HomeMy WebLinkAbout272067 WLH CONSTRUCTION - CONTRACT - CONTRACT - MINOR BRIDGE REPAIR MINOR STREETS 13318 2204994SERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and between
THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as
the "City" and WLH Construction Company, hereinafter referred to as "Service Provider".
W ITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scope of Services. The Service Provider agrees to provide services in accordance
with the scope of services attached hereto as Exhibit "A", consisting of three (3) page, and
incorporated herein by this reference.
2. Time of Commencement and Completion of Services. The services to be performed
pursuant to this Agreement shall be initiated upon receipt of Notice to Proceed. Services shall be
completed no later than thirty (30) calendar days after Notice to Proceed is issued. Time is of the
essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed
by the parties.
3. Delay. If either party is prevented in whole or in part from performing its obligations
by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the
party so prevented shall be excused from whatever performance is prevented by such cause. To
the extent that the performance is actually prevented, the Service Provider must provide written
notice to the City of such condition within fifteen (15) days from the onset of such condition.
4. Early Termination by City/Notice. Notwithstanding the time periods contained herein,
the City may terminate this Agreement at any time without cause by providing written notice of
termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior
to the termination date contained in said notice unless otherwise agreed in writing by the parties.
All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent
to the following addresses:
SA 10/01
EXHIBIT C
Construction Company
6686 S Lafayette St.
Centennial, Co. 80121
PHONE 303-347-8655 Fax 720-489-3900
QUOTATION
To, Mar"derson
City of Fort Collins
215 North Mason Street, 2" floor
P n BOX ;480
Fort Coffins, Co W522-M
Phone: 970-221-6605 fax: 970-221-6707
PROJECT: Minor Bridge Repair
B11) DATE: 6/24/02
Items: Revised bid item lisr
Item
202
desert lion
Pavement removal
Unit
SY
Unit cost
11.00
Est
120
Item cost
1320
206
Struct excavation
CY
18.00
145
2610
304
509
AMbase course
Anchor Plates
CY
EA
32.00
135.00
130
50
4160
6750
601
Core drill concrete
L>±
110.00
50
5500
602
Rebar dowells
EA
60,00
100
6000
618
626
Post tensioned bars
Mobilization
EA
FA
596.00 -
5000.00
25 —
1
14900
5000
Total
46,240
1%30Wncb wmmuous worx. tfNve must wait for paving then we will charge an
additional mobilization. Also, all three bridges may be worked on at the same
time.
This price is based on using plates made with 6x_3 tubing
must be used add S 6,520.50 to the plate price.
Exclusions: Bond Terms net 30 days, Bond if required at
Permits not included.
Quotation is valid for 30 days.
If solid plates
1.4%
Warren Harrison
/ / r
WLH Construction Company
Accepted date
E
E
d
CITY OF FORT COLLINS
MINOR BRIDGE REPAIR
VICINITY MAP
SYL KU
CITY OF FORT COLLINS, COLORADO
ENGINEERING AND STORMIIATER DIVISION
D,B I DJ8
BY:
GENERAL NOTES
I.
ALL WDRN SWJ.L BE GONE ACCORDING TO 1HE SfBNPABD
FOR -RICO ND BRIM (Yf CT
DEPARMENf OF TTWTSPOIEG OF THE
APPLICABLE TD THE PpOJECfTWN. SM1E OF COLORADO, 1999
2. APPLIED r4Dj LOADS AND FAJETHIOIlA10: LOADS WERE N0T
CgbTDERED UI ANALYLNG THE SlRI1CTUpE FOR STABILITY
DIXENG THE CONSTRUCTION SQGE6. 7EE CONTTNCTOR IS
REMPOMBLE FOR BRACING AND SHORING AS REWIRED DURING
CONSTRucnom
3. UTILITIES ARE NOT SHOWN. THE CDNRtAT IS RESPONSIBLE
FOR MAKING HIS OWN DETERMIN410N AS lO THE TYPE AND
LOCATXXI OF UNDERGRgXdO UTnL DC AS LLAY BE NECESSARY
TO AVOID DAMAGE THIDN C. 7NE CONTRACTOR 9F CONTACT
11E IlI1LRY NOIIFICAIXIN CENTER OF COLORADO AT
1-BOO-922-1997 AT LEAST 2 DAYS (NOT INCWDRTG THE DAY
OF NORFlCATION) PRIOR TO ANY EXCAVATION OF OTHER
EARTHWORK,
4. THE SCOPE OF WORK FOR THS PROJECT INCLUDES PAVEMENT
RTB.1(IVN-. EXCAVA7RRI• BACRFlLUNG. ARE DRIWNG THROUGH
THE CULVERT BACNWAIIS, DRIWNG AND EPDXY GROUTING
W
CITY ON PERhIM BLE
DEVELOP A PKOSING
TO THE CNY FOR
INDEX OF SHEETS
SHEET I. GENERAL NOTES
SHEET 2. OVERLAND TRAIL MODE
SHEET 3. PROSPECT RCAD BRNOE
SHEET 4. DRAKE ROAD SRWE
MINOR BRIDGE REPAIR
GENERAL NOTES
1
E
O
VALLEY I
CANAL
PLAN
µES
NJIG
Of1Mik]NA. AS 166iMY. 91WL E
KLIIID N 1HE NyC
BACKFILL W/ CLASS 6 BASE
COURSE TO 10- FROM
FINISHED GRADE TYP. EACH
END. .
'
-
/6 x 1'-ID•
___________ ____________________
DRILL AND EPDXY
3•
GROUT
Y
2 PER
ANCHORAGE
1 �.
1•/ EPDxY
J I
CO ED P/T BARe 3•I CORE HOLE
1
EXCAVATION
PLATE
UNIT
ANCHORAGE
15'-6• •-0
•_6
•j
EXISTING
Aft
N2 BOX CULVERT n
12•
13'-D•
tY
ELEVATION
KTs
LLYIgU' tILtT
DATE
CITY OF FORT COLLINS, COLORADO
ENGINEERING AND STORMRATER DIVISION
VANES 5'-0• 16'-6•
% 15
ANCHORAGE DETAIL
fG1LL` t 'Ir - t'-P
ANCHORAGE PLATES SHALL BE PRIME
PANTED OR GALVAN®
DJB I DJB
BY:
56'-4• C/EDGE OF ROADWAY
LEAVE EXISTING CURB
AND GUTTER INTACT
/2'-5• ASPH./FILL ON
1'-2" CON- BIAS
:rN i'-B• �g % i'-10•
ttP. BRILL AND E1'O%Y GROUT 2 PER
ANCHORAGE ANCHORAGE E EXISTING
�.E �.) REINFORCING G ENCOUNTERED,
MOV
E 3• AND DRILL AGAIN.
TYPICAL SECTION
µTi
19CNL «�
DESIGN DATA
AASNTO, 16TM EpfON, AND CURRENT INTERIMS.
LNE LOAD: AASHO HB20-M
DEAD LOAD: ASSUMES 300 LBS. PER SO. FT. FOR ASPHALT AND FILL
EXISTING REINFORCED CONCRETE (ASSUMED STRENGTH);
13 PLATE QYPJ CLASS B CONCRETE fc - 3000 PSI
EXISTING REINFORCING STEEL (ASSUMED STRENCDI}
Fy- 10 kW
REINFORCING STEEL::
Fy-60 ka
ANCHORAGE PLATES:
Fy - 50 kei. MSHTO M-223 (ASM A-572)
EPDXY COATED POST -TENSION (P/T) BAR DATA:
(DYWIDAG OR EQUAL)
f. a 150 ki
JACKING STRESS = 75X fs = 1125 WI
ANCHOR SET - 3/32•
1•0 BAR AREA - 0.65 h2
PJACK - 95.6 k
TOTAL LOSSES - 22 W
FINAL STRESS - 20.5 bi
P (FBW) - 76.9 k
OVERLAND TRAIL BRIDGE
REPAIR DETAILS
2
g
PLAN
KTS
IUIf.
MG �A! BE RIiD VIIM IN1FR
�NM MNgbL SNVL�
B CKFILL W/ CUSS 6
815E COURSE TO 10-
FROM FINISHED GRADE
TYP. EACH END.
TYP.L 1-0 EPDXY 41
PLATE 1 COATED P/T W �j 3-0 CORE
ANCHORAGE K' O.C. ;�
,._6
EXISTING
BOX CULVERT
A#I
12'-1' CL
ELEVATION
M.TY
1dIlIP NMIH
—115 X 1'-B-
DRILL AND EPDXY
GROUT m
2 PER ^�
ANCHORAGE _
0
3'�__15'-O' o
I
EXCAVATION
A/2 LIAR
CITY OF FORT COLLINS, COLORADO
ENGINEERING AND STORMWATER DIVISION
L
Y -2 A -O G/EDGE OF ROAD 23'-11- GRAVEL/C 7'-6-
GONC. SW.
GONG. SW.
G. OF EXISTING
ROADWAY
1'-10 );-
LEAVE EXISTING CURB (1'-11-
AND GUTTER INTACT ON SKEW)'
i 2- ASPHALT ON
1'-0- CONIC. SUB
..
ANCHORAGE �
PLATE ,....) I I I CULVE
GRILL AND EPDXY GROUT
1'-6- 2 PER ANCHORAGE IF
EXSDNG
TYP. REINFORCING S ENCOUNTERED.
MOW 3- AND DRILL AGAN.
X 12-X 2'-0- PIA
64 X61 PLATE
AND NUT BY
P/T SUPPLIER
------------
ANCHORAGE DETAIL
ANCHORAGE PLATES SHALL BE PRWE
PAINTED OR GALVANIZED
IED BY: IDRAWN BY. APPROVED BY:
TYPICAL SECTION
KT8
IWOK.M6T
DESIGN DATA
1-7
- AASHTO. 1GTH EDRIDN. AND CURRENT INTERIMS
LIVE LOAD: ASHTO HS20-44
,p—
DEAD LOAD. ASSUMES 24 LDS. PER S0. FT. FOR ASPHALT
DWING REINFORCED CONCRETE (ASSUMED STRENGTH).
'-X Sj% 11j PLATE (TYP.)
CLASS B CONCRETE: fc - 3000 P51
2-A HOLE -
EXSRF& REINFORCING STEEL (ASSUMED STRENGRI}
FY-40 W
REINFORCING STEEL;
FY- 60 kW
�—
ANCHORAGE PLATE& -
FY - 50 kai. AASHTO M-223 (ASTM A-572)
EPDXY COATED POST -TENSION (P/T) BAR DATA.
(DYWIDAG OR EOU )
-
rs - 750 ked
44CIONG STRESS - 70X F. - 105 kW
ANCHOR SET - 3/32- -
I•r THREAD BAR AREA - 0.85 Dd
RACK - BB.2 k
TOTAL LOSSES - 22 kei
FINAL. STRESS - 03.0 kai
-
P (FPO.) - 70.55 k
DJ8 D PROSPECT ROAD BRIDGE
DAIS CHEp(ED BY: DATE:
I.T.S. 15-23-02 . I REPAIR DETAIIS
3
PLEASA
VALLEY
VALLEY
WIIQANAL
NORTH
I I
I
I
I
�j 0
o
CL OF EXISTING
ROMWAY
WEST DRAKE RD.
(ASPHALT)'m----------'
I
4' -- —
wrANooTTE DR, —
M
I I
o
s EXISTING
CULVERT
MIYXw/
IRCF AS6 -
PLAN
x1z
xnPl 4xt eE rum wrm wTKA
aFM1pgN:, As ram, swat LE
xnum x TK Waxc
E
SACKHLL W/ CLASS
6 BASE COURSE
TO 10" FROM
-FINISHED GRADE
TYP. EACH END. -
a; —
F n —
------ __ 3____________________
m 2
AN
,•JA EPJII,..
COATED P/T BAR c 3'0 CORE HOLE
PULE 06, O.C. I
EXCAVATION ANCHORAGE
LIMIT
16•-6. •—A _6.
Al2
i A1#1
o - 12" 16'-1" CL 12'
5
ELEVATION
xTS
_ - IOCAIN WYIIM
J
i
CITY OF FORT COLLINS, COLORADO
ENGINEERING AND STORMIIATER DIVISION
1'_0"
0
N
DJe I D,B
69'-2" C/C
IN
FU OF EXISTING
ROADWAY
i LEAVE EXISTITER CURB
AND GUtTER IMAAT
2 1/2"0
PIPES
EXISTING ANCHORAGE �g X 2'-T'
BOX CULVERT PLATE (TYP.) TYP. DRILL AND EPDXY GROUT
2 PER MCHORAGF IF EXISTING
REINFORCING IS ENCOUNTERED.
MOVE 3" AND DRILL AGAN.
TYPICAL SECTION
M.TS
Lauam 0W
K 12'% 2'-0" PLAT`
64 X61 PLATE
AND NM NT
P/T SUPPLIER
ANCHORAGE DETAIL
CNE f rR' � 1'O
ANCHORAGE PLATES SHALL BE
PRIME PANTED OR GAVANIZED
BY..
af
e'—
CONC.
DESIGN DATA
I! PLATE (TYP.)
AASHTO. 1STH EDMOK AND CURRENT INTERIMS.
LIVE LCAD' AASHTO H520-44
DEAD LOAD: ASSIINES 72 LBS PER 50. FT. FOR ASPHALT
EXISTING REINFORCED CDIICRETE (ASSUMED STROMIJ);
CUSS B CONCRETE rc - 300D PSI
EXISTING REINFORCING STEEL (ASSUMED STRENGTH); -
Fy-QkM
REINFORCING STEEL
FY I W W
ANCHORAGE PIATES
FY - 50 W. AASMO M-M3 (ASTM A-572)
EPDXY COATED POST -TENSION (P/T) BAR DATA
("DAG OR EQUAL)
V- . ISO wi
JACKING STRESS - 75X is - I I wi
ANCHOR SET - 3/32"
1'0 THREAD BAR AREA - 0G5 1n2
PJACK - 95.6 It
TOTAL LOSSES - 22 IW
FINAL STRESS - 905 W
P (FINAL) - 75.9 k '
DRAKE ROAD BRIDGE I EET
REPAIR DETAILS
4
City:
City of Fort Collins, Purchasing
P.O. Box 580
Ft. Collins, CO 80522
Service Provider:
WLH Construction Company
6686 S. Lafayette St.
Centennial, CO 80121
In the event of early termination by the City, the Service Provider shall be paid for services rendered
to the date of termination, subject only to the satisfactory performance of the Service Provider's
obligations under this Agreement. Such payment shall be the Service Provider's sole right and
remedy for such termination.
5. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, subject to additions and deletions provided herein, the sum of Forty-six Thousand Two
Hundred Forty Dollars ($46,240.00), the Cost Breakdown is attached as Exhibit "C".
6. City Representative. The City will designate, prior to commencement of the work,
its representative who shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the services provided under this agreement. All requests concerning
this agreement shall be directed to the City Representative.
7. Independent Service provider. The services to be performed by Service Provider are
those of an independent service provider and not of an employee of the City of Fort Collins. The
City shall not be responsible for withholding any portion of Service Provider's compensation
hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any
other purpose.
8. Personal Services. It is understood that the City enters into the Agreement based
on the special abilities of the Service Provider and that this Agreement shall be considered as an
agreement for personal services. Accordingly, the Service Provider shall neither assign any
responsibilities nor delegate any duties arising under the Agreement without the prior written
consent of the City.
9. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any
of the services shall not be construed to operate as a waiver of any rights or benefits provided to
SA 10/01
2
the City under this Agreement or cause of action arising out of performance of this Agreement.
10. Warranty.
(a) Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance
with accepted standards for work of a similar nature.
(b) Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most
suitable grade of their respective kinds for their intended use, and all
workmanship shall be acceptable to City.
(c) Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials, equipment
.and labor, against defects and nonconformances in design, materials and
workmanship/workwomanship for a period beginning with the start of the
work and ending twelve (12) months from and after final acceptance under
the Agreement, regardless whether the same were furnished or performed
by Service Provider or by any of its subcontractors of any tier. Upon receipt
of written notice from City of any such defect or nonconformances, the
affected item or part thereof shall be redesigned, repaired or replaced by
Service Provider in a manner and at a time acceptable to City.
11. Default. Each and every term and condition hereof shall be deemed to be a material
element of this Agreement. In the event either party should fail or refuse to perform according to
the terms of this agreement, such party may be declared in default thereof.
12. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period of ten (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because
of the default.
13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and shall be binding upon said parties, their officers, employees,
SA 10/01
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties.
14. Indemnity/Insurance a. The Service Provider agrees to indemnify and save
harmless the City, its officers, agents and employees against and from any and all actions, suits,
claims, demands or liability of any character whatsoever brought or asserted for injuries to or death
of any person or persons, or damages to property arising out of, result from or occurring in
connection with the performance of any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider
shall provide and maintain insurance coverage naming the City as an additional insured under this
Agreement of the type and with the limits specified within Exhibit B, consisting of one (1) page,
attached hereto and incorporated herein by this reference. The Service Provider before
commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk
Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the
insurance coverage required from an insurance company acceptable to the City.
15. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
16. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement.
SA 10/01
4
17. Special Provisions. Drawings relating to the services to be performed pursuant to
this Agreement are deemed Contract Documents and are incorporated herein by this reference and
identified as the following: Minor Bridge Repair General Notes, Overland Trail Bridge Repair
Details, Prospect Road Bridge Repair Details, Drake Road Bridge Repair Details.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
By: � Q. 14.4,0
John F. Fischbach
ity Manager
By.
Jams V. O'Neill II, CPPO, FNIGP
Dire6taf of Purchasing and Risk Management
TEST:
Date: % ZI C 1p 7
`
City Clerk
APPR E]JA
FORM:
Assistant Ci y Attorney
WLH /Construction Com ny
By: ����
-1,L2A2i2,0L1 `✓so/Zs2 tsaX�
PRINT NAME
�1- 7au; -!s
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: -74-0-7
(Corporate Seal)
SA 10/01
EXHIBIT A
Project Special Provisions
The following specifications from the 1999 CDOT Standard Specifications for Road and
Bridge Construction apply to the City of Fort. Collins Minor Bridge Repair project.
• Section 202 - Removal of Structures and Obstructions (Pavement Removal)
• Section 206 — Excavation and Backfill for Structures (Structure Excavation),
including the scarifying of the excavation bottom to a depth of 6 inches and
compacting with moisture and density control. The excavation bottom shall be
compacted to a density of not less than 95% of maximum density determined in
accordance with AASHTO T 180.
• Section 304 — Aggregate Base Course (Class 6). ABC Class 6 will not be
measured, but will be the quantities designated in the contract.
• Section 509 — Steel Structures (Anchorage Plates)
• Section 601 — Structural Concrete (Core Drill Concrete, 3" dia)
• Section 602 — Reinforcing Steel, includes drilling holes for and epoxy grouting of the
reinforcing steel.
• Section 618 — Prestressed Concrete (Post -Tensioned Bars), including the
installation of grout in the concrete core holes after post -tensioned bars have been
installed. This also includes all hardware and equipment necessary for a completed
installation except for the anchorage plates paid for in Section 509.
• Section 626 - Mobilization
NOTES:
Pavement removal limits are estimated on the plans and will be determined in the field.
The City of Fort Collins will provide the following work items for the project.
• Traffic control
• Asphalt pavement patching
• Pavement striping
• Quality control testing
Please refer to the attached drawings, pages 1 — 4.
SA 10/01
7
Minor Bridge Repair — work scope changes
1. Trench width on each side of the structure will be 3 feet.
2. Contractor can work on multiple structures at the same time.
3. Anchor plate modifications proposed by the contractor and approved
by the City will replace the 2" steel plates shown on the plans.
4. Revised bid item list provided by the contractor will be the basis for
project quantities.
.JUN-24-02 MON 02:51 PM CITY/FT COLLINS, PURCHAS
Jun-24-02 05:23A wlh construction
SL
FAX NO, 970 2216707
72.0 489 3900
!O^ Z7'aZ_
i',41"e
I-Z
b
P. 03/03
4101rr
K
'PQOPoS rs D r 7 ��Ll3rk/Z�.t��
SA,? Tb420 --Ha. SGoY
P.03
EXHIBIT B
INSURANCE REQUIREMENTS
The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage
designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider
shall furnish the City with certificates of insurance showing the type, amount, class of operations covered,
effective dates and date of expiration of policies, and containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10)
days written notice has been received.by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out
and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may
deduct the cost of such insurance from any monies which may be due or become due the Service Provider
under this Agreement. The City, its officers, agents and employees shall be named as additional insureds
on the Service Provider's general liability and automobile liability insurance policies for any claims arising
out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life
of this Agreement for all of the Service Provider's employees engaged in work performed under this
agreement:
1. Workers' Compensation insurance with statutory limits as required by Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease
aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this
Agreement such commercial general liability and automobile liability insurance as will provide
coverage for damage claims of personal injury, including accidental death, as well as for claims for
property damage, which may arise directly or indirectly from the performance of work under this
Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000
combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance.
SA 10/01