Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
108423 VOGEL CONCRETE - CONTRACT - BID - 5717 CONCRETE PROJECT PHASE 1
SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CONCRETE PROJECT PHASE I BID NO. 5717 RENEWAL OF BID #5717 JUNE 30, 2003 - JUNE 29, 2004 modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Construction Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Construction Agreement or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in three counterparts, each one of which shall be deemed an original, this 8th day of April , 2003. IN PRESENCE OF: (CORPORATE SEAL) Principal Vogel C r te, Inc. By: (Title 1313 Blue Spruce Drive, Suite B Fort Collins, CO 80524 (Address) Other Partners Page 2 of 3 IN PRESENCE OF: IN PRESENCE OF: (SURETY SEAL) By: By: By: Surety Inland Ins n e Comdany Bv. Attorney-in-Fact 6eleste T. Moore -Helms P. O. Box 80468 Lincoln, NE 68501 (Address) NOTE: Date of Bond must not be prior to date of Construction Agreement. If Contractor is Partnership, all partners should execute Bond. Page 3 of 3 MAND INSURANCE COMPANY Lincoln, Nebraska POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the INLAND INSURANCE COMPANY, a corporation of the State of Nebraska having its principal office in the City of Lincoln. Nebraska, pursuant to the following Bylaw, which was adopted by the Board of Directors of the said Company on July 23, 1981, to wit: "Article V-Section 6. RESIDENT OFFICERS AND ATTORNEYS -IN -FACT. The President or any Vice President, acting with any Secretary or Assistant Secretary, shall have the authorty to appoint Resident Vice Presidents and Attomeys-In-Fact, with the power and authority to sign, execute, acknowledge and deliver on its behalf, as Surety: Any and all undertakings of suretyship and to affix thereto the corporate seal of the corporation. The President or any Vice President, acting with any Secretary or Assistant Secretary, shall also have the authority to remove and revoke the authority of any such appointee at any time." does hereby make, constitute and appoint GARRY L. WESSELINK OR KAREN A. FEGGESTAD OR SHELLEY CZAJKOWSKI OR DEBBIE POPPE OR CELESTE T. MOORE—HELMS OR DEBBIE A. HASLAM OR WILLIAM M. O'CONNELL, DENVER, COLORADO its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver for and on its behalf, as Surety: Any and all undertakings of suretyship And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its offices in Lincoln, Nebraska, in their own persons. The following Resolution was adopted at the Regular Meeting of the Board of Directors of the INLAND INSURANCE COMPANY, held on July 23, 1981: "RESOLVED, That the signatures of officers of the Company and the seal of the Company may be affixed by facsimile to any Power of Attorney executed in accordance with Article V-Section 6 of the Company Bylaws: and that any such Power of Attorney bearing such facsimile signatures, including the facsimile signature of a certifying Assistant Secretary and facsimile seal shall be valid and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is attached." All authority hereby conferred shall remain in full force and effect until terminated by the Company. IN WITNESS WHEREOF, INLAND INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereunto affixed this 29 day of JANUARY ' 20 02 . •. G/ Secretary By State of Nebraska ) ) ss. County of Lancaster ) INLAND INSURANCE COMPANY Vice President On this 29 day of JANUARY 20_2_, before me personally came Robert L. Privetr, to me known, who being by me duly sworn, did depose and say that (s)he resides in the County of Seward, State of Nebraska; that (s)he is the Vice President of the INLAND INSURANCE COMPANY, the corporation described in and which executed the above instrument: that (s)he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that (s)hc signed (his) (her) name by like order, and that Bylaw, Article V-Section 6, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. X ERAL NOTARY State of Nebraska CHERYL A. BROWN My Comm. E)p. April 12, 2003 My Commission Expires April 12, 2003. Notary Public CJV4 G 1, Jeanne Beno, Assistant Secretary of INLAND INSURANCE COMPANY, do hereby certify that the above and foregoing is a twf 6nh Sprt% cop�of a Power of Attorney executed by said INLAND INSURANCE COMPANY, which is still in full force and effect Signed and sealed at the City of Lincoln, Nebraska this 8th day of April 12003 i �l Assistant Secetary .. SECTIO_Q OO6-?0 CERTIFICATE OF I]SIJRANCE CONTRACTOR shall insert his own standard Form for Certificate of Insurance. 7/96 Section 00630 Page I ACOR CERTIFICATE OF LIABILITY INSURANCE OG/ 5/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood & Peterson Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4821 Wheaton Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 270370 (Fort Collins, CO 80527 INSURED -- ------ -- --- - ---- -- Vogel Concrete Inc. 1313 Blue Spruce Dr #B Fort Collins, CO 80524 COVERAGES INSURERS AFFORDING COVERAGE INSURER A: Plnnacoi Assurance INSURER B: INSURER C: INSURER D: _ .- INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE MM/DD/YY DATE (MMIDDNYI I LIMITS GENERAL LIABIDTY EACH OCCURRENCE $ $ COMMERCIALGENERALLIABILITY FIRE DAMAGE (Anyone tire) CLAIMS MADE OCCUR MED EXP (Any one person) $ $ PERSONAL & ADV INJURY $ FGENLGREGATE GENERAL AGGREGATE $ICY LIMIT APPLIES PER: --- _i PRODUCTS _COMP/OP AGG E� LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ -- ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ HIRED AUTOS BODILY INJURY NON -OWNED AUTOS (Per accident) $ — — PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ --—� - OTHER THAN EA ACC ANY AUTO -- . AUTO ONLY: AGG $ EXCESS LIABILITY _ EACH OCCURRENCE $ OCCUR CLAIMS MADE _ AGGREGATE -- -- - DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND 2086850 EMPLOYERS'LIABILITY 0 7/ 01 / 0 2 0 7/ 01 / 0 3 X WC ST TU- _ _OTR E.L. EACH ACCIDENT $1 0 0, 000 E.L. DISEASE - EA EMPLOYEE $100, 000 E.L. DISEASE - POLICY LIMIT $ 5 0 0, 0 0 0 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 1 City of Ft Collins Purchasing Dept Attn: Jan 256 W. Mountain Fort Collins, CO 80521 SHOULD ANYOFTH E ABOVE D ESCRIBED POLICIES BE CANCELLED B EFORE TH E EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL I 0 DAYS WRITTEN NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHELEFT, BUTFAILURE TODOSOSHALL IMPOSE NOOBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR AUTHORIZED ACORD25-S(7/97)1 of 2 ##S219500/M219497 __f�LB © ORDCOR ATION1988 CERTIFICATE OF LIABILITY INSURANCE American Family Insurance Company ❑ American Family Mutual Insurance Company if selection box is not checked. 6000 American Pky Madison, Wisconsin 53783-0001 JAN 0 2 9903 Agent's Name, Address and Phone Number (Agt./Dist.) Insured's Name and Address: HAROLD F. LEE (127/305) VOGEL CONCRETE INC 2600 S. PARKER RD STE 1-117 1313 BLUE SPRUCE DRIVE B AURORA, CO 80014 FT COLLINS CO 80524 303-695-1040 This certificate is issued as a matter of information only and confers no rights upon the Certificate Holder. This certificate does not amwnd_ extend nr altwr thw envwranw affnrviwrl by tr,w n.,u..�e� rasa rsr...., This is to certify that policies of insurance listed below have been issued to the insured named above for the policy period indicated, notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such policies. POLICY TYPE TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY Effective Expiration (Mo,Day,Yr) (Mo,Day,Yr) Homeowners/ Bodily Injury and Property Damage Mobilehomeowners Liability Each Occurrence Boatowners Liability Bodily Injury and Property Damage Each Occurrence Personal Umbrella Liability Bodily Injury and Property Damage Each Occurrence Farm/Ranch Liability Farm & Personal Liability Each Occurrence Farm Employer's Liability Each Occurrence Statutory ... . Workers Compensation and Each Accident Employers Liability + Disease - Each Employee Disease - Policy Limit General Liability General Aggregate $ 2,000,000 ® Commercial General 05-X60979 1/1/2003 1/1/2004 Products - Completed Operations Aggregate $ 2,000,000 Liability (occurrence) Personal and Advertising Injury $ 1,000,000 ❑ Each Occurrence $ 1,000,000 ❑ Damage to Premises Rented to You $ 100,000 Medical Expense (Any One Person) $ 5,000 Businessowners Liability Each Occurrence + + Aggregate + + Liquor Liability Common Cause Limit Aggregate Limit Automobile Liability Bodily Injury - Each Person $ 1,000.000 ❑ Any Auto Bodily Injury - Each Accident $ 1,000,000 ® All Owned Autos 05-X60979 1/1/2003 1/1/2004 Property Damage $ 1,000,000 ❑ Scheduled Autos Bodily Injury & Property Damage Combined ® Hired Autos 05-X60979 1/1/2003 1/1/2004 ® Nonowned Autos 05-X60979 1/1/2003 1/1/2004 Excess Liability ® commercial Blanket Excess 05-X60979 1/1/2003 1/1/2004 Each Occurrence/Aggregate $ 1,000,000 Other (Miscellaneous Coverages) DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPEC IAL ITEMS *The individual or partners shown as Insured '•• elected to be covered as employees under this policy. + + products -Completed Operations aggregate is equal to each occurrence limit and is included in policy aggregate. RTIFf4At£HQLDEl2'^:aeNAIIIIE/NDAbt S'1 , a 0 p ? r . a m , CITY OF FT COLLINS ® Should any of the above described policies be canceled before the PURCHASING DEPARTMENT expiration date thereof, the company will endeavor to mail'( 30 days) written ATTN: JAN notice to the Certificate Holder named, but failure to mail such notice shall 256 W MOUNTAIN impose no obligation or liability of any kind upon the company, its agents or FT COLLINS CO 80521 representatives. *10 days unless different number of days shown. ❑ This certifies coverage on the date of issue only. The above described policies are subject to cancellation in conformity with their terms and by the laws of the state of issue. DATE ISSUED IZED REPRESENTATI E 1/1/2003 U-2o1 Ed_ nsmn .,or.-r.:,,: .._..:�:__._ a ii� —•-•—•••.-� a.,,..a.� .......c:, vvr,w au oaa vwcs, msurea, ggen[ SIOCk No. 06668 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: CONCRETE PROJECT - PHASE I; BID NO. 5117 PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: -_- --- OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: 'The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) i.s hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This List may not be exhaustive, and the failure to include an item r,r it does not alter the responsibility of tlae CONTRACTOR to complete all the Worbc ui accordance 1.111it1-1 the Contract Document E H (3 WEER AUTHORIZED REPRESENTATI liF DATE The CONTRA(,1'OR accepi_s the above Certificate of Substantial Comp_etion and agrees to complete and correct the items on the tentative list within the time indicated. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substan- tially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsi-bility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COI_,ORADO OWNER REMARKS: By: AUTHORIZED REPRESENTATIVE DATE 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE `I' O : Gentlemen: You are hereby notified that on the Fort Collins, Colorado, has for the day of accepted City of the Fort 20 20 the City of Work completed by Collins project, A check is attached hereto in Che amount of $ as Final_ Payment for all Work done, subject to the terms of the Contract Documents which are dated In conformance with the Lonlr�aci_ Documents for this project, vour obligations and quarantees will continue for the specified time from the foliowi_nq date: Sincer.el_v, OWNER: City of Fort Collins By: Title: ATTEST: Title: 7/96 Section 00640 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT: CONCRETE PROJECT - PHASE I; BID NO. 5717 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 7/96 Section 00650 Page 1 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this ATTEST: Secretary day of CONTRACTOR By: Title: STATE OF COLORADO )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 20 by Witness my hand and official seal. My Commission Expires: day of 20 Notary Public 7/96 Section 00650 Page 2 00330 BID SCHEDULE City of Fort Collins 2003 Concrete Project Bid No. 5717 - Vogel Concrete Contract Estimated Cost Item No. Description Unit Unit Total Quantity 202.01 Sawcut4" L.F. 50 $ 3.00 $ 150.00 403.50 Temporary Patching Ton 350 $ 155.18 $ 54,313.00 604.10 Reconstruct Inlet Deck - Catch Basin Each 3 $ 1,000.00 $ 3,000.00 Reconstruct Inlet Deck - Catch Basin Additional Foot 604.11 L.F. 10 $ 120.00 $ 1,200.00 Opening 604.12 Reconstruct Curb Inlet Deck -4'Opening Each 3 $ 1,100.00 $ 3,300.00 604.13 Reconstruct Curb Inlet Deck - Additional Foot Opening L.F. 10 $ 170.00 $ 1,700.00 Type I - Curb Inlet with Frame, Grate and Adjustable Curb 604.14 Each 1 $ 1,560.00 $ 1,560.00 Bonnet 604.15 Concrete Sidewalk Culvert Each 1 $ 1,200.00 $ 1,200.00 604.16 Metal Sidewalk Culvert - 5/8" Plate Each 2 $ 1,450.00 $ 2,900.00 604.17 Additional Square Foot 5/8" Plate S.F. 10 $ 120.00 $ 1,200.00 608.01 Remove and Haul Fillets Each 2 $ 120.00 $ 240.00 608.02 Apron - Remove and Replace S.F. 1600 $ 6.60 $ 10,560.00 608.03 Crosspan - Remove and Replace S.F. 3000 $ 6.60 $ 19,800.00 608.04 Driveover Curb, Gutter & 4" Sidewalk - Rciumc and Replace L.F. 1250 $ 34.25 $ 42,812.50 Driveover Curb, Guttcr and 6" Sidcvvalk - Remove and 608.05 Replace L..F. 600 $ 36.75 $ 22,050.00 Drivcover Curb and Gutter - No Sidewalk - Remove and 609.06 Replace L.F. 60 $ 21.40 $ 1,284.00 Driveover Curb, Gutter & Drive Approach - Remove and 608.07 Replace L.F. 100 $ 36.00 $ 3,600.00 608.08 Vertical Curb, Gutter & 4" Sidewalk - Rennvc and Replace L.F. 1250 $ 39.00 $ 48,750.00 608.09 Vertical Curb, Gutter & 6" Sidewalk - Remo%r and Replace L.F. 400 $ 41.00 $ 16,400.00 Vertical Curb and Gutter - No Side%v'aIk - Rcanove and 609.10 Replace L.F. 3000 $ 2550 $ 76,500.00 Vertical Curb, Guttcr and Drice Approach - Remove and 608.11 Replace L.F. 1000 $ 39.00 $ 19,000.00 Vertical Curb, Gutter and Drice Approach - NO Sidcvvalk - 608.12 Remove and Replace L.F_ 10 25.50 $ 255.00 608.13 Vertical Outfall Curb and Gutter - Renwce and Replace L.F. 20 $ 22.00 $ 440.00 Hollywood Curb, Gutter & 4" Sidewalk - Remove and 608.14 Replace L.F. 800 $ 31.50 $ 25,200.00 Hollywood Curb, Gutter & 6" Sidewalk - Rcnu>vc and 608.15 Replace L.F. 200 $ 33.00 $ 6,600.00 604 16 Hollywood Curb and Gutter - No Sidewalk - Re im c and Replace L.F. 250 $ 21.00 $ 5,250.00 Hollywood Curb, Gutter & Drive Approach - Renuwe and 608.17 Replace L.F. 500 $ 33.00 $ 16,500.00 608.18 Highback Curb & Gutter -No Sidcvvalk- Rcmoye and Replace L.F. 50 $ 32.00 $ 1,600,00 608.19 Highback Curb, Gutter and Drive Approach - Rcmo%e and Replace L.F. 50 $ 38.00 $ 1,900.00 608.20 Pedestrian Access Ramp.DiivemerCurh Room eand Replace 1'.F. 300 $ 44.00 $ 13,200.00 608.21 Pedestrian Access Ramp - Vertical Curb - Remove and Replace L.F. 250 $ 40.50 .$ 10.125.00 608.22 Pedestrian Access Ramp- Hollywood Curb - Renime and Replace L.F. 50 $ 38.00 $ 1,9 OM 608.23 Pedestrian Access Ramp - Highback Curb - Removc and Replace S.F. 350 $ 9.00 $ 3,150.00 608.24 4" Flatwork - Remove & Replace S.F. 10000 $ 4.90 $ 49,000.00 608.25 6" Flatwork - Remove & Replace S.F. 6500 $ 5.50 $ 35,75Q00 Page I of 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: CONCRETE PROJECT - PHASE I; BID NO. 5717 CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for on bond of Surety ) - hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, -he Surety Company has hereunto set_ its hand this day (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-i_n-Fact. 7/96 Section 00660 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Insert State certificate here. SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960Application for Payment 9/99 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONCRETE PROJECT - PHASE BID 1,10. 57:17 CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL OF THIS CHANGE ORDER TOTAL C.O. OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 m.ing ill change orelei appn ) ACCEP'I`ED BY: DATE: Contractor's Represen( ,tr,;r- ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing DATE: DATE: DATE: DATE: 9/99 Section 00950 Page 1 Section 00960 Application for Payment Insert pages 1 - 4 9/99 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Insert State certificate here. DR 0172 (12198) COLORADO DEPARTMENT OF REVENUE DENVER CO 60261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(M) 0 DO NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials forthe exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become a part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Cerrtficates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side.) FAILURE TO ACCURATELY COMPLETEALL BOXES WILL CAUSE THEAPPLICATION TO BE DENIED. Registration/Account No. (to be assigned by DOR) Period 89 - 0170-750 (999) $0.00 Ct ITRAG;iCiR111NF0RM=1G } Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E•Mail address: Federal Employers Identification Number: Bid amount for your contract: Fax number: Business telephone number: Colorado withholding tax account number: ( 'E(IIIRTION;IF '0opfes°oCsontioragreementpages(jrcfen>f�lrpgthecantractrngparties „� t and 2 >containm ssr riatures,oftcanttaD�ii'i' v "` # "'� "; 9 poi s must.je,atta"shed Name of exempt organization (as shown on contract): Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: - Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date: completion date: s underI declare penalty otperjurythe second degree that the statements made in this application are true and complete bestof knowlen Signature of owner, partner or corporate officer: Title of corporate officer: Date: MeN \InT 111rnrT[� �r- -- � . •• 1 F11J LI IVC SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950Contract Chanae Order 00960Application for Payment 9/99 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONCRETE PROJECT - PHASE I; BID NO. 5717 CONTRACTOR: PROJECT NUMBER.: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL 0 OF THIS CHANGE ORDER TOTAL C.O.o OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing DATE: DATE: DATE: DATE: 9/99 Section 00950 Page 1 Section 00960 Application for Payment - Insert pages I - 4 9/99 00330 BID SCHEDULE City of Fort Collins 2003 Concrete Project Bid No. 5717 - Vogcl Concrete Item No. Description Unit Contract Quantity Estimated Cost Unit Total 608.26 Replace Flahvork - I" Additional Depth S.F. 3500 $ 0.60 $ 2,100.00 TOTAL PAGE 1 $ 524,489.50 608.27 4' Valley Pan - 6" Depth S.F. 50 $ 9.50 $ 475.00 60828 Aggregate Base Course CIP Ton 700 $ 26.00 $ 19.200.00 60829 Aggregate Base Course - Placment Only Ton 20 $ 2000 $ 400.00 608.30 8" Alley Pavement - Remove & Replace S.F. 1300 $ 7.00 $ 9,100.00 608.31 Highback Alley Approach 8" - Remove & Replace L.F. 0 $ 52.00 $ - 608.32 Expansion & Caulking L.F. 425 $ 4.00 $ 1,700.00 614.01 "No Parking" Sign With Stand Per Day Per Each 350 $ 2.10 $ 735.00 614.02 Vertical Panel Without Light Per Day Per Fach 400 $ 0.65 $ 260.00 614.03 Type I Barricade Without Light Per Day Per Each 15000 $ 0.75 $ 11,250.00 614.04 Type 11 Barricade Without Light Per Day Per Each 10 $ 0.65 $ 6.50 614.05 Type III Barricade Without Light Per Day Per Each 350 $ 4.00 $ 1,400.00 614.06 Size A Sign With Stand Per Day Per Each 1800 $ 1.60 $ 2,880M0 614.07 Size B Sign With Stand Per Day Per Each 250 $ 1.80 $ 450.00 614.08 Size A Specialty Sign - Cost of Manufacturing Each 10 $ 80.00 $ 800.00 614,09 Size B Specialty Sign - Cost of Manufacturing Each 10 $ 85.00 $ 850 00 614.10 Cone With Reflective Strip Per Day Per Each 3500 $ 0.70 $ 2,450.00 614.11 Safety Fence Per Day Per Roll 45 $ 5.36 $ 241.20 614.12 Light - Steady Burn Per Day PaEach 10 S 0.37 $ 3.70 614.13 Light - Flashing Per Day Per Each 51) $ 0.37 $ 18.50 614.14 Advance Warning Flashing - or Scyuencing Arrow Panel Per Dav Per Each 10 $ 86.00 $ 860.00 614.15 Traffic Control Supervisor Per Day 60 $ 375.00 $ 22,500.00 614.16 Trallic Control Supcn isor Pcr Hour 100 $ 37.50 $ 3,750M0 614.17 FIaggin;, Per Hour 1800 $ 21.40 $ 38,520.00 fOTAL PAGE 2 $ 116,849.90 TOTAL PAGE 1 $ 524,489.50 TOTAL COST $ 641,339.40 Six Hundred forty One Thousand, Threc Hundred I Imiv Nine Dollars and Forty Cents. i Signed �� _ Address Company Check One Individual Doing 13usines> in Company Name Coiporation Parmcrship Phone%Fax /3 / >, 13ey,� -Si rj b4 1 rl`�- Coall--us Page 2 of 2 APPLIC.AT!ON FOR PAYMENT PACE 1 OF 4 OWNER. City of Fort Collins PROJECT. APPLICATION NUMBER: APPLICATION DATE PERIOD BEGINNING: ENGINEER. CONTRACTOR: PERIOD ENDING PROJECT NUMBER: CHANGE ORDERS Application is trade fcr Payrnerlt as shown below in connection with Contract NUMBER DATE AfJOUNT The present status of C-.e account for this Contract is as follows: 1 2 Original Contract Amount: 3 Net Change by Change Order Current contract Amount. $0,00 Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: 50.00 Less Retainage: Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00 CERTIFICATION. The undersigned CONTRACTOR certifies that all obligations of CONTP.ACTOR Incurred in connector with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager, Date By Payment of the above Amount Due This Application is approved by the OWNER Date: By CONTRACT AMOUNTS Bid Item Number Description Quantity Units Unit Price Amount APPLICATION FOR PAYMENT Work Completed Aork Completed This Month Previous Periods Oty Amount Oty. Amount Work Completed To Date Qty, Amount Stored Materials This Period PAGE 2 OF 4 Total Earned Percent To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 5200 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 so 00 $0.00 $0.00 $0.00 $0.00 so 00 50.00 $0.00 $0.00 50.00 $0.00 50.00 $0.00 50.00 $0.00 $0.00 50.00 $0.00 So_00 $0.00 SO,0'.1 $0.00 50.00 SO.00 $0.00 50.00 $0.00 S0.00 $0.00 $0 00 50.00 $0.00 50.00 50.00 50.00 SQ06 50.00 $0.00 $0.00 $0.00 SO.OJ 50.00 $0.00 S0.00 S0.00 Su 50.00 So.00 50.00 $0.00 S,-) $0.00 $0.00 $0.00 $0.00 SO.00 $Q0o $0.0o so 00 $0.00 50.00 $0 00 $0.00 50.00 $0.00 50.00 $0.00 s0.00 S0.100 $0.00 so 00 $0.00 So.00 so 00 $0.00 So 0o s0.00 $0.00 so 00 $0.00 $0.00 50.00 $0.00 $0 00 $0.00 Soso So.00 $0.00 50.00 $0.00 S0 00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 $o 00 s0.00 $0.00 $0.00 $0.00 $o 0o So.00 $0.00 $0.00 $0.00 $0 00 $0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 so.00 $0.00 $0.00 $0.00 $0.00 $o 00 $0.00 $0.00 $0.00 TOTALS $0.00 50.00 50.00 50.00 CHANGE ORDERS APPLICA.?ION FOR PAYMENT PAGE 3 OF 4 Work Completed 'JVork Completed Work Completed Stored Bid This Month Previous Periods To Date Materials Total Item This Earned Percent Number Description Quantity Units Unit Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 So.00 S0.00 $100 $0.00 $0.00 $0 S0.00 S0.00 $0.00 $0.00 $0 00 S0.00 S0.00 $0.00 $0.00 $0.00 30,00 S0.00 S0.00 $0.00 S0.00 $0.00 $Q00 $0.00 $0.00 S0.00 S0.00 S0.00 $0.00 $0.00 so 0o So.eo $0.00 S0 00 $0.00 $0 00 $0.00 $0.00 So.00 $0.00 $0 0o $0.00 $0.00 $0.00 $0.00 so 0o S0.00 $0.00 $0.00 $0.00 $c.00 S0.00 S0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 S0.00 S0.00 $0.00 $0.00 $0.00 So 010 $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 S0.0o $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0 00 $0.00 SO.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 S0.00 S0.00 $0.00 S0.00 $0.00 SQ.00 $0.00 $0.00 $0.00 $0.00 $o.oC $0.00 $0.00 $0.00 $0.00 30.00 $0.00 $0.00 $0.00 $0.00 S000 $0.00 $0.00 $0.00 $0.00 So.c) $0.00 $0.00 $0.00 $0.00 S0.00 50.00 $0.00 $0.00 $0.00 Cr S0.00 $0.00 S0.00 S0.00 S0'''-' S0.00 S000 So 00 TOTALS CHANGE ORDERS so 00 50.G_' S0.00 50.00 SO.OG PROJECT TOTALS $0.00 SQOU S0.00 S0.00 S0 00 STORED MATERIALS SUIv9MARY On Hand Received Item Invoice Previous This Number Number Description Application Period PAGE 4 OF 4 Installed On Hand This This Period Application $0.00 50.00 50.00 S0.00 $0.00 $0.00 $0.00 $0.00 so 00 50.00 $0.00 SO.00 50.00 $0-00 $0.00 50.00 50.00 S0.00 $0.00 $0.00 $0 00 $0.00 $0.00 50.00 $0 00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 REVISION OF SECTION 105 COOPERATION BETWEEN CONTRACTORS Section 105 of the Standard Specifications is hereby revised as hollows: Subsection 105.07 sliall include the following: Concrete construction and/or reconstruction operations at intersections may involve the destruction and replacement of traffic signal loop detectors. The existing traffic signal loop detectors shall be removed by the contractor at no additional cost. New loop detectors may be installed at other intersections where they do not now exist. New and replacement loop detectors will be installed by the City Traffic Division. The Contractor shall cooperate with the schedule of this work to insure the timely installation of new loop detectors. Also, the Contractor shall coordinate with the City Traffic Division to insure that any cleanup required after the installation of the loop detectors will be completed before concrete placement operations begin. Project Spec lications-Page 3of25 REVISION OF SECTION 105 INSPECTION OF WORK Section 105 of the Standard Specifications is hereby revised as follows: Subsection 105.11 shall include the following: The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a minimum of 24 hours in advance of starting any construction operation that will require inspection, measuring for pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the owner and the Engineer from any responsibility for additional costs or delays caused by such failure. Inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected by the Engineer or that payment therefore has been included in the progress estimate. Project Specifications — Page 4 of25 REVISION OF SECTION 105 MAINTENANCE DURING CONSTRUCTION Section 105 of the Standard Specifications is hereby revised as follows: Subsection 105.14 shall include the following: The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be cleaned of debris by the Contractor at the earliest opportunity, but in no case shall the area be left uncleared after the completion of the day's work. It shall be the Contractor's responsibility to provide the necessary manpower and equipment to satisfactorily clean the roadway area. The Contractor shall utilize a combination of pick-up brooms, side brooms and/or other equipment as needed to clean the streets. All sweeping and clean up equipment shall be approved by the Engineer prior to the commencement of work. The Contractor shall maintain the streets during the construction process as prescribed above. If a street requires additional sweeping by City forces, the Owner shall deduct from compensation due the Contractor sufficient funds to cover the Owner's cost to provide said service. All cost of maintaining the work during construction and before the project is accepted, will not be paid for separately, but shall be included in the work. Project Specifications - Puge 5 o1 25 REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE Section 107 of the Standard Specifications is hereby revised as follows: Subsection 107.12 shall include the following: The fact that any underground facility - sprinkler systems, utility services, etc. - is not shown on the plans, details, or construction documents shall not relieve the Contractor of his responsibilities as provided for in the Contract. It shall be the Contractor's responsibility, pursuant thereto, to ascertain the location of such underground improvements which may be subject to such damage by reason of his operations. Any pruning of vegetation shall require the written permission of the property owner and/or the Engineer. If the area to be repaired is five (5) inches or less in width, the Contractor shall clean the area of all debris (i.e. concrete, road base, etc.) to a minimum depth of four (4) inches, prepare all edges to be clean and vertical, and place (see below) and compact topsoil. The topsoil shall be compacted utilizing a hand operated roller or other method approved by the Engineer. In areas greater than 5 inches, the Contractor shall clean and prepare the area along the entire length of the repair location as stated above to a minimum of one (1) foot, place sod over the entire area, water once, and notify the property owner in writing of the nature of the work that has taken place and that the sod will be watered only once. For concrete repair locations, the placement of topsoil (backfill) shall be completed within two (2) working days of the placement of the concrete. The topsoil shall consist of loose Friable loam reasonably free of admixtures of subsoil, refuse. stumps. roots, I ucks. brush. weeds, heavy clay, hard clods, toxic substances or other material which would be dctrinn-ntal to the proper development of vegetative growth. The material to be utilized shall be approved by the Engineer prior to placement. The topsoil shall be in a relatively dry state and placed during dry weather. The topsoil shall be line graded to eliminate rough and low areas and ensure positive drainage. The existing levels, profiles and contours shall be maintained. If the area to be repaired is only damaged on the surface, the Contractor shall remove the damaged areas of sod to a depth that will allow new sod to be placed, place new sod, water once and notify the property owner in writing of the nature of the work that has taken place and the fact that the sod will be watered only once. I he minimum overall width of the area to be sodded shall be one (1) foot. For concrete repair locations, the placement of sod shall be completed by the end of the first working day of the week following the placement of the concrete. Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction and protected from damage by the contractor. Sprinkler heads shall be salvaged and stockpiled on each property for use when reconstructing the sprinkler systems. Sprinkler systems damaged outside of the construction limits as a result of construction operations shall be replaced at the Contractor's expense, within three (3) working days of written notification from the Eneinccr. In areas where the Engineer directs new work or the reconstruction area,; require grade adjustment, the placement of topsoil, sod and sprinkler relocation will be provided by the City under separate contract. Project Specit ications — Page 6 of 25 REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his expense unless a written waiver is obtained liom the propertyowner and submitted to the Engineer. Re -sodded lawns shall be watered once by the Contractor. All costs for protecting and restoring landscaping and lawns shall be considered a subsidiary obligation of the Contractor in cormection with the various items of the Work, and no measurement or payment shall be made separately for the protection and restoration of landscaping and lawns. All restoration of landscaping and lawns damaged by construction operations other than concrete repair shall take place within three (3) working days from the date of damage. In areas inhere the Engineer directs new work or the reconstruction areas require grade adjustment, the placement of topsoil, sod and sprinkler relocation will he provided by the Citp under separate contract. All labor, materials, tools, equipment, incidentals, and work involved in protecting or repairing underground facilities shall be considered incidental to the work being done, and shall not be measured and paid for separately. Proicct Specifications — Page 7 of 25 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: Subsection 108.04 shall include the following: The work shall be completed within the following calendar months: JAN FEl3 MAR APR MAY JUN JUL AUG SEP OCT NOV DEC MA I All Work is to be complete in sixty-five (65) working days. Work in the following areas MUST be complete on or before August 16, 2002: Ilillcrest Grandview Crestnorc Fairbrookc Goldcneyc The remaining area, below shall be completed within the 2002 construction season and within the sixty-five wnrkiut' day time tunic: I laIII pshire 1'enth Green Willox Llizabeth Street Prospe, t Park Subsection 108.06 shall include the following: 1 .cchedith, n_Jlrork mast accontparav any bid, and shall include number of working days per area to complete all unit work items covered by the contract. Vicinity maps of each area are included in Section 03500, Project Maps. The schedule should take any priorities into consideration. The schedule should also include projected start and end dates. Individual street quantities are described in Section 02500. Quantity Estimates. Prior to award. mutually acceptable milestones shall be determined by the Contractor and the City based on the schedule of workine days discussed above. Subsection 108.07 shall include the following: Failure to meet the agreed upon milestones or fully complete the project in sixty five (65) working days, shall result in damages assessed against the Contractor. At the Citv's option, liquidated damages in the amount of $1000.00 per day may be retained from any monies due the Contractor. or the City may retain an additional contractor(s) to complete the work, or portion thereof, and retain an costs incurred above and beyond the bid prices of the Contractor from any monies due the Contractor in lieu of liquidated damages. Project Specifications — Page 8 of 25 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the ist day of April in the year of 2003 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Vogel Concrete, Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. Agreement Renewal & WORK 1.1 Renewal. This Agreement is a renewal of the Agreement entered into between the parties on the 7" day of August, 2002, entitled Specifications and contract Documents for Concrete Project -Phase I, Bid No. 5717, City of Fort Collins (hereinafter called The 2002 Contract) and all portions interpreted as if the same were attached hereto. This renewal is authorized pursuant to Article 3.1 Contract Period, of the 2002 Contract. This Agreement shall be effective on the date this Agreement is signed by the City, and shall continue in full force and effect until June 30, 2004. ARTICLE 2. ENGINEER The Project has been designed by City of Fort Collins Engineering, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 Contract Period. This Agreement shall commence when this contract is signed by the City, and shall continue in full force until June 30, 2004, unless sooner terminated as herein provided. In addition at the option of the City, the agreement may be extended for additional one year periods not to exceed one (1) additional one year period. Pricing changes, if any, shall be negotiated by and agreed to by both parties in writing. 3.I The Work shall be Substantially Complete within 75 working days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within 80 working days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus 9/12/01 Section 00520 Page 1 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised as follows: Subsection 201.03 shall be amended to include the following: When any tree roots are encountered during construction operations, the Contractor shall notify the Engineer prior to any root removals. The Engineer and the City Forester's representative shall then make a determination regarding removal. Tree roots shall be removed with a sharpened, sanitized saw, cut orthogonally to its longitudinal axis as closely as practical, to leave the freshly cut root surface in a clean and smooth condition. Axes, or other blunt objects shall not be used to cut tree roots. Where it is anticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent any damage to the roots with tools or equipment. All costs for removing tree roots shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work, and no measurement or payment shall be made separately for the removal of tree roots. Project Specifications — Page 9 of 25 REVISION OF SECTION 212 SEEDING, FERTILIZER AND SODDING Section 212 of the Standard Specifications is hereby revised as follows: Subsection 2 12.0 1 is revised to include the following: l'his work shall consist of soil preparation and fitrnishing and placing topsoil and blue grass sod, in accordance with these specifications, accepted horticulture practice, and in reasonably close conformity with the locations and details shown on the plans or as designated by the Engineer. See "Protection and Restoration of Property" found herein. Subsection 212.02 is revised to include the following: Topsoil Topsoil Shall conform to the requirements of "Protection and Restoration of Property" found herein. Sod Bluegrass sod shall be nursery grown, 99% Kentucky Blue Grass and 99% weed free. Other sod type may be used only if approved in writing by the Engineer. The 1 % allowable weeds shall not include any undesirable perennial or annual grasses or plants. Soil thickness of sod cuts shall not be less than 3/4 inch nor more than one inch. Sod shall be cut in uniform strips with minimum dimensions of 12 inches in width and 48 inches in length. The Contractor shall submit a sample of the sod he proposes to furnish. Said sample shall serve as a standard. Any sod furnished, whether in place or not, that is not up to the standard of the sample may be rejected. Sod that has been cut for more than 24 hours shall not be used. Each load of sod shall be accompanied by a certificate from the grower stating the type of sod. and the date and time of cutting. Subsection 212.05 is revised to include the billowing: Sodding: (a) Soil Preparation. 'ilie area shall be cleaned with a minimum depth of four (4) inches (where topsoil does not exist) and a minimum width of one (1) foot, all irregularities in the ground surface shall be removed, and all edges clean and vertical. Sticks, stones, debris and other similar material more than '/z inch in diameter shall be removed. Any objectionable depressions or other variances from a smooth grade shall be corrected. (b) Topsoil Placement. "topsoil shall be placed and compacted witli a minimum depth of lour (4) inches. 'file amount of compaction required shall be as directed by the Engineer. (c) Sod Placement. The minimum width for sod shall be one (1) foot. The area to be sodded shall be smooth. The sod shall be laid by staggering joints with all edges touching. On any slopes, the sod shall run approximately parallel to the slope contours. "1-he Contractor shall water the sod once and notify the property o«ater in writing of the nature of the work that has taken place and that the sod will only be watered once. Sod placement/replacement required due to Contractor negligence shall follow the requirements ofthis section, but will not be measured and paid for under the terms of this contract. Project Specifications Page 10 of25 REVISION OF SECTION 212 SEEDING, FERTILIZER AND SODDING Subsection 212.08 is revised to include the following: No measurement for payment shall be made for re -sodding lawn damaged by the Contractor adjacent to new concrete, when the grade of the existing lawn reasonably matches the grade of the new concrete. Re -sodding in this instance shall be considered incidental to the work being performed. No measurement for payment shall be made when the re -sodding is incidental to the work performed or is contained within any other pay item in section 02000. Project Specifications — Page II of25 REVISION Oh SECTION 403 HOT BITUMINOUS PAVEMENT- PATCHING Section 403 of the Standard Specifications is hereby revised as follow.: In all concrete repair locations, the Contractor shall remove no more than six (6) inches of asphalt pavement. The pavement areas shall be temporarily patched with a minimum of two (2) inches of hot mix asphalt. These locations shall be paid under the Contract Unit Price for Temporary Patching. Subsection 403.04 is revised to include the following: Temporary Patching will be measured by the ton. Pavement cutting, excavation, subgrade preparation, haul, disposal, and bituminous materials will not be measured or paid for separately, but shall be included in the contract price for Temporary Patching. Load slips shall be consecutively numbered for each day and shall include the batch time. Subsection 403.05 is revised to include the following: The accepted quantities for Temporary Patching will be paid for at the Contract Unit Price per Ton. Payment will be made under: Pav Item Pay Unit 403.50 Temporary Patching "foil The above prices and payments shall include full compensation for furnishing all labor. materials, tools, equipment. and incidentals and for doing all the work imoh°ed in Temporary Patching, including pavement cuttiug. excav ation. haul. disposal, surface preparation, and bituminous materials. complete-iu-place, as shovNlt on these plans. as specified in these specifications, and as directed Iry the Fngineer. Project specifications — Page 12 of 25 REVISION OF SECTION 604 INLET'S Section 604 of the Standard Specifications is hereby revised as follows: Subsection 604.01 is revised to include the following: This work shall consist of the removal and replacement ofexisting inlets and/or inlet decks, in accordance with these specifications, and in reasonably close conformity with the lines and grades shown on the plans or established by the Engineer. Subsection 604.05 is revised to include the following: As part of the "Reconstruct Inlet Deck" items. the CmCrete around the inlet as marked shall be removed and hauled from the site. The existing frame, grate, and angle iron face shall be salvaged and reused in the reconstruction of the inlet deck. All reinforcing steel encountered during removal shall be replaced with new steel of the grade and size as shown on the detail found herein. Reconstruct Inlet Deck shall include the deck reconstruction of existing inlets, including two, three and a half foot (35) transitions, measured from inside face of box, on each side. Inlets with openings greater than those defined on the detail shall be paid for as Reconstruct Inlet Deck, per each, plus InletDeck- Additional Opening, per lineal foot. Subsection 604.07 is revised to include the follow ill,-,: When concrete is to be removed and replaced around an existing grate without disturbing the deck or box. this shall not constitute Reconstruct Inlet Deck, l hcsc locations shall be measured and paid for separately under the items described in Revision of Sections 60S and 609 - Sidewalks. Curb and Guttcr, Drive Approaches_ Aprons and Crosspans found herein. Subsection 604.0E is revised to include the following: Payment will be made under: PAY ITEM UNIT 604.10 Reconstruct Inlet Deck - Catch Basin F.ach 004.11 Reconstruct Inlet Deck - Catch Basin Additional Foot Opening Lineal Foot 604.12 Reconstruct Cub Inlet Deck 4' Opening Each 604.13 Reconstruct Curb Inlet Deck - 4' Opening Additional Foot Opening Lineal Foot 604.14 Type 13 - Curb Inlet with Frame, Grate, and Adjustable Curb Bonnet f:ach 604.15 Concrete Sidewalk Culvert Fach 604.16 Metal Sidewalk Culvert - s/e" Plate Each Project Specifications - Page 13 of 25 REVISION OF SECTION 6414 INLETS 604.17 Additional Square Foot 5/8" Plate Square Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in lulcts, including demolition, disposal, reinforcement and replacement. complete -in -place, as specified in these specifications, as shown on the plans, and as directed by the Fngineer. Project Specifications — Page 14 of25 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB S. GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, AND CONCRETE PAVEMENT Sections 60S and 609 of the Standard Specifications are to be deleted and replaced with the City ofFort Collins "Design Criteria and Standards for Streets" July 1996, except as noted herein. Monolithic hybrids of curb, gutter, sidewalk and highback vertical curb and gutter will be replaced using the same configuration as it was originally installed, unless a flaw in its engineering should become apparent. In these cases the design may be modified by the Engineer. The finished exposed surface and edging of the concrete will match as closely as possible the surface treatment of the surrounding existing concrete. The mix designs for all types of concrete to be utilized shall be determined by the Contractor and submitted to the Engineer and approved a minimum of one week prior to the beginning of construction. Cement used shall conform to the Standard Specification for Portland Cement, ASTM C 150-85, AASHTO M85, Type I, Type 1/II, or Type 111. The air content shall be four (4) to seven (7) percent. "High Early" concrete shall be used for concrete repair locations. "High Early" concrete shall have a specified compressive strength ol'4000 psi and a mjninuwm 48 hour compressive strength ol'3000 psi. The type of concrete used for a particular location shall be approved by the Engineer. See also Section 2.05,'Rigid Pavement Design', and Section 4.2.4., 'Concrete Streets', of the City of Fort Collins Design Criteria and Standards fin Streets." Water Reducing Agents shall conform to AS I M C 494-82. Accelerating Agents shall conform to AS fAI C 194-5? Calcium Chloricle shall rrof be utilized as an accelerating agetll The Contractor shall furnish ❑ load slip containing the information required by AASI ITO M 157, Section 13, Subsection 13.1 and 13.21 with each batch of -concrete. In addition, the type of concrete (mix code) shall be shown on each load slip. Concrete delivered without a load slip containing complete information as specified will be subject to rejection. In locations where concrete pavement is replaced, the new pavement shall have a minimum thickness of 7" or a thickness of 1" thicker than the existing adjacent pavement slab. Existing pavement shall be saw cut to obtain a straight and neat edge for paving and shall be deep enough to cut through the entire pavement thickness. Alljoints shall be sealed with an asphalt, or approved equal. filler compound. The top of the new pavement shall be even xvith the existing concrete pavement. The concrete shall be consolidated with a mechanical vibrator. All construction joints shall be doweled except for expansion joints and joints along existing curb and gutter. In locations where concrete pavement is being replaced, the construction joint (s) shall be constructed in accordance with the detail for "Concrete Constuction .loint" contained herein. This item will not be measured or paid for separately under the terms of this contract. The maxinnim spacing for transverse joints in crosspans and concrete pavement shall be ten (10) feet. Curing materials shall be white pigmented liquid linseed oil based orpai affin based curing compound, and shall conform to ASTM Specification C 309-81 Type 11, Class B. The application rate for curing compound shall be 150 sq. ft./gal. for all concrete. The curing compound shall be applied immediately upon completion of the finishing. In locations where a portion of the apron and!or crosspan, the apron or crosspan only are being replaced, or a crosspan is poured in sections, the construction -joint (s) shall be constructed in accordance with the detail for "Concrete Construction Joint" contained herein. This item will not be measured or paid for separately under the terns of this contract. Project Specifications — Page 15 of 25 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CU1213 & GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, AND CONCRETE PAVEMENT Aggregate Base Course shall meet the grading requirement for Class 5 (Road Base) or Class 1 (Pit Run) Aggregate Base Course. Class 5 Aggregate Base Course shall be used in all locations where the depth is less than two feet. In locations where the depth is greater than two feet, both Class 1 and Class 5 Aggregate Base Course shall lie used as directed by the Engineer. Restoration of landscape shall he in accordance with "Revision of Section 107 - Protection and Restoration of Property and Landscape" found herein. The time frame for restoration shall be within two (2) working days from the time the concrete was placed for backfill with topsoil and by no later than the end of the first working day of the following week for sod replacement. The Contractor shall be responsible for the protection of the subgrade/base course until the concrete is placed. The Contractor shall protect the concrete against moisture loss, rapid temperature change, rain, flowing water, mechanical injury, pedestrian and vehicular traffic, and Contractor's equipment for a minimum of 36 hours after the placement of curing compound for 48 hour high early concrete. Asphalt patching against fresh concrete shall not be permitted during the time Games for protection of concrete stated above. The debris immediately adjacent to a concrete repair location shall be completely cleaned up on the work day following the placement of the concrete. If required, the concrete shall be protected as stated above. Any damage caused during the cleanup process shall be the Contractor's responsibility. The Contractor shall utilize forms approved by the Lnejneer for the tabulation of concrete quantities. Pawnent %vill he made under: PAS' ITF Nt UNIT 608.01 Rcrum c and I lain Fillets FA 608.02 Apron - Remove & Replace SF 608.03 Crosspan - Remove & Replace SF 608.04 DriveoWr Curb. Gutter and 4" Sidewalk Remove & Replace LF 608.05 Drivcover Curb. Clutter and 6" Sidewalk Remove & Replace LF 608.00 Duweaver Curb and Gutter - No Sidewalk Remove & Rcplacc LF 608.07 Urivem er Curb, Gutter and Drive Approach Renwre and Replace LF 608.08 Vertical Curb, Gutter and 4" Sidewalk Remove & Replace IT Project Specifications - Page 16 of 25 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB & GUTTER, DRIVE APPROACIIhS, APRONS, CROSSPANS, AND CONCRETE PAVEMENT PAY ITEM UNIT 608.09 Vertical Curb, Gutter and 6" Sidewalk Remove & Replace LF 608.10 Vertical Curb and Gutter - No Sidewalk Remove & Replace LF 608.11 Vertical Curb, Gutter and Drive Approach Remove & Replace LF 608.12 Vertical Curb, Gutter and Drive Approach No Sidewalk - Remove & Replace LF 608.13 Vertical Outfall Curb and Gutter Remove & Replace IT 608.14 Hollywood Curb, Gutter and 4" Sidewalk LP Remove & Replace 608.15 Hollywood Curb, Gutter and 6" Sidewalk LF Remove & Replace 608.16 Ilollywood Curb and Gutter - No Sidewalk I F Remove & Replace 008.17 Hollywood Curb, Gutter and Drive Approach Remove and Replace LF 608.18 Highback Curb and Gutter - No Sidewalk LF Remove & Replace 608.19 Highback Curb, Gutter and Drive Approach LF Remove & Replace 608.20 Pedestrian Access Ramp, Driveover Curb Remove & Replace LF 608.21 Pedestrian Access Ramp, Vertical Curb Remove & Replace LF 608.22 Pedestrian Access Ramp, I lllywood Curb Remove and Replace LF 608.23 Pedestrian Access Ramp, Highback Curb Remove and Replace SF 608.24 4" Flatwork - Remove & Replace SF 60825 6 " Flat work - Remove & Replace SF Project Specifications - Page 17 of25 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB & GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, AND CONCRETE PAVEMENT PAY ITEM UNIT 608.26 Replace Flatwork - 1 " Additional Depth SF 608.27 4' Valley Pan - 6" Depth SF 608.28 Aggregate Base Course - CIP TON 608.29 Aggregate Base Course - Placement Only TON 608.30 8" Alley Paving Remove & Replace 608.31 Highback Alley Approach (8") SF Remove & Replace LF 608.32 Expansion & Caulking LF Sawcutting shall be considered a subsidiary obligation of the Contractor, and shall not be measured or paid lursepal atcIv under the terms of this contract. Pav Item 608.23, Pedestrian Access Ramp, Highback Curb, shall be measured by the square foot. "I'he length shall be measured from the lip of the gutter to Tile top of the transition at the back of the ramp, and the width shall be measured at the midpoint. "Iii�_,hback Curb, Gutter and Dri%c Approach" and'"I-lighback Alley Approach" shall include 4 feet behind the back of tile curb, and shall be measured in the flow line from the point of curvature on each radius. Expansion joint material shall be installed every 500' in long runs and between new structure slabs and existing concrete slabs, x�here called for and around fire hydrants, poles, inlets. sidewalk under -drains, mid -block ramps, radius points at intersections, and other fixed objects, i.e. ends ofsidewalk slabs and curbs. Expansioni.oint material must be set vertical and installed in accordance with the CDO'f M&S Standards for Concrete Pavement Joints. The joint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section 412.18 lu general, Aggregate Base Course used in preparation of the subbase will not he measured and paid for separately unless approved by the Engineer. Aggregate Base Course used in areas where the subbase requires over excavation will be measured and paid for separately, and the cost shall include excavation. The Contractor shall notifv the Engineer of areas to be excavated that may require payment for Aggregate Base Course. I he Engineer shall determine if payment shall be made for Aggregate Base Course. I he above prices and payments shall include fill compensation for furnishing all labor, materials. tools, equipment, and incidentals, and for doing all the work involved in Sidewalks, Curb & Gutter, Drive Approaches. Aprons, Crosspans, and Concrete Pavement, complete -in -place, including removal, haul and disposal, as shomi on the plans, as specified in these specifications, and as directed by the Engineer. Project Specifications— Page IS of25 SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630Cer.tificate of Insurance 00635 Certificate of Substantial Completion 00640Certificate of Final Acceptance 00650Lien Waiver Release (CONTRACTOR) 00660Consent of Surety 00670Application for Exemption Certificate REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Section 614 of the Standard Specifications is hereby revised as toIIovVs: Subsection 614.15 shall be revised as follows: This work shall consist of furnishing, installing, moving maintaining and removing temporary traffic signs, advance warning arrows panels, barricades, channelizing devices, and defineators as required by the latest revision of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the City of Fort Collins' "Work Area Traffic Control Handbook", Anne 1989 with Revisions dated May 29, 1991, and the City ofFort Collins' "Design Criteria and Standards for Streets, Subsection 1.4. "Barricades, Warning Signs, Signal Lights"...luly, 1986. In the event of a conflict between the MUTCD criteria and the 0ty's criteria, the City's criteria shall govern. When a device is not in use, the Contractor shall remove it from the project for the period it is not needed. Devices temporarily not in use shall, as a minimum, be removed from the area. Moving will include devices removed from the project and later returned to use. Payment shall be made for the maximum number of each type of traffic control device being used at one given time per day. Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, hicvchsts and vehicles. Traffic control devices shall be removed front the site immediately upon completion of the work for any street(s). Subsection 014.16 shall inclucle the following: All traffic control devices placed for this project must nice( or exceed the miniuunnl standards set forth in the MUTC'D. All trdiic control devices shall be clean and in good operating condition when delivered and shall be maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed oil( infomnation or any other f?mn of defacement that detracts from the purpose for which they are intended (i.e. crossed out intbrnation, information written in long -hand style, etc.) Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to avoid confusion to motorists traveling in the opposite direction and other potentially affected parties, such as residents affected by any information the sign may present. Subsection 614.20 shall be revised as follows: Traffic control through the construction areas is the responsibility of the Contractor. For all locations, a Trattic Control Plan shall be prepared. The Traffic Control Plans shall be on City supplied forms. The 7 raftic Control Plans shall be submitted for approval to the Engineer by 12:00 noon, two working days prior to the commencement of work. (Note: Traffic Control Plans for work done on Monday and Tuesday shall be submitted the previous Friday by 9:00 a.m.) All plans shall be delivered to City Engineering, 281 North College Avenue. Facsimiles of plans shall not be allowed. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work, as well as the Conuactor's tbrleiture of payment for all work and materials at that location, with no adjustment in the contract tine. Prgieet Specifications- Page 19 of 25 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES fhe Traffic Control Plan shall include, as a minimum. the following: (I) A detailed diagram which shows the location of all sign placements, including advance construction signs (if not previously approved) and speed limit signs; method, length and time duration for lane closures, and location of flag persons. (2) A tabulation of all traffic control devices shown on the detailed diagram including; but not limited to: construction signs; vertical panel; vertical panel with light; Type 1, Type II, and Type III barricades; cones, drum channelizing devices; advance warning flashing or sequencing arrow panel. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. (3) Number of flaggers to be used. (4) Parking Restrictions to be in affect. Approval of the proposed method of handling traffic is intended to indicate those devices for which payment is to be made. Such approval does not relieve the Contractor of liability specifically assigned to him under this contract. Parking Restriction Plans shall be submitted and approved which show the location and quantity of "NO PARKING" signs, the date to be placed, and the date to be removed. The plans shall be prepared on City supplied forms. The Parking Restriction Plans shall be submitted to the Engineerby I2:00 noon, hvo working days prior to the Commencement of work. (Note: Parking Restriction Plans for work done on Mondav and Tuc.Sclac shall be ..Submitted the previous Friday by 9:00 a.m.) All plans shall be delivered to Citv Engineering, )81 North College Avenue. Facsimiles ofplans shall not be allowed. No phase of the construction shall start until the Parkin-, Restriction Plan has been approved. Failure to have an approved Parking Restriction Plan Shall constitute cause for the City to stop work, as well as the Contractor's forfeiture ofpawnent for all work and materials at that location, with no adjustment in the conlracl time. Subsection 61421 shall be revised as tollows Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a current American Traffic Safety Services Association (A I SSA) certification as a Worksite Traffic Control Supervisor or Colorado Contractor's Association (CCA) certification as a -Traffic Control Supervisor. (Proof ofcertification ication shall be presented to the City fraftic Control Manager, and when requested by a City representative. for each 'fCS utilized on this project.) One TCS shall be designated as the Head TCS. The Bead TCS shall have a minimum of one year experience as a certified TCS. The Head TCS shall be on site at all times during the construction. Qualifications shall be submitted to the Engineer for approval a minimum of one week prior to commencement of the work. Ilie "fCS shall be equipped with a cellular phone. Ilie cost of this phone shall be incidental to the day or hour pay unit for fCS. It is the intent of the specifications that the Head TCS be the same throughout the project. If the Head TCS is to be replaced during the project, the Engineer shall be giaen a minimum of one (1) weeks notice and qualifications shall be submitted for approval for the replacement. fhe Head TCS will be paid for under the TCS item Project Specifications Page 20 ot25 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES The TCS's duties shall include, but not be limited to: (1) Preparing, revising and submitting Traffic Control Plans as required. (2) Direct supervision of project Ilaggers. (3) Coordinating all traffic control related operations, including those of the Subcontractors and suppliers. (4) Coordinating project activities with appropriate police and fire control agencies, Transfort. school districts and other affected agencies and parties prior to construction. Typed hand delivered notification to all businesses and residents at least 24 hours prior to construction. (Thenotificalion of residents and businesses may be accomplished by a representative of the TCS.) (5) Maintaining a project traffic control diary which shall become part of the City's project records. (6) Inspecting traffic control devices on every calendar day for the duration of the project. (7) Insuring that traffic control devices are functioning as required. (8) Overseeing all requirements covered by the plans and specifications which contribute w the convenience, safety and orderly movement of traffic. (9) Flagging. (10) Setting up traffic control devices. Notification of residents and businesses shall be the responsibility of the TCS and shall consist of distributim_ letters indicating the nature of the work to be completed. any special instructions to the residents (i.c. limits on lawn watering during concrete pouring, e(c.). the dates and times of the work, and the parking and access restrictions that will apply. as well as thorough inRnnnation placed on "NO PARKING" signs. Sample letters will be provided by the Engineer and ,hall be distributed prior to the commencement of each phase ofthe work. Letters shall be submitted with the Traffic Control Plans for approval. Approved letters shall be distributed a minimum of 24 hours prior to the commencement of work. (Note: The time frame criteria for distributing letters is the same as for posting "NO PARKING" signs.) The cost for preparing and distributing the letters shall be included in the cost for TCS. Traffic control management shall be maintained on a 24 hour per day basis. The Contractor shall makc arrangements so that the Traffic Control Supervisor or his approved representative will be available on cecry working day, "on call" at all times and available upon the Engineer's request at other than normal x+orking hours. The TCS's will be paid only for days tine Contractor works, and as directed by the Engineer. On weekends and other days the Contractor is not working, the TCS will not be paid. Time spent maintaining signs Oil the weekends, holidays, bad weather clays, and other days the Contractor does not work shall be included in the unit prices for the equipment. Time spent setting up equipment, modifying equipment, and maintaining equipment shall be included in the unit prices for the equipment. All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor. The I raffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work Arco Traffic Control Handbook", and Part VI of the MUTCD, pertaining to traffic controls for street and highwav Proiect Specifications - Page 21 of 25 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES construction, available at all times Subsection 614.23 shall be revised as follows Quantities to be measured for construction traffic control devices shall be the number of units of the various sizes and descriptions listed below: Construction Traffic Signs: Size A Signs - 0.01 to 9.00 Square Feet Size B Signs - 9.01 to 16.00 Square Feet "NO PARKING" Sign with Stand will be measured and paid for separately and not included in the item for Size A Signs. "NO PARKING" Sign with Stand shall consist of a metal sign attached to a device (stand) such as a Vertical Panel or Type I Barricade. The sign material and stand shall be approved by the Engineer. The sign material and stand will not be measured and paid for separately but shall be included in the Contract Unit Price for "NO PARKING" Sign with Stand. The cost for "NO PARKING" Sign with Stand shall include delivery, rental, setup, modification, maintenance, and pickup. "NO PARKING" signs must remain in place until the street is open to traffic. The "NO PARKING" signs shall be in effect for one or two days only. Traffic channelizing devices consisting of vertical panel, cones, or drum channelizing devices will be nncasurrd by the unit. Barricade warning lights shall be measured and paid for separately if approved by the t-n-ineer. Advance Warning Flashing or Sequencing Arrow Panels will be measured by the unit. The number of Traffic Control Supervisors shall be approved by the Engineer prior to each days work. "I he quantity to be neasured for Traffic Control Supervisor will be the number of authorized days performed by the I riff is Control Supervisor or his approved representative. An authorized day shall be any day, or portion of a day. authorized by the Fngineer, that construction operation would require a Traffic Control Srper-isor. "On Call" and project inspections on all other days will not be measured and paid for separateh, but shall be included in the work. The cost for setting up equipment, modifying equipment, and maintaining equipment (not including "NO PARKING' Sign with Stand) during authorized days shall be included in the Contract Unit Price for "I raftic Control Supervisor per day. If a TCS(s) is used for an authorized day, but not for the entire day, the I CS shall be paid at the Contract Unit Price for "'Traffic Control Supervisor" at the per hour rate. The quantity to be measured for flagging will be the total number of hours that flagging is actually used as authorized. Hours of flagging in excess of those authorized shall be at the Contractors expense. Flagger breaks shall be included in the Contract Unit Price for Flagging. The method for covering flaggei breaks shall be approved by the Engineer. Flagging outside of the construction work hours will not be paid for under the terms of this contract unless authorized in writing by the Engineer. Flagger stand-by time will not be paid for under the terms of this contract. In locations where traffic control is set up and the work is not performed due to Contractor caused delays, the traffic control shall not be paid for under the terms of this contract. The costs for advance warnine "NO PARKING' signs for periods in excess of24 hours prior to the advancement of work, including those instances when said signs have been changed or otherwise updated to reflect current schedules, will not he paid for under Project Specifications — Page 22 of 25 REVISION OF SECTION 614 "TRAFFIC CONTROL. DEVICES the termS of this contract unless authorized by the Engineer in writing. In addition, the Ow ier shall deduct from compensation due the Contractor $10.00 toy each traffic control device per day for said conditions, including "NO PARKING" signs and any signs which are not removed from the site immediately upon completion ofthe work. Subsection 614.24 shall be revised as follows: The cost for Traffic Control Devices, not including "NO PARKING" Sign with Stand, shall include delivery, rental, and pickup. I lie cost for setting up equipment, modifying equipment. and maintaining equipment will be paid for under the Contract Unit Price for TCS as described above. The cost for "NO PARKING" Sign with Stand shall include delivery, rental, setup, modification, maintenance, and pickup. Payment shall be full compensation for furnishing, erecting, maintaining, moving, removing and disposing of construction traffic control devices necessary to complete the work. All construction traffic control devices which are not permanently incorporated into the project will remain the property of the Contractor. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below Pav Item Unit 614.01 "NO PARKING" Sign with Stand Per Dav Per Each 614.02 Vertical Pauel Without Light Per Dav Per Each 614.03 I vpe 1 Barricade Wjthout Light Per Day Per Lach 614.04 "fvpc 11 Ban icade Without Light Per Day Per Each 614.05 1 ype III Barricade Without Liglit Per Day Per Each 614.06 Size A Sign With Stand Per Day Per Each 614.07 Size B Sign With Stand Per Day Per Each 614.OS Size A Specialty Sign Cost of Manufacturing Each 614.09 Size B Specialty Sign Cost of Manufacturing Each 614.10 Cone With ReflectiN°e Strip Per Day Per Each 6 14.11 Safety Fence Per Dav per Roll 614.12 Light - Steady Burn Per Day Per Each 614.13 Light- Flashing Per Day Per Each 614.14 Advance Warning Flashing or Project Specifications Page 23 or25 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Sequencing Arrow Panel Per Unit Per Day 614.15 traftic Control Supervisor Per Dav 614.16 'traffic Control Supervisor Per (lour 614.17 Flagging Per Fach Per Hour I'lie initial manufacturing will be paid for Specialty Signs per unit and the actual use paid for under the appropriate unit cost for Size A or Size B sign. This item shall apply to new signs only. Once manufactured, they may be used throughout the project. Upon completion of the work, die Specialty Signs shall be returned to the Contractor. I'lagger hand signs will not be measured and paid for separately, but shall be included in the work. The flaggers shall be provided with electronic communication devices when required. These devices will not be measured and paid for separately, but shall be included in the work. I he cost ol'batteries, electricity and/or fuel for all lighting or warning devices will not be paid for separately but will be considered subsidiary to the item. Sand bags will not tic measured and paid Rir separately, but shall be included in the work. the Contractor may provide larger construction tul he signs than those typically used in accordance with the MU I ( 1), if approved; however, payment will be made I -or the typical panel size. "['lie City shall not be responsible for any losses or damage due to theft or vandalism. Project Specifications — Page 24 of 25 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES SPECIAL CONDITIONS FOR WORK ON ARTFRIALS .AND COLLECTORS NOTE: CROSS STREET "IRAEFIC SHALLBE MAIN I AIM:D AT ALLTIMES UNLESS AUTHORIZED BY 11IF ENGINEER IN WRITING. NOTE: FULL CLOSURES ON ARTERIAI.S AND COLLECTORS, INCLUDING THOSE LIS"FED ABOVE, WILL BE ALLOWED UNDER EXTREME CIRCUNISTANCES AND ONLY UPON APPROVAL OF 'FILE ENGINEER. PLANS SHALL BE APPROVED A MINIMUM OF ONE WEEK PRIOR TO THE COMMENCEMENT OF WORK AND/OR 7ltE TIME REQUIRED TO ADEQUATELY NOTII-Y I-IIFi PUBLIC THROUGII 'l HE MEDIA. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: FULL CLOSURES ON ALL RESIDENTIAL S"FIZLF I SHALL BE ALLOWED AS SHOWN ON "IMF. TRAFFIC CONTROI. PLANS. Project Specifications — Pagc 25 of 25 SECTION 01010 SUNEMARY OF WORK 1.1 DESCRIPTION OF WORK A. This work shall consist of the removal and/or installation of concrete curbs, gutters, sidewalks.. crosspans, aprons, drive approaches and pedestrian access ramps, and placement of temporary asphalt patching adjacent to new concrete, on designated streets in the City of Fort Collins. Specific locations are described in Section 02500, Ouantity Estimate. Q. Protection and Restoration. 1. Replace to equal or better conditions all items removed and replaced or damaged during construction. Restore all areas disturbed to match surrounding surface conditions. Also see tree protection standards. C. Construction Hours 1. Construction hours, except for emergencies, shall be limited to 7:00 a.m. to 5:00 p.m., Monday through Friday, unless otherwise authorized in writing by the Engineer. After hour equipment operation shall be in accordance with Section 1560. 2. Any work performed by the Contractor outside of the construction hours, whether or not authorized by the Engineer, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds to cover the Owner's costs in providing field engineering and/or inspection services because of such work. "file cost for field engineering and inspection shall be $50.00 per hour. 12 No TO PRIVATE OWNERS AND AUTIIORITIES V Notify private ooaners of adjacent property, utilities, irrigation canal, and affected governmental agencies when prosecution of the \Fork may affect them. 13. Give notification 48 hours in advance to enable affected persons to provide for their needs \c hen it is necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items which would affect their daily operation. E. Rick Richter and/or Erika Keeton will be the ENGINEER (Project Engincer,'Manager). Rick Richter 970-221-6798 Mobile 970-222-1132 Erika Keeton 970-221-6605 Mobile 970-222-0787 1'. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. General Requirements - I UfILITILS water: City of Port Collins. Colorado 221-6681, Meter Shop 221-6759 Storm Sewer: City of Fort Collins, Colorado 221-6589 Sanitary Sewer: City of Port Collins, Colorado 221-6681 Electrical: City of Fort Collins, Colorado 482-5922, 22 1-8553 Gas: Public Seim°ice Company of Colorado 482-5922,221-8553 Telephone: Qwest Communications 484-0300,226-6310 Traffic Operations: City ofF't. Collins, Colorado 221-6608 Cable Television: A-f & 1 493-7400 *Utility Locales Under One -call Svslem 1-800-922-1987 AGENCIES Safety: Occupalional Salcty and I lealth Administration (OSHA): 844-3061 Fire: Poudre Fire Authority Non -Emergency: 221-6581 Emergency: 911 Police: City of Fort Collins Police Department Non -Emergency: 221-6550 Emergency: 911 Postmaster: US Postal Service: 225-411 1 Transportation: Translorl: 221-6620 1 raffic Engineering: 221-6608 END OF SECTION General Requirements - 2 Larimer County Sheriffs Department: Non -Emergency: 221-7177 Ambulance: Poudre Valley Hospital Non -Emergency: 484-1227 Emergency: 911 SECTION 01040 COORDINATION 1.1 GI:NER:\1-CONTRACTOR RESPONSIBILITIES A. Coordinate operations under contract in a manner which will facilitate progress of the Work. The Contractor shall also coordinate with the Landscape Contractor whose AVork is separate fi-om the General Contractor's contract. B. Contemn to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the service of Such utilities, agencies, or public safety. C. Coordinate operations under contract with utility work to allow for efficient completion of the Work. D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to pro% ide satisfactory access at all times and keep them infonued at all times. 1.22 CONFERENCES A. A Pre-consu-uction Conference will be held prior to the start of construction. 1. Contractor shall participate in the conference accompanied by all major Subcontractors, including the Traffic Control Supervisor assigned to the project. 2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to project. 3. I he Fmmneer shall invite all utility companies involved. d. "fhc Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated Schedules. �. "I he I'm-,ineer shall introduce the project Representatives. B. Additional project coordination conferences will be held prior to start of -construction for coot (ination ofthe Work, rcfimm-, project schedules, and utility coordination. 1;nsinecr may hold coordination conferences to be attended by all involved when Contractor's operations allccts, or is a lected hv. the work of others. 1. Conti actor shall participate in such conferences accompanied by Subcontractors as required by the Engineer. 1.3 PROGRESS MEETINGS A. Contractor and Engineer's Project Representatives shall schedule and hold regular progress meetings at least weekly and at other times as requested by the Engineer or required by the progress of the Work. B. ;Vtendance shall include: 1. Contractor and Superintendent. 2. Owner's Representatives. >. I�ngineer and Resident Project Representative. 4. fraflic Control Supervisor >. Otherrs as may be requested by Contractor, Engineer or Owncr. General Requirements - 3 00600 PERFORMANCE BOND Bond No. 791821 KNOW ALL MEN BY THESE PRESENTS: that (Firm) Vogel Concrete, Inc. (Address) 1313 Blue Spruce Drive, Suite B Fort Collins, CO 80524 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as "the Principal," and (Firm) Inland Insurance Company (Address) P. O. Box 80468 Lincoln, NE 68501 hereinafter referred to as "the Surety", a corporation authorized to do business in the State of Colorado, are held and firmly bound unto the City of Fort Collins, 300 West LaPorte Avenue, Post Office Box 580, Fort Collins, Colorado 80522, a Municipal Corporation, hereinafter referred Six Hundred Forty One Thousand Three to as "the Owner", in the penal Sum of Hundred Thirty Nine Dollars and 40/100 ($641,339.40 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Construction Agreement with the Owner, dated the 1st day of April 2003, a copy of which is hereto attached and made a part hereof for the performance of City of Fort Collins Renewal Agreement for 2003 Concrete Project - Phase 1, Bid No. 5717, City of Fort Collins, Colorado NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Construction Agreement during the original term thereof, and any extensions thereof which may be granted by the Owner, Page 1 of 3 C. Minimum agenda shall include: 1. Review of work progress since last meeting. 2. Identification and discussion of -problems affecting progress. 3. Review of any pending change orders. 4. Revision of Construction Schedule as appropriate. D. The Engineer and Contractor shall agree to weekly quantifies at the progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay estimates. FND OF SECTION General Requirements - 4 SECTION 0 13 10 CONSTRUCTION SCHEDULES 1.1 GENERAL A. The contractor shall prepare a detailed schedule of all construction operations and procurement alter review of tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor intends to meet the milestones set forth. 1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. 1.2 FORMAT AND SUBMISSIONS A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. B. Submit two copies of each schedule to Owner for review. 1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. C. The schedule must show how the street, landscaping and various utility work will be coordinated. 1.3 CONTENT A. Construction Prot-m-ess Schedule. I. Show the complete work sequence of construction by activity and location. 2. Show changes to traffic control. 3. Show project milestones H. Report of delivery of equipment and materials. 1. Show delivery status of critical and major items of equipment and materials. 2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements for equipment and materials, reference Section 01340. 1.4 PROGRESS REVISIONS A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when requested by Owner or Engineer, and with each application for progress payment. B. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. C. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. "fhe elicct of changes on schedules of others. General Requirements - 5 1.5 OWNER'S RESPONSIBILITY A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the Project. B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, techniques. sequences and procedures of constriction as provided in the General Conditions. END OF SECTION General Requirements - 6 SECTION 01330 SURVEY DATA 1.1 SURVEY REOUIREME.NTS A. The Owner will provide the construction surveying for the street and landscaping improvements. City Survey Crews will perform the surveying required. B. The Contractor must submit a survey request form to the City Surveyors a minimum of48 hours prior to needin sut�-cuing. If the requested surveying catmot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the Contractor with the date on which the requested work will be completed. 1). Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime. the Contractor shall pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or consu-ction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. fhe Contractor will be responsible for the cost of re -staking construction stakes and for the cost of re-establishing a destroyed monument. 1 . fhc Contractor shall tie responsible for transferring the information from the construction stakes to any necessary forms and for constructing all pipelines, drainage ways pavements, inlets, walls, and other stntctures in accordance with the information on the stakes and grade sheets supplied by the Owner. END OI SR-1-10N General Requirements - 7 SECTION 01340 SHOP DRAWINGS LI GENERAL A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections. 1. Engineer will not accept Shop Drawings or other submittals from anyone but Contractor. B. Schedule: Reference Section 0 13 10. Construction Schedules. Submittals received by Engineer prior to the time set forth in the approved schedule will be reviewed at any time convenient to Engineer before the time required by the schedule. C. Any need for more than one re -submission, or any other delay in obtaining Engineer's review of'submittals, will not entitle Contractor to extension of the Contract Timc unless delay of the Work is directly caused by failure of Engineer to return any scheduled submittal within 10 days after receipt in his office of all information required for review of the submittals or for any other reason which prevents Engineer's timely review. Failure of Contractor to coordinate submittals that must be reviewed together will not entitle Contractor to an extension of Contract Time or an increase in Contract Price, D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication. E. Do not use materials or equipment for which Shop Drawings or samples are required until such submittals_ stamped by Contractor and properly marked by Engineer, are at the site and available to workmen. F. Do not use Shop Drawings which do not bear Engineer's mark "NO EXCEPTION TAKEN" in the performance of the Work. Review status designations listed on Engineer's submital review stamp are defined as toIIows: 1. NO EXCEPTION TAKEN Signifies material or equipment represented by the submittal conforms with the design concept, complies w°ith the inlormationgiven in the Contract Documents and is acceptable for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related work. Copies of the wbunnal arc to be transmitted for Final distribution. 2. REVISE AS NOTED Signifies material or equipment represented by the submittal conforms with the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work in accordance with Engineer's notations. Contractor is to proceed with the Work in accordance with Engineer's notations and is to submit a revised submittal responsive to notations marked on the returned submittal or written in the letter of transmittal. 3. REJECTED Signifies material or equipment represented by the submittal does not conform with the design concept or comply with the information given in the Contract Documents and is not acceptable for use in the Work. Contractor is to submit submittals responsive to the Contract Documents. General Requirements - 8 4. FOR REFERENCE ONLY Signifies submittals which are for supplementary information only; pamphlets, general information sheets; catalog cuts, standard sheets, bulletins and similar data, all ol'which are useful to Fneineer or Owner in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the information given in the Contract Documents. Engineer reviews such submittals for general information but not for substance. 1.2 SHOP DRAWINGS A. Include the following information as required to define each item proposed to be furnished. I. Detailed installation drawings showing foundation details, and clearances required for construction. 2. Relation to adjacent or critical features of the Work or materials. 3. Field dimensions, clearly identified as such. 4. Applicable standards, such as ASTM or Federal Specification numbers. 5. Drawings, catalogs or parts thereof, manufacturer's specifications and data, instructions, performance characteristics and capacities, and other information specified or necessary: a. For Engineer to determine that the materials and equipment conforni with the design concept and comply with the intent of the Contract Documents. b. For the proper erection, installation, and maintenance of the materials and equipment which Engineer will review for general information but not for substance. c. For Engineer to determine what supports, anchorages, structural details, connections and services are required for materials and equipment, and the effect on contiguous or related structures, materials and equipment. 6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable Engineer to review the information effectively. B. Manufacturer's standard drawings, schematics and diagrams: I . Delete information not applicable to the Work. 2. Supplement standard information to provide information specifically applicable to the \\ ork. C. Format. 1. Present in a clear and thorough manner. 2. Minimum sheet size: 8 '/z" x 1 1 ". 3. Clearly mark each copy to identify pertinent products and models. 4- Individually annotate standard drawings which are furnished, cross out items that do not apply. describe exactly which parts of the drawing apply to the equipment being furnished. 5. Individually annotate catalog sheets to identify applicable items. 6. Reproduction or copies of portions of Contract Documents: a. Not acceptable as complete fabrication or erection drawings. b. Acceptable when used as a drawing upon which to indicate information on erection or to identify detail drawings. 7. Clearly identify the following: a. Date of submission. b. Project title and number. c. Names of Contractor, Supplier and Manulitcturer. d. Specification section number, specification article number for which items apply, intended use of item in the work, and equipment designation. e. Identify details by reference to sheet, detail, schedule or room numbers shown in the Contract Documents. f. Deviations from Contract Documents. General Requirements - 9 g. Revisions on re -submittals. It. Contractor's stamp, initiated or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria. and coordination of the information within the submittal with requirements of the Work and the Contract Documents. IA S(!BNIISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of anv other contractor. B. Minimum number required: 1. Shop Drawings. a. Three (3) copies minimum, two (2) copies which will be retained by Engineer. Eq RE -SUBMISSION REQUIREMENTS A. Make corrections or changes required by Engineer and resubmit until accepted. 13_ In writing call Engineer's attention to deviations that the submittal may have from the Contract Documents. C. In writing call specific attention to revisions other than those called for by Engineer on previous submissions. D. Shop Drawings. 1. Include additional drawings that may be required to show essential details of any changes proposed by Contractor along with required wiring and piping layouts. END Of SECTION General Requirements - 10 SECTION 01410 TESTING 11 GFNIIi:U, A. Provide such equipment and facilities as the Engineer may require for conducting field tests and for collecting and tbnsarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product which becomes unfit for use after approval hereof shall not be incorporated into the work. 13. AI I materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. bests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM). D. Where additional or specified inforniation concerning testing methods, sample sizes, etc., is required, such iufiumation is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. 1.2 O\VNFIt'S RESPONSIBILITIES A. Owner shall be responsible for and shall pay all costs in connection with testing for the following: 1 . ' soil tests, except those called fix under Submittals thereof _. Tests not called for by the Specifications of materials delivered to the site but dectued necessary_ by Owner. 3. C'oncrete test, except those called for antler Submittals thereof. 1 .3 CON IRAC"I OR'S RESPONSIBILITIES V In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible fir and shall pay all costs in connection with testing required for the following: 1. All performance and field testing specifically called for by the specifications. 2. All retesting for Work or materials found defective or unsatisfactory, including tests covered under 1.2 above. 3. All minimum call out charges or stand by time charges from the tester due to the Contractor's failure to pave, pour, or fill on schedule for any reason except by action of the Engineer. B. Contractor shall notify the Project Engineer 48 hours prior to performing an operation that would require testing. 1.4 CONTRACTOR'S QUALITY CONTROL SYS'I IAI A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests ofall items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers emploved by the ON5ner. The Contractor's control system shall specifically include all testing required by the various sections of these Specifications. General Requirements - 1 l B. Superintendence: The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work. The Superintendent shall have adequate experience to perform the duties of Superintendent. C. Contractor's quality control system is the means by which he assures himself that his construction complies With the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed constRiction schedule. 1). Records: Maintain correct records on an appropriate fimn for all inspections and tests perfornted. instructions received from the Engineer and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been perfornied (including type and number of inspections or test. nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken. Document inspections and tests as required by each section of the Specifications. Provide copies to Engineer weekly. LND OF SECTION General Requirements - 12 SECTION 01510 TEMPORARY UTILITIES 1.1 U"fILITIES A. Furnish all utilities necessary for construction. B. Make arrangements with Owner as to the amount of water required and time when veater vyill he needed. 1. Meters may be obtained through the Water Utility Meter Shop at 221-6759 2. Unnecessary waste of water will not be tolerated. C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor. 1.2 SANITARY FACILITIF,S A. Furnish temporary sanitary facilities at each site for the needs of construction workers and others performing work or furnishing services on the Project. B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Enforce the use of such sanitary facilities by all personnel at the site. D. Obscure from public View to the greatest practical extent. END OF SECTION General Requirements - 13 with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Contract Agreement, and shall fully indemnify and save harmless the Owner from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in anyway affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in three counterparts, each one of which shall be deemed an original, this 8th day of April , 2003. IN PRESENCE OF: (CORT'.JRATE SEAL) Principal Vo gr e, Inc. By: (Title) 1313 Blue Spruce Drive, Suite B Fort Collins, CO 80524 (Address) Page 2 of 3 SECTION 01560 TEMPORARY CONTROLS 1.1 NOISP CON IROI. A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient perforniance of the Work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. 1.2 DUST CONTROL A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing. B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. 1. Chemical dust suppressant shall not be injurious to existing or future vegetation. 1.3 POLLUI ION CONTROL A. Prevent the pollution of drains and water courses by sanitary wastes, concrete, sediment, debris and other substances resultine from construction activities. I . Retain all .puu oils, hydraulic fluids and other peuolcum fluids in containers for disposal off the site. 2. Prev ent scdimeut, debris or other substances from entering sanitary sewers, storm drains and culverts. 1.4 EROSION CONTROL A. bake such measures as are necessary to prevent erosion of soil that might result from construction activities. Measures in general will include: a. Control of runoff: b. 'Trapping of sediment. C. Minimizing area and duration of soil exposure. d. T emporary materials such as hay bales, sand bags, plastic sheets, riprap or culverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to construction acm sties. B. Preserve natural vegetation to greatest extent possible. C. Locate temporary storage and route consU-uctinn traffic so as to preserve vegetation and minimize erosion. D. Comply with the City of Port Collins Stone Drainage Erosion Control Manual. General Requirements - 14 I .> FRAFF1C CONTROL A. Maintain traffic control in accordance with the "Manual of Uniform Traffic Control Devices" (MU'f('D), the City of Fort Collins' "Work Area Traffic Control Handbook", and the Larimer County Urban Area Street Standards. In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. 1.6 HAUL ROUTES l'he Engineer reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads. Thcse pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements, and/or pavements whose condition would be significantly damaged by heavy loads. END OF SECTION General Requirements - 15 SECTION 01700 CONTRACT CLOSEOUT I.1 CLEANING AND RESTORAI ION A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work was begun. This will include providing tabor, equipment and materials for cleaning, repairing and replacing facilities damaged or soiled during construction. The Engineer will be the judge of the degree of restoration required. 1.2 PROJECT RECORD DOCUMEN"I'S A. Maintain ou the job site, and make available to the Engineer upon request, one cu reut marked -up set of the drawings which accurately indicate all approved variations in the completed work that differ front the design information shown on the drawings. Further, these drawings should reflect all underground obstacles encountered. These record drawings along with any survey records, photographs and written descriptions of said work as may be required by the Engineer shall be submitted prior to project acceptance. END OF SECTION General Requirements - 16 SECTION 01800 METHOD OF MEASUREMENT AND BASIS OF PAYMENT 1.1 DEFECTIVE WORK A. Owner will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance. 1.2 131D PRICE A. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a pay item in the Bid Forni shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid for the various items of Work. 13. Prices shall include all costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment and tools; and performing all labor and supervision to fully complete the Work. C. Unit prices shall govern over extensions of stuns. D. Unit prices shall not be subject to renegotiation. 1.3 FSTIMATED QUANTITIES A. All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of tlne Work and fot the propose of comparing the bids submiucd to the Work. 'I he basis of payment shall be the actual amount of materials furnished and Work clone. B. Contractor agrees that lie will make no claim for clamagcs, anticipated profits, or othcn\ks on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated anwunt therefor. END OP SFC' l'[ON General Requirements - 17 IN PRESENCE OF: IN PRESENCE OF: Kar A. Feggestad, IYenver, Colorado (SURETY SEAL) Other Partners By: By: By: S urery Inland Ins an a Com ny By• Attorney -in -Fact teleste T. Moore -Helms P. O. Box 80468 Lincoln, NE 68501 (Address) NOTE: Date of Bond must not be prior to date of Construction Agreement. If Contractor is Partnership, all partners should execute Bond. Page 3 of 3 00601 PAYMENT BOND Bond No.791821 KNOW ALL MEN BY THESE PRESENTS: that (Firm) Vogel Concrete, Inc. (Address) 1313 Blue Spruce Drive, Suite B Fort Collins, CO 80524 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as "the Principal", and (Firm) Inland Insurance Company (Address) P. O. Box 80468 Lincoln, NE 68501 hereinafter referred to as "the Surety", a corporation authorized to do business in the State of Colorado, are held and firmly bound unto the City of Fort Collins, 300 West LaPorte Avenue, Post Office Box 580, Fort Collins, Colorado 80522, a Municipal Corporation, hereinafter referred Six Hundred Forty One Thousand Three to as "the Owner," in the penal Sum of Hundred Thirty Nine Dollars and 40/100 ($641,339.40 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Construction Agreement with the Owner, dated the 1 st day of April , 2003, a copy of which is hereto attached and made a pan hereof for the performance of City of Fort Collins Renewal Agreement for 2003 Concrete Project - Phase 1, Bid No. 5717, City of Fort Collins, Colorado NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such Construction Agreement, and any authorized extension or Page i of 3