Loading...
HomeMy WebLinkAbout108423 VOGEL CONCRETE - CONTRACT - BID - 5717 CONCRETE PROJECT PHASE ISPECIFICATIONS AND CONTRACT DOCUMENTS FOR CONCRETE PROJECT PHASE I BID NO. 5717 RENEWAL OF BID #5717 JUNE 30, 2003 - JUNE 29, 2004 SECTION 00600 BONDS AND CERTTFICATES 00610 Performance [fond 00615 Payment Bond 00630Certificate of Insurance 00635Certificate of Substantial Completion 00640Certificate of Final Acceptance 00650Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670Application for Exemption Certificate 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 Surery", 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", to 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 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. Principal IN PRESENCE OF: Vogel C r te, IrLc. By. (Title) 1313 Blue Spruce Drive, Suite B Fort Collins, CO 80524 (CORPORATE SEAL) (Address) Page 2 of 3 IN PRESENCE OF: IN PRESENCE OF: 4engge*Dner. Other Partners By: By: By: Surety Inlan I u nce C mpa y B Attorney-in-Fac Celeste T. Moore -Helms P. O. Box 80468 Lincoln, NE 68501 (Address) (SURETY SEAL) 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 Bond No.791821 PAYMENT BOND 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 401100 ($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 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 1 of 3 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: C.t (CORPORATE SEAL) Principal Vogel Co e , 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: Karen A. Feggestad Denver Colorado (SURETY SEAL) In S urety /J//s Inian In ra ce Cony Attorney- 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. Page3 of 3 1NL.IND 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 authority 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 Ser_ miry 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 I. MOORE—HELMS OR DEBBIE A. HASLAM OR WILLIAM M. O'CONNELL, DENVER, COLORADO its true and lawful Altomey(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 VSection 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 WrfNESS 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_Q2_, before me personally came Robert L. Pnvett, to me known, who being by me duly swom, 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)he 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 GENERAL NOTARY -state of Nahrasla CHERYL A. BROWN Aly COMM. Eta, April 12, 20M My Commission Expires April 12, 2003. Notary Public (?� U 1, Jeanne Beno, Assistant Secretary of INLAND INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy 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 2003 �• :OWOaAfE 1 t / f A ssistutt Sc;7t:Vr; v SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard fo nn for Certificate of Insurance. 7/96 Section 00630 Page 1 Client : 39603 GCOI ACORD.M CERTIFICATE OF LIABILITY INSURANCE �DATE (MM/DD/06/25/02 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 P O BOX 270370 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Collins, CO 80527 INSURERS AFFORDING COVERAGE INSURED - - -- - -- - INSURERA Pinnacol Assurance _ Vogel Concrete Inc. - ---- -_- --- - - 1313 Blue Spruce Dr #B IN SURE B: _. Fort Collins, CO 80524 INSURER c - - INSURER D: - - -_- --JUN-24-2002- - INSURER E - COVERAGES 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. POLICY EFFECTIVE POLICY EXPIRATION - - - _ -- - LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MMOD/YY LIMITS GENERAL LIABILITY -]COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS MADE F ]OCCUR FIRE DAMAGE (Any one re $ MED EXP (Any one person) $ --- --- PERSONAL & ADV INJURY �$ 'GEN'LO GENERAL AGGREGATE $ AGGREGATE LIM ITAP PLIES PER: -$ _ PRO- PRODUCTS COMP/OPAGG - L CYJECT LOC AUTOMOBILE LIABILITY � ANY AUTO -_ COMBINED SINGLE LIMIT (Ea accident $ ALL OWNED AUTOS __-___ _..,__ --. _. -I - - - - SCHEDULED AUTOS BODILY INJURY i $ HIRED AUTOS NON -OWNED AUTOS BODILY-- per $ -1 PROPERTY DAMAGE $ (Peraccident) LIABILITY -GARAGE --1 AUTO ONLYEAACCIDENT $ ANY AUTO -- - -- -- i HER THAN EA ACC I $ AUTO ONLY.. EXCESS LIABILITY EACH OCCURRENCE ' $ OCCUR CLAIMS MADE _--. i-- AGGREGATE $ DEDUCTIBLE - i$ -- -- _ $ RETENTION ---_-- A WORKERS COMPENSATION AND EMPLOYERS' 2086850 , 0 7/ 01 / 0 2 0 7/ 01 / 0 3 X OR_Y-L LIMITS OER LIABILITY _.. � E.L.lm EACH ACCIDENT- �$10 0 , 0 0 0 E.L. DISEASE- EA EMPLO_YEE�$ 100, 000 E.L. DISEASE - POLICY LIMIT ' $5 0 0 0 0 0 OTHER , DESCRIPTION OF OPERATIONSILOCATONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS cconnrnrc unr nre ___.__-.-..__..___ _._.. __--_- City of Ft Collins Purchasing Dept Attn: Jan 256 W. Mountain Fort Collins, CO 80521 SHOULD ANYOFTHE ABOVE DESCRIBED POLICIESBE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOT10ETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAILURE TODOSOSHALL IMPOSE NOOBLIGATION OR LIABILITY OF ANYIGND UPON THE INSURERJTS AGENTS OR AUTHORIZED ACORD25-S(7197)1 of 2 ##S219500/M219497 LB © ORD COIRPMATION1988 00330 BID SCHEDULE City of Fort Collins 2003 Concrete Project Bid No. 5717 - Vogcl Connelc Item No. Description Unit Contract Estimated Cost Unit Total Quantit3 202.01 Sawcut 4" L.F. 50 $ 3.00 $ 150.00 403.5o Temporary Patching Ton 350 $ 155.18 $ 54,313.00 604.10 Reconstruct Inlet Dcck - Catch Basin Each 3 $ 1,000.00 $ 3,000 00 604.1 I Reconstruct Inlc1 Deck - Catch Rasin Additional Foot Opening L.F. 10 $ 120.00 $ 1,200.00 604.12 Reconstruct Curb Inlet Deck -4' Opening Each 3 $ I,100.00 $ 3,300.00 604.13 Reconstruct Curb Inlet Deck - Additional Foot Opening L.1'. 10 S 170.00 $ 1,700.00 604.14 Type 13 - Curb htlet with Frame. Grate and Adjustable Curb Bonnet Each I $ 1,560.00 $ 1,560.00 604.15 Concrete Sidcvalk CUIVCrt Each 1 $ 1,200.00 S 1,200.00 604.16 Metal Sidewalk Culvert - 5/8" Plate Each 2 S 1,450.00 $ 2,900.00 604.17 Additional Square Foot5l8" ['late S.F. 10 $ 120.00 $ 1,200.00 608.01 Removc 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 - Removc and Replace S.F. 3000 $ 6.60 $ 19,800.00 608.04 Driveover Curb, Clutter & 4" Sidewalk - Remove and Replace L.F. 1250 $ 34.25 S 42.81230 608.05 Driveover Curb, Gutter and 6" Sidewmrc alk - Reoand Replace L.F. 600 $ 36.75 $ 22,050.00 Driveover Curb and Gutter - No Sidewalk - Rcmove and 608.U6 Replace L.F. 60 $ 21.40 $ 1,284.00 6u8.07 Driveover Curb_ Guttcr & DriN c Approach - Remove and Replace L.F. 100 $ 16,00 S 3,600.00 608.01 Vertical Curb, Gutter & 4" Sidewalk - KanovC and Replace L.F. 1250 $ 1) 00 $ 48,75U.00 608.09 Vertical Curb. Gutter & 6" Sidewalk - Rcnwve anti Rcplacc L.F. 400 $ 41.U0 $ 16,400.00 6010 Vertical Curb and Gutter- No Sidewalk - Remncc and Rcplacc L.F. 3000 S 25.50 $ 76500,00 GOR Vertical Curb, Guttcr and Drirc Approach - Rcuao%c and -II Replace L.F. 1000 $ 39.00 $ 39,000.00 605.12 Vertical (Corti, (Iuttcrand Drive A roach - No Sidcwalk- PP Kcnun'e and Replace L.F. 10 $ 25.50 S 255.00 608.13 Vertical Outfall Curb and Guttcr- Removeand Replace L.F. 20 $ 22.00 $ 440.00 608.14 Hollywood Curb, Gutter & 4" Sidewalk - Reirm c and Replace L.F. 800 $ 3L50 $ 25200.00 Hollywood Curb. Gutter & 6" Sidewalk - Remorc and 608.15 Replace L.F. 200 $ 13.00 $ 6,600.00 Hollywood Curb and Gutter - No Sidewalk - Remove and 608. I6 Replace L.F. 250 S 21 00 $ 5.250.00 608,17 Hollywood Curb. Gutter & Din c Approach - Rcmove anal Replace L.F. 500 $ 33.00 $ 16,500.00 608.18 Highhack Curb & Guttcr -No Sidewalk- Removc anti Rcplacc I- 50 $ 3200 S 1,600,00 608.19 Highback Curb. Gutter anal Dri\c Approach - Rerno��c and Replace L.F. 50 $ 38.00 $ L900.00 6U82U nt Pedestrian Access Ramp. Driveover Cum Curb Rcove and Rcplacc L.F. 300 $ 44.00 $ 13,200.00 608.21 PedCSll'18❑ ACCCSS 12amp - Vertical Curh - Rcmove and Replace I_F. 250 $ 4050 S 10,125 00 008.22 Pedestrian AcCCSs Rump - I Iollywood Curb - Rcmove and Replace L.F. 50 $ 38.00 $ 1,900.00 608.23 PCdesII Ia❑ Access 12an11) - Highback Curb - Rentovc anti Replace S.F. 350 S 9.00 $ 1.150.00 608.24 4" Flatwork - Remo vc & Rcplace S. F. 10000 $ 4.90 $ 49,000.00 608.25 6" Flatwork - Remove & Replace S.F. 6500 $ 5.50 $ 35,750.00 Page I of 2 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 2003 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 amend ertand nr altar t6a r... •:.- __::_e__ +:_._ � � _.__ - - a - -� �� Y ••+ mau uwuw ''�� ����e ?e ig'K aj.z � ;* i t.° •�p� i° ,,,. �:si t iNYz.�' ���'t�a iarj,¢, �q 4 �: z � 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! Mobilehomeowners Liability Bodily Injury and Property Damage Boatowners Liability Each Occurrence Bodily Injury and Property Damage Personal Umbrella Liability Each Occurrence Bodily Injury and Property Damage Farm/Ranch Liability Each Occurrence Farm &Personal Liability Each Occurrence Farm Employer's Liability Each Occurrence Workers Compensation and Statutory ... Each Accident Employers Liability + Disease - Each Employee General Liability Disease - Policy Limit ® Commercial General 05-X60979 1/1/2003 1/1/2004 General Aggregate $ 2,000,000 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 Businessowners Liability Medical Expense (Any One Person) $ 5,000 Each Occurrence + + Liquor Liability Aggregate + + Common Cause Limit Aggregate Limit Automobile Liability ❑ Any Auto Bodily Injury - Each Person $ 1,000,000 ® All Owned Autos 05-X60979 1/1/2003 1/1/2004 Bodily Injury - Each Accident $ 1,000,000 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/LOCATIONSNEHICLES/RESTRICTIONS/SPECIAL ITEMS +The individual or partners shown as Insured ' elected to be wvered as employees under this policy. + + products -Completed Operations aggregate is equal to each occurrence limit and is included in policy aggregate. C RTt .CrA75<1#OI*O R'5°. AM r;ANGIkQRFfESS ; ;:: .^ 'CANCELLATIDN 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 REPRESENTATI E 1/1/2003 g112ED U-201 Ed. 05/00 ORIGINAI . r:artifirafa unl.le. rnoicc s- o-_.:-__ + WOCK NO. VUbtid SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETIONI TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: CONCRETE PROJECT - PHASE I; BID NO. 5717 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 i.-appended hereto. This list may no*_ be exhaustive, and the failure to ;_ncLadc �� item on it does not alter the responsibility of the CONTRACTOR to comple-(; all the Work in accordance �ai_th the Documents. ENGINEER AUTHOt1I :h:i� F PE ,,SENTATI IF DATE The CONTRACTOR a,'cepts the above CertifJcate of Sl.n°>tdrlti,] i,omp1eti.on and agrees to complete and correct the items on the tenthti_vc yi_st- within the time indicated. By: CONTRACTOR - D AUTHOR1-E- ED REPRESENTATIVE DATE The OWNER accepts the project or specified area o_` 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 responsibility for heat, utilities, security, and ,insurance under the (Ioritrn,-t Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By:LV ONER AUTHORli'ED REPRESENTATIVE DATE REMARKS: 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE T� . Gentlemen: You are hereby notified that on the day of 20__, the City of Fort Collins, Colorado, has _ accepted the Work completed by for the Citv of Fort Collins project, A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated In conformance with i-1he Contract Documents for this projec" _dour obiigarions and IIarantees will continue for the specified time from the followinq late: i iir;_-rely, ;:WNEP: City of Port Collins By: Title: ATTEST: Title: 7/96 Section 00640 Page i. 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 SECTION 00660 CONSENT OF SURETY TO: City of Fort COilins, Colorado (hereinafter referred to as the 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 CONTRAC`OR, and agrees that Final Payment to the CONTRACTOR shall not relieve Cho Surety Company of any of its obligations to the OWNER, as set forth in the said .Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto sei_ its hand this day of — ("Ilrety Companv) By ATTACH: Power of Attorney and Certificate of Autl;ority of Attorney(s)-in-Fact. 7/96 Section 00660 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Insert State certificate here. SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 ConCrar_t Chance Order 00960Application for Payment 9/99 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONCRETE PP.OJECT - PHASE I; BID NC). 5`717 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 c 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.Y. OF ORI(,PdINAL CON _"PAC T ADJUSTED CONTRACT COST $ 0.00 (A�SUlill.nc' ,EL]_ 1 :1 E)C' Sri.{el S appl o,,,ed) ACCEPTED P_"i: Representative ACCEPTED BY' DA'PE: 'roj ct Manager --- - _ REVIEWED BY: DATE: Title: -- APPROVED BY: DBTE: Title: - -. - - APPROVED BY: -- DATE: ha Purcsing Agent over $30,000 cc: City Clerk Contractor Project File Architect Enciineer Purchasing 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 - A'u�cl Concrete Item No. 608?6 Description ReplaceFIahvork -I" Add it ion aIDepth Unit S.F. Contract Quantity 3500 Estimated Cost Unit $ 0.60 Total $ 2,100.00 TO"FAL PAGE 1 $ 524,489.50 60S_27 4' Walley Pan - 6" Depth S.P. 50 $ 9.50 $ 475.00 608.28 AggiggateBawCourscCIP Ton 700 $ 26.00 $ 18,200.00 608.29 Aggregate Base Coursc - Placnaentoil ly Ton 20 $ 20.00 $ 400.00 608.30 608.31 8" Alley Pavement- Remove &Replace Highback Alley Approach 8" - Remove & Replace S.F. L.F. 1300 (1 $ 00 $ 52.00 7.7, $ 9,100.00 $ 608 32 614.01 Expansion & Caulking "No Forking" Sign With Stand L.F. Pa' Day Per Each 425 350 $ .00 $ 2.10 $ 1,700.00 $ 735.00 614.02 Vertical Palle] Without Light Per Day Per F.ach 400 $ 0.65 $ 260.00 614.03 Type I Barricade Without Light Per Day Per Each 15000 $ 0.75 $ 11,250.00 614.0.4 Type II Barricade Without Light Pcr Day Per Each 10 $ 0.65 $ 6.50 614.05 Typc 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 180(1 , L60 $ 2,880.00 614.117 Size B Sign With Stand Per Day Per Each 250 $ 1.80 450450 $ .00 614.08 Size A Specialty Sign - Cost of Manufacturing 1 ach 0 $ 80.00 $ 00 614.09 Size 13 Specialty Sign - Cost of Manufacturing Each 10 $ 85.00 $ 850.00 614.10 Cone With Ref1cctivc Strip Pcr Day Per Each 350D $ 0.70 $ 2,450.011 614.1 1 Sala, Fence PC[ Day Pei Roll 45 $ 5.36 $ 241.20 61-1 12 Light - Steady Bum Pcr Dov Pcr Each I0 $ 0.37 $ 3.70 61-1.13 Light - Flashing Pcr Day Pcr Each 50 $ 0.37 014.14 Adrance Warning Flashing - or Scyucncing Arrow Panel Pcr Duv Per Each 10 $ 86.00 $ 860.011 of-F_I> llalticControlSupMlsor PcrDav 60 $ 375.00 $ 22,500.00 614.16 Traliic Control Supervisor Pcr Hour 100 $ 3T50 $ 3,750.00 614.I Flagging PC[ I four I800 S 21.40 $ 38520.t1U FO'I A1, PAGE 2 $ 116,849.90 TOTAL PAGE 1 $ 524,489.50 .rOTA►. COST $ 641,339.40 Six I Iundred I nity tine l honsnnd, Three Hundred thirty Nine Dollar and ForK ('cnu_ Addrevs bmpan ('heck one. hldicidual Doing Business in company Name Corporation I'm Inership PhonctI az Paae 2 of 2 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Insert State certificate here. OR 0172 (12)9e) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.1140 Wq)(M) l*l 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 Certificates 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 COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Hegistratiort/Account No. (to be assigned by DOR) Period 89 - Oy70-750 (999) $0.00 r F v r er+1NC4 xr,W- i'"1L > C,OYiVTR1ACYt'rffFORMATiON 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: {� '—...} 'i.l Etiil_S9R4`�A)i?nia{,,'��++ WON } X, 3 > XEhlP�TlUNxI C'lti111AT1oN Copfes'o contratrtoragreement ageg+�( rdenklif(Iingthecanfractingpartras N (2};Con#amirlg5sfgttatures of4Garitra 'n i atti s�mus%'e;�ttacfied Name of exempt organization (as shown on contract): g p " Exempt organizations number: Address of exempt organization (City, State, Zi 98 P) Principal contact at exempt organization: Principal contacts telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (,es) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date: completion date: 2 rXY � ♦R.*}. ,� lO S�� T r F I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer: Title of corporate officer; Date: r)n dln r rerolre ne-� ..... �.. .... _ .mow . r I qJ LIIVC SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950Contract Change 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 $ TOTAL APPROVED CHANGE ORDER .00 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 (Assuminq a11. change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: Project Manager DATE: REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing 9/99 Section 00950 Page 1 Section 00960 Application for Payment Insert pages i - 9 9/99 APPLICATION FOR PAYMENT PAGE 1 OF OWNER: City, of Fort Collins PROJECT. APPLICATION NUMBER. APPLICATION DATE: ENGINEER: CONTRACTOR: PERIOD BEGINNING PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract NUMBER 1 DATE AMOUNT The present status of the account for this Contract Is as follows: 2 Original Contract Amount 3 Net Change by Change Order Current contract Amount $0.00 Total Complete` and Stored to Date: Less Previous Applications. Amount Due this Apr' :c-,tlon - Before Retainage. S0.00 Less Retainaa- Net Change by Change Order 50.00 AMOUNT DUE THIS APPLICATION: S0.00 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection 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. Dategy Payment of the above Amount Due This Application is recommended by dre 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 Work Completed This Month Previous Periods Otv- Amount Oty. Amount Work Completed To Date . OtyAmount Stored Materials This Period PAGE 2 OF T Total Earned Percent To Date Billed $0.00 SO_oo S0 00 $0.00 S0.00 $0.00 So on_: 50.00 50.00 So.00 $0,00 SO SO.00 SO.00 S0.00 50.00 SG.� r' SO 00 $0.00 SO.0o $0.00�u so.00 $o CO So SO.00 SQ.00 50.00 50.00 .00 50.00 $0.00 SQ00 SO.00 SO.00 S0,00 $0.00 50.00 $0.00 $0.00 $0.00 SO.00 S0.00 SO.00 $0.00 S0.00 $0.00 $O.0o $0.00 $0.00 So.00 $0.00 so 00 s0.00 SO.00 $0.00 $0.00 SO_oo $o.00 $0.00 So.00 MOO s0,1-)J So 00 SOLO $0,00 $0.00 ;0(-c s0.06 $0.00 $0.00 $0.00 $o.00 $0.00 $100 SO $0.00 50.JF, 50.00 SO.00 ,00 a0.00 50.00 SO--,) $0.00 SO 00 SO 00 $0.00 $0 OG SO.00 $0.00 $0.00 MOO SO.00 $0.00 $0.00 SO 00 $0.00 So.eO 50.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SQ00 SO.00 50.00 $0.00 $0,00 SO.00 S0.0o So.00 SO,00 $0.00 50.00 $0.00 50.00 50.00 $0.00 So.00 SO.00 $0.00 SO.00 50.00 Sr 00 $0.00 SO.00 $0.00 $0.00 50.00 S0.00 SQ00 50.00 $0.00 SO -00 So.00 $0.00 50.00 50.00 $o'-"- 5O00 50.00 S0.0o $0.00 .... _.. . SO00 SO.00 SO.00 $0.00 SQ 0�� $0.00 $0.00 $0 00 $0.00 $QUr' $0.00 $0.00 50.00 50.00 So.CO $0.00 $0.00 50.00 TOTALS $0.00 SO_r : S0.00 SO.00 $0.00 CHANGE ORDERS APP'LICAT ON FOR PAYMENT PAGE 3 OF 4 Work Completed Work Completed Work Completed Stored Bid Item This Month Previous Periods To Date Materials Total Number Description Quantity Units Unit Price Amount Qty Amount Qtv. Amount Qty. This Earned Percent Amount Period To Date Billed MOO $0.00 $0.00 $0.00 50.00 $0.00 $0.00 SO.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 $0.00 SO.00 $0.00 SO.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 SO.00 30.00 50.00 $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 50.00 $0.00 S0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SO.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 $0.00 50.00 50.00 SO.00 $0.00 $0.00 s0 O'' $0.00 $0.00 $0.00 $0.00 50.00 $0.00 $0.00 30.00 $0.00 $0.00 $0.00 SO.00 $0.00 $0.00 SC 00 $0.00 $0.00 $o 00 $0.00 sao:� s0.00 $0.00 so 00 $0.00 Sc 1" � 50.00 $0.00 50.00 $O oo S0 oa S100 $0.00 $o 00 $0.00 So-cu $0.00 $0.00 $0 00 $0.00 so.c0 S0.00 $0.00 $0.00 MOO so-oo SO.00 $0.00 $0.00 So.00 soCo$0.00 $0.00 $0.00 MOO so oo $0.00 $0.00 0.00 $0.00 $0.0o $o.00 $coo $o 00 $0.00 so.00 SO.00 $0.00 $o.00 $0.00 so 0o $o.oa $o 0o so 00 SO.00 So.00 $0.00 $0.00 $ao0 $0.00 $o 0o So 00 $0,00 $0 00 $o 0o soon so 0c $0.00 SO.00 so00SO rr $o 0o so.00 so 00 $0.00 S,C SO.00 so.00 $o.00 TOTALS CHANGE ORDERS $0.00 S0 00 50.00 $0.00 S0,00 PROJECT TOTALS $0.00 S0 00 50.00 $0.00 $0.00 STORED MATERIALS SUi.11.4ARY On Hand Recei,.ed Item Invoice Previous This Number Number Description Application Period Installed This Period PAGE 0 OF d On Hand This Application $0.00 $0 00 $0.00 $0.00 S0 00 $0.00 S0.00 50.00 s0.00 30.00 so 00 50.00 $0.00 $0.00 $0.00 S0 00 $0.00 so.00 $0.00 $0 00 $0 00 $0.00 $0.00 s0.00 $0.00 $0.00 $0.00 $0.00 so.00 $0 00 $0.00 So.00 so 00 TOTALS 50.00 50.00 $0 00 $0.00 REVISION OF SECTION 105 COOPERATION BETWEEN CONTRACTORS Section 105 of the Standard Specifications is hereby revised as follows: Subsection 105.07 shall 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 Specifications - Pnge 3 of 25 SECTION 00520 A PEE14ENT THIS AGREEMENT is dated as of the Is day of April in the year of 003 and shal_1 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 I.I 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 -ontract) and all portions interpreted as if the same were attached hereto. 'Phis 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, 2009. APT LCLE 2. L';PdGli'IEI;I. The Project has been designed ID C_ty of [ort Collins Engineering, who is hereinafter cal led ENC'IfTEER and caho raj 11_ asponsib ssume all duties and reiI hies and will have the rights and autholitv assigned to ENGINEER in t_he Contract Documents in connection with completion of the Work in ac_orrlance with the Contract Documents. ARTICLE 3. CONTRACT TITLES 3.1 Contract Period. This Agreement shall commence when this contract_ is signed by the City, and shall continnue 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 ohanges, if any, shall be negotiated by and agreed to by both parties in writing. 3.2 The Work shall be Sub.-antially Complete within 75 working days after the date when the C.htract 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. Liqu dates Damages. ON6'JEF 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 01" SECTION 105 INSPECTION OF NVORK Section 105 of the Standard Specifications is hereby revised as follows: Subsection 105.11 shall include the following: fhe 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 %cork or materials shall not relieve the Contractor ofany 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 4 425 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 clay'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 ofpick-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 Fngineer 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 Spccifications— Page 5 of 25 REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE Section 107 of the Standard Specifications is hereby revised as follows: Subsection I07.12 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 pennission 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 (I ) 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 (backtill) shall be completed within two (2) working days of the placement of the concrete. I he topsoil shall consist of loose friable loam reasonably flee of admixtures of subsoil. relLse, stumps, roots, rocks, brush, weeds. heavy clay, hard clods, toxic substances or other material which would be detrimental to the proper development of vegetative growth. -1 he material to be utilized shall he approved by the Fngineer prior to placement. The topsoil shall be in a relatively dry state and placed during dry weather. "fhe 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 ofsod 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. The minimum overall xvidth of the area to be sodded shall be one (1) foot. For concrete repair locations, the placement ofsod shall be completed by the end of (hc first working day ofthe 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"I tile'] notification from the Engineer. In areas where the Engineer directs new work or the reccrosu-uction areas require grade adjustment, the placement of topsoil, sod and sprinkler relocation will be provided by the City under separate contract. Project Specifications - Page 6 of 25 REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE All landscaping that is damaged due to constriction operations shall be replaced by the Contractor at his expense unless a written waiver is obtained from the property owner 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 connection 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 where the Engineer directs new work or the reconstruction areas require grade adjustment, the plaeernent of topsoil, sod and sprinkler relocation will he provided by the City 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. Project S]'M icW ions Pgze 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 FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC r All Work is to be complete in sixty -live (65) working days. Work in the following areas MUST be complete on or before August 16, 2002: Hillcrest Grandview Crestmore Fairbrooke Goldeneye The remaining areas below shall be completed within the 20o2 construction season and within the sixty-five working day time frame: Hampshire Tenth Green Willox Elizabeth Street Prospect Park Subsection 108.06 shall include the tbllowino: I schedule of work must accompany aj>r 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 anv priorities into consideration. The schedule should also include projected start and end dates. hndividual street quantities are described in Section 02500, Quantity Estimates. Prior to award, mutually acceptable milestones shall be detennined by the Contractor and the City based on the schedule of working days discussed above. Subsection 108.07 shall include the followinf_,: 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 City'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 any costs incurred above and beyond the bid prices of the Contractor fi-om anv monies due file Contractor in lieu of liquidated damages. l'rniect Specifications Page 8 of 25 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised as follows: Subsection 201.03 shalt 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 Fngineer 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 ofthe Work, and no measurement or payment shall be made separately for the removal of tree roots. 1'101cc( Specifications — Page 9 of 2s REVISION OF SECTION 212 SEEDING, FERTILIZER AND SODDING Section 212 of the Standard Specifications is hereby revised as follows: Subsection 212.01 is revised to include the following: This work shall consist of soil preparation and furnishing and placing topsoil and blue grass sod, in accordance with these specifications, accepted horticulture practice, and in reasonably close confonnity with the locations and details shown on the plans or as designated by the Engineer. See "Protection and Restoration of Property" found herein. Subsection 21 Z02 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 990/,, 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 unifonu 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 sen°e as a standard. Any sod fin-nished, 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 ofsod shall be accompanied by a certificate 11 oil) the *rower statiln, [he type ofsod. and the date and tinge of cutting. Subsection 212.0i is revised to include the following: Soddim- (a) Soil Preparation. "file area shall be cleaned with a ruinimmu depth of four (4) inches (where topsoil does not exist) and a minnuLlIn 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'/2 inch in diameter shall be removed. Any objectionable depressions or other variances from a smooth grade shall be corrected. (b) l opsoil Placement. Topsoil shall be placed and compacted with a mininwm depth of four (4) inches. "file amount of compaction required shall be as directed by the Engineer. (c) Sod Placement '1-he 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. The Contractor shall water the sod once and notify the property owner 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 uegligencc shall follow the requirements ofthis section, but will not be measured and paid lln- under the temis of this contract. 1'roicct Specifications — Page 10 of 25 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 I I of 25 REVISION OF SECTION 403 HOT BITUMINOUS PAVEMENT - PATCHING Section 403 of the Standard Specifications is hereby revised as follows: 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 mininwm 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 'I emporary 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 Pav Unit 403.50 Temporary Patching "Con I he above prices and payments shall include lull compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work iuvoh'ed in 7bmpoiary Patching including pavement cutting, excavation, haul, disposal, surlace preparation, and bituminous materials, complete -in -place, as sho%�at on these plans, as specified in these specifications, and as directed by the Engineer. Project Speci 6cations—Page 12 A 25 REVISION OF SECTION 604 INLETS 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 of existing 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 concrete around the inlet as marked sliall 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 (3.5') transitions, measured from inside face of box, on each side. fillets With openings greater than those defined on the detail shal I be paid for as Reconstruct Inlet Deck, per each, plus Inlet Deck - Additional Opening, per lineal foot. Subsection 604.07 is revised to include the following: When concrete is to be removed and replaced around an existing grate without dkUllbing the deck or box, this Shall not constitute IZCCOI)Strtnet Inlet Deck. These locations shall be measured and paid ti'rsepnrately undcrthe items described in Rcv ision of Sections 608 and 609 - Sidewalks, Curb and (iuttcr, Dri% c \pproaches, :Aprons and Crosspans found hcrciu. Subsection 604.08 is revised to iuclude the followine: Payment will be made under: PAY ITEM UNIT 604.10 Reconstruct Inlet Deck - Catch Basin Each 604.11 Reconstruct inlet Deck - Catch Basin Additional Foot Opening Lineal Foot 604.12 Reconstruct Curb Inlet Deck 4' Opening Each 604.13 Reconstruct Curb Inlet Deck - 4' Opening Additional Foot Opening Lineal Foot 604.14 "hvpe 13 - Curb Inlet with Framc, Grate, and Adjustable Curb Bonnet Each 604.1 S Concrete SidevFalk Culvert Each 604.16 Metal Sidewalk Culvert - s/A" Plate Each Project Specifications Page 13 of 25 any extensions thereof allowed in accordance with Article I-, of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER. if the 'Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: One Thousand Dollars ($1,000.00) for each calendar day or fraction her teof that expires after the Seventy-five (75) working day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after the Five (5) working day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptan(-,e. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Mork in accordance with the Contract Documents in current funds as follows: ,641,339.40), Six _ _ Hundred F�;rty_ one Thousand Three Hundred Thirty-nine Do113:-n -an,l Form, cents_, in accor- - refer ante with Se(:ti.on 00300, attached and rn crp� �te] herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Appl-ication for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amo�_ints as ENGINEER shall determine, or OWNER may withhold, in paragraph 14.7 of the General -onilitions. �)0' of the value o1 WOr I_il the Work has been 500 completed as determined by ENGINEER, when the retaivage equals 5° of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may 9/12/01 Section 00520 Page 2 REVISION OF SECTION 604 INLETS 604.17 Additional Square Foot %11 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 Inlets, including demolition, disposal, reinforcement and replacement, complete -in -place, as specified in these specifications, as shown on the plans, and as directed by the Engineer. Prgiect Specifications — Page 14 of 25 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB & GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, AND CONCRETE PAVEMENT Sections 608 and 609 of the Standard Specifications are to be deleted and replaced with the City of Fort 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. I'he ntix 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, hype 1, Type 1/1I, or Type III. file air content shall be four (4) to seven (7) percent. "High Fark" concrete shall be used for concrete repair locations. "High Early" concrete shall have a specified compressive strength of4000 psi and a minimum 48 hour compressive strength o1'3000 psi. The type ofconcrete 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 for Streets." \Water Reducing Agents shall coniintn to ASTM C 494-82. Accelerating Agents shall conform to AS 1 M C 494-82. Calcium Chloride shall not be utilized as au accelerating agent. I'he Contractor shall furnish a load slip containing the information required by AASII'f0 M 157, Section 13. Subsection 13.1 and 13.2- with each batch ofconcrete. 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 off "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. All joints shall be sealed with an asphalt. or approved equal, filler compound. 'file top of the new pavement shall be even witli 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 Construction Joint" contained herein. This item will not be measured or paid for separately under the terms of this contract, he maximum spacing for transverse joints in crosspans and concrete pavement shall be ten (10) feet Curing materials shall be white pigmented liquid linseed oil based or paraffin based curing compound, and shall conform to AS"I-N I Specification C 309-81 Type 11, Class Q. 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. I 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 constructimt 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 terms of this contract. Project Specifications Page 15 of 25 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB & 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 I and Class 5 Aggregate Base Course shall be used as directed by the Engineer. Restoration of landscape shall be 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 pemtitted during the time frames 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 appm\ eci by the EH' iueer tix the labulation of concrete quantities. Payment will be matte under: PAY ITEDi 608.01 Remove and Haut Fillets UNIT EA 608.02 Apron - Remove & Replace SF 608.03 Crosspan - Remove & Replace SF 608.04 Driveover Curb, Gutter and 4" Sidewalk Remove & Replace LF 608.05 Driveover Curb, Gutter and 6" Sidewalk Remove & Replace LF 608.06 Driveover Curb and Gutter- No Sidewalk Remove & Replace LF 608.07 Driveover Curb, Gutter and Dri%c ;Approach Remove and Replace LF 608.08 Vertical Curb, Gutter and 4" Sidewalk Remove & Replace LF Project Specifications — Page 10 ot25 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB & GUTTER, DRIVE APPROACHES, 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 IT 608.12 Vertical Curb, Gutter and Drive Approach No Sidewalk - Remove & Replace LF 608.13 Vertical Outfall Curb and Gutter Remove & Replace LF 608.14 Hollywood Curb, Gutter and 4" Sidewalk 1_F Remove & Replace 608.15 Hollywood Curb. Gutter and 6" Sidewalk L1 Remove & Replace 608.10 1lollycaood Curb and Gutter - No Sidewalk 117 Remove & Replace 608.17 Holh-wood Curb, Guucr and Drive Approach Remove and Replace LF 608.18 1lighback 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, I101M Ood Curb Remove and Replace IT 608.23 Pedestrian Access Ramp. I lighhack Curb Remove and Replace SF 608.24 4" Flatwork - Remote & Replace SF 608.25 6 " Flatwork - Remo%c & Replace SF Project Specifications — Page 17 of 25 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 S1 608.27 4' Valley Pan - 6" Depth SF 608.28 Aggregate Base Course - CIP TON 608.29 Aggregate Base Course — Placement Only ION 608.30 8" Alley Paving Remove & Replace St' 608.31 Highback Alley Approach (8") Remove & Replace LF 608.32 Expansion & Caulking it: Sawcutting shall be considered a subsidiary obligation of the Contractor, and shall not be measured or paid forseparately under the teens of this contract. Pay Item 608.23, Pedestrian Access Ramp, Highback Curb, shall be measured by the square foot. The length shall be measured from the lip of the gutter to the top of tile transition at the hack of the ramp, and the width shall be measured at the midpoint. "l lighCu back rb, (inner and Drive Approach" and "Highback Allcy Appn)LnclP'shall include 4 feet behind the back of the 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 bctwecn new sn-ucture slabs and existing concrete slabs, where called for and around fire hydrants, poles, inlets, sidewalk underdrains, mid -block ramps, radius points at intersections, and other fixed objects, i.e. ends of sidewalk slabs and curbs. F xilansion joint material rout beset vertical and installed in accordance with the CDOT M&S Standards for Concrete Pavement Joints. Thejoint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section 412. 18 In general, Aggregate Base Course used in preparation of the subbase will not be 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 notify the Engineer of areas to be excavated that may require payment lbr Aggregate Base Course. The Engineer shall detennine if payment shall be made for Aggregate Base Course. The above prices and payments shall include full compensation f>r 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 shown on the plans, as specified in these specifications, and as directed by the ingineer. Project specifications — Page 18 ot25 REVISION OF SECTION 614 TRAFFIC CONTROL. DEVICES Section 614 of the Standard Specifications is hereby revised as follows: Subsection 6 14.15 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 delineators as required by the latest revision of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUFCD), the City of Fort Collins' "Work Area Traffic Control Handbook", June 1989 with Revisions dated May 29, 1991, and the City of Fort Collins' "Design Criteria and Standards for Streets, Subsection 1.4, "Barricades, Warning Signs, Signal Lights", July, 1986. In the event of a conflict between the MU'I CD criteria and the City'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 andiorstored in the City right-of-way in such a manner that minimize.~ the hazards to pedestrians, bicyclists and vehicles. "Traffic control devices shall be removed from the site immediately npou completion of the work for anv street(s). Subsection 614. 16 shall include the following: All traff is control devices placed for this project must meet or exceed the minimum standards set forth in the NIUTCD. All traffic 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 out information or any other torn of defacement that detracts from the purpose for which they are intended (i.e. crossed out information, 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: I raftic control through the construction areas is the responsibility of the Contractor. For all locations, a Traffic Control Plan shall be prepared. The Traffic Control Plans shall be on City supplied forms. The Traffic Control Plans shall be submitted for approval to the Engineer by 12:00 noon, two working days prior to the commencement of work. (Note: 'l-raftic Control Plans for work done on Monday and 1ltesdav shall be submitted tlne previous Friday by 9:00 a.m.) All plans shall be delivered to City F.nginecrine, 281 North College Avenue. Facsimiles of plans shall not be allowed. No phase of the construction shall star 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 Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the contract time. Project Specifications — Page 19 of 25 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES The Traffic Control Plan shall include, as a minimum, the following: (1) 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 11, 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. 'I lie plans shall be prepared on City supplied forms. The Parking Restriction Plats shall be submitted to the Engineer by 12:00 noon, two working days prior to the commencement of work. (Note: Parking Restriction Plans for work done on Monday an(l Tuesday shall be submitted the pt e% ious Friday by 9:00 a.m.) All plans shall he delivered to City Fngineering, 281 North College Avenue. Fae,imiles of plans shall nol be allowed. No phase of the construction shall start until the Parking Restriction flan has been approved. Failure to have an approved Parking Restriction Plan shall constitute cause for the City to stop \vork. as well as the Contractor's forfeiture ofpavinent for all work and materials at that location, with no adjustment in the contract time. Subsection 614.21 shall be revised as IoIIows Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic Control Supervisor or Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. (Proof of certification shall be presented to the City Traffic Control Manager.. and when requested by a City representative, for each TCS utilized on this project.) One TCS shall be designated as die Hcad TCS. The I lead 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. The TCS shall be equipped with a cellular phone. The cost of this phone shall be incidental to the day or hour pay unit for TCS. It is the intent of the specifications that the Ilead TCS be the same throughout the project. If the f lead TCS is to be replaced during the project, the Engineer shall be given a mininunm of one (1) weeks notice and qualifications shall be submitted for approval for the replacement. I he Head TCS will be paid for under the TCS item Project Specifications - Page 20 of 25 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 flaggers. (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 constriction. (The notification of residents and businesses may be accomplished by a representative of the T(IS.) (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 Miich contribute to the convenience. safety and orderly movement of traffic. (9) Flagging. (10) Satire ill) traffic control devices. Notification of residents and businesses shall be the responsibility of the ICS and shall consist of distributing letters indicative the nature of the work to be completed, airy special instructions to the residents (i.c. limits on lawn waterima during concrete pouring_ etc.), the dates and times of the work. and the parking and access restrictions that tt-ill apply, as well as thorough information placed on "NO NARKING" signs. Sample letters will be provided by the Engineer and shall be distributed prior to the conuncncement of each phase of the 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'ICS. Traffic control management shall be maintained on a 24 hour per day basis. The Contractor shall make arrangements so that the "traffic Control Supervisor or his approved representative will be available on every working day, "on call" at all times and available upon the Engineer's request at other than normal working hours. The TCS's will be paid only for days the 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 on the weekends, holidays, bad weather days, 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 COnlrOf Supervisor. The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work Area "I raftic Control Ilandbook", and Part VI of the MUTCD, pertaining to traffic controls for street and high« -ay Prgject Specifications -- Page 21 of 25 REVISION OF SECTION 614 TRAFFIC CONTROI. 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. "I he "NO PARKING" signs shall be in effect for one or two days only. Traffic channelizing devices consisting ofvertical panel, cones, or drum channelizing devices will be measured by the unit. Barricade warning lights shall be measured and paid fin- separately if approved by the Engineer. Advance Warning Flashing or Sequencing Arrow Pancls w-ill be measured by the unit. The number of fraf is Control Supervisors shall be appiowed by the Lngineer prior to each days work. t he quantity to be measured for Traffic Control Supcn isor will be the number ofauthorized days perforued by the Traffic Control Supervisor or his approved representative..An authorized day shall be any day, or portion of a day. authorized by the Engineer, that construction operation would require a Traffic Control Supervisor. "oil Call" and project inspections on all other clays will not be measured and paid for separaately 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 Traffic Control Supervisor per day. If a I'CS(s) is used for an authorized day, but not for the entire day, the "ICS 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 Contractor's expense. Flagger breaks shall be included in the Contract Unit Price for Flagging. The method for covering flagger 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 (lie 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 of 24 hours prior to the advancement ofwork, including those instances when said signs have been changed or otherwise updated to reflect current schedules, will not be paid for under Project Specifications Page 22 of25 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES the terms of this contract unless authorized by the Engineer in writing. In addition, the Owner shall deduct Gom compensation due the Contractor $10.00 for each traffic control device per day for said conditions, including "NO PARKING" signs and any signs which are not removed fi-om the site immediately upon completion of the \%ork. 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. The 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. 1'hc 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 Day Per Each 614.02 Vertical Panel Without Light Per Day Per Each 614.03 "1 ype I Barricade Without Light Per Day Per Each 614.04 Type 11 Barricade. Without Light Per Day Per Each 614.05 Type III Barricade Without Light 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 614.08 Size A Specialty Sign Cost of Manufacturing Each 614.09 Size B Specialty Sign Cost of Manufacturing Each 614.10 Cone With Reflective Strip Per Day Per Each 6 14.11 Safety Fence Per Day 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 of 25 determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion wall be in an amount equal to 100`0 of the Work completed. 900 of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total. payments to CONTRACTOR to 95 of the Contract Price, less such amo�ints as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1 C',JNIRA(-'TC)R has familiarized himself with the nature and extent of the site, locality, and with al' Local conditions and Laws anu Requl t �_-:ins that in any manner may affect cost, progress, performance or fuJ ni.sh inch r> the Work. 6.% ON_RACTOR has studied carefully all. reports of explorations and tests of subsuiti _ conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. C.1. CONTRACTOR has reviewed and checked all information and data shown or indr ated on the Contract Documents with; respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, 9/12/O1 Section 00520 Page 3 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Sequencing Arrow Panel Per Unit Per Day 614.15 Traffic Control Supervisor Per Day 614.16 Traffic Control Supervisor Per I[our 614.17 Flagging Per Fach Per Hour The 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 maybe used throughout the project. Upon completion of the work, the Specialty Signs shall be returned to the Contractor. Flagger 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. The cost of batteries, electricity and/or fuel for all lighting or warning devices will not be paid for separately but will be considered suhsidian to the item. Sand bags will not be mcasurcd and paid for separately, but shall be included in the work. The Contractor may prov idc IM-Qer amsu'uction ❑,tffic signs than those typically used in accordance with the MUTCD, if approved: Itmtv, ul payment will he made Ior the typical panel sizo. The City shall not be respon,iblc for any losses or damage due to theft or vandalism. Proia;t Specifications - Page 24 of25 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: CROSSSTREETTRAFFICSIIALLBEMAINTAINED AFALL TIM17SUNLESS ALTTIIORIVEDI3YTHE ENGINEER IN WRITING, NOTE,: FULL CLOSURES ON ARTERIALS AND COLLECTORS, INCLUDING THOSE LISTED ABOVE, WILL. BE ALLOWED UNDER EXTREME CIRCUMSTANCES AND ONLY UPON APPROVAL OF THE ENGINEER. PLANS SHALL BE APPROVED A MINIMUM OF ONE WEEK PRIOR TO THE COMMENCEMENT OF WORK AND/OR THE TIME RF,QUIRED TO ADEQUATELY NOTIFY THE PUBLIC THROUGH "THE MEDIA. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: FULL. CLOSURES ON ALL RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE TRAFFIC CONTROL PLANS. Project Specifications Page 25of25 SECTION 01010 SUMMARY 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, Quantity Estimate. B. 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 Flours I . 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 sliall 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. The cost for field engineering and inspection shall be $50.00 per hour. 1.2 NOTICES '10 PRIVATE OWNERS AND AUTHORI I'II S A. Notilv private owners of adjacent property, utilities, irrigation canal. and affected governmental agencies when prosecution of the Work may affect them. B. Give notification 48 hours in advance to enable affected persons to provide for their needs when 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 Engineer/Manager). Rick Richter 970-221-6798 Mobile 910-222-1 132 Erika Keeton 970-221-6605 Mobile 970-222-0787 F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. General Requirements - I UIILITIIiS Water City of Fort Collins, Colorado 221-6681, Meter Shop 221-6759 Stone Sewer. City of Fort Collins, Colorado 221-6589 Sanitary Sewer: City of Fort Collins, Colorado 221-6681 Electrical: City of Fort Collins, Colorado 482-5922, 221-8553 Gas: Public Service Company of Colorado 482-5922,221-8553 Telephone: Qwest Conununications 484-0300,226-6310 Traffic Operations: City of Ft. Collins, Colorado 221-6608 Cable 7 elevision: AT&T 493-7400 *Utility Locates Under One -call System 1-800-922-1987 AGENC'JES Salet_v: Occupational Safety and Health Administration (OSHA): 844-3061 Tire: Poudre Fire Authority Non -Emergency: 221-6581 Emergency: 911 Police: City of Port Collins Police Department Non -Emergency: 221-6550 Emergency: 911 Postmaster: US Postal Service: 225-41 11 I anspo tation: Translbrt: 221-6620 Traffic Engineering: 221-6608 END OF SECTION General Requirements - 2 Larimer County Sheriff's Department: Non -Emergency: 22 1-7177 Ambulance: Poudre Valley Hospital Non -Emergency: 484-1227 Emergency: 911 SECTION 01040 COORDINATION 1.1 GENERAL CONTRAC"FOR 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 Work is separate from the General Contractor's contract. B. Conform 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. 1�. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to provide satisfactory access at all times and keep them informed at all times. 1.22 CONFERENCES A. A Pre -construction Conference will be held prior to the start of construction. I. 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. The Engineer shall invite all utility companies involved. 4. "file Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated schedules. 5. The Engineer shall introduce the project Representatives. B. Additional project coordination czmlerences will be held prior to start of construction for coordination of the Work, refining project schedules, and utility coordination. C. Engineer may hold coordination conferences to be attended by all involved when Contractor's operations aficcts, or is affected bv, the work ofothers. 1. Contractor 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. Attendance shall include: 1. Contractor and Superintendent. 2. Owner's Representatives. 3. Engineer and Resident Project Representative. 4. Traffic Control Supervisor 5. Others as may be requested by Contractor, Engineer or Owner. General Requirements - 3 C. Minimum agenda shall include: l . 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 quantities at the progress meetings. "I lie 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. END OP SECTION General Requirements - 4 SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL A. The contractor shall prepare a detailed schedule of all construction operations and procurement after 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. I . 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. 'fhe schedule must show+ how the street, landscaping and � arious utility work will be coordinated. 1.3 CON CENT A. Construction Progress Schedule. I. Show the complete work sequence ofconsiruction b_v activity and location. 2. Show changes to traffic control. 3. Show project milestones 13. Report of delivery of equipment and materials. 1. Show delivery status of critical and major items ofequipment 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. The effect of changes ou 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 assistin, Contractor in coordinating the Work with the needs of the Project. 13. It is not to be construed as relieving Contractor from any responsibility to detennine the means, methods.. techniques, sequences and procedures of construction as provided in the General Conditions. END OF SECTION General Requirements - 6 SECTION 01330 SURVEY DATA I I SURVEY REQUIREMENTS A. The Owner will provide the construction surveying for the street and landscaping improvements. City Survey Crews will perform the surveyine required. B. The Contractor must submit a survey request form to the City Surveyors a minimum of 48 hours prior to needing surve yin C. If the requested surveying cannot 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. D. Should a sudden change in [he 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 monumeut or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of re -staking construction stakes and lbr the cost of' re-establishing a destroyed monument. F. I'he Contractor shall be responsible for transferring the information from the construction stakes to any necessary Rums and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance with the information on the stakes and grade sheets supplied by the Owner. END OF SEC' ION General Requirements - 7 SECTION 01340 SHOP DRAWINGS 1.1 (iFNFRAL A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections. 1. Engineer will not accept Shop Drawings or other submittals front anyone but Contractor. B. Schedule: Reference Section 013 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, orally other delay in obtaining I ngineer's review ot'submittals, will not entitle Contractor to extension of the Contract Time 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) I ?;CEPIION TAKEN" in the perfornance of the Work. RC%ic\v status designations listed on Engineer's submittal review sIamp arc defined as fbllo\�s: I. No F\('EPTION TAKEN 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 Contractor is to proceed with fabrication or procurement of the items and kith related work. Copies ofthe submittal are to be uamsmitted for final distribution. RIiVISL AS NOTED Signifies material or equipment represented by the suhmittal 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. REJF,CTED 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 investigations, explorations, tests, reports, studies or .similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concernina the Work consist of the General Conditions, t Supplementary Conditions, hose items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by C'UIJ PRACTOR in performing the Work and related ct=i_on�; in carrVi_ng out the t_er_n, �f th�.s Agrcaemcnt are deemed Contras+_ Doclnnents and ncorporated herein by tLis inference, and include, but are not limited to, the following: 7.2.1Certificate of Substantial Completion 7.2.2 Certificate of final llcceptati_�e 7.2..3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5Application for Exemption Certificate 7.2.6Application for Payment 7.4. Addenda Numbers NA to NA, inclusive 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 9/12/01 Section 00520 Page 4 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 ot'which are useful to Engineer 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 conform 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 liar substance. c. For Engineer to determine what supports, anchorages, stnictural details, connections and services are required for materials and equipment_ and the eftcct on contiguous or related structures, materials and equipment. 6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable Fngineer to review the information ePtccti�ch. 13. 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 Work. C. Format. 1. Present in a clear and thorough manner. 2. Minimum sheet size: 8 1/2" x I I" 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 N1anutiutu1­er. 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. 1'. Deviations from Contract Documents. General Requirements - 9 g. Revisions on re -submittals. h. Contractor's stamp, initialed 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. 1.3 SUBMISSION 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 any other contractor. B. Minimum number required: Shop Drawings. a. Three (3) copies minimum, two (2) copies which will be retained by Engineer. 1.4 RE -SUBMISSION REQUIREMENTS A. Make corrections or changes required by Engineer and resubmit until accepted. B. 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. 1). Shop Drawings. I. Include additional drawings that may be required to show essential details ofany changes proposed by Contractor along with required wiring and piping layouts. I -ND OF SECTION General Requirements - 10 SECTION 01410 TESTING 1.1 GENERAL A. Provide such equipment and facilities as the Engineer ay require for conducting field tests and for collecting and forwarding samples. Do not use any materials or equimpment 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. B. All 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. "Pests 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'festing Materials (ASTM). D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Anymodification 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 OWNER'S RI-SPON'SIBILITIES A. Owner shall be responsible for and shall pay all costs in connection with testing for the following: I . Soil tests, except those called for under SubnritLlls thereof. 2. Tests not called for by the Specifications of materials delivered to the site but deemed necessary by Owner. 3. Concrete testexcept those called for under Submittals thereof. 1.3 CONTRAC FOR'S RLSPONSIBILI"fIES A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible for 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 %York or materials found defective or unsatisfactory, including tests covered under 1.2 above. 3. All minimmni 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 4S hours prior to performing an operation that would require testing. 1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests ofaII items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established lot all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the Owner. The Contractor's control system shall specifically include all testing required by the various sections of these Specifications. General Requirements - I I L3. Superintendence: I'he Contractor shall employ a fill] time Superintendent to monitor and coordinate all facets ofthe 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 himselfthat 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 construction schedule. D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, 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 performed (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. END OF S[CIION General Requirements - 12 SECTION 01510 TEMPORARY UTILITIES 1.1 UTILITIES A. Furnish all utilities necessary for construction. B. Make arrangements with Owner as to the amount of water required and time when water will be needed I. Meters maybe 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 FACILITIES A. Furnish temporary sanitary facilities at each site for the needs of construction workers and others performing work or furnishing services on the Project. 13. 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 Sl-:C"1'ION General Requirements - 13 SECTION 01560 TEMPORARY CONTROLS 1.1 NO1SF: CONTROL A. fake reasonable measures to avoid unnecessary noise when construction activitics are being perlbmied in populated areas. B. Construction machinery and vehicles sliall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. 12 DUST CON'1'ROL 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 xvith water or by application of a chemical dust suppressant. l . Chemical dust suppressant shall not be injurious to existing or future vegetation. 1.3) POLLUTION CONTROL A. Prevent the pollution ofdrains and water courses by sanitary wastes, concrete, sediment, debris and othersubstances resulting from construction activities. I. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal oll' the site. 2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culacris. 1.4 EROSION CONTROL A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities. Measures in general will include: a. Control of nmoff. b. Trapping of sediment. C. Minimizing area and duration of soil exposure. d. Temporarymaterials such as hay bales, sand bags, plastic sheets, riprap or cuIverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to construction activities. B. Preserve natural vegetation to greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual. General Requirements - 14 1.5 "FRAFFIC CON IROL A. Maintain traffic control in accordance Nvith the "Manual of Uniforni Traffic Control Devices" (MUTCD), the City of Fort Collins' "Work Area Traffic Control Handbook", and the Larimer County Urban Area Street Standards. lu the event of a conflict between the MUFCD criteria and (lie City's criteria, the City's criteria shall govern. 1.6 HAUL ROUTES The Engineer reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads. These 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 1.1 CLEANING AND RES"FORATION A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work was begun. Thi. will include providing labor, equipment and materials for cleaning, repairing and replacing facilities damaged or soiled during constriction. The Engineer will be the judge of the degree of restoration required. 1.2 PRO.IECT RECORD DOCUMENTS A. Maintain on the job site, and make available to the Engineer upon request, one current marked -up set ofthe drawings which accurately indicate all approved variations in the completed work that differ from the design information shown on the drawings. Further, these drawings should reflect all underground obstacles encountered. 13. 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 BID 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 Form 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. B. Prices shall include all costs in cotmection 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 sums. D. Unit prices shall not be subject to renegotiation. 1.3 ESTIMATED QUANTITIES A. All quantities stipulated in the Bid Form at unit prices arc approximate and are to be used only as a basis for estimating the probable cost of the Work and for the propose of comparing the bids submitted to the Work. fhe basis of payment shall be the actual amount of materials furnished and Work done. B. Contractor agrees that he will make no claim for damages. anticipaled prolitS, or otherwise on account 01 anv difference between the amount of Work actually perlonned and materials actually furnished and the estimated amount therefor. END OF SFU IION General Requirements - 17 8.2. No assignment by the a party hereto of any rights under or interests in Contract Documents wil- be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not_ without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to - an assi discharge thatgnment no assignment will release or Document. assignor from any duty or responsibility under the Contract . 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. OWNER: CIJY OFF FORT COLLINS(J B y : ' -F - -I'b [.�� JOHN F. FIVCHBACH, CITY MANAGER BY: V V .TAMES 'NEILL II, CPPO, FNIGP DI EC OR OF PURCHASING AN ISK M�N'A(;EPjEN'i' Da' e : �— pRT C'- , U V Attest: n L� iV-1�1 Address for gi-iny notices' P. O. Box 580 i Fort Collins, CO 80522 Approved as to Form Assistan,*(-tyttorney 9/12/O1 CONTRACTO Vogel Concrete Inc. By: — Title: Date:— (CORP(DRATE SEAL) Attest: - Address for giving notices: e_,C., LICENSE NO.: Section 00';20 P- oe `:; SECTION 00530 NOTICE TO PROCEED Description of Work: CONCRETE PROJECT - PHASE I; BID NO. 5717 To: This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within calendar days from receipt of this notice as required by the Agreement. —-— Da Ip,d i-I; is da"' of 2r Thy, lar_�.. �r i]»tantial city of Port :oIJin: OWNER By: Title: ACR.NOWLEDGMENT OF NOTICE Completion and EinaI Acceptance shall e �U respectively. Receipt of the above Notice to Proceed is hereby acknowledged this of ._ , 20 CONTRACTOR By: Title: 7/96 Section 00530 Page 1 day