No preview available
HomeMy WebLinkAbout103854 EXPRESS CONCRETE - CONTRACT - BID - 5911 MISCELLANEOUS CONCRETE PROJECTSERVICES AGREEMENT WORK ORDER TYPE THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and Express Concrete, Inc., hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Services to be Performed. a. This Agreement shall constitute the basic agreement between the parties for services for Miscellaneous Concrete Project. The conditions set forth herein shall apply to all services performed by the Service Provider on behalf of the City and particularly described in Work Orders agreed upon in writing by the parties from time to time. Such Work Orders, a sample of which is attached hereto as Exhibit "A", consisting of one (1) page, and incorporated herein by this reference, shall include a description of the services to be performed, the location and time for performance, the amount of payment, any materials to be supplied by the City and any other special circumstances relating to the performance of services. No workorder shall exceed $50,000. The only services authorized under this agreement are those which are performed after receipt of such Work Order, except in emergency circumstances where oral work requests may be issued. Oral requests for emergency actions will be confirmed by issuance of a written Work Order within two (2) working days. b. The City may, at any time during the term of a particular Work Order and without invalidating the Agreement, make changes within the general scope of the particular services assigned and the Service Provider agrees to perform such changed services. SA WO January 2005 1 304.01 1 Aggregate Base Course 1 $ -) A.1 00 1 TON 1 150 1 $ -'s zn� 00 1 403.01 1 Temporary Asphalt Patching 1 $ g0, 0 o 1 TON 1 100 1 $ $000. 00 602.01 Reinforcing Steel $ 1 11/0 LB 500 $ oZ 00. 00 602.02 Reinforcing Steel - Epoxy Coated $ 1 78 LB 500 $ 390, 00 604.01 Reconstruct Inlet Deck - Catch Basin R&R $ �r7Q0 O o EA 5 $ 5000, 00 604.02 Reconstruct Inlet Deck - Additional $ / 00 LF 10 $/6So. 00 Foot Opening R&R , 604.03 Reconstruct Curb Inlet Deck - 4' Opening (R&R) $16SO, oo EA 5 $ $a SO, 00 604.04 Reconstruct Curb Inlet Deck - $ LF 10 $�6 Additional Foot Opening (R&R) �6s 0 0 604.05 Area Inlet $ 00 EA 5 $ 5000, o0 , 604.06 Type R Inlet - 5' Opening $ 00 • EA 5 $ 604.07 Type R Inlet - Additional Foot Opening 00 $a oZ LF 5 $ //00. 00 Combination Type 13 Curb Inlet - 604.08 Frame, Grate & Adjustable Curb $ EA 5 $ Bonnet (East Jordan Ironworks 7030 or Equivalent) ��/✓r0, 00 /a oO SO. 604.09 Concrete Sidewalk Culvert $ 3S-0, 00 EA 5 $ 00 604.10 Metal Sidewalk Culvert - 2' Opening, 5/8" late $ OU // $�O. EA 10 $ o0 //,SOO ; 604.11 Additional Square Foot 5/8" Plate $ /00, 0o SF 10 $ /000, 00 608.01 Siweaver Curb, Gutter & 4" $ /7, 50 LF 1,000 $ 00 l "l.3�OG . 608.02 Driveover Curb, Gutter & 6" Sidewalk $ f q S-0 LF 1,000 $ -00. 0O 608.03 Driveover Curb and Gutter - No Sidewalk $/ 00 LF 125 $/875, 00 , 608.04 Driveover Curb, Gutter and 6" Drive Approach $ /, GO LF 200 $ 00 oZ y 00 608.05 Vertical Curb, Gutter and 4" Sidewalk $ / 1r. $"0 LF 300 $ S-SSO, 00 608.06 Vertical Curb, Gutter and 6" Sidewalk $ oZ /, 5-0 LF i00 $ 00 oZ / SO, 608.07 Vertical Curb and Gutter - No Sidewalk $/S $0 LF 500 $ 7f00 00 7 608.08 Vertical Curb, Gutter and Drive $aa 00 LF 150 $ 3300 00 Appro608.09 Vertical Curb, Gutter and 6" Drive Approach - No Sidewalk $ 1(, SO LF 75 $ /a3 So 608.10 Out Fall Curb & Gutter $ /S: 00 LF 100 $/SOO. 00 608.1 I Hollywood Curb, Gutter and 4" Sidewalk $ / y. SO LF 250 $ 3 6 Z S. 00 608.12 Hollywood Curb, Gutter and 6" Sidewalk $ / -, SO LF 250 $ 3 S'S.- 00 608.13 Hollywood Curb and Gutter - No $ LF 75 $ Sidewalk 30 3 7. SO 608.14 Hollywood Curb, Gutter and Drive $ LF 150 $ A roach /� $� 01.3 7 SO 608.15 Highback Curb and Gutter - No Sidewalk $aa. 5-0 LF 500 $ IIQ S*O. 00 608.16 Highback Curb, Gutter and Drive Approach $01 Y. �o LF 150 $ 36 7S: 0O 608.17 Barrier Curb - 6" x 18" $ / 8 00 LF 150 $ oZ 7n0 . 00 608.18 Barrier Curb - Key Way Style $ a 00 LF 150 $ 31S-0. 00 608.19 Barrier Curb - Epoxy $ / �00 LF 150 $ a $-5-0, 00 608.20 Mountable Curb - 12" x 18" $ 00 LF 150 $ a $ 5-0, 00 608.21 Mountable Curb - Key Way Style $ a a.00 LF 150 $ 33 00 , 00 608.22 Mountable Curb - Epoxy $ a 0 00 LF 150 $ 3 000 , 00 608.23 Pedestrian Access Ramp, Driveover Curb $ a 8 SO LF 150 $ ya yS oo 608.24 Pedestrian Access Ramp, Vertical $ LF 100 $ Curb a 7, 5-0 SO, 00 608.25 Pedestrian trian Access Ramp, Hollywood $ SO • LF 150 $ 00 33'>S. 608.26 Pedestrian Access Ramp, Highback r $ .S SO SF 375 $ , ao6a 608.27 Truncated Dome Panel $ DO SF 100 $ 00 608.28 Apron - 8" $ S 00 SF 500 $ a S'00.00 608.29 Crosspan - 8" $ y a S SF 750 $ 3/ Grp 608.30 Valley Pan - 6" Depth $ S-, 7S SF "0 $ SO 608.31 Flatwork - 4" $ a 5/� SF 4,000 $ goo. ao 608.32 Flatwork - 6" $ oZ �S SF I,500 $ yya S, 00 608.33 epth eFlatwork - t" Additional $ �$ SF 250 o0 $ lao _D • 608.34 3 a cre a Pavement 8" (Joints $ 41 oZ Q SF 1,500 $ G.3.30, o0 608.35 Alley Approach - 8" $ 5/� s0 LF 100 $ [/s O' 0 0 608.36 Enhanced Crosswalk - 10" Tile Red $ q, OO SF 150 $ / 350, 00 608.37 Enhanced Crosswalk - 10" San Diego Buff $ S0 g• SF 150 $ 00 /d yS. 608.38 Enhanced Crosswalk - 10" Brick Red, Stamped $ SF 150 $ S-Q 608.39 Colored Trail with Fibennesh - 5" Yosemite Brown $ 3 6o SF 500 $ /$ 00 608.40 Mow Strip - 4" x 12" $ g, S0 LF 500 $ — o 608.41 Splashblock - 4" Exposed Aggregate $ OO SF 500 1 SGb . 608.42 Splashblock - 4" San Diego Buff $ �- S SF 500 $ a 6 a S• o o 608.43 Median Cover - 4" San Diego Buff $ .S. a S SF 500 $ oZ 6�5. 00 608.44 Fibermesh - Added to Any Item, Additional Charge $ y. Cl S LB/CY 100 c 608.45 24 Hour High Early Concrete - Added to Any Item, Additional Charge $ /, j ; 0 0 CY 50 $ '0, 00 608.46 Stamp Pattern - Added to Any Item Additional Charge $ 01 10 SF 150 $ 3/S 00 608.47 6" Concrete Bollard $ � � 00 EA 5 $ yS ,• op 608.48 8" Concrete Bollard $ 90,00 EA 5 $ 1/SO. 00 608.49 Flowable Fill $ Ss— 00 CY 25 $ / 7s—� 00 608.50 Non -reinforced Concrete Wall - 8" $ // 00 SFF 500 $ j-S00• u0 608.51 Non -reinforced Concrete Footer - 8" $, f 00 oa(� SF 225 $ "0, 00 608.52 Concrete Staining/Sealing $ 75_ SF 150 $ V1 a , SO 608.53 Expansion and Sealing $ 00 ,a LF 250 S r o0 •00 608.54 Joint Sealant $ a LF 100 $ a oZ S. rs 0 626.01 Mobilization — Invoices Under $500 $ 80, 00 Lump 25 oZ Sum 630.01 "NO PARKING" Sign With Stand $ % • y Per Day Per Each 375 $ s"f/3 . `! 630.02 Vertical Panel Without Light $ • gs Per Day Per Each 50 $ j/a, SO 630.03 Channelizing Barrels $ Per Day Per Each 50 $ ,3 `7, SD 630.04 Type I Barricade Without Light $ .7s Per Day Per Each 750 $ SO S�ioZ. 630.05 Type II Barricade Without Light $ n,S, Per Day Per Each 20 $/S+ 00 630.06 Type III Barricade Without Light $ 0O .3• Per Day Per EachPerDay 20 $ 00 60• 630.07 Size A Sign With Stand $ 5/Q Per Each 225 $ 630.08 Size B Sign With Stand $ �• .S� Per Day Per Each 20 $ 00 .3/, 630.09 Size A Specialty Sign- Cost of Manufacturing $ �� 00 , Each 2 $ �S-5�• o0 630.10 Size B Specialty Sign - Cost of Manufacturing�/, $ 00 Each 2 $ o O / $ �/, 630.11 Cone With Reflective Strip $ /� 160 Per Day Per Each 375 $ OO S, 630.12 Safety Fence $ �� Per Day Per Roll 20 $ 00 /0p. 630.13 Light $ SO Per Day Per Each 20 $ /0• ,O 630. l4 Advance Warning Flashing -or Sequencing Arrow Panel $ D0 �• Per Unit Per Da 5 $ 3 S0 • oQ 630.15 Variable Message Board $ 00 Per Unit Per Day 10 S00 /a O, 630.16 Traffic Control Supervisor $ S 0 Per Day 25 $ OC 630.17 Traffic Control Supervisor $ 30,00 Per Hour 100 $ .3000.01 630.18 Flagging $ Jg SO Per Hour 150 $a 775, 00 10 FORCE ACCOUNT LABOR RATES *Materials will carry a 10% markup from the original invoice for costs $500 and below, and an 8% markup for invoices greater than $500 *Attach hourly Equipment/Operator rates to be used for Force Account work FA I Laborer $ a OD Hour 15 u0 FA2 Foreman $ 3s' 00 Hour 15 $ Sas 00 FA3 Finisher $ ac00 Hour 15 00 FA4 Form Setter $ a y, SO Hour 15 TOTAL COST Dollars and ,4 Signed Address S30s' S. Z; 91y`OC Company A Check One: Individual Doing Business in Company Name X Corporation Partnership Ft, to/b.-Is . 60. 80saFK Phone/Fax 9i0 d�S-/a&y of rP4'0• )a5-os-V46 11 &Aim CONCRETE, INC Phone: 970-225-1287 FAX : 970-229-0846 Equipment/Operator hourly Rates per Bid #5911 Item # Description Unit Unit Price 1. Skid steer HR $45.00 2. Mini trackhoe HR $50.00 3. DumpTruck HR $55.00 4. Backhoe HR $85.00 Submitted Date 08-8pr-05 Jeff Hubbard Express Concrete, Inc. Express Concrete, Inc. 5305 Ziegler Rd., Fort Collins, CO 80528-9539 Phn: 970-225.1287 FAX: 970-229-0846 www.expreasconcrete.com EXHIBIT C INSURANCE REQUIREMENTS The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. EXHIBIT D SECTION 02000 PROJECT SPECIFICATIONS The Colorado Division of Highways "Standard Specifications for Road and Bridge Construction", 1999, and the current Larimer County "Urban Area Street Standards", (hereafter referred to as the "Standard Specifications") are made a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of the provisions of the preceding Sections, the preceding Sections shall govern. INDEX OF REVISIONS SECTION 104 Traffic and Parking Control 105 Cooperation Between Contractors 105 Inspection of Work 105 Maintenance During Construction 107 Protection and Restoration of Property and Landscape 201 Clearing and Grubbing 202 Removal of Structures and Obstructions 203 Excavation and Borrow 210 Reset Structures 212 Seeding, Fertilizer, and Sodding 304 Aggregate Base Course 403 Hot Bituminous Pavement — Temporary Patching 604 Inlets 608 & 609 Sidewalks, Curb and Gutter, Drive Approaches, Aprons, Crosspans, and Concrete Pavement 608 Detectable Warnings 626 Mobilization 630 Traffic Control Devices REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL Section 104 of the Standard Specifications is hereby revised as follows: Subsection 104.04 shall include the following. It shall be the Contractor's responsibility to clear parking from the streets when such parking will interfere with the work. Prior to work that requires the street(s) to be closed to parking and/or traffic, the street(s) shall be posted for "NO PARKING". The placement of these signs shall take place at least 24 hours prior to the commencement of work and shall clearly show the type of work, and the day, date and times that the message on the sign is in effect. (For example, if a street is to be patched on Wednesday, July 2, the street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that reads similar to "NO PARKING, WEDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M., PATCHING.) See sample "NO PARKING" sign. "NO PARKING" signs.shall remain in place until the street is opened to traffic and all clean up operations completed. All information on the "NO PARKING" signs, with the exception of the date, shall be in block letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible and written in block style letters. Any work done by the Contractor without traffic control will not be paid for under the terms of this Contract. The Contractor will not be paid for traffic control costs incurred during Contractor caused delays. At or near the end of each work day, a representative of the Contractor, the Traffic Control Supervisor, and the City Representative will meet to discuss the progress of the work and the placement of traffic control devices including "NO PARKING" signs. Any necessary adjustments shall be made. The Contractor shall also review at this time with the City Representative the proposed means of handling parking and traffic control for upcoming work. It is the responsibility of the Contractor to minimize any inconvenience to the public as a result of this work. At the above referenced meeting, the quantity of traffic control devices used that day shall be agreed upon by the Contractor and the City Representative. The Contractor shall utilize forms approved by the City for the tabulation of Traffic Control Devices utilized. The Contractor shall maintain access at all times to all businesses within the project. Any changes in the traffic control, including additional signs, barricades, and/or flaggers needed in the field shall be immediately implemented as directed by the City Representative. The cost for traffic control is covered in "Revision of Section 630, Traffic Control Devices" found herein. Project Specifications Page 1 of 33 NO PARKING Md July 7 7:00 AM m 60000 PM PATCHING Project Specifications Page 2 of 33 2. Changes in the Work. The City reserves the right to independently bid any services rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this Agreement shall obligate the City to have any particular service performed by the Service Provider. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated as specified by each written Work Order or oral emergency service request. Oral emergency service requests will be acted upon without waiting for a written Work Order. Time is of the essence. 4. Contract Period. This Agreement shall commence upon signing, and shall continue in full force and effect until April 30, 2006, 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 four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than 90 days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without is fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 6. Early Termination by City/Notices. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be mailed at least fifteen (15) SA WO January 2005 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 Page 3 of 33 REVISION OF SECTION 105 INSPECTION OF WORK Section 105 of the Standard Specifications is hereby revised as follows: Subsection 105.11 shall include the following: The Contractor shall keep the City Representative informed of his future construction operations to facilitate scheduling of required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the City Representative 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 City Representative from any responsibility for additional costs or delays caused by such failure. Inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected by the City Representative or that payment therefore has been included in the progress estimate. Project Specifications Page 4 of 33 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 unclean after the completion of the day's work. It shall be the Contractor's responsibility to provide the necessary manpower and equipment to satisfactorily clean the roadway area. The Contractor shall utilize a combination of pick-up brooms, side brooms and/or other equipment as needed to clean the streets. All sweeping and clean up equipment shall be approved by the City Representative prior to the commencement of work. The Contractor shall maintain the streets during the construction process as prescribed above. If a street requires additional sweeping by City forces, the Owner shall deduct from compensation due the Contractor sufficient funds to cover the Owner's cost to provide said service. All cost of maintaining the work during construction and before the project is accepted will not be paid for separately, but shall be included in the work. Project Specifications Page 5 of 33 REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE Section 107 of the Standard Specifications is hereby revised as follows: Subsection 107.12 shall include the following: The fact that any underground facility - sprinkler systems, utility services, etc. - is not shown on the plans, details or construction documents shall not relieve the Contractor of his responsibilities as provided for in the Contract. It shall be the Contractor's responsibility, pursuant thereto, to ascertain the location of such underground improvements which may be subject to such damage by reason of his operations. Any pruning of vegetation shall require the written permission of the property owner and/or the City Representative. 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 City Representative. For concrete repair locations, the placement of topsoil (backfill) shall be completed within two (2) working days of the placement of the concrete. The topsoil shall consist of loose friable loam reasonably free of admixtures of subsoil, refuse, stumps, roots, rocks, brush, weeds, heavy clay, hard clods, toxic substances or other material which would be detrimental to the proper development of vegetative growth. The material to be utilized shall be approved by the City Representative prior to placement. The topsoil shall be in a relatively dry state and placed during dry weather. The topsoil shall be fine graded to eliminate rough and low areas and ensure positive drainage. The existing levels, profiles and contours shall be maintained. If any portion of the area to be repaired is greater than five (5) inches in width, the Contractor shall clean and prepare the area along the entire length of the repair location as stated above to a minimum of one (1) foot, place sod over the entire area, water once, and notify the property owner in writing of the nature of the work that has taken place and that the sod will be watered only once. If the area to be repaired is only damaged on the surface, the Contractor shall remove the damaged areas of sod to a depth that will allow new sod to be placed, place new sod, water once and notify the property owner in writing of the nature of the work that has taken place and the fact that the sod will be watered only once. The minimum overall width of the area to be sodded shall be one (1) foot. For concrete repair locations, the placement of sod shall be completed by the end of the first working day of the week following the placement of the concrete. Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction and protected from damage by the contractor. Sprinkler heads shall be salvaged and stockpiled on each property for use when reconstructing the sprinkler systems. Project Specifications Page 6 of 33 REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE 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 from the date of damage. In areas where the City Representative directs new work or the reconstruction areas require grade adjustment, the placement of topsoil, sod and sprinkler relocation will be provided by the City under separate contract. All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his expense unless a written waiver is obtained from the property owner and submitted to the City Representative. 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 City Representative directs new work or the reconstruction areas require grade adjustment, the placement of topsoil, sod, and sprinkler relocation will be 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 Specifications Page 7 of 33 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised as follows: Subsection 201.03 shall be amended to include the following: When any tree roots are encountered during construction operations, the Contractor shall notify the City Representative prior to any root removals. The City Representative and the City Forester's representative shall then make a determination regarding removal. Tree roots shall be removed with a sharpened, sanitized saw, cut orthogonally to its longitudinal axis as closely as practical, to leave the freshly cut root surface in a clean and smooth condition. Axes, or other blunt objects shall not be used to cut tree roots. Where it is anticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent any damage to the roots with tools or equipment. All costs for removing tree roots shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work, and no measurement or payment shall be made separately for the removal of tree roots. Project Specifications Page 8 of 33 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised as follows: Subsection 202.01 is revised to include the following: This work consists of sawing and cutting to facilitate controlled breaking, and removal of concrete and asphalt. Subsection 202.02 is revised to include the following: Sawing of concrete and asphalt shall be done to a true line, with a vertical face, unless otherwise specified. Subsection 202.11 is revised to include the following: Sawing shall be measured by the lineal foot. This item shall only be used where the City Representative directs sawing not already being paid under another item. Sawcutting related to the removal items described herein shall be considered a subsidiary obligation of the Contractor, and shall not be measured or paid for separately. Subsection 202.12 is revised to include the following: Payment will be made under: Pay Item Unit 202.01 Sawcut Concrete/Asphalt (0" - 4") LF 202.02 Sawcut Concrete/Asphalt (4" - 6") LF 202.03 Sawcut Concrete/Asphalt (6" - 8") LF 202.04 Sawcut Concrete/Asphalt (8" - 10") LF 202.05 Sawcut — Additional 1" Depth LF/Inch 202.06 Remove Concrete Sidewalk SF 202.07 Remove Concrete Curb and Gutter LF 202.08 Remove Monolithic Curb, Gutter and Sidewalk SF 202.09 Remove Concrete Driveway/Apron/Crosspan SF 202.10 Remove Concrete Pavement - 10" SF 202.11 Remove Concrete Pavement Additional 1" Depth SF 202.12 Remove Asphalt — 6" 202.13 Remove Asphalt SF Project Specifications Page 9 of 33 Additional 1" Depth 202.14 Remove Inlet SF Each 202.15 Remove and Haul Driveway Fillet Each 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 Removal of Structures and Obstructions as specified in these specifications, as shown on the plans, and as directed by the City Representative. Project Specifications Page 10 of 33 REVISION OF SECTION 203 EXCAVATION AND BORROW Section 203 of the Standard Specifications is hereby revised as follows: Subsection 203.01 is revised to include the following: This work shall consist of removing and disposing of the existing base or other material, preparing the subgrade for the subsequent course, and placing borrow in accordance with the specifications and in reasonably close conformity with the lines, grades, and typical cross sections shown on the plans or as designated by the City Representative. All excavation will be classified "General Excavation", as hereafter described. The Contractor shall be responsible for disposal of all excavated material. Subsection 203.05 is revised to include the following: General Excavation shall consist of the excavation of all materials of whatever character required for the work not being removed under some other item. Subsection 203.09 is revised to include the following: The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. The excavation will be accomplished in the following manner: General Excavation: The areas to be removed will be marked on the surface by the City Representative with paint. If, in the opinion of the City Representative, the subgrade material is unsuitable, it shall be removed to the limits and depths designated. Where excavation to the finished grade section results in a subgrade of unsuitable soil, the City Representative may require the Contractor to remove the unsuitable materials and backfill to the finished grade section with approved material. After the material has been removed to the depth specified by the City Representative, the Contractor shall prepare the subgrade by compacting with a sheepsfoot roller, rubber tired roller and/or other compaction equipment as approved by the City Representative. The subgrade preparation shall not be measured and paid for separately, but shall be included in the contract unit price for General Excavation. Borrow: Borrow shall be placed as directed by the City Representative. The cost for compaction shall be included in the Contract Unit Price for Borrow. The material required for a specific location shall be Class 1 Pit Run or other material as directed by the City Representative Borrow will be paid by the ton at the proper moisture. Haul and water necessary to bring mixture to optimum moisture content will not be measured or paid for separately, but shall be included in the contract unit price for Borrow. Load slips shall be consecutively numbered for each day, and submitted to the City Representative daily. Project Specifications Page 11 of 33 REVISION OF SECTION 203 EXCAVATION AND BORROW Subsection 203.17 shall include the following: The Contractor and the City Representative shall field measure and agree upon the excavated quantity before any further work continues. Should the Contractor fail to request the City Representative to measure any work and perform other work that would prevent the City Representative from measuring pay quantities, the Contractor shall not be compensated for materials not measured by the City Representative. The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard. Subgrade preparation, haul and disposal will not be measured and paid for separately. The accepted quantities of Borrow will be paid for at the contract unit price per ton. Compaction and haul will not be measured and paid for separately. Subsection 203.18 shall include the following: Payment will be made under: Pay Item Unit 203.01 Excavation — General Less Than 50 CY CY 203.02 Excavation — General Over 50CY CY. 203.03 Excavation — Walls Only CY 203.04 Excavation — New Inlet Each 203.05 Borrow - Less Than 100 Ton Ton 203.06 Borrow — Over 100 Ton Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Excavation and Borrow including haul, stockpiling, placing material, watering or drying soil, compaction, proof rolling, finish grading and disposal of unusable materials, as shown on the plans, as specified in these specifications, and as directed by the City Representative. Project Specifications Page 12 of 33 days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following address: City Service Provider City of Fort Collins, Purchasing Express Concrete, Inc. P.O. Box 580 5305 S. Ziegler Rd. Ft. Collins, CO 80522 Ft. Collins, CO 80528 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the termination date, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed price. The actual amount of work to be performed will be stated on the individual Work Orders. The City makes no guarantee as to the number of Work Orders that may be issued or the actual amount of services which will in fact be requested. No Work Order of 50,000 or more shall be issued. 8. Payments. a. The City agrees to pay and the Service Provider agrees to accept as full payment for all work done and all materials furnished and for all costs and expenses incurred in performance of the work the sums set forth for the hourly labor rate and material costs, with markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit "B", consisting of seven (7) pages, and incorporated herein by this reference. b. Payment shall be made by the City only upon acceptance of the work by the City and upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies and materials, and other costs incurred in connection with the performance of such work. SA WO January 2005 REVISION OF SECTION 210 RESET STRUCTURES Subection 210.01 is revised to include the following: This work consists of adjusting manholes and valve boxes, and removing and resetting or adjusting brick pavers and related materials. All pavers shall be carefully removed, stored, reinstalled, or adjusted in a manner that will avoid loss or damage. Subsection 210.02 is revised to include the following Cutting of pavers, when necessary, shall be accomplished with a double bladed splitter or a masonry saw. The saw shall be a "wet saw" type saw to inhibit dust when cutting the pavers. Pavers shall be cut such that tight spaced joints are maintained. The Contractor shall spread the bedding sand evenly in the area defined and shall screed the sand to an appropriate embedment depth as shown on the plans or as directed by the City Representative. Sufficient sand should be placed to stay ahead of laid pavers. The Contractors shall use a plate vibrator to embed the pavers into the sand. The size and type of plate vibrator shall be in accordance with manufacturer's recommendations, or as directed by the City Representative. All pavers that are damaged during embedment shall be replaced at the Contractor's expense. Joint spacing between paver units shall be in accordance with the manufacturer's recommendations, or as approved by the City Representative. Joints shall be filled completely with joint sand. Excess sand shall be removed by sweeping. The unit price for this line item shall include all work associated with resetting the brick pavers, including grading, compacting, and sand. Subsection 210.05 is revised to include the following Payment will be made under Pay Item Unit 210.01 Reset Brick Pavers SF 210.02 Adjust Manhole Each 210.03 Adjust Valve Box Each The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Reset Brick Pavers, complete -in -place, including compaction and materials, as shown on the plans, as specified in these specifications, and as direction by the City Representative. Project Specifications Page 13 of 33 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 conformity with the locations and details shown on the plans or as designated. This work shall not include locations of concrete repair in which grade changes and additional work does not occur. See 'Protection and Restoration of Property and Landscape" found herein. Subsection 212.02 is revised to include the following: Topsoil Topsoil shall conform to the requirements of "Protection and Restoration of Property" found herein. Sod Bluegrass sod shall be nursery grown, 99% Kentucky Blue Grass and 99% weed free. Other sod type may be used only if approved in writing by the City Representative. 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 314 inch nor more than one inch. Sod shall be cut in uniform strips with minimum dimensions of 12 inches in width and 48 inches in length. The Contractor shall submit a sample of the sod he proposes to furnish. Said sample shall serve as a standard. Any sod furnished, whether in place or not, that is not up to the standard of the sample may be rejected. Sod that has been cut for more than 24 hours shall not be used. Each load of sod shall be accompanied by a certificate from the grower stating the type of sod, and the date and time of cutting. Subsection 212.05 is revised to include the following: Sodding (a) Soil Preparation. The area shall be cleaned with a minimum depth of four (4) inches (where topsoil does not exist) and a minimum width of one (1) foot, all irregularities in the ground surface shall be removed, and all edges clean and vertical. Sticks, stones, debris, and other similar material more than '/2 inch in diameter shall be removed. Any objectionable depressions or other variances from a smooth grade shall be corrected. (b)Topsoil Placement. Topsoil shall be placed and compacted with a minimum depth of four (4) inches. The amount of compaction required shall be as directed by the City Representative. (c) Sod Placement. The minimum width for sod shall be one (1) foot. The area to be sodded shall be smooth. The sod shall be laid by staggering joints with all edges touching. On any slopes, the sod shall run approximately parallel to the slope contours. 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 negligence shall follow the requirements of this section but will not be measured and paid for under the terms of this contract. Project Specifications Page 14 of 33 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. In areas where the City Representative directs new work or the reconstruction areas require grade adjustment, the placement of topsoil, sod, and sprinkler relocation will be provided by the City under separate contract. All labor, materials, tools, equipment, incidentals, water, and work involved in Seeding, Fertilizer and Sodding shall be considered incidental to the work being done and shall not be measured and paid for separately. Project Specifications Page 15 of 33 REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised as follows: Subsection 304.02 is revised to include the following: Aggregate Base Course shall meet the grading requirements for Class 5. Recycled asphalt or recycled concrete may be substituted for Aggregate Base Course at any time as directed by the City Representative. Subsection 304.07 is revised to include the following: Aggregate Base Course will be measured by the ton at the proper moisture. Haul and water necessary to bring mixture to optimum moisture content will not be measured and paid for separately, but shall be included in the contract unit price for Aggregate Base Course. Subsection 304.08 is revised to include the following: Aggregate Base Course used for incidentals such as temporary patching, wash pits, form board reinforcement, and storm water protection will not be measured and paid for under this item, but shall be considered incidental to the work. Failure to protect open excavations, or any other use not directly related to the Work, shall not be measured or paid for separately but shall be included in the Work. Load slips shall be consecutively numbered for each day, and submitted to the City Representative daily. The accepted quantities for Aggregate Base Course will be paid for at the contract unit price per ton. Payment will be made under: Pay Item Unit 304.01 Aggregate Base Course Ton 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 the placement of Aggregate Base Course, complete -in -place, including haul and water, as shown on the plans, as specified in these specifications, and as directed by the City Representative. Project Specifications Page 16 of 33 REVISION OF SECTION 403 HOT BITUMINOUS PAVEMENT —TEMPORARY 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 minimum of two (2) inches of hot mix asphalt, up to a maximum depth of six (6) inches. These locations shall be paid under the Contract Unit Price for Temporary Patching. Subsection 403.04 is revised to include the following: Temporary Patching will be measured by the ton. Pavement cutting, excavation, subgrade preparation, haul, disposal, and bituminous materials will not be measured or paid for separately, but shall be included in the contract price for Temporary Patching. Load slips shall be consecutively numbered for each day and shall include the batch time. Subsection 403.05 is revised to include the following: The accepted quantities for Temporary Patching will be paid for at the Contract Unit Price per Ton. Payment will be made under: Pay Item Unit 403.01 Temporary Asphalt Patching Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Temporary Patching, including pavement cutting, excavation, haul, disposal, surface preparation, and bituminous materials, complete -in -place, as shown on these plans, as specified in these specifications, and as directed by the City Representative. Project Specifications Page 17 of 33 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 or inlet decks, and installation of new inlets in accordance with these specifications, and in reasonably close conformity with the lines and grades shown on the plans or established by the City Representative. Subsection 604.05 is revised to include the following: As part of the "Reconstruct Inlet Deck" items, the concrete around the inlet as marked shall be removed and hauled from the site. The existing frame, grate, and angle iron face shall be salvaged and reused in the reconstruction of the inlet deck. All reinforcing steel encountered during removal shall be replaced with new steel of the grade and size as shown on the detail found herein. Reconstruct Inlet Deck shall include the deck reconstruction of existing inlets, including two, three and a half foot (3.5') transitions, measured from inside face of box, on each side. Inlets with openings greater than those defined on the detail shall be paid for as Reconstruct Inlet Deck, per each, plus 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 disturbing the deck or box, this shall not constitute Reconstruct Inlet Deck. These locations shall be measured and paid for separately under the items described in Revision of Sections 608 and 609 - Sidewalks, Curb and Gutter, Drive Approaches, Aprons and Crosspans found herein. Subsection 604.08 is revised to include the following: Payment will be made under: Pay Item Unit 604.01 Reconstruct Inlet Deck — Catch Basin Remove and Replace Each 604.02 Reconstruct Inlet Deck — Catch Basin Additional Foot Opening — Remove and Replace Lineal Foot 604.03 Reconstruct Curb Inlet Deck — 4' Opening Remove and Replace Each 604.04 Reconstruct Curb Inlet Deck Additional Foot Opening — Remove and Replace Lineal Foot 604.05 Area Inlet 604.06 Type R Inlet — 5' Opening Project Specifications Page 18 of 33 Each Each REVISION OF SECTION 604 INLETS 604.07 Type R Inlet - Additional Foot Opening Lineal Foot 604.08 Combination Type 13 Curb Inlet Frame, Grate and Adjustable Curb Bonnet (East Jordan Iron Works 7030 or equivalent) Each 604.09 Concrete Sidewalk Culvert Each 604.10 Metal Sidewalk Culvert 5/8" Plate Each 604.11 Additional Square Foot 5/8" Plate Square Foot Expansion joint material shall be installed every 500' in long runs and between new structure 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. Expansion joint material must be set vertical and installed in accordance with the CDOT M&S Standards for Concrete Pavement Joints. The joint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section 412.18. Expansion and caulking shall be paid under Item 608.53 Expansion and Sealing. 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 City Representative. Project Specifications Page 19 of 33 REVISION OF SECTION 608 & 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, RAMPS AND CONCRETE PAVEMENT Sections 608 and 609 of the Standard Specifications are to be deleted and replaced with the Larimer County Urban Area Street Standards, October 2002, 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 City Representative. The finished exposed surface and edging of the concrete will match as closely as possible the surface treatment of the surrounding existing concrete. The mix designs for all types of concrete to be utilized shall be determined by the Contractor and submitted to the City Representative and approved a minimum of one week prior to the beginning of construction. Cement used shall conform to the Standard Specification for Portland Cement, ASTM C 150-85, AASHTO M85, Type I, Type 1/11, or Type III. The air content shall be four (4) to seven (7) percent. "High Early" concrete shall be used for all concrete repair locations. "High Early" concrete shall have a specified compressive strength of 4000 psi and a minimum 48 hour compressive strength of 3000 psi. The type of concrete used for a particular location shall be approved by the City Representative. 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 conform to ASTM C 494-82, Accelerating Agents shall conform to ASTM C 494-82. Calcium Chloride shall not be utilized as an accelerating agent. The Contractor shall furnish a load slip containing the information required by AASHTO M157, Section 13, Subsection 13.1 and 13.2, with each batch of concrete. In addition, the type of concrete (mix code) shall be shown on each load slip. Concrete delivered without a load slip containing complete information as specified will be subject to rejection. In locations where concrete pavement is replaced, the new pavement shall have a minimum thickness of 7" or a thickness of 1" thicker than the existing adjacent pavement slab.. Existing pavement shall be saw cut to obtain a straight and neat edge for paving and shall be deep enough to cut through the entire pavement thickness. All joints shall be sealed with an asphalt filler compound, or approved equal. Joint sealing of concrete pavement will not be measured and paid for separately, but shall be considered incidental to the concrete pavement item. Additional sealing of undisturbed pavement may be required, and will be paid for under the Joint Sealing item. The top of the new pavement shall be even with 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. The 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 ASTM Specification C 309-81 Type 11, Class B. The application rate for curing Project Specifications Page 20 of 33 REVISION OF SECTION 608 & 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, RAMPS AND CONCRETE PAVEMENT compound shall be 150 sq. ft./gal. for all concrete. The curing compound shall be applied immediately upon completion of the finishing. 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. Concrete blankets shall be used when the temperature is expected to fall to 320F or below within 36 hours after placement of curing compound for 48 hour high early concrete. Asphalt patching against fresh concrete shall not be permitted 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 approved by the City Representative for the tabulation of concrete quantities. Payment will be made under: Pay Item Unit 608.01 Driveover Curb, Gutter and 4" Sidewalk LF 608.02 Driveover Curb, Gutter and 6" Sidewalk LF 608.03 Driveover Curb and Gutter, No Sidewalk LF 608.04 Driveover Curb, Gutter and 6" Drive Approach LF 608.05 Vertical Curb, Gutter and 4" Sidewalk LF 608.06 Vertical Curb, Gutter and 6" Sidewalk LF 608.07 Vertical Curb and Gutter - No Sidewalk LF 608.08 Vertical Curb, Gutter and 6" Drive Approach LF 608.09 Vertical Curb, Gutter and Drive Approach — No Sidewalk LF 608.10 Out Fall Curb and Gutter LF 608.11 Hollywood Curb, Gutter and 4" Sidewalk LF Project Specifications Page 21 of 33 REVISION OF SECTION 608 8r 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, RAMPS AND CONCRETE PAVEMENT 608.12 Hollywood Curb, Gutter and 6" Sidewalk LF 608.13 Hollywood Curb and Gutter - No Sidewalk LF 608.14 Hollywood Curb, Gutter and Drive Approach LF 608.15 Highback Curb and Gutter - No Sidewalk LF 608.16 Highback Curb, Gutter and Drive Approach LF 608.17 Barrier Curb — 6" x 18" LF 608.18 Barrier Curb — Key Way Style LF 608.19 Barrier Curb — Epoxy LF 608.20 Mountable Curb — 12" x 18" LF 608.21 Mountable Curb — Key Way Style LF 608.22 Mountable Curb — Epoxy LF 608.23 Pedestrian Access Ramp, Driveover Curb LF 608.24 Pedestrian Access Ramp, Vertical Curb LF 608.25 Pedestrian Access Ramp, Hollywood Curb LF 608.26 Pedestrian Access Ramp, Highback Curb SF 608.27 Truncated Dome Panel SF 608.28 Apron - 8" SF 608.29 Crosspan — 8" SF 608.30 Valley Pan — 6" SF 608.31 Flatwork - 4" SF 608.32 Flatwork - 6" SF 608.33 Replace Flatwork - 1 "Additional Depth SF 608.34 Concrete Pavement - 8" (Joints Sealed) SF 608.35 Alley Approach - 8" LF 608.36 Enhanced Crosswalk — 10" Tile Red SF Project Specifications Page 22 of 33 9. City Representative. The City's representative will be shown on the specific Work Order and shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the work requested. All requests concerning this Agreement shall be directed to the City Representative. 10. Independent Contractor. It is agreed that in the performance of any services hereunder, the Service Provider is an independent contractor responsible to the City only as to the results to be obtained in the particular work assignment and to the extend that the work shall be done in accordance with the terms, plans and specifications furnished by the City. 11. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the city. 12. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights under the Agreement or of any cause of action arising out of the performance of this Agreement. 13. Warranty. (a) Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. (b) Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. (c) Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final SA WO January 2005 REVISION OF SECTION 608 & 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, RAMPS AND CONCRETE PAVEMENT 608.37 Enhanced Crosswalk — 10" San Diego Buff SF 608.38 Enhanced Crosswalk — 10" Brick Red, Stamped SF 608.39 Colored Trail with Fibermesh — 5" Yosemite Brown SF 608.40 Mow Strip — 4" x 12" LF 608.41 Splashblock — 4" Exposed Aggregate SF 608.42 Splashblock — 4" San Diego Buff SF 608.43 Media Cover-4" San Diego Buff SF 608.44 Fibermesh — Added to Any Item, Additional Charge LB/CY 608.45 24 Hour High Early Concrete Added to Any Item, Additional Charge CY 608.46 Stamp Pattern — Added to Any Item, Additional Charge SF 608.47 6" Concrete Bollard Each 608.48 8" Concrete Bollard Each 608.49 Flowable Fill CY 608.50 Non -reinforced Concrete Wall — 8" SFF 608.51 Non -reinforced Concrete Footer — 8" SF 608.52 Concrete Staining/Sealing SF 608.53 Expansion and Sealing LF 608.54 Joint Sealant LF Removal of existing concrete shall be paid for separately under Section 202 "Removal of Structures and Obstructions." "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 the transition at the back of the ramp, and the width shall be measured at the midpoint. "Highback Curb, Gutter and Drive Approach" and "Alley Approach" 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. Concrete Bollards shall be constructed of steel pipe of the specified diameter, placed 36" deep into firm soil, and filled with concrete. The top of the bollard shall be finished with a smooth, domed top. The height above ground shall not exceed 54". All materials, concrete, pipe, drilling, and compaction will not be measured or paid for separately, but shall be included in the cost of the related bollard item. Project Specifications Page 23 of 33 REVISION OF SECTION 608 & 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, RAMPS AND CONCRETE PAVEMENT All pedestrian access ramps shall be equipped with truncated domes. The ramp items shall include all concrete, labor, and equipment necessary to construct the ramp, not including the truncated domes. Truncated Dome Panels shall be measured and paid for separately under the "Truncated Dome Panel" item, and shall include all labor, materials, and surface preparation to supply and place the panels at pedestrian access ramps and other locations as directed by the City Representative. The type of Truncated Dome Panels to be used shall be submitted to the City Representative for approval prior to installation. The Truncated Dome Panels shall be red, pre -fabricated concrete, and shall meet all ADA requirements. Expansion joint material shall be installed every 500' in long runs and between new structure 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. Expansion joint material must be set vertical and installed in accordance with the CDOT M&S Standards for Concrete Pavement Joints. The joint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section 412.18. Expansion and sealing will be paid for under item 608.53 Expansion and Sealing, except in the case of concrete pavement, where the sealing is considered incidental to the work. Concrete washout/truck washout shall be contained in such a manner that no visual evidence of cement or aggregate spoils remains on the site. In addition, direct washout to curb and gutter flow lines or inlet structures is prohibited. Washout may be accomplished by use of a designated spoils/base pile, or an identified off -site location. Other methods shall be submitted for approval by the City Representative. Flagstone sidewalk shall be salvaged to the maximum extent feasible. All flagstones shall become the property of the City of Fort Collins and shall be hauled by the contractor and delivered to the City's site located at 1500 Hoffman Mill Road. This item will not be measured or paid for separately, but shall be considered incidental to the related removal item. The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Sidewalks, Curb & Gutter, Drive Approaches, Aprons, Crosspans, and Concrete Pavement, complete -in -place, including removal, haul and disposal, as shown on the plans, as specified in these specifications, and as directed by the City Representative. Project Specifications Page 24 of 33 REVISION OF SECTION 608 DETECTABLE WARNINGS Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This work includes the installation of detectable warnings on concrete curb ramps at the locations shown in the plans and in accordance with the plans. Subsection 608.02 shall include the following: Detectable warnings on curb ramps shall be red, prefabricated concrete mats, and shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes. The type of Truncated Dome Panels to be used shall be submitted to the City Representative for approval prior to installation. The domes and the underlying surface shall have a minimum of 70% contrast with the light reflectivity of the adjoining surface. The contrast shall be verified using the following equation: Contrast = Bi B2 x 100 BI Where Bi = Light Reflectance Value (LRV) of the lighter area B2 = LRV of the darker area Absolute black and white will not be permitted. Subsection 608.03 shall include the following: If domes and mats are used, they shall be aligned to create a square grid in the predominant direction of travel as shown in the plans. The concrete surface to which truncated dome mats are to be applied shall be prepared in accordance with manufacturer's recommendations. Material requirements, color and application shall be in accordance with manufacturer's recommendations and as approved by the City Representative. Project Specifications Page 25 of 33 REVISION OF SECTION 626 MOBILIZATION Section 626 of the Standard Specifications is hereby revised as follows: Subsection 626.01 shall be revised as follows: This work consists of the mobilization of personnel, equipment and supplies at the project site in preparation for work on the project in the event the total invoice, excluding traffic control, does not exceed $500. Subsection 626.02 shall be revised as follows: Mobilization shall be considered a subsidiary obligation of the contractor and will not be measured and paid for separately except where the total cost of the concrete repairs, excluding traffic control, does not exceed $500. Payment will be made under: Pay Item Unit 626.01 Mobilization — Invoices Under $500 Lump Sum Project Specifications Page 26 of 33 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES Section 630 of the Standard Specifications is hereby revised as follows: Subsection 630.15 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" (MUTCD), the City of Fort Collins "Work Area Traffic Control Handbook", and the Larimer County Urban Area Street Standards. In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. When a device is not in use, the Contractor shall remove it from the project for the period it is not needed. Devices temporarily not in use shall, as a minimum, be removed from the area. Moving will include devices removed from the project and later returned to use. Payment shall be made for the maximum number of each type of traffic control device being used at one given time per day. Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists and vehicles. Traffic control devices shall be removed from the site immediately upon completion of the work. Subsection 630.16 shall include the following: All traffic control devices placed for this project must meet or exceed the minimum standards set forth in the MUTCD. 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 form 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 630.20 shall be revised as follows: Traffic 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 submitted for approval to the Traffic Division by 8:00 a.m., two working days prior to the commencement of work. (Note: Traffic Control Plans for work done on Monday and Tuesday shall be submitted the previous Friday by 8:00 a.m.) Full road closure plans shall be submitted no later than Friday mornings by 10:00 a.m. for projects starting the following week. All plans shall be delivered to the Traffic Division, 626 Linden Street, Fort Collins, CO 80521. Facsimiles of plans shall not be allowed. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work and Project Specifications Page 27 of 33 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES materials at that location, with no adjustment in the contract time. The cost for preparing and submitting the traffic control plan shall be included in the contract unit price for Traffic Control Supervisor. All costs associated with Traffic Control Plan review will not be measured or paid for separately, but shall be considered incidental to the Work. 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 I, Type II, and Type III barricades; cones; drum channelizing devices; advance warning flashing or sequencing arrow panel. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. (3) Number of flaggers to be used. (4) Parking Restrictions to be in affect. Approval of the proposed method of handling traffic is intended to indicate those devices for which payment is to be made. Such approval does not relieve the Contractor of liability specifically assigned to him under this contract. Subsection 630.21 shall be revised as follows: 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.) The TCS shall be on site at all times during the construction when payment is made under the contract unit price for Traffic Control Supervisor per day. When the TCS is being paid under the TCS per hour item, time spent on site may be modified by the City Representative, as needed, based on the size and complexity of the project, location of work, duration of the project, traffic factors, weather, and roadway characteristics. 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. The TCS's duties shall include, but not be limited to: Project Specifications Page 28 of 33 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES (1) Preparing, revising and submitting Traffic Control Plans as required. (Review fees will not be measured or paid for separately, but shall be considered incidental to the Work.) (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 construction. (The notification of residents and businesses may be accomplished by a representative of the TCS.) (5) Maintaining a project traffic control diary which shall become part of the City's project records. (6) Inspecting traffic control devices on every calendar day for the duration of the project. (7) Insuring that traffic control devices are functioning as required. (8) Overseeing all requirements covered by the plans and specifications which contribute to the convenience, safety and orderly movement of traffic. (9) Flagging. (10) Setting up traffic control devices. Notification of residents and businesses shall be the responsibility of the TCS and shall consist of distributing letters indicating the nature of the work to be completed, any special instructions to the residents (i.e. limits on lawn watering during concrete pouring, etc.), the dates and times of the work, and the parking and access restrictions that will apply, as well as thorough information placed on "NO PARKING" signs. Sample letters will be provided by the City Representative and shall be distributed prior to the commencement 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 criterion for distributing letters is the same as for posting "NO PARKING" signs.) The cost for preparing and distributing the letters shall be included in the cost for TCS. Traffic control management shall be maintained on a 24 hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be available on every working day, "on call" at all times and available upon the City Representative's request at other than normal working hours. All costs associated with "on call" service, excluding actual hours worked, shall be included in the contract unit price for Traffic Control Supervisor. The TCS's will be paid only for days the Contractor works, and as directed by the City Representative. 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, maintaining Project Specifications Page 29 of 33 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES 630.08 Size B Sign With Stand Per Day Per Each 630.09 Size A Specialty Sign Cost of Manufacturing Each 630.10 Size B Specialty Sign Cost of Manufacturing Each 630.11 Cone With Reflective Strip Per Day Per Each 630.12 Safety Fence Per Day Per Roll 630.13 Light Per Day Per Each 630.14 Advance Warning Flashing or Sequencing Arrow Panel Per Unit Per Day 630.15 Variable Message Board Per Unit Per Day 630.16 Traffic Control Supervisor Per Day 630.17 Traffic Control Supervisor Per Hour 630.18 Flagging Per Each 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 may be 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 subsidiary to the item. Sand bags will not be measured and paid for separately, but shall be included in the work. The Contractor may provide larger construction traffic signs than those typically used in accordance with the MUTCD, if approved; however, payment will be made for the typical panel size. The City shall not be responsible for any losses or damage due to theft or vandalism Project Specifications Page 32 of 33 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE CITY REPRESENTATIVE 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 CITY REPRESENTATIVE. PLANS SHALL BE APPROVED A MINIMUM OF ONE WEEK PRIOR TO THE COMMENCEMENT OF WORK AND/OR THE TIME REQUIRED 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 33 of 33 L ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYV) —� 4125/05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood & Peterson Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4821 Wheaton Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P O Box 270370 Fort Collins, CO 80527 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: United Fire & Cas. Express Concrete, Inc. INSURERB: Pinnacol Assurance 5305 Ziegler Road Fort Collins, CO 80528 INSURER C: INSURER D: 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. LTR NSR TYPE OF INSURANCE POLICY NUMBER PDATEYMWDDIYYE POLICYION)MWDD/YY N LIMITS A GENERAL LIABILITY 60079838 07/13/04 07/13/05 EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE O OCCUR DAMA GE T ERENTEDPREMESacc n $1001 OOO MED EXP (Any one person) $5 000 PERSONAL & ADV INJURY $1 000 000 X PD Ded:500 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s2,000,000 POLICY FIPRO-JECT 7 LOC A AUTOMOBILE LIABILITY ANY AUTO 60079838 07/13/04 07/13/05 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Peraccident) $ HIRED AUTOS NON-OWNEDAUTOS X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG A EXCESSIUMBRELLA LIABILITY 60079838 07/13/04 07/13/05 EACH OCCURRENCE s2,000,000 _X1 OCCUR CLAIMS MADE AGGREGATE $2 000,000 $ DEDUCTIBLE $ X RETENTION $ 10000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE 4074537 07/01/04 07/01105 X I T C STATU- OTH- CRYI ER E.L. EACH ACCIDENT $500,000 E.L. DISEASE - EA EMPLOYE $500,000 OFFICERIMEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $500,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS The City of Fort Collins, its officers, agents and employees are named as Additional Insureds on general liability and auto liability. The insurenace evidenced by this Certificate will not be cancelled or materially altered, except after 10 days written notice has been mailed to the City of Fort Collins. City of Fort Collins PO Box 580 Fort Collins, CO 80522 LD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _2Q_. DAYS WRITTEN :E TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL iE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ACORD 25 (2001/08) 1 of 2 #S3127641M289537 MGF 0 ACORD CORPORATION 19813 acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 14. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 15. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 16. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representative, successors and assigns of said parties. 17. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever, brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. SA WO January 2005 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AGORD 25-S (2001/08) 2 of 2 #S312764/M288537 b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit "C", consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, 215 N. Mason, PO Box 580, Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the city. 18. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 19. Law/Severability. This Agreement shall be governed in all respect by the laws of the State of Colorado. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction such holding shall not invalidate or render unenforceable any other provision of this Agreement. 20. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit D, consisting of thirty-four (34) pages, attached hereto and incorporated herein by this reference. SA WO January 2005 w SEAL OP SA WO January 2005 CITY OF FORT COLLINS, COLORADO a municipal corporation t By. Jam B O'Neill II, CPPO Dire of Purchasing and Risk Management Date: q 2l I k:N � PRESIDENT OR VICE PRESIDENT Date: (Corporate Seal) EXHIBIT "A" WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND DATED: Work Order Number: Purchase Order Number: Project Title: Commencement Date: Completion Date: Maximum Fee: (time and reimbursable direct costs): Project Description: Scope of Services: Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Services Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Services Agreement and this work order (including the attached forms) the Services Agreement shall control. Service Provider By: Date: SA WO January 2005 Acceptance _ User The attached forms consisting of (_) pages are hereby accepted and incorporated herein by this reference, and Notice to Proceed is hereby given. City of Fort Collins By: Date: EXHIBIT B BID #5911: BID SCHEDULE ITEM NO. DESCRIPTION UNIT PRICE UNIT EST. EST. TOTAL COST 202.01 Sawcut Concrete/Asphalt < 4" LF 25 $ SoZ , SO 202.02 Sawcut Concrete/Asphalt 4" < 6" $ ,Z , (, 0 LF 25 $ 202.03 Sawcut Concrete/Asphalt 6" < 8" $ 3, oZ $' LF 25 $ 202.04 Sawcut Concrete/Asphalt 8" _< 10" $ 4/, S'Q LF 25 $ 202.05 Sawcut - Additional 1" Depth $ Is, 7.r LF 25 $ 202.06 Remove Concrete Sidewalk $ a, a S SF 1500 $ 3 3 7S. 00 202.07 Remove Concrete Curb and Gutter $ 3. y0 LF 250 $ gs-'0 , 00 202 08 Remove Monolithic Curb, Gutter & Sidewalk $ oZ , 30 SF 250 $ S7s- 00 202.09 Remove Concrete Drivewa /A ron/Cross an $ oZ ems- SF 750 $ 83 7 , SO 202.10 Remove Concrete Pavement - 10" $ 3 , 90 SF 500 $ / ?OO.0 0 202.11 Remove Concrete Pavement - Additional 1" Depth $ yo SF 50 $ a p, 0 0 202.12 Remove Asphalt - 6" $ a / 0 SF 250 $ 5a.5-, 00 202.13 peg e Asphalt - Additional 1" $ y0 SF 50 $ a 0. 00 202.14 Remove Inlet $ Sas 00 EA 5 $ 00 202.15 Remove and Haul Driveway Fillets $ 0 00 EA 5 KAM � r _ 1 Z' 203.01 CY avation - General Less Than 50 $ / D OO CY l50 $ 9J000. p0 203.02 Excavation - General Over 50 CY $ Jr-y, L/S' CY 150 $ 916 Z SO 203.03 Excavation - Walls Only $ // 00 CY 100 $ 1100, 00 203.04 Excavation - New Inlet $'4100 00 EA 5 $ AOOO, 00 203.05 Borrow - Less than 100 Ton $ 30. 00 TON 75 $ '5�0, 00 203.06 Borrow -Over 100 Ton $ oZ 6 1111 TON 75 $ / gs-0 00 210.01 Reset Brick Pavers $ ~7, -5-0 SF 185 $ y S`O 210.02 Adjust Manhole $ a 5-4 00 EA 10 $ a 50, 00 210.03 Adjust Valve Box $ ��S-� 0o EA 10 $ SO, 00 Ce