Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
111183 COULSON EXCAVATING CO INC - CONTRACT - BID - 7004 WEST HARMONY ROAD IMPROVEMENTS
C 1 Fort Collins �Puhasing ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 7004 West Harmony Road Improvements OPENING DATE: 3:00 P.M. (Our Clock) January 30, 2009 Financial Services Purchasing Division 215 N. Mason St. 2n" Floor PO Box 580 Fort Collins. CO 80522 970.221.6775 970.221.6707 fcgo r. cont/pu rclmsi77,g To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGE: Corrected Section 7.3 Drawings — Index Sheet is attached. I. In the Contract Documents: A. Add the following language to the Instruction to Bidders: This project is planned to be constructed in conjunction with the Harmony and Shields Intersection Improvements Project that is shown on the phasing plan included with these construction documents. It is imperative that both projects meet all milestones indicated in the Contract Documents and that coordination between both projects throughout the duration of construction takes place daily. Contractors are invited to submit proposals for both projects. If Contractor is low bid on both the Harmony Road Improvement Project and the Harmony and Shields Intersection Project, then the Contractor will be required to submit to the City, prior to award, documentation of at least 2 completed projects in the last 5 years of project equal to or larger than the combined bid amount for the Harmony Improvement Project and Harmony and Shields Improvement Project. The City will also require a manpower plan and commitment showing how the Contractor plans to complete both projects on schedule. B. Index of Plan Sheets should reference W. Harmonv Road Improvements Plan Set Index of Sheets — See Attached Index Project: Harmony Road Improvements Project Addendum I Spec/Item Estimated Description Unit Unit Cost Item Cost Number Quantity 412-00600 Concrete Pavement (6 Inch) 17 SY 412-01050 Concrete Pavement (10.5 Inch) 2654 SY 412-01061 Concrete Pavement (10.5 Inch) - Fast Track (24 Hour) 50 SY 412-01100 Concrete Pavement (I I Inch) 303 SY 506-00212 Riprap (12 Inch) 86 CY 603-01155 15 Inch Reinforced Concrete Pipe (Complete In Place) 247 LF 603-01185 18 Inch Reinforced Concrete Pipe (Complete In Place) 41 LF 603-01245 24 Inch Reinforced Concrete Pipe (Complete In Place) 767 LF 603-0I305 30 Inch Reinforced Concrete Pipe (Complete In Place) 193 LF 603-05015 15 Inch Reinforced Concrete End Section IO EA 603-05018 18 Inch Reinforced Concrete End Section 1 EA 603-05024 24 Inch Reinforced Concrete End Section 2 EA M M M M M M M M M M M r M M M M M M M Cash Allowances.............................•_•,•....._......11.8 Article or Paragraph Number Change of Contract Price... ................................. I I Change of Contract Times ................................... 12 Changes in the Work.................................10.4-10.5 check and verify,... ..;..... .....__.. ......... 2.5 Clarifications and Interpretations ................ .......... 3.2, 3.6, 9.4, 9.11 definition of....................................................1.10 ENGINEER as initial interpreter of .................. 9.11 ENGINEER as OWNER's representative..............9.1 general3 Insurance...........................................................5.3 Intent 3.1-3.4 minor variations in the Work, ...........3.6 OWNER'S responsibility to furnish data...............8.3 OWNEWs responsibility to make prompt payment ..........................8.3, 14.4, 14.13 precedence ............. ...............3.1, 3.3.3 Record Documents 6.19 Reference to Standards and Specifications of Technical Societies ................. .. ....... ........ 3.3 Related Work.,.....,,, 7.2 Reporting and Resolving Discrepancies_., ...... 2.5, 3.3 Reuse of ..................... .................................. 3.7 Supplementing.................................................. 3.6 Term ination of ENGINEER's Employment .......... 8.2 Unit Price Work ................................................. 11.9 variations .......................................... 3.6, 6.23, 6.27 Visits to Site, ENGINEERs................................ 9.2 Contract Price -- adjustment of. ............... 3.5, 4.1, 9.4, 10.3, 11.2-11.3 Change of ......... ...................11 Decision on Disputes ......... .........:..................... 9.11 definition of ....................................................... 1.11 Contract Times -- adjustment of,,,,,,,,,,,,,,,,,,,,,,,,,, 3.5, 4.1, 9.4, 10.3, 12 Change of....................................:...........:12.1-12.4 Commencement of ..................................... 2.3 defmition of ................:. .................... 1.12 CONTRACTOR -- Acceptance of Insurance .................................... 5.14 Communications.... ........ ...............6.2,6.9.2 Continue Work .......................... ...................... 6.29, 10.4 coordination and scheduling ............. :.............. 6.9.2 definition of 1.13 Limited Reliance on Technical Data'Authorized ,....................:.................... 4.2.2 May Stop Work or Terminate............................15.5 provide site access to others;... 7.2, 13.2 Safety and Protection ................:: . 4.3:1 2, 6.16, 6.18, .................. .............6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal 0.25 Stop Work requirements..................................4.5.2 CONTRACTOR's- Article or Paragraph Number Compensation ........... ................... .............. 11.1-11.2 Continuing Obligation.....................................14.15 Defective Work ......... ............. 9.6, 13.10-13.14 Duty to correct defective Work ..........................13.11 Duty to Report -- Changes in the Work caused by Emergency ........................................... 6.23 Defects in Work of Others .................... I......... 7.3 Differing condition* ...................................4.2.3 Discrepancy in Documents,,...... 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated., ......... 4.3.2 Emergencies..................................................... 6.23 Equipment and Machinery Rental, Cost of the Work...........................................11.4.5.3 Fee --Cost Plus..........................11.4.5.6; 11.5.1, 11.6 General Warranty and Guarantee .......................6.30 Hazard Communication Programs .....................6.22 Indemnification ........................ j5.12, 6.16, 6.31-6.33 Inspection of the Work ...........:................... 7.3, 13.4 Labor, Materials and Equipment., ...._.......6.3-6.5 Laws and Regulations, Compliance by ...... ...... 6.14.1 Liability Insurance .................... . ...................... „. 5.4 Notice of Intent to Appeal .........................9.10, 10.4 obligation to perform and complete the Work............................................. .:.....6.30 Patent Fees and Royalties, paid for by.............. _ 6.12 Performance and Other Bonds,,,,, 5.1 Permits, obtained and paid for by.......................0.13 Progress Schedule............................2.6, 2.8, 2.9, 6.6, ........................................6.29, 10.4, 15.2.1 Request for formal decisionon disputes .............. 9.11 Responsibilities -- Changes in the Work..................................10.1 Concerning Subcontractors, Suppliers and Others.....::..........:....................6.8-6.11 Continuing the Work ..........................6.29, 10.4 CONTRACTOR's expense .......................... 6.7.1 CONTRACTOR'S General Warranty and Guarantee6.30 CONTRACTOR'S review prior to Shop Drawing or Sample submittal.................6.25 Coordination of Work,-, ............ .... ......... ... 6.9.2 Emergencies ............................................... 6.23 ENGINEER'S evaluation, Substitutes or "Or -Equal" Items.... ......................... 6.7.3 For Acts and Omissions of Others.............................6.9.1-6.9.2, 9.13 for deductible amounts, insurance.: .................5.9 general.......................................6; 7.2, 7.3, 8.9 ,_., . Hazardous Communication Programs.......,.. 6.22 Indemnification . .. .................................... 6.31-6.33 Vii EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (,REV 9/99) 1 I 0 0 0 1 0 I Fl� Labor, Materials and Equipment..............6.3-6.5 Laws and Regulations................................6.14 Liability Insurance ......... .......... 5.4 Article or Paragraph Number Notice of variation from Contract Documents .............................................. 6.27 Patent Fees and Royalties............................6.12 Permits, 6.13 Progress Schedule ......................................... 6.6 Record Documents ...................................... 6.19 related Work performed prior to ENGINEER's'approvalI of required subipittals...,..,.... .................... 6.28 safe structural loading ................................. ............... 6.18 Safety and Protection ........ ........... 6.20, 7.2, 13.2 Safety Representative.................................6.21 Scheduling' the Work....... 6.9.2 Shop Drawings and Samples ......... ........ 6.24 Shop Drawings and Samples Review by ENGINEER........:........:....................6.26 Site Cleanliness 6.17 Submittal Procedures .............. 6.25 Substitute Construction Methods and Procedures .................................... 6.7.2 Substitutes and "Or -Equal" Items................6.7.1 Superintendence ..::...:...... ....:........................ 6.2 Supervision...................................................6. ] Survival of Obligations................................6.34 Taxes....................................................... Tests and Inspections.. ................................. 13.5 ToReport .....................................................2.5 Use of Premises ...............:...:.6.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal ........................................ 6.25 Right to adjustment for changes in the Work,. 10.2 tight to claim ............. 4, 7.1,'9.4, 9.5, 9.11, 10.2,11.2, ........... 11.9,12:1,13.9,14.8,15.1,15.5,17.3 Safety and Protection ................. 6.20-6.22, 7.2, 13.2 Safety Representative 6.21 Shop Drawings.and Samples Submittals,. , 6 24-6.28 Special Consultants,,,,,,,,,,,,,,,,,, 11.4.4 Substitute Construction Methods and Procedures 6.7 Substitutes and "Or -Equal" Items Expense...... ,.., ..............,.,..6.7.1, 6.7.2 Subcontractors, Suppliers and Others.... 6.8-6.11 Supervision and Superintendence.... .6:1, 6.2, 6.21 Taxes, Payment by ..... ........ ................. 6.15 Use of Premises .........................:............... 6.16-6.18 Warranties aril guararitees .......................... 6.5, 6.30 Warranty of Title..............................................14.3 Written Notice Required -- CONTRACTOR stop Work or terminate ........ 15.5 Reports of Differing Subsurface and Physical Conditioris ....................... 4.2.3 Substantial Completion ................................ viii 14.8 CONTRACTORS--other...............................................7. Contractual Liability Insurance 5.4.10 ............................. Contractual Time Limits..... 12.2 Article or Paragraph Number Coordination— CONTRACTOR's responsibility ........................ 6.9.2 Copies of Documents :.............................................. 2.2 Correction Period..... ............................. ...... ..13.12 Correction, Removal or Acceptance of Defective Work-- in general...................................10.4.1, 13.10-13.14 Acceptance of Defective Work ..........................13.13 Correction or Removal of Defective Work.................................6.30, 13.11 Correction Period............................................13.12 OWNER May Correct Defective Work.............13.14 OWNER May Stop Work ............. ...............13.10 Cost -- of Tests and Inspections.....................................13.4 Records 11.7 Cost of the Work -- Bonds and insurance, additional ..................11.4.5.9 Cash Discounts 11.4.2 CONTRACTORs Fee ........................................11.6 Employee Expenses .................................,... 11.4.5.1 Exclusions to ................. .......... ..........:...........:..11.5 General 11.4-11.5 Home office and overhead expense*....................11.5 Losses and damages .............. :...................... 11.4.5.6 Materials and equipment .................... ****...._.11.4.2 Minor expenses...........................................11.4.5.8 Payroll costs on changes................................11.4.1 performed by Subcontractors ................... ...11.4.3 Records11.7 Rentals of construction equipment and machinery .......................................11.4.5.3 Royalty payments, permits and license fees.,....... „11.4.5.5 Site office and temporary facilities 11.4.5.2 Special Consultants, CONTRACTORS .............. 11.4.4 Supplemental .................................................. 11.4.5 Taxes related to"the Work............................1.1.4.5.4 Tests and Inspection....... 13.4 Trade Discounts ............. 11.4.2 Utilities, fuel and sanitary facilities ..............11.4.5.7 Work after regular hours................................11.4.1 Covering Work.............................................13.6-13.7 Cumulative Remedies ......................... ............. 17.4-17.5 Cutting, fitting and patch ing....................................7.2 Data, to be furnished by OWNER ............................. 8.3 Day --definition of................................................17.2.2 Decisions on Disputes,....... .................... . ........ 9.11, 9.12 defective --definition of........................................I..1.14 defective Work -- Acceptance of ........10.4.1, ............................... 13.13 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 1 Correction or Removal of, ...................... 10.4.1, 13.11 Correction Period 13.12 in general......................................:..13, 14:7, 14.11 Article or Paragraph Number Observation by ENGINEER.............. ............ ....... 9.2 OWNER May Stop Work.................................13.10 Prompt Notice of Defects...................................13.1 Rejecting .............................. ............................ .9.6 Uncovering the Work ............ ........................ , .13.8 Definitions Delays ......................4.1, 6.29, 12.3-12.4 Delivery of Bonds.................................................... .?.1 Delivery of certificates of insurance ............................ 2.7 Determinations for Unit Prices .... . ............................ . 9.10 Differing Subsurface or Physical Conditions -- Noticeof.........................................................4.2.3 ENGINEER's Review 4.2.4 Possible Contract Documents Change...............42.5 Possible Price and Times Adjustments..............4.2.6 Discrepancies -Reporting and Resolving................................2.5, 3.3.2, 6.14.2 Dispute Resolution— Agreement ................................................16.1-16.6 Arbitration......................„.........,.,_,:..,,,.,..16.1-16.5 genera116 Mediation 16.6 Dispute Resolution Agreement. ........................... Disputes, Decisions by ENGINEER .................. 9.11-9.12 Documents-- Copiesof...........................................................2.2 Record 6.19 Reuse of 3.7 Drawings --definition of...........................................1.15 Easements .................. 4.1 Effective date of Agreement -- definition of .............1.16 Emergencies .......................................... 6.23 ENGINEER -- as initial interpreter on disputes,,,,,,,,,,,,,,,, ................. definition of 1.17 Limitations on authority and responsibilities,.,.. 9.13 Replacement of .................................................. 8.2 Resident Project Representative ...........................9.3 ENGINEER's Consultant -- definition of 1.18 ENGINEER's-- authority and responsibility, limitations on,,,,,,,, 9.13 Authorized Variations in the Work, ....................... 9.5 Change Orders, responsibility for ....... 9.7, 10, 11, 12 Clarifications and Interpretations......I....... 3:6.3, 9.4 Decisions on Disputes... ....... .................... 9.11-9.12 defective Work, notice of ....... ......... .........13.1 Evaluation of Substitute Items ............................. 6.7.3 Liability ................................ .....6.32, ................ 9.12 Notice Work is Acceptable.;,,,„.......................14.13 Observations,.,.....,. ............6,36.2, 9.2 OWNER's Representative..,,_...............................9.1 Payments to the CONTRACTOR, Responsibility for.....................................9.9, 14 Recommendation of Payment, ................... 14.4,14.13 Article or Paragraph Number Responsibilities --Limitations on.................9.11-9.13 Review of Reports.on Differing Subsurface and Physical Conditions ........... ................... .2.4 Shop Drawings and Samples, review responsibility ............... ... . 6.26 Status During Construction_ authorized'yariations.in the Work..................9.5 Clarifications and Interpretations,...,,, .9.4 Decisions on Disputes ......................... 9.11-9.12 Determinations on Unit Price......................9.10 ENGINEER as Initial Interpreter .......... 9.11-9.12 ENGINEER's Responsibilities...... ...9.1-9.12 Limitations on ENGINEER'S Authority and Responsibilities .............................. 9.13 OWNER's Representative._...,. ......... 9.1 Project Representative...................................9.3 Rejecting Defective Work ............................. 9.6 Shop Drawings, ChangeOrders and Payments....................................9.7-9.9 Visits to Site.................................................9.2 Unit Price determinations .........:........................ 9.10 Visits to Site ............................... .....................9.2 Written consent required ............... ........ *,...... 7.2, 9.1 Equipment, Labor, Materials and ......: ...... .......... 6.3-6.5 Equipment rental, Cost of the Work,,,,,,,,,,,,,,,,,, 11.4.5.3 Equivalent Materials and Equipment ....................... 6.7 error or omissions .................................................... 6.33 Evidence of Financial Arrangements. ......................8.I I Explorations of physical conditions.,,, 4.2.1 Fee, CONTRACTORs--Costs Plus ...........................11-6 Field Order- definition_of 1.19 issued by ENGINEER., ..... ...................... 3.6.1,9.5 Final Application for Payment„.._.........................14.12 Final Inspection ................................................... 14.11 Final Payment -- and. Acceptance . ............................ ........14.13-14.14 Prior to, for cash alloffences .............................. 11.8 General Provisions ..................................:....... 17.3-17.4 General Requirements— definition of ....................................................... 1.20 principal references to..............2.6, 6.4, 6.6-6.7, 6.24 GivingNotice.........................................................17.1 Guarantee of Work --by CONTRACTOR ......... 6.30, 14.12 Hazard Communication Programs ........................... 6.22 Hazardous Waste -- definition of ...................................................... 1.21 general ..................... 4.5 OWNER's responsibility for,,,,;,,,,,,,,,,,,,„ ... 8.10 EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) H 0 A Indemnification,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 6:12, 6.16, 6.31-6.33 Initially Acceptable Schedules ....... ................. ..... .....2.9 Inspection-- Certificatesof.............................. 9.13.4, 13.5, 14.12 Final 14.11 Article or Paragraph Number Special, required byENGINEER ......................... 9.6 Tests and Approval ............... „_...., 8.7, 13.3-13.4 Insurance - Acceptance of, by OWNER...............................5.14 Additional, required by changes in the Work 11.4.5.9 Before starting the Work ..................................... 2.7 Bonds and --in general..........................................5 Cancellation Provisions ......... .............................. 5.8 Certificates of...................2.7, 5, 5.3, 5.4.11, 5.4.13, ........................ $ 6 5 5.8, 5.14, 9.13.4, 14.12 completed operations ...................... .............5.4.13 CONTRACTOR's Liability..................................5.4 CONTRACTOR's objection to coverage ............. 5.14 Contractual Liability......................................5.4.10 deductible amounts, CONTRACTOR's responsibility................................................5.9 Final Application for Payment... ...................... 14.12 Licensed Insurers ................................................ 5.3 Notice requirements, material changes ........ 5.8, 10.5 Option to Replace ............................................. 5.14 other. special insurances....................................5..10 OWNER as fiduciary for insureds,,,,,,,,,,,,,, 5.12-5.13 OWNER's Liability............................................5.5 OWNER's Responsibility ........ .......................... ...8.5 Partial Utilization, Property Insurance...............5.15 Property.....................................................5.6-5.10 Receipt and Application of Insurance Proceeds ........................:..................... 5.12-5.13 Special Insurance.: ........................................... 5.10 Waiver of Rights .............................................. 5.11 Intent of Contract Documents 3.1-3.4 Interpretations and Clarifications ..................... 3:6.3, 9.4 Investigations of physical conditions .......................... 4.2 Labor, Materials and Equipment, ......................... 6 3-6.5 Lands -- and Easements...................................................8.4 Availability of .......................... :.................. 4.1, 8.4 Reports and Tests...............................................8.4 Laws and Regulations --Laws or Regulations-- Bonds........................................................5.1-5.2 Changes in the Work... .................................... ..10.4 Contract Documents ........................................... 3.1 CONTRACTOR's Responsibilities .....................6.14 Correction Period, defective Work ............... 13.12 Cost of the Work, taxes,,,,,...,. ......_... „-11.4.5.4 definition of ....................................................... 1.22 general6.14 Indemnification ......................................... 6.31-6.33 Insurance.......................................................... 5.3 Precedence ....................... ..3.1, 3.3.3 Reference to.. 3.3.1 Safety and Protection................................6.20, 13.2 Subcontractors, Suppliers and Others ............ 6.8-6.11 Article or Paragraph Number Tests and Inspections .... ..................... .. ........13.5 Use of Premises ..._....... 6.16 Visits to Site,,,,,, ,,,,,,,,,, ...9.2 Liability Insurance-- CONTRACTOR's............................................... 5.4 OWNER's............. ..............................................5. 5 Licensed Sureties and Insurers,.,,,,,; ......................... 5.3 Liens -- Application for Progress Payment ......................14.2 CONTRACTOR's Warranty of Title....................14.3 Final Application for Payment .......................... .............. 14.12 definition of .................. 1.23 Waiver of Claims............................................14.15 Limitations on ENGINEER's authority and responsibilities................................................. 9.13 Limited Reliance by CONTRACTOR Authorized...................................................... 4.2.2 Maintenance and Operating Manuals-- Final Application for Payment .........................14.12 Manuals (of others)-- Precedence ................................................... 3.3.3.1 _. Reference to in Contract Documents,,,,,,,,,,,,,,,,, 3.3.1 Materials and equipment -- furnished by CONTRACTOR 6.3 not incorporated in Work ...................................14.2 Materials or equipment --equivalent..... ... ... 6.7 Mediation (Optional)..............................................16.7 Milestones --definition of .............: ........_...1.24 Miscellaneous -- Computation of Times .................... I ......... -......... 17.2 Cumulative Remedies........................................17.4 Giving Notice....................................................17.1 Notice of Claim 17.3 Professional Fees and Court Costs Included.,.....,17.5 Multi -prime contracts.................................................7 Not Shown or Indicated 4.3.2 Notice of -- Acceptability of Project .................. .... .. ............14.13 Award, definition of,,,,,,,,,,,,,,,, ............... 1.25 Claim ................... ................... 17.3 Defects,13.1 Differing Subsurface or Physical Conditions,..... 4.2.3 Giving............................................................17.1 Tests and Inspections........................................13.3 Variation, Shop Drawing and Sample ...............6.27 Notice to Proceed - definition of 1.26 givingof...............................:............................ .3 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Notification to Surety..............................................10.5 Observations, by ENGINEER ............................ ........... 9.2 Occupancy of the Work...................5,15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR ...............0.9, 9.13 Open Peril. policy form, Insurance .....5.6.2 Option to Replace ........................ ............... 5.14 Article or Paragraph Number "Or Equal" Items......................................................6.7 Other work 7 Overtime Work --prohibition of.................................6.3 OWNER -- Acceptance ofdefective Work ..........................13.13 appoint an ENGINEER............ ......................... . 8.2 as fiduciary ...............................................5.12-5.13 Availability of Lands, responsibility .... :........ :...... 4.1 definition of ....................................................... 1.27 data, furnish.....................................................8.3 May Correct Defective Work...........................13.14 May refuse to make payment ......................... 14.7 May Stop the Work.........................................13.10 May Suspend Work, Terminate ........................... 8.8, 13.10, 15.1-15.4 Payment, make prompt.....................8.3, 14.4, 14.13 performance of other work ................................. 7.1 permits and licenses, requirements.......,,,_. 6.13 purchased insurance requirements ...............5.6-5.10 OWNEW s-- Acceptance of the Work..............................6.30.2.5 Change Orders, obligation to execute....;..... 8.6, 10.4 Communications ................................................. 8.1 Coordination of the Work 7.4 Disputes, request for decision............................9.11 Inspections, tests and approvals..................8.7, 13.4 Liability Insurance..............................................5.5 Notice of Defects ............................................... 13.1 Representative --During Construction, ENGINEER's Status ......................:................ 9.1 Responsibilities -- Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material ................. 8.10 Change Orders..............................................8.6 Changes in the Work .................... I..............10.1 communications ............................................ 8.1 CONTRACTORs responsibilities .... ..... ......... 8.9 evidence of financial arrangements .............. 8.II inspections, tests and approvals .....................8.7 insurance ......................................... I............. 8.5 lands and easements ...................................... 8.4 prompt payment by........................................8.3 replacement of ENGINEER ...........................8.2 reports and tests............................................8.4 „ stop or suspend Work ................8.8, 13.10, 15.1 terminate CONTRACTOWs services..........................................8.8, 15.2 separate representative at site............:.........:.......9.3 testing, independent.........................................13.4 use or occupancy of the Work .........................5.15, 6.30.2.4, 14.10 written consent or approval required.........................................9.1, 6.3, 11.4 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) I I I N1 6 J I Article or Paragraph Number written notice required ........................7.1, 9.4, 9.11, ...........I........................11.2, 11.9, 14.7, 15.4 PCBs -- definition of........,..: .......................................... 1.29 general..............................................................4.5 OWNER's responsibility for................................8.10 Partial Utilization -- definition of ................................. . ................ ..... 1.28 general6.30.2.4, 14.10 Property Insurance ............................................ 5.15 Patent Fees and Royalties ....................................... 6.12 Payment Bonds .................. 5.1-5.2 Payments, Recommendation of ..............14.4-14.7, 14.13 Payments to CONTRACTOR and Completion -- Application for ProgressPayments ......................14.2 CONTRACTOR'S Warranty of Title...................14.3 Final Application for Payment....,. ................... 14.12 Final Inspection...............................:..............14.11 Final Payment and Acceptance ................14.13-14.14 general.........................................:... ............ $.3, 14 Partial Utilization 14.10 Retainage........................................................14.2 Review of Applications for Progress Payments................................ prompt payment .............................. ....8.3 Schedule of Values...............:...........................14.1 Substantial Completion..............................14.8-14.9 Waiver of -Claims 14.15 when payments due 14.4, 14.13 withholding payment.,........ .............................. 14.7 Performance Bonds ......... .. . .... .... ........................5.1-5.2 Permits .................... .................................. .. .. 6.13 Petroleum -- definition of. ..................................................... 1.30 general..............................................................4.5 OWNER's responsibility for...............................8.10 Physical Conditions -- Drawings of, in or relating to ........................ 4.2.1.2 ENGINEER's review ......................................... 4.2.4 existing structures ............................................ 4.2.2 general4.2.1.2......................................................... . Notice of Differing Subsurface or, ............:. 4.2.3 Possible Contract Documents Change ...... :....... 4.2.5 Possible Price and Times Adjustments,,.. .... 4.2.6 Reports and Drawings......................................4.2.1 Subsurface and....................................................4.2 Subsurface Conditions ....:.... ........................4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized ....................... 4.2.2 Underground Facilities -- general ............. ............................... 4.3 .............. Not Shown or Indicded.............................. 4.3.2 Protection of.........................................4.3, 6.20 xii Article or Paragraph Number Shown or Indicated ..:............................................. 4.3.1 Technical Data ................:..:........................... 4.2.2 Preconstruction Conference 2.8 Preliminary Matters........... ............................. 2 Preliminary Schedules .............................................. 2.6 Premises, Use of ............................................. 6.16-6.18 Price, Change of Contract ........................ .................. I I Price, Contract --definition of ................................. 1.11 Progress Payment, Applications for ................ .......,.. 14.2 Progress Payment--retainage................................... 14.2 Progress schedule, CONTRACTOR's............. 2.6, 2.8, 2.9, ................................. 6.6, 6.29, 10.4, 15.2.1 Project --definition of. ................................ ..............1.31 Project Representative-- ENGINEER's Status During Construction ............9.3 Project Representative, Resident --definition of .........1.33 prompt payment by OWNER ..................................... 8.3 Property Insurance -- Additional ...............:.................... .................... .5.7 general5.6-5.10 Partial Utilization................................5.15, 14.10.2 receipt and application of proceeds.......,. 5.12-5.13 Protection, Safety and..............................6.20-6.21, 13.2 Punch list..........................................................14.11 Radioactive Material_ defintion of ..................................... : ................ 1.32 general4.5 OWNERS responsibility for..............................$.10 Recommendation of Payment.................14.4, 14.5, 14.13 Record Documents .. ...................................... 6.19, 14.12 Records, procedures for maintaining .............. ............2.8 Reference Points ....... ... .............................................4.4 Reference to Standards and Specifications of Technical Societies ......................................... 3.3 Regulations; Laws and (or). ........................ 6.14 Rejecting Defective Work..........................................9.6 Related Work -- atSite........................................................7.1-7.3 Performed prior to Shop Drawings and Samples submittals review. .................... 6.28 Remedies, cumulative......................................17.4, 17.5 Removal or Correction ofDefective Work................13.11 rental agreements, OWNER approval required ..... 11.4.5.3 replacement of ENGINEER, by OWNER....................8.2 Reporting and Resolving Discrepancies................................2.5, 3.3.2, 6.14.2 Reports -- and Drawings ............. .................................................. 4.2.1 and Tests, OWNER's responsibility ..................... 8A Resident and Project Representative -- definition of....................................................1.33 provision for............................................................ 9.3 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number Resident Superintendent, CONTRACTOR'S ............... 6.2 Responsibilities— CONTRACTOR's-in general .................................. 6 ENGINEER's-in general........................................9 Limitations on 9.13 OWNER's-in general., ..................................... 8 Retainage........ ................................................. :..14.2 Reuse of Documents 3.7 Review by CONTRACTOR: Shop Drawings and. Samples Prior to Submittal ..........................6.25 Review of Applications for Progress Payments ................. :................... 14.4-14.7 Right.to an adjustment ......................'.......-_... .... Rights of Way.........,.......... ..................................... .. 4.1 Royalties, Patent Fees and......................................6.12 Safe Structural Loading..........................................0.18 Safety -- and Protection................................4.3.2, 6.16, 6.18, ... ............................. 7.2, 13.2 general .............. ................................. .. 6.20-6.23 Representative, CONTRACTORs ......................6.21 Samples -- definition of......................................................1.34 general ..................................................:: 6.24-6.28 Review by CONTRACTOR ............................... 6.25 Review by ENGINEER..............................6.26, 6.27 related Work 6.28 submittal of 6.24.2 submittal procedures.........................................6.25 Schedule of progress.............................2.6, 2.8-2.9, 6.6, ..... ......... ................6.29, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals..............................2.6, 2.8-2.9, . 6.24-6.28 Schedule of Values .......................... 2.6, 2.8-2.9, 14.1 Schedules -- Adherence to.., .............................................. J 5.2. 1 Adjusting...........................................................6.6 Change of Contract Times.................................10.4 Initially Acceptable .. ......... ......... ..... 2.8, 2.9 Preliminary........................................................2.6 SeoPe of Changes._........................:..........10.3%10.4 Subsurface Conditions 4.2.1.1 Shop Drawings -- and Samples, general ................................ 6.24-6.28 Change Orders &s Applications for Payments, and.........................................9:7-9.9 definition, of ................................. ........... ......... .1.35 ENGINEER's approval of .......................... ....:... 3.6.2 ENGINEER's responsibility for review ..................................... 9.71 6.24-6.28 related Work .................................................... .. 6.28 review procedures .......... ......... :............ 2.8, 6.24-6.28 Article or Paragraph Number submittal required ............................................... 6.24.1 Submittal Procedures 6.25 use to approve substitutions.... I ......................... 6.7.3 Shown or Indicated ................................................ 4.3.1 Site Access......................................................7.2, 13.2 Site Cleanliness........................................................ 6.17 Site, Visits to -- by ENGINEER...........................................9.2, 13.2 byothers ... .. .......... ...........................................13.2 "special causes of loss" policy form, insurance....................................................... 5.6.2 definition of ......................1.36 ............................... Specifications— defination of.......1.36 ................................................ of Technical Societies, reference to...................3.3.1 precedence..................................................... 3.3.3 Standards and Specifications of Technical Societies ...............:........................ 3.3 Starting Construction, Before .............................. 2.5-2.8 Starting the Work .............. ......... .................2 4 Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER......................................8:8, 13.10, 15.1 Storage of materials and equipment .....................4.1, 7.2 Structural Loading, Safety ................ : ........... :........... 6.18 Subcontractor -- Concerning ................................................ 6.8-6.11 definition of ...................................................... 1.37 delays.................................................... :........ 12.3 waiver of tights.................:..............................6.11 Subcontractors --in general ............................ :.... 6.8-6.11 Subcontracts --required provisions......... 5.1.1, 6.11, 11.4.3 Submittals -- Applications for Payment ................................. 14.2 Maintenance and Operation Manuals...............14.12 Procedures ......................... ....................... 6.25 ........ . Progress Schedules .............................. ......... 2.6; 2.9 Samples ............... Schedule of Values.....................................2.6, 14.1 Schedule of Shop Drawings and Samples Submissions......................................2.6, 2.8-2.9 Shop Drawings ........................................ 6.24-6.28 Substantial. Completion— certification of............................6.30.2.3, 14.8-14.9 definition of ...................................................... 1.38 Substitute Construction Methods or Procedures ........ 6.7.2 Substitutes and "Or Equal'' Items...............................6.7 CONTRACTOR's' Expense........................... 5.7.1.3 ENGINEER's Evaluation 6.7.3 "Or -Equal" ......:................................ ,............. 6.7.1.1 Substitute Construction Methods xiii EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) fl I E a I k I I I I Article or Paragraph Number or Procedures.............................................6.7.2 Substitute Items „ 6.7.1.2 Subsurface and Physical Conditions -- Drawings of, in or relathg to,,,,,,,,,,,,,,,,,,,,,,,, 4.2.1.2 ENGINEER's Review ....................................... 4.2.4 general.............................................................. 4.2 Limited Reliance by CONTRACTOR Authorized ................................................. 4.2.2 Notice of Differing Subsurface or Physical Conditions ......................................... 4.2.3 Physical Conditions ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,4.2.1.2 Possible Contract Documents Change,,,,,,,,,,,,,,, 4.2.5 Possible Price andTimes Adjustments,,,, .... 4.2.6 Reports and Drawings......................................4.2.1 Subsurface and,,,,,,,,,,,,, ....................................... 4.2 Subsurface Conditions at the Site4.2.1.1 Technical Data, ................................................. 4.2.2 Supervision- CONTRACTOR's responsibility,,,,,,,,,,,,,,, 6.1 OWNER shall not supervise,,,,,,,,,,,,,,,, 8.9 ENGINEER shall not supervise,,,,,,,,,,,,,,,, 9.2, 9.13.2 Superintendence...................................................... 6.2 Superintendent, CONTRACTOR's resident ...............6.2 Supplemental costs .............................................. 11.4.5 Supplementary Conditions— definition of......................................................1.39 principal references to ................. J.10, 1.18, 2.2, 2.7, ...................... 4.2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9, ................. 5.11,6.8,6.13,7.4, 8.11, 9.3, 9. 10 Supplementing Contract Documents .........................3.6 Supplier -- definition of .... .„ ............................................ 1.40 principal references ............ to 3.7, 6.5, 6.8-6.11, 6.20, ..........................................6.24, 9.13, 14.12 Waiver of Rights., ............................................. 5.11 Surety -- consent to final payment„ .............. 14.12, 14.14 ENGINEER has no duty to...............................9.13 Notification of..................................10.1, 10.5, 15.2 qualification of ......... ....... „ ,. ,,,,,,........5.1-5.3 Survival of Obligations ........................................... 6.34 Suspend Work, OWNER May ....................... j 3.10, 15.1 Suspension of Work and Termination-- ......................15 CONTRACTOR May Stop Work orTerminate ......................... ...................... :15.5 OWNER May Suspend Work,,,,,,,,,,_.................15.1 OWNER May Terminate ............................ 15.2-15.4 Taxes --Payment by CONTRACTOR ........................ 6.15 Technical Data -- Limited Reliance by CONTRACTOR,,,,,,,,,,,,,,,, 4.2.2 Possible Price and Times Adjustments,,,,, 4 ........2.6 Reports of Differing Subsurface and Physical Conditions....................................4.2.3 xiv Temporary construction facilities 4.1 Article or Paragraph Number Term ination-- by CONTRACTOR...........................................15.5 by OWNER........................................8.8, 15.1-15.4 of ENGINEER's employment...............................8.2 Suspension of Work-in general .............................15 Terms and Adjectives„ ............................................. 3.4 Tests and Inspections -- Access to the Work, by others ;13.2 CONTRACTOR's responsibilities .......................13.5 cost of 13.4 covering Work prior to, 13.6-13.7 Laws and Regulations (or)„ ............. .............. 13.5 Notice of Defects .................. . ..........................13.1 OWNER May Stop Work.................................13.10 OWNER's independent testing .......................... j3.4 special, required by ENGINEER ............... ... 9.6 timely notice required ....................................... 13.4 Uncovering the Work, at ENGINEER's request. ................................................ 13.8-13.9 Times-- Adjusting.......................................................... 6.6 Change of Contract.............................................12 Computation of.................................................17.2 Contract Times --definition of ...........................1.12 day ............................. ..............................1,7.2.2 Milestones ................................ - ....................... ...12 Requirements -- appeals................................................. 9.10, 16 clarifications, claims and disputes..................9.11, 11.2, 12 Commencement of Contract Times .................. 2.3 Preconstruction Conference ............................ 2.8 schedules ......................................... 2.6, 2.9, 6.6 Starting the Work.........................................2.4 Title, Warranty -of ................................................... 14.3 Uncovering Work............................................13.8-13.9 Underground Facilities, PhysicalConditions-- definition of....................................................1.41 Not Shown a Indicated 4.3.2 Protection of..............................................4.3, 6.20 Shown or Indicated ....................................... ..4.3.1 Unit Price Work-- claims.........................................................1,1.9.3 definition of ,,,, ,,,,,,,,, .................................. 1.42 genera111.9, 14.1, 14.5 Unit Prices-- general11.3.1 Determination for..................:.,........................9.10 Use of Premises.................................6.16, 6.18, 6.30.2.4 Utility owners ....... .... .............. ¢.13, 6.20, 7.1-7.3, 13.2 „ Utilization, Partial............1.28, 5.15, 6.30.2.4, 14.10 Value of the Work ................................................... 11.3 Values, Schedule of..............................2.6, 2.8-2.9, 14.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 11 Variations in Work --Minor Authorized.........................................6.25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER .................................... 9.2 Waiver of Claims --on Final Payment ......................14.15 Waiver of Rights by insured parties .................. 5.11, 6.11 Warranty and Guarantee, General --by CONTRACTOR .................................................. 6.30 Warranty of Title, CONTRACTOR's.......................14.3 Work -- Access to ............................................................ 13.2 byothers, ....... * .... . ....... 7 Changes in the....................................................10 Continuing the, ................................................ 6.29 CONTRACTOR May Stop Work or Terminate .....................................:.......... 15.5 Coordination of ................................................ 7.4 Cost of the ................................................. 11.4-1 l .5 definition of ........................................................ 1.43 neglected by CONTRACTOR...........................1.3.14 other Work,........................................... 7 OWNER May Stop Work.................................13.10 OWNER May Suspend Work...................13.10, 15.1 Related, Work at Site.....................................7.1-7.3 Starting the .............. .....................:............... .....2.4 Stopping by CONTRACTOR.............................1.5.5 Stopping by OWNER ................................. 15.1-15.4 Variation and deviation authorized, minor ............ 3.6 Work Change Directive -- claims pursuant to.............................................10.2 definition of ........................................:............... 1.44 principal references to ..................... 3.5.3, 10.1-10.2 Written Amendment -- of definition ........ ................................................ 1..45 principal references to..............L10, 3.5, 5.10,15.12, ........................ 5.6.2, 6.8.2, 6.19, 10.1, 10.4, ............................ 11.2,12.1,13.12.2,14.7.2 Written Clarifications and Interpretations...................................3.6.3, 9.4, 9.11 Written Notice Required-- by CONTRACTOR ............................ 7.1, 9.10-9.11, ........................................... 10.4, 11.2, 12.1 by OWNER ..................... .10-9.11, 10.4, 11.2, 13.14 xv EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 0 A 8 (This page left blank intentionally) 'J I 0 1 I xm EJCDC GENERAL CONDITIONS 19i0-s (i990 EDITION)) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) m m m m m m m m m m m m m m m m m r m Project; Harmony Road Improvements Project Addendum 1 SpecAtetn Estimated Description Unit Unit Cost Item Cost Number )uantih• 603-05030 301nch Reinforced Concrete End Section I EA 604-00305 Inlet Type C I EA 604-19310 Inlet Type R L 15 (10 Foot) I EA 604-30004 Manhole Slab Base (4 Foot) 2 EA 604-30005 Manhole Slab Base (5 Foot) 2 EA 605-00004 4 Inch Non -Perforated Pipe Underdrain 365 LF 605-00040 4 Inch Perforated Pipe Underdrain 1800 LF 608-00006 Concrete Sidewalk (6 Inch) 4262 SY 608-00010 Concrete Curb Ramp 232 SY 608-10002 Sidewalk Drain (2' Curb Cut with Metal Plates) 2 EA 608-10008 Sidewalk Drain (8' Curb Cut with Concrete Chase) I EA GENERAL CONDITIONS ARTICLE 1—DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terns have the meanings indicated which are applicable to both the singular and plural thereof: 1.1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. ' Agreement —The written contract between OWNER and CONTRACTOR covering the Work to be performed, other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment —The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1.5. Bich -The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6. Bidding Documents —The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements --The advertisement or invitation to Bid, instructions to bidders, and the Bid form. I.S. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by ENGINEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1.10. Contract Documents —The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1 and 3.6.3 on or after the Effective Date of the Agreement. • Shop Drawing submittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 42.1 and 4.2.2 are not Contract Documents. 1.11. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). 1.12. Contract Times —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (it) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. 1.13. CONTRACTOR —The person, firm or corporation with whom OWNER has entered into the Agreement. 1.14. defective —An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15. Drawings —The drawings which show the scope, extent and character of the Work to be fitmished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined 1.16. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER —The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER's Consultant --A person, firm or corporation having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. f�I 1 C 1 I I 1 I 1.20. General Requirements -Sections of Division I of the Specifications. 1.21. Hazardous Waste -The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. ' 1.22.a. Laws and Regulations, Laws or Regulations —Any and all applicable laws, rules, regulations, ordinances, codes and orders of 'any and `all governmental bodies, agencies, authorities and courts having jurisdiction. 1.22.b. Legal Holidays --shall be those holidays observed by the City of Fort Collins. 1.23. Liens --Liens, charges, security interests or encumbrances upon real property or personal property. 124. Milestone --A principal event specified in the Contract :Docum ents relating to an intermediate completion date, or time prior to Substantial Completion of all the Work. 1.25. Notice of4ward--A written notice by OWNER to the apparent' successf it bidder, stating. that upon compliance by the apparent successful, bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed -A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 1.27. OWNER --The public body or authority, corporation, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to'be provided 1.28. Partial Utilization-Useby OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs=Polychlorinated biphenyls. 1.30. Petroleum -Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and 'pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil; oil sludge; oil refuse, gasoline, kerosene and oil mixed with other non-Hazardous'Wastes and crude oils. 1.31. Project —The total construction of which the Work to be provided under the Contract' Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32.a., Radioactive Material —Source; special nuclear, or byproduct material as defined by the Atomic Energy Act of EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) 1954 (42 USC Section 2011 et seq.) as amended from time to time. 1.32.b. Regular Working Hours -Regular working hours are defined as 7:00am to 6 00pm unless otherwise specified in the General Requirements 1.33. Resident Project Representative —The authorized representative of ENGINEER who may beassigned to the site or any part thereof. ' 1.34. Samples —Physical examples of materials, equipmerrt, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged 1.35. Shop Drawings —All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared of assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some, portion of the Work. 1.36. Specifications —Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor --An individual, firm or corporation having a direct contract with :CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion -The Work (or a specified part',thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently complete; in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the, purposes for which it is intended; or if no 'such certificate is issued, 'when the Work is complete and ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" acid "substantially completed" as applied to all or part of the Work refer to Substantial Completion'thereof. 1.39. Supplementary Conditions —The part of the Contract Documents which amends or'supplements these General Conditions. 1.40. Supplier —A manufacturer, fabricator, supplier, distributor, materialman or vendor having.a direct contract with 'CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by'CONTRACTOR or any Subcontractor. 1.41. Underground Facilities —All pipelines, conduits, duets, cables, wires, manholes, vaults, ianks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to famish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Unit Price Work —Work to be paid for. on the basis of unit prices. 1.43. Work --The entire completed construction or the various separately identifiable. parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing. or ,furnishing labor and furnishing and incorporating,materials and.equipment into the construction, and performing orfurnishing services and furnishing documents, all as required by the Contract Documents. 1.44. Work Change Directive —A written directive to CONTRACTOR, issued, on or after the Effective.Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided .in paragraph4.2 or 4.3 or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price orthe Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect if any, on the Contract Price or Contract Times as provided in paragraph 10.2. 1.45. Written Amendment —A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on, or. after the Effective Date of the Agreement and normally dealing with the nonengineenng or: nontechnical rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2—PRELIM NARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in.accordance with paragraph 5.1. Copies of Documents. 2.2. OWNER shall.fumish to CONTRACTOR tip to ten copies (unless .otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional' copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times; Notice to Proceed• 2.3. The .Contract Times will commence to run on the thirtieth.day after the Effective Date of.the Agreement or; EJCDC GENERAL CONDITIONS 1910-5 (1990 Edtion) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement , i ne oveRt will the Cefftaiet Times o.i 4gf Starting the Work. 2.4. CONTRACTOR shall.start.to perform .the Work on the.date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run. Before Starting Construction: .2.5. Before undertaking. each. part. of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby, however, CONTRACTOR shall not; be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal; 2.6.2.1. . In no. case will a schedule be acceptable which allows less than 21 calendar days for each review by Engineer. 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and. prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction Such prices will include an appropriate amount of overhead and profit.applicable to each item of Work. 2.7. Before any Work at the site is started, CONTRACTOR and 9kWiER shall eeek deliver to the ether OWNER with copies to ENGINEER 1 I A I Id, u H1 I certificates of insurance (and other evidence of insurance reesenebly request requested by OWNER) which CONTRACTOR ^^a n" tD _ Tyely ^_e is required to' purchase and maintain m accordance with paragraphs.5.4,. Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records. Initially Acceptable Schedules: 2.9. Unless otherwise provided in the Contract Documents , _ » Ieh , ys , bre submi. sien f the a_..t before any work at the site begins, a conference attended by CONTRACTOR, ENGINEER and others as.apprepr-iate designated by.OWNER will be held to review for acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph2.6. _and Division 1 - General Requirements. CONTRACTOR'shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided. below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGINEER responsibility for* the sequencing; scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions willbe acceptable to ENGINEER as providing'a workable arrangement for reviewing and processing . the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER as to farm 'and substance: ARTICLE 3--00NTRACT`D0CUMENT§: INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When Words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in "accordance: with that meaning: Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. . 3.3. Referenceto Standards and Specification of Technical Societies; Reporting and Resolving Discrepancies: 3.3.1. Reference to standards, specifications, manuals or codes of any technical society; organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall I mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the -Contract Documents. 3.3.2. If during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of'the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report. it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affecte& thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or su plement to the Contract Documents has been issued by one of the methods indicated in paragraph 3 5 or 3.6; provided however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report ary . such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have !mown thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be, provided by amendment or supplement thereto issued by one of the methods indicated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any.conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 0 3.3.3.2. the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual, code or instruction shall be effective to change the duties and responsibilities. of OWNER, CONTRACTOR or ENGINEER or any of their subcontractors, consultants, agents or employees from those set forth, in the Contract Documents, nor, shall, it be effective to assign to OWNER, ENGINEER. or, any of ENGINEER's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or any other provision of the Contract Documents. 3.4. Whenever in the Contract Documents the terms "as ordered", "as directed", "as.required""as allowed", "as approved" or terms off like effect of import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used tb describe, a requirement direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general, the completed. Work for compliance with the requirements of and information in the Contract Documents and, conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the_Contraci Documents.(unless there is a specific statement. indicating otherwise)' The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the famishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract. Documents. Amending and Supplementing Contact Documents 3:5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5.1. a formal Written Amendment, 3.52 a Change Order (pursuant to paragraph 10.4), or EJCDC GENERAL. CONDITIONS 1910-8 (1990 Ed lion) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) 3.5:3. a Work Change Directive (pursuant to paragraph 10.1). 3.6. . In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in, one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5), 3.6.2. ENGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarification (pursuant to paragraph 9.4). Reuse ofDocuntents. 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person.or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER (i),shall not have or acquire any. title to or ownership rights in any of the Drawings, Specifications or other documents (or .copies of any thereof) -prepared t y.pr bearing the seal of ENGINEER or ENGINEER's Consultant, and (iri) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific writtenveiifrcation or adaptation by ENGINEER ARTICLE 4--.AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and casements' for access thereto, and Stich other lands which are designated for the use of CONTRACTOR .Upen OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will.be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR and OWNER are unable to. agree on entitlement to or the amount or extent,'of any,adjUstments in the.Coritract Price or the Contract Times as a result of any.delay in OWNER's famishing these lands, rightsof- way or easements, CONTRACTOR may make a claim therefor as; provided in Articles I and 12. J I I I I CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface'andPhysical Conditions: 4.2.1. Reports and Drawings: Reference is made to the Supplementary Conditions for identification of 4.2.1.1. Subsurface Conditions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.1.2. Physical Con&tions. Those drawings of physical conditions'in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents, 4.2.2. Limited Reliance by CONTRACTOR Authorize4- Technical Data. CONTRACTOR may rely upon the general accuracy of the "technical .data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.2.2:1. the completeness of such reports and drawings for CONTRACTORS purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), notify OWNER and ENGINEER m— writing about such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith.(except as aforesaid) until receipt of written order to do so. 4.2.4. ENGINEER's Review.- ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto and advise OWNER in.writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Documents Change: If ENGINEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3, a Work Change Directive or a Change Order will be issued as provided in Article 10 'to reflect and document the consequences of such change. 4.2.6. Possible Price and Times A.4ustments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be.allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR's cost of; or time required for performance of the Work; subject, however, to the following: 4.2:2:2. other data interpretations opinions 4.2.6.1. such condition must meet any one or and information contained in such reports or shown more of the categories described in or indicated in such drawings; or paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or inform ation. 4.2.3. Notice of Differing Subsurface or Physical Conditions. If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely'as provided m paragraphs 4.2.1 and 4.2:2 is materially maccurate;'or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or EJCDC GENERAL CONDITIONS 1910.8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV V2000) 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5' will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustm ent; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9, and 4.2.6.4.. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if, 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER. in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements.or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2:3. If.OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times; a claim may, be made therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Conditions —Underground Facilities. 4.3.1. Shown.orindicate& The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all'Underground Facilities shown or indicated in the Contract Documents;(iii) coordination of the Work with the owners of such Underground Facilities during, construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shows. or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, prenrptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing,any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of .such Underground Facility and EJCDC GENERAL CONDITIONS I910-8 (1990 EcEtion) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) give written notice to that owner and to OWNER and ENGINEER ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall mina y be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CONTRACTOR did not know of and could not.reasonably have been,expectedto be aware of or to have anticipated If OWNER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor.as provided in Articles 11, and 12. However, OWNER, ENGINEER and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained ,by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points• 4.4. OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed', or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger. to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. a Fh, EJCDC GENERAL CONDITIONS 1910,8 (1990 Edtion) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) ARTICLE 5—BONDS AND INSURANCE Performance, Payment and Other Bonds: 5.1. CONTRACTOR shall fiunish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date, when final payment becomes due, except as provided `otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also famish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the.Contract Documents except as provided otherwise by Laws or Regulations and shall be executed by such sureties as are named in the current list of "Coinpanies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff; Bureau of Government Financial Operations, U.S. Treasury Department All Bonds signed 'by an agent must be accompanied by a certified copy of such agent's authority to act. 5.2. If the surety on any Bond famished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state'where any part of the Project is located or. it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER 5.3. Licensed Sureties and Insurers; Certificates of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required Sdch surety and insurance companies shall also meet such additional requirements -and qualifications as may be provided in the Supplementary Conditions: 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any, other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. 9Wlsdjall daliyaF to GONTDACT-0 ..:..1, .L CONTRACTOR's Liability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance. as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and famishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by. CONTRACTOR, any Subcontractor or Supplier, or. by anyone directly or indirectly employed by any of them to perform or'furnish any of the Work, or by anyone for whose acts any of them may be, liable: 5.4.1. claims under workers' compensation, disability benefits and other similar employee benefit acts; 5.4.2. claims for damages because of bodily injury, occupational ' sickness or disease, or death of CONTRACTOR'S employees; 5.4.3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONfRACTOR's employees; 5A4 elaims for damages insured by 6ustomFHy by W suit of .,y ny, ryr" ether.feason 5.4.5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership; maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5.4 to be. purchased and maintained shall 5.4.7. with respect. to .insurance required by paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9 include as additional insureds (subject to any customary exclusion in respect of professional liability), OWNER, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the' respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written for not'1 ss than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 5A.9. include completed operations insurance; EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 5A.10. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or. endorsement that the "coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days' prior written notice has been.given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been. issued (and the certificates of insurance, furnished by the CONTRACTOR pursuant: to paragraph 5.32 will so provide); 5.4.12. remain in effect at least until final payment and at all times.thereafter when CONTRACTOR may be correcting; removing or replacing defective Work in accordarrce with paragraph 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall famish OWNER and each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment_and one year'thereafter). 0WAE.R's Liability Insurance: 5.5. In addition to insurance required to be provided by .CONTRACTOR under paragraph'5.4, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense _OWNER's own liability insurance as will protect OWNER_against.claims which may arise from operations under the Contract Documents. Properly Insurance: 1 I 1 f� 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others +n I,..::..:.:ti:::. ...:.5.•:,1e''F .7 :7 .T '♦:1,1 t ..111 it Ma «l Y yy �ltange OFder Writtm- �set3r noT . Tby tote 10 EJCDC GENERAL CONDTTTONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) Project: Harmony Road Improvements Project Addendum 1 Spcc/Item Estimated Description Unit Unit Cost Item Cost Number Quantity 609-2001 1 Curb Type 2 (6" Barrier) (Section B) 270 LF 609-21010 Curb and Gutter Type 2 (Section I-B) 5891 LF 609-21020 Curb and Gutter Type 2 (Section II-B) 5902 LF 609-24002 Gutter Type 2 (2 Foot) 28 LF 609-24010 Gutter Type 2 (10 Foot) 210 LF 610-00010 Median Cover Material (Decorative) 5804 610-00030 Median Cover Material (4" Concrete) 1485 613-00200 2 Inch Electrical Conduit 476 613-00300 31nch Electrical Conduit 110 613-00400 4 Inch Electrical Conduit 92 613-00600 61nch Electrical Conduit 52 619-xxxxx 12 Inch HDPE 251 SF SF LF LF LF LF LF m m m m m w m m m m m r m m m m m m m Receipt andApplieation oflnsuranceProceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear; subject to the requirements of any applicable mortgage clause and of paragraph.5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach If no other special agreement is reached the damagedWork shall be repaired or replaced, the moneys so received applied' on account thereof and 'the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers finless one of the partiesfn interest shall object in writing within fifteen days after the occurrence of loss tb OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers a^a :F .gui;va .«mqiting by e«.. .t. in f . tke Acceptance of Bonds iin. dInsurance; Option to. Replace: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the. Fends ei: insurance required to be purchased and maintained by the CONTRACTOR in accordance with Article 5 on the basis of nonconformance with the Contract Documents, the OWNER will notify CONTRACTOR in writing within ten fifteen days after feeeigt delivery of the certificates (et#ief evidence requesw to "OWNER as required by paragraph 2.7. request if 041:.r.e. --sui--aaw r-equifed of suGh party by the Contract �11.lttre to purchase pfier to the swft of the"expense 4 4he «.,.w.....1... r,.«tm .t a:,.e Partial ITtiGurtion—Properly Insurance: 5:1'5. If OWNER finds it necessary to occupy or use a portion or portions of the 'Work prior to Substantial EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence. 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may he necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and. expressly required by the Contract Documents. CONTRACTOR shall be responsible .to see that the completed Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR All communications to the superintendent shall be as binding 'as if given to CONTRACTOR Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site.'Bxcept as otherwise required -for'the safety or protection of persons or the Work or property at'the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and 'CONTRACTOR -.will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior Written notice to. ENGINEER. CONTRACTOR shall submit requests to the ENGINEER no less than 48 hours in advance of any Work to be performed on.Saturday, Sunday, Holidays or outside the Regular Working Hours. J 6.4. Unless .otherwise, specified in the General Requirements; CONTRACTOR shall furnish and assume ' full responsibility for all materials; .equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, ' performance, testing, start-up:and completion of the Work. 6.4.1. Purchasing Restrictions: CONTRACTOR must comply with the City's purchasing restrictions. A copy of"the resolutions are available for review in the ' officesof the Purchasing and Risk Management Division or the City Clerk's office. 6.4.2. Cement Restrictions: City of Fort Collins Resolution 91=121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not.made in cement kilns that bum hazardous waste as "a fuel. ' 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER If required by ENGINEER, CONTRACTOR. shall furnish satisfactory evidence (including reports of required tests) as to the kind and ' quality of materials and equipment. All materials and equtpment.shall be 'applied,'installed, connected, erected, used, cleaned, and conditioned in accordance with instructions. of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule. 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) proposed adjustments in the progress ' schedule that will not change the Contract Times (or Milestones) Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 66.2. Proposed adjustments in the progress schedule thaVwill change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1., Such "adjustments" may only be ' made by a Change Ordei or Written Amendment in accordance with Article 12. 6.7. Substitutes and "Or -Equal" Items. ' 6.7.1. Whenever an item of material, or equipment is specified or described in the Contract Documents by name of a proprietary item or the name of a Rthe- azSupplie,the speficationordptionised to establish the' type, function and quality required. Unless the specification or description EJCDC GENERAL CONDITIONS 1910-8 (1990,Editim) 12 w/ CI TY OF FORT COLLINS MODIFI CATIONS (REV 4/2000) J contains or, is followed by words reading that no like, equivalent or "or -equal" item or no substitution is permitted,other items of material or equipment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: 6.7.1.1. "Or -Equal": If in .ENGINTEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal toahat named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items. If in ENGINEER's sole discretion an item of material or 'equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a "proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as ,supplemented in the General Requirements, and as ENGINEER may decide is. appropriate under 'the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR If CONTRACTOR wishes to furnish or use a substitute item of material or equipment CONTRACTOR shall first make written. application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the genial design, be similar an in substce'to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed" substitute will prejudice CONTRACTOR'S achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee. or royalty. All variations of the proposed substitute from that specified, will be identified..in the application and available maintenance, repair, and replacement service will be indicated. Th6 application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. 6.7.1.3. CONTRACTOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine 'that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to'that provided in subparagraph 6.7.1.2. 6.7.3: Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each ,proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute"will be ordered, installed or utilized without ENGINEER- prior'wn'tte.n acceptance which will be evidenced by either a Change Order or an approved Shop. Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. ENGINEER will .record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract Docuiitenfs'(or in the provisions of any other direct contract withOWNER for work on the Project) occasioned thereby: Whether or not ENGINEER accepts "a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENWNEER's Consultantsfor evaluating each such proposed substitute item. 6_8. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person'or organization (including those acceptable to OWNER and ENGINEER as indicated in. paragraph 6.8.2), whether initially or'as a substitute, against whom OWNER or ENGINEER may have' reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to famish or perform' any of the Work against whom CONTRACTOR has reasonable objection. 6_9. CONTRACTOR shall perform not less than 20 percent of the Work with its own forces (that is, without subcontracting). The 20 percent requirement shall be understood to refer to the Work the value of which totals not less than 20 percent -of the Contract Price. 6.82. 4fy Cenditien Bidding Documents require the identity of certain Subcontractors, Suppliers or other persons or organizations "(including those who are to furnish the principal items of materials or equipment) to be submitted to OWNER date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER,—and—i€ GO�qF.AGTGR has submitted a list thereof in OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of basis of ra in r; ti rnTrrnArrnn n m.t :. gmfl; Q,hqtihitiah And An will be issued er Written Amendment signed will constitute a condition of the Contract requiring the use of the named subcontractors, suppliers or other persons or organization on the Work .unless prior written approval is obtained from -OWNER and ENGINEER No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER far all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or famishing any of the Work under 2i direct of indirect` contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcontractor. Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or, ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. OWNER or ENGLNEFR may fin-nish to any subcontractor, supplier or other person or organization evidence of amounts paid to CONTRACTOR in accordance with CONTRACTOR'S "Applications for Payment". EJCDC GENERAL. CONDITIONS 1910-8 (1990 Edition) 13 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 1 6.9.2' CONTRACTOR shall be solely responsible for scheduling and coordinating. the Work of Subcontractors, Suppliers and other persons and organizations ,performing or furnishing any of the Work under "a direct or indirect contract with CONTRACTOR CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR m dividing the Work among Subcontractors or Suppliers or delineating" the Work to be performed by any specific trade. 6 ll. All Work performed for CONTRACTOR by, a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. paE9gEephs5.6 �3.7, i}iB--CigEwn.eEit�o�iWedir—'mo /`nT.TTV A(''T/lD and the C.,1.,.,.:.6et—or4 Q_6p.lier will .. r Patent Fees and Roydl es i: 6.12. CONTRACTOR shall pay all license fees and royalties and -assume all costs incident. to the use in the performance of the Work or the incorporation in the Work of any invention; design; process;product or device which is the subject of patent. rights, or copyrights'held by others. If a particular invention design process product,or device is specified in the Contract Documents for use in the performance of the Work and if to the,actWl knowledge of OWNER or ENGINEER its use is'.subject to patent rights or copyrights calling for the payment of any license fee or royalty' to.:.others, the existence' of such rights shall be disclosed by OWNER in.the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and " "hold 'harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents. and other consultants of.each and any of them from and against all claims, costs, losses and damages arising out of or "resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, 14 EJCDC GENERAL CONDITIONS 1910-5 (1990Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Permits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, When necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the.prosecution of the Work, which are applicable at the time of opening of Bids, or; if there are no Bids, on the Effective Date•of the Agreement. CONTRACTOR shall pay'all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. Laws and Regulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws: and Regulations applicable to furnishing and performance: of the Work. Except where otherwise expressly required 'by _ applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTORs compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR, performs any Work knowing or having reason to.know'that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising but of or,resulting" therefrom; however, it shall not be CONTRACTORS primary responsibility to make" certain that the Specifications.and. Drawings are in accordance with Laws and Regulations, but this shall,, . not relieve CONTRACTOR of CONTRACTOR's obligations "under paragraph 3.3.2. Tares: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes .required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable, during the performance of the Work. 6.15.1. OWNER is exempt from Colorado State and local sales and use taxes" on materials to be permanently incorporated into the proiecG Said taxes shall not be included in the Contract Price. CONTRACTOR must apply for, and receive. a Certificate of Exemption from the Colorado Department of Revenue for construction materials to be physically incorporated into the project. This Certification of Exemption provides that the CONTRACTOR shall neither pay nor include m his Bid Sales and Use Taxes on those building and construction .materials ohysically incorporated into the proiect. Address: Colorado Department of Revenue State Capital Annex 1 1375 Sherman Street Denver, Colorado, 80261 Sales and Use Taxes for the State of Colorado, Regional Transportation District (RTD) and certain Colorado counties are collected by. the' State of Colorado and are included in the Certification of Exemption. All applicable Sales and Use Taxes (including State collected taxes), on any items other than construction and building materials physically incorporated into the project are to be paid by CONTRACTOR and are to be included in appropriate bid items.' Use of Premises: 6.16. CONTRACTOR shall coriline construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of --way, .permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant_thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding orAt law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and ]fold harmless OWNER, ENGIlQEER ENGINEERS Consultant and anyone directly or indirectly employed. by any of them from and against all claims, costs, losses and damages arising out of or resulting from any. claim or action, legal or equitable, brought by any such owner or occupant against OWNER ENGINEER. or any other party indemnified hereunder to the extent caused by or based upon'CONTRACTOR's performance:of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as. all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave. the site clean and ready for occupancy by 'OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original,conditi6h all property not designated for alteration by the Contract Documents. 6.18: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property Ao stresses or pressures that will endanger it. Record Documents EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 6.19. CONTRACTOR shallmaintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives,, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and himotated to show all changes made during construction These record documents together with, all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and prior to release of final payment, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety ot; and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at -the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not, designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall, comply'.with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss, and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground_Facilities-and utility owners. when prosecution 'of the Work may affect them, and shall cooperate with them in the protection; removal, relocation and replacement of their property. All damage; injury or loss to any property referred to in'paragraphs 6.20.2 or 6.20.3 caused, directly or indirectlyJn whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by _any of 'ifiem to perform or "fiunish,any of the Work or anyone for whose acts any of them may. be liable, shall be remedied by CONTRACTOR (except damage or foss attributable to the fault of Drawings or 'Specifications or to the acts or omissons of OWNER or ENGINEER or ENGINEER's Consultant or anyone :employed by any of them or anyone for:whose acts any of them may be liable; and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities forthe safety and protection of the, Work shall continue until such time as all the Work is completed and ENGINEER has issued a 15 r� F� notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work rs acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. Safety Representative: CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged 'between or among employers at the site in accordance with Laws or Regulations. Frrrergenezes: 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from OWNER or ENGINEER is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations `from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change' Directive or Change Order will be issued to document the consequences of such action 6.24. Shop Drawings and Samples: 6.24.1 CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2'§): Allsubmittals will be identified as ENGINEER may require and in the number of copies specified in the 'General Requirements. The data shown on'the Shop Drawings Will be complete with respect to quantities, dimensions, specified performance and design. criteria, materials and similar data, to .show ENGINEER the materials and;equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes' required by paragraph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of "Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER' may require to enable ENGINEER to review the submittal for the limited 16 EJCDC GENERAL CONDITIONS 1910.8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) purposes required by paragraph 6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shippi4 handling, storage, assembly and installation pertaining to the performance' of the Work, and 6.25.1.3. all information relative to CONTRACTOR's sole responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also Have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations, under the. Contract Documents with respect to CONTRACTOR's review and -approval of that submittal. 6.25:3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separaie from the submittal;. and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each'such variation. 6.26. ENGINEER will review and approve Shop Drawings and'Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform, to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as. indicated by the Contract Documents. ENGINEER's review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method; technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to safetyprecautions .or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as 'required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's . review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER'S attention to each such variation at the time of .submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28.. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed prior to ENGINEER'S review and approval of the pertinent submittal will be the sole expense and responsibility of CONTRACTOR Continuing the Work. 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.30. CONTRACTOR's General Warranty and Guarantee: 630.1. CONTRACTOR warrants and guarantees to OWNER;ENGINEER and ENGINEER'S Consultants that all W. ork will be in accordance with the Contract Documents and will not be defective. CONTRACTOR'S warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse,, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or,Suppliers; or 6.30.1.2, normal wear and tear finder normal usage. 6.30.2. CONTRACTOR 's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) accordance with the Contract Documents or a release of CONTRACTOR'S obligation to perform the Work in accordance with the Contract Documents: 6.302.1. observations by ENGINEER; 6.30.2.2. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance .of a certificate of Substantial Completion .or any payment by OWNER to CONURACTOR tinder the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER;. 6.30.2.5. any acceptance by OWNER or any failure to do so, 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of. defective Work by OWNER Indemnification. 6.31. To the fullest extent permitted by Laws and Regulations,, CONTRACTOR shall indemnify and hold harmless OWNER,, ENGINEER, . ENGINEER'S Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including, but not limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or: resulting from the performance of the Work, provided that any such claim, cost; loss or damage: (i) is attributable: to bodily injury; sickness, disease or death, or to injury *to or destruction of tangible property (other than the Work itself); including the loss of use resulting therefrom, and ,(ii) is caused in whole or in part by any negligent.act or omission of CONTRACTOR, any Subcontractor, any. Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of anysuch person or entity. 6.32.. In. any and all., claims against OWNER or ENGINEER or, any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any. Subcontractor, any Supplier, any person or organization directly or indirectly employed by 17 L� 1 any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any' limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts_ or other employee benefit acts. 6:33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGINEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the Professional negligence, errors or omissions of any of them. Survival ojObligations: 6.34.. All representations, indemnifications, warranties and guarantees made in, required by.or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7--OTHER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (t). written notice thereof will be given 4o CONTRACTOR prior to starting any such other work and (u) CONTRACTOR may make a claim therefor as provided in Articles I I and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR pr requires additional`time and the parties are unable to"agree as to the amount or extent thereof 7.2. CONTRACTOR shall. afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNER's employees) proper and safe access to die site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents; CONTRACTOR shall do all cutting, fitting and patching of the Work that may be, required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable EJCDC GENERAL CONDITIONS 1910-8 (1990 Edtion) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CO_ NTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. Coordinations 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such authority and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided.. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination ARTICLE 8—OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions; OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer against whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4: Paragraph 4.2 refers to OWNER's identifying and making available 'to 'CONTRACTOR copies of reports of explorations and testsof subsurface conditions at the site and drawings of physical conditions in existing 1 structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. 8.5.. GA ERsresp sibilteain Favoet of„.._1iasi„g &6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in Paragraph 13.4. 8.8. In connection with OWNER'S right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's `right to terminate services of CONTRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's.means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Asbestft P013 ; PetFelrworoumr-1la_?nrdeus Wasta eF ref F col.:„ „h 4 C ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION 0WNER's Representative: 9.1. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during constriction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGINEER. deems necessary 'in order to observe as an experienced and qualified design professional the progress EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) that has been made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER will endeavor for the benefit of OWNER to determine, in.general, -if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On'the basis of such visits and on - site observations, ENGINEER will keep. OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. ENGINEERs visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on -site visits or observations of CONTRACTOR's Work ENGINEER will not supervise, .direct, control or have authority over or be responsible for CONTRACTOR's means methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing- or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will .furnish a Resident Project. Representative to assist ENGINEER in providing more continuous observation of the Work: The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs 9.3 and 9.13 „d "'men ei='Rpi Gentdttietr of these General Conditions. If OWNER designates another representative or agent to represent OWNER.at the site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in Mragraph 9.3 of these General Cornditioris If the ENGINEER furnishes a Resident Project Representative (RPR) or other assistants, or if the OWNER designates a Representative or agent, all as provided in paragraph 9-3 of the General Conditions, these Representatives shall have the authority and limitations as provided in paragraph 9.13 of the General Conditions and shall be subject to the following: 9.3.1. The Representative's dealings in matters pertaining to the 'on -site work will, in general, be with the ENGINEER and CONTRACTOR But. the Representative will keep the OWNER properly advised about .such matters. The Representative's dealings with subcontractors will only be through or with the full knowledge and approval of the CONTRACTOR. 9.3.2. Duties and Responsibilities. Representative will: 9.3.2.1. Schedules - Review the prouess 19 J schedule and other schedules prepared by the CONTRACTOR and consult with the ENGINEER concerning acceptability. 9.3.2.2. Conferences and Meeting - Attend meeting, with the CONTRACTOR such as preconstruction conferences, progress meetings and other job conferences and prepare and circulate copies of minutes of meetings. 9.3.2.3. Liaison 9.3:2.3.1. Serve as ENGINEER'S liaison with CONTRACTOR, working principally through CONTRACTOR'S superintendent to 'assist the CONTRACTOR in understanding the Contract Documents. 9.3.2.3.2. Assist in obtaining from OWNER additional details or information, when required, for proper execution of the Work. 9.3.2.3.3. Advise the -ENGINEER and CONTRACTOR of the commencement of anyWork requiring a Shop Drawing or sample submission if the submission has not been approved by the ENGINEER 9.3.2.4.Review of Work. Rejection of Defective Work, Inspections and Tests - 9.3.2.4.1. Conduct on=site observations of the Work in progress to assist the ENGINEER in determining that the Work is.proceedina in accordance with the Contract Documents. 9.3.2.4.3. ' Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to the ENGINEER. 9.3.2.5. Interpretation of Contract Documents. Report to ENGINEER when clarifications and interpretations of"the Contract Documents are needed and transmit to CONTRACTOR clarification and interpretation of the Contract Documents as issued by the I:I0[Majolw7 9.3.2.6. Modifications. Consider and evaluate CONTRACTOR'S suggestions for 20 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) modification in Drawings or Specifications and report these recommendations to ENGINEER. Accurately transmit to CONTRACTOR decisions issued by the ENGINEER 9.3.2.7. Records. 9.3.2.7.3. Record names addresses and telephone numbers of all CONTRACTORS. subcontractors and major suppliers of equipment and materials. ' 9.3.2.8. Reports. 9.3.2.8.1. Furnish ENGINEER periodic WVas required. of the progress of the Work and of the CONTRACTOR'S compliance with the progress schedule and schedule of shop Drawing and sample submittals 9.3.2.8.2. Consult with ENGINEER in advance of scheduling major tests, inspections or start of important phases of the Work. 9.3.2.8.3. Draft proposed Change Orders and Work Directive Changes, obtaining backup material from the CONTRACTOR and recommend to ENGINEER Change Orders, Work Directive 'Changes and field orders 9.3.2.8.4. Report immediately to ENGINEER and OWNER the occurrence of any accident. 9 3 2 9 Payment Requests Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendation to rr rr r rr rr rr r ■r r r r r r r r r r r r Project: Harmony Road Improvements Project :Addendum I Spec/Item Estimated Description Unit: Unit Cost Item Cost Number Quantitv 619-xxxxx Tie to Existing 12 Inch HDPE 1 EA 619-xxxxx 10" PVC-C900 Certalock - Directional Drilling (OI TION A) 123 LF 619-xxxxx 4" PVC-C900 8 LF 619-xxxxx 10" Ductile 459 Bend with Megalug 6 EA 619-xxxxx 10" x 6" Ductile Tee 1 EA 619-xxxxx 6" x 4" Ductile Reducer with Megalug 2 EA 619-xxxxx 10" x 8" Ductile Reducer with Megalug i EA 619-xxxxx 6" Gate Valve with Valve Box and Megalug 1 EA 619-xxxxx 10" Gate Valve with Valve Box and Megalug I EA 619-xxxxx 4" Ductile 459 Bend with Megalug 4 EA 619-xxxxx 8" Ductile Solid Sleeve with Megalug 1 EA 619-xxxxx 10" Ductile Solid Sleeve with Megalug 1 EA 619-xxxxx Connect to Existing 16" COFC Waterline 1 LS 619-00002 1" Water Service with Meter Pit 1 LS 619-00007 Connect to Existing Waterline 3 EA ENGINEER, noting particularly the relationship of the payment requested to the schedule of values, work completed and materials and equipment delivered at the site but not incorporated in the Work. 9.3:2.10. Completion. 9.3.2.10.1. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring correction or completion 9.3.2.10.2. .Conduct final inspection in the company of the ENGINEER OWNER and CONTRACTOR and prepare a final list of items to be corrected or completed. 9.3.2.10.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER concerning acceptance. 9.3.3. Limitation of Authority: The Representative shall not: 9.3.3.1. Authorize any deviations from the Contract Documents or accept any substitute materials or equipment, unless authorized by the ENGINEER 9.3.3.2. Exceed limitations of ENGINEER'S authority as set forth in the.Contract Documents. 9.3:3:3. Undertake any of the responsibilities of the CONTRACTOR Subcontractors, or CONTRACTOR'S superintendent. 9.3.3.4. Advise on, or issue directions relative to, or assume control over any aspect of the means, methods, techniques, sequences or procedures for construction unless such is specifically called for in the Contract Documents. 9.3.3.5. Advise on or issue directions regarding or assume control over safety precautions and nrocmams in connections with the Work. 9.3.3.6. Accept Shop Drawings or same submittals from anyone other than the CONTRACTOR 9.33.7. Authorize OWNER to occupy the Work in whole or in part. 9.3.3.8. Participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by the Clarifications and Interpretations: 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) requirements. of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be. consistent with the intent of and reasonably -inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR If OWNER or CONTRACTOR believes that a written. clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof; if any, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 11 or Article 12. Authorized Variations in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 11 or 12. Rejecting Defective Work: 9:6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project, as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed Shop.Drawings, Change Orders and Payments: 9.7. In connection with ENGINEER'S authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. 9.9. In cormection with ENGINEER's authority as to Applications for Payment, see Article 14. Determinations for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application 21 for Payment or otherwise). ENGINEER's written decision ' thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of anysuch decision, either OWNER or "CONTRACTOR delivers to the other and'to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an ' appeal from ENGINEER's decision is taken within the time limits and in "accordance with the procedures set forth in Exhibit GC -A;, "Dispute Resolution Agreement", entered into Between OWNER and CONTRACTOR pursuant to Article 16,.or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWNER and ' CONTRACTOR Such appeal will not be subject to the procedures of paragraph 9.11. Decisions. on Disputes: 9.11: ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles I I and 12 in respect of ' changes in the Contract. Price or Contract Times will be referred initially to ENGINEER in writing with a .request for a formal decision in accordance with this paragraph Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the ' other party to the Agreement promptly (but in _no event later than thirty days) after the start of the occurrence or event giving rise thereto„ and written supporting, data will be submitted to ENGINEER and the 6ther,party within sixty days after the start of such occurrence.or event unless ' ENGINEER allows an additional period of time'for the submission of additional or more accurate data in support of such claim, dispute or other matter. The. opposing party shall submit'any response to ENGINEER and the claimant within thirty .days. after receipt, of the claimant's last submittal (finless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days,afier receipt of the opposing party's submittal, if any, in accordance with this .paragraph ENGINEER's written decision on such claim, dispute, or other matter will ' be final and binding "upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEEWs. decision is taken within the time limits "and in . accordance with the procedures set forth' in E1411BIT GC -A, "Dispute Resolution Agreement", entered uito between OWNER and ' CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or 1 CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) ' 22 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) decision unless otherwise agreed in writing by OWNER and CONTRACTOR 9.12. When functioning as interpreter and judge under paragraphs9.10 and 9.11, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a,condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter . 9.13. Limitations on ENGINEER's Authority and Responsibilities: 9.13.1. Neither ENGINEER'§. authority or responsibility under this Article. 9. or under any other provision of the. Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or, give" rise to any duty"owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or. employee or agent of any of them.. 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the .famishing or performance of the. Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or famish the Work in accordance with the Contract Documents, 9.13.3. ENGINEER will. not be responsible for the acts or omissions of CONTRACTOR or .of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 913.4. ENGIlVEER's review of.the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by paragraph.14;12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER's Consultants, Resident Project Representative and assistants. ARTICLE 10—CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a.Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the' Contract Documents (except as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article i l or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not, required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10:1, (ii) required because of acceptance of defective. Work under paragraph 13.13 or correcting *fective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4:3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents EJCDC GENERAL CONDITIONS 1910-8 (1990 E(fition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 10.6. By the execution of a Change Order, a Work Change Directive or Written Agreement; OWNER and CONTRACTOR expressly acknowledge and agree that said Change Order, Work Change Directive or Written Agreement provides for a fair and equitable adjustment in the Contract Price and/or Contract Timbs'for the additions deletions or revisions in the Work as authorized by said Change Order. Wort: Change Directive or Written Agreement OWNER and CONTRACTOR further expressly acknowledge and agree that claims for adjustments to the Contract Price and/or Contract Times covered by a Change Order, Work Change Directive or Written Agreement are not valid ARTICLE 11—CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. Allduties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR'S expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and :to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the. amount of the claim with supporting data shall be delivered within sixty days after, the start of.such occurrence or event (unless ENGINEER allows additional time for claimantto submit additional or more accurate data in support of the claim) and 'shall be accompanied by claimant's written "statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be, determined by ENGINEER in accordance with paragraph 9.11_ if OWNER and CONTRACTOR cannot otherwise if on the amount involved. No claim for an adjtistrnent 14 the'Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 paragraphs 11.9.1 through 11.9.3, inclusive); ' 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed payment basis, including lump sum (which may include an allowance "for' overhead and profit not necessarily in accordance with ' paragraph 11.6.2); 11.3.3. where.the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not .reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). ' Cost of the Work, 11.4. The tern_ Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the project, shall include only the following items and shall not include any of the costs itemized in paragraph 115: ' 11A.1.Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under ,schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis 'oftheir time spent on the Work. Payroll costs shall ixsluda, but n belim ited to; 1 salaries and wages plus the cost of fringe benefits which shall include social' security contributions, unemployment, excise and "payroll taxes, workers' compensation, health and ;�t benefits, —bonuses;' applicable thereto. The expenses of performing Work after regular working hours, on Saturday; Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. ' 11.4.2. Cost of all materials and equipment famished and incorporated in the Work, including costs of transportation.and storage thereof, and,Suppliers' field services required in connection therewith All cash discounts shall accrue to CONTRACTOR. unless OWNER deposits funds with CONTRACTOR with which to make payments, in which, case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and retums.from sale of surplus materials and equipment shall accrue to OWNER and CONTRACTOR. -,'hall make provisions so that they may be obtained 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed or famished by Subcontractors. If required by OWNER, 24 EJCDC GENERAL CONDITIONS 1910.8 0990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the' basis of Cost of.the Work plus a fee, the Subcontractoes. Cost of the WA and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs 11.4, l l.$, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value, of such items used but not consumed which remain the property of CONTRACTOR 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements. approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof —all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, :and' for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits,and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.91 provided they have resulted from causes other than the negligence of CONTRACTOR., any Subcontractor, or anyone directly or indirectly employed by any of them or for.whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER No such losses, damages and expenses shall be included in the Cost of the Work' for the purpose of determining CONTRACTOR's fee. If however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof; CONTRACTOR shall bepaid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Pavroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically coveied by paragraph 11.4.4-all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 11.5?. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5:4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). EicDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any.item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTOR' fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who acmallv performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that . any higher tier Subcontractor and CONTRACTOR will each be paid a fee of fie pment of the amount paid to the' e-d ,,.weF tief S:.r.eent . ; to be negotiated in good faith with the OWNER but not to exceed five percent of the amount paid to the next lower tier Subcontractor. 11.6.2.4. no fee shall be payable cn the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost. will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR'S fee by an amount equal to five percent of such net decrease; and 11.6.2.6. when both additions and credits are mvolved.in. anyone change, the adjustment in CONTRACTORSs fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be 25 JI 1 determined pursuant to paragraphs 11.4 and 11.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash Allowances: 11.8. It is understoodthat CONTRACTOR has included in the Contract Price all allowances so named in the Contract' Documents and shall cause the Work so covered to be fiu-nished and performed for such sums as may be acceptable to OWNER and ENGINEER 'CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of'materials' and equipment; required by the allowances to be delivered at the site, and all' applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead; profit and other expenses contemplated for the allowances.have been included in the Contract Price and not in the allowances and no demind for additional,payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances,, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as .indicated in the Agreement. The estimated quantities; of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids'and determining an initial'Contract Price. Determinations of the actual quantities and classifications of Unit Price Woik perfoiined by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9:10. 11.9.2. Each unit price will be deemed to include an aniount.considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3.OWNER or CONTRACTOR may make a claim for anadjustment in the Contract Price in accordance with Article'I I if: 11.9.3.1.. the quantity of any item of Unit Price Work performed by CONTRACTOR .differs materially 'and significantly from the estimated quantity of such item indicated in die Agreement; 26 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work; and 11.9.3:3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are, unable to agree as to the amount of any such increase or decrease. 11.9.3.4. CONTRACTOR acknowledges that the OWNER has the right to add or delete items in the Bid or change quantities at OWNER'S sole discretion without affecting the Contract Price of any remaining'item so long as the deletion or addition does not exceed twenty-five percent of the original total Contract Price. ARTICLE 12--CHANGE OF CONTRACT TRUES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of'the Contract Times (or Milestones) shall be based on written notice delivered by the parry making the claim to' the other party' and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim acid stating thegeneral nature' of'the claiiii. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of .the claim) and shall be accompanied by'the claimant's wrrtten;statementthat the adjustment claimed is the entire' adjustment to which the claimant has reason to believe it is entitled as a result of the -occurrence of said event. All.clairns for adjustment in the Coniract`Tirnes (or Milestones) shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in 'the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this pafagraph 12.1. 12.2. All time limits stated in the Contract Documents are of the'esserice of the "Agreement. 12.3. Where CONTRACTOR is prevented from completing any part of the Work . within the Contract Times (or Milestones) due to delay'beyond the control of CONTRACTOR; the Contract Times'(or Milestones) will be extended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods,, epidemics, abnormal weather conditions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from completing any part of ifie Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones).in an amount equal to the time lost due to.such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or. organization or to any, surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of the CONTRACTOR, or (ii) delays beyond the control of both parties including, but not.liinited 'to, fires, floods, epidemics, abnormal weather conditions, acts of.God or acts or neglect by utility owners or othercontractors performing; other work as contemplated by Article 7. ARTICLE 13--TESTS AND INSPECTIONS; CORRECTION; REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice of Defects: Prompt notice of:all defective Work of which OWNER or ENGINEER, have actual knowledge will be given to CONTRACTOR All defective Work may be rejected, corrected or accepted As provided in this Article 13. Access to Work:' 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives arid personmel of OWNER, independent, testing laboratories and governmental agencies with, jurisdictional- interests will have. access to the Work at tiir,�.q for their observation, inspecting and testing. CONTRACTOR shall provide "them proper and safe conditions for such access and advise them of CONTkACTOR's site. safety procedures and programs so that they`may comply therewith as applicable_ Tests and Inspections: 13.3. CONTRACTOR shall give. ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for. the services of an . independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5"below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 EJCDC GENERAL CONDITIONS 1910-8 (1990 E(ition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Contract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body, CONTRACTOR shall assume hill responsibility fof arranging and obtaining such inspections, tests or approvals pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection, or . approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall, pay all costs in connection with any inspections, tests,or approvals required for OWNERS and ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs or equipment submitted for approval prior to CONTRACTOR's purchase thereof .for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or . approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be. at CONTRACTOR'S expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's, intention ,to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering Work: •13.8. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEERS observation and replaced at CONTRACTOR's expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER's request, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER'may require,. that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction, (including but not ' limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to anappropriate decrease in the Contract Price, and if the parties are unable to agree as to the amount thereof; may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective,.CONTRACTOR shall be allowed an increase in the Contract Price or, an extension of the Contract Times (or Milestones), or both, directly ' attributable to such 27 r� 1 uncovering, exposure, observation, inspection, testing, replacement and reconstruction;, and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim.therefor as provided in Articles 1 I and 12. OWNER May Stop the Work: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will, conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereofi until the cause for such order has been eliminated; however, this right..of OWNER k) stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for :the benefit of CONTRACTOR or any surety or other party. Correction or Removal ofDefeetive Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs; losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period.• 13.12.1. If within ana yea two years after the date of Substantial Completion or such longer period of time as may be prescribed by "Laws or Regulations or by the terns of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove'it from the site and replace it with Work that is not defective, and (ii) satisfactorily corrector remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR'does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or 'damage, OWNER may have the defective. Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from suchremoval and replacement (including but not limited to all costs`of repair or replacement of work of others) will be.paid by CONTRACTOR 13.12.2.In special circumstances where a particular item of equipment is 'placed in continuous service before Substantial Completion of all the Work, the correction period for'that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work (and damage to other 28 EJCDC GENERAL CONDITIONS 19103 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2600) Work resulting therefrom) has been corrected, removed or replaced under this paragraph 1112, the correction period hereunder with respect to such Work will be extended for an additional period of aria �eaF two year after such correction or removal and replacement has been'satisfactorily completed. Acceptance of Defectivi Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work; OWNER' (and; prior to ENGINEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness).. If any such acceptance occurs prior .to ENGINEER's recommendation of final payment a Change Order will be issued 'incorporating the necessary revisions in the Contract Documents with respect ' to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article` 11. If the, acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. O1I'AER May Correct DefectiveVork: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to 'comply with any other provision of the Contract Documents, OWNER may; after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. In connection with, such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools; appliances, construction equipment and machinery at the 'site and incorporate in 'the Work' all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but. which are. stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEER'S Consultants access to the site to enable OWNER to exercise'the rights, and remedies under this paragraph All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change'Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be -entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as providedin Article 11. Such claims, costs, losses and damages will include but not be limited to all costs of repairor replacement of work of others destroyed or damaged. by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE.14--PAYMENTS TO CONTRACTOR AND COMPLETION Schedule.of Values.- 14.1. The schedule of.values established as provided in paragraph 2.9 will serve as the basis for progress. payments and, will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment, is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing the Application for Payment shall also be accompanied.by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect,OWNER's interest therein, all of which will be satisfactory to OWNER The amount of retainage with respect to. progress payments will, be,as stipulated in the Agreement. Any funds that are withheld by OWNER shall not be subiect'to substitution by the CONTRACTOR with securities or any ements involving an escrow or custodianship. By executing the.application for payment form the CONTRACTOR expressly waives his right to the benefits of Colorado Revised Statutes; Section 24-91-101, et seq. CONTRACTOR's Wm-ranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment Gee and clear of all Liens. Review ofApplieations for Progress Payment 14.4. ENGINEER will, within ten days, after receipt of each Application for Payment, either indicate in writing a EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition.) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) .recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the, latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to. OWNER with.ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due, and when due will be paid by OWNER to CONTRACTOR 14.5. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to 'OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER'S review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief 14.5.1. the Work has progressed to the point indicated, 14.5.2.. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon. Substantial Completion, to the results of any subsequent, tests called for in the Contract Documents, to a final determination of,quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being .entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically, assigned to ENGINEER in the Contract Documents or (ii) that there may, not be other matters or issues between the parties that .might entitle CONTRACTOR to be paid ,additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR 14.6. ENGINEER's recommendation of any. payment, including final payment, shall not mean that ENGINEER is responsible for. CONTRACTOR's .means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the famishing or performance of Work, or., for, any failure of CONTRACTOR to, perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to 29 f� I I F, OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER'S opinion to protect OWNER from loss because: 14.7.1. the Work is -defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order, 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against OWNER on account of CONTRACTOR'S performance of furnishing of the Work, 14.76. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens 14.7.7. there are other items entitling OWNER to a set- off against the amount recommended, or 14.7:8. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a 'copy to ENGINEER) stating the reasons for such action. and promptly pay CONTRACTOR the amount so withheld, of any adjustmenithereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER 30 EJCDC GENERAL CONDITIONS 1910-8 (1990 E�tion) w/CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) considers -the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall.be attached to the certificate a tentative list of items .to be completed or corrected before final payment OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the`Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to, OWNER notify CONTRACTOR in writing, stating the reasons therefor. lf, after consideration of OWNER'S objections, ENGINEER considers the Work substantially complete, ENGINEER Will within said fourteen days" execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative fist of items to be completed of.corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to'division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties ,and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so'inform ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGIIdEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of SubstantialCompletion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial U iG7ption 14.10. Use by OWNER at OWNER'S option of any substantially completed part of the Work, which: (i) has specifically been identified in the Contract Documents, or (n) OWNER, ENGINEER and CONTRACTOR agree constitutes a separately'functioning and"usable part of the Work that can be used, by' OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1.OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially conplete, CONTRACTOR will certify to OWNER and ENGINEER that such part. of the Work is substantially, complete and request ENGINEER to issue a certificate of Substantial Completion for that part "of the Work. Project: Harmony Road Improvements Project Addendum I Spec/Item Estimated Description Unit Unit Cost Item Cost Number Ouanthv 620-00001 Field Office I EA 620-00020 Sanitary Facility 626-00000 Mobilization TOTAL PROJECT COST (Harmony Road Improvements Project) _ $ ALTERNATE I: Waterline: 619-xxxxx 10" PVC-C900 Certalock - Open Trench (OPTION B ) 2 EA I LS 123 LF Dollars Cents M M M M M r M= M M M = = M M r M CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion If ENGINEER.does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in, writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 willapply with respect to certification of Substantial Completion of that part of the Work and 'the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirementsof paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice.from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and. will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such work or remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5.`4, certificates of inspection, marked.up record documents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for, final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by; (1)all documentation called for in the Contract Documents, including but not limited to the evidence of insurance .required by subparagraph 5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases_ ,or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receiptsjriclude all labor, services,,matenal and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) to furnish such a release orreceipt in full, CONTRACTOR may fumish.a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien Releases or waivers of liens and the consent of the surety to finalize payment are to be submitted on forms conforming to the format of the OWNER'S standard forms bound in the Project manual. Final Payment andAceeptance: 14.13. If, on the basis of ENGINgER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return the Application to CONTRACTOR indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary, corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability,, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR subject to paragraph 17.6.2 of these General Conditions. 14.14. It; through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER," and without terminating the Agreement, make payment of the balance due for that portion.of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by. CONTRACTOR to -ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions ,governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims: 14.15. The making and acceptance of final payment will constitute: 14.15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after 1 1 J final inspection pursuant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15--SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and' ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed CONTRACTOR shall be allowed an adjustment in the Contract. Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable "materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as adjusted from time to time pursuant.to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2A. if CONTRACTOR otherwise violates in any substantial . y any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR'.s tools, appliances, construction equipment and machinery :at the site and use the same to the full extent they could be used by CONTRACTOR (without liability_ to CONTRACTOR for trespass or conversion), incorporate in the Work" all materials and equipment stored at the site or for'which OWNER has paid E1CDC GENERAL CONDITION 1910-8 (1990 Editicn) 32 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished If the unpaid balance of the Contract Price. exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR, If such claims "costs, losses and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and when so approved by ENGINEER incorporated iti a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work peifornied, 15.3. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any . retention or . payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRACTOR and ENGINEER OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the.Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents.'' prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work, 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others', and 15.4.4. for reasonable expenses directly, attributable to termination. CONTRACTOR shall not be paid,on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR May Stop Work or Terminate: 15.5 If, through no act or fault of CONTRACTOR, the Work is suspended for a period of moire thah.hinety days by OWNER or under an order of court or other public authority, or ENGINEER. fails to act on any Application for Payment within thirty days, after it is submitted or OWNER fails for ihirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate. the Agreement and recover from OWNER payment on the same terms as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or. OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER. and ENGINEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOWs stopping Work as permitted by this paragraph. ARTICLE 16-DISPUTE RESOLUl'ION If and to the extent that OWNER and CONTRACTOR have agreed on the method and.procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and -procedure, if any, shall be as set forth in Exhibit GC -A 'Dispute Resolution Agreement", to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 0.10, 9.11 and 9.12, .OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17—MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.2. Computation of Time 17.2.1. When any period of time is referred to in the Contract Documents by_days, it.will be computed to exclude the first and include the last day of such period If the Iasi day of; any su, ch. period. falls on a Saturday or Sunday or on a day made a'legal holiday by the law"of the applicable jurisdiction, such day will be omitied from the computation. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4l2000) 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 17.3. 'Should OWNER or CONTRACTOR_ suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time. of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations.or repose.Cumuladve Remedies: 17.4. The .duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs'6.12, 6.16, 6.30,.6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 1.5.2 and all of the rights and remedies available to OWNER and -ENGINEER thereunder, are in.addition to, and are not to be construed in any way as'.a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations by special warranty or guarantee or by other provisions of the Contract Documents, and the.provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs Included• 17.5. Whenever reference. is made to "claims, costs, losses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 17.6. The laws of the State of Colorado apply to this Agreement. Reference to two pertinent Colorado statutes are as follows 17.6.1. Colorado Revised Statutes (CRS 8-17-101) require that Colorado labor be employed to perform the Work to the extent of not less than 80 percent (80°/u) of each type or class of labor in the several classifications of skilled and common labor employed on the project.. Colorado labor means any person who is a bona fide resident of the State of Colorado at the time of employment, without discrimination as to race, color, creed, age, religion or sex 17.6.2. If a claim is filed, OWNER is required by law (CRS 38-26-107) to withhold from all payments to CONTRACTOR sufficient funds to .insure the payment of all claims for labor, materials, team hire, sustenance, provisions, provender, or Other supplies used or consumed by CONTRACTOR or his 33 I� '�l I 1 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 34 ' w/ CITY OF FORT COLLINS MODIFICATIONS (REV V2000) (This page left blank intentionally.) EJCDC GENERAL CONDITIONS I910-8 (1990 Edition) 35 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 1 1 1 1 1 1 1 1 1 1 1 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 36 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) EX MIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining, subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR If. ENGINEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for information The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. EJCDC GENERAL CONDITIONS 1910.8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph'16.4, if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provisionwherebythe Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the parties. .The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. GC -Al t ' EJCDC GENERAL CONDITIONS 1910-8 (1990 E(itim) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/94) SECTION 00800 GC -Al SE SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: Rev 10/20/07 Section 00800 Page 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W. HARMONY ROAD IMPROVEMENTS INDEX OF SHEETS SHEET NO. DESCRIPTION OF SHEETS 1 COVER SHEET 2 GENERAL NOTES 3 SUMMARY OF APPROXIMATE & EARTHWORK QUANTITIES 4-6 TABULATION OF QUANTITIES 7-8 EXPLORATORY BORING LOGS 9 -1 O EXISTING UNDERGROUND UTILITY LOCATES 1 1 HORIZONTAL CONTROL PLAN 12 - 14 TYPICAL SECTIONS 15 - 17 REMOVAL & RELOCATION PLANS 18 - 22 ROADWAY PLAN & PROFILES 23 - 25 MEDIAN PLAN & PROFILES 26 CONCRETE APPROACH JOINTING PLAN 27 - 29 GRADING PLANS 30 - 32 EROSION CONTROL PLANS 33 - 35 STORM SEWER PLAN & PROFILES 36 PRIVATE IRRIGATION EXTENSION PLAN& PROFILE 37 - 38 WATER PLAN & PROFILE 39 - 41 PHASING PLANS 42 - 48 CROSS SECTIONS 49 - 57 DETAILS FOR INFORMATION ONLY (WORK BY OTHERS) 58 - 60 SIGNING & STRIPING PLANS 61 TRAFFIC SIGNAL PLANS 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial' General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule 20 days lost due to abnormal weather conditions. Rev10/20/07 Section 00800 Page 2 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950Contract Change Order 00960Application for Payment Rev 10/20/07 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title. APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing DATE: DATE: DATE: DATE: Rev10/20/07 Section 00950 Page 1 NUMBER 1 2 3 OWNER: City of Fort Collins ENGINEER: CHANGE ORDERS DATE Net Change by Change Order AMOUNT $0.00 SP-- rt i can nnAtin APPLICATION FOR PAYMENT PROJECT: CONTRACTOR: Application is made for Payment as shown below in connection with The present status of the account for this Contract is as follows: Original Contract Amount: Net Change by Change Order: PAGE 1 OF 4 APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: PERIOD ENDING: PROJECT NUMBER: Current contract Amount: $0.00 Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: $0.00 Less Retainage: AMOUNT DUE THIS APPLICATION: $0.00 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. Date: By. Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: Rev.10/20/07 Section 00960 Page 1 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 • $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 - $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0:00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 Section 00960 Page 2 M M M = M = M M = = = = = M = M M M M M M M M M. M M .M M M M M M M M w CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 Section 00960 Page 3 STORED MATERIALS SUMMARY On Hand Received Installed Item Invoice Previous This This Number Number Description Application Period Period PAGE 4 OF 4 On Hand This Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS s $0.00 $0.00 $0.00 $0.00 Section 00960 Page 4 1 PROJECT AND 1 STANDARD SPECIAL � PROVISIONS WEST HARMONY ROAD IMPROVEMENTS ' Bid No. 7004 i 11 W. Harmony Road Improvement Project Project Special Provisions COLORADO DEPARTMENT OF TRANSPORTATION CITY OF FORT COLINS, COLORADO W. HARMONY ROAD IMPROVEMENT PROJECT PROJECT SPECIAL PROVISIONS The General Conditions of the Construction Contract and the Colorado Department of Transportation's (CDOT) 2005 Standard Specifications for Road and Bridge Construction control construction of this project. Where there are conflicts between the two, the General Conditions shall control. The following Special Provisions supplement or modify the CDOT Standard Specifications and take precedence over the Standard Specifications and plans. When specifications of special provisions contain both English and metric (SI) units, the English. units apply and are the specification requirement. Item Page Index Pages ii Notice to Bidders 5 Commencement and Completion of Work 6 Revision of Section 100 - General Provisions 8 Revision of Section 101 - Definitions of Terms 9 Revision of Section 102 - Project Plans and Other Data 10 Revision of Section 104 - Scope of Work 11 Revision of Section 105 - Control of Work 15 Revision of Section 106 - Control of Material 21 Revision of Section 107 - Environmental Controls 25 Revision of Section 108 - Prosecution and Progress 27 Revision of Section 201— Clearing and Grubbing 31 Revision of Section 202 - Removal and Trimming of Tree 32 Revision of Section 202 — Removal of Tree Stump 34 Revision of Section 202 — Removal of Inlet 35 Revision of Section 202 - Removal of Concrete Pipe 36 Revision of Section 202- Removal of Sidewalk 37 Revision of Section 202 - Removal of Curb 38 Revision of Section 202 - Removal of Concrete Pavement 39 Revision of Section 202'- Removal of Asphalt Mat 40 Revision of Section 203 - Proof Rolling 41 Revision of Section 207 — Topsoil 42 Revision of Section 207 — Topsoil (Special) — Amended Onsite for Medians and Parkway Area 43 Revision of Section 208 — Erosion Control 46 Revision of Section 209 — Watering 47 Revision of Section 210— Reset Structure — Relocate Gate Gate and Control Box 48 Revision of Section 210 — Reset Irrigation Flume 49 Revision of Section 210— Reset Water Service 50 Revision of Section 210— Reset Fire Hydrant 51 W. Harmony Road Improvement Project Project Special Provisions COLORADO DEPARTMENT OF TRANSPORTATION CITY OF FORT COLINS, COLORADO W. HARMONY ROAD IMPROVEMENT PROJECT ' PROJECT SPECIAL PROVISIONS Item Page Revision of Section 210— Relay Riprap 52 ' Revision of Section 304 - Aggregate Base Course 53 Revision of Section 403 - Hot Mix Asphalt . 1, 54 ' Revision of Section 412 - Fast Track Portland Cement Concrete Pavement 57 Revision of Section 605 — Median Underdrain 59 Revision of Section 608 — Sidewalks and Bikeways 60 1 Revision of Section 608 - Concrete Curb Ramp 62 Revision of Section 609 — Curb and Gutter 65 Revision of Section 610— Median Cover 66 Revision of Section 614— Traffic Control Devices 67 Revision of Section 619 — Waterlines — Direction Drilling 10" C-900 Certalock Pace Bells) 68 Revision of Section 619 —Waterline — 1" Irrigation Service 70 Revision of Section 619 — Waterline — Connect to Existing 16" City of Fort Collins Waterline 71 ' Revision of Section 620 — Field Facilities Revision of Section 625 - Construction Surveying 72 73 Revision of Section 627 - Pavement Marking 76 Revision of Section 630 — Construction Zone Traffic Control 77 ' Traffic Control Plan -General 78 Utilities 80 Ef November 3.2008 , t REVISION OF SECTION 109 ASPHALT CEMENT COST ADJUSTMENT (ASPHALT CEMENT INCLUDED IN THE WORK) Section 109 of the Standard Specifications is hereby revised for this project as follows: Subsection 109.06 shall Include the following: (i) Asphalt Cement Cost Adjustments. Contract price adjustments will be made to reflect increases or decreases in the price of asphalt cement from that in effect during the month in which bids were received for the Contract. Price adjustments will be based on the asphalt cement price index established by the Department on the first waking day of each month. The index will be the spot price per barrel of Western Canadian Select (W CS) as published on htip:t/www.encana.com/doingbusiness/crudeoilpricingAndex.htm for the first working day of the month. The index from this source will be converted to US Dollars using the currency convener at http:/Ifinance.yahoo.com/currency by converting the posted price of Canadian Dollars per cubic meter of WCS on Encana.corn to US Dollars per cubic meter. A conversion factor of 0.89 cubic meter per Ton will be used to convert the posted price from cubic meter to tons. The converted index number will be posted on the COOT website at: htipa/wwvw.dot.state.co.us/Desi nSupporVConstructioNFueP/a20Cost,Yo20AdiustrnentslEnCanao/.2oAspha It,Y.2oCernent%20Cost%2oAdiustments/Asphalt%2CCemenV/a20Cost%2OAdjustment%201ndex htm 2. Price adjustments will be paid on a monthly basis with the following conditions: A Payment will be based on the pay quantities on the monthly partial pay estimate for the following pay items when asphalt cement is included in the pay items: 403 Hot MixAsphalt 403 Stone Matrix Asphalt B A price adjustment will be made only when the asphalt cement price index varies by more than 5 percent from the asphalt cement price index at the time of bid, and only for that portion of the variance in excess of 5 percent. Price adjustments may be either positive or negative dollar amounts. C Asphalt cement cost adjustments will not be made for any partial estimate failing wholly after the expiration of contract time. D Adjustment formula: EP greater than BP: ACCA - (EP-1,05 BP)(PA) (0) EP less than BP: ACCA = (EP -0.95 BP) (PA) (0) Where: BP = Asphalt Cement price. index for the month in which bids are opened EP =Asphalt Cement price index for the month in which the partial estimate pay period ends ACCA = Asphalt Cement Cost Adjustment PA = Percent of the paving mixture that is asphalt cement. Asphalt Cement content will be determined by the weighted average of all asphalt cement content percentages obtained from W. Harmony Road Improvement Project Project Special Provisions PROJECT SPECIAL PROVISIONS iv r] ' NOTICE TO. BIDDERS This project is planned to be constructed in conjunction with the Harmony and Shields Intersection Improvements Project that is shown on the phasing plan included with these construction documents. ' It is imperative that both projects meet all milestones indicated in the Contract Documents and that coordination between both projects throughout the duration of construction takes place daily. . Contractors are invited to submit proposals for both projects. If Contractor is low bid on both the Harmony Road Improvement Project and the Harmony and Shields Intersection Project, then the Contractor will be required to submit to the City, prior to award, documentation of at least 2 completed projects in the last 5 years of project equal to or larger than the combined bid amount for the Harmony Improvement Project and Harmony and Shields Improvement Project. The City will also require a manpower plan and commitment showing how the Contractor plans to complete both projects on schedule. The City of Fort Collins will be providing the Construction Surveying, Construction Zone Traffic Control, and Construction Testing for both the Harmony Improvement Project and the Harmony and Shields Intersection Project to assist in the overall coordination. It is recommended that bidders on this project review the work site and plan details with an authorized City representative during the pre -bid. Prospective bidders shall contact the following listed authorized City representative at least 24 hours in advance of the time they wish to go over the project. Design Project Manager: Dean Klingner, P.E. Engineering Department ' City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 11 I Phone: (970)221-6605 Fax: (970)221-6378 Purchasing Contact: John Stephen, CPPO, CPPB Senior Buyer 970-221-6777 or jstephen@fcgov.com The above referenced individuals are the only representative of the City with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. W. Harmony Road Improvement Project Project Special Provisions COMMENCEMENT AND COMPLETION OF WORK — SPECIFIED COMPLETION DATE The Contractor shall commence work under the Contract on or before the 141' day following the date of award unless such time for beginning the work is changed by the City in the "Notice to Proceed". The Contractor shall complete all work by August 14, 2009 in accordance with the "Notice to Proceed." Stockpiling of materials before the beginning date is subject to the Engineers approval. if such approval is given, stockpiled material will be paid for in accordance with Sections 109 and 626. Salient features to be shown on the Contractor's.progress schedule are: • Mobilization • Construction Surveying (By City Forces) • Construction Traffic Control (By City Forces) • Removals and Adjustments • Roadway Earthwork • Erosion Control • Drainage System • Curb, Gutter and Sidewalk • Asphalt Pavement • Concrete Pavement • Seeding • Landscaping Restoration (By Other Forces) • Signing and Striping (By City Forces) • Traffic Signals Box Reset (By City Forces) •. Utility Coordination and Relocations Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The progress schedule shall consist of a Critical Path Method (CPM) schedule prepared using the Microsoft Project software and submitted in hard and electronic formats. The contractor shall be responsible for planning, scheduling, coordinating, and reporting the progress of the work to be completed by City of Fort Collins Forces. The City of Fort Collins Forces shall be considered as subcontractor for the purposes of scheduling the work. The City will comment on the contractors initial schedule submittal for coordination of the completion of their work items. The Contractor shall complete the following discrete portions of the work (milestones) by the dates specified. A disincentive will be assessed for failure to complete the work for each milestone by the specified completion date. 6 W. Harmony Road Improvement Project Project Special Provisions COMMENCEMENT AND COMPLETION OF WORK —.SPECIFIED COMPLETION DATE Substantial Completion is defined by: 1 • All Work requiring lane or shoulder closures or other traffic obstructions is complete • Traffic is following the lane arrangements shown on the plans for finished roadway • All pavement, construction, joint sealing and shoulder construction is complete • Traffic control devices and pavement markings are within their final positions, ' Final Completion is defined by: • All sidewalks, final grading, seeding, clean up, project record documents shall be turned over to the owner, all punch list items completed, and all processing of change orders. • The work must be ready for final payment and acceptance. W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 100 GENERAL PROVISIONS Section 100 of the Standard Specifications is hereby revised for this project as follows: Subsections 102 and 103 of the Standard Specifications are hereby deleted. See Contract Documents for additional information. 8 W. Harmony Road Improvement Project Project Special Provisions 1 REVISION OF SECTION 101 DEFINITIONS OF TERMS Technical Specifications related to construction materials and methods for the work embraced under this Contract shall consist of the "Colorado Department of Transportation, State of Colorado, Standard Specifications for Road and Bridge Construction" dated 2005. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Where reference is made in the plans and specifications to Owner, Department, Chief Engineer, ' Resident Engineer, Project Engineer, Engineer, and Inspection and Testing Agency it is understood to mean the City of Fort Collins, Colorado or the City's representative. Where reference is made in the plans and specifications to Surveyor and Traffic Control Supervisor it is understood to mean provided by the City of Fort Collins with City of Fort Collins crews, but acting as a subcontractor to the project. 1 The sections shown on the following pages are revisions to the Technical Specifications for this project. L W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 102 PROJECT PLANS AND OTHER DATA Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.05 shall include the following: Copies of the Contract Documents complete with Construction Specifications and Drawing may be viewed at the following locations until the date set for opening of bids: 1. Online at the City of Fort Collins BuySpeed Webpage, www.fcgov.com/eprocurement 2. Come by Purchasing at 215. North Mason St., 2"d floor, Fort Collins, and request a copy of the Bid. After the proposals have been opened, the low responsive, responsible bidder may obtain from the City of Fort Collins at no cost: 10 sets of plans and special provisions. 10 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 104 ' SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.02 shall include: Site Conditions ' A. General: ' 1. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, river stages, or similar physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. 2. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the Owner or included in these Documents. Failure by the Contractor to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of ' successfully performing the work. 3. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. B. Information on Site Conditions: Any information obtained by the Engineer regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of the Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such supplementary information. 1. Differing Subsurface Conditions: a. In the event that the subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered and generally recognized as inherent in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of such changed conditions. Z W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 104 SCOPE OF WORK b. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. 2. Underground Utilities: Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing utility plans and potholing. However, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures. shown. Those shown are for the convenience of the Contractor only; and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. C. Execution: 1. Where the Contractor's operations could cause damage or inconvenience to railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems, and the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the Contractor. 2. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has.been granted, locate, expose, and provide temporary. support for all existing underground utilities. 3. The Contractor shall protect all utility poles from damage. If interfering power poles; telephone poles, guy wires, or anchors are encountered, notify the Engineer and the appropriate utility company at.least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure. 4. The Contractor shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. 5. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. 6. If the Contractor, while performing the Contract, discovers utility facilities not identified in the Drawings or Specifications, he shall immediately notify the Owner, utility, and the Engineer in writing. 7. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the 12 fl 1 u W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 104 SCOPE OF WORK proper authority. Cooperate with said authority in the restoration of service as promptly as possible and bear all costs of repair. 8. The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise. provided for in these Contract Documents or ordered by the Engineer. 9.Interfering Structures - The Contractor shall take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy cannot be guaranteed, and it is presented simply as a guide to avoid known possible difficulties. 10. Field Relocation - During the progress of construction, it is expected that minor relocations of the work will be necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that prevent the construction, and that are not properly shown on the Drawings, notify the Engineer before continuing with the construction in order that the Engineer may make such field revision as necessary to avoid conflict with the existing structures. If the Contractor shall fail to so notify the Engineer when an existing structure is encountered, and shall proceed with the construction despite the interference, he shall do so at his own risk. D. Easements: Where portions of the work are located on public or private property, easements and permits will be obtained by the Owner. Easements will provide for the use of the property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the Owner. It shall be the Contractor's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The Contractor shall confine his construction operations to within the easement limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Owner, shall be the responsibility of the Contractor as specified' herein. The Contractor shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the Engineer, the Contractor will be required to furnish the Owner with written releases from property owners or public agencies where side agreements or special easements have been made by the Contractor or where the Contractor's operations, for any reason, have not been kept within the construction right-of-way obtained by the Owner. E. Land Monuments: The Contractor shall notify the Engineer of any existing Federal, State, Town, County, and private land monuments encountered. Private monuments shall be preserved, or replaced by a licensed surveyor at the Contractor's expense. When Government monuments are encountered, the Contractor shall notify the Engineer at least two (2) weeks in advance of the proposed construction in order that the Engineer will have ample opportunity to notify the proper authority and reference these monuments for later replacement. Subsection 104.05 shall include: Contractors Use of Premises 13 November 3, 2008 2 REVISION OF SECTION 109 ASPHALT CEMENT COST ADJUSTMENT (ASPHALT CEMENT INCLUDED IN THE WORK) the field acceptance tests for that item (Use decimal in formula, e.g.: 0.05.). If Reclaimed Asphalt Pavement (RAP) is used the percent of Virgin Asphalt Cement added to the mix will be determined by subtracting the percent of asphalt cement in the Reclaimed Asphalt Pavement (RAP) from the percent of asphalt cement in the moo as calculated from Revision of Section 401 Reclaimed Asphalt Pavement. ' Q = Increased pm quantity far all'403 items sho►vn above on the monthly pardal pay estimate in Tons. E No adjustment will be allowed for the quantity of any item that is left in place at no pay or for material removed and replaced at the Contractor's expense. F The asphalt cement cost adjustment will be the sum of the individual adjustments for each of the pay items shown above. No adjustment will be made for asphalt cement costs on Items other than t those shown above. G Asphalt cement cost adjustments resulting in an increased payment to the Contractor will be paid for under the planned force account item: Asphalt Cement Cost Adjustment. Asphalt cement cost adjustments resulting in a decreased payment to the Contractor will be deducted from monies owed ' the Contractor. W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 104 SCOPE OF WORK The Contractor may use the Owner's property designated within the construction limits shown on the Plans for equipment and materials as long as he confines his operations to those permitted by local laws, ordinance and permits and meet the following requirements: Do not unreasonably encumber site with materials or equipment. 2. Assume full responsibility for protection and safekeeping of products stored on premise. 3. Move any stored products which interfere with operations of the Owner. 4. Obtain and pay for use of additional storage or work areas needed for operations. Limits of Construction The Contractor must maintain all of his construction activities within the Owner's property and/or construction easements and limits of the project, or other stated areas, unless permits and/or written permission are obtained by the Contractor, from appropriate authorities or private property owners, outside of these areas. Contractor to fence all easements,and work areas. The temporary permits must be secured and paid for by the Contractor at no extra cost to the Owner. Any _temporary permits secured must be in writing and a copy of same provided to the Engineer. Security The Contractor shall at all times be responsible for the security of his facilities and equipment. The Owner will not take responsibility for missing or damaged equipment, tools, or personal belongings of the Contractor. 14 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 105 ' CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.02 shall be replaced with: Submittals A. Requirements: 1. Where required by the Specifications, the Contractor shall submit descriptive information that will enable the Engineer to determine whether the Contractor's proposed materials, equipment, methods of work are in general conformance to the design concept and in accordance with the Drawings and Specifications. The information submitted may consist of drawings, specifications, descriptive data, certificates, samples, test results, product data, and such other information, all as specifically required in the Specifications. In some instances, specified submittal information describes some, but not all features of the material, equipment, or method of work. 2. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment, or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the requirements of the Drawings and Specifications. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where its submittal may affect the work of another Contractor or the Owner. The Contractor shall ensure coordination of submittals among the related crafts and subcontractors. ' 3. Submittals will be reviewed for overall design intent and returned to Contractor with action to be indicated by the Engineer. It shall be the Contractor's responsibility to assure that I previously accepted documents are destroyed when they are superseded by a resubmittal as such. 4. It shall be the Contractor's responsibility to ensure that required items are corrected and 1 resubmitted. Any work done before approval shall be at the Contractor's own risk. B. Submittal Procedure: r1. Unless a different number is called for in the individual sections, four (4) copies of each submittal and sample are required, two (2) of which will be retained by the Engineer. The Contractor shall receive two (2) copies in return. Faxed submittals will not"be accepted. 2. Submittals that are related to or affect each other shall be forwarded simultaneously as a package to facilitate coordinated review. Uncoordinated submittals will be rejected. 3. If the items or system proposed are acceptable but the major part of the individual drawings or documents are incomplete or require revision, the submittal will be returned with 1 requirements for completion. 15 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 105 CONTROL OF WORK 4. The right is reserved for the Engineer to require submittals in addition to those called for in individual sections. Submittals regarding material and equipment shall be submitted directly to the Engineer and will be accompanied by a transmittal form. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate discrete sections for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking. or review.of the group or package as a whole. 6. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXXY;" where "XXX" is the originally assigned submittal number and."Y" is a sequential letter assigned for resubmittals (i.e., A, B, or C being the first, second and third resubmittals, respectively). Submittal 25B, for example, is the second resubmittal of Submittal 25. 7. If the Contractor proposes to provide material, equipment, or method of work that deviates from the Contract Documents, it shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. 8. Submittals that do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. C. Review Procedure: 1. Submittals are specified for those features and characteristics of materials, equipment, and methods of operation that can be selected based on.the;Contractor's judgment of their conformance to the requirements of the Drawing and -Specifications. Other features and characteristics are specified in a manner that enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor's guarantee that all features and characteristics not requiring submittals conform to the Drawings and Specifications. Review shall not extend to means, methods, techniques, sequences, or procedures of construction or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the Specifications) of separate items, and as such, will not indicate approval of the assembly in which the item, . functions. 2. Unless otherwise specified, within twenty-one (21) calendar days after receipt of the submittal, the Engineer will review the submittal and return copies. The returned submittal will indicate one of the following actions: a: If the review indicates that the material, equipment, or, work method complies with the Specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN". In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by. the submittal. b. If the review indicates limited corrections are required, copies will be marked "REVIEWED, COMMENTS AS NOTED". The Contractor may begin implementing the 16 1 1 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 105 CONTROL OF WORK work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in Operation and Maintenance data, a corrected copy shall be provided. c. If the review indicates that the submittal is insufficient or contains incorrect data, copies will be marked "REVISE AND RESUBMIT". Except at its own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "REVIEWED, COMMENTS AS NOTED". d. If the, review indicates that the material, equipment, or work method do not. comply with the Specifications, copies of the submittal will be marked "REJECTED". Submittals with deviations that have not been identified clearly may be rejected. Except at its own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and retumed marked either "NO EXCEPTIONS TAKEN" or "REVIEWED, COMMENTS AS NOTED". D. Drawing: 1. The term "shop drawings" includes drawings, diagrams, layouts, schematic, descriptive literature, illustrations schedules performance and test data, and similar materials furnished by Contractor to explain in detail specific portions of the work required by the Contract. 2. Contractor shall coordinate all such drawings, and review them for legibility, accuracy, completeness and compliance with contract requirements and shall indicate this approval thereon as evidence of such coordination and review. Shop drawing submitted to the Engineer without evidence of Contractor's approval will be returned for resubmission. 3. Shop drawing shall be clearly identified with the name and project number of this contract, and references to applicable specification paragraphs and contract drawings. When catalog pages are submitted, applicable items shall be clearly identified. 4. Contractor shall stamp his approval on shop drawings prior to submission to the Engineer as indication of his checking and verification of dimensions and coordination with interrelated items. Stamp shall read: "(Contractor's Name) represents that we have determined and verified all field dimensions and measurements, field construction criteria, materials, catalog numbers and similar data, and that we have checked with the requirements of the Specifications and Drawings; the Contract Documents, and General Conditions". Marks on drawings by Contractor shall not be in red. Any marks by Contractor shall be duplicated on all copies submitted. 5. If shop drawings show variations from contract requirements; Contractor shall describe such variations in writing, separate from the drawings, at time of submission. All such variations 17 I W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 105 CONTROL OF WORK must be approved by the Engineer. If Engineer approves any such variations, he shall issue an appropriate contract modification, except that, if the variation is minor and does not involve a change in price or in time of performance, a modification need not be issued. 6. Should the Contractor propose any item on his shop drawings or incorporate an item into the work, and that item should subsequently prove to be defective or otherwise unsatisfactory, (regardless of the Engineer's preliminary review), the Contractor shall, at his own expense, replace the item with another item that will perform satisfactorily. E. Certificates: For those items called for in individual sections, furnish six (6) certificates of compliance from manufacturers or suppliers certifying that materials or equipment being furnished under the Contract comply with the requirements of these Specifications. F. Samples: Samples shall be sufficient in size to clearly illustrate functional characteristics and full range of color, texture, and pattern. G. Effect of Review of Contractor's Submittals: Review of drawings, data, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer or the Owner, or by any officer or employee thereof, and the Contractor shall.have no claim under the Contract on account of the failure or partial failure, of the method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "REVIEWED, COMMENTS AS NOTED" shall mean that the Owner has no objection to the Contractor upon its own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. Subsection 105.08 shall be revised as follows: Delete the second paragraph and replace with the following: Incase of discrepancy the order of precedence is as follows: (a) General Conditions of the Construction Contract (b) Special Provisions 1. Project Special Specifications 2. Standard Special Provisions (c) Plans 1. Detailed Plans 2. Standard Plans Calculated dimensions will govern over scaled dimensions. 18 e W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 105 ' CONTROL OF WORK (d) Supplemental Specifications ' (e) Standard Specifications Subsection 105.09 shall include: Coordination with Property Owners and Tenants The City of Fort Collins is committed to maintaining a positive working relationship with the ' businesses and residents in the project area. Every effort will be made to maintain pedestrian and bicycle flow and to accommodate special events and holidays for businesses, pedestrians, parking, and vehicle traffic. The Contractor shall be responsible to coordinate all work activities with private property owners and tenants along the project corridor. Access shall be maintained at all times. The Contractor shall be responsible for communicating accurate scheduling information to the project team to assure proper notification of businesses and residents. ' In particular, any proposed disruption or closure to an existing access must be communicated to the property Owners and tenants with as much notice as possible. The minimum notice that will be allowed for any proposed access change is 48 hours. The Contractor shall ensure that adequate alternate access is in place for vehicles and pedestrians and any property -specific access needs are addressed prior to any change in existing access. The Contractor shall coordinate his method of maintaining these accesses with the City of Fort Collins Traffic Operations Department. ' Subsection 105.11 shall include: The City of Fort Collins intends to construct the roadway improvements on Harmony Road and ' Shields Street simultaneously as per the traffic phasing plans shown in the contract documents. All work must be coordinated between the projects to assure all milestones are met for both projects. The City of Fort Collins will provide the construction traffic control and surveying to ensure the necessary ' coordination between the projects. A mandatory weekly meeting will be held on site between city representatives, the contractor's representative in charge from each project, city traffic control supervisor and city survey crew. The schedule for each project must be submitted and coordinated at these meetings. Coordination with Traffic Engineer and Traffic Control Supervisor ' The Contractor shall coordinate with the Owner's Traffic Engineer for all traffic control activities. Requests for initial Setup of the major project phases (road closures) must be made 3 weeks prior to projected set up. Allow up to 10 days for advanced warning signs. Requests for flaggers must be made and updated at the weekly progress meetings for the following week. Requests for minor traffic control set ups (lane drops, etc.) must be made 72 hours in advance of set up. Increased Traffic Control costs caused by delays assessed to the contractor will be the responsibility of the Contractor. 1 Subsection 105.12 shall include: Surveying Coordination A. The Owner will provide construction surveying for the project. City Survey Crews will perform the surveying required. 19 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 105 CONTROL OF WORK B. The Contractor must submit a survey request form to the City Surveyors a minimum of 72 hours prior to needing surveying: 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 the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or 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 restaking construction stakes and for the cost of re-establishing a destroyed monument. F. The Contractor shall be responsible for transferring the information from the construction staked to any necessary forms 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. 20 FI 11 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01 shall include: Substitutions and Product Options A. Description: ' 1. This section describes the procedure required by the Contractor for product substitutions. 2. Requests for Substitution: 1 a. Base all bids on materials, equipment and procedures specified. b. Certain types of equipment and kinds of material are described in specifications by means of trade names and catalog numbers, and/or manufacturer's names. Where this occurs, it is not intended to exclude from consideration such types of equipment and kinds of material bearing other trade names, catalog numbers and/or manufacturer's names, 1 capable of accomplishing purpose of types of equipment or kinds of material specifically indicated. C. Other types of equipment and kinds of material may be acceptable to the Owner and Engineer. d. Types of equipment, kinds of material and methods of construction, if not specifically ' indicated must be approved in writing by Engineer and the Owner. 3. Submission of Requests for Substitution: ' a. After Notice to Proceed, the Owner / Engineer will consider written requests for substitutions of products, materials, systems or other items. b. The Engineer reserves the right to require substitute items to comply color and pattern - wise with base specified items, if necessary to secure "design intent". c. Submit six (6) copies of request for substitution. Include in request: 1) Complete data substantiating compliance of proposed substitute with Contract Documents. 2) For products. i. Product identification, including manufacturer's name. ii. Manufacturer's literature, marked to indicate.specific model, type, size, and options to be considered: Product description; performance and test data; reference standards; difference in power demand; dimensional differences for specified unit. 21 U W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 106 CONTROL OF MATERIAL iii. Name and address of similar projects on which product were used date of installation and field performance data. 3) For construction methods: i. Detailed description of proposed method. ii. Drawings illustrating methods. 4) Itemized comparison of proposed substitution with product or method specified. 5) Data relating to changes in construction schedule. 6) Relation to separate contracts. 7) Accurate cost data on proposed substitution in comparison with product or method specified. d. In making request for substitution, or in using an approved substitute item, Supplier / Manufacturer represents: 1) He has personally investigated proposed product or method, and has determined that it is equal or superior in all respects to that specified and that it will perform function for which it is intended. 2) He will provide same guarantee for substitute item as for product or method specified. 3) He will coordinate installation of accepted substitution into work, to include building modifications if necessary, making such changes as may be required for work to be complete in all aspects. 4) He waives all claims for additional costs related to substitution which subsequently become apparent. 4. Substitutions: Request sufficiently in advance to avoid delay in construction. 5. Contractor's Option: a. For products specified only by reference standards, select any product meeting standards by any manufacturer indicate selected type in submission. b. For products specified by naming several products or manufacturers, select any product and manufacturer named, indicate selected type in submission. C. For products specified by naming one or more products, but indicating option of selecting equivalent products by stating "or equivalent" after specified product, Contractor must submit request, as required for substitution, for any product not specifically named. 22 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 106 CONTROL OF MATERIAL ' 6. Rejection of Substitution or Optional Item: Substitutions and/or options will not be considered if they are indicated or implied on shop drawings, or project data submittals, without formal request submitted in accordance with this section. Subsection 106.03 shall include: Materials Testing A. Provide such equipment and facilities as are required for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until ' tests, if required, have been made and the materials or equipment found to be acceptable. Any product which becomes unfit for use after approval thereof shall not be incorporated into the work. ' B. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American ' Society for Testing Materials (ASTM), and the American Association of Highway and Transportation Officials (AASHTO). 1 1 C. Where additional or specific information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. D. Owners Responsibilities The Owner shall be responsible for and shall pay all costs in connection with the following testing: a. Soils compaction tests. b. Trench backfill. c. Pipe and structural bedding. d. Tests not called for by the Specifications of materials delivered to the site. e. Concrete tests. f. Pavement tests E. Contractors Responsibilities 1. 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: 23 1 ATTACHMENT A January 17, 2008 "t REVISION OF SECTION 702 BITUMINOUS MATERIALS Section 702 of the Standard specifications is hereby deleted for this project and replaced with the following:. 702.01 Asphalt Cements. (a) Superpave Aertbanance Graded Binders_ Superpave Performance Graded Binders stall conform to the requirements Fisted in Table 702-1_ (Taken from AASHTO M 320°) Asphalt cement shall not be acid modify-ed or alkaline modified - Asphalt cement shall not contain any used orls that have not been rerefined'_ Modifiers that do not comply with environmental rules and regulations including 40 CFR Part 261.6(a) (3) (W)p and part 266fSubpart C shall not be added_ Modifiers shall not be carcinogenic_ The supplier of the PG bMer shall be certified in accordance with CP 11_ W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 106 CONTROL OF MATERIAL a. Concrete materials and mix designs. b. Design of asphalt mixtures. -c. All performance and field-testing specifically called for by the Specifications.. d. All retesting for work or materials found defective or unsatisfactory, including tests covered above. F. Transmittal of Test Reports Written reports of tests and engineering data furnished by Contractor for Engineer's review of materials and equipment proposed to be used in the work shall be submitted as specified for Shop Drawings. The testing laboratory retained by the Owner or Engineer will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report will be transmitted to the Engineer and one (1) copy to the Contractor within seven (7) days after each test is completed. 24 ' W. Harmony Road Improvement Project Project Special Provisions REVISION.OF SECTION 107 ' ENVIRONMENTAL CONTROLS Section 107 of the Standard Specifications is hereby modified to include the following: tEnvironmental Controls The work of this section consists of obtaining permits and providing environmental controls ' consistent with regulatory permits through the duration of the work required under this project. A. Dust Control Application: 1. The Contractor shall execute work by methods to minimize raising dust from construction operations. 2. The Contractor shall provide and apply dust control at all times, including evenings, holidays and weekends, as required to abate dust nuisance on and about the site that is a direct result of construction activities. The use of non -approved chemicals, oil, or similar palliatives will not be allowed. Dust control agents may be used only after prior approval of the Owner. The Contractor shall be required to provide sufficient quantities of equipment and personnel for dust control sufficient to prevent dust nuisance on and about the site. r3. The Owner will have authority to order dust control work whenever in its opinion it is required, and there shall be no additional cost to the Owner. The Contractor shall be expected to maintain dust control measures effectively whether the Owner or Engineer specifically orders. such Work. B. Preservation of -Natural Features: Confine operations as much as possible. Exercise special care ' to maintain natural surroundings in an undamaged condition. Within the work limits, barricade trees, rock outcroppings, and natural features to be preserved. C. Housekeeping: Keep project neat, orderly, and in a safe condition at all times. Store and use equipment, tools, and materials in a manner that does not present a hazard. Immediately remove all rubbish. Do not allow rubbish to accumulate. Provide on -site containers for collection of rubbish and dispose of it at frequent intervals during progress of work. D. Disposal 1. Disposal of Waste (Unsuitable) Materials: All material determined by the Engineer to be waste will be disposed of in approved landfill in a manner meeting all regulations. Dispose of waste materials, legally, at public or private dumping areas. Do not bury wastes inside of the limits of construction. All costs for dump fees, permits, etc., to be borne by the Contractor. 2. Disposal of Garbage and Other Construction Materials: Provide sanitary containers/dumpsters and haul away contents such that no overflow exists. 3. Excess excavation shall become the property of the Contractor and shall be legally disposed of by him outside the limits of construction to an approved disposal site. Excess excavated material suitable for backfill shall not be disposed of.until all backfill operations are complete. 25 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS 4. The Contractor is to immediately inform Engineer of any hazardous materials encountered during construction. Dispose of waste materials legally at private or public facilities. E. Burning: No burning of debris will be permitted. F. Water Control: A portion of the project work is located within a natural drainage course and is subject to periodic flooding due to rainfall and snowmelt, flows for adjacent developed areas and storm water pipes and ground water flows from saturated soils or other ground water sources. The Contractor is responsible for managing water within the construction site and protecting property. G. Noise Control: All mechanical equipment shall be equipped with the best available mufflers to reduce noise. The Contractor shall be responsible for obtaining any necessary permits and shall limit noise to the permitted levels. Noise level monitoring shall be performed by the Contractor as necessary to show that the permitted levels are not being exceeded. Permission from Owner must be obtained prior to the operation of any machinery and/or vehicles between the hours of 6 p.m. and 7 a.m. H. Erosion and Sediment Control: It shall be the responsibility of the Contractor to prepare and obtain an approved Erosion and Sediment Control Plan from the Owner. I. Permits: All work must be performed in accordance with all applicable regulatory permits. 2. It. shall be the responsibility of the Owner to prepare a Stormwater Management Plan (SWMP), and submit the SWMP to the Colorado Department of Public Health and Environment for review and approval. The SWMP shall be transferred to the Contractor's possession prior to beginning the Work. The Contractor shall also provide inspection reports as required by the SWMP to the Owner upon completion of each inspection. 3. The Contractor shall be responsible for obtaining all other necessary permits associated with the Work. 26 7 ' W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: Subsection 108.03 shall include the following: Project Meetings A. Pre -Construction Conference: A Pre -Construction Conference will be held after Notice of Award and before the Notice to Proceed, the date, time and location will be determined after Notice of Award. The conference shall be attended by: 1. Contractor and Contractor's Superintendent 2. Contractor's Subcontractors (including the city provided Traffic Control Supervisor and Surveyor) 3, Engineer 4. Owner . 5. Utility Companies 6. Contractor or Contractor's Superintendent from the Harmony Road Project 7. Others as requested by the Contractor, Owner, or Engineer. Unless previously submitted to the Owner, the Contractor shall bring to the conference a tentative schedule of the construction project, include in the schedule shop drawings and other submittals. Any submittals requiring.long lead times and therefore must be expedited shall be submitted at the pre -construction conference, or as soon thereafter as possible. 0 The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: O1. Contractor's tentative Schedule a. The Contractor will be required to submit a detailed plan at the pre -construction meeting regarding the installation of the waterline crossing and, the connection to the 16" City of Fort Collins waterline. These two tasks are critical to the project and must be scheduled at the beginning of construction. All efforts must be made to coordinate with the Harmony/Shields project 0 manager and the Contractor must ensure that the work necessary to install these improvements will not interfere with the construction schedule of the Harmony/Shields project. 2. Permit applications and submittals, including Dewatering Permit, Erosion and Sediment Control O Plan, and Traffic Control Plan 3. Transmittal, review and distribution of Contractor's submittals 4. Processing applications for payment 5. Maintaining record documents 6. Critical work sequencing 7. Field decision and change orders fl 27 W. Harmony Road Improvement Project Project Special Provisions REVISION OF.SECTION 108 PROSECUTION AND PROGRESS 8. Use of premises, office and storage areas, staging area, security, housekeeping, and Owner's needs 9. Contractor's assignment of safety and first aid B. Construction Progress Meetings for the W. Harmony Road Project: Progress meetings will be conducted weekly or at some 'other frequency, if approved by the Engineer. These meetings shall be attended by the Owner, the Engineer, the Contractor's representative and any others invited by these people. The Engineer will conduct the meeting. and the Engineer will arrange for keeping the minutes and distributing the minutes to all persons in attendance. The agenda of these project meetings will include construction progress, the status of submittal reviews, and the status of information requests, critical work sequencing, review of strategies for connections into existing facilities, status of field orders and change orders, and any general business. The Contractor will prepare a "two week look ahead" schedule to facilitate coordination of work items. C. Coordination Meeting with the Harmony/Shields Intersection Improvements Project: Coordination meetings will be conducted weekly or at some other frequency, if approved by the Engineer. These meetings shall be attended by the Owner, the Engineer, the Contractor's representative from both projects, the Surveyor, the Traffic Control Supervisor, and any others invited by these people. The Engineer will conduct the meeting and the Engineer will arrange for keeping the minutes and distributing the minutes to all persons in attendance. The agenda of these coordination meetings will include projected schedule, construction progress, local business needs, traveling public updates, critical work sequencing, review of strategies for connections into adjoining project improvements, status of field orders, traffic control needs, and any general business. The Contractor will prepare a "two week look.ahead" schedule to facilitate coordination of work items. Modification to Time of Completion in the Approved Schedule The date of beginning and the time for completion of the work are essential"conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed. The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the climatic and other factors prevailing in the locality of the work. 28 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 108 PROSECUTION AND PROGRESS Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the proposal. The "Contract Time" anticipates "Normal" weather and climate conditions in and around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and that such conditions adverselyaffected the Contractor's work and thus required additional time to complete the work. The following specifies the procedure for the determination of time extensions for unusually severe ' weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the project. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact -of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays accepted) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. An actual adverse weather day must prevent work for 50 percent or, more of the Contractor's workday, delay work critical to the timely completion of the project, and be documented by the ' Contractor. The City Representative observing the construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to adverse weather or the effects thereof. The Contractor shall notify the Engineer in writing of any disagreement as to whether or not work can proceed on a given date, within 2 calendar days of that date. The Owner will use the above written notification in determining the number of working days for which work was delayed during each month. At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of work days delayed due to adverse weather or the impact thereof ' will then be converted to Calendar Days based on the contract completion day and date. This conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, and then the method of conversion ' of workdays to calendar days would take this into consideration. The contract time period will then be increased by the number of calendar days calculated above and a new contract completion day and date will be set. The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather - dependent activities. � 29 W. Harmony Road Improvement Project Project Special Provisions REVISION .OF SECTION 108. PROSECUTION AND PROGRESS While extensions of time shall be granted for "unusually severe' weather or climate conditions, the Owner shall make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall comply with the portions of the Contract Documents relating to his project schedule and amendments thereto which result from the "unusually severe' weather condition. Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an extension of time. Liquidated damages will be assessed as delineated elsewhere. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion;of the work is due to the following, and the Contractor has promptly given written notice of such delay to the Owner or Engineer. 1. To any preference, priority, or allocation order duly issued by the Owner. 2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above. 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. 4. To any delays created by the adjoining Harmony/Shields Intersection Improvements Project. Subsection 108.04 shallinclude the following: Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on weekends or holidays without written approval from the Project Manager. Work requests beyond normal working hours must be submitted to the Project Managef a minimum of (5) working days prior to the request date. L F, 1 30 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 201 CLEARING AND GRUBBING ' Section 201 of the standard specifications is hereby revised for this project as follows: Subsection 201.02 shall include the following: Ralph Zentz, assistant city forester (970-221-6302), shall be responsible for identifying the removal of tree branches, stumps, shrubs and/or other plant materials beyond those trees identified in the ' removal plans for removal and/or transplant. Coordinate with the assistant city forester to have tree branches, stumps, shrubs, and other plant materials marked for removal. ' Clearing and grubbing shall include the removal of trees less than six (6) inches in diameter, bushes and shrubs as identified by the engineer or the assistant city forester to be either removed or trimmed. All removed debris shall become the property of the contractor and shall be removed from the project site, not buried on -site. Clearing and grubbing shall include the removal of landscape timbers as directed by the engineer. Subsection 201.04 shall include the following: Pay Item Pay Unit Clearing and Grubbing Lump Sum 1 31 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 202 REMOVAL AND TRIMMING OF TREES Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.02 shall include the following: This work includes the removal and the trimming of trees as directed by the Engineer. This work includes the preservation from injury or defacement of all vegetation and objects designated to remain. The Engineer will establish environmental limits. All trees, shrubs, plants, grasses, and other vegetative materials shall remain, except as designated by the Engineer. Once all directed clearing, trimming, and pruning is completed and accepted, no additional clearing, trimming, cutting, or pruning will be allowed unless approved, in writing, by the Engineer. This work shall be done by a Contractor or subcontractor who is a qualified tree surgeon and a member of the National Arborist Association. The firm's or individual's name and qualifications shall be submitted at the preconstruction conference for the Engineer's approval. A list of references and other clients shall be included with the qualifications statement. A written description of work methods and time schedules shall be submitted and approved in writing by the Engineer prior to work commencing. Access for the removal or pruning of trees will be extremely limited.. Trees shall be felled at the risk of the Contractor. Strict limits of disturbance will be defined and shall be adhered to. Branches on trees or shrubs shall be removed as directed by the Engineer. All trimming shall be done by skilled workmen. All work shall be done according to the following requirements: (1) Pruning shall be done with proper, sharp, clean tools in such a manner as to preserve the natural character of the tree. (2) All final cuts shall leave no projections on or off the branch and shall not be cut so close as to eliminate the branch collar. (3) To avoid bark stripping, all branches 2 inches in diameter and larger shall be cut using the 3-cut method. These branches shall be lowered to the ground by proper ropes. (4) Tools used on trees known or found to be diseased, shall be disinfected with alcohol before they are used on other trees. (5) Structural weaknesses, decayed trunk or branches, or split crotches shall be reported to the Engineer. (6) When cutting back or topping trees, the Contractor shall use the drop -crotch method and avoid cutting back to small suckers. Smaller limbs and twigs shall be removed in such a manner so as to leave the foliage pattern evenly distributed. 32 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 202 ' REMOVAL AND TRIMMING OF TREES (7) When reducing size (cut back or topping) not more than one-third of the total area shall be ' reduced at a single operation. (8) Climbing spikes shall not be used on trees not scheduled for removal. 1 All brush, branches, limbs, and foliage hauled off site. Stumps shall be ground 8 inches below ground level. ' Subsection 202.12 shall include the following: Pay Item Pay Unit Removal of Tree Each Trimming Tree Each Chipping, stockpiling mulch, and hauling and stockpiling trunks and limbs will not be paid for separately but shall be included in the work. Removal of trees less than 3 inches in diameter will not be paid for separately but shall be included in the work. All clearing and grubbing directed by the Engineer will be paid for as lump sum under the clearing ' and grubbing item. ' 33 J H F� F-1 I II� January 17, 2008 2 REVISION OF SECTION 702 BITUMINOUS MATERIALS Table 702-1 SUPERPANT PERFOR311.ANCE GK-IDED BENDERS Requirement for PG Binder AASHTO Property Test No, 58-28 58-34 64-22 64-28 76-28 Original Binder Properties Flas.Pbint Temp.; 61t, minimum 230 23© 238 23D 230 T 48' 3 3 maximum Dynarrtic Shear, Temp. °C, where- 5€3 58 64. 64 76 T 315 G*/Sin 6 Q 10 radds a 1-00 kpa - - - 50 - T51 Ductiity, 4 IC (5 crnlmin.), cm minamum - - - _ 12.4 - CP-L 2210 Toughness,,, joules (inch-lbs)- - CP-L 2210 Tenacity, joules (in ch-lbs) (75) Acid or Alkali Modification (pass-farl) Pas., Pass Pass Pass Pass CP-L 2214 RTFO Residue Properties CP-L 2215 Mass E.6k Tp�centmaximrcm .. 1.00 1.00 T 1_00 1.0 1.00 CP-L 2215 Dynamic Shear, Temp. °C, where 58 58 64 64 76 T 315 G*1Sin 6 Q 10 radls 2.20 kPa Elastic Reaiauery, 25 °C, percent min. T 51- .. _ Ductflity, 4 IC (5 cmhnin.):, cm minimum PAVE Residue Properties, Aging - R 28 Temperature 100 °C Dynamic.§hear, Temp. °Ca where ` 19 16 25 22 28 T 3 5 G*.Sin 5@ 10 radfss 5000 kPd irreep Stiffness, 60 s, Te-t -1€3 -24 _ --12 A-8 -18 T 31-5- _ Temperature in °C S, maxmmum, MPa 300 300 - 300 3Q0 300_ T 313 m-value, minimum 0.300 0.300 0.300 O'.300 0.300 T 313 'Direct Tension, Temperature in -18 -24 -12 -18 -18 T 314' @ 1. mmhnin., where failure strain z 1.0 % *'Direct tension -measurements are required when needed to show conformance to AASI-ITO M 320. W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 202 REMOVAL OF TREE STUMP Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing tree stumps (approximately 2-foot diameter to 4- foot diameter) within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing tree stumps designated for removal shall be ground down to an approved depth. The removed material shall become the property of the Contractor and shall be disposed of outside the project site legally. Subsection 202.11 shall include the following: The removal of the existing stumps will be measured by the number of tree stumps removed, and accepted. . Potholing will not be paid separately and shall be included in the cost for removal of tree stump. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Tree Stump Each Work shall include all material, equipment, labor, and disposal of materials to complete the work. 34 F W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 202 REMOVAL OF INLET Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing concrete inlet within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The inlet shall be removed in a manner that minimizes disturbance to the surrounding area. All removed inlet materials shall become the property of the Contractor and shall be disposed of outside the project site legally. Subsection 202.11 shall include the following: The removal of the existing concrete inlet will be measured by the number of inlets removed, and accepted. Location of sawcutting shall be directed by the Engineer. Sawcutting, excavation and backfilling will not be paid separately and shall be included in the cost for removal of inlet. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Inlet Each Work shall include all material, equipment, labor, and disposal of materials to complete the work. 35 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 202. REMOVAL OF PIPE Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing pipe within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The removed pipe shall become the property of the Contractor and shall be disposed of outside the project site legally. Subsection 202.11 shall include the following: The removal of the existing pipe will be measured by the linear foot of concrete pipe removed, and accepted. Excavation and backfilling will not be paid separately and shall be included in the cost for removal of pipe. Subsection 202.12 shall include the following: Payment will be made under: Pay Itcm Pay Unit Removal of pipe Linear Foot Work shall include all material, equipment, labor, and disposal of materials to complete the work. 36 J FL W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 202 REMOVAL OF SIDEWALK Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing sidewalk within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing sidewalk (6 inches thick) shall be removed in a manner that minimizes contamination of the removed sidewalk with underlying material. The removed sidewalk shall become the property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed sidewalk at the City of Fort Collins Recycling Center at Hoffman Mill Road. It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling Center. Subsection 202.11 shall include the following: The removal of the existing sidewalk will be measured by the square yard of sidewalk removed to the required depth, and accepted. Sawcutting will not be paid separately and shall be included in the cost for removal of sidewalk. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Removal of Sidewalk Pay Unit Square Yard Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. 37 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 202 REMOVAL OF CURB AND GUTTER Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing curb within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The removed curb shall become the property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed curb at the City of Fort Collins Recycling Center at Hoffman Mill Road. It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling Center. Subsection 202.11 shall include the following: The removal of the existing curb will be measured by the linear foot of curb removed, and accepted. Sawcutting will not be paid separately and shall be included in the cost for removal of curb. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Curb and Gutter Linear Foot Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. 38 I I W. Harmony Road Improvement Project Project Special Provisions ' REVISION OF SECTION 202 REMOVAL OF CONCRETE PAVEMENT Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: ' This work includes removal and disposal of existing concrete pavement within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing concrete pavement (10-inches thick) shall be removed in a manner that minimizes contamination of the removed pavement with underlying material: The removed pavement shall become the property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed pavement at the City of Fort Collins Recycling Center at: 1380 Hoffman Mill Road Fort Collins, Colorado (970)482- 1249 1 It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling Center. Subsection 202.11 shall include the following: ' The removal of the existing concrete pavement will be measured by the square yard of pavement removed to the required depth, and accepted. ' Location of saw* cutting shall be as directly by the Engineer. Sawcutting will not be paid separately and shall be included in the cost for removal of concrete pavement. ' Subsection 202.12 shall include the following: Payment will be made under: rPay Item Pay Unit Removal of Concrete Pavement . Square Yard I 39 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT ' Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing asphalt mat within the project limits as shown on the or at locations directed by the Engineer. ' plans In subsection 202.02 delete the seventh paragraph and replace with the following: The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed asphalt with underlying material. The removed mat shall become the property of the City and be disposed of by any one or more of the following described methods: 1. Place material in bottom of fills as approved by the Engineer. 2. Haul offsite to City of Fort Collins Recycling Center at: ' 1380 Hoffman Mill Road Fort Collins, Colorado (970)482-1249 , It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling Center. ' Subsection 202.11 shall include the following: The removal of the existing asphalt mat will be measured by the square yard of mat removed to the ' required depth,. and accepted. Location of sawcutting shall be as directed by the Engineer. Sawcutting will not be paid separately , and shall be included in the cost for removal of asphalt mat. Subsection 202.12 shall include the following: Payment will be made under: , Pay Item Pay Unit ' Removal of Asphalt Mat Square Yard Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the work. I I 40 1 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 203 PROOF ROLLING Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.13(f) delete and replace with the following: ' Proof rolling will not be measured but shall be incidental to the work. Subsection 203.14 shall include the following: Proof rolling will not be measure and paid for -separately, but shall be included in the work. F� .1 11 1 41 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 207 TOPSOIL Section 207 of the standard specifications is hereby revised for this project as follows: Delete Subsection 207.04 and replace with the following: Topsoil placed behind the back of walk to the project limits shown on the plans shall be paid for by the cubic yard per plan quantity. The top six inches (6 ") of vegetation shall be stripped from the existing ground between the project limits and the existing pavement and stockpiled onsite. This material shall be used for the topsoil quantity and topsoil special —amended topsoil quantity unless otherwise directed by the engineer. All excess material shall be hauled offsite at the Contractor's expense. This material shall be paid by the cubic yard per plan quantity as Stockpile Topsoil. Subsection 207.05 shall include the following: Payment will be made under: Pay Item Topsoil Stockpile Topsoil Pay Unit Cubic Yard Cubic Yard Tilling and disking operations will not be paid for separately, but shall be included in the work. Organic amendment will not be paid for separately but shall also be included in the work. 42 J W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 207 1 TOPSOIL (SPECIAL) - AMENDED ONSITE FOR MEDIAN AND PARKWAY AREAS Section 207 of the standard specifications is hereby revised for this project as follows: Subsection 207.01 shall be revised to include the following: ' The Contractor will have the option to either purchase amended topsoil that meets the following requirements or mix the existing material on -site to meet the requirements. If mixed on site, this work shall consist of using the onsite stockpiled topsoil and mixing with the required imported soil amending material to produce the standard 7 5/25 topsoil mix material. This material shall be placed ' in the designated landscape medians and parkway areas indicated on the plans. Subsection 207.02 shall include the following: ' Topsoil for this project shall consist of loose friable loam amended with organic enhancements. A. Amended Topsoil Onsite shall have the following characteristics: Shall have a range of three to four percent organic matter as determined by the ignition of moisture free sample dried to determine loss in accordance with current methods of the Association of Official Agriculture Chemists. Shall have a pH between 6.5 to 8.0. Sodium Absorption Rate (SAR) and Electrical Conductivity (EC) readings are not to exceed three mudios/cin. Particle Sizes: Topsoil shall be loam to sandy loam. I Must be weed free at the time of spreading operations. This can be achieved by following subsection 217.03 I B. Soil Amendment: Onsite amended topsoil - Material brought to the site for amendment process shall meet the amendments at the following rate: 3 cubic yards per 1,000 square feet of organic amendment The organic amendment shall include the following: An organic product containing a mixture of composted cow or sheep manure and wood residue that has been aerobically and naturally processed in such a manner as to maintain a consistent temperature of 60 degrees Celsius (140 degrees Fahrenheit) or greater for a period of time that is long enough to accomplish the following specifications: 43 II. In the Project Special Provisions: A. Omit the NOTICE TO BIDDERS B. Under Revision of Section 104 Scope of Work, subsection 104.02 Site Conditions: Delete the current paragraph and replace with the following paragraph: General: The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, Pleasant Valley Irrigation Ditch water use schedule and construction requirements, or similar physical conditions at the site; the conformationand conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. C. Under Revision of Section 107, Environmental Controls, 1-2: Delete the following paragraph as it currently reads and replace with the paragraph below: Currently Reads: It shall be the responsibility of the Owner to prepare a Stormwater Management Plan (SWMP), and submit the SWMP to the Colorado Department of Public Health and Environment for review and approval. The SWMP shall be transferred to the Contractor's possession prior to beginning the Work. The Contractor shall also provide inspection reports as required by the SWMP to the Owner upon completion of each inspection. Replace with the following: It shall be the responsibility of the Contractor to prepare a Stormwater Management Plan (SWMP), and submit the SWMP to the Colorado Department of Public Health and Environment for review and approval. The Contractor shall also provide inspection reports as required by the SWMP to the Owner upon completion of each inspection. D. Addition of Revision of Section 109 Asphalt Cement Cost Adjustment (Asphalt Cement included in the Work): E. Add the following Revision under Section 202: The City of Fort Collins Traffic Operations Department shall be responsible for the removal of all traffic signal poles, arms, and control boxes. The Contractor shall be responsible for removing the top three (3) feet of the existing concrete traffic signal bases and disposing of the material off -site. 3 REVISION OF SECTION 702 BITUMINOUS MATERIALS January 17, 2008 1 Acceptance Samples of the PC binder will be taken on the project in accordance with the Schedule in the Feld Materials Manual. The Department wflI test for acid modification and alkaline modification during the binder certification process. Thereafter, the Department will randomly test for acid modification and alkaline modification. (b) L�ampproofirg. Aspha]t for damp proofing shall conform to the requirements of ASTM O 449, and the asphaltic primer shall conform to the requirements of ASTM O 41. 702.02 Liquid Asphaltic Materials. Liquid asphaltic materials shall conform to the requirements of AASHTO M 81, M 82, and ASTM D 2026 for the designated types and grades_ 702.03 Emulsified Asphalts. Emulsified asphalts shall conform to AAS'HTO M 140 or M 208 for the designated types and grades. Emulsified asphalt and aggregate used for sea] coats shaft be sampled and vAD be tested for information only in accordance with CP-L 2213_ W het grade CSS-1h or SS-1h emulsified asphalt is used for tack coat, residue penetration test values shall be 40 to 120. Emulsified asphalt (HFMS-2S) with a residual penetration greater than 300 dmm shall conform to all properties listed in AAS:HTO M 140., Table 1 except that ductility shall be reported for information only. (a) Errrudsidn for Seal' Coat. Polymerized emulsions for seal coat shall conform to the requirements listed in Tabu 702-2. Emulsion for seal coat shall be an emulsified blend of polymerized asphalt, water, and emulsifiers_ The asphalt cement shall be polymerized prior to emulsification and shall contain at least 3 percent polymer by weight of asphalt cement_ The'emutsion standing undisturbed for a minimum of 24 hours shall show no white, milky separation but shall be smooth and homogeneous throughout The emulsion shall be pumpabie and suitable for application through a distributor_ W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 207 TOPSOIL (SPECIAL) - AMENDED ONSITE FOR MEDIAN AND PARKWAY AREAS 1. The windrows of composted organic amendment (cow or sheep manure) have to be composted for 70 to 90 days. Certification must be provided to prove the product has gone through this process. 2. Eradicate harmful pathogens, including coliform bacteria. 3. Create a carbon to nitrogen ratio of no less than 15/1to 25/1 4. Contain no solid particle greater than 1/2 inch in diameter. 5. Have a non -offensive smell similar to fresh turned soil. 6. Contain no significant level of dirt or soil and contain a maximum of 30 percent composted wood residue (pine or aspen wood). The ph after composting shall be between 5.0 and 7.5 with an organic matter content of no less than 30 percent. The contractor shall submit a 2 lb. Sample of the product four weeks before its use on the project site revision for the Engineer's approval. A Certificate of Compliance shall be provided to the Engineer to verify the organic matter content, pH and carbon matter to nitrogen ratio. The Contractor shall submit two samples of topsoil to a soils laboratory for analysis. The cost of the test shall be at the Contractor's expense. The results will be submitted to the _Engineer for review at least 60 days prior to placement. Based on the results, the Engineer can request soil amendments appropriate to have topsoil conform to these specifications at no cost to the project. The organic amendment shall be an organic product containing a mixture of composted cow or sheep manure and wood residue that has been aerobically and naturally processed in such a manner as to maintain a consistent temperature of 140. degrees. Fahrenheit or greater fora period of time of 70 to 90 days, and be approved by the Engineer. Subsection 207.03 shall include the following: All areas planted with shrubs behind the curb (parkway area) shall have the top 8 inches of soil tilled. Upon completion of tilling, the Contractor shall disk soil so as to break up all dirt clods to a size of two inches or smaller. Topsoil placement shall occur immediately after disking is complete. All areas shall be seeded or temporarily stabilized within seven calendar days after topsoil placement is completed. Spread topsoil over all areas to be planted with shrubs, to a depth of three inches. Begin placement after all rough grading, tilling, and disking operations are complete. Ten days before notice to proceed, Contractor shall submit a weed mitigation plan t the Engineer for approval. This plan shall include a graphic time line showing milestone and completion dates of herbicide treatment, topsoil stockpiling, topsoil spreading and all seeding and planting times. Delete Subsection 207.04 and replace with the following: Topsoil salvaged from the roadway placed in stockpile shall paid by the cubic yard per plan quantity as Stockpile Topsoil. Topsoil special shall be measured in place by measuring random depths of topsoil, and computing the volume by multiplying the area times the average depth. Topsoil special includes the amended 44 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 207 " ' TOPSOIL (SPECIAL) - AMENDED ONSITE FOR MEDIAN AND PARKWAY AREAS material secured from a source outside the right-of-way, mixing the stockpiled topsoil material with the amended material to meet the requirements for an approved 7 5/25 mix, and placing in the designated areas. Subsection 207.05 shall include the following: ' Payment will be made under: ' Pay Item Pay Unit Topsoil (Special) - Amended Onsite for Median and Parkway Materials Cubic Yard Tilling and disking operations will not be paid for separately, but shall be included in the work. ' Organic amendment will not be paid for separately but shall also be included in the work. 1 45 W. Harmony Road Improvement Project , Project Special Provisions REVISION OF SECTION 208 EROSION CONTROL ' Section 208 of the Standard Specifications is hereby revised for this project as follows: Section 208.01 of the Standard Specifications is hereby revised for this project to include the ' following: Any loss of time or materials related to erosion shall be the sole responsibility of the Contractor. Any damage to surrounding properties or facilities (either on site or off site) related to erosion caused by construction of this project, will be the sole responsibility of the Contractor. Subsection 208.05,shall include the following: , Silt fence shall be installed in accordance with City of Fort Collins stormwater detail D-28 and , maintained for the duration of the project. Wattles shall be installed in accordance with detail in the plan set. Storm drain inlet protection shall be installed in accordance with the details in the plan set labeled IPl andlP-3. It shall be the responsibility of the contractor to ensure that all roadways near the project are kept r clean of construction debris. Section 208.07 shall be deleted and replaced with the following: , All erosion control measures identified in the Contract and as directed by the Project Manager will not be measured and paid for separately but will be the plan quantities. The unit cost price bid will be full compensation for all work required to complete the item. The Erosion Control Supervisor will be measured by the hour. , Street sweeping will not be measured but shall be incidental to the work. Subsection 208.08 shall include the following: ' Pay Item Pay Unit Silt Fence Linear Foot Concrete Washout Structure Each ' Storm Drain Inlet Protection (Type 1) Each Storm Drain Inlet Protection (Type 3) Each Wattle Each Construction Fence Linear Foot Stabilized Construction Entrance Each Erosion Control Supervisor Hour , Street sweeping will not be measure and paid for separately, but shall be included in the work. The travel time for the Erosion Control Supervisor shall be considered incidental to the work. ' 46 1 I ' W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 209 ' WATERING Section 209 of the Standard Specifications is hereby revised for this project as follows: Subsection 209.06 shall include the following: All landscaping including but not limited to the existing trees, shrubs, flower beds, and sod planted at all locations on the project where the construction has affected the existing irrigation system shall be watered as directed by the Engineer for the months of November through April. This item will be measured by the gallon. Pay Item Pay Unit Water (Landscaping) Gallon 47 W. Harmony Road Improvement Project , Project Special Provisions REVISION OF SECTION 210 RESET STRUCTURE — ELECTRIC GATE AND CONTROL BOX Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.02 shall include the -following: ' Reset Structure — Electric Gate and Control Box consists of removing the entrance gate at the location shown on the plans and resetting with all existing gate materials, control box and all necessary , conduits required to properly install at the new location. The Contractor shall cooperate and coordinate with the adjacent land owner to minimize disturbance. The Contractor shall be required to store all salvageable materials in a safe location until the gate is reset. ' Subsection 210.12 shall include the following: Reset Structure — Electric Gate and Control Box will be measured by the actual number reset and , shall include all work and materials necessary to remove items from their existing location and reset them at the new location and to install the gate. Subsection 210.13 shall include the following: Pay Item Pay Unit Reset Structure — Electric Gate and Control Box Each ' 1 48 1 ' W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 210 RESET STRUCTURE — IRRIGATION FLUME Section 210 of the Standard Specifications is hereby revised for this project as follows: ' Subsection 210.02 shall include the following: ' Reset Structure — Irrigation Flume consists of removing the flume and resetting at the location indicated on the plans salvaging the existing metal irrigation structure or replacing with an equivalent flume. The Contractor shall coordinate with the adjacent property owner and the Pleasant Valley Irrigation Company prior to commencing work. Construction methods shall follow manufactures ' requirements or ditch company standards. The Contractor shall ensure the device is level in all directions and that the water gauges are properly installed. It shall be the Contractor's responsibility to protect all salvageable materials once removed until time of placement. ' Subsection 210.12 shall include the following: Reset Structure — Irrigation Flume will be measured by the actual number reset and shall include all work and materials necessary to remove items from their existing location and reset them at the new location. ' Subsection 210.13 shall include the following: Pay Item Pay Unit Reset Structure — Irrigation Flume Each 49 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 210 RESET WATER SERVICE Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.02 shall include the following: Reset Water Service consists of removing the existing water meter and meter pit and installing a new water meter and meter pit at locations shown on the plans according to the requirements of the current Fort Collins -Loveland Water District Utilities Standard Construction Specifications. The Contractor shall cooperate and coordinate with the Fort Collins -Loveland Water District when shutting off water to minimize downtime to customers. Subsection 210.12 shall include the following: Reset Water Service will be measured by the actual number reset and shall include all work and materials necessary to remove items from their existing location and reset them at the new location and to install the new water meter. Subsection 210.13 shall include the following: Pay Item Pay Unit Reset Water Service Each 50 ' W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 210 IRESET FIRE HYDRANT Section 210 of the Standard Specifications is hereby revised for this project as follows: ' Subsection 210.02 shall include the following: ' Reset fire hydrant consists of removing the existing fire hydrant assymbly and installing a new fire hydrant assymbly at locations shown on the plans according to the requirements of the current Fort Collins Loveland Water District Utilities Standard Construction Specifications. The Contractor shall cooperate and coordinate with the Fort Collins -Loveland Water District when shutting off water to ' minimize downtime to customers. Subsection 210.12 shall include the following: Reset Water Service will be measured by the actual number reset and shall include all work and materials necessary to remove items from their existing location and reset them at the new location and to install the new water meter. Subsection 210.13 shall include the following: Pay Item Pay Unit ' Reset Water Service Each 1 1 1 1 51 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 210 RELAY RIPRAP Section 210 of the Standard Specifications is hereby revised for this project as follows: Subsection 210.02 shall include the following: Relay Riprap consists of removing the existing riprap along Front Range Community College, stockpiling in approved location on site, and relaying within the areas designated on the plans or at locations directed by the Engineer. Subsection 210.12 shall include the following: Relay Riprap will be measured by the actual cubic yards and shall include all work and materials necessary to remove items from their existing location, stockpile, and relay at the new location and according to plan. Subsection 210.13 shall include the following: Pay Item Relay Riprap Pay Unit Cubic Yards Work shall include all material, equipment, labor, and dewatering to complete the work, including excaving and backfillirig. 52 I W. Harmony Road Improvement Project Project Special Provisions ' REVISION OF SECTION 304 AGGREGATE BASE COURSE ' Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304.02 shall include the following: ' Materials for the base course shall be Aggregate Base Course (Class 6) as shown in subsection 703.03 The aggregate base course (Class 6) must meet the gradation requirements and have a resilient ' modulus of at least 32,883 psi or a resistance value, R078 when tested by the Hveem Stabilometer method. Subsection 304.04 shall include the following: ' An excavation and fill required to lace the aggregate y q p gg egate base course and the preparation of the subgrade will not be measure and paid for separately, but shall be included in the work. Any access ' excavated material not used on site shall become the property of the Contractor and shall be disposed of at the City of Fort Collins Recycling Center at Hoffman Mill Road. Materials not accepted at the City Recycling Center shall be disposed of outside the project site. Subsection 304.08 shall include the following: ' Payment will be made under: Pay Item Pay Unit Aggregate Base Course (Class 6) Ton ' Work shall include all material, equipment, labor, and disposal of any access excavated materials, including hauling, to complete the work. 1 53 r� fl 1 1-1 1 January 17, 2008 4 REVISION Of SECTION AP - BITUMINOUS MATERIALS Table 702-3 YULYALLKlLtSMtU !E 11UL�1ViVJ r VK .�Y--il: C V:il Properh CKS-'-P CMS-2P H)<RS-IP HEMI _2P A,i\NO. Test Tests on Emulsion: Viscosity, at 549C Saybolt- -- min---- - Furol, s max , ---SO- - 50 50 50 T 59 450 450 450 450 Storage stability, 24 hr, % max 1.0 1.0 1.0 T 59 1.0 Particle charge test Positive - Positive T 59 Sieve test, % max 0.10 0.10 0.10 0.10 T 59 Demulsbbility', ,% .min 40 4or T 59 _._ —. �. � _ —__—�� O� Distillate by vohrme, °%max or range — _ 3.0 J 3.0 — -- 3.0 T-59 — 3.0 - 653 ' 653. - Residue by distillation! evaporation, % mirr' 653 653 T 59/ CP-L 2212' Tests on residue Penetration, 25 1C,100g, 5s, min, dmm 70 70 70 70 T 49 Penetration, 25 °C, 100g, 5s, max, dmm 150 ISO 1.50 150 Ductility, 25 °C, 5 cmlmin, cm, min 75 75, T 51 Solubility, in trichboroethylene% min 97.5 97.5 97.5 97.5 T 44 ;Elastic Recovery, 25' C min 58. 58 ., T 301 Float Test, 60 °C, s min 1200 1200 T 50 Toughness, in-lbs min 70 70 CP-L 2210 Tenacity, in-lbs, min 45 45 CP-L 2210 If successful application is achieved in the field, the Engineer may wave this requirement CP-L 2212 is a raped evaporation test for determining percent residue of an emulsion and providing material for tests on residue. CP-L 2212 is for acceptance only. If the percent residue or any test on the residue fails to meet specifications, the tests will be repeated using the distillation test in conformance with AASHTO T-59 to determine acceptability. 3 For polymerized emulsions the disbOation and evaporation tests wia in be in conformance with AASHTO T-59 or C P-L 2212 respectively with modifications to include 205 ± 5 °C (400 ± 10 °F) maximum temperature to be held for 15 minutes. W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: . Subsection 403.02 shall include the following: The design mix for hot mix asphalt shall conform to the following: TABLE 403-1 Propert Test Value For Grading S(100) SG(100) Method Air Voids, percent at: N (initial) [for information only] CPL 5115 >11.0 >11.0 N(design) 3.5-4.5 3.5-4.5 Lab Compaction (Revolutions): N (initial) [for information only] CPL 5115 8 8 N (design) 100 100 Stability, minimum CPL 5106 30 30 Minimum % of the aggregate retained n the 4.75 mm (No. 4) sieve having at CP 45 90 80 east 2. mechanically induced fractured fans Accelerated Moisture Susceptibility CPL 5109 Tensile Strength Ratio (Lottman), Method B 80 80 minimum Minimum Dry Split Tensile Strength, CPL 5109 , 205 (30) 205 (30) a (psi) Method Grade of Asphalt Cement, Top Layer PG 64-2 8 Grade of Asphalt Cement, Layers below Ton PG 5 8-29 Voids in the Mineral Aggregate (VMA) See Table See Table % minimum CP 48 403-2 403-2 Voids Filled with Asphalt (VFA), % Al MS-2 65-75 65-75 Dust to Asphalt Ratio Fine Gradation CP 50 0.6 - 1.2 0.6 - 1.2 Coarse Gradation 0.8 - 1.6 0.8 - 1.6 Note: AI MS-2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Region Materials Engineer. Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Note: Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. Gradations for mixes with a nominal maximum aggregate size of 3/4 inch or smaller are considered a coarse gradation if they pass below the maximum density line at the #8 screen. 54 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 403 ' HOT MIX ASPHALT 1 J 1 All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum TABLE 403-2 Minimum Voids in the Mineral Aggregate (VMA) Nominal ***Design Air Voids ** Maximum Size*, mm (inches) 3.5% 4.0% 4.5% 37.5 (11/2) 11.5 12.0 12.5 25.0(1) 12.5 13.0 13.5 19.0 (3/4) 13.5 14.0 1 14.5 12.5 (1/2) 14.5 15.0 15.5 9.5 (3/8) 15.5 16.0 16.5 * The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. ** Interpolate specified VMA values for design air voids between those listed. 'Air Void Criteria: A design air void range of 3.5 to 4.5% with a target of 4.0% will be used on all mikes. The air void criteria will be applied to the approval of the design mix. - The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the Engineer and approved prior to beginning the paving . operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. The hot mix asphalt top layer shall not contain any reclaimed or recycled asphalt pavement. Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt ' (Grading S) (100). To prevent stripping, a minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt. 55 1 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 403 HOT MIX ASPHALT Acceptance samples shall be taken as per CP-4 1. Subsection 403.03 shall include the following: The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. Delete subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture. Payment will be made under: Pay Item Pay Unit Hot Mix Asphalt (Grading SG) (100) (PG 58-28) Ton Hot Mix Asphalt (Grading S) (100) (PG 64-28) Ton Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately, but shall be included in the unit price_ bid. When the pay item includes the PG binder grade, the asphalt, cement will not be measured and paid for separately, but shall be included in the work. When the pay item does not include the PG binder grade, asphalt cement will be measured and paid for in accordance with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid for separately, but shall'be included in the work.. Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the work. 56 Eli J 1 1 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 412. FAST TRACK PORTLAND CEMENT CONCRETE PAVEMENT Section 412 of the Standard Specifications is hereby revised for this project as follows: Subsection 412.03 shall include the following: Where Concrete Pavement (Fast Track) is specified in the Contract, theconcrete shall be Concrete Class P (Fast Track) and shall conform to the requirements for Concrete Class P as described in Section 601. Substitution of other classes of concrete will not be allowed. Subsection 412.04 shall include the following: Type III cement will be permitted for Concrete Class P (Fast Track). For Concrete Class P (Fast Track), the Contractor shall develop maturity relationships in accordance with ASTM C 1074 with the following additions or modifications: 1. The cylinders used to establish the compressive strength vs. maturity relationship shall be cast and cured in the field in conditions similar to the project. 2. These cylinders shall be tested in pairs at times which yield compressive strengths three sets of which are at or below 17 Mpa (2500 psi) and one of which is above 17 Mpa (2500'psi). 3. Testing to determine datum temperature or activation energy will not be required. 4.. A test slab shall be cast at the same time and location as the cylinders. The test slab shall have a length and width of 2 in x 2 in (6 feet x 6 feet) and a thickness equal to the pavement design thickness. The maturity of the test slab, when used in the compressive strength vs. maturity relationship from the cylinders, shall indicate that a compressive strength of 17 Mpa (2500 psi) is achieved in the required time. Slab maturity will be determined with two probes located in the slab approximately 300 mm and 600 min (1 and 2 feet) from the edge. The test slab shall be covered with a blanket similar to the one to be used on the pavement. The development of the maturity relationship and maturity determination of the test slab is part of the trial mix and shall thus be documented in the Concrete Mix Design Report. The Contractor shall provide a multi -channel maturity meter and all necessary wire and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meter and wire. Placement shall be as directed by the Engineer. Calcium chloride will not be allowed. Admixtures which conform to AASHTO M 194 Type F (water reducing, high range) and Type G (water reducing, high range and retarding) will be permitted for Concrete Class P (Fast Track). Subsection 412.14 shall include the following: For Concrete Pavement (Fast Track) curing blankets with a minimum R-Value of 0.5 shall be provided, in addition to the membrane curing, and shall be placed as soon as they can be placed without marring the surface 57 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 412 FAST TRACK PORTLAND CEMENT CONCRETE PAVEMENT Subsection 412.18 shall include the following: The transverse and untied longitudinal joints of Concrete Pavement (Fast Track) shall be cleaned and sealed with preformed compression joint seals prior to opening of the pavement to traffic. Subsection 412.22 shall include the following: The Concrete Pavement (Fast Track) shall not be opened to traffic until the maturity value of the last concrete placed, determined by the Contractor in accordance with ASTM C 1074 as modified in subsection 412.04, as revised for this project, indicates that 17 MPa (2500 psi) minimum field compressive strength has been achieved. For Concrete Class P (Fast Track) a field compressive strength of 17 MPa (2500 psi) shall be achieved within 24 and 48 hours after placement. Subsection 4 12.24(a) shall include the. following: Pay Item Pay Unit Concrete Pavement (1 0-1/2 inch) (Fast Track) (24 Hour) Square Yard Furnishing, calibrating and use of the maturity meter, wire, and other appurtenances including the molding, curing and breaking of cylinders for calibration, and placement of the slab will not be measured and paid for separately, but shall be included in the work. 58 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 605 ' MEDIAN UNDERDRAIN Section 605 of the Standard Specifications is hereby revised for this project as follows: Subsection 605.01 shall include the following: This work consists of constructing median underdrains in accordance with these specifications and in conformity of the median detail indicated on the plans. This work shall include installing the 10 Mil plastic liner, the 4" perforated pipe wrapped in weed barrier fabric, and class 67 bedding. ' Subsection 605.07 shall include the following: The median Underdrain including the plastic liner, the 4" perforated pipe wrapped in weed barrier ' fabric, and class 67 bedding will all be measured as one unit and paid for as 4 Inch Perforated Pipe Underdrain by the linear foot. Payment will be made under: Pay Item Pay Unit 4 Inch Nonperforated Pipe Underdrain LF 4 Inch Perforated Pipe Underdrain LF All labor, excavation, preparation, compaction, and clean outs will not be measured and paid for separately, but shall be included in the work. I � ,9 i W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS Section 608 of the Standard Specifications is hereby revised for this project as follows: Section 608.01 shall include the following: This work consists of the construction of the paving for concrete sidewalks, and concrete curb ramps. In subsection 608.02 delete the second paragraph and replace with the following: Concrete for sidewalks, bikeways and shall be Class B, and meet the requirements in Section 601. Subsection 608.03 shall include the following: Finished products that do not match the approved test slab shall be removed and replaced by the Contractor at no cost to the Owner. Record date, location, and quantity of pour, as well as air temperature at time of pour. Subsection 608.03(b) shall include the following: For Surfaces Exposed to View: Form faces must be free from raised grain, tears, worn edges, patches, dents, or other defects which would impair texture of the concrete surfaces. Minimize number of seams in form material, and arrange seams in an orderly fashion. To minimize potential cracking, no section of concrete shall have any angle less than 90 degrees. After stripping of the forms, if any concrete is found to be not formed as shown on the drawings, is out of alignment of level, or shows a defective surface, it will be considered as not conforming with the intent of these standards and specifications, and shall be removed and replaced at the Contractor's expense, unless the Engineer gives permission to patch the defective area. Delete subsection 608.03(d) and replace with the following: Sidewalk: Concrete sidewalks trails shall be medium broom finished with joints located per drawings. All outside edges of the slab and all joints shall be edged with a 1/4-inch radius edging tool. Thoroughly wash the surface with water prior to acceptance. Surface Planeness for Concrete Paving. Unless otherwise specified, produce slabs with the following tolerance. Finishes shall be true planes within 1/4-inch in 10 feet, as determined by a 10 foot straight edge placed anywhere on the slab in any direction. Subsection 608.03(e) shall include the following: 60 1 I I 1 11 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS A. Expansion joints/construction joints/ for concrete paving: 1. Expansion joints to be spaced no greater than every 300 feet. 2. Extend joint filler the full depth of the slab. Hold back filler 1/2-inch from top of slab. 3. Joint sealant or caulk shall match color of concrete; caulking shall not extend above level of pavement. B. Score Joints. 1. Construct sawcut and tooled score joints as detailed on the plans. 2. Score joints shall. be 1/4 of paving depth'. 3. Tooledjoints to have a 1/4-inch radius and shall not incorporate a trowelled edge except where indicated on the drawings. Score joints into plastic concrete during finishing operations. Subsection 608.06 shall include the following: Pay Item Pay Unit Concrete Sidewalk SY The price all pay items shall be full compensation for furnishing and placing all materials including test slabs, and demolition of test slabs, excavation, concrete, forms, joint materials, reinforcement, tooling and finishing. 61 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 608 CONCRETE CURB RAMP 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 on the plans and in accordance with the plans. Subsection 608.02 shall include the following: Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans. Domes shall be prefabricated by the manufacturer as a pattern on concrete or masonry pavers. Pavers shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes, and when installed, shall be capable of producing the pattern of domes as shown on the plans. Pavers shall meet. the requirements of ASTM C 902 or ASTM C 936. Alternate materials may be used, if pre -approved by the Engineer. The Contractor shall submit a sample of the product, the name of the selected supplier, and documentation that the product meets all contrast requirements and will be fully compatible with the curb ramp surface to the Engineer for approval prior to start of work. Known vendors of alternate products include but are not limited to the following: II. Vendor Name III. Product IV. Phone Numbers CAST in TACT Warning 303-295-6050 TMA Construction Supply Panels aEast Jn Works IncQ?z�,s ordaIron Tru ated Dome Plates _ 800 626-465 3t 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 = L (Bi — Bs) I x 100 Bt Where B, = Light Reflectance Value (LRV) of the lighter area s2 = LRV of the darker area Absolute black and white will not be permitted. The contrast shall be achieved by adding pigment during the fabrication of the paver. Prior to start of work, the Contractor shall submit appropriate documentation from the manufacturer verifying that the contrast has been met, along with a sample paver, to the Engineer for approval. 62 ' W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 608 ' CONCRETE CURB RAMP Bedding and joint sand shall be free of deleterious or foreign matter. The sand shall be natural or ' manufactured from crushed rock. Limestone screenings or stone dust shall not be used. Sand for bedding material shall conform to ASTM C 33. Sand that is to be placed between joints shall conform to ASTM C 144. ' Subsection 608.03 shall include the following: (g) Detectable Warnings. Pre -fabricated pavers for detectable warnings shall be brought to the site in steel banded, plastic banded or plastic wrapped cubes capable of being transported by a fork lift or clamp lift. Pavers shall be carefully removed and stacked in a manner which results in the least amount of damage. All pavers that are damaged during transport or delivery will be rejected ' and shall be replaced at the Contractor's expense. Minor cracks or chipping due to transport and handling that do not interfere with the structural integrity of the paver or the overall pattern of truncated domes will not be deemed as grounds for rejection. 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 Engineer. Sufficient sand should be placed to stay ahead of laid pavers 1 Pavers shall be placed in a running bond pattern. Domes shall be aligned to create a square grid in the predominant direction of travel as shown in the plans. Pavers shall be installed such that the base of the truncated dome is at the same elevation as the adjoining surface, allowing for a smooth transition between the curb ramp and the detectable warning. When cut pavers are required to fill gaps between the pavers and the edge of concrete, the Contractor shall bevel portions of the truncated domes at a 45-degree angle to create a smooth transition between the partial dome and the curb ramp surface. Unless otherwise directed by the Engineer, pavers shall be cut and installed in such a manner that the domes on the cut sections will not significantly impact the overall pattern of the truncated domes. The Contractor 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 Engineer. 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 Engineer. Joints shall be filled completely with joint sand. Excess sand shall be removed by sweeping. (h) Alternate products. Alternate materials shall be installed in accordance with manufacturer's recommendations. ' The concrete surface to which alternate materials 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 Engineer. . ' Subsection 608.05 shall include the following: 63 January 17, 2008 5 REVISION OF SECTION 702 BITUMINOUS MATERIALS (b) Emulsion for Prime Goa€. Emulsion for prime coat shall conform to the requirements of Table 702-3_ Circulate before use if not used within 24 hours. Table',702-3 3SPH_AL,T L-MUILSIONFOR PRLIiE CO -kT .UHTO Property Regnimment Test No. Viscosity, Saybolt Furol, at 50 °C (122 °F), s 20-150 T 59 % Residue 65% men_ T 59 to 260 °C (50Q OF) Oil Disfi[late by Volume, % 7% max- T59 Tests on Residue from Distillation: Solubility in TrichlorcetlVene, % 97.5 min_ T 44 (c) RecycingAgent Recycling Agent for Item 406, Cold Bituminous Pavement (Recycle), shall be either a high float emulsified asphalt (polymerized) or an emulsified recycbng argent as follouw& 1. High Float Emulsified Asphalt (Polymerized)_ HSgh Float Emulsified Asphalt (Polymerized) for Cold Bitumenous Pavement (Recycle) shall be an emulsified blend of polymer mcdfced asphalt, water, and emulsifiers conforming to Table 702-4 for HFMS-2sP. The asphalt cement shall be polymerized prior to emulsification, and shaO contain at least 3 percent polymer. The emulsion standing undisturbed for a mlrtimum of 24 hours shall show no white, milky separation, and shall be smooth and homogeneous throughout The emulsion shall be pumpable and suitable for application through a pressure distributor_ W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 608 CONCRETE CURB RAMP Detectable warnings on curb ramps, including sand, pavers, alternate materials, and all other work and materials necessary for fabrication, transport, and installation will not be measured and paid for separately, but shall be included in the work. 64 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 609 CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: 1 Subsection 609.02 shall be deleted in its entirety and replaced with the following: 609.02 Materials shall meet the requirements specified in the following subsections: ' Joint Fillers 705.01 Bed Course Material 703.07 ' All concrete used for Curb and Gutter shall be Class B and meet the requirements in Section 601. All concrete mix designs utilized shall be submitted to the City representative and approved a minimum of one week prior to the beginning of construction. Concrete mixes will be subject to inspection and tests as required to assure compliance with quality ' requirements. Subsection 609.06 shall include the following: ' Pay Item Pay Unit Curb and Gutter Type 2 (Section I-B) LF ' Curb and Gutter Type 2 (Section II-B) LF Gutter Type 2(10 Foot) LF The price of all pay items shall be full compensation for all excavation, concrete, forms, joint ' materials, reinforcement, tooling and finishing. 65 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 610 MEDIAN COVER MATERIAL Section 610 of the Standard Specifications is hereby revised for this project as follows: In subsection 610.02 delete the second paragraph and replace with the following: All concrete used for median cover material shall be. Class B and meet the requirements in Section 601. Coloring agent shall be Davis Color San Diego Buff. All concrete mix designs utilized shall be submitted to the City representative and approved a minimum of one week prior to the beginning of construction. In subsection 610.03 delete the third paragraph and replace with the following: (b) Concrete. Construction requirements shall conform to the requirements of subsection 608.03. The surface finish shall be exposed aggregate as indicated on the plans. Subsection 610.05 shall include the following: Pay Item Median Cover Material ,(Decorative) Pay Unit SF The price for all pay items shall be full compensation for furnishing and placing all materials including test slabs, and demolition of test slabs, excavation, concrete, forms, joint materials, reinforcement, tooling, finishing and removing polyethylene. 66 I 1 1 W. Harmony Road Improvement Project Project Special Provisions REVISION OF 614 TRAFFIC CONTROL DEVICES Section 614 of the Standard Specifications is hereby revised for this project as follows: Subsection 614.01 shall include the following: The City of Fort Collins will furnish and install all traffic control devices for the project. The Contractor is required to coordinate with the City for the completion of the work. 67 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 619 WATERLINES — DIRECTION DRILLING 10" C-900 CERTA LOCK IN PLACE BELLS Section 619 of the Standard Specifications is hereby revised for this project to include the following: Subsection 619.01 shall include the following: This work includes installing a 10" PVC-C900 Certalock waterline across the Harmony and Shields intersection avoiding conflicting existing utilities with minimal disruption to traffic flows. This work shall meet the requirements of the current Fort Collins -Loveland Water District Standards. It shall be the Contractors responsibility to purchase and familiarize themselves with these specifications. The City of Fort Collins has potholed the existing utilities within the project limits and confirmed the location of the underground utilities. This information is provided in the plans and profiles within the plan set. The Contractor will be required to pothole all utilities prior to commencement of work to ensure the installation of the new waterline does not interrupt service of buried utilities. Delete subsection 619.02 and replace with the following: All material shall meet the specifications and standards of the Fort Collins — Loveland Water District must be approved by the District or project engineer prior to installation. The 10" PVC-C900 Certalock pipe shall be bell and spicket restrained. Subsection 619.03 shall include the following: This work includes installing the 10"PVC-C900 Certalock pipe by means of directional drilling (Option A) or by open. trench (Option B) as directed by the Engineer. The Contract will be awarded using the directional drilling (Option A) method for this project. The open trench (Option B) method is an alternate method for this project and is addressed on the Bid Schedule under Alternate 1. Minimal traffic disruption is mandatory during the installation of this work. The Contractor must coordinate all construction operations with the City of Fort Collins Traffic Operartions Department and the Fort Collins -Loveland Water District. Prior to construction the Contractor must provide a plan to the project engineer describing how they will respond in the event an existing underground utility breaks while installing the waterline. It shall be the Contractor's responsiblility to provide a method of handling vehicle and pedestrian traffic that has been pre -approved by the City of Fort Collins, the appropriate emergency services, and affected utility companies. The Fort Collins -Loveland Water District must be notified a minimum of 72 hours prior to construction operations when an outage is necessary for connecting to existing lines. Open trench operations will be required to be backfilled with flowable fill concrete up to the proposed subgrade. Subsection 619.04 shall include the following: All work associated with installing the water lines that is NOT itemized in the bid tab shall be considered incidental to the work and will not be paid for separately for both Option A and Option B. 68 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 619 WATERLINES — DIRECTION DRILLING 10" C-900 CERTA LOCK IN PLACE BELLS This includes, but is not limited to excavating and backfilling, valve boxes, plugs, thrust blocks, bedding materials, poly -wrap, chlorinating, pressure testing and,all materials incidental to completing the installation and connections to existing water lines. Pay Item Pay Unit 10" PVC-C900 Certalock — Directional Drilling (OPTIONA) LF Alternate 1: 10" PVC-C900 Certalock —Open Trench (OPTION B) LF 69 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 619 WATERLINES —1" IRRIGATION SERVICE Section 619 of the Standard Specifications is'hereby revised for this project to include the following: Subsection 619.01 shall include the following: This work includes installing a 1" water service at the location provided on the plans and shall meet the requirements of the current Fort Collins -Loveland Water District Standards. It shall be the. Contractors responsibility to purchase and familiarize themselves with these specifications. The City of Fort Collins has potholed the existing utilities within the project limits and confirmed the location of the underground utilities. This information is provided in the plans and profiles within the plan set. The Contractor will be required to pothole all utilities prior to commencement of work to ensure the installation of the new waterline does not interrupt service of buried utilities. Delete subsection 619.02 and replace with the following: All material shall meet the specifications and standards of the Fort Collins — Loveland Water. District must be approved by the District or project engineer prior to installation. Subsection 619.03 shall include the following: The Contractor shall install the 1" irrigation service in accordance to the Fort Collins — Loveland Water District Standards. Subsection 619.04 shall include the following: All labor, equipment, material, testing necessary to meet the stardards will be included the cost of the work. All work associated with installing the water lines that is NOT itemized in the bid tab shall be considered incidental to the work and will not be paid for separately. This includes, but is not limited to excavating and backfilling, tapping into the existing waterline, flowable fill backfill, and all other appurtnenances. This item will be paid for as a lump sum. Pay Item Pay Unit Connect to Existing 16" COFC Waterline LS 70 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 619 WATERLINES — CONNECT TO EXISTING 16" COFC WATERLINE Section 619 of the Standard Specifications is hereby revised for this project to include the following: Subsection 619.01 shall include the following: g ' This work consists of abandoning a 4" FCLWD line service (Faith Evangelical Free Church at 4036 South Shields) and tying into the existing 16" City of Fort Collins watermain. The Contractor will be required to follow the City of Fort Collins Water Utilities standards for what is not indicated on the ' plans. It shall be the Contractors responsibility to purchase and familiarize themselves with these specifications. ' The City of Fort Collins has potholed the existing utilities within the project limits and confirmed the location of the underground utilities. This information is provided in the plans and profiles within the plan set. The Contractor will be required to pothole all utilities prior to commencement of work to ensure the installation of the new waterline does not interrupt service of buried utilities. Delete subsection 619.02 and replace with the following: All material shall conform to City of Fort Collins Water Department and include 16" x 4" saddle and tapping valve; 4" gate valve, and various sleeves to tie into the existing 4" line. All material shall meet the specifications and standards of the City of Fort Collins Water Utilities and must be approved by the City or project engineer prior to installation. Subsection 619.03 shall include the following: The contractor shall coordinate with the City of Fort Collins Water Department and the Fort Collins Loveland Water District to allow seamless connection to the church's water service. The Contractor shall coordinate with the church for outage. The Contractor shall follow plans for the tie in and abondment procedures. The Contractor will be required to verify the existing water service pipe Outer Diamter/Inner Diamter for correct material to join both pipes together before cutting service. Subsection 619.04 shall include the following: All labor, equipment, material, testing necessary to meet the stardards will be included the cost of the work. All work associated with installing the water lines that is NOT itemized in the bid tab shall be considered incidental to the work and will not be paid for separately. This includes, but is not limited to excavating and backfilling, tapping into the existing waterline, corp, copper pipe, stop box, meter pit, meter setter, flowable fill backfill, copper pigtail, and all other appurtnenances. This item will be paid for as a lump sum. Pay Item 1" Waterservice with Meter Pit 71 Pay Unit LS REVISION OF SECTION 620 FIELD FACILITIES Section 620 of the Standard Specifications is hereby revised for this project as follows: Subsection 620.01 shall be deleted in its entirety and replaced with the following: The Contractor shall furnish a temporary field office for the owner and sanitary facilities separate from the Contractor's facilities. The Contractor shall provide the location for the facility and construction staging area subject to the owner's acceptance. The Contractor shall furnish, install and maintain a temporary field office for the owner during the entire construction period, including providing and paying for utility hook-up to include power and heating and cooling. These units are to be maintained and cleaned at least weekly by the Contractor and removed when the project is completed unless released earlier by the Engineer. Subsection 620.02 shall be deleted in its entirety and replaced with the following: 620.02 Field Offices. Field Office shall be Class 2 and substantially conform to the requirements of this section. The field office shall be a minimum of 330 square feet in plan with a 90-inch or higher ceiling and shall be of weathertight construction. Windows shall be placed on not fewer than two sides. At least two latchable windows and one entrance door complete with cylinder lock and four keys shall be built into the walls. The Contractor shall provide and pay for the following furnishings: Minimum of 4 electrical outlet boxes 2 Suitable office desks with drawers and locks 2 suitable office tables not less than 3'x5' 3 office chairs 2 waste baskets I supply cabinet with not less than 10 square feet of shelving 1 metal filing cabinet, 18" x 32" with 4 lockable drawers Exterior Lighting and Entrance door Automatic heating and air conditioning equipment to maintain comfort conditions of 707F. Drinking water dispensed with an acceptable cooling device Toilet facilities One (1) 10-inch outdoor type thermometer Locking doors with two (2) sets of keys The materials may be new or used, but must be serviceable, adequate for the required purpose, and must not violate applicable codes or regulations. In subsection 620.07 delete the third paragraph regarding telephone. 72 W. Harmony Road Improvement Project Proect Special Provisions REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.01 is hereby revised to include the following: ' The City of Fort Collins will provide all construction survey staking for the project. City Survey Crews will perform the surveying required for the Harmony and Shields Intersection Improvement Project No AQC M455-074 and the Harmony Road Improvements Project. The Contractor must submit a survey request form to the City Surveyors a minimum of 72 hours prior to needing any surveying. If the requested survey cannot be accomplished in the time frame requested by the Contractor and it will affect the critical path on the construction schedule, the City will utilize a Contract Surveyor at the owner's expense. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. The Contractor shall specify the offsets required for each survey item. This information shall be provided at the pre -construction meeting. ' All survey staking destroyed by the Contractor, vandalism or by any other reason will be replaced at the Contractor's expense. The Contractor's designated representative will be required to authorize any requested re -staking or additional services at the time the services are completed. Services designated as extra will be billed at an hourly rate per the prevailing rate schedule of the surveyor. The Contractor shall be responsible for transferring the information from the construction staked to any necessary forms 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. All existing survey monuments and property corner located outside of the project grading limits as defined on the plans that are damaged or destroyed by the Contractor will be replaced at the Contractor's expense. The Contractor shall have supervision, knowledge of the project requirements and proper installation, and construction procedures, available in the field at all times that work is progressing. All existing survey monuments and property corners located within the project grading limits which are intended to remain in place and intact as defined on the plans shall be protected by the Contractor. Where necessary monuments, property corners, and section corners will be adjusted or replaced by the City for this project. 1. Control Location of horizontal and vertical control points will be provided at approximately 1000-foot intervals. Monuments will be set outside the limits of construction. 2. Easements and Right of Wav 73 t January 17, 2008 6 ' REVISION OF SECTION 702 BITUMINOUS MATERIALS Table 7024 HIGH FLOAT EW-LS=D ASPIULT (POLYMERIZED) (IMIS- sPP) Property Requirement AASHTO Test Minimum Maximum Tests on Emulsion: Viscosft, Saybolt Fuml at 50 '°C (122 °F),'sec 50 450 T 59 Storage Stability test:, 24 hours, % 1 T 59 Stevie test, 0.10 7 59 % Rd sidue' 65 T 59 Oil distillate by volume, % 1: , u 7 . T 59 . Tests on Residue: Penetration,. 25 'C f 77 °F), 100g, 5 sec 15d 3002 T49, Float Test? 60 "C (140 °F), sec 1200 T 50 Solubilrty in TCE, % 97.5 T 44 Elastic Recovery, 4 °C (39.2 'F), % 50 T 301 400 ± 10' F maximum temperature to be held for 15 minutes_ `When approved by the Engineer, Emulsdi;e9 Asphalt (HFMS-2sP) Wth a residual penetration greater than 300 dram may be used with Cold Bituminous Pavement (Recycle) to address problems with cool weather or extremely aged existing pavement_ Emulsified Asphalt (HFMS-2sP) with a residual penetration greater than 300 dmm shall meet all properties listed in Table 702-4 except that Elastic Recovery shall be reported for information only. ' 2. Ernulsifred Recyding Agent. Emulsified Recycling Agent for use in Cold Bituminous Pavement (Recycle.) shall conform to the requirements in Table 702-5_ 1 W. Harmony Road Improvement Project Project Special Provisions REVISION OF SECTION 625 CONSTRUCTION SURVEYING Temporary construction easements (TCE).and those portions of right of way between TCE's will be staked at 100 foot intervals on tangents, PCs, 50 foot intervals on curves, angle points and corner points. 3. Excavation and Embankment a. One set of slope stakes at 50-foot intervals (stations) on each side of the proposed road including intersections. Staking information to include cut/fill for ❑ "limit of cut" or "limit of fill" location ❑ decision point (ditch flowline or grade break) ❑ edge of pavement ❑ roadway centerline b. One set of shoulder and/or curb stakes at 50-foot stations on each side of the road including intersections. c. One set of slope or shoulder stakes for the grading of each driveway and field access. d. Ditch grades shall be defined by the slope staking described above. 1 Storm Drain One set of offset stakes for each storm drain pipe and inlets. 2 Utility Crossing One set of offset stakes for the utility conduit crossings. 3. Subgrade and Paving a. One set of blue top subgrade stakes at 50-foot stations on tangents, PCs and PT's after completion of the subgrade preparation. Stakes to be set at 25-foot stations for .horizontal curves with radius less than 1,000 feet and at all vertical curves. Blue tops will be set on centerline and the edge of pavement on both sides of the roadway. These blue tops will remain in place to be used for the aggregate base course or paving operations. 4. Signs One set of stakes to locate each sign. 5. Delineators No survey will be provided. The Contractor shall install delineators as specified in the plans. 6. Striping City of Fort Collins will provide layout of all temporary pavement striping for the Contractor. 7. Mailboxes, Newspaper Boxes and Address Posts 74 W. Harmony Road Improvement Project Project Special Provisions ' REVISION OF SECTION 625 CONSTRUCTION SURVEYING . I .1 I 11 11 No survey will be provided. The Contractor shall reset all mailboxes, newspaper boxes and address posts per agreement with the property owner and approval by the Engineer. 8. Property Corners and Section Corners Reset property corners located along the right of way and section comers within the project grading limits. 75 1 W. Harmony Road Improvement Project Project Special Provisions REVISION OF 627 ' PAVEMENT MARKING Section 627 of the Standard Specifications is hereby revised for this project as follows: Subsection 627.01 shall include the following: The City of Fort Collins will furnish and install all permanent pavement markings and signing for the project. The Contractor is required to coordinate with the City for the completion of the work. u 76 1 W. Harmony Road Improvement Project Project Special Provisions REVISION OF 630 ' CONSTRUCTION ZONE TRAFFIC.CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.01 shall include the following: The City of Fort Collins will furnish construction zone traffic control. City Traffic Operation Crews ' will perform the traffic control required for the Harmony and Shields Intersection Improvement Project No AQC M455-074 and the Harmony Road Improvements Project. The Contractor is required to coordinate with the City for the completion of the work. All requests for initial setup of the major project phases that follow the traffic phasing plan indicated in the plans must be made 3 weeks prior to construction commencement. The Contractor shall allow ten (10) days for advanced warning signs. All requests for flaggers must be made and updated at the weekly progress meetings for the following week. All requests for minor traffic control set ups must be made 72 hours prior to construction operations. I Increased Traffic Control costs caused by delays assessed to the Contractor will be the responsibility of the Contractor. 1 77 W. Harmony Road Improvement Project Project Special Provisions TRAFFIC CONTROL PLAN — GENERAL The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.09. The components of the TCP for this project are included in the following: ❑ City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Department of Transportation); or applicable statutory requirements of authority having jurisdiction. Fort Collins Handbook takes precedence over Manual of Uniform Traffic Control Devices. ❑ Section 630 of the specifications. ❑ Revision of Sections 100, 104, and 108 of these Project Specifications. ❑ Standard Plan S-63 0-1, Traffic Controls for Highway Construction, Case 11 and 18, and Standard Plan S-630-2. ❑ Signing and Striping Plans Special Traffic Control Plan requirements for this project are as follows: A. The` City of Fort Collins Traffic Operations crews will provide all construction traffic control for the project. The Contractor shall coordinate all construction phasing and construction traffic control requests with the City crews. This project will be constructed in conjunction with the Harmony Road Improvements Project. All work related to coordinating traffic operations with the adjoining project must be approved by the City Traffic Engineer. Submittals for major project phases shall be made at least three weeks before implementation of any element of the plan. Adjustments to the approved plan may be required by the Owner based on actual traffic operation. B. No work interfering with traffic flow on Shields Street shall be permitted during the hours of 7:00 AM to 8:30 AM or from 3:30 PM to 5:30 PM unless authorized in writing by the Traffic Engineer. C. Road closures will follow the phasing plan provided in the construction documents and plans. D. The Contractor shall maintain pedestrian and bicycle movements through the project site and the surrounding trails. The Traffic Control plan shall address the method of handling these movements. E. The Contractor shall, at all times, provide for emergency vehicle access into and through the construction site. F. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. G. Keep fire hydrants and water control valves free from obstruction and available for use at all times. H. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. 78 t I 1 n 1 I W. Harmony Road Improvement Project Project Special Provisions TRAFFIC CONTROL PLAN — GENERAL I. Provide and maintain continual temporary access for businesses and residences. J. Roadway Usage Between Operations - At all times when work is not actually in progress, Contractor shall make passable and shall open to traffic such portion s of the project and temporary roadways or portions thereof as may be agreed upon between Contractor and Owner and all authorities having jurisdiction over any properties involved. K. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. L. The Contractor shall coordinate Traffic Control activities with the City of Fort Collins Traffic Engineering and Electric Departments to assure that work activities by those departments are coordinated with the Contractor's activities. At the least 48 hours notice is required. M. The Contractor shall maintain 12'lanes throughout the project. N. The Contractor shall provide a flagger for equipment, trucks, or other pertinent construction equipment entering or leaving the construction area into traffic at all times. 79 I W. Harmony Road Improvement Project Project Special Provisions UTILITIES The following Utilities are known to be within the project limits: Utility/Agency Contact Phone Sanitary Sewer —City of Fort Collins Roger Buffington (970) 221-6854 Water — City of Fort Collins Roger Buffington (970) 221-6854 Fort Collins — Loveland Water District Terry Farrill (970)226-3104 (Water and Sewer) Storm Water — City of Fort Collins Glen Schlueter (970) 224-6065 Electric — City of Fort Collins Doug Martine (970) 224-6152 Forester — City of Fort Collins Ralph Zentz (970) 221-6302 Lighting - City of Fort Collins Janet McTague (970) 221-6700 Telephone - Qwest Bill Johnson (970) 377-6451 Electric — Poudre Valley REA Matt Organ (970)229-5311 Gas — Xcel Len Hildebrand (970)225-7848 Cable — Comcast Don Kapperman (970)567-0245 Traffic Operations — City of Fort Collins Ward Stanford (970) 221-6820 Pleasant Valley & Lake Canal Co Ed Wendel (970)226-4795 The work described in these plans and specifications will require full coordination between the Contractor and the Utility Companies, in accordance with Subsection 105.06 and while performing their respective operations, so the utility work can be completed with minimum delays to all parties concerned. The following utility work shall be performed by the Contractor: The Contractor shall be responsible for coordinating the adjustment of all utilities on this project and scheduling the work to coincide with construction activities. The Contractor shall keep each utility company advised of any work being done to their facilities by the contractor's forces, so that each utility company can coordinate their inspections for final acceptance with the Engineer. Provide written notice to each utility company, with a copy to the Engineer, prior to any work by a utility company that is to be coordinated with project construction. A minimum of three (3) calendar weeks of prior notice is required. Contractor to obtain necessary permits form the City and utility companies prior to starting construction activities. If needed, or as directed by the Engineer, the Contractor shall provide traffic control for any utility work to be coordinated with the project's construction, in accordance with an approved Method of Handling Traffic (MHT). 80 11 W. Harmony Road Improvement Project Project Special Provisions UTILITIES The Contractor shall coordinate with the City of Fort Collins Water, when resetting valves, CP test station, and adjustment of manhole. The Contractor shall coordinate with the Fort Collins — Loveland Water District, when resetting valves, CP test station, and adjustment of manhole. ' The Contractor shall also coordinate with the City of Fort Collins Traffic Department regarding the protection and adjustment of traffic signal equipment. The following utility work shall be performed by the Utility Company or their agents: Telephone — Qwest: Relocating and resetting pedestals and manholes ' Cable — Comcast: Relocating and resetting pedestals and manholes Lighting — City of Fort Collins: Relocate existing streetlights 1 Electric — City of Fort Collins: Relocate power poles, reset transformers, adjust manholes, and relocate boxes Electric — Poudre Valley REA: Relocate overhead power poles ' Gas — Xcel: Relocate gas line and markers Traffic Operations — City of Fort Collins: Resetting of traffic control boxes and signal relocations 1 General The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements"), when I excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least three (3) business days prior to commencing such operations. Contact the Utility Notification Center of Colorado (UNCC) to have locations of UNCC-registered lines marked by member companies. Call 1-800-922-1987 for locate requests outside the Denver Metro area. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavation or grading. I 1 0 The locations of utility facilities, as shown on the plans and profile sheets and described herein, were obtained from the best available information. All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in the work. 81 CONSTRUCTION PLANS FOR W. HARMONY ROAD IMPROVEMENTS FROM APPROX. 500' EAST OF STARFLOWER DRIVE TO APPROX. 50` EAST OF SHIELDS STREET AND FROM APPROX. 50` WEST OF SHIELDS STREET TO SENECA STREET FORT COLLINS, COLORADO DECEMBER 2008 ABBREVIATION LIST ANY AIR sEMOLEASEVALVE FF VALVE aLy OG RTER CL RUNPo METnL PIPE DE NAGEEASEMENT EL FES ND SECTION IL F LINE IV aREAK GH PoINT LF LEGEND O�rexwvwvr+xewxri, riArr � ngrasn.swrurrcxrurewuvoi DO rvizn cx.rtr..r,c �~ rrow_.eo,r.,rrnln¢eiuvr �.�.�..� cim,x„c,ani..�.2r, � rrrc,rosramrnu.�nrxewaro,r. __`_-J-- Wmx,.corvn,crc O >norc'cocoi+.i,cx.cuenacum s rximwc uiNonco+rtain �senr� rnmros[uawoecow�<u�r C =•�s�.w ewr�r.w,�r � yvoros�n,.mrn w., ® Fnis•�wrAnmc..cwr. 4��- nroro.u+rwAmcsrxu. vim.rcoccidrnrrm'.c TROUTMAN PARKWAY w RWAKE W 3W Z W a R �RkgV 4 W ROBIN W LANE m y, ° ORryFTG a W EGP G m F t7 W] yf2� 2 W WAKE W p0 ROBIN O U W LANE E HARMONYROAD a ,� U w rc°U K.Awn ° � z Y O 4 D NO � G N FRCC W I O W 2 .0 U ENTRANCE '= V IS ASHFORD COURT VICINITY MAP APPROX. 1 "=800' BENCHMARKS: BENCHMARK I: CITY OF FORT COLLINS BM# 1&94, NORTHEAST CORNER OFTHE INTERSECTION OF WEST HARMONYROAD AND SOUTH SHIELDS STREETON A CONCRETE TRAFFIC SIGNAL BASE. ELEV=5084.52 (NGVD 2929 UNADJUSTED) BENCHMARK2: 3-Y. "ALUMINUM CAP IN MONUMENT BOX. STAMPED PLS 5028. ELEV=5083.09(NGVD 2929 UNADJUSTED) CALL UTILITY NOTIFICATION CENTER OF COLORA00 811 Cl 2-SUVNEss D— IN ADVANCE SEFONE YW DIG. GRADE. OR — OR NE MARMNG OF UNDERGRCUND MEMBER URLInES, INDEX OF SHEETS SHEEP NO. DESCRIPTION OF SHEETS OFOUAKNTO E EARTHWORKDUANTME9 ecRINU. G M9 LPV,N S LOCATES e. ]3FILES N CCONMI o=9OACHAONnNOPLAN ATIR CROAILS SSECDONS 486> DET jagp4grft��ORK BY 4I Rs1 TRAPMSSIGNAL—S J CONTACTS: CITY OF FORTCOLLINS ENOINEE DEANNUNGNER 221 <Soe AETEC COMMUNICATONS NGLEODI BID SET JANUARY 2009 ESE FINALCONSTRUCTION vtA"W vREPARTHEDUNDERMY "CTsuPDWISION, LLNSANDSTATE-COWRAD08TANO wDSANOT CITY OF FORT COLLINS, COLORADO Fort Collins°L ��L W. HARMONY ROAD IMPROVEMENTS I ill IENGINEERING DIVISION �\-\ f�. °AL I .. I cKED I COVER SHEET I °` gl N/A 12/15/OR _ m r m m ■s m m m m m m m m m m m m m m m o m® i m m m m m m m m m m m m m m GENERAL NOTES I. ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF PUBLIC IMPROVEMENTS SHALL MEET OR EXCEED THE STANDARDS AND SPECIFICATIONS SET FORTH IN ME LARIMER COUNTY URBAN AREA STREET STANDARDS AND APPLICABLE STATE AND FEDERAL REGULATIONS. MERE MERE IS CONFLICT BETWEEN THESE PLANS AND THE SPECIFICATIONS, OR ANY APPLICABLE STANDARDS, ME MOST RESTRICTIVE STANDARD SHALL APPLY. ALL WORK SHALL BE INSPECTED AND APPROVED BY THE CITY OF FORT COLLINS, 2. ALL REFERENCES TO ANY PUBU91ED STANDARDS SHALL REFER,TO ME LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 3. ALL SANITARY SEWER, STORM SEWER. AND WATER LINE CONSTRUCTION, AS WELL AS POWER AND OTHER 'DRY' UTILITY INSTALLATIONS. SHALL CONFORM TO ME CITY OF FONT COLLINS STANDARDS AND SPECIFICATIONS. 4 THE TYPE. SIZE. LOCATION AND NUMBER OF ALL KNOWN UNDERGROUND UTILITIES ME APPROXIMATE MIEN SHOWN ON ME DRAWINGS, IT SHALL BE ME RESPONSIBILITY OF THE CONTRACTOR TO VERIFY THE EXISTENCE AND LOCATION OF ALL UNDERGROUND UOUTIES ALONG THE ROUTE OF THE WORK BEFORE COMMENCING NEW CONSTRUCTION. ME CONTRACTOR SHALL BE RESPONSIBLE FOR UNKNOWN UNDERGROUND UTILITIES. 5. ME CONTRACTOR SHALL CONTACT ME UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 811. AT LEAST 2 WORKING DAYS PRIOR TO BEGINNING EXCAVATION OR GRADING, TO HAVE ALL REGSTERED UTIUTY LOCATIONS MARKED. OMER UNREGISTERED UTILITY ENTITIES (I.E. DITCH / IRRIGATION COMPANY) ARE TO BE LOCATED BY CONTACTING ME RESPECTIVE REPRESENTATIVE.UTILITY SERVICE LATERALS ARE ALSO TO BE LOCATED PRIOR TO BEGINNING EXCAVATION OR GRADING. IT SHALL BE ME RESPONSIBILITY OF ME CONMACTOR TO COORDINATE ME RELOCATION OF ALL EXISTING UTILITIES MAT CONFLICT NM ME PROPOSED IMPROVEMENTS SHOWN ON THESE PLANS. 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES DURING CONSTRUCTION AND FOR COORDINATING WITH THE APPROPRIATE UTILITY COMPANY FOR ANY UTILITY CROSSINGS REQUIRED, 7, IF A CONFLICT EXISTS BETWEEN EXISTING AND PROPOSED UTILITIES AND/OR A DESIGN MODIFICATION IS REWIRED. ME CONTRACTOR SHALL COORDINATE WIN ME ENGINEER TO MODIFY ME DESIGN. DESIGN MODIFICATION(S) MUST BE APPROVED BY ME CITY OF FORT COLLINS PRIOR TO BEGINNING CONSTRUCTION. B. ME CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION NM ALL UTIUTY COMPANIES INVOLVED. TO ASSURE NAT THE WORK IS ACCOMPLISHED IN A TIMELY FASHION AND WIN A MINIMUM DISRUPTION OF SERVICE. ME CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING, IN ADVANCE, ALL PARTIES AFFECTED BY ANY DISRUPTION OF ANY UTILITY SERVICE AS WELL AS ME UTILITY COMPANIES. 9. NO WORK MAY COMMENCE WITHIN ANY PUBLIC STORM WATER, SANITARY SEWER OR POTABLE WATER SYSTEM UNTIL ME CONTRACTOR NOTIFIES ME UTILITY PROVIDER. NOTIFICATION SHALL BE A MINIMUM OF 2 WORKING DAYS PRIOR TO COMMENCEMENT OF ANY WORK. AT ME DISCRETION OF THE WATER UTILITY PROVIDER, A PRE -CONSTRUCTION MEETING MAY BE REQUIRED PRIOR TO COMMENCEMENT OF ANY WORK. 10. ME CONTRACTOR SHALL SEQUENCE INSTALLATION OF UTILITIES IN SUCH A MANNER AS TO MINIMIZE POTENTIAL UTILITY CONFLICTS. IN GENERAL, STORM SEWER AND SANITARY SEWER SHOULD BE CONSTRUCTED PRIOR TO INSTALLATION OF ME WATER LINES AND DRY UTILITIES. 11. ME MINIMUM COVER OVER WATER LINES IS 5 FEET AND THE MAXIMUM COVERTS 6 FEET UNLESS OTHERWISE NOTED IN THE PLANS AND APPROVED BY THE WATER UTILITY. 12. A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REQUIRED IF DEWATERING IS REQUIRED IN ORDER TO INSTALL UTILITIES OR WATER IS DISCHARGED INTO A STORM SEWER, CHANNEL. IRRIGATION DITCH OR ANY WATERS OF ME UNITED STATES. 13. ME CONTRACTOR SHALL COMPLY WIN ALL TERMS AND CONDITIONS OF ME COLORADO PERMIT FOR STORM WATER DISCHARGE (CONTACT COLORADO DEPARTMENT OF HEALTH. WATER QUALITY CONTROL DIVISION, (303) 692-3590). ME STORM WATER MANAGEMENT PLAN, AND ME EROSION CONTROL PLAN. 14. NO WORK MAY COMMENCE WITHIN ANY IMPROVED OR UNIMPROVED PUBLIC RIGHT-OF-WAY UNTIL A RIGHT-OF-WAY PERMIT OR DEVELOPMENT CONSTRUCTION PERMIT IS OBTAINED FROM LARIMER COUNTY. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. ME CONTRACTOR SHALL NOTIFY ME CITY OF FORT COLLINS ENGINEERING INSPECTOR (FORT COLLINS - 221-6605) AND ME CITY OF FORT COLLINS EROSION CONTROL INSPECTOR (FORT COLLINS - 221-6700) AT LEAST 2 WORKING DAYS PRIOR TO ME START OF ANY EARN DISTURBING ACTIVITY, OR CONSTRUCTION ON ANY AND ALL PUBLIC IMPROVEMENTS. 16, PRIOR TO ME COMMENCEMENT OF ANY CONSTRUCTION, ME CONTRACTOR SHALL CONTACT ME LOCAL ENTITY FORESTER TO SCHEDULE A SITE INSPECTION FOR ANY MEE REMOVAL REWIRING A PERMIT. 17. ME CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING. BUT NOT LIMITED TO. EXCAVATION, MENCHING, SHORING, TRAFFIC CONTROL, AND SECURITY. REFER TO OSHA PUBLICATION 2226. EXCAVATING AND TRENCHING. 18. PRIOR i0 THE COMMENCEMENT OF ANY CONSTRUCTION THAT WILL AFFECT TRAFFIC SIGNS OF ANY TYPE, ME CONTRACTOR SHALL CONTACT THE CITY OF FORT COLLINS TRAFFIC OPERATIONS DEPARTMENT, TRIO WILL TEMPORARILY REMOVE OR RELOCATE ME SIGN AT NO COST i0 ME CONTRACTOR: HOWEVER, IF ME CONMACTOR MOVES THE TRAFFIC SIGN MEN ME CONMACTOR WILL BE CHARGED FOR ME LABOR. MATERIALS AND EQUIPMENT TO REINSTALL ME SIGN AS NEEDED. 19. ME CONTRACTOR IS RESPONSBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED IMPROVEMENTS, SHOWN ON THESE DRAWINGS, OR DESIGNATED TO BE PROVIDED. INSTALLED. OR CONSTRUCTED. UNLESS SPECIFICALLY NOTED OTHERWISE. 20. OIMENSICNS FOR LAYOUT AMID CONSMUCTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN, CONTACT THE DESIGNER FOR CLARIFICATION, AND ANNOTATE THE DIMENSION ON ME AS -BUILT RECORD DRAWINGS. 21. ME CONTRACTOR SHALL HAVE, ONSITE AT ALL TIMES. ONE (1) SIGNED COPY OF ME APPROVED PLANS ONE (1) COPY OF ME APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR ME JOB. 22, IF. DURING ME CONSTRUCTION PROCESS. CONDITIONS ARE ENCOUNTERED MACH COULD INDICATE A SITUATION NAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS. THE CONTRACTOR SHALL CONTACT THE DESIGNER AND THE CITY OF FORT COLONS ENGINEER IMMEDIATELY. 23. ME CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT ON ME CONSTRUCTION SITE, AND AVAILABLE TO ME CITY OF FORT COLLIN'S INSPECTOR AT ALL TIMES. UPON COMPLETION OF ME WORK, ME CONTRACTOR(S) SHALL SUBMIT RECORD DRAWINGS TO THE CITY OF FORT COLONS ENGNEER, 24. ME LOCATION AND DESCRIPTION OF ME NEAREST SURVEY BENCHMARKS (2) FOR ME PROJECT AS. WELL AS ME BASS OF BEARINGS ARE AS FOLLOWS: BENCHMARK 1: CITY W FORT COLLINS BMN 16-94. NORTHEAST CORNER OF THE INTERSECTION OF WEST HARMONY ROAD AND SOUTH SHIELDS STREET ON A CONCRETE MAFFIC SIGNAL BASE. ELE-5084.52 (NGVD 2929 UNADJUSTED) BENCHMARK 2: 3-14/' ALUMINUM CAP IN MONUMENT BOX. STAMPED PLS 5028. ELEV-5083.09 (NGVD 2929 UNADJUSTED) 25.'ALL STATIONING IS BASED ON CENTERLINE OF ROADWAYS UNLESS OTHERWISE NOTED. . CITY OF FORT COLLINS, COLORADO Fort Collins ENGINEERING DIVISION r 1IZ_ G N RA NO7 (-ON7) 26. EXISTING CURB. WiMR AND SIDEWALK, AS WELL AS EXISTING FENCES, TREES, STREETS. LANDSCAPING. STRUCTURES, AND IMPROVEMENTS DESTROYED, DAMAGED OR REMOVED DUE TO CONSTRUCTION OF THIS PROJECT, SHALL BE REPLACED OR RESTORED IN LIKE KIND AT THE CONTRACTOR'S EXPENSE, UNLESS OTHERWISE INDICATED ON THESE PLANS, PRIOR TO ME ACCEPTANCE OF COMPLETED IMPROVEMENTS. 27. WHEN AN EXISTING ASPHALT STREET MUST BE CUT, ME STREET MUST BE RESTORED TO A CONDITION EQUAL TO OR BETTER THAN ITS ORIGINAL CONDITION. ME EXISTING STREET CONDITION SHALL BE DOCUMENTED BY ME CITY OF FORT COLONS CONSTRUCTION INSPECTOR BEFORE ANY CUTS ARE MADE. PATCHING SHALL BE DONE IN ACCORDANCE WITH ME CITY OF FORT COLONS SMEET REPAIR STANDARDS, ME FINISHED PATCH SHALL BLEND M SMOOTHLY INTO ME EXISTING SURFACE. ALL LARGE PATCHES SHALL BE PAVED WITH AN ASPHALT LAY -DOWN MACHINE. IN SMEETS WHERE MOREMANONE CUT IS MADE. AN OVERLAY OF* ME ENTIRE SMEET WIDTH, INCLUDING THE PATCHED AREA, MAY BE REQUIRED. ME DETERMINATION OF NEED FOR A COMPLETE OVERLAY SHALL BE MADE BY ME CITY OF FORT COLONS ENGINEER AND/OR ME CITY OF FORT COLONS INSPECTOR AT ME TIME ME CUTS ARE MADE. 28. UPON COMPLETION OF CONSTRUCTION, ME SITE SHALL BE CLEANED AND RESTORED TO A CONDITION EQUAL TO, OR BETTER THAN, THAT MHICH EXISTED BEFORE CONSTRUCTION, OR TO ME GRADES AND CONDITION AS REQUIRED BY THESE PLANS. 29. AFTER ACCEPTANCE BY THE CITY OF FORT COLLINS. PUBLIC IMPROVEMENTS DEPICTED IN THESE PLANS SHALL BE GUARANTEED TO BE FREE FROM MATERIAL AND WORKMANSHIP DEFECTS FOR A MINIMUM PERIOD OF TWO YEARS FROM ME DATE OF ACCEPTANCE. 30. A PAVEMENT MIX DESIGN, SIGNED AND STAMPED BY A COLORADO LICENSED ENGNEER, MUST BE SUBMITTED TO ME JOB MIX ENGNEER FOR APPROVAL. PRIOR TO PLACEMENT OF ANY ASPHALT. 31. WHERE PROPOSED PAVING ADJOINS EXISTING ASPHALT, ME EXISTING ASPHALT SHALL BE SAW CUT, A MINIMUM DISTANCE OF 12 INCHES FROM ME EXISTING EDGE, i0 CREATE A CLEAN CONSTRUCTION JOINT. ME CONTRACTOR SHALL BE REWIRED TO REMOVE EXISTING PAVEMENT TO A DISTANCE WHERE A CLEAN CONSMUCDGN JOINT CAN BE MADE. WELL CUTS SHALL NOT BE ALLOWED. MERE SHALL BE NO SEPARATE PAYMENT FOR SAWCUTANG. 32. VALVE BOXES AND MANHOLES ARE TO BE BROUGHT UP TO GRADE AT ME TIME OF PAVEMENT PLACEMENT OR OVERLAY. VALVE BOX ADJUSTING RINGS ARE NOT ALLOWED. 33, A WATER MUCK SHALL BE KEPT ON -SITE AT ALL TIMES DURING EARTHWORK ACTIVITIES FOR DUST ABATEMENT. 34, TEMPORARY EROSION CONTROL MEASURES SHALL NOT BE REMOVED UNTIL SUCH TIME AS ALL TRIBUTARY -DISTURBED AREAS ARE SUFFICIENTLY STABILIZED IN ME OPINION OF THE CITY EROSION CONTROL INSPECTOR, TO MINIMIZE EROSION POTENTIAL. 35, WHEN TEMPORARY EROSION CONTROL MEASURES ARE REMOVED, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ME CLEAN-UP AND REMOVAL OF ALL SEDIMENT AND DEBRIS FROM ALL DRAINAGE AND OMER PUBLIC FACILITIES, 36. ME FOLLOWING SHALL DESIGNATE LIMITS OF TOPSOIL: TOPSOIL- DENOTES AREAS FROM THE BACK OF WALK TO THE TOE OF SLOPE OR DISTURBED AREA BEHIND BACK OF WALK, TOPSOIL SPECIAL (MEDIAN AND PARKWAY AREAS) - DENOTES AREAS BETWEEN ME CURB AND WALK (3" DEPTH) AND ME MEDIAN PLANTERS (APPROXIMATELY 48' DEEP) 37. ME TYPE OF COMPACTION FOR THIS PROJECT SHALL BE ASHTO i99. 38. FOR PLAN OUANTITIES OF BITUMINOUS MATERIALS, ME FOLLOWING RATES OF APPLICATION WERE USED TACK COAT EMULSIFIED ASPHALT AT 0.10 GAL/SO YO (DILUTED) (SLOW SETTING) 81TUMINOUS PAVEMENT AT 110 LBS/SO YD/1 INCH AGGREGATE BASE COURSE AT 110 LBS/SO YO/I INCH 39. SHOULDER DROP OFFS WILL BE GRADED TO A SLOPE OF 3:1 OR GREATER OVERNIGHT. TREE PROTECTION NOTES- 1. EXISTING TREES MARKED FOR PROTECTION AND PRESERVATION SMALL NOT BE REMOVED. 2. HEAVY EQUIPMENT SHOULD NOT BE ALLOWED TO COMPACT OVER THE SOIL OVER THE ROOT ZONE OF EXISTING TREES. 3. AVOID CUTTING SURFACE ROOTS WHEREVER POSSIBLE. SIDEWALKS AND PAVING LEVELS SHOULD BE CONTOURED SUFFICIENTLY TO AVOID DAMAGE. 4. ROOT CUTS FROM EXCAVATION SHOULD BE DONE RAPIDLY. SMOOTH FLUSH CUTS SHOULD BE MAZE. BACKTILL BEFORE THE ROOTS HAVE A CHANCE TO DRY OUT AND WATER THE TREE IMMEDIATELY. 5. PRIOR TO CONSTRUCTION, ALL PROTECTED TREES SHALL HAVE ORANGE PROTECTION BARRIER FENCING ERECTED, WHICH AS A MINIMUM ME SUPPORTED BY 1' X I' OR SIMILAR STURO1 STOCK, FOR SHIELDING OF PROTECTED TREES. NO CLOSER THAN SIX (6) FEET FROM THE TRUNK OR ONE HALF (1/2) OF THE DRIP LINE. WHICH EVER IS GREATER. WITHIN THIS PROTECTION ZONE THERE SHALL BE NO MOVEMENT OF EQUIPMENT OR STORAGE OF EQUIPMENT, MATERIALS, DEBRIS, FILL OR CUT UNLESS APPROVED BY THE CITY FORESTER. 6. ALL EXISTING TREES SHALL BE PRUNED TO ME CITY FORESTER'S 'MEDIUM PRUNE STANDARDS.' 7. WITHIN THE DRIP LINE OF ANY PROTECTED EXISTING TREE, MERE SHALL BE NO CUT OR FILL OVER A FOUR -INCH DEPTH UNLESS A QUALIFIED ARBORIST OR FORESTER HAS EVALUATED AND APPROVED THE DISTURBANCE. B. DURING THE CONSTRUCTION STAGE OF DEVELOPMENT, THE APPLICANT SHALL PREVENT THE CLEANING OF EQUIPMENT OR MATERIAL OR THE STORAGE OR DISPOSAL OF WASTE MATERIAL SUCH AS PAINTS, OILS. SOLVENTS. ASPHALT, CONCRETE, MOTOR OIL OR ANY OTHER MATERIAL HARMFUL TO THE LIFE OF A TREE. WITHIN THE DRIP LINE OF ANY PROTECTED TREE OR GROUP OF TREES. 9. NO DAMAGING ATTACHMENT, WIRES, SIGNS OR PERMITS MAY BE FASTENED TO ANY PROTECTED TREE. W. HARMONY ROAD IMPROVEMENTS 2 GENERAL NOTES °` January 17, 2006 7 REVISION OF SECTION 702 BITUMINOUS MATERIALS R'.'� Table ?`U_'-5 EX1 man mmmmmmm-mmmmmmmm ®® o o®_ r m m m m m m m m m m m m m r m m m m m m m m m m r m m m m r m ® m m om® ® m m m m m m m m m m m r m 5g .V :4 a I ARAPAHOE FARM i W TOWNHOMES Q] = I I q�2 P.U.D.. I a Z I G REGENCYPARK I ZO I U FORT COLLINS SECOND j —` `• j _ SECOND FILING -- �2 II W AND HARMONY P.U.D. PINEVIEW P.U.D. zU K PHASE II l HARMONY ROAD W W ' HARMONY RIDGE P.U.D: 1 s —7 W CHURCHOFTHE THE RIDGE P.U.D. pE THE RIDGEP.U.D. WI THERIDGEP.U.D. BUTLER FOUR 6OUARE GOSPEL W p a z I = u -All I•- DD U U WE I 14 I II W W I y THE WOODLANDS p 1 0 q CONDOMINIUMS P.U.D. W J PINEVIEW P.U.D. N �\ I' IL THE FILING 5 ODLANDS PHASEII ', _-' I I HARMONY ROAD ___ea. an — — — U W.— RI P.U.D. BROPHY 1ST FILING I I NTRYSUBDIVISION FILING COFRONT RANGE 77CO MMUNITYCOLLEGE W IWE �I -- atyof DN .: loeme.:—.o 0o W. HARMONY ROAD IMPROVEMENTS CITY OF FORT COLLINS, COLORADO Fort Collins �. JDL ENGINEERING DIVISION ""�`�� tt ID.E: CwECNEDBY: ID.TE: EXPLORATORY BORING LOG LOCATIONS °J61 1"=100' 12 15 08 m r m m m m r m m m m m m m m m m m m BOREHOLE LOG M�FG4 R :_7- ,MBE COURSE Mr To APPROX. 13") AP';O-, I -ET-E-WREusE BOREHOLELOG !FG-11 La _XXX 11- TE --E TO O.A. BOREHOLELOG xtlA PE. - LT -'AOAPPROX.11.q SR -CLAY (APPR= M' To B. -OB TO BOREHOLELOO .0. 'ou AM A. 0O.RS1 (P =`F.-APMOX -S&W CUY (APPROX. I I TO �) sT BOREHOLELOG FG, I -rem MFG-13 - - - - - - -ASPHALT OMG-) BASE -(-OAPPRO.. ) - SR-i-AC(APPRTOM)OX. 1A SANDY CLAY (APPROX.- E.O-B-j 0 X- - - - - - BOREHOLELOG MFG-10 MAWTAINEOIAWN ie BOREHOLE LOO -L2LL- -T- m-u. ku� ASINALT1.70Tad S-- -CLAY(APPROZ-.1 TO --- A - City rt of CITY OF FORT COLLINS, COLORADO Fort I JOL .AM jDL I A ..... . .. HARMONY ROAD IMPROVEMENTS 18 ENGINEERING DIVISION 17,1A 12/15/OA EXPLORATORY BORING LOGS LEGEND FD EXISTING UTILTY EL 91.9 EXISTING GROUND ELEVATION T-4,3=57.6 TOP OF UTILITY-(DEPTH)=(ELEVATION) BOTTOM OF UTILITY-(DEPTH)=(ELEVATION) x Iws: City of W. HARMONY ROAD IMPROVEMENTS"` cr CITY OF FORT COLLINS, COLORADO FOPtC0ll1115 ao� dog 9 ENGINEERING DIVISION ' `��� �`"` I.E°"`° eY°" I EXISTING UNDERGROUND UTILITY LOCATES 61 1"=so" 12 15 08 m m m m= r m m m m r m m m® m= m m COMMUNRV COLLEGE^� 1 �I- � II I W � 4W .I 1 Z T THE WOODLANDS G a a 4 CO I FILING S T ---- --=�� "' HARMONYROAD : T-1 =COMMUNITYCOLLEG15 I' W FRONT RANGE �.f UU u rLLw I �� w CITY OF FORT COLLINS, COLORADO c'Ty°f rt CEA Foollins ENGINEERING DIVISION RA f�. LEGEND Tp EXISTING UTILITY EL' 91.9 EXISTING GROUND ELEVATION TOP OF UTILITY-(DEPTH)=(ELEVATION) B-4.8=87.1 BOTTOM OE UTILITY-(DEPTH)=(ELEVATION) DATUM ELEVATION 5000 - STA 23+50 STA 33+50 5100 - STA 33+50 TO 67+00 Ul W. HARMONY ROAD IMPROVEMENTS .EE 10 EXISTING UNDERGROUND UTILITY LOCATES I 61 9(Vr�f2 N RAPAHOE FARM .D. TOW US P.U.D. 0 I/. [IXiNERaSNDLION ], i6N, \ \ P IN A Ks 6TAuvE% DN 100) las' a a,�,�YROAO HARMONY RIDGE P.U.D.. ar THEINTERNATIONAL Olpw: rABIC W CHURCH OF THE FOURSQUAREGOSPE'. OD I O 1 I PONr /591 Nw CORNER KC— 2. T6N R69w FOUND S-1/A' AL—U. CAP uM.E.T 60x. PINEVIEW P.U.D. NSTAUPEN PLS 12a PHASEII 02996.Sb E ta9.Da H W WESTBURY P.I.I.D. BROPHY .D. I 1 ST FILING REGENCYPARK 1 ZO U FOR COLLINSSECOND SECOND FILING _ Z W AND HARMONY P.U.D. PINEVIEW P.U.D. [ € � • EU W PHASEII M HARMONYROAD z A A ___ HE RID O C THE RIDGE P.U.D. IK THE RIDGE P.U.D. BUTLER ZD D W U A. W I I rc THE WOODLANDS D —LE. I 1oD I I CONDOMINIUMS P.U.D. K I a. Ir Q THEW ODLANDS FILING 6 A HARMONY ROAD Uw UU Ez 7co I FRONT RANGE OMK rAaEE NTRY SUBDIVISION FILING 2 COMMUNITY COLLEGE W LARKBOROUGH P.U.D. THE WOODLANDS P. T I — N 1/4 CORNER MCT10N 2, i6N R691 FILING B fq ND 1-1/4' ALU19iUM CAP MONUMENT 60%. STAMPED KS 5025 W -- Z -- N IO7a92.92 E 1920aa.22 _ _ _ f Q �• Iw RYSUBDIVISION COVENTRY SUBDIVISION FILINGI FILING 2 I CITY OF FORT COLLINS, COLORADO acyof Fort Collins ENGINEERING DIVISION W. HARMONY ROAD IMPROVEMENTS 11 HORIZONTAL CONTROL PLAN I °` 61 I Ex 6's 6' 90Ewu�11—\�yI jI Em¢ll�mAw-.N �9)I�gAA��taRAA�4 II _ I � II _PnY (Y L'lD�sf A-1 C1(D SpBWADC HARMONY ROAD TYPICAL SECTION # 1 (STA 16+GO To STA 19+50) STA 19+50 TO STA 20+30 TRANSITION TO HARMONY ROAD TYPICAL SECTION #2 1xo'! Rar I ro•! n-R 6 _---- rt M�T TI rtD q"lrM�r Er S.ECNA✓ ! •9wLL/J I r fJ' CAG� Ew C•C��w/ • CWPACRO SOBGRAM HARMONY ROAD TYPICAL SECTION #2 (STA 20+30 TO STA 23+60) STA 23+60 To STA 24+30 TRANSITION TO HARMONY ROAD TYPICAL SECTION #3 LID! ROx wAtic 1.Z fib'+ 1Y IAVE TPA— —Ax vAMES b 1' IIz'-1s.) mANEL--1T gAv(L .1 'AR45v —III- I vARp; �� 2x (IC E 372. f 11Y rI e w11P crt�Er w/ ' PAvfuMT YCTgx (Tro.) rroE 2 (Scow Pal C6 IBM xort 1� HARMONY ROAD TYPICAL SECTION #3 (STA 24+30 TO STA 25+75) STA 25+75 To STA 26+55 ! TRANSITION TO HARMONY ROAD TYPICAL SECTION #4 S e 21 C T S .MRRNE Lq:AMq AN w SxEEr 6' [psACRD SIRdADC rRRFwArto uwERw.IN } (.CHIN FB) Gat i 14=7 I I ;_ I I I I. IL, rroE i (Stow ref b' C6IFACrt0 SI6xRADE 2a' vAVECxr YCTxxI (iro.) ' PAV(uwT ffCt1w IM mPE ] TYPE z (Scow Ie) Fec (SE NDrt I) I (SQ xOrt 11 ) GGnw uS) I ux w/ HARMONY ROAD TYPICAL SECTION #4 °CdOiCRp J"�AOC - (26+55 To 28+ 19) • EMYi1"o"awR STA 28+19 TO STA 29+79 TRANSITION TO HARMONY ROAD TYPICAL SECTION #5 CITY OF FORT COLLINS, COLORADO ENGINEERING DIVISION 'SOEMN7t ;�I�rRni(L uEgnx LplrNax�l�rn KL�vMECS I (6 C SDErAtx DE I Ih.E 2 (YC InM B) UD 6' GOwnCRD SUBCRnDE 26 PnvEu[xT ffI — (Tro.7 M' PA_T Stnw irP[ 2 (-- I.) C! (SC NOR 11 I (YC -ITE 1) HARMONY ROAD TYPICAL SECTION #5 (29+79 TO 31 +40) STA 31 +4O TO STA 32+4O TRANSITION TO HARMONY ROAD TYPICAL SECTION #6 HARMONY ROAD TYPICAL SECTION #6 (32+40 To 33+90) STA 33+90 To STA 34+70 TRANSITION TO HARMONY ROAD TYPICAL SECTION #7 ."I 6' voEw•q }x 1_ I 3V %. I I I I tt�Si w/ DCcTro1. N a CwPACrt 50BwAM ((KC-10) C6G _ 28 PAVEMENT C OTE 1 I 6' vAYNMT SEC_ ( (SIB No. I) '_ 2 (YCnw .B) FAc HARMONY ROAD TYPICAL SECTION #7 (34+70 TO 35+70) STA 36+70 To STA 36+90 TRANSITION TO HARMONY ROAD TYPICAL SECTION #6 Y g }5' mT e�soEw.lx 2. e .� I . ----- rtD vJxsnDE } (ffCMx M) CAC NOTE 1. ME 25' PIAIENT YCRw SHALL Cq}SIST I THE F0.LOVANG: 2- NNA GRADING S (I.) (PG II Hu• "AGING SG (IM) (PG 58-26)(2-3• LIFTS) 6• ABC (CLASS 6) 12• FLY ASH TREATED SOBGRADE I. ME 27• PAVEMENT YCTgN SHAM CONSIST OF ME —DAMG: L2• HMA GRADING S (11) (PG 11-11)7HMA GRACINGSG 0.) (PG SB-28)(2-J 5• LIFTS) a'ABC(CLASS 6)2• FLY ASH TRErtD`.MME 22.5" CONCRETE SCR. SHALL CCN.Sr DF THE O06tNG 0PORRAND CEMENT CCACREM (CLASS III 12• FLY ASH TREATED SOBGRADE ME CdPACTE0 WO CE NEEDED BENEAM PAVEMENTS CAN M INCRCANIC EN -SIDE M SIMILAR OFF -SITE SDI S w1M 1. PERCENT PASSING ME 6-INCH SCVE. RACED IN B-INCH MAMUMM MOOSE LIFTS AT 2 PERCENT BELDN TO 2 PERCENT ABOVE OPINOM 0— CMTENT AND CWPACTED M AT MAST 95 PERCENT OF STANDARD PROCT0R MAYYMM DRY DENSITY (ASM M11). G ACTC0 /B IMADE ESNT r vutCs'uo':-120'! �vAaTR }6•-N' R- .,--I , I C ]' ORATE MAKL mAKL I r ^� -{I B vvug5—vARCAS q^Ni 12 SxdA➢ERT7� 1IY-1.' mAVE qK[ PATuw•r } — I Z t____ ,I I}� I mES� ' NNR[NRIRE• u71I r (YCTW B2 21-23ft. A�r TroE 2 (� Cow re) C&G J ' PA 1) Y<nw (m.))))) TroE a' mi1lA r/ (sM x6rt p C. v,ew.DE PAENT SE ABC (El•b$ b) 2 (YCDw •BI ClG HARMONY ROAD TYPICAL SECTION #8 (36+90 To 37+53) STA 37+53 TO STA 39+ 13 TRANSITION TO HARMONY ROAD TYPICAL SECTION #9 r,clygrolt� DRANK Y: W. HARMONY ROAD IMPROVEMENTS ,.�ort_ C/�°L ID �°� � GIN B BY: A _ N/A I/A I Al2%15/08 I I I TYPICAL SECTIONS I I TYPICAL SECTIONS 12 a January 17, 2008 ' 8 RE)/ISION OF SECTION 702 BITUMINOUS MATERIALS 702.04 Asphalt Rejuvenating Agents. Asphalt rejuvenating agents (ARA) shag be composed of a petroleum resin -ail base uniformly emulsified with water and shall conform to the physical and chemical 1 requirements of Table 702-6 or ASTM D 4552_ Table 702-6 AI;P'RAT.T RF_T TV7FN.ATTNG AGFN-T J tj Property Test Method Requirement Viscosity, S.F., @ 25 °C (77 °F), s ASTM D 244 20-40 `.Residue;:%min', (, ASTM D 244 :60=65. 'Miscibility Test ASTM D 244 No I I coagulation Sieve Test, %.max- ASTM D 244 0.10 Particle Charge Test ASTM D 244 Positive ASTM D244 (Mod): E I VSscosity, 60 'C (140 °F), mm'ts ASTM D 445 100 - 200 Flash Point, COC, '. C, min. ASTM D 92 196 Asphaltenes, % max. I ASTM I 1.0 -`Maltertes Dist PC+A,: ASTM 0.3-0.6 Ratio S+A. D 2006 Saturated Hydrocarbons, % ASTM 21-28 D 2006 '.ASTM D244 Modified Evaporation: Test for,percent of residue is made by heating 50-gram sample to 149 "C(300 `F) until foamingi . ceases, then cooling immediately and calculating results. 3 Test procedure identical with ASTM D244 except that 0.02 Normal Calcium Chloride, solution shalt be used in plate of distaled water..' 3 Test procedure'identical with ASTM D244 except that distOL-d water, shall be used in place of 2% sodium oleate solution., In the Mattertes Distribution Ratio Test by ASTI'd Method D4124: PC = Polar Compounds S = Saturates ` A, = First Acid'afTin ' A, = Second Acidaffins For hot4n-place recycling ARA 1P is an acceptable alternative to ARA. ARA-1P shall meet the requirements below: ' Emulsified Polymer Moffified Asphalt Rejuvenati`.rtg Agent (ARA-1P) for use in hot4n-place recycling of bituminous pavements shall be modited with a minimum of 1.5 percent styrene-butadiene solution polymer. The finished product shWI conform to the physical requirements fisted in Table 702-7 below. i I< N7==r I (YE ro) DaG p, N w wa� DE npc i (YCMN +1 cac (YE x0rzEi1r u rmE ] (YCTd m) ac �P .EMMa (YE Mort �) HARMONY ROAD TYPICAL SECTION #9 (39+ 13 To 39+80) .Rrt5 2a'TRA_-.3' R- OA Ca !'tTRA_ SOE..Lx• AN Y— II DR —NI I exE v—s —vAart5 �! .i .] C —ID't p PAass.r• BYC • _ �si� COYR ....... NTIIRE 90E•w�µK (__r--_N I (YCMx ) (YC— AB) UL� IS¢ xorzNCil Y T. —w TO $1. w ABC (-- a :O�SEO e' 90E.ux m.N9TCx5 TO E.-.n . !' SWE.Nt A. M' P.Lfufxr YLnM (irP.7 va0pO5ED e' PAMVAr ARAN�Tgx$ ID E.I.L 20P.ax..r (ssE 1rort �) HARMONY ROAD TYPICAL SECTION # 10 (39+60 To 40+60) STA 40+60 To STA 41 +50 TRANSITION TO HARMONY ROAD TYPICAL SECTION # 1 1 I? NRx —I-PoxE �ro vEl �ro L4—I—LRT TIPM vNM1CS —.., _..—I—�._.5�—BatC P _ ] (—N ro) C! cre �: rza ro� II.S COx[a[rz (YE No. » x Ill— A°f l.sE x tuclwx .e7 uc cxE +Drta_ ilr 11— sax w/ HARMONY ROAD TYPICAL SECTION # 13 a• C—A—A. (50+85 To 53+SO) Issc xr•L, 9rt[r ) STA 53+50 To STA 55+08 TRANSITION TO HARMONY ROAD TYPICAL SECTION # 14 E�Ca T! -R v.aES (]°!• - e3' Si' R-R a SIX..0 p tNlrt a•: ,r r .m r �]• e' Pox[ TR.rtt Lfl NABS 1N�YL 1N.KL pV�REs la'-5'f I -x_..r�' I i x_RS _ _ ir, z L(, uG� PALEUMT YCnOx (rn.) 2Y PAKUCxT YLRON (Tro.) .• PoOC�Kx ./ (YE Norz I) I (SEC NOTE ]) a' COWACTEO 9JBOIADE —E I (YC,- rol ceD rn[ I (uc— fa) <ac HARMONY ROAD TYPICAL SECTION # 14 (55+08 To 56+50) v.^^xa:s '! vofwux fjj g S2-111 x A—Rrt v.a[5 �Tumlr.x - w v.n45 �0�'f-TRAI�OS'S ]] R rt v Sla ONMn O _-_-___.�__ Y.Rxvr - - lR.t4LR—R—m. — I 5 —,AVEL—m.vil-- v° .Lx rzu[SulMvuxCS°pN xubSCAK = (w 5-5} RAroES Kaf,w, _ } i wE PoxC —I i }s ].Ss 3- - v vAmCS IF NOT }x- NNx[ LMw.ek r---- Na[ rwE ] (XcnPv e) ceG PAxtu[x, Xcnpi (rw,l E }e' P—MENT SECTION SNALL CONSIST OF ME r0LLMRNfi. }s ,f nPE } la CSC ael UG (SCE xOIE 11 L `(v . i (Cu55 e) z' HUA w.DINc 5 (oo) (Po a.-]e) Ca CeGJ :Y pAaEUEx CnOv (Tw.7 (YC Y pANUMI YCnOx (Tw.) 6 CMpAIx w 6' NYA fAADING SG'( W) (C 59-IB)(}-3' UGrS) CA _ SUBw•OC 2a' OAVEMMr TON ltw,l 6 ABC (CUSS 6) (XE NOR ]) Y 1 (XC NOrz }) rroE ] (XCTNIH fel UG (YE NOW I) IT — ASH TREATED SUBG�ADE HARMONY ROAD TYPICAL SECTION # 1 1 I (41+507042+83) 2, ME 27' PAYEMEBT —ON SHALL C—ST OF THE TOLL—C: A R I HARMONY ROAD TYPICAL SECTION # 15 I _ ]' HMA 10 ( C NC 6 (PC e.-]a) is is STA 42+83 To STA 47+00 r NY. NC sc iaD) (Pc se-ze)(I-3.5• urrs) (56+50 To 58+76) TRANSITION TO HARMONY ROAD TYPICAL SECTION # 12 6' ABC (CLASS el (Y•'J > �vAaES ]ate'-.]' R-[Oro: n45 i�tl+.aEl+1� vxRS-4� =Aart� AR OOlOEa I I F�;_ I NNa[-------�J I I (XD� DAc Twc ] f6 cnw m) cac�TYPE ' .aC f¢•ss a m n..EMcxT ffcsETI[°MNoic i . l] Rr A. TREATED —CRADE 3. ME 22.5" CONCRETE 5ECTON SNALL CW29ST CT ME FML—G_ ¢7—=LOC.nM OPOYO.P AP t El(v.TIW V Cx.xMl v,oNN a SHEET J. iD3' RORRAND CEMENT CONCRETE (CLASS P) G (57+93 To 58+75) iI RY ASH TREATED 918 CE i Ea Tf P w —a0w v.mE i00-10�'i 5 & (a'ix'i> W �s'°EN.Lx •is to �i.) xTiR n R�wv wis°p1 Na�—roiKl--S—�aNC rp' -=TBNE�TRS.KLIR.L4_ I —a C rr w' � L[IiL—BI�v.vi l,lN—i Ea(55 —6 . . — 2Y PA.EMMr SECTOR ])' P.vEupr YCRM (rW.) n• 90CVAU w/ 3'J CONtx[rz YCTgx (rm.) a' —RALr . �Bw (YC 1rorz Il (YE NOR ]) COUP•CTED NBQ.DC 22,1 NDTE ]) P.crzD lvP(2 (YC— fB) CeG l=YA LOL.b rnE 2 (ucm, m) cnc�� HARMONY ROAD TYPICAL SECTION # 12 d�M�C COYpAC ED SYBDR.00 NEEDED BENE/M PA EVEN 5 CAN BE (47+00To 48+75) NawYaC DN-9TE M SM AR Grr-9TE — — 100 PERCENT PASSNC ME 6-NCH 9EVE. RACED N 5-INCH WMYYY LOGY LRT AT 2 STA 48+76 To STA 50+BS PERCENT BEtow TO 2 PERCENT — OPnuW uasNRE coxrzNr AND COMPACTED TO AT LEAST 95 PERCENT O STANDARp PROCWR YA... SEE HARMONY AND SHIELDS INTERSECT10N PLANS MY DEx9TY (ASTY 0698). City of E9.EO Br: CITY OF .FORT COLLINS, COLORADO Fort Collins I5D EJ°` ENGINEERING DIVISION HARMONY ROAD TYPICAL SECTION # 16 90AN ON -El (58+75 TO 61 +25) STA 61 +25 To STA 62+ 15 TRANSITION TO HARMONY ROAD TYPICAL SECTION # 17 W. HARMONY ROAD IMPROVEMENTS T13 TYPICAL SECTIONS o 61 m m m m m m m m m m m m m m m m m i r iaiapw 8 9rc:wT r a_R mE:u —RlWtznapt BPR rR•TA ♦Ll LEiilznlp] � t �] b � Alms a' CWPACRp SUBWADE/ zr n•TcuENr ..E NOR 2) RO S90tAAM irK ] (SECT �M) C nPE 2 (RECDW @) A, NOTE. 22' VAMORNT SECT (tro.) T. ME 26' P.WMEHT SECTT. WALL CONSST a THE PDLLOMHG: (SR NOW 2) HARMONY ROAD TYPICAL SECTION # 17 62' NMA NM. WADING S (100) (PG 64-2a) WAUNc m (Tw) (a sa_2axz-D s s) (62+15 T 63+42) 6' ABC (CLASS 6) z• FLY ASH mC•RD ._ACC STA 63+42 TO STA 65+06 - 2. DTE 21' I —ENT SECTT- SNA(L I.— a THE rauowx¢ TRANSITION TO HARMONY ROAD TYPICAL SECTION # 18 2' HMA WADING S (IM) (PG a-2a) r NN• WADING m 0.) fTw se-zexx-D.s- Urrs) & � 62- nr TTREATED weW.DE s C. S, vAMci ios -ity € - 3. INE Mc5' C TE WCnOx sNA(E CWSRT a ENE IMOM(o. 2. ro ry n 1. ARNRArt saE.:u WNE m:vu— w:Nu T, TNA- m:rvEL eKE PVAREs ri2.s• I A'ANO CEMWT CO _ (u•ss P) •�i2' nv •TNEATFAweWATN: THE COMPACTED SIBWADE NEEDED RENE— PAVEMENTS CAN M-].S; r �rili r r2;�1.r.T PERCENT P�55NG E CA W AR .PLACEDSNLB-I MOA�IIYW LOOSE In AT 2 PENCEx1 BELOW TO 2 PERCENT ABOVE WOMVM z �11 SDCN]f N T ..STUW COxTENT AN O CU9ACR0 t0 AT LEAST 96 PERCENT OF EY GAO. 2r PAVEMWr SECT C—) a' SOENAUT w/ STANDARp PRpCTpz 4AMUM DRY OENSTY (ASTM 06M), 22' PAKMENT SECT (rYP.) ME NOR 2) a' CWPACRp waGxApE (YE NOR 2) TYPE 2 (SECT 0) CAD HARMONY ROAD TYPICAL SECTION # 18 (65+06 TO 66+80) RE9T9DN : DARN cI yor 6RxED BY eY: A GEED a W. HARMONY ROAD IMPROVEMENTS `Er CITY OF FORT COLLINS, COLORADO aD� IDRAPN��o� FOFt` C��� I6E .R: I ECNED BYr DA I I 14 eNclNeeRlNc DIVISION _ N/A �D 12/15/08 - TYPICAL SECTIONS E REGENCYPARK SECOND FILING • nur �xmau n0nrtn�r�� �'yi�l" _ �RI Im brt R WD B, I a rar 1. TO _x.rt w w xr mm ,ep, ;,pe r. p a rxrr .�R.�x a wusRcxr rxu<�ry�i0, ,.�-,D�nKxa �,� R rzrzwRR .. R.nr �,rKr OR,r rR a�x. xort0 c.aE •Rea RLa.Tmxs Ro uunrRxrs a.0 R .ERoeaO R wusT, caT.cr cwc.sr m aaw•rt aa.nw w .Busv r. ••oxE: rymr Rr-mU xwKmi sw*. rz w • xriw a ann r. �: (mr) •v nrz n 0w wxr•cT ew.ewmx n MtOcsnws •x0 .CWJsi�icxTs asLL R MBrwRO BrxN LKna. Cwr•CT nL¢ Ui[esr ra c0asxsTE rtr x w w,usnar. n�o•L. leml ns-re•e • r uws T. waL. (vrol R ertnrauc0 er vurc aw.nas cwr.cr .w srw0m ro cwr.cr Orr a rar n•mc .rt nnocxnw a aars r, rxb•L rym1 n� wfo�L� K arcs xr K •�uw•srrye¢ps urwyr Cna ro R Rrtwv'm rw[� �S � K wrs w WRn[vunnuG a Ems1, -L W- I-- MUOveL i•. sxyLwxRnun Oro 1 aca u ro • M RTrtroeD. K rm. s,x R �srRts �� sru�O.VgsK on a rar tg11•is —1. E—ETE 50Ew RE.OV.sL �e. Rxa su >a� xppxy umrCn rzy6�nLa wr x r¢q urpr sn�i[u 6 m R rProum er one+i m•r•[r •Lnr r,caL. mpq,� rym) in -spa E)OST. 1REE TO BE REUOVED e,w.a ro covm.xrt emuw• a .0usnrxr, amrtic. IseA eRe•�w�ec cwunmanoxs (neatwl cw.xcr xa ® EASI, — TO BE PROTECTED cBEE 801E ,I �—, I I I I III I REGENCY PARK— CONDOMINIUMS U a•�--- Z�I FORT COLLINS SECOND a v. n.ai, wYOY 111 IUIDD G, I s•d `u a I ANDHARMONYP.U.D. wl ilSD lia I .�. ,.. ,.. v.R• r•uPl.,Y1 I aµ''.m nr'Ir • xrw I I 14 � , n. i• .. - TRACT A _—�_ cars rx l':,th rorsiu` •m,w i ° ail n ' \I r�uceDo r ,ort r. a= _ uro .0 11 _T Diu PRu ® �F 1 — IJ C� T 7 �� _; v. �' _.� d.J� RID. ' n.u. .,. �•bf. ... .: r.T-�o0'.'K�...�/ aw. cu iai vl — .. I _ eo .rr we t Z^ .:i U •A o :A �V a .. '_ —i .. v_. �Yy? � _—.,.znr ! ,,�4 t !' _•_—.a-?_ � scwLE.I sa r • [� .m v hm ul R K ' — �� 'i � �„ iei P'nonlim wn ��r _ r _w � _— —f/ R[ . r.� . � W I I• i— �B- - -- ------ --- ----- z R li \ m Tm wR 0 .arm wr xos si �� V O THE RIDGE P.U.D. THE RIDGE P.U.D. ,y CITY OF FORT COLLINS, COLORADO ENGINEERING DIVISION z . . . . . . . . . . Cltyof ^ I _ W. HARMONY ROAD IMPROVEMENTS Fort Collin JDL15,I 1"=50' 1i/15/0A REMOVAL & RELOCATE PLAN 61 r———————— — — I—�I O Q F`Ipy a �2 LIMITS OF CONSTRUCTION 1 jyM1 (,I y (SEE HARMONY/SHIELDS INTERSECTION IMPROVEMENTS r 3 PINEVIEW P.U.D. PLANS FOR CONTINUATION) �m o�al.r m PHASE II I I PINEVIEWP.U.D. 2r=•v O I"',i I�tt°°"- � 4v. n do xnR.K `1Owvazi lm'c�c`n m`oxPPmi>a �i it I PHASE II � _ r I i al —� ------------- I =I . §a .�` 1([r•,ea:. w'ra — — — omx:on[ u""ortro — — — - ` — w x — ,�• ii a .I i aw rK xw, a •m xxrf n,.T _ _ J °•�_ f )) IT - 1 �s 7'r-t,�. *a '�ihh.s�'�X,•'f=[` `L.i'--rMARMONY ROAD-@ s..o°za .� .,,, .5 77 ,. •_ -I u rpq( ___ _[01 ����in Y�'._.7 S-� �� '. ?!?F• w �O- �1� � ,..: `�---�_—.�� b-r<�'r �'S�� �ru V � m: r.[ a.x ' cyx, r >, � _�� N _ y �� ®�_ �� _ _ ®_� ,� �i _ ike:� � i�€ �' [ +xxx.•xm �' � � 1 � . • I WESTBURY P.U.D.----� r1p BUTLER. , �:I I T '' IST FILING BROPHY ••�I I' I I' �• �• ,]{� � QI I � ®(m var urw�is:ivex�vx.xr °1n. I '• .I �:�'. I _ w 1i - I I R6j✓ O • I I I�_`- .%/ III ® I �� i 'I 'x�l 1. x mx w . xw rxdwr. orw rd mwnbrs d rwax urzx rosrs wnna¢s .o wx,rt �rzws x mxsmdnd [..rs s nor .m rd fo.a.mrzcTm x R.a. rxorzcmr rwa ar.K s] xsrwu .r P[ owlxc n.s .Pxr f.w a< x1m1TK ro 1x[ ww.ow CD •�, wc• worn rd d rxt d mr d dr. `(y.•;,.�., 5 xORTY (l[CRxt R0.0Undf ,rb wuSrN[xR 91w K Rrsbx(e er rvR" Cducr qa(, N COaNxnR rRW.nd d xpySr,Exr, n1bE: ]]s-s]n, ,yp., _ E[I NLL DEPTH "SPx"LT REUOVK 1xn dwYMlinoir'np (9rq ] Np w 0[ rTvmim er bn y rdr cbuxs ,q:r. rorP. C4rKr an 6 rdr c¢rx5 uwr n rupr m ca]miu¢ t/% r. xorm rt1p,gR . rx[x xbauriws ,ro Wafruolrs ww s • r r r r xnC. 0.) ]»-.a1 ExST. CONCRER SIOEwux REYOV"E n RO C,&[ n xq[x 1¢OCnnuK M xba5r,exR Sxw K —1 Br Cb1G 5 Cd KKCOxt.sr ro W0.W,R NY .00 nd d ,pUSMxrr. PxdE: tsrul fel-0][s d xr. rrlu[: (nr) •fx yd e• euxxcmx xdngv fair" rc RKw,o. cwrKr a.wrwrd xoxnrtd s,xr, r[ Rzuow w caww,R EAST. TREE TO BE REUOVED 10. noRP 4f xncullws ,xR roa5vwrs art e[ rdro,v[e er xW w[Rcr, cdrKr KR p[wr ro [mvx,rt poc,rw d uxnnear, rxb[: (fal xb-a•e Ex15x TREE TO BE PROTECTED [ 11ws zzv ,oxrsnrzrrs aw K xanc orq,lwx cwr,cr xuw sr,voxo a cadox,R xux,nax d was rxxn: (fal ® (SEE NOTE 3) er bx d rdr c 111 aarc o+d<uexi wxr r rr r r e Ex15T. STUNP TO BE REu05ED w:awxs m R maumx d ,Rasrxwr. xo[: (iro)� raNdum K b d d caws marK Two Pxi[', wxw1 r'uUS F M [,ir a 1MiE wr�dyYCrbdx iK ro�'eF 4W.rtb Hr Od1ri w ur wrf wrrw w [nsrr,c d N1daYn unlrr usOCxr Br 25 0 10o Om(S w[ RnK ld,nd d rbLf ,M n4 urxrs d urIXvwrgrlG d xrt uxFS ,r nr: xuwdrrylEzpS nRxS[crgx ry 6< dRxrr�D Br rvRE,. 1•. Is:: rt , x SCn 1". 50' 4uvkr +...v ad[e or uo•K .xop[ w�iw. �se r¢ vnrt [snnu N m a xvwum er ow[xs coil r rt[ar rwmlt. wvw: (vml zM-]rw T•rv¢: (asl name ,xo ,o.rsxrNrs »1w e[ r[nrw[� sr runt cwuwc,mxs (a.b[dl- cwr,cr ix[ e,IxzeKx m caawx,R xud,m, d ,ovsrxwT. r.. ,ro e•u CITY OF FORT COLLINS, COLORADO clEyor y�JDLCollin r I �DL W. HARMONY ROAD IMPROVEMENTS 16 ENGINEERING DIVISION r��-rtf'� I I " II REMOVAL & RELOCATE PLAN °` INTERSECTION IMPROVEMENTS PLANS FOR CONTINUATION) LARKS NEST PDP ®\ >� THE WOODLANDS THEWOODLANDS II 1®n ® —®,,®;: x _'S.,:✓ ' �/`m / LOT II II < I1, pC<< ¢O ,iIII THE .moRL.s NDS FILING uNONDOMINIUMSP.U.D. CONDOMINIUMSP.U.D. TITRAT — — — . �i ,. — — — — — t ;a.,...` ; FRONTRANGE COMMUNITY COLLEGE EAST. rzxE OEPIR .--T K.OV AVE EAST. ASPRALT OTBTAIIOu I 2� TR .4l (BY RY OTXfRS) Q O.ERLAY (IIB,)SB S) (BY LOx TRACTpt) FAST. CONUER 90fnAL. RfuOVAE EAST. TREE TO K KUOWO THEW ODLANDS FILING S ®' TRACf Z z � MHARMONYROAD u COVENTRY SUBDIVISION FILING 2 COVENTRY \ FRONT RANGE SUBDIVISION COMMUNITY COLLEGE FILING 2 Itl C�wm�C N.rt wm MroUl,r c.M, rp ,[<«nMNs 6 rFM{i GnrtS W51,, uuLB04, .M Vmv.rt :rtu, d «.,:w .wo bAn n „LLL e[ wsp,rn e. ,ul l�f,t.. W„<, ¢(L wper m caw[x.rt ML«.nw p ,,.LL ,T.e,� eY R< °rr p rpr p T,, oMT,.T.°I; e, , w Grp ,. n A� p. «Rr.or — ST,..pe ro «pen.rt 'Sr1µ'LLE.j, BE 10MIT4 TO rHC EMNIP OttN.nWs"MD IU IOT of P110 FOR MPIRIMLLe • M Ms pin'. ar. p rpr ,s m✓rc ,s w.n m«.nw p .ous,.[,r. nqr E: Inalrzvc�' A1�c cxp<c,,.c Cp,.cr .. -c.zw uRT• «+arts roc p ATT p .p a wr. r.c rtsr a nc wrnxsEcnw ,o x Irt.mm e. awu -1 ro cwsmun:p T:w, • , , , . a ,....o-c. isY °A1,C01ONf Uw, I —R. cwr.cr ar1 p rwr ppI;r,,.cs IT_ i,"`«.�u.s .,o ::o.:sRc.n w.,. « Pc,rawco e. wcs,. cw,.c, o,cs. ro po.o-,.n ,n«.,w p rt'" P.pEs p M . ,o w.wc w,wc p T,sRr:c :Rcc p,c.n. p P< rn,U cwncr mPr...w.c. .. „.c „R,o,o m copo-.,n a w no.0 ,. „,� T; �p;I w swo-r rc „pwP. cp„cr eun.crw e,µ ee �.a, e.. c cpwr.c.,ps c•.uc«) cp„c, ..T e,:..w.w m IM..r.q u¢ .. FRONT R'SANGE + a,u u•w.,. u:u COMMUNITY COLLEGE LARKBOROUGH P.U.D. CITY OF FORT COLLINS, COLORADO c'f'°f n I A BY W. HARMONY ROAD IMPROVEMENTS 17 Fort Collins ENGINEERING DIVISION �•'��.�� LAEI"=50' I Al2 Is DS I — REMOVAL & RELOCATE PLAN IlEl 61 I_ I_ m . I_ I_ III— I_ I_ I_ I_ I_ I_ I_ m m m m m m m m = m m = m = m m m = m ARAPAHOEFARM TOWNHO ES P.I.I.D. w It Af IV mi ST�/sm� —4� 14ARMONY RIDGE P.U.D. ------ Iii.m. 15 0 Ml� KR �M 57) u- THEIN TERNATIONAL CHURCH OFTHE FOUR SQUAREGOSPEL m d — — — — DRIVEWAY DEML "A" CITY OF FORT COLLINS, COLORADO f Foc-"PtoCollins ENGINEERING DIVISION - llz_ 1-1 W. HARMONY ROAD IMPROVEMENTS, ROADWAY PLAN 61 REGENCY PARK - RE ENCYPARK CONOOMIN=s SECOND FILING 19A U TMI�T A To 12 R 'NY I THE I EP... THERIDGEP.I.I.D. x u J,,�, , 1 11 IT .—I �� "' . I FORTCOLUNSSECON DO AND HARMONY P.U. Al 7 Ei-,=- -v THERIDGEP.I.I.D. _11AL! d, j -C.-TRA...C.-21 fly ------ 00 �l TO �l 00 LEFTFLOWLINEPROFILE 0111PE I LE L R.V. .1 d 7 d R EGE ---- IDRIVE ------ d _—LaL 24 DO 25.'w 2T .2 7 2.,. 3'.. CITY OF FORT 'COLLINS, COLORADO City of ENGINEERING DIVISION MPIT—. — EP- AS—T P.-.1.1 0 PEOE T-1 R11P DE-1— (ME DET � -ET 57) NUES M STA n 29 TO � STA 2-4- (ME_DETMLi4T 531- 0 "I =c. W. HARMONY ROAD IMPROVEMENTS ROADWAY PLAN & PROFILE 19 61 = m m m m mmm m m m m mm mm m m.m I .. —ST�: I" U K LIMITS OF CONSTRUCTION J75 LF). CM5 STM & UEMR ANS �CAD� E-- (SEE HARMONY/SHIELDS O� C�E� PA�ENT INTERSECT10N IMPROVEMENTS ru.- PLANS FOR CONTINUATION) PECE DES.A.� f7r ME DETNL PER �EET 57) PINEVI-w P.U.D. L PHASE 11 PHASE 11 P'u"' -- - - - - - - - - - 'Al -L7� 1= .. 1. � 11 -j ta L !i- .. .. ... --- --- --JT 77- .1. �T '7 ,BUTLFR',, WESTB RY P. .0. ROP.Y, Tj -nip I ST FILING ------------- --- :zz 5.w JNE P CITY OF FORT COLLINS, COLORADO F Cl'yf�oltins or ENGINEERING DIVISION Ai 9 w rc 0 12 z u r- 0 u 1, ow U) U) z DRIVEWAY DETAIL "B" Z U) 09 w 0 —A- -..m DXo OZ U; � ic DRIVEWAY DETAIL "C" z z o 'E o' u Zo 0: W. HARMONY ROAD IMPROVEMENTS 20 ROADWAY -PLAN & PROFILE I rl LIMITS OF CONSTRUCTION (SEE HARMONY/SHIELDS INTERSECTION IMPROVEMENTS PLANS FOR CONTINUATION) PROPOSED N� Cf- -ALT PA�EMEKT PROP.-� E-EREPE PA`,CWNT PEDE - RAMP DEV-EhM (�E DE- PER -ET 57) min 0 9 W 0: wx 0 00ju Lu 0 CK ---------- wwo U) w :3 J. L LEFTFLOWUNEPI LE 0 22 � loom rc 0 :Z) 0 0 -Z U U I IL 1 0 Ioz 0 IKE MEN w III U) I - u) 3 . z w No loom Sol a -Milan RIG14T FLOW I --R: SIDEWALK DETAIL "B" mu m m m m THICKENED EDGE SIDEWALK DETAIL -RICAL -ALE V = �' CITY OFFORT COLLINS, COLORADO _Fj jrf �olllns ENGINEERING ' 61VISION W. HARMONY ROAD IMPROVEMENTS 21 ROADWAY PLAN & PROFILE F" , 61 m m m m m m m m m m m m m m m m m m m No loom Sol a -Milan RIG14T FLOW I --R: SIDEWALK DETAIL "B" mu m m m m THICKENED EDGE SIDEWALK DETAIL -RICAL -ALE V = �' CITY OFFORT COLLINS, COLORADO _Fj jrf �olllns ENGINEERING ' 61VISION W. HARMONY ROAD IMPROVEMENTS 21 ROADWAY PLAN & PROFILE F" , 61 m m m m m m m m m m m m m m m m m m m RIG14T FLOW I --R: SIDEWALK DETAIL "B" mu m m m m THICKENED EDGE SIDEWALK DETAIL -RICAL -ALE V = �' CITY OFFORT COLLINS, COLORADO _Fj jrf �olllns ENGINEERING ' 61VISION W. HARMONY ROAD IMPROVEMENTS 21 ROADWAY PLAN & PROFILE F" , 61 m m m m m m m m m m m m m m m m m m m --R: SIDEWALK DETAIL "B" mu m m m m THICKENED EDGE SIDEWALK DETAIL -RICAL -ALE V = �' CITY OFFORT COLLINS, COLORADO _Fj jrf �olllns ENGINEERING ' 61VISION W. HARMONY ROAD IMPROVEMENTS 21 ROADWAY PLAN & PROFILE F" , 61 m m m m m m m m m m m m m m m m m m m CITY OFFORT COLLINS, COLORADO _Fj jrf �olllns ENGINEERING ' 61VISION W. HARMONY ROAD IMPROVEMENTS 21 ROADWAY PLAN & PROFILE F" , 61 m m m m m m m m m m m m m m m m m m m -Z :1 w z U lit /p, il t LARKS M NEST POP THE WOODLANDS TRAC'T A FILING 5 LARKBOROUGH P.U.D. -JI TRACT A --- — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — --- — --- --- — --- ------- -- — --- . . . . . . . . . . HARMONY OAD — — — — — — — — — — — --- u U 45c, UZ COVENTRY SUBDIVISION COVENTRY 0: 1, 0, IRILING2 SUBDIVISION FILING I U" S—�WER � 8 v I 'RIVE 4 T 4 d ---------- Rd I Zj UAT— CITY OF FORT COLLINS, COLORADO ENGINEERING DIVISION Cityof Fo _rfCAIns Ong I RROROM. I-L OEPTH A �-- PIWIENt !IST, SP4ALT QEH—TAOON TVER — (6Y OTHERS) . —1- (118.1M SF) (.1 CONIRACIER) PEOE Ml— RAIP EDRENAION (ME DET� PER WET 57) =A=c. W. HARMONY ROAD IMPROVEMENTS ROADWAY PLAN & PROFILE 1727 _ - 61 January 17, 2008 REVISION OF SECTION 702 BITUMINOUS MATERIALS Table.702-7 -tRA-1P Property Test Method Min Max Test on Emulsion Viscosity, Sayboft-Furol T71F, s ASTM D 244 100 Residue @ 350 OF, % ASTM D 244 Mod 60 Sieve Test, % ASTM D 244 0-10 Of] distillate, % ASTM D 244 2.0 Test on Residue Penetration @ 39.2 OF, 100g, 5s, drnm ASTM D-5 Modified 150 250 Asphaltenes, % ASTM D 4124 15 702.05 (unused) 702.06 Hot Poured Joint and Crack Sealant. Hot poured material for fiDing joints and cracks shall conform to the reclutrements of ASTM D 6690, Type I or 11. The concrete blocks used in the Bond Test shiall be prepared in accordance with CP-L 4101. Sealant material shag be suppfied preblended, prereacted., and prepackaged. If supplied in solid form the sealant material shall be cast in a plastic or other dissolvable liner having the capability of becoming part of the crack sealilng liquid. The seallaryt shall be delivered in the manufacturer's oNinal sealed container Each container shall be legibly marked with the manufacture -es name, the trade name of the sealer, the manufacturer's batch or lot number, the application temperature range, the recommended application temperature, and the safe heating temperature. The sealant shag be listed En CDOT's Approved Products List prior to use- IK RE ENCYPARK REGENCYPARK SECOND FILING CONDOMINIUMS THE RIDGE P.U.D. W> 2:11 MEN a soM Ll. =� LEFrMEDIAN FLOWLINEPROFILE IBM ff x Em m 0 -0 1 I mosommoffis mmm M.-I .. RIGHT MEDIAN FLOWLINE PROFILE CITY OF FORT COLLINS, COLORADO _Q�yf�ollins ENGINEERING DIVISION MEDIAN NOSE CONSTRUCTION DETAIL ....... ..... W. HARMONY ROAD IMPROVEMENTS HARMONY ROAD -MEDIAN PLAN & PROFILEP��6j m m m m m m m m m = m = = = = = m = = K MEDIAN DE'rAIL "A' MEDIAN CONCR=JOINTING PLAN 14 �"Fo.TCOLUO.S..013 D L PINEVIEWP U.D. NyP.U. . . PHASE 11 � 2 - I � .3 ) THE RIDGE P.U.D. N.- ------------- STBU YP.U.D.---- ----- --- R' I ST FILING J_ BR PHY Iwo CITY OF FORT COLLINS, COLORADO ENGINEERING DIVISION _F;o"r'yf�olllns W. HARMONY ROAD IMPROVEMENTS 2� HARMONY, ROAD -MEDIAN PLAN & PROFILE 61 III m LIMITS OF CONSTRUCTION (SEE HARMONY/SHIELDS INTERSECTION IMPROVEMENTS PLANS FOR CONTINUATION) HARMONY R6A THE WOODLANDS CONDOMINIUMS P.U.D. FRONTRANGE COMMUNnYCOLLEGE IBM �1023�111111=111111 NONE mmmmmffimm��l . . . . . . . . . . . . . . . = LEFT MEDIAN FLOWLINE PROFILE 75- 5tw RIGHT MEDIAN FLOWLINE PROFILE SECTIONA-A HARDSCAPED DOUBLE CURB MEDIAN NT. HARDSCAPED DOUBLE CURB MEDIAN CONCRETE FINISH DETAIL F CITY OF FORT COLLINS, COLORADO ENGINEERING DIVISION �Yflhns JDL AX I HARMONY ROAD IMPROVEMENTS , HARMONY ROAD -MEDIAN PLAN & PROFILE1 25� 61 H.1 " - zoa -50''-5!l72/15 � __ �': I �A��: m m m m m mmm*m mm m mm m m mmm m m m m mmm m mm-m mmmm m m m m 61MITEOF CONSTRUCTION MONY/SHIELDS INTERSECTION IMPROVEMENTS PLANS FOR CONTINUATION) Y ROAD HARMON- -2- 2.2 M.— J%ot _tt._ LEGEND 7, t 4'� 0 G) EXPAN9� _0� 7—, 0 �LED TSWR� CACD� 0 N.. .7 EASTBOUND CONCRETE APPROACH 7, -5t. —M— �2 eM _!m IIARNIOW ROAD LIMIT! WIESTBOUND CONCIRE : TEAPPROACH INTERSECTION IMPROVEMENTS PLANS FOR CONTINUATION) CITY OF FORT COLLINS, COLORADO W. HARMONY ROAD IMPROVEMENTS ENGINEERING DIVISION To' 'r'ytf,�_ o 1, 11 n s 2� 2 CONCRETE APPROACH JOINTING PLAN 61 A ARAPAHOE FARM TOWNHOMFS HARMONY RIDGE P.U.D. U, Id THE, RNATIONAL �e 0 1 CHURCHOFTHE 0 SQUARE GOSPEL U LEGEND ExIS�G EXtSMG 5' CWWR —0 1'CR p—ii, '. co— REGENCYPARK REGEHOY PAIII —I .—I SECONDFILING CONDOMINIUM. III I FORTCOLLINS ECOND AND HARMONY III --------- p- a Z Z 0 7" r, T#- jk z THERIDGEP.I.J.D. U JDL CITY OF FORT COLLINS, COLORADO Fo"riyf�bttins — 1"", ENGINEERING DIVISION '/15/08 THERIDGEII 27 GRADING PLAN m m m m mmm m m.mm m mmm mmmm PHASE 11 .0 - - - - - - - - - - - . . . . . . . 'Al AM—d0Y RdAd t Fxl W - - - - - - - - - - - - - - - - - AV WMB RYP.1.1. BRO;H*�: lt '-1 sk,** �7 -- ---- Al 09 ro- LEGEND RW �E_ U) 0 z E.T.G ME, o0z' .�St�.WEI IMATI. NOTE' o 0: Emn"G I'CNTWR 0 1 0 E 11 E_T.G w w U) lRE. I- CNT.. U) lwm PR��O I CNI.R CITY OF FORT COLLINS, COLORADO JQL T L W. HARMONY ROAD IMPROVEMENTS -WET -I Fo"r'yf �o i n s 28 ENGINEERING DIVISION 1 1 _50 2/15/0. GRADING PLAN I I rr�) 1� 11 ' ' I THEWOODLANDS L.... �EST POP lk 0� C I f W THE WOODLANDS ONDOMIN UMS P.U.D. , 3r. J!I DNDOF�INIUMS P.U.D. -ACTA 0 -a-a7- - - - - - - - - - - - - - - + � ak-- u ,rHAX 7 r '-l_C..F.RU0NlTlA"lE rTYCOLLEGE u z t z w Z(Algw 0 090r, 4 SCALF 1 50' yon z ir IL Mo Oozu tul � 0 ir THEW ODLANDS FILINGS LEGEND R 0 4 X u :L.. W.. w w u) PR—D WE W It -ET LM.� w z .. .. .. ... .. .. E.*-. EX-NG 5 C P—D M; -------------- -------- ------------- ---------- FRONTRANGE ------- --- COMMUNITY COLLEGE W. HARMONY ROAD IMPROVEMENTS IIEEI CITY OF FORT COLLINS, COLORADO f:8ryff �,ottlu ns GRADING PLAN 29� ENGINEERING DIVISION 2 61 I """ Ile ARAPANOEFARM TOWNHOMFS P.I.J.D. zz— -N . . ........ ... . . .. .. ... ...... . . . . . . . . . . w HARMONY RIDGE P.U.D. LIN CHURCH OFTHE 0 FOUR SQUARE GOSPEL I�E RIDGE P.U.D. REGENCYPARK .... NCYPARK ECOND FILING CONDOMINIUMS THERIDGEP.U... Clty.f , CITY OF FORT COLLINS, COLORADO Fort Ccillins �l ENGINEERING DIVISION C.— Z. \\j :W] I K —1 U 17, 2� 0 7. Z ' 9; W K — — - - - - — — K LEGEND FU)W MKC� E—NG PIKS —OWD — -E —O�D -ET =A— FORT COLLINS SECOND t—G A�D HARMONY P`,U.D. I' —T.W SLT — 111111Z' z N, FRI CH) %_1 —us ...S �Cl T-1 —E L WM 7 w THE RIDGE P.I.I.D. JDL W. HARMONY ROAD IMPROVEMENTS '15/08 EROSION CONTROL PLAN 61 -w- lit PINEVIEW P.U.D. PHASEll ..... .... .... ..... .... .. .. . ... ..... .... .... ... -------------------- .......... ... ......... r w - ----- z u, R . .... . .. . .. .... .... B TLER4 WESTBURY P.U.0. ISTFIUNG 0 W, 0 z p z z 00- 0 U U z IL 0 92K Oir u w w IL PEW-El CITY OF FORT COLLINS, COLORADO ty I IDL I wy. HAHmv"l nuav 31 ENGINEERING DIVISION �1� 1-50' 12/15/08 61 Fo- rftollins I-- r EROSION CONTROL PLAN THEWOODLANDS CONDOMINIUMS F.U.D. LARKS14ESTPOP C THE W006LANDS LAaS ONDOMINIUMS P.U.D. T Z I. p IA ..... .... .... . —T-7 FRONT RANGE FRONTRA GE CO U ITYCOLLE -COMMUNITYCN ,N , 0 i . A Edd�g 3.0Z U) it '� IL z go 00 U ZU LL 0 m THE WOODLANDS 045P FILING 5 x La to wto wm -- - ------ ------ w i> -------------------- -------- - ---------- : I , - FRONTRANGE ------ CO rry 0 MMUN LLEGE CITY OF FORT COLLINS, COLORADO �l ENGINEERING DIVISION I u u , rl" u I w 2.5 o gm-m IE' W. HARMONY ROAD IMPROVEMENTS 11 32 EROSION CONTROL PLAN I I I I I I I I I I I I I I F� I I I January 17, 2008 10 REVISION OF SECTION 701-7 BITUMINOUS MATERIALS Colorado Procedure - Laboratory CP-L 4101 Standard Practice for Preparing Concrete Blocks for Testing Sealants, for Joints and Cracks ASTM Designation: D 1985-03 NOTE: Replace Subsections 5.1, 5. 1. 1, and 5.2 of ASTM D 19&5-03 with the following: 5.1 Prepare the concrete in accordance with the procedure described in Test Method C 1192IC102M using the follomng mix design: Concrete Mix Proportions for 1 Cubic Yard SSD Batch Weight Cement, Type YII 528 lb Flyash, Class F 132 lb Coarse Aggregate, Morrison Quarry, #57t67 1750 lb Sand, Thornton Pit Washed Sand 1100 lb Note: Contact Aggregate Industries at 303.777.2592 to obtain the aggregates. 5-2. Use a metal or plastic mold prGvided with a metal or plastic base plate- Provide means for securing Me base plate to the mold. Make the assembled mold and base plate water -tight and oil with mineral oil before use. Fill the mold with concrete prepared in accordance with 5.1 to overflowing and vibrate externally for 30 s. Screed (level), the concrete to a smooth surface with a wooden float and level off with a metal straightedge drawn across the t op with a sawing motion. Cure as specified in Test Method C 192JC 192M- After curing for not less than 14 days, cut the slab of concrete into individual blocks using a 40 by 60-grit diamond saw blade rotating at a peripheral speed of 3050 ± 150 m1min. (10 000 ± 500 fttmin-). Each test block should be 25 by 50 by 75 mm (11 by 2 by 3-in..). Any face contacting the test material must be saw cut. While the blocks are still wet frorn the sawing operation, scrub the surtaces of the blocks lightly with a rDon-metiallics-tiff-bristle brush while holding under a stream of running water. Stocks of prepared blocks may be stored under standard conditions indefirtitely, but store such blocks in a 100% humidity environment for not less than 7 days prior to use. I WAR .0-N-Y ROAD OR A u THE RIDGE P..U. D. THERIDGEP.I.I.D. THE RIDGE P.U.D. u - --------- I x _1 I ---------- I -------------------- t6;� .7 4011 ------ - t STORM A i CITY OF FORT COLLINS, COLORADO Fo"F'T�ollins ENGINEERING DIVISION �'A Mm =1Z 1. �PL4V =VIL ......... ........ RO W. HARMONY ROAD IMPROVEMENTS STORM SEWER -PLAN & PROFILE 33 61 m m m m m m m m m m m m m m m m m m m "°=OD=NDS FILING _.... _......... .............. ______............ ___...................... ........... __ —'................... —'................. --.................... —' COVEN RY iERNE mlimml | CITY or poar COLLINS, cocoaxoo ENGINEERING DIVISION For =~^~^ �� AT HINSDALE DRIVE W. HARMONY ROAD IMPROVEMENTS 35 STORM SEWER -PLAN & PROFILE F, = = = = = mm M�m = = M�mm m = m = = 21 MEE, "MI ------------- 441i gg 4, Nj I _gg m �g YIla ob ma AM "voii: ";i . A-4 i""ll �i 7v - 4 1020 0 v - - - - - ---------------- - - - - - - - - - - - CITY OF FORT COLLINS, COLORADO ENGINEERING DIVISION _Q�Totl,ins WATERLINF NOT 1. THE MINIMUM COVER OVER WATER LINES IS 5-FEET AND ME MAXIMUM COVER IS 6-FEET UNLESS OTHERMSE NOTED IN THE PLANS AND APPROVED BY FORT COUUNS-LOVELANO WATER DISTRICT 2� ALL WATE LINE CONSTRUCTION SHALL CON ORM TO ME FORT COLLINS -LOVELAND WATER DISTRICT ST NDARDS AND SPECIFICATIONS CURRENT TO ME DATE OF CONSTRUCTION. 3 THE PROPOSED 10" WATER LINE SHALL BE INSTALLED AND TESTED PRIOR. TO ABANDONING THE EX 8" LINE OR CONNECTING TO ME EX 4' LINE 4 CONTRACTOR TO DISCONNECT WATER SERVICE TO FAITH EVANGELICAL FREE CHURCH (4036 S. SHIE DS STREE%FROM FORT COLUNS-LOVELANO WATER D15TRICT 4-INCH WATER LINE APPROXIMATELY 2 . 900 FEET NORTH r HA MONY-SHIELDS INTERSECTION, RE -CONNECT EX SERVICE LINE TO CITY OF FORT COLLINS WATER MAIN. SEE DETAIL. SHEET 3& 5 CONTRACTOR TO COORDINATE �N EFFECTED UTILITY COMPANIES PRIOR TO THE CONSTRUCTION OF ME PROPOSED 10" WATER LINE. FOWI'COLLINS - LOVELAND WA'I'ER DIS FRICI SOL I'll FOWFCOLLINS SANI'I'ATION DIS'FRICI "p—d. by Ik 1 .1 -Ii—i t;� 1-1, � I W So I� 0 so "0"' 1��Tt.' � .1.111 1 IE FE7r_ W. HARMONY ROAD UTILITY IMPROVEMENTS 37 WATER -PLAN' & PROFILE DF 61 m m m = m = = = m = = m m = m m m m m DO SCOECT E. UNUSGlURIM S L . Al 4 R TALAC WKFILL RETIF —TON .—I 2. a '.Pr 4, 1 1,2 1 1'.. 1 12 1 PIPE SUBGRADE: SlADIU—N MW IF RFOOIED A. .2—. TRENCH 7.111, TYPICAL CONCRETE JHRUSF BLOCKS STANDARD IRENCH AND BEDDING DErAIL FORT C�LUNS - LOVELAND -TER DISTRICT HARMONY ROAD T. PLAN VIEW j ELEVKIION IFTE PLAN ,ALI FORT COLLINS-LOVELAND WATER DISTRICT 11113- NO, 11 0 INF�Fll X�. FON! I COLI INS, COLORADO NO,,, 8" x 4" PRV IOFI OFFICE 70) 226-3104 FAX (97D) 226-0186 CITY OF FORT COLLINS, COLORADO FFI cityOf I I ENGINEERING DIVISION �Colhns ------------- ------------------------------- FAITH EVANGELICAL Ex FREECHURCH ------------------------------ I ------------------------------ I t I 20 lo 20 EC.- I NOTES, ET 1. EXISTING UNDERGROUND UTILITIES SHOWN ARE INDICATED ACCORDING TO w NORTH OF INTERSECTION ME BEST INFORMATION AVAILABLE TO THE ENGINEER. ME ENGINEER DOES NOT GOA VERIFY ERANTEE ME ACCURACY OF SUCH INFORMATION. CONTRACTOR TO MISTING UTILITY LOCATIONS. U) 13 J w x HARMONYROAD U) W. HARMONY ROAD UTILITY IMPROVEMENTS OF 41A 1'^1'2/15/o8 El JD- WATER —DETAILS 3� ARAPAHOEFARM REGENCYPARK REGENCYPAR TOWNHOMES SECOND FILING CONDOMINIUM P.U' HARMONYROA0 THE RIDGE P.U.D. THE � LANDs THE —O'"NDs CO.DO.I.....P.U.D. omm...Ius P.u.D. ----------------- FRONTRANGE FRONT RANGE COMMUNITY COLLEGE COMMUNITYCOLLEGE 0 1 FORT COLLINS SECOND I U AND HARMONY P.U.D. a THERIDGEP.U.D.1 PINEY—P-D. PHASEII `YEB�BuRy P.U'D. BUTLER, ISTFILING F, x BROPHY THEWOODLA DS FILING S FILING 5 HARMONY ROAD T- - - — — — — — - - - - - - - - - - - - - - - - - - C.Y.NTRl.UB.IYI.I.NF.lW a FRONTRANGE COMMUNITY COLLEGE z -A- I —D 81� WA- SY: CITY OF FORT COLLINS, COLORADO Cityof I W. HARMONY ROAD IMPROVEMENTS CbijinS JOL JllL ID— 39� ENGINEERING DIVISION PHASING PLAN PHASE 1 ARAPAHOE FARM �O%VNH..Es P.U.O. REGENCYPARK SECOND MUNG ----------- HARM _.W_R_0J THEIWMRNA ONALCHURCA OF-IE FOUR SQUAREGOSPE L THERIDGEP"n THERIDGIP W. THEWOO �NDS �CO DOMINIUMS P.U.D. I PRONTRA GE COMMUNITYCOI�EGE THEWOOD�Ds CONDOMINIUMS P.U.D. HAR.ONYROAD -------- ----------- FROKfiIANaE C MMUCOI�EGE �ARK I FAORT CO 8BECO.ND U.. U .�gN ON, P.. THERIDGEP.U.D. U-M U "X= =wl PINEVIIE. P.u.D. PHASE 11 - ---------------------------------- :t_X_ HARMONY ROAD wt—U YP.U.D. w 1� RUNG BROPHY T :Tl m K I- el ol IT —1 THEW D�NDS FIUNG 5 YHE WOODI-NDS RUNG 5 PRONTR NGE COMMUNITY CO�GE COVEI-RY SUBDIVISION FIUNGA CITY OF FORT COLLINS, COLORADO W. HARMONY ROAD IMPROVEMENTS F"'YCIE811ln __t �or _1�: �us ENGINEERING DIVISION 17 PHASING PLAN - PHASE 2 61 ARAPAHOE FARM R GENCYPARK REGENCYPARK FORT COLLINS SECOND I TOWNHOMES P.U.D. SECONDFILING CONDOMINIUMS AND HARMONY P.U.D. P'.m P.U.D. PHASE 11 Z- - — ----- 0 7 THE I—EIWA�40NAL CHURCH -------- —IM- WESTBURY P.U.D. OFTHE FOURSQUARE GOSPEL THERIDGEP.U.D. �—E-R E- j. THE RIDGE P.U.D. f 8 1 UTI-IiIi, I Is'—N. z w THEWI>0 LANDS THEWCODLANDS THEWOODL�NDS THE WOODLANDS �C 0 DOMINIUMSP.U.D. CONDOMINIUMS P.U.Q. FILING 5 FILI G 5 .-.R.ONtROAD— ---------- =T-========== ---------- ------ FRONf;a�&E MOW RAN E FRONT RANGE ll""U"— OLLE Co MMUM—COLLEGE Co..U.—C.—GE COVEWRY SUBDIVISION FJLINGo'-' z CITY OF FORT COLLINS, COLORADO I Cltyof ; _- _�,fCblhns ENGINEERING DIVISION ITw L L --C— -A .Wm A- V W. HARMONY ROAD IMPROVEMENTS PHASING PLAN — PHASE 3 . = m m � = mm = m m = m =..= m m = m.m MM on M M Man mm�m M M owmem On mmom MEN In ENOS 0 moons soon RISEN M 0 lam! 62211110 ENNIS d*wdm 0 nommossoms 0 M on MENNEN 0 on MENEM MEN 0 MENEM MEN on M M... on MESONS ON 0 MEMNON soon 0 on NONE 0 1 MENEM HER 0 MENEM ENO 0 moons MEN on 19+50 Boom 0 NONE OEM on 0 No M me on no MMM11MMM on IRA MMM111MMM MMMMNMMMMN11MM NONE MENNEN MMFAMMmM11MM NONE on NOON 0 M NOON I 0 on slim 0 on on d 0 0 0 ON NONE 0 NONE M MESON goes 0 1 moomrammoul MMmMIMMMMllmMM on Nimmons son ENOS 0 soon soon ON 0 0 0 MmMNMMMM ON 0 mosommon on ENOS MMMMM1IMMMM OMEN 0 NIEMEN UNIIIIIIIIIIIIIII moons NOMINEES NONE I ONION mMMINMM MENME i M 09 0 0 Imn 0 0 ENO 0 nommoommosommoomm on NOON m7momossommons smodsm on M MINN 0 2 ENO" M a an 1 0 commomms MONOMER 0 0 MMomMmom monommo 0 0 0 Fommmonnonom I AMC I 0 MEN son son MEN 0 OEM man ENO 9 OMEN so Elmo MONSOON so I ON M I MENNEN MEN No NNE ON Z. NONE MMMMmM no on OMEN --- MINN 0 MMMMMvM M 0 0 0 0 Ems 0 Ems s 0 ENO M 0 so ON I NNE 0 0 Rosso CITY OF FORT COLLINS, COLORADO A F W. HARMONY ROAD IMPROVEMENTS F&ryf�dtln� ..: OL JOL 42 ENGINEERING DIVISION 11-W (.) ".� CROSS SECTIONS 2/15/08 Financial Services City of Purchasing Division 215 N. Mason St. 2 "d Floor Fort Collins PC Box 580 Fort Collins, CO 80522 �Pur�chasiwnd 970.221.6775 970.221.6707 urc a fpgov.com1purchasing SPECIFICATIONS' AND CONTRACT DOCUMENTS FOR West Harmony Road Improvements. BID NO. 7004 PURCHASING DIVISION 215 NORTH MASON STREEI . 9 2 ND FLOOR, FORT COLLINS . January 30, 2009 — 3:00 P.M. (OUR CLOCK) III EMMEM 11111 A 10-1 Otg 0 3 9 =119; VNVA I I I a 7mmmm mormlis F son soon in .7, F mon mmm7 . # I monsommommommomoniiiim 27+50 nommilon oil IN nomm;goqmcpm NMI in mommilegEs—rolli i 31111111 smomilsolose nommilsonslo nommilmossom limmill 90031111211 _r'J1 Im'"WEINI onsolloonsimillon ling I nil 0 on ONEMI'monsiommommil, mommlems POINJ pil III W 1`2 M. ommml'"'m A M. I I III logo ..Emmmllmmmmmq 0 0 m"mlmmmm - 26+20 (CHIPPENDALE DR) SIN nommilonommommosso 0 CITY OF FORT COLLINS, COLORADO -I ENGINEERING DIVISION MEN NONE OMEN 1111 on nomposmon 0 so %% 49�Nm on magamommmi*a on mmmmwmmmm nommilson 0 on monsitonesm FEE momelikEtall OR* mossilmaimms 111W 0 MEN 0 nommilmonso monimmon ; I 0 1111110111 NINE SEEN -M--.X- 'a No MONNIINE NMI MMMM1IMM 0 HOMES on No poll ZIA- - - Nome maiiii 0 1 MEMO ON 1110 on MENEM on 1 0 11 E on mom 11101101 onsolisommol no M I E 29MR-N®R R MLI�m,;Lmmmm son MR.Famm 110WERM MWE NMI NMI MINE mm Nonni 0 lnnon on LIP 11=111 RONNIE KNOWN 0 ..Emmmllm sop monnim solo III ME MEMORIES on or, on MM 91 0 IN 0 oil a mils 0 on on NMI mom III mom ME m ONE 0 am ' IN Ememinso M1 so lion so Film INN I - lniono 0. W. HARMONY ROAD IMPROVEMENTS i3' CROSS SECTIONS I - INN O= m m m 111100 on No 0 11 on ONE III milmons on 399 :15 LE.;Iommm SEEN 9 am a i it I I m "I'm III on H ONE so 0 0 IN milmono so 5 son 0 IP 091-M on on NZI ME mommmmins" 0.0 1111111111391 miles 324-50 Alit .21 111119-19 i 1 - onsiomi;mm IN IN loss In nommilmono ; 0 2XIC NONE monsommono MEN mmmMMMMmmM cum son ONE monsommasson NONNI mossommil I on 0' 0 min IMMM monalin OR No IN I on NONE an MONSOON Mlionse MMOMI, i Monosson Millions - IN 1 0 mom I 1111111111 0 soon 0 SEEN IN I MEN soon soon 0 mmmmmmmiim .2 IN FROMM MEMO ONE NO -sling R Has 0 111100- a mmm-_-_ m dmm"mm line 01 WERE Ili in No son looms.. NOMINEES mommolinson go MERIN X 0111111111111 MERINO MEN -91mllkv4mmm munisms 0 0 mollsomm ME MEN 0 0 sollooms molimmum son In molls] 0 SOMEONE ME IN i p owes[ No mm NONE IN Ion NONE I on NEON OEM IN 2 giono son Ion 0 Ninon rNilson sommoniins F. ME 0 il In ME'. mile 1:11 0 mo�'allon Is WERE IN ondmiimm A M mmmmiimm M molimmmommomm. 0.1100 . in mommilsom 36+15 (LDS CHURCH EAST ENTRANCE) 0 mommom MEN ONE so nommolimm.2 MEMO monsommso MEN ENNIS 0 snommilsono mMMr-.krm%m MEN Mn fWa I MENNEN= Bra N�Milogns man mean NOM-M on ENIINEEMENS 11111111111man Now 11111111ims mmmmmll§Nmmmmm onsomilolinomms WINNER Omni CITY OF FORT COLLINS, COLORADO a F lyf�othns ', or ENGINEERING DIVISION L11 W. HARMONY ROAD IMPROVEMENTS 1- 44 CROSS SECTIONS* 61 I MEMO somilmmommommoniinnom ON 0 1 ILE a! ca; G-- g g -ew. ". MMOM N Now o nomilommmmmmmmmii on FENNINEENOMMOMENII mom il a 11i mommon nomilmmosil3loommil 0 M. 7 mono 39+00 110 M 9 A� ®R -0 5-0-0M i I I I rNOMINEES on loop* wN i is 00 on offimm 060006000MIMN - - 'I la mom mom Imm7 15 1411 0 N Z 0 Nino 0 monami 0 on son 37+85 (BUTLER DRIVEWAY) oil M1111111 F No MMII 1� NMI nommommannow Moll on ONE 0 Nonni on NEI I! Mon." NONNI 1 0 1 nommommonloomonii rom mom on mom mom mono 0 0 100 10 0 0 0 0 11 N mrs-mllm. -'ems, moon i o In 0 0 mom I "MOM -11 1111111111111111110 L "A i I mmi ONION OR w 0 9 on I INN if -0 -9 1 0 ON MM I I lllson'. 0 1 1 NINE 0 ,,,on INN no 1 0 on SOME mono no, nommi 010 Mo, 101, 0 0 loss.. 45+00 Sol Nis P-1 egm-010-1111111111 MI sollpri.M- ON I'm no NJ 0 Elm- 0 ON so massammall No 1111111111 MEMNON mossommosm- 111111 in nommosimm on 11I I RONNIE 0 MwIIIIIIIIIIIIIII 0 on Elm 44+50 40+50 42+50 30 0 30 HORIZONTIL -A- V 1.2 -10 -20 --io- -so -.0 -20 0 20 aO -10 .0 .0 40+00 oil EMMMMINJIMM11 CITY OF FORT COLLINS, COLORADO cit FoK�othns ENGINEERING DIVISION 42+00 44+00 0 on MNII OMNI 9 gammoll Omni em!lmmLom a Naimoli molim noI-,MENNEN ==c� W. HARMONY ROAD IMPROVEMENTS F5 CROSS SECTIONS 61 MINI m m m ISM m m MIN ININ m ISM INN m 1111110 m ISM ISM m ISM ISM 47+50 NOMINEES ESSER Ilion NOMINEE masamp-:1 son' NOMINEE 52mr.-I Ion. NOMINEES 0 EERINESS 0 monsions mollion min�lmossoll - Ion. a , 0 moilmmmmmmmmsm IN IN ...Nmllmmopmp-momo on polio Ili I'm 111 1 moos ME mom mom 1111mMa-kad-i =111INES in -Boom= mmImImmM.. ins -*- Mc 23 0 0 IN mom Mimi== in 0 IN mossommolmimmmiiilimmm 0 0 loommomommooligismo 01111MOM 0 loommominsommilimmo IN 5 17m� a "MOSSOM on loomms 0 In immommum -0 HOME III MR11102. ILI lllown 0 NOR-= :�-jg 0 0 11111iffir HOME mmlimmonommommmiiiimmm 48+75 _LL 11 1 "1 —LLI. I 1 11 ----- ------ -1. aa -2o o 48+50 mommammmi 48+00 47+75 (BROPHY DRIVEWAY) CITY OF FORT COLLINS, COLORADO F City.f ,t,�r 2 Coltins ENGINEERING DIVISION STA 49+00.00 TO STA 50+65 HARMONY/SHIELDS INTERSECTION W. HARMONY ROAD IMPROVEMENTS CROSS SECTIONS 46 61 it mommossi lsims moons in 0 mommossimmom proffism-p- I onsommolizER 1M1M mmmmmmmiimmm inomommimim moommoniison ommmoningo immosommoin in I insompffimninim ' i min Zas i 01! 0 `5 sommunnol IN Ill insonsommi in loommommil in immommommin in, ml lin:lmmmmmlimilm KL .100000000.100 KA on ONE., 50+85 ONE MEN sommomilm 0 11 I -MR FEWER- BEER, m 0 W a 111 F I I 10 Milo 9-00010 comomillis Elio No now-milis ONEIIENE lion nomiloom lion 0 0 0 1 lmon 3 Simon somilmono 0 NONNI nomiimmmm mommmmiiimmmm ..Emmllmmmm 53+00 6 �0 .0 52+50 mommmiimminmmmon KIM onsomiloommummon M11M1M I m L.M 01 c, CITY OF FORT COLLINS, COLORADO Foryf �ottlns I ENGINEERING DIVISION m mmmmmmmmmmilliii Nonni 11 Olson millill MONROE 0 Mm1JmM 0 0 of immommonon MIN 0 V No on milmon ONE Million Mongol m I I a 5-1. 5-9 NJ EFFirsmilm Milmsm no HE NONNI 0 No 111 ILWINININ on no no 0 minlimils so no minlimils 111511. No PENN= In NEW 0S X I MEN MM on MM 111010HRIN gin lmilow-1:100 oil I mmmmmii 0 1 sommim- MIN 56+50 W. HARMONY ROAD IMPROVEMENTS CROSS SECTIONS MIN MW m m m m OW m m m 1111101 MW m m MIN m m m m 11110 01111 m = m M SIN ISO 001111 m m 101111 m 111100 ISO SW ISO m ISO 60+00 I I 1 1 1"12 644-00 :k-- 62+20 - - - - - - - - - - - - -- -so _Q o 2 T_ a 6o 3o 15 o StIORI-L 59+50 _80 -60 -40 -20 o 63+50 61+75 (STARFLOWER DR) W72 -a TL I o �o LL Omni - I mom 0 0 I'm I I'm . in] loons 0 M1 VMS] In on onso I M 'M Bowls 11111111 MEN --- 0-11 INS a all I I on I In son I No In MENNEN IINEEME son movil 0 son 0 1 son NOW 0 11 moll No CITY OF FORT COLLINS, COLORADO P, City of ENGINEERING DIVISION 1-ForfCoWns BORMS-m- poll I " I ONO i mom o "'mom 1 Mon I WIN 0 ME 0 in MNEIIS' Muslim- 0111ki so 11 r-000121040 moll lnnowoms 0 moll E ------- somilmon 62+50 66+50 MEMINE MO ON. Nilson M on mmmmmmmmmmmiimmm ME lionnommonsomilmom In 0 No -00 ONNII SEE 0 Millions so 11 so li�lmom nominnimmossii 11111111111011111 onsilonsi W. HARMONY ROAD IMPROVEMENTS 48 CROSS SECTIONS P" 7-p VERTICAL (MOI—E � �C 118) ROLL-OVER (LOVELMD, PERSPECTIVE 7A B TYPEI TYPE 11 S: _CTION R-B SEUM-nON A.A /1' CURB AND GUrrER IIEDIAN (ISLAND CURBS) STANDARD DRIVEWAY APPROACH (TYPES I & 11) I'm—mm"O .. ........ !� -1 3�7- ......... iw "N 71— — — gh SECTION S-D SECTION A -A I I �iflcu VOLUME DRIVE T"Es RI I&I'V) STREET INTERSFLIT.N CROSSPAN Al ARD DETARS FOR DRAINAGE UNDER SIDEWAIK E-R.. ..._AN 709 CITY OF FORT COLLINS, COLORADO C, F8ryt-�ottins ENGINEERING DIVISION W. HARMONY ROAD IMPROVEMENTS F9 DETAIL SHEET 61 � � � � � m m m m m m m m m m m m m m --I..-- I � == STANDARD MANHOLE TYPICAL DICYCLX LANE PAVEMENT MAI"GS STOP SECTK)N A -A i-JU ---44 DETAL SIL� LOCATIONS SIGN POST STANDAR37AVEMENT MARKINGS IN -ON ...... 1 11 -11 11401' ATT�� �N� TEMPORARY DEAD END BARRICADES STANDARD SIDEWALK SIDEWALK DE`I`Ail:::�� - �N- CITY OF FORT COLLINS, COLORADO F Cj'yf�ollins or ENGINEERING DIVISION STANDARD PAVEMENT MARKINGS W/TURN IANE W. HARMONY ROAD IMPROVEMENTS im 1�11 DETAIL SHEET 61 no, I U%"r ACIE-- RAMP nRrAllS ;��A—T —I WPICAL CROSSWALK DETAIL (To, N- C—t. & Aft, —Li. t�l El N RAMP PETAII, MEDIAN I [ANDS & PEDESTRIANI REFUGE AREA HANCED CONCRETE CROSSWAIX (CONSTRUCTION DETAIL) —`ER MUM UUN-1. R R. R_.' 212 �0/01/0'7 coo A-- FW, U- C-1-Oadlo'wp.." 2-N-Dimdod Famps C- 3-Mid G*k III Z.— Gullm ::mmii J. R—=: SecilonA-A IC—ftd�) TRUNCATED DOME WARNING FOR ACCESS. ROPS D—ing No. RMEO R— tcrm 1607(a) RDSIDENTIAL LOCAL STREET ACCESS PUMPS - Dru*�n, No. I 0, CITY OF FORT COLLINS, COLORADO Foryf �ollins ENGINEERING DIVISION 1-11�- MMMUMMMMMM ummmmmmmmmmmm =AROUT MR —AP9 LRW TYPICAL LANDSCAPED MEDIAN SECTION aRoup Kmo%�O mMUm MWR K I" MUORIM �CRM � XW ) IM EVUGM 3/5- 1MR—T. TYPICAL HARDSCAPED MEDIAN SECTION W. HARMONY ROAD IMPROVEMENTS DETAIL SHEET mm.m m Mm m m m m m m m m TO TRENTIT —FILL �.U�'LT` E—D EIVEEI SOL —R I'll r DDL OF Ill ILE —A 4&compAcTEDG— r:E SUEORADE RAK.Ml 11 E-RED-� REFER TO $ECTION 02221 rl?JCALEl-5s-=nQR t TTRE..� —I— —11ION NL BY CASINO cHOC s SFLEL —1c 401NI RLSTRAIND END .11. NO — 2. Al IIIE- 1. E . -b REFER' TO —TION 022121 4 OFETANO . TO III NO . ON . I- II, REO.R. R.I. TRENCH ZONES DR E— TYPICAL CONCRETE THRUST 8LOCKS TYPICAL FIRE HYDRANT INSTALLATION STANDARD TRENCH AND BEDDING DETAIL STANDARD PIPE CASING DETAIL FORT wCOLLiNS E ND� FORT COLLMS - L--. N-) SCALE, NT,� FORT I.ILINS - LMEIAND WATER DISTRICT Ns a FORT COLLINS I OVF.1 AND WATER —DISTRICT SCALE: NIS CITY OF FORT COLLINS, COLORADO City of W. HARMONY ROAD IMPROVEMENTS ENGINEERING . DIVISION ?r�fColbns NA DETAIL SHEET CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00100 Instruction to Bidders 00300 Bid Form 00400 Supplements to Bid Forms 00410 Bid Bond 00420 Statementso'f Bidders Qualifications 00430 Schedule of Major Subcontractors CONTRACT DOCUMENTS 00500 Agreement Forms 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 00600 Bonds and Certificates 00610 'Pe'dormanco:Bond 0061 :6" 'Pa�m eint "B-ohd 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release(Contractor) 00660 Consent of Surety 00670 Application for Exemption Certificate CONDITIONS OF THE CONTRACT 00700 General Conditions Exhibit GC -A 00800 Supplementary Conditions 00900 Addenda, Modifications, and Payment 00950 Contract Change Order 00960 Application for Payment 00020-1 -00020-2 00100-1 -00100-9 00300-1 -00300-3 00400-1 00410-1 -00410-2 00420-1 -00420-3 00430-1 00500-1 00510-0 00520-1 - 00520-6 00530-1 00600-1 00610-1 -00610--2 00615-1 -00615-2 00630-1 00635-1 00640-1 00650-1 -00650-2 00660-1 00670-1 -00670-2 00700-1 - 00700-34 GC -Al - GC-A2 00800-1 - 00800-2 00900-1 00950-1 - 00950-2 00960-1 - 00960-4 Rev 10/20/07 Section 00020 Page 2 TR'NCR DETAIL R 3-7-7- ;7. mm 1 :21zojl A I fal I A A A—J J— Lt W.9 + + ALTERNATE BASE CONCRETE SIDEWALK CULVERT FOR VERT, C/G & SIDEWALK STANDARD MANHOLE SHALLOW MANHOLE WITH FLAT -1 WATE..�.W.-%.—N mrm, IT a aim gol room LOIN wm IBM CONCRETE END SECTIONS C, CITY OF FORT COLLINS, COLORADO ForT�olllns . ENGINEERING DIVISION W. HARMONY ROAD IMPROVEMENTS - 53 DETAIL SHEET 1 61 � � � � m m m m m m m m m m m m m m m mmiiiiI-- 1 ilimermill�� —45- PROPOSED 4- CURB C� W 1) WITH li'CONCRETE SIDEWA� CULVEWAND CHANNEL PROPESED4'CU C�WWWITHWCONCRETE INOMAL,ZM CULVE�AND CHANNEL PROP2EED a- CUMC� 1#3) W� a- CoNCREM IIIDE�A� C U-1- AND CHANNEL 90 maim .0m Kotv 10' �PE R INLL r ON W"X60" HERSP — -'NSDALE DRIVE (By OTHERS) � I . —" . '. —^— — —.— — - CITY OF FORT COLLINS, COLORADO F; oc"r"f � o I n JDL I JOL W. HARMONY ROAD IMPROVEMENTS 5� BY: JOAK: iDlIrE. ENGINEERING DIVISION _NA 2 /15/08 DETAIL SHEET CURB INLV PYOTEVION 0'oO" A I 10-01- Mill 01-1— 6'MIN. ci y CITY OF FORT COLLINS, COLORADO Fo�f�olllns �l ENGINEERING DIVISION El- r W. HARMONY ROAD IMPROVEMENTS DETAIL SHEET � m � � m m m m m m m m m m m m m m m or va— Mr— I CR !SLA�R=PLANNO. CON E PAVE 70INTS MENI ShectNo.3of5 CITY OF FORT COLLINS, COLORADO �l ENGINEERING DIVISION Fo"r'yf�olllns V- ID 0 0 ID DMUS&UNW-Aw mmmmma-4w LWAH20h-ma J, WN �C TWSA)rA r C-D D� —�E --MIT -4 —.1. CONCRETE MENTJOINT rAMPLANNO: 2-1 s PA ftlKt ��Zt �o WJ/LTA — B, Pl— —1— t—1 � J4 C' MI I ShCel NO. 5 of5 W. HARMONY ROAD IMPROVEMENTS 56 DETAIL SHEET 61 P" Loll (2) PEDESTRIAN RAMP DETAILS cl, CITY OF FORT COLLINS, COLORADO Fo Yf�olllns . ENGINEERING DIVISION /-11Z T J/ V5 W. HARMONY ROAD IMPROVEMENTS DETAIL SHEET 61 . m m � m m m = = = = = . m m = m m = m m ep, eo ARAPAHOEFARM TOWNHOMES P.U.D. :7Z -w 0 .7 HARMONY RIDGE P.U.D. STO U & I—, va THE INTERNATIONAL 6HURCH 0 OF THE FOUR SQUARE GOSPEL x U I R GENCYPARK REG.CYPA.K I :w. FORTCOLLINSSECOND SECONDFILING CONDOMINIUMS - w AND HARMONY P.U.D 7`7 W STO 0 THE RIDGE P.I.I.D. a r z wm U w n w m! z H 'KRM014' f ROAD- slu o' \le 1 zi= U THERIDGEP.I.I.D. z THERIDGEP.U.D. W 0 FOR INFORMATION ONLY WORK BY OTHERS CITY OF FORT COLLINS, COLORADO W. HARMONY ROAD IMPROVEMENTS —E 176"'Vf'Collin 1 5il� ENGINEERING DIVISION SIGNING & STRIPING PLAN 12/15/08_- 61 U) > U) W. z IL z 0i OU 0 w 0 LL w w U) w U) z FOR INFORMATION ONLY WORK BY OTHERS CITY OF FORT COLLINS, COLORADO Fo"'yf�ollln W. HARMONY ROAD IMPROVEMENTS r ENGINEERING DIVISION SIGNING & STRIPING PLAN 59 FRCC E _ C NTRANCE- DRIVE Z o r. tz n 0 rz 00 Z4 0 > n z 0 0 0 z pa m m x 0 A4 z a It it o n ri It 0 < m w Ln Wo T 0 z T z 'A j 0 It LIMITS OF CONSTRUCTION :c 0 (SEE CITY OF FORT COLLINSW. HARMONY ROAD- M Z EAST END IMPROVEMENT PLANS FORCOIIITINUATION) X 0 cn Z LIMITS OF CONSTRUCTION (SEE HARMONY/SHIELDS INTERSECTION IMPROVEMENTS PLANS FOR CONTINUATION) 0 > 0 z r n 0 z g� 0 o Ca. z a z M h loz co T. Z. t: C) on cr 0.,\\ -Z 0 z Vm 110 El If 0, A A �u rA !FR w w 20 10 0 20 UT W:m.:! nm FOR FOR -- — --- FOR 7 77-7 ------ Q A, A a-w E. mz� Cc. ------- ------ ------ - -- -- -- - ----- FOR LEGEND ........ ............................. ..... --------------------- - --------------------- . .......... .. — SICAIA. - STREET UG.1 11 .1. —1 ARM TRA,,R, L .......... - --------- ------------------------------------------ - --------- - -- - - -- -- - - . ........ . ................... . .......................... . .... .................. ....................... ......... ............ . --------------------------- . .......... - - - ---- -- -- . ....... ----- ----- -- ---- - PEDESTRIA18 SIGMA. HEAD, EXis- 7 .,HARMONYROAC) .... ... .... UEOP EIEtECTOR . .............. —1 S 00ilTROULER ...... .............. TSR_ - u.. T-r-ir 2 -,1 VIDEO OETECTICIN A DISTIAC I STREET —I —1 ARM APPROXIMATE QUA14TMES Lam 21JW-10 w 202 — C SICAMIL TKOLt. —RE IAIG HEADS u 202 RE MAST ARM AND .—S A z 202 RE EXISTING CtiNTROLUER. CAETMET AMD rOUNDATON 202 202 A= 613 3: COD IT (1ACKED1 1: 1 1 Co 'UU:' 2- CO.Q I u 6;3 1' CONNIT 6 4 IG�a 11 SAC C_�2 P" 'E� CLUER E_ C�0.3_R ii' CO.F._ _ET St" S— ARM �1 FT. 4 TRAFFIC SAINAL - STREET UCIII "C" 6;:TRAFFIC SICAMIL - STREET LICHT I'CLE SII0GLE MM . it. TRAFFIC SIGNAL - STREET LIGHT IiCLE �1 4. IT. --L- ' _ _ _ STREET LICH, TRAFFIC SIGNAL HF-ADS 6;:— — . 'I, -I- TRAFFIC SICAM". - FECESIAL "'L' _r6_ PHASING DIAGRAM 6; .4 "A`FC� SCAAAL HIM 6 I— (cuiss I)) .1. VEHICLE —CT. —R W 4 FUASI,IINC CEAC 6;: FLASHIAIC FIRE SICIAM. I:* y V, mc RICAA SER,ICE unuw 21- LANE USE MSt"t_R-.pZ'.L `�WS%24) LAN —EL (CLASS I)) - - - 1 12' 11' 12' —EL (CLASS 1 4 RICH, :1 �: SIR "S" 1 4 FIRE S " CLASS "I I I FECF0=u.?1 STREET NAME SIGN LANE USE SIGN 121 'E.' ., :Ks rnESS.— STOP (METRO) L-I L-2 y HEAD HEAD — —.1—An—S — U-1 HEAD TO NDAFON - CDAITRKULER I L-3 L-6 FOU CATON - FICILE 4 8 . 16 G Pi - P8 —N—N - TIED, POLE + 4 9 2 ]LITY COWACTS: T CM NS TRAFFIC T CIA. INS ER/WASM11TER T MUNS ELECTRIC TERRI R-'.'- R�R _NI A L 1. RGI C VA_UE1 RiAtAL ELECTRIC I.C. —Eii.—D TE. I .".� ST TERM LARRIE C.— AATER ETSTR.C1 UN 5 NOE C.ARAES 9' 377-6403 9 AS -2— CAST — CA STATE U_SIFT DEIIIAS CAE- E. 7 TH FORt CCAIJI,IS SANITATION DISTRICT I CEU L—AND MTDR OISTRICT TERRY FARRU TERRI "A"LL ;296-01 _ ':' S 221-� (H 23 �1 2 1 ITS 27 1. 2.1 L P. 3" 2.111 1:2Z 876 — 17M 733 14. ;119 � T 21 I, T 1,5 IIIS QT " 73, DO ACT 10740 11 2, 21 211 1. 111. 21 11 TRAFFI - COUNT 2M7 OATA C WtARCA� SEWCE C(IfINECTION FIE.— I.—TION HEAD C—D R FOR INFORMATION ONLY L 2, 10 Y72" -il- I A ITT. WORK BY OTHERS ....... ..... City f W. HARMONY ROAD IMPROVEMENTS CITY OF FORT COLLINS, COLORADO Collins 7_7 ' FT, A rECKEO 11-: -HARMONY AT STARFLOWER 61 TRAFFIC ENGINEERING DIVISION V'=20' 1`2/15/08 1 TRAFFIC SIGNAL PLAN I I 1-1 .1 ki SECTION 00300 BID FORM I I This work shall be coordinated with the City of Fort Collins Traffic Operations Department. The removal of the top three (3) feet of the existing concrete traffic signal pole bases will be measured by the number of bases removed. All work shall include all material, equipment, labor and disposal to complete the work. Payment will be made under: Pay Item Pay Unit Removal of Concrete Traffic Signal Pole Base (Top 3 Feet) EA F. Omit Revision of Section 202 Removal of Inlet G. Under Revision of Section 208 Add the following lancivacie to Section 208.07: "Excavation required for removal of accumu'lated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, shall be considered incidental to the work." H. Under Revision of Section 209 Waterincl, chancle the following paragraph to read I as follows: Subsection 209.06 shall include the following: All landscaping including but not limited to the existing trees, shrubs, flower beds, and sod planted at all locations on the project where the construction has affected the existing irrigation system shall be watered twice monthly or as directed by the Engineer during the length of irrigation disruption. This item will be measured by the lump sum. Pay Item Pay Unit Water (Landscaping) Lump Sum 1. Under Revision of Section 304, include Class 5 Aciciregate Found in Table 703.03 of the Colorado Department of Transportation Standard Specifications for Road and Bridae Construction: Subsection 304.02: Change the following paragraphs to include the information highlighted in yellow: Materials for the base course shall be Aggregate Base Course (Class 5 or 6) as shown in subsection 703.03 The aggregate base course (Class 5 or 6) must meet the gradation requirements and have a resilient modulus of at least 32,883 psi or a resistance value, R�:78 when tested by the Hveem Stabilometer method. Subsection 304.08 Change the following pay item to include the information highlighted in yellow: I I SECTION 00020 INVITATION TO BID Rev 10/20/07 Section 00020 Page 3 I S I I I I I I .1 I I I I I I PROJECT: West Harmony Road Bid NO. 7004 SECTION 00300 BID FORM Improvements Place COFC Purchasing Date January 30th 2009 1. In compliance with your Invitation to Bid dated Jan. 3QJ;�i 20_U and subject to all conditions thereof, — the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of N5- % ($ —) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with w I hich the Bidder proposes to furn ish the specified performance and payment bonds is as follows: Western Surety Company PO Box 5077 Sioux Falls SD 57117 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereb acknowledges receipt of Addenda No. OA�f L/-�_through o �i e- Rev 10/20/07 Section 00300 Page 1 I SECTION 00020 INVITATION TO BID Date: January 5, 2009 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on January 30, 2009, for the West Harmony Road Improvements; BID NO. 7004. if delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. 0. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 7004 West Harmony Road Improvements. The contract documents provide for: 1. Reconstruction andwidening of approximately 1-mile of arterial roadway. 2. Signal work, signing and striping, traffic control, and surveying are by City forces. 3. Installation of approximately 1,300 LF of reinforced concrete pipe storm sewer line ranging in size from 36" to 15". 1 4. Full roadway reconstruction (asphalt) with section of mill and inlay. Total asphalt quantity is approximately 15,600 TONS. 5. Approximately 3000 SY of Concrete Paving (10.5 inch and 11 inch thick). All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available Monday, January 6 th 2009. A prebid conferenceand job walk with representatives of prospective Bidders will be held at 1:00 p.m., on Friday, January 16 th , 2009, at 215 N. Mason, lst Floor, Community Room, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: 0 City of Fort Collins BuySpeed: https://secureZ.fcgov.com/bso/login.jsp Bids will be received as set forth in the Bidding Documents. Rev 10/20/07 Section 00020 Page 1 I The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as �pecified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and. a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date I fixed for opening Bids. I I L I I I The OWNER reserves the right to reject any and all Bids, and to . waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer,.employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins By James B. O'Neill, II, CPPOf FNIGP Purchasing & Risk Management Director Rev 10/20/07 S ection 00020 Page 2 I SECTION 00100 INSTRUCTIONS TO BIDDERS I I I I I I I I I I I I 11 I I SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are def ined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" 'means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The,terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER Is evaluation as. hereinafter provided) makes an award. The term "Bidding Documents" includes. the Advertisement or Invitation to Bid, Instructions to Bidders, the . Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time. of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority, to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business, in the state where the Project is located or covenant to obtain such qual ification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in.Section 00420. Rev 10/20/07 Section 00100 Page 1 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the servi . ce promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and'efficiency of the bidder, (4) the quality, of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the. sufficiency of the financial resources and ability of, the bidder to perform the contra ' ct or provide. the service, (7) 'the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability 'of the bidder to provide future maintenance and service ' for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance.this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may ' in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation. by Bidder that Bidder has complied -with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Rev 10/20/07 Section 00100 Page 2 I I I I I I I 'I I I I 5.0 INTERPRETATIONS AND ADDENDA. 5 .1. All questions about the meaning or,intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to .the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this proje . ct should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in. the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained . until such Bidder has executed the Agreement and furnished, the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the' Bid Opening, whereupon Bid security furnished by such Bidders will be returned. Bid.Security with Bids which are not compe�itive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. IRev 10/20/07 Section 00100 Pag e 3 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest. responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be de pmed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other pe.:�sons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in.the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. Rev 10/20/07 Section 00100 Page 4 11 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of SUMS. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown' below the corporate name. 11.4. Bids by partnerships must be executed,in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. * Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. - If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13-2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and Rev 10/20/07 Section 00100 Page 5 date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for r.eceipt.of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not.receive consideration. 13.4. -No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14..0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to' the, opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids.provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all in ' formalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right -to re:ject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent ' standard or criteria established by OWN ' ER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof -will be resolved in favor of the correct sum. Rev 10/20/07 Section 00100 Page 6 I Pay Item Pay Unit Aggregate Base Course (Class 5 or 6) Ton I J. Under Revision of Section 609 Curb and Gutter the Pay Items are to read as follows: Pay Item Pay Unit Curb Type 2 (6" Barrier) (Section B) LF Curb and Gutter Type 2 (Section I-B) LF Curb and Gutter Type 2 (Section II-B) LF Gutter Type 2 (2 Foot) LF Gutter Type 2 (10 Foot) LF 111. Add the Attached Standard Soeci al Provisions: See Attachment A IV. The Attached Bid Schedule Changes: A. Deletes Line Items: 202-00019 Removal of Inlet 202-04001 Plug Culvert B. Add Line Items: 202-xxxxx Removal of Concrete Traffic Signal Pole Base (Top 3 Feet) 4 EA C. Revises Line Items: Currently Reads: 209-00100 Watering (Landscaping) 3750 GAL 210-04010 Adjust Manhole 3 EA 304-04000 Aggregate Base Course (Class 6) (4" Depth) — Driveways and 2' Wide Shoulder 304-06000 Aggregate Base Course (Class 6) (6" Depth) 604-00305 Inlet Type C (5) 608-10004 Sidewalk Drain (4'Curb Cut with Concrete Chase) 609-24004 Gutter Type 2 (4 Foot) Chancie To: 209-00100 Watering (Landscaping) 1 LS 210-04010 Adjust Manhole 4 EA 304-04000 Aggregate Base Course (Class 5 or 6) (4" Depth) — Driveways and 2' Wide Shoulder 304-06000 Aggregate Base Course (Class 5 or 6) (6" Depth) 604-00305 Inlet Type C 0 608-10002 Sidewalk Drain (2' Curb Cut with Metal Plates) I I I I I 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other.persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excludin g alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45). days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Condition ' 8 set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached.* Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart. to CONTRACTOR. Each Rev 10/20/07 Section 00100 Page 7 I counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20. 0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21. 0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION Rev 10/20/07 Section 00100 Page 8 i I I I I I I I I I I I 9 SECTION 00300 BID FORM I I F, I I I I I I I k I I I I PROJECT: West Harmony Bid NO. 7004 SECTION 00300 BID FORM Road Improvements Place COFC Purchasing Date January 30th 2009 In compliance with your Invitation to Bid dated Jan. 3Q±,h 20-U and subject to all conditions thereof,— the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the' State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ($ — ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and pa ment bonds is as follows: Western Surety Company PO Box 5077 Sioux F y alls SD 57117 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereb acknowledges receipt of Addenda No. 6A1 6 1 � —through Cw 6 /1 Rev 10/20/07 Section 00300 Page 1 I M Mon I= M No M M M M �M M M man M Project: Harmony Road Improvements Project Addendum I Spec/ lem IV-;cription Mrtimated Number Quantitv Unit Unit Cost Item Cost Harmony Road lmt)ro,., ement Proie.ct 201-00000 Clearing and Grubbing L-S g SAOD, oo 202-00010 Removal of Tree 44 EA 0 C) 16'-4. Z/cx). C, 0 202-00011 Tree Trimming 14 EA 0 C) 76D. o v 202-00013 Removal of Tree Stump (4'Dia / 2'Dia) 17 EA 00 ;?.!5SO.oD 202-00035 Removal of Pipe 241 LF o 0 7- O-S- 0 0 202-00037 Removal of End Section 5 EA AOD. o -D 4-!S; C) o' o o 202-00200 Removal of Sidewalk 646 SY 1* - -9 5, 0o 3f ?— 3r—), 0 0 202-00202 Removal of Concrete Gutter (8 Foot Wide) 48 L F /A oo 202-00203 Removal of Curb and Gutter 1792 LF 41 0 0 7,1643.00 202-00206 Removal of Curb Ramp 35 SY 202-00210 Removal of Concrete Pavement 60 SY 202-00220 Removal of Asphalt Mat 20974 SY 202-xxxx Removal of Concrete Traffic Signal Pole Base (Top 3 Feet) 4 EA /,,3 S'O, man Project: Harmony Road ImprovemeniLs Project Addendum I Spec/item Description Estimated Unit Unit Cost Number Ouantitv Item Cost 203-00010 Unclassi red Excavation (Complete In Place) 8551 CY 0 203-00100 Muck Excavation 722 CY 1D.0o 60 203-01596 Poth.oling With Surveying and Stationing of U/G Utilities I LS Coo, o C2 Q0, 00 207-00205 Topsoil 1567 CY 207-00210 Stockpile Topsoil 5932 CY 06 q. 00 207-00405 Topsoil (Special) - Amended Onsite for Median and Parkway Areas 2072 CY 208-00005 Wattle (25' Sections) 5.4 EA A� 3 -71 DO 208-00020 Silt Fence 5305 LF 208-xxxxx Construction Rnce 2336 LF 6 /go, Z/O 208-00045 Concrete Washout Structure I EA 208-00050 Storm Drain Inlet Protection (Type 1) 9 EA 208-00052 Storm Drain Inlet Protection (Type 3) 8 EA 0 4 7 40. Project: Hartnony Road Improvements Prnject Addendum I Spec/item Number Description F-stimated Unit Unit Cost Item Cost Onantity 208-00070 Stabilized Construction Entrance 2 EA tg66, 60 ?— oo , C, 'D 208-00205 Erosion Control Supervisor 75 HR C) C) 87 6o 209-00100 Water (Landscaping) I LS 7" -5-60, Op '�74 210-00001 Reset Structure - Electric Gate and Control Box I EA ,2, 210-00010 Reset Mailbox Structure I EA 210-00030 Reset Water Service 2 EA 7-5 .00 210-00050 Reset Fire Hydrant 2 EA 0 n 0 0 210-00750 Reset Light Standard 2 EA 19,50, cn 210-01000 Reset Fence 2492 LF -41/0, '0 210-01011 Reset Gate I EA oo 7-5' oo- 210-017.30 Reset Parshall Flume I EA 210-02900 Relay Riprap 880 CY 200,00 . 210-04000 Adjust Water Vault I EA 050. C>0 -Ji L 1. Ooc> , 0 Project: Harmony Road Improvements Project Addendum I Spec/Item Estimated Number Description Unit Unit Cost Item Cost 210-04010 AdjustManhole 4 EA 00 210-04015 Modify Manhole (Sta 18+7 1) 4 1 EA 210-04050 Adjust Valve Box 3 FA 30o, 60 Af '760-66 212-00005 Native Seeding 304-04000 Aggregate Base Course (Class 5 or 6) (4" Depth) - Driveways and 2'Wide Shoulder 304-06000 Aggregate Base Course (Class 5 or 6) (6" Depth) 307-00075 Fly Ash 307-00250 Prooessing Fly Ash Treated Subgrade (12" Depth) 403-32821 Hot Mix Asphalt (Grading SQ) (100) (PG 58-28) (6" Depth) 40.3-32821 Not Mix Asphalt (Gra, ding SG) (100) (PG 58-28) (7 ;, Depth) 40-3-33851 Hot Mix Asphalt (Grading S) (100) (PG 64-28) (2" Depth) 1.96 88 11354 2196 36606 6417 4358 4835 -10 ACRE 4 TON -S, CD 0 TON 4e / 3 . -.5-o TON ---o SY () 0 TON -T 0 TON 0 TON 70. ,4 3 0 33z,60 "Z& 7�1 cz 00 Project: Harmony Road Improvements Project Addendum I speclitem Description Est Number fl. antitV Unit Unit Cost Item Cost 412-OOW Concrete Pavement (6 Inch) 17 SY �- 9. Z5; -4 q37, 25 412-01050 Concrete Pavement (10.5 Inch) 2654 SY SZ, 3 -S7 9D 412-01061 Concrete Pavement (10.5 Inch) - Fast Track (24 Hour) 50 SY 710. Op 412-01100 Concrete Pavement (I I Inch) 303 SY 493 -7-5 506-00212 Riprap (12 Inch) 86 CY 603-01155 15 Inch Reinforced Concrete Pipe (Complete In Place) 247 LF 603-01185 18 Inch Reinforced Concrete Pipe (Complete In Place) 41 LF 7 el 60-3-01245 24 Inch Reinforced Concrete Pipe (Complete In Place) 767 LF 5 -5. 20 603-01305 30 Inch Reinforced Concrete Pipe (Complete In Place) 193 LF 603-05015 15 Inch Reinforced Concrete End Section 10 FA 00 -14� -15FOOO-00 603-05018 18 Inch Reinforced Concrete End Sectio . n I EA SD , 0 0 603-05024 24 Inch Reinforced Concrete End Section 2 EA 6 -,5 0. 6o bo Project: Harmony Road Improvements Project Addendum I Spec lem Number Description Estimated Unit Unit Cost Item Cost iantitv 603-05030 30 Inch Reinforced Concrete End Section EA oo 14 7—<D. o o 6"00.305 Inlet TNx C '91 EA 311?SS,6o 604-19310 We I Type R.L 15 (10 Foot) EA 2�7 -'S, Co. e) 0 4 604-30004 M a I nhole Slab Base (4 Foot) 2 EA Z, 700 604-30005 Manhole Slab Base (5 Foot) 2 EA 0 0,!ao 605-00004 4 Inch Non -Perforated Pipe Underdrain 365 LF 0 o A /,8z '.00 605-00040 4 Inch Perforated Pipe Underdrain 1800 LF 000, 6 608-00006 Concrete Sidewalk (6 Inch) 4262 SY 608-00010 Concrete Curb Rarnp 232 SY 0C) 66 608-10002 Sidewalk Drain (2'Curb Cu t with Metal Plates) 2 EA o o 0 -C) 608-10008, Sidewalk Drain (8'Curb Cut with Concrete Chase) I EA 609-24002 Gutter Type 2 Foot) V. Revisions to the Plans: A. 10" DIP shown on the plans should be labeled C-900 Pipe B. The PRV in front of Butler property is to be relocated by others (Fort Collins Loveland Water District) C. On' the TYPICAL LANDSCAPE MEDIAN SECTION detail the note that states "CDOT CLASS I COMPACTED STRUCTURAL BACKFILL TO ZDEPTH BELOW GEOTEXTILE. SUBGRADE MUST BE SCARIFIED AND RECOMPANCTED TO 95% OF STANDARD PROCTOR FOR ONSITE MATERIAL TO 2'DEPTH BELOW STRUCTURAL BACKFILL" will be removed. D. The two - 4'Sidewalk Chases shown on the plans should be changed to two - 2' 1 Sidewalk Chases with metal plates per drawing 709 on Sheet 49 of the drawings E. The two 4' Pans shown on the plans (Behind Sidewalk Chases) should be changed to two 2' Pans VI. Pre -Bid Clarifications Not Resulting in Changes to the Bid Documents: A. Seed Mix is shown on the Erosion Control Plan Sheets B. All excess Unclassified Excavation Material becomes the property of the Contractor— This is identified correctly in the "Summary of Earthwork Quantities" Plan Sheets. C. Item 207-00405 Topsoil (Special) to be a mix of 75% topsoil and 25% composted manure mixed well prior to being placed in medians and in parkways. Please contact John D. Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. F� I I I Project: Harmony Road Improvements Project Addendam I specl tem F-stimated Number Descript ion Unit Unit Cast Item Cost wantitV 609-20011 Curb Type 2 (6" Barrier) (Section B) 270 LF 0c) 3 4 p 609-21010 Curb and Gutter Type 2 (Section I-B) 5891 LF 49,00 609-21020 Curb and Gutter Type 2 (Section U-B) 5902 LF C) 0 0 zo, CO 609-24002 Gutter Type 2 (2 Foot) 28 LF Ilk /6-50 00 609-24010 Gutter Type 2 (10 Foot) 210 LF 7, oo E70, 00 61.0-00010 Median Cover Material (Decorative) 5804 SF —,�. 00 610-00030 Median Cover Material (4" Concrete) 1485 SF 6e) 613-00200 2 Inch Electrical Conduit 613-00300 3 Inch Electrical Conduit 613-00400 4 Inch Electrical Conduit 613-00600 6 Inch Electrical Conduit 619-xxxxx 12 Inch HDPE 476 LF 110 LF 92 LF 52 LF 251 LF /Q. OZO, .00 ft. 00 141176,00 -W '76Z,O-O 3, M M M M mmm M M M M M MM M = M'M M Project: Harmony Road Improvements Project Addendum I Spec/item Number Description Est Unit Unit Cost Item Cost Ouantitv 619-xxxxx Tie to Existing 12 Inch HDPE I EA o o C)o 619-xxxxx 10" PVC-C900 Cortalock - Directional Drilling (0,PTION A 123 LF 0 0 -#/7.2-zo. 619-xxxxx 4" PVC-C900 8 LF C) C) 44 166.00 619-xxxxx 10" Ductile 452 Bend with Megalug 6 EA bb, 6 C) 00 619-xxxxx 10" x 6" Ductile Tee I EA 619-xxxxx 6" x 4" Ductile Reducer with Megalug 2 EA 'VZ,n, 66 619-xxxxx 10" x 8" Ductile Reducer with Megalug I EA 00 00 619-xkxxx 6" Gate Valve with Valve Box and Megalug I EA Boa. 00 A'soo, 0o 619-xxxxx 10" Gate Valve with Valve Box and Megalug I EA ;? 0 60 0. 00 Z 00 C), n o 619-xxxxx 4" Ductile 459 Bend with Megalug 4 EA saz:). o C) zoo, Ob 619-xxxxx 8" Ductile Solid Sleeve with Megalug I EA '-/, 'S 0, 0 0 C) 619-xxxxx 10" Ductile Solid Sleeve with Megalug I EA 619-xxxxx Connect to Existing 16" COFC Waterline I LS 619-00002 1 " Water Service with Meter Pit I L-S 00 Oe 619-00007 Connect to Existing Waterline 3 EA E66. C)6 M M M M M M M M M M M M M M M M M M M Project: Harmony Road Improvements Project Addendum I Speclitem Description 1. imated Number ouantitv Unit Unit Cost I tem Cost 620-00001 Field Office I EA I �8— I - �'00 - 620-00020 Sanitary Facility 2 EA 0 on 626-00000 Mobilization I LS 000.60 1�0. (006, 0c) 'rOTAL PROJECT COST (Harmony Road Improvement.,; Project) = $ 2� -S-61. 30 1. <4�5 7-No wle_U Ok), OAJ6 WOW-1c�RC,& 1<91-e7— 77,/o I c/s,,q,,j /1)b4WZN 6A.A=� Dollars Cents ALTERNATEI: Waterlinei 619-xxxxx 10" PVC-C900 Certalock - Open Tmnch (OPTION11) 123 LF 27 1-0 �, 0&1�) o 9. PRICES The foregoing prices shall include. all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc. , to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. I I 11 I 11 I I I I I I I RESPECTFULLY SUBMITTED: Coulson Excavating Co. Inc. CONTRACTOR RV- William Schrader 1-30-09 Signature Date vice President Title License Number (If Applicable) ".,is by corporation Ak� At t'E��:§ t, 3609 N County Rd 13 'Addtess -4, Loveland, Co 80538 Telephone 970.667.2178 IRev 10/20/07 Email Bill@Coulsonex.com Section 00300 Page 2 I I SECTION 00410 BID BOND KNOW,ALL 1,1EN BY THESE PRESENTS: that we, the undersigned Coulson Excavalin, Co., Inc, as Principal, and*as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of ** � for the payment of which, well and truly— to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City —of Fort Collins� Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 7004 West Rarmony Road Improvements. NOW THEREFORE, (a) If said BJ:d shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, 'and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOWD shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid;' and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. Western Surety Company **Five Percent of Amount Bid I I I RGv I OM107 I Section 00410 Page 2 I I I IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 30th day of ___ January , 2029, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper -officers, the day and year first set forth above. PRINCIPAL SURETY Name. Coulson Excavating Co., Inc. Western Surety Company Address: 3609 N. County Rd. #13 P.O. Box 5077 Lovean 80538_�,7 Situx Falls, SID 57117-5qT7 By;— �Susan J. L ft rulo Title: Att w i Title.-Aftorney-i -F;;rt Aryks'T T J Jr, y ' EAL) (SEAL) 9 v I I I I I I Rev 10/20107 Section 00410 Page 3 ,^- A HRH of Colorado P.O. Box 469025 "M K 11 en r,,..0 ov/-*u-=,uzz) (1 303-722-7776 h I t b r o g a I & h o b b s- 0 303-722-8862 I I I Western Surety Company POWER OF ATTORNEY APPOINTING INDIMUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing Corporation having its principal office in the City of S ioux Falls, and State of South Dakota. and ULU it does by virtue of the signature and seal herein affixed hereby Maki; constitute and appoint J R Richards, James S Rosulek, Florietta Acosta, Frank C Penn, Mark Sweigart, Donald E Appleby, Dilynn Guem, Kevin W Me Mahon, Susan J Lattarulo, Deanna M Robichaud, Tiffany Me Gonigle, Individually of Den�er, CO. its true and lawful Attomey(s)-in-Fact,*ith full power and authority hereby conferred to sign, seal and execute for and on its behalfbonds, undertakings and other obligatory instruments of similar nature In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed.by a duly authorized officer of the corporation and all the acts.of said Attorney, pursuant to the authority hereby given,.are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereot duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to 'be hereto affixed on this 25th day of August; 2008. 4 ;j*try WESTERN SURETY COMPANY 001"��Ilrnl. t 1.4% Paul Bruflat� Senior Vice.President State of South Dakota County of Minnehaha ss On this 25th day of August, 2008, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say. that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; th . at it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires + D. KRELL .r Novembet-30,2012 �army Pueucls kJLNr CEA Z :%CTW OUTH DAKOTA + CERTIFICATE D. Krell, Notary Public L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attor#eyhpjej*6vt1s&:f 'i& ii'still force, and finther certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony wfia�ofjjiiv 4-��jujto�su bscnbed in naine and affixed the sea] of the said corporation this Y 30th day of January SAP WESTERN SUR---,E-T " y 1. 1.0'! C —P0 -V1- -103-0 7,:� CA �1,e IForn, F4211-09-01 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company, Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of:the corporation shall be executed in -the corporate name of the Comp a*ny by the Pr�esident, SecretaM and Assistant Secretary, Treasurer, or any Vice Pr . esident, or by such . other officers as the Board of Directors may authorize. The President, any Vice President Secretary, any Assistant Secret I ary, or the Treasurer may appoint Attorneys in Fact or agents who shall have'authority to issue bonds, policies, or undertaidngs in the name of the Company. The corporate seal is not necessary for the validity.of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal.may be printed by facsimile. SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: Coulson Excavating Co. Inc. 2. Permanent main office address: 3609 N Cty Rd 13 Loveland, CO 3. When organized: 1949 4. If a corporation, where incorporated: Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? 33 yrs. 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) New Transportation Facility $ 926, 426.,00 7-1-09 W ld Count- Rd IA Brj(jq,- $';97 727 no 6-1-09 7. 'General character of Work performed by your company: Earthwork, Undergrouiid Utilities, Asphalt Paving 8. Have you ever failed to complete any Work awarded to you? No If so, where and why? a Have your ever defaulted on a contract? No If so, where and why? 10. Are you debarred by any government agency? No If yes list agen cy name. Rev 10/20/07 Section 00420 Page 1 Project: Harmony Road Improvemenis project Addendum I Spec/I(enl Estimated Description Unit Unit Cost Item Cost Number Quantitv Harnionv Road Ininrovenjent N*o6ect 201-00000 Clearing and Grubbing I LS 202-00010 Removal of Tree 44 EA 202-00011 Tree Trimming 14 EA 202-00013 Removal of Tree Stump (4'Dia 2'Dia) 17 EA 202-00035 Removal of Pipe 241 LF 202-00037 Removal of End Section 5 EA 202-00200 Removal of Sidewalk 6,46 SY 202-00202 Removal of Concrete Gutter (8 Foot Wide) 48 LF 202-00203 Removal of Curb and Gutter 1792 LF 202-00206 Removal of Curb Ramp 35 SY 202-00210 Removal of Concrete Pavement 60 SY 202-00220 Removal of Asphalt Mat 20974 SY 202-xxxx Removal of Concrete Traffic Signal Pole Base (Top 3 Feet) 4 EA = = = = M = = = M = = = M M = = M M = H ll* List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. CDOT US 85 from SH 60 to Lasalle $7,302,992.25 11-2008 Resurfacing First & Madison Imp. Loveland 8-08 $1,068,282.50 Reconstruction 12. List your major equipment available for this contract. Cat Rotomil.1,Cat 140G Blades, Belly Dumps, Compaction Equip, r.4 t- T) =-'% TIM"* and. RICII-ers I 13. Experience in construction Work similar in importance to this project: See Above 14. Background and experience of the principal members of your organization, including officers: Richard Coulson 50+ Ken Coulson 31+ William Schrader 32+ 15. Credit available: $ 2 Mil 16. Bank reference: Homestate Bank (Tracy Hogue) 970.622.2376 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Yes, If Required 18. Are you licensed as a General CONTRACTOR? Yes If yes, in what city, county and state? What y class, license and numbers? I 19. Do you anticipate subcontracting Work under this Contract? Yes If yes, what percent of total contract? 0/0 and to whom?— 6C C A TTA Q-+A-E L I 20. Are any lawsuits pending against you or your firm at this time? No IF yes, DETAIL I I Rev 10/20/07 Section 00420 Page 2 I I I I 11 21. What are the limits of your public liability? DETAIL umbrella 5 mill. What company? HRH of Colorado 22. What are your company's bonding limitations? 25 Million per Ind. Project 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at ill 30 PM this 30-r , AJ L)A k 4 day of 2007 !/ Name of Bidder By: Title:— ;//C.6 State. of Colorado County of Larimer LA—j -� I ( ,a ,- /,—,, j e",— being duly sworn deposes and says that he is ofcoulso—n Excavating Co. Inc -and that (name of organization) .1 I I I I L answexs to t e foregoing questions and all statements therein contained are true and correct. -d Subscr�ibed and rn to b ore me this day of Jav- 200-'t' Notary Public My commission expires 1,2 IRev 10/20/07 Sean Cox, Notary Public State of Colorado My Commission Expires 4/27/2011 o Section 00420 Page 3 I I SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 10% of the contract. ITEM �0KJC-P-E1E?AV1)Q6 CL)C24Q—kTU- SUBCONTRACTOR EXP96SS eQA)C-jeF-1-E FL Y16 iY, - fo ('-OAJ 7neO t- -ET CO 0,J -re f,- 7--oP T- Section 00430 Page 1 SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed I SECTION 00510 NOTICE OF AWARD Date: February 6, 2009 TO: Coulson Excavating Co., Inc.. PROJECT: 7004 West Harmony Road Improvements OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated Januar 30, 2009 for the above project has been considered. You are the apparent success f ul—Bidder and have been awarded an Agreement for 7004 West Harmony Road Improvements. The Price of your Agreement is 2,158,301.4 5. Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions *precedent within fifteen (15) days of the date of this Notice of Award, that is by february 23, 2009. 1. You must deliver to the OWNER th ree (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You - must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditi6ns within the time' specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare 'your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER C),,��,Cm S'Q� Ja es B. 07Neill, II, CPPO, FNIGP D'Fector of Purchasing & Risk Management ISection 00510 Page I I I I SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 6 th day of February in the year of 2009 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Coulson Excavating Co., Inc.(hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7004 West Harmony Road Improvements. ARTICLE 2. ENGINEER The Project has been designed by Interwest Consulting Group, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Completed by July 20, 2009, the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment the General Conditions, on August 14, 2009. and Acceptance in accordance with 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial 103S if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 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. Section 00520 Page 1 I I I Substantial Completion: Two Thousand Three Hundred Sixty Three Dollars ($2,363.00) for each calendar day or fraction thereof that expires after July 20, 2009 for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance.: After SubsItantial Completion, Five Hundred Dollars ($500.00) for each calendar da y or fraction thereof that expires afterAugust 14, 2009 for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: $2,158,301.45 Dollars, in accordance with Section 00300, attached and incorporated 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.'l. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application 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 amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage 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 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 will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in Section 00520 Page 2 I I 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 amounts 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. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, . progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface 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, a . nd 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 examinationsf investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR.for such purposes. , 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated 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, investigations, explorations ' tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by Section 00520 Page 3 I I 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 concerning the Work consist of the General Conditions, Supplementary Conditions, those 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 CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7. 2. 1 Certi f icate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2. 6 Application for Payment I I I I Section 00520 Page 4 I I I 11 I I I I I I I I I I I I I .1 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: SHEET NO. INDEX OF SHEETS 1 TITLE SHEET 2 STANDARD PLANS LIST 3-5 GENERAL NOTES 6 TYPICAL SECTIONS 7-8 SUMMARY OF APPROXIMATE QUANTITIES 9 SUMMARY OF EARTHWORK QUANTITIES 10 TABULATION OF REMOVAL ITEMS, RESET & ADJUSTMENTS 11 TABULATION OF C&G, SIDEWALK & SURFACING QUANTITIES 12 TABULATION OF STORM SEWER AND PIPE 13 SURVEY CONTROL PLAN 14-15 EXPLORATORY BORING LOGS 16-18 SHIELDS REMOVAL PLANS 19 HARMONY —SHIELDS INTERSECTION REMOVAL PLAN 20-27 SHIELDS PLAN SHEETS 28-30 SHIELDS PROFILE SHEETS 31-32 SHIELDS MEDIAN PLAN SHEETS 33-34 SHIELDS MEDIAN PROFILE SHEETS 35-39 SHIELDS GRADING PLANS 40 HARMONY —SHIELDS INTERSECTION GRADING PLAN 41-47 SHIELDS EROSION CONTROL PLANS 48-50 STORMWATER MANAGEMENT PLANS 51-52 SHIELDS STORM SEWER PLAN & PROFILES 53-54 HARMONY —SHIELDS INTERSECTION CONCRErE JOINTING PLAN 55-58 SHIELDS CROSS SECTIONS 59-61 PHASING PLANS WORK BY OTHERS (FOR INFORMATION ONLY) 62-64 SHIELDS SIGNING & STRIPING PLANS 65-66 HARMONY —SHIELDS INTERSECTION SIGNAL PLANS CDOT ROW PLANS (FOR INFORMATION ONLY) (11 SHEETS) HARMONY —SHIELDS INTERSECTION IMPROVEMENTS ROW PLANS NEW AND REVISED STANDARD PLANS S-627-1 PAVEMENT MARKINGS (5 SHEETS) S-630-1 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION (12 SHEETS) Section 00520 Page 5 I M M M M M M M M M M M M M M M M M M M Project: Harmony Road Improvements Project Addendum I Speclitern Estimated Number Description Quantitv Unit Unit Cost Item Cost 203-00010 Unclassified Excavation (Complete In Place) 8551 CY 203-00100 Muck Excavation 722 CY 203-01596 Potholing With Surveying and Stationing of U/G Utilities I LS 207-00205 Topsoil 1567 CY 207-00210 Stockpile Topsoil 5932 CY 207-00405 Topsoil (Special) - Amended Onsite for Median and Parkway Areas 2072 CY 208-00005 Wattle (251 Sections) 5.4 EA 208-00020 Silt Fence 5305 LF 208-xxxxx Construction Fence 2336 LF 208-000,45 Concrete Washout Structure I EA 208-00050 Storm Drain Inlet Protection (Type 1) 9 EA 208-00052 Storm Drain Inlet Protection (Type 3) 8 EA The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 1, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 1.5 and 3.1 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. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will 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 assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 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. I I I Section 00520 Page 6 I I I I I I I I I I I I I I I I I I I W; '. k.4 CONTRAC kCo q,,?C&�. �Inc. By: ivy '-Vjt4- By: 7- 1 VV__ % 1-"' JAMEWB.,O'NEILL II, CPPO, FNIGP ECTOR OF PURCHASING Title: AND RISK MANAGEMENT FO q ..0 Date: Date:- &,6RV.4Ay 12 4 Z 0C>9 C .CP (CORPORATE SEAL) StAt Attest: OWNER: CITY OF FOAXF COLVIVS By: 3 - --) I \p 1JV- DARIN ATTEBERRY C A AGER, CITY,\QE_,FORT COLLINS - t. A A . \ --', City Clei7k Address for giving notices: P. 0. Box 580 Fort Collins, CO 80522 Address for giving notices: A/ 62UAJ TV f X0V6(-4A-)1i. CO 80,'538 Of LICENSE NO.: I SECTION 00530 NOTICE TO PROCEED Description of Work: 7004 West Harmony Road Improvements 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. I 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. Dated this day of 2 0_. The dates for Substantial Completion and Final Acceptance shall be 20_ and 20—, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20_. CONTRACTOR: By: Title: Section 00530 Page-.1 00610 00615 00630 00635 00640 00650 00660 00670 �J SECTION 00600 BONDS AND CERTIFI CATES Performance Bond Payment Bond Certificate of Insurance Certificate of. Substantial Completion Certificate of Final Acceptance Lien Waiver Release (CONTRACTOR) Consent Of Surety Application for Exemption Certificate I -SECTION 00610 PERFORMANCE BOND Bond No. 58661272 KNOW ALL MEN.]BY THESE PRESENTS: that (Firm) Coulson Excavating Go. Inc., (Address) 3609 North County Road #.13, Loveland, Colorado 80538 -(an Individual), -(a Partner.ship) , (a Corporation), hereinafter. referred to as the "Principal" and (Firm) western Surety Company (Address)P. 0.36x-5077., Sioux Falls, South Dakota 57117. hereinafter referred to as "the Surety", -are held and firmly bound unto City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 8.0522 a (Municipal Corporation) hereinafter referred 'to as the "OWNER", in the penal sum of Two Million One Hundred Fifty Eight Thousand Three* 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 prese.nts.. THE CONDITIONS OF THIS OBLIGATION.are such that whereas the Prdncipal�entered th 6thday of February—, 20'09 ,into a certain Agre.ement with the OWNER, dated e a copy of which is hereto attached and made a part hereof for the performance of The City' of Fort Collins p . roject.7004 West.Harmony Road Improvements. NOW, THEREFORE, it the. Principal.shall well, truly and faithfully�perform its duties., all the undertakings, covenants, terms, conditions and agreements, of said Agreement during the original term thereof.,. and any extensions, thereof which may be.,granted by the OWNER,.with or without Notice to. the Surety and during the life of the guaranty period, and if thelPrincipal shall.satisfy all shall fully indemnify claims and demands incurred under such Agreement, and and save harmless the OWNER from all cost and damages, which '.it may suffer by reason of failure to do so, and shall reimburse andrepay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. ..Hundred.One and 45/100 ($2,158,301.45) Rev 10/20/07 Section'00610 Page 1 I PROVIDED/ FURTHER, that the said Surety, for -value received, -hereby stipulates a I nd agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed., thereunder or the. Specifications accompanying the same shall in any way affect its obligationon this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the 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. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. instrum is in three (3 �'r IN WITNESS WHEREOF, this ent executed cc )untf jD each one of which shall hislOthda of Febrl be deemed an original, t Y OF: _T Principal, IN PRESENCE 1ji-s xcav n 0 Attest .00� 'By: By: b. NO (Title) Y1.1 "jA 3609 North dounty'Road #13, Lo'veland, Colorado' 80538 (Address) (Corporate Seal) IN PRESENCE OF: Other*Partners Not Applicable By:— Not Applicable By: IN PRESENCE OF.: Wi tness, Sure Western S re Company i�� By C7- C: a By: �31 Elke -E. Eriksen By: Susan J.. Lat t lo Attorfie (Address) P. 0. Box 46902 5- Denver, Colorddb:y. 6' 8024 (Surety Seal) NOTE: Date of.Bond must not be prior to date.of Agreement. If CONTRACTOR:is Partnership, all partners should execute�Bond.. Rev.1 0/20/07 Section 00610 Page 2 SECTION 00615 PAYMENT BOND Bond No. 58661272 KNOW ALL MEN BY'THESE-PRESENTS.: that (Firm)'COulson Excavating Co., 1nc. - (Address) 3609 North County Road #13, Loveland, Colorado 80538 (an Individual), (a Partnership), (a Corporation hereinafter referred to as the "Principal" and (Firm) Western Surety Company (Address) P. 0. Box 50775 Sioux Falls, South Dakota 5.7117 hereinafter referred to as "the Surety", are held and firmly bound un,to the City of . Fort Collinsf 300 Laporte Ave.f Fort Collins, : Colorado 80522 a (Municipal Corporation) hereinafter referred to' as "the OWNER", in the penal. sum of Two Million One Hundred Fifty Eight Thousand* in lawful money of the United States.i for the payment of :which sum well and truly to be made, we bind ourselves, successor's and assigns, jointly and severally, firmly .by -these presents.. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered. into a certain Agreement with the OWNER, dated the6th day of February 20_-Q-g a copy of which 'is hereto attached and made a part hereof for the _performance of The City of Fort Collins project, 7004 West Harmony Road Improvements. NOW, THEREFORE, if the Principal shall make payment to all persons.,. firms, subcontractorsf and corporations furnishing materials for or performing labor in the prosecution of the Work provided for. in such Agreement and any authorized extension or 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. Three Hundred One and 451100 ($2,158,301.45) Rev 10/20/07 Section 006.15 Page 1 PROVIDED, FURTHER, that the said Surety'. for -value received, hereby -stipulates and agrees that no change,- extensi on of time, -alteration or addition to the terms. of the Agreement, or to the Work to . be performed thereunder or the Specifications accompa . ny ing�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 Agreement or to the.Work or to the Specifications. PROVIDED, FURTHER, that no final settl ement between. the OWNER and the ' CONTRACTOR . shall , abridg e the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED,. FURTHER that the Surety Company must �be authorIzed to transact business in the.State of Colorado and be acceptable to the OWNER., IN WITNESS WHEREOF, this instrument is executed in three (3) 1(c,01 each one of which shall be deemed an original, this 10thday of Feb.. vat!Lng o Principal Couls 'C' IN PRESENCE OF: on Attest: By: "�a 40-4--4 By:,-Akl T- (Title) v: I I X '3609 -North County Road #13, Lc reand, Co iorado �t80538 (Address) (Corporate Sea-l') IN PRESENCE OF: Other Partners Not -Applicable 'Not Applicable IN -PRESENCE OF- Suret Western Su ty C m Y.% W itnessk BVI: A. 91%. By: Elke E. Eriksen Susan J. LattarU Attornev-'Fact' By: :(Address) P. 0. Box 4690256' (Surety Seal) Denver, Colc )rado. MZ46 NOTE: Date of'Bond must not be prior to date of Agreement. 1f CONTRACTOR is Partnership, all partners should execute Bond, Rev 10/20/07 Section 00615 Page 2 Western Surety Company POWEROF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the I City of Sioux Falls, and State of South Dakota, and that it does by. virtue of the signature and sea[ herein affixed hereby make, constitute and appoint i R: Richards, James S Rosulek, Florietta Acosta, Frank C Penn, Mark Sweigart, Donald E Appleby, Dilynn Guern, Kevin W Mc Mahon, Susan J Lattarulo, Deanna M Robichaud, Tiffany Mc Gonigle, Individually of Denver, CO, its Irue.and lawful Attomey(s)-in-Fact with full power and.authority hereby conferred,to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature In Unlimited Amounts - and to bind it thereby as fully, and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said. Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed, on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation... In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its -corporate seal to be hereto affixed on this 26th day.of March, 2008. WESTERN SURETY, COMPANY ItEr NO ......... . ...... Paul 4r Bruflat, Senior Vice President State of South Dakota ss County.of Minnehaha On this 26th day of March, 2.008, before me persona I ly. came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the. Senior Vice President of WESTERN SURETY COMPANY described in and which e . xecuted the above instrument; that he knows the seal of said corporation; that the seal affixed, to the said instrument is such corporate seal' that it was so :affixed pursuant to authority given by the Board of Directors of said corporation and that. he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires + D. KkELL November 30, 2012 t L NOTARY PUBLICe—� X ts�bS.OUTH DAKOTA�mt + X D. Krell, No ary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation prin't'ed,cirill-ie-reyerse hereof is still in force. In testimony whereof I have hereunto -subscribed February 2009 my nameand affixed the seal of the said corporation this a Er 4, ESTERN SURETY COMPANY L. Nelson, Assistant Secretary F.orm F4280-09-06 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Rev 10/20/07 Section 00630 Page 1 Project: Harmony Road Improvements Project Addendum I Slwcllteni Estimated Nscription Unit Unit Cost Item Cost Number- Quantitv 208-00070 Stabilized Construction Entrance 2 EA 208-00205 Erosion Control Supervisor 75 HR 209-00100 Water (Landscaping) I LS 210-00001 Reset Structure - Electric Gate and Control Box I EA 210-00010 Reset Mailbox Structure I EA 210-00030 Reset Water Service 2 EA 210-00050 Reset Fire Hydrant 2 EA 210-00750 Reset Li-ht Standard 2 EA 210-01000 Reset Fence 2492 LF 210-01011 Reset Gate I EA 210-01730 Reset Parshall Flume I EA 210-02900 Relay Riprap 880 CY 10-04000 Adjust Water Vault I EA Client#: 52589 str1r,111 11 I=yr ACORD,. CERTIFICATE DFLIABILIW-INSURANCE DATE (MWDDrrYYY) 02/09/09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION RH of Colorado ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 20 South Colorado Boulevard HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. uite 60ON enver, CO 80246 INSURERS AFFORDING COVERAGE NAIC # NSURED INSURER A: Zurich American Insurance Company -16535 Coulson'Excavating Co., Inc. *3609 North County Road,#13 Loveland, CO 80538 INSURER e: RSUI Indemnity Company 22314 INSURERC: 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. SRrDDd TR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DDIYYI POLICY EXPIRATION DATE (MMIDDffY) LIMITS J A GENERAL LIABILITY GL03888949 .05101/08 05/01/09 EACH OCCURRENCE $1.000.000 OM C MERCIAL GENERAL LIABILITY DAMAE To RENTED PREM StE. $100,000 occurrence) $10,000 ICLAIMS MADE 51OCCUR MED EXP (Any one person) PERSONAL & ADV INJURY $1,000,000 (3/2007) GENERAL AGGREGATE s2000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s2,00 000 rl POLICY I X] PRO- f JECT LOC A AUTOMOBILE LIABILITY X ANY AUTO BAP3888950 05/01/08 05101/09 COM13INED SINGLE LIMIT (Ea accident) S1,000,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ Ltd Pollution PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG B EXCESSIUMBRELLA LIABILITY NHA221387 -05/01/08 05/01/09 EACH OCCURRENCE $5,000,000 X OCCUR FICLAIMS MADE AGGREGATE S5000000 $ DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND WC3888959 05/01/08 05101/09 X I WC STATTU� OTH- TORY JIM ER EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L_ EACH ACCIDENT S110001000 E.L. DISEASE - EA EMPLOYEE. $1,000,000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L_ DISEASE -POLICY LIMIT 1$11000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED.BY ENDORSEMENT I SPECIAL PROVISIONS Project Description: West Harmony Road Improvements Bid No.: 7004 'The following are Additional Insureds as respects General Liability only (See Attached Descriptions) City of Fort Collins 215 North Mason Street 2nd Floor Fort Collins, CO 80525 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE &4z;+ a - oie4 ACORD 26 (2001108) 1 of 3 -#S622649IM583972 8MSTy 0 ACORD CORPORATION 1988 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. M%'%Jr%LJ 'au -a teuu I IVO) .2 ot'j #56226491M583972 No Text I I I I I Additional Insured — Automatic — Owners, Lessees Or Contractors ZURICH Policy No. Exp. Date of Pol. Eff. Date of End. Agency No. Addl. Prern. Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section H — Who Is An Insured is amended to include as an insured any person or organiza tion who you are re- quired to add as an additional insured on this policy under a written contract or written agr eement. B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under SECTION I - Coverage A - Bodily Injury And Prop- erty Damage Liability and Section I - Coverage B - Personal And Advertising Injury Liability, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, and resulting directly from: a. Your ongoing operations performed for the additional.insured, which is the subject of the written contract or written agreement; or b. "Your work" completed as included in the "products -completed operations hazard", performed for the addi- tional insured, which is the subject of the written contract or written agreement. C. However, regardless of the provisions of paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organiza.- tion in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional i nsured person or organization that exceed the lower of a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or- written agreement. Includes copyri.ghted material of Insurance Services Office, It ic., with its permission, U-GL-1 175-B CW (3/2007) Page I of 2 I. . . 11, 1 D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" ari-.-ing out of the rendering or failure to ren- der any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 0 2. Supervisory, inspection, architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agree- ment requires that this- coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition' of Section IV — Com- mercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Com- mercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence", claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. G. This endorsement does not apply to an additional insured which has beer , added to this policy by an endorsement showinc, the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. Includes copyri.ghted material of Insurance Services Office, Inc., with its permission. U-GL-1 175 B CW (3/2007) Pao-e 2 of 2 I I I I SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7004 West Harmony Road Improvements 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) is hereby declared to be substantially completed onthe above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete a 11 the Work in accordance with the Contract Documents. -------ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the abov e Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially 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 Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: 11 IRev 10/20/07 Section 00635 Page 1 I SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: 1 20 You are hereby notified that on the _ day of r 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 7004 West Harmony Road Improvements. 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 —, 20—. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: 20—. Sincerely, OWNER: City of Fort Collins. By: Title: ATTEST: Title: Rev 10/20/07 Section 00640 Page 1 F I SECTION oo65o LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT:.7004 West Harmony Road Improvements 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. I Rev 10/20/07 Section 00650 Page 1 I 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 STATE OF COLORADO day of CONTRACTOR By: Title: )ss. COUNTY OF LARIMER Subscribed and sworn to before me this 2 0_, by Witness my hand and official seal. My Commission Expires: Notary Public 1 20 day of Rev 10/20/07 Section 00650 Page 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: 7004 West Harmony Road Improvements CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve . the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of r I (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in- Fact. Rev 10/20/07 Section 00660 Page 1 m m m'm m mm m m m m m mm m m m m m Project: Harmony Road Improvements Project Addendum I Spec/Item Estimated Description Unit Unit Cost Itern Cost N'timber Quantity 210-04010 Adjust Manhole 4 EA 210-04015 Modify Manhole (Sta 18+7 1) 1 EA 210-04050 Adjust Valve Box 3 EA 212-00005 Native Seeding 1.96 ACRE 304-04000 Aggregate Base Course (Class 5 or 6) (4" Depth) - Driveways and 2'Wide Shoulder 88 TON 304-06000 Aggregate Base Course (Class 5 or 6) (6" Depth) 11354 TON 307-00075 Fly Ash 2196 TON 307-00250 Processing Fly Ash Treated Subgrade (12" Depth) 36606 SY 403-32821 Hot Mix Asphalt (Grading SG) (100) (PG 58�28) (6" Depth) 6,417 TON 403-32821 Hot Mix Asphalt (Grading SG) (100) (PG 58-28) (7" Depth) 4358 TON 403-33851 Hot Mix Asphalt (Grading S) (100) (PG 64-28) (2" Depth) 4835 TON SECTION 00670 I I DR 0 172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303) 232-2416 I I 1_1 I 1_01 Le CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pur suant to Statute Section 39-26.114(l)(a)(XIX) DO NOT WRITE IN THK i ne exemption Cel"IlTicaie Tor wnicn you are applying must oe used only tor tne purpose of purchasing construction and building materials for the 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 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 ACCURATEL Y COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Re tim/Account No. (to be assigned by DOR) Period 0170 .;g -750 (999) $0.00 1:J un Wig N TRAP "KiQ Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employer's Identification Number: id amount for your contract: Fax Number: Business telephone number: Colorado withholding tax account number: % Wki, AmNk W&V5. K Olano-�(Z)Fcontaining�signa urf gpanies,.,rnust� e�attadhecll. gI, -gAx 5 R00' IM 7Z MA WINED TION; Name of exempt organization (as shown on contract): Exempt organization's number: 198- Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year Estimated Month Day Year constructi n start date: completion date: Q, 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: DO NOT WRITE BELOW THIS LINE I I Special Notice Contractors who have completed this application in the past, please note thefollowing changes in procedure: The Departrnent will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's, E�emption Certificate on egempt projects. Upon receipt of the Certificate, the prime contracto r should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years.and be available for inspection in the event of an audit. Once an 89# has been assigned,to you, please use the next five numbers foll,owing it for any applications su I bmitted for future projects. This should'be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. SECTION 00700 GENERAL CONDITIONS L GENERAL CONDMONS OF TBE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by ihe Engineers Joint Contract Documents Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining text that has been added and striking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) I I I I I H I I I I I I I I H Article or Paragraph Number & Title TABLE OF CONTENTS OF GENERAL CONDITIONS Page Article or Paragraph Number Number & Title DEFINITIONS 1.1 Addenda 1.2 Agreem ent ............................................ 1 1.3 Application for Payment� ...................... 1.4 Asbestos 1.5 Bid 1.6 Bidding Documents ........ _ ................... 1. 1.7 Bidding Requirements .......................... 1 1.8 Bonds i 1.9 Change Order ... ** ................................. I 1.10 Contract Documents 1.11 Contract Pricea ...................................... 1 1.12 Contract Times 1.13 CONTRACTOR 1.14 defective .............................................. 1 1.15 Drawings ............................................ j 1.16 Effective Date ofthe Agreement ............ 1 1.17 ENGINEER ......................................... 1 1.18 ENGINEERs Consultant 1.19 Field Order ................... ...................... 1.20 General Requirements .......................... 2 1.21 Hazardous Waste 2 1.22.a Laws and Regulations; Laws or Regulations ................ ....................... 2 1.22.b Legal Holidays ..................................... 2 1.23 Liens .................................................. 1.24 Milestone 2 1.25 Notice of Award 2 1.26 Notice to Proceed 2 i.27 OWNER 2 1.28 Partial Utilization .......... ..................... 2 1.29 PCBs 1.30 Petroleum 2 1.31 Project ................................................ 1.32.a Radioactive Material 2 L32.b Regular Working Hours ........................ 2 1.33 Resident Project Representative ............. 2 1.34 Samples .............................................. 2 1.35 Shop,Drawings .................................... 2 1.36 Specifications ....................................... 2 1.37 Subcontractor 2 1.38 Substantial Completion ........................ 1.39 Supplementary Conditions .................... 2 1.40 Supplier ...... : .......... .... : ....................... 2 1.41 Underground Facilities ... ............... 2-3 1.42 Unit Price Work .................................. 3 1.43 Work 3 1.44 Work, Change Directive ........................ 3 1.45 Written Amendment ............................ Page Number 2. PRELRvffNARY MATTERS 3 2.1 Delivery of Bonds ............................. 3 2 ' 2 Copies of Documents ................. 3 2.3 Commencement of Contract Times; Notice to Proceed .......... 3 2.4 Starting the Work ................ * ...... .. 3 2:5-2.7 Before Starting Construction; CONTRACTORs Responsibility toReport; Prelim inary Schediles; Delivery of Certificates of Insurance 3-4 2.8 Preconstruction Conference .............. 4 2.9 Initially Acceptable Schedules ........... 4 CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE .......................................... 4 3.1-3.2 Intent .............................................. 4 3.3 Reference.to Standards and Speci- fidations ofTechnical Societies; Reporting and Resolving Dis- crepancies.. * ....... * ............ ** ......... 4-5 3.4 Intent -of Certain Terms or Adjectives ..................................... 5 3.5 Amending Contract Docunents ......... 5 3.6 Supplementing Contract Documents 5 3.7 Reuse of Documents 5 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 5 4.1 Availability of Lands ....................... 5-6 4.2 Subsurface and.Physical Conditions 6 4.2.1 Reports and Drawings ....................... 6 4.2.2 Limited Reliance by CONTRAC- TOR Authorized; Technical Data 6 4.2.3 Notice ofDiffering Subsurface or Physical Conditions ................... 6 4.2.4 ENGINEER!s Review 4.2.5 Possible Contract Documents Change......................................... 6 4.2.6 Possible Price and Times Adjustments ............................... 6-7 4.3 Physical Conditions --Underground Facilities 7 4.3.1 Shown or Indicated 7 4.3 .2 Not Shown or Indicated .................... 7 4.4 Reference Points 7 EJCDC GENERAL CONDITTONS 1910-8 (1990 EDMON) w/ aTY OF FORT COLUNS MODIFICAnoNs (REv 9/99) L F, Article or Paragraph Number & Title Page Article or Paragraph Number Number & Title 4.5 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 7-8 5. BONDS AND INSURANCE 8 5.1-5.2 Performance, Payment and Other Bonds : 8 5.3 Licensed Sureties and Insurers; Certificates ofInsurance 8 5.4 CONTRACTORs Liability Insurance 9 5.5 OWNERs Liability Insurance ............... 9 5.6 Property Insurance .......................... 9-10 5.7 Boiler and Machinery or Addi- tional Property -Insurance .................. 10 5.8 Notice of Cancellation Provision 5.9 CONTRACTORs Responsibility for Deductible Amounts 10 5.10 Other Special Insurance ...................... 10 5.11 Waiver of Rights ................................ 11 5.12-5.13 Receipt and Application of Insurance Proceeds 10-11 5.14 Acceptance ofBonds and Insw- ance; Option to Replace .................... 11 5.15 Partial Utilization --Property Insurance 11 6. CONTRACTORS RESPONSIBILITIES 11 6.1-6.2 Supervision and Superintendence 11 6.3-6.5 Labor, Materials and Equipment ... 11-12 6.6 Progress Schedule .............................. 12 6.7 Substitutes and "a -Equal" Items; CONTRACTORs,Expense; Substitute Construction Methods or Procedures; ENGINEER!s Evaluation 12-13 6.8-6.11 Concerning Subcontractors, Suppliers and Others; Waiver of Rights� ........................ 13-14 6.12 Patent Fees and Royalties .................... 14 6.13 Permits... .... ..................................... 14 6.14 Laws and RegWations ......................... 14 6.15 Taxes 14-15 6.16 Use ofPremises 15 6.17 Site Cleanliness 15 6.18 Safe Structural Loading ...................... 15 6.19 Record Documents 15 6.20 Safety.and Protection ..................... 15-16 6.21 Safety Representative .......................... 16 6.22 Hazard Communication Program� ...... 16 6.23 Emergencies ..................................... 16 6.24 Shop Drawings and Sample§ .............. 16 H 8. 9. Page Number 6.25 Submittal Proceedures; CON- TRACTORs Review Prior to Shop Drawing or Sample Submittal 16 6.26 Shop Drawing & Sample Submit- tals Review by ENGINEER ...... 16-17 6.27 Responsibility for Variations From Contract Documents 17 6.28 Related Work Performed Prior to ENGINEER!s Review and Approval of Required Submittals 17 6.29 Continuing the Work ....................... 17 6.30 CONTRACTOR!s General Warranty and Guarantee .............. 17 6.31-6.33 Indemnification .......... ....... ** ..... 17-18 6.34 Survival of Obligations .................... 18 OTHER WORK 18 7.1-7.3 Related Work at Site 18 7.4 Coordination 18 OWNERS RESPONSIBILITIES is 8.1 Communications to CON- TRACTOR 18 8.2 Replacement of ENGINEER ............ 18 8.3 Furnish Data andPay Promptly When Due 18 8.4 Lands and Easements; Reports and Tests 18-19 8.5 Insurance 19 8.6 Change Ordors ... ... .. .. 19 8.7 Inspections, Tests and Approvals ................................... 19 8.8 Stop or Suspend Work; Terminate CONTRACTOR!s Services 19 8.9 Limitations on -OWNER'S Responsibilities ............................ 19 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 19 8.11 Evidence of FinanciiI Arrangements .......... ................... 19 ENGINEERS STATUS DURING CONSTRUCTION 19 9.1 OWNERs.Rdpresentative ................ 19 9.2 Visits to Site 19 9.3 Project Representative ..... 19-21 9.4 Clarifications and Interpre- tations 21 9.5 Authorized Variations in V,6rk 21 EJCDC GENERAL CONDMONS 19tO-8 (1990 EDITION) w/ CITY OF FORT COLUNS MODIFICAMNS (REV 9199) I I I I I I I I I I I I Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 9.6 Rejecting Defective Work ................... 21 13.8-13.9 Uncovering Work at ENGI- 9.7-9.9 Shop Drawings, Change Orders NEER's Request ...................... 27-28 and Payments ...... ............................ :21 13.10 OWNER May Stop the Work ........... 28 9.10 Determinations for Unit Prices, ...... 21-22 13.11 Correction or Removal of 9.11-9.12 Decisions on Disputes; ENGI- Defective Work * ........... ....... 28 NEER as Initial, Interpreter .............. 22 13.12 Correction Period ........................... 28 9.13 Limitations on EN.GINEERs 13.13 Acceptance ofDefective Work 28 Authority and Responsibilities ..... 22-23 13.14 OWNER May Correct Defective Work ..... .............................. 28-29 CHANGES IN THE WORK ............... * .............. * ...... 23 W� 10.1 O.W"NER!s Ordered Change ................. 23 14. PAYMENTS TO CONTRACTOR AND, 10.2 Claim for Adjustment ........................ 23 COMPLETION . ....... ......... 29 10.3 Work Not Required by Contract 14.1 Sche,dule.of. Values .......................... 29 Documents, ...... .............. ; ............... 23 14.2 App lication for Progress 10.4 Change Orders .... * .... *"*'** ................. 23 Payment ............................ ........ 29 10.5 Notification of Surety ........................ 23 14.3 CONTRACTOR!s Warranty of Title * .............. 29 CHANGE OF CONTRACT PRICE .............................. 23 14.4-14.7 Review of Applications for 11.1-11.3 Contract Price; Claim for Progress Payments ................. 29-30 Adjustment; Value of 14.8-14.9 Substantial Completion .... .............. 30 the Work .................................... 23-24 14.10 Partial Utilization 30-31 1.4 Cost of the Work ....................... .... 24-25 14.11 Final Inspection ............................... 31 111.5 Exclusions to Cost of the Work ............ 25 14.12 Final Application for Payment , M I i.6 CONTRACTORs Fee ......................... 25 ........ 14.13-14.14 Final Pa ent and Acce ta ce Yin P in 31 11.7 Cost Records ................................. 25-26 ......... 14.15 Waiver of Claims 31-32 .11.8 Cash Allowances ............................... 26 11.9 Unit Price Work ..... F� .......................... 26 15. SUSPENSION OF WORK AND TERMINATION ................................................ 32 CHANGE OF CONTRACT TIMES .......... .............. * .... 26 15.1 OWNER May Suspend Work .......... 32 12.1 Claim for Adjustment ....................... 26 15.2-15.4 OWNER May Terminate ................. 32 12.2 Time of the Essence ................. ........... 26 15.5 C014TRACTOR May Stop 12.3 Delays Beyond CONTRACTORs Work or Terminate ................ :.32-33 Control 26-27 12.4 Delays Beyond OWNER!s and 16. DISPUTE RESOLUTION 33 C ONTRACTOIRs Control ................ 27 . 17. MISCELLANEOUS 33 TESTS AND INSPECTIONS; CORRECTION, 17.1 Giving Notice ................................ 33 REMOVAL OR ACCEPTANCE OF DEFEC77JIE WORK 27 17.2 Computation of Times .......... .......... 17.3 Notice of Claim 33 33 13.1 ................................................ Notice of Defects ............................... 27 .............................. 17.4 Cumulative Remedies, ............. �33 13.2 Access to the Work .............................. 27 17.5 Professional Fees and Court 13.3 Tests and Inspections; Costs Included 33 CONTRACTOR's Cooperation .......... 27 ............................. 17.6 A pplicableState Laws ................ 33-34 13.4 OWNER!s Responsibilities; Intentionally left blank ....................................... 35 Independent Testing Laboratory ....... 27 13.5 CONTRACTOR's EXHIBIT GC -A: (Optional) Responsibilities ............................... 27 Dispute Resolution Agreement ........ ..... GC -Al 13.6-13.7 Covering Work Prior to Inspec- 16.1-16.6 Arbitration .............................. GC -AI tion, Testing or Approvak ................ �7 16.7 Mediation ............... GC -Al I iv I EJCDC GENERAL CONDITIONS 1910 -8 (1990 EDITION) w/ aTY OF FORT COLLINS MODIFICATIONS (REV 9/99) -7 INDEXTO GENERAL CONDMONS City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph Number Acceptance of -- Bonds and Insurance ......................................... 5.14 defective Work ............................. 10.4.1, 13.5, 13.13 final payment ........................................ 9.12, 14.15 insurance ... ................ * ........................... " 5.14 other Work, by CONTRACTOR ........................... 7.3 Substitutes and "Or -Equal " Item s ...................... 6.71 Work by OWNER ............................... 2.5, 6.30, 6.34 Access to the -- Lands, OWNER and CONTRACTOR responsibilities .............................................. 4.1 site, related Work ............................................... 7.2 Work . .......................................... 13.2, 13.14,14.9 Acts or. Omissions, Acts and Omissions -- CONTRACTOR 6.9.1, 9.13.3 ENGINEER ........................... ............... 6.20, 9.13.3 OWNER.................................................... 6.20,8.9 Addenda --definition of (also�see definition of Specifications) ....... (1.6,1.10,6.19),I.l Additional Property Insurances ................................. 5.7 Adjustments - Contract Price or Contract Times ............................ 1. 5, 3.5, 4.1, 4.3.2, 4.5.2, .............................. 4.5.3, 9.4, 9.5, 10.2-10.4, ....................... : ..... 11, 12, 14.8, 15.1 progress schedule 6.6 Agreement_ definition of 1.2 "All -Risk" Insurance, policy form ........ ................... 5..6.2 Allowances, Cash ..................................................... 11.8 Amending Contract Documents ................................ 3.5 Amendment, Written -- in general ................. 1. 10, 1. 45, 3. 5, 5.10, 5.12, 6.6.2 ........................... 6.8.2, 6.19, 10.1, 10.4, 11.2 ...... 12.1, 13.12.2, 14.7.2 Appeal, OWNER or CONTRACTOR intent to ............ .............. 9.10, 9.11, 10.4, 16.2, 16.5 Application for Payment -- definition of.. .......... ......................... ................. 1.3 ENGINEER!s Responsibility ................................ 9.9 final payment ................. 9.13.4, 9.13.5, 14.12-14.15 in general .......................... 2.8, 2.9, 5.6.4, 9.10, 15.5 progress payment ...................................... 14.1-14.7 review of '** ...... * ....... ......... .... ..... 14.4-14.7 Arbitration ........... * ...................... .... * ....... . 16.1-16.6 Asbestos -- claims pursuant thereto ... * ......... " 4.5.2, 4.5.3 CONTRACTOR authorized to stopWork ........... 4.5.2 definition of .............................. ........................ 1.4 Article or Paragraph Number OWNER responsibility for� ............................. 4.5-1, 8.10 pmsible"price and times change ............. .......... 4.5.2 Authorized Variations in Work ........... 3.6, 6.25, 6.27, 9.5 Availabilitv of Lands .......................................... 4.1,8.4 Award, Notice of --defined 1.25 Before Starting Construction ........ ....................... 2.5-2.8 Bid -definition of ......................... 1.5 (1.1, 1.10, 2.3, 3.3, ...... * ...... 4.2.6.4, 6.13, 11.4.3, 11.9. 1) Bidding Documents --definition of ................. i ............... : ................ 1.6(6.8.2) Bidding Requirements -definition of .......................................... 1.7 (1-1, 4-2.6.2) Bonds -- acceptance of .................................................... 5.14 additional bonds ................... * ......... * .... 10.5, 11.4.5.9 Cost of the Work 11.5.4 definition of 1.8 delivery of ................................................... 2.1, 5.1 final Application for Payment ................. 14.12-14.14 general ....................................... 1.10, 5.1-5.3, 5.13, ........................................ 9.13, 10.5, 14.7.6 Performance, Payment and Other ... 5.1-5.2 Bonds and Insurance --in general .............................. .. 5 Builder's risk "all-risk" policy form ......................... 5.6.2 Cancellation Provisions, Insurance ......... 5.4.11, 5.8, 5.15 Cash Allowances 11.8 Certificate of Substantial Compl . etion ......... 1.38, 6.30.2.3, 14.8, 14.10 Certificates of Inspection .................... 9.13.4, 13-5, 14.12 Certificates of Insurance ............... 2.7, 5.3, 5.4.11, 5.4.13, ........................ 5.6.5, 5.8, 5.14, 9.13.4, 14.12 Change in Contract Price -- Cash Allowances ........................... I ............. 11.8 claim for price adjustment ............. 4.1, 4.2.6, 4.5, 5.15, 6.8.2, 9.4 � 9.5, 911, 10.2, .................... 10.5, 11.2 13.9, ........................ 13.13, 13.14, 14.7, 15.1, 15.5 CONTRACTOR!s fee 11.6 Cost of the Work general ................................................ 11.4-11.7 Exclusions to 11.5 Cost Records 11.7 in general .............. 1.19, L44, 9.11, 10.4.2, 10:4.3, 11 Lump Sum Pricirig ......... * ... * ..... * ....... * ..... * 11.3.2 Notification of Surety ........................................ 10.5 Scope of ................................................... jO.3-10.4 Testing and Inspection, Uncovering the Work .................................. 13.9 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITI ON) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) I I I I I r I I I I I I I I Unit Price Work 11.9 Article or Paragraph Number Value of Work * ............... . ................................ 11.3 Change in Contract Times -- Claim for times adjustin ent ......... 4.1, 426, 4.5, 5.15, ............ 6.8.2, 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, ............... 13.9, 13.13, 13.14, 14.7, 15.1, 15.5 Contractual time limits .......... ...... ................... � 12.2 : Delays beyond CONTRACTOR!s control......................................................... 12.3 Delays beyond OWNERs and CONTRACTOWs, control ............................. 12.4 Notification of surety ........................................ 10.5 Scope of change ........................................ 10.3-10.4 Change Orders -- Acceptance ofDefective Work .......................... 13.13 Arn ending Contract Documents ....... ........ .......... �5 Cash Allowances 11.8 Change of Cohtiact Pride A ............... I I Change of Contract Times., ....... .................. Changes in the Work ......................................... 10 CONTRACTORs fee ........................................ 11.6 Cost of the Work . ....................................... 11.4-11.7 Cost Records 11.7 defiriftion of ....................................................... 1.9 emergencies ......................... :.� ........... .............. 6.23 ENGINEER!s responsibility ....... 9.8,10.4� 11.2, 12.1 executionof ...................................................... jO.4 Indemnifiction ............ I ............ 6. 112, 6 1'6, 6.31-6.33 Insurance, Bonds and ........................ 5.10,5.13, 10.5 OWNER rn ay term inate .... * ............ **"* ....... I - 5.2-15.4 OWNER's Responsibility- ......................... �.6, 10.4 Physical Conditions— Subsurface and ............................................... 4.2 Underground Facilities ............................... 4.3.2 Record Documents ............................................. 6.19 Scope of Change .......................... . ...... 10.3-10.4 Substitutes ....... : ...................................... 6.7.3, 6.8.2 Unit Price Work. ........................................ .... 11.9 value of Work, covered by ................................. 11.3 Changes in the Work .......... ! ...................................... 10 Notification of surety ......................................... 10.5 OWNER!s'and CONTRACTORs responsibilities .............. ............................. 10.4 Right to an adjustment ...................................... 10.2 Scope of change ........................................ 10.3-10.4 Claims -- against CONTRACTOR ............ ....................... 6.16 against ENGINEER .......................................... 6.32 against OWNER ................................................ 6.32 Change of Contract Pricq ............................ �A, 11.2 Change of Contract Times * ............ ........ ...9:4,12.1 coNTRActoks .............. 4, 7.1, 9A,19.5, 9.11, 10.2, ........................... 1 1.�' 11.9, 1 i 1, 13.91 14. 8, ............................................ 15.1, 15.5, 17.3. CONTRACTORs Fee 11.6 Article or Paragraph Number CONTRACTORs liability ........... 5.4,6.12, 6.16,6.31 Cost of the Work ....................................... 11.4,11.5 Decisions on Disputes ............................... 9.11,9.12 Dispute Resolution ............................................. 16.1 Dispute Resolution Agreempt .................... 16.1-16:6 ENGINEER as initial interpretor .................... :_.9.11 Lump Sum Pricing ......................................... J 1. 3.2 Noticeof ....................... : ................................... 1.7.3 OWNER's ............. ...... 9. 4, 9.5, 9.11, 10.2, 11.2, 11.9 ........................ 12.1, 13.9, 13. 1 j, 13.14, 17.3 OWNERs liability .............. ...................... 5.5 OWNER may refuse to make payment ................. 14.7 Professional Fees and Court Costs Included '* ................... * ...... * ........ ..... 17.5 request for formal decision on ............................ q..11 Substitute Items ............................................. �. 7.1.2 Time Extension ................................................. 12.1 Time requirements .................................... 9.11, 12.1 Unit Price Work ........... ......... 1. 9.3 Value of ...... 1 1.3 Waiver of --on Final Payment ................. j4.14, 14.15 Work Change Directive ...................................... 10.2 written notice required ...................... 9.11, 11.2, 12.1 Clarifications and Interpretations ......... 7.J63, 9.41 9.11 CleanSite .................. ......................................... 6.17 Codes of -Technical Society, Organization or Association ................................................... 3.3.3 Commencement of Contract Times ........................... 2.3 Comm unications,-- general "'" * ............. i ........................ 62, 6.9.2, 8.1 Hazard Communication Programs ...................... �,22 Completion— Final Application for Payment .......................... 14.12 Final Inspection ................................................ 14.11 Final Payment and Acceptance ................ 14.13-14.14 Partial Utilization ............................................. 14.10 Substantial Completion ................ ..... 1,38, 14.8-14.9 Waiver of Claims ...... ...................................... 14.15 Computation of Times ... **'*'* ....................... 1 1 7.2.1-17.2.2 Concerning Subcontractors, Suppliers and Others �5.8-6.11 Conferences— initially acceptable schedules ................................ 2.9 preconstruction ............. ::: ..................................... 2.8 Conflict, Error, Ambiguity, Discrepancy -- CONTRACTOR to Report .... ................. 2.5,3.3.2 Construction, before starting by CONTRACTOR ............ ! 2.5-2.7 Construction Nbchinery, Equipment, 6tc, .................. 6.4 Corififitting the Work ......... ....... * ........... 6.29,10.4 Contract Documents-_ Amending .......................................................... 3.5 Bonds ......................... 5.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) I