Loading...
HomeMy WebLinkAbout471395 J A R CONCRETE LLC - CONTRACT - BID - 7114 MISCELLANEOUS CONCRETE ANNUALISERVICES AGREEMENT ' WORK ORDER TYPE THIS AGREEMENT made and entered into the day and year set forth below, by and between ' THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and J.A.R. Concrete, LLC hereinafter referred to as "Service Provider'. WITNESSETH: ' In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Services to be Performed. a. This Agreement shall constitute the basic agreement between the parties for services for 7114 Miscellaneous Concrete Annual. The conditions set forth herein shall apply to all services performed by the Service Provider on behalf of the City and particularly described in ' Work Orders agreed upon in writing by the parties from time to time. Such Work Orders, a sample of which is attached hereto as Exhibit "A", consisting of one (1)page and incorporated herein by this reference, shall include a description of the services to be performed, the location ' and time for performance, the amount of payment, any materials to be supplied by the City and any other special circumstances relating to the performance of services. No work order shall ' exceed $75,000. The only services authorized under this agreement are those which are performed after receipt of such Work Order, except in emergency circumstances where oral work requests may be issued. Oral requests for emergency actions will be confirmed by issuance of a ' written Work Order within two (2) working days. b. The City may, at any time during the term of a particular Work Order and without invalidating the Agreement, make changes within the general scope of the particular services ' assigned and the Service Provider agrees to perform such changed services. STD SA WO rev07/09 CITY OF FORT COLLINS, COLORADO a munici corporation By. James B. O'Neill II, CPPO Director of Purchasing and Risk Management Date: 3 - 3 / 0 J.A.R. Concrete, LLC 1 By: C=::A1 wva*y - Print Name 1 Title Corporate PresidentorVice President 1 Date: ATTEST (Corporate Seal) C orate S tary _,.7.. STD SA WO rev07/09 Employee/Contractor Training Proper cleanup and disposal procedures 'Dry. cleaning methods Related Procedures Spill Prevention and Response Street Sweeping Street Sweeper Cleaning and Waste Street, Curb and Gutter Maintenance 1 Curb, and Gutter Replacement a Y g :d.'s Construction Description Procedures involving the replacement and construction of streets, curbs, and gutters have the potential to impact stormwater quality. Materials involved in these activities should be used efficiently and disposed of properly. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. s c• General Obtain all applicable federal, state, and local permits for construction projects. ■ The Colorado Stormwater Construction General permit applies to construction sites disturbing one acre or more, or less than one acre but part of a larger common plan of development. ■ A larger common plan of development is defined as a contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules under one plan. ■ A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USAGE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. 1 of 3 Applicable sediment and erosion controls may be installed, such as inlet protection, ' silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking control. Sediment and erosion controls will be installed and maintained in accordance with approved design criteria and/or industry standards. ' When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry, sweep it up, and properly dispose of the sweepings or vacuum while saw cutting. ' Do not perform concrete or asphalt paving work during wet conditions whenever possible. Monitor construction equipment for leaks and use drip pans as necessary. • Leaking material containers should be properly discarded and replaced. Store materials in containers under cover when not in use and away from any storm drain inlet. Wash out mixers, delivery trucks, or other equipment in the designated concrete ' washout area only. Locate concrete washout, portable toilets, and material storage away from storm drain inlets. Material stockpiles will not be stored in stormwater flow lines. Temporary sediment control will be used during temporary, short-term placement while work ' is actively occurring. • Sweep or vacuum the roadway as needed, during construction and once 1 construction is complete. • Best management practices will be periodically inspected and maintained as necessary. • Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response procedures. • Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and ' response. Bridge Construction • Do not transfer or load any materials directly over waterways. • Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips ' might be spilled into a waterway. Concrete Work • Minimize the drift of chemical cure on windy days by using the curing compound sparingly and applying it close to the concrete surface. • Ensure there is a concrete truck washout area available or require the contractor to wash out at the batch plant. Page 2 of 3 a _ „5. S,c.. .'�.,",,�M„ "..�5.�`• ^�.. -�::�`�`„��v S. ,:az... "�9+$",'. �C."�...7 n"��.'„aY.:. ,. -�,�' i., .::: ,"�``JN���a`.`'',. 5#; �. ' • Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste. Asphalt Work ' • Control the placement of road base or asphalt used in embankments or shoulder backing; do not allow these materials to fall into any storm drain or watercourses. • Whenever possible, recycle asphalt. If recycling is not possible, dispose of as solid ' waste. Painting and Striping • If possible, schedule painting and striping projects during dry weather. • Use thermoplastic or epoxy markings in place of paint whenever feasible. '0 Use care to prevent splashing or spilling of any liquid material. Follow the Spill Prevention and Response procedure should a spill occur. ' Employee Training • Train applicable employees who perform street, curb, and gutter construction on this written procedure. Information regarding how to avoid and report spills will be ' presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who ' perform street, curb, and gutter construction. Records ' The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date. City of Centennial, Department of Public Works: Asphalt Program, No Date. ' PACE, Stormwater Best Management Practices: Street Maintenance, No Date. Optional Additional Resources Concrete truck washout BMP specifications. Gravel road maintenance procedures. ;._ � � ��� fir✓ ����� ' �� r „✓;. ._ Street, Curb, and Gutter Maintenance [Description Street, curb, and gutter activities include concrete and asphalt installation, maintenance, repair, and replacement; bridge maintenance; and painting and striping. Procedures involving the maintenance of streets, curbs, and gutters have the potential to impact stormwater quality. Materials involved in these activities should be used efficiently and disposed of properly. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures General • Protect storm drain inlets and drains with curb socks, rock berms, inlet protection, or drain covers/mats prior to any maintenance activity. • When saw cutting ensure that no slurry enters the storm drain, let the slurry dry, sweep it up, and properly dispose of the sweepings. • Do not perform concrete or asphalt patch work during wet conditions whenever possible. • Leaking material containers should be properly discarded and replaced. • Store materials in containers under cover when not in use and away from any storm drain inlet. • Monitor equipment for leaks and use drip pans as necessary. • Sweep or vacuum the roadway once maintenance activities are complete. Bridge Maintenance Do not transfer or load any materials directly over waterways. Secure lids and caps on all containers when on bridges. Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips might be spilled into a waterway. Concrete Maintenance Minimize the drift of chemical cure on windy days by using the curing compound sparingly and applying it close to the concrete surface. Ensure there is a concrete truck washout area available or require the contractor to wash out at the batch plant. Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste. Asphalt Maintenance Sweep to minimize sand and gravel from new asphalt from getting into storm drains, streets, and creeks. Do not allow asphaltic concrete grindings, pieces, or chunks used in embankments or shoulder backing to enter any storm drain or watercourses. Apply temporary perimeter controls. Install silt fence until the structure is stabilized or permanent controls are in place. Whenever possible, recycle broken asphalt. If impossible, dispose of as solid waste. Drainage inlet structures shall be covered with inlet protection during application of seal coat; tack coat, slurry seal, and/or fog seal. Painting and Striping If possible, schedule painting and striping projects during dry weather. Use thermoplastic or epoxy markings in place of paint whenever feasible. The pre -heater for thermoplastic striping and the melting tanks used during pavement marking must be filled carefully to prevent splashing or spilling of materials. Leave 6 inches at the top of pre -heater and the melting tanks to allow room for material to move and splash when vehicles are deadheaded. Employee 'training Train applicable employees who perform street, curb, and gutter maintenance on this written procedure. Information regarding how to avoid and, report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform street, curb, and gutter maintenance. Records The following records could be used to document activities performed: Page 2 of 3 y..�. 4;"RN • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date. City of Centennial, Department of Public Works: Asphalt Program, No Date. PACE, Stormwater Best Management Practices: Street Maintenance, No Date. Optional Additional Resources Concrete truck washout BMP specifications. IGravel road maintenance procedures. IPage 3 of 3 1 Spill Prevention and Response Description Due to the type of work and the materials involved, many activities that occur either at a municipal facility or as part of municipal operations have the potential for accidental spills. Some municipal facilities operate under Spill Prevention Control and Countermeasures (SPCC) plans that include procedures for spill response. Proper spill response planning and preparation enables employees and contractors to effectively respond to problems and minimize the discharge of pollutants to the storm sewer system. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures Spill Prevention Keep work areas neat and well organized. Maintain a Material Safety Data Sheet (MSDS) for each hazardous chemical. Follow the Outdoor Material Storage procedures. Provide tight fitting lids for all containers. Keep containers clearly, labeled. Labels should provide name and type of substance, stock number, expiration date, health hazards, handling suggestions, and first aid information. • Store containers, drums, and bags away from direct traffic routes to prevent accidental spills. • Inspect storage containers regularly for signs of leaking or deterioration. Replace or repair leaking storage containers. Use care to avoid spills when transferring materials from one container to another. Page I of 4 • Use powered equipment or get assistance when moving materials to and from a ' storage area. Use care to prevent puncturing containers with the equipment. • Do not wash down or hose down any outdoor work areas or trash/waste container storage areas except where wash water is captured and discharged into the sanitary ' sewer (if approved). • Conduct periodic inspections to ensure that materials and equipment are being ' handled, disposed/recycled, and stored correctly. • Provide adequate spill kits or lockers with sufficient equipment and supplies ' necessary for each work area where the potential for spills or leaks exists. • Inspect each spill kit or locker regularly and after each spill response. Replace any spent supplies or repair any equipment that is worn or not suitable for service. • Stock adequate personal protective equipment. ' Spill Response Safety Consider safety at all times. Anticipate and avoid all likely hazards. Never approach, contact, or ' sample an unknown substance. If a highly toxic or flammable substance is discovered, staff should leave the immediate area and contact the appropriate identified response authority, such as the fire department. If there is any question about a substance, contact the appropriate ' identified response authority or other designated representative. Procedures Stop the leading edge of the spill. Block or divert the spill to avoid discharge to the storm sewer system and to minimize the area requiring cleanup. ' . Determine the source of the spill and stop the spill at its source by closing a valve, plugging a leak, or setting a container upright. Transfer material from a damaged container. ' . Identify the material and volume spilled. Contact the appropriate identified response authority or other designated representative if you cannot identify the material and its properties. ' . Refer to the MSDS to determine appropriate personal protective equipment, such as gloves and safety glasses and appropriate cleanup methods. ' . Clean up spills immediately to prevent spreading of wastes by wind, rain, and vehicle traffic and potential safety hazards. ' . Use sand absorbents or socks, pillows, or pads to quickly capture spilled liquid and properly dispose of all clean-up materials. Use dry clean-up methods only. Complete all necessary reports. Page 2 of t err 17a��1L 36 '��..:" �. Spill Reporting ' A spill of any chemical, oil, petroleum product, or sewage that enters waters of the state of Colorado (that include surface water, ground water, and dry gullies and ' storm sewers leading to surface water) must be reported immediately to the Colorado Department of Public Health and Environment. ' • Release of a substance into a storm drain, or onto a parking lot or roadway as part of a storm sewer leading to surface water, is reportable. However, if the material can be contained and cleaned within the storm sewer system to the degree that a ' subsequent flow in the storm sewer will not flush the substance to waters of the State, it may not need to be reported. ' • Contact the appropriate identified response authority within the municipality or other designated representative and be prepared to provide details needed to report the spill to the necessary agencies. • Detailed spill reporting guidance can be found at http: / / www.cdphe.state.co.us/ op/ wgcc/ Resources/Guidance/ spilloidance.pdf ' and http:/ /www.cdphe.state.co.us/hm/sl2illsandreleases.htm Employee Training • Train applicable employees who perform spill prevention and response on this written procedure. Information regarding how to avoid and report spills will be presented during the training. ' • Periodically conduct refresher training on the SOP for applicable employees who perform spill prevention and response activities. ' Records The following records could be used to document activities performed: • Records of any major spills and the action taken. ' • Records of employee training with sign -in sheet. ' References Cihj of Centennial, Department of Public Works: Good Housekeeping, No Date. City of Centennial, Department of Public Works: Materials Management, No Date. Cihj of Centennial, Department of Public Works: Spill Prevention and Control, No Date. City of Golden, Stormzuater Qualihj Pollution Prevention Guide for Municipal Operations: Parks ' Department Golf Course, January 2004. City of Lafayette, Spill Clean Up, No Date. ' Colorado Department of Public Health and Environment, Environmental Spill Reporting, January 2009. Page 3 of 4 .,««,:- ... ,, ... saf%'.<??.. t,., '�,G'w5'x ,,,, ,,,, ,,,, ,:._ .>. d.., ri `�' i,''.. �F��/ilx4✓.'�.. .w4a .w��. _�>. Mesa -County, Municipal Operation and Maintenance Program, July 4, 2005. USEPA Menu of BMP: Spill Response and Prevention, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed July 5, 2009. I I I I L I I I I I I Page 4 of 4 I EXHIBIT "A" WORK ORDER FORM PURSUANT TO AN AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND J.A.R. Concrete, LLC DATED: Work Order Number: Purchase Order Number: Project Title: Commencement Date: Completion Date: Maximum Fee: (time and reimbursable direct costs): Project Description: Scope of Services: User Acceptance Service Provider agrees to perform the services Service Provider identified above and on the attached forms in accordance with the terms and conditions By: contained herein and in the Professional Services Agreement between the parties. In Date. - the event of a conflict between or ambiguity in the terms of the Professional Services Agreement and this work order (including the City of Fort Collins attached forms) the Professional Services Agreement shall control. By: Director of Purchasing and Risk Management The attached forms consisting of _ (_) pages (over $60,000.00) are hereby accepted and incorporated herein, Date: by this reference, and Notice to Proceed is hereby given. Utility and Storm Sewer System Maintenance Description This procedure addresses utility and storm sewer system maintenance. Utilities include power, sanitary sewer, water conveyance systems, and the storm sewer system. Power includes electrical and gas utilities. Maintenance of power may require excavation and reinstallation of lines including open cut trenching or directional boring in landscaped areas or street right of way. Electrical and gas line maintenance ensures services are provided to businesses and households without interruption. The sanitary sewer system is cleaned as part of routine maintenance and on an emergency basis. Without proper maintenance, sanitary sewer back-ups and overflows may occur and can result in potential property damage and significant health concerns if not properly managed. Water conveyance systems are flushed and pressure tested as part of routine maintenance. Potable water systems must be properly maintained to ensure delivery of water that meets State and Federal health standards. Failures result in water main breaks that can cause property damage including erosion. The storm sewer system is cleaned as part of routine maintenance and on an emergency basis in the event of flooding. Maintenance will remove pollutants and ensure the system functions properly to avoid flooding. Flooding, ponding, and uncontrolled sheet flow can result in property damage and increased soil erosion. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Page 1 of 4 Procedures General Conduct routine inspection and maintenance on utility and storm sewer systems. Where feasible, schedule maintenance activities during dry weather. Monitor the jet/vacuum truck closely for leaks and use a drip pan as needed. 'j0 Wash and fuel the jet/vacuum truck per the Heavy Equipment/ Vehicle Maintenance procedure. Properly dispose of vac truck contents. Stay alert for any signs of illicit discharges. This includes "dry weather' flows or pipes or hoses emptying directly into waterways or the storm sewer system. Report any suspicious discharges or dumping to your supervisor. 1 Electrical and Gas Utility Maintenance To prevent sediment, mud and particles generated by power utility maintenance from entering the stormwater system implement inlet protection, perimeter control, street sweeping, vehicle tracking control, stockpile management and material management BMPs. } i g y Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References �Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: , Version 1.0, September 2008. City of Centennial SOP: Detention Pond Maintenance SOP, August 2007. City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007. City of Centennial SOP: Drainageway Maintenance SOP, August 2007. City of Golden Stormwater Drainage Maintenance Plan, February 2008. City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008. City of Greeley, Department of Public Works: Ditch Program, No Date. City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. ' City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009. City of Lafayette P ai ette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. Construction - Utilities and Storm Sewer, .'System -Replacement and ' Construction - Vehicle Fueling Utility nd Storm M` Sewer System Replacement r Construction Description This procedure covers utility and storm sewer system replacement and construction. Utilities include power, storm sewer, sanitary sewer, water conveyance systems. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. General • Obtain all applicable federal, state, and local permits for construction projects. ■ The Colorado Stormwater Construction General permit applies to construction sites disturbing one acre or more, or less than one acre but part of a larger common plan of development. ■ A larger common plan of development is defined as a contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules under one plan. ■ A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. Page 1 of 3 i� iA .'.�., �_ . �•< �. tea_ ,.,,. �3,,., Applicable sediment and erosion controls may be installed, such as inlet protection, silt fence, sediment traps, sediment control logs, check dams and vehicle tracking control. Sediment and erosion controls will be installed and maintained in I accordance with approved design criteria and / or industry standards. When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry, sweep it up, and properly dispose of the sweepings or vacuum while saw cutting. • Where feasible, grading activities will be scheduled during dry weather. • Do not perform concrete or asphalt paving work during wet conditions whenever possible. Monitor construction equipment for leaks and use drip pans as necessary. Leaking material containers should be properly discarded and replaced. Store materials in containers under cover when not in use and away from any storm drain inlet. Wash out mixers, delivery trucks, or other equipment in the designated concrete washout area only. Locate concrete washout, portable toilets, and material storage away_ from storm drain inlets. • Material stockpiles will not be stored in stormwater flow lines. Temporary sediment control will be used during temporary, short-term placement while work r, is actively occurring. • Sweep or vacuum the roadway as needed, during construction and once construction is complete. • Best management practices will be periodically inspected and maintained as necessary. 1 • Where practicable, non-structural controls will be used, such as phased construction, p dust control, good housekeeping practices, and spill prevention and response procedures. Emergency Repair and Replacement Emergency Discharges are defined as situations in which it is not possible to implement all of the available BMPs due to the uncontrolled nature of the discharge. The primary focus during these events is to identify and mitigate the cause as soon as possible. Clean up of resulting sediment or other pollutants will be performed as soon as practicable following the emergency. Refer to the Spill Prevention and Response procedure for reporting requirements. Page 2 of 3 Employee Training Train applicable employees who perform utility replacement and construction activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who - perform utility replacement and construction activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Detention Pond Maintenance SOP, August 2007. City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007. City of Centennial SOP: Drainageway Maintenance SOP, August 2007. City of Golden Stormzoater Drainage Maintenance Plan, February 2008. City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008. City of Greeley, Department of Public Works: Ditch Program, No Date. City of Lafayette. Standard Operating Procedure: Ditch Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009. City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. Page 3 of 3 1 City of Fort Collins Regulatory and Government Affairs Division City of &t Cottin5 Venficaton Ongmator Revised ApproveilIssued initials ; LR Ss Date s- Oct.09 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater Persons who will City staff who perform power washing, and their supervisor/manager. use this ESOP: A variety of City departments perform power washing. The employee Area of who power washes, and his/her supervisor/manager, will use the application: information in this SOP to guide their power washing, and supply purchasing, activities. Document 1:\RGA Division\SOPs\ESOPs location: Rev. No. Date Description 001 002 1.0 Purpose 2.0 Scope 3.0 Process 4.0 Training Requirements 5.0 References/Related Documents 6.0 Records Revision date: Page 1 of 3 10/ 19/2009 1 City of Fort Collins Regulatory and Government Affairs Division City, of F&t Willi illiS'. Venficat�on Ongmator Rewsed " Approved, Issued minrtials' LR ss Date :- ' Oct. 09 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater 1.1 The purpose of this ESOP is to describe the appropriate methods of handling power washing wastewater. 2.1 The scope of this ESOP is limited to the description of the allowable methods of the disposal of power washing wastewater and the protection of the storm drainage system; the scope does not include specifics on how to power wash. 3.1 Power washing wastewater must be prevented from running uncontrolled in the City's storm water system. The system includes streets, inlets, gutters, ponds, creeks, ditches, and the Poudre River. During the power washing activity, ensure the wastewater is controlled by the utilization of the natural slope of the land, or barriers such as inlet covers. Use of barriers on an impermeable surface also requires that the wastewater be vacuumed, collected, and disposed of properly. 3.2 General pollution prevention procedures: A. Use dry methods for surface pre -cleaning, such as using absorbent on small oil spots and sweeping up trash, debris, dirt, and used absorbent_ before power washing. B. Minimize the amount of water used during power washing activities. C. Avoid using cleaning products that contain hazardous substances (e.g., hydrofluoric acid, muriatic acid, sodium hydroxide, bleach) that can turn wastewater into hazardous waste. 3.3 Prior to power washing, decide on one of the following methods of disposal: D. Landscape --power washing wastewater may be discharged to landscaped areas if the materials used and the material removed are not harmful to vegetation, there is no ponding, and there is no uncontrolled runoff to the stormwater system. E. Wastewater treatment system-- As long as the collected wastewater does not have an oil sheen, has a pH between 5 and 11, and does not contain any hazardous or toxic substances, the wastewater may be disposed of into the City's wastewater treatment system. x If you add anything to the wash water (ie—a cleaning agent) or if you have questions about the content of your power washing wastewater, Revision date: Page 2 of 3 10/ 19/2009 NET °ar Verification Originator Revised proved Apam Issued In�bals LR ss Date Oct.09 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater please contact the industrial pretreatment office at 221-6938. Disposal into the City's wastewater treatment system may be done either by discharging directly to an inside drain, or by pump truck at the Drake wastewater treatment facility. Disposing by pump truck requires a waste hauler's permit, and a 5 cent/gallon fee will be charged. For fee information, or to obtain a permit, contact the industrial pretreatment office at 221-6938. F. Truck the waste to a different waste disposal facility. 3.4 Once wastewater has been collected, visible solids remaining in the collection area must be swept up to prevent future discharges to the storm drain. 3.5 A sewer manhole cover may not be removed for disposal to the wastewater system. 5.1 http://www.cdphe.state.co.us/wq/PermitsUnit/PolicyandGuidance/powerwash.pdf 5.2 I:\RGA division\Illicit Discharge Program\Complaint Calls\pressure washing\City power washing quidance.pdf 6.1 The following records could be used to document activities performed: • Records of employee training with sign -in sheet. • List of power washing activities and departments responsible for conducting power washing. Revision date: 10/19/2009 Page 3 of 3 1 a v�uto-Owners Insurance Life Home Car Business nina'Np&° KNOW ALL MEN BY THESE PRESENTS That we, Auto -Owners SURETY BOND J.A.R Concrete, LLC Bond No. 66079497 SURETY BOND Public Official, Bid, Contract, License or Permit Bonds and Probate Bonds , as Principal, and the Insurance Company, a corporation organized under the laws of the State of. Michigan, and having its principal office at Lansing, Michigan, as Surety, are held and firmly bound unto The City of Fort Collins Colorado in the penal sum of ($ 50,000.00 Fifty Thousand and 00/100 Dollars, lawful money of the United States of America, for which payment, well and truly to be made, we jointly and severally bind ourselves, our successors, administrators and assigns, firmly by these presents. SIGNED, SEALED, and DATED this 30th day of March 2010 ' WHEREAS the aforesaid Principal has (If a bid bond insert "submitted its bid for, etc.") Entered into written contract with aforesaid Obligee dated April 1, 2010 for 7114 Miscellaneous Concrete (If a Contract Bond insert "entered into written contract with aforesaid Obligee dated, etc.") (If a Public Official Bond insert "been elected or appointed (name) for the terms beginning (date) and ending (date)") (If a License or Permit Bond insert "been granted a license or permit as (name business) by the said Obligee for the period of one year from (date)") ' (If a Probate Bond insert "been appointed [Executor, Administrator, Guardian, Conservator] of the estate of [name of deceased, minor or incompetent]") NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the aforesaid Principal shall (If a Bid Bond insert "be awarded the contract upon said bid and undertake said contract") Comply with the terms and conditions of the aforesaid contract (If a Contract Bond insert "comply with the terms and conditions of the aforesaid contract") ' (If a Public Official Bond insert "faithfully perform the duties of said office") (If a License or Permit Bond insert "comply with the laws of the aforesaid Obligee governing said License or Permit") ' Then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED: FIRST: - That the liability of the Surety shall in no event exceed the penalty of this Bond. SECOND: - If this is a Bid Bond, any proceedings at law or in equity brought against said Surety to recover any claim hereunder, must be instituted within six (6) months from the date of this instrument. ' No further conditions (If no further conditions insert "no further conditions") 1 ' 2948 (11-99) By Principal Auto -Owners Insurance Company Attorney -in -Fact a' a Description Spills of gasoline and diesel fuel on the ground or on vehicles during fueling can wash into a storm drain and cause water pollution. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state and federal codes, laws, and regulations. Procedures General • Fuel vehicles at approved locations (municipal fueling station or offsite fueling station). • Provide spill kits near the municipal fueling location. • If fuel is stored in an above -ground tank, store fuel in enclosed, covered tanks with secondary containment (e.g., concrete barrier or double -walled tanks). • All fuel tanks will be inspected per State and Federal regulations. • Periodically inspect municipal fueling locations for the following: ■ For above -ground tanks, inspect tank foundations, connections, coatings, tank walls, and piping systems. Look for corrosion, leaks, cracks, scratches, and other physical damage that may weaken the tank., ■ Check for spills and fuel tank overfills due to operator error. • Clean up any leaks or drips. Clean up is not completed until the absorbent is swept up and disposed of properly. • Report leaking vehicles to fleet maintenance. Page 1 of 3 No Text Optional Additional Resources Municipal codes and ordinances that relate to vehicle fueling. Locations of approved offsite fueling stations. Locations of nearby spill kits. Spill Prevention Control and Countermeasures Plan. Page 3 of 3 Employee training Related Procedures Material Storage Outdoor Fleet Maintenance Spill Prevention and Response Street Sweeper Cleaning and Waste Vehicle Fueling Vehicle Washing Heavy Maintenance Description Regular maintenance of municipal vehicles and equipment, or municipality -contracted vehicles and equipment prolongs the life of the municipality's assets and prevents the leaking of hazardous fluids commonly associated with normal wear and tear of vehicles and equipment. Potential pollutants generated at vehicle maintenance facilities include oil, antifreeze, brake fluid and cleaner, solvents, batteries and fuels. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures Maintenance activities should be performed inside a maintenance building unless the equipment is too large to fit inside or temporary repairs need to be made before the equipment can be moved to the maintenance building. Consult the Outdoor Fleet Maintenance procedure when it is necessary to perform repairs outside of the facility (breakdowns, service calls, etc.). Vehicle Storage • Monitor vehicles and equipment closely for leaks and use drip pans as needed until repairs can be performed. When drip pans are used, check frequently to avoid overtopping and properly dispose of fluids. Drain fluids from leaking or wrecked vehicles and from motor parts as soon as possible. Dispose of fluids properly. IPage 1 of 4 Use dry cleanup methods such as vacuuming or sweeping to clean up all metal filings, dust, and paint chips from grinding, shaving, and sanding, and dispose of the waste properly. Debris from wet sanding can be allowed to dry overnight on the shop floor, then swept or vacuumed. Never discharge these wastes to the storm or sanitary sewer system. Minimize waste from paints and thinners by carefully calculating paint needs based on surface area and using the proper sprayer cup size. Do not use water to control over -spray or dust in the paint booth unless this wastewater is collected. This water should be treated and permission granted by the wastewater treatment plant prior to discharge into the sanitary sewer system. Do not dispose of spray gun cleaner waste in the storm drain. • Use sanding tools equipped with vacuum capability (if available) to pick up debris and dust. Material Management Store maintenance materials and waste containers (e.g., used oil and antifreeze) in labeled containers under cover or in secondary containment (e.g., double -walled tanks). Chemicals should not be combined in containers. All hazardous wastes must be labeled and stored according to hazardous waste regulations. Carefully transfer fluids from collection devices to designated storage areas as soon as possible. Do not store the transferred fluids adjacent to the containers (for example, oil drip pans with used oil in them should not be placed next to the used oil tank). • Store new batteries securely to avoid breakage and acid spills. Store used batteries indoors or in secondary containment to contain potential leaks. Recycle used batteries. Conduct periodic inspections of storage areas to detect possible leaks. Page 2 of 4 ' •,d� &,,. e , , ,fir, ::, ., yr w „ ,,..,r a, ._.. �. , :. „N " .....," , MU n r n x Employee 'Training Train applicable employees who perform heavy equipment and vehicle maintenance on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform heavy equipment and vehicle maintenance. Records The following records could be used to document activities performed: • Record of any major spills and the action taken. • Records of employee training with sign -in sheet. ' • Heavy equipment and vehicle maintenance logs Page 3 of 4 References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007. City of Centennial SOP: Vehicle Maintenance SOP, August 2007. City of Centennial SOP: Vehicle Washing SOP, August 2007. City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March 2009. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009. Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009. USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009. USEPA Menu of BMP: Municipal Vehicle and Equipment Washing, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009. Optional Additional Resources Municipal codes and ordinances that relate to vehicle and equipment maintenance. Chemical purchasing policies. Loading and unloading bulk materials. Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance. Specific directions on how to use the municipality's vehicle wash area. Spill Prevention Control and Countermeasures Plan. Page 4 of 4 January 9, 2009 ' REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 Electronic version — March 10, 1994 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 6. Selection of Labor: During the performance of this contract, Page the contractor shall not: I. General .......................................... ..............1 IL Nondiscrimination............................................1 III. Nonsegrated Facilities......................................3 IV. Payment of Predetermined Minimum Wage .......... 3 V. Statements and Payrolls...................................6 VI- Record of Materials, Supplies, and Labor.............6 VII. GeneralSubletting or Assigning the Contract ......... 7 Vlll. Safety: Accident Prevention...............................7 IX. False Statements Concerning Highway Projects. ..7 X. Implementation of Clean Air Act and Federal Water Pollution Control Act................................8 XI. Certification Regarding Debarment, Suspension...... Ineligibility, and Voluntary Exclusion..................8 XII. Certification Regarding Use of Contract Funds for... Lobbying------. ----------------..... --................ 9 1-,'% 0I/[Ol:181:11:1[ A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superin- tendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. II. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportu- nity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, execu- tive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 604.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: January 9, 2009 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such imple- mentation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employ- ee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimi- nation. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such com- plaints, and will take appropriate corrective action within a reason- able time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of appren- ticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance require- ments for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. January 9, 2009 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS b. The contractors will submit an annual report to the SHA each d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability, making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcon- tractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reason- able times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. If on -the - job training is being required by special provision, the contractor will be required to collect and report training data. 111. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agree- ment or purchase order, as appropriate, the bidder, Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establish- ments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)j the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, DATE AND ATTACH TO ORIGINAL BOND AUTO -OWNERS INSURANCE COMPANY LANSING, MICHIGAN POWER OF ATTORNEY NO.66079497 ' KNOW ALL MEN BY THESE PRESENTS: That the AUTO -OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN, a Michigan Corporation, having its principal office at Lansing, County of Eaton,State of Michigan, adopted the following Resolution by the directors of the Company on January 27, 1971, to wit: 'RESOLVED, That the President or any Vice President or Secretary or Assistant Secretary of the Company shall have the power and authority to appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity, and other writings obligatory in the nature thereof. Signatures of officers and seal of Company imprinted on such powers of attorney by ' facsimile shall have same force and effect as if manually affixed. Said officers may at any time remove and revoke the authority of any such appointee." Does hereby constitute and appoint DAVID M OWEN Iits true and lawful attorney (s)-in-fact, to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and the execution of such instrument(s) shall be as binding upon the AUTO -OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. IN WITNESS WHEREOF, the AUTO -OWNERS INSURANCE COMPANY AT LANSING, MICHIGAN, has caused this to be signed by its authorized officer this 2nd day of March, 2010. Kenneth R. Schroeder, Senior Vice President 'STATE OF MICHIGANlss. COUNTY OF EATON ff q e v.: On this 2nd day of March, 2010, before me personally came Kenneth R. Schroeder, to me known, who being duly sworn, did depose ., "oruna=C and say that they are Kenneth R. Schroeder, Senior Vice President ofAUTO-OWNERS INSURANCE COMPANY, the corporation �e CO N"0Fp"" 'described in and which executed the above instrument, that they know the seal of said corporation, that the seal affixed to said instrument is such Corporate Seal, and that they received said instrument on behalf of the corporation by authority of their office pursuant to a Resolution �►' p= of the Board of Directors of said corporation. 9'•. o p � OF MIG�` 'My commission expires September 28, 2011, (�� Michelle A. Bottum, Notary Public STATE OF MICHIGAN lss. ' COUNTY OF EATON f I, the undersigned First Vice President, Secretary and General Counsel of AUTO -OWNERS INSURANCE COMPANY, do hereby certify that the authority to issue a power of attorney as outlined in the above board of directors resolution remains in full force and effect as written and has not been revoked and the resolution as set forth are now in force. Lq ' Signed and sealed at Lansing, Michigan. Dated this 1 st day of July, 2008. '� r'' ;�y Stuart R. Birn, First Vice President, Secretary and General Counsel 1 .This power of attorney is attached to bond number 66079497, issued to J.A.R. CONCRETE, LLC on March 30, 2010. 1 1940 (05-09) CO Print Date: 03/30/2010 Print Time: 11:19:27 January 9, 2009 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS contributions made or costs reasonably anticipated for bona fide Said Administrator, or an authorized representative, will issue a fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 determination within 30 days of receipt and so advise the U.S.C. 276a) on behalf of laborers or mechanics are considered contracting officer or will notify the contracting officer within the 30- wages paid to such laborers or mechanics, subject to the provi- day period that additional time is necessary sions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more e. The wage rate (including fringe benefits where appropriate) than a weekly period (but not less often than quarterly) under determined pursuant to paragraph 2c or 2d of this Section IV shall plans, funds, or programs, which cover the particular weekly be paid to all workers performing work in the additional period, are deemed to be constructively made or incurred during classification from the first day on which work is performed in the such weekly period. Such laborers and mechanics shall be paid classification. the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, 3. Payment of Fringe Benefits: without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorpo- rated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Stan- dards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secre- tary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any appren- tice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (ex- pressed in percentages of the journeyman -level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. ' (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate January 9, 2009 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. if the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. 1 (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at ' less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evi- denced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who -is not regis- tered and participating in a training plan approved by the Employ- ment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classifica- tion of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. Ic. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance proce- dure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed_ 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal - aid highway construction programs are not subject to the require- ments of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one -and -one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: January 9, 2009 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in para- graph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appala- chian contracts, the payroll records shall contain a notation indicat- ing whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, para- graphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029- 005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcon- tractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the follow- ing: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspec- tion, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such repre- sentatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1b relative to materials and supplies, a final January 9, 2009 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS labor summary of all contract work indicating the total hours or dangerous to his/her health or safety, as determined under worked and the total amount earned. construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percent- age if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organiza- tion (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract require- ments, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineer- ing services) as the SHA contracting officer determines is neces- sary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. Vill. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contract- ing officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the, Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepre- sentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, bein g an officer, ag ent, or em ployee of the United States, or of any State or Territo ry, or whoever, w hether a person, association, fir m, o r torpor ation, knowingly m akes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or th e quantity or quality of the work performed or to be performed, or the cost thereof in connection with the sub mission of plans, m aps, specifications, contracts, or co sts of construction on any highway or related pr oject subm fitted for approval to the Secretary o IF Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation, or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 21, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more than $10,000 or imprisoned not more than 5 years or both. " X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) January 9, 2009 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such require- ments. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transac- tions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disquali- fy such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "volun- tarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certifi- cation'Regarding Debarment, Suspension, Ineligibility and Volun- tary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocure- ment portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. I. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1b of this certification; and January 9, 2009 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS d. Have not within a 3-year period preceding this applica- tion/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Covered Transac- tions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. C. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. I. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligi- ble, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employ- ee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continua- tion, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempt- ing to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly EXHIBIT "B" Bid Schedule 7114 Miscellaneous Concrete Annual Bid'Schedule ITEBtI N0 ... i?ESCRIPTtOId- _. :. ,n:.., UNIT RICE.::QTY. UNCT . E6t' . 'TOTAL 202.01 Sawcut Concrete1Asphalt s 4' LF 26 . 202.02 Sawput C.oncreWMphait 4" s 6" LF 25 2.02.03 Sawcut Concrete/Asphait 6" s 8" : LF 25 262.04 Sawcut Concrete/Asphalt 8" s 10" LF 25 75.- . 202,05 Sawcut - Additional 1" Depth � LF 25 202.06 Remove Concrete Sidewalk SF 1500a 202.07 Remove Concrete Gurb:and Gutter LF 250p 0 w7 202.08 Remove Monolithic Curb, Gutter& Sidewalk: SF h—cm CO 202.09 Remove Concrete DrivewaylApronfCrosspan SF 750 j,Qi 2€32.10 Remove Concrete Pavement - I V' SF 500 I 202.11 Remove Concrete Pavement - Additional 1" Depth SF 50 4� 202.12 Remove Asphalt_ 6" - SF 250 202.13 Remove Asphalt -Additional 1" Depth 0,0 SF 5o : s j 202.14 Remove Inlet. - 00 EA 5 v vg 202,15 Remove and Haul Driveway Fillets - EA 5 �5,D 203,01 Excavation - General Less Than 50 CY r - CY 150 r 203.02 Excavation -General Over 50 CY 4V CY 150 } 203,03 Excavation - Walls Only !ram02 CY 100 , 203,04 Excavation - New Inlet t EA 5 f 7l? 203.05 Borrow - Less than 100 Tan i0 TON 75 203.06 Borrow -Over 100 Ton % TON 75 208.01 Curb Inlet Filter- Gravel Q 0 EA 100 208.02 Area Inlet Filter — Gravel 22 EA 25 208,03 Area Inlet Filter —Straw Bales EA 25 { ` 210.01 Reset Flagstone W SF 100 6V 210.02 Reset Brick Pavers 0a SF 185 210,03 Adjust Manhole ► EA 10 13, 2%04 Adjust Valve Box EA 10 rl 7114. Miscellaneous Concrete Annual Sid Schedule ITEM NO OESCRIPTI4NUMiT .; UNIT PRICE:,QT*' Esr. T©TAL GQSr 304,01 Aggregate Base CourseC, TON 50 f 304.02 Recycled Concrete Base =i TON 150 304.03` Recycled Asphalt Base TON 50 '; 40101 Temporary Asphalt Patching' t TON 100 <~ - 602,01, Reinforcing Steel LB 500 602.02 Reinforcing Steel - Epoxy Coated � t` r LB 5.00 604,01 Install New Area Inlet fCt? > EA 5 604.02 Area Inlet — Additional Foot Depth f LF 5 . 604.03 Reconstruct Area Inlet Deck - Remove &Replace EA 5 rrow'C 604;04. Reconstruct Area Inlet Deck -Additional Foot Opening — Remove & Replace xLF 10 664.05 Reconstruct Catch Basin Deck - Remove & Rep IWe LF 5 r S r } 604.06 Reconstruct Catch Basin Deck r Additional Foot O —Remove & Replace LF 1 Q to 604.07 InstallNewCurb Inlet — 4' Opening p EA 5 i 60408 Curb Inlet —Additional Foot Depth I CG7 LF 10 j 604;09 Reconstruct Curb Inlet Deck — Remove and Replace LF 20 G7 604,10 Reconstruct Curb Inlet Deck— Additional Foot Opening — Remove and Replace LF 50rjy 604.11 install New Type R Inlet - 5' Opening EA 10 604.12 Type R Inlet — Additional Foot Depth LF 25 j ' 604.13 Reconstruct Type R Inlet Deck — Remove and Replace LF 10 604.14 Reconstruct Type R Inlet Deck — Additional Foot O enin -- Remove and Replace , ! 7 LF 25 rt �^ �T 7�: 604.16 Install New Modified Type 13 Curb Inlet (includes new Frame, Grate & Adjustable Curb Bonnet f1 EA 5 % o0o co 604.16 Modified Type 13 Curb Inlet —Additional Foot Depth - LF 25 � 604.17 Reconstruct Modified Type 13 Curb Inlet Deck — Remove & Replace (East Jordan Iron Works 7030 or Equivalent Material: EA 10 604.18 Reconstruct Modified Type.13 Curb Inlet Deck —Additional Foot Opening —Remove and Re lace i LF 25 'f 1Cs 604,19 Modified Type 13 Curb Inlet — Materials only - Frame, Grate, Adjustable bonnet (East Jordan Iron Works 7030 or E uivalent Material) y 7M EA 10 Al 604.20 Concrete Sidewalk Culvert — 4' opening EA 5, 604.21 Metal Sidewalk Culvert - 2' Opening, 50 plate EA 10 Wit ay..(V 604.22 Additional Square Foot 5/8"' Plate 6 SF 10 j Q I I 1 I 1 1 1 1 1 1 1 1 1 1 1 7114 Miscellaneous Concrete;Annual Bid Schedule i'IEM N6 : DESCRIPTIClN UNIT E�7 ..TOTAL u 608.01 Driveover Curia, Gutter & 6" Sidewalk is'.1,000 A j 608.02 Driyeover Curb and Gutter - No Sidewalk. � ', LF 125 608.03 Vertical Curb, Gutter and 6" Sidewralk -� LF 100 608.1 4 Vertical Curb and Gutter -,No Sidewalk I; LF 500 608.05: Out Fall Curb & Gutter LF 100 rt 608,06 Hollywood Curb, Gutter and 6" Sidewalk LF 500 608.D7 Hollywood Curti and Gutter - No Sidewalk: I LF 100 608.08: Highback Curb and Gutter - No Sidewalk ,q LF 500 . 608.09 Barrier Curb - fa" x 18" LF 150 , 608.10 Barrier Curls - Key Way Style �� LF 150 608.11 Barrfer Curti - Epoxy i` { LF. .150 t/t'oo ,v 608.12 Mountable Curti -12" x 18" LF 160 608.13 Mountable Curb - Keyway Style LF 160 608A4 Mountable Curb -- Epoxy LF 150 , 668.15 Pedestrian Access Ramp 1 7 SF 450 608.16 Pedestrian Access Ramp, Highback Curb SF 375 605.17 Truncated Dome Papal SF 100-. 608.18 Apron - 8" q. SF 500 608.19 Crosspan - 6' q: SF 75015 608.20 Valley Pan - 6" Depth � � SF 350 608.21 Ratwork -4" - - SF 4,000 _ 60$.22 Ratwotk-6" SF 1,500 60$.23 Replace Flatwork -1" Additional Depth SF 250 y 606.24 Concrete Pavement 8" (Joints Sealed) q . i SF 1,500 pf 60$.25 Alley Approach - 8" LF 100 608.26 Enhanced Crosswalk - I W rile Red SF 150 f 1{ old 608.27 Enhanced Crosswalk - 10" San Diego Buff SF 150 - 608.28 Enhanced Crosswalk -1 U' Brick Red, Stamped SF 150 ' 608.29 Colored Trail with Ftbermesh - 5" Yosemite Brown SF 500 I 7114 ' Miscellaneous Concrete Annual '-- ITEM NO., ` DESCRIPTION EST .608,33 Median Cover - 4" San, Diego Buff SF 60B.34. Fibennesh - Added to Any Item, Additional Charge LaCy 24 Hour High Early Concrete - Added to Any Item, If t 608.36 Stamp Pattern - Added to Any Item, Additional C6ate SF 150 T. LF Lump 630.01 "NO PARKINU'Sign With Stand Per Day Each, 375 636.02 Vertical Panel Without Light —Per Per Day Per Each 50 40 g Barrels Per Each 00 630,04 Type ItIl Barricade Without Light Per Day Per Each 750 630.05 Type III Barricade Without Light PerDay Per Each 20 Per Each 630.07 Size B Sign With Stand Per Day Per Each 20 630.08 Size A Specialty Sign - Cost of Manufacturing 630.09 Size 0 Specialty Sign - Cost of Manufacturing EaO 2 630. 10 Cone With Reflective Strip G, 40 Per Day Per Each 375, ay 630.11 Safety Fence �v Per Day Per Roll 20 I 1 1 1 1 t I 1 1 11 711 . 4M ". isc . ellaneous Goncr6te Annual Bid Sdbedq.16 ITEM NO FTlOW,,-- UNCf—EST z. �PRICE GOS R 00.12 Light. Pier Per Day Each . 20 .630.13., Advance Warning Flashing -,or Sequencing Arrow, Pari.ell, firlOrV Per Unit Per Day 00.14 Variable Message, Board 10 0. 00 Per Unit Per bay ow, 0a. 630.16 Traffic Control Supervisor V Per Day 25 50: 630.16 Traft Control Supervisor Per Houri lop 00A7 Flagging Per Hourl 150 roRct ACCOUNT LABOR RATES VateililswIll.carry,,a 10%,mark'up from the original Involce'forcosts l'666and below, and an,61/*.Markup,Ilor Invole '" riaterthan $60Q, *Attach hourly EqisiomientfOperator rates thbe used for Force Account work FA1 Laborer r,,'o Hour 15 FA2 Foreman Hour 16 FA3 Finisher Hour 15 FA4 Form Setter Z Hour 15 00: FA5 Skid Steer Hour 50 FA6 Mini Trackhoe Hour 15 4 FA7 Dump truck 4,0'IV. Hour 15 # �r FA8 Backhoe 1� 0 Hour 15 TOTAL COST r Dollars and 14�1 U'lutr-4 A/; e- V Signed Address Company Check One: Individual Doing Business in Company Name Corporation Partnership Phone/Fax 6/-3 - 6-11e EXHIBIT "C" INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work ' performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by ' Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. 1 1 11 1 2. Changes in the Work. The City reserves the right to independently bid any services rather than issuing work to the Service Provider pursuant to this Agreement. Nothing within this Agreement shall obligate the City to have any particular service performed by the Service Provider. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated as specified by each written Work Order or oral emergency service request. Oral emergency service requests will be acted upon without waiting for a written Work Order. Time is of the essence. 4. Contract Period. This Agreement shall commence April 1, 2010 and shall continue in full force and effect until March 31, 2011, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than 90 days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without is fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 6. Early Termination by City/Notices. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be mailed at least fifteen (15) STD SA WO rev07/09 DATE �T, CERTIFICATE OF LIABILITY INSURANCE 1 03/30/20 0) PRODUCER (303) 776-5122 FAX (303) 776-5495 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION i rst Mai nStreet Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 512 4th Avenue HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 847 Longmont, CO 80502 INSURERS AFFORDING COVERAGE NAIC # SURED J.A.R. Concrete, LLC INSURERA: Owners Insurance Company 11621 Weld County Road 13 INSURERB: Auto Owners Insurance Co. 18988 Longmont, CO 80504 INSURERC: Pinnacol Assurance 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. INSRADD* TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FX OCCUR 74586182 04/01/2010 04/01/2011 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED $ 300 000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOC JECT PRODUCTS - COMP/OP AGG $ 2,000,000 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 4758618200 04/01/2010 04/01/2011 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ B EXCESS/UMBRELLA LIABILITY X OCCUR CLAIMS MADE DEDUCTIBLE X RETENTION $ 10,00 4758618201 04/01/2010 04/01/2011 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 11000,000 $ $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below 4072304 08/01/2009 08/01/2010 X I WC sTATu- I I OTH- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER ESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ity of Fort Collins as additional insured with respect to general liability per Form 55372, when equired by written contract. 10 day notice of cancellation for non-payment of premium. City of Fort Purchasing & P 0 Box S80 Fort Collins, Collins Risk Management CO 80522-0580 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 MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Debbie Brickham/DBRICK RD 25 (2001/08) FAX: (970)224-6134 ©ACORD CORPORATION 1988 ' EXHIBIT "D" Special Provisions See Attached Special Provisions SECTION 02000 PROJECT SPECIFICATIONS The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction, 2005, and the current Larimer County 'Urban Area Street Standards7, (hereafter referred to as the "Standard Specifications) are made a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of the provisions of the preceding Sections, the preceding Sections shall govern_ INDEXOF REVISIONS SECTION 104 Traffic and Parking Control 105 Cooperation Between Contractors 105 Inspection of Work 105 Maintenance During Construction 107 Protection and Restoration of Property and Landscape 201 Clearing and Grubbing 202 Removal of Structures and Obstructions 203 Excavation and Borrow 208 Erosion Control and Inlet Protection 210 Reset Structures 212 Seeding, Fertilizer, and Sodding 304 Aggregate Base Course 403 Hot Bituminous Pavement — Temporary Patching 604 Inlets 608 & 609 Sidewalks, Curb and Gutter, Drive Approaches, Aprons, Crosspans, Ramps and Concrete Pavement 626 Mobilization 630 Traffic Control Devices REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL Section 104 of the Standard Specifications is hereby revised as follows: ' Subsection 104.04 shall include the following. It shall be th a Cont ractor's responsibility to clear p arking fro m the streets when such parking will interfere with the work. Pri or to work th at requires the street(s) to be closed to parking and/or traffic, the street(s) shall be posted for "NO PARKING". The placement of these signs shall take place at least 24 hours prior to the commencement of work and shall clearly show the type of work, and t he day, date and times that the message on the sign is in effect. (For example, if a street is to be patched on Wednesday, July 2, th e street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that reads similar to "NO PARKING, WEDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M., PATCHING.) 1 See sample "NO PARKING" sign. "NO PARKING" signs shall remain in place until the street is opened to traffic and all clean up operations completed. All information on the "NO PARKING" signs, with the exception of the date, sh all be in ' block letters permanently affixed to the sign. Any i nformation added to a sign, such as dates, shall be clearly legible and written in block style letters. ' Any work done by the Contractor without traffic control will n of be pai d for unde r the terms of this Contract. T he Contractor will not be paid for traffic control costs incurred during Contractor caused delays. At or nea r the en d of a ach work day, a r epresentative of the Co ntractor, the Traffic Control Supervisor, and the City Representative will meet to discu ss the progress of the work a nd the placement of traffic cont rol devices including "NO PARKING" signs. Any ' necessary adjustments shall be made. The Contractor shall also review at thi s time with the City Rep resentative the proposed means of handling parking and traffic control for upcoming work. It is the responsibility of the Contractor to minimize any inconvenience to the public as a result of this work. ' At the above referenced meeting, the quantity of traffic control devices used that day shall be a greed upon by the Co ntractor and the City Representative. The Contra ctor shall utilize f orms ap proved by the City for the tabulation of Traffic Control Devices utilized. The Contractor shall maintain access at all times to all businesses within the project. Any changes in the traffic control, including additional signs, barricades, and/orflaggers needed in the field sha II be immed iately implemented a s dire cted by the City Representative. The cost for traffic control is covered in "Revision of Section 630, Traffic Control Devices" found herein. Project Specifications Page 1 of 36 7mmOO AM - 6mmOO PM PATCHING Project Specifications Page 2 of 36 REVISION OF SECTION 105 COOPERATION BETWEEN CONTRACTORS Section 105 of the Standard Specifications is hereby revised as follows: ' Subsection 105.07 shall include the following: Concrete construction and/or reconstruction operations at intersections may in volve the ' destruction and replacement of traffic signal loop detectors. Th a existing tra ffic signal loop dete ctors sh all be removed by the co ntractor at no additional cost. Ne w to op detectors may be installed at other intersections where they do not now exist. New and replacement loop detectors will be installed by the City Traffic Division. The Contractor ' shall cooperate with the schedule of this work to insure the timely installation of new loop detectors. Also, the Co ntractor shall coordinate with t he City Traffic Division to insu re that any cleanup required after th a installation of the loop detectors will be com pleted befo re concrete placement operations begin. Project Specifications Page 3 of 36 REVISION OF SECTION 105 INSPECTION OF WORK Section 105 of the Standard Specifications is hereby revised as follows: Subsection 105.11 shall include the following: The Contractor shall keep the City Representative informed of his future construction ' operations to facilitate scheduling of required inspection, measuring for pay quantities, and sampling. The Con tractor shall notify the City Repre sentative a minimum of 24 hours in ad vance of starting any construction operation that will require inspection, 1 measuring fo r pay qu antities, or sampling. Failure of the Cont ractor to provide su ch notice will relieve the owner a nd the City Representative from any responsi bility for additional costs or delays caused by such failure. Inspection of the work o r mated als shall not reli eve the Cont ractor of an y of his obligations t o fulfill his contract as prescribed. Work and materials not meeting specifications shall be co rrected and unsuit able work or m aterials may b e reje cted, ' notwithstanding that su ch work or materials have been previously inspected by the City Representative or that payment therefore has been included in the progress estimate. Project Specifications Page 4 of 36 REVISION OF SECTION 105 MAINTENANCE DURING CONSTRUCTION Section 105 of the Standard Specifications is hereby revised as follows: Subsection 105.14 shall include the following: The road way are a, incl uding curb, gutter, an d si dewalk, adja cent to and th rough th e construction area shall be cleaned of debris by the Contractor at the earliest opportunity, but in n o case sh all the area be left un clean after th a completion of the day' s work. It shall be the Contractor's responsibilit y to provide the nece ssary manpower and equipment to satisfactorily clean the roadway area. The Contractor shall utilize a combination of pick-up broo ms, side brooms and/or other equipment as needed to clean the streets. All sweeping and clean up equipment shall be approved by the City Representative prior to the commencement of work. The Contractor shall maintain the streets during the construction process as prescribed above. If a stre et re quires additional sweeping by Ci ty force s, the O wner shall de duct from compensation due the Contra ctor sufficient f unds to cover the Owner's cost to provide said service. All cost of maintaining the work during construction and before the project is accepted will not be paid for separately, but shall be included in the work. Project Specifications Page 5 of 36 REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE Section 107 of the Standard Specifications is hereby revised as follows: Subsection 107.12 shall include the following: The fa ct that any un derground facility - sprin kler systems, utility servi ces, etc. - i s not shown on the plans, details or construction documents shall not relieve the Contractor of his re sponsibilities as p rovided for in the Contract. It shal I be the Co ntractor's responsibility, pu rsuant t hereto, to ascertain th a to cation of su ch u nderground improvements which may be subject to such damage by reason of his operations. iAny prunin g of vegetation shall requi re t he written permi ssion of the prop erty owner and/or the City Representative. If the area to be rep aired is fiv a (5) inches or le ss in width, the Contractor sh all clean the area of all deb ris (i.e. concrete, road base, etc.) to a minimum depth of four (4) inches, pre pare all edges to be clean and vertical, and plac a (see below) ' and compact topsoil. The topsoil sha II be compacted utilizing a hand operated roller or other method approved by the City Representative. For concrete repair locations, the placement of topsoil (backfill) shall be completed ' within two (2) working days of the placement of the concrete. The topsoil shall consist of loose friable loam reasonably free of admixtures of subsoil, ' refuse, stumps, roots, rocks, brush, weeds, heavy clay, hard clods, toxic substances or other mate rial which wo uld be detri mental to the prop er de velopment of vegetative growth. The material to be utilized shall be approved by the City Representative prior to placement. The topsoil shall be in a relatively dry state and placed during dry weather. The topsoil shall be fine graded to eliminate rough and low areas and ensure positive drainage. The existing levels, profiles and contours shall be maintained. If any portio n of the a rea to be repaired i s g reater tha n five (5) i nches in width, the Contractor shall clean and prepare the area along the entire length of the repai r location as stated above to a minimum of one (1) foot, place sod over the entire area, water once, and notify the property owner in writing of the nature of the work that has taken place and that the sod will be watered only once. If the area to be rep aired is only dam aged on the surface, the Contractor shall remove the damaged areas of sod to a depth that will allow new sod to be placed, place new sod, water once and notify the property owner i n writing of the natu re of the work that h as taken place and the fact t hat the sod will be watered only on ce. The minimum overal I width of the area to be sodded shall be one (1) foot. For concrete repair locations, the placement of sod shall be completed by the end of the first working day of the week following the placement of the concrete. Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the ' limits of construction and protected from damage by the contractor. Sprinkler heads shall be salvaged and stockpiled on each property fo r use when reconstructing the sprinkler systems. Project Specifications Page 6 of 36 I REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE Sprinkler systems damaged outside of the co nstruction limits as a result of co nstruction operations shall be replaced at the Contractor's expense, within three (3) working days from the date of damage. In areas where the City Representative directs new work or the reconstruction a reas require grade a djustment, th a pla cement of top soil, sod an d sprinkler relocation will be provided by the City under separate contract. All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his expen se unless a wri tten waiver is obtained fro m the prope rty owner and submitted to the City Rep resentative. Re -sodded lawns shall be wate red once by the Contractor. All cost s for prote cting a nd re storing landsca ping and lawns shall b e co nsidered a subsidiary obligation of the Contractor in connection with the various items of the Wo rk, and no me asurement or payment sh all be m ade sepa rately for the prote ction an d restoration of landscaping and lawns. All restoration of landscaping and lawns damaged by con struction ope rations, other tha n con crete rep air, sh all take place withi n three (3) working days from the date of damage. In areas where the City Representative directs new work or the reconstruction areas require grade adjustment, the placement of topsoil, sod, and sprinkler relocation will be provided by the City under separate contract. All labor, ma terials, to ols, equipm ent, incidentals, a nd work invo Ived in prote cting o r repairing underground facilities shall be considered incidental to the work being done and shall not be measured and paid for separately. Project Specifications Page 7 of 36 days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following address: City Service Provider ',ity of Fort Collins J.A.R. Concrete, LLC kttn: Purchasing Attn: Dan Rodarmel 'O Box 580 11621 WCR 13 =ort Collins, CO 80522 Longmont, CO 80504 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the termination date, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. This is an open-end indefinite quantity Agreement with no fixed price. The actual amount of work to be performed will be stated on the individual Work Orders. The City makes no guarantee as to the number of Work Orders that may be issued or the actual amount of services which will in fact be requested. 8. Payments. a. The City agrees to pay and the Service Provider agrees to accept as full payment for all work done and all materials furnished and for all costs and expenses incurred in performance of the work the sums set forth for the hourly labor rate and material costs, with markups, stated within the Bid Schedule Proposal Form, attached hereto as Exhibit "B", consisting of five (5) page[s], and incorporated herein by this reference. b. Payment shall be made by the City only upon acceptance of the work by the City and upon the Service Provider furnishing satisfactory evidence of payment of all wages, taxes, supplies and materials, and other costs incurred in connection with the performance of such work. 11 STD SA WO rev07/09 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised as follows: ISubsection 201.03 shall be amended to include the following: When any tree roots are encountered during construction operations, the Contractor shall ' notify the City Repre sentative prior to any root removals. The City Repre sentative and the City Forester's representative shall then make a determination regarding removal. Tree ro ots shall be re moved with a sharp ened, sa nitized saw, cut o rthogonally to its ' longitudinal axis as cl osely as practical, to leave the freshly cut root surfa ce in a clea n and smooth condition. Axes or other blunt objects shall not be used to cut tree roots. Where it is a nticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent any damage to the roots with tools or equipment. All co sts for rem oving tree roots shall be considered a subsidiary obli gation of th e Contractor in con nection with the va rious ite ms of the Work, a nd no mea surement o r payment shall be made separately for the removal of tree roots. Project Specifications Page 8 of 36 1 Ilk REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS DESCRIPTION This work consists of sawing and cutting to facilitate controlled breaking, and removal of concrete and asphalt. CONSTRUCTION REQUIREMENTS Subsection 202.02 is revised to include the following: Sawing of concrete and asphalt shall be done to a t rue line, with a vertical fa ce, unless otherwise specified. Saw cut shall be full depth or as directed by the City Representative. Residue from sawing shall be removed by the Contractor at the earliest opportunity or no later than the end of the day of sawing. Residue will not be allowed to run through the gutter flow line for m ore than 100'. The Contractor shall prevent tracking of th a residue onto the ro adway or walkway, and shall p revent discha rge into the storm drain age system. See Section 208 "Erosion Control And Inlet Protection" contained herein. Subsection 202.03 is revised to include the following: Flagstone sidewalk shall b e salvaged to the m aximum extent fe asible. All fl agstones shall become the property of the City of Fort Collins and shall be hauled by the contractor and delivered to the City's site located a t 1500 Hoffman Mill Road. This item will not be measured or paid for separately, but shall be considered incidental to the related removal item. METHOD OF MEASUREMENT Subsection 202.11 is revised to include the following: Sawing shall be measured by the lineal foot. This item shall only be used where the City Representative directs sawing not already being paid under another item. Sawcutting related to th a remov al items described herein s hall be cons idered a subsidiary obligation o f the Contractor, and shall not b e measured or paid for separately. Erosion co ntrol mea sures used duri ng sa wcutting are consi dered inci dental to all sawcutting operations and shall not be paid for separately. BASIS OF PAYMENT Subsection 202.12 is revised to include the following: Payment will be made under: Pay Item Unit 202.01 Sawcut Concrete/Asphalt (0" - 4") LF 202.02 Sawcut Concrete/Asphalt (4" - 6") LF 202.03 Sawcut Concrete/Asphalt (6" - 8") LF Project Specifications Page 9 of 36 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 202.04 Sawcut Concrete/Asphalt (8" -10") LF 202.05 Sawcut —Additional 1" Depth LF 202.06 Remove Concrete Sidewalk SF 202.07 Remove Concrete Curb and Gutter LF 202.08 Remove Monolithic Curb, Gutter and Sidewalk SF 202.09 Remove Concrete Driveway/Apron/Crosspan SF 202.10 Remove Concrete Pavement - 10" SF 202.11 Remove Concrete Pavement Additional 1" Depth SF 202.12 Remove Asphalt — 6" SF 202.13 Remove Asphalt - Additional 1" Depth SF 202.14 Remove Inlet Each 202.15 Remove and Haul Driveway Fillet Each 202.16 Remove Flagstone SF The above prices and payments shall include full comp ensation for furni shing all labo r, materials, tools, equipment, and incidentals and for doing all work involved in Removal of Structures and Obstructions as specified in these specifications, as shown on the plans, and as directed by the City Representative. Project Specifications Page 10 of 36 REVISION OF SECTION 203 EXCAVATION AND BORROW DESCRIPTION This work shall consist of removing and disposing of the existing b ase or other material, preparing the subg rade for the su bsequent course, and placing borrow in accordan ce with the sp ecifications and in rea sonably close conformity with the lines, grade s, and typical cross sections shown on the plans or as designated by the City Representative. All excavation will be classified "General Excavation", as hereafter described. The Contractor shall be responsible for disposal of all excavated material. CONSTRUCTION REQUIREMENTS Subsection 203.04 is revised to include the following: General Excavation shall consist of the excavation of all materials of whatever character required for the work not being removed under some other item. The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. The excavation will be accomplished in the following manner: General Excavation: The areas to be rem oved will be marked on the surface by t he City Representative with paint. If, in the opinion of the City Representative, the subgrade material is unsuitable, it shall be removed to the limits and depths designated. Where excavation to the finish ed grade section results in a sub grade of unsuitable soil, the City Representative may require the Contractor to remove the unsuitable materials and backfill to the finished grade section with approved material. After the material has been removed to the depth specified by the City Representative, the Contractor shall prepare the subgrade by compacting with a sheepsfoot roller, rubber tired roller and/or other compaction equipment as approved by the City Representative. Borrow: Borrow shall be placed as directed by the City Representative. The cost for compaction shall be included in the Contract Unit Price for Borrow. The material required for a specific location shall be Class 1 Pit Run or other material as directed by the City Representative Load sli ps shall b e consecutively n umbered fo r e ach day, a nd submitted to the City Representative daily. Project Specifications Page 11 of 36 E L REVISION OF SECTION 203 EXCAVATION AND BORROW METHOD OF PAYMENT Subsection 203.13 shall include the following: The subg rade preparation shall n of be measured a nd paid fo r separately, but shall be included in the contract unit price for General Excavation. Borrow will be paid by the ton at the proper moisture. Haul and water necessary to bring mixture to optimum moisture content will not be measured or paid for separately, but shall be included in the contract unit price for Borrow. The Co ntractor and the City Represe ntative shall field measure and ag ree upon the excavated q uantity before any further wo rk contin ues. S hould the Contractor fail to request the City Representative to measure any work and perform other work that would prevent the City Representative from measuring pay quantities, the Contra ctor shall not be compensated for materials not measured by the City Representative. The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard. Subg rade p reparation, haul and dispo sal will not b e measured a nd pai d for separately. The a ccepted quantitie s of Borro w wi II be paid fo r at the contract unit p rice per ton. Compaction and haul will not be measured and paid for separately. BASIS OF PAYMENT Subsection 203.14 shall include the following: Payment will be made under: Pay Item Unit 203.01 Excavation — General Less Than 50 CY CY 203.02 Excavation — General Over 50 CY CY 203.03 Excavation — Walls Only CY 203.04 Excavation — New Inlet Each 203.05 Borrow -Less Than 100 Ton Ton 203.06 Borrow —Over 100 Ton Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and inci dentals, and for doin g all the wo rk involved in Excavation and Bo rrow including haul, stockpiling, placi ng material, wate ring or drying soil, compaction, proof roll ing, finish grading and disp osal of unusabl a materials, as shown on th a plans, a s specified in these specifications, and as directed by the City Representative. Project Specifications Page 12 of 36 REVISION OF SECTION 208 EROSION CONTROL AND INLET PROTECTION eDESCRIPTION e This work shall co nsist of con structing, installin g, maintaining , and remov ing wh en required, ero Sion control measures th roughout the construction perio d to p revent or minimize erosion and sediment transport and pollution of any fe deral and state waters, including wetlands. aThe work shall conform to all applicable municipal, state, and federal codes, laws, and regulations including the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction (2 005) and The City of Fort Collins Storm Drainage Design Criteria and Construction Standards (Revised 1999). Also see Section 04000 The City of Fort Collins Environmental Standard Operating Procedures (ESOP) and Standard Drawings contained herein. CONSTRUCTION REQUIREMENTS ' Section 208.03 is revised to include the following: All erosion control measures shall be installed and maintained when necessary or as approved by the City Representative. ' Sawcutting t Residue from sawing shall be removed by the Contractor at the earliest opportunity or no later than the end of the day of sawing. Residue will not be allowed to run through the gutter flow line for more than 100 lineal feet. The Contractor shall prevent tracking of the residue o nto the road way or wal kway, and shall prevent di scharge int o the storm ' drainage system. Inlet filters All storm d rainage sy stem inlets shall be filt ered u nless better treatme nt is available. These methods are appli cable to existing and proposed drain sy stems that will be operational before the drainage basin is stabilized. iDrop Inlets Drop inlets i n unpaved a reas shall be filtered with stra w bales anchored with wooden ' stakes as shown i n Figu re D-23. Dro p Inle is in p aved are as shall have g ravel filters Figure D-24 Materials other than straw bales must be demonstrated to provide the same level of treatment before acceptance by The City of Fort Collins. ' Straw Bales Straw bales shall be placed in a sing) a row tightly butted end -to -end or overlapped and staked. The bales shall b e installed to a mi nimum depth of four inche s. After bales are installed and stake d, loo se st raw will be wed ged betwee n ba les an d soil shall be backfilled three inches against the filter. ' Curb-ope ninq Inlets Curb -opening Inlets shall be filtered with a co mbination of co ncrete blocks, 1 /2 — inch ' wire screen and coarse gravel (3/4 — inch) constructed according to Figure D-25 or as approved by the City Representative. Project Specifications Page 13 of 36 REVISION OF SECTION 208 EROSION CONTROL AND INLET PROTECTION tMaintena nce All inlet filter s sh all be in specfed a hd repai rs made after each runoff event. Sediment s shall be removed when one half the desig n depth has been filled. Removed sediments shall be deposited in an area tributary to a sediment basin. Sediments shall be removed immediately from the traveled way of roads and streets. METHOD OF PAYMENT Subsection 207.04 is revised to include the following: Payment will be mad a fo r one (1) each inl et protection device per to cation. When a protection device is installed at a new locati on, whether protection device is n ew or has been relocated, an additional payment will be made for the protection of the location. Erosion co ntrol mea sures used duri ng sa wcutting are consi dered inci dental to all sawcutting operations and shall not be paid for separately. Concrete/truck washout area is considered incidental to the work and shall not be paid for separately. BASIS OF PAYMENT Subsection 208.08 is revised to include the following: 1 Payment will be made under: Pay Item Unit 208.01 Curb Inlet Filter - Gravel EA 208.02 Area Inlet Filter - Gravel EA 208.03 Area Inlet Filter — Straw Bales EA The a bove p rices and payment sh all i nclude full compensation for furnishin g all lab or, materials, tools, equipment, and incidentals for in stallation maintenance and removal of Erosion Control and Inlet Protection devices, as shown on the plans, as specified in these specifications and as directed by the City Representative. I r Project Specifications Page 14 of 36 REVISION OF SECTION 210 RESET STRUCTURES DESCRIPTION This work consists of adjusting manholes and valve boxes, and removing and resetting or adjusting flagstone, brick pavers and related materials. CONSTRUCTION REQUIREMENTS Subsection 210.02 is revised to include the following: The existing flagstone and pavers shall be salvaged and reset on compacted base. The elevation of t he flag stone and p avers shall mat ch as clo sely a s possibl a the surfa ce treatment of the surrounding existing area. All flagstones and pavers shall be carefully removed, stored, reinstalled, or adjusted in a manner that will avoid loss or damage. Flagstone and pavers shall be salvaged to th a maximum extent feasible. All flagstone and pavers shall become the property of the City of Fort Collins and shall be hauled by the contractor and delivered to the Cit y's site located at 1500 Hoffman Mill Road. This item will not be measured or paid for separately, but shall be considered incidental to the related removal item. Cutting of pavers, when necessary, shall be accomplished with a double bladed splitter or a masonry saw. The sa w shall be a "wet saw" type sa w to inhibit dust wh en cutting the pavers. Pavers shall be cut such that tight spaced joints are maintained. The Contractor shall spread the bedding sand evenly in the area defined and shall screed the sand to an appropriate embedment depth as shown on the plans or as directed by the City Representative. Sufficient sand should be placed to stay ahead of laid pavers. The Contractors shall u se a plate vib rator to a mbed the pave rs into the sand. The size and type of p late vibrator shall be in accordance with manufacturer's recommendations, or a s direct ed by the City Rep resentative. All pavers tha t are dam aged du ring embedment shall be replaced at the Contractor's expense. Joint spa cing betwe en p aver unit s shall be in a ccordance with the man ufacturer's recommendations, or as approved by the City Representative. Joi nts shall be filled completely with joint sand. Excess sand shall be removed by sweeping. METHOD OF MEASUREMENT Subsection 210.12 is revised to include the following: The unit price for Resetting Brick Pavers and Resetting Flagstone shall include all work associated with resetting the bri ck pavers including sawing, grading, compacting, and sand. Project Specifications Page 15 of 36 REVISION OF SECTION 210 RESET STRUCTURES BASIS OF PAYMENT Payment will be made under: Pay Item I Unit 210.01 Re set Flagstone SF 210.02 Reset Brick Pavers SF 210.03 Adjust Manhole Each 1 210.04 Adjust Valve Box Each The a bove p rices and payment sh all i nclude full compensation for furnishin g all lab or, materials, tools, equipment, and incidentals, and for doing all the work involved in Reset Structures, complete -in-place, in cluding compaction and m aterials, a s sh own on the plans, as specified in these specifications, and as direction by the City Representative. Project Specifications Page 16 of 36 ' REVISION OF SECTION 212 SEEDING, FERTILIZER AND SODDING DESCRIPTION This work shall consist of soil preparation and furnishing and placing topsoil and blue grass sod in accordance with these specifications, accepted horticulture practice, and in reasonably close confo rmity with the I ocations an d detail s shown on the plans o r a s designated. 'Thi s work shall n of in elude to cations of concrete repair in which grad e -� changes an d additional work do es n of occur. See "Protectio n and Resto ration of Property and Landscape" found herein. CONSTRUCTION REQUIREMENTS Subsection 212.02 is revised to include the following: Topsoil Topsoil shall conform tot he requirements of "Prote ction and Restoration of Property" found herein. Sod Bluegrass sod sh all b e nu rsery g rown, 99% Kentu cky Blue Grass and 99% weed free. Other sod type may be used only if approved in writing by the City Representative. The 1 % allowable weeds shall not include a ny undesirable perennial or annual grasses or plants. Soil thickness of sod cuts shall not be less than 3/4 inch nor more than one inch. Sod shall be cut in uni form strips with minimum dimensions of 12 inches in width and 48 inches in length. The Contractor shall su bmit a sampl a of the sod he proposes to furnish. Said sample shall serve as a standard. Any sod furnished, whether in place or not, that is not up to the standard of the sample may be rejected. Sod that has been cut for more than 24 hours shall not be used. Each to ad of sod shall be accom panied by a cert ificate from t he grower stating the type of sod, and the date and time of cutting. Subsection 212.05 is revised to include the following: Sodding: (a) Soil Preparation. The area shall be cleaned with a minimum depth of four (4) inches (where top soil doe s not exist) an d a minimum width of on e (1 ) foot, all irregularities i n the gro and surfa ce shall be remove d, and all edg es cl can a nd vertical. Sticks, stones, debris, and of her similar material more than'/z in ch in diameter sha II be remove d. Any obje ctionable depressions or other variances from a smooth grade shall be corrected. (b) Topsoil Placement. Topsoil shall be placed and compacted with a minimum depth of four(4)inches. The amount of compaction required shall be as directed by the City Representative. (c) Sod Placement. The mi nimum width for sod shall be one (1) foot. The area to be sodded shall be smooth. The sod shall be laid by staggering joints with all edges touching. On any slope s, the sod sha II run approximately parallel to the slop e contours. The Contractor shall water the sod once and notify the property owner in writing of the nature of the work that has taken place and that the sod will only be watered once. Project Specifications Page 17 of 36 9. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in the work order, 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 amount set forth in each Work Order. 10. City Representative. The City's representative will be shown on the specific Work Order and shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the work requested. All requests concerning this Agreement shall be directed to the City Representative. 11. Independent Contractor. It is agreed that in the performance of any services hereunder, the Service Provider is an independent contractor responsible to the City only as to the results to be obtained in the particular work assignment and to the extend that the work shall be done in accordance with the terms, plans and specifications furnished by the City. 12. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the city. 13. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights under the Agreement or of any cause of action arising out of the performance of this Agreement. STD SA WO rev07/09 ' REVISION OF SECTION 212 SEEDING, FERTILIZER AND SODDING ' METHOD OF MEASUREMENT Subsection 212.07 is revised to include the following: Sod placem ent/replacement requi red due to Co ntractor ne gligence sh all follow the requirements of this section but will not be measured and paid for under the terms of this contract. No m easurement for payment sh all be ma de fo r re -sodding I awn damaged by the Contractor a djacent to ne w con crete, when the g rade of the exi sting la wn reasonably matches the grade of the new concrete. Re -sodding in this instance shall be considered incidental to the work being performed. BASIS OF PAYMENT In areas where the City Representative directs new work or the reconstruction areas require grade adjustment, the placement of topsoil, sod, and sprinkler Mrelocation will be provided by the City under separate contract. All labor, m aterials, tools, equipment, incidentals, water, and work involved in Seeding, Fertilizer and Sodding shall be considered incidental to the work being done and shall not be measured and paid for separately. Project Specifications Page 18 of 36 REVISION OF SECTION 304 AGGREGATE BASE COURSE DESCRIPTION This work consists of furn ishing and pl acing one o r more cou rses of agg regate base, re cycled concrete.and/or recycled asphalt on a prepared subgrade. CONSTRUCTION REQUIREMENTS Subsection 304.02 is revised to include the following: Aggregate Base Course shall me et the grading requirements for Class 5. Recycled asphalt or recycled concrete may be substituted for Aggregate Base Course at any time as directed by the City Representative. The cont ractor shall be respon sible for the protection of th a sub grade/base co urse until subsequent courses have been placed. Load slips shall be consecutively numbered fo r ea ch day, and submitted to the City Representative daily. METHOD OF MEASUREMENT Subsection 304.07 is revised to include the following: Aggregate Base Course, Recycled Concrete Base, and Recycled Asphalt Base will be measured by the to n a t the p roper moisture. Haul a nd water necessary to b ring mi xture to optimum moisture con tent will not be mea sured and paid fo r Sep arately, but shall be includ ed in the ' contract unit pri ce fo r Ag gregate Ba se Co urse. T he a ccepted quantitie s f or Agg regate Base Course, Recycled Concrete Base, and Recycled Asphalt Base will be paid for at the contract unit price per ton. Aggregate Base Course, Recycled Concrete, and Recycled Asphalt used for incidentals such as temporary patching, wash pits, form bo and reinforcement, and storm water protection will not be measured and paid for u nder this item, but shall b e considered incidental to the work. Contractor and City Representative shall agree to the total tonnage and waste per day. Failure to protect open excavations or any other use not directly related to the work shall not be measured or paid for separately but shall be included in the Work. BASIS OF PAYMENT Payment will be made under: Pay Item Unit 304.01 Aggregate Base Course Ton 304.02 Recycled Concrete Base Ton 304.03 Recycled Asphalt Base Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in the placement of Aggregate Base Course, complete -in -place, including haul and water, as shown on the plans, as specified in these specifications, and as directed by the City Representative. M Project Specifications Page 19 of 36 REVISION OF SECTION 403 HOT BITUMINOUS PAVEMENT — TEMPORARY PATCHING DESCRIPTION This work consists of the placement of hot mix asphalt as a temporary repair to provide vehicle or pedestrian access, until such time as the permanent repair can be made. CONSTRUCTION REQUIREMENTS - - In all concrete repair locations, the Contractor shall remove no more than six (6) inches of asphalt pavement width. The pavement areas shall be temporarily patched with a minimum of two (2) inches of hot mix asphalt, up to a maximum depth of six (6) inches. These locations shall be paid under the Contract Unit Price for Temporary Patching. Prior to installation of the tempor ary asphalt patching the Contractor s hall use a bond breaking material approved by the City Representative which shall be applied to the face of the new concrete adjacent to the temporary patch installation. METHOD OF MEASUREMENT Subsection 403.04 is revised to include the following: The accepted quantities for T emporary Patching will be paid for at the Contract Unit Pri ce per Ton. Paveme nt cutting, ex cavation, subgrade p reparation, co ncrete bon d b reak, haul, di sposal, ' and bituminous materials will not be measured or paid for separately, but shall be included in the contract price for Temporary Patching. Load slips shall be consecutively numbered for each day and shall include the batch time. BASIS OF PAYMENT Subsection 403.05 is revised to include the following: Payment will be made under: Pay Item Unit 403.01 Temporary Asphalt Patching Ton ' The above prices and payments shall include full compensation for furnishing all labor, materials, tools, eq uipment, and i ncidentals and for doi ng al I the wo rk involved in Te mporary Patching, including pavement cutting, excavati on, haul, disposal, su rface prepa ration, and bitu minous materials, complete -in -place, as shown on these plans, as specified in these specifications, and as directed by the City Representative. Project Specifications Page 20 of 36 1 REVISION OF SECTION 604 INLETS DESCRIPTION ' This work sh all con sist of the removal and repl acement of existing inlets o r inlet decks, and installation of new inl ets in accordance with the se sp ecifications, an d in reasona bly cl ose conformity with the line s and grades shown on the pla ns or a stablished by the City Representative. CONSTRUCTION REQUIREMENTS ' As part of th a "Reconstruct Inlet Deck" items, the concrete around the i nlet as marked shall be removed and haule d from the site. T he existi ng frame, grate, and a ngle i ron face shall be salvaged and reused in th a reconstruction of the inlet deck. All reinforcing steel encountered during rem oval shall b e re placed with n ew Ste el of the gra de an d size as shown o n the d etail found herein. Expansion joi nt material shall be i nstalled eve ry 500' in Ion g ru ns and b etween ne w st ructure slabs a nd ex isting concrete slab s, wh ere called fo r, and around fire hyd rants, pole s, inl ets, sidewalk underdrains, mid -block ramps, radius points at intersections, and other fixed objects, i.e. ends of side walk slabs and curbs. Expansion joint material must be set vertical, full depth, and installed in accordance with the CDOT M&S Standards for Concrete Pavement Joints. The joint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section 412.18 METHOD OF PAYMENT Reconstruct Inlet Deck shall include the deck reconstruction of existing inlets, including two, three and a half fo of (35) tra nsitions, measured from inside fa ce of box, on each side. Inlets with openings greater than those defined on the detail shall be paid for as Reconstruct Inlet Deck, per each, plus Inlet Deck - Additional Opening, per lineal foot. When concrete is to be re moved and replaced around an existin g grate without disturbing the deck or box, this shall not constitute Reconstruct Inlet Deck. These locations shall be measured and pai d for sepa rately under the items d escribed in Revisi on of Sectio ns 60 8 an d 609 - Sidewalks, Curb a nd G utter, Drive A pproaches, Apron s, Cro sspans, Ra mps a nd Concrete Pavement found herein. If the frame, grate, b onnet or a ngle i ron fa ce cannot be salvaged, the City will p rovide the replacement material fo r all inlet types. In the event the City cannot p rovide mated al fo r the Modified Type 13 Curb Inlets, the Contractor shall supply new material. This item shall include the frame, g rate an d adj ustable cu rb bonnet (E ast Jo rdan Iron Wo rks 7 030 o r Equi valent Material) and will be paid as "Modified Type 13 Curb Inlet - Materials Only". This item will be paid in addition to the "Remove & Replace" or "Reconstruct Deck" inlet. ■ All inlet dept hs shall be assumed three (3) foot me asured from adjacent curb flow line to pipe invert. Additional depth will be paid under the inlet line item - "Additional Foot Depth". Expansion and Caulking shall be paid under Item 608.43 Expansion and Caulking. Concrete washout/truck washout shall be considered incidental to the work and shall not be paid for separately. See Section 208 and Section 4000 contained herein. Erosion control mea sures used during sawcutting are considered incidental to all sawcutting operations and shall not be paid for separately. ' Project Specifications Page 21 of 36 REVISION OF SECTION 604 INLETS BASIS OF PAYMENT Subsection 604.07 is revised to include the following: Payment will be made under: Pay Item 604.01 Install New Area Inlet 604.02 Area Inlet - Additional Foot Depth 604.03 Reconstruct Area Inlet Deck — Remove and Replace EA 604.04 Reconstruct Area Inlet Deck - Additional Foot Opening — Remove and Replace 604.05 Reconstruct Catch Basin Deck - Remove and Replace EA 604.06 Reconstruct Catch Basin Deck Additional Foot Opening — Remove and Replace 604.07 Install New Curb Inlet — 4' Opening 604.08 Curb Inlet — Additional Foot Depth 604.09 Reconstruct Curb Inlet Deck — Remove and Replace 604.10 Reconstruct Curb Inlet Deck — Additional Foot Opening — Remove and Replace 604.11 Install New Type R Inlet — 5' Opening 604.12 Type R Inlet - Additional Foot Depth 604.13 Reconstruct Type R Inlet Deck — Remove and Repl ace LF 604.14 Reconstruct Type R Inlet Deck — Additional Foot Opening — Remove and Replace 604.15 Install New Modified Type 13 Curb Inlet (includes new Frame, Grate, and Adjustable Bonnet) 604.16 Modified Type 13 Curb Inlet — Additional Foot Depth 604.17 Reconstruct Modified Type 13 Curb Inlet Deck — Remove and Replace (East Jordan Iron Works 7030 or Equivalent Material) 604.18 Reconstruct Modified Type 13 Curb Inlet Deck — Additional Foot Opening — Remove and Replace Project Specifications Page 22 of 36 Unit EA LF LF LF EA LF LF LF EA LF LF EA LF EA LF 1 REVISION OF SECTION 604 INLETS 604.19 Modified Type 13 Curb Inlet — Materials Only ' (Frame, grate and Adjustable Curb Bonnet East Jordan Iron Works 7030 or equivalent) EA 604.20 Concrete Sidewalk Culvert EA 604.21 Metal Sidewalk Culvert 5/8" Plate EA ' 604.22 Additional Square Foot 5/8" Plate SF The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and inci dentals and for doin g all work involve d in Inlets, includi ng demolition, ' disposal, reinforcement and replacement, complete -in -place, as specified in these specifications, as shown on the plans, and as directed by the City Representative. Project Specifications Page 23 of 36 REVISION OF SECTION 608 & 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, RAMPS AND CONCRETE PAVEMENT DESCRIPTION Sections 6 08 and 6 09 of the Standa rd Specifications a re to b e deleted and replaced with the Larimer County Urban Area Street Standards, October 2002, except as noted herein. CONSTRUCTION REQUIREMENTS Monolithic hybrids of curb, gutter, sidewalk and highback vertical curb and gutter will be replaced using the same configuration as it was originally installed, unless a flaw in its engineering should become apparent. In these cases the design may be modified by the City Representative. The finished exposed surface and edgi ng of the concrete will match as closely as possible the surface treatment of the surrounding existing concrete. The mix designs for all types of concrete to be utilized shall be determined by the Contractor and submitted to the City Representative and approved a minimum of one week prior to the beginning of construction. Cement used shall conform to the Standard Specification for Portland Cement, ASTM C 150-85, AASHTO M85, Type I, Type 1/II, or Type III. The air content shall be five (5) to eight (8) percent. "High Early" concrete shall be used for all concrete repair locations. "High Early" concrete shall have a specified compressive strength of 4000 psi an d a minimum 48 hour compressive strength of 3000 psi. The concrete shall have a maximum water/cement ratio of 0.45. The type of concrete used for a parti cular location shall be approved by the City Represe ntative. See also Section 10.5 .2 'Rigid Pa vement De sign' and Section 22.5.6 'Portland Cement Con crete Pavement' of the Larimer County Urban Area Street Standards. Water Reducing Agents shall conform to ASTM C 494-82. Accelerating Agents shall conform to ASTM C 494-82. Calcium Chloride shall not be utilized as an accelerating agent. The Contractor shall fumish a load sli p containing the information required by AASHTO M157, Section 13, Subsection 13.1 and 13.2 , with each batch of con crete. In ad dition, the type of concrete (mi x code) shall be sho wn o n each load slip an d a copy of the batch weight s shall accompany each co ncrete ticket. Concrete de livered without a load slip or batch weights containing complete information as specified will be subject to rejection. In location s where concrete pavement is repla ced, the new p avement sh all have a mini mum thickness of 8" or a thickness of 1" thicker than the existing adja cent pavement slab. Existing pavement shall be saw cut to obtai n a straight and ne at ed ge for paving a nd shall be deep enough to cut through the entire pavement thickness. The subgrade plane shall not va ry more than '/z inch i n ten (10') feet. All concrete pav ement joints sh all be seale d with an as phalt filler compound, or approved equal. The top of the new pavement shall be even with the existing concrete pavement and the concrete placement shall be consolidated with a mechanical vibrator. Project Specifications Page 24 of 36 REVISION OF SECTION 608 & 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, RAMPS AND CONCRETE PAVEMENT All cons truction joints shall be doweled except for a xpansion joints and join is along ' existing curb and gutter. Dowels shall be 16" smooth #5 bars. The dowels shall be pla ced in drilled holes, 12" OC. Dowels shall fit snugly into 8" deep drilled holes, or shall be epoxy grouted. The maximum spacing for transverse joints in crosspans and concrete pavement shall be ten (10) feet or as approved by the City Representative. Curing mate rials shall be white pigm ented liquid linseed oil b ased or pa raffin base d curi ng compound, and shall conform to ASTM Specification C 309-81 Type II, Class B. The application rate for curing compound shall be 150 sq. ft./gal. for all concrete. The curing compound shall be applied immediately upon completion of the finishing. Restoration of landscape shall be in accordance with "Revision of Section 107 - Protection and Restoration of Property and Landscape" found herein. Th e time frame for restoration shall be within two (2) working days from the time the concrete was placed for backfill with topsoil, and by no later than the end of the first working day of the following week for sod replacement. Forms shall be install ed t he full depth of the con crete placeme nt or a s app roved by the City Representative. The Con tractor shall be respon sible for the protection of the subg rade/base course until the concrete is placed. The Contractor shall protect the concrete against moisture loss, rapid temperature change, rain, flowing water, mechanical injury, pedestrian and vehicular traffic, and Contractor's equipment for ' a minimum of 36 hours after the placement of curing compound for 48 hour high early concrete. Concrete blankets shall be used when the temperature is expected to fall to 320F or below within 36 h ours a fter p lacement of curing corn pound for 4 8 hour high early concrete. Asphalt patching a gainst fresh con crete sh all not be pe rmitted du ring th a time frame s for protection of concrete stated above. The debris immediately adjacent to a concrete repair location shall be completely cleaned up on the work day following the placement of the concrete. If required, the concrete shall be protected as stated a bove. Any damage caused d uring th a cl eanup proce ss shall be the Contractor's responsibility. ' Truncated Dome Panels shall be measured and paid for separately under the "Truncated Dome Panel" item, and shall include all labor, materials, and surface preparation to supply and place the panels at pe destrian access ramps and other to cations as directed by the City Repre sentative. The type of Truncated Dome Panels to be used shall be submitted to the City Representative for approval prior to installation. The Truncated Dome Panels shall be red, pre -fabricated concrete or cast iron, and shall meet all ADA requirements. Dome panels shall be placed at the same time as the initial ramp placement. Expansion joint material shall be installed every 500' in long runs and between new structure slabs and a xisting concrete slabs, where called for and a round fire hydra nts, poles, i nlets, ' sidewalk underdrains, mid -block ramps, radius points at intersections, and other fixed objects, i.e. ends of side walk sla bs a nd cu rbs. Expan Sion join t material mu st be set vertical, full depth, and installed in accordance with the CDOT M&S Standards for Concrete Pavement Joints. The joint ' shall be edged with a suitable edging tool and sealed in accordance with CDOT Section 412.18. ' Project Specifications Page 25 of 36 REVISION OF SECTION 608 & 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, RAMPS AND CONCRETE PAVEMENT Concrete Bollards shall be constructed of steel pipe of the spe cified diameter, placed 36" deep into firm soil, and filled wi th concrete. The top of the bolla rd shall be finishe d with a smooth, domed top. The height above ground shall not exceed 54". All materials, concrete, pipe, drilling, and compaction will n of be measured o r paid for separately, but shall be in cluded in the cost of the related bollard item. Concrete washout/truck washout sh all be contained in su ch a manner that no visual evidence of cement or aggregate spoils remains on the site. In addition, direct washout to curb and gutter flow lines or inlet structures is prohibited. Washout may be accomplished by use of a designated spoils/base pile, or an i dentified off -site location. Other methods shall be submitted for approval by the City Representative. METHOD OF MEASUREMENT Removal of existing c oncrete shall be paid for separately under Section 202 "Removal of Structures and Obstructions." Joint sealing of concrete pavement will not be measured and paid for separately, but shall be considered incidental to the concrete pavement item. Additional sealing of undisturbed pavement may be required, and will be paid for under the Joint Sealing item. Expansion and Caulking will be paid for under item 608.43 Expansion and Caulking. All pedest rian acce ssramps shall b e equipp ed wi th truncated domes. The ramp item s shall include all concrete, labo r, and equi pment necessa ry to con struct the ram p, not includin g the truncated domes. Pedestrian Acc ess Ra mp shall b e measured by the squ are foot and shal I includ a the area between the back of the curb and both points of curvature, if on the radius, or the top of transition if mid -block. Pedestrian Access Ramp — Highback Curb shall be measured by the square foot. The length shall be measured from the back of the curb to t he top of the transition at the back of the ramp, and the width shall be measured at the midpoint. Apron 8" shall be paid by the square foot and when installed on a radius shall include the area from the back of the curb to the apron legs and from point of curvature to point of curvature. Alley Approach shall be measured by the square foot and shall include 4 feet behind the back of the curb and shall be measured from the lip of the gutter (if the gutter has been removed) to the back of the sidewalk and the width shall be measured at the midpoint. Dump Fees shall only be paid for concrete removals that contain welded wire fabric/steel that will not be accepted at the City's site located at 1500 Hoffman Mill Rd. Concrete washout/truck washout shall be con sidered incidental to the work and shall n of be paid for separately. See Sections 208 and 4000 for Erosion Control and Storm Water Protection. Irrigation Sleeve shall be two (2) inch diameter and paid by the lineal foot. SFF shall be measured as Square Face Foot. Erosion control mea sures used during sawcutting are considered incidental to all sawcutting operations and shall not be paid for separately. Project Specifications Page 26 of 36 L REVISION OF SECTION 608 & 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, RAMPS AND CONCRETE PAVEMENT BASIS OF PAYMENT Payment will be made under: Pay Item Unit 608.01 Driveover Curb, Gutter and 6" Sidewalk LF 608.02 Driveover Curb and Gutter, No Sidewalk LF 608.03 Vertical Curb, Gutter and 6" Sidewalk LF 608.04 Vertical Curb and Gutter - No Sidewalk LF 608.05 Out Fall Curb and Gutter LF 608.06 Hollywood Curb and Gutter — 6" Sidewalk LF 608.07 Hollywood Curb and Gutter - No Sidewalk LF 608.08 Highback Curb and Gutter - No Sidewalk LF 608.09 Barrier Curb — 6" x 18" LF 608.10 Barrier Curb — Key Way Style LF 608.11 Barrier Curb — Epoxy LF 608.12 Mountable Curb — 12" x 18" LF 608.13 Mountable Curb — Key Way Style LF 608.14 Mountable Curb — Epoxy LF 608.15 Pedestrian Access Ramp SF 608.16 Pedestrian Access Ramp, Highback SF 608.17 Truncated Dome Panel SF 608.18 Apron - 8" SF 608.19 Crosspan — 8" SF 608.20 Valley Pan — 6" SF 608.21 Flatwork - 4" SF 608.22 Flatwork - 6" SF 608.23 Replace Flatwork - 1" Additional Depth SF 608.24 Concrete Pavement - 8" (Joints Sealed) SF Project Specifications Page 27 of 36 14. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. C. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twenty-four (24) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 15. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 16. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other ,remedy at law or equity. If the non -defaulting party commences STD SA WO rev07/09 REVISION OF SECTION 608 & 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, RAMPS AND CONCRETE PAVEMENT 608.25 Alley Approach - 8" SF 608.26 Enhanced Crosswalk —10" Tile Red SF 608.27 Enhanced Crosswalk —10" San Diego Buff SF 608.28 Enhanced Crosswalk —10" Brick Red, Stamped SF 608.29 Colored Trail with Fibermesh — 5" Yosemite Brown SF 608.30 Mow Strip — 4" x 12" LF 608.31 Splashblock — 4" Exposed Aggregate SF 608.32 Splashblock — 4" San Diego Buff SF 608.33 Media Cover — 4" San Diego Buff SF 608.34 Fibermesh — Added to Any Item, Additional Charge LB/CY 608.35 24 Hour High Early Concrete Added to Any Item, Additional Charge CY 608.36 Stamp Pattern — Added to Any Item, Additional Charge SF 608.37 6" Concrete Bollard Each 608.38 8" Concrete Bollard Each 608.39 Flowable Fill CY 608.40 Non -reinforced Concrete Wall — 8" SSF 608.41 Non -reinforced Concrete Footer — 8" SF 608.42 Concrete Staining/Sealing SF 608.43 Expansion and Caulking LF 608.44 Joint Sealant (Pavement) LF 608.45 Irrigation Sleeve LF 608.46 Dump Fee TON The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Sidewalks, Curb & Gutter, Approaches, Aprons, Crosspans, Ramps, and Concrete Pavement, complete -in -place, including removal, haul and disposal, as shown on the plans, as specified in these specifications, and as directed by the City Representative. Project Specifications Page 28 of 36 REVISION OF SECTION 626 ' MOBILIZATION DESCRIPTION ' This work consists of the mobilization of personnel, equipment and supplies at the project site in preparation for work on the project in the event the total invoice, excluding traffic control, does not exceed $500. ' METHOD OF PAYMENT ' Mobilization shall b e co nsidered a subsidiary obi igation of the cont ractor and will no t be measured and paid for separately except where the total cost of the concrete repairs, excluding traffic control, does not exceed $500. BASIS OF PAYMENT Subsection 626.02 shall be revised as follows: ' Payment will be made under: Pay Item Unit 626.01 Mobilization — Invoices Under $500 Lump Sum Project Specifications Page 29 of 36 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES DESCRIPTION ' This work shall consist of furnishing, installing, moving maintaining and removing temporary traffic signs, advan ce warning arrows pa nets, barricades, chann elizing device s, a nd delin eators a s required by the late st revision of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUT CD), the City of Fort Collins "Work Area Traffic Cont rol Ha ndbook", and the Larimer County Urban Area Street Standards. CONSTRUCTION REQUIREMENTS ' Subsection 630.09 shall be revised as follows: In the eve nt of a conflict between the MUTCD criteria and the City's crite ria, the City's cri teria shall govern. When a device is not in use, the Contractor shall remove it from the project for the period it is not needed. Devices temporarily not in use shall, as a minimum, be removed from the area. Moving will include devices removed from the project and later returned to use. Payment shall be made for the maxi mum number of each type of traffic control device be ing used at one given time per day. Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists and vehicles. ' Traffic control devices shall be removed from the site immediately upon completion of the work. ' All traffic control devices placed for this project must meet or exceed the minimum standards set forth in th e MUTCD. All traffic control devices shall be clean and in good operating condition when delivered and shall be maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purp ose for whi ch they are int ended (i.e. crossed out inform ation, information written in long -hand style, etc.) a Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in u se to avoid co nfusion to m otorists traveling in the opposite direction and other potentially affected parties, such as residents affected by any information the sign may present. Traffic control through the construction areas is the responsibility of the Contractor. Subsection 630.09 shall be revised as follows: For all locations, a Traffic Control PI an sh all be p repared. T he Traffic Control Plan s shall be submitted for app roval to the T raffic Division by 8:00 a.m., two working days prior to th e commencement of work. (Note: Traff is Control Plans for work done on Monday and Tuesday shall be submitted the previous Friday by 8:00 a.m.) Full road closure plans shall be submitted no later than Friday mornings by 10:0 0 a.m. for pr ojects starting the following week. All plans shall be delivered to the Traffic Division, 626 Linden Street, Fort Collins, CO 80521. Facsimiles a of plans shall not b e all owed. No phase of th a construction shall sta rt until th e Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work, as well a s the Co ntractor's forfeitu re of payment for all work and materials at that to cation, with no adjustment in the contract time. The cost f or preparing and a submitting the traffic control pla n shall be included in the contract unit p rice for Traffic Control Supervisor. Project Specifications Page 30 of 36 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES All costs associated with Traffic Control Plan review will not be m easured or paid for separately, but shall be considered incidental to the Work. The Traffic Control Plan shall include, as a minimum, the following: (1) A detailed diagram which shows the location of all sign placements, including advance construction signs (if not previously approved) and speed limit signs; method, length and time duration for lane closures, and location of flag persons. (2) A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panel; vertical panel with light; Type I, Type II, and Type III barricades; cones; drum channeli zing devices; advance warning flashi ng or sequencing arrow panel. Certain traffic control devices may be used for more than one a operation or phase. However, all devi ces required for any part icular pha se must be detailed and tabulated for each phase. (3) Number of flaggers to be used. (4) Parking Restrictions to be in affect. Approval of the p roposed method of handling traffic is inten ded to indi cate those devi ces fo r which paym ent is to be made. Such ap proval does not reli eve the Con tractor of liability specifically assigned to him under this contract. aSubsection 630.10 shall be revised as follows: Traffic Control Manag ement shall b e performed by a Traffic Co ntrol Supervisor (TCS). Th e TCS(s) s hall poss ess a c urrent Americ an Traffic Safety Servic es A ssociation (ATSSA) certification as a Worksite Traffic Control Supervisor or Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. (Proof of certification shall be presented to the City Traffic Control Manager, and when requested by a City representative, for each T CS utilized on this project.) The TCS shall be on site at all times d uring the construction when payment is made and er the a contract unit price for Traffic Control Supervisor per day. When the TCS is being paid under the TCS per hour item, time spent on site may be modified by the Ci ty Representative, as needed, based on the size and complexity of th e project, location of wo rk, duration of t he project, traffic factors, weather, and roadway characteristics. The TCS shall be equipped with a cellular phone. The cost of this phone shall be incidental to the day or hour pay unit for TCS. The TCS's duties shall include, but not be limited to: (1) Preparing, revising and submitting Traffic Control Plans as required. (Review fees will anot be measured or paid for separately, but shall be considered incidental to the Work.) (2) Direct supervision of project flaggers. a(3) Coordinating all traffic control related operations, including those of the Sub contractors and suppliers. a Project Specifications Page 31 of 36 aREVISION OF SECTION 630 TRAFFIC CONTROL DEVICES a(4) Coordinating project activities with appropriate police and fire control agencies, Transfort, school districts and other affected agencies and parties prior to construction. Typed hand delivered no tification to all busi nesses an d re sidents at lea st 24 hou rs prior to construction. (The notification of residents and businesses may be accomplished by a representative of the TCS.) (5) Maintaining a project traffic control diary which shall become pa rt of the City's proje ct records. (6) Inspecting traffic control devices on every calendar day for the duration of the project. a (7) Insuring that traffic control devices are functioning as required. (8) Overseeing all requirements covered by the plans and specifications which contribute to the convenience, safety and orderly movement of traffic. (9) Flaggin g. (10) Setting up traffic control devices. a Notification of residents and businesses shall be the responsibility of the TCS and shall consist of distributing letters indicating the nature of the wo rk to be co mpleted, any spe cial instructions to the residents (i.e. limits o n lawn watering during concrete pouring, etc.), the d ates and times of a the work, and the parking and access restrictions that will apply, as well as thorough information placed on "NO PARKING" signs. Sample letters will be provided by the City Representative and shall b e distributed prior to the comm encement of each p hase of the work. Letters sha II be submitted with the Traffic Control Plan s for ap proval. Approve d letters shall be distri buted a minimum of 24 hours prior to the commencement of work. (Note: The time frame criterion for distributing letters is the same as for posting "NO PARKING" signs). The cost for preparing and distributing the letters shall be included in the cost for TCS. Traffic control management shall be maintained on a 24 hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be available on every working day, "on call" at all times and available upon the City Representative's request at other than normal working hours. All costs associated with "on call" service, excluding actual hours worked, shall be included in the contract unit price for Traffic Control Supervisor. a All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor. The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the MUTCD, pertaining to traffic controls for street and highway construction, available at all times. Project Specifications Page 32 of 36 aREVISION OF SECTION 630 TRAFFIC CONTROL DEVICES aMETHOD OF MEASUREMENT Subsection 630.14 shall be revised as follows: Quantities to be measured for construction traffic control devices shall be the number of units of the various sizes and descriptions listed below: Construction Traffic Signs: Size A Signs - 0.01 to 9.00 Square Feet Size B Signs - 9.01 to 16.00 Square Feet "NO PARKING" Sign with Stand will be measured and paid for separately and not included in the item for Size A Signs. "NO PARKING' Sign with Stand shall consist of a metal sign attached to a device (stand) such as a Vertical Panel or Type I Barricade. The sign material and stand shall be approved by the City Representative. The sign material and stand will not be measured and paid for separately but shall be included in the Contract Unit Price for "NO PARKING' Sign with Stand. The c ost f or "N O P ARKING" Sig n with St and shall include deli very, rental, setup, modification, maintenance, and pickup. "NO PARKING" signs must remain in place until the street is open to traffic. The "NO PARKING' signs shall be in effect for one or two days only. Traffic channelizing devices consisting of vertical panel, cones, or drum channelizing devices will be measured by the unit. Barricade warning lights shall be measured and paid for separately if approved by the City Representative. Advance Warning Flashing or Sequencing Arrow Pa nels will be measured by the unit. The number of Traffic Control Supervisors shall be approved by the City Represe ntative prior to each days work. The quantity to be measured for Traffic Control Supervisor will be the number of authorized days performed by the Traffic Co ntrol Supervisor or his approved representative. An authorized day shall be an y day, or portion of a day , authorized by the City Representative, that a construction operation would requi re a Traffi c Control Sup ervisor. "On Call" and project inspections on all other days will not be measured and paid for separately but shall be included in the work. The T CS(s) will be paid only for da ys the Cont ractor wo rks, and a s di rected by the City Representative. On weekends and other days the Contractor is not working, the TCS will not be paid. Time spent ma intaining s igns on th a weekends, ho lidays, b ad weather d ays, a nd other d ays the Contr actor doe s no t work s hall be include d in the uni t prices for the equipment. Time sp ent se tting up equipm ent, modif ying equip ment, maintainin g equipment, and picking up equipment sh all be included in the unit prices for the equipment. If the TCS i s used for an authorized day but not fo r the entire day, the TCS shall be paid at the Contract Unit Price for "Traffic Control Supervisor" at the per hour rate. If the T CS is used for an authorized day and works ten (10) hours or more in a day, the TCS shall be paid at the Contract Unit Price for "Traffic Control Supervisor" at the daily rate. The cost for setting up equipment, modifying equipment, maintaining equipment, and picking up a equipment (n of inclu ding "NO PARKING' Sign with Stand) d uring auth orized days shall be included in the Contract Unit Price for Traffic Control Supervisor. Project Specifications Page 33 of 36 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES The quantity to be measured for flagging will be the total number of hours that flagging is actually used as authorized. Hours of flagging in excess of those authorized shall be at the Contractor's expense. Flagger b reaks shall be in cluded in the Contract Unit Price for Fla gging. The metho d for covering flagger breaks shall be approved by the City Representative. Flagger stand-by time will not be paid for under the terms of this contract. ' Flagging o utside of the constructio n work ho urs will not b e p aid for under th a term s of thi s contract unless authorized in writing by the City Representative. ' In locations where traffic control is set up and the work is not performed due to Contractor caused delays, the traffic co ntrol shall not be paid for u nder the term s of this cont ract. The co sts for advance wa rning "NO P ARKING" si gns for p eriods in exce ss of 24 h ours prio r to the ' advancement of work, in cluding th ose in stances when said signs have b een changed o r otherwise updated to reflect current schedules, will not be paid for under the terms of this contract unless authorized by the City Representative in writing. In addition, the Owner shall deduct from compensation due the Contracto r $ 10.00 for ea ch traffic co ntrol device per day for said conditions, including "NO PARKING" signs and any signs which are not re moved from the site immediately upon completion of the work. The cost for Traffic Control Devices, not including "NO PARKING" Sign with Stand, shall include delivery, re ntal, and pickup. Th e cost for setting up a quipment, modifying equip ment, and maintaining equipment will be paid for under the Contract Unit Price for TCS as described above. ' The cost for "NO PARKING" Sign with Stand shall include delivery, rental, setup, modification, maintenance, and pickup. ' Payment shall be full com pensation for furnishing, a recting, maintaining, moving, removing and disposing of construction traffic control devices necessary to complete the work. All construction traffic control device s which a re not p ermanently incorporated i nto the p roject will remain the 1 property of the Contractor. The initial manufacturing will be paid for Specialty Signs per unit and the actual use paid for under the appropriate unit cost for Size A or Size B sign. This item shall apply to new signs only. Once manufactured, they may be use d thro ughout the p roject. Up on comp) etion of the wo rk, the Specialty Signs shall be returned to the Contractor. ' Flagger hand signs will not be measured and paid for separately, but shall be included in the work. The flagg ers shall b e pro vided with el ectronic communication d evices wh en requi red. T hese ' devices will not be measured and paid for separately, but shall be included in the work. The cost of b atteries, electricity and/or fuel for all lighting or warning devices will not be p aid for separately but will be considered subsidiary to the item. Sand bags will not be measured and paid for separately, but shall be included in the work. I The Co ntractor may pro vide large r construction traffic sign s than those typically used in accordance with the M UTCD, if ap proved; however, payment will be mad a for the typical p anel size. The City shall not be responsible for any losses or damage due to theft or vandalism. Project Specifications Page 34 of 36 IJ 1 1 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES BASIS OF PAYMENT Subsection 630.15 shall be revised as follows: Pay Item Unit 630.01 "NO PARKING" Sign with Stand Per Day Per Each 630.02 Vertical Panel without Light Per Day Per Each 630.03 Channelizing Barrels Per Day Per Each 630.04 Type 1/II Barricade without Light Per Day Per Each 630.05 Type III Barricade without Light Per Day Per Each 630.06 Size A Sign with Stand Per Day Per Each 630.07 Size B Sign with Stand Per Day Per Each 630.08 Size A Specialty Sign Cost of Manufacturing Each 630.09 Size B Specialty Sign Cost of Manufacturing Each 630.10 Cone with Reflective Strip Per Day Per Each 630.11 Safety Fence Per Day Per Roll 630.12 Light Per Day Per Each 630.13 Advance Warning Flashing or Sequencing Arrow Panel Per Unit Per Day 630.14 Variable Message Board Per Unit Per Day 630.15 Traffic Control Supervisor Per Day 630.16 Traffic Control Supervisor Per Hour 630.17 Flagging Per Each Per Hour Project Specifications Page 35 of 36 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS 11, NOTE: CROSS STREET TRAFFI C SHALL BE MAIN TAINED AT ALL TIMES UNLESS AUTHORI ZED BY THE CITY REPRESENTATIVE IN WRITING. 1 1 NOTE: FULL CLOSURES ON ARTERIALS AND COLLECTORS, INCLUDING THOSE LISTED ABOVE, WILL BE ALLOWED UNDER EXTREME CIRCUMSTANCES AND ONLY UPON APPROVAL OF THE CITY REPRESENTATIVE. PLANS SHALL BE APPROVED A MINIMUM OF ONE WEEK PRIOR TO THE COM MENCEMENT OF WO RK ANDIOR THE TIME REQUIRE D TO ADEQUATELY NOTIFY THE PUBLIC THROUGH THE MEDIA. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: FULL C LOSURES O N A LL RESIDE NTIAL STREETS SHALL B E ALLOWE D AS SHOWN ON THE TRAFFIC CONTROL PLANS. Project Specifications Page 36 of 36 SECTION 03000 DETAILS Straw Bale Filter D23 Gravel Filter D24, D25 Curb and Gutter 701 Curb and Gutter/Sidewalk 702 Curb, Gutter and Sidewalk Details D-6 Median (Island Curbs) 703 Standard Driveway Approach (I & II) 706 Standard Driveway Approach (III & IV) 707 Street Intersection Crosspan 708 Drainage Under Sidewalk 709 Curb Inlet 4' Opening — Vertical Curb & Gutter D-7a, 7b Curb Inlet 4' Opening — Driveover Curb & Gutter D-8a, 8b Concrete Sidewalk Culvert D-12,13 Area Inlet D-9a Modified Type 13 Inlet 13-A Catch Basin Alley Intersections 803 Standard Manhole Cover 1201 Standard Sidewalk 1601 Sidewalk Detail 1602 Access Ramp Details 1603 Detached Walk/Intersection Detail 1604 Detached Walk/Intersection Detail 1605 Pedestrian Ramp Detail 1606 Residential Local Street Access Ramps 1606 a Truncated Dome Warning for Access Ramps 1607 Median Islands and Pedestrian Refuge Area 1608 Sidewalk Widening Details 2501 Concrete Pavement Joints M-412-1 legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 17. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representative, successors and assigns of said parties. 18. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever, brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit "C", consisting of one (1) page[s], attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580, Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the city. STD SA WO rev07/09 General Notes: 1. Wedge loose straw between the staked bales. 2. Inspect and repair filters after each storm event. Remove sediment when one half of the filter depth has been filled. Removed sediment shall be deposited in an area tributary to a sediment basin or other filtering measure: 3. Sediment shall be removed immediately from traveled way of roads. F I GURE 6.2 AREA INLET FILTER STRAW BALES CITY OF;FORT COLLINS, COLORADO STORMWATER UTILITY APPROVED BY: DATE: REVISIONS: D-23 M Overflow ---� Runoff Fhareci Weser SECTION A -A General Notes: 1, Inspect and repair filters after each storm event. Remove sediment when one half of the filter depth has been filled. Removed sediment shall be deposited in an area tributary to a sediment basin or other Mitering measures. 2. Sediment and gravel shall be immediately removed from traveled way of roads. FIGURE 6.3 AREA INLET FILTER GRAVEL CITY OF FORT COLLINS, COLORADO STORMWATER UTILITY APPROVED BY: DATE: r EViSIONS[ D-24 lr�r:�:3i IVpT�S: 1. Inspect and repair filters after each storm event. Remove: sediment when one half of the filter depth has been filled. Removed sediment shall be de- posited in an area tributary to a sedi- _h f•I ' CURB INLET FILTER GRAVEL. CITY OFFORT COLLINS, COLORADO STORMWATER UTILITY ment basin or of er i tering measure. A?FFOVE-D BY: I 2. Sediment and gravel shall be immediately !✓ATE:. removed from traveled way of roads. RCEVISICONS. 1 D-2 5 FTGtiRE 6.4 2'-6" 6" 1 1 /2"R. N 2"R I ' G Gutter edge may be __� ° '.• N tapered or battered. (Typical for all Curb & co & Gutter Types) a° • . . • ' ; (O VERTICAL 30" 12" 4.5" 21.75" 3.75" 2" R b.5"' 3.63" a b g1 a• a °•• • � ° .. d. ROLL-OVER (LOVELAND) r- CURB AND GUTTER LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 03/01/02 701 Y Q U LL o w i E E 0) U)nn U) r CV C Q) 0Lu Q O I- . wo Y U) L\L a W _ n U ' a) Q 1 0 .'b LU i. Cc ':. U \�J T- O LL / / / T co / 119 G r 110/Ci � 118/G c 0 ro U W E J L cc�I O U a' Wa V 06 cc ' ~id .�•'. d. U 1 r- CURB AND GUTTER/SIDEWALK LARIMER COUNTY CONSTRUCTION REVISION NO: 1 :70WING URBAN AREA DRAWINGS STREET STANDARDS DATE: 03/01/02 2 co LIMITS of C & G .. N LL v n L` z 14 IN.17 IN. 3 FT. 9 IN. zM (1.17 FT.) I \ (1.42 FT.) (3.75 FT.) M \ M Zon I o �v M 1 1/2 IN. I FLOW D ° 4IN. LINE b. ° 6 IN. ° 6 IN. \ ^ _ M I� (t 5 IFT.) (1 5IFT.)�` DRIVE —OVER CURB, GUTTER AND SIDEWALK 2 FT 6 IN. WHERE WALK ADJOINS A CURB, IT SHALL BE 6 IN. CONSTRUCTED 1/4 INCH ABOVE THE CURB. 4 1/2' IN. SLOPE SIDEWALK TO CURB — 1 1/2 IN. 1/4 IN. TO 1/2 IN. PER FT. 2 I. i 1/2 IN. R 4 IN. D D 2 IN. R D 6 IN. z s4 FT. MIN. 12 IN. � ° 2 a `� VERTICAL 6 IN. CURB, GUTTER AND SIDEWALK EDGED SURFACE 1/8 IN. R. 3/4 IN. MIN. 4.43 FT. 1.18 FT. .58 FT. 2.67 FT. y a. .09 FT. .11 FT. 'D ' .30 FT a n° a a n a D 4 IN. D P . DUMMY JOINT FOR WALKS a a 6 IN, ° COMBINATION CURB, GUTTER AND SIDEWALK "HOLLYWOOD" (OBSOLETE — FOR REPLACEMENT ONLY) CURB, GUTTER AND SIDEWALK DETAILS CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL DATE: 11/13/00 UTILITIES CONSTRUCTION DETAILS r D _ V DRAWN BY: NBJ City or Port Collins 1 '-6" 11A 1 /8" TO 1 /4"R. 1-1/2" 4-1 /2" 1 1/2"R. 1-1/2"TO A.. 2" R.FD 4 ' N "O r A A•' a e OUT FALL CURB & GUTTER (FORT COLLINS ONLY) 1 /2" 1/2"R. a'. All 1 /8" TO 1 /4"R. e A 7C '•r a611 � d A d qq 1 "± 1 /4" r' e a 1 "± 1 /4" 1E � A C ...O ASPHALT OR 3 1/2" 3" 6" w/concrete pavement CONCRETE PAVEMENT 8" w/asphalt BARRIER CURB (KEY WAY OR EPDX)) MOUNTABLE CURB (KEY WAY OR EPDXY) (SECTION B) (SECTION M) 6" 6" 6" ��---q 1 1 /4" 8" BARRIER CURB 6" MOUNTABLE CURB (CDOT TYPE 2 SECTION B M-609-1 CURB W/8" REVEAL) Notes: a.) Bottom of curb shall be poured to a depth no less than on the compacted subgrade of the pavement. b.) Raised center medians shall be 8" barrier curb or 8" epoxy curb only. MEDIAN (ISLAND CURBS) LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 703 „e t" \,Nay `o X = Curb Transition Length Y = Parkway Width in Type I Approach W = Driveway Width (See Drawing 707) t = Concrete Thickness - minimum 6" Type I = With Detached Sidewalk Type II = With Attached Sidewalk 'er to Chapter 25 for minimum removal dimensions. PERSPECTIVE W = Width Ramp if necessary Q Right of Way line ' ` �B Detached 1:12 00 Sidewalk max N N Attached 6"f* [j:1_12maxx Sidewalk 1:1_ 2max cv Back of curb o TYPE I x=2' min. '---I A L--B Driveway Width Varies x=6'-a' I TYPE II 3 EXPANSION T tL r• 12 (max. m JOINT . 1 24 O t WALK �6 ,1 J SECTION B-B NOTE: Q N.T.S. o a WALK Y x^• �.. cv b. "• °' 1. Concrete driveway must be `.. provided to the property line. p 1:48 SLOPE • ao 1/4" PER FT. 1:1 Expansion joint if drive WALK SECTION A -A 2-1 continues as concrete t N.T.S. r- STANDARD DRIVEWAY APPROACH (TYPES I & II) LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGSSTREET STANDARDS DATE: 04/01/07 706 O c 0 M o ai aZ v >; a L c0 Y 'o CD (U O O N �a N ` m o a c .. (n a) U Z Y - >_ N a� o roCp ° a —1 �_ 0 a) Z Q N o o m c m �. > 0 v 0. >, O� C X O m � (p r W ^^ LL W = Q H- o T� a U m t U W �soo° o ~ c > m o 3 c > •� `" •O O • a E av Q 0 E� o> (D ter. 0j y X m C L Z j L m E m= > Z I ai II rrYY11 °, io M o zm �� W • )E L 0 F _ r ('UIW) �9 � O QO 8V'F CJ I W ^^`` .W = c6 O a) () , �• 1� a) x I �. mi co r W N azi Z° O DZ — _ dS a) E �— co � Qa gaw�q Qg aAa (n aS E Q U m V E cl)z r G J ,• CV v � 2 0 c) yv O a �. s O C> = U a� Y LL I LL I ( o ai n a) VL a)� co d a_}' L O �� a � rT- U Y QO Q N } a ri � U Q) a) �a o� f— Oc[ ..` ;a , < Qa)== a)Q a) � 0Y� (if W Q m, �v _'D�-c_v �UU W O a) i (OQ(DOQQ� Z r c C tD CO N M M M � N N �3 N J � aw = o 0 a r � a Q E E u P W � m g w � � o STANDARD DRIVEWAY APPROACH (HIGH VOLUME DRIVE TYPES III & IV) L MER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING RBAN AREA DRAWINGS ET STANDARDS DATE: 04/01/07 707 d U -� ' Q II II Oo0\ Q=Q Q NZcW3Q r- STREET INTERSECTION CROSSPAN LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING RAN AREA DRAWINGSU STREET STANDARDS DATE: 04/01/07 70$ IJ 19. Entire Agreement: This Agreement, along with all Exhibits and other documents ' incorporated herein, shall constitute the entire Agreement of the parties. Covenants or ' representations not contained in this Agreement shall not be binding on the parties. 20. Law/Severability. This Agreement shall be governed in all respect by the laws of the State of Colorado. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction such holding shall not invalidate or render unenforceable any other provision of this Agreement. ' 21. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: ' 1. Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and ' 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th ' Congress, as amended, administered by the United States Department of Homeland Security (the "e-Verify Program") or the Department Program (the "Department Program"), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment ' eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. ' C. Service Provider is prohibited from using the e-Verify Program or Department ' Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. STD SA WO rev07/09 0 16 .L1 _j Notes: I I +k f + T0318" -2 2 X (Varies, See Plans Xmax=2.0) 1114'. d (Varies See Plans) SECTION B-B :3 0 E Cn 5/81' Rolled Steel Tread Plate (diamond pattern) Dimension Variable C Retaining Screws at B 4'-0" or as Directed Detached Sidewalk . _­g - - -- p - - vanes. L = 1 1/4" x 1 1/4" x 1/4' 2. Chase and cover plate run from Right of Way line to flow line unless approved by the Engineer. With curb walk, cover plate extends from property line to top of walk face. 0 3" #4 Bar Welded at 12" on center, Nelson Standard Anchor SECTION C-C or equivalent. (typical both sides) 5/8" Rolled Steel Tread Plate 1/2" x 1" Flat Head Mach. Screw Brass or Electro-gab. finish 12" on center (typical both sides) —Angle iron to be drilled and threaded to receive screw. —Concrete to be drilled to allow screw to extend into the concrete (typical both sides). �0 COMBINATION CURB', 'GUTTER, AND SIDEWALK A­ 6" VERTICAL CURB, GUTTER, AND SIDEWALK SECTION A -A (2 VIEWS) r- STANDARD DETAILS FOR DRAINAGE UNDER SIDEWALK LARIMER COUNTY CONSTRUCTION REVISION NO: I DRAWING URBAN AREA DRAWINGS )9 URB AN STANDARDS DATE: 04/01/07 709 A 6 IN. STEEL DECK RING WITH IN. 24 HEAVY DENVER COVER BY MACLEAR OR APPROVED EQUAL. 3 FT. 5 FT. 6 IN. 6 IN. 3 FT.-6 IN. SEE CURB FACE - CURB OF ASSEMBLY DETAIL B uB MANHOLE RUNGS-12 IN. O.C. 1 6 IN. I A --w-j PLAN VIEW 8 8.5 FLUSH NTS WITH CURB FACE BAR 18 1 1/2 IN. R 18 IN. LONG j 1/4 IN. -I IN. LEG 2 IN. 2 IN. 44 6 IN. 6 IN. MA MIN. Y ° _ 2-1 #5 BAR 1 1/2 IN. PIPE SPACER AND 1 1/4 IN. LOCK NUT 4 10 IN. EMBEDMENT °• �v 1 1/4 IN. DIA. X 24 IN. GALV STEEL ROD - THREADED 3 1/2 IN. AT TOP. 1/4 IN. 3 IN. X 3 IN. X 3/8 IN. PLATE 2 FT, 6 J 4 FT.- 6 IN. 1% SLOPE FOR DRAINAGE SECTI❑N A -A 3 FT.-6 IN. 4 FT. 3 FT.-6 II WARPED DEPRESSED GUTTER WARPED GUTTER GUTTER NORMAL FLOW LINE TOP OF GUTTER ALTERED o z W i a a FLOW LINE u z y a 6 IN. `, 6 IN. ,tea i H� 1% SLOPE FOR a Z DRAINAGE °;r :K SECTION B-B .-I EXTEND CHANNEL 6 IN. OUTSIDE CURB FACE ASSEMBLY DETAIL WALL�ETIDGE OF WALL GENERAL NOTES 1. SEE D-7B FOR REINFORCEMENT. 5. TOP SLAB OF INLET SHALL BE SLOPE TO 3 IN. 2. FLOOR OF INLET SHALL BE SHAPED WITH MATCH SIDEWALK. SEE D-6. RAD.�l IN. ADDITION CONCRETE TO FORM INVERT 6. EXPOSED STEEL SHALL BE GALVANIZED IN / TO PIPE CONNECTIONS. ACCORDANCE WITH AASHTO M-I11. 3. MANHOLE RUNGS SHALL BE REQUIRED FOR INLET HEIGHT 4 FT. AND GREATER. DETAIL o A ' 4. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT. ON EITHER SIDE OF INLET. CURB INLET-4 FT. OPENING FOR VERT. CURB & GUTTER APPROVED: DETAIL CITY OF FORT COLLINS STORM WATER UTILITIES CONSTRUCTION DETAILS DATE: 11/19/02 7A at, of Fort CoDme DRAWN BY: NBJ 6 IN. 4 FT. 6 IN, LB A � 401 , 8 IN. O.C. --] ,601 / 501 \ , 1 BACK OF CURB� f.,, a• - �Q�0-1- IPA ■ �NMI ""—FLOW LINE N. DIA. HOLE IN CENTER - 408-J 3 FT. 5 FT. 3 FT. 11 FT. A-..W-i PLAN VIEW NTS TABLE 1 BAR LIST FOR CURB INLET MARK DN. SPACINGTYPE REQ'D LENGHT 401 8 IN. II 4 3 FT. 10 IN. 402 12 IN. III 7 FT. 10 IN. 403 12 IN. IV 6 7 FT, 4 IN. 404 1/2 IN. 12 IN. II 14 NE 405 12 IN. Il x 3 FT, 2 IN. 406 12 IN. II 4 407 2 9 FT. 0 IN. 408 12 IN. VII 4 3 FT. 4 IN. 501 5/8 IN.1 9 IN. II 2 9 FT. 0 IN. 502 5/8 IN. 9 IN. II 1 4 FT. 8 IN. 503 5/8 IN. 9 IN. II 1 9 FT. 0 IN. 504 5/8 IN. 6 IN. VIII 2 4 FT. 8 IN. 601 3/4 IN. — — 1 8 FT. 10 IN. 8 C 8.5 — — — 1 5 FT. 0 IN. ANCHOR 1/2 IN. 24 IN. — 2 1 1 FT. 6 IN. I , TYP STR I ' TYP u 54 IN. � TYPE IV 8 IN. ■VARIBLE vITH HIGHT, REFER TO TABLE 2. cm BENTTYPE VII jl� mTYPE VIII IN. Lip 12 IN. LAP BAR BENDING DIAGRAM GENERAL NOTES: (DIMENSION ARE OUT TO OUT OF BAR) 1. QUANTITIES INCLUD VOLUMES OCCUPIED BY PIPES. STRUCTURAL STEEL REINFORCEMENT AROUND PIPES ARE NOT INCLUDED. 2. KEY JOINTS WHERE WALLS CONNECT TO TOP SLAB AND BASE. 3. REINFORCEMENT IN WALLS AND BASE SHALL BE 3 IN. FROM THE SIDES EXPOSED TO EARTH. REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR. 2 FT. A t7T - f- 7N SECTI❑N A -A NTS SECTION B-B NTS TABLE 2 ff11AA1TTTCC WADMI CC VTTLI LIC7f.L1T H LENGHT C.Y. LB. 402 405 404 406 CONC. STEEL 3 FT. 6 IN 10 6 3 FT. 2 IN.2 FT. I IN. 10 6 4 FT. 0 IN. 12 8 3 FT. 8 IN 2 FT. 7 IN. 12 8 4 FT. 6 IN 12 8 4 FT. 2 IN 3 FT. 1 IN. 12 8 5 FT. 0 IN 14 10 4 FT. 8 IN 3 FT. 7 IN. 14 t0 5 FT. 6 IN 14 10 5 FT. 2 IN 4 FT. 1 IN. 14 10 6 FT. 0 IN.1 16 12 5 FT. 8 IN. 4 FT. 7 IN. 16 12 6 FT. 6 IN. 16 12 6 FT. 2 IN. 5 FT. 1 IN. 16 12 7 FT. 0 IN. 18 14 6 FT. 8 IN. 5 FT. 7 IN. 18 14 7 FT. 6 IN. 18 14 7 FT, 2 IN. 6 FT. I IN. 18 14 8 FT, 6 IN. 20 16 7 FT. 8 IN. 6 FT. 7 IN. 20 16 8 FT. 6 IN 20 16 8 FT. 2 IN.7 FT, I IN. 20 16 9 FT, 0 IN. 22 18 8 FT. 8 IN. 7 FT. 7 IN. 22 18 9 FT. 6 IN 22 22 9 FT. 2 IN, 8 FT. 1 IN. 22 22 10 FT. 0 14 24 1 24 19 FT. 8 IN. 8 FT. 7 IN. 24 24 CURB INLET-4 FT. OPENING FOR VERT. CURB & GUTTER (REINFORCEMENT) CITY OF FORT COLLINS STORM WATER APPROVED: DETAIL UTILITIES CONSTRUCTION DETAILS DATE: 11/21/02 7B (tits of Fort CoBioB DRAWN BY: NBJ r A 6 IN. STEEL DECK RING WITH 24 IN. HEAVY DENVER COVER BY MACLEAR OR APPROVED EQUAL. 3 FT. 5 FT. 2 FT. 6 IN. 6 IN. .1 6 IN. THICK I T SIDEWALL (TYP. M BOTH SIDES) SEE CURB FACE — �` I I CURH OF ASSEMBLY DETAIL M 6 IN. B 6 IN. MANHOLE B RUNGS-12 IN. O.C. / SEE DETAIL 'A' \ — WARPED CURB & 4 FT, OPENING LOW LINE 14 IN. GUTTER (TYP. BOTH SIDES) �I 11 FT. i A PLAN VIEW B E8.5 FLUSH NTS WITH CURB FACE 18 BAR 3 FT.IN. 1 1/2 IN. R 18 IN. LONG WARPED I/4 IN. 1 IN. LEG GUTTER 2 IN. NORMAL FLOW LINE- 6 I2 IN, 44 N. MA6 IN. X/MIN. �` l2d A5 BAR m � ��' v •., 1 1/2 IN. PIPE SPACER o a > AND 1 1/4 IN. LOCK NUT J S B y r W S 2 .R I 3: Zi 6 a �. ¢ 4 fK > _ o oy i ho Z 4. N •y-• 1 1/4 IN. DIA. X 24 IN. GALV. W STEEL ROD- THREADED nr z r 3 1/2 IN. AT TOP. 1/4 IN. 10 IN. EMBEDMENT 6 IN. ' c 3 IN. X 3 IN. X 3/8 IN. ro' PLATE 4 FT.- 6 IN. 6 IN. 1Y.* SLOPE FOR DRAINAGE 6 IN. ?• SECTION A -A TOP OF GUTTER IN. SECTION B-B FT.-6 IN. WARPED GUTTER `-ALTERED FLOW LINE 6 IN. FOR CURB FACE ASSEMBLY DETAIL -' 6 IN EDGEW' ALL WALL GENERAL NOTES SS 2. FLOOR OF INLETESHALLC BE SHAPED WITH 5. MATCH SIDEWALK ESEEHDII� BE SLOPE T❑ 3 IN. RADA I IN. TOD PION CONCRETE TO FORM INVERT 6. EXPOSED STEEL SHALL BE GALVANIZED IN / IPE CONNECTIONS. ACCORDANCE WITH AASHTO M-111, 3. MANHOLE RUNGS SHALL BE REQUIRED FOR INLET HEIGHT 4 FT. AND GREATER. DETAIL r A r 4. SIDEWALK SHALL HE 6 IN. THICK FOR 3 FT. ON EITHER SIDE OF INLET. CURB INLET-4 FT. OPENING DRIVE -OVER CURB & GUTTER CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL DATE: 11/21/02 UTILITIES CONSTRUCTION DETAILS D 8A Oily of Fort Collins DRAWN BY: NBJ A 409 so, , FT. S IN. O.C.—.-I 601 6 IN. — — — r5WO 9 IN. O.C. Z_ F M BI d. 6 IN. O.C. 12 IN.12 IN. W M 03 BACK OF CURB O 17 IN. I 14 FT. 8 E8.5 WITH 1 1/2 IN. DIA \,407 OW LINE HOLE IN CENTER T 412 3 FT. 5 FT. 3 FT. 11 FT. A ­J PLAN VIEW NTS TABLE 1 BAR UST FOR CURB INLET MARK DIA. O.C. TYPE NO. LENGHT IN. SPACING RE9'D 402 8 IN. - 'II- 4 3 FT. 10 IN. 404 12 IN. III ■. 7 FT. 10 IN. 406 12 IN. IV 6 7 FT 4 IN. 407 1/2 IN 12 IN. II 14 ■ 409 12 IN. II ■ 3 FT. 2 IN 410 12 IN. II 4 NE411 12 IN. II 2 9 FT. 0 IN. 412 12 IN. VII 4 3 FT. 4 IN. 501 5/8 IN. 9 IN. II 2 9 FT. 0 IN. 502 5/8 IN. 9 IN. II 1 4 FT. 8 IN. 503 5/8 IN. 9 IN. II 1 9 FT. 0 IN. 504 5/8 IN. 6 IN. VIII 2 4 FT. 8 IN. 601 3/4 IN. - - 1 8 FT. 10 IN. 8 [8.5 - - 1 5 FT. 0 IN. ANCHOR 1/2 IN. 24 IN. - 2 1 FT. 6 IN. LENGHT TYPE II Straight TYPE III W"20 IN. •U" TYPE IV 1H20 IN. U. IT- 42 IN 9 IN TYPE VII ■ VARIBLE VITH HEIGHT, REFER TO TABLE 2 7u;I IN Bent TYPE VIII 30 IN. Loop 12 IN. LAP BAR BENDING DIAGRAM GENERAL NOTES: (DIMENSIONS ARE OUT TO OUT OF BAR) 1. QUANTITIES INCLUDE VOLUMES OCCUPIED BY PIPES. STRUCTURAL STEEL AND REINFORCEMENT AROUND PIPES ARE NOT INCLUDED. 2. KEY JOINTS WHERE WALLS CONNECT TO TOP SLAB AND BASE. 3. REINFORCEMENT IN WALLS AND BASE SHALL BE 3 IN. FROM THE SIDES EXPOSED TO EARTH. REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR. 9 FT A FT — R IN SECTION A —A SECTION B—B TABLE 2 QUANTITIES VARIABLE WITH HEIGHT H NO. REQ'D LENGHT C.Y L9 402 405 404 406 CONC. STEEL 3 FT. 6 IN. 10 6 3 FT. 2 IN. 2 FT. 1 IN. 2.5 210 4 FT. 0 IN. 12 8 3 FT. 8 IN. 2 FT. 7 IN. 2.6 230 4 FT. 6 IN. 12 8 4 FT. 2 IN. 3 FT. 1 IN. 28 236 5 FT. 0 N. 14 10 4 FT. 8 N. 3 FT. 7 N. 2.9 236 5 FT. 6 IN. 14 10 5 FT. 2 IN. 4 FT. 1 IN. 3.1 262 6 FT, 0 N. t8 12 5 FT. 8 N. 4 FT. 7 IN. 3.2 282 6 FT. 6 16 12 6 FT. 2 N. 5 FT. 1 IN. 3.4 288 ;W 7 FT. 0 IN. 18 / 4 I 6 FT. 8 N. 5 FT. 7 IN. 3.5 306 7 FT. 6 IN. 18 14 7 FT. 2 IN. 6 FT. 1 IN. .7 314 a 8 FT. 6 IN. 20 16 8 FT. 2 IN. 7 FT, 1 IN. 4.0 340 9 FT. 0 IN. 22 18 8 FT. 8 IN. 7 FT. 7 IN. 4.1 360 9 FT. 6 IN. 22 18 9 FT. 2 IN. 8 FT. 1 IN. 4.3 366 10 FT. 0 IN. 24 20 19 FT. 8 IN. 8 FT. 7 IN. 4.4 386 CURB INLET-4 FT. OPNG. FOR DRIVE —OVER CURB & GUTTER (REINFORCEMENT) CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL UTILITIES CONSTRUCTION DETAILS DATE: 11/25/02 8B City oI Port Collura DRAWN BY: NBJ A-7 FT.^_ 6 IN. 1 T. C 9 IN. L 6 IN. THICK SIDEWALK (TYP.) 4 FT. 6 IN EXTEND WALK 1 FT. BEYOND NORMAL HACK OF WALK. 6#4 BARS AT 11 IN. D.C. 5 #5 BARS AT 9 IN. O.C. B 6 IN L_4 r 2 FT. L12 1 FT. I I '� 2 #5 BARS AT 6 IN. D.C. B I JI} CTYP.) / BACK OF CURB SEE DETAIL 'A' 11 IN. FLOWLINE #4 BARS AT IN. O,C. WARPED CURB & GUTTER (TYP.) 8E 8.5 FLUSH NTH CURB FACE 1 1/2 IN. R /�4 BAR / 1$ IN. LONG /4 I IN. LEG 2 IN. 2 IN. 4.1 a 6 IN 1 1 /2 IN. PIPE SPACER A1 1/4 IN. LOCK NUT N6 8 IN. <' ' T 1 1/4 IN. DIA. X 24 IN. GALV. 3 IN. STEEL ROD — THREADED 3 1/2 IN. AT TOP. a a. . IN. 4 IN. 3 IN. X 3 IN. X 3/8 IN. PLATE 6 IN. T 8E8.5 1MTH 1 1/2 IN. DIA. HOLE IN CENTER — EXTEND CHANNEL TO OUTSIDE El Ut I AIL A SEE wDETAIL B• #4 BARS • < 6 IN. #5 BARS 8 1/2 IN. 1% SLOPE _L 6 IN. BARS #4 BARS-12 IN. O.0 BOTHWAYS SECTION A -A WARPED GUT�TOP IF CURBDEPRESSED GUTTER 2 INJ WARPED GUTTER NORMAL LTERED FLOW LINE FLOW LINE `a SECTION B-B (REINFORCEMENT NOT SHOWN) 11 FT 0 IN 6 IN. DETAIL "B" I FT. GENERAL NOTES: �_ # 4 BARS 5 BARS 1. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT. ON 6 IN. a •ti i e" EITHER SIDE OF CULVERT. �— ADD 1`# 4 BARS ADD 1 # 4 BARS 2. TOP SLAB OF CULVERT SHALL BE SLOPE TO 14 1/2 IN. MATCH SIDEWALK. SEE D-6. 3. EXPOSED STEEL SHALL BE GALVANIZED IN ACCORDANCE WITH AASHT❑ M-111, 4. KEY J❑INTS WHERE WALLS CONNECT TO TOP SLAB AND BASE. #p a BARS-t2 IN. O.C. BOTHWAYS 5. REINFORCEMENT IN WALLS AND BASE SHALL BE 3 IN. FROM THE SIDE EXPOSED TO EARTH. SECTION C — C REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR. CONCRETE SIDEWALK CULVERT FOR VERT. CURB, GUTTER AND SIDEWALK APPROVED. DETAIL CITY OF FORT COLLINS STORMWATER UTILITIES CONSTRUCTION DETAILS DATE: 12/19/00 D 12 C1t� of Port Collins DRAWN BY: NBJ 3 FT I FT. C 1 9 IN. 6 IN. THICK 1 SIDEWALK (TYP.) 4 FT. 6 IN- B L ' 1 FT. 17 IN. 11 IN. i 14 IN #q AM A . 1 12 IN• O.C. A� EXTEND WALK 1 FT, BEYOND NORMAL BACK OF WALK.___._..._,\ -6 IN. -6#4 BARS AT 11 IN. O.C. A--J C 5 #5 BARS AT 9 IN. O.C. C J 8C8.5 WITH 1 1/2 IN. DIA. HOLE IN CENTER - EXTEND CHANNEL TO OUTSIDE EDGE OF WALL. 2 #5 BARS AT 6 IN. O.C. B �BACSK OF CURB E DETAIL 'A' 8C 8.5 FLUSH WITH CURB FACE i/ -1 1/2 IN. #4 BAR R /18 •• IN. LONG 1�4 IN.-1 IN. LEG i ...........__......--- .....__....._.._...... 2 IN.' 6 IN. 6 IN. 2:1.. # 5 BAR Y 1 1/2 IN. PIPE SPACER AN DD 1 1/4 IN. LOCK NUT ` 8 IN.., =' f 1 1 1/4 IN. DIA. X 24 IN. GALV 1 IN STEEL ROD - THREADED 3 1/2 IN. AT TOP. q 3,1 N. n a IN. cr -; 3 IN. X 3 IN. X 3/8 IN., PLATE j r IN FLOWLINE 6 IN. WALL 8^IN. 1 t � 2 FT. 0 IN. 5..FT: 6 IN. SEE DETAIL ^g" _-..... #4 BARS r 6 IN. ..__........------- --� 6 IN. #5 BARS 8 1/2 IN. i 1 % SLOPE ........_._._. 6 IN. A#4 BARS #4 BARS-12 IN. O.C. -" BOTHWAYS SECTION A -A 3 FT 6 IN. y 4 FT...0 IN. _y 3.._FT. 6.IN. .................. WARPED GUTTER DEPRESSED GUTTER WARPED GUTTER TOP OF CURB NORMAL' s;� i;,_......; �'� ALTERED FLOW LINE FLOW LINE SECTION B—B 1 FT. (REINFORCEMENT NOT SHOWN) 11 FT. 0 IN. .... .............. _.... _...... ---.... ........ .._...... __................................................. _._._.... _. GENERAL NOTES, _. ,# 4 BARS # 5 BARS 1. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT. ON 6 IN. _ rt EITHER SIDE OF CULVERT. 2. TOP SLAB OF CULVERT SHALL BE SLOPE TO + ADD 1 # 4 BARS - 14 1/2 IN. --ADD i # 4 BARS MATCH SIDEWALK. SEE D-6, 3. EXPOSED STEEL SHALL BE GALVANIZED IN _i_._.__.._.__.....__...._.._.._.... ACCORDANCE WITH AASHTO M-111. -- 4. KEY J❑INTS WHERE WALLS CONNECT TO TOP SLAB AND BASE. �{ 4 BARS-12 IN. O.C. gOTHWAYS 5. REINF❑RCEMENT IN WALLS AND BASE SHALL BE 3 IN. FROM THE SIDE EXPOSED TO EARTH. SECTION C—C REINF❑RCEMENT IN TOP SLAB SHALL BE 1 112 IN CLEAR. CONCRETE CULVERT FOR DRIVE -OVER CURB, GUTTER AND WALK APPROVED: DETAIL CITY OF FORT COLLINS STORMWATER UTILITIES CONSTRUCTION DETAILS DATE: 12/20/00 D-13 alr i Uat of DRAWN BY: NBJ F0 A 28 1 /4 IN -NO. 12 GRATE AND FRAME BY MOCLEAR OR APPROVED EQUAL. 35 3/4 IN. 6 IN. 23 3/4 IN. 6 IN. TYPICAL WALLS AND FLOOR SECTION A —A GENERAL NOTES: 1. AREA INLETS MAY BE USED FOR DRAINAGEWAY OTHER THAN STREETS. (EXAMPLE, PARKING LOTS, MEDIANDS, SUMP BASINS) SECTION B—B IN. CIR. O.F. IN. CIR LF. M ® 12 IN. ® 12 IN. CTRS. AREA INLET CITY OF FORT COLLINS STORM WATER APPROVED: DETAIL UTILITIES CONSTRUCTION DETAILS DATE: 12/8/00 D 9 A LYty of Port Collins DRAWN BY: NBJ 10 6" - 23 1/4-- - 22 3/8' - 9" 1 11/16- TYP TO 12 1/2' 1 3/4TYP 20 1/2-- 38 1 2- NOTE: 1. TOTAL OPEN AREA IS 336 SQUARE INCHES. I 24" TRANS. GROUT J'-J" RAIL — EMBED EQUAL LENGTH IN BOTH WALLS 0 m NO FLANGE 6 " 7Z 5" #4 0 12 Oc VARIES " 5EC PLANS 5-1 SEE NOTE 5 NOTES.• 5. 1, ALL rM FS MUn SMALL RE CaV5MVCFW WIN AN ADJUSURE CURB BOX. A RrOMW M"f AM 7r MW AAV gVNDRrg.5OZA r PARTIAL FRAME SIMILANUMIZAN 0 r R M ;11;ACMTUMVMUSr fir APMVED SY THE EWNM PRIOR TO VW. A &YMW WWOMW NW SWWAIX SEMON A AMVIAV Or 12' *WM AV SMEWALK IS M W PLACER DrMVO RVAFMW INTO BACK WALL OF XU7 00" CURB MM& 4. ALL Wr SO= MALL fir CAST AV PLACE CONCRETE UKUW OIMWZW ALA OW.0 BY IAV DVOMM. 8$p l MW a4ff AM M AV VVCM AWIMUM SftlW LDWTH -1,9* 8" Jo 8-1 STANDARD NUMBER Typ e 13 — A I LIN"-,7IINr r-mll\iu ur r-/Am I Ivir IN I I REIAEWED: 3 • 1;2"O I l't 1�2"� 112'rrbar anchors rc t a r A e.12"O C 1-7;'xrrhar 112* p, �L 2112' x 2 112"x �P/16"x 32" Debar _..� 4 4 ---Warp insidt nautter gqrade Curb , — (— 1- �_ _'� 11• 24" each side of inTrt to rTiret — grade of inlet — Normal qutter 2- cWr,0 I I CNorrnal ;•' ,' ,. _- _- M_ _..._ grade a outside back of Fra _ r 1/2" me I 3edge. walk. Gutter I Standard curb I' in a I" line ri in 2-1/2"0 rcbar•5 23 F. 3-11112, 0 I I �• 6.I Ic 3 -1/ 2" 0 rebars 6. A 12• oc. PLAN VIEW :::�slope 1•per ft. to outletnt I N_ hN 1/4" steel angle 3-112r0 retnrs (welded corners) 12"0.C. Tab SECT12N A -A I NOTE: A 12'transition, centered on the C.B., 2 112' Tab 1 snail be constructed - -... -- 28' --ssll All reinforcing steel s,411 --FRAME be Grade 40C�-7 �i I S E_J N CATCH BASIN DETAILS 000� (DRIVE -OVER CURB, GUTTER 8, SIDEWALK) ITY OF FORT COLLINS COLORADO Ma1100. l �12 rat, by clrar or apro•✓ed equal. E NG I N E E R I NG DI V I C,1 QN -�-�•- G RAT E [A PPOVE n Ls. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department") made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. STD SA WO rev07/09 Alley Concrete Border R.O.W. (TYP.) Drive -Over or Vertical Curb & Gutter E 10'X10' 10'X1 a SIGHT Construction Joint SIGHT Curb A�— AREA AREA 0" Curb Walk 1�a o ( 8" minimum thick og 112 Walk in r concrete — — g 0" Curb a'- — — X 6" Curb Truncated Dome --- Parkway Parkway Vertical Warning Detection 6" Curb � 6" Curb STREET Truncated Dome Warning Detection ALLEY W/ SIDE DRAINAGE Drainage May Cross the Walk Up to a Maximum of 0.5 cfs for the Design 2 Year Storm. Alley IFL� i Concrete Alley Drainage Inlet or Other Drainage Collection R.O.W. System shall be designed (TYP,) for 2 year storm minimum. / 10'X10' \ 10'X10' SIGHT / / ` SIGHT / / \ AREA AREA 1:24 ;° o `L 8" minimum thick � gt 1.24 Walk �' >; � cn concrete � °p �`— Walk 0" Curb 6i " Curb 2 Parkway Parkway 7K: 6" Curb � 6° Curb Truncated Dome See Tables 8-1 & Warning Detection 8-2 For Radii STREET Requirements ALLEY W/ CENTER DRAINAGE Drainage May Not Cross the Walk Unless The Water is Sheet Flow and does not interfere with pedestrian use of walk. ALLEY INTERSECTIONS LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 803 i 1 1 1 1 1 1 1 1 1 1 1 1 Depress ring 1 /4" to 5/8" below adjacent finished street grade Cover Final asphalt lift, overlay or grade adjustment Existing base course Support with Steel Shims and pack with High Strength Grout Slope up to match finished pavement NOTE: 1. Grout shall be a mixture of 100 Ibs Grout mix, 26 Ibs water (3.12 Gal), and 100 Ibs of sand conforming to ASTM C-35. 2. Manholes shall not be located in crosspans, gutters, or wheel path. 3. Shim and grout to make ring and cover flush with the finished pavement surface. Straight cut around ring Concrete grade ring to match slope or finished grade Shim / Grout Grade ring Manhole r- STANDARD MANHOLE COVER LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 08/07/00 12011 # b d b d d Y d W W d Y W W W d d W Y w b d d d W d W d W V w d d w w w w Y w V w V V d w w w Y d i d d Y w w w W W b d d d W d d w W i d W d i d w w w d Y w W d i b i d W Y Y W d d d d w # W Y W W d d d w w W W W W i W i w d Y W W W W Y W V V # # Y W d W W d # W # # W W W W d b # # W W Y d W V d V V # Detached Sidewalk Y W W Y Y i W i i i W i W W W W W W i w d i i i Y i V i d W Y d i i i i Y W W W W W i i i W W W i Y Y i i W W W W i W i i Y i d Y d d Y e Y Y Y W Y W i Driveway Sidewalk W Y Y i i V i d V V V W W i W i i W i i V V i Y Y W i V i i i i ♦ Y d Y W W i i V V V W Y Y Y W i V i V i i e i W Y i W i W V V b b Y i Y i i i Y b i V W Y i Y Y W d W W V b W Y W W W i d i V V W Y W Y W W W W Y W V W Y Y Y W Y Y d Y V i Y W Y W W W W Y W W i W W W W Y W Y W W Y W W W W W W W W W W W Y W W W W W W Y W d W W W W W W W Y Y W W W W W W W Y W W W Y W W W W W W W W W W w Y d Y w Y w Y Y Y w d d d d W Y Y d W W d d d d d W Y W d Y Y d d d W W W W W Y Y Y d d W W W W d Y Y a d d d A• Y Y Y W W Y d V d Y d W W Y Y Y W d d d Y Y d d W W W i Attached Sidewalk T.C. Min. F.L. UP 8" Commercial 6" Residential 12' Expansion Joint Material 12' Expansion Joint Material DETACHED ATTACHED 6 SIDEWALK j t, ' DRIVEWAY . ` 'SIDEWALK SECTION A -A All Sidewalk Thickness Shall Be 6' minimum. NOTE: 1. Sidewalk grade shall remain consistent across driveway 2. For driveway design requirements, see CONST. DWG. 706 & 707. 3. This detail applies to Residential & Commercial driveways. r- STANDARD SIDEWALK LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 1601 Slope sidewalk to curb 1/4' per foot. '-4 a :9 °' NOTE: Construct sidewalk with joints at 10' intervals and aligned with scoring on curb. g d' .4 4 ATTACHED SIDEWALK DETAIL 2' min. Landscaping Slope: Minumum t/it Maximum 3"/ft Slope sidewalk to curb 1/4" per foot. a4 e $ A .•4 d- 4 6 d 4 d dtl e DETACHED SIDEWALK DETAIL 4 : 4 R 1/8" 1/4 SLAB THICKN9SS 44- � 1/4 d 4 ' ,eA .A Q. 4' 4 Q .'A A d e p. d A - .. WEAKENED PLANE JOINT 1/2" Expansion Joint material � m .. . 'a•4 4dA . d�14R Ae'4 1-d'/e q� �••J. 4 4.4 q•...a 4 A. ., .d • 4d .s INSTALL IN LOCATIONS SPECIFIED IN CHAPTER 22 EXPANSION JOINT r- SIDEWALK DETAIL L MER COUNTY CONSTRUCTION REVISION NO: 2 DRAWINGRBAN AREA DRAWINGS ET STANDARDS DATE: 04/01/07 1602 Curb to retain ground behind the walk, if needed. Walk Curb 71 Gutter — (Radius varies) 2 Transition back of walk (typ•) � Wood float �P finish thru ramp ag°a q�4 tV"ri 08Ya 12 S�O>eI Broom finish 6 wro 6 CORNER LOCATION Wood float finish thru ramp f Walk Broom finish Curb_ G_u�ttcer� "I 0 z 0 z g Y J Q 3 LL O Y U 1:12 1. i Slope M R5.1 S L-► A 6' 5' 6' (min.) (min.) MID -BLOCK LOCATION E 0 0 m g Truncated Dome Warning Detection Curb (optional) / Only if needed r-Transition back of walk (typ.) Broom finish Truncated Dome Warning Detection at the corners of the truncated dome warning 2'-0" 6" truncated dome warning detection s= 1:25** slope (max.) o kd 4 e < ll.. •It SECTION A -A NOTES: 1. * 6" Thickness applies to entire ramp area. 2. ** 1:25 Unless a landing behind ramp (then ramp can be 1:12 with 1:20 on the truncated dome warning.) 3. See CONST. DWG. 1606(a) and 1607 for Fort Collins. 4. See CONST. DWG. 1614, 1615 and 1616 for Loveland. r- ACCESS RAMP DETAILS LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 1603 ARTERIAL 0 c ROW Line ARTERIAL / COLLECTOR 2 —.— J Q -- cc R=6' H C QT J Q ROW Line Cc 10' 6' H 10' 5' (min.) cc Q 16' 15' ARTERIAL / ARTERIAL ARTERIAL / COLLECTOR For Corner Radius > 35' r- DETACHED WALK / INTERSECTION DETAIL LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 08/07/00 1604 Note: Use of this detail requires special approval in Fort Collins by the Local Entity Engineer. r- DETACHED WALK / INTERSECTION DETAIL LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 1605 11 1.V TRANSITION 0.5' TYP.\ 1.5' TRANSITION 0O0a + + w O O O a 0 / + v w + 000000000 0 0 0 0 0 2' 1 w a r y CURB Flared Option w + w + + ar ° Truncated Dome i+ Warning Detection + +FLARE OPTION + + + + + 000a A a o oo®° Truncated Dome 4' MIN. ( ooaa ----Warning Detection 1" ft. Max oa°o 6" CURB oQoa 0" CURB oaoa oaoa 1' R CURB OPTION X •` 2' i CURB te6' or as specified 1:25 slope 1:12 (max.) FL -APE MAX. FLOWUNE STANDARD GRAY CONCRETE 6- UP OF GUTTER RAMP WITH PARTIALLY COLORED CONCRETE PLAN VIEW SECTION A -A N.T.S. N.T.S. 1. NO JOINTS ARE ALLOWED IN THE FLOWLINE. SIX INCH WIDE CURB OR "DUMMY JOINT' MAY BE TOOLED NO CLOSER THAN 6 INCHES FROM FLOW LINE AS SHOWN. 2. MINIMUM CONCRETE THICKNESS IS 6 INCHES. 3. JOINT PATTERN TO BE ACCORDING TO'INTERSECTION GUTTER DETAIL' OR AS DETERMINED BY THE LOCAL ENTITY. 4. WOOD FLOAT FINISH IS REQUIRED OVER THE SLOPED SURFACE OF RAMP AND FLARES. 5. A 6 INCH WIDE CURB MAY BE POURED AT THE BACK OF THE RAMP AS SHOWN IF REQUIRED. IF CURB IS USED IT SHALL MATCH THE CURB AND GUTTER STYLE OF ADJACENT CURB AND GUTTER. 6. MINIMUM RAMP WIDTH SHALL BE FOUR FEET, OR THE SAME AS THE WIDEST ADJACENT SIDEWALK, WHICHEVER IS GREATER, UP TO A MAXIMUM WIDTH OF 8 FEET. 7. THE RAMP LANDING MAY BE POURED MONOLITHIC WITH THE ADJACENT TRANSITIONS PROVIDED THAT AN APPROVED "SHAKE -ON" PIGMENT BE USED TO COLOR THE LANDING AREA. 8. T= THICKNESS (AS SPECIFIED ON PLANS OR LOCAL ENTITY ENGINEER). PEDESTRIAN RAMP DETAIL (For New Const. & Alterations) ILARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWINGRBAN AREA DRAWINGS ET STANDARDS DATE: 04/01/07 1606 FORT COLLINS ONLY R } ©® rT / !! 7mms73 -c� ! I® <ee / C4 , | = 7 % \* 2q \ \;z ca - ecn ®� -/kkk \ \%/ /\ ƒ/ww : E • r 2 \ 7 ƒ \ » ®± Z5Q \ /{ 7 g \ { > jan pa ~ E \ k � \ / - \ /\7{f /� \\ co \ §/ L = \ = = r = _ g�2 RESIDENTIAL LOCAL STREET ACCESS RAMPS LAR NER COUNTY CONSTRUCTION REVISION NO: DRAWING URBAN AREA DRAWI GS STREET STANDARDS DATE:' 04/01/07 16 U C(a) FORT COLLINS ONLY a o= U c� m c o o m -_ cw m 6" �e c c ur i o g u- N _ U U m m 2,J Q i� i 1 � y a E o Co Eli w m o 75 O_ �O 1 0-D C I � N i' R7 Q y Q a� O 1 cO =, if! N E + CV + = U 'y QQQQ Varies C N +[V +Eli .po fV O.n C 1 0 0 I 1 1 d N N CV E N fl o- Q Q {� N y Q ICJ Q E.-- 3 m cc � QQR,Ci 1 I iP) 0 0 0 0 0` =m Loco.0 mZ,:s � Q t QQOQ 1 c0 O N � C-D ccf N LL UJ O N N > W O O C N C O O. 1] U E C O C O 01 U m� 8 Z y 0 E U w Er— w O y R U fCC U .O C _ U E C LryL cm �.. tO C .'C.. p- '� r 'c m qmj c n c`v a� o co E� °'� ' � " nN 2 dY 3 Fes- — °' a`� w S 2 N 3 0 E F5 > = . y Y C15 O N m C N C O) �\\ \ C C O N O> O Rl S �cf U -O O > n Q •C L- qq /� 0 Q` ` \ `` C� ti a? N d L C� O f3O N VJ Cp `° •o Q C• ti Q \\ a� U n o .n L.L Q Q C Q M �\ C _O N O .� O@ O y .O > 0 C C) O `\ O ml~ S n o .Q M. y cn n~ o 2 n U - y ry Q \\ \ -� "'O r N p qC�Q\ z 0 Q Q \\ QCca Vari s 0-0 \` o n ,o, ,` z E n. CV 0 CCS Cz li U c a� U Q mlaullmoij Q O a� >G¢ O F— _- � CVrCL CCQ G � nQc„'�O 6a, SCCEQ Q3 C7 , , Cm C3cc3p 11 c aNwUUM pau611V 1 , O wUoCI- Wll ualilaapad Ci Q Q 1 � 1 O1 ' Naries Qo i; Q �, Q C �i Q 1 1 y �agng pue qin� gpue Q IZ Q c w Q, o co ¢ 2 CV U p U L C O CO (D C) SOS? u_ C3 Q TRUNCATED DOME WARNING FOR ACCESS RAMPS LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01 /07 1607 ' 22. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit D - Project Specifications -Section 02000, consisting of thirty seven pages (37), Details — Section 03000, consisting of sixty eight ' (68) pages and Federal Requirements, consisting of nine (9) pages, attached hereto and incorporated herein by this reference. STD SA WO rev07/09 4' Min. Flat Rest Area 4' Min. 1:12 MAX 1:1_ 2_ AX Show street surface 4 , + • i SECTION A -A Minimum area of nose island 50 ftZ Truncated Dome Warning Detection -- (tYp•) A Min. 4' Hoag®e -0��o�8aa � a °e°oq - A�5 oDap GgOa � Qb Qd6R' Pd6q q a. e ..,.. 6' Stop Bar at Min. traffic signals Sidewalk width shall conform to width requirements for the street classification NOTES: 1. No storm water shall drain through pedestrian refuge. 2. Pedestrian refuge area shall be in line with cross walks. 3. Crosswalk to line up with ramp & Refuge Area. MEDIAN ISLANDS & PEDESTRIAN REFUGE AREA LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 1608 ADDITION TO EXISTING SIDEWALK NOTES: 1. New walk additions shall be placed to the same line and grade as the existing walk. 2. Match transverse tooled joints to existing tooled joints. TOOL JOINT FOR WALKS NOTES: 1. Joint shall be cut 1 /4 thickness of initial concrete; tool joint for walks. r- SIDEWALK WIDENING DETAILS LSTRE MER COUNTY CONSTRUCTION REVISION NO: DRAWING RBAN AREA DRAWINGS ET STANDARDS DATE: 08/07/00 2501 I I BRIDGE DECK GENERAL NOTES 1. THIS STANDARD PLAN DOES NOT APPLY TO THIN'CONCRETE OVERLAYS (WHITETOPPING). r-12" 2. LOCATE TQ JOINT AT A ©JOINT OR A MINIMUM OF 2 FT. FROM A © JOINT. 3. THIS JOINT LAYOUT SHALL BE USED AS A STANDARD FOR THE JOINT LAYOUT FOR THE PROJECT. IF THE CONTRACTOR PROPOSES VARIATIONS FROM THIS STANDARD OR THE PROJECT HAS UNUSUAL OR IRREGULAR CONDITIONS NOT COVERED HEREIN, THE CONTRACTOR SHALL PREPARE A PAVEMENT JOINT HIGH LAYOUT FOR APPROVAL BY THE ENGINEER. SLABS' 14 FT. IN WIDTH SHALL BE CONSTRUCTED ONLY WHERE NUMERALS DESIGNATED ON THE PLANS. 4. WHEN A CONTINUOUS WIDTH OF PAVEMENT IS POURED WIDER THAN 40 FT., THE JOINT NEAREST THE CENTERLINE SHALL BE AN UNTIED DO JOINT. 5. ON 4 LANE DIVIDED HIGHWAYS, THE 2 LANE DIRECTIONAL PAVEMENT AND BOTH SHOULDERS SHALL BE PLACED WITH (D LONGITUDINAL SAWED CONTRACTION JOINTS. 6. ON VARIABLE WIDTH SLABS, THE 2 FT. OR 4 FT. END OF SLAB WIDTH DIMENSION MAY VARY t6 INCHES. 7. (L� TO BE USED WHEN TRAFFIC LANE IS ADDED SEPARATELY OR FOR TAPERS OR SPEED CHANGE LANES. ALTERNATIVE T LONGITUDINAL JOINT LOCATIONS AT SPEED CHANGE LANE MAY BE USED IF APPROVED. TYPICAL JOINT LAYOUT FOR DIRECTION OF TRAVEL f`-1s'JOINT LEGEND --j CONCRETE ROADWAY WITH CONCRETE SHOULDERS (SEE SHEET 5 FOR JOINT DETAILS) C C SHOULDER A DC A1 - n TRANSVERSE CONTRACTION 6 18 = = J 30 78 66 HORN D LONGITUDINAL CONSTRUCTION HORIZ. t14 D 14' TRANSLATION n� DOWELED TRANSVERSE ♦ INCHES 126 138 TRAFFIC I T/2 -VERTICAL T/2 VERTICAL SKEW CONTRACTION FROM EDGE FLOW ' LONGITUDINAL CONSTRUCTION OF SHOULDERH*42 102 L E OR LONGITUDINAL TO DOWELS 54 12' HORIZ. CONTRACTION 6 SKEW T IS PAVEMENT THICKNESS FROM PLANS c SHOULDER PLAN VIEW SECTION A —A SECTION A —A T TRANSVERSE CONSTRUCTION SHOWING HORIZ., HORIZ. TRANSLATION, SHOWING VERTICAL TOLERANCE SHOWING VERTICAL SKEW TOLERANCE �, DOWEL BAR DETAIL AND HORIZ. SKEW TOLERANCES DETAILS ILLUSTRATING DOWEL PLACEMENT TOLERANCES TIE BARS RAMP AND SPEED CHANGE FOR n JOINT WITH 14 FT. AND 12 FT. LANES SEE SUBSECTION 412.13(b)2 FOR ALLOWED TOLERANCE VALUES. 30" CTRS. /LANE DIMENSIONING FOR RF JOINTS ONLY. SEE PLANS 13' FOR STRIPING LOCATIONS. BRIDGE III APPROACH LAB SEE BRIDGE PLANS FOR DETAILS Of SLAB AN[ JOINT, ALTERNATIVE DIMENSIONS (SEE NOTE 3) 1 STATIONING SHALL BE STAMPED AT 500' INTERVALS ON EACH OUTSIDE MAINLINE SHOULDER AS SHOWN - TYPICAL © AND DC JOINT SPACING 15' max 15 ---i --15 �- —15 —�15 I --15 --) r . I 24". cunt u 15" �— E TIE BARS DC 12' , DC 30" DC 15" F-- CTRS. DC 12' DC DC 15" �— F (UY SHOU1DFRlc) 1(;) 1C). tc) .(c). . - 24" SHOULDER C 12' OR 14' E DC 12' OR 14' DC ��4 +144+ 1 1 1 1 1 SHOULDER C RURAL TWO—LANE 18"CTRS. 90' TIE BARS 30" CTRS. t 6" TIE BARS 30" MULTI —LANE WITH SPEED CHANGE LANE AND CONCRETE SHOULDERS OPTIONAL LONGITUDINAL JOINT IN CENTER FOR SINGLE LANE SPEED CHANGE LANE Computer File Information Sheet Revisions Colorado Department of Transportation Creation Date: 07/04/O6 Initials: SJR n +o• r ., .. o. +. Lost Modification Date: 07/04/06 Initials: LTA Full Path: www.dot.stote.co.us/DesignSupport/ Drawing File Name: 412010105 CAD VI MicroStation V8 Scale: Not to Scale Units: English East Arkansas Avenue _—_ D� Den Denver, Colorado 80222 Phone: (303) 757-9083 Fax: (303) 757-9820 Project Development Branch SRJ/LTA AND SPEED CHANGE DIMENSIONING FOR i ONLY. SEE PLANS ITRIPING LOCATIONS. - CONCRETE PAVEMENT JOINTS 8 Issued By. Project Development Branch on July 04, 2006 ALTERNATIVE 5' DIMENSIONS (SEE NOTE 3) f C SHOULDER DC 14' OR 12' DC 12' 12' S UL ER STANDARD PLAN NO. I M-412-1 I Sheet No. 1 of 5 JOINT LEGEND (SEE SHEET 5 FOR JOINT DETAILS) ' C 1 TRANSVERSE CONTRACTION 0 LONGITUDINAL CONSTRUCTION n� DOWELED TRANSVERSE CONTRACTION L E LONGITUDINAL CONSTRUCTION OR NAL CCONTRAC7ON1 T TRANSVERSE CONSTRUCTION 7' MULTI —LANE WITH ACCELERATION AND DECELERATION LANES AND CONCRETE SHOULDERS AND SPEED CHANGE DIMENSIONING FOR i ONLY. SEE PLANS .TRIPING LOCATIONS. SHOULDER 12' OPTIONAL LONGITUDINAL JOINT IN CENTER FOR SINGLE LANE ACCELERATION AND DECELERATION LANE ALTERNATIVE DIMENSIONS (SEE NOTE 3) SHOULDER 14' OR 12' 12' 12' U Computer File Information ® _ ® Sheet Revisions Colorado Department of Transportation 4201 East Arkansas Avenue _—_ DOT Denver, Colorado 80222 ,���� Phone: (303) 757-9083 °�''""�"'°"""""'°"�"'"" Fax: (303) 757-9820 Project Development Branch SRJ/LTA CONCRETE PAVEMENT JOINTS STANDARD PLAN NO. Creation Date: 07/04/06 Initials: SJR Date: Comments Last Modification Date: 07704/06 Initials: LTA M-412-1 Full Path: www.dot.state.co.us/DesignSupport/ Drawing File Name: 412010205.dwg Sheet No. 2 of 5 Issued By. Project Development Branch on July 04, 2006 CAD Ver.: MicroStation vs Scale: Not to scale Units: English 2' TYP OPEN CENTER CLOSED CENTER CUL—DE—SAC JOINT LEGEND (SEE SHEET 5 FOR JOINT DETAILS) / A EXPANSION TRANSVERSE C CONTRACTION LONGITUDINAL CONSTRUCTION DOWELED TRANSVERSE nr CONTRACTION LONGITUDINAL CONTRACTION n LONGITUDINAL , CONSTRUCTION T TRANSVERSE CONSTRUCTION NOTES 1. LONGITUDINAL JOINTS SHALL BE PLACED ADJACENT TO LANE MARKINGS WHEN POSSIBLE, AND HAVE A MAXIMUM SPACING OF 12 FT.-6 IN. (15 FT. IS PERMITTED WITH MONOLITHIC CURB AND GUTTER). 2. CONSTRUCT TRANSVERSE JOINTS PERPENDICULAR TO THE CENTERLINE OF PAVEMENT AND EXTEND THROUGH THE CURB OR CURB AND GUTTER. * 3. PLACE % IN. MIN. EXPANSION JOINT FILLER IN TOP 6 IN. OF CURB JOINT AT INTERSECTION RETURN RADIUS POINTS. 4. THE CONTRACTOR SHALL, UNLESS OTHERWISE SHOWN ON THE PLANS, SELECT AND USE A BOND BREAKER AT INLETS, MANHOLES AND SIMILAR SIZE STRUCTURES. SMALLER STRUCTURES SUCH AS VALVE AND MONUMENT BOXES SHALL NOT REQUIRE A BOND BREAKER. 5. WHERE A LONGITUDINAL JOINT PASSES LESS THAN 1 FT. FROM A CAST —IN —PAVEMENT MANHOLE OR SIMILAR SIZE STRUCTURE, A TYPICAL 2 FT. RADIAL JOINT, AS SHOWN AN THE DETAILS, SHALL BE USED. 6. TRANSVERSE JOINTS SHALL EITHER INTERSECT THE CENTER OF CIRCULAR MANHOLES AND INLETS OR BE AT LEAST 4 FT. AWAY FROM THE EDGE OF CIRCULAR MANHOLES: SEE CURB INLET BOXOUT DETAIL ON SHEET 5. INLET PERMISSIBLE ALTERNATIVE OR JOINTS WITH MANHOLE SMALL RADII < 16' JOINT IS NOT REQUIRED IF CURB AND GUTTER IS POURED MONOLITHICALLY WITH ADJACENT LANE. O I 8' MINIMUM 12' MAX., CONC. 6" THICK OR LESS 15' MAX., CONC. OVER 6" THICK 2' t 6" TYP. A * * I A I I SHOWS CURB INLET A INLET OR I I I' CURB AND SHOWS �c BOXOUT / MANHOLE DC GUTTER INTEGRAL * (SEE DETAIL ON D CURB * E 2' SHEET 5) �c * MIN. D — — — — — — — — — — — — DC O D T 12'-6" 1 �. E pC O E D DC 2 TYP Ll - - 1 - - - — — - E D E * *WLROUNIDING — CURB INLET * C D DC BOXOUT 2' t 6" L L (SEE DETAIL ON TYP. %" EXPANSION 2' t 6" TYP SHEET 5) * INTEGRAL JOINT FILLER OF ANGLE BY CURB INLET ORNG OR SLIPFORM PAVING MANHOLE SSIBLE. MAY BE ALIGNED WITH FRONT OR BACK OF CURB. HMA PAVEMENT HMA PAVEMENT TYPICAL CURBED PAVEMENT JOINT LAYOUT Computer File Information ® ® Sheet Revisions Colorado Department of Transportation 4201 East Arkansas Avenue — _=� Denver, Colorado 80222 ,���� Phone: (303) 757-9083 Fax: (303) 757-9820 Project Development Branch SRJATA CONCRETE PAVEMENT JOINTS STANDARD PLAN NO. Creation Date: 07 04 O6 Initials: SJR Date: Comments Last Modification Date: 07/04/06 Initials: LTA M-412-1 Full Path: www.dot.state.co.us/DesignSupport/ Drawing File Name: 412010305.dwg Sheet No. 3 of 5 I Issued By. Project Development Branch on July 04, 2006 CAD Ver.: MicroStation V8 Scale: Not to Scale Units: English JOINT LEGEND NOTES (SEE SHEET 5 FOR JOINT DETAILS) 1. LONGITUDINAL JOINTS SHALL BE PLACED ADJACENT TO LANE MARKINGS WHEN POSSIBLE, AND HAVE MAXIMUM SPACING OF 12 FT.-6 IN. (15 FT. IS PERMITTED WITH MONOLITHIC CURB AND GUTTER). A EXPANSION 2. CONSTRUCT TRANSVERSE JOINTS PERPENDICULAR TOITHE CENTERLINE OF PAVEMENT AND EXTEND THROUGH THE CURB OR TRANSVERSE CURB AND GUTTER. C CONTRACTION * 3. PLACE % IN. MIN. EXPANSION JOINT FILLER IN TOP,6 IN. OF CURB JOINT AT INTERSECTION RETURN RADIUS POINTS. _ LONGITUDINAL CONSTRUCTION 4. THE CONTRACTOR SHALL, UNLESS OTHERWISE SHOWN ON THE PLANS, SELECT AND USE A BOND BREAKER AT INLETS, MANHOLES AND SIMILAR SIZE STRUCTURES. SMALLER STRUCTURES SUCH AS VALVE AND MONUMENT BOXES DOWELED TRANSVERSE DO NOT REQUIRE A BOND BREAKER. i nr CONTRACTION 5. WHERE A LONGITUDINAL JOINT WOULD PASS LESS THAN 1 FT. FROM A CAST -IN -PAVEMENT MANHOLE OR SIMILAR SIZE LONGITUDINAL STRUCTURE, A TYPICAL 2 FT. RADIAL JOINT, AS SHOWN IN THE DETAILS, SHALL BE USED. Z� CONTRACTION 6. TRANSVERSE JOINTS SHALL EITHER INTERSECT THE CENTER OF CIRCULAR MANHOLES AND INLETS OR BE AT LEAST ` LONGITUDINAL 4 FT. AWAY FROM THE EDGE OF CIRCULAR MANHOLES. SEE CURB INLET BOXOUT DETAIL ON SHEET 5. CONSTRUCTION ' TRANSVERSE CONSTRUCTION A D OR OE SHOWS DC CDC CURB AND SHOULDER L GUTTER +12 I L T L SHOULDER C * * AN EXTRA JOINT SHALL BE PLACED HERE (TYP.), WHEN THERE AN EXTRA JOINT SHALL BE PLACED HERE (TYP.), WHEN THERE C D IS MORE THAN A 12 FT. GAP BETWEEN A JOINT LOCATED AT A IS MORE THAN A 12 FT. GAP BETWEEN A JOINT LOCATED AT nC _ CURB BREAK POINT AND THE PREVIOUS JOINT SHOULDER A CURB BREAK POINT AND THE PREVIOUS JOINT CURB BREAK POINT CURB BREAK POINT 12' DC L 12' L SHOULDER C * * �c �c EXPANSION MATERIAL AT C SHOWS C BREAK IN CURB ALIGNMENT (TYP.) CURB AND GUTTER D OR OE HMA PAVEMENT MULTI —LANE INTERSECTION WITH SPEED CHANGE LANE AND CONCRETE SHOULDERS Computer File Information Sheet Revisions Colorado Department of Transportation CONCRETE STANDARD PLAN NO. Creation Date: 07/04/06 Initials: SJR Date: ® Comments 4201 East Arkansas Avenue DOT Denver, Colorado 80222 _____ Phone: (303) 757-9083 PAVEMENT JOINTS Last Modification Date: 07/04/06 Initials: LTA M-412-1 Full Path: www.dot.state.co.us DesinSu ort / 9 PF .���v °E°"'T'"`"`°"'""s"°"T""°" Fax: (303) 757-9820 Project Development Branch SRJ/LTA Drawing File Name: 412010405.dwg Sheet No. 4 of 5 CAD Ver.: MicroStation vs scale: Not to scale Units: English Issued By. Project Development Branch on July 04, 2006 C L I I L n 0 I I H APPROACH JOINT �J CONCRETE SLAB �_ _� ROADWAY SLAB ° a 12" T a. SEE BRIDGE PLAN FOR DESIGN 3' L S BRIDGE APPROACH " BELOW SURFACE Y2 SILT E e, SEALANT T PREFORMED JOINT MATERIAL 0 EXPANSION JOINT T F. TRANSVERSE CONTRACTION JOINT (TRANSVERSE WEAKENED PLANE JOINT) 30" CTRS. TIE BAR 15 . d. A. T/12 LONGITUDINAL CONSTRUCTION JOINT 30" CTRS. T/2 TIE BARS. O LONGITUDINAL CONTRACTION JOINT (LONGITUDINAL WEAKENED PLANE JOINT) THE TRANSVERSE JOINT IN \ MONOLITHIC CURB AND GUTTER SHALL BE SAWED TO THE SAME DEPTH AS THE PAVEMENT. BOTTOM OF SAW CUT 1 T/2 LONGITUDINAL CONSTRUCTION JOINT * USE ONLY IF T > 8 IN. FORM ONLY FEMALE KEYWAY A KEYWAY IS ALLOWED TO J °` FACILITATE USE OF BENT < ° ' ° ; GRADE 40 TIE BARS OR APPROVED TWO PIECE T -- - CONNECTORS 18" CTRS. �. T/2 TIE BARS, O TRANSVERSE CONSTRUCTION JOINT JOINT SEALANT — — JOINT SEALANT ---i f % » y6" a _.� ° SEE DOWEL SPACING °a ° a IN TRAVEL LANES ° A a° i-�g" ,-T-• 9 ON THE PLANS. <1" MIN.. � a�" �fi T° ° ° • T/3 MIN"° .o a. 4 ' T/2 m L % DIA. BACKER ROD ° , RIGID WELDED�DIA BACKEa ROD ASSEMBLY Dc ° DOWELED TRANSVERSE SEAL AT A SHALL BE 0.4T FOR LONGITUDINAL JOINTS CONTRACTION JOINT CONSTRUCTION JOIN ALONG SLABS 14 FT. IN WIDTH. SAWED JOINT ** T�J ° LONGITUDINAL CONSTRUCTION JOINT * * USE ONLY IF T < 8 IN. INTEGRAL CURB CURB INLET BOXOUT i NOTE PAVEMENT THICKNESS (T), SHALL BE AS SHOWN ON THE PLANS. PAVEMENT THICKNESS (T) TIE BAR SIZE DOWEL BAR DIAMETER T < 8 IN. No. 4 1 IN. 8 IN. > T < 10 IN. No. 5 1.25 IN. 10 IN. > T < 15 IN. No. 6 1.50 IN. REINFORCING SIZE TABLE 0 BOND BREAKER �12" MIN. OORC BOND V� BREAKER tio�� 0 LESS � THAN \\ 12" 0 C @ ORQE INLET OR MANHOLE CAST IN PAVEMENT INSTALL TRANSVERSE JOINT AT BOTH BOXOUT CORNERS IF BOXOUT IS 8 FT. OR LONGER. 8" MIN. APRON " RECESS INLET OR 4:1 TAPER — MANHOLE TO MEET APRON 12" T (SEE JOINT QA DEiNL) MIN BOND BREAKER % " RECESS SECTION A —A INLET OR MANHOLE 4:1 TAPER TO MEET STRUCTURE. SECTION B—B BOND BREAKER SHALL BE COMPOSED OF PLASTIC SHEET, BUILDING PAPER OR OTHER APPROVED MATERIAL THAT PREVENTS BONDING. Computer File Information Sheet Revisions Colorado Department of Transportation CONCRETE STANDARD PLAN NO. Creation Date: 07 04 06 Initials: SJR ® Date: Comments 4201 East Arkansas Avenue DST Denver, Colorado 80222 ___�� Phone: (303) 757-9083 •���� PAVEMENT JOINTS Last Modification Date: 07/04/06 Initials: LTA M-412-1 Full Path: www.dot.state.co.us DesinSu ort / g FP Fax: (303) 757-9820 Project Development Branch SRJ/LTA Drawing File Name: 412010505.dwg Sheet No. 5 of 5 CAD Ver.: MicroStation V8 Scale: Not to Scale Units: English Issued By. Project Development Branch on July 04, 2006 SECTION 04000 ' EROSION CONTROL AND INLET PROTECTION INDEX OF EVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP) New Construction Activities for Municipalities 1 of 2 Street, Curb, and Gutter Replacement and Construction 1 of 3 Street, Curb, Gutter Maintenance 1 of 3 and ' Spill Prevention and Response 1 of 4 Utility and Storm Sewer System Maintenance 1 of 4 Utility and Storm Sewer System Replacement and Construction 1 of 3 Power Washing 1 of 2 Vehicle Fueling 1 to 3 Outdoor Fleet Maintenance 1 of 4 Heavy Equipment and Vehicle Maintenance 1 of 4 I 1 system Replacement and :ons#ruction icle fueling New Construction Activities for Municipalities Description This fact sheet covers new construction activities disturbing less than one acre not subject to a CDPS Construction permit. New construction includes, but is not limited to buildings, structures, capital improvements, roadways, and recreational components such as trails, restrooms, and other structures. Procedures provided are general in nature and can be applied to any scale or type of municipal construction. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures Obtain all applicable federal, state, and local permits for construction projects. ■ The Colorado Stormwater Construction General permit applies to construction sites disturbing one acre or more, or less than one acre but part of a larger common plan of development. ■ A larger common plan of development is defined as a contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules under one plan. ■ A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. Applicable sediment and erosion controls may be installed, such as inlet protection, silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking control. Sediment and erosion controls will be Page I of 2 installed and maintained in accordance with approved design criteria and/or industry Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References City of Centennial SOP: Nezv Construction SOP, August 2007. Mesa County, Municipal Operations and Maintenance Program, July 2005. Page 2 of 2