Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout102511 LAFARGE NORTHERN INC - CONTRACT - BID - 7222 ASPHALT OVERLAY1
i
1
1
1
1
1
1
i
1
1
�I
1
City Of
Fort Collins
Purchasing
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Asphalt Overlay
BID NO. 7222
Financial Services
Purchasing Division
215 N. Mason St. 2n0 Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgo v. com/purchasing
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
SECTION 2500
QUANTITY ESTIMATE
STREET
FROM
TO
Bobcat
Style
Nlitliug
13"
Bobcat Style
Nlllllug-
Add. Inch
Thickness
General
%l'avahUll
<100 cy
Excavation-
Muck
Burrow
<100 Ton
Rock
Wattle
Crumb
Rubber
Wattle
Adjust Valve
Buz
Adj. V-box e'/
Tyler 6860
Series, Item R6Y,
Screw Type Adj.
Riser
Unin
I
S\' I
SY-IN I
C\'
CY
TON
LF
LF
E\
EA
S LEMAY AVE
li HARNIONY RD
I1ORSIi'I'00'I'11 RD I
1
1
25.00
2U.00
18.00
3.00
Arm, Sub Total
I1,IIU
0.00
25.11(1
0.00
O.UU
ILUO
21J,00
IS.IIII
3.OU
BOARDWALK
130ARUWALC DR
LANDINGS DR
li HARMON#RD
20.UU
16.UU
0.00 0.00
0.00
0.00
0.00
20.00
0.00
16.00
0.00
I.IN )EN Sr
JL'1'FEIt50N S"r
VINE DIt
20.00
4.00
0.00 0,00
0.00
U.UU
omo
o.UO
20.U0
J.UU
0.00
WDRAKERD
SCOLLEGE AVE
MEADOWL
50.00
50.00
11Mo
0.00 O.UIJ
0.00
O.OU
0.00
50,00
50.00
11.00
0.00
WHEATON 1
WIIEATON DR
S LEMAY AVE E HARSIONY RD
IU.00
10.00
11.00
Arco Sub'ruwl
0.oc 0.110
U.00
O.UO
Q00
IU.011
10.00
I LUO
U.00
CONIFER
CONIVrR SI'
IN COLLEGE AVL'
IN LEMAY AVE
20.00
20.00
HoU
Amu Sub Total
0.00
QUU
0.00
ILINI
0.00
211.110
20.U0
14U0
O.UO
HANIPSHIRE SQUARE
VALLEY FORGE AVE
S TAFT HILI. RI)
HAMPSHIRE RD
Ju 00
I0.0U
13.00
IIAMPSHIRE SQUARE
VALLEY FORGE AVE
VALLF.YFORGE AVE
IU.UU
IU.OU
7.U0
VALLEY FORGE AV1i(I'1:01.)
IIANII'SIIIRE RD
IIANIPSHIRE SQ
10.00
ILL00
2.U0
I' 11 1 r
E 11016ET001 1t ROAD
COLLEGE AVF
Area Sub Tmxl
TIMBERLINE RD
0.00
100.00
0.00
2UU.00
(1.00
0.00
0.00
25.00
0.00
50.00
30.00
60.00
30.00
S000
22.00
73.OU
O.OU
3.OU
Area Sub Tula)
IU0.00
2UUAU
O.W
25.OU
SU.UO
6U.00
50.UU
33.U0
3.W
PORTNVB
PORTNER ROAD
E "TRILBY RD
NORTII END
III.()()
Arco Sublwal
0.00
O.UO
QOU
U.W
O.UO
10.00
0.00
0.U0
0.00
LEXINGTON
Sli FITIELD CIK F. & W
VALLEY 17ORG17 AVE:
SHITF'IELD CIR W
WINDSOR COURT
ICONSTITUTION AVE
EAST HIND
10.01)
WOODLANDI
IZIEGLER RD
Arco SubTwall
INIESA VERDE ST
0.00
0.00
1 0.00
U.UU
0.00
10.00
IG.GII
U.UU
0.00
0.00
GRAND TF.TON 11.
YELLOWS I'ON17 CIR
JORANDTFI'ON I'L
FND
Ara, Sub'1'ol:d
0.00
1 o.00
I o.00
o0o
0.00
10mo
0.00
000
O.UO
Addendum 1
7222 Asphalt Overlay
Page 6 of 11
I
f I H�.s and Rl mil'i-ims
7 7�
4 am up m t —fis
5.&A GWif MHWFiSIG andeqUiPM ff� 4ORd fit tKO-S"
vvri6*hy .
nA ejuipiae4 have-beari
NImMitnt FeC6 -eri4 d
5A5, be intiLhitdried ifi e
!R19da wiv�-a etherwi�
thi t n G.h-etkieFadd+iienal
7H
OWNTER shall not be responsible for purchasing
Lintakin'.' any property insurup& Lu protect the
of CO; TRACTOP.R Subcontractors or others in
FUR -requests -
IL. i ' n-writi
peL4i. es
........ Fie
IllEXI)CUENERALCONDi TIONS19111-8 (b90 Edtidl
t%l CITYCIF FOR F COLD NS MODIFICATIOM ILMV,1013W)
54 1 Waimep *R40ts
-5.4-
. . . . . . . 4T-FAR's Germtkants A the
them; -for
1065 due t m;
rrwquenIW71os.s-Lxtendn
eaused
ef, tom
the ;kwk- b�-
eFisirto out-fl""re-oF other-pefiL
7-
by. ritesrites1.-55
r Few ons ta d "Km
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-1
I
I
I
I
LJ
I
I
I
i
I
I
I
LI
I
I
I
I
I
ricovey-against:-w_ay-uEC>D;�IFi&'VGFOF�Sa�6entmcteis,
l�l%tiii _ r� - hB-0�6125.
Receipi antlAppGcationoflniStrrtace Proceeds.
St12. Arty; insured loss under.the; policies of insurance
Tequired by pamgiaphs56 and 5.7 Will bd adjusted with
,OWNNER and made payable. to OWNER as•fiductary.for the
insureds. as. their interests` -may appear: 'subj;ivtAo, the
.rzquirerteras of any at pliceble mortgage clause''and -of,
paragrMph li3: 'OR .4mif dcpwit • a scparaie
account airy money so received, and shalldistribute it iri
accccdarrce ttiih such agreement as the paitics in interest
.may reach: If no other special ageement is,reached the
dimapd Work _shall be repaired orrcplaced, the .monrys_ui
.received applied on account thereof and'the Work and the
-can thereof covered by in appropriate :Changc.0idcr or
Written Amendment.
5.13: OMNER as fiduciary shall have power to adjust
and settle xny loss 4ith the insurers unless one of the
'panics in-iniucst shall objectin writirigwithin fifteen days
after the occurmncc of loss OWI EFks exercise of -this
power: If such objection he madc,OVVNFR as fidueiaiv
shall hake settlement with the'Insurem in accordance with,
such agccmeritas the parties :id imcrest may reach: If no.
such agreement among the parties in interest is cached,
OWNER -as fiduciary -shall adjust and settle the loss with
the insurers an* if
intern^ ",�-4,�.5';;.`-;R—adu6tttis el to
��tvnnse-otsdeh�lutie5:
Acceprarice alFNnib and lrt_spmnce; Optiott.ro Replace:
S,la. It e' 'nrilrcn r-nhrrn Arm)
C)WNF.R' has any objection to the coverage afforded by or
other provisions of the,Boti&or issurince required to be
.purch.tseil and inairitained' 6y the 604—.party
CONTRACTOR in accordance with Article 5 or the basis
of non.mnformance with the Contrnet "Doeuritutts, the
objeetutg-perty-siall-s ne fy�the-otherparty OWNER will
tma1LCONTR\CCOR in writintt within ten fifteen days
Partial Urili;ation-Praperrp lnsurrurce:
5.15: Il'.OWNER Grids it necessary to occupy or usc.a.
portion or portions of the Work 'prior 6 'Sulrtnntial
EJCDC OBNFA.iL CQ:WIIiODti IM13 1199r 606(nl.
w/ CITY OF FORT COLLI NS MODIFICATIONS 1 KLl' d.^.opal
Completion of all the: Work.;such use or
be accompHhed•;in accordance with I
cktrh3es.in. oopenage"neeessiitited thereby_ The irsun
-providing the property insurance shall` conseiit
endorsement on the policy or poutaes; WE the. propel
insurance shall' not be cancelled''er p6rmitted to.Iapse
;account of any such partial use oroccupaney.
)LL2T[CG[z' G-CUNTRACI'OR'ti
RESPOTINSIULMES
Stipenriiiort,ciid SuperinteriAencd•
,6A. CONTR.ACTOR shall supervise. inspect and
direct the Work compe'tendv and efficiently. devoting.
such attention .thereto and' applying suchskills and
expertise as" may be necessary to pertbmr .the Vark in
,acconiince with the Contract Doctanents.
cb,N I Rx-roR shall be solely responsiMc for ihe:mcans;
methods,. techniques. 'sequences and .procedures of
construction: lout CONTRACTOR shall rtot,be'respons1W
For the negligence of others N the &-•sign or specification
-of a specitie tearm method technlgde, sequence or
procedure of crinstruction which In shown tir indicated in
and ,..-.sly required by the Contract Documents.
-('ONTRACFOR "shall 'be rispxirtciblc to•.sec that the
cotnplcted'.Work complies accurately with the -Contract
Documents.
63. CONTRACTOR shall keep on the Work at all
times during its - prah3ress-..a competent resident
superintendent,,wlw shall not be replaced•without written
notice to OWNER' and LVGI' OR except under
mraordinnry circurnstanccs. The superintendent will be
CONTRACTOR's represrntative at the site and shall Piave
authority to act on behalf, of CONTRACTOR All
communications -to the supperintendent shill be as binding
nn ifgiven to'40�7TR.\C.TOR
Labor, 3lalraiala'ruin Equiliment.
63. CODITR4CTOR shall provide competent,
suitably qualified persoruwl to survey, lay out and
construct die" Work as rtquired by the Contract
Documents: CONITRAC_'TOit shall at all times maintain
gooddisciplineand order ut the site. Except. as otherwise
required for the safety or protection of persons or the
'Work or property .at the site or adjacent, thereto. unit
except its otherwise indicated in the Contract DmataienLs,
all Work at the site shall be performed during .regular
working houri and CONTRACTOR will hot, permit
overture work or the performance of Work on Saturday,
:Sunday or any Iegal h6iiday without OWNEles.written
consent Oven "after prior written notice io FNGL\EFR
CONTRACTOR shall submit reauestc to the E GLyER
no, less than 48. hours in.advance of anv Work to be
unformed on Saturday Sunday: Holidays or outside the
Regular Working Flours..
I
6.4, Unless otherwise specified in, ,the' Gencml
Rtcryiremrnts, CONTRACTOR -shall famish rmd.ttssume
Cuff respornibilily Cor all materels equipment labor.
trartSpoMgon• ot'stnlction equipment and machinery•,
tools; applia ties Cuel`power light heaL`tclepl eras. water:
sanitary (sciliries, temppcouraar}•' facdlti�s, rind' all. -other
Cacilities .and uttiolemals'necessary dole lheftunishiiis,
perfoanarece" Ti:sting s�trt up an J completi'on of tfie 1Vbrk
6.4,1. Plachasitie Restiiotims. CONTRACTOR
must cumbly-with the -City's'purchasirg resttietions. A
coov of the resolutions are: availablefor review
offices of 'the- Purchasing arid.'Risk VanngemenC
Division or the Citv Clerk's"office.
6A2. Cement Rcixfi hors:. City of Fort• Collire.
Resolution.91-121 requires hat suppliers and producers
of ccmcnt nr'prodtcts containing «mcnt toccrufv.that
the cement
•toes ngt made- in cemrnt kilns that• bum
hazardous waste as a fuel;
6.i: All .materials "arid, equipmerit'-shall bey of good,
quality and new, accept as';othcrwise provided :in the
Contract Uocumenm. All .}verianties,_ and.. imriintek
CONTR CTOR .shall furnish .;;misfaeiory evidence.
(including• reports of required '• tests) its to .the kind rind
quality of materials and equipment All material`s and.
egmpmcnrshall he' applied;; installedmnnectexl, erected,,
uud. cleaned, end conditioned in' accordance with
insructions of the applicable Supplier, except as otlienvise
provided in the Contract Documents
Progress' Schedule'
6.6. (:ONTR•\CTOR shall adhere to the progress.
schedule ckablished in accordance with. paragraph 2.9 is it
may,beadjiisted from Lime to timz as provided below:
6,6,1, CONTRACTOR shall submit to ENGLNEER-
for acceptance (to the extent indicated in
lxuagraph" 9) proposed adjusunents in, the progress
schcdtilu that tvi)I not change the Contract ..Times. (or
;u6lestones), Suchmdjustments will ccmform generally
to flit proerass ti:hedyle then in effect :aid additionally
will comply wttli any provisions. of the General
Requiremems applicable thereto.
6.62Proposed adjustments in the progress schedule
that will change the Conferee Tames (or. Milestones)
shall be submitted in accordance with the requirements
of mare
12.1- Such adjustments may only be
mare by a Change Order ur Written Amendment in
accordance with Article II
6.7. SuNtituteshnd,"Or•Eoryal" Items.
•6,7el. Whenever an item of muterial or. cquipmeni is
specified or desc:ribed'in the Contract Doctmtents by
using the name of a propriciMV7 item or thi name of 3
particular Supplier, dic,spociffication ix description is
intended to, establish .the type.. function 'and quality
rLglured 'Unleti, the specification or description
MUL:OE`ME Lc.•000tT10:111 191nN(IOUEML111
17 ev/ MY OF FORT COLUMMOU1FIcmoNNs ijtGVAR0]0f
contain or'is followed W worda'r'eading that no like:
equivalent or "or -equal; item or. no,subs`mition is
permitted other items oC mitcihl,dt equipment. or
material. Cv equipment of other.Suppfiers'.inay be
accepted by ENGINEER under :the. Collrnvtr g
circumstances.
6:7.1,1. Vr-Equdl." If.in ENGNMRs; sole.
discretion an item -of matcrial or -equipment
pwp�sed by .CONTRA(�,YOR.�is rtii orally
equal to that-named'and suCfieiently sittiilar so that
no change in related Work -will be required, iVm_ay
- be considered by^ ENGINES& ws an, "or -equal"
item: in which case revicty-arid approval of the
proposed, item may;. in ENGNEER's- sole.
'diseretioN -be acconiplishud without compliance
with- some tr ;ill of the requirrmcnts- for
ms:renon an item or •matenai or equipment
proposed by CONTRACTOR does not yuadfy as
an"_itr equal" item under-suhparagrapfip.7.1.1, it
Will be considered'a proposed substitute .item.
CONRRa(CCUR. shell sul7mit sufficient
antormation as', provided below ;to altoty
FNGTNF.ER'to'dctermire that the item ofmatcriall
ar equipment proposed is. kssentiall'yequivalent to
that named''and an acceptable -substitute thenifor.
The procedure for review by the ENGIi TER will
include the following. as-s-upplemented in the
General Requirements and as ENGINEER may
decide is appropriate under the ;circurnstartc•es.
Requcsts:for review of proposed substitute items
of material or equipment will not be accepted by
FNGFINF.F.R, 6om. anyone- other than
CONTRACTOR If CONTFU\CTOR wishes to
famish or use a substitute item of material or
equipment; CONTRACTORshall Cost. make.
written application to ENGINEER for acceptance
thereof. ccrtdymg that the proposed:substitute will
perform adequately the futctioits and achieve the
results called for by- the general design; be similar
in substance to that specified and be suited to the.
same use as that speciftcd The application will
state the cnem it' any: to which the evaluation
and :acceptance of ,the: proposed substitute �ivill
prejudice CONfRACTOR's .achievement of
Substantial .Completion. Lin time: whether or not
acceptance, of the substitute Car use in the Work
will require it -change in any of the Convict
Documents for im the provisions of any other
direct contract, with OWNER Car work on the
Project) to aLbpt the design to the prdposed
substitute and whether or notincorporationor use
of the substitute in connection with the Work is
subject.to payment of any license fee or royalty.
All banatiors of the propos d,substitulG lrom. that
specified will be'idendfied' in the application and
available maintenance., repair and replacenferit
service; wall be, indicated - The application %J ll
also contain an itemized estimate �of Al. costs or
credits that will result 6ccily or indirectly from
acceptance of such substitute including costs of
redesio and claims of other contractors atTeted
I
I
by ther resulting change. all of,which. will. be
CONTRACTOR shall pertbrm not less. than 10"
corriidered by LNGr��= in evaluating, the
Nment'oFAhe Woric with its Own Cones (thaL'i&
proposed subsfivute- ENGINEER
I 'rally r uLr5
nNout
without. subcontinctim& The 20 2;rccnt requirement
CONLYRACTOR-6 lumia additi6nal data
shall be understood to refer to the Work the value of
d,ieproposed 'substi1ute_.
which totals not less -than 20-percerit-ofthe Corrtract,
'Price
6.7.1.3. `0.V1R4MR'x, Expense:- AII.duta to be
,provided' by CONTRACTOR in sYpport.of
j5:8.2:. Lf,-the-Supplementary,-,Gonditj'cfis..Bidd
proposed `or<qual' or substititte. item, wdF be at
'D & ' ' i -.1octupit :.nt3. fre.quire—the 'identity. �of certain
CONTRACTOR's- r_xpensc,
Jubcbntmctcim 3 pli - u- other pers- OMor
jargar. =it . ons (ificI=Ct1hS1bse rwho'gre to furnish the
6.7:2: Subsfitiiite Cwistnictidn -1141huds or
principal" itctasdiCimaterivtl; oxequupment)- to, be
Proceduivi: If a slx6ific,meiiris, method, technique,
suhnnin.a,cl m.OWNEIZ inadvane�of-the-speeified
w4juctice or proceduic -of construction is shown or
deli -prior Effectivt,Datc of the Agreement for
.. prior to the
"in&Muid in -arid _expressly required . by the •c onanct
acceptance by -OWNER and ENGINEHR-L4it"
rkicum1cmet, CONTRACTOR mayfurnish! or pfilim'st
skAWIM;
substitute means. -meLhod. 'tc1que.- . 504oence: or,
su�� _j —ondi OF&,
,&6ccdur,- of construction acceptable to. ENULNEP.R:
QWNMs or 1UNGINEER's acceptance (6&r in
co.N-rrRAcT0R,s6lI submitsufficient information to
wriOng Or by - railing to make UTilLen,*ection thereto
allow ENGINEER in HN(;1NFPR!s scilie discretion, to
the date -indicated for liy acceptance or objection in
ileternt e that the substitute sell is, ivaleni to
Pr,'OPNY,
the bijiling documents or the Contract Documen f.
ts) o
the[ expressly chlied for by ,y- the Qumffid.Docutinchts.
PA F
ih, procedure rbr r&i,4 Foy MGMER will be.
�
-sim
- ------- - so ide Ote veked On the
Oar t9 ffial pr oirided in subparagriph 01
.
0 91ti6a 46F di;
Hi- whiah eaq- go 4RAG -Sha_ 5uhmi; an
6.73..EngareerJs Evaluation: FNGIN= will hL
MOW pFed vQI-Ilie
'on
allowed a reasonable time within which to'evaluate
7 , n the wst
7 d, ll
each proposali or submittal.. madC._pursuant to
-Al'it-5tibeon,Ghang&-Order
paragraphs.6J.1.2and 6j:2. ENGM-E-Rivillbethe
%vill be iyitl
sale 64- of acceptability. N I" or, 0 111er
constitute a condition of the Contra the
suK,mirum%vUor lbedLr,x�im5Lqliedoru.till,?I without
use OF, the named.suhcommctqrs_,suppliers or.other
ENG[NIHER's prior written acceptance which will be
persons or organisation an the Work unless prior
evidenced by either.a Change Order or an approved
.
written -avoroval is obtained from -OWNER and
Shop Drawing. OWNER ran v require
ENGINE M- No acceptance: by OWNER or
CONTRACTOR to Furnish' at. CONTRACTbR's
ENGINEER of any such, Subcontractor.. Supplier or
expense a special performmi&- g"rahree �x other,
nti
other person or or&%ruon J1aU constitute a waiver
.
surety with,. respect to arty y . orequal* 6 r suhs6tutc.
of .my right of OWNER or ENGINEER to reject
ING U11M, R will record - time ,required by
defective Work.-
L-.NGL\MM and 0,1GINEERs' Conswtvaits in
cwaluatmg substitutes proposed or submitted by
6.9.
CONTRACTOR pursuant to paraqaphs, 6,7, t.2 iind
6.7:7 and in making changes - in the Contract
6.9. 1. c6N,,TRAcr0R shull be Ntly responsible to
Documents.(ar in the provisions of any other direct
OWNFR'aiad ENGUNEER for aU acts and omizions
contract with OWNER For work on thePr6ject)
of die Sulicontmerom, S4pplic_m and other persons
occasioned thereby, Whether or not ENGINEER
and organim- no-tis performing:or furnishing any of the
iccepts.a substitute Jtern so proposed or submitted by
-reimburse
Work under a direct or indirizL contrict will[
CONTRACTOP, CONTRACTOR slizill
CONTRACTOR just ;is CONTR_<7OR is
OWNER for the charges or. ENGINMR and
responsible for CONTRACTOR:s own acEs and
DGQ\T-M's Consultants (6r evaluating, each such
MISSIOM. Nothing in the Contract DoctimcnLi shall
proposed s6bstinize item,'
creatj For the benefit: of any such Stibcontnicton
Supplier or other person or organization any
.6.& Concemirkil, Subcontructurs, Suppliers and
contractual relationship between OWNER or
Others: _
EING13NEM and any such Subcontractor, Supplier or
other person or cirganization., nor shall it create any
6-SA- CONTRACTOR shall nos employ MTV
01 iga tion. on the part of OWN ER or ENIG M- ER to
'Subcontractor,, Supplier or othe r person or Organization
'_
pay or to see to diepa ent of any rriorp;ys do,: any
(including those acceptable to OWNER rind
_ym
such ._SubCuntractor, ,Supplier or Other person or
.
ENGIN UR as medicated in'piaragniph 6 8.2). whether
Organization me pt as may, other-,iise'lx required by
initially or as a �ubstitutc;against whom OWNER or
L and c_Y ..... OWZrHP or ELN'GINEER mav
�aV
LNGIN�M may have reasonaible objection.
rvMssh Io saik-'=ct6r, supplier or other person
CONTRACTORJiall not be rcquired to employ any
or orOanization evidence of amounts paid to
Subcontractor, Supplicror other Person or orgammuon
CONTRACTOR in accordance with
to lurnish or perform any of,die Work!auimnst whom
CONTRACTOR'S "Applitationi forPavruenC.
CONIC RACI"Op has reasonable olije6tion.
EJODc QENM�L cri.NDITI.Orm; 191 U-3 (1999. Wlimj
13
All CITY OP TORT C-'OLLE,'4S.\IODu;ic.A-rIONS (TUHV4,71910)
I
I
shall be solely. responsible,
orrdinatirig the Work of
i arid other perso u and
or furnishing, any of the
or iraLrect contract with
'RACTOIt shall ratltriie' till
and such other, persons and
or farruslun •anv of the
6.10. The divisions and seetioru of the Specilictitiors and
theidentifications of any Dmwrrgs stall, riot control
CONTRACTOR. - •ai tdiYidina dtc Work , among
Subcom rnctors.or S*Uers,or tlelinenting the -Work to'be
perti rnted by any specific trade,
�6.11. Alf Work performed. fire C09rR cToR,by,;a
Subcontractor or Supplier will be pursuant to an
ape agreemeni "between CONf RACT.0R and the
Subtvrdracttr or Sirpplter-whirl[ specifically binds the
Subcontractor or Supplier to ,the apo.licable'terms and
•mnditi-6m of due Contract Doetiments far ,the benefit of
Parrdr Fees and Ropawes:
6.13. CONTRACTO_ R. shall pay all license fees and
royalties and assume all costs incident to, the use in the
pcflormartcc of the Work or the incorporation -in the Work
of npy invcndon, design, prod product or device which
is•the subject of patent rights.or copyrights held by others.
If particular invention- desigt. process. product or device
is specified in the Contract Documents for use in the
Pertarmance of the Work and if to: the.actual knowledge of
OWNER or,C IG[NEPA its use is.subject to patent rights
or Cupyhg* bulling, icr-6: payment of any license fee or
royalty to odters, the. existence of such rights shall be
diw1osed by CMWER in the Contract• Documents. 'To the
fullest extent permitted by Laws and Re6ulations,
CONTRACTOR shall indemnify and hold harmless
Otl `IM, 01*GL\TER, ENGINEE•R's Consultants and the
officers„directors, employees,' agents aryl other con-sultanw
of each imdanyof char from and against all claims, casts,
losses ancldamages.arising out of ur.resultau; from any
ailiirigetnent�oC patent rights or cooppyrights incident to the
use. in the perftiimanot of the Wed l or resulting front the
incorporation io the Work of any invention,' desist.
process„ productor device not specified in the Contract
Documents.
1; FJCDCOENFR--1L'cot DI'n ChJ"1410:0t 90 E64,11l
aY C11Y OF FORT.COLLINS.%IODIftCA'ROVS %[V 4413001
P¢nriils
6.13.. Unliss.othe 'ise pprrovided.in.the Supplementary
C)hdiiiong, CONTRACTOR shallobtai nand pay for all
construction permits and licensrsOWNER shall asast
cow, RACTM urhen necessary, in obtaining •srcfi
permits -and .licenses: CONTRACTOI shall pay, all'
governmental dittrgcs'anid,inspection, fees, necessary for
the pioscv Uiori of'the Work; svhich are applicable -at the
time or opnriirt of Bits:. or, if theri and no Bidson'ibc
Effective Date of thz reamer L CONTRACTOR shall
pay.all charges of utdily pwrters'ror connections to
Work, nnd'OWNEI:-�s}iall pay all.r'liarges of such int
otvrters for'. cipiud costs"Tclatcd dicieto such as "p
inicstmt:nt Fees.
6.Uk .LawsandRegw_'/adurts
6 Idd.'CONTRAC"I'OR. shall give all notices :and
comply -with all Laws and kc2datio6s applicable io
furnisliirg-and perf6r mans a of,the lWork. E:ccepr
,where otha%vlu•:e.,i ressly' required 1y� applicable
l.avis - and Rcgulations;: neither ,OWNER. :nor.
kNOI IEER shall be responsible. for nton.. i_i a
CONPRrC zrowi compltnncc with_ airy laws or
'Rcgulations. '
6,14.2. If CONL TRACTOR_ performs any Work
knowing or haling relation to know that it is:contrary
to laws or Regulations, CONTRACTOR. shall bear
all claims,, costs, tosses 'and damages caused by,
arising out of or resulting therefrom-,'Qve6cr, it shall
not be CONTRACTOR'S pri aiuy responsibility to
make certain that the Specifications -and Ora, vings.are
in accdrdanw* with' laws and Regulations; but this
shall not relieve CONTRACTOR of
Comr RACTOR's obligations under paragraph 3:3.2.
Tasev
6.15. CONTILCCTORI shh11,pay all stiles- consumer.
use and other similar taxes required to tx paid .by
CONTRACTOR ui acconlance with the Laws and
Regulations of the plan: of the Project •which are
applicable duriria the perftvmmnce of the Worts
6.15.1. OWNER is exempt frien Colorado State and
'heal sales_jncuse Ltises on materials to be
)krtgan nLl LmorgL* a!e,d'into Lhe jsoiec[. Said tuxes
shall'. not fie irtcluck;din the Contract Price.
AddrL,;st
Colorado Dct rtmcnt of Rcvcnuc
.State Capital ALMeC
I
I
r�
I
I
[1
11
I
I
1
1,375:Slierman Street
Denver:-Colomi(i 30361
Sales .ard Use Taxes • fdr 'the- State of 'Colorado.
Reopnal 'Transportation District (RTD) and certain
Colorado. counties are 'collectedby the State of.
Coloridd-and are included in the:'Certification of
Exemption
All atmlicable'Snles ord-Use 'faxes firtcluilu»: §talc:
collected tares); on anv':itcros other than consttuction
and badinu materials oltvsically incorporated into the
MT-1
ecr are to be id by CONTRAO'rM and are to
included in aotxooriate bid items.
U.se of Printires.•
6.16. dON P-%CTOR %half confine construction.
equipmcrit-.the stocnse-of materials and equipment and the
oop�erraations of workers: to the site .and 'land and areas
drnufied iri and permitted bythe Contract DourmmL,s and
other lard and areas permitted by Laiss drd Regulations.
"righicof-way, ,permits and ,casemcars, oral .shall nor
trremo'r bly!enctnit bar the pretaises with constniction
equipment or 'other, materialsor equipment.
CONTRACTOR shall assume lull- responsibility for any
damage to any such land or area, or to tfie owner or
,occupant thereof or of arty adjm:crit land or ❑teas, resulting -
from the performance of the;Work.:Should any claim be
made IV .anyL such owner or occupant because ofthe
pert'omrance, of. the Work, CON MACTOR shall promptly
settle with such- other party by negotiation or otherwise
resWve Elie claim by trbitraaon or other dispute resolution
prcc coding 4 at law. CQ-rTPACTOIZ .,Ball, to the fullest
extent permitted by Laws and' Regulations, indemnify and
hold har less OWNER ENG[`T-11R Ni C NUERN
Comultani and anyone directly or indirectly erriploycd by
any of them Gom "mud dgautit all claans, costs losses and
xLtmages arising out of or resulting from an chum or
action; legal or equitable, brought by any' sudm owner or
-occupnt against OWNER-'U NGLNEGR or any other party
inckmnified hereunder to the extent caused by or based
.upon CONTRACTOR's performance ot the.Work
.6.17. During the progress of die Wort: CONTRACTOR
%full keep the_premices Free from mcuinulations of,waste
materials, .rubbish and other debris resulting front the
Work At the Completion of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premism as well as all tools, appliances,
construction equipment and machinery and surplus
materials: CONTR.ACTURSJiall leave the site clean and
ready for occupancy by OVWT-R at Substantial
'Completion of the Work. CONTRACTOR shall restore to
ori- irol condition all property -not designated for alteration
by the Contract Da•uments:
6A S. CONTMkC'TOR shall not load nor,pennit any part
of any,stucttoe to bic loaded in any' manner.thdi. will
endariiter the structure: nor shall CONTRACTOR subjeci
any part of the Work or adjaccmL,property to :stresses or
pressures that will cndanger it.
.Record Oacv<nenty
EJCDCUJ %-FR.tL CONUIRONs mil-3 (1'Jalj Etli[itnL
u9 CITY OF; FORT COLLINS MODIFICA'RONS'IRL•Y 4P000 1
6a4. 'CONTRACTOR'slaill maintain in a safe place at
he. site one record, copy of all Driving.,, Speci6Critions,
Addcula,'Written Amendnicrrts. Change Orders Work
Change Ducctive� Field Orders' and, written
interpretations and ciarificaticins. (issued pursuant. to
jiaragrapIt '4) bi: good. oiader mid � annotated, to shdny all,
dtariges made during comtructiort These record
.documents together- with all .approved Samples and a
,e6unterpart of -all' .approved Shop Dravivtgs will be
'available to ENGfNE•ER fur reference Upon completion
of thevWork, and prior to release of final tiatmient these'
rind documents., Samples and Shop Drawings will.be
delivered to ENG UNEUR for OWNER..
Safety and Prmpcdon.•
620: CONTRACTOR shall be ,responsible for
:initiating, mamtruning 'and supervising 'all: :lately
precautions and programs. -in connection, wafi he�Woi"k.
CONTRACTOR shall take all necessary precautons for
thrsafety oG and shall provide the necessary protection to
prgGer t damage. injury or losss to:
o 2II i, all,persons out the Work°site 4 drip may be
affcctcd.hy'Ihc Work;
6 20,2. al I the W rk grid marcrials a al-ipinent to
be incorporated therein, whether id storage on or off
the site', and
6.20.3, other prbpei•ry, at the site or adjacent thereto;
.including team shrubs, lawns, walks., pavements.
.randwayt structures utilities and Und:rntround
F1 Iiticc not dcsighated for nimo'val, relocation or
replacement in the cullrseofooristrucdon:
CONrRAGr.0R skill iomply,with all•appli6blc Laws
and Regulations of any,pubilic body, having juriuEction for
safety of person. or property or to protect them, God
&range, injury or foss, and sk ll erect a6d maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property
and of Underground Facilities and utilily owners when
prosecution. ot, the Work may niTect them, and shall
cooperate with them in thc�protection• removal, relocation
and replacement br their. property. All damage; injure, or
loss to any proper referred to to paragraphs 6•20,2or
6;20,3'caused, directly er indirectly, in whole or in part -by
CO, ITRAC rOR, any Subcoritru tor, Supplier or army
other person or organization directly or indirectly
employed by any'of them to perform or furnish any of the
Work or anyorie for whose acts any of them may be liable.
stmll be remedial by OONTRACTOR (except damage or
loss -attributable to the fault of Drawings or Specifications
or to the.acts or omissions of OWIv'ERor INGIDIEER or
Ni GMER's Consultant, or anytime employed by any of.
thorn or anyone for whose acts any ot'thear may ;he liable,
and'not attributable., directly or, indirectly; in whole Or in
part tothe Nuilt or negli=_ence of COAR'RAC'LOk:or any.
Subcontractor, Supplier or other perstinvr orynizttion
directly or indirectly employed by any of deem).
CON'f R.,ICTOR's duties and re'speirssibilities for the satety
and protection of the Work shall continue until such time.
'act all the Worl, is completed obit h'NGINFER has issued a
r
notice to OWi`tt-R;nnd CONTRACTOR in accordance
with -paragraph 14.13,tiat tie.Work is acceptable (c-ecept as
otherwiseexpresssly 'provided in, conncction with
5ufistantial'Cumplation).
6.21_ Safety:Represzutadve:
CoNUF \CTOR shall designate. a . •quabfied -and
e:tpei•ienced safety' representative at the site whose duties
tmd,resporuifidities shall be the prevention of accidcras and
the matntauung and. supervising of safety 6retautions and
Pru3+aMS
Hazard ConuitunicationPrograins
622, CONTRACTOR shall be impossible" for
arorrlinatang.amr. cxchangepf material saFetv.tata sheals.or.
othef hazard communication information -required to. be.
.made, available to or exchanged, between or among
•cniplovers rat the site in accordance •with laws..or
Regirlatiims,
Fineigendies..
6:231 In;emcrgencicsaffcetinethe.satety•or-proteedonof,
persons or dic'Work or property at the sito'or'adjaornt
thereto. CONCRACrQR" without special' instruction or
nuthoriration.Crom OWNER or.ENGrN-EER. is obligated to
act to, 'prevent 't reatened damage, injury or loss.
COcVI'RACTOR shall. give ENGINEER prompt written
:notice if CONTRACTOR believes that any significant
changes :in the Wort; or variations from the Contract
Dcicumunts have been. caused thereby. If ENGINEER
dcienuiincs that a change in the Contract'pocuments is,
required because of the action then by CONTRACTOR in
resporM to-Wch an emergency, a Work Cltthnge Directive
or Change Ord.:r will be issued to document. the
consequences of such actioh
.6.24. Shop Drawings andSamptq..•
6.24.1. CONTRACTOR' shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with theaccepted schedule of Sholi Drawings and
Sample submiaals (see par1vraph2.9), All submittals
will be identified as LNUDIEER may require•nnd in
the number of copies specified in the General
Requirements. The data shown on the Shop Drawings
will be complete with respectto quantities.
dimensions. specified performance -,id ;resign criteria,
materials and similar data to show ENGINEER the
materials and equipment CO\t'f RA(,-roR proposes to
provide- and to enable. NiTGRNEER to revtcw the
information Cot the limited purposes required by
para6moh636.
CONTRACTOR.shall also submit.. Samples to.
LNGENIMR.for review and approval .in. accordance
with Said accepted schedule of Strop Drairings.;.uid
Sample submittals, Each Sample will be idcrlified
clearly as to material Supplier, pertinent data such as
catalog ntmNn and the use for' wirier; intended and
otherwise as ENGNEER may rcquia to crrable
'MGINEER toreview the submittal for the limited
I,f �c:uc:ct�?Fse.tL CouUrnO�S'tvi�ttl.iiv?o eciGnii
ar an -on toter cote vs atauu�tc.�'noivs pug acorNq
purposes itgtiiied' by paragraph'6:26,- The'nuitilx'rs
, of each Sampleto he. auhmited will.be to specified in
tie. Specifications.
6.25.. S30"itral Procedures:
6:^_5r1. Before submitting each- Skup Dghwur or
Sample; CON7RACTOR`shan hivedetennmed and
ycrificd:
6.3511- all Geld m_easurenidits, quantities;.
dimensions, .aper.�Ecd perComtance criteria,
installation. requirements, materials, catalog
riumbers and' sirtar information with _respect
thereto,
all.materials with.respect to intended
use, faliiicaami 'shi ing, handling., Mragc,
:assembly, ..=and, irotal ton pertaining to the
performance of the Work;and
6.25-1.3. all information relative to
'CONI'R:a(:COR's-'wlc'rc'slroncibili[i�s in respeet
.of means, .methods, techniques," sequencesand
procedures of c'onsiruaionand'safcty precatttions
:aifd pirogr "urns incident thereto.
CONTRACTOR shalt also have. reviewed and
coordinated each Shop Drawing or Sample with other
Shop. Drawings and Samplcv and with the
requirements of the Work and the. •Conanct
Wcuments
6.25?. Each'submittal will bear a:stamp or:specific
%wittenfindicationthat.CON 1WTOR has satisfied
CONTRACTOR's pbligcltions under" the Contract
'•Documents with respect to CONTR UOR's reviely
and approval,of timtsubmittal.
6.2:3, At the time of each submission
CONTRACTOR shall' give CNIGFNEER specific
written notice of such variations, _if any, thatthe Shop
Drawing or Sample'submitted tuay have. from the.
requirements of the Contract Doewircnuk'such notice
to be in.n written communication.separati.ftcm the
submittal; nikL in addition; shall -cause- _a specific
notation to be made on each Shop Drawing rind
Sample submitted "to ENGRITER for review and
approval of each such variatioiL
6_6, ENGINEER will review and and approve Shop
D
Drawings and Sumples in accordance with the schedule a[
Shop Drawings and Sample, submittals accepted by
ENGINEER as required ,by paragraph 2 9. ENGUEER's
review arced approval wtlbeonly to,determine-if the items
covered by tfie submittals- wiI4 after installation. ar.
-incorporation in the'Work . ourttorin to the information
glven'in the Contract Documents and be compatible with
the design concept of the completed f ejectas a
'functioning whole a5 'indicated by the CMtmll
Documents ENGNEER's review and approval will not
Ca to means, methods, techniques, sequences or
procedures of construction . (except where a .particular
.means, mcthod,' technique, sequence or procedure of
I
1
I
I
1
I�
I
1
I
construction is specifically and expressly catled,tor•by the
Contrrict Docum'cnts).or to safety precautions:or programs
incident thereto. The review and appioval,of'a_w to
item as such wi-U not. indi&te.approval id the assembly in
which, the item :functions: CONTRACTOR shall make
corrections-required.by F:INGIilEEK acid shall return the
required number of corrected copies of Shop Drawings and
submit as required new,Samples for ravtew and.approvaf.
CONTRACTOR shall direct specific atte lion in writing to
revisivm- other lhim ttic. cormctiorucalled for by
LNGMM'ari previous submittals.
6.2Z ENGINEER's review and approval of. Shop
Drawing.orSamples:shall not relieve CONTRACTOR
from responsibility for any vahation from the re(Iuirentents
of the Cortract Documents unless CONTRACTOR hss in
wriung called .'ENG[NEER's attention 'to each such
vamition ai the' time. of iuHmissiori as required' by
paragmph 6.25.3 and ENGNIEER has ,given written
approval of each such variation by a specific wrihen
.notation thereof incorporated in or accompanying the Shoo
for complying
6.29;. Where,a Shop. Drawing •of- Sample, is rcquucd by
the Contract Documents or the schele of Shop Drawing
and, Sample sulrmisions accepted by FNGFNF.F.R as
required by pamgmph29. any related Wort: performed
juror to FNGINF.EWs review and approval of the pertinent
submitml wilt be at the sole expense and responsibility of
C:OMACTOR
Cohimuing the Mork.
6.29. CONTRACTOR ,hall aim• on the Work and
adhere to the progress schedule during all disputers or
disagreements with OWNER, No Work shall be delayed or
pobtpcned pending resolution of an); disputes or
disagreements, excieTt as permitted by paragraph 15.5 or as
OWNER -.and CONTRACTOR may otherwise agree an
writing.
:6.31L, CONTRACTOR'.s. General. iY'arrantp .snit
Cuarantee:
630.1,170'47I2ACTOR warrants and guarantees to
OWNER .�ANGNFER and EhrGLNEER's Consultants
that all Work will be in accordance with the Contract
13ocunrents aml will not be dt(acrivr.
CONTRAC rORS warranty and -guarantee herebrider
cscludC3 defects or damagc caused by:
636.F.L abuse, modification or improper
mavaertance or operation -by, persons other the.
CONTRACTOR,,Sulxrontra ,-tors or Suppliers; or
63n.d.-'_. normal- wc'ar'�and tear under normal
usage.
-6.3(1.2. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contmct'
Documents shall be absolute. None oC'die Cullowinc
will c6nstimm an.ncceptance of Work -that is not in
F.J000:OF.'VFR1L C'ONUIT[O; S i 9 i US_t t Y9(i &finical•
ur ci ry or- FORT C'OLLI NS .CIOUIIdG4TfON31RtiV 1.^.fNlfip
accordance with the Contract Doctim nts ora'retease
of CONTRACTORs obtigntion.to•perforM. thc'Work•
in accoidartt eyvith.the Contract'D6y amens::
6.30.27:1', obscrvations!by ENGDJEER:
6.30.2.2. recummendalion'of any,prouress. or
lif*'paymcnt by, ENGLVEER:
C 30:I the usuancc of u ccrtificaie• of
Su fimdal 'Completitm or- MY payttient. by
,O,WTIER,to CONMACTOR under the:Coi Ck c t
Docuigants;
430:2.4. use•or c'ocupancy of the Work or any
parttfi:reof by Of I ER;
6.30.2.5. any aceeptana5 by. OWNER or any
faitum to do so:
630J.6 any revise and approval'of's Shop
fhnyving;ur;Snniple'suhin iitaPitt: the'is"suence,of a
noticc,ot.'.'h& p.ahilityby ENGINEMpursuaint
to paragraph 1 JJ 3;
6345:iT any inspection, wad or approval by
others; or, '
630.2,S. any correction of:ek &J'n�e Wa- by
O VINTHR.
Indenmifrcdtfnn:
631. ',ro the fullest extent permitted bV taws. and
Regulations, CONTRACTOR shall. indemmfy arid.'hold
harmless .OWNM ENGMER [NGNZL•Rs
Consultants and 'the officers, dircetors.-employccs.,agcnts
and of consultants of each.and anv, of,thcm from andagainst dl claims, costs.; losses and damages (including,
Ixn not limited tot all fees and charges of "engineers,
architects, attorneys and other protes'sionals and all court
or arbitmubn or other dispute resolution costs) caused by,
arising out of or resulting from the perlormancc of the.
Work, provided that any such'claim, Lost, loss or damage;
(i) is attributable to bodily injury. sickness, disease or
death,' or to ingury to or destruction of tMitible property
(other than the Work itself), -Including the loss of use
resulting therefrom. and (ii) is caused in whole or in put
by any nrgligentact or omission of C614TRACTOR any
Subcontractor,..iny Supplier. any person or organization
directly or indirectly employed by any of them to perform
or furnish any, of the Work or anyone for whose acts any
of them may be liable; regardless of whether or not caused
in part by any negligence or mission of a person or entity
indemnified hereunder tit whether liability is% imposed
upon such indemnified party bylaws and Regulations
resrilles$ of the neeligericaof any suiti perm or entity',
6.3-2. In arty and. all claims against "OWNER or
LNGNEER or any of their respective consultanLti, agents,
officers, directors or employees by ariv.entployee.(or the
run ivnr or,p erxmal- rcpra ntative of such employee_) of
CONTRACTOR. any Subcontractor. any Supplier, any
person or organirmori directly or indirectly employed by
17
11
.any of them to perform of fiitriiish any, of the Work or
anyone for whose •nds':any of them --may be liable, the
indemnification obligation under paratgaph6.31 shall not
be limited in:arry way by Any limitation on the amouiif 6r
type of dataages. coinp msaeion or�bmefits payiblc, by or
for CON'TRaCTOR6ra4'4wh'Siu& ngactor,'Supplieror
other person or organization under workers'"compensation
a", disability benefit acts or other employee benetiitacts,.
-&33 The _ indemnifteatipn obligations pf
CONTRACTOR' under pantgaph 631 shall not a iend to
the liability of 6i fGIYIN EER and'ENGMR's Curmrltstn"ts
officers ,directorsemplo}ees or agenLi .c us;ed', by the
proCesstonaCnegligptce.errors or am.wions of any of them.,
Srirviinl ,of.Obhgartonr
,634� AIL rcprescntatiores indiannibcationi; wartamiei,
:and guarantees made in required by or given in.accordahce,
�tviih th& Comma Doclimencti as well.:as all'.mntinuing
oblinatians 'indicated in the 'Contract I Documents; will
suiigve, final lxtyment;, comple ioni,antl acce(tmnce,of the
Work and tenninatianor completion orthe agrcemeno
ARTICLF 7, OTFIER'WOW
Related I Fork at Site.
7.1. OWNER may perform, other wort: related to the
Project at the.site ty O\WER's own forces, or let other
direct contracts therefor which shall cN.1tain .General
Conditions similar to these, or have other work performed
by utility owners. If the fact thnr such other work is to he
performed was not notedin the Contract Documuim then:
written.notice thereof will be Riven to CONTIL\CTOR
.prior to starting- any such other work and
(6).CONTRACTOR may make a claim therefor as
provided thArticles l I acid 13 ifCONTRACTOR'lielieves
that such performance will involve additional' expense to
CONTRACEOR.or requires additional time and the putties
are unable to agree as idthe a scum. or extent theraif.
7:? CON'TR_.ACTOR shall afford each other contractor
who is a. party to such a direa conimct and cacti utility
owner (and OWNER. if OWNER isperforming the
additional work with 0W\10es cmplcyers) proper and
safe recess to the site and a reasonable opportunity for the
ihtroduaion andsloragc of materials and equipment and
the execution of such other work and skull ppnrc�nppeerly connect
.and' coordinate the Wdd: with. theirs. Untess otherwise
provident in the Contract Documents. CONTRACTOR
shall do all cutting, littina, and pawhinr of the. Work thai
niay be required_ Co makeits several parts come. together
.properly and inteurate with such other work.
COT -,:TRACTOR shalf not endarijer.any work of others by
cutting.. excavating or otherwise altcrirs their work and.
will imly cut or alter their work with the written consent of
'ENGINEER and the others whose work will. be infected.
The duties and responsibilities of'CONTRAURM. under
this paragaph are for the benefit of such utility awncrs and
other contractnrs to the extent ihtt.there ate comparable
IS MDCUEN'EAU. CONUITI014) 19HM(1996 Edtiail
ui UTI-OF FORT COLLII NIQO11;1CA'ttONS(REV,li-OW)
prov Lilon$. (pr the benefit of CONTRACTOR' in said
direetcantmcts between OWNER and such,utilityowncis
and other contractors,
73. If the proper executionor results of any pan of
CONTRACTOR'S Work depends upon, work'. performed
by others. under this Miele 7, CONTRACTOR shall
inspect such. other work and promptly re to
DiGINEER'in writing any delays; defecrs.er"deficiencies
'ork. _,CONTRACTOR's failure so to,'repoit wi11'
trnaitute an. neeepmnce;of'such: other', ork as..6t and
over fur "integration with C_'ONTRACTOR's Work
cog forlatent-or noriapparent•defegts and,611ciencies:.
.Goori£nadon:
7A. 1`f..OWNFR. contracts with others for' the
_ perCormani:e, of other work'.on the Project at the site, � 1he
:following will be set forth in Suppleioentnry•,Conditions:
74. C. the person,; dnn,orcorpiiradun who,ivill have
authority' and responsibility for 'coordinaiion of;the
twtivtttc..;among the various, primc'contractors will, he
idcmified_
7.4.2. the specific, mattersto be `covered by such
authority and responsibilitydvill be itemized; and
7:4:3: the extent of such' authority and
msponsittilitics. will he,providcd.
Unless. othcnviie- ftrovi&d in; the Supplementary'
Conditions, CAVWR shalt havesolo- authority and
responsibility in respect of such coordination.
ARTICLE;8—OWNNER'S RFSPOtINMLIATL S:
8.1'. Except as, otherwise provided in these General
Conditions, OWNFR Stahl. tcsue,all commuriications to
CONTRACTOR through GNGITJEIR.
8?. In case of termination of the employment of
RNIGMER, 0WN7R shall appoint an engineer against
whtim-CO�1Tk.4FTOLa-ma6eea=uu-rcasmmblc-abject ion:
whose stiitus tinder the Contract Documerits shall be that
of the former L-N'GINEER
83. 06WER shall famish the data required of
OWNER' under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly when
they are due as prov ided in panigraPha 14.4 and 14.13.
SA: OtWER's duties, in -respect of providirtg lands
and easements and providing cnyvrccrin_ survey's to
establish reference points are settforth in pamgniphs'V.I
and 4:9. .Paragraph 4:2refers: to OWNER's identifying
and making available to CON'rR.ACTOR copies a€
reports of explorations and (csis uNubstuface conditions
at the site and drawings of physical conditions in existing
I
I
1
I
strictures ator contiguous to,the site that have been utili
try-Emm 7EIIZ atpreparingthiC_orim ci Dccumertts,�
tort}iiirperegrepkts-5-S•thrtwnft'_�-4,(t;. - -
8:6. OWNER -is obligated to execute'Change Ordersus
indicated'in paagaphi 10:4:
S-7. '04VNLR's resportdbibty ii respect .oP cert_t_n'
irspectioirs, - tests .and' approvals- is sel' :forth in
paragraph 13A..
8_$_ Inconn ctionwithOvWi ER's.right tostopWork.or
suspendW:xk, aces Izttagtaphs I:3aU. and �lpt_
ParwaphIS.ZNE ,deals with OWR's right. to`termutate
:services of CONCR.4CCOR'tutckrreitaiitcRcumswues.
.19a The OWNER shall not sup erase, director have
control .or authority over: nor. 6e. responsible
CnNTRACI'.OR's:mermsa-ethods, techniques,. se*umbt s
�or proccddms of construction. or.tie.-safety precautions and
programs -incident. thereto' •or for .pny failure - of
CON-rRACrbR to comply with I.1vys and.Regulations
applicable tn.the himishing or-perfomence"of the Work.
OWNER' will not bt responsibic for CONI'RACTOR's
failureto,pertonn or furmsh.the Work in accordance with
l eContractDocuments.
Rftdioaea mad-e:teveRk4-eHl rsi(r-is
setavrtlr in tern. ahL_-o-
8 hats
arrangeintnts-have-bezrr-suede-to�satisly-011�c IGR's.
rzspvnsibilily-in=respect• ttareof-vvi Ii-be-asset-forth-'vi-else:
SuppleiuettteiwConditA»u
AR'CTbX'' 9-FNCUNTER'1; :STATUS DLTkNI G.
CONSTRUCTION,
OIVVER'r Represent6tivi:
9.1, ENG[N-EER will be OWNER's representative
during the, construction period: The duties and
.responsibilities. and ,thelimitations of authority of
EIGWEER. as OWNER's representative during.
construction are set forth inAhe Contract Dec:umestts and
shall not be extended without written cortsem of OWNER_
and E• N7liN`EER.
I'bib to Site:.
74:. ENGGJEER will make. visitsdo the site,ai intervals
appropriate to the various stages of construction as
ENGINEER deems necessary in order to observe as sirs
e,\pericriced and qualified design professional the progress
PJCUC GE'N'FRAI. C'ONDITLOKs t'l I il$ (ll�! &tititni.
WO r-YOP PORT COLLI NS MODIFICATIONS 1 KLV -lrfAlal
that ias.been ni..* and the quality ofthe'vafious aspects
of CONCRACTOR's eiewwd Work. Based on
inrormationobtiincd"during such visits and observations:
INGNEER will endeavor for ilia -benefit -,of O«?T-R to
.determine_ in general. if the, Work is proceeding in
-accordance with -_,.tom , Contract.Dooumenik EN,GfNEER
wilt not:be required.�h to make eairstive or crattimiuuv uri
:site itspectibristo:check:the",yttality or quantity of the.
Work;. ENGMER's. eff6rts will be -direeced toward
Fuuvidirq for'OWNER a greater de<eree df corr6dencediit
the completed Work will cgnfarm . gei _i .Hy 'to the
Contract Du'arnertts. On the basis of;surh visits"anrl on -
site oiiseKtitions, ENGIINEFR, will -keep, OWNER
mfomted of the progress of the".Work and will endeavor to
guard'MINER'agamstGefacrve Work, ENIGINEER's.
visits and on -site olneryations arc subject to -all the
limitations on ENGINEERS'mitmrily -arsd responsibility;
set forthin paragraph 9.13, and particularly, but without
.limitation during or as a 1resati of ENGINEER's on -site
visits or observations 'of CONTRACWR's Work
ENGINEER will not supervise, 'diimt, control or have
,authority` over "ar •lie .responsible for GON'fRACTOR's
means, methods, teelmiqucs, sequences,r lirwedures.of
.00nsmrcttotn or die sal-ety' precautiorm :and. programs
incident thereto, or for any'failureof CONTRACTOR to
comply with laws and Regulations applicable to'. the
f wishing"or perfcmmnce of the Work.
Project Representa6vc
9:3.. If OWNER and ENGINEER agree, ENGINF.ER
will ,furnish a Rcsidcrit .f'mject' RtTir•stmtative, to assist
ENGDIEER in, providing more continuous observationof
the Work. The' r spauibilities, and .authority and
limitations thereon of any such.- Resident project
Representative and assistants will Ix ns. provide! .in
psimgmplts9,3 and 9..13 noel—in—tH�-�Spkwxntitq
Conditions•of'these General Conditions. If OWNUZ
desigmatesanother' representative or agent to represent
OWNER at the sit, who is not ENGINEER's Consultant,
agent or employee, the respbnsibibties and authority and
limitations. thereon of such other person will be as
provided in idea npp4anentterte}ilnnr tiaraM,Ph_`.3
of these General Corniitions If the ON10 MER furnishes
a_Resident project Representative R)_o_rdier
asssistan or if the OWNER desiiimaws a Representative
or agent- all asprovidedin !xm eraph 9.3 of the General
Conditions; those Re . esenurtives shill have the authority
hoist limilit[ioris as provided in p_rj!gmoh 9.13 of the
General Conditions and shall lie subiactto the followine:
err 3 I The R1T resentsye's dcalinits in matter3
pertairurrg to the on -site work will in ixnerad be with
the S,10 NEER and CONTRACTOR But. the
Re esentative .will 'keep. the OWNER. MWdy
advised about such -matters. 'The :R�esettatives
.clealiiti� with sub6ontractors will only be Lhrmfh or
with the Cull know_lelee and approval, of the
COo\rfRmabs-
932Dutie and Responsibilities "Rcoresenurtiv,
will:
93'.I.Sche6les - kmriew .die nro,?ress
19
M = M M M
SECTION 2500
QUANTITY ESTIMATE
S'I'12lily 1'
KItU61
'I'O
Adj. &
Replace "Pop
Section V-
Lux
Tyler 6850 ,
F-1" V-box
extentiml
(part only)
"Tyler 6s60,
16" V-box
'fop Section
w/o Lid (part
only)
Tyler GSGU, 26"
\ -Uox "I'up
Section w/o Lid
(part only)
I'01a1 Valve
Box
Replaccincol
Adjust Sid.
NI11 24"
Adjust
Special Mill
> 24"
Adjust MII
Ring
w/Locks
<24" 53"
-
Adjust M1111
Icing
w/Luck
<24" >3"
-
Unila
EA
EA
EA
EA
EA
EA
EA
E.A
EA
S LL'MAY AVE
E HARNIONY RD
IIORSEI'00'1'11 RD
2.00
2.00
4.00
4.00
•1
Area Sub Tu .1
0.00
2.00
0.00
0.00
2.00
4.00
0.00
4.00
0.00.00
130ARDWALK DR
LANDINGS DR
E IIARNIONY RD
11.00
ILUO
1
Area Sub Total
0.00
0.00
0.00
0.00
0.00
11.00
0.00
0.00
IIAIF
LINDI?N ST
JEERSON ST
FF
VINE DR
5.0U
4.20
TDRAKF
Area Sub Twal
S.UO
0.00
0.00
0
0.00
0.00
4.UU
LLU0
UAO
W DRAKI3 RD
SCOLLGGIi AVE
MBADO\\'LARK AVE
13.011
9.00
WHEATO� 1
Arca Sub Twal
0.00
U.00
U.00
U.UO
OAU
13.U0
9.U0
O.OU
0 00
WHEAT'GN DRSLWAY
AVE
1: 1IARMONY RD
13.00
CONIFER
Area Sub'I'wnl
O.OU
0.00
0.00
LL00
0.00
IJ.OU
0.00
400
0.00
CONIFER S'I'
IN COLLEGE AVE
IN LEMAY AVE
18.00
Area Sub Total
0.(10
0.00
0.011
Qf10
U.00
I8.00
O.UO
O ou
0.0
VALLEY PORGH AVE
TAPT HILL RD
HAMPSITIRE RD
3.00
IIANIPSIIIRE SQIJARE
VALLEY FORGE AVE
VALI.EYEORGL' AVE
3.00
VALLEY POROE AVE(I'170L)
IIAMPSHIRI? RD
HAMPSI TIRE SQ
4.00
HORSETOOTH ROAD
Area Sub TomA
0.00
Q00
0.00
0.00
0,00
boon
o.00
000
U.11(1
E li(7RS1?'I'00'i'I I ROAD
COLLECTIi AVE
ITIMBERLINE RD
I Up(1
1 0.00
1 5.00
1 3.00 2.00
1 7.00
8.00 7
7.00
1
Area Sub Twat
0.00
0.00
5.UU
3.00 200
7.00
8.00
7.00
0.00
I'Ok i'NL'R ROAD
E'f RII.BY RD
NOR ['II END
1.00
1
Area Sub Tutul
O.OU
Q00
U.UU
0.00 0.o0
Imo
U.UU
0.00
0.00
Stl1i]'I'IELD CIR I! K W
JVAIA.HY FORGE AVE
SIH:FI:WLDCIR \V
3.00
WINDSOR COURT
CONST11 U'I'ION AVE
EAST CND
4.00
WOODLANDONLY)
Area Sub"rwal
0.00
o.UU
0.00
0.00 0.00
7.00
0.00
0.00
O.UU
GRAND 'I EI.ON H-
lZIIiGLFR HD
MESA VERDE ST
YELLOWSTONE CIIt
GRAND TTs'I'ON PI,
END
Area Sub'I'olal
om
0.00
0.00
0.00 0.00
0.00
0.00
0.00
V.bb
Addendum 1 Page 7 of 11
7222 Asphalt Overlay
19
.ch dulc .and' other schedules premed'bv -the
CONTRACTOR .and 'consult tv h 'the
NGLN'EER'cunccmuig acceptability.
9.3.2.2. •Coriferences_and-..mectnia - :Aitcnd
me drii with the- CONTRACTOR 'such- as
Tnstruction• confererttrs,_protsess meetings
other-.iob conferences. and prepare, and
circulate copies of minutes of me<tines:
93.23_ Lia&n
9.3.2.31_ ..Serve. as_ NNGINEER'S liaison
with, CONTRACTOR: worlanc oririaimUy
throGgh CONTR:ACfOR'S-supenntemdent t6
.assist the CONTRACTOR -in understanding
'am Contract Documents. .
9.3.23.2. Assist inobtakine kom,OWNER
additiotul - details .dr. information . when
reoiiirc%L for proper'execution of the Work.
9_3i2.33. :Advise .the- ENGINEER .and,
CONTRACTOR of the- commencement of
any AV6& requiring . a Shop:.Dnwini • or
•..Imptc submission if the "submission has not
lxxn approved by the FtiGINEER_
9j:4 eviaiv.o 1V"arl:•_ ectigq_gtiDefective
lVvrk, lrgk:ctions and Tests -.
9.3.2.4.1. Conduct per-iitc of sLT ations of
the tWork'in nmerns to assist the ENG WEER
in_detrnnguru that the Work is pro«cd_i in
accordarti:e with the Contract:Documents.
9.3.2.4.3. Accompaany visitirtg__mspcctors
reoresentimp public or other aecncieshaving
juris4gionrovcr the Pro Craord tht results
of these inmections and rcWrt t�o the
ENGAtEEIL
9.32.5. Inter etetatiim or Commut
Documents.. Repurt. to. ENGLNEERwhm
clarifrc-ilioris.riitdinternietations of the -Contract
Documents are needed' and transmit. to
'CONTRUCTOR clarification. and intcrorcia6on
of the Contract Documents its' issued by the
EN"GL%4 EER
9.3.2b. NdodiLatiorm Consider and
evniumc• CONTRACTOR'S sttcgecpons, for
E1CGCGEN15LU.CONDi n0' :191p-8109IE66wI
ire(I YOF.FGIL'F COLLMN %l0DI1;ICATIONS(REV V20(0)
modification in-Dtawims-or Specifications and
reoon.'diese recommemlations_ to. ENGINEER.
Accivatelv- transmit. _to to .CONTRACTOR
decisions issued by the EN-G MER.
9:323 Records:.
Q ;LSS._kw.tg,
9:3:18 L, Furnish. n1GGv-EER L,erjodic
report& as reouirtq of the odizs of the
Work and -of ' the CONTRACTORS
gVgg%cs_iyit2t tfte progress sehedu(.encl
schedule of .shop Drawing- .anJ sample
submittals:
�3:2,��_, Copt t wi C�IGut
Nance of schedulitm ma7pr: testy
instxcltom or startof im roMant pimes of d
Worn
9.32.8,3: Draft proposed Cti:ume Orders
and Work_Dvecuyc Change oNainine
txukup_material from the CON'CR.ACI'OR
and recommend fib Ei MNEER Change
Orders:Work Directive C"hargcs and Geld
orders.
9:32.8.4. Repurl immediately to
E-iiGDTEER and OWNER'^the occurrcnw of
.imyaccident
9.3 2.9. PavmentRequesis. R6iew. apolieauons
for- ns micnt with CON'CRACCOR for mniyiiance
with the .established pfoccaurc. for their
submission and forward with recommendation to
I
I
I
I
I
ENGINEER. notina particularly die relationship of
regti rYineits of the Contract Docurnents (in the fortis of
the' amyment requested to the schedule of values
'Drawings m otherwise) ,is �ENGfNC R.may determine
Work 'completed and materials and eauioment
necessary.which shall be consistent with the intent of and
delivered at the si(c but not `incorporated in the
reasurtably"inferable from the Contract DuLumenis Such'
•Wo&
written clarifications and mterpretatiuns will be bmdini- on
OWNER and CONTRACTOR- le OWNER or
9:3zlo1 'Cum ctic
CONTRACTOR'believesthat -a written clarification or
'
interpretation justifies an adjustment in'.tha'Ccntract.Price
Before ISIGINEER issues a
or the Contract Times and the parties are citable to aercc
Certificate of Substantial Compleuort: submit
io, the amount or astrnt therCOL if an W ONER or
Io,CONITRACTOR a list of observed items'
1CON7RACTOR may make';a Written claim, therefor as
fCquiti aa,correctionor completion;
provided -in AVtiac•IT or Article l'_',.
9.3.^'10.3. Conductr$iml inspcction in the
Adtho4-4td4larintions in Work:
company of:theFNGINEER:'OWNER and
CONTRACTOR and'. rae(rare a+final ' fist. of
9 S. ENGINEER may' agm thortre' olar Variations at
items to be corrected or completed:
,tie \Nock, .from the requirements of the Contnict
'Documents Whirler do, noc.'involve anad' ustmcnr.in the
9.3.110.3- Observe that all' items on the
.Contract Price or the Contract Times and'.are compatible
final list have-lxencorrected orcompleted and
With .the design conccpt'ofihc completed Projca as a
make -recommendations . • to EN0LNEER
functi6hing ' whole cisindicatcd by, the ' Contract
concerning acceptance.
;Daiti_iments. 'these may ie,accomplisheil,byA Field Order.
and will be binding run. OIVNEP and also .on
93 3: Limitation of Authority: 'Mi' Representative •shall
CONTRACTOR who shall. rertorm ,the tV irk• involved
MU -- -
proiaiptlyr If OWYhR or COYFRACT.OR'bdievcs that a
Field Order justi fics'an adjustment imticContract PHLc -or
_9.13:1 _ Authorise any deviations from the
the Corarn2t Times and tfte parties arc unable.tri agree as
.Conyact -Documents- or accept any substitum
to the amount or extent thereof;, OIVNFR or
kL miite s-ggmmgrit, ufness'l�ith DA tiv the
CONTRr.1CTOR may make a written claim. therefor as
-g
GLNFF.R
provided in Article 11 or 12.
9.3.32.. E.rceed Iimitatiitnsof ENGINFEWS
Rejecting Defectrr•e Mork,
authoriry as set forth in the Canner Documents.:
'
9.3 3.3. Undatake anv of the resporsibihtics
:976; FNIGINFER will have authority. to disapprovcor
,of the CONTR•\CTOR Subcon- a, tors. or
reject Work which FNGINF. fisheyes to be defective,
C�vIR1 [Q2' sag Te nlztLdgpS.
orjhm ENGLNEFRhe] ieves will not pnxbce a completed
'.li"'uject that conforms to the Comact Documents or. that
-of
9.3 3.S Advise art or issue d"u6;6ars vela —
to or asstrme control aver any aspect o[' the
will prejudice thi tntegriry of the designconcept the
completed project u a functioning, wholeas1ndicated by
'
mntis, methods techni nsr seguemcs .or
the Contract Documents. ENGINEER will also lave
pSa_edures. for construgi unless such is
authority to require special -inspection' oi' tilag of the
spet:ifieally called for in the Contract Documents.
\Vork as Mvided in piaramaph.13.9„ whether ar na the
Wpd; is fabricaticl, instated or completed.
9.3-3.5. Advise on or issue directions
'
rW "Icing_ -or assume wnyof over slfety.
Shnp Drawings, Ctiange Orders and Payments:
precautitmsand progr, ins in'ctmnections with the
Work-
9.7. In cormection with ENGMER's auihority as to
Shop Drawings and Samples see paragraphs 6.4 through
9.1:1.5. Accept Shop_Dim inu_or samp e,
S?S dtclusive.
1
submitraL% Cram anvone other than- the
-
CONTRAC-TOR
9:S. In conriection witi'GNGDMERs'authority as to
Change Orders. ser Articles lO, i 1, and 11.
9.3:3.7: t\uthorize O\\rNER' to oc:cutri- .she
Rtork in whole or in part:
9.9. In connection with FNGLNFEI2's authority' as lu'
'
Applications for Payment. see Article- IJ..
9.3.3.8. ParticiDatt_in specializid field, dr
Laboratory tests or inspections conducted b'v others
Derrriidnationsor Uiril.Priem':
ercepl. authorized by the
ENGINEER
c?:10..-.bNOLNEER will &temttne die actual,quantitim
'
and classifications of -Unit Price ftrk-'performed by
Chiiificatronrand(nrertrreratirins:'
Cl7NTR\GTOR: EivGLNEER will review with
cawk--\CCOR the '6N.GINMHR!s preliminary•
9 A. ENGR'EER will issue with reasonable promptness
rnm dcteratiuns on such matters before rendering a written
such ti•rincn• elanticatans in(erpretatore of the
decision thereon (bc recommendation of an Aliplication
lirC'UC (i61'LiR,1L Cvh'UIT[Oivy IIIU-3 (yap Eltitiwi)
; I
tair
CI-IY Of FORT CY)LLI45 \IOUIIIi:dTf0�51RLV JCCu101
I
eorPayment or otherwise), ENGIINTEHR's written decision
•thereon twill. be final and binding- upon QWNER and
CONTRACTOR unless, within ten days.after thedate of
:any such decision. either OtVNFlt or CONTRACTOR
•delivers to the older and to ENGINEER written,nott.cc of
ititerition to appeal, frotn,ENGINEER's decision and:- () an
:appeal from,ENGINEER's tlecisiun is taken wihhm the time
limits and in accordance with the procedures set'forth in
Exhibit GC -A, 'Dispute, Resolution Agreement , entered
into between OWNER and ()0NTRaC•T0R' pursuaor to
Article 16, or (i) if no suite Dispute Resolution A&eement
,leas been entered unto; a formal,prooeeding is irutituted by
,the appealin party in w arum,nfcompetentlurisdiction.to
e.X=usn such rights or rcmcdim'as the appeaimg party-m5y
have with respect_ to iWGINHFR's decision• 'diiless
otherwise agreed to µritatg by OWNER and
CONIR:4CTOR Such appeal will.not'beaubject to the
proceduires of "paragraph 9.11.
Decisions an Disputer
•9:11. ENGINEFR. wv it be the initial 'interpreter of the
requ remems of L eContract Dc cements and judge cif the
aeceprahilitw of the Wark thereunder 4 Iaims, disputes and
other matters relating to the acceptability of the Work or
the ititerprztation• -of the requirements of the CoIatmet
gocuments p«crining to the performance and fur- ishin- of
the Work and'claims under Articles I I-an&I'2 in rerpect.of
changes in the Contract Price or Contmct Times will be
re re initially to FNGItNEF.R in writing with a request
for a. formal' decision in accordance with this paragraph.
Written rxitice of each such claim, dispute or other maticr
will be. delivered by the claimant to E IGII PEER and the
other party to the Agi-cenirnt promptly (but in no event
later than thirty drys) after the stain of the occurrence or
event giving rise thereto, and written supporting data will
bc-submitted to F.NGINEF,R and the other party within
sixty days after the start of such occurrence or event unless
IIdGEN=-R allows an additi mi+l period of time for the
submission of additional or more accurate data in. support
of such claim, dispute or other matter, The opposing party
shall submit any response to.GNGIN6ER and the claimant
within thirty days after receipt of the claimants last
,submittal (unless.!F.NGiNF,'ER allows additional time).
EN GINEER will renders formal des. sign n'ivrit rig wi tun
thirty days ,atier receipt of the opposing party's submittal, if
any. in "accordance with this paragraph. ENGRdEER's
written decision on such claim, dispute or other matter will
be final arced binding upon OWNER and CONTRACTOR
unless-. (i) an appeal from ENGfNEER'sdecision is taken
within the time 'limits and in accondnce with the
procedures .set forth in EXHIBIT'GC4: "Dispute
Resolution.Agreemenr, entered into between O WNER tmd
CONTRACTOR pursuant to Article16, or (ii) if no such
Dispute Resolution Agreement hasbeen entered into, a
written notice of intention to appeal. from CNGI' LI=Rs
written decision is delivered by PWNER. or
CONTRACTOR to the other and to ENGLNl CM within
luily days rifler the date of such decision and aformal
protxctling cs itstitutnl by the appealing piny m-a forum of
competent jurisdiction to exercise such rights or remedies
.m,thc appealing party, may Ieivewith re.tect to such clan»;
dispute or other matter in accordance with applicublc laws
-andRegulations within suety days of the dare of such
EICUC C;ENEFt:U.'CONOITt i?�1151n.�t (IyNe EJiriml•
-- 0CITY OF FOIUr COLLINS-MODa7CXt10NS t,REV4C090)
decisiaiir,;urJiss otherwise agreed in writing by OWNER
and CONT RACTOR
I?: When �functioning as inteipieter and iu_dgc under.
' - rapl4.0 9.10 aid 9.11, ENGINEER will not .show
partiality to,bw, RR or CONTRACft7R-and will not be
liable in comtcction with any interpretation or,decision
tendered in good raith in such capacity. The rendering of
a:decision'by. ENG MER ptrrsuanl to parauraphs 9.11) or
9:l 1 with. respect to any such claim..d sputc or other.
.matter (zrcYpt any which have been waived by the making
:or acceptance of final payment ,as provided, ;in
pnragtaph j4.l'5) trill fie a condtuori. Precedent -to any
CXacise by OWNERior CONTRACTM6f such r'ights:or
remedies as either may.otherwise have underthe Contract
,Doeianents or by Layvs,er'Regulatiotm'in rz-spect of any
such claim; dispute ur other.matter-pursaanF-te-r\ttiu".
.9.13. Limitations -on &V61NEER's.Authorip 'unit
Reip"ge;ihilitier.• .. .
913I. Neither ENGINE,ER's nuthcrity on
made by ENGINEER in goal faith either to exercise
,at not,cntercm such auihiirity or r-qx m bility'or the
undertA,uk , exercise onpzrforniana- of any authority
or responsibility by'.FNGWEER:shrill.create, impase.
6r give rise: to any duty olverl by ENGI.=1 . to
CONTRACTOR, any Subcornractor, any Supplier,
any other person or organ=tion; or to any surety for
or,employce or agent of any of their,
v 13?. EVi GINFER will not supervise, direct,
control or have authority over or be'tcsponsiblc for
CONTRr\CTOR's means. methods. techniques
sequences or, procedures of construction. air the safety
precautions and programs incident thereto: or for any
torture of CONTRACTOR to comply with Uws and
Regulations applicable to the furnishing or
performance of the Wort. ENGEJiER will not be
responsible for CONTRACTOR's failure to,perfarirt
or furnish the Work in accordance with the Contract
Documents.
9.133. ENIGINMER will not be responsible for the
acts or omissions of CONITL•\CTOR or of any
Subcontractor, any Supplier; or of any other pasonor
urganiaaticn performing or furnishing any of the
Word;.
9.13.4. ENGUY R's review of the Ctilal.Appficatiurt
far Payment and accompanying'documentaliun and
all maintenance and operating instructions, schedules.
-guaruntees. Bonds aril certificates ofirspection, tests
and approvals and other documentagon reyuued to be
rbliverttl by pumgripk 14.13 will Drily., be to
letmn nz gzncrally that their•content.complies with
the rc i remenis of and tit the use of artib tint of
�utspzctiorts tests arid' approvals t}iat the iestrlls
certiUd; .indicate' compliance with the Contract
bocumcnts.
08-5, The limimnons upon authority and
f
P
I
I
lI
I
17
I
I
11
1
I
re"mibility;se Nrth'.in this parb&pi 933:sliall Also
apply to�ENGINEMts,Consultiws,,Residcnt'ProjecC
Represetitalivo and assistants:
,URTItLEIG=ULVNGESJINTRENVORK
10.1. Without irnalidetuutt�� 1hic Agreement and without
'notice to any surety.'O%VNER'mev.'at any time ar,from,
lime to lime. order additions, dele'tio.rns or revisions in tha
Wort: .Such additions:, deletions or revisiorts.•will he.
authorized by a Written AmrndmatC a Change Order, or a
Work Change Directive_ . Upon receipt of any sirch'
document, .CONTRACTORshall promptly Erdcecd vmh
the Work involved which will be Perlonned under the
applicable. conditions of the Gorttzact Dacumerits (c�cccpt as
IXherwise specifically provided).
10:2. If OWLrMR and CONTRACTOR- arc unablc to
agree. as .to. the extent. if any, of an- adjustmem in the.
Contract Price or an adjusunchtof the Conawt Timcs'rhao
should be idlowed,as a result of a Mork Charge Directive,
a daim may be made. therefor agprovided'in Article I I or
Article 12;
16.3. CONTI ACTOR.shall not be enudcd to an increase
in die Contract Price oran,ertension of the'Contmct'Finies
with respect to any Work perfomied;that'is niit required by
m the Contract Docuenm as amended, modified' and
supplemented as provided in paragraphs a':5 and 3,6, except
in the case of an emergency as provided in pamoph 6:23
or in the case of uncovcring Work u provided in
paragraph 13.9.
10.4. OWNER and CONTMACTOR 'shall c�weute
appropriate Change Orders recommended by.ErNGLNEER
(or Writlen.Amendments) covering:
10.4,1. changes in the Work which are (i) ordered
by OIVi tER pursuant to paragraph 10A, (ii) required
because of pcceptmtce of cdrfzctive Work under
pamgroph' 13.13 or xtrruu, & rkfecirve Work under
paragraph 13.14, or (ii) agreed ro,by'the parties:
10.43. changes in the Contract Price or Contract
Times which are agreed to by theparties trail.
10,4.3. changes in the Ccmtract Price or Contract
Timis which embody the. substance of any Britten
decision Tendered by ENGINEER pursuant to
paraVaph 9-1 1;
'provided that_ in lieu of e.¢ecuting;tiny such Change Order,
an appeal may be taken From anysuch decision' in
accordance with the provisionsof the Cohtiact Documents
and applicable Laws and RegttlatioM0ut. ia`ing any such
.appeal CONTR4(:rOV shall carry in the Work and
ail ere to the progress' schcdule as' provided in
paragraph 6.29
IO.i. Ifrr,)tice of airy change affecting the _encral suupe
of the lvoik or the provisions of the Contract Docunietts
MDC OE'�ERAL COND11TONN 191V8 (199V Etfitim)
ul LITY OF: FORT rALLI t S \IODtf(CA rt0NS (RL•'V d,T.9)0I
(includirg, but not limited to, Contract Price or Contract
Times) -is required by the provisions of any Bondto be
given to a surety, the giving of any such notice will be
CONTRaCTOR's responsibility and tote amount of.each
applicable Bond will be adjusted accordirigly.
,AR'rlCLK11 CFG4YGEOFCOiVTRAC1r`PRICV
11:1. The Contract .Prim constitutes the total
•compensation lsubject reauthorized adjustments) payable
.to CONTRACTOR for pertiorming the Work All dutiis:
-r". vnsibihtics and ohligntioos assigned to.or undertaken'
Iw coN f RACfOR'sbaill he ntCONTPACTOR's expense
without change in the Contract Price.
11 2: 'Phe Contract Price May only be chang44 by a
Change Order or by a• Written AmiL tthnem Noy claim
•,loran adjustment in the Contract Priceshall be brised.on
written notice delivered by the party making the claim'to
the other party and to ENGINEER promptly (but'in no
event lutes than thirty! .i4tys) after the slurs of the
'occurrence or event giving rise io.the claim and .Mating the
general stature of the claim, Notice of the amount of the
claim with supporting data shall be delivered within sixty
days after the start of such occurrence or event (unless
ENGINEER allovm.additional.time for claimant to submit
additionnt or mcxe.accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the adjustment claimed coJers all known amounts to
which the claimant is entitled as a result of .said
oecurremx or event All daiins for adjtutmertt in the
Contract: Price spell be determined' by ENGINMER in
accordance with paragmph9.11 if OWNER and
CONTRACTOR' cannot otherwise agree on the amount
involved, No claim for an adjuument in the. Contract
Prix will be valid'if not submitted inaccordamc•with this
paragraph I l 2.
11.3: The ,value of any 'Work covered' -by a Charge
(Eder or of'.any claim. For an adjustment -in the Contract
Price will be determined as fullows:
11 _3.1. Where the Work involved is covered by unit
lxices contained in the Contract Documents, by
application of such unit prices to thequantities of die
items involved (subJect to the provisions of
23
I
I
I
paiagalphs 11,9-1 through, I 1?9.3_ih lu ve);
CONTRACTOR shall obtain competitive bids &offi
Subcontractors acceptable to OWNER .and
11.12. where, the Work involved -is not covered, dry
CONTRACTOR_andshall deliver such bids to
unit. prices contained ih the ContractDocurit-ents.- by it
OVV-NERwh6wvdl.thendetenire:\vithffieadviceof
mutuilly'agrced -payment bitsii, iricliuding -lunip Isum,
ENGLNTYR which bids, if any: will be accepted: If
(which niiiv include- an 'allowancIi iffir overhiend acid
'
any subc9purnet Rovidec that the Subcorariictof'is to -
profit not •necessarily 't . n accordiiaor, with
be paid an the basi's of Cost of the Work I:ilus'a fee,
panagraph'I.I.6.2).
the Subcontract6eai Cost of thc,Nliloik and fee shall be
determined'in the same manner as COMAACTOWs
11.3.3. where thi Work involved is not covered by unit,
Cost of the -the Work fiic, as provided in
'pricy �ontaincd in the; Comma DoWmcnt� and
. . hs 11A, 11,5, 11'.6 and 11.7 All
pamgnap_
agrecracni't6a lump sum is not i6tched- der
subcontracts shall be subject to the other littavisions of
paragraph 1 , -2, on.the basis of the Cost of the. Work
-the Contract Dccufnenri; insofar as applicahle:
(determined as provided in paragaphs 11.4 and, 11'.5)
plus CONTRACTOWs fee for oveihaad and profit
11-44i Costs of spcbial consildtants (irictuding-but
(4*rmined wq provided in pa ragaph'I 1,6),
not limited to• a rigincLis, arihitoets,.resting
lziburutdria surv,cyors;,-,aLtorncys,Luid. accountants)
Cost Of the lvdrk.,
tariploviid, for scMii<is sfccifictilly rcLiicd to the
113- The term Cost of the Work,mcans thc-sum of all
costs nett a ly;incurrcd and paid by CONTRACTOR in
HAS- SuppIcraefital costs including the following:
theproper performance of the Work. EnepL as otherwise
nagreed to in writing by OWNER; such costs shall
11.4.o!l. . Ther. pro . portion of necessary
r!�IrMnts, no-- higher than those prevailing, in, the
transpi5ftationr.tmvel-and subsisteniie-ci\pensis,`&
locality of the ITcjcct shall. include -only, the faltowing
CIOINTRACIIMS "empto,vecs, incurred in
items'and N 11 not in clude.ar ha to iy. of the costa itemized in
discharge of duties connected' with Lhc'Work
11 A.5: Cost, including transportation and
11.41. Payroll costs for employees in the direct
maintenanceof all materials, supplik
employ of CQtNTRA(;T0R-in the patianuance of the
'equipment. machinery; appliance offiice and
Work under schedules of job classifications. agreed
_-Sudi
temporary�fitcilitiies at, the site and Kind tools -not
upon by OWNER and COM11RAC176R.
owned by' the workem vvhich arcconsumed in the
_markct
employees shall include without limitation
performance of the Work, aril cast 'less.
superintendents fbirrmen and other personnel
value of such items until but net LonstumM which
employed full-time at the site. Payroll ciihis for
remain the prcpxrty of-MNITRACTOR.
employees not ciriploved ful,14inie on the Work shall
be apportioned on the basis,or-thLif time spent on the
11:4:5:3. Rentals of all construction
Payroll costs. shall includerbuiTnot be limited to-
equipment land machinery and the parts thereof
salaries. and wages plus the cost of Cringe benefits
whether rented from CONTRACTOR or others in
which shall include 'social security contributions;
ac&irdanec %;ithp rentalagreements approved by
uncmployrment. ekcise and payroll takes, woikek'
OWER* With the adne of LNG LNLTEEP,. and the
compensation,health and -retirement bcrefL%-benuscs;-
costs of transportation loading. unloading;
sitapplicable thereto.
Installation dismantling and removal thereof. all
The cxpcnssof.pertraming Work rifter regular
in, accordance with',tcrms of said rental
working hours: on Saturday. Sunday,or legal holidays,
agreements. The rental of any such equipment,
shall be included in the ab6ve to theeAent authorized
maefiincry -or parts ,;hall cease when - the •use
by OWNER.
thereof i-s'no longer necessary for the Work.
11.4.2. Cust of all materials and equipment furnished
11.4.5.4. Sales:, consumer, u� or similar taxes
and thoorporated in the Work- in�luding co%Li of
related to* the Work--' and liar wNic.Ii
ti-Ans4mrtation and storage thirccf and Suppliers field
CONTRACTOR is liable, imposed by Laws and
services required in connection therewith All cash
Re6ulations.
discounts shall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
I l 4i.5. Deposits lost -for causes other than
which to make payments. in whwh'case the cash,
negligence 617 C0NWFRkCT0R - any
discounts shell accrue to OW�MER: All trade
Subcontractor or anyone directly or indirectly
.di.,cuunts,rebates and fefuri&and ieiurris trom sill of
"in p-"d 6 any of their. or loi whose acts any
iurplus materials and iquipaimt. ,}mall,}mallaccrueaccrueto
or them may. IaAable, and royalty payments iindy
OWNER. and CONTRACTOR shall make, prot'isions
feci for pemiits.and licenses.
so that they may be obtained.
1 1.4.5:6-. Losses and darasixes (and related
11:4.3. Payments .made by CONTRACTOR to, the
expenses) caused by damage -to the Work,not
Subcontractors for Wbrk- perf6ratud o'I"6irrushed by
compensatedby insurance or othcrwisc.7susEaird
SuFcontraach. If rcquiriid by- OWNER,
by CopITRA(:ToR in connection with: the
EJUDCUENEF-ALCO, DITIOM 1910-8.(1991) Edtial)
24 W MY OF FORT COLUNSNIODIFICA (IONS t1i.EV U'1300)
I
1
performance arid' furnishing, of the, Work (eiccept
I L,5 5, _ Costs due to the nengbgenca of
losses,and damages within the deduclible,mnounts
,CONTRACTOR, any Subcontractor or ;anyone
of property insurance. established b- OWNER in
dircetly.or.mdtrectly employed by: any�.of them or. for
'
accordance with paragraph 59). provided they
whew ads arty of them may bC liable, including but
have resulted Cram causes other, than the
not limited to. the correction of de(eudiv Work.
neeggligence of CON'r,RAEToR,. any
��spo�MI of matcrtals oc egitipmem. wrongly supplied
Subcontractor, or anyone directivbr'indimtly
and making gvcdany damagetoPrvpchy
%employed byany of them or roe whose acts any of
'
them, may be liable. Such losses shall include.
III 55_6. Other overhead or general exprne,costs: of
settlements made with the written ,consent mid
'any kind'and the costs of uny itcm,not specifically and
iipproval of OWNER No'such Iftsses; damages
eepresyly,in6kidedinpari,{grnpk'L1,4.
an&csperises shall be included in,t&i Cost of the
Work.. Far the purpose of determining
11.6. The C0NITR:4FTC5Ts tiff allowed. to
'
CONTRACTOR'.$ feo: If however. any such loss
CONL TRACTOR* for overhead, and pcAiii shall be
or damage requires reconstruction and
determined is follows
CONrR,ACTOR is placed m charge thereof,
CONTR.4CFOR shall b.e paid fur services: a 4ee
.1.1.6.I. u mutually acceptable Led fx: or
proportinmtetothrtstatedintpamgraph 11 ti:2..
'
11.6.2, if a fixed fee is not agreed upon, theri.o l'ee
41_4.3.7; The cost of utilities; *1 and sanitary
facilities
based -on the- following percentages of [he various
Cost
at the site.
. portions of the of the Work:;
IIA5.8. Minor expenses such as telegrams,
1 i C ^_.1. -far costs- i ndurrcd under,
'
long distance telephone calls, telephdrieservice-at.
-expressage
pamQrajihs 114 I, and_ ll'4:1 the
the site, and similar petty. cash items in
l ONTha(l Oh'sfce shalPhc fifteen l crcenK'
nannection,with the Work:
11.6:2.1_. .for- costs .incurred under
'
11.4.59. Cost of premiums for Additional Bonds
and' imtirance ngitired beaiuse Of changes in the
paragraph l 1,4 3, the CONTRi\CTOR's.fcc shall
be rive percent:
Work.
I16&23 where one or more tiers of
11.5The wrim. Cost ofthe Work shall notincludc.nny'of.
subcontractsare onthcbasis ofCostrofthe 'Work
'the following-
plus- a fee and, no,Evd Fee- is agmed upon,' the.
rtucnt of paragraphv l l 4 1 11,4.•1 I 14.3 and
11.5:1: Payroll costs and other compensation of
I l 6.2 is that tlx:• Subc ninictor wlno acumliy
CONfRAETOR's officers, executives, principaLs (of
gerlurms or furnishes the Work, at whatever tier,
partnership and sole proprietorships),general manager ,
will be lnid'a fee of fifteen percent of the costs
engineers architects estimators attorncys, auditors;
accountants. purchasing anti rxmtmctng •agents,
inured b such Subcontractor under pomgraplis
11.41 and 11,42 and that any Higher Uer
expediters timekeepers, clerks and other NrZn net
Subcontractor rind CONTRACTOR will, each be
employed by CONTFL\CTOR'whether at the site or in
paid a fee o�fivapareent of ilia aAiount pert l to
,CONTRACTOR's principal or a branch office for
the ne�lowertier Subcronaset it to be ne otg iated
,general adinuushation of the Work and not specifically
'job
i4.b-� faith with the l WN[R-but not to eeaed
Included' in the 'Weed, upon scliedule of
rive R:rc`ot of. tlie'nmggfl paid to [hl'. Ihxa low'Cr
'
classifli.ations' referred to in parngraph'l1-4.1 or
tierSubxon[ractor:
specifically covered by paragraph l IA.4-all of which
are to be considered administrative vests covered by the
I D 4. no Fee shall be jdyable'on the basis
CONTRs\CTOR's'fee.
of costs itemiad under parngmphs I L4.4, 11.4.5
and 11.5
IF I:5 '. Gepvnus of 4'UbIT (L\(]TOPis principal and
branch offices other than CONTR kCTOR's office at
11.6.15. the amount or credit to be Allowed
the site.
by CONTIL4CrOR to OWNER for any chrge
which results in a net decree ce in cost will be the
115.3. r\ny part of CONgPR,XCTOR's. capital
amount of theactualnet decrease in cost plus a
'
expenses, including interest an CONTRACTOR'S
deduction in.COVTRACTORt.s fee by to amount
capitalemployedfor the Workarid charges against
equal -to'fivepercent of such net decreasrand ,
CQIMTRL\CTOR for,delinqueotNyFnchts.
1 L.6:=:5. whenboth Additions and credits are
I1.5.1. Cost of premiums fur.ull Bonch laid rvr ,all
nvulvml n any.one l,harme, the adjw-Anent in
'
iivsurunce whether or not CONTRACTOR is: required
CONTR[jCTOR's fee shall be computed on the
by the Contract Documents to purchasr.'and mainmin
basis of the net chariye n accordance. with
tlu .$ante (cscept for.the cost of premiums covered by
pnragmphs fl.6:i1 through.) 1.6;2.5,.inclusive.
subparagraph 113.E 9 above).
'
'
I1,7. Whenever the colt of any Work• isni be
E.ICUC 9E•vERAL CG WInO,NS W 1043 f i lNI &Mien)
'? j
'
Wt CITY OP PORT COLLI NS MOUIFIC'A MN3 iRhU •L^_iNlal
I
detertiiined ,pursuarit to paragmphs I 1,4' land 1I.S..
CONTRACTORwill establish 'and maintain recur[^s,.
thereof iri accoWarice with generally accepted accounting
ptactices and submit in [am acceptable to LNG12,1MR an
deriitredcost brmka"i ito;ether.wiii suppoiting _data.
'Cash Allenvances:
t 1 _$;. It is understood that CONTRACTOR has included,
m the Contract Price all -.allowances so. mimed :in'gic
Contract Documents anifshall cause the Work;sb covered
to'Lz fwnistted'aiul',perEurmcxl Ctin such stimsas may,. be
.acceptable to OWNER sitd ENGINEER: ,CONrRAG'rOR
agrees that:
11:3.1, the allowances include the con to'
CONTRACTORM(Iess any applicable trade discounts)
of materials and Lquipment required by•tlte.allbwances
to be;dehvacd ai the site,:andall'applicabla taus; and
1 Lit 2. CONTRACIOR's. costs .for urilouding and
haridfing,on the sita,:lnbor, insmllatioricosm, overhead,
profit art d' .other expenses contemplated for, the
a1101 have [Yen include_din the C'ittitract Price
.and not in the .allowances and rto_ demand for.
additiurmrPaynient.on amount ofany,of tiefaregoing-
will be}•slid. '
Prior to (trial payment. an appropriate Cliange Order will be
isvred as recommendedbv KaNUNFER lo.retlect,actual
amounts due CONCR:AC`.POR anaccount or Work covered
by allowances, and the Contract Price shall be
correspondingly adjusted.
11.9. Unit Price [York-
11.9.1. Where the Contract Documents provide that all
art part of the Work is to:be Unit Price Wort-, initially
the -Contract Price_ will be deemed to include for all
Unit Price Work an amount equal to the sum of the
established unit prices nix each separatelyidentified
'item of Unit Price Work times the estimated quantity
of each item as indicated in die Agreement. The
estimated quantities of items. of Unit Price Work are
not guaranteed and are solcty for the ptrrpase of
comparison of Bids and determining an initial Contract
Price. Determinations of the actual quantities and
classifications of Unit .Price Work performed by
CONTRACTOR will be made by GVCI1TCSR in
aceMance with paragraph 9.10.
1 i.9.2. Each unit price will be deemed to include an
amount-crnuidaed by CONTRACTOR to be adequate
to cover CONTRACTOR's overhead and profit for
each separately identified item.
k 1.93.OWNER or comr-R.�\CMR .may make it
claim, far an adjustment in the Canttaet Price .iri.
accordant with Article I I -if.
11.9.3.1. the quantity of any-item.of Unit Price
Work rxrformed by CONTRACTOR ditfa:s
materially and si?iitiantly frail the estimated,
quanuiv of such item indicated in the ,Agreenjent;
F1CUl.'tiE.t'kR.V. COilUITI OtiJ 1 `J t n-7i I1lw Etlidnil
=fi %WCIITOFFcilur COLLI �IOUIYICdTlON5 (IiEV•IROJaI
and
11..9.3:2: there is no corresponding adjustment
with respect toany'othcr item of Work; and
11t9.33. if CONTRACTOR believes that
CONTRACTOR is entitlrul• to an Increase tri.
Contract Prii;a is -a result, of having incurred
additional expense or, OWNER, believes , that
OWNER is entitled to:a decrc=_ in Contract• Price
and the',parues.;are unable, to agce as to the
amount of xiiysuv.}t increase or daTease:
l L9:3:4. —CONTRACTOR—acknowledges that
the OWNER has the rie it to add or delete items in
.the 'Bid or change quantitics at, OWNER'S sole
discretion without without• affecting the Contract, Price -of,
eanV-remaini `.item,sn'Ion Cis: the deletion dr
.addition does not exceed twentv-Cvc tYreenl of
the.original total Contact Price.
ARTICLE 12-CEr kNGE OEGOt`7.['R \CT'VL\•LES,
1'_.I. The Contract'rimes (or Milestones) may only'.bc
changed by a Chtitge Order or a Written Aracndmerat
tiny claim for an adjustinerit of the Contract Times (or
tvlilstones) shall be based on wTinen notice delivered by
the party makiN the claim to the other pariy and to
F.NGINF'ER promptly (but in rP event later than thirty
days) after the occurrence of the evcm.giving rise to the
claim and stating the general nettuic of•thc chime Notice
of'the extant of the claim with supporting data shall'be
defivered within slaty, days after such occurrence (unless
ENGINEER allows additie onal time to ascertain more
accurate data in support of the .claim) and shall be
accompanied by the claunant's written statement that the
adjustment claimed is the a nti_re adjustment to which the
claimant has reason to believe It is emided as'a result of
0iegccurnmue of saidevent. All claims for adjustment in
the Commet Times( ori`blestones)'shall bc;determined by
EN(iNF..FR. in. accordance ''-with paragraph 'if
OWNER and CONTRACTOR amot otherwise agree.
No -claim fir an adjustment -in the Contract 'rimer (or
Milestones) will be valid if not subuittted in accordance
with the requirements of this paragnph 12.1.
12:3: All time tanits stated in the;Contract Documents
are -of dicesienee of.the.Agreement
12:3. Where. tONCRACI'OR is, prevented .from
-completaig.•any part of the, Work within the Contract
Times•(or -Milestones) due -to delay:beyond the control of
CONTRACTOR; tie Contract -Times (or Milestones),will
be mended in'an amount equal to time lost due tb such
delay if a claim ismade-thcrefor asprmided in
paragraph 111. Utlays beyond the cuntrol of
CONTRACTOR shall include, but non Ee'limited'lo, acLq
or ne_ ca by OWNER. acts or neglect of utibty, owners or
other contractors putomiing other wort: as conicmplited
by .Article 7. fines. [lat& epidemics. abnormal wcather
conditionsor acts of God. Delays.annhutable to and
1
I
I
1
1
I
1
[I
within the eontiol of a Subcentractoroi Supplier shall be
-deemed to'beAcIzves within the control of CONTRACTOR.
12.4. Where CONTRACTORis pienntedf It
•eumpleting any part' of the Wort- within the Contmci Times-
(or Milestones), due- to *delay beyorid the :contiul. of ,both
OWNER aiid CONTRACTOR an extension of - the
Contri ct Tunes '(or Milestones) in an amount .4equal to the
time lost due to''suchAclayshill•be COYMACTOR•s sole
.und ecclusivc rcmedy.,for such delay. Iri.no event 'shall
MYINERBe liable to COINTRACTOR any_Subcdnaratior,
any, Supplier,.any other person error arunrlion. or to arty
surety for. or employee or :agent of any of them, for
g out
of or res tit riC tram (i) delays caused
by or within the control, of the CONTRACTOR, or.
(ii) dclhys beyond the control of both parties including, but
not limited to, tires, floods., epidomres: abnormalweather
conditions; acts of God or.acts or neglect byutility,owners•
or other contractors performing other viork as contemplated
by' Article 7: '
.r*TICLE'• I3-=fFtifs iiND INSPECI•IONs"
CORRECTION, RKMOVAG OR A(:cf,4 r,mF;•OF
OF!'F.CTIVF: WORE:
I3: L rNotice ajDejects:
Prompt notice of all defective Work of which OW14FR or
FTIGI,TF,F.R. have acted knowledgewill 6, given to
CO'VTRACfOR AD defective Work may be rejected,
corrected oraxepted as provided in this .article i,3,
Access to work:.
13.2. OWNER E�IGNIM-P, ENGL•NEER's Consultants;
other representatives and personnel of OWNER_
independent testing:libomtories and governmental agencies
with jurisdictional interests will have acct.ss to the Work at
ressontable—times foi their observation. -inspecting and
testing. C'ONTP-AC.TOR'sh.•ill provide them proper and
safe conditions For• such access and �advisc them of
CON 1 R1ICTOR'.s site safety' procedures and programs so
that they may cbmply therewith as applicable:
Teats and lnsp.ections.•:
13:3: CON—FRACTOR shall give ENGMER timely
notice of'readiness of the Work for all required inspections
tests or approvals, and shall coepetate with impectiotrand
lasting personnel to facilitate required:' inspections or tests.
13.4. C" M R shall employ and pay for the services of
an. .independent testing labontiory to' perform all
inspections, tests, or'nppmvals required by. the Contract
Documents except:
13A. L for inspectiorm tests or approvals covered.
by paragraph 13.5'below...
dtaiLUosts incurred in connection with tests
or inspections conducted pursuantto pnragaph 13 9
EKDC GENERAL CO WITtOM 1910-3119" Eafilicnt
wi C1'IY Of- FORT COLLI NS MODIFICATIONS tREV d.?g11Ui
,below shall' be paid 'as 'provided in .said
paragmph',l3'4 and
13 43; as -otherwise +specilicilly piovidM in the
Contract l3ocuments.
13.5:. If Laws of R;gtilatiuns of:anypubhc bordyhaving
jurisdiction teijuire. any Work (or. part thereof) specifically
to l>t: .inspeGeil, -testes.! or: approved by,an,_employee, or
other represcntalive.uf such public body; C ONTRACI;OR
:skiall - astiuinC fall..resNnsibility for atmnging and
abtaining siuh'inspections, tests or.approvaL% pay all costs
:in connection • therewth, and furnish INGLINEER • the
requircd ,catificatcs of inspection, or approval.
CONTRACTOR shall also beresponsibli for,hrranging
and obtaitui*'and'shall' pay all costs:6 counectio6 mith-
tiny'irtspections, tests or. approvals required far OWNER's
and,ENCi1NF,F'.'R's accce7p�tance ot,mataittwor equipnicrttto
1.
be incorporated in the'W'ork, or of materials,mir designs,
or equipment submitted for apppraval prior to
CONTRACTOR'S ;p uufa se thcrcof for incorpu ition in
'the'Work.
13A If any •LWrL. (or the wort, of othe_rsj that is to be
inspected; tested or approved 'is covered ' by
CO\TfRAC•TOR'. without Britten congurrcnce of
'KNGINEF,•R, it'tiiusS if reGucstcd by ENGINEFIt, be
uncovered for observation..
13.7. Uncovering Work as provided in lxuagraph 13-,6.
shill be at CONTRACTOR'S axrense unless
CONTRACTORhis given F.N'O NF,ER timely notice of
CONTRACTOR:s. intention to cover the same and
FNOIIJ iR R has. not :feted with reasonable promptness in
response to such notice:
Uncovering Work:,
UX If any Work - is covered contrary to *the. wriiten
request of E\TGRgl!P, it must, if requested by
GM'GLNEGR be uncoveied for CNGMEWs observation
and replaced at CONTRACTORN expense.
13:9. If Ft4GTNFF.R considers it necessary or advisable
that. covered Work* be observed bv-.EiIGMER or
inspecttd or tested' by others. CONTRACTOR, of
ENOWEERs request; shall uncover, expose or otherwise
make available for observation, inspection or testing as
LNGMER may require; that portion of the Work in
question lumishins all necessary' labor. mateiml and
equipment If it'is fount(' that. such Work is iefzctrre.
CONTRACTOR shall pay all claims, vests, losses and
damages caused by, truing out of or resultirig from such
unouvenhg, exposure; observation, inv;Tvctiun.arel testing
and of satisfactory, replacement or reconstructi.am
(incttiding, but nett 'limited to all costs of repair or.
replacement. of work of uthers); and O NTMQ shall'be
entitled to.an appropriate decrease in the Contract.riice,
and. if die parties arc Unable to agree ,as to the amount
therefL may make a claim therefor as provided in
.Article`11, 'If., however, such Work is notfound to be
de/achiv. CONTR A JOR shell be allowd an increase in
the Contract Price of ancstension of thc'Coiurut Times
(or Milestones), or both, dir&t1v attributable" to such
,7
I
uncovering, ecpo:ure, observation usspectiop testing;
repiticemenr.arxl recortsuuction; and,. if the 'pturues_are
unable:to arm as, to the amaum or extent thereof,
CONTRACTOR,may makc a claim Lherefa'6s providedin
Ailicles Ll anal 11' - --
0"ER May Stop the Nark:
13.111: If the Work is Uifecihv, of CONTRACTOR chili
ter, supply: suRicient skiUecl workers or suiiable materials or
equipment; or _fai]s.to f rota or perform the Work in such a'
way That the wmpletai Work willtaanfcrm to the Contract
Documents OWN P.R.mey order, C;ONTRAG'rOR to stop.
;the Work, orany, portion•thereof. uidilthe cause for such
order.has'been'eliminated, hcmevei, tbis right ot—OWNER'
to,atop the' Wotlk shall not give rise to any duty on the part
of OWNER to ereroise this right for the bexht of
CO`TRAC'TOR or atuy.surcty.or other party,.
�.Ce"ecdanvr Removal ofDefecuve Work,
1111. "if required m'".FNGINEER,.CONTRACTORshnIl
.promptly;. as directed, either correct all defective Work;
whethencir not fabrigited, installed or completed, or, it: the
Work has becn'rgectcd by HVGiNEER, remove it from the
site and replace it with! Work that is not ckjf ql ve.
CONTRACTOR shall pay all claims. costs losses and
-damages :caused by or resulting .from such correction or
removal (including but rrat limited to all costs of rCrpair or
replacement of work of other i),
t3.12.. Correction Period
13:12,1- If within aqe-y?ap nvoycnrs after thc.datc of
Substantial Completion or such longer_period of time as
may be piesciibed by I;aws or Regulations or by the
terms of arty appli&Ale spacial guarantee required by
the Contract Documents o< by any -specific provision of
the Contract Documents, any Work is found to be
defective• CONTRRACTOR shnn.prompily, without cast
to OWNER and in accordance' with O6VrINIER's %iritten
instructions: (i) correctsuch defective Work, or, if it has
been rejected by OWi\TER', remove it from the site and
replace it. with Work that .s not *feciive, rand (ii)
satistactoidy corrector remove and replace any damage
to other Work. or the work ofotlers resulting therefrom.
If CONTRACTOR does not promptly comply with,the
terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage.
OWNER may have the defective Work corrected or the
rejected Wort: removed and reolsc4 and all claims,
costs, losses and damages caused by or resulting from
such removal and replacement (including but not
limited to all costs of repair or replacement of work of
others) will be paid by CO1%7RACTOR
13.12:2, In specrzul circumsumces where' a lkihieular
item bC equipment is placed in continuous .service,
before Substantial. Completion, of all the Work. the,
correction period Cor that item may start to run'from an
earhGr dateif so provided in the Specifications or by
Written AmendmcnL
13.12.3 Where-defecnre Work- (anddamage to other
EJCUC•OENERALCONUI'i ONO t9111Y_tt:-'lo E(iidwl
28' %V10 IT OF FOILT COLLINS MODIFICATIONS t1tEV.IRarNI)
Work resulting. therefrom) _ has been .corrected;,
•removal,or_replaced:under this.para; graph , 13.12,_the
correction fi ricd'hereundcrwlth respeatozuch Work -
will be extaidcd for an additional period of'eipti Y.0ac
.two vears after s=' h''correction or removal and
replacement has he.6 'sauifs&orjN oompleted.
ilcceptance of Defective Work:,
13:13.. ,tC•iristcsd;of roquiring,coacaion or removal and
'replacenicm of.defectiie Work,, OWNER(arid• prior it)
's recommendation-of`GraI payment also
%NGINEFR) prefers to.accept it, M"tXR•'may.da so.
CONTRACTOR shall' pay. all claims, costs, losses and
damages :attributable to OWNER'S -evaluation of and
such acceptance occurs, prior to. DIGINEER's
reoonimendation of fuml puymciit,.a'Cliange'Order .will be
issued' incorporaringAhe necessary revisions in, the
Contract Docuimentswith respect, to, the Work-...and
OWNER st.all'beentitled to nn apprapnotr decrease in the
Comma Pri.cc,,and, if the ��ardes arcun able toagrec as to
the amount thereofOWF k may make si clahere im tfor
as provided i•n Ankle 11: 11Pthc.aeccptance occurs after
such recommendation -inappropriate amount will be_ paid
by CONTRACTOR to OWNER
QtViVER May'Correcl Defective Work,
13.14. If CONI'.RAE:COR fails within a reasonable time
after written notice from ENGINEER to correct defective
Work, or to remove and replace rejectcd'Woikas required,
liJ ENGfNCER'in accordance with paragraph 13;11,;& if
CONTRACTOR tails to perfona Lite Work in accordance
with the Contract Documcrir , orif CONTR�SCTOR fsiLs
to iomply with any other "provision of the Cumnrct
.Documents, OWNER_. may.- after seven days! w.rakit
notice to CUVTRAGTOR,. correct. and remedy any such
deficiency, In ex�roising the rights and remedies under
this paragraph OWNER shall pr6ceed expeditiously. in
connection with such •corrective and remedial action.
OWNEa may exclude CONTRACTOR front all'or part of
the site, .take possession, of all or part of the Work, and
suspend CONTRACTOR's services related thereto take
possession •oE CONTRe\CTOR's teals, appliances,
construction equipment and machincry at the. site and
incorporate in the Work' all materiaLs, and equipment
stored at the site. or for which OWNER has paid
CONTR:\CTOR but which are stored elsewhere.
CONTRACTOR' shall alltnv OWNER OIX"NER's
representuUvcs: agents and employees OWNER's other
contractors, and LNGNEER and DgGINEER's
Consultants .access to the site to salable OIVNER to
exercise the rights and remedies under this paragraph. All
claims, costs, Imse_s and'damages incurred or sustavied'by
OWNER in Cxd6salg'such rights and remedies' wdl be
charged against CONTRACTOR and a Change Order will
be issued .incorpurating, the necessary revisions in the
Contract Documents with respea to the Work;. and
OWNER'shall'be entitled Lo an;appropnatedecrerse in the
Contract Price. and, if ihcpar i"n are unable to agree is to
the amount theiror. OWNER awy.make a claim'themfor
'aq provided in Article 11, Such claims, cost_% losses and
I
damages will include but not be liniitcdto all costi of
repair or replacement of work- of others destroyed or.
damaged by correction removal or replacement of
CONTRACTOR's 4erecrnvr Work COrNTRACfOR:sftall
.iwr be allowed ara •wdension of. the Contract Tunes (or
Milaturtes) Fjecaiise.gf;ahy deloy'in performance'of the
Work attributable to'theeurcise byOWNER of OWNIMS
rights'ond-ieuxdies hereuutler. .
ARTICLE 14-PAYNEENTS TO CONTRACTOR Atr'D
CObJEPLETIOM
SekeduleajF•aGies.•
d4.1. 'The schedule bf values. established as provided in
,paragraph 2�9 will serve esthe basis for progress payments
and will' be incorporated into a .form of'.9pphation for
.Payment aa,ptab[e-to ENGINEER. Progress paymens o tn'
.account of UnitPrice'Work. will.be based on the�ntmtber of
I nits completed.
4phMnon for ProgMT Pgirment
K2, At least tw6ty clays before the date established for
.each progress payment(but not more often than.once .a
month), CONTR:\CTOR'"I] submit to LMINEER For
review an Application lax payment filled outand signed hn•
CONTRAGI:OR wvering the Work completed as of the
date of the Application' and amompinicd by .sued
mentation�as is require
supporting dobuby the Contract
Documents. If payment is roquested'•on the basis of
mataials and equipment not incorporated in the Work but
defivered and suitably storedat the site or it another
location agreed to in writing the Application for.Nyment
shallalso be accompanicd,by a bill of sale,invoice or other
documentation wanartting that OWNER has received the
materials and equipment free and clear of all .Liens and
eviideree that the materials and equipment are covered by
.appropriate property•insurance and other arrangements to
prates OWNER:s interest therein, all of which will be
-sntisEnctory to OWNER_ The amount of retainnge with
respect to progress payments will be as stipulated in the
Agr"menL s'ny Funds,that are wilhbi! !Ltd hy. the C)P/NER
shall not be subject to substitution by the CONTRACTOR
with securities or anv arrangements involvinu an esarow or
,austodtainship.By czeguttngthe,ap to tcatton for Ira metal
form the. CONTRACTOR expressly waives hfs rieht to the
benefits of Colorado Revised Statutes —Section ^_4-91'401,
Ct set:
COAT94CTOR's[Va nty(if Title.-
14:3. CONTRACTOR warrants.and.onrarantem that title
to all Work, materials and equipment. emwed by anv
pli
i'atiorr rtut Payment rn:o whether irpuriledtn' the
jector not w•tdpassto OWNZR.no later than the time
of payment tim and clear of ell Liens,
Review a%.dpplieariuns far Prntorss Paj;nten{:
14.4. ENGINEER will. within ten days.afttr receipt of
each Applioation for Payment either indicate in writing a
E!e'ucav-VER.at. C'OWITIoEei ww-s I1990 Ettitiml
cat CITY OP PORT COLLINS 710UIPIGyC10NSYRL•V .1,^.Wlal
recontlnendatioh of payment and present the Application
to. OWNER; or return the Application ro CONTRACTOR
indrratvtg'in writing ENGINEER's reasons for refusing to
recommend:paymem. fn the Iauer dix, CONTRACTOR
may.make'.the necessary corecuims.and resubmit the
Application, _ Ten days ,after presentation of the.
Applicutian:for-Payment to OWNI wit& LNGIYF.EFRs
recommetidation.'the.aniouut,recommended will (subject
to'the prow lions of the last sentence of parammh' 14:7)
becvtac due and when due will belpeid' by OWNER to
CONTRACTOR
tits: ENGINEFRs rmominendation of any Payment
requested in an Application'fur Payment will tonatiiute a
representonihrf by ,*NGINEER to OWNER." based_ on
RNG[NEETL's on -site observatioits.of the executed Work
• as an c.xpenenced and qualified design prufessfonal:'and'oit
;ENGINEER'S review of the Application for Payment and
the amompanying dataandschedules. -that to the'bcst of
ENGrNEER'sl3. vledue;informatibn.andbeliefs
14;i:I_ the 'Work has progressed) to ,dia point
indicated, -.
14.5 the quality of the Work is generally in
amordancu'with thc;Contract Documents (subject to
an evaluation of the'Work as a hinclionini whole
priordwor.upon Substantial Completion, to this results
of any subsequent tests called tier in the Contract
.I)ocument�,to a final determination of quantities and
classifications for Chit Price Worl under
patagrioh 9.10, and to anyother, qualiticatiom sratcd
in the rccomutaralation), and
14.5.3the conditions precedent to
CONTRACTOR'S 'being entitled to sdch payment
appear to have. bech fultillcd insotar as - it is
lR%'GLNEER's responsibility to observe the.Work.
.However, by recommending; any such payment
ENGL`IEER will not tliereby be deemed to have
represented that; (i)•cehaustive orcontinuous onsite
inspeclions have been made Ica check the quality or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGINEER in the Contract
Documents or (ii) that there may not ba other minters or
issues .between the ponies that might entitle
CONTRACTOR to be paid additionally by OWNER or
entitle OWNER to withhold payment to COivTRACTOR
14.6 CN"GTNIiLR's recummendation of any payment,
including.Cmal payment shall not mean that ENGINEER
Ls responsible ror CONTR\CTORs means, methcdc
techniques, sequenees.or procedures of construction or
.the safety precautions and programs incident thereto, or
for any failure of.CONTRACTOR to cumply with Caws
and Regulations applicable to the tumishine or
performance of Work, , or. for any failure of
CONTRACTOR to perform or furnish Work ui
accordance with the C'ontmctDcu;umenu
14.7. ENGINEER mayr&sc to rmonintend the whole
or any partofany payment ill in FNGflTEER's opinion. it
would tg incorrect to make the' represeniaoons'to
?9
SECTION 2500
QUANTITY ESTIMATE
S'1Tt161?T
FROM
'I'O
Adjust MII
Bing
w/Lucks
>24" <_3"
IIBP Grading
S,64-28
NlodiOed
Binder
HB
Gr di gS
64-22 Binder
IIBP
Grading SG
JIMA
Patching
Remove &
Replace
JIMA
patching
>10" Remove
& Replace
JIMA Paver
patching
Remove &
Replace
CHh1At`
Patching
Ccolcslilc
Paving Fabric
Uuils
HA
TON
TON
TON
TON
T'ON
TON
TON
Sy
7LINIAY AVE
F IIARNIONY It[)
IIORSIi'I'00'1'll It])
4.00
5,319.80
92.34
497.80
29,853.00
BOARDWALK
Arco Sub'I'uml
4.00
5319.811
U.00
O.UO
Y2.3i
LLUU
0.110
497.80
29853.00
I10ARDWALK DR ILANDINGS
DR IFIIARMONYRD
2,U 13.66
23.35
421.00
12,337.77
Area Sub'rmal
0.00
2013.66
0.00
0.00
23.35
0.0a
0.00
421.00
12337.77
1
LINDEN Sr
IEPTERSON ST
VINIi DR
1,106.11
8.00
2,500.00
Area Sub Tau
0.00
UDU
I IU411
O.UU
R.UO
a.00
U.UO
U.UU
25VO.UU
WEST DRAKE
W DRAKE RD
IS COLLEGE AVE
MEADOWLARK AVE
2,291L70
216.89
234.85
170.30
9,905.49
WHEATON 1
Area Sub Tuml
O.UO
2290.70
O.UU
0.00
220.89
234.85
O.OU
7U.J0
9905.49
WI WA'I'ON DR
SI.IiAL\YAVIi
EHARMONY RD
1,251.81
19.73
Arca'Sub Tidal
0.00
0.01J
1251.R2
U.UII
19.7J
0.00
U.OU
0.00
0,00
CONIFER S'I'
N COLLEGE AVE
IN LIiMAI' AVL
3,835.69
38.50
Area Sub Twat
1 0,0(
O.UO
3635b9
0.1111
38.56
0.1111
0.00
0.00
(wu)
VALLEY FORGE AVE
STAFI'BILL RD
I1ANIPSHIRIi RD
465.70
18.84
HAMPSHIRE SQIIARL
VALLEY FORGE AVE
VALLLYFORGE AVE
425.40
45.58
69.70
3,581.33
VALLEY FOILGIi AVEQ'I°OI.)
IIAMPSI IIRI? RD
HAMPSHIRE SO
347.81
IOB.US
11460
2,652.22
HORSETOOTH ROAD
E HORSE 1'00'111 ROAD
COLLEGE AVIi
Area Sub Toml
'I'IMUERLINB RD
0.00
ROU
0.00
13,111.20
1238.97
0.00
172.50
184.52
0.00
0.00
184.30
510.60
6433.55
73,575.75
A,ca Sub'fotul
8.00
1311120
U.UU
U.00
184.52
0.00
0.00
510.60
73575.75
PORTNER
G'I'IIY RD
NORTII END
442.97
Im
95.40POt'I'NCUROM
3728.67
1
Area Sub'Tmul
0.00
O.OU
442.97
O.OU
1.08
186.98
O.W
95.4U
O.OU
SIIEFFIELD CIR 1: & W
VAI.I,I!Y FORGIi AVE
SIII?FI°II{I.D (7IIt W
336.33
3.23
W INDSOR COURT
C'ONS'1'H'U'n0N AVE
EAST END
228.86
4.30
WOODLANDONLY)
GRAND,rrTUN I'I_
'/.IL imt Iti)
Area Sub Twal
IMESA VERDE ST
U.00
I
0.00 '
965.19
0.00
7.53
1455
0.00
1100.70
0.00
0.00
O.UU
YI?LLOWSI'ON E CI
GiRANDT17 I'ON I'L
IiNp
7.77
120.40
Area Sub Tolal
0.00
0.00
0.00
0.00
1 22.32
1 0.00
0.00
1 221.10
1 0.00
Addendum 1
7222 Asphalt Overlay
Page 8 of 11
I
OWNER referred to 4 pnrngrapli' 14,5. ENOWEER•miy
also refuse,torec_ommend _any such payment, or. because -of
subsecjuendt discovered evidence or the results of
subsequent in or tests; minify airy'stick payment
.previously recommended. to such chest as may bier'
necessary' in ENGMt PRts opinid toI, protect OWNER
from lossbecause:-
14.7.1. the•Workis defecti''4 or ctimpleted 4Vor4-'has
beendama edrequ mgcoumtionorreplacement.
14.7.1 the: Contract Price has been reduced by
WrittenAmendmenl or Change Order, -
14.7.3: OWNER has. 'been required to. correct,
drfac;ive Work or'tomplcte Work, inaccordance with
paragta ph � 13' 14: or
147.9:. ENGINEER has uctuul'knovAodp of the.
eeeirrrcnce of ' any, of 'the evens: enumerated in,
paragraphs 15;2:1 throu¢h'15YJA inclusive,,
OWPIER ma refuse to make payment.of the fulfamount.
reooinmended by, BN.Gfi IBER'beenus t:
14.7.5; claims -have been niadc against p44NER on
account of CONTRACfOR's performance or furnishing
of the \Park,
14.7.6. L.icns have heen'filcd in connection with the
Work; except wherre CONTRACTOR: hns,delivered a,
specific Bond satisfactory to :OWNER to secure the
tls safaetion and discharge of such Liens,
14:7.7. there are other items entitling OWNF,R to a sd-
off against the amount remmmended. or
N.M. OWNER hm_ actual knowledge. of the
.occurrence of any; of the events enumerated in
pamgmpfts 14.T1 through aam 14,7 3 or, pgmphs 15:2A
through 15.2.4 inclusive:
but OWNER must give. CONTR-ACTOR immediate
written notice (with a copy to. ENG WEFR) stating" the
reasons for such'action and promptly pay CONTRACTOR
die "amount so withheld, or any adjustment _thereto need
to by 01Vi`TL•R and CONTRACTOR: when
CONTRACTOR corrects to OWNER's satisfaction the
reasons forsuch.aclicn
Subvantiht C01pledon:
1.4,5_ When CONTRACTOR considers the entire Work.
ready for its intended use CONTRACTOR shall notify,
OWNER and, laiG[NEER in writing that the entire Work
is substantially, complete (except for items specifically
listed by CON TRAC.rbR as incotpplete), and request that
LNGINEER issue a cerLificateof Substantial Completion:
Witlun .0 reasonable time thereafter, OWNER.
CONTRACTOR and ENGNEER "H nlnke an inspection
of the Work to'determine the status of completion. If
F_NG4NEF.R. does .not consider the Worl. substantially
ctituplctc. ENGINEER will. notify CONTRACTOR in
writing giving .the reasons therefor. If ENGINEER
311 EXI)COEN'ERiLCONDI nOV" 1911Ht(1990Etonal)
a'i MY OF FORT COLU NS MOLUICATIONS (ILEV :aRn9a)
considers the Work sutista ttiallj` coniplet ENGINEER
will prepare anct delivtentative c eriifieate
of Substantial: Completion 'whick•shalL.fix:lb-- date of
Substantial�Ccmplctiom* There shell be attached to the
xriificatc al tentative list of items to be cciapleted'or,
mireeted'befnrefinal pp'aa' - *L OWNER shall haves&v n
:days after receipt of the tentapve certificate durvt3 which
'toy make written objection. to. ENGINEER' asto any
provisibm. of the certificate _or :attached list., ,if, :after
in
g.the rasoris therefor.. It. .alter t
R's objections,' bN('']NEER.cons
stantially complete; ENGINEER' "w
rtcfm _days..e:teaute :and .deliver to.
CONTRACTOR "a definitive certificate of Substantial
Completion "(with "a revised tentative .fist of items.lo be
completcd'or ei-mccted).rcticiiing.such changes from the
tentative certificulte as ENGINEER be6evesjus6ficil after
consideration of any objections .Ggni bWNliit. At the
timcbf dcliyciy of the ientativc,ccrtificitc of Substantial
Ctimpletion,ENO] NF;E - will "deliver .to OWNk'R and
GONI RACTOR:a written recommendation as to divtsion
of responsibilities pending final payment between
OWNFf2 and CONfl2aC'fOR with r.spcct'.to sccvriiy,
openitiom safety, maintenance, heat, ,utilities, .insurance
and warranties "and ..guarantees Unless- O\Wi ER and
CONE KAC iOK'. grec othcrwisc'in writing and so nform
ENGINEER' in writing prior to. ENG W 6ER s issuing. the
"detinitivet certificate of Substantial Completion,
ENGINifEER's aforesaid recanmcnd.ation.will be�bivtding
on OWNER and CONTRACTOR until flinal paytnent
14.9, OWNTR shall have the right to exclude
CONTRACTORfrom the, Wodc alter the _date of
Substantial_ Ccmtpletion., buf OWNER shall. allow
CONTR4CTOR reasonable -access to_ complete or correct
items on the tentative list.
Partial Utilization:
I4;lp Use bj• OWNER at OWNERS option of any
substantially completed prat of the. Work, which (i)_has
sWcirictlly been' identified in the ContracL DocumentsL or
(li) O\4NEF_ CNGINUER. and :.CONTRACTOR agree
constitutes a separately functioning and usable part of the.
Work that can be used' by OWNER for its "imcndl d
purpose without significant interference with
CONTRACTOR's performance of the remainder of the
Work. may be accomplished prior to Substantial
Completion of all the Work subject to the following:
14.10.1.0\VNEt -at any, time may request
CONE RACTOR in %v6ting m.permit O WNTR.LOLUSC
anysuch pan of the Work %vhich OWNER:be(ieves 6
be ready for its, intended use and substantially
iomplete, ifCONTRAi 0P aguesthat sucfi'peitof
the Worlk is substantially"eompltte, CONTRACTOR
will certify to OWNER and ENGINEER that such
Iztn of the. Workis suhsmntially complete and request
ENCIMI, R to issue a certificate of Substantial
Completion for that part of the Work.
1
1
1
I�
0
t
L
I
[1
11
1
I
I
CONTRACTOR'at.any time may:notify OWNER and
UNGLNIEER' in writing thet CONTRACTOR cunsiders
any such partof the Work ready for its intended use
and substantially, completeand request ENGINEER to
isue a certificate of Subsumtial. Completion f& thai
part of the Work. Within a teasohable time after ether
such request, OWNEI; CONTRACTOR and
LNGL�IEL•R shall maLa art irspection.of'thir part of
the Work to,determau its.stitus of completion If
Ev'NGLNIEER tlaes rnH consider that put of the Work to
be subsietttiallycomplete, EV"GI=— —R_ will notify
013RNER and CONRA TCTOR in wrilirt6 yivaag 64c
ressoitss therefor:. if ENG[NFSiR considers tluit part of
-the Work to be substantially cemptete; the provisions
of paragraphs 14.3 and 14.9 will apply with respect to
certification of Substantial Completion of that part of
the Work and . the division of respdmsib6ty in .respect
t ereof and access thereto.
44,10.1. No occupnncy or.wparatc opemdon of part
of the. Work' will be accomplished pnor'to compliance
with. the iequirements'ofparagraph 5.13,in respect of
property,u1surance. "
P ind Inspecdon:
'14A 1. Upon written notice trom COITR4c-TOR thatthe
.uwirc Wark. or an agreed portion thereof is. complete,
ENGI; 'EM will make a fuuil' inspection with OWN R
and CONTRACTOR' and will rkitifV CONTRACTOR in
iridrg of all particulars in which this inspection reveals
that [hc Wark is incomplete or r6rfictiva. CONTRAC"IT)R
shall immediately take such measures as are necessary Ito
cornpletn such work of remedy such deticiencicc
.Fail it p/dicntiprc fiu Pavnrenl:
14113.. After CONTR:\CTOR has completed all such
currections io the satislaetionof ENdF-- T-X-R;ind delivered
m accordance with the Contra r Docutncnts all
maintenance :and operating-irutructions, schniules,
gummtcm Bonds. certiflicates or other evidence of
instuutce required by paragraph 5.4, certificates., of
inspection, marked -up record -documents (as provided in
paragraph6,19) and other documents. CONTIL\CTOR
may make appfintioh for final payment following the
procedure for progress payments_ The final Application ror
Payment shall be accompanied (except' :u previously
deUcr&D by: (i)all dkx:umentation called for in, the
Contract Dawnanm including but not liniiteat to the
evidence of insurance required by subparagraph54,13.
(u)consent of the surety, if any. to fine[ payment. and
{fit complete and legally cllectivercleau:s 4 waivers
(satisfactoy to OWNER), of all Liens arising out of or riled
in connection with the Work: In lieu of such release% tr
waivers. of Liens and as approved by OWNER,
CONTRACTOR :may furnish receipts or releases in full
-and'affi&vii ofCONftRACTOR.that: .(i) the.releases:and.
receipis include all labor services. material and equiipment
fur wtuch a Lien could be lied. and (ii)till payroll.
material and -equipment ball aril other indebtedness
connected with the Work for whieh:()W .R or OWNE'R's
property in i`ht in my way be responsible have been paid'm
etherwow mtistied If anv'Suhcontmetor or Supl5jicr fails
E.ICOCCiE'S' AL CGWIT70t+519103 It9�HJ 6,61i<tif.
wi ci ry oi' FGkT COLLI NS MODIFICATIONS (REN JCO110)
to furnsh such' a release or. receipt' in, •full;
'CONTRACTOR' may fort sh a. Bond'or-other collateral
,satisfactory to OWNER •to. indenuiify.UWNER'.apffisl_
any'Lren. Releases or tvaivcrs of lions and tie consent of
'the surety to, finalize oavment are ai be submittedon
forms conforming to the format -of the OWNER'S standard
:forms bound in the Proiect'manual"
Final Payrirent and.,lccepfgnce:
11 If, on thti basis' of ENGLNEER's 6liwm6on of
Vork durinb construction: and fhiaf irnpection: ' and
INEF.R.'s review of the. final, Application• for Payment
accompanying documemation ,as required .by - the
racy Qa:umcnts,.FNGINEER. is sanstie&,that the
C. has been c6molcted and CONTRACTOR'sother
ations under the Contract. Documents'have been
14 ENG WFF.Rwill. within dajrsafter receipt of
uial APPlicaiion Cor:Peym grit. indicate, in wriung
INEFR's rccommendatipn of payment .and prcseitt
\pplication _to -OWNER' for payment:, At the:.same
and CON1RACTOR that the Work is acceptable subject
to .the , provisions of paragraph t4.15. Otherwise,
FNGINF.RR will return 'the Application -to
CONTRACTOR; 'indicating inwriting the .rcasins for
refusing to recommend final payment in. which case
CONTRACTOR.shall,make the necessary corrections aril
resalm it the Application. "riwty days atter,piesentation to
OWNER of the Application' and accompanying
doarmeneitim -in :appropriate forth and substance and
with ENGHW..FR's recommendation and notiix of
acceptability, the amount rcoonamcnded by-ENGLVEER
ivill' become due and will he paid by C)WNF.R to.
CONTRACTOR subicct to remunnph I7,62 of .these
� Gz I�EiI C.t�t�rtiotti;
14.14.. IE through no fault -of CONNTRACTOR, final
completion of'the Work is, si6nificantly deldved-.red if
ENGINEER so conlrruts. OWNER shall, upon receipt of
CONTRACTOR's. final Application for Payment 'and
recommendation of LNGLNIILR, and without terminating
the Agreement. make payment of the balance, due for that
rxinign of'the Work fully'.complctcd andacccpted lC.tha
reniaatirrg balance to,, be held by OWNER for Work not
Cully completed or corrected is Itm than the retainage
stipulated 1n the AdreeineriL and if -Bonds luive, been
.Curtushed ss required in pamgmph 5.1, the written consent
of the surety to the payi»eni of the balance due for that
portion of the Work rullyi completed and accepted shrill be
submitted by CONTRACTOR to ENGDMER with the
Application fur such payment. Such payment shall be
made under the termsand conditions governing final
payment. except that,itshall not constitute -a waiver of
claims.
{Yaiver'bf Etrtltp.ii,
I4.75.. The making and,ucccptara;c uf'661 payment will
rttnsiiiutes -
'I4.1 i; 1.a waiver of all -claims by OWNER. against
CO\?fRAL'TOR. except, clams arising from
Unsettled Lieris; from .Lief cm?e Work.appearins.atter
31.
1
final inspection pttrsrant to paragaph'14;11, from
failure�lo comply with the:Qmlrsci Documents or the
terms of any special guaiintees specified Iherek or
from COTv"CRACTOR's continuing obligatiays;under.
the. Contract Documents: aiid
14.15.2. A .waiver of; all; -clitims ,by CONTRACTOR'
.against OWNER other than thbia•previously tirade in
writing *4 still unsettled.
ARTICLE. 15SUSPFNSION OF WORK ,4\'D
TM'V.1i A:PION
6MVER ;41bv'Susperrd li'rirk:.
15.1. At. any time, und, without, cause, O"t ER, may
suspirid'theWorkor arn'portion thereof fora Nriodof not
more than ninety Jays.. ev notice in .writing' to.
CONTRAC.I61R and FNGIivtER which will Fm the date
.on which. Wort: will be resumed CON'rRAC'TOR.shall
iesuine•the Work,on the date sS fixed COtMRACfOR
.shall be'allmvcd:an idjus.tnent in'the Contract Rice or an.
�Ntcnsio-n of the Contract Times, or hot}c directly
mtribuahic to a ty such utspzrtsion iF CONTRACTOR
'makes an approved, claim therefor as provided in
Articles.11 and12..
.OIVNERalfay Terminate:
15:2: Upon the occurrenm of any one or more of the
Following events:
15,2.1. if COS IRACTORperrsistently Fails to perform
the Work in accordance wiih,dic Contract Docuroenls,
(including. but rot lurlitedto, Failure to supply sufficient
skilled workers. or suitable materials or equipment, or
failure to adhere to the progress schedule established
under paragraph 2;9 M adjustedfront' time to time
pursmuopara=.ph 6:6),
1 .2.2 if CONTRACTOR disrcgarUs Laws or
Regulations oC any public taffy havirgjurisdict ior>.
15:2.3: if CONTRACTOR disreginnts the authority or
sF NGTi`I or
15:2.4: if CUNTRAC:TOR otherwise violates in; any
subsuntial way- any provisions• oC the Contract,
Documents:
-OWNER may. ally eiving CONTRACTOR (and the
.surer}', if any) seven days written notice and to the extent
permitted. by Laws and Regulatiitru,_laminatn the services
of CONTRACTOR exclude CONTRACTOR tmm the,site
:and take possession, of the Wark and of ;all
CONTRACTOR'S 'tools, appliances, consar ct do
equipment and machm y.at. the site and use .the same to
he full extant they could be used by CONTRACTOR'
(without. liability to CONTRACTOR for trespass or
corivcrsimi), ire rpomtc in the Work all mutcnalsand
equipment stored at thesiteor for which OWigF.k, has paid
EXL)C GENERAL CONDI'nONs 1911143 (1990 E66m)
3 aY Q1TOF. FORT COLLH S M011a9CATIONS(REV 1,7OUX1)
CONTRACTOR but. which are stored elsewhere, mtil
fmish'theNdrkasOlW. LRmay .dean e:Kpedient In,suLh
,cue CONTRACTOR shell not -be entitled to receive.any
further payment until Chic Work is finished If the unpaid
balance of the Contract Priceexcemb-all claims; costs,
losses and.datnages susta ried by OWNER'ariiing out of
or resulting.frorn completing.the We& such exc, ss wUbe
patdto CONTRACTOR. '1f.such claims.fwsts. losses and '
darnaees:excecd.such,unpaid balance CONTRACTOR
"H pay the difference'w;OWNER. _ Such claims, costs,
es ,lossand damages incurred byOWNERwwiU be reviewed
by ENGERIN as to their reasornblmiss and ',whiereso
approved by ENGlN bER mccirporated ina Change Order.
provided_ that :when exercising iary rights cw remedies
undW,dtis. p'arag ph C}WINIM'. shall riot he -required Co.
obtain the lowest price for die W6rk perf.mned.
15.3. Whcre COY'i'RACTOR's services Have hcen.so
tennihated by OWNER, the temmnation,wUl not'alTecl
any rights or remedies - of 'OWNF1?. against
'CONTRACTOR thien,existin' " 'hick may,thereatler
accrue. -Any, ratantron. or -_payment; of ._mahevs due'
CONTRACCOR by 'OWNER wiU itot release
CONTRACTOR lronr liability.
15.4. Upon- seven days 'written notice, to
CONTRACTOR. ,and F,NGINF.ER, OWNER may,
widtout cause and without prejudicc.to any. other right or
remedy of 0WNER elect to tertiiinate the. Apscernent. In
such ' case, CONfRAC.'TOR. quell' be paid" (without
duplication of any items):
15.9.1. foccomplcted and accepmble: Work executed
in accordance with.tkc Contract Documents prior to
the effective date -of termination. including fair and
reasotutblesums for overhad and profit on such
Work:
15.42. for expenses.sustamed prior to the effective
date of termination in perftxming, services and
furrusshing tabor materials or equipment as required
by the Contract Documentsin connection with
uncompleted Work, plus fiiir and reasonable sums for
overhead and proht ort such cxtx:mcs;
t543 for :ill tlaumc -costs,. losses, and iAtmages
titcurred,:m' settlement of: terminated corivacts with
Subcommetbrs. Suppliers arvlothers. ;cod
15A,4. Be rettsonnble tnpenscs directly attributable
to termination_
CONTRAC'T.OR'shall•not be paid -on account of less of
anticipated probe or revenue or other economic loss
arising out Of or resultingg tram such termination.
CONTR-I CTOR May Stop lVark-ur.Tamihate:
15.5. IC through: no act or fault bfCONTRACTOR. the
Work is suspended far a period,of more than niricty days
by OWNER or under an' order bfcourt or other public
authority, or F;NG(HEER Fails -to act on any. Application
for Pavment within thirty days after it,is submitted or
OWNER fails for thirty cl rys to pay CON°MA( CUR any
J
1
I I
I
n
1
I
I
I
I
I
I
I
I
I
•.satin finally determined to be due.�then CQNTRACTOR'
may; upon seven .days .written, notice to. OWNTa. and
EIGINEEL. aid d provided OIkg4M m ENGRgEER do nut
remedy such suspension or failure within that. time.
teiminite the Agreemettt and kuvcr .from OWNER'
payment on the mine terms as provided in. paragraph 15.4.
In lieu of terminatii&.the .4cement and without predudice
'to any other rightor remedy. if LNGINEER hn'failord'to
:act on an Application for Payment within thirty days after it
is submitted --or OWNER has failed forthirty days to ppay
CONTRACTOR any sum finally detaminerl to lx due,
CONTRACTOR may upon seven days' written notice to
OWNER and ENGINFJ R stop the.W4k until payment of
all such amounts due CONTRACTOR, inclUdutg interest
thereon The provisions:of, this pantgraph 15.5, -arenot.
intended to prcclbde CONTRACTOR front making claim.
under.Articles l,l tuid,l2 for an increase in,ContmetPrice
or Contract Times'or otherwise for.expenscs.or damage
diimtly attributable to;CONTRA(`TOR's stopping Work as
mt.
peincd�bythisraiagraph:.._ - .
AWEICLE 16--:l)ISl'UTE RN_SOLurio i
If and to .the recent that OWNER arid CONTRACTOR'
'have agreed on the mcthod'and procedure' for resolving
disputes beiween their -that may arise- Under this
Agreement,•such dispute resolution method and procedure,,
if any, :shall be as set forth in Exhibit GC -A, 'Disrute
Rcutlution.Agreernent". to be aaached herctu and made'a
,pail hereof.. If no such agreemem'on the.method,and
procedure for resolving suchdisputes. has .been rcichcd,
.and subject to the provisions.of pamgaphs9;1Q. 9;11. and
9,12.'OWNL•R and CONTRACTOR may exercise such
right s,or remedies iseit_her:may otherwise Have under the
Con iractDoatments or bv'Laws or Regulations in respect
of any dispute.
ARTICLE 17=AQSCELI:ANEOUS
Gitvrg Notice:
17.1_ Whenever any provision of the Contract
Dueumcnts requires the giving of written notice; it.will be
deemed to have been validly given if delivered in person to
the iadivitdual or ton member of the firm: or to an Officer of
the corporation for whom it is intendc L or if delivered at
.sent by registered or certified mail,, postage prgpaid. to the
last business address 'known to tar -giver of tlienutice,.
17.2. Computation of Time;
17.2._I. When any period of time .a referred to in the
C'untractDocuments by'days, it,will be cvniputed to
4uludc the first and include the last.. clay of such
period If the last (Inv of any such period Fills on a
Saturday or Sunday or an a day.madc a Icgal holiday
by the law of the uppbcablejurisdictioa such day, will.
be omitted Rom the computation.
FJC'UC CE'N'E[ AL C'ONUMOM 1910.8 (t 9" E,fitim)
at Carl' OF PORT C'OLLI NS MOOalC,1T10N$ IREV d.^_(90a)
172 2. A calendar day of iwenty-four hoursmeasured
from midnighl.to the next.mitdnight'will constilutc a'
JAY.
, Nii6ce ofChaim:
17.1. Should OWNER.or CONTRACTOR suffer injury
'or damage, to -,-person. or.property 'because of,any error,
omission.or act of the other party or of any of the other
'pnrtys employers or agents-ur olheis. for whose acts the
other party is legally -.liable,: claim. ivill be made tn. writing
to ;the. other party within a reasonable time of the'firm
•obseryanrce ofsuch injury or damage., The provisions of
-this paragraph 17,3 shall not be coristnred.as a suisefne
.for or a waiver o(the proviaioris of anyapplmaFilcstatute
of limitations,or repose.Cuntulatire Reniediea, -
17A. The duties and obligationsimposed by these,
General Conditions; and the rights, and •remedies available
hereunder_ to .the prtics hereto, and. in particular but
without hitiitation, the wfirrantim -guarantees' and
paragmphs6,l2,'6lb 6.30,-6.31,632:131 1317,,13.14,
14,3and 15'2'and •ill of the rights and remcdics available
tn•OWIN'FR_ and•FNGINEFR thercwid&, arc •in'addition
.to, and are n6t to he construed in anyway as a limitation
'of, any riots and remedies available -to any.or all of diem
which are otherwise imposed or available by Laws or
.Regulations hy'special warmnty or guaramee or by other
provisions of the Contract Documents, and the provisions
of this paragraph,will be as- effective as if repeated
specifically in"the Contract_Docunicnts in connection wi fi
each particulanduty; obligation, ri_Ot and.remcdy to which
they apply.
Prof tonal Fees and Court Cows Included:.
17.5, Whenever reference is made to "claims_ costs,
losses anti damages", it shall include in each case, but.not
be liar iced to, all tees and chiq es or engineers: architects,
attorneys and ,other professionals and all court or
arbitration or other dispute resolution casts.
17.1. The laws hLItate of olorildo ,apply_m th s
p\6reematl Reference to.nvti pertintrtt Coliir,tdct swggtts
areas follow;-
17.6.1. Coloriido Revised Statutes (QRS.S=fl-If-D
require that Colorado labor be emploved to perform
the Work to hc.extent of m less than SO 1).gamt
0%) of each tvuc of class of .labor in the 5eyeml
classifications of skilled and common labor employed
on the oroiccL Colorado labor means imv.person who-
ir a bona fide resident of the State- of Colorado at the
Lime of era-olovinen ' without' discrimination as to race,
cblor.creeiL age; reunion or sex
17.6:3. If.a claim is filed. OWNER is reauacd by
law (CRS M-26=10).to withhold fromall payments to'
CONTRACTOR suRicicnt funds to insure -.the
bra micnt of all claims for labor. materials. team hire.
sustenance: riroyisi6ns, provender, or other supplies
used or consumed by .CONTRACTOR or his
33
iJCOI; (rE>7FRU: CONOI Ti ONl'1911" I I.,." E)Vual}
34 wMY OFFOIiF COLLIMMOOII;ICATIONS gw,v-IROOtq
1
f 7his page Ick hlanL intentional ly. )
1
I�
E.1C DC OE-'lM\f. CONNIIIO; % I .-S I I9:0 Ettitirn I.
' w CPIY OP fORT LOLLI NS \fOU11lGlTIONS f fU:Y-L^Uf101
35
EKE ULNERA : CONoi ni» 1 a 111-S i u?u Echunll
6 nY LI YOF FOWF COLLI NS klCDlFJCA nONS(REV, 200)
11
1
1
1
1
1
i
LI
1
1
k
1
1
1
1
EXHIBIT CC -A io Ceneral:Codditions.
of Ac-Construction Contimct_06tween,
OWNER afiil CONTRACTOR
XiM,UTE RESOLUMIN AGREE.N. NT
OWNER .and CONTRACTOR hereby agree that
Article- 16 .of the General Conditionsof the Construction
Contrad between OWMA and C'ONTWACTOR. is
amended to include the following atgeement.of the parties:
161- All claims, disputes, and other. matters in
question between•OWNEK. and CONIRAC'I'OR •wising
not of.or relating to the Contract fbcirmcnts or the breach
thereof (except for claims which have inert waived by the
making or acceptance of Final payment as provided by'
,paragraph 14.13) .will be decided :by arbitration m
�acccrdance,with the (,crtmtction rndustry, Arbitration
Rules of ,the Amerimn -Arbitration Am,oCL?uon then
obtain' _subject to the (imitations of the ..Article 1.6; This
agreement :so to arbitrate and. any other agreement or,
,consent to arbitratcicntcred into -in accordance Herewith as
provided in this ..Article 16 will be spccitically enforceable
tads the pievailing law,of any court having jurisdiction.
162 No demand for arbitration of any claim; disputer
or other matter that is required ;to be .referred to
Eli MME•R initiallyfor decision in accordance with
paragraph 0-11 will be made until the earlier of (a) the date
on which HNGIVEF.R has rendered,a written decision or
(h) the thirty-first day after the partiLi have presented their
evidence to ENOINImR if a written decision has not been
rendercdby FNt GINF.ER bc(ore that date. No demand for
arbitration of any such claim, dispute or other matter will
be made later than thirty days after. the -date on which
ENGiNF.I:R. has rendered a written decision in respect
thereof in accordance with pamgiaph 9.1 h and the More
to demand, arbitration within said thirty days" period will
result: in ENGi24M' s decision being. finial and binding
upon OWNER and CONTRACTOR If ENGINEER
reWers a decision after arbitration proceedings have been
initiated such decision may be entered as evidence but will
nor supersede the arbitration proccedings, except where the
decision is acceptableto the parties concerned. No demand
for arbitration of any wYiuen decision of ENGINEM
rendered in accordance with paragraph 9.10 will be made
Later than ten days attar the pa ny.imi ing such demand has
Mivered written notice'of intention to appeal as provided
in paragraph 9_10.
.16:3. Notice or the demand fir arbitration will be
fled in writing with the other party to the Agreement and
with the American Arbitration association, and a copy will
be sent to E\TGCIELR for informatibri The demand for
arbitration will be made within the dany:duv or tcnahy
Period 4vulic l in paragraph 16.2 as applicable, and in all
other cases Niiihin a reasonable time after the claim- dispute
or.oths matter in gtte_stion has arisen, and in no event shall
any such demandbemade after the date when institution of
legal or equitable proceedings based on Stich claim- dispute
or other mans in question would Ix barred by the
applicable statute of limitations
EXIDC;QENeR LCONorrlONSigto-an9goLoiiml
w/ CITY OF FORT COLLI BNB .MODIFICATIONS (RF.'V 909)
'16.4: F_, eo pf as provided.irrp ggraph 16-5 below,
no arbitration arising: out'of or relating to the Contract
Documents shallinclude by corisohdition.'joinder or in any
other manner any other person or enuty (including
ENGINEER.iENGiNEEWs Consultant and'the officers,
directois,.agents, employees, or consul tams of any pf them).
who -is nouriparty tiSthis contract unlesy:
16.4.1. thwinclusion of such other person or entity is
necessary if complete refief is to'be afIbrdeil among
those who sire already parties to the arbitratiun, and
16.4.2. such other person; or entity,•is substantially
involved in queslion-of law orCact which is,C-?Tmon
'to those who are already partiess to the arbitration and'
which will.arisc in such proceedings, and
16.4.3. the. written consent of the other person or
entity sought to be included' and of OWNER :and
CONI f AC.I.OR has been ohiained for such inclusion;.
which consent shall make specific ;reference to this
pntagmph: but no such consent shall constitute consent.
to arbitration of any dispun: notspecifirally described'
in such consents to arbnranonwali:any l3a y not
specitieally identified in such consent.
16.5: Notwithstanding paragraph 16.4, if a claim..
dispute or other marts in question between OWTTER'and
CONTRACTOR involves the Mork of a Subcontractor,
either OWNER or COV'rRACTOR may join, such
:Subcontractor as a parry to the arbitration benve M)iNER
and CONTRACTOR hcrcundcr, CONI'RA(7170_R skill
include in all subcontracts required by paragraph 6.1.1 a
sp-cihc provision whereby the, Subcontractor consent%to
Iremg joined in an arbitration between OWNER, and
CONTRACTOR involving the Work oC such:
Subcontractor. Nothing, in this paNraph 165 nor in the
provision of -such subcontract amseriting to joinder shall
create . any claim, neht tv cause of ;action in Grvtu -of
Subcontractor and against OWNER, ENGINEER or
ENO DIM FCs Cortsupants that does riot otherwise emst.
IC.G.. The award rendered by the arbitrators will be
Final, judgment may be entered upon it in any court haying
jurisdiction-dternaQ and it will not be subject to
modification or aPPeal.
16.,7. OWNER and CONTRACTOR agree that they
shall lust submit anv. and all unsettled claims,
count relaiins; disputes and other matters in question
between them arising out. of or relating to the Contract
documents or the,breuch thereof ("disputes""). to mediution
by [he American Arbitration Associationtinder the
Construction Industry Nfediation Rules or the Amerimn
Arbitration Association"prior to either of them initiating
against the, other a -demand for arbitration pursuant to
pamg�aphs 16,1' through 16.6; unless delay in initititing.
arbitration would irrevocably prejudice one of the Partiex
The respective thirty and ten day time limits within which
to file a demand feriarbitratiori asprovided in paragraphs
16,2 and 1'6:3 ubove shall' be suspended with respect to is
dispute submitted to mediation within those same
applicable time limits and shall.rrmautsuspetrded until ten
days after the termination of the mediation The mediator
of any dispute sulmtitted to niediation under this Agreement
shall not serve o-s arbitrator of such dispute unless olhenvisr
anrecd.
C;e-Al
1
FICTic CENFRAf. t'MDIn()NS 191Q-S (094 rdlim)
�w Cl. Y OF FORT COLLI.NSMODIFICATIONS IR6V 9/911
1
1
SE
IJ
L_ J
1
1
1
1
I
1
1
SECTION 00800
SUPPLEMENTARY CONDITIONS
M M M M
SECTION 2500
QUANTITY ESTIMATE
STREET
FROM
'I'O
Bobcat
Style
}
Milling
Bobcat Style
Milling-
Add. Inch
'1'hickuc
Cencral
Excavation
<I00 cy
Excavaliml-
Muck
Borrow
<1001,01,
Rock
Wattle
Crumb
Rubber
Wattle
Adjw[Vahe
Box
Adj. V-box w/
Tyler 6N60
Series, Item R6Y,
Screw Type Adj.<3"
Riser
KINGSTON WOODS
U..'
S\'
SY-IN
11CY
CY
TON
LF'
LF'
E.x
G,\
IIMDI DK
I'ATI'ERSON Ill.
SANI'ORD Dlt
IU.00
out)
1.00
IWI TEKSON CI'
PATI'ERSON Ill.
END
I0.00
2.00
IWITERSON 11_
RICHMOND Dlt
GNU
10.00
4.00
RICHMOND Dlt
S SHIELDS S'I'
W DORSET00'11I IW
10.00
9.00
SANE010) DIt
HEIDI Dlt
END
HIM()
1.00
S-ENGCA S"I'
SAKI HOUSI'ON Cllt
W I IORSL'T00'I'll ItD
10,00
10.00
2.00
SOUTHRIDGE. GREENS
Area Sub Tmai
0.00
0.01)
O.UO
11.U0
0,00
40,00
30.00
1900.
0.00
-
CENTER GREES BLVD
ISOU'1TIKIUGL' GREENS BLVD
WESTEND
10.00
0.00
GLEN EAGLE C'T
CENTER GREENS BLVD
WEST END
10.00
7.O0
GBEENRIDGE C'llt
SOU HBIDGI? GREENS BLVD
SOUTHRIDGE GREENS BLVD
10.00
10.00
1.00
IIINV \N CT
CI'N'I'L'It GItEENS BLVD
WESTEND
I0.00
0.00
2.00
PEBBLE BHAC'it CI'
GLEN HAGLI: CT
NORTH FIND
I0.UU
2.00
SOUTHRIDGE GREENS III.VD
IWI TERSON I'L
SANFORD DR
I0.00
14.00
Area Sub Total
0.00
O.UO
U.UO
0.00
U.UU
40.OU
}O.UU
2G.UU
0.U0
RIVEItSIDL AVE
IS LEMAY AVE
E PROSPECT RU
1 50,00
Arcs Sub T.t.11
0.00
1 0.00
U.UU
U.UO
U.UU
5U.U0
U.UU
U.UU
U.OU
COULTER S'I
SH0R'1THAFS'1'
L'NU
PDX"I'AIL SI'
SUGARPINE S"I'
MONT'EItEY Dit
10.00
MON'ITRLY Dlt
CONIFEIt ST
END
SHORTLHAF ST
FOXTA 11. S'I'
F. WE.LOX LN
I0ou
SI'I KA ST
SUGARPINE ST
END
SUGAItPING S'I'
CONIFER S'I'
GNU
1000
YEW Cr
SITKAS'I'
END
I0,00
HUNTINGTON
A,"; Twat
0.011
(MM
U.OII
I1.011
1L011
211.110
20.1)0
0.11ll
0.00
,A I'ON CI liiiiiiiI
IUN'1'INGTON IIILLS Dlt
LND
Ingo
Ib00
HUN'I'ING'I"ONIIII.I.SC"I'
END
FOSSIL C.H.EEK PKWY
I IUN'INUI'ONIIILLSDIt
DEARBORN S'I'
FOSSIL CREEK PKWY
KESWICK CT
HUNTINGTON HILLS DR
END
I0.UU
MELROSE CT
HUN'I'ING']ON HILLS DR
END
N01WANDY CI'
HUN'I'INGTON HILLS Dlt
END
IO,00
Area Sub Tmul
O.UU
O.OU
U.UU
0.00
U.U0
20. 0
IU.OU
U.OU
0.00
TOTAL UNITS
IUU.UU
200.00
25.00
25.00
50.00
390.00
2YO.00
-174.00
Addendum 1 Page 9 of 11
7222 Asphalt Overlay
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of
the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with
City of Fort Collins modifications) and other provisions of the Contract
Documents as indicated below.
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph
numbers of the General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of
$1,000,000 combined single limits (CSL). This policy will include
coverage for Explosion, Collapse, and Underground coverage unless waived
by the Owner.
5.4.6 The Comprehensive Automobile Liability Insurance policy will have
limits of $1,000,000 combined single limits (CSL).
5.4.9This policy will include completed operations coverage/product
liability coverage with limits of $1,000,000 combined single limits
(CSL) .
I
1
1
1
I
�I
Rev 10/20/07
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950Contract Change Order
00960Application for Payment
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Asphalt Overlay
CONTRACTOR: Lafarge West, Inc.
PROJECT NUMBER:7222
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost
4. Change in Contract Time:
ORIGINAL CONTRACT COST
TOTAL APPROVED CHANGE ORDER
TOTAL PENDING CHANGE ORDER
TOTAL THIS CHANGE ORDER
TOTAL o OF THIS CHANGE ORDER
TOTAL C.O.$ OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST
(Assuming all change orders approved)
$ .00
0.00
0.00
0.00
$ 0.00
ACCEPTED BY:
DATE:
Contractor's Representative
ACCEPTED BY:
DATE:
Project Manager
REVIEWED BY:
DATE:
Title:
APPROVED BY:
DATE:
Title:
APPROVED BY:
DATE:
Purchasing Agent over $30,000
cc: City Clerk Contractor
Project File Architect
Engineer Purchasing
Rev10/20/07 Section 00950 Page 1
Section 00960
APPLICATION FOR PAYMENT
PAGE 1 OF 4
OWNER: City of Fort Collins
PROJECT:
APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER:
CONTRACTOR:
PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS
Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as
NUMBER DATE AMOUNT
follows:
1
2
Original Contract Amount:
3
Net Change by Change Order:
Current contract Amount:
$0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage:
$0.00
Less Retainage:
Net Change by Change Order $0.00
AMOUNT DUE THIS APPLICATION:
$0.00
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the
CONTRACTOR.
Date: By:
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date: By:
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date: By:
Payment of the above Amount Due This Application is approved by the OWNER.
Rev10/20/07 Section 00960 Page 1
Date:
APPLICATION FOR
CONTRACT AMOUNTS
PAYMENT
PAGE 2 OF 4
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials
Total
Item
This
Earned Percent
Unit
Number Description Quantity Units Price Amount
Qty.
Amount
Qty. Amount
Qty.
Amount
Period
To Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Section 00960 Page 2
M
M M M M Ml M = = M M = = M Ml= r= M IM
TOTALS $0.00 $0.00 $0.00 $0.00 $0.00
CHANGE ORDERS
Bid
Item
Unit
Number Description Quantity Units Price Amount
APPLICATION FOR PAYMENT
Work Work
Work Completed Completed Completed
This Previous To
Month Periods Date
Qty. Amount Qty. Amount Qty. Amount
Stored
Materials
This
Period
PAGE 3
Total
Earned
To
Date
OF 4
Percent
Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0:00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS CHANGE ORDERS $0.00
$0.00
$0.00
$0.00
$0.00
Section 00960 Page 3
Section 00960 Page 4
m
[1
[1
2011 ASPHALT OVERLAY PROJECT
GENERAL REQUIREMENTS INDEX
SECTION
01010 Summary of Work
01040 Coordination
01310 Construction Schedules
01330 Survey Data
01340 Shop Drawings
01410 Testing
01510 Temporary Utilities
01560 Temporary Controls
01700 Contract Closeout
01800 Method of Measurement and Basis of Payment
BID 7222 - Asphalt Overlay
PAGE NUMBERS
General Requirements 1-2
General Requirements 3-4
General Requirements 5-6
General Requirements 7
General Requirements 8-10
General Requirements I 1-12
General Requirements 13
General Requirements 14-15
General Requirements 16
General Requirements 17
Page 118 of 269
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
A. This work shall consist of asphalt patching, asphalt overlays, asphalt recycling, geotextile paving fabric, and
manhole and valve box adjustments on designated streets in the City of Fort Collins. Specific locations are
described in Section 3500, Project Map.
B. Protection and Restoration.
1. Replace to equal or better conditions all items removed and replaced or damaged during construction.
Restore all areas disturbed to match surrounding surface conditions. Also see tree protection standards.
C. Construction Hours
I_ Construction hours, except for emergencies, shall be limited to 7:00 a.m. to 6:00 p.m., Monday through
Friday, unless otherwise authorized in writing by the City Representative. After hour equipment operation
shall be in accordance with Section 1560.
2. Any work performed by the Contractor outside of the construction hours, whether or not authorized by the
Project Manager, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds
to cover the Owner' s costs in providing field engineering and/or inspection services because of such work.
The cost for field engineering and inspection shall be $50.00 per hour.
1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES
A. Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when
prosecution of the Work may affect them.
B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary
to temporarily deny access or services.
C. Contact utilities at least 48 hours prior excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of
work schedule and any items which would affect their daily operation.
E. Darren Moritz/Kathleen Maddux will be the Program Manager/Project Manager).
Darren Moritz 970-221-6218 Office 970-556-1495 Cell
Kathleen Maddux 970-221-6615 Office 970-222-8781 Cell
F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's
convenience.
General Requirements - Page I of 17
BID 7222 - Asphalt Overlay Page 119 of 269
SECTION oto10
SUNINIARY OF WORK
UTILITIES
Water: City of Fort Collins, Colorado
221-6700, Meter Shop 221-6759
'
Storm Sewer: City of Fort Collins, Colorado
221-6700
Sanitary Sewer: City of Fort Collins, Colorado
221-6700
Electrical: City of Fort Collins, Colorado
221-6700
Gas: Xcel Energy Emergency 1-800-895-2999
Local Contact:
Pat Kreager 970.566.4416
Telephone: UNCC / 1-800-922-1987
'
Local Contact:
Debbie Kautz 970.689.0635
Traffic Operations: City of Ft. Collins, Colorado
221-6630
Cable Television: Comcast
'
493-7400
Utility Notification Center of Colorado (UNCC) - 81 1
'
1-800-922-1987
AGENCIES
Safety:
Occupational Safety and Health Administration
(OSHA): 844-3061
'
Fire:
Poudre Fire Authority
Non -Emergency: 221-6581
'
Emergency: 911
Police:
City of Fort Collins Police Department
Non -Emergency: 221-6540
Emergency: 911
Postmaster:
'
US Postal Service: 2254111
Transportation:
Transfort: 221-6620
1
Traffic Engineering: 221-6630
END OF SECTION
Latimer County Sheriff's Department:
Non -Emergency: 221-7177
Ambulance:
Poudre Valley Hospital
Non -Emergency: 484-1227
Emergency: 911
General Requirements - Page 2 of 17
BID 7222 - Asphalt Overlay Page 120 of 269
SECTION 2500
QUANTITY ESTIMATE
STREET
FH0111
'f0
Adj. Bc
Replace Top
Section V-
box
Tyler 6850,
14" V-box
exten[iml
(part only)
']),let 6860,Tylcr
16" V-box
Top Section
ar
w/o Lid (purl
only)
6860, 26"
V-box'Ibp
Section w/o Lid
(part only)
'I'olul Valve
Replacement
ace
Adjust Sid.
D'IH 24"
AJ'usl
1
Special Mil
> 24"
Adjust M11
Ring
w/Lucks
_<24" <3"
Adjust MII
Ring
w/Lock
<24" >3"
KINGSTONWOODS
Wails
EA
EA
EA
EA
NA
CA
E,\
EA
EA
Illillll DR
PATI'IIRSON Pl.
SANFORD DR
1.00
PA'17ERSON Cl'
VA'1-1'ERSCIN Pl.
END
4.UI/
PA'ITERSON PI-
RICHMOND DR
END
4.00
RICI IMOND DR
S SI IIELDS ST
W IIORSHTO0'I'II RD
3.00
SANFORD DR
Ii EIDI DR
END
2.00
SIiNIiCA ST
SAM IIOUSION CIR
\V 11ORSI rOOtH RD
1.00
SOUTHRID-GE GREENS
Arc. Sub'roml
0.00
0.00
0.00
0.00
0.00
15.00
0.00
0,00
0.00
CENTER GRBHS BLVD
SOU'I'I MIDGE GREENS BLVD
U'ESTEND
0.00
GLEN EAGI.13 CT
CENTER GREENS BLVD
W17ST END
4.00
GIIEENRIDGE C'IR
SOUTHRIDGE GREENS BLVD
SOUTHRIDGE GREENS BLVD
3.00
1IIWAN Cr
CENTER G rliNS BLVD
WEST END
5.00
PH11131-Ii BEACH CI
GLEN EAGIA: C1
NORTH END
2.00
SOUTHRIDGE GREENS 131,VD
PATITRSON PI-
SANFORD DR
I Lou
1
Are. Sub Tmul
0.00
0.00
0.00
0.00
0.00
25.00
1 0.00
1 0.00
U.00
RIVERSIDE AVE
SLFMAYAVE
EP12D5PECr RD
EVERGREEN PARK (2011 PATCHING
1
Arcu Sub Total
U.OU
O.OU
O.UU
U.UU
QUU
0.0U
0.00
0.00
0.00
COUTAEIR S'1'
S[Olt "I'LEAF Sr
END
FOX ]'All, S'r
SIIGARPINE S'I'
%ION'ITREY DR
MON'J'EREY DR
CONil'Ek ST
END
Sl JORTLEAF S'1%
PDXTAIL ST
li WILLOX LN
SD'KA S'I'
SUGARPINE SI'
END
SUGARI•INE SI'
CONIFER ST
END
YEW C'I'
SITKA ST
END
HUNTINGTON HILLS (2011 PATCHING
1
Area Sub Toml
IL00
0.1111
0.00
11.1311
Qllll
11.011
0.1111
QI70
11.011
ASII'I ON CI'
HUNTING] ON HILLS DR
END
IIIINI'ING"ION I11LIS C"I'
END
FOSSIL CREEK PKWY
HUNTING' I' ON BILLS DR
DFARBORN S'I'
FOSSIL CREEK PKWY
K17SWIC'K Cr
HUNTINGTON HILLS DR
END
NI&ROSE C'1%
HUNTINGTON HILLS DR
END
NORMANDY CI'
IIUN"I'INGTON IIILLS Dlt
END
Arcu Sub Tolul
U.UO
0.00
0.00
U,00
0.00
0.00
0.00
0.00
0.00
TOTAL UNITS
s.00
2.00
5.88
3.00
4.00
I24.00
zLoe
n.oe
11.88
Addendum 1
7222 Asphalt Overlay
Page 10 of 11
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONSIBILITIES
A. Coordinate operations under contract in a manner which will facilitate progress of the Work. The Contractor
shall also coordinate with the Landscape Contractor whose Work is separate from the General Contractors
contract.
B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and
manner of performance of operations which affect the service of such utilities, agencies, or public safety.
C. Coordinate operations under contract with utility work to allow for efficient completion of the Work.
D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods
to provide satisfactory access at all times and keep them informed at all times.
1.2 CONFERENCES
A. A Pre -construction Conference will be held prior to the start of construction.
I. Contractor shall participate in the conference accompanied by all major Subcontractors, including the
Traffic Control Supervisor assigned to the project.
2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to
project.
3. The Project Manager shall invite all utility companies involved.
4. The Utilities will be asked to designate their coordination person, provide utilityplans, and their anticipated
schedules.
5. The Project Manager shall introduce the project Representatives.
B. Additional project coordination conferences will be held prior to start of construction for coordination of the
Work, refining project schedules, and utility coordination.
C. Project Manager may hold coordination conferences to be attended by all involved when Contractor's operations
affects, or is affected by, the work of others.
I. Contractor shall participate in such conferences accompanied by Subcontractors as required by the
Project Manager.
1.3 PROGRESS MEETINGS
A. Contractor and Project Manager shall schedule and hold regular progress meetings at least weekly and at other
times as requested by the Project Manager or required by the progress of the Work.
B. Attendance shall include:
1. Contractor and Superintendent.
2. Owner's Representatives.
3. Program Manager/Project Manager, and Project Representative.
4. Traffic Control Supervisor
5. Others as may be requested by Contractor, Project Manager or Owner.
General Requirements - Page 3 of 17
BID 7222 - Asphalt Overlay Page 121 of 269
LJ
SECTION 01040
COORDINATION
C. Minimum agenda shall include:
1. Review of work progress since last meeting.
2. Identification and discussion of problems affecting progress.
3. Review of any pending change orders.
4. Revision of Construction Schedule as appropriate.
D. The Project Representative and Contractor shall agree to weekly quantities at the progress meetings. The
weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and
shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay
estimates.
END OF SECTION
General Requirements - Page 4 of 17
BID 7222 - Asphalt Overlay Page 122 of 269
SECTION 01310 ,
CONSTRUCTION SECHDULES
1.1 GENERAL ,
A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of
tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor
intends to meet the milestones set forth. '
1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and Report of
delivery of equipment and materials. '
1.2 FORMAT AND SUBMISSIONS
A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual '
progress.
B. Submit two copies of each schedule to Owner for review.
1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work ,
with the needs of Owner or others.
C. The schedule must show how the street, landscaping and various utility work will be coordinated. ,
1.3 CONTENT
A.
Construction Progress Schedule.
,
1. Show the complete work sequence of construction by activity and location.
2. Show changes to traffic control.
3. Show project milestones
B.
Report of delivery of equipment and materials.
,
1. Show delivery status of critical and major items of equipment and materials.
2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements
for equipment and materials, reference Section 01340.
'
1.4 PROGRESS REVISIONS
A.
Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when
requested by Owner or Project Manager, and with each application for progress payment.
B.
Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C.
Provide a narrative report as needed to define:
'
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
'
General Requirements - Page i of 17 '
BID 7222 - Asphalt Overlay Page 123 of 269
' SECTION 01310
CONSTRUCTION SECHDULES
1.5 OWNER'S RESPONSIBILITY
A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting
' Contractor in coordinating the Work with the needs of the Project.
B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods,
techniques, sequences and procedures of construction as provided in the General Conditions.
I
I
1
END OF SECTION
General Requirements - Page 6 of 17
BID 7222 - Asphalt Overlay Page 124 of 269
SECTION 01330
SURVEY DATA
1.1 SURVEY REQUIREMENTS
A. The Owner will provide the construction surveying for the street and landscaping improvements. City Survey
Crews will perform the surveying required.
B. The Contractor must submit a survey request form to the City Surveyors a minimum of 48 hours prior to
needine survevine.
C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey
personnel shall notify the Contractor with the date on which the requested work will be completed.
D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work
overtime, the Contractor shall pay the additional overtime expense.
E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a
survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing
enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of re -
staking construction stakes and for the cost of re-establishing a destroyed monument.
F. The Contractor shall be responsible for transferring the information from the construction stakes to any
necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures
in accordance with the information on the stakes and grade sheets supplied by the Owner.
END OF SECTION
General Requirements - Page 7 of 17
BID 7222 - Asphalt Overlay Page 125 of 269
t
I
1
I
1
SECTION 01340
SHOP DRAWINGS
SECTION 01340
SHOP DRAWINGS
1.1 GENERAL
A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections
I. Project Manager will not accept Shop Drawings or other submittals from anyone but Contractor.
B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by Project Manager prior to
the time set forth in the approved schedule will be reviewed at any time convenient to Project Manager before
the time required by the schedule.
C. Any need for more than one re -submission, or any other delay in obtaining Project Manager's review of
submittals, will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly
caused by failure of Project Manager to return any scheduled submittal within 10 days after receipt in his office
of all information required for review of the submittals or for any other reason which prevents Project Manager's
timely review. Failure of Contractor to coordinate submittals that mast be reviewed together will not entitle
Contractor to an extension of Contract Time or an increase in Contract Price.
D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication.
E. Do not use materials or equipment for which Shop Drawings or samples are required until such submittals,
stamped by Contractor and properly marked by Project Manager, are at the site and available to workmen.
F. Do not use Shop Drawings which do not bear Project Manager's mark "NO EXCEPTION TAKEN" in the
performance of the Work.
Review status designations listed on Project Manager's submittal review stamp are defined as follows:
1. NO EXCEPTION TAKEN: Signifies material or equipment represented by the submittal conforms with the
design concept, complies with the information given in the Contract Documents and is acceptable for
incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with
related work. Copies of the submittal are to be transmitted for final distribution.
2. REVISE AS NOTED
Signifies material or equipment represented by the submittal conforms with the design concept, complies
with the information given in the Contract Documents and is acceptable for incorporation in the Work in
accordance with Project Manager's notations. Contractor is to proceed with the Work in accordance with
Project Manager's notations and is to submit a revised submittal responsive to notations marked on the
returned submittal or written in the letter of transmittal.
3. REJECTED
Signifies material or equipment represented by the submittal does not conform with the design concept or
comply with the information given in the Contract Documents and is not acceptable for use in the Work.
Contractor is to submit submittals responsive to the Contract Documents.
4. FOR REFERENCE ONLY
Signifies submittals which are for supplementary information only; pamphlets, general information sheets;
catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Owner in design,
operation, or maintenance, but which by their nature do not constitute a basis for determining that
items represented thereby conform with the design concept or comply with the information given in the
General Requirements - Page 8 of 17
BID 7222 - Asphalt Overlay Page 126 of 269
e
SECTION 01340
SHOP DRAWINGS
Contract Documents. Project Manager reviews such submittals for general information but not for substance.
1.2 SHOP DRAWINGS
A. Include the following information as required to define each item proposed to be furnished.
1. Detailed installation drawings showing foundation details, and clearances required for construction.
2. Relation to adjacent or critical features of the Work or materials.
3. Field dimensions, clearly identified as such.
4. Applicable standards, such as ASTM or Federal Specification numbers.
>. Drawings, catalogs or parts thereof, manufacturer's specifications and data, instructions, performance
characteristics and capacities, and other information specified or necessary:
a. For Project Manager to determine that the materials and equipment conform with the design concept and
comply with the intent of the Contract Documents.
b. For the proper erection, installation, and maintenance of the materials and equipment which Project
Manager will review for general information but not for substance.
c. For Project Manager to determine what supports, anchorages, structural details, connections and services
are required for materials and equipment, and the effect on contiguous or related structures, materials and
equipment.
6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable
Project Manager to review the information effectively.
B. Manufacturer's standard drawings, schematics and diagrams:
1. Delete information not applicable to the Work.
2. Supplement standard information to provide information specifically applicable to the Work.
C. Format.
1. Present in a clear and thorough manner.
2. Minimum sheet size: 8 1/2" x l t".
3. Clearly mark each copy to identify pertinent products and models.
4. Individually annotate standard drawings which are furnished, cross out items that do not apply, describe
exactly which parts of the drawing apply to the equipment being furnished.
5. Individually annotate catalog sheets to identify applicable items.
6. Reproduction or copies of portions of Contract Documents:
a. Not acceptable as complete fabrication or erection drawings.
b. Acceptable when used as a drawing upon which to indicate information on erection or to identify detail
drawings.
7. Clearly identify the following:
a. Date of submission.
b. Project title and number.
c. Names of Contractor, Supplier and Manufacturer.
d. Specification section number, specification article number for which items apply, intended use of item in
the work, and equipment designation.
e. Identify details by reference to sheet, detail, and schedule or room numbers shown in the Contract
Documents.
f. Deviations from Contract Documents.
g. Revisions on re -submittals.
h. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field
measurements and field construction criteria, and coordination of the information within the submittal with
requirements of the Work and the Contract Documents.
General Requirements - Page 9 of 17
810 7222 - Asphalt Overlay Page 127 of 269
[1
1
SECTION 01340
SHOP DRAWINGS
1.3 SUBMISSION REQUIREMENTS
A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in
the Work or in the work of any other contractor.
B. Minimum number required:
1. Shop Drawings.
a. Three (3) copies minimum, two (2) copies which wilt be retained by Project Manager.
1.4 RE -SUBMISSION REQUIREMENTS
A. Make corrections or changes required by Project Manager and resubmit until accepted.
B. In writing call Project Manager's attention to deviations that the submittal may have from the Contract
Documents.
C. In writing call specific attention to revisions other than those called for by Project Manager on previous
submissions.
D. Shop Drawings.
1. Include additional drawings that may be required to show essential details of any changes proposed by
Contractor along with required wiring and piping layouts.
END OF SECTION
General Requirements - Page 10 of 17
610 7222 - Asphalt Overlay Page 128 of 269
SECTION 01410
TESTING
1.1 GENERAL
A. Provide such equipment and facilities as required for conducting field tests and for collecting and forwarding
samples. Do not use any materials or equipment represented by samples until tests, if required, have been made
and the materials or equipment are found to be acceptable. Any product which becomes unfit for use after
approval shall not be incorporated into the work.
B. All materials or equipment proposed to be used may be tested at any time during their preparation or use.
Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the
testing. Products may be sampled either prior to shipment or after being received at the site of the work.
C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided,
sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance
with the latest standards and tentative methods of the American Society for Testing Materials (ASTM).
D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such
information is included tinder the applicable sections of the Specifications. Any modification of, or elaboration
on, these test procedures which may be included for specific materials under their respective sections in the
Specifications shall take precedence over these procedures.
1.2 OWNER'S RESPONSIBILITIES
A. Owner shall be responsible for and shall pay all costs in connection with testing for the following:
1. Soil tests, except those called for under Submittals thereof.
2. Tests not called for by the Specifications of materials delivered to the site but deemed necessary by Owner.
3. Concrete test, except those called for under Submittals thereof.
1.3 CONTRACTOR'S RESPONSIBILITIES
A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be
responsible for and shall pay all costs in connection with testing required for the following:
1. All performance and field testing specifically called for by the specifications.
2. All retesting for Work or materials found defective or unsatisfactory, including tests covered under 1.2
above.
3. All minimum call out charges or stand by time charges from the tester due to the Contractor's failure to pave,
pour, or fill on schedule for any reason except by action of the Project Manager/City Representative.
B. Contractor shall notify the City Representative 43 hours prior to performing an operation that would require
testing.
1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM[
A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all
items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this
project. This control shall be established for all construction except where the Contract Documents provide for
specific compliance tests by testing laboratories or engineers employed by the Owner. The Contractors' control
system shall specifically include all testing required by the various sections of these Specifications.
General Requirements - Page I I of 17
BID 7222 - Asphalt Overlay Page 129 of 269
' SECTION 01410
TESTING
' B. Superintendence: The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of
the Work. The Superintendent shall have adequate experience to perform the duties of Superintendent.
C. Contractor's quality control system is the means by which he assures himself that his construction complies with
the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations
and should be keyed to the proposed construction schedule.
D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions
received from the City Representative and actions taken as a result of those instructions. These records shall
include evidence that the required inspections or tests have been performed (including type and number of
inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and
' corrective action taken. Document inspections and tests as required by each section of the Specifications.
Provide copies to the City Representative weekly.
e
I
I
0
u
1
I
I
I
I
I
I
END OF SECTION
General Requirements - Page 12 of 17
BID 7222 - Asphalt Overlay Page 130 of 269
1
M r M IM M M M M M M M M M M M M M M M
SECTION 2500
QUANTITY ESTIMATE
S'I'Itf l: 1'
IItOAI
'I'O
Adjust Nill
Ring
w/Lucks
13"
IIBP Grading
S,64-28
N'ludilied
Binder
IrlBP
Grading S,
64-22 Binder
IIBP
Grading SG
LIMA
Patching
Renove &
Replace
HMA
Patching
>10" Remove
& Replace
IiNIA Paver
Patching
Remove &
Replace
IINIA
Concrete
Patching
Geotextile
Paving Fabric
KINGSTON WOODS
Unite
EA
TUN
1 11N
TUN
TON
TON
TON
TUN
7Y
H FIDl DR
I'ATTERSON N.
SANFORD DR
105.02
12.69
32.10
884.00
PA'IT1iRSON CT
VA I -PERSON PL
END
268.99
5.35
PA'1T1iRSON H.
RICHMOND DR
END
580.21
6.39
RICHNIOND DR
S SHIELDS S'I'
W IIORSETOOTD RD
589.60
107.58
29.70
4,962.89
SANFORD DR
IJEIDIDR
END
317.23
15.10
69.30
LOM22
SENECA S'I'
SAM I IOUS'I'ON CIR
%V IIORSF:TOO HI RD
219.01
2.12
SOUTHRIDGE GREENS
Arca Sub'1'olal
0.00
0.00
2080.06
0.00
149.23
0,00
0.0u
131.10
6931.11
CENTER GREES BLVD
Si)UTHRID(A7 GRIiENS BLVD
WEST END
160.79
1.67
1.10
t
1,353.33
GLEN EAGLE CT
CENTER GREENS 13LVD
WEST END
24s.24
28.55
I8.80
2,089.61
GREENRIDGE CIR
SOUTHRIDGE GREENS BLVD
SOUTHRIDGE GREENS BLVD
283.81
3.75
IIIWAN CT
CT'.N'I ER GREENS BLVD
WFS'T END
222.28
17.70
10.10
1,871.08
PEBBLE. BEACH C'I'
GLEN EAGLE CI
NORTH END
110.64
12.19
31.00
931,30
SOUTI]RIDGE GILEENS BLVD
I'ATrERSON I'L
SANFORD DR
1,319.48
19.15
ONLY)RIVERSIDE (i6l I PATCHING
Arc. Sub Total
0.00
0.00
2345.24
0.00
83.OI
0.00
U.UU
61.00
6245.31
RIVERSIDE AVE
IS I.I3NIAYAVh
EPROSPECr RD
31.10
227.50
PARK (2011 PATCHIII�G
ONLY)EVERGREEN
Ara Sub Total
0.00
QUO
09U
O.UO
31.10
O.OU
O.UO
227.50
U.00
COULTER S'I'
SH01YI'LEAF ST
END
5.90
FOXTAIL ST
SUGARPINB ST
MONTEREY DR
26.17
204.50
MONTEREY DR
CONIFER ST
END
11,09
6.00
SHORTLFAF ST
FOXI'AIL S'I'
E WILLOX LN
3.75
0.00
SITKA ST
SUGA10PINE ST
END
6.42
15280
SUGARPINE S'I'
CONIFER JI'
END
9.01
65.20
YEW Cr
SITKA ST
END
1.08
0.60
ONLY)
Area Sub Towl
O.UU
0.00
11.1111
U.UII
63.42
Qaa
U.UO
42Y.IU
U.UII
ASH I'ON CT
I LUNTINGTON I IILLS DR
END
1.6U
HUNTING' I' ON IIILLS C"I'
END
FOSSIL CREEK PKWY
2.67
92.80
I IUNTINGTON HILLS DR
DEAIBORN S'I'
FOSSIL CREEK PKWY
18.07
11290
KESWIC'K CC
IiUN,rINGTON HILLS DR
END
1.60
77.20
MELROSE CT
[ION' I'ING'ION HILLS DK
END
5.77
6.UO
NORMANDY CT
IIIIN HNGTON IIILLS DR
END
1.60
3.90
Mca Sub T.W
0.00
U.00
0.00
0.00
31.31
0.00
0.00
292.70
0.00
`
TOTAL UNITSI
12.00
i 22,735.36
'13,266.05
0,00
IJ54.89
: 421.83
0.00.
3,141.90
147,781.99
Addendum 1 Page 11 of 11
7222 Asphalt Overlay
SECTION 01510
TEMPORARY UTILITIES
1.1 UTILITIES
A. Furnish all utilities necessary for construction.
B. Make arrangements with Owner as to the amount of water required and time when water will be needed.
I. Meters may be obtained through the Water Utility Meter Shop at 221-6759
2. Unnecessary waste of water will not be tolerated.
C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor.
1.2 SANITARY FACILITIES
A. Furnish temporary sanitary facilities at each site for the needs of construction workers and others performing
work or furnishing services on the Project.
B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods.
C. Enforce the use of such sanitary facilities by all personnel at the site.
D. Obscure from public view to the greatest practical extent.
END OF SECTION
General Requirements - Page 13 of 17
BID 7222 - Asphalt Overlay Page 131 of 269
I
u
[I
t
1
SECTION 01560
TENIPORARY CONTROLS
1.1 NOISE CONTROL
A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in
populated areas.
B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a
manner to cause the least noise consistent with efficient performance of the Work.
C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m.
1.2 DUST CONTROL
A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing.
B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept
moist with water or by application of a chemical dust suppressant.
1. Chemical dust suppressant shall not be injurious to existing or future vegetation.
1.3 POLLUTION CONTROL
A. Prevent the pollution of drains and water courses by sanitary wastes, concrete, sediment, debris and other
substances resulting from construction activities.
1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site.
2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts.
1.4 EROSION CONTROL
A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities.
I. Measures in general will include:
a. Control of runoff.
b. Trapping of sediment.
c. Minimizing area and duration of soil exposure.
d. Temporary materials such as straw bales, sand bags, plastic sheets, riprap or culverts to prevent the
erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to
construction activities.
B. Preserve natural vegetation to greatest extent possible.
C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion.
D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual.
General Requirements - Page 14 of 17
BID 7222 - Asphalt Overlay Page 132 of 269
SECTION 01560
TEMPORARY CONTROLS
L5 TRAFFIC CONTROL
A. Maintain traffic control in accordance with the "Manual of Uniform Traffic Control Devices" (MUTCD), the
City of Fort Collins "Work Area Traffic Control Handbook," and the current "Larimer County Urban Area Street
Standards." In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall
govern.
1.6 HAUL ROUTES
The City reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads.
These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements,
and/or pavements whose condition would be significantly damaged by heavy loads.
END OF SECTION
General Requirements - Page 15 of 17
BID 7222 - Asphalt Overlay Page 133 of 269
' SECTION Ot700
CONTRACT CLOSEOUT
1.1 CLEANING AND RESTORATION
A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work
was begun. This will include providing labor, equipment and materials for cleaning, repairing and replacing
facilities damaged or soiled during construction. The City Representative will be the judge of the degree of
restoration required.
1.2 PROJECT RECORD DOCUMENTS
A. Maintain on thejob site, and make available to the City Representative and/or Project Manager upon request, one
current marked -up set of the drawings which accurately indicate all approved variations in the completed work
that differ from the design information shown on the drawings. Further, these drawings should reflect all
underground obstacles encountered.
' B. These record drawings along with any survey records, photographs and written descriptions ofsaid work as may
be required by the Project Manager shall be submitted prior to project acceptance.
1
1
11
[I
END OF SECTION
General Requirements - Page 16 of 17
BID 7222 - Asphalt Overlay Page 134 of 269
SECTION 01800 '
METHOD OF MEASUREMENT AND BASIS OF PAYMENT
1.1 DEFECTIVE WORK '
A. Owner will not pay for defective work and will not pay for repair or additional work required to bring the project
to a point of acceptance.
1.2 BID PRICE '
A.
The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a
pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection
'
therewith shall be included in the prices bid for the various items of Work.
B.
Prices shall include all costs in connection with the proper and successful completion of the Work, including
furnishing all materials, equipment and tools; and performing all labor and supervision to fully complete the
'
work.
C.
Unit prices shall govern over extensions of sums.
'
D.
Unit prices shall not be subject to re -negotiation.
1.3 ESTIMATED QUANTITIES
'
A.
All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for
estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The
basis of payment shall be the actual amount of materials furnished and Work done.
,
B.
Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any
difference between the amount of Work actually performed and materials actually furnished and the estimated
'
amount therefor.
END OF SECTION '
i
General Requirements - Page 17 of 17 ,
BID 7222 - Asphalt Overlay Page 135 of 269
I
1
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 Standards", (hereafter referred to as the "Standard Specifications") are made
a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard
Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of
the provisions of the preceding Sections, the preceding Sections shall govern.
' INDEX OF REVISIONS
SECTION
1
I�
i
104
Traffic and Parking Control
105
Control of Work
107
Protection and Restoration of Property and Landscape
108
Prosecution and Progress
109
Measurement and Payment
201
Clearing and Grubbing
202
Removal of Structures and Obstructions
203
Excavation and Embankment
208
Erosion Control
210
Reset Structures
306
Reconditioning/Asphalt Recycling
307
Stabilized Subgrade — Class C Fly Ash
401
Plant Mix Pavements
403
Hot Mix Asphalt
403
Hot Mix Asphalt - Patching
420
Geotextile Paving Fabric
627
Pavement Marking
630
Construction Zone Traffic Control
BID 7222 - Asphalt Overlay Page 136 of 269
REVISION OF SECTION t04 '
TRAFFIC AND PARKING CONTROL
Subsection 104.04 shall include the following. ,
It shall be the Contractor's responsibility to clear parking from the streets when such parking will interfere with the work.
Prior to work that requires the street(s) to be closed to parking and/or traffic; the street(s) shall be posted for "NO '
PARKING". The placement of these signs shall take place at least 24 hours prior to the commencement of work and
shall clearly show the type of work, date and times that the message on the sign is in effect. (For example, if street is to
be patched on Wednesday, July 2, the street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that
reads similar to "NO PARKING, WEDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M., PATCHING.) See sample "NO '
PARKING" sign. "NO PARKING" signs shall remain in place until the street is opened to traffic and all clean up
operations completed.
All information on the "NO PARKING" signs, with the exception of the type of work, date and times shall be in block '
letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible and
written in block style letters. The "NO PARKING" signs shall be in effect for one or two days only.
In the event the Contractor deems it necessary to remove a vehicle that has not adhered to the no parking notification, the '
Contractor shall First make every reasonable effort to locate and contact the owner of the vehicle. Should the Contractor
be unable to locate the owner of the vehicle, the Contractor should notify the City Representative to arrange for any
required towing. If the No Parking sign has been in place for a minimum of 24 hours, then the City will make every ,
reasonable effort to remove the offending vehicle within four (4) hours of notification by the Contractor. The Contractor
shall not be entitled to any additional compensation for delays associated with the towing of illegally parked vehicles.
Any work done by the Contractor without traffic control or traffic control No Parking signs will not be paid for under the '
terms of this Contract. The Owner shall deduct S 1,000.00 for each traffic control day for said conditions.
At or near the end of each work day, a representative of the Contractor, the Traffic Control Supervisor, and the City
Representative will meet to discuss the progress of the work and the placement of traffic control devices including "NO
'
PARKING" signs. The quantity of traffic control devices used that day and for the next day shall be agreed upon by the
Contractor and the City Representative. Any necessary adjustments shall be made. At this time the Contractor shall also
review with the City Representative the proposed means of handling parking and traffic control for the upcoming work.
,
It is the responsibility of the Contractor to minimize any inconvenience to the public as a result of their work.
The Contractor shall maintain access at all times to all businesses within the project and shall communicate their schedule
'
43 hours prior to work to all businesses and residents effected by their work.
Any changes in the traffic control as directed by the City Representative, including additional signs, barricades, and/or
Flaggers needed in the field shall be immediately implemented.
,
Traffic Control costs including but not limited to furnishing equipment, equipment set up/removal/modification,
TCS and Flagging personnel, vehicles, phones, notification delivery, hand signs, communication devices, '
sandbags, and all related incidental items required for traffic control under this contract shall be considered a
subsidiary obligation of the Contractor in connection with the various items of the Work. No measurement or
pavment shall be made separately for traffic control related items as specified in the specifications or as directed
by the City Representative. See SECTION 630. ,
Project Specifications —Page I of 42 '
BID 7222 - Asphalt Overlay Page 137 of 269
I
i
1
1
1
[1
1
1
1
1
1
1
1
1
1
1
1
NO
PARKING
Wed July 7
7mmOO AM - 6:00 PM
PATCHING
END OF SECTfON
Project Specifications —Page 2 of 42
BID 7222 - Asphalt Overlay Page 138 of 269
1
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised as follows:
COOPERATION WITH UTILITIES
Subsection 105.10 shall include the following:
Reconstruction operations and/or concrete construction at intersections may involve the destruction and replacement
of traffic signal loop detectors. The existing traffic signal loop detectors shall be removed by the contractor at no
additional cost. New loop detectors may be installed at other intersections where they do not now exist. New and
replacement loop detectors will be installed by the City Traffic Division. The Contractor shall cooperate with the
schedule of this work to insure the timely installation of new loop detectors.
Also, the Contractor shall coordinate with the City Traffic Division to insure that any cleanup required after the
installation of the loop detectors will be completed before concrete placement operations begin.
COOPERATION BETWEEN CONTRACTORS
Subsection 105.11 shall include the following:
City Utilities, Parks, Traffic, Streets, concrete and utility contractors may perform work related to the project within
or near the limits of this project. The Contractor shall conduct the Work without interfering or hindering the progress
or completion of the work being performed by other contractors. The Contractor shall coordinate extensively with
these entities to minimize traffic control and scheduling conflicts, and ensure timely completion of all the work.
LOAD RESTRICTIONS
Subsection 105.17 shall include the following:
The City's commitment to our Environmental Management System (EMS) requires that vehicles on City
projects shall comply with the adoption of a "Limitation on Engine telling" to reduce environmental impacts
related to construction. Please comply with turning off vehicles instead of idling for long periods (more than
three minutes, as a general rule).
INSPECTION AND TESTING OF WORK
Subsection 105.15 shall include the following:
The Contractor shall keep the City Representative informed of his future construction operations to facilitate
scheduling of required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the City
Representative a minimum of 24 hours in advance of starting any construction operation that will require inspection,
measuring for pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the owner
and the City Representative from any responsibility for additional costs or delays caused by such failure.
Inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as
prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or materials may
be rejected, notwithstanding that such work or materials have been previously inspected by the City Representative
or that payment therefore has been included in the progress estimate.
Project Spec itications —Page 3 of 42
BID 7222 - Asphalt Overlay Page 139 of 269
I
' REVISION OF SECTION t05
CONTROL OF WORK
' MAINTENANCE DURING CONSTRUCTION
Subsection 105.18 shall include the following:
The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be
cleaned of debris by the Contractor at the earliest opportunity, but in no case shall the area not be cleaned after the
completion of the day's work. It shall be the Contractor's responsibility to provide the necessary manpower and
' equipment to satisfactorily clean the roadway area.
The Contractor shall utilize a combination of pick-up brooms, side brooms and/or other equipment as needed to
clean the streets. All sweeping and clean up equipment shall be approved by the City Representative prior to the
commencement of work.
The Contractor shall maintain the streets during the construction process as prescribed above.
' If a street requires additional sweeping by City forces, the Owner shall deduct from compensation due the Contractor
sufficient funds to cover the Owner's cost to provide said service.
' All cost of maintaining the work during construction and before the project is accepted will not be paid for
separately, but shall be included in the work including all required traffic control devices, personnel, and related
traffic control incidentals.
1
1
L
1
1
i
1
1
1
1
END OF SECTION
Project Specifications —Page 4 ot42
BID 7222 - Asphalt Overlay Page 140 of 269
1
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020 Notice Inviting Bids 00020-1 - 00020-2
00100 Instruction to Bidders 00100-1 - 00100-9
00300 Bid Form 00300-1 - 00300-3
00400 Supplements to Bid Forms 00400-1
00410 Bid Bond 00410-1 - 00410-2
00420 Statements of Bidders Qualifications 00420-1 - 00420-3
00430 Schedule of Major Subcontractors 00430-1
CONTRACT DOCUMENTS
00500 Agreement Forms 00500-1
00510 Notice of Award 00510-0
00520 Agreement 00520-1 - 00520-6
00530 Notice to Proceed 00530-1
00600 Bonds and Certificates
00600-1
00610 Performance Bond
00610-1 - 00610-2
00615 Payment Bond
00615-1 - 00615-2
00630 Certificate of Insurance
00630-1
00635 Certificate of Substantial Completion
00635-1
00640 Certificate of Final Acceptance
00640-1
00650 Lien Waiver Release(Contractor)
00650-1 - 00650-2
00660 Consent of Surety
00660-1
00670 Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700
General Conditions
00700-1
- 00700-34
Exhibit GC -A
GC -Al -
GC-A2
00800
Supplementary Conditions
00800-1
- 00800-2
00900
Addenda, Modifications, and Payment
00900-1
00950
Contract Change Order
00950-1
- 00950-2
00960
Application for Payment
00960-1
- 00960-4
GENERAL REQUIREMENTS INDEX
01010
Summary of Work
General Requirements 1-2
01040
Coordination
General Requirements 3-4
01310
Construction Schedules
General Requirements 5-6
01330
Survey Data
General Requirements 7
01340
Shop Drawings
General Requirements 8-10
01410
Testing
General Requirements 11-12
01510
Temporary Utilities
General Requirements 13
01560
Temporary Controls
General Requirements 14-15
01700
Contract Closeout
General Requirements 16
01800
Method of Measurement and Basis of Payment
General Requirements 17
REVISION OF SECTION 107 '
PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE
Section 107 of the Standard Specifications is hereby revised as follows: '
Subsection 107.12 shall include the following:
The fact that any underground facility - sprinkler systems, utility services, etc. - is not shown on the plans, details or
'
construction documents shall not relieve the Contractor of his responsibilities as provided for in the Contract. It
shall be the Contractor's responsibility, pursuant thereto, to ascertain the location ofsuch underground improvements
which may be subject to such damage by reason of his operations.
'
Any pruning of vegetation shall require the written permission of the property owner and/or the City Representative.
If the area to be repaired is five (5) inches or less in width, the Contractor shall clean the area of all debris (i.e.
concrete, road base, etc.) to a minimum depth of four (4) inches, prepare all edges to be clean and vertical, and place
'
(see below) and compact topsoil. The topsoil shall be compacted utilizing a hand operated roller or other method
approved by the City Representative.
The topsoil shall consist of loose friable loam reasonably free of admixtures of subsoil, refuse, stumps, roots, rocks,
'
brush, weeds, heavy clay, hard clods, toxic substances or other material which would be detrimental to the proper
development of vegetative growth. The material to be utilized shall be approved by the City Representative prior to
placement.
'
The topsoil shall be in a relatively dry state and placed during dry weather. The topsoil shall be fine graded to
eliminate rough and low areas and ensure positive drainage. The existing levels, profiles and contours shall be
maintained.
'
If any portion of the area to be repaired is greater than five (5) inches in width, the Contractor shall clean and
prepare the area along the entire length of the repair location as stated above to a minimum of one (1) foot, place sod
over the entire area, water once, and notify the property owner in writing of the nature of the work that has taken
'
place and that the sod will be watered only once.
If the area to be repaired is only damaged on the surface, the Contractor shall remove the damaged areas of sod to a
depth that will allow new sod to be placed, place new sod, water once and notify the property owner in writing of the
'
nature of the work that has taken place and the fact that the sod will be watered only once. The minimum overall
width of the area to be sodded shall be one (I) foot.
r
Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction and
protected from damage by the contractor. Sprinkler heads shall be salvaged and stockpiled on each property for use
when reconstructing the sprinkler systems.
'
Sprinkler systems damaged outside of the construction limits as a result of construction operations shall be replaced
at the Contractor's expense, within three (3) working days from the date of damage. In areas where the City
Representative directs new work or the reconstruction areas require grade adjustment, the placement of topsoil, sod
and sprinkler relocation will be provided by the City under separate contract.
,
All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his expense
unless a written waiver is obtained from the property owner and submitted to the City Representative. Re -sodded
'
lawns shall be watered once by the Contractor.
All costs for protecting and restoring landscaping and lawns shall be considered a subsidiary obligation of the
Contractor in connection with the various items of the Work, and no measurement or payment shall be made
'
separately for the protection and restoration of landscaping and lawns. All restoration of landscaping and lawns
damaged by construction operations, other than concrete repair, shall take place within three (3) working days from
the date of damage.
Project Specifications —Page 5 of 42
,
BID 7222 - Asphalt Overlay Page 141 of 269
REVISION OF SECTION 107
PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE
In areas where the City Representative directs new work or the reconstniction areas require grade adjustment, the
placement of topsoil, sod, and sprinkler relocation will be provided by the City under separate contract.
All labor, materials, tools, equipment, incidentals, and work involved in protecting or repairing underground
facilities including all required traffic control devices, personnel, and related traffic control incidentals shall be
considered incidental to the work being done and shall not be measured and paid for separately.
END OF SECTION
Project Speci 6cetions—Page 6 of 42
BID 7222 - Asphalt Overlay
Page 142 of 269
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised as follows:
SCHEDULE
Subsection 108.03 shall include the following:
A schedule of work must accompany any bid, and shall include number of working days per area to complete all
unit work items covered by the contract. Vicinity maps of each area are included in Section 03500, Project Maps.
The schedule should take any priorities into consideration. The schedule should also include projected start and end
dates. Individual street quantities are described in Section 02500, Quantity Estimates.
Prior to award, mutually acceptable milestones shall be determined by the Contractor and the City based on the
schedule of working days discussed above.
LIMITATION OF OPERATIONS
Subsection 108.04 shall include the following:
The work shall be completed within the following calendar months:
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEP
OCT
NOV
DEC
:aaa
m�masa.
.. aaaa
area
�za
':aa:aaa
� aaerax
�a
aarauaa
.ara.?: ca
DETERMINATION AND EXTENSION OF TIME
Subsection 108.07 shall include the following:
Work hours shall be 7:00 a.m. to 6:00 p.m., Monday through Friday, or as approved by the City Representative.
All Work is to be complete for a single project area within one hundred fifty (150) working days.
Once work required prior to the overlay is completed under separate contract, the City Representative will notify the
Contractor that the area is completed. The Contractor shall then mobilize to the area within five (5) working days
after receiving notification of its accessibility for arterial streets and within eight (8) working days after
receiving notification of its accessibility for collector and residential streets.
FAILURE TO COMPLETE WORK ON TIME
Subsection 108.08 shall include the following:
Failure to meet the agreed upon milestones, mobilize to an area within days specified in 108.07, or fully complete
the project in one hundred fifty (I50) working days, shall result in liquidated damages assessed against the
Contractor.
At the City's option, liquidated damages in the amount ofS1,000.00 per day may be retained from any monies
due the Contractor, or the City may retain an additional contractors) to complete the work, or portion thereof,
and retain any costs incurred above and beyond the bid prices of the Contractor from any monies due the
Contractor in lieu of liquidated damages.
END OF SECTION
Project Speci lications —Page 7 of 42
BID 7222 - Asphalt Overlay Page 143 of 269
I
1
H
i
11
REVISION OF SECTION 109
MEASUREMENT AND PAYMENT
Section 109 of the Standard Specifications is hereby revised for this project as follows:
Subsection 109.06 shall include the following:
Subsection 109.06 shall include the following:
Price adjustments will be paid on a monthly basis for asphalt cement included in the work with the following
conditions:
A Payment will be based on the pay item quantities per the invoice for the following pay items when asphalt
cement is included in the pay items:
403 Hot Mix Asphalt (HMA)
B Price adjustments may be either positive or negative dollar amounts. The intention of the monthly price
adjustment is to account for direct price increases or decreases due to asphalt cement costs only. Any
asphalt cement price decreases will also be passed on to the City in the form of a price reduction.
C Vendor will be required to submit HMA monthly pricing including the asphalt cement supplier quote for the
upcoming month at least one week prior but no later than the 2"d to the last business day of each month.
D In the event a vendor does not submit new monthly pricing for the upcoming month, no material will
be purchased from that vendor for that month.
E No payments will be made to the vendor without receipt of the asphalt cement suppliers' invoice as
verification of the asphalt cement price deviation from the original per ton bid price. The prices
submitted for verification shall be for delivered asphalt cement for the respective month of invoicing
F Asphalt cement cost adjustments will not be made for any invoices falling wholly after the expiration of
contract time.
G No pavment will be allowed for anv HMA material that is deemed to not meet the specifications
The asphalt cement cost adjustment will be the sum of the individual adjustments for each of the pay
items. No adjustment will be made for asphalt cement costs on items other than those shown above.
E%AMPLE:
The bid price per ton listed in Column l shall be valid and held firm for the entire month of April 201 I.The price
listed in Column 2 will be the "Price Adjustment Factor" and shall remain fixed throughout the term of the contract.
Bidders will be required to state the April 2011 asphalt cement price per ton. This will be the base price per ton.
• Price increases based on the cost of asphalt cement will be allowed per the following:
The vendor must use the amount stated for Item A (April 201 I asphalt cement cost per ton) as a base. If the per ton
cost of asphalt cement rises, the amount of increase (the new cost per ton less the base amount shown in Item A) will
be calculated as "Increment Units" that will be factored into the formula below to establish the amount of allowable
increase for a ton of finished product. Each "Increment Unit" will equal $10.00 (example; a per ton increase of
535.00 for asphalt cement will result in 3.5 Increment Units). Partial increment units of 0.50 and above will be
rounded up; partial units of 0.49 and below will be rounded down.
Project Specifications —Page 3 of 42
610 7222 - Asphalt Overlay Page 144 of 269
REVISION OF SECTION 109
MEASUREMENT AND PAYMENT
This formula will be used to calculate the allowable price increases for each finished product:
Allowable increase = number of Increment Units x Price Adjustment Factor
Note: The above calculation will also be utilized for any Price decreases.
Item A: The following bid price is based on the April 2011 price for:
Asphalt cement (PG 64-22) S 300.00 /ton
MIX DESIGN 1 COLUMN l COLUMN 2
Mix Design Method PRICE ADJUSTMENT FACTOR
SHRP N DESIGN 75 OR 100
GR S (PG 64-22) with 20% RAP S 35_00 /ton S 0.39 /ton
The following example illustrates a price adjustment using the above examples:
April per ton cost of asphalt cement = S300.00
May per ton cost of asphalt cement = S335.00
Note: the figure in Item A will always be the figure that is subtracted from each respective
increase per ton cost of asphalt cement.
Increment Units = S335.00 - S300.00 divided by S 10.00 = 3.5 (rounded up to 4.0)
4.0 Increment Units x S0.39 Price Adjustment Factor = S 1.56
Original Bid price per ton in Column I for GR S (PG 64-22) with 20% RAP = $35.00/ton
New May price per ton for GR S (PG 64-22) with 20% RAP = S 36.56 /ton
BASIS OF PAYMENT
Subsection 109.04 is revised to include the following:
Payment will be made under:
Pav Item Pay Unit
Force Account (Asphalt Cement Cost Adjustment) Estimate
END OF SECTION
Project Specifications —Page 9 of 42
BID 7222 - Asphalt Overlay Page 145 of 269
I
1
1
1
1
i
1
1
1
1
1
UJ
1
1
1
REVISION OF SECTION 201
CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised as follows:
CONSTRUCTION REQUIREMENTS
Subsection 201.02 shall be amended to include the following:
When any tree roots are encountered during construction operations, the Contractor shall notify the City
Representative prior to any root removals. The City Representative and the City Forester's representative shall then
make a determination regarding removal.
Tree roots shall be removed with a sharpened, sanitized saw, cut orthogonal to its longitudinal axis as closely as
practical, to leave the freshly cut root surface in a clean and smooth condition. Axes or other blunt objects shall not
be used to cut tree roots.
Where it is anticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent any
damage to the roots with tools or equipment.
BASIS OF PAYMENT
Subsection 201.04 shall be amended to include the following:
All costs for removing tree roots shall be considered a subsidiary obligation of the Contractor in connection with the
various items of the Work, and no measurement or payment shall be made separately for the removal of tree roots
including all required traffic control devices, personnel, and related traffic control incidentals.
END OF SECTION
Project Specifications —Page 10 of 42
BID 7222 - Asphalt Overlay Page 146 of 269
1
I
REVISION OF SECTION 202 ,
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Section 202 of the Standard Specifications is hereby revised as follows:
'
DESCRIPTION
Subsection 202.01 shall include the following:
,
The intent of this specification is to specify materials and methods for the grinding of existing pavement sections to
remove the pavement to a specified depth, the removal and disposition of the ground material, and the preparation of
the surface of the base material disturbed by the grinding process. All workmanship and materials shall be in
'
accordance with this specification.
CONSTRUCTION REQUIREMENTS
Subsection 202.09 shall include the following:
All concrete marked for repair within areas marked for grinding shall be repaired prior to commencement of the
,
grinding.
The Contractor shall provide a smooth surface suitable for the installation of new pavement to follow. The finished
surface shall be free from gouges, grooves, ridges, soot, oil film and other imperfections of workmanship. The
completed ground surface shall have a uniform textured appearance. It is the intent of this specification that the
finished cross section of the roadway will be improved to eliminate excessive crown, excessive lips at the gutter pan
areas and that the overall ride quality of the roadway section will be improved. The existing pavement shall be
'
ground to the depth specified. Allowable tolerance for the pavement removal shall be t %," from the specified depth.
In areas where the grinding process disturbs the existing subgrade/base course, the Contractor shall utilize a rubber
tired roller to re -compact the surface. This item will not be measured and paid for separately but shall be included in
,
the price for Removal of Structures and Obstructions (Grinding/Surface Preparation).
If, in the opinion of the City Representative, the subgrade material/base course is unsuitable and will require
additional grinding and/or excavation, the City Representative will direct the Contractor to perform the work in
,
accordance with this specification, Section 203 - Excavation. The method of work and payment are covered in the
appropriate specification.
'
Stockpiling of ground materials or cuttings shall not be permitted on the project site. All ground materials shall
become the property of the City of Fort Collins and shall be delivered by the Contractor to the City's site at 1500
Hoffman Mill Road.
,
A grinding machine shall be used by the Contractor to perform the grinding operation. The equipment shall be self-
propelled with sufficient power, traction, and stability to maintain adequate depth of cut and slope. The equipment
shall be capable of accurately and automatically establishing a finish profile grade along each edge of the machine
within t W' of the specified depth.
,
The grinding depth along the curb and gutter shall always be one inch (I") greater than the specified depth. This
item will not be measured and paid for separately but shall be included in the unit price for grinding to the specified
,
depth.
The grinding machine shall be equipped with an integral loading and reclaiming means to immediately remove the
materials being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. The
'
machine shall be equipped with a means to control the dust created by the cutting action and shall meet or exceed all
local, state and federal air pollution laws.
Project Speci fications—Page II of 42
,
BID 7222 - Asphalt Overlay Page 147 of 269
I
I
11
11
REVISION OF SECTION 202
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
A skid -steer style planer attachment shall be used by the Contractor to perform the grinding operation with an
approximate width of two (2") feet. The equipment shall be self-propelled with sufficient power, traction, and
stability to maintain adequate depth of cut and slope.
The Contractor shall also provide adequate backup equipment (mechanical street sweepers, loaders, water truck,
etc.) and adequate personnel shall be provided to insure that all cuttings are removed from the roadway daily.
It is the intent of this specification is that the ground section will be paved back as follows:
On streets where the grinding depth is such that the aggregate base course is to be replaced, the aggregate base
course shall be placed the same day as the grinding and the bituminous paving (1st lift) within 48 hours of the
grinding.
The City Representative reserves the right to require that the ground section be paved back immediately in the case
of grinding done on Friday in the event that severe weather is imminent, or in the case that the ground section
presents an extreme safety hazard to the traveling public or inconvenience to the residents.
In the event that the ground section is not paved back the same day as the grinding, the Contractor shall provide
access to the residents as directed by the City Representative.
In the event that the ground section is not paved back,the same day as the grinding, the Contractor shall be
responsible for the protection of the subgrade/base course until subsequent courses have been placed.
The City Representative may require that the pavement grinding operation be referenced from an independent grade
control in those areas where the existing curb and gutter or roadway surfaces have deteriorated.
In the event that the entire pavement width along a section of roadway has not been ground to a uniform surface by
the end of the work period resulting in a vertical longitudinal face exceeding one inch (I ") in height, this longitudinal
face shall be sloped in a manner acceptable to the City Representative so as not to create a hazard to traffic using the
roadway during periods when the construction is not in progress. Transverse faces that are present at the end of the
working period shall be tapered at a 3:1 ratio (three (3") inches horizontally for each one (I") inch of vertical drop.)
The grinding machine shall not be operated within the close proximity to manholes, inlets, valve boxes and other
obstructions that have not been lowered to avoid damage to these structures. (See Revision of Section 210 —Reset
Structures for requirements for referencing structures during construction.) The approaches to and from these
structures shall be tapered to allow a smooth transition over these structures to accommodate traffic flow over the
manhole, valve box or other obstruction. Allowable taper shall not be greater than one quarter inch vertical rise per
one foot distance from the structure.
All curbs, gutters and other surfaces shall be cleaned of all debris and left in a neat and presentable condition at the
' end of each working day.
The Contractor shall use all means necessary to prevent the spread ofdust and debris during the performance of the
' work. Where equipment comes into contact with tree branches and other plant material, the contractor shall exercise
suitable caution to avoid damage to all trees, shrubs, and other plant material. All trimming shall be performed
under the direction of the City Representative.
Project Specifications —Page t2 of 42
BID 7222 - Asphalt Overlay Page 148 of 269
REVISION OF SECTION 202
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
METHOD OF MEASUREMENT
Subsection 202.11 shall be revised to include the following:
The accepted quantities of Grinding and Surface Preparation will be paid for at the contract unit price per square
yard including haul. The removal of material in areas not accessible to the grinding machine will be paid for at the
contract unit price for Grinding.
Taper Planing shall consist of cold milting along the gutter at a depth specified by the City Representative tapered to
a depth on the other side of the mill of zero inches (0"). The width for Taper Planing shall be primarily 6 feet.
Taper Planing shall be paid at the contract unit price per lineal foot.
BASIS OF PAYMENT
Subsection 202.12 is revised to include the following:
Payment will be made under:
Pay Item Pay Unit
202.10 Grinding (Planing)/Surface Preparation
Depth < 3 inches Square Yard
202.20 Grinding (Planing)/Surface Preparation
Depth > 3 inches to 5 inches Square Yard
202.30 Grinding (Planing)/Surface Preparation
Depth > 5 inches to 7 inches Square Yard
202.40 Grinding (Planing)/Surface Preparation
Depth > 7 inches to 9 inches Square Yard
202.50 Taper Planing Along Gutter Lineal Foot
202.60 Bobcat Style Milling < 3" Square Yard
202.70 Skid -Steer Style Milling — Additional Inch Thickness Square Yard - Inch
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
incidentals, all required traffic control devices, personnel, and related traffic control incidentals,and for doing
all work involved in the Grinding and Surface Preparation, including haul, complete -in -place, as shown on these
plans, as specified in these specifications, and as directed by the City Representative.
END OF SECTION
Project Specifications —Page 13 of 42
BID 7222 - Asphalt Overlay Page 149 of 269
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 203.01 is revised to include the following:
This work shall consist of removing and disposing of the existing pavement, base or other material, preparing the
' subgrade for the subsequent course, and placing borrow in accordance with the specifications and in reasonably
close conformity with the lines, grades, and typical cross sections shown on the plans or as designated by the City
Representative. All excavation will be classified, "General Excavation", "Muck Excavation", as hereafter described.
The Contractor shall dispose of all excavated material.
' Subsection 203.02 is revised to include the following:
(a) General Excavation shall consist of the excavation of all materials of whatever character required for the work
not being removed under some other item.
(b) Muck Excavation shall consist of the removal of unstable soils unsuitable for construction not being removed
' under some other item.
Subsection 203.03 is revised to include the following:
' Borrow material shall meet the grading requirement for Class I (Pit Run) or Class d (Road Base) Aggregate Base
Course. (The Class 1 Aggregate Base Course does not need to be crushed and can be of the pit run variety provided
it falls within the gradation requirements as shown in the Standard Specifications.) The material required for a
specific location shall be directed by the City Representative
COSNTRUCTION REQUIREMENTS
' Subsection 203.04 is revised to include the following:
The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have
been placed.
The excavation will be accomplished in the following manner:
General Excavation:
The pavement areas to be removed will be marked on the surface by the City Representative with paint. A straight
vertical cut shall be made through the pavement to provide a square or rectangular opening, such that each edge will
be parallel or at right angles to the direction of traffic. Wheel cutting shall not be allowed.
If, in the opinion of the City Representative, the subgrade material is unsuitable, it shall be removed to the limits and
depths designated.
After the material has been removed to the depth specified by the City Representative, the Contractor shall prepare
the subgrade by compacting with a sheepsfoot roller, rubber tired roller and/or other compaction equipment as
approved by the City Representative. The subgrade preparation shall not be measured and paid for separately, but
shall be included in the contract unit price for General Excavation.
Muck Excavation: Where excavation to the finished grade section (including General Excavation and Patching)
' results in a subgrade of unsuitable soil, the City Representative may require the Contractor to remove the unsuitable
materials and backfill to the finished grade section with approved material (asphalt or borrow).
1 Project Specifications —Page 14 of 42
BID 7222 - Asphalt Overlay Page 150 of 269
I
SPECIFICATIONS
02000 Project Specifications
02500 Quantity Estimate
03000 Details
03500 Index & Maps
04000 Erosion Control & Inlet Protection
I
I
J
IRev10/20/07 Section 00020 Page 2
REVISION OF SECTION 203
EXCAVATION AND ENIBANKNIENT
After the material has been removed to the depth specified by the City Representative, the Contractor shall prepare
the subgrade with a sheepsfoot roller, rubber tired roller, vibratory plate, steel drum roller, and/or other compaction
equipment as approved by the City Representative. The subgrade preparation shall not be measured and paid for
separately but shall be included in the contract unit price for Muck Excavation.
Borrow: Borrow shall be placed as directed by the City Representative. The minimum amount of borrow shall be
one load (approximately ten (10) ton). The cost for water and compaction shall be included in the Contract Unit
Price for Borrow.
METHOD OF MEASUREMENT
Subsection 203.I3 shall include the following:
The Contractor and the City Representative shall field measure and agree upon the excavated quantity before any
further work continues. Should the Contractor fail to request the City Representative to measure any work and
perform other work that would prevent the City Representative from measuring pay quantities, the Contractor shall
not be compensated for materials not measured by the City Representative.
The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard. Subgrade
preparation, haul and disposal will not be measured and paid for separately. The accepted quantities of Borrow will
be paid for at the contract unit price per ton. Compaction and haul will not be measured and paid for separately.
Material used for the Haul and Place Recycled Asphalt item will be provided, loaded, and weighed by the City at the
Hoffman Mill pit. Payment will be per ton of material delivered and placed on the site. The unit price for
Shouldering does not include material.
BASIS OF PAYMENT
Subsection 203.14 shall include the following:
Payment will be made under:
Pav Item Unit
203.10
Excavation —General Less Than 100 CY
Cubic Yard
20320
Excavation —General Over 100 CY
Cubic Yard
203.30
Excavation — Muck
Cubic Yard
203.40
Borrow —Less Than 100 Ton
Ton
203.50
Borrow — Over 100 Ton
Ton
203.60
Haul & Place Recycled Asphalt
Ton
203.70
Shouldering
L.F.
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
incidentals, all required traffic control devices, personnel, and related traffic control incidentals, and for doing
all the work involved in Excavation and Borrow including haul, stockpiling, placing material, watering or drying
soil, compaction, proof rolling, finish grading and disposal of unusable materials, as shown on the plans, as specified
in these specifications, and as directed by the City Representative.
END OF SECTION
Project Specifications —Page 15 of 42
BID 7222 - Asphalt Overlay Page 151 of 269
I
1
1
1
1
11
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 208.01 shall be revised as follows:
This work shall consist of constructing, installing, maintaining, and removing when required, erosion control
measures during the life of the Contract and at a minimum at all inlets to prevent or minimize erosion, sedimentation,
and pollution of any state waters. Work shall be in accordance with the Colorado Department of Transportation
Standard Specifications for Road and Bridge Construction (latest edition), The City ofFort Collins Urban Drainage
and Flood Control District Urban Drainage Criteria Manual, and the City of Fort Collins Environmental Standard
Operating Procedures contained herein, section 04000.
Any loss of time or materials related to erosion shall be the sole responsibility of the Contractor. Any damage to
surrounding properties or facilities (either on site or offsite) related to erosion caused by construction of this project,
will be the sole responsibility of the Contractor
MATERIALS
Subsection 208.02 shall be revised as follows:
Contractor will submit the type of material to be used for erosion control measures prior to beginning the work.
Straw wattles shall not be allowed.
CONSTRUCTION REQUIREMENTS
All erosion control measures must be installed prior to starting work.
It shall be the responsibility of the contractor to ensure that all roadways near the project are kept clean of
construction debris.
Inlet filters
All storm drainage system inlets shall be filtered unless better treatment is available before water is discharged into
streams or onto adjacent properties. These methods are applicable to existing and proposed drain systems that will
be operational before the drainage basin is stabilized.
Drop Inlets
Drop inlets in unpaved areas shall be filtered with straw bales anchored with wooden stakes as shown in Figure D-
23. Drop Inlets in paved areas shall have gravel filters Figure D-24. Materials other than straw bales must be
demonstrated to provide the same level of treatment before acceptance by Fort Collins.
Straw bales shall be placed in a single row tightly butted end -to -end or overlapped and staked. The bales shall be
installed to a minimum depth of four inches. After bales are installed and staked, loose straw will be wedged between
bales and soil shall be backfilled three inches against the filter.
Curb-openino Inlets
Curb -opening Inlets shall be filtered with a combination of concrete 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 16 or42
BID 7222 - Asphalt Overlay Page 152 of 269
REVISION OF SECTION 208
EROSION CONTROL
Maintenance
The contractor shalt continuously maintain all erosion and sediment control features so that they function properly
during site construction. See Detail SC-5 contained herein.
All inlet filters shall be inspected and repairs made after each runoff event. Sediments shall be removed when one
half the design 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 MEASUREMENT
Subsection 208.07 is revised to include the following:
Payment will be made by the lineal foot for inlet protection at each location within the area as required by the City
Representative. When work begins in a new area, an additional payment will be made for protection of the inlet
locations in the new area designated by the City Representative.
The length shall be sufficient to protect the opening and sides of the inlet grate. A maximum of four (4') lineal foot
additional to the opening width shall be paid. Excessive lengths shall not be paid. When a protection device is
installed at a new location, whether the protection device is new or has been relocated, an additional lineal foot
payment will be made for the protection of the location.
1. Inlet protection shall include sufficient length to protect around the perimeter of the grate on a standard size
inlet opening.
A protection device shall be installed on the down hill side of the truck washout area and shall be considered
incidental to the work and not be paid for separately.
Excavation required for removal of accumulated sediment from traps, basins, and other clean out excavation of
accumulated sediment, and the disposal of such sediment, shall be considered incidental to the work.
Street sweeping will not be measured or paid for separately but shall be incidental to the work.
Erosion control measures used during saw cutting are considered incidental to all saw cutting operations and shall
not be paid for separately.
BASIS OF PAYMENT
Subsection 208.08 is revised to include the following:
Payment will be made under:
Pay Item Unit
208.10 Rock Wattle
208.20 Crumb Rubber Wattle
208.30 Straw Bales
END OF SECTION
Project Specifications -Page 17 of 42
Units
L.F.
L.F.
E.A.
BID 7222 - Asphalt Overlay Page 153 of 269
i
i
k
1
1
REVISION OF SECTION 210
RESET STRUCTURES
Section 210 of the Standard Specifications is hereby revised as follows:
CONSTRUCTION REQUIREMENTS
Subsection 210.02 is revised to include the following:
Manholes, valve boxes, meter boxes, and all other similar structures located in a pavement shall be adjusted as noted
below.
Prior to beginning any construction on existing streets that will receive reconstruction and/or overlay, the Contractor
shall mark on the curb and gutter with paint the location of all existing structures. These markings shall be
maintained by the Contractor until the work has been completed and accepted by the City Representative.
The Contractor shall do all work needed to ensure that said structures can be readily adjusted and shall have all
necessary materials on hand prior to commencing the work. Contractor shall verify that manholes and valve boxes
can be adjusted prior to the overlay. In the event they cannot be adjusted, or properly fitted with rings, the
Contractor shall excavate and adjust prior to the overlay as noted below.
All structures shall be adjusted to be 1/8"- 1/2" below the pavement.
In locations where a structure to be adjusted is surrounded by a concrete collar, the concrete collar shall be removed
and replaced with Hot Mix Asphalt. HBP Grading SG shall be used in all locations except as noted below.
In locations where a structure adjustment takes place and no overlay is scheduled, HBP Grading SG shall be placed
in the bottom of the patches and shall be left one and one-half (I %z ) to two (2) inches below the existing street
surface to allow the patch to be "topped" with a surface course material. The "topping" material shall be Hot Mix
Asphalt Grading SX or S on residential and Grading S on arterials or collector streets Hot Mix Asphalt used for
"topping" material will be measured and paid for at the contract unit price for Patching.
Pavement removal (concrete or asphalt) and placement of bituminous material (Hot Mix Asphalt) utilized for
structure adjustment, including Grading SG and "topping" material (Grading SX), shall be paid for under the
contract unit price for Patching.
Subsection 210.10 is revised to include the following:
The City Representative shall determine the method of adjustment for each structure. Valve boxes shall be adjusted
by one of the following methods:
Adjust by removing the existing pavement (concrete or asphalt), adjusting the valve by turning it to the
proper grade, trimming the existing asphalt by cutting vertical edges, then spreading and mechanically
compacting bituminous material. This item will be measured and paid for separately under "Adjust Valve
Box", not including bituminous material.
If the valve box cannot be turned up or can be turned up, but not sufficiently to achieve the proper grade
or if the top section of valve box is in poor condition, the Contractor shall excavate around the top section
of the valve box, and remove and replace the top section with a longer section. The top section part will
be measured and paid for separately tinder the terms of this Contract. The excavation shall then be back
filled with Non -Shrink backfill to the top of subgrade, and then material of the same grade and quality as
the adjacent pavement shall be placed. A mix design for Non -Shrink back till shall be submitted and
approved prior to starting work. These items shall be measured and paid for separately under "Adjust and
Replace Top Section of Valve Box", not including the top section part or bituminous material.
Project Specifications —Page IS of 42
BID 7222 - Asphalt Overlay Page 154 of 269
REVISION OF SECTION 210 '
RESET STRUCTURES
Non -Shrink backfill -- also called Flowable Fill or Unshrinkable Fill -- shall be a Portland Cement Concrete '
Mix. The cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type
1/11. The minimum 24 hour strength shall be 10 psi and the maximum 28 day strength shall be 60 psi. The
maximum aggregate size shall be one inch (1"). The minimum slump shall be six inches (6") and the
maximum, eight inches (8"). The non -shrink backfill shall be consolidated with a mechanical vibrator. .
Adjust with adjusting rings or Screw Type Adjustable Risers. These items will be measured and paid for
under "Adjust Valve Box with Ring" or "Adjust Valve Box with Screw Type Adjustable Riser", including
material (parts).
The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. Ifthe Contractor
is negligent and breaks the valve box, said valve box shall be replaced at the Contractor's expense. ,
Adjusting rings for valve boxes shall be of the type manufactured by the Tyler Manufacturing Company or
an approved equal. ,
Valve Box Top Section, Screw Type Adjustable Risers, and Extensions shall be of the type manufactured
by the Tyler Manufacturing Company, 6850 or 6860 Series, as approved by the City Representative.
Manholes shall be adjusted by one of the following methods:
Adjust by removing an area of pavement (concrete or asphalt) with a minimum diameter one foot (1')
larger than the structure (centered on the structure) by cutting vertical edges, adjusting the manhole by '
grouting concrete rings and/or utilizing metal shims to raise the structure to the proper grade, then
spreading and mechanically compacting bituminous material. This item will be paid for under "Adjust
Manhole", not including bituminous material. '
Adjust with adjusting rings. This item will be measured and paid for separately under "Adjust Manhole
with Locking Ring". Standard/non-adjustable paving rings are not permitted on arterial streets, collector
streets, or in the wheel path of a travel lane. Contractor shall verify that the manhole can properly be '
adjusted with a ring to the proposed grade prior to beginning the overlay. The City Representative may
allow turnbuckle style paving rings that tighten into place securely
When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the ,
slope of the pavement in both the longitudinal and traverse directions and the inside shall be grouted. Any
manhole cover which is unstable or noisy under traffic shall be replaced by the Contractor.
If a manhole or valve box is located in an area to be patched or cold milled, it may be adjusted as part of that '
operation utilizing one of the methods listed in the previous paragraphs. The adjustment will be paid for
under the matching item.
If the structure is adjusted during the grinding or patching operation, the Contractor shall place hot bituminous ,
material around the structure as directed by the City Representative to insure that it will not be a hazard to
vehicular traffic.
The Contractor shall be responsible for immediately cleaning out all construction materials that may fall into ,
manholes, valve boxes, or other structures during the construction process.
In the event that a structure was not properly adjusted (i.e. too high or too low), written notice will be given by '
the City Representative to the Contractor requiring the Contractor to make the necessary adjustments within five
(5) working days. In the event that the structure is not adjusted within said time frame, the City Representative
shall have the right to engage a third party to complete the work, and to withhold the cost of such work from '
payments due the Contractor.
Project Specifications —Page 19 of 42
BID 7222 - Asphalt Overlay Page 155 of 269
I
n
i
I
I
I
1
I
1
REVISION OF SECTION 210
RESET STRUCTURES
The City Representative will also notify the Contractor in writing of any structures that were covered during the
paving operation. The Contractor shall then have five (5) working days to make said structure accessible or will
be subject to the constraints of the previous paragraph with respect to a third party completing the work.
In the unlikely event that a structure is adjusted after the overlay is complete, the Contractor must exercise care
as not to damage the new pavement surrounding the structure. The "topping" material shall be Grading S or SX
on residential streets, and Grading S on arterial and collector streets. Grading SG shall be used for the bottom
lifts as described in Revision of Section 403, Hot Mix Asphalt — Patching.
METHOD OF MEASUREMENT
Subsection 210.12 shall include the following:
The accepted quantities of Adjust Manholes, Valve Boxes, and Meter Boxes will be paid for at the contract unit
price per each. Non -shrink backfill, concrete, haul and disposal will not be measured and paid for separately but
shall be included in the contract unit price for each type of adjustment.
BASIS OF PAYMENT
Subsection 210.13 shall include the following:
Payment will be made under:
Pay Item
Unit
210.00
Reset Mail Box
Each
210.01
Adjust Valve Box
Each
210.02
Adjust Valve Box with Ring
Each
210.03
Adjust Valve Box with Tyler 6860 Series,
Item R 69, Screw Type Adjustable Riser
Each
210.04
Adjust and Replace Top Section of Valve Box
Each
210.05
Tyler 6850 Series, Item 58,
14" Valve Box Extension (Part Only)
Each
210.06
Tyler 6860 Series 16" Valve Box
Top Section Without Lid (Part Only)
Each
210.07
Tyler 6860 Series 26" Valve Box
Top Section Without Lid (Part Only)
Each
210.08
Total Valve Box Replacement
Tyler 6860 Series, 30" Bottom Section
Each
210.09
Adjust Standard Manhole <24"
Each
210.10
Adjust Special Manhole > 24"
Each
210.11
Adjust Manhole with Ring
Each
Project Specifications —Page 20 of 42
BID 7222 - Asphalt Overlay Page 156 of 269
1
REVISION OF SECTION 210
RESET STRUCTURES
210.12 Adjust Manhole with Locking Ring
< 24" dia., <_ 3" height
Each
210.13 Adjust Manhole with Locking Ring
< 24" dia., > 3" height
Each
210.14 Adjust Manhole with Locking Ring
> 24" dia, 5 3" height
Each
210.15 Adjust Manhole with Locking Ring
>24" dia, > 3" height
Each
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, all required traffic control devices, personnel, and related traffic control incidentals and for
doing all the work involved in adjusting structures, complete -in -place, including non -shrink backfill, concrete, haul
and disposal, as shown on the plans, as specified in these specifications, and as directed by the City Representative.
END OF SECTION
Project Specifications —Page 21 of 42
BID 7222 - Asphalt Overlay Page 157 of 269
I
REVISION OF SECTION 306
RECONDITIONING/ASPHALT RECYCLING
Section 306 of the Standard Specifications is hereby revised as follows:
CONSTRUCTION REQUIREMENTS
Subsection 306.02 is revised to include the following:
Reconditioning shall consist of scarifying and compacting the top 8" of the entire subgrade. Sufficient water shall be
a added to meet the density requirements as specified. The subgrade shall be thoroughly mixed and moistened to full
depth and compacted as specified in Section 203.07. The reconditioned surface shall not vary above or below the
lines and grades as staked by more than 0.04 foot under asphalt or concrete pavement, or 0.08 foot under aggregate
base course. The surface shall be tested prior to application of any base course or pavement. All defective work
shall be corrected as directed. The surface shall be satisfactorily maintained until base course or pavement has been
placed.
a Asphalt Recycling shall consist of homogeneously pulverizing and mixing the existing asphalt roadway and
underlying base material to a depth as determined by the City Representative. Care shall be taken to insure that the
recycling process does not extend into the subgrade material. The resulting mixture shall be pulverized and blended
to the satisfaction of the City Representative and meet the following requirements:
Minimum Passing It/z" 97-100 %
Minimum Passing No. I Sieve 60-65 %
I
U
I
0
0
0
I
1
I
11
The equipment required for Asphalt Recycling shall be a self-propelled, rotary cross shaft mixing machine with a
minimum of 400 horsepower and equipped with carbide -tipped teeth. This machine must be capable of making
consecutive passes until the gradation requirement is met. The mixer shall be capable of pulverizing and mixing to a
minimum depth of 12".
The subcontractor performing Asphalt Recycling must have previous experience in the field of in -place Asphalt
Recycling.
METHOD OF MEASUREMENT
Subsection 306.03 is revised to include the following:
The accepted quantities of Reconditioning and in place Asphalt Recycling wilt be paid for at the contract unit price
per square yard.
BASIS OF PAYMENT
Subsection 306.04 is revised to include the following:
Payment will be made under:
Pay Item
306.10 Subgrade Preparation
306.20 Asphalt Recycling (5-10")
Project Specifications —Page 22 of 42
Unit
S.Y.
S.Y.
BID 7222 - Asphalt Overlay Page 158 of 269
1
REVISION OF SECTION 306
RECONDITIONING/ASPHALT RECYCLING
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
incidentals, all required traffic control devices, personnel, and related traffic control incidentals, and for doing
all work involved in Reconditioning and Asphalt Recycling, complete -in -place, including compaction, wetting or
drying, and finish grading, as shown on the plans, as specified in these specifications, and as directed by the City
Representative.
END OF SECTION
Project SPee i tications —Page 23 or42
BID 7222 - Asphalt Overlay Page 159 of 269
I
' REVISION OF SECTION 307
STABILIZED SUBGRADE - CLASS C FLY ASH
Section 307 of the Standard Specification is hereby revised as follows:
DESCRIPTION
' Subsection 307.01 is revised to include the following:
This item shall consist of treating the subgrade, existing sub -base or existing base, by pulverizing, adding Class C fly
ash, and mixing and compacting the mixed material to the required density. This item applies to natural ground or
embankment and shall be constructed as specified herein and in conformity with the typical sections, lines and
grades as shown on the plans or as established by the City Engineer.
' MATERIALS
Subsection 307.02 is revised to include the following:
' Fly Ash - Fly Ash shall meet ASTM C 618 for Class C Fly Ash.
Water - The water used in the stabilized mixture shall be potable.
' CONSTRUCTION REQUIREMENTS
Subsection 307.04 is revised to include the following:
' EQUIPMENT
' The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and
approved by the City Representative prior to the beginning of construction operations.
All machinery, tools, and equipment used shall be maintained in a satisfactory and workmanlike manner.
' Fly ash is furnished in trucks. Each truck shall have the weight of fly ash recorded on certified scales.
CONSTRUCTION METHODS
' General
' It is the purpose ofthis specification to secure a completed course oftreated material which contains a uniform
fly ash/soil mixture with no loose or segregated areas; has a uniform densityand moisture content; is well bound
for its full depth; and has a smooth surface suitable for placing subsequent courses. It shall be the responsibility
of the Contractor to regulate the sequence of his work; to process a sufficient quantity of material to provide fall
' depth as shown on the plans; to use the proper amounts of fly ash; to maintain the work; and to rework the
courses as necessary to meet the above requirements.
Preparation of Subgrade
Before other construction operations are begun, the subgrade shall be graded and shaped to enable the fly ash
treatment of materials in place, in conformance with the lines, grades, and thickness shown on the plans.
Application
The fly ash shall be spread by a method approved by the City Engineer at the rates shown on the plans or as
' directed by the City Representative. Fly ash shall not be applied when wind conditions, in the opinion of the
City Representative, are such that blowing fly ash becomes objectionable to traffic or adjacent propertyowners.
' Project Specifications —Page 24 of 42
BID 7222 - Asphalt Overlay Page 160 of 269
SECTION 00020
INVITATION TO BID
Rev10/20/07 Section 00020 Page 3 1
I
REVISION OF SECTION 307
STABILIZED SUBGRADE - CLASS C FLY ASH
During final mixing, the materials shall be sprinkled, as directed by the City Representative, until the proper
moisture content has been secured. However, initial mixing after the addition of fly ash will be accomplished
dry, or with a minimum of water, to prevent fly ash balls. Final moisture content of the mix, prior to
compaction, shall not exceed the optimum moisture content of the mix by more than 2%, nor be less than
optimum by more than 2%. Should the natural moisture content of the soil be above the specified range,
aeration of the soil may be required prior to addition of the fly ash.
Mixing
The soil and fly ash shall be thoroughly mixed by approved road mixers or other approved equipment. The
mixing shall continue until, in the opinion of the City Representative, a homogeneous, friable mixture ofsoil and
the mixture should be added after initial mixing. There shall be a 6" overlap between passes to assure a
consistent mix.
Compaction
Compaction of the mixture shall begin immediately after mixing of the fly ash and shall be completed within 2
hours following addition of water to the fly ash. The material shall be sprinkled as necessary to maintain the
optimum moismre. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth
of mixture is uniformly compacted to the specified density.
All non -uniform (too wet, too dry, or insufficiently treated) areas which appear shall be corrected immediately
by scarifying the areas affected, adding or removing material as required, and reshaping and re -compacting by
sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from
undulations and ruts, until other work is placed thereon or the work is accepted.
The stabilized section shall be compacted to the extent necessary to provide the density specified below.
DESCRIPTION
DENSITY
For fly ash treated subgrade, existing subbase or existing
Not less than 95% maximum dry density
base that will receive subsequent subbase or base courses.
(ASTM D 698)
For fly ash treated base that will receive surface course.
Not less than 97% maximum dry density
(ASTM D 698)
In addition to the requirements specified for density, the full depth of the material shown on the plans shall be
compacted to the extent necessary to remain firm and stable under construction equipment. After each section is
completed, tests as necessary will be made by the City Representative. If the material fails to meet the density
requirements, the City Representative may require it to be reworked as necessary to meet those requirements or
require the Contractor to change his construction methods to obtain required density on the next section.
Throughout this entire operation the shape of the course shall be maintained by blading, and the surface, upon
completion, shall be smooth and in conformity with the typical section shown on the plans and to the established
lines and grades. Blading should be terminated within 2 hours after blending of the flyash. Should the material,
due to any reason or cause, lose the required stability, density or finish before the next course is placed, or the
work is accepted, it shall be reprocessed, re -compacted, and refinished at the sole expense of the Contractor.
Reprocessing shall follow the same pattern as the initial stabilization, including the addition of fly ash.
Finishing, Curing, and Preparation for Surfacing
After the final layer or course of the treated subgrade, subbase or base has been compacted, it shall be brought to
the required lines and grades in accordance with the typical sections.
Project Specifications —Page 25 of 42
BID 7222 - Asphalt Overlay Page 161 of 269
1
1
1
1
1
1
REVISION OF SECTION 307
STABILIZED SUBGRADE - CLASS C FLY ASH
' (a) The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned",
or "tight bladed" by a power grader to a depth of approximately 1/4", removing all loosened stabilized
material from the section. Re -compaction of the loose material should not be attempted. The surface shall
then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed
' during rolling. If plus No. 4 aggregate is present on the surface of the mixture, one complete coverage of
the section with the flat wheel roller shall be made immediately after the "clipping" operation. When
directed by the City Representative, surface finishing methods may be varied from this procedure provided
' a dense, uniform surface, free of surface compaction planes, is produced. The moisture content of the
surface material must be maintained within the specified range during all finishing, and shall proceed in
such a manner as to produce, in not more than 2 hours, a smooth, closely knit surface, free of cracks,
ridges, or loose material conforming to the crown, grade and line shown on the plans.
(b) After the fly ash treated course has been finished as specified herein, the surface shall be protected against
rapid drying in a thorough and continuously moist condition by sprinkling for a period of not less than 3
' days, or until the surface or subsequent courses are placed.
METHOD OF MEASUREMENT
' Subsection 307.13 is revised to include the following:
Fly ash treatment of the subgrade, existing subbase, and existing base shall be measured by the square yard to neat
lines as shown on the typical sections.
' BASIS OF PAYMENT
' Subsection 307.14 is revised to include the following:
Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement'
will be paid for as follows:
Pay Rem Unit
307.10 Class C Fly Ash Delivered and Spread
' 12" Depth, 10% by Weight Ton
307.20 Stabilize Subgrade —Tilled & Watered S.Y.
' "Fly Ash Treated Subgrade" will be paid for at the unit price bid per square yard. The unit price bid shall be fall
compensation for all correction of secondary subgrade; for loosening, mixing, pulverizing, spreading, drying,
application of fly ash, and maintaining; for all curing, including all curing water and/or other curing materials; for all
' manipulations required; all required traffic control devices, personnel, and related traffic control incidentals
and for all hauling and freight involved; for all tools, equipment, labor, and for all materials necessary to complete
the work, including fly ash, as shown on the plans, as specified in these specifications, and as directed by the City
Representative.
END OF SECTION
1
Project Specifications —Pape 26 of 42
BID 7222 - Asphalt Overlay Page 162 of 269
REVISION OF SECTION 401
PLANT MIX PAVENIENTS
Section 401 of the Standard Specifications is hereby revised as follows:
MATERIALS
The following two paragraphs shall be deleted from Subsection 401.02
(a)(4) "A sufficient quantity of each aggregate, mineral filler, reclaimed material, and additive for the required
Laboratory tests."
"The Department will process one asphalt design mix for each pavement grading at no charge to the
Contractor. The Contractor will be assessed a charge of S3,000 for testing and evaluating each
additional design mix submitted by the Contractor."
Subsection 401.02 is hereby revised to include the following:
Requests made in writing by the Contractor for changes in the job mix formula will be considered by the City
Engineer. A job mix formula shall be determined by the Contractor and submitted to the Project Manager for
approval a minimum of one week prior to the beginning of construction for each proposed change. The Contractor
shall provide the Project Manager with a report from an independent testing laboratory acceptable to the Project
Manager. The report shall state the Superpave properties, optimum oil content, job mix formula, and recommended
mixing and placing temperatures. The costs for all job mix formulas shall be the responsibility of the Contractor.
If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement used, the City may
charge the Contractor for testing and evaluation of the mix designs, including the costs for calibration.
Mix design verification testing shall be the responsibility of the Contractor. A minimum of one verification per
mix design or one per 10,000 ton of mix used shall be provided to confirm oil content, gradation, air voids,
VMA, and stability.
CONSTRUCTION REQUIREMENTS
Subsection 401.07 shall include the following:
Plant mix pavement shall be placed only on properly prepared unfrozen surfaces which are free of water, snow, and
ice. The plant mix pavement shall be placed only when both the air and surface temperatures equal or exceed the
temperatures specified in Table 401-3, the dates coincide with Table 401-3A, and the City Representative
determines that the weather conditions permit the pavement to be properly placed and compacted.
Subsection 401.17 is hereby revised to include the following:
All pneumatic tire rollers shall be equipped with rubber skirt.
END OF SECTION
Project Specifications —Page 27 of 42
BID 7222 - Asphalt Overlay Page 163 of 269
REVISION OF SECTION 403
HOT MIX ASPHALT
' Section 403 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
eSubsection 403.01 is revised to include the following:
This work shall consist of placing the specified depth of Hot Mix Asphalt, Grading SX - Parking Lot Overlay,
' Grading SX, Grading SG, or Grading S, over existing pavement or subgrade surfaces previously prepared by the
Contractor or City of Fort Collins Crews, according to the current Latimer County Urban Area Street Standards and
Colorado Department of Transportation Design Criteria.
MATERIALS
1
1
1
Subsection 403.02 is revised to include the following:
Laboratory Mix Design - SHRP Mix, Grading S - The mix design shall be prepared by an independent laboratory
acceptable to the City Representative. The criterion for the mix design is as follows:
Designed according to most recent set of SUPERPAVE Specifications available at the time
A request made in writing by the Contractor for changes in the job mix formula will be considered by the Project
Manager.
The design mix for Grading S, SX, and SG shall conform to the current Latimer County Urban Area Street
Standards and the following:
Property
Test Method
Grading S
Grading SG
Grading SX
Minimum Dry Split Tensile
CPL 5109
Strength, kPa (psi)
Method B
205 (30)
205 (30)
205 (30)
Grade of Asphalt Cement
Top Layer
PG 64-28
PG 64-22
PG 64-22
Grade of Asphalt Cement
Layers Below Top
PG 64-22
PG 64-22
PG 64-22
Voids in the Mineral Aggregate
(VN[A) % minimum
CP 48
(a)
(a)
(a)
Voids Filled with Asphalt
(a)
(a)
(a)
(VFA) %
A[ NIS-2
(a) Current CDOT Design Criteria
(b) Residential 75, Collector 100, Arterial 100
The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of Hot Mix
Asphalt (HNIA). This plan shall be submitted to the City Representative and approved prior to beginning the paving
operations. When the City Representative determines that segregation is unacceptable, the paving shall stop and the
cause of segregation shall be corrected before paving operations will be allowed to resume.
Project Speeitications —Page 28 or42
BID 7222 - Asphalt Overlay Page 164 of 269
REVISION OF SECTION 403
HOT MIX ASPHALT
A maximum of 20% reclaimed material (RAP) will be allowed for HMA Grading SG, S, SX in both top and bottom
lifts.
Emulsified Asphalt for tack coat shall be Grade CSS-I h. The tack coat shall consist of a l: t dilution (one (1) part
emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.1 gallons per
square yard.
CONSTRUCTION REQUIREMENTS
Subsection 403.03 is revised to include the following:
The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations
end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule
shall show the methods to be used to comply with this requirement.
Regardless of the delivery temperature, the mixture shall not be placed for use on the roadway at a temperature lower
than 225 F.
The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious matter
immediately prior to commencing the paving operation. Edges of the area to be patched shall be sawcut vertically,
and perpendicular or parallel to the roadway, as directed by the City Representative. Tack coat shall be placed
against clean, vertical edges on all sides of the area to be patched.
HMA SX and S, shall be placed in equal lifts two (2") inches. The minimum lift thickness shall be one and one half
(1 %") inch respectively. HMA Grading SG shall be placed in equal lifts not exceeding four (4") inches. The
minimum lift thickness shall be three (3") inches. Overlaying layers of HMA shall not be placed until the lower
layer has cooled sufficiently to provide a stable material which will support the equipment without rutting, shoving
or moving in any manner. Tack shall not be required between HMA layers installed on the same day if, upon
inspection by City Representative, the surface is clean and dirt and/or debris is not present. Tack coat shall be placed
between all lifts when the lifts are installed on subsequent days.
Any leveling courses placed shall be paid for at the contract unit price for Hot Mix Asphalt (HMA).
Asphalt depths are specified per location in Section 02500, Quantity Estimate. Any deviation from the specified
depths shall be approved by the City Representative prior to asphalt placement.
METHOD OF MEASUREMENT
Subsection 403.04 shall include the following:
Hot Mix Asphalt (HMA) Grading SX - Parking Lot, SX— Basketball Court, SX, S, and SG, will be measured by the
ton and paid for at the Contract Unit Price for Hot Mix Asphalt. Haul, bituminous materials, aggregate, asphalt
cement, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each Hot Mix
Asphalt item will not be paid for separately but shall be included in the unit price bid.
Load slips shall be consecutively numbered for each day and shall include batch time.
Project Speci ticatiaas—Page 29 or42
BID 7222 - Asphalt Overlay Page 165 of 269
REVISION OF SECTION 403
HOT MIX ASPHALT
BASIS OF PAYMENT
Subsection 403.05 shall include the following:
Work performed and materials furnished as prescribed by this item
and measured as provided under "Measurement"
will be paid for as follows:
Pay Item
Unit
403.01 HMA Grading SX - Parking Lot Overlay
Ton
403.02 HMA Grading SX - Basketball Court
Ton
403.03 HMA Grading SX
Ton
403.04 HMA Grading S, 64 - 28 Modified Binder
Ton
403.05 HMA Grading S, 64 - 22 Binder
Ton
403.06 HMA Grading SG
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 Hot Mix Asphalt, including compaction, rolling, haul, surface
preparation, all required traffic control devices, personnel, and related traffic control incidentals, and
bituminous materials, complete in -place, as shown on these plans, as specified in these specifications, and as directed
by the City Representative.
END OF SECTION
Project Specifications —Page 30 of 42
BID 7222 - Asphalt Overlay Page 166 of 269
REVISION OF SECTION 403
HOT MIX ASPHALT - PATCHING
Section 403 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 403.01 is revised to include the following:
This work shall consist of excavating pavement areas to the specified depth, preparing the subgrade, and placing Hot
Mix Asphalt in accordance with these specifications, and in reasonably close conformity with the lines, grades,
thickness and typical cross sections shown on the plans or established.
MATERIALS
Subsection 403.02 is revised to include the following:
The materials shall conform to the requirements of Revision of Section 403 - Hot Mix Asphalt found herein.
CONSTRUCTION REQUIREMENTS
Subsection 403.03 is revised to include the following:
Patching will be accomplished in the following manner:
A straight vertical cut shall be made through the pavement to provide a square or rectangular opening, such that
each edge of the finished patch will be parallel or at right angles to the direction of traffic. Wheel cutting shall
not be allowed. All patches placed in pavement not to be overlaid shall be saw cut.
If, in the opinion of the City Representative, the subgrade material for the patch is unsuitable, it shall be
removed to the limits and depths designated. If asphalt is to be placed in the extra depth, the Contract Unit
Price for Patching shall be used for measurement and payment. If the deepened section is to be filled with
Borrow, the excavation will be measured and paid for under Revision of Section 203 - Excavation and the
material paid for under the appropriate item found herein.
The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have
been placed.
After the excavation has been completed, the Contractor shall prepare the subgrade by utilizing a vibratory
plate, roller, or other compaction device approved by the City Representative.
After the area to be patched is prepared, the Contractor shall place an emulsified asphalt tack coat on all
pavement cut surfaces and on the lip of exposed gutter and crosspan faces that abut these paving areas.
Emulsified Asphalt for tack coat shall be grade CSS-lh. The tack coat shall consist of a 1:1 dilation (one (1)
part emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.1
gallons per square yard.
Grading SG shall be used in all locations except in locations where patching takes place and no overlay is
scheduled.
Project Specifications —Page 31 of 42
BID 7222 - Asphalt Overlay Page 167 of 269
' REVISION OF SECTION 403
HOT NIIX ASPHALT - PATCHING
Grading SG shall be placed in the bottom of the patches and shall be left one and one-half (l %z") to two (2")
inches below the existing street surface to allow the patch to be "topped" with a surface course material. The
"topping" material shall be Hot Mix Asphalt Grading SX for residential streets and Grading S for arterials and
' collectors. Hot Mix Asphalt used for "topping" material will be measured and paid for at the Contract Unit
Price for Patching.
In locations where concrete repairs take place in an area of a large patch or in grind areas and the grind
' operation does not immediately follow the concrete repair (three (3) days), the Contractor shall remove no more
than six (6") inches of pavement. The pavement areas shall be temporarily patched with a minimum of two (2")
inches of asphalt. These locations shall be paid under the Contract Unit Price for Patching.
Regardless of the delivery temperature, the mixture shall not be placed for use on the roadway at a temperature
lower than 225' F.
' Pavement areas to be replaced adjacent to concrete repairs shall be as soon as schedule permits.
Areas requiring reduction in the quantity for Patching shall be deducted from the pay quantity using the
following formula: Deduct 0.054 Tons Per Square Yard Inch
METHOD OF MEASUREMENT
' Subsection 403.04 is revised to include the following:
Patching and Arterial Patching will be measured and paid for at the Contract Unit Price per Ton. The Arterial
Patching item will be used when existing asphalt is equal to or greater than 10". Pavement cutting, excavation,
subgrade preparation, haul, disposal, and bituminous materials will not be measured or paid for separately, but shall
be included in the contract price for Patching or Arterial 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:
Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement"
will be paid for as follows:
Pav Item Unit
403.07 HMA Hand Patching - Remove & Replace Ton
403.08 HMA Hand Patching>10" Remove & Replace Ton
403.09 HMA Paver Patching Remove & Replace Ton
The above prices and payments shall include (III compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all the work involved in Patching, including pavement cutting, excavation, haul,
disposal, surface preparation, all required traffic control devices, personnel, and related traffic control
incidentals, and bituminous materials, complete -in -place, as shown on these plans, as specified in these
specifications, and as directed by the City Representative.
END OF SECTION
Project Specifications —Page 32 of 42
BID 7222 - Asphalt Overlay Page 168 of 269
REVISION OF SECTION 420
GEOTEXTILE PAVING FABRICS
Section 420 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 420.01 is revised to include the following:
This work shall consist of placing Geotextile Paving Fabric as manufactured by Phillips Fibers Corporation, Hoechst
Fibers Industries, Amoco Fabrics Company, or an approved equal in designated areas in substantial compliance with
the plans, specifications and as directed by the City Representative.
MATERIALS
Subsection 420.02 is revised to include the following:
Geotextile Paving Fabric shall be a non -woven, needle -punched pavement reinforcing fabric which conforms to the
following properties:
Grab Strength, either direction, minimum (ASTM D-4632)
90 Ibs
Elongation, either direction, minimum (ASTM D4632)
50 percent
Burst Strength, minimum (ASTM D-3786)
185 PSI
Weight, minimum
3.6 oz./sq. yd.
Asphalt Retention, minimum (TF25 98)
0.2 gal./sq. yd.
Melting Point, minimum (ASTM D-276)
300' Fahrenheit
The tack coat to be applied to the road surface and/or to the Geotextile Paving Fabric shall meet the following
requirements:
Asphalt Cement AC-20
Emulsified and/or Cutback Asphalt shall not be used as tack coat for Geotextile Paving Fabric.
CONSTRUCTION REQUIREMENTS
Subsection 420.03 is revised to include the following:
Surface preparation: The pavement to be repaired shall be cleaned and free of dirt, dust, water and vegetation.
Cracks shall be cleaned and tilled in accordance with "Revision of Section 403, Crack Sealing' of these
Specifications. If the crack filling materials contain volatiles, adequate curing time must be allowed prior to
placement of the fabric. The pavement must be cleared of all sharp or angular protrusions.
Application of Tack Coat: The tack coat shall be applied at a rate in accordance with the manufacturers
specifications (approximately 0.25 gal./sq. yd). Application must be by a distributor. Temperature of the tack coat
must be sufficiently high to permit a uniform spray pattern. The maximum asphalt temperature shall be 300' F.
Subsection 420.04 is revised to include the following:
Geotextile Pavin, Fabric Placement: The Geotextile Paving Fabric shall be placed into the tack coat with a
minimum of wrinkles.
Project Specifications —Page 33 of 42
BID 7222 - Asphalt Overlay Page 169 of 269
17
I
1
REVISION OF SECTION 420
GEOTEXTILE PAVING FABRICS
If Geotextile Paving Fabric folds greater than one inch (I") occur, the Geotextile Paving Fabric shall be slit and
allowed to lie flat. Additional tack coat shall be placed as required to insure fabric bonding.
If Geotextile Paving Fabric is placed adjacent to patched sections of roadway, the fabric shall overlap said patched
section a minimum of 12 inches.
All joints shall overlap adjacent fabric approximately 2-6 inches.
Transverse joints of the Geotextile Paving Fabric shall be shingled in the direction of the paving to prevent edge
pickup by the paver.
Additional tack coat shall be uniformly applied to the joints and overlaps to insure bonding.
It shall be the Contractors responsibility to maintain the Geotextile Paving Fabric until the overlay is complete. If
the Geotextile Paving Fabric begins to be picked up, the Contractor shall immediately broadcast sand or hot mix
asphalt over the area or "skid' the Geotextile Paving Fabric with Hot Mix Asphalt SC Type l or 2. Excess sand or
hot mix shall be removed before paving. Sand used for this purpose will not be measured and paid for separately
under the terms of this contract. Hot Mix Asphalt (SC Type l or 2) used for this purpose will be measured and paid
for at their respective contract unit prices per ton.
Geotextile Paving Fabric shall be clean, dry and sufficiently bonded to the tack coat prior to commencing the paving
operations. Paving operations shall be completed the same day as the Geotextile Paving Fabric placement.
METHOD OF MEASURENIENT
Subsection 420.09 is revised to include the following:
Geotextile Paving Fabric will be measured by the square yard of surface area covered, complete in place, including
surface preparation and AC-20 tack coat.
BASIS OF PAYMENT
Subsection 420.10 is revised to include the following:
The accepted quantities of Geotextile Paving Fabric will be paid for at the contract unit price per square yard
complete -in -place, including surface preparation and AC-20 tack coat.
Payment will be made under:
Pay Item
420.01 Geotextile Paving Fabric
Pay Unit
Square Yard
The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work involved in placing tack coatand Geotextile Paving Fabric, including haul
and bituminous materials, complete -in -place, as shown on the plans, all required traffic control devices,
personnel, and related traffic control incidentals, as specified in these specifications, and as directed by the City
Representative.
END OF SECTION
Project Specifications —Page 34 of 42
BID 7222 - Asphalt Overlay Page 170 of 269
I
I
' SECTION 00020
INVITATION TO BID
' Date: March 15, 2011
Sealed Bids will be received by the City of Fort Collins (hereinafter referred
to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock,
on April 5, 2011, for the Asphalt Overlay; BID NO. 7222. If delivered, they
are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins,
Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort
Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly
received will be publicly opened and read aloud.
The Contract Documents provide for the construction of Bid 7222 Asphalt
Overlay. This work shall consist of asphalt milling, asphalt patching,
asphalt overlays, geotextile paving fabric, manhole and valve box adjustments,
and the associated traffic control on designated streets in the City of Fort
Collins.
For technical questions, please e-mail Kathleen Maddux, at kmaddux@fcgov.com.
' For purchasing questions, please e-mail John Stephen at jstephen@fcgov.com.
All Bids must be in accordance with the Contract Documents on file with The
City of Fort Collins, 211 North Mason St., Ind floor, Fort Collins, Colorado
80524.
The Contract Documents and Construction Drawings may be examined online at:
• City of Fort Collins BuySpeed: https://secure2.fcgov.com/b3O/login.jsp
Bids will be received as set forth in the Bidding Documents.
The Work is expected to be commenced within the time as required by Section
2.3 of General Conditions. Substantial Completion of the Work is required as
specified in the Agreement.
The successful Bidder will be required to furnish a Performance Bond and a
' Payment Bond guaranteeing faithful performance and the payment of all bills
and obligations arising from the performance of the Contract.
' No Bid may be withdrawn within a period of forty-five (45) days after the date
fixed for opening Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any
informalities and irregularities therein.
Rev10/20/07 Section 00020 Page 1
11
REVISION OF SECTION 627
PAVEMENT MARKINGS
Sub -section 627 shall include the following:
DESCRIPTION
This work shall consist of furnishing, installing, and removing temporary pavement marking in accordance with the
latest revision of the Fort Collins Traffic Operations Manual, City of Fort Collins Work Area Traffic Control
Handbook, Larimer County Urban Area Street Standards (LCUASS), Colorado Department of Transportation, and
Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD) and in conformity to the lines,
dimensions, patterns, locations, and details shown on the plans or established by the City Representative.
CONSTRUCTION REQUIREMENTS
Sub -section 627.10 is revised to include the following:
Temporary pavement markings shall be suitable for use on asphalt cement or portland cement concrete pavements
and shall be installed on roadways that shall be opened to traffic prior to permanent stripping by The City, and shall
conform as follows:
I . The surface to which the tape is applied shall be clean, dry, and free of dirt, oils, and grease. The tape/tab
shall be pressed down immediately after application, until it adheres properly and conforms to the surface.
2. All roads shall have temporary pavement markings before they are opened to traffic unless City stripping
crews have been scheduled to install permanent pavement markings prior to opening the road to traffic.
3 Markings applied to a final surface shall not leave a scar that conflicts with permanent markings.
4. Temporary markings shall be installed in such a way that the markings adequately follow the desired
alignment.
5. Temporary pavement marking tape shall be required for all lane lines
e. Lane lines shall be "tapped" intermittently with a 2' long by 4" wide reflective temporary strip at 50'
intervals.
f. It is the Contractor's responsibility to maintain the temporary markings, at the contractor's expense,
until the permanent pavement marking is installed by City crews.
6. Removable pavement markings shall be installed in accordance with the manufacture's recommendations
and maintained by the Contractor until permanent pavement markings are installed by City crews.
7. Temporary edge lines are not typically required unless specified by the City Representative.
8. All tape shall be removed by the contractor after permanent markings have been completed by The City.
Project Specifications —Page 35 of 42
BID 7222 - Asphalt Overlay Page 171 of 269
1
1
1
1
1
1
1
1
i
1
1
1
i
1
1
1
i
1
i
REVISION OF SECTION 627
PAVEMENT MARKINGS
BASIS OF PAYMENT
Subsection 627.13 is revised to include the following:
All costs for installing and removing temporary stripping shall be considered a subsidiary obligation of the
Contractor in connection with the various items of the Work and no measurement or payment shall be made
separately for the installation, removal, and maintenance of temporary stripping including all required traffic
control devices, personnel, and related traffic control incidentals, as specified in these specifications, and as
directed by the City Representative.
BID 7222 - Asphalt Overlay
END OF SECTION
Project SPee i ticaLions —Page 36 or42
Page 172 of 269
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
This work shall consist of furnishing, installing, moving maintaining and removing temporary construction traffic
control devices including but not limited to signs, advance warning arrows panels, variable message boards,
barricades, channelizing devices, and delineators as required by the latest revision of The City of Fort Collins Work
Area Traffic Control Handbook, Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD),
Larimer County Urban Area Street Standards (LCUASS), Colorado Department of Transportation.
In the event of a conflict between the MUTCD and the City's criteria, the City of Fort Collins specifications shall
govern.
MATERIALS
Subsection 630.02 shall include the following:
All traffic control devices placed for the project must meet or exceed the minimum standards set forth in The City of
Fort Collins Work Area Traffic Control Handbook and the MUTCD. All traffic control devices shall be clean and in
good operating condition when delivered and shall be maintained in that manner on a daily basis. All traffic control
devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts
from the purpose for which they are intended (i.e. crossed out information, information written in long -hand style,
etc.)
Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to avoid
confusion to motorists traveling in the opposite direction and other potentially affected parties, such as residents
affected by any information the sign may present.
CONSTRUCTION REQUIREMENTS
Subsection 630.09 shall be revised as follows:
Traffic control through the construction area is the responsibility of the Contractor
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, shall be removed from the area. Moving will include devices removed
from the project and later returned to use.
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 for any
street(s).
In the event there is a violation or safety issue, the City Representative will order a "Stop Work Order" until the
issue(s) is corrected. The Contractor shall not be entitled to any additional compensation for delays associated with
the "Stop Work Order".
CONTRACTOR RESPONSIBILITY
The Contractor shall be responsible for ensuring safe passage through the work zone for vehicles, pedestrians and
bicycles.
Project SPee i tications —Page 37 of 42
BID 7222 - Asphalt Overlay Page 173 of 269
11
L_J
1
1
[I
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
The Contractor shall use variable message boards to advise road users about upcoming work Arterial and Collector
streets. The City Representative will issue direction for the number of boards, general locations for placement, and
message verbiage. Fully automated variable message boards shall be installed and operate continuously for all work
on arterial and collector streets.
1. Two-way traffic shall be maintained at all times unless approved by the City Representative. Lane width shall
be maintained at a minimum of 10' (feet).
2. The Contractor will provide 24 hoar minimum notice to the City of Fort Collins Traffic Department when
project operation is near a signalized intersection.
3. The Contractor shall provide and coordinate uniformed police officers for traffic control when necessary for the
safety of the workers and traveling public.
TRAFFIC CONTROL PLANS
Traffic control plans shall be submitted for all work locations prior to commencement of any work. Plans shall be
submitted on approved forms supplied by the City Representative. A traffic control plan shall be prepared by a
Traffic Control Supervisor certified by the American Traffic Safety Services Association (ATSSA) or a Worksite
Traffic Control Supervisor certified by the Colorado Contractor's Association (CCA).
The typical Traffic Control Plans shall be submitted for approval to the City Representative by 8:00 a.m. two
working days prior to the commencement of work. All plans shall be delivered to the City Representative, 625 Ninth
Street, Fort Collins. Facsimiles of plans shall not be allowed.
Typical submittals for residential work scheduled on Nlonday and Tuesday shall be submitted the previous
Friday by 8:00 a.m.
Full residential road closure plans shall be submitted no later than Friday morning by 8:00 am for projects
starting the following week.
Submittals for full closures on arterial and collector streets shall be submitted two weeks prior to the
commencement of work.
No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an
approved Traffic Control Plan shall constitute cause for the City to stop work and Owner shall deduct from
compensation S1,000.00 per day for said condition, as well as the Contractor's forfeiture of payment for all work
and materials at that location, with no adjustment in the contract time.
The Traffic Control Plan shall include, as a minimum, the following:
(I) A detailed diagram which shows the location of all sign placements, including advance construction signs
(if not previously approved) and speed limit signs; method, length and time duration for lane closures, and
location of flag persons.
(2) A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to:
construction signs; vertical panel; vertical panel with light; Type I, Type Il, and Type III barricades;
cones; drum channelizing devices; advance warning flashing or sequencing arrow panel. Certain traffic
control devices may be used for more than one operation or phase. However, all devices required for any
particular phase must be detailed and tabulated for each phase.
Project Specifications —Page 38 of 42
BID 7222 - Asphalt Overlay Page 174 of 269
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
(3) Number of flaggers to be used.
(4) Parking Restrictions to be in affect.
Approval of the proposed method of handling traffic does not relieve the Contractor of liability specifically assigned
to him under this contract.
TRAFFIC CONTROL MANAGEMENT
Subsection 630.10 shall be revised as follows:
The Contractor shall designate an individual, other than the superintendent, to be the Traffic Control Supervisors.
Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a
current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic Control
Supervisor or Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. Proof of
certification shall be presented to the City Traffic Control Manager, and when requested by a City representative, for
each TCS utilized on this project.
One TCS shall be designated as the Head TCS. The Head TCS shall have a minimum of one year experience as a
certified TCS. Qualifications shall be submitted to the City Representative for approval a minimum of one
week prior to commencement of the work. The Head TCS shall be on site at all times during the construction.
It is the intent of the specifications that the Head TCS be the same throughout the project and remains on site at all
times during the construction.
If, in the opinion of the City Representative, any traffic control individual does not perform their duties at or to the
minimum industry standard, the Contractor will be required to replace that individual.
The TCS shall be equipped with a cellular phone.
The TCS duties shall include, but not be limited to
I. Prepare, revise and submit Traffic Control Plans as required
2. Supervise and direct project flaggers.
3. Coordinate all traffic control related operations, including those of the Subcontractor and supplier.
4. Coordinate project activities with appropriate police and fire control agencies, Transfort, school districts
and other affected agencies and parties prior to construction.
5. Notify residents and businesses at least 48 hours prior to construction.
a. Notifications maybe accomplished by a representative of the TCS such as a flagger and shall be hand
typed and hand delivered to all businesses and residents.
6. Inspect traffic control devices on a calendar day basis for the duration of the project to ensure devices are
functioning properly.
7. Oversee all requirements covered by the plans and specifications which contribute to the convenience,
safety, and orderly movement of traffic.
S. Flagging in emergency or relief for short periods of no more than 15 minutes over a 60 minute period.
Project Specifications —Page 39 of 42
BID 7222 - Asphalt Overlay Page 175 of 269
I
' REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
' 9. Traffic control device set up and removal.
10. Maintain a project traffic control diary which shall become part of the City's project records. This
' diary/log shall be submitted to the City Representative daily and shall include the following information as
a minimum
a. Date
' b. For Traffic Control Inspection, the time of the inspections
c. Project description and location
d. Traffic Control Supervisor's name
e. Types and quantities of traffic control devices used per approved MHT
f. List of flaggers used, including start time, stop time and number of flagging hour breaks
g. Traffic control problems (traffic accidents; damaged, missing or dirty devices, etc.) and corrective
action taken
Notification of residents and businesses shall be the responsibility of the TCS or TCS Representative and shall
consist of distributing letters indicating the nature of the work to be completed, any special instructions to the
residents (i.e. limits on lawn watering during concrete pouring, etc.), the dates and times of the work, and the parking
and access restrictions that will apply, as well as thorough information placed on "NO PARKING" signs. Sample
letters will be provided by the City Representative and shalt be distributed prior to the commencement of each phase
of the work. Letters shall be submitted with the Traffic Control Plans for approval. Approved letters shall be
distributed a minimum of 48 hours prior to the commencement of work.
' 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 request of the City Representative during non working hours.
A 24-hour telephone number shall be provided to the City Representatives.
All traffic control devices and traffic control management 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 control for street and highway construction, available
' at all times.
The following list reflects devices that may be used on the project or as authorized by the City Representative:
' "NO PARKING" Sign with Stand Size A Specialty Sign
Vertical Panel Without Light Size B Specialty Sign
' Channelizing Drum Without Light Safety Fence
Type I/II Barricade Without Light Light
Type III Barricade Without Light Advance Warning Flashing or Sequencing Arrow Panel
' Cone With Reflective Strip Variable Message Board
Size A Sign With Stand Size B Sign With Stand
' Project Specifications —Page 40 of 42
BID 7222 - Asphalt Overlay Page 176 of 269
1
REVISION OF SECTION 630 '
CONSTRUCTION ZONE TRAFFIC CONTROL
METHOD OF MEASUREMENT
All costs associated with the Traffic Control Plan review will not be measured or paid for separately, but shall be
considered incidental to the Work. Review fees will not be measured or paid for separately, but shall be considered
incidental to the Work.
'
The Contractor shall provide the services of the Colorado State Patrol or Fort Collins Police when necessary during
the course of the work as instructed by the City Representative. Associated costs shall be incidental to the work.
'
The City shall deduct from compensation due the Contractor S10.00 per day for each traffic control device not
removed from the site immediately upon completion of the work or as directed by the City Representative.
Flagger hand signs and devices, such as Stop/Slow paddles, will not be measured and paid for separately, but shall
'
be included in the work.
The flagger(s) shall be provided with electronic communication devices when required. These devices will not be
'
measured and paid for separately, but shall be included in the work.
The cost of batteries, electricity and/or fuel for all lighting or warning devices will not be paid for separately but will
be considered subsidiary to the item.
Sand bags and Caution tape will not be measured and paid for separately, but shall be included in the work.
The Contractor may provide larger construction traffic signs than those typically used in accordance with the City of '
Fort Collins Work Area Traffic Control Handbook and the MUTCD, if approved by the City Representative
however no payment will be made for the additional panel size. ,
Business signs and detour placard street names are NOT considered Specialty Signs and will not be measured or
paid for separately, but shall be included in the work.
The City shall not be responsible for any losses or damage due to theft or vandalism. The City of Fort Collins will '
not be responsible for any damages caused by the Contractor's construction activities to the public. Private or
public property which is damaged by the Contractor's equipment or employees will be the sole responsibility of the
Contractor.
BASIS OF PAYMENT
Subsection 630.15 shall be revised as follows: ,
BASIS OF PAYMENT
Subsection 630.15 shalt be revised as follows: '
All traffic control costs including but not limited to furnishing equipment, equipment set
up/removal/modification, TCS and flagging personnel, vehicles, phones, notification delivery, hand signs, '
communication devices, sandbags, and all related incidentals required for traffic control under this contract
shall be considered a subsidiary obligation of the Contractor in connection with the various items of the
Work. No measurement or payment shall be made separately for traffic control related items as specified in '
these specifications or as directed by the City Representative.
1
Project Specifications —Pave 41 of 42 ,
BID 7222 - Asphalt Overlay Page 177 of 269
I
1
I
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS
NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE
CITY REPRESENTATIVE IN WRITING.
NOTE: FULL CLOSURES ON ARTERIALS AND COLLECTORS WILL BE ALLOWED UNDER EXTREME
CIRCUMSTANCES AND ONLY UPON APPROVAL OF THE CITY REPRESENTATIVE. PLANS SHALL
BE APPROVED A MINIMUM OF TWO WEEKS PRIOR TO THE COMMENCEMENT OF WORK
AND/OR THE TIME REQUIRED TO ADEQUATELY NOTIFY THE PUBLIC THROUGH THE MEDIA.
' NOTE: CONSTRUCTION OR REPAIR WORK WILL NOT BE PERMITTED AT OR IN THE VICINITY OF A
SIGNALIZED INTERSECTION OR ANY ARTERIAL AND COLLECTOR STREETS THAT HAVE
MAJOR TRAFFIC VOLUMES BETWEEN THE HOURS OF 7:00 A.M. TO 8:30 A.M. OR 3:30 P.M. TO
6:30 P.M. (EXCEPT IN THE CASE OF AN EMERGENCY).
EXCEPTIONS MAY BE MADE FOR CONSTRUCTION OR REPAIR WORK ON ARTERIALS
AND COLLECTORS BETWEEN THE HOURS OF 7:00 A.M. TO 6:00 P.M., MONDAY
THROUGH FRIDAY EXCLUDING HOLIDAYS, WHEN ALL EQUIPNIENT, LABOR, TRAFFIC
CONTROL DEVICES AND CONSTRUCTION ARE NOT IN THE VICINITY OF AN
INTERSECTION. THE CITY REPRESENTATIVE WILL AUTHORIZE SUCH WORK AND
SPECIFY THE REQUIRED DISTANCE FROM THE INTERSECTION.
NOTE: TIME RESTRICTIONS ON S.H. 287 (COLLEGE AVENUE) WILL NORMALLY BE RESTRICTED FROM
9:00 AM TO 3:00 PM.
NOTE: CONSTRUCTION HOURS, EXCEPT FOR EMERGENCIES, SHALL BE LIMITED TO 7:00 A.M. TO 6:00
P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, UNLESS OTHERWISE AUTHORIZED
IN WRITING BY THE PROJECT MANAGER.
SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS
NOTE: FULL CLOSURES ON RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE TRAFFIC
CONTROL PLANS.
END OF SECTION
Project Specifications —Page 42 of 42
BID 7222 - Asphalt Overlay Page 178 of 269
SECTION 02500 '
QUANTITY ESTIMATE
This work shall consist of asphalt patching, asphalt overlays, surface grinding and preparation, geotextile paving fabric,
and manhole and valve box adjustments on designated streets in the City of Fort Collins. Specific locations are described
herein; however, additional quantities are included in the Bid Schedule for locations not yet identified at the time of the
bid. '
All quantities stipulated in the Bid Schedule at unit prices are approximate and are to be used only as a basis for
estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of
payment shall be the actual amount of materials furnished and Work completed. '
Contractor agrees that he/she will make no claim for damages, anticipated profits, or otherwise on account of any
difference between the amounts of Work actually performed and materials actually furnished and the estimated amount
in these documents. '
11
1
1
BID 7222 - Asphalt Overlay Page 1 of 7 Page 179 of 269
m = m
m m m m® r m m = = m m m m r
SECTION 2500
QUANTITY ESTIMATE
S'I'ItEI?I'
FRONI
'I'O
202.06
202.07
203.01
203.03
203.04
208.10
208.20
210.01
210.03
Bobcat
Style
Milling
13"
Bobcat Style
Wing
Milli
Add. Inch
'Thickness
General
Excavation
<I00 cy
Excavation-
Muck
Barrow
<I00 Toll
Ruck
Wattle
Cru mb
Rubber
Wattle
Adjust Valve
Bux
Adj. V-box w/
Tyler 6860
Series, Item R6Y,
Screw Type Adj.
Riser
Uuits
SY
SY-IN
CY
CY
TUN
FA
EA
S LEMAY AVE
H HARMONY RD
f IORSEP001'11 RD
25.OU
20.UO
18.00
3.00
'1
Area Sub'rol.l
0,00
0.00
25.00
0.00
0.00
0.00
20.00
18.00
3.00
130ARDWALK DR
LANDINGS DR
E HARMONY RD
2U.00
16.00
r
Area Sub Total
0.00
0.00
0.00
W00
0.00
20 00
0.00
16.00
0.00
LINDEN S'r
7E1TIiRSON ST
VINE DR
20.00
4.00
WESTDRAKE
Area Sub Total
0.00
0.00
U.00
0.00
0.00
0.00
2U.UU
4.00
ILUU
W DItAKIi 1")
sC01-LLGL AVE
MEADOWLARK AVE
50ou
50.00
11.00
� t
A.Sub Total
0.00
0.00
0.00
U.00
0.00
50.00
50.00
11.00
O.OU
WHE I'ON DI2
S LEMAY AVE
Ii HARMONY RD
10.00
10.00
I I.OU
Area Sub Total
0.00
0.00
0.00
0.00
0.00
10.00
10.00
11.00
ODO
CONIFER ST
N COLLEGE AVE
N LEMAY AVE
20.U0
2000
14.00
HANIPSHIRE SQUARE
Arca Sub Toml
0.00
0.00
(1.00
0.00
0.00
20.00
20.U0
14.00
0.00
VALLIiY PORGIi A\'L'
STA- Ii II.I.RD
IIAMPSHIRERD
10.00
I0.00
13.00
I IAMPS111RIi SQUARE
VALI.HY FORGE AVE
VALLLYFORGHAVE
10.00
10.00
7.00
VALLEY F(DRG1! AVL(1'E0L)
HAMPSI TIRE RD
HAMPSlTIRE S(
10.00
10.00
2.U0
HORSEIrOOTH ROAD,
Are. Sub Total
0.00
0.00
0.00
0.00
0.00
30.00
30.00
22.1111
0.00
F. II0ItSH"1'00"171 ROAD
COLLEGE AVE
TIMBERLINE RD
100.0U
-00.00
U.OU
25.00
50.00
60.00 50.00
33.00
3.00
PORTNER
Area Sub Twat
IUUAII
2a0.00
U.UO
25.U0
SU.IIU
60.UU SLLUU
73AU
3.00
P012'I'NIiR ROAD
1? Tim,B)' RD
NOI<TN END
10.00
I
LEXINGTON
i Area Sub Tull
0.00
U.00
QOU
U.UO
0.00
10.00 0.00
O.OU
O.OU
Slililtltll!LD lilt l?&W IVALLEY
FORGI. AVE
SIII!I:FII?LII('wW
WINDSOR C'OUR"I
CONS"I' I' I'UIION AVE
EASTEND
IU.00
WOODLANDONLY)
Area Sub Total
O.UO
0.00
0.00
QUU
0.00
10AU U.OU
U.UO
U.UU
GRAND Tli'1'0N PI-
ZIEGLER RD
MESA VERDE ST
10.t1U
1'Iil.l.0 \1'S'I'ONE C'IR
GRAND l7i'I'ON 1'l,
END
Area Sub Total
0.00
0.00
0.U0
U.00
0.00
10.00 0.00
0.00
0.00
BID 7222 - Asphalt Overlay Page 2 of 7 Page 180 of 269
City of
Fort Collins
7 Purchasing
ADDENDUM No. 2
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 7222 Asphalt Overlay
OPENING DATE: 3:00 PM (Our Clock) April 8, 2011
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
tcgov. com/purchasing
To all prospective bidders under the specifications and contract documents
described above, the following changes and additions are hereby made:
• The bid date had been changed to April 8, 2011
• Two additional line items have been added to the bid schedule. Item
No. 630.00, Construction Zone Traffic Control, has been added to the
Base Bid and also for the Bid Alternate 1. ALL TRAFFIC CONTROL
to perform the work depicted in the bid documents shall be provided
as a lump sum unit cost basis.
• Exhibit 1 — Revised Bid Schedule as of 4/1/2011
Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777
or jstephen@fcgov.com with any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID_ /QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
Addendum 2 Page 1 of 3
7222 Asphalt Overlay
Bid security in the amount of not less than 5% of the total Bid must accompany
each Bid in the form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City
Council, shall have a financial interest in the sale to the City of any real
or personal property, equipment, material, supplies or services where such
officer or employee exercises directly or indirectly any decision -making
authority concerning such sale or any supervisory authority over the services
to be rendered. This rule also applies to subcontracts with the City.
Soliciting or accepting any gift, gratuity favor, entertainment, kickback or
any items of monetary value from any person who has or is seeking to do
business with the City of Fort Collins is prohibited
City of Fort Collins
By
James B. O'Neill, II, CPPO, FNIGP
Purchasing & Risk Management Director
Rev10/20/07 Section 00020 Page 2
SECTION 2500
QUANTITY ESTIMATE
5'1'It li li'I'
I+ItUM1'1
TO
210.04
210.05
210.06
210.07
210.08
210.09
210.10
210.12
210.13
Adj. &
licplace "I'Op
Section V-
box
Tyler 6box
W"V-buz
extentiml
(purl Only)
'Tyler 686U,
16" V-box
Top Section
(part
w/O only)
only)
Tyler 6ri6U, 26"
V-boz'I'op
Section w/o Lid
(part only)
'I'olal Valve
Box
Replacement
Adjust Std.
M11H 24"
Adjust
Special MII
> 24"
Adjust MII
Ring
w/Lock
<24" <_3"
Adjust Mill
Icing
w/Lochs
<24" 13"
UniU
EA
EA
6A
EA
FA
EA
EA
EA
FA
S LIWAY AVIi
li 1iARMONY RD
IIORSIi'I'00TH RD
2.00
2.UU
4.00
4.00
Area Sub'I'olul
0.00
2.00
0.00
0.00
2.00
4.00
0.00
4,00
000
IJOARDWALK DR
LANDINGS DR
E 1IAKMONY KD
11.00
11.00
1
Area Sub T'oml
0.00
0.W)
0.00
0.00
0.00
11.00
0.0o
0,00
11.00
LINDEN S'I'
JEFFERSON ST
VINIS DR
5.00
4.00
Are. Sub Tula)
5.01)
0.00
U.OU
o.UU
0.U0
0.00
4.00
0.00
0,00
W DRAKE RD
S CO1.I.FGIi AVE.
MEADOWLARK AVE
I3.00
9.00
WIIEATON I
Area Sub T'olal
0.UU
0.UU
ILOU
O.OU
0.00
13.00
9.OU
O.O0
0.00
WDEAI'ON DR
S LEMAY AVE
P. HARMONY R❑
13.0U
71)
Are. Sub T.1.1
o.U11
O.Oo
O.OU
0.00 -
0.00
13.00
0.00
0.00
.
CONIFFIt S'I'
N COLLEGE AVE
N LENIAY AVE
18.0U
Area Sub Toul
O.IIU
(1.Oo
(1.00
O.UO
0,00
I8.00
0.00
O.UO
0.110
KE
VALLEY FORGE AVE
S TAI-f Ii1L1. RD
HAMRSITIRE RD
3.00
II A M I' S I I I R I! SQ 11 A It U
VALLEY FORGE AVE
VALLEYFORGIi AVE
3.00
VALLEY FORGE AVE(I'FOL)
HAMPSHIRE RD
HAMPSI TIRE SQ
4.00
HORSET66TH ROAD
Area Sub T.a.11
0.00
1 0.00
0.ua
10.00
IL00
0.00
0.00
IF IIORSE-1'001I1 ROAD
COLLEGE AVE:
T1MBERL1NF RD
U.UU
0.O0
5.00
3.00
2.00
7.00
8.00
7.00
�PORTNER
Area Sub Total
O.W
0.UU
S.UU
3.U0
2p0
7.Uo
H.UU
7.W
0.00
POR'I'Nlilt ROAD
17TRILBY RD
NORTH END
1.00
LEXINGTON
Area Sub Tulul
0.00
0.oU
O.W
0.UU
O.bU
LOU
O.OU
0.00
0.UU
SIwPo'll(I.D CIR Ii ., W
VALLEY FORGE AVE
S111;vF11i1.D CIR W
3.00
WINDSOR COURT
1CONSTITUTION AVE
EAS'I'END
4.00
WOODLANDI
Area Sub'rolal
U.00
0.00
0.00
0.00
0.00
7.00
U.UU
0.00
1 0.00
GIL\N D'I'li'I'UN PI-"LIL'GLIiR
RD
MESA VFRDIi ST
YFLLOWSTONIi C'IR
GRAND'I'ITION H.
END
Area Sub Talul
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
BID 7222 - Asphalt Overlay
Page 3 of 7
Page 181 of 269
r
m = = m m w m ! m m= m
SECTION 2500
QUANTITY ESTIMATE
S'1'RGF'1'
FROM
'I'O
210.14
403.04
403.05
403.06
403.07
403.08
403.09
403.10
420.01
Adjust D111
Ring
24" Sks
>24" <_3"
IIBP Grading
S, 64-28
Modified
Binder
HBP
Grading S,
64-22 Binder
111111
Grading SC
IIMA
Patching
Remove &
Replace
IIMA
Patching
>10" Remove
& Replace
IIMA Paver
Patching
Remove &
Replace
HMAw/L
Concrete
Patching
Ceotestile
Paving Fabric
UmI
TUN
I TON
TON
TON
I TUN I
TON I
TON I
%V
S LEMAY AVE
IE HARMONY RD
IIORSE'I'00'1'H RO
4.00
5,J 19.SU
92.34
497.%U
29,SSJ.UU
BOARDWALK
Area Su6'1'olal
4.00
5319.%II
QW
0.110
92.34
QOU
O.UU
49Z80
29857.UI1
BOARDWALK DR
ILANDINGS DR
E HARMONY KD
2,013.66
1
1 1
23.35
421.00
12,337.77
1
Arco Sub Total
0.00
2013.66
1 11.00
1 0.011
1 23.35
1 0.00
1 0.00
421.00
12337.77
LINDEN SI'
JEFFE14SON ST
VIN13 DR
1, 106.11
&00
1
1
2,500.00
WEST DRAKE
Area Sub Total
0.00
0.00
1 1106.1141
0.00
8.U0
1 0.00
1 omo
U.00
2500.U0
W DILIKR ItD
S COLLEGE AVE
IMEADOWLARK AVE
1
2,290.70
1
1
226.89
1 234.85
1
7U.30
9,905.49
WHEATON t'
Arcs Sub'Fulal
O.OU
2290.70
0.00
UAO
226.89
274.8i
0.00
70.30
9905.44
WIIIiA"I'ON DR
IS LEMAY AVE
IF HARMONY RD
I
1
1 1,251.82
1
1 19.77
Area Sub ToWI
0.00
1 W)O
1251,82
QUO
19.73
0.00
0.00
0.00
0.00
-'ONIFERST
N COLLEGE AV
LEMAY AVE
3.835.69
38.56
HAMPSHIRE SQUARE
Area Sub Total
0.00
OD(1
3835.69
0.1111
38,56
0.00
(L00
0.00
ILOU
VAI.I.I?Y FORGEAVE
STAFTHILLRD
HAMPSHIRE RD
465.70
18.84
HAMPSHIRE SQUARL
VALLEY FORGE. AVE
VALLEYFORGI?AVE
425.46
45.58
69.70
3,581.J3
VALLEY FORGE AV'E(1'POI.)
IIAM1II'SIIIKIi KD
It IAMPSI TIRE SO
347.81
108.08
114.60
2,852.22
HORSETOOTH ROAD
Area Sub Total
0.00
0.00
123&97
000
172.50
0.00
000
184.30-
643J55
E I10RSE'rOOTH ROAD
COLLEGE AVE
TIMBERLINE RD
8.00
13,111.2U
184.52
SIO.GO
77,575.75
1
Area Sub Toml
8.00
13111.20
0,00
0.00
184,52
0.00
0.00
510.60
j 73575.75
PORI'NER ROAD
li'Fltl Ll3Y RD
N012'1'li IiNb
442.97
Lux
I86.98
95.40
772%.67
LEXINGTON
Area Su1,1'u14
0.00
U.UU
44297
U.00
LU8
I8G 98
0.00
95.4U
U.00
Sli liltl°II:LD Cm Ii & W
VALI.KY I ORGI', AVE
SHEFFIELD CIR W
736.33
3.23
WINDSOR COU16
CONS.rrrUFION AVE
EAST END
228.86
4.30
WOODLANDONLY)
Arco Sub l'otel
0.00
U.00
9G5. 19
0.00
7.53
0.00
U.00
0.U0
U.UU
GRAND T11.1'ON PL
JZIrGI,IzH RD
IMESA VMWIi S'
W.55
100.70
YELLOWSI'ONE 011
GRAND'IF ION PL
END
7.77
120.4U
Area Sub total
0.00
0.00
000
0.00
22.32
0.00
0.00
221.10
01111
BID 7222 - Asphalt Overlay Page 4 of 7 Page 182 of 269
SECTION 2500
QUANTITY ESTIMATE
S'I'Itl?I�. 1'
FROM"1'O
202.06
202.07
203.01
203.03
203.04
208.10
208.20
210.01
210.03
Bobcat
Style
Milling
<3"
Bobcat Style
Nlilliug-
Add. Inch
'Thickness
General
Excavation
<IUU cy
Ezcavation-
Muck
Borrow
<IU0'I'on
Rock
Wattle
Crumb
Rubber
Wald
Adjust Valve
Boxo
Adj. V-box sv/
'Tyler 6860
Series, Ilem R69,
Screw Type Adj.
Riser
Units
I SY
SY-IN
I CY
CY
TON
k:A
EA
11131DI DR
PA'17I7RSON 11.
SANFORD DR
10.00
0.00
I.UU
PAVI'ERSON CT
PA17ERSON H.
END
10.00
2.00
PA17HRSON PL
RICHMOND DR
END
IU.ou
4.UU
RICHMOND DR
SSI HELDS ST
W I IORSEFOO'N IILD
10.00
LUU
SANFORD DR
HEIDI DR
END
10.00
1.00
SENECA Sr
SAM IIOIJS'I'ON CIR
W HORSET I'00I'll ILD
10.00
10.U0
2.UU
Area Sub Tmal
0.00
0.00
0.00
0.00
0.00
40.00
30.00
19.00
0.00
SOUTHRIDGE GREENS
CENTER GREES BLVD
SOU HRIDGE GREENS BLVD
WESTEND
10.00
0.00
GLEN EAGLE CT
CENTER GREENS BLVD
WEST END
10.00
7.00
GREENRIDGE CIR
SOUI'I IRIDGE GREENS BLVD
SOUTBRIDGE GREENS BLVD
10.00
I0.00
1.00
IIIWAN CT
CENTER GREENS BLVD
\VEST END
10.00
0.00
2.00
PEBBLE BFACII Cr
GLEN IiAGLIi CT
NOR'1'll END
10.00
2.00
SOU HRIDGE GREENS BLVD
PA171160N 11I.
SANFORD DR
10.00
14.00
ONLY)
Arco Sub Tmul
0.00
0.00
0.00
0.00
0.00
40.00
30.UU
26.UU
0.00
RIVERSIDE AVE
ISLEMAYAVE
lEI'ROSPECT RD
50.00
EVERGREEN PARK (2611 PATCIHNG
1
Area Sub To1ul
0.U0
O.OU
0.UU
0.UU
0.U0
SO.UU
0.00
O.OU
0.00
COUCI'HR Sr
SHORT LEAF ST
END
FOX'L'AIL ST
SUGARPINIi ST
MON'I'EREY DR
10.00
MONTEREY DR
CONIFER ST
END
SHORTI-FAF ST
FOXTA11. Sr
Ii WILLOX LN
io.00
SITKA ST
SUGARPINE ST
END
SUGARPINE ST
CONIFER Sr
END
10A0
YI3W CI'
SITKA ST
FND
10.00
HUNTINC;f6N
Arco Sub'rolxl
U.110
11.1111
U.UII
IL110
O.IIU
2000
20.U0
0.00
I1.U11
ASHTON CI'
HUNTINGTON HILLS DR
END
10.00
0.00
Iit1N'I'ING'ION IIILLS CI'
END
FOSSIL CREEK PKWY
HUNTINGTON I1111 S DR
DEARBORN ST
FOSSIL CREEK PKWY
KESWICK CT
HUNTINGTON HILLS DR
END
IU.00
MELROSE CI'
IIUNTINGTON IIILLS DR
END
NORMANDY Cr
HUN'rINGTON HILLS DR
END
10.00
Arca Sub Talai
0.00
0.00
0.00
0.00
0.00
20.00
10.00
0.00
0.00
TOTAL UNITSI
100.00
1 200.00
1 25.00
1 25.00
11 50.00
1 390.00
1 290.00
1 174.00
6.00
BID 7222 - Asphalt Overlay Page 5 of 7
Page 183 of 269
m m m m
SECTION 2500
QUANTITY ESTIMATE
S"1'li li F�1'
F'ItOl1f
'1'O
210.04
210.05
210.06
210.07
210.08
210.09
210.10
210.12
210.13
Adj. &
Replace "I'up
Section V-
box
'fylcr 6850,
W" V-box
extentim'
(part only)
'Tyler 6860,
\ �
16" -box
Top Section
w/o Lid (part
only)
Tyler 686U, 26"
\'-buz'I'op
Sectiun w/u Lid
(part only)
'rolul Valve
Box
Replacement
Adjust Std.
MH 24"
Adjust
Special MFI
24„
Adjust III
Ring
w/Lucks
<24" 53"
Adjust ;1'lll
Ring
w/Lucks
524" >3"
KINCSTONWOODS
Unio,
EA
EA
E,\
VA
RA
I IFIDI DR
PATTERSON I'L
SANFORD DR
1.00
I'A'17ERSON CI'
PATTERSON N.
END
4.00
PA 1-1 PI,
RICIiMOND DR
END
4.00
RK IIMOND DR
S SHIELDS S'I'
W IIORSETOO'I'll IiD
3.UU
SANFORD DR
HEIDI DR
END
2.00
SRN ECA S'r
SAKI HOUSfON CIR
W HORS1:'rOOTH RD
1.00
SOUTHRIDGE
Area Sub'rmal
U.00
0.00
0.00
0.00
0.00
15.00
0.00
0.00
0.00
CENTER GREFS BLVD
SOUT IRIDGr GRI:FNS BLVD
%%'EST END
0.00
GLEN EAGLE CT
CENTER GREENS BLVD
WEST END
4.00
GRrFNRIDGE CIR
SOUI'HRIDGE GREENS BLVD
SOUTHRIDGE GREENS BLVD
3.00
HIWAN CT
CENTER GREENS BLVD
(VEST END
5.00
PFBBLF. BEACH CF
GLEN EAGLE. Cr
NORTH END
2.00
SOUI BRIDGE GREENS BLVD
PAl7ERSON PI.
SANFORD DR
I L00
-
I
Area Sub'rwri
0.00
0.00
0.00
0.00
O.OU
25.OU
0.00
U.00
O.UU
RIVERSIDE AVE
IS LEMAY AV17
IF PROSPECT RU
PARK (2011 PATCHING
ONLY)EVERGREEN
Arcs Sub TuIUI
U.00
U.00
0.00
U.00
U.UO
0AU
UAO
U.UU
0.0U
COULTER sr
SIB RI I.EAP Sr
END
FOXTAIL ST
SUGARHNE S'r
MONTEREY DR
MONTEREY DR
CONIFER ST
END
SHORTLEAF ST
FOXI'AIL Sr
F. WILLOX LN
SITKA ST
SUGARPINL'ST
END
SUGARPINF ST
CONIPER ST
END
Yli\1' CT
SITKA Sr
END
HUNTINGTONONLY)
Area Sub Tom1
11.1111
i 0.00
i 0.00
ILUII
0,00
0.00
UAU
U.OU
0.011
ASHTON CT
HUNTING] ON HILLS DR
END
HUNTINGTON IIILLS C'I
END
FOSSIL CREEK PKWY
HUNTINGTON HILLS DR
DEARBORN S'I'
FOSSIL CREEK PK WY
KESWIC'K CT
HUNTINGTON IIILLS DR
END
NIrLROSE Cr
HUNTINGTON HILLS DR
END
NORMANDY Cr
HUN'rINGTGN IIILLS DR
END
Arco Sub To1n1
0.U0
0.00
0.00
U.OU
00'
UAU
OA0
QU0
" -
TOTAL UNITS
5.00
2.00
5.00
3:0U
%
4.0U
124.00.
21.UU
I1.00
I IA0
BID 7222 - Asphalt Overlay Page 6 of 7 Page 184 of 269
SECTION 2500
QUANTITY ESTIMATE
S'1'I2GG'1'
FROM'I'O
210.14
403.04
403.05
403.06
403.07
403.08
403.09
403.10
420.01
Adjust M11
Ring
w/Lucks
>24" 53"
IMP Grading
S, 64-2tl
1\'10dilled
Binder
HBP
Grading S,
64-22 Binder
HBP
Grading SC
IIMA
Patching
Remove &
Replace
IIMA
Patching
>IU" Remove
& Replace
IIMA Paver
Patching
Remove &
Replace
HMA
Concrete
Patching
GeoleKtile
Paving Fabric
I
Units
TON
TON
TON
TON
TON
TON
TON
SY
IIFIDl DR
PA'1717RSON I'L
SANFORD DR
105.02
12.69
32.I0
884.00
I'A'ITESSON Cr
PA'r-PERSON PI,
END
208.99
5.35
PA'1-1 ERSON I'1_
RICHMOND DR
END
580.21
6.39
RICHMOND DR
S SHIELDS S'1'
W HORSET00'111 RD
589.60
107.58
29.70
4,962.89
SANFORD DR
HEIDI DR
END
317.23
15.10
69.30
1,084.22
SENECA S'I'
!SAM IIOUSTON CIS
W IIORSFTOO'I'll RI7
219.01
2.12
SOUTHRIDGE GREENS
Arc:. Su6'I'mal
0,011
omo
2080.06
U.UO
149.23
U.00
0.00
131.10
fi931.1l
C'EN'I'L'R GREES BLVD
SOUTHRIDGE GItELNS BIND
WEST END
160.79
1.67
1.10
1,353.33
GLEN EAGLE CT
CENTER GREENS BLVD
WEST END
24824
28.55
18m
2,089.61
GR1?ENRIDGE CIR
SOU'I'1 ISIDGE GREENS BLVD
SOUTHRIDGE GREENS BLVD
283.81
3.75
I IIWAN CI'
C'EM'ER GREENS BLVD
(VEST END
222:28
17.70
t0.10
1,871.08
PEBBLE BEA0I CI'
GLEN FAGLIi CT
NORTH END
110.64
12.19
31.00
93130
SOUTHRIDGE GItELNS BLVD
PAVrERSON Pt-
SANFORD DR
1,319.48
19.15
Arua Sub Total
U.UO
0.00
234524
0.00
83.UI
0.00
U.UU
61.OU
6245.32
RIVERSIDE AVE
ISI.FMAY AVE
It,PROSPECT RD
I
1
1
31.10
227.51)
EVERGREEN PARK (2011 PATCUING
1
Arco Sub Tulal
U.00
U.UU
QOU
0.00
71.10
Q00
0.00
227.50
O.OU
C'OIJCrLR S'P
SHOR1 LEAF S'I'
GNU
5.90
FOXTAH. ST
SUGARPINE ST
MONTEREY DR
26.17
204.50
MONTERGY DR
CONIFER ST
END
11.09
6.00
SHORTLEAF ST
FOXTAI I. Sr
E WILLOX LN
3.75
0.00
SITKA ST
SUGARPINE ST
END
6.42
152.80
SUGARPINE S'r
CONIFER S 1
END
9.01
65.20
YEW CT
SITKA ST
END
1.08
0.60
HUNTINGTON HILLS (2011 PATCHING
ONLY)
Aron Sub Tmal
11.11U
UA11
11.U11
U9ll
63.42
0.00
O.UO
129.IU
o.0u
AS] rrON CT
IiUNTINGTONIi II.LSDR
END
1.60
11UNTING'I'ON I11LLS CI'
END
FOSSIL CREEK PKWY
2.67
92.80
I IUNTINGfON I1I11S DR
DEARBORN ST
FOSSIL CREEK PK WY
18.07
112.90
K17SWICK CT
HUNTINGTON HILLS DR
END
1.60
772U
MELROSE C'I'
IIUNTING ON HILLS DR
END
5.77
6.UO
NORMANDY C'F
I UNTING I'ON Ii II.LS DR
END
1.60
3.80
Arco Sub Totu1
0.00
0.00
0.00
0.00
31.31
0.00
0.00
292.70
O.OU
TOTAL. UNITS
12.00
22,735.36
13,266.05
0.00
1,154.89
421.83
. -0.00
3,141.90
147,781.99
BID 7222 - Asphalt Overlay Page 7 of 7
Page 185 of 269
' SECTION 03000
DETAILS
1
1
Rock Sock (RS)
SC-5
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 & 11)
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
BID 7222 - Asphalt Overlay Page 186 of 269
Rock Sock (RS) SC-5 '
Description
A rock sock is constructed of gravel
that has been wrapped by wire mesh or
a geotextile to form an elongated
cylindrical filter. Rock socks are
typically used either as a perimeter
control or as part of inlet protection.
When placed at angles in the curb line,
rock socks are typically referred to as
curb socks. Rock socks are intended to
trap sediment from stormwater runoff
that flows onto roadways as a result of
construction activities.
Appropriate Uses
Rock socks can be used at the perimeter
of a disturbed area to control localized
Photograph RS-I. Rock socks placed at regular intervals in a curb
line can help reduce sediment loading to storm sewer inlets. Rock
socks can also be used as perimeter controls.
sediment loading. A benefit of rock
socks as opposed to other perimeter controls is that they do not have to be trenched or staked into the
ground; therefore, they are often used on roadway construction projects where paved surfaces are present
Use rock socks in inlet protection applications when the construction of a roadway is substantially
complete and the roadway has been directly connected to a receiving storm system.
Design and Installation
When rock socks are used as perimeter controls, the maximum recommended tributary drainage area per
100 lineal feet of rock socks is approximately 0.25 acres with disturbed slope length of up to 150 feet and
a tributary slope gradient no steeper than 3:1. A rock sock design detail and notes are provided in Detail
RS-I. Also see the Inlet Protection Fact Sheet for design and installation guidance when rock socks are
used for inlet protection and in the curb line.
When placed in the gutter adjacent to a curb, rock socks should protrude no more than two feet from the
curb in order for traffic to pass safely. If located in a high traffic area, place construction markers to alert
drivers and street maintenance workers of their presence.
Maintenance and Removal
Rock socks are susceptible to displacement and breaking due to vehicle traffic. Inspect rock socks for
damage and repair or replace as necessary. Remove sediment by sweeping or vacuuming as needed to
maintain the functionality of the BMP, typically when sediment
has accumulated behind the rock sock to one-half of the sock's
height.
Once upstream stabilization is complete, rock socks and
accumulated sediment should be removed and properly disposed.
Rock Sock
Functions
Erosion Control
No
Sediment Control
Yes
Site/Material Mana-ement
No
November 2010 Urban Drainage and Flood Control District
BID 7222 - Asphalt Overlay Urban Storm Drainage Criteria Manual Volume 3
11
[1
0
1
11
1
1
1
RS-1 '
Page 187 of 269
' SC-5 Rock Sock (RS)
1
' RS
1,¢" (MINUS) CRUSHED ROCK
ENCLOSED IN WIRE MESH 1h" (MINUS) CRUSHED ROCK
' ENCLOSED IN WIRE MESH
WIRE TIE ENDS
4"' TO 6" MAX AT
THARD
0" ON BEDROCK OR GROUND SURFACE t CURBS, OTHERWISE
SURFACE, 2" 6"-10" DEPENDING
IN SOIL ON EXPECTED
SEDIMENT LOADS
ROCK SOCK SECTION ROCK SOCK PLAN
' ANY GAP AT JOINT SHALL BE FILLED WITH AN ADEQUATE
AMOUNT OF 1)¢" (MINUS) CRUSHED ROCK AND WRAPPED
' WITH ADDITIONAL WIRE MESH SECURED TO ENOS OF ROCK
ROCK SOCK, REINFORCED SOCK. AS AN ALTERNATIVE TO FILLING JOINTS
TYP BETWEEN ADJOINING ROCK SOCKS WITH CRUSHED ROCK AND
12' 12' ADDITIONAL WIRE WRAPPING, ROCK SOCKS CAN BE
OVERLAPPED (TYPICALLY 12—INCH OVERLAP) TO AVOID GAPS.
1
1
I
1
11
1
ROCK SOCK JOINTING
ROCK SOCK INSTALLATION NOTES
1. SEE PLAN VIEW FOR:
—LOCATION(S) OF ROCK SOCKS....
GRADATION TABLE
SIEVE SIZE
MASS PERCENT PASSING
SQUARE MESH SIEVES
NO. 4
2
100
IYz,.
90 — 100
1
20 - 55
0 - is
3g"
O - 5
MATCHES SPECIFICATIONS
FOR NO. 4
COARSE AGGREGATE FOR CONCRETE
PER AASHTO
M43. ALL ROCK SHALL BE
FRACTURED
FACE, ALL SIDES.
2. CRUSHED ROCK SHALL BE 0Y" (MINUS) IN SIZE WITH A FRACTURED FACE (ALL SIDES)
AND SHALL COMPLY WITH GRADATION SHOWN ON THIS SHEET (i)j" MINUS).
3. WIRE MESH SHALL BE FABRICATED OF 10 GAGE POULTRY MESH, OR EQUIVALENT, WITH A
MAXIMUM OPENING OF Y2-, RECOMMENDED MINIMUM ROLL WIDTH OF 48-
4. WIRE MESH SHALL BE SECURED USING "HOG, RINGS" OR WIRE TIES AT 6" CENTERS
ALONG ALL JOINTS AND AT 2" CENTERS ON ENDS OF SOCKS.
5. SOME MUNICIPALITIES MAY ALLOW THE USE OF FILTER FABRIC AS AN ALTERNATIVE TO WIRE
MESH FOR THE ROCK ENCLOSURE.
RS-1. ROCK SOCK PERIMETER CONTROL
RS-2 Urban Drainage and Flood Control District
BID 7222 - Asphalt Overlay Urban Storin Drainage Criteria Manual Volume 3
November 2010
Page 188 of 269
Rock Sock (RS) SC-5
ROCK SOCK MAINTENANCE NOTES
1. INSPECT BMPs EACH WORKDAY, AND MAINTAIN THEM IN EFFECTIVE OPERATING CONDITION
MAINTENANCE OF BMPs SHOULD BE PROACTIVE, NOT REACTIVE. INSPECT BMPs AS SOON AS
POSSIBLE (AND ALWAYS WITHIN 24 HOURS) FOLLOWING A STORM THAT CAUSES SURFACE
EROSION, AND PERFORM NECESSARY MAINTENANCE.
2. FREQUENT OBSERVATIONS AND MAINTENANCE ARE NECESSARY TO MAINTAIN BMPs IN
EFFECTIVE OPERATING CONDITION. INSPECTIONS AND CORRECTIVE MEASURES SHOULD BE
DOCUMENTED THOROUGHLY.
3. WHERE BMPs HAVE FAILED, REPAIR OR REPLACEMENT SHOULD BE INITIATED UPON
DISCOVERY OF THE FAILURE.
4. ROCK SOCKS SHALL BE REPLACED IF THEY BECOME HEAVILY SOILED, OR DAMAGED
BEYOND REPAIR.
5. SEDIMENT ACCUMULATED UPSTREAM OF ROCK SOCKS SHALL BE REMOVED AS NEEDED TO
MAINTAIN FUNCTIONALITY OF THE BMP, TYPICALLY WHEN DEPTH OF ACCUMULATED SEDIMENTS
IS APPROXIMATELY )¢ OF THE HEIGHT OF THE ROCK SOCK.
6. ROCK SOCKS ARE TO REMAIN IN PLACE UNTIL THE UPSTREAM DISTURBED AREA IS
STABILIZED AND APPROVED BY THE LOCAL JURISDICTION.
7. WHEN ROCK SOCKS ARE REMOVED, ALL DISTURBED AREAS SHALL BE COVERED WITH
TOPSOIL. SEEDED AND MULCHED OR OTHERWISE STABILIZED AS APPROVED BY LOCAL
JURISDICTION.
(DETAL ADAPTED FROM TOWN OF PARKER, COLORADO AND CITY OF AURORA, COLORADO, NOT AVAI A9LE IN AUTOCAD)
NOTE* MANY JURISDICTIONS HAVE BMP DETAILS THAT VARY FROM UDFCD STANDARD DETAILS.
CONSULT WITH LOCAL JURISDICTIONS AS TO WHICH DETAIL SHOULD BE USED WHEN
DIFFERENCES ARE NOTED.
NOTE, THE DETAILS INCLUDED WITH THIS FACT SHEET SHOW COMMONLY USED, CONVENTIONAL
METHODS OF ROCK SOCK INSTALLATION IN THE DENVER METROPOLITAN AREA. THERE ARE
MANY OTHER SIMILAR PROPRIETARY PRODUCTS ON THE MARKET. UDFCD NEITHER NDORSES
NOR DISCOURAGES USE OF PROPRIETARY PROTECTION PRODUCTS; HOWEVER, IN THE EVENT
PROPRIETARY METHODS ARE USED, THE APPROPRIATE DETAIL FROM THE MANUFACTURER MUST
BE INCLUDED IN THE SWMP AND THE BMP MUST BE INSTALLED AND MAINTAINED AS SHOWN
IN THE MANUFACTURER'S DETAILS.
November 2010 Urban Drainage and Flood Control District
BID 7222 -Asphalt Overlay Urban Storm Drainage Criteria Manual Volume 3
I
I
i
1
1
RS-3 '
Page 189 of 269
I
Area Infer
with Grate -
O G O C11 C C
o c o c
SEraiu Sa Ica Staked
with 2 SEakes Per Bale
' a o
a
a a a
p�
OJ
O
a
O
II
O II
a
O p O
iA—
PLAN VI EW
Stakm Twine
Runoff r- 1
•w..� �' r GompacEed Soil
l v
.�. „M
Fil�P eed Wafzr wz
SaCVON A —A
General Notes:
1. Wedge loose straw between the staked
bales. AREA INLET FILTER
2. Inspect and repair filters after each STRAW BALES
storm event. Remove sediment when
one half of the titter depth has been CITY OF;FORT COLLINS, COLORADO
filled. Removed sediment shall be STORMWATER UTILITY
deposited in an area tributary to a
sediment basin or other filtering measure. APPROVED BY:
3. Sediment shall be removed immediately DATE:
REVISIONS:
from traveled way of roads. D-23
PIGUR; 6.2
11
BID 7222 - Asphalt Overlay Page 190 of 269
I
SECTION 00100
INSTRUCTIONS TO BIDDERS
11
I
I
1
I
11
I
WireScreen—
(Approx.
W
-C--rdvei Filrzr
Area Infer
....__ r___ss-%
PLAN WEW
Concrefe Block
WEB! Fi f *er
Overrlow —� I� Concxa{z Block
r— Wire Screen
RunoIF ' Ir-�'�!G Gavel Rlter
,.,..,.> -110 u h
fir in�au£ I LPN=9Yr�
Huhn
Fdtared Wader 1
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
filtering measures.
2. Sediment and grave! shall be immediately
removed from traveled way of roads.
FZGUM o .3
AREA INLET FILTER
GRAVEL
CITY OF FORT COLLINS, COLORADO
STORMWATER UTILITY
A?ccOVEJ BY:
DATE:
n-VISIONS;
D-24
.1
gyp 7o11 A_.."I. n, Rage 191 of-269
1
P9GE 32
1
�S o
Grave! tIlrzr
1�
1 (,Approx.�,; Wire Screen
D�dm2tBr)
(Approx. %i iMesh)
1 -
0
rw.(
Wir>, Scres r, — 1 A
1 L- j rive! F:1=zr
PLAN VIEW
1 - C1/er'!ow � Fiffer� 11J�2r
Runor=
�IfICCIIT.I�IJ{ ll i'.'�I!3
Wire, rezn "It erm =~
Z'X4_"Wood Scvdl I -Curbinlet
1 SECTION A -A
1 -
Block
2
1. Inspect and repair filters after each
CURB INLET FILTER
storm event. Remove sediment when GRAVEL
one half of the fitter depth has been
filled. Removed sediment shall be de- CITY OF FORT COLLINS, COLORADO
posited in an area tributary to a sedi- STORMWATER UTILITY
ment basin or other filtering measure. A-PPROVc
2. Sediment and gravel shall be immediately n_ E:
1 removed from traveled way of roads. FEVISIowS: D-25
FTGUR.Z 6.4
i
Rin 7229 _ Acohalt nyerlay Page 192 of 269
i
2'-6"
1 1/2"R.
N 2 R
n " (O
Gutter edge may be a
tapered or battered. -'
i
(Typical for all Curb & o I ° • ,
& Gutter Types) o
18"
4.5" 21 .75" 3.75"
" 2
3.63
R as,-T
°.
ROLL-OVER
(LOVELAND)
r
r- CURB AND GUTTER
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
B RUEVh6rPAIIDARDS DATE: 03/01/02 Page?0 jf269
Al I
U
r
C
LL J
O
Lu
p
c c_
Q
co�N
N
C a)p
�
Ntv
XLu
W.9
2
j
a)o
U
U) LL
Q
a
Q
LL
Lu
W
r
Q
e
a
Q
9
p
o
Q
z
J
ti
U)
Q
JLL
Q
L0 0)
M
°
Lu
Lu
p
U
LL
Q
m .
M
t...
z
--__--�J�T�--
Q
(r
N-
J
z
U
LU
pC
-
Lu
X c
W
1
o
��X(
/
-.
.�
°
v
Lu
lL
cr
(.7 J)zF
Q
V
�I
U
Lu
-
>
i
I
O
-� 8/i 6
„8/£ E
Lu
>
-
- 17
-
�9
CC
LL •
V
�
.
}}I
CURB AND GUTTER/SIDEWALK
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
Bl�ITEL-Thg9'PA(NPARDS DATE: 03/01/02 Page702269
^r LIMITS OFC&G
_ "
4 Z 14 IN. 1 17 IN. 3 FT. 9 IN.
(1.17 FT.) m\ (I.42
n
T.) (3.75 FT.) I�
1. IF
i 2
m I
ev
I 1/2 IN.
.
FLOW 4 IN.
LINEy
1
6 IN.
I D 6 IN. ` ..
r�
D
° p ° I 4
?n
Imn
18
FT.)1 5 IFT.)--
�(1 5 IN.
J
DRIVE -OVER CURB, GUTTER AND SIDEWALK
2 FT 6 IN.
61N —
WHERE WALK ADJOINS A CURB, IT SHALL BE
CONSTRUCTED 1/41NCH 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 IN.
I'I 1 I/2 IN, R
4 IN.
� ' D
2 IN. R D
D D
6 IN, i
1
6 IN. � p
4 FT. MIN,
`
�
12 IN.
m
a �
VERTICAL 6 IN.
CURB, GUTTER AND SIDEWALK
EDGED
SURFACE
I/$ IN. R.
3/4 IN. MIN.
4.43 FT.
1.18 FT. .58 FT. 2.67 FT.
•
D o
.09` FT,
SIN.
1
1 1
..
D D
n FL 1 0
.30 FT, I{ 4 ° p 4 IN.
1 D
D
}
DUMMY JOINT
p D� 11
FOR WALKS
° ° 6 `"� D
COMBINATION CURB, GUTTER AND SIDEWALK
1.HOLLYWOOD"
(OBSOLETE - FOR REPLACEMENT ONLY)
CURB, GUTTER AND SIDEWALK DETAILS
APPROVED:
DETAIL
® CITY OF FORT COLLINS
STORMWATER
DATE: 11/13/00
UTILITIES
CONSTRUCTION DETAILS
D _ 6
V
DRAWN BY: NBJ
Bly of Fort Collin
1
F
[]
I
[-2
1 /8" TO 1 /4"R.
1-1/2" 4-1/2"
1 1/2"R.
1-1 /2" TO
211 R. o
..a
(V
°
OUT FALL CURB & GUTTER
(FORT COLLINS ONLY)
1/2"
1/2"R.
Gil All
TO 1 /4"R.
•
1 "± 1 /4" ° n a 1 "± 1 /4"
1 1/2" 3 O ASPHALT OR 3 1/2' 3"
* 6" w/concrete pavement CONCRETE PAVEMENT
8" w/asphalt
BARRIER CURB (KEY WAY OR EPDXY) MOUNTABLE CURB (KEY WAY OR EPDXY)
(SECTION B) (SECTION M)
6" 6" 6"
1 1/4"
G
ao • e
FL ¢ ro FLa
° e
a`
°
• e ROADWAY
PAVEMENT
° s
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
B1D3MEETh6'PA1N0ARDS DATE: 04/01/07 Page( 03269
_F vJaY �mne
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
y y
Detached co
1:12
Sidewalk max. f W W W W
w .V .V I € •v W v W
N
N m I Attached
y 6° E Sidewalk
* 1:12 max. N 1:12 max.
Back of curb
0
FL
Lip
--- A B
TYPE I X=2' min. Driveway Width Varies X=6'-0" TYPE 11
W
EXPANSION
1 �1 fmax.)
t 2 m JOINT
O
�'•.�.;:�.•. .., 4 1:2N
• • t
WALK r 6 y
SECTION B-B Nj
NOTE: a N.T.S.
WALK Y N i L••
1. Concrete driveway must be a�
provided to the property line. O 1:48 SLOPE
m 1/4• PER FT. 1:12 max.)
Expansion joint if drive WALK 2
continues as concrete SECTION A -A
\ N.T.S.
STANDARD DRIVEWAY APPROACH (TYPES I & II)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2LDRAWIJNGURBAN AREADRAWINGSBI EEVhhzS'PA�VIMRDS DATE: 04/01/07�Q
1
i
1
1
1
1
1
0
m c___ n o ai
> co o d v
Q m a 2 _ > s
s' CO O N N Y L V tp
c
N L C U j O D°
�� UJZ a U U)Lc) o 35
Z Q 0 0. J C)—
_ o ri n
4) = G N C
�a+ p x q
W
N C
//1'� Q v ° ` = C
cT M O o n V0
U w
v�
O Q , > v °
va 0v
v
I� QC) z Ey °v
0 I ° v x w
I o o0 °
> z I z I L rn �-
°m lu � m =o z°O�
Q
('XBw)
8�
N C
3 0 _ I ('Xew)
� Q 8b: L I Z~ Q c
❑ ° I (°
�C Ot E
m o�M m
° z o o m co
C W N N z o N
U_ Cn N z � m�XX fn U)
N "V E U
�I
O y c0
C () C
rf Q U)
N O
cc 9 U
r cv m I Y E (� z �� >
J a z N0 200
U a C
c Q O_ N 6 O
> C
a_C 9 m _
OO W Q W N N Q N
LL� cro a. >... //=l� Y p 0 O_7 O7 a0Q
coN ~ V 0.ri •• J C () N N N
Q) } Q o Q a cn (I) o m
Q(n
w mm . I a �_ 7 7 6 C 0
0 cf)w �_UU_��
3 ~O m Q m o Q 9
uz rNm4L6
a 3
a
is
ip
ip
s=
�o
N
a
a
v
Q W
°
O
oa
sr
°
T
O
J
T
a
�
�
E
�
W
W
W
�
y
E
�
U
�
N
i
U
STANDARD DRIVEWAY APPROACH (HIGH VOLUME DRIVE TYPES III & IV)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
61€EI3Vh4RPA�V�iARDS DATE: 04/01/07 Page(Q269
v
UJ
_Q
�
J
N
�Op
STREET INTERSECTION CROSSPAN
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
BESVh4DATE: 04/01/07 PaQJ)a269€PA iARDS
LJ
X (Varies, See Plans
Xmax=2.0')
L-- 1 1 /4"
7.
d (Varies,
See Plans)
3B„ 6" SECTION B-B r�r o
7 C N
21 Attached 'E C
o Sidewalk E 0'
o C B o
F ri
IMW MW
I '
5/8" Rolled Steel Tread Plate
(diamond pattern)
Dimension Variable
A
Notes: I
1. Length of steel plate varies.
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.
Retaining Screws at
-► C 4'_0" or as Directed B
—Detached Sidewalk
PLAN VIEW
L= 1 1 /4" x 1 1 /4" x 1 /4"
a '
e
3' #4 Bar Welded at 12" on SECTION C-C
center, Nelson Standard Anchor
or equivalent. (typical both sides)
5/8' Rolled Steel Tread Plate
1 /2" x 1' Flat Head Mach.
— Screw Brass or Electro-galv.
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).
COMBINATION CURB, GUTTER, AND SIDEWALK
6" VERTICAL CURB, GUTTER, AND SIDEWALK
SECTION A -A (2 VIEWS)
STANDARD DETAILS FOR DRAINAGE UNDER SIDEWALK
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
B1��€EEVh6rPAVRARDS DATE: 04/01/07 Page'L 269
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the
Standard General Conditions of the Construction Contract (No. 1910-8,
1990 ed.) have the meanings assigned to them in the General Conditions.
The term "Bidder" means one who submits a Bid to OWNER, as distinct from
a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder"
means the lowest, qualified, responsible and responsive Bidder to whom
OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or
Invitation to Bid, Instructions to Bidders, the Bid Form, and the
proposed Contract Documents (including all Addenda issued prior to
receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the
Invitation to Bid. No partial sets will be issued. The Bidding
Documents may be examined at the locations identified in the Invitation
to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids;
neither OWNER nor Engineer assumes any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410,
00420, and 00430 fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available
on the above terms, do so only for the purpose of obtaining Bids on the
Work and do not confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must
submit at the time of the Bid opening, a written statement of
qualifications including financial data, a summary of previous
experience, previous commitments and evidence of authority to conduct
business in the jurisdiction where the Project is located. Each Bid must
contain evidence of Bidder's qualification to do business in the state
where the Project is located or covenant to obtain such qualification
prior to award of the contract. The Statement of Qualifications shall be
prepared on the form provided in Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort
Rev 10/20/07
Section 00100 Page 1 I
6 IN. STEEL DECK RING WITH A 24
IN. HEAVY VER COVER BY
MA
nACLEAR OR APPROVED EQUAL.
3 FT. 5 FT.
6 I�
6 IN.
���
3 FT.-6 IN. SEE CURB FACE -
gACK OF
6 IN. �ASSEMBLY DETAIL
CURB
B D MANHOLE
fJ RUNGS-12 IN. O.C.
6
2 `T.
8 8.5 FLUSH _
WITH CURB FACE
6 IN.
. 2 IN. 4:1
A
PLAN VIEW
NTS
94 BAR
1 1/2 IN. R 18 IN. LONG
I/4 IN. -I IN. LEG
�.... :.. 6 IN.
I
n5 BAR
.
`21
1 1/2 IN. PIPE SPACER
8 IN.
,
AND 1 1/4 IN. LOCK NUT
v
v
4 IN.
•
1 1/4 IN. DIA. X 24 IN. GALV
e
STEEL ROD - THREADED
3 1/2 IN. AT TOP.
1/4 IN.
10
IN.
EMBEDMENT
' v
3 IN. X 3 IN. X 3/8 IN.
PLATE
NORMAL FLOW
2 FT.
6
T_
4 FT.-
1'/. SLOPE FOR
DRAINAGE
SECTION A -A
WARPED
GUTTER
4
ALTERED
w
FLOW LINE
c
w -
a
a
J H Z
�$
u z
—6 IN.
6 IN.
i .
a
> m
o�
I''/. SLOPE FOR
a
j
:,i
DRAINAGE
SECTI❑N B-B
•6 IN.
EXTEND CHANNEL
CURB FACE
ASSEMBLY DETAIL
--
6 IN.
VALL
TO OUTSIDE
EDGE OF WALL
GENERAL NOTES
1. SEE D-78 FOR REINFORCEMENT.
2. FLOOR OF INLET SHALL BE SHAPED WITH
5. TOP SLAB OF INLET SHALL BE SLOPE TO
MATCH SIDEWALK. SEE D-6.
3 IN.
RAD.� I IN.
ADDITION CONCRETE TO FORM INVERT
TO PIPE CONNECTIONS.
6. EXPOSED STEEL SHALL BE GALVANIZED IN
ACCORDANCE WITH AASHTG M-111.
3. MANHOLE RUNGS SHALL BE REQUIRED FOR
INLET HEIGHT 4 FT. AND GREATER.
DETAIL
'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
STORMWATER
UTILITIES
CONSTRUCTION DETAILS
DATE: 11/19/02
D-7A
City of Fort Collins
DRAWN BY: NBJ
6 IN. THICK
S IDEVALL CTYP.
BOTH SIDES)
6 IN.
I I
WARPED CURB B
GUTTER (TYP.
� SEE DETAIL 'A• � FLOW LINE
BOTH SIDES)
4 FT. OPENING
II FT.
4 FT
/8 IN. U.C. A -7 _601 40I 501 \
IN
6,N.:.
pa
�
��fi7�
mwww'9
YY■�
YY
'-FLOW LINE!
a08-"
3 FT. 5 FT. 3 FT.
II FT.
A--w-J
PLAN VIEW
2 FT. . 4 FT. - 6 IN.
Q`504
503 404-
407
ADD 1
(94
40 BAR
p4 BAR
InA AAc �3 IN CIR.
Iz
402J \--403
SECTION A -A
NTS
[C
1 FT. 2 FT. 5 FT. 2 FT. I FT.
�402 i114 ANCHORS
NTS
TABLE 1
BAR LIST FOR CURB INLET 402
404
MARK
DIA.
IN.
O.C.
SPACING
TYPE
NO.
RED'D
LENGHT
401
8 IN.
II
4
3 FT. 10 IN.
402
12 IN.
111
■
7 FT. 10 IN.
403
12 IN.
IV
6
7 FT. 4 IN
404
1/2
IN.
12 IN.
11
14
>•
4
12 IN,
II
1
3 FT. 2 IN.
406
12 IN.
11
4
■
407
N.
2
9 FT. 0 IN,
408
12 IN.
VII
4
3 FT. 4 IN.
501
5/8 IN.
9 IN.
1 II
2
9 FT. 0 Irv.
502
5/8 IN.
9
1
4 FT. 8 IN.
503
5/8 IN.
9
I
9 FT0IN504
5/8 IN.
6
24
FT. 8 IN.
601
/4 IN.
-
tN.I
l
B FT. 10 IN8
C 8.5
-
-
l5
FT. 0 le.
ANCHOR
1/2 IN.
24
2
1 FT. 6 IN.
LULENOHT
TYPE If
STRAIGHT 405
402
405
FLI
TYPE III
20 1N 1N
54 IN.
403
SECTION B-B
NTS
IV
ILP20TYPE
1N
a e IN.
TYPE VII
-VARIBLE WITH HIGHT. REFER TO TABLE 2. BENT
v TK
II IN
TABLE 2
OUANITIES VARIBLES WITH HEIGHT
TYPE VIII
30 IN. LOOP
12 [N.
LAP
BAR BENDING DIAGRAM
GENERAL NOTES: (DIMENSION ARE OUT TO OUT OF BAR)
1. OUANTITIES 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.
fi
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
10
5 FT. 6 IN
14
10
5 F7. 2 IN
4 FT. I IN.
14
10
6 FT. 0 IN.
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.1
18
14
7 FT, 6 IN.
18
14
7 FT. 2 IN.
6 FT. I IN.
18
l4
8 FT. 6 IN.
20
16
7 FT, 8 IN.
6 FT. 7 IN.
20
16
8 FT, 6 IN
20
1 16
18 FT. 2 IN.
7 FT. 1 IN.
20
16
9 FT. 0 IN.
22
1 IB IS
FT. 8 IN.
7 FT. 7 IN.
22
IB
9 FT. 6 IN
22
22
9 FT. 2 IN.8
FT. I IN.
22
22
10 FT. 0 IN
24
24
9 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 DATE: 11/21/02
UTILITIES CONSTRUCTION DETAILS D-7B
City of Fort Calling
DRAWN BY: N8J
14 IN.
6 IN. STEEL DECK RING VITH
A
24 IN. HEAVY DENVER COVER BY
c VT
MACLEAR OR APPROVED EQUAL.
07-1
6 IN, THICK
—
SIDEVALL (TYP.
I I
BOTH SIDES)
—
6 IN,I
6 IN. --I
��—
_ / SEE DETAIL 'A' 1 �
WARPED URB 6 4 FT. OPENING `1'LOV LINE
GUTTER (TYP.
BOTH SIDES)
I11 FT. I
A
PLAN VIEW
8 C8.5 FLUSH NTS
WITH CURB FACE 04 BAR
1 1/2 IN. R IB IN. LONG
VI/4 IN. IN. LEG
2 IN.
6 MAX/ 6 IN.
I I '
�2:1 p5 BAR
1 1/2 IN. PIPE SPACER
° AND I 1// IN. LOCK NUT
8 IN. . .
° 4 IN.
• ♦ •, 1 1/4 IN. DIA. X 24 IN. GALV.
STEEL ROD - THREADED
3 1/2 IN. AT TOP.
1/4 IN.
ID IN.
EMBEDMENT /10
3 IN. X 3 IN. X 3/8 IN.
PLATE
2 FT.
1
__ J
6 INT
I
SEE CURB FACE —
ASSEMBLY DETAIL
_ g CK
CURB OF
B
MANHOLE
RUNGS-12 IN. O.C.
4 FT.- 6 IN.
1% SLOPE FOR
DRAINAGE
T
6T�
I
SECTION A -A
FT.-6 IN. 4 FT. 3 FT.-6 IN.
4RPED DEPRESSED GUTTER WARPED
ITTER GUTTER
NORMAL FLOW LINE
ALTERED
FLOW LINE
o
a_
—6 IN.
6 IN.
?
N
Qx
RAPE FOR
N
i
DRAINAGE
T
SECTION B-B
•6 IN.
EXTEND CHANNEL
CURB FACE
ASSEMBLY DETAIL
--
6 IN,
WALL
TO OUTSIDE
EDGE OF WALL
GENERAL NOTES
1. SEE D-8B FOR REINFORCEMENT.
2. FLOOR OF INLET SHALL BE SHAPED WITH
5. HAP MATCH B OF OFET SHALL. BE SLOPE TO
3 IN.
RAD.�I IN,
ADDITION CONCRETE TO FORM INVERT
TO PIPE CONNECTIONS.
6. EXPOSED STEEL SHALL BE GALVANIZED IN
/
ACCORDANCE WITH AASHTO M-II1.
3. MANHOLE RUNGS SHALL BE REQUIRED FOR
INLET HEIGHT 4 FT. AND GREATER.
DETAIL 'A'
4. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT.
ON EITHER SIDE OF INLET.
CURB INLET-4
FT. OPENING DRIVE -OVER
CURB & GUTTER
APPROVED:
DETAIL
CITY OF FORT COLLINS
STORMWATER
UTILITIES
CONSTRUCTION DETAILS
DATE: 11/21/02
D_8A
City of Pod Collin
DRAWN BY: NBJ
I
I
1
1
[1
I
A , 409
6 IN.
I I - 601
_
502
9 1N. O.C.
Z
I I I
r
1 504
B
I. 6 IN. 0.
12 IN. 12 IN.
�
n
03
BACK OF CURB
17 IN.
I
L_
'
7
14 FT. 8 [B.5 N9TH 1
HOLE IN C
1/2 IN. DIA `FLOW LINE
412
3 FT.
5 FT. 3 FT.
11
IFT.
A J
PLAN VIEW
NTS
TABLE i
BAR UST FOR CURB INLET
HARK
DIA.
O.C.
TYPE
NO.
LENGHT
IN.
SPACING
REO'D
402
I
8 IN.
II
4
3 FT. 10 IN.
404
}
I
12 IN.
III
a
7 FT. 10 IN.
406
12 IN.
IV
6
7 FT 4 IN.
407
t/2
IN.
IN.
II
14
a
409
12 1N.
11
4
3 FT. 2 IN.
410
12 IN.
II
4
A
411
12 IN.
I1
2
9 FT. 0 IN.
412
l2 IN.
VII
4
3 FT. 4 IN.
501
5/8 IN.
9 IN.
11
2
9 FT. 0 IN.
502
5/9 IN.
9 IN.
1I
1
4 FT. 8 IN
503
5/8 IN.
9 IN
II
1
9 FT. 0 IN.
504
5/B IN.
6 1N.
VIII
2
4 FT. B IN.
601
3/4 IN.
-
-
1
8 FT. 10 IN.
8 L 8.5
-
-
-
1
5 FT. 0 IN.
ANCHOR
t/2 IN.
24 IN
-
2
1 FT. 6 19
IN.
ILENGHT TYPE
ht
PE III
IW20TYPE
IN.
I I
TYPE IV
u
20 IN.
U-
42 [N
9IN
TYPE VII
VARIBLE WITH HEIGHT, REFER TO TABLE 2 7�7K Bent
11 IN.
TYPE VIII
M30 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.
O CT A C _ c ICI
SECTION A -A
SECTION B-B
TABLE 2
nneunTIPq VAPIAPIP WT14 NncuT
H
NO. REO'D
LENGHT
C.Y.
LB.
402
405
404
406
CONIC.
STEEL
} FT. 6 IN.
10
6
3 FT. 2 IN.
2 FT. I IN.
2.5
210
4 FT. 0 IN.
12
8
3 FT. 8 IN.
2 FT. 7 IN.
2.6
230
4 FT. 6 N.
12
8
4 FT. 2 IN.
3 FT. 1 IN.
2.8
236
5 FT. 0 IN.
14
10
4 FT. 8 IN.
3 FT. 7 IN.
2.9
236
5 FT. 6 IN.
14
10
5 FT. 2 IN.
4 FT. 1 IN.
3.1
262
6 FT. 0 IN.
16
12
5 FT. 8 IN.
4 FT. 7 IN.
3.2
282
6 FT. 6 IN.
16
12
6 FT. 2 IN.
5 FT. 1 IN.
3.4
288
7 FT. 0 IN.
18
74
6 FT. 8 IN.
5 FT. 7 IN.
3.5
306
7 FT. 6 IN.
18
14
7 FT. 2 IN.
6 . 1 IN.
3.7
314
4
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
9 FT. 8 IN.
8 FT. 7 IN.
4.4
386
CURB INLET-4 FT. OPNG. FOR DRIVE -OVER CURB & GUTTER (REINFORCEMENT)
APPROVED: DETAIL
CITY OF FORT COLLINS STORM WATER DATE: 11/25/02
ca orF4rtconi� UTILITIES CONSTRUCTION DETAILS D-8B
DRAWN BY: NBJ
A-7
3 FT. 1 6 IN.
I FT.
ITHICK 9 IN.
I SIDEWALK L_
EXTEND WALK 1 FT.
BEYOND NORMAL BACK
O�
644 BARS OF VALK.
AT 11 IN. D.C.
5 05 BARS AT
9 IN. O.C.
B
L6
1 FT.
I
I
�2 05 BARS AT
6 IN. O.C.
BACK OF CURB
(TYP.)
/
O
\
IN.
SEE DETAIL •A•
2
FT.
L12
11 IN.
FLOWLINE
94 BARS AT
IN. O.C.
WARPED CURB 6
GUTTER CTYP.)
Al
DETAIL "B"
8C 8.5 FLUSH
WITH CURB FACE
#41 BALONC
1 1/2 IN R
18 N.
/4 IN.-1 IN. LEG
2 IN.
2 IN.
4: I
..
6 Irv.
6 IN.
2:1�
\N 5 BAR
i
\
..
I1
• a
I If2 IN.
PIPE SPACER
AN U 1 1/4
IN. LOCK NUT
8 IN.
p
T 1 1/4 IN.
DIA. X 24 IN, CALK.
3 IN. STEEL ROD
- THREADED
3 1/2 IN.
AT TOP.
•
<
a
a
e
6 IN.
4 IN.
.
3 IN. X 3 IN. X 3/8 IN.
PLATE
8C8.5 WITH 1 1/2 IN. DIA. HOLE
IN CENTER - EXTEND CHANNEL TO
OUTSIDE EC-- --
DETAIL ..A..
SEE DETAIL
•g•
X4 BARS
6 IN.
/5 BARS
8 1/2 IN.
T z SLOPE
f
• 6 IN.
/4 BARS
X4 BARS-12 IN.
O,C.
BOTHWAYS
SECTION
A -A
TER
TOP OF CURB 2 INI I
NORMAL LTEREO
FLOW LINE FLOW LINE
-
SECTION B-B
(REINFORCEMENT NOT SHOWN)
' UG I HIL C)
GENERAL NOTES:
1-
/ 4 BARS
5 BARS
1. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT. ON
6 IN.
EITHER SIDE OF CULVERT.
�— q00 1 X a BARS
AOD I X 4 BARS
2. TOP SLAB OF CULVERT SHALL BE SLOPE TO
le I/z IN.
MATCH SIDEWALK. SEE D-6.
-
3. EXPOSED STEEL SHALL BE GALVANIZED IN
ACCORDANCE WITH AASHTO M-Ill.
4. KEY JOINTS WHERE WALLS CONNECT TO TOP
a BARS-12•JN. O.C.
SLAB AND BASE.
,,99
BoiF wgvs
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 -AN*D
~SIDEWALK
APPROVED:
DETAIL
CITY OF FORT COLLINS
®
STORM WA TER
UTILITIES
CONSTRUCTION DETAILS
GATE: 12/19/00
D -12
city of Fart Collins
DRAWN BY: NBJ
WALK I
A-7 EXTEND 1 WALK FT.
BEYOND BACK
OF WALK. ----�
3 FT.
I
_F 6 IN. 6#4 BARS
AT II IN. D.C.
1 FT.
L
�
C
1
9 IN.
/ /
I 5 u5 BARS AT
C
6 1N. THICK I
SIDEWALK
I 9 IN. D.C.
8[8.WITH i i DIA. HOLE
5
N CENTER - EXTEND CHANNEL TO
L
(TYP.)
OUTSIDE EDGE OF WALL. --1 --�
6 IN. �-
WALL
'
6 [N.,
1 FT. ; I
� I� � 2 p5 BARS AT
I
B
ciYPS
6 IN. D.C.
B
}
1 I AAD.
Ll
I
BACK OF CURB--
_
/ O \ -�-SEE DETAIL 'A'
I
J
BIN. I
I -
17 IN
it IN.
DETAIL "A"
f
/j
�-FLOWLINE
14 IN
q4 A A (�
WARPED CURB a.1
12 IN. G.C.
T
3 FT. 6 IN.
4 FT. OPENING 3 Fi. 6-IN_�
2 FT. 0 IN.
5 FT. 6 IN.
11 FT.
._
r-SEE DETAIL
/_--#4 BARS ;
A i
6 IN.
DETAIL "B" 6 IN.
'�—
'i \q5 BARS 8 1/2 IN.
1% SLOPE--- r
V
6 IN.
8[ 8.5 FLUSH
--
/
BARS
WITH CURB FACE
1 1/2 IN.
b4 BAR-'#4
R 18 IN. LONG
\ ,4 BARS-12 IN. O.C.
`-�
1/4 IN.-1 IN. LEG I
BOTHWAYS
2IN.
" —r
SECTION A —A
,i
—
/
�
2
1
IN. 1 4: 1 '
6 IN
6 IN. _ 3 FT.
6 IN.
4 FT. 0 IN. ; 3 FT. 6 IN. _
2:17
# 5 BAR ICI WARPED
GUTTER 'I,
DEPRESSED GUTTER WARPED GUTTER
�� 1
l
`
�1 1/2 IN. PIPE SPACER
-70P OF CURB
ANC) i 1/4 IN. LOCK NUT
----
------------- ------
8 IN.
\1 1/4 IN, DIA X 24 IN. GALV.
j-
•- �•�
_
l
STEEL ROD - THREADED
1 IN. 3 1/2 IN. AT TOP.
3 1/4 :.r. �C
\FLOW
F�OW
LRMALINE
LINE
/.
34I N.
SECTION B-B
�I ;c
1 • 6 IN.
4
w
X
(REINFORCEMENT
NOT SHOWN)
3 IN. X 3 N.
X 3/8 IN./;
PLATE
_ 6 IN
_ DETAIL "B"
11 FT. 0 IN.
I FT.
GENERAL N❑TESI
/# 4 BARS
R 5 BARS
I. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT. ON 6 IN. -
EITHER SIDE OF CULVERT.
�- ADD 1 p 4 BARS-
ADO 1 g a 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 AASHTO M-111.��'
4. KEY JOINTS WHERE WALLS CONNECT TO TOP
SLAB AND BASE.
4 BARS-12 IN. O.C.
5. REINFORCEMENT IN WALLS AND BASE SHALL
80THWAYS
BE 3 IN. FROM THE SIDE EXPOSED TO EARTH.
SECTION C-C
REINFORCEMENT IN TOP SLAB SHALL BE
1 1/2 IN CLEAR.
CONCRETE CULVERT FOR
DRIVE -OVER CURB,
GUTTER AND
WALK
CITY OF FORT COLLINS
STORVWATER
APPROVED:
DETAIL
UTILITIES
CONSTRUCTION DETAILS
DATE: 12/20/00
D-13
81—HiI Asp! lilt See !a, �tM4r
DRAWN BY: NBJ
D. 12 GRATE AND FRAME BY
oCLEAR OR APPROVED EQUAL.
PLAN VIEW
35 3/4 IN.
28 1/4 IN. 6 IN, 23 3/4 IN.
6 IN. 16 1/4 IN.
12 IN. MIN,
n',
•
\
`INLET
31N. CIR. O.F.
2 IN CIR
- BAR CONCRETE
•Id PIPE 00.
L
GRATES
-•
L.F.
W
14 0 12 IN.
•
CIR. •
/
3 IN. CIR. O.F.
2 IN. CIR L.F.
CTRS. (TYP,)
12 IN.
" \
1 ® 12 IN.
/4
GLCOND
.i, LAP °
CTRS. (TW.)
ARLIND 1
CONCRETE PIPE .,
PIPE I
ir
12 IN. NA%. 1,s
STEP
I
FI•'
1°
I
SPACING
e •
-'- -
14 IN. 14 IN. p4 0 12 IN. CTRS.
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
AREA INLET
® CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL
UTILITIES CONSTRUCTION DETAILS DATE: 12/8/00 D - 9 A
City of Part Collilu
DRAWN BY: NBJ
-�� n RPw91nNC
24"
f— —►
—10 —I 2. — — TRANS.co
_
-------- ----I i 24'
6
y J I I I I III I "
I I J Itif k° I ~\ SEE
o GROUT\4 �^
Du u- r
r
5..
R e 3'-3" RAIL
EMBED EQUAL . I HIM
I' I I I I I li 1 I n i LENGTH IN NO FLANGE
BOTH WALLSAP
I u
I i #4 12 N OC
I
Il
I.I IJ L L ;J :I
1 -_: :. r �`i%//ii I VARIES
5 EE PLANS
_ 5
J I_ �
F
1 23 1/4"
SEE NOTE 5
22 3/g• I NOTES:
ADJ. 9• 1 11/16 TYP. 2' 5„ r. ALL rrPE r5 WLCrs s�uLL aE CowsneBcrm WIN AN AausrABLE CBRe eox. l
TO 12 1/2 O —I I— 1 3/4" TYP I I Z -Rf"CO IR"f AND GArE 15 OEEIER !Oi#iWr /150L - IR,WC, O A& CURB .wa
PAR
7G 0WASM14" rRWGC AND Ff Or OrWR AUNWACTWfRS M"r BC APPROKO
���\— \ or rNE ENaNCER "/Ow to USE.UE n
x WCNO RE ORC&AC WrO S/BEWALR SCCrWON A NWINUN Or r)•. WNCBC NO SAWWA n
1`0 BE PUCCO, WEND RCMCORCwO W70 BACA WALL 0E War BENWO CURB !RANG.
20 I/2" l A. ALL RRCr BOXES SNUL BC CAS! W PUCE CONCRC7C UNLESS OW"ISC AUMONWO
or NK ENWNCCR.
4" — —6' —I 26 1/2 5. WNCRC BARS ARC r0 BC SPLKCO, AMNBY SPLKC LENGEN =IB' n . B N
38 1/2" r
—I 8"I 30" 18"I--
NOTE:
1. TOTAL OPEN AREA IS 336 SQUARE INCHES.
Type 13 Inlet STANDARD NUMBER
Detail Type 13 — A
City of Fort Collins CITY OF FORT COLLINS, COLORADO APPROVED:
ENGINEERING DEPARTMENT REVIEWED:
3
1 •2•'0 I -,'/ t 1170 1/2'rrbar anchors
rrWr A rrhar 120Cf I !cber2 0 �. —( / L21/2-x 21/2'x tdIS" x,32"
— _.1 4 4 I qq G
\` 11 24' --- each side ofinTe-t to grcdc
Curb - —I— — Y- �— _'
grade or nle
3 Mr
2-1/2'Q—I--� ++ I Normalp'�'--"'--Norrrol gutter
rebar - grade
j back ott �' I Frarr`e - 3 i/2- grace. a outside
walk.
Gultcr I I
Standard curb I' '
r in l:'. line
a
23 2-1/20 rcbars
3cltr2-,0� I I J5; sa':
, _ 1
,
3 - 112" 4) rebars
6 A > �: �: o.•..... 12.0 C.
6' .a
34'
PLAN VIEW { sloe1,p r< i to outlet
IEa
nts
IV rc,41/40lerl angle 3-112.0 rebars
(welded corners) 12-0C.
rab SEC712N A -A
NOTE: A 12' transilan, centered on Inc C.B•
Tab I mall be constructed C� C�
All reinforcing steel sb
F�AM�E. be Grade 40 riC�-1 lS EJ N
CATCH BASIN DETAILS
(DRIVE- OVER CURB, GUTTER 8, SIDEWALK) 4 27=-- -`i
CITY OF FORT COLLINS COLORADO �W a �12 rates ny
MauPar or aproved cd equal.
�- ENGINEERING DI VISION APP VE GRATE
BID 1222 - Asphalt Overlay n j s Page 209 of 269
min Q IMil IMI• IMI Ili IM
Alley
Border
R.O.W.
(fYP.)
Drive -Over or
Vertical Curb
& Gutter
10'X10'
10'X10'
SIGHT
Construction Joint
SIGHT Curb
AREA
AREA 0" Curb
1:12
Walk
e I
a
0
8" minimum thick
2
"�
inn
concrete
Walk
0" Curb N
Truncated Dome
Parkway
r
6" Curb
�
Parkway
Warning Detection
Vertical
\
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
j Concrete II
j
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 / /
SIG
— —
AREA /
AREHT
A
1.24
mu
o.
o
8" minimum thick
---
Walk
BI I
<n
11�24
� concrete
Walk
0" Curb
x
0" Curb
Parkway
Parkway
6' Curb
6" Curb
` Warning Detection See Tables 8-1 &
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
BI��€El��h�P�t J iARDS DATE: 04/01/07 PagEa()3269
[J
I
I
[1
I
L
Collins in determining whether a bidder is responsible, the following
shall be considered: (1) The ability, capacity and skill of the bidder to
perform the contract or provide the services required, (2) whether the
bidder can perform the contract or provide the service promptly and
within the time specified without delay or interference, (3) the
character, integrity, reputation, judgment, experience and efficiency of
the bidder, (4) the quality of the bidder's performance of previous
contracts or services, (5) the previous and existing compliance by the
bidder with laws and ordinances relating to the contract or service, (6)
the sufficiency of the financial resources and ability of the bidder to
perform the contract or provide the service, (7) the quality,
availability and adaptability of the materials and services to the
particular use required, (8) the ability of the bidder to provide future
maintenance and service for the use of the subject of the contract, and
(9) any other circumstances which will affect the bidder's performance of
the contract.
3.3. Each Bidder may be required to show that he has handled former Work
so that no just claims are pending against such Work. No Bid will be
accepted from a Bidder who is engaged on any other Work which would
impair his ability to perform or finance this Work.
3.4 No Bidder shall be in default on the performance of any other
contract with the City or in the payment of any taxes, licenses or other
monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid,
to (a) examine the Contract Documents thoroughly, (b) visit the site to
familiarize himself with local conditions that may in any manner affect
cost, progress or performance of the Work, (c) familiarize himself with
federal, state and local laws, ordinances, rules and regulations that may
in any manner affect cost, progress or performance of the Work, (d) study
and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify Engineer of all conflicts, errors or
discrepancies in the Contract Documents.
4.2. Reference is made to the Supplementary Conditions for
identification of: Subsurface and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible
representation by Bidder that Bidder has complied with every requirement
of this Article 4, that without exception the Bid is premised upon
performing and furnishing the Work required by the Contract Documents and
such means, methods, techniques, sequences or procedures of construction
as may be indicated in or required by the Contract Documents, _and that
the Contract Documents are sufficient in scope and detail to indicate and
convey understanding of all terms and conditions for performance and
furnishing of the Work.
Rev 10/20/07
Section 00100 Page 2
I
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
BI�ITEIa hSPkI PARDS DATE: 08/07/00 Pagi2&126s
I
I
I
Detached Sidewalk
Onveway
Sidewalk
Attached Sidewalk
I.L.
Min. F.L.
LIP
8" Commercial
6" Residential
1/2' Expansion
Joint Material 1 /2" Expansion
Joint Material
DETACHED ATTACHED
g' SIDEWALK ; f. DRIVEWAY •• ..1--:
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.
STANDARD SIDEWALK
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
E S ANDARDS DATE: 04/01/07 1601
Slope sidewalk to curb 1/4' per foot.
7..-
°° 4
°
° ° NOTE: Construct sidewalk with joints at 1 0'intervals
° ° and aligned with scoring on curb.
°
ATTACHED SIDEWALK DETAIL
DETACHED SIDEWALK DETAIL
R1/8' 1/4 SLAB THICKNACSS
°° °
. °
°
°
° . b
WEAKENED PLANE JOINT
1 /2' Expansion
Joint material
I . °
R1/4' 1/4" J °
°a °. , °
°
1 /2'
°
a4 . . °
°e
INSTALL IN LOCATIONS SPECIFIED
IN CHAPTER 22
EXPANSION JOINT
SIDEWALK DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
Bi�RE14 h45PA1�%ARDS DATE: 04/01/07 Pagl6N22ss
[I
V
(Radius vanes)
2
\
o
Curb to retain
Transition
o
ground behind the
of walk
m s Truncated Dome
walk, if needed.
\back
(typ•)
Warning Detection
ry �
�P
`F
Wood float
finish thru
ramp
rO
Walk
Curb
Gutter
Broom finish
Wood float finish thru ramp
Walk Broom finish
Curb
Gutter
c9
z
0
z
5
Q
3
0
0
0
CORNER LOCATION
1:12 _ I "H?I _1:12
L*. A
6' 5' i 6'
r (min.) T T (min.)
MID -BLOCK LOCATION
Curb (optional)
/ Only if needed
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 c
.4 1:25** slope (Max.) o
•4
4
4 C
4 ,
. A °4 4' Cfl z E
SECTION A -A
NOTES:
1. * o' 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 1 607 for Fort Collins.
4. See CONST. DWG. 1614, 1 615 and 1616 for Loveland.
ACCESS RAMP DETAILS
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
BIDSMEEThaS'CARDS DATE: 04/01/07 PaJ40032es
ARTERIAL
0
`D .
ROW Line
9
's.
ARTERIAL / COLLECTOR
cc
J
Q �
w R 6
If IQ
h s' iO I
9�
s
J
w
ROW Line
10' 6' H 10' 5'
Q
16' 15'
ARTERIAL / ARTERIAL ARTERIAL / COLLECTOR
For Corner Radius > 35'
DETACHED WALK / INTERSECTION DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
BI�REETha3PA�4�ARDS DATE: 08/07/00 Pacjj6O z6s
11
1
Note:
Use of this detail requires special approval in
Fort Collins by the Local Entity Engineer.
DETACHED WALK / INTERSECTION DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
BI EIj h I PA I ARDS DATE: 04/01/07 Pacjj 6OZ2ss
6'
/ 1.5' TRANSITION
_\1
Y Y W
W i Y W i
i W Y W W i
I W W y W W y
Y W W
W
i y W Y Y i W i W
II W Y i -FLARE OPTIONW
oo0o
o°o°
p°00 Truncated Dome
oo 000 warning Detection
O000
o°O° 0' CURB
1 0°00
°0
1' R
i o
CURB OPTION
2'
CURB t=6' or as specified 1:25 slope
(ma[,) FL
IR 1: I-2 SLOPE MAX.
`FLOWLINE STANDARD CRAY CONCRETE
6' Gt
OF GUTTER RAMP WITH PARTIALLY COLORED CONCRETE
PLAN VIEW SECTION A -A
N.T.S. N.T.S.
0.5' TYP.\ 1.5' TRANSITION
A
1
°°D°°°0;0
p ° p ° °
2•
000000000
°p°p°°°°°
Of.
Flored
Option
Truncated Dome
warning Detection
A
1' 11. Max
NOTES:
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)
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
BI EE§Ph4R'PAgg0ARDS DATE: 04/01/07 PacA601626s
1
1
1
r
r
1
1
1
1
1
1
FORT COLLINS ONLY
3
d
iv
d b
3
N
s Hlemapig 'auoO a o s
oi
a
oi
I
r
I
"I w
c
� �
Z
7.
O
Y
a
d
O
U
d
U
N
O]
�
y
A
VI
a
C
S
N
a
O
L]
U
o
�
a
c
v
E. c=i
o
U
.J ]
7 a
e
Y Y
0 0
U U
O O
m m
� n
A
o "
Ec"
y
E
d N� Ul O
J O O
V
U
tV Q
U
a
a
71
-
V
m
c
m
(n
N
VI
H O W
O
J
m�d
RESIDENTIAL LOCAL STREET ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
EE S ANDARDS DATE: 04/01/07 1606(a
O
6"
ca
m
LL-
�
CL
I
O O O O
O C_ 0
i c6
O WD O
I
O [A
i U
O
Varies
0000
m
0000
00,0(
d
E
O I a) 0
CQ
G
00 A O
O Id� O
I Q
O O O O
CZ
Y
LL
o
U
n C)
OC O` `
@
OO C)OO
C6
O c m O O
Q
� J( 00 ``
O 0 (tn 0
0)O O
6,
Varies
`'
o
0�
z
I
a
D
N
O
<a
CIOli.
U
D
J
VCCJ
O O O O
C
0 (`,,')0
n
00 7D0
O - O
� ,
o
xap uxwsRxd
O O 00
O O O O
,
i
O o E0
Q Varies
O(,10
—
O -0
I
a
cv
a
m
CD
LL
yOj O C
]
N C C O O
o `o. a E H
.Ei
o E a c u o i n=
o Eo E — � - m
c
U _ j
✓JOi�FL-' VO a
y = n O a p (n E-d (j -2 n U
ZI^ N
E
0
m
c
c
a,
U
d
Q
L1
O
I
Q
L N
N
C =n
-0
aJ
a �
-O 2
a�
N O
�
c
V7 if
c
1
auli MOi j
) Pue qmD
TRUNCATED DOME WARNING FOR ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
EE STANDARDS DATE: 04/01/07 1607
I
4' Min. Flat Rest Area
4" Min.
1� 1� 1:1�X Show street surface
SECTION A -A
Minimum area of
nose island SO ft'
Truncated Dome
Warning Detection
(bPJ
A Min.4' A
B
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
BlCS`MEEThgPAV0ARDS DATE: 04/01/07 Pacjj 6?0�&69
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to
be submitted in writing to the Engineer and the OWNER. Interpretation or
clarifications considered necessary in response to such questions will be
issued only by Addenda. Questions received less than seven days prior to
the date for opening of the Bids may not be answered. Only questions
answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
5.2. All questions concerning the scope of this project should be
directed to the Engineer. Questions regarding submittal of bids should
be directed to the City of Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as
deemed advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the
OWNER as having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER
in the amount stated in the Invitation to Bid. The required security
must be in the form of a certified or bank cashier's check payable to
OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be
executed by a surety meeting the requirements of the General Conditions
for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until
such Bidder has executed the Agreement and furnished the required
contract security, whereupon Bid Security will be returned. If the
successful Bidder fails to execute and deliver the Agreement and furnish
the required contract security within 15 days of the Notice of Award,
OWNER may annul the Notice of Award and the Bid Security of that Bidder
will be forfeited. The Bid Security of other Bidders whom OWNER believes
to have reasonable chance receiving the award may be retained by OWNER
until the earlier of the seventh day after the effective date of the
Agreement or the thirty-first day after the Bid Opening, whereupon Bid
Security furnished by such Bidders will be returned. Bid Security with
Bids which are not competitive will be returned within seven days after
the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be
substantially complete and also completed and ready for Final Payment
(the Contract Times) are set forth in the Agreement.
8.0 LIQUIDATED DAMAGES.
Rev 10/20/07
Section 00100 Page 3 ,
I
ri
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.
SIDEWALK WIDENING DETAILS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
BiIST�-EphJfl%NRARDS DATE: 08/07/00 Pa25@4269
�� ■ram M M M= M = = = AR M = = M= w M
STANCHING SHALL BE SIAMPEO AT SOD INTERVALS ON EACH OUTSIDE NAINONE SHOULDER AS SHOWN
-,'�nin
" r--IS'--IS'—^15--IS•—^15•—
21
APRIDGE
C SHOUT Cfl
C
C
C
T
J -
ROACH
SUO S —
—
C
C
C
C
i-{- pill
H
E
SEE BRIDGE
PLANS FOR
TIE 8AR5
IB"CIflS.
DETAILS OF
12'
S0
SIM Arv0 IS
JOINT -f--Fi
H
CURS.
E
BRIDGE DECK
®.
12
9D
I
C ( R
C1110c
ociltitC
C IE
C
C
GENERAL NOTES
1. THIS STANDARD PUN DOES NOT APPLY TO MIN CONCRETE OVERLAYS (WHITEIOPPING).
r12'
1
2. LOGFE ©JOINT At A ©JpNI OR A ulwNUu OF 2 FL 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 FRO, THIS STANDARD OR THE PROJECT HAS UNUSUAL OR
IRREGULAR CONDITIONS NOT COVERED HEREIN, THE CONTRACTOR SHALL PREPARE A PAVEMENT JOINT
LAYOUT FOR APPROVAL BY THE ENGINEER. SLABS 14 FL IN WIDTH SHALL BE CONSTRUCTED ONLY WHERE
NuuERA,S
DESIGNATED ON THE PLANS.
A. WHEN A CONTINUOUS WIDTH OF PAVEME T IS POURED WADER RVN 40 FL, THE JOINT NEAREST
10
THE CENTERLINE SWAT BC AIJ UNTIED JOINT.
5. ON ALINE DIVIDED HGHWAYS. THE 2 LANE DIRECTIONAL PAVEMENT AND BOTH SHOULDERS SHALL SE PLACED
WITH @UONCITUDNAL SAWED CONTRACTION &NIS.
6. ON VARIABLE WIDTH SUBS. THE 2 FT. OR A FT. END OF SLAB WIDTH DIMENSION unY VARY t6 INCHES.
1. (ll t0 BE USED WHEN TRAFFIC LANE IS ADDED SEPARATELY OR FOR TAPERS OR SPEED CIUHGE LWES. ALTERNATIVE
L GIIUDINAL JOWL LOCATIONS At SPEED CHANGE LINE MAY BE USED IF APPROVED.
IYPICAL JOINT LAYOUT FOR WiLCIQN Of IRAVEL
CONCRETE ROADWAY WITH CONCRETE SHOULDERc JOINT LEGEND
(SEE SHEET 5 FOR JOINT DETAILS)
C [ SIgULOCR
i ». 1e
A
LN
AL.OR
0
♦ re
14'
ORIZ.
INCHESFROM EDGE
Or SHOULDER
1w
IY_
1° _
12,To
1e'l�`4
F76 LOW ICNSUTIpJrI/
11GL
T/ RT1GL SKEW
DOWELS
12
ie.
Je
SKEµ.
T IS PAVEMENT THICKNESS FROM PLANS
c)
C SHOULDER
PLAN VIEW
SECTION A —A
SECTION A —A
SHOWING HORIZ., HORIZ. THANSUTg ,
SHOWING VERTICAL TOLERANCE
SHOWING VERTICAL SKEW IaLERpNCE
DOWEL BAR DETAIL
AND HORIZ. SKEW TOLERA,CES
^
FOR lU�l JOINT
wITH
14 FT, AND 12 FT LANES
D TAI HIL)STRATING
DOWFi PIACFMFNT
TOIFRANCFc
v
SEE SUBSECTION 412.13(E)2
FOR ALLOWED TOLERANCE MUES,
ALTERNATIVE
FIE BARS
DIMENSIONS (SEE
NOTE 3)
]0' CUR$\
n
_
T I
�
..�an1111AA��.�.
I�IIIIIYIINI�1
��
�1►1�1111I�1111t_��I�11
�IA�Illlllllllllll��i®911
1:11:1
TRANSVERSE CONTRACTION
— V
LONCITUCHAL COIJSIRUNTION
CONNTRAGnON TRANSVERSE
LONGITUDINAL CONSIRUCRON
CONTRACTIONN
TRANSVERSE
CONSTRUCTION
RURAL TWO-LANE " MULTI -LANE WITH SPEED CHA NE AND CONCRETE SHOUIOFRS
1'
/PAMP AND SPEED CHANGEFOR
LPNE gONLY. SONG FOR
JOINTS ONLY SCE PANS
13' FOR STRIPING IOCAt10rvs.
ALTERNAIVE
5• DIMENSIONS (SEE NOTE 3)
C I SHOULDER
O OR 12
DC 12' 12'
J Fili
OPTIONAL
LONGITUDINAL JOINT IN CENTER
FOR SING[ F LANE SPEED CHANnF LANE
Computer File Information
Sheet Revisions
Dole: CAenls
Colorado Deportment of Transportation
T-P
CONCRETE
STANDARD PLAN NO.
Creation Date: 07/04/06 Initas: SJR
®
mm
4201 East Arkansas Avenue
Lost MONI1icollon Date: O2/Oa/06 Initials: LTA
Full PoIH: ww
112010.us/Desi nSupporl/
°OT ........'}p, j989083
PAVEMENT JOINTS
M-412-1
o-,
DrOwing File Nome: 4120101 2010105
®
v. ^-.. �,»,..0 FMa: (303) 257-9820
cn0 vW.: u2rosmum ve sca.: Nat m sane wn:: ERg1iy,
®
Project Development Branch SRJ/LTA
Issued By: Project Developri l Branch on July 04, 2006
Sheet NO. 1 Of 5
Pepe 222 of 269
JOINT LEGEND
(SEE SHEET 5 FOR JOINT DEMLS)
©
TWSVERSE CONTRACTION
OO
LONGITUOu CONSTRUCTION
CONTNnCTIpJ�5vER5E
LONGITUOIW CONSTRUCTION
OR
CONTWTIION
'mm©�
NWSVERSE
CONSTRUCTION
a
MULTI —LANE WITH ACCELERATION AND DECELERATION LANES AND CONCRETE SHOULDERS
OPTIONAL LONGITUDINAL JOINT IN CENTER FOR SINGLE LANE ACCELERATION AND DECELERATION LANE
KTERN.IINE
DIMENSIONS (SEE NOTE 3)
1
SHOULDER
a12'
'
Computer File Information
®
®
Sheet Revisions
Colorado Department of Transportation
1 4201 East Arkansas Avenue
DOT Den.e: Colorado 9083
�� Phone: (SO J) ]5]-908J
r0* 1�10.ETE
CONCRETE
l�
PAVEMENT JOINTS
STANDARD PLAN NO.
Creation Dole: 07/00/06 Initials:
Do it,
Comments
LSJRTA
Lost Callan Date: O]/04/06 Talon LTA
M-412-1
Full Pam: www.a ols la ta.co.0 s/0 esign Support/
Path:
®
0�
To.: (303) 757-9820
Project Development Branch SRJ/LTA
Drawing Pile Nome: 412010205.dwq
Issued By. Project Development Branch on July 04, 2006
Sheet NO. 2 Of 5
CAD vs, Mimasmeon ve sane: Not to Stele unit:: Engllsn
BID 7222 - Asphalt Ovormy
Page 223 of 269
w w w w� iw w w w■ w w w iw w w w w �w w w
I
OPEN CENTER CLOSED CENTER
CUL—DE—SAC
JOINT LEGEND
A
EXPANSION
/1
TRANSVERSE
l:l
CO N
CONTRTRACTIOTIO
LONGITUDINAL
IIJJ
CONSTRUCTION
®
DOWELED TRANSVERSE
CONTRACTION
LONGITUDINAL
—
CONTRACTION
�4_Ty�OI�—may
LONGITUDINAL
CONSTRUCTION
IRANSYERSE
rr,n,r rrrAH,r Hr iaHHr�a,Hrtrrr+
CONSTRUCTION
NOTES
1. LONGIN IUOINJOINTS SHALL BE PLACED ADJACENT TO LANE "KINGS WHEN POSSIBLE, AND HAVE A "MUM SPACING OF
12 FL-6 IN. (15 FT. IS PERMITTED WITH MONOLITHIC CURB AND GUTTER).
1. CONSTRUCT TRANSVERSE JOINTS PERPENDICULAR TO THE CENTERLINE OF PAVEMENT WHO EXTEND THROUGH THE CURB OR
CURB AND GUTTER.
# 3. PLACE h IN. MIN. EXPANSION JOINT FILLER IN TOP 6 IN. OF CURB JOINT AT INTERSECTION RETURN RADIUS POINTS.
4. THE CONTRACTOR $HALL. UNLESS OTHERWISE SHOWN ON THE PLANS, SELECT AND USE A BOND BREMER
Al INLETS. MANHOLES AND SIMILAR SIZE STRUCTURES. SMALLER STRUCTURES SUCH AS VALVE WHO MONUMENT BOXES
SHALL NOT REWIRE A BOND BREAKER.
5, WHERE A LONGITUDINAL JOINT PASSES LESS THAN I FT. FROM A CAST -IN -PAVEMENT MANHOLE OR SIMILAR SIZE
STRUCTURE, A IYPICN 2 FT. PADLAL ,DINT, AS SHOWN IN 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 WANT DETAIL ON SHEET 5.
IN
INLOR
PERMISSIBLE NTERNAINE
OR
JOINTS WITH
JOINT IS NOT REIF CURB
uuilHOlE
SMALL RADII < 16'
EO MO uONOLRNICNLY
CUTTER IS POURED
WITH ADJACENT LANE.
8 MUM
12 MixINIM., CONE. 6' THICK OR LESS
7 x 6' TOP.
A
IS' ALA(.. CONE. OVER 6' THICK
# #
A
q
INLET OR I
SHOWS
CURB AND
SHOWS #
CURD
t
/ #
MANHOLE a
GUTTER
INTEGRAL
(SEE D
(SEE ON
0
CURB E
IN
# SHEET 5)
5)
#
#
MIN
—1
-
0
'..'
GO
11
D
1
12' 6'
_ _
MAX
_
O E
_
gC
_ _
D of
_ _
_
_
2 THE _D
o i
-
E D C
#
#
#
— DC
CURB INLET
BOXOUT
#
C
2' t 6'
0
L L
(SEE DETAIL ON
#
THE.
#
PANSION
JOINT FILLER
216' TYP.
SHEET 5)
#
#
INTEGRAL
#
/ E ROUNDING OF ANGLE BY
CURB INLET 0R
FORMING ON SLIPFORM PAVING
MANHOLE
#'
PERMISSIBLE.
A
MAY BE ALIGNED WITH
A
FRONT OR BACK OF
LIMA PAVEMENT
CURB.
HMA PAVEMENT
TYPICAL CURBED PAVEMENT JOINT LAYOUT
Computer File Information
am
Sheet Revisions
Colorado Deportment of Transportation
4201 Easl Arkansas Avenue
�� phone: (303) ]5289083
Ea.: (303) 252-9820
Project Development Branch SRJ/LTA
7-�
CONCRETE
PAVEMENT JOINTS
STANDARD PLAN NO.
CreaVon Dote. O)/04 /O6 Initials: SJR
Dole:
Comments
Date:
Last Mo0i60222
Ipport: LTA
M-412-1
w—ccation
.sous/O6
Pull POLL: wry rv.00L slo le.ca,us/Des. n8upporl/
Ororving File Name: 412010305.awg,]
Issued By. Project Development Bronch on July 04, 2006
Sheet N0. 3 Of 5
CAD V, McmStmlan VB S<ae: Net 10 S<N. Unite: En A,H
r ccc--'nun ..vanoy
Page 224 01269
JOINT LEGEND
NOTE
(SCE SHEET 5 FOR JOINT COMES)
I. LONGITUDINAL JOINTS SMALL BE PLACED ADJACENT TO LANE "KINGS WHEN POSSIBLE. AND HAVE WA%IMUM SPACING
n
OF 12 FT.-6 IN. (15 FT. IS PERMITTED WITH MONOLITHIC CURB AD CUTTER).
EXPANSION
2. CONSTRUCT TRANSVERSE JOINTS PERPENDICULAR 10 THE CCNIERUNE OF PAVEMENT AND EXTEND THROUGH ME CURB OR
TRANSVERSE
C
CURB AND CUTTER.
CONTRACTION
# J, PLACE % IN. MIN. EXPANSION JOINT FIVER IN TOP 6 IN. OF CURB JOINT AT INTERSECTION RETURN RADUJS POINTS.
- _Op OUA'A C
UNSTRNSIflUCIIDN
4, THE CONTRACTOR SHALL, UNLESS OTHERWISE SHOWN ON THE PEWS, SELECT AND USE A BOND BREMER
AT INLETS, MANHOLES AND SIMILAR SIZE STRUCTURES, SMALLER STRUCTURES SUCH AS VALVE AND MONUMENT BOXES
DOWELED TRANSVERSE
CO NOT REOVIRE A BOND BREAKER.
�.J CONTRACTION
5. WHERE A LONGITUDINAL JOINT WOULD PASS LESS THAN I FT. FROM A CKR-w-PAVEMErvI MANHOLE OR SIMILAR SIZE
STRUCTURE, A nPICA 2 FT, RADVL JOINT, AS SHOWN IN THE DETAILS, SHALL BE USED,
- - OLWNCINOINAL
E CONTRACTION
_
6. TRANSVERSE JOINTS EITHER INTERSECT THE CENTER OF CIRCULAR MANHOLES At LEAST
ANDINLETSSHEET
LOrvCITu01rva1
V—r-1—H—kOl ♦-1-1-1-i—I CONSTRUCTION
- -
4 FT. AWAY FROM THE EDGE D< CIRCULAR MANHOLES. SEE CURB INLET BOx0V1 DETAIL ON SHEET 5.
E E D T .
# #
TRANSVERSE
...N...... t wrinuueu%r u
CONSTRUCTION
A
0 OR OE SHOWS
CURB
SHOULDER
� L [
AND
CUTTER
12'
12'
L
T
C
•p ~
# RA JOINT SHALL BE PLACED HERE JOINT, WHEN THER E
SHOULDER
IS GAP BETWEEN A LOCATED AT A
IS MORE THAN A 12 FITAND
AN EXTRA JOWL SHALL BC PLACED MERE (FNuJOINT WHEN THERE C
CURB BREW Powt uND THE PREVIOUS ANN
MORE KHAN A 12 FT. CAP B A JOINT LOCATED At C #
_ _
#
_ _
# # POI
CURD BRfA( POINT
SHOULDER
PREVIOUS
A POINT AND THE PREwOUS JOINT
A CURB BREAK
M
CURB 6RCAIt POINT
#
L
DC — L
IT
\
SH06lDCR
#
#
C #
#
# # E%PAIS%JN MATERIAL At
C SHOWS
C BREW IN CURB ALGNMCNI (TYP.)
CURB AND
CUTTER
D OR OE
HMA PAVEMENT
MULTI -LANE
INTERSECTION WITH SPEED CHANGE
LANE AND CONCRETE SHOULDERS
Computer File Information
®
®
®
OTC
Sheet Revisions
Colorado Department of Transportation
4201 East Adansos Avenue
DOT Denver. Colorado 80222
��_ Phone: (]0]) 757-908]
11 (]0]) 757-9820
Project Development Branch SRJ/LTA
!'NCI. T!'IID L'TC
CRE L E
CONCRETE
PAVEMENT JOINTS
STANDARD PLAN NO.
Cr!217 Oate: 07,04/06 Initials: SJR
Date:
Comments
Lost Wodilicolion Dote: 07/04/06 InHiols: LTA
M-412-1
Fun Path: ..nnAalslale.ca.us/DesignSuppo.1/
Owning File Nome: 412010405,ang
Issued By Project Development Branch on July 04, 2006
Sheet NO.4 of 5
CAD ver.: ui«o9oBan ve ka.: rvo1 m 5ca. unnm English
BID 7222 - ASPhult Ovatlay
Page 225 01269
O = O = = O = M � M M M � M M
APPROACH 11 1 CONCRETE
STAB JOINT Z ROADWAY SUS
SEE BRIDGE
PUN FOR
OESICN
BRIDGE APPROACH
OELOw SURFACE
IS �„• 15'
T A JL 30 CTRS.
L
Pfl JOINT O LT/2 NE BINS. .,, JOINT
L
al
P.
O TRANSVERSE LONGITUDINAL
EXPANSION JOINT CONTRACTION JOINT CONTRACTION JOINT
(TRANSVERSE WEAXENEO (LONGITUDINAL WEAKENED
PLANE JOINT) PLANE JOINT)
THE TRANSVERSE JOINT IN \
MONOLITHIC CURB AND GUTTER
SHALL BE SAWED TO THE SAME
DEPTH AS THE PAVEMENT.
BOTTOM OF SAW CUT
TL� 12
L �1
LONGITUDINAL
CONSTRUCTION JOINT
4 USE ONLY IF 1 2 B IN,
FORM ONLY FEMALE KEYWAY
• 30':CLRS. A KWIS L
TIE AR PACIEYUigAYTE USE ALLOWED 10
OF BENT Via.
T — �/ BGRADE 40 TIE BARS OR 15'
- ' TWO 5 PROVED PIECE T
IL 16 APPROVED
�1
I18' CTRS,
DE BARS P.
L
LONGITUDINAL Q
CONSTRUCTION JOINT TRANSVERSE
CONSTRUCTION JOINT
SEE DOWEL SPACING
IN TRAVEL LANES
O
ON THE PLANS.
r
T/2
RIGID WELDED
ASSEMBLY
Dc
DOWELED TRANSVERSE
CONTRACTION JOINT
� JOINT SEALANT
-- I F— i'
T
DA. GJCa ER
SEAL AT
CONSTRUCTION JOINT
JOINT SEALANT
�6
• L/3 MIN '1
DA. BACKER Roo
• SHALL BE OAT FOR LONGITUDINAL JOINTS
ALONG SUBS 14 FT. IN WIDTH.
SAWED JOINT —1
LONGITUDINAL
CONSTRUCTION JOINT
4# USE ONLY P T 1 8 IN.
NOTE
PAVEMENT THICKNESS (I), 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, 2 T < 10 IN.
No. 5
1,25 IN.
10 IN. > T S 15 IN.
No, 6
1.50 IN.
REINFORCING SIZE TABLE
6 BOND iOR
BR-WER N
YI2'7MINr\/1QO ORQ�C I C
A A INTEGRAL CURB INLET OR MANHOLE
CAST IN PAVEMENT
INSTALL TRANSVERSE JOINT AT
D C BOTH BOXOLN CORNERS IF
BOXOUT IS 6 FT, OR LONGER. 8' MIN. APRON
%'RECESS
CURB INLET BOXOUT
a - . . INLET OR
A LATER MANHOLE
TO MEET APRON
2
T (SEE JOINT QA DETAIL) MIN
BOND BREMER %' RECESS
INLET OR
MANHaE
41 LATER
TO MEET
STRUCTURE.
SECTION 8—B
BOND BREAKER SHALL BE COMPOSED OF PLASTIC
SHEET, BUILDING PAPER OR OTHER APPROVED
MATERIAL THAT PREVENTS BONDING.
SECTION A —A
— — a 07 "` ""� j" '
Creation Dole: Initials: SJR
_
®
�
(�
Dote:
"'«` nCommens
Comments
Colorado Deportment of Transportation
4201 East Arkansas Avenue
DOT Denver, Colorado 80222
��� Phone: (}0}) )SJ-90
Poe (303) 757-9820
Pro)ect Development Branch SRJ/LTA
CONCRETE
C 1i VV l�
PAVEMENT JOINTS
\\\ 1 1 U
STANDARD PLAN N�.
n Dote:
Last Modification Date: OJ/Oa/U6 In dial s: Liq
M-412-1
Full P01h: www.dol.slate.cc.us/DesignSupport/
Drawing File Name: 41201050E.dwg
Issued By: Project Development Branch on July 04, 2006
Sheet NO. 5 of 5
CAD Vero: M'¢mSIOUan VB Srale: Not In Scale wits: English
Page 226 of 269
SECTION 03500
PROJECT NIAPS
INDEX (in alphabetical order)
Boardwalk
Conifer
E. Horsetooth
Evergreen Park (patching only)
Hampshire Square
Huntington Hills (patching only)
Kingston Woods
Lexington Green
Linden St
Portner
Riverside (patching only)
S. Lemay
Southridge Greens
W. Drake
Wheaton
Woodland Park (patching only)
BID 7222 - Asphalt Overlay Page 227 of 269
Fort Collins 20 1 1 E horsetooth, S Lemay, wE
�� ° Wheaton Dr. Boardwalk
C Fort ollins
i �`� 201 1 Conifer t- Evergreen Park
O = m m m = m = m r
Fo�tCollins 201 1 Hampshire Square i
H
I
1
I
11
H
L
I
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment
described on the Drawings or specified in the Specifications without
consideration of possible substitute or "or equal" items. Whenever it is
indicated on the Drawings or specified in the Specifications that a
substitute or "or equal" item of material or equipment may be furnished
or used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective
date of the Agreement". The procedure for submittal of any such
application by CONTRACTOR and consideration by Engineer is set forth in
the General Conditions which may be supplemented in the General
Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of
principal subcontractors he proposes to use in the work. Refer to
Section 00430 contained within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable
objection to any proposed Subcontractor, either may, before the Notice of
Award is given, request the apparent successful Bidder to submit an
acceptable substitute without an increase in Bid price. If the apparent
successful Bidder declines to make any substitution, OWNER may award the
contract to the next lowest responsive and responsible Bidder that
proposes to use acceptable subcontractors. Subcontractors, suppliers,
other persons or organization listed and to whom OWNER or Engineer does
not make written objection prior to the giving of the Notice of Award
will be deemed acceptable to OWNER and ENGINEER subject to revocation of
such acceptance after the effective date of the Agreement as provided in
the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor,
supplier or other persons or organizations against whom he has reasonable
objection. The use of subcontractors listed by the Bidder and accepted
by OWNER prior to the Notice of Award will be required in the performance
of the work.
'
11.0 BID FORM.
11.1. A copy of the Bid Form is
bound
in the Contract Documents which
may be retained by the Bidder. A
separate
unbound copy is enclosed for
submission with the Bid.
11.2. Bid Forms must be complete
in ink
or typed. All lump sum prices
on the form must be stated in words and
numerals; in case of conflict,
words will take precedence. Unit
prices
shall govern over extensions of
SUMS.
Rev10/20/07
Section 00100 Page 4
N
City of
Fort
i �C�ollins 20 I I Kingston Woods w E
�
City of
Fort Collins w E
/ �, e 20 1 1 Lexington Green
11
N
Fo t CollinsE
�`�� 20 I I Linden St
Foryt Collins 201 1 PortnerE
str�
I,
I
11
0
1
1
1
1
1
I
N
Fort Collins 201 1 Hampshire Square wE
/ `_ tl
FotrytColtins 201 I Southridge Greens,
W E
/� Huntington 1l1115
I
1
1
N
Fort Collins 201 1 Riverside 4
.1
1
I
I
I
I
I
I
U
I
I
I
U
U
Qf
Collins 2 01 1 W Drake wE
r,.
N
Fort Collins 201 1 Woodland Park
� W E
I
L�
I
I
I
I
0
I
n
I
I
I
I
u
I
u
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, and Gutter Maintenance
1 of 3
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
BID 7222 - Asphalt Overlay Page 240 of 269
1
11.3. Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other appropriate officer accompanied
by evidence of authority to sign) and the corporate seal shall be affixed
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation shall be shown below the corporate
name.
11.4. Bids by partnerships must be executed in the partnership name and
signed by a partner, his title must appear under his signature and the
official address of the partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the
joint venture or by an authorized agent of each participant. The full
name of each person or company interested in the Bid shall be listed on
the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by
erasures, interpolations, or otherwise will be acceptable unless each
such alteration is signed or initialed by the Bidder; if initialed, OWNER
may require the Bidder to identify any alteration so initialed.
11.8. The address and telephone number for communications regarding the
Bid shall be shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the
Invitation to Bid and shall be enclosed in an opaque sealed envelope
marked with the Project title, Bid No., and name and address of the
Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement
of Bidders Qualifications, and Schedule of Subcontractors as required in
Section 00430. If the Bid is sent through the mail or other delivery
system, the sealed envelope shall be enclosed in a separate envelope with
the notation "BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the
time and date for receipt of Bids indicated in the Invitation to Bid, or
any extension thereof made by addendum. Bids received after the time and
date for receipt of Bids will be returned unopened. Bidder shall assume
full responsibility for timely delivery at the location designated for
receipt of Bids.
Rev 10/20/07
Section 00100 Page 5 ,
New Construction Activities for
For More Information—
Name
Municipalities
Address
City, State
Description
Phone
This fact sheet covers new construction activities disturbing less
e-mail
than one acre not subject to a CDPS Construction permit. New
Possible Pollutants
construction includes, but is not limited to buildings, structures,
capital improvements, roadways, and recreational components
Sediment j
such as trails, restrooms, and other structures. Procedures
Chemicals
provided are general in nature and can be applied to any scale
Organics
or type of municipal construction.
Trash
When services are contracted, this written procedure should be
Good Housekeeping
provided to the contractor so they have the proper operational
Waste Management
procedures. In addition, the contract should specify that the
Employee/Contractor Training
contractor is responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Proper Cleanup and Disposal
Procedures
Procedures
Related Procedures
Obtain all applicable federal, state, and local permits for
Heavy Equipment and Vehicle
construction projects.
Maintenance
• The Colorado Stormwater Construction General
Parks and Open Space
permit applies to construction sites disturbing one
Maintenance
acre or more, or less than one acre but part of a larger
Spill Prevention and Response
common plan of development.
Street, Curb, and Gutter
Replacement and
A larger common plan of development is defined as
Construction
a contiguous area where multiple separate and
Utilities and Storm Sewer
distinct construction activities may be taking place at
System Replacement and
different times on different schedules under one
Construction
plan.
Vehicle Fueling
■ 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 1 of 2
C.
installed and maintained in accordance with approved design criteria and/or industry
standards.
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.
Where feasible, grading activities should be scheduled during dry weather.
Best management practices will be periodically inspected and maintained as necessary.
• Waste containment for concrete washout, masonry, paint, trash and other potential
pollutants will be available when these activities are being conducted.
• Where practicable, non-structural controls will be used, such as phased construction, dust
' control, good housekeeping practices, and spill prevention and response.
Employee Training
Train applicable employees who perform new 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
new construction activities.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Cihj of Centennial SOP: New Constniction SOP, August 2007.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
0
0
0
0
0
Street, Curb, and Gutter
For More- Information
i Name i
Replacement and
Address i
I
Construction
City, State
Phone I
Description
e-mail
Procedures involving the replacement and
Possible Pollutants '
construction of streets, curbs, and gutters have the
Fine-grained sediment j
potential to impact stormwater quality. Materials
Organics
involved in these activities should be used efficiently
and disposed of properly.
Oil
Saw -cut slurry
When services are contracted, this written procedure
Trash
should be provided to the contractor so they have the
Good Housekeeping
proper operational procedures. In addition, the
Dumpster/Waste Management
contract should specify that the contractor is
responsible for abiding by all applicable municipal,
Employee/Contractor Training
state, and federal codes, laws, and regulations.
Proper cleanup and disposal
procedures
Procedures
Dry cleaning methods
General
Related Procedures
Obtain all applicable federal, state, and local
Spill Prevention and Response
permits for construction projects.
Street Sweeping
The Colorado Stormwater Construction
Street Sweeper Cleaning and
General permit applies to construction sites
Waste
disturbing one acre or more, or less than one
Street, Curb and Gutter
acre but part of a larger common plan of
Maintenance
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
I
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
aaccordance
with approved design criteria and/or industry standards.
When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry,
a
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
a
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
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.
1
t
• 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.
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 Prograrn, No Date.
PACE, Stornnuater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
Page 3 of 3
i
1
1
1
1
1
1
1
n
1
1
i
i
1
1
1
0
Street Curb and Gutter
For More Information
f f
Name
Maintenance
Address '
Description
city, state j
' Phone
Street, curb, and gutter activities include concrete and
e-mail
asphalt installation, maintenance, repair, and
replacement; bridge maintenance; and painting and
Possible Pollutants
I
striping. Procedures involving the maintenance of
Fine-grained sediment
streets, curbs, and gutters have the potential to impact
Organics
stormwater quality. Materials involved in these
Oil
activities should be used efficiently and disposed of
Saw -cut slurry j
properly.
Trash
When services are contracted, this written procedure
Good Housekeeping
should be provided to the contractor so they have the
Dumpster/Waste Management
proper operational procedures. In addition, the
Employee/Contractor Training
contract should specify that the contractor is
responsible for abiding by all applicable municipal,
Proper cleanup and disposal
procedures
state, and federal codes, laws, and regulations.
Dry cleaning methods
Procedures
Related Procedures
General
Spill Prevention and Response
• Protect storm drain inlets and drains with curb
Street Sweeping
socks, rock berms, inlet protection, or drain
Street Sweeper Cleaning and
covers/mats prior to any maintenance activity.
Waste
• 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.
ac
1
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
I
1
1 • Records of employee training with sign -in sheet.
References
1 City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date.
City of Centennial, Department of Public Works: Asphalt Program, No Date.
1 PACE, Stornnoater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
1 Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
i
1
1
1
1
1
1
i
1
1
1
_]
Spill Prevention and
For— More- In- formation
Name
Response
Address
City, State f
Description
Phone
Due to the type of work and the materials involved, many
e-mail
activities that occur either at a municipal facility or as part
Possible Pollutants i
of municipal operations have the potential for accidental
spills. Some municipal facilities operate under Spill
Chemicals
Prevention Control and Countermeasures (SPCC) plans
Toxics
that include procedures for spill response. Proper spill
Oil j
response planning and preparation enables employees and
Paint
contractors to effectively respond to problems and
Fuel
minimize the discharge of pollutants to the storm sewer
Good Housekeeping
system.
Waste Management
When services are contracted, this written procedure
should be provided to the contractor so they have the
Employee/Contractor Training
proper operational procedures. In addition, the contract
Proper cleanup and disposal
should specify that the contractor is responsible for
procedures
abiding by all applicable municipal, state, and federal
Related Procedures
codes, laws, and regulations.
Fertilizer, Pesticide, and
Herbicide Application
Procedures
Heavy Equipment and Vehicle
Spill Prevention
Maintenance
• Keep work areas neat and well organized.
Material Storage
Materials Management
• Maintain a Material Safety Data Sheet (MSDS) for
each hazardous chemical. Follow the Outdoor
Outdoor Vehicle Maintenance
Material Storage procedures.
Vehicle Fueling
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 1 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.
0 Complete all necessary reports.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and
will not receive consideration.
' 13.4. No Bidder may submit more than one Bid. Multiple Bids under
different names will not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly
executed (in a manner that a Bid must be executed) and delivered to the
place where Bids are to be submitted at any time prior to the opening of
Bids.
' 14.2. Bids may also be modified or withdrawn in person by the Bidder or
an authorized representative provided he can prove his identity and
authority at any time prior to the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the
time designated
for
the receipt of Bids provided that they are then fully
in conformance
with
these Instructions to Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud
publicly as indicated in the Invitation to Bid.
An abstract of
the
amounts of the Base Bids and major alternates (if
any) will be
made
available after the opening of Bids.
1
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of
the
Bid Opening, but OWNER may, in his sole discretion,
release any Bid
and
return the Bid Security prior to that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any
and all informalities not involving price, time or changes in the Work,
to negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional
Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if
OWNER believes that it would not be in the best interest of the Project
to make an award to that Bidder, whether because the Bid is not
responsive or the Bidder is unqualified or of doubtful financial ability
or fails to meet any other pertinent standard or criteria established by
' OWNER. Discrepancies between the indicated sum of any column of figures
and the correct sum thereof will be resolved in favor of the correct sum.
' 17.2. In evaluating Bids, OWNER will consider the qualifications of the
Bidders, whether or not the Bids comply with the prescribed requirements,
and such alternates, unit prices and other data, as may be requested in
Rev10/20107 Section 00100 Page 6
h
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
hqp:/ /www.cdphe.state.co.us/op/ wgcc/ Resources /Guidance/spillguidance.pdf
and http://www.cdphe.state.co.us/hm/spillsandreleases.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
City 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, Stormwater 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
I
' 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.
[1
I
1
For More Information I Utility and Storm Sewer
Name
Address System Maintenance
City, State
Phone
Description
This procedure addresses utility and storm sewer system
e-mail
maintenance. Utilities include power, sanitary sewer,
Possible Pollutants ,
water conveyance systems, and the storm sewer system.
Sediment I
Power includes electrical and gas utilities. Maintenance
Nutrients
of power may require excavation and reinstallation of
Metals
lines including open cut trenching or directional boring
Hydrocarbons
in landscaped areas or street right of way. Electrical and
Trash
gas line maintenance ensures services are provided to
Good Housekeeping
i
businesses and households without interruption.
Waste Management
The sanitary sewer system is cleaned as part of routine
Employee/Contractor Training
maintenance and on an emergency basis. Without
proper maintenance, sanitary sewer back-ups and
Proper Cleanup and Disposal
Procedures
overflows may occur and can result in potential property
damage and significant health concerns if not properly
Related Procedures
managed.
Heavy Equipment and Vehicle
Maintenance
Water conveyance systems are flushed and pressure
Parks and Open Space
tested as part of routine maintenance. Potable water
Maintenance
systems must be properly maintained to ensure delivery
Spill Prevention and Response
of water that meets State and Federal health standards.
Failures result in water main breaks that can cause
Street, Curb, and Gutter
property damage including erosion.
Replacement and
Construction
The storm sewer system is cleaned as part of routine
Utilities and Storm Sewer
maintenance and on an emergency basis in the event of
System Replacement and
flooding. Maintenance will remove pollutants and
Construction
ensure the system functions properly to avoid flooding.
Vehicle Fueling
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
1
' Procedures
General
' . Conduct routine inspection and maintenance on utility and storm sewer systems.
Where feasible, schedule maintenance activities during dry weather.
'0 Monitor the jet/vacuum truck closely for leaks and use a drip pan as needed.
Wash and fuel the jet/vacuum truck per the Heavy Equipment/Vehicle
Maintenance procedure.
'0 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.
' 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.
Restore landscaped or hardscaped areas promptly.
Potable Water Line Flushing
Remove any debris from the gutter that could wash away with the water. If
' possible, sweep the flow line before flushing the line.
Direct the water so that it is not flowing over exposed soil areas in order to minimize
erosion.
' Water Line Breaks
Contain spoils by building berms or installing rock socks around the area of
disturbance.
Dewater the excavation by using a vac truck.
Discharge high chlorine water to the sanitary sewer via the nearest manhole, to a
water truck, through a dechlorinating diffuser, or other method of dechlorination.
Remove sediment from the street, curb, gutter and storm inlets as needed
' immediately following the repair.
Where needed, install a temporary patch or repave as soon as practicable following
' the repair.
If necessary, revegetate areas as soon as practicable following the repair.
Sanitary Sewer Backup
Clear line stoppage to prevent backup into house basements and manhole overflows.
Page 2 of 4
1
Contain overflows by using emergency generator, pump and/or a vac truck to
intercept flows. It may be necessary to construct additional containment.
Clean up spills by washing and vacuuming the affected areas. Lime may need to be
applied for disinfection of affected areas. Lime must be removed once disinfection is
complete.
Storm Sewer System Pipes, Catch Basins, Inlet and Outlet Structures, and Culverts
Clean storm sewer system by manual cleaning or jetting the pipes using a
jet/vacuum truck to remove the material.
• Do not temporarily store collected storm system cleaning debris adjacent to any
surface water, storm drain inlet, or drainageway.
• Storm sewer system maintenance wastes may be either non -hazardous or hazardous.
Solid non -hazardous waste may be disposed in a sanitary landfill or recycled.
Liquid non -hazardous waste must be evaporated before disposing of it into the
landfill or discharged to the sanitary sewer system with the approval of the local
wastewater treatment plant. Hazardous waste, as defined under Colorado
Hazardous Waste Regulations (6 CCR 1007-3), must be transported and disposed of
at a permitted disposal or treatment facility.
• Replace or maintain "no dumping' stencils or plaques as necessary.
• Remove trash from trash racks and grated openings.
Detention and Retention Ponds
Inspect the outlet works and remove trash or vegetation from the trash racks and
grates.
Inspect side slopes of the pond for erosion and reestablish vegetation as needed.
Remove and service fountains and aerator motors as recommended.
Report any suspected water quality problems such as a change in growth or
appearance of vegetation.
Report excessive sediment accumulation, standing water beyond the designed drain
down time or damage requiring additional maintenance.
Drainageways
Drainageways include drainage channels, ditches, grass swales, and washes.
Inspect drainageways for erosion and repair if necessary.
Remove and properly dispose of trash and debris from the drainageways. Remove
sediment which could impede flow in drainageways.
Leave an unmown buffer when mowing adjacent to drainageways to filter
pollutants. Do not leave grass clippings in or next to the drainageway. Do not apply
landscape chemicals in the buffer area.
Page 3 of 4
' Employee Training
• Train applicable employees who perform utility and storm sewer system 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 and storm sewer system 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 Storniwater 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 sezoer 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.
Optional Additional Resources
' Municipal codes and ordinances that relate to utility or storm sewer system maintenance.
Inspection and maintenance frequency plan for the storm sewer system.
' Specific instructions on how to operate applicable equipment.
Instructions on how to track the amount of debris collected. .
Treated Water Discharge Plans for potable water maintenance.
Page 4 of 4
1
For More Information— -
Utility and Storm Sewer
Name
System Replacement and
Address
Construction
City, State
Phone
e-mail
Description
This procedure covers utility and storm sewer system
Possible Pollutants
replacement and construction. Utilities include power,
Sediment
storm sewer, sanitary sewer, water conveyance systems.
Chemicals
When services are contracted, this written procedure
Organics
should be provided to the contractor so they have the
Trash
proper operational procedures. In addition, the contract
Good Housekeeping
should specify that the contractor is responsible for
abiding by all applicable municipal, state, and federal
Waste Management
codes, laws, and regulations.
Employee/Contractor Training
Proper Cleanup and Disposal
Procedures
Procedures
General
Related Procedures
• Obtain all applicable federal, state, and local
Heavy Equipment and Vehicle
permits for construction projects.
Maintenance
Parks and Open Space
The Colorado Stormwater Construction
Maintenance
General permit applies to construction sites
Spill Prevention and Response
disturbing one acre or more, or less than one
acre but part of a larger common plan of
Street, Curb, and Gutter
development.
Replacement and
Construction
A larger common plan of development is
Utilities and Storm Sewer
defined as a contiguous area where multiple
System Replacement and
separate and distinct construction activities
Construction
may be taking place at different times on
Vehicle Fueling
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
1
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
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
' 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.
Where practicable, non-structural controls will be used, such as phased construction,
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
11
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: Drainagezoay Maintenance SOP, August 2007.
City of Golden Stornizoater Drainage Maintenance Plan, February 2008.
City of Greeley, Department of Public Works: Storni Water Drainage Program, January, 2008.
City of Greeley, Department of Public Works: Ditch Prograrn, 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
I
11
City of Fort Collins
Regulatory and Government Affairs Division
City of
F6rt Collins
/- V—
Verification
Originator
Revised
Approved
Issued
Initials -
Date
LR
Oct 09
ss
10119/09
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
I:\RGA Division\SOPs\ESOPs
location:
Revisions
Rev. Date
Description
No.
001
002
Procedure Index
1.0 Purpose
2.0 Scope
3.0 Process
4.0 Training Requirements
5.0 References/Related Documents
6.0 Records
' Revision date:
10/19/2009
BID 7222 - Asphalt Overlay
Page 1 of 3
Page 260 of 269
the Bid Form or prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of
Subcontractors, Suppliers, and other persons and organizations proposed
for those portions of the Work as to which the identity of
Subcontractors, Suppliers, and other persons and organizations is
submitted as requested by OWNER. OWNER also may consider the operating
costs, maintenance requirements, performance data and guarantees of major
items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed
Subcontractors, Suppliers and other persons and organizations to do the
Work in accordance with the Contract Documents to OWNER's satisfaction
within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest
responsive and responsible Bidder whose evaluation by OWNER indicates to
OWNER that the award will be in the best interest of the OWNER. Award
shall be made on the evaluated lowest base bid excluding alternates. The
basis for award shall be the lowest Bid total for the Schedule or, in the
case of more than one schedule, for sum of all schedules. Only one
contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful
Bidder a Notice of Award within forty-five (45) days after the date of
the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful
Bidder delivers the executed Agreement to the OWNER, it shall be
accompanied by the required Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the
Agreement with all other written Contract Documents attached. Within
fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the
required number of counterparts of the Agreement and attached documents
to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER
shall deliver one fully signed counterpart to CONTRACTOR. Each
counterpart is to be accompanied by a complete set of the Drawings with
appropriate identification.
20.0 TAXES.
Rev 10/20107
Section 00100 Page 7 '
City of Fort Collins
Regulatory and Government Affairs Division
Oty of
/ Fort Collins
1%Z f�
Verification
Originator
Revised
Approved
Issued
Initials
Date
LR
Oct.09
ss
10/19/09
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
1.0 Purpose
1.1 The purpose of this ESOP is to describe the appropriate methods of handling
power washing wastewater.
2.0 Scope
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.
3.0 Process
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.
w 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:
10/19/2009 Page 2 of 3
BID 7222 - Asphalt Overlay Page 261 of 269
11
City of Fort Collins
Regulatory and Government Affairs Division
City of
/1,
Verification
Originator
Revised
Approved
Issued
Initials
Date
LR
Oct.09
ss
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.
3.6 If you are working in an area that is serviced by a neighboring wastewater district,
such as South Fort Collins Sanitation or Boxelder, it is necessary to contact that
district's industrial pretreatment coordinator before discharging to their system.
4.0 Training Requirements
4.1 The training requirement associated with this procedure is knowledge of the proper
management of power washing wastewater.
5.0 References / Related Documents
5.1 http://www.cdphe.state co us/wq/PermitsUniUPolicyandGuidance/powerwash pdf
5.2 I:\RGA division\Illicit Discharge Program\Complaint Calls\pressure washinq\City
power washing guidance.pdf
6.0 Records
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
BID 7222 - Asphalt Overlay
Page 3 of 3
Page 262 of 269
For More Information — j
Vehicle Fueling
Name
Description
Address
i
Spills of gasoline and diesel fuel on the ground or on vehicles
City, State I
during fueling can wash into a storm drain and cause water
Phone
pollution.
e-mail
When services are contracted, this written procedure should be
Possible Pollutants
provided to the contractor so they have the proper operational
Metals
procedures. In addition, the contract should specify that the
Hydrocarbons I
contractor is responsible for abiding by all applicable municipal,
Toxins
state and federal codes, laws, and regulations.
Good Housekeeping
Procedures
Drip pans
General
Secondary containment
. Fuel vehicles at approved locations (municipal fueling
Automatic shutoff nozzles
station or offsite fueling station).
Signs
• Provide spill kits near the municipal fueling location.
Spill response plans
Spill cleanup materials
■ If fuel is stored in an above -ground tank, store fuel in
enclosed, covered tanks with secondary containment
Dry cleanup methods
(e.g., concrete barrier or double -walled tanks).
Employee training
Related Procedures
All fuel tanks will be inspected per State and Federal
regulations.
Heavy EquipmenWehicle
Maintenance
■ Periodically inspect municipal fueling locations for the
Outdoor Fleet Maintenance
following:
Spill Prevention and Response
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
' Vehicle Fueling
• Follow all posted warnings.
' • Ensure that the nozzle is properly inserted in the filler neck of the vehicle before
dispensing any fuel.
• Remain by the fill nozzle while fueling to ensure the nozzle stays in place.
' • Do not top off the tank of the vehicle once the nozzle has shut off the fuel.
• Follow the procedures outlined in the Spill Prevention and Response Procedure to
respond to any leaks or spills.
• Clean fuel dispensing areas with absorbent material.
' Never use water to clean up a spill.
Mobile Fuel Truck
' • Provide inlet protection (e.g., berms, weighted inlet covers) for nearby storm drain
inlets when transferring fuel and fueling a vehicle.
• Use secondary containment when transferring fuel from the tank truck to the fuel tank.
' All gas cans must be placed in the secondary containment box/pan and remain on the
ground when fueling.
• Use a funnel to transfer fuel to vehicles and equipment. After the transfer is complete,
the funnel should be dried with a rag or placed in a container to avoid dripping fuel on
the ground.
' Employee Training
• Train applicable employees who fuel vehicles 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 fuel
vehicles.
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.
Cihj of Centennial SOP: Vehicle Fueling, August 2007.
' Cihj of Lafayette Standard Operating Procedure: Vehicle and Equipment Fueling, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
USEPA Menu of BMPs: Municipal Vehicle Fueling,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed June 18, 2009.
Page 2 of 3
BI. 7222 Wooli erlaY Pag . 2 4 of 28
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
11
1
1
1
-- ---- ----- --- -�
Heavy Equipment and Vehicle
For More Information
Name
Maintenance
Address
City, stare
Description
Phone
Regular maintenance of municipal vehicles and equipment, or
e-mail
municipality -contracted vehicles and equipment prolongs the life
Possible Pollutants
of the municipality's assets and prevents the leaking of hazardous
fluids commonly associated with normal wear and tear of vehicles
Metals
and equipment.
Toxins
'
Potential pollutants generated at vehicle maintenance facilities
Solvents (degreasers, paint
thinners, etc.)
include oil, antifreeze, brake fluid and cleaner, solvents, batteries
and fuels.
Antifreeze
Brake Fluid and brake pad dust ,
When services are contracted this written procedure should be
Battery acid
provided to the contractor so the hthe proper
p y have P P operational
procedures. In addition, the contract should specify that the
Motor oil
contractor is responsible for abiding by all applicable municipal,
Fuel (gasoline, diesel, kerosene)
state, and federal codes, laws, and regulations.
Lubricating grease
Good Housekeeping
Procedures
Maintenance activities should be performed inside a maintenance
Drip pans
building unless the equipment is too large to fit inside or
Tarps
temporary repairs need to be made before the equipment can be
Covered outdoor storage areas
moved to the maintenance building. Consult the Outdoor Fleet
Secondary containment
Maintenance procedure when it is necessary to perform repairs
Proper disposal of used fluids
outside of the facility (breakdowns, service calls, etc.).
Spill cleanup materials
Vehicle Storage
Dry cleanup methods
Monitor vehicles and equipment closely for leaks and
Employee training
use drip pans as needed until repairs can be
Related Procedures
performed.
Material Storage
When drip pans are used, check frequently to avoid
Outdoor Fleet Maintenance
overtopping and properly dispose of fluids.
Spill Prevention and Response
Drain fluids from leaking or wrecked vehicles and
Street Sweeper Cleaning and
from motor parts as soon as possible. Dispose of fluids
Waste
properly.
Vehicle Fueling
Vehicle Washing
Paget of 4
Vehicle Maintenance
Conduct routine inspections of heavy equipment and vehicles to proactively identify
potential maintenance needs.
Perform routine preventive maintenance to ensure heavy equipment and vehicles are
operating optimally.
• Recycle or dispose of all wastes properly and promptly.
Do not dump any liquids or other materials outside, especially near or in storm drains or
ditches. Sweep and pick up trash and debris as needed.
Body Repair and Painting
• Whenever possible, conduct all body repair and painting work indoors.
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
I
I
I
I
1
Do not wash or hose down storage areas except where wash water will enter the sanitary
sewer as an approved discharge. Use dry clean-up methods whenever possible.
Keep lids on waste barrels and containers, and store them indoors or under cover to
reduce exposure to rain.
Periodically inspect and maintain all pretreatment equipment, including sumps,
separators, and grease traps to ensure proper functioning.
Parts Cleaning
• Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts
outdoors. If parts cleaning equipment is not available, use drip pans or other
containment to capture parts cleaning fluids.
Use steam cleaning or pressure washing of parts whenever possible instead of solvent
cleaning.
When steam cleaning or pressure washing, only discharge wastewater to an oil/water
separator connected to the sanitary sewer.
• When using solvents to clean parts, rinse and drain parts over the designated solvent
tank so that fluids will not drip or spill onto the floor. Use drip boards or pans to catch
excess solutions and divert them back to the tank. Allow parts to dry over the hot tank.
Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning
waste to the sanitary sewer or storm sewer.
Vehicle and Equipment Washing
Vehicles should be washed in the municipality's vehicle and equipment wash
area/bay or taken to a commercial car wash.
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
1
I
I
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/storm water/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
I
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be
included in the Contract Price. Reference is made to the General and
Supplementary Conditions.
21.0 RETAINAGE.
' Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid
assures the Bidder's compliance with the City's purchasing restrictions.
A copy of the resolutions are available for review in the Purchasing and
Risk Management Division or the City Clerk's office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121
requires that suppliers and producers of cement or products
containing cement to certify that the cement was not made in cement
kilns that burn hazardous waste as a fuel.
23.0 COLLUSIVE OR SHAM BIDS.
1 Any Bid deemed by the City in its sole discretion to be a collusive or
sham Bid will be rejected and reported to authorities as such. Your
authorized signature of this Bid assures that such Bid is genuine and is
1 not a collusive or sham Bid.
24.0 BID RESULTS.
' For information regarding results for individual Bids send a self-
addressed, self -stamped envelope and a Bid tally will be mailed to you.
Bid results will be posted in the Purchasing office seven (7) days after
' the Bid Opening.
' END OF SECTION
I
Rev 10/20/07
Section 00100 Page 8
I
EXHIBIT 1 - REVISED BID SCHEDULE AS OF 4/1/2011
8. BID SCHEDULE
Item No.
Item Description
Unit
ContractQuantity
Unit Cost
Cost
109.00
Force Account - Asphalt Cement Cost Adjustment
Estimate
N/A
N/A
$320,000.00
202.10
Grinding (planing) Surface Preparation <3"
SY
1,000
202.30
Grinding (planing) Surface Preparation 5" to 7"
SY
2,000
202.40
Grinding (planing) Surface Preparation 7" to 9"
SY
2,500
202.50
Taper Planing Adjacent to Gutter
LF
500
202.60
Bobcat Style Milling < 3"
SY
100
202.70
Bobcat Style Milling - Additional Inch Thickness
SY/ IN
200
203.10
Excavation - General Less Than 100 CY
CY
25
203.20
Excavation - General Over 100 CY
CY
15
203.30
Excavation - Muck
CY
25
203.40
Borrow -Less Than 100 Ton
TON
50
203.50
Borrow -Over 100 Ton
TON
25
203.60
Shouldering
LF
400
208.10
Rock Wattle
LF
400
208.20
Crumb Rubber Wattle
LF
300
208.30
Straw Bales
EA
10
208.40
Silt Fence
LF
100
210.00
Reset Mailbox
EA
1
210.01
Adjust Valve Box
EA
180
210.02
Adjust Valve Box with Ring
EA
10
210.03
Adjust Valve Box -Tyler 6860 Series, Item R 69, Screw Type
Adjustable Riser
EA
6
210.04
Adjust and Replace Top Section of Valve Box
EA
5
210.05
Tyler 6850 Series, Item 58, 14" Valve Box Extension (Part Only)
EA
2
210.06
Tyler 6860 Series, 16" Valve Box Top Section Without Lid (Part
Only)
EA
5
210.07
Tyler 6860 Series, 26" Valve Box Top Section Without Lid (Part
Only)
EA
3
210.08
Total Valve Box Replacement, Tyler 6860 Series, 30" Bottom
Section
EA
4
210.09 jAdjust
Standard Manhole 1524"
EA
130
210.10
Adjust Special Manhole>24"
EA
21
210.11
Adjust Manhole with Ring
EA
1
210.12
Adjust Manhole with Ring w/Locks <24" dia, < 3" height
EA
15
210.13
Adjust Manhole with Ring w/Locks <24" dia, > 3" height
EA
15
210.14
Adjust Manhole with Ring w/Locks >24" dia, <_ 3" height
EA
12
210.15
Adjust Manhole with Ring w/Locks >24" dia, > Y height
EA
2
306.01
Subgrade Preparation
SY
50
306.02
Asphalt Recycling 5-10"
SY
100
307.10
Class C Fly Ash Delivered & Spread 12" Depth @ 10%
TON
250
307.20
Stabilize Subgrade - Tilled, Watered, & Compacted
SY
6,000
403.01
HMA - Grading SX Parking Lot Overlay
TON
100
403.02
HMA - Grading SX Basketball Court
TON
25
' Addendum 2 Page 2 of 3
7222 Asphalt Overlay
SECTION 00300
BID FORM
I
SECTION 00300
BID FORM
' PROJECT: Bid 7222 Asphalt Overlay
City of Fort Collins
Place P.O. Box 580, Fort Collins, Co. 80522
Date April 05, 2011
1. In compliance with your Invitation to Bid dated March 19 , 2011 and
subject to all conditions thereof, the undersigned
a (Corporation, Limited Liability Company, Partnership, Joint Venture, or
Sole Proprietor) authorized to do business in the State of Colorado
hereby proposes to furnish and do everything required by the Contract
' Documents to which this refers for the construction of all items listed
on the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this
proposal is made in good faith, without collusion or connection with any
other person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the
' Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be
done, all of which have been examined by the undersigned.
3.
Accompanying this Bid .is a certified or cashier's check or standard Bid
bond in the sum of 5%
($ ) in accordance with the Invitation To Bid and Instructions
to Bidders.
9.
The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within
fifteen (15) calendar days from the date when the written notice of the
award of the contract is delivered to him at the address given or. this
Bid. The name and address of the corporate surety with which the Bidder
proposes to furnish the specified performance and payment bonds is as
follows: Safeco Insurance Company of America
1001 4th Ave. Suite 1700, Seattle, WA. 98154
5.
All the various phases of Work enumerated in the Contract- Documents with
their individual jobs and overhead, whether specifically mentioned,
'
included by implication or appurtenant thereto, are to be performed by
the CONTRACTOR under one of the items listed in the Bid Schedule,
'
irrespective of whether it is named in said list.
6.
Payment- for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
'
7.
The undersigned Bidder hereby acknowledges receipt of Addenda No.
001 through 002
' Rev 10/20/07
BID 7222 - Asphalt Overlay
Section 0030C Page 1
Page 17 of 269
n
EXHIBIT 1 - REVISED BID SCHEDULE AS OF 4/1/2011
8. BIDSCHEDULE.-
Item No.
Item llescription
Unit
contract
Quantity
Unit Cost
Cost
109.00
Force Account - Asphalt Cement Cost Adjustment
Estimate
N/A
N/A
$320,000.00
202.10
Grinding (planing) Surface Preparation <3"
SY
1,000
9 , 25
2,250.00
202.30
Grinding (planing) Surface Preparation 5" to 7"
SY
2,000
3.45
6,900.00
202.40
lGiinding (planing) Surface Preparation 7" to 9"
SY
2,500
4.45
11 125. 00
20250
Taper Planing Adjacent to Gutter
LP
300
1.90
950.00
202.60
Bobcat Style Milling <3"
SY
too
5.05
505.00
202.70
Bobcat Style Milling - Additional Inch Thickness
SY/ IN
200
.65
130.00
203.10
Excavation - General Less Than 100 CY
CY
25
23.55
588.75
203.20
Excavation - Geucml Over 100 CY
CY
15
20.10
301.50
203.30
Excavation - Muck
CY
25
20.00
500.00
203.40
Borrow - Less Than 100 Ton
TON
50
21.00
1.050.00
20350
Bon'ow - Over 100 ]on
TON
25
15.45
386.25
203.60
Shouldering
LF
400
1 .70
280.00
208.10
Rock Wattle
LP
400
2.90
1,160.00
208.20
C tuub Rubber Wattle
LT
300
10.' 95
3,285.00
203.30
Straw Bales
LA
10
208A0
Silt Pence
LP
100
1.70
170.00
210.00
Reset Mailbox
EA
1
202.20
202.20
210.01
Adjust Valve Box
EA
ISO
1141.95
25,551.00
210.02
Adjust Valve Box with Ring
EA
10
64.25
642.50
210.03
Adjust Valve Box -Tyler 6860 Series, Item R 69, Screw Type
Adjustable Riser
EA
6
79.35
476 . 10
210.04
Adjust and Replace Top Scction of Valve Box
EA
5
286.20
1,431.00
210.05
Tyler 6850 Series, Item 58, 14" Valve Box Extension (Part Only)
EA
2
61.30
122.60
2to.o6
Tyler 6360 Series, 16" Valve Box Top Section Without Lid (Part
only)
EA
5
61.60
308.00
210 07
Tyler 6860 Series, 26" Valve Box Top Section Without Lid (Part
Only)
EA
3
74.95
224.85
210.08
Total Valve Box Replacement, Tylcr 6360 Scrics, 30" Bottom
Section
EA
4
430.00
1,720.00
210.09
Adjust Standard Manhole <_24"
EA
130
325.00
42, 250.00
210.10
Adjust Special Manhole >24"
EA
21
410.00
8,610.00
210.11
Adjust Manholc with Iting
EA
1
160.55
160.55
210.12
Adjust Manhole with Ring w/Locks <24" dia, <3" height
EA
15
160.55
2,408.25
2 10. 13
Adjust Manhole with Ring w/Locks 524" dia,> 3" licight
EA
15
168.55
2,528.25
210A4
Adjust Manhole with Ring w/Locks• >24" dia, = 3" height
EA
12
192.65
2,311.80
210.15
Adjust Manhole with Ring w/Locks >24" dia, > 3" height
EA
2
198.35
396.70
306.01
Subgradc Preparation
SY
50
1.50
75.00
306.02
Asphall Recycling 5-10"
SY
100
22.70
2 270.00
307.10
Class C Ply Ash Delivered & Spread 12" Depth a 10%
TON
250
49.55
12,387.50
30720
Stabilize Subgtadc - Tilled, Watcrcd, "C Compacted
SY
6,000
2.95
17 700.00
403.01
N:bIA - Grading SX Parking Lot Overlay
TON
too
62.95
61295.00
403.02
16bIA - Grading SX Basketball Court
TON
25
71.25
1,781.25
Addendum 2 Page 2 of 3
7222 Asphalt Overlay
[1
1
EXHIBIT 1 - REVISED BID SCHEDULE AS OF 4/1/2011
S. DID SCHEDULE
Item No.
Item Description
Unit
Contract
Quantity
Unit Cost
Cost
403.03
IINIA - Grading SX (20% RAP)
'ION
too
53.10
5,310.00
403.04
11MA-GradingS,64-28ModiFicdBinder (20%RAP)
TON
23,000
54.60
1,255,800.00
403.05
PIMA - Grading S, 64 -2 2 13inder (20% RAP)
TON
15,000
49.30
739 500.00
403.06
HMA - Grading SG (20% RAP)
TON
300
45.30
13 590.00
403.07
HMA - Hand Patching- Remove & Replace
TON
4,350
84.65
368 227.50
403.09
I-IMA - Hand Patching _>10" Remove & Replace
TON
425
84.65
35,976.25
403.09
11MA - Paver Patching - Remove & Replace
TON
too
73.85
7,385.00
420.01
Geotcxtile Paving Fabric
SY
150,000
1.25
187 500.00
630.00 lConsliuction
Zone -Traffic Control
LS
I
161,818.4b
161 818.45
Total Base Bid Cost S._ 3, 254,586. 75
Three Million, Two Hundred Fifty Four Thousand
Five Hundred Limey Six Nunared Dollars and - Sevency Fzve Cents
DID ALTERNATE 1 (Ilorse(ooth Rd. - College Ave. to Timberline Rd.)
Item No.
Item Description
Unit
Contract uantily
Unit Cost
Cost
202.20
Grinding (planing) Surface Preparation 3" to 5"
SY
74,000
630.00
Construction Zone Tra Me Control
LS
1
9,078.00
9 078.00
TOTALCOST
-'
205 178.00
L2L: The (quantities listed (!hove are estimates only. The 01), ofFort Collins reserves the rigb/ /o modrf, the qumllilies,(nr envy, or all hems live(l.
"", ,C';f'.M' 1.; !, .'. , B.Cif, z. ,C.i; "II I)K.SN a.t ,'1 i?il ':if'' i:. A :. ,1:.;1... l?.; `. .....
Asphalt Cement (PG 58-28)
Asphalt Cemcnt (PG 64-22)
Asphalt Cement (PG 64-28)
GR SX (PG 58-28) 20% RAP
GR SX (PG 64-22) 20% RAP
GR S (PG 58-28) 20% RAP
GIZ S (PG 64-22) 20% RAP
GR S (PG 64-28) 20% RAP
GR SG (PG 58-28) 20% RAP
GR SG (PG 64-22) 20% RAP
Addendum 2
7222 Asphalt Overlay
S 470.00 _/ton
S 460.00 _/ton
$ 580.00 - _ /ton
S 0.51
/toil
S 0.51
/ton
S 0.49
/ton
S 0.4.9.-------/ton
$ __0__49-.
Jton
S 0.41 _ '
-___/ton
S 0.41
/ton
Page 3 of 3
1
:(Seal
• . i At t e's.
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the
Bid or change quantities at his sole discretion without affecting the
Agreement or prices of any item so long as the deletion or change does
not exceed twenty-five percent (25%) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
Lafarge West Inc.
CONTRACTOR
BY: Kenneth R. Ball
AQril 05, 2611
nature Date
General Manager
Title
00239
License Number (If Applicable)
- if Bid is by corporation)
1
I
1
I
Fort Collins, Co. 80521
Telephone 970 407-3600
Email ken.ball@lafarge-na.com
Rev 10/20107 Section 00300 Page 4
BID 7222 - Asphalt Overlay Page 20 of 269
t
1
Rev 10120/07 '
BID 7222 - Asphalt Overlay
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00120 Statement of Bidder's Qualifications
00430 Schedule of Subcontrac+:ors
SECTION 0041_0
Section 00410 Page 1
Page 21 0` 269
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of Bidder: Lafarge West, Inc.
1800 N. Taft Hill Rd.
2. Permanent main office address: Fort CQll;ns Co. 80521
3. When organized: December 2001
4. If a corporation, where .incorporated: Delaware
5. How many years have you been engaged in the contracting business
under your present firm or trade name? 9 Years
6. Contracts on hand: (Schedule these, showing the amount of each
contract and the appropriate
anticipated dates of
completion.)
American Civil Contractors CDOT work in Vail $2LE
Million Aue,
2011
Garney Companies / Castlerock
$750,000
Augt,2011
City of Greeley 2011 O/L
.$.2.5
Million Sept,
2011
U.S. 85 Resurfacing Greeley
$ 2.
0 Million Sept,
2011
7. General character of Work performed by your company:
Asphalt Paving A regates. Ready Mix _
3. Have you ever failed to complete any Work awarded to you? No
If so, where and why?_ N/A
9. Have your ever defaulted on a contract? No
If so, where and why? N/A
10. Are you debarred by any government agency? No
If yes list agency name. N/A
Rev 10/20/07
BID 7222 - ASohalt Overlay
Section 00420 Page 1 '
Page 24 of 269
t
[1
i
1
[l
1
1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
College/Harmony Intersection $2.3 Million Oct 2010 Major Street Improve
City of Fort Collins 2010 O/L $1.4 Million Sept 2010 Street Repairs
Prospect Ave Bypass Estes Park $ 1 Million Aug 2010 Street Improvements
12. List your major equipment available for this contract.
Please see list of equipment
13. Experience in construction Work similar in importance to this
project:
Fact- Harmnn" Roarl Bridge
Harmony / Shields Intersection _
CR 17 Resurfacing___.__
14. Background and experience of the principal. members of your organization,
including officers:
Steven B. Peterson _mice President 20+ years
Kenneth R. Ball General Managenf, _ 10+ Years
Bob Teas Operations Manager 30+ Years
15. Credit available: $ Unlimited
16. Bank reference: Wells Fargo Bank 1800 289-3557
17. Will you, upon request, fill out a detailed financial statement and
furnish any other information that may be required by the OWNER?
Yes
18. Are you licensed as a General CONTRACTOR? Yes _
If yes, in what city, county and state? FT.. Collins, Larimer, Colora@tat
class, license and numbers? General Contracotr's License 11 00239
19. Do you anticipate subcontracting Work under this
Contract? Yes
If yes, what percent of total contract? Please see schedule of subs
and to whom?
20. Are any lawsuits pending against you or your firm at this time? No
' IF yes, DETAIL N/A _
I
' Rev10/2C/07 Section 00420 Page 2
BID 7222 - Asphalt Overlay Page 25 of 259
21. What are the limits of your public liability? DETAIL
What company? Liberty Mutual Surety -Co.
22. What are your company's bonding limitations? $225 Million
23. The undersigned
corporation to
verification of
Qualifications.
Dated at Noon
Lafarge WeHt
hereby authorizes and requests any person, firm or
furnish any information requested by the OWNER in
the recital comprising this Statement of Bidder's
this 05th day of April , 2011•
By:
oer /
Ken th R. Bal
Title: General Manager
State of Colorado
County of Larimer
Kenneth R. Ball being duly sworn deposes and says that he
is General Manager of Lafarge WeRr Tnc•_ and that
(name of organization)
the answers to the foregoing questions and all statements therein contained
are true and correct.
Sub scrib and sworn to before this 05th day of April , 2011.
Notary Public ````� %11`11FI/�' \e.
Patrese E. Yarbrough
My commission expires March 28, 2013
Rev 10/20/07
BID 7222 - Asphalt Overlay
0G
'TAR), 9
Q
=R F0=
U' '• jOUBoo O
11111110%
Section 00420 Page 3
Page 26 of 269
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15a of the contract.
ITEM SUBCONTRACTOR
Traffic Control Quality Traffic Cantrol
Grinding / Planning Don Kehn Construction
Fly -Ash / Asphalt Recycling Son -Haul, Inc.
BID 7222 - Asphalt Overlay
Section 00430 Page 1.
Page 27 w 269
EXHIBIT 1 - REVISED BID SCHEDULE AS OF 4/1/2011 '
8. BID SCHEDULE
Item No.
Item Description
Unit
Contract
Quantity
Unit Cost
Cost
403.03
HMA - Grading SX (20% RAP)
TON
100
403.04
HMA - Grading S, 64-28 Modified Binder (20% RAP)
TON
23,000
403.05
LIMA - Grading S, 64-22 Binder (20% RAP)
TON
15,000
403.06
HMA - Grading SG (20% RAP)
TON
300
403.07
HMA -_Hand Patching - Remove & Replace
TON
4,350
403.08
HMA - Hand Patching 2:10" Remove & Replace
TON
425
403.09
HMA - Paver Patching - Remove & Replace
TON
100
420.01
Geotextile Paving Fabric
SY
150,000
630.00
Construction Zone Traffic Control
LS
I
1
Total Base Bid Cost S ,
Dollars and Cents '
BID ALTERNATE l (Horsetooth Rd. - College Ave. to Timberline Rd.)
Item No.
Item Description
Unit
Contract
Quantity
Unit Cost
Cost
202.20
Grinding (planing) Surface Preparation 3" to 5"
SY
74.000
630.00
Construction Zone Traffic Control
LS
I
TOTAL COST
Note: The quantities listed above are estimates only. The City of Fort Collins reserves the right to mod fv the quantities for anv or all items listed.
,
IN ADDITION TO THE BID SCHEDULE PRICES FOR EACH MIX DESIGN LISTED ABOVE, VENDORS MUST SUBNIIT THE
FOLLOWING COSTS FOR APRIL 2011:
'
Asphalt Cement (PG 58-28)
S
/ton
Asphalt Cement (PG 64-22)
S
/ton
Asphalt Cement (PG 64-28)
S
/ton
,
PRICE ADJUSTNIENT FACTOR (See Specification Section 109):
GR SX (PG 58-28) 20% RAP
S
/ton
GR SX (PG 64-22) 20% RAP
S
/ton
'
GR S (PG 58-28) 20% RAP
S
/ton
GR S (PG 64-22) 20% RAP
S
/ton
GR S (PG 64-28) 20% RAP
S
/ton
,
GR SG (PG 58-28) 20% RAP
S
/ton
GR SG (PG 64-22) 20% RAP
S
/ton
Addendum 2 Page 3 of 3
7222 Asphalt Overlay
BID BOND
Lafarge Noith America, Inc.
f(N0'd ALL MEN BY THESE PRESENTS:
that we, the undersigned dba Lafarge West, Inc.
as Principal, and as Surety,
are
hereby held
and firmly bound unto the City of
Fort Collins, Colorado, as
09INER,
in the sum
of S 5% of Amount Bid for the
Payment of which, well and
truly
to be made,
we hereby jointly and. severally
bind ourselves,. successors,
and assigns.
THE CONDITION of this obligation is such that whereas the Principal has
submitted to the City of Fort Collins Colorado the accompanying Bid and
hereby made a part hereof to enter into a Construct ion Agreement for the
construction of Fort Collins Project, 7222 bisohalt Overlay.
NOW THEREFORE,
fa) If said Bid shal.l.'be rejected, or
On) If said Bid shall he accepted and the Principal shall execute and deliver.
a Contract in the form of Contract attached hereto foroperl.y completed in
accordance with said Bid) and shall furnish, a. BOND for his faithfia..l,
performance of said. Contract, and for payment of all persons performing
labor or furnishing materials in cnnnection therewith, a,n,d shall in all
other respects perform the Agreement created by the acceptance of said
Bid, then this obligation shall be void, otherwie.e the same shall remain
in force and effect, it being expressly understood apd agreed that tte
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the
obligations of said surety and its BOND shall be in no way impaired or
affected by any extensi.00. of the time within which the OWNER may accent such
Bid; and said Surety does hereby waive notice of any such extension.
Surety Companies a:-'ecuti-ng .bonds must be authorized to transact business in
the State of Colorado any be accepted by the OWNER.
Pwio.nero 7 52c'-.on 0Gd10 Page 2
BID 7222 - Asphalt 'rage 22 of 759
IN WITNESS WHEREOF, the 2rincipal and the Surety have hereunto set their hands
and seals this 18th day of March r 2011, and such of them as are
corporations have caused their corporate seals to be hereto a," -fixed and these
presents to be signed by their proper officers, the day and year first set
Forth above.
PRINCIPAL SURETY
Lafarge North America, Inc.
Name: dba Lafarge West, Inc. Fidelity and Deposit Company of Maryland
Address : 1800 N. Taft Hill Road 1400 American Lane
Fort Co ns CO W521 Schau rbyur , IL6019-1056
By:- .C/ By: MKfllw(�c GSA 0.A---�
Sandra E. Bronson
Title: Title: Attorney -in -Fact
ATTEST :_
Sv: ono 41
(SEAL)
' Rry 10/20/07
31O 7222 - Asphalt Overlay
' '7,:
SSEAL) 1 'a
Section 00410 Page 3
Page 23 of i59
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and GREGORY E. MURRAY, Assistant
Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said lrtp�ny, which are set forth on
the reverse side hereof and are hereby certified to be in full force and effect on the dall ry�o�s-hereby nominate,
constitute and appoint Richard C. DICCIANI, Darella E. WHITE, Do l R51� 1{E -PR R�i�cc�i rd A. JACOBUS,
Mary C. O'LEARY, Sandra E. BRONSON, Maureen MC�NF P- � ? V,AgwRjjd Nancy K. WALLACE,
all of Philadelphia, Pennsylvania, EACH its true andd �q,6ertE ant�}��f�c�,%t5 make, execute, seal and
deliver, for, and on its behalf as surety, a `aotscd e �n �t`ift-(Vbitds and undertakings, and the execution of
such bonds or undertakings in pttr� �ri , t f"tpi
e pre (sE (sF�bJ `as-6i ing upon said Company, as fully and amply, to all
intents and purpose tljh" " °.�t �ac{cnowledged by ate regularly elected officers of the Company at
its office in BaltimoLdlm tftcirQwr ` Jarsons. This power of attorney revokes that issued on behalf of Richard G.
DICCIANI, Darella �} {T�DOLgPWHEELER, Richard A. JACOBUS, Mary C. O'LEARY, Sandra E. BRONSON,
Maureen E. MCNEIW0T; rte G. MCVAUGH, Nancy K. WALLACE, dated June 13, 2006.
The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By -Laws of said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 20th day of June,
A.D.2006.
ATTEST:
o �
State of Maryland 1 ss:
City of Baltimore f
FIDELITY AND DEPOSIT COMPANY OF MARYLAND I
X
By:
Gregory E. Murray Assistant Secretary M P. Hammond Vice President ,
On this 20th day of Jurte, A.D. 2006, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came M. P. HAMMOND, Vice President, and GREGORY E. MURRAY, Assistant Secretary of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they arc the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Scal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
Maria D. Adanrski (Votary Public
My Commission Expires: July 3, 2011
POA-F 156-0062
I
I
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attomeys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,... and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice -President who executed the said Power of Attorney .was one of the additional Vice -Presidents specially authorized
by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the I Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the. Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this _I �A day of 1 t I Q, 0 L L.
i' cry
i
Assistant Secretary,, i 1�
•I
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
3910 KfiSWICK ROAD, BALTIMoar•, MD21211-2226
Statement of Financial Cmudifion
As Of December 31. 2009
ASSETS
Bonds............................................................................................................................................... S 156,584,995
Stocks............................................................................................................................................... 22,537,672
Cash and Sliort'rcI'm investments., ...... ................................................. - ....................................... 9,719,598
Reitismatice Recoverable................................................................................................................. %347,241
Other Accounts Receivable.............................................................................................................. 51,052,264
TOTAL ADMITTCD Assm's........................................................................................................ $ 249,241,769
LIABILITIES, SURPLUS AND OTHER FUNDS
Reserve for Taxes and Lxpenscs...................................................................................................... $ 76,835
Ceded Reinsurance Premiums Payable............................................................................................ 58,237,612
Securities Lending Collateral Liability ............................................................................................ 5,511,875
Turin, LIA011,11'MS.................................................................................................................... S 63,826,322
Capital Stock, Paid Up- ...................................................................................... S 5,000,000
Surplus................................................................................................................ 180,415,448
Surplus as regards Policyholders...................................................................................................... 185,415,447
'I'OTAI................................................. ............................ ........................................................... $ 249,241,769
Securities carried at$38,385,957 in the above statement fire deposited its required by law.
Securities carried on die basis prescribcd by the National Association oflnsurmice Commissioners. Oil file basis of
December 31, 2009 market quotations for all bonds and stocks owned, (lie Company's total admitted assess would be
$247,657,513 and surplus as regards policyholders S186,999,703.
I, DENNIS R KFIMMAN, Corporate Secretary of the EIDFLITY AND DI:POSri' COMPANY or MARYL.AND, do hereby
certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on file 31 st
clay of' December, 2009.
State of Illinios City I
of'Schauniburg SS:
Subscribed and sivom to, before n:c, a Notary Public of the Slane of Illinois, in the City of Schaumburg, this 15111 Jay of Match, 2010
�/V W V V4V•NV�I•/v
•lv�i J..
NanryI'nblic
MARl00.SltWYN
0OF1
6PfCOtA,tiSSlt),4ER�IIES(
NOVE(t0Ei126.2011
�n,�n n..:.nn.,n
1 0
' Disclosure Statement ZURICH
' Contract Bonds - SO
' ZURICH AGENT/BROKER COMPENSATION DISCLOSURE
' Dear Policyholder:
On behalf of Zurich, we are glad you have chosen us as your insurance company. We look forward to meeting your
' insurance needs and want you to understand clearly our business relationship with the agent or broker you chose to
represent your company's interests in the placement of insurance coverages.
As is the case with many insurance companies in the United States, Zurich distributes many of its insurance products
' through agents or brokers. This means that your agent or broker is not employed by Zurich and, in fact, may represent
many insurance companies. Because we do not employ your agent or broker, the way they are compensated may
vary. We recommend you discuss these arrangements with your agent or broker.
' For an explanation of the nature and range of compensation Zurich may pay to your agent or broker in connection with
your business, please go to http://www.zurichna.com. Click on the information link located on the Agent/Broker
Compensation Disclosure section. Where appropriate, insert the Access Code provided below, and you will be able to
' view this information. Alternatively, you may call (877) 347-6465 to obtain this type of information.
Thank you.
Access Code: 2016084473
1
U-RET-E-402-A Cw (11106)
Page 1 of 1
7
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
11
II
' SECTION 00510
NOTICE OF AWARD
' Date: April 14, 2011
TO: Lafarge West, Inc.
' PROJECT: 7222 Asphalt Overlay
OWNER: CITY OF FORT COLLINS
' (hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated April 5, 2011 for the above project
has been considered. You are the apparent successful Bidder and have been
awarded an Agreement for 7222 Asphalt Overlay.
The Price of your Agreement is Three Million Two Hundred Fifty -Four Thousand
' Five Hundred Eighty -Six Dollars and Seventy -Five Cents ($3,254,586.75).
Three (3) copies of each of the proposed Contract Documents (except Drawings)
accompany this Notice of Award. Three (3) sets of the Drawings will be
' delivered separately or otherwise made available to you immediately.
You must comply with the following conditions precedent within fifteen (15)
' days of the date of this Notice of Award, that is by April 26, 2011.
1. You must deliver to the OWNER three (3) fully executed counterparts of
the Agreement including all the Contract Documents. Each of the Contract
' Documents must bear your signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security
(Bonds) as specified in the Instructions to Bidders, General Conditions
' (Article 5.1) and Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle
OWNER to consider your Bid abandoned, to annul this Notice of Award and to
' declare your Bid Security forfeited.
Within ten (10) days after you comply with those conditions, OWNER will return
' to you one (1) fully -signed counterpart of the Agreement with the Contract
Documents attached.
City of Fort Collins
' OWNER
By: Qp�—� �3 -0?
' a es B. O'Neill, II, CPPO, FNIGP
D' ector of Purchasing & Risk Management
' Section 00510 Page 1
I
CI'
1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 14th day of April in the year of 2011 and
shall be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Lafarge West, Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may be
the whole or only a part is defined as the construction of the 7222 Asphalt
Overlay and is generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by City of Fort Collins Streets Department, who
is hereinafter called ENGINEER and who will assume all duties and
responsibilities and will have the rights and authority assigned to ENGINEER
in the Contract Documents in connection with completion of the Work in
accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 This is a one year agreement but, 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. Pricing changes shall be negotiated by and
agreed to by both parties and may use the Denver - Boulder CPI-U as published
by the Colorado State Planning and Budget Office as a guide.
3.2 The Work shall be Substantially Complete within one hundred fifty
(150) calendar days after the date when the Contract Times commence to run as
provided in the General Conditions and completed and ready for Final Payment
and Acceptance in accordance with the General Conditions within five (5)
calendar days after the date when the Contract Times commence to run.
3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
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
Section 00520 Page 1
'
^'�� DI
(`.r
Financial Services
Purchasing Division
Flirt
Fort Floor
PO Box 580
Collins
Fort CCO 80522
Collins,Mason 8t. 52
970.221.6775
'
970,221.6707
Purchasing
fcgov.com/Purchas;ng
11
' ADDENDUM No. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 7222 Asphalt Overlay
' OPENING DATE: 3:00 PM (Our Clock) April 5, 2011
To all prospective bidders under the specifications and contract documents
described above, the following changes and additions are hereby made:
1. Delete pages 193 through 226 which refer to concrete.
' 2. All line item prices shall include all traffic control as part of the unit
price for the Work. Please review the contract maps for
' roads scheduled for repair in 2011. In the event a change occurs
between the proposed and actual streets to be repaired the line item
price may be increased Wor decreased based on the road
' classification and negotiations.
Exhibit 1 — Revised Bid Schedule
' Exhibit 2 — Revised Page 153: Revision of SECTION 208 Erosion Control
Exhibit 3 — Revised Section 02500 Quantity Estimate
Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777
or jstephen@fcgov.com with any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
L
1
Addendum 1 Page 1 of 11
' 7222 Asphalt Overlay
I
r
1
F
and CONTRACTOR agree that as liquidated damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
1) Substantial Completion:
One Thousand Dollars ($1,000.00) for each calendar day or fraction
thereof that expires after the one hundred fifty (150) calendar day
period for Substantial Completion of the Work until the Work is ,
Substantially Complete.
2) Final Acceptance:
After Substantial Completion, Five Hundred Dollars ($500.00) for
each calendar day or fraction thereof that expires after the
five(5) calendar day period for Final Payment and Acceptance until
the Work is ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: Three
Million Two Hundred Fiftv-Four Thousand Five Hundred Eiahty-Six Dollars and
Seventy -Five Cents ($3,254,586.75), in accordance with Section 00300, attached
and incorporated herein by this reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with
Article 14 of the General Conditions. Applications for Payment will be
processed by ENGINEER as provided in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account
of the Contract Price on the basis of CONTRACTOR's Application for Payment as
recommended by ENGINEER, once each month during construction as provided
below. All progress payments will be on the basis of the progress of the Work
measured by the schedule of values established in paragraph 2.6 of the General
Conditions and in the case of Unit Price Work based on the number of units
completed, and in accordance with the General Requirements concerning Unit
Price Work.
5.1.1. Prior to Substantial Completion, progress payments will be in the
amount equal to the percentage indicated below, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with paragraph 14.7 of the
General Conditions. 90% of the value of Work completed until the Work has
been 50% completed as determined by ENGINEER, when the retainage equals 5% of
the Contract Price, and if the character and progress of the Work have been
satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be no additional retainage on account of Work
completed in which case the remaining progress payments prior to Substantial
Completion will be in an amount equal to 100% of the Work completed. 90% of
materials and equipment not incorporated in the Work (but delivered, suitably
Section 00520 Page 2
I
I
LJ
stored and accompanied by documentation satisfactory to OWNER as provided in
paragraph 14.2 of the General Conditions) may be included in the application
for payment.
' 5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient to increase total payments to CONTRACTOR to 95% of the Contract
Price, less such amounts as ENGINEER shall determine or OWNER may withhold in
' accordance with paragraph 14.7 of the General Conditions or as provided by
law.
' 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the
remainder of the Contract Price as recommended by ENGINEER as provided in said
paragraph 14.13.
' ARTICLE 6. CONTRACTOR'S REPRESENTATION
' In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of
the Contract Documents, Work, site, locality, and with
all local conditions
'
and Laws and Regulations that in any manner
may affect cost, progress,
performance or furnishing of the Work.
'
6.2. CONTRACTOR has studied carefully
all reports
of explorations and
tests of subsurface conditions and drawings
of physical
conditions which are
identified in the Supplementary Conditions as
provided in
paragraph 4.2 of the
'
General Conditions.
6.3. CONTRACTOR has obtained and
carefully studied (or assumes
' responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or
to supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as CONTRACTOR
considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Times and in accordance with the other
' terms and conditions of the Contract Documents, including specifically the
provisions of paragraph 4.2 of the General Conditions; and no additional
examinations, investigations, explorations, tests, reports, studies or similar
' information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing Underground
' Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information
' or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance with the other terms and
' Section 00520 Page 3
t
I
conditions
of
the Contract Documents,
including specifically the provision of
'
paragraph
4.3.
of the General Conditions.
6.5.
CONTRACTOR has correlated
the results of all such observations,
examinations,
investigations, tests,
reports and data with the terms and
conditions
of
the Contract Documents.
' 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts,
errors or discrepancies that he has discovered in the Contract Documents and
the written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
' ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
' OWNER and CONTRACTOR concerning the Work consist of the General Conditions,
Supplementary Conditions, those items included in the definition of "Contract
Documents" in Article 1.10 of the General Conditions, and such other items as
' are referenced in this Article 7, all of which are incorporated herein by this
reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related
' actions in carrying out the terms of this Agreement are deemed Contract
Documents and incorporated herein by this reference, and include, but are not
limited to, the following:
'
7.2.1
Certificate
of Substantial Completion
7.2.2
Certificate
of Final Acceptance
7.2.3
Lien Waiver
Releases
'
7.2.4
Consent of
Surety
7.2.5
Application
for Exemption Certificate
7.2.6Application
for Payment
' 7.3 Drawings, consisting of a cover sheet and sheets numbered as
follows:
N/A
1 The Contract Drawings shall be stamped "Final for Construction" and dated.
Any revisions made shall be clearly identified and dated.
' 7.4. Addenda Numbers 1 to 2, inclusive.
' 7.5. The Contract Documents also include all written amendments and
other documents amending, modifying, or supplementing the Contract Documents
pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
' 7.6. There are no Contract Documents other than those listed or
incorporated by reference in this Article 7. The Contract Documents may only
be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of
' the General Conditions,
ARTICLE S. MISCELLANEOUS
' Section 00520 Page 4
I
1
' 8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General
Conditions.
8.2. No assignment by a party hereto of any rights under or interests in
the Contract Documents will be binding on another party hereto without the
' written consent of the party sought to be bound; and specifically but not
without limitations, moneys that may become due and moneys that are due may
not be assigned without such consent (except to the extent that the effect of
this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the Contract
Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
' successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
1
I
1
Section OOS20 Page 5
1
I I
OWNEN::: OF FO CO j
By:
DARIN ATTEBE Y
CITY MANAGER
Date:
BY C- C i
' J ES B. O'NEILL II, CPPO, FNIGP
DI C OR OF PURCHASING
& RISK MANAGEMENT
' Date: L4
' iL"n
A
Attest:
City Clerk o a
Address for giving notices:
' P. O. Box 580
Fort Collins, CO 80522
' Appro d as o Form
' Ass 'sta t ity Attorney
Date:
(CORPORATE SEAL)
Attest:
Address for giving notices: III:
LICENSE NO.: Qua20
Section 00520 Page 6
SECTION 00530
NOTICE TO PROCEED
Description of Work: 7222 Asphalt Overlay
To: Lafarge West, Inc.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by
the CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been
received by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby
authorized and directed to proceed within (_) calendar days from
receipt of this notice as required by the Agreement..
Dated this day of , 20
The dates for Substantial Completion and Final Acceptance shall be
20_ and 20_, respectively.
City of Fort Collins
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this
day of 20
CONTRACTOR: Lafarge West, Inc.
By:
Title:
Section 00530 Page 1
I
1
1
SECTION 00610
PERFORMANCE BOND 09036080
'
Bond No.
KNOW ALL MEN BY IHESE PRESENTS: that
Lafarge West, Inc.
80521
1800 N Taft Hill Road, Fort Collins, CO
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as
'
the "Principal" and
( Firm) Fidelity and Deposit Company of'Maryland
(Address) 1404 American Lane, Schaumburg, IL 60196-1056
hereinafter referred to as "the Surety", are held and firmly bound unto
'
City of Fort Collins 300 Laporte Avee Fort Collins Colorado 80522 a
(Municipal Corporation) hereinafter referred to as the "OWNER", in the penal
SUm of Three Million Two Hundred Fifty Pour Thousand Five Hundred Eighty Six & 75/100 ($3 254.5.862.j) in lawful money Of
the United States, for the payment of which sum well and truly to be made, we
bind ourselves, successors and assigns, jointly and severally, firmly by these
Presents.
'
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
2011, a
into a certain Agreement with the OWNER, dated the 14th day of April,
copy of which is hereto attached and made a part hereof for the performance of
'
The City of Fort Collins project,7222 Asphalt Overlay.
NOW, THEREFORE; if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of
'
said Agreement during the original term thereof, and any extensions thereof
Not- ce to the Surety and
which may be granted by the OWNER, with or without
during the life of the guaranty period, and if the Principal shall satisfy all
claims and demands incurred under such Agreement, and shall fully indemnify
and save harmless the OWNER from all cost and damages which it may suffer by
of failure to do so, and shall reimburse and repay the OWNER all outlay
reason
and expense which the OWPSFR may incur in making good any default then this
obligation shall be void; otherwise to remain in full force and effect.
1
Rpv10120107 section 00610 Page 1
I
1
1
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
terms of the Agreement or to the Work to be performed thereunder or the
Specifications accompanying the same shall in any way affect its obligation on
this bond: and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Agreement or to the Work or
to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is execute in three (3) counterparts,
each one of which shall be deemed. an original, is 20thday of April 20 ll,
(Corporate Seal)
IN PRESENCE OF:
dba Lafarge West, Inc.
(Title
1800 N. Taft Hill Rd., Fort Collins, CO 80521
(Address)
Other Partners
By:
BY:
'
idelity Deposit Company of Maryland
IN PRESENCE OF:
Surety
and
I�
a Owe s
y ra •. ronson, ttorneN-m-Fact
c/o Aon Risk Services Central, Inc
By
[Address) Market t., te. 1000
E z beth Marrero
Philadelphia, PA 19103
'
(Surety Seal)
NOTE: ,Date of Bond must
not b4& prior to
date of Agreement.
execute Bond.
'
If CONTRACTOR is
Partnership, all
partners should
' Section 00610 Page 2
Rev 10/20/07
1
I
SECTION 00615
PAYMENT BOND
Bond No.09036080
KNOW ALL MEN BY THESE PRESENTS: that
Lafarge West, Inc.
1800 N Taft Hill Road, Fort Collins, CO 80521
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as
the "Principal" and
( Firm) Fidelity and Deposit Company of Maryland
(Address) 1400 American Lane, Schaumburg, IL 60196-1056
' hereinafter referred to as "the Surety", are held and firmly bound unto the
City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 as
(Municipal Corporation) hereinafter referred to as "the OWNER", in the penal
sum cf nueeMillmnTcoHundred FihyFour TioumidFive Hundred Fight, S¢&75111H1(S3,25y5XG.75) In lawful money of the
United States, for the payment of which sum well and truly to be made, we bind
ourselves, successors and assigns, jointly and severally, firmly by these
presents.
1]
t
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the 14th day of April, 2011, a
copy of which is hereto attached and made a part hereof for the performance of
The City of Fort Collins project, 7222 Asphalt overlay.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms,
subcontractors, and corporations furnishing materials for or performing labor
in the prosecution of the Work provided for in such Agreement and any
authorized extension or modification thereof, including all amounts due for
materials, lubricants, repairs on machinery, equipment and tools, consumed,
rented or used in connection with the construction of such Work, and all
insurance premiums on said Work, and for all labor., performed in such Work
whether by subcontractor or otherwise, then this obligation shall be void
otherwise to remain in full, force and effect.
Rev10/20/07 Section 00615 Page 1
II
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
'
and agrees that no change, extension of time, alteration or addition to the
terms of the Agreement or to the work to be performed. thereunder or the
Specifications accompanying the same shall in any way affect its obligation on
this bond; and it does hereby waive notice of any such change, extension of
'
time, alteration or addition to the terms of the Agreement or to the Work or
to the Specifications.
'
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder., whose claim
may be unsatisfied.
'
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the state of Colorado and be acceptable to the OWNER.
'
IN WITNESS WHEREOF, this instrument is executed i— three (3) counterparts,
each one of which shall be deemed an original, thi 20thday of April 2011.
IN PRESENCE OF: Prinei al L r> orth West, Inc.
'
alLalarge
LA
I-7
c�
' `
s
y torpoI5aie seal)
c.. rjl
=�'�'.•
OF:
'
....I�,,PR£:�NCE
(Title)
1800 N. Taft Hill Rd., Fort Collins, CO 80521
(Address)
Other Partners
IN PRESENCE OF:'i
Surety fidelity and Deposit Company of Maryland
a O ens
n ra E. rlson, Attorney-m- act t
c/o Ann Risk Services Central, Inc.
,za5 Marrero
(Address) 1650 Market St., Ste. 1000
;}
�(,Sure*7y a1i
:�
Philadelphia, PA19103
� 1
N TE:!,pate of Bond must
not be prior to date of Agreement.
0 'Ulf CONTRACTOR is
Partnership, all partners should execute Bond.
Rev10f2o107
Section 00615 Page 2
8. BID SCHEDULE
ALL BELOW LINE ITENI PRICES SHALL INCLUDE TRAFFIC CONTROL AS PART OF'FHE UNIT PRICE FOR THE
WORK. REVIEW THE CONTRACT NIAPS FOR STREETS SCHEDULED FOR REPAIR IN 2011
Item No.
Item Description
Unit
Contract
Quantity
Unit Cost
Cost
109.00
Force Account - Asphalt Cement Cost Adjustment
Estimate
N/A
N/A
$320,000.00
202.10
Grinding (planing) Surface Preparation <3"
SY
1,000
202.30
Grinding (planing) Surface Preparation 5" to 7"
SY
2,000
202.40
Grinding (planing) Surface Preparation 7" to 9"
SY
2,500
20250
Taper Planing Adjacent to Gutter
LF
500
202.60
Bobcat Style Milling < 3"
SY
100
202.70
Bobcat Style Milling - Additional Inch Thickness
SY/ IN
200
203.10
Excavation - General Less Than 100 CY
CY
25
203.20
Excavation - General Over 100 CY
CY
15
203.30
Excavation - Muck
CY
25
203.40
Borrow - Less Than 100 Ton
TON
50
203.50
Borrow - Over 100 Ton
TON
25
203.60
Shouldering
LF
400
208.10
Rock Wattle
LF
400
208.20
Crumb Rubber Wattle
LF
300
208.30
Straw Bales
EA
10
208.40
Silt Fence
LF
100
210.00
Reset Mailbox
EA
1
210.01
Adjust Valve Box
EA
180
210.02
Adjust Valve Box with Ring
EA
10
210.03
Adjust Valve Box -Tyler 6860 Series, Item R 69, Screw Type
Adjustable Riser
EA
6
210.04
Adjust and Replace Top Section of Valve Box
EA
5
210.05
Tyler 6850 Series, Item 58, 14" Valve Box Extension (Part Only)
EA
2
210.06
Tyler 6860 Series, 16" Valve Box Top Section Without Lid (Part
Only)
EA
5
210.07
Tyler 6860 Series, 26" Valve Box Top Section Without Lid (Part
Only)
EA
3
210.08
Total Valve Box Replacement, Tyler 6860 Series, 30" Bottom
Section
EA
4
210.09
Adjust Standard Manhole 1524"
EA
130
210.10
Adjust Special Manhole>24"
EA
21
210.11
Adjust Manhole with Ring
EA
I
210.12
Adjust Manhole with Ring w/Locks <24" dia, < 3" height
EA
t5
210.13
Adjust Manhole with Ring w/Locks 524" dia, > 3" height
EA
15
210.14
Adjust Manhole with Ring w/Locks>24" dia, <3" height
EA
12
210.15
Adjust Manhole with Rine w/Locks >24" dia, > 3" height
EA
2
306.01
Subgrade Preparation
SY
50
306.02
Asphalt Recycling 5-10"
SY
100
307.10
Class C Fly Ash Delivered & Spread 12" Depth @ 10%
TON
250
Addendum 1 Page 2 of 11
7222 Asphalt Overlay
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and GREGORY E. MURRAY, Assistant
Secretary, in pursuance of authority granted by Article V 1, Section 2, of the By -Laws of said y, which are set forth on
the reverse side hereof and are hereby certified to be in full force and effect on the d ) ereby nominate,
constitute and appoint Richard G. DICCIANI, Darella E. WHITE, Do } R rd A. JACOBUS,
Mary C. O'LEARY, Sandra E. BRONSON, Maureen M " tancy I{ WALLACE,
all of Philadelphia, Pennsylvania, EACH its true an an A1toti' make, execute, seal and
deliver, for, and on its behalf as surety, ts�zcl # e �nt a�hhoi and undertakings, and the execution of
such bonds or undertakings inp� pre !, as-1 -ding upon said Company, as fully and amply, to all
intents and purpose ha y t lenowledged by the regularly elected officers of the Company at
its office in Baltimot �In 8 sons. This power of attorney revokes that issued on behalf of Richard G.
DICCIANI, Darella F.�) D�S . WHEELER Richard A. JACOBUS, Mary C. O'LEARY, Sandra E. BRONSON,
Maureen E. MCNEILI�ytse G. MCVAUGH, Nancy K. WALLACE, dated June 13, 2006.
' The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By -Laws of said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and
' affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 20th day of June,
A.D.2006.
' ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By.
State of Maryland
Gregory E. Murray Assistant Secretary M P. Hammond Vice President
ss.
City of Baltimore
' On this 20th day of June, A.D. 2006, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came M. P. HAMMOND, Vice President, and GREGORY E. MURRAY, Assistant Secretary of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
' described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
' and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
Maria D. Adamski Notary Public
' My Commission Expires: July 8, 2011
1
' POA-F 156-0062
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,... and to affix the seal of the Company thereto."
CERTIFICATE
1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized
by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this a0 day of k D
37.
Assistant Secretary -
-J
I
FIDELITY AND DEPOSIT COMPANY
' OI' MARYLAND
3910 KESWICK ROAD, BAL.TIMORE, MD 21211-2226
Statement of Flnanclal Condition
' As Of December 31, 2009
ASSETS
Bonds............................................... ................................................................................................ S 156,584,995
' Stocks............................................................................................................................................... 22,537,672
Cash and Short Term Investments................................................................................................... 9,719,598
Reinsurance Recoverable................................................................................................................. 9,347,241
' Other Accounts Receivable.............................................................................................................. 51,052,264
TOTAL ADMITTED ASSETS........................................................................................................$ 249,241,769
' LIABILITIES, SURPLUS AND OTHER FUNDS
Reserve for Taxes and Expenses...................................................................................................... $ 76,835
Ceded Reinsurance Premiums Payable............................................................................................ 53,237,612
Securities Lending Collateral Liability............................................................................................ 5,511,875
' TOTAL LIABILITIES.................................................................................................................... $ 63,826,322
Capital Stock, Paid Up........................................................................................ $ 5,000,000
Surplus................................................................................................................ 180,415,448
' Surplus as regards Policyholders...................................................................................................... 185,415,447
TOTAL....................................................................................................................................... $ 249,241,769
' Securities carried at $38,385,957 in the above statement are deposited as required by taw.
Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of
' December 31, 2009 market quotations for all bonds and stocks owned, the Company's total admitted assets would be
$247,657,513 and surplus as regards policyholders $186,999,703,
II
1
I, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, cto hereby
certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st
day of December, 2009.
' Stale of lllinios
City of Schaumburg SS:
Subscribed and sworn to, before tire, a Notary Public of the Stale of Illinois, in the ILL
of
SScchh�auu(mbbuurrg,,tthis 15th day
/1oor March, 2010.
si
c Notary Public
i •`e !� lv1ARL06.SARAEIYN
OFFICIAL LAY COMMISSION EXPIRES<'
NOVEIdOER20,2011
nnn..., nr n,.n nn..nnnn n.
I
' SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
l'
IRev10/20/07 Section 00630 Page 1
-1
4 CERTIFICATE OF LIABILITY INSURANCE
DATEIMMA)D/YYYY)
04C!WO1l
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endomement(s).
PRODUCER
AOn RI Sk SCrVI CeS CCnLrdl, ZnC.
Philadelphia PA Office
One Liberty Place
1650 Market Street
CONTACT
NAME
PHONE FAX
INC.Ne.EXtl: (866) 283-7122 uc. (847) 953-539D
E-MAIL
ADDRESS:
Suite 1000
Philadelphia PA 19103 USA
WSURER(S) AFFORDING COVERAGE
NAICd
INSURED
Lafarge West, Inc
1800 North Taft Hill Road,
Fort Collins CO 8OS21 USA
NSURERA National union Fire Ins CO of Pittsburgh
19445
INSURER B: Insurance Company of the State of PA
19429
WsuRER C: Granite State Insurance Company
23809
INSURER D: Illinois National Insurance CO
23817
INSURER E: Lexington Insurance Company
19437
NSURERF:
-
y THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested
S
LTR
A
TYPE OF INSURPNCE
GENERAL IJABMY
X COW&ERCIAIGENERALLIAWLITY
% CUIMS-MADE ❑ OCCUR
INSR
VIVO
POLICY NUMBER
GL CM
Y
POLIO EFF
O
P.L
LIMITS
EACH OCCURRENCE
$2,000,000
PREMISES a
5500, 000
MED EXP I" ne peon)
rs
$ 50, 000
R2 PERSONAL&ADVINJ.Y
S2,000,000
GENERAL AGGREGATE
$2,000,000
PRODUCTS - COMPIOP AGO
S2,000,000
GENt AGGREGATE LIMIT APPLIES
PER'.
X POLICY , CT
O.
A
A
A
A
AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED SCHEDULED
CA 16076SO
CA 1607651 (MA)
CA 1607652 (OR)
CA 1607653 CVA)
07/01/2010
07/01/2010
07/01/2010
07/01/20100710112011
07Ol 201
07/01/2011
07/01/2111
COMBINED SINGLE LIMIT
[[Id
S2,000,000
BODILY INJURY( Per person)
BODILYu,,Ry IF., ar nq
PROPEN' DAMAGE
AUTOS AUTOS
HIRED AUTOS NON'OWNED
AUTOS
Per e[dtlenl
E
X
UMBRELLA LIAB
EXCESS Li
N
OCCUR
CLAMS -MADE
62785160
07/01/2010
07/01/2011
EACH OCCURRENCE
S1,000,000
AGGREGATE
S1,000,000
DED I
RETENTION
B
C
D
c
O
WORKERS COMPENSATION AND
EMPLOYERS' UAIBIUTY YIN
ANY PROPRETOR I PARTNER I EXECUnVE N
OFFICEWMEMBER EXCLUDED)'
)Mandilory In NM
Ii desaibeunder
OESCRIPTIONOFOPERATIONSbel—
E
WC5145487(AOS
WC 5145488 (CA)
WC5145489 (FL)
WC5145490 (IA,etc)
WC5145491(MI)
07/Ol/ZO10
07/01/2010
07/01/2010
07/01/2010
07/01/2010
07/Ol/2011
07/01/2011
07/01/201,
07/01/2011
07/01/2011
% TORY LIMAITS OTN
EL EACH ACCIDENT
S2,D00,000
E.L. DISEASE -EA EMPLOYEE
S2, 000,000
E.L DISEASE-POUcY LIMIT
S2.000,000
DESCRIPTION OF OPER,%MNS I LOCATIONS I VEHICLES (ANacn ACORD 101. Additional Remahs Schedule, B mo2 Space 6 2Auked)
RE: City of FC 2011 Overlay Project, Job No. 72322. City of Fort Collins is included as Additional Insured on General
Liability policy as respects to operations of the Named Insured where required by written contract.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED W ACCORDANCE WITH THE
POLICY PROVISIONS.
City of Fort Collins AUTHORIZED REPRESENTATIVE
Attn: James O'Neill
Purchasing Division
215 N. Mason Street, 2nd Floor
PO Box 580
Collins Co 80522-0580 USA
©1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
`m
m
U
Attachment to ACORD Certificate for Lafarge West, Inc
The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage
afforded by the insurer(s). This attachment does not contain all terms. conditions, coverages or exclusions contained in the policy.
MSURED
Lafarge West, Inc
1800 North Taft Hill Road,
Fort Collins CO 80521 USA
If a policy below does no
INSURER
INSURER
INSURER
INSURER
INSURER
t include limit information, refer to the corresponding policy on the ACORD
ADDITIONAL POLICIES e�;�,,,,e s...., f -onnry Ifmitc.
MSA
Lill
MEOFINSURANCE
ADDL
MSR
SUBR
WVO
POLICY NUMBER/
POLICY DESCRIPTION (MMIDD/YYYII
POLICY EFF
POLICY Exl
(MM/DDII'YYII
LIMITS
WORKERS COMPENSATION
a
N/A
CN])
7/01/2010
07/01/2011
A
N/A
wc5145493 (OR)
0
07/01/211
WC5145494 (WI)
7/01/2010
0wc5145492
7/01/2011
Certificate No: 570042229702
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:7222 Asphalt Overlay
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR: Lafarge West, Inc.
CONTRACT DATE: April 14, 2011
The Work performed under this contract has been inspected by authorized
representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or
specified part of the project, as indicated above) is hereby declared to be
substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto.
This list may not be exhaustive, and the failure to include an item on it does
not alter the responsibility of the CONTRACTOR to complete all the Work in
accordance with the Contract Documents.
ENGINEER
AUTHORIZED REPRESENTATIVE DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and
agrees to complete and correct the items on the tentative list within the time
indicated.
By:
CONTRACTOR
AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as
substantially complete and will assume full possession of the project or
specified area of the project at 12:01 a.m., on The
responsibility for heat, utilities, security, and insurance under the Contract
Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER
AUTHORIZED REPRESENTATIVE DATE
REMARKS:
Rev 10/20/07
Section 00635 Page 1
I
[I
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
TO: Lafarge West, Inc.
Gentlemen:
20_
You are hereby notified that on the _ day of , 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by
for the City of Fort Collins project, 7222 Asphalt Overlay.
A check is attached hereto in the amount of $
as Final Payment for all Work done, subject to the terms of the Contract
Documents which are dated April 14, 2011.
In conformance with the Contract Documents for this project, your obligations
and guarantees will continue for the specified time from the following
date: 1 20 .
Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
Title:
Rev 10/20/07
Section 00640 Page 1
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Lafarge West, Inc. (CONTRACTOR)
PROJECT:7222 Asphalt Overlav
1. The CONTRACTOR acknowledges having received payment, except retainage
from the OWNER for all work, labor, skill and material furnished,
delivered and performed by the CONTRACTOR for the OWNER or for anyone in
the construction, design, improvement, alteration, addition or repair of
the above described project.
2. In consideration of such payment and other good and valuable
consideration, the receipt and adequacy of which are hereby acknowledged,
the CONTRACTOR voluntarily waives all rights, claims and liens, including
but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270
a and b), stop notices, equitable liens and labor and material bond
rights which the CONTRACTOR may now or may afterward have, claim or
assert for all and any work, labor, skill or materials furnished,
delivered or performed for the construction, design, improvement,
alteration, addition or repair of the above described project, against
the OWNER or its officers, agents, employees or assigns, against any fund
of or in the possession or control of the OWNER, against the project or
against all land and the buildings on and appurtenances to the land
improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished,
delivered or performed to or for the construction, design, improvement,
alteration, addition or repair of the project were furnished, delivered
or performed by the CONTRACTOR or its agents, employees, and servants, or
by and through the CONTRACTOR by various Subcontractors or materialmen or
their agents, employees and servants and further affirms the same have
been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project
or any funds in the OWNER'S possession or control concerning the project
or against the OWNER or its officers, agents, employees or assigns
arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender,
if any, and the Surety on the project against and from any claim
hereinafter made by the CONTRACTOR'S Subcontractors, materialmen,
employees, servants, agents or assigns against the project or against the
OWNER or its officers, employees, agents or assigns arising out of the
project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
Rev 10/20/07
Section 00650 Page 1 '
I
[l
5. The parties acknowledge that the description of the project set forth
above constitutes and adequate description of the property and
improvements to which this Lien Waiver Release pertains. It is further
acknowledged that this Lien Waiver Release is for the benefit of and may
be relied upon by the OWNER, the lender, if any, and Surety on any labor
and material bonds for the project.
Signed this
ATTEST:
Secretary
STATE OF COLORADO
day of
CONTRACTOR
By:
Title:
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of
20 , by
Witness my hand and official seal.
My Commission Expires:
Notary Public
20
Rev10/20/07 Section 00650 Page 2
8. BID SCHEDULE
Item No.
Item Description
Unit
Contract Quantity
Unit Cost
Cost
307.20
Stabilize Subgrade - Tilled, Watered, & Compacted
SY
6,000
403.01
HMA - Grading SX Parking Lot Overlay
TON
100
403.02
HMA - Grading SX Basketball Court
TON
25
403.03
HMA - Grading SX (20% RAP)
TON
100
403.04
HMA - Grading S, 64-28 Modified Binder (20% RAP)
TON
23,000
403.05
HMA - Grading S, 64-22 Binder (20% RAP)
TON
15,000
403.06
HMA - Grading SG (20% RAP)
TON
300
403.07
HMA - Hand Patching - Remove & Replace
TON
4,350
403.08
HMA - Hand Patching >_ 10" Remove & Replace
TON
425
403.09
HMA - Paver Patching - Remove & Replace
TON
100
420.01
Geotextile Paving Fabric
SY
150,000
Total Base Bid Cost S
Dollars and Cents
■
BID ALTERNATE l (Horsetooth Rd. - College Ave. to Timberline Rd.)
Contract
Item No.
Item Description
Unit
Unit Cost
Cost
Quantity
202.20
Grinding (planing) Surface Preparation 3" to 5"
SY
74,000
TOTAL COST
iNote:
The listed
The City Fort Collins
listed.
quantities above are estimates onlv.
of reserves the right to mods
the quantities for anv or all items
IN ADDITION TO THE BID SCHEDULE PRICES FOR EACH MIX DESIGN LISTED ABOVE, VENDORS bIUST SUBNI IT THE
FOLLOWING COSTS FOR APRIL 2011:
Asphalt Cement (PG 58-28)
$
/ton
Asphalt Cement (PG 64-22)
S
/ton
Asphalt Cement (PG 64-28)
S
/ton
PRICE ADJUSTNIENT FACTOR (See Specification Section 109):
'
GR SX (PG 58-28) 20% RAP
S
/ton
GR SX (PG 64-22) 20% RAP
S
/ton
GR S (PG 58-28) 20% RAP
S
/ton
GR S (PG 64-22) 20% RAP
S
/ton
GR S (PG 64-28) 20% RAP
S
/ton
GR SG (PG 58-28) 20% RAP
S
/ton
GR SG (PG 64-22) 20% RAP
S
/ton
Addendum 1 Page 3 of 11
' 7222 Asphalt Overlay
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR: Lafarge West, Inc.
PROJECT: 7222 Asphalt Overlay
CONTRACT DATE: April 14, 2011
In accordance with the provisions of the Contract between the OWNER and the
CONTRACTOR as indicated above, for
(Surety)
on bond of
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final
Payment to the CONTRACTOR shall not relieve the Surety Company of any of its
obligations to the OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this
day of ,
(Surety Company)
By
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-
Fact.
Rev10/20/07 Section 00660 Page 1
I
I
III
I
I
I
1
1
L�
SECTION 00670
Section 00670 Page 1
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303) 232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
��
flh AIhT 1A/DI7C IAI TIJIC CDA(`C
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road,
street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor
to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by OOR)
Period
0170-750 (999) $0.00
89 -
CO.NTRACTOR iNFORMATION
Trade name/DBA:
Owner, partner, or corporate name:
Mailing address (City, State, Zip):
Contact Person
E-Mail address:
Federal Employees Identification Number:
Bid amount for your contract:
$
Fax Number.
(
Business telephone number:
Colorado withholding tax account number.
Copies of:contract or'agreementpages (1) identifying the contracting parties
EXEMPTION INFORMATION and (2) containing signatures of contracting parties must+be attached.
Name of exempt organization (as shown on contract):
Exempt organization's number:
98 -
Address of exempt organization (City, State, Zip): -
Principal contact at exempt organization:
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start date:
completion date:
I declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
Title of corporate officer:
Date:
DO NOT WRITE BELOW THIS LINE
Section 00670 Page 2
' Special Notice
Contractors who have completed this application in the past, please note the following changes in
procedure:
The Department will no longer issue individual Certificates of exemption to subcontractors. Only
prime contractors will receive a Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor
involved in the project and complete it by filling in the subcontractor's name and address and signing
it.
The original Certificate should always be retained by the prime contractor. Copies of all Certificates
that the prime contractor issued to subcontractors should be kept at the prime contractor's place of
business for a minimum of three years and be available for inspection in the event of an audit.
' Once an 89# has been assigned to you, please use the next five numbers following it for any
applications submitted for future projects. This should be your permanent number. For instance, if
you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345
' on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT
enter what you believe to be the next in sequence as this may delay processing of your application.
1
Section 00670 Page 3
SECTION 00700
GENERAL CONDITIONS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GENERAL CONDITIONS -
- OF THE
commumm comkAcr
These GENERAL COINDITLONTS have 6e66 5l6vel* 4.by using the
b—rAUDAPD,oi6qERACCONDITIONS OF TUE CONSTR . UCTION
CONTRACT prepIrW , y the Engincers.Joint Contract Dmuments,
Comffikice, FICDC No, 1910-S Q990 Edition), asa insr.'Change sto
that document are shown by underlining text, that has �becn added and
striking through text thai.has been del6tcd,
F,.JCDC GENERAL CONDITIONS [ t) 16-8 (19.90 E- DMON),
WITH CITY OF Fofff COLLINS MODIPICAt'1ONS (REV 9/99)
I
I
Article'ni Paragraph
Number &-ritic
WIM1,131 =*-
TABLEOF cbNTrtNTsoT,' GENERAL, CONDITIONS.
Page Articte or Paragraph
Number. Number &Title
1.1
Addenda
1.2
Agreement
. .......................I..................1
13
Applimtioii for Payment.......__....._...,
I
1-4
Asbestos
I ' J
Bid
1.6
1_3
Bidding Requirements .....:....:..:..:..:........I
L.
Bonds ..... ............ ..............................
19
Changc Cirdei ...............I...... -..............:I
1.10
Contract Documents -------------- _ .......
1.
.1.1 I
Contract Price .......... ...........
I
L 12
Contract rim cs_,
L13
CONTRACTOR
I14
d�fi�crive.:
I
L15
Draw
1_16
Effective Date of the Agreement,.,,...,..,
1
1.17
ENGh\rEER._ ................................
I
1.18
LNIG&TEER's Consultant :
1
119
Field Order,,,_.. .................. ......
�
1_0
General R , E3
quit menu ............... 1 ...........
I � I
I 1a7ardous Wasic
2
1,22.a
Laws and RLgulatibns; 1-'WSLor
Regulations
��
1_22,b
Leg'l flolidays ..........................„-.,._.,,2
.....
1.23
Liens ...................................................
1,24
�vfilcstone. ...........
1.25
Notice of Award
].36
Norice to Proceed
11-7
OWNER
1.28
Partial Utilization
:129
FC13S
1:30
Petroleum
131
Project ............................................
....
1.31a
Radioactive MaLcrial ................ ........
131b
Regular %Vorkina Hours__ _ .._ ........
i
133
Resident Project 7Representative ......
1.34
Samples. ........................
1,35
Shop Drawings ....................................2
1.36
Specifications .....................................
1.37
Subcontractor ............ * ........
1.39
Substantial Completion,., ,
2
139
3
t.
Supplementary Conditions ..................
1.40
Supp!ier
L4l
Uridefgroimd Facilities ------ .....
1_3
1.44
Unit Price Worlti
1.43
Work..................................................3
L44
Work Chan2c Directive
1.45
Written Am�endment.,_,,_
Page
Number.
PREJ IN -UNARY MATTERS................. 7_ .......
I
2: V
Detivery of Bonds..,, ............ I ...........
2.2
a Conics fbocumcn L�q..;_J;1
23
Commencement of Contract
Timcs: Nloti6c to Proceed...._........
. 3
2.4
Srarting't e
15-7.7
Befara Starting Constru6tion:
CONITRLACTOR's Responsibility
to Report; Preliminary ' S�chcd&s.
Delivery of ccruricates.of
Insurt nee ................. __ ........
.2.8
Preconstruction C6rrf&ence,_, ........
;4
2.9
Initially Acceptable Scfiedules____.,A
K CONTRACT DOCIJIVIIS'NTS: INTENT,
ANIENDING, RFUSF ....... ...... ........ ...... ............
4
3A -12
Intent ...............................................
4
33
Referenceto Starrdards.and'Speui-
fications of Technical. Societies-,
Reporting and Rcsolviniz Dis.
erepancies ....................
4-5
3,4
Intent of Certain Terms or
Adjectives..................... .........
1
15
Amending Contract Docun ents., .....
3-6
Supplementing Contract
Documents
5
3.7
Reuse of Documents
4:. AVAIr..-\LBiLITY OF. LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS:
REFERENCE POIITS
5
4.1
Availability of Lands .... ...... ;; ...... _.5-6
4.3
Subsurface and Physical
Conditions
6
4. 2. 1
Reports and Drawings ......................
(y
4.2.2
Limited Reliance by CONTRAC-
TOR Authorized'• T&hhical
Data
6
4.2. 3
Notice of Differing Subsurface
or Physical Conditions
6
4.14
FNGr`kMER:s Review
6
4-2.5
Possible Contract Documents
Change.........................................6
4,16
Possible Price and Times
Adjustments-...-.,-, ... . ......6.7
:4.3
Physical Conditions--LJnderground
F ilitics
acl
7
.4.3.1
Shown of Indicated,:— ............
7
4.3.2
�.Tot Shown or Indicated
7
4.4
Reference Points ...............................7
EJCDC GENERAL CONDI rro.Ns.iqto-s(iq,,o Euiviot\`
wt CITY OF FORT COI.LINS MODIFICA77ONS (RFV 91'M*
I
I
I
I
I
I
I
I
F I
L-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11
I
I
I
I
I
I
I
I
I
I
I
Article or Paragraph
NuirberAXItle
page Article or Paragraph
-Number Number &Title
4.5 iksbestos, PCBs., Petroleum,
Hazardous Waste or
Radioactive Material.....:.:...........7.8
BOLNI)s .................................
5.1-5. 2
: Perforataricc, Paymenialld.0diev
Bmds� ............. : ................................
8
i.3
Licensed Sureties and Insurers:
Certificates of Insurance
8
5.4
CONTRACTOR's Liability-
1 nstrancc
...... :9
5.5
OWNEXs Liability -Insurance,,:..,,.,...
-9
i-6,
Property Insurance,...
5.7
Boiler and Machinery or Addi:
tional Property Insurance.-................10
5:8
-Notice of Cancellation Pr6%ision
11)
5,9
CONTRACTORs Responsibility
.
'
ler'Dediietible Amounts,,,,,,,,,,,,,,,,,,
11)
5. to
Pther Special Insuranee ............. ___10
5:11
Waiver of
III
5. 12-5. 13
Receipt and Application of
insurance Proc&da;
:10-11,
5A4
Acceptance. of Bonds and fristi-
rince; option to Repface
I 1
5.15
Partial Utilization --Property
Insurance -......I ........................... -I I
CONTRA(71'OW3 RESPON'.)IBINTIES
6.1-6.2
Supervision and Superintendence,,,,,,,
11
6,345,
Labor, Materials. and Equipment.,.
11-12
6.6
Prouers Schedule
12
6:7
Substitutes and "Or -Equal" Items:
COWPACTOR's Expensq:
Substitute -Construction
klethods or Procedures;
FNG INZFER's-Evaluaticn;- .,_ ----
12-13
6.8,6.11
Concerning Sdbconu-acturs.
Suppliers and Others;
Waiver of Rights., ......
13-14
6.12
Patent Fees and Royalties ...................
:14
6.13
Permits._ ......... .........
6.14
Laivs and Regulations .........................14
6,15
Taxes
14 - t 5
6. l6:
Use of Premises
15
& 17
Site Cleanliness.,..„.15
o.18
Safe Stru6tural Loading, ................
15
6.19
Record Docurnents
6;2o
Safetyind Protection, , -.--.15-16
6.21
Safety Rcprcsentati . ve ..... _,J6
6,22
Hazard Coniniunicition Programs,,,,.,
16
6.23,
Emergencies ..... I ...... ........... -'-
16
6.24
Silo Drawings and Saiupte$ ..............16
[Inge
Number
SubaiiatifFIrbeeedt. tres-, CON;
TRAC,TOR!s* Review Prior
to, Shop Drawing - or Sample
Subtriiital * .....-.. .. ;--` ; � ';-- :
r.- 16
6.26
Shop Drawing XSrun pie Submit,
-
talc Review by.ENGINEER .....
16-17
6.27
Responsibility for Variations
From ConfiaLt D6curfients.: .........
17
281
Related Work Perfortru&d Prior
to ENGINEFR'i Review and
Approval of'Required
Subncittals....', ............ ......
619
Continuing the Work... - ...........
17
6.36
COirr'RA'CTOR!s Genera I
Warranty and Guarantee,,,;,;,,;;;,,,
•63 1 -6;3j
Indemnification
1-7-18
6.34-
tSurvival ofObligations; ,_,.%;4..,
JS
71. OTHER 4' VORK._; ......... ....... ___ ....... .......
18
TI-7:3
Related Work at Site ...
3.4
Coordination .......... ------
11
S! OWNER'S
RESPbNtSrBrLrTfEs ,
:9. 1
Canimunicatiom to CON-
TRACTOR... .... --------
Is
8.2
Replacement of ENGINEER ...........
13
83.
Furnish Data andPay Promptly
'When Due
18
8A
Lands and Easements; Reports
and Tests
18-19'
9.5
Insurance-
19
.8.6
Change Cirr"S*
8.7
Inspections, Tests and
Appnova k .............................
..... 19
Stop or Suspend Work:
Terminate CONTRACTOR's
§erVL*Ce3................. --;-
8.9
Limitations on OWNER'S
Responsibilhies ............................19
8.10
Astleitcs, PCBs, PeLrolewn,
Himr(lous Waste or
Radioactive Material..... ................
19
8.11
Evidence of Finitneiil
Arrangements ............ ._..............11)
Q. ENGINEERS STATUS DURING
CONSTRUCTION . ....................... ......................
19
9,1
6WINER's Repm.wntntive- ---- _.:
1 ...... 9
9. 2'
Visits to Site
19
931.
ject Representative....-
19-11
9;4
Clarifications and Interpre-
cat ions
:21
9.5
Authorized Variations in %Wk.
21
LICE)CGUNUCkLCOND111ONS 1910-8t19913 LOI ROM
FORTC011INN NTOOFFTC,%TTU,4s tREV919!o
I
I
-Article or paragraph Page Article or Paragraph
Number Title Number. Number 3-Title
96
RejiNtirig Dqfectiva Work;,,,,;,,,,;,;;,;,
21
9.7;9.9
Shop Drawings, Change Orders
and Payments ...................................
:21
930
Detarnini!ions for Unit
-12
9.1-1.9m 12
Decis.ions. on Disputes; ENGI-
NEER as Initial interpreteC
22
9.13,
Limitations an ENG[NEERs
Author4} and Resp.onsibilitics__:22-25
CHANGES IN' THE:WORK
23
10.1
OWN' ER's Ordered Change .................
�3
10 , 2
Claim for Adjustment., ..,:.........
103
Work'Not Re
. .. cluired by Contract
_ 723
Documents ...........
23:
10.4
Change Orders,
23
10.5
Notification of Surety .... ........ ;.
: L. 21
CHANGE OF"CONTRACT PRICE .....................
.... �3,
11.1-1 IJ
Contract Price; Claim f6r
Adjustment; Value of
the Work
'23-24
11-4
Cost of the Work ................... .......
.
44-25
11.5
Exclusions, to CO'st Of the W6rk
23
11.6
r0NrRA&rb1R1s
25
11.7
Cost Pecords.._� al.-.:5-26
ILS
Cash Allowances ....................... .......
26
11,9
Unit Price Work ................................
26
CFL\_KGE OF CONTRACT TIMES................. ..........'16
"
12.1
Claim for Adjustment ..................
........ 6
.12.2
Time of the Essence .................
26
12.3
Delays Scycind CON'TRACTORs
Control..., -, ......... ; ...............
�Mr27
12.4
Delays.Beyond OWNERS and
CONTR_NCTORs Control .............
_?7
TESTS AND INSPECTIONS: CORRECTION,
REMOVAL OR ACCEPTANCE OF'
DEFECTIVE WORK 27
13.1
Notice of Defects -�7
..................... ........ 1
13.2
Amess to the Work 1-7
13.3
Tests and Inspections;
COVIMACTORs Cuoperation .......... 27
13.4
OWNERS Rcsponsibiliiies;
Independent Testing Laboratory_,,,_„ 37
11_
CONITRACTORs
Responsibilities ..................... ......... _2 7
13.6-13.7
Covefing.kivlork Prior to Inspec-
tion. Testing or Approval,._;:..2.7
INge
Num bar
13;8-13;9
Uncovering Work at ENGf-
NEER's Request *
27-28
1110
..................
....................37
..
OWNER may,stop'the Work .....
is
73,11
correction or Removal of
'13. 12
Correction Period.,.....:...................28.
13,13,
Acceptanee of D2fective Work, .......
28
1114
OWLNM-R-May Cbrrect De.fective
kVdk..:,.
28-79
14. PAYMPANTSTOCONTRACTORAND
COMPLETION
14,1
Schedtile'of Values
,Progress"` ......
14.2
-Applicatio n for
Paymont, --- .......................
:__29
14.3
coNaRACTOP's Warrintyof
Title:., ...................... ; ..... %.4
... :_.,29
1.4-4-14-T
Review of Applications for
Progress Payments ......... ......
_,2Q-30
14.8-14.9
Substanti al Completion,,,,.,, ,
30
14.10
Partial Utilizatioq ......................
30-31
14.11
nspection................. .........
Final Inspection,,,,,,,,,,,,,,,,,,,
Al
14.13,
Final.Application for Payment .....
_31
14.13-14.14
Final Payment and Acceptance....:
31
14.13
Waiver,of Claims
31-31
15. SUSP13NSION OF IVORK AND
TERMI'NiNfION ..................... ........................
_31
vm
OWNERwlay Suspend Work, .........
32
15.2-1 i.4
OWNER May Terminate .........
I.;. i
CONTRACTOR May Stop
Work or. Terminatc,__; ...... 1_32-33
16, DISPUTE RFSOLUTION ............ ; ................. :.,. _33
17. MISCELLANEOUS
33
17.1 Giving Notice,.___..,_. .........
........... 33
17.2 Computation of'rimes..................33
17.3 Notice of.Clairn ..............................
33
17-4 Cumulative Rcmedic!k ................
... 33
173 Professional Fcm;iand Court
Costs fricl6ded
13
17.6 Applicable State Laws ...............
33-34
Intentionally left ffink. _ ............
......... 35
EXHIBIT GC -A-, (Optional)
Dispqte Resolution -Agreement .....................GC-
Al
16.1-16.6 ..�rbitration ........... .........
t, X_-Al
16.7
rJCDC GENERAL CONDI 1`10,115.1910-3 i(Tin ED[ r10141
W C3TY OF FOKrCOI.LrNS'.\[Qr)IRCA'PC)NN (REV 9/9))
I -
L
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
i
1
1
1
INDEX TO GL':MRAL -CONDITIONS
City of Fort Collins modifirations,to the, eneial Conditions'ofthe Construction"Contract are not shown in this ihdic
Article or'Paragraph
Number
Acceptance of -
Bonds and Insuranc4.::..................:...::.::.:....:...5.14
;defecri4e Work,,,,,,,,,,,,,,,, ....10-4..1.
13.5; 13:13.
final payment ............................_.___...9.1,
14,15
insurance.........................................................
14
tither Work by CO\*TRACTOR ..........................7.3
Substitutes and "Or -Equal" [tams........
¢;7.1
Work by OW_ NCR .................... :.........
2.5� 630;.6.34
Acc-essto the-.
Lands; O W'NE R and C)N T RAC I OR
;esponsibilthes, ,-,;:,,
,,, 4.1
site. related Work,_ - ...............
.......... ;.:7.2
Work .........................................
.13t^_-. 13,14 14.9
Acts or Om issions--, Acts and Om issions--
CONI'RACTOR'--......,..._.... ,.. -..
-6.9.1; 9..13.3
ENuIDfF.CR..... ......... ................ .........
.... ¢:2u, 9,13.3
O\\TIER.................. .:...............................
a20. 8.9
Addenda -definition of (also see
definition of Specifications) ...... ;.(1.6,.1.ID,
6.19). 1.1
Additional PropertyInsurances., ............
; .................. 5.7
Adjustments --
Contract Prick or Contract
Times „ 1.5,3.5.4.1.4.3.2,4.52.
, .............. 9.4.95. 10.2-lDA,
.........................................1.1,
12. 14.8, 15.1
.................._............
6.6
Agreement --
definitionof.......................................................�
'All -Risk" Insurance, policy form...........................>,6_2
Allowances, Cash ........................ .
...................I 1.8
Amending Contract Documents
35
Amendment, Written --
in general, ..., ._...,.I 10. 1 4i3 5, S 10, 5.1', 6.6.2
..........................6.8.2, 6.19.
10.1, 10A, I I:_
........:,:.`---_.::,....,.. �... 12.1:
13.11.2 14. 7.2
ER Appeal- OWNor CONfR ACTOR
intent to ..........................9.11), 9.11,
10.4. 16.2, 16.5
Application for Payment --
definition of......................................................1.3
ENOfNF.ER's Responsibility..,,.,.,,,,,
...... 9.9
...............
final payment...,._,,,,,.,,,, 9.13.4.9.13-5,
_
14.12-14.15
in general..........................2.8. ?9; 5.6.4, 9.ID; 15.5.
progress payment, ._ ................ :::..::::::::::.14.I-IJ.7
review oC__, ..___
14.4-14;7
Arbitration , , ,,,,,, .,.,.
,.. ,16.1-16:6
Asbcstos -
............................:a:5.2,
claims pursuant thereto
4.5,3
CO\'TRACTORauthorized to stop
Work _.....,,, 4.52
detlnitlun of........................................................1.4
Article.or Paragraph
Number
.OW'NER. responsibility :for '.............................
4:5.1_ B..If),
.possible price and'times change ........................4.5:2
Authorized.Va6ations in Work.,,,,,,,,,
3.6. 6.25. 6.27; 9.5
:\vai[ability of Lands ............ ..............................4.1.
8.4
Award; Notice of --defused ...... ..........
.....a 25.
Before Starting Construction ..........................
: ... .......
.2 5-2.9
Bid --definition of, ......... ..........
1, 1_10, 13, 3:1
- 4.2.6,4, 6.13, 14,43„ 111.9.1)
Bidding Doctments deCmitiun
Bidding Requirements=del-tnilion
of..........................................Ll
Q. V..4:2:6,2)
...
Bonds -
acceptance of.... ........._,............ ..........
.... ........ .5.14
additional bonds
10.5, L 1.4.-5.9'
Cost of the Work .............:..............
I L5A
definition of._...__...:.......:_:..._........_
......:.:..::.::LS
delivere of ,,,,,,, ....................................
2.1. 51.
final Application for Payment ..................
general ...... .......... I .......................
1.10, 5.1-5.3. 5.13,
_ 9.13, 10.5. l 4.7.6
Performance . Payment and Other
_.,, . , J:15.?
Bands and Insurance --.in general .............
......:............. ?
Builders risk "all-risk" policy form...................j.62
Cancellation Provisions; bnsuranec,,,_.,,
3.4.11. 5.8, 3.15
.Cash Allowances
I LN
......:.............................................
Certificate of Substantial Completion .........
I.38: 6.30 2.3.
.................................................14.3,
I4.10
Certificates of Inspection ..................
9.13.4. 13.5. 14.12
Certificates of Insurance.„ 2.7;
5.3. -5 4.11. 5:4.13,
...................... 6 5, 5.8.
5 14, 9.13.4. 14..12
Change in Contract Price--
CashAllowances..,...-...........:........:I
1.8
claim for price
adjustment.............4.1. 4 ?.6.
4.5, 5.15. 6.8.2. 9.4
............. .... 95.9.11. 10.2,
10.5, 11.2. 13.9.
........ I ...... ......... 13.13, 13,14„
14.7, 15.1, I5.5-
CONTRACTORS fee .......... ..................
............. 11,6
Cost of the Work
general................................................11.4-1
1.7
Exclusions to... :x,_ I., 11:..:_,11_0__A
1:5
`Cost Records .---._._-`--......:....:..._..:,_,._:._:::.:..I1,7
in general.,, „ , .1:19, 1,44. 9.11,
10 42 16.4. , 11.
Lump Sum Prichg................. .......................
1 L12'
Notifi6tion,6f Surety-,,.,. ...............
10
Scope of. ....... .-.._...........:.................
'ID.3-IVA
Testing and Inspection.
Uacovering.the Work... .....................
....... 13:9
81CLR; OLtdhl{.V. CO.NDMONS I91n.3 (t99n L'0I"r10A:1
W (TlY OF.FORT.CQLI.li, h10DIFfCnTlOaa' (RF.V 9199)
REVISION OF SECTION 208
EROSION CONTROL
Maintenance
The contractor shall continuously maintain all erosion and sediment control features so that they function properly
during site construction. See Detail SC-5 contained herein.
All inlet filters shall be inspected and repairs made after each runoff event. Sediments shall be removed when one
half the design 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 MEASUREMENT
Subsection 208.07 is revised to include the following:
Payment will be made by the lineal foot for inlet protection at each location within the area as required by the City
Representative. When work begins in a new area, an additional payment will be made for protection of the inlet
locations in the new area designated by the City Representative.
The length shall be sufficient to protect the opening and sides of the inlet grate. A maximum of four (4') lineal foot
additional to the opening width shall be paid. Excessive lengths shall not be paid. When a protection device is
installed at a new location, whether the protection device is new or has been relocated, an additional lineal foot
payment will be made for the protection of the location.
I. Inlet protection shall include sufficient length to protect around the perimeter ofthe grate on a standard size
inlet opening.
A protection device shall be installed on the down hill side of the truck washout area and shall be considered
incidental to the work and not be paid for separately.
Excavation required for removal of accumulated sediment from traps, basins, and other clean out excavation of
accumulated sediment, and the disposal of such sediment, shall be considered incidental to the work.
Street sweeping will not be measured or paid for separately but shall be incidental to the work.
Erosion control measures used during saw cutting are considered incidental to all saw cutting operations and shall
not be paid for separately.
BASIS OF PAYMENT
Subsection 208.08 is revised to include the following:
Payment will be made under:
Pay Item Unit
208.10 Rock Wattle
208.20 Crumb Rubber Wattle
208.30 Straw Bales
208.40 Silt Fence
Project Specifications —Page 17 of 42
Units
L.F.
L.F.
E.A.
L.F.
Addendum 1 Page 4 of 11
7222 Asphalt Overlay
Unit PriceMork 11.9
Article or Paragraph
Number
Value of Work.: ............... ................................
113
Oha.nge in Condact Times
Clairri for times adjustmcnt ........ :4. 1;
4.2-6, 15. 5. 15,
............ 6.8.2. 9A. 9.5_9: 11.
10;2, 10 '.S: 13:1.
..............13.9, 13.43, 13:14,
14.7. 131,45:5
Contractual time limits- ............
Delays beyond CONTRACTORS
CTORs
-control ............... .......... ... .......
.................. 123
Delays baycrid.MVNEIes and
CONTRACTOR'S
Notification of surety ...... : ........ ...........
Scope Of change.........._..._
10.3-10.4
Change Orders -
Acceptance of Defictive Work:.
'13.13
Am ending.Contract.Doctiment; .................
:.%.wA .5
Cash Allowances
Change of Contnict-Pricq ................
.......
Change of Contract Times.__,_-.-,
Changes in the Work ... ....... ......... I
...... I ......
CONTRACTOR's fee .....................
11.6
Cost of the Work ..................................
11.4-11.7
Cost Records
1.7
definition of,,
1.9
emcnisricies ... ........................ ......................
�.S:
0,23
EN �GLNEERs responsibility.......
16.4. 11.,
2, 121
execution of ......................
...*.....*..................
...............................
jO.4
Indemnificton y. 12. 6.16, 6.31-6.33
trisuraricc, Bonds and-„-_„...............
S. 10, 5. 1 -11, 1115
OWNER may terminate ..............................
1.5. 1-15.4
OWNNERs [Responsibility,-, ......
10.4
Physical Conditions -
Subsurface and ........................
4 2
Underground Facilities-- ..................
......... 4,3:2
Record Documents
.......... 6.19
Scope of Change,-„-.--_ . .....................
10.340.4
Substitutes .............................................
26.7.3. 6.8I2
Unit Price Work
11,9
value of Work, covered by .................................113
Changes in the Work_:.-_-----:--_._ .. ..................
... . 10
Notification of surety ---- .... ........ ..................
OWNTERs and CONTRACTORs
responsibilities...- . . ............................
_10.4
Right In an adjustment ....... . ......................
. i_ 10:2
Scope of change .............. ...................
10.3-10-4
Claims -
against CONTRACTOR.. ---------
uLainst
noinst OWNER .........................................I.....0.32
Change of Contract -Price, ..........................
9.4. 11, 2
Change of Caritract Times-,-.-„-„ .............„
9.4. 12.1
CONTRACTORs ------------- 4, 7,1, 9.4_9, 5, 9.11; 1 0:2,
............... I........... 11,2, 11,9,
12.1, 139, 14_8,
15. 1, 15.5. IT3
CONTRACTORs Fee 1 Y.6
Article or Paragrapfi
Num ber
CONTRACTORs liabiliry__ ...... :5.4. 6:12. 6.16, 6.31
Cost of the Work-_,., .... .... _: --- :: ..... a7.7
--- IJA, 1 L'5
Decisions on Disptuc4' ..............................9.11.
9e1 I-
Dis Dispute,ResolutionI
1 6.,l
Dispute Resolution Agreement , .................
:.16.1!16.6
ENIGTNEER as initial interretok
9,61
Lump'Suffi Pricing
Notice of
9WNF FCs. .................. 9.4.- 9,5, 9.11.
10.2. 11 j 1,9
.......-:..:12.1, 13.9: 13'13,
13.14.17:3
OWNEFVs'liabiIity,_,.., ....... ...............
OWNER may refuse to make payment,;,,,,,,,,,,,,,,,)
4:7
ProfessionalTees and Court Costs
Included ------ ------ - - -------- - .......................
17.3.
request for formal decision
........ t .......9,11
Substitute Items .............. ............
Time Extension .................................
I ............... 2 I
Time requirements..,,, ... ...............
9.11. 111
Unit Price
11.93
Value of
1.113
Waiver or --an FineI'Nymcnl.., ..............
j 4.14, 14,13
Work Change Directive...., ...
written notice required,,,,;,,,,;,,,,,,,,,,, ,
Clarifications and Interpretations............
3.6.3. 9.4. 9.11
Clean Site ......................
17
Co de-i of'rechnical Society, Organization
orAssociation
}3.3
Commencement of Contract Times-. ..........................
23
Communications—
general ...........
6.9.2: 8:1
Hazard C6mmunication Programs.,,
Completion --
Final for Paympnl_ ........................
-Application
Final Inspection ..................... .. ........
71: .......
Final Payment and Acceptance_ ............
14.13-14.14
Partial Utilization...................... I.....................14.10.
Substantial Completion ......................1.38,
14.8-149
Waiver ofClaims
14.15
Computation of Times_ ---------
17,2.1-17.2.2
Concerning Subcontractors, Suppliers
and Others _ ..................
. .....
Conferences --
initially acceptable schedules,.- ..--. -
preconstructiont ............................................
Conflict, Error, Ambiguity
'. Discrepancy
-
CONURAcTOR to Report,
_7.3, 3.3.2
Construction, before starting by
(_O,\IT[ZA6'()R ...............
Construction Machinery, Equipment, etc ...................
6A
Continuing the Work.K .....................................
6.29_10.4
Contract Documents—
Amending..........................................................1.5
Bonds.....................................
5.1
EJCDC GENERAL CONDI 1710' N.S 1910 -3 (19'JO E01 T10,111
w/ CITY" OF FORT coums MODIFICATIONS (REV 9!'J' ).)
I
1
1
L
1
I
Cash Allowances..............................................11.8
Article or Faregraph
Number
'.Change of Contract Prioo...................................
II
Change of Contract Times..., .... ....... .......
------_I2
Changes in'the Work..... ..
.`I U.4-IU.S
checkand verify .................................................
=.5
Clarifications and
Interpretation's .:. .:::.::..::.:.....:::. 3:1, 3:6, 9.4,
definition of. _
- 1,19
ENGINEER as initial interpretero f„ ,.....
, 9,11
ENGKFER as OWNER'srepresentative.............9.1
•gencraLl
Insurance_.... ..,.
.. .. j:3
_ ...:..:..
Intent .....:..
3.1-3.4
minor variations in the Wort. ......... ..............
OWNEKs responsibility to furnish data,,_
8.3
OWNEIRs responsibility to s take
prompt payment 8 3- 144,
14.13
precedence.... ............... ...... ........... ............3
1 3.3.3.
Record Documents ........ ....... .....
. _,-_,6. l9
Reference to Standards and.SpeciJicatigns
_
ofTeehnicalSoucties..-....„
3.3
Related Work
7
Reporting and Resolving'D,iscrepancies........
2.5, 3.3
Reuse of .:..........._..,:- _.........
.-......3.7
Supplementing ...................... I.....................
I ...... 3.6
Term ination of ENGINEER's Employment
.......... 82
Unit Price Work .................... ...........................
J L9
variations :............. '3.6„6
.......................... .
23, 6.27
Visits to Site, ENGINEER's .......:.......................
9,2
Contract Price--
adjustment of .::.::........:3.5,4.L,S94, 10.3.11.2-11.3
Change of ..... :....... :...
Decision on Disputes........................................9A
I.
definition of .....................................................
I'll
Contract Vrnes=- -
adjustment of,,.- ......3.5. A.I. 9.4. 10.3. 12
Change of ................................................
1'_.1-12.4
Commencement of ................. ............................D
definition of.....................................................1,12
CONTRACTOR -
Acceptance of Insurance ..................._... ...........
Communications.................*....,,_,6.Z.6.9.2
Continue Work,,
6.29, 10.A
coordination and scheduling,,,,,,,,,,,,,,,,
Cv9.2
definition of......................................................1.13
Limited Reliance on Technical.
tjata Authorized .. _ - .....�..., -
d.3.2.
-...
May Stop Work or Tcriu inate-.:.
...
...... 15.5
provide sire. aceecs to others.......................
.2, 13;2
Safety and Protection ,,,,,,,,,,,,,,,,,,,;1.3. L? 6.16, 6. 18,
..................................6 21-6.23,
7.2, 1=.'
Shop Drawing and Sample Review
Prior to Subm inal...-,-,_..,„..........................
G?S
Stop Work requirements„_.,_,._ .......................: 4,5;'
CONTR.4C•('OR's—
Article 0jP•aragrap1h
Number
Compensation.,.. .............................
.,11.1-1 E,2
Continuing Obligatioq ...... .,.....,_,_._ ....
,.,. 14.15
Defective 8Vork ................................ : 9:0. 111
0- 1114
Duty -to correct defective Work...........................1111
Duty to Report
Changes to the Work caused by
Emcrgcncy__........................_.......:
...:6.23
Defects in Work of Others .............. ...............
7:3
Dif7ering.condiiidni
4?.3
Disy7epancy in Documents ., ....? 5; 3.3.2,
6.14.2
Underground Facilities not indicated.,,,
......4.3.2
Emergencies.... I1-1 -...,.: ............,
6.23
Equipment and Machinery. Rental, Cast
of the W'ork.:.:::.::... a.::..11,4.5:3
Fee --Cost Plus ..................... t ! 5 6, Ili.],
I J:6
General Warranty and Guaranteq......
..... 6:3b
Hazard Communication Programs,
Indemnification.___ ..... _......_...6.12.6.16; 6.31-6.33
Inspection of the Work ................
7.3, 1314
Labor, Materials and Equipment,,,, .:...........:6.3-6.5
Laws and Regulations, Compliance by___.
6.14..1.
Liability Insurance.,.....,: .:........ ....
.5.4
Notice of Intent to Appeal .........................).16.
10.4
obligation to perform and complete
theWork....................................................0.30
Patent poets and Royalties, paid•for by,,,,,,,,,,,,tie
_
Performance and Other Bonds ,,,;.I
Permits, obtained and paid far I,n•
0.13
Progress Schedule . 6.3.9,
2.9:.6.6
.......... :.:....:... 1....... ::.:...... :6.29, 10A,.15.2..I
Request for format decisionon disputes,,,,,,,,,,,,,,
9.11
Responsibilities --
Changes in the Work .......................
10,1
Conceming Subcontractors. Suppliers
and Others,,,6.8.6.11
.Continuing the Work, .........................
6.29, IO.4
CON7RACTOR's expense .........................6.7.1
CONTRACTOR'sGenera I Warranty
and Guarantee ,._.,..._...._.- ..................._
. :6.34.
CONTR-4CTOR's review prior to Shop
Drawing or Sample submittal........
- 6.'_5
......
Coordination. of Work_,,,..........1.
6.9.'
Emergencies ...............................................
ti.23
ENGINEER'S evaluation, Substitutes
or"Or-Equal"Items ................
For. Acts and Omissions
of0thers ............................ 6.21-6.7 3, 9.13
for deductible amounts;insurance
5,0
general.........................................6, 7.2,
7.3, 9.9
Hazardous Communication Programs6.22
,
Indemnification...................................6:31-633
EJCIX. GENEFUL CONDITIONS 1910 •S (1990 M 110.10
W CLTY OF FORT COLLINS MODIFIC.\TIONS IRF.V 9199).
Labor; Materials and Rquipment. .. ............ 6-3-6J CONTRACTORS=othcr .......... -- ....................... --...17
Laws and Rcgidations.I:_;.__ _,_6,I4 Contractual Liability 10
Liability Insurance.-.., 5.4 Contractual Time Limits 112.2
Article or Paragraph
Number
Ndicc of variation from Contract
Documents .........................................
:427
Patent Fees and Royalties ..........................
12
Perm its i;;_ ............ :-_ -_. -_
13
Prbgress.Schedule., ...... z ...... ------
Rccord Docurn ents,
.6.19
related Work performed,prior to
E�NGNUks app'iovai'c'frCquirCd
submittals ................... .......... ........
_,_628
-safe structurit loading: ..... ......................
6.1.8
Safety and Protection .............
7.2' 132
Safety Representative, ............. . ......
.... 11:621
Scheduling the Work ..... .........
;..6;9-i
Shop Drawings and Samples ..... ..................
0.24
Sholi,Draiwings and Samples Review
by ENTGIINEER ......... . ............ z_._-_-6.26
Site Clean.Hness._,,__,
6.17
Submittal Procedures ............... ..................
:6,25
Substitute Construction Methots
and Procedures
Substitutes and "Or -Equal" ltems'- ...............
6.,7.1
Superintendence ...........................................
. 6,7-
Supervision ...................... ........ ...................
6.1
Survival of Obligations................................6.34
Taxes ..................... ...........................
(1-15
Tests and l6sNctions '*"'* *,*,-",* ...........
13. i
ToReport_ ..................................... ................
2-5
Use of Prmiscs ......... ............ 6.16-6,18. 6,30.2.4.
Review Prior to.Shop Drawing or
Sample Submittal ...................... ....... ........
.. 6.23
Right to adjustment for changes in the Work ...... IM
right to claim -__--"---_a, 4. 7-1. 9-4, 9-5, 911,
J 1.9, 1'A -. 13.9.,14-8. 15.1.
15.5. 17.3
Protection Safety an ............. ..... 6120-6.22;
7.2. 112
Safety Representative ........................................
6.2-1
Shop Drawings and Samples Submittalg. ....
6.24-6.1-8
Special Consultants-":..:...:...-
---
HAA
Substitute Construction Mcthods and Proccclurcs.67
Substitutes and "Or -Equal" Items.
Expense.......--' ................. __..._..... _6.7.1.
6.7.7-
,Subcontractors, Suppliers and Others....,...,,
6.8-6,11
Supervision and Superintendence .... 6,1,A2,
6.21
Taxes. Payment,by, ..........................................
15 IS
Use of Premises
6.16.6. 18
Warranties and guarantees..,;._;.,_:_,_-_,,,,;,,
A 6.30
Warrantv of Title ......................... ...... I ..............
H.3
Written Notice Required --
CONTRACTOR stop Work or terminate ........ 15.5
Reports of Differing Subsurface
and Physical Conditions ., ................
..... 4.13
Substantial Completion., .... ..........................
14.8
Number
Art , icle or Paragraph
Coordination-
CONTRACTORs responsibility ...................
-:. §921
Copies of Documents .............................................
12
Correction PLric4, ...... ; .........
2
Ccirrection, Removalor Acceptance
of Defective Work-
in general ................................... 10.4.1,
13.10-13.14
Acceptance ufDefictive Work,,,,,,,,,,,
.13.13
Correction or Removal of
Defective Work .................................
6;*J'O, 13,11
Correction Period-...,.._ ..................
.13.12
QWNrR May Correct Dejeefiv, Work...
........ 13.14
OWNER MayStop Work., ... ; . ......
13, 10
Cost. -
of Tests•and [nspectioruj.................. .........
J3,4.
Cost of the Work -
Bonds and insurance. additional ...................
11.4,5-9
Cash Discounts
IAZ
d)N1:r.RACT0R!.% Fee
11.6
Employee Expenstis .................
1.1 1.4.5A
Exclusions tck
11%5
General 11. 4-11.5
Home office and overhead Lmpenscy_,_
.... .t ......
Losscs and damages ................. ...................
t 1.4.5.6
Materials and cquipme6(. ........ .............
....... ;l IA2.
Minor expenses ...........................................11.4.5.8
Payroll costs on changcs_:i_-;--
L4.1
Performed by.Subcontractors,."..., .........
:__.11.43
Records 11.7
Rentals of construction equipment
.and machinery ......................_............_.A
1.4.53
Royalty payments. permits and
license rees .....................
J 1.4.5.5
Site affice and temporary facilities,,,,,,,,,,,,,,,,
j IA i-2
Special Consultants, CONTRACTOR's
............. 11.4.4
Supplemental _ ........ d ....I----. -- ........
_;.. 11. 4. 5
J'Axcs related to the Work
11.4.5-4
Tests and Inspection, ..........................................
13.4
Trade Discounts
11. 4.2
Utilities, fuel find sanitary (acilities ...........
7J 14-53
WorL after regular hours .................................
IIAA
Covering Work .... ; ........... : .......... I ....................
Cumulative Remedies ,,...,,,
17.4-17.3
Cutting, Fitting and patching
7.2
Data, to be furnished by()NNER ...................
....... _J13
Day --definition of .................................................
17.2.2
Decisions on Disputes -: ......
9.11 , 9.12
oc%cctive--deftnition of
defective Work -
Acceptance QC ................ .....................
10AL 13.13
LJCDC ULNIER-M- CONDI FiONS.1910-3 (1990 hl)[TIOM
W OTY OF FORT COLUNTS'MODIFICA11ONS (REV90)1)
I
I
I
I
I
I
I
H
I
I
I
I
I
I
I
I
Carrectiont or Removal of,,,,,,,,,,,,,,,,, 10:4 1, 13.11
Correction Period„ . z_T.- I.- 1:-z _ , _13.12
....... ;'13. 14.7. 14.11
Article or Para6raph
Number
Observation by ENGINEER............- ......
9.2
OWNER ' May'Stop Work,;_.... ............
....... 16
Prom pr Notice of Defects: ...... ..........................
: 13. 1.
Rejecting,...., .... ; ... ;___:
............ 9-6
Uncoveiing the.Work ..... ........
Definitions................................ ....
.................
Delays ...................................... 4.1. 6.29,
12.3-12.4
Delivery of Bonds......_..........._......._._. ..............
Delivery of certificates of insurancc,, ...........
_ ......... 2.7
Determ inations for Unit. Price;., ....
............ 9.110
Differing Subsurface or Physical Coridirioni=
Notice of...---_.
4.2.3
FNGTINEERs Review, ............. ..............
4.41 2.4
Possible Contract Moments Change
4. 15
Possible Price and Times Adjustments ..............
4 � 10
Discrcpancies:Reporting
and ResolVin -- ----------------------------- - 2:5.
11' 6,14,2
Dispute Rescluticin-
Agreement, ........ ....... ; ....... ; .....................
J 6, 1-16.6
Arbitratiork...,
JU-16.5
gencrall(i
Me'diation .......................................................
16.6
Dispute Resolution Agreement, ---- ....................
1.6,1-16.6
Disputes, Decisions by FINGWEER ...................
9111-9.12
DQ,um cnts--
Copies of j* ............... .............
12
Record 6, H
Reuse or-.
Driwin6s-definition of;::,:-:,:____-......
- 15
Easement% .................................. ........
4.1
Effective date of Agr6ment _ definition oe ..............
1,16
Emergencies ---- __ ........
.... ..... .......... ..............
I (; D
ENIGMEE R--
as initial interpreter on disputes,,,,,,,,,,,,,,,,
9.11-9.12
definition of ...................
" ........... 1,17
Limitations on authority and. responsibilitic.5
...... 9.13
Replacement of.......... ------------- ......................
3.2
Resident Project Representative ...........................
0.3
EN'GPLiEFR!s Consultant definition q(
E-NGL\TEER!s-.-
authority and responsibility, limitations on,...,,_: 9.13
Autho6zed Variations in the Work
9,5
Change Orders, responsibility fqr�_ ....:9.7.
10, 11, U
Clarifications and interpremuom ....
... 3,63, 9.4
Decisions on Disputes ........
' ... !!:--9.11-9.
li
defective Work, notice 0C...................................
13.1
Cvalu4tion of Substitute Items., ....... ................
&: 7.3
Liabilit}..... ........................... ..................
32 9.
NoticeWorkISAcceptable____________ ... ......
... 14113
Observations
G.,,3o.2' 9.�2
OWNEW-i Reprewntari.ve .... I ........ I ...... ..........
Paym cats to the CONTRACTOR,
Responsibility ....... 14
Recomfneridation of Pftyrnint._ 14.13
Arti6te or Nragraph
Number
K6sponsibilities-*-Limitations Lin
Review of Reports on Differing SiubsurUce
and Physical
,,,, p Drawings .and Samples, nMew
r6sporiiibiliry ......... I ............ .....
. ...... _:A.26
Status. DuripS Construction -
authorized variations in the Work:,_,..-_
9;5
Clarificitions and Interpmuidons
94
Decisions on Disputes .....................
1-9.12'
De-lenninitions on Unit Price .... ............
9. 10
ENGINEER a.%'InitiaHntcr*Prctcr_____..
... 9. 11-9."12
ENGINEER'S Responsibilities ... ; ..........
, 9, 0. 1?
Linihations an ENGINEERS Authority
arid. -Responsibilities;,..._...,_...........
...... 2. 11
OWNER's Representative., ... ...............
Project Representative----.._.._.---
...... ........9.3
Rejecting Defective Work ...............................
q.G
Shop Drawings, Change Orders
and Paymdn6_,_,,w z:L;
-9. 1-C), 9
Visits to Site,.:..._ ....: ... !___
------- I.-I-19li-
Unit Nice dctcrminatiufig.................................9.10
Visits to Site._,,,,,, ............... .............
.......... 9-2
Wriitewconsent required ........................
..... 7.2,9.1
Equipment, Labor, Materials and ........................¢.3-6.5
Equipment rental,. Cost of thcWt`rL ....
11-4-
Equivalent Materials and Equipment.,.,
6.-7
error or missions.. .........
6.33
Fvidence of Financial Arrangements_,.
Explorations of physical conditionj ...........
...... :,4.2.1
Fee, CONTR.,\CTORNCost3 Plus ..........................
11.6
Field Order -
definition
19
issued by ENGINEER .................... .......
3.6.1.9.5
Final Application [or Payment..........
.... 14.12
Final Inspection ............ m .......................................
14.11
Final Payment -
.and Acceptance ** . ...... ........
-- --- - .........................
14.13-14.14
Prior to, for cash allovances
11.3
General Provisions ........................... ............
17.3-17.4
General Requirements --
definition o(
L20
principal referenc6 tq ..... 6.4.
6.64.1.7.:6.24
Giving Notice -.......
17.1
Guarantee of Work -by CONTRACTOR_
6,30, 14.1
Haznrd Communication Programs .........
.......
f[RZHrdOUS Waste --
definition of
general
OWNEWs responsibility for,,,,,,,,,,,,,,
or.... ...................
8.10
FJUDC GENUCAL CON MOMS 1910-3 (1991) LDRIONI
%vl(.ITY OF IRFA959)
I
I
Indemnification .............
........ ...
6-12, 6-16, 6.31-6.33
".
initially Acceptable SclictiuIcs..,—,
....... 2.9
Inspection—
CCrcatis
* .........................
13.;.4:2
1,
inal .................................5...1
14. I I
Article or Paragraph
Number
Special, required byENGMEM: .... .............. ... ::9:6
Tests'and Appioral 13.3713.4
,Lnsurance—
Acceptance of,'by OWNER ...............................
5.14
Additional, required 6 changes
I y
in the Work
11.4.5.9
Before starting the Work ............
........... 23-
Bonds and --in general ....................... ...................
Cancellation Provisions ..............................
......... ).8
Certificates of ......... .
3;
........ :;.;�6. 5, 5.8. 5.14, 9,13.4,
14,1
corn pleted operations;..........
5-4-13
CONTPACTORs Liability ..........................
. ...... 5A
CONTR.NCTOR!s obj eCtiiun to
14
Contractual Liability. „ _ -----------------------------
5,4.10
deductible amounts, coNTRACTOR's
responsibility ........ ................. ; .... ; .....
I .......... 5;9
Final Application for Payment,,... ........
Licensed Insurers......_ ........: .........................
:_53
Notice requirements, material changes ........
i.s. 10.5
Option to Replace .............................................
5; 14
other special insurances....................................5.10
OWNER as fiduciazy for insureds ...... .......
5.12-5;13
OWNER!s Liability__,.._ .....
?
OWINER's Responsibility ....................................
8 :5
Partial Utilization. Property Insurance.-,.,,
5:15
Property.— ...... ........... . ........
11)
Receipt and Application orfrisurance
Proceeds ...... - ......................................
Special Insurance----,_- _ ...................................
5A0
Waiver of Rights ................ ..............
....... 5-11
Intent of Contract Doe= enLs ...............................
3.1-3.4
Interpretations and Clarifications ............. .......
:16.3, 9A
Investigations of physical conditions ..........................:1,^
Labor, Labor, Materials and Equipment ....... I ...... _ ........
_63-65
Lands—
and Easements
8.4
Availability of...._._ ............ ........................
:4.1. 8.4,
Reports and Tests �;-z .......
Laws and Rcgulations-- aws or Regulations= -
Bonds ; ...................
5.1- 5. 2
Changes in thd Work._ ......... ; ... .............
10.4
Contract Documents, ................. :,:: ..... �!�,:.t_11
CONTRACTOR!s Responsibilities .....................6
14
Correction Period;defective Work ....................
j3.12
Cost of the Work, taxes ................................
1 1,43A
definition of......._.. --------------------
L,
-2
gcneral6.14
[ndemnification-, ...... I ...........................
6:3 1 1 -6.33
Insurance: .......... ..............................
...... ; .... 5!3'
Prcccdcnccr. .............. __ .......
3.,1.3.3:3
Reference to ........... ........
... 3-11
Slifetv and Protection,..,, ....... .......
6.10, 132
Subcontractors, Suppliers and Others ............
6.8-6,11
Art ickor,Paragi-pph
Number
Test's an , d Inspections ...................... : ......
.... 13-5
,Use OrNemisca:._
616
visits to Site
;9.2
Liability Insurin.c&_
CONTRACrOW5 ...............................................
5A
OWNER!s . ............................... ..............
Licensed Sureties and Insurem ...... T.- ........
Liens—
Application for Progress Payment ... ..............
_:.14.2
QONTPAcTbR,s Warranty of .......
14.3
Final Applictitionfor Payment ..... .......
J 42 ;1 1
*
definition of,,,,,,,,,,,,,,,,,,,,,, ............... I .........
Waiver of Claims ........... ...... .................
.... r4. 15
Limitationson ENOLNEER's authority and
responsibilities .... . .....
..9. 1 J
Limited Reliance by CONTRACTOR
AuLhorized... ........................ ...... : .............
2.2
1vL I iinteraince and Operating Manuals —
Final Application for Payment,_......,, ......
... 14. 12
Manuals (of others) --
Precedence
3.3.3.1
Reference to in Contract Documents .................};3.1
Materials and equipment --
furnished by CONTR:ACTOR .... ................
.... 6.3
not incorporated in Work ............................
14.1
...,.,.__.....
Materials or equipment--cquilvulen.l.
63
Mediation (Optional ........ ........ ...........
'16.7
I
Milestones. -definition of ...... ........... .....................
J.24
Miscellaneous —
Computation of Times
17.:.!
..............................
Cumulative Remedies
17.4
6iving Notice ....................................................17.1
Notice of Claim .................................................
17-3
Professional Fees and Court Costs Included .........
17.5
Multi -prime contracts, ...... ------ - ----
...... 7
Not Shown or Indicated ....................... .............
---- 43.2
Notice of --
Acceptability of Project ... I., ............................
1 4.13,
Award, defin.ition,of --- ...... ... :
... J_25
Claini ......................
J.7J
Defects,13.1
Differing Sith.surface or Physical Conditions -------
4.2.3
'rests and Inspections ........... ..... ...........
... t3_3
Variation, Shop Drawing and Sample .................
7
Notice to Proceed—
definition of ........ ....................................
....... J.26
diving
2.3
EJCDC GENUU-U, CONDI 110,113 1910-8 (1940 LDITION)
wt CITY OF FOR'rCQT.LTN*S MODEFICA17ONS (RIN 9!991
I
I
I
I
I
11
I
11
I
I
I
I
I
I
I
I
I
I
Notification to Surety ....... ....................
................... 10-5
testing,' independent ...... _............. _.................. 13.4
Observations, by FNG[NEER.
.. -; 6 �0.9?
us, or -occupancy
Oecupan6y of the Work ..
5 15: 610 ' 4 14.10
of the'Work ,,,,,........... .5.15'6.3t1,2.4. 14.10
Otnisstons or alas by CO. ]TR\CTORj,, ,, 6.9. 9:13
mittep consant or approval
Open Peril policy form, Insurance....
.....................:5.6.z
rtyuirad......... ..,,.,.,,........................ 9, I, 6.3, 11.4
Option to Replace- ................ I ...........................
14
- - - --
Articic or•Paragraph
'
Numt�ir
"Or Equal" Items ..........................................
.......... .p.7`
Other \voile 7
Overtime Work• -prohibition of .....:...:......:. .----------
-6J
OWiVER-
Acceptance of. &Re..wv Work! ..... .....................
1,3:.13
'
appomtan•ENG¢vEER j
as fiduciary,,.
5kl.2
5 12.'.13
Avadabthty,,o(Lant6',.icsponsibthty,,,,
,4.1
definition of .:...:.:........_.:.......:.....,........._....
-,1.27
data, furnish..--..
May Correct Defective Work:..:.,,.,
'
May ref ts5 to make payment,.,.,,,,,
....:,,13.14
„. 14.7
Nla} Suip the Work........................................,13.10
May Suspend Work,
'Terminate--..._.,_..........:.:..:.8.8 13:10, 15,1-15.4
Payment, make prompt. ............... .'X.3, 14A, 14.13
performance of -other work,,,,,,;,,,,;,
.;.,; 7.1
permits and licenses, requirements,,;,,,;,,,,,
,,§,13
purchased insurunce requirements. ::::..::....:.
OWtiER's--
'
Aazptance of -the Work ..............................
G.3U.?.>
Change Orders, obligation to exccutF..........
'.6, 1UA
Communications
3.1
Coordination of the W6rk:.,,,
'
Disputes, request for decision , ,♦. . ........
.. ...........................
:.
, ,?: 11
Inspections, tests and approvals
3.7, 13.4
Liability I6sumnee.,::,:,:::;._...
' -
Notice of Defects ...... ............( .........................
Representative --Di ring'Construction,
13.1
ENGINEER's Status,. ..................
9.1
Responsibilitics--
Asbestos. PCBs Petroleum. Hazardous
Waste or Radioactive ,N-Werial
s.10
Change Orders ....................................
..... R.0
Changes in the LVork....... �_0.1
communications.............................................S.I
CONTRACTOR'S responsibilities ..................
3;9
evidence of financial arraneements,.........
, S, I I
inspections, tests and approvals, -, ......
..... S:7
insurance :....................... ...............
'
lands and easement3................. .........
prompt payment by.. .....:::..:..........._..............5.
:.......... 8.4
:3
eplacement of ENGLVEER..:.:_....... :.
...... ... '_
reports and tests............................................8.4
stop or suspend Work„ ................ S.3
13.10; '15:1
terminate CON fR\CTORs
services.---_-..--
separate representative at site
......... 9-3
Ljct)c. Gli 'EIlU. W Nr)i no \S 191 o -s ( I99n L•'U1'noNl
wl CITY OF fGRT.COLLDNS \tODfflC.\iTn?!.S tftF.1' 9/99
)
Article, or Paragraph
Number
written notice. required-.......
7 1, 9A, 9..11.
...............I....................11.2. 11.9,
14.7. 15.4
PCBs --
definition of._::•-:,:r-::-:---.....:..............::.:........1.29
general :.... ......
....4.5
W ONER's responsibility for ........
„ ...,
Partial Utilization -
definition of
genenil6,30,2.4, 14.10
Property [nsurancc...........................................
,*5j5
Patent Fees and Rpyalties......... .........,,_
6 ..........12
payment Bonds
Payments; Recommendation of 14 4z[4.7, 14.1.3
Payments to CON -TRACTOR and Completion
--
Application for ProgressPayments ..........
:........ _ 14.2
CON-rRACTOR's Warranty of l:itic..._
.............14.3
Final Application for Pa}ment,,,,,;,,,;,,;,,,,,,,,;,,;14.12
Fina I Inspection ..............................................
I4::11
.Final Payniepi and Acceptance ...............14.13-14.14
Partial Utilization..................................:-.::,-.,t4:10
Retainage..........................................................14,
2.
Review of Applications for
Progress Payments .............:.
promptpayment ... .......... :...... :.::::.:._..........:::_...,3i3
Schedule of Values .............................................
14:1
Substantial GoinpletioR.................. _........
_14.S-14,9
Waiver of Claims.............................................14:1�
when payments due ............ _-...............
14A, 14.13
withholding payment ............... -.......................
14.7
Performance Bonds
5.1-5.2
Permits .,:.:. ...::.::::.:..::..............
. _ _. _4.13
Petroleum -
definition of ......................:..........: ..............
1.30
general...........................................................4:5
O WNIMs responsibility for ........
...... S. l u
Physical Conditions --
Drawings oC in or relating to, .......................
4 2.12
ENGNEER's review ........................................
a.2.4
existing structures..., .....
4-1.
general4. 2:1 2.......... ..... .......................................
.
Notice of Differing Subsurface or.......................4.2.3
Possible Contract Documents Change............._.4.^_.5
Passible Price and Times Adjustments ........
„ ;1.2.6
...,
Reports and Drawings......................................4:2.1
Subsurface and ...... . ..........................:...:............4.2
Subsurface Conditions ............._.,-.:.?
1.1
Technical Data, Limited Relianec by
CONTRACTOR authorized
14:"'
Underground Facilities=-
_
general........................................................
a,_
Not Shown or Indictted
4 3:-
Protection of.........................................4.3,
6.20
Article or Paragraph
Numhec
Shot6it or Indicated ... .:.:::..
13:1
Technical Data ...............................................
a 2:2
.Preconstruction COnkenCe......................................2.3
Preliminary ivlattivs._.-. . ,.
Preliminary Sehi:dulos, ................
- <? 6
.Premises. Use a(;........ ........................-Al",
IS'
'Price;: Change of Contntq..........................................:I
I
Price, Contract --definition oC,-:.:_:..:....:.::::..:.:::..::.:
1111
Progress Payment, Applications for, ------- ..:..:..:::.:....
14,2'
Progress Paymcrit--retainage ............................
.142
Progress schedule,. CONTRACTOR's... ......... 1.6;
2:3,19.
...... .,. ........: 6.6. 6.29. 10.4.
15.2.1
Project-defmitionpf:..
1:31
.............
.Project'Representative-- - -
ENGNEER's Status. During Construction...:......:
9.3
Project Represcntative,.Resident.-definition
prompt payment byOW� IF.R.::.:.:::...:.:::............::::...
S;3
Ptoperty Insurance,:
Additional....:.............................._.................-.i'.7
.general .6.5.11)
Partial Ctilization.............._..__.,.. _._..?.l;
14.10.2
receipt and application.of proceeds.,, ........5:12-5,13,
Protection, Safety and.............................6.20.6.21, 13.2
Punch list :.:. ::::...:-.:.:.:..:.:.....
-.14.11
Radioactive VLaterial--
definticm of......................................................1.32
•3eneral4.5
OIVNF.R's responsibility Inc ............................
[>O Y
8.10
Recommendation of Payment..................14.4,
14.5; 14,13
Record.Documents._...,......................._........0.19, 14,12-
Rcecrds, procedures for maintainirt� .........,
' 3
Reference Points,..._ ...........:.....:..-.:...::.:..:..:......
,...3:4
Reference to Standards. and Specifications
of Technical Societies ..............:.. ..:..................3.3'
Regulations, Laws and (ory
6.14
Rejecting Defective Work - .............
,., -
Related Work --
atSite.......................................................:7.1-7'3
Performed prior to Shop Drawings
and Samples submittals review, ............
..:.....6-M
Remedies, cumulative:_.....:_-- .....:......... ......174,
I T5
Removal or Correction ofDzfectfve Work ........
..... ._13.11
-rental agreements: OWNER approval requiied,,,,,f
replacement of ENGINEER by OWNER .................
... `d:-'
Reporting and Resolving.
Discrepancies.....,...... I .................. 25. 3:3.2.
6.14:2
Reports-- -
and Drawings..„_, .........................
- 3 2.1
and Tests OWN'Uesresponsibility ..,,.
.5;4
Resident and Project Representative
definition of .....................................................
1?3
provisionfor............................................................ 9.3
xi; L1CDC.GLNL'R_4L CONm r1GNS.1910.3 (1990 ELATION!
wi CITY OF FORT COLUNS MOOfFICATfONS (REV 9f 4)i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Artible or Paragraph
Mim ber
Resident Superintendent, C.ONTRACTOR! ... 6.2
CONTRACTORs-in general,,,,,,,,,,,,,,,,,,,, 6
general : ............
-ENGMER's-in
Limitations;;
OWNEWs-in general
......... 8
:;
; .........
................
Rcusc: of Documents
3, 7
Review by CONTRACTOR: Shop Drawings
and Samples Prki to Submittal .............
Review of Applications for
Progress Payments ..... ....................
J4.4-14!7
Right town adjustment.. .;..T ....... :
............. ....... 10.2
Rightsof Way...._.-_-,-_- ,......... I ........
.... I --- ------- 4.1
Royalties, PatenL Fees and.,, ....
........
Safe Structural Loading-' I
-.....................................
.
Safety-
and Protection,,— .......
6.18.
6.20-6.2
1; 7. 13.2
general ..................... I ..............................
.6.,?0-6.23
RepresenLitivc;,CON7RR\CTOWS...............
...... 6-11,
Samples—
definition.of ....... ------ ........ ..........
general ....................................................
6.24=6.'S
Review by CONTRACTOR ................................
U5
Review by ENGNIEFR .............................
' 6.26. 6.27
related Work„-,,,_
...............6:28
submittal of
submittal procedures,... I .... ....................
... 6.25
Schedule of progress ....... 1,j ..... ; �:2:6.
2.8-2.9. 6.6.
1 ........ ..... .... . ..................6.29,
10-4, 15.2.1
Schedule of Shop Drawing and Sample
Submittals .......... I 1.6,
13-19,.6.24-6.M
Schedule of Values .... ........ ...... ..........
-
7. 6, 18-2.9, 14.1
Schetlules
Adherence to .... .............................
; ......... .. 15. 1 L
Adjusting.................. ........................................
�.6
Change of Contract Timeq .................................
10.4
Initially Acceptable-,,. ......... --------
------ �2.8, 2.9
Preliminary,,,,_,.,_ --- ......................................
... -1, 6
Scope of Changc:k ......................................
10.3-16.4
Subsurface. Conditions., ...............................
...... 4.2.1.1
Shop Drawings —
and Samples,,genern! ......................
I ........... *6,24-6:23
Change 0idm & Applications for
Payments, and ... .........
..
definition
: 1.35
H'INIMIINIEUR's approval of .................................
16.2
:
E\-IGM-ER!s responsibility
for review .....................................
9.7; 6.24-6.23
related
4;28
reviov procedures...,....... r....................
?. s; 6. 2 4 - 6; IN
Article orParagraph
Number
submittal required ...............................................
61) 4 . 1
Submittal Frocedurcs ........................................615
0.0
use to approve substitutions„ ...................._
...._633
Shown or Indicated:........_ . cated
Sitc Access ............................ ......................
1-2
7.1—,31.
Sile,Cleardiness........... ....................................
;§ 17
Sivi, Visits t6—
by ENGN ......
g.;-. 0-2
by others...... ....................................
13,2
.speciii.ca,uses of loss.! policy forrii.
insurance
5.6.2
definition of...,., .......
J. 36
Specifications—
deftnation of ....
6f.'rochnical Societies, reference to.,
pr&cdcnLe .
.......................
.........
Standards and Specifications
of Technical Societies:..._ .................................:
3:3
Starting Construction, Bef6rq-:,7
5-2.3
Starting the Work. -------------------------------- ........
I 4
Stop or Suspend Wdrk
by -CONTRACTOR , ................. ........
5.5
by OWNER .......... ........ :.8.8,
13.10, 15.1
Storage of materials and eqiLipmen.t ...........
1,12
Structural Loading. Safety ... ....................................
6AS
Subcontractor —
Concerning .............. ................................
6.5-6.11
definition of
1; 317
delays..... .............................. .................
.... 13
waiver of rights, .................. ................ ..........
Subcontntcturs--in
Subcontracts.- required prpVisions..,,5,11, 611.
1143
Stibm ivals-
Applications for Payment„ ..........................._.._
14.2
s Maintenance and Operation N,lanual................14
12
Procedures._..._..... ................
625
Progress Schcdulcs ....................................
1.6. 2:9
Samples ................ ............ ......................
6.NL6.28
Schedule of Vilu,�...
Schedule of Shop Drawings and Samples
Submissions
2.8-2.9
Shop Drawing? ..... ..............................
6.24-6.28
Substantial Completion—
ceriifimtion ......
14,8-14.9
definition or-
.......... * ...... * ..............
Substitute Construction imcifiods or Procedure*...,.,.
Substitutes and "Or Equal' iternsi., ...........
CONTRACTOR's
ENGINMrWs Fvaluation ..................
o.7-3
"Or -Equal" ....................... .....................
Substitute Construction Methods
CJCL)(: GUNUtALCONUMOINS 1910.3 (t990.LUI FION)
WOTY OF FORTCOLL. MM MODIFICATIONS kREV9199)
1
Article or Paragraph
Number
or. Procedures ____ .................
6 1.2
. 4
Substitute Items..., ----------
.7- V,2
Subsurface and Physical Conditions—
Drawingi ci4 in.or relatii-, to .........................
4.2. 1; 2
ENGINEER's Review ......................................
..4-2.4
.
gereral_,.,.,_;, ... �: ...... :,__ ...... z: ...
: ...... :_4 �Z
Limited Reliance by CONTRACTOR
Authorind ............. ............... .......
.......... 4.2,215
Notice of Differing Subsurface or
Physical Conditions ......
Physical Conditions, ...... ......
I.A...4-2-1.2
Possible Ccntiact Documents Change ...............
4;15.
Possible Price andT c Adjustments MUS .......
4. i.6
Reports and
14.2.1
and,
,,;,,,,;,;,,,,,,; d ...........
........ ......
Subsurface Conditions it the Siti ..................
:4.2-1-1
Technical Data..._........_ .. ...............
.......
Supervision-
CONTR,NCTORs
I
OWNER shall not supery ise ................ .................
8.9
FNidrNEFR shall not supervisq, ...............
9. 17- 9.13.2
Superintendence..:....... _ ... : ................. ;,: ....
;z1_._:.,6,2
Superintendent, CONITRACTORsresident.....,,
...... :.16.2
Supplemental costs.... ...........................................
11.415
Supplementary Conditions—
defifiition of
39
principal references to .................),IQ I.
I k 2.'_2 2. 7,
............ .... 4.3, 4-3. 5.1, 5.3.
5.4. 5.6-5.9:
................ 5.11, 6.8, 6.13. 7.4; S.
11, 9.3, 210
Supplementing'Contract Documents ....
.... J.6
Supplier—
definition of
principal references t4...........3.7, 6.5, 6.
11. 6:20,
........ 24, 9.13, 14.12
Waiver of Rights.., .------ ...........................
6.11
Surety -
consent to final payment .........................
14.12, 14.14
ENGENITER has no duty to.,,_ .....: .....................
9.13
Notification of, .............
10:5. 15,2
qualification of ' ............ * ......... ' ......... * .........
:
Survival of Obligations ...........................................
6-34
Suspend Work. MINTER May_ ... _J3.10,
15 1
Suspension of- Work, and Term inition ......
CONTRACTOR Miy Stop .Work
or Terminate : .... ...........................................
15.5
OWNERA,iiv Suspend Work.___ ....
r .... ;-.15d
OWNER -May Terminate....._.::.:- :. ..........
1:.J5;2-15.4
'fixes--pavrnent by, CON[TRACFOR ....................
" ... 6.15
Technical Data—
Limited Reliance by CONTELACTOlk ................
4".2
Possible Price and Times Adjustments-_-___„
-,-4.2,6
Reports of Differing Subsurface and
Physical Conditions ..................................
_4.2.3
xiv
Temporary construction facilities .................... : .......... 4-1
Article or Paragraph,
Nurnb6e
term inat ion -
by CONTRACTOR ...... .r ---- 7 : .....
t� ... 1.5.3
by OWNER ............................ .......... 3; 15.1-15.4
of ENGWEE.Rs cmloyuicnd ...............
............. �.-2'
Suspension of Work-in general ...........................
JS
'Terms and
Tests and Inspectibns
Access to the Work-, by others;_.,__ ....................
13,-2.
CONTRAcTofn responsibilities ...............
...... j3.j
cost of 13.4
covering Work prior to ..........................
... J16-137
Laws and Regulations (or) ...........................
k15,
Notice of.Ddccts. ... ................ ..............
:_.-
.......... 131.1
'OWNER Nlay Stop Work........ ---.
..... 13:10
'
'OWj'TER!Srindcpendcn1 tcsting.;,; .....
.special, required by ENGINEFR,
0
.......
timely notice icquiici,_, ... ................
.............
13.4�
Uncovering the Work, at ENGIN TIM— 's
request -------------- ---------
13,8-,13:9-
'Times-- '
Adjusting..........................................................
6.6-
Change of Contract .... ......
...... 12
ComputHtion of.. ......... .......
_ ........ 17.21
Contract Tim es--dcfmition of ...........................
j, 12
day............. .....................................
...... t722,
Mil,stores ..........................................................12.
................
Requirements—
appeals .............................. ..........
9.10, 16
clarifications,
claims and disputes,,,,,;;;,,
1. . 1[.2. 12
C6mmencement of Contract Times-,,_,
........ 2 3'
['reconstruction Conference ... M." .....................
1.8
schedules ..........................................16,
2.9. 6.6
Starting the Work ........... ..........
Title, Warranty of ... ..................
14.3
Uncovering Work ...................... ....... : ......
J 3.S-13:9
Underground Facilities, Physical Conditions—
definition of ............................. .......................
1.41
Not Shown ur
4.3:2
protection of........................................
4.3, 6.2U
Shown or Indicated
4.3.1
UnitPrice Work -
claims
1 1.93
detinition of .......... ........ .1 .................
.1. 41
generall.1.9, 14.1, 14.5
Unit Prices—
.-eneral 11.3. 1
Determination for ................ ............................
9,10
Use of Prmiscs ............................... _ 6,16,
6.18, 630.2.4
Uti I ity owners.. .......... 13; 6.210, 7.1-7.3, 13. _2
Utilization, partill_ ...... 5-15. 6.30:2.4. W. 10
Valuc of the Work ....................................................11.3
Values, Schedule of ....................... ...... 7.6. 2.8-2.9. 14.1
EICDC GENLICAL CONDI r[UNS 1910.3 (1(9'PJ ENTION)
wt LTTY OF Foicr COLLENSM00MCATIONS (REV T991
I
I
I
I
I
I
I
11
I
I
I
I
I
I
I
I
I
.Variations in Work --Minor
Authorized 6;-57, 9.3
Article or Paragraph
I Number.
Visits itogSite--by ENIGMEER ...................................92
Waiver of Claims —on Final Payment-,--,,
. ......... 14A5
Waiver of Rights;by insured partic.5 .................
Warranty. and Uuarantec, deneral--by '
CONTRACTOR
:0.30
Warranty of Title, CONITRACTOWs .......
..
Work-.
Access to . . . ....................................
13.2
. .
by others, .............................................................
7
Changes in Lho.—
...... '10'
Continuing Lhc:-,---;-,7 ...................
.......... 6.29
CONTRACTORMzy.Stop Work
or Term in -ate
Coordination of----;------ ...
... 74
Cost ofthc,.: ......
1,5
d6finition of ......................................................
L43'
neglected by CONTRACTOR ............................
1314
other Work
3
OWNER Ntiv Stop Work-_.._ ..................
-.1116
OWNER May Suspend'Work ...................
113. 10. IS, I
RelatdWork at Site_......... ..................
7.1-7.3
Starting
Stopping by COINTR.ACTO .............
Stopping by OWNER .................................
15. 1- 15.4
Variation and deviation authorized, at inor ..........3.6
Work Change Directive —
claims pursuant to.............................................10:?
definition oF.., .... ........ .......... .......
1 ....... .... 1.44
principal ruCcrences to ......................
3.5.1 10.1-10:2
Written Amendmcnt
definition
principal references to .............. 1.10,
3.5, 5J0,15A' .1
.........................�.6.2. 6.8.—
6.19, 10.1, 10.4.
.............. ....... .11.2. 111,
14.7.2
Written Clarifications and
Intcrpretutions .....................
3.63..9.4. 9.11
Written Malice Riquired—
by CONTRACTOR .............................
7.1. 9.10-9.11,
...... . ........... :1;
10-4. I1:2. 12.1
by OWNER ........ ............ 91 10-9.11, 1Q.4,
11, E 13.14
NN
EJC[V GLNEtALCONDIIIONS 1910.8 (1990 LDI no,41
FORTC01.1. M M()DIFICATI0\NiaFV?199)
1
' SECTION 02500
QUANTITY ESTIMATE
' This work shall consist of asphalt patching, asphalt overlays, surface grinding and preparation, geotextile paving fabric,
and manhole and valve box adjustments on designated streets in the City of Fort Collins. Specific locations are described
herein; however, additional quantities are included in the Bid Schedule for locations not yet identified at the time of the
' bid.
All quantities stipulated in the Bid Schedule at unit prices are approximate and are to be used only as a basis for
estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of
payment shall be the actual amount of materials furnished and Work completed.
Contractor agrees that he/she will make no claim for damages, anticipated profits, or otherwise on account of any
' difference between the amounts of Work actually performed and materials actually furnished and the estimated amount
in these documents.
i
1]
Addendum 1 Page 5 of 11
7222 Asphalt Overlay
,t
('this page left blank intentionally)
LJCDC GENERAL CONDI 11CINS 1910 EUfrnoN'
.%it my (5F FOR mOI.Lr\-r\ - -v
, . torimc�%ro,4's {REV I
I
I
PI
1
1
GENERAL CONDITIONS
ARTICLE I-DEF'LYItws
Wherever used in these General Conditiors or m-the other
Contract Documents the follo vtr g terms '.have the
'Meanings ;ind edted -which ptv'ripplimble -to buth +Arc
singular and plural thereof.-
1.1. Addende-Written or graphic insOvrunts issued
prior to the opening. of Bids which clarify, correct or
.change the Bidding. Regtifrements or the- Contract
Docurrients
I?: .1greernent- f he: written contract bxnvc cn OWNER
:and CONTRACTORcoveiirg the Work tube perforriwd;�
other. (Contract D7ocurnenLs arc, anachcd'to the Agrecmrnt
and made a part thereof as pr(rvrvided therein.
1.3. 4 plica&)n for Pgrwwnt-The farm,;icccpted try
ENGINEER which is to he used by'CON-TiMC Pt6R` in
requesting progress or'tinal payments -and which is to be
accompanied b>, such `supporuhg documentation as is
required.by the Contract Documents.
1.4. Asbestos -Any materinl4hat contains more them one
Percent tasbasaos and is triable or is releasing asbestos Fibers.
mto the air above current action levels established by the'
Witted States Occupational Safety and Hcalth
Administration.
1,5; Bid -The offer or proposal of the bidder submitted
on the prescribed form setting, forth the price-s for tk e Work
to he performed.
1,6. Biddih$ Daavntmts-The advertisement or
invitation to Bid, instructions to'bidde'rs, the Bid form;. and
the proposed Contract Documents (in cludutg all Adcdnda
issuad prior to receipt of Bids).
1.7- Biddnire Recpdramenrs-The m&6nisenient or,
invitation•to'Biid, instructions to bidders, and the Bid form:
1.8: Bonds -Performance and Payment bands and other
instnrmems of xcutity:
19. Change Under -A. documentrecommended by
GNGNMRL which is signal by CON7RA(-70R and
OW `MR and authorizes an addition deletion or revision in
ihe'Work, Oran adjustment in the Contract Price or the.
Contract Times.'issued unor after the Effective Date: of the
greement. - -
1.10. Caramel Dodrm_ ai76-The' Agreement, Addenda
(which pertain to the Contract Documents);
CONTRACTOR's Bid (including documantatibn
accompanying, the. Bid and any pus[ Bid doctiniumauon
submitted prior to the Notice ofAciard) when attached as
an cdiibit to the A-nement, the Notice to Proeccl, d,e
Bonds. these General Conditions- the Supplementary
Conditions, the'Speciticattons and the Drawim_s.es the
1:XM OE'_.'ERV. C•C• WITLO,Mi 1910-3 (19.49 Wtim)
at C17Y OF FORTC•OLLIBS\IOULFIC.Xr10N5(RGVdU^f M
'same are more specifically identifiedIn the Agreement;
together with all Written Amendmen•ts; Change Orders,
Work Change Directives. Fief Ortim an& E40 NEERs
written interoirt prelauand clarifications issued pursuant'to
-paregraphs3.5, 3i6r1.and- 3.G,Yc'n.ostler the Effective
Date -of the Agreement. Shop Drawing sufvtiiitials
.approved pursuant to patataaphs 6r'6 urid:6.27 and the
reports and drawings r6ffred•to'.in paragraphs 4:2.1 and
4.12 are not Contrad.Documents.
I.H. t'bntract Price -The tmgnevs• payable by
OW VER'to CONTRACTOR for camPletionof thelVoik
in accordance with the Contract Documents as gated in
the Agreement (stibject to the provisions of
Paragraph 1' 1.9.1 in the ase of Unit Price Work):
1.12; Contract Times -The [umbers of days or -the
.dabcsstatcd'in.thc Aacememt:.(i) (o.achicvc'Subatantial
Completiorn.. and ,(ii) to complete. thr Work so Lhat'it t
ready 'for •final, payment as, evidenced 6T7GINEF'R's
written recommendation offinalpayment in accordance
with paragmph 14113;.
CONMT IC'TOR-The F+etson, fum or..corpomtion
with whom OWNER has c ntcrcd'into the Agrcemcm.
134. .rkfecth-e-An adjective whieh,whcn mcilifymg
the word Work refers to Work that is ursatisf ictary, faulty
or deficient in that it does not conform to the Contract
DavmemS or doss not meet the requirements of any
,inspection.. referencestandard, test or approval referred to
in the Contract Documents, a has-been darinaged prior to
ENGDMR's recommenclationof final payment ('unless
responsibility for the protection thereof has been assumed
by OWNTR at Suhst.,intial Completion in accordance with
paragraph 1 y.tt sir 14,10),
I.15: Drawings--Thodrawings which show the scope.
estent .and character of the Wont to be famished and
pertbrmed by CONTRACTOR and which have been
prepared or approved by ENGNEER find are referred to
in the Contract Documents,. Shop, drawings are not
Drawings as so defihcd
1,16: Egirctive Date of Are Igreenreni-1 ha date
indicated in the Agieement on which it becomes.efCeceive;
but if no such date is indicated it means the date on which
the Agreement is signed and delivered by the List of the
two parties to sign and deliver.
1.17_ ENGINEER -The person• firm or corporatism
named as such in the Agreement.
I.l$ Er6GkVEFRx Cormlanr-A person. firm' or
,corporation having'a contract with ENGLN I:'ER to famish
services as ENG=-R's independent professional
associate or consultant wiihmt pest to the Projectand who
is identified a-s such in tkt'Supplementary Conditions.
1.19.. yield artier -:A written order issued by
F1i iGIN"EER which orders rrrr changes in the Work in
accordance with paragraph 9:5 but which dcxs not involve,
a change in the Contract Price or the Contract Times,
I
1 20: Gengrri( Regain mints=Secuo s' of Division I of
the Spedfianorn.
1:2l.. Hazanibus Wwte.Theterm lfaisrdousWastesiall
.have the meaning provided-inSection lt)04'of thee'Solid
Waste D.iywsal .Act (42'USC'Seetiori 690-3) as amended
fromtimetotimr.
1 2.3;. L6ii',r and Regidafians: Larry ar Regulations —Any
.and and all a pliable laws rules. reyulat on s onlirtaiwcs.
codes and'ordam of - any_ do all guyammental'�bo' ies,
regencies-authdrities and courts havirgjurisdicuan.
1.22:h Legal llolrdays-shall be -those liolidays observed
by theCitvof.FortCollins-"
123. Liens -Liens charges, .security interests or.
ern,:-umbr.+ncos upon.nral praparty or,personal property.
1 23, Milestone --A principal event spccitied' in .the
Contract DoLumcmi; relating -.to im intermediate'completioh
date or..time prior to Substantial Ct,impletion of all the
work-
1.?:: ,Notice af•.41var3=A-wntten nouceby (MWEF_to,
the7aplx nt sucm.% ul.hiddcrsuadrg,that upon compliance
by the apfiarcnt successful bidder with the conditions
prexedeA enumerated therein, within die time specified
OW--S[ RwillsignanaldelivertheAgreement,
1.26. Notice to proceed -A written, notice given by
OWNER to CON'rR,1CT0R (With a copy to.F.NGINF.ER)
fi-xirng the date on which tlw Contract Times will
commence to -run and on which MNITR,iCTO R shall start
to .perform CONITR (71` .R`S obligations carder the.
Commet Documents.
1.27. OWWER- the public body or authority.
corporation,. •associationt. funv or ,person with whom
CONTRACTOR has entered into the Agrecmentand'for
whom the Work is.to be:piovided
128. Partial Uti(lcation-Use by OWNER- of a
substantially complcted.,part of the Work for the purpose.
feu which it is intended (ora related purpose) prior to
Substantial Completionofall the Wurk
1.29. PCBs -Polychlorinated biphenyls.
1.30. Penvlerorr-Petroleum. including crude oil or any.
fractiem.thereof which is liquid aL standard conditigna of
temperature and pressure (6(k degrees Fahrenheit and
147 pounds per. square- inch absulme), such as oil,
petroleum; fuel oil oil sludge, oil refuse. Sarsoiine,.kerosene,
.and oil mixed with oilier non -Hazardous Wastes and crude
oils
1.31. Project -The total cpnlstructiim cf which the- Work
to be provided under ihc'Contract Documents maybe the
whole. or a pain' as indicated elsewhere in ilie Contract
Documents.
132.a. Radivac(ive rifarerial-Source, special nuclear; or.
byproduct material as defined 6ithe Atomic Energy Act of
EJCOCGEN-mR LC0u0lilo-..b 191o4(Ow Eclivail
a'/Clll'OFF'ORTCOLLINS\l0016ICAT10NS IREV IP01)( 1
1954' (a2•LISC:Stction 2011: at seq:)..as amended from
time. to time:
132.b.. RtV6r Wortane: Hour$"ReeLId workme hours
-are �defncd..as-TtJthim� .to 6:(10pm. iatlssTothertvist
specitiedintheGenemlRenuircmerntc., '
1%33: Resident Project Representdtiiv-Tha_authodied
:representative of ENGD4EER who inay. be assiened to the
'site. of uny. part lbereof.
1.34.. Samples -Physical' examples of materials..
egiiptuent or worm anshipp that are. reprewnthtiva of
some portibn of the Woiic and which• establish the
smindaids by uhicli such portion of tha. Work; will be
judged.
1.35: ,Shbp Vrvnings-All -dmwirgs,, diagrams,.
d1lustmliuns: schedules and other data or information,
Which arc spcciticallp' p4cparod or,asscmblcd' by or" for
CONI T- -rc .an..submitted fry CONCRACTOR•to
:illiutmetsome potion of the Work:.
136, Speeftcahpns (hose, portions of the Contract
{ ocuments.constsung of tmttcn tcc! trial descriptions of
matermis, equipment, construction systems standardq and
tvorliniianship .as applied' to.: the WorL :and certain
_adrainisth dvc details applicable thereto:
1.3T Snhconfravlor-An individual, firm orrorpomtion
Having adirect contract with, Co\'TRACTOR or with any
other Subcaatmctor for,the.perfonuancc of a part of.thc
Work at the site.
1.318' Sub.mandal Campletion--The Work (or a
specified p;ttt thereat) his pnc;ret,ed to the point :inhere;
in the opinion of FNGINEER as evidenced - by
E\'GLVEER's definitive certificate of Substantial
Completiork.ifis sulliciemly complete„in accordance with
the Contract Documents, so that the Work for specified
partycan be utilized for the purposes for which it is
intended;. cr if no such certiflatc is issued. when the
Work. is complete and ready for- final paymentas
cyidenced by ENOMFER'swritten recommendation of
futal payment ut accordance with paragraph 14:1 i. The
terms, "substantially co plete' and 'substantially
completed'` as applied to all or part of the Wort: refer to
Substantial Completion thereof
139. Supplemenran' Conditions -The part of the
Contntct Documents which amends orsupplements these
General Conditions..
1.40. Supplier -A manufacturtt, fibricutor, supplier.
disuibutor,.mtuerurlman or vendor having a direct contract
with CONTRAL-TOR or with any Subcontractor to
:furnish materials or equipment to be incorpormed ;in the
"fork -by CONERACTOR or my'Subcbntmetor.
1.41 (fidergrgrutd Facilities -All pipelines, conduits,
ducts cables, wires manholes vault,-% tanks. tunnel, or
other Such .facilities or atttchmenlc„and any encasements
cumauunc such facilities which have. been installed
undercround to fumish.any of the followiti , Qr ices or
1
1
Ci
1
1
L
11
1
1
1
1
L
1
L
1
[1
F
materials: electricity,, gases, steam. liquid' petroleum
products, ttlephorta+ or tither corrimimications, .cable
television sewage and ihainage removal trafftc�ur-either
control systems or water.
1-42,- Clnft F'niece IV6rk=WcW ro he priid'for.on the baiii
of unit prices. .
1.41 Work -The entire completed, construction or the
vurious-separately identifiable ppaertrts thereof required to be,
furnu hed under the Cbrinct 6mcin nts. WorVincludes
Zid'is _the ieaI foCpcfcirming or earn(- * i Inbor "end.
Rurtishing,and incorporating inate -rials and equipment into
the construction,.and'performing or ftimishing services and
fiuttislung. documents, all -as, required' by the Contract.
.Dciranmv7lts
1.41.. ifork Change. DLecdw—A written directive to.
CONTRACTOR. issued on car alien the Elfective Date of
'the Ageement and surfed byOWNPk and mciammended
by ENGWEER. ordering art addition. deleGo-.or revision
in the WYork, or responding. to . differing. or unforeseen
physical conditions under which, the Work is to ,be
performed as provided in Fxtragmph 4 _ ;or 4.3 or to
emergencies under paragraph 62Y A Work Change
Diructty_ a will not change the Conract Price orthc Contract
Timm but ig.evidence.that the partiei e\pect that the
.change directed or documented by a Wort Change
Direr:tiVe will, be iitcorlwated in asubsequently issued
Change Order following negotiations by the panics as to its
effect if anv_ on the Contract Price or Contract Times as.
provided in Iiaragraph lQ?
1.45. Wnftani Amencbnenl=A ttrittcn amcndmcntof the
Contract Documents„ signed by OWNFR and
CONTRACTOR on or niter the Effective- Data of the
Agreement and normally dealing with the nonengineering
or nontechnical' rather than strictly construction -related
aspects oCthe Contract Documents.
ARTICLE2-PRELDIIN.1RY MATTERS
DelireryafBoady.
2.I. When. CONTRACTOR dchvers the executed
Ageemrnts to OW,- CUNTRACTOR shall" also
deliver to OWIr TER such.Bonds as CONTRACTOR may
be mgtured to furnish in accordance with paragraph 3- I.
Copies of Documents..
11. OWivER shall Curnkh to CONTRACTOR up to ten
copies (unless otherwise speciCted_ in'the ,Supplementary
C'orditiams) of the Contract Documents as -are reasonably
necessary for the c. a uticn of'the.Work..Adtlitional copies
will be fun stied upon request, at the cost of reproduction.
Commenceinent of Contract TiinEv, (Notice to Proc'ee&,
3. The Contract Tinter will coutmence to run on the
thirtieth day.nRer the F.Ifectiva Date of the A_�recment, or,
EJXDCGE'.'EF L C'ONDIT101% 191iI-9 tl999641kin"
W CI N OF FORT COLLI YS \IODIFICA'r10Ns'rRGV 4CQ11a1
if a Notice to Proceed is'giveiL on the day;indicated m the
tiotice to•Prm d. ANotice to Proceed may bi given at
any time within thirty, days after the Effective Date of the
Agreement. - Tan'.
. � \3l1`F�-EiBY-B�NE�iB-dBy
oF&td-openute-or-tltcthtrvethdaycAftzr-thE BlCeettvdt7xtE
:eaN}ie4�;reean efts,-ivhiehvwar-elate-isear{itr
Sdr mng fie'fi ork.
CONTRAMR'shallcstart, lo perfoim the'Work
,on the d'aie when lha.Conkact Times•comrnence to nut.,
but no Work shall he done at the site prior to the date on
which the Contract Times commence to run.
,Hefore Starrritg Colt mu'tfoti:
"i;. Befdre undertaking each part. of the 'Wark.
CONTRACTOR'dial! ,carufully study and compare the
Contract Documents` and 'check and 'verify- tcrtincnt
'figures. shown thereon and all applicable Geld
measurements. CONTRACTOR shallpromptly re
port
writing to FNG[NEl]R any enntlict, error, ambiguity or
.disaepanay dhich CONTPAC.TOR may discover "and
shall; obtain a written'mtcrprctadon or�claritication.from
ENG[NERR before pnx:ceding with any Wort: affected
thcrehy;, however, CC)amxc COR. shall 6cl'be liable, to
OWNERor ENCYMF.R"for failure to repart,any eantlict4
error, ambiguity or clacrepaitcy in the Contract
Documents unless CONfRA(,TOR knew or reasonaby
should have known thereof.
16. Within ten days after the Effective; Date ,of the
�ecmcnt (unless otherwisc .specified in, the General
Requirements), CONTRACTOR. shall submit to
ENGINEER for review;
_.6.1. a prel'uninary progress schedule indicating
the Limas (numbers of days or dates) for starting — and
wmpleting the various stages of the Work; including
any Milestones specified in the Contract Docxatients,
2.6.2, it preliminaryschedule�oCShop Drawing and
Ssiniple .submittals. which, will list "each required
submntal.and the timesfor submitting, reviewing and
procesin. such submittal,
?'.6:2.1. do no -case will a schedule .be
acceptable tyhirh allovls less than 21 calendar
days for each review by Emmneer.
2.6.3. A predminan• schedule ofvalues for all of
the Work which will MCILICIL quantities and prices of
items ag_rsegatmg the Contract Price and will
subdivide the Work into component parts in sufficient
detail ur serve a 'the_ 'basis for progress piiyments
during• 2constructidn. Such prices will include an
appropriate.amount of overhead and pruGtapplicsble
to each item of Woik,
.2.7. Before anv Work at the site is started-
CX)i\rfR4C;fOR and,t)l?tE#,shall eaeh deliver to the
ether OWNER with copies to
identified-ii�dk4St}ppknalnrnrenditiarts ENGhNtF'F`[2,
I
certifiumes of itts roar ce;(and otf er evidence of'insurance
fly
k aq rivuested by OWNTM which
CONITOR is required
'to ,purchase• mid maintain .in accordance• with
parng a,phs 3- 6-end-5-7:
Preeon uruction'Conferonce:
14 Widtar twenty days after the Contract Times start to
run bat before any Work at the site is slaitid•a coriferelice'
sitended by. COtYCRACTOR. •EfiC.LY6EIZ artd Diners es
approliriate. will be held' to establish a working
understanding among the panics as to the Wort: andto
i diacois' the schedules referred to in paragraph z.
procedures for handltng '.Sling Drawings and odor
submitts Lsprocessing, Applications for: Payment and
maitiwining requvtd rcoords
Iniria/Il, AcegmaMe Sche&dl.
2.9. Unless otherwise provided in the
t lconrcrencc attended by CONTRACTOR. ENGINEER
und'others,•rs _Hjj*bffflte dcsi apd t,d iyi OWNER will be
held to review for acceptability. to FNGIi iFER as; provided
below the schedules submitted in accordance with
paragraph 16: _and ID isi n_l --9sna l_1Zrtiry_ fz nests,
CON'fRACTOR shall have an additional ten days to make
corrections and adjustments.and to complete and resubmit
the schedules No progress payment .shall be made to
CONtRACfOR until the schedules are submitted to and
accctifnhle to C GINEER as provided below. The
progress sched e willt>z acceptable to _6i`1OUF.F.R as
,providing. an orderly progression of the Work. to
completion within any specified Mhstones and thc;
Contract Times but such acceptance will.neither.impose on
ENGINEER responsibility for the seyCiencmt, scheduling
or progressof the .Work nor interfere with or relieve
CONTRACTOR from CONTRACCFOR'sfull
responsibility therefor. CONTR->.CrOWs schedule of
Shop Drawing and Sample submissions.will be: acceptable
to FNj GTNEER as providing a workablearrangement for
reviewtra: and .processing the required submittals
CONTRACl'OR's schedule of valties will be acuptable to
I3;s 60EER as to Rxiu and substance;
ARTICLE 3--CONTRIACT DOCUMENTS: LY'TEtN"T,
AbiEND UNG;REUSE .
Intent
3.1, The Contract Documentscomprise the entire
acreemenr, between 'OWNER :andL CONTRACTOR'
eoncerniirg the Work, Thc-.Contract Dewmeats are,
complementarvt what' rctilled for bvone isas'bindbtg as'if
ca(ldd for by all. The Contraix Dctivments will be
construed inaccordance with the late or. the .place of the
Project.
3;1_' It .is .the intent of the, Contract Documents to
Facet: ct:tiex,v: cofiuincLv iv lux i i9vu c-duai�
w/ 01Y OF FORT WLLI NS MOOn ICA'ClONS (lt&V lrinikl)
describe a'furictionally complete project (or part thirepo
to be constructecl : in acwrdbnce-'.with the C&ntrect
Documents. Any'Work, mate r.als or equipment thal,may
reasonably be inferred from the Contract' Documents or
.(iom.prevailing custom or trade usage asbeing required to.
produce the mtended result , M11 be furriishl & ,and
performed whether or not specifically called fcir. When
wools or_phrases which have 5•welf-Mown tectauc5l'or
convtrttetion industry or trade meaning are used ter
describe Wurk matcrials or equipmatl such worils.ot
phrases. shall be interpreted :in accordflncq:tvidi that
meaning. ClariGtaitions:and-interpretations oC-the Contract
Doqumerim shall be issued by ENGINEER- as,provided'in
paragraph 9.4. .
33_. ,Reference"to Vtandirdr.and.Speciftwfons (if
.Technical` Svdetie`x; Reyoriiiig• irnd Resofving.
3;3:1.. Reference too standards, specifications:
manuals or eodesOfany technical:sociery, (rynj Door
or. association, or Wthe. Laivs or, Regulations of any
govcmmcrital authority; whether such trctercncedtc.
sr,&iB6,•or ,by, implication shalt mean the 'latest
standard, spcmhcatton, manual, code or Laws ,or
'RL&Wtiomin cflext atthetnmdof opening pt;F3idv (o>-,
oa the,'E:ffective'Datc:of the .Agreement if there.were
no Bids), except as ,may Fx.othenvise specitcally
stated in die ContractDocumcras.
3.3.2. It', during the performance- of the, Work,
CoNhTRACTOR discovers any c rattier, error,
ambiguity or discrepancy within the Contract
Documents or between the Contract Documents and
any provision of any such Law or Regulation
applicable to'the,perfonnince of the:.Work or.pf'anv
such. standard, specification, manual or code orotan},
ui.sutiction of any Supplier rereated to in paragraph6.?.
CONTRACTOR shall rcporl..it. to. Eh.GINNTR in
writing at onus, arid, CONTRACTOR shnll not
proceed with the Work affected thereby (except in an
emergency as authorized by paragraph 6.3) until un
amendment or supplement to the Contract Documents
has been issuedby one of the methodsindicated in
pamumph3:5 ' .or 3,6_ provided, however_ that
CONTRACTOR shall. not be liable to OWNLTL or
ENGLNEER for fidure to report any such, conflict;
error. ambiguity or discoepancy unless
CONTRACTOR knew or reasonably. should have
known thereof.
3.3.3. Except ns-oLherwise specifically stated in the
Contract Documents or ns may be provided by
amendment or supplement thereto i>zued by one of the
methods indicated in. pamgrttph 3.5 or 3.6, the
provisions of the_ Contract' Documents shall take
precdmcu in resolving tiny conflict;. error, ambiguity
or. discrepancy between the pnivistons of the Contract
Documents and.
3.3.3.1. the provisions of env such standard.
specification. manual; code, or instruction (tvhcther
or not specifically incorporated by refclem,e in the
Contract Documents); or
1
1
II
I
1
1
1
33:3.2, the prbvision3 of any such Laws 'or
Regidatiorts- applicable to�,ihe-performance or.fhe
Work (unless such ,a i, interpretation 6f -the
provisions o[tleCdraiaBtDawnents would resulP
in violation orsuch Law or Regulation).
No provision of -my such standard; specification, manual;
w �de or instruction shall be ctTcctivc to change the duties
and responsibilities. of W-NER. C0NTR\C-f0R or
ENGINEER; or any of their :suhconuactors,consultants;
:sginLs or employees frgm those set forth in the Contract.
Documents, nor shall it he cffectivcto assign to OWNER.
.13NGD F.ER or ami of F.t�IGNF,F.R's Consultants, agents or
employecs any duty or, authority to supervise or direct the
famishing m performance of die. Work or any duty or
auiho icy to undemake responsibility inconsistent with the
provisions of paragraph 9.13 or nny other.pmvisi'an.of the
Contract Documents.
3.4. Whenever in the Contract Documents the terms 'as
ordtted", "as directed", "as required% "as allowed", ".i
approved" or terms of like effect or import are used, or the
.nd32cUVis "reasonable", "suitable", "acceptable". "proper"
or "sattufactnry" or'adjectives of like ctTcct or import are
used to describe a requirement, direction, review or
judLnnent of EN'GE14EER as to 1h2 Work, it is.intendtd'diat
.such irquirement, dirmtion; review or judgment will be
solely to evaluate, in general, the oompleted Work for
complimee %6tk the requirements of and information in the
Contract Doauncros and amformance with the design
concept of the completed Project. as a functioning whole as
shown or indicated in the Contract Documents (unless there
is it specific statement indicating otherwise). The use of
any such'term oradjectiveshall not be etreetive to assign to
IIVGINEERany duty:or authority to,supervise or direct the
furnishirl" or perCtamance of the Work or any deity or.
authority to undertake responsibility contmi to the
provisions of paragraph 9.13 or any.other provision of the
Contract Documents.
Ameni&ng and Supplementing. Contract Documents.
3.5. The Contract Documents may be. amended to
pro6 a fdfrailditiUhS, deletions aria rcYisions in the Were'
or to modify thc'tenns and .conditions thereof in one or
more of the following ivaysi
3.5.1. 'a f-omtal'Written.Amendment
3.5.2: a Change Oiler (pursuant to paragraph IO.q).
or
ER7UG4HVFYLV, C'G�"IUIT[Oi`Li tDIU-R (19`A) Etfitidnl
W1a FY OF FORTCULLISS mOUn;iL:xrtO:V5(RLV4ROUa!
•3.5;3 'a. :Work' Change Directive (pasuant to
paragraph 16A).
43.6. Gi addition, the requitenimis or the Contrtid:t
Documents [nay bo supplemented, and miner variations
end deviations ;in the Wort; may'be.euthori ied in c,R-r or
monthe following ways:.
3,6;1. � A Field Otcle (pursuani.to paragraph 9.?"}
3.6.. ENGNEGR'sapproval'ufaSliopDrawingyr
Sample (pansuariLto paragraphs 6.26 and 6.2�. or
3.6.3. EIGINEER's written interpretation -or
claritication(pursuant tq paragraph 9.4):
Meuse bfDocuments:
IT CONTRACTOR, and. any Subcurdractor cr
Supplieror other permn or orgammuon perfomiing pi
furnishing arry of. the Work tinder _a direct or indirect
.contract with OWNER (0 shall not have di naqurre any,
title.. tc .or ownership sights_ in :anv of the Drawings;
'Specifications. or other, doctmtentsf'.(6r cupI of any
thercol) prepared hy,or hearing the sail of FNGINEER-or
FNCrrNF.ER's Consultam and (it) shill not muse any'of
such Drawings, Specirucationts, other -documents or copies
on extensions of theProor, any other project without
written consent of 0Wlv'ER and ENGMER andspeci6c
written verification or adaptation by ENGINF.E R.
ARTICLE,4-AVMLABfL TY OF L NDS
SUBSURFACE AND F"VS1CAL CONDITIOiNN
REFERENCE POlN rS
Amilabifi(v oft anrLsr
4.1: OWNER shall furnish. as uaiicaated in the Contract
DocurnmM the lands upon which the 'Work is to be
performed; rights-Uf_way and easementsfor access
thereto, and such other lands which -.ire de igriatcd for the
OWNER shall identify any encumbrances or restrictions
not of general application but specifically related to nw; of
lards sit furnished with which CONTRACTOR t611 have
to, complyin performing the. Work- Easements. for
man .perent structures or,permarent changes pt. existing.
:I ncilities will bebbtained and paid for by OWNER- unless
otherwise provided in the Contract Documents.. If
CON`ff, 4.7TOR anal' OWNER are 'unable to .atncc on
enticement to or- the amount or extent of any adjustments
in the Contract Price or the Contract Times as a'result or
an), dciay,in OIVNER's furnishing these lands, 6ghts-or_
dray or easements. CONTRACTOR may _make a ctaint
therefor as provided in Articles I I and 11_;
I
CONTRACTOR, shall provide for alladrtitiolml lands and
aecr;ss 'thereto that May be 'required for temporary
construction .facilities or storage, of materials and
equipment.
f_.? ;Submirfticeand Plryiical C.'omd& bt i•
q _:1. Reparrs.and Draistrrgs: Reference is made to
the supplcmentary Conditions for identification of..
,4_2.1,1, Sybsu ace Cow ktions Those repurts of,,
cvcplorations and Icsfs of cubsta(acc conditions tit or
ocontiguous to the site that have beert'utilized by
GINFER m preparing the Ccuntract Documtcnis;
'and
4.2:1.2. Physical CandlAons.. nose drawirigs*of
physical conditions in or relating to existing surface
Or subsurface,stnrctures at or contiguous to the site
(except Underground Facilities) that have -been,
utilized by ENGD&-ER in preparing the Contract
Documents-
17. Limired-Relimice.by CUMlR4CTOR,Auri1nri,-a4.
7'acltitical i)ara: (YINTRAOTOK may rely upon the
general accuracy of the "technical data' contained in such
re{iorta_and drawings, but such rcTxvtc and draicingsaft not
Contract Documents. Such "technicaldart' is identified in
the Supplementary.Conditions. Except for such reliance on
:such"technical data",'CONTRACTOR may not rely upon
or make any claim against OWNER;. ENGLNEER-or any of
ENC.INF.ER's Comidtantswith respect to:
4.12_I. the completeness of such reports and
drawings for CONTRACTOR's -purposes,
itxludin,, but net limited to. any aspectsoT the
mean, niethm1s, techniques: sequences. a-
nd
procedures �of construction to be employed by
CONTRACTOR .and safety precautions ;mil
programs uicident thereto, or
4.2.2:2. other dam interpretations, opinion;
.and'viformation.contained tit such reports or shrnvn
or-indiquLd in such drawings, or
4.2-na, any CONTRACTOR :interpretation of
or conclusiom drawn from any "technical data" or.
.any such data.. interpretations. opinions or
information
4.2:3. Nonce o/ Differiiijg .Subnvface or Phymal
Conditions: if C'6,ITR_Acr6R believes that anv
subsurface or physical condition at or contiguous to thesile
that is'uncovercd or revealed either:,
4:2.3.1. is of such a nature as -to establish that
.any techrue`ud data" on Whn.h CONTRA\GTOR is
,entitledto rely as provided'in paragaphs 4 2.'I and
4.2.2 is matetiallv'inacctiratc, or
423.2. is of such a nature m to require a
,change in thc:Contmct Documcnts, or-
-3,1,:;3. differs materially from, that drown or
E imc: tiEytR:U. COND[nom 19111J' tow E(Waf t
U wI 01YOF FORT COLLIT%3M0Da4CA'[IONS (RL'V•LZarla)
indicated in the Contract Docunierus, or,
4.23:4. isof art uhusual nature: and' di&rs
matuiihy Crum conditions ordinarilyencountered
and: generally;tecpgnized as inhererit in work of
the diameter provided for 'in the Contract
Docunents;.then
CONTRACTOR' shall, premps 'immediately after
becoming aware thereof and before: Gadier, disturbing
conditions affected' thereby a perforraing any Work.in
.connection therewith (e"xeept in are -emergency as
in eonncction'tl
of written order
4.2,3: E,VGLVEER's Review: E,IGLNEER will
promptly review die pertinent, cdnditi8rK determine, the
necessity of OW NER's obtaining additional exploration or
tesiswith respect thereto and,advise-OWNER in 1'riting
(with d, copy to. CONMACTOR) of ENGWEER's
Iinding%and conclusions
4.2.5, .Passible Conrrucr Mcunrentr. -Change If
ENGINEER concludesthat a' change in the Contract
Documents is rquired as a result of a condition that.mects
one or more of the categories in paragraph 4.2:3. a Work
(:barge I irective or a' Change Order will 'be issued as.
provided .in. Article 10 to reflect and document the
consequences of such change.
:3.2,0. .Pnsrihle Pricy wql T'nnes A4ygMrrn1s: An
equitable. adjustment in the Contract price or in the
Contract Times, or both, will be allowed to the extent that
the ceistcnce of, such uncovered or revealed .condition
causes an increase or decrease in CONTRA701ts cost
'or, or time required for performance oC the'lVork; subject,
however; to die following: -
4.2.6.1. such condition must meet anyone or
.more, of the categories described in
paraggraphs 4,2,3,1 throng t 4,13 A, inclusive;
4.2.6?. It change in theContractDocuments
pursuant to paragraph '4.2.5 will not 'be on
automatictmthoricition of nor a condition
prc edent to entillement to any such adjustmenC
4:163, with respect to Woik that is paid for
on Unit price Basis, any adjustmem in Contract
.Price; will be subject to the provisions of
Paragraphs 9.113 anti 1 1,9: and
42:6.4. CONTRACCORshall not bcentitled
'to any adjustment'in the Contntct Price or Timis
if;
4.2,6,4.1. CONTRACTOR knew, of
the existence of such conditions at the
time CON'rR:4CTOR mace ,a final
commitment to OWNER in.respect of
Contract -Pried and Cenumct Times 6y.the
I
I
[1
1
subtnission of a bid of -becoming bound
under a negotiated%.ontract' it
42.6.4;1 the existence of ;such
condition could .reasonably have teem
discovered or revealed.as.a result of any
examination, investigation, Cxploradcm
lest' or. study of the site.,and 'contiguous
areas required by the Diddiaig
Requuvmcnts or CmuuCt.DOlxUlrents to tic
conducted by or for,CONTRJCTOR'piior
to coNraAC.TOR's inak'i g, such 'final
commitment or
42.6.4.3. CONTRAC:OR failed to
give dic written notice within the time and
us requirmI by pamgmph 4.1..1 .
If OWNER -and CdMrRACTOR me unable to agree. on
enddcrnent to or as to'the amount or length of any
equitable adjustment in the 'Contract Price 'or Contract
Times• o claim mac be 'mhde thenifor as.provided in'
Articles It and F?. 'Ffoweve, OWNER; ENGINFER'and
'ENOINEER's Consultants shaU not be liable to
GONTRACT.OR for any claims. costs dosses or damags
sustainer) by CONTRACTOR on of in connection with any
other project or anticipated project
-U. Physical ConiBkuns—Umlergro&red Facilities:
411, Lhoun orLrdirated: The information and data,
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or,
contiguous to the site is based on information and data
furnished. to OWNF.R'or ENGINEF,R.bv the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly' provided in the SUpplementiry
Conditions:
4.3.1-1. OIVNER and ENGINEER shall not be
responsible for the accuraq or compleidnes6 orAriv
such information or data: and
43.1.2. The cost of all of the following will be
included in the Contract Prim and CONTRACTOR
shalt have full responsibility for; (i).radiewingand
checking all such information and data, (ii) locating
all Underercund'Facili ies shown or indicated in the
'Contmct Documcrim(iii) coordination of the Work
with the owners of such Underground Facilities
Burin- construction, and (iv) the safety and
protection of aU such Undergrvural Facilities as
provided to paamgriph o 26 and repairing any
damage thereto resulting Ervin the Work.
4.3:2. Not Shosih or Lt hcbteili If an •Undergound
Facitity is uncovered or reveailed at or contiguous to
the .site which. teas not shown or indicated in the
Contract Docrimcntt , CONTRACTOR shall, promptly
imme Lately of d becoming aware thereof and before
further distutbing conditions affected thereby or
performing any Work in connc ion therewith .( except
t
in an emergency as .required by p4ragraph6:23).
identify the owner of such Underground Facility and
EJC'UC GE'�P1t.tL CONUIT[OrU" I91('3A6920 Eitilklib
re/ 0 iY OF RAT COLLINS MODIFICATIONS lJtEV-.ti-W01
give written notice to that owner and to OWNER an l
ENGfNHER frYGUNEER will promptly review the
Underground Fieility-and defennine the extent, ir.
any, to which a change :is rcc{uired'in the Contract
'Documents to repent and document the consequences
of the a 'stence of the UnaC46tind Facility. It'
'ENGINEER -concludes that a charge in the Contract
.Documents is requt nxL a Work Char**e Directive or a
Change Ordcr will be issued,us provided in Article 10
tor reacctuaddooumnrdsuch consequences. During
such time, CONTRACTOR'shatl .be responsible for
the safely and ;protection of such Underground
Facility, as provided_ .in paragmph 6.20:
CONTRACTOR sh&4 may be sdowcu an increase in
the Contract Price or.an extension of'the Contract
Times, or both, to the extent that thcyare attributable
tbtthe e,•cistcnee,6f any UndmTound Fac lily that was
not'shown or indicatedin the Contract Do6wn nts
and "that CONTRACTOR did not know of and could
net reason3bly hive been expected to be:aware.or or
to have anticipated. U.O WER tnid CONTRAC7. OR
are unablelo agee on entitlement to or the amounf or
length Hof' any such ad'ustmerit in Contn2a7t Price or
Contract Times, CONnRr\CfOR may make a claim
therefor as provided in Articles I I and I I However;
OWNTER, ENGTNFF.R and F NGFNF ER'.s
Consultants shall not be liable to CONTRaCf OR for
any,claims, costs, lossesat damages incurred or
sustained by CONTRACTOR 6ri or in connection
with any other projector -anticipated project..
Reference. Poiivs:
4,4. OWNER shall provide en gm' ring surveys to
establish reference points rar construction which in
EM,31NEER's judgment are _neces,.iry to enableCONI'RRCfOR to proceed with the 'Work:
CONTRACTOR &WU be responsible. for _laying out the
'Work, shall protect and preserve the established reference
points and shall make no clianges or relocations without
the prior written approval of OWNER CONTRACTOR
shallreport to ENGINEERwhenever any reference point
is 'lost or destroyed or requires. relocation because of
necessary cliangcs at gmd5 or locations, and shall be
responsible for the accurate replacement or relocation of
such reference points, by professionally qualified
personnel.
4.3:.-Lybestvs. PCBs, Petrulewn, Hazarr/drrs J14asie or
RndinncYive ,ilaterinf:
4.iL OWNER shall be responsible for any
Asbestos, PC13.s, Petroleum_ Fhazmdous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings. -or
Specifications or identified :am the Contract
Utwu rents to be within the scope of the Work arad
which may present a substantial danger to persons or
property exposed therclo in: connection wiih the Work
at the site. CA ER shall not be responsible for any
such materials brought to the site by
CONTRACTOR. - Subcontractors. Suppliers. or
anyone else {or whom .CONTRACTOR is
responsible
(tti)tiitflten'��cn*t�vrc
have stteh -'eleted .Vtiels 11
n-
in
5 Pro .1.2 and 4A afd
'; : �5 �"; �;; _ i= if� '*iM94,is
$ w0i),ot, Foiur ODLLI NNNIODIFIC NFLOINS !IUEV I71300)
ARTICLt 5LI)ONDS AND 11NSURLNCi'
Perfornrance.'Payment and OMer Bonds.
*5. 1. CONTRACTOR':shall furriish Performance and
.Payment Bbnd&, each in au amount at least equal to the
Conu�ad PricZ 6 security,fior the faithful performance aril
,puiymcni -of sell ;COINTRACrORs'obligations' under lthc.
ContritcL,Doduments. These Bonds shiill cement in dieci
a[ least until one year aAerthetlate�when psym.ent
becomes due. except as provided otherwise by LRWS:617
Regulations; or by -the Contract Documents.
COWRACTOR'shall also fiarriiih such other Bon&as
arc required) . y , thc'Suppl . -mertary Conditions. ,all bonda
gliall beln -the f" prescribed by Contract Dticumqnis
Mept as provided otherwise Fry, Lawi or Regulations and.
"if, be executed by such sureties.as'arc, muntid,ih the
current 'list of T . I •H'oldingg CertiFicnes. of
Authority as Acceptable Sureties citFctliral BLftds,arfd as
C=ce - le insuring - Com 1pin i .-'as published' in
u1it,tanibS7� 1�(Zcndcd) by ' the A t stafC'Bureau of
n c sUry
i3l. 0*1 U';.'�rrffl.-
mpartmaric, Ali.. Bonds signed by an agent must'lic
mcompaniedhyacurtified,co v-of�su6h'a nf5auth i
-P, ge authority
toact.
If. the Surety on any Bond. ftffrashW by
COINTPACTOR Is. declared. a. h"rupr or becomes
insolvent or its ritifit to do husiness -is territ imileid in, any
st C . a�- wh reany part qfthc Prcjcct is 16cauid,or.it ceases to
meet the requirement5-ofparagraph 5.1, CONTRACTOR
shall within ten dava thacrill - cr substitute another. Bond
I surety, hpLh which must bLacccptable to OWNER
and of ,
53. Licensed Yuraties and Insurms: Certificates of
Insarance':' '
5.3;L All Bonds and irminince required by the
Contract Do�urriemspurchasaf iind maEntained
,.to he
by OWNER ,or PONTPACTOR shall be obtained
from surety or inauance comp - unies,thit ire July
beensed orPuth6fized in thdjurisdiction in which the
project is located to issue 130nds.or insurance polwies
f6r the limits and coverages so rapLired Sut h surety
,and insurance companies shall also ineet such
additional requirements and qualifications as may he
provided in the Supplenwritary Conditions,
53.1 CONTRACTOR shall deliver to OWNER:
with copies to each additional'insured identified in the
Supplementary Conditions: Certificates of insurance
(and other evidence of insurance requested by
MVINTR or tiny other additional inswed) which
OWLf IZACTORisrequired Vritirchitse and maintain
I
I
I
I
I
I
I
I
I
I
I
I
COATIZ4CTOR'x Liability Insurance.
SA. -CONTRACTOR "I purchase and maintain such
liability, and other insurance as isappropriatefoi,Lhe Work
being pefforrnecf and'furnished and as will pr6ii&
protcrUon from claims set (cath beltAv Nv'hi*ch may arise out
-of or result from CONTRACTOR's peiformance dod
fiwmishing 6f the Work and CONTIIACTOWs other
o 9H -umialts, whether it is: " * bfi* 'tions undcir the Cintra-cf DoL to
be per(pMed 9E fy-ti�jo by CONTRACTOR, imV
Subconfiirtor or Suppqa".- or by
indirectly effipIcqedLhY'any*of them to Nrfitirn or-furnisli.
any of the Work, or by'anyoric'for whose acts any of their,
may heliablti:' '
5.4.1' •cltuaas',undcr workerd corrilp6risatiort-disabikty
benefits -and other similar employee bencIrlit acts;
5-4.2. claims for damages -because of "ll injury,,
otcupnticxial sick-ness' or disease. ,fir' , ath of
tM-NTRACI*PWs emp!6y
.4.3. c6ints for dmnsg& because of b6dily'-inj'Ury.
sickness or dt sr'rcie, or dcath.of any'pqrson other than
CONIT RACTOFs eni ployccF,
44—elaitns4ar—damngesin ed bv—eus10`azaly --- Wit I IN l"bilit" MW-f
Few mew ef!;Ich
other -reason;
5:43, claims for dremages_ other than to the Work
itmlt because kit' injury to or destruction oftAngible
rx*ny_wht:rcvcr located, including -.-'loss .of use
resulting thercifror;and
5.4.6. claims for dihmages b,;causierof bodily injury or
death ot-a.ny person or prcjxrty damage arising out of
the ownership, maintenance or use- of any motor.
vehicle.
The poUcies of insurance so recfaired hy this paragraph 5.4
to be purchased and maintained shall:
5.4.7. with respect to insurance. required by
paragraphs 5.4.3 through 5.4:6 iinclusive, and .5 4
inclu&7 as additional u,"rea, (weiLa to any
customary e_xclusion in respect
p-rit of professional
liabdity), OWNER: ENGINEER. ENGINEEKs
Consultants and any otherpe rrns or entities identified
in the Supplementary Conditions, all of Whom shiiii be
listed asUdditiorial insureds. and iricltid& covempe-for.
-the respective- officers ,and employees of all' such
5.4.8: induLV the spccific cowertiyes and be written
16r not less than the limits of litibirity provided'in the
cd
Supplementary Conditions or re4u.aby Latta or
Regulations. whichever is greater.
3-4-9- include cLn-ipletedoperqfimisi'trance;
W CI IYOF FORT COLLINSMODIFICA-riONS (REVi;?000)
I
5-4.10. iiuJude contm ., cited liability •insurance
covering CONTkA(_[OR's indemnity obliotiJ
ons
*5r,par-igri,phs6:1')-6.16ud6..31 through6_13;,
5-4,11, contain a p - rov ve on or endorsement that thti
,Leverage afforded will not be cancelled,, materially,
charged .dr, rtni:wal refused until at 16a udiirty diyi'
prior,wnttcn notice has been given to OWNER and
co,4'rRAul. OR and to each other aoditx6nai insured
identifioJ in the SupplEmentiary Conditions to whom
it.Grtificitii *o�f ills=' r= has been issued (and the
certificated certifica te-i of insurance. -furnished' W the
CONTTRACTOR ptusurmt to pantgraph-5.3,27willt.so
provide);
5.4,12: terrain in effect at Least until btal l5ayffient
and at all times thereafter when CON,TRACI'OR,may
be correcting, removing or replacing;derjevtKz W&k.
'in accordance
With paragraph :1.3.1 21',and
j.4,13: •with respect to ccffiplited: operations.,insurance, and iny,insuratice:66verage written on-a�
ctaim&-m ' ade baisi� remitin,jn cff&t fbrat leasr-t%0,
;ygt'afterfinal, payment (and CONTRA( 71*.OR "I f h OWNIER and cash other additionitt ihsurcd
identified in the Supplementary Conditions to . wh6m
6 certificate of.insurance has been issued evidence
-satisfactory k, OWNER and 'any such additional.
insured of uoniinuiuizin, of such jasurarioerint final
oyrn&iI and one year.thereafter):
OlVi\TR's Liability Insuranec-
5.5z - fn addition to, insurance required to be provickd
by CONTRACTOR under prtrnjmph-5.4,. OVVNEP, at
OWNER's option. niayo fturuhaseand r6intain At
OWINER's expense. OWNER's 6tvn liability insurance, as
will protect O%VNT.R against claims which may arise from
-operations under the Conuiict Documents.
Property' Insurance:
Rrg
9�A' P4;;R, - Coast wl.
I _44F -,epso�
each
anFlialFfr4tsteduai
kFA I-insute against 1 1 lo., I
_nd2d
9.
I