Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout108423 VOGEL CONCRETE INC - CONTRACT - BID - 7290 CRACK SEAL & FILL PROJECT 20121
t
1
1
1
1
City F6rt Collins
Purchasing
Financial Services
Purchasing Division
215 N. Mason St. 2n° Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/purchasing
SPECIFICATIONS
CONTRACT DOCUMENTS
FOR
CRACK SEAL & FILL PROJECT 2011
BID NO. 7290
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
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.
I
OWNER referred to in paragraph 145. ENGINEER may
also refuse to recommend any such payment, or, because of
subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment
previously recommended, to such extent as may be
necessary in ENGINEER's opinion to protect OWNHR
from loss because:
14.7.1. the Work is dejeelive, or completed Work has
been damaged requiring correction or replacement,
14.7.2. the Contract Price has been reduced by
Written Amendment or Change Order,
14.73. OWNER has been required to correct
,*fecth•e Work or complete Work in accordance with
paragraph 13.14, or
14.7.4. ENGINEER has actual knowledge of the
occurrence of anv of the events enumerated in
paragraphs I5 2.1 through 15.2.4 inclusive.
OWNER may refuse to make payment of the full amount
recommended by ENGINEER because:
14.7.5. claims have been made against OWNER on
account of CONTR.AC't'OWs performance or furnishing
of the Work,
14.7.6. Liens have been filed in connection with the
Work, except where CONTRACTOR has delivered a
specific Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens,
14.7.7. there are other items entitling OWNF,R to aset-
ofFagainst the amount recommended, or
14.7.8. OWNER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1
through 15.2A inclusive:.
but OWNER must give CONL M\CTOR immediate
written notice (with a copy to ENI GIIN'F.ER) stating the
reasons for such action and promptly pay CONTRACTOR
the amount so withheld, or any adjustment thereto agreed
to by OWNER and CONTRACTOR, when
CONTRACTOR corrects to OWNER's Satisfaaction the
reasons for such action.
Substantial Completion:
14.8. When CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work
is substantially complete (except for items specifically
listed by CONTRACTOR as inccmplete) and request that
ENCLNE-E•R issue a certificate of Substantial Completion.
Within a reasonable time thereafter, OWNER.
CONTRACTOR and ENGINELR shall make an inspection
of the Wok to determine the status of completion. If
LNGINFER does not consider the Work substantially
complete. ENGINEER will notify CONTRACTOR in
writing giving the reasons therefor. If ENGINEER
considers the Work substantially complete, ENGINEER
will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which shall fix the date of
Substantial Completion. There shall be attached to the
certificate a- tentative list of items to be completed or
corrected before final payment. OWNER shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGINEER as to any
provisions of the certificate or attached list. If, after
considering such objections. ENGINEER concludes that
the Work is not substantially complete. ENGINEER will
within fourteen days after submission of the tentative
certificate to OWNER notify CONTRACTOR in writing,
stating the reasons therefor. If, after consideration of
OWNER'S objections, ENGINEER considers the Work
substantially complete, ENGINEER will within said
fourteen days execute and deliver to OWNER and
COM'RACCOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial
Completion ENGINEER will deliver to OWNER and
CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between
OWNER and CON'TR,kC'I'OR with respect to security,
operation. safety, maintenance, heat, utilities, insurance
and warranties and guammees. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform
ENGINEER in writing prior to ENGINEER'S issuing the
definitive certificate of Substantial Completion,
ENGNEEWs aforesaid recommendation will be binding
on OWNER and CONTRACTOR until faerl payment
14.9. OWNER shall have the right to exclude
CONTRACTOR from Ube Work after the date of
Substantial Completion, but OWNER shall allow
CONTRACTOR reasonable access to complete or correct
items on the tentative list
Partial Utilization:
14.10. Use by. OWNER at OWNERS option of any
substantially completed part of the Work; which: (i) has
specifically been identified in the Contract Documents, or
(it) OWNER, ENGINEER and CONTRACTOR agree
constitutes a separately functioning and usable part of the
Work that can be used by OWNER for its intended
purpose without significant interference with
CONNTRACTOWs performance of the remainder of the
Work; may be accomplished prior to Substantial
Completion of all the Work subject to the following:
14.10.1.01NNER at any time may request
CONTRACTOR in wTiting to permit OWNER to use
any such part of the Work which OWNER believes to
be ready for its intended use and substantially
complete. If CONTRACTOR agrees that such pail of
the Work is substantially complete. CONTRACTOR
will certify to OWNER and ENGINEER that such
part of the Work is substantially complete and request
ENGINEER to issue a certificate of Substantial
Completion for that part of the Work.
L
I
I
EtCDCGENET-AL CONDITIONS 19103 (1990 Edition) '
30 w/ CITY OF FORT COLLINSSIODIFIcxTiONS(REV4l1000)
I
I
I
u
L
I
CONTRACTOR at any time may notify OWNER and
R40WEER in writing that CONTRACTOR considers
any such part of the Work ready for its intended use
and substantially complete and request ENGINEER to
issue a certificate of Substantial Completion for that
part of the Work. Within a reasonable time'after either
such request, OWNER CONTRACTOR and
ENGINEER shall "make an inspection of that part of
the Work to determine its status of completion If
ENGINEER does riot consider that pan of the Work to
be substantially complete. ENGINEER will notify
OWNER and CONTRACTOR in writing "giving the
reasons therefor. If ENGINEER considers that part of
the Work to be substantially complete, the provisions
of paragraphs 14.8 and 14.9 will apply with respect to
certification of Substantial Completion of that part of
the Work and the division of responsibility in respect*
thereof and access thereto.
14. M2. No occupancy or separate operation of part
of the Work will be accomplished prior to compliance
with the requirements of paragraph 5.15 in respect of
property insurance.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
LNGLN'EER will make a final inspection with OWNER
and CONTRACTOR and will notify CONTRACTOR in
writing of all particulars in which this inspection reveals
that the Work is incomplete or defective. CONTRACTOR
shall immediately take such measures as are necessary to
complete such work or remedy such deticiencics
Final Application for Payment:
14.12._ After CONTRACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance with the Contract Documents all
maintenance and operating instructions. schedules,
guarantees, Bonds, certificates or other evidence of
insurance requited by paragraph 5.4, certificates of
inspection, marked -up record documents (as provided in
paragmph6.19) and other documents. CONTRACTOR
may make application for final payment following the
procedure for progress payments. The final Application for
Payment shall be accompanied (except as previously
delivered) by: (i)all documentation called for in the
Contract Documents, including but not limited to the
evidence of insurance required by subparagaph 5.4.13.
(ii) consent of the surety, if any, to final payment, and
(ut) complete and legally effective releases or waivers
(satisfactory to OWNER) of all Liens arising, out of or filed
in connection with the Work In lieu of such releases or
waivers of Liens and as approved by OWNER
CONTRACTOR may furnish receipts or releases in full
and affidavit of CONTRACTOR that: () the releases and
receipts include all labor, scr'ices material and equipment
for which a Lien could be filed, and (ii) all payrolls,
material and equipment bills, aril other indebtedness
connected with the Workfor which OWNER or OWNER's
property might in any way be responsible have been paid or
otherwise satisfied. if any Subcontractor or Supplier fails
ercoc:Gh ERat, CONVITIOM 191M (1990 Eclilm)
wt lrrc of FORT COLLINS MODIFICATIONS (REV 4aoco)
to furnish such a release or receipt in full.
CONTRACTOR may furnish a Bond or other collateral
satisfactory to OWNER to indemnify OWNER against
any Lien. Releases or waivers of liens and the consent of
the surety to finalize wvrnent are to be submitted on
forms conforming to the format of the OWNER'S standard
forms buund in the Project manual.
Final Payment andAeceptance.
14.13. If, on the basis of ENGMERs observation of
the Work during'consiruction and final inspection, and
ENGINFER's review of the final Application for Payment
and accompanying documentation as required by the
Contract Documents, ENGINEER" is, satisfied that the
Work has been completed and CONTRAC'fOR's other
obligations under the Contract Documents have been
futfillod, ENGINEER will, within ten days after receipt of
the final Application for Payment, indicate in wnting
ENGINEER's recommendation of payment and present
the Application to OWNER for payment. At the same
time ENGiNEER will also give written notice to OWNER
and CONTRACTOR that the Work is acceptable subject
to the provisions of paragraph 14:15. Otherwise,
ENGINEER will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application. Thirty days after presentation to
OWNER of the Application and accompanying
documentation, in appropriate form and substance and
with FNG[NEF.R's recommendation and notice of
acceptability, the amount recommended by ENGNEER
will become due and will be paid by OWNER to
CONTRACTOR suhiect to paragraph 17.6.2 of these
Gattenlj�o_ndgions.
14.14, If. through no fault of CONTRACTOR final
completion of the Work is significantly delayed and if
ENGNEER so confirms, OWNER shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENGINEER and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully completed and accepted. if the
remaining balance to be held by OWNER for Work not
fully completed or corrected is less than the retninnge
stipulated in the Agreement, and if Bonds have been
furnished as required in paragraph 5.1, the written consent
of the surety to the payment of the balance due for that
portion of the Work fully completed and accepted shall be
submitted by CONTRACTOR to ENGINEER with the
Application for such payment Such payment stall be
made under. the terms and conditionsgoverning final
payment• except that it shall not constitute a waiver of
claims.
Waiver of Claims:
14.15. The making and acceptance of final payment will
constitute:
14.15. 1.a waiver of all claims by OWNER against
CONTRACTOR• except claims arising from
unsettled Liens, from tiefeetne Work appearing after
31
1
final inspection pursuant to paragraph 14.11. from
failure to comply with the Contract Documents or the
terms of any special-uamntees specified thereirL or
from CONTRACTOR's continuing obligations under
the Contract Documents; and
14.15.2. A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsettled.
ARTICLE 15SUSPEtNSION OF WORK AM
TERMINATION
01PNER May Suspend Rork:
15.1. At any. time and without cause. OWNER may
suspend the Work or any portion thereof for a period of riot
more than nincty clays by notice in writing to
CONTRACTOR and ENGINEER which will fie the date
on which Work will be resumer CONTRACTOR shall
resume the Work on the date so fixed CONTRACTOR
shall be allowed an adjustment in the Contract Price or an
extension of the. Contract Times or both, directly
attributable to arty such suspension if CONTRACTOR
makes an approved claim therefor as provided in
Articles I I and 12.
01MVER ,clay Terminate:
15.2. Upon the occurrence of any one or more of the
following events:
15.2.1. if CONTRACTOR persistently fails to perfomt
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient
skilled workers or suitable: materials or equipment or
failure to adhere to the progress schedule established
under paragmph2.9 as adjusted from time to time
pursuant to paragraph 6.6);
15.2.2. if CONTRACTOR disregards Laws ur
Regulations of any public body havingjurisdictiom
15.2.3. if CONTR\CTOR disregards the authority of
ENGLKEER, or
15.2.4. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract
Documents;
OWNER may, after giving CONTRACTOR (and the
surety, if any) seven days' written notice and to the extent
permitted by Lawn and Regulations, terminate the services
of CONTRACTOR exclude CONTRACTOR from the site
and take possession of the Work and of all
CON'TRACTOR's tools. appliances. construction
equipment and machinery at the site and use the same to
the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or
conversion). incorporate in the Work all materials and
equipment stored at the site or for which OWNFR his paid
CONTRACTOR but which are stored elsewhere, and
finish the Workas OWNER may deem expedient. In such
case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished. If the unpaid
balance of the Contract Price exceeds all claims, costs,
losses and damages sustained by OWN F.R arising out of
or resulting from completing the Work such excess will be
paid to CONTRACTOR If such claims, costs losses and
damages exceed such unpaid balance, CONTRACTOR
shall pay the difference to OWNER Such claims costs
losses and damages incurred by OWNER will be reviewed
by ENGINEER as to their reasonableness and when so
approved by ENGINEER incorporated in a Change Order,
provided that when exercising any rights or remedies
under this paragraph OWNER shall not be required to
obtain the lowest price for the Work performed.
15.3. Where CONTRACTOR's services have been so
terminated by OWNER the termination will not allect
any rights or remedies of OWNER against
CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due
CONTRACTOR by OWNER will not release
CONTRACTOR from liability.
15.4. Upon seven days' written notice to
CONfRACfOR and F.NGINEFR, OWNER may,
without cause and without prejudice to any other right or
remedy of OWNER elect to terminate the Agreement. In
such case, CONTRACTOR shall be paid (without
duplication of any items):
15.4.1. for completed and acceptable Work executed
in accordance with the Contract Documents prior to
die effective date of termination, including thir and
reasonable sums for overhead and profit on such
Work;
15.4.2. for expenses sustained prior to the effective
date of termination in performing services and
furnishing labor,- materials or equipment as required
by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable sums for
overhead and profit on such expenses,
15.4.3for all claims costs, losses and damages
incurred in settlement of terminated contracts with
Subcontmcnors, Suppliers and others; and
15.4.4. for reasonable expenses directly attributable
to termination.
CONTRACTOR shall not be paid on account of loss of
anticipated profits or revenue or other economic loss
arising out of or resulting from such termination
CONTIMCTOR 3(ay Stop [York or Terminate
15.5. 111 through no as or fault of CONTRACTOR the
Work is suspended fora period of more than ninety clays
by OWNER or under an order of court or other public
authority,. or HNGINEF,R fails to act on any Application
for Payment within thirty days after it is submitted or
OWNER fails for thirty days to Tay CONTRACTOR any
L
i
C'
[1
r]
EICDCGE-145Lw, CONDITIONS 1910 `J (1990 Editim) ,
32 w/ CITY OF FORT COLLINS MOMFiCATfONS(REVda2000)
1
I
L
r
I
I
I
[1
sum finally determined to be due, then CONTRACTOR
may, upon seven clays' written notice to OWNER and
ENGINEER, and prov ided OWNER or ENGPEER do not
remedy such suspension or failure within that time,
terminate the Agreement and recover from OWNER
payment on the some terms as provided in raragraph I5A.
In lieu of terminating the Agreement and without prejudice
to any other right or remedy, if ENGINEER has failed to
act on an Application for Payment within thirty days after it
is submittcd.or OWNER has failed for thirty days to pay
CONTRACTOR any sum finally determined to be due.
CONTRACTOR may upon seven days written notice to
OWNER and ENGINEER stop the Work until Payment of
all such amounts due CONTRACTOR, including interest
thereon_ The provisions of this paragraph 15.5 are not
intended to preclude CONTRACTOR from making claim
wider Articles 1 I and 12 for an increase in Contract Price
or Contract Times or otherwise for expenses or damage
directly attributable to CONTRACTOR's stopping Work as
permitted by this paragraph.
ARTICLE I6—DISPUTE RESOLUTION
If and to the reamt that OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise under this
Agreement, such dispute resolution method and procedure,
if any, shall be as set forth in ExhibitGGA, "Dispute
Resolution Agreement", to be attached hereto and made a
part hereof. If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the. provisions of paragraphs 9.10, 9.11 and
9.12. OWNER and CONTRACTOR may exercise such
rights or remedies vis either may otherwise have under the
Contract Documents or by Laws or Regulations cat respect
of any dispute.
ARTICLE 17—NUSCELLA:NEOUS
Giving Notice:
17.1. Whenever any provision of the Contract
Documents requires the giving of written notice, it will be
deemed to have been validly given if delivered in person to
the individual or to a member of the rum, or to an officer of
the corporation for whom it is intender!, or if delivered at or
sent by registered or certified mail, postage prepaid to the
last business address known to the giver of the notice.
17.2. Cunnpurarion ofTinte:
17.2.1. When any period of time is referred to in the
Contract Documents by clays, it will be computed to
exclude the first and include the last day of such
period If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day will
he omitted from the computation.
FJCDC cENF M CONDITI OM 19103 (1990 Editim)
wi Can OF FORT CotuNs ,ioDinctriuns (u:v moos)
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a
day.
Nonce ojClninn:
17:3. Should OWNER or CONTRACTOR suffer injury
or damage to person or property because of any error,
omission or act of the other party or of any of the other
party's employees or agents or others for whose acts the
other party is legallyliable, claim will be made.in writing
to the other party within a reasonable time of the first
observance of such injury or damage. The provisions of
this paragraph 17.3 shall not be construed as a substitute
for or a waiver of the provisions of any applicable; statute
of limitations or repose.C'umalarive Remedies:
17.4. The duties and obligations imposed by these
General. Conditions and the rights and remedies available
hereunder to the parties hereto, and, in particular but
without limitation,the warranties, guarantees and
obligations imposed upon CONTRACTOR by
paragraphs 6.12, 6.16, 630.6:31, 6.32, 13.1, 13.12, 13.1 A,
14.3 and 15.2 and all of the rights and remedies available
to OWNER and ENGINEER thereunder, are in addition
to, and are not to be construed in any }way as a limitation
of, any rightsand remedies available to any or all of them
which are otherwise imposed or available by Laws or
Regulations by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions
of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with
each particular duty, obligation, right and remedy to which
they apply.
Projemianal Fees and Court GmvIncluded-
17.5. Whenever reference is made to "claims. costs,
losses and damages", it shall include in each case, but not
be limited to, all fees and charges of engineers, architects,
attorneys and other professionals and all court or
arbitration or other dispute resolution costs.
17.6. The Imvs of the State of Colorado appl tv o this
Agreement. Reference to two pertinent Colorado statutes
are asfollows•
17.6.1. Colorado Revised Statutes (CRS 5-17-101)
require that Colorado labor be employed to perform
the Work to the extent of not less than 80 percent
(So%) of each type or class of labor in the several
classifications of skilled and common labor emploved
on the project, Colorado labor means env person who
is a bona fide resident of the State of Colorado at the
time of employment, without discrimination as to race,
colon creed, ace, religion or sex
17.62. If a claim is filed. OWNER is required by
law (CRS 35-26-107) to withhold from all pavments to
CONTRACTOR sufficient funds to insure the
p_ y nent of all claims for labor, materials, team hire,
sustenance, provisions, provender, or other supplies
used or consumed by CONTRACTOR or his
33
3J EICDCGENERALCONDITION519103(1990 EJitiut)
w{ CM OF FORT COLLINS MODiFiCATIONS (RL•'V d2000)
I
I
I
I
i
I
I(This page left blank intentionally.)
I
I
1
' EJCDC GENEFLAL CONDITIONS I910.Y (I'M0 Edtim) 35
w/aTY OF FORT COLLI,SMODiFICATIONS(REV 120WI
I
I
1
I
1
1
i
1
1
1
i
L
1
i
i
36 EJCDCGENLT-%L COMT(ONS19103(1990 EJitim) 1
W CITY OF FORT COLLIES MODIFICA'RONS (REV 4r2000)
1
i
I
11
1
I
1i
I
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREEMENT
OWNER aril CONTRACTOR hereby agree that
Article 16 of the General Conditions of the Construction
Contract between OWNER and CONTRACTOR is
amended. to include the following agreement of the parties:
16.1. All claims, disputes and other matters in.
question between OWNER and CONTRACTOR arisir19
out of or relating to the Contract Documents or the breach
thereof (except for claims which have been waived by the
making or acceptance of final payment as provided by
Paragraph 14.15) will be decided by arbitration in
accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association then
obtaining, subject to the limitations of the Article 16. This
agreement so to arbitrate and any other agreement or
consent to arbitrate entered into in accordance herewith as
provided in this Article 16 will be specifically enforceable
under the prevailing law of any court having jurisdiction
16.2. No demand for arbitration of any claim, dispute
or other matter that is required to be referred to
FNGINEER initially for decision in accordance with
Paragraph 9.11 will be made until the earlier of (a) the date
on which ENGINEER has rendered a written decision or
(b) the thirty-first day after the parties have presented their
evidence to [NGUNTEER if a written decision has not been
rendered by ENGINEER before that date. No demand for
arbitration of any such claim, dispute or other matter. will
be made later than thirty days after the date on which
FNGINFF.R has rendered a written decision in respect
thereof in accordance with paragraph 9.11; and the failure
to demand arbitration within said thirty days' period will
result in ENGINEER's decision being final and binding
upon OWNER and CONTRACTOR If ENGINEER
renders a decision after arbitration proceedings have been
initiated, such decision may be entered as evidence but will
not supersede the arbitration proceedings, except where the
decision is acceptable to the parties concerned. No demand
for arbitration of arty written decision of LNGINEER
rendered in accordance with paragraph 9.10 will be made
later than ten days after the party making such demand has
delivered written notice of intention to appeal as provided
in paragraph 9.10.
16.3. Notice of the demand for arbitration will be
filed in writing with the other party to the Agreement and
with the American Arbitration Aso iution and a copy will
be sent to ENGINEER for information The demand for
arbitration will be made within the thirty -day or, tcn-day
period specified in paragraph 16:2 as applicable, and in all
other roses within a reasonable time after the claim, dispute
or other matter in question has arisen, and in no event shall
any such demand be made after the date when institution of
legal or equitable proceedings based on such claim, dispute
or other matter in question would be barred by the
applicable statute of limitations.
EXI)C GENERAL CONDITIONS 1910-8 (t 990 Ealtim I
w/ LITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
16.4. Except as provided in paragraph 16.5 below,
no arbitration arising out of or relating to the Contract
Documents shalt include by consolidation, joinder or in any
other manner any other person or entity (including
ENGINEER, ENGINEER'S Consultant and the officers,
directors, agents, employees or consultants of any of them)
who is not a party to this contract unless:
16.4.1. the inclusion of such other person or entity is
necessary if complete relief is to be afforded among
those who are already parties to the arbitration, and
16.42. such other person or entity is substantially
involved in a question of law or fact which is common
tothose who are already parties to the arbitration and
which will arise in such proceedings, and
16.4.3. the written consent of the other personor
entity sought to be included and of OWNER and
CONTRACTOR has been obtained for such inclusion,
which consent shall make specific reference to this
paragraph; but no such consent shall constitute consent
to arbitration of any dispute not specifically described
in such consent or to arbitration with any party not
specifically identified in such consent.
16.5. Notwithstanding paragraph 16.4, if a claim,
dispute or other matter in question between OWNER and
CONTRACTOR involves the Work of a Subcontractor,
either OWNER or CONTRACTOR may join such
Subcontractor as a party to the arbitration between OWNER
and CONTRACTOR hereunder. CONTRACTOR shall
include in all subcontracts required by paragraph 6.11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involving the Work of such
Subcontractor. Nothing in this paragraph 16.5 nor in the
provision of such subcontract consenting to joinder shall
create any claim, right or cause of action in Lavor of
Subcontractor and against OWINE114 ENGINEER or
ENGINI ER's Consultants tint does not otherwise exist.
16.6. The award rendered by the arbitrators will be
final, judgment may be entered upon it in any court hiving
jurisdiction thereof and it will not be subject to
modification or appeal.
16.7. OWNTER and CONTRr\CTOR agree that they
shall rust submit any and all unsettled claims,
counterclaims, disputes and other matters in question
between them arising out of or relating to the Contract
Documents or the breach thereof ("disputes'), to mediation
by the American Arbitration Association under the
Construction Industry Mediation Rules of the American
Arbitration Association prior to either of them initiating
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6. unless delay in initiating
arbitration would irrevocably prejudice one of the parties.
The respective thirty and ten day time limits within which
to file a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within those same
applicable time limits and shall remain suspended until ten
days after the termination of the mediation. The mediator
of any dispute submitted to mediation under this Agreement
shall not serve as arbitrator of such dispute unless otherwise
agreed.
QC -At
I
I
EJCDC GENERAL CONDITIONS 1910.8 (1990 Edtim )
w/ CITY OF FORT COLONS MODIFICATIONS (REV 919,1)
GC -Al
i
1
1
1
i
I
[1
J
I
C
1
1
1
i
J
1
I
1
SECTION 00800
SUPPLEMENTARY CONDITIONS
1
1
1
E1
1
1
1
1
1
1
1
1
�J
1
' 8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment
' described on the Drawings or specified in the Specifications without
consideration of possible substitute or "or equal' items. Whenever it is indicated
on the Drawings or specified in the Specifications that a substitute or "or equal"
' item of material or equipment may be furnished or used by CONTRACTOR if
acceptable to Engineer, application for such acceptance will not be considered
by Engineer until after the "effective date of the Agreement'. The procedure for
submittal of any such application by CONTRACTOR and consideration by
Engineer is set forth in the General Conditions which may be supplemented in
the General Requirements.
' 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
' 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors he proposes to use in the Work. Refer to Section 00430
contained within these Documents.
' 10.2. If OWNER or Engineer after due investigation has reasonable objection to
any proposed Subcontractor, either may, before the Notice of Award is given,
' request the apparent successful Bidder to submit an acceptable substitute
without an increase in Bid price. If the apparent successful Bidder declines to
make any substitution, OWNER may award the contract to the next lowest
responsive and responsible Bidder that proposes to use acceptable
subcontractors. Subcontractors, suppliers, other persons or organization listed
and to whom OWNER or Engineer does not make written objection prior to the
giving of the Notice of Award will be 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.
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).
5.4.9 This policy will include completed operations
coverage/product liability coverage with limits of $1,000,000
combined single limits (CSL).
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule zero (0) days lost due to
abnormal weather conditions.
I
I
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
' 00950 Contract Change Order
00960 Application for Payment
I
1
11
1
1
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Crack Seal & Fill Project 2011
CONTRACTOR: Vogel Concrete Inc
PROJECT NUMBER: 7290
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER 0.00
TOTAL PENDING CHANGE ORDER 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST $ 0.00
(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY
Purchasing Agent over $30,000
cc: City Clerk Contractor
Project File Architect
Engineer Purchasing
DATE:
DAT
DAT
DATE:
�
�
�
Ij
�
�
�
�
�
�
§
§
§
LL
oLU
-
-
-
§
ƒ
§§)k§
<EE=
)�R
z3
zoe z
zpu§e
/)\�82
)22CL§\
2+ƒ �/
$
_
)
�
\
)
k
\
}
)
}
®
\
S
S
)
)
2
\)
j
E
2
\
/
§
k0
�
/<
CL
a)\§
3e\\
$
§
E
CO
0
>
\..
\
\
�\
\0
\
�\\\®
z
»
LL
)2
m=
2
%
e©
z
6§
_
j)
§
Q >0
/
[U
/
§/
�)
)/
£Jƒz
j
&)
)
)
)
00
2
<
/2
0z
0 <—i
<
\
\
a.
2
0
#
_
0.
z
=
®
-
-
-
j
<
_
CL
j
-
-
<
<
}
\ {
-
4
/
%
}
\
]
/
\
2
\
\ )
\
a
}
U
<
<
<
\
)
(
z
��
«
f
0 a)
`
0 3
0
<
<
)mom
/
±�ar
�
]
\
§
)
>
E
>
\
+
E §
z
z
e/ Z
&
3
z
3
2
3
2 3
c a
� U �
0 a. m
eV
W
0 W - O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
CD CD CD O CD O O O CD O O O O O O O O O O O O O O O O O CD CD CD CD O CD O O
d a ~ W O u> 69 u> 69 EA u> EA u> u> 69 69 69 u> 69 69 u> 69 N 69 69 u> u> ui 69 u> u> u> u) u> 69 u> 69 EA 69
al
0
O N
@ N a0
N
a
1EO000000000000000000000000000000000
000o0o00000000000000000000000000000
O Q
Q00000o0000000000000000000000000006
u> u> u> u> u> u> u> u> 69 u> u> u> u> u> u> u> u> u> u> u> 69 u> u> 69 6S oilu> u> 69 u> EA u> u> 69
E
o a)
U o m
>
� p
C1
aN
a000000000000000000000000o000000000
o0000000000000000000000000000000000
0
p
Ya?3�
N p O
E00000000000000000006000000o000000o
6f69u>696969u>u>uTu>fAu>fAu>69fA6969ofu>u>69EA64696969fAu>69u>u>u>u>
F-
Owl
O CL 'c
o
a a
U
>.
UQ
�a
a
c000000000000000000000000000000000o
Qa
moo OOOOoo00000000000000000000OOO000
a)
�C
E0000000o00o0000000000o60000oo00000
E 64 u> u> u> 69 u> u> u> u> u> u> u> 69 69 69 u> u> 69 u> u> u> u>e» u> u> u> u> u> u> u> u> u> u> u>
o a
oaL
U z c
_T
2
d
00000000000000000000000000000000000
E0000000000000000000000000000000000
Q 69 69 69 (o9 u> u>e» u>e» e» u> u>e» u> u� u> u> u> u> u4e1, by 69 69 e» e» e» eA 69 bs by 69 69 69
a)
U
tea`
v,
c
z
D
D T
0 -
c
Q 7
H 0
U
Q
0 J
z n Q
H
O Q 0
Q)
a
op a) E
M
z
I
n
I
11
n
1
I
V
�
U
a
N
0
d
co
Cl)
LU
O
Q
a
m(L)
O. 000000000000000000000000000000000000
O 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0
0
0
a-o
`
H`9
0000000o000000000000000000000000000
m
LLJ
64 v) 64 69 69 fA fA v) 69 69 69 U3 64 ff) 6r iV GO V> V> 69 69 64 EA of 69 69 to fA FA tH to Vf 69
69
64
a
O N
U) N
a
O
L
m
N
a
-6
�oO000O00000000OO000OOo0000000000000
3
0 0 0 0 0 0 0 0 05 0 0 0 0 0 0 0 0 0 0 0 0 05 0 0 0 O O O O O O
O
CD
O
Y
O
O O O O o O O O O O O O O O O O O O O O O O O O O O O O O O O O O
69 69 69 69 69 69 EA 64 69 69 69 69 69 6% 69 64 69 64 64 fs) 64 EA fH to fA fA Ef> 69 fA tf> 69 69 tf>
O
64
O
64
Z
d
W
>>O
>
Q
O aD
f' p
O
a
of
O
000000Oo000000000000000000O0Oo00oo00
ooOOOOO000000000000000000000000CDC)
00
Z
0NN
Y N p a
p
E
Q
0000000o0000000000o0000oo0o00000000
64 69 69 6- 69 69 64 Ef) 64 69 69 Vf fA 69 EA to 69 0 69 69 69 64 69 69 69 69 69 EA 6S 69 69 69 69
69
69
Q�
O_ .=
o `'a
U
Ua
J
O
d
Q
N
_
C
D
O O O o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0
O O O O O O O O O o 0 0 o o o 0 o o 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0
0
0
0
0
C
Q0
0 0 06 06 0 0 0 0 0 0 0 0 0 0 0 0 0 06 0 0 0 06 0 0 06 0 0
6'>fA 696969696461) V*64 Ef)69 fA fA ffi ff>fA fA fA fA fA fA to 646969696969610), U) ).6964
0
0
O
U
t
N
.
>Y
C
p
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
CD O o O o O O O O O O O O CD CD o CD CD CD CD CD O CD O O O CD O CD O
0
O
0
O
E
Q
O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
69 fA fA fA ff> fit fA fH 6q 64 64 v> 69 EA 69 69 69 69 64 6r> 64 6% 64 69 69 64 EA 69 69 69 69 64 69
0
69
0
69
. to
E .`
�a
N
U)
c
0�
O
N
O
w
@
W¢
c
¢
O
O
o
U
.7
J
Q
W
U
O
a
0O
a�
m N
E
Z
It
L
oa o
IT N '@ O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 O
W= L U O O O O O O O O O O O O O O O O O O O O O O O O O o 000 O O O O p
Q C ~ — f!i 61> Vf 6Ff Vi V> B9 Ni b9 EA EA b9 ER EA EA EA 59 EH EA H> EH EH EH fi> (fi EA EA <A Hi 6ri <A <A <A
a cl
0
0
0 0
oN0 va
0
(6 L
C
N O p
� L p
u1)Ha 0
v�
� c
J O N O
Q C 3
m O 6 p
W }
2 cG O d OL
W =
w
0
F.
C
O
U
N
N
U � J
O E
cZ O
N
E L
N E
O
Z
' 2011 CRACK SEAL & CRACK FILL PROJECT
GENERAL REQUIREMENTS INDEX
SECTION
01010
01040
01310
01340
01410
01510
01560
01700
01800
I
1
I�
u
7
1
Summary of Work
Coordination
Construction Schedules
Submittals
Testing
Temporary Utilities
Temporary Controls
Contract Closeout
Method of Measurement and Basis of Payment
PAGE NUMBERS
General Requirements 2-3
General Requirements 4-5
General Requirements 6-7
General Requirements 8-9
General Requirements 10-11
General Requirements 12
General Requirements 13-14
General Requirements 15
General Requirements 16
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
A. This work shall consist of cleaning, sealing, and filling all roadway cracks greater than 1/8" wide on
designated streets in the City of Fort Collins. Specific locations are described in Section 3500, Project Map.
B. Construction Hours
1. Construction hours, except for emergencies, shall be limited to 7:00 a.m. to 6:00 p.m., Monday —
Friday; 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 City Representative, 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 AUTFIORITIES
A. Notify private owners of adjacent property, utilities, irrigation canal, and affected govemmental 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 Project Manager/Engineer.
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 2 of 16
'
SECTION 01010
SUVLMARY OF WORK
'
UTILITIES
Water: City of Fort Collins, Colorado
Utilities 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) - 811
1-800-922-1987
AGENCIES
Safety:
Occupational Safety and Health Administration
'
(OSHA): W-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: 225-4111
Transportation:
Transfort: 221-6620
Traffic Engineering: 221-6630
'
END OF SECTION
1
Larimer County Sheriffs Department:
Non -Emergency: 221-7177
Ambulance:
Poudre Valley Hospital
Non -Emergency: 484-1227
Emergencies: 911
General Requirements - Page 3 of 16
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the
form must be stated in words and numerals; in case of conflict, words will take
precedence. Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other appropriate officer accompanied by
evidence of authority to sign) and the corporate seal shall be affixed and attested
by the secretary or an assistant secretary. The corporate address and state of
incorporation shall be shown below the corporate name.
11.4. Bids by partnerships must be executed in the partnership name and signed
by a partner, his title must appear under his signature and the official address of
the partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the joint venture
or by an authorized agent of each participant. The full name of each person or
company interested in the Bid shall be listed on the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the
numbers of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by erasures,
interpolations, or otherwise will be acceptable unless each such alteration is
signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to
identify any alteration so initialed.
11.8. The address and telephone number for communications regarding the Bid
shall be shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the Invitation to
Bid and shall be enclosed in an opaque sealed envelope marked with the Project
title, Bid No., and name and address of the Bidder and accompanied by the Bid
Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule
of Subcontractors as required in Section 00430. If the Bid is sent through the mail
or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time and date
for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made
by addendum. Bids received after the time and date for receipt of Bids will be
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONSIBILITIES
A. Coordinate operations under contract in a manner which will facilitate progress of the Work.
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.
1. 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 Engineer shall invite all utility companies involved.
4. The Utilities will be asked to designate their coordination person, provide utility plans, and their
anticipated schedules.
5. The Project Engineer shall introduce the City Representative(s).
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 Engineer may hold coordination conferences to be attended by all involved when Contractor's
operations affects, or is affected by, the work of others.
1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the
Project Engineer.
1.3 PROGRESS MEETINGS
A. Contractor and Project Engineer 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. Project Manager, Project Engineer, and City Representative(s).
4. Traffic Control Supervisor.
5. Others as may be requested by Contractor, Owner, or Owner's Representative.
General Requirements - Page 4 of 16
' 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 City 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
1
[1
1 General Requirements - Page 5 of 16
`�i
SECTION 01310
CONSTRUCTION SCHEDULES
1.1 GENERAL
A. The Contractor shall prepare a detailed schedule of all construction operations and procurement after
review of tentative schedule by parties attending the pre -construction conference. This schedule will show
how the contractor intends to meet the milestones set forth.
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, 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 6 of 16
' SECTION 01310
CONSTRUCTION SCHEDULES
IS 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.
1
1
1
END OF SECTION
General Requirements - Page 7 of 16
SECTION 01340
SUBMITTALS
1.1 GENERAL
A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections.
1. Project Engineer will not accept submittals from anyone but the Contractor.
B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by Project Engineer prior
to the time set forth in the approved schedule will be reviewed at any time convenient to Project Engineer
before the time required by the schedule.
C. Any need for more than one re -submission, or any other delay in obtaining Project Engineer'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 Engineer to return any scheduled submittal within 10 days after receipt in his
office of all information required for review of the submittals or for any other reason which prevents
Project Engineer's timely review. Failure of Contractor to coordinate submittals that must be reviewed
together will not entitle Contractor to an extension of Contract Time or an increase in Contract Price.
D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication.
E. Review status designations listed on Project Engineer'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 Engineer's notations. Contractor is to proceed with the Work in
accordance with Project Engineer's notations and is to submit a revised submittal responsive to
notations marked on the returned submittal or written in the letter of transmittal.
3. 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 Contract Documents. Engineer reviews such submittals for general information but not for
substance.
13 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. Three (3) copies minimum, two (2) copies which will be retained by Project Engineer.
General Requirements - Page 8 of 16
' SECTION 01340
SUBMITTALS
1.4 RE -SUBMISSION REQUIREMENTS
A. Make corrections or changes required by Project Engineer and resubmit until accepted.
' B. In writing call Project Engineer's attention to deviations that the submittal may have from the Contract
Documents.
C. In writing, call specific attention to revisions other than those called for by Project Engineer on previous
' submissions.
END OF SECTION
' General Requirements - Page 9 of 16
I
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 under the applicable sections of the Specifications. Any modification of, or
elaboration on, these test procedures which may be included for specific materials under their respective
sections in the Specifications shall take precedence over these procedures.
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.
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 or fill on schedule for any reason except by action of the Project Engineer/City Representative.
B. Contractor shall notify the City Representative 48 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 their 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 10 of 16
' 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/herself that the 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.
' END OF SECTION
General Requirements - Page l I of 16
SECTION 01510
TEMPORARY UTILITIES
1.1 UTILITIES
A. Fumish all utilities necessary for construction.
B. Make arrangements with Owner as to the amount of water required and time when water will be needed.
1. 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 12 of 16
SECTION 011560
TEMPORARY 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.
1. 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 hay 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 and Erosion Control Manual (latest edition).
1.5 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.
General Requirements - Page 13 of 16
' returned unopened. Bidder shall assume full responsibility for timely delivery at
the location designated for receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not
receive consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under different
' names will not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
' 14.1. Bids may be modified or withdrawn by an appropriate document duly
executed (in a manner that a Bid must be executed) and delivered to the place
' where Bids are to be submitted at any time prior to the opening of Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an
' authorized representative provided he can prove his identity and authority at any
time prior to the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the
receipt of Bids provided that they are then fully in conformance with these
Instructions to Bidders.
15.0 OPENINGS OF BIDS.
t Bids will be opened and (unless obviously non -responsive) read aloud publicly as
indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and
major alternates (if any) will be made available after the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the Bid
' Opening, but OWNER may, in his sole discretion, release any Bid and return the
Bid Security prior to that date.
' 17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
' 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
I
SECTION 011560
TEMPORARY CONTROLS
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 14 of 16
SECTION 01700
CONTRACT CLOSEOUT
LI 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 the job site, and make available to the City Representative and/or Project Engineer upon
request records, photographs and written descriptions of said work as may be required by the Project
Engineer and they shall be submitted prior to project acceptance.
END OF SECTION
I
I
I
IGeneral Requirements - Page 15 of 16
11
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 including traffic control.
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 fumishing all materials, equipment, tools, and traffic control personnel and equipment; and
performing all labor and supervision to fully complete the work.
C. Unit prices shall govem 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
General Requirements - Page 16 of 16
SECTION 02000
PROJECT SPECIFICATIONS
The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction"
' (latest revision), and the current Latimer County "Urban Area Street Standards", (hereafter referred to as
the "Standard Specifications" or "LCUASS") are made a part of this Contract by this reference, except as
revised herein, and are hereby adopted as the minimum Standard Specifications of Compliance for this
project. In those instances where the Standard Specifications conflict with any of the provisions of the
preceding Sections, the preceding Sections shall govern.
INDEX OF REVISIONS
SECTION
104
Traffic and Parking Control
'
105
Control of Work
108
Prosecution and Progress
208
Erosion Control
408
Crack Sealant & Crack Filler
'
627
Pavement Marking
630
Construction Zone Traffic Control
11
r-,
u
11
Project Specifications- Page 1 of 21
REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL
Section 104 of the Standard Specifications is hereby revised as follows:
MAINTAINING TRAFFIC
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 state the type of work, date and times that the sign is in
effect. (For example, if a street is to be crack sealed on Wednesday, September 6, the street shall be posted
no later than Tuesday, September 5, 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., CRACK SEALING.) 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 $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 upcoming 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 48 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 payment 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 2 of 21
I
1 REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL
1
i
1
1
1
1
1
1
1
1
1
1
1
i
1
NO
PARKING
Wed SEPT 6
7:00 AM - 60000 PM
CRACK
SEALING
END OF SECTION
Project Specifications- Page 3 of 21
i
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised as follows:
PLANS, SHOP DRAWINGS, WORKING DRAWINGS, OTHER SUBMITTALS, AND
CONSTRUCTION DRAWINGS
Subsection 105.02 shall include the following:
The Contractor shall furnish the required submittals in TABLE 105-1 before the commencement of work.
Three (3) copies shall be furnished to the Engineer, two (2) copies will be returned to the Contractor upon
approval. Submittals shall not be measured and paid for separately but shall be included in the work.
TABLE 105-1
SUMMARY OF CONTRACTOR SUBMITTALS
Section
No.
Description
Approval
Needed
Reoccurring
108.03
Schedule of Work
Yes
Yes
208.06
Spill Kit: List of items included
Yes
No
408.02
Crack Sealant/Crack Filler Certificate of Compliance
Yes
No
408.02
MSDS Sheets
Yes
No
408.04
Crack Sealant/Crack Filler Measurement Plan
Yes
No
630.10
Traffic Control Plan
Yes
Yes
630.11
TCS Qualifications reoccurs when TCS and flaggers change)
Yes
No
630.11
Resident Notification Letter
Yes
Yes
COOPERATION BY CONTRACTOR
Subsection 105.10 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 Idling" policy
designed to reduce environmental impacts related to construction. Please comply with turning
off vehicles instead of idling for long periods of time (more than three minutes, as a general rule).
COOPERATION BETWEEN CONTRACTORS
Subsection 105.12 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 the projects. 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.
INSPECTION AND TESTING OF WORK
Subsection 105.16 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
Project Specifications- Page 4 of 21
REVISION OF SECTION 105
'
CONTROL OF WORK
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.
'
MAINTENANCE DURING CONSTRUCTION
Subsection 105.19 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 shall not be
paid for separately, but shall be included in the work; including all required traffic control devices,
personnel, and related traffic control incidentals.
END OF SECTION
1
I
' Project Specifications- Page 5 of 21
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 be submitted prior to starting work, 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.
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 108.05 shall include the following:
The work shall be completed within the following calendar months:
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEPT
OCT
NOV
DEC
I ji
DETERMINATION AND EXTENSION OF TIME
Subsection 108.08 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.
Contract working days shall be ninety (90) days after work commences. The City of Fort Collins
reserves the right to add or delete work as necessary. The City will prioritize the order in which the
work will be completed.
The Contractor shall mobilize to the area within ten (10) working days of Notice to Proceed or after
receiving notification of accessibility of work area.
FAILURE TO COMPLETE WORK ON TIME
Subsection 108.09 shall include the following:
Failure to meet the agreed upon milestones, mobilize to an area within days specified in 108.08, or
fully complete the project within ninety (90) working days, shall result in liquidated damages assessed
against the Contractor.
At the City's option, liquidated damages in the amount of $1,000.00 per day may be retained from any
monies due the Contractor, or the City may retain an additional contractor(s) to complete the work, or
portion thereof, and retain any costs incurred above and beyond the bid prices of the Contractor from
any monies due the Contractor in lieu of liquidated damages.
END OF SECTION
Project Specifications- Page 6 of 21
' 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 providing appropriate and adequate spill prevention measures during the
installation of the crack sealant and crack filler materials. Work shall be in accordance with The City
of Fort Collins Urban Drainage and Flood Control District Urban Drainage Criteria Manual, the City
'
of Fort Collins Environmental Standard Operating Procedures contained herein, section 04000, and the
Colorado Department of Transportation Standard Specifications for Road and Bridge Construction
(latest revision).
'
Any loss of time or materials due to spill related events shall be the sole responsibility of the
Contractor. Any damage to surrounding properties or facilities (either on site or off site) during a spill
event that occurs while on this project will be the sole responsibility of the Contractor.
CONSTRUCTION REQUIREMENTS
'
Subsection 208.03 shall be revised as follows:
It shall be the responsibility of the Contractor to ensure that all work areas and roads adjacent to the
project shall be clean of construction debris at the end of each working day or upon leaving any site.
'
Subsection 208.06 shall be revised as follows:
An appropriate Spill Kit shall be on site with each piece of equipment at all times during the
installation of the work. The Contractor shall submit a description of the items contained in each Spill
Kit and items shall be approved by the Project Engineer.
METHOD OF MEASUREMENT
Subsection 208.11 be revised follows:
shall as
All costs associated for materials, cleanup, and protection shall not be measured or paid for separately,
but shall be considered incidental to the Work.
BASIS OF PAYMENT
'
Subsection 208.12 shall be revised as follows:
All related costs 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 material,
'
cleanup, personnel, and related incidental items as specified in these specifications, and as directed by
the City Representative.
END OF SECTION
Project Specifications- Page 7 of 21
r
LI
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 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
REVISION OF SECTION 408
CRACK SEALANT & CRACK FILLER
Section 408 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 408.01 shall include the following:
This work shall include furnishing and placing an approved hot poured joint or crack sealant in
properly prepared cracks in asphalt pavement. The work shall conform to the Colorado Department of
Transportation Standard Specifications for Road and Bridge Construction (latest revision), the City of
Fort Collins Work Area Traffic Control Handbook, and the Larimer County Urban Area Street
Standards (LCUASS).
MATERIALS
Subsection 408.02 shall include the following:
Crack Sealant: material shall be NUVO CS- B hot poured, polymer modified asphalt crack and concrete
joint sealant, or a similar approved equivalent, and shall conform to the following requirements:
NTTVn C.q- R
Cone Penetration: 77' F 25°C , ASTM D5
30-50
Flow: 140°F 60°C , ASTM D 5329
3 min max.
Resilience: 77°F 25°C , ASTM D 5329
40 - 55%
Softening Point: ASTM D36
205°F min.
Flexibility: 2 Sec. 1" Mandrel
-10°F no cracks
Ductility: 77°F 25°C), ASTM D5329
50 cm min.
A certificate of compliance shall be submitted prior to construction
Crack Filler: material shall be NUVO GAP- B hot -applied polymer modified asphalt mixed with
engineered aggregate or a similar approved equivalent, and shall conform to the following requirements:
r,rnvaTe�a:�
Binder Specification:
Flexibility: 2 Sec. 1" Mandrel
-15 min. -6.1-C
Resilience: @ 77'F 26`C . ASTM D5329
35% min.
Tensile Adhesion: ASTM D5329
500% min.
Aggregate Specification:
Specific Gravity
1.5
Porosity
Minimum 10% pores
Sheer Strength
Minimum 30%
A certificate of compliance shall be submitted prior to construction
Using a mixture of different brands and types of sealant is prohibited.
Any material that ravels or can be pulled out by hand after placement shall not be accepted.
The Contractor shall submit the necessary Material Safety and Data Sheets (MSDS), prior to
commencement of work.
Project Specifications- Page 8 of 2l
I
0
[1
I
I
171
17
L
REVISION OF SECTION 408
CRACK SEALANT & CRACK FILLER
CONSTRUCTION REQUIREMENTS
Subsection 408.03 shall include the following:
In general, cracks that range from 1/8" to 1" wide shall be sealed with crack sealant (NUVO CS- B);
cracks greater than 1" shall be filled with crack filler (NUVO GAP- B). The City Representative shall
determine and mark the locations for the type of product installed at each location.
Crack widths of 1/8" or larger shall be thoroughly cleaned using a hot compressed air lance to a depth
of approximately twice the crack width. Direct flame dryers shall not be allowed. Drying and heating
prior to installation of the crack seal material shall be completed in such a manner not to damage the
existing bituminous surface. Care shall be taken to protect vehicles, pedestrians, and all property which
may become damaged from the cleaning and installation process.
Joints between the asphalt roadway and concrete curbs, gutters, cross pans, aprons and drainage
structures shall be sealed.
Air and pavement temperatures shall be at least 40 °F and rising but no more than 65 'F, or as directed
by City Representative.
Sealant shall be applied per the manufacturer's recommendations. When melted and properly applied
(not exceeding manufacturers recommended temperature restrictions) the crack sealant will form a
resilient and adhesive compound which will effectively seal cracks in asphalt pavements.
The sealant shall be leveled off and brought flush with the surface of the existing roadway by
squeegee, wand shoe, or approved alternate equipment. The material shall be centered over the crack
and the crack seal installation shall not exceed three inches in width. The Contractor shall be
responsible for their quality control to ensure that all crack sealing material is flush with the existing
surface before leaving the site. In the event that the crack sealing material sinks into the crack after
the first application, the Contractor shall re -apply additional material to make flush with existing
surface.
Each days work shall be scheduled to allow all open joints and cracks to be sealed before the end of the
workday. Should inclement weather preclude this effort, joints and cracks shall be re -cleaned before
sealing.
The Contractor shall sweep and clean all sidewalks, driveways, and streets adjacent to the work area
after completion of installation.
METHOD OF MEASUREMENT
Subsection 408.04 shall include the following:
The accepted quantities of crack sealant and crack filler shall be paid for at the contract unit price per
pound under Bid Schedule 1 or the Alternate Bid Schedule 2.
The City reserves the right to use the Alternate Bid Schedule 2 which excludes the crack sealant and
crack filler material. The Contractor shall arrange to pick up the material from the Fort Collins Streets
Department, 625 Ninth Street. The City Representative shall be present at the time of material pick up
and shall be responsible for notifying the City Representative when re -ordering material is required.
The City of Fort Collins may provide an enclosed equipment and material storage area for the duration
of the Work to facilitate completion of the project under Bid Schedule 1.
Project Specifications- Page 9 of 21
REVISION OF SECTION 408
CRACK SEALANT & CRACK FILLER
The Contractor and Owner shall agree to a plan to measure the amount of crack sealant or crack filler
placed. If the equipment is scheduled to leave the city site, the Contractor shall provide daily quantities
which both parties shall agree to on a daily basis.
Traffic control shall be a subsidiary obligation to the Work under Bid Schedule I and the Alternate Bid
Schedule 2 and shall not be paid for separately. The Contractor shall provide adequate pedestrian and
traffic control devices during the work to protect the public. The Contractor shall include any and all
devices, flagging, signs, and incidentals as part of the line item unit pricing.
BASIS OF PAYMENT
Subsection 408.05 shall include the following:
Payment shall be made under:
Pay Item
Unit
408.01
NUVO CS- B Crack Sealant (Arterial)
LBS
408.02
NUVO CS- B Crack Sealant (Collector)
LBS
408.03
NUVO CS- B Crack Sealant (Residential)
LBS
408.04
NUVO GAP- B Crack Filler (Arterial)
LBS
408.05
NUVO GAP- B Crack Filler (Collector)
LBS
408.06
NUVO GAP- B Crack Filler (Residential)
LBS
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and all required traffic control devices, personnel and related traffic control incidentals and for
all the work involved in installing crack sealant and crack filler, as specified in these specifications, and as
directed by the City Representative.
Prices and payments made under Alternate Bid Schedule 2 shall include full compensation for furnishing
all labor, tools, equipment, and all required traffic control devices, personnel and related traffic control
incidentals and for all the work involved in installing crack sealant and crack filler, as specified in these
specifications, and as directed by the City Representative. CRACK SEAL AND CRACK FILL
MATERIAL SHALL BE EXCLUDED FROM ALTERNATE BID SCHEDULE 2 AND SHALL BE
SUPPLIED BY THE CITY.
END OF SECTION
Project Specifications- Page 10 of 21
I
1
1
n
I
REVISION OF SECTION 627
PAVEMENT MARKING
Subsection 627 shall include the following:
DESCRIPTION
Subsection 627.01 shall include the following:
This work shall consist of furnishing, installing, and removing temporary pavement markings in
accordance with the latest revision of the City of 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 The Manual on Uniform Traffic Control
Devices for Streets and Highways (MUTCD) and in conformity to the lines, dimensions, locations, and
details shown on the plans or as established by the City Representative.
PAVEMENT MARKING TAPE
Subsection 627.10 is revised to include the following:
Permanent pavement markings shall be installed by The City of Fort Collins. Temporary pavement
markings shall be suitable for use on asphalt cement or portland cement concrete pavements, shall be
installed and removed by the Contractor, and shall conform as follows:
1. The surface 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 the 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 notify the City Representative when the work in
the area has been completed to allow scheduling of the permanent pavement markings
to be 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 I I of 21
REVISION OF SECTION 627
PAVEMENT MARKING
METHOD OF MEASUREMENT
Subsection 627.12 is revised to include the following:
All costs associated for materials, installation, removal, and maintenance of pavement marking will not
be measured or paid for separately, but shall be considered incidental to the Work.
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 material, 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.
END OF SECTION
Project Specifications- Page 12 of 21
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised as follows:
'
DESCRIPTION
'
Subsection 630.01 shall be revised as follows:
This work shall consist of furnishing, installing, moving, maintaining, and removing temporary
construction traffic control devices including but not limited to signs, advance warning arrow boards,
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), and Colorado Department of Transportation (latest revision).
In the event of a conflict between the MUTCD and the City's criteria, the City of Fort Collins
specifications shall govem.
'
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 630.10 shall be revised as follows:
'
TRAFFIC CONTROL PLAN
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, be removed from the area. Moving will
include devices removed from the project and later returned to use.
Traffic control devices may 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 issue 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".
L
1 Project Specifications- Page 13 of 21
I
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
CONTRACTOR RESPONSIBILITY
The Contractor shall be responsible for ensuring safe passage through the work zone for vehicles,
pedestrians and bicycles.
The Contractor shall use variable message boards to advise road users about upcoming work on arterial
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 ten (10) feet.
2. The Contractor will .provide 24 hour minimum notice to the City of Fort Collins Traffic
Department when project operations will be 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 Monday 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 the Owner
shall deduct from compensation $1,000.00 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:
1. A detailed diagram which shows the location of all sign placements, including advance
construction signs (if not previously approved) and speed limit signs; method, length and time
duration for lane closures, and location of flag persons.
Project Specifications- Page 14 of 21
I
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
2. A tabulation of all traffic control devices shown on the detailed diagram including, but not limited
to: construction signs; vertical panel; vertical panel with light; Type I, Type II, and Type III
'
barricades; cones; drum channelizing devices; advance warning flashing or sequencing arrow
panel. Certain traffic control devices may be used for more than one operation or phase.
However, all devices required for any particular phase must be detailed and tabulated for each
phase.
3. Number of flaggers to be use.
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 630.11 shall be revised as follows:
The Contractor shall designate an individual, other than the superintendent, to be the Traffic Control
' Supervisor. 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 shall
'
remain on site at all times during the construction.
'
The TCS shall be equipped with a cellular phone.
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 duties shall include, but not be limited to:
1. 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.
5. Coordinate project activities with appropriate police and fire control agencies, Transfort,
'
school districts and other affected agencies and parties prior to construction.
6.
Notify residents and businesses at least 48 hours prior to construction.
a. Notifications may be accomplished by a representative of the TCS such as a flagger and
'
shall be hand typed and hand delivered to all businesses and residents.
Project Specifications- Page 15 of 21
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
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.
8. Flagging in emergency or relief for short periods of no more than 15 minutes over a 60
minute period.
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 MI -IT
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 notifications indicating the nature of the work to be completed, any
special instructions to the residents (i.e. limits on lawn watering during the Work), the dates and times
of the work, and the parking and access restrictions that shall apply.
Notification letters or door hangers shall include a local phone number residents with questions may
use to contact the Contractor and a link to the City of Fort Collins Street Department where citizens
may find additional information and project updates at "www.fcgov.com/streets". Only approved
notifications shall be distributed a minimum of 48 hours prior to the commencement of each phase of
the Work.
Sample notifications shall be submitted to the City Representative for review prior to starting the
project.
Traffic Control plans shall be submitted for approval prior to commencement of any 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 Representative.
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 current 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.
Project Specifications- Page 16 of 21
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
The following list reflects devices that may be used on the project or authorized by the City
Representative:
"NO PARKING" Sign with Stand
Vertical Panel without Light
Channelizing Drum without Light
Type I/II Barricade without Light
Local Business Open
Reduced Speed Ahead
Safety Fence
Light
Type III Barricade without Light Cone with Reflective Strip
Advance Warning Flashing or Sequencing Arrow Panel Variable Message Board
Size A Sign with Stand Size B Sign with Stand
METHOD OF MEASUREMENT
Subsection 630.15 shall be revised as follows:
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 shall not be measured or paid for
separately and shall be included in the line item unit price for the Work.
Traffic control conditions vary significantly in the field and the Contractor is responsible for
submitting traffic control plans for each work location. Minimum traffic control requirements for
Arterial, Collector, and Residential streets are contained herein.
The City may deduct from compensation due the Contractor $10.00 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.
The Traffic Control Supervisor, Flaggers, hand signs such as Stop/Slow paddles, devices, vehicles,
'
and all other associated traffic control items shall not be measured and paid for separately and shall be
included in the line item unit price for the Work. Flaggers requested by the City Representative in
addition to the minimum requirements contained herein shall be paid for under "Additional Flagging
Personnel'.
'
The flagger(s) shall be provided with electronic communication devices when required. These devices
shall not be measured and paid for separately and shall be included in the line item unit price for the
Work.
The cost of batteries, electricity and/or fuel for all lighting or warning devices will not be paid for
separately but shall 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
line item unit price.
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, neighborhood traffic only signs and detour placard street names are NOT considered
Specialty Signs and will not be measured or paid for separately and shall be included in the unit price
for the Work.
Project Specifications- Page 17 of 21
counterparts of the Agreement and attached documents to OWNER with the
required Bonds. Within ten (10) days thereafter, OWNER hall 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.
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 is available for review in the Purchasing and Risk Management
Division or the City Clerk's office.
' A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires
that suppliers and producers of cement or products containing cement
' to certify that the cement was not made in cement kilns that burn
hazardous waste as a fuel.
23.0 COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid
will be rejected and reported to authorities as such. Your authorized signature of
' this Bid assures that such Bid is genuine and is not a collusive or sham Bid.
24.0 BID RESULTS.
For information regarding results for individual Bids send a self-addressed, self -
stamped envelope and a Bid tally will be mailed to you. Bid results will be posted
' in the Purchasing office seven (7) days after the Bid Opening.
END OF SECTION
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
The City of Fort Collins 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 to public or private property caused
by the Contractor's construction activities. Private or public property which is damaged by the
Contractor's installation, equipment, or employees will be the sole responsibility of the Contractor.
The following figures indicate the minimum required traffic control for each street classification:
FIGURE 630-1 TYPICAL ARTERIAL TRAFFIC CONTROL PLAN
N
WS
s
/� vv-v vv-vw�'�vvviv v'vv-v�vv^•v usv�'viv,v vv vvvv vov � �,.
.. \Y OCk00•.0 .: ....� OG •0000�
�Yfli l�,
n�
NOTE: TWO VARIABLE MESSAGE BOARDS ARE REQUIRED FOR ALL ARTERIAL STREETS
IN ADDITION TO THE MINIMUM SIGNS AND FLAGGERS INDICATED ABOVE.
ADDITIONAL VARIABLE MESSAGE BOARDS, ADVANCE WARNING ARROW BOARDS, OR
FLAGGING PERSONNEL MAY BE REQUESTED BY THE CITY REPRESENTATIVE AND SHALL
BE PAID FOR SEPARATELY UNDER "ADDITIONAL VARIABLE MESSAGE BOARD",
"ADDITIONAL FLAGGING PERSONNEL", AND/OR "ADDITIONAL ADVANCE WARNING
ARROW BOARD" AS REQUESTED.
Project Specifications- Page 18 of 21
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
FIGURE 630-2 TYPICAL COLLECTOR TRAFFIC CONTROL PLAN
.. no oe oe000 �� � TTTTg
po v— d6
(+ r ��
NOTE: IN ADDITION TO THE MINIMUM SIGNS AND FLAGGERS INDICATED ABOVE,
VARIABLE MESSAGE BOARDS ARE NOT REQUIRED FOR COLLECTOR STREETS.
ADDITIONAL VARIABLE MESSAGE BOARDS, ADVANCE WARNING ARROW BOARDS, OR
FLAGGING PERSONNEL MAY BE REQUESTED BY THE CITY REPRESENTATIVE AND SHALL
BE PAID FOR SEPARATELY UNDER "ADDITIONAL VARIABLE MESSAGE BOARD",
"ADDITIONAL FLAGGING PERSONNEL", AND/OR "ADDITIONAL ADVANCE WARNING
ARROW BOARD" AS REQUESTED.
Project Specifications- Page 19 of 21
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
FIGURE 630-3 TYPICAL RESIDENTIAL TRAFFIC CONTROL PLAN
NOTE: IN ADDITION TO THE MINIMUM SIGNS AND FLAGGERS INDICATED ABOVE,
VARIABLE MESSAGE BOARDS ARE NOT REQUIRED FOR RESIDENTIAL STREETS.
ADDITIONAL VARIABLE MESSAGE BOARDS, ADVANCE WARNING ARROW BOARDS, OR
FLAGGING PERSONNEL MAY BE REQUESTED BY THE CITY REPRESENTATIVE AND S14ALL
BE PAID FOR SEPARATELY UNDER "ADDITIONAL VARIABLE MESSAGE BOARD",
"ADDITIONAL FLAGGING PERSONNEL", AND/OR "ADDITIONAL ADVANCE WARNING
ARROW BOARD" AS REQUESTED.
BASIS OF PAYMENT
Subsection 630.16 shall be revised as follows:
Pay Item Unit
630.01 Additional Variable Message Board Per each per day
630.02 Additional Advance Warning Arrow Board Per each per day
630.03 Additional Flagging Personnel Hour
Project Specifications- Page 20 of 21
I
1
I
1
L.J
1
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
All traffic control costs including but not limited to furnishing equipment, equipment set
up/removal/modification, TCS and flagging personnel including required break times, vehicles,
phones, notification delivery, hand signs, variable message boards, advance warning arrow
boards, communication devices, sandbags, and all related incidentals required for traffic control
shall be considered a subsidiary obligation of the Contractor in connection with the various items
of the Work per the Typical Minimum Standards contained herein (Figures 630-1, 630-2, 630-3).
Payment shall be made for traffic control devices and flagging personnel as requested by the
City Representative and when additional to the minimum traffic control requirements as noted
herein (Figures 630-1, 630-2, and 630-3).
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
EQUIPMENT, 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 AND HIGHWAY 14 MULBERRY
STREET EAST OF LEMAY AVENUE) WILL NORMALLY BE RESTRICTED FROM 9:00
AM TO 3:00 PM.
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 21 of 21
I
SECTION 02500 ,
QUANTITY ESTIMATE
This work shall consist of crack sealing and crack filling on designated streets in the City of Fort Collins. A list ofstreets '
is contained herein.
Additional quantities are included in the contract quantities for streets not identified at the time of the bid. All quantities ,
stipulated in the Bid Schedule are approximate and shall be used only as a basis for estimating the probable cost of the
Work and for the purpose of comparing the bids submitted. The basis of payment shall be the actual amount of materials
furnished and Work completed.
Contractor agrees to 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.
The City reserves the right to prioritize the installation of the work. '
1
a
i
201 1 CRACK SEAL and CRACK FILL PROJECT (1999 To Zoos)
9/2G/201 I Revised
1
5TREET ROAD CLA55 FROM TO
wl4I16ZrAiW
Troutman Pky
Collector
Shields 5t
E End
Tanger 5t
Residential
Troutman Pky
5tarling 5t
Warbler Dr
Residential
Troutman Pky
5tarling 5t
5tarling 5t
Residential
Tanger 5t
Manhatten Ave
EA5TB0ROUGH
Centennial Rd
Collector
Lemay Ave
Parklake Dr
Cobblestone Ct
Residential
5prin6jwood Dr
Cobblestone Ct
Cobblestone Ct
Residential
E End
W End
Eastborough Dr
Residential
Centennial Rd
N End
Eastborough Dr
Residential
Centennial Rd
5tratborough Ln
Emdboroucgh Dr
Residential
Oxborough Ln
Centennial Rd
Fauborough Ct
Residential
N End
5 End
Middlesborough Ct
Residential
N End
5 End
Oxborough Ln
Residential
Eastborough Dr
Brookwood Dr
Rockboroucgh Ct
Residential
Centennial Rd
N End
VILLAGE EAST
Hampton Dr
Residential
Stover 5t
Sydney Dr
Kmgston Dr
Residential
Stratton Dr
Camelot Dr
Mansfield Dr
Residential
Stover 5t
Camelot Dr
Stover 5t
Collector
E Horsetooth Rd
E 5wallow, Rd
Stratton 5t
Residential
Kingston Dr
Mansfield Dr
Sydney Dr
Residential
Stover 5t
Hampton Dr
THUNDERMOOR
Del Clair Rd
Residential
Stover 5t
Tulane Dr
Cortez 51;
Residential
E 5wallow 5t
Del Clair Rd
Cortez Ct
Residential
Cortez 5t
End
5 Stanford Rd
Collector
E Swallow 5t
Del Clair Kd
N Stanford Rd
Collector
Del Clair Rd
E Drake Rd
Alamo Ave
Residential
E 5wallow 5t
Del Clair Rd
5trachan Rd
Residential
5tanford Rd
Stover 5t
CONSTITUTION
Constitution Ave Collector W Drake Rd W Stuart 5t
HIGHLANDER 1999
Edora Rd
Residential
E Prospect Rd
E Prospect Rd
Edora Ct
Residential
Edora Rd
N End
Welch 5t
Residential
E Prospect Rd
E Pitkin 5t
Emicgh 5t
Residential
E Pitkin 5t
E Prospect Rd
Alford 5t
Residential
E Pitkin 5t
Emigh 5t
OLD TOWN NEIGH13OR5
E Oak 5t
Residential
Remington 5t
Whedbee 5t
E Olive St
Residential
Mathews 5t
Whedbee 5t
E Olive 5t
Residential
Remington 5t
Mathews 5t
Mathews 5t
Residential
Mountain Ave
E Olive 5t
Mathews St
Residential
E Olive 5t
E Magnolia 5t
Peterson 5t
Residential
Mountain Ave
E Mulberry 5t
'
LOOM15
Bungalow Ct
Residential
N Mack 5t
Wood 5t
Grant Ave
Residential
W Mountain Ave
Laporte Ave
Lyons 5t
Residential
W Mountain Ave
Laporte Ave
'
N Mack 5t
Residential
W Mountain Ave
Laporte Ave
Roosevelt Ave
Residential
W Mountain Ave
Laporte Ave
Washington Ave
Residential
W Mountain Ave
Laporte Ave
Page 1 of 16
201 1 CRACK SEAL and CRACK FILL PROJECT (1 999 TO 2005)
9/2G/201 I Revised
ROAD CLA55 FROM TO
2000 STREET REPAIRS
STONEHENGE
Avery Court
Residential
Stonehenge Dr
End
Bear Court
Residential
Stonehenge Dr
End
Brookwood Dr
Residential
Stuart St.
Kirkwood Dr
Brumal Court
Residential
Welch St.
East End
hunter Court
Residential
Stonehenge Dr
End
Indian Summer Court
Residential
Welch St.
West End
Kenwood Court
Residential
Rollmgwood Dr
End
Niagara Court.
Residential
Stoney Hill Drive
North End
Niagara Drive
Residential
Welch St.
Stoney Hill Dr.
Osprey Court
Residential
Brookwood Dr
End
Solstice Lane
Residential
Welch St.
Welch St.
Sonoma Court
Residential
Stoney hill Dr.
North End
Stonehenge Dr
Residential
Welch St.
Rolhngwood Dr
Stoney hill Court
Residential
Stoney Hill Drive
Stoney Hill Dr.
Stoney Hill Drive
Residential
Lemay Ave.
Brookwood Dr.
Rolf Court
Residential
Rolhngwood Dr
End
Rollingwood Dr
Residential
Stuart St.
Kirkwood Dr
Welch Street
Residential
Stuart St.
Niagara Dr.
LANDINGS
Breakwater Dr
Residential
Lemay Ave.
5ky5ail Ln.
Shore Pine Ct (Harpoon Ct
Residential
Breakwater Dr.
Shore Pine Ct
Shore Pine Ct
Residential
E End
W End
5kysail Ln
Residential
Bridge
Breakwater Dr
P055BOPOUGH
Avon Court
Residential
Birmingham Dr.
End
Birmingham Drive
Residential
Cockney St.
South End
Birmingham Court
Residential
Birmmgham Dr.
East End
Chelsea Court
Residential
Birmingham Dr.
End
Cockney Street
Residential
Birmingham Dr.
Cheshire St.
Cheshire Street
Residential
Cockney St.
Birmingham Dr.
Devonshire Drive
Residential
Taft Hill Rd
Birmingham Dr.
Derby Court
Residential
Birmmgham Dr.
West End
Enfield Street
Residential
Birmingham Dr.
Pembroke 5t
English Court
Residential
Enfield Street
End
Glasgow Court
Residential
Birmingham Dr.
End
Newcastle Court
Residential
Birmingham Dr.
West End
Lindsey Street
Residential
Derby Court
Newcastle Court
Pembroke Street
Residential
Birmingham Dr
Enfield Street
Thames Court
Residential
Birmingham Dr
End
Westminster Street
Residential
Birmmgham Dr
South End
5UN5TONE VILLAGE
Caribou Dr
Collector
Artic Fox Dr
E Horsetooth Rd
Capstone Ct
Residential
5un5tone Dr
5 End
Flagstone Ct
Residential
Caribou Dr
W End
5tonegate Ct
Residential
5tonegate Dr
5 End
5tone6jate Dr
Residential
Stoney Creek Dr
5un5tone Dr
5tonendge Ct
Residential
Caribou Dr
N End
5toneway Ct
Residential
5un5tone Dr
S End
Stoney Creek Dr
Residential
Caribou Dr
Winterstone Dr
Sunburst Dr
Residential
5un5tone Dr
Caribou Dr
5uncre5t Ct
Residential
Caribou Dr
5 End
5uncrest Dr
Residential
5tone6jate Dr
Caribou Dr
Sunlight Ct
Residential
Sunburst Dr
N End
Sunray Ct
Residential
W End
E End
5un5tone Ct
Residential
5un5tone Dr
E End
5un5tone Dr
Residential
Stoney Creek Dr
Caribou Dr
Touchstone Ct
Residential
Sunburst Dr
N End
r,
J
Page 2 of 16
201 1 CRACK SEAL and CRACK FILL PROJECT N 999 To 2005) 9/249/201 1 Revi5ed
I
5TREET ROAD CLA55 FROM TO
5OUTHMOOR
Swallow Bend Residential Swallow Road Stover 5t.
Swallow Place Residential Swallow Road South End
SHEELY ADDITION
Balsam Ln
Re5idential
Prospect Ln
5 Whitcomb 5t
Juniper Ln
Residential
Sheely Dr
Whitcomb 5t
Prospect Ln
Residential
Prospect Rd
Juniper Ln
Prospect Rd
Arterial
Shields 51;
Whitcomb 51;
Prospect Rd
Arterial
Whitcomb 51;
College Ave
BENNETT AREA
Bennett Rd
Residential
Shields St
City Park Ave
City Park Av
Residential
Bennett Rd
Elizabeth 5t.
Del Mar 5t
Residential
Springfield Dr
Westward Dr
Lakewood Dr
Residential
Del Mar 5t.
City Park Ave
Springfield Dr
Residential
5hield5 5t
City Park Ave
University Ave
Residential
5hield5 5t
City Park Ave
Westward Dr
Residential
5hield5 5t
City Park Ave
CREGER
Boardwalk Dr
Arterial
Mason 51;
College Ave
Creger Dr
Residential
Mason 5t
College Ave
Colboard Dr
Residential
Mason 5t
College Ave
Mason St
Arterial
Hor5etooth Rd
harmony Rd
Mason St
Arterial
Monroe St
E Hor5etooth 5t
Monroe Dr
Residential
College Ave
JPK Pky
Monroe Dr
Residential
College Ave
Mason 5t
Troutman Pky
Arterial
Mason 5t
College Ave
UNIVERSITY PARK
Mathews 5t
Residential
Magnolia 5t
Laurel 5t
Peterson St
Residential
Olive 5t
Laurel 5t
EVERGREEN PARK
Matuka Court
Residential
Conifer St
5 End
Muddler Court
Residential
Conifer St
S End
5ugarpme 5t
Residential
Conifer 5t
End
HICKORY
Hickory St
Residential
N College Ave
W End
HAMP5HIRE
Hampshire Rd
Collector
Chevoit Dr
W Drake Rd
HIGHLANDER
Baker 5t
Residential
E Pitkin 5t
McHugh
E Pitkin 5t
Residential
5 Lemay Ave
Riverside Ave
Hays 51;
Residential
E Pitkin 5t
McHugh
PROSPECT ESTATES
Buckeye 5t
Residential
Meeker Dr
Laplata Ave
E Lake 5t
Residential
Meeker Dr
End
Hays 5t
Residential
Buckeye 51;
E Pitkin 5t
Laplata Ave
Residential
E Prospect Rd
E Pitkin 51;
Longs Peak Or
Residential
E Prospect Rd
Buckeye 5t
Meeker Dr
Residential
E Lake 5t
Buckeye 5t
Pikes Peak Ave
Residential
E Lake 5t
Buckeye 5t
1
Page 3 of 16
201 1 CRACK SEAL and CRACK FILL PROJECT (1999 To 2005)
9/2G/201 I Revised '
5TREET
OAKRI DGE
ROAD CLA55 FROM
TO '
Barberry Drive
Residential
Keenland Drive
McMurray Avenue
Coralberry Court
Residential
Wheaton Drive
North End
Elderberry Court
Residential
Barberry Drive
South End
Honeylocust Court
Residential
Wheaton Drive
North End
Iris Court
Residential
Wheaton Drive
North End
Keenland Drive
Collector
Lemay Ave
East End
McMurray Avenue
Residential
Keenland Drive
Wheaton Drive
Spanish Oak Court
Residential
Keenland Drive
West End
Twin Oak Court
Residential
Keenland Drive
East and West Ends
Twinberry Court
Residential
Keenland Drive
East and West Ends
Wisteria Court
Residential
Barberry Drive
North End
VERMONT
Connecticut Dr
Residential
Connecticut Dr
Residential
Eastbrook Dr
Residential
Massachusetts 5t
Residential
Connecticut Ct
Residential
THUNDERBIRD
Massachusetts 5t Eastbrook Dr
Sonora 5t Danfield Ct
Connecticut Dr Eastbrook Dr
Eastbrook Dr East End
Allen St
Residential
Harvard 5t
Tulare Dr
Annabel Ln
Residential
Remington 5t
Mae 51;
Del Clair Rd
Residential
Remington 5t
Tulare Dr
E Thunderbird Dr
Residential
Harvard 5t
Leisure Dr
Leisure Dr
Residential
E Drake Rd
5 End
Linda Ln
Residential
Remington 5t
Tulare Dr
Mae 5t
Residential
Harvard 5t
Tulare Dr
Mathews 5t
Residential
E Drake Rd
E Thunderbird Dr
Phoenix Dr
Residential
Linda Ln
E 5wallow Rd
Remington 5t
Residential
Harvard 5t
E 5wallow Rd
Remington 5t
Re51dentlal
E Swallow Rd
5 End
Ruth 5t
Residential
Annabell Ln
Tulare Dr
Tulare: Dr
Residential
E Drake Rd
E 5wallow Rd
MILLER BROTHER5 2000 6 2002
Applewood Rd
Residential
Montview Rd
5 Taft Hill Rd
Ash Dr
Residential
W Lake 5t
Clearview Ave
Briarwood Rd
Residential
5 End
Montview Rd
Crabtree Or
Residential
Cypress Dr
Ponderosa Dr
Clearview Ave
Residential
Cypress Dr
5 Taft Hill Rd
Cypress Dr
Residential
W lake 5t
W Elizabeth 5t
Fuqua Dr
Residential
W Prospect Rd
Clearview Ave
Hillcrest Dr
Residential
W Lake 5t
W Elizabeth 5t
Montview Rd
Residential
Clearview Ave
Hillcrest Dr
Ponderosa Dr
Residential
Evergreen Dr
W Elizabeth 5t
Poplar Dr
Residential
Cypress Dr
Ponderosa Dr
5prmgfield Ct
Residential
N End
5prmgfield Dr
5prm6jfield Dr
Residential
Village Ln
5 Taft Hill Rd
Tamarac Dr
Residential
Cypress Dr
Ponderosa Dr
Village Ln
Residential
5 End
N End
W Lake 51;
Residential
Deerfield Dr
5 Taft Hill Rd
2001 STREET REPAIRS
EA5T LAKE AREA
Lake 5t
Residential
College Ave
Whedbee 5t
Matthews 5t
Residential
Lake 5t
Prospect Rd
Peterson 51;
Residential
Prospect Rd
Pitkn 5t
Page 4 Of 16
201 1 CRACK SEAL and CRACK FILL PROJECT (1999 TO 2005) 9/2G/201 I Revised
5TREET ROAD CLA55 FROM
ARBOR AREA
Beaver Creek Dr
Residential
Troutman Pky
Benthaven 5t
Benthaven St
Residential
Moss Creek Dr
Wabash 5t
Burgundy Ct
Residential
Century Dr
North E End
Butte Pass Dr
Residential
E End
West End
'
Canosa Ct
Re5ldentlal
Century Dr
North E End
Dillon Wy
Re5ldentlal
Butte Pass Dr
South End
Granby Ct
Residential
Butte Pass Dr
South End
Granite Ct
Re5ldentlal
Wabash 5t
North End
'
Granite Ct
Residential
Wabash 5t
South End
Great Plam5 Ct
Residential
Moss Creek Dr
East End
Lost Creek Dr
Re51dentlal
Butte Pass Dr
South End
Moss Creek Dr
Residential
Troutman Pky
Wabash Dr
5addle Notch Dr
Residential
Troutman Pky
Butte Pass Dr
Snow Ridge Ct
Residential
Butte Pass Dr
S End
Winter Ct
Residential
Moss Creek Dr
W End
'
5ATURN AREA
Aran 5t
Residential
Saturn Dr
Skyway Dr
Balhna Ct
Residential
Saturn Dr
N End
Boyne Ct
Residential
Skyway Dr
N End
'
Colby Ct
Residential
Saturn Dr
N End
Colby 5t
Re51dentlal
Skyway Dr
Saturn Dr
Saturn Dr
Residential
5 College Ave
Aran 5t
Saturn Dr
Re50entlal
Aran 5t
Derry Dr
'
5kyway Dr
Collector
Aran 5t
Colby 5t
Tralee Ct
Residential
Colby 5t
W End
E. 5TUART AREA
'
Stover 5t
Collector
E Prospect Rd
E Fitkin 5t
SWALLOW AREA
Foothills Parkway
Residential
Matthews 5t
College Ave
Matthews St
Residential
Swallow Rd
Foothi115 Pky
Monroe Dr
Residential
5tanford Rd
Stover 5t
Stanford Rd
Collector
Swallow Rd
Hor5etooth Rd
Erin Ct
Re5dential
Riverside Ave
W End
NEW BEDFORD AREA
A51hlawn Ct
Residential
New Bedford Dr
W End
Brittany Ct
Residential
New Bedford Dr
E End
Dorchester Ct
Residential
New Bedford Dr
E End
Monticello Ct
Residential
New Bedford Or.
W End
New Bedford Dr
Residential
Wheaton Dr
Ticonderoga
Norwich Ct
Re5ldentlal
New Bedford Dr
W End
Revere Ct
Residential
Wheaton Dr
N End
5tandi5h Ct
Residential
New Bedford Dr
W End
WHALERS AREA
Maxwell Ct
Residential
Maxwell Dr
W End
Maxwell Dr
Residential
Whalers Wy
Seaboard Ln
Seaboard Ln
Residential
Whalers Wy
Maxwell Dr
Seaway Cir
Residential
Whalers Wy
Whalers Wy
Whalers Wy
Collector
Boardwalk Dr
Lemay Ave
5TANFORD
'
5tanford Rd
Collector
E Swallow Rd
E Hor5etooth Rd
11
' Page 5 of 16
SECTION 00300
•;►i
201 1 CRACK SEAL and CRACK FILL PROJECT (1999 To 2005) 912GI201 I Revised
STREET ROAD CLA55 FROM TO
DOCTORS LANE AREA
Doctors Ln
Residential
Lemay Ave
Patton 5t
Elizabeth 5t
Collector
Lemay Ave
McHugh 5t
Hospital Ln
Residential
Doctors Ln
Elizabeth St
Luke 5t
Residential
Doctors Ln
Elizabeth St
McHugh 5t
Residential
Elizabeth 5t
Riverside Ave
Patton 5t
Residential
Doctors Ln
Elizabeth 5t
RIVERSIDE
Erin Ct
Residential
Riverside Ave
W End
Riverside Ave
Collector
Prospect Rd
S End
5HERWOOD AREA
Sherwood 5t
Residential
Canyon Ave
Oak 5t
Whitcomb 5t
Residential
Olive St
Mountain Ave
E Foothills Pky
Residential
5 College Ave
Mathews 5t
Mathews 5t
Residential
E Foothills Pky
E Swallow Rd
UNIVERSITY PARK
Locust 5t
Residential
College Ave
Smith 5t
Mathews St
Residential
Elizabeth St
E Laurel 5t
Peterson 5t
Residential
Elizabeth 5t
E Laurel 5t
W LAKE AREA
Blevins Ct
Residential
Whitcomb 5t
W End
W Lake 5t
Collector
Whitcomb 5t
Shields St
Summer St
Residential
Shields 5t
E End
Whitcomb St
Residential
Lake 5t
Prospect Rd
GILGALAD
Gdgalad Wy
Residential
Hill Pond Rd
N End
BLUE SPRUCE
Blue 5puce Dr
Residential
Conifer 5t
E. Willox Ln.
Bnstlecone Dr
Residential
PVMT CHG - E of College
Blue Spruce Dr
Butch Cassidy Dr
Residential
Blue Spruce Dr.
East to PVMT CHG
5undance Cr
Residential
Blue Spruce Dr.
East to PVMT CHG
2002 STREET REPAIRS
ALTA V15TA
Alta Vista 5t
Residential
E Vine Dr
North End
Main 5t
Residential
West End
North Lemay Ave
Martinez St
Residential
South End
North End
Unknown Name
Residential
Alta Vista 5t
North End
Unknown Name
Residential
South End
North End
5 Bryan Ave
Residential
W Mulberry 5t
S Bryan Ave
5 Bryan Ave
Residential
City Park Dr
W Mountain Ave
5 McKinley Ave
Residential
W Oak 5t
W Mountain Ave
W Oak 5t
Residential
5 Bryan Ave
5 51hield5 St
EAST SWALLOW
E 5wallow Rd
Collector
5 College Ave
5 Lemay Ave
FOUR SEASONS
Arbor Ave
Residential
Century Dr
Coronado Ave
Century Dr
Residential
W Horsetooth Rd
Wabash 5t
Wabash 5t
Collector
Century Dr
Ashury Dr
Page 6 of 16
11
201 1 CRACK SEAL and CRACK FILL PROJECT (1999 TO 2005) 9/2G/201 I Revised
STREET ROAD CLA55
GREENBRIAR
Grouse Cir
Residential
E Willox Ln
E Willox Ln
Peregrin Run
Residential
E Willox Ln
E Willox Ln
Pica Run
Residential
E Willox Ln
Briarcliff Rd
Ptarmigan Ct
Residential
E Willox Ln
S End
Quad Run
Residential
E Willox Ln
E Willox Ln
MILLPOND
Bridgefield Ln
Residential
Shire Ct
Rolland Morre Dr
Chetwood Ct
Residential
Shire Ct
5 End
Gilgalad Wy
Residential
S End
Mill Pond Rd
Gilgalad Wy
Residential
Mill Pond Rd
N End
'
Mill Pond Dr
ll Pond Dr
Residential
Residential
5 Shields St
Shire Ct
Shire Ct
E End
irromere Cir
Residential
Weathertop Ln
E End
Rolland Moore Dr
Collector
5 Shields St
E End
51adowmere Ct
Residential
Mill Pond Rd
N End
Shire Ct
Residential
5 Shields St
Mill Pond Rd
Spring Creek Ln
Residential
W End
S Shileds 5t
5undermg Dr
Residential
Weathertop Ln
W End
Waters Edge
Residential
Hill Pond Rd
N End
Weathertop Ln
Residential
Shire Ct
N End
Wind Trail
Residential
Waters Edge
E End
Wmterberry Wy
Residential
Mill Pond Rd
N End
LINCOLN AVE
'
E Lincoln Ave
Residential
Riverside Ave
N Lemay Ave
STUART/STOVER
E Stuart St
Collector
S College Ave
Stover St
Stover St
Collector
E Stuart St
E Prospect Rd
MAPLE 5T
Maple 5t
Residential
College Ave
Howes St
BUSCH DRIVE
Busch Dr
Arterial
Mountain Vista Rd
Richards Lake Rd
VINE DR
Vine Dr
Arterial
College Ave
Linden St
E LAUREL
E Laurel St
Collector
College Ave
Stover St
GRANDVIEW
Fishback Ave
Residential
WMountain
Laporte Ave
Grand View Ave
Residential
W Mountain
Laporte Ave
N Bryan Ave
Residential
W Mountain
Laporte Ave
Richards PI
Residential
N Bryan Ave
Fishback Ave
CRESTMORE
Crestmore PI
Residential
5 Bryan Ave
City Park Ave
Lakeside Ave
Residential
W Mulberry St
Sheldon Dr
S Bryan Ave
Residential
W Mulberry St
5 End
Sheldon Dr
Residential
Crestmore PI
W Mulberry St
Westview Ave
Residential
5 Bryan Ave
E End
Westview Ave
Residential
W End
Sheldon Dr
' Page 7 of 16
201 1 CRACK SEAL and CRACK FILL PROJECT (1999 TO 2005)
512GI201 I Revised '
5TREET
REDWING
ROAD CLA55 FROM
TO I
Avocet Rd.
Residential
Meadolark Ave.
Eagle Dr.
BlueJay 5t.
Residential
Eagle Dr.
Ringneck Dr.
Eagle Dr.
Residential
W. Swallow Rd.
Meadowlark Ave.
Flicker Dr.
Residential
Avocet Rd.
Kedwmg Rd.
Junco Ct.
Residential
Eagle Dr.
West End
Killdeer Dr.
Residential
Avocet Rd.
Rmgneck Dr.
Redwmg Rd.
Residential
Rmgneck Dr.
Drake Rd.
Rmgneck Dr.
Residential
W. Swallow Rd.
Flicker Dr.
PIONEER
Armstrong Ave
Residential
W Laurel 5t
Pioneer Ave
Del Norte PI
Residential
W Laurel 5t
Monte Vista Ave
Martz PI
Residential
5 Shields 5t
Monte Vista Ave
Monte Vista Ave
Residential
W Laurel 5t
Sunset Ave
Pioneer Ave
Residential
W Mulberry St
5 Washington Ave
Sunset Ave
Residential
5 Shields 51:
Pioneer Ave
LAPKBOROUGH
Goldeneye Dr
Residential
W Troutman Pky
Warbler Dr
Guillemont 51;
Residential
Widgeon 5t
Warbler Dr
Thrasher 5t
Residential
Widgeon St
Warbler Dr
Widgeon 5t
Residential
W Troutman Pky
Goldeneye Dr
2003 STREET REPAIRS
FAI RBROOKE
Bangor Ct
Residential
Etton Dr
Holhngbourne Dr
Cedarwood Dr
Residential
Hampshire Rd
W of Somerville
Coventry Ct
Residential
Hampshire Rd
W End
Etton Dr
Residential
Cedarwood Dr
Hol6ng1bourne Dr
Pairbrooke Ct
Residential
Cedarwood Dr
N End
Hampshire Dr
Collector
Suffolk 5t
W Prospect Rd
Hollingbourne Dr
Residential
Etton Dr
Cedarwood Dr
PROSPECT PARK
Canton Ct
Residential
Sharp Point Dr
W End
March Ct
Residential
Sharp Point Dr
W End
Midpoint Dr
Collector
Timberline Rd
Sharp Point Dr
Prospect Pky
Residential
E Prospect Rd
Midpoint Dr
Piverbend Ct
Residential
Sharp Point Dr
W End
Sharp Point Dr
Collector
E Prospect Rd
Midpoint Dr
Specht Point Dr
Residential
E Prospect Rd
Midpoint Dr
TENTH GREEN
Hi lcrest Dr
Residential
W Oak 5t
N Briarwood Kd
N Briarwood Rd
Residential
Laporte Ave
W Oak 5t
W Oak 5t
Residential
W End
E End
Wood 5t Residential Laporte Ave N End
Busch Drive Arterial Mountain Vista Dr Richards Lake Rd
W ELIZA13ETH
W Elizabeth 5t Arterial Taft Hill Rd City Park Ave
Page 8 of 16
201 1 CRACK SEAL and
CRACK PILL PROJECT (I else TO 2005)
9/2G/201 I Pevisecd
STREET
ROAD CLA55
FROM
TO
ANDER50NVILLE
I OTH 5T
Residential
Trujillo 5t
Buckmgham 5t
I I TH ST
Residential
Romero 5t
Lopez 5t
Buckmgham 5t
Residential
Lemay Ave
I OTH 5T
Lopez Ct
Residential
I OTH 5T
East End
Romero 5t
Residential
Lemay Ave
I OTH ST
Romero 5t
Residential
I OTH ST
I I TH 5T
Trujillo St
Residential
Lemay Ave
I OTH ST
CENTER AVE
Bay Dr
Residential
W End
Center Ave
Center Ave
Collector
Prospect Rd
Lake 5t
Center Ave
Collector
Prospect Rd
5 of Bay Dr
'
Centre Ave
Collector
Bay Dr
Research Blvd
CLARENDON HILLS
Alexa Ct
Residential
Clarendon Hills Dr
W End
'
Alexa Wy
Residential
Clarendon Hd15 Dr
Fox Hills Dr
Ashford Ct
Residential
Clarendon Hills Dr
W End
Ashford Ln
Residential
Clarendon Hills Dr
Hm5dale Dr
Bently PI
Residential
W End
E End
'
Clarendon Hdl5 Dr
Collector
Shields St
dilldale Dr
Fox 1015 Dr
Residental
W End
E End
Hazel Ct
Residential
Clarendon Hdls Dr
W End
Hm5dale Dr
Collector
McGraw Dr
' W End
Hinsdale Dr
Collector
McGraw Dr
W Harmony Rd
Hobson Ct
Residential
Clarendon HIII5 Dr
W End
McGraw Cir
Residential
McGraw Dr
Hm5dale Dr
McGraw Dr
Residential
W End
Hinsdale Dr
'
Ogden Ct
Residential
Clarendon H1115 Dr
W End
Stoddard Dr
Re5idental
W End
Hinsdale Dr
COAL BANK DRIVE
'
Coal Bank Dr
Residential
Wetterhorn Rd
Willow Creek Rd
STOVER STREET
Stover 5t
Collector
Stuart St
Drake Rd
'
Stover 5t
Collector
Prospect Rd
Stuart St
WOOD STREET
Wood 5t
Residential
Laporte Ave
North End
TENTH GREEN
Hillcre5t Or
Residential
W Oak St
N Brairwood Rd
N Briarwood Rd
Residential
Laporte Ave
W Oak 5t
W Oak St
Residential
W End
E End
5UN5TONE VILLAGE
Bridgestone Ct
Residential
Stonertdge Dr
W End
Cre5t5onte Ct
Residential
Stoney Creek Dr
W End
Gemstone Ct
Residential
Stoney Creek Dr
E End
Gemstone Ln
Kesidental
Stoney Creek Dr
5ummer5tone Ct
Mde5tone Dr
Residential
Winter5tone Dr
S Timberline Rd
51lver5tone Ct
Residential
Stoney Creek Dr
5 End
Stoneridge Dr
Residential
Caribou Dr
Stoney Creek Dr
Stoney Creek Dr
Residential
Caribou Dr
Milestone Dr
Stoney Pine Ct ( I)
Residential
Winter5tone Dr
E End
Stoney Pine Ct (2)
Residential
Winter5tone Dr
W End
5ummer5tone Ct
Residential
Timberline Rd
N End
Sunleaf Ct
Residential
W End
E End
Thunder5tone Ct
Residential
Winter5tone Dr
W End
Wnter5tone Ct ( I )
Residential
Winter5tone Dr
E End
Winter5tone Ct (2)
Residential
Winter5tone Dr
W End
Winter5tone Dr
Residential
5ummer5tone Ct
Milestone Dr
Page 9 of 16
201 1 CRACK SEAL and CRACK PILL PROJECT (1999 To Zoos) 912GI201 I Revised '
STREET ROAD CLA55 FROM TO
FAIRBROOKE
Bangor Ct
Residential
Etton Dr
Holhngbourne Dr
Cedarwood Dr
Residential
Somerville Dr
Hampshire Rd
Coventry Ct
Residential
W End
Hampshire Rd
Etton Dr
Residential
Hollingbourne Dr
Cedarwood Dr
Fairbrooke Ct
Residential
N End
Cedarwood Dr
Hampshire Rd
Collector
W Prospect Kd
Suffolk 5t
Hampshire Rd
Collector
5ufflok 5t
Cheviot Dr
Hollmgbourne Dr
Residential
Etton Dr
Cedarwood Dr
MEADOWS EAST
Abilene Ct
Residential
Adobe Dr
East End
Adobe Dr
Residential
Sonora 5t
Pecos PI
Adobe Dr
Residential
Custer Dr
Abilene Ct
Custer Dr
Residential
Adobe Dr
Timberline Rd
Pecos PI
Residential
Adobe Dr
Sombrero Ln
Sagebrush Dr
Residential
Timberline Road
Sombrero Ln
Sagebrush Dr
Residential
Sombrero Ln
Pecos PI
Sagebrush Dr
Residential
Pecos PI
Custer Dr
Sagebrush Dr
Residential
Custer Dr
Abilene Ct
Sagebrush Dr
Residential
Abilene Ct
E Drake Rd
Sombrero Ln
Residential
Sonora 5t
Pecos PI
Sonora St
Residential
West End
Sombrero Ln
Alder Ct
Residential
Red Oak Ct
N End
Haxton Dr
Residential
5 Lemay Ave
Oakndge Dr
Innovation Dr
Residential
Oak Ridge Dr
McMurry Ave
Last Oak Ct
Residential
Redberry Ct
E End
Live Oak Ct
Residential
W End
E End
McMurry Ave
Collector
Keenland Dr
Harmony Rd
Oak Island Ct
Residential
Rule Dr
South End
Oak Park Dr
Residential
Oak Ridge Dr
Wheaton Dr
Oak Ridge Dr
Collector
5 Lemay Ave
Wheaton Dr
Oak Ridge Dr
Collector
Wheaton Dr
McMurry Ave
Oak Ridge Dr
Residential
McMurry Ave
Innovation Dr
Pleasant Oak Dr
Residential
Oak Ridge Dr
McMurry Ave
Red Oak Ct
Residential
Redberry Ct
Wheaton Dr
Red Oak Ct
Residential
Wheaton Dr
West End
Redberry Ct
Residential
Silk Oak Dr
Saffron Ct
Redberry Ct
Residential
Saffron Ct
E End
Redbud Ct
Residential
N End
5 End
River Oak Dr
Residential
McMurry Ave
E End
Rule Dr
Residential
5 Lemay Ave
Wheaton Dr
Saffron Ct
Residential
N End
5 End
Sawtooth Oak Ct
Residential
Wheaton Dr
W End
Silk Oak Ct
Residential
Wheaton Dr
W End
Silk Oak Dr
Residential
Wheaton Dr
E End
Valley Oak Ct
Residential
Rule Dr
5 End
Wheaton Dr
Collector
Keenland Dr
Harmony Rd
White Oak Ct
Residential
Wheaton Dr
W End
OAK LEAP
Oak Leaf Ct Residential 5eton 5t West End
5eton 5t Residential 5 Lemay Ave Oak Leaf Ct
R055130POUGH
Ames Ct
Residential
Dunbar Ave
W End
Bronson St
Residential
Dunbar Ave
5 Taft Hill Rd
Churchill Ct
Residential
W End
E End
Enfield Ct
Residential
Dunbar Ave
W End
Kent Ct
Residential
Kent Wy
W End
Kent Way
Residential
Bronson 5t
Churchill Ct
Lindsey Ct
Residential
Lindsey 5t
W End
Lindsey 5t
Residential
Bronson 5t
Newcastle Ct
Page 10 of 16
201 1 CRACK SEAL and CRACK FILL PROJECT (1999 TO 2005)
912GI201 I Revised
'
STREET
ROAD CLA55
FROM
TO
OVERLAND HILLS
'
Platte Ct
Residential
N End
Platte PI
Platte PI
Residential
W End
City Limit
GREENBRIAR
Agape Wy
Residential
E Willox Ln
S End
Bramblebush 5t
Residential
E Willox Ln
E Willox Ln
Briarcliff Rd
Residential
E Willox Ln
Bramblebush 5t
Sand Creek Ct
Residential
Bramblebush 5t
N End
'
Sand Creek Dr
Residential
Bramblebush 5t
N End
2004 STREET REPAIRS
CHAPARRALL
'
Boone St
Residential
Casa Grande Blvd
Sioux Blvd
Bowie 5t
Residential
Casa Grande Blvd
Swallow Rd
Clementine Ct
Residential
Oregon Tr
Dudley Way
'
Crockett 5t
Downing Ct
Residential
Residential
Casa Grande Blvd
Casa Grande Blvd
Sioux Blvd
5 End
Dudley Wy
Residential
Casa Grande Blvd
Oregon Tr
Gatlin 5t
Residential
Casa Grande Blvd
Sioux Blvd
Hickok Dr
Residential
Casa Grande Blvd
Seneca 5t
Liverpool 5t
Residential
Casa Grande Blvd
Dunbar Ave
Oregon Tr
Residential
Casa Grande Blvd
Seneca 5t
Ottawa Ct
Residential
Sweeney 5t
W End
Sam Houston Cr
Residential
Seneca 5t
Sioux Blvd
Seneca 5t
Residential
Oregon Tr
Sam Houston C1r
Sharps 51;
Residential
Casa Grande Blvd
Sioux Blvd
Sioux Blvd
Residential
Sam Houston Cir
Sharps 5t
Sweeney 5t
Residential
Casa Grande Blvd
Sioux Blvd
'
W ELIZABETH
W Elizabeth 5t
Residential
City Park Ave
5 Shields 5t
GOEHRING
Aspen 5t
Residential
W Willox Ln
Eaton 5t
Cedar 5t
Residential
W WiIlox Ln
Eaton 5t
Eaton 5t
Residential
Aspen 5t
E End
Willox Ct
Residential
W Wdlox Ln
N End
GOLDEN MEADOWS
Arcadia Ct
Residential
Cape Cod Cir
N End
Attleboro Ct
Residential
Ticonderoga Dr
N End
Cape Cod Cir
Residential
Kingsbury Dr
Kingsbury Dr
Kingsbury Dr
Residential
Wheaton Dr
Tarryton Dr
McMurry Ave
Collector
Ticonderoga Dr
Burlington Ct
Mill Run Ct
Residential
Ticonderoga Dr
N End
'
Monmouth Ct
Residential
Tarryton Dr
5 End
New Hampton Ct
Residential
Tarryton Dr
S End
Salem 5t
Residential
Cape Cod Cir
Cape Cod Cir
Sherman Ct
Residential
Ticonderoga Dr
N End
Taryton Dr
Residential
New Bedford Dr
Ticonderoga Dr
Ticonderoga Dr
Collector
5 Lemay Ave
McMurry Ave
Torrington Ct
Residential
Ticonderoga Dr
5 End
'
Waynesboro Ct
Residential
Ticonderoga Dr
N End
nAK
W Oak 51;
Residential
Mason 5t
Meldrum 5t
'
W Oak 5t
Residential
Meldrum 5t
Whitcomb
WORTHINGTON
Centre Ave
Collector
Shields 5t
Research Blvd
Worthington (north of Centre)
Residential
Centre Ave
Centre Ave
1 Page 11 of 16
201 1 CRACK SEAL and CRACK FILL PROJECT I1999 To 2oos1
912CI201 I Revised
5TREET
ROAD CLA55 FROM
WILLOX AREA
Wllox Ln
Arterial
N Lemay Ave
Round -a -bout
'
MATHEW5
Mathews 5t
Residential
Pitkin 5t
Elizabeth 5t
Peterson 5t
Re5idential
Pitkin 5t
Elizabeth 5t
'
5mith 5t
Re51dential
Pitkin 5t
Elizabeth 5t
5mith 5t
Residential
Elizabeth 51;
Locust 5t
Whedbee 5t
Ke5idential
Pitkin 5t
Elizabeth 5t
Whedbee 51;
Residential
Elizabeth 5t
Locust 5t
,
DAKOTA RIDGE
Cochetopa Ct
Re5idential
Red Mountain Dr
E End
E PR05PECT RD
E Prospect Rd Arterial College Ave Timberline
MEADOWLARK
Meadowlark Ave Collector E Drake Rd W 5wallow Rd
WE5TVIEW
Blue Teal Drive
Re5idental
We5tVIeW Road
Fid6jecre5t Drive
Ridgecre5t Drive
Residential
Blue Teal Drive
5pauldmg Lane
We5tview Road
Residential
City Limit
South End
CLARENDON HILLS
Abbey Rd
Residential
Ashford Lane
West End
Hilldale Ct
Residential
Hilldale Drive
South End
Hilldale Dr
Collector
5 51hield5 Street
Pvmt Chg east of Clarendon Hills Dr
Hinsdale Ct
Residential
Hinsdale Drive
East End
Langdale Court
Residential
North End
South End
Langdale Dr
Residential
Clarendon HIII5 Drive
East End
Rochelle Circle
Residential
Langdale Drive
Langdale Drive
Saratoga Gr
Residential
Hilldale Drive
South End
Whitehall Ct
Residential
Abbey Road
West End
Lakeshore Drive
Residential
5ilvercreek Drive
Parklake Drive
Parklake Court
Residential
E. Drake Road
Parklake Drive
Parklake Drive
Collector
E. Drake Road
Parklake Court
Shadow Court
Residential
Lakeshore Drive
North End
5ilvercreek Drive
Residential
E. Drake Road
Lakeshore Drive
Yucca Court
Residential
Parklake Drive
West End
VILLAGE AT 5OUTHRIOGE
Deercroft Court
Residential
Wngfoot Drive
West End
Doral Place
Residential
Wngfoot Drive
West End
Muirheld Way
Residential
Wngfoot Drive
South Lemay Avenue
5agamore Cr
Residential
Wngfoot Dr
W End
Wngfoot Drive
Residential
5outhnd6je Greens Blvd.
5a6jamore Circle
WOODLAND
Hibiscus Street
Residential
Woodland Way
Marigold Lane
Viola Street
Residential
Woodland Way
Marigold Lane
Woodland Court
Residential
Woodland Way
North End
Woodland Way
Residential
Viola Street
East End
Page 12 of 16
201 1 CRACK SEAL and CRACK FILL PROJECT (1999 To 2005f 9/2G/201 I Revised
1
I
I
LI'
I
I
1
I
I
STREET ROAD CLA55
Buckeye Street
Residential
Newsom Street
Morgan Street
E. Lake Place
Residential
E. Lake Street
5. Lemay Avenue
E. Lake Street
Residential
Stover Street
E. Prospect Road
E. Pitkin Street
Collector
Stover Street
5. Lemay Avenue
Edwards Street
Residential
Ellis Street
Morgan Street
Ellis Street
Residential
E. Prospect Road
E. Lake Street
Ellis Street
Residential
E. Pitkin Street
Garfield Street
Garfield Street
Residential
Stover Street
S. Lemay Avenue
Green Street
Residential
E. Lake Street
Garfield Street
Lory Street
Residential
E. Lake Street
S. Lemay Avenue
Luke Street
Residential
E. Pitkin Street
E. Prospect Road
Morgan Street
Residential
E. Lake Street
E. Elizabeth Street
Newsom Street
Residential
E. Lake Street
Garfield Street
Patton Street
Residential
E. Pitkin Street
E. Prospect Road
Robertson Street
Residential
E. Elizabeth Street
Garfield Street
Robertson Street
Residential
E. Prospect Road
5. Lemay Avenue
Robertson Street
Residential
Garfield Street
E. Elizabeth Street
Williams Street
Residential
Garfield Street
Morgan Street
Yount Street
Residential
E. Pitkin Street
E. Prospect Road
QUAIL HOLLOW
Beaver Ct
Residential
Mercy Dr
5 End
Blue Leaf Court
Residential
Yorkshire 5t
N End
Blue Leaf Dr
Residential
5. Overland Trail
Yorkshire 5t
Brumbaugh Dr
Residential
Yorkshire St
W End
Calendar Ct
Residential
5kimmerhorn 5t
S End
Clay Basket Ct
Residential
Blue Leaf Drive
W End
Clemma Ct
Residential
Pasquinel Dr
W End
Dixon Creek Ct
Residential
Dixon Creek Ln
N End
Dixon Creek Ln
Residential
Yorkshire St
E End
Dumire Ct
Residential
Mc Keag Dr
N End
Garrett Dr
Residential
W End
E End
Lisette Ct
Residential
Blue Leaf Dr
W End
Luanda Ct
Residential
Pasqumel Dr
W End
McKeag Dr
Residential
Yorkshire 5t
Dumire Court
Mercy Ct
Residential
Mercy Dr
W End
Mercy Dr
Residential
Dixon Creek Ln
Michener Drive
Michener Ct
Residential
Yorkshire St
W End
Michener Dr
Residential
Yorkshire St
East End
Pasquinel Dr
Residential
5kimmerhorn St
W. Drake Road
Seccomb St
Residential
Yorkshire St
Dumire Court
Skimmerhorn St
Residential
S. Overland Trail
Zendt Drive
Teal Eye Ct
Residential
Michener Dr
5 End
Yorkshire St
Collector
5. Overland Trail
W. Drake Rd
Zendt Dr
Residential
Garrett Dr
5kimmerhorn St
2005 STREET REPAIRS
13URN5 RANCH
Nesbit Ct
Residential
5kimmerhorn 5t
W End
5kimmerhorn St
Residential
Overland Trail
5 End
Alumbaugh Ct
Residential
5kimmerhorn St
N End
PARAGON POINT
Cattail Ct
Residential
Paragon PI
E End
Chickadee Ct
Residential
Paragon PI
E End
ClifProse Ct
Residential
Paragon PI
E End
Paragon Ct
Residential
Paragon PI
5 End
Paragon PI
Residential
Lemay Ave
E End
Pheasant Ct
Residential
Pheasant Dr
S End
Pheasant Dr
Residential
Lemay Avenue
Paragon PI
Fossil Creek Pky
Collector
5 Lemay Ave
E Saturn Dr
Page 13 of 16
201 1 CRACK SEAL and CRACK FILL PROJECT (1999 TO zoos)
e/2G/201 I Revised '
STREET
ROAD CLA55 FROM
TO '
NEL50N FARM
Camrose Street
Residential
Nelson Lane
Grovewood Drive
Fernwood Ln
Residential
5pringwood Dr
Centennial Rd
Grovewood Ct
Residential
Grovewood Dr
W End
Grovewood Dr
Leawood St
Residential
Residential
Camrose 5t
Nelson Ln
Leawood 5t
51lverwood Dr
Nelson Ln
Residential
5pnngwood Dr
Leawood 5t
Pepperwood Ln
Residential
5pringwood Dr
Centennial Rd
Pepperwood Ln
Residential
5 End
5pnn6jwood Dr
Rockwood -Dr
Residential
5prmgwood Dr
Centennial Rd
,
5ilverwood Dr
Residential
Leawood 5t
5prin6jwood Dr
5ilverwood Dr
Residential
Springwood Dr
Centennial Rd
Wedgewood Ct
Residential
5prmgwood Dr
N End
STOVER STREET
,
Cheyenne Drive
Residential
Stover Street
West to Pvmt Change
Stover Street
Collector
Stuart Street
Drake Rd.
SWALLOW
Swallow Rd
Collector
Shields 5t
College Ave
WAGON WHEEL
,
Casa Grande Blvd
Residential
Dunbar Ave
Shields 5t
Laredo Ln
Residential
Casa Grande Blvd
Nez Perce Wy
Lymen 51;
Nez Perce Wy
Residential
Residential
Casa Grande Blvd
Sharps 5t
Nez Perce Wy
Lymen 5t
,
LAUREL STREET
Laurel 51;
Arterial
Loomis Ave
shields 5t
,
BROWN FARM I
Bluegrass Dr
Residential
Yorkshire 5t
W End
Bluegrass Dr
Residential
Yorkshire 5t
Montmorency 5t
Clydesdale Ct
Residential
Yorkshire 5t
W End
'
Compass Ct
Residential
Bluegrass Dr
Pampas Ct
Courtland Ct
Residential
Bluegrass Dr
S End
Garden Dr
Residential
Yorkshire 5t
Montmorency 5t
Haralson Ct
Residential
bluegrass Dr
5 End
Lodi Ct
Residential
Montmorency 51;
E End
Manet Ct
Residential
Bluegrass Dr
5 End
Montmorency 5t
Residential
Drake Rd
Garden D
Morgan Crt
Residential
Yorkshire 5t
West End
'
Mount Royal Ct
Residential
Yorkshire 5t
W End
Pampas Ct
Residential
Compass Ct
Yorkshire 5t
Pampas Dr
Residential
Yorkshire 5t
Montmorency 5t
Pipestone Dr
Residential
Yorkshire 5t
W End
Quince Ct
Residential
Montmorency 51;
E End
Stanley Ct
Residential
N End
5 End
Wyandotte Dr
Residential
Yorkshire 5t
Garden Dr
Yorkshire 5t
Collector
Drake Rd
Stuart 5t
PROSPECT
E Prospect Rd
Arterial
Timberline Rd
Poudre Bndge
E Prospect Rd
Arterial
Poudre bridge
5ummit View Dr
'
E Prospect Rd
Arterial
Summit View Dr
5W Frontage Rd
E Prospect Rd
Arterial
5E Frontage Rd
CR5
DRAKE RD
E Drake Rd
Arterial
College Ave
Timberline Rd
'
E Drake Rd
Arterial
KR Tracks
Environmental Dr
Page 14 of 16
II�
201 1 CRACK SEAL and CRACK FILL PROJECT N 999 To Zoos) 9/2G/201 I Revised
1
r1
LI
I
ROAD CLASS FROM TO
GOLDEN MEADOWS
Burlington Ct
Residential
McMurry Ave
W End
Clayton Ct
Residential
Ticonderoga Dr
N End
Hotchkiss Dr
Residential
McMurry Ave
Shenandoah Cr
Iva Ct
Residential
Monte Carlo Or
Iva Ct
Iva Ct
Residential
E End
W End
Manassa Ct
Residential
Shenandoah Cir
W End
Monaco PI
Residential
Monte Carlo Dr
N End
Monte Carlo Dr
Residential
McMurry Avenue
Wheaton Dr
Monte Carlo PI
Residential
Monte Carlo Dr
N End
San Remo Cir
Residential
Monte Carlo Dr
N End
Shenandoah Cir
Residential
McMurry Ave
McMurry Ave
Shiloh Ct
Residential
Shenandoah Cir
5 End
Sumpter Square
Residential
Ticonderoga Dr (North)
Ticonderoga Dr (South)
Tewksbury Dr
Residential
Ticonderoga Dr
Shenandoah Cir
MILLER 13ROTHER5
Brentwood Dr
Residential
Prospect Rd
Springfield Dr
Castlerock Ct
Residential
Castlerock Dr
E End
Castlerock Dr
Residential
Prospect Rd
Elizabeth 5t
Clearview Av
Residential
Clearview Ct
Taft bill Rd
Clearview Ct
Residential
Clearview Ave
N End
Cracgmore Dr
Residential
Clearwew Ave
Elizabeth 51;
Evergreen Ct
Residential
Evergreen Dr
N End
Evergreen Dr
Residential
Prospect Rd
Taft bill Rd
Glenmoor Dr
Residential
Clearview Ave
Elizabeth 5t
Lake 5t
Residential
Castlerock Dr
Taft Hill Rd
Lake 5t
Residential
Skyline Dr
Brentwood Dr
Larkspur Ct
Residential
Larkspur Dr
S End
Larkspur Dr
Residential
Prospect Road
Castlerock Dr
Meadowbrook Dr
Residential
Clearview Av
Elizabeth Street
Oakwood Dr
Residential
Castlerock Dr
Springfield Dr
Shamrock St
Residential
Lake 5t
Springfield Drive
Skyline Dr
Residential
Clearview Av
Elizabeth 5t
Skyline Dr
Residential
Prospect Rd
5prm3field Dr
Skyline Dr
Residential
Springfield Dr (W)
5prmgfield Dr (E)
Springfield Dr
Residential
Taft Hill Rd
Bridge
BROWN FARM 11
Ayrshire Drive
Residential
Charolais Drive
Rambouillet Drive
Berkshire Drive
Residential
North End
South End
Charolais Drive
Residential
Hampshire Road
North End
Manchester Drive
Residential
Taft dill Road
Berkshire Drive
Rambouillet Drive
Residential
Ayshire Drive
North End
Page 15 of 16
I
Li
SECTION 00300
BID FORM
PROJECT: 7290 Crack Seal & Fill Project 2011
Place:
Date: October 19. 2011
' 1. In compliance with your Invitation to Bid dated September 27, 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% of the bid amount
($17,910.20) in accordance with the Invitation To Bid and Instructions to
Bidders.
' 4. The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within fifteen
(15) calendar days from the date when the written notice of the award of the
contract is delivered to him at the address given on this Bid. The name and
address of the corporate surety with which the Bidder proposes to furnish the
specified performance and payment Bonds is as follows: Contractor's
Bonding and Insurance Company.
' 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.
1 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. 1
through 1.
1
201 1 CRACK SEAL and CRACK PILL PROJECT (1599 r0 2005) 9/2G/201 I Revised
5TKEET
ROAD CLA55
FROM
TO
LOCUST GROVE
Berkeley Cir
Re5ldentlal
Locust Grove Dr
W End
Gallup Rd
Residential
Plum 5t
N End
Green Tree Cir
Re5ldential
Locust Grove Dr
West End
Jaerger Ct
Residential
W End
Kimball Rd
Kimball Rd
Re5ldential
Elizabeth 5t
Locust Grove Dr
Laurel 5t
Residential
W End
Ponderosa Dr
Locust Grove Dr
Residential
5 End
Mulberry 5t
Louise Ln
Residential
Orchard PI
Mulberry 5t
Myrtle Ct
Residential
W End
Tyler 5t
Orchard PI
Residential
W End
Ponderosa Dr
Pear Ct
Residential
Pear 5t
E End
Pear 5t
Residential
5 End
N End
Plum 5t
Residential
W End
Timber Ln
Plum 5t
Residential
Elizabeth 5t
E End
Ponderosa Ct
Residential
E End
Ponderosa Dr
Ponderosa Dr
Residential
Elizabeth 5t
Mulberry 5t
Radcliff Cir
Residential
Locust Grove Dr
W End
Rocky Rd
Residential
Elizabeth 5t
N End
Timber Ct
Residential
W End
Tyler St
Timber Lane
Residential
Plum 5t
Orchard PI
Tyler 5t
Residential
Plum 5t
Mulberry 5t
Woodvalley Ct
Re51dential
W End
Tyler 51;
2012 REPAIR AREA5
FOX HILL5
Black Fox Ct
Residential
Red Pox Rd
E End
Kit Fox Ct
Re5ldential
Red Fox Rd
E End
Luther Ln
Residential
Red Pox Rd
Wessex Rd
Red Fox Ct
Residential
Red Pox Rd
E End
Wessex Rd
Residential
Luther Ln
City Limit west of Idledale Dr
PROSPECT
E Prospect Rd
Arterial
1-25
CR5
HAC OVERLAY
Giddings Rd
Arterial
Richards Lake Rd
Turnberry
Mountain Vista Dr
Arterial
Timberlind Rd
Turnberry Rd
Richards Lake Rd
Arterial
Giddings Rd
1-25
5 Overland Tr
Arterial
Park
W Mulberry 5t
W Trilby Rd
Arterial
Pvmt Chg West of RR Tracks
College Ave
MIRAMONT
Blue5tem Ct Residential Boardwalk Dr 5 End
5witch6jr355 Ct Residential N End 5 End
Meadow Run Or Residential Blue5tem Dr Boardwalk Dr
APPLEWOOD
Apple Dr
Residential
N End
5 End
Apple Blosom Ln
Residential
Apple Dr
Fossil Creek Dr
Fo55il Creek Dr
Residential
5 5hield5 5t
N End
Hilldale Dr
Residential
Pvmt Chg
Apple Dr
Fiillview Ct
Residential
5cenic Dr
E End
Jonathan Ct
Residential
Apple Blossom Ln
Fossil Creek Dr
Paradise Ln
Re51dential
N End
Fossil Creek Dr
Plateau Ct
Re5ldential
5cenic Dr
5 End
Pleasant Bill Ln
Re5ldential
Fossil Creek Dr
5 End
5cenic Dr
Re5ldential
5 5hie1d5 5t
Fossil Creek Dr
Page 16 of 16
SECTION 03500
PROJECT MAPS
' The following maps are included:
2011 Crack Seal & Crack Fill Project Maps
' 1. Areas North of Drake Rd
2 Areas South of Drake Rd
City of Fort Collins Master Street Plan
1
1
1
�I
No Text
1
U
'
O
L
75
'
L N
U �
� p
U �-
O
'
�
O
�
� N
u
'
U Q
O
N
1
City of City of Fort Collins
Fort Collins "47
® P.-W Fel C.,
0 0.5 1 t.5 2
25 3
OO P.w In�nNerya
—aheea
Nc(e'ONw WIeCn eM Mca'sbeefs not shown wiN be developed in acco'tlance wifM1 aCap'e0
Gry wn;n
Tinto
suD-ree. cwnear. eM naphbarhoob dens oluro cM
Atlopted: March ll, 1981
tinlL dIn GAU
4i1aiei GMA
Sbeere and MrW3 Puade o]GMA—s wn]ar canrexrua' purposes ordy and ane nupw o]Me
Ame W: February 15.2011
Pnnted: March W. 2011
M.te Sbeel Plan.
'
SECTION 04000
EROSION CONTROL AND INLET PROTECTION
INDEX OF ENVIRONMENTAL 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 3
Vehicle Fueling
1 to 3
'
Outdoor Fleet Maintenance
1 of 4
Heavy Equipment and Vehicle Maintenance
1 of 4
L
I
1
1
1
I
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
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
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 Construction SOP, August 2007.
Mesa Counhj, Municipal Operations and Maintenance Program, July 2005.
Page 2 of 2
Street, Curb, and Gutter
For More Information
i
Name
Replacement and
Address
+ Construction
City, State
i
Phone
Description
e-mail
E Procedures involving the replacement and
Possible Pollutants
! construction of streets, curbs, and gutters have the
Fine-grained sediment
i 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
I
1
d
I
n
[J
Applicable sediment and erosion controls may be installed, such as inlet protection,
silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking
control. Sediment and erosion controls will be installed and maintained in
accordance with approved design criteria and/or industry standards.
When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry,
sweep it up, and properly dispose of the sweepings or vacuum while saw cutting.
• Do not perform concrete or asphalt paving work during wet conditions whenever
possible.
• Monitor construction equipment for leaks and use drip pans as necessary.
• Leaking material containers should be properly discarded and replaced.
• Store materials in containers under cover when not in use and away from any storm
drain inlet.
• Wash out mixers, delivery trucks, or other equipment in the designated concrete
washout area only.
• Locate concrete washout, portable toilets, and material storage away from storm
drain inlets.
Material stockpiles will not be stored in stormwater flow lines. Temporary
sediment control will be used during temporary, short-term placement while work
is actively occurring.
Sweep or vacuum the roadway as needed, during construction and once
construction is complete.
Best management practices will be periodically inspected and maintained as
necessary.
Where practicable, non-structural controls will be used, such as phased construction,
dust control, good housekeeping practices, and spill prevention and response
procedures.
Where practicable, non-structural controls will be used, such as phased
construction, dust control, good housekeeping practices, and spill prevention and
response.
Bridge Construction
• Do not transfer or load any materials directly over waterways.
Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips
might be spilled into a waterway.
' Concrete Work
Minimize the drift of chemical cure on windy days by using the curing compound
sparingly and applying it close to the concrete surface.
' • Ensure there is a concrete truck washout area available or require the contractor to
wash out at the batch plant.
' Page 2 of 3
8. BID SCHEDULE (Base Bid)
City will award on Bid schedule 1
BID SCHEDULE 1
Unit No.
Desertpllmt
UNt
Coutract
Lgi�Llt//Price
Total'
QuanlOy
408.01
NUVO CS. B Crack Sealant(Arterld)
LOS
60,000
S �JD
:109.02
NUVO CS- B Crack Scaiml (Collector)
LOS
30.000
3 '
S C/0
408.03
NUVO CS- DC'rack Sealant RnlAenllN)
LOS
90.000
$ / ;-O 640
408.0.1
NOVO OAP. B Crack Filler(Arterial)
LOS
20,000
j ^.6(}[�
408.03
NUVO OAP- B Crack Filler(Cadecaor)
LOS
7,500
J 08.06
NUVO OAP- B Crack Filler en eildDN)
LOS
22,600
--2.
('
L/ (p/ �l
$ �
630.01
Addtional Variable Meisa eBoard
EMDa
40
/ / V
�/„J
S v";o '
y�
000.U"c
Addidonal Advance svamina Arrow Baanl
F.AfDay
15
(i)
$
S % -
630.03,
lAildtionalMoRitillaPerwrillel.
Hour
40•
</ -•�
,i
TOTALCOSC
/'�,',L'L I/U//!G<(rCG ��/! 'i/�� �`'(�. r r Unllars :wd)vv Cents.
ALTERNATE BID SCII EDULE2
ALTERNA IT: DID :SCHEDULE 2 EXCLUDES MLCR SEALANT. AND CRACK FILLER NIA rERIAL
.Ifni, No.
Unit Descrl Ilmt
P
Uult
Contra"
Qnau lily
Unit Pdc(e�
Core
408'.07
NUVO CS- B Crack Scalant(Alterla➢
LOS
80.000
,P /
406.09
NUVO CS- D Crack Sealant (Collector)
LDS
30,000
i �7 y �
S
408.0.9
NUVO CS- B Crack Sealant (ResWenUa➢
LDS
90.000
i 7-3,5(
S
408.10
NOVO OAP-O Crack Filler Arterial)
LDS
'20, 000
i / r7!
$
408.11
NUVO UAP- B Crack FilIer(Call ecror)
LOS
7.500
5?
408.12
NUVO OAP- OCrack Filltt flLesWertHrd
LOS
22,500
� D
s C-/�// ,;ate •�•
630.01
.Add donal Variabl a Mesm¢e Board
EA/Day
40
^�
630.02
Ad6lional Advance Wamina Arrow Board
PA/Da,
IS
S /%�/
630.03
Addtioaal Fla¢¢in Personnel
Hom
40
'C.� 7
S (f7 %
1: -
MATERIAL SFIALL BE EXCLUDED FROM ACr ERNATE BID SCHEDULE 2. NIATERIAL SHALT. BF.SUPPLIED BY THE OWNER.
c
• 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 Program, No Date.
PACE, Stormwater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
11
0
0
u
I,
n
0
Street, Curb, and Gutter
For More Information
Name i
Maintenance
Address
I
Description
City, State
Phone
Street, curb, and gutter activities include concrete and
e-mail i
asphalt installation, maintenance, repair, and
replacement; bridge maintenance; and painting and
Possible Pollutants
striping. Procedures involving the maintenance of
Fine-grained sediment j
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
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
Proper cleanup and disposal
responsible for abiding by all applicable municipal,
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.
iA r • is -"a _. �•..' _. '.:: h :,:�.•:+;4, $f ...X $.�.xS „ _ ✓.eE._� r'.y15 `e Y_,a^X.:i �x':tiA"3kt ..%'� a.':. Y. .p.IGv+ is"F. r.rk,_:1.Sv..,iw'�...pf_J^N
I
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:
[1
1
1
i
• Records of employee training with sign -in sheet.
References
' City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date.
City of Centennial, Department of Public Works: Asphalt Program, No Date.
PACE, Stormwater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
' Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
u
u
0
Page 3 of 3
For More Information
Name
Address
City, State
Phone
e-mail
Possible Pollutants
Chemicals
Toxics
Oil
Paint
Fuel
Good Housekeeping
Spill Prevention and
Response
Description
Due to the type of work and the materials involved, many
activities that occur either at a municipal facility or as part
of municipal operations have the potential for accidental
spills. Some municipal facilities operate under Spill
Prevention Control and Countermeasures (SPCC) plans
that include procedures for spill response. Proper spill
response planning and preparation enables employees and
contractors to effectively respond to problems and
minimize the discharge of pollutants to the storm sewer
system.
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.
Complete all necessary reports.
Spill Reporting
• A spill of any chemical, oil, petroleum product, or sewage that enters waters of the
state of Colorado (that include surface water, ground water, and dry gullies and
storm sewers leading to surface water) must be reported immediately to the
Colorado Department of Public Health and Environment.
• Release of a substance into a storm drain, or onto a parking lot or roadway as part of
a storm sewer leading to surface water, is reportable. However, if the material can
be contained and cleaned within the storm sewer system to the degree that a
subsequent flow in the storm sewer will not flush the substance to waters of the
State, it may not need to be reported.
• Contact the appropriate identified response authority within the municipality or
other designated representative and be prepared to provide details needed to report
the spill to the necessary agencies.
• Detailed spill reporting guidance can be found at
http:/ /www.cdphe.state.co.us/op/wgcc/Resources/Guidance/spillguidance.pdf
and http://www.cdphe.state.co.us/hm/spillsandrefeases.hLm
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.
Cihj of Centennial, Department of Public Works: Materials Managentent, No Date.
City of Centennial, Departnent of Public Works: Spill Prevention and Control, No Date.
City of Golden, Storntzoater 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.
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.
I
[1
F
1
1
1
1
L
I
For More Information Utility and Storm Seder
to �7
Name
r Address jj System Maintenance
City, State I
Phone Description
e-mail This procedure addresses utility and storm sewer system
maintenance. Utilities include power, sanitary sewer,
Possible -Pollutants water conveyance systems, and the storm sewer system.
Sediment
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 i
gas line maintenance ensures services are provided to
Good Housekeeping
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
overflows may occur and can result in potential property
Procedures
damage and significant health concerns if not properly
Related Procedures
managed.
Heavy Equipment and Vehicle
Maintenance
Water conveyance systems are flushed and pressure
tested as part of routine maintenance. Potable water
Parks and Open Space
Maintenance
systems must be properly maintained to ensure delivery
of water that meets State and Federal health standards.
Spill Prevention and Response
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
I
[1
Procedures
General
' . Conduct routine inspection and maintenance on utility and storm sewer systems.
Where feasible, schedule maintenance activities during dry weather.
Monitor the jet/vacuum truck closely for leaks and use a drip pan as needed.
Wash and fuel the jet/vacuum truck per the Heavy Equipment/Vehicle
' Maintenance procedure.
Properly dispose of vac truck contents.
Stay alert for any signs of illicit discharges. This includes "dry weather" flows or
' pipes or hoses emptying directly into waterways or the storm sewer system.
Report any suspicious discharges or dumping to your supervisor.
' 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
I
I
9. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the
several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid or change
quantities at his sole discretion without affecting the Agreement or prices of any item so long
as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement
Price.
RESPECTFULLY SUBMITTED:
CONV�ACTOR
BY:
Printed Date
J
, 14,L
Title
License Number (If Applicable)
(See)g d P/01102oration)
'
Attest'.
: J,
Address
*-...SEAL.1
C ....... ***00
Telephone
Email
I
I
I
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
I
I
I
1
1
[1
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.
Cihj of Centennial SOP: Drainageway Maintenance SOP, August 2007.
City of Golden Stormwater Drainage Maintenance Plan, February 2008.
Cihj of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008.
City of Greeley, Department of Public Works: Ditch Program, No Date.
City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009.
City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009.
City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009.
Cihj 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
Utility and Storm Sewer
For More Information
Name
System Replacement and
Address
Construction
City, State I
Phone
e-mail
Description
�
This procedure covers utility and storm sewer system
Possible Pollutants j
replacement and construction. Utilities include power,
Sediment 4
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 f
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
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
Employee Training
Train applicable employees who perform utility replacement and construction
activities on this written procedure. Information regarding how to avoid and report
spills will be presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform utility replacement and construction activities.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Detention Pond Maintenance SOP, August 2007.
City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007.
City of Centennial SOP: Drainageway Maintenance SOP, August 2007.
City of Golden 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 Procednre: Manhole Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009.
City of Lafayette Standard Operating Procedure: Sanitary sezuer Backup, March 2009.
City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
Partners for a Clean Environment, Storm Drain Maintenance, No date.
Page 3 of 3
1
1
1
1
1
1
1
1
1
City of Fort Collins
Regulatory and Government Affairs Division
City of
F6rtCollins
_�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
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
Page 1 of 3
City of Fort Collins
Regulatory and Government Affairs Division
City of
F6rt Collins
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.
it If you add anything to the wash water (ie—a cleaning agent) or if you
have questions about the content of your power washing wastewater,
Revision date: Page 2 of 3
10/19/2009
I
I
I
I
I
1
I
City of Fort Collins
Regulatory and Government Affairs Division
FCity of
`rtCollins
`��
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/PermitsUnit/PolicyandGuidance/powerwash.pdf
5.2 I:\RGA division\Illicit Discharge Program\Complaint Calls\pressure washinq\City
power washing quidance.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
Page 3 of 3
For More Information
- Vehicle Fueling
Name
Description
Address
i Spills of gasoline and diesel fuel on the ground or on vehicles
City, State
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
j provided to the contractor so they have the proper operational
Metals
procedures. In addition, the contract should specify that the
Hydrocarbons
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
All fuel tanks will be inspected per State and Federal
Related Procedures
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
I
' 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.
1 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.
i• 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.
City of Centennial SOP: Vehicle Fueling, August 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Fueling, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2003.
USEPA Menu of BMPs: Municipal Vehicle Fueling,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed June 18, 2009.
Page 2 of 3
r
City Of
Fort Collins
Ile Ikft. Purchasing
ADDENDUM No. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 7290: Crack Seal & Fill Project 2011
OPENING DATE: 3:00 PM (Our Clock) October 19, 2011
Financial Services
Purchasing Division
215 N. Mason St. 2n° Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
/cgov. corn/purchasing
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
1. The Contractor shall be required to use a hot compressed air lance for all crack
seal and crack fill installation per Section 408 Crack Sealant and Crack Filler,
Subsection 408.03 Construction Requirements, second paragraph, "Crack widths
of 1/8" or larger shall be thoroughly cleaned using a hot compressed air lance to
a depth of approximately twice the crack width".
2. The Contractor shall be required to install and remove temporary pavement
markings for lane lines when crack seal and crack fill installation has covered
existing striping per Section 627 Pavement Marking, Subsection 627.10
Pavement Marking Tape. Permanent pavement marking shall be installed by The
City of Fort Collins.
3. Section 630 Construction Zone Traffic Control, Subsection 630.15, Method of
Measurement, paragraph one (1) shall include the following:
A Traffic Control Plan shall be submitted for each Arterial and each Collector
street scheduled for crack seal and crack fill installation. Each residential area
shall have one new, typical Traffic Control Plan submitted and approved for the
area. If changes to the typical Traffic Control Plan for the area are necessary, a
re -submittal for the area shall be provided for approval.
Please contact John Stephen, CPPO, LEED AP, Senior Buyer, at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST
STATEMENT ENCLOSED WITH THE
ADDENDUM HAS BEEN RECEIVED.
BE ACKNOWLEDGED BY A WRITTEN
BID/QUOTE STATING THAT THIS
Addendum 1 — 7290 Crack Seal & Fill Project 2011
1
Page 1 of 1 1
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
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
I
t
1
I
i•For More Information
Name
Address
i
City, State
'Phone
e-mail
Possible Pollutants
Metals
Toxins
Solvents (degreasers, paint
'
thinners, etc.) i
Antifreeze I
Brake fluid and brake pad dust
Battery acid
Motor oil
'
Fuel (gasoline, diesel, kerosene)
Lubricating grease
Good Housekeeping
'
Drip pans
Tarps
Covered outdoor storage areas
Secondary containment
Proper disposal of used fluids
'
Spill cleanup materials
Dry cleanup methods
Employee training
Related Procedures
Heavy Equipment and Vehicle
Maintenance
'
Material Storage
Spill Prevention and Response
IVehicle
Fueling
Outdoor Fleet Maintenance
Description
Although it is recommended that fleet maintenance
activities be conducted indoors or under cover, it is
sometimes necessary to perform fleet maintenance
outdoors (e.g., equipment is too large to fit inside the
maintenance building, temporary repairs need to be made
before the equipment can be moved to the maintenance
building, breakdowns, service calls).
Some potential pollutants typically associated with outdoor
fleet maintenance activities include oil, antifreeze, brake
fluid and cleaner, solvents, batteries, and fuels. Consult the
Spill Prevention and Response procedure and the Vehicle
Fueling procedure for additional information on those
topics.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the contract
should specify that the contractor is responsible for abiding
by all applicable municipal, state, and federal codes, laws,
and regulations.
Procedures
Fleet Maintenance
Fleet maintenance should be performed inside
whenever possible.
If indoor maintenance is not possible, ensure
maintenance is performed in a location where
contact with stormwater is minimized, through
berming and appropriate routing of drainage.
Provide inlet protection (berms, weighted inlet
covers, etc.) for all adjacent inlets when work is
occurring in close proximity to a storm drain
inlet.
Have absorbent pads and drip pans accessible to
capture leaks and spills during maintenance
activities.
Keep equipment clean and do not allow
excessive build-up of oil and grease.
Page 1 of 4
Perform regular preventative maintenance to
minimize the occurrence of leaks and major
repairs.
Recycle and/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.
Clean up spills promptly using dry methods (do not hose down). Consult the mill
Prevention and Response procedure for more information. Cleanup is completed
only after absorbent and rags are disposed of properly.
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. Dispose of the
waste properly. Debris from wet sanding can be allowed to dry overnight, then swept
and vacuumed. Liquid from wet sanding should not be allowed to enter the storm
drain. Never discharge these wastes to the storm or sanitary sewer systems.
Minimize waste from paints and thinners by carefully calculating paint needs based
on surface area and using the proper sprayer cup size.
Clean spray guns in a self-contained cleaner. Do not dispose of 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.
• 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
7
Do not wash or hose down the storage area except in areas where the wash water will
only enter the sanitary sewer drain as an approved discharge. Use dry clean-up
methods as often as 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 is used, only discharge wastewater to an
oil/water separator connected to the sanitary sewer.
' . When using solvents, 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 storm or sanitary sewer systems.
' Vehicle and Equipment Washing
Vehicles should be washed, whenever possible, in the municipality's vehicle and
equipment wash area/bay or taken to a commercial car wash.
I
Employee Training
Train applicable employees 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 outdoor vehicle maintenance.
Records
The following records could be used to document activities performed:
Record of any major spills and the action taken.
Records of employee training with sign -in sheet.
Heavy equipment and vehicle maintenance logs.
Page 3 of 4
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007.
City of Centennial SOP: Vehicle Maintenance SOP, August 2007.
City of Centennial SOP: Vehicle Washing SOP, August 2007.
City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March
2009.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
Partners for a Clean Environment. Stornavater Protection: Vehicle Repair. Spring 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Washing,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
Optional Additional Resources
Municipal codes and ordinances that relate to fleet maintenance.
Chemical purchasing policies.
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
For More Information
Name ..
Address
City, State
Phone
'
e-mail
Possible Pollutants
'
Metals
Toxins
11
H
1
I
1
r
1
Solvents (degreasers, paint
thinners, etc.)
Antifreeze
Brake fluid and brake pad dust
Battery acid l
Motor oil
Fuel (gasoline, diesel, kerosene) '
Lubricating grease
Good Housekeeping
Drip pans
Tarps
Covered outdoor storage areas
Secondary containment
Proper disposal of used fluids
Spill cleanup materials
Dry cleanup methods
Employee training
Related Procedures
Material Storage
Outdoor Fleet Maintenance
Spill Prevention and Response
Street Sweeper Cleaning and
Waste
Vehicle Fueling
Vehicle Washing
Heavy Equipment and Vehicle
Maintenance
Description
Regular -maintenance of municipal vehicles and equipment, or
municipality -contracted vehicles and equipment prolongs the life
of the municipality's assets and prevents the leaking of hazardous
fluids commonly associated with normal wear and tear of vehicles
and equipment.
Potential pollutants generated at vehicle maintenance facilities
include oil, antifreeze, brake fluid and cleaner, solvents, batteries
and fuels.
When services are contracted, this written procedure should be
provided to the contractor so they have the proper operational
procedures. In addition, the contract should specify that the
contractor is responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Procedures
Maintenance activities should be performed inside a maintenance
building unless the equipment is too large to fit inside or
temporary repairs need to be made before the equipment can be
moved to the maintenance building. Consult the Outdoor Fleet
Maintenance procedure when it is necessary to perform repairs
outside of the facility (breakdowns, service calls, etc.).
Vehicle Storage
Monitor vehicles and equipment closely for leaks and
use drip pans as needed until repairs can be
performed.
When drip pans are used, check frequently to avoid
overtopping and properly dispose of fluids.
Drain fluids from leaking or wrecked vehicles and
from motor parts as soon as possible. Dispose of fluids
properly.
Pagel 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
' 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
t . Vehicles should be washed in the municipality's vehicle and equipment wash
area/ 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
1
I
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Honsekeeping 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. Storrnwater Protection: Vehicle Repair. Spring 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Washing,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
Optional Additional Resources
Municipal codes and ordinances that relate to vehicle and equipment maintenance.
Chemical purchasing policies.
Loading and unloading bulk materials.
Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance.
Specific directions on how to use the municipality's vehicle wash area.
Spill Prevention Control and Countermeasures Plan.
Page 4 of 4
i
SECTION 00410
BID BOND
KNO`N ALL MEN BY THESE PR\ESENTS: that we; the undersignei Vogel concrete, Inc.
as Principal, anal as Surety, are hereby helal anal firmly boU114 unto the City of Fort
Collins. Colorado: as OWNER, in the sum of S for the payment of which; well and truly
to be made, we hereby jointly and severally binal ourselves, successors. and assigns.
THE CONDITION of this obligation is such that whereas the Principal has submitteo to
the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof
to enter into a Construction Agreement for the construction of Fort Collins Project,?290,
Crack Seal and Fill Project, 2011
NOW THEREFORE,
(a) If said Bic! small be rejected. or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a
'
Contract in the fornr of Contract attacheal hereto (properly completed in
accordance with said Bid) and sha!I furnish a BOND for his faithful performance
'
of said Contract. and for payment of all persons performing labor or furnishing
materials in connection therewith, and shall in all other respects perform the
Agreement created by the acceptance of said Bid, then this obligation shall be
void: otherwise the sarne shall remain in force and effect, it being expressly
undersloei and agreed that the liability of the Surety for any and all claims
hereunder shall. in no event, exceed the penal amount of this obligation as
herein stated.
'
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its BOND shall be in no way impaired or affected by any extension of the
time within which the O+.VNER may accept Sur_h Bid: anal said Surety does hereby waive
notice of any such extension.
Surety Companies executing bonds must be authorized to transact business in the
'
State of Colorado and be acceptea by the OWNER.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
anal seals this day of October 19 20 11 and such of them as are corporations have
caused their corporate seals to be hereto affixed and these presents to be signed by
their proper officers, the day and year first set forth above.
PRINCIPAL
Name: Vogel concrete, Inc.
Address: 6330 S. College Ave.
ATTEST:
CORPORATE Z
.SEAL/
�.���oaaa°%`�
SURETY
Contractors Bonding and Insurance Company
Box 9271
SEattle WA 881/09-0271
By: [mot A&kerlj
Title: Attorney in fact
' ��g Contractors Bonding and Insurance Company
Cic P.O.r.o. valley Street
Box 9271
.. AU C.m....
Seattle, WA 98109-0271
1
Know All Men by These Presents:
POWER OF ATTORNEY
Contractors Bonding and Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constitute and appoint:
W.R. Withrow. Tyler Withrow, Megan A. Brown. jointly or severally,
in the City of Denver. , State of Colorado its true and lawfiil Agent and Attorney in Fact, with fill
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds, undertakings, and recognizances in an amount not to exceed 'Ten Million and 00/100
Dollars ( $10.000.000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution
adopted by the Board of Directors of Contractors Bonding and Insurance Company, and now in force to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Vice
President with its corporate seal affixed this 20th day of June 2011
11i^�Itr,l�11� t..l I I
' State of Washington l
} SS
County of King J
Bonding and Insurance Company
T W\ CERTIFICATE
On this 20th day of June 1 2014, . , I, the undersigned officer of Contractors Bonding and Insurance
before me, a Notary Public, personally appeared _$4V C. Die , who Company, a stock corporation of the State of Washington, do hereby
being by me duly swom, acknowledged that he signed the above Power of certify that the attached Power of Attorney is in full force and effect
Attorney as the aforesaid officer of the Contractors Bonding and and is irrevocable; and fi rthermore, that the Resolution of the
Insurance Company and acknowledged said instrument to be the voluntary Company as set forth in the Power of Attorney, is now in force. In
act and deed of said corporation. testimony whereof, I have hereunto set my hand and t4e4.na! of the
of�rpco rs BonTM ind Insurance Company this day
L LLIJ�
Joseph B. Xulber Notary Public
NOUry PuAllr
State ngton
JOSEPH B. MULLER
DOSE of 13. MULLER
MY COMMISSION EXPIRES
March 29. 2012
--------------
Contractors Bonding and Insurance Company
Roy C. Die Vice President
057557803z9/z A0059511
Contractors Bonding and Insurance Company
KNOW ALL MEN BY THESE PRESENTS, that we Vogel Concrete, Inc.
as Principal, hereinafter called the Principal, and Contractors Bonding and Insurance Company
a corporation duly organized under the laws of the State of Washington
as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Collins
as Obligee, hereinafter called the Obligee, in the sum of five percent of amount bid (5%)
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for Fort Collins Project 7290
Crack Seal and Fill Project 2011
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a
Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as
may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful
performance of such Contract and, for the prompt payment of labor and material furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof
between the amount specified in said bid and such larger amount specified in said bid, then this
obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this 19"' day of October, 2011.
(witness)
Vogel Concrete, Inc.
By:
Contractors Bonding and Insurance Cayyg� ''rr
-do�:'QOR,gTCFrrr�
By: (/yl�l�C/�L2� o�c v
^t
Bid Bond 'Oonforms to AIA Document A-310 (100) c T
"`A StIiVG
I
1
I
1
1
1
I
Contractors Bonding and Insurance Company
1213 valley Street
P.O. Box 9271
.n all Cory,n)
Startle, WA 98109-0271
Know All Men by These Presents:
POWER OF ATTORNEY
Contractors Bonding and Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That Contractors Bonding and Insurance Company, a Washington corporation, does hereby snake, constitute and appoint:
W.R. Withrow. Tyler Withrow, Megan A. Brown, jointly of severally.
in.the City of Denver . State of Colorado its true and lawful Agent and Attorney in Fact, with full
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00/100
Dollars ( $10,000,000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attomey in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution
adopted by the Board of Directors of Contractors Bonding and Insurance Company, and now in force to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Vice
PreaikuL with its corporate seal affixed this 20th day of June 2011
uu....i.,',
O` NO AND qg/, . t
,•`Pao"` �P�'%, _'Contractors Bonding and Insurance Company
ppPOq� j •,
SEAL
State of Washington a ••• 1979
SS
County of King
On this 20th day of June 2011
before me, a Notary Public, personally appeared Roy-C. Die who
being by me duly swom, acknowledged that he signed the above Power of
Attorney as the aforesaid officer of the Contractors Bonding and
Insurance Company and acknowledged said instrument to be the voluntary
act and deed of said corporation.
Joseph B. 1 ullcr Notary Public
No=2012
JOSEstate
JOSEP
'
MY COMM
Ma
Rby,C. Die Vied President
CERTIFICATE
1, the undersigned officer of Contractors Bonding and Insurance
Company, a stock corporation of the State of Washington, do hereby
certify that the attached Power of Attorney is in full force and effect
and is irrevocable; and furthermore, that the Resolution of the
Company as set forth in the Power of Attorney, is now in force. In
testimony whereof, I have hereunto set my hand and thg e6-of the
Contractors Bondin and Insurance Company this I �ul. day
of October _ 2�11 .
Contractors Bonding and Insurance Company
Roy C. Die Vice President
05755790329r2 A0059511
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: V,67 JL
2. Permanent main office address: / j.3'[S Co/%iC' %i//C. rr.j- E�
3. When organized:
4. If a corporation, where incorporated: /' irci.c/,--5
5. How many years have you been engaged in the contracting business under your
present firm or trade name? D 3 ✓-S
V Contracts on hand: (Schedule these, showing the amount of each contract and
rL
V
J
10.
the appropriate anticipated dates of completion.)
1/.jYS..
9,0Q
�'� �/ �/f�: r.. Z�Go✓.... .�-'...,,., ems: :ev:'..."...Y"5 ra O
t
General character of Work performed by your company
u
Have you ever failed to complete any Work awarded to you? , 424e -e
If so, where and why?
Have you ever defaulted on a contract?
If so, where and why?
Are you debarred by any government agency? (UCH
If yes list agency name.
11
' !1 1. 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. / /J
i
1
12. List your major equipment available for this contract.
13.
Experience in construction Work similar in importance to this project:
14. Background and experience of the principal members of your organization,
including officers:
15.
Credit available: $
'
16.
Bank Reference: b2`f�<= w�c�uJI-1,C
'
17.
Will you, upon request, fill out a detailed financial statement and furnish any other
S
information that may be required by the OWNER? __
18.
Are you licensed as a General Contractor? IV6
If yes, in what city, county and state?
What class, license and numbers?
'
19.
Do you anticipate subcontracting Work under this Contract?
If yes, what percent of total contract?? ?O °:
'
And to whom? �Gcc: /, <�� / C �, c.' C c, P"
20. Are any lawsuits sending against you Oryour firm a\this time?
IF yes, DETAIL
21. What are the limits of Xour publicliability? DETAIL2-
What company? u
22. What are your company's bonding limitations?
23. The undersigned hereby authorizes and nGqUeSto any person, [inn or corporation
to furnish any inf0nnmUOn 03quentrd by the OWNER in verification Of the recital
comprising this Statement o[Bidder's Qualifications.
Dated at this day of. . 20 /(
Name 0[Bidder
State of
County of
heingduly sworn deposes and says that he
is of and that
(name oforganization)
the answers to the foregoing questions and all statements therein contained are true
and correct.
Subscribed and sworn to before me thi,
Notary Public
K8ycommission expires:
(S
MATTHEmSARSER
�°
MvCOMMISSION EXPIRES:
May on,uo^5
�
1
t
1
1
1
Sf_t' ION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing
over 15% of the contract.
ITEM SUBCONTRACTOR
I
I
t
t
t
1
CONTRACT DOCUMENTS TABLE OF CONTENTS
BID INFORMATION
00020 Notice Inviting Bids
00100 Instruction to Bidders
00300 Bid Form
00400 Supplements to Bid Forms
00410 Bid Bond
00420 Statements of Bidders Qualifications
00430 Schedule of Major Subcontractors
CONTRACT DOCUMENTS
00500 Agreement Forms
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
00600 Bonds and Certificates
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (Contractor)
00660 Consent of Surety 00660-1
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
Exhibit GC -A GC -All - GC-A2
00800 Supplementary Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00960 Application for Payment
SPECIFICATIONS
SOILS REPORT
Section Pages
00020-1 - 00020-2
00100-1 - 00100-9
00300-1 - 00300-3
00400-1
00410-1 - 00410-2
00420-1 - 00420-3
00430-1
00500-1
00510-0
00520-1 - 00520-6
00530-1
00600-1
00610-1 - 00610-2
00615-1 - 00615-2
00630-1
00635-1
00640-1
00650-1 - 00650-2
00670-1 - 00670-2
00700-1 - 00700-34
00800-1 - 00800-2
00900-1
00950-1 - 00950-2
00960-1 - 00960-4
I
i
I
1
1
1
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
11
I
SECTION 00510
NOTICE OF AWARD
DATE: December 12, 2011
TO: Vogel Concrete Inc.
PROJECT: 7290 Crack Seal & Fill Project 2011
OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated October 19, 2011 for the above project has
been considered. You are the apparent successful Bidder and have been awarded an
Agreement for 7290 Crack Seal & Fill Project 2011.
The City is accepting Bid Schedule 1 only.
The Price of your Agreement is Three Hundred fifty -Eight Thousand Two Hundred Fifty -
Nine Dollars and Twenty Cents ($358,259.20). There was a $.20 discrepancy on item
630.03 and an addition error on the total cost of $50.00 for an increase of Fifty Dollars
and Twenty Cents ($50.20).
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 December 29, 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
OWNE
By <
Ja` a B. O'Neill, II, CPPO, FNIGP
Di r of Purchasing & Risk Management
I
1
C]
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 12t" day of December 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
Vogel Concrete 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 7290 Crack Seal
& Fill Project 2011 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 ninety (90) 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.
I
' They also recognize the delays, expenses and difficulties involved in proving in a
legal preceding the actual loss suffered by OWNER if the Work is not completed
on time. Accordingly, instead of requiring any such proof, OWNER and
' CONTRACTOR agree that as Liquidated damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
1) Substantial Completion:
One Thousand Dollars ($1,000.00) for each calendar day or
fraction thereof that expires after the ninety (90) 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
Hundred Fifty -Eight Thousand Two Hundred Fifty -Nine Dollars and Twenty Cents
' ($358,259.20) 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, Owner will be entitled to withhold as
contract retainage five percent (5%) of each progress payment, 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. If, in the sole discretion of Owner, on
recommendation of Engineer, Owner determines that the character and progress
I
1
of the Work have been satisfactory to OWNER and ENGINEER, OWNER 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. 95% of
materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided
in paragraph 14.2 of the General Conditions) may be included in the application
Section 00520 Page 3 for payment.
' 5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient, if necessary, 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
I�
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 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
' 7.2.6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as follows:
' None
1
1
1
1
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 1, inclusive.
7.5. The Contract Documents also include all written amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or incorporated by
reference in this Article 7. The Contract Documents may only be amended,
modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General
Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General Conditions.
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.
OWNER: CITY OF FORT COLLINS
By: OP J C- U- 'L
JA4Ej B. O'NEILL II, CPPO, FNIGP
DIR TOR OF PURCHASING
AND RISK MANAGEMENT
Attest: C�
City Clerk l•
Address for giving notices:
P. O. Box 580 COIOC'
Fort Collins, CO 80522
p
Approve as t / rm
As is nt C y Attorney
Xs ►Prllrc�411110 1
Title:
Attest:
Address fpr giving notices:
"30 S. 64119.� L _
License No.:
Inc.
I
Q
SECTION 00530
NOTICE TO PROCEED
Description of Work: 7290 Crack Seal & Fill Project 2011
To: Vogel Concrete 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
1 By:_
Title:
1
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this _day of
, 20_
CONTRACTOR: Vogel Concrete Inc.
By:
Title:
Ll
i
1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
[1
1
SECTION 00600
BONDS AND CERTIFICATES
00610
Performance Bond
00615
Payment Bond
00630
Certificate of Insurance
00635
Certificate of Substantial Completion
00640
Certificate of Final Acceptance
00650
Lien Waiver Release (CONTRACTOR)
00660
Consent of Surety
00670
Application for Exemption Certificate
1
SECTION 00020
INVITATION TO BID
1
1 SECTION 00610
PERFORMANCE BOND
1 Bond No. KA5038
KNOW ALL MEN BY THESE PRESENTS: that
1 Vogel Concrete Inc.
6330 S. College Ave., Fort Collins, CO 80525
(a Corporation), hereinafter referred to as the "Principal" and
1 Contractors Bonding and Insurance Company
(Firm)PO Box 9271, Seattle,WA, 98109
(Address).
1 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins 300
Laporte Ave Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of Three Hundred fifty -Eight Thousand Two Hundred Fift
1 Nine Dollars and Twenty Cents ($358.259.20)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
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Agreement with the OWNER, dated the 12th day of December, 2011, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins Project,
1
7290 Crack Seal & Fill Project 2011.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
1
undertakings, covenants, terms, conditions and agreements of said Agreement during the
original term thereof, and any extensions thereof which may be granted by the OWNER, with or
without Notice to the Surety and during the life of the guaranty period, and if the Principal shall
satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and
1
save harmless the OWNER from all cost and damages which it may suffer by reason of failure
to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER
may incur in making good any default then this obligation shall be void; otherwise to remain in
1
full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
1
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
1
Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
1
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.
1
1
i
1
1
IJ
1
1
1
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 21 st day of December , 2011
IN RESENCE OF:
� i r
(Tim) CORPORATE'
(aMporate Mr
REAL:`
1 IN PR
1
1
i
1
IN PRESENCE OF:
1 (Surety Sea])
II,
L
1
i
1
1
Principal Vogel Concrete Inc.
ram„ ter.
(Title)
6330 S. College Ave.
Fort Collins, CO 80525
(Address)
Other Partners
M1
M
Surety Contractors Bonding d Insurance Company
By: 1 Y l 0 �/IX�-VI A (� Vim'
PO Box 9271( ,\\\\„'
WA 8109 _'�SURA;yC��
(Address) r
_ oFArF'',°yam
Q 9 i
4z
O Alf
U - Z
�C�� h
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
11
I.
I
' SECTION 00615
PAYMENT BOND
'
Bond No. KA5038
KNOW ALL MEN BY THESE PRESENTS: that
'
Vogel Concrete Inc.
6330 S. College Ave., Fort Collins, CO 80525
(a Corporation), hereinafter referred to as the 'Principal' and
'
(Firm) Contractors Bonding and Insurance Company
(Address)Po Box 9271, Seattle, WA 98109
hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins.
'
300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to
as "the OWNER", in the penal sum of Three Hundred fifty -Eight Thousand Two Hundred
'
Fifty -Nine Dollars and Twenty Cents ($358 259.20) in lawful money of the United States, for
the payment of which sum well and truly to be made, we bind ourselves, successors and
assigns, jointly and severally, firmly by these presents.
'
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Agreement with the OWNER, dated the 12th day of December, 2011, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins project,
t7290
Crack Seal & Fill Project 2011.
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.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
t
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.
I
1
1
1]
1
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this 21 st day of December 20 11
NCE OF:
(Titff) i CORPORAr %
(CorBora?eS t)AL.
040RAo°•�`�
IN PRESEN�00
Principal Vogel C;QQncrete Inc.
(Title) ,
6330 S. College Ave.
Fort Collins, CO 80525
(Address)
Other Partners
'
By:
By:
INPRESE//NN�CIE OF:
Surety Contractors
By:
PO Box 927
Seattle WAJ98109
(Address)
'
(Surety Seal)
1
NOTE: Date of Bond must not be prior to date of Agreement.
' If CONTRACTOR is Partnership, all partners should execute Bond.
t
1
and Insurance Company
pAD
0 R'q
Ca -
°
O
cbic Contractors Bonding and Insurance Company
1213
1213 Valley Street
' a nuo,nea..r P.O. Box 9271
Seattle, WA 98109-0271
1
Know All Men by These Presents:
1
1
1
1
POWER OF ATTORNEY
Contractors Bonding and Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constitute and appoint:
W R Withrow. Tyler Withrow Meean A Brown jointly or severally,
in the City of Denver , State of Colorado its true and lawful Agent and Attorney in Fact, with full
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00/100
Dollars ( 510,000,000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution
adopted by the Board of Directors of Contractors Bonding and Insurance Company, and now in force to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Vice
President with its corporate seal affixed this 20th day of June 2011
�noix.....,,
Contractors Bonding and Insurance Company
�: GOPPGp�ra'
=a• SEAL :$_
State of Washington ) = ° •. 1979 Roy C. Die Vice President
)} SS ' wa3NIXG<G�
County of King �IIo
CERTIFICATE
On this 20th day of June 2011
before me, a Notary Public, personally appeared Roy C. Die , who
being by me duly swom, acknowledged that he signed the above Power of
Attorney as the aforesaid officer of the Contractors Bonding and
Insurance Company and acknowledged said instrument to be the voluntary
act and deed of said corporation.
1 avu4_
Joseph B. DoCller Notary Public
'
Notary Public
State of Washington
JOSEPH B. MULLER
MY COMMISSION EXPIRES
March 29, 2012
I, the undersigned officer of Contractors Bonding and Insurance
Company, a stock corporation of the State of Washington, do hereby
certify that the attached Power of Attorney is in full force and effect
and is irrevocable; and furthermore, that the Resolution of the
Company as set forth in the Power of Attomey, is now in force. In
testimony whereof, I have hereunto set my hand and tk{ seal of the
Of nnttrectocs Bondipg,jgd Insurance Company this `� Sr day
Contractors Bonding and Insurance Company
Roy C. Die Vice President
0575578032912 A0059511
I
1
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
1
OP 10: KH
�1
CERTIFICATE OF LIABILITY INSURANCE
°"T06/06/13113/11
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 WANED, 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 endorsements .
PRODUCER 970-635-9400
PFS Insurance Group -JT
4848 Thompson Pkwy, Ste 200 970.635.9401
'Johnstown, CO 80534
'Tad Borrett
CONTACT
NAME: '
PHONE FA
plc o E#: AIC No:
ADDAIL
RESS:
PRODUCER VOGEL-1
CUSTOMER ID M
INSURERS AFFORDING COVERAGE
I NAIC0
INSURED Vogel Concrete, Inc.
6330 S College Ave
Fort Collins, CO 80525-4044
INSURERA: Pinnacol Assurance
41190
INSURERB:Auto-Owners Insurance CO.
18988
INSURERC: Travelers Companies
INSURERO_
INSURER E
INSURER F:
ATP MI IMRPP-
I:I�Y�f8Le7�82tp 1TL�E
'
VVVS
THIS
INDICATED,
CERTIFICATE
EXCLUSIONS
INSR
LTR
POLICIES
IS TO CERTIFY THAT THE POLICIES
IS TO
NOTWITHSTANDING ANY REQUIREMENT,
MAY BE ISSUED OR MAY
AND CONDITIONS OF SUCH
I TYPE OF INSURANCE
GENERAL LIABILITY
• INSURANCE
OF INSURANCE
PERTAIN,
POLICIES.
A
SUB
..
LISTED BELOW HAVE BEEN
TERM OR CONDITION OF ANY
THE INSURANCE AFFORDED BY
LIMITS SHOWN MAY HAVE BEEN
POLICY NUMBER
ISSUED TO
CONTRACT
THE POLICIES
REDUCED BY
MMIOCDIYYYY
THE INSURED
OR OTHER
DESCRIBED
PAID CLAIMS.
MMIOOIYYYY
NAMED ABOVE FOR THE
DOCUMENT WITH RESPECT
HEREIN IS SUBJECT TO
LIMITS
EACH OCCURRENCE
POLICY PERIOD
TO WHICH THIS
ALL THE TERMS,
(S 1.000,00
PREMISE Ea xcurrenca
$ 300,00
B
X COMMERCIALGENERALLIABILnY
14/0/117
01/17/11
01J17112
MED EXP(AAr one person)
$ 10,00
CLAIMS,MADE I A I OCCUR
PERSONAL &ADV INJURY
$ 1,000,00
'
X bink addl ins
GENERAL AGGREGATE
S 2,000,00
'
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X PRO- LOG
PRODUCTS - COMP/OP AGO
S 2,000,00
S
B
AUTOMOBILE LIABILITY
X ANY AUTO
470/905200
01/11/11
01/17/12
COMBINED SINGLE LIMIT
(Ea accident)
S 1,000,00
o
BODILY INJURY peon)
S
ALL OWNED AUTOS
BODILY INJURY (Per axiderl)
S
'
SCHEDULED AUTOS
X HIRED AUTOS
1
PROPERTY DAMAGE
(Per accudent)
$
I
S
X NON-0WNED AUTOS
$
UMBRELLA UAB (OCCUR
H
' EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAB CLAI..ADE
DEDUCTIBLE
S
$
'
RETENTION S
WORKERS COMPENSATION
X WC5TATU- OTH-
A
pNp EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNERIFXECUTIVE Y❑ IN
4102132
07/01/11
07/01/12
E.L. EACH ACCIDENT
S 100,00
~`
OFFICERIMEMBER EXCLUDED'
(M.md.1cry In NMI
NIA
- -'-' '"' "' -
`— -
- ""G'
E.L. DISEASE - EA EMPLOYE
'$-- 100,00
E.L. DISEASE -POLICY LIMIT
S 500,00
If yes, describe under
DESCRIPTION DF OPERATIONS below
I
C Protectiv SPS-5082P509 09/23/10 09/23/11 2.000,00
)Railroad loccu"enc
I aggregate 6,000.00
OESCWPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101, Addldonal Remarks Schedule, It more space Is r uimd)
If required by written contract or written agreement, certificate holder is
included as additional insured for ongoing operations under General
Liability.
FTCOLLI
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of Ft. Collins
Purchasing Division
AUTHORIZED REPRESENTATIVE
Mason Street
P.O. Box 580 �2,�.,„a�.y,_,
u r..ul..� Cfl AO SD9.OSR0
919BB-2009 ACURU GORPUKAI IUN. A0 rights reservea.
' ACORD 25 (2009/09)
The ACORD name and logo are registered marks of ACORD
I
SECTION 00635
' CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7290 Crack Seal &
Fill Project 2011
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
' OWNER: City of Fort Collins
CONTRACTOR: Vogel Concrete Inc.
' CONTRACT DATE: December 12, 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.
1
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.
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
OWNER
REMARKS:
By:
AUTHORIZED REPRESENTATIVE
DATE
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
20_
TO: Vogel Concrete Inc.
Gentlemen:
You are hereby notified that on the day of , 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by Vogel Concrete Inc. for the
City of Fort Collins project, 7290 Crack Seal & Fill Project 2011.
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 December 12, 2011.
In conformance with the Contract Documents for this project, your obligations and
guarantees will continue for the specified time from the following date:
_, 20_
Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
Title:
LI
1
1
17
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Vogel Concrete Inc. (CONTRACTOR)
PROJECT: 7290 Crack Seal & Fill Project 2011
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.
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
1
' SECTION 00020
INVITATION TO BID
Date: September 28, 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 October 19,
' 2011, for the Crack Seal & Fill Project 2011; BID NO. 7290. 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 7290. The Work shall
consist of cleaning, sealing, and filling cracks on designated streets in the City of Fort
' Collins.
Only $100,000 worth of work can be completed in 2011 and the remainder will be
' completed in 2012 when funding is available.
All Bids must be in accordance with the Contract Documents on file with the City of Fort
' Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524.
Prospective Bidders are invited to present their questions relative to this Bid proposal at
' this meeting.
The Contract Documents and Construction Drawings may be examined online at:
' • City of Fort Collins BuySpeed: https://www.fcgov.com/eprocurement
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.
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 day of 20_.
CONTRACTOR: Vogel Concrete Inc.
By:
Title:
ATTEST:
Secretary
STATE OFCOLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of
Witness my hand and official seal.
My Commission Expires:
Notary Public
20_, by_
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Vogel Concrete Inc.
PROJECT: 7290 Crack Seal & Fill Project 2011
CONTRACT DATE: December 12, 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 20
(Surety Company)
By:
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
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)
A
no NOT WRITF IN THIS SPARF
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 DOR)
Period
0170-750 (999) $0.00
89 -
CONTRACTOR] N FORMATION
Trade name/DBA:
Owner, partner, or corporate name:
Mailing address (City, State, Zip):
Contact Person
E-Mail address:
Federal Employer's Identification Number:
Bid amount for your contract:
Fax Number.
( )
Business telephone number:
Colorado withholding lax account number.
Copies of contract or agreement pages (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 lies) 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 WHI I E t3LLUW I Hlb LINL
9
1 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.
r
I
I
I
I
I
I
FI
SECTION 00700
GENERAL CONDITIONS
I
GENERAL CONDMONS
OF THE
'
CONSTRUCTION CONTRACT
These GENERAL. CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
'
CONTRACT prepared by the Engineers Joint Contract Documents
-Committee, EICDC No. 1910-$.(1990 Edition), as a base. Changes to
that document are shown by underlining text that has.been added and
'
striking through text that has been deleted.
11
GJCDC GENERAL CONDITIONS 191.0-8 (1990 EDITION)
WITH CITY OF FORT' COLLINS MODIFICATIONS (REV 9/99)
r
I
I
Article or Paragraph
Number &Titie
DEFMTIONS
TABLE OF CONTENTS OF GFNERAL CONDITIONS
Page Article or Paragraph
Number Number & Title
11
Addenda ............................
1
1.2
Agreement i- ................ * .... .. ..........
1
1.3
l
Application r Payment .......................
1.
1.4
Asbestos ........... ..... .1.
- .... J
1.5
Bid .....................................................1
L6
Bidding Documents.........................__.II
1.7
Bidding Requirements,- ......................I
1.8
Bonds .................................................1
1.9
Change Order .......... ......... ---------
I
1.10
Contract Documents
1.11
Contract Price .........
I
1. 12
Contract Times..............................
1
....1
1.13
CONTRACTOR ............ .........
-.1.1
1.14
defective .............................................1
1.15
Drawings., ......... ......... ................
- I
1.16
Effective Date of the Agreement
1
1.17
ENGINEER._........................_
1.18
ENGINTEERs Consultant, ...... ..........
1.19
Field Order ..........................................1
..
.... . 1
L20
General Requirements ..........................
1)
1.21
Hazardous Waste,--.
2
1.22.a
Laws and Regulations; Laws or
Regulations........ ............................
2
1 22.b
_
Legal Holidays .......... .........................
2
1.23
Liens ...........................:..................I..
2
124
Milestone ......................... .................
.
1.25
Notice of Award .....
2
1.26
Notice to Proceed........ I ........................2
1.27
OWNER ................... ..........................
2
128
Partial Utilization...............................
z
129,
PCBs.................................................1
1.30
Petroleum......_._ .... ........ ..................
2
1.31
Project ...........
2
1. 32. a
Radioactive Materiat .......... ................
1,32b
Regular Working Hour% ....... -
... 2
1.33
i.-
Resident Project Representative.,-,,,......2
.
1.34
Samples ........................ I ............. I
.... - 1
1,35
Shop Drawings....._ ..... .......................
2
1.36
specifications ......................................2
1.37
Subcontractor .....................................
. 2
1.38
Substantial Completion ..... ** ..........
*' 2
1.39
Supplementary Conditions, ...................
2
1.40
Supplier ....... ....................
2
141
Underground actlities ........ ---1-12-3
1.42
Unit Price Work ...................................3
1.43
Work................._..............................I
1.44
Work Change Dircctivc .......... .......
.... 3
1.45
Written Amendment............................3
Page
Number
PRELL?vMNARY NbUTERS
3
2.1
Delivery of Bonds .............................
3
2.2
Copies of Documcntq ......................
.,3
2.3
Com in encern ent of Contract
Times; Notice to Proceed.-_...-,.
�3
2.4
Starting the Work- ........................3
15-2.7
Before Starting Constructim
.CONT RACTOR!s Responsibility
to Report; Preliminary Schates;
Delivery of Certificates of
Insurance
3-4
2.8
Preconstruction Conference
...4
2.9
Initially Acceptable Schedules., .........
4
CONTRACT DOCUMENTS: INTENT,
AMFNDING, REUSE
4
3.1-3.2
Intent............_ ...............................
4
3.3
Reference to Standards and Speci-
fications of Technical Societies.
•
Reporting and Resolving Dis-
crepancies ...................... ....
4-5
34
Intent of Certain Terms or
Adjectives...................................
.5
3.5
Amending Contract Docurients, .........
5
16
Supplementing Contract
Documents
5
3.7
Reuse of Documents ..... ...................
AVAILABlun, OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS
REFERENCE POINTS.........................................5
4.1
Availability of Lands ......................
5-6
4.2
Subsurface and Physical
Conditions
6
4.2.1
Reports and Drawin&s ............................
4.2.12
Lim ited Reliance by CONTRAC-
TOR Authorized; Technical
Data ................................ I ............
6
4.2.3
Notice of DifferingSubsurface
or Physical Conditions, ......... .......
j6
4Z4
Fl-MMURs Review ............. .........
4.2.5
Possible Contract Documents
Change......................................:..6
4.2.6
Possible Price and Times
Adjustments...._ ........................
. -7
4.3
Physical Conditions. -Underground
Facilities -- ... ..........................
- 7
4.3.1
Shown or, Indicated .................__.._:,.7
4.3.2
Not Shown or Indicated .............
4.4
Reference Points-
Points,,,,,,,,,,,,,,,,,,,,,,,,,,,!, - ...................
7
rICLU, GENERAL CONDITIONS 1910-8 (1990 EDITION
w/CITY OF FORT COLUNS MODIFICATIONS (REV 9/99)
I
11
Article or Paragraph
Page
Article
or Paragraph
Page
Number k- Title
Number
Number & Title
Number
4.5
Asbestos, PCBs, Petroleum,
6.25
Submittal Procecdures; CON-
Ilazardaus Waste or
TRACTOR!s Review Prior
Radioactive Material ....................
7tS
to Shop Drawing or Sample
Subm ittal
16
I) INSURANCE
5. BONDS AX , ............ ..................
8
46
6.2
... _ ..... _ .....
Shop Drawing & Sample Submit-
......
Perform arice, Paym ent and Other
tals Review by 24GINEER ......
16-17
.5.1-5.2
Bonds .........................................
..... 8
627
Responsibility for Variations
5.3
Licensed Sureties and lnsurcrs:
From Contract Documents, ...........
17
Certificates of Insurance.._,..__,._._,....,
8
6.28
Related Work Performed Prior
5:4
COINTRACTOR!s Liability
to F'.NGINEER's Review and
Insurance ..... .... - ..........
9
Approval of Required
5.5
OWNERS Liability Insurance .........
9
Submittals .... _ .. ....... - ...... : ........
17
5.6
53
Property Insurance, ........ ........
Boiler and Machinery or Addi-
9-10
6.29
6.30
Continuing the Work .............
CONTRACTORs General
... 17
tional Property Insurance, ..... ___
..... 10
Warranty and Guarantee ..............
17
5.8
Notice of Cancellation Prmision, ........
10
6.31-6.33 Indemnification_................. _17-18
5.9
CONTRACTOR's Responsibility
6.34
Survival of Obligations ...................18
for Deductible Amounts
10
5.10
Other Special frisuance-M., ....
7, OTHER WORK,,,,,,,,,, .....................
18
5.11
Waiver of Rights,,,:............................11
7.1-7.3
Related Worl, at Site ...............
5.12-5,13
Receipt and Application of
7.4
Coordinatiort. _, ........ ..................18
Insurance Proceeds
10-11
5.14
Acceptance of Bonds and fnsm-
S. OWNER'S RESPONSIBILITIES .........................IS
ance-, Option to Replace ........
...... I I
8.1
Communications to CON-
5.15
Partial Utilization --Property
TRACTOR . . . .............................
18
Insurance,.,... ........... ..................
11
8.2
Replacement 61ENGINEER.,._,,,;;,,
I8
8.3
Furnish Data and Pay Promptly
6. CONTRACTOR'S RESPONSIBILITIES ....:..........I
I
When Due
18
6.1-6.2
Supervision and Superintendence .......
.11
5A
Lands and Easements; Reports
6-3-6.5
Labor, Materials and Equipment
11-12
and'rests ...................... .........
18-19
6.6
Progress Schedule.. ...........
2
8.5
Insurance..... .................. . .....
... 19
6.7
Substitutes and "Or -Equal" Items;
8.6
Change Orders ............ ..................
0
CONTRACTORS Expense;
83
Inspections, Tests and
Substitute Construction
Approvals ................... .............
_ 19
Methods or Procedures;
S.S
Stop or Suspend Work;
F"NGINEER's Evaluation
12-13
Terminate CONT RACTOR!s
6.8-6.11
Concerning Subcontractors.
Services._.._.........................19
Suppliers and Others;
8.9
Limitations on OWNER'S
Waiver of Rights;.,.,._ .......
13-14
Responsibilities ............................
19
Patent Fees and Royalties ....................
14
8.10
Asbestos, PCBs, Petroleum,
6.13
Permits,,,__ _ ..... ..... ------- ....
_14
Hazardous Waste or
6.14
Laws and Regulations,,,.
....... 14
Radioactive Matcrial .... ..............19
6.15
Taxes ..... - - .......
14-15,
8.11
Evidence of FinanciiI
6.16
Use of Prem isc4 .................................
15
Arrangements- ..........................19
6.17
Site Cleanliness
15
6.18
Safe Structural Loading ....................15
15
9. ENGINEERS STATUS DURING
6.19
Record Documents._........._ ..........
.... 15
CONSTRUCTION
19
6.20
6.21
Safety and Protection .... .............
Safety Representative ..............
_15-16
.... 16
..
9.1
9.2
OWNERs Representative .. ......
Visits to Site,_,,,, ................ I.; ......
- .... J9
- 19
6.22
Hazard Communication Programs,..,,,
16
9-3
Project Pepresentative.....-, ........
19-21
6.23
Emergencies ...................... ...........
16
9.4
Clarifications and Interpre.
6.24
Shop Drawings and' Sample* ..............16
tations, ........................................
21
9.5
Authorized Variations in Wrk ......
_21
LXDC GENERAL CONI)MONS 191M 11§90
EDMOM
w/ CITY OF FORT COLLINS MODIFICATIONS (.RFV 9199)
11
I
Article or Paragraph Page Article of Paragraph
Number x- Title Number Number & Title
Page
Num her
9.6
Rejecting Defie2tive Work ..............
.... 21
13.8-119
Uncovering Work at ENGI-
9.7-9.9
Shop Drawings, Change Orders
NEER's Request .....................27-28
and
nd Paymcras .................... ...............
21
13.10
OWNER May Stop the Work ...
. .......
28
9.10
Determ inatioris for Unit Prices
21-22
13.11
Correction or Removal of
9.11-9,12
Decisions; on Disputes; ENGI-
Defective Wark .. ..............
...... 1�3
NEER as Initial Interpreter .............22
22
13.12
Correction Period... ........ _ .............
2S
9.13
Limitations on IE GINEERs
13.13
Acceptance of"Defictive Work
......23
Authority and Responsibilities ....
22-23
13.14
OWNER May Correct Defective
Work
28-29
CHANGES (wrum WORK._....................................._
23
10.1
OWNER's Ordered Change .............
_?3
14. PAYwwrs,ro
CONTRACTOR AND
10.2
Claim for Adjusuricnit ... ........ .......
23
CO&IPLETION
............ ........................... ........
29
10.3
Work Not Required by Contract
14.1
Schedule of Values .........................29
Documents .....................................
23
14.2
Application for Progress
10A
Change Orders ............ .. ...... ......
.. 23
Payrn ent . ..............
10.5
Notification of Surety ... ..........
23
143
CONTRACTORs Warranty of
Title
29
CHANGE OF
CONTRACT PRICE .............................23
14.4-14,7
Review of Applications for
11.1-11.3
Contract Price: Claim Cor
Progress Payments,,,,,,,,,,,,,,,,,
29-30
Adjustment; Value of
14:13-14.9
Substantial Completion ..................30
the Work ....... ......... .......... ___23-24
14.10
Partial Utilization .....................
30-31
1 I'A
Cost of the Work....._ ..... ..............
24-25
14.11
Final Inspection .... .......... ............
11.5
Exclusions to Cost of the Work ..........
115
14.12
Final Application for Payment ........
131
11.6
CONTRACTOR!s Fee,,,,.,,,_....-........25
14.13-14.14 Final Payment and Acceptanc a .......
31
11.7
Cost Records * .......
14.15
Waiver of Claims ....... ..............
11.8
Cash Allowances ........
11.9
Unit Price Work..._.....................26
15. SUSPENSION OF WORK AND
TFRIAINATION... .................... ....................
32
CHANGE OF CONTRACT MMES ............................
;6
15A
OWNER IMay Suspend Work ......
_.32
12.1
Claim for Adjustment .........................
26
15.2-1 ' 5.4
OWNER tvlayTerminate..........-...--
32
12.2
Time of the Essence .... ................
26
15.5
CONTRACTOR May Stop
12.3
Dclays Beyond CONTRACTORS
Work or Term inatc.................
32-33
Control ....................
26-27
12.4
Delays Beyond OWNITFR's and
16. DISPUTE RFsoumm ..................................
33
CONTRACTORS Control ................27
TESTS AND rNSPECTIONS; CORRECTION,
REMOVAL OR ACCEPTANCE OF
DEFEC77ME WORK .... 27
13.1
Notice of Defects„ .............................27
13.2
Access to the Work .. ........... __ ....... 17
13.3
'rests and Inspections;
CONTRACTORs Cooperation,.,,,,,,, 27
13.4
OWN ERs Rcsponsibilitics;,
Independent Testing Laboratory ... ... 27
13.5
CONA-TRAC TORs
Responsibilities ............ ............... _)7
13.6-13.7
Covering Work Prior to Inspec-
tion. Testing or Approval ... ...... : 2 7
17. NIISCFLLANFOUS
3.3
17.1
Giving Notice_
33
IT2
Computation of Times ....................
33
173
Notice of Claim
33
17.4
Cumulative Remedies .....................33
17.5
Professional Fees and Court
Costs Included ........ ..................
33
17.6
Applicable State Laws,,,,,,,,,,,,,,,
133-134
Intentionally left blank ..............................
....... .35
E%WMIT GC -A:
(Optional)
Dispute Resolution Agreement_..,_--........
GC -AI
16.1-16,6
Arbitration ...................
GIC-Al
16.7
Mediation ......
GC -AI
LJCDC GENLRAL CONDITIONS 1910-8 (1990 EDITION)
wl CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
J
L
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of --
Bonds and Insurance........................................5.14
defective Work............................10.4.1,
13.5, 13.13
Fiinalpayment ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,9.1-
14,15
insurance.........................................................
5.14
other Work by CONTRACTOR
..........................7.3
Substitutes and "Or-EquW Items
.......................6.7.1
Work by OWNER..............................15,
6.30, 6.34
Access to the --
Lands, OWNER andCONTRACTOR
responsibilities .............................................
4•1
site. related Work...........................................I...7
2
Work ....... :............... ..................
13.2. 13.14, 14.9
Acts or Omissions--, Acts and Omissions --
CONTRACTOR ...................................6.9.1,
9.13.3
FNGWEF.R............... ..................
...... ..6.20, 9.13.3
OWNER....................................................0.20.
8.9
Addenda --definition of (also see
definition of Specifications) .......
(1.6, 1.10, 6.19)', 1.1
Additional Property Insurance$ .................................
5.7
Adjustments -
Contract Price or Contract
Times ...........................1.5,
3.5, 4.1, 4.3.2, 4.5.2,
........I....................4.5.3, 9.4, 9.5. 10.2.10.4,
............: ...........................
11, 12, 14.8, 15.1
progress schedule. ................ _........_..................6.6
Agreement—
definition of .......................................................I2
"All -Risk" Insurance, policy form,,,,,,,,,,,,,,,,,,,,,,,,,,,
5.6 2
Allowances, Cash....................................................11.8
Amending. Contract Documents .............;,,,,,,,,,.........
3.5
Amendment, Written --
in general................1.10, 1.45,
3.5, 5.10, 5.12, 6.62
..........................k.8.2, 6.19, 10.1, 10.4, 11.2
....................................12.1,
13.12.2, 14.7.2
Appeal, OWNER or CONTRACTOR
intent to ..........................9.10, 9.11, 10.4. 16.2. 16.5
Application for Payment—
definition o(......................................................1.3
FNGINEEWs Responsibility ..............................
9.9
Final payment ............... 9-13.4,
9.13.5, 14.12-14.15
in general,,,,,,,,,,,,,,,,,,,,,,,,,,2.S,
2 9, 5.6.4, 9.10, 15.5
progress payment .....................................
14.1-14.7
review of ..................... ................
...._...... :14.4-14.7
Arbitration .......... ...........................................
16.1.16.6
.Asbestos--
claims pursuant thereto...........................4.5.2,
4.5.3
CONTRACTOR authorized to stop Work,,,,,,,,,, 4.5.2
definitionof........................................................t.4
Article or Paragraph
Number
OWNER responsibility for,,,,,,,,,,,,,,,,,,_,,,,,,,,,
4.3.1, 8.10
possible price and times change
._...„.,,,._.4.5.2
authorized Variations in Work ...........
3.6. 6.25, 6.27. 9.5
Availability of Lands ............ .....................
........ 4.1, 8A
Award, Notice of-defined........................................I25
Before Starting Construction ......................
........ 2.5-2.8
Bid -definition of..............._,_._,.1.5
(L 1, 1.10, 2.3, 3.3.
.................... .... .36.4, 6.13, 11.4.3, 11.9.1)
Bidding Documents --definition
of .....................................J.6(6.8.2)
Bidding Requirements -definition
of..........................................1.7
(1.1, 4.2.6.2)
Bonds--
acceptance of....................................................5.14
additional bonds
,_10.5. 11.4.5.9
Cost of the Work............................................11.5.4
definition of.......................................................1.8
delivery of ..............
_
final Application for Payment...........__...14.12-14.14
general .....................................:
1,10, 5.1-5.3, 5.13,
....9.13.
10.5, 14.7.6
Performance, Payment and Other...................5.1-5.2
Bonds and Insurance --in general.................................5
Builder's risk"all-risk" policy form,
.2
Cancellation Provisions, Insurance,,,,,.,.5.4.11,
5.8, 5.15
Cash Allowances......................................I.............11.8
Certificate of Substantial Completion ........
1.38. 6.30.2.3,
...............................................
...14-8. 14.10
Certificates of Inspection ...................9.13.4,
13.5, 14.12
Certificates of Insurance ............. 2.7.
5.3, 5:4.1 I, 5.4.13.
....................... 5.6.51 5.8,
5.-14, 9.13.4, 14.12
Change in Contract Price --
Cash Allowances ..............................................
11.8
claim for price
adjustment............ 4.1, 4.2.6, 4.5. 5.15, 6.8.2. 9.4
.............9.5. 9.11, 10.2.
10.5, 11.2. 13.9.
....................... 13,13, 13.14,
143, 15.1, 15.5
CONTRACTOR's fee
1 I.6
Cost of the Work
general ...............................................
11.4-11.7
Exclusions tq,, .......................
1 1.5
Cost Records, ....... ............. .................
............... 11.7
in general.............1.19, 1.44, 9.1 I,
10.4 2, 10.4.3, 11
Lump Sum Pricitg..........................................11.3.2
Notification of Surcty......._...............................10-5
Scope of ................................. ....................
10.3-10.4
Testing and Inspection.
Uncovering the Work ..................................
13.9
L XDC GENERAL CONDITIONS 1910.8 (1990 EDITION
w/CITY or FORT COURTS MODIFICATIONS iRFV 9M)
1
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
James B. O'Neill, II, CPPO, FNIGP
Purchasing & Risk Management Director
Unit Price Work...........................................11.9
Article or Paragraph
Number
Value of Work ...................................................
I1.3
Change in Contract'rimes-
Claim for times adjustment,,,,,,.,
4.1. a 2.6, 4.5, 5.15,
6.8.2. 9.4. 9.5. 9.11. 10.2. 10.5. 12.1.
...............13.9, 13.13. 13.14, 14.7. 15.1, 15.5
Contractual time limits
12.2
Delays beyond CON'TRACTOR's
control......................................:.................12:3
Delays beyond O\Wi ER's and
CONIRACTOR's control
12.4
Notification of surety.........................................10.5
Scope of change,,.,.,,,,. ..............................
10.3-10.4
Change Orders --
Acceptance of Defective Work ..........................13.13
Amending Contract Documents ..........................}J
Cash Allowances
11.8
Change of Contract Pricp....... .............................I
I
Change of Contract Time;...................................12
Changes in the Work ..........................................
10
CONTRAC'r0R's fee
11.6
Cost of the Work.......................................
11.4-11.7
Cost Records
11.7
definition of.......................................................1.9
emergencies....................................................
0.23
ENGINEER's responsibility .......
9.8. 10.4. t 1 2, 12.1
execution ot......................................................
Jo.4
Indemnifiction .........................y.12,
6.16, 6.31-6.33
Insurance, Bonds and .......................5.10,
5.13, 10.5
OWNER may terminate ..............................
15.2-15.4
OWNER's Responsibility ..... ................
........$.6, 10.4
Physical Conditions--
Subsurfacc and.............................................92
Underground Facilities--............................4
3.2.
Record Documents
6.19
Scope of Change. ...... ...............................
10.3-10.4
Substitutes .............................................
6.7.3, 6.8.2
Unit Price Work ...............................................
11.9
value of Work, covered by..................................11.3
Changes in the Work.................................................10
Notification of surety.........................................10.5
OWNER'S and CONTRACTOR's
responsibilities .............................................
10.4
Right to an adjusim en ......................................
10.2
Scope of change........................................10.3-10.4
Claims --
against CONTRACTOR....................................6.16
against ENGINEER.........................................6.32
against OWNER...............................................6.32
Change of Contract Price ...........................
9.4, 112
Change of Contract Timcs..........................
9.4, 12.1
CONTRACTOR's.............4. 7.1,
9.4. 9.5, 9.11. 10.2.
...........................I I.' 11.9,
12.1. 13.9, 14.8,
15.1. 15.5, 17.3
CONTRACTOR's Fee......_ ............................._ 11.6
Article or Paragraph
Number
CONTRACTOR's liability ,,,_,,,,.,.5A 6.1Z, 6.16, 631
Cost of the Work....._........--"......._...--_..11.4,
11.5
Decisions on Disputes ................................
9.11, 9.12
Dispute Resolution..._ ..............................
.......... &1
Dispute Resolution Agreement, ..................
16.1-16.6
ENGINEER as initial interpretor .......................9
11
Lump Sum Pricing .........................................
11.3.2
Notice of.-._
17.3
OWNFR's................... 9.4, 9.5, 9.11,
10.2, 11.2, 11.9
„.,_.._,,.,.12.1. 13.9, 13.13.
13.14. 17.3
R'S OWNEliability...............................................5.5
OWNER may refuse [o make payment14.7
Professional Fees and Court Costs
Included .....................................................17.5
request for formal decision on............................2.11
Substitute Items... ......... ....... ...............
I ........ 6.7.1-2
Time Extension
12.1
Time requirements....................................9.11,
12.1
Unit Price Work._-_ ........ -...... .__.........
_..,_..11.9.3
Valueof ...........................................................
1.I.3
Waiver of --on Final Payment.................J4.14,
14.15
Work Change Directive ....................
I... ......10.2
written notice required ......................9.11, 11.2, 12.1
Clarifications and Interpretations,,,,,_.,,.,
3.6.3, 9.4, 211
CleanSite ......._......_..._ .................. ......
............. 6.17
Codes of Technical Society, Organization
or rlssocimion..................................................}3.3
Commencement of Contract Times, .... _...........
__,_.,_2.3
Communications—
general ...............................................6.2.
6.9.1 S.I
Hazard Communication Programs,.,. ............:....
6.22
Completion—
Final Application for Payment .........................14.12
Final Inspection..............................................14.11
Final Payment and Acceptance .............„J4.13-14.14
Partial Utilization............................................14.10
Substantial Completion ....... ___ ...... _
1:38, 14.8-14.9
Waiver of Claims ..... :..................... .................
14.15
Computation of Times ..... .........................
17.2.1-17.2.2
Concerning Subcontractors, Suppliers
and Others ........................ _......................,
6.8-6.1 I
Conferences --
initially acceptable schedules. ...............................
2.9
preconstruct ioq..................................................
2-8
Conflict, Error, Ambiguity, Discrepancy—
CONTRACTOR to Report, .... .....................
2.5, 3.3.2
Construction, before starting by
CONTR-ACTOR ........................................
Construction Machinery, Equipment, etc,,,,,,,,,,,,
,,,,, 6.4
Continuing the Work .....................................
6.29, 10.4
Contract Documents -
Amending..........................................................3.5
Bonds..............................................................5.I
L'JCDC GENL•RAL CONDITIONS 1910-3 (1990 EDITION)
w/C1TY OF FORT COLLMI MODIFICATIONS(RF.V 9/99)
1
1
J
11
1
1
1
F
11
I
I
�_ I
Cash Allowances........._._..._ ...........................11.3
Article or Paragraph
Number
Change of Contract Price
Change of Contract Timrs...................................
12
Changes in the Work................................10.4-10.5
check and verify .................................................
2.5
Clarifications and
Interpretations........................3.2, 3.6, 9.4, 9.11
definition of...-.._._..._......._............................1.10
ENGINEER as initial interpreter of ..................
9.11
ENGINEER as OWNER's representative ........
_...9.1
general3
Insurance, ...................... _.........................
5.3
Intent ....... ... .................................. . ..........
.3.1-3.4
minor variations in the Work..............................3.6
OWNER's responsibility to fumish data ...............
8.3
OWNER's responsibility to make
prompt payment ......................... 8-3. 14-4,
14.13
precedence................................................3.1.3.3.3
Record Documents .............. .............................
0.19
Reference to. Standards and Specifications
of Technical Societies ..................................
3.3
Related Work..................................................7.2
Reporting and Resolving .Discrepancies ,,,-,,,
25,33
Reuseof..............................._...........................3.7
Supplementing..................................................
3.6
Termination of ENGINEER's Employmen; ..........
8.2
Unit Price Work.... ............................................
11.9
variations..........................................3.6, 6.23, 6.27
Visits to Site, ENGINEER's.......... _....................
9.2
Contract Price -
adjustment of ................ 3.5.4;1,9.4. 10.3,
11.2-113
Changeof..........................................................1
I
Decision on Disputes........................................9.11
definition of.................:...................................I'
l l
Contract Timcs--
adjustment of ...........................3.5, 4.1, 9.4, 10.3. 12
Change of ...................... ........... ........ ......,12.1-12.4
.Commencement of ..............................................
2.3
of ....................................1.12
definition ..................
.
CONTRACTOR -
Acceptance of Insurance.._,__„.............._......-,„,.5.14
Communications..........................._.........6.2.
6.9.2
Continue Work........................................6.29,
10.4
coordination and schedulins........
,,,,,,,,,,,,,,,,,,„¢.9.2
definition of.....................................................1.13
Limited Reliance on Technical
Data Authorized
4.2.2.
May Stop Work or Term inate-------
15.5
provide site access to others.........................
7?, 13.2
Safety and Protection„-,,,,.-„--,,,,,,
43. L2, 6.16. 6.18,
6.21-(.23, 7.2, 13.2
Shop Drawing and Sample Review
Prior to Submittal6.25
Stop Work requirements .................................. a.5:2
CONTRACTOR's-
Article or Paragraph
Number
Compensation.._........................................I
1.1.11.2
Continuing Obligation,-.-„-,,„--,-,_,-„...............14.15
Defective Work 9.6. I3.10-13.14
Duty to correct defective Work ..................
........13.11
Duty to Report --
Changes in the Work caused by
Emergency............... ........... ..........
........ 6.23
Defects in Work of Others .......... .............
_., 7.3
Differing conditions, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,4.2.3
Discrepancy in Documents,,,,-,..25, 3.3.2.
6.14.2
Underground Facilities not indicated ...........
4.3.^_
Emergencies..... ............................ ...............
6.23
Equipment and Machinery Rental, Cost
of the Work..................................:........11.4.33
Fee --Cost Plus11.4.5-6, 11-5.1,
11.6
General WarrantyandGuarantee ,-,,,,,................
6.30
Hazard Communication Programs-„-„-,,,,,,,-„
0.22
Indemnification, ....................... 6. I a 6.16,
6.31-6.33
Inspection of the Work ................ ......... _....
.3, 13.4
Labor, Materials and Equipment„
0.3-6.5
Laws and Regulations, Compliance by, „
.... 6 14 1
Liability Insurance ..............................................
j.4
Notice of Intent to Appeal ...............„-,......9.10.
10.4
obligation to perform and complete
theWork............................... ................:....6.30
Patent Fees and Royalties, paid for by................6.12
Performance and Other Bonds ..............................
3A
Permits, obtained and paid for by,,,,,-„-,-,,,...
0.13
Progress Schedule ................ ............ 2.6,2.8, 2.9, 6.6,
........................................6 29, 10.4. 15.21
Request for formal decisionon disputes..............9.11
Responsibilities..
Changesin the Wor...................................
10.1
Concerning Subcontractors, Suppliers
and Others .................................:...
6.8-6.11
Continuing the Work ........... .......... _...6.29,
10.4
CONTRACTOR's expense...........................0,7.1
CONTRACTOR's General Warranty
and Guarantee......................__...__.,_--,-6.30
CONTRACTOR's review prior to Shop
Drawing or Sample submittal..,-,,..,-„_...6.25
Coordination of Work„ ...............................
6.9.2
Emergencies ...............................................
6.23
E•NGINEER's evaluation, Substitutes
or "Or -Equal" Items .............................
6.7.3
For Acts and Omissions
of Others ..69.1-6.9.2, 9.13
............................
for deductible amounts, insurance,,,,,,,,,,,,,,,,,,,..9
general_.... ..... ........................... .6, 7.2,
7.3, 8.9
Hazardous Communication Programs.,..:.-„-
622
Indemnification
6.31-6.33
EICDC GENERAL CONDITIONS 1910-8 0990 ED1nOM
w/ CITY OF FORT COLLINS MODIFICATIONS /REV 9/99)
1
Labor, Materials and Equipment.............6.3-6.5
Laws and Regulations ............. ...6.14
LiabilityInsurance........................................ 5.4
Article or Paragraph
Number
Notice of variation from Contract
Documents ...........................................
6.27
Patent Fees and Royalties ..............................6
12
Permits......................................................
6.13
Progress Schedule.........................................6.6
Record Documents
.- 6.19
related Work performed prior to
ENGINEERS approval of required
submittals ...............:............. ................
6.28
safe structural loading.................................6.18
Safety and Protection ....................6.20,
7.2. 13.2
Safety Representative .......
6.21
Scheduling the Work..................................6.92
Shop Drawings and Samples ..._--._,,,,,,,,,,,,,,6.24
Shop Drawings and Samples Review
by ENGINEER ......................................6.26
Site Cleanliness ..... ..................... .._......_...:6.17
Submittal Procedures...................................6.25
Substitute Construction Methods
and Procedures ...................................:
6.7.2
Substitutes and "Or -Equal" Items................0.7.1
Superintendence............................................0.2
Supervision...................................................6.
I
Survival of Obligations........................„......6.34
Taxes_ ........................................................
0.15
Tests and Inspections .... --..-.._.....................13.5
ToReport .....................................................
2.5
Use of Premises ....... .............. 0.16-6.18. 6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal........................................6.75
Right to adjustment for changes in the Work 10.2
right to claim ............ * 1, 7.1, 9.4, 9.5, 9.11,
10.2,11.2,
11.9. 12.1. 13.9, 14.8, 15.1,
15.5, 17.3
Safety and Protection ......... .......... 620-6.22, 7.2, 13.2
Safety Representative ...............
... _...... .....................
6.21
Shop Drawings and Samples Submivals..,.,6.24-0.28
Special Consultants, .............
. J1.4.4
Substitute Construction Methods and Procedures_6.7
Substitutes and "Or -Equal" Items,
Expense... .......................................6.7.1.
6.7.2
Subcontractors, Suppliers and Others.,,,,
6.8-6.11
Supervision and Superintendence .......... 6.1.
6.2, 6.21
Taxes, Payment by...............__.................._.....6-15
Use of Premises ........................................
6.16-6.18
Warranties and guarantees .........................
6.5. 6.30
Warranty oftitle..................._....... .,...............
. 14.3
Written Notice Required--
CONTRACTOR stop Work or terminate ....... ,15.5
Reports of Differing Subsurface
and Physical Conditions ........... .............
:1.2.3
Substantial Completion ....... ........ _...............
viii
14.S
CON'1' RAC'1'O RS--other...................... _....................-. 7
Contractual Liability Insurance ............... ._. ...____.4,10
Contractual Time Limits.........................................12.2
Article or Paragraph
Number
Coordination—
CONTRACTOR's responsibility ........................6.9.2
Copies of Documents ...............................................
22
Correction Period..................................................13.d2
Correction, Removal. or Acceptance
of Defective Work--
ingeneral...................................10.4.1,
13.10-13.14
Acceptance ofDefective Work,,,,,,,,,,
13.13
Correction or Removal of
Defective Work. ,,,,,,,,,,,,„6,30,
13.11
Correction Period .....:........... ........
OWNBRMay Correct Defective Work ...............
13.14
OWNER May Stop Work.................................13.10
Cost--
of'rests and Inspections.....................................13.4
Records11.7
Cost of the Work --
Bonds and insurance, additional,,,,,,,,,,,,,,,,,,,
11.4.5.9
Cash Discounts ..............
11.4.2
CONPR4CTOR's Fee ....,....... .........................
...11.6
Employee Expenses ................ ............ ..........
11.4.5A
Exclusions. to ........................................
:...... ......11.5
General 11.4-1 Li
Home office and overhead expenses ....................
I LS
Losses and damages.....................................11.4.5.6
Materials and equipment ........
J 1.4.2
Minor expenses...........................................11.dS.S
Payroll costs on changes.................................11.4.1
performed by Subcontractors............................11.43
Recordsll.7
Rentals of construction equipment
and machinery,._,,,,,,,,,,,,,, ..........:......
.. .. 11A-.1.3
Royalty payments, permits and
license fees .......................... .
Site office and temporary facilities ,,,,,,,,,,,,,,,,I
L4__5.2
Special Consultants, CONTRACTOR's.............
11A.4
Supplemental ...........-_..................................11.4.5
'faxes related to the Work.....„,,,,,,,,,,,,,,,,,,,,,
Tests and Inspection .........................................
13.4
Trade Discounts .. ... ........................................11.4.2
Utilities, fuel and sanitary facilities ...........
..
.... 11.4.5.7
Work after regular hours.................................11.4.1
Covering Work...............................................13.6-13.7
Cumulative Remedies .... ....................... ...........
17.4-17.5
Cutting, fitting and patching ....................................
7.2
Data, to be furnished by OWNER—— .........................
8.3
Day --definition of... ............................................17.?.2
Decisions on Disputes.........................I.........
9.11, 9.12
defective --definition of ... .................................
.._..1.14
defective Work --
Acceptance of.......................................10.4.1,
13.13
EJCDC CILNLRAL CONDITIONS 1910-5 (1990 E XTIO`t)
w/ CITY OF FORT COLLINS \IODIFICATIOMS (REV 9/99)
I�
�I
I
d
I
Correction or Removal of., ..................... .............10.4.1, 13.11
Correction Period : 13.12,
in general.........................................13, 14.7, 14.1.1
Article or Paragraph
Number
Observation by ENGINEER ................................
9.2
OWNER May Stop Work : ...... .......... ................
13.10
Prompt Notice of Defects. ..................................13.1
Rejecting................... ._...........................:.......9.6
Uncovering the Work.......................................13.8
Definitions........................................:......._..........._.
1
Delays......................................4.1, 6,29, 12:3-12.4
Delivery of Bonds ................... .................. :......
......... 2.1
Delivery of certificates of insurance ...........................
r.7
Determinations for Unit Prices ....
,,,....... .10
Differing Subsurface or Physical Conditions
Noticeof........._....... _........ _................ _...
_._.12 3
ENGNF,ER's Review .......................................
4.2.4
Pmible Contract Documents Change ...............
4.2.5
Possible Price and Times Adjustments..............i.2.6
Discrepancies -Reporting
and Resolving ........... ...... ... _._.... 2:5, 3.3.2, 6.14.2
Dispute Resolution--
Agreemenk,,,.,,,,,,, ....................................
16.1-16.6
Arbitration..............:..................................16.1-16.5
general 16
Mediation.........................................................16.6
Dispute Resolution Agreement ......... ............
.... 16.1-16.6
Disputes, Decisions by ENGNEER...... ..........
_9.11-9.12
Documents --
Copiesof ... .......................................................2.2
Record 6.19
Reuseof. ............................................................
3.7
Drawings --definition of ...... .......................... ............1.15
Easements ..............................................................
4.1
Effective date of Agreement -- definition of..............).16
Emergencies..... _...................._..............................6.23
ENGINEER --
as initial interpreter on dispute.................
.11-9. I2
definition of .......................................................
1.17
Limitations on authority and responsibilities..... 9.13
Replacement of. ................ ........................_......,
8.2
Resident Project Representative „9.3
ENGNEER's Consultant -- definition of
.....................
1. l8
ENGNEER's--
authority and responsibility, limitations on„...... 9.13
Authorized Variations in the Work.....................9.5
Change Orders, responsibility for....,. 9.7, 10, 11. 12
Clarifications and Interpretations.........._
16.3, 9.4
Decisions on Disputes,,;,,..,, .........:............
9.1 I-9.12
dejecrive Work, notice of....................................13.1
Evaluation of Substitute Items
,,,,,,6.7.3
Liability ............................... ....................4:32.9.
I2
Notice Work is Acceptable _....._,__,___....
_:.... 14.13
Observations...........................................6.30.2
9.2
OWNER's Representative....................._.............9.1
Pavmcnts to the CONTRACTOR.
Responsibility for.....................................9.9..14
RecommendatnnofPayment ....................14.4, 14.13
Article or Paragraph
Number
Responsibilities --Limitations on .......... ...
.... 9.11-9..13
Review of Reporwon Differing Subsurface
and Physical Conditions ...............
..............1.2.4
Shop Drawings and Samples, review
responsibility, ............... .............................
6.26
Status During Cmstruction--
authorized variations in the Work,,,,,,,,,,,,,,,,,9.5
Clarifications and Interpretations ...............
9.4
Decisions on Dispute; ....................
..... 9-11-9.12
Determinations on Unit Price. .........
__..___9.10
ENGINEER as Initial Interpreter,,,._,__.
9.11.9,12
ENGIN6ER's Responsibilities ..............„
9.1-9.12
Limitations on ENGINEER's Authority
and Responsibilities............................9.13
OWNER's Representative ..............................
9.1
Project Representative..._.-,
._.....,--9.3
Rejecting Defctive Work..............................9.6
Shop Drawings, Change Orders
and Payments ............ .................
....... t9.7-9.9
Visits to Site .................................................
9.2
Unit Price determinations9.10
VISITS CO Site ..................... ..................
............... 9.2
Written consent required,,,,,,,,,,,,,,,,,,, ............
7.2,.9.1
Equipment, Labor, Materials and ,,........ 4......
4.... (1.3-6.5
Equipment rental, Cost of the Work,,,,,,,,,,,,,
11.4.5.3
Equivalent Materials and Equipment ........................
6.7
error or omissions..................................................0.33
Evidence of Financial Arrangements...... I ................
M I
Explorations of physical conditions ......................
9?.1
Fee, CONTRACTOR's-Costs Plus ...........................11.6
Field Order --
definition o........... .........:.................................1.19
issued by ENGINEER............................
3.6.1, 9.5
Final Application for Payment ........ .......................
14.12
Final Inspection,,,,,,,,,,.........................................
I4.11
Final Payment --
and Acceptance...................:................14.13-14.14
Prior to, for cash allowtnces...............................11.8
General Provisions
17.3,17.4
General Requirements—
definition of ..................................................
... 1,2
principal references to ...... _...... 2.6. 6.4,
6.6-6.7, 6.24
Giving Notice...........................................
............. 17.1
Guarantee of Work --by CONTRACTOR ........
6.30, 14.12
Hazard Communication Programs ..........................6.22
Hazardous Waste--
c1dwitionof.....................................................1.21
general........................... .............. _ _.... _.....
............ 4.5
OWNER's responsibility for ................................
.10
E/CDC GENERAL COINDMONS t910-3 (1990 EDrnoN)
w/ CITY OF FORT COLLINS \MODIFICATIONS (REV 9f99)
I
Indemnification_ ................ .......
--- 60-71 616, 6.31-6.33
Initially Acceptable Schedules....._____.__..__
..:..........2.9
Inspection—
Certificates of ..............................9.13.4,
13.5, 14.12
Final
14.11
Article or Paragraph
Number
Special, required byENGINEER '"' " - '
_ " " 9.6
Tests and Approval, .... ......... .............
8.7. 13.3-13.4
Insurance --
Acceptance of, by OWNER........._..._...............5.14
Additional, required by changes
in the Work
I I.4.5.9
Before starting the Work,,,,,,,,,,,,,,,,,,,,,_,,,-,,,,.,,,,
23
Bonds and --in general ..........................................5
Cancellation Provisions., ...............................
.... 5.8
Certificates of ................... . 23, 5,.5.3, 5.4.11, 5.4.13,
........................ 5.&5, 5.8, 5.14,
9.13.4, 14.12
completed operations :,* ......... ** ... *""-*
.... *"*'*' 5.4.13
CONTRACTOR's Liability..................................5.4
CONTRACTOR's objection to coverage,,,,,,,,,,,,,
5.14
Contractual Liability.-, .............
......... 5.4.10
deductible amounts, CONTRACTOR's
responsibility ................................................5.9
Final Applicaton for Payment .............
14.12
Licensed Insurers ...............................................5.3
Notice requirement-, material changes ........
5.8. 10.5
Option to Replace..._........................................
5.14
other special insurances....................................5.10
OWNER is fiduciary for insureds ... ...........
5-12-5. 13
OWNER's Liability ................... .........
............ � 5. 3
OWNERs Responsibility .....................................8.5
Partial Utilization, Property Insurance ...............5.15
Property........................................... .........
5.6-5. 10
Receipt and Application of Insurance
Proceeds ........
5-12-5.13
Special Insurance,,,,..___
....... ... 5.10
Waiver of Rights....... ..............................
........ i I I
Intent of Contract Documents, ..........................
3.1-3.4
Interpretations and Clarifications ---- ...... .........
3.6.3,9.4
Investigations of physical conditions * ....... ............
.... : .2
Labor. Materials and Equipment ....... I ------- ........
-6.3-6.5
Lands—
and Easements
$.4
Availability of .............................................
4.1. 8.4
Reports and Tests ................................................
8.4
Laws and Regulations --Laws or Regulations--
Bonds
i. 1-5.2
Changes in the Work ........................................10.4
Contract Documents
3.1
CONTRACTOR's Responsibilities
6.14
Correction Period, defective Work_ . ....
.......... J13.12
Cost of the Work, taxes ................11.4.i.4
definition of.._.........._____........._.._
..... 1. Ll
gencral6.14
Indemnification
... 6.31-6.33
Insurance 53
Prcccdcrtcc 3.1, 3.3.3
Reference to 13.1
Safety and Protection ................................6.20. 13-2
Subcontractors. Suppliers and Others ............ 6.M: I I
Article or Paragraph
Number
Tests and Inspections ...................................
13.5
Use of Premises .................................................6.16
*...*.............................................P.2
Visitsto Site .......................................................9.2
Liability Insurance--
CONTRACTOR's ................................................
5.4
OWNERs
5.5
Licensed Sureties and Insurers .......... ........... .......
53
Liens—
Application for Progress Payment....,_.__..........
14.2
CONTRACrOR's Warranty of Title........._........
14.3
Final Application for payment. ..........................14.12
definition of .............. I ........
...1.33
Waiver of Claims
14.15
Limitations on ENIGMER's authority and
responsibilities...-,.._.,.__........_......--_.............
9. 13
Limited Reliance by CON'I'R-ACTOR
Authorized .......................................................
4:12
Maintenance and Operating Manuals --
Final Application for Payment .... .....................
14.12
'Manuals (of others) --
Precedence -...................................................3.3.3.1
Reference to in Contract Document% ..................3.3.1
,viaterials and equipment --
furnished by CONTRACTOR .............. .........
.... A3
not incorporated in Work ...................................
14.2
Materials or equipment --equivalent ...........................
6.7
Mediation (Optional) ..............................................
j6_7
Milestones --definition of ........................................
1.24
,Miscellaneous --
Computation orrinics ........................................17.2
Cumulative Remedies... .....................................
17.4
Giving Notice ......................................... ; ........
A 7.1
Notice of Claim .................................................17.3
Professional Fecqand Court Costs Included ........
17.5
2
Multi -prime contracts..................................I........_--
-7
Not Shown or Indicated .........
4.31-2
Notice of --
Acceptability of Project .....................................14.13
Award, definition of ..........................................
j.25
Claim............................................................173
Defects, 13.1
Differing Subsurface or Physical Conditions ......
4.2.3
Giving........................... I .... I ......... I ..................
1.7.1
Tests and Inspections ........................................13.3
Variation. Shop Drawing and Sampl................ .. 6.27
Notice to Proceed—
definition of .................... l-26
givingof .............. ....... ...... I .............. ........ J. 3
FJC[)C GENERAL CONDITIONS 1910 -8 0990 EDMON)
w/ClTY OF rORTCOLUNSMODIFICATIONS (REV 9199)
I
11
I
I
I
I
I
I
11
F
P
I
I
I
I
I
I
I
I
Notification to Surety ......... .. .... .......... ..... j 0.5
testing, independent ....................... I ................. 13A
Observations, by ENGfNFFR,l ..........................6.30, ..9.2
use or.occupancy
Occupancy of the Work,.,... ...... _5.15, 6.30.2.4. 14.16
of the Work� ...................... _.15. 6.30.2.4, 14.10
Omissions or. acts by CONTRACTOR.... 6.9, 9.13
written consent or approval
Open Peril policy form, frisurareq ........................ _ 5,6.2
required .......................... ........... 6.3. 11.4
Option to Replace ................................................... 5,14
Article or Paragraph
Number
"Or Equat" Items...._ ....................... ........ 11 ........ 63
Other work 7
Overtime Work --prohibition of_.-,_:_..._, ................ 61
OWNER --
Acceptance of defective Work .......................... 111
appoint an ENGINEER.:_..._ ........_................. 8.2
,as fiduciary ........... .............................. 5- 12-5.13
Availability of Land;, responsibility ....................4.1
definition of...__..._..._..._..._......._ ..... ..... ' 1.27
data, furnish.. ------ - . ..................... 8.3
May Correct Defective Work .............. ............ 13.14
May refuse to make payment,,.__, - ... . ..... .... 14.7
May Stop the Work .........................................
"' ' * .... .. ... 13.10
May Suspend Work,
Terminate ........................... M. 13,10, 15.1-15.4
Payment, make prompt .....................8.3, 14.4, 14.113
performance of other work, ........... ..................... 7.1
permits and licenses, requirements ....... 13
purchased insurance requiremem4 ..... 5.6- 5. 10
OWNERS—
Acceptance of the Work......_ .................._. 6.30.2.5
Change Orders, obligation to,executq .......... 8.6, 10.4
Communications ...... ....... 8.1
Coordination of the Work 7.4
Disputes, request for decision ................ ........... �11
Inspections, tests and approvals _, ... ........... 8:7. 13.4
Liability Insurance....._5.5
'Notice of Defects..............................................13.1
Representative --During Construction,
P.",qGlNFHR!s Status: 9.1
Responsibilities --
Asbestos, PCBs. Pdrolcum, Hazardous
W,,to or Radioactive klaterial 8.10
Change Orders ........... ............................... 4 ..8,6
Changes in the Work ..................................10.1
communications, ....... .. ... . . .. .... ***'* ... 8A
CONTRACTORs responsibilities ..................8.9
evidence of financial arrangcmcnts.............3.11
inspections, tests and approvals;,,,,,, , S.7
...........
insurance
lands and casements 8.4
prompt payment by 6 . ...... ...........
replacement of ENGINEER ....... .................... $.2
reports and tests .................. .............. . _ _ I I - 8.4
stop or suspend Work,,,,,,,,,,,,,,,,,, S. S. 13. 10, 15.1
terminate CONTRACTORs
services___......_.._... _._._...___.-As! 15.2
separate representative at site;,,,,,,,,,,,,,,,,,,, . .......... 93
xi UCDC GENERAL co`7Di rio," 1910.-3I1990 EDITION)
AV/ (.M Or FORT COLLINS MODIFICATIONS (REV W99)
I
I
Article. or Paragraph
Number
written notice required ........................7.1,
9.4. 9.11,
........ ..............._......... t1.2,
11.9, 14.7. 15.4
PCBs --
definition of..._..............._................................1.29
general ...................................................
...........{5
OWNER's responsibility for...............................5.10
Partial Utilization --
definition of..:..................................................1.28
general 6.30.2.4. 14.10
Property Insurance............................................5.15
Patent Fees and Royalties .......................................
6.12
Payment Bonds ................... I....................
J.l-5 2
Payments, Recommendation of ........ ......
14.4-14.7,. 14-13
Payments to CONTRACTOR and Completion
—
Application for ProgressPayments......................34.2
CONTRACTOR's Warranty of Title ............
_... _J4.3
Final Application For Payment..........................14.12
Final Inspection, .............................................
14.11
Final Payment and Acceptance, ..............
14.13-14.14
general................................:........................$.3,
14
Partial Utilization _.._...._.:....._. _...........__..._
14,10
Retainage..........................................................1
2
Review of Applications for
Progress Payments ................ ............
I ... 14.4-14.7
prompt payment..................................................8.3
Schedule of Values..................................:.........14.1
Substantial Completion ......... ................
..... 1a.8-149
Waiver of Claims .............................................
14.15
when payments due ................................
14.4, 11.13
withholding payment,_,._„_................__...._...._,14.7
PerformanceBonds. .......... ......
....... 15.1-5.2
Permits............................................................6.13
Petroleum --
definition of.....................................................1.30
general. ....... .... :.................................................
4.5
OWNER's responsibility for ... ......................
_...... 3.10
Physical Conditions --
Drawings of, in or relating to ........................
a.2.1.2
ENGTNEF.R's review ............................. .....:......
4.2A
existing structures..... _....... _... _............ _.........
4.2.2
general 4.2.1.2 _..
Notice. of Differing Subsurface or, ..............
....... 4.2-3
Possible Contract Documents Change ............
1.2.5
Possible Price mind Times Adjustments..............3.2.6
Reports and Drawings,,,,,,,,,,,,,,,,
Subsurface and,....--- ...... .....................__............i4.2
Subsurface Conditions,4.2.1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized ........................
i.2.2
Underground Facilities--
general.............................................
_......... 3.3
Not Shown or Indicated.. ..... -..... . .
.........4.3.2
Protection of.........................................4.3,
6.20
Article or Paragraph
Number
Shown or Indicated_
43.1
Technical Data ...............................................
t 2 2
Preconstruction Conference.......................................2.S
Preliminary vlatters, .... _...........
-'
Preliminary Schedules ..............................................
2.6
Premises, Use of .............................................
.........
Price, Change of Contract...._ ....................................
tl
Price. Contract --definition of__ ........ ...........
...... . 1.11
Progress Payment; Applications fof.................
_........ 14.2
Progress Payment--retainage_,__.__
,._ 14.2
Progress schedule, CON CRAG TOR s
.. 2 6 5, 2.9,
66 629. 104 15.2.1
Project --definition of ......... .........................
. .......... ,.f.31
Project Representative--
ENGfNEER's Status During Construct ion ... ........ .9.3
Project Representative, Residcra--definition of,,._„_„ I133
prompt payment by OWNIER.
8.3
Property Insurance_
Additional ............... ...:................ ....................
..5.7
'enera15.6-5.I0
Partial Utilization.._....._..............._.._5.15,
14.10.2
receipt and application of proceeds,,.__..,....
5. 12-5,13
Protection, Safety and ..... ..........................
-
6.26-6.21, 13.2
Punch list -
......................................._......
,14.11
Radioactive "Material--
defintion of..................................._:...............1.32.
genera14.5
OWNER's responsibility for;,,;,,,,,,,,,,
,,,,, , ,,,,,,,,$.10
Recommendation of Payment,,,,,,,,,,,,,,,,, 14.4, 14.5, 14.13
Record Documents........................................6.19,
14.12
,. .
Records. Procedures for maintmnm..................
.........:2.J
Reference Points ............................................._........4.4
Reference to Standards and Specifications
of Technical Societies.............................„..,,,,,,,,3.3
Regulations, Laws and(or)......................................6,
14
RejectingDef�ctive Work .......... ................
................ 9.6
Related Work --
atSite........................................................7.1-7.3
Performed prior to Shop Drawings
and Samples submittals review ....................6.28
Remedies; cumulative ... ........................ .......
.._17.4, 1-7.5
Removal or Correction ofDejec6pe Work ...
............ 13;11
rental agreements, OWNER approval required__,.
11.4.5.3
replacement of ENGINEER. by OWNER-___
...........5.2
Reporting and Resolving
Discrepancies- ......... 2.i,3.3.?
I..........
6.1......... 4.2
Reports --
and Drawings ............. _................. ........_......
.a.2.1
and Tests, OWNER's responsibility......
............ ... 3.4
Resident and Project Representative --
definition of ....................................................
L33
provisionfor............................................................9.3
sii E1CDC GENMAL CONDITIONS 1910-3 (1990 EDITION)
wl C1TY OF FORT COLLINS MODIFICA nONS (RF..V )l99)
I
11
Ll
1
I
[1
1
1
I
I
Article or Paragraph
Number
Resident Superintendent, CONTRACTOR's................6.2
Responsibilities—
CONTRACTOR's-in general..................................6
ENGLNEER's-in general........... I............................9
Limitations on.................................._........,9a3
OWNER's-in general .......................
:................ .....
Retainage............ ............................................
...14.2
Reuse of Documents ......................................:.......
3.7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal ......
.................6.25
Review of Applications for
Progress Payments.....................................14.4-14.7
Right to an adjustment ....... ._.........---..................
J02
Rights of Way .................... ... ......_......
....._._.........,.3.1
Royalties, Patent Fees and......................................6.12
Safe Structural [.ending .............. ........ ......
...... ..._.... 6.18
Safety --
and Protection...............................4.3.2,
6,16, 6.18,
... ......................... .......... G20.6.21,
7.2. 13.2
general ....................................................
ti.20-6.23
Representative, CONTRACTORs:.....................6.21
Samples—
definition of......................................................1.34
general.....................................................
.24-6.28
Review by CONTRACTOR .......................
........ 6 25
Review by ENGINEER................................6.26,
6:27
related Work.....................................................6.28
submittal of...................................................6.24.2
submittal procedures.........................................6.25
Schedule of progress..............................
. 6. 2.8-2.9. 6.6,
.
.........................................629,
10A. 15.2-1
Schedule of Shop Drawing and Sample
Submittals..............................2.6, 2.8.2.9, 6:2.1-6.28
Schedule of Values..............................2.6,
2.8-2.9, 14.1
Schedules—
Adherence to..................................................15.2.1
Adjusting ............................... ...........................
6.6
Change of Contract Times.................................
10.4
Initially Acceptable, ......... ..... .......
..... .._.....2.8. 2.9
Preliminary ......................... .............._.............2.6
Scope of Changes ......................................
10.3-10.4
Subsurface Conditions ...................:.......:............
#.2. L 1
Shop. Drawings --
and Samples, general ................................
6:24-6.28
Change Orders & Applications for
Payments, and ............. .... ..... .....
..... _...._,9.7-9.9
definition of ................. .................................
....1.:35
ENGLNEF.R's approval of..................................3.6.2
ENGINEER's responsibility
for review .....................................
9.7. 6.24-6,28
related Work...-------......_......................__:.__6.28
review procedures..._............................
.........................
2,8, 6.24.6.28
Article or Paragraph
Number
submittal required...............................................624.1
Submittal Procedures ........................................
6.25
use to approve substitutions...............................
.............................
6.7.3
Shown or Indicated ..................................... :.........
a:3.1
Site Access......................................................7.2,
132
Site Cleanliness......................................................0.17
Site. Visits to --
by ENGINEER ..........................................
9.2, 13.2
byothers.........................................................13.2
'special causes of loss" policy form,
insurance .......................................................
5.6.2
definition of . ....................................................
1.36
Specifications—
defrnation of ....................... ......... ...................
1:36
of Technical Societies, reference to...................3.3.1
precedence......................................................3.3.3
Standards and Specifications
of Technical Societies,,............
3.3
Starting Construction, More..............................?.5-2.8
Starting the Work ..................... ........... .................
.... .4
Stop or Suspend Work --
by CONTRACTOR............................................15.5
by OWNER.......... I .................... I...... 8.8, 13.10,
15.1
Storage of materials and equipment .....................4.1,
7.2
Structural Loading, Safety........................................6.18
Subcontractor —
Concerning ................................................6.8-6.11
definition of ......................................................
1.37
delays.............................................................12.3
waiver of rights................................................6.I
I
Subcontractors --in general.................................6.8-6.11
Subcontracts --required provisions ......... .l 1. 6.11.
11.4.3
Subm ittals—
Applications for Payment ..................................
14.2
Maintenance and Operation Manuals.............„14.12
Procedures......................................................
6.2i
Progress Schedules...............................I......2.6,
2.9
Samples...................................................6.24-6.28
Schedule of Values.....................................2.6.
14.1
Schedule of Shop Drawings and Samples
Submimions......................................2.6,
2.8-29
Shop Drawings ........................................
6.24.6.28
Substantial Completion--
certiCtcationof, 6322.3,
............................ :
14.8-14.9
definition of. ....................................................
1.38
Substitute Construction Methods or Procedures.....,.
6.7.2
Substitutes and "Or F.qual" Items ................. ..............
6.7
CONTRACTOR's Expense,,,,,,,,,,,,,,,,,, .........¢.7.1.3
ENGINEF.R's Evaluation.......,.,.„_„...„........„_,6.7.3
"Or-Equal"...................................................6.7.1.1
Substitute Construction Methods
EICDC GENERAL. CGNDMONS 1910.8 0990 EDMONI
w/ CITY OF FORT COLLINS MODIRCATIONS (REV 9/991
Article or Paragraph
Number
or Procedures .............................................
6. T 2
Substitute Items .............................................
6.7.1.2
Subsurface and Physical Conditions --
Drawings of, in or relatug to ....................
.....4.2.1.2
ENGNEER's Review .................. ...................
4.2.4.
general..............................................................
4
Limited Reliance by CONTRACTOR
Authorized ..................... .
.,_422
Notice of Differing Subsurface or
Physical Conditions..........................................4._.3
Physical Conditions .................. :.......... I
... I ..... 4.21 2
Possible Contract Documents Change,,,,,,,,,,,,,„
4.2.5
Possible Price andTimes Adjustments, ...............
4.2.6
Reports and Drawings.......................................2.1
Subsurface and....................................................4.2
Subsurface Conditions at the Site .....................
4.2.1.1
Technical Data ......................................
:........ :..�
Supervision—
COINTR\CTOR's responsibility........,.. _.......
_. _ _ 6, t
OWNER shall not supervise.................................8.9
ENGINEER shall not supervise,,,,,,,,,,,,,,,,
9.2. 9.13 2
Superintendence......................................................
6.2
Superintendent, CONTRACTOR's resident,.....
- ........ 62
Supplemental costs...........................................1-11.4.5
Supplementary Conditions --
definition of.....................................................1.39
principal references to.................1.10, 1.18,
2.2, 23,
...................... .}.2, 4.3. 5.1, 5.3,
5.4, 5.6-=-9,
,,,,,,,,,,,,,, 5.11, 6.8. 6.13, 7.4, 8.11,
9.3, 9.10
Supplementing Contract Documents ........................3.6
Supplier --
definition of ......................................
...........).40
principal references to ........... �3, 6.5, 6.8-6.11,
6.20,
..........................................6.24, 9.13, 14-12
Waiver of Rights...............................................6.1
t
Surely --
consent to final payment ........................14.12,
14.14
F.NGNF.FR has no duty to....* ..........................
9.13
Notification of..................................10.1.
10.5, 15.2
qualification of..............._...........................:?.1-5.3
Survival of Obligations ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,6.34
Suspend Work. OWNER -May .......................13.10,
15.1
Suspension of Work and Termination- ......................15
CONTR\CTOR &lay Stop Work
or Term inate...............................................15.5
OWNER May Suspend Work ........... .............
...... 15.1
OWNER &fay Terminate ............................
15n-1 i.4
'faxes--Paytnent by CONTRACTOR ........................
6.13
Technical Data --
Limited Reliance by CONTRACTOR .................
i.22
Possible Price and Times Adjustments ......
...... .g.2.6
Reports of Differing Subsurface and
Physical Conditions....................................4.2.3
xiv
Temporary construction facilities- ............................. ]
Article or Paragraph
Number
Term inat ion --
by CONTRACTOR
15.5
by OWNER........................................8.8,
15.1-15.4
of ENGINEER's employment ................
I............. 8.2
Suspension of Work-in general .............................
15
Terms and Adjectives..............................................3A
Tests and Inspections --
Access to the Work, by others ...........................13.2
CONTRAC cKsresponsibilities
......................13.5
cost of 13.4
covering Work prior to..............................13-6-13.7
Laws and Regulations (or),,,,,,,,,,,,,,,,,,,,,,,,,,,
, 13.5
Notice of Defects, ...... ...
13.1
OWNER May Stop Work ..................
.........13.10
OWNER's independent testing .........................."A
special, required by ENGINEER ..........................9.6
timely notice required .......................................
13.4
Uncovering the Work, at ENGNEER's
request ...................................
..............13.8-13.9
Times--
Adjusting...........................................................0.6
Change. of Contract,,,,,,,,,,,,,
9
Computation of, ................................................17.2
Contract Times --definition of ...........................1.12
day.........................................................17.2.2
Nlilcstoncs............................................
Requirements--
appeals.................................................9.10,
16
clarifications,
claims and disputes, .................
9. 11, 112, 12
Commencement of Contract Time$................23
Preconstruction Conference,,,,,,,,,,,,,,,,
. ? S
schedules.........................................2.6,
29, 6.6
Starting the Work..... .... ................................
2.4
Title. Warranty of...................................................14.3
Uncovering Work......................._...................,13.8-13.9
Underground Facilities, Physical Conditions —
definition of....................................................1.41
Not Shown crIndicated...................................4.3.2
protection of—...........................................3.3,
6.20
Shown or Indicated4.3.1
Unit Price Work --
claims .............................................
I.1.9.3
definition of ....................................................
1.42
general11.9, 14.1. 14.5
Unit Prices--
generall1.3.1
Determination for .............................................
R.10
Use of Premises................................6.16,
6.18, 6.30.2.4
Utility owners.............................6.13,
6,20, 7.1-7.3, 13.2
Utilization, Partial...................128. 5.15, 6.30.2.4. 14.10
ork........... ..:..... ...................
Value of the Work. " '
... ...... ..11.3
Values, Schedule of...............................2.6,
2.8-2.9. 14.1
EX13C GENMAL COMATIONS 1910.8 (1990 EDITION)
ev/ CITY OF FORT COLLINS MODIFICATIONS aRF.V 9f99)
FJ
1
FL
I
1
I
1
1
1
1
1
1
1
1
1
L
11
1
1
r�
1
1
1
Variations in Work --Minor
Authorized_ ................................._:.. 625, 6.27, 9.5
Article or Paragraph
Number
Visits to Site --by ENGIVEER....................................
9.2
Waiver of Claims --on Final Payment,....................
14.15
Waiver of Rights by insured parties..................5.1
I, 6.11
Warranty and Guarantee.. General --by
CONTRACTOR ...............................................
6.30
Warranty of Title, CONTRACTORs.......................
14.3
Work --
Access to ..... ,.......... ............................................
132
byothers ...............................................................
7
Changes.inthe................. ....... .............
......... :...... 10
Continuing the..................................................0.
29
CONTRACTOR May Stop Work
or Term inate...............................................15.5
Coordination of..................................................7.4
Cost o r thc.................................................11.4.1
1.5
definition of ...
....................................................
1.43
neglected by CONTRAC'COR„........................
13..14
other Work .............................................................
7
OWNER May Stop Work _............................._
13.10
OWNER May Suspend Work ....................
13.10, 15.1
Related,'WorkatSite ....................................
7.1.7.3
Starting the ....................
........... 2.4
Stopping by CONTRACTOR.............................15.5
Stopping by OWINTER.................................15.1-15.4
Variation and deviation authorized,
minor ........... 5.6
Work Change Directive—
claims pursuant to.............................................10.2
definition of
1.44
principal references to...................,,3.5.3,
10.1-10.2
Written Amendment --
definition of......................................................1.45
principal references to..............1.10,
3.5, 5.10,13.12,
..........................6.6.2, 6.8.2,
6.19, 1O.1, 10.4,
............................1.1.2, 12.1,
13.12.2, 14.7.2
Written Clarifications and
Interpretations..................................3.6.3,
9.4, 9.11
Written Notice Required_
by CONTRACTOR ............................
7.1, 9.10-9.11,
.--- ............ ... ........................
10.4. 11.2. 12.1
by OWNER .................... 9.10-9.11,
10.4, 11.2, 13.14
W
E/CDC GENEa,t1. COMATIONS 1910s 0990 EDmON)
w/ CITY OF FORT COLLINS MODIFICATIONS IREV 9/99)
1
SECTION 00100
INSTRUCTIONS TO BIDDERS
H
I
1
mi
(this page lelthlank intentionally)
FJCDC GENERAL CONDITIONS 1910-5 0990 EDITION)
w/ CITY OF FORT COLLINS `CODIFICATIONS (REV 9/99)
I
1
IJ
11
1
I
1
1
GENERAL CONDMONS
ARTICLE 1--DEFVffTIONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the
meanings indicated which are applicable to both the
singular and plural thereof'
I.1. Adcknda--Written or graphic instruments issued
prior to the opening of Bids which clarify, correct or
change the Bidding Requirements or the Contract
Documents.
1.2. Agreement -The written contract hanvmn OWNER
and CONTRACTOR covering the Work to be performed,
other Contract Documents are attached to the Agreement
and made a part thereof as provided therein.
1.3. Application for Pm'm rot -The form accepted by
ENGINEER which is to be used by CONTRACTOR in
requesting progress or final payments and which is to be
accompanied by such supporting documentation as is
required by the Contract Documents.
l A. Asbestos -Arty material that contains more than one
percent asbestos and is friable or is releasing asbestos fibers.
into the air above current action levels established by the
United States Occupational Safety and hlealth
Administration.
1.5. Bid -The offer or proposal of the bidder submitted
on the prescribed form setting forth the prices for the Work
to be performed..
1.6. Bidding Docrmrenis-The advertisement or
invitation to Bid instructions to bidders, the'Bid form, and
the proposed Contract Documents (including all Addenda
issued prior to receipt of Bids).
1.7. Bidding Requirements --The advertisement or
invitation to Bid, instructions to bidders, and the Bid form.
I.R. Bonds=Performance and Payment bonds and other
instruments of security.
1.9. Change Order -A document recommended by
LNGIN-EER, which is sigmed by CONTRACTOR and
OWNER and authorizes an addition, deletion or revision in
the Work, or an adjustment in the Contract Price or the
Contract Times, issued on or after the Effective Date of the
Agreement.
1.10. Contract Docrmrents-The Agreement, Addenda
(which pertain to the Contract. Documents),
CONTR.4CI'OR's Bid (including documentation
accompanying the Bid and any post Bid documentation
submitted prior to the Notice of Award) when attached as
an exhibit to the :agreement, the Notice to Procced, the
Bonds. these General Conditions, the Supplementary
Conditions, the Specifications and the Drawings as the
EJCDC GENEF-J tL CONDITi0',,Z)' I91" (1990 Erltim)
wi CITY OF FORT COLLINS MODIFICA"rioNs (Rhv,1Poo0)
saute are more specifically identified in the Agreement,
together with all Written Amendments, Change Orders,
Work Change Directives, Field Orders and ENGINEER's
written interpretations and clarifications issued pursuant to
paragraphs3.5, 3.6.1 and 3.6.3 on or after the Effective
Date of the Agreement. Shop Drawingsubmittals
approved pursuant to paragraphs 6.26 and 6.27 and the
reports and drawings, referred to in paragraphs 4 2. I and
4.2.2 are not Contract Documents.
IAA Conlrocl Price -The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in accordance with the Contract Documents as stated in
the agreement (subject to the provisions of
paragraph 11.9.1 in the case of Unit Price Work).
1.121 Contract Times -The numbers of days or the,
dates stated in the Agreement: (I) to achieve Substantial
Completion, and (ii) to complete the Work so that it is
ready for final payment as evidenced by FNGINEER's
written recommendation of final payment in accordance
with paragraph 14.13,
1.13. COMMCTOR-The person, fine or corporation
with whom OWNER has entered into the Agreement
1.14. defective -An adjective which when modifying
the word Work refers to Work that is unsatisfactory, faulty
or deficient in that it does not conform to the Contract
Documents, or does not meet the requirements of any
inspection, reference standard, test or approval referred to
in the Contract Documents, or has.becn damaged prior to
ENGNEER's recommendation of frnal payment (unless
responsibility for the protection thereof has been assumed
by OWNER at Substantial Completion in accordance with
paragraph 14.8 or 14.10).
1.15. Drawings --The drawings which show the scope,
extent anal character of the Work to be furnished and
performed by CONTRACTOR and which have been
prepared or approved by L•NGINF:ERand are referred to
in the Contract Documents. Shop drawings are not
Drawings as so defined.
1.16. Effective Date .of tltz Agreement -The date
indicated in the Agreement on which it becomes effective,
but if no such date is indicated it means the date on which
the Agreement is signed and delivered by the last of the
two parties to sigm and deliver.
1.17. ENGINEER -The person, firm or corporation
named as such in the Agreement.
1.18. EMOINEER's Cons+dtant--A person firm or
corporation. having a contract with ENGINEER to furnish
.services as ENGINEER's independent professional
:associate or consultant with respect to the Project and who
is identified as such in the Supplementary Conditions,
1.19. Field Order -A written order issued by
ENGINEER which orders minor changes in the Work in
accordance with paragraph 9.3 but which does not involve
a change in the Contract Price or the Contract Times.
120. General Requirements —Sections of Division 1 of
the Specifications.
121. Hazardous Waste —The term Hazardous Waste shall
have the meaning provided in Section 1004 of the Solid
Waste Disposal Act (42 USC Section. 6903) as amended
from time to time.
1.22.a. Laws and Regulations; Laws or Regulations --Any
and all applicable laws, rules regulations, ordinances,
codes and orders of any and all governmental bodies,
agencies authorities and courts having jurisdiction.
1 22.b. Lezal Holidays --shall be those holidays observed
by the Ciry of Fort Collins
1.23. Liens —Liens, charges security interests or
encumbrances upon real property or personal property.
1.24. Milesione--A rincipal event specified in the
Contract Documents relating to an intermediate completion
date or time prior to Substantial Completion of all the
Work.
1.25. Notice oj.4ward—A written notice by OWNER to
the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions
precedent enumerated therein, within the time specified,
O�Wi -ER will sign and deliver the Agreement.
126. ,Uonce to Proceed —A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
FL-ing the date on which the Contract Times will
commence to run and on which CONTRACTOR shall start
to perform CONTRACTOR'S obligations under the
Contract Documents.
1.27. OWNLR—The public body or authority,
corporation, associatiort, firm or person with whom
CONTRACTOR has entered into the Agreement and for
whom the Work is to be provided.
1.28. Partial Utilization —Use by OWNER of a
substantially completed Hart of the (York for the purpose
for which it is intended (or a related purpose) prior to
Substantial Completion of ali the Work.
1.29. PCBs —Polychlorinated biphenyls
1.30. Petroletun—Petroleum, including crude oil or any
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and
14.7 pounds per square inch absolute), such as oil,
petroleum, fuel oiL oil sludge, oil refuse, gasoline, kerosene
and oil mixed with other non-HazardousWastes and crude
oils.
1.31. Project —The total construction of which the Work
to be provided under the Contract Documents may be the
whole, or a part as indicated elsewhere in the Contract
Documents
1.32.a. Radioactive Ifalerial—Source; special nuclear, or
byproduct material as defined by the Atomic Energy Act of
EXI)CGENERALCONDITIONS 19103 (1990E,66MI)
ni CITY OF FORT COLLINS MODIFIC.a'nONS (RE•V-1!1000)
1954 (42 USC Section 2011 et seq.) as amended from
time to time.
1.32.b. Reenlar Narking Horns -Regular working hou s
are defined as 7:00am to 6:00pm unless otherwise
specified in the General Requirements.
1.33. Resident Project Repmsentative—The authorized
representative of ENGINEER who may be assigned to the
site or any part thereof
1.34. Samples —Physical examples of materials,
equipment, or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
judged
1.35. Shop Drawings —All drawings, diagrams,
illustrations schedules and other data or information
which are specifically prepared or assembled by or for
CONTRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work:
1.36. .Specicationr—Those portions of the Contract
Documents consisting of written technical description¢ of
materials, equipment, construction systems, standanis and
workmanship as applied to the Work and certain
administrative details applicable thereto.
137., Subcontractor --An individual, firm or corporation
having a direct contract with CONTRACTOR or with any
other Subcontractor for the performance of a part of the
Work at the site.
1.33. Substantial Completion —The Work (or a
specified part thereof) has progressed to the point where,
in the opinion of FNGINEF:R as evidenced by
ENGINEER's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with
die Contract Documents, so that the Work (or specified
part) can be utilized for the purposes for which it is
intended; or if no such certificate is issued, when the
Work is complete and ready for final payment as
evidenced by F.NGfVEER's written recommendation of
font payment in accordance with paragraph 14.13. The
terms "substantially complete" and 'substantially
completed" as applied to all or part of the Work refer to
Substantial Completion thereof
1.39. Supplementary Conditions —The port of the
Contract Documents which amends or supplements these
(ieneral.Conditionu.
1.40. Swpplier—A manufacturer, fabricator, supplier.
distributor, materialman or vendor having a direct contract
with CONTRACTOR or with any Subcontractor to
furnish materials or equipment to be incorporated in the
Work by CONTRACTOR or any Subcontractor.
1.41. Utulergroterd Facilities —Ail pipelines, conduits,
ducts, cables wires manholes vaults, tanks, tunnels or
other such facilities or attachments, and any encasements
containing such facilities which have been installed
underground to famish any of the following services or
I
1
i
1
materials: electricity, gases, stems, liquid petroleum
products, telephone or other communications, cable
television sewage and drainage removal. traffic or other
control systems or water.
1.42. Unit Price {Nark —Work to be paid for on, the bnsis
of unit prices.
1.43. Work —The entire completed construction or the
various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work includes
and is the result of performing or furnishing labor and
famishing and incorporating materials and equipment into
the construction, and performing or furnishing services and
famishing documents, all as required by the Contract
Documents.
1.44. Work Change Directive —A written directive to
CONTRACTOR- issued on or after the Effective Date of
the Agreement and signed by OWNER and recommended
by ENGINEER ordering an addition deletion or revision
in the Work- or responding to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in pamgtaph4.2 or 4.3 or to
emergencies under parngraph6.23. A Work Change
Directive will not change the Contract Price or the Contract
'rime-, but is evidence that the parties expect that the
change directed or documented by a Work Change
Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its
effect, if any, on theContract Price or Contract Times as
provided in paragraph 10.2
1.45. Written Amendment --A written amendment of the
Contract Documents, signed by OWNFR and
CONTRACTOR on or after the Effective Date of the
Agreement and normally dealing with the nonengincering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2—PRELMINARYMATTERS
Detivery of Bonds:
2.1. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may
be required to furnish in accordance with paragraph S.1.
Copies of Documents.*
2.2 OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) of the Contract Documents as are reasonably
necessary for the execution of the Work. Additional copies
will be furnished upon request, at the cost of reproduction.
Commencement of Contract Times; eVotiee to Proceed'
2.3. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement, or,
EXI)COENMAL CONUM01M 191M (1990 Ed(iol)
w/ CITY OF FORT COLLI NS MODIFICATIONS (REV •12000)
if a Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at
any time within thirty days slta the Effective Date of the
Agreement.-r_ .a,_ r•,._,_„_. T:_._.
c�tnmence-lartsrlalee-then-Flarsittiedt-clay--ellnr--tan-day
of=Bidoprning or-the-thi rtiith-dey-after-the-EtFeetive•Dete
oFlhe-rtgreemrnkwhichevar-daft is earlier:
Starting the Work:
14. CONTRACTOR shall start to perform the Work
on the date when the Contract Times commence to run,
but no Work shall be done at the site prior to the date on
which the Contract Times commence to run.
Bejme Starting Construction:
2.5. Before undertaking each part of the Work,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent.
figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in
writing to EN(?INFER any conflict, error, ambiguity or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification from
ENGINEER before proceeding with an • Work affected
thereby; however, CONTRACTOR shall not be liable to
OWNFR or FNGINF,F,R for failure to report any conflict,
error, ambiguity or discrepancy in the Contract
Da;uments, unless CONTRACTOR knew or reasonably
should have known thereof.
2.6. Within ten days after the Effective Date of the
.agreement (unless otherwise specified in the General
Requirements), CONTRACTOR shall submit to
ENGINEER for review:
2.6.1. a preluninory progress schedule indicating
the times (numbers ofdays or slates) for starting and
completing the various stages of the Work, including
any Milestones specified in the Contract Documents;
2.6.2. a preliminary schedule of Shop Drawing and
Sample submittals- which will list each required
submittal and the times for submitting, reviewing and
processing such submittal,
2.6.2.1. In no case will a schedule be
acceptable which allows less than 21 calendar
days for each review by Eneineer.
2.6.3. A prcliminary schedule of values for all of
the Work which will include quantities and prices of
items aggregating the Contract Price and will
subdivide the Work into component (warts in sufficient
detail to serve as the basis for progress payments.
during construction- Such prices will include an
appropriate amount of overhead and profit applicable
to each item of Work.
2.7. Before any Work at the site is stared
CONTRACTOR and (A%WPR, shall eaeh deliver to the
etheF OWNER. with copies to c h additienal ingiRd
ideatiGad-i"ENGINEER
certificates of insurance (and other evidence of insurance
may
reASRHA ;, FequeA requested by OIW.NER) which
CONTRACTOR is required
to purchase and maintain in accordance with
paragraphs S.4-56 and-5-7.
Preconstruction Conference:
2.8. Within twenty days after the Contract Times start to
run, but before anv Work at the site is started, a conference
attended by CONTRACTOR, ENG rNEER and others as
appropriate will be held to establish a working
understanding among the parties as to .the Work and to
discuss the schedules referred to in paragraph 2.6,
procedures for handling ShopDrawings and other
submittals processing Applications for Payment and
maintaining required records.
Initially Accepmble Scheduler.
2.9. Unless otherwise provided in the Contract
Documents, at least tan do -f9Fe submission ef the Fff-st
Applieatiea-feFPayme it before any work at the site begins,
a conference attended by CONTRACTOR, FNGINFF,R
and others as appropriate designated by OWNER, will be
held to review for acceptability to ENGfNFER as provided
below the schedules submitted in accordance with
paragraph2.6. and Division 1 General Requirements.
CONTRACTOR shall have an additional ten days to make
corrections and adjustments and to complete and resubmit
the schedules. No progress payment shall be made to
CONTRACTOR until the schedules are submitted to and
acceptable to ENGINEER as provided below. 'rho
progress schedule will be acceptable to ENGINEER as
providing an orderly progression of the Work to
completion within any specified -Milestones and the
Contract Times, but such acceptance will neither impose on
LNGIN -R responsibility for the sequencing, scheduling
or progress of the Work nor interfere with or relieve
CONTR\CTOR from CONTR\CTOR's full
responsibility therefor. CONTRACTOR's schedule of
Shop Drawing and Sample submissions will be acceptable
to ENGINEER as providing a workable arrangement for
reviewing and processing the required submittals
CONTRACTOR's schedule of values will be acceptable to
LNGLNEER as to form and substance.
ARTICLE 3—CONTRACT DOCUMENTS: INTENT,
A-MENDLNG, REUSE
Intent:
3.1. The Contract Documents comprise the entire
agreement between OWNM and CONTRACTOR
concerning the Work. The Contract Documents are
complcmemary: what is called for by one is as binding as if
called for by all. The Contract Documents will be
construed in accordance with the law of the place of the
Project.
3.2. It is the intent of the Contract Documents to
EXI)CGENERAL CONDITIONS 1910-3 (1990 Editiaa)
wl CITY OF FORT COLLINS MODWICAT10NS (RriV •I12000)
describe a functionally, complete Project (or part thereof)
to be constructed in accordance with the Contract
Documents. Any Work, materials or equipment that may
reasonably be inferred from the Contract Documents or
from prevailing custom or trade usage as being required to
produce the intended resultwill be famished and
performed whether or not specifically called for. When
words or phrases which have a well-known technical or
construction industry or trade meaning are used to
describe Work, materials or equipment, such words or
phrases shall be interpreted in accordance with that
meaning. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
Paragraph 9.4.
3.3. Reference to Smndardr and SpecifrcaSons of
Technical Societies; Reporting and Resolving
Discrepancies:
3.3.1. Reference to standards, specifications,
manuals or codes of any technical society, organization
or association, or to the Laws or Regulations of any
governmental authority, whether such reference be
specific or by implication, shall mean the latest
standard, specification, manual, code or Laws or
Regulations in effect at the time of openin* of Bids (or,
on the Effective Date of the Agreement of there were
no Bids), except as may be otherwise specifically
stated in the Contract Documents.
3.3.2. IC during the performance of the Work,
CONTRACTOR' discovers any conflict, error,
ambiguity or discrepancy within the Contract
Documents or betw•eem the Contract Documents and
any provision of any such Law or Regulation
applicable to the performance of the Work or of any
such standard, specification, manual or code or of any
instruction of any Supplier referred to in paragraph 65,
CONTRACTOR shall report it to ENGINEER in
writing at once, and CONTRACTOR shall not
proceed with the Work affected thereby (except in an
emergency as authorisd by paragraph 6.23) until an
amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.5 or 3.6, provided, however, that
CONTRACTOR shall not be liable to OWNER or
ENGINEER for to ilure to report any such conflict,
error, ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
(mown thereof.
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the
methods indicated in paragraph 3.5 or 3.6. the
provisions of the Contract Documents shall take
precedence in resolving any conflict, error, ambiguity
or discrepancy between the provisions of the Contract
Documents and:
3.3.3.1. the provisions of any such standard,
specification, manual, code or instruction (whether
or not specifically incorporated by reference in the
Contract Documents); or
I
1
F'
1
1
1
1
1
1
�1
1
1
1
1
1
1
1
1
3.3.3.2. the provisions of any such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
No provision of any such standard, specification, manual,
code or instruction shall be effective to change the duties
and responsibilities of OWNER, CONTRACTOR or
ONGINEER, or any of their subcontraetnrs, corsultanu,
agents or employees from those set forth in the Contract
Documents, nor shall it be effective to assign to OWNER,
FNGINEF.R or any of F,IvGNEFR's Consultants, agents or
employees any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility inconsistent with the
provisions of paragraph 9.13 or any other provision of the
Contract Documents.
3.3. Whenever in the Contract Documents the terms "as
ordered", "as directed", "as required", "as allowed", "as
'approved" or terms of like effect or import are used, or the
adjectives "reasonable". "suitable", "acceptable". "proper"
or "satisfactory" or adjectives of like effect or import are
used to describe a requirement. direction review or
judgment of ENGINEER as to the Work, it is intended that
such requirement, direction, review or judgment will be
solely to evaluate, in general, the completed Work for
compliance with the requirements of and information in the
Contract Documents and conformance with the design
concept of the completed Project as a functioning whole as
shown or indicated in the Contract Documents (unless there
is a specific statement indicating otherwise). The use of
any such term or adjective shall not be effective to assign to
ENGINEER any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.13 or any other provision of the
Contract Documents
tnnentting and Supplementing Contract Documents
3.5. The Contract Documents may be amended to
provide for additions, deletions and revisions in the Work.
or to modify the terms and conditions thereof in one or
more of the following ways:
3.5.1. a formal Written Amendment.
3.5.2. a Change Order (pursuant to panigraph 10.4).
or
MM OENMAL CONDITIONS I910-8 (I'MO Ed inU
rv/ CITY OF FORT COLD NS MODIFIC.AT1ONS (REV 111000)
3.5.3. a Work Cfamge Directive (pursuant to
paragraph 10.1).
3.6. In addition, the requirements of the Contract
Documents may be supplemented. and minor variations
and deviations in the Work may be nuthorized, in one or
more of the following ways:
3.6.1. AField Order (pursuant to paragraph 9.5),
3.6.2. ENGNEER's approval of a Shop Drawing or
Sample (pursuant to paragraphs 6.26 and 6.27). or
3.6.3. ENGINEER's written interpretation or
clarification (pursuant to pamgmph 9.4).
Reuse ojDocunnents:
3.7. CONTRACTOR. and any Subcontractor or
Supplier or other person or organization performing or
furnishing any of the Work under a direct or indirect
contract with OWNER (i) shall not have or acquire any
tide to or ownership rights in any of the Dmwings,
Specifications or other documents (or copies of any
thereof) prepared by or hearing the seal of ENGNF.ER or
FNGINEER's Consultant, and (ii) shall not reuse any of
such Drawings, Specifications, other documents or copies
on ext msions of the Project or any other project without
written consent of OWtiTsR and ENGINEER and specific
written verification or adaptation by ENGINEER.
ARTICLE 4-AVAILABILITY OF LANDS;
SUBSURFACE AM) PHYSICAL CONDITIONS;
REFERENCE POINTS
Availability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract
Documents; the lands upon which the Work is to be
performed, rights -of -way and easements for access
thereto, and such other lands which are designated for the
use of CONTRACTOR tjporrreasonablawTittzn-r;gttzst;
stm tram znt-o6record-lags {-titlannd-lagn (,desceiptiottoFtha
Inndls-upon-which-[tie-Work-is-to-b�pzrCurmed-and
O W NERa-interest-therein-as-neceswry-Cor-giv irtg-notice
o[-or-fi ling-n-mzehartics-lizn-ttgninst-such-Innds-inn
applicabletwuordmea with
,._.r^ d Peg, ^Wiens
OWNER shall identify any encumbrances or restrictions
not of general application but specifically related to use of
lands so furnished with which CONTRACTOR will have
to comply in performing the Work. Easements for
permanent structures or permanent changes in existing
facilities will be obtained and paid for by OWNER, furless
otherwise provided in the Contract Documents. If
CON P-ACTOR and OWNER are [arable to agree on
entitlement to or the amount or extent of any adjustments
in the Contract Price or the Contract Times as a result of
any delay in OWNFR'S furnishing these lands, rights-0F
way or easements, CONTRACTOR may make a claim
therefor as provided in Articles II and 12.
1
I
CONTRACTOR shall provide for all additional lands and
access thereto that may be required for temporary
construction facilities or storage of materials and
equipment.
J.2. Subsurface and Physical Conditions,
4.2.1. Reports and Drawings: Reference is made to
the Supplementary Conditions for identification of
42.1-1. Subsurface Conditions: Those reports of
explorations and tests of subsurface conditions at or
contiguous to the site that have been utilized by
ENGINEER in preparing the Contract Documents;
and
4.2.12. Physical Conditions Those drawings of
physical conditions in or relating to existing surface
or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been
utilized by ENGINEER in preparing the Contract
Documents.
4.2.2. limited Relimnce by C0:V7R4C7VR Authorized.,
l'zchnical Data: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such reports and drawings arc not
Commits, Documents. Such'techniml data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data", CONTRACTOR may not rely upon
or make any claim against OWNER., ENGINEER or any of
ENGINEER's Consultants with respect to:
4.2.2.1. the completeness of such reports and
drawings for CONTRACfOR's purposes,
including. but not limited to, any aspects of the
moans, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto, or
other data, interpretations, opinions
and information contained in such reports or shown
or indicated in such drawings, or
422.3. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data" or
any such data, interpretations, opinions or
information.
4.2.3. Notice of Diertng Subsurface or Plrysieal
Condition: If CONTRACTOR believes that any
subsurface or physical condition at or contiguous to the site
that is uncovered or revealed either.
4.2.3.1. is of such a nature as to establish that
anv "technical data" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4.2.1 and
4.2 2 is materially inaccurate, or
4.2.32. is of such a nature as to require a
change in the Contract Documents, or
4.1_.3.3. differs materially from that shown or
EX13C GENERAL CONUITIONS 1910-3 (1990 Et iti6i)
wTITY OF FORT COLLI'S MOO1FIC.4TION5 (RLV -112000I
indicated in the Contract Documents, or
4.2.3.4. is of an unusual nature, and differa
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
the character provided for in the Contract
Documents; then
CONTRACTOR shall, promptly immediately after
becoming aware thereof and before further disturbing
conditions affected thereby or performing any Work in
connection therewith (except in an emergency as
permitted by paragraph 6.23), notify OWNER and
ENGINEER in writing about such condition.
CONTRACTOR shall not further disturb such conditions
or perform any Work in connection therewith (except as
aforesaid) until receipt of written order to do so.
4.2.4. EVGLVEER's Review: ENGINEER will
promptly review the pertinent conditions, determine the
necessity of OWNERs obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of ENGUNEER's
findings and conclusions.
4.2.5. Possible Contract Documents Change: If
ENGINEER concludes that a change in the Contract
Documents is required as a result of a condition that meets
one or more of the categories in paragraph 4.2.3. a Work
Change Directive or a Change Order will be issued as
provided in Article 10 to retlect and document the
consequences of such change.
4.2.6. Possible Price mud Times Atkustments. An
equitable adjustment in the Contract Price or in the
Contract Tunes, or both, will be allowed to the extent that
the existence of such uncovered or revealed condition
causes an increase or decrease in CONTRACTOR's cost
of, or time required for performance oC the Work; subject,
however, to the following:
4.2.6.1. such condition must meet any one or
more of the categories described in
paragraphs 4.2.3.1 through4.?.3-4, inclusive;
42.6.2. a ch:mge in the Contract Documents
pursuant to paragraph 4.2.5 will not be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustment;
4.2.6.3. with respect to Work that is paid for
on a Unit Price Basis, any adjustment in Contract
Price will be subject to the provisions of
paragraphs 9.10 and 119: and
4.2.6.4. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price or Times
if;
4,2.6.4.1. CONTRACTOR knew of
the existence of such conditions at the
time CONTRACTOR mad, a final
commitment to OWNER in respect of
Contract Price and Contract Times by the
1
1
1
I
I
I
' submission of a bid or becoming bound
under a negotiated contract; or
42.6.4.21. the existence of such
condition could reasonably have been
discovered or revealed as result of any
examination, iiwestigation, exploration,
test or study of the site and contiguous
' areas required by the Bidding
Requirements or Contract Documents to be
conducto d by or for CONTRACTOR prior
to CONIRACTOR's making such foal
commitment; or
' 4.2.6.4.3-. CONTPLACCOR failed to
give the written notice within the time and
as required by paragraph 4.2.3.
' If OWNER and CONTRACTOR are unable to agree on
entidement to or as to the amount or length of any such
equitable adjustment in the Contract Price or Contract
'times, a claim may be made therefor as provided in
Articles I I and 12. However, OWNFR,.ENGFNFFR and
' ENGINEER's Consultants shall not be liable to
CONTRACTOR for any claims, cows, losses or damages
sustained by CONTRACTOR on or in connection with any
other project or anticipated project
' 4.3. Phtsicat Conrffnons—Underground Facilities:
43.1. Shown orinIcated: 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 O\Wi F.R or ENGTNEER.by the owners of
such Underground Facilities or by others. unless it is
othenviw expressly provided in the Supplementary
Conditions:
43.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data; and
4.3.1.7. The cost of all of the following will be
included in the Contract Prix and CONTRACTOR
shall have full responsibility for: (i) reviewing and
checking all such information and data, (ii) locating
all Underground Facilities shown or indicated in the
Contract Documents,(iii) coordination of the Work
' with the owners of such Underground Facilities
during construction, and (iv) the safety and
protection of all such Underground Facilities as
provided in paragraph 6.20 and repairing any
damage thereto resulting from the Work.
' 4.3.2. :\rot Shwu,; or huhcateik If an Underground
Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents. CONTRACTOR shall. promptly
' immediately after becoming aware thereof and before
further disturbing conditions .affected thereby or
Performing any Work in connection therewith (except
in an emergency as required by paragmph6.23).
identify the owner of such Underground Facility and
' ExDccenIUl.v, conotnovs 191" (lrgo Edtitm)
wt (l rY of roar cvt.uas MODIFICATIONS taco 4a000)
t
give written notice to that owner and to OWNER and
LNGMER ENGINEER will promptly review the
Underground Facility and determine the c.dcm, if
any, to which a change is required in the Contract
Documents to reflect aril document the consequences
of the existence of the Underground Facility,. If
ENGINEER concludes that a change in the Contract
Documents is required. a Work Change Directive or a
Change Order will be issued as provided in Article 10
to reflect and document such corsequences. During
such time. CONTRACTOR shall be responsible for
the safety and protection of such Underground
Facility as rovided in paragraph6.20.
CONTRACTOR steel! may be allowed an increase in
the Contact Price or an extension of the Contract
Times, or both, to the extent that they are attributable
to the existence of any Underground Facility that was
not shown or indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably have been cxpccted to be aware of or
to have anticipated If OWNER and CONTRACTOR
are unable to agree, on entitlement to or the amount or
length of any such adjustment in Contract Price or
Contmct •rimer, CONTRACTOR may make a claim
therefor as provided in Articles I I aril 12. However,
O\Wi F.R, ENGINEER and FNI GTNEER's
Consultants shall not be liable to CONTRACTOR for
any claims, costs, losses or dantagcs incurred or
sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
Reference Pointe
4s1. OWNER shall provide engineering surveys to
estahlish reference points for construction which in
ENGINEER's judgment. are necessary to enable
CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
Work, shall protect and preserve the established reference
points and shall make no changes or relocations without
the prior written approval of OWNER CONTRACTOR
shall report to ENGINEER whenever any reference point
is. lost or destroved or requires relocation because of
necessary changes in gods or locations, and shall be
responsible for the accurate replacement or relmtion of
such reference points by professionally qualified
personnel.
4.5. Asbestos, PCB.v, Petroleum, Hazardous [Game or
Radioactive Material:.
4.5.1. OWNER shall be responsible rot any
Asbestos, PCBs, Petroleum, FFazardous Waste. or
Radioactive wfaterial uncovered or revealed at the site
which was .not shown or indicated in Dmwinizs or
Specifications or identified in the Contract
Documents to be within the scope of the Work and
which may present a substantial danger to persons or
proppeerty exposed thereto in connection with the Work
at the site. OWNER shall not be responsible for any
such materials brought to the site by
CONTRACTOR, Subcontractors, Suppliers or
anyone else Cor whom CONTRACTOR is
responsible.
4>-^—C-4h�t-'FR.46TOR �tal!-immadiata}yL()-stop all
and
NIS required by W 3F12- Paragraph- Osuch-mica-irt-writbw,—OWt%;PR-shaIhproniptly
corenl!-with-EYGI4EEIt-conreemiry; the-rtaassny-Cur
G\V^i ER to-retain-a-quahfied-expert-to-evaluata-such
may.
60c�FpR.46GOR-shall-not-be-required-to rawmrWork
sash-atlesketl-e
en regrlved-permits-related-thereto-end-dehvsad-to
ling
that-such-condiEiorland-angelFesta&cat-:^ ^ -- � T.
4-5.3 If ^n.. pt Of _
GOi\FFRA-T-0R-do�,,rax-ograa-to-rasuina-wch-work
condiriorts�than-0LY: iF,'f�ma}ordar�uc4t-poaton-of
tHa-N'era�--w:2�.rR�omRa.i,. With 9 Ph' 14AM.a,.
A. A., M area to be deleted front
the i.Ved- if 91ANCD and CONTR \CTOR cannot
agree -as to entitlement -to or-due-antwnt-or-extent-of nn
as,resuh',�.orz,ror.- ri. .hen
either-poft ,niay-make-a-claim-therefor-as-provided-in
]
portion-o�tha-Work-perfonttad-bv-Otl�1�F�s-oµ n
foreesor-odtarsirtaccordanca-with-r\rtiela-7-
s
dcos-arai
Regulmiorc-s-OF.R-
WWtll-indamn ai fy-nn-hold
harmle� 60?V-TRt\GCOIIC—SuM;exttmstors;
the
officers. directors--employees—agents—other
area Ittmts-turd-subcontractors-ot=each-Emd-any-of
them-Cron-and-agairek-all-croons-eusl�lossas-oral
da magas-arisiltg-ouF-of-or-resulting-from-such
siulmess, disease Of jdat�, or -I imiiipy rear it
cost-la.;s-or-deme�e-is-attributable-tu-hdi{y-injury;
Of 10 PFQP (Otherrihu--l\rurl:
including-the-Irrs-of-use-rasultino therefrom-tmd
(ir)nothit� in-thiv-snbtxaragraph-dS:i-shalt-obligate
O W NfSR-to-indemnify-any-person-or-entity-Gom-rind
egair -Ek sExtsagekaets-ot-that- l�nt}s-aF•-e 6tyts
own n gligence.
EJCDC GENEt.A.L CONDITIONS 191M (1990 E, itim)
ui CITY OF FORT COLLINS MODIFICATIONS (MV 417000)
ARTICLE 5-BONDS AND L`ISURANCE
Per(brmmnee, Payment and Other Bonds:
5.1. CONTRACTOR shall furnish Performance aril
Payment Bonds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
payment of all COM-RACTOR's obligations under the
Contract Documents. These Bonds shall remain in effect
at least until one year after the date when final payment
becomes due, except as provided otherwise by Laws or
Regulations or by the Contract. Documents.
COITI'RACTOR shall also furnish such other Bonds as
are required by the Supplementary Conditions. All Bonds
shall be in the form prescribed by the. Contract Documents
except as providod otherwise by Laws or Regulations and
shall be executed by such sureties as are named in the
current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff Bureau of
Government Financial Operations, U.S-Treasury
Department All Bonds signed by an agent must be
accompanied by a c�Ttified copy of such agent's authority
to act-
5.2. If the surety on any Bond furnished by
CONTRACTOR is declared a bankrupt or becomes
insolvent or its right to do business is terminated in any
state where any part of the Project is located or it ceases to
meet the requirements of paragraph 5.1, CONI'R:\CTOR
shall within ten days thereafter substitute another Bond
and surety, both of which must be acceptable to OW ER-
5.3. Licensed Sureties and Insurers; Certificates nj
Insurance:
5.3.1. All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies that are duty
licensed or authorized in the jurisdictionin which the
Project is located to issue Bonds or insurance policies
for the limits and coverages so required Such surety
and insurance companies shall also meet such
additional requirements and qualifications as maybe
provided in the Supplementary Conditions.
5.3.2. CONTRACTOR shall deliver to OWNER,
with copies to each additional insured identified in the
Supplementary Conditions, certificates of insurance
(and other evidence of insurance requested by
OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain
in accordance with pamgaph 54. OWNER -shall
dew. to nnwrro C-TO R with Copies to eauh
C
sdtlitiunet-insured-identified-clothe-Supplamemary
eFlde
ttt5af
regatFrd-Fe-purslaesr And Mai
COATR•ICTOR'sLiabifiry Insurance:
5.4. CONTRACTOR shall purchase and maintain such
'
liability and other insurance as is appropriate for the Work
being performed and famished and as will provide
protection from claims set forth below which may arise out
of or result from CONTRACTOR's performance and
furnishing of the Work and CONTRACTOWs other
'
obntions under the Contract Documents, whether it is to
be performed or furnished by CONTRACTOR any
Subcontractor or Supplier, or by anyone directly or
indirectly employed by any of them to perform or famish
any of the Work, or by anyone for whose acts any of them
'
may be liable:
5.4.1. claims under wakens' compensation, disability
benefits and other similar employee benefit acts;
'
5.4.2. claims for damages because of bodily injury,
occupational sickness or disease, or .death of
CONTRAc TOR's employees;
'
5.4.3. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees;
a4-i—ClarrlS-fOFdamagtrinSU(Cd—by-CrSt0i11any
c�-i ...tea....
indirectiyiLiated-to-the-employ'menHof such -per:#, -by
rn+rro n.-vt+.rm,l�rnd Of (i:) L�-�.• ••nTethaF PeF',gn fOFapj'
chef feasen;
5.4.5. claims For damages, other than to the Work
itself; because of injury to or destruction of tangible
property wherever located, including loss of use
resulting therefrom; and
5.4.6. claims for damages because of bodily injury or
death of any person or property damage arising out of
the ownership, maintenance or use of any motor
vehicle.
The policies of instuance sorequired by this paragraph 5.4
'
to be purchased and maintained sha 11:
5.4.7. with respect to insurance required by
paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9,.
include as additional insureds (subject to any
customary exclusion in respect of professional
liability), OWNER: ENGINEER. LNGINEER's
Consultants and any other persons or entities identified
in the Supplementary Conditiura, all of whom shall be
listed as additional insureds, and include coverage fa
'
the respective officers and employees of all such
additional insureds;
5.4.5. include the specific coverages and be written
for not less dun the limits of liability provided in the
Supplementary Conditions or required by Laws or
Regulations, whichever is greater;
5.4-9. include completed operations insurance;
. EXL)C OENER.V. CONDMON'8 19103 t1990 E(fi im)
w/cury OF FOR COLU NS MOUIFICAtIONS (REV WNW)
5.4.10. include contractual liability insurance
covering CONTRACTOR's indemnity obligations
under paragraphs 6.12.6.16 and 6.31 through 6.33;
5.4.11. contain a provision or endorsement that the
coverage afforded will not be cancelled, materially
changed or renewal refused until at least thirty days
prior written notice has been given to OWNER and
CONTRACTOR and to each other additional insured
identified in, the Supplementary Conditions to whom
a certificate of insurance has been issued (and the
certificates of insurance famished by the
CONTRACTOR pursuant to paragraph 5.3.2 will so
provide)-,
5.4.12. remain in effect at least until final payment
and at all times thereafter when CONTRACTOR may
be correcting, removing or replacing defective Work
in accordance with paragraph 13.12; and
5.4.13. with respect to completed operations
insurance, and any insurance coverage written on a
claims -made basis, remain in effect for at least two
years after final payment (.and CONTRACTOR shall
famish OWNER and each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been roved evidence
satisfactory to OWNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter),
OWNER's Liability Insurance:
5.5. In addition to insurance required to be provided
by CONTRACTOR under paragraph 5.4, OWNER, at
OWNER's option, may purchase and maintain at
OWNER's ER's expense OWNER's own liabiliry insurance as
will protect OWNTEIt against claims which may anise from
operations under the Contract Documents
Property Insurance:
3,6. Unless-otherwise-provided-'ur-the- pplementnry
Conditions-OLkv-ER-shal l-purchase--and-maintain
in the fiffla�
opErotl a full replacement-cost-thrraoE'-(subject-to-such
deductible-amounts-as-may-be-pwvided-in-tha
Supplementary-Condi6o -or-required-by-Laws-and
Rc�uln[ions)-Fhtsinsuranca-shall
5:6-1---irtctude—the—intrrrsts—of-UNiNEft;
11iF,L1r56R=sGonsuliems-a^.,�:-a- :y-oti•,rr--prrsor�-oe
mF iFies-xlantifaxl-i n-the-Supplamantdry-Eonditions-,
ari h•oEtvhom-isdeemed-to-havtan-insurable-interest
andfsha Il-ba•hslad iiseminsuradlur-additioria 4insurrdF
56�-6e-written-on-e-Bun Ide>'s-Risk='all-risld=dx
open peril eF speoial Gouses of less POWY form that
shall at i
ism[—mc...... -.,.hido
-
�IZIJII
tlta--tellevvipg perils: fire, lightning,�0"«:god
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.
I
I
cuvrrAga-theft-vAttdAtism--nnd-ma4icious-ktEis6htz€:
wmmAtxammt-o�thu-W.xk At-tha-sits-0R4�}Gl�shell-in
I
1110YRI, kmelitk)
WF4ing- . .
aG(HtSi9fled by eftfeMeffient Of LWAS and RegtAiltioflE,
iRRIBEHICI hAg�
� ppl-6—l�;F�efsr
5:63-include-crprnses-incurred-in-ihe-repair-ix
>:F-}-1-0W:"�}E}�ara}COYFR4ETOR-intend-that-all
replacemenFoFong-ilsured-property-(includiVbut-not
policies-purchased-in-accor(ktnce-with-pAmgraphs->:6
d...-..... ..0 ...I
'architects} .-.'-.-^
Subconwactors—EN(iL-�16FiR-6x'�IE3}N6Elt's
and it or Pdrsens OF entities ed
_... uip�
tobelisted--as.
OFAE-9ILOF}idFlOfeFlOn-Il1AF-WA9-Agreed-fO-m-WTIting-by
imwed. er-addltionai-IRRIred9-nF ch-tides-And
provided-that--materxds-anaequipment-hAve-been
nd
.h_.e �l
dAmngae.-eAttsed-by-Iha-perils-co:=�,�.�by-t
by-
%
in, d;:.,,�,:..mac .._,T a; .�-rouge-the
c<: 1...maintained :-..n-.,.. ..H�fwal_paynx�,
Fhe-insureds- er-Aekll'
made unless otherwise RgFeed to
nOWNEo Oil\4 nrTOD and D;GNEEP,1� ith
agai st .a6h Other I an the _ E fights G"'?WA and GGNTRAGTOR waive all ,�
Fhtrij�dAy w'F;IF2MnfltIC�-IENCA61i-6t.1',-�`• "a,.- ,.n..•:^^^I
_ .c 405HRIMee ..dBmageg
dife6torn, empicye `t_S-A
iRSared-10 wheal efftifieftte h99 bee
eatised by, arising out of a-,-,—.
Any - 'iR6-GOVd6 -any
ether PRIP Appli-:k36..
and -mad
Subventractem,' 6m;P166ua:C..CINHrS.D'A
ns-may-be-required-by-then-Supplementary-Conditions-or
Laws ;nd Regtdaiianx� irtelude die ii1terests
CofmltanLs and-nit-other-perscm tw emities-identifed
Conditions be listed
whiell will 0
QWNSn rn�rro GTOu Sube,«, _.tern L-�ricr�*vcD
to
..
RN_E.1r.}t.� SEWS CansoltenL�Aad-nny-etlteFpersoris or-anuwes
;anditions, of
les e%-and-dmnagas-so-utused. None-of-Ihd-above
that
UI p12Aeach whom
is-deemed-Ea-kwvd-errixiwrAble-inEerrsetnd-s}IAN-ba-Bested-As
S"..1...-"�to--a.e-r.g.o".7-po.zT
ntalE;-o s_.e_ ..aiveFtnAy-have-ie-thee-t------ds-ot•
Art-irsuFed-Ar-Additional iesared,
as os:ae-or-otherwise
poyable-under-arty-policy-so-issued:
other -evidence --thereA Fegwr..e�t�,,. ' .. _ ..,rp��hm^�.I_o:.d
c:FHLFn--eckliEion,-Q 4`NE waives all Eights
maintained-by-OWlER-ir1-accordame-witli-pomgmphs-T6
against—COri,FFRAC�FOpG v1," bcontmctors;
COVemgd-afforded-Will-not-be-CAnCe112d-0E-mnieFlAlly
acicrcord
officer-�,-directers-employees-And-AgenEs-of-Any-of
changed-oFrenewal-refEi.Sed-unti"t-least-thirty-dayYprtfN
them -for:
I
written-notice-has-beert-given-to-OWNER-and
whntn-a-certificate-ol-irsumnerhns-been-issued-and-will
of-use--or-mheF-consectuenti o{-lass-exteraling
contain—waive/=provisions—in—Aecordan:A—with
.beyo!id-direct-physical-loss-OF•-damage-to
the
Of
Ar sing-oui of -or ras lting4otn-fire•eFotheF.perik
5.9. OWNER shall not be responsible for ptuchasing
whether-or-rtot-4tswed-bv-OW'NTiR; and
and maintaining any property insurance to protect the
interests of CONTRACTOR Sub ontmetors or others in
>-4-1 ^_:_'. Icss-or-damoga-to-the-completed
aused byarising eut of aF
SrnayClitior s=Fhrrisk crC
�identfied-in-ho ! It llleFimured peri{ covered
by h_as suffering •r
such-loss-and-if-any-of:them-wishes-property-insttmnea
6uFAPlet
durin,—portiAl—utilianion—pursuant—to
coveregrwithin-the=limits-uFsueh-amounts-each-may
pars•_aaph-14.10,-aRehSubstantial-Completion
purchasenfal-n1AlntFlkn-IEAE-tlitrpA[cll[15Cf'SUw'ntltipenl'M.
pUF5ItE1nEEo-pE4FFlg[Elp{1-I4:$-or-at}er^IIMI-pflymtlnE
ptlEsuaflvua-pamgnlplt-F4:F3:
>:}(l—}F 60t�FFR-�(�FOR-requests-irt-writit>;-that-other
speuial.. inuluded in the property iffiufanu
per:.,. OF Under PHFHgFH*
iny-'tnsuFansd poliay maintaned by 0"4,TD cc%- fiFkg
aRY .
s
.,. Nl\rrD \r`TOD
_ previs.__-.,..r;.n-.she-� ��..
.{.. .. ..r .. ..r .. h I.... ,i.....age ,.
FhCft`Of will -bll-GI........I
by
Change Order or tt!.:n- a^..enfbi•.••1•i.�..r.—Prier to
su.
60FISa"'ntifl! 1055 the-malFer• willhaveno rights a
`�9�`
edilial)
EJCDC GENE R4kL CONUTIOIN519103 (1990
10
tWr1TY OF FORT COLLINS momFicAmONS(REV -12000)
1
i
1
I
I�
1
recovery-aga rust any-cf-GQYFRAGTOIZ-Subcontractors;
ens
Receipt andAppLication of Insurance Proceeds:
5.12. Any insured loss under the policies of insurance
required by paragraphs5.6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as fiduciary for the
insureds, as their ' interests may appear, subject to the
requirements of any applicable mortgage clause and of
paragraph 5.13. OWNER shall deposit in a sep®mle
account any money so received, and shall distribute it in
accordance with such awcement as the parties in interest
may reach If no other special agreement is reached the
damaged Wort; shall be repaired or replaced, the moneys so
received applied on account thereof and the Work and the
cost thereof covered by an appropriate Change Order or
Written Amendment.
5.13. OWNER as fiduciary shall have power to adjust
and settle any loss with the insurers unless one of the
parties in interest shall object in writing within fifteen days
after the occurrence of lass to OWNER's exercise of this
power. If such objection be made, OWNER as fiduciary
shall make settlement with the insurers in accordance with
such agreement as the panics in interest may reach If no
such agreement among the parties in interest is reached,
OWNER as fiduciary shall adjust and settle the loss with
the insurers art l-tf n ::vita=
interest-.- tEF�-es--ir idusinry-sMlt-giva-t>Firtd- z
4cceptance of Bonds and Insurance; Option to Replace
5,14. le
OWNER has any objection to the coverage afforded by or
other provisions of the Bonds -or insurance required to be
purchased and maintained by the other —pan)-
CONTRACTOR.in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the
objeetin,,- partyshatl- -notify-the:otherperty OW1lER will
no "fv CQLJIRrkC.TQR in writing within ten fifteen days
a11tr receipt delivof the certificates (or-otheFevidence
requested) to OWNER as required by paragraph 2.7.
0;WMR and GG?9FnAr-rnn -lull each pfss,ide t8 the
other-such-additional-i iformation-ut-respect-of-insurance
provided-tls-Ira-.other-may-raHsontlbly-rayuest—lf-aithar
party-does-not-purdtas e- meintarl-all-of-Ute-Barely-and
insatrnnea-required--ol-stwh-party-by-tha-GonaacE
WOFI�- OF Of
iFy—dub-sFkrF-parFv--in
tvrttir�-oEsuch-failure-Eo-purc}tasa-peiui-to-thlrsuttt-oFthe
Inn-reclttirecLwve.�ge. r`r—..-..:.a..t-F.xjuc6si+-t�Hny-outer-right
DFrtlmtldy-ttie!-Ol}W Fpary-mFly-2ltlCt-FO-t)blHtn-tlgUlVHlenit
Burulstx-irisurarw�-lapru[cv:t-such When-patty's-interestsat.
the-axpetsn-of theparty-who-was.raqurrd-to-provide-such
GonEract-Prico-accordirrely:
Partial Utilization-ProperryInsurance:
5.15. if OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
EXI)C UENE•RAL CONDITION'S 1910-811990 Edtimj
w/a rY OF FORTCOLLINS XIOD119CATIoNSIRLVa2000F
Completion of all the Work such use or occupancy may
be accomplished in .accordance with paragraph 14.1Q.
provided that no such use or occupancy shall commence
Ix Coro the insurers providing the property insurance have
acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby. The insurers
providing the -property insurance shall consent by
endorsement on the policy or policies, but the property
insurance shall not be cancelled or permitted to lapse on
account of any such partial use or occupancy.
AITUCLE 6-CONTRACTOR'S
RESPONSIBILITIES
Supendsien and Superintendence:
6.1. CONTRACTOR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Documents.
CONTRACTOR shall be solely responsible for the meanss,.
methods, techniques, sequences and procedures of
construction, but CONTRACTOR shall not be responsible
ror the negligence or others in the design or specification
of a specific means, method- technique, sequence or
procedure of construction which is shown or indicated in
and expressly required by the Contract Documents.
CONTRACTOR shall be responsible to sec that the
completed Work complies accurately with the Contract
Documents.
6.2. CONTRACTOR shall keep on the Work at all
times during its progress a competent resident
superintendent, who shall not be replaced without written
notice to OWNER and ]ENGINEER except under
extraordinary circumstances. The superintendent will be
CONTRACTOR's representative at the site and shall have
authority to act on behalf of CONTRACTOR All
communications to the superintendent shall be as binding
as if given to CONTRACTOR
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent,
suitably qualified perscrinel to survey, lay out and
construct the Work as required by the Contract
Documents. CONTRACTOR shall at all times maintain
good discipline and order at the site. Except as otherwise
required for the safety or protection of persons or the
Work or property at the site or adjacent thereto, and
except as otherwise indicated in the Contract Documents.
all Work at the site shall be performed during regular
working hours and CONTRACTOR will not permit
overtime work or the performance of Work on Saturday,
Sunday or any legal holiday without OWNER's written
consent given after prior written notice to ENGINEER.
CONTRACTOR shall submit requests to the ENGNEER
no less than 48 hours in advance of anv Work to be
performed on Saturday. Sunday. Holidays or outside the
Regular Working Hours.
6.4. Unless otherwise specified in the General
Requirements, CONTRACTOR shall furnish and assume
full nesporsibilit-v for all materials, equipment labor,
transportation, construction equipment and machinery,
tools, appliances fuel, power, light- heat, telephone, water,
sanitary facilities, temporary facilities and all other
facilities and incidentals necessary for the furnishing,
performance, testing, start-up and completion of the Work.
6.4.1. Purchasing Restrictions: CONTRACTOR
must comply with the Cilv's purchasing restrictions. A
copy of the resolutions are available for review in the
offices of the Purchasing and Risk Management
Division or the City Clerk's office.
6.4.2. Cement Restrictions: City of Fort Collins
Resolution 91-121 requires that suppliers and producers
of cement or products containing cement ro cc'" v that
the amen[ was not made in cement kilns that bum
hazardous waste as a fuel.
6.5. All materials and equipment shall be of good
quality and new; except as otherwise provided in the
Contract Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWNER If required by ENGINEER,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and
quality of materials and equipment. All materials and
equipment shall. be applied, installed, connected, erected
used, cleaned and conditioned in accordance with
instructions of the applicable Supplier, creep[ is otherwise
provided in the Contract Documents.
Progre-w Schedule
6.6. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph .2.9 as it
may be adjusted from time to time as provided below:
6.6.1. CONTRACTOR shall submit to ENGNEER
for acceptance (to the extent indicated in
pamgraph2.9) proposed adjustments in the progress
schedule that will not change the Contract Times (or
fvlilestones). Such adjustments will conform generally
to the progress schedule then in effect ,md iddiliohally
will comply with any provisions of the General
Requirements applicable thereto.
6.6.2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones)
shall be submitted in accordance with the requirements
of paragraph 12.1. Such adjusunents may only be
made by a Change Order or Written Amendment in
accordance with Article 12.
6.7. Substitutes and "Or -Equal" Items:
6.7.1. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the name of a
particular Supplier, the specification or description is
intended to establish the type, function and quality
required. Unless the specification or description
EXI)C cEN'MAL CONIxnoNS 1st lost a av(lEdAia,)
12 w/ CITY OF FORT COLLIMIMOINFIC.ATIONS(MV 112000)
contains or is followed by words reading that no like,
equivalent or "or -equal" item or no substitution is
permitted other items of material or equipment or
material or equipment of other Suppliers may be
accepted by ENGINEER under the following
circumstances:
6.7.1.1. 'Or -Equal". If in ENGINEER's sole
discretion an item of material or equipment
proposed by CONI'RACfOR is functionally
equal to that named and sufficiently similar so that
no change in related Work will be required it may
be considered by ENGNEER as. an "or -equal"
item, in which case review and approval of the
proposed item may, in ENGINEER's sole
discretion, be accomplished without compliance
with some or all of the requirements for
amcptancc of proposed substitute items.
6.7.1.2. Substitute hens: If in INA GNEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR does not qualify as
an "or -equal" item under subparagraph 6.7.1.1, it
will be considered a proposed substitute item.
CONrRA(.TOR shall submit sufficient
information as provided W-ow to allow
ENGINEER to determine that the item of material
or equipment proposed is essentially equivalent to
that tamed and an acceptable substitute therefor.
The procedure for review by the ENGNEER will
include the following as supplemented in the
General Requirements and as ENGINEER may
decide is appropriate under the circumstances.
Requests for review of proposed substitute items
of material or equipment will not be accepted by
F.NGNEER from anyone other than
CONTRACTOR If CONTRACTOR wishes to
furnish or use a substitute item of material or
equipment, CONTRACTOR shall rust make
written application to EATGr=- for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design, b e'similar
in substance to.ttwt specified and be suited to the
.:nine use as that specified The application will
state the extent, if anv, to which the evaluation
and acceptance of the proposed substitute will
prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with O1NER for work on the
Project) to adapt the design to the proposed
substitute aril whether or not incorporation or use
of the substitute in connection with the Work is
subject to payment of any license fee or royalty.
All variations of the proposed substitute from that
specified will be identified in the application and
available maintenance, repair and replacement
service will be indicated The application will
also contain an itemized estimate of all costs or
credits that will result diroetly or indirectly from
acceptance of such substitute, including costs of
redesign and claims of other contractors affected
11
11
by the resulting change, all of which will be
considered by ENGINEER in evaluating the
proposed substitute. Eli IGINEER may require
CONTRACTOR to furnish additional data about
the proposed substitute
6.7.1.3. CON R-0CTOR's Gvpense: All data to be
provided by CONTRACTOR in support of any
proposed "or -equal" or substitute item will be at
CONTRACTOR's expense.
6.7.2. Substitute Construction Nfedtods or
Procedures: If a specific means, method, technique,
sequence or procedure of construction is shown or
indicated in and expressly required by the Contract
Documents, CONTRACTOR may furnish or utilize a
substitute means, method techraquc, sequence or
procedure of construction acceptable to ENGINEER.
CONTRACTOR shall submit sufficient information to
allow ENGINEER in ENGINFER's sole discretion, to
determine that the substitute proposed is equivalent to
that expressly called for by the Contract Documents.
The procedure for review by ENGINEER will b;
similar to that provided in subparagraph 6.7.1 _.
6.7.3. P.ngineer'.r Evaluation: ENGINEER will be
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to
paragraphs 6.7.1.2 and 6.7:2. INGI TEER will be the
sole judge of acceptability. No "or -equal. or
substitute will be ordered, installed or utilized without
ENGINEMs prior written acceptance which will be
evidenced by either a Change Order or an approved
Shop Drawing. OWNER may require
CONTRACTOR to furnish at CONTRACTOR's
expense a special performance guarantee or other
surety with respect to any "or -equal" or substitute.
ENGINEER will record time required by
ENGNEER and sE'A GINEER's Consultants in
evaluating substitutes proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.7.1 2 and.
6.7.2 .and in making changes in the Contract
Documents (or in the provisions of any other direct
contract with OWNER for work on the Project)
occasioned thereby. Whether or not ENGINEER
accepts a substitute item so proposed or submitted by
CONTRACTOR CONTRACTOR shall reimburse
OWNER for the charges of ENGINEER and
ENGINEE2's Consultants for evaluating each such
proposed substitute item.
6_g. Concerning Subcontractor, Suppliers and
Others:
' 6.8.1. CONTRACTOR shall not employ any
Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and
ENGINEER as indicated in paragraph 6.8.2), whether
initially or as a substitute, against whom OWNER or
' LNGINEER may have reasonable objection.
CONTRACTOR shall not be required to employ any
Subcontractor, Supplier or other person or organization
to fumish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
' EICDCGENFIL4L CONDITIONS 19103 (IM Edtim)
w! rm OF FORT COLLINS NIODIFICT'rioNs (REV-IR000)
69.
CONTRACTOR shrill xrfomt riot less than 20
percent of the Work with its own forces Ibat is,
without subcontracting). The 20 percent equirement
shall be understood to refer to the Work trhe value of
which totals not less than 20 penxnt of the Contract
Price.
68.2. Bidding
Documents require the identity of certain
Subcontractors, Suppliers or other persons or
organizations (including those who are to furnish the
principal items of materials or equipment) to be
submitted to OWNER in -advance -of -the -specified
date prior to the Effective Date of the Agreement for
acceptance by OWNER and ENIGNEER—and—if
0
OWNER's or FNGINEFP''s acceptance (either. in
writing or by failing to make written objection thereto
by the date indicated for acceptance or objection in
the bidding documents or the Contract Documents) of
any-such-Subeentracter-Su
EIF,R
I -the
bnsi. et'-.=asaaae-objection-stint-dua- invest igotten
=
8--ptable uhstrule,—the can net Fp icewillb
toned b)`
such-substitution-and-an-appropriate-6htingtOrdeF
will be issued or Wfitten AntendmeM, signed. will
constitute a condition of the Contract requiring the
se uof the named subcontractors, supplirs ea other
personsor organization on the Work unless prior
written approval is obtained from OWNER and
HNGINF.Et. No acceptance by OWNER. or
ENGINEER of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver
of any right of OWNER or ENGINEER to reject
ckjective Work.
6.9.E CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all ads and omissions
of the Subcontractor-,, Suppliers and other persons
and organizations performing or hlmishing any of the
Work under a direct or indirect contract with
CONTRACTOR just as CONTRACTOR is
responsible for CONTRACTOR's own acts and
omissions. Nothing in the Contract Documents shall
create for the benefit of any such Subcontractor.
Supplier or other person or organization any
contractual relationship between OWNER or
ENGINEER and any such Subcontractor, Supplier or
other person or organization nor shall it create any
obligation on the part of OWNER or ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor, Supplier or other person or
organization except as may otherwise be required by
Laws and Regulations. OVNER or ENGINEER may
furnish to anv subcontractor; supplier or other a son
or organization evidence of amounts paid to
CONTRACTOR in accordance with
CONTRACTOR'S "Applications for Pavment".
7
L
6.9.2. CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of
Subcontractors. Suppliers and other persons and
organizations performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR CONTRACTOR shall require all
Subcontractors. Suppliers and such other persons and
organizations performing or furnishing any of the
Work to communicate with the LNG =- -R through
CONTRACTOR
6.10. The divisions and sections of the Specifications and
the identifications of any Dmwings shall not control
CONTRACTOR in dividing the Work among
Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11. All Work perfbrmed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and the
Subcontractor or Supplier which specifically binds the
Subcontractor or Supplier to the applicable temts and
conditions of the Contract Documents for the benefit of
OWNER and ENGINEER. Whenever anysuGh neyeemew
pfiffigiFflPhS 5.6 OF 5.7, .e_ bOtWeea+--the
004TRr\GTOR-arid-the-Subcea W mtor-ur-Supplier-will
"tt
Supplier
.,u .:,.a,... nn--- rn�rroer••rno
c r�co SNGII��yn,��rccu�c onsultant5-and-all--other
ttused-by;
-petits- covered .by
suciFpelteier end-enY"atHeFpropeRy'tnsatranarnpplimbleto
the -Work —if -the insurers-on-any-such-palicias-agmre
he- mn�-
Patent Fees and Royalties:
6.12, CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work
of any invention, design, process, product or device which
is the subject of patent rights or copyrights held by others.
If a particular invention, design. process, product or device
is specified in the Contract Documents for use in the
performance of the Work and if to the actual knowledge of
OWNER or ENG iNTE•R its use is subject to patent rights
or copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
Fullest extent permitted by Laws and Regulations,
CONTRACTOR shall indemnifv and hold harmless
OWNER ENGINEER ENG11 TEER's Consultants and the
officers, directors, employees, agents and other consultants
of each and any of them from and against all claims, costs,
losses and damages arising out of or resulting from any
ia& gcment of patent rights or copyrights incident to the
use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design,
process, product or device not specified in the Contract
Documents.
EJCDC OENEILAL CONUT! ON5191" (1990 El ititn)
14 w/ CITY OF FORT COLLINSMODIFICATIONS(REV420001
Permits.
6.13. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such
permits and licenses. CONTRACTOR shall pay all
govemmental charges and inspection fees necessary for
the prosecution of the Work, which are applicable at the
time of opening of Bids. or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners for connections to the
Work, and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees
6.14. Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to.
furnishing and performance of the Work. Except
where otherwise expressly required by applicable
Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR'a compliance with any laws or
Regulations,
6.14.2. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary
to Laws or Regulations, CONTRACTOR shall bear
all claims, costs, losses and damages mused by
arising out of or resulting therefrom; however; it shall
not be CONTRACTORS primary responsibility to
make certain that the Specifications and Drawings are
in accordance with Laws and Regulation-, but this
shall not relieve CONTRACTOR of
CONTRACTOR's obligations under paragraph 3.3.2.
Taxes
6.15. CONTRACTOR shall pay all sales, consumer.
use and other similar tares required to be paid by
CONTRACTOR in accordance with the Laws and
Regulations of the plate or the project which are
applicable during the performance of the Work.
6.15.1. OWNER is exempt from Colorado State and
local sales and use nixes on materials to be
permanently incorRgmted into the Mroj_ect. Said taxes
shall not be included in the Contract Price.
CONTRACTOR must apply for, and receive, a
Certificate of Exemption from the Colomdo
Depunment of Revenue for construction materials to
be phvsicrlly incorpomled into the project. This
Certification of Exemption. provides that the
CONTRACTOR shall neither ruy nor include in his
Bich Sales and Use Tarts an those building and
construction materials ohvsically incomorated into
the protect.
Addrets:
Colorado Department of Revenue
State Capital annex
11
1
1
t1
u
[1
1
1375 Sherman Street
Denver, Colomdo 80� 261
Sales and Use Taxes for the State of Colorado.
Re--ional Transportation District (RTD) and certain
Colorado counties are collected by the State of
Colorado and arc included in the Certification of
Exemption -
All applicable Sales and Use Taxes (including State
collected taxes), on any items other than construction
and buildire materials physically incorporated into the
project are to be paid by CONTRACTOR and are to
be included in appropriate bid items.
Use of Prennisec
6.16. CONTRACTOR shall confine conswction
equipment, the storage of materials and equipment and the
oopperations of workers to the site and land and areas
idmtiLezl in and permitted by the Contract Documents and
other land and areas permitted by Laws and Regulations,
.rights -of -way, permits and casements; and shall not
unreasonably encumber the premises with construction
equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility for any
damage to any such land or arcs, or to the owner or
occupant thereof or of any adjacent land or areas, resulting
from the performance of the Work Should any claim be
made by any such owner or occupant because of the
performance of the Work, CONTRACTOR shall promptly
settle with such other party by negotiation or otherwise
resolve the clairn by arbitration or other dispute resolution
proceeding or at law. CONTRACTOR shall, to the fullest
extent permitted by Laws and Regulations, indemnify and
hold harmless O\Wi ER, LNGWEER, ENGDJEER's
Consultant and anyone directly or indirectly employed by
any of them from and against all claims, costs, losses and
damages arising out of or resulting from any claim or
action, legal or equitable, brought by any such owner or
occupant against OWNER. ENGMEER or any other parry
indemnified hereunder to the extent caused by or based
upon CONTRACTOR's performance of.the Work.
6.17. During the progress of the Work, CONTRACTOR
shall keep the premises free from accumulations of waste
materials rubbish and other debris resulting from the
Work At the completion of the Work CONTRACTOR
shall remove all waste material% rubbish and debris from
and about the premises as well as all tools, appliances,
construction equipment and machinery and surplus
materials. CONTRACTOR shall leave the site clean and
ready for occupancy by OWNER at Substantial
Completion of the Work. CONTRACTOR shall restore to
original condition all property not designated for alteration
by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part
of any structure to be loaded in any manner that will
endanger the structure, nor shall CONTRACTOR subject
any, part of the Work or adjacent property to stresses or
pressures that will endanger it.
Record Documents:
EJCDC CIENU AL CONDI1101M 1910-8 (1990 Ed im)
w/CITY 01;PORT COLLI MMODIFICATIONS(REV d20001
6.t9. CONTRACTOR shall maintain in a safe place at
the site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
Change Directives,. Field Orders and written
interpretations and clarifications (issued pursuant to:
pamgrapIt 9.4) in good order and annotated to show all
changes made during construction These record
documents together with all approved Samples and a
counterpart of all approved Shop Drawings will be
available to ENGNEER for reference. Upon completion
of the Work, and prier to release of final payment, these
record documents, Samples and Shop Drawings will be
delivered to ENGINEER for OWNER.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for
initiating, maintaining and supervising all safety
precaution and programs in connection with the Work.
CONI'RACCOR shall take all necessary precautions for
the safety oL and shall provide the necessary protection to
prevent damage, injury or loss to:
620.1. all persons on the Work site or who may be
affected by the Work;
6,20.2. all the Work and materials and equipment to
be incorporated therein. whether in stomge on or off
the site: and
6.20.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, walk% pavement%
roadways, structures, utilities and Underground
Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws
and Regulations of any public body having jurisdiction. for
safety of persons or property or to protect them from
damage, injury or lass; and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property
and of Undergrotmd Facilities and utility owners when
prosecution of the Work may affect them, and shall
cooperate with them in the protection, removal, relocation
and replacement of their property. All damage, injury or
loss to any propcny referred to in paragraphs 6.20.2 or
6.20.3 caused, directly or indirectly, in whole or in part, by
CONTRACTOR any Subcontractor, Supplier or any
other person or organization directly or indirectly
employed by any of them to perform or tumish.any of the
Work or anyone for whose acts any of them may be liable,
shall be remedied by CONTRACTOR (except damage or
loss attributable to the fault of Drawings or Specifications
or to the acts or omissions of OWNER or ENGNF--R or
ENGINEER's Consultant or anyone employed by any of
them or anyone for whose acts any of them may be liable,
and not attributable, directly or indirectly, in whole or in
part to the fault or negligence of CONTRACTOR or any
Subcontractor. Supplier or other person or organization
directly or indirectly employed by any of them).
CONTRACTOR's duties and responsibilities for the safety
and protection of the Work shall continue until such time
as all the Work Li completed and ENGINEER has issued a
15
notice to OWNER and CONTRACTOR in accordance
with paragraph 14.13 that the Work is acceptable (except as
otherwise expressly provided in connection with
Substantial Completion).
6.21. SafM Representative:
CONTRACTOR shall designate a qualified and
experienced safety representative at the site whose duties
and responsibilities shall be the prevention of accidents and
the maintaining and supervising of safely precautions and
programs.
Hazard Communication Programs:
6.22. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data sheets or
other haTard communication information required to be
made available to or exchanged between or among
employers at the site in accordance with laws or
Regulation&
6 mergencie
6.23. In emergencies affecting the safety or protection of
persons or the Work or property at the site or adjacent
thereto, CONTRACTOR, without special instruction or
authorisation from OWNER or FNGINEER, is obligated to
act to prevent threatened damage, injury or loss.
CONTRACTOR shall give ENGINEER prompt written
notice if CON'I'RACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have been caused therebv. If ENGINEER
determines that a change in the Contract Documents is
rewired because of the action taken by CONTRACTOR in
response to such an emergency, a Work Change Directive
or Change Order will be issued to document the
consequences of such action
6.24. Shop DrawingsandSantples:
6.24.1. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the accepted schedule of Shop Drawings and
Sample submittals (see paragraph 29). All submittals
will be identified as ENGINEER may require and in
the number of copies specified in the General
Requirements. The data shown on the Shop Drawings
will be complete with respect to quantities,
dimensions, specified performance and design criteria,
materials and similar data to show ENGINEER the
materials and equipment CONTRACTOR proposes to
provide and to enable ENGINEER to review the
information for the limited purposes required by
paragraph 6.26.
6.242. CONTRACTOR shall also submit Samples to
LNGTNEER for review and approval in accordance
with said accepted schedule of Shop Drawings and
Sample submittals. Each Sample will be identified
clearly as to material. Supplier. pertinent data such as
catalog numbers and the use for which intended and
otherwise as ENGINEER may require to enable
ENGINEER to review the submittal far the limited
purposes required by pamgaph6.26. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25. Submittal Procedures:
6.25.1. Before submitting each Shop Drawing or
Sample. CONTRACTOR shall have determined and
verified:
6.25.1.1. all Geld measurements, quantities,
dimensions, specified performance criteria,
installation requirements, materials, analog
numbers and similar information with respect
thereto,
6.25.I2. all materials with respect to intended
use,. fabrication, shipppping, handling, storage,
assembly arul irtstallauon pertaining to the
performance of the Work, and
6.25.1.3. all information relative to
CONfRACTOR's sole responsibilities in respect
of means, methods, techniques, sequences and
procedures of construction and safety precautions
and programs incident thereto.
CONTRACTOR shall also have reviewed and
coordinated each Shop Drawing or Sample with other
Shop Drawings and Samples and with the
requirements of the Work and the Contract
Documents.
6.252. Each submittal will bear a stamp or specific
written indication that CON f ACTOR has satisfied
CONTR\CTOR's obligations under the Contract
Documents with respect to CONTRACTOR'% review
and approval of that submittal.
6.253. At the time of each submission,
CONTRACTOR shall give ENGINEER" specific
written notice of such variations, if any, that the Shop
Drawing or Sample. submitted may have from the
requirements of the Contract Documents, such notice
to be in a written communication separate from the
submittal: and, in iWilion shall cause a specific
notation to be made on each Shop Drawing and
Sample submitted to ENGNEER for review and
approval of each such variation
6.26. ENGINEER will review and approve Shop
Drawings and Samples in accordance with the schedule of
Shop Drawings and Sample submittals accepted by
ENGINEER as required by paragraph 2.9. ENGINTE 's
review and approval will be only to determine if the items
covered by the submittals will, after installation or
incorporation in the Work, conform to the information
given in the Contract Documents and be compatible with
the design concept of the completed project as a
functioning whole as indicated by the Contract
Documents. ENGINEER's review and approval will not
extend to means, methods, techniques, sequences or
procedures of construction (except where a particular
means, method, technique, sequence or procedure of
1
1
1
1
i
1
UMC GENEt.1L CONIXTION519103 (1990 Edition) '
16 wIC'[ rY OF FORT COLLMMODIFIC.arioNs(REv-0ROoo)
I
L
[I
[1
construction is specifically and expressly called for by die
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval, of a separate
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corectiore required by ENGINFER, and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples forreview and approval.
CONTRACTOR shall direct specific attention in writing to
,revisions other than the corrections called for by
ENGINEER on previous submittals.
627. ENG[NEER's review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
Gom responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR has in
writing called ENGLx1EER's attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGINEER has given written.
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any approval by
ENGINEER relieve CONTRACTOR from responsibility
for complying with the requirements of paragraph 6.25.1.
6.28. Where a Shop Drawing or Sample is required by
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER as
required by paragraph2.9, any related Work performed
prior to ENGINEFR'S review and approval of the pertinent
submittal will be at the sole expense and responsibility of
CONTRACTOR.
Condauingthe Work:
6.29. CONTRACTOR shall carry on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER No Work shall be delayed or
postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.5 or as
OWNER and CONTRACTOR may otherwise agree. in
writing.
6.30. CONMICTOR's Ceneral [64rranty and
Guarantee:
6.30.1. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER and ENGNEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective.
CONTRACTOR's warranty and guarantee hereunder
excludes defects or damage causes! by:
6.30.1.1. abuse, modification or improper
maintenance or operation by persons other thin
CONTRACTOR Subcontractors or Suppliers; or
6.30.1.2. normal wear and tear under normal
usage.
6.30.2. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
EXI)CceNULAL coNDt ONO 1910s (1990 Edtim)
wt CITY of rota cote rs stontnc,t'rtons (at:v,taoa,)
accordance with the Contract Documents or a release
of CONTRACTOR's obligation to perform the Work
in accordance with the Contract Documents:
6.30.2.1. observations by ENGINEER;
6.30.2.2. recommendation of any progress or
final payment by ENGLNEER;
6.3023. the issuance of a certificate of
Substantial Completion or any. payment by
OWNER to CONTRACTOR under the Contract
Documents;
6.30.2.4. use or occupancy of the Work or any
part thereof by OWNER;
6.302.5. any acceptance by OWNER or any
failure to do so;
6.30.2.6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of a
notice of acceptability by ENGINEER pursuant
to paragraph 14.13:
6.30.2.7. any inspection, test or approval by
others; or
6.30.2.8. any correction of affective Work by
OWNER.
/ndenrnifcation:
6.31. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER ENGINEER, ENGINEER's
Consultants and the officers, directors, employees, agents
and other consultants of each and any of them from and
against all claims; costs, losses and damages (including,
but not limited to, all fees and charges of engineers,
architects, attorneys and other professionals.and all court
or arbitration or other dispute resolution costs) caused by,
arising out of or resulting front the performance of the
Work, provided that any such claim, cost, loss or damage:-
(i) is attributable to bodily injury, sickness, disease or
death or to injury• to or destruction of tangible property
(other than the 1Vork itselt), including the loss of,use
resulting therefrom, and (6) is caused in whole or in part
by any negligent act or omission of CONTRACTOR, any
Subcontractor, any Supplier, any person or organization
directly or indirectly employed by anv of them to rz:rform
or furnish any of the Work or anyone for whose acts any
of them maybe liable, regardless of whether or not caused
in part by any negligence or omission of a person or entity
indemnified hereunder or whether liability is imposed
upon such indemnified party by Laws and Regulations
regardless of the negligence of any such person or entity.
6.32. In any erect. all claims .against OWNER or
1NGNECR or any of their respective consultants, agents,
officers, directors or emtplgvees by any employee (or the.
survivor or personal representative of such employee) of
CONTRACTOR, any Subcontractor, any Supplier, any
person or organization directly or indirectly employed by
17
11
any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph6.31 shall not
be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or
for CONTRACTOR or any such Subcontractor, Supplier or
other person or organization under worker' compensation
acts, disability benefit acts orother employee benefit acts.
6.33. The indemnification obligations of
CONTRACTOR under paragraph6.31 shall not extend to
the liability of ENGINEER and ENGINEER's Consultants,
officers, directors, employees or agents caused by the
professional negligence, errors or omissions of any of them.
Sunnyl of Obligatfon•
6.34. All representations. indemnifications, warranties
and guarantees made in required by or given in accordance
with the Contract Documents, as well as all cominuing
obligations indicated in the Contract Documents. will
survive final payment, completion and acceptance of the
Work and termination or completion of the Agreement
ARTICLE. 7--OTHER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the
Project at the site by OWNER's own forces, or let other
direct contracts therefor which shall contain General
Conditions similar to these, or have other work performed
by utility owners. If the fact that such other work is to be
performed was not noted in the Contract Documents, then:
(i) written notice thereof will be given to COMB\CTOR
prior to starting any such other work anal
(ti) CONTRACTOR may make a claim therefor as
provided in Articles.I I and 12 if CONTRACTOR believes
that such performance will involve additional expetase to
CONTRACTOR or requires additional time and the parties
are unable to agree as to the amount or extent thereof
7.2. CONTRACTOR shall afford each other contractor
who is a party to such a direct contract and each utility
owner (and OWNER, if OWNER is performing the
additional work with OWNER's emplo)ees) proper and
safe access to the site and a reasonable opportunity for the
introduction and storage of materials and equipment and
the execution of such other work and shall properly connect
and coordinate the Work with theirs Unless otherwise
provided in the Contract Documents. CONTRACTOR
shall do all cutting, fitting and patching of the Work that
may be required to make its several parts come together
properly and integrate with such other work.
CONTRACTOR shall not endanger any work of others by
cutting- excavating or otherwise altering their work and
will only cut or alter thew work with the written consent of
ENGEVEER and the others whose work will be al%ettd.
The duties and responsibilities of CONTRACTOR tinder
this paragraph are for the benefit of such utility owners and
other contractors to the extent that there are comparable
E IMC GENFILIL CONIH11ONS 1910-S (1990 E6 ima)
Is IV/CITY OF FORT COLLIMSIOIAFICd110NS(REV J¢000)
provisions for the beaiefit .of CONTRACTOR in said
direct contracts between OWNER and such utility owners
and other contractors.
7.3. If the proper execution or results of any pan of
CONTRA(-TOR's Work depends upon work performed
by others under this Article 7, CONTRACTOR shall
vaspect such other work and promptly report to
ENGINEER in writing any delays, defects or deficiencies
in such other work that render it unavailable or unsuitable
for the proper execution and results of COMRACTOR's
Work. CONTRACTOR's failure so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRACTOR's Work
except for latent or nonapparent defects and deficiencies
in such other work.
(:oarr6nation:
7A. If OWNER contracts with others for the
performance of other work on the Project at the site, the
following will be set forth in Supplementary Conditions:
7.4.1. the person, firm or corporation who will have
authority and responsibility for coordination of the
activities among the various prime contractors will be
identified;
7.4.2. the specific matters to be covered by such
authority and responsibility will be itemized: and
7.4.3. the extent of such authority and
responsibilities will be provided.
Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and
responsibility in respect of such coordination
ARTICLE 8—OWNER'S RESPONS@ILITIES
8.1. Except as otherwise provided in these General
Conditions, OWNER shall issue all communications to
CONTRACTOR through ENGUEER
U. In case of termination of the employment of
Ira IGI`i IGER, OWNER shall appoint an engineer against
whom-Cf9NTRACTOR—makea-no-rcasormble-object im
whose status under the Contract Documents shall be that.
of the former ENGINEER
83. OWNER shall fumish the data required of
OWNER ER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly when
they are due as provided in paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands
and easements and providing cngmccrmg surveys to
establish reference points are set forth in paragmphs4.1
and 4.4. Paragraph4.2 refers to OWNER's identifying
and making available to CONTRACTOR copies of
reports of explorations and tests of subsurface conditions
at the site and dmwings of physical conditions in existing
I
11
[_1
11
1
1
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Documents.
basin
..8nd maintaining liabihNenee-are-set
fordt-in-pam graphs3-f Ihrough3-1 {)-
5.6. OWNER is obligated to execute Change Orders as
indicated in paragraph 10.4.
3.7. OWNER's responsibility in respect of certain
inspections, tests and approvals is set forth in
paragraph 13.4.
3.8. In connection with.OWNER's right to stop Work or
suspend Work, see paragraphs 13.10 and 15.1.
Paragraph 15.2 deals with OWNER's right to terminate
services of CONTRACTOR under certain circumstances.
s.9. The OWNER shall not supervise, direct or have
control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, sequences
or procedures of construction or the safety precautions and
programs incident thereto, or for any failure of
CONTRACTOR to comply with Laws and Regulations
applicable to the furnishing or performance of the Work.
OWNER will not be responsible for CONTRACTOR's
failure to perform or furnish the Work in accordance with
the Contract Documents.
in n�� W �sib.4t 4n-respeel-olundiselosed
ns -a6r, n.^ i.. _rniam�..oe..—Ilm ;:'aeB�Wastd--C.f
Radioactive Materials ed.or--r..-'<. �Ic�.-a�thr�
. rth——paragmp *-:
8.11. if mid to.the ext.! inrush
rn� � ,-,fro. - 'IdanGe--thaCFlaneln±
arrangements-hava-bent-mnda-to-st[isfy-0V4'�zER's
. rasponsibility-tit-respect-thareot=will=ba-as-saFforth-urtlta
Suppkm entary-Conditions:
ARTICLE 9-FVGINEF.R'S STATUS DURING
CONSTRUCTION
ORNER's Representative:
9.1. ENGINEER will b; OWNER's representative
during the construction period. The duties and
responsibilities and the limitation .of authority of
ENGINEER as OtWi ER's representative during
construction are set forth in the Contract Documents and
shall not be extended without written consent (if OWNER
and ENGINEER
I•isits to Site:
9.2. ENGINEER will make visits to the site at intervals -
appropriate to the various stages of construction as
ENGIN-EER deems necessary in order to observe as an
e-\perienced and qualified design professional the progress
FXMC OENER.IL CONDITIONS 191" (19" Edual)
w! CITY OF FORT COLLI, 6 momncxr[ONS (FLEV •12000)
that has been made and the quality of the various, aspects
of CONTRACTOR's executed Work. Based on
information obtained during such visits and observations.
ENGINEER will endeavor for the benefit of OWNER to
determine, in general, if the Work is proceeding in
accordance with the Contract Documents ENGINEER
will not be required to make exhaustive or continuous on -
site inspections to check the quality or quantity of the
Work. ENGM-E-R's efforts will be directed toward
providing for OWNER a greater degree of confidence that
the completed Work will conform generally to the
Contract Documents. On the basis of such visits and on,
site observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against &fectn•e Work. ENGINF,ER's
visits and on -site observations are subject to :all the
limitations on ENGINEER's authority anal responsibility
set forth in paragraph 9.13, and particularly, but without
limitation during or as a result of ENGIAER's on -site
visits or observations of CONTRACTOR's Work
ENGNEER will not supervise, direct, control or have
authority over or be responsible for CONTRACTOR'S
means, methods, techniques, sequences or procedures of
construction, or the safety precautions and programs
incident thereto, or for any failure of CONTRACTOR to
comply with Laws. and Regulations applicable to the
furnishing or performance of the Work.
Project Representative:
9.3. If OWNER and Ea IGINEER agree, ENGINEER
will firmsh.i Resident Project Representative to assist
ENGINEER in providing more continuous observation of
the Work- The responsibilities and authority and
limitations thereon of any such Resident Project
Representative and assistants will be as provided in
paragraphs 9.3 and 9.13 n^-c m-z.,•�- Sup*mentary
Conditions of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at die site who is not ENGINEER's Consultant,
agent or employee, the responsibilities and authority-_ and
limitations thereon of such other person will be as
provided in aarrtgraph 93
of these General Conditions If the I NGINF,ER furnishes
a Resident Project Representative fRPRI or other
assisutnts, or if the OWNER destc, ates a Represenmtive
or agent, all as provided in �arauaph 9.3 of the General
Coralilions, thew Representatives shall have the authority
and limitations as provided in Lragmph 9.13 of the
Gcneml Conditionsand shall be subject to the following:
9.3.1. The Representatives dealirP-s in matters
pertainirit; to the on ne work will, in general, be with
the ENGINEER and CONTRACTOR But. the
Representative will keep the OWNER properly
advised about such matters. The Representative's
dealings with subcontractors will onlv be tlroueh or
with the full knowledge and approval of the
CONI'IL4C'1'OR
9.3.2. Duties and Responsibilities Representative
will.
9.32.I.Schedules - Review the progress
IL9
3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in
determining whether a bidder is responsible, the following shall be considered:
(1) The ability, capacity and skill of the bidder to perform the contract or provide
the services required, (2) whether the bidder can perform the contract or provide
the 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.
1
schedule and other schedules prepared by the
CONTRACTOR and consult with the
ENGRNEER conecnine acceptability.
9.32.2. Conferences aryl Meeting - Attend
meeting, with the CONTRACTOR such ns
preconstruction conferences.prouE ss meeting
and other rob conferences and prepare and
circulate copies of minutes of meetings.
9.32.3. Liaison
932.3.1. Serve m LNI GLNF.ER'S liaison
with CONTRACTOR working principatty
through CONTRACTOR'S superintendent to
assist the CONTRACTOR in undastandimt
the Contract Documents.
9.3.2.3.2. Assist in obtaining from OWNER
additional details or information when
required, for proper execution of the Work.
9.32.3.3. Advise the F,NGINFF.R and
CONTRACTOR of the commencement of
aLiy Work requiring a Shop Drawing or
smple submission if the submission has not
been approved by the R4GINEF.R
9.3.2A,Review of Work ,ejection of zfzctive
Work Inspsctionsand Tcsts-
9.32.4.1. Conduct on -site observations of
the Work in progress to assist the ENGWEER
in determining that the Work is proceeding in
accordance with the Contract D(vumcnm
9.3.2.4.3. Accompany visiting inspectors
representing public or other agencies hayme
jurisdiction over the Proiu;t. record the results
of these inspections and report to the
ENGRvEE-
9.32.5. Interpretation of Contract
Douments. Report to ENGINEER when
clarifications and interpretations of the Contract
Documents are needed and transmit to
CONfRACfOR clarili tuun and interpretation
of the Comma Documents as issued by the
ERGfNEER
9.3.2.0. Modifications. Consider and
evaluate CONTRACTOR'S suggestiorts for
EJCDCGENEF-A.L CONDInONS lvlos uvao Editiml
20 W CITY OF FORT COLLINS MODIFICATIONS (MV •1l2000)
modification in Drawms or Specifications and
report these recommendations to ENGINEER.
Accunttely transmit to CONTRACTOR
decisions issued by the ENGWEER
9.3.2.7. Records.
9.3.2.$. Rzpyts.
93.18.1. 8.1. Furnish EVGRNEER psfiodis
roports, as required of the progress of the
Work and of the CONTRACTOR'S
smpliance with the pSog ss schedule and
schedule of shop Drawing and sample
submittals.
9.3.2.8.2. Consult with ENGWEER in
advance of scheehd_ng_maior tests.
inspections or start of impotiant phases of the
Work.
9.3.2.83. Draft proposed Change Orders
and Work Directive Charges obtaining
backup material from the CONTRACTOR
and recommend to ENGLNEER Change
Orders. Work Directive Changes and Geld
orders_
9.3.2.8.4. Report immediately to
ENGNMER and 0W"NE-R the occurrence of
anv accident.
9 3 2 9 Pavmcnt Requests Review applications
for �raynmcnt with CONTRACTOR for complinncc
with the established procedu for their
submission and fonvard with recommendation to
I
ENGINEER notine particularly the relationship of
the r>Avinent rtMested to the schedule of values,
work completed and materials and equipment
delivered at the site but not incorporated in the
Work
9.3 2.10. Completion.
9.3?.10.1. 13eforcCNGNEER issues a
'
Certificate of Substantial Complztion, submit
to CONTRACTOR a list of observed items
requirine correction or completion
9.3.2.10.2. Conduct final inspection in the
'
company of the ENGINEER, OWNER and
CONTRACTOR and prepare a final list of
items to be corrected or completed.
9.3.2.10.3. Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
coricemine acceptance.
9.3.3. Limitation of Authority: The Representative shall
not:
9.3.3.1. Authorize any deviations from the
Contract Documents or accept any substitute
materials or equi np erne. unless authori;eA�y_QL
ENGINEER-
93.32. Exceed limitations of ENGINFER'S
authority as set forth in the Contract Documents.
9.3.3.3. Undertake any of the responsibilities
of the CONTRACTOR. Subcontractors. or
QONTRACTOR'5 superintendent
93.3.4. Advise on. or irate directions relative
to or assume control over any=aspect of thz
means, methods, techniques, sequences or
procedures for construction unless such is
specifically called for in the Contract Documents.
9.3.3.5. Advise on or issue directions
regardins3_ or assume control over safety
'
precautions and programs in connections with the
Work
9.3.3.6. Ace Pt SF Op Drawing or same
submittals from anvone other than the
'
CONTRACTOR
9.3.3.7. Authorize OWNER to occupy the
Work on whole or in Part.
9.3.3.8. Participate in specialized field or
labomtory tests or inspections conducted by others
except as specifically authorized by the
I NGIINEM
'
Clarifications and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
'
Etcot: GENERAL CONeno� IVIos (1970 Ec5(ivv)
w! LZ'rY OF FOKr COLLINS 3,I0DIFICAI'IONS (REV •1/1000)
requirements of the Contract Documents (in the Corm of
Drawings or otherwise) as ENGINEER may determine
necessary, which shall be consistent with the intent of and
reasonably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR. If OWNER or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Times anti the parties are unable to agree
to the amount or extent thiereof, if any, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article I t or Article 12.
Authorked haria(ionsin Work.
9.5. ENGNF,ER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an ad)"ustment in the
Contract Price or the Contract Times and are compatible
with the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved
Promptly. If OWNER or CONTRACTOR believes that a
Field Order justifies an adjustment in the Contract Price or
the Contract Times and the parties are tenable to agree as
to the amount or extent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in.Article I l or 12.
Rejecting Defictive (York:
9.6. ENGINF.E.R will have authority to disapprove or
reject Work which FNGINFER Ixaiewes to be defective,
or that ENGINEER believes will not produce a completed
project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents. ENGINEER will also have
authority to require special inspection or testing of the
Work as provided in paragraph 13 9, whether of not the
Work is fabricated, installed or completed
Shop Drawings, Change Orders and Pnvnrents:
9.7. In connection with ENGNEERS authority as to
Shop Dmwings and Samples; see paragmphs 6.24 through
6.28 inclusive..
9.8. In connection with ENGINEER's authority as to
Charge Orders, see Articles 10, 11, and 12.
9.9. In connection with ENGNEERs authority as to
Applications for Payment, see Article 14.
Determinations for Unit. Prices:
9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by
CONTRACTOR. ENIGNEER will review with
COMRAcTOR the ENGINEER's preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
21
I
for Payment or otherwise). Ei tGINEER•s written decision
decision, unless otherwise agreed in writing by OWNER
'
thereon will be final and binding upon OWNER and
and CONTRACTOR
CONTRACTOR. unless, within ten days after the date of
any such decision, either OWNER or CONTRACTOR
9.12. When functioning as interpreter and judge under
delivers to the other and to ENGINEER written notice of
paragmphs9.10 and 9.11, ENGMTEER will not show
'
intention to appeal from ENGINEF.R's decision and: (i) an
partiality to OWNFR or CONTRACTOR and will not be
appeal from ENGINEER's decision is taken within the time
liable in connection with any interpretation or decision
limits and in accordance with the procedures set forth in
rendered in good faith in such capacity. The rendering of
Exhibit GC AA, "Dispute Resolution Agreement", entered
a decision by ENGINEER pursuant to paragraphs 9.10 or
into between OWNER and CONTRACTOR pursuant to
9.11 with respect to any such claim, dispute or other
,
Article 16. or (i) if no such Dispute Resolution Agreement
matter (except any which have been waived by the making
has been entered into, a formal proceeding is instituted by
or acceptance of final payment as provided in
the appealing party in a forum of competent jurisdiction to
paragraph 14.15) will be a condition precedent to any
exercise such rights or remedies as the appealing party may
exercise by OWNER or CONTRACTOR of such rights or
have with respect to ENGINEER's decision, unless
remedies as either may otherwise have under the Contract
otherwise agreed in writing by OWNER and
Documents or by Laws or Regulations in respect of any
'
CONTRACTOR Such appeal will not be subject to the
such claim, dispute or other matterEte#tsle-Io.
procedures of paragraph 9.11.
9.13. Limitations on E.,\'GIeV£ER's Authority and
Decisions on Mvputes.•
Responsibilities:_
'
9.11. ENG WEER will be the initial interpreter of the
9.13.1. Neither [7lGfNFER's authority or
requirements of the Contract Documents and judge of the
responsibility under this Article 9 or under any other
acceptability of the Work thereunder. Claims, disputes and
provision of the Contract Documents nor any decision
other matters relating to the acceptability of the Work or
made by ENGINEER in good faith either to exercise
the interpretation of the requirements of the Contract
or not exercise such authority or responsibility or the
'
Documents pertaining to the performance and furnishing of
undertaking, exercise or performance of any authority
the Work and claims under Articles 1 I and 12 in respect of
or responsibility by F,NGINF.F.R shall create,impose
changes in the Contract Price or Contract Times will be
or give rise to any duty owed by ENGINEER to
referred initially to ENGINF.FR in writing with a request
CONTRACTOR, any Subcontractor, any Supplier,
for a formal decision in accordance with this paragmph.
any other person or organization, or to any surety for
Written notice of each such claim, dispute or other matter
or employee or agent of any of them.
will be delivered by the claimant to ENGINEER and the
other party to the Agreement promptly (hut in no event
9.132. HNGINFER will not supervise, direct,
later than thirty days) after the start of the occurrence or
control or have authority over or be responsible for
event giving rise thereto, and written supporting data will
CONTRACTOR's means, methods, techraqum
'
be submitted to ENGINEER and the other party within
sequences or procedures of construction, or the safety
sixty days after the start of such occurrence or event unless
precautions and programs incident thereto, or for any
[.� I IINTER allows an additional period of time for the
failure of CONTRACTOR to comply with Lmvs and
submission of additional or more accurate data in support
Regulations applicable to the furnishing or
of such claim, dispute or other matter. The opposing party
performance of the Work. ENGUEER will not be
,
shall submit any response to ENGLNEER and the claimant
responsible for CONTRACTOR's failure to perform
within thirty days after receipt of the claimant's last
or furnish the Work in accordance with the Contract
submittal (unless F,NGEx'F,F.R allows additional time).
Documents.
[ENGINEER R will render a formal decision in writing within
thirty days after receipt of the opposing party's submittal, if
9.13.3. ENGINEER will not be responsible for the
,
any, in accordance with this paragraph. ENGtNEER's
acts or omissions of CONTRACTOR or of any
written decision on such claim, dispute or other matter will
Subcontractor, any Supplier, or of any other person or
be final and binding upon OWNER and CONTRACTOR
organization performing or furnishing any of the
unless: (i) an appeal from ENI GINEER's decision is taken
Work.
within the time limits and in accordance with the
'
procedures set forth in ExHwi,r GGA, "Dispute
9.13.4. ENGLNEEKs review of the final Application
Resolution Agreement", entered into between OWNER and
for Payment and accompanying documentation and
CONTRACTOR pursuant to Article 16, or (ii) if no such
all maintenance and operating instructions, schedules,
Dispute Resolution Agreement has been entered into, a
6urtrantees, Bonds and certificates of inspection, tests
written notice of intention to appeal from ENGINEER's
and approvals and other documentation required to be
written decision is delivered by OWNER or
delivered by paragraph 14.12 will only be to
CONTRACTOR to the other and to .D;GINEER within
determine generally that their content complies with
thirty days after the date of such decision and a formal
the requirements of, and in the Case of certificates of
procceding is instituted by the appealing party in a forum of
inspections, teals and approvals that the results
competent jurisdiction to exercise such rights or remedies
certified indicate compliance with, the Contract
'
as the appealing party may have with respect to such claim,
Documents.
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
9.13.5. The limitations upon authority and
3 Editim)
'
�� EICDCGE'NERALCONDHIOH41910(1990
22
w/CITY OF FORT COLLINSMODIFIC.4TIONS(REV •Ii2000)
I
I
1
1
I
responsibility set forth in this paragmph 9:13 shall also
apply to ENGINEER's Consultants, Resident Project
Representative and assistants.
.ARTICLE 10-CtUNGFS IN THE WORT:
10.1. Without invalidating the Agreement and without
notice to any surety, OWNER may, at any time or from
time to time, order additions, deletions or revisions in the
Work. Such additions,, deletions or revisions will be
authorized by a Written Amendment a Change Order, or a
Work Change Directive. Upon receipt of any such
document, CONTRACTOR shall promptly proceed with
the Work involved which will be performed under the
applicable conditions of the Contract Documents (except ns
otherwise specifically provided).
10.2. If OWNER and CONTRACTOR are unable to
agree as to the extent, if any, of an adjustment in the
Contract Price or an adjustment of the Contract Times that
should be allowed as a result of a Work Change Directive,
a claim may be made therefor as provided in Article 11 or
Article 12.
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Times
with respect to any Work performed that is not required by
the -Contract Documents as amended, modified and
supplemented as provided in paragaphs,3.5 and 3.6, except
in the case of an emergency as provided in paragraph 6.23
or in the case of uncovering Work as provided in
Paragraph 13.9.
10.4. OWNER and CONTRACTOR skill execrate
appropriate Change Orders recommended by ENGNEER
(or Written Amendments) covering:
10.4.1. changes in the Work which are (i) ordered
by OWNER pursuant to paragraph IQ 1, (h) required
because of acceptance of defective Work under
paragraph 13.13 or correcting defective Work under
paragraph 13.14, or (iii) agreed to by the parties:
10.4.2. changes in the Contract Price or Contract
Times which are agreed to by the parties; and
10.4.3. changes in the Contract Price or Contract
Times which embody the substance of any written
decision rendered by ENGINEER pursuant to
paagraph 9.11;
provided that, in lieu of executing any such Change Order,
an appeal may be taken from any such decision in
accordance with the provisions of the Contract Documents
and applicable Laws and Regulations, but during any such
appeal. CONTRACTOR shall carry on the Work and
adhere to the progress schedule as provided in
paragraph 6.29.
10.5. If notice of any change affecting the general scope
of the Work or the provisions of the Contract Documents
EKDCOENUM CONDITIONS 1910.8 (1990 Ecktim)
w/ CITY OF FORT COLLIDE MODIFICATIONS (REV •1/?000)
('vieluding, but not limited to, Comma Price or Contract
Times) is required by the provisions of any Bond to be
givento a surety, the givinb of any such notice will be
CONTRACTOR's responsibility, and the amount of each
applicable Bond will be adjusted accordingly.
AR'f lC LE I I-CHAINGE OF CON-I'R:\CI' PRICE
I1.1. The Contact Price constitutes the total
compensation (subject to authorized adjustments) payable
to CONTRACTOR for performing the Work. All duties.
responsibilities and obligations assigned to or undertaken
by CONTRAC-l'OR shall be at CONTRACTOR's expense
without change in the Contract Price.
I l 2. The Contract Price may only be charged by a
Change Order or by a Written Amendment Any claim
for an adjustment in the Contact Price shall be based on
written notice delivered by the party making the claim to
the other party and to ENGINEER promptly (but in rao
event later than thirty days) after the start of the
occurrence or event giving rise to the claim and stating the
general nature of the claim. Notice of the amount of the
claim .with supporting data shall be delivered within sixty
days after the start of such occurrence or event (unless
FNGINF.F.R allows additional time for claimant to submit
additional ormore accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the adjustment claimed covers all known amounts to
which the claimant is entitled as a result of said
occurrence or evea All claims for adjustment in the
Contract Price shall be determined by ENGLNEER in
accordance with paragmphAll if OWNER and
CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
paragraph 11.2.
11.3. The value of any Work covered by a Change
Order or of any claim for an adjustment in the. Contract
Price will be determined as Collows:
11.3.L where the Work involved is covered by unit
prices contained in the Contract Documents, by
application of such unit prices to the quantities of the
items involved (subject to the provisions of
23
I
paragraphs 11.9.1 through 11.9.3, inclusive);
CONTRACTOR shall obtain competitive bidsfrom
'
Subcontractors acceptable to OWNER and
11.3.2. where the Work involved is not covered by
CONTRACTOR and shall deliver such bids to
unit prigs contained in the Contract Documents, by a
OWNER who will then determine, with the advice of
mutually agreed payment basis, including lump sum
ENGINEER. which bids, if any, will be accepted. If
,
(which may include an allowance for overhead and
any subcontract provides that the Subcontractor is to
profit not necessarily in accordance with
be paid on the basis of Cost of the Work plus a fee,
paragraph 11.6.2):
the Subcontractors Cost of the Work and fee shall be
11.3.3. where the Work involved is not covered by unit
determined in the same manner as CONTRACTOR's
Cent of the Work and fee as provided in
prices contained in the Contract Documents and
paragraphs 11.4, 11.5, 11.6 and 11.7. All
'
agreement to a lump sum is not reached under
subcontracts shall be subject to the other provisions of
paragraph 11.3.2. on the basis of the Cost of the Work
the Contract Documents insofar as applicable.
(determined as provided in paragraphs 11.4 and 11.5)
plus a CONTRACTOR's fee for overhead and profit
11A.4. Coss of special consultants (including but
(determinedasprovidedin paragraph 11.6).
not limited to engineers, architects, testing
'
laboratories, surveyors, attorneys and accoumants)
Cost ojtheWorkr
employed for services specifically related to the
Work.
11.4. The acme Cost of the Work means the sum of all
'
costs necessarily incurred and paid by CONTRACTOR in
11.4.5. Supplemental costs including the following:
'
the proper performance of the Work. Except as otherwise
may b: agreed to in writing by OWNER, such costs stall
11.4.5.1. The proportion of necessary
be in amounts no higher than those prevailing in the
transportation, travel and subsistence expenses of
locality of the Project, %fall include only the following
CONTRACCOR's employees incurred in
items and shall not include any of the costs itemird in
discharge of duties connected with the Work.
'
paragraph 11.5:
11.45:2. Cost, including transportation and
11.4.1. Pa old costs for employees in the direct
maintenance, of all materials, supplies,
employ of CONTRACTOR in the performance of the
equipment, machinery, appliances, office and
Work under schedules of job classifications agreed
temporary Lacilities at the site and hand tools not
'
upon by OWNER and CONTRACTOR. Such
owned by the workers, which are consumed in the
employees shall include: without limitation
performance of the Work, and cost less market
superintendents, foremen and other personnel
value of such items used but not consumed which
employed full-time at the site, payroll costs for
remain the property ofCONTRACfOR
employees not employed full -tune on the Work shall
,
he apportioned on the basis of their time spent on the
11.4.5.3. Rentals of all construction
Work. Pavroll costs shall include. but -not be limited to.
equipment and machinery and the parts thereof
salaries and wages plus the cost of binge benefits
whether rented from CONTRACTOR or others in
which shall include social security contributions,
accordance with rental agreements approved by
unemployment, excise and payroll taxes, workers'
OWNER with the advice of ENGINEER and the
compensation, health and -retirement benefits, bonuses;
costs of transportation, loading, unloading,
applicable thereto.
installation. dismantling and removal thereof —all
The expenses of performing Work after regular
in accordance with terms of said rental
waking hours, on Saturday, Sunday or legal holidays,
agreements. The rental of any such equipment,
shall be included in the above to the extent authorized
machinery or parts shall cease when the use
,
by OWNER,
thereof is no longer necessary for the Work.
11.4.2; Cost of all materials and equipment furnished
11.4.5.4. Sales, consumer, use or similar taxes
and incorporated in the Wort:, including costs of
related to the Work, and for which
transportation and storage thereof, and Suppliers field
CONTRACTOR is liable, imposed by Laws and
,
services required in connection therewith All cash
Regulations,
discounts shall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
11.4.5.5. Deposits lost for causes other than
which to make payments, in which case the cash
negligence of CONTRACTOR, any
discounts shall accrue to OWNER. All trade
Subcontractor or anyene directly or indirectly
'
discounts, rebates and refunds and returns from sale of
employed by ;my of them or for whose acts any
surplus materials and equipment shall accrue to
of then may be liable, and royalty payments aril
OWNER. and CONTRACTOR shall make provisions
tees for permits and licenses.
so that they may be obtained
11.4.5.6. Losses and damages (and related
11.4.3. payments made by CONTRACTOR to the
expenses) caused by damage to the Work, not
'
Subcontractors for Work performed or furnished by
compensated by insurance or otherwise, sustained
Subcontractors. ff required by OWNER,
by CONTRACTOR in connection with the
MUCOENEILAL CONE)(TION5191M(1990 Etilim)
'
24
col CITY OF FORT COLLINS MODIFiCIMONS (REV 41000)
D
I
performance and furnishing of the Work (except
11.5.5. Costs due to the negligence of
losses and damages within the deductible amounts
CONTRACTOR, any Subcontractor, or anyone
of proppeerty insurance established by OWNER in
accordance with paragraph 5.9), provided they
directly or indirectly employed by any of them or for
whose acts any of them may be liable, including but
have resulted from causes other than the
not limited to, the correction of defective Work,
negligence of CONTRACTOR, any
di. sal of materials or equipment wrongly supplied
damage
Subcontractor, or anyone directly or indirectly
aril making good any to property.
employed by any of them or for whose acts any of
them may be liable. Such losses shall include
t L5.6. Other overhead or general expense costs of
settlements made with the written consent and
any kind and the costs of any Itcm not specifically and
approval of OWNER. No such losses, damages
expressly included in paragraph 11.4.
and expenses shall be included in the Cost of the
Work for the purpose of determining
11.6. The CONTRAc7rOR's fee allowed to
CON-fRACTOR's fee. IC however, any such loss
CONTRACTOR for overhead and profit shall be
or damage requires reconstruction. and
determined as follows:
CONTRACTOR is placed in charge thereof,
CONTRACTOR shall be paid for services a fee
11.6.1. a mutually acceptable fixed FCC; or
proportionate to that stated in paragraph 11.6.1
11:6.2. if a faced fee Is not agreed Upon, then a fee
1.4.5.7. Thecostof utilities, fuel and sanitary
based on the following percentages of the various
facilities at the site,
portions of the Cost of the Work:
11.4.5.3. Minor expenses such as telegrams,
11.6.2.1. for costs incurred under
long distance telephone calls, telephone service at
paragraphs 11.4.1 and 11.42, the
1
the site, expressage and similar petty cash items in
CONTRACTOR's fecshall be fifteen percent;
connection with the Work.
11.6.2.2. for costs incurred under
11.4.5.9. Cast of premiums for additional Bonds
paragmph 11.4.3, the CONTRACTOR's fee shall
and insurance required because of changes in the
be five percent;
Work.
11.6.2.3. where one or more tiers of
I I.S. The term.Cost of the Work shall not. include any of
subcontracts are on the basis of Cost of the Work
the following:
plus a fee and no fixed fee is agreed upon, the
intent of paragraphs 11.4.1. 11.4.2, 11-4.3 and
11.5.1. payroll costs and other compensation of
11.6.2 is that the Subcontractor who actually
'
CONTRACTOR's officers, executives, principals (of
performs or furnishes the Work• it whatever tier.
partnership and sole proprietorships), general managers,
will be paid, a fee of fifteen percent of the costs
engineers, architects, estimators, attorneys, auditors,
incurred by such Subcontractor under paragraphs
accountants, purchasing and contracting agents,
11.4.1 and 11.4.2 and that any higher tier
expediters, timekeepers; clerks and other personnel
Subcontractor and CONTRACTOR will each be
'
employed by CONTRACTOR whether at the site or in
paid a fee-o€-five-percent-ot-the-amotint-paid-to
CONTRACTOR's principal or a branch office for
the-next-lower4icr-Subcomtmctop to be negotiated
general administration of the Work and not specifically
it ,good faith with the OWNER but not to exceed
included in the agreed upon schedule of jab
live teroent of the amount Paid to the next lower
_
classifications referred to in paragraph 11.4.1 or
tit ubcontragtof
specifically covered by paragraph 11.4.4-all of which
are to be considered administrative costs covered by the
11.6.2.4. no fee shall be payable on the basis
CONTR\CTOR's fee.
of curls itemized under paragraphs 11.4.4. 11.4.5
and 11.5:
11.5.1. Expenses of CONTRACTOR's principal and
'
branch offices other than CONTRACTOR's ollia: at
11.6.2.5. the amount of credit to be allowed
the site.
by CONTRACTOR to OWNER for any change.
which resultsin a net decrease in cost will be the
11.5.3. Any part of CONTRACTOR's capital
amount of the actual net decrease in cost plus a
expenses, including interest our CONTRACTOR'S
deduction in CONTRACTOR's fee by an amount
'
capital employed for the Work and charges against
equal to five percent of such net decrease; and
CONTRACTOR for delinquent payments.
11.6.2.6. when both additions and credits are
11.5.4. Cost of premiums for all Bonds and for all
involved in any one change, the adjustment in
insurance whether or not CONTRACTOR is required
CONTRACTOR's fee shall be computed on the
'
by the Contract Documents to purchase and maintain
basis of the net change in accordance with
the same (except for the cost of premiums covered by
paragraphs 11.6.2.1 through 11.6.2.5, inclusive.
subparagraph 11.4.5.9 above).
11.7. Whenever the cost of any Work is to be
'
ME)CGENULAL CONDITION5191" (19" Edda])
25
w! CITY OF FORT COLLI. S .%LODItlCATION5 (RLV.IPOW)
I
determined pursuant to pnragraphs 11.4 and I I.?.
CONTRACTOR will establish and maintain rccords
thereof in accordance with generally accepted accounting
practices and submit in form acceptable to ENGINEER an
itemized cost breakdown together with supporting data.
Cash .4[(mrances:
I I.S. It is understood that CONTRACTOR has included
in the Contract Price all allowances sonamed in the
Contract Documents and shall cause the Work so covered
to be furnished and performed Cor such sums as may be
acceptable to OWNER and ENGINEER. CONTRACTOR
agrees that:
11.8.1. the allowances include the cost to
CONTRACTOR (less any applicable trade discounts)
of materials and equipment required by the allowances
to be delivered at the site, and all applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and
handling on the site, labor, installation costa overhead,
profit and other expenses contemplated for the
allowances have been included in the Contract Price
and not in the allowances and no demand for
additional payment on account of any of the foregoing
will be valid.
Prior to final payment, an appropriate Change Order will be
issued as recommended by ENGINEER to reflect actual
amounts due CONTRACTOR on account of Work covered
by allowances, and the Contract Prix shall be
correspondingly adjusted.
1L9. Unit Price None,
11.9.E Where the Contract Documents provide that all
or part of the Work is to be Unit Price Work, initially
the Contract Price will be deemed, to include for all
Unit Price Work an amount equal to the stun of the
established unit prices for each separately identified
item of Unit Price Work times the estimated quantity
of each item as indicated in the Agreement. The
estimated quanities of items of Unit Price Work are
not guaranteed and are solely for the purpose of
comparison of Bids and determining tin initial Contract
Price. Detemmuations of the actual quantities and
classifications of Unit Price Work performed by
CONTRACTOR will be made by ENGINEER in
accordance with paragraph 9.10.
11.9.2. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate
to cover CONTRACTOR's overhead and profit for
each separately identified item.
11.9.3.OWNER or CONTRACTOR may make a
claim for an adjustment in the Contract Price in
accordance with Article II if:
11.9.3.1. the quantity of any item of Unit Price
Work performed by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement
ER.WGE tElty.CONUTIONS19tos(1990Etitim)
26 IV/CITY OF FORT COLLMI MODIFICd RONNS(REV -l/L000)
and
11.9.3.2. there is no corresponding adjustment
with respect to any other item of Work; and
11.9.3.3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional expense or OWNER believes that
OWNER is entitled to a decrease in Contract Price
and the parties are unable to agree as to the
amount of any such increase or decrease.
11.9.3.4. CONTRACTOR acknowledaes that
the OWNER has the right to ndd or delete items in
the Bid or change quantities at OWNER'S sole
discretion without of ectmY the Contract Prix of
anv remaining item so long as the deletion or
addition does not exceed twenty -live percent of
the original total Contract Price.
ART 1C LE 12--CHAAGE OF CON'f R %CT Thal"
1-1. The Commct'Timcs (or Milestones) may only be
changed by a Change Order or a Written Amendment.
Any claim for an adjustment of the Contract Tunes (or
Milestones) shall he based on written notice delivered by
the party making the claim to the other party and to
ENGfNP.F,R promptly (but in no event later than thirty
days) after the occurrence; of the event giving rise to the
claim and stating the general nature of the claim. Notice
of the extent of the claim with supporting data shall be
delivered within sixty days after such occurrence (unless
ENGINEER allows additional time to ascertain more
accurate data in support of theclaim) and shall be
accompanied by the clatimanl's written statement that the
adjustment claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a result of
the occurrence of said event. All claims for adjustment in
the Contract Times (or Nfilestones) stall be determined by
FNG[NEER in accordance with paragraph9.11 if
OWNER and CONTRACTOR cannot otherwise agree.
No claim for an adjustment in the Contract Times (or
Milestones) will be valid if not submitted in accordance
with the requirements of thus pamraph 12.1.
12.2. AVI time limits stated in the Contract Documents
are of the essence of the Agreement.
12.3. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond the control of
CONTRACTOR, the Contract Times (or Milestones) will
be extended in an amount equal to time lost due to such
delay, if a claim is made therefor as provided in
pamgmph 12.1. Delays beyond the control of
CONTRACTOR shall include, but not be limited to, acts
or neglect by OWNER, acts or neglect of utility owners or
other contractors performing other work as contemplated
by .Article 7. fires. floods, epidemics, abnormal weather
conditions or acts of God. Delays attributable to and
I
I
1
I
1
1
I
U
rll
0
I
11
t
within the control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR
12.4. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of both
OWNER and CONTRACTOR an extcnsion of the
Contract Times (or hfilestones) in an amount equal to the
time lost due to such delay shall be CONTRACTOR's sole
and exclusive remedy for such delay. In no event shall
OWNER be liable to CONTRACTOR, any Subcontractor,
any Supplier, any other person or organization, or to any
surety for or employee or agent of any of them, for
damages arising out of or resulting from (i) delays caused
by or within the control of the CONTRACTOR, or
(ii) delays beyond the control of both panics including, but
not limited to, fuel flouts, epidemics, abnormal weather
conditions, acts of God or acts or neglect by utility owners
or other contractors performing other work as contemplated
by Article 7.
ARTICLE, 13—T'FSTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTAINCE OF
DFF'F_CTII,F_ WORK
11.1. Notice of Defects:
Prompt notice of all.defective Work of which OWNER or
ENGINEER have actual knowledge will be given to
CONTRACTOR All defective Work may. be rejected,
corrected or accepted as provided in this Article 13.
Access to (work.
13.2. OWNER, ENGINEER LIGNEER's Consultants,
other representatives and persormel of OWNER
independent testing laboratories and governmental agencies
with jurisdictional interests will have access to the Work at
reasonable —times for their observation. inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR's site safety procedures and programs so
that they may comply therewith as applicable.
Tests and lnspectionx
13.3. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required) inspections.
tests or approvals, artd shall cooperate with inspection and
testing personnel to facilitate required inspections or tests
13.4. OWNER shall employ and p<ry for the services of
an independent testing laboratory to perform all
inspections, tests, or .approvals required by the Contract
Documents except:
13.4.1. for inspections, tests or approvals covered
by paragraph 13.5 below:
13.4.2. that costs incurred in connection with tests
or inspections conducted pursuant to paragraph 13.9
E)MCGENMAL CONDITIONS 19103 t1990 Edtiou
w/ aTY of FORT COLLim \ioDiF'ICATIoNS (alit/ 92000)
Wow shall be paid 'as provided in said
paragraph 13.9; and
13.4.3. as otherwise specifically provided in the
Contract Documents.
135. IT Laws or Regulations of any public body having
jurisdiction require any Work (or part thereof) specifically
to be impeded, tested or approved by an employee or
other representative of such public body, CONTRACTOR
shall assume full responsibility for arranging. and
obtaining such inspections, tests or approvals, pay all costs
in connection therewith, and furnish ENGINEER the
required certificates of inspection, or approval.
CONTRACTOR shall also be responsible for arranging
and obtaining and shall pay all costs in connection with
any inspections, tests or approvals required for OWNER's
and FNGINEF.R's acceptance of materials or equipment to
be incorporated in the Work or of materials, mix designs,
or equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in
the Work.
13.6. If any Work (or the work of others) that is to be
inspected, tested or approved is covered by
CONTRACTOR without written concurrence of
ENGINFER, it must, if requested by ENGINEER, be
uncovered for observation.
13.7. Uncovering Work as provided in paragraph 13.6
shall be at CONTRACl'OR's expense unless
CONTRACTOR has given ENGINEER timely notice of
CONTRACTOR's intention to cover the same and
ENGINEER has not acted with reasonable promptness in
response to such notice.
Uncovering MOM:
13.3. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by
ENGINEER, be uncovered for ENGNEEWs observation
and replaced at CONTRACTOR'S expense.
13.9.. If FNGNF,ER considers it necessary or advisable
that covered Work be observed by ENGINEER or
inspected or testa) by others, CONTRi%CTORL at
ENGNEER's recNest, shall uncover, expose or otherwise
make available for observation, inspection or testing as
ENGINEER may require, that portion of the Work in
question, furnishing all necessary labor, material and
equipment If it is found that such Work is defective,
CONTRACTOR shall pay all claims, costs, losses and
damages caused by, arising out of or resulting from such
uncoverimm exposure, observation, inspection and testing
and of satisfactory replacement or reconstruction,
(including but not limited to all costs of repair or
replacement of work of others); and OWNER shall be
entitled to an appropriate decrease in the Contract Rice,
and, if the parties are unable to agree as to the amount
thereof, may make a claim therefor as provided in
Article I L If however, such Work is not found to be
defective, CONTRACTOR shall be allowed an increase in
tho Contract Rice or an extension of the Contract Times
(or .Milestones), or both, directly attributable to such
27
uncovering exposure, observation, inspection, testing,
replacement and reconstruction; and, if the parties are
unable to agree as to the amount or extent thereof,
CONTRACTOR may make a claim therefor as provided in
Articles I 1 and 12.
OIPMR .tfay Stop the Work:
13.10. If the Work is defective, or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or
equipment, or fails to furnish or perform the Work in such a
way that the completed Work will conform to the Contract
Documents, OWNER may order CONTRACTOR to step
the Work, or any portion thereof, until the cause for such
order has been eliminated; however, this right of OWNER
to stop the Work shall not give rise to any duty on the part
of OWNER to exercise this right for the benefit of
CONTRACTOR or any surety or other party.
Correction or Rmrmwl of Defective Work
13.11. If required by FNGINEF.R CONTRACTOR shall
promptly, as directed, either correct all defective Work,
whether or not fabricated installed or completed, or, if the
Work has been rejected by FNGINEER, remove it from the
site and replace it with Work that is not defective.
CONTRACTOR shall pay all claims; cats, losses and
damages caused by or resulting from such correction or
removal (including but not limited to all cogs of repair or
replacement of work of others).
13.12. Correction Period.,
13.12.1. If within ane yea e two years after the date of
Substantial Completion or such longer period of time m
may be prescribed by Laws or Regulations or by the
terms of any applicable special guarantee required by
the Contract Documents or by any specific provision of
the Contract Documents, any Work is found to be
defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
instructions: (i) correct such difective Work, or, if it has
been rejected by.OWNER. remove it from the site and
replace it with Work that is not defective, and (ii)
satisfactorily correct or remove and replace any damage
to other Work or the work of others resulting therefrom.
If CONTRACTOR does not promptly comply with the
terms of such tnsuuctions, or in an emergency where
delay would cause serious risk of loss or damage,
OWNER may have the defective Work corrected or the
rejected Work removed and replaced, and all claims,
costs, losses and damages caused by or resulting from
such removal and replacement (including; but not.
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR
13.122.In special circumstances where a particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work the
correction period for that item may start to run from an
earlier elate if so provided in the Specifications or by
Written Amendment
13.12.3. Where defective Work. (anal damage to other
EXE)COENEItu, CONlxlloNs 191os (1970 Etitim6
_h w/CI"tY OF FORT COLLIN`SmomFiCAT1oNs(RL'v •t2000l
Work resulting therefrom) has been corrected,
removed or replaced under this paragraph 13.12, the
correction period hereunder with respect to such Work
will be extended for an additional period of ene-yeeF
two veers aRer such correction or removal and
replacement has been satisfactorily completed
Acceptance of Defective Work:
13.13. If, instead of requiring correction or removal and
replacement of defective Work, OWNER (and, prior to
ENI GINaWs recommendation of final payment. also
ENGINEER) prefers to accept it, OWNER may do so.
CONTRACTOR shall pay all claims, costs. losses and
damages attributable to OWNER's evaluation of and
determination to accept such dfective Work (such costs to
be approved by ENGINEER as to reasonableness). If any
.such acceptance occurs prior to ENGINEF,R's
recommendation of final payment, a Change Order will be
issued incorporating the necessary revisions in the
Contract Doctuneints with respect to the Work; and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11. If the acceptance occurs after
such recommendation, an appropriate amount will be paid
by CONTRACTOR to OWNFR.
0W7VER Slav Correct Defective IVork:
13.14.. If CON'rRAcTOR fails within a reasonable time
after written notice from FNGINEF.R to correct defective
Work or to remove and replace rejected Work as required
by ENGINF:F.R in accordance with paragraph 13.1 I, or if
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, of if CONTRACTOR fails
to comply with any other provision of the Contract
Documents, OWNER may, after seven days' written
notice to CONTRACTOR correct and remedy any such
deficiency. In exercising the rights and remedies under
this paragraph OWNER shall proceed expeditiously. In
connection with such corrective and remedial action,
OWNER may exclude CONTRACTOR from all or part of
the site, take possession of all or part of the Work, and
suspend CONTRACTORS services related thereto, take
possession of CONTR\CTOWs tools, appliances,
construction equipment and machinery at the site and
incorporate in the Work all materials and equipment
stored at the site or for which OWNL•R has paid
CONTRACTOR but which are stored elsewhere.
CONTRACTOR shall allow OWNER OWNERs.
representatives, wens and employees OWNI ER's other
contractors and ENGMMER and ENGINEER's
Consultants access to the site to enable OWNER to
exercise, the rights and remedies under this paragraph All
claims, costs, losses and damages incurred or sustained by
OWNER in exercising such rights and remedies will be
charged against CONTRACTOR and a Change Order will
be issued incorporating the necessary revisions in the
Contract Documentswith respect to the Work: and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and if the parties are unable to agree as to
the amount thereof. OWWER may make a claim therefor
as provided in Article 11. Such claims, costs, losses and
I
11
I
�_J
C
I
J
I
1
11
1
1
I
I
damages will include but not be limited to all costs of
repair or replacement of work of others destroyed or
damaged by correction, removal or replacement of
CONTRACTOR's defective Work. CONTRACTOR shall
not be allowed an extension of the Contract Tunes (or
Nilestones) because of any delay in performance of the
Work attributable to the exercise by OWNER of OIWi ER's
rights and remedies hereunder.
ARTICLE 14—PAYAIENTS TO COrINTRACTOR AND
COMPLETION
Schedule of I,aluer_
14.1. The schedule of values -established as provided in
paragraph 2.9 will serve as the basis for progress payments
and will be incorporated into a form of Application for
Payment acceptable to ENGNEER Progress payments on
account of Unit Price Work will be based on the number of
units completed.
Application for Progreec Payment,
14.2. At [cast twenty days before the date established for
each progress payment (but not more often than once a
month): CONTRACTOR shall submit to ENGINEER for
review an Application for Payment filled out and signed by
CONTRACIOR covering t(te Work completed as of the
date of the Application and accompanied by such
supporting documentation as is required by the Contract
Documents. If payment is requested on the basis of
materials and equipment not incorporated in the Work but
delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OWNER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment are covered by
appropriate property insurance and other arrangements to
protect OtWi ER's interest therein, all of which will be
satisfactory to OWNER. The amount of retainiage with
respect to progress payments will be as stipulated in the
AgreemenL r�riv funds that. are withheld by the OWNER
Sul —
shall not be subject to substitution by the CONTRACTOR
with securities or arry arrangements involving an escrow or
custodianship_ By executing the application for payment
form the CONTRACTOR expressly waives his right to the
benefits of Colorado Revised Statutes, Section 24-91.101,.
et seq.
CONTR4CTOR's Warranty of Title.
14.3. CONTRACTOR wamams and guarantees that title
to all Work materials and aquipmcnt covered by any
Application for Payment, whether incorporated in the
Project or not, will pass to OWNER no later than the time
of payment Gee and clear of all Liens.
Review of.4pplic4tions for Progress Payment.,
14.4. ENGNEER will, within ten days after receipt of
each Application for Payment, either indicate in writing a
EJCDC GE',1Uk AL CONDITIONS 191M (1990 E(titim)
ivy CTTY OF FORT COLLI M MODIFTC Sr1ONS ntrV U2000)
recommendation of payment and present the Application
to OWNER, or return the Application to CONTRACTOR
indicating in writing ENc7NEER's reasons for refusing to
recommend payment. In the latter case, CONTRACTOR
may make the necessary corrections and resubmit the
Application. 'fen days after presentation of the
Application for Payment to OWNER with ENGINEER's.
recommendation, the amount recommended will (subject
to the provisions of the last sentence of paragraph_I4.7)
become due and when due will be paid by OWNER to
CONZ ACTOR
14.5. FNGINEER's recommendation of any payment
requested in an Application for Payment will &institute a
representation by ENGINEER to OWNER, based on
ENGNEFR's on -site observations of the executed Work
as an experienced and qualified design professional and on
ENGINEER's review of the Application for Payment and
the accompanying data and schedules, that to the best of
ENGNEER's knowledge, information and belief:
14.5.1. the Work has progressed to the point.
indicated
14.52. the quality of the Work is 'generally in
accordance: with & Contract Documents (subject to
an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the results
of anv subsequent tests called for in the Contract
Document% to a final determination of quantities and
classifications for Unit Price Wort: under
Paragraph 9.10, and to any other qualifications stated
in the recommendation), and
145:3. the conditions precedent to
CONTRACTOR's being entitled to such payment
appear to have been fulfilled insofir as it is
ENGN-EER's responsibility to observe the Work.
However, by recommending any such payment
ENGINEER will not thereby be deemed to have
represented that: (i) exhaustive or continuous on -site
inspections have been made to check the quality or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGINEER in the Contract
Documents or (ii) that there may not be other matters or
issues between the patties that might entitle
CONTRACTOR to be Paid additionally by OWNER or
entitle OWNER to withhold payment to CONTRACTOR
14.6. ENGNEER's recommendation of any payment.
including fatal payment, shall not mean that ENGNEER
is responsible for CONTRACTOR's*means, methods,
techniques sequences or procedures of construction or
the safety precautions and programs incident, thereto, -or
for any failure of CONTRACTOR to comply with Laws
and Regulations applicable to the furnishing or
performance of Work or for any failure of
CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents.
14.7. ENGINEFR may rcf i.w to recommend the whole
or any part of any payment if. in EIvrGINEER's opinion. it
would be incorrect to make the representations to
29