Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
497786 MARTIN MARIETTA MATERIALS - CONTRACT - BID - 7222 ASPHALT OVERLAY (2)
' CONTRACT DOCUMENTS TABLE OF CONTENTS ' Section Pages BID INFORMATION 00300 Bid Form 00300-1 - 00300-3 CONTRACT DOCUMENTS ' 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 ' 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 ' 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT ' 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 ' 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 ' GENERAL REQUIREMENTS INDEX 01010 Summary of Work General Requirements 1-2 ' 01040 01310 Coordination Construction Schedules General Requirements 3-4 General Requirements 5-6 01330 Survey Data General Requirements 7 01340 Shop Drawings General Requirements 8-10 01410 Testing General Requirements 11-12 01510 Temporary Utilities General Requirements 13 01560 Temporary Controls General Requirements 14-15 ' 01700 Contract Closeout General Requirements 16 01800 Method of Measurement and Basis of Payment General Requirements 17 ' SPECIFICATIONS 02000 Project Specifications 02500 Quantity Estimate ' 03000 Details 03500 Index & Maps 4000 Erosion Control & Inlet Protection Rev1012oio7 Section 00020 Page 1 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: ' N/A The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 2, inclusive. ' 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 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. I1 Section 00520 Page 4 ' SECTION 01330 SURVEY DATA 1.1 SURVEY REQUIREMENTS ' A. The Owner will provide the construction surveying for the street and landscaping improvements. City Survey Crews will perform the surveying required. ' B. The Contractor must submit a survey request form to the City Surveyors a minimum of 48 hours prior to needing surveying. C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the Contractor with the date on which the requested work will be completed. D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing ' enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of re - staking construction stakes and for the cost of re-establishing a destroyed monument. F. The Contractor shall notify the Engineer prior to concrete removal when property line markers are inscribed in the surface of the existing concrete, typically designated by "+" or "x" markings. The Contractor shall reinstall all existing property line markers in the surface of the new concrete. The Contractor may accurately offset the existing mark for reinstallation or may notify the City Survey Crews and request the offset location prior to removal of the concrete. If markers are removed without offsetting and reinstalling, the Contractor shall be responsible for all costs, including survey costs, associated with relocating and reinstalling the markers. ' F. The Contractor shall be responsible for transferring the information from the construction stakes to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance with the information on the stakes and grade sheets supplied by the Owner. END OF SECTION General Requirements - Page 7 of 17 SECTION 01340 SHOP DRAWINGS 1.1 GENERAL A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections. 1. Project Manager will not accept Shop Drawings or other submittals from anyone but Contractor. B. Schedule: Reference Section 0 13 10, Construction Schedules. Submittals received by Project Manager prior to the time set forth in the approved schedule will be reviewed at any time convenient to Project Manager before the time required by the schedule. C. Any need for more than one re -submission, or any other delay in obtaining Project Manager's review of submittals, will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by failure of Project Manager to return any scheduled submittal within 10 days after receipt in his office of all information required for review of the submittals or for any other reason which prevents Project Manager's timely review. Failure of Contractor to coordinate submittals that 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. Do not use materials or equipment for which Shop Drawings or samples are required until such submittals, stamped by Contractor and properly marked by Project Manager, are at the site and available to workmen. Do not use Shop Drawings which do not bear Project Manager's mark "NO EXCEPTION TAKEN" in the performance of the Work. Review status designations listed on Project Manager's submittal review stamp are defined as follows: 1. NO EXCEPTION TAKEN: Signifies material or equipment represented by the submittal conforms with the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related work. Copies of the submittal are to be transmitted for final distribution. 2. REVISE AS NOTED Signifies material or equipment represented by the submittal conforms with the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work in accordance with Project Manager's notations. Contractor is to proceed with the Work in accordance with Project Manager's notations and is to submit a revised submittal responsive to notations marked on the returned submittal or written in the letter of transmittal. 3. REJECTED Signifies material or equipment represented by the submittal does not conform with the design concept or comply with the information given in the Contract Documents and is not acceptable for use in the Work. Contractor is to submit submittals responsive to the Contract Documents. 4. FOR REFERENCE ONLY Signifies submittals which are for supplementary information only; pamphlets, general information sheets; catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Owner in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the information given in the Contract Documents. Project Manager reviews such submittals for general information but not for substance. General Requirements - Page 8 of 17 SECTION 01340 SHOP DRAWINGS 1.2 SHOP DRAWINGS A. Include the following information as required to define each item proposed to be furnished. 1. Detailed installation drawings showing foundation details, and clearances required for construction. 2. Relation to adjacent or critical features of the Work or materials. 3. Field dimensions, clearly identified as such. 4. Applicable standards, such as ASTM or Federal Specification numbers. 5. Drawings, catalogs or parts thereof, manufacturer's specifications and data, instructions, performance characteristics and capacities, and other information specified or necessary: a. For Project Manager to determine that the materials and equipment conform with the design concept and comply with the intent of the Contract Documents. b. For the proper erection, installation, and maintenance of the materials and equipment which Project Manager will review for general information but not for substance. c. For Project Manager to determine what supports, anchorages, structural details, connections and services are required for materials and equipment, and the effect on contiguous or related structures, materials and equipment. 6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable Project Manager to review the information effectively. B. Manufacturer's standard drawings, schematics and diagrams: 1. Delete information not applicable to the Work. 2. Supplement standard information to provide information specifically applicable to the Work. C. Format. 1. Present in a clear and thorough manner. 2. Minimum sheet size: 8 1/2" x l l". 3. Clearly mark each copy to identify pertinent products and models. 4. Individually annotate standard drawings which are furnished, cross out items that do not apply, describe exactly which parts of the drawing apply to the equipment being furnished. 5. Individually annotate catalog sheets to identify applicable items. 6. Reproduction or copies of portions of Contract Documents: a. Not acceptable as complete fabrication or erection drawings. b. Acceptable when used as a drawing upon which to indicate information on erection or to identify detail drawings. 7. Clearly identify the following: a. Date of submission. b. Project title and number. c. Names of Contractor, Supplier and Manufacturer. d. Specification section number, specification article number for which items apply, intended use of item in the work, and equipment designation. e. Identify details by reference to sheet, detail, and schedule or room numbers shown in the Contract Documents. f. Deviations from Contract Documents. g. Revisions on re -submittals. h. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the Work and the Contract Documents. General Requirements - Page 9 of 17 SECTION 01340 SHOP DRAWINGS 1.3 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Minimum number required: 1. Shop Drawings. a. Three (3) copies minimum, two (2) copies which will be retained by Project Manager. 1.4 RE -SUBMISSION REQUIREMENTS A. Make corrections or changes required by Project Manager and resubmit until accepted B. In writing call Project Manager's attention to deviations that the submittal may have from the Contract Documents. C. In writing call specific attention to revisions other than those called for by Project Manager on previous submissions. D. Shop Drawings. 1. Include additional drawings that may be required to show essential details of any changes proposed by Contractor along with required wiring and piping layouts. END OF SECTION General Requirements - Page 10 of 17 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. ' 3. Concrete test, except those called for under Submittals thereof. 1.3 CONTRACTOR'S RESPONSIBILITIES A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: ' 1. All performance and field testing specifically called for by the specifications. 2. All retesting for Work or materials found defective or unsatisfactory, including tests covered under 1.2 above. 3. All minimum call out charges or standby time charges from the tester due to the Contractor's failure to pave, pour, or fill on schedule for any reason except by action of the Engineer. B. Contractor shall notify the Engineer 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 his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the Contract Documents provide for ' specific compliance tests by testing laboratories or engineers employed by the Owner. The Contractors' control system shall specifically include all testing required by the various sections of these Specifications. General Requirements - Page I I of 17 SECTION 01410 TESTING B. Superintendence: The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work. The Superintendent shall have adequate experience to perform the duties of Superintendent. C. Contractor's quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the Engineer 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 Engineer weekly. END OF SECTION General Requirements - Page 12 of 17 SECTION 01510 TEMPORARY UTILITIES 1.1 UTILITIES A. Furnish all utilities necessary for construction. B. Make arrangements with Owner as to the amount of water required and time when water will be needed. L Meters may be obtained through the Water Utility Meter Shop at 221-6759 2. Unnecessary waste of water will not be tolerated. C. Fumish 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 famishing services on the Project. B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Enforce the use of such sanitary facilities by all personnel at the site. D. Obscure from public view to the greatest practical extent. END OF SECTION General Requirements - Page 13 of 17 SECTION 01560 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, sandbags, plastic sheets, riprap or culverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoffwill be increased due to construction activities. B. Preserve natural vegetation to greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual. General Requirements - Page 14 of 17 SECTION 01560 TENIPORARY CONTROLS 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. 1.6 HAUL ROUTES The City reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads. These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements, and/or pavements whose condition would be significantly damaged by heavy loads. END OF SECTION General Requirements - Page 15 of t 7 SECTION 01700 CONTRACT CLOSEOUT L t 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 Engineer 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 Engineer and/or Project Manager upon request, one current marked -up set of the drawings which accurately indicate all approved variations in the completed work that differ from the design information shown on the drawings. Further, these drawings should reflect all underground obstacles encountered. B. These record drawings along with any survey records, photographs and written descriptions of said work as may be required by the Project Manager shall be submitted prior to project acceptance. END OF SECTION General Requirements - Page 16 of 17 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 OWNER: CITY OFF RTC LLINS By: DARIN ATTEB R Y CITY fyIANAG R Date:—' z �— By: JAM S B. O'NEILL II, CPPO, FNIGP~ DIRECTOR OF PURCHASING & RISK MANAGEMENT Date Attes Address for giving notices: Fort Collins, CO 80522 Approved as to Form Assist City Attorney CONTRACTOR: Martin Marietta Materials Inc. bAl • 1 D. (CORPORATE SSE/AL)) I/ Attest:A(� � �P� Y I xtI — Address for giving notices: - � LICENSE NO.: Section 00520 Page 5 P- SECTION 01800 ' METHOD OF MEASUREMENT AND BASIS OF PAYMENT 1.1 DEFECTIVE WORK ' A. Owner will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance. 1.2 BID PRICE A. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid for the various items of Work. B. Prices shall include all costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment and tools; and performing all labor and supervision to fully complete the work. C. Unit prices shall govern over extensions of sums. D. Unit prices shall not be subject to re -negotiation. ' 1.3 ESTIMATED QUANTITIES A. All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of payment shall be the actual amount of materials furnished and Work done. B. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount therefor. END OF SECTION General Requirements - Page 17 of 17 REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction', 2005, and the current Larimer County "Urban Area Street Standards", (hereafter referred to as the "Standard Specifications") are made a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of the provisions of the preceding Sections, the preceding Sections shall govern. INDEX OF REVISIONS SECTION 104 Traffic and Parking Control 105 Control of Work 107 Protection and Restoration of Property and Landscape 108 Prosecution and Progress 109 Measurement and Payment 201 Clearing and Grubbing 202 Removal of Structures and Obstructions 203 Excavation and Embankment 208 Erosion Control 210 Reset Structures 306 Reconditioning/Asphalt Recycling 307 Stabilized Subgrade — Class C Fly Ash 401 Plant Mix Pavements 403 Hot Mix Asphalt 403 Hot Mix Asphalt - Patching 420 Geotextile Paving Fabric 627 Pavement Marking 630 Construction Zone Traffic Control Project Specifications —Page l of 13 REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL Subsection 104.04 shall include the following. It shall be the Contractor's responsibility to clear parking from the streets when such parking will interfere with the work. Prior to work that requires the street(s) to be closed to parking and/or traffic; the street(s) shall be posted for "NO PARKING". The placement of these signs shall take place at least 24 hours prior to the commencement of work and shall clearly show the type of work, date and times that the message on the sign is in effect. (For example, if a street is to be patched on Wednesday, July 2, the street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that reads similar to "NO PARKING, WEDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M., PATCHING.) See sample "NO PARKING" sign. "NO PARKING" signs shall remain in place until the street is opened to traffic and all clean up operations completed. No Parking signs may be placed, maintained, and removed by a representative of the Contractor, the Traffic Control Supervisor, or a Flagger. 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 Engineer 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 Engineer will meet to discuss the progress of the work and the placement of traffic control devices including "NO PARKING" signs. The quantity of traffic control devices used that day and for the next day shall be agreed upon by the Contractor and the Engineer. Any necessary adjustments shall be made. At this time the Contractor shall also review with the Engineer 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 Engineer, including additional signs, barricades, and/or Baggers needed in the field shall be immediately implemented. Traffic Control costs including but not limited to furnishing equipment, equipmentset up/removaUmodifrcation, 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 paid under Revision of Section 630, "Construction Zone Traffic Control". Project Specifications -Page 2 of ,13 NO PARKING 1gled July 7 7:00 AM m 6NO00 PM PATCHING END of SECT[O v Project Specifications -Page 3 of 43 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised as follows: AUTHORITY OF THE ENGINEER Subsection 105.01 is hereby amended to include the following: No phase of construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the Owner to stop work. During periods of Traffic Control non- compliance, the Contractor may be assessed $1,000.00 per day, may forfeit payment of work and materials installed, and may lose contract working days as determined by the Owner. The Contractor shall not be entitled to compensation for delays associated with non -compliant periods. ' COOPERATION BY CONTRACTOR Subsection 105.10 shall include the following: ' The City's commitment to our Environmental Management System (EMS) requires that vehicles on Cityprojects shall comply with the adoption of a "Limitation on Engine Idling" to reduce environmental impacts related to ' construction. Please comply with turning off vehicles instead of idling for long periods (more than three minutes, as a general rule). COOPERATION WITH UTILITIES ' Subsection 105.11 shall include the following: City Utilities, Parks, Traffic, Streets, concrete and utility contractors may perform work related to the project within or near the limits of this project. The Contractor shall conduct the Work without interfering or hindering the progress or completion of the work being performed by other contractors. The Contractor shall coordinate extensively with these entities to minimize traffic control and scheduling conflicts, and ensure timely completion of all the work. Reconstruction operations and/or concrete construction at intersections may involve the destruction and replacement of traffic signal loop detectors. The existing traffic signal loop detectors shall be removed by the contractor at no additional cost. New loop detectors may be installed at other intersections where they do not now exist. New and replacement loop detectors will be installed by the City Traffic. Division. The Contractor shall cooperate with the schedule of this work to insure the timely installation of new loop detectors. ' INSPECTION AND TESTING OF WORK Subsection 105.16 shall include the following: ' The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer 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 Engineer from any responsibility for additional costs or delays caused by such failure. I Inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected by the Engineer or that payment therefore has been included in the progress estimate. r I Project Specifications -Page 4 of 43 Ci REVISION OF SECTION 105 CONTROL OF WORK 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 Engineer prior to the commencement of work. The Contractor shall maintain the streets during the construction process as prescribed above. If a street requires additional sweeping by City forces, the Owner shall deduct from compensation due the Contractor sufficient funds to cover the Owner's cost to provide said service. All cost of maintaining the work during construction and before the project is accepted will not be measured and paid for separately, but shall be included in the work. END OF SECTION Project Specifications -Page 5 of 43 [I REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AIND LANDSCAPE Section 107 of the Standard Specifications is hereby revised as follows: LSubsection 107.06 shall be amended to include the following: ' Personnel on Street Maintenance Program (SNIP) projects shall use protective equipment prescribed by Local, State, and Federal safety regulations to control or eliminate hazards or exposure to illness or injury. The Contractor and Subcontractors are responsible for providing and insuring the use of the required Personal Protective Equipment (PPE). Only Personal Protective Equipment complying with the Occupational Safety and Health Administration (OSHA) or American National Standards Institute (ANSI) regulations shall be used. The Contractor shall ,be responsible for the compliance of their employees and the Subcontractor's employees. The Contractor's safety representative shall make regular field inspections to audit and document compliance. ' An employee of the Contractor or Subcontractor who refuses to use the prescribed protective equipment designed to protect him/her or willfully damages such equipment constitutes cause for the Engineer to request removal of the employee from the site. tThe Contractor's personnel shall be required to wear safety vests, hard hats, and steel toe boots while on the construction site(s). 1 Subsection 107.12 shall include the following: The fact that any underground facility - sprinkler systems, utility services, etc. - is not shown on the plans, details or . construction documents shall not relieve the Contractor of his responsibilities as provided for in the Contract. It shall be the Contractor's responsibility, pursuant thereto, to ascertain the location of such underground improvements which may be subject to such damage by reason of his operations. Any pruning of vegetation shall require the written permission of the property owner and/or the Engineer. If the area to be repaired is five (5) inches or less in width, the Contractor shall clean the area of all debris (i.e. concrete, road base, etc.) to a minimum depth of four (4) inches, prepare all edges to be clean and vertical, and place (see below) and compact topsoil. The topsoil shall be compacted utilizing a hand operated roller or other method approved by the Engineer. The placement of backfill and top soil for repair locations shall be completed within two (2) working days of the placement of the completion of the Work. Excavated soils from the repair locations may be stockpiled on site and used as backfill ' Topsoil shall consist of loose friable loam reasonably free of admixtures of subsoil, refuse, stumps, roots, rocks, brush, weeds, noxious weed seeds, heavy clay, hard clods, toxic substances, or other material which would be detrimental to the proper development of vegetative growth. Topsoil shall have 100% passing the 1/2" screen and shall contain a combination of sand, clay, and friable loam. The Contractor shall submit a soil analysis for approval by the Engineer. ' The topsoil shall be in a relatively dry state but shall contain sufficient moisture to allow compaction and shall be and placed during dry weather. The topsoil shall be fine graded to eliminate rough and low areas and ensure positive drainage. The existing levels, profiles and contours shall be maintained. I If any portion of the area to be repaired is greater than five (5) inches in width, the Contractor shall clean and prepare the area along the entire length of the repair location as stated above to a minimum of one (1) foot, place sod over the entire area, water once, and notify the property owner in writing of the nature of the work that has taken place. The Contractor shall also notify the property owner of the fact that the sod will be watered only once by the Contractor and provide the property owner the recommended watering schedule suggested by the sod supplier . Project Specifications -Page 6 of 43 r REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE If the area to be repaired is only damaged on the surface, the Contractor shall remove the damaged areas of sod to a depth that will allow new sod to be placed, place new sod, water once and notify the property owner in writing of the nature of the work that has taken place. The Contractor shall also notify the property owner of the fact that the sod will be watered only once by the Contractor and provide the property owner the recommended watering schedule suggested by the sod supplier. The minimum overall width of the area to be sodded shall be one (1.0') foot. Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction and protected from damage by the contractor. Sprinkler heads shall be salvaged and stockpiled on each property for use when reconstructing the sprinkler systems. Sprinkler systems damaged outside of the construction limits as a result of construction operations shall be replaced at the Contractor's expense, within three (3) working days from the date of damage. In areas where the Engineer directs new work or the reconstruction areas require grade adjustment, the placement of topsoil, sod and sprinkler relocation will be provided by the City under separate contract. All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his expense unless a written waiver is obtained from the property owner and submitted to the Engineer. Re -sodded lawns shall be watered once by the Contractor. All costs for protecting and restoring landscaping and lawns shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work, and no measurement or payment shall be made separately for the protection and restoration of landscaping and lawns. All restoration of landscaping and lawns damaged by construction operations, other than concrete repair, shall take place within three (3) working days from the date of damage. In areas where the Engineer directs new work or the reconstruction areas require grade adjustment, the placement of topsoil, sod, and sprinkler relocation will be provided by the City under separate contract. All labor, materials, tools, equipment, incidentals, and work involved in protecting or repairing underground facilities including all required traffic control devices, personnel, and related traffic control incidentals shall be considered incidental to the work being done and shall not be measured and paid for separately. END OF SECTION Project Specifications -Page 7 of 43 I REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: SCHEDULE Subsection 108.03 shall include the following: A schedule of work must accompany any bid, and shall include number of working days per area to complete all unit work items covered by the contract. Vicinity maps of each area are included in Section 03500, Project Maps. The schedule should take any priorities into consideration. The schedule should also include projected start and end dates. Individual street quantities are described in Section 02500, Quantity Estimates. Prior to award, mutually acceptable milestones shall be determined by the Contractor and the City based on the schedule of working days discussed above. LIMITATION OF OPERATIONS Subsection 108.05 shall include the following: The work shall be completed within the following calendar months: JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC 3.s+�a ¢ ' DETERMINATION AND EXTENSION OF CONTRACT TIME Subsection 108.08 shall include the following: 1 Work hours shall be 7:00 a.m. to 6:00 p.m., Monday through Friday, or as approved by the Engineer. All Work is to be complete for a single project area within one hundred twenty (120) consecutive working days during the months of March through November. Once work required prior to the overlay is completed under separate contract, the Engineer will notify the Contractor that the area is completed. The Contractor shall then mobilize to the area within five (5) working days after receiving notification of its accessibility for arterial streets and within eight (8) working days after receiving notification of its accessibility for collector and residential streets. FAILURE TO COMPLETE WORK ON TIME Subsection 108.09 shall include the following: Failure to meet the agreed upon milestones, mobilize to an area within days specified, or fully complete the project in one hundred twenty (120) consecutive working days, shall result in liquidated damages assessed against the I Contractor. At the City's option, liquidated damages in the amount of $1,000.0.0 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 Q any costs incurred above and beyond the bid prices of the Contractor from any monies due the Contractor in lieu of liquidated damages. aEND OF SECTION Project Specifications -Page 8 of 43 REVISION OF SECTION 109 MEASUREMENT AND PAYMENT Section t09 of the Standard Specifications is hereby revised for this project as follows: Subsection t09.04 shall include the following: I. Price adjustments will be paid on a monthly basis for asphalt cement included in the work with the following conditions: A Payment will be based on the pay item quantities per the invoice for the following pay items when asphalt cement is included in the pay items: 403 Hot Nlix Asphalt (HMA) B Price adjustments may be either positive or negative dollar amounts. The intention of the monthly price adjustment is to account for direct price increases or decreases due to asphalt cement costs an/E. Any asphalt cement price decreases will also be passed on to the City in the form of a price reduction. C Vendor will be required to submit HMA monthly pricing including the asphalt cement supplier quote for the upcoming month at least one week prior but no later than the 2nd to the last business day of each month. D In the event a vendor does not submit new monthly pricing for the upcoming month, no material will be purchased from that vendor for that month. E No payments will be made to the vendor without receipt of the asphalt cement suppliers' invoice as verification of the asphalt cement price deviation from the original per ton bid price. The prices submitted for verification shall be for delivered asphalt cement for the respective month of invoicing. F Asphalt cement cost adjustments will not be made for any invoices falling wholly after the expiration of contract time. G No payment will be allowed for any HMA material that is deemed to not meet the specifications. The asphalt cement cost adjustment will be the sum of the individual adjustments for each of the pay items. No adjustment will be made for asphalt cement costs on items other than those shown above. EXAMPLE: The bid price per ton listed in Column I shall be valid and held firm for the entire month of April 28143he price listed in Column 2 will be the "Price Adjustment Factor" and shall remain fixed throughout the term of the contract. • Bidders will be required to state the April 20-14 asphalt cement price per ton. This will be the base price per ton. • Price increases based on the cost of asphalt cement will be allowed per the following: The vendor must use the amount stated for Item A (April 24122 asphalt cement cost per ton) as a base. If the per ton cost of asphalt cement rises, the amount of increase (the new cost per ton less the base amount shown in Item A) will be calculated as "Increment Units" that will be factored into the formula below to establish the amount of allowable increase for a ton of finished product. Each "Increment Unit" will equal $10.00 (example: a per ton increase of $35.00 for asphalt cement will result in 3.5 Increment Units). Partial increment units of 0.50 and above will be rounded up: partial units of 0.49 and below will be rounded down. Project Specifications -Page 9 of 43 SECTION 00530 ' NOTICE TO PROCEED Description of Work: 7222 Asphalt Overlay — 2012 Renewal To: Martin Marietta Materials Inc 1 This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. ' That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within _(_) calendar days from receipt of this notice as required by the Agreement. Dated this _day of , 20_ The dates for Substantial Completion and Final Acceptance shall be 20 and 20, respectively. City of Fort Collins OWNER ' By. Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20_. CONTRACTOR: Martin Marietta Materials Inc ' By. Title: UJ Section 00530 Page 1 REVISION OF SECTION 109 ' MEASURENIENT AND PAYMENT This formula will be used to calculate the allowable price increases for each finished product: Allowable increase = number of Increment Units x Price Adjustment Factor Note: The above calculation will also be utilized for any price decreases. Item A: The following bid price is based on the April 2012 price for: Asphalt cement (PG 64-22) 300.00 /ton I i I I 1 I I I I r MIX DESIGN COLUMN 1 COLUMN 2 Mix Design Method PRICE ADJUSTMENT FACTOR SHRP N DESIGN 75 OR 100 GR S (PG 64-22) with 20% RAP $ 3500 /ton $ 0.39 /ton The following example illustrates a price adjustment using the above examples: April per ton cost of asphalt cement='$300.00 May per ton cost of asphalt cement = $335.00 Note: the figure in Item A will always be the figure that is subtracted from each respective increase per ton cost of asphalt cement. Increment Units = $335.00 - $300.00 divided by $10.00 = 15 (rounded up to 4.0) 4.0 Increment Units x $0.39 Price Adjustment Factor = $1.56 Original Bid price per ton in Column l for GR S (PG 64-22) with 20% RAP = $35.00/ton New May price per ton for GR S (PG 64-22) with 20% RAP = $ 36.56 /ton BASIS OF PAYMENT Subsection 109.09 is revised to include the following: Payment will be made under: Pay Item pay Unit 109.01 Force Account -Asphalt Cement Cost Adjustment Force Account END OF SECTION Project Specifications —Page 10 of <13 f, I� REVISION OF SECTION 201 CLEARING AND GRUBBING ' Section 201 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS t Subsection 201.02 shall be amended to include the following: r Subsection 201.02 shall be amended to include the following: When tree roots are encountered during construction operations. the Contractor shall notify the Engineer prior to root removal. The Engineer and the City Forester's representative shall then make a determination regarding removal. When it is apparent that the tree roots have heaved the concrete section, the Contractor shall remove the section(s) of concrete as early as possible to allow time for inspection and to schedule root grinding operations, under separate contract. Root grinding will be scheduled as soon as possible to minimize delays in construction. ' Delays to concrete installation due to root grinding shall not be considered for additional traffic control payment or additional days added to the total contract working days but shall be anticipated in the Contractor's schedule. Where it is anticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent any damage to the roots with tools or equipment. Damage to roots during concrete removal shall be trimmed and cut with a sharpened, sanitized saw, cut orthogonally to its longitudinal axis as closely as practical, to leave the freshly cut root surface in a clean and smooth condition. Axes or other blunt objects shall not be used to cut tree roots. BASIS OF PAYMENT Subsection 201.04 shall be amended to include the following: ' All costs for removing tree roots shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work, and no measurement or payment shall be made separately for the removal of tree roots. ' END OF SECTION I 1 I I I Project Specifications -Page l t of 43 i REVISION OF SECTION 202 1 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 202.01 shall include the following: The intent of this specification is to specify materials and methods for the grinding of existing pavement sections to remove the pavement to a specified depth, the removal and disposition of the ground material, and the preparation of the surface of the base material disturbed by the grinding process. All workmanship and materials shall be in accordance with these specifications. I CONSTRUCTION REQUIREMENTS Subsection 202.02 shall include the following: All concrete marked for repair within areas marked for grinding shall be repaired prior to commencement of the grinding. The Contractor shall provide a smooth surface suitable for the installation of new pavement to follow. The finished surface shall be free from gouges, grooves, ridges, soot, oil film and other imperfections of workmanship. The completed ground surface shall have a uniform textured appearance. It is the intent of this specification that the finished cross section of the roadway will be improved to eliminate excessive crown, excessive lips at the gutter pan ' areas and that the overall ride quality of the roadway section will be improved. The existing pavement shall be ground to the depth specified. Allowable tolerance for the pavement removal shall be± ya" from the specified depth. In areas where the grinding process disturbs the existing subgrade/base course, the Contractor shall utilize a rubber tired roller to re -compact the surface. This item will not be measured and paid for separately but shall be included in the price for Removal of Structures and Obstructions (Grinding/Surface Preparation). If, in the opinion of the Engineer, the subgrade material/base course is unsuitable and will require additional grinding and/or excavation, the Engineer will direct the Contractor to perform the work in accordance with this specification, Section 203, "Excavation and Embankment". The method of work and payment are covered in the appropriate specification. Stockpiling of ground materials or cuttings shall not be permitted on the project site. All ground materials shall become the property of the City of Fort Collins and shall be delivered by the Contractor to the City's site at 1500 Hoffman Mill Road. A grinding machine shall be used by the Contractor to perform the grinding operation. The equipment shall be self- propelled with sufficient power, traction, and stability to maintain adequate depth of cut and slope. The equipment shall be capable of accurately and automatically establishing a finish profile grade along each edge of the machine within ± /4" of the specified depth. Q The grinding depth along the curb and gutter shall always be one inch (1 ") greater than the specified depth. This item will not be measured and paid for separately but shall be included in the unit price for grinding to the specified depth. t1l! The grinding machine shall be equipped with an integral loading and reclaiming means to immediately remove the materials being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. The machine shall be equipped with a means to control the dust created by the cutting action and shall meet or exceed all Qlocal, state and federal air pollution laws. 0 Project Specifications -Page 12 of d3 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS A skid -steer style planer attachment shall be used by the Contractor to perform the grinding operation with an approximate width of two (2") feet. The equipment shall be self-propelled with sufficient power, traction, and stability to maintain adequate depth of cut and slope. The Contractor shall also provide adequate backup equipment (mechanical street sweepers, loaders, water truck, etc.) and adequate personnel shall be provided to insure that all cuttings are removed from the roadway daily. It is the intent of this specification that the ground section will be paved back as follows: On streets where the grinding depth is such that the aggregate base course is to be replaced, the aggregate base course shall be placed the same day as the grinding and the bituminous paving (1st lift) within 48 hours of the grinding. The Engineer reserves the right to require that the ground section be paved back immediately in the case of grinding done on Friday in the event that severe weather is imminent, or in the case that the ground section presents an extreme safety hazard to the traveling public or inconvenience to the residents. In the event that the ground section is not paved back the same day as the grinding, the Contractor shall provide access to the residents as directed by the Engineer. In the event that the ground section is not paved back the same day as the grinding, the Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. The Engineer may require that the pavement grinding operation be referenced from an independent grade control in those areas where the existing curb and gutter or roadway surfaces have deteriorated. In the event that the entire pavement width along a section of roadway has not been ground to a uniform surface by the end of the work period resulting in a vertical longitudinal face exceeding one inch (1") in height, this longitudinal face shall be sloped in a manner acceptable to the Engineer so as not to create a hazard to traffic using the roadway during periods when the construction is not in progress. Transverse faces that are present at the end of the working period shall be tapered at a 3: l ratio (three (Y) inches horizontally for each one (1 ") inch of vertical drop.) The grinding machine shall not be operated within the close proximity to manholes, inlets, valve boxes and other obstructions that have not been lowered to avoid damage to these structures. (See Revision of Section 210 — Reset Structures for requirements for referencing structures during construction.) The approaches to and from these structures shall be tapered to allow a smooth transition over these structures to accommodate traffic flow over the manhole, valve box or other obstruction. For Collector and Residential streets, the allowable taper shall not be greater than one half inch vertical rise per one foot distance from the structure. For Arterial streets, the taper shall be as directed by the Engineer. All curbs, gutters and other surfaces shall be cleaned of all debris and left in a neat and presentable condition at the end of each working day. The Contractor shall use all means necessary to prevent the spread of dust and debris during the performance of the work. Where equipment comes into contact with tree branches and other plant material, the contractor shall exercise suitable caution to avoid damage to all trees, shrubs, and other plant material. All trimming shall be performed under the direction of the Engineer. Project Specifications -Page 13 of 43 r1 II� L� REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS METHOD OF MEASUREMENT tSubsection 202.11 shall be revised to include the following: 8 The accepted quantities of Grinding and Surface Preparation will be paid for at the contract unit price per square yard including haul. The removal of material in areas not accessible to the grinding machine will be paid for at the contract unit price for Grinding. Taper Planing shall consist of cold milling along the gutter at a depth specified by the Engineer, tapered to a depth on the other side of the mill of zero inches (0"). The width for Taper Planing shall be primarily six (6) feet. Taper Planing shall be paid at the contract, unit price per lineal foot. n BASIS OF PAYMENT u Subsection 202.12 is revised to include the following: aPayment will be made under: Pam Item Pay Unit 202.10 Grinding (Planing)/Surface Preparation Depth < 3" Square Yard 202.20 Grinding (Planing)/Surface Preparation Depth 3" < 5" Square Yard 202.30 Grinding (Planing)/Surface Preparation Depth 5" < 7" Square Yard 1 202.40 Grinding (Planing)/Surface Preparation Depth 7" < 9" Square Yard 202.50 Taper Planing Adjacent to Gutter Lineal Foot 202.60 Bobcat Style Milling < 3" Square Yard 202.70 Skid -Steer Style Milling — Additional Inch Thickness Square Yard - Inch The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in Grinding and Surface Preparation, including haul, complete -in -place, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION I Project Specifications -Page 14 of <13 REVISION OF SECTION 203 EXCAVATION AND ENI& NKNIENT Section 203 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 203.01 is revised to include the following: This work shall consist of removing and disposing of the existing pavement, base or other material, preparing the subgrade for the subsequent course, and placing borrow in accordance with the specifications and in reasonably close conformity with the lines, grades, and typical cross sections shown on the plans or as designated by the Engineer. All excavation will be classified, "General Excavation", "Muck Excavation", as hereafter described. The Contractor shall dispose of all excavated material. COSNTRUCTION REQUIREMENTS Subsection 203.04 is revised to include the following: The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. The excavation will be accomplished in the following manner: General Excavation: The pavement areas to be removed will be marked on the surface by the Engineer with paint. A straight vertical cut shall be made through the pavement to provide a square or rectangular opening, such that each edge will be parallel or at right angles to the direction of traffic. Wheel cutting, ripping, and tearing of asphalt using construction equipment such as a grader (blade) shall not be allowed. If, in the opinion of the Engineer, the subgrade material is unsuitable, it shall be removed to the limits and depths designated. After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the subgrade by compacting with a sheepsfoot roller, rubber tired roller and/or other compaction equipment as approved by the Engineer. The subgrade preparation shall not be measured and paid for separately, but shall be included in the contract unit price for General Excavation. Borrow material shall meet the grading requirement for Class I (Pit Run) or Class 5 (Road Base) Aggregate Base Course. (The Class 1 Aggregate Base Course sloes not need to be crashed and can be of the pit run variety provided it falls within the gradation requirements as shown in the Standard Specifications.) The material required for a specific location shall be directed by the Engineer Muck Excavation: Where excavation to the finished grade section (including Ceneral Excavation and Patching) results in a subgrade of unsuitable soil, the Engineer may require the Contractor to remove the unsuitable materials and backfill to the finished grade section with approved material (asphalt or borrow). After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the subgrade with a sheepsfoot roller, rubber tired roller, vibratory plate, steel drum roller, and/or other compaction equipment as approved by the Engineer. The subgrade preparation shall not be measured and paid for separately but shall be included in the contract unit price for Muck Excavation. Project Specifications -Page 15 of,13 Li REVISION OF SECTION 203 ' EXCAVATION AND ENIBANKNIENT Borrow: iBorrow shall be placed as directed by the Engineer. The minimum amount of borrow shall be one load (approximately ten (10) tons). The cost for water and compaction shall be included in the Contract Unit Price for Borrow. METHOD OF MEASUREMENT Subsection 203.13 shall include the following: General Excavation shall consist of the excavation of all materials of whatever character required for the work not being removed under some other item. Muck Excavation shall consist of the removal of unstable soils unsuitable for construction not being removed under some other item. The Contractor and the Engineer shall field measure and agree upon the excavated quantity before any further work continues. Should the Contractor fail to request the Engineer to measure any work and perform other work that would prevent the Engineer from measuring pay quantities, the Contractor shall not be compensated for materials not measured by the Engineer. The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard. Subgrade preparation, haul and disposal will not be measured and paid for separately. The accepted quantities of Borrow shall be paid for at the contract unit price per ton. Compaction and haul will not be measured and paid for separately. Material used for the "Haul and Place Recycled Asphalt" item will be provided, loaded, and weighed by the City at the Hoffman Mill pit. Payment will be per ton of material delivered and placed on the site. The unit price for Shouldering does not include material. BASIS OF PAYMENT Subsection 203.14 shall include the following: Payment will be made under: Pay Item Unit 203.10 Excavation —General Less Than l00 CY Cubic Yard 203.20 Excavation — General Over 100 CY Cubic Yard 203.30 Excavation — Muck Cubic Yard 203.40 Borrow — Less Than 100 Ton Ton 203.50 Borrow — Over 100 Ton Ton 203.60 Haul & Place Recycled Asphalt Ton ' 203.70 Shouldering Lineal Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all the work involved in Excavation and Borrow including haul, stockpiling, placing material, watering or drying soil, compaction, proof rolling, finish grading and disposal of unusable materials, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications -Page 16 of 43 REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 208.01 shall be revised as follows: This work shall consist of constructing, installing, maintaining, and removing when required, erosion control measures during the life of the Contract and at a minimum at all inlets to prevent or minimize erosion, sedimentation, and pollution of any state waters. Work shall be in accordance with the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction (latest edition), The City of Fort Collins Urban Drainage and Flood Control District Urban Drainage Criteria Manual, and the City of Fort Collins Environmental Standard Operating Procedures contained herein, Section 04000. Any loss of time or materials related to erosion and erosion control shall be the sole responsibility of the Contractor. Any damage to surrounding properties or facilities (either on site or offsite) related to erosion caused by construction of this project, will be the sole responsibility of the Contractor MATERIALS Subsection 208.02 shall be revised as follows: Contractor will submit the type of material to be used for erosion control measures prior to beginning the work. Straw wattles shall not be allowed. CONSTRUCTION REQUIREMENTS Subsection 208.03 shall be revised as follows: All erosion control measures must be installed prior to starting work It shall be the responsibility of the contractor to ensure that all roadways near the project are kept clean of construction debris. Inlet filters All storm drainage system inlets shall be filtered unless better treatment is available before water is discharged into streams or onto adjacent properties. These methods are applicable to existing and proposed drain systems that will be operational before the drainage basin is stabilized. Drop Inlets Drop inlets in unpaved areas shall be filtered with straw bales anchored with wooden stakes as shown in Figure D- 23. Drop Inlets in paved areas shall have gravel filters Figure D-24. Materials other than straw bales must be demonstrated to provide the same level of treatment before acceptance by Fort Collins. Straw bales shall be placed in a single row tightly butted end -to -end or overlapped and staked. The bales shall be installed to a minimum depth of four inches. After bales are installed and staked, loose straw will be wedged between bales and soil shall be backfilled three inches against the filter. Curb -opening Inlets Curb -opening Inlets shall be filtered with a combination of concrete blocks, 1/2 — inch wire screen and coarse gravel (3/4 — inch) constructed according to Figure D-25, or as Approved by the Engineer. Project Specifications -Page 17 of 43 i REVISION OF SECTION 208 EROSION CONTROL Maintenance 1 The contractor shall continuously maintain all erosion and sediment control features so that they function properly during site construction. See Detail SC-5 contained herein. All inlet filters shall be inspected and repairs made after each runoff event. Sediments shall be removed when one half the design depth has been filled. Sediments shall also be removed immediately from the traveled way of roads and streets. MATERIALS HANDLING AND SPILL PREVENTION Subsection 208.06 shall be amended to include the following: Appropriate Spill Kits shall be on site with each piece of equipment at all times during installation of the Work and during equipment maintenance and Fueling (see Section 04000 ESOP). The Contractor shall submit a description of the items contained in each Spill Kit for approval by the Engineer. METHOD OF MEASUREMENT Subsection 208.11 is revised to include the following: Payment for Wattles shall be made by the lineal foot for inlet protection at each location as required and accepted by the Engineer. The length shall be sufficient to protect the opening and sides of the inlet grate. A maximum of four (4) lineal foot additional to the opening width shall be paid. Excessive lengths shall not be paid. When a protection device is installed at a new location, whether the protection device is new or has been relocated, an additional lineal foot payment will be made for the protection of the location. A protection device shall be installed at load sites and on the downstream side of stockpiles, base piles, and truck washout areas, or as directed by the Engineer and shall not be measured and paid for separately. Excavation required for removal of accumulated sediment from traps, basins, and other clean out excavation of accumulated sediment, and the proper disposal of sediment, shall be considered incidental to the work and not be measured and paid separately. All construction material that enters an inlet due to the Work shall be removed from the inlet interior and removed L from the site to an approved disposal location. This work shall not be measured and paid for separately. Payment for Straw Bales shall be made per each bale properly installed and accepted by the Engineer. Street sweeping will not be measured or paid for separately but shall be incidental to the work. Erosion control measures used during saw cutting are considered incidental to all saw cutting operations and shall not be paid for separately. I I' Project Specifications -Page 18 of 43 11 REVISION OF SECTION 208 EROSION CONTROL BASIS OF PAYMENT Subsection 208.12 is revised to include the following Payment will be made under Pay Item Unit Units 208. t0 Rock Wattle Lineal Foot 208.20 Crumb Rubber Wattle Lineal Foot 208.30 Straw Bales Each 208.40 Silt Fence Lineal Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in installing, maintaining, removing, and relocating when required, erosion control measures, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications -Page 19 of 43 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 I ,I I i 11 I I I REVISION OF SECTION 210 RESET STRUCTURES Section 210 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS Subsection 210.02 is revised to include the following: Manholes, valve boxes, meter boxes, and all other similar structures located in the pavement shall be adjusted as noted below. Prior to beginning any construction on existing streets that will receive reconstruction and/or overlay, the Contractor shall mark on the curb and gutter with paint the location of all existing structures. These markings shall be maintained by the Contractor until the work has been completed and accepted by the Engineer. The Contractor shall do all work needed to ensure that said structures can be readily adjusted and shall have all necessary materials on hand prior to commencing the work. Contractor shall verify that manholes and valve boxes can be adjusted prior to the overlay. In the event they cannot be adjusted, or properly fitted with rings, the Contractor shall excavate and adjust prior to the overlay as noted below. All structures shall be adjusted to be 1/8"- 1/2" below the pavement. In locations where a structure to be adjusted is surrounded by a concrete collar, the concrete collar shall be removed and replaced with Hot Mix Asphalt. HBP Grading SG shall be used in all locations except as noted below. In locations where a structure adjustment takes place and no overlay is scheduled, HBP Grading SG shall be placed in the bottom of the patches and shall be left one and one-half (1 '/2 ) to two (2) inches below the existing street surface to allow the patch to be "topped" with a surface course material. The "topping" material shall be Hot Mix Asphalt Grading SX or S on residential streets and Grading S on arterial or collector streets. Hot Mix Asphalt used for "topping" material will be measured and paid for at the contract unit price for Patching. Pavement removal (concrete or asphalt) and placement of bituminous material (Hot Mix Asphalt) utilized for structure adjustment, including Grading SG and "topping" material (Grading S, SX), shall be paid for under the contract unit price for Patching. Subsection 210.10 is revised to include the following: The Engineer shall determine the method of adjustment for each structure. Valve boxes shall be adjusted by one of the following methods: Adjust by removing the existing pavement (concrete or asphalt), adjusting the valve by turning it to the proper grade, trimming the existing asphalt by cutting vertical edges, then spreading and mechanically compacting bituminous material. This item will be measured and paid for separately under "Adjust Valve Box", not including bituminous material. If the valve box cannot be turned up or can be turned up, but not sufficiently to achieve the proper grade or if the top section of valve box is in poor condition, the Contractor shall excavate around the top section of the valve box, and remove and replace the top section with a longer section. The top section part will be measured and paid for separately under the terms of this Contract. The excavation shall then be back filled with Non -Shrink backfill to the top of subgrade, and then material of the same grade and quality as the adjacent pavement shall be placed. Flowfill installation may be modified by the Engineer. A mix design for Non -Shrink back fill shall be submitted and approved prior to starting work. These items shall be measured and paid for separately under "Adjust and Replace Top Section of Valve Box", not including the top section part or bituminous material. Project Specifications -Page 20 of 43 11 REVISION OF SECTION 210 RESET STRUCTURES Non -Shrink backfill -- also called Flowable Fill or Unshrinkable Fill -- shall be a Portland Cement Concrete Nlix. The cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type UII. The minimum 24 hour strength shall be 10 psi and the maximum 28 day strength shall be 60 psi. The maximum aggregate size shall be one inch (1"). The minimum slump shall be six inches (6") and the maximum, eight inches (8"). The non -shrink backfill shall be consolidated with a mechanical vibrator. 3. Adjust with adjusting rings or Screw Type Adjustable Risers. These items will be measured and paid for under "Adjust Valve Box with Ring" or "Adjust Valve Box with Screw Type Adjustable Riser", including material (parts). The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If the Contractor is negligent and breaks the valve box, said valve box shall be replaced at the Contractor's expense. Adjusting rings for valve boxes shall be of the type manufactured by the Tyler Manufacturing Company or an approved equal. Valve Box Top Section, Screw Type Adjustable Risers, and Extensions shall be of the type manufactured by the Tyler Manufacturing Company, 6850 or 6860 Series, as approved by the Engineer. 4. All new riser sections shall be covered with a plastic sleeve, taped to the adjacent riser below, and have sufficient length to drape inside the riser to allow adjustment to the finished grade. When the riser is adjusted to the finished grade, the plastic sleeve shall be cut at the finished grade elevation. Manholes shall be adjusted by one of the following methods: 1. Adjust by removing an area of pavement (concrete or asphalt) with a minimum diameter one foot (1') larger than the structure (centered on the structure) by cutting vertical edges, adjusting the manhole by grouting concrete rings and/or utilizing metal shims to raise the structure to the proper grade, then spreading and mechanically compacting bituminous material. Patching around manholes shall not be square around any adjustment. This item will be paid for under "Adjust Manhole", not including bituminous material. 2. Adjust with adjusting rings. This item will be measured and paid for separately under "Adjust Manhole with Locking Ring". Standard/non-adjustable paving rings are not permitted on arterial streets, collector streets, or in the wheel path of a travel lane. Contractor shall verify that the manhole can properly be adjusted with a ring to the proposed grade prior to beginning the overlay. The Engineer may allow turnbuckle style paving rings that tighten into place securely When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the slope of the pavement in both the longitudinal and traverse directions. The inside shall be grouted when the Owner is The City of Fort Collins and shall not be grouted when the Owner is the Fort Collins Loveland Water District. Any manhole cover which is unstable or noisy under traffic shall be replaced by the Contractor. If a manhole or valve box is located in an area to be patched or cold milled, it may be adjusted as part of that operation utilizing one of the methods listed in the previous paragraphs. The adjustment will be paid for under the matching item. If the structure is adjusted during the grinding or patching operation, the Contractor shall place hot bituminous material around the structure as directed by the Engineer to insure that it will not be a hazard to vehicular traffic. The Contractor shall be responsible for immediately cleaning and removing any construction materials that may have entered the manhole, valve box, or other structures daring the construction process. Project Specifications -Page 21 of 43 7 Ll REVISION OF SECTION 210 RESET STRUCTURES In the event that a structure was not properly adjusted (i.e. too high or too low), written notice will be given by the Engineer to the Contractor requiring the Contractor to make the necessary adjustments within five (5) working days. In the event that the structure is not adjusted within said time frame, the Engineer shall have the right to engage a ' third party to complete the work, and to withhold the cost of such work from payments due the Contractor. The Engineer will also notify the Contractor in writing of any structures that were covered during the paving operation. The Contractor shall then have five (5) working days to make said structure accessible or will be subject to the constraints of the previous paragraph with respect to a third party completing the work. In the unlikely event that a structure is adjusted after the overlay is complete, the Contractor must exercise care not to damage the new pavement surrounding the structure. The "topping" material shall be Grading S or SX on residential streets and Grading S on arterial and collector streets. Grading SG shall be used for the bottom lifts as described in Revision of Section 403, Hot Mix Asphalt — Patching. METHOD OF MEASUREMENT Subsection 210.12 shall include the following: The accepted quantities of Adjust Manholes, Valve Boxes, and Meter Boxes will be paid for at the contract unit price per each. Non -shrink backfill, concrete, haul and disposal will not be measured and paid for separately but shall be included in the contract unit price for each type of adjustment. BASIS OF PAYMENT Subsection 210.13 shall include the following: Payment will be made under: Pay Item Unit 210.01 Reset Mail Box Each ' 210.02 Adjust Valve Box Each 210.03 Adjust Valve Box with Ring Each ' 210.04 Adjust Valve Box with Tyler 6860 Series, Item R 69, Screw Type Adjustable Riser Each 210.05 Adjust and Replace Top Section of Valve Box Each 210.06 Tyler 6850 Series, Item 58, 14" Valve Box Extension (Part Only) Each 210.07 Tyler 6860 Series 16" Valve Box Top Section Without Lid (Part Only) Each 210.08 Tyler 6860 Series 26" Valve Box Top Section Without Lid (Part Only) Each 210.09 Total Valve Box Replacement n Tyler 6860 Series, 30" Bottom Section Each W Project Specifications —Page 22 of ,t3 REVISION OF SECTION 210 RESET STRUCTURES 210.10 Adjust Standard Manhole 5 24" Each 210.11 Adjust Special Manhole > 24" Each 210.12 Adjust Manhole with Ring Each 210.13 Adjust Manhole with Locking Ring <_ 24" dia., <3" height Each 210.14 Adjust Manhole with Locking Ring < 24" dia., > 3" height Each 201.15 Adjust Manhole with Locking Ring > 24" dia, < 3" height Each 210.16 Adjust Manhole with Locking Ring >24" dia, > 3" height Each The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in adjusting structures, complete -in -place, including non -shrink backfill, concrete, haul and disposal, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications -Page 23 of 43 REVISION OF SECTION 306 RECONDITIONING/ASPHALT RECYCLING Section 306 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS Subsection 306.02 is revised to include the following: Reconditioning shall consist of scarifying and compacting the top 8" of the entire subgrade. Sufficient water shall be added to meet the density requirements as specified. The subgrade shall be thoroughly mixed and moistened to full depth and compacted as specified in Section 203.07. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.04 foot under asphalt or concrete pavement, or 0.08 foot under aggregate base course. The surface shall be tested prior to application of any base course or pavement. All defective work shall be corrected as directed. The surface shall be satisfactorily maintained until base course or pavement has been placed. Asphalt Recycling shall consist of homogeneously pulverizing and mixing the existing asphalt roadway and ' underlying base material to a depth as determined by the Engineer. Care shall be taken to insure that the recycling process does not extend into the subgrade material. The resulting mixture shall be pulverized and blended to the satisfaction of the Engineer and meet the following requirements: Minimum Passing 1'h" 97-100 % Minimum Passing No. I Sieve 60-65 % The equipment required for Asphalt Recycling shall be a self-propelled, rotary cross shaft mixing machine with a minimum of 400 horsepower and equipped with carbide -tipped teeth. This machine must be capable of making consecutive passes until the gradation requirement is met. The mixer shall be capable of pulverizing and mixing to a minimum depth of 12". The subcontractor performing Asphalt Recycling must have previous experience in the field of in -place Asphalt Recycling. METHOD OF MEASUREMENT Subsection 306.03 is revised to include the following: The accepted quantities of Reconditioning and in place Asphalt Recycling will be paid for at the contract unit price per square yard. BASIS OF PAYMENT Subsection 306.04 is revised to include the following: Payment will be made under: Pay Item Unit 306.01 Subgrade Preparation Square Yard 306.02 Asphalt Recycling (5-10") Square Yard The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in Reconditioning and Asphalt Recycling, complete -in -place, including compaction, wetting or drying, and finish grading, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications -Page 24 of 43 REVISION OF SECTION 307 STABILIZED SUBGRADE - CLASS C FLY ASH Section 307 of the Standard Specification is hereby revised as follows: DESCRIPTION Subsection 307.01 is revised to include the following: This item shall consist of treating the subgrade, existing sub -base or existing base, by pulverizing, adding Class C fly ash, and mixing and compacting the mixed material to the required density. This item applies to natural ground or embankment and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. MATERIALS Subsection 307.02 is revised to include the following: Fly Ash - Fly Ash shall meet ASTM C 618 for Class C Fly Ash. Water - The water used in the stabilized mixture shall be potable. CONSTRUCTION REQUIREMENTS Subsection 307.04 is revised to include the following: EQUIPMENT The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. All machinery, tools, and equipment used shall be maintained in a satisfactory and workmanlike manner. Fly ash is furnished in trucks. Each truck shall have the weight of fly ash recorded on certified scales. CONSTRUCTION METHODS General It is the purpose of this specification to secure a completed course of treated material which contains a uniform fly ash/soil mixture with no loose or segregated areas; has a uniform density and moisture content; is well bound for its full depth; and has a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work; to process a sufficient quantity of material to provide full depth as shown on the plans; to use the proper amounts of fly ash; to maintain the work; and to rework the courses as necessary to meet the above requirements. Preparation of Subgrade Before other construction operations are begun, the subgrade shall be graded and shaped to enable the fly ash treatment of materials in place, in conformance with the lines, grades, and thickness shown on the plans. Application The fly ash shall be spread by a method approved by the City Engineer at the rates shown on the plans or as directed by the Engineer. Fly ash shall not be applied when wind conditions, in the opinion of the Engineer, are such that blowing fly ash becomes objectionable to traffic or adjacent property owners. Project Specifications -Page 25 of 43 1 1 1 I 11 11 I REVISION OF SECTION 307 STABILIZED SUBGRADE - CLASS C FLY ASH During final mixing, the materials shall be sprinkled, as directed by the Engineer, until the proper moisture content has been secured. However, initial mixing after the addition of fly ash will be accomplished dry, or with a minimum of water, to prevent fly ash balls. Final moisture content of the mix, prior to compaction, shall not exceed the optimum moisture content of the mix by more than 2%, nor be less than optimum by more than 2%. Should the natural moisture content of the soil be above the specified range, aeration of the soil may be required prior to addition of the fly ash. Mixing The soil and fly ash shall be thoroughly mixed by approved road mixers or other approved equipment. The mixing shall continue until, in the opinion of the Engineer, a homogeneous, friable mixture of soil and the mixture should be added after initial mixing. There shall be a 6" overlap between passes to assure a consistent mix. Compaction Compaction of the mixture shall begin immediately after mixing of the fly ash and shall be completed within 2 hours following addition of water to the fly ash. The material shall be sprinkled as necessary to maintain the optimum moisture. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted to the specified density. All non -uniform (too wet, too dry, or insufficiently treated) areas which appear shall be corrected immediately by scarifying the areas affected, adding or removing material as required, and reshaping and re -compacting by sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. The stabilized section shall be compacted to the extent necessary to provide the density specified below. DESCRIPTION DENSITY For fly ash treated subgrade, existing subbase or existing Not less than 95% maximum dry density base that will receive subsequent subbase or base courses. (ASTM D 698) For fly ash treated base that will receive surface course. Not less than 97% maximum dry density (ASTM D 698) In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests as necessary will be made by the Engineer. If the material fails to meet the density requirements, the Engineer may require it to be reworked as necessary to meet those requirements or require the ' Contractor to change his construction methods to obtain required density on the next section. Throughout this entire operation the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the plans and to the established lines and grades. Blading should be terminated within 2 hours after blending of the fly ash. Should the material, due to any reason or cause, lose the required stability, density or finish before the next course is placed, or the work is accepted, it shall be reprocessed, re -compacted, and refinished at the sole expense of the Contractor. Reprocessing shall follow the same pattern as the initial stabilization, including the addition of fly ash. Finishing, Curing, and Preparation for Surfacing After the final layer or course of the treated subgrade, subbase or base has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. I Project Specifications -Page 26 of d3 I REVISION OF SECTION 307 STABILIZED SUBGRADE - CLASS C FLY ASH , (a) The resulting base surface shall be thoroughly rolled with a pneumatic fire roller and "clipped", "skinned", or "tight bladed" by a power grader to a depth of approximately 1/4", removing all loosened stabilized material from the section. Re -compaction of the loose material should not be attempted. The surface shall , then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present on the surface of the mixture, one complete coverage of the section with the flat wheel roller shall be made immediately after the "clipping" operation. When directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense, , uniform surface, free of surface compaction planes, is produced. The moisture content of the surface material must be maintained within the specified range during all finishing, and shall proceed in such a manner as to produce, in not more than 2 hours, a smooth, closely knit surface, free of cracks, ridges, or ' loose material conforming to the crown, grade and line shown on the plans. (b) After the fly ash treated course has been finished as specified herein; the surface shall be protected against rapid drying in a thorough and continuously moist condition by sprinkling for a period of not less than 3 �. days, or until the surface or subsequent courses are placed. METHOD OF MEASUREMENT Subsection 307.13 is revised to include the following: Fly ash treatment of the subgrade, existing subbase, and existing base shall be measured by the square yard to neat ' lines as shown on the typical sections. BASIS OF PAYMENT ' Subsection 307.14 is revised to include the following: Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement" will be paid for as follows: Pay Item Unit 307.10 Class C Fly Ash Delivered and Spread 12" Depth, 10% by Weight Ton , 307.20 Stabilize Subgrade — Tilled & Watered Square Yard "Fly Ash Treated Subgrade" will be paid for at the unit price bid per square yard. The unit price bid shall be full compensation for all correction of secondary subgrade; for loosening, mixing, pulverizing, spreading, drying, application of fly ash, and maintaining; for all curing, including all curing water and/or other curing materials; for all manipulations required; and for all hauling and freight involved; for all tools, equipment, labor, and for all materials necessary to complete the work, including fly ash, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION ,1 I Projec[ Specifications -Page 27 of 43 REVISION OF SECTION 401 PLANT NUX PAVEMENTS Section 401 of the Standard Specifications is hereby revised as follows: 1 MATERIALS I I 1 0 The following two paragraphs shall be deleted from Subsection 401.02 (a) (3) "A sufficient quantity of each aggregate for the Department to perform the tests specified in Section 3.2.,1 of CP 52." "The Contractor's proposed job mix formula for each hot mix asphalt grading will be tested by the Department utilizing materials actually produced and stockpiled for use on the project." Subsection 401.02 is hereby revised to include the following: Requests made in writing by the Contractor for changes in the job mix formula will be considered by the City Engineer. Ajob mix formula shall be determined by the Contractor and submitted to the Project Manager for approval a minimum of one week prior to the beginning of construction for each proposed change. The Contractor shall provide a report from an independent testing laboratory acceptable to the Project Manager. The report shall state the Superpave properties, optimum oil content, job mix formula, and recommended mixing and placing temperatures. The costs for alljob mix formulas shall be the responsibility of the Contractor. If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement used, the City may charge the Contractor for testing and evaluation of the mix designs, including the costs for calibration. Mix design verification testing shall be the responsibility of the Contractor. A minimum of one verification per mix design or one per 10,000 ton of mix used shall be provided to confirm oil content, gradation, air voids, VMA, and stability. CONSTRUCTION REQUIREMENTS Subsection 401.07 shall include the following: Plant mix pavement shall be placed only on properly prepared unfrozen surfaces which are free of water, snow, and ice. The plant mix pavement shall be placed only when both the air and surface temperatures equal or exceed the temperatures specified in Table 401-3, the dates coincide with Table 401-3A, and the Engineer determines that the weather conditions permit the pavement to be properly placed and compacted. ' Subsection 401.17 is hereby revised to include the following: ' All pneumatic tire rollers shall be equipped with rubber skirts. END OF SECTION 1 1 Project Specifications -Page 28 of 43 u REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 403.01 is revised to include the following: This work shall consist of placing the specified depth of Hot Mix Asphalt, Grading SX - Parking Lot Overlay and Basketball Court, Grading SX, Grading SG, or Grading S, over existing pavement or subgrade surfaces previously prepared by the Contractor or City of Fort Collins Crews, according to the latest edition of the Larimer County Urban Area Street Standards and the Colorado Department of Transportation Design Criteria. MATERIALS Subsection 403.02 is revised to include the following: Laboratory Mix Design - SHRP Mix, Grading S - The mix design shall be prepared by an independent laboratory acceptable to the Engineer. The criterion for the mix design is as follows: Designed according to most recent set of SUPERPAVE Specifications available at the time A request made in writing by the Contractor for changes in thejob mix formula or use of warm mix asphalt (WNIA) will be considered by the Project Manager. The design mix for Grading S, SX, and SG shall conform to the current Larimer County Urban Area Street Standards and the following: Property Test Method Grading S Grading SG Grading SX Minimum Dry Split Tensile CPL 5I09 Strength, kPa (psi) Method B 205 (30) 205 (30) 205 (30) Grade of Asphalt Cement Top Layer PG 64-28 PG 6d-22 PG 64-22 Grade of Asphalt Cement Layers Below Top PG 64-22 PG 64-22 PG 64-22 Voids in the Mineral Aggregate (VMA) % minimum CP 48 (a) (a) (a) Voids Filled with Asphalt (a) (a) (a) (VFA) % AI MS-2 (a) Current CDOT Design Criteria (b) Residential 75, Collector 100, Arterial 100 The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of Hot Mix Asphalt (HMA). This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. Project Specifications -Page 29 of 43 �r r r . r SECTION 00610 PERFORMANCE BOND Bond No. 016048989 rKNOW ALL MEN BY THESE PRESENTS: that r Martin Marietta Materials Inc (address)1800 N Taft Hill, Fort Collins, Colorado 80524 (an Individual), (a Partnership), (a, Corporation), hereinafter referred to as the "Principal" and r (Firm) Liberty Mutual Insurance Company (Address) 175 Berkeley Street, Boston, Massachusetts 02116 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte r Ave, Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Three Million Four Hundred Ninety -Nine Thousand Eight Hundred Sixteen Dollars and Fifteen Cents ($3,499,816.15 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 r Agreement with the OWNER, dated the 11th day of May, 2012, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project,7222 Asphalt Overlay — 2012 Renewal. rNOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any r 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 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 full force and effect. r r r r rRev10120/07 Section 00610 Page 1 r L 1 1 REVISION OF SECTION 403 HOT MIX ASPHALT A maximum of 20% reclaimed material (RAP) will be allowed for HMA Grading SG, S, SX in both top and bottom lifts. Emulsified Asphalt for tack coat shall be Grade CSS-lh. The tack coat shall consist of a 1:1 dilution (one (1) part emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.1 gallons per square yard. CONSTRUCTION REQUIREMENTS Subsection 403.03 is revised to include the following: The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. Regardless of the delivery temperature, the mixture shall not be placed for use on the roadway at a temperature lower than 225 F. The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious matter immediately prior to commencing the paving operation. Edges of the area to be patched shall be sawcut vertically, and perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat shall be placed against clean, vertical edges on all sides of the area to be patched. HMA SX and S, shall be placed in equal lifts two (2") inches. The minimum lift thickness shall be one and one half (lye") inch respectively. HMA Grading SG shall be placed in equal lifts not exceeding four (4") inches. The minimum lift thickness shall be three (Y) inches. Overlaying layers of HMA shall not be placed until the lower layer has cooled sufficiently to provide a stable material which will support the equipment without rutting, shoving or moving in any manner. Tack shall not be required between HMA layers installed on the same day if, upon inspection by the Engineer, the surface is clean and dirt and/or debris is not present. Tack coat shall be placed between all lifts when the lifts are installed on subsequent days. Any leveling courses placed shall be paid for at the contract unit price for Hot Mix Asphalt (HMA). ' Asphalt depths are specified per location in Section 02500, Quantity Estimate. Any deviation from the specified depths shall be approved by the Engineer prior to asphalt placement. ' METHOD OF MEASUREMENT Subsection 403.04 shall include the following: ' Hot Mix Asphalt (HMA) Grading SX - Parking Lot, SX — Basketball Court, SX, S, and SG, will be measured by the ton and paid for at the Contract Unit Price for Hot Mix Asphalt. Haul, bituminous materials, aggregate, asphalt cement, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each Hot Mix ' Asphalt item will not be paid for separately but shall be included in the unit price bid. Also see Section 109, Measurement and Payment. Load slips shall be consecutively numbered for each day and shall include batch time and weights. I Project Specifications -Page 30 of 43 1 REVISION OF SECTION 403 HOT MIX ASPHALT BASIS OF PAYMENT Subsection 403.05 is revised to include the following: Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement" will be paid for as follows: Pay Item Unit 403.01 HMA Grading SX - Parking Lot Overlay Ton 403.02 HMA Grading SX - Basketball Court Ton 403.03 HNIA Grading SX Ton 403.04 HMA Grading S, 64 - 28 Modified Binder Ton i 403.05 HMA Grading S, 64 - 22 Binder Ton 403.06 HNIA Grading SG Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Hot Mix Asphalt, including compaction, rolling, haul, surface preparation, and bituminous materials, complete in -place, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications -Page 31 of 43 REVISION OF SECTION 403 ' HOT NIIX ASPHALT - PATCHING Section 403 of the Standard Specifications is hereby revised as follows: DESCRIPTION ' Subsection 403.01 is revised to include the following: This work shall consist of excavating pavement areas to the specified depth, preparing the subgrade, and placing Hot Mix Asphalt in accordance with these specifications, and in reasonably close conformity with the lines, grades, ' thickness and typical cross sections shown on the plans or established. MATERIALS ' Subsection 403.02 is revised to include the following: The materials shall conform to the requirements of Revision of Section 403 - Hot Mix Asphalt found herein. CONSTRUCTION REQUIREMENTS ' Subsection 403.03 is revised to include the following: Patching will be accomplished in the following manner: A straight vertical cut shall be made through the pavement to provide a square or rectangular opening, such that each edge of the finished patch will be parallel or at right angles to the direction of traffic. Wheel cutting shall ' not be allowed. All patches placed in pavement not to be overlaid shall be saw cut. If, in the opinion of the Engineer, the subgrade material for the patch is unsuitable, it shall be removed to the ' limits and depths designated. If asphalt is to be placed in the extra depth, the Contract Unit Price for Patching shall be used for measurement and payment. If the deepened section is to be filled with Borrow, the excavation will be measured and paid for under Revision of Section 203 - Excavation and the material paid for under the appropriate item found herein. The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have ' been placed. After the excavation has been completed, the Contractor shall prepare the subgrade by utilizing a vibratory plate, roller, or other compaction device approved by the Engineer. After the area to be patched is prepared, the Contractor shall place an emulsified asphalt tack coat on all pavement cut surfaces and on the lip of exposed gutter and crosspan faces that abut these paving areas. ' Emulsified Asphalt for tack coat shall be grade CSS-Ih. The tack coat shall consist of a 1:1 dilution (one (1) part emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.1 ' gallons per square yard. Grading SG shall be used in all locations except in locations where patching takes place and no overlay is ' scheduled. e Project Specifications -Page 32 of,13 REVISION OF SECTION 403 HOT N IX ASPHALT - PATCHING Grading SG shall be placed in the bottom of the patches and shall be left one and one-half (1 '/2°) to two (2") inches below the existing street surface to allow the patch to be "topped" with a surface course material. The "topping" material shall be Hot Mix Asphalt Grading SX for residential streets and Grading S for arterials and collectors. Hot Nlix Asphalt used for "topping" material will be measured and paid for at the Contract Unit Price for Patching. In locations where concrete repairs take place in an area of a large patch or in grind areas and the grind operation does not immediately follow the concrete repair (three (3) days), the Contractor shall remove no more than six (6") inches of pavement. The pavement areas shall be temporarily patched with a minimum of two (2") inches of asphalt. These locations shall be paid under the Contract Unit Price for Patching. Regardless of the delivery temperature, the mixture shall not be placed for use on the roadway at a temperature lower than 225' F. Pavement areas to be replaced adjacent to concrete repairs shall be as soon as schedule permits. Areas requiring reduction in the quantity for Patching shall be deducted from the pay quantity using the following formula: Deduct 0.054 Tons Per Square Yard Inch METHOD OF MEASUREMENT Subsection 403.04 is revised to include the following: Patching and Arterial Patching will be measured and paid for at the Contract Unit Price per ton. The Arterial Patching item will be used when existing asphalt is equal to or greater than 10". Pavement cutting, excavation, subgrade preparation, haul, disposal, and bituminous materials will not be measured or paid for separately, but shall be included in the contract price for Patching or Arterial Patching. Load slips shall be consecutively numbered for each day and shall include the batch time and weights. BASIS OF PAYMENT Subsection 403.05 is revised to include the following: Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement will be paid for as follows: Pay Item Unit 403.07 HMA Hand Patching - Remove & Replace Ton 403.08 HNIA Hand Patching >10"_Remove & Replace Ton 403.09 HMA Paver Patching - Remove & Replace Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Patching, including pavement cutting, excavation, haul, disposal, surface preparation and bituminous materials, complete -in -place, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications -Page 33 of 43 REVISION OF SECTION 420 GEOTEYTILE PAVING FABRIC Section 420 of the Standard Specifications is hereby revised as follows: DESCRIPTION ' Subsection 420.01 is revised to include the following: This work shall consist of placing Geotextile Paving Fabric as manufactured by Phillips Fibers Corporation, Hoechst Fibers Industries, Amoco Fabrics Company, or an approved equal in designated areas in substantial compliance with the plans, specifications and as directed by the Engineer. MATERIALS Subsection 420.02 is revised to include the following: Geotextile Paving Fabric shall be a non -woven, needle -punched pavement reinforcing fabric which conforms to the following properties: Grab Strength, either direction, minimum (ASTM D-4632) 90 Ibs Elongation, either direction, minimum (ASTM D-4632) 50 percent Burst Strength, minimum (ASTM D-3786) 185 PSI ' Weight, minimum 3.6 oz./sq. yd. ' Asphalt Retention, minimum (TF25 #8) 0.2 gal./sq. yd. Melting Point, minimum (ASTM D-276) 300' Fahrenheit ' The tack coat to be applied to the road surface and/or to the Geotextile Paving Fabric shall meet the following requirements: Asphalt Cement AC-20 Emulsified and/or Cutback Asphalt shall not be used as tack coat for Geotextile Paving Fabric. CONSTRUCTION REQUIREMENTS Subsection 420.03 is revised to include the following: Surface preparation: The pavement to be repaired shall be cleaned and free of dirt, dust, water and vegetation. Cracks shall be cleaned and filled in accordance with "Revision of Section 403, Crack Sealing" of these Specifications. If the crack filling materials contain volatiles, adequate curing time must be allowed prior to ' placement of the fabric. The pavement must be cleared of all sharp or angular protrusions. Application of Tack Coat: The tack coat shall be applied at a rate in accordance with the manufacturer's ' specifications (approximately 0.25 gal./sq. yd). Application must be by a distributor. Temperature of the tack coat must be sufficiently high to permit a uniform spray pattern. The maximum asphalt temperature shall be 300' F. Subsection 420.04 is revised to include the following: ' Geotextile Paving Fabric Placement: The Geotextile Paving Fabric shall be placed into the tack coat with a minimum of wrinkles. Project Specifications -Page 34 of 43 REVISION OF SECTION 420 GEOTEYTILE PAVING FABRIC If Geotextile Paving Fabric folds greater than one inch (1") occur, the Geotextile Paving Fabric shall be slit and allowed to lie flat. Additional tack coat shall be placed as required to insure fabric bonding. If Geotextile Paving Fabric is placed adjacent to patched sections of roadway, the fabric shall overlap said patched section a minimum of 12 inches. All joints shall overlap adjacent fabric approximately 2-6 inches. Transverse joints of the Geotextile Paving Fabric shall be shingled in the direction of the paving to prevent edge pickup by the paver. Additional tack coat shall be uniformly applied to the joints and overlaps to insure bonding. It shall be the Contractors responsibility to maintain the Geotextile Paving Fabric until the overlay is complete. If the Geotextile Paving Fabric begins to be picked up, the Contractor shall immediately broadcast sand or hot mix asphalt over the area or "skin" the Geotextile Paving Fabric with Hot Mix Asphalt SC Type 1 or 2. Excess sand or hot mix shall be removed before paving. Sand used for this purpose will not be measured and paid for separately under the terms of this contract. Hot Nlix Asphalt (SC Type 1 or 2) used for this purpose will be measured and paid for at their respective contract unit prices per ton. Geotextile Paving Fabric shall be clean, dry and sufficiently bonded to the tack coat prior to commencing the paving operations. Paving operations shall be completed the same day as the Geotextile Paving Fabric placement. METHOD OF MEASUREMENT Subsection 420.09 is revised to include the following: Geotextile Paving Fabric will be measured by the square yard of surface area covered, complete in place, including surface preparation and AC-20 tack coat. BASIS OF PAYMENT Subsection 420.10 is revised to include the following: The accepted quantities of Geotextile Paving Fabric will be paid for at the contract unit price per square yard complete -in -place, including surface preparation and AC-20 tack coat. Payment will be made under: Pay Item 420.01 Geotextile Paving Fabric Pay Unit Square Yard The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing tack coat and Geotextile Paving Fabric, including haul and bituminous materials, complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications -Page 35 of 43 REVISION,OF SECTION 627 PAVEMENT MARKLNG Sub -section 627 shall include the following: DESCRIPTION ' This work shall consist of furnishing, installing, and removing temporary pavement marking in accordance with the latest revision of the Fort Collins Traffic Operations Manual, City of Fort Collins Work Area Traffic Control Handbook, Larimer County Urban Area Street Standards (LCUASS), Colorado Department of Transportation, and Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD) and in conformity to the lines, ' dimensions, patterns, locations, and details shown on the plans or established by the Engineer. CONSTRUCTION REQUIREMENTS ' Sub -section 627.10 is revised to include the following: Temporary pavement markings shall be suitable for use on asphalt cement or portland cement concrete pavements and shall be installed on roadways that shall be opened to traffic prior to permanent stripping by The City, and shall conform as follows: ' I. The surface to which the tape is applied shall be clean, dry, and free of dirt, oils, and grease. The tape/tab shall be pressed down immediately after application, until it adheres properly and conforms to the surface. 2. All roads shall have temporary pavement markings before they are opened to traffic unless City stripping ' crews have been scheduled to install permanent pavement markings prior to opening the road to traffic. 3 Markings applied to a final surface shall not leave a scar that conflicts with permanent markings. ' 4. Temporary markings shall be installed in such a way that the markings adequately follow the desired alignment. ' 5. Temporary pavement marking tape shall be required for all lane lines e. Lane lines shall be "tapped" intermittently with a 2' long by 4" wide reflective temporary strip at ' 50' intervals. f. It is the Contractor's responsibility to maintain the temporary markings, at the contractor's expense, until the permanent pavement marking is installed by City crews. ' 6. Removable pavement markings shall be installed in accordance with the manufacture's recommendations and maintained by the Contractor until permanent pavement markings are installed by City crews. ' 7. Temporary edge lines are not typically required unless specified by the Engineer. 8. All tape shall be removed by the contractor after permanent markings have been completed by The City. 1 BASIS OF PAYMENT Subsection 627,13 is revised to include the following: All costs for installing and removing temporary stripping shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work and no measurement or payment shall be made ' separately for the installation, removal, and maintenance of temporary stripping including as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications -Page 36 of 43 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 amended to include the following: 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 panels, variable message boards, barricades, channelizing devices, and delineators as required by the latest revisions of the City of Fort Collins "Work Area Traffic Control Handbook," the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the Latimer County Urban Area Street Standards (LCUASS), and the Colorado Department of Transportation Road and Bridge Standard Specifications (CDOT). In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. NIATERIALS Subsection 630.02 shall be amended to include the following: All traffic control devices shall meet or exceed the required minimum standards. Traffic control devices shall be clean and in good operating condition when delivered and shall be maintained 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, etc.) Sign blanks with sign faces on both sides must have the back sign face covered when in use to avoid confusion to motorists and bicyclists traveling in the opposite direction and residents potentially affected by information the sign may present. CONSTRUCTION REQUIREMENTS Subsection 630.10 shall be amended to include the following: The Contractor shall be responsible for ensuring safe passage through the work zone for vehicles, pedestrians, and bicycles. The City of Fort Collins shall not be responsible for any loss or damage to equipment due to theft or vandalism or 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. Two-way traffic shall be maintained at all times unless approved by the Engineer. Lane width shall be maintained at a minimum of ten (10') feet. The Contractor will provide 24 hour minimum notice to the City of Fort Collins Traffic Department when construction operations will be near a signalized intersection. Notification of residents and businesses shall be the responsibility of the Contractor, Contractor Representative, TCS or TCS Representative and shall consist of distributing letters indicating the nature of the work to be completed, any special instructions to the residents (i.e. limits on lawn watering during concrete placement, etc.), dates and times of the work, and parking and access restrictions that will apply. Sample letters shall be provided by the Engineer. Letters with the Traffic Control Plans shall be submitted for approval by Engineer and shall be distributed by the Contractor's representative a minimum of 48 hours prior to the commencement of each phase of the work. Project Specifications -Page 37 of 43 REVISION OF SECTION 630 ' CONSTRUCTION ZONE TRAFFIC CONTROL Devices temporarily not in use shall be removed from the area. Moving shall include devices removed from the ' project and later returned to use. Devices may be temporarily placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists, and vehicles, as approved by the Engineer. Traffic control devices shall be removed from the site immediately upon completion of the work for any street(s). TRAFFIC CONTROL PLAN Traffic Control Plans shall be submitted on City supplied forms and approved for all work locations/areas prior to commencement of any Work. Traffic Control Plans 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). Typical Traffic Control Plans shall be submitted for approval to the Engineer by 8:00 a.m. two working days (48 hours) prior to the commencement of work. Plans shall be delivered to the Engineer at 625 Ninth Street, Fort ' Collins. 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. ' A Traffic Control Plan shall be submitted for each Arterial and each Collector street scheduled for work. Each residential area shall have one typical Traffic Control Plan submitted for the area. When changes to the Traffic Control Plants) are necessary, a re -submittal for the area shall be provided for approval. ' The Traffic Control Plan shall include, as a minimum, the following: (1) A detailed diagram which shows the location of all sign placements, including advance construction ' signs (if not previously approved) and speed limit signs; method, length and time duration for lane closures, and location of flag persons. (2) A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panels; vertical panels with lights; Type I, Type II, and Type III barricades: cones; drum channelizing devices; advance warning flashing or sequencing arrow panels. Certain traffic control devices may be used for more than one operation or phase. However, all devices ' required for any particular phase must be detailed and tabulated for each phase. (3) Number of flaggers to be used. ' (4) Parking Restrictions to be in affect. (5) Detailed pedestrian and bicycle movement. Flagger stations shall be located such that approaching motorists, bicyclists, and pedestrians, shall have sufficient distance to safely stop at a specified location.. The Contractor shall maintain access at all times to businesses, schools, and residents and shall communicate their schedule 48 hours prior to beginning the Work. Project Specifications —Page 38 of 43 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Approval of the proposed method of handling traffic does not relieve the Contractor of liability specifically assigned to him under this contract. The typical quantity of Variable Message Boards shall be: Six (6) on Arterial streets, Four (4) on Collector streets, None on Residential streets. Variable Message Boards shall be placed a minimum of 5 working days prior to the project. For full closures on Arterials and Collectors, Variable Message Boards shall remain in place until completion of the project. For lane closures on Arterials and Collectors, message boards shall remain in place for two days after starting work. The Engineer 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 the duration of the Work on Arterials and Collectors. TRAFFIC CONTROL MANAGEMENT Subsection 630.11 shall be revised as follows: Traffic control devices and traffic control management shall be placed under the supervision of a Traffic Control Supervisor. 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 a current Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. Proof of certification shall be submitted to the City Traffic Control Manager and Engineer for all personnel assigned to the project. The Traffic Control Supervisor shall have approved traffic control plans for the work site and current copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the MUTCD, pertaining to traffic controls for street and highway construction, available at all times. 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 Engineer for approval a minimum of one week prior to commencement of the work. It is the intent of the specifications that the Head TCS be the same throughout the project, on site at all times during construction hours, and equipped with a cellular phone. The Head TCS shall be "on call" and available during non -working hours and a 24-hour telephone number shall be provided to the Engineer. The response time from the Engineer's contact outside of construction hours shall be 30 minutes or less and correction of the issue(s) shall be one (1) hour or less. TCS duties shall include, but are not 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 Subcontractors and suppliers. (4) Coordinate project activities with appropriate police and fire control agencies, Transfort, school districts, and other parties prior to construction. (5) Notify residents and businesses at least 48 hours prior to construction. Notifications may be accomplished by a representative of the Contractor, the Traffic Control Supervisor, or Flagger. Project Specifications -Page 39 of 43 I I Ll PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 1 itday of May 2012. IN PRESENCE OF: Kristy W. Kretzschmar , I . IN PRESENCE OF Principal- Martina Marietta Materials, Inc. Byron Creech Assistant Treasurer (Title) 2710 Wycliff Road, Raleigh, North Carolina 27607 (Address) Other Partners By: By: IN PRESENCE OF: Surety- Liberty Mutual Insurance Company i Rebeca L. Gomez Porras,Attorney-in-Fact Kristy W. Kra chmar By: 4309 Emperor Boulevard, Ste 300, Durham, North Carolina 27703 ` (Address) (Surety Seal)', - NOTE: Date rif.;Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 1 Rev 10120/07 Section 00610 Page 2 D 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 for emergency situations or relief of personnel for short periods of no more than 15 minutes over a 60 minute period. (9) Set up and removal of traffic control devices. (10) Maintain a project traffic control diary which shall become part of the City's project records. The diary/log shall be submitted to the Engineer daily and include the following information as a minimum: a Date ' b Time of the inspections c Project description and location d Traffic Control Supervisor's name e Type and quantity of traffic control devices used per approved NIHT ' 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 ' The Engineer reserves the right to request traffic control personnel be replaced when, in the opinion of the Engineer, the minimum industry standards for performing duties are not being met on site. ' METHOD OF MEASUREMENT Subsection 630.15 shall be amended to include the following: ' If streets are added or deleted from Section 02500, quantity estimate, Traffic Control payment shall be increased or decreased based on the unit cost percentage listed on the bid schedule per item 630.01 for the work performed. The Adjusted Contract Price shall equal the original contract price less items 630.01, 630.02, 630.03. Traffic control shall be paid based on the monthly cost of the total actual work performed using the aforementioned traffic control cost percentage. The total cost of the work for the month shall be multiplied by the established percentage and shall be added to the monthly pay application. Additions or deletions to the Work specified in Section 02500, "Quantity Estimate" Traffic Control quantities shall be paid under Change Order. "Construction Zone Traffic Control" shall include the cost for all traffic control necessary to allow the Contractor to complete the Work on the corresponding streets as shown in Sections 02500, Quantity Estimate and Section 03500, Maps, as required herein, as referenced in Figure 630-1 Typical Traffic Control Plan, and as directed by the Engineer. The price shall include devices, personnel, and all related equipment, and for doing all Traffic Control work, unless noted herein. "Additional Variable Message Boards" shall be measured and paid per day per each only when requested by the Engineer for special circumstances not already included under another item. ' "Additional Flagging" shall be measured and paid per hour only when requested by the Engineer for special circumstances not already included under another item. Hours of non -flagging work in excess of those authorized shall not be measured and paid for separately but shall be at the Contractor's expense. Project Specifications -Page 40 of 43 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Flagging shall follow the current MUTCD standards and shall be included in the Lump Sum price. The quantity of flaggers shall be determined by the classification of the roadway (Arterial, Collector, and Residential) and the Contractors' flagging needs based on the work being performed. Flaggers shall be provided with hand signs such as Stop/Slow paddles and electronic communication devices when required. Flagging equipment and devices shall not be measured and paid for separately but shall be included in the cost of the work under the corresponding street classification including personnel break times. Batteries, electricity, fuel for lighting or warning devices, sand bags, fencing, and caution tape shall not be measured and paid for separately and shall be considered a subsidiary obligation in conjunction with the Work. Flagging outside of construction work hours and flagging stand by time shall not be measured and paid for separately unless authorized in writing by the Engineer. All costs associated with Traffic Control Plan review shall not be measured or paid for separately, but shall be considered incidental to the Work including review and re -submittal fees. 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 Engineer. 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 as approved by the Engineer, however, no payment shall be made for the additional panel size. Business signs, Neighborhood Traffic Only signs and detour placard street names are notconsidered Specialty Signs and shall not be measured or paid for separately but shall be included in the cost of the Work under the corresponding street classification. FIGURE 630-1 TYPICAL TRAFFIC CONTROL PLAN ��OQOOf Or�OCt�o..C",�'Q L'3 "�1G74�i O��f4G(�C{CCTi�C'C�[�4ZO��.4� O 10811100 100 ARTERIAL STREETS - Shall include Flagging Personnel required for the road classification and the Contractor's daily work activities and six (6) Variable Message Boards in addition to the minimum signage required by the specifications. Project Specifications -Page 41 of ,13 �1 REVISION OF SECTION 630 ' CONSTRUCTION ZONE TRAFFIC CONTROL COLLECTOR STREETS - Shall include Flagging Personnel required for the road classification and the Contractor's daily work activities and four (4) Variable Message Boards in addition to the minimum signage required by the specifications. RESIDENTIAL STREETS _ Shall include Flagging Personnel required for the road classification and the ' Contractor's daily work activities in addition to the minimum signage required by the specifications. Residential streets shall not require Variable Message Boards. ' The City of Fort Collins Master Street Plan" map depicting the street classifications (Arterial, Collector, Residential) can be found at the following link: http://citydocs.fcgov.com/?dt=Master+Street+Plan+Map&dii=C[S+MAPS&vid=192&cnid=showdt BASIS OF PAYMENT 1 Subsection 630.16 shall be amended to include the following: Payment shall be made under: Pay Item Unit 630.01 Construction Zone Traffic Control Percent 630.02 Additional Variable Message Board Per Each Per Day 630.03 Additional Flagging Hour The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, ' and incidentals, and for doing all the work involved in setup/removal/modification, notifications and delivery for Construction Zone Traffic Control including vehicles, phones, sandbags, hand signs, break times, as shown on the plans, as specified in these specifications, and as directed by the Engineer. Project Specifications —Page 42 of 43 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE ENGINEER IN WRITING. NOTE: FULL CLOSURES ON ARTERIAL AND COLLECTOR STREETS SHALL BE ALLOWED UNDER EXTREME CIRCUMSTANCES AND ONLY UPON APPROVAL OF THE ENGINEER. PLANS SHALL BE APPROVED A MINIMUM OF TWO (2) 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 MAJORTRAFFIC 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 ARTERIAL AND COLLECTOR STREETS BETWEEN THE HOURS OF 7:00 A.M. TO 6: 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 ENGINEER SHALL AUTHORIZE SUCH WORK AdND SPECIFY THE REQUIRED DISTANCE FROM THE INTERSECTION. NOTE: TIME RESTRICTIONS ON S.H. 287 AND HWY 17 (COLLEGE AVENUE AND MULBERRY STREET EAST OF LEMAY) SHALL TYPICALLY BE RESTRICTED FROM 9:00 A.M TO 3:00 P.M. NOTE: CONSTRUCTION HOURS, EXCEPT FOR EMERGENCIES SHALL BE LIMITED TO 7:00 A.M. TO 6:00 P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, UNLESS OTHERWISE AUTHORIZED IN WRITING BY THE ENGINEER. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: FULL CLOSURES ON ALL RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE TRAFFIC CONTROL PLANS. END OF SECTION Project Specifications —Page 43 of 43 SECTION 02500 ' QUANTITY ESTIMATE This work shall consist of asphalt patching, asphalt overlays, surface grinding and preparation, geotextile paving fabric, ' and manhole and valve box adjustments on designated streets in the City of Fort Collins. Specific locations are described herein; however, additional quantities are included in the Bid Schedule for locations not yet identified at the time of the bid. All quantities stipulated in the Bid Schedule at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of payment shall be the actual amount of materials furnished and Work completed. ' Contractor agrees that he/she will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of Work actually performed and materials actually furnished and the estimated amount in these documents. I 1 1 I N { '— � 7• ,p O O O O O O O O O O O O O O O O O O .'] O J O O O J O O, O, O O O O O O O O O - 1 _ 1 1 l N ] 1 Mj ] , O O • O O J J G O O O O O O O O O O O O O O 7 J O O O J J J J O O J O O O O J O O J O O J O O O O O O O J J J O J 7 O O O O O O O O J O O O O O N > f 1 O 1 � •:' `,' i O O O G O O O �1`� O 1 0 O !1 O + O i J ! � O 1 } S , O O O O O O O J O O G O O J 1 G G "! ,•p 7 •L '. .� O O O O O O `. O O 3� (. O O O •'} O t O ! O V'1 1 Ei 7 '✓1 'JI 'J: 'A 'JI 'A JI 'JI 'J: 'JI r 'Jl � n y IM C'o 0 _ 'n m z I I d i 11 I O` ? 1 u •� m T G\ !'1 I z Ju) � ` .� !"'• • O J O O O J O O O O O O O O O i „� • � O '• J O O O O O O O O O O •O O O O O O O O O O "V O O O O O O O O O O O O O 1 ? I t � iil O 3 J O O O Vi O (O.1 � - J fl V1 /1 C` � /1 A C vl 7 N V ]O r•1 V - t` V^ t` M f 1 x _ 1 c:• �.. o o � o q o 0 0 q o 0 0 0 0 0 0 0 o J o J o o J o J� 0 J o o J J J o o J O b L J O. N __ v T � � •�1 - 'i 'i 'i 9 •fJ � • .- { Y - � ' Q i.i L J - � O . - 'ti Z .n 'A U U f d - � Z•O+ J V = ,•� O r � OZn-n... Zz`,- y5_=�� �.� 1 rn - - rn ✓f - - > J < L - - rn Z i Z 1 - �• :n rn . U r •1 Y J G _ _ v ' i cn Z Y z ' J 1�1 JI .� L J .� � J '1 I-.1 ❑ Y U - G Z � 4 n.�r,� -JO _ Z-�•r. ZU - 1 O Z G r � � � ,y 1 � i J � L :J � z J :i '� ` Li i S i •Z _ - [l 1 1 1 • �. � J � YJ b � ^ P - O Nl ^ V h Ci m 1-0 V h .( 22 _n - _O _O f 1 n I m 1 - ..1 y � CI - S V O J OJ N� 00 J70 'JOJ DOJO 0000' 000 J T `x,� YY N 7.3 F o 0 0 F F F F 1 :' F n n n :n rn rn rn JI ^^ C JI v; Z Z <<O- Y 4 G_ _ >F _ < _ -Z •. :_ .. ass r •O Y 'y 1 �_ �' %JI .. Z > Z F - - � _ ,^ 'n F J J L•J I I I I I I 11 I I I I I I I I 8' s 2 cl� T rj 0 00 cc CC: 2 L z Z. Z z z z 4 07 Cc Zc 2 2 L Z z z 2i z 'Illp p p r—I —1 �7 = 11 t4 14 Z: < N z: 2 Z z z Z Z Z Z Z 2 O O O O O C O J J O O J 7 J J O J O .l O O O O O C O O O O C O O 7 OJ 71 I O O C O O O J O O O O O O O O O ape- %� J O J O O O O O O O O O_ O C J_ O_ O_ O_ J O O J O O J J O O O J O O " h'. J+ +.'� ♦+ 1 O O O O J O O O O J O C O O O O O O O O O O O O O O O O O O O O n Ii♦ .'A I O O O J O O J O O O 'J O O O O O O O O �I � O O O O O O O O O O� 0 0 O O O •'i O J O O O O O O O O O O J O O J O O O O O O O O O O J J O J O O O O n ] I O J O O O_ O_ C_ O_ J O O O O O J O O O O O O O O J O O C O O O O O O O O O I � n int �•N O O O O O O O J O O O J J O O O - W� O O O O o O O O O O J O O O O O O ^.J O O 7 O OO O O J O J J OFMT1 O O O O O O O O O O O O O _ j 'J.'� 7 O O CD O O O O C O O 7 O_ C_ O_ O J O O C O O O + ' �+ '- 1 O O O O J J C 7 J J J 0 J O 0 0 O 0 O J C J O O♦ O O J O O C O •V ?_� T � _ r Y (D n n C p 2 GO Cz p0000000 _ O_ _ S O 0 0 0 0 n y C 7 L Z Z? 3 -n Y J �n N L C C Z Z z L C p C Z+ Cv O F U O ¢ -n Z vi < C J1 ' G n Z Z 1. `1 "v Z :n J J /: G L .- J J L' + O C ^ n 0 COO C O C n V j 000 Z Z'OZZGCCZ,Z,� n y f L 'n in < Z � y = Z Z p .. �J p�_ �_ -♦n ^' -_' ..n, _ _ _ V ^<i %i+r rJ%vJ1:G SZ aiJ N J ♦ Z - _ ZJ >> O 3n >G O O pp O OO - iZ ^Z 5JJ L ZZ Z Z Z ZG Z _. H [A -_; G,, I 7, < i n rn No Text I i I I 1] I 1 I _ ^— !` T C 7 I '� S N fl V_ b� �_ l� T O M (`I � CI M V O CI O O O N J J .T �/1 V• V ]� 7 r'1 M___ [�I V^�� O O O 1 7 0• O S it S O C C J. 'V, O O O C J J J J C fb _ S x Y['{ E� 1 ,.. T 'P ref N a C r � _�^•' C z J•. z0 1 C Y �^ C O❑ O ❑ � N U" <� s Q OZp0 C OOOOo 0 J 2 c �� �+ 3 0 3 0 0 0 o C',Z^Zsn'ZZCCC `�Z C40Z ZZOZZ �O Q'nsy� n nF.i v`ZI.'.. �I y 1' O s n C _ -. C s C ^' C C v Z ..� s ❑ Z C 7^ C C 0000 C C C C _ '� ., ^ � Cm m •`J o C =0 -0-;- � OO "000 CC I- .�Z JZ nZ Z'/_-� 0z Z '.' Z s Z L Z Z �'z^_ ~ C n ip "^ ry nCin o f 5v:J' J `yN 1> Z:JYY 3 Z �0000000 000 -i �n Z Z Z Z J' !n Z ti �j i; Z� Z Z 1 1 1= J Z O Z Z 1 Z Z Z 7 Z L Q p Z O Q Y / �i 0 0 �7 _ :_ J J} s a U Z 1 - :� in :n s 1 .n n �n :n n :n V •- -n rn CO v U � `1 = _ s �n c- - C` � J U C :L :L s r U - i a i O p O O O O O J O O p J J J J J J J O O J O O �• 7 .p. � J J J C O p C J J J J O O p N +t- I'T J T O O O O O O O O O O O J I � N - o In` N7 N-1• ^`. O O ..O JJf O F1O ,� G.N •I - r I.- I 1 i a � Z I nz Z J Z N Z Z <¢ w Z O s Z— z U U< << z z > > Z . `.• � � � <<¢m u m ram_ J OC O '^=• O O;� i> O OOu 3 C G — Z = Z v Q Y = Y C J I H [1 I I I I I 11 I I I _ rh _• '% •� = J O O 'J O 7 O 7 0 0 j J O J O O O>> O JJ j 7 J O =J 2 O N11 p yY - V � _� O O O O O O O O O O O O 7 7 O J O O O O O � 0 0 0 0 0 ,,5• b. T L C r a O O JO O 00 0 0 O O O ^ O P O J O O J J 7 O O O O O O O O O d � �• O O O O O O 7 O O O O O O N O � (4 O O O O O O 7 O 7 O O O J 7 0 0 0 O O O t O O 0 O O 7 O J J 7 O O ^.J 7 0 0 0 O '.J O O T•. TIO < f tii O O O 7 9 7 w •� �7 �7 7 �7 7 •'� o o u o 00 m rn= Z L V O :-. V U V .. i C G 5: J¢ "n Z J Z Z J J Y ;y Z 7_ -.. J L Z C'O • i > G Z Z Z >> Z ... i_ <<<tymm • O-oo ' ZO'O ry ON U 4O 'f. -•] Ji � J v N 'n 1 Jf •n � L• � Y .0 'n � V: Cl '/; � CI 'A 'A ^ ZDcl C = O ^ L Z Y 1 U __ _ O 7 .r .x � � .J ^ O _ M n M J M J Y Y J /•1 C O .. - O J O P C` 7t L U f � M % O O o �, 1'O '00 oJb o oob o 0 0 0 0 00 00 00 0 0 �Hs r � `2 eN � V J N' V L e _ < z. iZj,' < >> '� L . z O � s C -1 O •_ J Y F '" 1 < < � Z Z '1 • — is Z 1 — '11 s v O /+ n <- C. ❑ •• < J _ Z< O n 1 C. C.y Z n <n.Z Z Z r _ y C Z _ O _ 1 _ _ < O V � _ _ � Z_• in _<. -_ rn 'v' C ' Z .Z � �• n Z � G � L_ ,` < < Y � :i i _ - S Z N Z C < O I SECTION 03000 DETAILS Rock Sock (RS) SC-5 Straw Bale Filter Gravel Filter I I 1 I I I I i D23 D24, D25 I Rock Sock (RS) SC-5 Description A rock sock is constructed of gravel that has been wrapped by wire mesh or a ueotextile to form an elongated cylindrical filter. Rock socks are typically used either as a perimeter control or as part of inlet protection. When placed at angles in the curb line, rock socks are typically referred to as curb socks. Rock socks are intended to trap sediment from stormwater runoff that flows onto roadways as a result of construction activities. Appropriate Uses Photograph RS-t. Rock socks placed at regular intervals in a curb Rock socks can be used at the perimeter line can help reduce sediment loading to storm sewer inlets. Rock of a disturbed area to control localized socks can also be used as perimeter controls. sediment loading. A benefit of rock socks as opposed to other perimeter controls is that they do not have to be trenched or staked into the ground; therefore, they are often used on roadway construction projects where paved surfaces are present. Use rock socks in inlet protection applications when the construction of a roadway is substantially complete and the roadway has been directly connected to a receiving storm system. Design and Installation When rock socks are used as perimeter controls, the maximum recommended tributary drainage area per 100 lineal feet of rock socks is approximately 0.25 acres with disturbed slope length of up to 150 feet and a tributary slope gradient no steeper than 3:1. A rock sock design detail and notes are provided in Detail RS-I. Also see the Inlet Protection Fact Sheet for design and installation guidance when rock socks are used for inlet protection and in the curb line. When placed in the gutter adjacent to a curb, rock socks should protrude no more than two feet from the curb in order for traffic to pass safely. If located in a high traffic area, place construction markers to alert drivers and street maintenance workers of their presence. Maintenance and Removal Rock socks are susceptible to displacement and breaking due to vehicle traffic. Inspect rock socks for damage and repair or replace as necessary. Remove sediment by sweeping or vacuuming as needed to maintain the functionality of the BMP, typically when sediment has accumulated behind the rock sock to one-half of the sock's height. Once upstream stabilization is complete, rock socks and accumulated sediment should be removed and properly disposed. i Rock Sock Functions Erosion Control No Sediment Control Yes Site/Material Management No November 2010 Urban Drainage and Flood Control District RS-1 Urban Storm Drainage Criteria Manual Volume 3 November 2010 Urban Drainage and Flood Control District RS-1 Urban Storm Drainage Criteria Manual Volume 3 11 SC-5 Rock Sock (RS) I I I� I I r 11 e I IN' (MINUS) CRUSHED ROCK :LOSED IN WIRE MESH --I 0" ON BEDROCK OR ` HARD SURFACE, 2" IN SOIL WIRE TIE ENDS ` GROUND SURFACE RS U4" (MINUS) CRUSHED ROCK ENCLOSED IN WIRE MESH 4" TO 6" MAX AT CURBS, OTHERWISE C-10" DEPENDING ON EXPECTED SEDIMENT LOADS ROCK SOCK SECTION ROCK SOCK PLAN ANY GAP AT JOINT SHALL BE FILLED WITH AN ADEQUATE AMOUNT OF 0Y" (MINUS) CRUSHED ROCK AND WRAPPED WITH ADDITIONAL WIRE MESH SECURED TO ENDS OF ROCK ROCK SOCK, REINFORCED SOCK. AS AN ALTERNATIVE TO FILLING JOINTS TYP BETWEEN ADJOINING ROCK SOCKS WITH CRUSHED ROCK AND 12" 12" ADDITIONAL WIRE WRAPPING, ROCK SOCKS CAN BE OVERLAPPED (TYPICALLY 12-INCH OVERLAP) TO AVOID GAPS. ROCK SOCK JOINTING ROCK SOCK INSTALLATION NOTES I. SEE PLAN VIEW FOR: -LOCATION(S) OF ROCK SOCKS. GRADATION TABLE SIEVE SIZE MASS PERCENT PASSING SQUARE MESH SIEVES NO. 4 2 100 IYz„ 90 - 100 1 20 - 55 0 - 15 0-5 MATCHES SPECIFICATIONS FOR NO. 4 COARSE AGGREGATE FOR CONCRETE PER AASHTO M43. ALL ROCK SHALL BE FRACTURED FACE, ALL SIDES. 2. CRUSHED ROCK SHALL 8E IYZ" (MINUS) IN SIZE WITH A FRACTURED FACE (ALL SIDES) AND SHALL COMPLY WITH GRADATION SHOWN ON THIS SHEET (IS4" MINUS). 3. WIRE MESH SHALL BE FABRICATED OF 10 GAGE POULTRY MESH, OR EQUIVALENT, WITH A MAXIMUM OPENING OF Y1", RECOMMENDED MINIMUM ROLL WIDTH OF 48" 4. WIRE MESH SHALL BE SECURED USING "HOG RINGS" OR WIRE TIES AT 6" CENTERS ALONG ALL JOINTS AND AT 2" CENTERS ON ENDS OF SOCKS. 5. SOME MUNICIPALITIES MAY ALLOW THE USE OF FILTER FABRIC AS AN ALTERNATIVE TO WIRE MESH FOR THE ROCK ENCLOSURE, RS-1. ROCK SOCK PERIMETER CONTROL RS-2 Urban Drainage and Flood Control District November 2010 Urban Storm Drainage Criteria Manual Volume 3. Rock Sock (RS) SC-5 ROCK SOCK MAINTENANCE NOTES 1. INSPECT BMPs EACH WORKDAY, AND MAINTAIN THEM IN EFFECTIVE OPERATING CONDITION. MAINTENANCE OF BMPs SHOULD BE PROACTIVE, NOT REACTIVE. INSPECT BMPs AS SOON AS POSSIBLE (AND ALWAYS WITHIN 24 HOURS) FOLLOWING A STORM THAT CAUSES SURFACE EROSION, AND PERFORM NECESSARY MAINTENANCE. 2. FREQUENT OBSERVATIONS AND MAINTENANCE ARE NECESSARY TO MAINTAIN BMPs IN EFFECTIVE OPERATING CONDITION. INSPECTIONS AND CORRECTIVE MEASURES SHOULD BE DOCUMENTED THOROUGHLY. 3. WHERE BMPs HAVE FAILED, REPAIR OR REPLACEMENT SHOULD BE INITIATED UPON DISCOVERY OF THE FAILURE. 4. ROCK SOCKS SHALL BE REPLACED IF THEY BECOME HEAVILY SOILED, OR DAMAGED BEYOND REPAIR. 5. SEDIMENT ACCUMULATED UPSTREAM OF ROCK SOCKS SHALL BE REMOVED AS NEEDED TO MAINTAIN FUNCTIONALITY OF THE BMP, TYPICALLY WHEN DEPTH OF ACCUMULATED SEDIMENTS IS APPROXIMATELY Yz OF THE HEIGHT OF THE ROCK SOCK. 6. ROCK SOCKS ARE TO REMAIN IN PLACE UNTIL THE UPSTREAM DISTURBED AREA IS STABILIZED AND APPROVED BY THE LOCAL JURISDICTION. 7. WHEN ROCK SOCKS ARE REMOVED, ALL DISTURBED AREAS SHALL BE COVERED WITH TOPSOIL, SEEDED AND MULCHED OR OTHERWISE STABILIZED AS APPROVED BY LOCAL JURISDICTION. (DETAIL ADAPTED FROM TOWN OF PARKER, COLORADO AND CITY OF AURORA, COLORADO, NOT AVAILABLE IN AUTOCAD) NOTE: MANY JURISDICTIONS HAVE BMP DETAILS THAT VARY FROM UDFCD STANDARD DETAILS. CONSULT WITH LOCAL JURISDICTIONS AS TO WHICH DETAIL SHOULD BE USED WHEN DIFFERENCES ARE NOTED. NOTE: THE DETAILS INCLUDED WITH THIS FACT SHEET SHOW COMMONLY USED, CONVENTIONAL METHODS OF ROCK SOCK INSTALLATION IN THE DENVER METROPOLITAN AREA. THERE ARE MANY OTHER SIMILAR PROPRIETARY PRODUCTS ON THE MARKET. UDFCD NEITHER NDORSES NOR DISCOURAGES USE OF PROPRIETARY PROTECTION PRODUCTS: HOWEVER, IN THE EVENT PROPRIETARY METHODS ARE USED, THE APPROPRIATE DETAIL FROM THE MANUFACTURER MUST BE INCLUDED IN THE SWMP AND THE BMP MUST BE INSTALLED AND MAINTAINED AS SHOWN IN THE MANUFACTURERS DETAILS. November 2010 Urban Drainage and Flood Control District RS-3 Urban Storm Drainage Criteria Manual Volume 3 I I I r�� lJ I I I Area In(ec .11 ^ l Straw Ba lea Staked with 2- Stakes Per Bale A p e a a p a l p I I C n a a S o p p a A PLAN VI EW Stake. --I r— Twine Runoff Gompac�ed Soil i t, Filtered Wafer 5ECT-ION A -A ' General Notes: ' 1. Wedge loose straw between the staked bales. 2. Inspect and repair filters after each storm event. Remove sediment when one half of the lifter depth has been filled. Removed sediment shall be deposited in an area tributary to a sediment basin or other filtering measure, 3. Sediment shall be removed immediately Ifrom traveled way of roads. FtGI°i E 6.2 AREA INLET FILTER STRAW BALES CITY OF. -FORT COLLINS, COLORADO STORMVVATER UTILITY APPROVED BY: DATE: REvISiONS: D-2 3 I I WireScreen— (Apprrox. M Concref2 Block -C-rdv9i Fd; er CAPProx. ;�e."rile ne�-2r) Area Inlet FLAN Vf EW Gravel Fiftzr Ove: ;''low ConcrObz Bloc'.( r-- Wire Screen Runos= IU�IC Gravel Filter Fi Iterecl Weser SECTION A -A General Notes: 1. Inspect and repair filters a Ler each storm event. Remove sediment when one half of the filter depth has been filled. Removed sediment shall be deposited in an area tributary to a sediment basin or other filtering measures. 2. Sediment and gravel shall be immediately removed from traveled way of roads. FIGUU 6.3 AREA INLET FILTER GRAVEL CITY OF FORT COLLINS, COLORADO STORMWATER UTILITY A?=QOVED BY: DATE: ncdESiONS; D-2c I 1 C] I SECTION 00615 PAYMENT BOND Bond No.016048989 KNOW ALL MEN BY THESE PRESENTS: that Martin Marietta Materials Inc (address)1800 N Taft Hill, Fort Collins, Colorado 80524 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and (Firm) Liberty Mutual Insurance Company (Address) 175 Berkeley Street, Boston, Massachusetts 02116 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 Million Four Hundred Ninety -Nine Thousand Eight Hundred Sixteen Dollars and Fifteen Cents ($3,499.816.15 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 11th,day of May, 2012, a copy of which is hereto attached and made a part hereof.for the performance of The City of Fort Collins project, 7222 Asphalt Overlay — 2012 Renewal. ' 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 I 1 I 1 Rev 10r20/07 Section 00615 Page 1 PAGE 32 G-t2va4 a�ameter} wire Screen --� (Approx. i ,Mesh) �.orGrZLeJ Block PLAN VIEW CVarFlow Fil>'er, 11,lc�2' RunoF= inle?= SECTION A -A General Notes: --CURB INLET FILTER 1. Inspect and repair filters after each storm event. Remove sediment -when GRAVEL one half of the filter depth has been ' filled. Removed sediment shall be de- CITY OF FORT COLLINS, COLORADO posited in an area tributary to a sedi- STORWiATER UTILITY men, basin or other filtering measure. APPROVED 3y: 2. Sediment and gravel snail be immediately ()A. c: removed from traveled -way of rows. PEVISIGNS: F T G U 6.4 D-25 SECTION 03500 PROJECT MAPS INDEX (in alphabetical order) Busch Dr (patching only) Dunbar (overlay and patching) Evergreen Park (overlay only) Fossil Creek (patching only) Fossil Lake (patching only) Glenmoore (overlay) Hampshire Square (overlay and patching) John F Kennedy (overlay and patching) Lake Sherwood (overlay and patching) Parkwood East (patching only) Prospect 2 (overlay and patching) Remington St (overlay and patching) S. Lemay (HIP preparation) South Glen (overlay and patching) Southridge Greens (overlay and patching) Sunstone Village (overlay and patching) Timberline (HIP preparation) Trilby (HACO preparation, stabilization, 3" overlay and patching) Westgate (patching only) Whalers Cove (overlay and patching) Ziegler Rd (HIP preparation and patching) Fo�tCollins BUSCM AREA w SIJCeLS � Fort Collins RENA9 — 2012 Recon•.trvcCOverlay — 2012 MAC Overlay ® 2012 hot -In Place Recycling � 2012 Concrete Preparation for 201 3 SURFACE TREATMENT ® 2012 Slurry 2012 Cape Seal — 2012 Chip Seal . 201 2 Concrete Preparation for 201 3 w Q O FREMONT CT w U) U � U) Cr In U.1 HYC, m O Im DEWEESE ST DORA ST DUNBAR AREA w oV W DRAKE RD CT INGS DR � w 0 o ry a COF Dunbar z 2 J w a. o U � U z O F- H Oor Q �it/ J h U r7 wswq�<owRo Si, UX BLVD qr EFFINGHAM ST �C\� 0 — w rn �c > w w O w w BEDFORD CIR Q CO m w N Revised: Jan 30, 201 2 1 FortCotljps EVERGREEN PARK AREA W �E S'SCC15 REMAB N — 2012 Reconstruct/Overlay 7- - 201 2 MAC Overlay Q e 2012 Mot -In Place Recycling N �% e 2012 Concrete Preparation for 2013 � 9Z0 m BRAMBLEBUSH ST w co Lu BAYBER�� QLUPINE DR G 47 O� Evergreen Park Q/cP 1 GROUSE CIR L RUN oI, r COULTER ST O cl > Q Q FOkTAI� Lu BRFWF R ST z �R 0 SITI ST W W z Z O 0- 2 CD U - CONIFER ST Of w J O 7 � I o... __-J. I__ I 1f l Fort Collins P0551L CREEK AREA Sveeis W � `_ E REHAB ® 2012 Re r5tr ct/Overlay s 2012 hAC Overlay S ® 2012 hot -In Place RerycLng ® 201 2 Concrete Preparation for 2013 TyRIDGE GREENS BLVD SURFACE TREATMENT ® 2012 Slurry / — 2012 Cape Seal Cy/ ® 2012 Chip Seal /V ® 2012 Concrete Preparation for 2013 Z o� o SHADBURY CT / \ LFOSSII Creek e SATURN OR SAINT MICHAELS OR ARRINGTON CT gO � E SKYWAY DR pLU v ~ Qco Z Q JO/ Z c c -I w w J 9A:4►691 CT A B UC/y=MARSHALLST � ZO O 0 w Q Q LU w J U) No Text �,C:ty+r„n,�� (_I FI\IAAnr)p nPFo w��_ Fois MAMPSHIRE SQUARE AREA Streets rCkyof._II.-- I/ 1 L J A I C V C A I A I C P' 1\/ A M C [I 1 1 1 1 1 1 i 1 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 1 italay of May 2012 . IN PRESENCE OF: W. Kretzschmar -(Corporate, Seal) IN`PRESENCE OF: Principal- Martin Marietta Materials, Inc. reech, Assistant Treasurer (Title) 2710 Wycliff Road, Raleigh, North Carolina 27607 (Address) Other Partners 1 IN PRESENCE OF: Surety- Liberty Mutual Insurance Company For,,', Rebeca L�Gomez o�rras, orney-In-Fact Kristy'W Kretzschmar By:,4404 Fmnernr Ro levard Ste 100 Dijrhnm North Q rolina 27703 r (Address) (Surety "Seal)_. 1 NOTE: bate -of -Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. i 1 Rev 10120/07 Section 00615 Page 2 1 FortCollins LAKE SHERWOOD AREA Suaan W �y�E E DRAKE RD REHAB 2012 Recon5t 0tOverlay 2012 HAC Overlay e 2012 hot -In Place Recycling T - 2012 Concrete Preparation `or 2013 5URFACE TREATMENT ZI ® 2012 51urry 2012 Cape Seal Z 2012 Ch.p 5eal YUCCA C� e 2012 Concrete Preparation for 201 3 Z O V� ' O CO 2 0 � O O � w �k w DR o� vi G � �AKESNOR� Lake Sherwood l � SHERW OD DR v Ira - UV ®r 7- 0 UC) OO O 0OZ OZ LU Li O 23, 201 City of C'.,+f`..II:.... PAPICIA// r)n FACT APFA __�—. WAIF': E Fort Collins REMINGTON AREA SVeets S I r[RfMABconstruct/Overlay �4C Gj Overlay2012 HoGln Place Recycling2012 Concrete Preparation for 2013 QRFACE TREATMENT 2012 Slurry 2012 Cape Seal '® 2012 Chip Seal ® 2012 Concrete Preparation for 201 3 ��1Q E MOUNTAIN AVE Remington E OAK ST w fn w Z v~i w w J J cD Z = O w Q W OLIVE ST E OLIVE ST Revised: Jan 30. 2012 Fort Collins S LEMAY AREA E �e�l= ' REHAB — 2012 Reconstr ct/Overlay — 2012 NAC Overlay — 2012 hot -In Place Recychmg — 2012 Concrete Preparation for 2013 5URFACE TREATMENT — 2012 Slurry — 2012 Cape Seal — 2012 Chip Seal — 2012 Concrete Preparation for 201 3 11 HUNTIGTHILL DR FOSSIL CREEK PKWY 0 of e MARSHALLS� Gay O 9�3 0 T PRESCOTTST \4O O`er ri Sp PAP T U p m m COUR;� �- Z9� NP OAR ESTBOURN CT U) H MUIRFIELD WAY O 11 S Lemay / <1PSANTDR ONPL 10 QP c 0 L) CH/CKgDE C� z F Cr a w a I CLIFFROSE CT 09 T cT y NKEYE ST T_ 2 \2 OA G� dLEAC'� 21( U w w w LU � w z O 0 ' c7 _ E TRILBY RD Fort Collins. �6 Svsma SOUTf1 GLEN AREA 5 r E W HORSETOOTH RD Recoretruct/Overlay HAC Overlay Hot -In Place Recycling Concrete Preparaton for 2013LU 7Com�e"Freparation E TREATMENT Slurry U) UZ Cape Seal Chip Seal W W Concrete Preparation for 201 3 Q > _ II BONITAAVE WABASH ST DENNISON CT Z Q 33. South Glen U DENNISON AVE W ON CT M PP Revt5ed: Apnl 23, 2012 Fort Collins SOUTHRIDGE GREENS AREA wE a1a REHAB e 2012 ReConstrvcUOVerlay K n e 2012 HAC Overlay DR ® 2012 Hot -In Place RecycLng — 2012 Concrete Preparation for 2013 SURFACE TREATMENT L N 2012 51urry BERRY CT — 201 2 Cape Seal 0 2012 Chip Seal — 201 2 Concrete Preparation for 2013 w w w J U) OAK LEAF CT GREENS DORAL PL OFT CT DEERCR o Southridge Greens FR\� FRONT NINE DR %_N V� MUIRFIELD WAY o.....__1. i.._ r on i o Cityof WJL E Fort Collins SUNSTQNE VILLAGE AREA City ( J E , /`F\ort Collins TIMBERLINE AREA �� Sireeu Cityof ' Fort Collins TRILBY AREA w��E ` Sveuts - FOSSIL CREEK DR r PEMAB m 2012 Reconstruc40ver1ay y d B�F — 2012 MAC Overlay ® 2012 Mot Place Recycling ➢ O -In 0 0 2012 Concrete Preparation for 2013 H LLVIEW CT Z r suRPACe rReArMeHr SCENIC DR r SM KEY ST ® 2012 Slurry 2 4� — 2012 Cape Seal A qTF MILKY Wui p ® 2012 Chip5eal ® 2012 Concrete Preparation for 2013 L'/. E SATURfU D� J FRRy m SWAYS_ , z F ¢ ' z MIDWAY DRco w CHA RINGTON CT v W S YWA1 DR ¢ z E SKYWAY D � O m m Trilby °�' 4I',q w T y ¢ z w Y w 00Lu ¢ JOHNS LN P� cn m O Y A o VIVIA ST LA EDA LN I z z J E TRILBY RD W T ILBY D A GARY UK RI K DR m < O RRESTAL D A0,4 D z T UXUN OR AMgH D A o a FLAG ERGO o Lu co Cl H pSON CT Ok o [Ifw REEVES DR w EC DR w Cu O pie ' ST RA 9� o cw7 \C1P w O o 0 w I SON STcl z O f ACE CT a ¢ ¢ 0 PRI NETT CT w w ' NSEN DR O yL o U) Kin �q<FRD R pEy oR �O � RF ' /NGSO OLE DR R CARPENTER RD RUBY R DIA ONO DR COLLA ?ARK PLACE DR ✓� EL CT O ¢ O z Z w O o �Qi P J Z O ]E O = P rn TURMAN DR Revised: April 23, 2012 No Text No Text Fort Collins WHALERS COVE AREA wr- �� Svents 2012 Reconstvct/Overlay e 2012 MAC overlay ® 2012 Not -In Place RecycLny 201 2 Concrete Preparation for 2013 SURFACE TREATMENT ® 2012 Slurry 2012 Cape Seal (— 2012 Chip Seal — 2012 Concrete Preparation for 2013 a City Limits 91 E HARMONY RD BRFgkwgTFR �R HARBOR Whalers Cove SyOR //v CT U_ w m E HARMONY RD WAY 9 MONr ycF CT w 0 HAXTON DR City of Fort Collins ZIEGLER RD AREA w—y-�-E i I REHAB E HO SETOOTH RD — 2012 ReconsGvctfOverlay — 2012 HAC Overlay — 2012 Floc -In Place Recydmy — 2012 Concrete Preparation for 2013 O� Z x ' NEWGATE UO� ��O �0 �4? ICHELLE LN ^' — R1SON RD STONEHAVEN DR MESA VERD,,, ,Q N TO��RDQ7 w ,RA TETONPADDING m O O DR On HARVEST PARK LN di -,to J z O J O ° Zh J 00 GOUNTY F IR LN \NDIGO Cl EBARK DR AVENAC DIGO CIRE RUFF WAY 10 m 0 0DLE CREEK OR SAGE CREEK RD BRUSH CREEK OR I KECHTER RD E HARMONY RD } Y a Ziegler PRECISION DR ROCK CREEK DR MARIAH LN CHINOOK LN zl J O LE FEVER DR tl U) a GALILEO D �.r+oolvror� LN P ER DR OP SPgEROgr \G ER DR DR ¢ LITT\-e') I n FULL MOON DR a Ct: ECLIPSE LN O � a STAR GAZER DR Roused: A nl 23, 2012 SECTION 04000 EROSION CONTROL AND INLET PROTECTION INDEX OF EVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP) New Construction Activities for Municipalities 1 of 2 Street, Curb, and Gutter Replacement and Construction 1 of 3 Street, Curb, and Gutter Maintenance 1 of 3 Spill Prevention and Response 1 of 4 Utility and Storm Sewer System Maintenance 1 of 4 Utility and Storm Sewer System Replacement and Construction 1 of 3 Power Washing 1 of 2 Vehicle Fueling 1 to 3 Outdoor Fleet Maintenance 1 of 4 Heavy Equipment and Vehicle Maintenance 1 of 4 For More Information Name Address City, State Phone e-mail Possible Pollutants Sediment Chemicals Organics Trash Good Housekeeping Waste Management Employee/Contractor Training Proper Cleanup and Disposal Procedures Related Procedures Heavy Equipment and Vehicle Maintenance Parks and Open Space Maintenance Spill Prevention and Response Street, Curb, and Gutter Replacement and Construction Utilities and Storm Sewer System Replacement and Construction Vehicle Fueling New Construction Activities for Municipalities Description This fact sheet covers new construction activities disturbing less than one acre not subject to a CDPS Construction permit. New construction includes, but is not limited to buildings, structures, capital improvements, roadways, and recreational components such as trails, restrooms, and other structures. Procedures provided are general in nature and can be applied to any scale or type of municipal construction. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures Obtain all applicable federal, state, and local permits for construction projects. ■ The Colorado Stormwater Construction General permit applies to construction sites disturbing one acre or more, or less than one acre but part of a larger common plan of development. ■ A larger common plan of development is defined as a contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules under one plan. ■ A dewatering permit may be required if construction activities require the removal and discharge of ' groundwater offsite. ■ A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted ' in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. ' Applicable sediment and erosion controls may be installed, such as inlet protection, silt fence, sediment ' traps, erosion control logs, check dams, and vehicle tracking control. Sediment and erosion controls will be Pagel of 2 , I I • 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 City of Centennial SOP: New Construction SOP, August 2007. ' Mesa County, Mtinicipal Operations and Maintenance Program, July 2005. Page of 2 _xT.c ... ..:i` _ .-'.,�.' 4..✓'e�..{r r... ,:•.bw _.rt4n. ..u:'.ti�.i•E 'aCr r,.t`r:.na.v.ne€<XsrDswtsx;?V�f'"-l�r"��Se ecr.:vtS.�`.aad�C?^r'�'S-.xi^`.'@s�,;'�:ii'„u'.'�riY�'�f y...sa4.ir•:. �..5�*.>`F-n�ER i Street, Curb, and Gutter For More Information Name Replacement and Address Construction City, State Phone Description e-mail Procedures involving the replacement and Possible Pollutants construction of streets, curbs, and gutters have the Fine-grained sediment 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 contract should specify that the contractor is Dumpster/Waste Management 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. 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 be discarded material containers should properly 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 non-structural controls will be used, such as construction, practicable, phased 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. D I 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. • 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 Ptcblic Works: Asphalt and Concrete Program, No Date. City of Centennial, Department of Public Works: Asphalt Program, No Date. PACE, Stormavater Best Management Practices: Street Maintenance, No Date. Optional Additional Resources Concrete truck washout BMP specifications. Gravel road maintenance procedures. [J .:For More Information i .l Name Address I ' City, State Phone ' e-mail i Possible Pollutants ! Fine-grained sediment Organics Oil Saw -cut slurry Trash Good Housekeeping Dumpster/Waste Management Employee/Contractor Training Proper cleanup and disposal procedures Dry cleaning methods Related Procedures Spill Prevention and Response Street Sweeping Street Sweeper Cleaning and Waste I I 1 1 Street, Curb, and gutter Maintenance Description Street, curb, and gutter activities include concrete and asphalt installation, maintenance, repair, and replacement; bridge maintenance; and painting and striping. Procedures involving the maintenance of streets, curbs, and gutters have the potential to impact stormwater quality. Materials involved in these activities should be used efficiently and disposed of properly. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures General • Protect storm drain inlets and, drains with curb socks, rock berms, inlet protection, or drain covers/mats prior to any maintenance activity. • When saw cutting ensure that no slurry enters the storm drain, let the slurry dry, sweep it up, and properly dispose of the sweepings. • Do not perform concrete or asphalt patch work during wet conditions whenever possible. • Leaking material containers should be properly discarded and replaced. • Store materials in containers under cover when not in use and away from any storm drain inlet. • Monitor equipment for leaks and use drip pans as necessary. • Sweep or vacuum the roadway once maintenance activities are complete. Pagel of 3 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: SECTION 00300 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Rev 10/20/07 Section 00630 Page 1 rvr r wx:e Ct" i'p .s m ka� •v . d: v q:1 v r�i �' f +'..., "wc i �'�. ..,>. .,:' »i:':^a«.-fi�@ttia2Wpl�4' YW.!jJJI-?Yal+tr;'e.l`kMa'N.. 1 .`�A3M.v+-'dAP+ialndH^.',i YrtF'R�IfliRNXa'Witt�FMN4iR �1MC. A+i"rifif�TtklN9i't3CaW%Nl1RPugMe=,vCi+:s3iR3X�,.t�+itii'iwX+'&9 • 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. I I I I I I I I I I Page 3 of 3 .1 ;,For I pill Prevention an More Information Name ! Response i Address i City, State j Description Phone Due to the type of work and the materials involved, many e-mail activities that occur either at a municipal facility or as part of municipal operations have the potential for accidental Possible Pollutants ! spills. Some municipal facilities operate under Spill Chemicals Prevention Control and Countermeasures (SPCC) plans Toxics that include procedures for spill response. Proper spill Oil response planning and preparation enables employees and Paint contractors to effectively respond to problems and Fuel minimize the discharge of pollutants to the storm sewer Good Housekeeping system. Waste Management When services are contracted, this written procedure should be provided to the contractor so they have the Employee/Contractor Training proper operational procedures. In addition, the contract Proper cleanup and disposal should specify that the contractor is responsible for procedures abiding by all applicable municipal, state, and federal Related Procedures codes, laws, and regulations. Fertilizer, Pesticide, and Herbicide Application Procedures Heavy Equipment and Vehicle Spill Prevention Maintenance • Keep work areas neat and well organized. Material Storage Maintain a Material Safety Data Sheet (MSDS) for Materials Management 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 I • 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. 1 1 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/spillgLlidance.pdf and htW://www.cdphe.state.co..us/hm/spillsandreleases.htm Employee Training Train applicable employees who perform spill prevention and response on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform spill prevention and response activities. Records The following records could be used to document activities performed: Records of any major spills and the action taken. • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Good Housekeeping, No Date. City of Centennial, Department of Public Works: Materials Management, No Date. City of Centennial, Department of Public Works: Spill Prevention and Control, No Date. City of Golden, Stormzoater Quality 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 1 Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. 1 USEPA Menu of BMP: Spill Response and Prevention, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed July 5, 2009. For More Information i Utility and Storm Sewer Name Address System Maintenance City, State i Phone Description This procedure addresses utility and storm sewer system e-mail maintenance. Utilities include power, sanitary sewer, Possible Pollutants water conveyance systems, and the storm sewer system. Sediment i Power includes electrical and gas utilities. Maintenance Nutrients j of power may require excavation and reinstallation of Metals lines including open cut trenching or directional boring Hydrocarbons in landscaped areas or street right of way. Electrical and Trash gas line maintenance ensures services are provided to Good Housekeeping 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. Pagel of 4 I 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. I. 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 Contain overflows by using emergency generator, pump and/or a vac truck to intercept flows. It may be necessary to construct additional containment. Clean up spills by washing and vacuuming the affected areas. Lime may need to be applied for disinfection of affected areas. Lime must be removed once disinfection is complete. Storm Sewer System Pipes, Catch Basins, Inlet and Outlet Structures, and Culverts Clean storm sewer system by manual cleaning or jetting the pipes using a jet/vacuum truck to remove the material. Do not temporarily store collected storm system cleaning debris adjacent to any surface water, storm drain inlet, or drainageway. Storm sewer system maintenance wastes may be either non -hazardous or hazardous. Solid non -hazardous waste may be disposed in a sanitary landfill or recycled. Liquid non -hazardous waste must be evaporated before disposing of it into the landfill or discharged to the sanitary sewer system with the approval of the local wastewater treatment plant. Hazardous waste, as defined under Colorado Hazardous Waste Regulations (6 CCR 1007-3), must be transported and disposed of at a permitted disposal or treatment facility. Replace or maintain "no dumping' stencils or plaques as necessary. Remove trash from trash racks and grated openings. Detention and Retention Ponds Inspect the outlet works and remove trash or vegetation from the trash racks and grates. • Inspect side slopes of the pond for erosion and reestablish vegetation as needed. • Remove and service fountains and aerator motors as recommended. • Report any suspected water quality problems such as a change in growth or appearance of vegetation. • Report excessive sediment accumulation, standing water beyond the designed drain down time or damage requiring additional maintenance. Drainageways Drainageways include drainage channels, ditches, grass swales, and washes. Inspect drainageways for erosion and repair if necessary. Remove and properly dispose of trash and debris from the drainageways. Remove sediment which could impede flow in drainageways. Leave an unmown buffer when mowing adjacent to drainageways to filter pollutants. Do not leave grass clippings in or next to the drainageway. Do not apply landscape chemicals in the buffer area. Page 3 of 4 Employee Training • Train applicable employees who perform utility and storm sewer system activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform utility and storm sewer system activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Detention Pond Maintenance SOP, August 2007. City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007. City of Centennial SOP: Drainagezvay Maintenance SOP, August 2007. City of Golden Stormzvater Drainage Maintenance Plan, February 2008. City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008. City of Greeley, Department of Public Works: Ditch Program, No Date. ' City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitary sezver Backup, March 2009. City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. Optional Additional Resources Municipal codes and ordinances that relate to utility or storm sewer system maintenance. Inspection and maintenance frequency plan for the storm sewer system. Specific instructions on how to operate applicable equipment. Instructions on how to track the amount of debris collected. Treated Water Discharge Plans for potable water maintenance. I I Page 4 of 4 Utility and Storm Sewer For More Information Name j System Replacement and Address Construction City, State Phone' email Description This procedure covers utility and storm sewer system Possible Pollutants replacement and construction. Utilities include power, Sediment storm sewer, sanitary sewer, water conveyance systems. Chemicals When services are contracted, this written procedure Organics should be provided to the contractor so they have the Trash proper operational procedures. In addition, the contract Good Housekeeping should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal Waste Management codes, laws, and regulations. Employee/Contractor Training Proper Cleanup and Disposal Procedures Procedures General Related Procedures • Obtain all applicable federal, state, and local Heavy Equipment and Vehicle permits for construction projects. Maintenance Parks and Open Space The Colorado Stormwater Construction Maintenance General permit applies to construction sites Spill Prevention and Response disturbing one acre or more, or less than one acre but part of a larger common plan of Street, Curb, and Gutter development. Replacement and Construction A larger common plan of development is Utilities and Storm Sewer defined as a contiguous area where multiple System Replacement and separate and distinct construction activities Construction may be taking place at different times on Vehicle Fueling different schedules under one plan. ■ A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. Page 1 of 3 A� CERTIFICATE OF LIABILITY INSURANCE DATE/2012 IYYYY) 05114I20,2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Marsh USA Inc. 100 North Tryon Street, Suite 3200 CONTACT NAME: - PHONE FAX la_C. No Charlotte, NC 28202 Attu: CA NON-RESIDENT N0. 0822889 E-MAIL ADDRESS: INSURERS) AFFORDING COVERAGE NAICa INSURER A: ACE American Insurance Company 22667 J56965-1.MMM-GAXWX-11-12 INSURED MaliInc, Marietta Materials, In Ann. Mr. Todd Crump INSURER e Indemnity Ins Co Of North America 43575 INSURER C : NIA N/A INSURER D: 2710 Wycliff Road PO Box 30013 Raleigh, NC 27622 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-003089523-01 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSR WVD POLICY NUMBER EFF MMIDDIIYYYY MMPOLICY EXP LYDDIYYYY LIMITS A GENERAL LIABILITY HDOG25532119 09/30/2011 09/30/2012 EACH OCCURRENCE S 3,000.000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 71 OCCUR TO RENTEDnce I'llES Ea occune $ 50,000 MED EXP(Any we person) $ N/A PERSONAL B ADV INJURY $ 3,000,000 GENERAL AGGREGATE $ 6,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG 8 6,000,000 X POLICY PRO- TOO $ A AUTOMOBILE LIABILITY ISAH08692361 09/30/2011 09/30/2012 COMBINED SINGLE LIMIT Ea accident 8 3,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accdent) $ PROPERTY DAMAGE Per accident) S % % NON-OVMED HIREDAUTOS AUTOS S UMBRELLA LIAR OCCUR EACH OCCURRENCE S AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ R A WORKERS COMPENSATION AND EMPLOYERS' LIABILITYDRY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDED? M (Mandatory In NH) N/A WLRC46771229(AOS) WLRC46771242(MA) 09/30/2011 09/3012011 09/30/20112 09/30/2012 X we STAru- OTH- E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE -EA EMPLOYEE $ 2,000,000 If yes descdthe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) Re'. Project: Annual Asphalt Overlay Renewal 2012 Owner (City of Fort Collins), engineer, engineer's consultants, their respective offices and employees Is/are additional insured under General Liability (Including Completed Dos) and Automobile Liability as their interest may appear, if required by written contract with the named insured, subject to the terms and conditions of the policies. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Katherine Firme ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD .} -e ♦ 'Y... yF ry, .) 'NPtf h �If'{tji" Y { �p s�v > � 'f Y'" t ""k ;�:. Y d F t � xi. �.� t.+✓.. *. � �'�:_., .�''; �� �+1°n�, _�.., .��.> x'ti ... a st$ .�_x. atr �..5 a. ,. �.... s_... .� t�sa'xx ..3 M2_ �., ::-�v_�„ c;.:+1.�'xA:;, ?#n.5...'.:'''Aki':.:^•1'iilwd``•`�91k�':++��i"iR1KAE.'CN3iYt'€MSii3t$rb�iv`e4.'�.°.'a�hYtNsT'�Ta#C"�Y@i,'eEn�i3l.g"WM:YRV GR�41Mt,?v1k/ti'i1R:NIP�n.:YNFMIIL^C'�xi�9L>F,�KN:ti�Yf'S 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. 1� . 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. I Page 2 of 3 I Employee Training • Train applicable employees who perform utility replacement and construction activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform utility replacement and construction activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Detention Pond Maintenance SOP, August 2007. City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007. City of Centennial SOP: Drainageway Maintenance SOP, August 2007. City of Golden Stormzoater Drainage Maintenance Plan, February 2008. City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008. City of Greeley, Department of Public Works: Ditch Program, No Date. City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitanj sewer Backup, March 2009. City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. Page 3 of 3 City of Fort Collins Regulatory and Government Affairs Division City of Collins 111/^\- '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 l:\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: Page 1 of 3 10/19/2009 City of Fort Collins Regulatory and Government Affairs Division FCity of ortCollins �. 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. x If you add anything to the wash water (ie—a cleaning agent) or if you have questions about the content of your power washing wastewater, Revision date: 10/19/2009 Page 2of3 D I I I I I I City of Fort Collins Regulatory and Government Affairs Division CItYof Fort 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 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 guidance.pdf 6.0 Records 6.1 The following records could be used to document activities performed: • Records of employee training with sign -in sheet. • List of power washing activities and departments responsible for conducting power washing. Revision date: 10/19/2009 Page 3 of 3 I For More Information Name Address City, State Phone e-mail i Possible Pollutants i Metals Hydrocarbons Toxins Good Housekeeping Drip pans Secondary containment Automatic shutoff nozzles Signs Spill response plans Spill cleanup materials Dry cleanup methods Employee training Related Procedures Heavy EquipmenWehicle Maintenance Outdoor Fleet Maintenance Spill Prevention and Response Vehicle Fueling Description Spills of gasoline and diesel fuel on the ground or on vehicles during fueling can wash into a storm drain and cause water pollution. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state and federal codes, laws, and regulations. Procedures General • Fuel vehicles at approved locations (municipal fueling station or offsite fueling station). • Provide spill kits near the municipal fueling location. • If fuel is stored in an above -ground tank, store fuel in enclosed, covered tanks with secondary containment (e.g., concrete barrier or double -walled tanks). • All fuel tanks will be inspected per State and Federal regulations. • Periodically inspect municipal fueling locations for the following: ■ For above -ground tanks, inspect tank foundations, connections, coatings, tank walls, and piping systems. Look for corrosion, leaks, cracks, scratches, and other physical damage that may weaken the tank. ■ Check for spills and fuel tank overfills due to operator error. • Clean up any leaks or drips. Clean up is not completed until the absorbent is swept up and disposed of properly. • Report leaking vehicles to fleet maintenance. Page 1 of 3 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. Employee Training Train applicable employees who fuel vehicles on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who fuel vehicles. Records The following records could be used to document activities performed: ' • Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Vehicle Fneling, August 2007. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Fueling, March 2009. Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. USEPA Menu of BMPs: Municipal Vehicle Fueling, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed June 18, 2009. Page 2 of 3 r- i 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 1 ,! I ' for More information Name Address City, State. Phone ' e-mail `. Possible Pollutants ' Metals Toxins . Solvents (degreasers, paint thinners, etc.) Antifreeze 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 Material Storage Outdoor Fleet Maintenance Spill Prevention and Response Street Sweeper Cleaning and Waste Vehicle Fueling Vehicle Washing I u 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 SECTION 00635 ' CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) ' DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:7222 Asphalt Overlay — 2012 Renewal PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins ' CONTRACTOR: Martin Marietta Materials Inc. ,' CONTRACT DATE: May 11, 2012 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. I I 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. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER REMARKS: AUTHORIZED REPRESENTATIVE DATE Rev10/20/07 Section 00635 Page 1 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 ' • 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 References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007. City of Centennial SOP: Vehicle Maintenance SOP, August 2007. City of Centennial SOP: Vehicle Washing SOP, August 2007. City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March 2009. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009. Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009. USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009. USEPA Menu of BMP: Municipal Vehicle and Equipment Washing, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009. Optional Additional Resources Municipal codes and ordinances that relate to vehicle and equipment maintenance. Chemical purchasing policies. Loading and unloading bulk materials. Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance. Specific directions on how to use the municipality's vehicle wash area. Spill Prevention Control and Countermeasures Plan. Page 4 of 4 I i SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE i 20— i TO: Martin Marietta Materials Inc i Gentlemen: You are hereby notified that on the _ day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 7222 Asphalt i Overlay — 2012 Renewal. A check is attached hereto in the amount of $ as Final Payment for i all Work done, subject to the terms of the Contract Documents which are dated May 11. 2012. 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 i By: Title: , ATTEST: i Title: i 1 1 i Rev10/20/07 Section 00640 Page 1 i I 1 I I I I I I I 0 LVI SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Martin Marietta Materials Inc (CONTRACTOR) PROJECT:7222 Asphalt Overlay — 2012 Renewal 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 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 ' Rev10/20/07 Section 00650 Page 1 CONTRACTOR By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 20_, by Witness my hand and official seal. My Commission Expires: Notary Public day of Rev 10/20/07 Section 00650 Page 2 I [1 [1 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Martin Marietta Materials Inc PROJECT: 7222 Asphalt Overlay — 2012 Renewal CONTRACT DATE: May 11, 2012 In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this _ day of (Surety Company) ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. Rev10/20/07 Section 00660 Page 1 I SECTION 00670 FJ IJ� it I Section 00670 Page 1 1 I L• [1 U r 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) no KJOT WRITE IN TI-IIC CPACP 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-:001 89 - CONTRACTOR:!INFORMATION t = 4 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 tax account number: Copies of,contract'o� agreement pages (1) identtfying,the contracting parties .EX°E'MPTION INFORMATION and (2) contammg signatures of contracting parties must be attached r Name of exempt organization (as shown on contract): Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date. completion date r a k,r wr "Sf=`iF ZG. o S r L- t �t�.4 I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer: Title of corporate officer: Date: DO NOT WRITE BELOW THIS LINE Section 00670 Page 2 Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. Section 00670 Page 3 Item No. Item Description Unit 2012 Contract Quantity 2012 Contract Cost Unit Cost Total Cost 109.01 Force Account - Asphalt Cement Cost Adjustment - Force Account 1 N/A S 320,000.00 202.10 Grinding (planing) Surface Preparation <3" Square Yard 30,000 S 2.35 S 70,500.00 202.20 Grinding (planing) Surface Preparation 3" < 5" Square Yard 4,000 S 2.78 S 11,120.00 202.30 Grinding (planing) Surface Preparation 5" < 7" Square Yard 2,000 S 3.62 S 7,240.00 202.40 Grinding (planing) Surface Preparation 7" < 9" Square Yard 4,500 S 4.67 S 21,015.00 202.50 Taper Planing Adjacent to Gutter Lineal Foot I,200 S 1.99 S 2,388.00 202.60 Bobcat Style Milling < 3" Square Yard too S 5A3 $ 543A0 202.70 Bobcat Style Milling -Additional Inch Thickness quart a 200 S 0.65 $ 13Q00 203. 10 Excavation -General Less Than 100 CY Cubic Yard 25 S 23.90 S 597.50 20320 Excavation - General Over 100 CY Cubic Yard 125 S 20.40 S 2,550.00 203.30 Excavation - Muck Cubic Yard 25 $ 20.43 S 510.75 203.40 Borrow - Less Than 100 Ton Ton 50 S 21.32 S 1,066.00 203.50 Borrow -Over 100 Ton Ton 125 S 15.69 S 1,961.25 203.70 Shouldering Lineal Foot 6,000 S 0.75 S 4,500.00 208.10 Rock Wattle Lineal Foot 400 S 3.10 S 1,240.00 208.20 Crumb Rubber Wattle Lineal Foot 200 $ 11.15 $ 2,230.00 208.30 Straw Bales Each 5 S 4.62 S 23.10 208.40 Silt Fence Lineal Foot 100 S 1.85 S 185.00 210.01 Reset Mailbox Each 1 S 20827 S 208.27 210.02 Adjust Valve Box Each 200 $ 149.05 $ 29,810.00 210.03 Adjust Valve Box with Ring Each 25 S 6620 $ 1,655.00 210.04 Adjust Valve Box -Tyler 6860 Series, Item R 69, Screw Type Adjustable Riser Each 30 S 81.75 S 2,452.50 210.05 Adjust and Replace Top Section of Valve Box Each 50 S 294.80 S 14,740.00 210.06 Tyler 6850 Series, Item 58, 14" Valve Box Extension (Part Only) Each I $ 63.15 S 63.15 210.07 Tyler 6860 Series, 16' Valve Box Top Section Without Lid (Part Only) Each I S 63.45 S 63.45 210.08 Tyler 6860 Series, 26" Valve Box Top Section Without Lid (Part Only) Each I S 77.20 $ 7720 21R09 Total Valve Box Replacement, Tyler 6960 Series, 30" Bottom Section Each 2 S 445.00 S 890.00 210.10 Adjust Standard Manhole 524" Each 205 $ 350.00 S 71,750.00 210.11 Adjust Special Manhole >24" Each 15 S 440.00 S 6,600.00 210.12 Adjust Manhole with Ring Each 0 S 180.00 S - 210.13 Adjust Manhole with Locking Ring <24" dia,:< 3" height Each 30 S I80.00 S 5,400.00 21 O.14 Adjust Manhole with Locking Ring <24" dia, > 3" height Each 0 $ 180.00 $ - 210.15 Adjust Manhole with Locking Ring >24" dia, < 3" height Each 5 S 210.00 $ 1,050.00 210.16 Adjust Manhole with Locking Ring >24" dia, > 3" height Each 0 S 210.00 S - 306.01 Subgrade Preparation Square Yard 12,500 $ 1.65 S 20,625.00 306.02 Asphalt Recycling 5-10" Square Yard 12,500 S 1 L35 $ 141,875.00 307.10 Class C Fly Ash Delivered & Spread 12" Depth, 10% by weight Ton 0 $ 52.00 S - ' SECTION 00700 GENERAL CONDITIONS 1 1 L GENERA"CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been cjavclojitd.bv using the STA'N'DARD,6R,fERAL CONDITfo\,,S-,OF THE.'CONSTRUCTION COINTR-,\CT prep ircd by. the Engineers J&nt Contract DmummB. Gomm ittcc, P"JcDc!'�To, 1910-8(1900 Editi§n):asa imsc, 'Changes to that document arc shown by underlining text.that has -Ix -en '4ddcd.qtfd striking through text thathasbeen deleted. EJCDC GENERAL CONDITIONS 19 1.0-,,R (I 990EPITIOD. wrm crry oFvoin coLUN&MODLPICAlIONS (REN 9/99) I I I I I I I A I I 7 I I I I I I I I I I I I I I I I Article or.Pnrigrnph Number &"fitic DEFWTICINS TABLE'OF CONTEWS.OF GFNNERAL, CO.NDMONS. Page article or Paragraph Numbd NunibLr KTitie 1.1 Addenda 1. Agreement ......................... .......... J 1.3 Application for Payment� ..................... 1.4 Asbestos 1:5 Bid 1.6 Bidding Documents,,,. .... .._.I., 17 Bidding. Requirements, .__ ...... :. ........ 1.S Bonds ............. ............. I— ................. 19 Change Order .................................._.:I ..... * ........... ... .... 1.10 Contract Documents,-..,, ................... .... I- Li L' Contract Price.,-, .... ........... I 1-12 Contract Tim es.-::_..::.._.------ _1 1.13 CONTRACTOR ......................... ...... : 1 114 elefe&ive IJ5 Draw"ings... 1:16 I-fTe - ctive Date of the Agreement, ... ........ 1 1.17 EN' G IINT E R Lls EING12,1 = R!s Consultant, ............. 1.19 F ie I d 'Ord &,,__ .. _. �;.......:........._..:.I 1.), Cycrici-al RequiMnents .......... .......... .. I I llh7ardous Waste Y 1.22.a Laws and Regulations' Laws.or 121b Legal Holidays ............. 1,23 Liens .......................... -4 Nfllestone....................... 1. 25 Notice of Award.::::,:. 2, 1.26 Notice to Procced 2 1.27 OWNER. ..............................................2 1.28 Partial Utilization ...................._..........2 1.29 PCBs.:,.: . ...... ....... ..... .21 L30 Petroleum.,,, 1-31 Project......... * ............ 1.31a Radioactive Mawrial. ...... ......... 1.32.b Regular Working Hours- !_2 1.33 Resident 1.34 Samples:,,,,,,, ....... 2� 1.34; Shop Drawings ............ _ ...................... 2' 1.36 Sixcifications ........ ............................. 2 117 Subcontractor 1.38 Substantial Complaii6n 1.39 Supplementary Conditions,,,,,,,,,,,,,,,,,,, 1.40 Supplier ..... ......... L41 Underground Facilities. '-3 1.42 Unit Price Work ..... .......................... 3 1.43 Work 1,44 Work Chinge.Directive...',.... t. 45 Written Page Numb 2. PRELDMiARY NU%TT-E-RS 3. I Delivery of Bonds ............................. 3 pies of Documents......::....... M3 23 Commencement of Contract Tints; Noti6c to Procced., .............. 3 2.4 Startinllthe Woik ............................3 2.52.7 Before Starting Construction,. CONTRACTORs Responsibility to Rcport: Prelim inary Schediles; Delivery of Certiticites.of Insurance ::;.; 1 3-4, 2.8 Precoristructim Conference,., ....... -;:.4 2.91 Initially Acceptab1e,Scfiqdulcs:_ ...,:4 3 ,,. CON'FR-NCT DOCUMENTS' INTENT, A,MENDLNG, RF-.USF ............................. .......... 4 3. Intent.......... ............................ ......... 4 3.3 Rcterenciz:"to Standards a n*d S i i pou- fications ot"Fechnic.al Societies;, Reporting and Resolving Dis- crepancies ................. 34 Intent of. Certain Terms or Adjectives,.,, ........ ................... 5 3:5 Amending Contract Dpcunents-1._..:1 36 Supplementing Contract Documents 3.7 Reuse of Docum ents 5, 4:. AVAJEARio'n, OF. LANDS: -SUBS URFACE,AND PHYSICAL CONDITIONS: REFERENCE POINTS 4.1 Availability of Lands,,,,,,;,,,,,,,,,:.... 4- Subsurface and Physical Conditions 6 4.2.1 Reports and Drawings .......... ........ Lim ited Reliance by CONTRAC- TOR AUL.h.orized;.Te&hical Data 6 4.2:3 Notice of Differing Subsurface or Physical Condhions .............. 4.2_4 F . �NMNREW% Review ........................6 4.15' Po&q1b(9 Contract DOCLUnc . nts Chan-e . .........................................6 4.2,6 Possible Price and Times_ Adjustments...._:.:_...: f.)_7. 4.3 Physical Condtians--Underground Facilities ................ ...................... 7 a3.1 Shown or Indicated. 4: 3. 'L\rot Shown or It 4.4 Re erence Points..., ........ I .......... EJCDC GENEILAL CONN no,\,s.t9io-s (o9k) taxt to;%) wl CITY OF FORT COLL MN MODIFICAVONNS I.MV 969JI 11 Ariicie or Paragraph Mtge Artide orParagraph Rage , Number,i-Title Number NumberlK.Title 'Number 4.5 Asbestos, PC13s: Petroleum, 6:25 Submittsil Proceediires, CON_ Hazardous Waste or TI ACTOR's Review Prior ' Radioactive N•faterial................... 7-S to Shop _Dravving or Sample Submittal ............:....:..................16 5. BONUS AND'INSURANCE .....- .•-.•......, S 6,26 Shop Drawing,,-: Sample Submit- 1-5.2 Performance, Pay'nlent'and Other tals Review by ENGINEER, -,,,1647 ' Bonds .............................................. S 6:27 Responsibility For Variations •5:3 Licensed Sureties and Insurers; From Contract Ddcurrients,•,,,,,, ... z17 certificates of Insurance _ 8 6.28, Related Work Performed Prior 5.4 CONTRACCOR's Liability to ENGINEER'q Review and ' Insurance..., .............. ........ i 9 Aj)proval of"Requited 5.5 :.: OWNER's Liability insurance;_:-_-_--„-.:9 Submittals .:.............._..,-",-,;.,, .....17 5.6 Property Insurance,-„ ,,,,, ,,,,,,,,,,,, ;9-IQ 6.29 Conti roving the Work, ,--..,-, ., 17 5,.7. Boiler and :Machinery or Addi- 6.30 CONTRACTOR'S General ' tiona t Property Ltsurance ................ _I0 Warranty and Guarantee .... .•.17 3:8 Notice of Cancellation Provision-._.„.,, W 6.31.6.33 Indemnification„-„_-,,,,,,,,,,,;,,17-18 519 CONTRACTOR'sRugponsibility 6,31' Survival of Obligations;;,,,,,•.;,., -.,..,IS for Deductible Amcunm ,,,,,..Ili ' 5.10 Other Special Insurance;, 10 7: OTIMR WORT „-,;,-,.-........................... .....IS 5:1 I Waiver of Rights. :::,7,,_,, ... ..,: , 11 7.1-7:3. Related Work at Site ................. „., JS 5.12=5.13 Receipt and Application of 7-4 Coordination.,.,,.,,-,18 -. Insurance Proc&&s--•,,,,,,,,,,,, 104 I 5i14 Acceptance ofBonds and fnsu- S. OWNERS RESPONSIBILITIES , „-, ,,,JS 1 once;. Option to kepl:ice, L1 :5::1 O cmmunications to CON- 5.15 Partial Utilization --Property TRACTOR..... IS Insurance ..................... ........_II .8.2 Replacementof,ENGMER IS .8.3 Furnish Data and Pay Promptly ' 6. COVI'RAurowsRESPONSIBIL:ITIES...............1I When Ne.................... ............ -„,IS 6.1.6:3 Supervision and Superintendence,.,..,, I I 8.4 Lands and Easements, Reports 6:3=6.3� Labor, Matcrials.and Equipment_,- I1-12 and 1:csts................................ 6.6. Proeress Schedule.._...........................12 8.5 Insurance ....................................... W , 6.:7 Substitutes and "Or -Equal" lt'ems; 8.6 Change Or l rs;;,;,;;, ;,,,,,,,,,;. 19. CO-NTRACTOR's Expense: ':5.7 Inspections, Tests and Substitute Construction APptovals....................................19 Methods or Procedures; S.§' Stop or Suspend Work: ' F-NGINEER's•Evaluation; __-.--.-_12-I3 TermirateCO9rR,\CTOR's 6.8-6.1 C 'Concerning. Subcontractors. Services.__ ...:.... ....... . ........ -..,,". _I9 Suppliers,and Others. S.i> Limitations on OWNER' Waiver of Rights . ............... ..... .._I1.14 Responsibilities ....., --.....[9 , 6.12 Patent Fees and Royalties,,;,;,,,,,,,,,,,,,,;14 8.10 :\sbcstos,.PCBS, Petroleum,. 6.13 Permits- .....:.....:..... _::..1'! Hazardous Waste or Laws and Regulatioris_- :...................I9 6.0 .t4-14 $:tl LRw.hoactvcMaterial del , 6.I6, Use oCPremases,,,,,,,,,,,,,,,_,....._....._., IS \ ran-!ce eats rran�emrnfs........................ 6.17 Site Cleanliness._, ........ 15 (" I S Saf'c Structural Loading.....................15 9. ENG tNEER'S STATUS DURNG 6.19 Record Documents ......... .:.................. 15 CONS'rRUCTiON... --........................... :............ 119' , 6:30 Safety and Protection,,,,_,,,_,-.-,--,-. 15-16 9.1 OWNER's kepresentntive,;, ,,,,,,,,,,19 6;21 'Safety'Representative-_:....::...:.::.:.-:., 16 9.2' Visits to Site::...,.:.:,:..:,:.:::::..:::":..19 6,22 Hazard Communication Programs 16 9:3 .I?roJectRepresentative ......... I,,,•„ 19-21 6:23 Emergencies ..... ........... 16 94' Clarifications ;and Interpre- ' 6.24 Shop Drawings and Samples .......fry tat ions,.......... ....:_'I 9.5• Authorized Variations in \\irk,._, ,..21 fit EJC: : GG.N'F'-RdL CONUMONS I910-S (19911 L•-UCROM , w1 RTY OF FORT.CotLtVS moD1Ftc;%naNs (.RFV' 91'99.1. - I I-] I Article or Paragraph Pri.ae Article or paragraph tlaaa N 'Lim be 'rribLir 3 1 -r & Title Nui Nurnlxr &-Title Num K-r. 96 Rejectitig Deftcfiv&'Work _21 138 13�9 -NGI- Uncovairi� Work at E 9.79.9 Shop Drawings, Change Orders bfEERs, Request ............ 17-2A andtPayments .................... .......... 2 1 T3110 OWNER Kfay Stop the Work .......... :28 9.10 Deterrainaticias. for Unit Prices 2122 1�3. 1.1 Correction or Removal of I! I 12 Deci'sioms on Disputes., EWCTL_ Defective Work. ... ....... NEER as Irtitial Interpr6ter 13.12 Correction Period .... n 9.13 Limitations an ENGINEER 13.13 Acceptance of Defective Work ... M Autho6tandRes ons1ibjlities,,, 2 -3 13,14 mrMR-may c6riect be :CHANGFS IN THE:WORK... ........ ---- 23 Work .......... ....... .. .... :... 28-29 10.1 ............... ()WNhR'§ Ordered I TD, 141 PAYMEM'STO CON 10.2 Claim f6r Adjustment,- COMPLETION.... ------ .... .......... ... 103 Work Not Required by Con IT= Documents .................. 14,1 14, 2 )chcduleofValues Application for Progress ...... 29 IQ.4 Change Orders ........................ ......... Payment,,, ............................ 1 9 111-5 Notification of Surety_.,._-.,_ . ---- - --- - 23 14.3 CON'r RAC TOR's Warranty of �CAAINGF OF CbNTR_A(Tf PRICE..... ....... . . ... �23P 141-14-T Title Review of Applications for -29 1,1.1-1 L3 Contract Price Claim for Progress Payments,.. ........ 7 �9-3 Adjustment: Value of 14,9114.9 Substantial Completion,,,, 11Jig 14: 11) Partial Uii1iZ1tiQn:,,, '0 1 1 L4 Cost of the Work, ............ ......... :,'44 r,2 5 14,11 Final Inspection ................... ...... 31 11:3, F.- I iclusions,to,Co%1 of the Work ...... 1 '14AI Final Application - for 31. 11.6 coNTRAC'UOR'r'Fee ---- 25 14. 13-14.14 Final Payment.and Accebtrince. __31 11.7 Cost Records. ;_: 14. 1 5� Waivei,of Clarms ... __31 -31 11:8 - . Cash Allowances; .......... - ................. 26 111,9 Unit Price Work ... : .............. _____.26 15. SUSPENISION OF WORK ANTI) TFRMINAHON 31-7 CHAN-GE,OF CONTRAC-T-'TMES ................ ........ 6 I 1 OWNER.May Suspend Work 32 171 Claim for Adj ustrai en F5_215,4 OWNER ivlay Terminate ......... _3 2' 12.12 Time of the Essence,,,,,,, ... ...... ...... 6 15. i C,0N`TRAi_'TOR May Stop 12.3 Dclays Beyond CONTRACTORs Work or Control 1-2.4 Dclays.8c6ndOWN1rER!s mid 16DISPUTF RE-,()f.UTT0`N._,, ...... .............. �,;�_.13 CONTRACTORs Control ... ............ 177 17 MISCFLLMNMOUS. _- ------------ Tr 33. TESTS AND INsPEcTiONs: cbRaccTioNTI, I j'I Giving No tice, ---- ------- 33 REMOVAL OR ACCEPTANCE OF 17.2 Computation oUl*imes� ....... ; ............ 3 3, DET,-EC7tl,T- WORK ............. ........ ............ .... 27 1 T3 Notice.of, Claim ....... 111 Notice, of. Defects ... 1; .... ...... ...... �.7_ 174 Cumulative Remedies;,.:. itivc ... ;..: ......... 33 13.2 Access to the 27 17-5 Prcifessiona['Fees;aM i7ourt 13-3 'fcsis and frispectirins; ne luded ........... CON-FRACTOks Cooperation .......... 2 7 0A applicable Stale Laws ...... ......... 3344 13.4 OWNERs_Responsibiliticsl Intentionally left ---- ......... ..........35. Independent Testing Laboratory ........ 27 1 15 CONT RACTORs F-%HIBIT GC -A, (Optional) Responsibilities, ...... Dispute Resolution Agreeriient:� ................ (IC , A[ 11,6--13.7 C'overing Work Prior to inspcc- 16.1-16.6 Arblitrition ... C-, A I tion, Testing or Approval., ..... 1_1:;:'27 16.1 i'viediatibri,__ GC -Al I I T E JCDC GENtILkE. CONDNION5,I)IO-3 (19190 EL)1110MI wi Lrry OF FORT CGLM_S'Mb[F1CA-17ONS I -REV 1 INDEX TO'GI:.NEWU: GONNITONS' City of Fort Collins modifications to diz-General Conditions of the Coitstruction'(,ontmct are not sh6wn in' this index. Article or'Paragraph Numbzr Acceptanccof- Bond-, and Insurance .:.......................:...:.:......... 5.14 :defecriie Work, ......... ............. . 10.4.1'13.:. 13:13 final payment' ........ ....... ................-....... ):I? 14,13 insurance„ - 14 ...........................................................1. other Wgrk•b"y CONTR:\CTOR 7.3 Substitutes and Or Equal Items ...... 6:7.1 Mork by OWNLTR .............. 2 cl 3Oa.34 Access to the - Lands, OWNFRand CONTRACTOR responslbilltleS . , -. 4.1 site, rotated Woik- .. .7 2 Work ........... . .. 13 ?. 13.14, 14-9 Acts or Om fissions--, Acts and Om issions-- CON 1 RACl'OR o t)- 1. 9.13_3 6NErNF.ER_,-, _.. tl, 9,133, ORS!-ER........................._........................5a'0. 8.9 Addenda --definition of (also see definition of Specifications).:, ,fIA.1.Ill, 6.19). la AdditionalProperty Insurances;, 5.7 Adjustments-- Contract Price or Contract Times l � 3.5.4 1 4333, 4.5:21 . . _ 4 3, 9.4, 9.5, 10.2-10.4,. ....... 1:... I..............1.1, I_' 14.3; 1-5.1 progress schedule ................... _.................... . 6.6 Agreement-- - definition of ...................................................... I-'2 "All -Risk" "Insurance, policy Cornt......... ... ............�,,6.2 :Allowances. Cash....................................................11.8 Amending Contract. Documents Amendinent. Written=- in.gencral........... ,...... I:I(t:.1,45.-1.5, 5.101 5.12, 6.6:'_ ............::..C:S:2, 6:19, lit, t, 10.4, 1 LI _.111I 13.12.2, 143.2� Appeal, .)WINER or CONTRACTOR intent to ......... ..........9 1t1; 9;11, 10.4; 16,2, 16.5 Application for.Payment.- definition oC.................. ......1.3 ENGINEF.Rs Responsibility';,,,,,,,, ,,,, „, final payment ................ 14 1-2-14.15 in.general ..........................':S. 2:9, 5:6.4,9.10. 15.5 progressp-avment. review of 14 4 14.7 F\rbitragon ................................................. 16.1 -I6-:6 Asbestos-- claims pursuant thereto .. 4 2. 4.5,3 CONTRACTOR authorized to stop Wort. 4.5:2 definition of L4 Article or Paragraph Number. .OWNER responsibility for ........................._.. .................. S'l0' possible price and'timcs;change Author izedi Variations in Work ,,,,3.6- 6.25, 6,27:9.5 :availability of Lands ......................................... S,4 Award. Notice of --defined ,. , . , .., 125 Before Starting Construction ....... :......................? s S Bid --definition of ... .............. ......: I-5 (I -I. LIO, 13, 3.3. 4.2,6A, 6.13, I1,43, 1'1.9,1) Bidding Document definition of .------ Bidding Requirements=-ttefuLition of.,..........................:.............1.7 (b.I.A!2.6:2) B6tids-- acceptanceoF........................... .. ............ a4 .additional bonds ..................... .......... :..10 5- I1,4.5;9 Cost of the Work ..... ......... :............... ............... LC.5:4 definition of deliveryof ... ................. .....,....................::.. Final Application'for Payment..,_,_..,__,_..-Ida2.14 14' general ..... :............... ........ .......... 1.10, 5:1-5.3, 5.13. 9l3'105 147:6 performance Pymentand Other ,.- 5I5-T Bonds and Insurance --in general ................................. i. Duildei's.risk "all-risk" policy form,,,,,,,,,,,,,,, Cancellation Provisions; Insurance.,,-_-„ .4.1 E 5.3,'5.15 Cash .Allowances ..........................I I , I 18 Certificate oCSubstantial Completion L3S 6 30.2.3- ................................................:1{,'L4.10 Certificates of Inspection q 13.4, 1� 5 14.1? Certificates PfInsurance _ 7, 5,3, 5,4.11 5 4 13: 5:6,5;, 5.3. 5.14, 9.13.4, 14:12 Change in Contract Price - Cash claim for price adjustment.............4.1, 4:2.6, 4:5. 5.13. 6.8.2. 9.4 ..........9.5, 9.11. 19.2. I0.5; LL2, 13.9; ... 13 13 '13 14.14 T 151 Io .CONTRACTOR'S fee .... ................................ 11.6 Cast of the Work grneral...... .................................... ....:1' [A-113 Exclusions to..,,: ;,.::, J 1.5 'Cost Record; 11,7 in -general..., LIQ 1.44, 41I ltl ;2; li J3: 11 Luntp Sum Pricng..........................................11.12 Notification ofSurety- .. 10.5 Scope of, - . L0:3-10:4 Testing and.Inspection Uncovering theWork.................................. 119 ts�crx: GCYti7t,u. cGtsgmous lutes {use,enrnGri w! cCITYGFFi�RT.CQ6LNS MODIFICA'RGNS �RF. V 9!)9) 1 I I I I I I I I I I I I I I Unit Price'Work 119 .Article or Paragraph Number Value of Work j 1.3 Change in Contract * rimcis Claim for LiMeR adjustment,,,,..; 4. 1 ; 4.16. 4- 5, 5, 15, ....... 6.3..2, 9.4. 9,59. 11, to. 210.5, 12; 1. 1......13.9 ' 11-13, 13.14IL14.7. I:'.It-I5;'5 Contractual Lim e limits.. ...... 112 DeIRvs beyond CONL'TRj\CTORs control 3 2:3 Delays beyond OWNER's and CO NT H-NCTOWs can Lrb I ....... Notification of Scope of change ............................ 110:3-10.4 Change Orders - Acceptance ot'Defective %Vork 113 Amending,Contract Document% ............ d'. 5 Cash .allowances,,,,,, ......................................... .1 I.'s Change of contract Pricq'- ......................... ...... Change of Contract Times.., J, Changes in the Work— CONTRACTOR's fee,,,,,,,,,,,,, ........... ItosL of the Work 11.4-11.7 Cost Records-,--t..,... .... definition .............. ............ emergencies ............................................ .... "..6.23 ENrGMERs responsibility ....... 9.8.- 10.4. 11.2. IJ. I execution at ........ .............. !:J0.4 Indemnifiction ...................... ... 6.12, 6.16, 6314-13 Insurance, Bonds and ..5A0, ...................... 5-13, M5 OWNUZ may terminate ................ ............ 15 .2- 15:4 OW-NERs Responsibilit 10.4 Physical Conditions- ,Subsurfac'c and .................... ..... 4-2 Undergr6und Facilities. ............................ .4�12. Record Documents 6.19 -Scope a I Change ........ 10.4 Substitutes ........ * ........ .......... ............ 6.3.3. 6.X2 Unit Price Work 11.9 value of Work, covered by..... ........... ....... ..... 11.3 Change., in the Work..:....:... . -------- 10 Notification of surety-- ......... ...... 6VNERs and CON-rrR-,kCTORs responsibi Mies ........................ ........ Right to tin adjustment 102 Scope of change ....................................... 10.3-10:4 Claims -- against ENGNEER......... :2632 agiiinst OWNER ......... I .............................. ....... 6.32 Change of Contract Price ............................. 9A 11 � 2� Change of Contract Times ........ ...... 9.4, 12.1 CONTIR-ACtORs ------------- 4, TI, 9-4. 9.5: 9.11; 10z 2. .............. I ........... I I.-- 11,9, ln-: 1, 1191 14_8. 15. 1: 15.5, 173 C-ONTRACTOWs Fee............ 11.6 Article or Paragraph Number CONTPLACTORs'liability .......... :5.4. 6.12, 6.16, 631 Cost of the Work 11'.5 Decisions on fjisputes: .............................. 9.11.9,12 Dispute Resolution.......... .............. wl ............ 16.1 Dispute Resoluiiun Agteern'ent, ................... 16:1-16.6 ENGINEER as initial ),II Lump'Sum Pricing . ........ ; ........... ;'; ............... ITOtice of ......................... 17.3 ... ........... OWN-HR's ........... ........ 9A-9.5, 9.11, 10.2, 11.1,11,9 ............. 12.1, 13.9. 13'13. 13.14, 117:1 OWNMR!s'liability ................ ...... ...... 5, OWNER may refuse to.make payment„. ............... 14.7 Professional Fees and Court Costs Included....,-,. 17.5 request forformil decision on .............. .9.11 ....... Substitute Renis Time Extension .... ................ .......................... 12.1 Time reyuiremenls ....... 9.l I, 12.1 Unit Price 11.93: Value of ........... ........ .............. I .......... 11:3 Waiver of -on Final Payment :., ............... 14.14, 14.15 Work Change whiten notice requin:d,,,',,.'.; 9.1 It 11.12. I2A Clarifications and interpretations� 3.t 3 9A. 9.11 Clean Site v 17 Crdcs of'l'cchnical'$ocicty,' Organization or Association - . ..................................... "3.3. 1 .......... I? CommencemPne.of Contract Times._... 2.3 Communications-- uener-al•::..6.2: 6:9 .2: 3.1 HizardCommunication Pro -rams; :.;:;: ......... z6:22 Completion -- Final Application for Pak-ment ........................ t'4. I J Finil inspection_,-,...,_--- - ---- ------- 14.11 : Final Payment an Acceptance ...... : ......... 14. 1 14.14 Partial Utilization P.; 14.10 SubstqnLial Completion ......................1.35, 14.8-14.9 Waiver of Claims ...... :..: : : 14.1i ctnputationoffimesl ...... ........ ........ 17.2.1.IT2;2 ,Concerning Suhcofitracto.rs,.Stippficrs and Others ... * .................... ........ Conferences -- initially acceptable schedules ..... . 71 ............. preconstructioR ................ ................................. Conflict, Error, ,\in biguity, Discrepancy-- coNrrRAcrOR to Report..::. : --------- z ........ 3.3. 21 Construction, before starling by CONTRAMM 5-2:7 Construction Machinery, CquipmenL, etc, ....... 6.4 Continuing the Work., ................................. Contract' Doc umcnts--- Amending........................................................... �3.5 Bonds. .................................. .i. I LjcOc cal,',s:ER-AL co,,'Di rims igio.4 w)qu EDino,4) w/ cf-l"(017 FORT COLUNS MODIFICATIONS (.RTINYV) I Cash Allowancas Article or phrfigraoh Number Change of Contract Nice ... I ...................... .......... I I Change of Contract Times ............ t .............. .. .. hianges in the Work ...................... ......... 10.4-10-5 check and verifv 1 ...................... I ........................... 2:5 Clarifications and [nterpretmiork'., ........... 3A, 9-,4, 9.11 dermition of --------- 16 ENGINFER as initial interpreter of ................... 9:11 ENGUNFER as OWNER's rep rewitative . ............ 9.1 j general, Insurance Intent l'-14 minor variations in the Work ......................... OWNER's responsibility to rumish data-, ---.8.3 OWWFW% responsibility to make pojin prompt paymetit .......................... 8.3; 14.4, 14.13 prdcedence- ........ - ... - ... I ... - I ... -.. ... ... I ... .;3- 1, 3.33 Record Dacuments................................. 19 Reference to Standards and Specificatio.ris. of Technical Socidies.................................. 3;3 Related Work .......................................... : ........... 7, Reporting and Resolving Discreprincies,__2J, 3.3 Reuse of,.wl ...... 7 Supplementing ..................................... ............ :3.6 Term ination of ENGENTEMs Employinent. .......... 8-2 Unit Price Work ...............................................11.9 variations ...... ** ..................................... 16, 6.23,.6 27 Visits to Site. FiNGINPER's., ..... ................... 9-2 Contract Price- HdjusLment 4.1.19.4. 10.3, 1 L2-1 Lj Change Decision on Disputek ..................... _ ............... :..9. 11 definition of...._........_ ....... ............................. J. I I t contfact adjustm ent of.......__......... Change of ................................................111-114 Commencement of ........................................ ... 42.3 definition of ................................................. _.1,12 CONITIACTOR- A&cptanCc of Insurance......... I......._ ................. 5;14 Comm imitations.,..,...... I .......................... 6. 2-6.9.2 ContinueWork.......... ....... .... 6.2% 10.4 coordination and scheduling 693 definition of 1; 13 Limited Reliance on Technical bata Authorized .:. .: :: . 1: ----- - - 1: 1 .................. May Stop Work or...::.:.:.:::....:.::.:.:....IS.; provide site Access to others ...... .............. '-T2, 13:2 Safety and Protection,,,,,,,,,,,,,,,,,,, . 4:J. 1.2, 616, 6.18. ......... 16.21-6.23, 7.2, 13.2 Shop Driwingand Sample Review F-Yior to Submittal 6. Stop Work requirements 43-2 ............. .. ........... cot,up-,\cTow,- Aiticle or Paragraph Number Compensation.._.........----......-- ................ Continuing C)bligation ... .................................. 14. 15 Defective, Work ................................ 9.6. 13.10-I3A4 D&y to correct de/ectivie Work,,,,,,,,,,,,,,,,,,,,,,,,,,; 1311 Duty to Report-7 Changes in the Work caused by Emergencyy...................... ...................... 6.23 Defects in Work of0thcrs .............................7.3 Differing conditions .... ...... 4 %2- 3 Discrepancy in Documents ........ * 2.5: 3.12. 6.14? Underground ra6ilities,nut indicated, .......... 4.3.-2' Emergencies ................................. ;4_............... . 23 Rquipm ent and Ntachincry Rental. Cost ofthe. Work ... ................ : ........ . I 1A53 Fee_ -Cost Plus I'l.4.5.6. 11,5: 1, If -6 ,General Warranty and G q - uarante� .......... ....... 6.30. Hazard Communication Program,.,,,,... -_;0.22 Indemnification ---6.12. 6.I6; 6.31-6.33 inspection of the Work ............... - ....... I-- 7.3z 114. Labor, Materials and Equipment _... .............. (). 3 -6:5 - Laws and Regulations, Compliance by.:.... _:_:_6.l41' Liability ............ ........... :,.-: ... 5.4. Notice of Intent to AOpciil .........................9.10, 10.4 obligation to perform -and complete the Work 6.30 Patent Fees and Royalties. paid for by,,,,,,,,,,,,,,,,, ti-12 Performance and Other Bonds ............... ............ 5A Permits,.cbtained and.paid for by ............ ........... 6.13 Progress Schedule..,. 2 6.18. 2.9: 6.6. .......... ........ :k.29, 10-4, 15.2. 1 Request for formal decisionon disputes,,,,,,,,,,,,,, 9,11 Responsibilities - Changes in the Work ._. .... __ ........ I ---------- 1.10.1 Concerning Subcontractors. Suppliers and Others 11 .Continuing the Work ............. ............ 6:29, 10A CONTRACTOR's expense ........................... (i.7A CONTRACTORs General Warranty and Guarantee :6,36 CONTRACTORs review prior to Shop Drawing or Sample submittal ............ -,-6.25 Coordination of Work •6.9,2 Emergencies ............................................... ENGINIEERs evaluation, Substitutes or "Or -Equal' Items,, ................ -.. .----'.6.73 For .acts and Omissions of0thers, ............................ 6.9-1:6.A2, 9..I3 for deductible amounts: insurance ................... 5.9 general ........................................6, 7.2. 7.3, 8.9 Hazardous Communication Program*...__.._ 6.2 2 Indemnification ........................ .......... 6. 31 - 633 EJUtx GENULAL CONDITIONS 1910-8 (1990 LUMON1 w/ CITY QF HAT (701. Ll' NS MODIFICATIONS I RE V9P)9)• I I I I 11 I I I I I I I I I H 11 . I aborMarcrials and Rquipment.. W 3-6.5 1 - I . . ........... :j La%cs and ...... :.6.14 Liability ...... _5. 4 Aitii;le or -Paragraph Number , Notice of variation from Contract Documtims. ......................................... :' 6. 21 7 Patent Fees and Royalties„- ............ . 12 Perm its.:.:__ :: .... I_- 13 EYogfess,SZhedule ; ; ................... 6.6 Record Document; ............................. . ...... �6.19 related Work performed prior to EIN61NEER's appr'oval of required submittals ....... .628 -safe structural loading ................................. 6AS Safety and Protection ............... (5:20, 7.2, 13,:2 Safety Representative .............. ........... 621 Scheduling the Work ................. 69., .2 Shop Drawings and Samples ........... I., ........ o.24 "hop Drawings and Samples Review by ENEGENE ER Site 6crurliness Submittal Procedures ....................... .......... :6-25, Substitute Construction methodis and Procedures Substitutes and,`Oi-.Equal" Items Superintendence .......................................... J-2 Supervision ................. .......................... ....... 5. 1 Survival of Obligations ................................6.34 Taxes.......................................................... �Ai Tests lnd-li spections .... I ........... .............. '13,5 ToReport .............. ........................................ �.s Use of ...... 6, 16�6: 18., 630.2A Review Prior to.Shop'Driwing,or Sample Suhn1ittal ....... ....... rr ..... 1; ...... I .... 6.25 Right to adjustment for changes in the Work ..... 10.2 right to claim ............p, 7.1, 9.4, 9-i. 9.11, 1 0,2r:l 1.2, 12.1; 13.9. 14.8. 15A,1-5.5. 17:3 Safety and Protection,,;,,,,,,,,,,,,,„ 6J(.):6_"I' . T2. 13,2 Safety Representative., ............................. ........ 6_21 1 Shop' Drawings and Samples Submittak.,., 6:24-6. 1-8 Special Consultants .... Substitute Construct ion'tMethtids. and proccdures..6,7 Substitutes,and "Of -Equal" Items. Expense ........................................... 63A, 6.T 2 Subcont ractors. Suppliers and Offiens ........... 6-8-6_11 ' Supervision and.Superintendericc .......... 6. L. 6. ? 6.21 Taxes. Payqnent.by , .1 ....................... ........... '. 15 .. .... �. Use of Premises-, ............................... .. . .6. 16.& IS Warrantii;s and guarantccs .... ...... I ....... ;.1.6.5. 6.30 Warranty of'ritle ............................................... 14.3 Written Notice Requir&I-- CONTRACTOR stop Work or terminate ... Reports of Differing Subsurrice and Physical Conditions ...................... _4.13 Substantial Completion .................... ...... CO N r RAcToR S=othcr ... .......... ................... . 7 .... Contractual Liability Lnsuiance ...... M Contractual, Time'Lim . its, ------------- ....... 12.2 .AnUe or Paragraph- Numba Coordination- COiNTPACrORs responsibility ........................ Copies LIE Documents ................................................. 2.2: Correction Period .. .... Correction. RemovaCor rcceptance - (if D Work-- in general 10.4.1,.13. 10- 13.14 Ac4tance ofDeIevtive Correction or Removal of Defective Work,,,,,,,,,,,,,,,,,,,,,,, „ 6:30, 13.11 Correction Period ; _ :..13.12 OWNER May Correct Defective Work_.- .. ....... 13:14 OWNER. Nlay Stop Work- : ............ .......... ; ... J3, 10 Cost, - of Tests and lnspcctiorvs_ ......... ............ Bj Records. 11.7 Cost of the. Work -- Bonds and insurance,, additional,,,,-- j 1.4.5.9 bash Discounts... .................... :..: ...... ....... .. -1 COLNTRACTOR!s 1,1.6 Employee ...... .. I 1.4'i, I Exclusions ty. .................................................. _1 1.5 G enera I 11. 4-11 . 5 Home otfice'andoverIbcad .... tj 1.5 Losses and d antages 11.4.5.6 Materials and cquipinerif .......... 11 4_'). Minor expenses .................. ................ 11.4:5.S Payroll costs an chan-es I IA I p9rforrued by. Subcontract. ors,. t 1.43 RecordsHIT Rentals of consiruction,equipracrit and tinachinerv.. 1.4.53 Royalty, payments. permits and license fees" , " * ..... ....... ... 1.4.5.5 Site office and temporary racilities: ............... 11.4. il: Special Consultants, COYMACTOR's., ........... 11.4.4 Supplenlcntal,__ ..... : ... ......... _j 1.4:5 Tixn related to the Work- � I m ......... .................... 11A.5.4 - Tests -and jnspection................ .............. 13.4 Trade Discounts 11.4.2 Utilities, fuel and sardiaryfficilitie.g j 1 AJ - 7 Work after regular hours,,,,--,,,,, •............ ........ 114.1 Covering Work.......... ; .................. : ....... j�3.6-13.7 Cumulative Remedies-..:--- ----- Cuttin.g, fitting; andptching 7.2 furnished fF Data to be -shed by (Y%.V\L R ........... I ........ ...... Day definition of.......................... ................... . - j 2 7.1 Decisions on Dispute-, . . ................. ....... : ......9 11, 9. 12 defective-definitionof ---- ----- - -- 1,14 -4/� ecrive Work - Acceptance of ................. I ........ I ......... 13.13 LJCDC GUNEUILL CONDI [16NS,1910-3 0.00 UDMOK) w/ LITY OF FORT COLIJNS MODIMCAPONS(REV 9/99 11 Correction or Removal of 10:4.1, 13-11 Correction 'in general ...... ;:; ...... ; ............... ; ...... 13. 14- 7. 14.1 L Article or Paragraph Number Observation hy FLNU NFUR ............ ............ ...... 9.2 OWNER May,Stop Work ....................... ......... 13.10 Prom pv NLoiice of Defects: .................................. I'" Rejecting..,,,,,, .......... ............ ........ 9.6 Uncoveiing the Wort .................... ........... 1. :;.;J 3. 8 Definitions ............................... I Dchys ...................... 4.1, 6.29, 12.3-12.4 Delivery of Bonds'............................ ------ ...... ...... 2.1 Delivery of certificates or insurance,,,,- 17 Determ inations for Unit Prices .................................. 9: 10 Differing Subsurface or Physical Conditions - Notice of J ............ FNIGiNTFRs Review _412_4 Possible Contract DocumenLq Chaiigq ................ 4. 2.5 Possible Price and Times Adjtl.Slracnty... ........... 4:2.6 Discrepancies=Re porti n g and 33.2, 6. 14.2 Dispute Resolution— .,\grccmcnk: ............................ 1 ................. J6;1-16,6 Arbitration general 16 ......................................................... (6.6 Dispute Resolution Agereentent..... ..................... Vq. 1-j6.r) Disputes, Decisions by HNG WF.HR,._: ....... ..9, 11-9, 12 Documents -- Copiesof ......................................................7. Record 6.19 Reuse of ...... Drawings -definition Fasements..................... ; ............................ 4.1 Eflective. date of Agrc6ucnt,-- defihitioh o( 1.16 Eniergencies.-,_-, 623 E \.rG INE E k as initial interpreter on disputes,,,,,,,,,,,,,,,, 9.11-9.42 definition o( j. 1.7 Limitations on authority and responsibiliti . ..... 9.13 Replacement of.:.. --..._..:-.-; ........... ........ : ---- Resident Proji:c(ReprLsentative .... I ......................9.3 ENGrNEER's Consultant -- definition oK ...... 1.18 ENGL\TEER!s-- authority and responsibility, limitations on 9,13 Authorized Wriations in Ilic.Work ......... ............ �9'5 Change Orders, responsibility for ...... 10. 11, 12 Clarifications and Enterpretation.s ... 1-6.J. 9.4 Decisions on Disputes„....... :z.-9.11-9. 12 defective Work, notice of 13.1 Eyaluiiti6n of Substitute Items ........................... 6.7.3 (U-2, 9.12 Notice Work is Acceptable ---------- ............. K13 Observations ............ M_ OWINER's Representative. critative ............................... Payments to.the cmrr.w.\crbR_, 'Respoftsibitit'v 14 Recomnieridation of 14.13 Fa� .,\Iticle or Paragraph INIum LZ-.r Riisponsibilitics=-Liniiiatiorfs (in .................. 9:-1 1 -9.13 Review otRcpoms on Differing Subsurface and Physical Shop Drawings,and Samples, review rcsponsibilitv ................... ........ .......... ......... 6.26 Status luring Ccritstruction-- authorized. variations in the kk,'.or� . ...... .... Clarifications and-Interpretations_ I - A ............ Decisions an Disputes, ......................... 9.11-9.12 Determinations on Unit Price ENGINF.Mas Initial Interpreter 9'11 _9' .12 ENIGINNFER!i Responsibilities ... ........... ; 9J-9112 Limitations, on ENICRNMERs Authority Hnd.Responsibilitic* ........................... 1_2. 13 Project Representative;,-,.,.----,. ..... . -------- 9. 31 Rejecting Defective Work; ... ................. ........ 9-6 : Shop Drawings, Change Orders� and ...... 9-i-9,q Visits to si�q, .............. Unit Price determinationsi 9.10 Visitsto Site__ .................... ....... .................... 9.2 WriflenxonSenL required ............................... 7.2,9.1 Equipment, quipment, Labor, Nfaterials anti ......................... 6. 3 -15. 5 Equipmcntxcnta[4, Cost of the Work ..................... 11.4.3-3 Equivalent Materials and Equipment ......................... 63 error or Evidence of Rnancial Arran-ements I I ExpWations ofphysical conditions ........................a.2.1 Fee, CONITR.ACTORs--Costs Plus: ................ ......... 11.6 Field Ordei- definition of____.-;-,1.19 issued by ENGINEER ................................ 3. . 6.1 9;5 Final Application for Payment ............. _ ....... 1, ...... 14.12 Final fnspecti.ort ........................... ....... J 4.11 Final Payment -- and Ace critance ....................... ......... 14.13 - [ 4.14 Prior to. for cash allovarices ..................... ......... 11.8 General Provisions_-- ...... 173=17:4 General Requirements -- definition o( ................................... .......... j: 20 principal references to 16, 6.4, 05-6.7,.6.24 Giving..Noticc., 7.1 Guarantee of Work -by CON M-\CTOR ......... h30i 14.12 Hazard Communication Proeram ............................ (.5.72 Hazardous %Viistc -definition or general ...................... --- - ------- --------- 4,5, OWNI,-.*R's responsibility for ................................ : M0 cictic, (:;c,\-EF_AL co.,itinibNs 1910 -8 (1991) 1:1)NIONI W CITY OF FORTCOLLN'S NIODIFICATIdNS, I.RF.V 9199), 307.20 Stabilize Subgrade- Tilled, Watered, & Compacted Square Yard 0 $ 3.15 S - 403.01 HMA Grading SX - Parking Lot Overlay Ton 0 $ 66.73 S - 403.02 HMA Grading SX - Basketball Court Ton 0 S 75.53 $ - 403.03 HMA Grading SX Ton 1,000 S 56.29 S 56,290.00 403.04 HMA Grading S, 64-28 Modified Binder Ton 11,500 $ 57.88 S 665,620.00 403.05 HMA - Grading S, 64-22 Binder Ton 16,500 S 52.26 S 862,290.00 403.06 HMA Grading SG Ton 5,000 S 48.02 $ 240,100.00 403.07 HMA Hand Patching - Remove & Replace Ton 3,000 S 95.00 S 285,000.00 403.08 HMA Hand Patching>_IO" Remove & Replace Ton 3,000 S 95,00 S 285,000.00 403.09 HMA Paver Patching - Remove & Replace Ton 350 $ 85.00 S 29,750.00 420A 1 Geotextile Paving Fabric Square Yard 85,000 S 1.45 $ 123,250.00 630.0t Construction Zone Traffic Control Percent 1 6.23% S 205,113.98 630.02 Additional Variable Board Message g Per Each Per Day 8 $ 148.50 S 1,188.00 630.03 Additional Flagging Hour 50 $ 23.10 S 1,155.00 TOTAL $ 3,499,816.15 RESPECTFULLY SUBMITTED: License Number (If Applicable) Address ' 0co Telephone q-10-42n :�LDL4�- Email dkl WQ 4i t) QVedt 0061 I I I I I I I I 11 I I I I I I I I I Indemnification 6. 12, & 16, 6.31-6.33 InitialtyAcceptable Schcdues__. Inspection - Certificates a(, 134, 1 3J .14- 12 Final....................... ; .......................... ......... t4:11 Article or Paragraph tws her Special, requited byEN1GLNT-ER......................... 9:6 Tests'and Approval__..., -3. 13. 3- 13 4' Insurance - Acceptance or, by OWNER .......... ....... 5.14 Additional, required by changes inUic Work, ......... I ......................... ......... Bcfbre starting the Work-,.,, 2.7, Dan&- and --in general ...... .................... ... 5. Cancellation Provisions,,.-,,,,,-„,,,,,,,,,,,,,„_..,.... 5.8' ,Certificates of' . 57 5.1, 5A.1 * ........... __�2.7- 1.. 5.4. 1,-; 3t � ............. ; ..... J.6.5, 5,8, 5,14, 9,113.4, 14,1 completed operations ....... ... I ................ .......... 5 A- 1 CONTRACTORs Liability ................ ........ ....... 5.4 CO'L,rTRACTOR!sobiectibntocover.i,.,e, " 1 5: t4 - Contractual Liability ....... __ ................. .T ... .deductible amounts, CONTRACTORs, responsibility.......... ....... :. ......... ....... 5;9 Finn[ Applicaaan ror Prtyment.,,_,,... ...... Licensed Insurers "_ �i.:.__:53 ,Notice requirements. material c:hanges ........ S.S. 10.6 Option to Replace ................................... ......... 5:14 other special insurance* ................................I...5.10 OWNFERas fiduciary 69r insureds,,,,,,,,,,,,,, 5.12-5:13 OWNFR's Liability-,-„-,_...._. 5_5 OWNFEIZ!s Responsibility ................................ S. 4; Partial Utilization. Property Insurance,; 5. 15 Property...j: ...... .......... :15,6- 5- 1 Q, Receipt and Application of Insurance Proceeds 5. 1. 3: spec;ll lnsuri.nLc: ....... ........ ---------------------- -5. 1 Waiver of Rights .......... ....... ....... Intent of contract Ducurn ents Interpretations and Clarifications......„............. J-6.3, 9.4 investigations of physical conditions.............. .: ........ ::',4 2 Libor, Materials anti Equipment-_ ... ........ :.____6:3-6J I.,ands-- and Easements 4' Availability of-: .. ..... ..... -------------------------- SA Reports and Tests . ...... ; ................. Laws and Regulations --Laws or Regulations— Bonds Changes in the Work ............. : ------- -.10.4 Contract ,_ ............... : _:13'l -Documents_ CONN'PACTOR!s Responsibilities ....... ........... . 614 Correction Pericd;dejzctive Work,,,,,,,,,,,,,,,, 13 IT Cost of the Work-. taxes ................. .......... a 1,45.4. definition or gcner.,116-1.4 Indemnification 63 1-6.33 Insurance 3 3 Prcccdemcci_ 1 3.3. Reference La., ............ _: ...... - ............ ...... 3. 1 Siirct% and Protection-:,,,,,,-_;,, 132 Subcontractors, Suppliers and Others.: .......... 6.8-6.11 Artide or Paragraph Number Test's and lnspections...................................13.5 .Use of ............ 6;[6 Vikits to Site__..:..:..._... ......... (,lability Insurance-- 00N,rRAC`rOR's 5.4 OwNmks ..... ................. License([ Sureties. and Insurer ........... 53 Liens -- -Application for Progress Payment ...... ................ 14.2" CONTRACTOR's Warranty of- I-itic.................... 14. 3' Finitl Application for,Nym ent ................... 11. 4, 1 _2 definition of ....... .................. ............... I .... 1.23 Waiver of CMims... ................................ - ...... 1.4.15 Limitations on ENGINEER's authority and responsibilities,,,,,, 7 ...... :__ .... :.:-7 ...... 9.13 Limited Reliance by COIqTILACFOR Authorized ......... 2.": Maintenance and Operating Ninnuals- Fifud Application for Payment,..,,,., .... :., ...... ;.,..(4. 1-2 Nfartuals (of.others)-- Precedence...................... .............................3A3.1 Reference to in Contract DocumcnL5 ............... __)3. 1 Materials an , d equipment. furnished by CONTRACTOR.... ........................... 6:1 not incorporated in Work .......... ......... I ............ 1. 14.2' .,,[a ter is Is or eq 4 ipm cot, -equi va I ent,, 6.7 ,%,fed iati on, (Option a 1),:., : ........... 6.7 ,Milestones-d6finition of .......................................... 1:24, -Miscellaneous- can, putat ion. cif'r I'M Cs„-;-....................... .. ITT Cumulative Remedies_ 17. 1 4 Giving -Notice ......................... .............. 17:1 Notice of Claim ........ ...................... ................. 17-3 Professional Fees and Court Costs. included ......... 17J. Multi -prime contracts,,.....-.., ..... : .......... ................... . -.7 iNtot Shown or indicated ........................... 4.3.2 i\lOtice Or-7 Acceptability of Project . .................................... 14.13. Award, derinition-of 1-2i Claim.......... ................................................. J.753 Delects.13.1 Differing Subsurface or.Phv%-Ic.il,(.;onditioni:,,,...4.2.3 Giving ;-.1.7.1 Tests and Inspections ................... ........... ......... t3_3 Viriqtiort. Shop Drawing and Sample ................. G.27 Notice to Proceed— definition or. ivint, or .... ........... - ...... ........ ............... �2.3 EJCDC GENERAL CONDMONS 1910-3 (19.90 ED[ rION1 w/ CITY OF KWr COUTN'SN(ODIFICA11ONS I REV 9/99) I I Notification to Surety...._._,__,.,, ...... ............. Ills : Observations, by F__ NGINEF.R.-_ 9.2 Occuoancy6fthe Work..,. 5.15: 6.3024. 14.10 Oniissions 6r acts bv('ONTRACTOR!_,;,,,,.,..:, j Open Peril policy form, Insurance..... .......... ............ �.6.2 Option to Replace ..................... ................. ............ 14 Article or Pa:rigraph�� Number "Or Equal" Tuans .......................................................6.7 6.7 Other wdrk. 7 Overtime Work -prohibition of--,,.;-,,: ........... 63 Acceptance of defectiveWork .......................... j3A3 appoint an-• ENGWEER, ...... �..-A.2 as Fiduciary,,-., .............. , ....... ....... f3 Availability of Lands„ responsibility,,,,,,,-,,,,„ 4.1 definition o( .... ... ; ......... ........................... J.27 &,its; furnish_,., _.: ... 1: 1.1::,::.: : !-,-. '. ,May Correct Defecrive Work:t. ......................... 1,114 IvIny refuse to make 0. yriienL.. ......... I ....... ........ 1.4-7 Nlay Stop the Work .......... .......... 13. 10 May Suspend Work, 15 1-15.4 Payment, make prompt . ....... ............. 83. 14A, 1.4.13 performance ofother work .................................. 7.1 permits and licenses, 13 pdrchased insurance requiiement!j_.__ ....... S.6-SA0 OWNIERs-- Acceptance of -the Work_ ........... ............... (00.15 Change Ordersi obligation to exccutp ......... h.6, 10.4 -Comm unilcations .... ....... I ................. .. � ...... ....... 3.1 Coordination of the %Vork.,.. ............................... 7A Disputes. request- for.decision ........... ................ 2; 11 Inspections, tests and 1-3.4 Liability Lnsurance 5 140tiCeroF DefecL- ............ ........ ; .................. 11.1 Reprcsentative--During Construction, ENGINEFWs Staritsi ........... ----- -- ......... 9.1 Resp6nsibilities-- .Asbestos. PCBs. Petrolcurn;.Hazardbus Waste or RadicactiveNIaterial ................ 9 * 10 Change Orders.: ............. :.1 ................ ...... 3-6 Chinggs in the Work ._._..-:-: _ ... : ---;-,I }1 communications '* *''...... v ......................... S. I COINT RACT 6R'sresponsibilities,,,,,,,,,,,,,,,,,, 8. 51 evidence of financial arrangements. ....... S. 11 inspections, tests and approvals, .............. _S_7 insurance hands and easements ................................ 8.4 prompt payment by_ replacement of ENGINEER ....... reports and tests .......... I .... .......................... stop or suspend W6rlc ................. :5.R; 111.0. 13.1 terminate COZN'TP_,V_—rOR3. servIces ----------------------------------- separate representative at site .............................. 9.3 t�sting, independent .........................................134 use or occupancy of he Wo rk .... j..; ....... I ........ :15 6.30.2.4. 14'10 written consent or approval required.........................................9.1, 6.3, 11.4 EJCDC GEAItAL CONDITIONS 1910-8 (11990 EDMON) %vl CITY OF KjR'r. ('011INSMODIRCATION'S i.RF.V 9199) I I I H I I I I I I I I I I I 11 I I I I I I I Article or Paragraph Number 'Written notice required.,,;;;,,;,;,,,,;,; 9.4, 97.11. ............. ......... * 11.2, 11.9, 143, J5,4 PCBs-- definition of general ...... ................... ...... .. 4.5 bW1NEWs. responsibility f6r ..............................:3:10 'Partial ,P-irtial Utilization - ,definition of-, ---- ....... generriI6330.2.4, 14-10 Property Insurance ':i* ... ............ ............ 5A5 Patent Fees and Royalties ......... Pityrricrit Bonds,.-_`---------......... -5.2 payments, R-ecommen Won,ot, --- 7-1:1-:- 14r444.7, 14:13 Payments to CO-NMA.CTOR.and Completion— Application for ProgressPaynients: .... :. ,.: 4 ..... ; .... J4.2' C()1\rrRAcrOR's Warranty of Title...................14.3 Final Application for Payment ............. ; ... ......... 14,12 Final.Inspec6on ............................... - ...... ........ 14.11 ,Final Payment and .Acceptance ..... .......... 14.13-14-14 general ..... ...... S.3, 14 Partial Utifiz6tion, ... .............. 14.10 Retainage ............ ............ ....... ............. ... 14,2 Review of Applications. far. 7 prompt payment..,-, . --- ............... Schedule of Values Substantiril`ConipletioR 4 ... 4 (4. U- 14.9 Waiver ofClaims 14:15 when payments due ...... ...................... 14A, 14.13 withholding payment.-... .. ....... 4 ...... ......... 4 ........ 14.7 Performance Bondi r-52 Permits Petroleum- definitionof,,.;..,,- . ....... -30 j I general...... ....... : ................. : ....... 4 ............. 4:5 OWNER's responsibility ........ .... .... S: 10 Physical Contfitions l3ra%vings,oll in or relating to„ ......, FNLGENEER's review ............ csistiirig structures general 4.2. 1,1 ................. ................... Notice of Differing Subsurface or..,,,,, ,. Possible Contract Qocum ents, Chringq Possible Price and Times Adjustmcnts.. Reports and Drawings ......................... Subsurface and Subsurface Conditions.__..--_-__----_--- Technical Data. Lim itRelitince by CONTRACTOR authorized........... Underground Facilitiesz- xii , 2. L _1 ...... 4.2:4 4-i 2 ............ general............................ ............................ 43 Not Shown or [odicrted.-, 7�43-2' Protection of .........................................4.3, 6.20 Article or Paragraph Number Shown or Indicated.,-,. Technical Data ................................. ............... 4.2 1 Pfcc6asrruction Confeecricq '.3 Freliminary Mlitt&is Prelim inary. Schedules ..................................... ....... :.2,6 Premises, Useof .................................. 6.1 ' 6-6 ' IS ClAti Price, nge.of Contrick ..................................... .... III Price, ConLractm-definitibri of.;.: .... 1. 11 Progress Payment, Applications for;,,;,,,,;, J4.2 Progrcss.Paymcrit.4ctitinajq ............. 141:2, Progress schedule, CONTItACTOR's ....... 16; 2; 8, 2 9, ................................ . 6A 61010:4. 15.2. 1 ProjePt-dedhition uf.,,-, ........... 15 1 Project Representative-- - ........ 9.3, E\,'Gr.\T-ER:s Status During. Construction J, - Project Representative, Resident --definition of., ....... 1. J3 prompt payment by=Nk M R..; .............. J Property Insurance --- Additional— ........................ ...... .................. ggencrals:6=511) Partial Utilization,,...,- -------- :-5.15; 14.10-2 receipt and applicationofprocceds ............. -5. 12-5.13, Protcction,Safctyand ....... ;;..: ................. ...6..20-611, 13.2 Punch list ...... .......... i.1.4. I I Radioactive Vffiterial .d'efintion of ......................................................1.32 ,generil.4.5 ONVINER's responsibility for .............................5. 10 Rt;cbminen4at'ilork-of Paymenk ................. 14.4, 14.5; 14,13 Record Documents ............................. ...........-19, 14,12' 26 Records, procedures for maintaining,,,,,,,,,,,,,, .. 8 .......... Reference to Standards and'SPecifications of technical Societies ..;j ............. I , Regulations, Laws and (or')..: ... ...... .............. ... 6.14 .Rejecting Defective Week .... ...... ................... Related Work— atsite ....................... ........ : .............. Performed, prior JorShop Drm6np and.Sampleq submittals review ................ 628: Remedies, cUtilulative --- z ......... :-.1 .......... 117.4. ITS Removal or Correction ol`Dqctive Work,..., .... 13.11 rental agreements, 01VINTER approval required ..... 1,1.4,5.3' replacement of ENGWEER-by-OWNIER........... ...... .'K2 Report ing. anti Resolving. Discrepancies ...... 15, - 33.2 6.14.2 .Reports -- and Drawings----.....,......_ ...... ------- ;-.4,11 and Tests, Resident and Project Representative - definitionof.....................................................1.33 provisioni5or............................................................ . 9.3 LxvcCiL' LA.LCONL)f r(O'N's rno-S(1990 M111014) wl tJ[TY OF rQRr (REV T9'�) Arti'cle or Paragraph Number Resident Superintendent, Res_ ponsibilities- CONTELNCTOR:s,i'Sciteril ............. ......... _,-13 general, ....................................... 9 ,ENGNEEWs-in Lim itations an .......... .................................. 9.13 Retainage. ..... 14;2 Reuse of.Documents..I. ............................... ....... 3:7 Review by COMRACTOR: Shop Drawings ,and Samples Prior to'Submittal ............... Review of Applications for Progress Pavrnent,, ........ I ............... I ............ :14.4-14.7 Right to an adjustment ................. ......... 10.2 Rightsof Way...__..__........._...-_..._............ .............4.1 Royalties Pat - ent Fees and .......... ............................. 6. 12 Safe Structural Lciading...........................................6.19 6.19 Safety— and Protection._:, 6.16, 6.13, ..... 6.20-6:21,.T2. 112 general................................ ............... .... 0,211-623 Repr,sentativ,e,,tON-TRACT�JIV.s.. .......... ............ 6, 21 :Samples-- derihition of ,general *C '0* .6�24-6.. )8 0** NI'TR.,C'T* levie,%v, b........................................ v 6,25 Review by ENGINEER ..............................6.26, 627 related Work ..................................................... ��28 submittal of 6. 21 4.2 submittal procedures ......................................... §. 2_5 Schedule of progress 16. 2.3-19, 6.6. ....... ;.-: ....... :z ........ I --- 0.6.29, 10.4, 1'_2_1 Schedule of Shop Drawing and Sample Submittals ............................... 2:6. 2.8-2.9,6,24-6:28 Schedule of Values 16, 18-2:9, 14.1 Schedules - Adherence to, 15.2. L Adjusting ........:.................................. ... 6.6 Change of Contract Times... ........... ............. 10A Initially Acceptable:,, .... ..... : - Pncluninary. ....... ................ .............. Scope of Changes . ................ ..................... 10:3-10.4 Subsurface Conditions ............... -------- _ 4.2. 1.1 Shop Drawings -- and Samples. general...... I ..........................6,N-6A_3 I Change Orders & Applications for Pavnients, and 3 ........... 93-9.9 definition of:.., E!C;u"IFEP's Hpproval Or .................................. It5.2 F-INGINT-ERs responsibility for revic%v 6.24-6.- related Work review procedures............ I .................. 6.24-6. 28 Article or Paragraph Number submittal required ............................................... !6-1-4, t Submittal Procedures 6.25 use to.approve substitutions, ...................... ----- 6.7:3 1 Shown or Indicated ............................................... j 3�1 Site Access ................................. Site Cleanliness, ........................................... ........ 6.1,7 Site. visits to - by nNGNEER.._, ....... 13-21 byothers, ....................... ................ ............. _13,2 .speehil.ca'Uses of policy form, insurance ........... _____._5.6.2 definition of.,,, ...... ................... SpeciFications- definaftwof ....................................................1.36 1.36 of Technical Societies, reference ;3.31 precedence., .... ............ ; .......... .............. ;..3.3.3 Standards and Specification.,, of Technical SoCiefieS., 3.3 Starting Construction. Before ...... ................ 2.5-2.8 Starting the Work ------ Stop or Suspend W,dek by CONTRACTOR; ....................... ........... ;J5J by OWNER.-,., .... :_.&S, 13.16, lj.[ Stoi,fge of materials and equipment , ....... ........ 4. [1,7z2 Structural Loading, Safety ........................................6.13 Subcontractor - Concerning ........................................... ..... 6.84 1-1 definition of .....................................................1.37 de -lays .......................................... .................. 113. waiver of rights., ......................................... Subcuntracturs--in Subcontracts --required provisions-, -,,..5. 11, 611, 11.4 3 Subra ittals" Applications eor Payment.„ ;_ 14.2 Nfiintenance and Operation 14-1- Procedures 6.25 Progress Schedules ................ I......................? 6: 19 Samples ................................................... 6.24-6:28 Schedule or Values .......... ; .......................... 2.6, 14.1, -Schedule of Shop Drawings and Samples .366missions 2.6, 2_3.,2..Q ...................................... Shop Drawings. .................. ....... ... 6.24-6 28 Substantial Completion— . - 6,M2_3, certification of: 'Z 7 7 'Z 148-149 definition of-,, .................................................. 1-38 Substitute Construction Methods or Procedures......- 6:7.2 Substitutes and "Of Equal" items .... ...... ---- --- . --� � 6.7 ------- CONTRACTOP's 7. L., J ENGINEER', Evaluation ................................. 6-7-' , "Or -Equal" . ...................................................6. 7. 1.1 Substituic Construction. Methods xiii CICLY,: (a;N'ULkL CONLaTIONS 1910 -S i_090 EDI RON) wl (ITY OF FORT ('011rNS MODIFICATIONS iREV 9191)), I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I AiLicle or,Paihgrdph Number or Procedures ................ ....... ......... .......... 6. 7, 2 Substitute Items'.. .... .............. .................. Subsurface and Physicnl.C,onditions__ Drawings of, in.or reldthg to;,,,,,,,,,,,,,,,,,,,,,,, 4.2. 1.2 ENG MERs, Review.-........- .................. general _.,.,,. :1: : 1. :.;: 4.2 Lijuited Reliance by CONTRACTOR Authorized.---.-.. 4.2.2 Notice or Differing Subsurfaccor Physical Conditions............ -J.2.3 Physical Conditions ............................ ....... r..4_11.12 Possible ContiacL Documents Change ............... 4.15 Possible Price andTimes Adjustments,...... ,. 2.6 Reports and Drawings.__, .... Subsurface and Subsurfs-ed Con�inons at the Site ......... I ......... 4-1.1-1 Technical Data.......:_..._ . ................... ............... 4.2. 2 Supervision- CONTR,XCTORs responsibility_.. ........................ 6A OWNER shall not supervise ................................. 3-9 FNGT\LTFFRihall not supervise;,,,,,,,,,,,,,,, 9. _2" 9. 13. '_2 Superintendence,.,- ......:-..: ....... Superintendent, CONTRACTORs resident.... .2 Supplemental cosh : ............................. ....... IIA5 Supplementary Co411ons defiriftion of .......... ........... ........... J39 principal references to_ ............... 1: 107 1, 1 S, 2.2, 2. 7, ........... 4.3. 5- 1, 5.3, 3.4, i-6-i.9: 11. 6.S. 6.13. 7_4: S. 11. 9.3. 9.10 Supplementing -Contract DucumenL;i_ .... .... .. 3.6 Supplier-- definitionof.. ......... ................. 0: ............. 40 principal references to ............ 3.71- 6.5, 6.8-6,11, 6:20. 61-4, 9: 13, 14.1- Waiver of Rights ...... ........... ---- 6.11 Surely - consent to,final payment, ........................ 14. 12, 14.14 ENGINEER has no'duty to, .............. ...... Notitication of --------- _.: ...... IQ:5. 15:2 quali6cation of........... ................ 1-3,3 Survival of ObliLations 6.34 Suspend Work, OWNER May ..._ ...... ............ 13, Ili, 'i 5:1 Suspension of Wor k and Termination-,......,,.,,,,, ---1 i CONTRACTOR May Stop Work - or Terminate, ........... ................................... 15.5 OWNE'RANy Suspend Work .... OWNER 'vlAy Terminate, 5:2-15. 4 'I'qsies--Piymcnt by CC WITRAC:MR ......................... 6,15 Technical DaEa- LuniEcd Reliance by CONTRACTOR .................. 4.2.2 Possible Price and Times Adjustments --------------- 4.16 Report-, of DifTering Subsurface -,aid Physical Conditions.,,,,, .......... ..4.2.3 XIV 'I"canporaryd.onstruction facilities-.- ..... I ............... _4_1 .Article or ParaLqaph Num her Term inat ion - by CONTRACTOR --------- ------------ ------------ ..... _J-i by ow,\IER ............ ........... ................ 15 15.1-A .of ENGINEERs-carloovinent ............................... 3.2 Suspension of Work-in.general .............................15 rerms and Teks and Lnspections Access to the Work-, by others.. .................. 13,2. CONTRACTORS responsibilitic% ....................... 13.5 cost of IJA covering Work prior to., . .......... ................. Laws and Regulations (or) 13 5. Nrotice.of Defects.__._ ...... ........ ..... IDA OWNER May Stop Work .......... I ...... I—— .... I ..... 13.10 OkVL\JTR's independent testing ............ ; ............. j'.4�, special, required by ENGINITEFR ...... - .............. _9_6 timely notice required..._...__ .... ................ .... 13.4 Uncovering the Work. at ENGP EER's request.-:- - ...... ----- -- 7______; --------- Times— Adjimung................ ........... - ............. ........ 5!15. Change of Contract -------- Computation of----_ ................. 4-- ........ -11-772 Contract Times--defini(ion ci, .......... ................ 1: 12 day....................................... .................. 17;2.2' Milestones ...................................... ............... J2, Requirements-- appcnls..................... ............. ; .............. -clarifications, cNims and I-L-2. 12 Commencement of Preccnstruction Conference 2.9 schedules ................ .................. ...... 2:6, 2.9, 6.6 Starting the Work- ------- ................. ---------------- Title. Warranty or....: ........ ... ................ Uncovering Work .............................. ...... __.I 13.S-13.19 Underground Facilities, Physical Conditions - ,definition oc, J. 41 Not, Shown. or [ndi ---- 43.2 protection of ........... ....... 4 ........ .3,6.20 Shown or frulicatcd..........................................4.3.1 -Mi:e Unit Work - claims 1 19.3 definition ol. ................. ................................... 1,41 gencrull.1,9, 14.1, 14.5 Unit Prices.— general 11.3.1 Determination far ........................ . ...... ........ 10 Use, of Premises '* 6.16. 6, 1", 6JO24 Utility owners ............................ 2t .13; 15?0, 7.1-7.3, 13.2 Utilization, Partial.. ------- - - - 1. 1-8, i. I i, 6.30-2.4. 14. 10 Value of the Work 11.3 Values. Schedule o(_ ......... �A 7.3-1.9. 14.1 EJCX (jCINERAL CONDI 11ONISWAO -10990 EDI I ION) wt (.TTY OF FOR r Cot.I.Mr MODIFICATIONS iREV 9/1j,); 1 I Variations in Work4-Minor Authorized....:.:.::.:.......6;27. 9.5 Afticlo or paragraph Num her. Visitsio Site --by ENG12NEER ............. : ..... ............... 9.2 Waivc - r of Claims --on Final Pay6c------- - ------- �14,15 waiver of Rights,by insured parties: ................. 3.11; 6.11 Warmtv and Guarantee. General --by COINTRACTOR .............................................. 6.30 Warranty of Title, Work -- Accessto .................................................... ...... 1.3.7. byothers ................................................ .......... 7 Changes in the 10 Continuing the ....:.......... CONTRACTOR May Stop Work or Term inate ...... A5.5 Coordination of, ............ 7.4 Cost of the 1.4- 11, i definition of -.1-43 neglected 14 other WoiL _7 OWNER %-lay Stop ------- 13-10 OWNER May Suspend Work ...................13.10, 15,1 Related, Work.at Site ..... ...... ; .................. ..... 7:1-7:3 Starting the_ .................13.3 Stepping by CONTRAC-TOR., ... ...... Sto pim, by O'WNEP ........ ..................... 15.1-15.4 .P Variation and deviation ,uuihorizcd, ni inot__ 5 WorkChangeDirective- claims pursuant tq definition ot* 144 principal re.rerpnws to .......... 10.1-10.2 Written amendment -- definition of,,: principal references to ............... 1:10, 3.5. 3JO,15.12, ...................... q.6.2. 6.8.2' 6.19, 10,1, 10.4, 12.1, 13.12.2, 14.T2 Written Clarifications and Interpretations .... : .......... I........-....:.... 3.6.3;.9,4. 9.11 Written Notice Required - by CO\FTRACTOR ....................... ;_J. 1, 9.10-9. 11., ........... 10.4, 1 by OWj4f'R 9, l()-%,I 1, 1 b4, 1 1;2 131 14 W. EJCDC: GMNLM, CO.NDITIONS 1910-S (1990 L01 HOM w! (ITY 6F Fon coLLINS MODIFICAT16N'3 (REV W'99) I I I I I I I I I I I I I I I I I I rl I I I I 11 I I I I I I I I ,(:Fili3 P,'IgC ieft.blank intentionally) 11990 am tlo,.N� otyOF FdFUr aREv.9,1cp)) I GENERAL COLYDITIONS ARTICLE t=-DEr`MTl0NS- Wherever i sed in these General Condition's or in -the other Contract Documents the rollowiit:: terms have the meanings indicated which are .applicable to both the, singular -and plural thereof., 1.1. Adddnda—Written or graphic instruments issued prior to the operiite of Bilk which clarify. correct or change the Budding Rtgt iientents or [he• Gonvact Docume= 1.3. •agreement-ThtN ritten contract hcaveen 04VNlER: .and CO2TR,ACTOR' cuvciiitg the Wark to be pertormed: other.C'ortmet pocumenLs arc kachcd"to the Agrcemjxit and ruadea_partthereof as provided therein. 1.3. .4glicafbn fbr Pavnwnt-'rhe form :icectited by ri"FUINEhk.which isto ht used by COIv'I'RACrOR in requesting progress gr:tinal lxa}'menLs•and which is, to be arc inpanied by such. supporting documentation as is required•by the Contract Documents. 1.4. Jsbesros-Anymaterinl-than contains more than one percentasbestos and is friable or is releasing ash .stos fillers_ into the arc above eurrent.notion ,levels established 6the United 'States Qccupationil Safety and Hcatth Administration. I:5: Brd--The offer or.proposal or the bidder submitted on the prescribed form setting. firth the prices for the Work to he'perfarmed. 1,6.. .Biddiig, DocitrnenlJ—The advertisement or invitation to Bad, instructions to Widcrs the Bid fonn;.and the,proposed Contract. Documents.(uicluding all Adckl iia issued prior to receipt of 1.7- Bi& irg. Requavnaents--T.he :advertisement or. utviititiowto Bid instructions to bidders, and the laidform LS: Bonds-Pertonnnnce,aud Payment bonds and other instruments of :security: 1-9. Chwrge Otiler—A, document recommended by LN'GDTEM- '.;which_ is* sigrtgd by CONT T, "(`_T.OR and OWNER and authorizes an: iddition.deletion or revision m the `1Vork, or'.an Adjustment ° iin the Contact Price or. the. Contract Times,'ikued_ onor after Lhe Effective We of the Agreement 1.10. Confract Dociinrunfs—The' eVeem&it_ Addaida (ghich pertain to the Contract Documents), CO *rP,\C'rc)R's Bid (including documentation I-comptmynig, the, Bid ,and any post Bid documentmiori submitled'priar to the\otice or Award) when a(tached:as an exhibit to the A, e ment, the Notice to Pro= l the Bundy these General Conditions the SUpplemcntary Conditior>s, the :Specifications and the Dmwinga.as the eicuc Ofi?2&4AL CO, a 1 FIOLYS v l u<t (u91 Eati&m a 0 CITY OF FORT COLLINS SIODIFICAT[ONS tREV+t4Ua01 'same are more specifically identified iir the Agreement, together with all Written Amendments- Change Orders, Work Change Directives, Field Orders and E` G rUEER's wntion interprdAGons aril AWriticatioos issued pursuanl'to pam;mphs 3.5, 3i6.1 and 3:6.3' on. or alter the'Ellective mate of the Agreement. Shop Drawing sLbmitmis approved pursuant to paraaaphs 6:16 and:6.27 and the reports -and drawings referred• to � is pcimgr5phs •:t..^_:1 and 44?.2 are not Contract. Documents. I.1.1. Cbntraci Price —The mgnevs. payable by dwL rER to CONTRACTOR for completion of theWcik. in accordance with the Contract Documents "as.stated in the Agreement (subject to the provisions -of paragraph 1 1,9.1 in the case of Unit Price Work); 1:11 Con6act Vines —The, numbers of days or the dates stated in the Aerccmeno (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready Car -final payment as cvidenccd,hy FNIGINEF'R's written recommendation of firv;l payment.in accordance with,p rigmph 14.13.. person, first roc corporation_ with whom OWN ER has cmcrcdinto the,A6rcemcnt 114, cklacrn,e—An•adjectivc,which�when mcilifying the word Work refers to Work that is unsatisdictory, faulty or deficient' m that it does not conform to the Contract Documents, or does' not'mcet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents. or has .bem.datnag-d prior to ENGEJHER's recommendation:. of final payment ('unless responsibility for the protection thereof has been assumed by Ql WER at Substantial Completion in a'a:ordancc with ,pa ragraph 1 .,1 oe 14,to), 1.151 Drawings —The drawings which show the scope, e tent and character of itie Work to be fiitnished and performed by CONTRACTOR and which have, been pr pared•or•ipprmed by ENGLNEER: and are referral to .in the Comrect Documents. Shop, drawings. Lire not Dmwingsas so defined. Iati: Efecrive Date 6f the Agtvetrrent-The, date indiaated'in the Agreement on which it becomes -effective, but if no such data is.irdicaied ii.lnenrn the date onwhich the Agreement is sitimd arid delivered by the last of the two pirrties to sign and deliver. I,17. EA!GIMEEIZ—The person, firm o_r corpgratian named its such in the Agr eem ent. LB '. B'. E.VGINEER's Consultant --A person firm,or cotpomtion h wiiw a contract with EIvGINTELR to fimish services. as Ei GEN ER's indcpmdem prolession.1 amsociatc or consulidnL with nispect to the FrojeLS ;tad \vh6 is identified as such in Lhe.Supplemeniary Condition. 1.19. Field Orcfer=A written order issued by RS G[NFER which ureters minor changes in.thc Work in accordance With parmgraph'9.5 but which dries not involve• a change in the Contract Price or the Contract. Times. I 1 I 11 1 11 I I I 1 1:2Q. tGinerul Requireorents=Sections pf'Division I of the Specifications. 1 21. Hkardbid Winne=The tens lfazardous Mast shall have the m' g eanprovided'in Section 100a'of the'Solid .IVaste Disposal \ct (41_ USG' Section 61)03) as amended Cram time to tune. 1:22.a;. Lam& u"nd Regulation. LaxS or Re.Vdations'--Any and all. applicable laws. rules, 'regulations; ordinances.. codes and order of'anv and all governmenutl bodies, agencics auihorities and courtshavirigjL' nsdiction 1.2113. Leeat flolidays-shall'be those Holidays observed by the City of FortCal liiis: I,23: Liens -Liens charses, 'security interests• or: rncumbrances siren r61 properly or personal property.. is24. tLR1astoiw-:A_ principal event •specitted 'in the Contract. Documents relatim, t0 Hn inter c:diate completion date or, .time ,pn6r to Sui;e antial Completion of all the Work- I.23_ Nntice afArvanJ—A written notice by (A%NL UR:to' the.apparcnt succtic ful hidder'sciting that upon compliance: by the apparent nrcccssful bidder with the efindmtorm precedent enumeratedtherein, within the time specified, 01V?IER will sign;iW deliver thc,Agreemerit 1.26. Notice to Plvc'eed—A written. notice givers by OWNER to CQ il'R:aC1 t)R.(i6th a citpp to, ENURNEE.R) tietilt&" the date. -on which the, Contract, Times will commence to run and on whichCOM RX(:TdR shall start to .perti nn CONCR 4( is?R'S ohlir-ations under 'the Conttact'Documenn, 1.27. 09 ER -The public body or authority, corporation, associatiun. finiii or person with "whom' CONTP=TOR has entered into the Agteement•and'for wkom the Work is:to be:provided 1 29. Partial Utili atior-Use by OWNER of a .substantially completed,part.of the Work for the iurpose' I'or tvliich it is untended (or.'a related purple) prior to Suhstmitial Completion of all the Worlc 1.29. PCBs—Polyehl rinated biphenyts. 1:30: Pebplegm-=Petroleum mclud ii- crude, oil or anv fraction thereof which is liquid' at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14:7 pounds per square inch absolute) ^itch as oil, petroleum: fuck oil, oil sludg-e. oil refuse gasoline kerosene. .;cod oil mi,cd.with other nan4lazardous Wastes an(Ferude. oils: 1.31. Project—: Fhc 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,E ,Radiouctive :Gltiiericd-Sourcc. special nuclear: or byproduct material as cleaned by the atomic Energy Act of EICUC GENEft.V. CONDITION. t919:i 1199(0 Edtim) a'/01YOFFOti:r COLD NS MODIFICATIONS MEW V-0m) l934' (42-USC:S'ection 20- I et seq.-).:as imen&(,1 From time to lime. 132.b. Reyilar f1rorkine Hours -Regular workine hours are -defined �as .T00mr- to 6i00pm unless -•otherwise. snecitied in the Geneml ReguireaienLs ' 1.33: Resideill. Project Repmsentativa-The_ authdrized rcpresenlative of LNNGFNaEER who inay.Ue assigrcd,to the 'site or any pu rt,thereof. 1.3t1. Samples -=Physical examples .oF Natertals;. ,equipment; .or workmanship that ,irc representative of sonic portion of tire: Work 'Und .w", establish the standards by which 'such portion of the Work will be judged 1.3.5: .Shop Dfwixings—All .drawings.. diagrams, .illustrations, ,schedules ' 'and other data or information tvl ich :arc •specifically ltreparcd or assembled by or for. CoNi'R, MP:.and submitted by COlvMR CTOR to illustrate sonic portion of the Work. 136 1pecilicanoss=flier portions of the Contract Documents consisting of ;%Titlen teehniu-al descriptions of materials, equipment, construction systems; standards and 'w6rktnnnship' as applied' to--, the Work ;and certain adm inisthtivc dctail5 apptivahle thereto: 1.37. A7tbcgnbactor—An individual, firm or corporation "having a direct contract with M TRACTOR or with!any other Subcontractor ror,the,pertormance of part of,the Work at the site: 1.38: I.Tubsirurrial Completion --The [York (or a specifizcl,p rt thetcotl has pr rgrressed to the point inhere, in the opinion of :F.NGCNFF.R _as ,evidenced by ZgG11NEERN dertnitive eertilicate. of Substantial CompletiorC,it is sulliciently complete,. in acc.oa4tnce with the contmct-Documents, so that the Wort` tar spectficd part} can be utilized For tht purposes rur which it is intended;, or if no such certificate is issued; .when the Work is complete and ready for t'uml payment as cvidcnced' by F\GINFFRs written recommendation of final pavmznr.in accordance with ptragmph 14.13. 'The terms. "sulxtaritiaUv ccttmplete' •and "suhuimtially cbrnpleted" as applied to all or part of the Work refer to Substantial Completion thereof 139. Sypplemeruar3, Conditions -The part of the (Aintrtct Documents which amends or.supplements these Gcneml Conditions.. 1.40. Supplier -A manufacturer. fabricator, supplier. distributor, materialmun-or vendor having a direct contract' with CONTRACTOR or with any Sulicontractoi to furnish niatcrials or equipment to be incorporated din the Work by,CONTRACTOR or any Subcontrador. 1.41, Undergmtand Facilities —All pipelines, conduits, duels: cables. wires. manholes;' vaulL,, rank::,. tunnels or other such tacilitiCs or attachments_., and anv enciscnrcnts comainine such facilities which have been installed. underground to himish•anv of the following services or I materials: electricln, gases; steam liquid' petroteum products,, telephone or other communications, .cable television, sewage and dminai;e removal tra ftc.or other Lumrol systems or %vat&.. 1 a2 Unir_Prtce {Y'qr=lVor1._to he paid'tgr.on'the hnsis of unit prices. 1.33'. ttrotk,--The• entire completed donstruction or the vunous separately identifiable parts thereof requirLd to bet furnished under the Contract Documents. Work includes and 1s. he result oC perfirniinu or turnshing !furor grid fumishing,rind incorporating materials and equipment into the corutruction.,mil performing or furnishing, services and Furnishing. documents, all ns'required' by the Contract Documents. 1.44.. iFork Change- _Dirocrive—.A written dircctive to CA\TRACTOR_ issued on or alter the Effective Date of the Aere ment and si,iigd bvOWNFR. and rccommt:ndcd by Eiv'G,TER, ordering tut addition, deletion'. or, revision in the Work, or respondini; to differing or unforeseen physiail conditions under which the 'Work is to .he perforated as provided in jxuauaph'd,l or 4.3 or to cntcrecncies, under paragraph•6.'33.. A Work Chnngc Directive will not change the Contract Price orthe,Contract TimLx litre is evidence that the Parties c prct ihnt' the .change dirccted or documented by a Work Change Direcii'va will. be, iitcorporated in a subsequently issued Change Order Following negotiations by the parties is to Its effect if anyon the Contract Price or Contract Tines s providcdinparagraph I0.2. 1.45. Jfl irmn,Antendnent-A written amendment-o€ the Contract Documents„ signed by OWNER and CONTRACTOR on or titter the Effective, Date of the Agreement and normally dealing with,the nanenginecring or nontecWcitl` rather :than strictly (construction -related .aspects of the ContracCDocuimentg. ARTICLE2-PRELLAILNAR)CNL-ATTERS Ditiven, ofBoridw- '2.I-. When. CONTRACTOR delivers the! executed .•Agreements- to OWNER, CONTRACTORshall' alio- delive'r'to OWNER such Bonds it CONTR=\CTOR may be required to furnish in'accordance with paratraph 3.1. Copiev aj*Documents.,, 12 CAVINTZR shall Furnish to CONTRACT 0R2up to ten. copies (unless -otherwise. spgcift6rd m the Suppilementitry Conaons)of the C'onlract Documents as are reasonably necessary for'the execution of the Work. Additional copies will be furnished upon request, at the cost of reproduction. Cgntnrencentent oj'Contruct Ziinev; Notice to i'roceeih, 13- The Contact Times will commence to run on the thirtieth. day.affer the Ftftctive Date tit the pAseement•or, EJC'DCOEYERAL CONDMO,N". 191U$. t I9."Et 6M) aY CITY Of PORT COLLINS SIODIRICATIONS (REV dRt1110) if u Notice_ to Proceed is given. on the clay ,indicated u7 the Notice io Na:ced ANotice to Proceed maybe aiven'at any time within thir{y days ifler the Effective Date of the AlleemrnL—lirFiv-c�CRt•-'Nr a6E—'F.tfff�'fi SEE .al made -k-Fatef-wth Pr-Z•liC ,12-xaieFlk-dB-@fFCFiL III V of -Bid openingoFdie-thiruethdav-otter Eha Effaetive✓Date oFlhe-rlgrean rnE,-whiehzvzr-deer istiurFirr: Starting rkrs?brki 2,1; CONTRACTORshA strut to.per(cj Fn the.'Worf: on the date ,when the.Confract Times -commence to run, but Work shrill he done at the site prior. to the date on which the Contract T imes commence to run Before Starring Coitsmtetinn. 13. t3efdrd undeitiking' each part. or ,the Work- CONTR\CTow.sharn,camrtilly study and compare the Contract Documents, and''lchLk and verify pertinent Ggures sliotvn thereon and all applicable Geld 'measurements CONTRACTOR shall: promptly report in writing; to FN(.,6NEFR nny coiitlicL error, ambiguity or .discrepancy which CObtTR_ACTOR may discover and shall!ohtan a written interpretation or�claritication.firom FNICHNi T..F.R before proceeding with 'atiy. Work nffected thcrchy„ however, Cf)mmAcrm.shan tiot'ha liable to OWATER'or FNGMHF.R'tier failure to report.any cnntliat error, ambiguity or discrepancy in the Contracb Documents, unless CONTR4(,COR'kncw or rewsornbly should have known thereof 16. Within ten days after the Effective.. Date of the Agreement i'unlcss otherwise specified ins the General :Requirements), CONTRACTORshrill submit to Lti'GINGGR for review: 26.1- a preluitinary progress schedule indicating the times.(numbers of clays or dates) tur stutinv, and completing edit various stages of the Work, including any wlilestoms specified in the Contract Da uinia its: T65.2. a preliminary schedule of Shop.Dmwing and pimple .�rbniittak. which, will list each required ulimittal and tote times for submittin_ reviewing and processin,,stuck submittal: 7'.0=.1. .tn- no .case, will h schedule be acceptible whighAlows' less than 21 calendar days for each review by Enaincer.. -16.3. A preliminary schedule of values furall of the Work which will include quantities and prices of items. aggregating the Contract. Price and will subdivide the Workinto componenLparts.insufficient detail to sent as the basis- for progress payments dine tg cpnstruction Judi prices will include an tppropriuteamount of overhead and profit applicable to c Ch'item,of Node. -.7. Before Env Work at the site is started. CONTRACTOR. Reid-4,)W414e, shalt eaih delitvr to the. other OWNER, with copies to a isle a { !E[teRet= risurad idaRtiEled-in-thtz5eppk:nten ,..-�.v^•cittaRs EAIGf V EE2; SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed II 1 0 0 r 0 I T u 0 I L1 1 certificates of itsumtica.fand other evidctice of"insurance which--eitha--< € [. _ m- aiklitterii+l iast+rtcl niev reasenablyrequ st requested by OWNER) which CO-NTRACTOR aen is required to purchase and maintain in accordancc .with atragraphs !'reconarruUiaa Conferen"cep 2:8: 1Vithin t%venty days aller the Contract rimes start to' _run, buL before any Work at the site is �t:irtei;�'a conferefice aitende l by COlv"r[L4CTOR EN.oNEFR and others.as appropriata. will he held' to establish a working urine rstarWing among the parties .as to the'1Vork and to discuss. the schedules referred to in Mmgmph 2.0, procedures for handl6a, :Shop..Drntiings 'anti other submittals processing Applications for Payment and maintaining required.rccords: Initialin AcceprahleSalredrt'les� 2.9. Unlessotherwise provided in the Contract Documents aNrest iztrdays €arrstrLxtri fht r�€th"Fst •A"liGatien-far-N.Amiew foreanyitork at.the site bezin� a conference attended Inv C-ONTRA(. TOR' ENGINEER .and others is appregriate desienatcd-.bv. OWNER will be held to review for acceptability to FVGl [F,F'R'as,prnvidcd below the schedules submitted in accordance. with paragraph 1.6. and' _Division 1 - General_F,e(IkA el tints. CONTRACTOR shall have an additional ten diva to make corrections and adjustments.and to complete and resubmit the schedules' No progress payment shall be toads to CONTRACTOR until'the schedules are submitted to and acecptahlc to FNuoNTEER as provided ;ficlow. The progress echedulc will he acceptable to Eii GINFl:R as providing an orderly progression of the LVork to completion within 'any 'specified klilcstones ;rod,• the, Contract Tines, but such acceptance will neither un pose on LIMMMER reij)dnsibility for the sequeitcin, •scheduling, or progrcis: of the Work nor interfere wit or relieve CONTRACTOR Front CONITRACTOR' . fill responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample. •subtaissio*m will W acceptable to ENGINITE R as providing a w-orkable arrangement For reviewing mid ,processing the required submi«ats C0NYTRACTORj'.s schedule of values will be tics eptfible to GIVG INEL•R as to tbutf and'aubstance: ARTICLE 3--CONTRACT DOCUMENTS: UNUU p, .tVLE:\'Dh\C; REUSE. intent 3.1, The Contract. Documents comprise the entire aigeememr. betnv:en OWN :en and CONTRACTOR concerning- the Work. The Contract Documents. are. complementary- whacis:culled, for by one is:as bindings if. called for by all. 'rhe'Contract'Doeuments will be' txci construed inar(AancE with the law of tits place gf the project. 3.2- It is the imeni of the'Contmct Documents to Ert;UO C1EV rTI.V: :Gi'tUl'110NS'I H 1 U-`t,l IJ'lU Edition) cat C7ll- OF FORT COCU NS MOUIVICS[ IONS (f(EV .Knee) de -scribe a functionally complete Project (or part thereot) to be constructed! in accordance,with the Contract Documents: Any: Work. materials cir equipment that may reasonably Etc 'inlerred Gom the. Contract Documents or from prevailing custom:or trade usage as beer o required to produce the intended result will be turmsl ed"and performed whether or, not specifically called for: When words or.phr ses which have"a well-known tcchnice['or construction industry or trade meaning are, used to describe Work:, maten.rls or cgwpment such words or phrit shall' be ig4rpreted .in accordance'• with that mearing.-Clttrrht ithors,and mterpretattons Ut•the Contract :Documents:shall.-be issued by FNGiNFFIi. as provided in paragraph 9.4. 3.3:. .Refereitce- to- SYandardv med.Specificadons af' Cechnicab' Societies: Repartiiig, and RaWtving Dikerepuna'avr 33:1. Rcf.ercnce to, standards, specifications; manuals or c'odcsofany technical:society.. oryanintion or.assocatiom. or to the: Lawn or, Regulations of"any gowrnmental authority; whether such mterence- be. specific;.or by, implGtion,shall mean the latest standard. specification, manual, coils or I.aws or Rcyulatiortsmc(li:ia att}nc tinie'of opr_nme of F3i3s (or, on the Effective [.)ate of the Agreement Tf theewere no .Bids),. except ,is .mav be otherwise specilimlly stated in the Contract Documents, 3 3.2. It; during the perforinance of. the. Work; (ZONITRACTOR discovers any conflict; error, mnbigitityor discrepancy -within .the Contract Documents or Lxtwccri,lhe Contract Documents and any ,provision of any such T,aw or Regulation applicableto'rhe performance of the ,Work or.of any such Stan&irl, spccdw-itiun, manual orc[xlc•or of,any utructionot'any 'Supplier retcrr4to.in paragraph 6.5, CONTI2ACTt)12 shalt .,report. it. to CNGgyEER in writing at once;. and, CONTRACTOR. shall not proceed with the :Work affected tMeby(cxupt in an emergeni: y as authoriied 6y parauph b23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in pam_gtaph.i,a or 3A provf*d, however, that CONTRACTOR shrill: not be liable to OWNER or EN"GDT-ER .for Giiilure to report. any such. conflict, error. �ambigurty or discrepancy unless. CONTRACTOR knew or reasonably. should have known th svof: 3.3.3. Except as -otherwise specifically stated in the Contract Documents or as may be prbvidcd by amendment or supplement thereto issued by one of the methods indicated in. pamgttph3.t or 3.6, .the prmisidrs of .the Contrsct'Lgcuments shall take precedence in resolving any,cdn(lict error, ambiguity ord screpancy.between the provisions of the Contract Documents anal: 3.3.3.1. the provisions of any such standiird. specification- mal; anucode or irutruction (whether or not specifically incorporated by reference -in the Contract Wcuments); or. n 3.13.? the propisiotis of any such 'Law;s. or 'Regulations applicable to%the- performance of the Work (unless such .an anerpictation. -of' the, provisions of the -Contract Documents would result, in vlolatibnof•such Law or Rcaulau"dri). ido provision of any such standard, specification; manual; code or instruction shall be effective to changm the duties and responsibilities of OWNER. CONTRACTOR or, ENGINEER; or any of their:suhcentracmrs, consultants; :agents or employees from ..those set forth in ,the Contrnct Documents, nor shall it be cfTcctivc to assign to OWNER, ENGINEER or any of E\TGUNF-F,R's Copsultants, ngcnts or employees any-dutyor author-tv to' supervise or dirca the 'rumishing or. pertbrinance:of. .die. 'Work, or any duty or authority to undertake responsibility ihconsistent ,with the provisions of paragraph 9.13 or any other provisibn.of the Contract Documents.. 3.4. 1Vhcnever in the Contract Doi: ntems the terais 'as ardcrcd""as directed", as required as, allJ\vtti 'as .approved' or terms of like. effector import art: used, or the .adjectives "reasonable". ^suitable", "acceptable:, "proper or "satisfadtery" or adjectives of like ctTuct or import are used to describe a requirement,_ direction, review or judgment of ENGL\E-LR as to the Work it ls.intended'ttcrt .such requirement, direction; review or judgment. will bcl solely to evaluate, in general, the, completed Work for. compliance withthe requirements of and information in the Contract Documents and. conformance with the. design concept of the complereLL Project as a functioninj whole as .shown or indicated in the Contract Docatmencs (unless there is a specific statement indieatira otherwise), The'ti.�a of ant• such term oradjectole shall not be effective to assign to L•,NGI\rEERariy dutyror authgrity tmsupervise or. direct the lumishing 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.. : lmrnrting wu1'Supp(rnienfuig Contnict Docuinentt- i.5. The Contract Documents may be, amended to Provide, for additions, deletions and revisions in the Work or to modify, the terms-and,conditions thereo[ in•one. or more of the following ways: 35.1. a formal Written Amcntlmen4. 3.5.2: a Cha ngc Order (pursuant to paragraph I0,4): or tJC L)C: (J'e:V F1t.a1. C:UNUIT(OYJ I'll V:{ f I J9(i �eClr(rn wean or•ror:rMLLINSMODIFICATIONS (REV - M)0-1 35;3t a. Work' Chan7e Directive: (pursuant. to paMLTjph lu;l): 3,6. In additi6n, the requirements of the Contact Documents may be supplemcniecl acid minor variations and d vtat9n4 in the Work racy he auth(in7cd, in one or more of the folluw mg. ways:. 3.6, I. • A rield Order (purstim i to puragraph').5), , `3,6 QvG[NEGIt's approval'of;a Shop Dnttvita br Sampte•(pursuantto l: ujraphs 6.Y6 and6?7), or jAl F1vGMT-ER's written interpretation, or clarification (pursuant to pam_�rinph 9.4); Reuse of DmimentY: 3.7, CONTRACTOR, and any Subeuntrictor or Supplier -or other person or, oroanikiti'on perfoiniing or .furnishing any of the Work tinder a direct or indirect .contmct.'wih OWNER. (1) shall not have or acquire any title. to or ownership rights in any of the Diawingsi Specitic<ations. or other documents '(6r copies of any, 'thcreot).prepared by or bearm_ the soil of FNGiNFhR-or FNGWEER's Consultant, -and (ii)•sliall not reuse any'of ;uch,r)rawmgs, SpeLifications, othcrdocunicntsor copies all menstoos of the.pmjcct or arty other project without written conscntof OWNER and ENGL\T-ER andspect6c written verification or adaptation bv-F:NGINF.ER. ARTICLE 4--AV UL.,0 LfCY OF-LAJsDS; 'SERSCIRFAC K e4N1) PHYSICAL .CONI)rrloii s; REFER MNCF. POINTS A. vailabili(t, ofL'antIv: 4,I, OWNER shall finmish. as indicated in theContiact Documents, the lands upon which the Wark is to, be performed; iiehtsof-wav and easements_ for access thereto, and such other lands which are cl&ignated Car the useofCbN"ITRACTOR Upon reasonable -written -request; OWNIER shall identify any encumbrances or restrictions not of general application but specifically rclatedtu use of lands so furnished with which CONTRACTOR will have to, comply in. performing the Work, Easements• ror .permanent structures or permanent changes in existing facilities will by obtained andpaid for byMVNI iR, unleu otherwise, provided in the Contract Documents. If CoN I tv\CTOt: and OWNER are 'urmble to agree on entitlement to of the amount or extent or any adjustments in die Contract Price or the Contract. Tutus its a result of any delay,in UWNF-R's furnishing these,lands, rightsxef- way or easemens, CONTRACTOR may make u clann therefor as provided in Articles I t and 13, I I 1 COti'TRACTOR.shap provide for, all additional lands abet access 'thereto that: may 6e required Cur tempoFary, ccnstnictipn facilities or stoiagg' of materials and .equipment. J2 SgbivrfnceanAPhvslealCandl(ions: 43:1. Repor(s and Dr. uings: Reference is'made to theSupplementary l:opd'lidiits Cor id�ntilicaiionof 4,11.1 Subsurface C6n&txorrs Those reporfs'oO exploration's anti tests or subsurface conditions at or contiptious to the -site that .have been utilized by Ec:G[NEER in preparing the Contract Dtx:itrnents: and .4.2a?. Plivsic¢I;Conditions:. 'those drrawirtgs of physical conditions in or reliting to existinn, surface or subsurface structures at or contiguous; to the site (except .UrIclLreround Facilities) that .have been utilized by ENGNrEER. in preparing the Contract Documents- N12. NP`nilerl.Reh¢nce by (,'ON77L44'POR,,�ttitirorf'sci: Technic¢! Oat¢ oir Ci'RAfffnR may rely upom the general accuracy of the. "technical data contained inch! reports and drawings, but suchreports and driwirigsirc not. Contract Documents. Such "technical, dam' is identified in the Supplementary c onditions Except for such reliance on :such technical data", C:ON1 KAQTQR niay nut rely upon or makany, claim against O%VYFR;: hNGLNH P or any or ENGLNF'ER's ConsulUirts with resFx-ctto; ' 4_,2 1. the.eomplctencss of such rcporm and C drawings for CUiCURAf TOR's purposes, "mcludirm, but, not hntited to any aspects. of .the metres, methods; wch»iqucs, 'sequences. and ' procedures of construction to be employed by t OYNTR\C T,OCL and safety precautions .and prpsmats utcident thucto,,or I 1 1 I 1 ?: other data:interpretations. Opinion!; .and uiforrnation.contiined in such reporrts or shown orinclicawd in such draw in Lam, or 1.^ 2-3 any CONI \ TR t-TQR,interpretation or or,conclusio_ it dt_atvn trotn.'hny ".technical data"' or dirty' such data,, m terproatior.s. opinions or. information. 4.23 Notice u/: _Pi ((wing ..Sitb.wi f¢ce or P;wsicpl 'Conditions: IF coo rmkurd2 believes that nny. ^ubsurliice or physical condition et_orcontiguous to.lhesile :that is uncovered or revealed either, 4iII1. is orsuch'a_ nature as -to establish'that any "technical. data" on which CONTRL\C:fOR is .entitled to rely as prcwided'in parai"phs 4.11 and- A.2.2 is materially inaccurate. or -i:�:J: �. Is. of such a. nature as to. require change imthe Contract bocuments, or, 1=.3;3--.dift�rsniaterially-tram.that -shown or EIC'DC fjbNEE(,yt: COidDrIIONSt A I0 Y ( I A) G(liriid)- cvi (.alY OF FORT COLLI NS NUDDIFICATIONS ! ICLV dr_aQa) indicated in the Contract Docituents, or 4 ? 3:4. is, of an unusual nature! and', differs materially born conditions ordinarilyy encountered and generally recounted as inherent tit work of the clynimcter provided Cor In the C:anuaci; Documents, then CONTRACTOR 'shall, pr°ntpti)` mmedi�itely 'titer becoming aware Iher bf tmd bcforc- further .disturbin conditions, affected' thereby- or performm any Work'in connection therewith (except in an -emergency ¢ts pzm-rmittca by ,m paraho-231; notify OWNER and N- ENOEER v,niwig :about such condition. CON TRACTOR shall not turther.dsturb such,cunditions 0 . rfnrm any Work in connection dwr ith (eauept as aforesaid) unt,i,.',ipt Or'wntten order to do so. 4- 4:. ESGINEER's Ret-iety. 6tVOLNrEiE:R wi11 promptly review the pertinent conditions, determine.. the .necessdy of OWNNE R's obtainimr addli6onaI exploraliomor. tests with eespeet thereto and,acivis 4WNFR1 in writing. (with :t' copy 'to, (X),\FIRAGTC)R) of E`IGIN+E:R's bindings and ocinclusiens, i.:j Possihl2 Contract IJxundextr ,l hunge:- If FiYC 1ClFER, conclucks. that a change in he C�nVact ,Documents is required as a result or condition that,me& one -or more, of the categories in paragraph 4 2.3,. a Work. Change Directive or a Change Girder will be 'issued. -as prm'ded in. Article tie to reflegt and document the' eoiisequu ccs of such change. 4 2.e 1 r>,sible Price wed fines :gcynslmvils:, .An equitahle adjustment .in the Contract. price or in the Contract Tunes. or.both will be allowed to the epent tNit .the ,a;'c twnce of such uncovered ;or rci ealed :cunditforr causes rut increase or decrease. in.CONTRACTORs-cog oC,:or time required for performanceor, the Woe:; subject, however„to die following: 4.2.6.1. such condition must meet anv.ono or more ot. -the. categories dc5cr66l in Irdrrigraphs 1:=; } 1 through 4.'13 4 inclusivct 4.16-2, a change to the' Contrtct Documents, tiursuant. to feragtaph '4.?S lvil{ not v. an automaticauthtinzatron or nor a condidut precedentto entitlement to any such adjustmfvit;. -t_2;G3 t},ith'rzspeLt to We& that. is paid [or n, oa • Unit Price Hanes,,tray adjustmentin Contract Price will .be subject. ,to the provisions of paragraphs 9-1 t) and f 1.9 and 4.16.q. CONTRACTOR shall not be entitled 'to any! adjustment in the Contract Price:urTim'U� 4,164.1 CONTRACTOR knew, of the existence of such, conditions at. the "time c-di AcroR made .a final .commitment to OWNER in ,respect of Contract�l§ice and'Contrnct Times. by.the I submission of a hill orbecin _ing bound Under a, neLohated contract; or a., 4,?_ the ekiltence of 'Such ccmdition could reasonably have been discovered or revealed as. a. result of Any ,examination, im'estigatum et'ploraucm, test' or. study of the site .and 'contiinrous areas: required by the Ciidding Requircmefits or C'onutic.t Documents to by conducted by or for CONTRACTOR pricir to r jvFRACTORs mak ng..such to al commitment -or, 4164,3, CONTRA( UDR tAiled to tiivc the written notice _N'V46 the" timc'and_ as requnal by Pzamgaph 4.2.3. [t OWNER and CU2J'fkAC7'UR are Unable to aegee ern -cmidenLnt to or as.to'thc amount or length of any such', equitable- adjustrneiit in the 'Contract Price or Contract, Times, 'a claim may be made there For :is provided in Articles ft and l_. 'However, OWNER;. ENGINEER':anal FIIUIiJEER:s (onsyltanL- shaU not be liable to CON TRACTOR For.any•claims; costs, losses or damages sustained by. (CONTRACTOR on oriin connection with -inv other prof xt;or anucipatcd project +3. Phjrsicaf Contfidons--Clnderground Fuciliriev, 4.3-1. Shotut orbtdreared:. The informationand data shown or indicated in the -Contract i)ocunients, with' rc�pcct to existing Undcrgramd �Facilitics at' or Contiguous to the site Ls'hased an mfonpatitm and daiLa .- furnished -to MV 7FR or Ei lGli IFFR by the owners of such Underground Facilities "or by others: Linle>s it is othtrvviac .expressly- providedin the SUpplcmentary Conditioner: ' 411 1. OkyNI ERand'ENG WEERshall not be responsible For fhe nectitiicyoc cpinplete'ness of,any such informauon,or data;. and' 4 i L3_ The cost orall•ot the fglloviing will lie included in the Cduinraa Price alai CONTR \(.-Tb i shall have rull re%*hssibility foi; W,feviewine and checking alt'such anfomiatiortanddata, (ice) lia:ating .all Undenzroun Facilities shown or indicted in the .duiirig construction and.'(iv)the safety and Protection or all such Underground Facilities as provide l in paraL� aph o 20 and repair ng any damaee thereto resulting from the Work. 4.3.'I. :Vol.Shosm or McEcared: If tin Underground Facillty 1S UrK;6vcr&l or revealed at or contiguous to the site which was not shown or tndicated in the < ontract Documents, C.ONU'ILAcrbR shall, promptly mmediately afha becoming aware thereof and before further disturbing conditions affected thereby air performingany Work in connection therewith (csccpt in an emcrucncy as required by paragmph6:23)_ iaenuty theowner of such Undert�round Facility and EI(:UC QE,EF_A.L CO,1DMONS 19101 3 1 t 9)U LA60111 uY CITY OF PORTCCILLi NS \[OUlRK7d rLONS•�RitY•1.^_9UuI give tviitten notix-to tlatcowner and'tg OWNER and ' LNGINl— . LNG IN= will promptlY review, the UndePSound _.Facility .and. detCnrnne the extent. if, my to which a change is re uired an the Contract Documents to reflect and document the curlsequmn es of the e,-dstence of the ltnderground Facility IF 'I14GINEER concludes that a chtange in the Con ruct Documents is reilutted a Work Change Directive•or.a Chan e Order wtl l be. issued as provided in Article 10 to r eject and document such consequences. During such time, CONTRACTOR shidl be responsible ror the safety and protection of such Undengbund [facility as -provided. in �agraph6.;ci; -K-kCTOR COti shell.ma be allowed an increase in the Contract price or an e%tension oF'tlie Contraci Timcs, or both, to fhe riLnt that they arc attributable loathe existence of any Undergound Facility that was not'shown or indicated in the Contract Documents and that Conk R ACTOR dud not know ofand cuuld not reasonahly have Lien expected to be aware of or ter have anticipated. H..OWNER and CONTRACTOR are unabletto a�ee on entitlement raor ttic remount or, length of .any, such adjusumdt in Contract Price or Contract Times, (.ONTRM.7FOR,may make a clauu therefor ns provided in Articles I I and 12, However, Otl,NT f'ti ENGWFFR and F`Gii FFR , Cansultantsshall hotbc liable to COi"TkAG'rOR'For any claims costs, fosses or damages incurred or sustained 'by COKV \QTOIL on or in connection with any other projector anticipiated project.' Rejennce Points: 3 4, OkYzLI R .shall Provide engineering surveys. to establish reference points for ,construction which in ENQPICER'� judgment are- arenecessary to ernble CONTRACTOR •to proceed jvith' the 'Wort:, CONTRACTOR shall be responsible. for laying :out the 'lVnrk, �riadl protect and prrsent. lhwestablished reference a points and shall make no changes or rt:166tion344how the prior written approval, of OWt\7FR 'CONTRACTOR shall report to ENGfNT;ERvvhcnevtr any reference point is 'lost or destroyed or requires, relocation because. of necostry changes in 'grades or locations and shall •he respont sible For the accurate rgAacemenor.reloc'ation of. such reference points, 'by ,profe.sioriully, ,qualified personnel. - .5, Asbeytuy. PCBs, Petrvlerent, l[n arrlour•f[!u to Jr a Radirme irti Matenalli 4 I .OWNER shall be responsible 'fo ble r any- A..be,tm '.PCLts Petroleum: hazardous Waste or Radioac:uve Material Uncovered or revealed at the site which w•es not shown or irxlicated in Drawing or Specifications identified in the Contract -be, Duumenis to be within the scope of the Rork and which may present a substantial clanger to persons or, proppeerty e..xpcsed thereto in connection widi.Phz Work at the silt OWNER shall not be responsible farrany such materialsbrought to the site by o r) HRACTOR, Subcoinracuirs Suppliers. or anyone else for whom C'ONTPL\CLQR is responsible, I I u I 7 LI I 1 I u own negligcncc, €roc+signs-aE-ptta�eFT,�-r=o,QTrarq hat—intzttdctC-Ec lrnrksL�sta5z f. RsrPe role unr- F[etardatis=�astr,��stivr�iatri ul-uasas�u3 ar-reczal2<i��th�ciie- Eicut. CjmEiuU; CG;quin !4':i(91I 5(i9')o E6tiiyi1 wrCall°OF.FORT COW NS M0111FIl'.a ❑ONS!ItfSV ti_aJU) AW [CL;E- Sz BONDS AND LNS GUIZA:N CE• Perfurmanc@. Paymentand 6therB.on(&- '5.1. CONTRAC [(';shah furnish Perfiirmance and Payment Bonds. each in an amount at<least.equal to the Contmct Price,ea security -for the faithi'td perlbrmance and 'payment oC all C.ONl [taG1ORs oblications urider:thr. Contnict Douimanis These Bonds shall rant;in.in effect at least until one year afler he la(e tvhem Loa[ �rayment beconus. due, except as provided otherwise by Laws. or Regulation or by he Contract buc'umcrits. CONI'RAC:TOt hail also famish such other,Bonds as• are m uircdliy the"iupplenicrita[y'( gnditi,ini.- AIJ Hands shall'be in the Corm prescribed by(he Contract Documents •xccpt as provided otherwise by Laos or Rcgulatiorts nod shall bc:executed by such suntnes:us'are.nanied•in he. current l:st of '"Companies 'Holding •Ccrtifiicates of Nutl otity as r4 ceptabfe Sureties on Federal Bods and as Accaptaole- Reinsuring Companies' .as published in Circular570 (amended) by the Audit, Stall Bura`au,of Government `Financial Operations, US. Trasuri kp Jarxiicnt, .All Bonds signed by an agcni must he :accomluv»cd h}• ? authority - .to act." 53, it the .surety on any Boni[, fuiitistied W CONTRACTOR is declared, a. bankrupt or becomes insolvent or its right to do business is taminated in anv sthte where -any Bart' gl;hc [ rojectis loca_tcd or iEceases to meet tbi rcqu¢intents•of paragraph 5.1. COv7RACTOR slxtll within ten days, thereafter substitut,: another Bond and surety;:hoth oC�vhich must bc:accepiahle to QlV\ R 53. Licensee! Suretiev and Insurers; C'errifieures of Ltsamnce-- 5.3:P, All Bondi.and insurance required by the Contmet D&UMems to b: pyrch> se l and titaihtainzd by OWNFER .gr'CONCCLACTOR:Am [ be obtained Goat surety or insurance coaionucs tlttit are •duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds;or'insuranee policies tier Ih_ limits Lind cnv,entges so Ley grg3 Such sureiv and ins mncc companies shall also meet' such additiurml. requirements and qualifications as may be pruvide-d in the Supplernatary Conditions: 5.3.2. CONTRe\CCOR shall deliver to OWWETZ with copies to each additional insured identified in the Supplementary Conditions; •ceniCicates oC insurance (and Other evidence of Insurance requested by C %VNER or any other additional insuredl which CV i`r,T RACTOR' is required to purchase and maintain in accordance with Vim aph j_J, C--)VvNE' ,—sh. 11 I� •CONTft9CTOR'.s LiabUfry Insurance. 5.4. CO\tTRACTC7R: J all puichasc an 1 mturila n such liability and other insurance us is approp.r ate forthe Work beink' perforgted ,and furnished and as will provide proiecticn from claims set forth below which may arse out of or result from CONTRACTOR's. performance and fiirnishirL -of the Work and CONTRAC.TOR'sother obligations under the Contract Documents, whether it is. to 'be Performed_ or furnished by CONTRACTOR, anv Sub onuadoc ,ar Suppliv. or by anyone A redly ar indirectlyemployed by any of them toperform or.furriish .any of the Wok dr by -anyone for whose acts any of them may he liable:, 5A.1. olaims.undcr workers' compensation. disability bcrict its and other sini i lot? ern E)tovee liens fit acts; 5-{�. claims For dam3g q•bccnusc'of bodil} •injuy, accupational sickness or disease. dr -death :of, Q0N'l R.AC C.OR's employees'. 5.43, claims for damages becauseof bodily•injury•, sickness or disease; or death of toy person other than CONTRACTOR'S employees, %4-1--eluints-for-damages--insured-hv--eusiam ttrv• t•�eESaeut!-irtjitry-Ita�ilitp,n9rertegtiyh'teFi-it.'c�t+atn nri�'. (+�-h,4-rsny-pzFsan-as-a-ras�•F� direstlyrrF intdirzetlFreletarfta-tlteemplayittznt-�sue1}peFsonk4 2t112Ff2BSe1f� 545; claims for,damagcs, other than 'to -the Work itsclC beeause of .irijury to•.or destruction of tangible pn pcm, wlatacver. !ousted; including loss .of use resulting therefrom: and 5.4.6. claims for damoges:be a scrof Mdily injury or deijth of any person or property damage art tag out of the ownership, maintenance or tie of -,any motor vehicle. The policies of insurance su required,by. this paragraph 5.4 'to he purchased and maintained shall! 5..7. with respect to insttrence. required by paragrapls 5.1.3 thrown SAA inclusive aril 5.4J include is additional 'imureds. (_subject 'to any customary excjus5on in respect of ' professional Lability), OWNER. ENOLNEER. Ei9GIINEEIR's Consultants and anyotherpersons orcntitics:idemitied in the 5upplememary Conditions -.all of whom.shall be li,ued its additional insureds- and include coventtredor the respective officers and employees of all' such additional insureds; 5: 4.3. inclua- the specific coverages and be written for not less than'the limits of liability provided in the Supplementary Conditions or required by: Laws or Regulations. whichever is greater. 5_49. include conipleted opemdoirs.insurance EJC'UC (JENERAL COW] rIONS to t us. i t49V Edlim) Wv ern- or• roar C:otu us �tyouac:cttoN's iru;v.i ^<uinl 5.4;10, include contractual liability insurance covering CONI•R.ACLOR's indemnity obligations Linder;paiaptaphs 6.1.' 6.16 and 6.31 throu_hi 6.33; 3-4.11, contain a. provision or endorsement that the, coverage afforded will not be.cancelled. materially chanced or renewal refused until at least thirty days prior;wrilten notice has been given [o OVA and CONTRACTOR and to each other additional insured ideirtified in the Supplementary Conditions, to whom a xerti - ate oC insurance: has been issued (and' the certificates oC insurance Furnished by. the CONTRACTOR pursuant, to paragraph 5.312 will' so Provide): 5AII: remain in etlect at leas[.until final payment ;mdarall times thereafer when CON'MACTOR.may bc�corroctine, removing or replacing ck%eCne Work in accordance with pamgmph7l3.12; and 5:4,13: with respect. to completed operations insurance, and any insurancc.coveragc.written on a claims-mstde basis. remain in effect for at least two •years atter.linal payment (and CONTR.AC:I.OR shall famish M NIFR'-and each other. additional insured identified in the Supplementary Conditions to whom ti certificate of insurance has been issued evidence •sttisllictory to OWN M and any such additional usd of tx urcmtimtition of such insu. mce at final pnymem•and one year therea(ter)- 0MIV:R's Liability Intunrnce- 5:5: Fn addition to insurance required to ix provided by COiv"1•R.ACTOR under p.Wgraph3.a„ OWZ`ER, at 01VNF.R's option may purchase. and maintain at OWNL•1'2s.exptasa OWNER's own liability insurance, as wa71' protect OIVNER ugaGist claittis tvfuc$ may arise frpm opemtigns`undcr the Contract Documents. Property brsurturce: -5:fr.—(;talcss=othzrwis..-proutdzd-in-tht: Supplzinantnry conditions-Ei�YivlsR shall-'purchase--Anil-maituctgi property:insuntrtee-uprxi-tkia-64;etrl� aline-,r!z-i;rtr,;etutt o€=lta=tit 11-replacement-sect-therooF� (subject-to-s1!uli dedttciiblz� umo�tnts--as-=,may-L�-pruvideel==at-.tlta Supplemontari+-•C or!diucros-ur-rzyuircd--bv-T;atva-artel Rego tattoos):-'Phis-irsumnca•shit(1= 5:6:1--include—the—intrrzsts—e l=0 W NER: �r��°[Rr�T-cvp,: SkIbE6itFEa6t075—;? :oz7�v� c L-?iC.p.'6&1�.;-Gate'altar!!s-uF!d-tFrry•-etlxFpeF<.;+�Fts-�aF antitias-iclentirecl- irt-the-Supplemen!ary-Conditions, each:oFwhom-is=derntrd-tti-FLave air-visurablrintzrzst andfsh ll-bye listed'as en•insdredor additional -insured= 6,�, be-rvrittcre-tin-e-6uilde�s-Risk "sl!-risk=ue eleFt-prFit Er spacial causes t lttss pt�li feFtirthat sk xll a6 leasF aakt In iFsu F ee teF p.Fy.Eat less eF datttage la iltrlVoFk temgcttry k tiklirtgs-t'alsewefk and--3,1, '-'8-EiLE9t-iC95t dr.�tellewing=p0RL1FFz--tl`lrtnr�9,=,: ..:farided ceNFerage- theftv rinda I ism- and-nialidaus-Inischief.., . .64-.inelutLe_xpenses ineu rred- in-die-mpsir- or rep[ we alent-ot-a hy- haired:proper udmg; but., not UITH'Ied to S f cr-R t-aiioEhep4ees 6 on- that- was. A greed- it)- in -writing- by . . . . . . . . . . . in� TOR ONTRAL- hw,-bftft whem- contain—waiverprevisions--!n--accbrdance—w shall not be raTonsible for purchasing any property insiumficc to protect the MCTOI� Subcontiactors or others in puroasdiindamai.ntain.AE 4 6 eE �_- x EP SKA'f —ii.bl, inel the P06�p it[ (�hang_ Q.- . NS,lREV-lj- . I)W) in addition. 0111"Mik 1_1 .4g4its md-gle ttRy-lJS-:iRm4W__C-NFc2R5cC�tlaRFEF{�-{055-iC iR-FIu> aV mi, I X;s. recoweFy- ago inst any o-CQNTL A&7.OI� Sul comractors: 6?56� rn.._rnr, nrri o .. r._�.Ittta4s and FEtRetrs;. deriuFekryres�and-s�enFs-epanv -tif Fhcmr.. Receipt andAppficatibnitiffraurance Proceeds. 5s12. Anw insured, loss under the policies of` insurance requiredby parangniphsS.G and'5.7 will be adjusted with •OWNE•'R aml made payable to.OWNETt asdiduciary for the insureds as. thou interests may appear. •subimi. to, the rtquir,gTents.of, arty applicable myrtgaBe clause' and of par Graph 3 13: OWVRR sf slh depose[ in to separate account anv inanev so received, and shalt disuribute. it in .accordance with such agreement as the parties in interest may reseh lf.na;other special agreement is,renched the dimagcd Work:shnIl be repaired or'replaccd, themoncys.so rei rived applied on account thereof and the Work "and the .cost tliae 1, aivcred by in.:aPpropriatc Change. Ordcr or Written Amendment. 5.13. OWNER as fiduciary shall-havc'pnver to adjust and settle any lass with the in%urem unless one of the ri-tics i ften interest shall object in writing within fifteen days ar the occurrence of. lass,to OWNF,R's exercise Of this power. If such abjection lx made. OWNI.R as liduciary shall make settlement with the insurers in accordance with' such agrecirim as the parties in interest may reach. If no. .such agreement among the parties in interest isreachcd, OWNIEM,as 6duuan''shn11 adjust and settle: the loss with 'the it urcrs a tF-re F+a try-nn}--paH in +ntrra . (""" a. - Fds �Il gave -lax d FoFthe. pPolpCf pef-tEFtitariee-of stiah4utids: Icceptanca of linnib and IrLwunce; Oprionro Replace If ' _ F i�R�FOE�1 OWNER leas any otijeciian to the coverage afforded by or other provisions of the,Bkxds er 'insurance required to be purchased and "maintained by the odirrperty CON-M,\CTOR in accortance with Article -) on the basis of non-conformance with the Contrnct Documents, the in writing within ten fifteen da` the certificates (or-stair-eviden+ as required by rontivaph2. the-e'xpdnse Partial Litilizaliarr-Property liisurwiee: 5.I5. IC OWNER finds it necessary to occupy onuse.a portion or portions of die Work prof to Substantial EkvcvE-,'Eti.v. Cgvutrtorr; tot us n90 Et6tim war,-fyor•robeCOtuNsMC)DiRCArION's(REV L-ZWOt Completion of all the Work. such use or occupancy may he .accomplisher! in accordance with psrugrttph l4.hJ, rvided that no such use or oa upancy sk 1. commence. bfore the insurars providing the prbr?52' nsurance have 'acknowledged notice. thereof and in wnting effected any chargesih. covemge necessitated thaeeby. The insurers providing the property insurance shall' cansu1 by endorsement on the policy or policies, Gut die, propem insurance shall not be cancelled or pernitted'tci lapse on account of any such partial use or occupancy. i\KT.f G L E.'6-CON'f Ki1G'4'OK'S RESPOt`iSIBII:rrl ES: ,Suprrtdcion,aird 3rtperlrttendeacu: 6.1. CONT2Af;roR shalt supervise, inspect and direct the Wark competendv and eCfiacntly, devoting a ch attention thereto and' applying such skills nr d expertise as may he necessary to pertbrtn the -Work in accordance with the Comract Docwnents GONTRACrOR shall be. solely responsible for the,means, wtethcdi_'techniques, :sequences ands ;prtxedures ,of construction. but C:ONT RAG FOR shall not tre.rceporisible l'or, the negligence of others in the design or speciliration of a specuic means.. method techiiictur, sequence or procedure of tconswction which is shown or indicated in and expressly required by the Contract Documerits: ChiNTRAC MR, shall' he responsible, to, sce that the completed "Wort: complies accurately with the Contract Documents. t _,-CONTRi\CTOr shall keep on the Work at all times duringits piogmss , a competent resident super ntendent, who.shall. not be replaced without written notice to OWN'Idt' and GNIGE>IEISL except under extraordinary circumstances; The superintendent wdl be CONTRACTOR's representtt1Vt aL the cite and sii all have authdrity to act on 'behalf of C'UNTRACTOR All communications to the superintendent shill'be as binding tee iCgiven to CONTRACTOR, Luber; :%Iatprials and Equipment_ 63. C6NTI kGTOR'. shall provide competent, suitably qualified personnel to srirVey. lay out and eonstrud the Work as' required by the Contract Documents: 0.04irRACTOR shall at all times'maihmin gocd'discipline and order ut the site. Except as otherwise required for the safety or protection of persons or the Workor property at the site, or udjauent thereto.. and except as otherwise indicated in the Contract Documents, all Work at .the site shalt be performcd during regular workins hours and C'ON'rRACTOR will not. permit overtime work or the pertormance of Work on Saturdav,. .Sunday or arty legal holiday without OWNER's written ainsenr jpven utter prior written notice to 6NGNMER: CONTRACTOR shall submit requests to the ENGINEER' no less' than 38 hours in advance of'inv Work to he performed on Saturday, Sundav: Holidivs cr'outside the RettularWorkinvr Hour. 6.4, Unless otherivise specified. -in the Geneml =twins or is•followed by yvords'reading that no like, "or Requirement_` CONI'MACTOR-shall Cumish Hitd,assume equivalent or -espial" item or no ,substitution is full responsibility for all materials, .equipment, tabor. permitted, other items of material or equipmerit or rta Lmrispo[ion construction equipment and machinery, material or equipment of. other Suppliers'mav be tools. appliances fuel power It ht Aheat telephone water: accepted by ENCI iM under the following sanitaryfacilities, !emporary tacillnes Fenn 'all other circumstances: facilities .and incidentals necessary Cor the furnishing, est rig start-up anti completion of the Work. pel omnanc e, testing, G:7, l.l. 'Vr-Equal". if tit CNGRN GR's: sole. ' 6.4.1. PurchisirL hcsuictions. COi`i•t RAC:TO(t discretion an item of material or equipment propx d by CON I RAC 0R is fur ctionally. must campiv with the City s pumhasimt restrictions. A equ tl to th tnamed and suffi6iendy similar.so that copy oC the resoluuuns are available fur review in'the no chanee in related Work %will be' required, it may offices of "the lkirchasing aftd. Risk Management be considered by EIG NE1 R' its• an 'cur -equal" Division or the City Clerk's office: item., in which case review and approval of the proposed item may;.In PNGINEER's sole &4.1 Cement RL•strietiohc •City of Fort Collins discretion, he accomplished }without compliance h ll some or all of the requirements for wit of cement or -products: containing cement to certify.that acceptance orproposcd,aubstitutc.items: the cement was not made in cement kilns LhaL.,bum 6.7.1.=. Subswttueltrms: IfiriF�sNONEER's,sole ' hazardous wasic as a.fuel, tliscretibn an item of material or equipment proposed by CONTMACTOP does not qualify as 6.5, ;\II materials 'and equipment slinit be ot• good. an "or;equal" item under subparagraph 6,7,1 a, it quality and new except ns otticrnise provided in the will be corisidered a proposed substitute item. (contract Documents:, All wnrrnti L3 and &,i mtees CJON*;CEi-UrOR. shall s4mit suffiewrit' ' specs ically called Corby the Specifications shall expressly mtirmation its provided ixdow to allow nu to.the hcncfit•ofnitlFR ifrcgwrcdhy.6T(,[tFFR, ENORIF.F.Rto'dctetminc:Lhottheiwniormatcrial CON'rk.-\croR shall tumish satistactory evidence or cquipmentproposed is cswntially equivalent to ('including reports of required tests) is to thekind and that naniesl nmd an.ac.ccpahle•sulsutute therefor. quaury. of _fnnterials ;and equipment Ul materials and. The,proccdure for review by -the ENGNtTR will ' .equipment -shalt Le �applicd installed, connected, erected;, mblule th tolluiding as•supplentented in the used, . cleaned and conditioned in' accordance with General Requirements and as ,6NGINEHIZ may instructions of diia applicable Supplier, exegpt as odiendise° decide is appropriate under the circumstances. provided in die Contract Documents Requests trir wvicw of proposed substitute items of material or equipment will not baaccepted by Progress Schedule: F.NG[NFFR from anvone other than CONTR'\CTOR It CONTRACTOR wishes to 6A (oN'rRACr0R .shall adhere to the progress, Curnish or use a substitute item• of niatetial or schedule established m accordmice with paragraph 3.9 is it equipment CONTRACTOR shall first. make ' may be adjusted from time to time as provided.below', written appheatiiin to CNGENECR Theaccwpumce thereof; certitying.that the propoxd substitute will 6,6,1, CONTRACTOR shall summit to GNGiNT-ER perform adequately the functions and achieve the for acceptance (to the extent indicated in results called for bythe eeneral'desigri; be similar pamgmph ^ o)i'proposed adjustments in: the. progress in substance to that Specified and be suited to the. ' schedule Lhat will notchaija the Contract. Times..(or s;}me use as that specified. The.application will �vfilestones). Such adjustments will conform generally state the cctent, if anv.'to which the evaluation to Lhti prong" essschedule then in effect and additionally ; ml':iccepaince of the- proposed substitute Ivi[L will comply widi any provisions. of the. General prejudice C.ONTRACTOR's actuevemcnt of Requirements apphcablethereto. Substantial Completion on time whether,or not ux:epwnce of the: substitute tier use in the' Work .6-6 3: Propoxd adjustments in the progress schedule will require a change in •miy -of the Contract that will titvnnge the COMICL Timis (Or Nfilestones) Documents (or in.the',provisions of env other stall be submitted in accordance with the mquirements direct contract with OHJNER ter work on the of paragraph 12.I. Such adjutitmcnts may only be: Project), to adapt the design to the proposed ' made by a Changeoader ur Written attiendnienL in substitute and whether or not incorporation or use accordinee with Article 12. tit the substitute in connection with the Work is subject to payment of any license fee or royalty. ' 6.7 - Substitutesand!'Or•Equal" Items: \11 variations of the proposed substitute from that specified will be'identdied in the applictifion and 6.7.1. Whenever an item o material or equipment is available maintenance. repair and replacement. specified or dr_;cribecl'in the Contract.Doc:ummis by service twill be indicated - Thee application will usim3 the name of it proprietary' item or the name of.a also contain an itemized eslimiate' of all costs or particular Supplier, the speciticn6on ordaxriptitm is credits that willrasulLdirectly or indirectly from ' intended to establish the type. function and quality acceptant of such substitute including costs of required Uole;;r- the specification or description redesigui and elsims of'oLher contractors affected E!C'.GC G6'�hit:1L i:6NUl'IlO:tiS I � I ii Y (I;i'){l GJitiaO I :. w/Call-OF FOIL"r COLL1 iwS �tOUIP[CA7lON5 (ItGV'•I�a�tl) by the resulting change, all .of which will be considered by' ENGENZFR in .evalwiting..the proposed substitute: ENGINEER .may .require CONTRACTOR to, furrier additional data about thc.proposcdsubstitute.' ' ' - 6.7.1.3: COMM4CTOR's.Expense All data to be ,provided by CONTRACTOR in support of any proposed "or-cquul"or substitute item wdl be at CONTR-\CTOWs e..xpe riw. 63:2: Sitbstititte. Coutn,ction ,bldthods or Procedures: ifs �Ixcific means, method, technique, sequence . or procedure of'construction is shown or indicated in -and expressly required. iv the Conimet pocumcnL� C ()NITRACTOR. may furnish or utilize a substitute means, method technique, sequence or proeedure'df construction acceptable to. ENGINEER. COMILAC:TOR shall submit sufficient information [d allow' ENGINEER2 n b'NGINEF R's sole discretion, tar determine that the substitute proposed is equivalent to that eepressiy called far by the Contract Documents. The procedure fir review by E,NIGNEIR will Ix:. 'similar to that provided in wu )Wagraph t :7.1.2. 6.78..Engineg✓s Evalaa:ion: F.i3GrNEER. Will Iv allowed a rcasonablo.time within wiich,to evaluate each proposal. or submittal.made. pursuant to paragr'dphs,6.7.I.2 and 6,7:2. LNNGDVEERwill;bcthe sole fudge -of accepighiliiy: No "or -equal" err sulismure will bd ordered, installed or utilized without' FNCH.YFFR's prior written acceptance ivhicfi will be evidenced by either a Cliange •Order or an approved. Shop [7rawng. OWNER. they- require CONTRACTOR to famish- at. CO[N7RACTOR's expettse a special Perfotman& guarantee or other surety. With respect to affy "o;.Aual" 6r suhst tuts. L•"v'GIi~FEL•R will -record time ,required by E,TGMER and LNGLNTEEft's• Consultants in evaluating substitutes proposed pC submitted by f oiNT \CTOR,ptirsuant to paragraphs tj,7,l it a 6.7'2 and in making. changes in the Contt;ict Documents (or in the provisions of any other direct. contract. with OWNII2 ter work on the Project) occasioned thereby, Whethcr,or not ENGINEER accepts a substitute net[ so proposed or submitted by rONTR•1CT(iR covlRnrTOR stall reintivirs.; OWNER, ,for the: charges. of ENGINEER. Lind LY rTNr=- 's Comsultants for evaluating rack such proposed substitute item; -6_8. Concerning Subcontructors. Suppliers and Others: 6.5.1- CONI-FRACTOR sh:di not .employ tray, 'Subcontractor: Supplier or other.person.or orgarlinrtion (-including those .acceptable to d%VNER and E[VGLNTER-as indicat,W-in paragraph 6.S.2), whether initially or.as a substitute;.agaimt whom OWNER or. LNG l3mIT-R may have reasonable objeciion- COi CR4CTOR shall nbt be required to employ arty Suocontractor. Supplier or. other person or organization to furnish or perComi any of t}ie Work',a_ainst whom CONTR. Ck rop hss. reasortahle ohiection, FJCDc Q9NER.%L CONDITRONS 191 a F (19)p Edt¢nl wt CTIT OF FORT COLLI NS MODiFICATIO:NS MEV -I;'Win 6_9: CO\rm,\cTOR sl> i Pertorrn not less than ^_0. pen:ent ofAhe Work- with its own rorces.(thal'-is, without subconLractim+ The 20 moce[tt reouireramt shall be undemood•to refer to the Work the value or which tots Ls not less than 20 percent: of the Contract Pnce_ 0 21 lt-the--Suppldmeramy-,Conditions Bidding Dycu_rnents -require the identity. of certain Subcontractors: Suppliers ;or other persons or. (mete vrg thnse'whn are to tLLCNSh the principal, items oC materials or equipment) tobe submitted to OWNER Inr-advanee of^the-speeitied date prior to tie Effective Date of Ihe.Atzcement for. acceptance hy' OWINFR and ENGINHI-R-4n44f iNER's or ENGINEE'R's acceptance (ci[icr in tiag or by.•f dirtgto make written objection thereto the date indicmcfl rar noceptanec or objection in bidding documents or the Contract Documents) of FNGINEERj Vo acceptance by OWNER or ENGINEER of any such Subcontractor. Supplier or other person of oreanization, shall constitute a waiver of.any right of OWNER or ENGINEER to rciect ,kfecRvz Work. 6.9:1, CVNTRaCiOR shall -be Cully responsible to .O\VN, 7CR and L�RGPr iEER for A acts and omissibtts of'the Suhcontractorg Suppliers. and .other Nrsons And oredhirttions pertortn ng or firrmshing any of the Work unifier u. direct or indirect contract wid-i CO`TRACTOR. just as CONTR.•\CEQR is .responsible_, for CONTR\C_:TOR's ownacts and emissions. i3othirig in the Gourmet Doctimcnts shall crate .for the benefit of any such Si[bcoritrtctor; Supplier or other person or organisation -any contractual relationship between C)IVNER or LNG and any such-Subt:ontracior, Supplier or, other person or organization nor shall it create any oblii.ition,on the part of'OWN[ER or L•TtGIIN-UR to pay or to see to, the pa ymmt of any moneys due any such Subcontractor, Supplier or other person or orsunumtion except as may otherwise be required by Laws andfjegtilations. UIVNFCtorENGVNEERmaV furnish lo.i my subccntrectix, supplier or other person or oru:mization evidence -of' amounts paid to CONTRACTOR in accordance with CO\TRACTOR'S "Applicutions.for Payment". 13. SECTION 00510 NOTICE OF AWARD Date: May 11, 2012 TO: Martin Marietta Materials Inc. PROJECT: 7222 Asphalt Overlay — 2012 Renewal OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid for the above project has been considered and will be renewed. You ' are the apparent successful Bidder and have been awarded an Agreement for 7222 Asphalt Overlay — 2012 Renewal. The Price of your Agreement is Three Million Four Hundred Ninety -Nine Thousand Eight Hundred Sixteen Dollars and Fifteen Cents ($3,499,816.15). 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 May 25, 2012. ' 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. ' Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER By: Jam s B. O'Neill, II, CPPO, FNIGP Dic ctor of Purchasing & Risk Management Section 00510 Page 1 6U. 'CO`TFbW"t'OR shall he xiltly respdnsible. for scheduling and, coordinating .the Work of Subcontractors. Suppliers and other R7sora and aiganiattions. perld-rmtng- or furnishim,_ any of the Work under a direct ,or indirect contract with CONTRA(,7O(L C OC VI AC- UOR. shall require :ill Subcontractors; Suppliers and such'othec persons and or;aruaitiors• tierforni tg or. fiirm'shing.any .of .the Woi1: to communicate with the ENGL�(LLR. t} ro �ii CONLRr\C'fGR 6.14.. The divisions and sections of the..Specifctitions and the ideritilications of any Urawinrss ,shall_ not control CONTRACTOR. 4i dividirw the Work among. Subcontractors.or Suppliers :or delineating the Work robe perfornied'h anyspecifictrade, 0:11. All Work..peribrincd for CCONTRAC'I'OR' by t Subciontractor or. Supplier will he 'pursuant to an ap ropriatc-agreement hetween'CON R \C;TOR. and the Subcontractor or Supplier which spectttciiU_'binds•the Subc6ntractor or Supplier to ,the applicable'.temis qnd -conditions of die Contract ,Documents: for the bLncFtt of OWNIM and 6NGIhrEER. Whepi < �nidnt p(denr Fees and 'Royalties; 6.11 CONTRACTOR shall pay all lice ise lees and royalties and assume all costs incident to the, use in the performance of he Work or the urcorporation'in the Work of any invend design, procesi, product or device which is the subject fit` patent rigbts or copyrightsheld by others. [fit particular *invention..desi,,r. proems, pioddct or device. is specified in the Contact Documents For use in the ,performance of the Work and if ta'the..actual knowletlie of OW IGR or C G F,\F GR it. use ix subject to patent rights -or copyrights calling. for the payment'of;iny [Ionise fee or ro%'alty, to ytha sg eke. axistence •of such ri`hp shall be c6sclosed' bv'OWNER in the Contnrcc Documents. To the fullest exiem permitted by Laws and Regulations, •CONTR.ACTOR shall mikmnity and hold harmless Ol\ram ENGfi\TER, ENGLVEER's Consultnnis and the of(itxrs, directors, employees, agents and other consultants of each and any -of them from and ae:tinst all claims._ctnts, losses and damages ansing out of or resultin4 Gom any infringetnenl,of, Patent rights or copyrights incident. to the usein the performance of the Work -or resulting fram ,the incorpu.ratiIon in the Work of .any, irtventi n, desigg7t proccsc, product or device not spccified in the. Contract Documents. Id EJCOc UENEK_-1'cOiJDI'f1VN5d 4I11$(U9BE ninth u'/MY OF FORT COLL] NSNIODIF[CA'cIONS t[iEV POOO) Perntils 6:13.. Unless otherwise prdvvided:in.the Su plementary Conditioru.. CO\"C kCTOIZ sliall'obtain:and Pay for ah curistruQUon pernuts and.licerurs OWNER shall assist (CM t RAC ()R when news_ , in obmimrii such Nrmits and''licensr.%: CONTRACTOR 'shall pay. all governmental charges and•, i spectior fees race sary 'for the prosecution of'& Work. ,which are applicable'at the time of operurig of'liiJs. er of the a urc no Bids, on:Lhe L•tfecuve Date of the AgrtxmenL COlv'TRAG'LOR shall pay'. all- charges oe utility ptvners'for connections to •the Work, and-C)W,IH'R :shall pay all charges of such utility owncrs for capital' costs related thereto such as plant �invcstment foes. _ 414.. LawsandReplariuns: ;A.I A L 'CUiVT fL-V'.TOR shall gbve adF noticesand cumply'with ill Laws and,Rmulations applicable io furrashing. and •pertorntance of the Work' Except where 6thertthse-,expressly required. by applictble La{VS and Reguladons;, neither-01VNER nor ENGIMFRR shallbe respgnsible for monitdrine CON'f12At;t`OR's .amplance with any l:aw:s. or Rggulatiorte. 6,11:2: (f CONTR:\CT0R ,pertbarts arty Work knotving.or having nea*on to Mowthat it Ls contrary to I nvs*or Rcgulatiorte Ct7NTRr\C ['OR shall Ixar all clams, costs; losses and damages caused by, arisingput of or resulting, thererrain;'haycder, it shall }tot'be COL,,"M,\CTOR's pritfary:responisibility to, make certain that the Spccificadons_and I,hmvines arc 'in acerordanei: with Laws and Regulations,. but this shall' not reUve• CONTR+\CTOR' of Coi uTRACI.OR's'abligatiora finder pstmgrtlitt :1:3.'_.. Taws 6.15; 'CONTRA\CTQR sWll,lkiy all _sales• consumer. use and other similar tares Muired to be paid by CONIIZ\CTOR• in accordance with 'the Laws and Regulation$ or the place of the Project which arc applictbb during ihe,perfiwanue of the \York. ti.l�'I.1'. 6W'h1Ek is exempt fiom Colorado State and :local roles. and. use taxes .on mhterra k. to be pemtanentlV incorporated into the prgcet Said Ixces hall not b utcluticd m the Contract price; Address: Colortdo Department of Revernte :State Caoitnl .Annex 1,37S:Sheniian street Denver. Colorado_ 80261 Sales.and Use TaRcs-for the State of Colorado. Reaional Transportation District. (RTD) and certain Colorado, coimtie-c are collectedby the State of. Colorado and are included in the Certification of Exemption. All applicable Sales and Use'ra\es fincludine State collected taxis) on anv'.items other than.construelion and building materials phvsically incorporated into the nroiect are to be paid by LOifrRaGTOR' and are to be included inaprntipriate bid items. (Ace of Prendsex., 6,16. com-R_\Crok. shall confine construction equipment, the storage of materials.and ey i pment and the opperations. of workers, to the site and land and areas idaiulietd in and perritted by -the Contract Documents and other land and:nreas permitted by Laws and Regulations, riglits^ofway, permits and .casernew, ;and shall not unreasonably encuttiber the premise.% with construction equipment or other materials or equipment. CONTRACTOR stall assume full •resp6tisibility for any damage to anv such land or ama. or, to the owner or .Mcup nm thereof or of airy adjaaccra'lantl or ems, resulting tiom the pertomiance of the -Work. :Should any claini'oe made hy' any such .owner or occupant because or, the pierl'ormnnee.of..the Work, cavi IR,ku.rm shall promptly settle with such other party by negotiation or otherwise resolve the claim b-v arbitration or other dispute resolution piocceding or at law_ CONITRACTOR_shall, to the ftiilcst extent permitted by Laws and Regulation-, indcnmify-and hold harmless C>WtiTR, ENGINEER NGIMEERs cOnsultant and anyone directly or indirectly employed by any of them tiom and against all.clauns.costs, focus and tLimages arising out of or resulting from anv- claim or action legal or'cquiablc, brought by any such owner or -occupant against OW161Z'ENG.NI LR of anv othei party indemnified hereunder to the extent. caused 'by or based upon CONTRACTOR's performance of the Work.. 6.17. During the progress of die !York; CONTRACTOp. khall keep the premises Gee from accirraulations of Mast,: materials, rubbish and other debris. resulting: Goat the Work kc the compfatiun of the Work.CONFRACTOR shall remove all waste materials, rubbish and debris from and about the preitliszs its well tm all tools, appliances, Construction equipment. and muchin�ry and surplus .materials: COwri 4LA rOR.sfall leave the site clean and ready (eir occupancy by O<1NMR at Substantial Completion of the Work. CONTRACTOR shall restore to or sine! condition a[I properFynot desigratted for alteration bv'the;t'uatract Dacumaits: 6A & CONTILACTOIR sliall not load nor permit any part of any, structure, to Lc: loaded in any' mtinner' that will endanger the structure: nor shall CONTRACTOR subjeci any part of the Work or adjacent property to stresses, or pressures that will cauianger it. Record boeuinentc• EJC'DCUF,' FL.LCONUITION`S' 191 VSt i199V Cdiidrii W/ CITY OP FOICF COLLI NS _%IODIRICATtONS lf(P -1,71) IDI 6:19, CONTRACTOR shall maintain ina.,tafe- place -at the -site -one record copy, of adl Drawings, Specifications, Addenda, Written Amendments. Change Orders:'Work Change Directives field Orders' and. µTitten interpretations and clarifications (issued pursuant - to pflmamph').a) in: goal order'and.annatsted•to.shoti• all cha_M"es made during construction. These record docunienis together with all.appruved Samples and a counterpart of :alt approved Shop. Drawings will be available io.ENGLNEER Carrefe'rence. Upon completion of the,Work, and prior to release: ofliriM pa'vment,.thesc- retxJid documents Samples:end Shop Drawings will be delivered to ENGINEER I'or OWNFF.R.. Safety and Prntection:. 6:20. CONTRACTOR shall be ,responsible fur initiating, maintaining and supervising all, safety precautions anil programs in connection,wali die - Work. CONrILA(:TOR shall, take apt necessary precautions for the safety of. ante shall prove la the ftcccssary protection to. prevent damage_ injury• or loss to`. 6.20.1 all pemoriq on the Wort: site or who may be affected by the Work; 63).2. all the Work and materials and equipment to pia incogiorated therein, whether in storage ono( off thee site'. and 6.203: other property at the site or adjacent thereto: .including trees, shrubs,. (awns walks„ pavements, roadways. structures .utilities awl .Underground facilities not desigre -d for removal, relocation, or replaecmcnt•inthe course of construction; CONTRACTOR skill comply viitli all applicablc Laws wid Regulations of any.pubbicLady having jurisdiction for safety of persons. or property or to protect therm; Gotm damage, injury or loss; ond.sliall mci and maintain all necess.iry safeguards for such safety ,itrxl protection. CONTRACTOR shall notify owners of adjacent property tend of Underground facilities and uttlity owners when prosecution, of. the Work may affect thein, and shall cooperate with them In the protection, removal, relocation anti repl icdment of their property. All damage; injury or loss to any property' referred to in paragraphs 6.20,2' or 6:203caused, directly or ndirecdy_ in whole.or in part; by COti rRAtTOR, anv Subcontracfur, Supplier or any other .person or organioation directiv 6r indirectly employed by any of there to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CC NL TRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the .ads or omissions ofOWN-ER or LNG LNTTR.or Eli I NEER's Consultant or amtone eniploved by any of. them or am one for whose acts any of them may N liable, and not attributable. directly or. indirectly: in whole or in purl, to the fault or negligence of CO 'TkA- CrOk' or arty Subconiractor;. Supplier or other person or quiriiranan directly or indirectly employed by, any of them). CONTR_AkUl',OR's,duties and rc%Fnhsibilities for the slfcty and protection of the Work shall continue until such time. as all the Work is completed and Fk\IGINEER has issued g 15 1 1 1 1 i 1 1 1 1 1 1 1 i notice to ClWNTR +gild CON'fR:\CTCDR in accordance with'p<nratgraph 14.13that the Work is acceptable (except as otherwise ccpiessly provided in. •conncctiyn with Substantial 'Completrorl� 6.21.. Saj4 RePreieittative: C0NI'R.\C71'0R shall do i_nate a qualified and experienced safety representative at the site whose duties. .and responsibili6cs shall be the prevention of accidents and the mamla4iin ;.and supervising ol,salety precautions anti prugntms.• Hazard- Cbnrntunicatiori Programs 622, COKMAC[)R 'shall be responsible for coordinating any e,xeh nge of'm_ aterial safety data shects.or other hazard communication information.required;to •he. made available to or eac_hanued behvegn or unrong employers 'at the. site in aa:ordancc with ,f.aws .or Kegulatibns. Eulagendies:. 6.23. In cmcrgencics.aftecurtg the safety'ar•protec.tion of. persons or the .Work or property at tho'aite or adjaeialt thereto, CON•fltACrOR,' without special instructionor autharirttion:Irom OWNERor ENGNME.R, istihligated to act to privent threatened �nniage, injury or loss. CO,NtI K,at.'fm roan give F,NGINF.FR prompt_ written notice if CONTRAC OK believes that any significant changes in the Work 6r variations from the Contract Docuuments lwve, been. caused thereby. It' ENGLN-tEER determines that a change in the Contract a)o uments is; required becausc of the action taken hyCONTRe\rTOR-in response. to•luch an emergency_ a Work Change Directive or Change Order will he issued to document. the consequences of such action •6.24. Shop Drawings andSantplev: 6.24.1. CONTIL4CT.GR' shall submit Shop. Drawings to ENGINCER for review and approval inaccordancc with the• tteecpted. schedule. of SHop Drawings .and Sample submittals (see paragraph 2.9), ksubmittaLs. will bq identitied as GNGfNEER. may reituir€ and in the number of copies specitied in the G<deml Requirements. The datashown on the Shop Dratv`atgs will be complete- with respect, to quantities; dimensions. sprcifred.perfonnanceand design criteria, mtittrials and similar tlata'to show ENGLNEER the materals and equipment CONTRACTOR proposes to provide•, and to enable. ENGINEER to review 'the information for the limited purposes reyui_ra1 by pa rag raph'6.26. 6.241?: CONTRACTORtshall also submit Samples to ENGI3NTTP for review .and approval in accordrice with said accvptcd •schcdulc of Shop Drawings, and Sample submittals., Cacti Sample will be identifiid Clearly as to material. Supplier, pertirwnt data such as milog numbers and the use for which intended and otherwise as ENGINEER may require: to enable ENGittEER to review the submittal for die limited EXUC OENEIt,V: C)0WI,no-Nsw/tot .iI;iYo wtiwy R) tv1(71Y 6F Foict-COLLINS.rODIfICA'HON:i REV41'I00) purpa5es required by paragraph6.26 The'nunibers of each Sample to be,submitted will be as specified in ,the, Spec if ica tion;. 63a;. Submittal Procedures:^ 6.35:1. Before submiiting each, Sliop :Drawing or Sample, CONTMCMRshall Have determined and verified:' 6.2511- all field mettwrements, .guanttucs; •dimensions. specific tt performance critena: installation requirements, materials, catalog numbiers.and'•stmilai infomtation with respect thereto; 6,25:1.2. ull,materials with respect to intended use, tabrication:. stripppping, handling,. stora3C. assembly, :and insta .ation pertaining to• the pe.rfomranco of the Work:.and 6.351.3. all. information relative to 'C0N'1•fL\Cr0R's sole responsibilities in respect of means, nrethoik, tcchmques, sequences and procedures of cobsttvction and'safety precautions Mid programs -incident thcrcto,- CQivTRACT.OR shall also have. .reviewed and coordinated eech'Shop Drawing OrSmnple with other Shop Drawings and Y,ttnples and with the requireritents 'of -the Work and .the Conuact Ncuments. 620 2- Fach'submittal will bear.a stamp or specific written, indication that. C'ONf:RACTOR:has satisfied CONfR\CTMs obligations under the Contract Docurricrits with resliect to CON'rRACfOR's review add ❑pprovlifof thatsubniittaL 6.25-.3. At the lime .of' each submission, CONTRACTOR shall' uve ENGIN�a , specific written notice of such varialions.417 any, that'the Shop Drawing or Sample, submitted amy have. from. the requirements of thecontrae.t Docwncnts,,such notice to I.rB iri:a written communication separate .fixer the submittal; and, in -addition, shall cause'.a',spe6fic [rotation to be made on each. Shop Drawing and Sample submitted to ENGWEER'for review and approval of eachsuch variation. 6:26. ENGINEER will review and approve Shop Drawings and Samples in accurolanee with he schcdutc of Shop Drawing and 'Sample submittals accepted. by E40MER as required by paragraph 2 } ENGENEERs review and approval will be ofi y to.determine if the items covered by the submittals will, alter installation or mcorpiratton in the Work conform. to the information oven in the Contract Documents and be compatible with the design concept of the completed Project as a, 'runctioning whole as 'indicated by the: Contract Documents. F JCM\'EEPN review: and approval will not extend to altars, methods, techniques, sequences or procedures. of construction (except where .a particulitr means, method, technique, sequence or procedure of construction is specifically and cxpressly called',for.bv the Contract<Documerts) or to safety precautions or programs inciderit thereto. The rev,iew.and approval of a.,separate. -item as such will not indicate approval ,of.the assembly in which the item .functions. CONTRACTOR shall make corrections required by FNGtNFER aril "shall .return the required number of corrected copies of Shop Drawings and submit is required new'Samples for rov`ww and approval. CONTILAC702 shall direct specific attcntion,in wrtrng to revisions other tlran the corrections' called " for by LV GRiEER on preyiiws subm itutls. 6.27, ENGINEFR's review and approval of Shop Drawing or Samples .shall not relieve CONTRACTOR from responsibility- for any variation from the,requirmtents of the Contract I ocw%7 is unless C0NTRACI:0R has in writing called ENGINEER s attention to each :such variation at the- time. of submission as required'by paragraph 6.25.3 .and .ENGhvEER has ,given. Mitten .approval of- each such variation by a specific written. notalionahereof incorporated in or kcompanying the Shop Drnwing or Sample approval; nor will any npprolal by ENGINEER relieve C.ONTRAcTOR. froth responsibility fur complying with the requirements of pnnigraph:6.? id . 6.23 ltIfere a Shop-Chayvirg•or SamplcJs required by the Contract Documents or die schedule of:Shop Drawing ands Sample submissions accepted by ;ENGINEER u required by, paragraph2.9. any.related' Work performed Prior to FNCH IEER's review and approval of the pertinent submittal will he it the sole:espcnse and responsibility of CON rR.AG'r0R C(nubtuingtLe IVdrlr 6.29, CONTRA ACTOR shall cam on the Work and adhere to the progress schedule clueing, all disputes or disagreements with OW'\rER_ No Work shall Lrdelayed or postponed pending, resolution •of any, disputes or disagreements, accept cis pgrmimed by paragraph 15:5 orals OWNL•R•^irni CO\[TRACTOR may otherwise a�iee in writma. 6.3Q,. CONTRR IC-TOWv Ceneral Mtrranty and Guarnntre:, G.3n.1: COVi R CC=TOR tan -ants and suarantces to OWNER, MNGRrTElland ClJGNCER!s Consultants that all Work will be is accordance with the Contract Docuriients aril will not be &f ctn,e. 6DINTRr\(TOR's, warranty and euaranice haeimder exckudesdefects or damage caused by: 630J,F.I-, abuse,. modification or. improper mainterautce or .operation- by persons other than. CO: TR=\CTUR Subtomractors or Suppliers; or 6.30.1:3. normal wear and tear under normal um..-c.. 6.30:'_: CO\R'P�CTOR's .obligation -to perlurm and complete the Work in accordance with the Contrct' Documents shall be absolute. None of•die following will constitute an acceptance of Work th?t is not in urtaccE:arx,u. couurrc,ws i� W�s rirtp e�ticicril, MCI IT Or• f02'r COLLWS �[OU16(G\'FIONS'IILLiN.L^rglal accordance widtthe Contract Doctiments;ora release of COvTRACTOR'sobligationao pert 'prm the Work• in tiecordance,d%ith,the Contract 'Documents.'. 6:30?.1'. .observations:by ENGD4EER; 6.30.12. recommendation of any progress. or final Imyntent by E_NGhiE .. 6'30:2:3, the issuance of a certificaie• of SuliSuintiat 'Complegon or any paVrtient by OWYE1i to CONTRACTOR under the Contract Documents;. 6.30.2.4. usc,orcccupancy of the Work,or any pa q thereof. by OWN FIR: 6.30.2.5. anyacceptanx. by OWNI EP or failure to du su: 6.30.2.6. any review and approval ofa Shop Drawing or Sample submittal.cr. the issuance ofa notice+of acceptability by ENGI.NEF:R: pursuant to paragraph 14,13; 61.36:2.7. any .inspection; test or approval by others, or 630.19. anv correction of tkllW °rive Work by OWNER. lndentnification: 631,- 'ro" the fullest cstent •pu nitted by Laws, and Regulations, CONTRACTOR shall indemnify- and' hold Narmliss 10WNM RNGR4EL•R.D4GRT:ERS Consultants and the :officers, directors, ermployecs.:agents and other consultants.of each.and any,'of-them front and against'all claims. costs: losses and damages � ricludva , but not limited to, all fees and charges of cngineers, rehitects, 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, prow idol that anysuch'elaim, oast, loss or damige: (i) is attributable to bodily injury. sickness, disease or death, or to injurv. to, or destruction of tangible property - (other than the kvork itselt), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of CCE iTRACTOR 'any Subcontractor,: any Supplier, any person or' organization directly or inilvectiv employed liy;try of them tgperfotin or furnish any of the Work or anyone fur whose acts,any of them may be liable; regardless ofwhether or not caused in part byanynrgligence ur omission of a person or entity indumnilied hereunder or whether liability is imposeil upon such indemnified patty by Laws aril Regulations re<mardless"of the neuligencc of any such person of entity', 631 in any ,and all claims ugaifst OWNER or. bNGLsc MER or any pf their respective consultants, agents, officers, directors or emplovecs by any employee -(or the. survivor or,pemnaI representative of such employee) of CONTRACTOR. any Subcontractor, any Supplier. anv person or organimtion directly or indirectly employed by 17 arty Of them to perform or-fiarriOi any of the Work. or arivone for whose .acts .any of them may be. liable:' the indemnification obligation [order pamtgaph6.3[.shad not be limited in any way by any limitation on the .arn iunt or type of dame+ es. compensation orbcnefits payable. by or for QONTR AT:TOR or any `such $bbcontractor; Supplier or other person or organization under workene' compensation .acts, disability benefit acts or otheremployce benefit acts.. 6'33; The indemtidicati'pn obiigau'ans of CONTRACTOR' under partph 63l shall "not extend to tRe liability of ENGl]\rEER:and'ENGINEER's Consultants: officers, directors; employees or agents unused'. by ,the professional negligence, errors ur om issiyns of amr orlliem., Secreted ojOAJegatinns •6:34_ All represemhtioni; rndcmnifcntich,.. warrantici, and uaramecs made in required 6y or given in.accordance, with -the'- en Contract Iocumts' as well :as all continuing obligations indicated in the Contract Documents will suNive final rn ' nt:. completion and acceptance of the Work and, termination or completion of the .9arcumeiil. A11TICLF 7-=0TITFR'WORR' Mated Work at Site: 711. OWNER may perform other work. rcktcd• to the Projw at tho.site, 6y OIVNER:s own forces; cir let other direct contracts dcrcfor which shall contain General Conditions similar to these, or havc other -work performed by utifity owners. If the fact that such other. %York is to be pCrformed was.not noted'in the Contract Documemsahen: (i) wditen.notice: thereof will be given to C0N7RjV7FOR prior to starting any Stich other work and (h).CONTRACTQR may' make a claim therefor as provided iii AttielesLI a`.1'3 ifCObITRj\CTORbelieves ,that such performance will involve additional expense to. CON-ITR \CT.OR or requires additional time and the parties are unable to agree as to the amount or. extent thereof. 73 CON'TRACTOR shalt afford each other comractor who is a, party to such a direct contract and each utility owner (and OWNIER if OWNER is pciforming the additional %York. with OWNMN enployees). proper and safe access to -the site and a reasonable opportunity ror the introduction and .storage of materials and equipment and the execution of such other work and shall pruperly connect and coordinate the %Vdrk with theirs. Unless otherwise provided in the Contract Documents. CCU. f-RACTOR shall do all cutting, tittaL and paatching of the.lVork that may be required to makeits several parts Come together properly and integrate. with such other �'worfc. C0_.-\'rTR4CT0R'shall not endanger any work of others by cuttira:, excavating or otherwise altering their work and will only cut or alter theirtvurk'with the written consent of ENCMN=- and the others whose work will. be atTectcd. Theduties and. responsibilities of (26NTRAGTbP under this paragraph are for the benclit of such utility owners and otter aontractom to the exicnt that.thore are comparable EJCDC OENEI AL CCINDITIONS:1 `)111 1 (1J96 Eotiu;) Is. N/(11Y of FOIlr COLLI`SMODIFICAIONS 1RHV-161W) propismns. foe the henelit of CONTRACTOR ut said direct contracts between OlV'NER and,such utility owners and other contractors. 7.3, If the proper esecution.or rce-ults of any part of N'IR COAcro 's Work depends .upon work pertomted by others under this Article 7.:CONiRACTOR shall' inspect such other work and promptly report to ENONCER'in writing any delays;, defects. ordeliciencies in. such, other.work.thatrendcr it unavailable -or unsuitable for.the proper execution and results of CONfRACTGR's Work:, CONTCvdCTOFis f¢ilure so to report. Willi constitute an accepLince.;of"such. other work. as. tit and proper for irttegrstton with CON f RACTOR's Work except tor•latetit or nog apparent defects and deficiencies, in, such other hock, Crinrrtinadon; -7-4. it ,OWNER- concoct% with others for.' the Ferformanot of-61her wark',on the Project at the site, -the follo%ving gill be set forth in Supplementary•'Conditions: 7,4:1, the person; time or corporation who will have authority and responsibility for,coordinafion of; the activitic:['among the varous prime contractors"will be identified, 7,4.1 the specific matters to be covered by such al thority'ami responsibility will be ftemiied: and' 7.4.3. the extent of such' authority and respnpsihilitics will be provided. Ynlcss othenvisc praividl'd in, the tiupplcmcntary Ccindtuons OWNFR. shrill have sole authority- and responsibility ih resltcrot'.-uch coordination AIRTICLE9- O0WV-ER's.r ESY'OvsiB.mrl IE ,: ti:t'. Except as otherwise provided ui these General' Conditions, QM F..R. shallissuee.ell c6niniu_dic tion_s. to CONTRACTOR throueh ENGE LEER, S.2. In case of termination of diee eniployment of GTNEER, 01W-dER .sh dl appoint an egineer.against tvhuin'C6�AItpR-1E=GOR-��lc��nu-reasanable-objeitiortc whose status under the Contract Documentsshall be that of the loanerENGIVTER 83: OWN,rER shall furnish the data required of O�VNIER' under the Contract Documents promptly and shill make psayments to CONTRACTOR promptly when they :are Out: as provided in paragraphs 14.4 and 14.11 8.4, OWNERS duties in respect of providing finds and easements and providing ununeemuig .surveys to establish reterenec pomts are sct furth'in pamgmp6.4.1 and 4.4. Paraeaph 4:2 refers. to OW�TMR's identityina and make available to QONPPACTOR .cropics nr reports of explorations and tests of subsurface conditions at die site and drawirgs of physical conditions in existing structures ator contiguous.to,the site that have bein utiliied by LN•GIIFEER inpreparing the Contract Documents„ �. mo• _- _:bilitiesiitrs cFeE leitsrt�—._.•�=-Q,�s.'� 'Pe Imo. anri.- propert}--insuriuice-grit forth•tit-pam¢rapbs-rS•thtbwgt>�-}G; 6. OWNER is obligated to create Change Orders,as indimted•in paragraph _10.4, 8-T OWNLR's resparuibilit; n resFect .of certain Inspections, tests .and' approvalsis set :forth in paragraph 13.4. 8.8: , In connection with Ottrt\lf3R's.ric-ht to swp Work or suspc id' lVurk, scc• pirtuAphs 13�10 and I5 t _ ?riagraph 1�1 dcals with UIVNERs right. to'terminite services of.CONTRAGCOR under certaih.cireumstances:. S 9: The OWNER. shall not supervise, direct or have control or authority aver: nor. ' 1 y. responsible .for,. CONTRACiOR's meii- methods techniques., sequences. ar procedures of construction or die :safety prccautiorts and. programs incident thereto, -or .for any failure of CO`,iI'RAc;rOR to canply with"[.aKs'.and Re't, lOn4 applicable to the furnishing or perfonnancc,�of'the.lt•o&. OWNER' will not be responsible for C.ON•fR.�CJUIC's failure to perform or ftimish the Work in accordance with the ContractDaumenis. k;-1[)-C114'?[Ei[�'s-ram ^^•fin-reslxcE-af-�InElisele:.td A.9f)r4os. PG.5--Pz'%+i2Hnl—r........r;I;uA�T•.n..:—d Raffia a IaAefials t neeverad eFravialzt�nEtiic itre sat-t�d}in-pttrngrttplr�i- OFF--ff c to d>t _rn G? 1 R {tea xrrrel to iitmisfi r' „�,-rT,-P:' �TF31�ra.,,•,.Q.b;��i�`'nee-tlstt-trannsial arrangements-hour.-barn-ntadr-ta—sats4y OtkivGR's. E`iTiS•_'3tlU[f:i—ti .virixu �e.viceuc-wcmr.cnTTcr.s'^rc.ro rzspottsbifitwn rrspzcc-thrrrofwill=be-as•secAbrth-Iti-the 5ltppf eiuritt`n rv�,6[ind itions_ MITTCLE. 9-F.ivGL`'EER'S STATUS DL"RINC. CONSTRUCTION OJVNER's Representatire> 9.1. ENGNIM-k .will be OWNEB's represenuttiv during the construction Aerial. The duties, and responsibilitics. and .thelimitations of authority of LNGET EER. as OIVVER's representative during, construction are xt forth iwthe Contract Docum&ttis and shall not be extended without written consent ofOWNZ ER and E GNEER- Visits to Site:. 9.1 ENGCr FEER will.make visits to the site tat intervals appropriate to the various stages or construction as Ei`RAN-EER deems necessary in order to observeits an experienced and qualified design professional the pruwess EJ[�OC'tiEZF�sAt-(: ti �GITLONx t'l il�� (I'J:Jtr gtGtirnl w/ CTFY OP PORT r7JLLl NS .%tODiGIC ,rIONS't RiiV -I,7CKJO) that hasbeen rWi and the quality of the wirious asE;tcts of CONTRACTOR's executed .Work. Based on information obtained during such.visits and observation`s, ENGMER will endeavor for the henclit.of OWNVM, td determine: in gerieral. if the'Woik is pruceeding in accordance with die Contract'Da:uments. b:'NIGRMPTR will not be required to make-e.¢haustive or continuous on - site. itspectibm tot. check die cjaality or .quantity of the Work: ENGMCR's efforts will be directed toward providing for OWNER'a greater drWee ofconfidence:that the "completed: Nark will conform generally to the Contram ct Dacuerris. On the basis of such visits and on - site oIx;ervations ENGINEER. will keep OWNER: informed;of the progress of the Work and will endeavor to guard OWNt HR aipirm c4fev&e Work, F3�IGINF,ER's visits and on -site observation ate subject to all the limitations on EN; MER'.s'authority and responsibility- ct forth in paragraph'9 13, and particularly, but without limitation. dun or trs a result of ENGINEER's on -site visits or observations of CONrI'R:-\CCOR'.s Work 2iGINTEER will not supervise, direct. control or have ..authority over or he responsible for C:OWFRACTOR's means, methods, tcchniques, sequences or pnicedures.of ,construction, or. the rifaty .precautions :and programs incident diercto, or for any failure- of C:C*N'ri,'AC>fOR- to. conipl} " with Caws and Regulations applicable to the furnishing or'pertomtance of the Work. Project Repreventuiiye.• 9.3. It' C)IVNER and Ev\TGI.iEER agree, ENGINEER will: furnish a. Resident Project. Rcpfcscntative to assist E�1GDTEER in, providing.niore continuous obscrvation:of the Wort:, Ctrs- respott_sibilities, and :authority and limitations thereon of any such. Rcsiderit Project Rzpreiscnuitii•t and assistarvs will Ix as. provided in paragraphs q,3 and 9,13 ar p n tha SufplenterNity Conditions. bf these General Condition's. if OWNER des'pates another representative or iQmt to represent OItNER a[ the site'who is not ENGL� EER's CdnsulGlnt, agent or employe, the responsibilities and authority and limitations, thereon of such other person will be as provided n •tlis aup@{ente t<tt?Ye +�ittczrrtrnn P-h y:3 9.3.1. :the Revresenlatives dealirrs in matters perutiniru to the on -site work wilt in ucneral, be with the ENG[ iEER and CONI'RACTOP� But, the Representative will keep, the OWNER QroperI advised about such inauers. Th" :Representative's dealings with subc`,ontractors will only be through -or with the tull knowledge arid of the. CONrrRaCTUR. 93.3. Duties and Responsibilities, Representative will: c)_l.'_J.Jcledutes Review the pra-,ress 19 I ' schedule and' other schedules prep mi by the CONTRACTOR .and consult- with the ENO WEER concernint acceptabil ity: 912.2'Coriferences and. - Adend meeting, with the- C.OMRACI'OR suclv ns ereconstructioncoonfemnces,_pLu1mos -mczlingi and. other .iob contzreners_ nd prepare .and circulate cow ufminutes of meetings. 9_ -^ 3_ Liaison 9.3:23.1.. Seive as ENGINEER'S liaison ttith CONTRACTOR; working princimlly ' ihroituh.COk1l'RAC'I'OR'S.superintendetu tu, assist the CO•ITRAMOR in understandi'n¢ the Contract Documents.. 9.3.3.33. Assist in olitaiirwi_ liom,OWNEK _ additional details -or information when' reUW rel for proper execution of the. Work. 9_3:13:3. Advise the EA4G[N1 ER and CONTRACTOR of the commencement of anv 'Work- ryoiring. a Shop'-Drawinw or -smhole submission if Ote submission has not h«wh apnrovcdbv the FtiGMEER. Revietv,o' Work,Rijectiun Of Defects ' Work _irlspections and -Tests - 9.3 _.4.1. Conduct on -site obscrvationsof dic \Work in progress to assist the ENIGMER' in dctcrmintgthat flu Work- isprocccduu in aczordar ae with the ConVact.Diicumenis. ')_.3 2.4:3. Accomj*ny YisiCir imyectom rnpresentine public or other.aeencies havinc jurordiction over the Prpjeq—L,:cord the results of these inspections and. report to the LNG NT,M. 93:15. Interpretation of Contract Doctanents. ReEurt. !o. ENGh\TER whin clarifiicilimis.and.interpretation+ of the Conirict Documents are needed and transmit, to CONTR�\CTOP cldrification and intemictation of the..Contract Documentsto issued by the E N GNEER 93:3.6, yici(Mations. Consider -and evalaate, CON'IRACI'OR'S mgitauom for EICUC GEtihR:�L'COivDrnilN;id914�t (1990 Ethiko) 20 %VIMT Or KATCOLLINNiMOU1FCCATIONs!ItEV,li;nila)' modification in Dmwinu or Specifications and report. these recommendations to-ENGNECR- _Accurately tran-mtit- .to .CONTRACTOR decisions slued by the LDJGINEER 93.2.7: Records: q 3:2_$_RcpprLe. 9'3.2.5'-L._ Furnish EiGR- i-triodic repot s as. required. of tFrr�ress �C the Worork and of the CO\rTR+\CTOR'S coiugl�rn:z .iJith�thz proyrss�hed_ u a'aril schedule of .shop Dnnvim_ :and sample Submittals: ' =2 8,Z Consult with ENGyNGL&ui advance oC schedirlii ma'ot r tests, insptcuorn orstiitof iinronant pphtsi s of tt z Warp 9.33,8;3! Graft m000sed- Chame Orders and Work D'vzcu@e Chang s ohta nine backup material [rmtom tithe. CONTRACTOR mid recommend to ENGBdEER Change Orders: Work Directive Cha ues and Geld orders 93-19.4. ReP&i immediately to E WNEER and OGV\T—R the occurnmce of ahyaccident. 93j9-. Pavmcmi Requests...'Reyiew.'applications Cor.pavin -nt with CONTRACTOR for compliance wih the c261ishcit procedure for "their submicaion and forward with recommendation to LN' GNEER notri particuhrly the relaticinship of the pa\ment regUested to the schedule.of'values, work 'completed and materials and equipment dclivered at 'die. site but not incorporated in the %Vork. - �CY.2JQ.—Completion. 9.3:3.10A.—Before ENGINEER issues a Certificaie of Stiblantial Completion submit to CONTRACTOR' a lisL of observed items' requiring Cuff oction or'completion: 9.3.'-103. Conduct final inspection in the comrxmy of the ENGINEER. OWNER nod CONTRACTOR and.prcpsrc•a find list of items to be corrected or completed: 9.3''1(13_ Observe that all' items, on the n`nal list have been corrected or completed and make- recommendations to ENGINEER'. concerning acceptance. 9.3.3_ Limitation of Ai harirv: The.Reoi-Lmrustive shall not: 93:.3.1, Authorize anv�cfeviati\ins, from tfw .Contract Documents or. accept any 5Uh5titUIC titatertals or equipment -unless' authorized by the ENI GINFFIRL 9.3.3.3._ Exceed limititions• of FNG[NF.ER_'ti' authority as set forth in the ContmaCt Licuincnts: 9-3.33. Undertake any of the respbnstbilitics oU 'tie CONTRACTOR. Subcontractors or �Q�YCR\C-T QR' $_su)�eriritensizp, 9.33.4. Advise on or issue directions rghittye to or assume control over .any- asge t of the means, methods,: icchgi ugges; zeQuences or p{ocedures far con'trruetioh urge such is specifically called for in the Contract Documents. 933.5. Advise. on or issue directions regarding' or assume control over satety- precautions and � ams in connections with -the Work. U.3.6., Accept Shop Drawings• gr sample submittals from- anyone other than the CONTRACTOR 9.33.7,. Authorize OWNER to. Occupy- the Work in whole -or in part: 9.3.3.S. Participate. In specialized field 6r laboratory tests or inspections conducted by others except as .Specifcalty authorized by the ENGLNEER CIdiVieativns tarn! Gitvrpietution.ri 9:1.. Ei iGNEER will issue with reasonable promptness - .such written. clarifications or interpietarions of the EJC'DC QP;ER.-\L CONDITIONS(91044( u4a 6611 iI w9 C1 IT OP FORT COLLINSNIODIFIG\TIONS(KLV t,^tHln! requirefents of -tie CoptractDocitments (in the form of Drawffigs..or;othenvise) as ENGIINTERmay determine necessary. which shalt be consistent with the intent of and reasonably inferable from the Contract. Documents. Such written clarifications and interpretations, will be binding bn O>. OR find CONTRACTOR- If OWNiER= or CONTRACTOR'beheves. that a written clarificution or interpretation justifies an adjustment ut the Contract Price or the Contract Times and the parties.are unable to agree to the' amount -or extent iheredf if any, OWNER or CONNTRACTOF( may make a ivrium claim: therettir, a provided in Article l l' or Article 12 {uthorizetf 6urialiwta'iir'tlorh: %5. FAIGINEER may-authortc minor variations in the Work, .from the requirements of rho Contract Documents which do•not involvc-an.adjustmcrit in the Contract Price or the Contract Times and are compatible with the design epncept of the completed Project is a functioning ' whole as indicated by the_ Contract Dcciiaients. These may Iv, accomplished by a Field Order and will be binding on OWL1ER and also an C;ONT'RAUrVR who shalC pertorm .the Work involved fromlitly. IMWNIiR or MMACTOR tielicvc"s that a Field Orderjustifics an adjustment in the Contract Pricc or the Coritmct T1mCS' and the forties arc unable to agree as to the amour ar extent thereof, 01VNFJZ or CCINMAC•TOR may make a wv iiien claim- therefor ;u Irov ided i n Ariiele I I, or 11. RijecbngDefective Mork. •9-6. E1rGINERRwill have authority, to disapprovc or reject Work which FNCMNME believes to be cfaj•ctivei or that ENGM-ER believes will not produce a completed 'Project that conforms. t). the Contract Documents or that will prejudice.(he integrity of the design concept of die completed Project ;is a functioning whole as indicated by the Contract Documents. ENGINEER willalso have riuthvirity to require special :inslxiaion or taring of the. Work as piovided'in paragraph 13 i) whether or not the Work is fabricated, irtslinlled or. completed. Shp Drawings, Change Ordersand Payments; ;93. to connection with•ENG{NL•ER•s authority as to ShopPrawings and Samples; see paragraphs6.'_'4 through 6.28'inclusive. 9:3. [n connection with _ENGItiEE2s' authority,. as to Chartec Orders, see Articles f (i, 11. and 13. 99. fn connection withENGLV'EER's authority as td Applications. for Payment- see.Aiticle fd. Dticririinittivns fur Unit Prices 9.10. ,ENONCER will determine the actual quantities and classifications 'or'Unit Price. Work performed by CONTRACTOR: ENGINEER will review with coNl'RACCOR. the " EMGINl.:F'R's preliminary determinations on such matters betore rendering a writen decision thereon (bv recommendrinon of an Application 1 1 1 1 1 i 1 1 1 1 1 1 1 i 1 1 i 1 1 for'PSyment or otherwise), ENGIIND: 's written decision 'thereon will be final and binding- upon OWVL•R am' CONTRACTOR. unless: within ten days alter. the date of. any such decision, either OWNER' or CONTRACTOR deliversto the other and: to ENT01INEER written n6tice.61 intention to appeal from FNQltNEFR'sJccision and (i) in appeal from ENGNi TIR's decision is taken withiA the lima limits and in accordance with the procedures set forth in E•..-JAit GC A, "Dispute Resolution Agreement"', entered into between OWNFIt and CONCR q'op pursuant to Article l6, or (ri) if nil such DisputeResolutton Ala&mcnL et has been entered into -..a foal proceedingisinstituted by the appealing parry in a,foNm of wmpetentlunsrLction to cNcrtnse such rights or remedies as the appealing party may 'have with respect, to' hNGti`tEFws 46sion, unless othensjsc agreed in Meeting by 0bVjNf'R rind CONTRACTOR Such appeal tall nol.be subiect to the procedures of paragraph 9.11. Deci.domv on Dispute¢• •9:11.ENGINEER. will be the .initial interpreter of the requirements of the Contract Decunients and judge of the :fiecepmhility efthe Work thereunder- (fairly dispuies and other mfittcrs relating to the acceptability oEihe Work or the interpretation of the requirements of the (,onunct Documents pertaining to the performance.and furnishing.of die Work and'cla;ms under Articks I i and 1 ' in respect of changes in the Contract Price of C:ontnict Tunes will ba referred initially to FNC;IAtFFR in writing with a request for a formal' decision in accordance with, this paragraph. Written notice of, teach such else , dispute ar other matter will be. delivered by the cldunant to ENGMER and the other party to the Agrecmcnt promptly (hut in no event later r than thirty days) idler the star of the,occurrence or event giv.ing rue thereto. and written supporting data will be submitted to F.NGINF;ER find _the other li:trty within sNty days after the start of such occurrence. or event unless ENGEN=—R. allows an additional Period' of time for the .submission of addaiorial or more acLurnte dnta tit support of such claim, dispute or other matter, The opposing prim` shall submit any response to.GNGi= and the claimant within thirty days after receipt of the elaiiiiant's last, submittal (unlc�s.'F.NGiNEER allows additional dine). ENGCNEE•Rwill render formal decision'in writin•e.wiihin thirty days after receipt of the opposing, party's s(ibmittal if any, in accordance. with this paragraph. E GWEE•R's calm decision on such claim. dispute or other m ater will 'be filial -and binding upon OWNER and CO.MR.4CT02 unless: (a) fin appeal from ENGENEERs•decision is`takcn within the time limits and in .accordance with the procedures .set forth in EMBff GC4V "Dispute Resolution..1 teamed t",.emceed into between OWNER and CO'.NFTRaCTOR pursuant to article 16, or (ii) if no such Dispute Resolution Agreement bas.been entered into,. a written notice of intention to appeal. from. L?1GiI EM written decision is deli'vdred by OIVNER or CONTRACTOR to the other and to ENGMM within wherry days enter Lhe date of such decision Bind a. formal proceeding is.instituted by the apperlini; party .in a forum of competentyurisdiction to exercise such rights -or remedies as the appealing party. may have with respecbto such claim, dispute or other matter in accordance with applicable Laws and' Regulations within sixty days Of the daie din such EJCC)C GENETt:11. CONDI'170F}S19 UNi I t)')U EdlitiaQ. -- w/Clll'OP Fott'r COLD NS.NIODIPICATIONSjREtl 42000) decision.. urdaas.otherwisa agreed in writing by OWNER and CONERAC'.TOR 9:1'1 When. functioning as interpreter and judge under pai:jgiaphs 9. 10 and 9.11, ENIG1NEER will not shuw partiality to OWNER or CON' i RACTOR find kill not be liable in connection with any interpretation -or decision rendered in good t'arth in such capacity. The.rendering of a dccision-by E\G[�i ER pursuant to paraaaphs P.10 or 9.11 with respect to any such claim, dispute or other matter (,�xccpt any tshicl have. leenwaiyed by the making or acceptance of final payment ,as .provided in pnragmpfi 14.15) will Ew a condition precedent'lo any t�sererse•by:0�ViNER.or COiVTFLACTOR ofsuch rights or remedies as eidtcr may;otherwiii have under Elie Contract Documents 6r, by 1,aws,6rRcgula!ions m respect oCany such claim. dispute ur other mailer-pticwtint-teT\ritele 1�: 9.13. Liniiiatioiis at I NG'INLER's Aulhoril.y and Rerytartdhilirirs� 9:13:1. Neither ENGI'NEER's authcrityv or responsihility under this Article 9'or underany other provtsiotLoCthe Contra& Qocwiients nor any decision maim by FOGI NFFR in goon faith either to exercise fir nottNerclsesuch quihority or•responsihility dr the undertaking, L�crcisc or. performance nf:any authority or responsibility by F.t`)Gl IF.:ER-shall create. impose or giverise to any duty owed by .f�t'VGIAE•R to GONfRACr()R,, any Suhcontmctor, any Supplier; any other person or organintion, or to any suretyFor 'of employee or agent of any gf.them; 9.132, NNGINNU! R will not 'supervi�, direct, control or have authority over -or Ix responsible for CONTRACTOR's means, methods, techniques, sequences or procedures Of a r&I5cti aon or (he sif'Ly precautions and prdgr"uns incident thereto; or for any failure of'CONT.RACTOR to comply with Laws arid Regulations appiienble to .the harrushing or peiformiulc> of the Work. ENG610ER'will not. ha responsible For.CONTR,,NCTOR's failure to perform of furruslttha Work ui,accordancawith :the Contract Documents_ 9,133_ G\CNEER ivill•not be responsible for the acts or ouiissions of CONIM-W TOR or of dry' 5ubc6mract6r, any Supplier, orolany other personor ,or&unirition performing or furnishmg-airi of',the Work. 9.13.4. ENGLVC LR's review ufthe final Application kir Payment and accompan_ying,documenwtion and all maintenance and'opetating instructions. schcdules. -guarantees. Bonds and certificates of inspet tion, tests trail approvals and gthcr documeitation required to be deliveredP by p<iragitph 14.12 will only,. be to dctcrmmc generally that, their content complies with ,tic requirements-oC, and in thecasc of certiliialcs oC impactions testsfind' approvals ltiat'the, results certified: indicate compliance wih the' Contract bocume=... -'J:I" The limitn[ions upon. authority and resportsibtlrty et forth.in this parangntph 9,! _; diall also apply to E:VGNtMERRs,C'onsultartm Resident Project Representative and assistants. ARTICIZ IO-CMuNGFS'IIN THE WORK 10.1. 1Vithout .invalidating —ihe Agreement and without, ribl.ice, to any suretj,. O6UNER may. at tiny time or from- liteto'time. order addiiiom. deletions or revision in the - We& Sttch additions; deletionsor revisions, will he. .authoriied by a Written .-\mendment a Change Order. or a Wnik- Change, Directive. Upon receipt of arty- such document, CONFI:RAC'1'OR: shall proinptly prucccd with the Work involved which will be perl'ormed under the .applicablecoriditionsofthe Contract.Datum vits(except.as otherwise specifically provided). 10.2. if OW t-ER and CO T_Re1CTOR are unable to agree as.to, the extent, if any; of an adjustment in the Contract Price or an adjustment of the Contract'rinies tint s! ould beh1lowed as a result of.a Work ChnrIge Directive; mr a n claim maybe made therefos pmvidcdin Article i I or Article I I. 10:3. COiiTR\CTOR.shad not beentiticdtoamincrease in the Contract Price or an extension of arc Contract Times with respect to any Work perforated that is not required by the Contract Documents tLs amended. modified' and supplemented as provided in ptrngnphs 3:3 and': ,6 c.,iccpt 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. IOA. 01VNER and COVrRAGTOR 'shalt oSemte appropriate Change Orders recommended bv.LNGLVTfiR (or Writteh :\mendm6r Ls) wv'ering: 1014:1, changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.9.:(ail required becausc of accepta ii o of ciafecin,e Work under paragraph 1 13 or correcting riefec.live Work under parngmph 1114, or (iii) agreed to�bythe parties-. 10,-4'. changes in'the Contract Price : or Contract Times which are agreed to by the parties: an-d 10,43. changes in the Contract Price or Contract. Times which embody the substance .uf any %iTittzri decision rendered by ENGWEER pursuant to. paragraph 9.11, provided that_ in lieu of executing arry such Change Order, an appeal may be taken from any such decision' in accoit&ince with the provisions.ottheContract Documents and applicable•Laws and Reuulations, but.dtrins any such .appeal.- CO!ITR\(Il'OR. shall OM, •on- the Work {cod adhere- to hz prtvgress schedule Its provided in paragraph (i:29. 10.5if notice of any change affecting the general scope, of the VVoik•nr, the provisions of the Contract Uocumenm EJC'DC GE'NEiiAL CONDITIONS 191 u-a (140 E(fiiicrn ae(Crirc or• rgx r COLLIus Moou;IAcnoNS (REV -In (AuU (including, bur not limited to C.oittrace Price or Contract Times) is required by the provisions or any Bond to be given to a surety; the giving of any such notice will be CONTR4CT09's resNnsi6ility,.and the amo_uit_t of each applicable Band will be adjusted accordingly: 'U3TlCLE II—CrGl\(;F_'OF.'Cotifki\C'r MICE' 11.1. The Contract 'price. constitutes the total compensation (subject to audtori?ad idjwtntenL%).payable .to CONTR\CTOR I.or pertor Ting. the Work. Air duties, responsibilities and obligations assigned to or undertaken by CON mm rOR�shsll be atC,ONT.RACTOR's expense 'Without change lothcC:ontract Price. uiz The Contract. Price. nia}• only he chtngcji by a ('loange Order or by a Written Anwndment Arty claim for:an adjusmtent, in the Contract Price.shall be based on written notice delivered h}: the party rfiaking the claim to the oiher party -and to ENU\tL• GER proinpdy (taut in no event lateF than thirty dAVs) after the strut of the oceurrenccor event giving r p to the claim and stating the general rarure of the cfihn, 'Notice of the amount of the claim With supporting data shall be delivered within sixty days utter the ".star of such occurrence or evert (Unleiss ENCii\rFER atlows.additional time far claimant to submit additional or more accurate data in support of the-claitn) and shrill be g6cumpanied by claimant's written statement that theadjustment claimed covers all.known amounts to which the claimant is entitled as a .result of said occurrence -or event All claiins. for :adjustment iit the (aintract Price 4=11 be detemained by sC NGMEER in acconlaned with paragraph 9.11 if OWNER and COAfI'R\C'lOR' cannol.othenvia agree on the amount involved Nlo claim .for an adjustment in the. Contract Price will be valid'if not submitted in accordance with this. paragraph t! =. ... .. 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 fullws: where the Work involved is covered liv 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 '_3 1 1 1 1 1 1 ' SECTION 00520 ' AGREEMENT ' THIS AGREEMENT is dated as of the 11th day of May in the year of 2012 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Martin Marietta Materials Inc (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. AGREEMENT RENEWAL & WORK ' Renewal. This Agreement is a renewal of the Agreement entered into between the parties on the 14th day of April 2011, entitled Asphalt Overlay, Bid No. 7222, City of Fort Collins (hereinafter called The 2011 ' CONTRACT)and all portions interpreted as if the same were attached hereto. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7222 Asphalt Overlay and is generally described in Section 01010. Related traffic control is also included. This renewal is authorized pursuant to Article 3.1.1 Contract Period, of the 2011 CONTRACT. This Agreement shall be effective on the date this Agreement is signed by the City, and shall continue in full force and effect until April 17, 2013. 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 taccordance 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 three (3) more additional one year periods. Pricing changes ' shall be negotiated by and agreed to by both parties and may use the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office as a guide. 3.2 The Work shall be Substantially Complete within one hundred fifty (150) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed " and ready for Final Payment and Acceptance in accordance with the General Conditions within five (5) calendar days after the date when the Contract Times commence to run. ' 3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times ' specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. ' They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the Section 00520 Page 1 I 1 ,paragraphs 1 1.4,1 through 1 1t9.3, ihclusive); CONTRACTOR shall obtain competitive' buds. from ' Subcontractors acceptable to OW`Mft .and 11.3.1 Where the Work involved is not covered by CONTRACTOR' and shall deliver such bids to 1 unit prices contained) in the Contract Dmuments, by'p mutually agreed payment basis, including luirp'sami OWNT-R who will then determine; with the advice of OTGUEER. which bids if any; will be:ac4;eptecl: 1f (tch'ich may include an allowance for overhead and any mhcomract provides that the Subcontractor is to profit .noL necessarily 'in accorda'nIx With tx paid on the basis of Cost of the Work plus -a fee, paragraph1.1.G.2); the Subcontractor'§ Cost of the Work and'12e. shalt be 1 11.3.3, Where the Work involved is not covered by unit- detcmahnedm the same manner as CONTRACTOR's- Cost of .the Work and fee as provided in p.664 contained in the �C'ontract .Documents_ and pantt�aphi-1 1 t 4 . I I- i l t 6 anal 1.1,7. All aereemenl to It lump sum is .not reached under subcontracts shall be;subject to the other provisiormoC paragraph 1 l , 2 on the Basis of the Cost of the, Work the Cominct.Docuinentj insofar as applicable. (determined as provided in: paragraphs 11.4 ancE l 1'.5) .(Cott: 1 plus a CONI RACTORs fee for overhead and profit 11 34of special consultants (including. but (daerthinedasprovidcd m pamgnpha 1,F), not limited to engincus, .architects, testine labohituries. surveyors." nttcmeys find. accountants) Cost Work- employed' for seiv,iccs specifically related to the Work. 1 I I q. The term Cost of the Work.means; the sum ot`all. rusts neassanly,incurred and paid by CONTRACTOR in l 145. Supplemental.custs including.the fullowing: the proper performance of the Work. F.'\cept as otherwise may be, agreed to in writing by OWNER, such costs shall 114. 1 the tropordon of necessary be in amounts no higher than those prevailing in the transportation; unvef and subsistence expenses of 1 Ioeahty of the Project. shall include only the following C ONTRACIoI -s cmplovccs Incurred in items anal shall not•Include.anyof the costs itemind in dischargc;of.duucsconneI I.ctedL iith the Waik, 1. pahgraph 11.3; 1 11.4.1, Payroll was for. employees in the direct h l 4.5:: Cost, including transportation and nnirticrcmcz of an mater'ua& .supplies; employ of CONTRACTOR in the perfomiance of. he equipment;, machinery appliances; otlice 'and Work: under schedules of job clawfications agreed -,such tempornry.facrliucs at Ihesite and hand tools. not upon by OWNER and coNTRACi'C)R. giypcd hy.the.tvorkcrc which. rc.cdruumcd in the employees shall, include without liantation performance of the Work, and cost lass market 1 superintendents; foremen and .either personnel valucot such items used but not corvmni id which employed full-time at the site. Payroll -costs for remain the property ofC:ONYTRACTOk. employees.notcniployed fulittime.on the Work shalt be apportioned on the basis of their time spcnt'on the 1 l'4.53, Retiuils of all construction Work. Payroll casts shall include butane[ be- limited to. «jttipmear and machinery and flee parts. thereof salaries and wages plus the cost of fringe benefits wh&he'r rented from CONTACRrOR or others in which shalt include •social security, contributions, accordance with rmtar agreethents,approved by imeni ployniznt, cse and payroll' tares; idpikers' OWNiGR't'vith (lie iidii4e aE.ENGLNEER andthe compensation. health amp retirement benefits, bonuses; costs of transportation. loading, unlo6dine; stzkka pay applicable thereto. installation. disniarittmg and removal thereof —all The, c�tenscs of p rforming Work aQer regular in •accordance with terms pf void rental working hours, ornsaturday. Sunday or legal holidays, agreements. The rental of any such equipment, shall be included in the a5rive to the eNtem,authorieed machinery -or parts :shall cease when the •use by OWNER. diereoNs no longer necessary ['or the Work. 1 L 4.1—Cust of all material: aril equipment furnished. t t 4.5.4 Sales•..consutrwr, Use or similar_ taxes and inxrporited in the Work, including costs' of related to' tiie: Worh and;*tier wfiicli tra'nspvnxeinn and storage'.} ereof; oriel Suppliers' field CONTRACTOR -is liable imposed b'y ,Laws and services. requned in connection therewith All cash Regulations. discounts shall accrue in CONTRACTOR unless OtVNER 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 tiny discounts. shall accrue to OWi`!ER. At trine Subcontractor or anyonie directly or inilinecdy 1 discounts rebates and refund.. and returns Gam s le of surplus .materials. and equipment shall accrue to employed bv. any of them, or foi whose: acts.anv of theta may -be liable, and royalty payments and OWNTER and CONTRA( fOR shall make_ prov'asions fees for pernlitsand license*. so lkai they ratty 6e�ubtained. 1 I ;4.5;6. Laisr.; and .damages (and related 11.4. 1. Payments made by CON 1 R CTbR to the C,%Penses) ciused by damage to the 1Vork, not 1 tra Subconctors for Wbrk performed or furnished by compensated by insurance or otherwise. sustained Subcontractors. If required' by' Q0.iiJER, by CONTRACTOR in mnnmuon with. the 1 24 ElCUC GttiF3L:U:COi.UI'RONS 19tV:?il'J'JO Editinil IV/ CITY OF FORT COLLI NSA OUIPLCXFIONti IREV.•1):000) 1 *fLTmanee arid' Furnishing of the Work.(e ceps losses -and damages within the deductible•amounts of property hsur-ance established b'y OWNER in accordance with parigraph ? S), luovided they have resulted from causes other than the pegligehce of CONTRACUOR, any Subcuntractor, or anyone directly or indirectly empltwed by any of them or,tor wfiose acts any of them may be liable. .Such losses shall include. settlements made, with, the written consent and approval (if OIVNER No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR'S (cc. I( however. arty -such laic or damage requires recoristruction and ¢OtvTRAcTCOR is placed, in charge thercot; CONrRAC'OR shall be paid for services.a fee proportionate to that stated in.parnamph i 1,6 _. d IA 5.7. Tc cast of utilititcs;'fuel and sv itary facilities at the site. 11.4:5:8. N4inor expenses such. :as telegrams, long distance telephone. calls, telephone, service at the site: expressage and similar petty cash items in connecti6n.%ith the Work: I L A.5.9. CostaCprentiurn sfor additional Bonds ancl' ins=nce retlinired lrc use of changes iii.the Work: 1 L5,. 'rhe tcrm,Costofthe Work shall not include any of the Following 11.5A, _ Patirgll casts and other compensation of COYrRACTQR's officem exewiv�_, principals (i)f p'.trtnership and sole firoprictorships}; general' managers, eru.ineers,' architects,. estimators. attbmeys; .auditors; at:cuirimtaitts; ptirt:tiasing: .inntl contmctirig- :tngents, exaicuiters, 6rickgepers, clerks and oil tr p rsomnel employed by CONfRACTOR-whether tit the site'orpt CONNTRACTOR's- principal or a bnmch office Car genemladminisitmition of the Work and not spiecifically included' in the agreed' upon schedule of job classifications* referred to in . paragraph 11.4.1 or specifically covered by paragraph 1 L4.4=ad1 (it' which are to boconsidered administrative vests coVeredby the CONI'IL\CT02s Cae: 11,52 Expenses of CONTRjWTOR's prumeipaltand -branch offices -other than. CO_'9 3\CT0W% orrice to ,the site. i 1.5.3. :arty- part of CONTRACTOR's• capitol e..xpenses, includine fnwreax on CO�t-I'RACTOR'S. capital employed for the Work and charges .against COivT2ACTOR focdelinquentp ayments. I1.5.4. Cost of premiums for .all Bonds and for all 5nsirnince whether or not CONTRACTOR .is.required by the Contract Documents to. purcfutse'and maintain the :came (cecept fnr..the Lost of premiums covered by subpamgraph i L4.5 9 above). EJCDC QE-q Al. C(i;1UITIONS tvI U:'t (I'J9U &firinii w/ CITY OF fOtir COLLI NS UOUIFICA rIONS i RLV 4f]fA10) I t;iS, Coz;ts tide to the negl genre• of .CONTRACTOR:. tiny Subcontractor, or anyone directly,orindirectly employed bp, any of tfiem or_.f& whose bets any of them may be. liable; i nduding but not limited to. the correction of tie[evlwe Work.* disposal of materiilLs equ or ipment %•Tonely supplied and making good'any atimage to property, 11;5.6. Other overhead or general, expense.cost3 of airy kind and ilte-costs oCuny uem-not specificully and e�piessly inelLided,in paragrapl l.l;4. 1.16. The CONTIZ-N" 1' Wq tee allowed to CUNTRACCOR (re ovcnccad, and profit shall be determined as follow•-: f1.6,1. a:mutuAy"acceptable fixed tee: or 11.6.2.�if a fixed fee is not _ugreed'upon, 'dien.a Lee based,on theL following perccntagcs of,thc various poitionsuf the Cost of the Work: 1 1 A ^_.1'. Cor casts incurred under pnragmphc l lA1. and I f.J:'_, the C:ONT RACTOR's fez sha I I be fifteen percent 11,6.2.1 Rir etas¢ incurred under pahigmph l 1.4.3, the C,niJTRACrOR's.Fceshall be Live percent; 11.6:1.3. where one �or more tiers of sulicontractsarc onthe basis of Cost of the'Work plus.a tee and.no.ftecd ke is agreed upon, the. intent of ptragraphs 11 4.1, 11.4.2, 11,4'3 and 11.62' is that the- Subconimcior who actually Ml'brms.or furnishes the Work, at.whatever tier, wilVbt: load a fce of fiftecn•pereent�of the costs incurred by'such'Subcontractor under paragraphs IIA_I and 11,E 2 and that my higher tier Slily ontme,ror and CONTRACTOR will; each be 11.6.1-4. no tee shall be 0,yable'on the basis of costs itemized inder.paragrnphs 1.1.4.4, 11.4.5 and 11.5: 11.6.^S. the amount or credit to be, alloxyed by CONERACCOR to OWYER for any 6hange which results in.a ner decrease in cost will be- the amount of the .actual net decrease in cost plus a deduction in CONTRACTOR'S tee by an amount equal to fivepercent.oC'such net decrease; and 11,6.3.6. when both additions and credits are evolved in any.. one change., the adjustment in CONTRACTORS `fee sluff be computed on the bat is of the net change' in accordance with paragraphs 11.6_.I through I L6,'_.=,,inclusive, 11.7. Whenever the cast of :any Work is to be ]5 1 1 1 1 1 I i 1 1 1 1 i 1 1 1 i 0 m determined pursuaril to p. gr;tphs I l 4' anti t l,i,; QO\;TRACTOR will establish "and, maintain records thereof in accordance with generally accepted accounting practice; and submit in roan acceptable to ENNGINEER an itemized cost brrdkdown ti gciher• wiih supporting data. Cash Altaaxincev: 11.9. It is understood that CONTRACTOR has included, in the Contact Price all allowances so named •in- the Contract f)ticuments and shall tause..the Work so covered to b_ furnished and -.performed for. such sums as,may be acceptable to OWNER aril EN([LNEER. CbN,rPA(:r(-)R agrees that: 11.8.1, thc• allowances include the cast to CONTRACROR'(less any applicable trade discounts) of materials and equipment required by the.nllowanees- to be dchvered at the site. -and all applicable taxes; and I1.8:_.CO;`[TFA&OR's costs for unloading and handling on the site,.labor„ installation costs„everfieail, profit arid' other expenses eontenmplawd tbr- the allowances have Ikon included In the Contract Pnee and not in the allowances and no .demand for add tional lzayn;ent.on account of any of die tarogoina will be valid. Prior to Enal payment: an appropriate Change Order will Ix - issued as reiontmznded by hh`G[PibFIZ to retlect.acturd .amounts due CONTRACTOR on account of Nark covered by allowances, and the Contract ,Brice shall be cgrrespond atglyalj ustccl. t L9_ Unit Price Work.* 11.9. 1. Where the Cantraa Documents liroV idc that all or part of the Work is to be Unit Price Work. initially the.Contract Pncg will be deemed to include for,all Unit. Price Work. an amount equal to tho- sum of the. established, tirat,prices for 63ch up it tely identified 'item.ofUnit Price Work times the'estimated.quantity of each Ttcmn as indicted in the ..,Veenient The estimated quantities of item&of Unit Prim Work are not Guaranteedand are solely mix' the purpose of comparison of fiids,and cluerriii_nina an initial Contrtct Price. Detenninations of the actual quantities. and classifications. of Unit Price Work. performed by CONTRACTOR will be madc'by L IGINEGR in accordance with paragraph 9.10- 1 L9.. Each. unit price will be deemed to include an .amount considered by CONTRACTOR to be adequate to cover CONTRA CTOR's overhead and profit for each sepaarately ideruified'item-. 11;9:3.OWNER or CONTRACTOR :may make it claim for .an adjustment .in the -.Contract Price in uccurtlancc ivith Article fI itt 11-.9.3!1. the -quantity of arty item.of Unir Price, Work: [tirfbrmcd by 'CON'CRACi-OR ditl'crs materially and 'significantly from the estimated. quantik! of such irenm indicsted-in-tiie Agreement; EJCOC OEF;FRAL CONUITIOU I M(Pi i i�)%o Cditim'I. 'C wimYUFFOiurcoLLISSNIOdIFtCR[IONS IRE}' I/]tile)), and 11.9:32: there is no correspond"iny adjustment with respect to"ariy'othcritcm of Workt anti i 19.33- it' CONTRACTOR R believes that COlN-rRACTOR 'ts cntitlazl to .an increase in Contract Price, .as a result of Having incurred additional expense or OWNTER, believes that OWNER is entidedto a decrease to Contract.Price and the ,panics are unable: to .agree as to the amount ofan y such increase or decrease: l 1:9:3.4. CONTRAC-'.TOP, acknowlecLes that the OWNFR has the rieht to add or delete items in the Bid or chatiee quantities. at, OWNER'S sole discretion without affectine the Contract Price of -any remaining" item ri lung as the deletion or .addition dues not exceed twenty -live oe menl of th'uorisinal totarContract i'rica ' Aff r [C LE 12-CEG4N G E `O6' CO\'TRAC.T*'I:LN LES 1 _.I. The Contract Times (or \dilest(ines) may only be changedby a Change Order or. a Written Amendment: Any cltint for. an adjustment of the Contract Times (or Milestones), shall be based on written nonce delivcmod by the party" making the cli m to the other party and' to F.NGINEF,R promptly (hut in no dvent later than thirty days) afterahc occuaence of the event.gtving risz;ka tltc. claim and stating the general natuie of thc' claim. Notice of`the extent of the claiin. with supporting data shall'be delivered'withinsi.:'ty clays after such occurrence (unless ENGINEER :illows'acklitional time to :ascertain more ticcuraie data' in- support of the clauu) and shall be accompanied' lay the claimants written buttememt that the adjustment claimed is the entire adjustment to w'hich.the elaift4a has reason to believe it is entitled as'a rtstdt of ihe.occurrence alsaid evant..:VI claims{or adjustment in the Contract Times (or \life tones)'slvnl[ be,detemiined by F'oTMNF.F.R. in, accordance 'withparagraph'9,11' if OW`NTUR and CONTRACTOR _cannot otherwise aprze. No. -claim for an aojustffi nm in the Contract Times (or VCtlestones) will be'valid if not subhiined inaeooidance with the requirements of this pamgmph 12A. 113.. <Vl time'lunits stated in the Contract Documents ate pf thz'es2rice o6the.Agmeinenc 12:1 Where: CONTRACTOR is prevented -from completing. any part of the Work within the Contract Times.(or _,Ivfilestones) due•to delay: beyond -the control of CON'TRACTOR; the, C'onuact Timis (dr Mlestgncs).will be.: extended in "an arnoda equal to time. lost due to such delay if a claim is made therefor as provided in ,paragraph 12,1, Delays beyond the control of CONIT.RACTOR shall include, Euit not bi limited'to, acts orneglect byOWti-ER, acts or neglect of utility owners or other contriatom f.Ndnmitng other work as contemplated by ,Article 7. fires flocJs. epidemics- abnormal weather conditions. or seta of God. Delics .attribt;a hlz to and within the control of a Subcontractor. or Supplier shall be deemed to be delays within the control of CON 7T'RACTOR- 1?.4.. Wliero CONTRACTOR, is provenied' from completing any pan' of the Work within the aContract Times (or )ylilestoges) due to delay beyond the control of both OW1L•R �nd CWM" ACTOR, an extension .of the CoritracrTinies.'(or,Nfilestories) in an amount equal to die nine lost due'to'such dclayshalf ba CONURACTOf<ii sole ..and •exclusive remedy. for such delay: In no event shall 064 R be liable to COL, TILACTOR any Subcontractor. any Supplier, any other person or•organizatiun or to any surM For,or emplovee or agent of tiny of them, for, damages arising out of or resulting Ctorn (i) delays caused by, or within the control of the CONTRi1CCOR. or (ii).del }s Beyond thi: control of loth parties including. but not limited to, .fires, hoodsepidemics: abnormal weather conditions,_ acts of God or. acts•orncgta:t by utility awncrs or other contractors performing other work as contemplated 'by -Article 7_ t\R'CICLE13-TUVI'S ,\ND JNSPECCIONS; CORRECTION, RE:MOVA11 OR-.ACC:E:F.'•PANCEi QG DEP F'CT1 M1.-WORK U.1. e"`oticeofDefects. .Prompt notice of all defective Work of which OWNER or FNGINE'ER. have actual knowledgelie ewill given to CO\rm,kcr.OR- � All defectiw Work may be rejected, concreted oe:iexcptcdas provided in this,rlrticic 1,,. Access to Work:. 13.2. OWi` M ENIGINEER..NIG=— - s Consultants; other representatives- and personnel of OWNER, uldependenttesting lebonitoriesand governnicnt11 agutcics with iwi'sdicttor al interests will have access.to die Work at reasonable -times for their observation, • ispecting and testing., CONTRACTOR shall• provide them proper and safe conditions tor• such accu:ss and':advise them of CW`1TRACTOR's sitz satety procedures and programs so that they may dnplytherewithasapplicable: Tens and InsTectigns. 13:3: CONTRACTOR shall give I1iGM-ER timety notice of _readiness of the .Wbrk.for all required inspections. tests or approvals, and shall cooperate with inspectuonimd jesting personnel to Cacilitate•rcqurred;inspections or lasts- l'3: .Gil%,-kfER shall employ and pay for, the servkes of an .independent testing laboratory to perform all inspr aions, tests, or approvals required by the Contract Documents cxcepi: 13A1 for inspections; tesis_•orapprovals covered by paramaph 135 below:. 13:43: that costs incurred in connection with tesis or Enspections Londucted pursuant to lmm vnph 13.9 EJC DC C E'NEK_At. C'ONUrnGNS t 9 t a3 i I999 Eefitim I %0 0 FY OFTORT CQLU NSS.MODnlCATIONS I f(EV 4 :00a i below shall be paid as 'provided in :said paragraph 1 ; 9: and 13,4:3:+as otherwise: specifically pru4ided in the ContractDocuments. 135:, If Laws or Re6dlations of any public body having jurisdiction require any Work (or part thereot)`specifrcally to ba .inspected tested or approved by an employee or other representative ofsuch public body. CONTR�.0 rOR sEiall amume full regmnsibibLY for arranging and obtaining such inspections, tests or approvals, pay all costs :in connection therewith, and furnish. FNGtNnHR the required certificates uC inspection.. or ,approval: CONTRACTOR -shall also be resporttihle.for 'arranging and ohiaining andshall'pa'y all costs. in' 6Mccrion •wiih any inspections_ tests or approvals required for OWNER's and.ENGINFER's acceptance ofmatenak or equipment to be incorporuted in the Work- or of materials mix &sigrm or equipment submitted for a(iproyal prior to CONTRACTOR':; pur; sc thereof for incorporation in .the Work. 13:6. if my'Wor-k(or the worv.orothers_),that is to be inspected, tested air approved v; -covered. by CONTRACTOR without \iTittc_n concurrence of FNCiINFER, it must, if requested by ENGINEER be unoovered for observabon.. 13.7, Uncovering Work as provided in lxun.gmph 13.6 shalt he at CONTRAC'10R's expense unless CONTRACTOR his given ENGINEER tiincly notice of CONTR:\C_•TOR'sr attention to cover Ace. same and ENGINEER has. not acted with reaso_nabic pram[ tnesg in response to such notice! Uitcoveiing lVork:. 13.8. If any. \York', is covered contrary' to the written request or EN'GLNEER it nuts[, of requested by ENIGINUT, be yneoveiacl for Liv'GtNEER's observation and replaced at COiv MACTOR's expense. 13_9, if F.NGUFF,Reonsiders it necessay or advisable that covered Work ' be observed by Ek N EER or _ingMteet or ,tested' by a_thers, CONTRACTOR, ,it ENG[NIEErN s request shall uncover, expose or othmvise make available for observation. inspectidn or testing as L1i iG rNEGR may require, that portion of the Work in question, tumislirng all necessary labor. material and cquipment If it is fnuhtl thta_ such Work is de.fgedv4 COD.PI'RACTOR shall pay all claims, icusLs, lasses and &amdges.eaused by, arising out of or resultir% from such waxivering, exposure. vbscrvation inspectiori.and, testing and of satisfactory, repLicement or reconstruction (ineluding but not limited to till cans of repair or replacement of \work of others), -and OWNER shall be entitled to.agappropri:itc decrease. in the Contract price; ;met if the parties are unable to agree+us to Ate amount thercoC may make a claim ihercr6r as provided' in :Article 11. If., however. such Work is .not found.to be. d�Jectn•e; C.ONTRAC;1'OR shall be allowed an increase in he. Cdntmct Price or an extension of the'Conuad'f.imes (or Milcstontq), or both, diiecdy attribuinhle to arcli .,.7 uricoi'ering, e*Yraira, observation, inspection, testing, rephicement.aricl recoretruuton; and. if the piriies are unable. to agme as Cc the- amount or extent thereof. CONTR-\(TOR,m-dvmake a claim thmfdrns,provided-ih Articles H'artd t_. O. VER May Stop the Nark: 13_111 [(the Worktis i!t/ecGve. or CO NITRACTOP,fails to supply. : sulhetent skilled workers or suitable matertu Is or equipment, qr tailst6 f umish or.perforrri the Work m such"a, tray that the templet xi'Work willco*rrfurto to the Contract DccurruntL OWNER may order CONTRACTOR' to stoopp the Work, or any; portion tker2of, until the cause forsuch order has been eliminated, however, this pght,of OWNER •fo'stop thcA,Vork shall not etve rise to any duty on the part of M%4ER to ,eeercue �ihis right for the ;benefit of Ct)NT R'ACt•OR or nny,: urety or other party. borrecfimrnrRemoval of Defective Worfi_,. 13.11_ If required by;F:NGRNEFR, C'QNTRACTOR Shell promptly; as directed eidier correcr'all defective Work; whether.or not fabri�ted installed or conipl'etgdL or, if the Work lias been rejected by FNCRNFF.R, removeit from the Mite and replace it with- Work that is not 41efaetive. COYI'RAC•I.OR shall pay all claims. costs losses aril •damages.caused'by or resulting from ;such correction or removal•(tricluding but not limited toall coSts•of repair or replacement of work o6others)- 13.11. (:orrectionPerio& NA-2.1, If within 9na yea two.ycars'aftcrthe date of Substantial Completion or such longer periocl of time as may be .prescribed by Laws or Regulations or by the terns of any applicahlc:spccial guar nwce required by the•Contract Documents or by any .specificprovision of the Contract. Documents, any WorL is found to be c4fecth;e, CON TRACTOR SImil.promptly. without ca't to OWNER and iq, accoritaiice with OXYNI ER's iyritieit instructions: (i) correct such defective Work, or, ifii has been rejrctedby OWNER. remove it frorb the site -aid replace it with' Wor! that is not de/ecove, :and (u) satistiictordy corrector remove and,replace any damage to other Wark.orthework of tethers resulting therefrom. If CONTRACTOR does not promptly comply nvith the terms of such instructions, or in an-emer<cency where delay would cause serious risk: of lens .or damage, OWNER may have.the drlactive Work corrected or the. rejected Work rem;wed and reel teed, and all "claims; costs, lasses and damages caused by. or resulting Irom such removal and replacement (including but not limited to all costs _of repair or replacement of'work of others).%%ill be' p did byCON[R\CTOIC 13.12-: , In special circumstances ;where a pitrticuilar item of equipment is placed in continuous .Service. before Substa ntial. Completion• of all the Woik, the, corrwirri period fcir that item may start to run Crom an earlier date if so.provided h the 'Specifications or IA - Written Amenchtcrit. I.i-I'_-.i,Where•deJecdce World (and damage to other EICDC GEN'CSLai CONDt:rC u 1911)-X i 1'JYO Ediiw) 23, ev/CITY Of FORT COLLI NS NIOOIFICA'FIONSIHt[V 0 000) Work resulting. ther&oin) . has been. corrected, removed ar replaced •under this: pantErapFi, 13:12_ the correction period'hereunrle6vith rdpect:to:suchTv'ork will be extended for an additional period of erte-year twu years after such correction or •removal and replacement has treed saustuctorily completed, :lecejitance nfDifective It-ork: 13.13 If ursicadot requir ing correction or removal and replacement of ci,feuiw 'Work,W OieT:R (•and, prior ki ENGR.iEER's recommendation 'of final 'payment also F.NGWEFR) prefers to •ticcept Jt, OWNER: may do :so. CONTRACTOR shall- pay all claims. costs: lases and damages rntttihutabl.e to OWNVR's etaluntion of and de.terminatiomto accept such eifectnv Work (sueh emys, to 'Ix upprovcd 6y Fi`ItiINEFR'"alto ratsorcrblrness). If any such acceptance occurs prior to• FNCiEVEFR's recommendution of final payment.. a Changc�Order.will be. issued'' incorporating the ncccssary revisions in. the Contract Documents with respect. to, the Work; and (5WNEP shalt f;e entitled to an appropriate decrease in the Contmct Price, and, if the parties are unable to agree as io the amount dierept;.OW\rFR may make a'claim therefor as provided in Article l I- It the acceptance occurs after such mcontinendation, an approprintoamount Millhepaid by CC)NtRACI.OR to OWNER pl{'iVER .5fay'Cirrrect Defective [Vorki f3.1't. It CON 1 p:--\Gloat fails withinA reasonable time alter wrineri notice Ircim ENGINF.FR to correct dafrctive Work onto remove and replace rejected Work as ri:gtr¢ed lip ENCij+IFER in.accordancc with paraernph 13,11,;or if' CONTRACTOR fails to'perform the Work. in accordance with the Contract Document or'ifCONTRe\CTOR fails to comply with 'any tither provision ,of the Conmict Documents; .OWNER. may, rifter seven days" written 'notice to CONTTC\CTOIR uin'ecfandremcdy any such deficturey, In eaueising the rights ante remedies under this paragraph OWNER shall proceed expeditiously hi -connection with such corrective and remedial action, OWNER may exelucle CJNTR \CTOR frotu.alf.or part of the site, take possession, of all or part of the •Work_ and suspend CONTRM7ORs serviczs'related thereto. take possession of CONTRACTOfes tools, appliances, construction equipment and machinery, -at the. sure and incorporate ,in the \York all materials and equipment stored at .the sue, or for which 0*MFER has paid CONT'Re\CT,OR bur' which .are, stored' elsawhc. CONTRAC r0R' -:half all(Av OW�R CAWreTER's representaitves, aLlentsand employees OWNER'S. other contractor, and ENGINEER and ENiGINEER's Consultants :access to the site to enable OWNER to -exercise the,riehts and remediesLinderthis tztmgntph: All claims, costs; louses-and'damages incurred or sustained by OWNER in exercising such r zhts and remedies u'vill be charged againsr CONTRat TOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to. the 'Work;. and OWNER'shalt lie entitled to an,appropriate decrease in the Conti -act price, and; if Ulu parties -are unable to agec-as to the amount thereof. OW`, ER may make a cla m'ttirrcfor its providM in. Art icle I I, Suchclaims, costs, li)sses'and 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 CO?S('RACfOWs df fea rvti Wort:. •CONTRACTOR stall not' be allowed an extension or the Contract T¢ites (or. hltltstpries)' hecad- of,. an delay "in ferkrmanci of the Work attributable to lhc.exacise by OXVNER of OWNERs rights and retnedieshereunder. ARTICLE 14--PAV-,%1 NTSTO'CON-rR4CTOR-A,4D CO,'4PL'ETI0N' .Ndredule•ofValues•.• 14.1. The, schedule of values%stablished as provided in paragraph 2:9 will serve as the basis Cur progress payments and- 'will' he incorporated into a'fornn of. Application for Payment Haeptable to ENGINEI�t. Prouress payments on account of Unit Dice Work will be based on the number or units completed. AI plicatian for 1'rogresv Paavrre t. 14:2, At least nvenw clays bcfgrc die elate csmbiishcd'foir cash progress payment (but not more ahem thanonce.a Inonih), CONTRACTOR -shall subntii to MNGtiMER for ravicw'an Application ror Ilayymem filled out and signed by CONTRL4GI:OR covering the Work. completed as of the .date of the Application and accornpamed by .suck supporiirtg doctanctaatibii�as is required by the Contract Document,, If payment is requested -on the basis of matuiats and equipment not incorporated in the Work but, delivered and suitably stored- at the site or at .another location agreed to imwriting, the Application for Payment shall also be accompanied sale, iiwoice or other documentation warranung that O1WiE-R-has received the materials and cquipmetit tree and elc r of all .Liens and •avidenee tkat,tke materials and cnluipment are covered by appropriate property -insurance and,other arrangements to protect OW1,TER's interest therein, all of which will be sarisG•ictory to OW1-bR The amount of rctainage with respect- to progress pcaymenu will to as, stipulated in the, Agreement. -a Any Fund% that are withheld by. the OR,IER .snail not be subject to substitution by the CONI TRtWTOR with securities or nnv arrangements involving an escrow or gstoc4aD;Np. r3y_ere utir>s heap 1p iwliori for Ira_ymenl Form ttic.CONTEL\CTORexpressk- waives:nis.riditto thetha benefits of.Colorado Revised Statutes'.Section 4-91' 101. et: sCu= COAMCTOR's F;rarmnry-Of Tide: 143_ COi\fTR:�\CTORwvannnts.and.gu:irantees:thttttide to all Work, materiuts and equipmerit.covered by env Application tier Payment, whether incorporated -in the Project or not, will pass. toAIVNER no latcr.thun the time, of payment Lice and clear of all Lierm. Revieav of:IpplicationsJbr P,rngreu Payment. 144. Ei;GENEER wilt within ten days,aller receipt of. each .application for Payment- either indicate in writing a EJCDC QE;iMAL CGNDMOi iS 191 U3 i I94Y Cdtical n90 IT of 1:6RTCOLLItiS.S1ODIGICATIo,,s'(PEv.a,^thlat recommendation of payment and present the :\ppliaation to OWNT-R, or return the Application to CONTRACTOR indicating in writing ENGaV IMs reakris for refusing to, recommend,paytnent. in the latter case, CONTRACTOR. may make the necessary correctionsand resubmit the Application, "fen days After brecentauon 'of the Applacation.ror Payment tri OWN7ER Wilk IDNdNMER's recommendation. the amount recommended will (subject to. the provision; or the last sentence or paragraph 14:7) become due -and' when clue will be paid' by OWNER to CONTRACTOR 143. ENGINEER'S recommendation of any Payment iequested in tan Application fur Payment will Constitute a representation by ENOINEER to OWNE.R,based on NGINEFR's on -site 4kcrvationz of the eeccuted Work as an espcnenced and•qualified'designprolessional'und on TENGINEER's review of the Application for Payment and die -accompanying da'to and schedules.. that to. thc best of ENG IN EE R's knowlcdec; i ntonnation and bel icC' 14;5 1, the 'Work has progressed. to. .aka point indicated, 14.3�- the quality of the Work is generally in accordaance'-vith the -,Contract Documents (subject to an evaluation or tfic'Work as a finclioning whole prior -to orupan Suh'stantcil Completion; to the results of :any sutu c(uent tuts cSged for in the Contract .17dcutnenls;,ni a.tinal detenainstian of quantities and classi jcetions for Unit Prica Work under I arngniph.9.10. and to�anygtha: qualiticationsscttcd in the rcconunendation), and !453. the conditions precedent to CONTR\CTOP:s burnt entitled* to such payment sppcer to have.. been fulfilled insgtar as "It is ENIGMC•R's responsibility to observe the.t0•ork. However., by recommending. any such payment 'ENGENEER will not thereby tie dietnai to have represented that: (i) exhaustive or continuous on -site visprctions have been made to check the quality cir the quantity of the Work beyond the responsibilities specifically assigned to, ENGINIEER in the. Contract Documents or (ii) that there may n& be.o_thar.matters or .issues between the parties that rilight entitle CONTRACTOR to be paid additionally by O\VI\TR or. entitle OWNER to withhold payment to COU"MLACTOR- 14,6 GNiGhME2s recommendation of any payment, including,tinal payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means. methods. techniques, sequences. or procedures of construction or .the surety precautions and programs incident thereto, or Cor any Cailure of COS TT ACOfOR to comply with. Laws and Regulations applicable to the fianishrng or performance of Work,. _ or for any failure of LON'rkAc.TOR to perform or furnish Work. in accordance'With the Contract Documents_ 14.7. ENCHNER,may refuse.torecommend the whole or any Parl of any payment if. tit I tNGINEER's opinion, it would lie incorrect to make the representations to 9 OWNER reterred tc in paragrlph 14,5, ENGINEER may +also refuse to recommend any such payment-or,•beCRUSC Of subsequently. AL -covered evidence or the results of st absequent ut ecticros'or tests; millify;any'such (rayment previously recommended, to such extent as may be aw necery^ an :opinion to protect OWt;fER from toy because: 14.7;1. thc,Woik is clefet'd , ur completed Work bas been dim aged requiime corra:tion or replacement. 14,7:2. the. Contract price has been reduced by Written Amendment or.Chande Order: 14:7,3: OWNER haabeen required •to correct, c44J crive Work.or comptete'Wgrk in acmedance'with paragraph 1114. or . 14.7.4.. DIGNEEk has actual knowledge or the. occurrence Ot, any of 'the events enumerated in :parag-dphs 15.1l.through 1i.2.4 inclusive. OWNER may; refuse to make pavment,of thc.lull'athount remmmended bv'EN0(jJBBR bNtialtSe: I4:7:5; claims have been .made against'O[[WF.R qn- accnumofCONI'R:ACI'UR'spertomiancercetumi. ing of the Nora:, I4:7.6. Liens have been filed in connection -.with the. Work, dNxpt wharf CONTRACTOR has delivered a specific Bond satisfactory. to OWNER to ;iccurc .thi satisfaction and discharge ofsuch Licris, 14:7:7, there are other hems entitling OWNTFR to a set- off against the amount recommendeX or 14.7.3: OWiN`ER Itas actual knbwledpe. of. die .occurrence tit 'tiny of the eyents- eniamenited in paraortpfis 14 A through l4',7.3 or pamgrmphs 15._:I Lhrough I'S:2A inclusive: but OWNER• must give C_'ONTR:\C'T,OR anmediate •written notice (with a mpy to. F.\G(NF.FR) s4ating' the reasons Wr such action and promptlytmv CONTRACTOR the ,maaunt so geithheld, or uny ndjustment thereto agreed to by O4VNrR and ' CONT[ACTOR: when CONTRACTOR mrreefs •to OWNIER's satisfaction the .reasons forsuch,actiort Subvdudid Compledo : IcLS_When CONTR4CTOR.considers the entire .Work ready for its intended use CONTRACTOR shall' notify OWNER and EN,GN ICER in writing thatAfiet entire Work is substantially complete (except .for items specifically, listed by CONTiL\CrOR as iocomplcte), and request t}tit , C fG1?4 ER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNEP. CONTRACTOR and ENGMER.shall make an inspection of the. Wort: to determine the status of completion: If F_NGiNtEER- :dins .not consider the Work substantially complete, ENGINEER will no6Cv CONTRACTOR in writing giving the reasons therefor. If FiN.tGINF.6R t t fcocchms- u ca;aurnp tvi t (tax svoc.,1 ,vi CITY OF FORT COLLIN56IODaQCArtON3(REV4!]00n) considers the Work substantially complete, ENGITN ER will prepare and deliver to,MVI ER a lenuttive tenificaic of Substantial Completion which shall Cm, the date of S, bstaniial Completion._ There shall be attached to the Certi5wte a tentative list.ol items to be completed or. xrTectedbefore final Payment 0WNER hallhavesev�ti days after receipt of the tentative certificate durir;,tvhich to make written objection to. LNGLNEM—R as. (6, 'any provisions. of the ceruacatc or ,attached list. :if, :afkr. corcttdeting such objectium ENGIINEER com" ludes that the [Vork is vet substantialty mmplete._ CNGNMIZ wilL within fourteen days after .submission of 'the . wniaiive certificate to OWNIER notif<• covrR_AC rQR'in writing, 'stating the reasons therefor. IC alter consideration of- OWNiER's objections,,ENGINEER comiderc ther'Work sulistmitially complete; HNIGINfiQR will within :said latuteen days execute and deliver to OWNER and CONTRACTOR' a d6initivc certificate of Siabstanual Completion (With a revised tentative list of items to be ciomplcted on correct'ed) rcticcting such chances from the tentative certificate as ENiGUEER believes'justilicd tiller .consideration of any ol'jectioru front OWNER. At.the time of delivery of the tentativecettiticate of Substantial Completion RNCTINIPER will deliver .to OWNER and CONTR.0 TOR a written rim_ mmendamon as to division or responsibilities pending final payment between OWNER and'CONTRACrOR with respcct'to security, Operation, satery, maintenance, heat, utilities,insurance •and warranties end uarantees: Untas OW'NUL and CONTRACTOR agree otherwise in writing andso. infotin BVI ;1NERk in venting prior.to Ei GINE.ER's issuing the detinitiya certificate of Substantial Coninletion, ENGNEER's :aforesaid recommendatiod will .bc,buiding on GWNIHR and CONTRr1CCORuntil tmal pa}'nicnt 14 9; OWNIM hall hrive the right to. exclude CONfl'RACTOR from the Wdik alter alto .date of Substantial Completion. but OWNER :shall, allow CON 7RACTOR reasonable am;.tss to complete. or correct items on the tentative list. Partial l,ri li; a t i tin: 14.1n Use by OWNER at OWNERS opti6n of any substantially, completed part, nf•the. Work,'whichi (i) has specifcallybeen identified in the Contract Documents.t'+r Qi)'O[ViTER, LNGFNEM, and CONTR-V T7OR agree Constitutes a sepamlely funct.igning and usable part of the. Work- that can' be. used by OWNER for its'intenLL-! purpose without significant it - with CONTRACTOR's performance of the rrmaindrr of the Work, may be, accomplished prior to Substantial Completion of all.thc. Work subject to the l'ollowine_ L4.I0A-0t4?iER EP. -anv time may .request CON.rf RACTOR in writing to permit OWNTR'to.use any such part of the Work which OWNT Rbelieves 0 be ready 'for its intended use and substantially complete,. IfCONTRAC:rOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and LNGDrEER, that such part of the Mirk is substantially complete and request ENGLNIEER to i`.rue .a ccruucate of Substantial Completion far tllat part of the Work. C,PNTRACTOR'at am; time may nobly O�Wi,ZR and ENGPLMT inwritinethacCO TRACTORcoruidem any such part. of the Work ready for its intended use and substantially completeand request [NGIIYGER to I ssue a certificate of Substantial, Completion for that part of the Work. Within a reasonable time after either such- 'request. OWNER CONTRACTOR and and ENG�`EER shall make an inspection of'thar putt of the Work to -determine its status of completion. If FANIGNEER does not. -consider that. part of the Work to be suhstantialby complete. LNI G.NCER will notify OWNER anti CONCR.ACFOR in writing _'-viny Lhe reasons therefor. 1C LNCi[NFF.R considers that. part of the Work to be substantially complctc; the provisions dparrigtnphs 14.9 and 14.9 will apply with respect to certification of Suhstantial Completion of Lha,t 1*-rt of the Work and the division of responsibility. irrrespect Lhcrcof a6d'acccss thereto. 14.10.2. No occupancy- or scparatc-operation of pan of the -Nark will be aicomplished priorlo compliance tv ih the requires enis' of paragaph s.15 in respect of property tnsur3nce. I•final htspecEinn: 14.1.1. Uponwrittcn notice from CONTRACTOR that the entire Work: or an agrccd .portion thercoi' is complete, INTGUEoz- will make. a (trial inspection with O"INT-R and CONTR9CTORand will natty GONI' ACTOR in writing oCall' particulars in which this inspection reveals that the Work mincomplete or r ficth'e. CON'f R \M"OR- shall immediately take such[ nu asures as are necessary to complete such work oi rymtedv such deficiencies. Final "Ipplicatiott.for Pavntent: 14:12'. Alter CONTRACTOR. htis completed all such corrections to the satisfaction of ENGINZER.and.delNaed in accordance with the Contract Documents all. maintenance and operative instructions. schedules, guarantees, Bonds, certificates or other evidence of 'insurance required by paragriph?.4, certificates•_ of inspection,.initrkcd-up record documents (as provided in paragraph6.19) .anal. other documents. CONTRACTOR niuy- make appticatidn for until payment fo6otving the ,procedure for progress payments.. The ftnal.Appliotion for Paymem shall be accompanied (except, as previously dcltvcrein liv: (C)all documentation called for in. the Contract Doewnents, including but not limited to the evidence of insurann6 riqui�ed'by sabparagrapk51,13, 61) consent of the surety if any, 4o 17=1 payment. and (vi) complete and legally cll{ctive relaases or waivers (satisfactoN to MWER) of all Lien arising out of of tiled in connection with the Work. Tn lieu of such•rehnses or waivers of Liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases n full and affidavi6ofC6N!rRAC-TOR that: (i) the.releasc and rctxipts include all labor. xrvicm matenaf and equipment for which a Lien could be filet, and (i)all payrolls, material and ecluiptnent billk and other indebtedness connected with•the Work f6Irwhtch.OWN6R or OWNER'S property might in any way be responsible -have. been paid or otherwise satisfied If any Subcontractor or.Suppher fails FJCDG S;e?<ELL�L. (:ONDI'RONs l'11V3 (U9tr Et6tirn i. tv!CI YOP PORTCOLLINS%IODIIIC.AFLO'4S'fRLV•I^LX7(l) to banish such• a release or receipt in .hill, CONTRA&OR matt furnish a Bond or other eollater't+l saiistactory tu.OW14ER to indemnify .OWNER,agtinst .any Lign. , Rdleases or waivers of HCT6 and the consent of the surety to finalize: Iravrnent are to be submitted. on Corms canCnrmine to the. forntnt-of the OWNER'S standard .Corms bound in the. Proiect manua 1. Final Payment and:dcceptancer I4.13: if on the basisof•ENNGLNCER's obsariation of he Work during conswu lion. xnd final inspection; and ENGINEER's review of the final Application for Payment and accompanyirta documentation as required ,by the Contract Documents, NI GINEER. is satisfied, that the. Work has Been completed: and CONT.RACTOR's, other obligation under the Contract Documents have been fulfilled, FINGLNF.ER'will. wiNn,wn days.after receipt of the final Application for Payment, indicate in writing ENCiitiEEt s recommendation of payment and.prment he Application to OWNT-R' for payment.. At, the. same time FNG INFER tvi lbalsa give written notice. to OWNER and CMYERAC MIZ that the Wort: is aLeptable subject to the provisions of paragraph L4.13, OtK-nwise; FNGiNF.F R will return the Application to. ,C,,ONTRAGTOR; lhdicaung in writing tho rermins for refusing to rec6mmend'final Ixaynnent, in )which case CONTRACTOR shall make ihie ncccaary corrections and e6icbmit tfirApplic'ation. Thirty days after presentation to OWNER of the application' and accompanying documentation. m. appropriate form and substance and with ENGINF.FR's rcco_ mnicridation and rxini:c of acceptability, the amount recommended by ENGINEER wil( become due and will he paid by OWtNIFR to. CONTRACTOR subject to parneraph 17.6.2 of these cjerLrg I�C�nditi��% 14,14' If, through rid fault of CONTRACTOR; final completion of the Work is, significantly, delayed, and if ENGINEER so confrrtis. OWNER shalt,. upon receipt of CONTRACTOWs. final Application for pat ent 'arid recommendation of E UINEER, and without terminating the Agreement. make payment of the balance due for that portion of.the Work fully completedand accepted• if the remaining balance to be held by OWIVFER for Work not Cully' completed or corrected is Itm. than the retainage stipulated' in the At reetncant, and if Bonds have' been furnished as.regtdred in paragraph i.1, the written consent of the sdrety to the puymcnl ufLhe balance due for that: portion of the Work fully. com pitted and accepted shall be submitted by CONTR_ACTOR'.to C IGMTEFR with the Application fair such paymenL Such paymentshall be made under the teats. and conditions governing final paymnem, cxcepv that •it -shall not constitute •a waiver of claims: IYaiver ofClainr.v, 14.1 k The makinsi and iii3ceptance of final payment_ will (xinstitide: l4jSA.a waiver of all claims by OWNER vi_Ypinst CONTRACTOR. except, claims arising from unsettled l.ian:q Erom •defeeii;e Work.nppearmg.afer 31 L i I I I I I 1 C i I I I Futal inspection pursuant to piungraph'14.1 l; Coin failure to comply with the Contract Documents,ci' the terms of any .special guarantees specilieii therein. or tram ,CONTR\CTOR's continuing obWatioris. under the Contract Documents: and 14.15.2. A waiver of all; claims by COZITRACTOR' .=!fst OWNER other than those -prey made in writing and still unsettled. ARTICLE LS-SUSPE`SION OF WORK AND `rm*vuNA•rION •0IV,VL'R,i1qLV Suspend Work. 1 q I At. any time and without, cause..UMNER, may suspLnd'the-Work: orarrportion thereof for a pgriod of not more than ninety days by notice in. writing' to CON4A tRAY)R and'FNGINFF.R.whidi will fix the date, an which Work willbe resumed. CONTRACTOR shall rsttine the' Work on the date so fixed CON'UPACTI OR -shall be allowed.an adjustment in'the Contract Pricc or an. extension of the Contract Tinos, or both dimetly ouributablc to arty such suspritsion :if CONTRACi'OR makes an .approved• claim therefor as provided 'in Articles .11, and 1.2. •OWNER..1 tay Terminate: 152 Upon theocewencc of .any one or more: of the following ,(yens: 15,2.1 if CON [ R4CT(?R.1 .-istently fails to perfonn the work..in accordance with•Lhe Contract Docurnerite (including, but riot [united to, failure to supply sufficient skilled workers. or suitable materiaLs or equipment, or failure to idliere to'the progress rchedude ;stibIishcd under. p Mgmpli 2;9 as adjusted•'Trom' time to. ,tune pursuantto paragaph 2:7, ' 1 i.2,2. if CONTRACTOR disregards ',Laws or Regulations of airy public Midi hat ingju isdictiomi I5:'J: if CONTRACTOR. disrmirds the auihoriry of ENGINEER: -or 15:1.4: if MNTRe\CTOR otherwise violates; in, any, substantial w y any provisions of the Cuntract Duc:uments: - 'OWNER may, Stier awing coO,,naA( rOR (and the .surety; if any) seven days' written notice anti to the extent permitted by Laws and Regalatioru,_terminale the _services orcoNTrC\C"COR exchiile CO�r['R:•\CTC)R Isom the•"sire and take possession, of the Work and of all coi\vrh.AC'r0R's 'tools. appliances construction cepnipment and machinery at the site and use the sama.to he full extent Lhecould be: used by CONTRACTOR (without liability -to C0NTRA(;rOR for trespass or conversion),. incorporate in the work all malcnats. and equipment.stored at the -site or for which OWNER has lour EJCDC GENMR L CONt)Fn Otis V)1 R-8, (ITJO Edlocn w;Call" OBEORT COLLINS N(ODINICA'rIONS(REV 46)W) C6NTRACTOR but which are store,(] elsewhere, and fmish the Work as 0S4NTR may dean expedient: insuch dise.CQNTR=ACTOR shall noL'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 damaaes sustained by OWNER, arising out of or resulting. from compkting.the Work such excess will be paid to COI`UR\CTOR If such claims; cysts, losses and (hinages,excecd.such,unpaid Lelance, CONTRACTOR 'shall pray.lhcdiffer,(Rice to OWNER. _ Such claims. costs. loss-s anddamagesincurredhpOMC-R_tvillbereviewed by ENGINEER as to. the r reasonableness and'.tvhen so ..npproved by ENGLVEER-incwrpnrued.in.a ChameOrder. provided that when esei63itd any rights or remedies under :this parrgrph OWNER: shall riot he, required to obtain die lowest pncrf r the Work perform d. 153.. Where COS.rl'kACTOR's wrvic6s have been in termuiatcd by OWNER; the term ita+tion,will not alrect .any .rights or remedies of .OWNER, agaiiist CONTRACTOR',then existing. or which may -thereafter accrue. Any retentign or payment of moneys due' CONTRA('.I'OR by 'owigER, will not release CONTRACTOR froin liability. i5.4. liport• :seven days' written 'notice• to QDN`l'R.,\C;rOR. .and ENGINF;fiR,. OWNER. may, without cause a idwithout prejudice to any other right or remedy ofOWNERR elect to tt- uinate the AgrectuMt, In such case, CONTR:ACI:C)R. shall' be paid (withouL duplication oftiny'items);. 15:4.1. for completed and ncccpiable'%Vork executed inaccordancc:with the Contract Documents. prior to die effective date of termination; including lair and reasonablesums for oerheitd and profit cm such work; 1 s 4;'. for.espenses sustamed prior to die. effective date of termination in perhxrrilr , services and furiushing liboi; materials or eciutpnient is required by the Contract Documt'mts 'm. cimnecdan with uncompletad.lVbrk ,plus.fa r arid'reasoimble sums for overhead and.protit On quell esp ernes. 1.5.43: for all thtuns-cost%'.;lmses and. -damages incurred ia'settlement of'termmatzd contracti.with Sobcoritmctors, Suppliers and others„and 15A,4. for reasonable _cyrznses dirzetly ahribuiablc to termination- CONTIZACTOR Shall not be, paid,on.accarmt of loss -of anticipated'proGU or revenuc or other •donumic kiss aeisin__ out of or resulting from such termination_ MVFR,ICTOR ahrt! Stap,I t-ork or Terminate 15.5. 1r through noact or fault of MgTRACCUR, the ]York is suspended. for a px 6ml. of morn than ninety days by OWNIR or under.an ordr of 'court or other public, authority', or ENGINEER fails to act,on:any Application for Payment wuhm thirty days After, it is'submitted or. OWNER fails for thirty days to pay- C()N']'R.ACCOR'any I sun? Emily detenn fined. to be due, there CONTRACTOR may, upon seven .days' written, notice �fo. OWNER and I NGNEER. and provided OWNER orENG .VEER. do not remedy such suspension or failure %vithia .that. ,time, 'terminate the Agreemem and recover fi-om OWNER payment on the same terms as provided in Earigmph 15.4 fn lieu of termiruaine.the Agreement and without prejudice to any other' right or remedy. if DIGNEER' has°piled to :act on an Application for Ettymentwithin,thirtydays'a(wr it is submitted, or OWNER has failed for thirty days- to pay CONTTRACTOR Tent• saim tinalN determined to be clue, 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 'file provisinns.of this pamgmph I_3.5 are not intended to preclude c gO,gRA(:T.OR mint makiru3 claim under Articles l I and 12 far an increase in Contrad,Price or Contract Times'or otherwise for .exxnses.orAamage dirccii' attributable to CO I TPx:rOR's stopping Work as pcmitted by this pamgmph: ctwricu- l(-17(sPu"rB RF:SOLUMLN If and to the c�tcnt that. OWNFR and CONTRACi'OR have agreed on elm method and procedure for resolving disputes bct%yeen them ihat may arise- under this Aoreement,'such dispute resolution method and procedure, if any, .shall be asset .forth .in .Exhibit GC :A, "Dispute Resolution Agreemyent t6:he aanch& her eta and madc'a part hereon, If'ato. such .tw tenon on the method, and procedure for re,solvt?g such.disputcs has Ixen reached, :and'subject to the pros% lore of iztmgrnphs9,10. 9 1l: and 91Z,'OWNIM and''6N7-RACTOR may exercise such rights or remedies as either may mhcrwis< have under the Contract Documents or by "Laws or Regulationsinrespect of any dispute. ARTICLE 17=AgSCELLA_NEOUS G ing Nririce: 17.1, Whenever .any provision of the? Contract. Ducdmentti requires the, giving- of written notice, it.will be ,deentedto have been vfilidly given if delivered in person to the individual or to a member of the firm, or to an otTiizrof the corporation for whom'it Is intendett or.if deliveredtitor sent by registered orcertiGed mail,,postase prepaid, to•the Last business addr 6i Drown to the'giver of tire; notice;. 17.2:. CyntpWdridn of Time. 17.2.1. When any peritxl of time is relerr'ed to in the Cohlract'Drcuntents by days 'it, will be computed to MILI le if?c first anti inclutk the last day of such perictfl. If. the fast day of tiny such perky[ Calls on a Saturday or, Sunday or on a dad• made a'legal holiday - by the law of the applicable jurisdiction. such clay Nv:dl be omitted from -the eom putantm. I T2.2. A. calendar day. of itventy-four hours measured from midnight.to the rtent,midnii ht'tvill'corLstitute a clay Nodee of Coin! 17.3, Should CAVi GR,or (C'QNTRACITOR suffer injury or damage toperson or .property because of,any error, amiss an �r u�C of the other poly or of any of the other. MnV.} employees or agents: or others Car whose acts the other part- is t gally liable, claim will be made in'. v Uiig to the'other forty within a reasonable: time of the 6rtt obscrvance ofsuch injury or damage.. The provisions of this paragmph 17-3 shall nay be onnstnled as.a substitute .tor or a waiver of the pfavislons of any applimhlc gLituic of limitations or repose.CSunuGrtine KurncrGey. 1714. The duties and obligations imposed by these Gcnernl,Conditions and the rights, and rrntedrps available erti hereund_ t.the piuties hereto, antL In particular but 'Without haiitntion, the %vnrmnt me "e. uarantees and obligations in upon1'0R by rmmar-hphs 6.12, 6.1.6, 6.3, 6,31, 631; 13,1, 1312, 13:14, 14.3' and 15:2 and all of the rights and remedies availahlc to OWNER -.and FI GINTEFR thereunder. tire in addition to. and are n6t to !%-.construed in anv vvay as a limitation or any rights and `Lanedies available.to any or all or theta which are otherwise mtposcd or available -by Laws. or Rcgulttions,hy-special,warmnty or gu,arantcror by other provisions of the Contract DCCUMents, and the provisions of this pamgri. h %Jill' be as- effective as if repeated spcciticaul in theConuncU)ocurhLM6inconneedortwith each rnticulacduty,ohligatiom right and,rcniedy to which 't}iev apply: Piofec�'iun6[ Fee36nr1 CurirCCustv/nclude&. 17.�. Whenver reterenee is made to "claims; costs, ]a'ssea anddantagcs it shall uufude, in each case, butnot be lut?ited to, all fees and chnrges of engineers; architects, atlomeys and other profesionalx and all court or arbitration or other dispute resolution costs•. 17i6: The laws ofLhe :jtate of Cohxado apply to this Aureem ML Reference to two pertinent Colorado suitutes are as follows 17.62 if.a claim is filed OWNER is reouired by Inu• (CRS 35-26-107).to withhold (ram all'cavmenm to' CONTRACTOR sufficient funds to insure ..the payment of all claims for labor. materials, team hire. sustenance: provisions, provender, or other supplies -used or consumed by CONTRACTOR or his I I I I 1 I I I EXOCQENERAL CONDMONS l9lu3 f U9t1 Edthi4 �3 , cif C1aT 0F FORT COLLINS 1IODWICA"rIONS IUV-L^IAIa! ' 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 one hundred fifty (150) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for each calendar day or ' fraction thereof that expires after the five(5) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ' ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the ' Contract Documents in current funds as follows: Three Million Four Hundred Ninety -Nine Thousand Eight Hundred Sixteen Dollars and Fifteen Cents ($3,499,816.15), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. ' 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. ' 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less ' such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on ' recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as Section 00520 Page 2 I 1 1 I I i 11 1 1 1 1 1 1 E.ICUG QE`3uFaL.cowI'171NS 7911FR.Iigw Ed6mh Wi ctiT OKFOIiT COLLINS ,MODIFICATIONS If?LV �Ii:9011) I 11 cr his jngc IckbLink int&ntlonMlit ) cGuurnyvsu04(1990Edlittlt. 35 WO i I I I I i I I I I I I t 7 1 I I I 1 I I r] eJwcct-�rx:u: couui noti iv i nx_i �YJ1l H�liGinl. r vwcn-YOFFoiircoLUNS-MODIFf .Ations�AEV-snow! -EXHIBIT GC -A to General conditions! of 'the- Construction Contract Behr•cen OWNER and CONTRACTOR DISPUTE RESOLUTION AGREENIEYT' OW, Qt and COi`ITRIACTOR hereby agree that Article- 16 of the General Conditions of the Construction Contras; .between OWNER and C(:i I'RI\C.TOIt. is amended to include dte,folrowingagreeinetit.oE the parties: lo:i_ All claims, disputes and .other matters in question between OWNER and •CON•f RACTOR arising out of or relating to -the Grommet fjocunwrits.or the breach 'thereof (except for claims which have been waived by the .making or acceptance of final pnynient as provided by lxtragi:+ph 14.10) will be decided 'bv arbitration in accordance with the (%onstruction fndustry Arbitration Rules of ,the American Arbitration 'Association then obtainiit subject to the limitations of the Article 16. This agreemcrit so to .arbllrat6 SRd any other agrctsncni or -consent to arbitrate,entered irim.in'accordutce hercwiih as provided in this Article 16 will be spcciac±lly enforceable 'under the prevniling late;offanycourt havingiurisdiction Ib?: NOdemand for arhitrationofanyclaim;,dispute' ,of oilier matter that. is requircil :to be referred to L1i1G114MER initially for decision to accordance with paragraph 9.11 will tx made until the earlier of (a) the date on which ENONERR. hasrendered a-wTitten decision or (b) the briny -first day after the parties hav,c presented their evidence to ENG 134LER if a written decision has not been rendered by ENGINEIM 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 whicih ENGINEER, fans rendered a written decision in respect thereof in accordance with paragraph 9.1 l; and the. failure to demand arbitratibn within said diirty.,days" period will result in LINGS1,TEER's decision .beingfoal and binding upur" O VNUr and CONTRACTOR If. ENCINMPZ renders a decision after arbitration proceedintp have been Liitiated, such decision may be ;entered:as evidence but will not'superscde die arbitration procxedine_,s, exceptw'here the declsibn is acceptable to the tiitrtiesconcerned, \fo demand list arbitration of iinv written decision of ONGI, 13M reentered in -accordance with p.ramph 9,10 will tic made Liter than ten days after the party malting such demand,has delivered written notice'of intention to appeal as provided in pnrtagaph'9.10. . . 163: Malice of the demand for arbitration will -be tiled in writing with ahe other party to the Aureement and with the American Arbitration Assoctiltion, dirt a copy Will be scnbto ENGNEER for intarmatioa The demand for aroitration wilt be matt withn the thirtyduv.or ten-day period-specificdin paragraph. .l6 _ as applicable, and iri:a t other cases within a reasonable time after the claim. dispute or other natter in questionless nnsen, and .in. no event shall any such demand' be made after the date when institution of legal or equitable proceeding based on such claim, dispute err other matter in question would be hnrred by the applicable statute of limitauoms, EJCUC OLNER'.•tL CONDITION'S i9to-s o9 r1 E,Luenl ari. c71TY OF FORT COLD, ,S MODMICATTOSS tRFV 909)' Ica: Lrccpt.as pioyided in;pamgrtiph l6_5 below, no arbitration ansing, out b,f or • relating to the .Contract Documents shall include by, consolidation, joinder or in any, other inanne_r any -Other person air entity (including ENGDTHER. ENG[NEERs Consultant and the. dllicers: directors agents, employees or'ddreal Cants of any df ;heir). who is not a party 1p,this contract -unless: 16A,1. the inclusion of such other person or entity is. necessary if complete relief is to be afforded among Niw• are already parties to the.arbitratiari. and 16:4:_..such other person; or entity is substantially involved in a questi000f taw or fact which is common - to those who are already paniesT6.the arbitration and:. which will.arise in suchprocxdings, and 164.3, the.dcritten consent of the other person or entity, .sought to be included' and of OWNER :and CONTRACI.OR has been obtained for such inclusion;. which consent shall make specific reference to this. IximV iph-, but no such consent shall constitute consent. to arbitration of any dispute not: spedifitally described' in such cmwnt.or to srbitmtion%with any tom, not speciticall}' identified in such consent. 16.5: Notwithstanding psragraph 16.4. if a claim,. dispute or oAlier natter in question between OWNFRand CONTRACTOR involves the Mork of it Subcon_thctor,. either OWNER or CONTRACTOR may join such StibLontractor as a tarty to the arbitrauail benvex OW"NhIZ and carfRACfOR hereunder. CONI'RACrOR shall include in all subcontracts required by paragraph 6,l l a sr=itic provision whereby the Subcontractor consents.to being, joined in an arbitration bcnviceri O\V;aT.R. and CONTRACTOR involving tfie Work, of such, Subcontractor. Nothing. in this %jrrph. 16.5 nor in the, provision of such sutontract corsrnting to joinder shall create any claim, riuht. or- cause of _adieu; inCivor of Subcontractor and against 0"INER.. ENGWEER or Lam!(: L\'EER'S Consuliants.lhat dixs irof odimvisa east, 16.6.. The award rendered by the arbitrators will br final, judgment may be entered upon, it in, court having juriscdiction drere;4 and it will not be subject to. medilicationor appeal. t6.7.. OWNT-R:and CONTkACTOR agree that they shall first submit :anv and all 'dnseiiled claims, countcrclauns,. disputes and. otter, matters 6 question between them arising out of• or relating to the. Contract ,Documents'or the,breach thereof ("disputcs'.)..to mediation by the .American Arbitration A.ssoxciatiun antler the Gonsuruction Industry, Mediation Rules of the American Arbitration ssociation.prior'to either of them initiating ac.ainst' the other a -demand for arbitration pun-yant to parat>raphs 16:1 through 16.6: tireless delay in initiating. arbitration would urevecably prejudice one. ol'the parties. The respective thirty and ten day time limits within l9hich to rile a demand ftir,arbitnaion as provided m paragraphs 16. and t6:3 above shall' be su•p6ded with respect'to a. dispute :submitted to mediation within those sine applicable time limits and 7hall.rcmain suspended unui ten -hvn after the iemiination of the mediatiom 'rhe mediator of any dispute submitted to mediation under this Agreement duall not.serve as arbitrator olsuch dispute unless otherwise aarced. GC•.t 1. I 11 11 I I I 1, E F I I %vl GlTY Or CORTCOLLINIS MODIFICATIO' NSIRIEV 90.1) SE I SECTION 00800 SUPPLEMENTARY CONDITIONS I 1 I 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). 1 I 1 1 1 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment Rev 10/20/07 SECTION 00950 ' CHANGE ORDER NO. PROJECT TITLE: Asphalt Overlay — 2012 Renewal CONTRACTOR: Martin Marietta Materials Inc PROJECT NUMBER:7222 DESCRIPTION: 1. Reason for change: 2. Description of Change: ' 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER TOTAL THIS CHANGE ORDER 0.00 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: DATE: Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing i i Rev10/20/07 Section 00950 Page 1 v a O w C� Q a �u.iC�C7� co <CO ❑ z ❑ g zz z000Luz m O U O C�W U Cl. a a 0 a a Q a a i a Q � O Z C w o YCl- } U Q U) Of O a Z OW QO U a J a a a Q C O U 0 0 a 0 0 T L w Z O U) w ry w O w w Z (� w = U O C 7 0 w F- Q X � N CO w ttl Z 0 C� 0 0 0 0 61) 0 Ci 611 N m @ C N Of N O Z m ° O ❑ O N m Q 4 v c U_ O J 0 0 7 U) @ m CL a .0 Q E 'U d = Q @ a Q N w @ N _r_ cm C D O O > j ,C ❑ 0 U @ O c U a m Z a m N O N O N O F J N Q J Q O O O L 3 C U O @ N C c o c U O N (UO � N C 7 U 'a � c o O U U m � C Z C7 O 0 0 N C 7 L m O � � T Q L L - o o @ a _ 0 @ N N C13 @ Q r a (D a• C N N - o c o U O' U U a) a - o. O N F @ O. Q U L N Z Z N O � ❑ c U c O a) _0 EO H 0) > Q Q F- L U m U O Y > Q LL c O m w @ 3: Z ai w L (v L O as T m T m w O N T a provided by law. ' 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION ' In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as ' provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar ' information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect ' of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and 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 Section 00520 Page 3 I I i I 1 I L] I CO C) v a O N W _ -0 i.D @ E ¢ O @ a F--w N a � L 00 @ L � W O a>jUn LL ao-0 z �E>'° o 0 0�Uaa ¢z Uw ¢ Q a� y CL CL L E N C O O L 0 HUH 2i 1 � z O U ry z O U o E m 00000OOO00000000000oOOOO000000000 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 O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � u)u)u)u>fA K-J 69 EA 69 63 EA Efl u>u>u>u>u)u)fA u464 EA EA EI-T EAu>u)u)u)u)el-T u) O H O a 000000000000000000000000000000000 =C000000000000000000000000000000000 0000000000000000000000000000000000 E e»v3u�v�v�e»E»v�E»vlvaeasae»u>vie»a»e»u3uau,u3u>u,u3,u>u>u>u-Ie»u>e4 _T O C00000000000000000000000000000000 00000000000000000000000000000000 00o0000OOo0o0o0000000000000000000 u>u)u>u>u)u>uf u>63u3'6)6'3.6'y6»6').e»sse»u)6)`u4u3 to e»e»uf u>u)e»u>u) T O �c000000000000000000000000000000000 :30. 00000.000000000000000000000000000 OoOOOOOO OO o o O o O o 0Oo o O O o 0 o 0 0 0 O O O o O Evy U� uo v► U> uo U4u-,o�u,u3u>&Iule»e»u�,u=�u>6,u1ufu>u�u10>u> _T �o00000000000000000000000000000000 =30o00000000000000000000000coo 00000 00600000 00 E u>u>u>u>u>uiu>u>u>u4e»e»e»e»u>ufulu>&Ie»u>u),uiufufu)-e»e»u�es>e»u).u=� _ ro a.. U Da U1 D T C 7 CY C 0 `m O E z 70 M a 0 rn 0 0 rl O U m M. 11 C a) O IT U LL U) _ O a m ``' a 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 0 0 0 0 0 LU 000000000000000000000000000000000 000000000000000000000000000000000 d ~ w M di 69 69 69 69 69 69 69 69 64 fA 69 61i 69 69 69 Qf! 69 69 69 69 69 69 69 69 69 69 69 69 69 � 69 e» m ° N ° �000000000000000000000000000000000 D00000000000000000a000000000000000 p000000000000000000000000000000000 E 6916964=16'i69696969EAEHe469e»69e»f»6AEA69fAEA6'3,E4fA696969EAEAER69fA(ff a o al w�UF°-0 U 000000000000000000000000000000000 Q 30o00000000000000000oo0000000000oo a o00000000000000000000000000000o00o a E fA69fRF»e»E»e»e»v>F»e»E»cflv>save3'e3vasvva6s6'3, 6')E»Ul.F»cflF»E»F»04F» a) O a) ¢ � Qoa ZEE>•° o a� U a d O U a �0o0o0o00000000000000000000000000 a J al 7 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 a O o O O O O 666 666 66 O O O O O O O O Cc) 00 O O O o O O o O E EF) 69 EA fA 69 69 EA 69 69 69 69 69 69 69 69 69 69 Ui EA 69 69 69 69 69 69 69 69 69 69 69 69 69 69 ¢ E ¢ O U mc 0 to C 0- p 000OOOOO0000000000000000000000000 C00000OOOOOOOOOO000000000000000000 0000000000000000000000000000000000 � u4F»�E»69�»�»v>EAEA69EA69EAe»e»69fAfl�Ni[AfAfA69fAu)fAfA6vUifAfAUi aU C 'C 3 CL N E c m O 0 I lJ 1 I a 1 1 1 1 1 I H 2012 ASPHALT OVERLAY PROJECT GENERAL REQUIREMENTS INDEX SECTION 01010 Summary of Work 01040 Coordination 01310 Construction Schedules 01330 Survey Data 01340 Shop Drawings 01410 Testing 01510 Temporary Utilities 01560 Temporary Controls 01700 Contract Closeout 01800 Method of Measurement and Basis of Payment PAGE NUMBERS General Requirements 1-2 General Requirements 3-4 General Requirements 5-6 General Requirements 7 General Requirements 8-10 General Requirements 11-12 General Requirements 13 General Requirements 14-15 General Requirements 16 General Requirements 17 �l SECTION 01010 ' SUININIARY OF WORK 1.1 DESCRIPTION OF WORK A. This work shall consist of asphalt patching, asphalt overlays, geotextile paving fabric, and manhole and valve box adjustments on designated streets in the City of Fort Collins. Specific locations are described in Section 3500, Project Map. ' B. Protection and Restoration. ' 1. Replace to equal or better conditions all items removed and replaced or damaged during construction. Restore all areas disturbed to match surrounding surface conditions. Also see tree protection standards. C. Construction Hours ' 1. Construction hours, except for emergencies, shall be limited to 7:00 a.m. to 6:00 p.m., Monday through Friday, unless otherwise authorized in writing by the Engineer. After hour equipment operation shall be in ' accordance with Section 1560. 2. Any work performed by the Contractor outside of the construction hours, whether or not authorized by the Project Manager, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds to cover the Owner' s costs in providing field engineering and/or inspection services because of such work. The cost for field engineering and inspection shall be $50.00 per hour. 1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES tA. Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when prosecution of the Work may affect them. B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items which would affect their daily operation. E. Darren Moritz/Kathleen Maddux will be the Program Manager/Project Manager). Darren Moritz 970-221-6218 Office 970-556-1495 Cell Kathleen Maddux 970-221-6615 Office 970-222-8781 Cell ' F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. .I I I General Requirements - Page I of 17 I SECTION 01010 SUNIINIARY OF WORK UTILITIES Water: City of Fort Collins, Colorado 221-6700, Meter Shop 221-6759 Storm Sewer: City of Fort Collins, Colorado 221-6700 Sanitary Sewer: City of Fort Collins, Colorado 221-6700 Electrical: City of Fort Collins, Colorado 221-6700 Gas: Xcel Energy Emergency 1-800-895-2999 Local Contact: Pat Kreager 970.566.4416 Telephone: UNCC / 1-800-922-1987 Local Contact: Debbie Kautz 970.689.0635 Traffic Operations: City of Ft. Collins, Colorado 221-6630 Cable Television: Comcast 493-7400 Utility Notification Center of Colorado (UNCC) - 811 1-800-922-1987 AGENCIES Safety: Occupational Safety and Health Administration (OSHA): 844-3061 Fire: Poudre Fire Authority Non -Emergency: 221-6581 Emergency: 911 Police: City of Fort Collins Police Department Non -Emergency: 221-6540 Emergency: 911 Postmaster: US Postal Service: 225-411 1 Transportation: Transfort: 221-6620 Traffic Engineering: 221-6630 END OF SECTION Larimer County Sheriffs Department: Non -Emergency: 221-7177 Ambulance: Poudre Valley Hospital Non -Emergency: 484-1227 Emergency: 911 General Requirements - Page 2 of 17 I 1 1 1 1 1 1 1 1 i 1 1 1 1 SECTION 01040 COORDINATION 1.1 GENERAL CONTRACTOR RESPONSIBILITIES A. Coordinate operations under contract in a manner which will facilitate progress of the Work. The Contractor shall also coordinate with the Landscape Contractor whose Work is separate from the General Contractors contract. B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the service of such utilities, agencies, or public safety. C. Coordinate operations under contract with utility work to allow for efficient completion of the Work. D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to provide satisfactory access at all times and keep them informed at all times. 1.2 CONFERENCES A. A Pre -construction Conference will be held prior to the start of construction. 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 Manager 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 Manager shall introduce the project Representatives. B. Additional project coordination conferences will be held prior to start of construction for coordination of the Work, refining project schedules, and utility coordination. C. Project Manager may hold coordination conferences to be attended by all involved when Contractor's operations affects, or is affected by, the work of others. 1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Project Manager. 1.3 PROGRESS MEETINGS A. Contractor and Project Manager shall schedule and hold regular progress meetings at least weekly and at other times as requested by the Project Manager or required by the progress of the Work. B. Attendance shall include: 1 1. Contractor and Superintendent. 2. Owner's Representatives. 3. Program Manager/Project Manager, and Project Representative. 1 4. Traffic Control Supervisor 5. Others as may be requested by Contractor, Project Manager or Owner. 1 1 General Requirements - Page 3 of 17 1 0 SECTION 01040 COORDINATION C. Minimum agenda shall include: 1. Review of work progress since last meeting. 2. Identification and discussion of problems affecting progress. 3. Review of any pending change orders. 4. Revision of Construction Schedule as appropriate. D. The Project Representative and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay estimates. END OF SECTION General Requirements - Page 4 of 17 SECTION 01310 CONSTRUCTION SECHDULES 1.1 GENERAL A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor intends to meet the milestones set forth. 1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. 1.2 FORMAT AND SUBMISSIONS A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. B. Submit two copies of each schedule to Owner for review. 1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. C. The schedule must show how the street, landscaping and various utility work will be coordinated. 1.3 CONTENT A. Construction Progress Schedule. 1. Show the complete work sequence of construction by activity and location. 2. Show changes to traffic control. 3. Show project milestones B. Report of delivery of equipment and materials. 1. Show delivery status of critical and major items of equipment and materials. 2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements for equipment and materials, reference Section 01340. 1.4 PROGRESS REVISIONS A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when requested by Owner or Project Manager, and with each application for progress payment. B. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. C. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of others. General Requirements - Page 5 of t 7 SECTION 01310 CONSTRUCTION SECHDULES 1.5 OWNER'S RESPONSIBILITY A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the Project. B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, techniques, sequences and procedures of construction as provided in the General Conditions. END OF SECTION General Requirements - Page 6 of 17