Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout108423 VOGEL CONCRETE INC - CONTRACT - BID - 7361 CONCRETE MAINTENANCE PROJECT PHASE I1
1
1
1
1
1
1
1
1
1
1
1
1
1
City Of
Fort Collins
7 Purchasing
Financial Services
Purchasing Division
215 N. Mason St. 2"" Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov. com/purchasing
SPECIFICATIONS
m
CONTRACT DOCUMENTS
FOR
CONCRETE MAINTENANCE PROJECT PHASE 1
BID NO. 7361
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for
opening Bids. '
The OWNER reserves the right to reject any and all Bids, and to waive any informalities
and irregularities therein. ,
Bid security in the amount of not less than 5% of the total Bid must accompany each Bid
in the form specified in the Instructions to Bidders. '
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council,
shall have a financial interest in the sale to the City of any real or personal property, '
equipment, material, supplies or services where such officer or employee exercises
directly or indirectly any decision -making authority concerning such sale or any
supervisory authority over the services to be rendered. This rule also applies to ,
subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment,
kickback or any items of monetary value from any person who has or is seeking to do
business with the City of Fort Collins is prohibited. '
City of Fort Collins ,
James B. O'Neill, II, CPPO, FNIGP
Purchasing & Risk Management Director '
I
'determined pursuant to, ,paragraphs 1.1:4 and l t S.
CONTRACTOR will esiablish" and mavailin records
"thercof in accohlance t•vith generally accepted accounling-
practic:es and'submit intbnm acc cptable.to ENGfNEGR an
ttcm i[ed cost bicakdown together with supponing 6m
Cash.411aaancesr
11.9. 'ln's unde'rstoabthatCONTRACT OR.has included
,in the (Corrupt Pncc all allrnvances so named in the,
Contract Dourmentt; end shatl'eause the Wink so' covered.
_ .
lo�lie Cutnistie(1 and performed' Cor suuhsums.as may 6c
eccapcthle to C7WNEEf a xt F>YGINEFR comTRACTOR
agrees that:.
Il.sa, ;the allowances include the cost .m
CONCRAC'fOR,(less any appficable lmde discounts)
of materials and equipment .requtred by the allowances
tti be delivered at the site.and all applicable taxes: aril
I.I.S ^ COS (TL,\CTOR's coots for unloading and
Burling on the sir{ labor,-,irtvallafiori costs, everheal;,
protit and .other ,cxpcntses 6xitemfilatcd for the
aflownitois have bam included in the Contract Price
and not in the- allowancesand no demand for
additional paymcne,dmaccuua obany of the foregoing
will be valid:
'Prior to'final payment, an appioprhtte Change Order will lie
issued as recommended. by ENGLNTF,F.R to,relleet,actu.•tl
amounts duo;COii'rRAC'rORan nceodnt of 1Vork.covered
by aflowa tens:, and the .Contract Price shall 6e
correspondingly adjusted..
11.9. UniiPrice ;a>ork.
11.9.1, When: the coniraEvDacurnene; providc thatall'
or panof the Work is tobe Unit -Price Work, initially'
tfie,Contract Prico,will be deemed- to, include tor:all:
Unit Price- Wort: an ainoirni equal' to the sum, of the
established unit prices_ for mph separately identified,
item of Unit Price Work times the estimated quantity
of each item as .indicated um the agreement. Thts
estimated quantities of.items•of Unit Price Woik arc:
not guaranteed. and are solely (or, thepurpose Of
comparison of➢ids and determ inaig an initial Contra(
Price.. :Determinations of the- actual' quantitiesand
classifications of Unit .Price Work perf=ied' by
CONTRACTOR will be made- by D4GLNTM,R in
accordance with pamgroph:9:10`
l l.').'_': Each unit price will be deemed to include an
anuum'eonsidered by CONTR_-iCr0R' to be'adequate
to cover CONTRA&OR's overhead ,and profit for
each separately identified item.
11:93.0WNEB or CONTRACTOR may make a
claim .for an •adjustment in the .Contract. Price -.in
accordance with Article l't if.,
1 I g 3.1. the quantity Of try item of Unit Price
Work pertormed by CON'14AurOR differs
materially and 'significantly. front theestimated,
quantity orsuch item indicatedin the-.Agrecnient,
,tU'FIcocceNra.wcoutxno,:5lviusnsvveeiifnm
WI CITY OF FOR T(.tics.[J.SMODMCATIONS(Rho' d 120Uaj
and
Lthere is no eotresponding adjustment
with.respecttoany otheritem of Work: and
1.19.3.3, if C0trTkAOTOP btlievei. tliat
'CONTRACTOR is entitled to an. increase a
Contract. Price as a. result of_ having- 1haured
.additional c.:•pense or. OWNER, believes that
OWNER is entitled to a decrease in Contract Price
and the parties are ,unable. to ,ac�ce ts'to. the.
amount ofany, Increase or decrease.
11.93:4: CONITRACTOR acknowlcdacs, that
the OWNER has the right to add or delete items in
the Rid or change -quantities 3t OW, FR'S. sole
discretion without atTectiri<s the Contract, Pries of
anv remaining item so 'loneas. the deletion or
addititm does not oeeeed twenty -live percent of
the oriamal total Contract Price.
AR'CICt.k 12—GH.4\OF. OF CONTRACT T.LVLFS
12.1. The Contract'rini s (or Milesto*) may, onfy be
changed` by a C lunge. Order or a Written Amendment.
Any claim for in_edjustftient of thc,Contiuct Times (or
Ai..tones).shalC be lased on written notice delivered by
.the party •milking the claim to the other pang ard_ to
ENGINFER promptly (but in no"event later than thirty
days) after the. occurrence of the cvcnt.givutg rise to the.
claim and stating the general narurc of the claim: Notice
of -the extent of the claim'with•supponing data shall be
delivered witivti silty days atieY such occurmnee (uriless
F.NGINF.ER allows ladddiornif time. to asd:nairi- aidre
accurate data in -support of the:,claim)', and shallbe
accompanied by the clammant's.writen statementthat the.
adjustment claimed is the entire adjustment to i*rhich tho
daimant hns'reasanao believe It. w entitled as a"result of
the becumenocof mid'event: 1l1 claims,(dr adjustment in'
the Goruract Tunes (or J�[ilestorles) skill Ix deterroirxdby
F..NGli`iEF.R .im accordance • with. partgraph911 if
OWNED. and CONTRACTOR cannot air} tit se aa,ree.,
No claim for an adjustment in the Contact Times (or
\Trle.stones) will be valid if not submitted in accordance
with the requirements ofthis pararyaph 12.1.
12.2. All time limits stated"in the Contract Dceuments
tue orthe essence of the Agr(:ement:
12:3: Where CON'TRAC.'TOR is prevcnwd front
completing. any -pan of, the Woik witli n ;the Contract
Times. (or &filesrones) due to delay bcyorxt the control of
CONTRACTOR; the Contrmt Times (or Mdestons) will
be extertded in ti amount eejtlal to time lost (life to such
May if a claim is made therefor as proviacd in
puragraph.11.1. Delays bgonid' ,the` control of
CONTRACTOR • skill m-c i&'but not be limited dro. acts'
or neglect by OWNER;, eels or neglectof utility ownersnor
other contractors performing otheridork as contemplated
by Article 7, rues, duels, epidemics, abnorinal, weather
conditions or acts. of God. Delays aruihutablr to and
I
I
I
1
7
L
1
within the control of u. Subcontractor or Supplier shall be
deemedto bee de lays within the control, of CONTRACTOR_
12.i. «'Here CONTRACTOR is prevented from
completing any pert of the Work within the Comma Times
(or Milestories) dire to delay beyond the witticiVof both
OWNER and CONTRACTOR, an extension of the
Contract"Tunes (or &westones)•in an amoum. equal to.diff
time lost due to such delay, shall be CONTRACTOR•s'sole
and exclusive retired)- for such delay 1n no event shall'
OWNER bz liable w.CONTRAC:TOR tiny'Subcpntmitar,.
any Supplier: -any other person or otyan3stion or to arry
surety for or emplovee,or. agent. of.. any of them, for
damages oiisin g out oC or resufting from ()dctays caused,
b)' or within the conrol of the. coNTRACrOR, _or
(ii) delays beyond the controlrof both partics including. but
not limitedto, fires: Floods, epideotim abnormalweather
conditions,. acts of Gri&cr ncrsriirncghct by utility owners
or mher contractors,perfonn mg other work as,contemplated
hy'Articic7. ' - - ' -
ARTICLE 'i3—TFSr% ;%am) inn.chlws:,
CORRF,CITION,.RMtOV.A(, OR ACCNPTAaNCE;OF.'
06:P(!LTIVE'WORK.
0.1. tVotice ojDefi*.-
Prompt notice ornll ei.TkznBe,lVorl. of which OWNEWer
H,NGINF.ER have actual 'kraiwkdge will `b, gtven;.to,
CONTRACTOR. All .d4f crive Work, may be rejcctcd,'.
*corrected or accepted as provided in this-Artictc m 13, '
alder&sroWork:
Co 13:2: "OLVNER'L1G[NEER'Fr�3GLVH) R's Consultants';,
OK representatives. and persorinel: of OlvVkgER.
'inckpendcnt testing laliomtorics and governmental agencies.
With jurisdictional .interests r6ilt have nee to the Work at
reasenablrtimes for their ohsmation upect n : and
testing: CONTRACTOR. shall provide them proper and
safe conditions. for such acc= .and advise them. of
CONTRACTOR'rsite safery,procedures and programs so
;that i}iey may comply tliizewithas applicable. .
.Te.srrand 1nsprcrions:.
133. C,(W RAGTOR .shall give ENGI ER. limelr
notice. of radiness'of the Work fur all required inspections:
tests or approvals; atxt Shull ooaperdie with mspccticm and
tevltiigpersonneLie fiicilitaterequired inspectionsec faits.,
1.3.4. .05NER shalt employ and pay for ihe.services of
an independent testing, laboralcuy to perlurm<. all,
mspections, .tests; or • approvals reyuirecf 6y the Coiivact
Documents except:
13:4.1_ for inspeciigns, tests yr.approvals•covered
by paragraph 13.5 below;
13.4.2. that costs incurred iii connection with tests
,or inslvetiono conducted -pursuant to jiarngrapli]l'3.')
EX1)Cytstrax a covgrn) a ivte s orx Eu elect,
wi ci'n os FOR Cvtu t.mc MOD u ICATION3 (M' aatracit
-below shall lie' paint as provided in, said
; paragraph 139; imd
13.4.3. as 'cxhenvise specifically provided in the
Contract Documents:
13.E If Laws orRcgur hoirsofany public b6dyhaving
jurisdiction regiiire.any Work (or part therect)'specifirally
to, be,inspected,, tinted or approved,by an empfoyce. or
other representative of such public baly. CONTRACTOR
assume.
shalt full responsibility tor' arranging and
obtamtrtg strc}i inspey'tiorts: tasCv or arrn• ppaLs, osts Pay c:
,in conntecnon.thereuatlt and furnish. HNGINHF.R. the
required cer6ficatcs of inspection, or .approval.
CONTRAC'TOh shall also be responsihle fcu arranging
and obtnining•ind ehaoa ll pa} ill cs.in conncction.with
any unpgctions, tells or.approvalg required Car OWNER's
and LNGLYEER's-acceptaicc of.materials be equipment to.
be incorporated intlie Work or of materials, mcc designs,
or equipment submitted fpr -approval' prior to
CONTRACTORS purchase thereof, for incorporation in
'13A 'If any Wgrk (or the worl: of others) dirt is to be
ingxcted tested or approved is cmdvcd, by.
CONTRACTOR rvilliout written concurrence, of
HiJCrINEER; it must, if;rcquuucd byENGINEER, be
uncovered 1'or abseivaLion.
I.33, Uncovering,Worbas provided in paragraph 13.6.
shall. Ed at CONTRACTOR'S expense - unl
come-RAC_TOR has giben'! NGINEFess
R timely
COMRACTOR's imemion to cover 'the same. and
FNGfNEER has not acted with reasonable promptness in
resltmse..to such'notice,
Tlncm,aing Mark.,
13-x If any,GIN
Work is. covewd ;commry to the written
request. of ENEER it must, if caquested* �liy
24G OMR be u rooverecl leer ENG WEER's observation
and replaced atCONCRACfOR's expense..
13,9. If EV°GhIF'ER considers it, necessary or advisable
that covered Work be observed by- C QGP,iT:ER or
vupectecl_ or, ,tested by othds. CONT.RACI'OR; 'ai
LINGii f=s request, shall uncover, e.ipose,or;othenvise
make_available'for observation, inspection or testing.m.
E,'NfGI 4EM may' require; that portion of the WVurk in
question_ furnishing all ne:essnry labor: material and
egiiipiiejt If it is�found that such Work is difecrii-a.
CONTRACTOR stall pay all claims, ,vests,. buses,ami
d;armf&s.cau_o I.hy, ariciny;out of or. residung Crum 'such
uncovering exposure, observation,• inspection and testing
and 'of smisL•tuory ,replacement. or reconstrucuoit
(including but :not Limited to all, costs of repair or
replacement pf .work of tither) and`OWMR sheen tic
emided to an appropriate decrease in the Contract Price,
and. if the parties arc unable to agree as to tho amount
th reo[ may make a claim therefor as, provided in
:Article 11. If. however; such Work: is. riot found .to be,
dj, ectnv' CONt•RAM'OP shill lea allowed in increase in
the Contract Price or an•estension of theContract Times
(or arlilestanesj, or Koth, directly attributable. to such
27
uncovering. exposure. obscrvatidn_ 'inspection. testing,
replacement rind reconstructibn;- arid, 'if -the parties rue.
unable to aeice ru to the amouht, or ektst thereof,
CONTTRACCORmav make'a claim therefor as psWided'in
Articles 1 Land t 3:
OflA, UR:tfay 5rnp the !fork
13ap: if the Work is defective, or CONTRACTOR fads
to supply sufficient skilled workers or suitable materials or
equipmem� or fails to.fumish or'paform the Work in such a.
"my that the completed Work . tt•ill conform to the Comricl
Documents, OWNER'mny'order CON'rRAC,,rOR to snap
the Work, or any portion thcreuC until, the cause Car such
order has been "elannnated.Fiodvever this riglirof,OWNER
to stop the Workshadl not give r;se:to.any;duty on the part
of. OWNER to -exercise this riv_hl. for the benefit of
CON'rR4CT.6k or.anv surdv or tither party.
Correction or Hwioval of!)efecdve lkork-
13:11 It required"by FNGINEER'; CON'rR.%croR shall.
promptly, as directed, either correct all d fecdty Work,
whether or not,faf7riatted, installed or completed, ar if the:
Work has been rejected by ENGINEER, rcmcmc it mini the
site and replace it with Woik that is snot defective..
CONTR.4CrOR shall pay all, clairiis, costs. losses crud
chimages unused by.or,rcaulting born such correction or
removal ,(includiitg but nol tlrn&d'to. all costs of repair or
replacement of work of athers);
13:12., Correction Period-.
13.12_17I f within ane-y.`ae two wars.after the date
Substaniial Completion orw7h longcrper`od of time
may be prescribed ley Laws or Regulaupps or W
terms of any applicable spo6ai;gdrirantcc r quired
the -Contract Dectunents.or'by city specific.provisioh
the Contract 'Documents. any Work is,, foundf to
fecth•e, C.ONTRACTOR.shall promptly. tvithouvo
to OWNER at d iri accordance with OW NEWS. tyritt
instructions: (i) correct such efective Work- or, if it
been rejected by OWNER. remove it from the site
replace 'it with Work that. is not effective; and
.mtisfictorily «xrect,or remove and replace.anydama
to odci Work or the work of othersresultingtherefro
If CONT1j_1C'rOR does not promptly comply with t
am ts of such instnrctioru, or in an"emergency, wart
delay Would cause serious risk of loss or damai
OWNER may have the dkfective Workcorrected or i
rejected Work removed and replamL and all. chin
costs. losses and damages caused- by or «sudtuig Inc
such removal' and replaccmen. (including but r
limited to AU costs of repaii or replacement of work
others) -will be paid by CONTRACTOR
of
as
the
by
of
Lie
has
Anil
(u)
13,132.5ee special circ_timstaiciz tivhrra a particular
item -of equipment -is placed in continuous' service
before. Substunlial' Complctiun of.all the Works, the
mCclion period for that item ma}-start"to nln frcim•ari
earlier cute if so provided in the Specifcurions or by
WrittenAmcndmf nt
13.l2 3, Where ,def Cdve Work (and damage' to- other
,�e 'EilC'UC+[3NkKA4 CONI]I'nOti$i7Ulti t]!i9V Eaitiml:
w/Ct1Y 01, FORT-(.MLMZNS MODiFICATIONS IRC\'.I2000i
Work resulting theretroni) has been corrected,
removed or replaced underthis paragraph' 13.12;_the
correction period hereunder with rcapcct to !such Work
%ill be extended for an additional period of ene-yip
two. veers after such, correction or removal and
replacement has been.satistactorily completed
Acc',prnnce ofDefecrive !York:
13.13. If. instead of requiring correction or removal. and
replacementof 4:(ecthe.Work OW'DTER,(atiii, prior to
ENGINEER's recommeridmion of final' payment:, elsu,
FMINF.ER).prefers to accept ir; OWNER may do.so.
CONTRACTOR shall pay all claims. costs, losses and
damages. ettrihutabke. to. OWNER's evaluation of and
deterniinatiortto.accept _wehd_Yec#ve,W6rf:(suchceststo
! o approv_eil'by ENGQ IEER as to rcaw ctblrness). If any
suchacceptance occurs prior to. LNGINEER's
recommendation of final paym,nit, a Change Order will be
issued incorporating .the necessary revisions in the
Contract Documents. with ra;pect to� the Work; and
OWNER shrill be entitled to an approprinte decrease in the
Coiaunct Price,.and, if thcpartics arc unable to agroc as to
the nmoiint tliereof,-0WpIER hisy.make:a dlaim therefor
ns prdvided in Articte I I, If the acceptance occurs after
such, recommendatioh} an approprintc amount will be paint
by CONTRACTOR to O wEl'.
ONN£ft ,flee d CarrectDejecdr'e !E iidr:
13a4, if corri-RAC1'OR"fails within a, reascuinhle" tithe
afteriveittennotice from F,NGWEER to cerrect,def,ctne,
Work.or to remove and replace,rejmted Work as required
by ENGfiJFfiR,in accbrdancc'with lxaragaph I3:11, or it'
CONTRACTOR'faila to perform the Work in accordance
with the Contract Documents. or if CONTRACTOR tails
to comply with any other proviskm of da:, Contract
Documents. OWNER may, .after seven. days' written
notice to CONrR:\C:TOR;.corteet And remedy any such
detiaiatcy. In c�crcising.the rights and remedies under'
this paragn6h O\w'ER: stdtll proceed zxpeditimily, _ In
confection with such corrective and rcmaedlal action,
'OW.N112mav,excludeCONTRACTOR rrotii all.or.part of
the site take possession of -all it part• of the Work,'and
suspend CON-M\CTOR's services related thereto. take
possession 'of CONTRACTOR's tools, anc ppliaes;
coastnt'uon _equipment and. machinery at the sac and
incorporate in the Work all materialsand equipment
sewed at. the, site or for which OWNER has' paid
CONTRACTOR but which are stored' elsewhere.
CONTLLACTOR shall .allo\v O\4 I} IZ 'OWI ,MR's
representatives,.agents-und employees 0,AWER's.other
contractors and ENGINEER and rNGINEEWs
Consultants access to the site to enable -OWNER to
exercise the rights and rim klia under.this p ragraph, All
claims, casts, losses and damages incurred or sustained by
OWNER in exercising t-ch.righ(s and remedies will be
charged aaa=' I C0Ni TRACTOR and a Change Order will
be �.is;ucil incorporating, -the ii=ssary revisions in the
Contra:t Dcxmments with rrsped lo• the Work. and
O\INERshall be entitled to an appropriate. decrease in the
Concoct Price, and. ifthe parties are unable to ago as to
the.amounl thereof; -OWNER may make a claim thcreftT
as.provided. in Article U. Such claims, costs, lasses and
0
I
L
I
1
I
I
I
damages %6H, inludo brit not be limited to all costs of
repair or replacement of work of others .destroye& or
damaged' by- correction, removal of veplacetnerd of
CONI'RACTOR's kjective \Nock. CONTRACTOR shall'
riot be allowed an eeternign of the Cdnimct Times (or
\hlestones) hmause of any delay inperformance of'[He
Work attributable to the exercise bv,0WoM-R of OWNE•Rs
rights and remedies herzunder.
ARTICLE t4-mYI_ mYrS TO CONT_ R_ACTO_ R AND
COMPLETIOY.
.Sdtrduleof vwues.
1'4.1. The sch6dalc or values established as pmvi&-d in
paragraph o 9 will'sen a as the basis for progress payments
and will be Incorporated into a. torn of Application` for
Payment acceptable to FVGINEER Progress payments on
account cif umt MCC Work wili he bawd:on the number of
units completed.
Appliutnnrt for Prngmta Ngvnq ur:
14:2: At least twenty, okays before the elate established For
each progress payment (but not more often than once a
month). CONTRACTOR shall submit to ENGMER for
reviewan Applicau6n.for Paymerit filled out and signed by
CONfRAC'rOR covering, the Work completed as. of. the
date ,if the Application and accompaniuf by such
supporting documentation ns is required by the Contract
laocumcnm If payment is .requ�stetl on the •.Basis. of
materiatsand equipment not incorporated in thc. Work but,
delivered and' suitably tswr&t ant the site or at.-artgther
location agreed to in' Whine, the Applicatiim for Paymcmb
shall tiIso be accompt r*ed:by a bill of sale, invoice,or other
documentati6n warranting. that :OWNER' has received the
nnater6N and equipment free and clear of all Licas and
evidence that the inotennls" and egwpment,are covered N ,'
sppropriate property insurance and otfier arrangements tit
protect OWTNJE's interest therein, all of whicNwill'be.
satisfactory" to OWNER. The amount of retninagc with
respectto progress -payments will betas stipulated'in the
1\67fdemeat. r\rt}' CtmCfS that are withheld by_thi QWNIER
shall not be subiect to aubsotuuon bv' the'CONTRACTOR
with securities or any arrangemcnts involvirv> an escrow or
wstodianship. By execulmp. the. Rppltcatlon for pa'vment
form the CONTRACTOR csprmIy waives his rieht to the
benelits of Colorado•Revised.Stawam Seaidn 24-91-I01,
et seq.
CONMICTOR:s Wi mnnl of Title:
143. CONTRACTOR.vrartantsand guarantees that title
to all 'Work, materials and equipment covered by :any
Apollcaticm for [iayment, whether Incorporated in the
Prolea, or nut;will pass }o"OWNER nu.laier than the dime
oC payment free and clear of all -Lions.,
Ri+ie v oj.Hpplirafiunr jor Prugrevs Puyrnent
14.4, ENGLr7EER will, withiri ten clays after, receipt of
each, Applictnfion for-Paymienc, either Indicate in'tiTiting a,
EA1)C'OE;1MkL,CONDITIO,bS-N10 Y (1 TO Eil tiuli.
'W/ a rY OF FORT COLLI hS :MOOIFIC.ynoNS (ItEV.1fz0E1U)
recommendation 'ofpayment and pikent the Application
to� OWNNE[ ,orretum the:Application to CONTR=\CTOR
indicating in witing,E\GNEER's reasons forrefusing to.
may make ,tire necessary corrections and resubmit the
.Applic-coon. Ien days after presentafion .of the
-
Apphcation'fur Pavment-to OWi`IM,w' h 1NGLIjEERN
recommeridafiont'the- ainount rrciimmcnded will (.subject
.to the provisions. cif -thc Iiislsentence at' paragraph 14.7)
beccmc.due and when due will be paid, by,6W JEft to
COi (TRACTOR
14.3,. kNGWEER's recommendation of any payment
reques[tzl T `m �pplim6cn for Payment will:constitutc a
reprLsemaiion by H-NIGINEER io 0%VN1ls'R, based ow
ENGINEER's on,sitc"oliscrvations of the eeccutcd Work
as an experienced and gttalilicd design professional and on
,ENGNEER'srcviC'wof'thc Appplication for Payment and
the uccompanying data and sclieduk tfutt to, the best of
TWGINEER's kno�y ledge, ihformauon and helief,
I4 o'I, the Work ;hns progressed: to :the point
indicated
I4 the qua
hryof, the Work is generally, in
navrdariex with the contract Dot:uments(subject th-
an cval6don of the.,\V6rl, as a,furictioning,wh616
prior to or upon'Subscintial Completion; to therrsults
of".any subsequcnttests called tiir•?n the.Contract
Documents, to a fin I determmation.of quantities -and
classifications * for Unit Price., Work under
pa.m7aph 9.10, and to am .pther,gcial ifications.stnted'
in the recbtnmetulation); and. '
14JA. the. conditions' .precedent, to.
-IONTRACTOR's" being entitled to such payment
atipcar 'to" have been .Util[led ins6W as `it is
ENIGIV EM's?cspohsibility co observe the Work..
However, 'by recommending .any such 'payment
,ENG[ EER will noi: theicbv be deemed -,to have
represented that: or continuous. ore -site
unspecu'onshave been made 'tb. check the quality or the
.yuahtity. of dje' Work .beyondthe responslbdates
specifically a`igned to ENG[IJEER in the Contract
Documents or (a) that there may not be other matters or
issues between the parties that might entitle
CONTRACTOR to be paid additionally by OWNER or
entitle OWNER to withhold paymcm [o CO ITRACTbk
14.6" ENGLWMV_s"recommendation of any pavmenl,
including, finial paymcni,, shall not mean that ENGLYEER'
is responsible ,for CONTRACTOR'S means, methods,
techniques.sequences. or procedures of construction, or
,the safety prec'autians.and prcgmams� incident 1}ietg}o,. or
for -my failure of CONTRACTOR to'tmmply with Laws'
and Regulaticrm applicable to_ the - Furrushms or.
perCormanar of Wort::. or for any 'Uilura of
CON ACTOR to, :pert'tirm or ftirnish Work. -in
ut:condance with the Contract Documents.
14.7, ENGI � 1EER may rctusc to recommend the whole
orany partof anypaymnent if: iia h�r'GLTEERs opinion, it -
would. incorrect to 'make the rep
re_senrattons to
,9
OWtvtiRrefeiTidto.ih'pamgraph:14,5. ENplLt-ERviay
also refuse to reconimtind'tmy such'pit}m en% ar;,because, of
-subsequently disco4crcd evidence. or die.:resuilts. of
subsequent irtspecdbns:or tests, nullity pny such payment
prevtauslyrecommended. to such extent 'as may be
i necessary, n FNGINEFR's opinion'N1. protect MVDTER
from [ossbecause:.
13:7_I„ the Work is,drfectnY, or completed Work has
a '
been'dam_eil rcguirirfg correction or replac mienf.
1t1.7,2. the Contract' . Mce has, been reduced by
Written Amendment or Charige Order,
14.7:3: OWNER has been required To correct
-LIfectn•a Wort or complete Work ih accordance with
paragraph 13.14..or.
14.7.4. ENUNEER, has. actual latowledge of the.
cecurn:ncc: of 'any of the events enumerated. in
para�aphs IS.'): I through 0,2:a inchisive_
.OWNER may refuse to make payment of the full amount
recommended by ENGINEER.because:
14,7,5. claims hiave been. made agafrst OWNER• on
account of C6NrkAc7r0R'spcif6rmariceorf ritishing
of the Work,.
14.7.6: Liens have tx:em filed in _cnnnebtion wiih- the
Work; except where CONTR Cf()_R has deii'vererl it:
specitic iBond:satishn taffy- to OWNER'tb secure the
satisfactionand d<arge•ot'such.Licrts,
14.7.7., there arc other items entitlingOWNF..R'toaset-
offrigainstthe amotitrecorn endetl:or
14.7:8. 044NER has acual krowledge, ,of the
occurrence of any of the events enumerated in
pamgmplis 14.7.1 throug[t 14.7.3 -or, ptunpFaPhs 15?:I
through 1"5:2;4 incliiay.e:
butt OWNER must eivo CONTRACTOR unniMate.
,written notice (with a copy'tq ,ENGINEER) stating. the
reastVs for such action and promptly payC(ONrRACTOR
the ield unodnt sii withh.. or eny adjustment thereta_ atVeed
to. by OWNE[t and CONTRACTOR when
COINTM,4CTOR corrects to O N-ER's: satisfaction the
reasons for such action. -
.Substantial Completion:
14.8. When CONTRACTOR.cottsiders the entire Work
rmdy for its intended use CONTRACTOR shall notify
OV NGR' and &YGQIhLER m Wrnting,thi t the entire Work
'is substantially complete (except for items specifically
listed by CONTR.,\C 0Ras inwmplctej and. request Usti
ENGLN`EER issue a certificate of Substantial'Completion;
Widun a reasonable. time themallcr, OWNER.
CONCRACTOR'andDE !GLNTERshall make arfinspectitm
of -the Work to determine die status of completion. If
UNGINF.F.R does not consider the Work subse+m ally
complete;. ENGNEER will notify CONTRACTOR. in
{hiring giving the reasons therefor. If 'LNG10F.ER
EA'DC OEN R.AL CON1A'nONS Il MS (1900 Editiml
30, our CITY OF FORT COLLUMMOD1FICATIO"4S tRLV a2annl
considers the work substantially ctnnplete, ittiR'
Will prepare. and deliver. to OWNER it tentative certificate
.of Substantial Completion which shall rlc the date of
Substantial. Completion. 'There shall -be attached to the
certnccatb"a, temattve list of items- to be completed or
correctedbeforefinal payment OWNER shall Base seyeft
dayrafter receipt of the"tmi-Etive certificate -during which
to makewritten 'objection to ENGhMEER as. to any
provisions of the certificate or attached list. If. after
considering suchthat
q.he Work, is, riot substantially complrti..EtiG (i PEER' will
wiihirr fourteen days after submission of the ientathve
certificatetoOWNER'nodl'y co.\,TRAC.T0,R in writing,
sWlmg the..re'asons theref6r. Ik, after canlldemaon of
OWNEWs objections ENGINEER considers the Work
substantially complete,. ENIGINL•ER will. iyidiin said
fourteen [lays ececvte and deliver tu,'OWNER and
.00NERA(.r0R. a. definitive certitcam of Substantial
Completion (with a revised trnlaUve,list of items to be
completed or.corrected) retleciingsuch changes from the
.tentative certificate. as ENGNEER believes'justifie_d after
consideratioh of arty ,ohjecttons Pram OWNER. At the
time,of delivery of tnd tentative certificate of Substantial
.Completion, F.ROWP.FR will[ deliver :to OWNER. and
CONTRA(7r0R a written rccommctxhtiem asto'division
of r*onsiliihticw pcnding finar payment •lx i,eeh
OWNFR and CONrPAcTOR with rspa-t to security,
operation, safety, maintenance, .heat. utilities.:1rtsumncc
and warrantiesand guarantees: Unless and
CONT:tACTORagreec otherwise in wriimtt and so infor i
FNGINEER in writing -prior to,ENGLNEER's issuing the
definitive .cerhhcate .of' Substantial Completion,
ENGMER's aforesaidreccinimendation will be'binding
to OWNERand CONTRAC OP until fmal 0me t.
14,9, -OWINrER shall' have the ;ri&r to exclude.
cmTRAC_TOR .from t_he Woik. after the .date Of
Subdaruial Completion but OWNER shall allow
C0NTR•1CTOR reasonable access -to complete tin correct
items on thetcntative list
Partin[ Utilizati4m
14,I0; Use by,OWTvTER .at OWNFTs option.ofiany'
substantially completed parr -of the Work, which; (i) has
specifically been identified in tha Contract Doctt nam. or
(a)CriR.:� 4NF`7ODMER and CONTRA\CTOR agree
constitutes.a separately flmetionin„and usablepart of the
Woiikthat. can be used 6y OWNER' for its intended
purjx�sa without si^;nificint urterfereme with
CONTR\CTOR's performance of the,rem4ifidcr of the
Work., may be ,accomplished prior to. Substantial
Cornpletionof all the Work subject tithe following;
14.10_t.OWNER .at -am time- may request
CONTRACTOR in wri*,io,permit OWNTR to use
any such part of tie Work lvhiich OWNERbclicves to
be ready for its intended use and substantially
cumplcte. If CUNTR4CCOkagrcrs that s cli ppaart of
the Work is:substantially complete, CONTRACTOR
Will citify to. OWNER and i? GINEER that such
part of the Work is substantially complete and request
E gGNEER to issue a 'certificated Substantial
Completion for that part of the Work,
i
i
1
i
i
1
i
1
i
1
1
1
1
1
1
1
n
1
any such part of the Work wady for its mmendcd' us
and substantially cumplete and rcyuest'LNG1NTM, to
.isuca cemLcate of Substantial Completion for that.
Part of the Work. Within reasonable umc sttereither_
such request,, .OWNER, CONTRACTOR 'arid
fNGLNEER shall Make -an inspection of that: part of:
the Work to determine=itsstatus:ofcompletion. If
'ENUL LEEK does not consider that part oCthe Work'.to
be substantially complete. ENGE=,E will notify
reasons therefor -.If Ei` GF LFFR considers that part of
the -Work to -be substantially complete, the provisions
:of paragnphs.14 4 and 14.9 will apply }with respect. to
certification of,$ubstantial Completion of that pan of
the Work und'the division of responsibility,m respect
thereof and access therdto:
14:16 'No occupancy or separate operiuon,of pan
of the Work will be accomplished prior,to compliance.
•:i��th the rzquirrntznts rjf paragraph i.IS m respect of
property msurarwer
•Finn! lnspec&tt
1431'. Upon vir ten notice from C.0N7rR.AG'rOR thitthe
eridre Work or an agreed -
portion thereof is complete,.
LN',Gb will make d'trial inspection'ivith OWNER
and'f_ON RACTOR and.will notify CON'CILA(,f0R_in
wasting of all particulars in which this, inspecuon revSnls
that'the'kk'&L is incomplete 6e dejzctr.e. c0N*rRACTl0R_ .
shall immediately take such measures as are necessary.lo
mmplctc suet ,work or rcmcdy:such dcticicncies
Final Appl eddon'for Pnvnienv,
14.12.. After CO1NMV7TOR has completed, all, such
correc:titms to the satisfaction of ENGNEER and delivered
in aci orianco with the Contract 'Documents all
maintenance and. -operating ms,ructi(iris schedules'.
guarantees; Bonds,. certifiiatm or othtz evidence of
I nsurance .required by pam&aioh5A certificate& of
inspectioiL marked -up recoid,documents:(as.providcd in'
paZwa'ph6.l9) and other doewnents.•C Nt TReNCTOIb
may Make applicatihrr.:for 'Final: p'tryment following the.
pruddUre, for prairess payments. The tmal'Appltcdtion for
Payment .shall Iht. accompanied (eace'pt Its, previously
detivercd), by; 6).all d6 utnentalron called .for in the
Contract-Doaunentc mcludiN but ntit".hmitcd• to tlit
evidence' of insurance requirztl, bv'subpurngraph 4l'3,.
(u)consent. of the siuetl if,any, to Cuial payment,..and.
(iii) complete and legally, ,effective. releases �M waivers.
(satisfactory to,OWNER) cCall Liens arisingoutofor filed
incorkrkdon witk;the Work: • in lieu -or suchreleasesor
w-siIvers of Liens and as approved 'by' OWNER,
and ailidavii`of CONTRACTOR' that: (i)'the releases and
receipts include all labor scrv'ictx.muterial and e4tapnimt
Yoe which a Lien could `be filed, arid' (ii) all. payrolls,
material and equipment. bills, and other indebtedness,
mnrtccted with the Work, for which OWNER or OWNER'S
property in ight in any way be responsible have been paid or
otlienvisesatisfizd' ffam-Subcgntrsctor orStrpplierfails;
Et(�CciEiJE7ifV:,CONDfT16,'t�'�I9IU3 (17jti E:ibticnl.
n•/ Q'rY OF FOR f'.COLLI KS :MODIFICA nONS I REV dC.Owi)
to famish ,such' a release or receipt in' full.
.CONTRttCTOP may' fiunizii a Bond,or,otner collateral
satisfactory.to OWNER�.to indemnify '01WER'.against,
any'.Lien Release; orayaivers of liens end theicoriserrtoC
.the surety on
forms'contorminetothe Format of the OWNFR'S standard
forms boundintht P: ectmarmsL "
Hint Payment unit•l'ccepinncer.
14;13 If. on the basis of INGINEER's observation of
the 14'ork ,uring ceiistruciion,and Cma1 Inspection: and
-
FNIGMER's re4iew of -the fiKaLApplication for Payment
,and accompanying documentation as required by, the
C Mirraet l)aitiments, FANG INFFR is :iatisfied'that,the
Work hasbecrt completed and CONTRACTOR's'othO
cilia lions under the Cuirsuct o ccuments have been
fulfilled. ENGINEEWNiall, within tm days after receipt of
the f`mal .Application You Payment nd caic. in vnting.
.tine ENGINEER will also give written notice to OWNER
and'CONTR,1Cl'OR that the Work :is'acceptable subject
to the provisions of paragraph L4,13. Otherwise,
FN(,INF:RR will return the Application to;
CONTRACTOR indicating in writtng the reasons. foh
refusing, to. rccommend'final, payment, in. which. case
CONTRACTOR shall make the necessary corrections and
resubmit the.Appiteation: Thirty days after presentation to
OWNER. .of tlx. Application and accompanying
m docuentatioinn; appropriate Form -and substance and
adith FNGIIIEFR'a recmmnicndation_ and' notice U
accepaibihty, the amount rewommendcd,by.,ENGWEER'
will .become due' and will be paid by O1BhTFR" to
CONTRACTOR, suhi ci .t6 paragraph iT6.t2 of these
GeneSl Conilitigijs:
14,14. X :thipugh no fault of CONTR:AGTOR, final_
cdmpletion of the Work -is simificantly: delayed .and if
'ENTGINEER so confinii% OW1VER'shiill,. upon.rcceipt kif
'CONTRACTOR'S fmal Apphtntion i5* Payiffi tt aml
recummendatien of L'NCULM end without terminating,
the Agrdemnt, emake paynientof the balance due for that
portion ofthe'WorkMycompleted and accepted, if the
icniahng;bnlance to:be'held by OWNL•Rfor 'Work- ,not
fully completed or coirectal is less than the retainage
stiputated'in',the \greeaieat, and if, Bonds, have been
fimushed as requvzd in paragraph 5.I1 *:tfte•written consent
of the surety, to the payment of the balance due.for tliat
kationufthe Work fully completed and:accepted shall lx
submuted by CONTRACTOR lo'L•NGTNCEIZ with the
:;(pphcation_ for such: payment Sucli payment shall be
made under the Lems'arid conditions,-goveming final
payment; except that it .shall not cointitute:a�waiver of
claims.
'6Vaf11e7 ofcMims.
14,15..'flit, make ig atul acceptance 6ffual paynimt.Nvdl
constitutes
1:4, I5.l,a wailer of atf claims'.by OWNER,. again#
C OIv TRACTOR except claims arising Iom
wsetded Liens,.fr m.e4fecme Work appesring nffer.
31
1
final inspection ;,pitrsuant to ,paragraph 14 11,..trom
Gidure to complywith _the Contract DocumenLs or thz
terms of.ariy spccial�guarantees sprciGrd therein, or
from CONFFRACT.OR's•coiainumg obbgatidints under
the Contract DocLa tents: aril
14.15^. A' waiver of all .claims by CONTRACTOR
."< rise OWNER' other tlhvt those previously made in
'wnuhg-andstill unsettled..
ARTICLE 1,5-SUSPE`1SION OF WORK AdND
'CE&�[IL�ATfOY
ORiVER":ilaySu�pend� 14"ark.-.
15.1. At any time and without cause, OWNER may.
suspend the Work or any portion thereof for a period 'of -not
more .than. ninety days by notice in writing to
CON'rRAcrOR,andENGINEER which will fir, the, date
art which, Work will he resumed: CONT RA&M' shall.
reaime the Work- on the date so fixed 'CONTRACTOR
shall he411o%- d an adjustment in'the Contract 13iceor an
extension. of the, Contract Times, or hKiih. directly
attributable" to .any such suspiinion' if (;0N,rR:A(3r0R
makes. an apprdvLd claim therct'or as ,provided. in
:\rticics I I am In.
01KYER Jlay Tffnutiate:.
15:1 Uport the occurrence of arty one or more of the.
Collowingcvaras:
15.?1, ifCONTRACTOltpersistently thils to, perform
the Work in accordance with thL coritnid,Doctirn&ts
(inchtding: but notlintitedto; failure tosupply_sufficient
skilled workers or suitable materials or equipment or
failure to,'adhere: to --the p[ogress- schcdule esutblished
undzr;purtpi ag'3,9 Rs adjusted front .tame to'tini
pursuant to parai raph 6.6);
if 'CONTRAi_7OR disregards .Laws. nr
R�tihttigtvs of any pubic liodv; Having jurisdiction;
1 2:3., if CO TR.,1CTOR disregards tiie kakority of
ENGUvEER_ or _
I-5.24, if CONTRACTOR 6therwLse violates„in: any
•substant"I '-way, arty provisions. of the Contract
�1knvments
O}VNER, may, after giJing CONI'R.-ICTOR (and dii
surety,.if.any):seven days';kyntt@n notice and tc•the extent
permitted. by: Laws -rind Regulations, terminate the'serviixs
ofCUM RACTOR:_cxcluild CONTIG\C.TOR-ffam the_ site
and take possession of :the Work and of gall'
CONTRACI'OR's fouls. appliances, construction
equipment .md machincery at the site and' use the.same to
the Cull eetentthey could' be NR used b1 COTRACTO
(without liability to CONTRACTOR •for trespass, or
conversion incorporate in the, Work: all mstrnals ar d
equipmentstored at the site or for which"OWNP-k has paid'
E1CDC QENMAL CO -Iv ritoz< I!)IO" 1p')9 EiLtimt-
'�� "WI CITY OF FORT 0OLLIMMODItIC•C11ONS IREV420110)'
CONTRACTOR but which ;ire stored etsewhere; and
fmisli the:\Vork as OWNTiR may deem expedient, In,=h
case CONTkaCTOR shall not t;e entitled w receive any
further payment until the Work _is finished 'If the unpaid
halance.of the Coraract.Rice exceeds all claims, costs.
•losrzs and damages sdstainiad hi• OWNER arising out of
or msul'tinn. from completing the Work such excesswill be
paidto CdNI M\C.TOR If such claimss .costs, losses and
damages•: exceed such unpaid battmce, CONTRACTOR
shall pay thr,diLTerencc to.OWNER,. Such claans:.cbsts,
or
15.3. Where CON'IiRAC 0It:s.serviw% have K:en:'..so.
.termiimted..by OtVNER, the termi_riation' will not. affect
any rights' or remc.dcs, ut OWNER. .a-ainst
-CUNTRACTOP then.eptii sng or which, may -thereafter
aecrue, Any retention or ;payment of moneys due
CCAJrRAM'OR by OW?iER' will not. Yclease.
WiN I RACrOR"Hai liability-,
13A 'Upon seven -day.� written :nodcc to
'C0N7'Ra(.'I'OR :and E,IUINFf: OWNM'•may,
without cause _andcvithbutpnjudicc to any other riot or
remcdy,bf OWNNER: elect ioltzrrtiinatc the Ageement. In
such ' case,'
(:ONTR.,v r0R' hau; he paid '(anthout
duplicati thof anyitems).
15.4.1. for completed and acceptable. Work executed
imaccordancc with the Contract Documents prior to
the eMctiv ,data: or termination,, including: fair "and
reasonable, stints, for overhead and.ptofiton such
Work.
15;4.2 for expenses sustained prior to the elTective
dada of tennination in petformtng services and
hiinishing labor,materials or eGuipment'as,rtiqutred.
by ,the, Contract 'Documents, in connection with
uncompleted" Work, plus Catr artd'reasonoblz sums for
oycdwad'and profiton such expenses;.
1,543_ for all clabiis, "i: %K' losses and damages
ureuirod, ui settlement ofterminated contracts -.with
Subcontractors, Suppliers : nd'olherS •and
15 -1:: for reasonable expenses directly"aftiibutable
«)term ination.
CONialcACTOR: shall not be pid'on accounl.oI loss bf
ariucipated profits or revenue or other ec(uiomic loss
arising out of c r reselling".from such termination
C6iV1'2LCT0R,lfay Stop Work orTerriii.gmei
ISA IC through no actor fault of CONTRACTOR, the
Work is suspended ror a'period of.Wure then -ninety days
try+• OUTiER; or tuider an order of court or other _public
authority, or F-2;0rNEER: fads,to,act on any" Application
for Payment within. thirty days after it is submitted er.
OWNER fails for thirty days'to pay. C )t YCRAC Tt)R any.
I
1
1
I
sum finally detatninied to be due, lien COVfRACTUR
may, upon seven days' written nobie to. OWNER ' -and
ENGWEER and provided OWNIM or.ENGWEER. do not
remedy such suspension or -ladum within that time.
ternunatei :the .Agreement.and recuver from OWNER
payment on the same'terms'as previdedjn reragraph 15A..
In lieu of terminating the :4gcemcnt and without prejudice
,to any otl er.right or remedy, if l3NGl2N= has,faded to
.act on an Application for Payment iiithin thirty days after it
is submitted. or OWNER fats failed for:thirty days to pay
CONTRACTOR any, suniz finally determined to be flue.
CONTRACTOR may upon seven days ,%vnL1m notice .to
OWNGR mid GNGINEGRsmp the Work until lruy-mentof
all such, amounts due CONTRACTOR, including interest
thereon' The provisions or this ,pamgmph I» 'are not
'intended to'pfecludcCONTR?eCTOR from making claim
under Arlirdes I I- and 13 for an increase in Contract Price
or Contract:riritcs or otherwise for expenses`,ordamage
directly attributable to CO\*TRAcrofes stopping %York as
permitted by this paragraph,
ART IC L6.16-1? iW(F1'. E RESOI,urnxV
If and to the cstcnt that OWNTER and CONTRACTOR
have agrees% on the method and procedure lbr resolving
disputes between them, -that may. arise under this
Agreement, such disputcre olution mcthal:and proce._durel.
if any, shall 'be as set Forth in PshibitGC-A, - Dispute
Resolution Agreement , to be attacked hen:to-and. made a
pirt hereof.. If no suchagreement, on. the method and
procedure for resolving such disputes has been reached;.
and subject :to.the provnsions.of paragraphs- 9.10, 9.11. -and
-
9,l<'. OWNER and CONTRi\C OR may-exercisesuch
rights. or remedies a. either may othenise have under. the
Contract Documettts,cr by Lawvs.or Regulaticm in respect
of any. dispute,
ARTICLE 17-INMISCELL.AINTOUS
G7iiitg iVritico.'
17.1- Whenever any provision of the. Contract
Docamo-lu requires. the givvas of written notice,. it will be
deemed to have beegvandly given if clelivaed in personto.
tke•inrliviiltiaL or ton. member of the firm. or to.an n officer of
the curWralion for whum'it is'intended: or if delivered at or
sera by.ieersterr l prepaid; in the
last businesi•edrhess lotbwn to the pyerof the notice:
17:2t Computafiuirof Tune:.
17?.1. When any period,oftiine i rereaed to in the
Contract Documents by days. irwvili'Lx cumputcd do
cu ltick ' the 'first. idiot include the last,day ,of such
period IF the last day of Tay such period falls on a.
Saturday or Sunday or on a,day made a legal holiday
by the Is W of the apphcable.jurisdiction such day will,
be omittedfromthe cottipurapon_ "
E•JC'L)CS;bNtR4l:,COND171U.�S 191U$ (17Ni E:ifi[iui1,
wIa'iY ofrolrr cnLCINsslounaCATtoss(K- v,trzona
1:7:12: A calendar day of twenty -rota hours measured
from,niidriieht to the nest midnight will constitute a
.may
Niltice oj(,:iauit
17.3 ; ,Shaiatd UIVNER or GO.�ITR:\GTUR aifferinjury
or damage .'to person or.property because of .any crror,
omasstonaracl of the other purty,or of any of theother
pnity e.mplovees of agents or others'for whose:gcts the
other party is legally liable; claim will bemade'm wvrttirm
to'the other prry within reasonable .tame of.tka first,
obscrVance of suchamjury or dama5c.. The provisionsof
this paregrjph ,17 'shall' not be construed as a substitute
for or a waiver of the provisions of, any applicable statute
.of limitations or repose.Cttt"l atra•e ReirrerLes�
17.d. The duties .and vbligations ,imposed by. these,
General Conditions and the.nghts and rarredies available
hereunder to the parties hereto., find. iii palicular but
wahout- limitation, the ;vamnnm guarantees aura.
.obligations imposed uponCON.1 RACfOR by
pamgraphs6,12,'6.1(�630,ti:3,L,632, 111-, 13-1'; 13,14,
14,3 and F5.2 and all'of the rights andremcdies avalahlc
to 011'NFR and FNGiNF,ER thc*munder are. ihaddition
to, and are not to be construed m any' wi•a} as a.li citation
of rang rightward remedies available.to any or all' o£them
wfucH.aie otherwise impizcd or available 6y Laws or
Regulations.by special warranty or guaramce or -by -other
previsions of the Contract Documents; and the provisions
of .this prmgmph will' be as etlective as if rcp Lntcd
specifically in the Contract Documents in connectlon.with
eachparticul_ar duty; obligation, right andremedy, toyvkich
they apply:
Profecrioaul Fees and Court Cox& Inctuda
171 'Whenover' referene is made to "claims, costs;
lossesand 6niagcs% it shall'include in each Casa: but not,
be limited to. all feel and charges of eneineers• arehitcc(.s,
,attorneys and other ,professionals and all court or
arbittdtionor. other dispute resolution costs.
17.6: 'The laws ot_±L tale o�C,glcradq app y to: is
Agreement Reference to two pertinent Coltirarkn swtutgs
,are as'follows-
17.6.2. -if a claini••is Chid. OWNER is reutrired•bv
law (CRS:38'26-107) to withhold from all.lavments to
.CONTRACTOR -sufficient .(=Js to- insure the
paymrcnt of all claims for labor, materials, team hire_
stutemtncr.- broviston's. Provender, orother.'suooites
used or consumed bv- CONTRACTOR or- his
33
L��
EIODC r2.*Y XL CONDITION 611)�S,if`JW Mdwl
34 a9CTCYO6 FORT COLUM MODIFICA f1(jNS1AL%'42000)'
I
I
I
I
1-1
11
leff blank
I
I
I
I
I
EATCOENUULCO14DMO,`. t9VR
;VJCI rY OFFOR,f COLU NS40DI-FICA HON'S flk B`4�726001
F�
I
11
SECTION 00100
INSTRUCTIONS TO BIDDERS
-6xDCGENM.xL CONUMONS 010-S
35 wtCTFrOF*rORf COEIUM
1
11
1
1
'E.YHTBIT CC -A :to Ceneral'Condltions
of' the, Construction Contract •Bchvicen
OWtN_ER:ani1 CONTRACTOR
-DisPUTI'E-RESOLU NAGRMIC•NT,.
O\VVER and 'COAt'l ACTOR' hereby agree that
Article :16 _uf the Gcnmal.Conditicns of he'Corstrutiun
Contract' heiwcen OWNER `and CONTRAC"COR' is.
amended to include the following agegment of the cartiew "
to.l. All _claims, disputes and .other, mattersin
question betwuen'OWNER .and CONI PUC rOR :arisrrg•
out of or relating to thc-< ootr3ct Documents or.the breach
thercbf (exceptforclamas.which havebccn,watvcdby� the,
nicking or acEeptance of final.payment as provided .1_iy
paragaph 14.15) will. be decided by arbitration in
accordance with. the, Construction :Industry .arbitration
Rciks of the American Arbitration Association 'then
bbta.". hag, subleot to the limitations of the. Article 16 This
agrccment so tci.arbnraic and any other agreement -or
consent to arbitrate entered'into in accordance herewith as.
proiidcd In this:Articic_16 wilFbc,specifcally enforecvible
under the prevailing law of ant court havingjurisdiction,
'.16.2. No demand far arbitration of any claim, disputc-
or other :natter that .is required . to tic rerei ed to
ENIGNELR iriiimlly for decision imaccordince with
pamgmph 9'.J 1.'will he made _until the carlieror(a) the -date
on. which ENG NtrEM has..rciidcrcd a written decision or
(b) tha that} first day after the parties have presciit2d their
,ev,idence to`LtiGDtEa-if a. written decision has not been
rendered by VGIri<EM before that dit� {fo demand for
arbitration of`anv'such claim,. dispute. or odiet matter will -
be made late titan that.• days after the date on which
ENGINEFR. has rendcred,a rtinttcn decision tin respi.�et
thereof in:iccordance,, With paragraph 9 11. and the faikure
to.demand arbitration .within.said thirty day!e period Wi1L
result in 4NGINELR's decision being final, and binding
upon_ OWNER. and CONTRACTOR- If•ENGINEER
renders a decision after arbitration pruccedin6s have been
initiated, -such decision may be entered as evidence but will
not supersede the arbitration: pioccodingyex&l5t where'dic.
decision is acceptable to the partiesconcemed; No demand
for arbitmuon of ern written deelsuin of L.NG WEER
rendered in accordana with para`grlplt _9.10 will be made
later thantert days after the pwtymastng"such demand has,
delivensl' wriften notice of intention tq appeal, s provided
in pvran-api 9:-
16.3. Notice at' the.demand fin•, arbitration will be
Cited in writine'with the other panty. ta'the Ageentent and -
with he Auierium arbitration assa.ialioit and a copy vrill
be sent'to EIv�GRMR "for information -'The demand for
arbitmtion wall be.made withui the firty lay or wo-day
period q)cerned In paraeraph.l6.2 as applicable and in all,
other cases within a reasonable ume after the claun, dspule
or other matter in question has'aiisen„and'in'no event. shall'
any such demand be made after the slate Am institution of
IegeL'or"eyuuable pro 5ecdings based on such claim d spate
or other.' matter in question ':=uld tic. Barred by the
applicable statute of limitations:.
bC'DC GENEi6l_ CO IATIONJ 1910-3 l t 9911 Wtirni
•xi f«•[Ty (1F FORT COU.INS MODFFICATTO\S;(RF_I,Yr99)
16.d. Except as ptuvlded in Oaragraph' 16.5" balarv;
�no aibifrattion arising out of or relating to, the .Contract:
Dticcuncnts shall include by.contsolidaiicm. jiiinder...inany,
other manner' ani• other person or entity (incl cling
F UQ(EEf E tGlt EEft's C'onultanL and he. offcers..
.directors aeents, employ or consultants of any`uf them).
.who -is act a party,tb ihis'e mtract'unless:
1&4 I. the. inclusion of sueh'otha.pason or.erdiiy is
necessary-il complete rchel Is to be affor,.k&amutg:
these who are already partic to the arbitration ant[
16-1.'_:.such other .person or entity, is substantially
involved involved in a question of latY or fact which is common
to those who, are already parties to the arbitration. and
which will arise in such proccedinys and.
16,43, the written consent of the other persci7. or
entity sought to .'be .included and -of OWNER and
C'ONTRAC TOR has been obtained for such inclusion;.
which..consent shall• male specific reference to this.
paragraph;,hut,nosucheonsent.shall constitute consent
to.arbitmtion btany dispute not specifically deicribcd
In,�such consent .orIto- arbitration with any party not
t7secitically identified in such consent
165: Notwithstanding paragraph 104.':if a'daim:,
'dispute or. other matter in.quesuon,between O\6NER'. and
C0N7MICT0R involves the lVork of,a Sub: c uractor,
either OWNF,R or (`M11 RAUFOR may .join such
Subeontmctor as a party to the arhitmuon between 01 INER.
and cONTR'AC 1 OR hereunder: CONT,RAMOR shill'
include 'In all. subcontracts tequired'by paragraph 6.11 �a,
spcct iic provvjsion w'hcrcb}- the Subcontractor cgnscntstto
tieing joined in an' arbitration bchveen O%VhLER_ and
CONTRACTOR involving the ' �eVork of such
Subcohfractor.. Nothing in.this pamgraph 16.5 nor'in.the
provision of such subcontract asnsenting to joinder shall"
,create any claim; right. or cause of action infavor of
Subcontractor' and 'aj;mns =N'ER. ENGLNEER or
'Gi IC;NGLR'sCorvsti Rants tint{ des imt isthc[wise i•rist,
16,6, 'The.award'rendered by the arbitrators will be.
fmnl,judgmcntanay'Ix enured.ulxin,iainanyeourthaving'
Jurisdiction thereof ana',ii will not be subject .to
mahLc.dtion br appeal:
16.7: OWNER-wnd,CONTRACTOR agree licit they
shall lust -'-submit .anyand .all unsettled cl`aims,.
counierc6ints, `disputes and other matters ui question
bawecn them anstrg�, out.. of or relating to the, Contract
Documents or{he breach there-QQ'drspules 1, to mediation
by the Arnerican Arbitratirin Ass ciati n, under the'
Construction. Industry- Medation Rules of the American
Arbitration Association prior to either of'thein initiating.
ugainst the .other a demand for ,arbitration pursuant
p:uagaphs -16.1 through.- t66 tmless: delay ,in. tmuating-
arbitration . would irrevocably prejudice one of the-partici.
fhe rQ*cuve=thirty and ten, day time linids:within which
,fo file a demand for arbitration as.provided'in paraeraphss
16,2 and 16:3' above shaH be suspended With resWet .to a,
ilisputc submitta& to medwicn within those, same
apphcabielime limits and.shall remain suspended until ten
days after the teimination`of the mediation. The mediator
of any-disputc submitted to m sliation.under this Agrccm erit
steal! not serve as arbitrator of such'dispuie'unlessutherlvtse-
,at,�eed
GC.rll
Eid)c uENIERAL CONDI rioNsq 91 o..3 ( t 9,Jij Eeam')
%vf rlTV,OF FORT CoLl -TNNfl)DIF ICATFQ\SaRFV 919 4)
61; 14ftlel►[1I1I:I1I17
SUPPLEMENTARY CONDITIONS
11
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of
Fort Collins modifications) and other provisions of the Contract Documents as indicated
below.
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph
numbers of the General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have
limits of $1,000,000 combined single limits (CSL). This policy
will include coverage for Explosion, Collapse, and
Underground coverage unless waived by the Owner.
5.4.6 The Comprehensive Automobile Liability Insurance
policy will have limits of $1,000,000 combined single limits
(CSL).
5.4.9 This policy will include completed operations
coverage/product liability coverage with limits of $1,000,000
combined single limits (CSL).
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule zero 0 days lost due to
abnormal weather conditions.
I
1
SECTION 00900
1
ADDENDA, MODIFICATIONS AND PAYMENT
1
00950 Contract Change Order
00960 Application for Payment
1
1
i
i
1
1
1
1
i
1
1
1
1
1
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Concrete Maintenance Project Phase I
CONTRACTOR: Vogel Concrete Inc.
PROJECT NUMBER: 7361
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER 0.00
TOTAL PENDING CHANGE ORDER 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST $ 0.00
(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
cc: City Clerk Contractor
Project File Architect
Engineer Purchasing
DATE:
DATE:
DATE:
DAT
Section 00960
APPLICATION FOR PAYMENT
PAGE 1 OF 4
OWNER: City of Fort Collins
PROJECT:
APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER:
CONTRACTOR:
PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS
Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as
NUMBER DATE AMOUNT
follows:
1
2
Original Contract Amount:
3
Net Change by Change Order:
Current contract Amount:
$0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage:
$0.00
Less Retainage:
Net Change by Change Order $0.00
AMOUNT DUE THIS APPLICATION:
$0.00
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the CONTRACTOR.
Date: By:
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date: By:
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date: By:
Payment of the above Amount Due This Application is approved by the OWNER:
Date: By;
APPLICATION FOR
CONTRACT AMOUNTS PAYMENT
Work Work
Completed Completed
This Previous
Bid Month Periods
Item
Unit
Number Description Quantity Units Price Amount Qty
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
Amount Qty
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Work
Completed
To
Date
Amount Qty. Amount
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
PAGE 2 OF 4
Stored
Materials Total
This Earned Percent
Period To Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
M M M M M M M M M M M M r M M M M M M
CHANGE ORDERS
APPLICATION
FOR
PAYMENT
PAGE 3 OF 4
Work
Work
Work Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials Total
Item
This Earned Percent
Unit
To
Number Description Quantity Units
Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS CHANGE ORDERS
$0.00
$0.00
$0.00
$0.00
$0.00
PROJECT TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the Standard
General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the
meanings assigned to them in the General Conditions. The term "Bidder" means
one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a
Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified,
responsible and responsive Bidder to whom OWNER (on basis of OWNER's
evaluation as hereinafter provided) makes an award. The term "Bidding
Documents" includes the Advertisement or Invitation to Bid, Instructions to
Bidders, the Bid Form, and the proposed Contract Documents (including all
Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the
Invitation to Bid. No partial sets will be issued. The Bidding Documents may be
examined at the locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither
OWNER nor Engineer assumes any responsibility for errors or misinterpretations
resulting from the use of incomplete sets of Bidding Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and
00430 fully executed. .
2.4. OWNER and Engineer, in making copies of Bidding Documents available on
the above terms, do so only for the purpose of obtaining Bids on the Work and do
not confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must submit
at the time of the Bid opening, a written statement of qualifications including
financial data, a summary of previous experience, previous commitments and
evidence of authority to conduct business in the jurisdiction where the Project is
located. Each Bid must contain evidence of Bidder's qualification to do business
in the state where the Project is located or covenant to obtain such qualification
prior to award of the contract. The Statement of Qualifications shall be prepared
on the form provided in Section 00420.
STORED MATERIALS
SUMMARY
On Hand
Item Invoice Previous
Number Number Description Application
Received
This
Period
PAGE 4 OF 4
Installed On Hand
This This
Period Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00 $0.00
e= IM M M r i M M M M M M M =1 M M w
2012 CONCRETE MAINTENANCE PROJECT— PHASE I
GENERAL REQUIREMENTS INDEX
SECTION
PAGE NUMBERS
'
01010
Summary of Work
General Requirements 2-3
01040
Coordination
General Requirements 4-5
01310
Construction Schedules
General Requirements 6-7
01330
Survey Data
General Requirements 8
1
01340
Shop Drawings
General Requirements 9-11
01410
Testing
General Requirements 12-13
1
01510
01560
Temporary Utilities
Temporary Controls
General Requirements 14
General Requirements 15-16
01700
Contract Closeout
General Requirements 17
01800
Method of Measurement and Basis of Payment
General Requirements 18
L
I
[1
f
I
I
I
I
I
I
0
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
A. This work shall consist of the removal and/or installation of concrete curbs, gutters, sidewalks, crosspans, aprons,
drive approaches, inlets, concrete pavement, and pedestrian access ramps and placement of temporary asphalt
patching adjacent to new concrete 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
Engineer, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds to cover
the Owner's costs in providing field engineering and/or inspection services because of such work. The cost for
field engineering and inspection shall be $50.00 per hour.
1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES
A. Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when
prosecution of the Work may affect them.
B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to
temporarily deny access or services.
C. Contact utilities at least 48 hours prior excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of
work schedule and any items which would affect their daily operation.
E. Darren Moritz and/or Kathleen Maddox will be the Program Manager/Project Engineer
Darren Moritz 970-221-6615 Office 970-221-6218
Kathleen Maddux 970-221-6615 Office 970-222-8781
F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's
convenience.
u
General Requirements - Page 2 of t3
I
1 SECTION O1010
SUMMARY 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
1
Local Contact:
Pat Kreager970-566-4416
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: 221-65 81
Emergency: 911
Police:
City of Fort Collins Police Department
'
Non -Emergency: 221-6540
Emergency: 911
Postmaster:
US Postal Service: 225-4111
Transportation:
Transfort: 221-6620
Traffic Engineering: 221-6630
END OF SECTION
I
Larimer County Sheriffs Department:
Non -Emergency: 221-7177
Ambulance:
Poudre Valley Hospital
Non -Emergency: 484-1227
Emergency: 911
General Requirements — page 3 of 18
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONS[BIL[TIES
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 Contractor' s 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 Engineer shall invite all utility companies involved.
4. The Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated
schedules.
5. The Engineer 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. Engineer may hold coordination conferences to be attended by all involved when Contractor's operations affects, or
is affected by, the work of others.
1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Engineer.
1.3 PROGRESS MEETINGS
A. Contractor and Engineer's Project Representatives shall schedule and hold regular progress meetings at least
weekly and at other times as requested by the Engineer or required by the progress of the Work.
B. Attendance shall include:
1. Contractor and Superintendent.
2. Owner's Representatives.
3. Engineer and Project Representative.
4. Traffic Control Supervisor
5. Others as may be requested by Contractor, Engineer or Owner.
General Requirements — page 4 of 18
' SECTION 01040
COORDINATION
i C. Minimum agenda shall include:
1. Review of work progress since last meeting.
2. Identification and discussion of problems affecting progress.
' I Review of any pending change orders.
4. Revision of Construction Schedule anticipated two weeks in advance.
D. The Engineer 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
I
I
u
[I
I
I
I
IGeneral Requirements - Page 5 of 13
t
SECTION 01310
CONSTRUCTION SCHEDULE
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 complete work sequence of construction by activity and location for the upcoming two week period.
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.
? 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 Engineer, and with each application for progress payment.
B. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
General Requirements - Page 6 of IS
SECTION 01310
CONSTRUCTION SCHEDULE
' 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.
r
I
I
I
t
END OF SECTION
General Requirements - Page 7 of IS
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 Surveyor 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.
G. 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 8 of 18
SECTION 01340
SHOP DRAWINGS
1.1 GENERAL
A. Submit Shop Drawings, Samples, and other submittals as required by the individual specification.
1. Engineer will not accept Shop Drawings or other submittals from anyone but Contractor.
B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by Engineer prior to the time set
forth in the approved schedule will be reviewed at any time convenient to Engineer before the time required by the
schedule.
C. Any need for more than one re -submission, or any other delay in obtaining Engineer's review of submittals, will not
entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by failure of
Engineer to return any scheduled submittal within 10 days after receipt in of all information required for review of
the submittals or for any other reason which prevents Engineer's timely review. Failure of Contractor to coordinate
submittals that must be reviewed together will not entitle Contractor to an extension of Contract Time or an increase
in Contract Price.
D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication.
E. Do not use materials or equipment for which Shop Drawings or samples are required until such submittals, stamped
by Contractor and properly marked by Engineer, are at the site and available to workmen.
F. Do not use Shop Drawings which do not bear Engineer's mark "NO EXCEPTION TAKEN" in the performance of
the Work.
Review status designations listed on Engineer's submittal review stamp are defined as follows:
1. NO EXCEPTION TAKEN
Signifies material or equipment represented by the submittal conforms with the design concept, complies with
the information given in the Contract Documents and is acceptable for incorporation in the Work. Contractor is
to proceed with fabrication or procurement of the items and with related work. Copies of the submittal are to be
transmitted for final distribution.
2. REVISE AS NOTED
Signifies material or equipment represented by the submittal conforms with the design concept, complies with
the information given in the Contract Documents and is acceptable for incorporation in the Work in accordance
with Engineer's notations. Contractor is to proceed with the Work in accordance with Engineer's notations and
is to submit a revised submittal responsive to notations marked on the returned submittal or written in the letter
of transmittal.
3. REJECTED
Signifies material or equipment represented by the submittal does not conform with the design concept or
comply with the information given in the Contract Documents and is not acceptable for use in the Work.
Contractor is to submit submittals responsive to the Contract Documents.
4. FOR REFERENCE ONLY
Signifies submittals which are for supplementary information only; pamphlets, general information sheets;
catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Engineer or Owner in design,
1 operation, or maintenance, but which by their nature do not constitute a basis for determining that items
represented thereby conform with the design concept or comply with the information given in the Contract
Documents. Engineer reviews such submittals for general information but not for substance.
General Requirements —page 9 of 18
n
3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in
'
determining whether a bidder is responsible, the following shall be considered:
(1) The ability, capacity and skill of the bidder to perform the contract or provide
the services required, (2) whether the bidder can perform the contract or provide
'
the service promptly and within the time specified without delay or interference,
(3) the character, integrity, reputation, judgment, experience and efficiency of the
bidder, (4) the quality of the bidder's performance of previous contracts or
'
services, (5) the previous and existing compliance by the bidder with laws and
ordinances relating to the contract or service, (6) the sufficiency of the financial
resources and ability of the bidder to perform the contract or provide the service,
'
(7) the quality, availability and adaptability of the materials and services to the
particular use required, (8) the ability of -the bidder to provide future maintenance
and service for the use of the subject of the contract, and
(9) any other circumstances which will affect the bidder's performance of the
'
contract.
3.3. Each Bidder may be required to show that he has handled former Work so
that no just claims are pending against such Work. No Bid will be accepted from
a Bidder who is engaged on any other Work which would impair his ability to
perform or finance this Work.
3.4 No Bidder shall be in default on the performance of any other contract with
' the City or in the payment of any taxes, licenses or other monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine
the Contract Documents thoroughly, (b) visit the site to familiarize himself with
local conditions that may in any manner affect cost, progress or performance of
' the Work, (c) familiarize himself with federal, state and local laws, ordinances,
rules and regulations that may in any manner affect cost, progress or
' performance of the Work, (d) study and carefully correlate Bidder's observations
with the Contract Documents, and (e) notify Engineer of all conflicts, errors or
discrepancies in the Contract Documents.
4.2. Reference is made to the Supplementary Conditions for identification of:
Subsurface and Physical Conditions SC-4.2.
' 4.3. The submission of a Bid will constitute an incontrovertible representation by
Bidder that Bidder has complied with every requirement of this Article 4, that
without exception the Bid is premised upon performing and furnishing the Work
required by the Contract Documents and such means, methods, techniques,
sequences or procedures of construction as may be indicated in or required by
the Contract Documents, and that the Contract Documents are sufficient in scope
and detail to indicate and convey understanding of all terms and conditions for
performance and furnishing of the Work.
1]
1
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.
J. 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 Engineer 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 Engineer will
review for general information but not for substance.
c. For Engineer 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
Engineer to review the information effectively.
B. Manufacturer's standard drawings, schematics and diagrams:
I . 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 %z" x 11 ".
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, 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 10 of IS
I
SECTION OI340
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.
IB.
Minimum number required:
1. Shop Drawings.
1
a. Three (3) copies minimum, two (2) copies which will be retained by Engineer.
1.4
RE-SUBM[SSION REQUIREMENTS
A.
Make corrections or changes required by Engineer and resubmit until accepted.
B.
In writing call Engineer's attention to deviations that the submittal may have from the Contract Documents.
C.
In writing call specific attention to revisions other than those called for by Engineer 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.
IEND OF SECTION
I
I
I
[1
I
I
IGeneral Requirements —page It of l3
I
SECTION 01410
TESTING
1.1 GENERAL ,
A. Provide such equipment and facilities as the Engineer may require 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 hereof 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:
All performance and field testing specifically called for by the specifications.
All retesting for Work or materials found defective or unsatisfactory, including tests covered under 1.2 above.
All minimum call out charges or stand by time charges from the tester due to the Contractor's failure to pave,
pour, or fill on schedule for any reason except by action of the 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 ofall 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 Contractor' s control system shall
specifically include all testing required by the various sections of these Specifications.
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.
General Requirements — page 12 of 13
Q
I
SECTION 01410
TESTING
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 Engineer weekly.
END OF SECTION
General Requirements - page 13 of 18
SECTION 0 15 10
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.
1. Meters may be obtained through the Water Utility Meter Shop at 221-6759
2. Unnecessary waste of water will not be tolerated.
C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor.
L2 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 facilities from public view to the greatest practical extent.
END OF SECTION
General Requirements — page 14 of 18
I
1
I
I
I
r]
SECTION 01560
TEMPORARY CONTROLS
LI 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 watercourses by sanitary wastes, concrete, sediment, debris and other substances
resulting from construction activities.
1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site.
2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts.
1.4 EROSION CONTROL
A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities.
1. Measures in general will include:
a. Control of runoff.
b. Trapping of sediment.
c. Minimizing area and duration of soil exposure.
d. Temporary materials such as hay bales, sand bags, plastic sheets, riprap or culverts to prevent the erosion of
banks and beds of watercourses or drainage swales where runoff will be increased due to construction
activities.
B. Preserve natural vegetation to greatest extent possible.
C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion.
D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual.
1.5 TRAFFIC CONTROL
A. Maintain traffic control in accordance with the latest editions of 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 govem.
' General Requirements —page 15 of 13
I
SECTION 01560
TEMPORARY CONTROLS
1.6 HAUL ROUTES
The Engineer 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
l
General Requirements — page 16 or 18
J
' SECTION 01700
CONTRACT CLOSEOUT
' 1.1 CLEANING AND RESTORATION
A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work was
begun. This will include providing labor, equipment and materials for cleaning, repairing and replacing facilities
damaged or soiled during construction. The 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 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 Engineer shall be submitted prior to project acceptance.
1 END OF SECTION
I
I
I
I
IGeneral Requirements — page 17 of 13
I
SECTION O1800
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 18 of 18
SECTION 02000
PROJECT SPECIFICATIONS
' The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction", latest revision,
and the current Larimer County "Urban Area Street Standards" (hereafter referred to as the "Standard Specifications"),
latest revision, 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
Safety and Protection and Restoration of Property and Landscape
'
108
201
Prosecution and Progress
Clearing and Grubbing
202
Removal of Structures and Obstructions
203
Excavation and Embankment
208
Erosion Control and Inlet Protection
J
'
212
Seeding, Fertilizer, and Sodding
304
Aggregate Base Course
403
Hot Mix Asphalt — Patching
604
Inlets and Culverts
'
608 & 609
Sidewalks, Curb and Gutter, Drive Approaches, Aprons, Crosspans, Pedestrian Access Ramps,
Flatwork, and Concrete Pavement
623
Irrigation System
627
Pavement Markings
630
Construction Zone Traffic Control
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to
be submitted in writing to the Engineer and the OWNER. Interpretation or
clarifications considered necessary in response to such questions will be issued
only by Addenda. Questions received less than seven days prior to the date for
opening of the Bids may not be answered. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will
be without legal effect.
5.2. All questions concerning the scope of this project should be directed to the
Engineer. Questions regarding submittal of bids should be directed to the City of
Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as deemed
advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER
as having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in
the amount stated in the Invitation to Bid. The required security must be in the
form of a certified or bank cashier's check payable to OWNER or a Bid Bond on
the form enclosed herewith. The Bid Bond must be executed by a surety meeting
the requirements of the General Conditions for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until such Bidder
has executed the Agreement and furnished the required contract security,
whereupon Bid Security will be returned. If the successful Bidder fails to execute
and deliver the Agreement and furnish the required contract security within 15
days of the Notice of Award, OWNER may annul the Notice of Award and the Bid
Security of that Bidder will be forfeited. The Bid Security of other Bidders whom
OWNER believes to have reasonable chance receiving the award may be
retained by OWNER until the earlier of the seventh day after the effective date of
the Agreement or the thirty-first day after the Bid Opening, whereupon Bid
Security furnished by such Bidders will be returned. Bid Security with Bids which
are not competitive will be returned within seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be
substantially complete and also completed and ready for Final Payment (the
Contract Times) are set forth in the Agreement.
REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL
Section 104 of the Standard Specifications is hereby revised as follows:
Subsection t04.04 shall be amended to 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, and the day, date and times that the message on the sign is in effect.
(For example, if a street is to be patched on Wednesday, July 2, 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, W EDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M.,
Concrete Repairs) 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 Flagger
All information on the "NO PARKING" signs, with the exception of the type of work, date, and time 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 shall notify the Engineer to
arrange for 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 additional compensation for delays associated with towing illegally parked
vehicles.
Work performed by the Contractor without traffic control or placement of "No Parking" signs will not be paid for
under the terms of this Contract. The Owner may deduct 51,000.00 per day for each day traffic control devices are
not in compliance with these specifications. The Contractor shall not be paid for delays resulting from traffic control
issues.
At or near the end of each work day, a representative of the Contractor, the Traffic Control Supervisor, and the
Engineer shall meet to discuss the progress of the work, placement of traffic control devices including "NO
PARKING" signs, and required adjustments. The Contractor and Engineer shall also review and determine the
proposed means of handling parking and traffic control for the upcoming work.
Requested changes to the traffic control, including additional signs, barricades, and/or Baggers shall be implemented
immediately.
It is the responsibility of the Contractor to minimize any inconvenience to the puuhlic as a result of the work.
The Contractor shall maintain access at all times to businesses and schools impacted by their work. Construction
schedules shall be communicated to each business, school, and resident 43 hours prior to commencing work.
Traffic control shall be paid under Revision of Section 630, "Construction Zone Traffic Control" found herein.
Project Specifications -Page 2 of 39
REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL
NO
PARKING
Wed July 7
7:00 AM - 6:00 PM
CONCRETE
REPAIRS
END OF SECTION
Project Specifications - Page 3 of 39
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised as follows:
AUTHORIT 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.
PLANS, SHOP DRAWINGS, WORKING DRAWINGS, OTHER SUBMITTALS, AND CONSTRUCTION
DRAWINGS
Subsection 105.02 shall be amended to include the following:
The Contractor shall furnish the required submittals in TABLE 105-1 before the commencement of work. Three (3)
copies shall be furnished to the Engineer, two (2) copies will be returned to the Contractor upon approval. Submittals
shall not be measured and paid for separately but shall be included in the work.
TABLE 105-1
SUNINIARY OF CONTRACTOR SUBMITTALS
Section
No.
Description
Approval
Needed
Reoccurring
107.02
Topsoil Soil Analysis
Yes
Yes
108.03
Schedule of Work
Yes
Yes
203.05
Borrow Material Gradation
Yes
Yes
208.02
Erosion Control Devices
Yes
No
208.06
Spit[ Kit: List of items included
Yes
No
212.02 1
Bluegrass Sod
Yes
No
Aggregate Base Course Soil Anal sis
Yes
No
Concrete Mix Designs
Yes
No
Curin Com ound
Yes
No
Finishing Aide
Yes
No
N
MSDS Sheets for Curing Com ound and Finishin Aide
Yes
No
Traffic Control Plans
Yes
Yes
TCS ualifications reoccurs when TCS and flu ers chan e)
Yes
No
Resident Notification Letter
Yes
Yes
COOPERATION BY CONTRACTOR
Subsection 105.10 shall be amended to include the following:
The City's commitment to our Environmental NlanageutentSystem (ENIS) requires that vehicles on Cityprojects
shrill comply with the adoption of a "Limitation on Engine !riling" to reduce environmental impacts related to
construction. Please comply with turning off vehicles instead ofidlingfor Ion. -periods (more than three minutes,
as a general rule).
Project Specifications -Page 4 of 39
irl
' REVISION OF SECTION 105
CONTROL OF WORK
' Concrete construction and/or reconstruction operations 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 shall be installed by the City Traffic Division. The Contractor shall cooperate with the
schedule of this work to insure the timely installation ofnew loop detectors. The Contractor shall coordinate with the
City Traffic Division to insure that any cleanup required after the installation of the loop detectors will be completed
before concrete placement operations begin.
' COOPERATION WITH UTILITIES
Subsection 105.11 shall be amended to include the following:
' City Utilities, Streets, Parks, Traffic, 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.
INSPECTION AND TESTING OF WORK
Subsection 105.16 shall be amended to 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.
' 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.
MAINTENANCE DURING CONSTRUCTION
' Subsection 105.19 shall be amended to 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 be left un-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 street requires additional sweeping by City forces, the Owner shall deduct from compensation due the Contractor
sufficient funds to cover the Owner's cost to provide said service.
All cost of maintaining the work during construction and before the project is accepted shall not be measured and
' paid for separately, but shall be included in the work.
END OF SECTION
Project Specifications - Page 5 of 39
REVISION OF SECTION 107 '
SAFETY AND PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPING
Section 107 of the Standard Specifications is hereby revised as follows: '
Subsection 107.06 shall be amended to include the following:
Personnel on Street Maintenance Program (SMP) 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.
107.12 be include the following:
'
Subsection shall amended to
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 removal area adjacent to the concrete repair is five (5") inches or less in width, the Contractor shall clean the
area of all construction 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 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 concrete repair locations shall be completed within two (2) working nays
'
of the placement of the concrete.
Excavated soils from the repair locations may be stockpiled on site and used as backfill for the new concrete
installation.
,
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 '
placed during dry weather. The topsoil shall be fine graded to eliminate rough and low areas and ensure positive
drainage. The existing levels, profiles, and contours shall be maintained. '
If any portion of the area to be repaired is greater than five (5") inches in width, the Contractor shall clean and
prepare the area along the entire length of the repair location as stated above to a minimum of one (1.0') 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 39 1
' REVISION OF SECTION 107
SAFETY AND PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPING
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 (LO')
foot.
For concrete repair locations, the placement of sod shall be completed by the end of the first working day of the
week following the placement of the concrete.
Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction and
'
protected from damage by the Contractor. Sprinkler heads shall be salvaged and stockpiled on each property 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.
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 area requires 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 shall be considered incidental to the work being done and shall not be measured and paid for separately.
'
END OF SECTION
I
Project Specifications - Page 7 of 39
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised as follows:
SCHEDULE
Subsection 108.03 shall be amended to include the following:
A schedule of work must accompany fury bird, and shall include the number of working days per area to complete all
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 be amended to include the following:
The work shall be completed within the following calendar months:
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEPT
OCT
NOV
DEC
9' �tfi�4
��hPl 3l ih�r'F�Ii��Bi
'S���y
�I �Ndl���ll
l��911�i
�jq
'I't¢ ���'I
K 9 1 9 A
11MInn 31 l
3 1 M r S
�i �B i� ��I �lu0
�i lLlL i�rl�tl 1
�. s.J��I.IiIM+I
i
I�rlr'0I'�I�vd �4�
1��31j.�r slia(��III'�711M
II.!�iA
sl
ICI! Ali �II�flXl�I
hh�n�lalf�IIII�IA�,I
I'II PI�.t n..a'.:I'JI'�ild
ASV
�'IIA1+311.191nlidnl
DETERMINATION AND EXTENSION OF CONTRACT TIME
Subsection 108.08 shall be amended to include the following:
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 completed in one hundred forty (140) consecutive working days and during the months of March
through November.
FAILURE TO COMPLETE WORK ON TIME
Subsection 108.09 shall be amended to include the following:
Failure to meet the agreed upon milestones or fully complete the project in one hundred forty (140) consecutive
working days, shall result in damages assessed against the Contractor.
At the City's option, liquidated damages in the amount of $1,000.00 per day may be retained from any monies due
the Contractor, or the City may retain an additional Contractor(s) to complete the work, or portion thereof, and
retain any costs incurred above and beyond the bid prices of the Contractor from any monies due the Contractor in
lieu of liquidated damages.
END OF SECTION
Project Specifications -Page 8 or 39
' REVISION OF SECTION 201
CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised as follows:
CONSTRUCTION REQUIREMENTS
' Subsection 201.02 shall be amended to include the following:
When 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 and trimming of
tree roots.
END OF SECTION
Id
I
I
I
I
iProject Specifications - Page 9 of 39
11
REVISION OF SECTION 202
'
RENIOVAL OF STRUCTURES AND OBSTRUCTIONS
Section 202 of the Standard Specifications is hereby revised as follows:
'
DESCRIPTION
Subsection 202.01 shall be amended to include the following:
'
This work consists of sawing and cutting to facilitate controlled breaking and removal of concrete and asphalt to
a neat line.
'
CONSTRUCTION REQUIREMENTS
Subsection 202.02 shall be amended to include the following:
'
Sawing of concrete and asphalt shall be done to a true line having a vertical face, unless otherwise specified. The
depth of the saw cut in concrete and asphalt shall be of sufficient depth to ensure a vertical, smooth face, free from
breakage, or as directed by the Engineer. Dust created by sawing shall be mitigated by wet sawing or other means
,
approved by the Engineer.
Residue from sawing shall be removed by the Contractor at the earliest opportunity. Residue will not be allowed to '
run through the gutter flowline for more than 100 ft. The Contractor shall prevent tracking of residue onto the
roadway or walkway and shall prevent discharge into the storm drainage system. The Contractor shall use a storm .
water protection device or other means of controlling run off of residue as approved by the Engineer. See Section
208 "Erosion Control and Inlet Protection" contained herein. '
METHOD OF MEASUREMENT
Subsection 202.11 shall be amended to include the following:
Sawing shall be measured by the lineal foot. This item shall only be measured and paid where the Engineer directs
sawing not already being paid under another item. '
Sawing related to the items described in Revision of Section 604 - Inlets and Culverts, and Section 608 & 609
Sidewalks, Curb & Gutter, Drive Approaches, Aprons, Crosspans, Pedestrian Access Ramps, Flatwork, and
Concrete Pavement, shall be considered a subsidiary obligation of the Contractor, and shall not be measured '
and paid for separately.
Erosion control measures used during sawing are considered incidental to sawing operations and shall not be
measured and paid for separately. ,
Project Specifications - Page 10 of 39 1
REVISION OF SECTION 202
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
BASIS OF PAYMENT
Subsection 202.12 shall be amended to include the following:
Payment shall be made under:
Pav Item Unit
202.01 Sawcutting<4" LF
202.02 Sawcutting—Additional Inch Depth LF/IN
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 Sawcutting as specified in these specifications, as shown on the
plans, and as directed by the Engineer.
END OF SECTION
Project Specifications - Page I I of 39
8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment
described on the Drawings or specified in the Specifications without
consideration of possible substitute or "or equal' items. Whenever it is indicated
on the Drawings or specified in the Specifications that a substitute or "or equal'
item of material or equipment may be furnished or used by CONTRACTOR if
acceptable to Engineer, application for such acceptance will not be considered
by Engineer until after the "effective date of the Agreement'. The procedure for
submittal of any such application by CONTRACTOR and consideration by
Engineer is set forth in the General Conditions which may be supplemented in
the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
' 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors he proposes to use in the Work. Refer to Section 00430
contained within these Documents.
i10.2. If OWNER or Engineer after due investigation has reasonable objection to
any proposed Subcontractor, either may, before the Notice of Award is given,
request the apparent successful Bidder to submit an acceptable substitute
without an increase in Bid price. If the apparent successful Bidder declines to
make any substitution, OWNER may award the contract to the next lowest
responsive and responsible Bidder that proposes to use acceptable
subcontractors. Subcontractors, suppliers, other persons or organization listed
and to whom OWNER o� Engineer does not make written objection prior to the
giving of the Notice of Award will be deemed acceptable to OWNER and
ENGINEER subject to revocation of such acceptance after the effective date of
the Agreement as provided in the General Conditions.
' 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier
or other persons or organizations against whom he has reasonable objection.
The use of subcontractors listed by the Bidder and accepted by OWNER prior to
' the Notice of Award will be required in the performance of the Work.
11.0 BID FORM.
( 11.1. A copy of the Bid Form is bound in the Contract Documents which may be
retained by the Bidder. A separate unbound copy is enclosed for submission with
the Bid.
REVISION OF SECTION 203
EXCAVATION AND ENTBANKNIENT
Section 203 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 203.01 shall be amended 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", as hereafter described. The Contractor shall
dispose of all excavated material.
CONSTRUCTION REQUIREMENTS
Subsection 203.05 shall be amended to include the following:
General Excavation shall consist of the excavation of all materials of whatever character required for the work not
being removed under some other item.
The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have
been placed.
The excavation will be accomplished in the following manner:
General Excavation:
The areas to be removed will be marked on the surface with paint by the Engineer. A straight vertical cut shall
be made through the pavement, if necessary, 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.
Where excavation to the finished grade section (including General Excavation and Patching) results in a
subgrade of unsuitable soil, the Contractor shall remove the unsuitable materials and backfill to the finished
grade section with approved material as directed by the Engineer.
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:
Borrow shall be placed as directed by the Engineer. The minimum amount of borrow shall be one load
(approximately ten (10) ton). The cost for compaction shall be included in the contract unit price for Borrow.
Borrow material shall meet the grading requirement for Class l (Pit Run) or Class 5 (Road Base) Aggregate
Base Course. Class l Aggregate Base Course need not be crushed and can be of the pit run variety provided it
falls within the gradation requirements as shown in the Standard Specifications. The material required for the
specific location shall be directed by the Engineer.
Project Specifications - Page t2 of 39
' REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
' 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.
Borrow will be paid by the ton at the proper moisture. Haul and water necessary to bring mixture to optimum
moisture content will not be measured or paid for separately, but shall be included in the contract unit price for
' Borrow.
Load slips shall be consecutively numbered for each day, and submitted to the Engineer daily.
' METHOD OF MEASUREMENT
Subsection 203.13 shall be amended to include the following:
' 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 complete -in -place.
Subgrade preparation, moisture conditioning, compaction, haul, and disposal will not be measured and paid for
separately.
BASIS OF PAYMENT
' Subsection 203.14 shall be amended to include the following:
Payment shall be made under:
' Pav Item Unit
203.01 General Excavation CY
' 203.02 Borrow 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 Excavation and Borrow including haul, stockpiling, placing material,
watering or drying soil, compaction, proof rolling, finish grading, complete -in -place, and disposal of unusable materials
as shown on'the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
IProject Specifications - Page 13 of 39
REVISION OF SECTION 208
EROSION CONTROL AND INLET PROTECTION
Section 208 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 208.01 shall be amended to include the following:
This work shall consist of constructing, installing, maintaining, removing, and relocating when required, erosion
control devices during the installation of the Work and at a minimum at all inlets to prevent or minimize erosion,
sedimentation, pollution of any state waters, and infiltration of construction materials into the inlets. Work shall be
in accordance with the latest editions of The City of Fort Collins Urban Drainage and Flood Control District, Urban
Drainage Criteria Manual, the City of Fort Collins Environmental Standard Operating Procedures, (also see Section
04000 contained herein), and the Colorado Department of Transportation Standard Specifications for Road and
Bridge Construction.
Any loss of time or materials related to erosion and erosion control shall be the sole responsibility ofthe Contractor.
Any damage to surrounding properties or facilities, either on site or offsite, related to erosion caused by construction
of the project shall be the sole responsibility of the Contractor.
MATERIALS
Subsection 208.02 shall be amended to include the following:
Contractor shall submit the type of material to be used for erosion control measures prior to beginning the work. See
Details Section 03000 contained herein.
1. Inlet protection shall include sufficient length to protect around the perimeter of the inlet opening.
2. Erosion control devices around inlets near a load site shall be required.
3. Erosion control devices on the downstream side of an aggregate stockpile or truck washout area shall be
required.
Recycled Rubberized Inlet Protection shall meet the following requirements:
1. Infill material: Shredded recycled rubber
2. Weight: approximately 10 lbs per linear foot
3. Diameter: Approximately 9 inches
4. Geotextile fabric: Made of a durable fabric with a typical weight of 6-10 oz/yd.
CONSTRUCTION REQUIREMENTS
Subsection 208.03 shall be amended to include the following:
All erosion control measures shall be installed prior to starting the Work. Straw wattles shall not be allowed.
Devices shall be approved by the Engineer.
It shall be the Contractor's responsibility to ensure that all roads on or near the project are kept clean of construction
debris that may enter the inlets during the course of the work.
Inlet filters
All storm drainage system inlets shall be filtered before water is discharged into streams or onto adjacent
properties. These methods are applicable to existing and proposed drainage systems.
Project Specifications - Page 14 of 39
J
I
REVISION OF SECTION 208
EROSION CONTROL AND INLET PROTECTION
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 the City.
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-ooenine 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.
Maintenance
The Contractor shall continuously maintain erosion and sediment control devices to properly function during
construction. See Detail SC-5 contained herein.
All inlet protection devices 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 disposed of properly.
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 shall be amended to include the following:
"Stormwater Protection — Rock Filled Wattle" and "Stormwater Protection - Recycled Rubber Filled Wattle"
shall be measured and paid by the lineal foot for each inlet location when devices are installed and accepted,
whether the protection device is new or has been relocated, and as directed by the Engineer.
Inlet protection shall include sufficient length to protect around the perimeter of the grate. Excessive lengths shall
not be paid.
"Stormwater Protection — Straw Bales" shall be measured and paid per each installed and accepted, and as
directed by the Engineer.
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.
Street sweeping of sediment shall not be measured and paid for separately
Project Specifications - Page 15 of 39
I
REVISION OF SECTION 208 '
EROSION CONTROL AND INLET PROTECTION
Protection devices shall be installed at load sites and on the downstream side of stockpiles, base piles, and truck ,
wash out areas, or as directed by the Engineer, and shall not be measured and paid for separately.
All construction material that enters an inlet due to the Work shall be removed from the inlet interior and removed
from the site to an approved disposal location. This work shall not be measured and paid for separately. '
Erosion control measures used during sawcutting are considered incidental to all sawing operations and shall not be
paid for separately.
BASIS OF PAYMENT
,
Subsection 208.12 shall be amended to include the following:
Payment shall be made under:
'
Pav Item Unit
208.01 Stormwater Protection - Rock Filled Wattle LF
'
208.02 Stormwater Protection - Recycled Rubber Filled Wattle LF
208.03 Stormwater Protection — Straw Bales EA
,
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
1
1
I
Project Specifications - Page 16 of 39 1
' REVISION OF SECTION 21.2
SEEDING, FERTILIZER AND SODDING
' Section 212 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 212.01 shall be amended to include the following:
This work shall consist of soil preparation and furnishing and placing topsoil and blue grass sod in accordance with
' these specifications, accepted horticulture practice, and in reasonably close conformity with the existing topography
of the location. This work shall not include locations of concrete repair in which grade changes and additional work
does not occur. See Section 107 "Safety and Protection and Restoration of Property" found herein.
' MATERIALS
Subsection 212.02 shall be amended to include the following:
' Topsoil Topsoil shall conform to the requirements of Section 107, `Safety and Protection and Restoration of
Property" found herein.
Sod Bluegrass sod shall be nursery gown, 99% Kentucky Blue Grass and 99% weed free. Other sod type
may be used only if approved in writing by the Engineer. The 1% allowable weeds shall not include
any undesirable perennial or annual grasses or plants. Soil thickness of sod cuts shall not be less than
3/4 inch nor more than one inch. Sod shall be cut in uniform strips with minimum dimensions of 12
' inches in width and 48 inches in length. The Contractor shall submit a sample of the sod he proposes to
furnish. Said sample shall serve as a standard. Any sod furnished, whether in place or not, that is not
up to the standard of the sample may be rejected. Sod that has been cut for more than 24 hours shall not
be used.
' Each load of sod shalt be accompanied by a certificate from the grower stating the type of sod, and the
date and time of cutting.
CONSTRUCTION REQUIREMENTS
Subsection 212.05 shall be amended to include the following:
Sodding:
Soil Preparation: The area shall be cleaned with a minimum depth of four (4) inches (where topsoil does not exist)
I and a minimum width of one (1) foot, all irregularities in the ground surface shall be removed, and all edges clean
and vertical. Sticks, stones, debris, and other similar material more than'h inch in diameter shall be removed. Any
objectionable depressions or other variances from a smooth grade shall be corrected.
Topsoil Placement: Topsoil shall be placed and compacted with a minimum depth of four (4) inches. The amount
of compaction required shall be as directed by the Engineer.
Sod Placement: The minimum width for sod shall be one (1) foot. The area to be sodded shall be smooth. The sod
shall be laid by staggering joints with all edges touching. On any slopes, the sod shall run approximately parallel to
the slope contours. The Contractor shall water the sod once and notify the property owner in writing of the nature of
the work that has taken place, that the sod has been only watered once, and provide the recommended watering
ischedule for new sod placement as recommended by the sod supplier.
Sod placement/replacement required due to Contractor negligence shall follow the requirements of this section but
shall not be measured and paid for under the terms of this contract.
1
Project Specifications - Page 17 of 39
r1I
REVISION OF SECTION 212
SEEDING, FERTILIZER AND SODDING
BASIS OF PAYMENT
Subsection 212.03 shall be amended to include the following:
No measurement for payment shall be made for re -sodding lawn damaged by the Contractor adjacent to new
concrete, when the grade of the existing lawn reasonably matches the grade of the new concrete. Re -sodding in this
instance shall be considered incidental to the work being performed.
In areas where the Engineer directs new work or the reconstruction area requires grade adjustment the
placement of topsoil, sod, and sprinkler relocation will be provided by the City under separate contract.
Payment shall be made under:
Pav Item
Unit
212.01 Sod SF
212.02 LandscapeArrigation Labor HR
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all work involved in the placement of Seeding, Fertilizer and Sodding, including haul,
stockpiling, placing material, watering or drying soil, compaction, finish grading, complete -in -place, and as shown
on the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
Project Specifications -Page Igor 39
REVISION OF SECTION 304
AGGREGATE BASE COURSE
' Section 304 of the Standard Specifications is hereby revised as follows:
MATERIALS
Subsection 304.02 shall be amended to include the following:
Aggregate Base Course shall meet the grading requirements for Class 5. Recycled asphalt or recycled concrete may
' be substituted for Aggregate Base Course as authorized by the Engineer.
METHOD OF MEASUREMENT
' Subsection 304.07 shall be amended to include the following:
Aggregate Base Course will be measured by the ton at the proper moisture. Haul and water necessary to bring
mixture to optimum moisture content and compaction will not be measured and paid for separately, but shall be
' included in the contract unit price for Aggregate Base Course.
Aggregate Base Course shall be paid at 90% of the daily total amount as determined by the daily load slips
' submitted to and as accepted by the Engineer at the end of each day. The intended use of Aggregate Base Course is
to bring the subgrade of the concrete repair area to finished grade. The remaining 10% of the daily quantity
anticipates Aggregate Base Course being used as form board reinforcement, storm water protection, or for other
incidental items. If excessive waste above 10% becomes apparent, the quantity shall be adjusted and deducted from
the total daily quantity as determined by the Engineer. Aggregate Base Course contaminated from failure to protect
open excavations shall not be paid.
Borrow or Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be paid
' for at the unit price for Borrow under Revision of Section 203, Excavation and Embankment.
The accepted quantities for Aggregate Base Course shall be paid for at the contract unit price per ton.
' BASIS OF PAYMENT
Subsection 304.03 shall be amended to include the following:
Payment will be made under:
Pav Item Unit
304.01 Aggregate Base Course TON
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all work involved in the placement of Aggregate Base Course including haul and
water, stockpiling, placing material, watering or drying soil, compaction, proofrolling, finish grading, complete -in -
place, 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 19 of 39
REVISION OF SECTION 403
HOT NIIX ASPHALT - PATCHING
Section 403 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 403.01 shall be amended to include the following:
This work consists of the placement of hot mix asphalt as a temporary repair to provide vehicle or pedestrian access,
until such time as the permanent repair can be made.
CONSTRUCTION REQUIREMENTS
Subsection 403.03 shall be amended to include the following:
In all concrete repair locations, the Contractor shall remove no more than six (6") inches in width of asphalt
pavement. The pavement areas shall be temporarily patched with Hot Mix Asphalt grading'S', 'SX', or as approved
by the Engineer. Temporary asphalt patching shall be placed at the typical depth of two (2") inches. The depth of
patching may be increase to a maximum depth of six (6") inches as directed by the Engineer.
Prior to installation of the temporary asphalt patching the Contractorshall use a bond breaking material (i.e.,
curing compound, form oil, etc), as approved by the Engineer. The bond breaking material shall be applied to
the face of the new concrete adjacent to the temporary patch installation.
Temporary asphalt depths greater than two (2") inches shall have a paper bond breaking material or other
bond breaking method approved by the Engineer to mitigate damage to the new concrete during permanent
patching.
METHOD OF MEASUREMENT
Subsection 403.04 shall be amended to include the following:
The accepted quantities for Temporary Patching will be measured and paid for at the contract unit price per ton.
Pavement cutting, excavation, subgrade preparation, haul, disposal, bond breaking material, installation, and
bituminous material will not be measured or paid for separately, but shall be included in the contract unit price for
Temporary Patching.
Load slips shall be consecutively numbered for each day and shall include the batch time, asphalt grading, and
weight of asphalt.
BASIS OF PAYMENT
Subsection 403.05 shall be amended to include the following:
Payment shall be made under:
Pav Item
403.01 Temporary Patching
Unit
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 Temporary 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 20 of 39
' REVISION OF SECTION 604
INLETS AND CULVERTS
Section 604 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
' Subsection 604.01 shall be amended to include the following:
This work shall consist of the installation of, or removal and replacement of inlets, inlet decks, and sidewalk culverts
' in accordance with these specifications, and in reasonably close conformity with the lines and grades shown on the
plans or established by the Engineer.
CONSTRUCTION REQUIREMENTS
' Subsection 604.04 shall be amended to include the following:
Type R Inlets shalt be installed per CDOT M&S Standards, latest revision, standard plan number MS-604-12.
Care shall be taken during removals to salvage hardware material to the maximum extent feasible (i.e.,
frames, grates, adjustable bonnets, angle iron faces, steel rods, etc.). Salvable material shall be reinstalled in the
' structure or remain the property of the City of Fort Collins and shall be stockpiled by the Contractor at specified
locations within the project limits. The Contractor shall safeguard salvable materials and shalt be responsible for the
expense of repairing or replacing damaged or missing material until it is re -incorporated into the work, or is loaded
onto City equipment by the Contractor.
All reinforcing steel encountered during removal shall be replaced with new steel of the grade and size as shown on
the details found herein and shall not be measured and paid for separately.
' When concrete is to be removed and replaced around an existing grate without disturbing the deck or box, this shall
not constitute "Reconstruct Inlet Deck'. These locations shall be measured and paid for separately under the items
described in Revision of Sections 603 and 609 - Sidewalks, Curb and Gutter, Drive Approaches, Aprons, Crosspans,
Pedestrian Access Ramps, Flatwork, and Concrete Pavement found herein.
Expansion joint material shall be installed every 500' in long runs and between the new structure and existing
concrete slabs, where called for, and around fire hydrants, poles, inlets, sidewalk culverts, mid -block ramps, radius
L points at intersections, and other fixed objects (i.e., slabs or curbs). Expansion joint material shall be full depth,
installed vertically, and in accordance with the CDOT M&S Standards for Concrete Pavement Joints, MS-412-1.
The joint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section 412.18, sealing
joints.
' METHOD OF MEASUREMENT
Subsection 604.06 shall be amended to include the following:
"Remove & Replace" items for each inlet type and concrete sidewalk culverts shall be measured and paid per each
under the corresponding type of inlet or deck structure, shall include two, three and one half foot (3.5') transitions
measured from inside face of box on each side, and shall include furnishing new hardware material (i.e., bonnet,
frame, grate, etc.).
"Additional One (1') Foot Depth" items for each inlet structure shall be measured and paid by the lineal foot. The
typical inlet depth shall be three (3') feet, measured from proposed curb flow line to invert. "Additional One (I')
Foot Depth" items shall be used as the basis to increase or decrease payment when the actual depth varies.
Payment shall be made in addition to the "Remove and Replace" items.
' Project Specifications -Page 21 of 39
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the
form must be stated in words and numerals; in case of conflict, words will take
precedence. Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by -the
president or a vice-president (or other appropriate officer accompanied by
evidence of authority to sign) and the corporate seal shall be affixed and attested
by the secretary or an assistant secretary. The corporate address and state of
incorporation shall be shown below the corporate name.
11.4. Bids by partnerships must be executed in the partnership name and signed
by a partner, his title must appear under his signature and the official address of
the partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the joint venture
or by an authorized agent of each participant. The full name of each person or
company interested in the Bid shall be listed on the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the
numbers of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by erasures,
interpolations, or otherwise will be acceptable unless each such alteration is
signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to
identify any alteration so initialed.
11.8. The address and telephone number for communications regarding the Bid
shall be shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the Invitation to
Bid and shall be enclosed in an opaque sealed envelope marked with the Project
title, Bid No., and name and address of the Bidder and accompanied by the Bid
Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule
of Subcontractors as required in Section 00430. If the Bid is sent through the mail
or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time and date
for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made
by addendum. Bids received after the time and date for receipt of Bids will be
REVISION OF SECTION 604
INLETS AND CULVERTS
"Additional One (1') Foot Opening" items for each inlet or deck structure shall be measured and paid by the
lineal foot in addition to "Remove and Replace" or "Reconstruct Deck' for the corresponding structure.
"Additional One (1') Foot Opening" items shall be used as the basis to increase or decrease payment when the
actual width varies.
"Reconstruct Inlet Deck" items for each structure shall be measured and paid per each and shall include two,
three and one half foot (3.5') transitions, measured from inside face of box, on each side. Salvaged hardware
materials shall be reinstalled.
When only the throat of the inlet is marked for repair, the installation shall be measured and paid by the square
foot under Revision of Section 608 and 609, "Crosspan 8" — Remove & Replace".
"Material Only" items shall be paid per each only when existing material for the structure cannot be salvaged, does
not meet criteria, cannot be provided by the City, or as requested by the Engineer. "Material Only" shall be paid in
addition to the 'Reconstruct Inlet Deck" or "Metal Sidewalk Culvert - Salvaged Material" items for the
corresponding structure.
"Material Only" shall not be paid when damage to the existing hardware material was due to construction
operations or carelessness during removal and shall be replaced by the Contractor at the Contractors expense. The
Contractor shall notify the Engineer immediately when issues prevent salvage of the existing material.
"Nletal Sidewalk Culvert - Salvaged Nlaterial" shall be measured and paid per each and shall include
reinstallation of salvaged hardware material (i.e., frame, grate, etc.). The Contractor shall also provide new brass or
galvanized screws for the plate reinstallation.
` Nletal Sidewalk Culvert —Salvager/ Material "shall be constructed per the standard details contained herein for
Attached Vertical and Drive -Over Curb and Gutter (details D-10, D-11) with the following modifications:
Concrete for the floor beneath the metal plate shall be three (3') foot wide centered beneath the plate. The
subgrade beneath the concrete floor shall be compacted, firm, and non -yielding and have a transition slope
length of one (1') foot beyond the floor on each side (see details D -10 and D-11, sections B-B) and shall be
sloped to match the bottom of the grade for the adjacent or proposed concrete sidewalk. Expansion material shall
be installed full depth and set vertically at the top of the subgrade slope on each side of the chase.
The typical structure length, measured parallel with the sidewalk, shall be five and one half (5') feet, with
eighteen (15") inches from the edge of the plate to the expansion material on each side. "Metal Sidewalk
Culvert" shall not include adjacent sidewalk beyond the five and one half (5') feet structure dimension.
The installation of the plate shall be aligned flush with the back of the existing sidewalk and shall be offset from
the vertical plane of the flow line by a minimum of three (3") inches. Dimension variances of existing plates and
offset from the flowline shall be field fit to match existing conditions and shall be modified as directed by the
Engineer. In no case shall the plate extend flush with the vertical plane of the now line or be less than four (4')
feet when measured perpendicular to the sidewalk.
Hollywood style curb and gutter, an exception to the standard installation, shall be installed as directed by the
Engineer and measured and paid as agreed between Contractor and Engineer utilizing existing pricing to the
maximum extent possible.
"Nletal Sidewalk Culvert — N►aterial Only" shall be measured and paid per each based on 10.625 square feet
(standard plate size) and shall be paid only when existing material cannot be salvaged, does not meet criteria, cannot
be provided by the City, or as requested by the Engineer. "Material Only" shall be paid in addition to the "Metal
Sidewalk Culvert - Salvaged Plate".
Project Specifications - Page 22 of 39
I
I
I
I
I
I
I
I
I
I
I
I
I�
I
I
I
REVISION OF SECTION 604
INLETS AND CULVERTS
The standard dimensions shall be two feet six inches (2.5' measured parallel with sidewalk) by four feet three
inches (4.25' measured perpendicular to sidewalk), or 10.625 square feet. Actual dimensions may vary and shall
be verified.
"Metal Sidewalk Culvert - Additional 5/8" Plate" shall be measured and paid by the square foot, shall include the
518" thick plate and frame as designated in the drawings contained herein, and shall be the basis to increase or
decrease payment when variances from the typical structure size are required. The cost per square foot shall be used
to add or deduct from payment under "Additional Square Foot Plate" and shall be made in addition to "Metal
Sidewalk Culvert — Material Only".
"Concrete Sidewalk Culvert" shall be constructed per the standard detail contained herein (D-12) with the
following modifications:
The 95 bars shown in Detail D-12, section C-C, shall be extended to the end of the transitions on both sides of
the culvert and shall have three (3.0") inches of clearance from the expansion material installed at each end of the
culvert.
Expansion material shall be full depth and set vertically on each side of the culvert.
When only the throat of the "Concrete Sidewalk Culvert" is marked for repair, the installation shall be measured
and paid by the square foot under Revision of Section 608 and 609, "Crosspan 8" — Remove & Replace".
Expansion and caulking shall be measured and paid as "Expansion and Caulking" by the lineal foot under Revision
of Section 608 and 609, "Expansion & Caulking".
Sawcutting for items contained in this section shall be incidental to the work and shall not be measured and paid for
separately.
Erosion control measures used during sawcutting are considered incidental to all Sawcutting operations and shall not
be measured and paid for separately.
BASIS OF PAYMENT
Subsection 604.07 shall be amended to include the following:
Payment shall be made under: -
Pav Item
Unit
604.01
Type R Inlet
— Remove & Replace (5' Opening)
EA
604.02
Type R Inlet
— Remove & Replace Additional One (1') Foot Depth
LF
604.03
Type R Inlet
— Reconstruct Inlet Deck (5' Opening)
EA
604.04
Type R Inlet
— Reconstruct Inlet Deck Additional One (I') Foot Opening
LF
604.05
Type R Inlet
— Material Only
EA
604.06
Curb Inlet - Remove
& Replace (4' Opening)
EA
604.07
Curb Inlet - Remove
& Replace Additional One (I') Foot Depth
LF
Project Specifications - Page 23 of 39
I
REVISION OF SECTION 604
INLETS AND CULVERTS
604.03
Curb Inlet - Reconstruct Inlet Deck (4' Opening)
EA
604.09
Curb Inlet - Reconstruct Inlet Deck Additional One (1') Foot Opening
LF
604.10
Curb Inlet - Material Only
EA
604.11
Catch Basin - Remove & Replace
EA
604.12
Catch Basin — Remove & Replace Additional One (I') Foot Depth
LF
604.13
Catch Basin - Reconstruct Inlet Deck
EA
604.14
Catch Basin — Reconstruct Inlet Deck Additional One (l') Foot Opening
LF
604.15
Catch Basin - Material Only
EA
604.16
Modified Type l3 Curb Inlet - Remove & Replace
EA
604.17
Modified Type I Curb Inlet — Remove & Replace Additional One
(1') Foot Depth
LF
604.13
Modified Type 13 Curb Inlet - Reconstruct Inlet Deck
EA
604.19
Modified Type 13 Curb Inlet — Reconstruct Inlet Deck Additional One
(I') Foot Opening
LF
604.20
Modified Type 13 Curb Inlet - Material Only
EA
604.21
Concrete Sidewalk Culvert - Remove & Replace
EA
604.22
Metal Sidewalk - Salvaged Material
EA
604.23
Metal Sidewalk Culvert - Material Only
EA
604.24
Metal Sidewalk Culvert - Additional 5/3" Plate
SF
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 Inlets and Culverts, including demolition,
disposal, reinforcement,
and materials, complete -in -place, as specified in these specifications, as shown on the plans,
and as directed by the
Engineer.
END OF SECTION
Project Specifications - Page 24 of 39
C
' REVISION OF SECTION 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
Sections 608 and 609 of the Standard Specifications are to be deleted and replaced with the latest revision ofthe Larimer
County Urban Area Street Standards, except as noted herein:
DESCRIPTION
This work consists of the construction of concrete sidewalks, curb and gutter, drive approaches, aprons, crosspans,
pedestrian access ramps, and pavement in accordance with these specifications and in conformity with the lines and
grades shown on the plans or established by the Engineer.
MATERIALS
rThe mix designs for all types of concrete to be utilized shall be determined by the Contractor, submitted to the
Engineer two weeks prior to beginning work, and approved a minimum of one week prior to the beginning of
construction.
Cement used shall conform to the Standard Specification for Portland Cement, ASTM C 150-85, AASHTO M85,
Type 1, Type I/11, or Type III.
The air content shall be four and one-half (4-1/2) to seven and one-half (7-1/2) percent.
"High Early" concrete shall be used for all concrete repair locations. "High Early' concrete shall have a specified
t compressive strength of4000 psi and a minimum 48 hour compressive strength of 3000 psi. The concrete shall have
a maximum water/cement ratio of 0.45. The type of concrete placed at a particular location may be modified by the
Engineer but shall not have less than the minimum required compressive strength specified herein and shall be
approved by the Engineer. See Sections 2.05, `Rigid Pavement Design', 4.2.4. 'Concrete Streets', of the City of Fort
Collins Design Criteria and Standards for Streets."
Water Reducing Agents shall conform to ASTM C 494-82.
Accelerating Agents shall conform to ASTM C 494-82. Calcium Chloride shall not be utilized as an accelerating
agent.
L The Contractor shall furnish a load slip containing the information required by AASHTO M157, Section 13,
Subsection 13. t and 13.2, with each batch of concrete. In addition, the type of concrete (mix code) shall be shown
on each load slip including batch weights. Concrete delivered without a load slip containing complete information
as specified will be subject to rejection.
Curing materials shall be white pigmented liquid linseed oil based or paraffin based curing compound, and shall
conform to ASTM Specification C 309-81 Type 11, Class B. The application rate for curing compound shall be 150
sq. ft./gal. for all concrete. The curing compound shall be applied immediately upon completion of the finishing.
CONSTRUCTION REQUIREMENTS
"Remove and Haul Fillet" shall be defined as concrete or asphalt installed in the flow line of the gutter and shall be
paid per each. Care shall be taken during removal of fillets to protect the existing concrete sidewalk and gutter from
damage. Any damage to the existing concrete shall be repaired or replaced at the Contractors expense.
Monolithic hybrids of curb, gutter, sidewalk and highback vertical curb and gutter will be replaced using the same
configuration as it was originally installed, unless a flaw in its engineering should become apparent. In these cases
the design may be modified by the Engineer.
' The finished exposed surface and edging of the concrete shall have a broomed finish Smooth surface around the
perimeter of the adjoining concrete shall not be matched unless directed by the Engineer.
' Project Specifications - Page 25 of 39
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
In locations where concrete pavement is replaced, the new pavement shall have a minimum thickness of 8". Existing
pavement shall be saw cut to obtain a straight and neat edge for paving and shall be deep enough to cut through the
entire pavement thickness. All joints shall be sealed with an asphalt filler compound, or approved equal, in
accordance with the detail for "Concrete Pavement Joints" contained herein or as directed by the Engineer. The
cost for joint sealing shall be included in the contract unit price for "Concrete Pavement 8'% Remove & Replace."
The top of the new pavement shall be even with the existing concrete pavement and the concrete shall be
consolidated with a mechanical vibrator.
All construction joints shall be doweled except for expansion joints, joints along existing curb and gutter, and
contraction joints, in accordance with the detail for "Concrete Pavement Joints" contained herein. In addition,
dowels shall be 16" smooth epoxy coated 95 bars. The dowels shall be placed in drilled holes, 8" deep at 12" on
center and installed using a concrete adhesive. Dowel bars for adjacent panels shall be coated entirely with a bond
breaking material approved by the Engineer.
The maximum spacing for transverse joints in crosspans, concrete pavement, and sidewalk shall be ten (10') feet.
All construction joints for crosspans and/or aprons adjacent to new or existing concrete shall be constructed in
accordance with the detail for "Concrete Construction Joints" contained herein. This item will not be measured or
paid for separately under the terms of this contract.
Restoration of landscape shall be in accordance with Revision of Section 107, "Safety and Protection and
Restoration of Property and Landscape" found herein. The time frame for restoration shall be within two (2)
working days from the time the concrete was placed for backfill with topsoil and by no later than the end of the first
working day of the following week for sod replacement.
The Contractor shall be responsible for the protection of the subgrade and/or base course until the concrete is placed.
The Contractor shall protect the concrete against moisture loss, rapid temperature change, rain, flowing water,
mechanical injury, pedestrian and vehicular traffic, and Contractor's equipment for a minimum of 36 hours after the
placement of curing compound for 48 hour high early concrete. Asphalt patching against fresh concrete shall not be
permitted during the time frames for protection of the concrete.
The Contractor shall not sprinkle water on the surface of the newly placed concrete to assist with finishing. The use
of a finishing aide may be approved on a limited, case by case, basis only when the material to be used has been
submitted to the Engineer for approval prior to use in the field.
Concrete blankets shall be used when the ambient temperature is expected to fall to 32°F or below within 36
hours after placement and shall remain in place for a minimum period of 36 hours for 48 hour high early
concrete.
The debris immediately adjacent to a concrete repair location shall be completely cleaned up on the work day
following the placement of the concrete. If required, the concrete shall be protected as stated above. Any damage
caused during the cleanup process shall be the Contractor's responsibility.
Concrete washout/truck washout areas shall be contained in such a manner that no visual evidence of cement or
aggregate spoils remain on the site. In addition, direct washout to curb and gutter flow lines or inlet structures is
prohibited. Washout may be accomplished by use of an identified off -site location or a designated spoilfbase pile
(see Section 208 of the Standard Specifications), and shall include the placement of Stormwater Protection Device
on the downstream side of the washout area. Methods shall be submitted and approved by the Engineer.
Flagstone sidewalk, brick pavers and trolley roadbed bricks shall be salvaged to the maximum extent feasible. All
flagstones, pavers, and bricks shall become the property of the City of Fort Collins. Flagstones shall be hauled by
the Contractor and delivered to the City's site located at 1500 Hoffman Ntill Road. Loading, unloading, and hauling
shall not be measured and paid for separately but shall be included in "Remove Concrete".
Project Specifications - Page 26 of 39
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
In areas where the Engineer directs the re -setting of flagstone, the existing flagstone shall be salvaged and reset on a
compacted base. The elevation of the flagstone shall match as closely as possible the surface treatment of the
surrounding area.
METHOD OF MEASUREMENT
Sawcutting related to the items in this section shall be considered a subsidiary obligation of the Contractor, and
shall not be measured or paid for separately.
Erosion control measures used during sawcutting shall be considered incidental and shall not be measured or paid
for separately.
"Remove Concrete" item shall include removal and disposal or salvage of existing asphalt, concrete, orflagstore.
This item shall only be paid where the Engineer directs removal only and is not already being paid under another
item.
"Remove & Replace" items shall include all labor, materials, tools, equipment, and incidentals, and for doing all
work involved in Revision of Section 608 & 609, complete -in -place, including sawcutting, asphalt and concrete
removal, hauling, disposal.
"Apron 8"" shall be paid by the square foot and, when installed on a radius, shall include the area from the back of
the curb to the apron legs and from point of curvature to point of curvature.
"Barrier Curb 12" shall be paid by the lineal foot, include two horizontal #4 bars, continuous, doweled to adjacent
curb, and installed at four (4.0") inches on center, measured from the top of the curb. The curb reveal shall typically
be six (6") inches or as directed by the Engineer
"Pedestrian Access Ramp" shall be measured by the square foot and shall include the area between the back of the
curb and both points of curvature, if on the radius, or the top of transition if mid -block.
"Pedestrian Access Ramp Highback Curb" shall be measured by the square foot. The length shall be measured
from the back of the curb to the top of the transition at the back of the ramp, and the width shall be measured at the
midpoint.
All Pedestrian Access Ramps shall be placed in accordance with the details contained herein. Ramp items shall
include all labor, materials (except truncated domes), equipment and incidentals, saw -cutting, removal, haul, and
disposal, and for doing all work involved in removal and replacement of pedestrian access ramps.
"Truncated Dome Panels" shall be paid by the square foot, placed in all pedestrian access ramps, and shall be paid
in addition to "Pedestrian Access Ramp" or "Pedestrian Access Ramp Highback Curb". This item shall include all
labor, materials, and surface preparation to supply and place the panels at pedestrian access ramps. Truncated dome
panels shall be cast iron, and shall meet all American with Disabilities Act (ADA) requirements. The type of
truncated dome panels to be used shall be submitted to the Engineer for approval prior to installation. Dome panels
shall be placed at the same time as the initial ramp placement.
"Colored Concrete San Diego Buff— Upcharge" shall include the additional cost for the color additive only and
shall be measured and paid by the square foot in addition to the corresponding item installed (i.e., Flatwork 6",
Splashblock 4").
"Alley Approach 8"" shall be measured by the square foot from the lip of the gutter (if the gutter has been
removed) to the back of the sidewalk and the width shall be measured at the midpoint.
Project Specifications -Page 27 of 39
a
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
"Expansion and Caulking" shall be %" minimum thickness and be installed every 500' in long runs and between
new structure slabs and existing concrete slabs, and around fire hydrants, poles, inlets, sidewalk under -drains, mid -
block ramps, radius points at intersections, and other fixed objects (i.e. ends of sidewalk slabs and curbs), or as
directed by the Engineer. Expansion joint material shall be full depth, set vertically, and installed in accordance with
the CDOT M&S Standards for Concrete Pavement Joints. Thejoint shall be edged with a suitable edging tool and
sealed in accordance with CDOT Section 412.18. Sealant shall be installed over the entire length of the expansion
material, from the curb lip to the back of sidewalk, or as directed by the Engineer. This item shall be paid as
"Expansion and Caulking" by the lineal foot.
"Exposed Aggregate — Up Charge" shall include only the additional cost for exposing the aggregate including
labor, water, other incidentals, and clean up related to exposing the surface aggregate and shall be measured and
paid by the square foot in addition to the corresponding item installed. (i.e., Flatwork 6", Splashblock 4").
"Reset Flagstone" shall be measured and paid by the square foot of re -set area in addition to "Remove Concrete"
"Haul & Dispose Concrete with Wire/Rebar" shall be paid for separately by the ton only when the Hoffman Mill
site does not accept concrete containing wire and/or rebar. Weight slips shall be required for each load transported to
any locations other than Hoffman Mill.
BASIS OF PAYMENT
Subsection 608.06 shall be amended to include the following:
Payment shall be made under:
Pav Item Unit
608.01 Remove Concrete SF
608.02 Remove and Haul Fillet EA
608.03 Apron 8" - Remove & Replace SF
608.04 Crosspan 8" - Remove & Replace SF
608.05 Driveover Curb, Gutter, and 6" Sidewalk - Remove & Replace LF
608.06 Driveover Curb, Gutter, No Sidewalk - Remove & Replace LF
608.07 Vertical Curb, Gutter, and 6" Sidewalk - Remove & Replace LF
608.08 Vertical Curb, Gutter, No Sidewalk - Remove & Replace LF
608.09 Vertical Outfall Curb, Gutter - Remove & Replace LF
608.10 Barrier Curb 12" — Remove & Replace LF
608. l I Hollywood Curb, Gutter, and 6" Sidewalk - Remove & Replace LF
608.12 Hollywood Curb, Gutter, No Sidewalk - Remove & Replace LF
608.13 Highback Curb, Gutter, i Jo Sidewalk - Remove & Replace LF
Project Specifications - Page 28 of39
t
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
608.14 Pedestrian Access Ramp Remove & Replace
SF
-
608.15 Pedestrian Access Ramp Highback Curb — Remove & Replace
SF
608.16 Truncated Dome Panel
SF
L608.17
Flatwork 4"- Remove & Replace
SF
608.18 Flatwork 6" - Remove & Replace
SF
608.19 Replace Flatwork — 1" Additional Depth
SF
608.20 Colored Concrete San Diego Buff— Up Charge
SF
608.21 4' Valley Pan 6" — Remove & Replace
SF
608.22 Concrete Pavement 8" - Remove & Replace
SF
608.23 Alley Approach 8" - Remove & Replace
SF
608.24 Expansion & Caulking
LF
'
608.25 Splashblock 4" — Remove & Replace
SF
608.26 Exposed Aggregate — Up Charge
SF
f608.27
Reset Flagstone
SF
'
608.28 Haul & Dispose Concrete with Wire/Rebar
TON
The above prices and payments shall include full compensation for furnishing all labor, materials,
tools, equipment,
and incidentals, and for doing all work involved in Sidewalks, Curb and Gutter, Drive
Approaches, Aprons,
Crosspans, Pedestrian Access Ramps, Flatwork, and Concrete Pavement including sawcutting,
removal, haul and
disposal, finish grading, materials, complete -in -place, as shown on the plans, as specified in
these specifications, and
as directed by the Engineer.
END OF SECTION
I
Project Specifications - Page 29 of 39
I
REVISION OF SECTION 623
IRRIGATION SYSTEtNI
Section 623 of the Standard Specifications is herby revised as follows:
DESCRIPTION
Subsection 623.01 shall be amended to include the following:
This work shall consist of furnishing and installing irrigation sleeves beneath the new concrete.
MATERIALS
Subsection 623.02 shall be revised as follows:
The irrigation sleeve shall be three (3") inch diameter PVC pipe, schedule 40.
REQUIREMENTS
Subsection 623.14 shall be amended to include the following:
The irrigation sleeve shall be installed to a minimum depth of four (4") inches below finished subgrade.
Backfill over pipe shall be compacted prior to concrete placement.
A survey stake shall be installed at the ends of each sleeve, marked `Irrigation Sleeve", and painted blue. The stake
shall be installed at a height that will not create a pedestrian or maintenance hazard as approved by the Engineer.
METHOD OF MEASUREMENT
Subsection 623.32 shall be amended to include the following:
"Irrigation Sleeve" shall be paid for by the lineal foot.
BASIS OF PAYMENT
Subsection 623.33 shall be amended to include the following:
Payment shall be made under:
Pav item Unit
623.01 Irrigation Sleeve — Three (3") inch PVC LF
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 installing the three (3") inch irrigation sleeve, including
excavation, installation, compaction of backfill, 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 30 of 39
REVISION OF SECTION 627
PAVEMENT MARKINGS
Section 627 of the Standard Specifications is herby revised as follows:
DESCRIPTION
This work shall consist of furnishing, installing, and removing temporary pavement marking in accordance with the
latest revisions of the Fort Collins Traffic Operations Manual, City of Fort Collins Work Area Traffic Control
Handbook, Latimer County Urban Area Street Standards (LCUASS), Colorado Department of Transportation, and the
Manual on Uniform Traffic Control Devices for Streets and Highways (MUT.CD), and in conformity to the lines,
dimensions, patterns, locations, and details shown on the plans or established by the Engineer.
CONSTRUCTION REQUIREMENTS
jSub
-section 627.10 shall be amended to include the following:
City crews shall install permanent pavement striping. Typically, City crews shall also install temporary striping when
required. When City crews can not install temporary striping, the Engineer may request that the Contractor install
temporary striping or maintain traffic control devices until such time that the City crew can install striping.
Temporary pavement markings shall be suitable for use on asphalt or Portland cement pavements, shall be installed
on roadways that will be opened to traffic prior to permanent stripping by the City, and shall conform as follows:
1. 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 the final road surface shall not leave scars that conflict 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
Lane lines shall be "tapped" intermittently with a 2' long by 4" wide reflective temporary strip at fifty
(50') foot intervals.
It is the Contractor's responsibility to maintain the temporary markings, at the Contractors 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.
Project Specifications - Page 31 of 39
' returned unopened. Bidder shall assume full responsibility for timely delivery at
the location designated for receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not
receive consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under different
' names will not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
' 14.1. Bids may be modified or withdrawn by an appropriate document duly
executed (in a manner that a Bid must be executed) and delivered to the place
' where Bids are to be submitted at any time prior to the opening of Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an
authorized representative provided he can prove his identity and authority at any
time prior to the opening of Bids.
' 14.3. Withdrawn Bids may be resubmitted up to the time designated for the
receipt of Bids provided that they are then fully in conformance with these
Instructions to Bidders.
' 15.0 OPENINGS OF BIDS.
' Bids will be opened and (unless obviously non -responsive) read aloud publicly as
indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and
major alternates (if any) will be made available after the opening of Bids.
' 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the Bid
' Opening, but OWNER may, in his sole discretion, release any Bid and return the
Bid Security prior to that date.
' 17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
' informalities not involving price, time or changes in the Work, to negotiate
contract terms with the Successful Bidder, and the right to disregard all
nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER
reserves the right to reject the Bid of any Bidder if OWNER believes that it would
not be in the best interest of the Project to make an award to that Bidder, whether
because the Bid is not responsive or the Bidder is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria established
I
I
REVISION OF SECTION 627
PAVEMENT MARKINGS
BASIS OF PAYMENT
Subsection 627.1') shall be amended to include the following:
All costs for installing temporary stripping shall not be measured and paid for separately including traffic control
devices and related traffic control incidentals. If flagging during temporary striping is required, it shall be paid under
Revision of Section 630, Construction Zone Traffic Control, as directed by the Engineer in writing.
END OF SECTION
r
r
f1
r
I
Project Specifications - Page 32 of 39 1
t
i
I
0
I
I
1
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 NIUTCD criteria and the City's criteria, the City's criteria shall govern.
MATERIALS
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 43 hours prior to the commencement of each phase of the work.
Project Specifications - Page 33 of 39
r
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 fill closures on arterial and collector streets shall be submitted trvo 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 Plan(s) 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 1, Type Il, and Type 11[ 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.
0) 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 34 of 39
I
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.
1t 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 celhdarphone. 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 43 hours prior to construction.
a Notifications may be accomplished by a representative of the Contractor, the Traffic Control
Supervisor, or Flagger.
Project Specifications - Page 35 of 39
11
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.
(S) 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 M HT
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:
Traffic Control shall be paid in accordance with the Payment Schedule contained herein.
If streets are added or deleted from Section 02500, Quantity Estimate, Traffic Control payment shall be
increased or decreased based on the Street Classification percentages submitted in Section 00300, Bid Schedule.
"Traffic Control Arterial Streets", "Traffic Control Collector Streets", and "Traffic Control Residential
Streets" items shall included the cost for all traffic control necessary to allow the Contractor to complete the Work
on the corresponding streets as shown in Sections 2500 Quantity Estimate and 3500 Maps, as required herein, as
referenced in Figure 630-1 Typical Traffic Control Plan, and as directed by the Engineer. The price shall be all
inclusive for 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.
Flagging shall follow the current tNIUTCD 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.
Project Specifications - Page 36 of 39
I
t
I
I
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
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 510.00 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 not considered 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
o-.
NOTES:
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.
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.
Project Specifications - Page 37 of 39
I
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
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.
BASIS OF PAYMENT
Subsection 630.16 shall be amended to include the following:
Payment shall be made under:
Pav Item Unit
630.01 Traffic Control Arterial Streets LS
630.02 Traffic Control Collector Streets LS
630.03 Traffic Control Residential Streets LS
630.04 Additional Variable Message Boards PEREACH/PERDAY
630.05 Additional Flagging HR
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.
Traffic Control shall be paid based on the following schedule:
Payment Schedule Amount Payable
First Monthly Progress Payment 25%
Concrete work completed equals 25% of the original contract price 50%
Concrete Work completed equals fifty (50%) percent of the original contract price 75%
Concrete Work completed equals seventy (75%) percent of the original contract price 100%
Change orders related to traffic control for additions to or deletions from the Work shall be paid or deducted in the
monthly progress payment in which the change order occurs.
Project Specifications - Page 38 of 39
I
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS
NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE
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
MAJOR TRAFFIC VOLUMES BETWEEN THE HOURS OF 7:00 A.M. TO 8:30 A.M OR 3:30 P.M TO 6:30
s P.M. (EXCEPT IN THE CASE OF AN EMERGENCY).
Y EXCEPTIONS NIAY 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
Q 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 AND 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
nIN 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.
u
I
11
I
1.
11 Project Specifications - Page 39 of 39
I
I
SECTION 02500
QUANTITY ESTIMATE
This work shall consist of removal and/or installation of concrete curbs, gutters, sidewalks, crosspans, aprons, drive approaches
pedestrian access ramps, flatwork, and pavements and placement of temporary asphalt patching adjacent to new concrete, 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 done.
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.
I
I
I
I
n
1
m m m
mmmmawmMIMM
SECTION 2500
QUANTIT ' F.SI'IMATE
•'- ','( i
y
SIKN.N"I'
. " ,; :' ' '.. '' ,.;
• .�d'_:_f _: _..."S .. a::
:>�'? y -,�=. i'
MItO�Iv
.,:. •.-. , ,
,y.y .';'' t
_
--., •'1'02
", - ,'. n., ..
2U 2U1',--'
3U�Uly`•.
�4U3101 ".,�'
n6U4:U3D
..i"':'-6U•IU4 -
c ^'6(WI8
:60420 !��'
''60422 �''i
1 ,60.1.2d
'g
S Iw\ut J"..
'
-
gregatc
letup; !
�•:
lypc It"dnlel
r -.
Huanslruu
,Deck '(4
-
ning)
x ��
Tjp\ K Info.'Alelul
HecunslruU Ueck,
_..•.
eOpciii6AJUihu
MUUiheJa yya.
13 Curb Inlet
Ht ecaislrucl
Uek
AludllleU
lylli 13
Au1eI t Hs'
Only
-
SlU\u 41k
Wvcr1 5/8.'
PlateRkH•�
-AUUtliunaf
SF 5/8'1 .
..
la-c.
:._. .___-_::':, .Units
,. ,� ...r-: - �. s
... LF'w_;
r£."ION: x._
_, .ION. ':
_ F;:\:^
IN:_`_'L
$A'
_"K\,_ v
fA.. ..
SN,
SLI7NIAYAVE
AIUIRFIELDDR S SIDE HE IItILBY RD
0.00 135,08 9A0
0.00
1 0.00
0.00
0.00 U.UO
UUU
_ ....'_._ .-.-'....., .'
.._ .. >v :...'_.4.'Unii Sub'ISiil
'.: 0.00 .... . 1135.08-. _. 9.40 ]..
U.UG
UOU').:
Q. (/(1 `-"r
ZIEGLER RD
17 IIORSHTOU'I'D RD JKECIFFER RD
0.00 9108 7.IU
0 (In
000
0.UU
U.00
0,00 0.0U
.
-. ., '. .:: _ Unit Sub T0wl
...- ......n _.
.. ._'_•
_._.D.Wj:.• 3. .91.6 �'•., 7,16.'
.. .. 0,66..... x.
_
._ .. 000.;._.�...
U,W�=.i,-U.UU
;-'
".',0U0
MMMME
)OHN FKENNEDY 1'K\VY
MONROE DRli IIORSHTOO'I'll I<D
O.OU 229.90 40.30 000
V.UO 0.00
U.00 IO0
U.UU
.Ubi15tibml
_O.U(/,. :-.. 229,90: 'a0.701_ -UUU
•_ _
.. 000.•
._. .' _ ... _..,�0.00:..•
_
.,.. U.(IU: +;y. IOU_
li S1 UART S'I
S I.rNIAY AVE
Ii ENU
6.00 297.73
48,40
0,00
0,00
0.00
U.00 2.00
15.00
\VELCII S'I'
E S'I'U.\R'f Sf
E PROSPECT RD
U,00 124.08
IB.IU
O.UO
O.UO
O.OU
LLW qUU
LLUU
. ,x.'. ..� .. ._iSLLN
;.. . �..'.d yUnil SulilTowl
'r 600,E- + J21.81'
_ w66.50-,:;
000�: i';'
VOOw ,
':0,0U_
-: VW ` 200E
ELIZABE1H S'I'
.S COLLEGF AVE IAI' AVE 0.00 648.55 53,2U
0.00
0.00
000
0.00 LOU
0,00
STOVER Sf
11ITKIN ST
EELIZABETIf S'f
0,00 224A5
33.40
0.00
0.00
U.00
0.00 0.00
0,00
`Uni(Sbti TOI:WI
•_. 0 W .y_ °..� 873.00_ �
86'60'.p_'
- 0.00`."
V 00 '
• U.00 =
; iO.W _ _ 1 00-
0,00 !JLZ,_
1
DEARBORN ST
FOSSIL CREEK PKWY
HUNTINGTON HILLS DR
0.00
7,99 1,10
0.00
0.00
OOU
OAO
0.00
0.00
IIl1NTINGI'ON HILLS DR
DEARBORNST
FOSSIL CREEK I-KWY
0.00
69.23 1120
0.00
0.00
0,00
0,00
000
0.00
YARNELLCT
SEND
HUNFINGI'ON HILLS DR
0.00
34.03 7.70
000
OW
0,00
0.00
0.00
0,00
:, _.
.. _v.
000.:y-,..
U.000.00
R:
'o'oo:`�III2S
r'
WINDMILL DK
W HORSL'TOOTH RD SUN DISK CT 0.W
_._•.
80,57
8:so
0,00
0,00
0.00
O.VU
000
0.00
SUN DISK CT I
WINDMILL DR
SUN DISK Cr
0.00
13.79
2 70
0.00
0,00
0.00
0,00
0.00
0.00
SUN DISK CT 2
N END
S END
0.00
19.21
2.so
0,00
0.00
0.00
0,00
0.UU
0,00
RICI INIOND DR
�. _... ...:...- .ems::
WINDMILL DR
y,
.:.. _... ..:. _ ..
PVM"rCHG
_
.. tj"Uriit Suti•Tolnl
000
Sf _U U01`,. x�115.92
2,35
_4`n
0.40
-..1¢:70:;_<
1.00
6,00
_
0.00
OOU,
0,00
v,. U.00
0.00
ODU_
0.00
i`U UO,..,
1 1
CASTLE PINES CT
FAIRWAY FIVE DR
NORTH END
0 uo
6,23
U 90
0,00
0.00
000
O,UU
000
VUO
FAIRWAY FIVE DR
W END
FAIRWAY SIX DR
000
70.25
5.30
V.W
0.00
0.00
U.00
0.00
0.00
FAIR VAY SEVEN C'F
END
FAIRWAY SIX DR
0.00
9.97
I50
O.OU
000
0.00
O.UO
000
0.00
FAIRWAY SIX DR
END
SOUTHRIDGE GREENS BLVD
U00
24.27
2.80
0.00
0.00
0.00
0.00
1.00
0.00
FRGN'1'NINE DI2
FAIRWAY FIVE DR
SOUTHRIDGE GREENS BLVD
U.UU
35A2
3.60
000
0.00
0.00
0,00
200
U.OU
SOU'IliRIDGE GREENS BLVD
HUMMEL LN
S LEMAY AVE,
0.00
90.79
5.10
2.00
14.00
000
0.00
1.00
600
"•'T•s-r .=.:� -- `'
-? -f:,; t'.' _
-t- ;, ;:•. .+.,Unit Sub'oail
ODU;-`.
`.2304-
-i2.00<< -
1400u4':'
a0900F v_
. 0900 ,v
- 400.,4-.{4...
OW-?"
Page 1 of 6
by OWNER. Discrepancies between the indicated sum of any column of figures
and the correct sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders,
whether or not the Bids comply with the prescribed requirements, and such
alternates, unit prices and other data, as may be requested in the Bid Form or
prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of
the Work as to which the identity of Subcontractors, Suppliers, and other persons
and organizations is submitted as requested by OWNER. OWNER also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation
in the Work when such data is required to be submitted prior to the Notice of
Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed Subcontractors,
Suppliers and other persons and organizations to do the Work in accordance
with the Contract Documents to OWNER's satisfaction within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive
and responsible Bidder whose evaluation by OWNER indicates to OWNER that
the award will be in the best interest of the OWNER. Award shall be made on the
evaluated lowest base bid excluding alternates. The basis for award shall be the
lowest Bid total for the Schedule or, in the case of more than one schedule, for
sum of all schedules. Only one contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a
Notice of Award within forty-five (45) days after the date of the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder
delivers the executed Agreement to the OWNER, it shall be accompanied by the
required Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the Agreement
with all other written Contract Documents attached. Within fifteen (15) days
thereafter, CONTRACTOR shall sign and deliver the required number of
SF.(:i'ION 25OU
QUANTITY ESTIMATE
' ':•', _., ,
SIRLIi'1' .-
-;'. :.-": .. .-.-,.`GUN:UI,.,
FROM
V
'1'0 v
_ 6UN.U$'.
-:60N(UJ'.'.
_'608.05'.. ::�
.6UNA6.':
`-6US;U7-
?6UN.UN..
'._; 608'09<
608.11
'608:12 ._'-i608.13'
Ruuave.A�)rml"
Only -
Concrete
.Remove&
Replace
Crus�lun
Remove
Rejllaee
DO6"Walk
'R.Y Ii:
� DO NSW �
-
RSR
-•
VC 6'
-" R&R
''
�VCNS\V
-•IMRNSW
Vert Outfull
Median -
Curb R&R
Ilolly))uo0!
6 Walk,
12&Ib
`
.IIullynouU
R&R
Hlgbbuck
'„
NSW N&R
,-
._. '_ <�.__ .... _...
_ -": •. lluitr.
._. .. .._ ,`_.._:
SIP-
.Slt , ,..
_ NSF,
hF
LF _
IN
., 1V
IF.'
IF._
LF A..IF:
SLEMAYAVE
NIUIRFIEI"DDR SSIDE 01:1'KILBYRD
0,00
361.00 192.00 0.00 0.00 I0,00
150,00 000 0GO 0.00
0.00
- Unit SubTuwl
U.OU_;.,`
361,OU_ .192,W ... _.'O.OU. _:. '" 0.00; �, IU,OU
__150,U0 UW - OUB '0,00
0.60,
'l.IGCI"IiK RD
li IIOI(SISf00'fli I2U I:IiCII'fER RD
0W 211.00 144,00 U.OU 0U0 U.UU
174.00 0.00 0.00 000 U.UO
'• _,_N`
- '-•, . J..._:_Unil Sub Tool
',,., 0,00 �:-:,. 221.00_ - �14a,0U :_ _U.OU 00U 000
174 UO_,: : „0,00.__-. 0,00 r 3 0.00 "._.. c _ 0.00- ,
101IN F KENNEDY PKWY
bIONROE DR E ItORSE'f00'I'll HD 0.00
556,00 I,u24.U0 0,00 0.00
65.00 4I8,UU
81.00 0.00
0.00
O.UO
.1034.UU. a1: ,:000 L.. _ 0.u0.
65.00 •i91 d,W
- 81.00 U.00-
, 000
.. O.W.
IiSl DAR I'S'I'
FEND
0.00
40400
I,U800
302.00
000
127.00
735,OU
O,W
4000
0,Do
O,W
\VELC'li ST
H PROSPECT RD
000
203.00
270W
U.00
0.00
173.OU
475.00
O.UU
2U`).UU
000.._._:.,a
...,
_.
�.-.'" _,.:_... :.. Unit Sub7'olal
0004'
'607.00
140d AP
302.U01'
UW•
300.00
-'1170.U0'',
OOU _�
2a9,00
t 0,00IiLI%ABI'f116I'
±1.1:.NMI,,AyE
VE S1.1?MAY AVE 000 432.U0 d39.00
109600 3400
10200
2G4.011
000
199.OU
O.UOimVrR
SI'
E ELIZABE'fllSl' 0,00 714.00 684,00
0.00 000
000
0U0
000
41 i.U0
147.00_.
�.•. __-G_..: _,. _ U,ft Sub'I'oWl 0.00 - _, :.: 1146.00'. _ -1523,00
1096,00 _34,00 �_,
,102,00
- 264,W :.-
0.00
GI4.00 _-
197.00
F
DEARBORN ST
FOSSIL CREEK PKWY
HUN"I'ING'I'ON HILLS DR
0.00
0.00
U,00
109,00
0.00
U.00
000
0.00
0G0
0,00
0.00
I JUN'I'ING'I'ON IIILLS DR
UEMMORN S'I
FOSSIL CREEK PKWY
0,00
217.00
204.00
283,00
0.00
0.00
20.00
000
000
0.00
O.OU
YARNELL CT
S END
HUNTINGTON HILLS DR
0.00
14200
210.00
20.00
0.00
0.00
000
000
0.00
0,00
0.00
Unil Sub Total
' 0,00 • -
359.00
:41a,00
412,00
• 000 -
0.00
"20.00
'0'.OP.
000
0.00.
`0.00_ -
WINDMILL DR
N' HORSE'f00"I'll RD
SUN DISK Cl`
U.UU
222.U0
126.00
185.OU
21.00
0.00
35.00
O.UO
0.00
000
QW
SUN DISK C'I' I
WINDMILL DR
SUN DISK C'r
000
100,00
6000
0,00
0.00
000
0.00
O.UO
0.U0
000
0.00
SUN DISK C'1'2
N END
S END
0,00
24.00
0.00
23800
LLUU
000
00U
U.UU
0.00
0U0
omo
ILICIiMONU DI(
WINDMILL UK
PVNIT CHG
000
000
0,00
0W
000
72.U0
000
0.00
0,00
0,00
000
.. - ,•
. .. _.. ._, _ _. ..
... ,,,: ::
,:• _' UnitSub Towl
. _- U.00'.'_:
:.. '34G 00
': 18G.U0
<:'
:' 42300'•-..
-0I W ",.,..
�2.UU: _-
._.�:35.OU .:
:z__O W.._:._
UW_
-
CASTLE PINES C'1'
FAIRWAYFIVEDR
NOR"I'l1END
U.OU
0,00
000
85.00
QUU
000
000
000
0,00
O.W
O.W
FAIRWAY FIVE DR
WEND
FAIRWAY SIX DR
000
3100
0.00
344.U0
118.00
0.00
U.00
0.00
000
O.W
000
FAIRWAI' SEVEN CT
END
FAIRWAY SIX DR
000
2U.OU
000
IOS.OU
0,00
O.UU
0.00
0,00
0.00
O.UU
000
FAIRWAY SIX DR
END
SOUTHRIDGE GREENS BLVD
000
0.00
U,(ID
116,00
16.00
33.00
77.00
000
0.00
U.00
000
FI(ON'I'NINE DR
FAIRWAY FIVE UIi
SOUTHRIDGE GREENS BLVD
0.00
0,00
000
58. UO
0.00
172.00
11?UU
II.00
0,00
0.00
000
SOU'fFIR1UGE GREENS BL\'U
fIlJA161 L'f. LN
SLEb1A\'AVE
0.00
0.00
0W
O.W
0.00
171.U0
203.00
118.00
0,00
O,W
O.W
-
Wiil Sub Total
'•0.00'
,. 6UAU
00U
711.00
,I34.00
376.00."
'392.00
I29.00.
,QUO'.''
O.W
ODU,L,4
Page 2 of 6
m = = m
= = = m = m m = m w = = = = =
SF.C'FION 250o
QUAN ITCY ESTM 1ATE
STREET',
41608 14%",N,
'1608:1 5�
:1
��608.wO
�� :4608.2
'60&23e-_i
* " - �, ,
�,608.24i
"Access Ramp'
'01k
... ..
TZ Rump ;-t
� ,
tfl 4lighb�Tc
IM It �F
.
Dom , c Panels
�Q i2
�;r
_7
Ixw
Add.1)c pth
YT
4' Val[4 Part
n
;AR&R'� N
'Alle�
Approach B'.
R & R -�p
r
C Aki
, 3, Ing
S LEMAYAVE
MUIRFIELD DR Is SIDE OF'I RII.By RD
54_,45� S F,e.44wv
t znSN ff;
n4'K Y S F
'--^l SF,
IF
;;';Q; Sy,
380.00 0,00 1 000
749.00
1 0.00
0,00
0,00
000
., �'l
�
0.00 li!_I�l 0
L749.00 ° LA
1 0 00,*,"IK, I
uo .1ti
1 000I .
ZIEGLER RD
17 HORSH 100 Ill RD KFCH rITR RD
100.w vou 0.00 60300 ODU
000 0,00
ODU
.. . ... Uuil Sub T.mi
V100.00 jt" oj' 000 'ez:::_0,00 603.00,,
JOHN F KENNEDY PKWY
MONROE DR E II0RSFTO0TIl RD 31200 0.00 U.00
678.OU O,UO 000 0.00
4U.00
0. 0 u: A -Z 0 j' �,VOIP,
�i'�678,00,.rz ��10 00r.
E S I UAR*1 S Y
S LrMAY AVE
1H END
1
7 600 0.00 3200
469.00
000
87.50
t% 1:1.0 1 ST
1: S FUAR F ST
JE PROSPUCT RD
2
274.00 0,00 3&00
92.00
0.00
38,00
- -
-,tlnjt Sub Tom[
68.00'
561�001t_
0.00
0.00
_n:,
_125.50
F ELIZABE I'D S I
S COLLEGE AVE
S I.ENIAYAVIz 0,00 1,2q9.00 88.00
3,715 CIO OM
4700 OM
5600
STOVER ST-
PITKIN ST
E ELIZABETH ST 974.00 000 5600
36.00 000
20800 0.00
52,00
Ji
tS.
j�UunSub'ruf,l -,,�974�00L,j .,1299,00, _,,�144 M
375F000 J'� m 0.00
J� 25500 -,0,00�
--,108,ou
)EARBORN ST
FOSSIL CRI:FK PKWY
0.1 WIN
HUNTINGFON DILLS DR
000
000
000
000
0 ou
0.00
0.00
000
IUN I JNG*J ON HILLS DR
DEARBORN SI
FOSSIL CREEK PKWY
152,00
000
a ou
6000
0.00
0.00
0.00
2400
VARNELL CT_
S END
HUNTINGTON HILLS DR
84,00
000
8.00
000
0.00
0.00
-
0.00
650
Sub Total.
,�.236.00:M1-t
0.00
,6100
60 00
0,00
We-,
-,0.00
.3 '0
it
WINDMILL DR
W HORSE'l 00 111 RD
SUN DISK CI'
324.00
0.00
3200
000
922M
UM
0,uo
35.00
SUN DISK C I' I
WINDMILL DR
SUN DISK C F
2U 00
2U 00
Out)
8.00
000
000
0.00
000
000
SUN DISK CT
N END
S END
000
' OU
Vou
000
0.00
U,00
U.00
vuo
u ou
RICHMOND DR
WINDMILL DR
PVNIT CIIG
.00 u 00
000
0,00
000
000
0,00
000
000
��U.itSulb;ruutl
1;
44 0 0,
U.OU��-
�4 U,00--"
0,00
922.00'Z�',�'
CAS FLE PINES C f
FAIRWAYFIVE DR
NORTH END
0 00
01,100
0.00
0,00
0.uu
0,00
O'Go
000
0,00
FAIRWAY FIVE DR
WEND
FAIRWAY SIX DR;
440,00
"000
000
24.00
000
0.00
0,00
000
4100
FAIRWAY SEVEN CT
END
FAIRWAY SIX DR
0.00
U.00
000
0.00
OM
000
000
0 ou
FAIRWAY SIX DR
END
SOUTHRIDGE GREENS BLVD
64,UO
U ou
8.00
16 uo
000
000
000
1000
12 2N'F iTIN- 'IF '
1FAIRWAY FIVE DR
000
0,00
0.00
1,800
0,00
000
000
0 ou
SOUfiILII`GEC',�`RErNS BLVD
HUNIKIFI. LN
S LrNIAYAVE
1 128.00
0.00
8.00
609,00
000
OM
000
28,00
Unit Sub,r.wil
632,U()�_'E`.
4. U,06
w240.00.
Yf.753.00.',;
U,00---
_10,00,, <
0,00,4,;4�
7 89.00'.
Page 3 of 6
SECTION 25UU
QU:\NTITY ESTIMATE
.. �... y..,c
'. .,. ..
.. 3.
. `. STREET
.. ....
` ,
_ FROM
• -
-
. ,. .:.:
y _
�'l U -
-
2U2:U1
3Ud:Ul. '.
d03.OL_.
_. :. 6U4.'U3 .:
Y. GU4:U4:_��:.: '.
:' '. 604.18 %.`:'16W.20.:.
_. 604.22'..-'.',:
604.24_ ,..
-+
-Snwcut '
-
•.
•� ' �:
,'99"' ale
Base
..
Temp.
Patching
rype'12 'Last
HecuiuG'uet
Deck (4'
--
Opening
.,
!glee It Inlet - �
Reconstruct Deck
..
.Aildiliunal Opening
Nludlsed I ype
13 Cui'b'Inlet
Reconstruct
.Deck
Modified
�
-Type 13
Materials
"Ouly
McHil Sidcxulk
Culvert 5/8"..
..
-R Plate R&'
Additional �
SI 5/8"'.
.
'Plate
Bails
'.. c.� _._._..
_LF,� .:_ TON- ..
-ION 2,...
EA: .:.r.
_: LN _"_°.'
:EA __ _ cEA-
F.A -._".
'.SF.-
1
CARIBOU DR
S'I'JMBEKLINIi RD
KODIAKRD
0,00
275.24
37AU
0.00
0.00
000
0.00
300
4.00
(: APS'I'ONE CT
SUNS'I'ONIi OR
END
0.00
62.33
21.00
0.00
000
(IOU
0.00
0.00
0,00
FLAGSTONE CT
W END
CARIBOU DR
U,00
31.61
460
0.00
00U
0.00
0.00
0,00
0.00
S'I'ONEGATE C'1'
S'I'ONEGA'IT DR
END
0.00
39.82
9.80
0.00
0.00
0.00
0.00
OAO
0.00
S'I'ONECATE DR
STONEYCREEK DR
SUNS'I'ONIi DR
0.00
45.17
7.90
0.00
0.00
0.00
0.00
100
0.00
.S"I'ONERIUGE C"I
CARIBOU DR
NEND
0.00
I0,49
1.50
U.UU
000
0.00
U.OU
000
0.00
SfONEWAY CT
SUNSTONE DR
END
0.00
58.59
20.40
0.00
0.00
0.00
000
0.00
0.00
S'I'ONBY CREEK DR
CARIBOU DR
SUNS ]ONE DR
000
19.36
3.90
000
0.00
0,00
0.00
0.00
0,00
SUNBURSI'DR
SUNS 'I'ONL'UR
CARIBOU DR
0,00
111.69
3860
0.00
0.00
0.00
000
000
000
SCINCRES'I' UK
CARIBOU DR
S I'ONL'GA'I'E DR
(LOB
64,90
20.80
0.00
400
0.00
0.00
000
0.00
SUNLIGII'I' CI '
SUNS'1"ONE DR
NEND
0.00
0.09
0.90
000
0.00
0.00
0.00
000
o00
SUNKAY C'F
W END
N END
0.00
8191
31.60
0.00
0.00
0.00
0.00
0.00
0.00
SUNS'I'ONE CT
SONSTONEDR
HND
0.00
249
040
0.00
0.00
0.00
0.00
0.00
0.00
SUNS'rONE DR
CAR113OU DR
STONEY CREEK DR
0.00
1349
190
0.00
0.00
0.00
000
1.00
0.00
. • '-. -:.'a ' _ .�.:. _
.: « . _ :.. .. -' :,' .,'. `
!. ..:' : .� Unit Sub '1'ulul
,,. ObO_?.
', ,_823.19:.---
-: 200.90' F,
.'-_ - 0(10 _ _
000
._ _..w_.
„0:UU
.__.., ._.
:'' u'oo,
.�. _ _
r",3 G 00 ,y
_ .._
.. _. a:UU,
1
B ROOKWA'1'ER LN
ROOKERY DR
LADY MOON DR
000
14.08
5.40
0.00
0.00
0.00
0.00
0.00
0.00
CRANE DR
TWIN HERON CT
ROCK PARK DR
t10o
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
OGRH"1'C'U
W -ND
ROOKERYRD
0,00
0.00
000
0.00
0.00
0.00
0.0U
0.00
0U0
EGRET LN
ROOKERY RD
E END
0.00
U.00
0,00
000
0.00
0.00
0.UU
0.00
0.00
KINGFISHER C'I'
LADY MOON DR
KINGFISBITR C'I'
0.00
11.66
0.20
0.00
0.00
0.00
0.00
0.0U
0.00
KINGFISHER CT (2)
E END
WEND
0.00
11.66
020
0.00
U.W
0.00
0.00
O.OU
0.00
ROCK PARK DR
ZIEGLER RD
E END
(1,00
0.00
0.00
0.00
0.00
0.00
0,00
0.00
0.00
ROOKERYCI'
ROOKERY RD
EE:ND
0.00
00U
0.00
0.00
0.00
0.00
0.00
0.00
0.00
ROOKERY RD
"LIEGLHR RD
ROCK PARK DR
0.00
WAS
1.30
0.00
0,00
0.00
0.00
0.00
0.00
SACiEWATER CT
\V END
E END
0.00
17.1G
U 60
U.W
00U
B,W
U.Uo
0.00
0.00
TWIN HERON CT
W END
E END
U.00
25.37
0.60
0.00
0.00
0.00
0.00
0.00
0.00
., ..
_
UJ,_..__000
._"'
0.00'
UDO
.O.W'
000_}.
1
ALBION WAY
ASHBUKY DR
MANHA'PIAN AVE
000
17.67
260
0.00
0.00
0.00
0.00
0.00
Q00
ALBION WA)(PFOL 2012-20131
MANI IATIAN AVE
SEND
0.00
17,75
2.00
2.00
0,00
0.00
O.OU
000
0.00
ASHBUKY DR
WABASII ST
ALBION WAY
0,00
4.18
0.60
U.UU
0.00
(3.OU
0o0
0,00
O.UO
ELMHUKSTDR
ALBION WAY
WABASII ST
0.00
32.34
I7,10
0.00
000
0.00
0.00
0,00
0.00
SAULSBURY C'1'
W FIND
ELMHURS'I'DR
0.00
1.32
0.20
0.00
0.00
0.U0
0.00
0.00
0.00
WABASH SI-f P170I,'_U13)
ASHBURYDR
MANIIA'I-IANAVE
0.00
27.35
3.40
0.00
0.00
0.00
000
000
0100
000
I00.61_..
_..26.50.-
_2.00 ...'
..'. 000.. �__`:.
0.00
.O.OU
9.U0_.. I
_ 0,00.:�_
1
JACKSON AVE
W MOUNTAIN AV17
\4 MULBERRY S1'
0.00
28145
17.10
0,00
0.00
0.00
L00
wo-o---T
ffmo
SCO'17AVIi
WMOUN'VAIN AVE:
WMULBERRY ST
0.00
153,27
9.40
000
0.00
0.00
0.00
0.00
0.00
MAGNOLIA ST
JACKSON AVE
S SHIELDS ST
0.00
33.56
6.G0
0.00
0.00
0.00
0.00
0.00
0.00
OLIVES-1'
JACKSON AVE
SSHIELDS ST
0.00
45.83
8.30
0.06
0.00
0.00
000
0.00
OBO
'_c., i _I' .:. 1' _s....
_••.:.,
-' .__.1 - Wit Slab Toull
0.00 _.--
•. 514.12 -
-41.J0-,
-0.00 '_._
_' 0.00
1.00 `
LW-
U.W -
RgSIINGT1
REM1aNGI'ON ST
EOLIVE ST
EMOUNTIAN AVE OUO
315,36 21.50 0,00 0.00 0.00
0.00
0Go
0.00
000 '0.UU
^';_U.OU
OW .'
_, U00
• 1 1
BREN'I FORD LN(1) 111POURECONC'ENTENNIAL
RD
JEAST AND WHSI'ENDS
0.00
77.SI
9.50
2.OU
0,00
0,00
0uu
Goo
0.00
CENTENNIAL RD
PARKLAKH UK
ISILVERWOOD DR
0.00
88.29
2080
0.00
0.00
0.00
0.00
0.00
0.00
PAKKLAKE DR
160' N 01: LAKESHORE CIR
ICENTENNIAL RD
0.00
Do, 19
1.50
U.W
0.00
0.00
0.00
0.00
0.00
•-'" -'' - ''
-
- Ui,it Sub?ulal
O.W' •-._
176.00 -
31".80
.: : 2,00 -{,
000. -
QW
0.00
0'. W..:
U.W -
PROPOSED TOTAL 2012 UNITS
6.00
4,238.63
693.70
7.00
20.UO
1.00
1.00
14.00
19.00
Page 4 of 6
m
SECTION 2500
QUANT'I'I'Y F.S'I'1\IA'1'E
..:
, SINEE'I'
. -.. '•.
-
'
FROM
.:' .`.-.. - "
10'.
,..
_. .;. .-.
--608!018:03b__.v
:n6U8.04
2.`..'608.U5°
"'60806 :`
_":;608 U7,`;..,:,608.U8r.x
:u' 6081U9_r'Y.
�60811� ..'
:':60612.:':C::t
°60&13 •,.i
Runuve•
-
Only.. '.
Cuncreti
Apron''.;
Removc,&i
Replace,'
I Uoesjian
, Remove
•Replace
DO 6" Walk
- R&R"
UO NSW
42&R
VC6
e
R ,l
VCNSW
-
'I(&R
Vcl`t Outfall-IIullvnuuJ
-
:`Median
Curb`R,&R
'. 6 Walk',
r
R&R
'.
Flull\woud
N SW RMI
_
,.
HIgLLack'
N§WV' k&It
,
-_
Dail;
-' _ .. .. .o
'_.._.� ___.._.
SF'�:.
SF'_.'_, 4
.i .'SN
-...; __SLF ,:
-_-...LF- w..
_�IF--f
�_ :,LF i
<'t:. LN_,..,
�.. a.IF�..
LF
LF 41
CAUBOU DI(
S TIMBERLINE RD
KODIAK RD
000
948.00
744.00
73,00
0.00
248,00
9200,
0.00
000
0.00
0.00
CAPSTONE CT
SUNS'I ONE DR
END
0.00
353.00
204.00
61.00
0.00
U.00
0.U0
000
0.00
0.00
0.00
FLAGS ONE CT
W END
CARIBOU DR
O.UU
80. UO
34.00
207.00
0.00
000
0.00
QUO
U.00
O,OU
0.00
S'I'ONEGATE CT
SI ONEGA'I'E DR
END
000
179.00
60.00
160.00
ODU
O.UU
0.00
0.00
0.00
0.00
0,00
S'I ONEGA`I'II DR
S LONHY CREEK DR
SUNS'LONE DR
0.00
IS4,00
O.OU
302.00
0.00
0.00
000
0,00
0.00
000
0,00
S'IONERI DGE C'I
CARIBOU DR
N END
000
0.00
000
143.00
0.00
0.00
0.00
0,00
000
000
UUO
S'I'ONIi\VAY Cf
SUNS O SDNNIi DI(
END
0.00
338.00
210.00
11.00
QUO
0.00
0.00
0.00
0.00
0.00
0.00
STONEY C'REF:K DR
CARIBOU DR
SUNS'I'ONE DR
0.00
48.00
0.00
216.00
0,00
U.00
0,00
0,00
0,00
U.00
0.00
SUNBURSTDR
SUNS'I'ONI: DR
CARIBOU OR
0,00
541.00
420.00
182.UO
0.00
0.00
QUU
0.00
0.00
QUO
0.00
SUNC'RES'1'DR
CARIBOU DR
SI'ONHGA'I'H DR
000
289.00
204.00
192.00
0.00
0.00
0.00
'000
0.00
0.00
000
SUNIJCil1'I' C'f
SUNS'fON17 DR
N END
000
0.00
0.00
83.00
0.00
0.00
0.00
0.00
000
0.00
0.00
SUNRAY C'f
WEND
MEND
0.00
347.00
408.00
6LUO
0.00
10.00
U00
000
0,00
0.00
0.00
SUNS'I'ONE CT
SUNSIONE DR
END
0.00
0.00
0,00
34.00
0,00
0,00
U.00
0.00
0.00
0.00
0.00
SUNS LONE lilt
CARIBOU Dit
STONEY CKFEK DR
000
0.00
0,00
193.00
0,00
0.00
0,00
0,00
0.00
0.00
000
___: c.'. ,,..._�...:.
I-`'._... _; :.� +"•
-.'Sub'1'oWl
`'
33UZ00;_y;<
:�':2,30400
_�;1`,90800
:-U 00 .'
25800F.
-:�9 00
'-O,W;,
OOU
O,UU.
-„ OUO^`-
BROCK WATER LN
ROOKERY DR
LADY MOON DR
0.00
0.00
9600
000
0.00
O.OU
21.00
0.00
OOU
0.00
0-00
CRANE DR
'TWIN IIERON CI'
ROCK PARK DR
0,00
0.00
0.00
0.00
0.00
0.00
000
000
0.00
000
000
FORET C'-f
W END
ROOKERYRD
BOB
0.00
U.Oo
000
0.00
0.00
000
0.00
000
0.00
0.00
EGRE T LN
ROOKERY RD
E END
0.00
0.00
0,00
0.00
0.00
0.00
000
0.00
0,00
O.UO
0.00
KINGFISHER CT
LADY MOON DR
KINGFISIER CT
0.00
0.00
OBU
0.00
20U0
0.00
0.00
0.00
0.00
0.00
0,00
KINGFISHER CT(2)
FEND
WEND
OOU
0.00
000
0.00
20.00
O00
000
0,00,
000
0.00
0.00
ROCK PARK DR
ZIEGLER RD
E END
0.00
000
0.00
0.00
0.00
0.00
000
0.00
0.00
0.00
0,00
ROOKERY CI'
ROOKERY RD
E END
0.00
0.00
0.00
0,00
0.00
0.00
0,00
0.00
0.00
0.00
QUO
ROOKERY RD
ZIEGLER RD
ROCK PARK DR
0,00
1 0.00
0.00
1 31.00
71.00
0,00
0.00
0.00
0.00
0,00
OUO
SAGBWATFR CT
WEND
EEND
0.00
0.00
0.00
000
51.00
0.00
0.00
000
0.00
000
0,00
TWIN HERON C'f
A' ...,, r". '`:(•.. ._ -C:
W END
o; --`. _: 4""(
E END
OOU
"O-
0.00
�000`_
0,00
'-: HU.GO'„
0.00
.,151.00
63.00
:,,'2_SOUr
0,00
-i1U 00 �
0.00
F: 21 UU
0,00
??OOU
0.00
0,00
--000r-
0.00
.'ice'-,,_Ob0''.•'
ALBION WAY
ASHBURY DR
MANHATI'AN AVE
O.00
0.00
000
241.00
0.00
0.00
(L00
0.00
O.OU
0.00
0.00
ALBION WAY WFOL 20I2--2013)
MANHATTAN AVE
SEND
OM
0.00
0,00
24200
000
0,00
UW
000
0.00
0,00
0,00
ASHBURVDR
WABASHS'I'
ALBION WAY
0.00
0.00
0.00
57.00
0.00
0.00
0.00
QUU
0.06
0.00
000
IILMHURST DR
ALBION WA) '
WABASH S1-
0,00
0.00
28800
153.00
BOO
0.00
0.00
O.UO
0.00
0.00
0.00
SAULSBURYC'I'
WEND
ELMHURSTDR
0,00
Q00
0,00
18.00
0.00
0.00
0.00
0.00
OOU
U,00
0.00
WABASU S'T II'1'OI. _U13)
.1 .,�'.. x, .. '. _. •.
ASHBURY DR
!':'u .:. .:__ _'. (�� ,.
MANUA'TTAN AVE
_:'.: ..�. _�: !.. .'? _
0,00
1. 0,00, :_'
35.00
:. _.35.U0 j'C
0.00
„': .:: ''-88A0
278,00
�:¢969AU
0.00
.`,000
0 all
" OW r
12.UO
�I_UO
0,00
'p'000 _`_'
000
'_U00_...._`:�.,
0.00
OUO. ,.s
0,00
✓. 000'C`�r
L
JACKSON AVE
WMOUNTA1NAVE
WMULBERR"AV'EI
.00
0.00
125.00
0.00
000
0,00
320.00
23.00
43.00
0.00
630.00
SCO'ITAVE
W MOUNTAIN AVE
W MULBERR000
000
0.00
0.00
O.OU
33600
551.00
0.00
0.00
0.00
24.00
MAGNOLIA S'I'
J:ACKSON AVE
SSHIELDS S'I00
0.00
000
0.00
0.00
171.00
134.00
0.00
0.00
O,OU
0.00
OLIVE .S'I'
JACKSONAVE
SSHIELDS S'LUO
0.00
0,00
0.00
0.00
42,00
4100
0.00
0.00
0.ou
80.00
r .. -.'_s `x'---.
:`=_„M•'„' _.,-_
"'),.
5!00.
'UW'_1w
-'�: 125i00
ft' U,W
"000
:54900'';
�.I U460V _"j.'
2300Y -
4300`:-
- Ouo�
�_734,001;..
REKI NGTON ST
--
EOLIVE ST E MOUNTI.A410.00
213.00
51200
0.00
0.00
000 38.00
0.00 O.UO
0.00
482.UO
, - -
/ ` _ ., .._' Unir Sub'Ibtul
_' 11,UIV.OQ._-
217 00,'
;-'S12.OU w
0.UU
-
0.00
_„ U V0 ', j_� 38 UU
'+."0 VO -,0 W
U UU
F11
BIREN'I'FORD LN(1)(PPO)JRECON
CENTENNIAL RD
A STAND WES'I'ENUS
000
52.00
72,00
000
000
OVO
0.00
0.00
000
GIiN'I'I iNNIAL RD
PARKLAKE Ult
[IS IL\'IiR\VOOD DR
000
11000
180,00
822U0
000
12.00
11.00
000
000
0.00
0.00
PARKLAKIi DR
160'N OP LAKESIIOkF. CIR
L'N'I'L'NNIAI. kU
0.00
Q00
0.0U
60.00
000
0.00
7900
000
0.10
Q00
0.00
Ulil Sub'Toml
;`O.W.-:-
-'162.00<}"'
252:00 '-.
I;SW.00
=85.00.
„1?00'-_
,90,00, -
O.W
-,O W_;...,
--906.00
,S 0,00
^, :O.Ofi `-;-
PROPOSED TOTA1. 2U 12 UNIT'$
1,195.00
7,373.UU
8,468.00
7,392.00
499.00
1,704.00
3,922AU
233,00
147.UU
1,983.UU
Page 5 of
SECTION 2500
QUAN-rl'1'l, FS'TL91A'IT
^.' ,.�-.. ,-
JIKEE`I'
-
.:,' ".'.� :'., `"'.
rKorol
_
:.. ?_. ."'•
ro
r
;608.I4 ,,
,..:-608.15 .'
., :'608'`2G"
'a`-608.18
'; `608.19
':-608.21 '<_.:`,.
608.23.. %
:,•: 6U8:2a ,. •,:.-;
7.7
I'llllJl11A11
\lcuJ Ramp
It.Yli•;
estriall
Pedestrian
a\lllJJ
Kamp
IIIKhback
11 RIICJICl1
Dome Panels
(21' 2) '
.:
"
6 Flal„ell
K�`K
i2
KCplalC
rlalwe161
\dlL Ulplh
Y r
4 V.Illey PAu
6"Ulplh
,j:It.k It F-+'
�'• 1 K
- Alle
Approalh8
tj • K.�12 s
'"w :, > x:.
JE
r pmJ#011
,' CAull.i llg
_ .
SN,
SF
1 '.LF_'" ;.,. •`
Tp
(CARIBOU DR
S'I IMBEKLINE RD
KODIAK RD
766.00
U,OO
40.00
615.OU
1,202.00
UUO
0.00
122.00
CAPS'PONE CPI'
SUNSONE DR
END
216.00
0.00
16.00
0.00
0.00
0.00
(00
30.00
FLAGSTONE CT
W END
CAKIII01J DR
74.00
0.00
16,00
0,00
0.00
000
0.00
000
S'I'ONEGA'I'E C'I'
S'I ONEGAlE DR
END
13600
QUO
S0U
0.0U
0.00
0.00
000
12.50
S'IUNEGM 17 DR
Sl ONE1' CKEEK DR
SUNS'I ONE DR
128.00
0.00
0.00
000
0.00
0.00
0.00
0.00
S'I'ONEKIDGE C'I
CARIBOU DR
NEND
0.00
0.00
UUU
000
0,00
000
0,00
0,00
S'I'ONI?W.\Y C'I'
9UNS IDNE DR
I?ND
224.00
0.00
16.00
0.00
0.00
0.00
0.00
30.0U
STONEY CREEK DR
CARIBOU DR
SUNS'I'ONG DR
0.00
0.00
0.00
0.00
O.OU
0.00
0.00
000
SUNBURS'1'DR
SUNSTONEDR
CARIBOU DR
348.00
0.00
32.00
000
0.00
0.00
0.00
74.00
SUNCRES'I'DR
CARIBOU UK
SI'ONEGA'IF DR
184.00
0.00
16.00
0.00
0.00
0.00
0.00
2800
SUNLIGH i' CT
SUNS I'ONH DR
N END
0.00
0.00
UOU
UOU
0.00
0.00
0.00
0.00
SUNRAY CI
%V END
N END
265.00
0.00
16.00
10.00
0.00
0.00
0,00
3200
SUNS 'I'ONE CT
SUNS 'I'ONE DR
END
0.00
0.00
0.00
0.00
0.00
0.00
000
7.00
SUNS 'I'ONE DR
CARIBOU DR
S'I'ONI?Y CREEK DR
0,00
O.Off
0,00
0.00
0.00
000
0.00
42.00
_ ..
' -
- _. ._ .
l' -
. ,
-;p_Onil Sub'I'Ual
_;_ :2,36It00
_, 0.00:__ .
-_'160,0U_
;. 625.00 -�
11 �0 00
".: 000
0 VO
377.50
1
BROOKWA'MR LN
ROOKERY DR
LADY MOON DR
0.00
0.00
0.00
75.00
0.00
0.00
0.00
U.UO
CRANE DR
'TWIN HERON Cl'
ROCK PARK DR
0.00
0.00
0.00
0.00
0,00
0.00
0.00
0.00
EGRLI'C"I'
\VEND
ROOKER\'RD
0.00
0.00
0.00
0.00
000
0.00
0.00
0.00
EGRET I.N
ROOKERY RD
E END
0,00
0.00
0.00
0.00
000
0.00
0.00
0.00
KINGFISHER CT
LADY MOON DR
KINGFISIIER CI'
25.UU
U.UU
8.00
106.00
000
0.00
0.00
0.00
KINGFISHER CT(2)
FEND
WEND
2500
0,00
8.U0
106.OU
0.00
0.00
0.00
0.00
ROCK PARK UK
ZIEGLER RD
E END
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
ROOKERY C'I'
ROOKERY RD
E END
0,00
0.00
0.00
0,00
0.00
0.00
0.00
0.00
ROOKERY RD
ZIEGLER RD
ROCK PARK DR
0.00
0,00
0.00
75.0U
0.00
0.00
0.00
0.00
S.AGEWA'rHR C'I
W END
E END
0,00
000
U.00
183.00
U.00
0,00
0.00
U.UO
'TWIN HERONC'I
W END
E END
0,00
0.00
0.00
283.00
0.00
0.00
0.00
0.00
_... _ _ .'_::. •....
__� _... '. .;.
- :Unit Sub'I'ota1,
.'50.0(i.._..
,U.00
16.00
'-82800
-�UUO
',UVO'
0,00.
.
ALBION WAY
ASIIBURY UK
h1ANIIA'ITAN AVE
0,00
000
0.00
0.00
0.00
0.00
QUU
0.00
ALBION WAYWFOI._'0122013)
MANHA'TI'AN AVE
SEND
000
000
0.00
0.00
0.00
0,00
000
0.00
ASIIInJRY DR
1VABASII S'I'
ALBION WAY
0.00
0.00
0.00
0.00
O.OU
000
0.00
0.00
ELMHURS'I'DR
ALBION WAY
WA13ASII S'1'
0.00
0.00
(Wo
0.00
0,00
0.00
000
0.00
SAULSBURYC'I
W END
ELMHURSTDR
0.00
0.00
0.U0
U.OU
UOU
0.00
0,ou
0.00
WABASI I SI I I'POL'_UI3)
AS)IBURI. OR
MANIIATI'AN AVE
48,00
0,00
O.UO
0.00
0,00
0.00
0,00
000
_ _ 'h[:..,.. - _
:• �.-:. _._.. __
.:," .. ._. :'Y .. ._
-48,00 _.,
_ 0,00. ..-
:0.00 -,.
000 '..
;:.000
_:. 0.00.. -._..
000'_'.
- 000
1
JACKSON AVE
WMOUNTAIN AVE
jwb1ULBHRRY S'I'
60.00
0.00
QBB
2552A0
0.00
000
000
0.00
SCO']TAVE
WNIOUN'I'AIN AVE
WMU1.BERRY ST
208,00
0,00
2-00
84700
000
0.00
0.00
4200
MAGNOLIA S'T
JACKSON AVE
SSIUFLDS S'1'
0.00
0,00
0.00
110.00
0.00
0.00
256.00
0.00
OLIVI?5'I'
JACKSON AVE
IssilwLU.S S'1'
0,00
0.00
Ruo
379.00
0.00
0.00
498.00
0.00
! _ "._ '
._.: __ _.:_ .�. _ :
- .-•..: Unii Sub T.MI.
.'_168.00 .::
.0,00„
-_' _24,00'
3,88800
.=U00
-000
754 OU. -'
-42:U0 .
REMIpjr�TQN
REMINGTON S I
H OLIVE ST
E MOUN'I'IAN AVE
70.00
000
U.UO
1,830.00
780.00
0.00 Quo 10,00
.."'Unit Sllb'1'Vlul
-v,:70.W+.
,.-._00U... ..:
0.09
-:,1,83000=::78000`
'-V00 UUO C�' -� ' IQUU.:'s
IJICEN'1'P012U LN (I)(1'I'(1111:E('ON
CLMENNIALRD
EASI'AND WES I' ENDS
222.00
uou
800
O.UO
0.00
0U0
000
38.00
CFN'1'L'NNIAL RD
PARKL1KEDR
SILV17RWOOD DR
44.UO
000
000
250U
U.UO
0.00
0.00
35.00
PARKLAKE DR
160' N OP LAKESIIORE C'IR
CENTENNIAL RD
0U0
U.UO
0.00
U.UU
U.UO
if
O fI
0.00
. UnitSub Total
'�266.W
0.00
8.00
25,00
^0.00'
.000
O:UO -
73.00
PROPOSED TOTAL 2012 UNI'I:S
7,031.00
1,29900
516.00
14,351.00
3,384.00
255.00
754.00
930.50
Page 6 of 6
W m m
SECTION 03000
DETAILS
'
Rock Sock (RS)
Straw Bale Filter
SC-5
D23
Gravel Filter
D24, D25
Curb and Gutter
701
'
Curb and Gutter/Sidewalk
702
Curb, Gutter and Sidewalk Details
D-6
Median (Island Curbs)
703
Standard Driveway Approach (I & II)
706
'
Standard Driveway Approach (III & IV)
707
Street Intersection Crosspan
708
Curb Inlet 4' Opening — Vertical Curb & Gutter
D-7a, 7b
'
Curb Inlet 4' Opening — Driveover Curb & Gutter
D-8a, 8b
Metal Sidewalk Culvert for Vert. Curb and Gutter and Sidewalk
D-10
Metal Sidewalk Culvert for Vert. Curb and Gutter and Detached Sidewalk
D-10B
'
Metal Culvert For Drive -Over Curb, Gutter and Sidewalk
D-11
Concrete Sidewalk Culvert
D-12,13
Area Inlet
D-9a
Modified Type 13 Inlet
13-A
Catch Basin
Alley Intersections
803
Standard Manhole Cover
1201
Standard Sidewalk
1601
Sidewalk Detail
1602
'
Access Ramp Details
Detached Walk/Intersection Detail
1603
1604
Detached Walk/Intersection Detail
1605
Pedestrian Ramp Detail
1606
Residential Local Street Access Ramps
1606 a
Truncated Dome Warning for Access Ramps
1607
Median Islands and Pedestrian Refuge Area
1608
Sidewalk Widening Details
2501
Concrete Pavement Joints
M-412-1
I
Rock Sock (RS) SC-5 '
Description
A rock sock is constructed of gravel
that has been wrapped by wire mesh or
a geotextile to form an elongated
cylindrical filter. Rock socks are
typically used either as a perimeter
control or as part of inlet protection.
When placed at angles in the curb line,
rock socks are typically referred to as
curb socks. Rock socks are intended to
trap sediment from stormwater runoff
that flows onto roadways as a result of
construction activities.
Appropriate Uses
Rock socks can be used at the perimeter
of a disturbed area to control localized
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.
Photograph RS-1. Rock socks placed at regular intervals in a curb
line can help reduce sediment loading to storm sewer inlets. Rock
socks can also be used as perimeter controls.
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-1. Also see the Inlet Protection Fact Sheet for design and installation guidance when rock socks are
used for inlet protection and in the curb line.
When placed in the gutter adjacent to a curb, rock socks should protrude no more than two feet from the
curb in order for traffic to pass safely. If located in a high traffic area, place construction markers to alert
drivers and street maintenance workers of their presence.
Maintenance and Removal
Rock socks are susceptible to displacement and breaking due to vehicle traffic. Inspect rock socks for
damage and repair or replace as necessary. Remove sediment by sweeping or vacuuming as needed to
maintain the functionality of the BMP, typically when sediment
has accumulated behind the rock sock to one-half of the sock's
height.
Once upstream stabilization is complete, rock socks and
accumulated sediment should be removed and properly disposed.
Rock Sock
Functions
Erosion Control No
Sediment Control Yes
Site/Material 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
' SC-5 Rock Sock (RS)
1Y2" (MINUS) CRUSHED ROCK
ENCLOSED IN WIRE MESH 1Y2" (MINUS) CRUSHED ROCK
ENCLOSED IN WIRE MESH
WIRE TIE ENDS
' 4" TO 6" MAX AT
L 0" ON BEDROCK OR GROUND SURFACE L CURBS, OTHERWISE
' HARD SURFACE, 2" 6"-10" DEPENDING
IN SOIL ON EXPECTED
SEDIMENT LOADS
ROCK SOCK SECTION ROCK SOCK PLAN
' ANY CAP AT JOINT SHALL BE FILLED WITH AN ADEQUATE
AMOUNT OF 1Y2" (MINUS) CRUSHED ROCK AND WRAPPED
WITH ADDITIONAL WIRE MESH SECURED TO ENOS OF ROCK
ROCK SOCK, REINFORCED SOCK. AS AN ALTERNATIVE TO FILLING JOINTS
TYP
BETWEEN ADJOINING ROCK SOCKS WITH CRUSHED ROCK AND
ADDITIONAL WIRE WRAPPING, ROCK SOCKS CAN BE
OVERLAPPED (TYPICALLY 12-INCH OVERLAP) TO AVOID GAPS.
1
I
I
1
' RS-2
ROCK SOCK JOINTING
ROCK SOCK INSTALLATION NOTES
1. SEE PLAN VIEW FOR:
-LOCATIONS) OF ROCK SOCKS.
GRADATION TABLE
SIEVE SIZE
MASS PERCENT PASSING
SQUARE MESH SIEVES
No. 4
2"
100
90 - 100
1
20 - 55
0 - 15
3�'
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 BE IYz" (MINUS) IN SIZE WITH A FRACTURED FACE (ALL SIDES)
AND SHALL COMPLY WITH GRADATION SHOWN ON THIS SHEET (I)4" MINUS).
3. WIRE MESH SHALL BE FABRICATED OF 10 GAGE POULTRY MESH, OR EQUIVALENT, WITH A
MAXIMUM OPENING OF Yi", 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
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 8MPs EACH WORKDAY, AND MAINTAIN THEM IN EFFECTIVE OPERATING CONDITION
MAINTENANCE OF BMPs SHOULD BE PROACTIVE, NOT REACTIVE. INSPECT 8MPs 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 8MPs 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 AVAILAOLE IN AUTOCAD)
NOTE. MANY JURISDICTIONS HAVE BMP DETAILS THAT VARY FROM UDFCD STANDARD DETAILS.
CONSULT WITH LOCAL JURISDICTIONS AS TO WHICH DETAIL SHOULD BE USED WHEN
DIFFERENCES ARE NOTED.
NOTE, THE DETAILS INCLUDED WITH THIS FACT SHEET SHOW COMMONLY USED, CONVENTIONAL
METHODS OF ROCK SOCK INSTALLATION IN THE DENVER METROPOLITAN AREA. THERE ARE
MANY OTHER SIMILAR PROPRIETARY PRODUCTS ON THE MARKET. UDFCD NEITHER NDORSES
NOR DISCOURAGES USE OF PROPRIETARY PROTECTION PRODUCTS; HOWEVER, IN THE EVENT
PROPRIETARY METHODS ARE USED, THE APPROPRIATE DETAIL FROM THE MANUFACTURER MUST
BE INCLUDED IN THE SWMP AND THE BMP MUST BE INSTALLED AND MAINTAINED AS SHOWN
IN THE MANUFACTURER'S DETAILS.
November 2010 Urban Drainage and Flood Control District
Urban Storm Drainage Criteria Manual Volume 3
RS-3 O
8
Area InI�
., .
d
with 2 Stakes Per Bale
Af•
• a •J1) o n
v o a
a'I
h
a a a
o a a
iA I lil— r) l,' I ��
PLAN VI EW
Stake1Twine
Runoff . ,r--� v ,
.w.,.� `— Gompac�ed Soil
6 T
Filtered Wa;zr� nz�
SecrioN A -A `
General Notes:
1. Wedge loose straw between the staked
bales. AREA INLET FILTER
2. Inspect and repair filters after each STRAW BALES
storm event. Remove sediment when
one halt of the filter depth has been CITY OF. -FORT COLLINS, COLORADO
filled. Removed sediment shall be STORMWATER UTILITY
deposited in an area tributary to a
sediment basin or other filtering measure, APPROVED DATE:
:
3. Sediment shall be removed immediately REVISIONS:
from traveled way of roads. D-23
FIGURy 6.2
J
counterparts of the Agreement and attached documents to OWNER with the
required Bonds. Within -ten (10) days thereafter, OWNER hall deliver one fully
signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by
a complete set of the Drawings with appropriate identification.
20.0 TAXES.
I OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included in the
Contract Price. Reference is made to the General and Supplementary
Conditions.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid assures the
' Bidder's compliance with the City's purchasing restrictions. A copy of the
resolutions is available for review in the Purchasing and Risk Management
Division or the City Clerk's office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires
that suppliers and producers of cement or products containing cement
to certify that the cement was not made in cement kilns that burn
hazardous waste as a fuel.
23.0 COLLUSIVE OR SHAM BIDS.
IAny Bid deemed by the City in its sole discretion to be a collusive or sham Bid
will be rejected and reported to authorities as such. Your authorized signature of
this Bid assures that such Bid is genuine and is not a collusive or sham Bid.
24.0 BID RESULTS.
For information regarding results for individual Bids send a self-addressed, self -
stamped envelope and a Bid tally will be mailed to you. Bid results will be posted
' in the Purchasing office seven (7) days after the Bid Opening.
END OF SECTION
I
1
Wire Screen —
(Approx. YZ�Pytes-)
Fil
—Grzvo; Frlur
CAI?Frox. ;Ie_"DiernE�-er)
Area Infer
PLAN Vf EW
Block
Grave! Fi f er
Over -Po!') - ConcrAz Bloc(
i C — Wire Screen
RunofF ' tU'O!G
� —�I� ❑In Gravel F!Iter
Fdtarec WeLer J
SECTION A -A
General Notes:
t. Inspect and repair filters after each storm
event. Remove sediment when one half of
the filter depth has been filled. Removed
sediment shall be deposited in an area
- tributary to a sediment basin or other
! filtering measures.
2. Sediment and gravel shall be immediately
removed from traveled way of roads.
FIGUU. o .3
AREA INLET FILTER
GRAVEL
CITY OF FORT COLLINS, COLORADO
STORMWATER UTILITY
APPROVED BY:
DATE:
ncd1SIONS1
D-24
r
PAGE 32
naval FII7
(APprox.
aidm2CZfj vAirG-+�'��c��
Wim Scree
Cyer=iow
Pwnor=
T�_o reLB
B locX
2x .
I--C_ ravel F:I ar
PLAN VIEW
_ r-FilEered i;J�2r
Wire �re¢n— t E
)\
21'xa."Wood S_'�ud�
SEE— fGN A -A
inIe-
General Notes:
1. Inspect and repair fiiters after each CURB INLET FILTER
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- STORMWATER UTILITY
ment basin or other filtering measure. APFRQV.-D 3Y: i
2. Sediment and gravel snail be immediately pa-c:
removed from traveled vray of roads. REVISIONS: D-25 I
FIGURE 6.4
2'_6"
w
1 1 /2"R.
a 2 R.
Gutter edge may be
tapered or battered.
� � a
(Typical for all Curb &
& Gutter Types)
k /rM=� n i
30"
18" 12"
21 .75"
R 0.5" I3.63" 2"
+ 0.13" a
ae
713
a _
• a
a
ROLL-OVER
(LOVELAND)
f
CURB AND GUTTER
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 03/01/02 701
Y
J
O
W
O) N
N
C (1)
Q
F
Lu
Do
U
LLL
W
n
Q
O
o
Z
Q
Q
rr
_O
�.
w
I
LL
W
U
Ir
W
>
U
r 66
�7
1
w\
L.L..
co
.19LL
I
r�
s/E
s/E
0)��8/E L
0
W
9 �Y(
a Q
w
a Q
U
U)
LL
Lu
M
I
U119
° Q
N
i it
Z
CO Q
W
i
°
i
M
W
co U
Lu
O
v
III
g/E E W\
g/E /
Ir
CURB AND GUTTER/SIDEWALK
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 03/O1/02 702
m LIMITS OF C & G
^ N
H �
aL Z 14 IN17 IN.
3 FT. 9 IN.
(1.17 FT.) o:R \ (1.42 FT.)
(3.75 FT.)
Z n \
,., 3 n
m n
� my
�
I FLOW
LINE \ f
NE
4 IN.
D D D
- A
��
II a.
6
` D 6 IN.
^
e p e
\
Imn
4
?n
18 IN. 18 IN.
(1.5 FT.) (A Ft.)�—
J
DRIVE -OVER
CURB, GUTTER AND SIDEWALK
2 FT 6 IN.
6 IN.—
WHERE WALK ADJOINS A CURB. IT SHALL BE
CONSTRUCTED 1/4 INCH ABOVE THE CURB.
s 1/2 IN. SLOPE SIDEWALK TO CURB -
1 1/2 IN.—
1/4 IN. TO 1/2 IN, PER FT, I
2 IN.
1 I/2 IN. R
- D 4lIN.
� ' D
2 IN. R D
6 IN. D
D D
6 IN,
z
4 FT. MIN.
12 IN.
VERTICAL 6 IN.
CURB, GUTTER AND SIDEWALK
EDGED
SURFACE 1/8 IN R
3/4IN. MIN.
4.43 FT.
1.18 FT, .58 FT. 2.67 FT.
•
•'
•
p.
.09 FT.
a - .•
..
.. 1 D
.30 FT. I1 FT4 IN.
° D
_
I D I
DUMMY JOINT
FOR WALKS
COMBINATION CURB, GUTTER AND SIDEWALK
"HOLLYWOOD"
(OBSOLETE - FOR REPLACEMENT ONLY)
CURB, GUTTER AND SIDEWALK DETAILS
APPROVED:
DETAIL
CITY OF FORT COLLINS
STORMWATER
DATE: 11/13/00
UTILITIES
CONSTRUCTION DETAILS
D _ 6
DRAWN BY: NBJ
c1y o! Fort Collin
1'-6"
M.
J
1/8" TO 1/4"R.
1-1/2" 4-1/2"
1 1/2"R.
1-1/2" TO
2" R. m
• � N
• a
e
OUT FALL CURB & GUTTER
(FORT COLLINS ONLY)
1/2"
1/2"R.
nit n
' TO 1 /4"R.
a
a ° d 6"
e ° d
1"� 1/4" C n o 1" 1/4"
1 1/2" 3 ° ASPHALT OR 31/2" 3"
* 6" w/concrete pavement CONCRETE PAVEMENT
8" w/asphalt
BARRIER CURB (KEY WAY OR EPDXY) MOUNTABLE CURB (KEY WAY OR EPDXY)
(SECTION B) (SECTION M)
6" 6" 6"
1 1 /4"
J n
° co ; p
W .o CO • W r 40.
° e
n ,
O O
ROADWAY
PAVEMENT
° g
8" BARRIER CURB 6" MOUNTABLE CURB
(CDOT TYPE 2 SECTION B M-609-1 CURB W/8" REVEAL)
Notes:
a.) Bottom of curb shall be poured to a depth no less than on the compacted subgrade of the pavement.
b.) Raised center medians shall be 8" barrier curb or 8" epoxy curb only.
MEDIAN (ISLAND CURBS)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 703
_c �
XNa1 Lln
PERSPECTIVE
Ramp if necessa
Right of Way line
Detached 1:12
Sidewalk max.
�Y W
Z1:12max.
6�
W
0
N
I
TYPE I X=2' min.
X = Curb Transition Length
Y = Parkway Width in Type I Approach
W = Driveway Width (See Drawing 707)
t = Concrete Thickness - minimum 6"
Type I = With Detached Sidewalk
Type II = With Attached Sidewalk
'er to Chapter 25 for minimum removal dimensions.
W = Width
A
B
co
v
N
N ^
m I Attached
E Sidewalk
ry 12 max.
Back of curb
FL
A B Lip
Driveway Width Varies X=6-0" TYPE II
w
EXPANSION z
J
t 1 2 (max. m JOINT o
... • 1:24 LL iv
tT
o WALK
c
_ SECTION B-B
NOTE: a N.T.S.
WALK Y
1. Concrete driveway must be a
provided to the property line. 0 I:48 SLOPE
CO 1/4'PER FT. i:t2`ma �
Expansion joint if drive WALK SECTION A -A+
continues as concrete
\ N.T.S.
M
STANDARD DRIVEWAY APPROACH (TYPES I & II)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 706
1
1
1
i
1
1
1
1
1
1
1
C
TulN
M
O N
ro
a
N
a)a�
o
_
yv
,s
Y C
o U fN Y
ro O
(n N coN
Q a 3
3
` a
0
C) a C7
�
3�
Q
>
N
Z
co O Q
O
y
0 —
M
Q
N
�.
O
N
N
>
>
—
—
ry
O
N C
W
W
Q
"a
T\
p
u
L O
O
(z
Q
10
'-v
1oa
I`)
Q
0
2
C
0
o
2�
C
.X
v
N
O
LL
O N
p
E
�D
3
o z
m N I
coL
°
o
�-
O L
S O
M
Z N
—
— r
a
ro�
('UiW) ,9
3�
(XeW)
o
Q
9b'L� Zl l
Q
c
O0
�m
a v
ro
N a
o� c7
0
ml
U X
C W
N a)
co
a)
U
U) aa)lk
u
m
w N
_
E8
1
I
Q
I
a
C O C
Q
N
ro a) 9 O
/
N
Cn
F
� U
L L >0-0
m
Y
z
z
� U o 00
Q
N
o
U a�
ro �0�
a�
�> _��
o�
9
—
0
(�
a-c
20
U
L
W
W
W
�a u)aa
��
a ro
W@
d
}
U)
m is ro E
O O L r Q>O O
~
r=l
U
ro N }
a C
Q
N a a7 co O
D
° C
w
3
CL (D 0 (D
9 9 N
W
a'c
(I)
O _C C
3=UU=
w
Q
o<'ooQ�
r
u
0
Z
�Nco�Lo
jE
-7E
�F
a 3
a
ip
io
i0
2
1
J
2
4 W
O
O
oa
a
=
_
Z
T
O
J
_
T
Q
�
�
�
U
O
0
5
w
�'
3
�
STANDARD DRIVEWAY APPROACH (HIGH VOLUME DRIVE TYPES III & IV)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 707
17
}
0
O
Q
Z H
p
`
�
U
O
Of
O
�
`
D
r
U
O
W
a
J
r
J
Z O
p
- �
-
J O
Q
00 a`
O
p E .;
_Z
o
N
N
I
O. O
O
O
a
w
�
o
w
=
N
>i
O Q
Q
2
LJ
L
N
p
O_
W
?'
00�
��
I
rU r
ZO ��
p c-
0
Q-
O J
7
Z
2
3
�Z
Z>
-+-
Zp
Op
I
J0 wo
O 3J
Z
Q00
O
Q
OUP
�N
O0
O
JZ
Q OU
d
OQ=
i
� a r
r U
z�z
O p w
U li J
w
r O
z
O
wr
E U
U w
\
I
=
Uo
DO
N m
�
U U
U¢
J Q
N�
Q
U
V w w
-
p
I
II
Ua
O J
pU Q
.°
Q
ra
�z
v
Q \
Z
Z
O<
0O
D O
z
O
r
w v
p
°
OLLI +
H
W U
W
Z
_� Z
N z
U
N W
O N
Z g
W U
W
W U
ZaN
-W
3
w
c
oOJ
Q
www
O
J'a
�0N
mr
Q=
°
_Z
Q
>
00aas
z
z
N W
Z >
� z
N
00
n
� a
W
O
x
N
N
C
i
�
N
W
�
G Z
a
N
2 -
J
W O
Q
M
a
z
Q
a _
3N0
O
m
�
0 3
`�
U
Z
O
J
a
o
`
�
�
� r N
� N N
�
Q
O
J
J
U
U
STREET INTERSECTION CROSSPAN
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/O1/07 708
�I
6 F
IN.
6 IN. THICK
SIDEWALL (TYP
BOTH SIDES)
3 FT.-6 IN.
B 6 IN.-
6 IN.
WARPED CURB 6
GUTTER (TYP.
2 FT. BOTH SIDES)
8 8.5 FLUSH -
WITH CURB FACE
1 2 IN. 4:1
6 IN.
A 6 IN. STEEL DECK RING WITH
24 IN. HEAVY DENVER COVER BY
MACLEAR OR APPROVED EQUAL.
— 6 IN —
SEE
DETAIL 'A'
4 FT, OPENING
2 FT. 4 FT.- 6 IN.
6 IN.
SEE CURB FACE
gACK OF
ASSEMBLY DETAIL
CURB
B MANHOLE
RUNGS-12 IN. 11,1,
17 SLOPE FOR
/ DRAINAGE
FLOW LINE /�
11 FT.
A
PLAN VIEW
NTS
04 BAR
1 1/2 IN. R 18 IN. LONG
1/4 IN. -I IN. LEG
•: • 6 IN.
I � I
. I �2:1 45 BAR '.
1 1/2 IN. PIPE SPACER
AND 1 1/4 IN. LOCK NUT
e'
10 IN.
EMBEDMENT
4 IN.
1 1/4 IN. DIA. x 24 IN. GALV.
STEEL - THREADED
3 1/2 IN. AT TOP.
p �1/4
IN.
PLATEx 3 IN. X 3/8 IN.
`
1. J;��
6
}ITN.
I
SECTION A -A
3 FT.-6 IN. 4 FT. 3 FT.-6 IN.
WARPED DEPRESSED GUTTER WARPED
GUTTER
GUTTER
NORMAL FLOW LINE
TOP OF GUTTER
ALTERED
FLOW LINE
aW
� a
2
i Qo
—6 IN.
6 IN.
^ W
� N
F NN
W
FOR
N 2
DRAINASLOGE
SECTION B-B
•6 IN.
EXTEND CHANNEL
CURB FACE
ASSEMBLY DETAIL
6 IN.
WALL
TO pUT$IDE
EDGE pF WALL
GENERAL NOTES
I. SEE D-713 FOR REINFORCEMENT.
2. FLOOR OF INLET SHALL BE SHAPED WITH
5. TOP SLAB OF INLET SHALL BE SLOPE TO
MATCH SIDEWALK. SEE 0-6.
3 IN.
IN.
ADDITION CONCRETE FARM INVERT
PIPE CONNECTIONS.S.
6. EXPOSED STEEL SHALL BE GALVANIZED IN
RAD ♦I
/
M
3. MANHOLE RUNGS SHALL BE REQUIRED FOR
ACCORDANCE WITH AASHTQ M-111.
INLET HEIGHT 4 FT. AND GREATER.
DETAIL
�A�
4. SIDEWALK SHALL 6 IN. THICK FAR 3 FT.
ON EITHER SIDE OFF INLET.
CURB INLET-4
FT. OPENING FOR VERT.
CURB & GUTTER
APPROVED:
DETAIL
CITY OF FORT COLLINS
STORMWATER
UTILITIES
CONSTRUCTION DETAILS
DATE: 11/19/02
D-7A
City of Fort Collins
DRAWN BY: NBJ
City of
Fort Collins
Purchasing
ADDENDUM No. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 7361: Concrete Maintenance Project Phase I
OPENING DATE: 3:00 PM (Our Clock) April 9, 2012
Financial Services
Purchasing Division
215 N. Mason St. 2n" Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov. com/purchasing
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
Exhibit 1 — Specifications Revisions
Exhibit 2 — Questions & Answers
Please contact John Stephen, CPPO, LEED AP, Senior Buyer, at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
Addendum 1 — 7361 Concrete Maintenance Project Phase I
Page 1 of 5 1
1
SECTION 00300
a1DIM
7:7��i
4 FT
B
L
A /401
8 IN. O.C. --1 I--- ,-601 501 \
6 IN: 4
'
'
4
Y■�■■�
I , ■■. 1
B
2 FT. 4 FT - A IN
SECTI❑N A -A
NTS
408--/
3 FT. 5 FT. 3 FT.
II FT.
I FT. 2 FT. 5 FT. 2 FT. 1 FT.
A ` 402 «4 ANCHORS
PLAN VIEW
TABLE 1
BAR LIST FOR CURB INLET 404 402
MARK
DIA'
O.C.
TYPE
NO.
LENGHT
IN.
SPACING
REQ'D
401
8 IN.
II
4
3 FT. 10 IN.
402
t
r
12 IN.
111
x
7 FT. 10 IN.
403
12 IN.
IV
6
FT. d IN.
404
I/2
IN.
12 IN
11
4
4
12 IN.
x
3 FT, 2 IN,
406
12 IN.
11
4
x
407
l N.
2
9 FT. 0 IN.
408
l2 IN.
VII
4
3 FT. d IN.
501
5/8 IN.
9 IN.
11
2
9 FT. 0 IN,
502
5/8 IN.
9 IN.
11
1
4 FT. 8 IN.
503
548 IN.
9 IN.
11
1
9 FT. 0 IN.
504
5/8 1N.
6 IN.
VI[[
2
4 FT. 8 IN.
6"
3/4 IN.
-
-
l
8 FT. 10 IN.
8 C 3.5
-
-
1
5 FT. 0 IN.
ANCHOR
1/2 IN.
24 IN.
-
2
1 FT. 6 IN.
IEHCHi
TYPE II
STRAIGHT 405
402
405
TYPE I[I
�IH.
54 IN.
403
SECTION B-B
Nrs
TYPE IV
193K
a9 9IK
TYPE VII
.vnRI BLE WITH HIGHi, REFER TO TABLE 2. Tk RENT
N
TABLE 2
QUANITIES VARIBLES WITH HEIGHT
TYPE VIII
34 IH. 100R
12
IN.
LAP
BAR BENDING DIAGRAM
GENERAL NOTES: (DIMENSION ARE OUT TO OUT OF BAR)
1. QUANTITIES INCLUD VOLUMES OCCUPIED BY PIPES.
STRUCTURAL STEEL REINFORCEMENT AROUND
PIPES ARE NOT INCLUDED.
2. KEY JOINTS WHERE WALLS CONNECT TO TOP
SLAB AND BASE.
3. REINFORCEMENT IN WALLS AND BASE SHALL BE
3 IN. FROM THE SIDES EXPOSED TO EARTH.
REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR.
H
LENGHT
C.Y.
LB.
40214051
404
406
CONC.
STEEL
3 FT. 6 IN
10
6
3 FT. 2 IN.2
FT. I IN.
10
6
4 FT. 0 IN.
12
8
3 FT. 8 IN
2 FT. 7 IN.
12
a
4 FT. 6 IN
12
8
4 FT. 2 IN
3 FT. 1 IN.
12
8
5 FT. 0 IN
14
10
4 FT. 8 IN
3 FT. 7 IN.
14
f0
5 FT. 6 IN
14
10
5 FT. 2 IN
4 FT. 1 IN.
14
t0
6 FT. 0 IN.
16
12
5 FT. 8 IN.
4 FT. 7 IN.
16
12
6 FT. 6 IN.
16
12
6 FT. 2 IN.
5 FT. I IN.
16
12
7 FT. 0 IN.
18
14
6 FT. 8 IN.
5 FT. 7 IN.
IB
14
7 FT. 6 IN.
I8
14
7 FT. 2 IN.
6 FT, 1 IN.
IB
14
8 FT. 6 IN.
20
16
17 T. 8 IN.
6 FT. 7 INJ
20
1 16
8 FT. 6 IN
20
16
8 FT. 2 IN.
7 FT I IN,
20
16
9 FT. 0 IN.
22
18
8 FT. 8 IN.
7 FT. 7 IN.
22
18
9 FT. 6 IN
22
22
9 FT. 2 IN.8
FT. 1 IN.
22
22
10 FT. 0 IN
24
24
9 FT, 8 IN.
8 FT. 7 IN.
24
24
CURB INLET-4 FT. OPENING FOR VERT. CURB & GUTTER (REINFORCEMENT)
®
CITY OF FORT COLLINS STORM WATER APPROVED: DETAIL
DATE: t t/21/02
City of Port Collins UTILITIES CONSTRUCTION DETAILS D-78
DRAWN BY: NBJ
6 IN.
6 IN. THICK
? SIDEWALL (TYP.
BOTH SIDES)
v y
6 IN.
T1B
14 IN WARPED CURB 6
GUTTER (TYP.
TI BOTH SIDES)
I
r
A
5 FT-
6 IN. STEEL DECK RING WITH
24 IN. HEAVY DENVER COVER BY
MACLEAR OR APPROVED EQUAL.
2 FT. < FT.-
6 IN.
SEE CURB FACE
9U[8 OF ASSEMBLY DETAIL
6 IN.' C RRB MANHOLE
RUNGS-12 IN. O.C.
SLOPE FOR
D
DRAINAGE
O \
NG �FIOW LINE
I6 IN.
T
A !-1 409
601
B a
1
6 IN.
I
�
n
17 IN.
I
I
14 FT.
—FT.
}
IN. O.C.504
6 IN. O.C.
_
111
09
03
12 IN. 12 IN.
ANCHORS
BACK OF CURB
O
8 [8.5 WITH 1 1/2
IN.
DIA
1
7 `FIOW LINE
HOLE IN CENTER
3 FT.
412
5 FT.
3 FT.
11 FT.
AT
PLAN VIEW
NTS
TABLE 1
BAR LIST FOR CURB INLET
MARK
➢IA.
O.C.
TYPE
NO.
LENGHT
IN.
SPACING
REO'D
402
8 IN.
II
4
3 FT. l0 IN.
404
1
12 IN.
III
•
7 FT. l0 IN.
406
12 IN.
IV
6
7 FT 4 IN.
107
I/2
M
12 IN.
II
14
409
12 IN.
II
•
3 FT. 2 IN.
410
I
I`
12 IN.
II
4
4l1
12 IN.
II
2
9 FT. 0 IN.
Ill
1 IN.
VII
4
3 FT. 4 IN.
501
5/8 IN,
9 IN.
II
2
9 FT. 0 IN.
502
5/8 IN.
9 IN.
II
1
4 FT. 8 IN.
503
5/8 IN.
9 IN.
[I
1
9 FT. 0 IN.
504
5/8 IN.
6 IN.
I VIII
2
4 FT. 8 IN.
601
3/4 IN.
-
-
1
8 FT. 10 IN.
a [ 9S
-
-
1
5 FT. 0 IN.
ANCHOR
1/2 IN.
24 IN.
-
2
1 FT. 6 IN.
IN.
I
LENGHT TYPE II
Straight
TYPE III
E
PU.
IW20
IN.
TYPE IV
[W20
1N.
.U'
9 IN
TYPE VII
VAREBLE WITH HEIGHT, REFER TO TARE 2. J3 ly, Bent
11 IN.
TYPE VIII
}0 IN. Loop
12 IN.
LAP
BAR BENDING DIAGRAM
GENERAL NOTES: (DIMENSIONS ARE OUT TO OUT OF BAR)
1. QUANTITIES INCLUDE VOLUMES OCCUPIED BY PIPES.
STRUCTURAL STEEL AND REINFORCEMENT AROUND
PIPES ARE NOT INCLUDED.
2. KEY JOINTS WHERE WALLS CONNECT TO TOP
SLAB AND BASE.
3. REINFORCEMENT IN WALLS AND BASE SHALL BE
3 IN. FROM THE SIDES EXPOSED TO EARTH.
REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR.
') FT A FT — R IN
SECTION A -A
SECTION B-B
TABLE 2
OUANTITIES VARIABLE W1TH HEIGHT
H
NO. REO'D
LENGHT
C.Y.
LB.
402
405
1 404
406
CONIC.
STEEL
3 FT. 6 IN.
10
6
3 FT. 2 IN.
2. FT. 1 IN.
2.5
210
4 FT. 0 IN.
12
8
3 FT. 8 IN.
2 FT. 7 IN.
2.6
230
4 FT. 6 IN.
12
8
4 FT. 2 IN.
3 FT. 1 IN.
2.8
236
5 FT. 0 IN.
14
10
4 FT. 8 IN.
3 FT. 7 IN.
2.9
236
5 FT.' 6 IN.
14
10
5 FT. 2 IN.
4 FT. 1 IN.
3.1
282
6 FT. 0 IN.
16
12
5 FT. 8 IN.
4 FT. 7 IN.
3.2
282
6 FT. 6 IN.
16
12
8 FT. 2 IN.
5 FT. 1 IN.
3.4
288
7 FT. 0 IN.
18
14
6 FT. 8 IN.
5 FT. 7 IN.
3.5
306
7 FT. 6 IN.
18
14
7 FT. 2 IN.
6 FT. I IN.
3.7
314
4
8 FT. 6 IN.
20
18
8 FT. 2 IN.
7 FT. 1 IN.
4.0
340
9 FT. 0 I'Ll
22
18
8 FT. 8 IN.
7 FT. 7 IN.
4.1
380
9 FT. 6 IN.
22
18
9 FT. 2 IN.
8 FT. 1 IN.
4.3
366
10 FT. 0 IN.
24
1 20
9 FT. 8 IN.
8 FT. 7 IN.
4.4
386
CURB INLET-4 FT. OPNG, FOR DRIVE -OVER CURB & GUTTER (REINFORCEMENT)'
CITY OF FORT COLLINS STORM WATER APPROVED: DETAIL
UTILITIES CONSTRUCTION DETAILS DATE: 11/25/02 D_813
City of Fort Collim
DRAWN BY: NBJ
10 FT. 0 IN.
MIN. SECTION
/ A \
I1 x x III
11 x X X III.
.11 II • PLACE FIRST SCREW
11 x x X X x II 60F N..`FFRONT EDGE
PATE
SEE DETAIL "A" % t x x x x x ICI
B 1 � B
5/8 IN. X 2 FT. 6 IN. X 4 FT. 6 IN.
RAISED PATTEREN NON-SKID GALV.
STEEL PLATE (AASHTO M-ill)
A -
PLAN VIEW
SLOPE PLATE TO MATCH
4 FT, 6 IN.
SIOEWALK
2 FT. 0 IN.
6 IN. 4 FT. 0 IN.
1/2 IN.�
r-- FLOWLINE (AS SHOWN ON PLANS
T
1
_
...
6 IN.
6 IN.
e.4
SECTION A —A
3 IN.
2 FT. 0 IN. 3 IN.
d.
°
..
/
°° . ° °° ✓
4 5/8 IN. 1/4 IN. e ?
.. .
d
a 4 IN.
°
e °.
4 °
ja a
.. ° .. ° .. • A e
7 1 /2 IN.
IN. MIN. -
d
3 FT. 0 IN.
2.1 SLOPE 2:1 SLOPE
5 FT. 6 IN..
SECTION B—B 5/8 IN. 3/8 IN. BRASS SCREW-181N. O.C.
GALVANI TEO W/ COUNTERSUNK HEAD FLUSH
PLATE W/ PLATE
�° e
3.2.3/8 IN. �diLd IN°
GALVANIZED -`
ANGLE
a
a
N0. 3 REBAR
ANCHOR-18 IN. O.C.
DETAIL 'A'
METAL SIDEWALK CULVERT FOR VERT. CURB & GUTTER AND SIDEWALK
CITY OF
Cityof APPROVED:
�.} FORT COLLINS STORM WATER DETAIL
( l Cdlins UTILITIES DATE: 12/12/00
FORT COLLINS, CO. CONSTRUCTION DETAILS D — 10
(970) 221-8700 DRAWN BY: NBJ
a
�F
3 (TYIP—)A-1
TYP.
3/8" BRASS SCREW
WITH COUNTERSUNK HEAD C
I I FLUSH WITH PLATE
B
B
L
w
5/3" GALV.
SIDEWALK
(TYP.)
j
STEEL PLATE
EXPANSION
EXPANSION
MATERIAL
MATERIAL
EXTEND WALK 6
w ON BOTH SIDES
LCJ OF WALK
a BACK OF CURB
0
12" R-\ vJ /-12" R
STREETOV I 3'-3" OPEN NG 3'-3"
8'-6"
r
PLAN
BACK Of SLOPE PLATE TO
CURRY VARIES VARIES MATCH SIDEWALK
EDGE OF 1 0.5% SLOPL (,MIN.)
SLOPE VARIES
STREET I ��
SECTION A -A
5/8" GALV. 2'-0" 3..x2"x3/8"
STEEL PLATE VARIES, SEE GALV. ANGLE
PLANS SEE DETAIL 1
PLANS-7
ti • I1
2 I 3._0" ( 2
SECTION B-B
2-0
EPRESSE
5/8
GALV.
3/8" BRASS SCREW-18" O.C.
WITH COUNTERSUNK HEAD FLUSH
GUTTER
PLATE --,,,WITH
PLATE
a
t#4@12"
/ /J4®12"
¢
#3 REBAR
o
3'x2 x3/8"
ANCHOR 18"
GALV.
4p, .
O.C.
V #4@12" O.C.
ANGLE
a
SECTION C-C
DETAIL 1
METAL
SIDEWALK CULVERT FOR
VERT. CURB & GUTTER
AND DETACHED SIDEWALK
city CITY OF
r FORT COLLINS
STORMWATER
APPROVED:
DETAIL
1_C�l�ns
Q
�"��
UTILITIES
Foxr COLLINS, co.
CONSTRUCTION DETAILS
DATE: 1/28/09
D-10B
(970) 221-8700
DRAWN BY: NBJ
5/8 IN. X 2 FT. 6 IN, X 4 FT. 0 IN.
RAISED PATTEREN NON-SKID GALV.
STEEL PLATE (AASHTO M-111)�
x x 11
1
II x xxll
I I 11
PLACE FIRST SCREW
t x x x x 11 � 6 IN. FRONT EDGE
x x 1 OF PLATE
SEE DETAIL "A" I� x x x x x 1�1
A
PLAN VIEW
'E PLATE TO MATCH I
WALK
14 IN. E 14 IN. 4 FT. 0 IN.
1 /2 IN.
1/2 IN.—FLOWLINE (AS SHOWN ON PLANS -
6 IN. •' 6f IN.
SECTION A -A
3 IN. 2 FT. 0 IN. 3 IN.
1/4 IN. e
°.0
° ° • ° 4
°A
- ° d o ° e.. °6 IN. .. 5 3/a
d a d °
2: t SLOPE I 3 FT, 0 IN. I 2:1 SLOPE
4 FT. 11 IN.
SECTION B — B 5/8 IN. 3/8 IN. BRASS SCREW-18 IN. O.C.
GALVANIZED W/ COUNTERSUNK HEAD FLUSH
PLATE W/ PLATE
GENERAL NOTES: GALVANIZEEDD BN.;
GALVA—�
ANGLE
1. WHEN THE CURB IS SEPERATED FROM THE SIDEWALK °
THE STEEL PLATE SHALL BE PLACED ON THE a
SIDEWALK AND THE CONCRETE CHANNEL(WITH 6 IN, NO. 3 REBAR /a
THICK WALL ON EACH SIDE) CONTINUED INTO THE ANCHOR-181N. O.C.
CURB AND GUTTER. DETAIL "A„
METAL CULVERT FOR DRIVE -OVER CURB, GUTTER AND SIDEWALK
�"`'� CITY OF FORT COLLINS APPROVED: DETAIL
STORM WATER
Collins UTILITIES DATE: 12/18/00
FORT COLLINS. CO. CONSTRUCTION DETAILS D - 11
(870) 221-8700 DRAWN BY: NBJ
A--i EXTEND WALK 1 FT.
BEYOND NORMAL BACK
OF WALK.
3 FT. ` 6 IN. 604 BARS
I AT 11 IN. O.C.
31
1
1 FT.
( 9 IN.
6 IN. THICK I 5 L- IBARS AT 9 IN.
O.C.
SIDEWALK
T YPA
4 FT.
6 IN.
IC
J 8C 8.5 WITH I 1/2 IN. DIA, HOLE
IN CENTER - EXTEND CHANNEL TO
OUTSIDE EDGE OF WALL. --,
B
L6
1 FT.
I
2 n5 BARS AT
6 IN. D.C.
BACK OF CURB
B
/
\
IN.
—SEE DETAIL 'A'
2
FT.
L12
II IN.
FLOWLINE
p4 BARS AT
IN. O.C.
WARPED CURB 6
GUTTER (TYP.)
Al
DETAIL "B"
8C 8.5 FLUSH
WITH CURB FACE
N4 BAR
1 1/2 IN. R
18 IN. LONG
/4 Irv. -I IN. LEG
2 IN.
2 IN. 41
..
6 IN.
6 IN.
2:1\
= \M 5 BAR .•_
.:
1
.
I I/2 IN.
PIPE SPACER
AN I 11/4
N. LOCK NUT
8 IN p
T 1 1/4 IN.
DIA. % 26 IN. GALV.
3 IN. STEEL ROD
- THREADEO
77'
3 1/2 IN.
AT TOP.
n
I
4 IN.
3 IN, X 3 IN. % 3/8 IN.11
PLATE
6 IN.
WALL
Ill IN.
I
DETAIL '•A"
DETAIL
NBARS
6 INN5
tBARS
BARS 8 1/2 IN.
7. SLOPE6
IN.
N4 BARS-12 IN. O.C.
BOTHWAYS
SECTION
A -A
WARPED GUTTER DEPRESSED GUTTER
, -TOP OF CURB 2 IN
WARPED GUTTER
NOHNnL" FALTERED
FLOW LINE a a FLOW LINE
SECTION B-B
(REINFORCEMENT NOT SHOWN)
GENERAL NOTES: L_1 1 - I
1. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT. ON 6 IN.
EITHER SIDE OF CULVERT. ADO I N 4 BARS ADO I N 4 BARS
2. TOP SLAB OF CULVERT SHALL BE SLOPE TO 14 1/2 IN
MATCH SIDEWALK. SEE D-6.
3. EXPOSED STEEL SHALL BE GALVANIZED IN i
ACCORDANCE WITH AASHTO M-Ill.
4. KEY JOINTS WHERE WALLS CONNECT TO TOP
SLAB AND BASE. j d BARS-12 IN. O.C.
BOTHWAYS
5. REINFORCEMENT IN WALLS AND BASE SHALL
BE 3 IN. FROM THE SIDE EXPOSED TO EARTH. SECTION C-C
REINFORCEMENT IN TOP SLAB SHALL BE
1 1/2 IN CLEAR.
CONCRETE SIDEWALK CULVERT FOR VERT. CURB, GUTTER AND SIDEWALK
CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL
UTILITIES CONSTRUCTION DETAILS DATE: 12/19/00 D -12
City of Fort Collim DRAWN BY: NBJ
[1
A-7
3 FT.
6 IN.
i
1
1 FT.
�
C
1
9 IN.
1
6 IN. THICK l
SIDEWALK
(iYPJ
I
4 F I.
6 IN—
I FT..
B
(TYP.> —
0
B
l
1
1
17 IN
11 IN.
4 IN
44 A A
1
IN. C.
8C S.5 FLUSH — —
WITH CURB FACE
I _
2 IN.
1 l
2 IN.I
6 IN.
1
8 IN.
' e
44-1'
2:
A-�
EXTEND WALK I FT.
BEYOND NORMAL BACK
OF WALK.--�
6#4 BARS
AT 11 IN. C.C.
5 u5 BARS AT c 8C8.5 WITH 1 1/2 IN. DIA. HOLE
9 W. D.C. IN CENTER - EXTEND CHANNEL TO
OUTSIDE EDGE OF WALL.
r'
2 #5 BARS AT
6 IN. O.C.
B
jBACK
DF CURB-^
--SEE DETAIL
FLOWLINE
r--SEE DETAIL
'T •B" i_ g4 BARS
�6 IN.
BARS 8 1/2 IN.
r
6 IN.
1,#4 BARS —r
i 1/2 IN. R g41 N. BARONG / #4 BARS-12 IN. O.C�
1/4 IN. -I tN. LEG/ � BOTHWAYS
3 IN. X 3 IN. X 3/8 IN.X`
PLATE
SECTION A -A
5f
C ° 6 IN.
,> °4` 3 FT. 6 IN. _ 4 FT. 0 IN. 3 FT. 6 IN. _
\ BAR i WARPED GUTTER DEPRESSED GUTTER WARPED GUTTER
�j o
—TOP OF CURB
\1 1 2 IN. PIPE SPACER
�\ AN 1 1 4 IN. LOCK NUT ''
—� 1 1/4 IN. DIA. X 24 IN. GALV_
STEEL ROD - THREADED -
1 IN. 3 1/2 IN. AT TOP. FLOW LINE 3 '/4 "" , FALTERED
I .. FLOW LINE
SECTION B-B
6 IN.
(REINFORCEMENT NOT SHOWN)
I
-I-
11 FT. 0 IN.
-.
GENERAL NOTES:
I. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT. ON 6 IN. -
EITHER SIDE OF CULVERT. ADD I y 4 BARS— —ADD 1 y 4 BARS
2. TOP SLAB OF CULVERT SHALL BE SLOPE TO 14 1/2 w.
MATCH SIDEWALK. SEE D-6.
3. EXPOSED STEEL SHALL BE GALVANIZED IN
ACCORDANCE WITH AASHTO M-III.
4. KEY JOINTS WHERE WALLS CONNECT TO TOP
SLAB AND BASE. ��N 4 BARS-12 IN. O.C.
5. REINFORCEMENT IN WALLS AND BASE SHALL I BOTHWAYS
BE 3 IN. FROM THE SIDE EXPOSED TO EARTH. SECTION C-C
REINFORCEMENT IN TOP SLAB SHALL BE
l 112 IN CLEAR.
CONCRETE CULVERT FOR DRIVE -OVER CURB, GUTTER AND WALK
CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL
UTILITIES CONSTRUCTION DETAILS DATE: 12/20/00 D-13
��lYRhr DRAWN BY: NBJ
I
A
A
A w
—NO. 12 GRATE AND FRAME BY
MOCLEAR OR APPROVED EQUAL.
35 3/4 IN.
28 1/4 IN. 6 IN. 23 3/4 IN.
6 IN. 16 1/4 IN.
12 IN. MIN, .
\
GRATES
3 IN. CIR. O.F.
2 IN. OR L.F. l
/4 BAR
.d . \
--CONCRETE
PIPE O.D. a�
LINLET
_
3 IN. CIR. O.F.
14 O 12 IN.
.I
/
... 3 IN. •'
CIR
2 IN. OR L.F.
I i
FLOW LINE OF � {
CTRS. (iYP,)
12 IN.
.�, � LAP
.: \
a
/4 O 12 IN.
CTRS. (TYP.)
4 I �
ARWND I
INLET AND
CONCRETE PIPE
IO
PIPES/'r I
CONDUIT a -•
D
H
112
d
I
SLOPE FOR :; .
DRAINAGE
IN. NA%. IG
STEP
,'
I•a
F /
L
SPACING
„�.\
'. •'
e
7 7-
•IN.
'
— — — — —I — —
=%
14 IN.
14
y4 O 12 IN.
CTRS.
5 IN. TYPICAL WALLS
AND FLOOR
SECTION A —A
GENERAL NOTES:
1. AREA INLETS MAY BE USED FOR
ORAINAGEWAY OTHER THAN STREETS.
(EXAMPLE, PARKING LOTS, MEOIANDS,
SUMP BASINS)
SECTION B—B
AREA INLET
® CITY OF FORT COLLINS STORM WATER APPROVED: DETAIL DATE: 12/8/00
City of Fort Collin UTILITIES CONSTRUCTION DETAILS D - 9 A
DRAWN BY: NBJ
No Text
I
I
11
I
I
1
I
I
I
SECTION 00300
BID FORM
PROJECT: 7361 Concrete Maintenance Project Phase 1
Place:
Date:,,,_(
In compliance with your Invitation to Bid dated4w:l `j-1 20 (a and subject to all
conditions thereof, the undersigned a (Corporation, Limited Liability Company,
Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the
State of Colorado hereby proposes to furnish and do everything required by the
Contract Documents to which this refers for the construction of all items listed on
the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal is
made in good faith, without collusion or connection with any other person or
persons Bidding for the same Work, and that it is made in pursuance of and
subject to all the terms and conditions of the Invitation to Bid and Instructions to
Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining
to the Work to be done, all of which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in
// .
the sum of s �' ,�c �. - �-„_ P.xe6�r0 T» hl; „_
($ 7rByQ.8�1 in accordance with the invitation To Bid and Instructions to
T
Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within fifteen
(15) calendar days from the date when the written notice of the award of the
contract is delivered to him at the address given on this.Bid. The name and
address of the corporate surety with which the Bidder proposes to furnish tie
specified performance and payment Bonds is as follows: fv,.,,w Co.
5. All the various phases of Work enumerated in the Contract Documents with their
individual jobs and overhead, whether specifically mentioned, included by
implication or appurtenant thereto, are to be performed by the CONTRACTOR
under one of the items listed in the Bid Schedule, irrespective of whether it is
named in said list.
6. Payment for Work performed will be in, accordance with the Bid Schedule or Bid
Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through
U
� U �
L l
'
y0 j0
Z�c�
Zj1�
u
`
C0�
��o
o
u
�O
QQ
i
`
N
adld
tV
CCU I N
�L 1 G1
3
N
N
tip UIUJ
ZL
X
n r1 �
u o�
r1
L X
N
e
I
•,'�
J 1 Q L
C N (NIU V
U
U
ti 04
N'
CL
:
N
JZW
,Lc
Ea YY
�,a3
njzol
��Z/��
7
I rT
oaaoo�
o��
� w
aaa
O
N
n � A,1c:
8
fj
L.
oU
7'
cn
�
Q
L
Z
o
.[C -d
�/�
�/ !
v u
y
C `t
N
C v
°�
U
`p
'c m
N=
W
F-
O
z
I _ �
1 LA
Q
N E N CC
LL
N
I
CL
.ZA z
/ a
• X 4, U
7 N V
5
.�. N L (9 m
O
,Q
cr
oz
ioC
ZC
J
/^
o�
z
w
2
z
O
z
I.LI
Q
'
73
Alley
Concrete
Border
Drive -Over or
Vertical Curb
t
& Gutter
t
FL
R.O.W.
(TYo )
i
'1o'x1a
I
loxio�
SIGHT
Construction Joint +
SIGHT Curb
AREA
AREA 0" Curb
1.12
o�LL
8" minimum thick
1:12
Walk
I
m
concrete
Walk
0" Curb :
Truncated Dome
Parkway
r
6" Curb
Parkway
Warning Detection
7N
Vertical
\
6" Curb
F_
6" Curb
STREET
Truncated Dome
Warning Detection
ALLEY W/ SIDE DRAINAGE
Drainage May Cross the Walk Up to a Maximum
of 0.5 cfs for the Design 2 Year Storm.
Alley
j Concrete II
j
Alley
I Drainage Inlet or Other
Drainage Collection
R.O.W.
System shall be designed
(TYP.)
=
for 2 year storm minimum.
�0'X10'
\
10'X10
SIGHT
/ /
/
\ \
\
SIGHT
AREA
AREA
N
1:24
9v
Q�
8" minimum thick
1.2q
Walk
concrete
I
Walk
0" Curb N
0" Curb
Parkway
Parkway
6" Curb
6" Curb
Warning Detection See Tables &
8-2 For Radiiii
STREET Requirements
ALLEY W/ CENTER DRAINAGE
Drainage May Not Cross the Walk Unless The Water is Sheet
Flow and does not interfere with pedestrian use of walk.
ALLEY INTERSECTIONS
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/O1/07 803
Depress ring 1/4" to 5/8" below
adjacent finished street grade
Cover
Final asphalt lift,
overlay or grade
adjustment
Existing base course
Support with Steel Shims
and pack with High Strength
Grout
Slope up to match
finished pavement
NOTE:
1. Grout shall be a mixture of 100 Ibs Grout mix, 26 Ibs
water (3.12 Gap, and 100 Ibs of sand conforming to ASTM C-35.
2. Manholes shall not be located in crosspans, gutters, or wheel path.
3. Shim and grout to make ring and cover flush with the finished
pavement surface.
Straight cut
around ring
Concrete grade ring
to match slope or
finished grade
Shim / Grout
Grade ring
Manhole
STANDARD MANHOLE COVER
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 08/07/00 1201
Dnveway
Detached Sidewalk Sidewalk
Attached Sidewalk
T.C.
F.L.
Min.
LIP
8" Commercial
6" Residential
1 /2" Expansion
Joint Material 1/2' Expansion
Joint Material
DETACHED ATTACHED
6• SIDEWALK } r �: DRIVEWAY •• - SIDEWALK
SECTION A -A
All Sidewalk Thickness Shall Be 6- minimum.
NOTE:
1. Sidewalk grade shall remain consistent across driveway
2. For driveway design requirements, see CONST. DWG. 706 & 707.
3. This detail applies to Residential & Commercial driveways.
STANDARD SIDEWALK
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/O1/07 1601
a. a.
a
fro
Slope sidewalk to curb 1/4" per foot.
. a
' 4 8
NOTE: Construct Sidewalk with joints at 10' intervals
and aligned with scoring on curb.
ATTACHED SIDEWALK DETAIL
DETACHED SIDEWALK DETAIL
I
R 1/8' 1.1/46SLABTHICKNI!SS
,, .. a
vat
.a a
C .
'4
WEAKENED PLANE JOINT
12' Expansion
JI
Joint material
tea
al
ri
R1/4 ;/4"
.. ..
a..
n
12'
C
4, a
4,
INSTALL IN LOCATIONS SPECIFIED
IN CHAPTER 22
EXPANSION JOINT
SIDEWALK DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1602
Curb to retain
ground behind the
walk, if needed.
(Radius varies)
2
Transition
back of walk
(bp-)
E
0
0
m
' I Truncated Dome
Warning Detection
Wood float
�P
finish thru
row
ramp
°y4
�\
S�
Walk
Broom finish
Curb
6
o��d`r \do`'
Gutter
6
Al
CORNER LOCATION
Wood float finish thru ramp
Walk k Broom finish 7 12
Slope
Curb (max.)
Gutter
Curb (optional)
Only if needed
Transition back of walk (typ.)
12
Slope I Broom finish
I 6' I 5' I 6' I
Truncated Dome
z (min.)) (min.) Warning Detection
5 MID -BLOCK LOCATION
at the corners of the
3 truncated dome warning
0 2'-0' 6'
v truncated dome warning
m detection - c
1
„ 25 sloPe (max.) o
aLL
`< It
SECTION A -A
NOTES:
1. * 6" Thickness applies to entire ramp area.
2 " 1:25 Unless a landing behind ramp (then ramp can be 1 :12
with 1:20 on the truncated dome warning.)
3. See CONST. DWG. 1606(a) and 1607 for Fort Collins.
4. See CONST. DWG. 1614, 1615 and 1616 for Loveland.
ACCESS RAMP DETAILS
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1603
ARTERIAL
0
1
1�
ROW Line
9\
01,
ARTERIAL / COLLECTOR
J
Q
CE R=6'
W b
Q �
I
9
s
J
Q ROW Line
E
10' 6' LU 10' 5'
(min.) Q
16' 15'
ARTERIAL / ARTERIAL ARTERIAL / COLLECTOR
For Corner Radius > 35'
DETACHED WALK / INTERSECTION DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 08/07/00 1604
I
I
I
I
1
I
Note:
Use of this detail requires special approval in
Fort Collins by the Local Entity Engineer.
DETACHED WALK / INTERSECTION DETAIL
LARIbIER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/O1/07 1605
0
O
O
MIN. I 00
6� CURBS h. �0
1.5' TRANSI
0.5• TYP.\
y
)DO A
)00
)p0 Truncated Dome
>0o Warning Detection
00
0O
0p1 0' CURB
I R a
CURB OPTION
1.5' TRANSITION
0
Ct
Flared
ODlion
Truncated Dome
Warning
Detection
1 Il. Max
I \ \ 2'
CURB l-6' or as specified 1:25 slope
D I:I (moz.) FL
IRE MAX.
`FLONLINE STANDARD CRAY CONCRETE
6'
OF GUTTER RAMP WITH PARTIALLY COLORED CONCRETE
PLAN VIEW SECTION A -A
N.T.S. N.T.S.
NOTES:
1. NO JOINTS ARE ALLOWED IN THE FLOWLINE. SIX INCH WIDE CURB OR'DUMMY JOINT' MAY BE TOOLED NO
CLOSER THAN 6 INCHES FROM FLOW LINE AS SHOWN.
2. MINIMUM CONCRETE THICKNESS IS 6 INCHES.
3. JOINT PATTERN TO BE ACCORDING TO 'INTERSECTION GUTTER DETAILOR AS DETERMINED BY THE LOCAL
ENTITY.
4. WOOD FLOAT FINISH IS REQUIRED OVER THE SLOPED SURFACE OF RAMP AND FLARES.
5. A 6 INCH WIDE CURB MAY BE POURED AT THE BACK OF THE RAMP AS SHOWN IF REQUIRED. IF CURB IS
USED IT SHALL MATCH THE CURB AND GUTTER STYLE OF ADJACENT CURB AND GUTTER.
6. MINIMUM RAMP WIDTH SHALL BE FOUR FEET, OR THE SAME AS THE WIDEST ADJACENT SIDEWALK,
WHICHEVER IS GREATER, UP TO A MAXIMUM WIDTH OF 8 FEET.
7. THE RAMP LANDING MAY BE POURED MONOLITHIC WITH THE ADJACENT TRANSITIONS PROVIDED THAT AN
APPROVED 'SHAKE -ON" PIGMENT BE USED TO COLOR THE LANDING AREA.
8. T= THICKNESS (AS SPECIFIED ON PLANS OR LOCAL ENTITY ENGINEER).
PEDESTRIAN RAMP DETAIL (For New Const. & Alterations)
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1606
FORT COLLINS ONLY
cm
3 d c
0 0 0
lL m I l,' �b
it
N
llen%apig auoo
�s
—71
II
NSW
• O
o3
d
J
(O N C
p
`m m
u ¢
a>
U
I/J
m aai Lvoi
a,j
.°�' a°'i
H O a
W t0
N N
U N
J m d
OOn
Z
� F- m OU L
M t
Q O OU
W d
� Q
RESIDENTIAL LOCAL STREET ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 16 0 6(a)
8. BID SCHEDULE (Base Bid)
I tens No:
D
Unit
Contractescription
Quantity
Unit Price
Total
202.01
Sawcuuing 54"
LF
200
3.00
S 61CO -
202.02
Sawcuuing- Additional Inch Depth
LF/IN
500
00
S r -
203.01
General Excavation
CY
200
Sa e0
S .rooO
203.02
Borrow
TON
too
O a 00
S 000 u
208.01
Stonmvaler Protection - Rock Filled Wattle
LF
50
6i
S 3 3 y .
20802
S(annwater Prn[eetion- Recycled Rubber Filled Wattle
LF
50
00
$
208.03
Swnmwa¢r I4oleclion - Strasv Bales
EA
5
30 00
S /_171
21201
Sod
SF
Soo
00
S
212.02
Landscape/IrtigationLabor
HR
50
J 00
QC
S 5 -0 -
304.01
Aggregate Base Course
TON
4,000
00
S
403.01
Temporary Patching
ION
600
0 00
S 96w0
604.01
Type R Inlet - Remove & Replace (Y Opening)
EA
2
O0, 00
S 600o00
604.02
I ype R Inlet - Remove & Replace Additional One (I') Depth
LF
IS
p0
S -
604.03
Type R Inlet - Reconstruct Inlet Deck (5' Opening)
EA
5
9,51 00
[ II��js
S ]/ •/SO
604.04
TypeR Inlet- Reconstruct Inlet Deck Additional One (l') Opening
LF
t0
// 00
S /O
604.03
TypeRInlet-MatenalsOnly
EA
5
4/30, 00
S afro -°
604.06
Curb Inlet - Remove& Replace(4' Opening)
EA
5
00
S S C
604.07
Cub lull - Remove & Replace Additional One (I') Foot Depth
LF
15
00
S
604.08
Curb Inlet - Reconstruct title[ Deck (Q Opening)
EA
10
Slaa , ve
S yaQ 0
604.09
Cub late[ - Reconstma tide( Deck Additional One (I) Foot Opening
LF
10
�00
S >00 -
604.10
Curb Inlet - Reconstruct Inlet Deck - Material Only
EA
5
7yf7 48
S 3894
604.11
Catch Basin - Remove&Replace
EA
2
0S'0 00
$ aA -
604.12
Catch Basin. Remove and Replace Additional One (I') Foot Depth
LF
5
/• 00
S - -
604.13
Catch Basin - Reconstruct hrtct Deck
E4
3
7 S/� 00
J/dO
S 103s
604.14
Catch Basin - ReconstructInlet Deck Additional One (1Four Opening
')
LF
5
00
S boa
604.15
Catch Basin -Material Only
EA
2
6 0 O0
S / y
604.16
Modified Type 13 Curb Inlet - Remove & Replace
EA
I
a.1oo 00
S ado 0
604.17
Modified Type 13 Curb Inlet - Remove & Replace Additional One (I) Foot Depth
LF
5
O0
S r u
604.13
&fortified Type I3 Curb Inlet - Reconstruct bile( Deck
EA
3
/ �0, 00
S U/0 .
604.19
Modified Type 13 Cab Inlet . Reconstruct Inlet Deck Additional One (1) Foot Opening
LF
6
TO 00
S /O O
604.20
Modified Type 13 Curb Inlet - Material Only
EA
2
yO0 00
$ MOB
604.21
Concrete Sidewalk Culvert - Remove&Replace
EA
1
lTOS 00
S �yis -
604.22
Metal Sidewalk Culven - Salvaged Material
PA
16
yaa • 00
5
604.23
Metal Sidtssalk Cul¢n • Material Only
EA
5
80. p0
S �y00
60424
Metal Sidewalk Culven- Additional 5/8" Plate
SF
25
/4/S/ 09
S 3600 0
608.01
Remove Concrete
SF
2.100
60
S 3s
608.02
Remove and Haul Fillet
EA
5
a0
FC
S 1 S -
I
E
U
O
CO
lL
FORT COLLINS ONLY E
2
0
6"
<a
CO
LL
N
,
0000
0 c 0
2D
0
O O
I
00 � 0
00
I O
cries
0000
m
0 0 0 0
00n0
I a
)01,)o
000
�)
Ola)O
1
0000
n
CO
1
N
LL
o
U
a
N
14,
J
N
O O O C
O 0y7 0
6"cr
a
OO -E;O
A
O ( A) O
II
,
N1Y piufiiry
�
d
00 0
I,
O
IwuuR6N?.!
0 0- 0 0
, �I
0 0 0 0
O 0 n 0
Do � O
II II
Q Varies
Q
O ( =1 O
T
00 CT0
N
0000
jOd
N
_p
a
m
U
Oo�
LL
a a
p U U
_ o
m 3
m
OpLL
N a d
Eli
n V U m o
L _ N + V O
d a N + N + CV O N C p a
E+ in Tin + a c u H A
d N N N N N d N p, L E K
N
E 2 to
2�i v u9 c0 1� c0 Z F <v N L d-
N
-e f E
(Q � N N
'.1
O S H d C N
U J d
E
U t? O L O
E
EE c m d '� c ;= °' Lil n cYi
c c o a o= a
a� a, m mEL
oc3 U
ZIP N
E
C
d
c
a,
U
a�
Q
o
Q
J
00
a� X
o
N
77
C UD
E
N O
U
c c
I'
V
cull MCI j
lapn� uue qm�
TRUNCATED DOME WARNING FOR ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04Z 1/07 1607
4' Min. Flat Rest Area
4, Min.
1.12 MAX 1:1�x Show street surface
1
SECTION A -A
Minimum area of
nose island 50 ft'
Truncated Dome
Warning Detection
(tvp-)
A Min.4' A
o a
a
0
6' — Stop Bar at
Min. traffic signals
Sidewalk width shall conform to width
requirements for the street classification
NOTES:
1. No storm water shall drain through
pedestrian refuge.
2. Pedestrian refuge area shall be in line with
cross walks.
3. Crosswalk to line up with ramp & Refuge Area.
MEDIAN ISLANDS & PEDESTRIAN REFUGE AREA
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/O1/07 1608
4'-0" (Min. Width)
91
(min.)
ADDITION TO EXISTING SIDEWALK
NOTES:
1. New walk additions shall be placed to the same line and grade as the existing walk.
2. Match transverse tooled joints to existing tooled joints.
TOOL JOINT FOR WALKS
NOTES:
1 . Joint shall be cut 1/4 thickness of initial concrete; tool joint for walks.
SIDEWALK WIDENING DETAILS
LARI' I COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 08/07/00 2501
0
z
i�o
0
Z 6oNo W
22
WE
t t
tR
00 Na' _ i ii of Wig o
s�o4o -_ o� W a t � _ _ ✓ a
}}
r + Oi n
i T _ Z c inn
v s Qomm u
r W
a T T $ ¢rc 3 r 2 aono^ m
Q $ o o ago O
I
� p h� �`• L
=x> w C c
19
✓r 1 J ¢ ��
+ U N
1` F 11Z
r
�Il rvl+ ry14
.A-./
�.v�
Z
_ 05 �N �{Iol1Jo r �o E
_ x
--Plz 0
No Text
No Text
0
r
z
z
lz
H
E
wx
✓a
�e �3 ��o �
�
m
}
\
k *
� �
O
u
i
y ao"ice d
I
I
.o
O
F-
} Z
T
}
E
2 do oa oo Go �o
£
L
t
£
o�Vp
o�x
o
you
S
=
6-
H
H H H
p
N
N N
-
-
r
a
1
0
u
n
1
1
1
z
z
ozo
'
0~
z w
O�
y
zo
JZ
a
a
a
J
z V
Q
g
• �
F
m
a
O
of
W
Z wom
O m
-
899
'
mm�
Z
W
~�
_Z
II
I '
W
Nz
K
q
O W _
N ~
mW
��
z
oN
�O9W 3�
Q¢Vg0
j - p
z�
Oz
7z
T <z
T
Z
EF
KZ
r >
z
�o:0
wz
3oou
v
oo
p o
E fi
SECTION 03500
PROJECT MAPS
In alphabetical order:
Busch
E Elizabeth
Fossil Creek
Fossil Lake
Hickory Hill
Jackson
John F Kennedy
Lake Sherwood
Remington
S Lemay
South Glen
Southridge Greens
Spring Creek Village
Sunstone Village
Ziegler 1
Ziegler 2
I
[]
L
L
L
Ci
I
I
t
I
I
[1
I
I
I
608.03
Apron 8'-Remove&Replace
Sr
8,000
00
$ coo O
609.04
Crosspan 8"-Remove&Replace
SF
9.000
00
71
S 43 o
60805
Driveover Cub, Gutter and 6" Sidewalk - Rennove & Replace
LF
8,000
3 I-
S /,
608.06
Oriveover Curb. Gutter, No Sidewalk - Remove & Replace
LF
600
K.
$
608 07
Vertical Curb, Gutter, and 6' Sidewalk - Remove & Replace
LP
1,800
608.08
Vertical Cub. Gutter, No Sidewalk- Remove& Replace
LF
4.100
6 40
S An
608,09
Vertical Outfall Curb. Gutter - Remove&Replace
LF
325
00
$ 4i
608.10
Racier Curb 12" - Remove & Replace
LF
50
/J/- 00
S / -0 -91
608.11
Hollywood Curb, Gutter, 6"Sidewalk- Remove &Replace
LF
1.000
3i 00
0o -
608.12
Hollywood Curb, Grauer, No Sidewalk - Remove&Replace
LF
250
/!r. 00
S
608.13
Highbaak Cub, Gutter, No Sidewalk - Remove & Replace -
Lp
Z200
3 y/ 00
S 7 K OOV
609.14
Pedestrian Access Ramp - Remove&Replace
SF
7,500
s/r
S S- l
tr
608.15
Pedestrian Access Ramp Highback Curb- Remove& Replace
SF
1,500
00
S 3 S00
GOS.IG
Truncated Dan¢ Panel
SF
600
S, SO
S S o
60&17
Flatwark4"- Remove &Replace
SF
400
no
S
608.18
Flalwork6'-Rcinove& Replace
SF
15,000
r 0 i'
S O
608.19
Replace Fla:work . 1' Additional Depth
SF
3 700
70
S aSa
608.20
Colored Concrete San Diego Ruff -Up Charge
SF
1,000
90
S oO
608.21
4' Valley Pan 6" - Remove & Replace
SF
400
6 a S0
S a 6W -
608.22
Concrete Pavement 8' - Remove & Replace
SF
600
8' `/0
S .5 O elj
603.23
Alley Approach 8'- Remove &Replace
SF
1.000
�O
S y/r 0
608.24
Expansion&Caulking
LF
1,000
(�/ 0C
S -
608.25
Splashli 4"- Remove &Replace
SF
3,500
y �JS
' V
S
608.26
Exposed Aggregate - Up Charge
SF
Soo
S -00
608.27
Reset Flagstone
SF
I'm
d r 00
S 00
608.28
Haiti & Dispose Concrete wilh WirORebar
ION
250
00
r
$ 'Y
623.01
Irrigation Sleeving- Three (3-)inch PVC
LF
100
j--'0
S Q -
630.01
Traffic Control Arterial Streets
LS
1
7-s.� 0016,
S
630.02
Traffic Control Collector Streets
LS
I
630.03
TrefFc Control Rcside nial Streets
LS
I
6!
S So C
630.04
Additional Variable Message Boards -
PER EACH
/ PER DAY
250
S-S-
S /t -
630.05
Additional Flagging
HR
Soo
6.s0
$ Fr S.fO
TOTAL. COST
$,r v1/ i-q!;`. -
IN A001110Y 101 HI (111) S(IIII R. I.1:1R\IIlC 11 ON I'Rm i-Us CS,:15 \ IK(-i \I'Aal Iif f1111%ORK IIR 51 R1:1::(LUtl UrA AS%li ICS I ION- IHt'i'
19.W F\IALIS'.IV HK USLU t't11t 151"IS UI E1%)NlI\I f()h IRAIIll(r\1'ROt RI lkN S I RFI'I'S ARi ADDED OR UFi,l�It DII U\I SIk 11(1\n Ol,n'\\1'f11'
I S I MA Hi I OR \U9.f\'IY( l„( 0.\UI I IO\S IT.Al f IC (11\'I KUI I I Rf t-.0 1'.1r 11.\ SI1,\I 1. .1@ \t (d t I I CI(I�;U 1'RIUIi if) ('(1\I UI.\t P III'\ I DI -1 i IF WORK
ARTERIAL STREETS- IS %
COLLECTOR STREETS = / %
RESIDENTIAL STREETS %
Please note that the Bid Schedule has also been uploaded as a separate
Microsoft Excel File.
L'
Fort Collins
E ELIZABETH AREA ���-
�� SUeeLs
I
1
I
1
_J
1
1
u
Fort Collins FOSSIL CREEK AREA
E
i ^
17,
I
I
L
A
1J
[d
1
e
I
I
F
I
11
1
I
1-1
1
0
E
1
Fort Collins JACKSON AREA
Fort Collins HICKORY HILL AREA N= E
c'ri JOHN F KENNEDY AREA
Fort Collins �,
F
/``Fort of LAKE 5H.ERWOOD AREA �,�,�,-F
` 5treals -
Fort Collins REMINGTON AREA
No Text
H
1
11
1
n
I
E
9. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the
several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid or change
quantities at his sole discretion without affecting the Agreement or prices of any item so
long as the deletion or change does not exceed twenty-five percent (25%) of the total
Agreement Price.
RESPECTFULLY SUBMITTED:
Title
License Number (If Applicable)
(Seal - if Bid is by corporation) Attest:
./N�'��,, Address 6330 S, Ca //& cc A
61
fr ~� '��� root C l! W. dUso�C C_ORPOQ.aTF s t
SEAL Telephone 9ro YSY-- 3g20
/ n
Email
05i?40RAQ�.����
No Text
I
I
I
1
I
1
1
FortCollins SPRING CREEK VILLAGE AREA �= E
�"L- sus -
Fort Collins SUNSTONE VILLAGE AREA
/� s�
Fort Collins ZIEGLER I AREA
/�! „�1=E
I
I
F
1
I
Fort Collins ZIEGLER 2 AREA -1. E
SECTION 04000
EROSION CONTROL AND INLET PROTECTION
INDEX OF ENVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP)
New Construction Activities for Municipalities
1 of 2
Street, Curb, and Gutter Replacement and Construction
1 of 3
Street, Curb, and Gutter Maintenance
1 of 3
Spill Prevention and Response
1 of 4
Utility and Storm Sewer System Maintenance
1 of 4
Utility and Storm Sewer System Replacement and Construction
1 of 3
Power Washing
1 of 3
Vehicle Fueling
1 to 3
Outdoor Fleet Maintenance
1 of 4
Heavy Equipment and Vehicle Maintenance
1 of 4
New Construction Activities for
For More Information
Name '
Municipalities
Address
City, State
Description
Phone
This fact sheet covers new construction activities disturbing less
e-mail
than one acre not subject to a CDPS Construction permit. New
i
construction includes, but is not limited to buildings, structures,
Possible Pollutants
j
capital improvements, roadways, and recreational components
Sediment
such as trails, restrooms, and other structures. Procedures
Chemicals
provided are general in nature and can be applied to any scale
Organics
or type of municipal construction.
Trash
When services are contracted, this written procedure should be
Good Housekeeping
provided to the contractor so they have the proper operational
Waste Management
procedures. In addition, the contract should specify that the
contractor is responsible for abiding by all applicable municipal,
Employee/Contractor Training
state, and federal codes, laws, and regulations.
Proper Cleanup and Disposal
Procedures
Procedures
Related Procedures
Obtain all applicable federal, state, and local permits for
Heavy Equipment and Vehicle
construction projects.
Maintenance
■ The Colorado Stormwater Construction General
Parks and Open Space
permit applies to construction sites disturbing one
Maintenance
acre or more, or less than one acre but part of a larger
Spill Prevention and Response
common plan of development.
Street, Curb, and Gutter
Replacement and
A larger common plan of development is defined as
Construction
a contiguous area where multiple separate and
Utilities and Storm Sewer
distinct construction activities may be taking place at
System Replacement and
different times on different schedules under one
Construction
plan.
Vehicle Fueling
■ A dewatering permit may be required if construction
activities require the removal and discharge of
groundwater offsite.
■ A U.S. Army Corp of Engineers (USACE) Section 404
Permit may be needed if the work will be conducted
in or impact waters of the United States, including
wetlands, washes, drainages, ditches, creeks,
streams, and rivers.
Applicable sediment and erosion controls may be
installed, such as inlet protection, silt fence, sediment
traps, erosion control logs, check dams, and vehicle
tracking control. Sediment and erosion controls will be
Page 1 of 2
I
'0 installed and maintained in accordance with approved design criteria and/or industry
standards.
i
' . 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 Counhj, Municipal Operations and Maintenance Program, July 2005.
I
1
Page 2 of 2
1
Street, Curb, and Gutter
For More Informations.
t. Name
Replacement and
Address
Construction
City, State
,Phone
l Description
-e-mail
( Procedures involving the replacement and
Possible Pollutants
i construction of streets, curbs, and gutters have the
'. Fine-grained sediment
i potential to impact stormwater quality. Materials
t
Organics
involved in these activities should be used efficiently
and disposed of properly.
Oil
Saw -cut slurry
When services are contracted, this written procedure
Trash
should be provided to the contractor so they have the
Good Housekeeping
proper operational procedures. In addition, the
Dumpster/Waste Management
contract should specify that the contractor is
responsible for abiding by all applicable municipal,
Employee/Contractor Training
state, and federal codes, laws, and regulations.
Proper cleanup and disposal
procedures
Procedures
Dry cleaning methods
General
Related Procedures
Obtain all applicable federal, state, and local
Spill Prevention and Response
permits for construction projects.
Street Sweeping
The Colorado Stormwater Construction
Street Sweeper Cleaning and
General permit applies to construction sites
Waste
disturbing one acre or more, or less than one
Street, Curb and Gutter
acre but part of a larger common plan of
Maintenance
development.
■ A larger common plan of development is
defined as a contiguous area where multiple
separate and distinct construction activities
may be taking place at different times on
different schedules under one plan.
■ A dewatering permit may be required if
construction activities require the removal
and discharge of groundwater offsite.
• A U.S. Army Corp of Engineers (USACE)
Section 404 Permit may be needed if the work
will be conducted in or impact waters of the
United States, including wetlands, washes,
drainages, ditches, creeks, streams, and rivers.
• Applicable sediment and erosion controls may be installed, such as inlet protection,
silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking
control. Sediment and erosion controls will be installed and maintained in
accordance with approved design criteria and/or industry standards.
When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry,
sweep it up, and properly dispose of the sweepings or vacuum while saw cutting.
• Do not perform concrete or asphalt paving work during wet conditions whenever
possible.
Monitor construction equipment for leaks and use drip pans as necessary.
• Leaking material containers should be properly discarded and replaced.
• Store materials in containers under cover when not in use and away from any storm
drain inlet.
• Wash out mixers, delivery trucks, or other equipment in the designated concrete
washout area only.
• Locate concrete washout, portable toilets, and material storage away from storm
drain inlets.
Material stockpiles will not be stored in stormwater flow lines. Temporary
sediment control will be used during temporary, short-term placement while work
is actively occurring.
• Sweep or vacuum the roadway as needed, during construction and once
construction is complete.
• Best management practices will be periodically inspected and maintained as
necessary.
Where practicable, non-structural controls will be used, such as phased construction,
dust control, good housekeeping practices, and spill prevention and response
procedures.
• Where practicable, non-structural controls will be used, such as phased
construction, dust control, good housekeeping practices, and spill prevention and
response.
Bridge Construction
Do not transfer or load any materials directly over waterways.
• Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips
might be spilled into a waterway.
Concrete Work
Minimize the drift of chemical cure on windy days by using the curing compound
sparingly and applying it close to the concrete surface.
• Ensure there is a concrete truck washout area available or require the contractor to
wash out at the batch plant.
I
I
I
11
I
I
I
1
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
• 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 mill
Prevention and Response procedure should a spill occur.
Employee Training
Train applicable employees who perform street, curb, and gutter construction on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform street, curb, and gutter construction.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
City of Centennial, Department of public Works: Asphalt and Concrete Program, No Date.
City of Centennial, Department of public Works: Asphalt Program, No Date.
PACE, Stornavater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
0
LJ
I
I
I
L%
n
i
Fine-grained sediment
Organics
Oil i
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
Street, Curb, and Gutter
Maintenance
Description
Street, curb, and gutter activities include concrete and
asphalt installation, maintenance, repair, and
replacement; bridge maintenance; and painting and
striping. Procedures involving the maintenance of
streets, curbs, and gutters have the potential to impact
stormwater quality. Materials involved in these
activities should be used efficiently and disposed of
properly.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the
contract should specify that the contractor is
responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Procedures
General
• Protect storm drain inlets and drains with curb
socks, rock berms, inlet protection, or drain
covers/mats prior to any maintenance activity.
• When saw cutting ensure that no slurry enters
the storm drain, let the slurry dry, sweep it up,
and properly dispose of the sweepings.
• Do not perform concrete or asphalt patch work
during wet conditions whenever possible.
• Leaking material containers should be properly
discarded and replaced.
• Store materials in containers under cover when
not in use and away from any storm drain inlet.
• Monitor equipment for leaks and use drip pans
as necessary.
• Sweep or vacuum the roadway once
maintenance activities are complete.
Bridge Maintenance
• Do not transfer or load any materials directly over waterways.
Secure lids and caps on all containers when on bridges.
Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips
might be spilled into a waterway.
Concrete Maintenance
Minimize the drift of chemical cure on windy days by using the curing compound
sparingly and applying it close to the concrete surface.
• Ensure there is a concrete truck washout area available or require the contractor to
wash out at the batch plant.
• Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste.
Asphalt Maintenance
• Sweep to minimize sand and gravel from new asphalt from getting into storm
drains, streets, and creeks.
• Do not allow asphaltic concrete grindings, pieces, or chunks used in embankments
or shoulder backing to enter any storm drain or watercourses. Apply temporary
perimeter controls. Install silt fence until the structure is stabilized or permanent
controls are in place.
• Whenever possible, recycle broken asphalt. If impossible, dispose of as solid waste.
Drainage inlet structures shall be covered with inlet protection during application of
seal coat, tack coat, slurry seal, and/or fog seal.
Painting and Striping
• If possible, schedule painting and striping projects during dry weather.
• Use thermoplastic or epoxy markings in place of paint whenever feasible.
• The pre -heater for thermoplastic striping and the melting tanks used during
pavement marking must be filled carefully to prevent splashing or spilling of
materials. Leave 6 inches at the top of pre -heater and the melting tanks to allow
room for material to move and splash when vehicles are deadheaded.
Employee Training
• Train applicable employees who perform street, curb, and gutter maintenance on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform street, curb, and gutter maintenance.
Records
The following records could be used to document activities performed:
• 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.
- —
Spill Prevention and
For More Information
Name
Response
Address
City, state i
Description
Phone
Due to the type of work and the materials involved, many
e-mail I
activities that occur either at a municipal facility or as part
Possible Pollutants
of municipal operations have the potential for accidental
spills. Some municipal facilities operate tinder 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 1
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
• Use powered equipment or get assistance when moving materials to and from a
storage area. Use care to prevent puncturing containers with the equipment.
• Do not wash down or hose down any outdoor work areas or trash/waste container
storage areas except where wash water is captured and discharged into the sanitary
sewer (if approved).
' . Conduct periodic inspections to ensure that materials and equipment are being
handled, disposed/recycled, and stored correctly.
' . Provide adequate spill kits or lockers with sufficient equipment and supplies
necessary for each work area where the potential for spills or leaks exists.
• Inspect each spill kit or locker regularly and after each spill response. Replace any
' spent supplies or repair any equipment that is worn or not suitable for service.
Stock adequate personal protective equipment.
' Spill Response
Safety
Consider safety at all times. Anticipate and avoid all likely hazards. Never approach, contact, or
sample an unknown substance. If a highly toxic or flammable substance is discovered, staff
should leave the immediate area and contact the appropriate identified response authority, such
as the fire department. If there is any question about a substance, contact the appropriate
identified response authority or other designated representative.
Procedures
' . Stop the leading edge of the spill. Block or divert the spill to avoid discharge to the
storm sewer system and to minimize the area requiring cleanup.
• Determine the source of the spill and stop the spill at its source by closing a valve,
' plugging a leak, or setting a container upright. Transfer material from a damaged
container.
• Identify the material and volume spilled. Contact the appropriate identified
response authority or other designated representative if you cannot identify the
material and its properties.
' . Refer to the MSDS to determine appropriate personal protective equipment, such as
gloves and safety glasses and appropriate cleanup methods.
Clean up spills immediately to prevent spreading of wastes by wind, rain, and
' vehicle traffic and potential safety hazards.
Use sand absorbents or socks, pillows, or pads to quickly capture spilled liquid and
' properly dispose of all clean-up materials. Use dry clean-up methods only.
Complete all necessary reports.
Spill Reporting
• A spill of any chemical, oil, petroleum product, or sewage that enters waters of the
state of Colorado (that include surface water, ground water, and dry gullies and
storm sewers leading to surface water) must be reported immediately to the
Colorado Department of Public Health and Environment.
• Release of a substance into a storm drain, or onto a parking lot or roadway as part of
a storm sewer leading to surface water, is reportable. However, if the material can
be contained and cleaned within the storm sewer system to the degree that a
subsequent flow in the storm sewer will not flush the substance to waters of the
State, it may not need to be reported.
• Contact the appropriate identified response authority within the municipality or
other designated representative and be prepared to provide details needed to report
the spill to the necessary agencies.
• Detailed spill reporting guidance can be found at
http:/ /www.cdphe.state.co.us/op/wgcc/Resources/Guidance/`spillguidance.Rdf
and http://www.cdl2he.state.co.us/hm/`sl2illsandreleases.htm
Employee Training
• Train applicable employees who perform spill prevention and response on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform spill prevention and response activities.
Records
The following records could be used to document activities performed:
• Records of any major spills and the action taken.
• Records of employee training with sign -in sheet.
References
Cihj of Centennial, Department of Public Works: Good Housekeeping, No Date.
Cihj of Centennial, Department of Pnblic Works: Materials Management, No Date.
Cihj of Centennial, Department of Public Works: Spill Prevention and Control, No Date.
City of Golden, Stornnanter Qualihj Pollution Prevention Guide for Municipal Operations: Parks
Department Golf Course, January 2004.
City of Lafayette, Spill Clean Up, No Date.
Colorado Department of Public Health and Environment, Environmental Spill Reporting, January
2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
USEPA Menu of BMP: Spill Response and Prevention,
' cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed July 5, 2009.
For More,Information —
f
Utility and Storm Sewer
,Name I
System Maintenance
Address
City, State I
Phone j�
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
Power includes electrical and gas utilities. Maintenance
Nutrients
of power may require excavation and reinstallation of
Metals
lines including open cut trenching or directional boring
Hydrocarbons
in landscaped areas or street right of way. Electrical and
Trash
gas line maintenance ensures services are provided to
Good Housekeeping
businesses and households without interruption.
Waste Management
The sanitary sewers stem is cleaned as art of routine
Y Y P
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
' Procedures
General
' Conduct routine inspection and maintenance on utility and storm sewer systems.
Where feasible, schedule maintenance activities during dry weather.
' Monitor the jet/vacuum truck closely for leaks and use a drip pan as needed.
Wash and fuel the jet/vacuum truck per the Heavy Equipment/ Vehicle
Maintenance procedure.
' Properly dispose of vac truck contents.
Stay alert for any signs of illicit discharges. This includes "dry weather" flows or
' pipes or hoses emptying directly into waterways or the storm sewer system.
• Report any suspicious discharges or dumping to your supervisor.
' Electrical and Gas Utility Maintenance
• To prevent sediment, mud and particles generated by power utility maintenance
from entering the stormwater system implement inlet protection, perimeter
' control, street sweeping, vehicle tracking control, stockpile management and
material management BMPs.
0
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 Sever Backup
• Clear line stoppage to prevent backup into house basements and manhole overflows.
Page 2 of 4
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Vogel concrete, Inc.
as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort
Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly
to be made, we hereby jointly and severally bind ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the Principal has submitted to
the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof
to enter into a Construction Agreement for the construction of Fort Collins Project, 7361
Concrete Maintenance Project Phase I.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a
Contract in the form of Contract attached hereto (properly completed in
accordance with said Bid) and shall furnish a BOND for his faithful performance
of said Contract, and for payment of all persons performing labor or furnishing
materials in connection therewith, and shall in all other respects perform the
Agreement created by the acceptance of said Bid, then this obligation shall be
void; otherwise the same shall remain in force and effect, it being expressly
understood and agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this obligation as
herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its BOND shall be in no way impaired or affected by any extension of the
time within which the OWNER may accept such Bid; and said Surety does hereby waive
notice of any such extension.
Surety Companies executing bonds must be authorized to transact business in the
State of Colorado and be accepted by the OWNER.
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
+ �a s�- a�se4..-.x¢:w•a,+c.-.ts•:astse�...:�+r��a-ux�-e..w�;.wa. �.-d,.r�xsv.�, a�zws a.w-�sgs:� �, ;•�.aa a z.-,...,;-.�_, r .. i
' 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 Stornauater Drainage Maintenance Plan, February 2008.
' City of Greeley, Department of Public Works: Storrs 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.
Page 4 of 4
r
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
Utility and Storm Sewer
System Replacement and
Construction
Description
This procedure covers utility and storm sewer system
replacement and construction. Utilities include power,
storm sewer, sanitary sewer, water conveyance systems
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the contract
should specify that the contractor is responsible for
abiding by all applicable municipal, state, and federal
codes, laws, and regulations.
Procedures
General
Obtain all applicable federal, state, and local
permits for construction projects.
• The Colorado Stormwater Construction
General permit applies to construction sites
disturbing one acre or more, or less than one
acre but part of a larger common plan of
development.
■ A larger common plan of development is
defined as a contiguous area where multiple
separate and distinct construction activities
may be taking place at different times on
different schedules under one plan.
A dewatering permit may be required if
construction activities require the removal
and discharge of groundwater offsite.
• A U.S. Army Corp of Engineers (USACE)
Section 404 Permit may be needed if the work
will be conducted in or impact waters of the
United States, including wetlands, washes,
drainages, ditches, creeks, streams, and rivers.
Page 1 of 3
_n7
• 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.
1
• Store materials in containers under cover when not in use and away from any storm
drain inlet.
• Wash out mixers, delivery trucks, or other equipment in the designated concrete
'
washout area only.
Locate concrete washout, portable toilets, and material storage away from storm
drain inlets.
Material stockpiles will not be stored in stormwater flow lines. Temporary
sediment control will be used during temporary, short-term placement while work
is actively occurring.
• Sweep or vacuum the roadway as needed, during construction and once
construction is complete.
Best management practices will be periodically inspected and maintained as
necessary.
Where practicable, non-structural controls will be used, such as phased construction,
dust control, good housekeeping practices, and spill prevention and response
procedures.
Emergency Repair and Replacement
Emergency Discharges are defined as situations in which it is not possible to implement all of
the available BMPs due to the uncontrolled nature of the discharge. The primary focus during
these events is to identify and mitigate the cause as soon as possible. Clean up of resulting
sediment or other pollutants will be performed as soon as practicable following the emergency.
Refer to the Spill Prevention and Response procedure for reporting requirements.
Page 2 of 3
Employee Training
Train applicable employees who perform utility replacement and construction
activities on this written procedure. Information regarding how to avoid and report
spills will be presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform utility replacement and construction activities.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Detention Pond Maintenance SOP, August 2007.
City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007.
City of Centennial SOP: Drainageway Maintenance SOP, August 2007.
City of Golden Stornnoater Drainage Maintenance Plan, February 2008.
City of Greeley, Department of Public Works: Storm Water Drainage Prograni, January 2008.
City of Greeley, Department of Public Works: Ditch Program, No Date.
City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009.
City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009.
City of Lafayette Standard Operating Procedure: Sanitary sezoer Backup, March 2009.
City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
Partners for a Clean Environment, Storm Drain Maintenance, No date.
Page 3 of 3
I
City of Fort Collins
Regulatory and Government Affairs Division
City of
ort Collins
Z— V—
Verification
• OriginatorRevised;
Approved
Issued
Initials
Date
LR
Oct.09
ss
10/19/09
"
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
Persons who will
City staff who perform power washing, and their supervisor/manager.
use this ESOP:
A variety of City departments perform power washing." The employee
Area of
who power washes, and his/her supervisor/manager, will use the
application:
information in this SOP to guide their power washing, and supply
purchasing, activities.
Document
I:\RGA Division\SOPs\ESOPs
location:
Revisions
Rev. Date Description
No.
001
002
Procedure Index
1.0 Purpose
2.0 Scope
3.0 Process
4.0 Training Requirements
5.0 References/Related Documents
6.0 Records
Revision date:
10/19/2009
Page 1 of 3
City of Fort Collins
Regulatory and Government Affairs Division
City of
Fort CoUins
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.
K If you add anything to the wash water (ie—a cleaning agent) or if you
have questions about the content of your power washing wastewater,
Revision date: Page 2 of 3
10/19/2009
I
I
11
City of Fort Collins
Regulatory and Government Affairs Division
Verification
Originator
Revised
Approved
Issued
Initials
Date
LR
Oct.09
ss
10119/09
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.
1
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 washing\City
'
power washingguidance.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
Information
Vehicle Fueling
ForWore
Name
Description
Address
Spills of gasoline and diesel fuel on the ground or on vehicles
City, State
during fueling can wash into a storm drain and cause water
' Phone
pollution.
e-mail
When services are contracted, this written procedure should be
Possible Pollutants
provided to the contractor so they have the proper operational
Metals
procedures. In addition, the contract should specify that the
Hydrocarbons
contractor is responsible for abiding by all applicable municipal,
Toxins
state and federal codes, laws, and regulations.
Good Housekeeping
Procedures
Drip pans
General
Secondary containment
. Fuel vehicles at approved locations (municipal fueling
Automatic shutoff nozzles
station or offsite fueling station).
Signs
■ Provide spill kits near the municipal fueling location.
Spill response plans
Spill cleanup materials
■ If fuel is stored in an above -ground tank, store fuel in
enclosed, covered tanks with secondary containment
Dry cleanup methods
(e.g., concrete barrier or double -walled tanks).
Employee training
• All fuel tanks will be inspected per State and Federal
Related Procedures
regulations.
Heavy Equipment/Vehicle
Maintenance
■ Periodically inspect municipal fueling locations for the
Outdoor Fleet Maintenance
following:
Spill Prevention and Response
For above -ground tanks, inspect tank foundations,
connections, coatings, tank walls, and piping
systems. Look for corrosion, leaks, cracks,
scratches, and other physical damage that may
weaken the tank.
■ Check for spills and fuel tank overfills due to
operator error.
• Clean up any leaks or drips. Clean up is not completed
until the absorbent is swept up and disposed of
properly.
• Report leaking vehicles to fleet maintenance.
Pagel of 3
Vehicle Fueling
Follow all posted warnings.
' . Ensure that the nozzle is properly inserted in the filler neck of the vehicle before
dispensing any fuel.
Remain by the fill nozzle while fueling to ensure the nozzle stays in place.
t. 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 Fueling, 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
I
I
P
I
I
I
I
1
I
1
11
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this day of April 9 , 20 12 and such of them as are corporations have
caused their corporate seals to be hereto affixed and these presents to be signed by
their proper officers, the day and year first set forth above.
PRINCIPAL
Name: Vogel Concrete, Inc.
Address: 6330 S. College Ave.
Fort Collins, OD 80525
By:l� --7.-L,,P
Title:
��������►riii
ATTEST: , 1, (;1., ►Np�'�,
By: L! P titi
SEAL_
SURETY
Contractors Bonding and Insurance Company
P.O. Box 9271
Seattle, WA 98109-0271
By:
Title: Attorn�-in-fact
G1piS:G Ai
7979 ��a -
�' "�il�`rGj0
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
-For More lnformation
Outdoor Fleet Maintenance
i Name -
j
Description
Address' -
Although it is recommended that fleet maintenance
City, -State I
activities be conducted indoors or under cover, it is
I Phone
sometimes necessary to perform fleet maintenance
e-mail
outdoors (e.g., equipment is too large to fit inside the
Possib_ le Pollutants
maintenance building, temporary repairs need to be made
'
before the equipment can be moved to the maintenance
-Metals
building, breakdowns, service calls).
Toxins ,
Solvents (degreasers; paint
Some potential pollutants typically associated with outdoor
thinners, etc:)
fleet maintenance activities include oil, antifreeze, brake
i Antifreeze i
fluid and cleaner, solvents, batteries, and fuels. Consult the
Spill Prevention and Response procedure and the Vehicle
Brake fluid and brakepaddust
Fueling procedure for additional information on those
Battery acid
topics.
Motor oil -
When services are contracted, this written procedure
Fuel (gasoline, diesel, kerosene)
should be provided to the contractor so they have the
Lubricating grease
proper operational procedures. In addition, the contract
Good Housekeeping
should specify that the contractor is responsible for abiding
Drip pans
by all applicable municipal, state, and federal codes, laws,
and regulations.
Tarps
Covered outdoor storage areas
Procedures
Secondary containment
Fleet Maintenance
Proper disposal of used fluids
Fleet maintenance should be performed inside
Spill cleanup materials
whenever possible.
Dry cleanup methods
• If indoor maintenance is not possible, ensure
Employee training
maintenance is performed in a location where
Related Procedures
contact with stormwater is minimized, through
Heavy Equipment and Vehicle
berming and appropriate routing of drainage.
Maintenance
Provide inlet protection (berms, weighted inlet
Material Storage
covers, etc.) for all adjacent inlets when work is
Spill Prevention and Response
occurring in close proximity to a storm drain
Vehicle Fueling
inlet.
Have absorbent pads and drip pans accessible to
capture leaks and spills during maintenance
activities.
Keep equipment clean and do not allow
excessive build-up of oil and grease.
Page 1 of 4
Perform regular preventative maintenance to
minimize the occurrence of leaks and major
repairs.
Recycle and/or dispose of all wastes
properly and promptly.
Do not dump any liquids or other materials outside, especially near or in storm
drains or ditches. Sweep and pick up trash and debris as needed.
Clean up spills promptly using dry methods (do not hose down). Consult the Spill
Prevention and Response procedure for more information. Cleanup is completed
only after absorbent and rags are disposed of properly.
Body Repair and Painting
Whenever possible, conduct all body repair and painting work indoors.
Use dry cleanup methods such as vacuuming or sweeping to clean up all metal
filings, dust, and paint chips from grinding, shaving, and sanding. Dispose of the
waste properly. Debris from wet sanding can be allowed to dry overnight, then swept
and vacuumed. Liquid from wet sanding should not be allowed to enter the storm
drain. Never discharge these wastes to the storm or sanitary sewer systems.
Minimize waste from paints and thinners by carefully calculating paint needs based
on surface area and using the proper sprayer cup size.
Clean spray guns in a self-contained cleaner. Do not dispose of cleaner waste in the
storm drain.
Use sanding tools equipped with vacuum capability (if available) to pick up debris
and dust.
Material Management
Store maintenance materials and waste containers (e.g., used oil and antifreeze) in
labeled containers under cover or in secondary containment (e.g., double -walled
tanks). Chemicals should not be combined in containers.
All hazardous wastes must be labeled and stored according to hazardous waste
regulations.
• Carefully transfer fluids from collection devices to designated storage areas as soon
as possible. Do not store the transferred fluids adjacent to the containers.
• Store new batteries securely to avoid breakage and acid spills.
• Store used batteries indoors or in secondary containment to contain potential leaks.
Recycle used batteries.
• Conduct periodic inspections of storage areas to detect possible leaks.
Page 2 of 4
I
>.., -K •'• ii ".s. i4�Yfi.SVSfNYS-a�.tl:Y3
rw��rrsws..�vrww+�+`c�.�+r>aaerzuxrv.
Do not wash or hose down the storage area except in areas where the wash water will
only enter the sanitary sewer drain as an approved discharge. Use dry clean-up
methods as often as possible.
Keep lids on waste barrels and containers, and store them indoors or under cover to
reduce exposure to rain.
a . 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
a containment to capture parts cleaning fluids.
Use steam cleaning or pressure washing of parts whenever possible instead of solvent
cleaning.
When steam cleaning or pressure washing is used, only discharge wastewater to an
oil/water separator connected to the sanitary sewer.
When using solvents, rinse and drain parts over the designated solvent tank so that
fluids will not drip or spill onto the floor. Use drip boards or pans to catch excess
solutions and divert them back to the tank. Allow parts to dry over the hot tank.
Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning
waste to the storm or sanitary sewer systems.
Vehicle and Equipment Washing
Vehicles should be washed, whenever possible, in the municipality's vehicle and
equipment wash area/ or taken to a commercial car wash.
Employee Training
Train applicable employees on this written procedure. Information regarding how to avoid
and report spills will be presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform outdoor vehicle maintenance.
tRecords
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.
I
u
Page 3 of 4
1
I
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007.
City of Centennial SOP: Vehicle Maintenance SOP, August 2007.
City of Centennial SOP: Vehicle Washing SOP, August 2007.
City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March
2009.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
Partners for a Clean Environment. Stormzoater Protection: Vehicle Repair. Spring 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Washing,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
Optional Additional Resources
Municipal codes and ordinances that relate to fleet maintenance.
Chemical purchasing policies.
Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance.
Specific directions on how to use the municipality's vehicle wash area.
Spill Prevention Control and Countermeasures Plan.
Page 4 of 4
1
-
For More Informatio ( n
Heavy Equipment and Vehicle
Name,'
ame
Maintenance
Address
-. city, State
Description
Phone-
Regular maintenance of municipal vehicles and equipment, or
e-mail..
municipality -contracted vehicles and equipment prolongs the life
of the municipality's assets and prevents the leaking of hazardous
;.Possible Pollutants
fluids commonly associated with normal wear and tear of vehicles
Metals
j
and equipment.
Toxins
Potential pollutants generated at vehicle maintenance facilities
1
Solvents (degreasers, paint
thinners, etc.)
i
include oil, antifreeze, brake fluid and cleaner, solvents, batteries
and fuels.
Antifreeze -
Brake fluid and brake pad dust
When services are contracted, this written procedure should be
'
Battery acid
provided to the contractor so they have the proper operational
procedures. In addition, the contract should specify that the
Motor oil
contractor is responsible for abiding by all applicable municipal,
Fuel (gasoline, diesel, kerosene)
state, and federal codes, laws, and regulations.
Lubricating grease
Good 'Housekeeping
Procedures
Maintenance activities should be performed inside a maintenance
Drip pans
building unless the equipment is too large to fit inside or
Tarps
temporary repairs need to be made before the equipment can be
Covered outdoor storage areas
moved to the maintenance building. Consult the Outdoor Fleet
'
Secondary containment
Maintenance procedure when it is necessary to perform repairs
Proper disposal of used fluids
outside of the facility (breakdowns, service calls, etc.).
Spill cleanup materials
Vehicle Storage
Dry cleanup methods
. Monitor vehicles and equipment closely for leaks and
Employee training
use drip pans as needed until repairs can be
'
Related Procedures
performed.
Material Storage
0 When drip pans are used, check frequently to avoid
Outdoor Fleet Maintenance
overtopping and properly dispose of fluids.
'
Spill Prevention and Response
. Drain fluids from leaking or wrecked vehicles and
Street Sweeper Cleaning and
from motor parts as soon as possible. Dispose of fluids
Waste
properly.
Vehicle Fueling
Vehicle Washing
Page 1 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
Do not wash or hose down storage areas except where wash water will enter the sanitary
sewer as an approved discharge. Use dry clean-up methods whenever possible.
' Keep lids on waste barrels and'containers, and store them indoors or under cover to
reduce exposure to rain.
Periodically inspect and maintain all pretreatment equipment, including sumps,
separators, and grease traps to ensure proper functioning.
Parts Cleaning
' • Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts
outdoors. If parts cleaning equipment is not available, use drip pans or other
containment to capture parts cleaning fluids.
' • Use steam cleaning or pressure washing of parts whenever possible instead of solvent
cleaning.
' • When steam cleaning or pressure washing, only discharge wastewater to an oil/water
separator connected to the sanitary sewer.
• When using solvents to clean parts, rinse and drain parts over the designated solvent
tank so that fluids will not drip or spill onto the floor. Use drip boards or pans to catch
excess solutions and divert them back to the tank. Allow parts to dry over the hot tank.
• Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning
' waste to the sanitary sewer or storm sewer.
Vehicle and Equipment Washing
Vehicles should be washed in the municipality's vehicle and equipment wash
area/bay or taken to a commercial car wash.
I
LJ
I
C�
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
Paqe 3 of 4
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version
1.0, September 2008.
City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007.
City of Centennial SOP: Vehicle Maintenance SOP, August 2007.
City of Centennial SOP: Vehicle Washing SOP, August 2007.
City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March 2009
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Washing,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
Optional Additional Resources
Municipal codes and ordinances that relate to vehicle and equipment maintenance.
Chemical purchasing policies.
Loading and unloading bulk materials.
Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance.
Specific directions on how to use the municipality's vehicle wash area.
Spill Prevention Control and Countermeasures Plan.
Page 4 of 4
I
CoBonding and Insurance Company
Ck®c
1213 11 Valley Street
P.O. Box 9271
•. ao romaa ,
Seattle, WA 98109.0271
Know All Men by
These Presents:
POWER OF ATTORNEY
Contractors Bonding and Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constinite and appoint:
W.R. Withrow, Tyler Withrow. Megan A. Brown. Bud Withrow, jointly or severally
in the City of Denver , State of Colorado its true and lawfifl Agent and Attorney in Fact, with full
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00/100-
Dollars ( $10,000,000.00 1 for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
The Contractors Bonding and Insurance Company fiuther certifies that the following is a true and exact copy of the Resolution
adopted by the Board of Directors of Contractors Bonding and Insurance Company, and now in force to -wit:
"All bonds, policies, Undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President; any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its -Vice
President with its corporate seal affixed this 13th day of March 2012
I,
liatto ap f'•.� //jn ri
• - ''tclr ; I Psy4uSractors Bonding and Insurance Company
or..,
S�sTt �e
r. 1979 4 ; fiaip C Die vice President
State of Washington �'- ^.-'g _
SS yi G'w�SNINGZG�
County of King
CERTIFICATE
On this 13th day of March 2012 ;' ` I, the undersigned officer of Contractors Bonding and Insurance
before me, a Notary Public, personally appeared Roy C. Die who Company, a stock corporation of the Stale of Washington, do hereby
being by me duly sworn, acknowledged that he signed the above Power of certify that the attached Power of Attorney is in full force and effect
Attorney as the aforesaid officer of the Contractors Bonding and and is irrevocable; and, furthennore, that the Resolution of the
Insurance Company and acknowledged said instrument to be the voluntary Company as set forth in the Power of Attorney, is now in force. In
act and deed of said corporation. testimony whereof, I have hereunto set. my hand and the, $cal of. the
Contractors Bondingand Insurance Company this y
of April ,d
.
Contractors Bonding and Insurance Company
Joseph B. Kuller Notary Public
Roy C. Dic Vice President
0575578032912 A0059511
Notary Public
stale of wo'hington
JOSEPH B. MULLER
MY COMMISSION EXPIRES
March 29. 2012
I
I
J
I
I
[I
I
1
1
i
1
t
I
I
1
I
I
I
11
I
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive.
This statement must be notarized. If necessary, questions may be answered on
separate attached sheets. The Bidder may submit any additional information he desires.
1. Name of Bidder: (nn rc.te T e .
2. Permanent maim office address:C�Sr�ts-
3. When organized: M9
4. If a corporation, where incorporated: _fit o-�
5. How many years have you been engaged in the contracting business under your
present firm or trade name??I/ j ears
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
7.
8.
1 9
f
10.
1
General character of Work performed by your company:
e.cr,.TL �g_rti er_�'.er.
Have you ever failed to complete any Work awarded to you? /1/0
If so, where and why?
Have you ever defaulted on a contract?
If so, where and why?
Are you debarred by any government agency? 1-te
If yes list agency name.
EXHIBIT 1 - SPECIFICATIONS REVISIONS
Section 107, subsection 107.16, first paragraph add; "The Contractor's personnel shall
be required to wear safety vests, hard hats, and steel toe boots while on the
construction site(s)."
Section 604, subsection 604.06, page 22, delete; "The typical structure length,
measured parallel with the sidewalk, shall be five and one half feet (5') feet with
eighteen (15") inches from the edge of the plate to the expansion material on each side.
'Metal Sidewalk Culvert' shall not include adjacent sidewalk beyond the five and one
half (5) feet structure dimension."
Section 604, subsection 604.06, page 22, add; "The typical structure length,
measured parallel with the sidewalk, shall be five (5) feet with fifteen (15") inches from
the edge of the plate to the expansion material on each side. 'Metal Sidewalk Culvert'
shall not include adjacent sidewalk beyond the five (5) feet structure dimension."
Section 608, subsection MATERIALS, page 25, delete; "See Sections 2.05, 'Rigid
Pavement Design', 4.2.4. 'Concrete Streets', of the City of Fort Collins Design Criteria
and Standards for Streets."
t Section 608, subsection MATERIALS, PAGE 25, add; "See Section 10.5.2 'Rigid
Pavement Design' and Section 22.5.6 'Portland Cement Concrete Pavement', of the
'Larimer County Urban Area Street Standards'."
1
0
Section 608, subsection CONSTRUCTION REQUIREMENTS, page 25, add; "All
newly installed concrete shall be stamped by the Contractor. If the installation is larger
than one concrete section, only one stamp per area of installation shall be required. The
stamp shall include the Contractor's name and year of installation. The concrete shall
be stamped at the appropriate curing time so the Contractor's name and year of
installation are clearly legible. Typically, the stamp shall be installed at the back edge of
the sidewalk, on the right hand side when viewing the installation from the street, or as
directed by the Engineer."
Addendum 1 — 7361 Concrete Maintenance Project Phase I Page 2 of 5
11. List the more important projects recently completed by your company, stating the
approximate cost of each, and the month and year completed, location and type
of construction. /�
l.G.nc/ .7L.r3. 6e&-6'O^ /ro. GL / r✓. cni. G/xr1v.1'C"r"- ✓ei..:,
12. List your major equipment available for this contract.
13. Experience in construction Work similar in importance to this project:
Z'4r_r.� Thr 4f)4 4eP_rS
14. Background and experience of the principal members of your organization,
including officers:
15. Credit available: $ 37 . 00
16. Bank Reference: & Alt "'t n
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER? Y s
18. Are you licensed as a General Contractor? doh
If yes, in what city, county and state?
What class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract? y.s
If yes, what percent of total contract?
And to whom?
T
11
I
' 1 20. Are any lawsuits pending against you or your firm at this time?
IF yes, DETAIL
'
21. What are the limits of your public liability? DETAIL GC70 CCU.`° cAciro
�
1 4*
Whatcompany?
22. What are your company's bonding limitations?
23. The undersigned hereby authorizes and requests any person, firm or corporation
to furnish any information requested by the OWNER in verification of the recital
comprising this Statement of Bidder's Qualifications.
Dated at /l'// this day of /�n,, / 201a.
Name of Bidd
i
By:
Title:
nn
State of—Co%��d�o
County of 1-�; r,ei
being duly sworn deposes and says that he
'
is fres"cr?.7& ofViln.- i�xk%c ct-e- —7 c.. and that
C/
(name of organization)
the answers to the foregoing questions and all statements therein contained are true
and correct.
1 Subscribed and sworn to before me this � day of4a,,' / , 20 fQ.
'- (Seal)
Nota ublic
(,'.*ELIZABETH A.
My commission expires: 720/Z ° i WARBINGTON c '
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing
over 10% of the contract.
ITEM SUBCONTRACTOR
QUC-/l tY / raif1 C Ln.,.Y-rn
SECTION 00500
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
DATE: May 7, 2012
TO: Vogel Concrete Inc.
PROJECT: 7361 Concrete Maintenance Project Phase I
' OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated April 9, 2012 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an
Agreement for 7361 Concrete Maintenance Project Phase I.
The Price of your Agreement is One Million Five Hundred Forty -Seven Thousand Five
Hundred Ninety -Seven Dollars and Eight Cents ($1,547,597.08).
' 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 21, 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
B �L
Y•
James B. O'Neill, ll, CPPO, FNIGP
' Director of Purchasing & Risk Management
1
I
H
i
1
1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 7ch 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
Vogel Concrete Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may
be the whole or only a part is defined as the construction of the 7361 Concrete
Maintenance Project Phase I and is generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by City of Fort Collins Streets Department, who is
hereinafter called ENGINEER and who will assume all duties and responsibilities
and will have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the
Contract Documents.
ARTICLE 3. CONTRACT TIMES
' 3.1 The Work shall be Substantially Complete within one hundred forty (140)
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 forty-five (45)
calendar days after the date when the Contract Times commence to run.
1
3.2. 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 preceding the actual loss suffered by OWNER if the Work is not completed
on time. Accordingly, instead of requiring any such proof, OWNER and
CONTRACTOR agree that as Liquidated damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
L
I
�I
I
11
1) Substantial Completion:
One Thousand Dollars ($1,000.00) for each calendar day or
fraction thereof that expires after the one hundred forty (140)
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 forty-five
(45) 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: One Million
Five Hundred Forty -Seven Thousand Five Hundred Ninety -Seven Dollars and
Eight Cents ($1,547,597.08), 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, Owner will be entitled to withhold as
contract retainage five percent (5%) of each progress payment, but, in each
case, less the aggregate of payments previously made and less such amounts
as ENGINEER shall determine, or OWNER may withhold, in accordance with
paragraph 14.7 of the General Conditions. If, in the sole discretion of Owner, on
recommendation of Engineer, Owner determines that the character and progress
of the Work have been satisfactory to OWNER and ENGINEER, OWNER may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be no additional retainage on account of Work
completed in which case the remaining progress payments prior to Substantial
Completion will be in an amount equal to 100% of the Work completed. 95% of
materials and equipment not incorporated in the Work (but delivered, suitably
' stored and accompanied by documentation satisfactory to OWNER as provided
in paragraph 14.2 of the General Conditions) may be included in the application
Section 00520 Page 3 for payment.
' 5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of
' the Contract Price, less such amounts as ENGINEER shall determine or
OWNER may withhold in accordance with paragraph 14.7 of the General
Conditions or as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay
' the remainder of the Contract Price as recommended by ENGINEER as provided
in said paragraph 14.13.
' ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, and with all local conditions and Laws
' and Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in
the Supplementary Conditions as provided in paragraph 4.2 of the General
' Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or to
supplement those referred to in paragraph 6.2 above) which pertain to the
' subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the
Work at the Contract Price, within the Contract Times and in accordance with the
other terms and conditions of the Contract Documents, including specifically the
provisions of paragraph 4.2 of the General Conditions; and no additional
' 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
L
Facilities at or contiguous to the site and assumes responsibility for the accurate
' location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information or data
in respect of said Underground Facilities are or will be required by
' CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance with the other terms and conditions
of the Contract Documents, including specifically the provision of paragraph 4.3.
' of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
' examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
' ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
' OWNER and CONTRACTOR concerning the Work consist of the General
Conditions, Supplementary Conditions, those items included in the definition of
"Contract Documents" in Article 1.10 of the General Conditions, and such other
' items as are referenced in this Article 7, all of which are incorporated herein by
this reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related actions
in carrying out the terms of this Agreement are deemed Contract Documents and
incorporated herein by this reference, and include, but are not limited to, the
' following:
7.2.1 Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
' 7.2.5 Application for Exemption Certificate
7.2.6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as follows:
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 1, inclusive.
I
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.
1
Section 608, Subsection, METHOD OF MEASUREMENT, page 27, add; "The area of
an Apron shall be calculated as follows (see diagram below):
AI
((A`C) - (rr (A-B) (C-D)/4)).
D
---- Do.
�s
a
1
7
d
S
a
C
SSS48its tsoIs* 4Stttt%-%
C
Section 630, subsection 630.16, page 38, delete; "
Payment Schedule
Payable
Amount
First Monthly Progress Payment 25%
Concrete work completed equals 25% of the original contract price 50%
Concrete Work completed equals fifty (50%) percent of the original contract price 75%
Concrete Work completed equals seventy (75%) percent of the original contract price 100%
Change orders related to traffic control for additions to or deletions from the Work shall
be paid or deducted in the monthly progress payment in which the change order
occurs."
Addendum 1 — 7361 Concrete Maintenance Project Phase I Page 3 of 5
11
I
1
1
1
1
1
1
1
1
1
i
11
1
1
1
1
OWNER: CITY OF FORT COLLINS
By: UV__
D IN ATTEBER , MANAGER
JAMES B. O'NEILL II, CPPO, FNIG
DIRECTOR OF PURCHASING
AD RISK MANAGEMENT
Title
Date: �o
Attest: Ali
Cyty Ct� f ItI
Address for giving notic
P. O. Box 580
Fort Collins, CO 80522
Approved,as to Form/
AssistarCity Attorney
CONTRACTOR:
By:
PRINTED
Title:
Date:
Attest
Addr ' s forgiving notices:
S.
License No.:
SECTION 00530
' NOTICE TO PROCEED
Description of Work: 7361 Concrete Maintenance Project Phase I
' To: Vogel Concrete Inc
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
' CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been
' received by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby
authorized and directed to proceed within () calendar days from receipt of this notice as
required by the Agreement.
Dated this day of 20
' The dates for Substantial Completion and Final Acceptance shall be 20_
and 20, respectively.
City of Fort Collins
OWNER
By.
Title:
' ACKNOWLEDGMENT OF NOTICE
' Receipt of the above Notice to Proceed is hereby acknowledged this
20_
' CONTRACTOR: Vogel Concrete Inc
' Title:
day of
1
SECTION 00600
'
BONDS AND CERTIFICATES
'
00610
Performance Bond
00615
Payment Bond
00630
Certificate of Insurance
00635
Certificate of Substantial Completion
00640
Certificate of Final Acceptance
00650
Lien Waiver Release (CONTRACTOR)
00660
Consent of Surety
'
00670
Application for Exemption Certificate
SECTION 00610
PERFORMANCE BOND
Bond No. CSB0010353
KNOW ALL MEN BY THESE PRESENTS: that
Vogel Concrete Inc
6330 S College Ave, Fort Collins, CO 80526
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Contractors Bonding and Insurance Company
(Address) P O Box 9271, Seattle, WA 98109-0271
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins. 300
Laporte Ave, Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of One Million Five Hundred Forty -Seven Thousand Five
Hundred Ninety -Seven Dollars and Eight Cents ($1 547,597.08) 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 7th 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, 7361
Concrete Maintenance Project Phase I.
' NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the
original term thereof, and any extensions thereof 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.
' 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.
1
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 15th day of May 20 12
IN P S N E F. Principal Vogel Concrete Inc.
(Title (Title)
' p0.PUKAr
(Capoeat� Sg�l� F
AL;
IN PR I8
'Mill) O
IN PYTSENCE O
I
' (Surety Seal)
6330 S. College Ave., Fort Collins, CO 80526
(Address)
Other Partners
M
M
Surety Contractors Bonding and Insurance Company
By:
P O Box 9271, Seattle, WA 98109��'7J-nDV;p
(Address) _ �o ',..• J
oonr'o,' ;
' NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
1
1
1
1
1
1
SECTION 00615
PAYMENT BOND
Bond No. CSB0010353
KNOW ALL MEN BY THESE PRESENTS: that
Vogel Concrete Inc
6330 S College Ave, Fort Collins, CO 80526
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Contractors Bonding and Insurance Company
(Address) P 0 Box 9271, Seattle, WA 98109-0271
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 One Million Five Hundred Forty -Seven Thousand Five
Hundred Ninety -Seven Dollars and Eight Cents ($1 547 597.08)of 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 7th 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, 7361
Concrete Maintenance Project Phase I.
' 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.
C
1
[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.
1
1
1
1
1
1
1
1
IN WITNESS WHEREOF, this instrument is executed.in three (3) counterparts,
each one of which shall be deemed an original, this 15th day of May 20 12
IN PRESENCE OF
1 (Surety Seal)
1
1
Principal Vogel Concrete Inc.
(Title)
6330 S. College Ave., Fort Collins, 00 80526
(Address)
Other Partners
0
Surety /C�o�nttrra�c�to)rs Bonding and Insurance Company
By: //%lam-
P 0 Box 9271 Seattle, WA 98109-P71"...!
(Address) = `pP V„
m'T "
1 NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
1
1
1
1
1
1
mc Contractors Bonding and Insurance Company
1213 Valley Street
' ..... c...,..,
P.O. Box 9271
Seattle, WA 98109-0271
Know All Men by These Presents:
POWER OF ATTORNEY
Contractors Bonding and Insurance Company
' That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
'That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constitute and appoint:
W.R. Withrow. Tyler Withrow, Megan A. Brown, Bud Withrow, jointly or severally
' in the City of Denver , State of Colorado its true and lawful Agent and Attorney in Fact, with full
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
' Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00/100
Dollars ( $10,000,000.00 I for any single obligation.
' The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
'The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution
adopted by the Board of Directors of Contractors Bonding and Insurance Company, and now in force to -wit:
1
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
'IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Vice
President with its corporate seal affixed this 13th day of March 2012
I
o1,5,ufm'n ,�'� 111
y` f
�6ntractors Bonding and Insurance Company
NV
' : ? State of Washington t,•., 1979 ?=Roy @. Die Vice President
SS
� :, 2� _
County of King ...... .i Oeol
CERTIFICATE
'On this 13th day of MarchI, the undersigned officer of Contractors Bonding and Insurance
before me, a Notary Public, personally appeared Roy C. Die , who Company, a stock corporation of the State of Washington, do hereby
being by me duly swom, acknowledged that he signed the above Power of certify that the attached Power of Attorney is in full force and effect
Attorney as the aforesaid officer of the Contractors Bonding and and is irrevocable; and furthermore, that the Resolution of the
'Insurance Company and acknowledged said instrument to be the voluntary Company as set forth in the Power of Attorney, is now in force. In
act and deed of said corporation. testimony whereof, I have hereunto set my hand and the seal of the
Contractors Bonding l and Insurance Company this 15th , day
o
Y UUZ
Contractors Bonding and Insurance Company
Joseph B. uller Notary Public
' Note" Public
state or B. MULWashington Roy C. Die Vice President
JOSEPN B. M
MY COMMISSION EXPIRES
Mach N. 2012 0575519032912
' A0059511
I
SECTION 00630
' CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
1
I
p
I
1
I
i�
A11,. ® CERTIFICATE OF LIABILITY INSURANCE
5/31/2012
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 thecertificateholder 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
Peak 360, Inc.
1600 Emerson St.
Denver CO 80218
CONTACT Gary Fried, CPCU, MSIS, RPLU, ARM, AAI
NAME: � man
PHONE (303)539-7325 aON (303)623-T325
E-MAIL gfriedman@peak360. com
INSURE S AFFORDING COVERAGE
NAIO If
INSURERA Auto Owners
32700
INSURED
VGL, INC., DBA: VOGEL CONCRETE
6330 S. COLLEGE AVENUE
FORT COLLINS CO 80525
INSURERB Owner8 Ins. Co.
32700
INSURER C:
INSURER D:
INSURER E
INSURER F:
COVERAGES
1
1
1
1
1
CFRTIFICATF NIIMRFR-CL1232900821
RFVISION NIIMRFR-
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.
INSR
LTR
TYPE OF INSURANCEADDL
Sum
POLICY NUMBER
POLICY EFF
MM/DO
POLICY EXP
MMIDD
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
A
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE 1XI OCCUR
74037316
1/17/2012
1/17/2013
DAMA E T RENTED
PREMISES Ea dccunence
8 300,000
MED EXP(My one person)
$ 10,000
PERSONAL& AOV INJURY
$ 1r000,000
GENERAL AGGREGATE
$ 2,000,000
GENL AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGG
$ 2,000,000
ECTX POLICY PRO LOG
$
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
1,000,000
BODILY I INJURY (Per person)
$
B
ANY AUTO
ALL OWNED SCHEDULED
AUTOS X AUTOS
4709905202
1/17/2012
1/17/2013
BODILY INJURY (Per accident)
$
NON -OWNED
HIRED AUTOS AUTOS
-
PROPERTY DAMAGE
Peraccident
$
Medical payments
$ 10,00
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
DED I I RETENTION$
$
WORKERS COMPENSATION
WC STATU- OTH.
LIMANY
AND EMPLOYERS' LIABILITY YIN
PROPRIETOWPARTNERIEXECUTIVE
OFFICERIMEMBER EXCLUDED?
NIA
E. L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYE
$
(Mandatory in NH)
II yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMIT
$
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
RE: #7361, Concrete Maintenance Project Phase 1. The City of Fort Collins is an additional insured under
the General Liability policy and on going operations in accordance with all the terms, conditions, and
limitations of the policy and then only for liability caused by the negligent acts of the named insured
as required by written contract or agreement. -
jstephen@fcgov.com
CITY OF FORT COLLINS
PURCHASING
PO BOX 580
FORT COLLINS, CO 80522
L, AN CL LA I I N
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
Friedman/GARY,I
©1988-2010 ACORD CORPORATION. All rights reserved.
' INS025 (2ntnnfil nl Thp ar npn name and Irmo pro ronictprPri marks of arr)pn
I
[1
Section 630, subsection 630.16, page 38, add; "
Payment Schedule *Amount
Payable
First Monthly Progress Payment based on the adjusted contract price 25%
Concrete work completed equals twenty five (25%) percent of the adjusted contract price 50%
Concrete work completed equals fifty (50%) percent of the adjusted contract price 75%
Concrete work completed equals seventy five (75%) percent of the adjusted contract price100%
*Percentages listed in the 'Amount Payable' column shall be used to calculate payment
for items 630.01, 630.02, 630.03, less any deduction(s) for deleted work.
The adjusted contract price shall equal the original contract price less items 630.01,
630.02, 630.03, 630.04, and 630.05.
' Traffic Control quantities impacted by additions to or deletions from the Work in Section
02500, 'Quantity Estimate' shall be paid by Change Order and included in the monthly
progress payment(s)."
Section 03500 Project. Maps, delete; "Busch Area."
Section 03500 Project Maps, add; " 'The City of Fort Collins Master Street Plan'
depicting the street classifications (Arterial, Collector, Residential) can be found at the
following link:
http://citydocs.fcgov.com/?dt=Master+Street+Plan+Map&dn=G IS+MAPS&vid=192&cmd=showdt
Addendum 1 — 7361 Concrete Maintenance Project Phase I Page 4 of 5
AI� b® CERTIFICATE OF LIABILITY INSURANCE
5/30/2012
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(les) 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
CONTACT COWest Associates
NAME:
Co West Insurance Associates
PHONEMC, IN (720)524-9344 aC No: I1201521-9352
P.O. BOX 101387
E-MAIL
ADDRESS:
INSURE S AFFORDING COVERAGE
NAIC p
INSURER A:Plnnacol Assurance
41190
Denver CO 80250-1387
INSURED
INSURER B :
INSURERC:
VOL, Inc.
INSURER D:
6330 S. College Ave.
INSURER E :
INSURER F:
Fort Collins CO 80525
COVERAGES
1
1
1
1
r:rr���rrrlirrrix:�I
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.
INSRPOLICY
TR
TYPE OF INSURANCE
POLICY NUMBER
MMIODYEFF
UP
IMMdxuYYYYJ
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
S
COMMERCIAL GENERAL LIABILITY
AEA —To—RENTED
PREMISES Ea occunence
$
CLAIMS -MADE F—IOCCUR
MED UP (Any we person)
$
& A0V I NJU RY
$
-PERSONAL
GENERAL AGGREGATE
$
GENL AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGG
$
POLICY PRO- LOC
$
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
BOOI LY INJURY (Per person)
S
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (For accident)
$
NON -OWNED
HIRED AUTOS AUTOS
PROPERTY DAMAGE
Peraccident
$
$
UMBRELLA LIAB
H
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAR
CLAIMS -MADE
DEO I I RETENTION$
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
4102132
7/1/2011
T/1/2012
X WC STATU- OTH-
IMITS ER
E.L. EACH ACCIDENT
$ 100,000
ANY PROPRIETORIPARTNEWEXECUTIVE
OFFICERIMEMBER EXCLUDED?
NIA
E.L. DISEASE - EA EMPLOYEE
$ 100,000
(Mandatory In NH)
If yes, describe ender
DESCRIPTION OF OPERATIONS be.
EL DISEASE -POLICY LIMIT
$ 500,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
City of Fort Collins
Purchasing
Attn: John Stephens
P.O. Box 580
Fort Collins, CO B0522
ACORD 25120101051
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
R. Withrow/AMB l�iA�� ��'*�-z'
n 1onR.2n1n ecnan cnaDnaennN eu rinhte rnenrvnd
' INS025ortinnstni ThA Armin name and Innn arA ronietorad marlrc of ACnRn
I�
' SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
' DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7361 Concrete
Maintenance Project Phase I
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
' OWNER: City of Fort Collins
CONTRACTOR: Vogel Concrete Inc.
' CONTRACT DATE: May 7, 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.
' ENGINEER
AUTHORIZED REPRESENTATIVE
DATE
' The CONTRACTOR accepts the above Certificate of Substantial Completion and
agrees to complete and correct the items on the tentative list within the time indicated.
CONTRACTOR
AUTHORIZED REPRESENTATIVE
DATE
The OWNER accepts the project or specified area of the project as substantially
complete and will assume full possession of the project or specified area of the project
at 12:01 a.m., on . The responsibility for heat, utilities,
security, and insurance under the Contract Documents shall be as set forth under
"Remarks" below.
CITY OF FORT COLLINS, COLORADO
OWNER
REMARKS:
By:
AUTHORIZED REPRESENTATIVE
DATE
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
20_
TO: Vogel Concrete Inc.
Gentlemen:
You are hereby notified that on the day of 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by Vogel Concrete Inc. for the
City of Fort Collins project, 7361 Concrete Maintenance Project Phase I.
A check is attached hereto in the amount of $ as Final
Payment for all Work done, subject to the terms of the Contract Documents which are
dated May 7, 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
By:
Title:
ATTEST:
Title:
I
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Vogel Concrete Inc. (CONTRACTOR)
PROJECT: 7361 Concrete Maintenance Project Phase I
' 1. The CONTRACTOR acknowledges having received payment, except retainage from
the OWNER for all work, labor, skill and material furnished, delivered and performed by
the CONTRACTOR for the OWNER or for anyone in the construction, design,
' improvement, alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the
' receipt and adequacy of which are hereby acknowledged, the CONTRACTOR
voluntarily waives all rights, claims and liens, including but not limited to, mechanic's
liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor
and material bond rights which the CONTRACTOR may now or may afterward have,
claim or assert for all and any work, labor, skill or materials furnished, delivered or
performed for the construction, design, improvement, alteration, addition or repair of the
' above described project, against the OWNER or its officers, agents, employees or
assigns, against any fund of or in the possession or control of the OWNER, against the
project or against all land and the buildings on and appurtenances to the land improved
by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair
' of the project were furnished, delivered or performed by the CONTRACTOR or its
agents, employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants and further
' affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or any funds in
the OWNER'S possession or control concerning the project or against the OWNER or
its officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if
any, and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or
assigns against the project or against the OWNER or its officers, employees, agents or
' assigns arising out of the project for all loss, damage and costs, including reasonable
attorneys fees, incurred as a result of such claims.
t 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_
CONTRACTOR: Vogel Concrete Inc.
By: _
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of 20_, by
Witness my hand and official seal.
My Commission Expires: Notary Public
' SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Vogel Concrete Inc.
PROJECT: 7361 Concrete Maintenance Project Phase I
CONTRACT DATE: May 7, 2012
' In accordance with the provisions of the Contract between the OWNER and the
CONTRACTOR as indicated above, for
' on bond of
(Surety)
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final
Payment to the CONTRACTOR shall not relieve the Surety Company of any of its
obligations to the OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this
day of 20
' (Surety Company)
By:
' ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303) 232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
A
hn AIr)T 1A]PITF IAI TNIC CDArr
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.
stration/Account No. (to be assigned by DOR)
F
Period-
0170-750 (999) $0.00
�;C.O NTJRA:C I IO R .I N FORMAT] ON -
Trade name/DBA:
Owner, partner, or corporate name:
Mailing address (City, State, Zip):
Contact Person
E-Mail address:
Federal Employees Identification Number:
Bid amount for your contract:
$
Fax Number.
(
Business telephone number:
Colorado withholding tax account number.
Copies of contractor agreemetitipages;(I) idenfifying,the'contracting parties,'
'EXEMPTION INF,O,RMATIO,N''and(2)rcoritainingrsignature4'ofcont�acting'partiesmustltieattached
Name of exempt organization (as shown on contract):
Exempt organization's number:
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization:
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County lies) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start date:
completion date:
I declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
Title of corporate officer: Date:
DO NOT WRITE BELOW THIS LINE
' 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 00700
GENERAL CONDITIONS
w
GENERAL iCOMPITIOA
-OF THE
Those dE\,TEFj\-U CONDITIONS have beeii.developed Iry using the
STA_NT0ARE),GLNT-RAL CONDITIONS. OFTIM-CONSTRUCTION
CONTRACT pr,:pucd,by tho Efi&e6rs Joinf-Contra", Docurucntc.
Qcnirniftec. F.I.CM No. 191U-8 (1990 Union); as base. Changes to -
,that do * cunicni are shown by underl I ining,wxt that has,been add , ed and
strikin" through text -that has been delctc&
1--.JCDC.GF--N]--It,\[,CONDITIONS 1910_-',R(.1990'EDl-ri0N_)
WITH Cl-,I.,Y,OF.fl'OR:I'COLLINS,'NIODLFICA--.['IONS (REV 9/99)
EXHIBIT 2 — QUESTIONS & ANSWERS
Question: "If the City requests that asphalt adjacent to a concrete removal remain in
place and sawcutting along the toe of the gutter is requested, will the
sawcutting be paid under Section 202.127'
Answer: "No, sawcutting shall not be paid as per Section 202, subsection
202.11, METHOD OF MEASUREMENT, page 10, which states
'Sawing related to the items described in Revision of Section 604
— Inlets and Culverts, and Section 608 & 609 Sidewalks, Curb &
Gutter, Drive Approaches, Aprons, Crosspans, Pedestrian Access
Ramps, Flatwork, and Concrete Pavement, shall be considered a
subsidiary obligation of the Contractor and shall not be measured
and paid for separately.' "
Question: "Section 604, how will the decrease in payment for 'Additional One (1) Foot
Depth' or 'Additional One (1') Foot Opening' be deducted in the pay
application?"
Answer: "As determined by the Engineer, it may be entered on the pay
application as a negative number in the line item for 'Additional
One (1') Foot Depth' or 'Additional One (1) Foot Opening' under
the corresponding structure type or may be deducted on a
Change Order using the contract unit price."
Question: "How will the percentage of traffic control on each street classification, as
requested on the Bid Schedule, be used?"
Answer: "The cost for traffic control, as a percentage of the actual cost of
the concrete work, shall be used as the basis to increase or
decrease payment when the work varies from the areas listed in
Section 02500, Quantity Estimate. For non -typical conditions,
additions to or reductions from the work listed in Section 02500,
Quantity Estimate, shall be negotiated prior to commencing the
work. Increases or decreases to the work described in Section
02500, Quantity Estimate, shall be paid by Change Order and
included in the monthly progress payment per Section 630,
subsection 630.16."
Addendum 1 — 7361 Concrete Maintenance Project Phase I
Page 5 of 5 '
1
Article or Paragraph
Num ber. Title
DEMNITIONS
TABLE OF, CONTENT.&OFIGFNERAL,. CONDITIONS
Page Article cr.Pnragraph
Number. Number &T1tic
1. 1
Addenda
h
Agreemcnt...: ................ I ....... ...............
1
1.3
Application ror Payment„,,,,,,,,,,,,,,_....
i
1,4
Asbestos......_......... I ............................
1
1.5
Bid
L6
Bidding Documents, ..... _ ........ _ ...........
13
BiZldune Requirements: .......::.......:....:..I
I.&
Bonds
j ,
I_§
ChangCL(Wdcr .........
........................
1.
..
IX)
Contract Documents..-,..._.._...__„__,-,_,_
'IJI
Contmct Price.: ....
I'll-
Contract
1.13
cu,47RAcroR.................................:I
1-14
defeerive..............................................1
1.15
Fx, wtngs .......... ..................................
I
1:16
Effective Date of the Agreement ...........
1.17
ENGNEER ........................................
1.13
ENT-013NEERs Consultarit: ........... o I .........
1
i.19
Field Order ............... 1. ................
;J
1-20
Peneral Rquirm6nts .........
1.2 1
Hazardous:Mste.
1.22.a
Laws,and Regulations! Laws or
Rtgulaticns .......... ................
2
I i'_) 2. b
Legal ............
1.23
Liens ............... I ..................................
-4
Milestone ...........................
1.25
Notice of -Award...-,
7.
I _26.
i',Iodce to Proceed
2.
1.1 7
OWNER .... .......... I ................................
[?s
Partial Utilization,,,,,,,,,,,,,,,,,,,,,,;,,,,,,,,2.
1.)9
PCBS'
1130
Petroletin
1:31
Projectct .................................. .............
1.31a
Radioactive -Material ............ : ......
1
1.32.b
Regular
1.33
Resident Project
1.34
Samples .............................................
1.35
Shop Drawings.._.........---_-------------
?
136
Specificatims! ............
1.37
Subcontractor ................. .........
1-38
Substantial Completiorl ........... .............
1:39
Supplementary Conditions.;_,.., .......
2'
1.40
Supplier!_.
IAA
LTnderground'Facilities- .,..,..,,,,..,,
�
.-, ... �223
1.42
Unit Price Mirk .... ..........'
.................
.. 3.
1.43
Work.. . ................. .................................
1.44
Work Change bircctivc......._,_'
.1
3.45
Written .-Amendment_,
Paec
Number
PREMfINARY ...... .......
3
1.1
Delivery of Bonds, ...........................
:j
2.2
Copies of Documcm .... ........
3'
2.3
Commencement,of Contract
Tim Notice to Proceed;,__...._,;,_._
3
2.4
Starting the Work ...................
31
2.5-2.7
Before Starting Construchom
CCIITPj\CTORs Responsibility
to Report-, Preliminary Schetfiles;
Delivery ofCcrLificates of
Insurince
34
18
Ptecuftstruction Conferencq.__. , ......
z..4
23
.1niflitily AcceptibleSchedules, .........
4
Mvr NCT DOCUMENTS: LNTENT
,MNALN DING, REUSE........--___,
4
3.1-12
Intent
3.3
Reference to S.tandurds and speci-fications
orrechnical Societies-,
Reporting and'Resolvirig Dis-
creptincies:.....::..:...:....::::........Z.
47 3
Intent of Certain Terms or
Adjectives ... .................. ..............
5�
3.5
Amendim, Contract Docunents
.... 5�
3.6
t ,
Supplemening c6ritract
Documents; ...................................
5
3:7
Reuse of Documents ....................
AVAILABILITY OF LANDS;.
SUBSURFACE AND PHYSICAL co,\,DrrtoNs
REFERENCE POINTS
5
4.1
AvailabilityoC Ltmds-.,.: ...............
5_6
4,2
Subsurface and Physical
Con tons
4.2.1,
Reports and Drawings ....... : ........ . ..
:..6
4.2.2
Limited Reliance by CONTRAC-
TOR Authorized; Technical
Data.........................................
_6
4.2.3
Notice of Differing Subsurface
or physical Conditions .......... .......
15
4;-" 4
ENO NIFERs,Review ........................
6
4:2 J
Possible Can tract Documents
Change
Z� ...; ......................................
6
4.2.6
Possible Price and Times
Adjustments .........•
)-7
4.3
Physical Condt , ionsLOndergrotind
Facilities .......................................
7
43.1
Showh or Indicated................._
7
4.3.1
-Not'Shown oi
4.4
Reference Points ...............................7
EJCDC GLNEUIL CONVII [ON'S 19104 E 19 90 EDITION)
wi cvry of FORT COLTINSMODISCATIONS (REV 91,'P))
Article or paragraph
,Number & 1ritic
Page Anicle,or Paragraph
Mur6 N r 'Number &,ritle
43
1l4bmcs; PCBS' Petrolieurn,
hazardous Waste or
Ridioa&lvc m-Iterial
BONDS AND R4SURANU ........ .....................
-51..1 -i..22
P . erfarmance, Payment and.0ther
'Bonds" ..............................................
S:
5. 3
Licensed Surelies and Insurers:
Ce rti fi cates o I rnsuranc c.
CoNTRACT(Ws Liability
-Insurance ... ...... .................. ............
9
5.5
OWINTERs Liability Insurance: .....
_ 9
3,6
'property Insurance .............. ...........
9-10
.5.7
Boiler and .Machinery or addi-
tional Property Insurance ........
Notice of Cancellation Praii sion..
10
i 9
CONITRACTORs Responsibility
for Deductible Amounts .......... ........
.l Q.
5. IQ
Other Special insurance;,,,,,,,,,,,,,,,,
1'6
5,11
Waiver of Rights,,,_.............:
7_1 1
5. 12'5; 13
Receipt and Application of
Insurance Proceeds
JM I
5.14
Ac4tbnct: of Bonds and rrf.su.
ance,:Option to Replace,
1,
5.15
Partial UtiLization--Prop'crty
Insurance ........................................
11
CONTRACTOR'S RFspommiurm'S ............... ii
6. 1;6. 2 'Supervision and Superintiendcncg ...... . I I
6.3-6.5 Labor.- Materials and Equipment.,, I l'-I 2
6:6
Progress Schedule ...... .....................
J2
6.7
:Substitutes and 'Oi-Equal" Items;.
coNTRAcT,OR!s Myen.se;
Sdbstitut - e Construction
N.fa hods or Procedures,,
.
ENGI NETIVs. Evaluation
12,13
6:8-6. 11
Concerning Subcontractors
Suppliers and Offiers;.
Waiver.6f Rights.........................
13-14'
6.12
Patent Fcc-sand Royalties ... ...............
:14
t': 13!
Perm i
i .4,
.6,14
�L'i
Lawsand Regulatiins.. ..
.................
... 14'
.4-15
6.15
Taxes . .......... I ........................ . ......
6.16
Use of Prem ises ....
15
6:17
Site Cleanliness
15,
(j, 18
Safe Structural Loiiding .....................15
6.19
Record
6.20
Safetvand Protection_....-, ....
:1 5A 6.
8.21
Safety Representative,,,,,,,,,,;,,,
16
6-2-1
hazard Communication Programs,,,.,,
16
6.23
Emer .gencies. ....................................
16;
6. 24
Shop Draivings and Sam ple4_ ....
..... :16
["w c
Number
6.225
Submittal Proceedures; COIN-
TILaCTOR' s Review Prior
to Shop Drawing or Sample
submittal
16
6.226,
Shop Drqwiii&4 Sample Siihmit-
Luis Review by LMGINIEER, .....
16-17
637
'Responsibility for Variations
From -Contract Docurnenta___.,
17
2 8
Related Work Performed Prior
to FNIGRINPU's Rcviewrmd
Approval of Required
Submittals: ....... ..........
7
'6,29,
Continuing the Work,...,---'............17
630
CONTR.\CTORs General
Warranty and Guaranree ..... ......
17
6.31-6.33
Indem n ification_ ......................
17-1.8
6,34
Survival ofObligations ,"., ........
: ...... is
7'. PTIIEUZ vv.ORK.': ....... ... ;. ..................... __ ........
i 8
I= ' 7.3
Related W6rk at Site,,,,,,, .........
"IS
17.
T4
Coorc!inatioa
9: OWN'ER'S
RFSPONSMILITIES
9
R.1.
Commimic ' ations to CON-
TRACTOR
-1. 1.8
.8.2
ReplHcement-uf EINGINTER,,;IS
83
Furnish Data.andPay Promptly
When Dui .... ................
is
9.4
landsand Easement.%; Reports:
ana'rests ............
18-19
9.5
Insurance .............................
19
-8.6.
Change Orclers ..........14
8. 7
'Inspections, Tesmand
Approvals .....:.............:...............19
S:s
Stop or Suspend Work'
Term mate cqNfRAcrpws,
3.9
Limitations m OWNERS
Responsibilities ...........................19
S.10.
Asbcstos,.PCBs, Petroleum,,
Hazar&mg Waste or
wlateiiil: ....................
19
8.11
Evidence ofFman6iil
Arrangements ...... .......... ___--19
ENWINHER&STATUS MAZING
^OVSTRUCI ION_ ............
J9
9.1
c)wNP.R's Re&Cseftt3tive'.';
19
9.2
Visits to'siu;_-,
9.3
Project Pcpresentntive .................
19,21
9.4
Cla.rificiitions'and friterprd-
lations............... * .... .. ......
.... �21
9.5 1
Autho--riied Varikions in Wrk
1-1
Lucoc FD_[ HON)
%V1 CITY OF FORT (.011INS MODMICAMN", cIRAV9i991
Ar6nle:or Nragriph
Ngr
Article or.Phragraph
Page
N,um be r & T itle.
Number
Number &-'ritle
Mum ber
9:6
Rejecting Defective WorL..,-, , .......
13 8'- 139
Unco*vering Work'at MNGI-
9.7-9.9
Shop Drawings- Change Orders
NEER!3rRCqUc3E.....................27.25
and Payments : ................. .................
.. 1
13.10
OWNER Nlay Stop the.Work ..........
:23.
9.10
Dacrminatims Gr Uritt. Pric-cs:
11-22
13A 1
Correction orRernoval of
9-11-9.12
Decisions on Disputes-. EN01-
Defective.Work ..........................25
NEER zu; Initial lntcr:pretct
13,12
Correction Period, .... ..................
is
9.13
..............
LinfRaiians on ENGLNEERs
13; 113
Acceptance of'Defective'Work
,2S
Authority
1314
OWNER May, C6firectD_e_feca4
.Work __,.
2&29
CKkNIGES [NTREAVORK ........ * ........... * ...................
23
IUA
OWNFR's Ord&cd Change ................
23
14. PAYlvtFTrrs'ro CON rRACToR.AxD
Claim10.2 for Adjustment.,_..._-, ... t ........
23
comPLErib-N ........... - -- -
19,
- - - - - - I
103
Wcrk. Not Required by Contract,
14-1,
Schedule ofValucs, ------ ..........
i9
Documents, ......... .................
)j
14.'_J
Application for Progress
111.4
Change Orders ...... ...........
Pa ent ..............
ym __ ..................
29
10.5
Notification of Surcty,
2-3
14.3
CONTRAUFOR's Warrant- of
y
Title ......... ......... ;.� ......
:..29
CHANGE OF CONTRACT -PRICE ............... . ............
;33
14L4-14-7
Review of Applicawinsfjr
11. 1 -11.3
Contract Price; Claim for
Progress Payments ........ ........._9.3Q
Adjustment; Value of
14.S-14.9
qubstaniial Cumptetion ....
...... ;10
the Work,......,_...;
1J.10
Partial Urifization __- z__,77;_,730}31
IIA
Cost of the Work ..... ...................
14.11
Final Inspectiorl ..............................
31
1 1'�5
Exclusions to Cost of thc'wlorlj .............
25
14J-2
Final Applicadon.lb_r Pa'ymcnt ....
3 . I
11.6
coN.1'R'\dtcxR's Fce
25
14:13 14.14
.Final Payment and Acceptance
31
U.7
Cost R49F4 ................
.25-26
141i
Waiver 61 claixrs;.'; .........
31_32
11.8
Cash AldwancCs,
1-6
is
unit Price Work ................ .................
26
15. SUSPENSION Oh WORK AM)
TFRMINATION
....................... ..........
... 32,
MkNGE OF CONTRACT TII.MS ..................... .......
26,
150
OWNER May Suspend Work ..........
31
1 1 2A
Claim, for Adjustment ..........................
26
13.2 1 - i3A
OWNER jvIny'rcrminatc, ................
-
32
I l!"),
Time of the Es�sence. ..........................
4'6
15.5
CONTRACTOR.May Stop
12:3
Dclays Be ond CONTRACTORs
Work or Term inat; '".1;...33
Control...:.-.:.-... ...... ;.;. .........
26-.27
.114
Delays Beyond OWNTR's.and
16, D[SMF. RESOLUTION.;
.... .....................
33
CONTRACTOR'S Control,,,,,,,,,,,,,,,;
27
17. Lv41SCELLANF0U)..,..,,,,
- ------
33
TESTSAINID INSPECTIONS;
CORRECTION.
17.I
Giving Notice ........ .
33
RE-MOVAL OR
ACCEPTANCE OF
17.2
Computation of'Fi ncs. ....................
33
DEF,EC77VE WORK ............................. ..................
::7
17. 3
Notice dClairn .............................
;-33
13.11
Mdtitic of Defects .... : ..........................
117,
17.4
Cumulative Remedics:..: .................
33
132
Aceess to the Work ..... : ...... I ...........
; ... 27
1 7:5
Professional Fees and'Court
133
Tcsts�and (nsjkctions;,
Costs lrichi&d ..................
33
CONTPACTORs CoolccratiprL .........
27
17.6
Applicable State Laws ...............
:33-34
13.4
OWNER's Responsibilities;
Intentionally left blank........ .............. __ ---------
35
Independenjesung Labormory-
.... 27
13-5:
C'0 I q7 RA CT 0 R! s
E,3HBIT GC -A:
(Optionil)
Responsibilities ................ ..........
_-27
Dispute Resolution Agreement,,,.,...........__
GC -AI
'13.6-1.3.7
Covering Work Pri-orto.1rispcc-
16.11-16.6
Arbitration__..__- --------------- ;GC.Al
Lion. Testing or A pr6val.
P
17
... :I.r
163
-
Mediat ion..,,,
_GC -A I
EXDC OLNEILAL CONdITIONS 1910-8 11 YW EDinozf)
wia-ry of FCJR,r m1.1JN.SX10D1F1CA-n0Z4% (RFV 9P7))
INDEX TQ,,GFNE.RM. CQNDITIONS.
City'of Fort CSIl'ins modifications torke General (:onditi6ns of the Con3frucfion Contrict,aie not show-ii in this%in&x
Article or Paragraph
.1\14inber
Acceptance of -
Bonds and. Insurance:,,,,,,,,,,
...... : ...... 5.14
defective Work.............................10A 1., 13. 5: 13.13
final payment ..... ..
........................
.1 14.15
2, ��
insur . ance, ................ .............. ....................
514
other Work, by CONTRACTOR, ........................
JJ
Subsinutes and "Or -Equal" It - ems
fiiTl
Work by OWNER ................ ...
2.5. 6.30,434
Access to the--
Unds, OWNER andCONTRAGIOR
............ 4.1
.site. related Work..,;, .......... ...... %.- _
Work . ................. 4 ........................
13-Z 1114. 14.9
Acts or Omissions., Acts -and Omissions-
CONTRAcrOR, .......................... .........
6.9:119.1-3.3
ENiCyl NHFR
9.13.3
OWNER........................... _.; .....................
:20 .91
Addenda --definition of (also see
definition. of Specifications) -.......(I t6, L 1U, 619), 1:1
Addition ' a I Propeity Insuraneq,: .........
41!:,; 5,7
adjustments-
Contract Pricc or Contract
1 3.5.
41, 4.3;1, 4.5.�
. . . . . . . Ire 3 ; -,
495 �'_ 1 0';4,
-i 10.2
.................. ............. ........ . 11,
12, 14;8, 15:1
progress schedule ...........
Agreement --
definition of,,,,,,,,,,,,,,,, ......................................
1,2
"All -Risk" insurance, policy CormL .................
; ........ �. 6.2
Allowances, Cash ..... * .............. .......
...... 11.9
Amendina,ConLract
Amendment. Written--
in,gencril., ........ I ...... J. 10, 1,4j, 3.5,
5:10, 3,12, 6-6.2
............ 1 ........ 6.19.
10. 1, 1 O.4, 11.2
11it
13.12.2, 14.7:2
Appeal, OWNER or CONTRACTOR
intent to ......................... 1q, 9.11,
10,4, 16.5, 16.5
Application for -Payment ---
..definition of ..................................
E'ING610Eie, Responsibility..................
....... 99
final payment,,.,.,,, 9,113.491113`121_12:14�
15,
in-encral ');S; 2.9:
.......... I ..............
5.6.4,_. 9.10, 15 �5
review
;_14-4-14.7
Arbitration ..........................................
........ 16z I - 16.6
Asbcsto 3-
claims pursuant thereto,-,
CONTRACTOR authorized!to stop Work .......... 4. 5:2'
definition 6(
A
ikrti.ck or Paragr1ph
Number
OWNFR responsibility for .........................
4.3.'1. 8.10.
possible price and tunes ,.....
.................. 4:5,2
.change
Authorizej. Variations' in Work.........
i.6. 6:15. 6.27. 9.5
Availability of Ltinds. ........................................4
1. 8.4
Award, Notice of-deline d
I.25
'Before starting Construction ......... ..........
: .........
Bid-defintribn of_,,..,._„,,,,,,,,,,,,,,1-5
(1.1, 1,10. 2-3. 3 3.
...... ....... 244,.6.13, 1 L4.3: I t. 9.1
Biddifig Documents-d4nition
Bidding Requircmentsdefinition
of
1.7 (1.. lj 4,2A2)
acceptance of ... ............................
.........
additional bonds
10;5., It .4.5.9
Cast of the Work,
115.4
dcfinition,o(,..,,,,... ........ .........
............ .
delivery of .....................................
: ...... 1, 5: 1
final �pplicafi6n for Pay,mc nt. ................
14.12-14.14
geneml ........ ............. ............
1. 1%, 5.1 -5.3, 5.13;
.......... ; ........
Performance, Payment and'Other
............... . ... 5.1-5z2
Bonds and Insurancc--in gencral,,
5
Builder's risk'"all-risk" policy form .: ........................
5;6.2
Cancellation Provisions; lnsurincc,,._,S4.1
1, 5:8, 5.15
Cash Allowances
I ES
Cci6.ficatc of Substantial Compidion .........
1,38, 6.30.2.3:
............................. ....................
jj.S, 14.10
Certificates of Inspection,; _,.-
- .t_._.9,l3.4,
13.5; 14.12-
Certi ficares of Insuiance.. 2,71'5.1.5:4.11.
5A.1-3,
.......... ' 5.6-5; 5.8,
5,14, 9,13.4, 14:12.
Change in ContraU Price—
Cash Allowances:.._::I:li;;;,:.;.,;::.L;.z..�;;;;:,..,.-!,;.I
1"3
claini for piie5
iidjustmc.nt ............. 4.1. 42.6, 475, 5.l5;,6.8.2'p:4
............ U2,
10.i;.11.2; 119;
1_1
14. 14.7. 15. 1, 15:5
CONKTRikCTOR's fee.......................
.................. I LG
Cost ost of the Work
general..... ....................... .............
..... 11.4-11.7
Exclusiobsto,..
Cost Records`; .... :__: ......
l 1-7
in g6n,eral
Lump Surn Prichg ..........................................
113.2
Notification of. Surty ............
Scope of-, .... ........ ............
Testiru, and Inspection,
Uncovering the Work% ............
............. 13.9
EXI)CGENIRALCONDMONS 191U-SiMOEIN'rioN)
W CITY OF FORT
t1rit Pricc,Worlc 1-9
Value -of Work .................................................a1.3
Change in Contract'rimes-
Claiin for times adjustnicnt, ......
j 1; 4.16.j'5,'5. 1 3,
6.3;2 ' 9.4. 9.5. 9.11.
11).2i 10.51 12.1.
...............13.9, 13-13, 1314;,147,
ljA, 15.5
Contrauril'tirric limit cts j..t
:I:::Iz: i - 123
Delays.beyond CONTRACTOWt
cotetrol-.,, ..............................................12.3
Delays beyond PWNER!s and
, �
CONTRACTORs C(kltiot.ql
Notification of surctv
1 -:617.! . I
10.5
Scope of change ...... I .................
".t10,3=10.4
.Change Orders—
Acceptance ofDafactive Work. -----------------.-
MI 3
AmendingContract Documents ...............
Cash Alloivsnces .................... I ..............
.......
Change ofIContract- .Price .................._.................I
I
ChanLe of Contract Times,.....,,
................. ...... :., 12'
Changes irithe-Work, ......
CQ1\FTRACT0R!s fee .........................................
LL 6
Cost of the Work ..................................1
1 IIA-11.7
Cost' Records -,-.... ....
... t:;;,:TjL7
definition bf ........... . ......... 1-1 ...............
... - --- :1.9
erne genies
6.23
ENGINEERs responsibility.. .....
9.8. 10.4. 11.1 12.1
6zccdtirm of .....................................................10.4
Indernhifictiorl ......................... (,. 12,'6.161, 6.31--6.33.
insurance, Bon&ind ...................
5-10; i-13, 10z5
OWNER may -term inaIc ..............................
15.2-15.4
04VN4FRs Responsibilit.y-. - .............
I -A
Physical Conditions-;
Subsurfaceand, .... ........ ........
................. .4:2.
Underground Facilities ...............
: ............. 312,
Record Documents....
Scope of Changez ............. .......
10.3-10.4
Substitutes ..... ........
:I: ... 6.7.3; 6-8-1-
Unit price Work...............................................
L f.9
value of Work, covered by: ...................
; ........... ; 11.3
Changes in the Worl................... ; ...........
... jo
Notification of sinew
..... 10.5
NN bkVERs and CONT*i�i�i&ks
. responsibilities ............................__..._........10.4
;Right to an adjustment ...............
710.2'
Scope of change ..................................
. ...
.agairist CON-rRAcr6R ............
....... ......... 6.16
against E140r.NMER
against OWNER , ... ; .................
........ 6-32
Change of Contract Price..._ ...................
9,4. 11.
Change of Ccritract Times .........................9.4,
12.1
9.4. 9:5'9.11, 10.2.
.........................11,2 11.9.
12A, 119 14 S,
I 5. 1, 1 5. 5z 17.3
CONTPACTOR's Fee.. ... ................................. :1 V.6
Aitic[6 or paragraph
Number
CONTP-ACTOR!s liability- ......... i.4, 6. 1 -2 6,16, 6.31
Cost of the, Work
11.4; 1 1.5r
Decisions -on Disputes...............................9.11,
9.12,
Dispute Rcsoluticir ............ ........
............. 16.1
Dispute Resolution Agreement;
........16:1--16..6
ENTGNEER as initial
9.11
Lump Sum Pricing..., ...
1.3.2
Notice of- ...................
OWNER'S....... 9.4, 9.j; 9.1 ].1
U.2' 11.21 11,9
w.-.1-12J. 13.9. I3A3. 13.14. 17:3
OWNERS Rs liability, ......
5:1
OWNER may refuse to make-payment„
..............14.7
Professional Fees and Court Costs
.Included.---`
Inclucled, ------------ ------- --------
........ 17.5
request for farnial decision 6r,i...;: ...
; ............. 9-11
Subsiinit5 it6ms. .......... I .......... .1, .......
I ............ 6.7-1.2
Time; Extension.....__ ..... ........ ......
. ........... ... 12, 1
Time requirements.,,...,,., ....... I ...... 7 ............
9.11, [--.1
Unit Price
143
Valucof
J. 1.3
W:iivcr of -?on Final.Payment, .... ; ..........
14.14.415
Work
10, 2'
written notice reqiGed..,
11.2, t1l
Clarifications, and Interpretations ............
3.6.3. 9.4', 9.11
Clean Site ...... ...... ................. .......
.... ..... 6.17
:11*
Codes 61"PecianiaitSucacty, Organization
or Association
3.3
Com mcricement of C6nirici'Times
2:1
Communications—
gencTril ....::.:..:.::..::I:.;:...........:..;;:...;.,
Haiard Communication
Completion --
Final Application for Playmerij., ........................
14.12'
Final Inspection.,--,
14.11
Final Payment and Acceptance_,-......___..
Partial Utilization., ..........................................
J4110
Substantial Completion......................1.38,
14.8-14.9
Waiver of Claims ;.. ... ...................
: ..... j 4.15
Compittation of Tihics ....
17: 11 -1 7'2.
Concerning Subc.ontractors, Supplias
and Otliers ... ......
j5;3-6.11
Conferences -
initially acceptable schedules� ....
preconstruction..................................................2.8,
Conflict. Error, Ambiguity, Discrepancy-
CONTRAC-1-OR to Report.---,.
:=J; 3.3. 2
Construction. before starting by
CONTPACTOR. ...... ....................................
15-2:7
Construction Machinery, Equipment, etc„
................ A
Continuing the Work,,..,, „ . . .. .........
. 6.29, 10.4
.
C6ntriict-Docurnents-
Amending.........................................................
Bonds.........................................
51
rJCI)C GUNLRAL CONDITIONS 191018 (1990 EDITION)
wl CITY OF FORT COLLINS MODIFICATIONS (REV 919V)
Cash Allowances..............................................11.8,
:6uticic or Paragraph
Number
Change of Contract Price....................................'I
I
�Changc,of Contract Times
1.7
Changes in the Work ........ ........................
10.4-10.3
check and verify........._ ........ : ............... ;- ...........
15
Clarifictitions"and
Interpr6tations....-., :-.;-.-2.! 3.6, 9:4, 9. 1 t
oefiniiloft of ...... ..... ..............
I ------ 1;10.
FNGR*ER as initial intgfrcter of_,,,,,
�-.
. ....... 9-11
ENGINEER as 0WMFR`s,re0rescntat;ve
I
gencra13
Intent
1-3.4
minor variations in the Work ...... ..........
bWkwWs responsibility to furnish dat a ........
8.3
OWNFRs responsibility to maW
prompt1payment ... _ ......................
prcceden6� ...... I ........... - ...... . ..................
3-13
Record Documents
-19
Reference to Standards and SpecificatFons
of Technical Socictics .......... ........ ...........
1. 3.3
:
Related Work ................................
.. J:2
Reporting and Resolving Disdap-incies-, ......
2.5, 33
Reuse of ... ; : .
isuppiementing ..................................................
�,6
Termination of ENGF\E-ER!s Employment
_ U
Unit Nice Work."
- .....11.9
variations ...................... 3.6,
...........................................3.6,
... * ..............
6:23,6�27
visiis.lo Site, HNIGINFER's
Contract Price-
ujjusunenL of... ........... :35. 1.1. 9A,,10.3,
1 L2-113
Change of,.:
on Disputes;,,,,,,;,;,,,,,, q ......
definition of
contract Times -
adjustment of �5' 4,1.:9.4, 103, 12:
� _ .......... �3�
Change of.: ................................. ............
12:1-12:4
Commencemenl.af ......................... . .........
........ 2.3
definition oC:, ...... ; ................. .............. : ...........
:1. 12
CONTRACTOR-
Acceptance of Insurance-,,,,,,,,..-„_--.-___,.-_._.--_
5.14
.
Communications;,.,.,,,,.6.9�2'
.j
...
Continue Work, .................. _ ....... ...... �29� lb.4
coordinati6n and scheduling ...
definition or ........ ............... ... : ........................
1.13
Limiled Reliance: on Technical
bata Xuthoriud
May Stop WorL.or-Te-rm" ......
1i.5
pro6de sit& a6usn to others., ........... ; ...........
7. -1� 13,2
Safety and Protection ................... 4.3. 1,1 6A 6, 6. IS,
.......... ........................... 6.11-6 23i
7.2. 13.
Shop Drawing and Simple Relviciv
Priorto Submittal,,,,,,,,,,,,, ...............
6Z
M1
Srop,Worlc requirements ............... 7- ............ ... 4.5;2
CONMRAcrows
ikrticlepr Pari!graph
Number
Umpensation
.............. .............
De crivv Work ......................... 90.13.1t}13.14
Diuity*tu correct dejeetive Work ................ ; ..........
1111
Duty to R00rtm-
Changes:in the Work caused by
Emerg .
* cncy ........................ ........
§ ,23
Defects in-Work.of Others,,,,,,,,,,,;;,,,,,,;,,
,,,, , ,, :7.3
Differing conditions......_.._..,.::.--
4.2.3
Discrepancy in Documents,-_-2.5, 33-2.
6.14.2
Underground Facilities not indicated ...........
4.3.2
Emergencies..:.
' - ..; .. -i: - .........
... 0.23
Fquipment.and Niachincry Rental. Cost
of the Work.._, ... I .... I ... ; ... NO ... ". M... I
1144.53
Fee-Co-st PILL% ' ......................... 11-4.5!6, 11-5.1.
11.6
General Warranty and Guarantee ..., ....................
6.30
Huard Communication Proarams, .......................
0.222
Indemnification.....,.,, ---------- 6-16; 6-31-6.33
I.nspection of the Wort;,,,,.,,.,, ...... ......
73, 13.4
Labor, i'vrateiials and Fquipin'en't ...............
; .... :fi. 3;6..5
Liws and Regulations, Compliance iance hy.. , ..........
6.14j:
Liability Iris6riance..
5.4
NoLict of Intent,to Appeal ...................
9:10. LO.4
obligation t o perform and complete
I
the.Work, ................................ ..................
0.30
patent Fees and Roya'14cs, paid fo r .by ..................
G,12
Nrl'ormanec and Oth.cr Bonds .............. ...............
3: 1
Permits, obtained and paid fbr-bv........ ...............
0.13
Progress ... 2.6. 2.8;
2.9. 6.6,
.................... 10.4,
15,2.1
Request for formal decision6n clisputes.,- ....
... -9j I
Responsibilities -
Changes in the Work
Conceirning Sd'bc'onLracta:rs. Suppliers
and Other!;.....,
6. 8-6. 1.1
Continuing the Work,
10.4
CONZ71ZACTOR'se.xpansc ....... ..............
6.7.1
CONZTRACTORs General Warranty
and Guarantee ............ ...... ...................
6.30
CONTRACTORS review prior to Shop
. Dmwing or Sample submittal...,..:„.....
.25
Coordination
Emergencies,,.,,,,,,,, cs
6.23
FNGTNEERS Subg4i'tutes
or 'Or-Equalm Items.,........_
For. Acts.and Qmissions.
of Others 6,9-1-6.9-2, 9-13
for deductible amounts,insurance ...................5.9
general ..... ... :: ...... : ...... :..: .... t ..... :. b, -7.2,33,
8.9
Ifazardows Communication Program*-
...... 6.22
Indemnification,,,.,,,, ,. .........
& 31 -6.33
E1CDCGENM\LCOND1TtONS 191U-S41490FD1110M
%vt6TY. OF FORT COWNNMODTFIC: TIONS (.Rr.v,);9.))
Labor,,Materials and Equipment,,,,,,,,,,,,; 6.3-6.5-
Laws and Regulations.._:::.;::,:.:..,,, .. 6.14
Liability Lnsurarici,, ........ ............ _%-___5.4
Article or Paraeri pli
Nu;nba
Notice of variation from Contract
, Documents ............... . ..........................
15:27
Patent Fees and Royalties...........................:¢.12
13
Progress Schedule_,., ..... .......................
:-.j6,6
Record DocUrnents:
• iclated Work perfoirmed priorto
ENGINEERS approval of required
subm itt als :_ - -
-:.; 15.98
safe structurA, loading .................................6.18
Safety and Protection .................... ri.21, 7:2, 132,
Safety Represcruati ............
S.Lheduling the Work;; ............... M ................
6,92
*Shop Drawings and Samples ....................
6.-74.
Shop Drawings and SHmplcs Review
by ENTqLNEER
6.1
Site CleanUness, -----
6.17
Submittal Procedures ..... ......... ......
* ....... Cx2:1
Substitute Construction Methods
and Procedures 1
1.6.1.2
Substitutes -and 2'0r-Cqual" Items .................
6� 7.1
Superintendency-., ............................ ............
6,2
Supervision ..................................... .......
Survival or 661 igit ions ................................6.34
Taxis..................................... I .....................
6. 15
Tcsis.aftd rnspectlidns. ..............................
ToReport ...................... ...............................
:..-13-5
2.5-
Use of Prernises--, ...... 165-6. 18; 6.30.14
Review Prior to Shop Drai%qng or
Submittal,,;,,,,,,,,,,,,,;,,,,, . I .............
Right to ndjustinent for changes in the Work ..... 10.2
Right
fight to cla;m, ......... .. 4, -7.1, 9.4, 9.5, 931,
[0.-2,11. 2
. 9, . 121. -13.9. 14.8. 15:1.
15:5: 17.3
Safety and Protection * .................. 6.20-6.22.
7:1 112
Safety Representative ............................ ; ...........
521
Shop Drawings and Samples Submittals ...
:6.24.=6.28
Special Consultants.: ............. I ...... :; ..............
_ 11.4:4
Substitute Construction Methods and Procedures
Substitutes and 'Or -Equal" Items_
.Expense:................................I. -...... 6.7,1.
6.7.2
Subcontractor%. Suppliers and Othenj... w-..6.8-6-11
Supervision and 5upeirinicridence ........... 6, 1
; 6-1 6.2 i
Taxes. Payment by ................ .................
0. 15
Use of Premises ................................. ...-
6.16-6.18
Warranties and -guarantees _., ............. ;__16.5;
6.30
Warranty of'fide
143
Written -Notiec Required--
17ONTRACTOR stop Work or term 15.5
Reports of Differing Subsurface
.and Physical Conditions ........................42.3
Substantial Completion ................................14.3
viii
CONTRACTORS--other7
Contractual Liability[nsur'ancc__ ------------------- 10,
Contractual time Limits.. ........ __1 ............ .............. 12.2
Article or Paragraph
Number
Coordination -
CON YFLACTORs responsibility ......................
1-0;9.2
Copies of Documents .......................... .....................
2: 2
Correction
12:
Correction. Removal or Acceptance
of Defective W6-rk=.
in general ................................... I0:4.1,
13.10-13.14
Acceptance of E�efective Wurk ................
1.3,
Correction or Removal of
Defective Work .................................6.30,
11,11
Correctibri, Period
OWNERKlay Co�rrect Defectiwe Work .............
13.14
O%VNFR May Stop Work .......
........ 131 10
C os L w.-
ourests and [rispections ......._ .............................VIA
Reccirds 11:7
Cost ofthe"WorL-
Bonds and insurance, additional,,,,,,,,,,,,,,,,,,,)
1:415.9
Cash Discount,.! ........ ............... .......
.... 11,4.2
CON'TRAG[OR's
......
Employee Expenses .. .....................
__1 1.4:5; 1
Exclusions
1 E5
Gencraill.4-11:5
Heine Office ftfid overhead expense* ....................1
Losses and'dam iges .....................................1
L4-5:6
Materials and equipment.......... I .....................
1142
Minor expenses, ..........................................11.4.5.8
Payroll costs on changes-..,....:_ - I.; ---
11.4.1
performed by S6Lc&ntract(5rs._,-.._-,,-, ......
1.43
Records 11,7
Rentals o(construction equipment
and
Royiilty payments; permits and
liccnsefxs ........ * ... ... ** .... * ............ * .
......
Site office. and temporary fncilitie$, ...............
j 1.4.51,
Special Consultants, 4 CONTRACTOR's. . ...........
11. 44
'Supplemental ......... .......
'faxes related to the Work ........ ......... . .........
1.1.4.5.4
Tests and ln5pcytion ........ .................................
13A
Trade Discounts
11.4.2
Utilities; Fuel and &qrutary fficilifie,�,_, ..........
11.4:5.7
Work!allcr regular hours.................................11.4.1
Covering Work ........*.... .. *** .. .........j
3.6-13.7
Cumulative Remedies,......:__..................
Cutting, fitting and patching .......
7.2
Data,. to be ftirnished by OWNER ..............................
&3
Day;-d5linition of ......... ....................
17. 12
Decisions on Disputes--.,..- ...........................
9.11,9.12
difecrive-definition of..__..._ ....... : ----------------------
_ 1.14
dejective %VorL--
Acccpiunce of, ....... ........ ....................
10.4.1. 13.13
E:JCDC OLNLRAL CONDITIONS IONS 91a_3r,,99(, EDITION)
W/ crry OF FORT COI.I.Q.;SMODIFICAT.IONS (REV9 . 199 . )
Cormctibri-or Removal of _.JO_4_l_13;I 1
Correction Pchod—
in nerial g __,
ge ............... ....... 12, 14:7, 14.11
Article or Paragraph
Number
Observati6n,by FLNIMN-FER ...................
OWNERMayStop Work,,,,,,,,,, ...........
li.10
-Prompt Nodes ofl)efects. ......... .................
...... 13; 1
6
Uncovdring the ,Fork :., .......... .......
Nfinitions ........
Delays ...
....... ........ I ............... 6,29 l2i3-12.4
Delivery of Bonds,;,.... - ......... 7 ... .....
Delivery of certificates'of insurance,,,.___
.Determinations for Unit Prices
9.10
Differing Sulxaufbce or Physical Conditions —
Notice of.___ .... _ ..... ; ....... ......... ....... __
--- __4.2.3
ENGMEER!s Review......,:,...; ................
Possible Contract Documents Change,
4-2,5'
Possible Price:and Times Adjustments ..............4.
16
Discrepancies -Reporting
and Resolving .......... 15. 4:12: 6,14.2'
Dispute Resolution—
Agreancnk;,I: .............. ..................
J 6.1-16.6
Arbitration
16.1-165
gcricral 16
Mediation .........................................................
-6
110.
Dispute Resolution Agreement... ...... .............
t6.146:6,
Disputes, Decisions byEIVGYINEER,.,.7 ...............
9.11-9,12
Documents--
Copics of„_ .............. ..................
1,2
Record& 0
Reuse of,,;.. ........
Drawings--def"Linition.6f., ......
15
Easements............ _...; ..........................
41
Effective date of Agreement — definition of ..........
_)', 16
Emergencies:.. .............. ........ -------
-----
ENGINEER —
as initial interpreter on disputes;,,,,-
9. 1 t_9 12
definition.of .................... ................. . ..............
1.17
Limitations on authority and iQsP`onsibilitie.s,..,.,9.l3
Replacement .................. i .......... ..
....
Resident Project Reorescritative
-.9;3
-
ENI'Na Rs Coosa tian E -- defin it i o*'n*'O:....:.............Lis....*..........
ENGNEER's,
n
authorityandresponsibility limitatio sbn.,,.
9 i 13.
Autho6zed Variations in the Work....................9.S
Change.Orders, responsibility Ry ....... 9.7,
10, It. 12.
Clarifications and (riterfirctations ...............
3.6.3, 9.4
Decisions on Disputes;,-
9.11-9.12
-dejtefive Work, notice of .................... ............
J-3.1
Evaluation of Substitute Items... .......................
fi, 73
Liability........................ ........... ..............
6. 3 2, 9, 12'
Notice Work is Acceptable
------- 14.13
.ObserIvations ................. ..........................
6.30.' 9.2
0WOER's k0presentative ...... I ............ ...... : ....... .91
Payments to the CONTRACTOR,
Responsibilityfor.,:..:::...._.:.:........... I ....... 9_9.1.4
R&bmmendatim of Payment..,..,,-.,,-,,-, .... 14.4, 1413
Article or Paragraph
Nunibcr
Responsibilities --Limitations on .................
9-119;13
Reyiew,uf Reports on Differing Subsurface
and Physical Conditions
"A-2:4
Shoo Drawings and Samp!es, review
responsibj .......... I ...... 1 .......
I ........... 6� 56
Status During Ccnstrudion
uuthorii6d variations in the Work._,_,..
,_9.5
Clarifications and lhterpretatiq",,._,,
Decisions.on Disputes,,.-,,,,,..
...... y.1 1,9.12_
Determinations on Unit Price ............
to
ENGINEER as IrtitiaLln'terpreter
;.9.11-9.11-
FtqGQ'EER!s* Re.sponsihilitiLs ............
..9.14i2
Limitations on ENG N1EFW,i Authority
and Responsibilities,,.,.., ..
............. .-9.13
OWNIMRs. Representative ..................
..
Project Rcpresentatiye.___; ......
...... 9.3
kcjcctingDefacii;v Work ..................
........... 9.6
Shop Drawings, Change Orders
and
Visits to
Unit Price determinations s�
9.16
Visits to Site
Written consent .require q
9.1
Equipment, Labor, Materials and, .....................
...¢3-6.3
Equipment rental, Cost of the Work,,, ,,,,,,,,,,,,,,,,I
I A5,3
Equivalent Materials and Equil5ment .................
; ....... 03
error or = issions_:
Evidence of Financial
Explorations ofphysical conditions .... ; ...................
2 1
Fee, CONTRACTOR•s--Costs Plus;..........................
11,6
Field Order --
definition of
issued by ENGINEER .............................
3-6.1. 9.5
Final Application for -Payment;,,,,,...! ..................
V)
Final [nspecuor!_,.,., ...... .......
:_14
14.11
Final 'Payiricnt—
c and A ceptance.-.......
1:4,13-14,14,
Prior to: for cash allminecs
tES
-GcnLTal Provisions........._....._ ............ . .........
17.3-17'4
General Requirements —
definition of
,principal references to ............... 2.6, 6A
6.6-6:7, 6.24
G iv ing Notice ------ ; ...........
;� __ JU
of Work=by CONTRACTOR ...
fi.O J4.1
.Guarantee
Hazard Communication Pro rams
[Tizardous Waste.--.
definition of
general._ 7 ------- ...... .......
OWNEP's responsibility for ............ I ...................
9,10
UCOC. Gr,,,,st,QL CONDI nONS 19103ilv% EOMON)
%V,'d1T OF FORT t.REV91991
Indemnification .............. ....... 6...12
6.l6_;Mit6.33
Initially 'AcccptiMc Schdulds--l-
...... ......... F___119
Inspection—
Certificrnes......
9- 1 3A. 13.5, 14.12
Final.............................................................
14.1.1
Afticle of Pitr agiaph
Number
'Special; requirFd byLNGINEER ......................... 9.6
Tests and ........ ;::_7, 13.3-13,4
-Insurance--
Acceptance of, by OWNIER --- ............. ..............
S.14
Additional. required by changes
in die Work
Before starting &-Woric .........
... ....... 2.7
Bonds and --in general
- I .............. .......................
-
Cancellation Provisions ...... ............ :..._ ........
Certificates of ....... ------------ 13, 5, 5:3, 3Aa1.
5.4.13,
....... Jfi.5. 528,.5,14, 9.13:4,,
14,12
aompleied operations ...................................
_..5.4,13
CONTRACTORS Liabiliiyi ......... ...... . ............
_5-4
C61,1TRACTORs objcctiu n to covers
Contractual Liability_ -_---------------
5A. 101
deductible amounts, COi\'Tp--\c,rOR!s
responsibility ................................... ;..:
....... 1.5:9
Final Application for Payment,,,,,,,,,,,,,,,,,;._
, 14.12
Licensed Insurers .......... _ ... ; ........
_J.3
Notice requirements. material changes ........
5a9, 10.5
Option to Replace....._......_....._........................5.
[4
tither special insurances ........ .......
e ............
3.10
a.. �
OWNER as fiduciary for insureds ..............
5.12-5. 13
OWNEWs Lifibility ..................... ..................
OW��TFV(Ks RLsponsibili...................... I .........
%A.5-
Partial Utilization, Property Insurance ....
.... 5 15
propertyv.:, ... -:,--k1 ............. zA.M..5_6-5.
10.
Receipt and Application of Insurance
Proceeds : ................................. ........
i. I " 2-3. 13
Special Insurance: ... .............
5.10
Waiver of Rights,--:,..........
5: I I
Intent of Contract Documents-,_-,,„ ........... : ...........
3.1-3.4
Interpretations and Clarificatirin.s., ......................
3.6.319.41
InVeStigm6ons of physical-conditionp ....................
.... 4,2-
Labor. 'Mzreeials and Equipment . .......
q,3.6J
Lands --
and Easements..:..:.._ .........................................
Availability. of.....'-,--'- ...........................
4. I. 3.4
Reports and Tests...- . .................. ___ ........
f.J.4
.Laws and Regulations, --Laws or Regulations—
Bonds ........... .......
5.1-5.2
Changes in the ...........
Contract ax:uments__;,.,,
CCXWRACTMs Responsibilities ....................
6.14
Correction Period. defecwve Work ....................
j3.12
Cost of the Work, taxes:.... ............ ..........
11,4:5;4
Mini:tibn Of ..............
general6.14
Indemnification ........................................
6.31-6.33
(nsurince 5i3'
Precedence .3.3. 1
Rcfercncc to ...... ......... __ i1l
Safety and Protect ion .....6.20, 13:2
Subcontractors, Suppliers Hnd.Otheq ........... 6.8-6. 11
Article or Paragraph
Number
Tiests,and Inspections ...... .............................
13:i
Use of Preto ises. ....... ......
1.6-16
Visits to Site.
q.2
Liability fnsurnnc6--.
5.4
OWNERs
1:5,
Licensed Sureties and Insurers:_ ............................
7 5.3
Liens—
Application for Progress Payment .......................
14.2,
0 .
CONTP-AcTows Warranty [Tid,.'_
.1
14.4.
Final Applimition.for. Paytrient, .... ;.: ...... ...
%A4.12
definitionrOf
. ............... 11 ...... .............
1.23
Waiver oCGlaims:.:.._
14.15
Limitations an ENGINEERs authority and
responsibilities -------
Limited Reliance by CONTRACTOR
Authorized ..........................................
.... 4.2; 2
Maintenance and Operating Manuals --
Final Application for Payment._,., ...... 7_., ......
t 4.1-2.
Manuals (Uf'o*rs)--
Precedence
Mcrencu to'in Contract McumcnLj ....... .........
.�.3; 1
LMaterials and equipment --
furnished by aprl-R-AcTop ...............................
63
.not incorporated in "fork ...................................143,
.Materials or equiomentw-cquivaltnt I ... I ........
Mediation (Optional),, ....
167
Milestones --definition of.; .... ......................
1 ;24*
Miscellaneous-
C o ffioutatioh of'rimes ..... .................. ...........
17:2
'
CumulativeRemedies
- . 1 .......... I ............ 7 .........
.
- 174
-
Giving Notice, .................. : ........................
17'A
INTatice"0170"11m.;
17.3'
Professional Fees and Court Costs Included .......
;J 7.5
M1 ulti-prime contracts,--:-. ; ..........
....... j7
Not Shown or Indicated ......................................
43.2
Notice or--.
Acceptability of Project.,-__.__ ..........................
14:13
Award. definition of
lay...... . .....
Claim. ................. ...... ...................................
1.7'3
Defects,13.1
Differing Subsurfacc.or Physical 'Conditions,,
.... 4.23
Giving .': ......
1.7. 1
Tests and Inspections... I ....................................
Variation, Shop Drawing and,Sampie. ................U:_17
Notice to Proceed -
definition 6f ......... I .......... I ...... la6,
givingof .... I ..................... ........ ............... 2..3
EJCVC GISNEICAL CON'DiTIONS 1910-3 (1990,EDITION
wl 0TY OF FORT COLLINSMODIFICA TIONS nZEV VP))
Notification to Surety ..............................................I65.
Obscrvationf, by
Occupancy of the .Work .................
14:10
913
Open Peril pgli&y form, Insurance .........................
5: 6. 2-
Option to Repla&a............. : ............
.............. ..........
,articl cc or Paragraph
Number.
,".Or.Equal" Items ......................................................5.7
Other work.7
Overtime Work —prohibition of-_ --
6.3
OWNER—
Acceptarice of defactiv,.Wark. ..... ...................
(1.131.
.appoint an &G11NEER..'-1 .... 1. 1 .... I ...
I S. 2,'
as fiducaarv-;.
13-
Availability of*L*'a"nlr."h'i�*responsibility,..................
j I
'definition of'.._ ............... ........... ...........
:J.27
data, furnish_. ......... __:_ ..........
........ ly-3
tMiy Correct Defective Work,, ... ; ...........
Mat' rcftise to niaki payment pay
. .............................
14.7;
�%-fay Stop the Work.,,,, ... ..........
1 3 ..IQ
May Suspend Work,
Term inite ......... 13,1U. 150--15.4
Paymcnt,makc prompt ..... ................ K3;14A,
14:13
pciformanue of other work,.:..,.:.,,-;;;,,,,,;;,,,,,,,,,,,,,,
70
permits and licenses, requirements,,,,,,,;.,_;,,;,,:
j%I 3
purchased insurance requirements__.,,,_„-,,.
5.6-51.16
OWNERS,-
Acceptance of the %Vork_ ................. ..........
w'.5
�1.30'1
Change Orders, obligation LeveRecutq., .........
5.6, 10.4
Communications'..............................I.._.............
S, I
Coordination of the W6rL':: ...... ............ .
.......... 7.4
Disputes; request for dccii;ion..;... ................
I I
Inspections, tests and approvals,,,,,,,.,,.
13.4'
-Liabilitv
Notice or w- ects..; ..... ; ........... ;.;- .............
...... J3.1
Represenwivc—During Construction;
9.1
Responsibilities—
A,sbestcs. PCBs, Petroleum[: Hazardous
o I
Waste r R adictictive Macerial ..................N.
10
.Change Orders,.......... ..... ;.: ..........
.
: .... 8.6�
Changes in the'Wbrk ......... .........
16.
communications
CONTR,kCTORs rcsponsibilitiezi: ...... _
I
......... :8.9
evidence of firimouial urrangent unt�; ---- ..........
SAI
inspections, tests and.approvalsa.,—,— ............
817
insurance'::
- ................................................
.lands and easements ....... ......... ...............
8:4
'prompt payment by ........ .......
�: ........
replacement of ENG IIER
_,$.2
reports and tests ............ .......................
....... 84
:stop or suspend Work ........ ......... 8:8, 1110:,
15,1
terminate CONTIR-M,TORs
.services,.--- ...- .............
15."
separate representative at site. . ............................
913
testing, indeperident: .. ........ . ... ...... ......... _ ... Ij.4
use or occupancy
of the Work .... 4 ........ I 5, 6:30.2A. 14.10
written consent or approval
required .................. ....................... '9 ... l. 63. IIA
EJCDC GrNERALGO-NDMON'S 1910-S ('1990 EDMON1
WdTV. OF FORT COI.I.IN`;M6DIFiCATIOXCS (TT-.VX9')j
CONTRACT DOCUMENTS TABLE OF CONTENTS
'
Section Pages
BID INFORMATION
00020 Notice Inviting Bids
00020-1 - 00020-2
00100 Instruction to Bidders
00100-1 - 00100-9
'
00300 Bid Form
00400 Supplements to Bid Forms
00300-1 - 00300-3
00400-1
00410 Bid Bond
00410-1 - 00410-2
00420 Statements of Bidders Qualifications
00420-1 - 00420-3
00430 Schedule of Major Subcontractors
00430-1
CONTRACT DOCUMENTS
'
00500 Agreement Forms
00500-1
00510 Notice of Award
00510-0
00520 Agreement
00520-1 - 00520-6
'
00530 Notice to Proceed
00530-1
00600 Bonds and Certificates
00600-1
00610 Performance Bond
00610-1 - 00610-2
00615 Payment Bond
00615-1 - 00615-2
00630 Certificate of Insurance
00630-1
'
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00635-1
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
SPECIFICATIONS
Article orParagraph
Num bcr
writt2n noticz required'=,_ ........ ..
-. Z 1. 9_4; 9.11.
I I:'-;
t l9: 1 1:7: I5
PCBs --
definition of _.__.
., ,-,._.1:29'
. general ............ .............. ...............:.....
4:5
...............
OWNER'S responsibility f�......................
Partial Utilization—
.definition Gi ....... ..:::.:.:..:....:.:::.:::
- :.;.: 1.23.
gencral6:30.1a, 14a0
Property Insurance-- ........................................
5, I-i
Paten tFees and Royalties ........................................
G IZ
Payment Bonds ........ -:._..................
.:.,.:.:.5•1-52
Ptyments; Recommendation of, ...........
_14A-143. 14.13
Payments to CONMACTOR imd Completion
—
Application for ProgressPtyments .....
.......... 4...... 14.2
CONCRACCOR's Warranty of Title_
...:..:......:_ 14.3
Final Application for Payment,,...;.........::..::....14.12
'Final inspection .......................................
.....:... 1.4.11
Final Payinent.and Acceptance..............„1.i.13-14.
f4
general.............:..:.....:...........:.:..:.:.......:...::.5'3:.
N
Partial Utilization,=,-_-...,,-..
Retainage...................................I......................142
Review of Applications for
F'rogrzssYayinents .::.:...::::.:.:.:.:..::
J4:-1=14.7
Prompt payment-= ........ .::::::........:..__..:.:::......:A.3
Schedule of Values .......................................
I ..... 1:4. t
'Substantial Completion.•..............................14.8-t4.9'
Waiver of Claims_..........................................
14.15
when payments duc................................
14,4 14.13
withholding payment ............. I.: ..............
..... -..... 14.7
Performance Bonds.......................................:....:5.1--.
Permits -:_ ::.::.::::.:....:........... ::.:.::...:..:....:.:::........
6a3
Petroleiitn-- -� �
� -
definition''of.::...........:_.... - -
- ,iy39
general............... . ........ .....................................
4,5
OWN-ER's responsibility for;,:.,,-,,,•,,,,,,,,,,;3.10'
Physical Conditions--
Drawings of, in or relating to„ .....................
a.2.12
F.NGINF.ER's review ......... :....:.......... :..:.....:......
4.2.4
..
eslStNg'SLNCLUfes-.-::_..::.:.:.::...::... ....... .:.:..:-:...;
i.2•2
generala 2.1?-..:-_:...........................
.....:............ ....
Notice of fering Subsurfacror, ..............:1.2.3
Dif
Possible. Contract Documents Change----------------2:5
.Possible Price and `Limes Adjustments ..........
:... 4.2.6
Reports and.Drawings............... .......................
4:3.1.
-Subsurface and........ ..._ ............... ----.............
4.2
Subsurface Conditions_ -,.. ......... .. ........
;• 2- I'. l
Technical Data, Limited Reliance by
CONTRACTOR Authorized....•...................l.'
2
Underground Facilities--
general.......................................... ..:...::..:
.:44.3
Not Sltown or Indicated-----_,,,...:.............4:3.2
Protection of.................................I.......4.3.
6.20
Article or Paragraph
Number -
Shown or Indicated - :.:::::.::.:.:..:.::::.:.:.......::::.:.:..::
Technical Data .................. .......................
.....: 3.2?,
Prcconstrucdon Con ferencg:.............__,_,,,,.,,,,.-__„.„2.3
Preliminary Matt&s.
Preliminary Schedules„ .... ..........•.......,2:6
Premises, Use. oC•..................................:.
6.1 ti-6. 18
Price, Change of Contract„ .................. I .........
............ t I
Price, Contract --definition of;:,:,,_::__1.......:.:.........
Llt
Progress Pmmienr, Applications
Proems Payment- rctainagq.....................--.........
14.2
Progress schedule, CONTRACTOWs:..... .....
:G; 2.5; 2.9,
........ ..:::.............. 66 629; I0.4. 153:1
Pro3ect-defmtuon of;, ., ..,,,.,.:
Project Reprzsentative--
ENGINEER's Status During Construction..: .......... 9:a
Project Representative, Resident dclin ition of _.,-;-.--1.33'
prompt payment by OWNER .... :....... ..:.:. ...::..:..:......
. .8:3
Property Insurance-
Additional:... _..................„
geners15.6=5.10
Partial Utilization--,_,„_-„_:-::.:---•.-_-,5.15..14.10.Z
receipt-and•aplilication of prmecds,_,,.,
...... 5;12-5;13
Protection: Stira[y and! ......:....... .:..
6:20.6 ^ 1 13i'='
Punch list :::...:.:.::.:..:...::.:.:..:.:.::_,:.
,,.:..: .I4.11
Radtoacttva X,latenal--
defintian of .....................................................
1,32
geoern14.5-
OWWFR's responsibility for: ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,;$.IQ
Recommendation of Payment,,,,,,,,14-4,
13.5;.14,13
R cord Documents:......_ ..........6:19,
14,12
.. . -
Records, procedures for.mamuttmng:...........
2.8.
Rcfcrener Points,,,,,,,,,;,,,,; ; ........
.............. .4:4
Reference to Standardsand.Specitieations.
of Technical: Sccietics;;,•...-_,,,;.,..,.,.,3:3
Regulations: Laws and(or).................. ...........
........ 6,14'
Rcjecti ng De1krive. Work ........................
.9.6�
Related Work --
alSite......:....:......:.....................................7.1-7.3'
Performed prior toShop Drawings
and Samples submittals review., ....
:.............0.28
Remedies, cumulative.,:,,,,,,;,,_.,:.:, ------ ,-___;.,:•17.4;
17:5
Removal or Correction of6e0ctiva•W6rk.
rental agreements, OWNER approval icqui
-cd..... 1 1.4.5.3,
replacement of ENGLNEER, by QWNER----------
,,,,,,,,,, 52
Rtiporting."it Resolving
Discrepancies.................................2.5,
3.32, 6,14:2
Reports —
and Drawing-%.......................::......................:9•'--'
and Tests, 0WINI B's responsibility ..............._,,.8.4
Resident and Project Representative--
Je t i n i t i o n, of.....................................................
1. 33
provision for............................................................93
Fii IiJC'UC GEVE(A CONUMONS1910-3(1990 FDITIO.f,)
wi CITY OF FOR'rCOLLINS MODIFICATIONS (REV 9r7))
I
P
I
I
I
I
I
I
I
I
I
I
U
I
I
I
Article or. Piragraph
Num her
Resident Syperintaident,
Responsibilities-
001NTR_-\CTMs-mi general ......................... 6
ENGLNEERs-in gencrat
Limitations on
9! 13
OWNFR!s-in general' :.
........
..ettiinage2
�.........
..................J4. I
Rcusc
Review by CONTRACTOR. Shop Drawings
and Sam ples Prior to Subm itta 1,
I .,t............:.......6
25'
R0 iew of Applications for
Progress Payments...........................
�.. 1 4.4w 14.7
Right to in adjustment, ............................
_�J0._2
,Rights of Way__ ----------- ........ ------
.................... 4.1
Royalties, Patent Feesand ... ......
........ ; ... 6J2
Safe structural Loadin .............................
.............. 6. IN
Safety. -
and Protection, .... ........
6.16. 6. 1.81
6.20-6.21.
7,2 13.2
general .......... :. ....... ...... ......
........ 0;20-6.23,
Representative; CONTRACTOR's.: .....................
()i21
Samples -
definition of ...
............... „3.34
general ..... ; ................................................
0.24-6.2S
Review by CONrTP_,%CTOR ...
..................6 .. 6. -5
Rcviciv by FNG
. HNIFFR� .............................
- .6.27
. �.2
related Work ...........
I ......... ... t5. 's
submittal of .. .. ... ....
6.241
,sybmittat procedures .... ........ ............
...... 25
hedule of progress
16,18-2:9. 6t6,
6 D. 10.4, 15,1 1
.2
Schedule of Shop Drawing4and Sample
Submi' .............................:.6,
Schedule of
2.8-2:9,14"1
Schedules-_.
Adherence to .........................
15:il
Adjusting...........................................................k.6
Chinge of Contract Times, ........
................. 10-4
Initially -Acceptable...., ....
1& 2.9
F.Ircliininary ......................... ...............................
2:6
Scopc of-Chanues, ......................................
10.3-10.4
Subsurface Conditions .........................................
9. 2. 1:1
Shop Dra%vings-
and Samples, general'... .............................
6.24-6--28
Change Orders & Application's for
payments, and ......
definition of
ENG l approval of. „ ,, ,...................
3.6.2
CNrGl-NTEERs re&ponMbility
for review..
_,.9, 7, 6.5r4-6.
ork
related W--
--------
28
review procedures................................
2.,N. 6.24-6:28
Article or.Paragraph
,Number
submittal required..................................... ..........
6.24'1
Submittal Procedures
6.25
,use to, approve. substautionn_ ............. ..........
_-67.3
Shown or Indicated ........................... ...................
Site Access __ ........................... ......................
7:2, 13.2
Site Cleanliness ........................................
6.17..
Site, Visits to-
by MNGINCER_ ...
13.2
byothers . ....... __ ...... ............ .................
13,2
.special causes of loss",policy form,
in suramr
definition
L36
Sbeciftitations-
defination of,
:1.36
.ourcchnical.SociLtics, reference to
...... 3.3,1
precedence .... ; .......... ;; ......... ;; ....... ..............
Standards arid Specifications
of Tcchriical Societies .................................
..
�3,3
Starting Construction, Before, ... ......
.........
Starting the Work -- - -- ---------- --
'15-2.S
Stop or Suspend Work -
_
by CONTRAC"I'OR ............
15.3
Storaue.qf materials and .equipment,,,,,,,,,,,,,,,;;,;,,
4.1, 7.2.
Structural Loading, SafeCy........................................6A
8
Subcontractor -
Con corning ............... ................... .............
6.8-6.11
d�fuution o(.,,.
1,37
ciclivs
... ............................. _...,....I.....................
1 2.3.
waiver of rights ........... ....................................
6, I I
SobLmtractorsm uencral', .
6.8-6. 11
Subcontracts- required provisions .___5;II, 6.11,
11-4.3,
Subm ittals"
Applications for Payment� .................................
14.2
M:pnrcnanci, And Opciition'Manuals ...... ........
14."12
Procedura..s ............. ............ ........
15
Progress Schedules ., ....................................
2.6. 2.9
Samples ..... : ........ ........... ............... .........
-6 9
0.24- .2
Schedule ofValuLz ........... ..................q
4
.. tj 4j'
Schedule ofShop Drawings and'Sampl6s
Submissions ....................................... 216,
2.8-2.9
Shoo Drawings ........................... .............
6.24628
SubstantialCompletion-
14,8-14.9
-dofmition of.
-Substitute Construciion Methods c I r Procedures.,;,.;, I
6; 7.2
Sulistitutes and "or Equal' Items,_ ...... .............
6.7
CONTRACTOR'S Expense_:
;.0. 7.1.3
ENGINFER's Fvalution ..................
6.7.3
"Or-Equal".................. ......... ............
6.7. 1:1
.
Substhic, Construction'.Mcthods
iixmc cirN sLALcoNq)n'ibtis 1910-8 i1490 EDITION1
Wi CITY OF FORT 001JJNSMODIFIGATIONS (Ar.V9MI
I
Article or Paragraph
Numbxr
or Pe6cedutes.......
7.2
Substitute Items
6.7.1.2
Suhs-iirfhce'and Physical Conditions--
. Drawings of. in or rclstnig to ..............
.......... 4�2.1-2
ENGIINEER's Review -
............................
; .......... 4,14
general ... ; ........... : .1 .... ...... .: .........
Limited Reliance by CONTRACTOR
Auth6rizcd ........... I ...................
Notice of Differing Subsurface or
Physical Conditions ............... .... I_ ......
7___.4.2.3
PhysiLal Conditions;,._ ...............
Possible Contract Doctaments Cham,q ...............
:1.2.5
Possible Price anddtimes Adjustments ...............
4.2.6.
Rcpot s and Drawings ............ ................
_ 14.2. 1
Subsurface and ' ... ..... : ... ;M ... ; .... ; ............
; ... Al2
Subsurface Conditions at die Site.
....4.2.1.1
TechnicaLDafs ............... ..... . .......................
_ 4.2.2
Supervision --
CM RACTORs responsibility
I
OWNER shall not.supervise; . ....................
.......... 8'9'
ENG MLER shall not supervise,,;;,,,,,,,,,;,,
9.'? 9,112
Superinfendenc.e .... .......
Superintendent, CONITRACTORs resident .............
1.6.2
Supplemental costs. ............... ...........................
I t.4.5
Supplementary Conditions--
definiti6n of.............................. .....
............1.39
principal references to ................. 1,10, 1,18,
2.2,17;.
.............. .... +2'z 4-3. 5- 1: 53,
3:4, 5.6754'
............... 6.13i 7.4, 8.11.
9.3-9. t 0
Suppfier—
definition of
principal references tq ........... 3.7, 6. 5, 6.3-6.11;
6.26;
....... ............ : !
14.12
Waiver of Riahts ........ ... .... ----------
qurety—
consent to final payment .......................
J4.12, 1.4.14
ENGrNTFER has no duty to .............................9.13
Notification : :_ :10.1,
qualificadoii o(......... . ......... .......... I ...........
5, 1 -5. 3
Survival of Obligsticns: ..........................................63a
Suspend Work. OWNER -May .......................
J13.10.,15.1
SuspeRsion of Work and Termination-_„-
, ...... !_J5
CO,NTRACTOR: N[ity Stop W6rk
or Term inate„.,-,,,,__.........._ate
............. 15.5
OWNER&Iay Suspend Work ........ ;,; ........
5.1
OW NERMay Term .........
Taxes--lisymefit by CONvTRACMIZ .........................
6.13
Technical Data--
Lim ifed Rclianw by CONTRACTOR . .................
�1'2'2
Possible Pri".and ThifFs A0justments.__,
...... L6.
Reports of Differin&Subsurface and
Physical Conditions, ............ ................
4.2.3
.�fv
Temporary construction, facilities 4: 1
.......... 17 ......... 7
Artick or Paragraph
Nuin tier
Term oration -
by CONTRACTOR ...............
... .... .... 15.3o
by OWNER.........................................
9:8: 15.1-15.4'
of ENGINEER!s emolo�rraeni
.....................
Suspension of Work-in general ! ............................
115.
Terms add Adjectivq.,
Tests ind"Itpec'loas.7
Acce ss the Work, by others.,_._..._
13.2
I
COYMACTOR's responsibilities,.,.,,,,,,_,,,,,,,.„
13.5
cost of d4
covering Work pri or to ........
... :13-6-117
;
Laws and Regulations(or) .......................
...... 0.5
Notice .of.Defects
13.1
OWNER May. Stop Work
13,1 (1
OWLNEWs ind.apend
, crit,testing ....
......... ;..; 13.4'
special, requiied by ENIGHMEER ...................I......9.6
timely notice required.._.........11.......
................ 13.4.
Uncovering the Work. at ENGNT- ERs-
Times_
Adjusting; ...................... ...........
......... :...; ... 0:6
Change of Contract.. -----------
Computation of.,, ..................
;.,:_._17:2
Contract Time"efitnition o.(, ,,,,,..
....,1.12
day............ ...............................
.......
Milcstunesl.........................................................
12'
Requirements.-
appeals,........_1 ...... ..................
....... 9.1(), 16
clarifications,
claims and disputes
CommOcanaht of Contract
[-'reconstruction C6nfcrcncq%..,
....................... 13;
schedules.........................................16,
2.9, 6.6
Starting.tho Work
2.4
Title, Warranty of...;- ------
Uncovering Work ......... : .....................
: ...........
o .
Undergrund Fficilities, Physical Conditions —
definition of -I ... ........... o ........................
1. 41
N N oi.Shown or Indicated----,-_:,:....:._
........ 4.3,2
piatcetion of� ....... ...........
4- , 6;2(
Shown or Indicates,,,,,,,,,,,,,,,,,,;,,,,,,,,,,,,
, ,,,4.11
Unit Price Work —
claims.
1 9: . 3
definition of,,
1. 42'
generall 1.9. 14. 1, _14.5
Unit Prices—
gencraill.3.1
Determination for
g:l()
............ 11
Use of Premises ............. ................. ,6.16,
6.18, 6.30.14
Utility.owneri ...... ...... ....... ?j.l3;,6.20,7.l-7.3'
13:2
(3657,ation, Partial__I� .... _L23,5.15,
6.30.14. 14.10
Value of the Work
11.3
Values. Schedule 0 ...... ......................
16; 18-2.9. 14.1
LJCM GENERAL CONDMONS 1910.3 if 990 Ei:irnixo
wl CITY OF FOR rMLLINSMOMMATTONS MEV9199)
Viriationsin Work —Minor
- Authorized, .......
Artic1c.or Paiagraph
Nituril ber
Visits,to Site —by E N-GENE-E R .......................
........ 9:2'
Waiver of-Clairris--an Final Payment
Waiver of Rights by insured parties ............
...... 11 1,6.11
Warranty ancFdua'r'antcc. Gcncral�
CONTRtACTOR
n_30
W - wTmLy.ciffitrc, CoNTRACTOR.%,;.,
I4.3
work--
Access
byothers ............ .....................
.........
Change tri,the-I
Continuing the ...... ............................................
6,29
CONTRACTOR _May:Stop Work.
Tern'l ina'le, ......... :: .............. .......
5.5,
Coordination of-.- ----------- ......
......... ---- T4
Cost orthc,....,
definidon of., .................. .......... ...
I ........ ....... JAI
negle&ed by CONTRACTOR'. .......
............. 13.14,,
other Work
OWNER -May Stop Work
13,10
OWNER May Suspend Work ...... .........
. .. :13: 10! 15 'a
Related, "fork at Site.; ...
......... 7.1-7.3
Smiting ihe'
Stopping by CONTRACTOR, ...
Stripping by OWNER ........ ............
. ....... 15, 1- 15.4
Variation and deviation authorized, ,
fii inort 3.6
Work.Changc Dire6tive—
clauns pursuant to ...............................
.........
definition of ...................................
14 4
principal rc6irences to,,,,,,,,,,,,,,,,,,,,;
3.53"
'Written Amendment --
definition of...
principal references 1o,,Iv.. ... '.�l , Q,�15" i 10 15Al
.............(0.2, 6.3.2.
6.1.9 10. 1, 10. 4;
Written Clarifications and
intcrprctaums ................ ....
3.6.3. 9,4. 9A t
Written Notice Required-
-by CoNtRA&OR ...................... .......
T. 1, 9" 1 (m). i 1,
hy QNIN ER � ......... .......... 910911,
I (1, 4;, 11.9 13714
CSJCDCGENML GONDI-RONS 1910-3 1191" Ebrnom
W(ITY OF FORT C.01.IJNl MOMFIC,1MONS (REVA91
ivi
qiiis pa& lett 615.k- lfiltek[Cinallv),
pra; ca-:Nmu&coNL)rfbVS igio-s ED L i 99ii jilom�
w, (,REV -)M�)l
I
Q
0
Q
U
0
0
0
I
0
I
0
0
I
11
GENERAL COYDfhONS
ARTICLE 1--DE[�'GVITIONS
Wherevzrused in these General Conditions or ire the other
Contract Documents the followingterms; have the-
meaninEs indicated which are, applicablc Ito -.both the
singular and•plural therea-li
1.L Addemfd-Written or•graphic instruments issued
prior to, the opening of Bids which. ct'arify.• correct or
change the Bidding Requirements or the Contract
Documents.
13.. .4gregiment=fhcwnaencontract bcrwcn,OWNHR.
and CON•fRACTOR covering the Work to be perfohned;,
other .fontract'Doc6mc i arc anacheddo the-Agrcerticnt
and mail; a part thereof as prow ided therein.
13. -application for Payment -The form accepted by
F\GI rEEK which i0o be used'hv COt4TRACTOR in
requesting progregs or final, payments and:which is to he
accompamcd by .sueh supporting docurncritation .as is
required by the Contract Decumznts.
JA, :ls6.sros--:1nv material-thatconta n more.than-pne
percentasbestos and is friable or is rcicasing•ashcstos fibers
.into the air above vrrent action levals esiablacd by the.
United Statcz OLtiupatioail. Sa_feh• and,-Hcatth.
Admiri6tiatibn.
1 Bed-Thc offer or, prgrmsal of the Bidder submitted
on the prexnb&J form setting fonit the prices tot the Work.
fo be perforrnedl,
1.6. Bidd6ng Docimiunts—Thc advertisement or
invitation to Bid: inatructi6ns.6 biddlcrs,;the Bid fon»,-and.
Ithe,piop*d Contract Documents (including ill,_ ildencla.
issued prior to receipt of Bids):
1.7„ Ridding. Regniremenu-The, adverthsemcnt or
invitaiion:to.Bid: insttuctions'ito bidders• and the Bid fort.
1.3:. .Ban&t Pertbrmunct•arid Payrieal bonds and cxher
instrumznts of security..
1•9. Change, Order —A document recommended by,
LNGINM R, which, is, sot ned, by CONTRACTOR and
OWNER und'authorizes an addition: deletion or revision in
tie Mork; or..m adjust== in, the Ccmuact Price or the
Comma Timms, issued bn di atlerthe Etlective Date of the
:ireement
1.10. Colitmal .Docimruria—The i\gr6emcii, .!\ddtenda.
(which pertain to .the- 'Coe unct . D.durmtma),.
C;ONTRACfOF's Bid ('including dlocuructration
accompanying• the Bid end -arw'postBid documentation
submitted prior.. to the Notice -of Award) when attached as
an exhibit to the _Agreement, the Notice to .Proceed. the
Bonds, these .General Conditions. the 'Supplementary
Conditions, the Specifications !and. the .Drawings.a, the
Flf'OCciF:NtTGV;,CONUITI G-:`.�'.i41tFS (t7J0 Eiliciuir.
wt aTY orrott'r COLttNS MO IVIC.tnovs ptcv ArtlltoF
sortie are more specifically identified in therr\geement,
together \•rich all, Wrtten Amendments, Change Orders„
Work ChangeDiirctivcs. Field Ordtm and ENGNEER's
written interpretations and clarifications issued pursuant to
puragraphs3,5; 30.1 and-3.o3 cat gruticr thc"ElfccUve.
Date of die' Ageentertt Shop DrawmS sulgttjtmis
approved punuant.to paraegaphs 6.26�imd 6:27.and the
reports.and drawings.refirred to in paractoply'4_: f and
4__.are not Contract Documents.
1A1. Contract Pncz-The::monevs payable. by
OWNMR to C&NTT 4CToR forcampletion of the Work
in aceoidtince with the Contract ..Documents as stated in
the Agreement (subject. tU the. provisions• of
pamgnpl'11',9.I in the case of unit Price Wort;),
Ia'_. Contract firms=rhe numbers of days or _the
.dates stated int.the-Agreement. (i) to.achicve Sub aadtial
Completion, and 1,") o complete the tVork so that it. is
ready f6r.fiinl Tyra ntias cvtdcncgt by hNCiINEER's
written recomn endiu u, of
Goal payment in acciudance
,with paragraph 14, 13:
1:13- C6M1R,4C7.OR-The•person. firm or corpoiation
with w hom t] W NER has entered: into the. Ag'ecmenL
1.14-detkifve—An,adjectwe which whcn'rurdifying
the word Work ref is,to Work that . is unsatisfactory; 1•aulty
v deficient in- Ihat it does not contort io the Contract
Doctuments, or does notmeet the requirements: of any
inspection; reference standard, test or approvalreferred to
in the Contract Documents, or his been damaged ,prior to
ENGbYEER's recommendation,,of final payment' (unless
responsibility fo'rthe•proteetion thereof has been assumed,
by,OWNERarSuhstanttniCompleiiominaaordan.pc.with
pamgmpti lava oc 14AQ):
1_15, Drmv1ngs-The driwings,which show the, scope,
extent and character of the W(vk. to be fOrnished'and
perfonned by CONTRACTOR and which have been
prepared cir.npnroved by LNG M--ER.iifi rw referred to
in the Contract Documents. Shop drawings ere not
Drawings as so defined..
I.IG• L•fjecnve Dare of the agreement -The date
-indicatctl in the A igetaientonw•hirh itb&omcs effective.
bill if rug such chutes indict tedit means -the slate onwhich
the a\gercment is sijc ed and delivered by the -List or the
two partiesto sigriand tl2hver.
1-;17 ENG(tVEER—Thd person; .firm, cr corporation
d a ownes such in tfieAgccmrnl.
1,13, EMGIrVFER'i Cmisidtdnt-d person, Mimi or
obrporatiun ha%yictg a contract with .EPIGNEER. to furnish,
setvrers as ENGENTIER's independent professional
i sdt.nate or consultant with respectto th%a Protcet and who
is idcntificId as such in the.Supplerieniary Conditions.
1:19, Field Order, —A written order issued _bv
ENGINEER whicli orders minor changes in the Work in
accordance With paragraph 9.3 burwhich:dens not involve
a change in the Contract Price or the Contract Times:
l 20. General Regiilremenrs-Sectioris sof Dtvisiun I of
the Specifications,
I 1. Nazahlom Wwte-Thc term Flazardous.Waste shall,
have,the ineuning.provided in Sectlon,1004 of the Solid
Waste Disosal Act (42 USC, :Section ,6903)'as amended
from Lime to, time:
1.22.a; Laws ,ondRgidations, Law.r_ur•Regrilatiuns-;Any.
and all, appliiable laws rules., regulalion& ordinances,.
,tocltt.and orders.of any and all;goveinmaital bodies-
agcncidx,authaciliesantl courts havingjurisdic[ion.
1.2'.b. Legal HaUddvs-shall bethose holidavi observed
1:Wthe.Cit of Fort Collins -
1.23: ,Liens-Litm, charges. security interests or
encumtirances,ulm real propFrtyor persoml property.
1,24: A, ilagone-,A. principal event -specified in the
CbnImct•Docuincntso:Iuting to'dii intermediate completion
date or time pridr to Substantial C ompletiM rof all the
Wark.
1.25. ,mace iofAward--A, written notice [w OWNER to.
the apporcnt.successful bidderstating'tl at un pocompliance
by the apparrnt .successful bidder with the conditions
prcecdeni.enumerated therein, within the tans specified;
OtVNMR willsigi and deliver thc. \sreement.
1.26. :Vatice to Proceed -A untten notice given, by
OIVNF.R to cw RACEOR (with 5 copy to ENGINF.F.R)
Rrang the date on which.'the Contract Nimes .wilC
cornmctcc 6 run and on which CONTRACTOR shall.s_tart
to perform, ONTRAG'COR:S• obligationsunder the
Contract Documents.
1:21. offVER-The public body or authority;
corporation. asso©atitm, firm of prr5nn With whan
CONTRACTOR has entered into -the Agreement anti for
wh6m: the Work is to be pioiiidea,
13S.. Partial UtiUxfion-Use. by OWNUi. of a
substantially c6niptewd part of the Wort: ,for the purp-4w.,
for which it_ is intended '(or a related purpose) prior.to
Sulmmntlai Completion,of all the Work_
129. PCBs -Polychlorinated biphenyls.
130. Peiroli!um--Petroleum: including. -crude oil tx any
Gaction,thcreof which is liquid at standard c6fiditions of
temperature ;und pressure (66 de-ices Fahrenheit. and
14;7 pounds per siluaw, inch absolute), such as oiL
petroleum, fuel oil, oil sludge; oilrefuses gasoline: kerosene
and oil mined with other non -I. Iazardeus.Wastes-and crude
oils:.
1 3l. Projeci=The total.conswctiunyCwhich'the'Woik
to he piovidcd.underthe 'Contnict Documents may be the
whole, or a part as indicated clsewhere"in the Contract
.Documents.
1.32:a. 'Rai(oacAve.:lfuletidl-Scarce:spccat;nudrar: or
byproductmaterial as defined by the Azomre Enere-,y" }lit of
Ejwc itmp.-tt. coa)rnoms tJ sibs' (19,)() EditimI
cot CITY Of+ FORT 6UIZ(.�b' VfOOLF7C.4❑ONS IIth1' J n a0a)'
195t (43USC'Section,2011 et. ;rs anairlad'•Gunr
.time to time.
I.32.b. Regtdur{I'oifirte,Horvs-Regularwoikifig Hours
uhi detmW as-_'7:00am� to. 6:00pin unlcss_otherwix.
gxcitied in the G,eneral:Reouiiemerim
1.33. Residen1,PnijectReprvsd»(utive=Elie authorized
representatiVeof ENGMI -ER dho may be assiEited'to the'
siteor.any.part theretE.
1:34. Sampler=Physical e..xamples: of materials,.
equipmeit. orworkmanship that. are representative of
sand portion of the Wirk and whidi establish the
stlndarda by which such portion of the Work will be
judged
1.35. Shop Di%n ings-:ill drawings; diagarn%
illustiatjoiu, schedules and, other data or information'
which are spemficAly prepared or.issemblcd by'or for'
CONTRACTOR and submitted by, comrRACTOR to
illustinta- some portion 6f the Work..
1,36_ 5pecficotions-Those portions of the Contract
Drxumcritaeonststng ofteTithan technical descriptions of
materials, cyuipmem, construction sygcros, startdarris'and
workmanship asapgll'M to the Work andccrtiin
admin&raLivec uulsapplicabluthereto:
1.37, . Subcdntmcmr--An individual. firm or corporation
having a direct contract with comrRAc rOR or with any
other Subcontractni.foi the perfbrminca,of,a part of,the
Work at thri sitar.
1.31. .Substanddl .Conrpletron-The Work- (or a
specifitd'part,thcreol),hasprogressed to the point: where.
in the uptnian of ENORMER. as tvidenccd by
ENGI3,EE2's definitive certificate. of Substantial
Completion. it4s sutliciendly complete, in accordance With
dieContact Documents; so 'that. the Work (or specified
pait) tut lie utilized for. th ,?pivposes ,for which it is
intended; or ;if, no .much certificate is issued, when the
Work'. is eotnplete and ready for .final .payment as
evidenced by ENGINF.F,R's written! recwmmendaiion of
fiml paYnient in,accordan" with paraginph 14,13' Tho
terms. substantially complete" and `Work
completed" as applied'to-all or partof the'W.ork inter to'
Substantial.Cbm pleudntherepE
1.39. SupplenrOrtaty. Condinons-The Part' of the
Contract Documents which amends or supplements these,'
General Cantliliuns:
1.41). Supplier -a manufacturer, f4666ator.. suppliar.
distributor. materialman or vendor having.a direct contrtict
with CONTRACTOR 'or with ahy SubCwmrtctor to
'lurnisti.mtueriats'or equipment to be. iacorporaied in the
Workby CONTRACTOR or any'Subcontractor.
1.41. Ciiulergrorurd, Facilities -All pipelines. conduits,
ducts., cables. wise& manholes. vaults,.tanls, tunnels or
other s(ichfacilitirs onaunchmcrits. and any cneasements
containing, such .ficiluirs.: which have been installed
underground to.fumisli any of the following sconces or
materials; electricity. grim steam, liquid petroleum
products. telephone or other cmnmurdcatioris„ cable
televisicin,..sewage and drainage removal traffic or other.
comrol systems or water.re
1,42, feet Fiice :lvork-Work to be mid for on the;basuo
of unit prices.
1.43: fE'ork-The •entire -completed construction or the
various separately ideiiuGablerts pathereof required to, be
furnished under the ;Contract Documents. Work. includes
Gild is the result of performing or fumishin3, labor and
furnishing and moor[orating materials and equipment into
the construction, and perfomririg-or furnishing services: and
finishing documents, at] - as, required. by the Cdntmcr
Documents
1.44: lKiPc.Change Diivc6&-r. written directive to
CONTRACTOR, istiucd on or after.tlie EQi-etice Dafc'of
thc. Aerccment and signed by OWNER and rccommcndcd
by 2�GINEE2.vrdcnig an udditi6n,_deletion or revision
in the Work, or, respmrdirm to differing or unforeseen
physical canditiont dialer" which the Work is..to be
performed as provided in pxarmoph 4:2or 4.3 or. to
cmcrgencta- under Mngraph &.2 4 'Work Change
Directive will notdiarige the Contract Price or the Contract
I'imes.but:is cciidenee thattho particsr eiaiect. that the
change -directed or dixumenfed by a. %Vonk, Change:
'Directive tvilt':bb'utcorpor5ted in a. subsequently.
Ghangc Order following negotiatints by ilie parties as in its
affect, if am, mi the Contract price or Conttnct 'fames as
provided.i_ , . aph iCt2.
1,45_ Writiar Amerubnart--A written amendment. or the
Contract' Document-, signed ' by `OWNER .and
CONTRACTOR on or nt&r air Effective ;Date of the
agreement and mineral ly dealing .with the �nonengmcci in'
or nontechnicalrather' than. wicO eciistructiori-related,
acts or the CorameL Dsk,-uments,
ARTICLE 2-PRELLIQNARY ::%LATTERS
Delivery of Bbrids:
'_:L. Whem CONTRACTOR delivers. the, txecured
A�recments. to ,01VNE-R. CONTRACTOR, shall also
-
delim to OWNER such (7incls as CONNTRACTOR army
Lee required to furnish iri eccorikance with paragapk is{.
,Copies of Documents•,
2 .Oi4wER shtdl ftimish to C0\71ZACTOR upto ten
copies (unless, othcrwaic specified in'the• Supplementary
Conditions) of the. Contr u"t Dsietiments as.are reaoonabyy
necessary for,the ew:cution oftht- Ww ,,. Additional' copies
.will be furnished, upon request: at tVoost of repioductiuri:
Commencement of Contract Tbn6,-.,Vorice to Procieit
The Contract Tinieswill commence to run on the
thirtieth day after tha Effective Date-of'the'Agwmenq.or,
t:rc:occrmrrx.u;.cnuurnQv� shuts t17rn eintfuu
,at CITY OF roar COLLi NS.touter CAnorrs tttry •ta000i
if a Notice to Prciceeilis given, o» the, day indicated in the
'Notice to Proceed ANotice ,to proceed mny.be gM:n'Ht
Any time within l irty days alto die Effective Date of,thc
,Agreement. r—�..-.._�...--.".: .:�E-th�i-C=h;ri�aet cries
cam;nenseate-runt-leteF-tlism•Fhul,'rr�iiet`tiay-aRa�thn�la}
.of Bidmopenai--oFthatFtirtieth-Jev attar-tha Ff(cetivt_I3ntz
of tha•rlgreemenk-whiehevei�dalrisrarlier:
Starting the Wvrkti
2A. CONTRACTOR shall start to.perfong the Work-
on the &ic when the Contract Tim es: commence to:run,
but no Work slmll be doru-at the site prior td the date on,
which the Contract Times commence to run
I7ejnre Startvig F.nnstrus7irin:
25. Before undertaking each .part. of the Work.
CONTR\C'COR' sluff carefully study and compare the
Cgntnict Documents :and check. and 'verify perrinent
.Figures shown tfieregn and all applicable Geld
rtieasuieriientc C'CINTRAC:TOR shall promptly' report in
w'riting:to FNUMERany conflict, crror, ambignity.or
discrepancy' which •CONTRACTOR, may discover and
shall ohtairra wrincn intcgiretatwn dr•clanhcation.frbm-
FNIriNFFR helorc proceeding with; any Work affected
thereby, however, C,ONCRAGTORshall notbe'liable' to
OWNER, or F.IIGINF,ER for t ailurc to NlMdariycorillict,
error, aritbipuii}' ,or, discrepancy In. the Contmct
Documents, unlem CONTRAC'I'M knew'or, reasonably
should have known.th'ereof.,
6_ Within ten' days after the EtTecuve, Date of•(he
Agreement (unless othcrnbisc speciUd in the Genial
-Rcquir-gents), CONTRACTOR. �lrall submit. tit.
ENGINEER for review:
?--.6;,f, a preluainary^. progress schedule indicating
die limes Cnlimbers; ofdays,or slates) for swrtvtg.and
completing the various stages of the Work; including
MY. %lilestones specified in the Cantmct Docintients;.
16:2. a preliminary schedtdcofStiopDhwingand
Satiable' suhmiaals which will list lack required
submittal and'die times for.subntitting, ieview'irig and
processingsiichsubmittat -
M2.1. Inno cue- will a :schedGlt=be
acceptkble whichallows less than 31. calendar
days for each review by Eneineer.
2.6.3. -,preliminary schedule of vulues�for,all of
the Work which will ircluda quantities mesh priers -of
items agy>rr�a an the Contract. Price .and mill
subdivide the Work into component parl.s�in sufficient
slelad to scnve as the .basis for. pro'rgress paymen-'
durmb curistruction Such prices will include' An
appropriate emount ofoverhrad and proGCapplicable-
tP w6h'itcni of Work
17.. Before :any Work at the site is started,
C0N'fft4C'1'OR-ariXAV1 Mq shall eiteh deliver to iiie
edieF OWNER with copies. to eeuli addi[ens�vsxed
ideiuJ.'",'�-.A „- ,L - -p^ ;ea;at , iipAitiens FNGPIEFR
certificatas,of itiuirance an other evidence of innirance
�i iTE}IZF—Br- the - �-'FEFFY i9iY3i-iASU72d—fi1R1`
rtaseneblF—rcgrtest reauesteil by OIVYER7� which
C0\1'TRACLOR _ s requ red
to. purchase and .maintain. in' accordance with
fmrpooiphv d-_SCi.wrldt5-7:
Pr•e conitru cl i on Cod fort n ce:
^:8. Within iweniy. days after the Conttact'Times star to
riot but. before anv 1Vork at the :site is starte, a cohfiirenEe:
aRrnded by CO\TRACTOEt ENGI tER and oit as as:
appropriate will be- held to establish a working
understanding among the parties as to the Work and to
discfrss the :`hedulas referred .to' in, paragraph2.6,
procedures fa handling Shop Drawiings and otlxir
submittals- processing Applications for 'Payment .and
maintaining required rceordi
InkiaQV Acceptable Sebedulec
2.9.. Unless otherwise providedin the
and-othas.as apprbpfiate designated by OWNF,R. will lie
held to revienv%r aecepLibility°to$NGINF`.ER as provided
below the seliedulcs submitted at accordance with
CON ERAUFOR shall havc an additional ten days to make
corrections and itdjusttnents and to complete. and resubmit
the si:hedulcs No progress ptvntcht scull he -mad,: to.
CONTRACTOR until the schotlulcs are submitted to and
acceptable to ENGINEER. as provided. belciv. The
Progress schedule will'be acceptahle to F.NGrNEER as
providing an orderly progression. of pie Work to
completuin-widiin any, specified A4iteslones and the
Contract Times, but sucfl acceptance will neither impose on
ENGIi`'EER responsibility [`or the 8equencuniv, scheduling
or progress of the Work nor interfere with or relieve
COtt'TRACTOR, from CONTRACTQR!s fulli
responsibility t'nerefar. CONTRACTOR'; schedule of
Shop Drawine and Sample submissions will be acceptable
to'Ii1Gf4FT: as providing a workable arrangement for
reviewing and :proceszirn3 the required 'subuninals
CONTRAC OR's schedule of.vil6es will be. acceptable to
INGLVGEResu; fariu andsuhstancc.
ARTICGE'3—CONLRACr DOCLJ,,N NLS: hNrENLi
,VNIENDLNC;, RI -ME'
Intent
3,1- The Contract Documents coinprise the endrd
agcement. between OWVTR :and CONTRACTOR
cOncerruhg dui Work. The Contract Documents ..ore:
tromplememary: what is called for tiy'one:is as binding ss'if
calla! for, by u1L The Contract Docianents will' bk
construed in accordance with the lave of the place of the
Project.
Ft is the iniera .of the Contract Documents :to
FJCDC UFNMV, mzuv I oiS L1 tUw It @9y Etlitim I.
tvl CITY Ol+ voltT COLL[:.S _\t06[PICA'11ONS I MV -V2000P
.describe a functiaittally.wmplcte Nece (or part�thereol)
,m be constructed in nccordance with the Coniract
Documents. Any' Woikth
ta mataials or equipment at may
reawnably be infe.rmd !iothe Caritruct Documents or
•(roan prevailing custom or unde usage its being required to.
produce die intended' result will be furnished and
performed whetheror not specifically called for:. When
words or,phmses. wluch.have a well-known technical or
construction industry ;or trade mcming are used to
dm-rib". Work: materials or equipment such words or
phrases. shalt be interpreted :in uccordutuce with that
meanirug. Gleriftcations.end amerprclations oC the Contract'
Doeurtients shall be issued by FNGfNF.ER as provided' is
.paragraph 9.4:,
3.3.i .Iteferince; to -Standards mid SpecifecauYnn:v,of-
Technical So'cielies; Rep&dig, aAd Ressileing:
Uiscrepaitcies:
3.1I: Reference to standards, specifications,
manuals or -codes olany technical society. crgahietion
or association, or 0 the'LaWS or Regulntions,of'arty
governmem11,authority, whether such relcrencc be
ynclhe or by, implicngort• shall, mean the .latest
standard, :specification:. manual,. code or I.hws,;or'
Regul'atioris in•efl'ectarthe time of opening of.$id4 (or,
on the FiDicnve Dare of.thc Agreement'if ureic were
no :Bida), eccep[ as they• -be.: otherwisa, specifically
smicd in the Contract Documents.
3:3:2. If; during the performance of the Work,
CONTRACTOR' diseovprs any- conflict cnor,
ambiguity or discrepancy within the Contract
Documents or between the,.Contma Documents and
any provision of any such Law orRegulation
applicable 0 -the pert'ortitauice of the Work or of any
such %Ium LrtL specificauon, inarmal, or 60de it brany
tnstructior of any Supplier reterredao in paragraph 6_5,
C'ONTRAC 0P. shall report it, to EAIGFNT- R in
writing nt once;ianti CONTRACTOR shall not
{ roceed with die NW k affected thtrehy (eecep in an
cmerjznc}•.as. authorized by pameraph 6:33) urnil an
amendment or supplement to the Contract Documents
has .been issued by one of the methods' indicated_ in
p Mgraph 3:3 or' 3.6, provided, however; that
CONTRACTOR shall not be'liable to OWNIR oe
EINGNEL•R for failure to: report any such conflict
error. ambiguity or 'discepancy unless
M\IIR,ICCOR knew or r asonably sh9dld'hirve.
known thereof."
33:3. Except as uthermise-specifically sialzd in the
Contract Documents Or as may be provided by
.amendment or supplement thereto issued by one of the.
methods indicated. -in pdmtnttph 35 'or 3.6, .the
proisiors. rib the Contract Documents shall', take
pmccdatce in resrN,ing any conflict •,error.arnbiguily
or discrepancy between the provisions of the Contract
Ducumems and.'
3.3.3.1. the provisions of any suchstandard,
specification. manual: code. or instruction Cw•ha her
tr rioGspecilically incorporated by refercricc in the.
'ContractNcuments); or
I
C
I
I
1
11
n
I
I
I
I
I
1
fl
3,3.3;2..the prgvisirins of any such Laws of
Regulations .applicable to ;the: performance .of the
Work (dnlcis- such: an umerpretation of -the
provisions -of the Contract Documents W_ oul&rdsult
m violation of such Law OF Regulation).
No provision of any. uch standard, specification, manual -
code or irotruction shalt be,cllcctne to change the duties
and! responsibilities - of CAVNER2, cbm,i A.urOR. or
FSIGINEF'(Z,nr any at' tMir subcontractors, consultants,
adepts orremployees from those set. forth yin .the Contract
17ocum, mts, nor shall it:be- effective to assign to 0WN SR,.
[WMNEERoranvUENGMER%Gorisultarits agerts6r
emiployees any duty _or authority to'srperiisc or direst the
tumishing or performance of the 'Work or any duty, or
authority to undertake responsibility inconsistent" with the
provisions of maraaranh-9,13 of any otherorovisjon of the
3.4_ Whenever in die Contract Documents the terms "as
onfered „'as. direjcted`"as required"; "as •allowed^, "as
approved" or ierins of like C' Mact or impart are ascd!'orthe
cir "Satislactory" ur adjectivesoI IILe' ettcct or nnpurf are
used to &scribe a eequtremcm, direction, review or
judgtteotof1 R_GN=,R:as.to-t}ie.%gork,itisinteniled,that
such raquvenunt: direction, rcvitiw or judgment will' be
solely to evaluate: in generaL.,the completed Work for'
compliance with the requirements of andinformatttm'in'the
Contmet Dovitmertts.and confomtonee with, the-Aesign
concept of the conifilctcd ProjeLt'as a.t'unctioning.vvholc m
showm or indicated in d e Convect Dwinients (unfess iliere
is'a spet:tuc stntenjrnt trxlicatit,othenvise). The use of
any suchterm .or adjective shall not be effective to assign:io
DI'd MER any duty or authorityto supervise or direct the
f rniuhing or perfunnance of'the Work or any duly or.
authority tc undertake raponsihility contrary to' ;the
provisions of paragraph 9,13 fir any other provision of the
Contract Ducuments.,
lir+enr6ng and Supp(ernartuig,Corrtracr Dwitmennik.
3.5. .The Contract Doeummfs may be amended to
provide lor,additiorv, deletions,and revisions in the Work:
br to muddyalic Terms anil.con8itions'thereof in one,or
more of t efullrnving.vvays
'3,5.1., a. formal. WrittdaAmcnd6itertL
35).'1 a Change Otdcr(prusuam' to paragraph 100);.
or
F:i(;pC'(iF.'NEIGV:,GONUt'i7G�S't91t1.4 (I7)4 Eilidiail
a'/ r3'rY OF FORTCOLLI NS MOD IFICA, OV5(REV-16h)aj
3.5;3: .a Work Cliinge Directive' (pursuant to
paragraph 10.1),
,3.6. ii , additii tt the .rNuiidmdnts. of the Cohtract
Daumcnts may be supplemrnted.'and minor vuriaiiorm
and deviations. in the-Worlc.may be authotized, inoiw'go.
more of th'eTyilcvving,vvays:
316. F. A Field Or& (pursuant to paragraph 9:5);
3:¢,3: bNG' rN'EER's approvtil'of a Shup Drtnvirig:a
'Sample (putsuaniio�paratgaplis5:26 .uu16:=7). or
3;6.3: .EVOWEER's written- interpretation or
clarification (pursuanttoparngnph9.. ' '
Reuse, of Durunrents.
3.7. ICONTRAC-rORL and any Subc6htmctor or
Supplier or other person or 'org,•tnirttion perforating or
Curras}ting, any uC thc,.Work under n, direcL.or indirect
wntract with OWNER (i) shall not have or. acquire any
tide to or .ownership .rights .in any of. the Drawings,
Speciticatiolis. Ur other documents (or copies or any
thereat)iprcprcd by orb cning ihesea ,ot E`NGINF:ER.or
•FNGWI F.ER's Comulta rt _and (ii).shall not ruuc:any of
such Dnvvings, Spcciticahorts, othcr.dncuntents or coptirs.
on extensions of the Project or any other project without
written-consem of OW?7ER and IMNI G IL'ER and--.ipecifie
ivritun verification or "adaptation by HNOINEFIC
ARTICLE a--AVAILABTLTTt OF LAODS;
StiHSURFA(F.. NND f MICAL -;CONDITIONS;.
:RF.FF.RKNCE POINTS,
vaitability o%Lhnllsi
4.L'OWNERshall fiiraKJi,Rsindicated in:the Conrrna
Documents, the lands ,upon which the 'Worl is to be
performeeL ricjtis of-vvay and easenierus. for access
thereto, and such other lands which are designated .for the
not of general-apphciinon but specifically related to vise of
lands so frunie- Cd vAih which CONTRACTOR will have
to comply. in pertorriing the Work. Easements 'for
permanent structures. or permanent ehtmLes .a cxisting
hrcihues will be oblained and paid for by C)1NJGR.uruess
otherwise provided in the -Contract' Documents. if
CONIR;%(-TOR and OWNER- areunable to ugrec on
entillgment..to or the amouru or extentof any, adjustments
in the Contract Price or-the:C,ontract Times as a result of
any delay in 0. 4K ER's famishing these- lands, rights':617-
vvay or casements, -,CONTRACTOR may makea claim
therefor as provided in Articlos I and :II
i
M*011 M.[1IQ0,111
INVITATION TO BID
CONTRACTOR shall provideIor atf.additibtal lands and
acres 'thereto that' may he requirial. for demptimrK
eotutiudion facilities wi storage cif •materials arid -
equipment.
JSiibsurface and /,'hhpaol Condfionne
4.2.1.. Raparti and Orawfngs: Reterence'is made 16
the Supplementary Conditions for identification oti,
Su6.ivrf9ce Comb�tions:. Those rep6m% of•
e ,ploralions andlests oC su surCacB cond ttons at or
contiguous to the site that have been,utilimd�hy
ENIGfNMEIR it preparing the Contract Documents::
and'
4,2.1 2: Piwsica7 c9ncatiunr. Those dmwinas of
physical conditionsin or rclating to existing surface,
ur.s bstrface.struuttua at or crntiguous to the -site
lemcpt Underground Facilities). that . haves Ixcn
utiliial lif ENgNEER :in preparing the Cottract
Documents,
4,212: ibnired,Relimicz-by,'CON(Tt9C7UK- durlxirrred•
Tecintica!',patd CONTRAG'LOh.-may rely upon. the
genet' Paccumcy of due "re% nical'.data" contained insucK
rcpans grid drawings. but such reporL&and draN6ngs aro not
Contract Ncutneois. Stich hcehnical dam" is identified in
the:s'-pplemeniaryConditions. Except for such reliance on
such "p:chnicai data"; CONTRAC'TOR. may not rely upon
or make any claim -against OWNER; ENGINEER or any of
F' gGINEER's Consultants with.respect to:
4 �.2. 1,- ,the cumpletencss of-sueh' reports and
thnwings for CONTIL\CTO . prfic es,.
inchiding, but not.lunied 'to: ,arty aspects of the -
means, methods, techniques: 'scquences - and
procedures of construction to be .employed- by
CON`TRq "COIR and safety precautions and
progmitis imident thereto_ or
^_ 2.2, other data, 'interpretations, opinions
and information contained kin such reports or shown
&-indicated insu6 drawings, or
42.13 .any CONTR:\(.'FOR initerpretation.of
or conclusion drawn from.-any"'tectattcai data'. or
any such data, interpretations, opinions or
tnformation.
4.33: Notice. of Dr[feruig" Su5stir[ c•e yr. Pli3sicat
Conditions.. IF CON'CRAE;FOIi believes thatany
suhriuTfaca or. physical condition at or contiguous'Ju the site
•that is uncovered or myealed either:
42.3.1. is'of,such.a nature as to establish that
any "terdiracal data" on,which CON7,Re\CTC7lR is.
entitkdlo rely as provided in Paragraphs 4:2.1 aril
'4'.= ^_ is materially mauticate. or
4.2.3.2., is of such ii -nature as (o require a,
change iri the Contract. Document_% or
4 _33, differs materially From that shown or
EM)CUENULALCoxtano,N 19104tt94VEteiim;
�rark•osrotit coc�,a �tooutca'riousttievan_annt'
indicatctii'in chi C iattract L3ociimerit5,•or
4.114. is of an u usual.rmture, and diffii s
materially from; conditions ordinarily encountered
anil,gcnemlly recognized -as inherent in work: of
.the clmmcter provided for irk the Contract
Daum tints: thin.
CONTRACTOR shall;, pF mptlr immediately :after
becoming aware thereof and before Further disturbing
'conditions affected thereby or performing any Wyrk in
connection therewith (except in an emcngency as
Vittod by paragraph,623), notify OWNER,-.and
NEER in writing about .such condition,
CONTRACTOR•shall nni Bather disturb such conditions
or perform any Work in connccton therewith (c�e;cpt'as,
aforesaid) untilreceipt of wTitten oiler to do so.
4;2,4. EUGLVEER'r Review; EUGIruEER bill
promptly review the pertinent..conditi'ons, determine the
-necessity of OW'NER's oWining udditioral explbration_ or
tests with respect Ithereto .and advise 0WNT.;R. in writing
(with aropy to CON'rRAC.TORl of ENCiINF.ER's
hndmgs and conclusions,
4.23: Pocyibte Contract ',I)cvuytena. Change: IF
FNICINEER concludes. that a change in die Contract
Documents required as a rusulL of a condition that oietits
one or more orthe:catcgorics n.ParagraPh'4 13, a Work
Change Dirccfiw or a. Change Order Mll he issucd,as
provided in Article tit to, refldcr and docdment the
.consequences 4f such diapga
4.i 6. PoVibje Price and '•i"on:es ,§ysntxnas: An
equitable adjustment in the Contract Price or in. the
Contract Times, or both.wdl be.allowcd to the extent that
Ww csistcncel of such. unc&credAr rcvealcd.condition
causes an increase or decrease+ui CONTRr\CTOR's cast
oC.or time aequ!red ton pertormance.o( the'Work: subject,
however; to the tollor3iogv
4.'4..I. such condition must meet any one or
more, of. they , categories 'described ;in
pa6gmphs4'2,3:1 ilirough'4.2,3A, inclusive;
4.2,6.2' a chariot in the ContractDtcuments
pursuant to paragraph 4,15 will nut --bc as
automatic authorization .of nor a, 'condition
pr2ce hait.to entidenient.loany such adjustriient,
4.'2,6.3- with-respeLL to Work that is paid for
an,u. Unit Price Basts. tiny, adiustmcra in -Contract
Price will he subject to. the. piuvisioris of
paiagaphs 9! t 6 and 1 1'9: and
4.2.6.4. CONTRACTOR'shallnot be.entitled
to any adjustment in Contract Price or Times
if.
4.2.6:4.1. CONTRACTOR knew of
the ,existence of such conditions at the
time COMR:ACTOR .made a final
commitment to OWNER' iii respcct, of
Contract Price and Contmct'I'imes by the
I
tsubmission
of a bid•'or becoinuig,boiind
'under a negotiated cormr ci; or, '
d? 6.4 2. thi cxistencc of such
I
condition could reasonably have biri
'discovered or revealed•as a result of any.
•examination, in"Wigation4 exploration;,
test or study of thesiteand 'contiguous
areas required by the Biddirig.
RequuemrnIs or Contract Documents to he
copchicA.xl by-ar for CONTRaCTO2 prier
to Co\rIP:\CTOR'.S•making such linat
,commitment; or,
426.43i CONfR 0*0R. failed to
give the'wdttcn nonce within the time and
'
bus required by pantgruph 413.
1f OWNER -and M\FfRACTOR are unable to agree on
entitlement to or as to the amount or, Iciieyth of any such
equitable adjustment m the Contract 'Price or Contract
.rune—, 4 claim may be made therefor .as proyaded ,in
Articles It and 12.. Howevc r ONNHR,_ hNI OLUFER and
FAIGFNNEWs 'Consultants _shall not be- liable- to
CONTRACTOR for any elaims,'a*s, losses or damages
'
sustained by CON—rRACTOR on'ix at cofmccuon witb,ahy
othcrprotcet or,anticipatcd project
I
4j.• Ph[nicalConrhn6ns--L%n(l4i6&nd.Ftieiliries:
4.3.1. Shniin or hiificaredr The information and data:
:dirnm or indicated tn.dte Contract'Documents with
rQWect to existing Underground .Facilities+ at or
contiguous to dic sate is based on Information and darn.
Iurnisiied to OSVNFR or FWMNFFR: by the owners of
such Underground Facilities, _or by'others. Unless:it is
otheTtvisc expressly provided to the ;Supplementary.
.Conditions:
4 3 1 1_ OWNER and ENGINEER shall not be
'
responsible. for the accuracy or'.co'm pleteness of any'
suck inform ation or data; and
4:3.1.2, The.cost of alf of the following will be
'included in the Contract PriceandCONTRACfOR
"sFitrll have full rrTunsibility for: (i) reviewng.and
checking all such information and'dim (ti),locating'
all Underground Facilities shovin•or indicated•in.thc�
ContracP Documents,(iii) coordination of the Work.
with the oimers of such Undirjloimd Facilities'
duinnij constructim and, (iv)the safely and
protmtion• of all such. Underground Facilities as
provided' in paragraph 6:20 and repairing any
damage theretorebultidg from the.W.ork.
3r?. .Uot'S7ioayrror'Inifiruttd HanUndergrptind
Ficihry is uncovered W-r vemed at or contiguous to.
'the site which was not shown or indicated in the
Contract Documents.;CO\t'rRA( TOR shall prtmiptly
immeduttely after becoming aware daixeof and before
further disturbing conditions affected thereby' or -
Performing any W irk. in connection thaow ith (eccept
in •an emerg.ency as required by paragraph'6.23)..
identify tlieowner of such Undergound Facility and
EXI)COENU(AL CONDI'176M 01" (0941 EaBtiuil
wt rl"1Y OF FORT COLLI.^S NIOUIFICATIONS (REV •I R000)
�l
give writttri notice to that owner and to 05WER and
L-ldL mm• _ ENGINEER will promptly review the
Underground Facility and 'determine theextent, if,
any, to which a chance is required in the C6mracr
Documents to reflect and document the consequences .
of the existence of'The Underground. lacilW. .If
Ir iGI]NEER,concludes that a"chmm in the Contract'
.Documents.is rt:quired. a' Work Changc Directive:or a
Change (later will be issued as pruvidedin Article lit
to reflect and'ducument such cortscquenccs._ •Durutg
such time. CONrRACTO.R shall be responabir• for
the safety mid protection of such Underground
Facility as, provided in. paragmph6.2ti_
C ONTR L-rOR shelf be allowed an increase in
the Contract Puce or an. e.^dasion ot. the Contract
'1' mcs, or both, to the extent that they are'attribumblc
to the existence of any Undert, o"und Facility drit was
not shown or inilicaud in the Contract Documents
and that CO\rrRACTOR'did not know of anti could
not reasonably have hen expected to be aware of or
to have amiupated If OWNER and CCNTrR-%CTOR
are unable to agree. @n entitlement to or the amount or
length of any•such adjustment in Contract Price or
Contract Times, COINWCTOP,may, make a elaitn
thcrcfor ns providcd.inAmcics I I. grid III. 11mveser,
OWNTR; WXNEFR and ENCrINFFR's
Consultants sNA not be liable to QCjNTRACI'OR for
airv', claims, cost,_ ossciv 6i damages incurred or
sustained by CONMACTOR on or in+cornectiori
with try.otherprojeLtloranticipatLAproject
'Reference Pointy'
.4I4. OWNER shall provide cnginccnng survegs. to
establish, reference pointsfor construction which t in
xFNNGDMER's judgment. are necessary to' enable
CONTRACTOR to proceed with the Work,
CONTRACTOR shall' be. respatstbte; for laying.out the,
Wat shall protect imdpreserve the established reference
points mid slitll make no changeS or relocations tviihout
the prior written approval of OWNER 'CONTRACTOR:
shall report to ENGINEER' whenever any reference point
is lost or. •destroyed or require relocation because of
necssary;change& in v,,radec or locations, and shall'•hc
resportsible•for the accurate .replacement or relocation;of'
such reference poants" by professiunadly qualified
personnel. "
4.5. Asbeilos, PCBr. Peiro(eim. flayrdbus Wince or
RadioaciireMaterial: - --
4.5.1. •OWNER shall be responsible for any
.Asbestos, PQRs,. . Petroleum, .Hazardwc; Waste or
Radioactive , - terial uncovered or revealed at the site
which was not shown or mdicatEd tn'Dnrwinro•or•
Specifications or identified in the Contract
Documerts i.to be Within the scope of the Work,idi_d
which may present a'substantial ilanuer to persons or.
property expiiseil t}ieretu•in connection tyidt the Nark
at the site. OWNER shalPnpt be rtspimsible fur any
such materials brought -to- the -site by
CONTRACTOR. Subcontractors Suppliers' or
anyone else for whom -CON1TRXCTOR. is.
reRonsible.
.7
I
..w tc.Lr._r,-_*XDS APP LNSU.P_,)NCE:
Perfomwnce, Payarvil and Oth-er, B'qnA-
5.1. COMMACTOR%shall ftaTash, Performance and
•Payment BovxK,cach innnavuount,at,lea5t equal to the
payment.of all. - CONTRACTORs obliptions under the
'Contmet Documen-ts. These Bonds shall rctriBin in effect
at Ic"ss"t u out I 'one 'y_�r after 'Lh e'l- ii'�&n fGal payment'
.becomes due. except as'provi&-d othenvise, by, Laws or
Regulations or by the Contract_ Documents.
CMURAM"OR shall� also kinnish such. cther;&Ms as
arc required by-tbe Su�plcrn�ntw-,y Conditions. A)] Bonds
shall be the form prescri6ed bytficCoritraci Documents
,-wept as prbvidod oLhLnvis: b),Laa% cr Regulations and
shall be.t=cutcd by, such surctics-as are named in Lhc,
current list of 'Companies 'Holding Certificates. of
Authority as Nxe and as-
ptable Sureties on Federal B�nds
Acceptable Reinsuring. 4 .
Comparues as. puhIIShed in'
Circular 570 (amcr"A by the �Auda Staff; 8urcaut of
Government Firrmcial Operations, U.' S-�Treiisury
NNrtmcnt All Bonds signed by nn,.agcM must he
acc6mpariiqd by:i certified copy of.sueh agent's autlw6ty
52, 46 the surety oft any Bofid tiarfilshd by.
C(x\QRACTOR',is declared .bankrupt or becomes
insolvent or its right to do busirim is terminated -in any
state when an-'y part of thc,Prqject is I&mcd;o' it ceases to
mea ilk'requircawnts,of paregraph'51, CONURACrOR:
shall within *tcn days LhLTLnftcr substiaitz another Bond
and %U'rcty,,both'uf which in . ust be acceptable to OWNER.
53. Xicensed Surifies and Insunh, Give fifzcate_v of
Insurance.%
5
_30. AH Bonds :and' iiisurence rcquired,by the
C O.ftlrirct ,Qocumerus to be:purchdsed iind maintained
by' ,OWN ,OWNER. . m. of co,,vT RAkfTbw shall be, obtained
-from surety suor uran . cc companies that are duly
licensed ar'nuffiori;,,�d in tWiansdiction in 'which the
Pr6jeet is located to isue.Bonds or iraurance pokia_s
for the.: liffi its and 6overjgesscir&juiicd Saehsajrety
and' insur�i* wif1pames shall also, meet, such
additional requirements and qualif-Ecati-cos as may be
pr6vided i.in the Supplemen_tary.Condiddris.
51111 COINTRA&OR shall dcli4ci.to MWER,
t6 iri the
SUDDIC . miium -Conditions, certificates of insurance
other evidence of ii>staancc
ER or any other, addkiMal�
'RACTOR is rcquired to purthu
oidunLe with iximea-pit 5.41
pray : : L: 4 1 1 1 _
eun+
{Mrrn
ieviw-!;� Rd-
8 ;it CITYOF FORT
I
I
I
'COATRACTOWLialX fi(V insurance:
5.4.10, alclude contractual. linblfity insurance.
covenn -CONTRACTORs'.,indemnity obliLptiois
5.4. CONTRACTOR shall ptimhaso and maintain �uch
-
tLhd&pAiHgr-apE�N6.1�6.[6aW-6.31 Lhimgh6.33-
liability and other insurance�as 13 ttppHiprik e tar .the AV6rk:
being ertlorined qnd'furmshed and is will provide
3A.H. cohrain'-n provision or andors-ment that the
protection from daiins set forthbelcAv4hich may' arise out
coverage afforded will not be-camelled Matc-nivilly.
of Or result fronx COINTPLA(M)R's pfff6rrtance and
charged Sir rmc%vql refused until at least thirty days.
fumishing, of' the'Work and COTYMACTOR's other
prior written notice has been ,giVcrt to OWNER and
obligitiom under thti C6ntract Dbcum�cnts' whether it is,tu
CON CRACTOR--and to each iothcr uddrtionalui:SLT'cd
be performed or tarnished by COINITRACT(QB. anyidenOtcd
-
in the Supplementary Cqndiii6m-,to'whum
'
�uk by anyone directlly or
c_nu'-'dc'tc'r_ or or
M, been' -7issu e_d'(andLh__c
a. certificate of insurn C lais
employed by iny,of th,,,tn jierform,or furnish"
indirectly�
certificates of insurance furnished by the
any of the Work. or by anycne"fci whose nets any of them
'
CO URACTOR pursuant to paragraph 5.3.2 Will -so
may he,liiible:,
priovide),-.
5A 1. claims under workers'-,.vmpensation. dLability
..4.12: remain in effect at Icastunid'Erial payment'
binefitsand ocher.shilar cififiloyleellicnefit cim
and atall LiMCS thereaficr whm CON' r RACTOR m?t
Z6 -
be coki-&Lorg, removing or rrplaci;� kfe,�In-4-
SAJclaims for damages because of hedil injury;
lath
in accordance �vkh pangraph 1112, and
occupational sick-itim or discase.� or of.
cogrPACTOR'i cmpfoye�'
operations
MAI. With respect to completed' o
d
Insurance, an any, insurance coverage written on. a
54.I claims for damages because of beclily injury,
sickness or divasei ar'death nPiny, parson 6ther.thin
clainismad� hasty, remain in etfecufor. at least two
vea , mailer firil payment(endC(NTRA(MOR shall
'Varnish
OWNE.R1.4kd,crick other -additional insured
identified in the Supplementary Conditions tomhona
a certificate or imurance has,bLen issuer! evidence
I" Wit .3
satisfhaory to OWNER and any su6 vidditional
4n 'oQMS3
insured of continuation of such insurance at final
to-e
mient and one yOr thereafter):'
CONTRACTGR, GF �j� by- at., __1 1- 11
OWNEW4 Lia6ility Insurarice-
3.4.5. Iclaims for damage-, othei than to the Work-
'5.5. � -in addition -to, insuranec-rcquired to be provided
. urv.to or'tif tangible
itself .- because of . uij destruction
I
.loss-. I
by CONMWTOR under pamgraph 5.4, OWNM it
p r9r . �_rty wherever, including ofiusz-
dWNER's op kirk. may p6r6asc and 'maintain at
irmtring therefrom. and
MVINER's expenseOWNTER's own llabiliq, insurance as
' will protect OWNt A agitradiiinis wfilch may arise from.
5.4.6_ 61iiatat for damages of bodily injury or
operation under the Contract Documents,
.because
deialt ofnfiy per d -,t of
person aalagcam�uigou
the Vw , nersh:ip,_ maiitlemirice or use 'of any motor
Properrl,Yiqumncc
vehicle.
The ,policies .-of insurance so require-.J by this. paragraph ,5A
conditions'-0 ............. WN 0,:s) Will,
w be purchawd uhd maintained sIxill-
prepeft.yl . . . . . .... atthe'sitein '&Hff-R*tf&
54..7. with respect to Litsur-ance required. by
deductibl+ m - ayba--priwiddd-in—did
Paraaraphs'5.4.3 through 5.4.6 inclusive and :5A.9,
I td-by-Lawii-artd
include - 'as! additional 'iruaiieAs (subject Ii37 any
(xistomary ml6sidh in, respect ti( pi-o(es,,66fial
liability), OW:,Ih&. UNCHINEEK' ENODIEEKs*
SG F—include—lho—fraeresis—irk=—C-?WNER;
'Constiltarits and ariv uther.persom or cntitiesidentified
su�a_ A M_ P ;QDMgR
in the Supplementary Condititira,all of yyhom shall be
P F50R,�-U
listed as additional msure&-, and include coverage tier
the respective -officers and •em.plo yees -of all such
to
andshall-b"Ste4ii,
.5.4.9. Zridlude. the specific wvcragcs and be wriltcn
for not less than the !units of liability picivided in the
ep Teiiiial
C&xlitiom o required. by
Supplementary r re Laws or
shiill,81-1 skill IR-9 PF
RcSulati=, whichever is ctreater,
5.J 9, include completed.ope MuorLI insurance;,
....... ...... ......
U(MCOLVEY-ILL COND11110MI19 I o3 (ig,)g E66"ij
wl ary OF FORT COLLINS MAJDIIICAMO\S (rciiv .12. Otto)
con the
�,tien
aeeasiaRr I '-,-q 4iwi Regp_AH6u;t&
ffchiiecla�
tad .11 ot# erg a a= rr wRt rt =bY,
,R ww
,thin
4; - .9- OWNTER shall not be. responsible for p=hasing
and maintaining any pruperty ihm iancc W protect the
interests of CO.NFMACTOK Suboontiactois or',othirs ire
MHY
speuiitl Orly HIsufafic?
p4ieies ffev ded unjei .3F
a 00\ Q IIT
�haRIs
GAF
...... �A e4 drnent��or to .Z,!- - -1 un .. _; .- � . - -
lrl wt CITY 06 PORT cmw zz iR.Lv,wooln
writ I's i ownersr__ 77---
Q R--?��_ ts
-ONTR- lots, again C AGTOP, SubrinEraco
I m- losg— extending
P'k—to,
Ur,Sma,
whether-E+erroEwitrail-bt'�OLLit'GI�. and
Any-if%fSRIG�-pOiiUj—trtft# iained by Q WNTR Gevtrft,
4- FiOtq 04
I
I
I
I
I
I
I
I
I
reccovery— a gaFAS�, a rl' 4-CON r-P,-\GTOR--.SubLohtra4;tt)r,,�-
IRN" p-.Cp - !s IC . .
S Big of pm��.
Receipt arrd:Ipplidadvn of Insurunce Naceettic
5. 121. Ariv insured loss under the pb[i6ies of insurance,
rcqtdredl bv�prasmigmphs5,6 and 5 7 will beadjusted with
Owzm- ', and made payable to OW4.NM as Fduciary;llbr the
uisurodS. as their !interests may,*appcar,'subucct to Lho,
rtqqmments of any npplicable.-. mortgage clause- and: of
peragolp
-h-5;b. m: -"6xvN's6uL 'depos ttna seF*aoi'
-
account any mon;ay-so received: arid -shall distribute it in
im-
accordance with such mment � thc*parti . in es interest
may r . eniali if, no other special agreement is reached die
ils'niaged Work shall bc-repaired or replaca the m6neysso
received applied on account thereof and the Work -and the
c6st,thercof covered by an appropriate Chang Order dr
A.Vritten Aqienchsncrst., '
5A3: OWNER is WuQiary shall .have -power to adjust
and %crtie iiny lo&% with the, insurers unless one of the
parties in intcrcEst shall object in.writing within fiftecivday.i
after the occurrence� of loss to OWNHR's. mcercisi-of this
power, If such objection he madc, OWNER. as Fiduciary
shall make* detilcfifent with the insurers in acqordancg.Nvith
'such.agreem-crit is.tM, j-hirtics in int&st miy,rnch, If no
such agreement among die parties in interest is reached;.
03�0'\E—R,as fiduciary- shall adjust aral settle the loss. with
the. insurers Md ' 4-1
interest- �1�
P_rapist-{±ark�mxnea-aFslirFrdtttks.
Acceptance'qf]Jandx andjnmrartc4 Option to Replace:
lace:
_
14, If' __1;,:FReWTGa)
OWNER has -in), objectun Lb the cuv&a&&aflordLd by Or
other provisioins,of (he SorvkoF insurance resquired to be
purchased and maintained 6c, ,ether — 11 -ole ffbasZ,
of, rion-conformiance with the Contrad Dmurneni,.' ilia
in:
Partial Utilizadon-Propertylitsi ranck,,.
,.15. 'If OWNER grids it neery 5 accessary to occupy or use a
portion, or portions of the WorlZ prior to Subwqtiaf
(1719 Emicn).
wici ry ciFFORT COLLUNSMODIFICAMNS (REV40000)
'Comfiletion of all the -Work, sueh use or'occupanuy may
be accomplished in accordance F wiih 'paragraliE 14,16,
.provided that no such use or occuparrzy.shalt"commmes:
before the insurers .prof [ding the property insurance have
acknowledged nadcc Lhcreof and in writing,, effecied-my
-mrate ,, 'llie-insurers
clbh,rss,ns An covernize riec� d thereby
providing the propertv' msu_nnce� shall consent by
endorsement on the:,poLy or p.uUcics,,'buC,Uie,.piq ty
per �
,insurance shall not becancelledor permittedLto lapse oh
account. of'uny;such partial use .uioccupam-Y..
rUYr ic L I.,. 4-caNaRwrows'
R.ES1>01,N1 S1 BI LITI ES'
Supenlrsiorr ant! Superintendence:.
'6-1- COJNI'ItAi"FOR shall supcA�ise, insrx:cr and
direct the Work competently and cfficientlydevotim-11
such 'ante don L,hereto n6d applying, sudh'-slills"';md
t:,cNrti . se a . s,may be ncc�s to pertbrm the'Work Ca
accordance - with the Contract Doctimerim
CovirRACTOR'shall he srsletv re- - rtckc for the nicams,
rretho&, tqchniqucs, sequeneL-.% and procedurL% 'of:-
oonkiruction,'Ibut iffoiNTPAcrop, shall not I:.crcsponsibIc
for the negligence of.others in the design or sliecification
617.6i sp%cific rticans, methixf, techraque• s<4s,icnee, or
procedure of construction which is shown or indicated in
and -expressly required• by the Contract D.0curnerits.
.coarRACTOR shsdl`bc responsible to• see that the
completed Work complUies-accumteli with the. Contract
Documents,
62- CONZTI'u\CTOR�sha H keep op the Work at all
,times dUrio- 'is ..& iprogress, a competent resident
superintendent, who shall notibe replace&wiLhout written
hotice- ;to OWNER iind UNG N =- except under.
Or-.itordiriary cirssurnstances:• - The superintendent will'be
CONTRACTOR'srcpreseomtive at the site sind shall have
,authority -to act sin _b�blf of CON-MACrOR ' All
cviminsini'Cations to the-superintersident slisill be as binding -
;is if given to COINTPACTOR
'CO I
6-3. NTMX-7011 shall provide compelent,
suitably clauLfied pers6nnt:1 to survav, 'lay -oat and
construct the Work as.reL� lusted by' the, Gintrrxi
PoHiments. CONTRACTOR shall ai all tiM c; midiritvitin'
good discipline and ordcr,at, the sitc.'Except-as otherwi5c
required,' loriffic: safety or protection of perstins'ar,tbC
Work ' or property' at the',ske or adjacent'.Lhereto. and
except as: is- tridicated in the Cofitrmt Neumcnts,
all Wbrk- sit the;site shall be-,perfouridd'-during regulur
working. Hours and C(DtftltACTOR' will not, permit
overtime worknor the performance 4 Wdrk an Saturday,
-Sunday or any legal holiday without OWNERs 'wi4tch
Consent gliven.after prior* -written notice tb MNGNMER
CONfRACTOR shall submit ritmests to the 2\MYIM,
no less than 48 :ho6rs in idvance of any Work to'b,
Pcribi-meci on Saturdn,. Suriday.Hblidiv-.,ac,outside,Lhe
tRegtular Workinst Hours;
6A Unless •otherwise , specified in tho- Geperah
contains, oc is followed by words reading, that no like•
Requirements; CONTRACTOR shall furnish and assume
equivalent our "or -equal" iitem'or no :atltstitutiort
full, responsibility for all materials, egdipment labor.
permitteid.-other items bf.material or- equipment or
as nspaattim L;nuruction ',equipment and machinery.
material t,r equipment of IXher Suppliers. may 6e
Sots appfianccs.fuel. power, light; heat, telephone;• water,
accepted by ENGINEER under -the .following
sanitary .facilities,. temporary otacilitres .and ,all, other'
cirpumstanees:
facilities and' incidentals nct:asary`for 'the furnishing,.
performance. testing start-up and completion of the Work:
6:7.1.1. "Or -Equal". If in .E, IGUNEERs- sole
'
discretion at teat of material a equipment.
64.1. I'urchusui= *Restriction. cONTRACTOR
proposed by CONrR;�eTOR. is Ru tiothlly
must comply withthe CitVs:nurchasine restrictions: A
equal to that rgtmzd and suffrciertlysimilar sou that
.copy of the resolutions are inrailable for review in the
no change in- related Work wtll be.reyutred, it may
offices of the .Purchasing and Risk M.annizement
be considered by IENGNEER',tls-an "or -equal"
Division or the City Clerk's office., -
item, in which case rcvicw and approval of'thc
- -
propm d; item may.. in E\GNERR's sole
6A Ceruent Rcstrieiobs: Cai' of Fart Collins
discretiok be accomplishcd crithout conipliinoc
Resolution91-121 requires that suppliers and prothu'cers
INIth some or all of the requiremcnts• for.
of cement or products containing cement to ccrtifv that
aaeptafice of proposed substitute items.
the cement -was Trot made in cement1ilns that bum
6.7.1.2: S`rr6stnrteItem; Ifin•ENGNEEIts;sale :
Inzardouswaste as"a fuel. -
discretion an item .of material pa -equipment
.proposed by CONTRACTOR toes not qualify us
6:5- All materialsand eqipment shall be of good,
an "or-eqgr ual" item' under 6;7.1'.l„n
quality and new, except, as *otherwise, provided in the
will be crnsidered a proposed substitute itcrn;
Contract Documents. Alf-•ivartmities.:and gu tniintees.
CONTR'ACCOk shall suh6it -sufficient
speciticallycalled' For by the,Slxcmeatinns shall . prm:gli
infomma[inn as provided Wow, to allrnc••
run.to.the64tiitofOWrT:R; irrcquircdhv'ENGrN7FER,.
that the itemofmaterial
R CONTRACTOabout furnish mtisfaadry evidence
,F\'GN•EF,Rtpdeu:rminc
or equipment proposed is;csscntially equivalent to
(uicludmg. reports dr required tests} as to thei kind -and
duo named and an acceptable.substitud: therefor.
qualtq, of materials, and equipment: ;VP materials and'
The procedure for review by the ENGINEER will
agw ment.shall ht applied- installed corvocd,.srcctcA.
include the 'following as sup[+lemented in the
Requirements
uzd, cleaned and conditioned in accordance with
General -and as ENGINEER may
instructions.of.the applicable Supplier, except ,as otherwise
decide is Appropriate under the circuntstanccs
provided -in the Contract Documents.
Requests..for review of proposed substitute items
or material, or equipment will hot_ he accepted by
Progre:wSehei≤
m -FNCugEFR from .eone other than
CONTR,%CTOR If. CONTRACTOR wishes to
6-.6. CONTRACTOR shall adhere. to the progress
furnish or use a sulisfi ute item! or material or
schedule established in accordance with paragraph 2:9 as it:
equipment, CONTRACTOR _ shall first make
may tie'adjustod from prne.lo timeasprovided below;
Wtiiwn application to E�;'GfNEITLfur-acccpmnce
thereof; certifying that the proposed substitute will
6:6.1. :COITRACTOR -shall submit to FNGNEER
perform adeq ateN the tun;:tions and nchieie the
for acceptance (to the extent,indicated in
resuil}s called for by the gerteraldesitat•lt similar
paragmplt 2.9). prciposed, adjustments. in:the progress
in substance to that specificd.and be suited'to the
. -hedule that will not chargetliwContmct Times (or
some use rig dint spccifted The application Will
Milestones). Such adjustments will epriform generally
state the extent, if any, to which the evaluation
id,the piopess schedule then in d ect and additi6rt311y
arki accepmnca of the propb;ed substitute will
will comply with any provisions o(the Guinn-
prejudice CONI•RACTOWs-achievcment of
'time,
Requvements applicable thereto.
Subsuintial Completion an whether or riot
aaz ptanec of the substitute for use in the Work
6:G.2. Proposed adjustments in:the progress schedule.
will rccju re a charge in ariv of the Contract
that will t:har* tha'Cbntract Times(or \•Iilestums)
Documents. (or .in the provisions of -any other
stisli be submitted in actxrrdunce with the requirements'
.direct contivd with OWNER for work on the
of,paragraph 12.t Such adjustments may only bey
.projeet) tb adapt the. design tothe: proposed
,made by a Change Order or Written Amendment in
substitute and whether or not incorporation or use
accordimw with Article. 12.
of,the substitute incormecticn•wtth the. Work is
subject to payment of any license fee or. royalty.
6.t Substituteiand"Or-Equid" ltehii.•
Ui vanaltons of the proposed substitute Gem that
specified wild bg iderttified•tn the application and
6.7.1. Wficncvcr an•itrm.of'maletidl or equipment is
avabble,maintamcc: repair and replacement
specified,or` descrilxzl in the Contract D&umcnts'bv,
service will be iodicated The application will
using the name•of a proprietary item or -the name of a.
also contain an itemized estimate of.all casts or
pariicti6 upplicr, tnc•sp.ccitication'or desgtptionIis
credits that will resultdirectly orindircedy. From.
iritended•to- establish thc'typc, runctiun.and quality
acceptance of such substitute, ineluding.costs of
required Unless- the specification or description
redesign and claims of other contractors,nifected
�F,K'DC of YFRtf,CONIHTIO,KS' 1l ludo; tl5'/U Etliiionl
IZ wl CITYOF FORT CQUAN", MODIF1CA ONS rREV•t OM)'
I
i
I'
by the rcailtng ha oe.,a4,. of which will be
CONTRACTOR -lhall Ixrfomt• riot less than Zit
crntsiilererl. bv' E1'4!UMER' .in evaluating -the
percent. of the Workwith it%. ow m forces (that i&:
proposed substitute b;CrN'EER' may rcquLre
without subcontiacting):-The '?0 percent reouiremenl
CONTRACTOR— to Cumuli additional data:out
shall.be understood to'refer to the Work the value of
.the prupcsed substitute.
which totals trot less•dnan 30 percem"of theContract
Race.
6.7.1:3:,CON'MgCTOR' E.rpertsa:, �11 dala,tobe
provided. by CONTRACTOR iii, support of any
6:8?. [F-Ilia- ulifikrvanlary-f on'clitions fiiddvig
proposed "or -equal' cr substitute item will_ lie_ ;at
Documents require; the id_uiuty of certain
CUNf.RIC UK'sc�crise
Subconirddors. Suupppliers or other persons or
erRanu;stidns (inuWdiing those who are to furnish the
6:7.2. Subsbhnte Ctinslnnchuh Afefhtids 'or
principal items of materials or equipment) to he
ProeeziutYr :If.a spine nieam,.method.,technique•
suhmitted'to OWNER in-•aJvnnon-.�f-thrsj>zcifiecl
sequence or procedure. of constructiim is shown or
daw prior to the Elfectiwe Date of the Agreement for
Ii
.mdicmt d in,nnd eilprmly required' by the Contract
acceptance by OWNER and FNUfN6Fl� red-{F
Documents„ CONTRACTOR maw famish or utilize a
GON .RR.�`F�Jfrter:-iubmiued=-n-list-thrpxrif
,substduto means. meth&L technique. sequence for
ueeordeng�titer bupplemaniery--E. mditierr�,
procedure of constction •aeccritablc to •hNG ruINFER.
OWNER's. or ENGINFERs acccptana. (either in
CO tin RACTOR shall submit sufficient informationto
writing or by, Farling- to male written objection thereto
allowNU FINEEIt inhNGINFhRcs sole dts&ctibn; to.
by the date indipted for acceptance or objection in
cktetinme halt, the substitute, proposed is Cgnwateltto
thebidding documenlsortlte Contract Documents) of
that expressly called for by.the Contract Doiumems.
nnr-sersh-SubcontracieF-Sup(�4i��-�x otheFlxnan-nor.
The procedure fir n-view by'ENCiINEER. will: be
a--ides-iney-1-rz+rehed-cue-+Ha
similar m that p{pvtded in svbp;ragmph &7 1 a
banisaf-rresennbIa-ohjesr+ea-after-du s urv.stigatien:
e.z,e—c �:c:-m-vrts„^{'.--.tS iI--SFfMH1F—an'
6, 7 3 EngineeKr FvaheathC FNrGWEER' iyill•'hc
-ae..el+tn♦ilr--setbsuta� ;e-Co„�„zi-Pryee-wtill--lx
allowed a, reasonable time within which to evaluate
ndtu;a�i by th- di aar.;ettard�ly
each propoml or submittal made: pursuant to
.suuMsubstiurtioarated-are-npfropiint'r-Ghnnge--Order
paias}aphs63:1 mJ67;4 QJGLVTCRwillx'tle
. 1.. -It
sale judge at' acceptability Nq orual"' or
constitute a conditwn,ofYhe Contract abqu'uv_tthc.
-of
.subsurutewill bLordered,installed orutih[edwithout
use the -named subcommacrs,surmliers.rrothar
FNG NF.ER's prior written acccptanae,whnch•wvill be,
peisons.or orzmi?nuon onthe'Work unless. prior
evidenced -by either a Change Orderor an approved
written approval: is, obtained from OtWi •ER and
.Shop Drawing. (ANI•R_ may require
ENGINEER No :aacptancc' by OWNER or
CONTRACTOR to -famish at CONTRAC"TOR's
ENGFKFER of amy such Subcontractor Supplier or
evetue a special .perfoniumce guarantee or, other
other person or orginiiation,hallconstitute a waiver,
_._
-surety with respect to any or-cquar or substltute.
of ;city fight of QWNF.R, or ENGINEER. t6 iciest
ENGIN= will record turd required by
defective Work.
LNGNEER .and NGDMER's -Consultants in
evaluating .substitutes picipcscd or submitted by
6_0.
'CONTRACTOR purvuant to. parfngiiphs 67 l ? and.
6,7 ? ,and in malmg charigts'in the Contract
6.4.1. CONTRACTOR shell be fully responsible to
Documents (or in the pwvisioas.of any other direct
O N"ER'and-LNGINEER for all aas and tatttsslons
contract with OWNFR.'tor wort, on the project)
of the .Suboontmctcrs, Suppliersand other persons
occasioned' thereby. Whether or ra ENG WEER.
and or¢.anizawtiors perform atg or furnishing any of the
amepcs a subst iww item so Opposed or submitted by
Work. to iler t direct or mdireet contract with
CONTRACTOR CO..NTR,ACTOR skill remwburse
C,ON`M%.GLOB just as CONIR\e_`.l'OR is
OWINUt for the charges of ENGLNEER and
responsible for CONTR•ACTOWs own acts and
EN'dWEE'Ws Consultants fur, craluatirg each such
m
omissions: l uthing,in p}ie Contract Dueutam es shall
proposed substitute item.
cieate for the benefit ,of any such Subcontractor.
Supplier or other Mason or organization any
6_8. .Concerning Shbcpnrructom Snpphen and
contractual relationship between OWNER ,or
.Otheri.,
WC; RIEERand such;SubCemuactor,'Supplieror'
_any
other person or urganuation, iior•shall -it create any
45.8.1.. CO-N—TRACTOR shall not. .employ, any
obbyation on the inn ot.OWNER' onC'�IGINEERto
'.Sulxinntractar; Supplier or other perwn or orgaru atiun
pay .or to see to the payment of any mcneys.dug any
(including' those acccplable to OAWCR .and
such SutriontractO'r, 'Supplier or person or.
LNGE MZI as. indicated in paragraph 6'8 3); whether
,other
organization e.xceptas may otherwise be required by
initially or as a substitute, ugaii$lwhotnOVNRRor
Liiws.andRegulati6ns,'0WNERorlNGlXG8R'mw/,
LN',0LV•1;ER may have reasun able objection.•
furnish to any subcontractor, Supplier or other person
CONTRACTOR shall not be required to employ any
or onaanianion evidence of amounts paid to.
Sr, oiitrutor, Supplier or other person i)r organization
CON•(RACIOR in accordance with
'to• famish or perform any of the, Work-ag-atrts{ whom
CO, TLRACTOR'S "Appbcmidns fat Payment":
CONTRACTOR has' reasonable chjection:
UCDCUEVM7 L CONDI'DO.`A' 191 u-s(19)u Emiid]
13'
w'l QiY OFFOR'r CDLLI NS MOD11rICa TIOv.] (m a20a0j-
1
I
6,9.2. CONTRACTOR .shall be solely resporisible�
for scheduling .and courdinadig, the 'Work of
Sttbcontrncttirs. Suppliers and other persons, and
organ zationu performing or flinnishing any of the
Work under a direct. er indirect amtract with
CONTRATOR. 'CONTRACCTOP shall require nil,
Subcontractors, Suppliers and such other persons and
-organizitions perforating or'fii'rrush[rieaiiy of 'the
Work to cammumC•ate with the,Ei\'G[!=an tlirom;b
CONTiACTOR.
6.10. ThedivisionsendsectiGn:ofifieSpeciGuitiors"and
the identifications of any Omwirige shall' not control'
CONTRACTOR in. clivitling _ the ' W6rk among
Sutkoniracto s or Suppliers or _delinearing the,Walk to. be.
perturnicd by any.spcnrrctrade:
6.11. All Work perfoimed .for. CONTR.ACT.ORby a
Subcontractor or Supplier will.' be pursuarit. to an
appropriate agrccmim: between . ONTRACTM and the
Subcontractor or Supplier:whic} specifically binth the.
Subcontractor or Supplier to the applicable. terms 'and
conditions of -the Contract Docmmnts, for the- benefit of
r7kkf\LTKRand.ENMlNFER. W*ereve�aa}stshn zimeni
is-wttk-p-,Stew�apatof��.,-1::^,sv-,:s-an
additi
I en
dA'n
f+,e en-4i»
C�'V'FRi1ETF)li-n tit!-tha-SuLt:onuactiir-aF-:wpp} ieF-will.
ra i he SuN rAiJrb � tippli
1 IN'E6R'e .ram,_^.ltnnt�tino ell- athrF
edditiotiat-i^.=a.•'�-f n�.l
artsata alit A oFrrstl ..A 1.
such-pt3keK�art4wrtv-ether-@reptrt�+ns�xa!icettgp4tceh#rto
thr-:t:.a:,�Ff ing-insurers-on-arty-Birch=poltvrs-rzquira
taFcx
�hl�piicf'-��1`l••il�±i.^�i�I�W tliEtbF6tfFtih�Slrliii;.
'Pnrrrar Fecs gird gotra(ries.=
6,12- CONTRACTOR shall pay all license ftes.AM
royalties and assume all casts incident to, the ,use, in the.
performance of the. W'ork.6r the incorporation in the -Work
of tiny, invention; design. procass. product or dev,im which'
is the subject of parer rights or copyrights held'by others.
[fa particular invention, design, piocess..product ordevice
sp is ecific& in the Contract. Doinunens for use in he
performance of theWorkand if to the.actual knowledge of
OWN,TR''or F 1GINtEER its Use ivsubjcct to patent nghw
or copyrights catlirg for the payment or.Any license tee or
royally to odic-., the existence of such rights shall be
iscl -dosed byOWNI R' in'the Cantmci-Dtnumeri s. To tile.
fittlesi .extent' permitted by ' Laws and' Rd.&1atitms,
CONTRACTOR. shall indemnify ,and' hold hannli^s
O�V� iLR i TGG ;ENGIFL iENC[NU-ER's Consultants and the
losses.anil damages arising out of or resulting from any
k ingcmim of patent rigitts�or. copyrights incident t6 the:
tsein the performance: of the Work,or resulting [ruin the
incorporation rn. nhe WA. of .any indentiorr, �desim
process product or device not specified in the Contract
Documents:
lu 6JC'UC'<iEYER.aI, C:OWt710N51JtUJ,tIi JU Ediliml:
wI C7TY OP RORT CULLf ZZ-IODIFlCA'rlONJ tRLV d200)
Terutirs.
6.13:. Unitss otherwise. pi-ovided'in.thL Si4pplenientary
Conditions; CONTRACTOR shall gbwin:andpay Cur all
mristruc}ionPermits and licenses:. OWNER shall assist
CONU AC!'OR, when hoc'aary•, in obtaining. such
permits und'ticenses. CONTRACTOR' shall ,pay all
governmental charges arid: inspection fees ncee:i h.for
he prosxulion of tkc AVork which are applicableial, the
time of opening of Bids, or,, iC-there•ar: no Bitty. on the
Effective pate of the ereement. CONITP_\CCOR" sliall
lay all Ca,ea. at.utility owners Con. tonnttlions to the
Work, and.OAVNER shall pay all charges.ot'such utility
owners for- capilaf costs. related thereto such as. plant
invesnnent•fees.
6.14- LanaandRrglliduf.,
614A. CONTR.9CTOR shalt -give, all netiees.mid
comply, with All 'l;aivs.and Rcgula'ionss,applimblrto
furnishing end `performance of .the Work. Except
where- otherwme eepresslyrequired. by Applicable
Laws .and Rcgtdatiors,- ocidicr. OWNER nor
RNGYNKEER shall he responsible for no6it6ring
Cd,,4.m -.TOR's.compiiance with any Laws .or
Regulationet' '
6.14:21: if cow- R:ACTOR_ pertanhsany Wdrk
knowingor having reason to know that it is contrary
to laws or RegulauonSv CONTRACTOR: shall bear
till, claims, costs,. losses. and damages caused by,
'ansing out of or resulting thcrcfrcini;'hrnvevei; it shall
not Me CONTRACTORS primary responsibility .to
make certain thatthc pccificationisandDrawingsarc
Fin nccrrdana. with. G'tws and. Regal alion.s, Ibi.t this
shall not relieve. CONTRACTOR' of
C;ONTR GUOR's obligatians'undt: lzuragraph 13.2.
Tares
¢.lj, CONTRACTOR shall p;y all sales, consumer,
use and other similar taxes required to bd� ,paid by
'CONTRACTOR 'h accordance' with the .Laws and
.Regulations at' tha- j.lice of the Project. which arc
applicabledo ing the perfcvmm�ce. of the Work.
6.1 i.1. OW-NTER isesemot from Colorado State aw
load sales -and atse La;xs - on materials to .be
peniitinently incorporated tnto the oroiecF. Said tales
Ail] not be included in the.Contrict Price.
CONTRACTOR. -must aooiv for, And receive, a
Cortilicate of .E-Nemptlon'.frnnl 'the. Colorado
Detvirtment of Revenue forcorstnictionmaterials to
be- ghy 9cally_mcoTorated:' into the, proJeCL This
Certification of 'Ezemotion provides• that _the
CONTRACTOR shall neither pgv nor include in his
Bid Sales and' [ise Taxes out those:' bttildim3 and
Construction matemis vhvsically incorporated into
the nrolect.
Addrts.4:
Colorado Department bf Revenue
Strata Capital -Annex
i
I
.1
I�l
r
1
1
I
I
1
I
137i'Shemiiawstreet .
Denver: Colomdo..M261.
Sales and Use Taxes tier the, State of t olomdo.
Reeiotml.Transportation District' (RTD) and -certain
Colorado .counties are onllected by 'the State of
( alomdo :and are include) m-the Certification of
Exemption.
All applicable Sales and Use t'axes.(includii State'
collected umses), on any items.other than construction
and building materials phvsicalWincuroomted into the.
(noject are to be paid by CONTRACCOR and are.td
be included in apwoonit.e bid items
Use of Prendcer:'
6.16. CONTRACTOR. .skill .confine construction
equipment. the storage ofinatcirials and equipment and tie.
operntions of workers to. the.shc and.-lantl' and areas,
idmufied;irl and,pemnitted by the Contmet.Documents'and
.other land and areas pemtitted.h); Laws and Regulations,
.
fights -of -way, permits ,and casements, -and shall '.rot
unreasonably ericumber'the premises with construction
equipment rir other materials or equipment.
COuNM%CrOR shill assume: full 'n ponsibihty hx any
damage. to an such land or, area, or to. the owner or
occupnht thereofor of anyadlacent land or :areas; resulting.
6om the per(urnancc of the Work Should tiny ch&Wbe:
made- by any such owner, or occupant bcc Lw of the
perfomiance of,ttie Wort. CON'rRAC.I'ORshall promptly
settle with such other party by negotiation or utimvise
resolve the claim by arbitration or other dispute msulution
pra:ccdingniat law. CONTRA I-Mshall, to the fullest
ecmnrpermmtcd by Laws and Regulattom; indemnify.and
hold harmless OWNER ENGl3NTX- R E40NEERs
CgrtstilL•tnl and an
yone dUeetly ofr indirectly employed by
any of them, from and against all claims, casts lass sand
damages arising out of or, resulting from -any claim or
, tctior legal or equitable., brought byany such owner or
a:cupam. against OWNM ENGINECR ot'any other lyuty
indemnified hereunder to the extent caused by or based
uponC0NTRACT0W%perf6rmance of the Work.
6.17. During the progress of the Work -CONTRACTOR
shall keep the premises Gee from accumulationti of waste
materials: rubbish and bdier:'de" resulting from the
Work At the compleuon of the Work CONTRACTOR'.
shA.ra rnovc all waste materials; n bbish ar d.debris from
End' about the .premises asr.well as all togls., applianccs:
construction equipment and" machinery ,lend, Surplusmaterials, CONCRACTOR'slrall I leave the site clean arxf
ready for. ocupamy by OWNER..at. Substantial;
Completion of the Nprk: CONTRACTOR :shall restore to:
original condiuon•tdl property not designated fiv.alteration
by the Contract Dmumenm..
6A S: CONTRACTOR shall m0dadmdr permit any,part
of ahv structure to' be Ibade6in.any.martiier, that wJh
cndarg r the` -structure, nor shall'GONTIL\CTOR subject
any part,.or,the Work or, adjacent property tostresses or
pressures,diat will endanger it,
Record Vocunrents:
F�C:UCOEi�1El4m:,CONU1710:`b'�I91ShY (l7)n E:ititiiell
War CITY OF LORD COLLIM:MODIFICA.MN5(RL•V,10000)
',6.19;. CONTRACTOR shaII maimaut in mfe. place at
thesite one record copy. ofall Drawings, Specifications;
Addenda: Written .Amendmenls, 'Change Orders Work
Change. Directivcsm Field Orders -and written
.m[erpretations and, elarifrwtrons. (issued pcusuant. to
pata..mph 9 ). inSood' order and annutateJ to hoiv all
changes made during comL uCtiorL- These record
documents: together: with.all.-approved Samples and a
counterpart of all appniVed.'Shop Drawings will be
available. to ENG12NEER' for reference, Upon cumpletiort
of the Work and prior to release, of. Gnal pavment these
record dpcuments,'Samples,and Shop Drawings will be
delivered to..ENGUMEER' for OWNER:
:Saferv; aurt-Protecdon:
6,20. C0NT1,\CC0R shall' bq responsible tor,
atitia6ttz, maintaining and"Supervising . all. safety
precautions and pr4ams inconnection with,thck. Wor
CONTRACTOR shall take all: ncccssuy precaurions to
.the safety of .arxI shall provide the nmessa_ry protection to
prevent damage; intury or loss to`.
62(1.1.:nil persons. on the Work -site oi tiho may. be
affected by the Work;.
0 0" ,all the b1'ork and materials and xquipmcnt to
be ituorpamtcd dnercin, whether in storage ort-ur olr,
E ib site: and
o'Q Y -other property at the`ve or adjacent thereto,
including 'trecx shruhis, dawns„ ivalks pavcmcrtts;
roadways, structurm utilities and Underground
Facilities not•dcsignatcd for removal,, relocation or
replacement in the course oC construction:
CONt'rRACTOR shill' yompry.tviti ;ill,applicahle Laws
and Regulations of any public: body havingjurisdictionfex
safety of persons or property or, to protect them, resit
damaSc, injury or loss; and shnll crest and maintain all
necessary salegumds liir such s ifcty and prinection.
CONTRACTOR shall notify owners of adttce t property
and of Undereroamd Niciliucs and utility putters when
prosecution of'thq Work may affect them, and shall'
.awpemtc with them in the protection, removaL relocation
and replacement of thev:propehy_ All damage; injury or
loss to. any property referred' to in rzaragrtphs 630.2 or.
6.303 caused, directly or indirectly, in wholeorin part, by
CONTRACTOR, any Subcoiaractur, Supplier or any
other person or organization directly or indirectly
employed'by ahy of them -to perfypn or. Cornish any. of the
Work or anyone For'whuse acts myof them ma) be liable,
shall be remedied by coNrmACTOR (e..rcept damage or
loss attributableto the fault of Drawings of Specifications
.or to the acts or.omis5ions oC0\1TfITWor ENGINEER or,
1SIUIPICLR's Consultant or 3nyune employed'by any of--
them oranyone'tor whosa acts any ofthcpr may be liable,
and not attributable, direcily or indirectly, in whole or in
part, to the. fault air negligence of CONTRACTOR or any
StibLontractor;" Supplier or other person or organization
directly or indirectly employed by any of them).
CON rRACTOR'sduucsand responsibilities, for thcsafety
and protection of thvWork shall continue until such time
as all'the Work is completed'and ENGINEER his issued a
Ii
L!
L
1
[1
0
SECTION 00020
INVITATION TO BID
Date: March 16, 2012
Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as
OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on April 9, 2012,
for the Concrete Maintenance Project Phase 1; BID NO. 7361. If delivered, they are to
be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If
mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly received
will be publicly opened and read aloud.
The Contract Documents provide for the construction of Bid 7361 Concrete
Maintenance Project Phase I. The Work shall consist of the removal and/or installation
of concrete curbs, gutters, sidewalks, crosspans, aprons, drive approaches, inlets,
concrete pavement, and pedestrian access ramps and placement of temporary asphalt
patching adjacent to new concrete on designated streets in the City of Fort Collins.
Related traffic control is also included.
All Bids must be in accordance with the Contract Documents on file with the City of Fort
Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524.
A prebid conference and job walk with representatives of prospective Bidders will
be held at 8:30 AM, on March 22, 2012, in the Training Room (Conference Room
2E) at 215 N Mason Street, Fort Collins.
Prospective Bidders are invited to present their questions relative to this Bid proposal at
this meeting.
The Contract Documents and Construction Drawings may be examined online at:
' • City of Fort Collins BuySpeed: https://www.fcgov.com/eprocurement
Bids will be received as set forth in the Bidding Documents.
The Work is expected to be commenced within the time as required by Section 2.3 of
General Conditions. Substantial Completion of the Work is required as specified in the
Agreement.
' The successful Bidder will be required to furnish a Performance Bond and a Payment
Bond guaranteeing faithful performance and the payment of all bills and obligations
arising from the performance of the Contract.
I
notice to OWNER.and CON \CTOR in accordance
with paragraph'14.1'3, that the Work is acceptable (ex6ept as
otherwise -expressly provided h connec6un with
Substantial Comple¢oril.
6:2i; SafMReprertnra&i .
CONTRACTOR shall des anata a qualified and
e-vperienced safety representative at the site whose dutic:s-
atul resPonsiliilities_shad be the preventionof accidents and
flit matmanung. and supervi.4 fig of safety precautions turd
'programs. ._ ... _
Httyard Eanmunirnrion Prvgrumr_
6,12, CONrfRAC:TOR .shall be, responsible fix
coordinating any c;icictnge.6f-material:sutety, data sheets or
other hazard oommiuticafimi infmmation •-required to� he
made, available to or •cschin_ed'between or, among
cmliloyers at the site in accordance -with laws, or
Regdlatibas.
hinergenciev..
n _3, In nncrgcttcics ai ictingthc.saretyor prntection of
persons or tfio Work- or -property aptlic site•or•adjacent
thcreta. CONfRACI'.C}R- without spceial' instruction or
au8wriratian,lrorn OWNER at ENGNTTP, is obligatedio
act to .pre"vert ,threatened damage, injury or loss:
WNTRACK)k. shill Pave hNICHNEER prompt' written
notice if.COM•RAC."1'OR believes that any significant
ehinges in the Work or, variations from. the Contract
Documents have been caused thereby. if ENGR EER
detemiin& that q change in the Contract Documents is
required because of the action -taken. by CONT RACTOR. in
response to such an emergency, a WorL Change Directive -
'or Change Order will be issued. tn. -duuument the
eonseY ut nccs ofsueh action
424: Shop Drawings and Samplev
,6.24,1. C'ONTRaCTORshall submit Shop Orwu"V;
to ENGINEER for review and approval in accordance
with, the accepted,schedule of Shone Drawings, and
Sample submittals (see paragraph 29). All submitals.
will be identified as ENGLVT=- may -.require and in
the number of copies specified in the General'
Rcqulmements, The data showrt on the Shop.Dmvw-mp_
1611 be complete with 'respect 'to quzm6de .,
dimensions, skcifred performance and design criteria,.
matenak and similar data to, show .0gGNEER the
matermN and egwpment CONCR4CMR pruposesto
provide .and to enable ENGLVEER to review the
info rnation Cor the, limited: purposes -required by
.paragraph 6.26.
634.2. CONTRACPOR shall alsc sulmiit Samplestu
L� QINGER for review and •approvat in accordance
with said accepted schedule- of Shup Drawings and
Sample submittals. Each Sample will be identified
clearly -as to materiaL Supplier. pertinent data such as
Catalog. numbers and the use for which intended and
oihenvise as, ENGINEER may require to enable
F\IG(MEER to review the submittal' far' the limited
EJCDC USNEFt,\L CONDIT10M 6 LO-3 (1999 EOitiarl
11i. w1CITy 6FFORT COLLt.M_moDalcxn0NS ITU--V•1209(n'
pWpostsregained by paragraph 6,26_ The ruiutbers
of each5ample inbesubmittdrlavill:be,ns specified in
the -Specifications.
6.25. Submina! Procedurw..,
6.25.1. Before submitting each -'Shop Dnavirut or.
Sample, .CUNT• RACE OR shall' have- determ inrd and
Verified;
field .meauiremems..quantities.
dimensions, specified •perfurmance cril'erm.
insmllatidn reyuiremem:,, mnterials, amli g
numbers and similar information, withj pc
thereto,
6:25-t.2: aU`materials with respect to inlendeif
use,. fahncation,_ shippppine:, handlarg, stoicgge;
assembly and installatidr per mru tg to he
performance. of the Work,. and
6.23.1.3. all information felntive to
CONTRACfOR's-sole responsibilities -in respect
of mean., methods, techniques,,. sequences and
procedures of coristruction and satcry prccautiorm
,and prugra iis'incidcnt;thcreto;
CONCRACTOR shall' ,also have. reviewed .and
coordinated each Shop Dmwing of r Sample tvith.other
Shop Drawings and Samples and with the,
requiremerits of. -the Work- and :the Contract
.Documents
6252: Each submittal.will bear a stamp or-,soccihc'
written indication that COiv?RA&OR has taitisfied
CONTPU\CTOR'.s obligations, under_ the Contract
D icuincnts.with.respect to COi`frRacrows review
andapprovalof.thatsubmitt 1.
6.2i,3. At. the, time of each submission,
CONTRe\CTOR sii6fl give UNTO NEER specific
written notice of such vanahons:df any, that the Shop
Dmw`mg or Sample submitted.ntay have Dorn. die
requirements of theo-:ContraetDccuienu, such notice
to be•m,a written.evnmuniLation separate from the
submittal, anal, .in adchtion,, shall cause- a 'specific
notation to be made on each. Shop Drawing. trail
Sample submitted to ENGINMER. for .review and
approval of. Hch such vitriation.
6.26 ENGNEER will .review end appro8e Shop
Drawings and'•Sarnples in accordance with the schedule of
Shop .Drawings and Sample, submittals accepted by
RIGENTEER as icquired by pammph 2.9. ENGNFER's
ravieweand approval. ,-ill be, onlylo determine if the items
cuvered by the submittals \gill, alter .installation. or
i icorpumtion: in the Work; Wnlorm to the information
iven in the Contract Documents and be compatible -with
the
ICSIgR corcnpl of the completed' Protect, as- a
functiotr� whole its indicated by the Contract
Documents. ENC@IEER's review and approval will not
extend to means, methods, techniques. sequences or
procedures of construction (except where a particular
means,, method, technique, saiucnce or procedure of
I.
I
coratruiction is specificnlly md.expressly called for by the-
ContracCDocuments),or'm safety precnutions or prc+gmms
incident thereto. The rcvtcw .and approval of,a sepamtq
item as such will not mdtwte.approval of t} c nssembis to
which the item functions CONTRACTOR shall male
a+rrectiom required by ENGINEER, and shall remrn,the
required numbs of etmeetedcopies of Shop Diawines.ana
submit -,is required'new.Samples totreview and approval.
.�
CONITR.-ACTOR shall -direct -specific attention in µvritina to
Vby
t
.rcvisioiis. other than . the corrnUrons collect for
Q4GLr,-lZartpreviRussirbmituds:
6:27. ENGINEER's revieNG and 'approval .of -.Shop
Drawings or Samples shall not relieve CONTRACTOR
Iihe.
rmm responsibility for arty variation from requirements
of the Contiaet.Do;um.nts unless CONTRACTOR has in
writtrtg called ENGhNIEERs attention to each. sucli
variation. at the 'time. of subhriission is required .by
paragraphi n 25 3 :and ENGINEER has•'gncn written
approval of cash, such variation by a specthc written
notation thereofincorporatcdin or accompany_urythe Shop
Drawing or Simple approvni; nor will "my'apprnval'.by
F itNF.FR relieve COMrI ILACTOR from. resP9nsibiliry
for corn lymg with the recuirements of paragraph n a5.i.
628 Whem a Slop Drawing -or Snmplc-is required.by:"
the Contract Documents or. the schedule of "Shop Drawing
and Sample submissions accepted by .FNIGN TFER as.
required by paragraph 2.9. any related Work pertoiitled'
poor to E'r`rM 1FEI;'s review and approval.of the pr.rtincnt
suhmittal will be"at the sole e.*nse and'responsibihtyof
coN'I`Izac roR.
Gonanuink dke'Work
624: CONTRACfOps shall carry on the Work and
adherc';lo Elie frogress schedule during" 2111• disputes of
disagreements whh!OWNER No Work shall be delayed be
postponed pending resolution. of any'- disputes, or
di �recments "Neept as permitted by paragraph L5 5, or as
OWNER andX-ONTRACTOR'may otherwise agree ire
}4Trting.
6.30 CO/VTR•ICTOR's General ImarrwdY 'ern d
Gaarnnree: - -
6 0j CO_NT[LICSOR warrants arid giiarantks -to
OAS IIC fNGWEER' an l`ENCLVHL•R's Consultants
"tall Work mill be in accordance,i_vith the Contract
Documents .and will, not be defective.
T
CQN'TR,kCfOR's wturarity and guarantee hereunder
. =,eludes defects;or damage cowed by.
'630 L L .abuser modifimtion :or improper
,amtenartce or oper<ttiort by persons,other thin
-"CmONTRACTORe Subcontractors 'or,Suppliers; or
630.12: .normal wear an,d'tear unto noaaaL
usage:
0:30.2 CONTPAC,TOR's obliiration -to perform and
complete the'Work in accordance with the CIcnrract:
rDcoomcnts shall.be absolute. None of the fo(low ng
will; constitute an acceptance of Work.1liat is, not in
�'
tJco�ce env coNutno�ti•ivitt 0rxirbtiuu
,ar a'rr OF FORT d:oLU lss ntouuVICATIaT-43 rosy an_u,u1t
accordance with the Contract Documents or.n release
of,CON rRACTOR's cbligatiori to,perfimn the.Work
.m accordance with the Contract,DocumcnE
6.30.2. k observatibns.by ENGINEER:
630.2.,2., recommendation of any .progress or.
to al paymer [ by FrtiGLVEER
6.30.2.3, the issuance, of .a certificate of
:Su6staiitial'Complelimr :br- arty pnymenl by
OItNfR to CbNt 7Yv\CTOR under the Contract
.Aacuments;,
6 30-2.4: use or occupancy of the Work or any
part thereof by OWNER;.
A.30.13;. any..accepta ce—.by OWNER on'arty
ladure Eo do so:.
6 3rl?:6 any,, review aryl approval of'a. Shop
Drawing or Sample submittal.ar the issuance'of a
notice of acceptability by ENUINEER-ptiewmnt
to paragraph
-6.3(1.2,7 any^ imNctim tgst•cr approval ,by.
others -"or
6.30?.S any correction of ,fkcrive Work by
OtVNF R'
�/IdrellN If1CalllM..
6.31 'ro.the toucst extent perpriut cl b
Rerulationa; CONTRACTOR shall indemn
Consult nLs,and thc'ofticefs, duy,.lnrs, cmployecs.agcnis
itndIother consultonts of each and anv of them from and
against. all clamrs,.costs, lOssws and aimwges (inclddiiig,
but not limited to all' fees and.chnrges of engineers,
architects, atiorneys anti othei professionals atld all,cour
or arbitration or other disputeresolution costs) bused by,
arising out of or resulting -from, the performance. of'the
Work providalthat any such claim cost, loss or ilemage.
(i) is attributable to bodily tn)urysickness . dtsease or
death or to injury to or desutrgton'of tangible property
(other than ihe7 \lurk iC<elt7 inclilding the-loss,of use
resulting therefrom; and (u)� is caused in whold or.in part
by any negligent act or cmissical of CONTRACTOR any
Subcontractor. any Supplier, any1-persar or.organiuttion
directly or indirectly employed byanyof them to perform
.or furnish my-iof the Worka .or nyone for whmc aces" any
ofihem may be liable, regardless of whether tic not causad
:in part by any'negligence or onusstoh of.a persan or entity
.indemmhedl'hereunderor avhd,thar liahihty is imposed
upon such indemmtrect prarty by Laws and Regulations
regdrdless of !fie; nrgligmix ofuny such pe'rsunor entity.
6,32. In, any and ;all claims _a nirut OWNER or
GNGMERarmy of Ihcirrespective consultant-, agents
ofIIcem d,recturs`or-emplpyets by any employee (or the
survivor or. of such employee.) or
CG\`rRiACTOR,: any Subcontractor, any Supplier: any
Nrson or organizatione5rently or indirectly employcd by
17
J,
any of them to perform or furnish. ,it* ofthe Work- or
anvone for whose nets any -of them maybe liable; the
in&mnificaticin obliiiii,tion under paragraph6.31 shall not
1: fimiteti in any way by.amr'limiu limitation rt the amountor
type u'l),damazel compensat-i6zi-6i bericOLs payible,lby or
60 MNITRZT(A or.any sUrK'Subcontractof,'86pplier or
other person or organization under workcri? compensation
acts dmbifity berrefitacts or other employee benefit acts.
6.33. The indetunificaticri obligations of
CONTRACTOR tinder; paragaph 6 3 1, _shall not extend it)
the liability of - EIN - GNEER . and ENIGNIMEVS' Co sultanls
officers, directors,,
employees or..rgents mused- Ity the -
professional ncgligcncr, errors or omissions of illy of their.
Sunival of Obligiifims:
34; All rLprcsLhLation& indemnifications; warranties
imcIgumantez , s made in. ;cquircd by or givcn iii iicwidandc
with:thq Contract 'Docuracrits.. as' well as alir oontinuinj
oblidations. iddicatcd in the Contract Documen" w-illi.
.%It ylve fins[ pay'rrent, ooTple.66h,arid acceptance' of, the
Work and termination or completion of die Agretiracrit.
,A_RtIC,LF 7—OTI-TER NVORK
Retaied lVm* at Site:
lj, OtVNFR,ffiay perfaim other, work related -to the
Project at the site by OWNER!s own forces, or`lctoilmr
ifirca - contracts therefor which shall' containC;cnemli
CoricGno'ns similar to these; or have tither work- pertbroned
,by utility owners, If the fact that sitch.other work is to be
pdVormed'was hot tidied in ific Conti -del. DoZ-umi:nL.s,'dicn:
,(i) written notice thereof wilt be, given veft - to. CONZ-MkCTOP
prior . _ to starting any such•&ther work- and
(iJ)CQNFrPU\CT.()R may make .a claimtherefor as
pr6vided in Articles I I and 12 if CONTRACTORbehev,r,
that such l5erlarmance will ihvoK,e additional exper=. to
CONTRACTOR or-r4ires additionil time arid the parties
-are unable to agree as to the umount or extent thereof
7 ' 2: CONTRACTOR shall afford each other contractor
who is a party to -such a dircct contract and'each uiiiity
owner (and bWNLR_' if OWNTER is performing the.
aditional work- with OWNMR's cmpIdVecs)proper and
safe access to the site,ind a reasonable opporturuty for din
introduction and'storage of,malCrials and.eiluipnuciht. and
the c;xccution ofsuch other workjandshititprupcityconnect
anid,coordinate the Work, with theirs:Uriless.odierwise
provided iri the Contract DocLionents., CONTRACTOR
shall.do all cutting, 'Gaing and patchin6 of the Work,that
may be rauirtd to make its several parts conae.wSethi!r
properly JL inleer4to ' %Vith such, other work.
CONTRACTOR shall hot endangur any work of others by
cutting- excuvating or otherwise altering. their work and
will only cut or,alter their %YA- with the twitten consent of
a4cm4tfilz a*rK,i the others whose work,will be_iff&tid:
d The duties and respon . sibi I itics of CON'rP-A(:rOR under
ihis paragraph are ter the benefit of such utility owners arid
odier, c6m]mctors to the-a-rrentthht there are wmrrtmble
wt CITY OFFORT (IOLLIM -%I(JDIHC.Vn ONS (PLEV40000)
pr&isions for the, benefit. of QONTTUkCTOR in said
direct'Mritracts between OW]NMR and such utility owners
and other contractors.
7.3.. If the proper execution or rcsults• of any part of
COITFRAGI'OR's'Work' depends upon. work pertbrated
by others under Article 7,_ CONTRACTOR shall
trispect. such other fwork and, promptly report to
,ENGDTKER ih writing -any delays, defects or deficim'Cies
in such other- wcrk,that z:endci it unavailable or uiciultabic
(or the. Ottipq execution and'results of CONT RACTOR!s
Work. proper
Failure "so' to iep'O'n, will
constitute an acceptafte'a of such other work- as Fit and
proper for inf:aation with CONITRACTORs Work
except for latent,or nonapparent defects dnd'drficiencizq
in %Uahothcr work.
Caoreffn&ion:
7.4-. If OWINER contracts, with others' for the
performance of otlicr. work otirthe Project at the site. the
fallowing will,he,set forth in'Suppl6mentary Ccmditi6o�q._
74.1. thzperson, fmi orcorporation rind will have
authority and, rcspmsibiffty for coordination of the
actMfies-ainoog the various -prime continctdri%4ill, be
identific cl:
7A.2: die specificmatters to bc, covered by such
authority and responsibility twill be itemized,,,ind
7.4.3. 'tiitt Went PC . such 'Ouiharity find
responsibilities will be p.mvidecl-
Unless -otherwisti 'picivicicd in the Suptilcmentary
COnditibrits', 'O-%V'i\'FR shall - have sole- addiority and
responsibility in respe'a"Of such,66ordination.
ARTICLEL8—ONVINER'S RES . PONRBWTrrs.
S.I. Except as otherwise provided -in these General
Conditions, O%krNFR shill]. issue all vommunicaticad to
co\WRACTOR ifirough 04G PM- M
sa in <%;tsc of termination of the employruaiz,of
ENGINEER', OWINER. slhafl• app(iinr qn,engier against
whun COi4TR-At%T4DR—makes-ncrrea6uinble bbjei:tkwit
wh6;se statue utider-thi Contract Documents shall'be i-tiat
of the former ENGUCEIL
8.3. OWYMIZ shall, Furnish the cULa required* of
OWNER uncler the 'Contract Documents, promptly' and
ihtal,riiaka Pttyrnerrtsjo,CONTFZACTOR promptly when
.they, are due asprovid4in putfuniplis 143.and 14.1-3
8.4., OWNER's. duties in respect of providing lands
and casements and providing cng surveys to
Latidilish.r�tcrcncc points. are set Mhel�rparjgniphs4_1
and 4.4. 1 Paragraph 4.2' refers to OWNTER's identifying
and makirw� available to CONTRACTOR copic-S of
reports of explorations and tests of subsurface conditions
at the site mid drawmgs•qf physical conditions in existing.
1,
1,
I
I
I )
I
I
p
structures at or edintiquous to the site, that have been.ildiind
by ENO rN_CM'ih prefairing thc.Co'ntraca, Documents:
forth:inlinmgrnpha3-�the'vetgl}-i,1 Cr-
X6. OMNER is obligated to executeCharge bedas as
indicated in -paragraph I . 0.4,
and
in respect of certain
ins Forth
.p�chons� tests. and apprmals is set ort in
Pamgm0h� 134-
in.connection with OWiNF,P'.iright to.qopWork or
suspend, Work, see Nrigraphi; 13.10 and 15:1,
Paragraph 1 1 5.2 1 'dcals�witli- OWNER's right to terminate
ry seic . es 0 . f.M\rrRX(.-rOR undercirtain*clocumitancci
Xg; 'rh,� OWNER shall not supervise4, dircet or have
control or• authority over, nor. -bc •responsible f6r.
CGNUR-ACTOR's.niehns, methods,'terhniquds, sequence-S
gr procodurcs; of construction or the safety precautions and
prpM. ins. incident thereto, vi for any ' failure of
-CpN,rR.,\G-r.ok. in comply with Law% and Rcgulatibris,
applicable to -thu,fornishing or .PC rrorniance of the Wink
OWNER will aot bx responiible-f6r CONTRACTUR's-
Cailury to perrtam. or funnish the Work iii acwrdu-J'with
'the Contract Documents-
Rfidiosetive fater�, revealed At the -suers
SA fOF!h in Pffaeraph4�,_
11. 4F ftnd to the exre it 91W?
riFiatwia
arrangernerim—haviebeen—, made--io7satis&—GW-NEW
2retV lah-urthe
ARTICU 9-EINGMIFRIS •STATUS DURING
coilsmuctI&N
9,1 ENGINIER will 'be O.WNIM's rcpreseiifatiirr
d , urinaz the. construction. Funoti.; The dubs ,and.
responsibilities and the limitations of authiii-ity of
RIGM-ER .as OWLN'Efes, representative, during
wristruction are set -forth in the ContractIPM-muents and
shall not be exterided without
written consent. of OWNER
9.1 fti\'-GMM will makc,viiits to the site at.intcrvnts�
appropriate to the. various. stages of construction as
ENG , MER: deems necessary, in order.co; observe as an
ex nmcednnd'qualitiM Ucsip profc�ssiorcil the proirress.
%V1 CITY OFFOK r COLLIINSMOOIFICAFION3 (ALk.'4POODJ
that ha been made and the quiifitii of the mioiLs aspects
,or CorrRACTOW3 ttxecubrd' Word: Prised- on
information obtained.dunrig such visitsarid obstrvatirins.
fNGr,NEERwill 'cn&av()r.(6r the benctit of,OWI�M- to
determine;. '-in if, 'the. Warl. is proceeding in
'accordance with, dir &mracr (Joc-urim meENGINEER
.will not be required -to make- -C\haus I tive or continuous on-
,ae� ins . pectibrLs to chcck',the -quality in tluantity' of the
Work E,\GL\IEI:R:s &6rts!.will be directed toward
i I t .0 .
providing r OWNER. a'greater dsrec of conFidence that
th ' 6 completed Work will confc�rn generally to the
:contiaci bbcumcrits* Oni iihe basis of suchtViiiis and or -
site bbservritiam E-4GL\MFR will keep OWNER
irdormed of the progress of the Work and will cndiavor to
guard OW\ NPR iighinst &Jecnfve Work:ENCRAH.R's
visits and. on -site ol-'ser-yation-s are subjc6t to all the
limitations on ENGINEEKs authority and're:q=sibi5q,
set. Fbith in paragraph 9.13, and particularly bta withcmt
lirnitation. durirg or as a result of'ENIGNIEER3.uns�tc , - visitv, or o0vations; of (O'M'p_A'crOR's Work
LNGFINEER will not supervise, direct., control or have
authority over or be responsible for coN,,rW_;rQR's
means; methods, techniques, seqUenceS or procedures of
construction, or the satety precautions --and' programs
incident thercto, or for any failure of CONTRACMIZ to.
ocnaply, with* LawN ao& Regulations ippli9hlo to- the
'rurnishir ig of perf6rTm nce of the Work.
ProjM ROrinenlafivc-,
'�J :If bWNF:R and FNGILN,FER.rigree, kNGUNEER.
will tiurnish a. Resident.Project Represchtative to assist
ENIGNEER in providing more cm_t1nu6osobsa_vmi6ri of
the Work- 'rhc responsibi [ides. a�rid :riuthMty and
,limitations thereon of arty such Resident Project
will be isprovided in
jamgpohd9.3 end '9.13- imd-4_411�suppl�awmary
GriridiiiunTufthesc General! Conditions. If . OWNER
desiigfizaes atnother reprdcrilativc_ or agent to, rep"sent
OWNER at�thc site whoisncit: ENGIINEER!s. Consultant..
agent or cniplgyer.' the responsibilities and nuthurity an lirni ztiom, thereon of such odier'pers6n. will. be as
The KsWre,scmativc's dcalin- piut matters
rteainim, to.the on -site work will_ genZe be with
the ENGINHER But. the' Z arid CONTRACTOR, Bu
Representative will keep the OWNER properly'
about !such matters. Thee
� ftv Lth subcontractors will only be thrmOi o .full.
CONTRACrOR.
93.2. b6tics and Responsibilities: kcfirescruativ
%vill:
9-3.2.1 -Schedules - Pevicw the nrou-ens
I ry
I
sc"ic and otlii scliedulcs prepired' by the;
CONT-RL(ITOR-'.and' consult._ with- the
-ENGNEER concernifia acwplabiliM'
93.2:2. Conferences- aril Meeting — Attend
meedng with the- CONTRACTOP such -ag
nTQnAructibn wnfiremx promess mectin"m
—dawr' tob .-contgences, and -prepare and
drallate copiesorminutes ofmecti= .
4123. Liaison
9.3.23A. Savo as: UNGINtRRS liaison
with CONTRACTOR, working principiilly
dirouWi CONTRACTOP'S m1perintendarivic
assist the CONTRACTOR m undmmndim
the Contratt0m:umenU
,9.3.2.3:� Assist in obt6iniitgfrom QWNER
addifimal dernih. or -infomfatiorf when
rcttuiired,� for pro= execution of the. Work.,
A3233: Advise the EI-461FIMFER and
cowrRACTOP, of the commencement of
any Work- requiring 'a Shop- Drawing or
b,m a "proved by the FING [NEER:
,ARyit%v of W6rK%- Rciec6osi of NfeqiV
jVork I mTeRtions and Testa -
.9.3:_:4.1. :Conduct on -site ohscrvatitirts of
,in danonuinittg that the Work is. - cadin�•in'
,Rmorchnee with.theContria Documents.
9,3 2.4.3. Ac6miparj�tuig ugp tors
get
��b or-athcr aLencies having
jLtltkSion over the ProjqgL m ortL the rest w
�,c _
of these inspections and report' Lo- the
ENG M--ER-
911.1i lnter7iLliation of CmtriCt
Document;.. Report to ENGWEER. .%4hm
clarifications. and. inlciwelalibm or the',Cantract
uments are itceded .and tmn=it .to
CONTRACTOR clurifi,;tition, al2d injerptetAtion
.of -the Contract DecumenLs-ws issuctJ by the
ENGNEER:
9.3.3.6: Modifications.. Ccmsidcr and
rvqjunje Coj\l.TPAC-rOlZS suggestions for
WICITYCiii FORT COLLCS MODIM.C.A:!IONS IAAV4P2G00)-
iuit'lifiattibn in Dmtvinsoc'Spot:di�tioris and
Acturatcli'- Uw=iL -to. .CONTRACTOR
degismis issuedby'the ENGDIErA
193:2,7i Records
U,2-Ij Repo L L&
•fep2m '' as required —of the ess of Lhe -prp�
Work - and •of the CONTRACTORS
schedule. of shoo Dmving and
sq b �ml t 11 Ll
9ALS:2- Consult %ri IyEN
'adwirtca- of schedutimj ma tesM,
1
mWectionsor start of importantpkiscsotthe
Work.
9.3.18:3. Dmft promxed Chame Orders
'and Wai, DirmtivqChangea;—Atammg
'unm cU8 510m'he CONTRACTOR �end16ENGFNELR 'han-K
e
,ZTr dem"lork �Dirmtivc, Chimes and-fiel
orders.
93.13-4, Report immediately to
EANG =- - R itrid, CAWNTR the.cccurrmcc of
arty accident.
9.3.2.9. NvmcnL Requests. Review srpplications
for moment with cogRACTOR for.comphince
with the -established —pi-medure fur 'their
-subnli.zzon and fonvard.with recommendation to
I
11
f
I
I
I
Lei iG13M=— - `noting- oartieiilaily the relationship of
dhe payment re(luested to -the :;cheJulc of value.%.
work completed -and materials and: euuiorticnt.
delivered.at the•site•but nm,incorporatcd:in the
Work:
93:2.1U Completion.
'93210,1. Before •C"�3, GL\= .issues :a
( rrtllrate oCSubAantial Com letio `submit,
to CONTRACTOR -a list of observe • items'
�rcouirine carreclion or completion.
9:3.2.13?: Conduct tinakiri ction in lfie
company_of.the -HNGINP.-HK-OWN ER and
CONTR.V-,TOR .and preparc a Final list of
items to be ccnraaed or completed:
9.3.2.I0.3. 'Observe. that all items on the,
Finial list have bcen•corrected or completed and
make recommendations to -ENGINEER
concerning- acceptance:
9.33. Linritation•of Authorin'. "'fhe Rcyresentmtiveshall
not:
933.1. .Authorize any deviations from the
Contract Doduments• or -accept any substitute
materials or_zgtn no unt, unlessauthorized by the:
&MNI FER-
9:33`c': .Exceed.. limitations. of:`.ENGIFiEER'S'
.nuthoritv.as set forth in the Contract Documents.
9.33:3. Undertake ary•of.the responsibilities
of the CONTRACTOR.. 'Subcontractors. •nr
S9_Y�$'NTOR'S suggrimMdent,
9,3:3:4. Advise ort or issue drectons-relative
to- or assume control over ap)L spect•of'the.
means,. methods. -techniques sequences or-
pCoeedures .for coiI§Mxgon epees strcti.. I.S
_ptiifically callz d forin the Confiner Uonanents.:
9.3. 5: Advise on or issue directions
re�•tix rding oc •assume con of ow,,r safety;
precautiuns.and -roams in ctmnections wah'the:
Work:
Q_.3.6. Accept .Shoo Drawiiirs_or_ample
submittals. from anyone 'others than the
CONTRACTOR
9.33.7. .Authorize .OWNER to -occupy the
Work in whJ51e or in part:
9.3.zM.. Participate in specialized Geldor
laboratory tests or inspections conducted by others.
oci;g as specifically authorrzc'd.. by the
ENGINEER:.
Clarifications and Interpretations:
9.4. ENGNEER will issue with reasonable promptness
such written clarifications. of interpremtip,m'of the
f•1CDCGE'NF7GIL,COVUITIO;Jaa NUJ (1'YPI Eilitiwl
•.at (i'Is of toter cotutcs :�Itiuu•:Ic mo�s tatiiv.i roeoi
requirements of the, Contract Documents (vi the form of`
Dnnimtgs,or otherwise) as ENGf\iEE) R .may determine
necessary. which shall Lr consistent.with the intent ofand
reasonably inferable from the ContmcL Ckxuments. Such
written clarifications and interpretations will Lr binclini 6n
01Vr\rbR. acid CO,V'I'RACTOR. If Ol NI PR or
.CONTRACTOR 'belicces ,that a written clarification or
interpretation justifies an:adjusmtent in'the Contractt Price
or the Contract Timed ruid'the partiesare unable to ASYec',
to the amount or cment therwE i1 any. OWNER or
CONTRACTOR may matkei tr written claim therefor ass
provided in.Artiche.l t or Article 12.
: uthori:ed Krria6otrsin Work'
9.5, MCGENEER may 'authoriic minor variations in'
the Work .from the 'requiremoirts. of the COmract
Doc-timents.which do not involve an a4J'�ustmertt in the.
Contract Price or the Contract Times and are compatible
with the design eoriecpt of the -completed Project.aa a
functioning whole tis indicated by the Contract
Qocuments. These trioy ho,notrmplishai by aFleld;Orcler
and will. be binding, on OWNER, and .also on
C:()eNTRACTOP .%vho Anvil -I erfbrm the Wotic- involved
.promptl} If (AVNFR or CON'rRAC:TOR believes that a
Field Or!r1jusufitsan aujusmient in the( ontraetpricc�or
,the C6rith Timcs and,the fxtrties are unable to agree as
tn. th a .amount Or extent• thereof, OWNER or
-CO\TRACTOR may make a tvritten•claim therefor as
provided inArticle•1 I -or 12.
'Rejecting. t)eferlir•e Nark:.
9.6. F,NGINFFR Will.havc'authority to disapfrovcor
reject Work which F,,TGWEFR iklievcs to be defective,
.gr'that ENGENEER behievgs will not produce a completed
Projca thin conforms tomt the Ccract Documents or thatwill przjudice_the integiny.of Ehe design concept of the.
completed Project as it functioning Whole as indicated by
the Contract Documents.. E, IGINEER will also, have
nuthority .to regtive special inspection or tesurg of the
,Work as provided in parrgr•.tph 13.9,.w•hether-:or•noi the
Work is. faNicactI, installed or compbetecL
,Shgp Drawiirgs, Change Orders are? Payments:
9.7. in coiviec[ion.i4itH ENGPtEERs atithorify. as to.
Shop-Drdwirgs and'Sampies, see panag4aphis.6.24 through
.6.28 mCIUSive•,
9.3: Rjutirmection with BNG=- Mls authority as to
.Charge Orders• sec.-rticles IV. dl-, and l2i
99. -In connection with I"G@a7EER's'puthorityi as to,
Qpplicdions forPtCymznv, sea Article.14.
Deterrrrinationy.lor bid iWer'si:
!).to. ENGINEER will determine the actual:quattiGcs
and classifications of Unit Price Work performed' by-
00`+TRACTOR. F1i G rNEER will review with
CON'I'RACl'OR. the ENCT NEER's preliminary,
determination on such matters'befpre rendering a written
decision_.thereon (by. mcomme`n&d6v. oF,an Application
21
ForFaynierttor•othen'vise),Ltii'GL�7LSiK'swTittendecisibn
thereon - ifl: be first and binding. utvin -OWNER' and
CONTRACTOR- unless. within ten days aster t}ie date of
anysnich decision either OWNIM .or CONTRACTOR
delivers to•tbe other and toENGRNEF.Rwritten.netice of
intention to'agpeal from ENGMER's decision and' (i):an
appeal (ram ENGINEER's decision is taken ivtthin the tuna
limits and ai.accordarice with die•proeedures..set forth. in
E.,dtibit GCa, "Dispute 'Resolution Agreement"-, entered
into between OWDiER,and c6.%,rrR_ALuroP pursuant'tu
Article 16, or (ii) if no _sbch;Dispute 2esglut.ion Agreement,
has been entered imo. Wlii.mal proaedirng is instituted by
lie appealing party in a.forurii of competent jurisdiciionW
eCere sc such rights or irmedics as the appealing party may.
have with respect to 'F;NGRNFFR's decision; unless
otherwise agreed in writing by •OWNER and
COArTRACrolR Stich appeal' will not be subject to the
procedures of paragraph 9.11.
Decisions pe DLgra'ies
9.11. ELNGR,NEER will be the initial interpreter of the
requ cements oft lid Cataract Documents and judge of'the
ace. Rt ility of the Wod:. thereunder; Claims..drsputes and
osier matters rclati .to the .aaeIxahility.orthe Work or
the, interprcmtion of the requiremerim. of die Contract
Dccumutts pgtaining to the pertotmsrtcc"aril fntnishffig of
the Work and claims -under -Vticics 1 I and 12 in rtspcct of
changes in the Contract Price or Contract Times wilf be
referred initially to ENGRNEFR' in writing -with a request
for a formal deetsronth accordance viiththis pamcraph.
Written notice of caci.such claim, dispute or other mutter
will be delivered by �thc claimant to Et'�RG ,PlEER and the
other, fnq to the Agreement promptly (but in, no event
later than dtiay days) after the start•of'the occurrence or
event giving rise thereto, ind written supporti g:data.will'
lc:subrnia.cd u5 ENGLNFER.and ,the other party within
SEhty hays after the start of such occurrence or.cvent unless
-LNG RNEER .,flows an additional period at tinge for" lic
submission ofadditionalor more mutate data iti srppoR
of such clami, dispute or otiei matter. The opposing party
.shall submit any, response to •C NGRNEER and the claimant
within thirty, days after receipt at' -the claariiWs last
submittal (unless" FINGiNEFR' allows. additional time):
l3gGMEER will rendera formal,decision in writing within
tiirtv'days after reuiptof the opposirig, paitys sbbmiital_ if
any.; in "accordance :with this. pamIN graph GNEER's
written decision an such claim, dispute or -other matter will,
be final and bitding upon OWNFER.arid CONTRACTOR
unless (i) an appeal from ENIGLYEEP�s decision is jaken
within the time limits and in accordance with the
'proazlures MM set forth in "EIT' GC-� "Dispute:
Rewlutitn:�eement"'.:entered into iatwaenOtVNERand
CONTIL\GTOR ptusurmtt to Article IGi or'(i) if no such
Dispute Resolution Agreement has been entered into:a
written •notes of intention to appeal' from L:ar,.NL•ER's
-written decision is delivered by OWNIER or
CONTRaCTOR'to'thc other and to LNGIINEER tvitiin
didity' days after the dutc of -such decision.. and a Corneal
proceeding'is'itulituted by r inl the:appparyiin a lemon of
c'onipetentjLi.r - ction fo exercise such rights or remakes
ai the appealing party may have with respect to such claim,
dispute or other matter in acccrdanc:, with applicable Laws
and Regularions within si.. ty days. of the date of such'
•EjCL)C GE-,4M [, CO,4MriOM 171u-stI0U C66M!-
22 wI CITY OF'FOR i�6'Ot:L1.ti NODlN1CA'IIONSI,RGY�Ii20fN1)'
decision. unless othent'ise agreed' in writing by OWNER
and CO fLRACTnR,
'9.11_. When functioning, us interpreter and judge tender.
pentgraphs9.10 and 9.L1: ENLN GEIR will not show
ry cinlity to,0WI%J9k or, CONTR.ACI'OR and will not be
liable :connection with any, interpretation .or. decision
rcridered in good laithin such capaciiy. "The.renduing of
a decision by ENGL\rEERpursua tuto paragraphs 9.10 or"
9.1l" with .respect .log any such claim: dispute a other
matter (except anv'%vhich have been wa.iy ed by'the-rnak rag
ai acceplance of final payment .as provided in
paragraph l,IA3) will be a condition precedent to any
c<ercise by OWNER or CONTRACTOR of such righti or
reme,fi s as either may otherwise have under the Contract
nocuinenm or by laws or Regulations in respect of ii_tiy
such claim, dispute yr other mutter-puratuntlrLkrtreta-Frii
9.1J. Limitations on LNGMEER's Adthurio and'
ReipansiNMdes_ .. .. _ .
'9.13:1. Neither 'ENGNEER's authority or
resporuibility. unt4r this Article 9:or under any other
proyision of the'Contrnes Documents nor any decision
madc•by ENO INUR in, good faith citha to cxcrcfsc
ornot cxerasostich authority orrcspcmaibility or the
undcrtakirii < 6icrcisc or performance of any aZahority
or responsibility, by ENG@REER shall crcatc, imposts
or give, rise to :any Aun• owed by: IITGL�RL•ER' to
CONTRACTOR, any, Subcontractor, any Supplier.
any other person or organization, or.W.any surety for
or employee or agent of any.of them.
9,13:."_'- F`.Nti[NHFk will not supnviso;. direct
,control or have authority over or.be responsible for
CONTRACTOR's means; mcthod., techniques,
sequences or procedures of ceatstructian, or the safety
precautiora and programs.inefdenr thereto, or for arty
f tilore of CONTRACTOR to comply with Laws anil
Regulations sppUwblc. to d i' tumiihing a
per&nrnance of the Work:, ENGLNEFR will rot be
responsible' for. COYTRACTOR's failure to,perfonn
or litrtush the. Workk in accordance withithe Contract
Documents
9.133. ENGINELR'•will not be resporwible for the
nets cr omissions of CONTRACTOR & of any
Subcontractor, any Supplier, or of any' other person or
organization performing' or furnishing any.- of, the
tVorla
9.13.4.-ENGLNEEK'sreciewrofthe -final Application
for. Payment -arid accumpanvirig documentation and
all maintenancc.and operating instructions. schedules,
gummntzts_ Bonds and certificates of intpec'tior; tests,
and approvals and other documentation required to be,
delivered by paragralih.I412 .will only be to
determine generally that their caritent.cgmpli'es:with,
die.tequireincnts of. and in thc'case of ceatificata of
inspectiors;. tests and approvals' that' the resilts-
certifie! indicate' compliance with, the Contract
Docu nmLs.
913.1 The limitationsupon, authoritg and
0
1
rgsponsibifity set forthin this paiagraph.9.13'sliiilf also-
apply'to ENC; IEERs Corm. lumts,. Resident :Project
Representative and assistants,.
AR•I:ICLE 10-CH.LVCES'IN:TFLE•WORk
10.1. Without invalidating the Agrecmcnt and without
notice to tiny surety. ORNZR may..IWImy. time'ur from
time.to time„ order additions, deletion or,revisions in the
Work.. Such additions,. Maions: or reJisions will: be
authorized by a_ Written Amenditicnt a Change Order.. or
Work Change, Directive,Upon receipt of nny such
document, CONTRACTOR shall promptly, prooccd with
the WA involved' wliic}i will, be performed under the
applicable condidons of, the.Contract. Documents (except as
otherwise specifically. provii4:d):
10.2: If OWNER and .CONTRACTOR arr unable •to
agree as to the ewent, if hay. of'nn adjustment in the
Contract Price or' an.adjustment.ofthe Cootract'rimes,that
should he allowed w a result of a Work Change::Dirccuve',
aclaim mnv ke made therefor as prrnidcd in Article 11 or
Article 12,
103. COiNT..RACTOR'shall fiat he enudedto hnincreasc
inthe Contract Price or an eetcrisicn of the Contract Times.
widi reslxct u;any Wort, pistbmxd that is not required by
the Cbntrnct. Documents as amended, modified - and
supplementtidas providai inpaiagraphs 3.5 and 3,6, c�ccpt
irithe 'case ofi.n critergency as provided in paragraph6:'_3
or in the ms: of -uncovamg Work, as. provided in
paragraph 13:3. -
10,d. OWNER. arid, CONTRACTOR' shall c;Ccaite
appropriate Change Orders,recoxnnwrided by ENGINEER.
(or Written :Mcrxhiientsj covering:'
10A. I. changes in the Wort: which We (i). okdered,
by owVN ER pursuanrto paragraph 10. I; (ii) required.
be ause- -of accepfanc-e of di? ectn•e Work under
paragmph'13.13 or correcting 'defectnv: Work: under
paragraph 13;1 a orCtii) iigroed to by tie parties;
10.4.2. changes -in ifie Ccmract Price or Contract
Times which are agreed to by the partizs;;md
MAY .chiriges in the Contract Price or Contract
Times which embrz_1y the substance of any written
decision rendered by ENGINEER' pursuant to
provided that, in Hen of.executing any.such ChangeOndT,,
an appeal .may, -be tskeg. from any, such' decision in
:acc4LIarice with the provisions of [Fie Conract,Documents
and applicable Laws.and Regulations. butdurmL any such
appppeeal. CUNTR:�Cf.UR' shall carry. on the Work acid
fire to the �progres, schedule as provided in
paragraph 6.29_
10J. If noticeof any changwalfcctirg the general scope
of die Work -or die proeisjrms.of,the Contract Documents:
F7CDCt;F-,4 %,cot4L)rn0.113 t9ir Y09,x EiRiaii
w!CTIY OFPORT COLLIM _%tooi1ric noN9 iREv•12nao)
(including. but not limited toXontnct Price.or:Contrrtct
Times), is required by the provisions of anyBond. to he
given to a surdy, thc';givm^:of any'such'noitice %Jill be
CONTRACTOR's respons-tbildy; and the amount of each
�mpplicable Bond will be adjustedaccdrdingly.
AR•rlCCb: t1-bi NGE:oF`C'.6mrRACt• PRICE
11.1. The Contract � Price constitutes. ,the- total
conilxnsation (subject to audiorizedadjustments) Mablc,
to CONTRAGIOR for.perfonming the W6rk. :VI r1 C16,
restx)mibilities and ohligatuins as.signed to or undertaken
by CON'i RACI OR shall be atCONTRACTOR's'expense
without change m the Contract Price.
11.2 1'lic.•Contract Brice may only'bc change4 by a
Change Order or by a Written Amendment Any.'eLiim
"tar -ran adjustment in the Contract Price shall be based: on
w6t0.n nquceddivered by d party•miikinb ifieclaiim to
the other party and ,to ENGINE LRpromptly '(but in 'no
event. later thin,thirty, days) 'after the start of •-the
1.occurrence or went g gin a risato the cidini and stating thq
gentml nature of the claim, .Notice of the amount ul:the
claim with.suppoiting d*a shall be delivered withinsicty
days ;itte[ the. start of such occurrence or event (urdess
I•\GINF -k allows:additional time for ciu mmitto'submii
additiomtl,or more accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the_ adjustment claiided'o avers all known mucom-s to
which the claimant is entitled as a resultof said
occurrence or event ;all claims for adjustment' in the -
Contract Brice .shall ba detenribaect'. by LNGf EER in
acoordance 'with paragraph911' if OIWi'ER and
.cbi-FI RAC-roR cauinut othcrvtsc agree on; the amount
involved. :Nu .claim% fur-an.arljustinent .in the Contract
Price will be valid if not Wbmitted in accordance with this
panterdpti•1.1.3., - - - -
Li3. The value of'any WkA o'.wer2tl'by it Change
Order or of any.claim fox an adjustmeni in the Contact
Pricewill be det6nuincd-us.follmm.
11:3A. where the, Wort: involved-is'eoJered by unit
prices. cont in the .C'ontracr•f?iacuments. try•.
application ut sui - umt. pgcesto'thc, quantiiies of the
items, involved (stibjecv to the protisiom or
Jj
paragraphs I I :%!'.through 11.9 3: inclusivaj:
11.3.2. where.the Work involved is not eovered,by
unit Arias captained rin the Critanict DoLumients, by a:
muivally agreed -payment .basis iricludin;.lump sum
(which may include'an:alloi}ance for overhEad' and
profit. .not necessarily :in ac-coidaince with
piragmph 11.6?);
11.13. where the Work involved, is not covered by unit
prices contained in the, -Cortmict noctrmernts� and
m.
agreement to a lup um 'is not rat ched under
paragraph 11.12,, on the bas;L; of the Cost of the Work.
(determined as provided in paragraphs I.1,4 anti •11.5j
PILLS ii CONTRAC:rws fee for overhead and prgfit
(4A ermined as Provide d:6 paragraph I,
ca.-Q of rile IVm,
11.4. The term Cast of the Work means the Sum of:all
costs neci-ssarily incurred and paid. by'CONTRrACTOR' in
the proper perfermance•of the Work._Except as otherwise.
rbe agreed to in writing by OWNZ ER;'such costs. shall'
n amounts no higher than those prevniling in the
locality of- the project. Shall 'include only the follawing
itcm%nndsHtll not include any'of the costs .itemiied- in
paragraph 11.
11',4,LFlnyRoll costs For •emplovtcs in thc. direct.
atipioy' of (:ONTRAC:TOR in the Ixrformance of the
Work under schedules of job clnssiticntions ngreed
upon by OWNER and cmITRACl'OR. Such
anployces shall include without limitation
supaintendenis, foremen and other personnel
employee!"full-timr:at the. site. Payroll costs for
ettiployees.not employed cull -tune on the Work shalt
be appartidncd on tho basis of their time'spait. on the
Work: Payri ll costs shall iacluda; lwunec be tun iiedtb;
salaries arid 'wages plus the cast of fringe Benefits
which shall include social security contributions,.
unemployment, excise .and payroll "taxes.. workers'-
cYatipettartiort'heal.li and -retirement benefits_ bonuses;,
sae: y applicable thacto.
The' esptmsts of performing. Work after rcgular
working lac rm.on Samrd.nv Sundav or'legal holidays,
shall tie included in the above to the extent authorized
by.OtV ,rER: - .. _.
1.1.4.2. Cost of all materials and equipment ltiraished
and incorporated in the Work. including casts, of
transportation: and storage thereof, and Supplias!'Gcid
services required in connection therewith All cash
discounts shall: accrue to eo&rrR.at:~r0R unless
OWNER deposits Curtis with CON TR \CTOR with
which to make paymenlc in which c:ax the rash
discounts shall amue� to. OWNER, Al. trade:
4iscounts,-rebates and refunds and retrain from Rile cif
"surplus materials and_ cquipmcnr shall accrue 'to
OWNER and CONTRA('1'0Rshall' make provisions
so that they may be obtained
1.1.4.3. 1hymetita made by CONTRACTOR to the
Subcontractors for Work' p=formed or furnished by
Siibcoritiactors rf required by OWNER,
1W1)C OENER L CON1XT10M 19 ta-3 tt 94V Edaiml;
-4 wfC1,YOF FORT CY7U,Ihti DfOO1F7CA'r10NJ1RL•y42Ut1U)'
CONTRACTOR shall 'obtain competitive bids front
SubLiiniractors - accepmhle to : 0" IM aril
CONTRACTOR and shall' deliver such' bids to
OWNER who will then determine, with the advice of
ENGIRIIEER which bids: if any. will be acccpted..If
any subcomTn9t.�.rmiidm that the Subcontractor is to
be`paid on the basis of Cost of'the Work plus'a'fee,
the Subcontmctrx's.Cast of the Work and fee -shall be
determined in the same manni:r.as CONTRACTORS
Cast of the Work and fee as pravid,:4 in
'pagagrttphss It 4, 11' 5 I G,6' !anal 117,, All
subcontracts shall he subjecl:lothe other; provisiowoi
the C:6m^act Documents insotar asapplicahle.
I1:4:4: ' Costs of ,special consttltants•(including but
'not limited to cngi icas, architects, testing
laboratories, Surveyors. attorneys, and accoumenls)'
employed r6r services specifically reLtted to •the.
W ark.
I tAi5.. Suppinin5ntal,costs iiu:ludiitg tke.folltnving;
r1.4,5:L' THe roportior) of ncressary
.transportation; travel and suhsistence-expenses.ot
CONTRACTOR'S •cm pincccs incurtI d in
discharge of•dutigs'connected with the Work,
IIA.5,2. Cost,, including transportation anal
maintenance. of .allmaterials. supplies.
equipment, -machinery,. appliances, otiice: and
temporary facilities ni. the Site and hand tools not
owned by the workas. which arc consumed in tilt
Performance of:dic Work, and cost .I=_ market
valueof:such items used but not consumed which
remairi the propertv.of CO\r rRACTOR,
I I.4.5.3 .Rentals or all consffudi-'n
egtupment and machinery and the parts'there'of
whether rented from CONTRACTOR or others in
accotdtnce'tyith.rcttal agreements approved by
OWNER with the ndv ice',gf.ENG WEGR.. ar d the
custs of IransportatiorL loading, unlatJiri�,
installation,-dismantUre Arid rentovabthere6f-all'
in accordance: with tarns, .of mid rental-
agreenients.. The rental of anysuch equipmem_
machintni, air oats_ -shall cease when the use
thereof iY no�lvag, r necessay for dit Work. -
11.4.5.4: Sales, consthner, use of §imil_ar taxes
related to ' the Woik 'and, for which
CONTRACTOR is liable, hl{oscd by,Laws and
'Regulations.
t 1.4.53: Depositslost for causes other than
negligence of CONTRACTOR, aiw.
Subcontractor' or anvone &ectly, or .indirectly
employed by.myof them or for'whosc acts any
of than may be.liahle, and royalty pAyrnents and
fecs-'for permits andliixnscs.
11.4.5.6. Losses and dama.cs (and related
expenses), caused,hy damage -to the Work; not
compensated by instdance or otherwise. sustained
by ('Q,',JT'RAC T0R in cotinectinn With the
I
I
inane futnishu7g tVark
perfor and of the (ercepc
losses'tmd damages ienihin the deductible amounts
of proppeerty insimneeIe'stablished by OWNER in
:aecurtlarue 'with paragraph \ 9) provided they
have resulted ses from cauother than the
negligence of CONTR4(TTOR,. any.
' SACZohtractcr, .oir anyonei directly or -indirectly
employed by any of diem or for whose acts'any of
them may beItabk Such losses shall'includc
_
settlements made with'the wnitcn ccroscnt and
appiuval of OWPTEft No such losses, damages
. anrrexpenses shall tic included in the Cent of the
Work: for the " purpose of determining
CONTRACTORS Pet IC however,. any such loss
"or damage requires reconstruction and
CONTR;c7TOR is placed in charge theicof,
CONTRACTOR shallbe pail' for services a Tee
pr6p6nio6,=to that stated in paragraph 11.6.2.
1 t 4 u:7: 'flic cost of .utilities: fuel and sanitary
"facilities at the site.
i 1.4.5.8. Minor, crpcnses .such astelegrams,.
long distance telephone call.$; telephone service,nt
the site„C\message and similar petty cash Items in
connection with the Work..
HASA. Cost ufprcmiunisfor hddilional,Bonds
and insonce required because of.. changes in the
Wart.:
11.5; Incc tcrm,Cast of the 14'ar�shill'n6tinclude any of
the follow mg:
fzayTolI costs and other ,compencauom of
CONTRQCTOR'S afTleYfS,. e.\ecunves, prutapals (of-
purtnership and_solc pruprietorships): general managers,
engineers, architects, .estimators; "attorneys, auditors:.
accountants piirchastr6c-tutcl contracting agents;.
cxpedl0.rS tanekeepers clert:% and other p7t.nnnel,
'
employed by CONTRACTOR whether aCthe site or.6
CON PA&OR's .principal or a branch office fur
general adminiaration of the. Wotk and not specifically
included in the agreed' upon schedule of 'jab
cltissihcntions referred to in paragraph 11 4 I or
specifically coffered by paragraph 114:4-all of which
Are to be considered admagistrative costs eavired by the,
CO\TR\CTOR•s fee.
11.53 Expenses of CONTRACTt7R's principal and
branch offices other than CONITR,krTOR's,of ice Ht
the site.
I L5.3. Any Fart of COtTRACTOR's capital'
expenses including interest on CONTRACTOEM
'
capital employed Car the Work and charges against
CONTRACTOR For deGnquentpayments
11.5.4 Cost of pecmidans for till Bonds and fur all,
,u.naan a wh&her or not CONTRACTOR 'is retprired
by the Contract Da.umcnts to purchase midi maintain
.the same (.except for tli- cost of prcmiums.covered by
subpbralaph I'L4:5:9 above).
'
t;JC:UC06'P7ER�tL.CONU117t5vl:thl V;Y (I'Yi0 E:ibtiuil.
w/ QTY OF PORT COtlati.S :�t01)IP7CAt10A'S {ItLV d2Di10)
I
Costsdue to .the. negligence of
COa\TfRACTOR,. any 5ufi6tintmctor, or anyone
directly or•indm:ctly:employed by any of them.or:for
whose acts any of them may be liable including but
not limited' to the correction aC tkjrctive- Work
dLtposal.of.matennts ocequtprnent wrongly supplied
and 'making gu6d'sny damage to property. -
t l 5 o Other overhead or genem], expense costs of
any lutd'and the costs of any itenn not speciGcallyand'
e7cptessly'micluded in parngrph l lA,
II't& Tha., �COi;rmtAcrow' .fee :allowed. to
CONTRACTOR* foi overhead thud profit'shall be
determined as, follows:
11.6. h. a mutually acceptablelixctil.fee_&..
1 I o 2 :&a fixed ice is not aatrced upon; then.a fec
hascd on the tollowing percentages of ttie.'t'anaLL4
pattions'of the Cost of the Work:
II,6:'2.1., for casts• incurred under
pam raphs l l_4-1 and 11 A 2, .the
CONI,RACrOR's Iee.Ahall,hc"faRcenperccnr,.
11;6:2?. for costs incurred under
paragraph 11.4.3, the CONTRACTOR's'Iec.sluill
be five percent.
11.6,23 where one or more tiers of
subcontracts arc on the basis of Cost, of the Work.
plus a fee and no tired fee is,agrcech upon. tho
.intent oCparagraphs..11,4,1, 11,4:2, I1.4,3.and
It,G2 is that the Sul G.mracter who actually^
performs or turruk is the .Work, at whiitever tier,
�ivlllbe paid a"tee.Of tifl&n percent U the:cwI:s
incurredliy such Subcontractor tuider ISa agraphs
f1.4.l trial 1I3.T:and
11.6:3.4.. 6S fee shall be p<aiable on the basis
ofeosts itemized under paragraphs.) 1.4.4, 11.4.5
and 11.5;
I l F 25 the amount of'c•redii to be' allow'cd
by, CONTRACT OR to OWNER for any, change
which results'in�a nerdecrease imcostwill be'the
amount of -die actual net decrease in cost plus a
deduction in CONrIZACTOR'S fee by an amount
equal to Eve percent of suchnd &cease; and
11.6.16: when both, additions anil.credits.are.
,involved in anv one change, ;the adjustment ih
COh'TRACT(JRs Ice ,hall be computed on the
basis of the net chance in accordance with
paragraphs l 1.6.2.1 through 11,625, inclusive,
11,7, tVhenever the .cost" of any CVork is to be
25:
I