Loading...
HomeMy WebLinkAbout389648 A-1 CHIPSEAL CO - CONTRACT - BID - 7417 ASPHALT SURFACE TREATMENT PROJECT1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City Of Flirt Collins Purchasing SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Financial Sen-ices Purchasing Division 215 N. Mason St. 2vd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgoi,.com/Ptii-chasiitg _ASPHALT SURFACE TREATMENT PROJECT BID NO. 7417 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS AUGUST 8, 2012 - 3:00 P.M. (OUR CLOCK) EXHIBIT 2 — REVISED SPECIFICATIONS Section 02000, Revision of Section 108, page 6 of 35, LIMITATION OF OPERATIONS, Delete the table: Replace the table with the following: t4G\►■ a :: - • : ►■�iIG\'�������►[�DI■�l��l Section 02000, Revision of Section 409, page 16 of 35, AGGREGATE — SLURRY SEAL, Delete the paragraph: "The aggregate shall be clean and free from organic matter and other deleterious substances. When tested in accordance with AASHTO T176 or ASTM A2419 (Sand Equivalent Value of Soils and Fine Aggregates), the aggregate shall have a sand equivalent of not less than 65. When tested in accordance with AASHTO T104, or ASTM C88 (Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulphate), the aggregate shall show a loss of not more than 15% using NA2SO4, or 25% using MgSO4." Section 02000, Revision of Section 409, page 17 of 35, MIX DESIGN, 2. Specifications, Delete the sentence: "Residual Asphalt Type II: 5.0% to 15.0% by dry weight of aggregate" Section 02000, Revision of Section 409, page 23, APPLICATION — GENERAL, Add the following sentence: "The Fogseal application material shall consist of CRS-2P. An equivalent material may be substituted upon review and approval by the Engineer." Section 02000, Revision of Section 409, Page 27 of 35, APPLICATION — CAPE SEAL, Delete the sentence: "The installation of the Slurry Seal layer over the Chip Seal layer shall be applied within three (3) working days of the Chip Seal installation. Replace the sentence with the following: "The installation of the Slurry Seal layer over the Chip Seal layer shall be applied within five (5) working days of the Chip Seal installation. Section 02000, Revision of Section 409, Page 27 of 35, METHOD OF MEASUREMENT: Add the following paragraph: `The Double Chip Seal shall be a two step installation process and shall be install one layer at a time. The Double Chip Seal shall be measured and paid by the completed and accepted square yards of existing road surface treated. Payment for the Double Chip Seal shall not be made for each layer installed. Addendum 1 — 7417 Asphalt Surface Treatment Project Page 3 of 4 ARTICLE -5--DON13S AND INSURANCE '5. 1. CONTRACTOR,shall furnish Performance and Payraint amciunt at least4qual to the Contract Price as secwilyTur the faithful Wounance and paymient or,all ;CPNTKA(TrQR's obligatioils under. -the Conthict Documents Thew Bands shall remain in effect iif 'I e aisi 'a ritt Ii f o� �_ year - a f t W, th C_ 'd ri'le - A i: n final payment becomes due. except as provided otherwise by Laws or Regulations_ or by the Contract bucuracats. C()NF1'RAUr(.)R shill n1sci furnish such other Bonds as are r6c�uir6d by thc'SuppleniciitviryConditioni AU Bonds shall be in the form prescribed by the Duciam'Crits except n�s prOv'ided.othemisc- by'.aegis or Regulations and shall be executed by, such suretieA;ns are namiFJxih the current 'list of 0(_'omMn!p_q 'Holding C'ertirtIcatos, of Ac�qita ' ties oF Mlhont ble Sdrc i Federal Bonds- afid 95 Acceptable - _- , - - "I * 's" " ' " � h - Reinsi.'ririg Corrilparae As puhlis ed in C 4� urcau ,rcula, j7fj (imendtid) by the Await S W Bur'' ' or Ociver IT'llent Financial Or.erirtions, US Treasury Defrartin-ebt: All -Honaq signed •hy no saient must he aucompanit,.d by a ceitified copy -of such agent's authority 5,2. If tthc wfetv Lin any, Bond furnished 'by CCI)J�YtIZAGTOR is 'declared a Ivinkrupt or becorn& insolvent or its righi to do husiness-is 6arminked in any state where any jwut of the ftjccl is IneatEd or it cms to meet the ray ementsi-otpar agraph 5, 1, CONTRAGTOk sti I within cri pi thereafersubWtu c anith36nd and surety: both 'ifJi hIehawit be accepta ile to OIVNTFR, r53. Licensed Suretiev and Insurem, Centifinutes if Insurance.* 5.3.1. 401 Bonds -.and insurance reauVed by the. or Project is iocatea to issue i3onas or mAirrunce poncies for the-liffii_m and coverages �,ruges s.0 wqu . ired Su6,h surety, rvid ' - companies shall alsk, meet Such 'umitan"r addiiijbindl re (junementsand qualiGcztliors as maybe, provided in the SUPP.Linkniary Conditions. 7L roleafa: H;wAFdQ1 -Avaste--t d FaCL)CC.;"EKA. co, 1)i TIOM 14 I I" 109 0 Ecfidaili 911 OIT OF FOR. F OQLL1 &S klOdIH6 TIONS OCIA" 46100) I I I I I I I I I I I I I I I I I 470ATR4 - CTOR'.v Liability Insumnee: SA.. liabdity and other niswaricc as I is, Hpprof5,riaic fbiAhe IVvrk .heina NW4rricd and ftimirJwd and' H.� will fifovide prote­etio n chines �uns setforthbelowwhich may arise oui 'of- or, result . fionii CONTFRACTOR!s performance 'diiJ lurr"'f.n' of the Work, and CONITRACTOR's other u Oblig ations -under the Contracf D6uum wh ether it is to pert( med or furnishedliv CONTRACTOT,% any .3LbL.onuuaur oi Sup"lii�i. or by 'anyone dueC'fly or. indirectly employed hy-nny of them to perform d.rurrish :any of theWork. or by,anyo.fic�fbr Aos'c- acts arty of thm rnAy he linhli- 5AU claims under %iorkere vornpensatior , L disability benefits and oither.Sirnhr enrifiloym heneflancm - 5-42. ClaiM% COT daninisms -because ?�arho, ,dil injury, ., , ,�Upati6r�ul sia-rim or *di eckh 'of (,0NrrRACf0Ws ,;.4.3- claims 6or damages Fvcs6sz of' boilily -injury, sickness or disease; or death of anypersonather'thm 'CQN71RACTOR's employcos; -5.44.- af, mil _?fl1 ey liability SAJ: clairns for dnrnngi!.% pthcr than to flic AvoIrk- 'ifself. bectit1w of . ujur v to or d"unuction of tangible 'pr . Uliefty whoCver lorm6L including 16M tir 'usc derith orany fcr$on or proricriv &arnage,nrmirg, out of the 'ownership, mniritehance 7t�r use of. unv rnottir Vehicle. The OoN required by thisspvuagiaf)h 5.4 ,to be pttrdhn%ied,urid filainitairiM shall; � 5.4.7. with ;respect to insurance required. by paragraphs 54.3 throu0i -5A6 inclusive and 5 - 4 9 wiclude" as idditionol i=reds (subject '.to a_iy, rri LustoBry eu�Iusiun in respect '0 L r_ pT�) (cssi ona I fiability). CAVILER. ENGINEER. UNGIA-EWs Cormiltants and any other penscins orenflticiideniified in the Supplementary Conditions. all of whom shut) be listed its additiorril insureds 'and ifidl6de coveriiLe far SAS. include the specific oavem-es and be witten for not less than the * limits of liability, 'pTOVWCCI in the Supokmentury Co�ditioi,� or required by, LinvS or ,Wcrvuleton,.-� wluck�c_r 15-Sm'Ite'r. 5:4.9, includyconiociedo�miimLsinsurance, .4/ UTY OF I;QiT MLL111SNIC01FICATIONS petal' - . IMAM -5.4.10. mie'lude Ccintraetdal liBbiEty insurance covering CONITF-ACTOR's indemnity obligations 5.43-1 remain in effect.at least until timi payment and at all timesthcr6fier be, correcting; removirt-gorrefilacing derevrive Wbrk- in se cordairpe with paragraph 13,1-1,-nnd* 5.41.3. with ra.T&I, to nd any.insunrice coverage written an a ! basig' remainineffect,for.at least -two iniii pa,yrifent (ind_�.OftkACTM shall, NT-R=a'ndlcaditotlicr addiiiona - I insured 1 11 the litiffilement . ary Contlitions-to'41torn of insurance has been timbed' evidence to 'Omwfzk 'and Inv sudi ;'Idditimlt ON-7VER's LiOil$p lnmiramea} .5 , In,ad'ditiot'l,t6. insurance required t6 be p'rovi,d6d by CONTRACTOR under p=pVh,SA, OWNTOZ, at OWN'hwS i),ptiqR, may fruieliase mid maintain ,at (TiVNER's expe� OWN WS, Owri - liability in s, I uiriance, cis "Aill jiotcci MkWEk;aHuW Claims which naiv nr,Lw front" operntiori.�,undcr the Contract .D-ocument% Iiilik-,tAhLrwiae-brovidid-in-the-S uptilerrientary pt 11,14intatil deduvtible- amounts as -maiy—tad-•-luuJieLxl—vt--the s4po Re shall: drs p IC D 1% r5 R_ --------- OF entitles '-Rleintified-iri -the'I_u plernerialrv- Grind it eiieFi of whorrt=is'deented to have 'an=ifisuriible'-ifii&re'st tin fishy Ili Ix Listed as ftn'irtsiirad Waddhionai-ins;ue-& UR . . . . . . . . _- a I OAled 1 I wveraga,—then-v ftftLb I ism - 0 nd- m a] icibus-in ischiee, exRhyiixla> A�, Rev; OeGasie�b' ? r �fektnielt-� i --Wiiens� --Gh e4IO- F. be Dmifltnifle I ifi-vffee A 5-9. 0WIqLlZ sKall not bresponsNie kw porch-dmn6 ,and mAititakdn,, any- Piopdly inSai6ri c to piotect the F inlirests of CONTRMTOR: Subnntiit6)is or 6thirs in A-10. ldt-G4 Ill EJ CDC UE14MU, CONDITIOM, 1911a8 q19)U E66al't w/ ClYV OF FORT OOLLI NS MODIFICATIONS (RLV 02000) -m4a —wt-�"t Suixolitrictersc '41 1- und' the olperrs;_diraottils, employers and agents oCxnyi>C th6i; Fora Any-4m*uffffw-felist' miiiinta:ned bw-QVnMR l'-ffin-! ;t 4iel 4hp, I I I I I I I I I I I I I I 1 L I I I recovrryagainst RA(A:C)I�bu66onIi_m cto Receipt undAppliculiun'i;11n=ra iI ce Procketiv: 5: 12.1 Ariv. insured loss.urider the policies of insurance ragiu'pfis 5.6 anil 5.7 %611 he adjusted i�itfi u u '=M' tndMade payable to bk�N m. �b us fiduciar�,Ibr the mureds. us. 'Ifi. cir .1 Lni or I c . st , s Or . a . y appear I , �5ubq'v'cL to the Is,or an)- 'afilicable mortgage 'Clausend•of51T5 h' 0WrNTERshall leposit n a separate ;nvxount an), money so received, and shall distribute ifin .accordance N%_ith such Agrecruent-as the inifties ifiinterest map reach._ if no other speiinlagreement is.reac1hed the damaged %vork-shall -6--repaired or reflaccd, the tunricksm' :received applied an u6count thereof and the Work- and the .&-isi &-rcOf OIL Tcd by an appropriate Change Order or Written Amendment, 9m . the Occurrence of loss to UkVNhK'& exerome at Cr. Irsuch objection tic made, 6%VNF.R'as Hoc I make settletnent,wifli the insurers in accordance i agreement enr as s'the par'ticsin int&est may reach. I I ;IgrcCfll . Cut 21U , Ong -thC. plairtieS In interest is'r-,JL NER-is it . dui;i .1K shall atheistand settle the loss insurers a V44 . cceptpr:ce ofl3nnrls aiiif /nsurnriee, Opann toRolace. Parfial Ud6:aiion—Pj;vPe7,I)! Insigrimce: 110\VNER finds"it necessury to occupy.ur usem porlmlon or portions of 'the work ptior 'to Suhstantial Qohiplelioh of all ille, Work. such .use mayor�,O�qph?icv a� be. accomplished in accordance with paraiarapb'14.16, t)Vided that no such use or occupant} - shall commence�re ccthe iireuu�rs,prbvidiirig the pirbN'rL3_1 insuranto haVe actin iwletLed aoiice*thcr`euf.und in wriiiiii-, �'cffc cwd a n v cliatigzs in-6overagc necis%itited The i I nsurer.% providing the property insurance ' shall coftsent by endorsement on the policy or policies but the pr6pertv imwanoe,shall not -be cancelled or permitted to lapse onr uccuum ofmv' wuhpudifli ulw"70-rocQu r parley RESPONSIBILITIES" and GONITRAGTOIZ sh,'kil be solely ncsfx)mh* foie the iff.ciitis, 1.1111!thods, Iechviques rscquence_s and procedures of construction. hot (xmh1RX(:r6R shall not bcrespohsilflc Iii-Ific niiiheerc-c or other s'in'the Mign of specdlcation .of a specific iueaw. method, t&hs design soqucne' or. procedure edu.r,e qfconstruction tion which is showor Indicated ii�i and exT7ressly required by the IC.ontmft Documeiits. shall !be' fesponsifile to scc� that ,the completed coa6filla, aceuratcly 'with the Contract 62. 'CONTRACTOR sliall keep on the Work at all tinfeg d wing •its piogrm acompetent resident bupq,LnIendenI,,\vlio shall not be Tepla6edmitfiout written notice' toOWqEk 'and MqGff,4 =, dKcepi bhder cxtra6f�duwiry Circummances, The superinfendera will be CONITRACTOR's rept cxiitati%gek'the , site and ,hnll have authoritY. to 'ad 'm mlxWf f C0NTiW-_%76R .Ail tzmtmunicaUons to the tiaipct,ioteriderg"I be as OndKa 64. Unless otherwise specified_ in the General Requirements, CONTRACTOR shall famish.and assume full resoprisibility for all materials. equipment. 'labor.. trarispcirlalroii, ounstruction equipment and machinery. :tools. appliances. fuel poo•cr, light, heat iclrphune, writer: •sanitary facilities ta�tpI r laeililles and all , other facilities Find int•itkntals neiesSury for the -furnishing. perfomiunce, testing, start-up and completion of die Rork. 6:4.1. Purchiasin�- Restrictions: CONTRACTOR must comnh• with the -.Cav's purchnint, restrictions. A copy. of the resolutions are available for review'in'the officer of the Purchnsina hitch Risk Mariatement Division or the City Clerk's office. 6A.2. Cement Restrictions: dlitc of Fort. Collins Resolution 91-121 requires thaLsupplim.- arid producers of cement iv products epntainiiic' ecmcm to cenifA•,ihii the cement ties nut made in cement lain that, bum hazardous waste as a fuel. 65: All rnmertals 'and equiprnait shall lie of good x prat -- :quality'and new, except .as' otlicrwiidcd- in the. Contract Weir tenm All viunanties and ;guarantees .specifically callcd_forby the Specification shA expressly nun to,the bencrit of iDWNER If required hy_FNGTNF,FiR, Nf CORACTfOR shall furnish satisfauory evidence (including reports or required tests) as to the kind and, elvaliq of`materinls and equipment. MI materials .and ,equi ment Jcill he applied,'inetalled, connecuzl, erected tssed, cleaned acid conditioned in accordance with instructions itFlhe'ajiplicahle Supplicr, exec' as otherwise tuoviiled in the Contract' Documents. Progresv.9chedule. 6.6, CON'1RAG ,OR sliall :adhere lei the progress sihcdule established in eeccirdance with piragraph2.9 as it may die at from time to time as,provided beluiv: 6AI, CONTRACTOR shill submit 10 ENG[NEER for acceptance (to' the extent indicated in paragraph 19Yproposed ticijusuuenis in the ,progress schedule that will not charge the Contract Times (or Nfilestones): Such adjustments will conform' generally to dat progress khedule thi n'in effect and additionally .will comply whir any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjusunent; in the progress schedule that willchm>ce the Comntct Times (or Milestyncs) shall be submitted in accordance with the requirements cif .pamgrnph 12.I, .Such adjustments may only .be made by u Change.Ordcr. or Written -Amendment in ni:iordance with Article 12, +U. Substilutestind"Or-L•quol"berm 6.7.1.. Whenever art item of material or, equipment_ is slecified or described in the Contract Documents by using the r'rame'of a proprielam item or the name of a particular Supplier, the specification iv description is intended to establish the type, function and quality required. Unless.the specification -or description EJCDCUEND ai. CONDI7)0'J t 91n$(199a Ediaail 12 e76lYOFP6RTC0LLI M AI011117CA'CtONS UutY •1r2nW) contains or is followed by'worcis reading that no like, etjurvalent or°or-mloal" item or, no substitution is permitted other items of material or equipment or material Cv tiLuipment of other Suppliers ,may' be acccpigJ by ENGINEER 'under -the follrnvin_ circumsiailces: - - 'r-Eqr dP'' If in UNGINtiER's, sole, an 'item . of material or . equipment iy CONTRACTOR is trinciirnwll_v. i named and sufficientlyssinvlar so that i be required, it msiy ed by' LINGINFF,R m an "or -equal" rich case Tcwiew andapproval of the item may, in FNGINEER's sole he nccomp.lished without compliance or all of the requirements for ofnrcinoscd substitute items. ar-equal' iiem' under suhparagriiph 00; l,'I, ,it he coiisidercd'a proposed `suhstitute item. ITIZACI'OR shall submit sufficient 'nation as provided below to nllotc FTNF.F,R to determine that the item ofmau rial Iuipmen(proposed is cssuitially cgiiivalent to natntd and an acdeptrible'substitute therefor. procedure Ibr review by the ENGINEER will tde the following as supplemented in the •ral Requirements and as HNICiINFER may is is_appropriatc under the circumst.•inccs, iests.for review cif proposed Substitute items aterial Or equipmchtivill not ho accepted by ;INFER :From anyone other than ZTRACTOR If CONTRACTOR wishes to iih or use a substitute item of material of pine ni, CONTRACTOR shall -first make en ifohcation,to ENGINT-ER Ibr acceptance ,of, certifying ihnt the pmpo ed siilrtituicwill )?in adequnteli' the functiofis. and achieve the Its called for by the generafdesign be 'similar ibstm)ee lo'ihat sjecdiad.and be suited to the 5 use as that specified. The application will die eiituth tf am" to which the cvnlirotion CONTR_-V '0ks .achievement of 1 Completion on time, whether of not of the substitute for rise in the Work re .a chmige many of the Contrast s (or in the prnVL4loni of tiny tither trawl with OWNER far work on the p `adapt' the .design to the, proposed and whether or npl-incorporation or use stitute'in connectiem with.ihe Work is subjoct.to payment of any license lee or royalty. All vanalio`ns of tnc propcxsid•substitutc from that specified will be identilitid in the application and uvailable .mainieriance,, repair and replacement smice will be indicated The application will also contain an itemized estimate of all 'costs or .credits that will result. direptlyor indirectly from aceeptdmcc of such substitute, including casts of redesign pad claims of other wramciors affected I' ' P " r�;e, .all of W6di will 6' I 'd c mWere byNlliC;WECR in evalumnlg-A- proposEd substitute: ENGINTER CONMCTOR tc, furnish 6:7.13. 'CO.VM4MR'S- Exivnse: All"j,Htato6a provided by canTRACTOR- in %uppoit , of any prowsed ,or-4ur or SUbstiinu: iLem:rydl be at 'CON-I'kACT Ws cxp�ww. .6-4. Con'eerning Snbcoutiucto.q. 8upplier.v. and 6Coccjf-�' NeRALco."'DITi6m1941-8 At CII} FORT a OIF Fbi- )LLI NS NIOD I F ICATION SnLv.1,7timo CONTRACTOR shag perform not le&q,'ffinn 24) jvp;,Lnt—qf�'lUtnl. with Its ntwk c*Les (that is. ,*ithout. subconinictina). 'The 20 -beTcent reguirernera shall be un&mlood to refer to,the-Wank the value of wNch tobils,atiA less'thni Price. '13, 6AI CONTRACTOrs shall be solely revoiuilei Pe»jiirs for s heciulmg and coarilinalinn .the Work 'or Subcontratt6rs, Suppliers anti other :iteisons'.and6,13... 1 orgariimIm m per foimmg or fuinisfung any of the C'iuiditioi Wort: trailer ;a direct .or irilmi;t wnussci with cnristwa to 6.10., The divisions and sectioru of the Specifica i6ris and the ideritirleations of anv l)rii iw shrill riot enritral 'CONTRACTOR .in &idin_ the 'Work amuse Subcontractors or Suppliers -,or dzline_ ntin.- the ,ky in-b .�rtornicd$g'anvspecifietiadc, =6.14. Lawsuhdlf?e1,RiluSvns in h are; applicable at the ere Mire no Bids,, oil the CONTRACTOR shall fur ciiiiiiet.ti6n"s to the I charges or such-utilii - thereto such as'plunt 6.14.1. CONTRACTOR TOR shall gwY all noticcei and comply with all Laws snd;Rmrilauons applicabta in fur aslu a a ..perforntarce ol'Lbc AV6rk E ct' ;where oihen6sre 6� 4sslyy' eeyutred bf applicable t,M arrd ;R,gulmorts;' nether `O1"I HR nor HNOI EH'R :shall be .r4orlsible, ter 'momim tor QC)lv1 RA(Jbk's .compliance with any Laws 'Or Regulaiitms, Prtterit. Fees tint! Raj'altieq' Trues 6.12. CONTRACTOR shall pay till license lee.5 and 6.15. CQNTRACTOR shalljkiv all sales constimer. royalties grid assume sll tests incident to the use' in _the use and other similar -taxes, re?tuired to' be paid ,by pertom_tanca of the tVork' orihe incorporation m the Work CO \7RAGTCIR in avcriidanico rcdtt the Law-s and of any iif a nvention design, procm product or'device which Regulations of, the pla ' of thei Project .which -rirc mthe.subjecror pmew rights or copyrig} ts_ h?Id by cuhars. applictible during the performance of the lknit IS c articul r irNhe tCiv tre�tcocesc produ6t or device iinents for iice ut the .C..I S I [IWNGR is eNempt front Colorado State and perlormanccof the Work anti if to ihe..actual kritivvlcd-Le or 1tii;il mke , .eiicl uve i.iYn IdAls `10 be ONNTLR or ENC WEER its ust is subject to paunt hhts ., g, permanently ncorptx ited into theprujeki Said Lta. 6 br coptnghG 6151 g foi thr payment of aav hcehx-fee ar Alall not bo tiriaudad in thr,'Contm.t l'Ytcc. and damages:arising out �ement,of.riaiutt rialils or York Qli resorting from the mry 'mvenhon, ;de,sigrr, §pecitied,in the ContraJl I-0 ECU4Chsk3tA4 CO,dUITt0 ti141 U3tIY9UEfLimi wt CITY Ot FOItT NLLib5 NIODIliCATtONS QiLV-0R(tAl) Address: Colorado Department of Revwue :Stine Capital Annce I I I I I I I I I I 11 I I I I I 1375:S"anStik , river. Colorado_ 80261 'ales land Use Texcs for the State or 661ohido i Reiii6nal'Transy6ftkion District '(RTD) -iirid, certain Colorado counties are oollected by thee State of oldidd ifind arc,4ncluilcdiin the 'Certification,7of Rxem plion, All appli able'Sqle� and T� Ta,x t-s ( in ctu na, State. 'tbllZele(1 (a ,es on orivIterns other'th9n construction and buildintz materials o�h,—sicgjlv inwratrdititri'the m L: are !,W c-M by COW RACTOR mod are to ,udtl —L c n iinprupriate bid items. Oka orlyrindses.• oC`xn} structure to be I mded,in any'ma ,that will CONTRACTOR s6bjeci, any part of the Work or adjawnt,pr6pe4y to 4m,,�Sts of pne&Urqjihrii viil andanger it: %V101T Of libiT'a)-LLI,'�S'NIOD'11,ICATION'SoREV , 41-(XJO) Safett, and Proleedom: 6:20. CONTRACTOR shalt be rcsportsible -f6r ,111111aii9g, maintaining 1. and nd supcnrising -.4ill cat y. pre,08LItions;und pi roams in WNTRAOTOR,slisll - take I all new' m1ary-prpcoutions for, the'siafety of,'sfid'"ll provide the necessary prot&ti6h to prevent Pi!lgf_. injury or losR t& &NA Al I rww.ns on,the W drk* sue or who niq Gz aff;=ptcd by he tSFnrk; a11,t he Wioirk and tatcnals ai d.equlpntcnt to A)c incorporawd.thercin, whether ifi'qtoragc on or on' the sits and 6.20-3? other prbpefty st the site ,or qdjaaOtthereta, rgrL-' roaroadways,stwctores,, utilific-i and ],bride ' lot'id Faaiti6 not desipjmitad f6r nifti&al, relocation or. In lJ'ic counq'c of c66,strwution, I =notice to C)\VNER nrxl CCNVTRACTOR in accordance with parag�aph 14 l3•t}mt the Work is'ac6eptable (cxocpt as otherwise expressly provided in. connection with Substantial Ci,inplritcin}'. ..6:21 ' Safari' XeliresesitiaJer CONTRACTOR shall desieriatc a _ qualified and experienced 3aletr representative'at the, site Whose duties nd rasp nsit ilities shrill be the prevention of accidents and the Main ntnt and supervising of saCrl} pre uulionS and Programs. H¢:arrl Contmtu;icutiori Pro�bmns- ft 22. CglgRAC: I -OR shall lic responsible for coordimime any excharwc;of material ta'sheets or _safety da i}Hier hazard" cornriiirniamon infimnauon.rcqurred to' hc" ;made available to or exchanged between or untong ..employers :�at the site in accordance -with ;knws or Re6ulxtions. . F:riteigehcies:•. '6:2a. In emergencies affccting the safety or,protection of persons or the Work ur�propetrty at..the•site or'rdjacmt .response to st o Change on � scqucnces b.21.; .Shop Drawings an?lSauyrfes 6.24.21. CONTR,%( TOR shall also sUbmit.Si mples to. 2gGPIEER for rzview and approval in accordance with said accepted schedule of Shoo bra%Ni g s:.aiid Sample submittals Each Sample will bc,id ntified Steady as to material, 5upphei,"pertutent data such as' ratalox nilmlxrs and,thc. tse for ii'hrch'mtcnded and otherwise: as ENGINEER may require 'to enable' F.•I lGINEF'R to review the submittal for the limitiM EJC,U4C h'.l;Ri11:�C,ONU1710` 1'JlrFlt il)')U Edalmi hh. wl t7ll di IOItTC�LLtr`S MOLiI11Cd CIONS (7t7sV •1ROVa) puilioses ragttred by,I-Arse raphti26. The nunib rs f cacti Ssinple to he submitted wili.be as spet.ified in Aie, Specifications, 6:24 Submittal Frocetbrrei. '(i.25•l.'F{efore. submitting :each, Shop :Chuwiii:a, to Sample; - ample; CONTRACC'TOR shall have, detentiiard'attd verified: 6251.1. till field measuremriiti quanddes, dmten ions. spec tied performance criteria; tnstalletion reclurrenient5, mateiial.S catalog ,r tmlxrs,<and sunilxr nConnat cm witli respect thereto, - 025.12 all materials"with,respect to intended use, Jilbricaurni, Shipp{nng, handling storage assembl). ind installnion .pertaining to the perfbrri ancc of the work and 6251:3. ,all infonriation eeliuive to Y C)N'I'RAG"I C)I{s _solc'`responSrhditics m r6f;cct of means, methods, techniques, sequences and prgccdures pf construction and safcty`prccautions mad proyunis incident thereto 'CQNTRACTOR shall also have reviewed and -63of(Imated each Shop Drawirig or Samlplc tttth other Shoff Diaw•ings and Samples and witk the requuemerits 'of •the Work and the Contract �ocumencrc fi 25 2 FIcl] suhnnttal :will bear' a stamp or specific written indication tint ( INTFRACTbR. has satisfied CONTRACTOR's obligations tinder _the contract iDix:unt"crils with res'icct to COKrRAC7•gR+6:16Y-W and appr'ova f of that subiti ittaJ. ion is spetifically and expressly otled4or.bv the Docurricilts) or to S-Hirety Precautions Or PrOgniiiiS ditiretu. The review and approval.'of H.Sep Unatc ;uch'wil] not indicate approval of the amombly in revisions other di2h the ciefteci [NGjL\tCL7RVn previous sid.3mivals-' 627, - ENIGIN[ERs"review and _� - I of die' Contract Docinvients tinles I RCON TRr A(�Q)k hns in writing calle d ENGINE Ws - .attention ,to eaeb •such "variation at the time, of'Sutimission as r4ired hj:' pain '6.25.3 and ENGINEER has given written annnnel h givenof each such variation by a snccilic writien 6,23,. Wliere'll Shop DraAin g-or Samplejs required by ntr !1fic Coa Documents tfie�_-zhedok or.Shop 'Drak4ing - let ­ ­m- and Simple submissions accepted layFNGINFFR as required by 1xinigrif .pfi2.0. nmr related Work perlbfined to f IvCilldhhH's review find approval of die peninent, �su ittill will he at the sole expense and resrxiniibility of Cajifilluilig Lie lvd;* 0,29, COYTRACTOR shall cam' on the Work and -adhere 16 die pfogrevi schedule during all disputes or dis-agjecllxnts tvIih 01A Nta: NolvVdii, shill be dclay�-, or ,pobtpurieil pending resolutiontit any disputes (it th St. ell crept t as ilermitied by'par igrtpli,l 55br ' as OWNER ;ihd 'CONITTPA-CTO.R may-otherwi-d ae-ree in �l;%iitirtl- 6.36. C0.VTP'MCT0R'.v Cen&& Jl�arrqqr qild ,C 6.36.1.17ONTFLACTOR l;N"a-Tranis, _and,guarani ecs 16 OWMR, IM3FINMEIZ and ENGFNEM Corisifliants UlAt all Work will be in ko6rdahtie 'with the Colitraict W�uirints " atid "will - n6l ' be ' dvfecO�e. CONTRACTOR's %Vanninty and guarantee Hereurider excludes detects or d6mag'e ceased by; 6.30.1.1, abust% modificati on oF un prupur maintenance or ojvmft iunby persons other tharr -cc)\-rrkActOR ' 'Sulai'ofitiaeitois ur.Sdjlp iet% or 6,30.1.2. normal war and feat under normal UMLC_ 6.302 CONTIZACTOR's bbUglition,lo perform and oaffipletc the - Work tri.a-mordance'with lhe_Cofitracl' Dcumerlis shall tie absolute: None of the 61lowm"I'L 'will coristivite iin:ace6ptance of .Work- that ;is not in 0 C1 iT 4ji; 1;6kT&1LLlM MO 1) [F ICATIO N 5 t 4 JtCA- I T (910� accordance with the Contract Doe6inerits or releik of C-Of4TRAC:TOR's-obligation .tk) perform 'in theA.Vork in accordance %Mh the Contract Documents: 6J0.2.1: bliscrita'GonsbyENGINEERt 6.30.1-1 rec6mme tion,of anv Na progress or final payinent Ily ONGIN); R, a30.223. -the issuance +of a cerifficuic - of , 1. 1 . Subsuuitiat "Com4le'Litin" *or any , payment . by O\BIER to (fbNftkkiblz ureter Lhe'Contrucl. Documents;, 6,3OJ_1,4_ use or occupancy ofthe Workryn'tty T lrr ther6of by okvl l 1iP%; 6,30.2.5. ;ani, iccepiance lily,01,VNER or any iiiilur"t6 do, so*,, 6.30.2.6. Firty reriew and approviil'o.Fs Shoo lhntvtngirrl male suh natal or d(te.issuance of,.R notice of adcap6tiil ity-by hNUINUR,puirStlarlt to paragraph 14.1 any. I ffmwction, test or approval by pfliLl-S.- or' 6.30.2:8. anv.wnec`ucirl of, cwiclhv� k4&t- by OWVFR. Inde.ninific4dfion 631, To I'llic Work-, pi (i)is �rvtu death; at (oiher th resulting or 'ed by any of them to or anyone for whose' and Bold sense or proper'), S of Use' in part by any negligence or omission of a person or entity i ld' emnifted 'htieur� "e`i rder or:her'liln6ility; is: imposed own such in m de'rili. z­fied i�paint _ ­w bv'Lal� at@ Regulations rt;gaidie..isorthe mjligence. of any iuLh pas'M' of eft'MY, 632: In . any.turd ,all cleans against oi� NEk. or 17NOINEER or any of their respecti%•e 66risultants; agents: .ofTions, directors or ein-pboyet. by arty employee (a' the sur%,ik-cir oi,personal ropfewritative of such employee) of 'CONTRACTOR. ant, Subcorhra6t,ur, any Supplier. 'uny ,person or orgnm . mrion directly orindirectly emplay-ed lij 17 Section 02500, Quantity Estimate, Deleted section. Section 02500, Quantity Estimate, Add the following section: This work shall consist of placement of Chip Seal, Slurry Seal, and Cape seal on existing and 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 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. Work not listed in this section will be added by Change Order at the contract unit prices. Contractor agrees that they will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amount. Addendum 1 - 7417 Asphalt Surface Treatment Project Page 4 of 4 ony of them to perform or furnish run, of file Work or anyone for whose .acts aany of them may he liable, the indemnification obligation under paraLuaph6.31 shall not lv limited in any iv&} by an'y'linotatiah on the amount or type of damages cvf i:6e atian dr�benefits payable by or for C 0N'f RA07 0R or an} mch.Suliconm etar;Supplicr or other person or orvznizslion under workers' compensation acts, disability benefit -acts ov other emplovee benefit acts. ,6.33. The indemnificatfpn obliaaliin of CONrrRACTOR under 'rembraph 631 shall not extend to the Iiubiliiy pC ENGINEEP� and ENGINEER's;Cor wltssnls officers directors, enmployees ni agents .caused hp' the professiorial'necligrnccs errtmrsor orti tsiiuru cif ady oC thcni. Srinliv] ofUb igatinhr. 6.J4. 'All representations, incicmnilii-itions, warranties, nand guaramees'made h rcquiredby or given inuccordance with t}m, Contract bacumen.M as well as all 66minuine oblr�atiyns ifidicttted in the Contract Documents, will survive final payment:. completion and accepmnee of tire' Work and tcnnination'orcompletion df theAarcement, ARTICLE 7-;0THE.R.WORIC Relderl I4'6rk at :Sue,' 7.1. OWNiuz niay I ctiori, outer work related to the Proj.ct ei the site 13y OWNER's own feirccs, or let other direct contracts therefor which shall contain General C o idiiions similar to these, or -have other work performed by utility owners. If the fact that such other work is to be Ix:rtormcd µ;is not noted in the Contract DgcunlcrilS then: (r) wdlten.noiice thereof will be jjkoto CONTRACTOR ,prior to starting any such other Work and (u)CONTRACTOR mny make a claim therefor as provided in'r1iticles I I and 13 if CONTRACTOR Believes 'that such perfonnunce wili'involve additional expanse to CONTRACTOR or regt4es additional time and the pnities arc unable to Wee as to the amount or extent thereof 7.- CONTRACTOR shall afford each other contractor who is a pariy-to such a direct comoic%laid _each utility .owner (and OWNTGR, if OWNER is perfanning the additional work with OVV,,RR's emplovees) .proper and safe deem to the site rind a reasonable cipportunily for the tritroduction and. -storage of materials and equipment and the execution of such other work and shall properly connect .and coordinate the Work with theirs, Unless bifienvise pr6vided in the Contract Documents. -CONTRACTOR ;shall do all cutting, fiftalg. and patching of the Work &I muy tx required to make itsseveralparts crime together properly and mle€Tate )1•ith such other -work. CONTRACTOR shall not endanger any work of others by euitImig, excawise vating or otheraltering .their work and 'will only cut or alter their work with the written consenl of LNG&M and the others whose work will be utTecied. The dutics;and responsibilities of CONi'RAC'l'UR under this txtragaph are for the benefit of such utility owners and other oantraciam to the estent'that.there are comprarnhle EJCUC cE1'6R.N: C6NU171ONS 19I tt$ (I viU Editim} is df Ull' Or miT COLLINS MODIFICATIONS dcEV d4i.(M) pnivisions for the ben6tt of CONTRACTOR in said direct contracts between OWRQER,and such utility owners and othersontructors. 7.3. If the proper execuliu.6 or results of any part of CONTRACTOR's Work depends unpoo'n work performed bs• others under lhts Article 7, CONTRACTOR stall inspect such other work and promptly :report to ENGINEER inwritm2 any delays, ,deteeis or its in. such other,woik drat renderitunavailable orunsuivable for the propa11 execu.iipn and results of CCMNTRACTORs W'otk. ,CONTRAGTOR's failure so to report will constitute an aceepmnee bf such other shark as tit anti pto6* for integration with CONTRACTOR's 'Work except for Intent or nonapparenu&fects and deficiencies in such othcr,w6ik. GoorhYnation 7,4. If OWNER, contracts with others for the performance of other work on the Propeet at the site,�Ihr following will he set forth in SupPlemenLiry'Condttions: 7A,1. the person,firnm:orrcorporation who will have authorit}"and respimnsibilinr for coordination of 'the actifities anmong the various prime contractors will he identified; 7.4.2. the_specific mad6s (a.hc covered by such authoritynnd responsibility Mull bit itemize&and 7.4.3. the, extent of such authority, and responsibilities will he providcd. 'Unless: odtcrwisc prnvidcd ;in the Suppicnicntaryr Conditions, OWNER .sball )vWc sole authority and respon.ibility in respect of suehcSordinatign. ARTICLE 8=OWNER'SR1 SPO\SMILITIE S' M. Except as„otherwise provided in dtescGeneml Conditions, 'OkkNF,R shall isssuc'.all communications to CONTRACTOR through liNG1NEL•R, 8.2. In case of termination of die cnmplojinent ;of ENGINEER, OW1, 'R shall appoint an eitg,meer.neafnst whops-COVTRa6TOR-makes-nti-r6satmblr obAtion; whose status under the Contract Doci ments'siall.be that of the Formimer M4GNEE•R 8.3, OWNER shall furnish the data required of OWNER under the Contract Wcumerits promptly and .hull make FuVy ienis to CONTRACTOR prcxnptiy wheir they are due as provided n p itieraphs 14.4 and 1 d13. 8.4. OWNER's duties in respect of providing lands and euscmcros and pirovidutg unap corn surreys to etiublish reference ports are set fond in pima raphs 4.1 and 4.4. Paiacnipha._ refers to OWNEER's identifyng .and making aysiiablc to :CONTRACTOR �t�pitis of report's of c.�plomtions and tests of subsurface condttons at the site and drawine_^.s of physical conditions in' existing I .structure's atOi,cordiguq4 to the sitejhrit have *n.utili&d ,byLINGINFEER iTipTepamly,�the Contruct Documents. 'S m. n, Forth to psmsphs545 8 '6'. mvAER Is obl-igntekl to execute Cliange Or der a as: indicated M`rioagraph 10.4. S-7O WNT-R's Nh ct of certain KC5119mi. Rl)� in r!me, tnspF�tjons.,, -tests and nl�provMs is set L-irtfi­tn 'paragraph. 13-4. 8.8. . ' In canneciinn with OWNEN's right to ;top .Work or WA, kc: lmriigiaphsla,I() and ' 15j, a�fid r iTa�h deals with m-VAR's right tolemintitc - c�.s or, CXANTIl�A G on se -I'M der certain circurnsaancm 4-9- 'rhe mVNf-,k shall not suNryisc, dircel'or have CON TRAC YOR's-means. nieftds, techniques, sequences -* means.. p or pireelut or p!occaut.cs or consirruct icins and programs aipident, thereta. or fiar any thilure of coN*rR'Ac,rop with Laws and kci�mlation:s I I .aij;lican: to the furnishing or perlbrinaned,or.l. be W 01-k I OWNER"Will not tx msfnnsiblc fior f( " *TRAqI*0Ws IlAurd 16 pcffbiai'orfurnish -the Work at a6c&danci: with are CPnTrkt-D&uircdVs 'xAQ- -OWN :7s14ty-a respect-of�d U11VII. 11 ilmd uS--Wff4&--W ko 'a. 0- If f--W tile e,- .,,l R-imo-nercec-40-htRnSil nde� th rzspartis fe -set-forth'-in-the 'Spr!CnIt-cot ARtlelY. -9—ENTC.1jN-FIKR'§ STAn'J-S- T)rl!R­1N'C tONSTRILT010IN' Represenfative:- QJVA.'ER's 'EN n .9L 1. GINTER will be OWN-RS r�presc tritive durin2 the Construction period, The duties and rdspon-sibilitieFs and .the. .1itilitittidris of.authority' •of ENGUEER.' as OWNERS rekeseniative during, c6nstiu&iu'n are'xt forth in '(he Cohtract l5ocunim-s"and :SR411 not -be eztai&d %,vith6btWritten consent . o OWNER UndEINGINT-ER- 1,16i IF fe Sile: ,9.2. ENTI)INTEER will make visits to the sito aldritervaN appropria , t c I I I o the various' stages of construction as ENI-GNEER deans necessary in order Ac, obscrve,as un .experienced and dual ified design profeestonal 'the progress �� ti 6 TY OF FOf T X)LLI NS N1 ODIFICATIONS (fWV,1p 1)(1111 I I Prtyecj Repr6ent.iWiw 9.3.1, ne Rmi-g5niative-s derdirns in rriatiers pertainir" to the EN'GINTEER-and'CONTRACTOR. But, the Representative will 'keep the QWNTTR :property about. such matters. The L ReDT I es ' MIHLIV I e , s dqirlin�%6ffi or with,7 the " 11 knowlecke and - a troval . or the CONURZIMORL 9.1i Duties and Responsibilities- Representative will- U3.I.Schedules RMxv the %proi,,r 19 I schedule and other scliedules prepared by the CONTRACTOR and .corisull : with the. 2['GINEER cone nmc aecelitability. 9.3.2.2. -Codfgrenccs and :lWctinii. - Allmd fiwetine with the Zc*xrR.4cT1'OR ,such as p"consutictior, c`mferencz3,_p_r„ogrss�.'meelin'g arrtl;:other..loU conierEnres. and prepare .and 'circulate copits of minutes of meelin-uj 93:23-Liaison Sense .as. ENGINI"ER'S linison with'CONITPACTOR, working _principally throiieh CON7'RAC'rOR'S.supehniendent to ,assist the C:ONTRACTOR. in undcrstandina the Contract Doctunems. 93,232. AsistinobteuurinetromOWNER additionat' details .or 'mfomimiint when rcauiied- for lrroper eyecution of the \rock. 9`.3:2:3'3. -4dvisc thc. ENCiIN1iER and CONTRACTOR of the commencament of :any Work regairime a 'Sho -Dmwirat• or -svnple'suhmimion if dte suhhtission has not lx n spjxovc„ d hi• d c I NG WEER. ' 99.3.22:4,Review,�6f tLgk _Rejeclion of Detecirs Work Inspi:ctions'and Tcs�c.- B.3 2A 1. - Conduct orrsite obscrvstions of aw.Ayor1 in Dressicrassist Ow ENGINEER in'detcirtiinittythat the Work j.j_pro&-cdirie,in acecrcdarK:e ivitli the Ccudraci.DncumenLa. ' �.3.24,3. .Accompany risilirr+ In ectors r, -publicorother nenciv, havine ju sdicuori bver the. Project, rzcor l the. reu4Ls of these 'iMctiotu and report to the ENGINEER 932.5_ lnterpre atiun of Contract Docilmeat,§L R,pgxt to LNGLN'EER when clarifications And intrrpielatiom of the Contracl Documents are .needed urid Inrnvnil, to CONTRACTOR clauifiwtion.and intemrelation of ltie.-.Citnuact Docurnents'm%ismed'by ihethe ENGINEER 9. 2.6. Modihculiuns. Consider and &alttate (,'ON'I'RA(TOR!s suggestions. for EJCUC c 1NMU; CONDITIONS I91 n-it tI P9a EOdm) 4161Y-OPPORT COLLINSMODINCA'DONS (EV•1,-000) modification in Dmwinias or Specifications and Teptrrt these recommendations lo:L'NGINrEGR. A'ccumtrir umis-mit. to. :CONTRACTOR decisions ismal by the ENGLNEER- 9:3.'_.7. Records:. o R, Rr�ores 9)? f.l._ Furnish ETNGIE=R t eiio3ic itporLs. itsreijuifed. of ro4rrs of the lVork' and -of the CO\[TRACTOR'S iron[pliaace_ivitll the progress schedule an�I --si:hedule._ of_ .shop Dnking and :sample submittals. 9iR2 _ Consult with IT1GJNrLGR in ailvnncs of" sr:Uedulirla�inajor.:_ tzst:>y �.inspuciibrts or itnrt of iii53:+oitant phases of llle lti�x4:; 932-8:3. Dmfi proposed Charrae Orders imd Work Directivee, •Charigrs,.. obtaining baukup material from `the coNIR.4C'fOR anil recommend to .ENGINCER_Change Orders Work Directive Chair and Geld orders. 9 3.2 8.4. Repoit immcdirtely to ENGhNiEER and OWNUZ the occurrence of anv'acciocnt. ��`-- 9.3:2.9 Payment Rer{uests.. Review'applicat ons f .patitcnt,vcithCON'1R.4UTOR'fpr.cimpliance with :the eslablisheU - procedure for. tficir submission and fonvnM With rei:omniendation to ENGINEER notine particularly the. Maticinship cif requiteniditts of the Contract Documents (in the form of the pavanenr requested to the chrilule�bC values, Drawings or otherwise) as P�IGLNEER tr ne determine work 'completed and materials and •e ugymtent ncccs'iHp winch shall be Consistent with the intent of and delivered HuAlie sire •but nut incorporated m Ihe. reasonably ulfaable•from Ili& CLmtracL Lkrcarments ,Such Work. written clarifications an l me preiatiuns will be rid ne on O11rNF,•R..and CONTRACTOR- if OWNER or 9.3.21I0Completion. CONTTRACTOR bxbcvc% that a written clarification to interprelattotl justifies an adjushnent In the Contract Price 9.? ^^ IQ.I._ EtCore Ei�rCINEER issues a or the;Contracl Tunes and the.parlies are unable to Hgiee L: rttftcaw of Substantial Cumnletiori submii to'the umouni •or eetenl th`douL if anv; O\Wi EP or to C:ONTMACTOR H list of observed Heins t ONTRACTOR'ina) make:a \trit_le_n maim therefor es reuui ing correction or completion provided in Article i ),or Arlrcic l': 9:3 °T0.2. Conduct fttral inspection in die' AurhaH ed l'arihGuitern Work: uimr;am• of.the I -NI GINFER: OWN ER-•snd CONTRACTOR land • rp�re •a • final list of 9 "IUINFFR ma} nuthoHic minor variations in items to be corrected or Completed the ,\Voik from +the' requirements of the Contract ' Doe umcnts which do not involve an ad1'ustment in the 0 2.103. Observe that all items on the Contract Price or the (untmCt Times and are ComFetible final list latye•heen corrected or'completed and with -;the' design :concept of ihc,completed Project .a's a :make recommendatirms '.to -.ENGINEER' funcntriiirtg whole as mdteated bj the' Contract concerning acceptance. I)tx.umeittsese fh.mny hetcctimpllshed by a Field Order ' and will he btnding on OWNER and also .ore 93 3 m I,utntion of :authority: The:Representative shall CO\ I RAQ OR who shall, perform the Mirk involved ,not i - - jroniptly, If{i\VNliR or,C{)p;,I hAt3TOF2 belicves,thata "Field Ordcrjustifics;an adjustment to thrGnntruct Price or 933,1 Authorizz anv deviations from the the f pr dace 1'imcs and the Izlrtic5 are unablc to agree as ' Contract— Dodumems or accept my Sulntitutc. to the' mno uu of c ttcru thereof, OWNER or mate_r is elui�ment unless einhorlp l by thg CVNTRACTOR ma) mnl,e,�,ivrntzr clam therefiro as h� GINEF.It provide 1 in Articici l ort?. 93:333 hzcccd 11mitAb6ns of I NGINI^I RejectingDefecrh•eWork. ' ,VS. authority ias set forth in theContmet Docuirrcnts. v_3_;.3 Undatake any of Ihc.reclxt vsibthtics 0,6. I NLrINPPR will havc authority' to dlsappmva or of the .CUL\1T ACTOR. SubcbnLmct6f:s ' ty Inject 1Vark which FN',GTNTF,P belie s tq be rkfective, C—QhTRAQTOR'$ superintendent or,thitENGINEER believes will not ixo&ce a completed PtttjccL that cdatin» s to du Cfmttact Docunie45 &,, that ' 9.33.4 .Advise o for issue dlra1ioRs Felnti_ve will prejudnC (he iniegfity of the design concept of Uri to, or avvrme control aver .my u "put tily'tit�r 6impletcd Project rrs a run&i6ni g,whole a&Jhdicated by mons,_methode: techrvaue stcircnac-s orr the Contract Daunanls. EhNGIN,P.IJt will 'Also have prncedlrs (or con,tructio unless sticlZ is authonl),to require SptctaI insfxct)on �.i testii of tier age aficall�alled for in the ContractDocuments: \\ro k as piuvided inpHrag•raph 13 7 whether or not •the. ' Wort, ts'fal icaIed installed occexnplaLtd. 93`3.5,^Advisc an or issue .directions rcg3riu°. ,or assiiue wntr'ol .over 4itety, Sho7igrntvings,Elfnnge.OrdersandPnpnesirs:. preciutitins and Orotgtinis'in Corlrieedims with the Weak. 97 In Connection cash L'NG1.NECR's authority as 16 ' Shop D,rawings and :Sam, ples, see paraLmaphs 6 p,l through J3 3.6. :Accept Shqp Drawmes• or stmiple 6.28 inclusive submittals from onvone other than the CONTRACTOR 9;$, In connection with EN'GNTEt `s authority As to Chan_e Orders, see Artides fo. I I. find 12. ' 9.33.7. Authorize O\\rNGR to occupy ..thc \\ in whole urin pan: T? 9. In connection wrtli ENGlti TEER's, authonty'as to Appllcallpnslot FaymenLa'a_Arlicl2�14. ' 9.3.3.5. Participate t❑ spSciilized field{fi laloialory rases or irtspeCliom conducted b'ybt}leis. Dt9rrh9irrrumnsfnr:Gnrr Paces•: ' ell as specifically authorized by jhe LING1.14EEK 9.10. 'ENGINEER }till detenninc the acluiil quantities an(] classifimtionsof`Unit `Price Wort: trrfurmcd by Cfunfieati nsarrrllnrei7rretnriun .. CONTRACTOR. ENGINEER Will r_evic%J with C61NrI'121{.fOR` the hNGINFt•Its ,prehminarj• 9.4. ENGINEER teill issue with reasonable prgniptness deterntinalmns vni such masers before rendering a written such written. clarifications of inwprelatipn; of qhe decision-.theraon (by recommendapon of an Appliention FJCLIC 4Enh�iAL CONDI'RON5,UI IIS.I i 11Kt Gdiliml -? 1 a�Y C71Y OP PORT WLLI NS \fOUl17CrLTtONS (liliy �L^.tNla) I 1 for Payment or otherwise); ENGMEER's written decision +thereon will be final and binding upon OWNER and CONTRACTOR, unless; within ten days after the date of .ani' such decisibn either Ot NUZ ar CC)MRAC.TOR .delivers to the other :and w ENG[NIEER written notice of intention to appeal from HNGINERR's decision and; (i) an .appeal from. I:NGINGER's decision is takin within the time limits and in accordance with the procedures set forth in Exhibit -CC -A, "Dispute Resolutiori Aereement", entered into between, OWNER and CONTR.A(;TOR pursuani io Article 16, or(u) ref ni)such Dispute -Resolution Agreement has been entered into. formal pros e'ding is msoluled by the appealing party or remedies; as the appwlmian a•forum of competent jurisdiction to exercise such nghls e.party may .have with respect to FNGINN,ER's decision unless oth&wise agreed in wYitatg by OWNER and CONTILACTbR. Such appeal will not be -subject to the proceduresof paragraph 9.11. Decisiomv on Dispurev.• ,9.11. FNGINEF".R will be the initial 'interpriter of the •requirements of the, Contract DtxtiaicnLs and judge of the acW ceptahility ofthe orktheritrnder- (slaiitis, di- ute; and .nhcr mattcrs rchting to the acceptability oftheWork or 'the interpretation of the requirements or the Qontmci D&unients pertaining to the performance and famishing of die Work,mid claims under Artieles-1 I' and l-'_ in respect of changes lei the Contract Price. or Contravi Times will'Lx referred inidt11y tn.fiNGINFERin writing with a request for n fornmi'decision in accordance with this parsgmph. Written nniiec of each such claim, dispute or other matter will be delivered by the clnirnant to ENGINEM and the other party to the, Agrccmcot promptly (hut in 6o 66nt 'later than thirty days) after the zart of the occurrence or event giving rise thereto. and written supporting data.tvill K. Svbrailted to ENGINEER and (hc other p:uty with rl .sixty days after the start of such occurrence prevent unless ENGINEER allows pit addith(umll period O1 time for the 'submission of adr6lion�l or more naYumc data in suppon of -such claim, dispinc or other matter.. The opposulg.pnrty shall submit any response to ENGINEER petit the cluimant 'within deity ,days after receipt of the cUriamt's last �suhliiittal (unlcss.IFNGrNTF.F.R allows ndditinrlal time). .ENGINEER will render a formal decision Iinw�iling wiPat t tnrn), daysniki ri pip of the opposing party's s tbmitinl. if any, inaccordance. with this pamgrN5111 ENGINEER's -wnueo decisio n. nn such clams, dispute or other nianer will N final andbinding upon OWNER and CUNMACTOR unless:' (i) an appeal from EfMINEER's decision is taken 'within the. time 'limits and in accordance with the :.procalures .set forth in E.ViISIT (;(:-A. "Dispute Resoluiioh.A ,reement';,entered into between OWNTGRand -CONPRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written ntliiee or intention to appeal Gamb'NGI�IEER's written decision is de-livaid by OWNER or CONTRACTOR to the other and to 1,1GMMZ within 'lhiay days utter the date of such decision and n formal prpaedira_ is. instituted by the appealiri . pony in it forum of 'competent jurisdiction to exercise such rights or rtanedies as the app cling airy may hate with respect to such claim; dispute or other matter to accordance with appliwbie Laws :and Regulations within. sixty days of the date of such �� EICUC OENhRAL CONDITIONS 1911" 1100 E(Waf) -- a7 UIT OF PORT OOLLINS NIODIFICA'(IONS OUIV•1/2nrp1) de6si(* unlesti otherivise_agieed in yvening by OWN TIR and CONTRACTOR 9.12; •When functioning as interpreter and jtidge. under Iruglaphs9.10 .and 911, EI�IGINEER ivih not :show ppaartiality to CAVNER or CO,1TRAC I OR_and will not he lieblt at connection with any aterpreufuon or decision rendered in good faith in such capacity. The rendering, of a decision by MI GIIJEER,pursuanito paniumphs 9.10,or .11 with respect'ia nit} -such claim, dispute or other, .matter (except any %hi6 have been w aiwed,by the making p6mgrsph 14,15) will he a condition precedent to anyr cktrcise by.01V1NER or CO\'TR.ACTOR of such rights or remedies as'eilher may otherwise have wider thed;nntrapt 17octiments or be I,aws,or'Regulations in ,respcct of anyim such cla: dispute or other mattervpursu*' nHeAiiti lt- .` 9.13. Limitations tore LA'G/NEL•R`s .Aethurifi :and Itespn)Lntiilirizvi - � - M 1 Neithd ENGINFFR's authority or resp nsihilityundcr this Ardcic 9 or under any other provtston.of the Contract Documents nor any decsion magic liy hNC;I IJFFR in good faith,ciiher to c%mrcisc or,_gwe.ri'. to any duiy wyzd by'CNGIIVLER to (30N I RAC TOR anv tiuhconfiractor, any Supplier; pry other person or organization, or to.any surety for ofxfii0l6yc6 of Agent of any of them, 9.132. FT�GI?IKHR will not 'supenis , direct, Wntrol or have authority over 'or:lie rmponsihle'for or lie 9-133ENGINTEER will not be resporisihte Cor the wets cn oniissions 6f CONTRACT6IZ " or .iinj Subc.omractor. dint Supplier; or al any Other person or organinrtio r ;perlurmmg or finish rig any of .the Work: 9.13.4. ENGhNEER'srcview,of the final Applicatiun fur Patmrerti and accompanyine'ilocumentauon and all maintenance and ape vting irutr'uctiorq schedules: ihu:ir in the the 9;13,5: The limitations upon authority and I 1 11 1 resj onsi6ihtt serFiwith'in dt s parni'aph 9,N "hill 1 also` apph to EsGP. LRs.S'cin5 hams, Resident Prgjecf Representative rind assistuiits: ARTIC_I,FJ04: AIV(:.FSUNTHE\SORK 102 If OWNER'. and.'CONTRACTOR. are iinsble to ;agree 3s tip th'e extent, R an} of an_ adlustment to the, Con"ct'Pric6!6r art idjustincnt,of the;Contmut Tirues d st• all should be.oued as a result of a'Work Change Directive a'claim may ate nia'dc thcrcfor as provided in Article 1 I'or' Article' 11 103. CGNTRACTGRshalJ not hccnuticd to an,incrctsc ii the Corr ct Price,or•ani e�tension of the'Conti" ct f inI6 _with resjvct to any x21rl: perfdrnie&tbat is not reqquired by :the Contract Documents as amended. modified and supplcmcntcd as prrn ided in lxiragraphs 5 and S'6, Creel t iri-thc case ofan cinetgetic} is provided in jiaract:iph623 or - in the case of uni~x�cring Work,as prot�iiicd in •paragraph139,. -- 10.4. OWCH•R and CONTRAUOR shall vg&utc app operate 4} an<.e Ceders recommended by ENGPvE[-;R ,(ur Written Am4ntlmenis) ixivrrmg. 104 1. changes'in. the Work which are`(i) oidpred bt Ciwx pursuant to pamrraph 10A. (ii) required because:of-acceptance of'*defecrne Work under, para'graj h 1 +,13 or Lorrecting'Ofective Work under pamgmph 13:14;or (iii) to'by the patties 10:43. ciiarteei in'the rcuitraLt Price nr "C'oittr:lcl Timeswhicharea<<.*.ieedtub}',thePatties;tmil 1 r 4.3_ changes, in'the_Coniract 13 tee, or Contract, Times iihich emliod ihe,s6bsutooc of,vity written decision. rendered' by ENGINEER- pursuant to. pam£riph 9 1'1; 1.111.9v'ided that,imlivu of etecuttng-tin}' such • Change Order: to appeal maj ix taken Gom anv such "cleusign in •.tecortirtnce;wrth the jrovisions oFthe Connact Doctaneiits aril applicable' Laws and ReLulations'but during tuiy such appppeaapl. CONTRAM'DR shill •on the 'Work-, anti ,tiilhere° It, '.the - pLvess schedule its provided An ...puiagmph 6 29. 10.E If notice of any change affectiaa the general scope 'a(.the U ork.-or e provisions of the S;:ondnttt Documents E!C UG Ub .E1tAl. CUNUITICINS l'JLt�S (F lAU Echtitn! Ki CIT1 OF FORT COLLINS N 1 0 D I FICATION3 tR4V,1,TNJ(* (mdtidirt , but pot.linuted to, Coiract Wicz or Contract Times) is reyuiredbti the provisions of artyLtond•to be j3ivenin a surety, the gvmj; of any such, notice will 6e CUWIT . CTOR's tesfxmsibility, and the amount ofeach applicabk Bond will lie adjustedaccorduigly; ' ARTICI,F:d1—CHANGE OFCOiV CRAC'r PRICE 11.1; '1 he C76raract frier; cdhstitutcs the to61 compehsmjnn (subject to authori r, d adlustnmms) payable to CONm%t'TOlt tiv per6hiting the, WO, v All duties: esTxmsibihtics and_ bligatiot s assigned to; or undertake i by CONT RAG I OWsfid he*at <sCt T`kt1CT'OR's expense tt-Flhdut cltangc ia,[He CnnVaci'.{ rice. 11.3, Thr• value .bf tiny `,'<?ort 'covered by a Charig•z ,Order or of any vbiim for` an ailjustmeni ib the Contract Pntx will be'cletennincd a ,,follows 11, 3'.I. where the Work involved is covered by writ prices tpnihi e 1, in the E;onirct Documents, by 'upplicaticm of such unit prices to the yuanuties of the items ifiVolved; .(sub' - 'to tha ,Fiovtsions of 23 partgmphs l l;v,l t1*6beh 103, inclusive); 11:3.2. where the Work involved is not covered by unit prices conVtined in the Cumrc ct Documents, by'_a mtitutilly_ngrerd payment basis. ihcluiling+ liuop'sunt (i�{ tell may inelude,mi allowance far overhead and profit : ,not tieczastirily 'in accordance. with ixuagraph 11.3.3. where dr€ Work involved is nut covered by unit pntzs .writained in - the 'Conua& Documents and aLreement to a lump sum is not r&acht�l 'serail&- pamgrtiph 1 1 , — on the basis of the Cast of the Wok (d to mm%d as prcrvided'inparagiphs 11.4,and1 t_:5) plus a C ON I RA(;TOR's fez for of &-head and profit (dctcrntifi,M aspnividcd in paragmaph ll;h): (.'o.KofMe IVork 1174, :The tern[ Cost of* the Work means die sum of all •tz)sts necessarily mcvRed .md paid by CONTR_aC;TOR in the proper"performancec f;the \V6W. Except its otherwise ,ills} he ;igRrcl to in %vriturg hy'Y NLR, such cosus shall in :antounis no hither than ]hest prevailing in. the Io�litV of thc, frujccL_ shall indinfe only'..the.. folloiving items -and shall not include -any-61':the castq itemized it): in file ' direct orinancc oPthe iR and - (CONTRACTOR, ;Such I include ivit)1661 limitation fonimn n :arid ot}tcr pc'rscinnel is at 'die site. Payroll (costs &u played Bill -time; on the Work shall '[tic basis, of,dic r time%licit on thB mc ."11 lue_le,-butnoi be limited to: r3 "lus (fie cost of fringe-: bene6ts- ade siial secunry contrilunols; to 11,42.rC6-st of all materials and Nut' ported, in the tVorl , Including costs of lion and storage t}iareol; and Syppliers'.-field .Vw ed in connection thereith All cash shall accrite to CONTRACTOR unless deposits fonds with CONTRACTOR "with mike pa}'me'ni& in }-high c6se .the cash. shall accrue to, O\VNLR All trade eba rtes and ielur ifs acid mtutns$orii e salof iaterials and equipniem..shtill necrud_ to arid C;ON'fRAC I'O1: shrill muke;pravis7ans 11.4.3. Payment; made by C(* I RA( 1ORto the Subcontractors for W&V perf6rmed or'fu-nished by subcontractors. If requirvil by O\k'1 iR, EiCUC C:t-1't'RN:`CUUUI Tl 1\'J 191iN3 (1990Ethtiml 24 w11111'OFFORT.tiDLLIhS M011II ICA'RDIvS Qii-Y dl'a9n) 11,44 Cases of special consultants (including -but not limited 'to cnguticrs, architects, � testa e¢ 4aboiat6riess; surveyor, otiorneys;,rmd. accou iiii— ) employed_' fcir sen'ices specifically r'elaied to the Work." 1 t:t4.5. Stipplementiil cizsts'rncluclimo [fie Ccillot}�ih: Il4 1. The proPortion of necessary an _ trsportation travel,mtd subsistence expenses of (.,C)N'lRA(;1ORa 'cmploye&s, incurred'' in dischnrgc�grduties cotinccted with the Wniir: 11 45:3. Cost, ,iitdludutg transportation and maintenance. of a4 materials, suliplies; equipment machirte y. appliances; office and temporary" facilities atdie sne'and hand ionla`not oisned bj, th6 uorkets,'ivhRb arc c6nm sued in the performancc,of the. Work, and cost less market value of such Items used but not c6nsumcd whjch remain the property of i-6NTRA(T(JR. . 11 A 5 31. Rentals of all construction iling!and remova ith' terms of etital .of any 5ucl s :shall cease- w necZ�r. y' l it tbi 11 4.5A. Sales;, consumer. use of similar taxes related' to the Wofl; and tot• `wlucli CONTRACTOR isliable, impi)sed by Laigs and Regulntion5. 1IA5,5. Deposits lost for •causes other than negl Bence of ' 'COI`T1t4CTOR. 'any Subcontrador or anyone directly' or indiiecOv employed by any tit them or for whose, acts any oC them may be liable, and royalty puynicras and fees for,perniits and licenses. 115.t. Lasses and damages Cana related eapenscs),6iused h datii to the 11tirk, not compensated by insurance or x}tu v se. susta red hi' C:ON"I'RACTOR in mnncctiena iai li the I �i 1 11 1 F, ,11.4 5-7" Tlic_cnst of utilities, tool and sanitary ]t3ciliiiesatthesite. ` I14jX Minor eyxilks such as telegrams, Innc•.distance-telephone calls• telephone service -at the site! cxpress'agc and'similar pett}• cash items in 'connection with die Work. 111.4159. 'Cost of premiumsfdr addluobal Bonds, and msuriince rcgiiired because of changei in tlmc \Nark - I LS The tcmrCnst,gfthe Work %hail not include: an} nE tlic following:, 11-i?. Expenses ,of,CONTRACTOR's prulctpal and branch offices, other lhan'CONTMACTdiks. off.11 - at the site.- 1153. Any .prat of CONTIRACTOR's-;capital egresses, inuluilirie interest .on CONTRACTORS wpi[al,`emploittl Co the Work. and charges-;.agamst. COS TRACTOR tor:ilehrxjua ttznymiCIII& 11.5.4. cost of premiums for "all-Bbnds .and for all m .surflncelwhethu (IT hot CCf,A"fRA( I(.)R is required by tFe Contract f)()CunICmS to purchase and maintain thc;samc (g�ctpt ror:thc Lost orprcmiunms covUKrd 6y subparagraph 1 L4r.�:zbove). .El000 GF'sER:.1t.t,UNll1T[C�I1'S 1'l1 U-S III'.iV Lihlun! k7.©T'1 Ur FUR7 GYILLI NS \IimUll A.ATtONS tltil if:INAn- 1 1, 5„ Costs, . due to the , tieeligenceof CONTRACTOR ,any_'Subconlunc•toi; or ,arvone di recity ads, nirdirecdy employed by, any of them or for t,' xi_ e ds a,, of them may be liable, including but nq limited to, the Wrirction-of =tkfedive \Vo&. disr'ml,of materials or`equipnm"eat %cToigl}' supplied lindmakinggciolany,dtintasetoproperly' I l'5.6. Other overheador'uenenil ekpen r costs of any,ku d and the c sls of auy'rtrnm not ypeoihcally arid e precsl} mcludl d in pmag 6ph I r4; 11.6. The C'ON'I RA(TI'C)Rq fee allowed, to CONTRACTOR Cur crverhead rind' ptoGt shall•,be deteni fined as follows:. - 11 1, a mutually acueptable,&�ed fee, or 11.62.-if a Gxcd'fee is not _agreed upon, then,u vice hascd`on thc'followina paccntagcs of the- various po lions of the c%< arlie Warv' J 1 6 .1. dor costs incurred under Nhtgniphs 1 14 i and I l: a ^_, the t;C)J9T12AF;1 Oh s foe shallhe filiucn percent; 'I1 fi'? for =casts ,incurred under jiaragmph I I A3, die Ct1N(R:ICTOR:s.fee sh ll be five pe cent 11,6.2.4. - no fee shall be ftayable on die basis o(Lt>,sts iletnia;il under p�vagniphs 11 4.4, 11, 4.5 and 1 f i ... i 1.6 2,5 the amounttof crodit to be allowed by CONTitACfOR tti O%VNER for any change tthich results in a net decrease to cost m+dl be the amount of the actual net, decreasv'm cost plus a dtttuction in CONNrRACTOR's lee by ao amount, equal to five p rcent'ofsuth neidecrea r a l 11 62.6. when both additions and credit's are involved in any one change," the adjustment in CONTRACTORs (ee shall be'cymputed on the basis t;f the net ,claim r in accordance Nyith paragraphs 1 t 6 2.1 thrpugh l 1 615;,inclussivc.. 11_7. Whenever the cost of any- Work -is- to he 2a deterriunei _pursuant to paramphs 111, !and 11,5. C'ONrrRAC_ TC?R will establish 'arid matntai records thereof iri accordance with generally,acccoted aecodnting ;prdutictis'unil submrfiri'Curm,ecceplxtile lu.IiNGCh`GERari rientizecicostbreakdo�vo luaetherwitl)"supporting data: r_Qyfi allmranies: I its. tt is understood that CUNT RAC fOR fins included m the Cornnict-Piice all'adowunces so Hammel inthe' Conlinct Doc niaw and shall atuse-the Work"so cowered to. b Cu ru f e! and performed Cor such sums as taay.be :eccepLlble to C)1\'NER and ENGINEER. CO N'IRAC fOR :agrees d18t: 11,K.1, the allowances incluuc; the east to C0NrrP—ACi OR;(less any applicable Ira de discounts) of materials and equipment required by the allowances to be delivered at'the site.:anilall applicable tapes; and 11 b.2.,CONTRACTORs costa .for unloading and handling on the_ciic, labnr. installation costa; m,erhead, profit -arid athci expanses ctir6iibl3ted lot the allowances have Iv included_ in the Contract Price .and not in the -allm-vances and 'no dmnrid for odchtional pa} merit on account of any of tlic':foregoine will be falid, Prior to final paymeni;'an appropir to CIt1n€e Other will be rued asnxantmended ti} bNOIN6p,K to retie t attual amounts due CONTRACTOR cin account of Nark covered 6y alkAV;i r;,cs, andthe Contract Iti& ' shall be' .. corfespondiujJy� adluat-ed. 11A. flail Price Plorkt' or dart ;of (lie Work istribe the.Cool'ract Pricey will be, Price Work are the puijicse of n ininm Contract 1 qu, niities, and Fi rfmried by ;LN, Glt\ LR in 11 `93. Each unit price will be deemed to include an amount'coi sidered liy COLN TRACTOR to b: adequate to cover CtjNrRACTOR•s overhead and profit for each separatehidentified item; I Ly;3, Oli NER ar( UN'fIZ \C"TOIL :may mare. a claim for an "adjustrment .in the Contrsct Price .in accordancetiilhArtiole 11 if: 11-..9.3.1. the quantity of an"r item pC Unit Nce_ IVorl tifrforincd by' .COWRAGfOR d[il'er's materially and sipilicarAly from the estimated quitnuiy of such item indianted in•the .Ag�eenient; F1C:Ut: tiE!F3t,V CONU171n1S 19I ih4 tl J'Ja EAitimS "u WLIT OFFORTC-OLLInSMOUItICATIDIJ3 IREV dPaWJ 19 • 119. there is no. corresponding _adjustment with resPect,to any othec"itern of %V91'k, and 11--9.33- if 0ON RACTOIR Believes :that CONTRACTOR 'is entitled to an mcrease ;m Contract Prue as n result of graving incurred additional 'e:.Tense or ONVNtR 'believes that OWNER is entitled to:s decrease in Contmivvp ice and the parties are ,imable ,to agree, as to the amount fany such increase or de tease: 11.9.3.4. -CONTRACTOR-ackitowledgts that the -OWNER' has-thericht to add or delete items in the F3id or:chafi& quanutia ar OWNER'S -sole discretion without affecunu the ContractPrice of vanv mma-mitu_• item :so lrmg as, the Metidn or aadbtion does not Mixed lwenl itte percent of the- oneinal total C"ontractisrice. ' ART.IC LE-12- 47HANC E bP CONi•KA(J TLM FS 12:3': All tiiite'limits stateil in the;Gontract Documents arv. or the essence. I the Agreement 12a Where .CONTRACTOR is a claim M. to, of Ood, IJ Il vs artrihutnhle to and I I I I I I I I I I I I I I 11 witfihi the cwtiolW a 5ubc6htiactor.'dr Suppli& shaLl'be =deem&cl to,he delays tyithin die control brC ONTRA&M ARTICLE I 13-TRVIS AND I -[Nl'SlRJ--XJ:I'I0NS; CORRECHOiN Ri�j%IOVAI;OR"AC(:I,'IYI'ANC�, OF 0. L NvlW of Difeciv. Trompt m)Lice of all,defective. Work of which OWNER or I�ivch&Ji.il knm�-Iedgc ivill 'b& kiV6 in Co'qTRACI'O I R All" -dq-k-tisv Work eta i" 6c rejected, Access to wom-..' Tesis and lnspeviions, ITY CO-NITRACTOR shall eive 'ENIG[NEER u-n, iety ortja readire"oftheWprkforidI'rec6ir iii ssvelioM, tests or approvals, and shall wopemtc mth"infedicaand listing pi;rsonnel ib facilitate re4kiircd ins.mclic-Ins-6.1' le'81.S. BA CAWER shall employ. and ray fnr.thclservices lufll fin iri&j:ehdial I-estina IH'b6raty'r"-' to kiftirin 'all , fejLs i�sjxc-llorts, I car' agiroyn s'required by 'the Contract, Ductuncrits emept: 13.4.1 f6r insrcc6om:, tests or. approvals.covered 13.9 �: that Deeds inciftul "in connection lsilh tests or inspections conducted' sigh 13.�), T�!i7narit -10 ,fao?vil Eje6c:qiNa ALc0i,XmvbNsA9W-81'0Qk&im) 4 tOltf 4YILLIN5 S1bUtI1CATlONS *1mv shall. be •pnid as, 'ptcovWd .in said -13'4.3.'ug otherwise' .sWcl'rlcglly Piovidal in the 1 -3-6. If any'Work- (or the Avork ofcthers),that'iq to be insrj�'ctcd, icsiod -'or' mpjw6v,Ld is covered ' by (,Q-j\TKW,TQR, without; iiTitten L-cindwonce of NIFER; it must; if oquested by E-NCINHER, hr uncavued roi obr&,6vatjort. 13.T Uncovering AA16rk as provided in Iximgi-.qpii' 1-3 6, shall b,, at C45,NIIRIAC I WRIs unlems CONTTRACIOk has grven, ENCYLKHER tifirtely notice of CONTRAC7701ZV intention 'io :(;-O-Vei Oie 5aaac and not 2ctccl with fe'asorkable prajiji�. in lllspLlmsc to %ich notice] lllxxvlwerog wra*: 13 S11 an - orks covered contrary tti the written questod by L ,t Y L 'I of E140M .p be tiow i0 ohsw�'ation and replace a I COW RA 27 I CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release (Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS replacement and rmons'arruchop; and. if the , 'phit" ' arem -uble,to Eidrec ns, to the aniciunt. or Cktent thereor. OCINTRAC• Aiticl e I I ' an'in d 12, DUIAERMayStop the Work 16is or suitable materials or 2eTforr6the Work in sucli a- turiforni tq-the Contruet or Remo val, of Defective IVnrk 1311 If r4iired Ky INGINTFIZ CONTRACTORshall prompt';, as dsremc4 either codie6 all defective Work, whether or not fabricated 4-iinfled or completed, pr. if the work has been rejected . ected by ENGINFI.;R. remove -it from the :site and replace it 'with Work that is' ' not lkfteri've coyrRA('I'OR shall Ivy all-Elains, costs,16�s and �dina es caused by or 6sultirg frOnsuch correction or removal ' f limited to all c is of reo�fiair or (includin� but not of work ofolhers). miz correction Pmo& iIf ,Within GO& -leaf two— _vcamift& the date of sub%tontil conpeiitrCY SZ161)g6rperiod orlinne"Is may be' piescHt%xi-by Laws dr'kegblaiion: or by the temis or any '�pplicajble'spccial ganintee'requir-Wby the Contract Clocuffleris or lry,ariy_sjvcdje is) n of the (ontrqici D6Zuu cirits. arfv Work is'found- to lie. 4etii,e, CO'NTRACTOR sliA promptly, without cast to taOW�TERohd �i icw u1 ON 'sivr tn - - �correct O be I en reject y , remove ii firbin the site and replace it i Wofl<-' that is &k not �five, :and (ii) satisfactorily. COM . CT or remove I and replace any damo& to other Work or the: work ofathas resultinq therel3mim. IF CONTRACTOR does not prouipily cqai_Pl)A1'WLhh.IIv:, lams of such instructions, or in an xm . erg . en . ey where delay would cause saiodi risk- of loss or damage, such removal and replacement (including brit not limited to all costs of re'pair,or replaccinehit of aork- of 6ffieri) \}ill bJ'p_ aid bj, CO\,7RA(:,TOR. 111-2-2. In s rmHal circioast i-m6es where a lxirfieular item uf.equipmenl is placed in continuous service, bdure substantial C6mplction of all the _Wpik. the Orrecli'm period for that itern rniy start to run 'from an earlier date if so l5ro�,iJed'i 'tleSpe'cirluvitions or by Written A,meadnicnt- l3_l?_1.'kVhere fpf;ettve Worl:- (and damage to other iwbc*(.,E�,1�1L - CONDITIOM 19M3f 1990 E(Wm) 28 W 61T OFFOILT MUINS k1O'i1WfcAnpNS_ out 'v.ip'ofiu) Work result ins ' d ierelir6m) has' been c6fivitted, -removed or replaced tinder this liarapr ,h, 13.12,the ion correctpenalhercurider.With malicct to such Work will br. . penalextended forari'afAtionaffcriod 6f'v_T14 d_' two .years:after such' 'conection, or fcmuv,al and replacement has lven'satisfacuirily cornpleted- r I I I damages Will imhide, but not be limited to all costs of repair 'or replacement of tWrk of others destroyed or damaged by correction. removitl : or replacement -of,' cc)NTRACTCIrt,s deje me Wd : CONTRACT_ORAiall rttii be allowcd an extension ;of the ContractTirites (or: Milestones) hecause of nny, delay itl,.per&trtnanai_pf,the 'Work attributable -to the exercise byOlV?vrER of DINNER's sighuiand i&nedies hcrruncter. ARTICLE 14-PA1'ntENT5 TO CONTRACTOR AND COMPLETION 'Sciredule'ajl �afries: la.l Thc.schedule of ialucs cstablishcd as provided in. pomwaph 2.9 tieill sen�e as the basis. for prveress,pwitents. and',will hetimorporeted.-into a fom_i of�Alytlintion for' Payment aatiptuble,to ENGI;`T.M. Progress payments - (account of Unit pri6a X'Wrk will he'hasgd 6h the nufulw6of units completed. .-0ppholion for Progress payinentr: C&A7A4L"T0Ks [Vwm rurj,ofTitle: 14.3; CUNT TTRACTOR'\rammts rindguarantees that tide to till Work, inattrials and equipment Lo"vered`by'•tam% \pphcattcm {LT }aymenl, whetter- tncorpordteii'm iha, Project or not. w111 pass to OWNER no later than the time. of payment Gee and clear of all Liens. Revs-pr nf.4n)licafibna for Pmgrzu PgVmeau I4:4. ENGLNIEER will %viihin ten days.aiier receipt of each Afiplicaiion' for Paymlent„eaher indieate•in tvritin3 a WAD 4E\ERALWWIUCIN51YlVS (I19U Er6hr�n! �w+:6T1 di FORTa)LLINS_M0Utl lC ATIONS UCLY 1,720110). 145. .l-NGIt�WFR'.s recommendation of any payriw t requested to an Application for Payment will fonsttute a reprecemaiion' by k+;(dt?INF,'j3R to (AVNER. horsed, _rut fiNG1NFER s on-siic ohie'n•anonc•of the accutcd Work as an rt�penen.eJ tint ytiahfied Jest �n;professtonal aril uii TNG1NEER's review ofthc Appheatinn &tc l'atmcni,and the accompanying datu-and schedules that to the best of ,ENGINPIRR's,knoMM-_c,infamiationandbeli t laa:t, the "Work has progresse& to the point indicatcil, 14��;3..the conditions precedent to CONTTRACTOR's bein entitled to such payment appeal 'to twee xvrl ultillcJ in%)fir as it is WUNEER's rrsponstbilityto observe`the Work`. 14.7. ENGIT hEFR-may retuse,to rccamniend the whole or any part of any pasumeni if, in BNGINEER's opinion :it Would ' hm e"tncorrear to ake ,theI ra resentan4ns Ito 'y OWNER referred to i&jxim�faph* 145. FIM317NEER may inlso refuse to'17'ecornmerfil any suicb pg}'ment, Oi,be&LISC or stibsequc ' ralp ' dik&�red evidefi&c or the TC5cltS of inspec"m' 6r tesl5, nullify any taich pa- 'A -rewna- ejide�l. to SUA eetcnt as may be n in I, opinian to prcite& 01WNER lhx use., 2� froth In. 14'.7.1. the Work is clefechve, or completed Work has been damaged ,rCLI611a _UCM-M-Lionofrep . IaWfflent. 14.7.2. the Contract Price has been reduced by Written Auieridnient of Chan& Orider-- -143-1 OWNER has been required to .correct, &f?ctiw VV�k,cw complete Work-in accordiLTF-*�h '�aragra-ph'13:1'4,or 14.7.4, L\'GiNEER has actual knowledge ol"the, Mcurr tric ' e -1. lot ;any of the c actual inwifernicil in. ' partfcr OWNER may refuse to mhU impuebt,of th6 full amount reocinimanded 1)), KNIMRTHER hechusoc! 14,7,5: cIgims have . ben made;against0 7-TFR on account of CONTRAM'OK's Perform "ance or fu,hiishmA- of the'Work-, 143A Lien hsiVe been-'ril6d in connectibnvvuh the e ' N Work, U or - where C0NTR!0aI`0-R tuts delivered -a s,5ec 1156 Bond6ti§'rhct6ry t6,OWl\rFR t6 icciir6 the satisfaction and discharge cit'suich"Llens, 14.7;1: there are other iiem%entitlingg-EAVAR ton set- olT ip I risi'the amount re&iriuiimdecl,� or 14J8, OWNTER has aLtual lAiNvIedge. of Ole occurrence of �aiY� oP the, events churneraied in panaiiinplis 14.7.1 through 14,7.3 , or lnmgyaliha 152-1 but OWNER - must give CONTRACTOR immediate 'written nofiee'�%vith a 0M, to FNi3Yl)\TBFR) swung the reasons for-sab . action on and ffomptly pa}; CONTRACTOR :the mriount so withheld. or tiny adjustment thereto Mvree('l '(6 by :C)XNWER- and - Ci5IFTfZACf0R- when (762.'IRACTOR mrrevfs to OWNTFNR's sallisfaction the iicas6ns f6r such a6fibri, 9J6C0E1'&F-AI;-C-Q46JI nONS 19M (I OUEdtim) 311 d7 i11Y OF FOAT CbLLIN5 M110lln ICAT14M15QYLV 160U) 14-9,OWNER shall Imve dw right to, cxclude CN'�'RAOTOR from the" Work ACei die itite-.6f S , ubstaritial- Cmipletion. Nit' OWNrR shall allc�v CbNTRA(�ToR,reaw'n,able l'w-'m' to complete ur correct items on the tentative lisp, Partial Iffilization: I I 11 11 11 CON-MNCTOR atany time may notify OWNI ER and C�GINEER m writ ng I} at CONTRACTOR l dr s hers any such [iml of .the Work ready for -its intended use and suwantutlly IN complete and request i MOEER to issue a'ccrtiLcate of Suiratanlial Completiun for that pan 617the Wort. 11•:itjun's rensonahle time rifler either such 'myuest, OXVNER ;CONTRACTOR and IiNGINEM shall rnbkc, an imix-cuon of'that part of the Work to detcrmi a its status of completion: 7f the_ h respect to that prig of y in respect 14.1(i -2: No occufz4ncy, orseparatc operation of pan of tke.`Woih Hill be is omplished pnor'u.) compliance with the.r' Orreruents of raingaph,5.15 in .respect of firdIvityirtsurailcc.. 1F'aial Inepectron 14.11. ;C)pon written notice from (:ONTRAQTOR that the •enure 10nrk or an agreed portion, thereof' is ciiinpletc, 12N(j Nauz trill make ai fuunl inspection with.OWi\GR :and COl-mA:roR and ,willri itify ,l OKflt.AQTQR in irritirg of all 'particulars.in which this inspection:reveals th$t the W6rk is mctmipletc or d,,Jx1h;e C0N'I`RAO'I't7R. :shall iinmediii4ly take such lnt-is & as are ncc'essary"tn completesuchitnrk c r`rcmcd} such dcticiencies, Finn( APPlicarivn for Pnrnrent,• 14:12 After CONTRACTOR htis 6omplited all stfch corrections-tti the s:ioslhcuon of ENGINELR!ind.daHGered in accordance with the. Contractbocuincnts all .maiptentance .and operating 4nstructions, - schedules, ,guariintees, Bonds, cunillcates- or, other •evidence of insurance - requu2d li}• lztra_eriph 5.4, certificNes , of insryting_hill rl.ed-up record dt.wuments (aii provided in e applicationftlr fired payment following the for progress payments. -The 4"nnl Application fir to 5.4. and legally etlecl ive: to OWNER) elf all Liens for which u Lien !coulO be. We_d„ and (it)all payrolls, material and equipinerit bill and otlier indebtedness wrinccted with the [York for which.OWNER or OIVNER's fxopenymight in any way be responsible have.been paid or. -othenvme satisfied. If any�uh&intmctor or.Supplier fails UCb C4EN'ERALCONDITIONS 19IU-8.(iv}q B�hlitti) w/ CITY OF PORT CY)LLI ivy MODa1CATlONS irt11V 4R000) to_fiiinish such a release. or ,receipt in full, CO�TRAC TOR may furniJh a Bond Gi other erflaten;a satisfactory to OWNER to indentndy, OWIv'ER against an) Lies Releasei'or waivers of hens and the ctmsent of the surctt to fmalnze patmenl are to be submitted on forms cohfnnn ing to the formal of the (.)WNER'S stsndard forms bound in the'Proiecf manual. I inul Anl,menl andAcceplance 14.14. If, dtrough no fault of CONTRACTOR, final_ completion of the; Work ts!sigriificantly deNa ed;and if 0,Mu[,,'EERsoconfinns OWNER shafl,.uponrociptof C6NTRA6Toies final .Appliwti6o fur Payrtient and reaimmericlation of ENGINIHIR,and -without. termirayt.. the Agteenient. make payment of the balance due fcv dial fortiori of the Work fully comfileted and accepted "If the remaining balance. to bx h'eld by Olt'NER for Work not •fully coinpItted of corrected is le_s than the relainrige supulaled n the;, Agiccro' tt, and if Boncls kwe 'bren lum'ishcu as regiiir'e<I in fxragniph 5.1,'ther Witten consent of the surety to the patinent.of the balahce due for that portion of the Work fullv,�u»Ipkted and accepted shall be submitted by_C6NTRACTOR to gNGfl\EER with the Application for such lxyninnl. ,Duch payment skill be made .under the ;tents xnd conditions r} ivurung final payntcnt.;escept that 'it shall not coristitulc'u waiver of Waiver of( ttifir , 14 l5. The malting and.acceptancc of final payment will constilule! 14.15.1 a vnitcr'of all,dairits by (MMI .R against CONTRi\GTOR except. claims arising from iwni ep]Md Liens, from �clefecM,e Work nppemins_after 31 1 final inspection pitrsuant to paragaph 14.11, from failure to t:omply with the Contract Dow Metals; or the terms of.any special gueiahices specs Fied therein air fi mt COINTRACTORs c mtinuing obligations driller the comriia Docurrei . acid 14 152A waiver of all claims by CONTRACTOR 'airtsl 0 TV R other than those. previously made its writira; and still unsriiled. ' ARTICLE 15 SUSPE.NSIOr\ OF WORK" A IND 1'IIL\I I NA'I'I ON 01V-NER;1141! Suspend Worh 15.1. Al any' time :imd without. cause. OWNLR may .suspend the Work oranyy-"portion thereof for a peri6d or not mitre than 'umety days- lay notice to -writing to CONTRACTOR and MIGINMER which will fix the date on which Work will 6: resuined. , C6N'I;RACTOR .skill resume.the'.Wn k- tun the date so fixed W-WRM-1.011 sliall be alloworl an adjustment in the Contract Price or an extension of the Contract Tinfes, or both dinrotly altrihutablet to any such s*msion if r01\'TR.ACf0R nmkes ',,in approved claim therefor as ,provided in Articles 11 tiro 12. .01VNER'A111, Ternrinare: 15:2:, "Upon the occurrence of any one or. more of the Collowing cvcnts: 15,2.1. if CONrrRACTOR lYrsistently fails to pcdonn the Woik:in accordance with the Contiaci Dticumcnlfi (including .btrt not lanited to, failure io supplysullicient skilled workers"or suilable iiateriaik or equilrnent or fnihtre to adhere to the progrem scheduhe established under fora-,rtph 29 as _adjusted bnm time to time pursuant to pamgraph 6.6)•,- 1 22. if CONTRACTOR disregards I:aws or Regulations of aiaV public fi,& havinglurisdietiom I5.2;J. if.clommkc.ToR disre arils the authority of GNGINl EP, ur 151.4_ if"CONTRACTOR otherwise violate,%, in any substantial wary any provisions of the Conracl Dticwnents; D) VNER may, allrt :oven` CONTRACTOR f item the surety, if ttin•) seven drive' t ritlen notice inn to'Ihe exienl pennttte f by Laws and R gulmiurns,"tcRntmate the sell ices of CUNTRACC,OR 03uludt.CC1N'f[tACTOR.Gom the site and take .,possession of the Work and of -all 'CUNTRACT'OR's 'took appliances, construction eiluipment and machinen•,at the site and use the same to '.the"full extent they could be"'used by CONTRACTOR (without liability to CONTRAC•f;OR for trespass or W ersiofi), incorporate in the Work all materials and equipment stored at the site or for which OWNHR'has,paid MDC. GhNiR N: CONDIT1OM 191(" (1990 E(htim) 32 a16iY of PoliT CIOUI M MOIAUCMIONS tlt1'V 4RIta0) CONTRACTOR but which are stored elsewhere• and fmish the Work its OWNER may deem exIiedieru. In such case CONTRACTOR shill not -be entitled to receive env 'farther payment until the Work is Finished If (ho unpaid 1xil:mcc of the Contract Price ri_cecds'all clauns, coils, losseg and damages stistairied byOWN'I R arising, out of or resulting GoAi completing the Work such excess will be l> iid,to CONTRACTOR If such claims, costs, losses and damages exceed such unpaid -balance, CONTRACTOR shall pay the dt(ference to OWNI.R.. 'Such claims. costs: ]o•;sis and dainagrs iricuti'ed�by OWNtr< will be reviewed by ENGINNFIR-as to they reasonableness and when, so appriri,ed hn' LNIGI.NEHR inctirp&med in n GhrmgeOrder: proctdetl'that when exercising any 66ts'or remedies under this paragraph OWNNR' shall not he requirul to .Maio chic longest prtcc'ftir the Work pcifomacd, 15.3: Where CC)NTRACTOR's sen•iccs harehcen so terminated by U\1iNTER: the termintttion.will mot affect any rights or rcmcdjt� of O\VNIiR. apinst CONTRACTOR then eiisting or which rtiiiy thereafter accrue: Any retention or payment • of moneys _due (. ON•fRAC:I'OR ' by 'O\VNER will itof reh=ase' CONTRACTOR From liability, 15.4. Capon seven daNn 'written notioc to QONTRAC;1•01t .and .HNGINHER. OWNER may, without cause and withoutan), te prejudice in an), right or reliiedy of ql�' VRR elect io im' ainate the A&cem6a, In such case, CON'f12A(_TOR slnll be .p id fivithout duplication ofany'items): 15.41. for'c6nipleted and acceptable Work excebted in aceoidancc'with the (,nntract Dricutwents-prior to tlic effective date of temtinauon, including fair and reasort,•tble. stuns for overhead. and profiton such Work; 15.4:'. for exnses.sustained prior to the cfi'eclive date of tcmtination 'th. iierforming services and hrrmslung labor, materialsyr4 egtiippieni ,is_regtiired by the 'Contract Dtsuments in •connection with uncompleted Work,Tlus fair and reasonable sums -fix overhead and profit on such cxlx:nses; 15.J_3_ for all .shuns, costs,. ,losses and ilamagzs incurred�in settlement ref lei malalid contracts with Stibcontinciors Suppliers and others, and 15.4,i, for reasonable. exIienses directly attributable Ito u:rmirmlion. CONTRACTOR shill not be paid an account of loss of anticipated pprof Is or revenue" or oilier economic loss arising outororresulurL from suchlean-oration. COMWACTOR Mgj,Stop Rork or.1-er ininater 15 . if through no act or fault of C:ONTRAC:fOR. the Work-is'susperided for a period of more than ninety slays by fAVNHR by under un order iIE'Lo6rt sir other public authority% of ENGINIHM fails't6 act on any Application for Payment within thirty days after, it is subnritteil or (7\VNEIt.fails Gitihirty' days to pa}'.CU\'lVACTOR any .sufii firialtv Aet"iiied-to be &6. that CONTRACTOR may, upon seven days, written notice Ito O1VMJIR and ENGINUM and tirciVided O1VNrR Cii ENGINFER do not remedy such susperl�iun 'vi failure within, ilia-t time, i6niim-iiite the Aerii-eincnt and ieCxiva Gom OWNER rvyment on the same tums.es'provided in i-Agraph'.15.4. tin In iieu of termihiting.thc Avieement imd without prejudict! 16,any other rioxi or remed,; if ENGIMER has'lailed to ;act on an Application foi Nyment,within ihiriv days afteir it is submitted, Zii OWNSP hai failed For thing daysto ay ,CONR an) TRACTO * - sum frailly i StuC. the under 'Articles-1 , I -and 12 fur aiii increase in o ' 'C Time, r .ontrnct s or othomwisc,ter expell directly attributable to CON TRAGroks sic permitted by'thispaiagaph: AR'NCLE 16—DIN117TE RLSOIAMION ti the extent th6it QkVN1-11Z Uced on die tiicftd and p 5 bmveen them that av icnit,-such dispute res-oludmi _shall be as set Wiffi in R : to t of fes�t not, ?till net age as the provisions or roingriflihs9.10. 9:11 and and 'CONTTRACTOR' may exeii�ke sdeh Us , .1s either may o&rwise7 have u6dei die menti or by IA;Ws or R�giflaiio'is in respect ARTI[CLE 17—NUkE'LJ[A-NE6U5 Giving Mitim- 17.1. Whenever tiny provision of the Contracir DocumentsMzjuffic's the'.g'IN"t Mpof written notice, iu'%vill be .deemed to l6vi been vfilidli- iiiveii iftlehy-e-r-ed in l`e'rs-6n'to* the individual or 6a,fiuimber-ffthe firm- or to an o ffiod-r'of 'tie L-0�6ra Oon tar wkorn it is intended or if 'd - eliver c- d at or sent byUs or,certified mail ,'pcisiage pfepaid, iodie 1. ,t b incs, address UV%vn to the giver of the n6fice, 471. C6n1,PWaH6-nbfTi6te.- IT2.1. When any period of the is referred to in the Contract Dactiments by'dayi, it �Nvifl be computed to P,xclu& the first and' include 1he'li,ist'day ciflsuch peritia IF the last day of any such period fit -is on'u Saturdav,or Sunday or on a &). madc.i'legal holiday by iluelaw of.the applicaWjurisdiciion. such day will be omitted from the comi;titfifion- EJCbUQkN'ERAL CONDI-RONS 19ili-8 (191" EdthW ql MY (it; FORT MLLINS MOD I LFICATIONS (mvinutio) L 1 7-�22. A dlimlirday cifiwenty-fourhours measured from midnigla-todie next midni&AViII cusislitute a flay;� A'Adee of 67abiv 17,1 'Should I CAWER,6r CONTRACTOR sudiew in'yatity to mu d or damage 'per, 1 .1 son or.pruperly because of any error, omission M act of the other party C'T of any 0- r the other liti-ty's employees tie Centii,ur-others for whose kis the other legally fi,ablc-,claim will be riiiidk'ih" writing 6 ebthar rtV, within it,'reas'ontible' time ot'-Lha finq &SCrvancti'OR21i injury or dientige. The pr&isions of this parh&nph 17-A'shall not he construed as a suhstitut� for or a- N-vaivcr o f the -p�rovLisio-m of any applicable- statute 6f lu- - m iwfii,on!;,Llrreposle,'(-'unitilitit'ie-R'eni'etlfc's,' 174. , The duties and oblipticris imposed by these 12, 6. 16, 6-30, 63 1, 63F, 1 and or availkle by, Laws or or gaamr.te.e on Fry-.o . theT 61this pafa-O'lih Will he nii� EfliciptiVe as if rcp�hted 1pccificall} in'die.Corimiet.Docullictits'th each , particular duq`.obligation, right and remedy to which �tfic,y apply. Prqfi,Wolzal 1-*Les and Court Castv Include& 17.',, Whenever eefer'cnue is made to "daims- costs: losses and damages";,it shall'incluile in each ease, but. not be)inirted to, all tees and charges ofeng'rieer archit&cts, :at and other' professionals and all cO I art or arbitration or other dispute resolution costs. 'his statutes are as follow -, 17.6.1 IF a claim is filed. OWNER is required by CONTRACT OR gjcgt to 's �to insure .,die .s I -am hire payment of MW mWi-tils. tL provender. or other supplies used. or consumed ! by (X)j1TFRA(--T()R or phi 33 1 �1 E.ICUC: 'F (iE:,W. CONI)I IIONS 1911M (1990 Edlim) 34 W6-1Y OE,FOA'C COLLI NS MODIFIC6IONS Qili\'•iG91A1) I I I I I I I I 1� I I I I (This page left hl iikinLL-EdonaW.) WCD&CJEN�EKAL CONDMONS Ill (1-8(1Y9y &dtio 35 WI a rYOI;FORT CX)LLI'4S,-,IODII;ICATLOI S(RUVW2NO) LJ I H [1 I I 1 r 1 EJCUC GL\VLAL CONbI TIQ'wl' 1911" 11990 E&Iim) 3G B9II IT OF FORT MLLINSAI.ODIEJCAiIONS(ItLV 4POrN1) I I I 1 I 1 1 I 1 1 I 1 I I I EXHIBIT GG A .to General Conditions` of the Construction Contract Between OWNER -a n1.CONTRACTOR D1r,,ltTE RESOLLr170N AGREEMENT U1iNNER crud CONTRACTOR hereby agree thsi !ainclr 16:of the General Conditions of the i~onstniction Cbniraci �hztween O11NW and '_(%!iN,I'RACTTJ$, is. uni nded to r elude Ihe`Iullots ng agree neat of the parties: 16:4. Excej t trt 10o, d to pare&aph 163 b ldw, no arbitration ansing,out. of .ter relining to the .Contreci .Documents slrtll include by corkIidauon`joiader or in any other manner any other person or entity (including. ENOWIRR M3,11NEER's Consultant and ihc'odimsr directors, agents, employees or con., rants o`t rin`v of them)- wh6is not n pariyt6this contr ,cttmless 16A L. the inclusion of such other person or eniiiy- is ncoessury it cumpletr retef_is totbe afforded ammg these uho are already Barnes tci die arbitriid anil_ 16 '. such other peruon; or entty` is substantislly irrvblved in x yucstion of (xti orrfact which is c6minon ;to those who are already parties to the. arbitration and Whieh will arise in such prpccedua c aitd 16;4i the writtencanseirt of the outer poison or crility sought�Ao be included .and of OWNER and t;ONIT RAC VOR has Iven ohiained for such inclusion, which consent -shall riinke sp I6(id reference to this. Ix!� 0r? but nu such co'iisent 3leall cM-4itute corise-it, to arbitration ofany dispute not "sticat �illy'dcscritxJ in -such consent" or to arbitration with any ps3rty not spcoifically idcnnf-ied in, such consent. 16.6The award rendered by the arbitrators will be final, juAgmcnt may lie catered upon it in any court ],using jv sdioior) -tlieieo and it will not be subject .to mbdificautm or appeal. I 1 1 1 1 1 i 1 1 1 1 1 1 i 1 1 1 1 1 1 SECTION 00020 INVITATION TO BID 11 I §IM ii990kMioll %'i CII-V OF FORT COLIM ,�' , MODIRCAITIONS (.REV 9,314) I I I I I I I I I I I I I I L� 1 SECTION 00800 SUPPLEMENTARY CONDITIONS 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 1 Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of 1 $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). 1 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. 1 1 1 1 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment I I I I t SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Asphalt Surface Treatment Project CONTRACTOR: A-1 Chipseal Co. PROJECT NUMBER: 7417 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 .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .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 Project File Engineer Contractor Architect Purchasing DATE: DATE: DATE: M M = = = = M = r = = = M = M 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. CONTRACT AMOUNTS Bid Item Unit Number Description Quantity Units Price 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 TOTALS $0:00 APPLICATION FOR PAYMENT Work Work Completed Completed This Previous Month Periods Qty 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 Work Completed To Date 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 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 PAGE 2OF4 Stored Materials Total This Earned Percent To 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 �w w r ■w w w w �w iw w rw■ w w w w �w �w w w 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 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 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 TOTALS $0.00 $0.00 $0.00 $0.00 r r r r r r ■r �w � r �■ r r r i� r r r r I i 1 1 1 i 1 1 1 1 1 1 2012 ASPHALT SURFACE TREATMENT PROJECT GENERAL REQUIREMENTS INDEX SECTION 01010 Summary of Work 01040 Coordination 01310 Construction Schedules 01330 Survey Data 01410 Testing 01510 Temporary Utilities 01560 Temporary Controls 01700 Contract Closeout 01800 Method of Measurement and Basis of Payment PAGE NUMBERS General Requirements 1-2 General Requirements 3-4 General Requirements 5-6 General Requirements 7 General Requirements 8-9 General Requirements 10 General Requirements 1 ] ]-12 General Requirements 13 General Requirements 14 SECTION 00020 INVITATION TO BID Date: July 17, 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 August 8, 2012, for the Asphalt Surface Treatment Project; BID NO. 7417. 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 7417 Asphalt Surface Treatment Project. The Work shall consist of furnishing and installing polymerized emulsified asphalt mixed with properly proportioned aggregate for surface treatments including chip seal, double chip seal, slurry seal, cape seal, and fog seal on properly prepared roadway surfaces. The Contract will be for a one (1) year duration with four (4) renewal options. 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. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. The Contract Documents and Construction Drawings may be examined online at: • City of Fort Collins BuySpeed: https://www.fcgov.com/eprocurement Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. 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. SECTION 01010 SUMMARY OF WORK 1.1 DESCRIPTION OF WORK A. This work shall consist of the placement of Chip Seal, Slurry Seal or Cape Seal on residential streets and parking lots as shown in Section 3500, Project Maps. 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 5:00 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 Engineer 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 to 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. Tom Knostman and/or Kathleen Maddux will be the Pavement Engineer/Project Manager for the City of Fort Collins. Tom Knostman 970-221-6576 Mobile 970-679-7947 Kathleen Maddux 970-221-6615 Mobile 970-222-8781 F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. General Requirements - Page I of 14 SECTION 01010 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: Public Service Company of Colorado 482-5922,221-8553 Telephone: U.S. West Communications 484-0300, 226-63 10 Traffic Operations: City of Ft. Collins, Colorado 221-6608 Cable Television: Comcast 493-7400 *Utility Locates Under One -call System , 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: 221-6550 Emergency: 911 Postmaster: US Postal Service: 225-4111 Transportation: Transfort: 22I-6620 END OF SECTION 0 Latimer County Sheriffs Department: Non -Emergency: 221-7177 Ambulance: Poudre Valley Hospital Non -Emergency: 484-1227 Emergency: 911 General Requirements —Page 2 of 14 SECTION 01040 COORDINATION 1.1 GENERAL CONTRACTOR RESPONSIBILITIES A. Coordinate operations under contract in a manner which will facilitate progress of the Work. B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the service of such utilities, agencies, or public safety. C. Coordinate operations under contract with utility work to allow for efficient completion of the Work. D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to provide satisfactory access at all times and keep them informed at all times. 1.2 CONFERENCES A. A Preconstruction 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 Subcontractor supervisors assigned to the 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. The 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 the Engineer 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 Resident Project Representative. 4. Traffic Control Supervisor 5. Others as may be requested by Contractor, Engineer or Owner. General Requirements — Page 3 of 14 I SECTION 01040 COORDINATION ' C. Minimum agenda shall include: 1. Review of work progress since last meeting. 2. Identification and discussion of problems affecting progress. 3. Review of any pending change orders. 4. Revision of Construction Schedule as appropriate. I u 1 I J 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 General Requirements — Page 4 of 14 SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor intends to meet the milestones set forth. 1. No work is to begin at the,site until Owner's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. 1.2 FORMAT AND SUBMISSIONS A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. B. Submit two copies of each schedule to Owner for review. 1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. C. The schedule must show how the street, landscaping and various utility work will be coordinated. 1.3 CONTENT A. Construction Progress Schedule. 1. Show the complete work sequence of construction by activity and location. 2. Show changes to traffic control. 3. Show project milestones B. Report of delivery of equipment and materials. 1. Show delivery status of critical and major items of equipment and materials. 2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements for equipment and materials, reference Section 01340. 1.4 PROGRESS REVISIONS A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when requested by Owner, and with each application for progress payment. B. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. C. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of others. General Requirements — Page 5 of 14 SECTION 01310 CONSTRUCTION SCHEDULES ' 1.5 OWNER'S RESPONSIBILITY A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the Project. ' B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, techniques, sequences, and procedures of construction as provided in the General Conditions. ' END OF SECTION 1 1 1 t 0 General Requirements — Page 6 of 14 SECTION 01330 SURVEY DATA 1.1 SURVEY REQUIREMENTS A. The Owner will provide the construction surveying for street improvements as needed. City Survey Crews will perform the surveying required. B. The Contractor must submit a survey request form to the City Surveyors a minimum of 48 hours prior to needing surveyina. 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 Contractors operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of re - staking construction stakes and for the cost of re-establishing a destroyed monument. F. The Contractor shall be responsible for transferring the information from the construction stakes to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance with the information on the stakes and grade sheets supplied by the Owner. END OF SECTION General Requirements — Page 7 of 14 ' 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: 1. All performance and field testing specifically called for by the specifications. 2. All retesting for Work or materials found defective or unsatisfactory, including tests covered under 1.2 above. 3. All minimum call out charges or stand by time charges from the tester due to the Contractor's failure to ' pave, pour, or fill on schedule for any reason except by action of the Engineer. B. Contractor shall notify the Engineer 48 hours prior to performing an operation that would require testing. ' 1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this ' project. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or Engineers employed by the Owner. The Contractors control system shall specifically include all testing required by the various sections of these Specifications. u 1 General Requirements — Page S of 14 1 SECTION 01410 TESTING B. Superintendence: The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work. The Superintendent shall have adequate experience to perform the duties of Superintendent. C. Contractor's quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the Engineer and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken: Document inspections and tests as required by each section of the Specifications. Provide copies to Engineer weekly. END OF SECTION General Requirements— Page 9 of 14 ' SECTION 01510 TEMPORARY UTILITIES ' 1.1 UTILITIES A. Furnish all utilities necessary for construction. ' B. Make arrangements with Owner as to the amount of water required and time when water will be needed. 1. Meters may be obtained through the Water Utility Meter Shop at 221-6759 2. Unnecessary waste of water will not be tolerated. C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor. ' 1.2 SANITARY FACILITIES A. Furnish temporary sanitary facilities at each site for the needs of construction workers and others performing work or furnishing services on the Project. ' B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods. ' C. Enforce the use of such sanitary facilities by all personnel at the site. D. Obscure from public view to the greatest practical extent. ' END OF SECTION 1 1 I u ' General Requirements —Page 10 of 14 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 SECTION 01560 TEMPORARY CONTROLS 1.1 NOISE CONTROL A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. 1.2 DUST CONTROL A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing. B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. 1. Chemical dust suppressant shall not be injurious to existing or future vegetation. 1.3 POLLUTION CONTROL A. Prevent the pollution of drains and water courses by sanitary wastes, concrete, sediment, debris and other substances resulting from construction activities. 1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site. 2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts. 1.4 EROSION CONTROL A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities 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 revisions of the "Manual of Uniform Traffic Control Devices" (MUTCD), the City of Fort Collins "Work Area Traffic Control Handbook," and the "Latimer County Urban Area Street Standards." In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. General Requirements — Page I I of 14 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 1 General Requirements — Page 12 of 14 I 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. END OF SECTION General Requirements — Page 13 of 14 11 ' SECTION 01800 METHOD OF MEASUREMENT AND BASIS OF PAYMENT ' 1.1 DEFECTIVE WORK A. Owner will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance. ' 1.2 BID PRICE ' A. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid for the various items of Work. ' B. Prices shall include all costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment and tools; and performing all labor and supervision to fully complete the Work. C. Unit prices shall govern over extensions of sums. ' D. Unit prices shall not be subject to re -negotiation. 1.3 ESTIMATED QUANTITIES A. All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The ' basis of payment shall be the actual amount of materials furnished and Work done. B. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated ' amount therefor. END OF SECTION I l IGeneral Requirements — Page 14 of 14 1 SECTION 02000 PROJECT SPECIFICATIONS The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction", 2011, and the Larimer County "Urban Area Street Standards", (hereafter referred to as the "Standard Specifications"), latest revisions, are made a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of the provisions of the preceding Sections, the preceding Sections shall govern. INDEX OF REVISIONS SECTION 104 Traffic and Parking Control 105 Control of Work 108 Prosecution and Progress 208 Storm Water and Inlet Protection 409 Asphalt Chip Seal 409 Asphalt Slurry Seal 409 Asphalt Cape Seal 630 Construction Zone Traffic Control SECTION 104 TRAFFIC AND PARKING CONTROL Section 104 of the Standard Specifications is hereby revised as follows: MAINTAINING TRAFFIC Subsection 104.04 shall include the following. It shall be the Contractors 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 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 sealed on Wednesday, July 2, the street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that reads similar to "NO PARKING, WEDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M., SLURRY SEAL) 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 times shall be in block letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible and written in block style letters. The "NO PARKING" signs shall be in effect for one or two days only. In the event the Contractor deems it necessary to remove a vehicle that has not adhered to the "No Parking" notification, the Contractor shall first make every reasonable effort to locate and contact the owner of the vehicle. Should the Contractor be unable to locate the owner of the vehicle, the Contractor shall notify the Engineer to arrange for any required towing. If the No Parking sign has been in place for a minimum of 24 hours, then the City shall 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 the towing of 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 $1,000.00 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 will meet to discuss the progress of the work and the 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 flaggers shall be implemented immediately. It is the responsibility of the Contractor to minimize any inconvenience to the public as a result of their work. The Contractor shall maintain access at all times to businesses, schools, and residents impacted by the work and shall communicate their schedule 48 hours prior to commencing work. Traffic Control costs including but not limited io furnishing equipment, equipment set up/removal/modification, TCS and Flaggingpersonnel lours, vehicles, phones, notification delivery, hand signs, communication devices, sandbags, and all related incidental items required for traffic control under this contract shall be included in the contract unit prices for the work, complete -in -place and as specified under Revision of Section 630, "Construction Zone Traffic Control'. "Variable Message Boards" and "Additional Flagging Personnel" shall be paid for under Section 630, "Construction Zone Traffic Control". Project Specifications - Page 2 of 35 NO PARKING Wed July 7 7:00 AM - 6:00 PM SLURRY SEAL END OF SECTION Project Specifications - Page 3 of 35 REVISION OF SECTION 105 CONTROL OF WORK ' Section 105 of the Standard Specifications is hereby revised as follows: AUTHORITY OF THE ENGINEER Subsection 105.01 is hereby amended to include the following: No phase of construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the Owner to stop work. During periods of Traffic Control non- compliance, the Contractor may be assessed $1,000.00 per day, may forfeit payment ofwork 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. 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. 1 1 1 1 I� TABLE 105-1 SUMMARY OF CONTRACTOR SIIRMITTAI,S Section No. Description Approval Needed Reoccurring 108.03 Schedule of Work Yes Yes 208.02 Erosion Control Devices Yes No 208.06 Spill Kit: List of items included Yes No 409.00 Asphalt Mix Design Yes No 630.10 Traffic Control Plans Yes Yes 630.11 TCS Qualifications (reoccurs when TCS and flaggers change) Yes No 630.11 Resident Notification Letter Yes Yes COOPERATION BY CONTRACTOR Subsection 105.10 shall include the following: The City's commitment to our Environmental Management System (EMS) requires that vehicles on City projects shall comply with the adoption of a "Limitation on Engine Idling" to reduce environmental impacts related to construction. Please comply by turning off vehicles that are not in use instead of idling for long periods (more than three minutes, as a general rule). COOPERATION WITH UTILITIES Subsection 105.11 shall include the following: City Utilities, Parks, Traffic, Streets, concrete, and utility contractors may perform work related to the project within or near the limits of this project. The Contractor shall conduct the Work without interfering or hindering the progress or completion of the work being performed by other contractors. The Contractor shall coordinate extensively with these entities to minimize traffic control and scheduling conflicts, and ensure timely completion of all the work. Project Specifications - Page 4 of 35 REVISION OF SECTION 105 CONTROL OF WORK INSPECTION AND TESTING OF WORK Subsection 105.16 shall include the following: The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a minimum of 24 hours in advance of starting any construction operation that will require inspection, measuring for pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the Owner and the Engineer from any responsibility for additional costs or delays caused by such failure. 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 include the following: The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be cleaned of debris by the Contractor at the earliest opportunity, but in no case shall the area not be cleaned after the completion of the day's work. It shall be the Contractor's responsibility to provide the necessary manpower and equipment to satisfactorily clean the roadway area. The Contractor shall utilize a combination of pick-up brooms, side brooms and/or other equipment as needed to clean the streets. All sweeping and clean up equipment shall be approved by the Engineer prior to the commencement of work. The Contractor shall maintain the streets during the construction process as prescribed above. If 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, as accepted, will not be measured and paid for separately, but shall be included in the work. All applied slurry, chip, and cape seal surfaces shall be swept by an approved vacuum style sweeper to remove any excess raveled material which becomes dislodged from the street surface after seven (7) calendar days, or as directed by the Engineer, and again after 30 calendar days, or as directed by the Engineer. Any dislodged material which has migrated to gutters, sidewalks, and driveways shall be removed at this time. Dislodged material shall be disposed of to a site approved by the Engineer. Excessive raveling, as determined by the Engineer, shall be swept by the Contractor at no additional cost to the Owner. Sweeping shall be paid for per each complete sweeping of all surfaces, and shall include "No Parking" signs, blowing or sweeping of gutters, sidewalks, and driveways as necessary prior to sweeping treated surfaces. Payment shall include all equipment, labor, materials, overhead, incidentals and mobilization required to complete the work as described in the specifications. Project Specifications - Page 5 of35 ' REVISION OF SECTION 105 CONTROL OF WORK ' BASIS OF PAYMENT Payment will be made under: Pay Item Unit 105.01 Sweeping - All street and parking lot surfaces Each ' 105.02 Sweeping — All parking lot surfaces Each The above prices and payments shall include full compensation for furnishing all equipment, labor, materials, tools, ' mobilization, traffic control devices, TCS and flagging personnel, traffic control signage ('No Parking' signs), incidentals and for sweeping treated surfaces, including blowing or hand sweeping of gutters, sidewalks, and driveways prior to sweeping treated surfaces. ' END OF SECTION 1 1 1 Project Specifications - Page 6 of 35 SECTION 00100 INSTRUCTIONS TO BIDDERS REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: SCHEDULE Subsection 108.03 shall include the following: A schedtde of work must accompanP aaP bid, and shall include number of working days per area to complete all unit work items covered by the contract. Vicinity maps of each area are included in Section 03500, Project Maps. The schedule should take any priorities into consideration. The schedule should also include projected start and end dates. Individual street quantities are described in Section 02500, Quantity Estimates. Prior to award, mutually acceptable milestones shall be determined by the Contractor and the City based on the schedule of working days discussed above. LIMITATION OF OPERATIONS Subsection 108.05 shall include the following: The work shall be completed within the following calendar months: AN FEB MAR APR MAY JUN JUL AUG SEP OCT OV DE]I DETERMINATION AND EXTENSION OF CONTRACT TIME Subsection 108.08 shall include the following: Work hours shall be 7:00 a.m. to 5:00 p.m., Monday through Friday, or as approved by the Engineer. All Work is to be complete for a single project area within thirty five (35) consecutive working days during the months of June through August. It is the intent of this project to be completed within thirty five (35) consecutive working days after work commences for the City of Fort Collins as described below: • Fourteen (29) consecutive working days will be allotted for construction. • Three (3) consecutive working days will be allotted for the first sweeping operation. See Revision of Section 105, Maintenance During Construction • Three (3) consecutive working days will be allotted for the second sweeping operation. See Revision of Section 105, Maintenance During Construction • Failure to meet the working days described above, or failure to commence sweeping at the described intervals shall result in damages assessed against the Contractor as described in Article 3 of the Agreement, Contract Times. • Delays and extensions of time are described in the General Conditions. Project Specifications - Page 7 of 35 REVISION OF SECTION 108 PROSECUTION AND PROGRESS FAILURE TO COMPLETE WORK ON TIME Subsection 108.09 shall include the following Failure to meet the agreed upon milestones, mobilize to an area within days specified, or fully complete the project in thirty five (35) consecutive working days, shall result in liquidated damages assessed against the Contractor. At the City's option, liquidated damages in the amount of $1,000.00 per day may be retained from any monies due the Contractor, or the City may retain an additional contractor(s) to complete the work, or portion thereof, and retain any costs incurred above and beyond the bid prices of the Contractor from any monies due the Contractor in lieu of liquidated damages. END Of SECTION Project Specifications - Page 8 of 35 REVISION OF SECTION 208 STORM WATER AND INLET PROTECTION Section 208 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 208.01 shall be revised as follows: This work shall consist of constructing, installing, maintaining, and removing when required, erosion control measures during the installation and at a minimum at all inlets to prevent or minimize erosion, sedimentation, and pollution of any state waters. Work shall be in accordance with the latest revisions of the City of Fort Collins Urban Drainage and Flood Control District Urban Drainage Criteria Manual, and the City of Fort Collins Environmental Standard Operating Procedures contained herein, section 04000, and.the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction . Any loss of time or materials related to erosion shall be the sole responsibility of the Contractor. Any damage to surrounding properties or facilities (either on site or offsite) related to erosion caused by construction of this project, shall be the sole responsibility of the Contractor. MATERIALS Subsection 208.02 shall be revised as follows: Contractor will submit the type of material to be used for erosion control measures prior to beginning the work. See section 03000. Straw wattles shall not be allowed. I. Inlet protection shall include sufficient length to protect around the perimeter of the inlet opening. 2. Erosion control devices around inlets near the load site shall be required. 3. Erosion control devices on the downhill side of an aggregate stockpile shall be required. Recycled Rubberized Inlet Protection shall meet the following requirements: 1. Infill material: Shredded recycled rubber 2. Weight: approximately 10 Ibs per linear foot 3. Diameter: Approximately 9 inches 4. Geotextile fabric: Made of a durable fabric with a typical weight of 6-10 ozlyd. CONSTRUCTION REQUIREMENTS Subsection 208.03 shall be revised as follows: All erosion control measures must be installed prior to starting work. It shall be the responsibility of the contractor to ensure that all roadways near the project are kept clean of construction debris. Inlet filters All storm drainage system inlets shall be filtered. unless better treatment is available before water is discharged into streams or onto adjacent properties. Project Specifications - Page 9 of 35 REVISION OF SECTION 208 STORM WATER 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. Materials other than straw bales must be demonstrated to provide the same level of treatment before acceptance by the Engineer. 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. Maintenance The contractor shall continuously maintain all erosion and sediment control features so that they function properly during site construction. See Detail SC-5 contained herein. All inlet filters shall be inspected and repairs made after each runoff event. Sediments shall be removed when one half of the design depth has been filled. Removed sediments shall be removed immediately from the traveled way of roads and streets and disposed of properly. METHOD OF MEASUREMENT Subsection 208.11 shall include the following: Payment shall be made by the lineal foot for gravel or recycled rubber wattle inlet protection devices installed and accepted at each location within the work area or as required by the Engineer. The length shall be sufficient to protect the inlet opening and sides of the inlet grate. Excessive lengths shall not be paid. When a protection device is installed at a new location, whether the protection device is new or has been relocated, an additional payment shall be made by the lineal foot for the protection of the location. Payment for straw bales shall be made by each protection device per location installed and accepted or as required by the Engineer. Excavation required for removal of accumulated sediment from traps, basins, and other clean out excavation of accumulated sediment, and the disposal of such sediment, shall be considered incidental to the work and not be paid separately. Street sweeping for sediment from inlet protection will not be measured or paid for separately but shall be incidental to the work. A protection device shall be installed at load sites and on the downstream side of stock piles or as directed by the Engineer and shall be considered incidental to the work and shall not be paid for separately. All construction material that enters an inlet due to work under this contract shall be removed from the inlet interior and removed from the site to an approved disposal location. This work shall not be paid for separately. Project Specifications -Page 10 of 35 REVISION OF SECTION 208 STORM WATER AND INLET PROTECTION BASIS OF PAYMENT Subsection 208.12 shall include the following: Payment will be made under: Pay Item Unit 208.01 Stormwater Protection — Wattle Lineal Foot 208.02 Stormwater Protection — Straw Bales Each The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, traffic control devices, TCS and flagging personnel, and related traffic control incidentals, and for doing all work involved in installing, maintaining, and removing when required, erosion control measures, 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 35 I I I F, I I I I I I REVISION OF SECTION 409 SEAL COAT DESCRIPTION Subsection 409.01 shall include the following: This work shall consist of furnishing and installing polymerized emulsified asphalt integrated with surface treatments including chip seal, double chip seal, slurry seal, cape seal, and a fog seal, when required, on properly prepared roadway surfaces as specified herein and as directed by the Engineer. MATERIAL Subsection 409.02 shall be deleted and replaced with the following requirements for the applicable treatment: ASPHALT EMULSION — GENERAL Asphalt material shall be accepted at the distributor. Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance and submitted to the Engineer to assure that it is the same as that used in the mix design. The Contractor shall supply samples for each requested material for testing upon request ofthe City. A one -quart sample of the emulsion shall be submitted from the first delivery. The source of the base asphalt, polymer, additives, and supplier shall be stated on the sample and shall not change during the course of construction. Suitable storage facilities and containers for the asphalt emulsion shall be provided and shall be equipped to prevent water from entering the emulsion. If necessary, suitable heat shall be provided to prevent freezing; however the heat shall not reach the temperature required for the chemical process to respond as if the emulsion had been applied to the road. ASPHALT EMULSION - CHIP SEAL I Polymerized cationic rapid set emulsified asphalt (CRS-2P), or equivalent, shall be an emulsified blend of polymerized asphalt, water, emulsifiers, and polymer. The asphalt cement shall be polymer modified prior to emulsification and shall contain a minimum of three percent (3.0%) styrene-butadiene-styrene (SBS) block copolymer by weight of asphalt cement. The emulsion, standing undisturbed for a minimum of 24 hours, shall show no milky white separation, but shall be smooth and homogeneous throughout. The polymer shall be incorporated by co -milling into the emulsion and shall be capable of being pumped and be suitable for application through a distributor truck. I I I I i IProject Specifications - Page 12 of 35 I REVISION OF SECTION 409 SEAL COAT Table 702-2 shall be deleted and replaced with the following: Tests on Emulsion (CRS-2P) Minimum Maximum . Test Method Viscosity, at 50°C, Saybolt Furol, sec (a) 80 450 AASHTO T59 Storage Stability, 24-hr, % Max (a) 1.0 AASHTO T59 Particle Charge Test Positive AASHTO T59 Sieve test, % Max (a) 0.10 AASHTO T59 Demulsibility, %Min (c) 40 AASHTO T59 Oil Distillate by Volume, % Max or Range 3.0 AASHTO T59 Residue by distillation/evaporation, %min (b) 70 T59 Tests on Residue Minimum Maximum Test Method Penetration, 25°C, 100g, 5s, min, drum 60 110 AASHTO T49 Ductility, 25°C, 5 cm/min, cm 100 AASHTO T51 Ductility, 4°C, 5 cm/min, cm, min 45 AASHTO T51 Toughness, in-Ibs, min 110 CP-L 2210 Tenacity, in Ibs, min 75 CP-L 2210 Elastic Recovery, 25°C 75 AASHTO T301 Softening Point, Ring & Ball, °C 57 AASHTO T 53 Solubility in Trichloroethylene, % min 97.5 AASHTO T44 a) The Contractor shall submit a Certificate of Compliance from the supplier for the above testing. This certificate shall verify that the material conforms to the applicable Project Specifications and Revisions within the construction year. b) For polymerized emulsions the distillation and evaporm ation tests will in be conformance with AASHTO T- 59 or CP-L 2212 respectively with modifications to include 205 +/- 5° C maximum temperatures to be held for 15 minutes. c) The Demulsibility test shall be made within 30 days from the date of shipment. ASPHALT EMULSION - SLURRY SEAL The emulsified asphalt shall conform to Grade CQS- I HL (Cationic Quick Setting Emulsified Asphalt with Latex Polymer) as specified in ASTM D977 and D2397 (Specification for Emulsified Asphalt and Cationic Emulsified Asphalt), except that the residual asphalt having a penetration of 40 —90, shall constitute at least 60 percent ofthe emulsion by weight, and that the Saybolt Furol Viscosity of the emulsion at 77' F (25' C) shall not exceed 50 seconds. Slow setting emulsions may not be used. CQS-IHL shall be an emulsified blend of asphalt, water, and styrene-butadiene rubber (SBR) latex and emulsifiers. The emulsion shall be pumpable and suitable for use in slurry seal mixing and spreading equipment, and suitable for application through a distributor truck. The emulsion shall contain a minimum of three percent (3.0%) by weight of SBR polymer solids based on weight of residual asphalt. The slurry seal mixture shall contain an emulsion content of 10 —20% by weight of dry aggregate which shall be determined in the laboratory by an approved mix design process. The residual asphalt content shall be 10 — 20% based on weight of dry aggregate. Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance and submitted to the Engineer to assure that it is the same as that used in the mix design. Project Specifications - Page 13 of 35 n ' REVISION OF SECTION 409 SEAL COAT Tests on CQS-lhL Emulsion Minimum Maximum Test Method Viscosity, at 50°C, Saybolt Furol, sec (a) 20 100 AASHTO T59 Storage Stability, 24-hr, % Max (a) 1.0 AASHTO T59 Particle Charge Test Positive AASHTO T59 Sieve test, % Max (a) 0.10 AASHTO T59 Distillation: (b) AASHTO T59 Residue, % 60 AASHTO T59 Polymer: Polymer Solids Based on Weight of Asphalt % 3.0 AASHTO T59 Residue by distillation/evaporation, % min (b) 65 AASHTO T59 Tests on Residue Minimum Maximum Test Method Penetration, 25°C, 100g, 5s, min, drum 40 90 T49 Ductility, 4°C, 5 cm/min, cm, min 40 T51 Solubility in Trichloroethylene, %min (c) 97.5 T44 Elastic Recovery, 25' C 60 T301 Softening Point, Ring & Ball, °C 57 T 53 a) The Contractor shall submit a Certificate of Compliance from the supplier for the above testing. This certificate shall verify that the material conforms to the applicable Project Specifications and Revisions within the installation year. b) For polymerized emulsions the distillation and evaporation tests will in be conformance with AASHTO T- 59 or CP-L 2212 with modifications to include 205 +/- 5° C maximum temperatures to be held for 15 minutes. c) The Demulsibility test shall be made within 30 days from the date of shipment. ASPHALT EMULSION — CAPE SEAL ' Cape Seal emulsified asphalt shall conform to the requirements for Chip Seal and Slurry Seal emulsion for each layer of treatment emulsion respectively. AGGREGATE MATERIAL Subsection 409.03 shall include the following: AGGREGATE —GENERAL All materials shall be pre -tested by the Contractor, at no cost to Owner, in a qualified laboratory as to their suitability for use in the installation and conformance with project specifications. The laboratory shall issue a current report (within 6 months of installation) showing the results oftests performed on the individual materials, comparing their values to those required by this specification. The aggregate shall be washed, hard, durable, and clean rock free from dirt, organic matter, clay balls, adherent films of clay, or other objectionable material. The presence of oversized material and/or clay balls shall be grounds for rejection. Project Specifications - Page 14 of 35 REVISION OF SECTION 409 SEAL COAT Samples of materials and of the finished surface shall be furnished by the Contractor as directed by the Engineer during progress of the work at no expense to the Owner. Test reports shall be required from the Contractor as additional materials arrive. Testing costs will be computed in accordance with section 1410 "Testing". Stockpiling of Aggregate: Precautions shall be taken to insure that stockpiles are carefully mixed immediately prior to use to insure uniform distribution of the moisture, and that they do not become contaminated with over- sized rock, clay, silt, or excessive amounts of moisture. The stockpile shall be kept in areas that drain readily. Segregation of the aggregate will not be permitted. Also see Section 208, Erosion Control and Inlet Protection. Segregation of the aggregate will not be permitted. The Contractor is solely responsible for finding and securing a suitable staging area. The location of the staging must be submitted and approved by the Project Manager prior to use. No portion of the right of way may be used for storage of any materials or equipment. Written authorization to use private property to store equipment and materials shall be obtained from the property owner and submitted to the Owner prior to mobilization and use. The Owner shall be allowed access to the load site at all times. The Contractor shall also submit a letter of indemnification to the Owner and the property owner. Aggregate shall be manufactured crushed fine grained, igneous rock (grain size less than 0.5 mm) having a positive attraction to the binder(s), shall be of the same material source, and must comply with the following: Test on Aggregate Maximum Test LA Abrasion, % loss 20 AASHTO T 96 Flat R Elongated (3 to 1), % 5 ASTM D4791 Absorption, % 2 AASHTO T 85 Sodium Sulfate 15 AASHTO T 104 Magnesium Sulfate 20 AASHTO T 104 Faces Fractured, % 100 Minimum ASTM D5821 Plastic Index (Fines) Non -Plastic AGGREGATE — CHIP SEAL Table 703-6 shall be deleted and replaced with the following table: Gradation Sieve Size 3/8" Chip Seal 1/4" Chip Seal 1 /2" 100 100 100 100 1/4" 0-35 I00 No. 8 0-3 0-3 No. 200 0-1.5 0-1.5 AGGREGATE —SLURRY SEAL The mineral aggregate shall consist of natural or manufactured sand, slag, crusher fines, and others, or a combination thereof and be gray in color. The aggregate shall be 100% crushed. Smooth -textured sand of less than 1.25% water absorption shall not exceed 50% of the total combined aggregate. Project Specifications - Page 15 of 35 REVISION OF SECTION 409 SEAL COAT The aggregate shall be clean and free from organic matter and other deleterious substances. When tested in accordance with AASHTO T176 or ASTM A2419 (Sand Equivalent Value of Soils and Fine Aggregates), the aggregate shall have a sand equivalent of not less than 65. When tested in accordance with AASHTO T104, or ASTM C88 (Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulphate), the aggregate shall ' show a loss of not more than 15% using NA2SO4, or 25% using MgSO4. When tested in Accordance with ASTM D 1664, the aggregate shall have a retained bituminous film above 95%. Aggregates that do not meet this requirement may be used for surface treatments and seal coats provided -a satisfactory chemical additive or wetting agent is used to provide a water-resistant film. Use of chemical additives or wetting agents is subject to prior approval or may be waived by the Engineer. r 1 I Mineral fillers such as Portland cement, limestone dust, lime, fly ash, and other approved fillers shall be considered as part of the blended aggregate, used in the minimum amount required, and manufactured in the project year. Cost of mineral fillers, if used, is to be included in the unit price of the slurry seal and shall not be paid for separately. They shall meet the gradation requirements of AASHTO M 17 or ASTM D242 (Mineral Filler for Bituminous Paving Mixtures). Mineral fillers shall be used for one or more of the following reasons only: 1. To improve the gradation of the aggregate. 2. To control the time of break of the emulsion. 3. To provide improved stability and workability of the slurry. 4. To increase the durability of the cured slurry. Screening of aggregate shall be required at the quarry prior to delivery to the job site. Oversized material and/or clay balls in the slurry seal shall be cause for rejection. The total aggregate, including mineral filler, shall conform to the following gradation when tested by AASHTO T27, or ASTM C 136 (Sieve Analysis of Aggregates): SIEVE SIZE PERCENT PASSING TYPE 11 3/8" ( 9.5 mm) �_ 100 No. 4 (4.75 mm) 90 - 100 No. 8 (236 F 65 - 90 No. 16 ( 1.18 mm) 45 - 70 No. 30 ( 600 urn 30 - 50 No. 50 ( 330 um) 18 - 30 No. 100 ( 150 um) 10 - 20 No. 200 ( 75 um) 5 - 15 The Contractor shall submit a Certificate of Compliance from the intended aggregate producer. This certificate ' shall verify that the material conforms to the applicable Project Specifications and Revision of Section 409, Asphalt Slurry Seal. This certificate shall be supplemented by laboratory test data performed by an independent testing laboratory at no expense to the Owner. Project Specifications - Page 16 of 35 SECTION 00100 ' INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits ' a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). ' 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations ' resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the ' time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain ' evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. ' 3.2. In accordance with Section 8-160 of the Code of the City of Fort 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 1 REVISION OF SECTION 409 SEAL COAT MIX DESIGN At least two weeks prior to commencement of work, the Contractor shall submit a signed mix design covering the specific materials to be used on the project. This design shall be performed by a laboratory qualified to perform International Slurry Seal Association (ISSA) tests. Once the materials are approved, no substitution will be permitted, unless first tested by the laboratory preparing the mix design and approved by the Engineer. 1. Mix Design The qualified laboratory shall develop the job mix design and present certified test results for the Engineers approval. Compatibility of the aggregate and emulsion shall be verified by the mix design. All component materials used in the mix design shall be representative of the material proposed by the Contractor for use on the project. 2. Specifications The Engineer shall approve the design mix and all materials and methods prior to use. The component materials shall be within the following limits: Residual Asphalt Type 1I: Mineral Filler Additive Water WATER 5.0% to 15.0% by dry weight of aggregate 0.5% to 2% by dry weight of aggregate As required to provide the specified properties As required to produce proper mix consistency All water used in making the slurry shall be potable and free of dissolved ingredients that may prove harmful. Water shall be of such quality that the asphalt will not separate from the emulsion before the slurry seal is in place. The effect of moisture content on the specific weight of the aggregate, and the moisture content of the aggregate being used, shall be taken into account in calibrating the machine to deliver mix in the correct proportion. LABORATORY TESTING All materials shall be pre -tested by the Contractor, at his expense, in a qualified laboratory as to their suitability for use in slurry and conformance with project specifications. The laboratory shall issue a current report which shows the results of tests performed on the individual materials, comparing their values to those required by this specification. The report will provide the following information on the slurry seal mixture: TEST PURPOSE METHOD SPECIFICATION Slurry Seal Consistency ISSA T106 2 - 3 cm Excess Asphalt ISSA T109 50 g/ft' max Wet Stripping Test ISSA TI 14 Pass (90% min) Compatibility ISSA TI 15 Pass* Quick Set Emulsion ISSA T102 Pass** Project Specifications - Page 17 of 35 1 1 J 1 I 11 11 1 REVISION OF SECTION 409 SEAL COAT TEST PURPOSE METHOD SPECIFICATION Wet Track Abrasion ASTM D3910 1 Hour Soak Loss 50 g/ftZ max (538 g/m2 max) 6 Day Soak Loss 75 g/ftz max (807 g/m2 max) * Mixing tests must pass at the maximum expected air temperature. ** Using specific job aggregate and emulsion content. The laboratory shall further report the quantitative effects of moisture content on the unit weight of the aggregate ' (Bulking effect). The laboratory report must clearly show the proportions of aggregate, mineral filler (minimum and maximum), water (minimum and maximum), additive(s) (usage), and asphalt based on the dry aggregate weight. ' A current and complete laboratory analysis and test report, accompanied by abraded and unabraded slung test samples, shall be submitted by the Contractor at least two weeks prior to commencement of any work. If the Contractor performs this testing, the Engineer or his representative shall be allowed to observe all testing. ' AGGREGATE —CAPE SEAL ' Cape Seal aggregate shall conform to the requirements for Chip Seal and Slurry Seal aggregate for each layer of treatment aggregate respectively. CONSTRUCTION REQUIREMENTS - GENERAL The Contractor shall notify businesses, schools, and residents at least 48 hrs prior to starting each phase of the installation (see Revision of Section 630, Construction Zone Traffic Control). ' The flyer or door hanger shall be submitted to the Engineer for approval one (1) week prior to construction. The flyer shall include a local or toll free contact number for the Contractor and include the following: "Learn more about the City of Fort Collins Street Maintenance Program and find answers to common questions by visiting www.fceov.com/streets." Subsection 409.04 shall include the following: ' WEATHER LIMITATIONS No bituminous material shall be applied as follows: 1. When there is any danger the finished product will freeze before it cures completely. ' 2. When the pavement or air temperature is 60°F (16' C) or below and falling. 3. While puddles of water remain on the surface to be coated. 4. As directed by the Engineer. iProject Specifications - Page 18 of 35 LJ REVISION OF SECTION 409 ' ASPHALT CHIP SEAL, SLURRY SEAL & CAPE SEAL Subsection 409.05 shall include the following: EQUIPMENT - GENERAL All equipment, tools, and machines used in the performance of this work shall be maintained in satisfactory , working order at all times. Unsatisfactory equipment shall be removed and replaced without delay or cost. Descriptive information on mining and applving equipment to be used shall be submitted far approval a minimum of seven (7) days before commencement of work. The equipment shall conform to the following minimum requirements: ' Proportioning Devices Individual volume or weight controls for proportioning each material shall be provided and properly marked. , Yield estimates with supporting documentation from the metering devices and material delivery tickets will be provided by the Contractor daily. Calibration , Equipment shall be calibrated in the presence of the Engineer prior to construction. Documentation shall be provided including individual calibration of each material at various settings, which can be related to the machine's metering device(s). No machine will be allowed to work on the project until the calibration has been completed and accepted by the Engineer. Previous calibration documentation covering the exact materials to be used may be accepted provided they were ' made during the current calendaryear. The documentation shall include an individual calibration of each material of various settings which can be related to the machine metering device(s). Verification Test strips for each mix used may be required for each machine and each mix used after calibration and prior to construction. If the test sections do not conform to the specification requirements, the treatment shall be removed at the Contractor's expense. No compensation will be made for re -application or additional test sections required due to unsatisfactory work or material. Initiation of work on the project streets shall not begin without the Engineer's , approval of test sections Cleaning Equipment ' A minimum of two vacuum designed sweepers having only negative air pressure at the road surface capable of removing excess aggregate and debris material shall be used on this project. The body hoppers of the vacuum sweepers shall be a minimum capacity often cubic yards, and the negative air pressure at the intake shall be rated ' at forty six inches of negative water pressure. Sweepers shall meet applicable U.S. Environmental Protection Agency Standards. Project Specifications - Page 19 of 35 1 I ' REVISION OF SECTION 409 ASPHALT CHIP SEAL, SLURRY SEAL & CAPE SEAL ' Bituminous Distributor A minimum of two distributors shall be used. The distributors shall be self -powered and capable of providing a uniform application rate of emulsion varying from .05-1.00 gallons per square yard over a variable width up to twenty feet in a single pass. The uniformity of the distributors shall not vary by more than two -hundredths (0.02) gallon per square yard. The distributors shall be equipped with a variable power unit for the pump and full circulation spray bars, which are adjustable laterally and vertically. Distributors shall be self -powered and include computerized application controls, a tachometer, pressure gauges, accurate volume devices, calibrated tank, and a thermometer for measuring temperatures of the emulsion in the tank. Necessary precautionary measures shall be taken to prevent diesel fuel or other cleaning solvents from contaminating bituminous material. ' Aggregate Spreader The Aggregate Spreader shall be equipped with a computerized rate control for applying 3/8" and 1/4 " chip seal material at a uniform rate of application on variable widths of surface up to 18 feet. The aggregate spreader shall be self-propelled and supported by at least four tires on two axles capable of providing a uniform application rate of aggregate from five to fifty pounds per square yard over a variable width ' up to twenty feet in a single pass. The uniformity of this machine shall not vary by more than one pound per square yard. The aggregate spreader shall be equipped with the means of applying the cover coat material to the surface with computerized application controls so that the required amount of material will be deposited uniformly over the full width of the bituminous material. Other types of aggregate spreaders may be used provided they accomplish equivalent results and have been approved. Slurry Spreading Equipment The surfacing mixture shall be spread uniformly by means of a mechanical type squeegee distributor, having a rubber -like material in contact with the surface to prevent unwanted egress of slurry. It shall prevent loss of slurry on varying grades and crown by adjustments to assure uniform spread. An appropriate mechanical device for lateral distribution of the slurry shall be operated within the spreader box. There shall be a steering device, a ' flexible strike -off, and a burlap type or other approved drag for the longitudinal joint. The spreader box shall be equipped with paddles or augers to agitate and spread the materials throughout the box. It shall be capable of producing a uniform surface its full width. A front seal shall be provided to ensure no loss of the mixture at the ' road contact point. The rear seal shall act as final strike off and shall be adjustable. The mixture shall be spread to fill cracks and minor surface irregularities and leave a uniform skid resistant application of material on the surface. The spreader box and rear strike off shall be so designed and operated that a uniform consistency is achieved to produce a free flow of material to the rear strike off. The longitudinal joint where two spreads join shall be neat appearing, uniform, and lapped no more than six (6) inches but not less than 4". All excess material shall be removed from the job site prior to opening the road. The spreader box shall have suitable means provided to side -shift the box to compensate for variations in pavement geometry. The box shall be kept clean, and no ' build-up of asphalt and aggregate shall be permitted. Spreader box skids shall be maintained in such a manner to prevent transverse chatter (wash -boarding) in the finished mat. Any type drag used shall be approved by the Engineer and kept in a completely flexible condition at all times. Rollers A minimum of two (2) rubber -tired rollers for Chip Seal and one (1) rubber -tired roller for Slurry and Cape Seal shall be used on the project unless otherwise requested by the Engineer. The pneumatic tired rollers shall be self- propelled and the gross load adjustable to apply 200 to 350 pounds per inch of rolling width, as directed. Tire pressures or contact pressures may be specified for the pneumatic tire rollers. Tire pressures on each roller shall not vary more than plus or minus 2.0 psi. The wheels on the rollers shall be equipped with adjustable scrapers, ' which shall be used when necessary to clean the wheel surface. Depending on the installation rates, additional rollers may be required. At no time shall the rollers travel more than ten miles per hour. The rollers shall be maintained in good condition and be operated by experienced roller operators. Project Specifications Page 20 35 - of REVISION OF SECTION 409 ' ASPHALT CHIP SEAL, SLURRY SEAL & CAPE SEAL Sweepers , A rotary broom or other approved sweeping or blowing equipment meeting applicable U.S. Environmental Protection Agency Standards may be used to windrow excess material to be picked up during the Chip Seal treatment. Vacuum designed sweepers having only negative air pressure at the road surface capable of removing ' excess aggregate and debris material shall be used on Chip, Slurry, and Cape Seal treatments. The body hoppers of the vacuum sweepers shall have a minimum capacity of ten cubic yards, and the negative air pressure at the intake shall be rated at forty six inches of negative water pressure. Sweepers shall meet applicable U.S. Environmental Protection Agency Standards. Auxiliary Equipment ' Hand squeegees, portable emulsion spray systems, shovels, and all other equipment necessary to perform the work shall be provided by the Contractor at no additional cost to the Owner. SURFACE PREPARATION Subsection 409.06 shall include the following: PREPERATION OF SURFACE - GENERAL , The Owner will be performing concrete repair, patching, and crack sealing on the streets prior to the application of the surface treatments. ' Inlet protection for erosion control and construction material infiltration into the inlet shall be required at all inlets prior to start of Work. See Sections 208, Erosion Control and Inlet Protection, and Section 4000, Environmental. Standard Operating Procedures. Prior to treatment installation, the Contractor shall be responsible for ensuring that the surface is cleaned of all loose material, oil, silt spots, vegetation, and other objectionable material. The roadway surface and gutter shall be included in cleaning efforts. Dust and other material in depressions or other places not removed by mechanical ' sweepers shall be swept with hand brooms. The Engineer may require washing of the pavement where other methods of cleaning do not provide an acceptable surface. Methods ofcleaning shall be approved by the Engineer. Material removed from the surface shall not be mixed with the surface treatment materials. Bituminous material ' shall not be spread until the area has been cleaned to the satisfaction of the Engineer. All vegetation shall be removed from the surface to be sealed prior to surface treatment placement. Any dead or remaining vegetation shall be removed before sweeping. Vegetation may be removed by burning when, in the ' opinion of the Engineer, such burning causes no safety hazard or air pollution nuisance. The Contractor shall be responsible for the locating, protecting, and cleaning of all utility covers following the ' application of material. The protection method and procedure shall be submitted and approved by the Engineer. See Section 210, Reset Structures. SURFACE PREPARATION —CHIP SEAL Chip Seal surface preparation shall meet the aforementioned general requirements. SURFACE PREPARATION — SLURRY SEAL In addition to Slurry Seal surface preparation meeting the surface preparation general requirements, Slurry Seal being placed over a surface that has been cleaned of oil spots shall require an approved primer application or other ' approved process for mitigating potential de -lamination. Project Specifications - Page 21 of 35 1 ' REVISION OF SECTION 409 ASPHALT CHIP SEAL, SLURRY SEAL & CAPE SEAL ' If the Slurry Seal is being placed over a brick or concrete surface, a highly absorbent asphalt surface, areas subjected to dusty conditions or over a surface where the aggregate has become exposed and is polished and slick, a one part emulsion, three part water tack coat of the same emulsion type and grade as specified for the slurry is ' recommended. This can be applied with an asphalt distributor. The normal application rate is 0.05 to 0.15 gallons of the diluted emulsion per square yard of surface (0.23 to 0.70 liters per square meter). The Engineer will have final authority to determine if tack coat is required and the rate at which it shall be applied. ' SURFACE PREPARATION — CAPE SEAL Cape Seal shall meet the general requirements for surface preparation above . ' APPLICATION — ASPHALT AND AGGREGATE Subsection 409.07 and 409.08 shall include the following: ' APPLICATION— GENERAL Ensuring proper spread rates and material proportions is the sole responsibility of the Contractor's. tThe Owner wi II continually be checking quantities using run sheets. The Contractor is encouraged to also check quantities with run sheets to avoid the penalties described herein. Yield estimates with supporting documentation from the metering devices and material delivery tickets will be provided by the Contractor daily. The seal coat shall be applied to alternating streets to provide sufficient public parking for those residents living on streets which have been closed. Traffic will not be allowed on the newly placed bituminous material until, in ' the opinion of the Engineer, the bituminous material has sufficiently set and bonded to prevent damage by vehicular traffic. Areas which are subject to an increased rate of sharp turning vehicles may require additional time to allow for a more complete cure of the surface application to prevent damage. Street closures shall be opened as soon as the material has sufficiently set and bonded. 1 Manholes and valves on streets to be slurry sealed shall be clean when the work is completed. They shall be covered in a suitable manner prior to sealing, and the covering shall be removed immediately after the street is sealed. The Contractor shall submit the method for protecting manholes and valves to the Engineer for approval at least two weeks prior to commencement of work. After sealing, the Contractor shall verify accessibility to manholes and valves to the satisfaction of the Engineer at the end of each day. Manholes and valves shall be marked by the Contractor prior to placing the slurry to insure each one is located and can be found after slurry ' sealing. The Contractor is solely responsible for finding and using suitable stockpile locations. The Owner shall be allowed access to the stockpile locations at all times. No portion of the right of way may be used for storage of materials or equipment. Materials shall be stored in an area to prevent water saturation and contamination of stockpiled aggregates. On -site emulsion tanks shall be empty and cleaned of all residual asphalt prior to delivery of the first load of approved emulsion. Written authorization to use private property to store equipment and ' materials shall be obtained from the property owner and submitted prior to mobilization and use. The Contractor shall also submit a letter of indemnification to the Owner and the property owner. Samples of materials shall be furnished as directed by the Engineer during progress of the work at no expense to ' Owner. The Engineer may use the recorders and measuring facilities of the unit(s) to determine application and yield rates. ' Yield estimates with supporting documentation from the metering devices and material delivery tickets will be provided by the Contractor to the Engineer on a daily basis. IProject Specifications - Page 22 of 35 REVISION OF SECTION 409 ASPHALT CHIP SEAL, SLURRY SEAL & CAPE SEAL The Engineer shall schedule testing as required during the project and shall be notified 24 hrs in advance of all material deliveries. Tests may be run on the aggregate and emulsion. Test results will be compared to the specifications. The Engineer shall notify the Contractor immediately if any test fails to meet the specifications. Frequency of assurance testing will be at the direction of the Engineer. Noncompliance of materials shall be basis for rejection. It is the responsibility of the Contractor, at his own expense, to prove to the Engineer that the conditions have been corrected before work may continue. APPLICATION — CHIP SEAL AND DOUBLE CHIP SEAL Chip Seal surface treatments shall be installed as a Chip Seal (one layer) or a Double Chip Seal (two layer) installation. The surface aggregate size shall be 1/4" on residential streets and 3/8" on collector and arterial streets. The aggregate and CRS-2P application rates for a Chip Seal treatment shall be in accordance with the following: CHIP SEAL APPLICATION TABLE (one layer) Material 3/8" Chip 1/4" Chip CRS-2P-Chipseal 0.34-0.40 Gal/SY 0.28-0.34 Gal/SY CRS-2P-Fogseal 0.11-0.14 Gal/SY 0.08-0.12 Gal/SY Aggregate 22 Ibs/SY Minimum 18 Ibs/SY Minimum Double Chip Seal surface aggregate size shall be 1/4" over 3/8" on residential streets and 3/8" over 3/8" on collector and arterial streets and shall be in accordance with the following: DOUBLE CHIP SEAL APPLICATION TABLE (two layers) Material 3/8" on 3/8" Chip 1/4" on 3/8" Chip CRS-2P-Chipseal 0.68-0.79 Gal/SY 0.62-0.75 Gal/SY CRS-2P-Fogseal 0.1 1-0.14 Gal/SY 0.08-0.12 Gal/SY Aggregate 55 Ibs/SY Minimum 50 Ibs/SY Minimum The specific emulsion and cover aggregate application rate shall also be determined using factors such as surface temperature, traffic volume, existing road condition, and time of year. The application rate may be modified at any time during the course of the construction upon approval by the Engineer. Emulsion Application Bituminous material shall be applied by means of a pressure distributor in a uniform, continuous spread over the section to be treated and within the temperature range of 160 -185' F. The distributor shall be moving forward at the proper application speed at the time the spray bar is opened. Where multiple passes are required to complete the full width, the four inches adjacent to the second pass may be left with fifty percent coverage so that the next pass will complete the full application rate specified. The nozzle angle and bar height shall be set to provide one hundred percent (100) of double coverage in a single pass. A strip of roofing paper at least three (3) feet in width and with a length equal to that of the spray bar of the distributor plus one (1) foot shall be used at the beginning of each spread. If the cut-off is not positive, the use of paper shall be required at the end of each spread. The paper shall be disposed of in a lawful manner. Any skipped areas or deficiencies shall be corrected. Junctions of spreads shall be carefully made to assure a smooth riding surface. Project Specifications - Page 23 of 35 I 1 11 11 I I I 1 1 i REVISION OF SECTION 409 ASPHALT CHIP SEAL, SLURRY SEAL & CAPE SEAL The length of spread of bituminous material shall not be in excess of that which trucks loaded with cover coat material can immediately cover. The spread of bituminous material shall not be more than four (4) inches wider than the width covered with aggregate from the spreading device and shall not spread onto the concrete, gutter, or crosspan. The Contractor shall use roofing paper or some other approved means of concrete crosspan protection to eliminate emulsion spray on concrete Under no circumstances shall operations proceed in such a manner that the bituminous material be allowed to chill, set up, dry, or otherwise impair retention of the aggregate. Application rates shall be sufficient to prevent streaked appearance in the surface. The distributor, when not spreading, shall be parked so that the spray bar or mechanism does not drip bituminous materials onto the surface ofthe street, gutters or private property. During all applications, the surface of adjacent structures shall be protected in such a manner as to prevent their being spattered or marred. Any areas inaccessible to the distributor shall be sprayed by hand. All sidewalks, gutters or other surfaces where spatter is excessive, in the opinion of the Engineer, shall be immediately cleaned. Aggregate Application Immediately following the application of bituminous material, aggregate cover material shall be spread in quantities as designated. Spreading shall be accomplished in such a manner that the tires of the trucks or aggregate spreader at no time contact the uncovered and newly applied bituminous material. If directed by the Engineer, the cover coat material shall be moistened with water to eliminate or reduce the dust coating of the aggregate; however, excess dust will be a cause for rejection of the aggregate. Immediately after the cover coat is spread, any deficient areas shall be covered by additional material. Rolling Rolling shall proceed in a longitudinal direction, beginning at the outer edges of application and working toward the center. Each pass shall overlap the previous pass by one-half of the width of the front wheel or roll. There shall be a minimum of three (3) passes with the pneumatic -tired rollers over the entire surface prior to moving ahead. One pass will be considered the number of trips to cover the entire surface from one side of the street to the other and for the length being worked. The first rolling of the aggregate shall be made before the asphalt emulsion breaks (roller shall complete the first rolling within approximately two and one-half(2 %2) minutes of the emulsion spray application). In no event shall traffic be allowed on the treated surface until all rolling has been completed. The aggregate shall not be applied in such a thickness as to cause blanketing. At no time shall the rollers travel more than ten miles per hour. Sweeping After the application of the cover coat material the surface shall be lightly broomed or otherwise maintained as directed by the Engineer, for a period of three to four days. Maintenance of the surface shall include the distribution of cover coat material over the surface to absorb any free bituminous material and cover any area deficient in cover coat material. In those areas requiring additional cover coat material, the surface shall be rolled with a rubber -tired roller to embed the aggregate in the bituminous material. The maintenance shall be conducted so as not to displace imbedded material. At the proper time, as determined by the Engineer, all excess cover coat material shall be removed. Excess aggregate that is clean may be stockpiled and re -used in subsequent locations at the discretion of the Engineer. The Engineer may reject aggregate that has been previously applied upon visual observation of the stockpile. Project Specifications - Page 24 of 35 REVISION OF SECTION 409 , ASPHALT CHIP SEAL, SLURRY SEAL & CAPE SEAL Clean up t Emulsion sprayed on concrete crosspans will require removal by approved methods at the Contractors expense. All material swept or blown onto sidewalks, all trash, all discarded chip seal material or other construction debris shall be collected on a daily basis, removed from the site, and disposed of to a site approved by the Engineer. ' Fog Seal Application Within three (3) days of application ofthe chip seal, or as directed by the Engineer, the Contractor shall re -sweep ' all excess aggregate from the roadway and adjacent areas and apply a fog seal of CRS-2P to the surfaces. APPLICATION — SLURRY SEAL ' Slurry Seal application rate shall be 18 Ibs/sy minimum — 21 Ibs/sy maximum. The slurry shall be a homogeneous mixture, sufficiently stable during the entire mixing - spreading period so that ' the emulsion does not break, there is no segregation of fines from the coarser aggregate, and the liquid portion of the mix does not float to the surface. Total time of mixing, from introduction of emulsion to spreading shall be two minutes or less. ' Slurry mixtures placed in test strips shall conform to design mix with minor variations to obtain crack filling, bond to pavement, and desired skid resistance texture. In the event the materials do not meet the requirements for fluidity, non -segregation, or surface texture, a newjob mix shall be formulated and tested. Work shall not proceed ' before approval of a design mix and acceptance following the placing of a test strip. General , The surface shall be fogged with water directly preceding the spreader if required by local conditions as directed by the Engineer. No free water shall be on the surface of the pavement following fog spray. Rate of application of the fog spray shall be adjusted during the day to suit pavement temperatures, surface texture, humidity, and ' dryness of pavement surface. The slurry mixtures shall be of the desired consistency as it leaves the mixer, and no additional elements shall be added. A sufficient amount of slurry shall be carried in all parts of the spreader at all times so that complete coverage is obtained. No lumping, balling, or unmixed aggregates shall be permitted. No ' segregation of the emulsion and aggregate fines from the coarse aggregate will be permitted. If the coarse aggregate settles to the bottom of the mix, the slurry will be removed from the pavement. Breaking of the emulsion in the spreader box will not be allowed. No streaks as caused by oversized aggregate will be left in the finished pavement. Rippling of the finished pavement is undesirable and shall be minimized. The speed may be ' reduced by the Engineer, if rippling of the surface occurs. At any time that segregation, texture, rippling or application rate are in non compliance with the specifications due to mix equipment or workmanship, work will be stopped until the Owner's representative is insured that the non conformance has been corrected. After lay -down work is completed and before final acceptance by the Engineer, spot application of slurry seal material may be required to correct any deficiencies such as streaking, scuff marks, tire tracks, gaps, etc. to ' improve the ride quality and overall appearance. Slurry seal material required to correct deficiencies due to unsatisfactory workmanship will not be paid for but shall be at the Contractor's expense. 1 project Specifications - Page 25 of 35 1 i REVISION OF SECTION 409 ASPHALT CHIP SEAL, SLURRY SEAL & CAPE SEAL Joints The longitudinal joint between adjacent lanes shall have no visible lap, pinholes, or uncovered areas. Build-up or unsightly appearance shall be not be permitted on longitudinal or transverse joints. The use of burlap drags or other type drags shall be at the direction of the Engineer. Thick spots caused by overlapping shall be smoothed immediately with the hand squeegees before the emulsion breaks. Longitudinal joints shall be overlapped no more than six (6) inches over previously placed slurry. Slurry seal will be measured and paid for by the square yard of street surface properly sealed and accepted by the Engineer. Building paper shall be used at transverse ' joints to minimize or eliminate overlap. When drags are used, they must be kept clean and free of build-up. Joints shall be straight and have a neat appearance. Hand Work Approved hand squeegees with burlap drags shall be used to spread slurry in areas not accessible to the slurry ' mixer. Care shall be exercised as to the specified application rate and workmanship, as to leave no unsightly appearance from hand work.. Mix Stability ' The mixture shall possess sufficient stability so that premature breaking of the material in the spreader box does not occur. The mixture shall be homogeneous during and following mixing and spreading, it shall be free of excess water or emulsion and free of segregation of the emulsion and aggregate fines from the coarser aggregate. ' Spraying of additional water into the spreader box will not be permitted. Lines ' Care shall be taken to ensure straight lines along curbs, shoulders and joints. No runoff on these areas will be permitted. Lines at intersections will be kept straight to provide a neat appearance. ' Curing Slurry treated areas shall be allowed to cure until such time as the Engineer permits their opening to traffic. The slurry seal mixture shall be proportioned to permit traffic on the newly sealed surface within 1 to 4 hours of ' placement. The Contractor shall protect the area with suitable barricades for the full curing period, per the approved traffic control plan. Rolling Slurry seal placed on parking lots, alleys, cul-de-sacs or low traffic volume areas, as determined by the Engineer, shall be rolled with a pneumatic tire roller with a minimum weight of four (4) tons. Rolling shall start when the slurry seal has set sufficiently to prevent any pick-up of material and rolled a minimum of three (3) coverages by the roller until a uniform surface is obtained. Payment for rolling will not be measured or paid for separately, but shall be included in the unit price for Slurry Seal. ' Cleanup All material swept or blown onto sidewalks, all trash, all discarded slurry seal material, or other refuse shall be ' collected on a daily basis, removed from the site, and disposed of to a site approved by the Engineer. Slurry seal on concrete curb, gutters, and crosspans will require removal by approved methods at the Contractors expense. ' Project Specifications - Page 26 of 35 I 4.0 5.0 (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. 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. 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 I REVISION OF SECTION 409 ASPHALT CHIP SEAL, SLURRY SEAL & CAPE SEAL All applied slurry surfaces shall be swept with a vacuum style sweeper to remove any excess raveled material which becomes dislodged from the street surface after seven (7) working days. Dislodged material from the street shall be disposed of to a site approved by the Engineer. Payment for sweeping shall be paid for separately as described in Section 02000 "Revision of Section 105; Maintenance During Construction". Excessive raveling, as determined by the Engineer, shall be swept by the Contractor at no additional cost to the Owner. APPLICATION — CAPE SEAL The installation of the slurry seal layeroverthe chip seal layer shall be applied within three (3) working days of the Chip Seal installation. Cape Seal requirements shall follow the application specifications outlined in the above sections under Chip Seal and Slurry Seal and conform to the following: Material 3/8" Chip 1/4" Chip CRS-2P-Chipseal 0.30-0.36 Gal/SY 0.26-0.32 Gal/SY Aggregate 22 Lbs/SY Minimum 20 Lbs/SY Minimum Material 3/8" Chip 1/4" Chip Slurry Seal 20 Lbs/SY Minimum 18 Lbs/SY Minimum METHOD OF MEASUREMENT Subsection 409.09 shall be revised as follows: Chip Seal and Double Chip Seal will be measured and paid for at the contract unit prices per square yard of street surface properly sealed and accepted by the Engineer minus any reduction for noncompliance with approved aggregate and emulsion application rates. Slurry Seal shall be measured and paid for at the contract prices per square yard of street surface properly sealed and accepted by the Engineer, minus any reduction for noncompliance with approved aggregate and emulsion application rates. No separate payment for additional additives will be made unless approved prior to use by the Engineer. Cape Seal shall be measured and paid for at the contract prices per square yard of street surface properly sealed and accepted by the Engineer, minus any reduction for noncompliance with approved aggregate and emulsion application rates Application rates shall meet the requirements contained herein. If the yield is determined to be below the minimum application rates, the treatment will be subject to rejection or a price reduction as determined by the Engineer as follows: AMOUNT BELOW MINIMUM APPLICATION RATE PERCENTAGE REDUCTION IN FINAL PAYMENT 1 - 5% ]0% or Rejection 5 - 10% 20% or Rejection 10°/. + Determined by Engineer or Rejection J I I I 1 1 Project Specifications - Page 27 of 35 1 1 ' REVISION OF SECTION 409 ASPHALT CHIP SEAL, SLURRY SEAL & CAPE SEAL ' BASIS OF PAYMENT Subsection 409.10 shall be revised as follows: ' The accepted quantities of chip seal will be paid for at the contract prices per square yard of street surface properly sealed and accepted by the Engineer, minus any reduction for noncompliance with approved aggregate and emulsion application rates. ' Payment will be made under: Pay Item Unit 409.01 Chip Seal (Arterial) Square Yard 409.02 Chip Seal (Collector) Square Yard 409.03 Chip Seal (Residential) Square Yard 409.04 Double Chip Seal (Residential) Square yard 409.05 Type 11 Slurry Seal (Collector) Square Yard 409.06 Type 11 Slurry Seal Square Yard (Residential) ' 409.07 Type II Slurry Seal (Parking Lots) Square Yard 409.08 Cape Seal (Collector) Square Yard ' 409.09 Cape Seal (Residential) Square Yard 409.10 Cape Seal (Parking Lots) Square Yard ' The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, required traffic control devices, TCS and flagging personnel, traffic control signage, incidentals, preparing street surfaces, installing a tack or fog coat when required, rolling, clean up, and for all the work involved, complete -in - place, including haul, disposal, and cleanup as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION I Project Specifications - Page 28 of 35 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES Section 630 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 630.01 shall 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, 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 Larimer County Urban Area Street Standards (LCUASS), and the Colorado Department of Transportation Road and Bridge Standard Specifications (CDOT). In the event of a conflict between the MUTCD criteria and the Ciry,'s criteria, the Ci(P's criteria shallgovern. "The City of Fort Collins Master Street Plan" map depicting the street classifications (Arterial, Collector, and Residential) can be found at the following link: littp:Hcitydoes.fcgov.com/?dt=Master+Street+Plan+Map&dn=GI S+MAPS&vid=192&cmd=showdt MATERIALS Subsection 630.02 shall include the following: All traffic control devices shall must meet or exceed the required minimum standards. Traffic control devices shall be clean and in good operating condition when delivered and shall be maintained in that manner on a daily basis. Devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed out information, information written in long -hand style, etc.). 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 revised as follows: 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 often (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. Project Specifications - Page 29 of 35 ' REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES ' Notification of residents and businesses shall be the responsibility of the Contractor, Contractor Representative, TCS or TCS Representative and shall consist of distributing letters indicating the nature of the work to be completed, any special instructions to the residents (i.e. limits on lawn watering during concrete placement, etc.), dates and times of the work, and parking and access restrictions that will apply. Sample letters shall be provided by the Engineer. ' Letters with the Traffic Control Plans shall be submitted for approval by Engineer and shall be distributed by the Contractor's representative a minimum of 48 hours prior to the commencement of each phase of the work. ' 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 PLANS ' 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. All plans shall be delivered to the Engineer, 625 Ninth Street, Fort Collins. Facsimiles of plans shall not be allowed. Typical submittals for residential work scheduled on Monday and Tuesday shall be submitted the previous Friday by 8:00 a.m. Full residential road closure plans shall be submitted no later than Friday morning by 8:00 am for projects starting the following week. Submittals for fidl closures on arterial and collector streets shall be submitted two weeks prior to the commencement of work. A Traffic Control Plan shall be submitted for each Arterial and each Collector street scheduled for work. Each residential area shall have one typical Traffic Control Plan submitted for the area. When changes to the Traffic ' Control 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 II, and Type III barricades; cones; drum channelizing devices; advance warning flashing or sequencing arrow panels. Certain ' traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. (3) Number of flaggers to be used, parking restrictions to be in affect and detailed pedestrian and bicycle ' movement. ' Project Specifications - Page 30 of 35 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES 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 specified. 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. Approval of the proposed method of handling traffic does not relieve the Contractor of liability specifically assigned to him under this contract. TRAFFIC CONTROL MANAGEMENT Subsection 630.11 shall be revised as follows: 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 Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. Proof of certification shall be submitted to the City Traffic Control Manager and Engineer, for all personnel assigned to the project. The Traffic Control Supervisor shall have approved traffic control plans for the work site and current copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the MUTCD, pertaining to traffic controls for street and highway construction, available at all times. One TCS shall be designated as the Head TCS. The Head TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted to the Engineer for approval a minimum of one week prior to commencement of the work. It is the intent of the specifications that the Head TCS be the same throughout the project, on site at all times during construction hours, and equipped with a cellular phone. The Head TCS shall be "on call" and available during non -working hours and a 24-hour telephone number shall be provided to the Engineer. The response time from the Engineer's contact outside of construction hours shall be 30 minutes or less and correction of the issue(s) shall be one (1) hour or less. If, in the opinion of the Engineer, any traffic control individual does not perform their duties at or to the minimum industry standard, the Contractor will be required to replace that individual. The TCS shall be equipped with a cellular phone. The TCS duties shall include, but not be limited to: Prepare, revise and submit Traffic Control Plans as required. 2. Supervise and direct project flaggers. 3., Coordinate all traffic control related operations, including those of the Subcontractor and Supplier Project Specifications -Page 31 of 35 �I ' REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES 4. Coordinate project activities with appropriate police and fire control agencies, Transfort (Fort Collins Bus Service), school districts and other affected agencies and parties prior to construction. 5. Notify residents and businesses at least 48 hours prior to construction. ' a Notifications may be accomplished by a representative of the Contractor, the Traffic Control Supervisor, or Flagger. 6. Inspect traffic control devices on a calendar day basis for the duration of the project to ensure devices are functioning properly. 7. Oversee all requirements covered by the plans and specifications which contribute to the convenience, safety, and orderly movement of traffic. 8. Flagging for emergency situations or relief of personnel for short periods of no more than 15 minutes over ' a 60 minute period. 9. Set up and removal of traffic control devices.. ' 10. Maintain a project traffic control diary which shall become part of the City's project records. This diary/log shall be submitted to the Engineer daily and shall include the following information as a minimum: ta. 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 Method of Handling Traffic (MHT) f. - List of flaggers used, including start time, stop time and number of flagging hour breaks g. Traffic control problems (traffic accidents; damaged, missing or dirty devices, etc.) and corrective action taken 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. Notification of residents and businesses shall be the responsibility of the TCS, TCS Representative, or Contractor 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 construction), the dates and times of the work, and the parking and access restrictions that will apply, as well as thorough information placed on "NO PARKING' signs. Sample letters will be provided by the Engineer and shall be distributed prior to the commencement of each phase of the work. Letters shall be submitted with the Traffic Control Plans for approval. Approved letters shall be distributed a minimum of 48 hours prior to the commencement of work. All traffic control devices and traffic control management shall be placed under the supervision of Traffic Control Supervisor. The Traffic Control Supervisor shall current copies of the City of Fort Collins Work Area Traffic Control Handbook, ' and Part VI of the MUTCD, pertaining to traffic control for street and highway construction, available at all times. ' Project Specifications - Page 32 of 35 I J REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES METHOD OF MEASUREMENT Subsection 630.15 shall include the following; All costs associated with the Traffic Control Plan review shall not be measured or paid for separately, but shall be considered incidental to the work. Review fees will not be measured or paid for separately, but shall be considered incidental to the Work. The City shall deduct from compensation due the Contractor $10.00 per day for each traffic control device not removed from the site immediately upon completion of the work or as directed by the Engineer. Flagging personnel shall not be measured or paid for separately but shall be included in the unit price of the Work including break times. 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. Flagger hand signs and devices, such as Stop/Slow paddles, will not be measured and paid for separately, but shall be included in the work. The flagger(s) shall be provided with electronic communication devices as required. These devices will not be measured and paid for separately, but shall be included in the work. The cost of batteries, electricity and/or fuel for all lighting or warning devices will not be paid for separately but will be considered subsidiary to the item. Sand bags and caution tape will not be measured and paid for separately, but shall be included in the work. The Contractor may provide larger construction traffic signs than those typically used in accordance with the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD if approved by the Engineer; however no payment will be made for the additional panel size. Business signs and detour placard street names are NOT considered Specialty Signs and will not be measured or paid for separately, but shall be included in the work. "Variable Message Boards" shall be measured and paid per each per day at the contract unit price for variable message boards as required for each area and street. "Additional Flagging" shall be measured and paid per hour only when requested by the Engineer in writing 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. The City shall not be responsible for any losses or damage due to theft or vandalism. The City will not be responsible for any damages caused by the Contractor's construction activities to the public. Private or public property which is damaged by the Contractor's equipment or employees will be the sole responsibility of the Contractor. Project Specifications - Page 33 of 35 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES BASIS OF PAYMENT Subsection 630.16 shall be revised as follows: ' Pay Item Unit 630.01 Variable Message Board Per each per day ' 630.02 Additional Flagging Personnel Hour The above unit prices and payments shall include full compensation for furnishing all labor, materials, tools, and equipment and all related incidental items for "Variable Message Boards" and "Additional Flagging Personnel', complete -in -place including message modifications, as specified in these specifications, and as directed by the Engineer. ' All other traffic control items related to the Work including but not limited to furnishing equipment, equipment mobilization/ demobilization/ modification, TCS and flagging personnel hours, vehicles, phones, notification delivery, hand signs, communication devices, sandbags, and all related incidentals required for traffic control under ' this contract shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work. No measurement or payment shall be made separately for traffic control related items, as specified in these specifications, and as directed by the Engineer. 1 ' Project Specifications - Page 34 of 35 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES SPECIAL CONDITIONS FOR WORK ON COLLECTORS NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE ENGINEER IN WRITING. NOTE: FULL CLOSURES ON COLLECTORS WILL BE ALLOWED UNDER EXTREME CIRCUMSTANCES AND ONLY UPON APPROVAL BY THE ENGINEER. PLANS SHALL BE APPROVED A MINIMUM OF TWO WEEKS PRIOR TO THE COMMENCEMENT OF WORK AND/OR THE TIME REQUIRED TO ADEQUATELY NOTIFY THE PUBLIC THROUGH THE MEDIA. NOTE: CONSTRUCTION OR REPAIR WORK WILL NOT BE PERMITTED AT OR IN THE VICINITY OF SIGNALIZED INTERSECTIONS OR ANY COLLECTOR STREETS THAT HAVE MAJOR TRAFFIC VOLUMES BETWEEN THE HOURS OF 7:00 A.M. TO 8:30 A.M. OR 3:30 P.M. TO 6:30 P.M. (EXCEPT IN THE CASE OF AN EMERGENCY). EXCEPTIONS MAY BE MADE FOR CONSTRUCTION OR REPAIR WORK ON ARTERIALS AND COLLECTORS BETWEEN THE HOURS OF 7:00 A.M. TO 6:00 P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, WHEN ALL EQUIPMENT, LABOR, TRAFFIC CONTROL DEVICES AND CONSTRUCTION ARE NOT IN THE VICINITY OF AN INTERSECTION. THE ENGINEER WILL AUTHORIZE SUCH WORK AND SPECIFY THE REQUIRED DISTANCE FROM THE INTERSECTION. NOTE: TIME RESTRICTIONS ON S.H. 287 (COLLEGE AVENUE) WILL NORMALLY BE RESTRICTED FROM 9:00 AM TO 3:00 PM. NOTE: CONSTRUCTION HOURS, EXCEPT FOR EMERGENCIES, SHALL BE LIMITED TO 7:00 A.M. TO 6:00 P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, UNLESS OTHERWISE AUTHORIZED IN WRITING BY THE ENGINEER. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: FULL CLOSURES ON RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE TRAFFIC CONTROL PLANS. END OF SECTION Project Specifications - Page 35 of 35 [1 SECTION 02500 QUANTITIY ESTIMATE This work shall consist of placement of Chip Seal, Slurry Seal, and Cape seal on existing and 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 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. Work not listed in this section ' will be added by Change Order at the contract unit prices. Contractor agrees that they 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. ' 7.0 1 8.0 9.0 ' 10.0 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. 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. LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 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. SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. SECTION 02500 QUANTITY ESTIMATE BROWN FARM(CAPE SEAL) STRF.FTTYPE TREATMENT MH WV Width Length SY : EVERGREhNAREA(SLURRYSEAL) STREET.TYPE TREATMENT MH \VV Width Length SY LEICESTER WAY SUFFOLK ST WSTUART ST RESIDENTIAL CAPESEAL 5 2 37 1226 5,IW0 BREWER DR SITKA ST SUGARPINE ST RESIDENTIAL SLURRYSEAL 2 4 34 985 3,663 ROMNEY AVE LEICESTER WAY SHROPSHIRE AVE RESIDENTIAL CAPESEAL 3 1 37 826 3,954 MATUKA CT CONIFER ST SEND RESIDENTIAL SLURRYSEAL 1 1 38 62 766 SHROPSHIRE AVE LEICESTER WAY ROMNEY AVE RESIDENTIAL CAPESEAL 2 0 37 625 2,997 MUDDLER CT CONIFER ST SEND RESIDENTIAL SLURRYSEAL 1 1 39 60 777 SUFFOLK CT SUFFOLK S'T END RESIDENTIAL CAPESEAL 1 0 38 130 1.066 SITKA ST BREWER DR SUGARPINE 91 RESIDENTIAL SLURRYSEAL 1 1 34 395 1.492 SUFFOLK ST S TAFT I IILL RD IIAMPSHIRE RD. RESIDENTIAL CAPESEAL 4 3 37 1269 5,967 SUGARPINE ST SEND CONIFER ST RESIDENTIAL SLURRY SEAL 1 1 851 AREA SUB TOTAL- IS 6 18.924 SUGERPINE ST FOXTAIL ST NEND RESIDENTIAL SLURRYSEAL 1 1 35 54 699 RENEGADE C'F CONIFER ST SEND RESIDENTIAL SLURRYSEAL I 1 40 72 974 FOX HILL (CHIP SEAL) STREETTYk. TREATMENT A1FI WV'Width Length SY YEW CT END SITKA ST RESIDENTIAL SLURRYSEAL 928 BLACK FOX CT CL CDS RESIDENTIAL CHIPSEAL 1 1 75 34 774 AREA SUB TOTAL N 10 10,139 KIT FOX CT CL CDS RESIDENTIAL CHIPSEAL I 1 I50 34 1,125 _ RED FOX CT CL CDS RESIDENTIAL CHIPSEAL 1 1 34 HI 910 PARKWOOD EAS'I'(SLURRY SEAL) STREET TYPE TREATMENT MH WV Width Length SY RED FOX RD RED FOX RD CDS RESIDENTIAL CHIPSEAL 1 _ 34 330 1751 BARNWOOD CT NEND BARNWOOD DR RESIDENTIAL SLURRYSEAL 1 1 30 155 1W8 AREASUBTOTAL 4 7 4,560 BARNWOOD DR CREEKWOOD DR EASTWOOD DR RESIDENTIAL SLURRYSEAL 4 3 33 1055 3,N68 CREEKWOOD CT KIRKWOOD DR SEND RESIDENTIAL SLURRYSEAL 3 1 26 400 1,156 APPLEWOOD(CHIP SEAL +PARTIAL DOUBLE CHIP SEAL) STREF''T'R'PE TREATMENT MH WVWidthLength SY CREEKWOOD DR KIRKWOOD DR TRAILWOOD DR RESIDENTIAL SLURRYSEAL 5 3 36 IO96 4,344 APPLE BLOSSOM LN APPLE DR FOSSIL CREEK DR RESIDENTIAL. DBL CHIP 3 4 6,187 DOGWOOD CT W END EASTWOOD DR RESIDENTIAL SLURRYSEAL 3 1 36 468 2,276 APPLE DR SEND NEND RESIDENTIAL DBLCIIIP 3 1 12,388 KEYWOOD CT NEND BARNWOOD DR RESIDENTIAL SLURRY SEAT- 1 1 30 90 831 FOSSIL CREEK DR S SI IIELDS ST N END RESIDENTIAL DEL CHIP R 5 26,597 KIRKWOOD DR ROLLINGWOOD DR CREEKWOOD DR RESIDENTIAL SLURRY SEAL 1 3 35 460 7811 1IILLDALE DR APPLE DR CLARENDON HILLS RESIDENTIAL DBLCIIIP 1 _ 4,264 RUSI]WOOD CT WEND EASTWOOD DR R1SIDENTIAL SLURRYSEAL 2 1 30 131 954 I IILLVIEW CT SCENIC DR EEND RESIDENTIAL CHIP SEAL 2.251 SAGEWOOD DR CREEKWOOD DR EASTWOOD DR RESIDENTIAL SLURRYSEAL. 3 1 34 1032 3,999 HORSFSHOEC1 PRIVA'FI:STREET - - - - - - TANGLEWOOD DR ROLLINGWOOD DR EASTWOOD DR RESIDENTIAL SLURRYSEAL 5 p 38 1060 4,476 JONATHAN CT APPLE BLOSSOM LN FOSSIL CREEK DR RESIDENTIAL DBL CHIP 2 5.660 TRAILWOOD DR CREEKWOOD DR EASTWOOD DR RESIDENTIAL SLURRY SEAL 2 1 38 915 3.963 PARADISE LN FOSSIL CREEK DR IN END RESIDENTIAL DBLCHIP 5 4 10,120 AREA SUB TOTAL 30 16 28.503 PLATEAU CT SCENIC DR SEND RESIDENTIAL CHIP SEAL 3.120 _ PLEASANT HILL LN FOSSIL CREEK DR SEND RESIDENTIAL CHIP SEAL 1 3 2,632 WILDWOOD FARM (SLURRY SEAL) STREET TYPE TREATMENT. MH WV Width -Length SY SCENIC DR SSHIELDS ST FOSSIL CREEK DR RESIDENTIAL CHIP SEAL 0 1 5033 NINEBARK DR CORBETT DR INDIGO CIRN RESIDENTIAL SLURRYSEAL 3 2 34 775 2,928 AREA SUBTOTAL 23 20 78,251 INDIGOCIRN CORBETT DR NINEBARK DR RESIDENTIAL SLURRYSEAL 12 15 34 2700 10,200 INDIGO CT W END INDIGO CIR N RESIDENTIAL SLURRY SEAL 34 345 1.719 FOSSIL LAKE (CAPE SEAL) STRF:ETTVPETREATMENT AIH WV Width Length SY ' NINEBARK CT NEND NINEBARK DR RESIDENTIAL SLURRY SEAL 34 66 l,53 BROOKWATER LN ROOKERY RD LADY MOON DR RESIDENTIAL. CAPESEAL _ 1 2,737 ROSECT NEND INDIGO CIRS RESIDENTIAL SLURRYSEAL 1 1 34 183 1.095 CRANE DR TWIN HERON CT ROCK PARK DR RESIDENTIAL CAPESEAL 2 3 2980 INDIGO CIR S CORBETTDR NINEBARK DR RESIDENTIAL SLURRY SEAL 34 345 1,707 EGRET CT WEND ROOKERY RD RESIDENTIAL CAPESEAL 1 1 1,310 AREA SUB TOTAL 16 IR 19.301 EGRET LN ROOKERY RD E END RESIDENTIAL CAPESEAL 533 KINGFISHER CT LADY MOON DR KINGFISHER CT RESIDENTIAL CAPESEAL 4 3 4.192 PARKING LOTS ROCK PARK DR ZIEGLER RD EEND RESIDENTIAL CAPESEAL 5 7 3.254 MULBERRY PARK -N LOT STREETTYPE TREATMENT MH WV Width Length SY ROOKERY RD ZIEGLER RD ROCK PARK DR RESIDENTIAL CAPESEAL 26 17 14,461 LANDINGS PARK NORTH LOT PARKING LOT SLURRY SEAL 2,389 SAGEWATERCT WEND EEND RESIDENTIAL CAPESEAL 4 _ 4,187 LANDINGS PARK SOUTH LOT PARKING LOT SLURRYSEAL 493 T\VM HERON CT W END E END RESIDENTIAL CAPESEAL 4 4 3.732 SPRING PARK NORTH OF FIRE STATION PARKING LOT SLURRY SEAL 1455 Area sub total 49 39 37,387 AREA SUB TOTAL 0 0 5,772 MIRAMONT(CAPE SEAL) STREET TYPE TREATMENT MH WV Width Length SY ' SUMMARYTABLF. MH WV SY BLUESTEM CT BOARDWALK DR END RESIDENTIAL CAPESEAL R 5 34 1236 5.229 CHIP SEAL (ARTERIAL) 0 0 0.00 MEADOW RUN DR BOARDWALK DR BLUESTEM CT RESIDENTIAL CAPESEAL 2 1 34 756 2,956 CHIP SEAL (COLLECTOR) 0 0 ., 0,00 SWITCHGRASS CT N END SEND RESIDENTIAL CAPESEAL 4 5 26 396 2.007 (CHIP SEAL (RESIDENTIAL) - 5.00 9.00 17,596 AREA SUB TOTAL 14 II 10.091 ;. DOUBLE CHIP (RESIDENTIAL) 22.00 16.00 65.216 . _ SLURRY SEAL (COLLECTOR) 0.00 0,00- 0 WOODLAND PARK(SLURY SEAL) STREET TYPE TREATMENT MH WV Width Length SY SLURRY SEAL (RESIDENTIAL) 84.00 61.00 71412 GLACIER CT END GRAND CANYON ST RESIDENTIAL SLURRYSEAL 1 1 34 46 577 CAPESEAL(COLLECTOR) 0.00 0.00 0 GRAND CANYON CT MESA VERDE ST E END RESIDENTIAL SLURRYSEAL 1 0 34 144 948 CAPE SEAL (RESIDENTIAL) 77.00 55.00 66.402 GRAND CANYON ST MESA VERDE ST MESA VERDE ST RESIDENTIAL SLURRYSEAL 6 3 34 1098 4,148 PARKS SLURRY SEAL (PARKING LOT) 0.00 0.00 4,336 MESA VERDE ST ZIEGLER RD SEND RESIDENTIAL SLURRYSEAL 20 12 34 1927 7,660 PARKS CAPE SEAL (PARKING LOT) 0.00 0.00 1,436 YOSEMITECT MESA VERDE ST SEND RESIDENTIAL SLURRYSEAL 1 0 34 57 619 TOTALSV 226.398 ZION CT WEND GRANDCANYONST RESIDENTIAL SLURRYSEAL L 1 33 31 517 AREA SUB TOTAL 30 17 14,469 Page 1 of 1 m m m m m m m m m m m m m m m M. m m m SECTION 03000 DETAILS Rock Sock.(RS) SC-5 Straw Bale Filter D23 Gravel Filter D24, D25 I Rock Sock (RS) SC-5 ' Description A rock sock is constructed of gravel that has been wrapped by wire mesh or a geotextile to form an elongated cylindrical filter. Rock socks are typically used either as a perimeter control or as part of inlet protection. When placed at angles in the curb line, rock socks are typically referred to as curb socks. Rock socks are intended to trap sediment from stormwater runoff that flows onto roadways as a result of construction activities. Appropriate Uses Rock socks can be used at the perimeter of a disturbed area to control localized Photograph RS-l. Rock socks placed at regular intervals in a curb line can help reduce sediment loading to storm sewer inlets. Rock socks can also be used as perimeter controls. sediment loading. A benefit of rock socks as opposed to other perimeter controls is that they do not have to be trenched or staked into the ground; therefore, they are often used on roadway construction projects where paved surfaces are present. Use rock socks in inlet protection applications when the construction of a roadway is substantially complete and the roadway has been directly connected to a receiving storm system. Design and Installation When rock socks are used as perimeter controls, the maximum recommended tributary drainage area per 100 lineal feet of rock socks is approximately 0.25 acres with disturbed slope length of up to 150 feet and a tributary slope gradient no steeper than 3:1. A rock sock design detail and notes are provided in Detail RS-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 socks Rock Sock height. Once upstream stabilization is complete, rock socks and accumulated sediment should be removed and properly disposed. 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 I [J 1 [I 1 I SC-5 Rock Sock (RS) RS IYs" (MINUS) ' CRUSHED ROCK ENCLOSED IN WIRE MESH 112" (MINUS) CRUSHED ROCK ENCLOSED IN WIRE MESH WIRE TIE ENDS 4" TO 6" MAX AT �0" ON BEDROCK OR GROUND SURFACE CURBS, OTHERWISE 111111 HARD SURFACE, 2" 6"-10" DEPENDING IN SOIL ON EXPECTED SEDIMENT LOADS ROCK SOCK SECTION ROCK SOCK PLAN ANY GAP AT JOINT SHALL BE FILLED WITH AN ADEQUATE AMOUNT OF %" (MINUS) CRUSHED ROCK AND WRAPPED WITH ADDITIONAL WIRE MESH SECURED TO ENDS OF ROCK ROCK SOCK, REINFORCED SOCK, AS AN ALTERNATIVE TO FILLING JOINTS TYP BETWEEN ADJOINING ROCK SOCKS WITH CRUSHED ROCK AND 12" 12" ADDITIONAL WIRE WRAPPING, ROCK SOCKS CAN BE OVERLAPPED (TYPICALLY 12—INCH OVERLAP) TO AVOID GAPS. ROCK SOCK JOINTING ROCK SOCK INSTALLATION NOTES 1. SEE PLAN VIEW FOR: —LOCATIONS) OF ROCK SOCKS. GRADATION TABLE SIEVE SIZE MASS PERCENT PASSING SQUARE MESH SIEVES N0: 4 2 100 IY2" 90 — 100 1" 20 — 55 �'a" 0 — 15 %" 0— 5 MATCHES SPECIFICATIONS FOR NO. 4 COARSE AGGREGATE FOR CONCRETE PER AASHTO M43. ALL ROCK SHALL BE FRACTURED FACE, ALL SIDES. 2. CRUSHED ROCK SHALL BE lY" (MINUS) IN SIZE WITH A FRACTURED FACE (ALL SIDES) AND SHALL COMPLY WITH GRADATION SHOWN ON THIS SHEET (1Y2" MINUS). 3. WIRE MESH SHALL BE FABRICATED OF 10 GAGE POULTRY MESH, OR EQUIVALENT, WITH A MAXIMUM OPENING OF h", RECOMMENDED MINIMUM ROLL WIDTH OF 48' 4. WIRE MESH SHALL BE SECURED USING "HOG RINGS" OR WIRE TIES AT 6" CENTERS ALONG ALL JOINTS AND AT 2" CENTERS ON ENDS OF SOCKS. 5. SOME MUNICIPALITIES MAY ALLOW THE USE OF FILTER FABRIC AS AN ALTERNATIVE TO WIRE MESH FOR THE ROCK ENCLOSURE. RS-1. ROCK SOCK PERIMETER CONTROL RS-2 Urban Drainage and Flood Control District November 2010 Urban Storm Drainage Criteria Manual Volume 3 Rock Sock (RS) SC-5 Al 1. INSPECT BMPs EACH WORKDAY, AND MAINTAIN THEM IN EFFECTIVE OPERATING CONDITION MAINTENANCE OF BMPs SHOULD BE PROACTIVE, NOT REACTIVE. INSPECT BMPs AS SOON AS POSSIBLE (AND ALWAYS WITHIN 24 HOURS) FOLLOWING A STORM THAT CAUSES SURFACE EROSION, AND PERFORM NECESSARY MAINTENANCE. 2. FREQUENT OBSERVATIONS AND MAINTENANCE ARE NECESSARY TO MAINTAIN 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 3¢ OF THE HEIGHT OF THE ROCK SOCK. 6. ROCK SOCKS ARE TO REMAIN IN PLACE UNTIL THE UPSTREAM DISTURBED AREA IS STABILIZED AND APPROVED BY THE LOCAL JURISDICTION. 7. WHEN ROCK SOCKS ARE REMOVED, ALL DISTURBED AREAS SHALL BE COVERED WITH TOPSOIL, SEEDED AND MULCHED OR OTHERWISE STABILIZED AS APPROVED BY LOCAL JURISDICTION. (DETAIL ADAPTED FROM TOWN OF PARKER, COLORADO AND CITY OF AURORA, COLORADO, NOT AVAILABLE IN AUTOCAD) NOTE: MANY JURISDICTIONS HAVE BMP DETAILS THAT VARY FROM UDFCD STANDARD DETAILS. CONSULT WITH LOCAL JURISDICTIONS AS TO WHICH DETAIL SHOULD BE USED WHEN DIFFERENCES ARE NOTED. NOTE: THE DETAILS INCLUDED WITH THIS FACT SHEET SHOW COMMONLY USED, CONVENTIONAL METHODS OF ROCK SOCK INSTALLATION IN THE DENVER METROPOLITAN AREA. THERE ARE MANY OTHER SIMILAR PROPRIETARY PRODUCTS ON THE MARKET. UDFCD NEITHER NDORSES NOR DISCOURAGES USE OF PROPRIETARY PROTECTION PRODUCTS; HOWEVER, IN THE EVENT PROPRIETARY METHODS ARE USED, THE APPROPRIATE DETAIL FROM THE MANUFACTURER MUST BE INCLUDED IN THE SWMP AND THE BMP MUST BE INSTALLED AND MAINTAINED AS SHOWN IN THE MANUFACTURER'S DETAILS. November 2010 Urban Drainage and Flood Control District RS-3 Urban Storm Drainage Criteria Manual Volume 3 iI Area Inlet with Grate —7 a c o r C o �...iJ v�-^— o c o c Straw 8al¢s Sicked with 2 Stakes Per Bale A i 'o n a o o a p a I n a� 77 a a a II O a II a A 4-- PLAN VIEW $taka' Twine Runoff .f� r Compacted Soil ' , AF- EA Fkered W at ar \ 5EGiION A -A General Notes: 1. Wedge loose straw between the staked bales. AREA INLET FILTER 2. Inspect and repair filters after each STRAW BALES storm event. Remove sediment when one half of the 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 DATTEE: : 3. Sediment shall be removed immediately REVISIONS. from traveled way of roads. D-23 FIGURE 6.2 '4� WireScreen— (Approx. %'Mess) A —Grave; r'rli:er PLAN VIEW Concrete Block Grave! Fi l Eer Ove ;rlow Conu-AZ Block Wire Screen RLnofs ICi'OlCI— Gravel Filter oftowm � -�allD ❑In Nr I I!!PN_9Vis iU�r, Fkared Water) Z* SECTION A -A General Notes: 1. Inspect and repair filters a ter 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. FIGURE 6.3 AREA INLET FILTER GRAVEL CITY OF FORT COLLINS, COLORADO STORMWATER UTILITY APPROVED BY: DATE: n2VISIONS; D-24 I SECTION 03500 PROJECT MAPS AREA MAPS ' Vicinity Maps include the following areas: ' ALL AREAS MAP CHIP SEAL Applewood ' Fox Hill SLURRYSEAL Evergreen ' Landings Park — North Lot Landings Park — South Lot Parkwood East Spring Park — Parking Lot Wildwood Farm Woodland Park CAPE SEAL ' Brown Farm City Park — North Lot Fossil Lake ' Miramont [1 I No Text [1 [1 [J Fort Collins 2012 Street Maintenance Program (SMP) screen App.lewood Area MAINTENANCE PROJECTS 2012 Slurry 2012 Cape Seal 2012 Chip Seal 2012 Double Chip Seal 0 City Limits ASHPORD CT APyA 0 N 0 IJ 1 AY D A 5 Ren : July 5. 2012 City of Fort Collins Purchasing ADDENDUM No. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7417: Asphalt Surface Treatment Project OPENING DATE: 3:00 PM (Our Clock) August 8, 2012 Financial Services Purchasing Division 215 N. Mason St. 2"" Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 (cgo v. corn/purchasing To all prospective bidders under the specifications and contract documents described 'I above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 — Questions & Answers Exhibit 2 — Corrections to Revised Specifications from Addendum 1 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 2 — 7417 Asphalt Surface Treatment Project Page 1 of 6 n 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned City of 201 2 Street Maintenance Program (5MP) Fort Collins Hill A NZ H oX irea w-E Fort 5h t fo x NIA No Text F No Text City of 201 2 Street Maintenance Program (5MP) Fort Collins• �"�,f� Asphalt Maintenance Project - Sprrog Park Parking Lot No Text FC' aC.O��inS 201 2 Street Maintenance Program (5MP) /"� Woodland Park Area Cftyof olUns 2012 5treet Maintenance Program (5MP) E ,„„m brown farm Area No Text I FortColtins 201 2 Street Maintenance Program (SMP) w Fossil Lake Area 1 H 1 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 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 City of 201 2 Street Maintenance Program (SMP) Fort Collins w S,«�s Miramont Area I t 1 I I 1 1 SECTION 04000 EROSION CONTROL AND INLET PROTECTION INDEX OF EVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP) New Construction Activities for Municipalities 1 of 2 Street, Curb, and Gutter Replacement and Construction 1 of 3 Street, Curb, and Gutter Maintenance 1 of 3 Spill Prevention and Response 1 of 4 Utility and Storm Sewer System Maintenance 1 of 4 Utility and Storm Sewer System Replacement and Construction 1 of 3 Power Washing 1 of 2 Vehicle Fueling 1 to 3 Outdoor Fleet Maintenance 1 of 4 Heavy Equipment and Vehicle Maintenance 1 of 4 I New Construction Activities for For More Information Name Municipalities Address City, State Description Phone This fact sheet covers new construction activities disturbing less e-mail than one acre not subject to a CDPS Construction permit. New construction includes, but is not limited to buildings, structures, Possible Pollutants 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 • installed and maintained in accordance with approved design criteria and/or industry standards. • Material stockpiles will not be stored in stormwater flow lines. Temporary sediment control will be used during temporary, short-term placement while work is actively occurring. ' . Where feasible, grading activities should be scheduled during dry weather. • Best management practices will be periodically inspected and maintained as necessary. ' . Waste containment for concrete washout, masonry, paint, trash and other potential pollutants will be available when these activities are being conducted. ' . Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response. Employee Training Train applicable employees who perform new construction activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform new construction activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References City of Centennial SOP: New Construction SOP, August 2007. Mesa County, Municipal Operations and Maintenance Program, July 2005. I I Page 2 of 2 For More Information Name Address City, State Phone e-mail Possible Pollutants Fine-grained sediment Organics Oil Saw -cut slurry Trash Good Housekeeping Dumpster/Waste Management Employee/Contractor Training Proper cleanup and disposal procedures Dry cleaning methods Related Procedures Spill Prevention and Response Street Sweeping Street Sweeper Cleaning and Waste Street, Curb and Gutter Maintenance Street, Curb, and Gutter Replacement and Construction Description Procedures involving the replacement and construction of streets, curbs, and gutters have the potential to impact stormwater quality. Materials involved in these activities should be used efficiently and disposed of properly. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. 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. • Applicable sediment and erosion controls maybe 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 u1 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. • Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste. Asphalt Work Control the placement of road base or asphalt used in embankments or shoulder backing; do not allow these materials to fall into any storm drain or watercourses. Whenever possible, recycle asphalt. If recycling is not possible, dispose of as solid waste. Painting and Striping If possible, schedule painting and striping projects during dry weather. Use thermoplastic or epoxy markings in place of paint whenever feasible. Use care to prevent splashing or spilling of any liquid material. Follow the Spill Prevention and Response procedure should a spill occur. Employee Training Train applicable employees who perform street, curb, and gutter construction on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform street, curb, and gutter construction. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date. City of Centennial, Department of Public Works: Asphalt Program, No Date. PACE, Stormwater Best Management Practices: Street Maintenance, No Date. Optional Additional Resources Concrete truck washout BMP specifications. Gravel road maintenance procedures. I Street, Curb, and Cutter For More Information j Name ' Maintenance ' II Address City, State Description Phone Street, curb, and gutter activities include concrete and e-mail asphalt installation, maintenance, repair, and replacement; bridge maintenance; and painting and Possible Pollutants striping. Procedures involving the maintenance of Fine-grained sediment streets, curbs, and gutters have the potential to impact Organics stormwater quality. Materials involved in these Oil activities should be used efficiently and disposed of ' Saw -cut slurry properly. Trash When services are contracted, this written procedure ' Good Housekeeping should be provided to the contractor so they have the Dumpster/Waste Management proper operational procedures. In addition, the Employee/Contractor Training contract should specify that the contractor is ' Proper cleanup and disposal responsible for abiding by all applicable municipal, procedures state, and federal codes, laws, and regulations. Dry cleaning methods Procedures ' Related Procedures General Spill Prevention and Response • Protect storm drain inlets and drains with curb ' Street Sweeping socks, rock berms, inlet protection, or drain Street Sweeper Cleaning and covers/mats prior to any maintenance activity. Waste . When saw cutting ensure that no slurry enters ' the storm drain, let the slurry dry, sweep it up, and properly dispose of the sweepings. • Do not perform concrete or asphalt patch work ' during wet conditions whenever possible. • Leaking material containers should be properly discarded and replaced. ' • Store materials in containers under cover when not in use and away from any storm drain inlet. • Monitor equipment for leaks and use drip pans as necessary. • Sweep or vacuum the roadway once maintenance activities are complete. Bridge Maintenance • Do not transfer or load any materials directly over waterways. • Secure lids and caps on all containers when on bridges. Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips might be spilled into a waterway. Concrete Maintenance Minimize the drift of chemical cure on windy days by using the curing compound sparingly and applying it close to the concrete surface. • Ensure there is a concrete truck washout area available or require the contractor to wash out at the batch plant. • Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste. Asphalt Maintenance • Sweep to minimize sand and gravel from new asphalt from getting into storm drains, streets, and creeks. • Do not allow asphaltic concrete grindings, pieces, or chunks used in embankments or shoulder backing to enter any storm drain or watercourses. Apply temporary perimeter controls. Install silt fence until the structure is stabilized or permanent controls are in place. Whenever possible, recycle broken asphalt. If impossible, dispose of as solid waste. Drainage inlet structures shall be covered with inlet protection during application of seal coat, tack coat, slurry seal, and/or fog seal. Painting and Striping • If possible, schedule painting and striping projects during dry weather. • Use thermoplastic or epoxy markings in place of paint whenever feasible. The pre -heater for thermoplastic striping and the melting tanks used during pavement marking must be filled carefully to prevent splashing or spilling of materials. Leave 6 inches at the top of pre -heater and the melting tanks to allow room for material to move and splash when vehicles are deadheaded. Employee Training • Train applicable employees who perform street, curb, and gutter maintenance on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform street, curb, and gutter maintenance. Records The following records could be used to document activities performed: Page 2 of 3 • 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 t Concrete truck washout BMP specifications. Gravel road maintenance procedures. 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. 17.0 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. 18.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 19.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 20.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 21.0 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 Spill Prevention and For Morelnformation Name Response Address City, State Description Phone Due to the type of work and the materials involved, many e-mail activities that occur either at a municipal facility or as part of municipal operations have the potential for accidental Possible Pollutants spills. Some municipal facilities operate under Spill Chemicals Prevention Control and Countermeasures (SPCC) plans Toxics that include procedures for spill response. Proper spill Oil response planning and preparation enables employees and Paint contractors to effectively respond to problems and Fuel minimize the discharge of pollutants to the storm sewer Good Housekeeping system. Waste Management When services are contracted, this written procedure should be provided to the contractor so they have the Employee/Contractor Training proper operational procedures. In addition, the contract Proper cleanup and disposal should specify that the contractor is responsible for procedures abiding by all applicable municipal, state, and federal Related Procedures codes, laws, and regulations. Fertilizer, Pesticide, and Herbicide Application Procedures Heavy Equipment and Vehicle Spill Prevention Maintenance' • Keep work areas neat and well organized. Material Storage • Maintain a Material Safety Data Sheet (MSDS) for Materials Management each hazardous chemical. Follow the Outdoor Outdoor Vehicle Maintenance Material Storage procedures. Vehicle Fueling Provide tight fitting lids for all containers. Keep containers clearly labeled. Labels should provide name and type of substance, stock number, expiration date, health hazards, handling suggestions, and first aid information. • Store containers, drums, and bags away from direct traffic routes to prevent accidental spills. • Inspect storage containers regularly for signs of leaking or deterioration. • Replace or repair leaking storage containers. • Use care to avoid spills when transferring materials from one container to another. Page 1 of 4 I • Use powered equipment or get assistance when moving materials to and from a storage area. Use care to prevent puncturing containers with the equipment. '• Do not wash down or hose down any outdoor work areas or trash/waste container storage areas except where wash water is captured and discharged into the sanitary sewer (if approved). ' . Conduct periodic inspections to ensure that materials and equipment are being handled, disposed/recycled, and stored correctly. • Provide adequate spill kits or lockers with sufficient equipment and supplies necessary for each work area where the potential for spills or leaks exists. • hnspect 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.cdl2he.s tate.co.us/ op / wgcc/ Resources / Guidance/ spillguidance.12df and hU://www.cdl2he.state.co.us/1m1/spillsandreleases.htm Employee Training • Train applicable employees who perform spill prevention and response on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform spill prevention and response activities. Records The following records could be used to document activities performed: • Records of any major spills and the action taken. • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Good Housekeeping, No Date. City of Centennial, Department of Public Works: Materials Management, No Date. Cihj of Centennial, Department of Public Works: Spill Prevention and Control, No Date. City of Golden, Stormwater Qualihj Pollution Prevention Guide for Municipal Operations: Parks Deparhnent 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. 1 ' Page 4 of 4 1 For More Information Utility and N Storm Sewer Name �lJ a� Address System Maintenance City, State Phone Description This procedure addresses utility and storm sewer system e-mail maintenance. Utilities include power, sanitary sewer, Possible Pollutants water conveyance systems, and the storm sewer system. Sediment 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 sewer system is cleaned as part of routine Employee/Contractor Training maintenance and on an emergency basis. Without proper maintenance, sanitary sewer back-ups and Proper Cleanup and Disposal overflows may occur and can result in potential property Procedures damage and significant health concerns if not properly Related Procedures managed. Heavy Equipment and Vehicle Water conveyance systems are flushed and pressure Maintenance tested as part of routine maintenance. Potable water Parks and Open Space Maintenance systems must be properly maintained to ensure delivery of water that meets State and Federal health standards. Spill Prevention and Response Failures result in water main breaks that can cause Street, Curb, and Gutter property damage including erosion. Replacement and Construction The storm sewer system is cleaned as part of routine Utilities and Storm Sewer maintenance and on an emergency basis in the event of System Replacement and flooding. Maintenance will remove pollutants and Construction ensure the system functions properly to avoid flooding. Vehicle Fueling Flooding, ponding, and uncontrolled sheet flow can result in property damage and increased soil erosion. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Page 1 of 4 1 1 1 1 Procedures General • Conduct routine inspection and maintenance on utility and storm sewer systems. • Where feasible, schedule maintenance activities during dry weather. • Monitor the jet/vacuum truck closely for leaks and use a drip pan as needed. • Wash and fuel the jet/vacuum truck per the Heavy Equipment/ Vehicle Maintenance procedure. • Properly dispose of vac truck contents. • Stay alert for any signs of illicit discharges. This includes "dry weather" flows or pipes or hoses emptying directly into waterways or the storm sewer system. • Report any suspicious discharges or dumping to your supervisor. Electrical and Gas Utility Maintenance To prevent sediment, mud and particles generated by power utility maintenance from entering the stormwater system implement inlet protection, perimeter control, street sweeping, vehicle tracking control, stockpile management and material management BMPs. Restore landscaped or hardscaped areas promptly. Potable Water Line Flushing Remove any debris from the gutter that could wash away with the water. If possible, sweep the flow line before flushing the line. Direct the water so that it is not flowing over exposed soil areas in order to minimize erosion. Water Line Breaks Contain spoils by building berms or installing rock socks around the area of disturbance. • Dewater the excavation by using a vac truck. • Discharge high chlorine water to the sanitary sewer via the nearest manhole, to a water truck, through a declnlorinating diffuser, or other method of dechlorination. • Remove sediment from the street, curb, gutter and storm inlets as needed immediately following the repair. • Where needed, install a temporary patch or repave as soon as practicable following the repair. • If necessary, revegetate areas as soon as practicable following the repair. Sanitary Sewer Backup Clear line stoppage to prevent backup into house basements and manhole overflows. Page 2 of 4 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. 1 1 Page 3 of 4 1 Employee Training • Train applicable employees who perform utility and storm sewer system activities on ' this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who ' perform utility and storm sewer system activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. ' References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. ' City of Centennial SOP: Detention Pond Maintenance SOP, August 2007. City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007. City of Centennial SOP: Drainagezvay Maintenance SOP, August 2007. City of Golden Stornnvater Drainage Maintenance Plan, February 2008. ' City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008. City of Greeley, Department of Public Works: Ditch Program, No Date. City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009. ' City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. ' City of Lafayette Standard Operating Procedure: Sanitary sezoer Backup, March 2009. City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. 1 I Optional Additional Resources Municipal codes and ordinances that relate to utility or storm sewer system maintenance. Inspection and maintenance frequency plan for the storm sewer system. Specific instructions on how to operate applicable equipment. Instructions on how to track the amount of debris collected. Treated Water Discharge Plans for potable water maintenance. Page 4 of 4 Utility and Storm Sewer For More Information Name System Replacement and Address Construction City, State I Phone e-mail Description This procedure covers utility and storm sewer system Possible Pollutants replacement and construction. Utilities include power, Sediment storm sewer, sanitary sewer, water conveyance systems. Chemicals When services are contracted, this written procedure Organics should be provided to the contractor so they have the Trash proper operational procedures. In addition, the contract Good Housekeeping should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal Waste Management codes, laws, and regulations. Employee/Contractor Training Proper Cleanup and Disposal Procedures Procedures General Related Procedures • Obtain all applicable federal, state, and local Heavy Equipment and Vehicle permits for construction projects. Maintenance Parks and Open Space The Colorado Stormwater Construction Maintenance General permit applies to construction sites Spill Prevention and Response disturbing one acre or more, or less than one acre but part of a larger common plan of Street, Curb, and Gutter development. Replacement and Construction A larger common plan of development is Utilities and Storm Sewer defined as a contiguous area where multiple System Replacement and separate and distinct construction activities Construction may be taking place at different times on Vehicle Fueling different schedules under one plan. • A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. Page 1 of 3 I 1 IJ I! 1 Applicable sediment and erosion controls may be installed, such as inlet protection, silt fence, sediment traps, sediment control logs, check dams and vehicle tracking control. Sediment and erosion controls will be installed and maintained in accordance with approved design criteria and / or industry standards. • When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry, sweep it up, and properly dispose of the sweepings or vacuum while saw cutting. • Where feasible, grading activities will be scheduled during dry weather. • Do not perform concrete or asphalt paving work during wet conditions whenever possible. • Monitor construction equipment for leaks and use drip pans as necessary. • Leaking material containers should be properly discarded and replaced. • Store materials in containers under cover when not in use and away from any storm drain inlet. Wash out mixers, delivery trucks, or other equipment in the designated concrete washout area only. Locate concrete washout, portable toilets, and material storage away from storm drain inlets. Material stockpiles will not be stored in stormwater flow lines. Temporary sediment control will be used during temporary, short-term placement while work is actively occurring. Sweep or vacuum the roadway as needed, during construction and once construction is complete. Best management practices will be periodically inspected and maintained as necessary. Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response procedures. Emergency Repair and Replacement ' Emergency Discharges are defined as situations in which it is not possible to implement all of the available BMPs due to the uncontrolled nature of the discharge. The primary focus during these events is to identify and mitigate the cause as soon as possible. Clean up of resulting ' sediment or other pollutants will be performed as soon as practicable following the emergency. Refer to the Spill Prevention and Response procedure for reporting requirements. Page 2 of 3 that the cement was not made in cement kilns that burn hazardous waste as ' a fuel. 22.0 COLLUSIVE OR SHAM BIDS. t Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 23.0 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. tEND OF SECTION Employee Training Train applicable employees who perform utility replacement and construction activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform utility replacement and construction activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Detention Pond Maintenance SOP, August 2007. City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007. City of Centennial SOP: Drainagezoay Maintenance SOP, August 2007. City of Golden Stormwater Drainage Maintenance Plan, February 2008. City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008. City of Greeley, Department of Public Works: Ditch Program, No Date. City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009. City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. Page 3 of 3 [1 City of Fort Collins Regulatory and Government Affairs Division cltyof Fort Collins Verification Originator Revised Approved .Issued Initials - Date LR Oct.09 ss 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater 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 I City of FortCollins � J� Verification Originator Revised Approved Issued Initials Date LR Oct.09 ss 10,19,09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater 1.0 Purpose 1.1 The purpose of this ESOP is to describe the appropriate methods of handling power washing wastewater. 2.0 Scope 2.1 The scope of this ESOP is limited to the description of the allowable methods of the disposal of power washing wastewater and the protection of the storm drainage system; the scope does not include specifics on how to power wash. 3.0 Process 3.1 Power washing wastewater must be prevented from running uncontrolled in the City's storm water system. The system includes streets, inlets, gutters, ponds, creeks, ditches, and the Poudre River. During the power washing activity, ensure the wastewater is controlled by the utilization of the natural slope of the land, or barriers such as inlet covers. Use of barriers on an impermeable surface also requires that the wastewater be vacuumed, collected, and disposed of properly. 3.2 General pollution prevention procedures: A. Use dry methods for surface pre -cleaning, such as using absorbent on small oil spots and sweeping up trash, debris, dirt, and used absorbent before power washing. B. Minimize the amount of water used during power washing activities. C. Avoid using cleaning products that contain hazardous substances (e.g., hydrofluoric acid, muriatic acid, sodium hydroxide, bleach) that can turn wastewater into hazardous waste. 3.3 Prior to power washing, decide on one of the following methods of disposal.- D. Landscape --power washing wastewater may be discharged to landscaped areas if the materials used and the material removed are not harmful to vegetation, there is no ponding, and there is no uncontrolled runoff to the stormwater system. E. Wastewater treatment system-- As long as the collected wastewater does not have an oil sheen, has a pH between 5 and 11, and does not contain any hazardous or toxic substances, the wastewater may be disposed of into the City's wastewater treatment system. x If you add anything to the wash water (ie—a cleaning agent) or if you have questions about the content of your power washing wastewater, Revision date: 10/19/2009 Page 2 of 3 , I 1I 11 1 17 City of Fort Collins Regulatory and Government Affairs Division verification Ongmatorr Revised Approved Issued 'l LR sstials_," Date ` Oct.09 10/19/09 r a Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater please contact the industrial pretreatment office at 221-6938. Disposal into the City's wastewater treatment system may be done either by discharging directly to an inside drain, or by pump truck at the Drake wastewater treatment facility. Disposing by pump truck requires a waste hauler's permit, and a 5 cent/gallon fee will be charged. For fee information, or to obtain a permit, contact the industrial pretreatment office at 221-6938. F. Truck the waste to a different waste disposal facility. 3.4 Once wastewater has been collected, visible solids remaining in the collection area must be swept up to prevent future discharges to the storm drain. 3.5 A sewer manhole cover may not be removed for disposal to the wastewater system. 3.6 If you are working in an area that is serviced by a neighboring wastewater district, such as South Fort Collins Sanitation or Boxelder, it is necessary to contact that district's industrial pretreatment coordinator before discharging to their system. 4 0 Training _Requir'ementsk" 4.1 The training requirement associated with this procedure is knowledge of the proper management of power washing wastewater. 5.0 References / Related biodumdnts, 5.1 http://www.cdphe.state.co.us/wq/PermitsUnit/PolicVandGuidance/powerwash.pdf 5.2 I:\RGA division\Illicit Discharqe Program\Complaint Calls\Dressure washina\Cit power washing quidance.pdf 6.0 Records n 6.1 The following records could be used to document activities performed: • Records of employee training with sign -in sheet. • List of power washing activities and departments responsible for conducting power washing. Revision date: 10/19/2009 Page 3 of 3 For -- More . Information Vehicle Fueling Name Description Address Spills of gasoline and diesel fuel on the ground or on vehicles City, i y, 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 j 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. LI 77 1 1 Page 1 of 3 ' I Vehicle Fueling • Follow all posted warnings. ' • Ensure that the nozzle is properly inserted in the filler neck of the vehicle before dispensing any fuel. • Remain by the fill nozzle while fueling to ensure the nozzle stays in place. ' • Do not top off the tank of the vehicle once the nozzle has shut off the fuel. • Follow the procedures outlined in the Spill Prevention and Response Procedure to respond to any leaks or spills. • Clean fuel dispensing areas with absorbent material. • Never use water to clean up a spill. Mobile Fuel Truck • Provide inlet protection (e.g., berms, weighted inlet covers) for nearby storm drain inlets when transferring fuel and fueling a vehicle. • Use secondary containment when transferring fuel from the tank truck to the fuel tank. ' All gas cans must be placed in the secondary containment box/pan and remain on the ground when fueling. ' • Use a funnel to transfer fuel to vehicles and equipment. After the transfer is complete, the funnel should be dried with a rag or placed in a container to avoid dripping fuel on the ground. Employee Training • Train applicable employees who fuel vehicles on this written procedure. Information regarding how to avoid and report spills will be presented during the training. ' • Periodically conduct refresher training on the SOP for applicable employees who fuel vehicles. Records The following records could be used to document activities performed: ' Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version ' 1.0, September 2008. City of Centennial SOP: Vehicle 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 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 Information Name Address City, State Phone ' e-mail Possible Pollutants ' Metals Toxins Solvents (degreasers, paint thinners, etc.) Antifreeze ' Brake fluid and brake pad dust Battery acid Motor oil ' Fuel (gasoline, diesel, kerosene) - Lubricating grease Good Housekeeping Drip pans Tarps Covered outdoor storage areas Secondary containment Proper disposal of used fluids Spill cleanup materials Dry cleanup methods Employee training ' Related Procedures Material Storage ' Outdoor Fleet Maintenance Spill Prevention and Response Street Sweeper Cleaning and ' Waste Vehicle Fueling ' Vehicle Washing 1 Heavy Equipment and Vehicle Maintenance Description Regular maintenance of municipal vehicles and equipment, or municipality -contracted vehicles and equipment prolongs the life of the municipality's assets and prevents the leaking of hazardous fluids commonly associated with normal wear and tear of vehicles and equipment. Potential pollutants generated at vehicle maintenance facilities include oil, antifreeze, brake fluid and cleaner, solvents, batteries and fuels. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures Maintenance activities should be performed inside a maintenance building urdess the equipment is too large to fit inside or temporary repairs need to be made before the equipment can be moved to the maintenance building. Consult the Outdoor Fleet Maintenance procedure when it is necessary to perform repairs outside of the facility (breakdowns, service calls, etc.). Vehicle Storage Monitor vehicles and equipment closely for leaks and use drip pans as needed until repairs can be performed. When drip pans are used, check frequently to avoid overtopping and properly dispose of fluids. Drain fluids from leaking or wrecked vehicles and from motor parts as soon as possible. Dispose of fluids properly. 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. Pans Cleaning ' . Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts outdoors. If parts cleaning equipment is not available, use drip pans or other containment to capture parts cleaning fluids. ' . Use steam cleaning or pressure washing of parts whenever possible instead of solvent cleaning. ' . When steam cleaning or pressure washing, only discharge wastewater to an oil/water separator connected to the sanitary sewer. • When using solvents to clean parts, rinse and drain parts over the designated solvent ' tank so that fluids will not drip or spill onto the floor. Use drip boards or pans to catch excess solutions and divert them back to the tank. Allow parts to dry over the hot tank. ' . Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning waste to the sanitary sewer or storm sewer. Vehicle and Equipment Washing ' Vehicles should be washed in the municipality's vehicle and equipment wash area/bay or taken to a commercial car wash. ' Employee Training Train applicable employees who perform heavy equipment and vehicle maintenance on this written procedure. Information regarding how to avoid and report spills will be presented ' during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform heavy equipment and vehicle maintenance. ' Records The following records could be used to document activities performed: ' • Record of any major spills and the action taken. • Records of employee training with sign -in sheet. ' • Heavy equipment and vehicle maintenance logs 1 SECTION 00300 BID FORM References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007. City of Centennial SOP: Vehicle Maintenance SOP, August 2007. City of Centennial SOP: Vehicle Washing SOP, August 2007. City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March 2009. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009. Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009. USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009. USEPA Menu of BMP: Municipal Vehicle and Equipment Washing, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009. Optional Additional Resources Municipal codes and ordinances that relate to vehicle and equipment maintenance. Chemical purchasing policies. Loading and unloading bulk materials. Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance. Specific directions on how to use the municipality's vehicle wash area. Spill Prevention Control and Countermeasures Plan. Page 4 of 4 I I SE6TtON Od3D-0 BID FORM PROJECT-..,7417 Asph.alt Trea4rient Proje6t clly bf Fort Collins Pwcifasing Deol Place. Date: 602012 !h Cqn)plianc6 with your Invitation to Bid dated AL19UStS 2012 e - and subj6dt to all corditiiinslfie,re6f, the undersigned a (Corporation ibiniie-d- I qbilityCorrip6ny, I Partn&ship, Joint Venturd, or Sole Proprietor) authorized to do business in the State of . Colorado hereby proposes to-furnis h,and.do,everyking required -by*fh"e- Contract Documents to which this refers ior'the construction of 611 items listed on - the following.pid .schedule or Bid Schedules. m 2. The undersigned Bidder dries hereby declafeand stipulate that this pr6posalis,made-in I , good faith, Without collusion or Connection with any other person or persons Bi . dding for the same Work, and that it is made in pursuance of and subject to 611 the tetensarid conditions of the Invitation to Bid and Instructions ,t o Bidders, the Adre"Onfiefit, the detailed SpecifiC06risi and'(M Drawings pertaining to the Work tb'be done, all of which have been examined by the undersigned: Accompa�nying this Bid7ls a certified or cashier's.check or standard- Bid- bond in th.esum I.- q.- I . - 6f 5-%off-Dial PdTiount Bid* ... ..................... ............ ...... )'in accordance, with the Invitation To Bid'and Instructions to Bidders. 4. The undersigned Bidder agrees to,execute the Agreement and a Performance Bond and a Payment Bond forth& amount of the total of.this,Bid within fifteen (16) calendardays fe6ni the date When the Written notice of the, award of the contract is delivered to him at the address given oh-tfiis Old. The -name and address of tfi6 corporate surety With which 'the Bidder proposes to furnish the specified performance and payment Bonds is as follows: 'Nestern Su relyc o. of 8 oulh 0 a ko ta, 4 0375 Park tyl ead ows 0 r., Littleto CO 80524 5,- Ali the various phas6s of Work enumeraite�d in the'Cont,ract Documents with their dividdal i n jobs and !,dverhea'd-'Whether specifically mentionedi Included by implication;or 1 , . pppui16n`ant'the'(etb are I 0 be pe�, formed b the,CONT14A&bizz under one 64 the items - . I - 1-1 - I I - ' I y . li§.t6d in the. Bid'ScheduI6, i,r(bsIJb6tive of whether1t is named, ih..said list: 7 6. 'Payment for Work performed will be in accordance with the Bid Schedule Bid 8�chedqfes §ubj6dt46 ch6hget as provided in the Contract Documents.. 7� the undersigned Bidder herehy;6qknowledqes receipt c(Add6nda No. f through 2 EXHIBIT 1 — REVISED BID TAB ITEM NO nnsellwilox UNIT UNIT PRICE TOTALCOST 105.01 SW EACH 7 6'.800.OD 13,600 405.02 SWEEIMG. AUSAMIKO LOT SURFACE'S FA61 2 1,740.00 ia&Oi STOMMATER PROW710"' - %t'ArTLu I.NFALFWT 150 22.00 $ 3,300.00 .108,02 sTow,i�iX-rLRPRM'CCFION-SI'R:AW BALES I. ACII .1 '135.00 $ 405.00 409,01 CHIP SEU (AjFtTEIuAL) 5QVAILLYARD 1.1,000 2.80 S 50,40D.00 4179.02 C1 [JfSE&L (CqI.Uk:IDM sQ 0 A It E-YA RD 11,560 238 S 31,970.00 409,03 CHIPSE-AL(RFSIDINI-IAL) SQUARr YARD t?,WQ 2.84 47,144.00 40.04 OMLIL11 Cievs1'411 (1iES16rNTIA, 1.) NQUAREYARD 4:78 $ 141.01Q00 -I09.05 I'VE 115 Ij71RYSF-A1-(1.-OUj;.(AUR) ';QII.4Id7V A RD . 13.001) 2:25 S 33,750.60 7 4K06 TWE 11 SURRYSEALOtFSIDDITW-) SQUA REYARD 7-,-Xo 2,12.0 $ 1157,300.00 40.07 TYPEO SLLRRY&F,%LfI-ARKj\,bLor,9) SQUAREYAPb 4ACo 3.49 S 49,0B CAPMAUCOUXCTOR) WLIA RE YA RD 16.w 4.69 409j" GNPESEALtM- IDENTIAL) SQUAREYAW 66.W) 4,46 S 294,360.00 -10.10 0%PUEALWARKINOLOTS) 5QUAREYARD LAD 6.98 $ 14,051.29 640.0 I VARLAIM WNSAGE BOARD EAMAY: to 162.00 $ 1,92000 630.02 ADDITI . ONALIFIAOGMPEPSOtL HOUR 4 23.25 $ 93.00 877.595. 20 Eight Hundred Seventy Seven Thousand Five Hundred Ninety Five DoUri and Twenty , cents sigmd O/J///J Address 2001 W7 64t.h Land, Denver, CO 80221 Daniell ryz la Company A,1 ChIpseal Co. phonn'Ffix P; 3013-41134-9267 F; 303-4134-k6l1 C11 I 6c'.i 0 11 6�: Ildivilml Daing Bushiess in XX Cilponilinn Partnershi p Addendum 1417 Asphalt Surface Treatment. Project Paget of4 I I I I 11 1 1 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: A-1 Chipseal Co. CONT TOR BY: Daniel J. Gtyzrnzl8 818/2012 Printed Date Ulce Presldent ' License NUM' ber'(If Applicable) (Seal - if Bid is by corporation) ' AttesZ/2 1:)Ia jar Steptianie Wallis, Corporate Seaelaq Address 2001 W 641h Lane, Denver, C0 80221 Telephone . 3o3-464-9267 Email _swallis@aAchipseal,com - SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors I ' SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned A_-1 ChipsealCompany as Principal, and Western Surety Company as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ 5% * _for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. *Five Percent of Amount Bid --- 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, Bid No. 7417, Asphalt Surface Treatment Project NOW THEREFORC, (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 BONA shall be in no way impaired or affected by any extension of the time within which the OWNER -nay accept such Hid; 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 OWNLR. 1 7/96 Section 00410 Page 2 11 EXHIBIT 1 — QUESTIONS & ANSWERS Q: Is the installation scheduled for 2012 or 2013? A. The work is scheduled to be completed in 2012. The contract document requirements of May to August may be negotiated by the Engineer to extend into early September for the 2012 contract. Q. Please clarify the aggregate specification for the slurry seal, specifically the "gray in color" constraint. A. We have revised Section 02000, Revision of Section 409, page 15 of 35, AGGREGATES GENERAL. Please refer to this section in Exhibit 2. Addendum 2 — 7417 Asphalt Surface Treatment Project Page 2 of 6 IN WIT148SS 0HEnOF, the Principal end the Sarety have hereunto set: their 'hands and Beals this Bth . day of Auaustr 2012 , and such of them as are corporations have caused the'" coxporate sea1S to be hereto affixed and these presents to .be signed by their proper officers, the day and year first set forth above. RRXNcx ASS Name: A-1 Chinseal Company Address: 2001 West644LaUg___ _ Denver, 80221 ny r Titl e t Dan 1 J. Gryzmala .- Vice President AT PEST: ' : Stephanie , a I s, - - Corporate Secretary (SEAL) 7%96 tyttt� MOODY INSURANCD AGENCY, INC sons east'N11s Avenue, suicc mon DENVER, COLORADO 0237 sumo Western Surety CompahY- i-Q75 park Meadows Dr. Littleton, CO 80124 By xi . ISara G. Hoechst Attorney -in -Fact ` ,C AV section 00410 Page 3 �x;� ■ Paour: (303) 8e4-4660 I 1 1 i 1 1 1 1-1 I1 1 1 1 1 i 1 1 1 1 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and Slate of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Sara G. Hoechst , Individually of Denver, CO its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - Surety Bond Number: Bid Bond Principal: A-1 Chipseal Company Obligee: City of Fort Collins and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 21st day of June, 2012. yiPET�}'>3 WESTERN SURETY COMPANY TN an aul T. Bru(lat, Vice President State of South Dakota 1 ss )l County of Minnehaha On this 21st day of June, 2012, before me personally came Paul T. Brufat, tome known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires fY444b445.,Yti.�5., 4......•...hhh., } D. KRELL +` November 30, 2012 r SEAL NOTARY PUBLIC SEAL r r SOUTH DAKOTA r D. Krell, No ary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporution printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 8fh -day of August 2012 1 Form F4280-09-06 Q��aET�to WESTERN SURETY COMPANY L / PpOHq ;3 �Wt4O ,�iii e�s`SEAyP€ V1 �Ll� L. Nelson, Assistant Secretary Authorizing By -Late ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and 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 Company. 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. [] 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: A-1 Chipseai co. 2. Permanent main office address: zoos w 641h Lane, Denver, co 80221 3. When organized: 11/1992 4. If a corporation, where incorporated: Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? 19 Years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) See Attached 7. General character of Work performed by your company: Pavement Preservation 8. Have you ever failed to complete any Work awarded to you? No If so, where and why? 9. Have you ever defaulted on a contract? No If so, where and why? 10. Are you debarred by any government agency? No If yes list agency name. 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. See Attached 12. List your major equipment available for this contract. See Attached 13. Experience in construction Work similar in importance to this project: See Attached 14. Background and experience of the principal members of your organization, including officers: See Attached 15. Credit available: $ 4MM 16. Bank Reference: Colorado Business Bank, Elaine Shannon, 2025 Pearl St., Boulder, CO 17. Will you, upon request, fill out a detailed financial statement and furnish any other Yes, we are prequalified with CDOT and the City of information that may be required by the OWNER? county of Denver up to 5MM Projects 18. Are you licensed as a General Contractor? Yes 19. If yes, in what city, county and state? See Attached What class, license and numbers? Do you anticipate subcontracting Work under this Contract? Yes If yes, what percent of total contract? Less than 1% And to whom? Green Earth - Inlet Protection 20. Are any lawsuits pending against you or your firm at this time? No IF yes, DETAIL 21. What are the limits of your public liability? DETAIL See Attached What company? Travelers 22. What are your company's bonding limitations? 5MM/10MM 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 3:00 PM this etn day of August 2012 Compa A,t cnt seai co By: Printed: parnlel J, Grgmala Title: Vice President State of Colorado County of Adams .Daniel J. Gryzmala being duly sworn deposes and says that he is Vice President Of A-1_ Cldpseal Co. (Name) (Organization) and that the answers to the foregoing questions and all statements. therein contained are true and correct. Subscribed and sworn to before me this 241h day of Aesust 2012 . ' ``,pllnubrr�� �q �....11S;Nl� :'r, Notary Ablic Stephanie Wallis M d r 'f r i7'i �f�?i''�••• My commission expires: 3r28r13 /` tf7l rl i�i A3CNp... 1W CurrentWwF W ManJ rls ol8/B/x01E 1919 Innpmonl Ynw111n vn1 AllYy moll' 110.960 H6 $ 113,930.P0 tItli _ A. P.O �P or 1ID e. ¢leµ CU PU43E Olni icon¢ - i553 Colo ndo Dnna rimenl of Lan ipa Cglorado OIuutu Lu nspotl. $. 99,R3100 $ 933,333,D1 100% lul-33 Room 150 lti,u- C09022 Denvep CO flOR3 11[N 1436 Idu M n[Id pa na'b&IlomeSuy ply Mwll1[M1'ilwn[M1 &Home Sn P PIV $ 199,P ]0.50$ P5,319.00' ]00%. Iu 61E Vn] v3.Plalle Ave: lvrl "Ira CO BO]Ol Ken L[Law - G]Uf593 346] Arvada, Gry of Ii]5 IT $ IS/tl Y'JJ. 14 $ I,Rtl,tl til Hn 19% [up-1R IIt, CII-rvndn MeadCO Tat Anne Tully (130(0909I90. 3600 .—Infield, C."Yl Ato.fal-rnOeld y]t5,91595 $ 3g15,915.UD 11% .1 11 One DesComl—Nlve - - " pmamliald,COPOIRD "Ees WelU[rynr (303) 964 5675 _ 3698 enslen nlel, Uly of Gly of Cenlennl'I $ SE1,SIx p6 $ 5,11 00 35% Aeg lE 13133I Maya LYe PII. Cenlennlal, cO P0111 m.b Pen 130J(]59-]9i9 3136 Luitun c it, If '."I, ennnem mn i ^ 114,(1 $ 114,000.00 ]f%. Do411 Ulu,. 51anarst. mn4llloln; CmU.U1 IAIIMOYo71 (9]1I 66 Ltl31] 3]93 euv omonvcr Irty&C-1V nl Den ver $ 1.111, 110 is $ ],39 ss 6L06 "1 D[t 13 ]m W.cul Ave. Aealitit.1.1 P�ava6le/DaeeD[Nw: (303(9963966 3Tli Weld founty Magmm Weld C - $ I,W3,x50.00 $ I,U93,x5o 00 10p3( MI II Itrit tl0631 , It losb llolbraok Ili " 19]01304fA9fi 3/I1 [Iry olWel min sler tiler $ ]93,]p3.56 $ 793, 109.W 100% lul@ u171 oltI ll 65]SWest OBM Aue. Weslminster C0000)ltlnon[e All NFT 3U days I. l 1.11 wn iual fr1e N11 o— rB-353x Tuwn of El le �t ( 336,060 ]0">$ 336,069.Og 50% AYq-3Z' P.O. - 1q COtlU516 I,,,C.il ank i9 _ i ii Itltl3 - (3WI, _ ftli� Oma ryol GloV Cultist., I ul6 meluV ♦ 399,1]9.]5 $ 699„91 tl.UU IX Au ]x IDIM1 Sneel DOOIey, It- CO B04]1 Pal11114 Hlll 9— - nofParker If N,95o 1—of Pas ker $ 1.3P, 099 P]". $ 63tlpiO.OD 9% Au8-lx xOROFM n - t; lu Prkeq CO tl0130 Mmlinex 130 J0]5 AJa mi ComslV S[P wI D151d[I5 Ashms CauY ly6[M1wl District $ 138,UB9 15 $ ll3,3 g9.UD 16 U93 lYldt 7002Rale@M1 Sum[ It.[..I,- (,fO8W30 36i(9E03535 mt AI LMpfeel Ca. Current Work On Hand b u1818n012 3A]A Mee Jaw GeeN PIM CO 3�'."' 993,03239 $. su"U.0 'lam -luIA2 43835. Nw50ee1 PrNwy Ue"ry - daaU33/ e ft otlV Un , on 3 flAF vEhenado`p, 61, of C.W N Wnol Hare $ 4Igl@.00 $ 41a,1%.a0 A6g. 1og-11 RW W. lYN Pve. Wnae1 AW2 CO 8a033 Door, Ouhbel (]031411154E Ella Cly al TM1om ton tllyoffmm..lml $ al...... $ B18.8)"al 21% Pog-I, Il450 W.skaraor.5t " Tmmolonr CO Ba341 mme/wlanauen (3a31Ina 1171 40N Colomtlo Ueyatlment 01—spo CBlontlo.,, of Tla uSymr $ 1,114,.1.11 $ I51rI,68 L00 IaIA IobV 41U1 I rrk n— Boom 1,, lkvep CO aUR1 11L )20)Y45553 _ pral. d., o"91rJ chip —I. —day Pw.f fall Lolllns $ 991.117.SY $ ......an. 3! Pug-13 ". I., H, College Pv, Tatl.111, CU 80S31 "now Hal-Pman[e (91r)416]LY1 *m 4u13 pN of Shed&n `vnotlan [W" -:,' $ L4`IUJ.]3 14;ao].OU e91 Pet 11 41011 Fmrul Hiad rne,,Jan, Ca 80110 Randy Mourning (30 )4370073 ,all YI, of W,enalnne, 1., of wa,I.in,.r ¢' S'.' 4661.E65 Yza c6 P. r0 Ix 0et-11 s57s West 201E Wcslminrte,, COAnol. aam- Hnalme PLP HBrsOmy, (,.I)". 35R 4069 I., IMean Towlmf Meatl $ ]S4,SA0.65 $ 1fA,Sx 00 91Y 1061E Meau�ll4 c0 arsnz morn IY1BIIII 17 4o9q am➢¢a pouglax CaumySU Ralm ,1no Dglas omty ou '193 9065E $ L] 10Y. Aug"11 ,do 3,J51mrt arla " BOlU4 LO801 Card. - Sandb Finan[e Irna..0 11a31 )pan n146 tlran non 5antl &6mvel ave 0lanaaantl Gl Lom y91N . a $ ]]Y.934R i 1J9i9 14,00 UUBBrol. .nway ov, . 1. nallleaorme 4149 moon ClN of Cilyol langman\ $ 413,8]0.00 $ 411,114.00 4Y. SeP l] - Il.I...... " CO P03rP .. ..1a,man Ia Wit M,N- I.. IO... J9)al6s'I-tl il) n 419 Sou@ern Wlne all SWnlr 1m1vn Winrft Spinlr $ 166,39406 $ 11119 ].00 n2 Sep 13 0enveq C0 kn11rI a4 n 1.11, (1r31391-1111 41.1 Town ll9,Illo4?$ "a 'a 08 Sep -I, , C080345 " John Hofaren _ (9]0�6861118 4111 Hlghwaatls _ llghlard, lknall Uron—Ily _ , a"., d`J $ 1n;lUL rr IOY. t OlSaroaJway n cn,NAO@6 Irani l orrd,9a 1111Ier nrlwl1a91p I P 1 [ W-oskCIrI0Co. CurrtnOn Hantl Pa ofe/B/E03E �9101 ' oenxrum ' CeuntY/Ad,p,�'� a I dP t]9.50 $ 9 ]Pgfa OX AY -0bms Wp05. ntl Co�mry Nlk-1 UOpxlonC0111, P21R {ri Esbatla /]0) Li-6052 9]0) Al-ms CnrmrY Atl Ly S 901,0E7.54. S 901'WU 00 0% Tu[-12 99305 /rtla ni Cpurly 1'aMwaV Or 6hlo ,[00060]93II m' . hr.rxoonx -rea: rack p11.' Yme 5 11117352 < 1111]900 0% sep.lR 11w E'Fd naer/ Eribiowooa; Coaouo way. I1aeN 1 ao - - 1 1 1 1 EXHIBIT 1 CORRECTIONS TO REVISED SPECIFICATIONS FROM ADDENDUM 1 The Exhibit 2 - Revised Specifications in Addendum 1 had several errors. Please disregard the Addendum 1 specifications and use the following instead. Please note that the Addendum 1 Bid Tab is correct and should be used. Section 02000, Revision of Section 108, page 6 of 35, LIMITATION OF OPERATIONS, Delete the table: JAN FEB MAR APR MAY I JUN I JUL I AUG I SEP OCT NOV DEC JPO Replace the table with the following: JAN FEB MAR APR MAY I JUN I JUL I AUG I SEP I OCT NOV DEC Section 02000, Revision of Section 409, page 15 of 35, AGGREGATES GENERAL, Delete the sentence: "Aggregate shall be manufactured crushed fine grained, igneous rock (grain size less than 0.5 mm) having a positive attraction to the binder(s), shall be of the same material source, and must comply with the following: Replace the paragraph with the following:: "Aggregate shall be manufactured crushed fine grained, igneous rock (grain size less than 0.5 mm) having a positive attraction to the binder(s), shall be grey in color and of the same material source, and must comply with the following: Section 02000, Revision of Section 409, page 16 of 35, AGGREGATE — SLURRY SEAL, Delete the paragraph: "The aggregate shall be clean and free from organic matter and other deleterious substances. When tested in accordance with AASHTO T176 or ASTM A2419 (Sand Equivalent Value of Soils and Fine Aggregates), the aggregate shall have a sand equivalent of not less than 65. When tested in accordance with AASHTO T104, or ASTM C88 (Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulphate), the aggregate shall show a loss of not more than 15% using NA2SO4, or 25% using MgSO4." Replace the paragraph with the following: "The aggregate shall be clean and free from organic matter and other deleterious substances. When tested in accordance with AASHTO T176 or ASTM A2419 (Sand Equivalent Value of Soils and Fine Aggregates), the aggregate shall have a sand equivalent of not less than 65 or as approved by the Engineer. When tested in accordance with AASHTO T104, or ASTM C88 (Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulphate), the aggregate shall show a loss of not more than 15% using NA2SO4, or 25% using MgSO4." Addendum 2 — 7417 Asphalt Surface Treatment Project Page 3 of 6 Mt Chip"] ca. Project ReterepfeE SA IDD]puveSWem TreINmeIN CbdAwon 1,CWp0.02 MIMI A3Mm7 No 15151 E NameEe Ave A ,CO0M12 692m 54 2m)CIIydNwT{fenn LIbNVWymn Jeletla WwCan Ho1CNpael m% f 492.1mm 8 4B2.Im.M 7/1(!CO7 1Mrzlp) Na 117O1Lmeco SOMbDr. NOMjem, CO83233 m p0 9 59 2007Cob. Epiuge CFgveN Cy ofq.0pNge Eb6tlli Jemea CM1geM SS% S 690,310.10 S 6S9p1et5 SHI2Itl) )/IQm] Na �9(: SCaN p13 CO WB15 6114 4 W13 N ABt O¢nv CM19eod Ii 1eH VenLleeve CNpsN 8096 S 1,309.%2]1 E 1.3B3.6e3.]t 1.HRm] tO3Mmi Na mlwcasbINpmrver 20WCctlazAre DNI co Pmoz o w9 a4 zfO]IXupm caves cngaal KW Wan CHKid Pox s sw.db.U] $ Sw3O.p] Y1nW] &302m1 No imuN S.! 1m 3n 6tlee: m1M m)Em = 7490 SA Ao]Jeaxron Laidv JVll nry RicF Pot k SNry5u1 99% f f%pN3f S �.a2a18 a't11,13I 163d2W) N. 21wI Goltlatn GaMCarpn PC GdSen,1 e%p3 496 EA 2WT LoreHN CMeW CIb INLev JN Kei LM1bni 79% f a]B,t%.% E QP,1%96 051507 1o/1]%W Ne SmECS tpvWnd.nd0O0453] 0E S95 Y. 2m)PUYer xa CNpeW 7HndPeer Rm Matlnex lN1CNpw1 ]o% E 5a2,SY102 f 562.333.02 YtYRm] Y151m) W 20120E W'.el co31W .. mi316i SA 2lq]lMdcn CNpsed bn Bnf llmy Gllpsed WA',i 841,IRw 4 a51,1]i.w Y1Rm) flM2m] W 124W tNSo w,COWnSt &131. LRyN WesOMYv Orve CaM etl CHg 95% f 1t]0.00.401 S 1.1]8,015.p1 YV2W] VIQm]M3)6C o1i6WOO CGOTSH e]85H3A Cdaetla Dept dTra�aNenU. $uq Menb Gpevl SBX E 031,&ifAo S )Np32.95 5x121pe ]/formaCW71 FMM�II�C�-ew 052-082CK Cedmeid 'Eenl Lryd� Yl RrYLOWmm 31ury Seel PS% 8 714,Ift.m S 710,04w aMI2:g0 +Nt/NNB xa 12503 E EErtldD,. cN+emre, cacktoeom ID 9] W 5. 2P]m CRy dAvon SSClResuTa3q nra W®eBnxn Ckpsdi fo% S 1.645,485o S ty2B.9&.t2 Hi/2DX 1d1R[Dm N. 1515, 15151 eAve CO.11 Pwd'e, O 001t2 60A0 fiA AJ9 Ly dOgMm C4aee1 Mm alveuigtt Lepeesela CrecFvl 8W6 f 1.010,95s1S0 f 1.0)SAo536 d12m0 Ia'111OE No ns'. 228. Ave &hM1lcn, CO PCmf SEOo Yl zme CobeGo Spr6ge LHpeY CMaoWaIRIS 4 e E1 .J. ChOe BE% s 550,9v1.w E w2A1800 M1 Yt2me No BSP GeIEer Lnn CS CD 3Gm15 t 3P 13 1M. SA 2mE Cxnv CHpexM aCreHmeel Cb Mtl CauMydpemer tINeHVenCheve CM1peeda Cmdtrel 9PY S 3.3183TJS 5 2.%)A2B83 Lt/2LO0 5312W9 No 2o.AH LO 2112 Com 3m � (.I A-1 Chipseal Co. Project References 5A 2008 Greenwood Village Chipseal City of Greenwood Village John Wanningman Chipseal 85% $ 1,398,205.00 5 473.065.24 6/1/2008 10/1/2008 No 10001 East Cos611a Ave Greenwood Village 80112 303 708-6145 SA 2008 Louisville Resurfacing City of Louisville Craig Duffn Hot Chipseal 70% $ 1.128.803.30 $ 1,014,881.88 6/l/2008 9/302008 No 749 Main St, Louisville. CO 80027 303 335-4602 5A 2008 Northglenn Street Improvements City of Northglenn Joliette Woodson Hot Chipseal 60% $ 904.030.28 $ 724,942.35 7/1/2008 9/302008 No 11701 Community Center Dr. Northglenn, CO 80233 303 450-8795 5A 2008 Parker Hot Chipseal Town of Parker Chris Hudson Hot Chipseal 60% $ 1,598,395.30 $ 1,579,468.74 711/2008 10115/200B No 20120 E. Mainsheet Parker, CO 80138 303 805-3163 5A 2008 Thornton Slurry Seal City of Thornton Brett Henry Slurry Seal 95% $ 1,018,640.00 $ 1,375,334.96 5/1/2008 10/15/2008 No 12450 Washington St. Thomton, CO 80241 303 538-7375 SA 2008 Westminster Chipseal City of Westminster Dave Cantu Chipseal 90% $ 1,339,962.60 $ 1.438.674,48 51112008 9/302008 No 6575 West 88th Ave Westminster, CO 80031 303 658-2501 SA 2008 Westminster Slurry Seal City of Westminster Dave Cantu Slurry Seal 95% $ 544,358.06 $ 471,594.05 4!1 /2008 10115/2008 No 6575 West 88th Ave Westminster, CO 80031 303 658-2501 5A 2009 Aurora Surface Treatment City of Aurora Willie Brown Chipseal 92% $ 1,375,556.00 $ 1,416,525.69 8/1/2009 9/30/2009 No 15151 E. Alameda Ave Aurora, CO 80112 303 326-8208 5A 2009 Broomfield Chipseal Program City of Broomfield Les Weilacher Chipseal 90% $ 368,188,00 5 362.558.10 6/15/2009 10/1/2009 No 3001 W. 124th Ave Broomfield, CO 80020 303 464-5675 5A 2009 Centennial Resurfacing City of Centennial Rick Coldsnow, Slurry Seal 100% $ 668,013.00 $ 614,642.68 7/15/2009 10/30/2009 No 12503 E. Euclid Dr. Centennial, CO 80111 20874-6500 5A 2009 Douglas County Chipseal Douglas County Kad Lucero Chipseal 88% $ 987,687.00 $ 855,011.67 6/15/2009 9/1/2009 No 100 3rd Street Castle Rock, CO 80104 303 660-7490 5A 2009 Jefferson County Slurry Seal Jefferson County Rick Pollock Slurry Seal 95% $ 358.134.00 $ 341,138.25 811/2009 10/30/2009 No 21401 Golden Gate Canyon Rd Golden, CO 80403 303 271-5294 SA 2009 Parker Chipseal Town of Parker Chris Hudson Hot Chipseal 62% S 1,478,392.00 5 1,370763.30 7/15/2009 10/1/2009 No 20120 E. Mainstreel Parker, CO 80138 303 805-3163 5A 2009 Town of Vail Paving Town of Vail Chad Salli Paving, Patching 90% $ 697,696.00 $ 725,659.44 6/1/2009 101302009 No 1309 Elkhorn Dr. Vail, CO 81657 970 479-2100 5A 2009 Westminster Chipseal City of Westminster Dave Cantu Chipseal & Hot Chipseal 67% $ 1,568,360.00 5 1,570,485.41 5/15/2009 9/12009 No 6575 West 88th Ave Westminster, CO 80031 303 658-2501 5A 2010 Broomfield Microsvdacing and Chipseal City of Broomfield Les Weilacher Chipseal, Crackseal & 70% $ 2,779,056.22 $ 2,797,415.18 3/10/201C 11/15/2010 No 3001 W. 124lh Ave Microsurfacing Broomfield, CO 80020 303 464-5675 A-1 Chipseal Co. Project References 5A 2010 CDOT Project ES6 4701-118 Colorado Dept. of Transponaton Ron Buck Microsurfacing 100% $ 3,800,549.01 $ 2,502,216.97 10/112009 7/31/2010 No 120 N. Riverview Rd. Sterling, CO 80751 303 972-9112 5A 2010 City of Aurora Surface Treatment Program City of Aurora Willie Brown Chipseal 97% $ 1,998,441.18 $ 1,939,189.68 6/1/2010 8/31/2010 No 15151 E. Alameda Ave Aurora, CO 80112 303 326-8208 5A 2010 City of Centennial Street Resurfacing City of Centennial Rick Coldsnow Slurry Seal & Crackseal 100% $ 569,903.99 $ 683,714.78 7/1/2010 10/31/2010 No 12503 E. Eudid Dr. Centennial, CO 80111 5A 2010 City of Loveland Chipseal 720 874-6500 City of Loveland Jeff Keil Chipseal 100% $ 538.760.67 $ 583,739.44 7/1/2010 9130/2010 No 500 E. Third St. Loveland, CO 80537 970 962-2695 5A 2010 City of Thornton Chipseal City of Thombn Brett Henry Chipseal, Hot Chipseal, 90% $ 536,652.46 $ 474,095.66 6/1/2010 10/31/2010 No 12450 Washington St. Thornton, CO 80241 303 538-7375 5A 2010 Parker Street Resurfacing Town of Parker Chris Hudson Hot Chipseal & Slurry 77% $ 1,747,385.91 $ 1,868,514.82 7112010 10/31/2010 No 20120 E. Mainstreet Seal, Crackseal Parker, CO 80138 303 805-3163 5A 2010 PPRTA Colorado Springs City of Colorado Springs Elizabeth James Chipseal 100% S 758,013.65 $ 1,214,016.45 8/1/2010 9/30/2010 No 688 Geiger Court Colorado Springs, CO 80915 719 385-6813 5A 2010 Westminster Slurry Seal Program City of Westminster Dave Cantu Slurry Seal, Crackseal 87% $ 703,204.29 $ 687,940.81 7/1/2010 9/302010 No 6575 West 88th Ave Westminster, CO 80031 303 658-2501 M M M M I M----A=_ I I I r, J I ( I I I I I I I I 'I A-1 Chipseal Co. Asset List As of 8/8/2012 tUn!t# -Year 'Desch lion 1100i 1998 j Ford Crown Victoria (Silver !Light Duly - Car 12FALP71 W2TX197947 1101 :2004�Chev 1102 2009 lore- lore-- Impala - 4 Door � LLincoln MKZ _ Cream Black re-_ _ Ligloht Duty -Car Light Duty - Car +2G1.- WH55K6492399-41 ;3LNHM28T69R614657 1103 12012 121 .-1 -.� 12000 1212 '2000 ._____I---� Ford Ed e AWD Chevy 1500 �ChevyP.U. GMC 1500 .__.,lore _ ..._lore 1ChevySlOP.U. ,...I !Black ;Black _._ 'White White (- ;Light Duty SUV _.,_ ig lore iLightDuty-Truck Light Duty -Truck ;Light Duty - Truck - - -- (2FMDK4JC1CBA53283 - ___ ._--- 1GCEK19T6YE362741 _. -- 1GTGK24R8YR216425 ;1GCCS14W418186298 1214 i2001 1217 12002 Chevy S10 P.U. Black ---------�----lore--•- Light Duty - Truck _ j1GCCT19W928133619 1220 2002 1222 2002 Ford F 150 - -• - lore -------TB- GMC Yukon - y lack T,Y g -^ LLi ht Dut Truck-11FTRX18L92NBO7884 --- Light DutySUV 11GKEK13Z32J184769 — 1223 2003 - _- lore lore-- lore- lore ChevyS10P.U. Black Light Duly -Truck - (1GCCT19X838118670 - 1224 2003 -- - lore--- lore ---lore--lore lore ChevySlOP.U. lore-- lore-- Black -' jLightDuty-Truck - - lore --lore---- (1GCCT_19X_2.38266491 1228 !2004 __ _ IFord F-150 __ Red Light Duty - Truck _ :1FTPX14544N827736 122912004 -----__-_ FordF-150 White Light Duty -Truck 2FTRX17W84CA27903 1230 2005jFordExplorer 1231 2006 _- ._..,.lore--___-. - lore --lore-.... - lore lore-- lore lore-- Ford Explorer JBurgundy White - 1Light Duty -SUV jLightDuty-SUV lore lore- - - -- 11FMZU73K85UA03161 lore --lore - 1FMEU74836UA07038 1232 2! 007 _- 1233 2008 1234 2008 1235 2008 _ i_ 1236 '2009 lore---- GMC Sierra 1500 __-_.__.__ GMC Sierra 1500 Ford F-150 XL Club Cab Chevy Silverado1500White —_ - �__ __-_..._-_,.--.,_.- Lincoln Navigator _. - _..,_ )•Black iBlack WhiteLight _ Light Duty -Truck I Light Duty Truck Duty Truck Light Duty Truck �._-_ ... Light Duty 2GTEK13M971602835 _ 3GTEK13398G131561 - 1 FTVX1459BKD53057 �1GCEK19J18E122446 15LMFL28599LJ00227 O0227 _ 1237 12009 1238 2010 1239 f2011 — _ White - ,BUNT - Light Duty -Truck `Light Duty -Truck lore -- !Light Duty -Truck 2GTEK638281313166 j 1 FTFW1 EV7AKB34254 11 FTFW1 EFXBFA74599 ;GMC Sierra Denali Ford F 150 - Crew Cab 'Black - -- -- 'Ford F-150 -Crew Cab �.B,.lack 12402011 1FordF-150-Crew Cab iBlack ' lore_ 'Light Duly - Truck `1FTFW1EF2BFA74600 �lore-_-_ ,_-_._._ _,___ 1241 (2012IFord F-150- Crew Cab FX4 1242 2012 Ford F-150 —Crew Cab _ _lore .(lore--------------lorelore--lore 1243 2012 Ford F-150 -Crew Cab 'Black Black. 1 Black Light Duty -Truck ;1FTFW1ET4CKD44599 •,Light Duty -Truck l 1 FTFWl ETOCKD44602 -- - ! Light Duty - Truck 11 FTFW 1 ET2CKD44603 1244 2012 (Ford F 150 -Crew Cab 1245 12012 (Ford F-150 - Crew Cab 1246 2�012 Ford F-150 -Crew Cab '- _ - - iBlack- - Black (Black I Light Duty -Truck i Light Duly - Truck _ Light Duty - Truck j 1 FTFW 1 ET4CKD44604 11 FTFW 1 ET6CKD44605 �11FTFW1 ET8CKD44606 124712012 --._.....�_-..__.. 1248 ! 2012 124912012 1300 1990 1302 1996 1303 1998 FordF-150-CrewCabFX4 Ford F-150 - Crew Cab FX4 Ford F-1 50 -Club Cab Chevy 2500 _ Chevy2500 Chevy Silverado 2500 ry Black � Black _ Black _-.�-.__-..._,._._._-_____-_�_—_lore._-lore_.._ Black (Black (Black � --lore---- !Office llOH ci e— ---y- 1 OHice I Light Duty Truck Light Duty Truck iL!ght- Duty Truck --lorelore---- (1FTFW1ET7CKD44600 �-`- l FTFW1 ET9CKD44601 - 1FTFX1ET3CKD44607 T j 1GBGC24K2LE193857 f1GCGK29R8TE232522- 1GCGK29J6WE173632 1305 2000 _, Chevy 2500 _ Black !Light Duty Truck - -lore__,_ ._. 1GCGK29U8YE233200 1306 20-0-0 (Chevy 1308 ,2000 1309 1200t) CChevy 131 2000 _r..._ 131212001 !Chevy lore ' 1314 F2001 �____......_, . _-.._..-,.lo re' --- Silverado 1500 - X Cab -_ .. _ _ �hevy 2500 2500 _ _ Chevy2500 _ Silverado2500 X-Cab - 0hevy2500HD _ 2500HID - Chevy Silverado 2500 -Club Cad —SD--- FordF250SD - GMC Sierra 25 2500 - X-Cab GMC Sierra 2500 - Club Cab _-. .lore- lore - .iBlack !Light Duty Truck -. 2GCEK19T6Y1142081 l lore-. _ T (White Light Duty -Truck (T GCGK24R6YF483659-y 1Wh!te Light Duty T_ruck ' 1GCGK24R8YF482951 _ Blue ,Light Duty Truck !1GCGK24ROYF481969 .- i .-__._______.___--_- Black jLightDuty -Truck 1GCHK29G11E198438 - . ... - ____ White -iLightDuty - Truck 11GCHK24U11Z306319 _ - !White (Light Duty -Truck I 1GCHK24U81 Z310108 Black Light Duty - Truck ! 1GCHK29G32E100768 - White Light D ty-Truck 1FTSX20555EA42282 -- (White ILight Duty -Truck 1GTHK29U66E241880 Blue fLight Duty - Truck 1 GTHK23K78F179216 - 1315 2001 iChevy 1316 42002 __ 1317 j2005 1318 ; 2006 1319 2008 -_ _ 1320 �2011 I 1321 12011 1 Ford F-250 -Crew Cab Ford F-250^Crew Cab (Black (Black 1 L�ight Duty -Truck (Light Duty - Truck 1 _FT7W2669BEB80983 ----- 1FT7W2860BEB80984 1404 (1997 TChevy 1405 11998 3500 - Flatbed 1 Tommyl!H GMC 3500 - Dump Box Red (Yellow (Medium Duty - Truck Medium Duty- Truck 1 GBHC34R7VF052870 1GDKC34F5WFO41290 1407 11998 GMC Sierra3500_ - - Black �MediumDuty -Truck �1GTHK33F9WFO18629 - 1408 1998 (Chevy3500 1409 1998 lore lore- - -�. 1410 �1998 iGMCC6500-Flatbed 1413 L _999 - _ 141411999 --.-_� Chevy 3500 -Club Cab Flatbed M— GMC W4500- Flatbed __ GMCW4500- Flatbed _ Chevy 3500- =.__�_._..__..._.___.____...._ White White _- ( -lore--lore Red lore -!White -� jWhite � lWhite .______..._ _.._____-lore-,-__-_-,-_ MedlumDuty-Truck '1GCHK33R7WF033530 -^lore-__._...- -lore---- Medium Duty -Truck 1GCHK33RXWF019735 MediumDityyTruck 1GD56H1C7WJ517997 Medium Duly�Truck 14KDB4B1R6XJ000106 IMediumDuty-Truck 14KDB4B1R4XJ000O38 _ lore- lore-- ----�- lore - ;Medium Duty -Truck 11GTHK33R4YF502124 141512000 1 j A-1 Chipseal Co. Asset List As of 8/8/2012 scri i a imma 11010 OType w E N 1416 _7 White Medium Duty -Truck j1GDHK34RXYF491365 14_12000 1 GMC 3500 White jMedium Duty_ Truck 1 G B H K34 R2YF4744 38 —EA44916--" T4ii' 2001 Ford F-350 - Club Cab Flatbed 1419.�001 Chevy 3500 - Flatbed Blue White _]White Medium Duty -Truck Medium Duty - Truck.] 1 FTSX30FT1 06974----. 1420 12002 GMC W3500 -Flatbed _8o -x Medium Duty jJ8DB4B14427005026_ 1421 -1 2TO _2 _dM C 3 5-0 0 - 1 _C V a n Ye Medium Duty -Truck GDH31 RX21900538 ��62 _F�ord —F-35o - crew Cab 71�422 1424 12003 V_ord ­F350______ __ - ----- i White White Medium Duty - Truck' Wedium D�ty - Tru -Truck 111 3FTSW31 F82MA04793 FDWF36P03EC13676 —4E24740-0-- 1425 2004 !GMC 3500 lWhite Medium Duty- f vj­D­J­C34 U-1 1 �2_6 Ford F-350 e Medium Duty -Truck 1 FTWX30P75EB26371 T4 2-7 2006 Ford V--350---*- IWhite Wedium Duty -Truck j1FDWF37P06EC16323 1428 I2006 Ford F-350 - - C .- raw Cab _ ___, (White (Medium Duty - Truck ;� 1 FTWWYVPHEB94J2 ��24_ _�666_1, Ford F-350 -SD--- Wfie Medium Duty -Truck _;Medium i 1 FTVVX31 P96EB9898i 1431 12007 GIVIC Sierra 3500 White Duty -Truck AGTHK33D77F161420 1432 IM_(0f GMC W4500 Flatbed !;White !White Medium Duty - Truck Medium Duly _jJ8DC4J16 - 977015459 12007 1433 GMC W4500 Flatbed `F­orj -Truck Duty IJBDC4,116677014849 1FTWWR_P8i�t971_60__ T4-3TI�i6d�­ F-350 - Ford F-550 -Crew Cab ---------—MediumDuty jWhite Medium -Truck - Truck j 1 FDOW5HT5BEB89787 14-35,!2011 1436 7l201 JFFo�rdji-550 --Crew Cab-- !Elack i Medium Duty -Truck 1 FDOW5HT7BEB89788 _b 14-3-7 12004 !Ford 5- 0- —Crew Cab iC Whlc� White Medium Duty - Truck IIFDAW57P24EB90360 144 2008 Ford F-450 ;Copper Medium -Truck ­ 11FTXW43R38ECO8869 T503 i�9Fit re ghtiner�echanics Truck White F_- Tu____ Duty 11 FV3EFFC2WH926210 - �__ 3500 Service Truck _y-J5YF46T504006T�hevy Black WDutTruck lGBJC341000_ 1505 2008 White Medium Duty - Truck -Ti-ai y J 39618E174645 1_�2010 Ford F-450 Black Medium 5-LAN-Truck _ff_D9X4HTOBEB15594 2102 j1996 GMC 7000 - Sealcoat Tanker Nack Heavy Duty - Truck 11 GDJ7H1 P2TJ850197 21013 2001 45—MC75-6-0Sealcoat Tanker 4 12002 GIMC76-66 -_Se_alcoat Tinker 1Yellow lHeavy Duty - Truck 'Black I Heavy Duty - Truck I 1GDJ7H1E91J506541 l`lGDJ7H1E62J900967 �-2-06-,'-2-00-2-(GM-C--7-0-0-0-'---I-nfra—red-------- !Y-e-llow !Heavy Duty - Truck i1GDJ7HIE12J900679 2207 i2002 6500 - Infrared !Yellow ;Heavy Duty - Truck 1 GDJ7Hl E12J900844 2208 !2002 GM 6500 - Infrared Yellow !,Heavy Duty -Truck 1GDJ7H1E52J900782 2210 ;2011 !Freightliner M2 6 - Infrared j Black - I Heavy Duty -Truck 1FVACXBS16DAW8510 2211 120-1-1- Freighiiner--M­2-1-06 -Infrared Black Heavy Duty - Truck 11FVACXBS3BDAW8511 2300 0998 International -Distributor hite Heavy Duty - Truck !IHTGLAHT2WH541204 230_1 -T2-002-(-Kenw-or—th- Distributor' TT jBlack )HeavyDuty- r6ck 1 NKDLUOX52R892661 2302 12003 Kenworth - Distributor _2_00_6_ —Distributor JBIaGk Heavy Duty - Truck Heavy Duty 1NKDLBOX16RI32088 2F303 k7e_nWo_rihi - Black �34 �-11-20-07 - -Ford F-750 Etnyre - Distributor White Heavj_6­utyTriCck 13FRXF75G67V508702 2305i1973 Mack - Bearcat Distributor 1White Heavy Duty - Truck j R685T36815 2402 j2007 Fre_Oghit Fir�jr_- Ber_gka_mp —Freightliner While. ...... jieavy Duly - Truck 1 FVHC5CV27HW73595---. _�46�_!_2007_ --B-er-g-kamp lWhite Heavy Duty - Truck 1FVHC5CV07HW73594 2464_I 20-09 j _ Y�66_ T�f —Freig—htliner - Bergkamp P aterbilt - I �argkamp �reightliner - Be_rgk_am_p ;Black Heavy Duty -Truck jWhite Heavy Duty -Truck White Heavy Duty - Truck _-Re ­avyDu 1FVHC5CV3ADAN5333 1XP3L29X4BP1 38634 !IFVXTMCBIXH699735 2408 i 1999 Freightliner - Bergkamp Freightliner - Bergkamp -1white White Heavy Dutj_�_CrTl� t��_f Truck _�avy —Duty -Truck H 11FVX6MCB4XPA23212 1_1_F_ VX6MCB6XPA23213 2410 12004 Freightliner - Bergkamp jFr_ji_gTtJTn_W- —Bergkwnp White IWhite'- Heavy Duty - Truck _Heavy Duly -Truck i I FVHC5CV44HM41401 11FVHC5CV85HV52437 2411 1,2_00-57 2500 11998 !Chevy 3500 Urackseal IGMC 5500 Flatbed Black White Medium Duty -Truck Nedium Duty -Truck 11GDKC34F4WJ503108 jJ18DE51314017900523 M0' 26007 9 5 Tord Water Truck International Water Truck Freightliner Tractor hite !White Red 'Black fWe ium Duty - Truck MediumDuty -Truck Heavy Duty - Truck Heavy Duty 1FTYS95W3SVA5847-7. 11HTMMAAL05H691787 CB113HP172086 ... - !IFUPYDYB6EP254274 2601 i2005 2700 1979 2701 1984 Freightliner Tractor -Truck _D Tru ilXPFDB9XOKD280720 2702 1_98T �Pefe`r�F1tTr�&_or__'___'_ Peterbilt Tractor Volvo Tractor I W_h_il_e___ jWhite _green ck Heavy Duty -Truck - Fty- Truck Heavy Duty _ Heavy Duly -Truck 1XPFDB9XXKD284368 14VlWDBCHlSN693115 2703 i1989 2706 1995 2707 11111 995 Kenworth Tractor -[Wh-ite `Heavy —Duty - fruck--- j1XKADR9X4SS647400 2712-11996 -Mack CHt �13-Tractor -P-eterb-i !Black lackrHe�vy Heavy Duty - Truck Duty-Truck i1M2AA18Y2TWO69271 - 1 1X1�00_9X6WN450957_ FtT7ra`cCo_r I B I I I I I I I I 1 1 1 I 1 i 1 1 1 1 1 1 1 I i i A-1 Chipseal Co. Asset List As of 8/8/2012 Unit#'-aYearaI MRS_. Description„=Color�� �TYPe<_,- --+* 9Senal, 2717 1999 MackCH613-Tractor !Black- VHeavyDuty - 1M1AA18YXXW095207 _ __ _ __ 2718 :2000 ;International Tractor While --Truck _ Heavy Duty - Truck 2HSCEAXROYC072580 0_'____ 2809 ;1993 (Freightliner Tandem _.. White ._ !Heavy Duty -Truck 11FUPDXYBlPP422659 2810 1995 Mack CHG613Tandem Black !Heavy Duty Truck +1M1AA18Y4SW051406 2811 1995 MackCHG613Tandem (Black I 'Heavy Duty Truck 11M1AA18Y2SW043949 �__._. 281 2 j._._,_..—.—.1_.___1995 Mack CH613 Tandem __.........T-.—...,.....__._._i._ .Black�y —. Truck I1M1AA18YOSW043948W.... —__.- m 11M1AA18Y1VW077935 2813 1997 MackCHG613 Tandem Black-1—Heavy putJTruck T1 co 1996 Home made 12' Trailer Back jTrailer- Equipment jID10020527CO 3104 1999 Fe�Trailer -- 'Home - Black `:Black (Trailer - Equipment 5FTUE1013X1012638 n �ID1002161000 3105 r1999 made 12' Trailer Trailer -Equipment 3106 32000 Maxey 14' Trailer Black Trailer- Equipment lLHT10BTIY1010719 3109 2_001 Maxey 15' Trailer (Black ,Trailer - Equipment 1M9DT12E311104210 3110 2001 Trailer16'Wrap jRed Trailer - Equipment ;5CVUS162515009720 3112 i2001 Hill Top Trailer � Black Trailer - Equipment 1ID12052245CO 3113 (2002 Maxey 20' Trailer jTrailer - Equipment ^ (5APDU16252L001611 --- 311412002 Maxeyl5'Trailer ��Black Black - '------ Trailer_Equipment ment�iM9DT12E221104264 --- — - _ 31 55 12003 ITrailer Exp. 16' Utility `- Black - Trailer -Equipment_ 5CVUS16283SO20679 — 3116 I2003 iMaxey15'Trailer^ -T �IBlack (Trailer -Equipment u!1M9DT12EX31104353-� 3117 12004 ;Tempco 12'Trailer Black lTrailer - Equipment 11T9P361244M737266 3119 .2004 ! Landoll 16' Trailer Black Trailer - Equipment 1 LHT1 OBT341013499_ 3121 12005 Landoll 16 Trailer jBlack Trailer - Equipment 1 LHT10BT151014085 3122T2005 (LancFW 6'Traller T -_- _. r 3124 2005 IPJ UtililyTrailer (Black (Gray :Trailer -Equipment - Trailer IlLHS10DT251014184 ----- _ 14P5SA141352079079- 3125 12006 Trailer 102N20 Black Equipment Trailer Equipment 5L8GF252261004368 3126120061PJUtilityTrailer (Gray ;Trailer - Equipment 14P5CH162162086801 3129 12006 Innovated Trailer MFG ; Black ':Trailer - Equipment 15PDAU10136R004737 - 3130I2006 Jackson_ Trailer 3131 ;2007 Trailer _ Black (Black ;Trader - Equipment Trailer -Equlpment j1J9FS121061033286 (4ZETD202871036081 3133f2007 Maxeyl5'Trailer Black (Trailer - Equipment 1M9DT12E471104077 3134 ! 2007 I Landoll 16' Trailer i Black (Trailer Equipment 11 LHS10DT071015868 -t2b0 8-_ 3135 i20 Home Made Black Trailer Equipment !-.,._..__. IDTL000069AA — 313612008!PJUtility Trailer - -Black Trailer - Equipment 4P5F8222181112069 3137 j2008 !Carry On Trailer (White !Trailer- Equipment 4YMCLO8198TO19302 1 4r A-O N E 1F 4; HIPSEAI_ Key Personnel Work Resumes Name Ben Vagher Years of Experience 30 Present Position President, Owner Skills/Responsibilities New Product Development, Estimating, Contract Compliance, Current(Past Employment A-1 Chipseal Co. 1992 - Current EEO & Safety, Quality Assurance, Customer Service, Cost Western Mobile 1980-1996 Accounting, Board of Directors Daniel J Gryzmala 8 Vice President, Estimator, Owner Operations, Estimating, Contract Compliance, EEO & Safety A-1 Chipseal Co. 2007 - Current Manager, Quality Assurance, Customer Service, Cost RG Insulation 2001-2007 Accountin , Board of Directors Nick Zieser 25 Treasurer, Owner Financial Advisor, CPA, Problem Solving, Acquisitions, Legal, A-1 Chipseal Co. 2007-Current Board of Directors CFO Management 2009-Current Medallion Mezzanine 1997-2009 KPMG, LLP 1985-1997 Stephanie Wallis 9 Controller, Corporate Secretary Cost Accounting, Contract Compliance, EEO & Safety, A-1 Chipseal Co. 2007-Current Financial Review, Audits, Customer Service W.L. Contractors 2005-2007 AmWest Welland Pump 2001-2005 Rick Whitfield 27 Operations Manager Operations, EEO & Safety Manager, Quality Assurance, A-1 Chipseal Co. 2009 - Current Customer Service, Cost Accounting, Project Management, Job Black Rock Paving 2004-2009 Performance Lafarge West Inc. 1983-2004 Renee White 12 Accounts Receivable Manager Cost Accounting, Unit Price Billing, AIA Billings, Contract A-1 Chipseal Co. 2009 - Current Compliance Rocky Mountain Pavement 1998-2008 Jeff Gross 16 Estimator Estimating, Customer Service, Cost Accounting, Job A-1 Chipseal Co. 2009 - Current Performance, Contract Compliance, Project Management New West Paving 2007-2009 Premier Paving 2005-2007 Lafarge 1985-2005 John Johnson 30 Estimator Estimating, Customer Service, Cost Accounting, Job A-1 Chipseal Co. 2010 - Current Performance, Contract Compliance, Project Management Sam Materials 2007-2009 City of Aurora 1980-2007 Paul Salazar 16 Asset Manager Equipment Sales & Acquisitions, Equipment Mantenance, A-1 Chipseal Co. 1997 - Current Employee Training, Safety, Crew Manan ement Western Mobile 1994-1997 Joshua Kruger 14 Chipspreader Operator Distributor Operator, Safety A-1 Chipseal Co. 2009 - Current Aztec 1998-2008 Kevin Furney 19 Distributor Operator Distributor Operator, Safety A-1 Chipseal Co. 1996 - Current Western Mobile 1991-1996 Luis Ortega 17 Slurry Seal & Crackseal Supervisor Customer Service, Crew Management, Job Performance, A-1 Chipseal Co. 2005 - Current Employee Training, Safety Quality Resurfacing 1995-2005 Jaime Ortega 17 Slurry Seal & Crackseal Foreman Operator, Customer Service, Safety, Employee Training A-1 Chipseal Co. 2005-Current Quality Resurfacing 1995-2005 Eloy Medina 16 Brooming Supervisor Broom Operator, Safety, Traffic Control, Crew Manangement A-1 Chipseal Co. 1997- Current Western Mobile 1994-1997 Jaime Walton 7 Estimator Estimating, Customer Service, Cost Accounting, Job A-1 Chipseal Co. 2009-2011 Performance, Contract Compliance, Project Management Rocky Mountain Pavement 2005-2009 Southeast Corridor Constructors 2004-2005 Kiewitt Western Companies 2003-2004 Trevor Pigg 11 Concrete Superintendant Customer Service, Crew Management, Job Performance, A-1 Chipseal Co. 2010-2011 Employee Training, Safety JVC Enterprises 2007-2010 Advantage Concrete 2005-2007 T&H Contractors 2000-2005 Juan Montoya 19 Paving Superintendant Customer Service, Crew Management, Job Performance, A-1 Chipseal Co. 2009-2011 Employee Training, Safety Rocky Mountain Pavement 2004-2009 M M = = M M M M A -ONE Contractors Licenses and Permits Owner Type Number Expiration Date Bond Arvada, City of Contractors License Type MC-S5 L06-0010 4/4/2013 $ 20,000.00 Aurora, City of Contractor License 2011557258 00 CL 9/1/2012 $ 20,000.00 Aurora, City of Business License 49259 5/18/2013 NONE Aurora, City of Contractors License - ROW Concrete 2011 573484 00 CL 12/1/2012 None Boulder, City of Contractors License -Right of Way LIC-0008814-28 10/8/2012 Continous Brighton, City of Contractor License -Type D CL-02990 6/26/2013 Broomfield, City if Contractor Registration-GenA OL-12-06474 7/30/2013 Centennial, City of Contractor Business License CEN-13-04928 6/30/2013 Commerce City, City of Subcontractor Right of Way 101432 12/31/2012 NONE Denver, City & County of ROW - Paving 234637 6/30/2013 $ 50,000.00 Englewood, City of Contractors License-D05 Exc/Drill/Drain 15537 8/9/2013 UNKNOWN Erie, Town of Contractors License 2183 12/31/2012 Evans, City of Business License 895 12/31/2012 NONE Firestone, Town of Contractors License - Type C 12C-FIRCO-017 12/31/2012 NONE Fort Collins, City of Contractors License & Right of Way License no assigned # 6/25/2013 $ 20,000.00 Fort Collins, City of Right of Way License no assigned # 6/25/2013 $ 10,000.00 Fort Collins, City of Non -Structural Concrete License no assigned # 6/9/2013 $ 10,000.00 Fort Lupton, City of Contractor License - Type B 2012003 12/31/2012 NONE Fort Morgan, City of Contractor's License 557 12/31/2012 Fredrick, Town of Contractor's License - Type A 553 12/31/2012 Golden, City of Contractor Registration 2326 11/18/2012 Greeley, City of Paving Contractor License 21276 6/30/2013 $ 10,000.00 Greenwood Village, City of Contractors License - Level D OL-10-00555 10/10/2012 Lafayette, City of General,ALicense L08,131 ? 8/31%2012 Lakewood, City of Contractors License 15507 6/23/2014 NONE Longmont, City of Contractors License - Type D Asphalt D20000449 6/30/2013 Louisville, City of Contractors License - Type D CL00239 3/29/2013 NONE Northglenn, City of Right of Way License 12-ROW-002 12/31/2012 NONE Platteville, Town of Contractor's License 12-009 4/27/2013 NONE Sheridan, City of Contractors License 100147 10/31/2012 Sterling, City of Building Contractor License 2012-136 6/2/2013 NONE Thornton, City of Asphalt/Concrete Paving License - Type D 19043 4/3/2013 NONE Vail, Town of Contractor Registration 374-A 4/30/2014 Westminster, City of D-Public Way Contractor 60731047 6/30/2013 $ 5,000.00 Wheat Ridge, City of Class B 19775 11/12/2012 7 ® CERTIFICATE OF LIABILITY INSURANCE DATE 2/20/20/2D12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Moody Insurance Agency, Inc. 8055 East Tufts Avenue Suite 1000 Denver CO 80237 JONTACT Erin Threlkeld, CRIS AME PfA RONE . (303)824-6600 Fp'X (303)370-0118 noolesS:ethrelkeld@moodyins. corn INSURERS AFFORDING COVERAGE NAIC N INSURERA:Travelers Indemnity Company 5658 INSURED A-1 Chipseal Co. DBA: Rocky Mountain Pavement, LLC 2001 West 64th Lane Denver CO 80221 INSURERB:Travelers Prop Cas Co of Amrca 25674 INSURER C:Pinnacol Assurance 41190 INSURER D: INSURERE: 1 INSURER F: 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 LT TYPE OF INSURANCE AODL SUBR POLICY NUMBER POLICY EFF MWDDIYYYY POLICY EXP MMIDDNM LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO ENTED REMISE a occu a ce $ 300,000 MED EXP(Any one person) $ 10,000 A CLAIMS -MADE ❑X OCCUR DTC0019OP673 0/1/2011 0/1/2012 PERSONAL B ADV INJURY $ 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG 5 2,000,000 $ POLICY X PRa LOC AUTOMOBILE LIABILITY EOMaBINdEoDt SINGLE LIMIT 1,000,000 BODILY INJURY (Per person) S BALL ANY AUTO OWNED SCHEDULED AUTOS N0WOV,NED AUTOH REDSAUTOS N AUTOS Ix Ta100190P673 0/1/2011 0/1/2012 BODILY INJURY(Per accident) $ P eOr PERde DAMAGE $ $ X UMBRELLA LIAR OCCUR EACH OCCURRENCE S 10, 000, 000 AGGREGATE S 10, 000, 000 B EXCESS LIAR N CLAIMS -MADE 1 PTSMCUP019OP673 0/1/2011 0/1/2012 DEC) I X I RETENTIONS 10,00( S C WORKERS COMPENSATION TU X WC STIMIT OTH- ER AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNEBEXECUnVE O OFFICERIMEMBER EXCLUDED? (Mandatory in NH) NIA 055760 10/1/2011 10/1/2012 E.L. EACH ACCIDENT $ SDD DDD E.L. DISEASE - EA EMPLOYEE S 500,000 E.L. DISEASE - POLICY LIMIT S 500,000 If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (AHach ACORD 101, Additional Remarks Schedule, If more space Is required) *** FOR INFORMATION ONLY*** 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 Threlkeld, CRIS/CHR �—CM- n lQRR_2n1n Ar:nRn CnRPORATION_ All rights reserved. wc;n26 oninf19r n1 Thn A Cron ARr1Bf1 I 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 NONE 1 1 1 1 I Section 02000, Revision of Section 409, page 12 of 35, ASPHALT EMULSION — ' SLURRY SEAL, Delete the paragraph: "The emulsion shall contain a minimum of three percent (3.0%) by weight of SBR polymer solids based on weight of residual asphalt. The slurry seal mixture shall contain an emulsion content of 10 — 20% by weight of dry aggregate which shall be determined in the laboratory by an approved mix design process. The residual asphalt content shall be 10 — 20% based on weight of dry aggregate. ' Replace the paragraph with the following: "The emulsion shall contain a minimum of three percent (3.0%) by weight of SBR polymer solids based on weight of residual asphalt. The slurry seal mixture shall contain an emulsion content of 10 — 15% by weight of dry aggregate which shall be determined in the laboratory by an approved mix design process. The residual asphalt content shall be 10 — 15% based on weight of dry aggregate or as approved by the Engineer. Section 02000, Revision of Section 409, page 17 of 35, MIX DESIGN, 2. Specifications, Delete the sentence: "Residual Asphalt Type Il: 5.0% to 15.0% by dry weight of aggregate" ' Section 02000, Revision of Section 409, page 23, APPLICATION — GENERAL, Add the following sentence: "The Fogseal application material shall consist of CRS-2P. An equivalent material may be substituted upon review and approval by the Engineer." ' Section 02000, Revision of Section 409, Page 27 of 35, APPLICATION — CAPE SEAL, Delete the sentence: "The installation of the Slurry Seal layer over the Chip Seal layer shall be applied within three (3) working days of the Chip Seal installation. ' Replace the sentence with the following: "The installation of the Slurry Seal layer over the Chip Seal layer shall be applied within five (5) working days of the Chip Seal ' installation. Section 02000, Revision of Section 409, Page 27 of 35, METHOD OF MEASUREMENT: Add the following paragraph: `The Double Chip Seal shall be a two- step installation process and shall be install one layer at a time. The Double Chip Seal shall be measured and paid by the completed and accepted square yards of existing ' road surface treated. Payment for the Double Chip Seal shall not be made for each layer installed. Section 02500, Quantity Estimate, Deleted section. Replace with the following: This work shall consist of placement of Chip Seal, Slurry Seal, and Cape seal on existing and 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 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 Addendum 2 — 7417 Asphalt Surface Treatment Project Page 4 of 6 1 1 SECTION 00500 AGREEMENTFORMS ' 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 1 1 1 1 1 SECTION 00510 NOTICE OF AWARD DATE: August 15, 2012 TO: A-1 Chipseal Co. PROJECT: 7417 Asphalt Surface Treatment Project ' OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated August 8, 2012 for the above project has been ' considered. You are the apparent successful Bidder and have been awarded an Agreement for 7417 Asphalt Surface Treatment Project. The Price of your Agreement is Eight Hundred Seventy -Seven Thousand Five Hundred Ninety - Five Dollars and Twenty Cents ($877,595.20). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany ' this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. ' You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by August 31, 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. ' Citv of Fort CoUias OWNER U— James By. (__� ) 1, ,, B. O'Neill, II, PPO, NIGP r 0, irector of Purchasing & Risk Management 1 I 11 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 15'h day of Au ust 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 A-1 Chipseal Co. (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 7417 Asphalt Surface Treatment Project and is generally described in Section 01010. ' ARTICLE 2. ENGINEER The Project has been designed by City of Fort Collins Streets Department who is ' hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the ' Contract Documents. ARTICLE 3. CONTRACT TIMES ' 3.1 This is a one year agreement but, at the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Pricing changes shall be negotiated by and ' agreed to by both parties and may use the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office as a guide. 3.2 The Work shall be Substantially Complete within Thirty-Five(35) 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 Thirty -Five ' (35) calendar days after the date when the Contract Times commence to run. 3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work ' is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set ' forth hereafter. 1) Substantial Completion: One Thousand Dollars ($1 0, 00.00) for each calendar day or fraction ' thereof that expires after the Thirty-five (35) 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 Thirty-five (35) ' 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: Eight ' Hundred Seventy -Seven Thousand Five Hundred Ninety -Five Dollars and Twenty Cents Dollars ($877,595.20), 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 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. I [] 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 2, inclusive. ' 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated ' by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 ' of the General Conditions. ARTICLE 8. MISCELLANEOUS ' 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the ' written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the ' effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or ' responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 1 LI 1 LJ iF1 OWNER: CITY OF FORT COLLINS I� ' gy. ' J ME B. O'NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING AND RISK MANAGEMENT 1 Title: \J k Ce- \�- rest&e4-r Date: '�I/ i _ Date: ' Attest: A/L City Clerk ' Address for giving notices: P. O. Box 580 Fort Collins, CO 8 22 ' Approve s to Form ' Assistant City I 11 1 1 \�y OF FpR `1 1. 9 y O i Y• J Ci'• •C' (CORPORATE --'SEAL) rc:;to At est: Address for giving notices: A -I Cnipseai oempeny o.rkv Mountain Pavement 20011W. 64th Lane Denver, CO 80221 License No.: SECTION 00530 ' NOTICE TO PROCEED Description of Work: 7417 Asphalt Surface Treatment Project ' To: A-1 Chipseal Co. ' 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. 7� Dated this day of 20_ The dates for Substantial Completion and Final Acceptance shall be 20_and _ ' , 20, respectively. City of Fort Collins OWNER By: ' Title: ACKNOWLEDGMENT OF NOTICE ' Receipt of the above Notice to Proceed is hereby acknowledged this day of 20 CONTRACTOR: A-1 CHIPSEAL CO. By: ' Title: I SECTION 00600 BONDS AND CERTIFICATES ' 00610 00615 Performance Bond 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 comparing the bids submitted to the Work. The basis of payment shall be the actual amount of materials furnished and Work done. Work not listed in this section will be , added by Change Order at the contract unit prices. Contractor agrees that they will make no claim for damages, anticipated profits, or ' otherwise on account of any difference between the amount. Addendum 2 - 7417 Asphalt Surface Treatment Project Page 5 of 6 I SECTION 00610 PERFORMANCE BOND KNOW ALL.MEN BY THESE PRESENTS: that ' A-1 Chipseal Co. 2001 W 64th Lane I H 1i I CI Bond No.929557650 Denver, CO 80221 (a Corporation), hereinafter referred to as the "Principal" and Western Surety Company .(Firm) 10375 Park Meadows Drive, Littleton, CO 80124 (Address) 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 Eight Hundred Seventy -Seven Thousand Five Hundred Ninety -Five Dollars and Twenty Cents ($877595 20) in lawful money of the United States, for the payment of which sum well.and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 15`h day'of,August, 2012, a copy of which is hereto attached and made apart hereof for the.performance of The City of Fort Collins Project, 7417 Asphalt Surface Treatment Project, 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 faiiure 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 sarne.shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time; alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement.between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied, PROVIDED, FURTHER, that the Surety Company must be, authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 27th day of Augusl 2012 IN E NCE OF. Print' a A-1 Chi seal Company Stephanie Wallis, Corporate Secretary Daniel Gryzmala, Vice President (Title) (Title) (Corporate Seal) IN PRESENCE OF: ' IN P S NCE OF: fWitness (Surety Seal) 2001 West 64th Lane, Denver, CO 80221 (Address) Other Partners Surety Western Surety Company rn By: L ara G. Hoechst, Attorney -In -Fact (Address) 10375 Park Meadows Drive Littleton, CO 80124 _ NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR Is Partnership, all partners should execute Bond. r u 1 C I SECTION 00615 PAYMENT BOND Bond No,929557650 KNOW ALL MEN BY THESE PRESENTS: that A-1 Chipseal Co. 2001 W. 64" Lane, Deriver, CO 80221 (a Corporation), hereinafter referred to as the "Principal' and (Firm) Western Surety Company (Address) 10375 Park Meadows Drive, Littleton, CO 80124 hereinafter referred to as "the Surety", are held and'firmly.bound unto the City of Fort Collins. 300 Laocnte Ave.. Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the Ninety -Five Dollars and Twenty Cents ($877,595.20) 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 15th day of August, 2012, a copy of which is hereto attached and made a part hereof for the performance of The. City of Fort Collins project, 7417 Asphalt Surface Treatment Project. 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 allthorized 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 remiums on said Work, and for,all labor, performed in such Work whether bysubcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety; for value received, hereby stipulates and agrees that no change, extension of time, alteration ar addition to the terms ofthe rAgreementor 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 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 27th day (if Auaust 20 12 IN P E NICE OF: i p i� A-1 C' seal Company Stept anie,Wallis, Corporate Secretary ='.P c3 Cor orate'Seal) w :1(P ; ;IN'PRESENCE OF, ' IN P S CE OF: Witness (Surety Seal) Daniel J. ryzmala, Vice President (Title) 2001 West 64th Lane, Denver, CO 80221 (Address) Other -Partners Surety Western Surety Company 'Sara G. (Address) 1a375 Park Meadows Drive Littleton, CO 80124 NOTE: Date of Bond must notbe prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 1 Western Surety Company ' POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT ' Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint ' Evan E Moody, Vera T Kalba, Karen A Feggestad, Cory R Mueller, Sara G Hoechst, Bradley J Moody, Individually 1 ' of Denver, CO, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature ' - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. ' This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. ' In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 20th day of April, 2012. ' ywrr)' WESTERN SURETY COMPANY r, 4yQ P0N A 4pP 4)^, � i \`SCAv� 3 Paul .Bruflat, Senior Vice President ' State of South Dakota ss County of Mntnehaha On this 20th day of April, 2012, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he ' resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and ' acknowledges same to be the act and deed of said corporation. My commission expires } f D. KRELL '+ ' November 30, 2012 f bEAL NOTARY PUBLIC FJts C 11 SOUTH DAKOTA i ♦ti4�4titi♦\ti��1S�4►tistititi�l� D. Krell, Nobry Public ' CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in �tltt force, and further certify that the By -Law of the co$gr.'1ioft;py inted on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed ' m name and affixed the seal of the said co C�1�'`�"' ! t: ""� day of Auqu S t y rpprz yu this �x 2012 . ' . � ed�'k`Y✓ �� Cot tp i h i Wwogr%j r WESTERN SURETY COMPANY CA �!� ' - _ rr II�CL� L. Nelson, Assistant Secretary Forth F4280-09-06 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and 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 Company. 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. �r 41..� O CERTIFICATE OF LIABILITY INSURANCE D /DD/YVYV) 8/27/27/2012 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(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 CONTACT Erin Threlkeld, CRIS NAME: PHONE (303)824-6600 C NoFAX (303)370-0118 N rid,.: Moody Insurance Agency, Inc. 8055 East Tufts Avenue ADRESS,ethrelkeld@moodyins.com INSURERS AFFORDING COVERAGE NAIC It Suite 1000 INSURERA:Travelers Indemnity Company 5658 Denver CO 80237 INSURED INSURERB:Travelers Prop Cas Co of Amrca 25674 INSURERC:Pinnacol Assurance 41190 A-1 Chipseal Co. INSURER D: DBA: Rocky Mountain Pavement, LLC 2001 West 64th Lane INSURER E: INSURER F: Denver CO 80221 COVERAGES Ci•wiii-Kell-NIIMHFR•1i-iZ Masrer w/N'OrRIS RFVISI/IN 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 INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DDNYYY POLICY EXP MM/DDIVYYV LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X DTC00190P673 10/1/2011 0/1/2012 ENTED PDREMISES AMAGE TC1EaR occurrence $ 300,000 MED EXP(Any one person) $ 10,000 PERSONAL B ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 kciditional Insured Endt GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 an required by contract POLICY X PRO LOC -CGD246 08/05 attached $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1 000,000 X BODILY INJURY (Per person) $ B ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS T810019OP673 0/1/2011 0/1/2012 BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE Per accident $ X I UMBRELLA LIAB I X OCCUR EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 B EXCESS LIAB CLAIMS -MADE DIED X RETENTION$ 10,000 $ DTSMCUP019OP673 0/1/2011 0/1/2012 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / NER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? O (Mandatoryin NH) If yes, describe under N/A 4055760 10/1/2011 0/1/2012 X WC STATU- OTH- E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - FA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 5QQ 000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: 7417 Asphalt Surface Treatment Project The City of Fort Collins is included as an Additional Insured with respect to General Liability. 19702216534@efaxsend.com City of Fort Collins 300 Laporte Ave Fort Collins, CO 80522 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 i Threlkeld,'- CRIS/KAR--�-�- ©1988-2010 ACORD CORPORATION. All rinhta reserved INS095 mmnns m Th. A(:r)pn n.mn .nil Innn .re rcni.lered mark. nr Ae npn Insured: A-1 Chipseal Company Policy Number. DTCO019OP673 COWERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ iT CAREFULLY BLANKET ADDiTIONAL INSURED ..JCONTRACTORSj__ This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. 2. WHO rS AN INSURED - (Section II) is amended to Include any person or organization that you agree in a "written contract requiring Insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respecito liability far"bodily injury°, 'property damage" or "personal injury"; and f6) if, and only to the extent that, the injury or damage Is caused -by ads or omissions of you or your subcontractor In the performance of "your work" to which the "written contract requiring insurance" applies- The person or organization does not qualify as an addlifonal Insured with respect to the Indeperident acts or omissions of such person or organization, The insurance provided to the addttirmal Insured by Us endorsement is limited as folio", a) In the event that the Limits of Insurance of this Coverage Part shown br the Declarations exceed the limits of liability required by the 'written contract requiring Insurance", the in- surance provided to the additional insured shall be Limited to the limits of liability -re- quired by that "written contract requ)ring in- surance". This endorsement shall not in- crease the limits of insurance described in Section Ill — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", 'prop- erty darnaga" or `personal injury" arising out of the rendering of, or failure to condor, any professional architectural, engineering or sur- veying services, including: L The preparing, approving, or failing to Prepare or approve, maps, shop draw- Ings, opinions, -reports, surveys, field or- ders or change orders, or the preparing, approving, or falling to prepare or ap• Prove, drawhw and specifications and R. Supervisory, hispedixt, architectural or engineering activities, c) The insurance provided to the additional in- sured does not apply to "bodily 'injury" or "property damago" caused by "your work" and included in the "products -completed op- erations hazard" unless the '%Adtten contract requiring insurance" specifically requires you to provide such coverage for that additional Insured, and then the insurance provided to the additional insured applies only to such "bodily Injury''or "properly damage" that oc- curs before the -end of the period of time for which the '*ritten wntract requiring innsur- ance" requires you to ptnvide such coverage or the end of the policy period, whichever Is earlier. 3. The Insurance provided to the additional insured by this endorsement Is excess over any valid aro colteollbie "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement However, -if the "written contract requiring Insurance" specifically requites that this insurance apply on a primary basis or a primary and non-contributory basis, this Insurance is primary to °other imuranoo" available to the additional insured which covers that person or organization as a named Insured -for such loss, and we will not share with that 'other insurance". But the Insurance provided to the add"dional insured by this endorsement still is excess over any valid and collectible "other in- surance, whether primary, exuess, contingent or on any other pasts, chat is available to the addi- tional insured when that person or organization is an additional Insured under such "other insur- anne. 4. As a condlilon 'of coverage provided to the additional insured by this endorsement a) The additional lnsurad must give us mftttin notice as soon as practicable of an "asour- MOW or an offense which may result in a claim. To the extent possiNe, such notice should include: —CG"t)2 46'o1fDS cg 2oII5Tfie Gt "PauTTEavelers coinpariies; hto. Rage 1 of2 ' "- cressr Insured A-1 Chipseal Company Policy Number: DTG00190P673 COMMERCIAL GENERAL LIAh,. rrY i. How, when and where the °occurrence" or offence took place; u- The names and addresses of any injured persons and witnesses; and iu. The nature and location of any injury or ......demeg arising oiifaflhe °aocunehce" ar offense. b) ff a claim is made or "suit" is brought against the additional Insured, the additional insured muse: L Immediately record the specifics of the claim or"suit" and the dale received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immodiateby send us copies of all legal papers received in connection with the claim or "suit"; copperate with us in the investigatlon or sWement of the_ claim or defense against the "suft", and otherwise comply V Ib all policy conditions_ d) The additional insured must tender the de- fense and lndemnfty of any claim or I!suir to i i any provider of "other insurance" which would cover the additional Insured for a loss we cover order this endorsement. However, this condititnr does not affect whother the rnsur, anoo ptovidod to the additional Insured by this endarsement is..p6mary to "other insur-...... ance" available to the additional insured which covers that person or organization as a named In1wed as described in paragraph S. above. K. The following definition is added to SEC'nON V. --DEFINITIONS: "Written coatract requiring insurance" means that part of any written contract or agreement undet which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injuty" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b, yyh0e that part of the contract or agreement Is in effect; and c- Betcre the end of the policy period; -• '" P$ge 2 of 2 - ' 0 2110'M6 St Pdid Yraveler' Zo4ipbid6iyfna - ' CO P2 4s u Os- - ' I SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) ' DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7417 Asphalt Surface Treatment Project ' PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: ' OWNER: City of Fort Collins CONTRACTOR: A-1 Chipseal Co. ' CONTRACT DATE: August 15, 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 1 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 By: OWNER AUTHORIZED REPRESENTATIVE ' DATE REMARKS: W,3nNPol4lATe 880RiFABY HOAF£6JTp 915EES4SPH SBEA1.4Nt' 1IX WF Nf�Sa'4 HS FACRWGESAPFw L4rIBRYPG]D 5]ICIT STPE '[PFATffNi NV Wiwi Lsg@ 6! LvcErrsawnr smsnaEr W8!➢ARS aS a�vaTA. pAeesEw s x n wa sdo PBEWFa 3�AET svuA�I.vE sr Rsw�avSAi same z x ws sm3 ROMNEPPP£ IACR@[SR NAS BMOP°�AVE CAPESFAt J 6Z6 39X MATRA Cx BFipRJ!]AL LVRP.Y JJ. SVFFDIX Ibb&f88FIXWAS ➢]02YAVE R£®F.N114`. CAPE 2 n HS .9T 1pP C3 LG 1t 9AD - Ep 60 ]n RAC 913£OIAS[ � TA. CAPE 1 0 ]B IID i"I'VI VL 3�.A3i BREWffiI%1 SDbAiZNEai [£9L'P1�"SLV. SJSREY SFII 1 30 RS I,dSE SOFiDIER SSAFZA64PD EAI�HEHO 3EamFMtl:. CAPESFl3. S n 12W �Cfl HWABPIIEH COx6P8e1' RSI'iC#TN. SIAARPSFAL 1 1 B51 AeFA soeTOTA4 10yu s➢prPR.Ne eilTanmMnAc a. p � xLNEON.E c3 C31111 ST HS.w WBmINZW, S,cpRY ale. I 1 ♦o x_ g1n TAIL (� aAW BSM£. 'l4TPE 2GArF4N2 WP W�3a�36 YEx 6S R FND SII]SAR RE9931IL1I. £VARY ffAL 93B BI'AQ FOXCT RE�EEM3pC 00' T♦ A£ewRgSRAt s 10 14R9 RII'FOXR CG CM LPES HED kO%Q Q CID 9E50JENIIN. CIffi6�AL 3 I 34 11 910 PAYSwWDPAA'.�WYY@Alp BBf}S!(4P£ 2GAPSR.T yH Wp Wiffi I.gE $ EED FO%AV AEOFD%PD C[0 iF.w)prtGl. l,}I@SELL =4 M Ib �HABSMKtlpR nEtO PF3PAiL41. ftAftBP 9PpI. IFM ARFA4W ZOLgL A 5 ♦SW SFRNWCp➢➢A ClIBEBWJ]D D8 TA ®Fl. i'1'SAL ftLeRT PEOI. ♦ 3 J.W9 CR4RWWDCi VR 9£Np� pFgmEVY1AL 1IIDB0. xe 9C 1]56 AIWFWWO(Clap ffAi.PP.38CA,LDF/u�£41®Eb]a 6'I8hg4YA iSJ.Tt4l+i tl! pV W.BLLUHT 94 CREE6WCGD DA illlR R]AXWO➢L@ SRAILWOOD DR R®ININL @ARRY 6EV. 5 1 100E ♦}N APPI£01! O41N AP0.LD0. �. QU-CRSR 3E9mIlTjE ffi I 9 3,01 OWwODp C1' WA'D R66°3YI:lt a.11RR9 @J.L KB 34M APFlE ➢R Np]➢ RE 60)EM� Wx 6TVOOD CF EAH.WOOD pR RE�6MGL SL4HRP aN. )0 90 6Jl F059LeRR]CR OEFPHL562 RFAp SRFOu.NR.V. OBEY V,xW BID(WW�ffi RT1W➢WO.Z DR CA5RW00Dffi PESE-)MILS 35 � lN0 APHExW OwRENOON kNe AESHffH3YE D[4. 1 3 3.13E R➢SNWODpR W3II1 EOaTR'OCD➢4 P�M'IYW a.V08y aFAy Vf 8L].Nt1/CP sCF3M D4 eE3mFNl'GL C Z}51 SAOENDD➢D8 CAEIXVKVp DR FwpL0.pDODd OFSI:FMSAL 9.VARY 9FAL 31 IP3x 3,M 1 6C! 3WVASENH¢f _ _ TAXWEWWDVp RW.pNW¢03)4 Eo..4lW eIIpFM5A1 4y0RY aIJ. IOW ♦t16 APAE BLRaDLDW xp936 CAEE[DA :FEm@RLt DBt CBP _ ;®i SEM.WD0D➢8 CFF9cWWppB EOSIWOD➢DR PFE m310AY 6N. 91S S➢➢ PMJiIDE to F480. @P61$ 4flS 3Q519ENpAL D�.CIDP 5 4 s,t@ pHEAE0Hi0[IL 30 16 PfwLFdv CI BCFa3C 8R 0b[m iEamsxaw. C3Gp BEaT. 3.W PI£43AM BII.I.M F0.�.¢FLRDR aEND BFBmeNSfAL CMeEl.. Z93 w➢LW3DD FAP#($LRV 69.L) P(AEET 2pPE '.AFASI4N[ tq pV wli4lapb 8L� Ecv4c DR solmxDaar Fps�.cEmcw EE®ExI]AI, amsA.. o �3�reeARAlm mRaelxnz �vmAL a JE ns ?vii APEA W8S0'U.L 33 zo P[pl WNGOCOtJr CO3®El9'DA NQ4.9ARA aA P�E15211 Ix Is 3♦ nW IUSA D3K(10R WOIGOCIXN v 3n I533 FdeQ. DAEE5A8E Gdli tiP.iSt4PFE ]YASJ�xS Ed WV 9FJ%Le{A BY 31P^2AB.R Cf Npp NpEBP8P D4 H®e3iiLlt SI.1iA8YFW. L 5RCORWwTERM ROBR£BP AD SwDTMWNDR � NFMJ ¢ipIW MB 8EWT`l'LV. 6L➢�40-vll. I 183 1,19f CRANE DA PRM 36RONCY ¢P �pA _ PMW 2yW CmE [OAH6r�ffi NLNE6IMDR BFffiTAL @.®A4tElL 3tJ DTP EOeEIR wENp 8E°m@lZ1N. C� I I 1JIO pPEASVE}GTAL 16 IB g3U1 EDRCIIN AOJ@Y8D 3�EN[LI CAFE 9E NN4f1ID68 Ct tADY MgIi➢E FplOfllfl@AR FEffiN➢nl. CPPL'f1t 1.Iq PA81fM➢Lrt9 eOC; PAHHDR Sd[AFD SENp SF90)ENpAL CAPE9GL 3R4YD3HE984PPRA-NIC. SYPE S6nliffi:i N2 WV W�I.q& BWAFAY R➢ Z�Y.PBRD HOCRPAA%pP. @e9�NSy1 CPFEBEU. M 1] Up IAN➢CAMNDPTR }dP PMffi30195 SILARP K L>Po WSND EEI.T BE�ENI'iAl CAPE SEV. E 1 M M F.ISmpDBPA8% 80SJIR SIJr PAH®i3103 B.DRR4 aAL SOdN BELONGS N£� EEPD EEEm6.R1'igL CAP6 BFAL 9 ],TfE �]ND PA@K NGxffiTFIDE9SA41Wt PAECNp]M: SLl@R4 aOf. �dV ArtxW WI ♦B 30 n,a3 APFA S9BTfYlAt 0 O Sni e3PAH6?ffCAP$DFdL) 91.14ETFPK TdiA'If3.NE M9. P!V WTI LLB 8T SpYN.ERPZAWB yi BL@8I'EMCS APDWAIX DH H£60JEMU9 CavE SSSA (�Etva3.(� J U pm 1ffMpW R➢N S¢ BDAR➢tVA1aC DA IPAFBi".MR HEWMIb:. C A is6 ].66 CWPesX.lCm3S01� 03p BNBSC31pRA09R N9T 9Et9 %E90xpFI+A` Cl.PE9Ev. tl5 x�ol! CI➢P J:.ffS�e (RK; 9tE[:f�(FC�i S00 400 1].596 ARG3[IBSMw I 10, W MSIpiA I!m 29.SPf flpP E49EU.ICCLI'CPBS ➢4 OUp WfgpIAND PAPX (,Q.YA.Y adl) 8Sffi'TVAH ]AFA'IjAQR HE W p9pyg0e BY 9.➢HRYSEnL@Eam3N➢ALY LI W ]IAIi pOANSV CANY444f RE®9aaRAE EL➢FRZ..aAAI. V7a=nL IC OISECSCRI 600 40P 0 165a eE0nE s. 86W TpE g,vA3Y aJl. a CAPE vyI, WFffirtMVay TPl NW fb,Ax oR.�� .Nn cANYrnaRi xsawvFRner. n xPavSEW➢A:. B.IDIAYRFAE x ua ImaY SPu@Aesv+n3aT3 .I3e 1R9AtlE@DE aL ZEgEepD 9END�E EE�Flin4L PI.9RRYeFAL ]q 13 J{ 193x ],� PiPX9CAPE9aw3. @1R%A'pldll p0P SPo L43E POEEMSE C.' S?Sw VFRD£i SE BE�Q➢LE 91D0¢PPcex. 0 n 19 PMeLE4 190.W9 3[ . WENp PLVDCLNYON Ef g➢EMiffy HI.VARYSZV.1 31 Sn A6A 80840[AL 1d.1N AEEentlum2-7417AEphPt Suo-mTree§ ent Pr*d Pape6dR SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 20 TO: A-1 Chipseal Co. Gentlemen: You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by A-1 Chipseal Co. for the City of Fort Collins project, 7417 Asphalt Surface Treatment Project. 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 August 15, 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: [1 SECTION 00650 ' LIEN WAIVER RELEASE (CONTRACTOR) ' TO: City of Fort Collins, Colorado (OWNER) FROM: A-1 Chipseal Co. (CONTRACTOR) ' PROJECT: 7417 Asphalt Surface Treatment Project 1. The CONTRACTOR acknowledges having received payment, except retainage from the ' OWNER for all work, labor, skill and material furnished, delivered and.performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, ' design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the ' buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of ' the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further ' affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the ' CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and ' adequate description of the property and improvements to which this Lien Waiver 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. n Signed this day of , 20_ CONTRACTOR: A-1 Chipseal Co. By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this by Witness my hand and official seal. Notary Public My Commission Expires: day of 20 , I SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: A-1 Chipseal Co. PROJECT: 7417 Asphalt Surface Treatment Project CONTRACT DATE: August 15, 2012 ' In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for ' (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. ' IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , 20 ' (Surety Company) ' By. ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. [1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE 6 CONTRACTOR APPLICATION DR 0172 (12/98) FOR COLORADO DEPARTMENT OF REVENUE DENV ER CO 80261 EXEMPTION CERTIFICATE (303)232-2416 Pursuant to Statute Section 39-26.114(1)(a)(M) r MnT WPITG IN THIS SPACF 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). FA/LURETO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Registration/Account No- (to be assigned by DOR) Period 0170-750 (999) $0.00 89 - CONTRACTOR INFORMATION 1 Trade name/DBA: Owner,partner, or corporate name: Mailing address (City, State. Zip): Contact Person E-Mail address: - Federal Employer's Identification Number: :Bid amount for your contract: Fax Number. 1 ) Business telephone number. Colorado withholding tax account number, Copies of contractor a'greeinent�pagesl(i)'identlfying'the contracting parties !EXEMPTION, IN FO.RMATIO,N and (2) contain n signatures of contracting parties,rnust be attached Name of exempt organization (as shown"on contract): Exe organization's number. 98mpt - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contacts 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' -_ 1 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: DU NU I VVKI I t btLUVV t HIJ LINt i 1 1 Special Notice 1 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 1 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 1 involved in the project and complete it by filling in the subcontractor's name and address and signing it. 1 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. iOnce 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 1 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 1 may delay processing of your application. 1 1 i [] i 1 1 1 SECTION 00700 GENERAL CONDITIONS I GENERAL'COIYDITIONS OF THE CONSTRUCTION CONTRACT These GENIE AL CONDITIONS have been dtiveloped by using the. STANDARD GENERAL C O-ITIONS OP TUM CONMWC-TION CONTRACT p_rrparerj'by the Enginccis Joint Contfact Ducunicnts. C'omniiitce,F:Jt;,1](:-Nn•'lyl(t-8(1QUUECiiEon).asa'ii3sc Changcsto this hocument are shown shy underlining test that hash en added and striking throu`•h lest that has•beenMeted, [] 1] I ' MCDC GI M F RAL CONDITIONS 1910-9 (19.90 EDITInN). WITH CITY Or r'OXI",COLLINS'MODIFICAI'IONS (REV 9/99) Article or Wragraph Numhcr X"lltle' DEFINITIONS TABLE'OF coNTr-.N-Fs or, ca.,NERAL.CONDMONS Page Article or Nragraph Num bei Number Title 1.1 Addenda ............................................. 1.2 Agreement ... ; ...................... .......... IA Application for F'ayffien� ...................... 1;4 Asbestos ................................:::..........I ...... ......... * I ,., 1;.."... 132 ............................ ............. 1.6 Bidding"%unients ..... .................. b Bidding Requirements..,-.,-..,.,,, ............ I I_'q Bonds ..................................... 1-9 Change Order ... ............. I.I() Contract Mew I i . ents., ......................... 1.11 Contmlct.Price, ......... --------- I 1; 12 Contract Tiibes.,, 1.13 CONTRACTOR .................................. L14 defective .. .......... ........ t ........... 1.15 D6%kings 1: 16 Mctivc Date of the Agrectrant., ......... I I r17 ENGWEER ................................ I 1.18 ENGRIMEWs Consultant ..................... :1 119 Field. Order ... , ....... ! ......... �;­ ---- ­1 .... --- 1 1.26 * General Re�quiremcnts., ......... ............ I 1.21 Hazardous ............ ............ 1.22.a Lalvs and Regulations; Laws or Regulations 2 1.22,b ...................... Leo 1161idays.� ........ . ........... * I 1.23 Liens ....................... I .... ...................... �) 1.24 Wilestone... .......................... : I ............ :.. 2 Lis Notice of Award .,,, , _------------------------- � I I i-6 Notice to Pr6cced ........................ 2 1.21 OWNER ...... ............... 1.28 partial Utilization,,,,,,,,,,,,;,,,,,,,,,,,,, 1.29 PCBs ................ 1:30 Petroleum..-- ................... __ ........ 3] Project ...... ................. 4 ...... ...... 1314 7 - Radioactive Material.,.... ......... I ...... 1.32;b 1 Regular WorkingHours .......... I Resident Project Rcpsesentalite .......... 1.34 Samples ..................... I ...... ................. 1.34; Shoo Drawings........_..._ .... ................. 2 1.36 Specifications ............... .......... I 1:37 Subcontractor ...................................... IA's Suhstantial.Comlilation ............. ........... 2 L, .79 Supplementary Conditions,,,,,,,,,,,,,,,,,,, Lou Supplier.:-; ...... ........ 1.41 Underground realities._ ... 3--3 1_42 Unit Price Work ........... ... 10%: .... M... 1.3 11.431 Work ........... ..,: .......... ......... ........... '&k Change Dircctivcj -...... ---- ... 1.45 Written Amendment.,-,., .. NAM Numb&e PRELLM[NARY MA ' TTERS, ...... ----------- 3 2.1 Delivery of Bonds ............................. 3 22 Copies of Docuaicm�.., .... .......... Commencerfitmt of Contract Times; Notice to proceed ........... 3 2A Startinp. the Wok. . .......................... 3 15-3.7 Befoiz Starling Comtruction. CONITRAC.TOR'skesponsibilily to Report: Preliminary itmry Schediles; Delivery of Ccrtificatcs of * ' n'surance ........... . ­ 3 -4 2.8 Preco-nstructioriConference 4 2.9 ..,,.-, ...... Initially Acceptable S6.edules ..... ;l, CONTRACT DOCUMENTS: INTENT, AMENDING. RHU'3P,..­......_­ 3,1-12 Intent ­ + rications of Technical Societies: Reporting and ResJfving Dis- creponcics; ....... ; ................... 3.4 Intent of Certain Terinsor .......... - 5 1A Am ending Contract D1bcLments_.­.; 3.6 S4ppIementingl-_on1ra(;f Documents ................................... 3.7 Reuse Qf Documents: ........................ 5 4. AVAILABILITY OF, LANDS; SUBSPIPTACE AND PHYSICAL CONDITIONS. REFERENCE POINT'S .. ... I ..... I-— ....................... 5 4.1 Availability of Lands- .: ........... I ........ $-6 4.2 Subsurface and Physical Conditions 6 2.1 Reports and ...... 4.2:2 lam ited Reliance by, CONTRAC- TOR Authorlz6d, Te'&'huical Data_ ......... ....................... : ........ 6 4.2.3 1 Notice ot'Differing Subsurface or Physical Conditions ... * ............... ¢ 4. 1-4 R'N'GfNT-.F--.R's Revic A ......................... ... * ...... * ............ 2 �5 Possible Contract I )acurnents Change......................................... 6 4.2.6 Possible'Price and times Adjustments...,.- ;� ........... .....(-7 4.3 Physical Conditimi sz-Onderground facilities .......................................7 4-3.1 Shown of Indicated. _......... ...... _'7 4.3.2 Not Shown or Indicated_ .................. 7 4.4 Reference Points....,......................... 7 EJCDC GENERAL CONDITI ONS 1910-S (1990 10111UNI wi aTy or FORT cou.m's %ior)mc;kTio\*s qax gr6q'i Article or Parngraph Number 8:'Title Pa¢c Articicor.paragraph "Number Nuniher &'Title }\sbesto,. PGLis;"Pelrbleum, Iazardous Waste or Radioactive .. 7-S BONDS AND'INSLRANC$ x 5.1-5:2 Performance: Yuyancni t niI Ulhcf IIonds =S 53 Licensed Sureties and Insurer~ &i ildicatesoflnsuinnce,,,- .4 CON-FRACF012's Liahility Insurance,,,,,,,,,., '9 515 OWN1:R's Liabihh lnsuronce 9 5_6 Property Insurance - 9-10 5.7 Boiler Arid Machinery or Addi- tional Property Insurance...........:.....10 3.13 Notice oFCancellation 11rmision _,-...., Iil 5,9 CONFRACTOR'sResponsibility For Deductible Amounts J0 '5,10 OtherSpecial Insuranee„...... .........10 - 5.11 waiver of Rights.....,,,;z .,......,,, .... 5.12.5 13 Receipt and Applimlion of ,11 Insurance Procccds ....................10-11 5.14 Acceptance of B6hds'and Instr- ante; Opnan to Replace_,,:-, ...11 3.15 Partial Utih2ation TY6Iacrty Insurance ......: ... ................... -11 CONTRA(((WSRESPONS1BINTIEh,,;:,_II 6.1-6:2 Supervision and Superintendence;I I 6:3=6.5 Labor, Maiciials,and ..hquipment., 11-12 6.6 Progress,Schedule ...... ...................... .12 A'7 - Substitutes and "Or=Equal" Items; COAJTkACTOR-s Expense: Substitute Constructi6n Methods or.Procedurest FNUINFGR's F:valuition,,, 12-13 6.5-6,11 `CuncerningSubcontractors, Suppliers end Oihers Waiver oFRights ...................:13.14 6.12 Patent Fees and Rayaltics............... :.... :14 6:13 Permits.;,-._„_, „ 6,14 Laws and Regulations " )4 Ci, 15 _ TeSes 1.14-15 .6.16. .Use of Premises.:, ,15 6.17 Site Cleanliness„ „ 15 G,1S Safe Structural Leading .............. 15 6.19 Record Documents l'5 6.20 Safety and Protection I5-16 6.21 `Safety Representative....,,,,,, 6.?-' liamd Communication 1 rograms„ ; ,,16 6.23 Etiiergencies.... ........... ...... 16 C:24 $hop Drattings and Sltmplcs. , . 16 Page Nurnh�ir 6;25 Submidal Proceedures; CON= TRACTOR's ReviewPrior to Shop Drawing -or Sample Submiital 16 6:26 Shop I)ra vine & Sample SWirt it- tuls Review bv'ENGINE h,,,,„16-17 6. 7 Responsibiluy For variaticros Front,Contract Dtcuments..„ ., ,,,17 6.28' Related Wort. Performed Prior to FNG1NLl R's Review and Approval of Required Submivals 19 639 Continuing thL W4x1.,17 - 6.30 C01,"1'RACTOR's General Warranty and Guarantee ..... :.....: ... 17 631-6.33 Indemnification _,__,17'lx G.34 Survival riFObllgati ns .....18 7. :UF1MR WORK ...:...............:......... IS Ti-J 3 Related Work at Site............:..........Ix 7-4 Coordination ;18 .9, OWNER'S RBSP(WSI.BILIT1ES, ,,,,.,,;;;,,,,,,,,;,,,,15. xa Communications toCON= TRACTOR IS ,5.2 RctlNeementofENGENEER IS .8.3 I'uriiish Data andPayProniptly When I?tte...........: lx SA Lands and EaservenLi; Reports and Tcstt. D:5 Insurance..............:........_....:..........19 S:7 lnspcctions, Tests and Approtmis .::.:....................19 S;S Stop orSuspend,Wurk; Term mate COATT IkACTOR's Services„ ........ ,. 19 $J Limitations on OWNER S Responsibilities, „_ .......... , ......09 S:ti1 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material , , ,. ,.,',19 $:11 Cn idenecof Finaneul Arrangements.,: , ... .1i) 9. ENGMTEER'S STATUS DURING 'CONSTRUGTlQN ..:.:................. ....19 9.1 IOWNFR'SReprescntatite ___ 19 9.2 Visits to Site..., 93 Project Representative. 19-21 9.4 jclarjGcations and lnlePpre- taltons : ....... '! 9.5 :.........:.................... Authorized Variations in ttork 21 LJCDC C`tbaa- .U. C'O.NDMONS 1916•S(i990 GUl❑ONI wi dTY Or FOR? COLl:I S MODIFICATICiN.l'-IRFV 9i991 Fort of Purchasing Financial Services Purchasing Divlslon 215 N. Mason St. 2"° Floor PO a. 580 Fort Collins. CO 80522 a" 221.6775P2 9701.6707 fcgov.com/purchasing ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7417: Asphalt Surface Treatment Project OPENING DATE: 3:00 PM (Our Clock) August 8, 2012 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 — Revised Bid Tab Exhibit 2 - Revised Specifications 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 — 7417 Asphalt Surface Treatment Project Page 1 of 4 Article or Paragraph Page Article or Paragraph Number &. Title Number Number,x"ritle 96 RejectirigD?jeclive 1 93m9-9 Shop 1irawinM s, Change Orders and Paynients ....................................21 9.10 Dctcrmiqmcfis'for Unit Pricc.i.. ..... 21 -22 t). I 1 -9. 1 J, Deci'siom% on Disputes; ENGI- NEER as Initial Interpreter,; . 9.13 •.•....... Limitations on El`'G INIEERs AuLhofity and Responsibilitio_.,;2-123 CHANGFs IN THE, WORK ..I.....23 10.1 OWNER's Ordered Change .................. �13 14. 16.2 Claim' for Ad' justment,..., ....... _,_23 10.3 , Work Not Required by Contract Documents ...................................... 23 10A Change brclers.... ..................... ....... �23 10.5 Notification of Surety ............ _ ... .... , 23 CHANGE OF C(.)iJTPA(T('PPI(,I--1 ............................. _13 I I. I-1 I -A Contract Price' Claim for Adjustment_ Value or the Work ..... r„ ----------------- 723-24 11.4 cost orthe'Work 24-25 11.3 Fxclusi6ris to Cost or the W6rk ......... ;.25 11.6 _:. _ 1. z ...... ._-25 I I.i Cost Records ----- ------ -- 25-26 'I I: S, C ash Allo%'ances ............................... 26 11,9 Unit Price Work ................................26 MVNGE OF CONTRACT.TMES ............................16 I Claim for Adjustinctit-..... ................... 20 12.2 The of the Essence .......................... IM 121.3 Delays Beyond CONTRACTOR'; Control.:.:.,:. _...... I ....... 26-,27 12.4 Delays Beyond Oft'Ek's and CO\7P-.k(-,TOR!s Control ................ 1�7 TESTS AND INSPECTIONS: CORREC.Tlb'\T REMOVAL 0RACCEPi.4dNJCH OF DEFEMVE WORK .................................................. 27 13.1 Notice of-Dcfecli .... ; ..... * .................... 27 13.2 Access to the Work........_ .. ............. . 27 13.3 Tnts and lnspcctibns; COINITRACTOR.s Cooperation ........... 27 13.4 OWNER's Responsibilities: Inde T,endent Testing Laboraior% ....... 1-7 IS CONATEZACTORs Responsibilities ........ ............. : ........ 27 13,6-13-7 Covefing Work Prior to Inspec- tion. Testing or 13:8-13.9 Uficoverini Work at ENGI- Nge Number NE-ER'sRequest ...................... 27-28 13.10 OWNER Aiy,Stop th6 Work -2-8 13.11 Correction or Removal of .......................... 2 . 8 13,12 Correction Paiod_� ... - 'is 13.1.1 Accepuinoe 617Defecfhw Work,,_...,28 13.14 0%\rNT-R May CotrecL Defective \Vork..: 28-29 PAYMNTSTO CONTRACTOR.AND compLF-rioN '19 14,1 Schedt tic o - IF .. ... . �29 14-1 ' Application for Progress paynient_., 19 14.3 CONTRACTOR's Warr"linty of Title....... ............................ 219 14,4714,7 Review 6f Applications. for Progress Payments ................... 29-30 14.&1 4.9 Substantial Cam plition._., 30 14.10, Partia.1 Utilization. ............ ------- 30-31 14.11 Final Inspecticirt., ............................31 14,1 Final Afirilicition I`br.R`iymcrij,;-:.,:31 14. 13- 1 4.14 Final Payment and Acceptance .... .31 14.15, or clatm's,............ -.11-32 15, SUSPENSION' OF WORK jV\TD V, R M I NIN I - I ........................ : ...... I ... ......... :32 115.1 OWNER Miy Sdspend Work., ........ 32 15.?-15A OWNER, K4iiyTcrmifiiIc,,.,., ..... -.32 I i.5 CONTRACTOR May Stop Work or Term 16- DISPUrF RFSOLITIFION .33 17, MISCFI,I,A.N'FOU.%; - ---- r-1-:1 ---------- 1 1 1. - ITI Giving Notice ... ................. 7--­- 33 17,2 Computation of Times ... ................33 173 Notice of Claim... .......................... 33 17,41 Cumulative genncdics,: ........... :- ........ 13 17.5 Professional Fecs:and Court Costs Included.:_ .........................33 17,6 Applicable Statc Lailys ................. 33-34. Intentionally leftblank, ...... ............... ----- 35 EXHIBIT GC -A; (Optional) Dispute Resoltnion Agreement .................... W-Al 161 16.6 .Arbitration,.,._ ....:... ....... Iz-1-(X--Al 167 mediiition.; ...... bcu GENIUCALL CONDI I IONS 1910 -8(190 EDITION) wt CITY OF FORT c.oun,,s.moDmcA1ic)\"s (Rr.v gicig) I I I I I I I I I I I I I I I I I I INDEX TO GEMIZAL CONDITIONS. City of Fort Got fins modifications to the Ganefal'(,onditions of the C.onstruction'C,6ritract are not shown in this iridex Article or Nragraph 'Nunabc'r Acceptance of — Bonds and, Insurance.;, ................ :. ....... 1: ......... 1.3.14 fdefecdve Work 10.4.1. 13.5, 13.13 final payment ............ .......... Q - 11, 14,15 insurt!pcc,._. ................ ................ .......... I—- ... 5.14 bithe , r work- by CONTRACTOR , ........... J.3 'Substitutes,and "Or Equal Items � 71 Work - I)S,'01WrKF R 6_ Of 6,34 Acc&ss to the -- Lands, OWNER and CONTRACTOR responsibilities ........ J., site, Mated Work ....... ------ ........... ....... 7.1 Work _ .......... 13.2-13.14, 14-9 Acts or. bmissions--. Acts find Omissions— CONITRAC-IOR:_.- ....... �._,,6.91, 9.13.3 ............. ........ 0 ^ WNIER ­ ............. * ..... : ...... ............ 8.9 Addenda--deftiLition of (also see definition of Specifi6atibfis) ..... :.(1.6, 1. 10, 6,19), 1.1 Additional 'Property lhsurancc*, ......... ;.,: ........... ; ...... 4;.7 Adjustincnfs-- Contract Price or Contract Tun �s I 'AjA,12. 4.5.2 __7 ................l,5,3.5,4 ..... ...... : ............ _,,4_5.3, 9.41. 9_5,10.2-10.4, ...............................I I. 12, f0q. 1.5,1 progress sc ule ............... ................ ........ Apreement-- clefinition of ....................................... ,_t 2 "All -Risk" Lnsurance. policy form,,,,,,,,,,, 5. 6.2 Allowaii6es, Cash li.8 Amending Coraru6t Documents Amenchu , eni, Written— ingcncral� ........ _...jJ0. 1.45, 3.5, 5:10, 5,12i 6.6.2 ......I.....,;,...... .A.9.2,6;19, 10.11014, 11.2 13,12.1; 14,7.2 Appeal- OWNI R or CONURACTOR intent to ...................... -.9.10, 9,11, 10.4. 16,2, 16.5 Application for Pay;meht-- &finitl6n 0 F.14GFNFFR's Responsihilitir ..................... .......... M final payment,,,,,,,,,, ,,,,,,9-114, 9.13.5, 1 4A 2-1'4-15 in general .......................... 2.8. 2.9, 5.6.4, 9.101 15;5 Progress payment ... .review of Arbitration ....... 16A ......... ­ .......... Asbestos _- claims pursuant thcfctq� ....... 45.2. 4.5.3 . . . . . . . . . . . . CONTRACTOR author I i zed Cq stop Workj.. 4.5.2 definition of ............................ !, ......................... t.4 Nitinber OWNER respcnsihility-far......._...._ ............. a.5A,.8-10' passible price and times . . . . , . 4.5.2 , Authurized.Vuriat�ions in Wo'r'k ......... �3, . 6 6.2 5 6 2 7 9.5 v ribili o Linds ... : ..... ...... N i'tift tY, f ......... 4A. 8A A\vatd, Notice of--dLfirted Starting, 61ilstructioR .... ............. ........... 2.5-2,8 ,Before Bid--clefiniticin of, ............ _ .......... 1s(1,1 : Litt, 2 .3,33, ------ - ­.; .......... ,A 2.6,41 6.13, 11.4.37 1 1J."]) Bidding b6cuments-definition of tj,6 (6'V) ,Biddifi--Requirements :"clerimtim, of ....... :7 ................... 1: 7 (1. 1; 4,16-2) H66cls­ - acceptance of ...................................... ............. 5:i; additional Li6n&-. I ............... ...... 10.�t ll.-4.5;9 _. - , Cost of the Worts .......... .............................. I � I IJA defirrition of._- .... ---------- ...... . delivery' of.....r 1. 5,1 :final Appli6atanf6r13aymcnt 14,1244-14 general � ..................... ......110 5.1- . 5. . 3,5.13, 14.7' Performance; Payrneiot and Other_._.,_. ,5.1-5,2 Bonds andlitsurance--in general ................................. i Builders i1jer's risk "all-risk" policy forn! ................ Cancellation Provisions, 1n.sumncq..,_,._5 1 .4.1 . 1,5.8, - 5,15 .Cash allowances, ......** ...................................... ­ jigs (;crtifjcaieof Substantial Ci3mpleticin ......... 1.3S, 6.30.23, .......... ........... .......... Certificates of Inspecti6ij - ... I ... ­:­­,,)A.4, I 113.5,44.12 Cerlificate$ oUnsurance ...... 5,4.11, 5-4,13, ..................... 5;6� -').X, 3: 14, 9.13.4, 14:12 Change in Nittract Price— -, Cnish, Allowances ....... 1­11 is claim for price adjustment........., ..4), 4�2.6,4.5'1 5�15, 6-8.2f9.4 .... 9.5, 9JI, 10.2, 10.51 1 L2. 1_19, - .............. ........ 33,13. 13.14, 14.7. 151, 15:5 CONTRACTOR fee ........................................11.6 Cost of the Work general .............................................. j 1.4-11-.7 Exclusions to, ........ 1:5 'Cost Records... ........... ....... ............. j 1.7 in g6ricral ... 19,'1,44. 9,11, 10.4�2, 10 1 .4 3 . i it Luinp Sum Pri6iig ....... ............................... 11:,3.2 Notiti0titm of Scope Of, 16.3,10A � ...... ....... --- TLsting and inspection. ............ Uricciverin,; the, Work 13,9 EJCOC OL&IACAL CONDM6Ns 1919'-s (1990 EDON) iv/ an, 6t,, m RT 1vfe)T)iFT6VnCf1S-,'i1MRRV 9/99) I Unit Prig: N'ork.......................................... 11.9 Article or Paragraph Nitmher Value of Work :...................:.........._............. ij1.3 Change in Contract'MIL-- Claim for times adjustment.,-...; 411: 4' 6, 4..), 5,15, 6.5.2. 9.4 9.5- 9.11. 10.2. IUS. 12.1- ............... 13.9. 13.13, 13.14, 14.7. 1 i:1. 15:5 Contractual time limits,: ,,..... --1:,,.12:2 Delnvs bxvo» d cb-xTRACTOR's control,.,: _ ..............:................. ....... ......... 12.3 Delays beyond O\VKER's and CONTRACTOR's control ;.._,..:..:.:._e...:...--12.4 Notification prsurely ...... ......... ...... JQ Scope of change........................................10 3-10.4 Change Orders -- Acceptance of Defective \Vo6 --------------------- J3.13 Amending.Contracl Documents ........ :....:............ '� 5 Gash ,41loiva� iccs............. ........... ........:............. 1 I :b Change of ContracljPrica...:.....:...........................I 1 Change of Contract Times,.,:,_- Changes in the Worl.......................... ........10 CONTRAC.TORs fee ........................ ........11.6 Cost of hc.iVork......... :............. ...:....... :.:..11.4-11,7 - Cost Records'-_ ::::.............:....:.......:.....::.:. 11.7 definition of, :.. 9 em ergertci es..................................................0.23 ENGIN ,M- s responsibility. , 9.8. 16.4, 11.2, 12.1 execution of P - ,...-.,,.,ll),4 Indemniliction,--,-„..................G:12.6.16, 6:31433 Instlrancq Rondsand........................ s,10.5-13, 10.S OMIT- mayterrmm�tc...:..........................5.2-1. OWNERS RSsp9nsibility, , _;,,,,., A 10.4 phvsical Conditions — Subsurface and-,,,; .... r ........... l', Underground Facilities...............„-.............4.3. Rccord Dacuincnts: ,-, ,_. :.:--- .:....6.19 - Scope of Change ............ .:........ .. _-----110.3.10.4 Substitutes ............................................. 6.7.1. 6.5:2 Unit PriceWork...............................................11.9 value of Work. mvcrcd Sy ...... :.........:..:....... ....:11,3 Changes in the Work ............ 1Q .NotificationOfsurety ................ , Itli OWNER's and C0\TfR-4CTOR's responsibilitres.................__-.-- ,.._............. 10.4 Right to an adjustment ............. ............. ........ ...IC12 Scope of change........................................10.3-10A Claims — against CONTRAM'Ok. ...... ...................... ,. 6.16 against ENGINEER .......:..: .. ........ jz.6,32 against OWNIFR...............................................9.32 Change of Conlracl Price ...............„ , ..... 9.4, 11,2 Change ofCcntract Timcs..........................:4.4. 12.1 CONTRACTOR's............. 4, T1.9.4.9.5: 9.11; 10.2; .......................... 11.3,11,9,12.1,13.9,14:5; 15.1. 15.5. 17.3 CON'IRAC.rok's Fee-!" .................. -11.6 Article or Paragraph Number CONTRrACTOR's liability .5:4. & 12., 6,16, G,31 Cost of the Wof ...... .. .. . . .......11.4, 11.5 Decisions onDisputes ........ 9.11,9,112 . ............. Dispute. Resolution, ....... ........... ...................... lo,l Dispute Resolution Agreement .......: ...........16.1'16.6 ENGINZER!Is initial interpretor.. ,,. Lump'Suni Pricing-.::., 11-3.2 Noticeof ....:........:.................. ..:....... :..:........ ...... 17;3 OWNER's„— 9s1, 9:5, 9A 1, 10.1: 11,2, 11,9 12.1, 13.9.13.13. 13.14. 17.3' OWNER'S liability.. _........ ,... .5 ONVNERmayrefuse (omake payment ,;,;,,,,,,,,,,,,,J4.7 Professional Fees and Court Costs Included.-. ..:::.:.:.:.,.,. .....17.5 request for fomitil decision qn,.,., ,. ;::;9.111 Substitute Items,,,,,,,,,, ,,,,,,, ... ,,....F, 711.2 Time Extension....:..................:..........:..............12.1 Time reyuirzments 9.1I' 12 1 Unit Price Wort. -- ......:........1.1:3 _-_;11.9:3, Value of ..................... ........ 14iaivcrof--9nFin:ilN ficnt .... :...:..:..... j4.14,14,15 Work Change Directive,-.,,,-„ :,.-, 1i1.3. 1.,.--„:_;,--- written notice required.,. ,_-::,,,,„, 9,11. 11.2, 12,1 Clarifications and Interpretations, .... 3.6.3, 9,4.. 9.11 Clean Site' ..... ... ......... 6'17 Codes of -I cchnica) Spaicty�, Organization or Association......................::..........................33.3 Commencement oft.6ntract'fimes:_-,.......... ..............2.3 Communications — general ,-, .......... 6.2. 6.9.2. S. I Hazard Cgmmuniciition Programs ..,,...6??- Completion-- Final Application for Payment,............... ........14.12 Final Inspcetinn__--.-,_ Final Payment and Acceptance .... .--,._.....14.13-14, 14 .Partial Utilization ......................... ......:............14.10 Substantial Completion ........-•.•„........J 38, 14,S-14.9 Waivcr of Claims ...... :..:..:...... :..:...::....::: ...... ..:14.15 Competition of Times,-_ Concerning Subcontractors: Suppliers andOthers ................................................. Conferences -- initially acceptable schedules......-„ .................... 2-9. preconst ruction...................................................1.8 Conflict Error, Ambiguity, Discrepaiicy— CONTRACTOR to keporl _ „2. , 3.3.2 Construction, bcfgre stetting by CONr. RA(11'OR ........................................... 2.5-2, 7 Constriction Machinery, Equipment, etc ......... ....0.4 Continuing the Work ..................................... 6.29, 10.4 Cantract Documents - Amend ing:.............:...........:..................:............3-2 Bonds..............................................................5A FJCDC,GGId17LtL CONDII"IONIS I910-a 1199V EDITION) wt a-ry elf FORT 6ou.n.'S MODIFICAMMIS (REV T99) I I I I I I I I I I I I I 11 I I I I Cash Allowances ILH .Article or Phrligraph . I Number Change of. Contract Price.........., ................... I I Change of Contracijimes 12 ; Chiinges in -the Work check and verify ......... Clariltica tioris and Inier pretatiorls.-,­, 3�'�)I'-3:69'4t 911 defulition of, IAO 'a-s;i'fi'it'ial inter preler a ........ FNCiiNFF'k as OWVNFR's representative .............. 9.1 generuU Insurance .................. Intent ................................................. '11'3.4 minor variations in the Wrk ... I .... - ... I .......... OWiNk*s responsibihty to furnish data_.,,.... .... 83 OtIVINTFR's responsibility to make prompt payment ...... ...... ........... t83; 14,4, 14:1-4 precedence .................... ..... 3. 1, 333, �Rccord Da uments .... . 6. l'q '-,- ........... ..... Reference to Standards and Specifications of Technical - 3_3 Relited Work Reporting Find Resolving Discrapincies, 15, 33 Reuse or,,, Supplementing,,,, -. "'*"* ...... *"*'*'*"* .......... �3.6 1 Teiaiinafion1 of ENIGFNEERIsEmbloyineiij.. ........ A2 Unit Peice Wofk.: 1.0 variations , ......... ........................ ........ 1.6,,45.23, 6,27 Visits to Site, Ef%'6lNF6R!s ...... ....... 9.2. Contract Price-- ;.,315. 4:1. 9A 10.1 11.2-11.3 Change of.., Decisioa! on Dispy'tek. 911 definition or ......................... 'I. I I I Ccifitiact Times" 40justm ent of ........................ 15. 4A. QA 103-12 Changeor... ................ . ...................... Commencement of .'r ...... ... definition of J.'i 2 CONITPACTOR- Accc'ptan.cc of Insurance....... _ ....... _5J4 rq Comunicalion's,.. .............. ....................... . 2 �2-6.9. .Continue Work p.2 9. . 1 1 0.4 coordinationgridscheduling.. ... , . ...... 10, 9.2 definition of ....................................................... 1,13 Limited Reliance'on Technic"ll ba'ta 4UthorizedLt ... : ........... May Stop Work or Term provide site nccess to others... ... T2, �13-2 Safety and protection ................... 43. 112, 6,16, 6 18, ................................. ..T.(,.2l-6.23, T-2, 13,2 Shop Drawing and Sample Revie\v prior to Suhmittal ............. ............ ....... t..625 M Stop Work requirements rements ............... ............ CON:fRACTOR's- Article oiTaragraph 'Number Compensation ...... I ............. .. ].I --I i :2 (oati6ing i)bligation... .................................. 1.41.5 ............ Duty to crilrect tie fvOii,e ............ Dqiy'tIo. Report - Changes in the Work caused by rmcrgcncy:.-, .......................... Defects inA.Voik of0thcrs. .................... ...... 3:3 Differing con Discrepancy in Document% ....... 2.5, 13-2. _ 6.14.2 Undergruund Facilities not indicated_,,,,,,,, 4.3:2 Emergencies ........ r- ............. - ......... C,.23 Hquiprinntand Machincrj Rental. Cost of the Work - .- - - - -.1 1 11 1 .......... ...... FeeCostplus 1 1.415:6, 11 ........... I .5-1, 11.6 General Warranty and Guarantee„,-,,, .... fi30 lhaard Ccamtu;ication Programs,,, ........ ... -:0.22 Indemnification ...... G. 11 6.16, 631-6.33 Inspecti6n of the Work..... ........, ... 73,,13,4 6 .3-6.5 Laws and, Regulation-, Complimice b� 6.14.1 Liability Insurance................. ...... � _5.4 Notice of Intt!nL to A.00cat .................. ...... 9.lb: 10.4 and complete the li ark'„........ ..... ...... I .... - -4 6:30 Patent Fees and Ro'yAics, paid for by, ............. :ti-12 Performance and Other Bonds5,1 ............ ....... t.� ...... . .1 O2rmits, obtained and paid for by ........ 6.13 Pro Schedul gress-- e ..... ....... �'.Z'6.1' ....... & 2A' 6.6. ........ ...... �.629- 104, 14;21 Request For lbrinfil decision6n disputes....,,.., ...... 9711 R.4ponsibilhies- ,Change,,, in . the Work,_ ------------- ....... MA Concerning Subcontractors. Suppliers and Others, .......................... 6. $,-6. I I Continuing'the Work, p,29, 10.4 CONTRACTOR's c0l\TfP--A'CT'bR'.q General Warraniv and Gun-rantce-... 00NT;rRA6TGR!s Shop Drawing or Sample ;6 Courdinati on of Work. -.25 69:2 Emergerrcic-s............... ................. ...... ...... ............. .. fl. 2 3 ENGRNE R's , eval(iialo'n-Su I l)Stitute 4* s or 'Or-fiqual" ItemsPI F6i Actsand Omissions of Others ........................... 6.9.1-,6.9-2, 9.13 for &dudiblemao-uno,insurance ..... _ ............ �i.9 general..... ...... 1 3 8:9 .......... t Hazardous Communication Program-_-_.---6:22 Indemnification ................................... 6'31-6.3.3 . EAMC M- NUCAL COMMONS 1910 - I S (1990 CDI 110N) NY/ (ITY 0FRAT C011INt I Labor, N-lateriMs and Vquipment ............. LmOs and Regulations .. ....... z6-1 4 Liability Insurance ..................... ; ................. 5.4 :article or,Paravraph Numbcr Notice or variation Crum Contract Documents .......................................... : A2�7 Patent -Fees and Rqyiilfics� .................. " .... 1- 0-j-1 Permits ...: _.. . ; .......... :.L ..... ..... _6.13 Propress Sditiclule . ................... ; ...... 6.6 Record Documents ....... 6.19 related Work per joint cd prior to ENGINEERS upproviiI orrequiired submittals .................. * *-­­­­­"­ .... 1 6-28 Sire structural Itradimi ................................. 6.118 Safety and Protection.,................... f520, T2, 13,2 Snfcty Representative, ...................... -:6,21 edul Sch,in - I - - g the Work ..... .......6.9 Shop Drawings and Sample.5 ........... ............ §, 24 "hop Drawings and Samples Review by 6.26 ,Site Clean.finess-,__-, ... .................... Submittal Procedures :., ................................ 6.25 Substitute Consiructid-n- I.Me'thiids and PYc"clures, ----- : .............. Substitutes and 'Or -Equal" Items ........ _0.7:1 iSuperintcP denc ........................................... �; 2 Superyisi6n, 6:1 Survival d0liliga!lofis ............................ ... 6,34 Taxes...... .................... ...... Tests a:aa inspections ..................................135 ToReport ....................................................... Use of Premises ' ... 630.2.4 �.!;.-'6.16-6.18. Review Prior to Shop Drawing or Sample Submittal...., .... ..... ;; ............. ........ :.. §.25 I Right to adjustment for changes in the Work ..... 10.2 right to claim...... -.4'- 7.1, 94, 9.5. 9.11, 10,2,11.2. 1.9. 12.1. 13.9,- 14.8. 15:1 ; 15.5. 17:3 Surely and Protection .... ........ 7.2, 13.2 Safely Representative..... ............................. 6M Shop' Drawing% and Samples -Subiii ittals-J.214-6.28 Spec iiii Consultants ........ � I ----- ------- 114.4 Substitute ConstructicY6 Mctho& and Pioccclurcs.63 SubstituLes.and "Or -Equal" Items. Expense ............... ...... .................... 6.7.1. 6.7,2 .Subcontractors, SypplieM'Hnd Other.1 .......... j5.8-6- It Supervision and Superintenclericq ......... GJ� 6.;, 6.21 Taxes, payment by - -w--l- .................. Use of11remises .................. :, -,6.16-6, 1 S Wtirranties and guarantees .... : ............. 630 Warranty ofitle ......... .. ....................................... 11:3 Written Notice Required-- CONTRACTOR stop Work or wrrninntc. ....... 155 Reports of Differing 5 ' ubsurface and Physical Conditions ....................... A.13 Substantial Compleiian .............................. ciii 14-8 C(.)NTRA(;TqRv-.othcr_. .... _.__ .................. Contractual Liability Insurance.._,.__... I Contractual Time Gimits,,........ Article or Paragraph Rri;n�iber Coordination - CONTRACTOR:,, responsibility ....................... �9.2' Documents Copies id ocuinents ....... .................. ................ Correction Period... ....... , ....... 6,arrection. Removal or Acceptance of Deective \Vprk--- in general ...................................10.4.1, 13.10-0.14 Acceptance of i) Work Correction or Pern6val or Defeciive Work,,,,,,, , ! ................ 630, 13.11 Correction Period ..................... ; .............. May Correct DePefive Woik ........... _13A Q11,rM-.R Mik.Stoll Work . ............ ....... . I.-..-. ......... 13,10 Cast - of Tests and Inspections,-. .................. ...... _J3.4 Records] 1:7 Cost of the Work - Bands and insurance, additional ................... ) IA- 9 Cash Discounts ... ......... : ......... ;..j I-A.2 bR,.q Fee 6 EmbloyeeExpenses-1,, ........ Esclusiunsto.....................................................11.5 Cj encra I 11. 4 -11.5 Home ciffice and overhead cxl)cnsc5 ......... :-M.J l'i Losses and damages ..................................... 11A-5A Materials and 11. 4: "nor expenses ...........................................1 Payroll costs on ...... 1 IAI performed by Iri .43 Records 11, 7 Rentals of construction equipment and ma6hincey. , .......... ............ -!l 1.4.5.3 Roynhy paymerils, perm its and I lic6lse fees I A, 5.4; Site office and temporary facilities,,,,,,,,, „ ...11 1-4-51.�11 Special Consultants, e,0,NTRAC,`r0R'S ............ :11:4.4 Supplemental _.: ---- ----------- ...................... 1A 1.4:5 Tans related to the Work .............................. 1.1.43-4 Tests and Inspection ........................................... 13.4 Trade Discounts .................... ............... I L4.2 Utilities. fuel and Sanitary facilities ..... .... .... ) 14-5-7 Work after regular hourA .............. 114A Covering work......... ....... •; ............ Cumulative Rcmedies ...... ............ 17.4-0.1 Culling.fitting and Oirtchiri�,_ ..... T2 to Data,�nbe furnished 1ij' C)WNr-.R ................... .......... 8;3 Day -definition of .... .; .......................... 1.4 -'. 171- 2.2 Decisions on Diqputcs. ........................... 1.9. 11, 9.12 dePaire-definition of._.__....._ ........ ......... 1,14 dqfietive Work- A6ceptance of ......................................10.4.1, 13.13 EJCDC CLNLqL-XL CONLVI IONS 1910.8 (1990 WJITON) wl CI1Y'0r V ()RT COUTN'SNODIFICA11ONS (RF.V T99) I 1 C p1 [1 1 Correction or Removal of --10,41i 13_11 ingeneral - 13.143.14,11 Article or Paragraph Number Observation by'EN(31NEHR................................ 9.2 O%VNER may Stop work;,,,13.10 'PrdmpI*NoiiceofDefe6s ::................... ......13;1 Rejecting,.,,-,,, Uncotciing the 13,8 Definitions. ............ ................. .. ..... . :... ......:.. I I)plays 3.1; 6.39 123-12.4 De[ i'ery of Bonds - 21 Delivery of certificates of insuran.c 2.7 D4erminations for Unit.Price's:............................... 9.10 Differing Subsurface or Physical Conditions — Notice of FNGINFFRs Rcvievt 4 4 poseible C ontract Documents Change.,,,. a 2-5 Possible Price and Times Adjustment§,:,,. 4:2.6 Discrepancies -Reporting . and Resolving ---------------- ,_, 13.' „_2r5. bispute Resolution--. Agrecntcnt..:..::. ...:: 16,1-16,6 ,16.1-16.5 gzrieral16 Nlediahon ....... „ ...... IG 6 ..... Dispute Resolution e�rzem'en4;..:.:.IG.I 16.6 Disputes, Ihc_isions by FNGINF.FR ........ 9.11-9.12 Documents -- Cop cs of ........... ......................... 6.19 Reuse of 3 7 Drawings —definition of Fascments 4 1 Effectivedoteof4gr6lent- definition or.._ I'I' 23 ENGr NT, ER-- as initial interpreter on disputes,,,,,,,,,,,,, 9 I1 9 ]2 definition of ...... ......... ......:1 17 l.imnalions on authoiriq• and responsibilitics,,,,, 9.13 Replacement of ........ ....... : ........:....:....:..::3.2 RcsidenLPrnjccfRcprcienlativc As. ENOINEERs Consultant definittat_ ot I IS FNGOEER's:- all thorityand responsibility- limitalionson 9.13 Authorized Variations in'the Wbi ,, , , 9.5 Change Orders, responsibility for 9 710 11, 12 Clarifications and Interpretations............. 6 3, 9.4 Decisidns on Disperses defective W17k,, notice of ........................13.1 Evaluation of Substitute Items, 6.7:3 Liability..............................................63'.9,12 Notice Work is Acceptabie._........................ 14,13 Ohs rJ.itions........................ .................. ;03D3,.o,2 OWNER's Representative,,,,,,,, , ..........9.1 Paymimtsto-the CONIRP( TOR Responslbthty for ,9.9. 14 Recommeridalwn of Pnyitienl J4 4; 9g.13 Article or Paragraph 'Number Responsibilities--Limitaiions Lin ................ :P.11=9:13 �Reviei, 6FRcp6rLs'on Differing Subsurface and Physical Conditions.,-,-,...4?:4 Shop Drawings and Samples, review responsibility ............. .. .:. .:..........:....:. 6,36 Status bunng Caisti uction-- authorised variations in the Work nr5 C.lanfications and lnlerpretationg , ...... JA Decisions an Disputes ............... ......... 9:11-9.12 Determinations on Unit Price 9.10 FNGINF'I R -is Initial Interpreter, .,__,9.11.9.12 ENGINFF.RsResponsibdtties,-;,, 9,1.9,12 Li m iiauons on ENGI NF ER s Authority and, Responsibiilitic§ ...,-_ .................9.13 •OWNFR's Representative, Project Representative 93 Rejecting h+fective Work................................9,0 Shop Draiving's; Change Orders and, Paymtents......... ... ,.:- ,.,•,,,9.7A:9 Visits lti $Ile .-.. ... 9.2 Unit Price determinations , :9.10 Uistts to :Site-.• ...........:........... 9.2 1Vriitcn consent required,,, ...................7.2, 9.1 iipntcnt Lhb r, Ivfalcrials..ana3,...,., . ............. , 63-65 . iipmcnt.rcntal, Cost of the Wort. ......... :11-4 3-3 iinlent Materials and Equipment ..................... . 6.7 it -or omissions.. dense of rivanctal Arrangements,..,, 1CONTRACT,OR's— ostsphis.......................... Ll definition of . 1.19 issued byENGINEER ,.... ab l 9.5 Ptnal Apphc.uion'lor Pnymient, , , , 14.12 Final lnspectio9..:.........:...............:.:.........:.........14.11 Final Payincnt-- and Acceptance.,, - ......I ................. J4 13 14:14 Prior to. for cash elluvanccs,,,, ..:— ..................;11.8 General Pruvisions General Requirements definition of .........................:.....................:.1:20 principal references ti-Q 1.6,-6t4 i G-6.7. 6.24 Gating Notice,,,,,, . -- -17.1 Guarantee of Work—by� CONTRACTOR,__ 14, l2 Ha7rad Commtmication programs .... ..... q,22 lows waste-- untlon of ............... 131 feral.... .............._-------• ----------- ----------..9,? ✓NHR's responsibility for,,,,,,,,,,,,,, , _EkD GENUUt L CQNOI710Ns 191Qjti'(1990 ED1'II0M •tvt.RTY or. ronet7[a.$.s M)DiFI,.X-no Stux 9199j Indemnification........... ... A.] 1616, 6.31 -6.33 Initially Acceptable Schedules_ ; .... Inspectioh-- ti, ficates oF;._,_ A�9.13:4, 115, 14.12 Final........ I........ ! .............. ............ 14.11 Article or Nragraph Nujiiber Special, required byENGINE-ER .......................... 9.6 Tests and approval.. .......: 7­:� ...... . 13.3-13.4 Insurance - Acceptance or, by 0WNRR­.'­1_­­ ... ...... I ...5.14 Additional, required by changes in the Work,,,,,,,,,,,,,,,, ­ ---- --- �;,I 1.4.5.9 Work. Before starting the W k._ .,, .1 ..... ------ .............. 2.7 Bonds and --in general.... .............................. 5 Provisions .................... : .'8 ,G9tjcellqtion 'Certificatcs of .............. �'.__2.7, 5; 5.3-5.4.11. 5.4.13. ....... ...... 5,9, 5. 147 9,13.4, 14.12 completed operations ....... ** .... ** ...... *-5.4- 13 ,Q07-SITIZACTORs Liability ........................ ......... 15:4 C ONTRACTOR's objection to cov Contractual LiabilitL ... ...5.4.10 deducti * ble amounts, COINITRACTOKs responsibility, ........ ....... ... 5;9 Final Application for Piydient......... .... Licensed Insurers ... ....... j`uticc requirements, material bha.nu5§ ........ 5.8. 10.5 Option to Replace ............................ 5: 14 other special insurancC4 ....................................5.11) OWNER as fiduciary for insureds.. .............5.125.13 oWNER's Liability, ........................ .............. i 1 5 OWNGRs Responsibility .................................... IS: S Partial Utilization, Property Insurance,, 5.15 Property Receipt I and Application of Insurance Prcicccd�6 - .. - t. t ..................... V.1�14.. �. 12-5. 13 .�pedial Ifisuranc'e ...... ...... � .... ............ 5,11.) Waiver of Rights„ ,-_-,: .... :!_zt ............ ­­.i'_­5.lI latent of Contract Dc�c_uments .......................... ....11-3.4 Interpretations and Clarification.4 . .......... �.6.3, 9.4 Investigations of'physical conditions,,,,,,,,,,,,;;,,,,,,,;;;; a 2 Lnbor, Materials and Equipment, --- _ .. .... ..... §.3-65 Lands— and Easements ................................................... 8.4 Availability of ............ .... 4- 1. 8.4 Reports and Tests' ....... ............ A4 Laws and Regulations --Laws or Regulations+- . Bonds..:..:..:.............I.......-.:...... ... 1- 5,2 Changes in the Work ------ - ------ -------------- Cofitriict DCX;umcftts.,, .... ....... :; ............... col,rrRACTOR's Responsibilities ..................... 6,14 Correct ; an Period; 4efectiv, Work .................... j 3.12 Cost of the Work taxes ................................ 11,4,5.4 'definition of ---------------------------------------------- __J.22 gcneral6_14 Indemnification ........................................ 6.31-6.33 Insurance ... I ...................... ........ 5:3 Precedence .................. 3.3.3 Reference a I . . . ................. ...... s9rety.atic'l Pr6I661iM:..z 6-21). 132 Subcontractors, Suppliers and Others ............ 6.8-6.11 Article. or Paragraph Numf r Tesis and Inspections ...................................13.5 , UrMises'.. ........... _(5. 16 ,.sqgrp,, Visits to Site ...... ........ ............. _9-2 Liability lnsuriincc-- 5.4 ........... Licensed Sureties anti Insurers Liens— Applicition for Progress Awmen! ..... ...... 'ofTitle ;._14.2 C .aN-l-kAcl-bR's Warranty ........ .......... 14.3- Fina(Apfiliclition for Payment ..... definition of .....................................................1.23 Waiver of Claims ..........................................14.15 .Limitkions,on rAOINFER's authority and respons - ibilities_ ......... ........... -- ------ - Limited Reliance by CONTRACTOR Authorized.... hinintefinnce and Opersugg- Mnnwls-- Fimd Application for MEMMIs (of uthers)-m . Prece&fice .............. .................................... Reference to in Contract Docuancnt5 ................... 33.1 Materials and equipment - furnished by CON"l-RACTOR ............................... 63 not incorporated in Work_ ............. .......... ........ 14.2' e Matrialsr o'5quipinent--c .. . 1. � I �'q .....43 Medaition'(Opfi6nal),.; ............. Milestanes7,definitkin of.. ........ ............ J.2_4 Miscelliheous-- Compiiiation d'I'mics .... ......... ­17.2, ........ Cumulative Remedies,,,,,,,,,, ....... 17:4 Pi6rigNotice ..................................................17.1 Notice of.Claim ..... ..................... __ ....... _17.3 : professidnal Fcc�s­b­­nd' Court -Costs Include d ... j 7.5 Multi -prime contracts..;.. ------------------ Nni�Shoi0n or Indicated .......... ....... ................ .4.3.-2 Not ice 4 - AcceptabiiiLy.or Protect,..........._...............___14.13 Award, definition of ......... ............ Claim.................... .......................... ............17.3 l5iffcri'ngS6hsurracc or Physical Conditions-_„ 4.2.3 Giving .... � _: ........ _.. I ... --- ;:_:_J.7.1 Tests and In 13-3 . Inspections ...................... ­­­ ... ... ... ... Variation, Shop Drawing and Sample. 6.27 Notice to proceed -- definition o...................... ................................. 1.26 givingof ............................................................2.3 LJCDC GHNl4tAi. CONDI I IONS 1910 -8 (190 MI 116N) wi 0 7y or FORT COT.T.MSMOMMA 71 M_.S (RF.V V99) 11 1 1 Notification to Surety, ,. IU 5 Observations, by HNiIINFMR _ 61t1 9.2 Occupancy of the Work 5 15 .10. 4 14 1Q listing inpep ndcnt 1JJA use or occupancy • L, - of the �Vgil 15 �6 nU 2:a_ 14. 1U Omrssiohs or ails by CONTRACTOR „ 69. 9.13 written consent of tippioi"il , Open Peril policy form Insurance 56.? required„ ,,,,,„ - ,„;9,1,53, 11.4 option ioRvplace ........................;14 Artrcic or Paragraph Number 1 ".Or.Equal".Items ........ :.......... ................. .... ,....p.7 Other tvoik 7 Qmtirnt - Wort: -•prohibition ...::.:.:....6.3. ' Acceptance ofdefrctiv� lVnrk 13.13 appoutt an LNGLNEER s:2 as fiduciary S 12 5 13 .. ' � � Lands; �espon'sibility,,,,,,;,;,,,,,,,,,,,;1:1 Availability of Lanns definition of . , 2% data, furnish......................:................................. 1 May Correct Wee. toe wort:.. Msy refuse to make payn7ent........ I ...... ......:....... 14-7 May Stop the}A!ork........:................................:13.10 1 May Suspend work Ternunate-,-,. 8813,10 15.1-I5.4 Payment, make prompt ,.,._ h:3; 14 4, 14:13 1 performana:ofot&nvork,:,,; :7.1 permits and licenses regwrements f Cv`l3 purchased insurance reywiemenls 5 6 �:1(1 UwNER's-- Au eptance ofihe Worl... ......................... ::6.3025 Change Ordcrs; pbhg•tttan to exeuity .. R 6 1UA Communications..................................... R:1 1 Coordination ofihe work 7,4 Disputes, request for decision-,,,,..; . ................ Inspections; tests and appr�v ls;;5:7: 13.4 Liabildy Insurance 1 Notice of Defects, 13.1 '... S Rcpresentatn c--Durrng Consuvcuon_ EN401NLER's Status ; 9.1 ' .Responsibilities -- Asbestos. PCBs, I etruleu n Hazardous waste or Radiarclive Nlatertal .............. S 10 Change Orders......::::.......:..:.::...........:....:.....R:f 1 Changes in the Work--:, , communications CONTRACTOR s responsibilctigy,,,,,,,,,,,,,,,,,,, a:9 evidence of financial vrieneements...._;8.11 'inspcc0on•r .tests and approvals S.7 insurance 1 lairds ohd easements C.8i5 prompt payment by, ......... ...... rcplacEmc it of ENGINEER.'8? 1 reports and tests ,, .............. ,R;4 stop or suspend R ark 5,8: 13 10, 15.1 term mate' CO\TRACTOR s services.` - ....._......._:8:8. 1S2 separate representative aCsite, .................. . 9.3 xi GJGDc GLNiitAL CONDt110NS 1910•S (I"O L•'DI nONI .w crry or FOR7.Ct7LLtiv'S M6ptF1G,\TtbYti fliF.Y 9t99) 1 ' 1 1 Article or Paragraph Number written notice required., .............. :__ 9.4 9.11. ...........I ...................... 11.2,41.9, 14.7, 15.4 PCBs_ definition or,__....._....; ...... i -29 goo rai .5 4 O�i, W5 responsibility fiur� .............. ............. �:10 Partial Utilization — definition ,general 6;30.2.4, 14.10 Property Insurance ....... .... ......... ....... ...... 5,15 Patent Fees and Royalties ............................. 6, 13 Pavinent BonLLs Payrnmui, Recommendiiiiiin of 14,444-7, 14.13 Pa:kinents to CONTRACTOR and for ProgressPayments ...................... J 4.2 CONTRAGrOR's Warranty of Title ..... 14.3 Final Application (or Payment ... 4,12 Final Inspection ............ _ ...................... 14.11 Final Paviiient and Acceptance ................ 14,13-14.14 14 Partial Utilization .................................. __ ...... 14,10 Ramagle ............. t ................... ........................ 14.2 Review orApplicationsfor prompt puynicnt ................ ........ $:3 Schedule of Values ............. ................ 1.14.1 Substantial Coniplciic,R .............................. 14.844.9 Waiver ol'Claims.............................................14.15 ....*­......*.............................14.15 when Payments due ................................ 14,41, 14.13 withholding reiynicni ................... ...... 11 .............. IM Performance Bondi .................. 5.1-4;.2 .......................... ?emits .......... �.13 Petroleum— defifiition or; .... ........ ............. gene al 4.5 OWNER'S responsibility ......... Physical Conditions— Dritwin s ol� in or relating to., ......... 9 .......... 2.1.2 1ENGINFER's review ............... ; ..... ; ...... 4.2.4 ex.isting structures..-... ........ ........ 1.2.2 general4.2.1.3.......I... I ........................... .................. Notice of Differing SuLeurfiiCc or..„................... 4.2.3 Possible Contract Docurn enl' Change, .. - Possible Nice and Times Adjustments ....... A-2.6 Reports and Dinwings................................. 4.2.1 Subsurface and ........ i ...... ; .................. .......... ..4.2 Suhsurface Conditions ---------_ 4.2.1.1 Techbi6l Data, Limited Reliance by - ('ONTP,A(,,TO.R A uthorizei ........................ 4-1-2 Underground Facilities— gcnerrtl........................................................ AJ Not Showor Indiched ... .. ...........4.3.2 Protection of ........................................ 4.3.6.2.(l Article or,Paragraph Nunil-wr Shown of Indicated-_., ........ Technical Data, .............. ...... ............ 4.2.2 ,Preconstruetion Corifereneq .... ........................ 1.8 1"reliminary ...... Preliminary Schedules.,:. .................................... 2,6 Premises. Use or ........ ...... ................. .............. is Price, Change of contiact .... I ........ .......... Price, Contract --definition ­ 1. 11 Progress Progress llaymicrL,4ctainag� ............................. , 14.2 prou gress whed le, CONTRA(TTOR'%_ ......... 16, 18, 29, ............. 6.6, 6.29, 10.4. 15.2.1 or., . ....... 1.31 Project RetiieKniativc-- ENG MEVs Status Duringronstructioil .... ; ....... 9.3 Project Representatim.Resident.-definition of ... . ... 1.33. prompt payinent by 0\%rNT.R .... ; ......... ....... Property lnsurance7- Additional ....................... ................ Partial Uti.lizotion 14.109 receipt and application of proceedl, 5,12--5 . 13 t Pro ectioT i;-Saleiy qncl,; ........... 'Punch 13.2 list rwdioactive 1\4aterial­ derintion of,... ............... ................ ................. 1,32 ,gFnera14.5 OWN&s responsibility for ............... . .....F. 10 Rcoornmendition of Payrnenk ................ :14.4, 14,5; 14.13 Record Documents.... ............................. , 519, 14'12 Records, procedures for maintaining,, ........................2.8 Reference Poin4 .......... ...... Reference to Standards and Speciiimtions or Technical Societies ............... ....... ..3:3 Regulations, Laws and (or .................. ......... 6, 14 Rejccting0,4,ferfive Work ....... t...'­.9.6 Relked Work - atSite ........................................................ 7.1-7.3 Performed prior to Shop Diawings and Samplessubmittals ........... •review :_ ...... ti.2S Riernedics, cumulative ................................ ...... 11.4, 17:5 Reniovalor Correction ofl)efecffro W(ff ................ l3.111 rental agreenrents.0XNMT R approval required * 11.4.5.3 repluctment of ENGINEER. by OWNFR ........ K2 Reporting and Resol6n& Discrepancies ................................ 2 5,-3,3.21 6.14.2 Reports -- and Drawings:_......... ............ and Tests. OWN BZs rcspofisibility_;,___, ..... 1:i.-8.4 Resident and Project Representative' - definition of ....................................................1.33 provision for ......... ; ........................ ­-. 1 9-3 .......... ............. EJCDC MNIULAL CONIMITONS:1910-8 (1990 IMMON) w(MY Or FORT COM.". MOI)IMCATIONS(REV9199) I 1 1 [_1 1 1 1 i L i 1 i Ll 1 I__1 1 Artielc or Paragraph Number Resident. Superintendent, C.t?NTRACTOR's... ,:,, C,2 Responsibilities_ CONTRACTOR's-in general.:::........:...................6 ENGINEER's-in general:.......................................`1 Limitations on ..............................................9:13 s In teneral S RetainOWNER age..................... ....................1472 Rcusc 6fDocuments,-, Review by CONINAC TOR: Shop Dtawings and Stimples Prigr to Submitttal • - - 6.=5 Review of Applications for ProgressPa}•nlents ,.:.:.,-. Right to an adjustment ...I...., ,,..........144-14.7 ;-,.... 10.2- 1 ightiorWay............... . _. -. - - - ---..- ......... Royalties, Patent Vices and .....:.:.::::..::.:..... .....6,12 -Safe Structural Loading,,,,,,,,,,,,,, 6.18 Safely-= and Protection,---,. _ a.3,2, 6.16, 6.1S, 620621 7213:2 .general ...... ..... 6 20 6:23 Rcprc'scnt�nttvc,G4A`TRACTI)R+....:.:..:....... tt�1 .Samples -- definition oC - 134 'general -„ ... ... „ 6 24 6 2S Ret Ieiv by CONTRACTOR -.--. . - ... C`2s _ _ Review by ENGINEER..............................(,26, 61'i7 related Work .......................... ,,.-,,,,,,, ,,6:23 submi«al of ..... . I ................ . ...........6:242 submittal procedureq.:......................................625 Schedule of progress-„ - - 6 2.8 -6.6. Schedule of Shop nl riwutg and Sample `Submittals ,,,,,, , ,,,,,,,,,r 6 �:8-2.9-634=6.25 S*h Iulo 6C VAlurs_; 2:6, _',1 2:9; 14.1 Adherence to ..... 15, 1 Adjusting ......... - 6' 6 Change of Contract Tunes;,,,,. 4 Initially Acceptable ._.10 Preliminary ................ .............. ......... ...,6 'Scope of Changes ................................... I t).3-16.4 Subsurrace Conditions 'Shop Drawings -- ,and Samples,:general ......................... .......624-6:28 ;Change Orders & AppUitions for ,Payments, and,- .. definition of.:...-::. EN( 1NEER's approval of 3i6.2 ENTGM-ER s responsiblluy for review. .....................:9.7, 6:24-6.28 -related Work .................._.._..,:. ....... _...., ---- 6'2S — -- review procedures ... ............................. 2.F,.C24-6:2S Article or Paragraph Number submittal required ...................... ............11 .. ......634.1 Submittal Procedures-,.:,.: 6.25 use to approve substitutions 6.7:3 Sbotyn or.India[ed,..„....................... ;.,,.................. SlieAccess-................ ...:...:..........:.................... 7 2. 13:2 Siie'ClCann_ness.......... ............................................. 6,17 Slti_- i ISMS l(1— ht ENG[NEER ...... 92, 13.2 by others,.,..: .................... ........:132 "special causes or loss" pphq for ii, msuranix ... .. definition f :).36 .. G SpectcaIions �. defjnation of ... ........... ........ ............ :.........:....... J.3G of Technical Sd ietios, rclerence. ,• ,-_3.3:1 p-cccdcncc .....a ....:........ ...;:... - ......:,3;33 31 -rechnical Societies.........................................3.3 ine Construction.'BeCore ui the l g rock .. ., .....,A , orSus 'nd'l4ork-- s CONTRACTOR ..,:..... 15.5 :.....,. n OWN1sR. ige of meteriads and ipment aural Loading. Safety ...... .......... ...............6.18 Yonccrr ing ............................. - .. .................. definition of; , , 1r37 delays .....12.3 ........I.......... - .,....... ..... waiver of rights,;,,,,,,,,,,,,,, .......................6.i Subcontractors --in ucneral ,,, 6.8-6.I1 Subcdhtrocts=riqutred provisions,•, , - _511, 6.11, 11.4.3 Submittals — Applications for Payment ......., .......14.2 Mmntcnaiice.and Operation Manuals - - ,. ., 14.12 Procedures ... .-.... _.,., .....-C.25 Progress Schedules "6 2;9 Samples ..... 6246.28 Schedule of Vnlu s .;...... ...... ......... 2.6, 14.1 Schedule of Shop Drn}cings and Samples Submissions 16 2.8-19 Shop Drawingq .... ..... 24-6.25 �Subsluntml Completion -- certification .14.8=14.9 elefinttion of;, ...., J:3S Substitute Constructnm Mcil ods or Prdceduies -......6:7:2 Substitutes and "Or Equal""Items ---------- - :-:-.,-, 6.7 CONTFUkCTORsEzpense„ ;,6.7,1.3 LNLilA1 ERs EYAILLAIInn. ........., •....... 111.1 ... 6.7,3 "Clr Cqunl............................. ...............6.7.1.1 'Substitute Construction Method; E CL) . GL"NIltAL cb- UL) 1ON519Io.8,(199U wi floRl ad/ RTY'Or FORT C,(MI-IN% MOt)trf('A11CNSIRr.V 9199a [_I EXHIBIT 1 - REVISED BID TAB BID SCHEDULE . ITFTNI NO DESCRIPTION UNIT CONTRACT QUANTITY UNIT PRICE TOTAL COST 105.01 SWEEPING- ALLSTREEF SURFACES EACH 2 $ - 105.02 SWEEPING- A LL PARKING LOT SURFACES EACH 2 $ - 208.01 STORMWATER PROTECTION -WATFLE LINEALFOOT 150 $ - 208,02 STORMWATER PROTECTION- STRA WBALES EACH 3 $ - 409.01 CHIPSFAL(ARTERIAL) SQUAREYARD 18,000 $ - 409.02 CHIP SEAL (COLLECTOR) SQUAREYARD 11,500 $ - 409.03 CHIP SEAL (RESIDENTIAL) SQUAREYARD 17,600 $ - 409.04 DOUBLECHIP SEAL(RESIDENTIAL) SQUAREYARD 29,500 $ _ 409.05 TYPE II SLURRY SEAL (COLLECTOR) SQUAREYARD 15,000 $ - 409D6 TYPE II SLURRY SEAL (RESIDENTIAL) SQUAREYARD 71,500 $ - 409.07 TYPE II SLURRY SEAL(PARKING LOTS) SQUAREYARD 4,400 $ _ 409.08 CAPE SEAL(COLLECFOR) SQUAREYARD 16,000 $ - 409.09 CAPE SEA L(RFSIDENTIA Q SQUAREYARD 66,000 $ _ 409.10 CAPE SCAL(PA RKINO LOTS) SQUAREYARD 1,440 $ _ 630.01 VARIABLE MESSAGE BOARD EA/DAY 10 $ - 630.02 ADDITIONAL FLA GONG PFRSONEL HOUR 4 $ _ TOTAL COST $ ' Signed ' Company Check One: Individual Doing- Business in Company Name Corporation Partnership Address Phone/Fax Dollars and Addendum 1 — 7417 Asphalt Surface Treatment Project Page 2 of 4 Cents Article or Parag7ruph Numliir orProcedures ................:........:................... G.7.2 SA.Stitutc Items ,.,,,-,.... . ........ --.-.... .6.7.1.2 Subsurface and Physical.C,onditions-- Drawings of, in.or relathg to,,,,,,,,,,,,,,,,,,,;,;,, GNG1NTEhR'9 Review ............................. .......... 4.2:4 .......... Limited Reliance by CONTRACl•OR. Authorised ..... ....... ............. _....... .......... . , .4 2.2 Notice of Differing Subsurfaceor PhysicitlConditions ,,;,,,;. Physical Conditions .......... ... ..... Possible Contract Documents C'hanee,.,,,.......... 4:2.5 Possible Price andTimes Adjustments........:......4?.6 Reports and Drawings _;,. Subsurface and .:.........:.....:....:... .,::.... a,2 Subsurface Conditions at the Site .4.2.1-1 Technical Data ............................................... .2? Supervision-.- {CONfRACTOR's responsibility ,,,,, OWNTF R shall not supervise ....... _ ...................I... 8.9 F.NCYMN R shall not super} is. ;_, 9.13 Superiniendence............. ... , • .... ..:...:..:. G 2 Superintendent. CONTRACTOR's iesideril' Supplemental costs ............................................... I1.4.5 Supplemeniaiy Conditions-- definition of......................................................1.39 principal references tq...............„IJQ 1.1.8, 22, 2.7, ...................... : a:2, 4.3, i 1. 5.3. 5.4, 5:6 5.9, ................5.11, 6.5: 6,13. 7:4; 8:11,•9.3, 9.10 Supplemeniing'Contract Document;.,,,;..; Supplier-; definition of .... . ..........:...........................:1:4fi Principal references to...,.,...:' 7; 6 , b & 6.1 i, C3:20, fi.i_ 4,-9.i 3, 14.1' Waiver of Rights,,,.., ,. ; ....... .... .:6.1 I Sureiy--- consent to final payment ........................j4.12; 14.14 F.NGrN t.FR has no duty tq..............::...::......:.....9,13 Notification o(........... ........... ........ :.:10.1, 10.5, 15.2 qualification of:: .......................... I............ 5.1-5:3 Survival of Obligations ........................................... 6.34 Suspend Work, OWNER hgay......................13.10. 15.1 Suspension of Work und'rermination ,--- 7 a 1- CONTRACTOR NLny Stop Work or Terminate ...... .......:..........::.:.............:.J 5:5 OWNIHR May Suspend Work_ --- .._.... ___ 15:1 OWNER N4ay Terrtiinate,-„ ,.- ......... 1.5.2-15.4 'faxes-=Psyment by CONTRACT OR......................6:)5 Technical Data -- Limited Reliance by CONTRA(TroR.................4.2.2 Possible Price and Times Adjustments 4.2.6 Reports of Differing Subsurface and Physica l Condi uons....................................4.2.3 AV Temporary construction facilities.... ........................ a.l Article or Paragraph NumFxr termination- - by COMI'RAC I'DR ..:.. .... .. . . 15.5 byO.WNTFR ............................:. .. ,N, 15:1-15:4 of ENGINEER'S employm cnt..........................:....$:2' Suspension of Work-in,general,,,...........................15 Terms and Adjectives :., 3A Tests and Inspections -- Recess to the Work, by others,..:. ................... :1312 C'( jN rIiAC 1 OR'S rcSponsiblllli6%, ,, 13.5 cost gf.13;4 covering Work prior Iq ....... .... „ 13.6 13.7 Larva and Regulations:(or)................................ 13.5 Notice of Defects......................................:........13.1 'OWNER May Stop Work,. _.... .......-__ -13AO OWNTR's independent testing .... .:........ :13A special, required 1)), HNGINFRR ...... I,,,,,,,,,,,,,,,,,,?9-6 timely notice. required ....................................... 13.4 Uncovering IheWork, at ENGINEER'S request ....... ........: ..... ---- 13:8=13:9 Times -- Adjusting :- ..::::....... c::..... {,.6 Change or Contract..-, ............ : ........ ... ... 12. Coinputdtionof..................... :. :.......... .J72 Contract Times --definition of ........................... 1,12 day...... .............................................. .....1.7. 2 Milestones ....... ................. :............ ..................... 12 Requirements-- appcals..............:...............:_.:......:.....:,H,UI, 16 clarifications, claims and �iiputeS .,;,,,. . 9.11', 11.2. 12 Commencement, of Preainstruction Conference:, -- .......... ....:f,8 schedules ................. ............. ..`. b 2.9, 6.6 Starting the Worn ......... ........ }:a Title,Warranty of ......., ., .......... I43 Uncovering Work., .... I ......... I., ....... ...... _13:8-13.9 Underground Facilities, Physical Conditions— definitionof.:.............:..:..............:..::........::.... JAI Not Shown or lndieatad... ----............ ........— ... 4.3.2. proiceuon of .............................................. 3, 6.20 Shown ur'Indie_ ated.................................:.......4.3.1 Unit Price W'brk-- claims .. ..., ... ....,.... .........11.9.3 defniiion of ......... :... ...J.4' generu111,9, 14.1, 14:4; Unit Prices-, general11.3.1 Determination for ........ .......... Use of Premises ,,,,,,,,,,,,,,,,,,,,,,,,,;,6,16, ..............9,10 6,18, 6;311,?:4 Utility owners ......... ........G•13,ti20,7.1-Z3,13.2 Cftilizatiuit Partial ......._ ....1.28• 5.15, 6.30:14. 14.10 Value of the Wort .................................................... 11.3 Values. Schedule of ................. I ...... .....:.'-.6. '_:8-2.9. 14.1 EJCDC (ILNULVL CONDITIONS. 1910-8 (1990 1IITION) wt O Y or FORT CO1.I.R.'SMODIRCGA11ONS (REV 9199) Variations in Work—IMinor Authorized_....:.-1-6:25, 6;27,9.5 Article or Nregraph N.Ornber trims to Sitc-��y ENGDJEER ................ ......... 9.2 a , -s Wiver of Claims -on Final Nyr6Cn-r 14.I5 Waiver of Rights by insured. parties,,,,,,,,,,,,,, :'m I Wairanty and Guarrintee_Gencral—by CONTRACTOR ........................... ...... .......... 0.30 Warranty Of Title, CONITRACTORs ....... Work — Access to byothers .............................................................. 7 Changes in the ........................................ ...... W Continuing the .... ................... _ ...... 6.39 CONTRACTOR May Stop Work or Terni male : ; _ J5.5 Coordination of„., - --... 7.4 Cost of the,,, ... :.; .................. ........ ;; ...... 11:41. 11,5 definition of .... ..... ............... ....... 1.43 neglected by CONTRACTOR .., ....... ....... ....... 13.14 other Work 014ij,TL7R May Stop ANIork .... ........ ........ 6WINIF R May Suspend Work„ ............ ,Related, WOrk.at Site., ... 1 ......... ....... 7.1-7.3 Starting the,,,,... Stopping by CONTRACTOR ... Stopping by OWNTER.....,.,. .................. 15.1-15A Varia6n and 6viaiionauthorized, ininof ... , ....... 3.6 Work (.'hange Directive — claims pursuant to,,,,,,,,,,,,,,,, ............................. )0.2 d-efin'ition of............_,......................1--..........l.44 principal references to ....................... 3.5.3. 10.1-10.2 Written Amendment. - definition principal references to ... ........... 1. 10, 3. 5, 5,10,15,12, .................. ...... (1.6.3. 6.8;22, 6,1,9, M 1, IQA --------- 7 1 -1 f ........... 12. 1, 1 J. 12.21 14.1-2 Written Clarifications and Interpretations;,,,.,,,,,,,........................ 3.63, 9.47 9.11 Written Notice Required—, by CONTRACTOR ................. 1, 9' 1 ()-9. 11, hy (AVNIFR. :._ .......... 9- 10.4, 111 13.14 iv. EJCMVLNUtAL CONDMONS 1910.8(1990 LIN FION) W/CITY OF FORT COLUNM momrICAFICAN (REV9M) (I'lliq past left blank intentionally) LiCT)CU-NLILAL COT401flONS 1910-8 (14190 ED1110SI %0 LT or FdxT cou.w.s Li I 1 [1 1 u L GENERAL CONDITIONS ARTICLE 1=-DGfT lilOI S Wherever used in these General Conditions or'in the other. 'Contract Documents the follo}vav te rms have the meanings indicated which are applieablr'to bvih the` .singular And plural lhereor: LL .Achlendii—Written or graphic instruments issued prior to the opening of Bids which clarify. coriect or change 'the Bidding Regtiirentencs or the Cmitract 06cuoients 12. Agmeinem Thc'.%iTincn contract bcrwccn.0\VNHR- :und CONTRACTOR covering the Work.to be'.perloraied: other Comrnct Dracumenr_s are :ittached tq the Agrccntpit :and made a part thereof asp"rovideil therein, - 133 Appllcalibn nr Nd}nknt—The form iccepted by IiNC,INF,HR which is to be used'by CONIhAC7TOR;in "rcqugsting progress or foal payments And which is ht he. :accgmpiutied li}• such supportiitg documentationas is rccpuircd tiyahc C'�ntract l9iviontcntg. 1,4, A.thexius-Myrna[rrmlticttxittainssmbrthtn.inc liercent.asbestos and is friable or is releasnig aslicstos fiheis.. mntolhe tiir above curreni.action levelsesiibliched by the' Mited 'States 06JupationriJ Safety and, HchIth eldniinisUafion. 1.5, Bid —The offer or.propos?l cif the bidder submitted on the prescribed fort setting r6 th die {trusts for die.Work ,to beixrfgrmcd. 1,6. Biddifi$ Drwimimjtb—The _ advertisement or invitmion to Bid, :ns•ruetionstu'bidders, the_Bid firm ,and the.pnali d Conuaci Documehts kirn:luiiiitg all AddehA issued prior to receipfof Bids). 1.7. Bidaiorg ReyuhvnienLc T.hc :ridvertisemc6L or invitmion'tii Bid, instructions i-obidders, and the'Bid form: L. * Bondi—Perfonuancesand Payment bonus Anil other insuumenLs cif :Security: 1.9. _ Change Order —A document recommended by G11C PlGGIZ which is' si&totl by; CONTRA(-r()R and OWNER and nuthortces an ud Ltion deletion or revision'in the Work. or an adiustment in the Contract Price or the Contract Times, issued 6n or 9flcr,ihe'Ef1c6tiye:Dale of the Agreemel. I:10. Coiilrriil Daciirruihis—The Ai recment, Addenda (which. pertam to the ConiGct Documents), CONTRAC1OR's 'Bid (including documentation nccompnhving'iht. Bid and anY post'Bid docttmentadvn s bmilted prior to theNoticr of Anarc) when allF:ched'vas .an'cefiibit.io thc_Agrcicriment, IhN0t to'Procccd, tire* Bon is (hose General Conditions .the 'Supplementary 'C:nnditions, the Specif,c tons.nnd the Urawings,es'tlie, WbCUE7FR-AL CONIM110M 19 o-8II 9VLtaiuml. rrr C1Ti Ol%FORT CMUNS\10U11ICATIONS i1UiWdR(Nla) are mute sweifrcally identified in eemen the Agrt. cir. with all Rrritten Amendments: Change Order.% Charge Directives Field Orders and ENGINEER's n infrrpretalidnr and clNHrwauons issued pursuant t6 aphs3.5 3:6.1 and 3,6.3'01i or a(icr the Effective •of the Agreement Shop i)rmi-iniz sb6mittals 7er1 pursuant to paragraphs"6.26 And 6.^_7 and the sand &% ings referied•to in fzaragniphs 4:2:1 and are not Contract Documents, I:11_ Coirlruct Pace -The mynays payable by ( wNTER to CONTRACTOR fix r onipletionof the Work tn,nc o' Arince kith the Commi er' Do'cumcnis as,sate'd in the Agreerllent (J6bjCct Co the p[Ov rS1nn5 Uf paragraph I,It9.1 in the cseoftlnitPrice Work), 1.12: C017/met, Hines -The numbers of days or the dates stated in the, Agreement: (i)'to achieve Substantial Completion, and (ii) to complete the tVork "so that it lis read . for fina1. pa}inant as evidenced,by I-EWIN'HHR's writteh redominendauon of final paynrenl in aycordiixicg vetth.ix r greph 1;13., 1 13: LC)1r/7Lti %Yl/{:_I'} e person, Cunt or corporation with whom ONTIEI2 has entered into the Agreement. 1.15. Drrnrrngs{`=T,he drawings which show die scope, cheat And characier, of the Work to be fumrshed and performedl by CONTRACTOR' and 'whidi have been 'prepared orapprovzd by L•NGII�IGER tutu are reterrai to .inthe Contrdet Documents. Shop •drawings are not Drawrn_s as sti defined " 1.16: EBz'i"" Dote, 9f the Agreement —The date 'm(he:ared in the A redment on w•hii4i it butanes ellecave, .tutu if no such date rs rndreafed it minris the d aie on which the Aer2rment is Qned,anq delivered by,the.li st (if the two p1lics to srZm and deliver. " 1a17, LNUINGER-The person funi or corpprition ,named as such -in"the Agreement. Ll8: EtVG1AEER3- Consullaiu--A._persom firm or ' corporation having a cimtrad with ENGINLZT2. to ftirrrish services" as •E.xGINZT•R's iniekAdent professional associate or oomiihanl with aspect to Ihetl?roject rind who is ideniifiied as such in the Supplementary Conditions. 1.19. Tield Order A written order issued ENGPVEER wluclt urd is minor 'char ges in the Work bn accordance tsar px7ragvaph 9.:5 but which iincs not involve a charge n the Contract Price or the Com[ det'Times: 1:20. Gefieri! Ru9airements=Seiiio q of Divi'sioh_ I' of 't}t2 speciftcailow. 1 1?1, Niaarilatu.Ware-The term Hazardous Waste shall :tmve the mtunuig provided irr.SecUain 10047 of the Solid Waste- Di.tosal Act (42 USG' Section 6903) as amended, from tunetU fare. L22.a. Lath and Regidations; Lain or Regulations; -Any and all aPplicable taws rules rr ulauons ordinances. codes anil'orders of'Rn%} and.all got;ermental boilies.; :ngenciea•auUivri6es and courts' having.juristli_ctioii. Ir22,15. Lekdl ilalidays--shall be those tiolidays observed li •• the Ow oftFori Collins. 1 ,23. Liens -Liens, charges, security- interests. or .encumbrances upon real properiy or personal jrrgkny. I.2a. ddilesieu -'A principal event spaciticd in the Contmuu ct Docunts retailing to'en intermediate completion date _4 time prior to Substantial Completion of -All .the work. 12_: Notice cfAtraret-Awritten notice by ONTIF.R,in- .the apparcrit successful hiddersinung1lat upon compliance hythe Apparent sucaeseful bidder i6h the cnnditioms 'precedent enumerated therein, within die time specihcth OAWER will sign and deliver the Agreement. 1.26, Norice to Yroeced-A written notice given by WiNf,.R tie C)Nf RAC fOR (iilth a eop}'to ENGiNEER) fixing tire dote on which die Contract Times will commence to run And on which CONE RA(:TOR sli.•lll start to peiform CONTRAr,TOR'S obligations under the. Contract Documents. 1.27, O+INER=The public body d. authority, ,corporation, risw6aliuh, hnii or pTson with A,hio CONTiL1CTOR his entered into the Agreement And for whom Ute Work is. to Iv picwided. 135. Partial Utllization-Use by O\VNTM of a ,substamially completed part of the Mirk for the purpose f which it is aiiended (or a related purr;ose) prior to Sulssiruttial Compleuim of all the Work 129. PCBs-Polychloiimned biplienyls 1.30, I'Mvleuni--Petroleum, including crude oil or any Craction thereof which is liquid iir standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil; petroleum, fuel oil. oil sludge. oil refuse, gasoline, kerosene. and oil riAktAu•iih othernon-Ilazardous wastes and crude oils. 1.31. Projeci-The total construction -of which the work to be:. provided under the•Ctmtract Ducumentsmay be the will Or a pain as indicated else}vhere in the Contract Documents. 1.32.a..Rndioaclivth14tlernl-Source. special nuclear. or 'hyprpduct mnterinl.ns defined hythe ;4tomic-Energ}`.Act .of FJCJJCCiEi+'EKtV. CONUI'iIOA'S 141 rF811 YYa.EtVUm) w/ U1Y UP PORT COLLi i S 1,10011/16 r10NS (XIv •IR090) 1954 (42,USC:Section 2011 em, sect:);ns mntnded from time to time. 1-32.b; Rekidar lflorkine Nours--Reetilar workine hours' are -defied. as: 7i00rair to 6:00pm unless oherwise specified in the General Rearrirements„ 1.33; Residew Project ReInvsvitiariw?-The_ authorized iepresenlative of L•NGfNEGR who may be assumed to the siteor;any part thereof 1.34. samples=physical ocimples of materials. .ui eqpment, or worizmanship that. are representative of some portion of the Work and which establish the smirdards by which such portion of the 1VA will he jildreil' 1.35: SWIi '13rai.vMgs-All drawings, diagrams, illustratiom schedules omit other data or information which •arc sppceiricalh prepared or.a'sscmhlcd by or for CONVTLACTOR and subiuitiy�d by CON?RACTOR Lit illustrate some pirtion of the Work. 136; dpacificatioac those ,portions of the Contract °I)neuments consisting of ATIttcn te'chnieal descriptions of !materials, equipment construction systciny, standanis and workmnnsiup as applied to the Work. 'and ccrtain adnimistmtive detai Is applicable thereto. 1.31 Subeonfroctnt:-Art individual, frail nr corporation having A direct sonnet with -CON I•.RACrOR or with any other"tiub&fntmcior for the performance of A dart of the work at the site. 1.38:. Srthaanlidl Conipletion--The. work (or A specified rmri thereof) has progressed to the (mint where. in the opinion Of ENGINEER ,as evidenced try LNGfNEER's definitive cenifrcate of Substantial Complruon, it is cull icieritl}' uimplete,. in accurtl.mce'with dle,Ceuitinct Documents, so dint the work (or specified pan) cAn he .utillitd fair tha purposes for 'W , Cit is intended;, or if no such ceiaGr:ate is issued, when the ',Fork is complete and ready for Broil pnymerit as evidenced by FNGTNF.ER's wTitien recommendation of fared payment ut nccordnnce with paragraph 14.13, The terms "subsirimially clagplete' and "'substantially completed" As applied to all br pwi of the Wcuk refer to SubstmiliafCu6iplelion thereof 139. Sapplementan• Condilionv-The Tan of the Commit Dock-iments which amends or -supplements thcse. General Condilrunts, 1.40. Suppliei--A manufacturer. fabricator. supplier. distributor, muteryilman or Jeniloi having a direct contrait with -CONTRACTOR or with any Subcontractor to •furnish materials or equipment to be, m66rporlled in the Work by CONTRACTOR or Any Subcontractur. 1.41. Undefgtzggtd Facilities -All pipelincti, conduits, ducts cables. %tires manholes, vaults, tanks, tunnels OF other §itch facilities or attachments, and any encasements containine such facilities ,which 'have been installed underground to Clin islrnny of the following services or H I I 1 u rbatenali `eleetri6ty; gases, steam, liquid petroleum l roductis, telephone or other commttmcahons. 661h . 'television- sewage and i4sinsge removaLtatiffic'vFother ;comrol b Slrn 5 or water. .l _41Unir f:'N1rce lYnrk-Work to he ritid'liir on,the hasis of unit prices. entire completed_ construction or the varirnus'srparutely identifiable parts theretif required td6e, Curmshrd under the Contract Dncuments Work', includes :iirfcl is the result ufperf6rmmg or_ru-mishing-labor Andfuimishing And m600 mtinma terials aterials and egtnpmeitt,into 'the corwructign, and performing or fuinishrhu services and fimtshn .documents nil ns`requtred by I i ontract Documents. ' 1_45, Wnttz» 4me)icii_tu.W-A written amendment of :the Contract Documents, signed -hy.. •mk',F and =CONTRACTOR on or alter the Effective Dine of the Agnecmcnt end normally dealing tvilh dw nonchgincenrig :or, nonteciructl taiiher.than strictly oonstrWfion-relateli asprcis of the Cuntrtct Decum2n s. .1RTICGTi 2=PItELThfINAitI"11I�+,T'TTRS Deliverl,.ofBopih I When CONqRACiTOR delivers the-exectiled .=�ermenLs ;to OWN.TR: CONTRACTOR +s}iall also, izin2r tp:(?1VNER.sucfi.Boncic as. CONTILAdTOR may, regmrrd l i Corn sh in iu cordance with p i graph;$: ] rG'npres of Documents.,: 2'2C-MVER shall. fumi�h'lo CONTRACTOR up to ten top (unless othmtisr specified in the Suppler tcnler}' cc, ittons) or the bw4iic1 Documents as are rras6nably necessary far --the execution of the Work. Additional copies 'wNlH be furnished. u-bv i rcc ties%, at the cost of reproduction. =Cgmmenceineiu of Cgnbircr 1Wnev; Ngtiee ro'Proceerl ".3. The Contract Times %till commence to run on the 'thirtieth dayntler,the Etfectlse Uate ofthe Agreement, or, L•:JCUd. GE;:F1t,1L COtv71itt01V51J1 V-3111vV ti�Llidnl aa/ CIT Ot• l ORT CCILLI A6 J1bUll IC 4TION5 nZLU =1,^DUV) if a Notice to Rodxed'ta given dm the day indicnted to the Notice to Proceed A:Nouce to proceed mu, he giveri ut any time wrdun lhirt° ays d'a(lei the Effective Datr of the Agreement T Ms Wn - "' - 6£HEiBWHEC-:k3-Hill-]ail`.-tl?an-C#i>r-Ettl-Flati of'Bld opemne=orvthe-thirtieth dn}-after the EsiTeat.ve fAiie of ti �rtatien whichever-llutt-isrstihir: Starting+ tire -Mork.- 2`t_ CONTRA'GTOR shall.startto'perfonn the Work on''dic date whenthe Cant act`T lines c�nmence to run. Nit'no Work shall he done at the site prior"io the date on whichde Contract Times commericc to run 73efnre;StartutR'f:atstractinli: 2.6 Within ten:dgs after the EffectiveDate,of the Agreement {unlesn,.nthcrvvtsc Tem6ed in'- the General 'Reg6rem tints), CONTf'M Tl7R slialI submit, '10 ENOLNEER' for review: •26.1 It prel`uninary, piogrecs 'schedule indicating the,lirnas,(numbers of daysor dales) for starting rind atnphtu g time fti Imn4 stages of the Work,` including nm;`Milastonts gpecE6ed at the Contract Doetuuems; 16.2 prrlint u ary schedule aC Sltop fJrnv ng ar i Sample =submittals which, Will hsl :each required :subrnittal and t}ie times lire sitbmitting;reviewitg turd processing such"subraittpl, 621 7n no casc will t schedule_u tcceptable„-which Allows less than .'I calendar dtvs for,ci h review by Gn6neer, ri;3, A prelmmary schedule of lilies Cimratll of Ihe'Work which will include qutndiies-'and prtces,br items aggregating the contract Price and will suhdt4ide the WA'ort. mto'componentt pacts in sulLcient detain to serve, as the basis' for progress payments duriha, construction. JucF pnces will. include.'an apprupriate:amgurn of overhead and rroGt•upplrcAble to each item ofWoik-. 1.7. Before -any Work at the site is staritd.. t't2,h+rl'R UO: alo f?W:Al13k,shali,a eh dehvecto.tliz ether OWNER with copies to each additional-•insuroc] 7d2nEllk'd-tiT=ilia-'�llpplemvRif}rV-��nd#lofts ENGINEPR, sehtG tes,of institarice, (and other evidence or irisurpnca vhi #t eii#te, ar � m a:' :� �' rrsure"Ay fepsenuF3 uesl requested . tiy OWNEFZI which CONTRACTOR �lV=er-e is required do pwvhas, and niuiritain `n 'dcordancc K'ilh '.:paragraj lv%5 4,6sn 3_•7, !?reirbnstruetion. Conference .lrtifiull@.Accelmhle Sd�edttlet• ARTICLE 3,-,,:CONTRACT DOCUMENTS: INTENT, N1LN NC,REUSE Intent:% 3.1„ The Contra6t Documents. comprik the ent¢e agreement between 'OWNLR :and' CONTRACTOR COMC UM, the'IVork Thc. Contract Documents arc, complememan what is edlled for by one Is as binding as if galled -fen' by ull. The Contract Do uments will be cunswed in`&=Wdancti with the law of the place. of the Project. .3_2.' It ais the inteni of, thc� Contract I)ocwtients_ to EjICDC ULNERM, GONDI TIi NS t 91 oA (1J'')O E6ami. . wl llll Oh hORT tY]LLI [.S h1i]llll ICd TIONS (ItL• V -0t?gpn) 3.3.. Refrrenee'to SYandfirrty and.Sp¢crfecaaous of Technical Sueieties: Reobrrrns�. and Resvlvhfg ,Discrepancies., 3.33. Except as otherwise specifivally stated -in the Contract Documents or as may be' provided by umeridmenl orsopplemcat thereto i,%ued by one of the meth xls" ; indicated in pintVaph 3 'or 3.6, .the Ixo6si6ns of the Contract'Documents sha11 lake precedence to re"olving any comLct, em error, nbteuiy` or'.disi.Tcpancy' between the provisions. of the CtitAract Dobuntcnts and_ 33:3,1. the provisions of any such standard specification manual, 66 k or tnitr» ctwr (ivhcthcr uff or rspecil}cnlly inconporated by reference in the Conlrnat Documents); or I I i I 1 3 3 3,3. the provisions of rim such Laws or Regulations applicable to the •performance 'of the Work - (unless such on interp}elation of .the prow isioins of the- Cunlracl Do6UM' ,cuts would result, m violation 617s ch Law o Regulapon).' 'No proaision of nny'such'standarcOperific ccide or insti idtion shall bc'eff&uve'to chr :and resppnsibihues of tDNVNF R CQN'I FNGINFFIi; c any'of their subcomractdi �aeenis or eniplovees from-those'set forth ..i Uocumcot% nor shall it Ix cffcc6cYo assig FNCYrKF.FR or any of ENGNrEF.R's-Consul .employees anj•.dCl j- or,authoriq• to supen'i; tunnsfing or put i rmancc • of the. 1Vork o_ auUxxity to ondihake respoutbillty 'incgns .,trovisions nr paragraph9a 3 or any oiher,p t:oriimct bocuments, 3.4 Whenever in the Cdntmci Document rirdcrgd as ittrcctcd% 'as [,g tired", "is npprovZtI br terns of like effect nr'inmptrt a ridjectives "reasonable", "stiitable".-'acceptf to "sitistactdjv;' or ridiectivcs or like 'OR,et to descrilse a requirement,. direction, review or tent of L•NGNTIM-1t ss to the V%'4k, it is intended than requirement, d'reeiiot , review or judgment- will'be to cvalulite, in general, the crinmpleted Work fiir lianceti•tth the requirements of and inform5tion'in the concept of the completed Project as a functioning wholc'as ,shown or indicated in the Contract Documents 6111-ess these. is a specitic'statementindicutiims otherwise). The use or any such term oradjective shall not lie etfcctrvean nS�iento PgGPvrHER ariy dvly, or aulhunty to supervise or diractihe furnishutu or performance of the Wort. of 'uny duty or :mahoriri' to undertake respgoiMbility ,contriry to the provisions of phnigraph 9:13 br ato! other provision of the Contnrct DoWntents, lnenr6ng mitt Sripplerrtenring,CorT"cr Dociinrenrb7 3:5, The Cgntracl Documents. may be amended- to provide for additions delclions unit tevtsinns m the Work .or to mortify the terms and conditions thereof in'one or, more of the following w;tys: 3,5.1. a fornialWrittenAmendmeng 3.5.2. e Change.Or lrr (purssuant iu paraLvaph IOA): ur .tJCuc.UE7�EIiA(.r.UNUInC'[+S t'l1Ub 1� 19V 6NIirM1! -tr/ 6 IT Of 1'0ItT rMLI NS 11()DII IC #L6M tIthV Aatioll 33i3, 'a, .Work- Qhanga piri6ve jpunsurint :to pttnttmaph 10A)_ 3 6; In addition, the requirements of the Contract Documents may l e supplemented and minor vanations and devignnas_Ii the work ntait'he;nuthorii6d,. in'obti or ,more of t}ie:fnllbiJing ways; 16A. A Field Order (pursuant to, paragraph 9.5j, , 3 h:'; GNGEC-ER's approval of a Shup Drawin - or Jample:(purs i to pirugraphs 6:?6linZI6.27), fir. 3.6;3. FVGIIGER's .14aittcri interpretation, or clnril icntion (pursuant .to pnregrttph9, 4). Reuse ifDocurnents: 3.7. WNTRACTOft, and ern)' Subcontractor or Stipplicr'or other. person or orgahintion; perrhrming or furrisliiie ariv of the Work Cinder it direct or'indireci connecEx th OIWdI':R (t) .shall nol have or'ncl�,irq re e!W title- to .or itwncrshin riahfs in sriv of'ilmc awimi: t ENGI not reu written ti crlGCationor adapOtiim fiv ENO INFER ARTICLE 4—AVAILADII IT]' OF LANDS; Sl11ISURFACE AND PHYSIC.U, CONDITIONS; RF.FF.RRNCF, POINTS l•pilnbi(rr}ofLdat&r 41, OWNTRshall himistt<cis indicated inthe Contraet Documents, the lands upon which the ,1Vork is to be, parfupned, ncJitsof-way and easement's. Tor access thereto;.and such other lands which are designated for the star muonuty vnv,cncumumnces or restrictions feral appliumtion but specifically -related ter rise or urruahed with which'C'ONTRACTOR will have Y 'ur performing the' IVod� F CS`emeUts- ru{ t structures oi,permarient chnngzs in odstiria c ill lit obtiiined and paid For by OIVNCR unless provided in the Contract Documents. .If i(. OR and OWNLk are'uraible`toairec on u to or the'amount or extent or any adjustriments ntract Pricc or the ConVacl Tumies as a result or in C.tWrhiRs'tumishingthuse. lairds, rights-of- isements; CONTRAGTOk may muke u claim ,as proyided in Articles 11 pnd-II i 1 CONTRACTOR shall, provide for all_addiuonal lands _hind access thereto that may be required for lemptimrj• ,construction ,facilities or storage of materials and equipment. 4.1 Subsurface and Plrysicnl Colo lifigns 42.I. Reports ond-Draiiings: Reference is made to the Supplementary Conditions for ideniification of; 4,2 1,1, Sybsirr(ace Can&tions: Those reports of, explorations andiests or subst,rface conditions at or contiguous to the site, that hsve been "utilized by E\GiNEER in preparing the Contract Documents: and 42.1.2. Phisicpl,Condiious:' Ilice driovms of physical conditions to or relatitib to existing surfacc or t4surCacc structures at or contiguous to the site ,(except Underground Facilities) that have :been utilized by ENGELK13M in prcparirig the. Coa(mcl Documents. a 2`': Limited Rol, Technical Dalo: eeneral abcumci• of Contract'Doc ments. Such u�efmical dita is identified in the Siipplrmentnq Ccmditions .Cxcejit for such reliance on .such technical data%,GC N1 RAM'OR may pot -rely upon or make any claim against OMEP, ENGINEER. or"any or H NC, INF F".It's Consultants vv ith respcct m: 42.21. the c6mpletcn=i of such reportm and drawings for CONTR\CTOR's 'Purposes, including. but not limited to, any aspects of the mearts, nicthoLls, tcclwiques, sequencesand ptoceduies or obristruction to be employed by CONTR.-kGTOR' .and sdiety precauuoms and programs incident thereto, or 412 1:^_. other -datuz interpretations, opinions. and inCornuRion contacted in such reports or showed or indicated in such drawings, or 4.2.23. aiy CONTRACTOR interpretation or or Conclusion drnlvn Gexn uriy technical data" or any such Chia, inte'rproations. opinions or information., 4.2.3, Notice of Di(flrfng _ ,Subsurface or PHisxal i ondirions: If 'CON'i RACT R befieves that urn subsurface or physical condition ut.orcontiguniis to,the site that is uncovered ri revealed either:_ 4.2.3.1. is of such a nature as to establish that any "0.chmial data on which CONTRAC,TCIR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materAly inaccurate. br 4.2.32. is of such a rieuue as,ly require a change mdtheC7oyntraci Documents, or 42-3.3. -differs m4terinll}"from.that -shown or EjC'U(: UM-RAL CONOI Tl ONS 1 J I0F8 (1 v9a E(lititgt wi UTY UF FORT COLLI NS htOIDITCA rIoNs' 0WV •In -ow) indicated in tote Contract Docuriiems, or 4.23.4. is or an unusual rmture: and difrers matzrially Gum ebnditiuru urdinarily enwunteied and.grnrtally rec ,utuzed as inhctxnt in work.of the dismcter Provided for in the Contiaci Documents: then 24CTOR shall, promptly immediately after ina aware thereof and before Curthrr isttabin rftirmuag any Work'in n an emeri_ency as notiR, U)uNHR_ and CONI`R.A(;;fOR shall not further disturb such conditions or•perform any Work in 66hriection therewith (exeept as aforesaid) untilweipl ori`vritwo order to dosu. 424. PNOI>t'LER's Reaaeitc I1NU1N1 ER will prompily rcvicw the pertinent condidons, determine, the necessity bf.OWNERs obtaining additional exploration or tests`with respect t ereto And ndi is. OWNER i i 'writing (frith a cnpy to t t MWAGIOk) of hWINHFR's findings and conclusions. 47'25. Po&TIble ContractDxrnrants Ghatigz: if FNGiNIHER concludes that a ehnnge in the Contract Dnouments is required is a iesult or condition tint incels one or more of the categoncs in Ixuagiaph 4 2 3, a Work C_'hangc Directive or a Change order will'Ii isqucd as Provided In Article 10 to reflect end document the consequenccsofsuch change. 4A6 Passible Pica and Times .4q ispire tc An equitable- adjustment in the Contract Prior for in die Contract Times, or both, will be allowed to the extent that the cZiitencc of such uneoviied or revealed ciindition causes an increase or decreaiw in CONTRAITOR's cost of, irrtime. requued lur'perfyrinarue of; the'W,ork; subject, however, to die following: 4"'.6.1: such condition must meet anv one or more of the cateFones deicii6ed in Ixtmgmplis 4 3,1 tivoueh 4.2.3A, inclw ivc; 42,6.2, a change iii the Contract Documents Pursuant to p<imgiaph 4 — . will not brAn automatic 11119onration or mir a condition prccedent 16 entitlement to any such adjustment; 4.2;6_.3; with iespedt to Wail: that is paid for or a Unit Price 13risis.:any adjustment in Contract Price will he subject to 'the .provisions of paragraphs 9.10 end 11,2 and 42.6.4. CONTTRACTOR shill not be entided to Any adjustment in the. UntiilCt Price c'r Times if. 4.2,6.4.1. CONTRACTOR knew of the existence of such' conditions at the time (ON'rRAC. I'OR made a final commitment to OWNER in.resocct of Contmet-P ice and Coritract Times by the -submission of a bid or-beopiring bound under a negotiated conlracP;iir 4.2.6A2. the existence F such cum . Wan c6uld n:usonubly .have beial di, ered or revealed'as a result or Any examination. investiptio m evqfloration. test or iiihidy of the sitti and conlipous areas rcqt' d by the Biddirial ­ . 1. Inq - I. I , . I .- commiumem or 4:2.6.4.3. coKu"6-oR failed to gW6 the Britten notice "Within thctime and us jtx ii ' h4 3 juc- by" pUrdjp2p . If Ok6IER-and CUNTRACTOR are unable to ugree on 6tiflement to or as to'ihc mount or length of any'-such equitmb!i' adjustment in the Contra6t I Pric . or dohuact. 'I. I In eS - , -D claim' may be.-'mude­th6iorpr­ is fimi,ided in Articles band 12. Howev . cr, OWNER, SNGNENR'and VNGINT13R's t',or%sulta* shall not he 'liable to (.,odrRAc;i,(.jK for, any .claims. -crisis _losses or damages - sustained by CONTRACTOR on Orin connection Nvithinny Other pioj&tcif.,�niicipated'�rojegt. 4;3. Abitsical Confutionv—(1ndergiround p4cilhies; 4. M; :7j. Shoim.nr IndicateLt. The informatilin and &tn own sh6r ji .vit'ndi_ -4 cd in the Contract:D�Caftkfifs with I to I existi tit Underground Fabilitic's at ot toritiguous lo'the .site is'bakd 66 iriffirniation,and data fiurnishcd to DINNER Or ENT(-,TNP.FR by theotc-ner.% or such UndeigrouW Facilities Or by othsirg. Jjnless it is inner w Se prat iclea in' the"Supplernentary c Conditions: 43'Ll. MNER.Iiible lrtd ENIGNEER shrill not Ixrespoms, itci• or completeness of itny such'inf6matib-h or data; and 4.3.2. Aroj,Shoulii oirInih-cirted: If-un Underground FaAty' is uncovered or ri'Vealed'ait or'conti6oils to the ­Piitel which wris not shown or indicalid in the Hffected thereby Or in an emergency as identity thE owner of. 66)CGi-2ERALCONL)i 110NS 19h)-S (19W Etblim) _W/ aix 01; miT MLLI IISNIODIFICATtOINS tt"V20flih I a mt owner ondlo OWNER and Mvill llrornptly review the ,and. detenrnirre the, extent. it u 4 Irk - as the safety it d :Plruftictioii `of such UnI: Facility as _ CONTRACTOR Zlay.bc a1'1owc'JTanNj the Contract Price or extension of the I — 1 11 1 [engUi of any such adjusunent- In Uoritnict Ilice or (joilth i Tunes, (ONIUACTOR may make a CIA611 therefor as -pnivided in Arkles I I and 12.1-Howev,cy. MVINFK FNIGITISIFIER and FNTCTN7FFIZ'q Cofis ltants shall not bt'- liable to CIONTRAM'OR for ' any,,clairns, costs, losses or damag"s incurred or , - ­ sustained-by-CONTRAUM oil Or n connection with anyi Iiher prnXLt:c;r rlriflcifmt�d projcci. Itejer�i�rc Bairns: 4A OWNFR shall provide engineering surveys ysto establish !reference pOirts for c ehin and shall riiAc 66 necchmr%,; clorvcs'in grades or location.% and shall he repo-'r 'lacement relocation of inch rukrence points by l5rofessionallv qund 4,5. Aibeslos, PCB - Petirolvan. lla-artkmslMmde br 4.3.1. .(AVINSR -shall be responiible -lbr any Asbestos, PCBs, Petroleum. .1filzradcam, Wd'ste or uncoveredRadivactiveMateriulor re�eutvd ut , the Site w'hich was not shown Or indiClIted in',Drawii1vS,01' S 3eci Peation's * or identified in .Lfie Cgntiact i L)6 cuments to be within thescopeof,the� Woikjaili which may present a substantiaiLdanger to persons Or prorrt�- c>pbscd thereto lin'connection with the Work at the site () , �Vp shall ouL beresponsible I I for any "�FR such '-niliteruils 13170LIahl ' to the site by CONTRA m r OR, S617&)Atractors, . Supfiliors. or anyone else for whom C0NTRACr0,R is re mibl� ,To -7 1