Loading...
HomeMy WebLinkAboutBID - 6061 SOAPSTONE PRAIRIE ACCESS ROAD (6)UPADTED: September 5, 2007 11:20 AM SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Soapstone Prairie Access Road BID NO. 6061 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS September 4, 2007 – 3:00 P.M. (OUR CLOCK) 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-A1 - 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 SOILS REPORT 07/2001 Section 00020 Page 2 SECTION 00020 INVITATION TO BID 07/2001 Section 00020 Page 1 SECTION 00020 INVITATION TO BID Date: August 14, 2007 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 September 4, 2007, for the Soapstone Prairie Access Road; BID NO. 6061. 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 6061 Soapstone Prairie Access Road: The contract documents includes the construction of 8.39 miles of roadway with aggregate base course surface, a 191 foot three span bridge, a 55 foot single span bridge, and 30 feet of double 12’x5’precast box culvert. The project also includes installation of 814 linear feet of 15 inch RCP and 432 linear feet of 18 inch RCP with end sections, 26 acres of reclamation, removal and installation of fence, and installation of cattle guard and roadway sign. 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. Contract Documents will be available August 14, 2007. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 a.m., on August 21, 2007, at 215 N. Mason, in the Community Room in Fort Collins. The Job Walk will follow immediately after the pre-bid meeting. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. 07/2001 Section 00020 Page 2 The Contract Documents and Construction Drawings may be examined online at: 1. City of Fort Collins BuySpeed: https://secure2.fcgov.com/bso/login.jsp 2. Mercury-LDO Reprographics: www.mercury-ldo.com Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be viewed and purchased at: 1. Mercury LDO Reprograhics: • FORT COLLINS: 422 S. Link Lane, Ft. Collins, CO 80524 Ph: 970-484-1201, Fax: 970-221-0404 • ENGLEWOOD: 9632 E. Arapahoe, Englewood, CO. 80112 Ph: 303-790-7169, Fax: 303-792-2936 • DENVER: 860 Bryant Street, Denver, CO. 80204 Ph: 303-893-8701, Fax: 303-893-0617 • COLORADO SPRINGS:11 E Las Vegas, Colorado Springs, CO. 80903 Ph: 719-231-8121, Fax: 719-633-5710 • LODO: 1660 Wynkoop Ste. 130, Denver, CO. 80202 Ph: 303-785-2520, Fax: 303-785-2522 • BOULDER: 2575 Pearl St. Unit C., Boulder, CO. 80302 Ph: 303-539-1350, Fax: 303-539-1356 2. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 07/2001 Section 00020 Page 3 Construction Document Ordering Instructions (Download a complete PlanWell 4.0 Ordering Guide from www.planwell.com) 1. GO TO: www.mercury-ldo.com 2. SELECT: Denver Links: “Plan Well” 3. SELECT: Public Planroom: “GO” 4. SELECT: the desired “Project Number” from the list 07/2001 Section 00020 Page 4 5. CLICK: “Most Current Set” to View the list of documents available for the project 6. CLICK: Sheet No. to view 7. CLICK: to add a specific document to your “Shopping Cart” 8. CLICK: to place the order for printing 9. REGISTER –or- LOGIN 10. SELECT: Process-Media, Output Size and Binding options 11. ENTER: Job Number and PO information then click Next. 12. REVIEW: Recipient information. 13. ENTER: Quantities 14. CLICK: the down arrow to populate order. 15. SELECT: Delivery options and Due time. 16. ENTER: Your phone number in the special instructions box. 17. CLICK: Next. 18. REVIEW order 19. CLICK: SUBMIT Planwell contacts: Marie Owens 970-484-1201, mowens@mercury-ldo.com David Bacon-720-220-7683, dbacon@mercury-ldo.com 07/2001 Section 00020 Page 5 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. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins By ______________________________________ James B. O'Neill, II, CPPO, FNIGP Purchasing/Risk Management Director SECTION 00100 INSTRUCTIONS TO BIDDERS 12/03 Section 00100 Page 1 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 12/03 Section 00100 Page 2 Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 12/03 Section 00100 Page 3 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. 12/03 Section 00100 Page 4 Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 12/03 Section 00100 Page 5 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 12/03 Section 00100 Page 6 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 12/03 Section 00100 Page 7 the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. 12/03 Section 00100 Page 8 OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self-stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION SECTION 00300 BID FORM 7/96 Section 00300 Page 1 SECTION 00300 BID FORM PROJECT:6061 Soapstone Prairie Access Road Place Date 1. In compliance with your Invitation to Bid dated , and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ______________________________________________________ ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: _________________________________________________________. 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. _______through . 8. BID SCHEDULE (Base Bid) 8. BID SCHEDULE (Base Bid) 6061 SOAPSTONE PRAIRIE ACCESS ROAD BID SCHEDULE ESTIMATED UNIT ROADWAY COST ($) QUANTITY 201-000 CLEARING & GRUBBING AC 4.8 202-001 REMOVAL OF TREE EA 8 202-010 REMOVAL OF FENCE LF 2450 202-076 REMOVAL OF CULVERT EA 14 203-020 UNCLASSIFIED EXCAVATION (CIP) CY 46898 203-017 BLADING HR 100 207-000 TOPSOIL CY 11660 207-021 STOCKPILE TOPSOIL CY 11660 208-006 EROSION LOG (SPECIAL) LF 1200 210-101 RESET GATE (METAL) EA 2 212-007 SEEDING (DRILLED) (STERILE WHEAT) AC 19 212-007 SEEDING (DRILLED) (NATIVE) AC 20 212-007 SEEDING (DRILLED) (WETLAND) AC 3 213-060 MULCH TACKIFIER LB 4200 216-037 SOIL RETENTION BLANKET (COCONUT) SY 18000 216-041 SOIL RETENTION BLANKET (STRAW / COCONUT) SY 13100 304-042 AGGREGATE BASE COARSE (CLASS 5) TON 22100 603-008 15 inch REINFORCED CONCRETE PIPE (RCP) (CIP) LF 760 603-014 18 inch REINFORCED CONCRETE PIPE (RCP) (CIP) LF 432 603-208 18 inch REINFORCED CONCRETE END SECTION (CIP) EA 40 606-030 GUARDRAIL TYPE 3 (6-3 POST SPACING) LF 1200 606-013 END ANCHORAGE TYPE 3D EA 12 606-025 END ANCHORAGE (FLARED) EA 12 607-010 FENCE BARBED WIRE WITH STEEL POSTS LF 24556 607-011 FENCE TEMPORARY LF 2430 607-012 FENCE TEMPORARY (SPECIAL) LF 57170 607-200 END POST EA 40 607-205 CORNER & LINE BRACE POST EA 43 607-408 12 FOOT RAIL GATE EA 3 607-409 10 FOOT RAIL GATE EA 4 611-003 20 FOOT CATTLE GUARD EA 4 620-020 SANITARY FACILITY EA 6 626-000 MOBILIZATION LS LUMP SUM 630-000 CONSTRUCTION TRAFFIC CONTROL DEVICES LS LUMP SUM 630-010 FLAGGING HR 250 630-011 ROADWAY SIGNS SF 475 SUBTOTAL ($) A) ROADWAY TOTAL ($) ITEM NO. DESCRIPTION UNIT 8. BID SCHEDULE (Base Bid) 6061 SOAPSTONE PRAIRIE ACCESS ROAD BID SCHEDULE ITEM NO. DESCRIPTION UNIT ESTIMATED UNIT SUBTOTAL ($) ROADWAY COST ($) QUANTITY 206-000 STRUCTURE EXCAVATION CY 960 420-001 GEOTEXTILE (SEPARATOR) (CLASS A) SY 80 503-010 DRILLED CAISSON 30" LF 147 503-020 DRILLED CAISSON 36" LF 123 506-002 RIPRAP (9 INCH) CY 960 601-030 CONCRETE CLASS D (BRIDGE) CY 338 601-040 REINFORCING STEEL LB 52850 605-040 4 INCH NON-PERFORATED PIPE UNDERDRAIN LF 6 605-041 4 INCH PERFORATED PIPE UNDERDRAIN LF 60 606-103 BRIDGE RAIL TYPE 3 LF 382 618-019 PRESTRESS CONCRETE BOX (30"x 60") SF 2822 206-000 STRUCTURE EXCAVATION CY 950 420-001 GEOTEXTILE (SEPARATOR) (CLASS A) SY 80 503-010 DRILLED CAISSON 30" LF 185 506-002 RIPRAP (9 INCH) CY 310 601-030 CONCRETE CLASS D (BRIDGE) CY 197 601-040 REINFORCING STEEL LB 25400 605-040 4 INCH NON-PERFORATED PIPE UNDERDRAIN LF 6 605-041 4 INCH PERFORATED PIPE UNDERDRAIN LF 60 606-103 BRIDGE RAIL TYPE 3 LF 110 618-019 PRESTRESS CONCRETE BOX (30"x 60") SF 803 203-001 MUCK EXCAVATION CY 136 206-000 STRUCTURE EXCAVATION CY 330 506-002 RIPRAP (9 INCH) CY 137 601-030 CONCRETE CLASS D (BRIDGE) CY 40 601-040 REINFORCING STEEL LB 4165 603-300 DOUBLE 12X5 FOOT CONCRETE BOX CULVERT (PRECAST) LF 30 606-103 BRIDGE RAIL TYPE 3 LF 54 $Dollars $ TOTAL PROJECT WRITTEN IN WORDS COMPANY NAME SIGNATURE TITLE PRINTED NAME DATE BASE BID: ROADWAY AND STRUCTURE TOTAL (A+B+C+D) ($) SOAPSTONE PRAIRIE NATURAL AREA ACCESS ROAD - STRUCTURE BID SCHEDULE BRIDGE AT RAWHIDE CREEK B) RAWHIDE CREEK TOTAL ($) D) WIRE DRAW TRIB. TOTAL ($) BRIDGE AT WIRE DRAW DOUBLE PRECAST BOX CULVERT AT WIRE DRAW TRIBUTARY C) WIRE DRAW TOTAL ($) 7/96 Section 00300 Page 4 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: ________________________________ __________________ Signature Date ________________________________ Title ________________________________ License Number (If Applicable) (Seal - if Bid is by corporation) Attest:___________________________ Address _____________________________________ _____________________________________ Telephone _____________________________________ 7/96 Section 00410 Page 1 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors SECTION 00410 7/96 Section 00410 Page 2 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ ______________________ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 6061 Soapstone Prairie Access Road. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 3 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20__, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL SURETY Name:_____________________________ __________________________________ Address:__________________________ __________________________________ __________________________________ __________________________________ By:_______________________________ By: ______________________________ Title: ___________________________ Title:____________________________ ATTEST: By:_______________________________ (SEAL) (SEAL) 7/96 Section 00420 Page 1 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: _________________________________________________ 2. Permanent main office address: __________________________________ 3. When organized: _________________________________________________ 4. If a corporation, where incorporated: ___________________________ 5. How many years have you been engaged in the contracting business under your present firm or trade name?___________________________ 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ 7. General character of Work performed by your company: _________________________________________________________________ _________________________________________________________________ 8. Have you ever failed to complete any Work awarded to you?________ If so, where and why?____________________________________________ _________________________________________________________________ 9. Have your ever defaulted on a contract?__________________________ If so, where and why?____________________________________________ _________________________________________________________________ 10. Are you debarred by any government agency? ______________________ If yes list agency name._________________________________________ 7/96 Section 00420 Page 2 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. _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 12. List your major equipment available for this contract. _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 13. Experience in construction Work similar in importance to this project: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 14. Background and experience of the principal members of your organization, including officers: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 15. Credit available: $______________________________________________________ 16. Bank reference:__________________________________________________________ 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? _________________________________________________________________________ 18. Are you licensed as a General CONTRACTOR?________________________________ If yes, in what city, county and state? __________________________What class, license and numbers?______________________________________________ 19. Do you anticipate subcontracting Work under this Contract?_________________ If yes, what percent of total contract?__________________________________ and to whom?_____________________________________________________________ 20. Are any lawsuits pending against you or your firm at this time?__________ IF yes, DETAIL___________________________________________________________ _________________________________________________________________________ 7/96 Section 00420 Page 3 21. What are the limits of your public liability? DETAIL _________________________________________________________________________ What company?____________________________________________________________ 22. What are your company's bonding limitations?_____________________________ _________________________________________________________________________ 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at ________________ this ______ day of __________________, 20__. _____________________________________________ Name of Bidder By:__________________________________________ Title:_______________________________________ State of________________________ ) County of_______________________ ___________________________________being duly sworn deposes and says that he is ______________________of_____________________________ and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this _______ day of ____________, 20__. ___________________________________ Notary Public ___________________________________ ___________________________________ My commission expires _____________________________. 7/96 Section 00430 Page 1 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM SUBCONTRACTOR ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 9/12/01 Section 00510 Page 1 SECTION 00510 NOTICE OF AWARD Date: TO: PROJECT: 6061 Soapstone Prairie Access Road OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated ___________, 20__ for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 6061 Soapstone Prairie Access Road; the contract documents includes the construction of 8.39 miles of roadway with aggregate base course surface, a 191 foot three span bridge, a 55 foot single span bridge, and 30 feet of double 12’x5’precast box culvert. The project also includes installation of 814 linear feet of 15 inch RCP and 432 linear feet of 18 inch RCP with end sections, 26 acres of reclamation, removal and installation of fence, and installation of cattle guard and roadway sign. The Price of your Agreement is ________________________________________________ _______________________________________________________________________________ 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 _________, 20__. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully-signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER By:________________________________________ James B. O’Neill, II, CPPO, FNIGP Director of Purchasing & Risk Management 7/96 Section 00530 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the day of in the year of 20__ and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and (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 Bid 6061 Soapstone Prairie Access Road: The contract documents includes the construction of 8.39 miles of roadway with aggregate base course surface, a 191 foot three span bridge, a 55 foot single span bridge, and 30 feet of double 12’x5’precast box culvert. The project also includes installation of 814 linear feet of 15 inch RCP and 432 linear feet of 18 inch RCP with end sections, 26 acres of reclamation, removal and installation of fence, and installation of cattle guard and roadway sign. ARTICLE 2. ENGINEER The Project has been designed by Anderson Consulting Engineers, Inc and A.V.I. P.C., who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within 105 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 119 calendar days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. 7/96 Section 00530 Page 2 They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER 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: Defined as all roadway completed. Bridge over Rawhide Creek completed, Bridge over Wire Draw completed. Wire Draw Tributary culvert completed. All fence, cattle guards and roadway sign completed. All erosion control installation completed. All final grading completed. Two Thousand Three Hundred Sixty Three Dollars ($2,363) for each calendar day or fraction thereof that expires after the One Hundred Five (105) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Two Thousand Three Hundred Sixty Three Dollars ($2,363) for each calendar day or fraction thereof that expires after the fourteen(14) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: ($ ), $ Dollars, in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the 7/96 Section 00530 Page 3 General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as 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. 7/96 Section 00530 Page 4 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of “Contract Documents” in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7/96 Section 00530 Page 5 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: SHEET INDEX Sheet No. Description 1 TITLE SHEET 2 LEGEND 3-7 SUMMARIES 8 TYPICAL SECTIONS 9 INDEX SHEET 10-39 PLAN & PROFILES SHEETS 40 ROADWAY OBLITERATION GRADING PLAN 41 MASS HAUL DIAGRAM 42-44 GUARD RAIL DETAILS FOR RAWHIDE CREEK, WIRE DRAW & WIRE DRAW TRIBUTARY 45-47 SIGN LAYOUTS & SIGN DETAIL SHEETS 48-50 EROSION CONTROL SHEETS 51 RAIL GATE DETIAL SHEETS 52-88 (B1 - B37) STRUCTURE DETAIL SHEETS CDOT STANDARD DETAIL SHEETS X1 - X147 ROADWAY CROSS SECTION SHEETS The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers to , 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 7/96 Section 00530 Page 6 without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. OWNER: CITY OF FORT COLLINS CONTRACTOR: By: ____________________________ By:_______________________________ JAMES B. O’NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING __________________________________ AND RISK MANAGEMENT Title:____________________________ Date:___________________________ Date:_____________________________ (CORPORATE SEAL) Attest: ________________________ Attest:___________________________ City Clerk Address for giving notices: Address for giving notices: P. O. Box 580 __________________________________ Fort Collins, CO 80522 __________________________________ LICENSE NO.:______________________ Approved as to Form _______________________________ Assistant City Attorney 7/96 Section 00530 Page 7 SECTION 00530 NOTICE TO PROCEED Description of Work: 6061 Soapstone Prairie Access Road To: This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20__. The dates for Substantial Completion and Final Acceptance shall be , 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: By: Title: SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate 7/96 Section 00610 Page 1 SECTION 00610 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (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 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 day of , 20__, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project,6061 Soapstone Prairie Access Road. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00610 Page 2 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of , 20__. IN PRESENCE OF: Principal ______________________________ ________________________________________ ______________________________ ________________________________________ (Title) ________________________________________ (Address) (Corporate Seal) IN PRESENCE OF: Other Partners _____________________________ By:_____________________________________ _____________________________ By:_____________________________________ IN PRESENCE OF: Surety _____________________________ By:_____________________________________ _____________________________ By:_____________________________________ (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00615 Page 1 SECTION 00615 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of 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 day of , 20__, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 6061 Soapstone Prairie Access Road. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00615 Page 2 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of , 20__. IN PRESENCE OF: Principal ______________________________ By:___________________________________ ______________________________ ______________________________________ (Title) ______________________________________ (Address) (Corporate Seal) IN PRESENCE OF: Other Partners ______________________________ ______________________________________ ______________________________ ______________________________________ IN PRESENCE OF: Surety ______________________________ By:___________________________________ ______________________________ By:___________________________________ (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00630 Page 1 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 7/96 Section 00635 Page 1 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: _____________________________ PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins ____________________________ ____________________________ CONTRACTOR: ______________________________ ____________________________ CONTRACT DATE:____________________________ The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. _________________________________ ________________________________________ ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. ________________________________ By: ________________________________________ CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: ________________________________________ OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: 7/96 Section 00640 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE , 20__ TO: Gentlemen: You are hereby notified that on the day of , 20__, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, . 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 ________________. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date:___________________________. Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: 7/96 Section 00650 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) 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. 7/96 Section 00650 Page 2 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of , 20__. CONTRACTOR By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20__, by Witness my hand and official seal. My Commission Expires: . Notary Public 7/96 Section 00660 Page 1 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , ____ . (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in- Fact. Section 00670 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Section 00670 Page 2 SECTION 00700 GENERAL CONDITIONS SE SECTION 00800 SUPPLEMENTARY CONDITIONS 7/96 Section 00800 Page 1 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-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Subsurface Exploration Report Larimer Cuonty Road 15-Stuctures Soapstone Ranch Access Larimer County, Colorado EEC Project NO. 1072015A Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. B. 4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface structures (except Underground Facilities referred to in Paragraph 4.3) which are at or contiguous to the site have been utilized by the Engineer in preparation of the Contract Documents, except the following: 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: 7/96 Section 00800 Page 2 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). 9/99 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment 9/99 Section 00950 Page 1 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE:6061 Soapstone Prairie Access Road CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: __ ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) _ ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: __ Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing 9/997/96 Section 00960 Page 1 Section 00960 APPLICATION FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract NUMBER DATE AMOUNT The present status of the account for this Contract is as follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: Current contract Amount: $0.00 Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: $0.00 Less Retainage: Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: 7/96 Section 00960 Page 2 CONTRACT AMOUNTS APPLICATION FOR PAYMENT PAGE 2 OF 4 Work Completed Work Completed Work Completed Stored Bid This Month Previous Periods To Date Materials Total Item This Earned Percent Number Description Quantity Units Unit Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 7/96 Section 00960 Page 3 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Completed Work Completed Work Completed Stored Bid This Month Previous Periods To Date Materials Total Item This Earned Percent Number Description Quantity Units Unit Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 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 PAGE 4 OF 4 7/96 Section 00960 Page 4 On Hand Received Installed On Hand Item Invoice Previous This This This Number Number Description Application Period Period Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 Soapstone Prairie Natural Area August 2007 Project Special Provisions Project Special Provisions Soapstone Prairie Natural Area August 2007 Project Special Provisions i SOAPSTONE PRAIRIE ACCESS ROAD CITY OF FORT COLINS, COLORADO PROJECT SPECIAL PROVISIONS The General Conditions of the Construction Contract and the Colorado Department of Transportation’s (CDOT) 2005 Standard Specifications for Road and Bridge Construction control construction of this project. Where there are conflicts between the two, the General Conditions shall control. The following Special Provisions supplement or modify the CDOT Standard Specifications and take precedence over the Standard Specifications and plans. Item Page Index Pages i Notice to Bidders 1 Commencement and Completion of Work 2 Revision of Section 100 - General Provisions 3 Revision of Section 101 - Definitions of Terms 4 Revision of Section 102 - Project Plans and Other Data 5 Revision of Section 104 - Scope of Work 6 Revision of Section 105 - Control of Work 10 Revision of Section 106 - Control of Material 16 Revision of Section 107 - Environmental Controls 20 Revision of Section 108 - Prosecution and Progress 22 Revision of Section 202 - Removal of Fence 25 Revision of Section 203 - Proof Rolling 26 Revision of Section 208 - Erosion Control 27 Revision of Section 212 - Seeding, Fertilizer, Soil Conditioner, And Sodding 31 Revision of Section 216 - Soil Retention Covering 34 Revision of Section 625 - Construction Surveying 35 Traffic Control Plan-General 37 Utilities 39 Soapstone Prairie Natural Area August 2007 Project Special Provisions 1 NOTICE TO BIDDERS It is recommended that bidders on this project review the work site and plan details with an authorized City representative. Prospective bidders shall contact the following listed authorized City representatives at least 24 hours in advance of the time they wish to go over the project. Project Manager: Jin Wang, P.E. Phone: (970) 221-6605 Engineering Department Fax: (970) 221-6378 City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 The above referenced individual is the only representative of the City with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. Soapstone Prairie Natural Area August 2007 Project Special Provisions 2 COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract on or before the 14th day following the date of award unless such time for beginning the work is changed by the City in the "Notice to Proceed." The Contractor shall complete all work within 105 calendar days in accordance with the "Notice to Proceed." Salient features to be shown on the Contractor's Progress Schedule are: • Mobilization • Construction Surveying (By City Forces) • Construction Traffic Control • Removals and Adjustments • Roadway Earthwork • Structures • Erosion Control • Drainage System • Restoration & Seeding • Signing Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The progress schedule shall consist of a Critical Path Method (CPM) schedule prepared using the Microsoft Project software and submitted in hard and electronic formats. The contractor shall be responsible for planning, scheduling, coordinating, and reporting the progress of the work to be completed by City of Fort Collins Forces. The City of Fort Collins Forces shall be considered as subcontractor for the purposes of scheduling the work. The City will comment on the contractors initial schedule submittal for coordination of the completion of their work items. Soapstone Prairie Natural Area August 2007 Project Special Provisions 3 REVISION OF SECTION 100 GENERAL PROVISIONS Section 100 of the Standard Specifications is hereby revised for this project as follows: Subsections 102 and 103 of the Standard Specifications are hereby deleted. See Contract Documents for additional information. Soapstone Prairie Natural Area August 2007 Project Special Provisions 4 REVISION OF SECTION 101 DEFINITION OF TERMS Technical Specifications related to construction materials and methods for the work embraced under this Contract shall consist of the “Colorado Department of Transportation, State of Colorado, Standard Specifications for Road and Bridge Construction” dated 2005. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Where reference is made in the plans and specifications to Owner, Department, Chief Engineer, Resident Engineer, Project Engineer, Engineer, Erosion Control Supervisor, and Inspection and Testing Agency it is understood to mean the City of Fort Collins, Colorado representative. The sections shown on the following pages are revisions to the Technical Specifications for this project. Soapstone Prairie Natural Area August 2007 Project Special Provisions 5 REVISION OF SECTION 102 PROJECT PLANS AND OTHER DATA Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.05 shall include the following: The following information will be available for review at the City of Fort Collins Purchasing Division, 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80522 and may be examined omline at: 1. City of Fort Collins BuySpeed: http://secure2.fcgov.com/bso/login.jsp 2. Mercury-LDO Reprographics: www.mercury-ldo.com Copies of the Contract Documents, complete with Construction Specifications and Drawing, may be viewed and purchased at the following location until the date set for opening of bids: 1. Mercury LDO Reprograhics: • FORT COLLINS: 422 S. Link Lane, Ft. Collins, CO 80524 Ph: 970-484-1201, Fax: 970-221-0404 • ENGLEWOOD: 9632 E. Arapahoe, Englewood, CO 80112 Ph: 303-790-7169, Fax: 303-792-2936 • DENVER: 860 Bryant Street, Denver, CO 80204 Ph: 303-893-8701, Fax: 303-893-0617 • COLORADO SPRINGS: 11 E. Las Vegas, Colorado Spring, CO 80903 Ph: 719-231-8121, Fax: 719-633-5710 • LODO: 1660 Wynkoop Ste 130, Denver, CO 80202 Ph: 303-785-2520, Fax: 303-785-2522 • BOULDER: 2575 Pearl St. Unite C, Boulder, CO 80302 Ph: 303-539-1350, Fax: 303-539-1356 2. Builder Exchange, 223 S. Link Lane, Fort Collins, CO 80524 After the proposals have been opened, the low responsive, responsible bidder may obtain from the City of Fort Collins at no cost: 10 sets of plans and special provisions. Additional sets of plans and other available data may be purchased by cash or check from Mercury LDO Reprograhics at current reproduction prices. Subcontractors and suppliers may obtain plans and other data from the successful bidder. Soapstone Prairie Natural Area August 2007 Project Special Provisions 6 -1- REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.02 shall include: Site Conditions A. General: 1. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, river stages, or similar physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. 2. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the Owner or included in these Documents. Failure by the Contractor to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. 3. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. B. Information on Site Conditions: Any information obtained by the Engineer regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of the Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such supplementary information. 1. Differing Subsurface Conditions: a. In the event that the subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered and generally recognized as inherent in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of such changed conditions. Soapstone Prairie Natural Area August 2007 Project Special Provisions 7 -2- REVISION OF SECTION 104 SCOPE OF WORK b. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. 2. Underground Utilities: Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing utility plans and potholing. However, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. C. Execution: 1. Where the Contractor's operations could cause damage or inconvenience to railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems, the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the Contractor. 2. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. 3. The Contractor shall protect all utility poles from damage. If interfering power poles, telephone poles, guy wires, or anchors are encountered, notify the Engineer and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure. 4. The Contractor shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. 5. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. 6. If the Contractor, while performing the Contract, discovers utility facilities not identified in the Drawings or Specifications, he shall immediately notify the Owner, utility, and the Engineer in writing. Soapstone Prairie Natural Area August 2007 Project Special Provisions 8 -3- REVISION OF SECTION 104 SCOPE OF WORK 7. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in the restoration of service as promptly as possible and bear all costs of repair. 8. The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the Engineer. 9. Interfering Structures - The Contractor shall take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy cannot be guaranteed, and it is presented simply as a guide to avoid known possible difficulties. 10. Field Relocation - During the progress of construction, it is expected that minor relocations of the work will be necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that prevent the construction, and that are not properly shown on the Drawings, notify the Engineer before continuing with the construction in order that the Engineer may make such field revision as necessary to avoid conflict with the existing structures. If the Contractor shall fail to so notify the Engineer when an existing structure is encountered, and shall proceed with the construction despite the interference, he shall do so at his own risk. D. Easements: Where portions of the work are located on public or private property, easements and permits will be obtained by the Owner. Easements will provide for the use of the property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the Owner. It shall be the Contractor's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The Contractor shall confine his construction operations to within the easement limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Owner, shall be the responsibility of the Contractor as specified herein. The Contractor shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the Engineer, the Contractor will be required to furnish the Owner with written releases from property owners or public agencies where side agreements or special easements have been made by the Contractor or where the Contractor's operations, for any reason, have not been kept within the construction right-of-way obtained by the Owner E. Land Monuments: The Contractor shall notify the Engineer of any existing Federal, State, Town, County, and private land monuments encountered. Private monuments shall be preserved, or replaced by a licensed surveyor at the Contractor's expense. When Government monuments are encountered, the Contractor shall notify the Engineer at least two (2) weeks in advance of the proposed construction in order that the Engineer will have ample opportunity to notify the proper authority and reference these monuments for later replacement. Soapstone Prairie Natural Area August 2007 Project Special Provisions 9 -4- REVISION OF SECTION 104 SCOPE OF WORK Subsection 104.05 shall include: Contractors Use of Premises The Contractor may use the Owner’s property designated within the construction limits shown on the Plans for equipment and materials as long as he confines his operations to those permitted by local laws, ordinance and permits and meet the following requirements: 1. Do not unreasonably encumber site with materials or equipment. 2. Assume full responsibility for protection and safekeeping of products stored on premise. 3. Move any stored products which interfere with operations of the Owner. 4. Obtain and pay for use of additional storage or work areas needed for operations. Limits of Construction The Contractor must maintain all of his construction activities within the Owner’s property and/or construction easements and limits of the project, or other stated areas, unless permits and/or written permission are obtained by the Contractor, from appropriate authorities or private property owners, outside of these areas. Contractor to fence all easements and work areas. The temporary permits must be secured and paid for by the Contractor at no extra cost to the Owner. Any temporary permits secured must be in writing and a copy of same provided to the Engineer. Security The Contractor shall at all times be responsible for the security of his facilities and equipment. The Owner will not take responsibility for missing or damaged equipment, tools, or personal belongings of the Contractor. Soapstone Prairie Natural Area August 2007 Project Special Provisions 10 -1- REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.02 shall be replaced with: Submittals A. Requirements: 1. Where required by the Specifications, the Contractor shall submit descriptive information that will enable the Engineer to determine whether the Contractor’s proposed materials, equipment, methods of work are in general conformance to the design concept and in accordance with the Drawings and Specifications. The information submitted may consist of drawings, specifications, descriptive data, certificates, samples, test results, product data, and such other information, all as specifically required in the Specifications. In some instances, specified submittal information describes some, but not all features of the material, equipment, or method of work. 2. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment, or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the requirements of the Drawings and Specifications. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where its submittal may affect the work of another Contractor or the Owner. The Contractor shall ensure coordination of submittals among the related crafts and subcontractors. 3. Submittals will be reviewed for overall design intent and returned to Contractor with action to be indicated by the Engineer. It shall be the Contractor’s responsibility to assure that previously accepted documents are destroyed when they are superseded by a resubmittal as such. 4. It shall be the Contractor’s responsibility to ensure that required items are corrected and resubmitted. Any work done before approval shall be at the Contractor’s own risk. B. Submittal Procedure: 1. Unless a different number is called for in the individual sections, six (6) copies of each submittal and sample are required, four (4) of which will be retained by the Engineer. The Contractor shall receive two (2) copies in return. Faxed submittals will not be accepted. 2. Submittals that are related to or affect each other shall be forwarded simultaneously as a package to facilitate coordinated review. Uncoordinated submittals will be rejected. 3. If the items or system proposed are acceptable but the major part of the individual drawings or documents are incomplete or require revision, the submittal will be returned with requirements for completion. 4. The right is reserved for the Engineer to require submittals in addition to those called for in individual sections. Soapstone Prairie Natural Area August 2007 Project Special Provisions 11 -2- REVISION OF SECTION 105 CONTROL OF WORK 5. Submittals regarding material and equipment shall be submitted directly to the Engineer and will be accompanied by a transmittal form. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate discrete sections for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer’s package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 6. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: “XXX-Y;” where “XXX” is the originally assigned submittal number and “Y” is a sequential letter assigned for resubmittals (i.e., A, B, or C being the first, second and third resubmittals, respectively). Submittal 25B, for example, is the second resubmittal of Submittal 25. 7. If the Contractor proposes to provide material, equipment, or method of work that deviates from the Contract Documents, it shall indicate so under “deviations” on the transmittal form accompanying the submittal copies. 8. Submittals that do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. C. Review Procedure: 1. Submittals are specified for those features and characteristics of materials, equipment, and methods of operation that can be selected based on the Contractor’s judgment of their conformance to the requirements of the Drawing and Specifications. Other features and characteristics are specified in a manner that enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor’s guarantee that all features and characteristics not requiring submittals conform to the Drawings and Specifications. Review shall not extend to means, methods, techniques, sequences, or procedures of construction or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the Specifications) of separate items, and as such, will not indicate approval of the assembly in which the item functions. 2. Unless otherwise specified, within twenty-one (21) calendar days after receipt of the submittal, the Engineer will review the submittal and return copies. The returned submittal will indicate one of the following actions: a. If the review indicates that the material, equipment, or work method complies with the Specifications, submittal copies will be marked “NO EXCEPTIONS TAKEN”. In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. b. If the review indicates limited corrections are required, copies will be marked “REVIEWED, COMMENTS AS NOTED”. The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Soapstone Prairie Natural Area August 2007 Project Special Provisions 12 -3- REVISION OF SECTION 105 CONTROL OF WORK Where submittal information will be incorporated in Operation and Maintenance data, a corrected copy shall be provided. c. If the review indicates that the submittal is insufficient or contains incorrect data, copies will be marked “REVISE AND RESUBMIT”. Except at its own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either “NO EXCEPTIONS TAKEN” or “REVIEWED, COMMENTS AS NOTED”. d. If the review indicates that the material, equipment, or work method do not comply with the Specifications, copies of the submittal will be marked “REJECTED”. Submittals with deviations that have not been identified clearly may be rejected. Except at its own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either ”NO EXCEPTIONS TAKEN” or “REVIEWED, COMMENTS AS NOTED”. D. Drawing: 1. The term “shop drawings” includes drawings, diagrams, layouts, schematic, descriptive literature, illustrations schedules performance and test data, and similar materials furnished by Contractor to explain in detail specific portions of the work required by the Contract. 2. Contractor shall coordinate all such drawings, and review them for legibility, accuracy, completeness and compliance with contract requirements and shall indicate this approval thereon as evidence of such coordination and review. Shop drawing submitted to the Engineer without evidence of Contractor’s approval will be returned for resubmission. 3. Shop drawing shall be clearly identified with the name and project number of this contract, and references to applicable specification paragraphs and contract drawings. When catalog pages are submitted, applicable items shall be clearly identified. 4. Contractor shall stamp his approval on shop drawings prior to submission to the Engineer as indication of his checking and verification of dimensions and coordination with interrelated items. Stamp shall read: “(Contractor’s Name) represents that we have determined and verified all field dimensions and measurements, field construction criteria, materials, catalog numbers and similar data, and that we have checked with the requirements of the Specifications and Drawings, the Contract Documents, and General Conditions”. Marks on drawings by Contractor shall not be in red. Any marks by Contractor shall be duplicated on all copies submitted. 5. If shop drawings show variations from contract requirements, Contractor shall describe such variations in writing, separate from the drawings, at time of submission. All such variations must be approved by the Engineer. If Engineer approves any such variations, he shall issue an appropriate contract modification, except that, if the variation is minor and does not involve a change in price or in time of performance, a modification need not be issued. Soapstone Prairie Natural Area August 2007 Project Special Provisions 13 -4- REVISION OF SECTION 105 CONTROL OF WORK 6. Should the Contractor propose any item on his shop drawings or incorporate an item into the work, and that item should subsequently prove to be defective or otherwise unsatisfactory, (regardless of the Engineer’s preliminary review), the Contractor shall, at his own expense, replace the item with another item that will perform satisfactorily. E. Certificates: For those items called for in individual sections, furnish six (6) certificates of compliance from manufacturers or suppliers certifying that materials or equipment being furnished under the Contract comply with the requirements of these Specifications. F. Samples: Samples shall be sufficient in size to clearly illustrate functional characteristics and full range of color, texture, and pattern. G. Effect of Review of Contractor’s Submittals: Review of drawings, data, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer or the Owner, or by any officer or employee thereof, and the Contractor shall have no claim under the Contract on account of the failure or partial failure, of the method of work, material, or equipment so reviewed. A mark of “NO EXCEPTIONS TAKEN” or “REVIEWED, COMMENTS AS NOTED” shall mean that the Owner has no objection to the Contractor upon its own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. Subsection 105.08 shall be revised as follows: Delete the second paragraph and replace with the following: In case of discrepancy the order of precedence is as follows: (a) General Conditions of the Construction Contract (b) Special Provisions 1. Project Special Specifications 2. Standard Special Provisions (c) Plans 1. Detailed Plans 2. Standard Plans Calculated dimensions will govern over scaled dimensions. (d) Supplemental Specifications (e) Standard Specifications Soapstone Prairie Natural Area August 2007 Project Special Provisions 14 -5- REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.09 shall include: Coordination with Property Owners and Tenants The City of Fort Collins is committed to maintaining a positive working relationship with the residents in the project area. Every effort will be made to maintain pedestrian and bicycle flow and to accommodate special events and holidays for businesses, pedestrians, parking, and vehicle traffic. The Contractor shall be responsible to coordinate all work activities with private property owners and tenants along the project corridor. Access shall be maintained at all times. The Contractor shall be responsible for communicating accurate scheduling information to the project team to assure proper notification of businesses and residents. In particular, any proposed disruption or closure to an existing access must be communicated to the property Owners and tenants with as much notice as possible. The minimum notice that will be allowed for any proposed access change is 48 hours. The Contractor shall ensure that adequate alternate access is in place for vehicles and pedestrians and any property-specific access needs are addressed prior to any change in existing access. The Contractor shall identify his method of maintaining these accesses on the Construction Traffic Control plans (see Traffic Control – General). Coordination with Traffic Engineer The Contractor shall coordinate with the Owner’s Traffic Engineer for all traffic control activities. This shall include, but not be limited to, installation and timing of temporary traffic detours, and closure of any partial intersection movements, lane reductions, removal and installation of all traffic signal equipment, removal and installation of all signing and striping. The Contractor is responsible for removal of striping required for traffic control phasing. Subsection 105.12 shall include: Surveying Coordination A. The Owner will provide construction surveying for the project. City Survey Crews will perform the surveying required. B. The Contractor must submit a survey request form to the City Surveyors a minimum of 48 hours prior to needing surveying. C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the Contractor with the date on which the requested work will be completed. D. Should a sudden change in the Contractor’s operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. Soapstone Prairie Natural Area August 2007 Project Special Provisions 15 -6- REVISION OF SECTION 105 CONTROL OF WORK 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 restaking 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 staked 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. Soapstone Prairie Natural Area August 2007 Project Special Provisions 16 -1- REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01 shall include: Substitutions and Product Options A. Description: 1. This section describes the procedure required by the Contractor for product substitutions. 2. Requests for Substitution: a. Base all bids on materials, equipment and procedures specified. b. Certain types of equipment and kinds of material are described in specifications by means of trade names and catalog numbers, and/or manufacturer’s names. Where this occurs, it is not intended to exclude from consideration such types of equipment and kinds of material bearing other trade names, catalog numbers and/or manufacturer’s names, capable of accomplishing purpose of types of equipment or kinds of material specifically indicated. c. Other types of equipment and kinds of material may be acceptable to the Owner and Engineer. d. Types of equipment, kinds of material and methods of construction, if not specifically indicated must be approved in writing by Engineer and the Owner. 3. Submission of Requests for Substitution: a. After Notice to Proceed, the Owner / Engineer will consider written requests for substitutions of products, materials, systems or other items. b. The Engineer reserves the right to require substitute items to comply color and pattern-wise with base specified items, if necessary to secure “design intent”. c. Submit six (6) copies of request for substitution. Include in request: 1) Complete data substantiating compliance of proposed substitute with Contract Documents. 2) For products: i. Product identification, including manufacturer’s name. ii. Manufacturer’s literature, marked to indicate specific model, type, size, and options to be considered: Product description; performance and test data; reference standards; difference in power demand; dimensional differences for specified unit. Soapstone Prairie Natural Area August 2007 Project Special Provisions 17 -2- REVISION OF SECTION 106 CONTROL OF MATERIAL iii. Name and address of similar projects on which product was used, date of installation, and field performance data. 3) For construction methods: i. Detailed description of proposed method. ii. Drawings illustrating methods. 4) Itemized comparison of proposed substitution with product or method specified. 5) Data relating to changes in construction schedule. 6) Relation to separate contracts. 7) Accurate cost data on proposed substitution in comparison with product or method specified. d. In making request for substitution, or in using an approved substitute item, Supplier / Manufacturer represents: 1) He has personally investigated proposed product or method, and has determined that it is equal or superior in all respects to that specified and that it will perform function for which it is intended. 2) He will provide same guarantee for substitute item as for product or method specified. 3) He will coordinate installation of accepted substitution into work, to include building modifications if necessary, making such changes as may be required for work to be complete in all aspects. 4) He waives all claims for additional costs related to substitution which subsequently become apparent. 4. Substitutions: Request sufficiently in advance to avoid delay in construction. 5. Contractor’s Option: a. For products specified only by reference standards, select any product meeting standards by any manufacturer, indicate selected type in submission. b. For products specified by naming several products or manufacturers, select any product and manufacturer named, indicate selected type in submission. c. For products specified by naming one or more products, but indicating option of selecting equivalent products by stating “or equivalent” after specified product, Contractor must submit request, as required for substitution, for any product not specifically named. Soapstone Prairie Natural Area August 2007 Project Special Provisions 18 -3- REVISION OF SECTION 106 CONTROL OF MATERIAL 6. Rejection of Substitution or Optional Item: Substitutions and/or options will not be considered if They are indicated or implied on shop drawings, or project data submittals, without formal request submitted in accordance with this section. Subsection 106.03 shall include: Materials Testing A. Provide such equipment and facilities as are required for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment found to be acceptable. Any product which becomes unfit for use after approval thereof shall not be incorporated into the work. B. 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), and the American Association of Highway and Transportation Officials (AASHTO). C. Where additional or specific 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. D. Owners Responsibilities 1. The Owner shall be responsible for and shall pay all costs in connection with the following testing: a. Soils compaction tests. b. Trench backfill. c. Pipe and structural bedding. d. Tests not called for by the Specifications of materials delivered to the site. e. Concrete tests. f. Surface compaction tests E. Contractors Responsibilities 1. 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: Soapstone Prairie Natural Area August 2007 Project Special Provisions 19 -4- REVISION OF SECTION 106 CONTROL OF MATERIAL a. Concrete materials and mix designs. b. All performance and field-testing specifically called for by the Specifications. c. All retesting for work or materials found defective or unsatisfactory, including tests covered above. F. Transmittal of Test Reports Written reports of tests and engineering data furnished by Contractor for Engineer’s review of materials and equipment proposed to be used in the work shall be submitted as specified for Shop Drawings. The testing laboratory retained by the Owner or Engineer will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report will be transmitted to the Engineer and one (1) copy to the Contractor within seven (7) days after each test is completed. Soapstone Prairie Natural Area August 2007 Project Special Provisions 20 -1- REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS Section 107 of the Standard Specifications is hereby modified to include the following: Environmental Controls The work of this section consists of obtaining permits and providing environmental controls consistent with regulatory permits through the duration of the work required under this project. A. Dust Control Application: 1. The Contractor shall execute work by methods to minimize raising dust from construction operations. 2. The Contractor shall provide and apply dust control at all times, including evenings, holidays and weekends, as required to abate dust nuisance on and about the site that is a direct result of construction activities. The use of non-approved chemicals, oil, or similar palliatives will not be allowed. Dust control agents may be used only after prior approval of the Owner. The Contractor shall be required to provide sufficient quantities of equipment and personnel for dust control sufficient to prevent dust nuisance on and about the site. 3. The Owner will have authority to order dust control work whenever in its opinion it is required, and there shall be no additional cost to the Owner. The Contractor shall be expected to maintain dust control measures effectively whether the Owner or Engineer specifically orders such Work. B. Preservation of Natural Features: Confine operations as much as possible. Exercise special care to maintain natural surroundings in an undamaged condition. Within the work limits, barricade trees, rock outcroppings, and natural features to be preserved. C. Housekeeping: Keep project neat, orderly, and in a safe condition at all times. Store and use equipment, tools, and materials in a manner that does not present a hazard. Immediately remove all rubbish. Do not allow rubbish to accumulate. Provide on-site containers for collection of rubbish and dispose of it at frequent intervals during progress of work. D. Disposal 1. Disposal of Waste (Unsuitable) Materials: All material determined by the Engineer to be waste will be disposed of in approved landfill in a manner meeting all regulations. Dispose of waste materials, legally, at public or private dumping areas. Do not bury wastes inside of the limits of construction. All costs for dump fees, permits, etc., to be borne by the Contractor. 2. Disposal of Garbage and Other Construction Materials: Provide sanitary containers/dumpsters and haul away contents such that no overflow exists. 3. Excess excavation shall become the property of the Contractor and shall be legally disposed of by him outside the limits of construction to an approved disposal site. Excess excavated material suitable for backfill shall not be disposed of until all backfill operations are complete. Soapstone Prairie Natural Area August 2007 Project Special Provisions 21 -2- REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS 4. The Contractor is to immediately inform Engineer of any hazardous materials encountered during construction. Dispose of waste materials legally at private or public facilities. E. Burning: No burning of debris will be permitted. F. Water Control: Portions of the project work is located within a natural drainage course and is subject to periodic flooding due to rainfall and snowmelt, ground water flows from saturated soils or other ground water sources. The Contractor is responsible for managing water within the construction site and protecting property. G. Noise Control: All mechanical equipment shall be equipped with the best available mufflers to reduce noise. The Contractor shall be responsible for obtaining any necessary permits and shall limit noise to the permitted levels. Noise level monitoring shall be performed by the Contractor as necessary to show that the permitted levels are not being exceeded. Permission from Owner must be obtained prior to the operation of any machinery and/or vehicles between the hours of 6 p.m. and 7 a.m. H. Erosion and Sediment Control: It shall be the responsibility of the Contractor to prepare and obtain an approved Erosion and Sediment Control Plan from the Owner. The Contractor shall obtain all applicable permits and performed all work in accordance with all applicable regulatory permits. Soapstone Prairie Natural Area August 2007 Project Special Provisions 22 -1- REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: Subsection 108.03 shall include the following: Project Meetings A. Pre-Construction Conference: A Pre-Construction Conference will be held after Notice of Award and before the Notice to Proceed, the date, time and location will be determined after Notice of Award. The conference shall be attended by: 1. Contractor and Contractor’s Superintendent 2. Contractor’s Subcontractors 3. Engineer 4. Owner 5. Utility Companies 6. Others as requested by the Contractor, Owner, or Engineer. Unless previously submitted to the Owner, the Contractor shall bring to the conference a tentative schedule of the construction project, include in the schedule shop drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: 1. Contractor’s tentative Schedule 2. Permit applications and submittals, including Dewatering Permit, Erosion and Sediment Control Plan, and Traffic Control Plan 3. Transmittal, review and distribution of Contractor’s submittals 4. Processing applications for payment 5. Maintaining record documents 6. Critical work sequencing 7. Field decision and change orders 8. Use of premises, office and storage areas, staging area, security, housekeeping, and Owner’s needs 9. Contractor’s assignment of safety and first aid B. Construction Progress Meetings: Progress meetings will be conducted weekly or at some other frequency, if approved by the Engineer. These meetings shall be attended by the Owner, the Engineer, the Contractor’s representative and any others invited by these people. The Engineer will conduct the meeting and the Engineer will arrange for keeping the minutes and distributing the minutes to all persons in attendance. The agenda of these project meetings will include construction progress, the status of submittal reviews, the status of information requests, critical work sequencing, review of strategies for connections into existing facilities, status of field orders and change orders, and any general business. Soapstone Prairie Natural Area August 2007 Project Special Provisions 23 -2- REVISION OF SECTION 108 PROSECUTION AND PROGRESS The Contractor will prepare a “two week look ahead” schedule to facilitate coordination of work items. Modifications to Time of Completion in the Approved Schedule The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed. The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the climatic and other factors prevailing in the locality of the work. Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the proposal. The "Contract Time" anticipates "Normal" weather and climate conditions in and around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the Contractor’s work and thus required additional time to complete the work. The following specifies the procedure for the determination of time extensions for unusually severe weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the project. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays excepted) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. An actual adverse weather day must prevent work for 50 percent or more of the Contractor’s workday, delay work critical to the timely completion of the project, and be documented by the Contractor. The City Representative observing the construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to adverse weather or the effects thereof. The Contractor shall notify the Engineer in writing of any disagreement as to whether or not work can proceed on a given date, within Soapstone Prairie Natural Area August 2007 Project Special Provisions 24 -3- REVISION OF SECTION 108 PROSECUTION AND PROGRESS 2 calendar days of that date. The Owner will use the above written notification in determining the number of working days for which work was delayed during each month. At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of work days delayed due to adverse weather or the impact thereof will then be converted to Calendar Days based on the contract completion day and date. This conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, then the method of conversion of workdays to calendar days would take this into consideration. The contract time period will then be increased by the number of calendar days calculated above and a new contract completion day and date will be set. The Contractor’s schedule must reflect the above-anticipated adverse weather delays on all weather- dependent activities. While extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall comply with the portions of the Contract Documents relating to his project schedule and amendments thereto which result from the "unusually severe" weather condition. Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an extension of time. Liquidated damages will be assessed as delineated elsewhere. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following, and the Contractor has promptly given written notice of such delay to the Owner or Engineer. 1. To any preference, priority, or allocation order duly issued by the Owner. 2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of nature, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above. 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. Subsection 108.04 shall include the following: Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permited on weekends or holidays without written approval from the Project Manager. Work activity done at times other than during normal working hours may require reimbursement to the City for the overtime cost to the City. Work requests beyond normal working hours must be submitted to the Project Manager a minimum of (5) working days prior to the request date. Soapstone Prairie Natural Area August 2007 Project Special Provisions 25 REVISION OF SECTION 202 REMOVAL OF FENCE Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing fence within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing fence shall be removed in a manner that minimizes disturbance to the surrounding area. All removed fence materials shall become the property of the adjacent landowner. If said adjacent landowner rejects the fence material, the Contractor shall take ownership and dispose of outside the project site legally. Subsection 202.11 shall include the following: The removal of the existing fence will be measured by the linear foot of fence removed, and accepted. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Fence Linear Foot Work shall include all material, equipment, labor, and disposal of materials to complete the work, including excaving and backfilling. Soapstone Prairie Natural Area August 2007 Project Special Provisions 26 REVISION OF SECTION 203 PROOF ROLLING Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.13(f) delete and replace with the following: Proof rolling will not be measured but shall be incidental to the work. Subsection 203.14 shall include the following: Proof rolling will not be measure and paid for separately, but shall be included in the work. Soapstone Prairie Natural Area August 2007 Project Special Provisions 27 -1- REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised for this project as follows: Subsection 208.02(i) delete and replace with the following: Erosion Logs (Special) or Sediment Logs shall be Curlex Sediment Logs or approved equal and shall meet the following requirements and recommendations for material and installation. SPECIFICATION PART I – GENERAL 1.01 Summary A. The sediment log contains excelsior wood fiber for the purpose of slowing water velocity and trapping sediment as described herein. B. This work shall consist of furnishing and installing the sediment log; including fine grading, installing, staking, and miscellaneous related work, in accordance with these standard specifications and at the locations identified on drawings or designated by the owner’s representative. This work shall include all necessary materials, labor, supervision, and equipment for installation of a complete system. C. All work of this section shall be performed in accordance with the conditions and requirements of the contract documents. D. The sediment log shall be used to slow water velocity, trap sediment, and enhance revegetation. Based on a project-by-project engineering analysis, the sediment log shall be suitable for the following applications: 1. Channels, Swales, and Ditches 2. Inlet and outlet protections 3. Slope interruption 1.02 Performance Requirements A. Sediment log shall provide temporary, biodegradable channel and slope interruption by slowing water velocity to reduce shear stress and soil erosion while enhancing revegetation. Sediment log performance capabilities shall be determined by large-scale testing deemed acceptable by the design engineer. B. Sediment log performance requirements: Reduces slope erosion by a minimum of 70% of bare soil slopes. Reduces channel erosion by a minimum of 50% of bare soil channels. *Functional Longevity: 12 – 24 months 1.03 Submittals A. Submittals shall include complete design data, Product Netting Information, MSDS, Installation Guidelines, Manufacturing Material Specifications, Manufacturing Certifications, Staking Pattern Soapstone Prairie Natural Area August 2007 Project Special Provisions 28 -2- REVISION OF SECTION 208 EROSION CONTROL Guide, CAD details, and a Manufacturing Quality Control Program. In addition, the Manufacturer shall provide a test report providing data showing the performance capabilities of the sediment log, along with reference installations similar in size and scope to that specified for the project. 1.04 Delivery, Storage, and Handling A. Sediment log shall be furnished on pallets or master packs. B. Sediment log shall be of consistent density with fibers distributed evenly over the entire area of the log. C. Sediment log shall be free of defects and voids that would interfere with proper installation or impair performance. D. Sediment log shall be stored by the Contractor in a manner that protects them from damage by construction activities. PART II - PRODUCTS 2.01 Sediment Log A. Sediment logs shall be Curlex Sediment Logs, as manufactured by American Excelsior Company, Arlington, TX (800-777-7645). B. Curlex Sediment Log consist of a specific cut of 100% weed seed free Great Lakes Aspen wood excelsior with 80% of the fiber ≥ 6 inches in length inside a durable, flexible tubular polyester netting with metal clips or knotted ends. Curlex Sediment Log is designed to provide intimate contact with the soil, which prevents blowouts and undermining. Curlex Sediment log allows water to flow through the excelsior, minimizing overtopping, slowing high flow water velocities, and intercepting and stopping silt movement. Curlex Sediment Logs may be placed across channel bottoms, on hillslopes, or around inlet structures. 2.02 Stakes A. Stakes shall be wooden, 1 1/8” wide x 1 1/8” thick x a minimum of 30” long for 6”, 9”, and 12” diameter Curlex Sediment Logs and 48” long for 20” diameter Curlex Sediment Logs. B. 6 inch sediment logs may also be anchored with U-shaped, 11 gauge wire steel staples that are 1 inch wide by 6 inches long or 2 inch wide by 8 inches long. PART III – EXECUTION 3.01 Sediment Log Supplier Representation A. Contractor shall coordinate with the log supplier for a qualified representative to be present on the job site at the start of installation to provide technical assistance as needed. Contractor shall remain solely responsible for the quality of installation. Soapstone Prairie Natural Area August 2007 Project Special Provisions 29 -3- REVISION OF SECTION 208 EROSION CONTROL 3.02 Site Preparation A. Before placing sediment logs, the Contractor shall certify that the subgrade has been properly compacted, graded smooth, has no depressions, voids, soft or uncompacted areas, is free from obstructions such as tree roots, protruding stones or other foreign matter, and is seeded and fertilized according to project specifications where applicable. The Contractor shall not proceed until all unsatisfactory conditions have been remedied. By beginning construction, Contractor signifies that the preceding work is in conformance with this specification. B. Contractor shall fine grade the subgrade by hand dressing where necessary to remove local deviations. C. No vehicular traffic shall be permitted directly on the sediment log. 3.03 Installation A. Sediment log shall be installed as directed by the owner’s representative in accordance to manufacturer's Installation Guidelines, Staking Pattern Guide, and CAD details. The extent of sediment logs shall be as shown on the project drawings. B. Sediment log should be installed to intercept water flow and collect sediment on site. They may be placed over bare soil or on top of erosion control blankets. Sediment logs are typically installed laying on flat ground and not trenched. C. They shall be secured to the subgrade by wood stakes or staples (6 inch log only) every two lineal feet across the length of the sediment log. The stakes shall be intertwined with the outer mesh of the sediment log only and driven into the ground a minimum of 24 inches on the downstream side of the sediment log. D. Sediment log installed in a swale or channel bottom shall allow the installation to continue up the slopes three feet above the anticipated high water mark and perpendicular to the flow of water. E. Spacing of sediment logs shall be such that the elevation of the bottom of the sediment log upstream will be equal to the elevation of the top of the log downstream. F. Sediment log shall remain in place until fully established vegetation and root systems are present. 3.04 Quality Assurance A. Sediment log shall not be defective or damaged. Damaged or defective materials shall be replaced at no additional cost to the owner. B. Product shall be manufactured in accordance to a documented Quality Control Program. At a minimum, the following procedures and documentation shall be provided upon request: Soapstone Prairie Natural Area August 2007 Project Special Provisions 30 -4- REVISION OF SECTION 208 EROSION CONTROL 1. Manufacturing Quality Control Program Manual 2. Additional inspections for product conformance shall be conducted during the run after the first piece inspection. 3. Moisture content readings recorded for each manufacturing day. 4. Each individual sediment log shall be inspected, weighed, and documented prior to packaging for conformance to manufacturing specifications. 5. Documentation and record retention for at least two years. 3.05 Clean-up A. At the completion of this scope of work, Contractor shall remove from the job site and properly dispose of all remaining debris, waste materials, excess materials, and equipment required of or created by Contractor. Disposal of waste materials shall be solely the responsibility of Contractor and shall be done in accordance with applicable waste disposal regulations. 3.06 Method of Measurement A. Sediment log shall be measured for payment as individual items and the unit of measure shall be each. 3.07 Basis of Payment A. The accepted quantities of sediment log shall be paid for at the contract unit price per linear foot , complete in place. Payment shall be made under: Pay Item Pay Unit EROSION LOG (SPECIAL) Linear Foot Soapstone Prairie Natural Area August 2007 Project Special Provisions 31 -1- REVISION OF SECTION 212 Seeding, Fertilizer, Soil Conditioner, and Sodding Section 212 of the Standard Specifications is hereby revised for this project as follows: Throughout this section, replace “Engineer” with “Owner.” Subsection 212.01 Remove: Description Insert: This work consists of soil preparation, furnishing and drilling seed. Subsection 212.02 (a) 2 Remove: The entire section and insert the following: All seed shall be mixed by a wholesale seed supplier, in proportions necessary to obtain the application rate specified. All seed will be subject to the testing by the Owner in accordance with the provisions of the Association of Official Seed Analysis. All seed and seed mixes shall be furnished in bags or containers clearly labels to show the name and address of the supplier, the common, scientific, and variety name(s) of the seed(s), the lot number, point of origin, net weight, percent of weed content, and the guaranteed percentage of purity and germination. These labels shall be submitted to the Owner at the completion of the project. 1. Dryland Seed North of Station 261+00 (shown on the design drawings) PLS Seeding Rate (#/acre drilled) Sterile wheatgrass 20.0 2. Dryland Seed South of Station 261+00 (shown on the design drawings) Western wheat (Pascopyrum smithii) 3.2 Indian ricegrass (Achnatherum hymenoides) 2.5 Blue Grama (Bouteloua gracilis) 0.6 Buffalo grass (Buchloe dactyloides) 9.3 Prairie junegrass (Koeleria macrantha) 0.3 Needle & thread grass (Hesperostipa comata) 6.1 Green needle grass (Nassella viridula) 1.9 Sterile wheatgrass 20.0 Soapstone Prairie Natural Area August 2007 Project Special Provisions 32 -2- REVISION OF SECTION 212 Seeding, Fertilizer, Soil Conditioner, and Sodding 3. Wetland Seed (only applies in the Wire Draw channel bottom at the proposed bridge) Western wheat (Pascopyrum smithii) 4.4 Blue Grama (Bouteloua gracilis) 0.9 Inland salt grass (Distichlis stricta) 2.0 Canada wild rye (Elymus canadensis) 6.3 Switchgrass (Panicum virgatum) 2.5 Prairie cordgrass (Spartina pectinata) 4.0 Subsection 212.03 Seeding Seasons. Remove the entire section and insert the following: All seeding must be completed prior to February 28, 2008. Subsection 212.06 (a) Remove the entire section and insert the following: (a) Soil Preparation. Slopes flatter than 2:1, in areas that have supported vehicular traffic or which have been otherwise artificially compacted or disturbed shall be ripped and tilled to a depth of twelve (12) inches. All other areas with slopes flatter than 2:1 shall be tilled into an even and loose seed bed six (6) inches deep. The soil shall be worked until no clods of soil greater than two (2) inches remain. Slope 2:1 or steeper shall be left in a roughened condition. All tilling operations on slopes 2:1 or steeper shall be done in the direction that follows the natural contours of the land. Slopes shall be free of all concrete. Slopes shall be free of all stones in excess of six (6) inches in any dimension. Slopes shall be free of sticks and debris in excess of three (3) inches in any dimension, and brought to the desired line and grade. Any irregularities in the ground surface resulting from soil preparation operations, including but not limited to, ridges, high points, and depressions more than three (3) inches in height or depth shall be corrected and sloped to drain. Subsection 212.06 (b) Remove the entire section and insert the following. (b) Fertilizing and Soil Conditioning. Fertilizers and soil conditioners will not be used in native seeding areas. In compliance with all applicable sections of the specifications, water will be applied as necessary to control dust and maintain moisture necessary to work the soils, Soapstone Prairie Natural Area August 2007 Project Special Provisions 33 -3- REVISION OF SECTION 212 Seeding, Fertilizer, Soil Conditioner, and Sodding Subsection 212.06 (c) Add the following to the end of the paragraph: When requested by Contractor and Approved by Owner, areas that are too small to be seeded with mechanical drills, seeding will be accomplished by hydraulic type seeders at twice the rate specified in the Contract at no additional cost to the project. Subsection 212.08 Remove the entire section and insert the following: The accepted quantities of seeding (sterile wheat), seeding (native) and seeding (wetland) will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Seeding (Drilled) (Sterile Wheat) Acre Seeding (Drilled) (Native) Acre Seeding (Drilled) (Wetland) Acre Soil preparation and seed incorporated into the seeding will not be paid for separately but shall be included in the work. Soapstone Prairie Natural Area August 2007 Project Special Provisions 34 REVISION OF SECTION 216 SOIL RETENTION COVERING Section 216 of the Standard Specifications is hereby revised for this project as follows: Subsection 216.02(a) 2 delete and replace with the following: Soil Retention Blanket (Coconut) shall be North American Green C125BN or approved equal and shall meet the requirements and recommendations for material and installation as described by the manufacture. The Contractor shall provide a submittal of the material prior to installation. Soil Retention Blanket (Straw / Coconut) shall be North American Green SC250 or approved equal and shall meet the requirements and recommendations for material and installation as described by the manufacture. The Contractor shall provide a submittal of the material prior to installation. Soapstone Prairie Natural Area August 2007 Project Special Provisions 35 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.01 is hereby revised to include the following: The City of Fort Collins will provide all construction survey staking for the project. All survey staking required for this project shall be requested by the Contractor in writing at least five (5) working days prior to the staking needs to be placed in the field. This notification period may be reduced by the Engineer during periods of ongoing construction staking. The Contractor shall specify the offsets required for each survey item. This information shall be provided at the pre-construction meeting. All survey staking destroyed by the Contractor, vandalism or by any other reason will be replaced at the Contractor’s expense. The Contractor’s designated representative will be required to authorize any requested re-staking or additional services at the time the services are completed. Services designated as extra will be billed at an hourly rate per the prevailing rate schedule of the surveyor. All existing survey monuments and property corner located outside of the project grading limits as defined on the plans that are damaged or destroyed by the Contractor will be replaced at the Contractor’s expense. All existing survey monuments and property corners located within the project grading limits which are intended to remain in place and intact as defined on the plans shall be protected by the Contractor. Where necessary monuments, property corners, and section corners will be adjusted or replaced by the City for this project. 1. Control Location of horizontal and vertical control points will be provided at approximately 1000-foot intervals. Monuments will be set outside the limits of construction. 2. Easements and Right of Way Temporary construction easements (TCE) and those portions of right of way between TCE’s will be staked at 100 foot intervals on tangents, PCs, 50 foot intervals on curves, angle points and corner points. 3. Excavation and Embankment a. One set of slope stakes at 50-foot intervals (stations) on each side of the proposed road including intersections. Staking information to include cut/fill for • “limit of cut” or “limit of fill” location • decision point (ditch flowline or grade break) • edge of pavement • roadway centerline Soapstone Prairie Natural Area August 2007 Project Special Provisions 36 -2- REVISION OF SECTION 625 CONSTRUCTION SURVEYING b. One set of shoulder and/or curb stakes at 50-foot stations on each side of the road including intersections. c. One set of slope or shoulder stakes for the grading of each driveway and field access. d. Ditch grades shall be defined by the slope staking described above. 4. Storm Drainage One set of offset stakes for each storm drain pipe. 5. Subgrade and Paving a. One set of blue top subgrade stakes at 50-foot stations on tangents, PCs and PT’s after completion of the subgrade preparation. Stakes to be set at 25-foot stations for horizontal curves with a radius less than 1,000 feet and at all vertical curves. Blue tops will be set on centerline and the edge of pavement on both sides of the roadway. These blue tops will remain in place to be used for the aggregate base course or paving operations. 6. Signs One set of stakes to locate each sign. 7. Property Corners and Section Corners Reset property corners located along the right of way and section corners within the project grading limits. Soapstone Prairie Natural Area August 2007 Project Special Provisions 37 TRAFFIC CONTROL PLAN – GENERAL The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.09. The components of the TCP for this project are included in the following: • City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Department of Transportation), or applicable statutory requirements of authority having jurisdiction. Fort Collins Handbook takes precedence over Manual of Uniform Traffic Control Devices. • Section 630 of the specifications. • Revision of Sections 100, 104, and 108 of these Project Specifications. • Standard Plan S-630-1, Traffic Controls for Highway Construction, Case and Standard Plan S-630-2. • Signing Plans • Construction Traffic Control Plans Special Traffic Control Plan requirements for this project are as follows: A. The Contractor shall submit his own detailed Traffic Control Plan for the work for approval by the Owner. The submittal shall be made at least two weeks before implementation of any element of the plan. Adjustments to the approved plan may be required by the Owner based on actual traffic operation. B. Closures of County roadways will not be allowed. C. The Contractor shall, at all times, provide for emergency vehicle access into and through the construction site. D. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. E. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. F. Provide and maintain continual temporary access for businesses and residences. Soapstone Prairie Natural Area August 2007 Project Special Provisions 38 -2- TRAFFIC CONTROL PLAN – GENERAL G. Roadway Usage Between Operations – At all times when work is not actually in progress, Contractor shall make passable and shall open to traffic such portion s of the project and temporary roadways or portions thereof as may be agreed upon between Contractor and Owner and all authorities having jurisdiction over any properties involved. H. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. I. The Contractor shall coordinate Traffic Control activities with the City of Fort Collins Traffic Engineering to assure that work activities by those departments are coordinated with the Contractor’s activities. At the least 48 hours notice is required. J. The Contractor shall maintain a 10 foot travel lane at all times from Station 101+00 to Station 262+00. K. The Contractor shall provide a flagger for equipment, trucks, or other pertinent construction equipment during certain construction activites. The Engineer shall provide input as to when a flagger is needed or not. Soapstone Prairie Natural Area August 2007 Project Special Provisions 39 UTILITIES The following Utilities are known to be within the project limits: Utility/Agency Contact Phone Electric – PVREA Rod Bledsoe (970) 226-1234 Telephone - Qwest Lindon Spencer (970) 377-6411 Traffic Operations – City of Fort Collins Ward Stanford (970) 221-6820 The work described in these plans and specifications will require full coordination between the Contractor and the Utility Companies, in accordance with Subsection 105.06 and while performing their respective operations, so the utility work can be completed with minimum delays to all parties concerned. The following utility work shall be performed by the Contractor: The Contractor shall be responsible for coordinating the adjustment of all utilities on this project and scheduling the work to coincide with construction activities. The Contractor shall keep each utility company advised of any work being done in close proximity to their facilities by the contractor’s forces, so that each utility company can coordinate their inspections. Provide written notice to each utility company, with a copy to the Engineer, prior to any work by a utility company that is to be coordinated with project construction. A minimum of three (3) calendar weeks of prior notice is required. Contractor to obtain necessary permits form the City and utility companies prior to starting construction activities. General The Contractor shall comply with Article 1.5 of Title 9, CRS (“Excavation Requirements”), when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least three (3) business days prior to commencing such operations. Contact the Utility Notification Center of Colorado (UNCC) to have locations of UNCC-registered lines marked by member companies. Call 1-800-922-1987 for locate requests outside the Denver Metro area. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavation or grading. The location of utility facilities, as shown on the plans and profile sheets and described herein, were obtained from the best available information. All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in the work. Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 6061 Soapstone Prairie Access Road OPENING DATE: 3:00 P.M. (Our Clock) September 6, 2007 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. The following addendum takes precedence over the contract document and plans. Where there are conflicts between the addendum and the contract document and plans, the addendum shall control. CHANGES: • Bids opening change to September 6, 2007, 3:00 p.m. (our clock). • Substantial Completion change to 150 calendar days from Notice to Proceed. • Earthwork log is available. For electronic copy, contact the Project Manager, Jin Wang, at 970-631-3473 or jwang@fcgov.com. • Replace Bid Schedule with the Addendum 1 Bid Schedule attached. DRAWINGS • Sheet 1 of 88, Title Sheet – Under water source, Rawhide Power Plant, remove “length to project = 1.2 miles”. Contractor shall make their own determination. • Sheet 3 of 88 – Under General Note, the “first” note 1, add: Water from this source shall not be use for mixing concrete. • Sheet 3 of 88 – Under General Note, the “second” note 1, delete and replace with the following: Contractor shall maintain all construction activities within 5 to 15 feet, as directed by the Engineer, of the catch point lines shown in the plan and profile sheets. This includes topsoil storage and reclamation activities. This excludes activities for fence installation. • Sheet 3 of 88 – Under General Note, add note 20. Compaction for this project shall be AASHTO T99. • Sheet 3 of 88 – At the bottom of General Notes, under permits & associated fees required to be obtained by the contractor for this project, remove “work in the right-of- way: Larimer County – By Contractor”. The City will apply and paid for the Larimer County work in the right-of-way permit. • Sheet 5 of 88, delete note 1 & 4 under Tabulation of Signs • Sheet 6 of 88, replace the Tabulation of Clearing & Grubbing with the following: • Sheet 6 of 88, delete note 7, under Tabulation of fence, cattle guards, & metal gates SPECIFICATIONS-PROJECT SPECIAL PROVISIONS- SEE ATTACHED • Remove and replace Revision of Section 202 – Removal of Fence • Remove and replace Revision of Section 212 – Seeding, Fertilizer, Soil Conditioner, and Sodding • Remove and replace Revision of Section 216 – Soil Retention Covering • Add Revision of Section 607 – Fences • Add Revision of Section 611 – Cattle Guard • Add Revision of Section 614 – Traffic Control Devices PRE-BID ATTENDANCE SHEET- SEE ATTACHED Please contact John D. Stephen, CPPO, CPPB, 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. ACRE STATION - STATION CLEARING REMARKS & GRUBBING 101+00 - 105+00 3.2 RAWHIDE CREEK 111+00 - 124+00 1.1 140+50 - 141+75 0.5 WIRE DRAW TOTAL & FOR ESTIMATE 4.8 1) CLEARING & GRUBBING INVOLVES REMOVING BRUSH AND SMALL TREES (6" AND SMALLER) INSIDE THE CONSTRUCTION LIMITS. TABULATION OF CLEARING & GRUBBING 8. BID SCHEDULE (Base Bid) ADDENDUM 1 REVISED BID SCHEDULE ESTIMATED UNIT ROADWAY COST ($) QUANTITY 201-001 CLEARING & GRUBBING AC 4.8 202-001 REMOVAL OF TREE EA 8 202-002 REMOVAL OF FENCE LF 2450 202-003 REMOVAL OF CULVERT EA 14 203-001 UNCLASSIFIED EXCAVATION (CIP) CY 46898 203-002 BLADING HR 100 207-001 TOPSOIL CY 11660 207-002 STOCKPILE TOPSOIL CY 11660 208-001 EROSION LOG (SPECIAL) LF 1200 210-001 RESET GROUND SIGN EA 2 210-002 RESET GATE (METAL) EA 2 212-001 SEEDING (DRILLED) (STERILE WHEAT) AC 19 212-002 SEEDING (DRILLED) (NATIVE) AC 20 212-003 SEEDING (DRILLED) (WETLAND) AC 3 213-001 MULCH TACKIFIER LB 4200 216-001 SOIL RETENTION BLANKET (COCONUT) SY 18000 216-002 SOIL RETENTION BLANKET (STRAW / COCONUT) SY 13100 304-001 AGGREGATE BASE COARSE (CLASS 5) TON 22100 603-001 15 INCH REINFORCED CONCRETE PIPE (CIP) LF 760 603-002 18 INCH REINFORCED CONCRETE PIPE (CIP) LF 432 603-003 18 INCH REINFORCED CONCRETE END SECTION (CIP) EA 40 603-004 36 INCH REINFORCED CONCRETE PIPE (CIP) LF 100 603-005 36 INCH REINFORCED CONCRETE END SECTION (CIP) EA 4 606-001 GUARDRAIL TYPE 3 (6-3 POST SPACING) LF 1200 606-002 END ANCHORAGE TYPE 3D EA 12 606-003 END ANCHORAGE (FLARED) EA 12 607-001 FENCE BARBED WIRE LF 24556 607-002 FENCE TEMPORARY LF 2430 607-003 FENCE TEMPORARY (SPECIAL) LF 57170 SUBTOTAL ($) SOAPSTONE PRAIRIE NATURAL AREA ACCESS ROAD - ROADWAY BID SCHEDULE ITEM NO. DESCRIPTION UNIT 8. BID SCHEDULE (Base Bid) ADDENDUM 1 REVISED BID SCHEDULE 607-004 END POST EA 40 607-005 CORNER & LINE BRACE POST EA 43 607-006 12 FOOT RAIL GATE EA 3 607-007 10 FOOT RAIL GATE EA 4 611-001 16 FOOT CATTLE GUARD (CIP) EA 1 611-002 20 FOOT CATTLE GUARD (CIP) EA 4 614-001 SIGN PANEL (CLASS I) SF 475 614-002 STEEL SIGN POST (2X2 INCH TUBING) LF 470 614-003 STEEL SIGN POST (2.25X2.25 INCH TUBING) LF 141 620-001 SANITARY FACILITY EA 6 626-001 MOBILIZATION LS LUMP SUM 630-001 CONSTRUCTION TRAFFIC CONTROL DEVICES LS LUMP SUM 630-002 FLAGGING HR 250 ITEM NO. DESCRIPTION UNIT ESTIMATED UNIT SUBTOTAL ($) ROADWAY COST ($) QUANTITY 206-000 STRUCTURE EXCAVATION CY 960 420-001 GEOTEXTILE (SEPARATOR) (CLASS A) SY 80 503-010 DRILLED CAISSON 30" LF 147 503-020 DRILLED CAISSON 36" LF 123 506-002 RIPRAP (9 INCH) CY 960 601-030 CONCRETE CLASS D (BRIDGE) CY 338 601-040 REINFORCING STEEL LB 52850 605-040 4 INCH NON-PERFORATED PIPE UNDERDRAIN LF 6 605-041 4 INCH PERFORATED PIPE UNDERDRAIN LF 60 606-103 BRIDGE RAIL TYPE 3 LF 382 618-019 PRESTRESS CONCRETE BOX (30"x 60") SF 2822 SOAPSTONE PRAIRIE NATURAL AREA ACCESS ROAD - STRUCTURE BID SCHEDULE BRIDGE AT RAWHIDE CREEK B) RAWHIDE CREEK TOTAL ($) A) ROADWAY TOTAL ($) 8. BID SCHEDULE (Base Bid) ADDENDUM 1 REVISED BID SCHEDULE 206-000 STRUCTURE EXCAVATION CY 950 420-001 GEOTEXTILE (SEPARATOR) (CLASS A) SY 80 503-010 DRILLED CAISSON 30" LF 185 506-002 RIPRAP (9 INCH) CY 310 601-030 CONCRETE CLASS D (BRIDGE) CY 197 601-040 REINFORCING STEEL LB 25400 605-040 4 INCH NON-PERFORATED PIPE UNDERDRAIN LF 6 605-041 4 INCH PERFORATED PIPE UNDERDRAIN LF 60 606-103 BRIDGE RAIL TYPE 3 LF 110 618-019 PRESTRESS CONCRETE BOX (30"x 60") SF 803 203-001 MUCK EXCAVATION CY 136 206-000 STRUCTURE EXCAVATION CY 330 506-002 RIPRAP (9 INCH) CY 137 601-030 CONCRETE CLASS D (BRIDGE) CY 40 601-040 REINFORCING STEEL LB 4165 603-300 DOUBLE 12X5 FOOT CONCRETE BOX CULVERT (PRECA LF 30 606-103 BRIDGE RAIL TYPE 3 LF 54 ROADWAY AND STRUCTURE TOTAL (A+B+C+D) ($) $ TOTAL PROJECT WRITTEN IN WORDS COMPANY NAME SIGNATURE TITLE PRINTED NAME DATE $Dollars D) WIRE DRAW TRIB. TOTAL ($) BRIDGE AT WIRE DRAW DOUBLE PRECAST BOX CULVERT AT WIRE DRAW TRIBUTARY C) WIRE DRAW TOTAL ($) Soapstone Prairie Natural Area August 2007 Project Special Provisions REVISION OF SECTION 202 REMOVAL OF FENCE Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing fence within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing fence shall be removed in a manner that minimizes disturbance to the surrounding area. All removed fence materials shall become the property of the adjacent landowner. If said adjacent landowner rejects the fence material, the Contractor shall take ownership and dispose of outside the project site legally. Subsection 202.11 shall include the following: End posts, corner and line post, shall be consider as part of existing fence and will not be measured and paid for separately. Gates shall be consider as fence and will be measured for as linear foot of fence. The removal of existing fence shall be measured by linear foot of fence removed and accepted. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Fence Linear Foot Work shall include all material, equipment, labor, and disposal of materials to complete the work, including excaving and backfilling. Soapstone Prairie Natural Area August 2007 Project Special Provisions -1- REVISION OF SECTION 212 Seeding, Fertilizer, Soil Conditioner, and Sodding Section 212 of the Standard Specifications is hereby revised for this project as follows: Throughout this section, replace “Engineer” with “Owner.” Subsection 212.01 Remove: Description Insert: This work consists of soil preparation, furnishing and drilling seed. Subsection 212.02 (a) 2 Remove: The entire section and insert the following: All seed shall be mixed by a wholesale seed supplier, in proportions necessary to obtain the application rate specified. All seed will be subject to the testing by the Owner in accordance with the provisions of the Association of Official Seed Analysis. All seed and seed mixes shall be furnished in bags or containers clearly labels to show the name and address of the supplier, the common, scientific, and variety name(s) of the seed(s), the lot number, point of origin, net weight, percent of weed content, and the guaranteed percentage of purity and germination. These labels shall be submitted to the Owner at the completion of the project. 1. Dryland Seed North of Station 261+00 (shown on the design drawings) PLS Seeding Rate (#/acre drilled) Sterile wheatgrass 20.0 2. Dryland Seed South of Station 261+00 (shown on the design drawings) PLS Seeding Rate (#/acre drilled) Western wheat (Pascopyrum smithii) 3.2 Indian ricegrass (Achnatherum hymenoides) 2.5 Blue Grama (Bouteloua gracilis) 0.6 Buffalo grass (Buchloe dactyloides) 9.3 Prairie junegrass (Koeleria macrantha) 0.3 Needle & thread grass (Hesperostipa comata) 6.1 Green needle grass (Nassella viridula) 1.9 Sterile wheatgrass 20.0 Soapstone Prairie Natural Area August 2007 Project Special Provisions -2- REVISION OF SECTION 212 Seeding, Fertilizer, Soil Conditioner, and Sodding 3. Wetland Seed (only applies in the Wire Draw channel bottom at the proposed bridge) PLS Seeding Rate (#/acre drilled) Western wheat (Pascopyrum smithii) 4.4 Blue Grama (Bouteloua gracilis) 0.9 Inland salt grass (Distichlis stricta) 2.0 Canada wild rye (Elymus canadensis) 6.3 Switchgrass (Panicum virgatum) 2.5 Prairie cordgrass (Spartina pectinata) 4.0 The formula used for determining the quantity of PLS shall be: Bulk Pounds of Seed Species x (%Purity x %Germination) = Pounds of PLS Subsection 212.03 Seeding Seasons. Remove the entire section and insert the following: All seeding must be completed prior to February 28, 2008. Subsection 212.06 (a) Remove the entire section and insert the following: (a) Soil Preparation. Slopes flatter than 2:1, in areas that have supported vehicular traffic or which have been otherwise artificially compacted or disturbed shall be ripped and tilled to a depth of twelve (12) inches. All other areas with slopes flatter than 2:1 shall be tilled into an even and loose seed bed six (6) inches deep. The soil shall be worked until no clods of soil greater than two (2) inches remain. Slope 2:1 or steeper shall be left in a roughened condition. All tilling operations on slopes 2:1 or steeper shall be done in the direction that follows the natural contours of the land. Slopes shall be free of all concrete. Slopes shall be free of all stones in excess of six (6) inches in any dimension. Slopes shall be free of sticks and debris in excess of three (3) inches in any dimension, and brought to the desired line and grade. Any irregularities in the ground surface resulting from soil preparation operations, including but not limited to, ridges, high points, and depressions more than three (3) inches in height or depth shall be corrected and sloped to drain. Subsection 212.06 (b) Remove the entire section and insert the following. (b) Fertilizing and Soil Conditioning. Fertilizers and soil conditioners will not be used in native seeding areas. In compliance with all applicable sections of the specifications, water will be applied as necessary to control dust and maintain moisture necessary to work the soils, Soapstone Prairie Natural Area August 2007 Project Special Provisions -3- REVISION OF SECTION 212 Seeding, Fertilizer, Soil Conditioner, and Sodding Subsection 212.06 (c) Add the following to the end of the paragraph: When requested by Contractor and Approved by Owner, areas that are too small to be seeded with mechanical drills, seeding will be accomplished by hydraulic type seeders at twice the rate specified in the Contract at no additional cost to the project. Subsection 212.08 Remove the entire section and insert the following: The accepted quantities of seeding (sterile wheat), seeding (native) and seeding (wetland) will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Seeding (Drilled) (Sterile Wheat) Acre Seeding (Drilled) (Native) Acre Seeding (Drilled) (Wetland) Acre Soil preparation and seed incorporated into the seeding will not be paid for separately but shall be included in the work. Soapstone Prairie Natural Area August 2007 Project Special Provisions REVISION OF SECTION 216 SOIL RETENTION COVERING Section 216 of the Standard Specifications is hereby revised for this project as follows: Subsection 216.02 delete entire Subsection and replace with the following: (a) Covering. Soil Retention Blanket (Coconut) shall be North American Green C125BN or approved equal and shall meet the requirements and recommendations for material and installation as described by the manufacturer. The Contractor shall provide a submittal of the material prior to installation. Soil Retention Blanket (Straw / Coconut) shall be North American Green SC250 or approved equal and shall meet the requirements and recommendations for material and installation as described by the manufacturer. The Contractor shall provide a submittal of the material prior to installation. (b) Stakes. Stakes for the Soil Retention Blanket (Coconut) shall be North American Green 6-inch hardwood Bio-STAKE™ or approved equal and shall meet the requirements and recommendations for material and installation as described by the manufacturer. The contractor shall provide a submittal of the material prior to installation. Stakes for the Soil Retention Blanket (Straw / Coconut) shall be North American Green 6-inch biodegradable Eco-STAKE™ or approved equal and shall meet the requirements and recommendations for material and installation as described by the manufacturer. The contractor shall provide a submittal of the material prior to installation. Subsection 216.05 shall include the following: Payment will be made under: Pay Item Pay Unit Soil Retention Blanket (Coconut) Square Yard Soil Retention Blanket (Straw / Coconut) Square Yard Soapstone Prairie Natural Area August 2007 Project Special Provisions REVISION OF SECTION 607 FENCES Section 607 of the Standard Specifications is hereby revised for this project as follows: Subsection 607.02 is hereby revised to including the following: Barbed Wire fence shall be four strands barbed wire with all metal tee or wood post at every fourth post, as directed by the Engineer. Wire gate shall be consider as fence and will be measured for as linear foot of fence installed and accepted. Temporary fence shall be three stand barbed wire (evenly spaced) with metal tee posts. Temporary fence (special) shall be single strand smooth 15½ gauge wire with metal tee posts spaced every 50 feet. The wire shall be placed a minimum of 30 inches above the existing ground. Plastic orange flagging shall be tied to the smooth wire in between every metal tee post spaced at 25 feet. Plastic orange flagging will not be measured and paid for separately. Subsection 607.03 is hereby revised to including the following: Two galvanized metal stay are required between posts for Barbed Wire fence and Temporary fence. Subsection 607.05 shall include the following: Payment will be made under: Pay Item Pay Unit Fence Barbed Wire Linear Foot Fence Temporary Linear Foot Fence Temporary (Special) Linear Foot Payment for Fence Temporary and Fence Temporary (Special) shall be full compensation for furnishing, erecting, maintaining, removing and disposing of all materials required. Fence Temporary and Fence Temporary (Special) shall remain the property of the Contractor. Soapstone Prairie Natural Area August 2007 Project Special Provisions REVISION OF SECTION 611 CATTLE GUARDS Section 611 of the Standard Specifications is hereby revised for this project as follows: Subsection 611.01 shall include the following: Cattle guard wings will not be required. Subsection 611.04 shall include the following: Foundation for the cattle guard will not be measured and paid for separately, but shall be included in the work. Subsection 611.05 shall include the following: Payment will be made under: Pay Item Pay Unit 16 foot Cattle Guard (CIP) Each 20 foot Cattle Guard (CIP) Each Payment will be full compensation for all work necessary to complete the work, including but not limited to material, equipment, labor, disposal of materials, excaving and backfilling. Soapstone Prairie Natural Area August 2007 Project Special Provisions REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Section 614 of the Standard Specifications is hereby revised for this project as follows: Subsection 614.02 is hereby revised to including the following: Sign post and anchor for this project shall be 12 gauge Telespar square post and anchor. Post shall be 2” x 2” and anchor shall be 2¼” x 2¼” x 3’. Post length shall be 10 or 12 feet, with 7 feet as the minimum distance from the top of anchor to the bottom of the lowest sign panel. Minimum embedment length of post into anchor shall be as recommended by the manufacturer. Subsection 614.13 shall include the following: Payment will be made under: Pay Item Pay Unit Sign Panel (Class I) Square Foot Steel Sign Post (2x2 Inch Tubing) Linear Foot Steel Sign Post (2.25x2.25 Inch Tubing) Linear Foot Payment will be full compensation for all material, labor, equipment and hardware necessary to complete the work. SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Soapstone Prairie Access Road BID NO. 6061 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS September 4, 2007 – 3:00 P.M. (OUR CLOCK) 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-A1 - 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 SOILS REPORT 07/2001 Section 00020 Page 2 SECTION 00020 INVITATION TO BID 07/2001 Section 00020 Page 1 SECTION 00020 INVITATION TO BID Date: August 14, 2007 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 September 4, 2007, for the Soapstone Prairie Access Road; BID NO. 6061. 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 6061 Soapstone Prairie Access Road: The contract documents includes the construction of 8.39 miles of roadway with aggregate base course surface, a 191 foot three span bridge, a 55 foot single span bridge, and 30 feet of double 12’x5’precast box culvert. The project also includes installation of 814 linear feet of 15 inch RCP and 432 linear feet of 18 inch RCP with end sections, 26 acres of reclamation, removal and installation of fence, and installation of cattle guard and roadway sign. 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. Contract Documents will be available August 14, 2007. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 a.m., on August 21, 2007, at 215 N. Mason, in the Community Room in Fort Collins. The Job Walk will follow immediately after the pre-bid meeting. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. 07/2001 Section 00020 Page 2 The Contract Documents and Construction Drawings may be examined online at: 1. City of Fort Collins BuySpeed: https://secure2.fcgov.com/bso/login.jsp 2. Mercury-LDO Reprographics: www.mercury-ldo.com Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be viewed and purchased at: 1. Mercury LDO Reprograhics: • FORT COLLINS: 422 S. Link Lane, Ft. Collins, CO 80524 Ph: 970-484-1201, Fax: 970-221-0404 • ENGLEWOOD: 9632 E. Arapahoe, Englewood, CO. 80112 Ph: 303-790-7169, Fax: 303-792-2936 • DENVER: 860 Bryant Street, Denver, CO. 80204 Ph: 303-893-8701, Fax: 303-893-0617 • COLORADO SPRINGS:11 E Las Vegas, Colorado Springs, CO. 80903 Ph: 719-231-8121, Fax: 719-633-5710 • LODO: 1660 Wynkoop Ste. 130, Denver, CO. 80202 Ph: 303-785-2520, Fax: 303-785-2522 • BOULDER: 2575 Pearl St. Unit C., Boulder, CO. 80302 Ph: 303-539-1350, Fax: 303-539-1356 2. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 07/2001 Section 00020 Page 3 Construction Document Ordering Instructions (Download a complete PlanWell 4.0 Ordering Guide from www.planwell.com) 1. GO TO: www.mercury-ldo.com 2. SELECT: Denver Links: “Plan Well” 3. SELECT: Public Planroom: “GO” 4. SELECT: the desired “Project Number” from the list 07/2001 Section 00020 Page 4 5. CLICK: “Most Current Set” to View the list of documents available for the project 6. CLICK: Sheet No. to view 7. CLICK: to add a specific document to your “Shopping Cart” 8. CLICK: to place the order for printing 9. REGISTER –or- LOGIN 10. SELECT: Process-Media, Output Size and Binding options 11. ENTER: Job Number and PO information then click Next. 12. REVIEW: Recipient information. 13. ENTER: Quantities 14. CLICK: the down arrow to populate order. 15. SELECT: Delivery options and Due time. 16. ENTER: Your phone number in the special instructions box. 17. CLICK: Next. 18. REVIEW order 19. CLICK: SUBMIT Planwell contacts: Marie Owens 970-484-1201, mowens@mercury-ldo.com David Bacon-720-220-7683, dbacon@mercury-ldo.com 07/2001 Section 00020 Page 5 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. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins By ______________________________________ James B. O'Neill, II, CPPO, FNIGP Purchasing/Risk Management Director