Loading...
HomeMy WebLinkAbout497786 MARTIN MARIETTA MATERIALS - CONTRACT - BID - 7222 ASPHALT OVERLAY (3)City of F6rt Collins St Purchasing SPECIFICATIONS _►o Financial Services Purchasing Division 215 N. Mason St. 2n0 Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970,221.6707 fcgov.com/Purchasing CONTRACT DOCUMENTS FOR Asphalt Overlay - 2013 Renewal BID NO. 7222 • PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS 11 (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. 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. Section 00520 Page 3 SECTION 01310 CONSTRUCTION SECHDULES 1.5 OWNER'S RESPONSIBILITY A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the Project. B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, techniques, sequences and procedures of construction as provided in the General Conditions. END OF SECTION 0 General Requirements - Page 6 of 17 SECTION 01330 10 SURVEY DATA 1.1 SURVEY REQUIREMENTS A. The Owner will provide the construction surveying for the street and landscaping improvements. City Survey Crews will perform the surveying required. B. The Contractor must submit a survey request form to the City Surveyors a minimum of 48 hours prior to needing surveying. C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the Contractor with the date on which the requested work will be completed. D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of re - staking construction stakes and for the cost of re-establishing a destroyed monument. F. The Contractor shall notify the Engineer prior to concrete removal when property line markers are inscribed in the surface of the existing concrete, typically designated by "+" or "x" markings. The Contractor shall reinstall all existing property line markers in the surface of the new concrete. The Contractor may accurately offset the existing mark for reinstallation or may notify the City Survey Crews and request the offset location prior to removal of the concrete. If markers are removed without offsetting and reinstalling, the Contractor shall be responsible for all costs, including survey costs, associated with relocating and reinstalling the markers. • F. The Contractor shall be responsible for transferring the information from the construction stakes to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance with the information on the stakes and grade sheets supplied by the Owner. 0 END OF SECTION General Requirements - Page 7 of 17 SECTION 01340 SHOP DRAWINGS • 1.1 GENERAL A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections. 1. Project Manager will not accept Shop Drawings or other submittals from anyone but Contractor. B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by Project Manager prior to the time set forth in the approved schedule will be reviewed at any time convenient to Project Manager before the time required by the schedule. C. Any need for more than one re -submission, or any other delay in obtaining Project Manager's review of submittals, will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by failure of Project Manager to return any scheduled submittal within 10 days after receipt in his office of all information required for review of the submittals or for any other reason which prevents Project Manager's timely review. Failure of Contractor to coordinate submittals that must be reviewed together will not entitle Contractor to an extension of Contract Time or an increase in Contract Price. D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication. E. Do not use materials or equipment for which Shop Drawings br samples are required until such submittals, stamped by Contractor and properly marked by Project Manager, are at the site and available to workmen. Do not use Shop Drawings which do not bear Project Manager's mark "NO EXCEPTION TAKEN" in the performance of the Work. Review status designations listed on Project Manager's submittal review stamp are defined as follows: 1. NO EXCEPTION TAKEN: Signifies material or equipment represented by the submittal conforms with the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related work. Copies of the submittal are to be transmitted for final distribution. 2. REVISE AS NOTED Signifies material or equipment represented by the submittal conforms with the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work in accordance with Project Manager's notations. Contractor is to proceed with the Work in accordance with Project Manager's notations and is to submit a revised submittal responsive to notations marked on the returned submittal or written in the letter of transmittal. 3. REJECTED Signifies material or equipment represented by the submittal does not conform with the design concept or comply with the information given in the Contract Documents and is not acceptable for use in the Work. Contractor is to submit submittals responsive to the Contract Documents. 4. FOR REFERENCE ONLY Signifies submittals which are for supplementary information only; pamphlets, general information sheets; catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Owner in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the information given in the Contract Documents. Project Manager reviews such submittals for general information but not for substance. General Requirements - Page 8 of 17 SECTION 01340 • SHOP DRAWINGS 1.2 SHOP DRAWINGS A. Include the following information as required to define each item proposed to be furnished. 1. Detailed installation drawings showing foundation details, and clearances required for construction. 2. Relation to adjacent or critical features of the Work or materials. 3. Field dimensions, clearly identified as such. 4. Applicable standards, such as ASTM or Federal Specification numbers. 5. Drawings, catalogs or parts thereof, manufacturer's specifications and data, instructions, performance characteristics and capacities, and other information specified or necessary: a. For Project Manager to determine that the materials and equipment conform with the design concept and comply with the intent of the Contract Documents. b. For the proper erection, installation, and maintenance of the materials and equipment which Project Manager will review for general information but not for substance. c. For Project Manager to determine what supports, anchorages, structural details, connections and services are required for materials and equipment, and the effect on contiguous or related structures, materials and equipment. 6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable Project Manager to review the information effectively. B. Manufacturer's standard drawings, schematics and diagrams: 1. Delete information not applicable to the Work. 2. Supplement standard information to provide information specifically applicable to the Work. • C. Format. 1. Present in a clear and thorough manner. 2. Minimum sheet size: 8 1/2" x 11". 3. Clearly mark each copy to identify pertinent products and models. 4. Individually annotate standard drawings which are furnished, cross out items that do not apply, describe exactly which parts of the drawing apply to the equipment being furnished. 5. Individually annotate catalog sheets to identify applicable items. 6. Reproduction or copies of portions of Contract Documents: a. Not acceptable as complete fabrication or erection drawings. b. Acceptable when used as a drawing upon which to indicate information on erection or to identify detail drawings. 7. Clearly identify the following: a. Date of submission. b. Project title and number. c. Names of Contractor, Supplier and Manufacturer. d. Specification section number, specification article number for which items apply, intended use of item in the work, and equipment designation. e. Identify details by reference to sheet, detail, and schedule or room numbers shown in the Contract Documents. f. Deviations from Contract Documents. g. Revisions on re -submittals. h. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the Work and the Contract Documents. General Requirements - Page 9 of 17 SECTION 01340 SHOP DRAWINGS • 1.3 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Minimum number required: 1. Shop Drawings. a. Three (3) copies minimum, two (2) copies which will be retained by Project Manager. 1.4 RE -SUBMISSION REQUIREMENTS A. Make corrections or changes required by Project Manager and resubmit until accepted. B. In writing call Project Manager's attention to deviations that the submittal may have from the Contract Documents. C. In writing call specific attention to revisions other than those called for by Project Manager on previous submissions. D. Shop Drawings. 1.Include additional drawings that may be required to show essential details of any changes proposed by Contractor along with required wiring and piping layouts. • END OF SECTION 1•J General Requirements - Page 10 of 17 SECTION 01410 • TESTING 1.1 GENERAL A. Provide such equipment and facilities as required for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product which becomes unfit for use after approval shall not be incorporated into the work. B. All materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM). D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. 1.2 OWNER'S RESPONSIBILITIES A. Owner shall be responsible for and shall pay all costs in connection with testing for the following: 1. Soil tests, except those called for under Submittals thereof. • 2. Tests not called for by the Specifications of materials delivered to the site but deemed necessary by Owner. 3. Concrete test, except those called for under Submittals thereof. • 1.3 CONTRACTOR'S RESPONSIBILITIES A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: All performance and field testing specifically called for by the specifications. All retesting for Work or materials found defective or unsatisfactory, including tests covered under 1.2 above. 3. All minimum call out charges or standby time charges from the tester due to the Contractor's failure to pave, pour, or fill on schedule for any reason except by action of the Engineer. B. Contractor shall notify the Engineer 48 hours prior to performing an operation that would require testing. 1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests ofall items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the Owner. The Contractors' control system shall specifically include all testing required by the various sections of these Specifications. General Requirements - Page I I of 17 SECTION 01410 TESTING • B. Superintendence: The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work. The Superintendent shall have adequate experience to perform the duties of Superintendent. C. Contractor's quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the Engineer and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken. Document inspections and tests as required by each section of the Specifications. Provide copies to the Engineer weekly. END OF SECTION • General Requirements - Page 12 of 17 • SECTION 01510 TEMPORARY UTILITIES 1.1 UTILITIES A. Furnish all utilities necessary for construction. B. Make arrangements with Owner as to the amount of water required and time when water will be needed. 1. Meters may be obtained through the Water Utility Meter Shop at 221-6759 2. Unnecessary waste of water will not be tolerated. C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor. 1.2 SANITARY FACILITIES A. Furnish temporary sanitary facilities at each site for the needs of construction workers and others performing work or furnishing services on the Project. B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Enforce the use of such sanitary facilities by all personnel at the site. D. Obscure from public view to the greatest practical extent. END OF SECTION General Requirements - Page 13 of 17 SECTION 01560 TEMPORARY CONTROLS 1.1 NOISE CONTROL A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. 1.2 DUST CONTROL A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing. B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. 1. Chemical dust suppressant shall not be injurious to existing or future vegetation. 1.3 POLLUTION CONTROL A. Prevent the pollution of drains and water courses by sanitary wastes, concrete, sediment, debris and other substances resulting from construction activities. 1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site. 2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts. . 1.4 EROSION CONTROL A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities. Measures in general will include: a. Control of runoff. b. Trapping of sediment. c. Minimizing area and duration of soil exposure. d. Temporary materials such as hay bales, sand bags, plastic sheets, riprap or culverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to construction activities. B. Preserve natural vegetation to greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual. 0 General Requirements - Page 14 of 17 SECTION 01560 • TEMPORARY CONTROLS 1.5 TRAFFIC CONTROL • A. Maintain traffic control in accordance with the "Manual of Uniform Traffic Control Devices" (MUTCD), the Cityof Fort Collins "Work Area Traffic Control Handbook," and the current "Larimer County Urban Area Street Standards." In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. 1.6 I4AUL ROUTES The City reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads. These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements, and/or pavements whose condition would be significantly damaged by heavy loads. END OF SECTION General Requirements - Page 15 of 17 P 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: 1 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: N/A The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 2, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary 1011 in any written consent to an assignment no assignment will release or discharge that assignor Section OOS20 Page 4 SECTION 01700 CONTRACT CLOSEOUT • 1.1 CLEANING AND RESTORATION A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work was begun. This will include providing labor, equipment and materials for cleaning, repairing and replacing facilities damaged or soiled during construction. The Engineer will be the judge of the degree of restoration required. 1.2 PROJECT RECORD DOCUMENTS A. Maintain on the job site, and make available to the Engineer and/or Project Manager upon request, one current marked -up set of the drawings which accurately indicate all approved variations in the completed work that differ from the design information shown on the drawings. Further, these drawings should reflect all underground obstacles encountered. B. These record drawings along with any survey records, photographs and written descriptions of said work as may be required by the Project Manager shall be submitted prior to project acceptance. END OF SECTION • 0 General Acquirements - Page 16 of 17 SECTION 01800 METHOD OF MEASUREMENT AND BASIS OF PAYMENT 1.1 DEFECTIVE WORK E A. Owner will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance. 1.2 BID PRICE A. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid for the various items of Work. B. Prices shall include all costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment and tools; and performing all labor and supervision to fully complete the work. C. Unit prices shall govern over extensions of sums. D. Unit prices shall not be subject to re -negotiation. 1.3 ESTIMATED QUANTITIES A. All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of payment shall be the actual amount of materials furnished and Work done. B. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount therefor. END OF SECTION General Requirements - Page 17 of 17 REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction", 2011, andthe current Larimer County "Urban Area Street Standards", (hereafter referred to as the "Standard Specifications") are made a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of the provisions of the preceding Sections, the preceding Sections shall govern. INDEX OF REVISIONS SECTION 104 Traffic and Parking Control 105 Control of Work 107 Protection and Restoration of Property and Landscape 108 Prosecution and Progress 109 Measurement and Payment 201 Clearing and Grubbing 202 Removal of Structures and Obstructions 203 Excavation and Embankment 208 Erosion Control 210 Reset Structures 306 Reconditioning/Asphalt Recycling 307 Stabilized Subgrade — Class C Fly Ash 401 Plant Mix Pavements 403 Hot Mix Asphalt 403 Hot Mix Asphalt - Patching 420 Geotextile Paving Fabric 627 Pavement Marking 630 Construction Zone Traffic Control 0 Project Specifications —Page I of47 • REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL Subsection 104.04 shall include the following It shall be the Contractor's responsibility to clear parking from the streets when such parking will interfere with the work. Prior to work that requires the street(s) to be closed to parking and/or traffic; the street(s) shall be posted for "NO PARKING". The placement of these signs shall take place at least 24 hours prior to the commencement of work and shall clearly show the type of work, date and times that the message on the sign is in effect. (For example, if a street is to be patched on Wednesday, July 2, the street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that reads similar to "NO PARKING, WEDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M., PATCHING.) See sample "NO PARKING" sign. "NO PARKING" signs shall remain in place until the street is opened to traffic and all clean up operations completed. No Parking signs may be placed, maintained, and removed by a representative of the Contractor, the Traffic Control Supervisor, or a Flagger. All information on the "NO PARKING" signs, with the exception of the type of work, date, and times shall be in block letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible and written in block style letters. The "NO PARKING" signs shall be in effect for one or two days only. In the event the Contractor deems it necessary to remove a vehicle that has not adhered to the "No Parking" notification, the Contractor shall first make every reasonable effort to locate and contact the owner of the vehicle. Should the Contractor be unable to locate the owner of the vehicle, the Contractor should notify the Engineer to arrange for any required towing. If the No Parking sign has been in place for a minimum of 24 hours, then the City will make every reasonable effort to remove the offending vehicle within four (4) hours of notification by the Contractor. The Contractor shall not be entitled to any additional compensation for delays associated with the towing of illegally parked vehicles. The Contractor shall have an approved Traffic Control Plan on site at all times. Traffic control signage on the construction site shall be set up in accordance with the approved traffic control plan and in accordance with the specifications. Work performed by the Contractor without an approved traffic control plan or when "NO PARKING" signs have not been placed as required by the specifications shall not be paid. The Contractor shall also be subject to a pay deduction of up to $1,000.00 per occurrence per day for traffic control not in compliance with referenced specifications or requirements contained herein. Issues subject to deductions may include but are not limited to: Traffic Control Supervisor not on the project site at all times (unless pre -approved by the Engineer) An approved traffic control plan not on site Traffic control device set up by flagging personnel unless assisting the Traffic Control Supervisor Traffic control signage not set up in accordance with the approved traffic control plans Inadequate flagging personnel and/or flagging equipment The Engineer shall issue a written warning to the Contractor, Subcontractor, and/or Traffic Control Supervisor documenting the type of violation and the Engineer shall determine the deduction amount based on the Engineers' opinion of the infraction severity and the number of previous infractions. Upon issuance of the third violation, the Engineer may request the Subcontractor, Traffic Control Supervisor and/or flagging personnel be removed from the project. Removal from the project in which the violations were issued shall be in effect for the remainder ofthe year. The contractor shall find replacement Traffic Control Subcontractor, TCS, and/or flagging personnel within two weeks of the third notice without an adjustment to contract price or working days or the Contract may be terminated and rebid. Project Specifications —Page 2 of 47 REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL At or near the end of each work day, a representative of the Contractor, the Traffic Control Supervisor, and the Engineer will meet to discuss the progress of the work and the placement of traffic control devices including "NO PARKING" signs. The quantity of traffic control devices used that day and for the next day shall be agreed upon by the Contractor and the Engineer. Any necessary adjustments shall be made. At this time the Contractor shall also review with the Engineer the proposed means of handling parking and traffic control for the upcoming work. It is the responsibility of the Contractor to minimize arty inconvenience to the public as a result of their work. The Contractor shall maintain access at all times to all businesses within the project and shall communicate their schedule 48 hours prior to work to all businesses and residents effected by their work. Any changes in the traffic control as directed by the Engineer including additional signs, barricades, and/or flaggers needed in the field shall be immediately implemented. Traffic Control costs inchtding but not limited to furnishing equipment, equipment set ap/removal/modifrcalion, TCS and Flagging personnel, vehicles, phones, notification delivery, land signs, communication devices, sandbags, and all related incidental items required for traffic control tinder this contract shall be paid tinder Revision of Section 630, "Construction Zone Traffic Control': 0 E Project Specifications —Page 3 of 47 0 171 NO PARKING VJ,ed July 7 7:00 AM - 6:00 PM PATCHING END OF SECTION Project Specifications —Page 4 of 47 REVISION OF SECTION 105 CONTROL OF WORK is Section 105 of the Standard Specifications is hereby revised as follows: AUTHORITY OF THE ENGINEER Subsection 105.01 is hereby amended to include the following: No phase of construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the Owner to stop work. During periods of Traffic Control non- compliance, the Contractor maybe assessed S 1,000.00 per day, may forfeit payment of work and materials installed, and may lose contract working days as determined by the Owner. The Contractor shall not be entitled to compensation for delays associated with non -compliant periods. COOPERATION BY CONTRACTOR Subsection 105.10 shall include the following: The City of Fort Collins is committer) to comply with United States Environmental Protection Agency (EPA) requests and the Streets Department Environmental Management System (EMS) requirements that vehicles on City projects shall comply with the "Anti -/filing Policy" to reduce environmental impacts related to construction. Contractors and Subcontractors shall comply with turning off vehicles and equipment instead of idling for long periods (more than thirty (30) seconds after stopping at destination and/or not more than five (5) minutes aggregated within silly (60) minutes). Exceptions for powering auxiliary equipment and for safety or health emergencies are allowed. COOPERATION WITH UTILITIES Subsection 105.11 shall include the following: • City Utilities, Parks, Traffic, Streets, concrete and utility contractors may perform work related to the project within or near the limits of this project. The Contractor shall conduct the Work without interfering or hindering the progress or completion of the work being performed by other contractors. The Contractor shall coordinate extensively with these entities to minimize traffic control and scheduling conflicts, and ensure timely completion of all the work. Reconstruction operations and/or concrete construction at intersections may involve the destruction and replacement of traffic signal loop detectors. The existing traffic signal loop detectors shall be removed by the contractor at no additional cost. New loop detectors may be installed at other intersections where they do not now exist. New and replacement loop detectors will be installed by the City Traffic Division. The Contractor shall cooperate with the schedule of this work to insure the timely installation of new loop detectors. INSPECTION AND TESTING OF WORK Subsection 105.16 shall include the following: The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a minimum of 24 hours in advance of starting any construction operation that will require inspection, measuring for pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the owner and the Engineer from any responsibility for additional costs or delays caused by such failure. Inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected by the Engineer or that payment therefore has been included in the progress estimate. • Project Specifications —Page 5 of 47 REVISION OF SECTION 105 • CONTROL OF WORK MAINTENANCE DURING CONSTRUCTION • • Subsection 105.19 shall include the following: The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be cleaned of debris by the Contractor at the earliest opportunity, but in no case shall the area not be cleaned after the completion of lire day's work. It shall be the Contractor's responsibility to provide the necessary manpower and equipment to satisfactorily clean the roadway area. The Contractor shall utilize a combination of pick-up brooms, side brooms and/or other equipment as needed to clean the streets. All sweeping and clean up equipment shall be approved by the Engineer prior to the commencement of work. The Contractor shall maintain the streets during the construction process as described above. Upon completion of the work, the contractor shall meet with the Engineer to confirm that the cleaning of the job site has been performed to City expectations and contractual obligations. All cost of maintaining the work during construction and before the project is accepted will not be measured and paid for separately, but shall be included in the work. END OF SECTION Project Specifications —Page 6 of 47 REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE • Section 107 of the Standard Specifications is hereby revised as follows: Subsection 107.06 shall be amended to include the following: Personnel on Street Maintenance Program (SMP) projects shall use protective equipment prescribed by Local, State, and Federal safety regulations to control or eliminate hazards or exposure to illness or injury. The Contractor and Subcontractors are responsible for providing and insuring the use of the required Personal Protective Equipment (PPE). Only Personal Protective Equipment complying with the Occupational Safety and Health Administration (OSHA) or American National Standards Institute (ANSI) regulations shall be used. The Contractor shall be responsible for the compliance of their employees and the Subcontractor's employees. The Contractor's safety representative shall make regular field inspections to audit and document compliance. An employee of the Contractor or Subcontractor who refuses to use the prescribed protective equipment designed to protect him/her or willfully damages such equipment constitutes cause for the Engineer to request removal of the employee from the site. The Contractor's personnel shall be required to wear safety vests, hard hats, and steel toe boots while on the construction site(s). Subsection 107.12 shall include the following: The fact that any underground facility - sprinkler systems, utility services, etc. - is not shown on the plans, details or construction documents shall not relieve the Contractor of his responsibilities as provided for in the Contract. It shall be the Contractor's responsibility, pursuant thereto, to ascertain the location of such underground improvements which may be subject to such damage by reason of his operations. Any pruning of vegetation shall require the written permission of the property owner and/or the Engineer. If the landscape removal area adjacent to the Street repair is five (10) inches or less in width, the Contractor shall clean the area of all construction debris (i.e. asphalt, road base, etc.) to a minimum depth of four (4) inches, prepare all edges to be clean and vertical, and place and compact topsoil. The topsoil shall be compacted utilizing a hand operated roller or other method approved by the Engineer. If any portion of the area to be repaired is greater than five (10") inches in width and greater than 12 inches in length adjacent to the concrete repair, the Contractor shall clean and prepare the area along the entire length of the repair location as stated above to a minimum one foot (1.0') wide, place sod over the prepared area, water once, and notify the property owner in writing of the nature of the work that has taken place. The Contractor shall also notify the property owner of the fact that the sod will be watered only once by the Contractor and provide the property owner the recommended watering schedule suggested by the sod supplier. The Contractor shall make every effort to minimize the need for sod placement. The placement ofbackfill and top soil for asphalt repair locations shall be completed within two (2) working days of the placement of the final asphalt surface course. Excavated soils from the repair locations may be stockpiled on site and used as backfill for the new AC installation below the top four (4) inches. Topsoil shall consist of loose friable river bottom or farmland loam, reasonably free of manmade materials subsoil, refuse, stumps, roots, rocks, brush, weeds, noxious weed seeds, heavy clay, hard clods, trash, toxic substances, or other material which would be detrimental to the proper development of vegetative growth. Topsoil shall have 100% passing the 1/4" screen and shall contain a combination of sand, clay, and friable loam. The Contractor shall submit a soil analysis or sample for approval by the Engineer. The topsoil shall be in a relatively dry state but shall contain sufficient moisture to allow compaction and shall be is Project SpecificationsPage7 of 47 REVISION OF SECTION 107 • PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE placed during dry weather. The topsoil shall be fine graded to eliminate rough and low areas and ensure positive drainage. The existing levels, profiles, and contours shall be maintained. Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction and protected from damage by the Contractor. Sprinkler heads shall be salvaged and stockpiled on each property for use when reconstructing the sprinkler systems. Sprinkler systems damaged outside of the construction limits as a result of construction operations shall be replaced at the Contractor's expense within three (3) working days from the date of damage. All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his expense unless a written waiver is obtained from the property owner and submitted to the Engineer. Re -sodded lawns shall be watered once by the Contractor. All costs for protecting and restoring landscaping and lawns shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work and no measurement or payment shall be made separately for the protection and restoration of landscaping and lawns. All restoration of landscaping and lawns damaged by construction operations shall take place within three (3) working days from the date of damage. In areas where the Engineer directs new work or the reconstruction area requires grade adjustment, the placement of topsoil, sod, and sprinkler relocation will be provided by the City under separate contract. All labor, materials, tools, equipment, incidentals, and work involved in protecting or repairing underground facilities shall be considered incidental to the Work and shall not be measured and paid for separately. • END OF SECTION • Project Specifications —Page 8 of 47 U 0 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. Section 00520 Page 5 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: SCHEDULE Subsection 108.03 shall include the following: A schedule of work must be submitted prior to starting work and shall include the number of working days per area to complete all work items covered by the contract but shall not exceed the number of contract working days. Location of vicinity maps are referenced in Section 03500, Project Maps. The schedule should take any priorities into consideration and include projected start and end dates for each area. Area and street quantities are described in Section 02500, Quantity Estimates. Prior to award, mutually acceptable milestones shall be determined by the Contractor and the City based on the schedule of working days discussed above. LIMITATION OF OPERATIONS Subsection 108.05 shall include the following: The work shall be completed within the following calendar months: JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC DETERMINATION AND EXTENSION OF CONTRACT TIME Subsection 108.08 shall include the following: Work hours shall be 7:00 a.m. to 6:00 p.m., Monday through Friday, or as approved by the Engineer. All Work is to be complete for a single project area within one hundred twenty (120) consecutive working days during the months of March through November. If work is required prior to the overlay and is completed under separate contract, the Engineer will notify the Contractor that the area is completed. The Contractor shall then mobilize to the area within five (5) working days after receiving notification of its accessibility for arterial streets and within eight (8) working days after receiving notification of its accessibility for collector and residential streets. FAILURE TO COMPLETE WORK ON TIME Subsection 108.09 shall include the following: Failure to meet the agreed upon milestones, mobilize to an area within days specified, or fully complete the project in one hundred twenty (120) consecutive working days, shall result in liquidated damages assessed against the Contractor. At the City's option, liquidated damages in the amount of S 1,000.00 per day may be retained from any monies due the Contractor, or the City may retain an additional contractor(s) to complete the work, or portion thereof, and retain any costs incurred above and beyond the bid prices of the Contractor from any monies due the Contractor in lieu of liquidated damages. • END OF SECTION Project Specifications —Page 9 of 47 REVISION OF SECTION 201 • CLEARING AND GRUBBING 0 Section 201 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS Subsection 201.02 shall be amended to include the following: When tree roots are encountered during construction operations, the Contractor shall notify the Engineer prior to root removal. The Engineer and the City Forester's representative shall then make a determination regarding removal. When it is apparent that the tree roots have heaved the concrete section, the Contractor shall remove the section(s) of concrete as early as possible to allow time for inspection and to schedule root grinding operations, under separate contract. Root grinding will be scheduled as soon as possible to minimize delays in construction. Delays to concrete installation due to root grinding shall not be considered for additional traffic control payment or traditional days added to the total contract working days but shall be anticipated in the Contractor's schedule. Where it is anticipated that tree roots maybe encountered, great care shall be taken by the Contractor to prevent any damage to the roots with tools or equipment. Damage to roots during concrete removal shall be trimmed and cut with a sharpened, sanitized saw, cut orthogonally to its longitudinal axis as closely as practical, to leave the freshly cut root surface in a clean and smooth condition. Axes or other blunt objects shall not be used to cut tree roots. BASIS OF PAYMENT Subsection 201.04 shall be amended to include the following: All costs for removing tree roots shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work, and no measurement or payment shall be made separately for the removal of tree roots. END OF SECTION Project Specifications —Page 10 of 47 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS • Section 202 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 202.01 shall include the following: The intent of this specification is to specify materials and methods for the grinding of existing pavement sections to remove the pavement to a specified depth, the removal and disposition of the ground material, and the preparation of the surface of the base material disturbed by the grinding process. All workmanship and materials shall be in accordance with these specifications. CONSTRUCTION REQUIREMENTS Subsection 202.02 shall include the following: All concrete marked for repair within areas marked for grinding shall be patched prior to commencement of the grinding The Contractor shall provide a smooth surface suitable for the installation of new pavement to follow. The finished surface shall be free from ruts, grooves, ridges, soot, oil film and other imperfections of workmanship. The completed ground surface shall have a uniform textured appearance. It is the intent of this specification that the finished cross section of the roadway will be improved to eliminate excessive crown, excessive lips at the gutter pan areas and that the overall ride quality of the roadway section will be improved. The existing pavement shall be ground to the depth specified. Allowable tolerance for the pavement removal shall be f'/o" from the specified depth. In areas where the grinding process disturbs the existing subgrade/base course, the Contractor shall utilize a rubber tired roller to re -compact the surface. This item will not be measured and paid for separately but shall be included in is the price for Removal of Structures and Obstructions (Grinding/Surface Preparation). If, in the opinion of the Engineer, the subgrade material/base course is unsuitable and will require ripping and re - compaction, the Engineer will direct the Contractor to perform the work in accordance with this specification, Section 203, "Excavation and Compaction". The method of work and payment are covered in the appropriate specification. Stockpiling of ground materials or cuttings shall not be permitted on the project site. All ground materials shall become the property of the City of Fort Collins and shall be delivered by the Contractor to the City's site at 1500 Hoffman Mill Road A grinding machine shall be used by the Contractor to perform the grinding operation. The equipment shall be self- propelled with sufficient power, traction, and stability to maintain adequate depth of cut and slope. The equipment shall be capable of accurately and automatically establishing a finish profile grade along each edge of the machine within f '/4" of the specified depth. The grinding depth along the curb and gutter shall always be one inch (1/2") less than the specified overlay depth. This item will not be measured and paid for separately but shall be included in the unit price for grinding. The grinding machine shall be equipped with an integral loading and reclaiming means to immediately remove the materials being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. The machine shall be equipped with a means to control the dust created by the cutting action and shall meet or exceed all local, state and federal air pollution laws. 0 Project Specifications —Page I I of47 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS A skid -steer style planer attachment shall be used by the Contractor to perform the grinding operation with an approximate width of two (2") feet. The equipment shall be self-propelled with sufficient power, traction, and stability to maintain adequate depth of cut and slope. The Contractor shall also provide adequate backup equipment (mechanical street sweepers, loaders, water truck, etc.) and adequate personnel shall be provided to insure that all cuttings are removed from the roadway daily, unless otherwise directed by the Engineer. It is the intent of this specification that the ground section will be paved back as follows On streets where the grinding depth is such that the aggregate base course is to be replaced, the aggregate base course shall be placed the same day as the grinding and the bituminous paving (1st lift) within 48 hours of the grinding. The Engineer reserves the right to require that the ground section be paved back immediately in the case of grinding done on Friday in the event that severe weather is imminent, or in the case that the ground section presents an extreme safety hazard to the traveling public or inconvenience to the residents. In the event that the ground section is not paved back the same day as the grinding, the Contractor shall provide access to the residents as directed by the Engineer. Access shall include the installation of paper ramps for any/all pedestrian access ramps that have been affected during construction procedure. Special access shall be maintained for all those citizens requesting special needs of access throughout the project. Driveways shall be ramped if the asphalt is below 2 inches on curb prior to the release of traffic. Any/all trip hazards shall be ramped with paper joints, asphalt material, and/or recycled asphalt base (if approved by the engineer). • In the event that the ground section is not paved back the same day as the grinding, the Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed is The Engineer shall require that the pavement grinding operation be referenced from an independent grade control in those areas where the existing curb and gutter or roadway surfaces have deteriorated. In the event that the entire pavement width along a section of roadway has not been ground to a uniform surface by the end of the work period resulting in a vertical longitudinal face exceeding one inch (1 ") in height, this longitudinal face shall be sloped in a manner acceptable to the Engineer so as not to create a hazard to traffic using the roadway during periods when the construction is not in progress. Traffic Control devices may be used in lieu of taper installation as approved by the Engineer. Acceptable Transverse faces that are present at the end of the working period shall be tapered at a 6:1 ratio (six (6") inches horizontally for each one (I") inch of vertical drop.) The grinding machine shall not be operated within the close proximity to manholes, inlets, valve boxes and other obstructions that have not been lowered to avoid damage to these structures. (See Revision of Section 210— Reset Structures for requirements for referencing structures during construction.) The approaches to and from these structures shall be tapered to allow a smooth transition over these structures to accommodate traffic flow over the manhole, valve box or other obstruction. Any structure raised over two (2) inches in an area accessible to traffic prior to the top surface overlay, must be approved by the Engineer and identified by additional traffic control devices prior to the release of traffic. For Collector and Residential streets, the allowable taper shall not be greater than one half inch vertical rise per one foot distance from the structure. The Engineer may consider the use of temporary rubber shim tapers on a case by case basis. For Arterial streets, the taper shall be as directed by the Engineer. The Contractor shall use all means necessary to prevent the spread of dust and debris during the performance of the work. Where equipment comes into contact with tree branches and other plant material, the contractor shall exercise suitable caution to avoid damage to all trees, shrubs, and other plant material. All trimming shall be performed by a licensed arborist previously approved by the City Forestry Division and under the direction of the Engineer. Project Specifications —Page 12 of 47 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS METHOD OF MEASUREMENT Subsection 202.11 shall be revised to include the following: The accepted quantities of Grinding and Surface Preparation will be paid for at the contract unit price per square yard including haul with the exception of line items 202.80 and 202.90 "Grinding (Planing) In -Place". These line items do not include haul. The removal of material in areas not accessible to the grinding machine will be paid for at the contract unit price for Grinding. Grinding In -Place shall consist of cold -in -place grinding the existing roadway to a specified depth, leaving two(2) inch minus granular, and leaving the material in the roadway and shall not include any haul. This process shall refrain from mixing clay subgrade without the granular material. This operation shall be paid for at the contract unit price per square yard, which shall include all labor, materials, tools, equipment, and incidentals to perform the work. All curbs, gutters and other surfaces shall be cleaned of all debris and left in a neat and presentable condition at the end of each working day. It shall be the responsibility of the contractor to maintain the jobsite until subsequent courses have been placed. Taper Planing shall consist of cold milling along the gutter at a depth specified by the Engineer, tapered to a depth on the other side of the mill of zero inches (0"). The width for Taper Planing shall be primarily six (6) feet. Taper Planing shall be paid at the contract unit price per lineal foot. BASIS OF PAYMENT Subsection 202.12 is revised to include the following: • Payment will be made under: Pay Item Pay Unit 202.10 Grinding (Planing)/Surface Preparation Depth < 3" Square Yard 202.20 Grinding (Planing)/Surface Preparation Depth 3" < 5" Square Yard 202.30 Grinding (Planing)/Surface Preparation Depth 5" < 7" Square Yard 202.40 Grinding (Planing)/Surface Preparation Depth 7" < 9" Square Yard 202.50 Taper Planing Adjacent to Gutter Lineal Foot 202.60 Bobcat Style Milling < 3" Square Yard 202.70 Skid -Steer Style Milling -Additional Inch Thickness Square Yard - Inch 202.80 Grinding (Planing) In -Place 5" < 7" - no haul Square Yard 202.90 Grinding (planning) In -Place 7"< 9" - no haul Square Yard The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in Grinding and Surface Preparation,, complete -in -place, in some cases including haul, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications -Page 13 of 47 REVISION OF SECTION 203 • EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 203.01 is revised to include the following: This work shall consist of removing and disposing of the existing pavement, base or other soil material, preparing the subgrade for the subsequent course, and placing borrow in accordance with the specifications and in reasonably close conformity with the lines, grades, and typical cross sections shown on the plans or as designated by the Engineer. All excavation will be classified, "General Excavation", "Muck Excavation", as hereafter described. The Contractor shall dispose of all excavated material. COSNTRUCTION REQUIREMENTS Subsection 203.04 is revised to include the following: The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. The excavation will be accomplished in the following manner: General Excavation: The pavement areas to be removed will be marked on the surface by the Engineer with paint. A straight vertical cut shall be made through the pavement to provide a square or rectangular opening, such that each edge will be parallel • or at right angles to the direction of traffic. Wheel cutting, ripping, and tearing of asphalt using construction equipment such as a grader (blade) shall not be allowed. • If, in the opinion of the Engineer, the subgrade material is unsuitable, it shall be removed to the limits and depths designated. After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the subgrade by compacting with a padfoot roller, rubber tired roller and/or other compaction equipment as approved by the Engineer. The subgrade preparation shall not be measured and paid for separately, but shall be included in the contract unit price for General Excavation. Borrow material shall meet the grading requirement for Class 1 (Pit Run) or Class 5 (Road Base) Aggregate Base Course. (The Class 1 Aggregate Base Course does not need to be crushed and can be of the pit run variety provided it falls within the gradation requirements as shown in CDOT table 703-3.) The material required for a specific location shall be directed by the Engineer Muck Excavation Where excavation to the finished grade section (including General Excavation and Patching) results in a subgrade of unsuitable soil, the Engineer may require the Contractor to remove the unsuitable materials and backfill to the finished grade section with approved material (asphalt or borrow). After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the subgrade with a padfoot roller, rubber tired roller, vibratory plate, steel drum roller, and/or other compaction equipment as approved by the Engineer. The subgrade preparation shall not be measured and paid for separately but shall be included in the contract unit price for Muck Excavation. Project Specifications —Page 14 of 47 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT • Borrow: Borrow shall be placed as directed by the Engineer. The minimum amount of borrow shall be one load (approximately ten (10) tons). The cost for water placement and compaction shall be included in the Contract Unit Price for Borrow. METHOD OF MEASUREMENT Subsection 203.13 shall include the following: General Excavation shall consist of the excavation and disposal off site or use on site of all materials of whatever character required for the work not being removed under some other item. Muck Excavation shall consist of the removal of [Instable soils unsuitable for construction not being removed tinder some other item. The Contractor and the Engineer shall field measure and agree upon the excavated quantity before any further work continues. Should the Contractor fail to request the Engineer to measure any work and perform other work that would prevent the Engineer from measuring pay quantities, the Contractor shall not be compensated for materials not measured by the Engineer. The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard. Subgrade preparation, haul and disposal will not be measured and paid for separately. The accepted quantities of Borrow shall be paid for at the contract unit price per ton. Compaction and haul will not be measured and paid for separately. Material used for the "Haul and Place Recycled Asphalt" item will be provided, loaded, and weighed by the City at • the Hoffman Mill pit. Payment will be per ton of material delivered and placed on the site. The unit price for Shouldering does not include material. BASIS OF PAYMENT Subsection 203.14 shall include the following: Payment will be made under Pay Item Unit 203.10 Excavation —General Less Than 100 CY Cubic Yard 203.20 Excavation — General Over 100 CY Cubic Yard 203.30 Excavation — Muck Cubic Yard 203.40 Borrow —Less Than 100 Ton Ton 203.50 Borrow — Over 100 Ton Ton 203.60 Haul & Place Recycled Asphalt Ton 203.70 Shouldering Lineal Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all the work involved in Excavation and Borrow including haul, stockpiling, placing material, watering or drying soil, compaction, proof rolling, finish grading and disposal of unusable materials, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION • Project Specifications —Page 15 of 47 REVISION OF SECTION 208 • EROSION CONTROL Section 208 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 208.01 shall be revised as follows: This work shall consist of constructing, installing, maintaining, and removing when required, erosion control measures during the life of the Contract and at a minimum at all inlets to prevent or minimize erosion, sedimentation, and pollution of any State waters. Work shall be in accordance with the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction (latest edition), The City of Fort Collins Urban Drainage and Flood Control District Urban Drainage Criteria Manual, and the City of Fort Collins Environmental Standard Operating Procedures contained herein, Section 04000. Any loss of time or materials related to erosion and erosion control shall be the sole responsibility of the Contractor. Any damage to surrounding properties or facilities (either on site or offsite) related to erosion caused by construction of this project, will be the sole responsibility of the Contractor MATERIALS Subsection 208.02 shall be amended to include the following: Contractor shall submit the type of material to be used for erosion control measures prior to beginning the work. See Details Section 03000 contained herein. 1. Inlet protection shall include sufficient length to protect around the perimeter of the inlet opening. • 2. Erosion control devices around inlets near a load site shall be required. 3. Erosion control devices on the downstream side of an aggregate stockpile or truck washout area shall be required. r1 Recycled Rubberized Inlet Protection shall meet the following requirements: 1. Infill material: Shredded recycled rubber 2. Weight: approximately 10 lbs per linear foot 3. Diameter: Approximately 9 inches 4. Geotextile fabric: Made of a durable fabric with a typical weight of 6-10 oz/yd. CONSTRUCTION REQUIREMENTS Subsection 208.03 shall be revised as follows: All erosion control measures must be installed prior to starting work It shall be the responsibility of the contractor to ensure that all roadways near the project are kept clean of construction debris and sediment. Inlet filters All storm drainage system inlets shall be filtered unless better treatment is available before water is discharged into streams or onto adjacent properties. These methods are applicable to existing and proposed drain systems that will be operational before the drainage basin is stabilized. Project Specifications —Page 16 of 47 REVISION OF SECTION 208 EROSION CONTROL • Drop Inlets Drop inlets in unpaved areas shall be filtered with straw bales anchored with wooden stakes as shown in Figure D- 23. Drop Inlets in paved areas shall have gravel filters Figure D-24. Materials other than straw bales must be demonstrated to provide the same level of treatment before acceptance by Fort Collins. Straw bales shall be placed in a single row tightly butted end -to -end or overlapped and staked. The bales shall be installed to a minimum depth of four inches. After bales are installed and staked, loose straw will be wedged between bales and soil shall be backfilled three inches against the filter. Curb -opening Inlets Curb -opening Inlets shall be filtered with Crumb rubber and/or rock wattles or as Approved by the Engineer. Maintenance The contractor shall continuously maintain all erosion and sediment control features so that they function properly during site construction. See Detail SC-5 contained herein. All inlet filters shall be inspected and repairs made after each runoff event. Sediments shall be removed when one half the design depth has been filled. Sediments shall also be removed immediately from the traveled way of roads and streets. MATERIALS HANDLING AND SPILL PREVENTION Subsection 208.06 shall be amended to include the following: • Appropriate Spill Kits shall be on site with each piece of equipment at all times during installation of the Work and during equipment maintenance and Fueling (see Section 04000 ESOP). The Contractor shall submit a description of the items contained in each Spill Kit for approval by the Engineer. METHOD OF MEASUREMENT Subsection 208.11 is revised to include the following: Payment for Wattles shall be made by the lineal foot for inlet protection at each location as required and accepted by the Engineer. The length shall be sufficient to protect the opening and sides of the inlet grate. A maximum of four (4') lineal foot additional to the opening width shall be paid. Excessive lengths shall not be paid. When a protection device is installed at a new location, whether the protection device is new or has been relocated, an additional lineal foot payment will be made for the protection of the location. A protection device shall be installed at load sites and on the downstream side of stockpiles, base piles, and truck washout areas, or as directed by the Engineer and shall not be measured and paid for separately. Excavation required for removal of accumulated sediment from traps, basins, and other clean out excavation of accumulated sediment, and the proper disposal of sediment, shall be considered incidental to the work and not be measured and paid separately. All construction material that enters an inlet due to the Work shall be removed from the inlet interior and removed from the site to an approved disposal location. This work shall not be measured and paid for separately. Project Specifications —Page 17 of 47 REVISION OF SECTION 208 is EROSION CONTROL Payment for Straw Bales shall be made per each bale properly installed and accepted by the Engineer. Street sweeping will not be measured or paid for separately but shall be incidental to the work. Erosion control measures used during saw cutting are considered incidental to all saw cutting operations and shall not be paid for separately. BASIS OF PAYMENT Subsection 208.12 is revised to include the following: Payment will be made under: Pay Item Unit Units 208.10 Rock Wattle Lineal Foot 208.20 Crumb Rubber Wattle Lineal Foot 208.30 Straw Bales Each 208.40 Silt Fence Lineal Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, • and incidentals and for doing all work involved in installing, maintaining, removing, and relocating when required, erosion control measures, as shown on the plans, as specified in these specifications, and as directed bythe Engineer. END OF SECTION U] Project Specifications —Page 18 of 47 0 • 0 OWNER: CITY OF FORT C)�LLI Inc. I \ 0 DARIN ATTEBERRY CITY MANAGER Date: y, / �- — / 3 By: g J WD. STEPHEN, CPPO, LEED AP INTERIM DIRECTOR OF PURCHASING & RISK MANAGEMENT Date: y / I -�> Aftest:AWA,lfid-)�� City Clerk 7�SP-44-0 Address for giving notices:P. O. Box 580Fort Collins, CO 80522 Page 6 CONTRACTOR: j L�%�/�Ill�.= vaia.- v (CO RATE SEAL) Att - Address for giving n a AA VI LICENSE NO.: C)Cua -m1 Section 00520 REVISION OF SECTION 210 RESET STRUCTURES Section 210 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS Subsection 210.02 is revised to include the following: Manholes, valve boxes, meter boxes, and all other similar structures located in the pavement shall be adjusted as noted below. Prior to beginning any construction on existing streets that will receive reconstruction and/or overlay, the Contractor shall mark on the curb and gutter with paint the location of all existing structures. These markings shall be maintained by the Contractor until the work has been completed and accepted by the Engineer. The Contractor shall do all work needed to ensure that said structures can be readily adjusted and shall have all necessary materials on hand prior to commencing the work. Contractor shall verify that manholes and valve boxes can be adjusted prior to the overlay. In the event they cannot be adjusted, or properly fitted with rings, the Contractor shall excavate and adjust prior to the overlay as noted below. All structures shall be adjusted to be 1/8"- 1/2" below the pavement In locations where a structure to be adjusted is surrounded by a concrete collar, the concrete collar shall be removed and replaced with Hot Mix Asphalt. I-IMA Grading S shall be used in all locations All Patching shall be performed with I-IMA Grading S unless otherwise directed by the Engineer. In Locations where curbside patching is being performed prior to a scheduled milling operation, the contractor shall • leave the patches one to one and a half inches ( I to 1 % inches) below the toe of the concrete unless directed otherwise by the Engineer. Pavement removal (concrete or asphalt) and placement of Asphalt material (Hot Mix Asphalt) utilized for structure adjustment, including S, and SX, shall be paid for under the contract unit price for Patching. Subsection 2 10. 10 is revised to include the following: The Engineer shall determine the method of adjustment for each structure. Valve boxes shall be adjusted by one of the following methods: 1. Adjust by removing the existing pavement (concrete or asphalt), adjusting the valve by turning it to the proper grade, trimming the existing asphalt by cutting vertical edges, then spreading and mechanically compacting bituminous material. This item will be measured and paid for separately under "Adjust Valve Box", not including bituminous material. 2. If the valve box cannot be turned up or can be turned up, but not sufficiently to achieve the proper grade or if the top section of valve box is in poor condition, the Contractor shall excavate around the top section of the valve box, and remove and replace the top section with a longer section. The top section part will be measured and paid for separately under the terms of this Contract. The excavation shall then be back filled with Non -Shrink backfill to the top of subgrade, and then material of the same grade and quality as the adjacent pavement shall be placed. Flowfill installation may be modified by the Engineer. A mix design for Non -Shrink back fill shall be submitted and approved prior to starting work. These items shall be measured and paid for separately under "Adjust and Replace Top Section of Valve Box", not including the top section part or bituminous material. 0 Project Specifications —Page 19 of 47 REVISION OF SECTION 210 RESET STRUCTURES Non -Shrink backfill -- also called Flowable Fill or Unshrinkable Fill -- shall be a Portland Cement Concrete Mix. The cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type I/II. The minimum 24 hour strength shall be 10 psi and the maximum 28 day strength shall be 60 psi. The maximum aggregate size shall be one inch (1"). The minimum slump shall be six inches (6") and the maximum, eight inches (8"). The non -shrink backfill shall be consolidated with a mechanical vibrator. Adjust with adjusting rings or Screw Type Adjustable Risers. These items will be measured and paid for under "Adjust Valve Box with Ring" or "Adjust Valve Box with Screw Type Adjustable Riser", including material (parts). The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If the Contractor is negligent and breaks the valve box, said valve box shall be replaced at the Contractor's expense. Adjusting rings for valve boxes shall be of the type manufactured by the Tyler Manufacturing Company or an approved equal. Valve Box Top Section, Screw Type Adjustable Risers, and Extensions shall be of the type manufactured by the Tyler Manufacturing Company, 6850 or 6860 Series, as approved by the Engineer. Manholes shall be adjusted by one of the following methods: 1. Adjust by removing an area of pavement (concrete or asphalt) with a minimum diameter one foot (I') larger than the structure (centered on the structure) by cutting vertical edges, adjusting the manhole by grouting concrete rings and/or utilizing metal shims to raise the structure to the proper grade, then spreading and mechanically compacting bituminous material. Patching around manholes shall not be !- square around any adjustment. This item will be paid for under "Adjust Manhole", not including bituminous material. 2. Adjust with adjusting rings. This item will be measured and paid for separately under "Adjust Manhole with Locking Ring". Standard/non-adjustable paving rings are not permitted on arterial streets, collector streets, or in the wheel path of a travel lane. Contractor shall verify that the manhole can properly be adjusted with a ring to the proposed grade prior to beginning the overlay. The Engineer may allow turnbuckle style paving rings that tighten into place securely. When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the slope of the pavement in both the longitudinal and traverse directions. The inside shall be grouted when the Owner is The City of Fort Collins and shall not be grouted when the Owner is the Fort Collins Loveland Water District. Any manhole cover which is unstable or noisy under traffic shall be replaced by the Contractor. If a manhole or valve box is located in an area to be patched or cold milled, it may be adjusted as part of that operation utilizing one of the methods listed in the previous paragraphs. The adjustment will be paid for under the matching item. If the structure is adjusted during the grinding or patching operation, the Contractor shall place hot bituminous material around the structure as directed by the Engineer to insure that it will not be a hazard to vehicular traffic. The Contractor shall be responsible for immediately cleaning and removing any construction materials that may have entered the manhole, valve box, or other structures during the construction process. In the event that a structure was not properly adjusted (i.e. too high or too low), written notice will be given by the • Engineer to the Contractor requiring the Contractor to make the necessary adjustments within five (5) working days. In the event that the structure is not adjusted within said time frame, the Engineer shall have the right to engage a third Project Specifications —Page 20 of 47 REVISION OF SECTION 210 RESET STRUCTURES party to complete the work, and to withhold the cost of such work from payments due the Contractor. The Engineer will also notify the Contractor in writing of any structures that were covered during the paving operation. The Contractor shall then have five (5) working days to make said structure accessible or will be subject to the constraints of the previous paragraph with respect to a third party completing the work. In the unlikely event that a structure is adjusted after the overlay is complete, the Contractor must exercise care not to damage the new pavement surrounding the structure. The "topping" material shall be Grading S on residential streets, arterial, and collector streets. Grading S shall be used for the bottom lifts as described in Revision of Section 403, Hot Mix Asphalt — Patching. METHOD OF MEASUREMENT Subsection 210.12 shall include the following: The accepted quantities of Adjust Manholes, Valve Boxes, and Meter Boxes will be paid for at the contract unit price per each. Non -shrink backfill, concrete, haul and disposal will not be measured and paid for separately but shall be included in the contract unit price for each type of adjustment. BASIS OF PAYMENT Subsection 210.13 shall include the following: Payment will be made under: Pay Item Unit 210.01 Reset Mail Box Each 210.02 Adjust Valve Box Each 210.03 Adjust Valve Box with Ring Each 210.04 Adjust Valve Box with Tyler 6860 Series, Item R 69, Screw Type Adjustable Riser Each 210.05 Adjust and Replace Top Section of Valve Box Each 210.06 Tyler 6850 Series, Item 58, 14" Valve Box Extension (Part Only) Each 210.07 Tyler 6860 Series 16" Valve Box Top Section Without Lid (Part Only) Each 210.08 Tyler 6860 Series 26" Valve Box Top Section Without Lid (Part Only) Each 210.09 Total Valve Box Replacement Tyler 6860 Series, 30" Bottom Section Each 210.10 Adjust Standard Manhole < 24" Each 210.11 Adjust Special Manhole > 24" Each • Project Specifications —Page 21 of 47 • • REVISION OF SECTION 210 RESET STRUCTURES 210.12 Adjust Manhole with Ring Each 210.13 Adjust Manhole with Locking Ring 5 24" dia., < 3" height Each 210.14 Adjust Manhole with Locking Ring < 24" dia., > 3" height Each 210.15 Adjust Manhole with Locking Ring > 24" dia, 5 3" height Each 210.16 Adjust Manhole with Locking Ring >24" dia, > 3" height Each The above prices and payments shall include fill compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in adjusting structures, complete -in -place, including non -shrink backfill, concrete, haul and disposal, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications —Page 22 of 47 REVISION OF SECTION 306 RECONDITIONING/ASPHALT RECYCLING is Section 306 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS Subsection 306.02 is revised to include the following: Reconditioning shall consist of scarifying and compacting the top 8" of the entire subgrade. Sufficient water shall be added to meet the density requirements as specified. The subgrade shall be thoroughly mixed and moistened to full depth and compacted as specified in Section 203.07. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.04 foot under asphalt or concrete pavement, or 0.08 foot under aggregate base course. The surface shall be tested prior to application of any base course or pavement. All defective work shall be corrected as directed. The surface shall be satisfactorily maintained until base course or pavement has been placed. Asphalt Recycling shall consist of homogeneously pulverizing and mixing the existing asphalt roadway and underlying base material to a depth as determined by the Engineer. Care shall be taken to insure that the recycling process does not extend into the subgrade material. The resulting mixture shall be pulverized and blended to the satisfaction of the Engineer and meet the following requirements: Minimum Passing 1 %a" 97-100 % Minimum Passing No. 1 Sieve 60-65 % The equipment required for Asphalt Recycling shall be a self-propelled, rotary cross shaft mixing machine with a minimum of 400 horsepower and equipped with carbide -tipped teeth. This machine must be capable of making consecutive passes until the gradation requirement is met. The mixer shall be capable of pulverizing and mixing to a minimum depth of 18". The subcontractor performing Asphalt Recycling must have previous experience in the field of in -place Asphalt Recycling. METHOD OF MEASUREMENT Subsection 306.03 is revised to include the following: The accepted quantities of Reconditioning and in place Asphalt Recycling will be paid for at the contract unit price per square yard. BASIS OF PAYMENT Subsection 306.04 is revised to include the following: Payment will be made under Pay Item Unit 306.01 Subgrade Preparation Square Yard 306.02 Asphalt Recycling (5-12") Bomag and Prep Square Yard The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in Reconditioning and Asphalt Recycling, complete -in -place, including compaction, wetting or drying, and finish grading, as shown on the plans, as specified in these specifications, and as directed by the Engineer. • END OF SECTION Project Specifications —Page 23 of 47 0 REVISION OF SECTION 307 STABILIZED RECYCLED BASE SUBGRADE - CLASS C FLY ASH Section 307 of the Standard Specification is hereby revised as follows: DESCRIPTION Subsection 307.01 is revised to include the following: This item shall consist of treating the subgrade, existing sub -base or existing base, by pulverizing, adding Class C fly ash, and mixing and compacting the mixed material to the required density. This item applies to natural ground or embankment and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. MATERIALS Subsection 307.02 is revised to include the following: Fly Ash - Fly Ash shall meet ASTM C 618 for Class C Fly Ash. Water - The water used in the stabilized mixture shall be potable. CONSTRUCTION REQUIREMENTS Subsection 307.04 is revised to include the following: EQUIPMENT The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. All machinery, tools, and equipment used shall be maintained in a satisfactory and workmanlike manner. Fly ash is furnished in trucks._ Each truck shall have the weight of fly ash recorded on certified scales. CONSTRUCTION METHODS General It is the purpose of this specification to secure a completed course of treated material which contains a uniform fly ash/soil mixture with no loose or segregated areas; has a uniform density and moisture content; is well bound for its full depth; and has a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work; to process a sufficient quantity of material to provide full depth as shown on the plans; to use the proper amounts of fly ash; to maintain the work; and to rework the courses as necessary to meet the above requirements. Preparation of Subgrade Before other construction operations are begun, the subgrade shall be graded, moisture conditioned, and shaped to enable the fly ash treatment of materials in place, in conformance with the lines, grades, and thickness shown on the plans. The subgrade elevation shall anticipate the entire of fly -ash material incorporated into the subgrade. Project Specifications —Page 24 of 47 REVISION OF SECTION 307 STABILIZED RECYCLED BASE SUBGRADE - CLASS C FLY ASH Application The fly ash shall be spread by a method approved by the Engineer at the rates shown on the plans or as directed by the Engineer. Fly ash shall not be applied when wind conditions, in the opinion of the Engineer, are such that blowing fly ash becomes objectionable to traffic or adjacent property owners. During final mixing, the materials shall be sprinkled with water, as directed by the Engineer, until the proper moisture content has been secured. However, initial mixing after the addition of fly ash will be accomplished dry, or with a minimum of water, to prevent fly ash balls. Final moisture content of the mix, prior to compaction, shall not exceed the optimum moisture content of the mix by more than 2%, nor be less than optimum by more than 2%. Should the natural moisture content of the soil be above the specified range, aeration of the soil may be required prior to addition of the fly ash. Mixing The soil and fly ash shall be thoroughly mixed by approved road mixers/recyclers or other approved equipment. The mixing shall continue until, in the opinion of the Engineer, a homogeneous, friable mixture of soil and the mixture should be added after initial mixing. There shall be a 6" overlap between passes to assure a consistent mix. Compaction • Compaction of the mixture shall begin immediately after mixing of the fly ash and shall be completed within 2 hours following addition of water to the fly ash. The material shall be sprinkled as necessary to maintain the optimum moisture. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted to the specified density using a sheepfoot/padfoot roller. • All non -uniform (too wet, too dry, or insufficiently treated) areas which appear shall be corrected immediately by scarifying the areas affected, adding or removing material as required, and reshaping and re -compacting by sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. The stabilized section shall be compacted to the extent necessary to provide the density specified below. DESCRIPTION: , DENSITY For fly ash treated subgrade, existing subbase or existing Not less than 95% maximum dry density base that will receive subsequent subbase or base courses. (ASTM D 698) For fly ash treated base that will receive surface course. Not less than 97% maximum dry density (ASTM D 698) In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests as necessary will be made by the Engineer. If the material fails to meet the density requirements, the Engineer may require it to be reworked as necessary to meet those requirements or require the Contractor to change his construction methods to obtain required density on the next section. Throughout this entire operation the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the plans and to the established lines and grades. Blading should be terminated within 2 hours after blending of the fly ash. Should the material, due to any reason or cause, lose the required stability, density or finish before the next course is placed, or the work is accepted, it shall be reprocessed, re -compacted, and refinished at the sole expense of the Contractor. Reprocessing shall follow the same pattern as the initial stabilization, including the addition of fly ash. 0 Project Specifications —Page 25 of 47 REVISION OF SECTION 307 . STABILIZED RECYCLED BASE SUBGRADE - CLASS C FLY ASH C� Finishing, Curing, and Preparation for Surfacing After the final layer or course of the treated subgrade, subbase or base has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. (a) The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned", or "tight bladed" by a power grader to a depth of approximately 1 /4", removing all loosened stabilized material from the section. Re -compaction of the loose material should not be attempted. The surface shall then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present on the surface of the mixture, one complete coverage of the section with the flat wheel roller shall be made immediately afler the "clipping" operation. When directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense, uniform surface, free of surface compaction planes, is produced. The moisture content of the surface material must be maintained within the specified range during all finishing, and shall proceed in such a manner as to produce, in not more than 2 hours, a smooth, closely knit surface, free of cracks, ridges, or loose material conforming to the crown, grade and line shown on the plans. (b) After the fly ash treated course has been finished as specified herein, the surface shall be protected against rapid drying in a thorough and continuously moist condition by sprinkling for a period of not less than 3 days, or until the surface or subsequent courses are placed. METHOD OF MEASUREMENT Subsection 307.13 is revised to include the following: Fly ash treatment of the subgrade, existing subbase, and existing base shall be measured by the square yard to neat lines as shown on the typical sections. BASIS OF PAYMENT Subsection 307.14 is revised to include the following: Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement' will be paid for as follows: Pay Item Unit 307.10 Class C Fly Ash Delivered and Spread 12" Depth, 12% by Weight — Tilled, Watered, Compacted Square Yard 307.20 Stabilize Subgrade — Tilled & Watered Square Yard "Fly Ash Treated Subgrade" will be paid for at the unit price bid per SY. The unit price bid shall be full compensation for all correction of secondary subgrade; for loosening, mixing, pulverizing, spreading, drying, application of fly ash, and maintaining; for all curing, including all curing water and/or other curing materials; for all manipulations required; and for all hauling and freight involved; for all tools, equipment, labor, and for all materials necessary to complete the work, including fly ash, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications —Page 26 of 47 REVISION OF SECTION 401 PLANT MIX PAVEMENTS Section 401 of the Standard Specifications is hereby revised as follows: MATERIALS The following two paragraphs shall be deleted from Subsection 401.02 (a)(3) "A sufficient quantity of each aggregate for the Department to perform the tests specified in Section 3.2.1 of CP 52." "The Contractor's proposed job mix formula for each hot mix asphalt grading will be tested by the Department utilizing materials actually produced and stockpiled for use on the project." Subsection 401.02 is hereby revised to include the following: Requests made in writing by the Contractor for changes in the job mix formula will be considered by the City Engineer. A job mix formula shall be determined by the Contractor and submitted to the Project Manager for approval a minimum of one week prior to the beginning of construction for each proposed change. The Contractor shall provide a report from an independent testing laboratory acceptable to the Project Manager. The report shall state the Superpave properties, optimum oil content, job mix formula, and recommended mixing and placing temperatures. The costs for all job mix formulas shall be the responsibility of the Contractor. If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement used, the City may charge the Contractor for testing and evaluation of the mix designs, including the costs for calibration. Mix design verification testing shall be the responsibility of the Contractor. A minimum of one verification per mix design or one per 10,000 ton of mix used shall be provided to confirm oil content, gradation, air voids, VMA, and stability. CONSTRUCTION REQUIREMENTS Subsection 401.07 shall include the following: Plant mix pavement shall be placed only on properly prepared unfrozen surfaces which are free of water, snow, and ice. The plant mix pavement shall be placed only when both the air and surface temperatures equal or exceed the temperatures specified in Table 401-3, the dates coincide with Table 401-3A, and the Engineer determines that the weather conditions permit the pavement to be properly placed and compacted. Subsection 401.17 is hereby revised to include the following: All pneumatic tire rollers shall be equipped with rubber skirts. END OF SECTION Project Specifications —Page 27 of 47 REVISION OF SECTION 403 • HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 403.01 is revised to include the following: This work shall consist of placing the specified depth of Hot Mix Asphalt Grading SX, Grading SG, or Grading S, over existing pavement or subgrade or milled surfaces previously prepared by the Contractor or City of Fort Collins Crews, according to the latest edition of the Larimer County Urban Area Street Standards and the Colorado Department of Transportation Design Criteria. MATERIALS Subsection 403.02 is revised to include the following: Laboratory Mix Design - SHRP Mix, Grading S - The mix design shall be prepared by an independent laboratory acceptable to the Engineer and approved for use in the City of Fort Collins. The criterion for the mix design is as follows: Designed according to most recent set of SUPERPAVE Specifications available at the time A request made in writing by the Contractor for changes in the job mix formula or use of warm mix asphalt (WMA) will be considered by the Project Manager. The design mix for Grading S, SX, and SG shall conform to the current Larimer County Urban Area Street Standards and the following: Property Test Method Grading SX Grading S Grading SG Minimum Dry Split Tensile CPL 5109 Strength, kPa (psi) Method B 205 (30) 205 (30) 205 (30) Grade of Asphalt Cement Top Layer PG 64-22 PG 64-22 PG 64-22 Grade of Asphalt Cement Layers Below Top PG 64-22 PG 64-22 PG 64-22 Voids in the Mineral Aggregate (VMA) % minimum CP 48 (a) (a) (a) Voids Filled with Asphalt (a) (a) (a) (VFA) % Al MS-2 (a) Current CDOT Design Criteria (b) Residential 75, Collector 75, Arterial 75 The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of Hot Mix Asphalt (HMA). This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. Project Specifications —Page 28 of 47 SECTION 00530 NOTICE TO PROCEED Description of Work: 7222 Asphalt Overlay — 2013 Renewal To: Martin Marietta Materials Inc This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within (_) calendar days from receipt of this notice as required by the Agreement. • Dated this _day of , 20_ The dates for Substantial Completion and Final Acceptance shall be 20_ and , 20_, respectively. 11 City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE . Receipt of the above Notice to Proceed is hereby acknowledged this day of 20 CONTRACTOR: Martin Marietta Materials Inc By: Title: Section 00530 Page 1 REVISION OF SECTION 403 HOT MIX ASPHALT 40 A maximum of 20% reclaimed, material (RAP) will be allowed for I-IMA Grading SG, S, and SX in both top and bottom lifts. Emulsified Asphalt for tack coat shall be Grade CSS-1h. The tack coat shall consist of a 1:1 dilution (one (1) part emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.2 to 0.3 gallons per square yard with a target residual AC of .12 to .15 or as directed by the Engineer. CONSTRUCTION REQUIREMENTS Subsection 403.03 is revised to include the following: The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. Regardless of the delivery temperature, the mixture shall not be used on the roadway at a temperature lower than 175°F for HMA and 150°F for WMA (Warm mix Asphalt) The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious matter immediately prior to commencing the paving operation. Edges of the area to be patched/widened shall be sawcut vertically, and perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat shall be placed against clean, vertical edges on all sides of the area to be patched. Sawcutting shall be incidental to the patching process. I-IMA grading SX and S shall be placed in equal lifts. The minimum lift thickness shall be one and one half (1 %z") inch (SX) and 2 inches (S).The minimum lift thickness shall be two (2") inches for S Mix. Overlaying layers of HMA shall not be placed until the lower layer has cooled sufficiently to provide a stable material which will support the equipment without rutting, shoving or moving in any manner. A tack coat shall be placed between all lifts. In Locations where curbside patching is being performed prior to a scheduled milling operation, the contractor will leave the patches one to one and a half inches ( 1 to 1 t/2 inches) below the toe of the concrete unless directed otherwise by the Engineer. Leveling: If the surface of the road has irregularities after the milling and/or prep work is completed, the Engineer may require a leveling course to be placed on the surface course prior to the top lift overlay. The contractor shall perform this work just prior to the top lift overlay, unless directed differently by the Engineer. Leveling courses must be tacked prior to the overlay. Speed Humps: All Speed Bumps/Humps shall be installed in accordance with detail drawing 1802 F located in section 3000 Details with the following exceptions.: 1.) The height of the Speed Hump shall be changed from three (3) inches to three and a half(3.5) inches. The new height requirements allow for a tolerance of+/- one half (1/2) inch 2.) The parabolic ramp section is to be changed to a straight slope Project Specifications —Page 29 of 47 REVISION OF SECTION 403 HOT MIX ASPHALT If an existing speed bump requires removal to perform the paving operation, it shall be replaced in accordance with the said detail for a "Speed I -lump". The contractor shall contact the Engineer to confirm the layout and location prior to installation. METHOD OF MEASUREMENT Subsection 403.04 shall include the following: Hot Mix Asphalt (HMA) SX, S, and SG, will be measured by the ton and paid for at the Contract Unit Price for Hot Mix Asphalt. Haul, bituminous materials, aggregate, asphalt cement, asphalt recycling agent, additives, hydrated lime, saw cutting and all other work necessary to complete each I lot Mix Asphalt item will not be paid for separately but shall be included in the unit price bid. Also see Section 109, Measurement and Payment. Load slips/tickets shall be consecutively numbered for each day and shall include batch time and weights. Leveling courses are to be measured by the ton and paid for by the line items 403.12 (HMA Leveling I to 100 Tons), 403.13 (HMA Leveling 101 tons to 250 Tons), and 403.14 (JIMA Leveling 250 Tons and Greater). The total amount of tonnage used for the Leveling course shall be paid for by the corresponding line item. For Example: If the total tonnage of Leveling performed amounts to 205 Tons, the entire 205 Tons shall be paid for by line item 403.13 HMA Leveling 101 to 250 Tons. BASIS OF PAYMENT . Subsection 403.05 is revised to include the following: Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement' will be paid for as follows: Pa Ite Unit 403.01 HMA Grading SX - Parking Lot Overlay Ton 403.03 HMA Grading SX Ton 403.04 HMA Grading S, 64 - 28 Modified Binder Ton 403.05 I-IMA Grading S, 64 - 22 Binder Ton 403.06 I-IMA Grading SG Ton 403.10 HMA - Grading SX, 58-28 Binder (20% RAP) Ton 403.11 HMA - Grading S, 58-28 Binder (20% RAP) Ton 403.12 I-IMA Leveling 1 to 100 Tons Ton 403.13 HMA Leveling 101 to 250 Tons Ton 403.14 HMA Leveling 250 and Greater Tons Ton 403.15 HMA — Speed 1-lumps Square Yard The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, temporary access ramps, and incidentals, and for doing all the work involved in Hot Mix Asphalt, including compaction, rolling, haul, surface preparation, and bituminous materials, complete in -place, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications —Page 30 of 47 REVISION OF SECTION 403 HOT MIX ASPHALT - PATCHING Section 403 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 403.01 is revised to include the following: This work shall consist of excavating pavement areas to the specified depth, preparing the subgrade, and placing Hot Mix Asphalt in accordance with these specifications, and in reasonably close conformity with the lines, grades, thickness and typical cross sections shown on the plans or established. MATERIALS Subsection 403.02 is revised to include the following: The materials shall conform to the requirements of Revision of Section 403 - Hot Mix Asphalt found herein. CONSTRUCTION REQUIREMENTS Subsection 403.03 is revised to include the following: Patching will be accomplished in the following manner: A straight vertical cut shall be made through the pavement to provide a square or rectangular opening, such that each edge of the finished patch will be parallel or at right angles to the direction of traffic. Wheel cutting shall not be allowed. All patches placed in pavement not to be overlaid shall be saw cut. If, in the opinion of the Engineer, the subgrade material for the patch is unsuitable, it shall be removed to the limits and depths designated. If asphalt is to be placed in the extra depth, the Contract Unit Price for Patching shall be used for measurement and payment. If the deepened section is to be filled with Borrow, the excavation will be measured and paid for under Revision of Section 203 - Excavation and the material paid for under the appropriate item found herein. The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. After the excavation has been completed, the Contractor shall prepare the subgrade by utilizing a vibratory plate, roller, or other compaction device approved by the Engineer. After the area to be patched is prepared, the Contractor shall place an emulsified asphalt tack coat vertically on all pavement cut surfaces and on the lip of exposed gutter and crosspan faces that abut these paving areas. Patching HMA Grading S-75 shall be used for all patching unless otherwise directed by the Engineer. All patching under 403.8 is to be performed with S mix and placed in 2 even bottom lifts not to exceed a four (4) inch thickness. The patch should be left two (2) inches below the final grade. Once compacted, the surface course material shall be Hot Mix Asphalt Grading S for appropriate residential, collector, and arterial streets. Pavement areas to be replaced adjacent to concrete repairs shall be patched as soon as schedule permits. Project Specifications —Page 31 of 47 REVISION OF SECTION 403 HOT MIX ASPHALT - PATCHING METHOD OF MEASUREMENT Subsection 403.04 is revised to include the following: All patching will be measured and paid for at the Contract Unit Price per ton based on the asphalt paving tickets. All hand patching shall be performed using the S-Mix hand patching line item 403.07. The HMA SG 75 mix patching Item will be only used only as directed by the Engineer in special circumstances. Pavement cutting, excavation, subgrade preparation, haul, disposal, and bituminous materials will not be measured or paid for separately, but shall be included in the contract price for Patching or Arterial Patching. Load slips/tickets shall be consecutively numbered for each day and shall include the batch time and weights. BASIS OF PAYMENT Subsection 403.05 is revised to include the following: Work performed and materials famished as prescribed by this item and measured as provided under "Measurement' will be paid for as follows: Pay Item Unit 403.07 HMA SG 75 Hand Patching >10" Remove & Replace Ton • 403.08 HMA S 75 Hand Patching - Remove & Replace Ton 403.09 HMA Paver Patching - Remove & Replace Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Patching, including pavement cutting, excavation, haul, disposal, surface preparation and bituminous materials, complete -in -place, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications —Page 32 of 47 REVISION OF SECTION 420 GEOTEXTILE PAVING FABRIC Section 420 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 420.01 is revised to include the following: This work shall consist of placing Geotextile Paving Fabric as manufactured by Phillips Fibers Corporation, Hoechst Fibers Industries, Amoco Fabrics Company, or an approved equal in designated areas in substantial compliance with the plans, specifications and as directed by the Engineer. This work shall also include the placing of G1asGrid® 8511 or an approved equal in compliance with the plans, specifications, and as directed by the Engineer. This work will also include the placement of Trupave© or an approved equal as directed by the Engineer. MATERIALS Subsection 420.02 is revised to include the following: Geotextile Paving Fabric described in line item 420.01 shall be a non -woven, needle -punched pavement reinforcing fabric which conforms to the following properties: Grab Strength, either direction, minimum (ASTM D-4632) 90 Ibs Elongation, either direction, minimum (ASTM D-4632) 50 percent Burst Strength, minimum (ASTM D-3786) 185 PSI Weight, minimum 3.6 oz./sq. yd. • Asphalt Retention, minimum (TF25 #8) 0.2 gal./sq. yd. Melting Point, minimum (ASTM D-276) 300' Fahrenheit The tack coat to be applied to the road surface and/or to the Geotextile Paving Fabric shall meet the following requirements: Asphalt Cement PG64-22 Emulsified and/or Cutback Asphalt shall not be used as tack coat for Geotextile Paving Fabric. Line items 420.02, 420.03, and 420.04 shall be the material GlasGrid® or an approved equal chosen by the direction of the Engineer Line Items 420.05, 420.06, and 420.07 shall be the material Trupave® or an approved equal chosen by the direction of the Engineer CONSTRUCTION REQUIREMENTS Subsection 420.03 is revised to include the following: Surface preparation: The pavement to be repaired shall be cleaned and free of dirt, dust, water and vegetation. Cracks shall be cleaned and filled in accordance with "Revision of Section 403, Crack Sealing" of these Specifications. If the crack filling materials contain volatiles, adequate curing time must be allowed prior to placement of the fabric. The pavement must be cleared of all sharp or angular protrusions. While installing GlasGrid® the asphalt surface temperature must be between 5°C (40°F) and 60°C (140°F). On Project Specifications —Page 33 of 47 REVISION OF SECTION 420 . GEOTEXTILE PAVING FABRIC asphalt surfaces less than 24 hours old, the surface temperature must be between 5°C (40°F) and 46°C (I 10°F). GlasGrid© and TruPaveO must be placed on a smooth asphalt surface, either existing pavement or a leveled surface that has cooled to at least 100 ° F or less. If a tack coat is specified, it may be applied before or after the installation of GlasGrid,® depending on site conditions. Tack must be completely cured prior to paving. Application of Tack Coat: The tack coat shall be applied at a rate in accordance with the manufacturer's specifications (approximately 0.25 gal./sq. yd). The use of.25 gal/SY is subject to change based on the condition of the roadway at the direction of the Engineer. Application must be performed by a distributor. Temperature of the tack coat must be sufficiently high to permit a uniform spray pattern. The asphalt temperature shall be between 275°F and 375°F. Subsection 420.04 is revised to include the following: Geotextile Paving Fabric Placement: The Geotextile Paving Fabric shall be placed into the tack coat with a minimum of wrinkles. If Geotextile Paving Fabric folds greater than one inch (1 ") occur, the Geotextile Paving Fabric shall be slit and allowed to lie flat. Additional tack coat shall be placed as required to insure fabric bonding. If Geotextile Paving Fabric is placed adjacent to patched sections of roadway, the fabric shall overlap said patched section a minimum of 12 inches. All joints shall overlap adjacent fabric approximately 2-6 inches Transverse joints of the Geotextile Paving Fabric shall be shingled in the direction of the paving to prevent edge pickup by the paver. Additional tack coat shall be uniformly applied to the joints and overlaps to insure bonding. Burning or torching of PGM-G Composite Paving Grids to remove wrinkles or folds shall never be done. It shall be the Contractors responsibility to maintain the Geotextile Paving Fabric until the overlay is complete. If the Geotextile Paving Fabric begins to be picked up, the Contractor shall immediately broadcast sand or hot mix asphalt over the area or "skin" the Geotextile Paving Fabric with I -lot Mix Asphalt SC Type I or 2. Excess sand or hot mix shall be removed before paving. Sand used for this purpose will not be measured and paid for separately under the terms of this contract. I -lot Mix Asphalt (SC Type 1 or 2) used for this purpose will be measured and paid for at their respective contract unit prices per ton. Geotextile Paving Fabric shall be clean, dry and sufficiently bonded to the tack coat prior to commencing the paving operations. Paving operations shall be completed the same day as the Geotextile Paving Fabric placement. METHOD OF MEASUREMENT Subsection 420.09 is revised to include the following: Geotextile Paving Fabric will be measured by the square yard of surface area covered, complete in place, including surface preparation and PG64-22 tack coat. G1asGrid® or an approved equal will be measured and paid for by the square yard of surface area covered, complete in place, including preparation and strait AC PG 64-22 tack coat. Although the line items 420.02-420.04 show a graduated rate of quantities vs. payment, the quantity measured for the entire installation shall be paid by the corresponding line item. Project Specifications —Page 34 of 47 REVISION OF SECTION 420 GEOTEXTILE PAVING FABRIC • For Example: Ifthe total area applied with GlasGridO was measured at 850 SY, all 850 SY shall be paid for by line item 420.03 — GlasGrid #8511 — 501 to 1500 SY. Trupave® or an approved equal will be measured and paid for by the square yard of surface area covered, complete in place, including preparation and PG64-22 tack coat. Although the line items 420.05-420.07 show a graduated rate of quantities vs. payment, the quantity measured for the entire installation shall be paid by the corresponding line item as shown in the above example. BASIS OF PAYMENT Subsection 420.10 is revised to include the following: The accepted quantities of Geotextile Paving Fabric will be paid for at the contract unit price per square yard complete -in -place, including surface preparation and PG64-22 tack coat. GlasGrid® or an approved equal will be measured and paid for by the square yard of surface area covered, complete in place, including preparation and PG64-22 tack coat. The SY quantity of material used shall determine under which line item the material shall be paid. Less than 500SY shall be paid for under line item 420.02. More than 500SY and less than 1500 SY shall be paid for under line item 420.03. Any quantities measured that are 1500 SY or greater shall be paid for under line item 420.04. Trupave® or an approved equal will be measured and paid for by the square yard of surface area covered, complete in place, including preparation and PG64-22 tack coat. The SY quantity of material used shall determine under which line item the material shall be paid. Less than 500SY shall be paid for under line item 420.02. More than 500SY and less than 1500 SY shall be paid for under line item 420.03. Any quantities measured that are 1500 SY or greater shall be paid for under line item 420.04. 46 Payment will be made under: Pay Item Pay Unit 420.01 Geotextile Paving Fabric Square Yard 420.02 GlasGrid® #8511 - 50 to 500 Square Yard 420.03 GlasGrid® #8511 - 501 to 1500 Square Yard 420.04 GlasGrid® #8511 - 1501 and Greater Square Yard 420.05 TruPave® Fabric 50 to 500 Square Yard 420.06 TruPave® Fabric 501-1500 Square Yard 420.07 TruPave® Fabric 1501 and Greater Square Yard The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing tack coat and Paving Fabric, including haul and bituminous materials, complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION • Project Specifications —Page 35 of 47 REVISION OF SECTION 627 . PAVEMENT MARKING Sub -section 627 shall include the following: DESCRIPTION This work shall consist of furnishing, installing, and removing temporary pavement marking in accordance with the latest revision of the Fort Collins Traffic Operations Manual, City of Fort Collins Work Area Traffic Control Handbook, Latimer County Urban Area Street Standards (LCUASS), Colorado Department of Transportation, and Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD) and in conformity to the lines, dimensions, patterns, locations, and details shown on the plans or established by the Engineer. CONSTRUCTION REQUIREMENTS Subsection 627.03 shall be amended to include the following: Permanent pavement markings shall be installed by the City of Fort Collins. Temporary pavement markings/delineation of lanes may include temporary tape, tabs, or vertical panels as required by the Engineer and shall be installed by the Contractor. PAVEMENT MARKINGS/DELINEATION OF LANES Sub -section 627.10 shall be amended to include the following: City crews shall install permanent pavement striping. Typically, City crews may also install temporary striping as directed by the Engineer. When City crews can not install temporary striping, the Engineer may request that the Contractor install temporary striping or maintain traffic control devices until such time that the City crew can install striping. Temporary pavement markings/delineation of lanes shall be suitable foruse on asphalt or Portland cement pavements, shall be installed on roadways that will be opened to traffic prior to permanent stripping by the City, and shall conform as follows: 1. The surface to which the tape is applied shall be clean, dry, and free of dirt, oils, and grease. The tape/tab/vertical panels shall be pressed down immediately after application until it adheres properly and conforms to the surface. 2. All roads shall have temporary pavement markings before they are opened to traffic unless City Crews have been scheduled to install permanent pavement markings prior to opening the road to traffic. 3 Markings applied to the final road surface shall not leave scars that conflict with permanent markings. 4. Temporary markings shall be installed in such a way that the markings adequately follow the desired alignment. 5. Temporary pavement marking tape/delineation/vertical panels shall be required for all lane lines a. Lane lines shall be "tapped" intermittently with a 2' long by 4" wide reflective temporary strip at fifty (50') foot intervals. b. Stop bars shall be "tapped" to a minimum width of 12". Stop bars shall NOT be required at signalized intersections. Contractor may be required to provide additional signage (i.e. Stop Sign Ahead, Stop Here On Red, etc.); `Stop Here On Red" signs shall be required at signalized intersections. c. It is the Contractor's responsibility to notify the Engineer prior to completion of work to allow Project Specifications —Page 36 of 47 REVISION OF SECTION 627 PAVEMENT MARKING scheduling of the permanent pavement markings to be installed by City crews. 6. Removable pavement markings shall be installed in accordance with the manufacture's recommendations and maintained by the Contractor until permanent pavement markings are installed by City crews. 7. Temporary edge lines are not typically required unless there is no existing gutter or required by the Engineer. 8. All tape shall be removed by the Contractor after permanent markings have been completed by the City. 9. 1t is the Contractor's responsibility to maintain the temporary markings, at the Contractor's expense, until the permanent pavement marking is installed by City crews. BASIS OF PAYMENT Subsection 627.13 is revised to include the following: All costs for installing and removing temporary stripping shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work and no measurement or payment shall be made separately for the installation, removal, and maintenance of temporary stripping including as specified in these specifications, and as directed by the Engineer. END OF SECTION 0 0 Project Specifications —Page 37 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 630.01 shall be amended to include the following: This work shall consist of furnishing, installing, moving, maintaining, and removing temporary construction traffic control devices, including but not limited to signs, advance warning arrow panels, variable message boards, barricades, channelizing devices, and delineators as required by the latest revisions of the City of Fort Collins "Work Area Traffic Control Handbook," the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the Larimer County Urban Area Street Standards (LCUASS), and the Colorado Department of Transportation Road and Bridge Standard Specifications (CDOT). In !ke event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. MATERIALS Subsection 630.02 shall be amended to include the following: All traffic control devices shall meet or exceed the required minimum standards. Traffic control devices shall be clean and in good operating condition when delivered and shall be maintained on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed out information, information written in long -hand, etc.) Sign blanks with sign faces on both sides must have the back sign face covered when in use to avoid confusion to • motorists and bicyclists traveling in the opposite direction and residents potentially affected by information the sign may present. 0 CONSTRUCTION REQUIREMENTS Subsection 630.10 shall be amended to include the following: The Contractor shall be responsible for ensuring safe passage through lite work zone for vehicles, pedestrians, and bicycles. The City of Fort Collins shall not be responsible for any loss or damage to equipment due to theft or vandalism or for any damages to public or private property caused by the Contractor's construction activities. Private or public property which is damaged by the Contractor's installation, equipment, or employees will be the sole responsibility of the Contractor. The Contractor may be required to use Variable Message Boards to advise road users about upcoming work on arterial streets as required by Traffic Operations through the approved traffic control plan. When required, the Engineer will issue direction for the number of boards, general locations for placement, and message verbiage. The typical quantity of Variable Message Boards shall be: Six (6) on Arterial streets, four (4) on Collector streets, none on Residential streets, or as directed by the City Traffic Department. Variable Message Boards shall be placed a minimum of 5 working days prior to the project. For full closures on Arterials and Collectors, Variable Message Boards shall remain in place until completion of the project. For lane closures on Arterials and Collectors, message boards shall remain in place for two days after starting work. Fully automated variable message boards shall be installed and operate continuously for the duration of the Work on Arterials and Collectors. See Method of Measurement contained herein. Project Specifications —Page 38 of 47 11 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 11 is REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Two-way traffic shall be maintained at all times unless approved by the Engineer. Lane width shall be maintained at a minimum of ten (10') feet. The Contractor will provide 24 hour miniuunn notice to the City of Fort Collins Traffic Department when construction operations will be near a signalized intersection. TRAFFIC CONTROL PLAN - GENERAL Hand drawn plans shall NOT be accepted. Notification of residents and businesses shall be the responsibility of the Contractor, Contractor Representative, TCS or TCS Representative and shall consist of distributing letters indicating the nature of the work to be completed, any special instructions to the residents (i.e. limits on lawn watering during concrete placement, etc.), dates and times of the work, and parking and access restrictions that will apply. Sample letters shall be provided by the Engineer. Sample notifications shall be submitted to the Engineer for review prior to starting the project. Notification letters or door hangers shall include a local phone number which residents with questions may use to contact the Contractor and a link to the City of Fort Collins Street Department web site where citizens may find additional information and project updates at "www.fcaov.com/streets". Only approved notifications shall be distributed a minimum of48 hours prior to the commencement of each phase of the Work. Traffic Control Plans shall be submitted for approval prior to commencement of any work. Traffic control conditions vary significantly in the field and the Contractor is responsible for submitting traffic control plans for each work location. Minimum traffic control requirements for Arterial, Collector, and Residential streets are contained herein. Devices temporarily not in use shall be removed from the area. Moving shall include devices removed from the • project and later returned to use. Devices maybe temporarily placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists, and vehicles, as approved by the Engineer. Traffic control devices shall be removed from the site immediately apon completion of the work for any street(s). In the event there is a safety issue, the Engineer may issue a "Stop Work Order" until the issue(s) is corrected. The Contractor shall not be entitled to any additional compensation for delays associated with the "Stop Work Order". Approved traffic control plans shall be available on site at all times. See Revision of Section 104. TRAFFIC CONTROL PLAN - PROJECT Traffic control plans shall be submitted for all work locations prior to commencement of any work. Plans shall be submitted along with the City of Fort Collins Traffic Approval Forms. Traffic control plans shall be prepared by a Traffic Control Supervisor certified by the American Traffic Safety Services Association (ATSSA) or a Worksite Traffic Control Supervisor certified by the Colorado Contractor's Association (CCA). Hand drawn plansshall NOT be accepted. Typical Traffic Control Plans for work within the right-of-way shall be submitted for approval to the Engineer as follows: Typical submittals for scheduled residential work shall be submitted by 8:00 a.m. two (2) working daysprior to commencement of the work. Typical submittals for residential work scheduled on Monday and Tuesday shall be submitted the previous Friday by 8:00 a.m. Submittals for full closures on residential streets shall be submitted one five (5) working days prior to the is of work. Project Specifications —Page 39 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Submittals for full closures on arterial and collector streets shall be submitted ten (I0) working days prior to the commencement of work. All plans shall be delivered to the Engineer, 625 Ninth Street, Fort Collins. Facsimiles of plans shall not be accepted. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work. See Revision of Sections 104 and 105. A Traffic Control Plan shall be submitted for each Arterial and each Collector street scheduled for work. Each residential area shall have one typical Traffic Control Plan submitted for the area. When changes to the Area Traffic Control Plan(s) are required, a re -submittal for the area shall be provided for approval. For required closures in a residential (i.e., closure for a crosspan repair) a separate submittal from the Area Traffic Control Plan shall be provided. The Traffic Control Plan shall include, as a minimum, the following: A traffic control Approval Form shall be submitted with each traffic control plan. The Approval Form shall be legibly written and filled out completely. 2. A detailed diagram which shows the location of all sign placement-, including advance construction signs (if not previously approved) and speed limit signs; method, length and time duration for lane closures, and location of flag persons. 3. A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panels; vertical panels with lights; Type I, Type II, and Type III barricades; cones; drum channelizing devices; advance warning flashing or sequencing arrow panels. Certain traffic control devices may be used for more than one operation or phase. However, all devices 10 required for any particular phase must be detailed and tabulated for each phase. 0 4. Number of flaggers to be used. Flagger stations shall be located where approaching motorists, bicyclists, and pedestrians shall have sufficient distance to safely stop at the specified location. 5. Parking Restrictions to be in effect. 6. Detailed pedestrian and bicycle movement. 7. All applicable notes (i.e., sign spacing, taper length and posted speed limit, pedestrian routes, etc.) Approval of the proposed method of handling traffic does not relieve the Contractor of liability specifically assigned under this contract. Project Specifications —Page 40 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL FIGURE 630-1 TYPICAL TRAFFIC CONTROL PLAN OWNER TRAFFIC' CONTROL CONTRACTOR COMPANY CANTACT NAME -- DATE PHONE # TCS CERT# SHEET# 2- ROAD WORKAHEAD 2 -:LEFT LANE CLOSED AHEAD 2. TRANSITION(L) 40 - 28' TRAFFIC CONES TYPICAL LEFT LANE Project Specifications —Page 41 of 47 NOT DRAWN TO SCALE r-I 0 0 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL FIGURE 630-1 TYPICAL TRAFFIC CONTROL PLAN OWNER NOT DRAWN TO SCALE 6 ; quo s womc., r`de: . t�ra 1414, BU 2-ROAD WORK AHEAD 2 - ONE LANE ROAD AHEAD .2-FLAGGER AHEAD 20= 28'TRAFFIC CONES CONTRACTOR TRAFFIC CONTROL 'COMPANY CANTACT NAME DATE PHONE# 7CS CETtT if SHEETN COLLECTOR STREETS - Shall include Flagging Personnel required for the road classification, control of cross traffic, and the Contractor's daily work activities in addition to the minimum signage required by the specifications. Approved Variable Message Boards may be required for collector streets and shall be paid for separately under "Variable Message Board". "Advance Warning Arrow Boards" or `Additional Flagging Personnel" maybe requested bythe Engineer and shall be paid for separately under "Advance Warning Arrow Boards" or "Additional Flagging Personnel". FIGURE 630-3 TYPICAL RESIDENTIAL TRAFFIC CONTROL PLAN Project Specifications —Page 42 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL ., - OWNER RESIDENTIAL STREETS -Shall include Flagging Personnel required for the road classification, control of cross traffic, and the Contractor's daily work activities in addition to the minimum signage required by the specifications. Approved Variable Message Boards shall not be required for residential streets. TRAFFIC CONTROL MANAGEMENT Subsection 630.11 shall be revised as follows: The Contractor shall designate an individual, other than the Superintendent, to be the Traffic Control Supervisor. Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic Control Supervisor or a current Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. Proof of certification for all personnel assigned to the project(s) shall be provided to the City Traffic Department and the Engineer. The Traffic Control Supervisor shall have approved traffic control plans for the work site and current copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the MUTCD, pertaining to traffic control for street and highway construction, available on site at all times. Project Specifications —Page 43 of 47 REVISION OF SECTION 630 • CONSTRUCTION ZONE TRAFFIC CONTROL The TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted to the Engineer for approval a minimum offive (5) working days prior to commencement ofthe work. The TCS shall be required to be on site at all tines during construction. It is the intent of the specifications that the TCS be the same throughout the year. The TCS shall be equipped with a cellular phone. Traffic Control Management shall be maintained on a 24 hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be available on every working day, "on call" at all times, and available upon request of the Engineer during non -working hours. A 24 hour telephone number shall be provided to the Engineer. Outside of construction hours, the response time from the Engineers' contact shall be 30 minutes or less and correction of the issue(s) shall be one (1) hour or less. If, in the opinion of the Engineer, any traffic control individual does not perform their duties at or to the minimum industry standard, the Contractor will be required to replace that individual. TCS duties shall include, but are not limited to: 1. Supervise and direct project flaggers. 2. Prepare, revise, and submit Traffic Control Plans as required. 3. Coordinate all traffic control related operations, including those of the Subcontractor and supplier. 4. Coordinate project activities with appropriate police and fire control agencies, Transfort, school districts and other affected agencies and parties prior to construction. 5. Notify residents and businesses at least 48 hours prior to construction. a. Notifications maybe accomplished by a representative of the TCS such as a flagger and shall be hand typed and hand delivered to all businesses and residents. 6. Inspect traffic control devices on a calendar day basis for the duration ofthe project to ensure devices are functioning properly and are clean and legible. 7. Oversee all requirements covered by the plans and specifications which contribute to the convenience, safety, and orderly movement of traffic. 8. Break flaggers for short periods of no more than fifteen (15) minutes over a sixty (60) minute period. 9. Set up and removal of traffic control device. 10. Maintain a project traffic control diary which shall become part of the City's project records. This diary/log shall be submitted to the Engineer daily and shall include the following information as a minimum 0 a. Date. b. The time of traffic control inspections. c. Project description and location. d. Traffic Control Supervisor's name. e. Types and quantities of traffic control devices used per approved WIT. f. List of flaggers used, including start time, stop time and number of flagging hour breaks. g. Traffic control problems (traffic accidents; damaged, missing or dirty devices, etc.) and corrective action taken. The Engineer reserves the right to request traffic control personnel be replaced when, in the opinion ofthe Engineer, the minimum industry standards for performing duties are not being met on site. Project Specifications —Page 44 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL • METHOD OF MEASUREMENT Subsection 630.15 shall be amended to include the following: Line item 630.04 "night work upcharge" shall be measured by the number of nights work is performed after normal working hours, typically extending from 9pm to 5am of the said working day. It is a one-time charge, meant to cover the costs of lighting stations, additional work site protection and safety requirements, asphalt plant costs, and the allocation of resources required for work at night. If streets are added or deleted from Section 02500, quantity estimate, Traffic Control payment shall be increased or deleted based on the unit cost percentage listed on the bid schedule per item 630.01 for the work performed. The Adjusted Contract Price shall equal the original contract price less items 630.01, 630.02, 630.03. Traffic control shall be paid based on the monthly cost of the total actual work performed using the aforementioned traffic control cost percentage. The total cost of the work for the month shall be multiplied by the established percentage and shall be added to the monthly pay application. Additions or deletions to the Work specified in Section 02500, "Quantity Estimate" Traffic Control quantities shall be paid under Change Order. "Construction Zone Traffic Control" shall include the cost for all traffic control necessary to allow the Contractor to complete the Work on the corresponding streets as shown in Sections 02500, Quantity Estimate and Section 03500, Maps, as required herein, as referenced in Figure 630-1 Typical Traffic Control Plan, and as directed by the Engineer. The price shall include devices, personnel, and all related equipment, and for doing all Traffic Control work, unless noted herein. "Additional Variable Message Boards" shall be measured and paid per day per each only when requested by the S Engineer for special circumstances not already included under another item. "Additional Flagging" shall be measured and paid per hour only when requested by the Engineer for special circumstances not already included under another item. Hours of non -flagging work in excess of those authorized shall not be measured and paid for separately but shall be at the Contractor's expense. Flagging shall follow the current MUTCD standards and shall be included in the percentage price provided under line item 630.01. The quantity of flaggers shall be determined by the classification of the roadway (Arterial, Collector, and Residential) and the Contractors' flagging needs based on the work being performed. Flaggers shall be provided with hand signs such as Stop/Slow paddles and electronic communication devices when required. Flagging equipment and devices shall not be measured and paid for separately but shall be included in the cost of the work under the corresponding street classification including personnel break times. Batteries, electricity, fuel for lighting or warning devices, sand bags, fencing, and caution tape shall not be measured and paid for separately and shall be considered a subsidiary obligation in conjunction with the Work. Flagging outside of construction work hours and flagging stand by time shall not be measured and paid for separately unless authorized in writing by the Engineer. All costs associated with Traffic Control Plan review shall not be measured or paid for separately, but shall be considered incidental to the Work including review and re -submittal fees. The City may deduct from compensation due the Contractor S10.00 per day for each traffic control device not removed from the site immediately upon completion of the work or as directed by the Engineer. 0 Project Specifications —Page 45 of 47 REVISION OF SECTION 630 10 CONSTRUCTION ZONE TRAFFIC CONTROL The Contractor may provide larger construction traffic signs than those typically used in accordance with the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD as approved by the Engineer, however, no payment shall be made for the additional panel size. Business signs, Neighborhood Traffic Only signs and detour placard street names are not considered Specialty Signs and shall not be measured or paid for separately but shall be included in the cost of the Work under the corresponding street classification. "The City of Fort Collins Master Street Plan" map depicting the street classifications (Arterial, Collector, Residential) can be found at the following link: http://ci does.fcyov.conil?dt=Master+Street+Plan+Map&dn=GIS+MAPS&vid=192&emd=showdt BASIS OF PAYMENT Subsection 630.16 shall be amended to include the following: Payment shall be made under: Pav Item Unit 630.01 Construction Zone Traffic Control Percent 630.02 Additional Variable Message Board Per Each Per Day 630.03 Additional Flagging Hour 630.04 Night Work up -charge Per Night The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in setup/removal/modification, notifications and delivery for Construction Zone Traffic Control including vehicles, phones, sandbags, hand signs, break times, as shown on the plans, as specified in these specifications, and as directed by the Engineer. SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE ENGINEER IN WRITING. NOTE: FULL CLOSURES ON ARTERIAL AND COLLECTOR STREETS SFIALL BE ALLOWED UNDER EXTREME CIRCUMSTANCES AND ONLY UPON APPROVAL OF TFIE ENGINEER. PLANS SHALL BE APPROVED A MINIMUM OF TWO (2) WEEKS PRIOR TO THE COMMENCEMENT OF WORK AND/OR THE TIME REQUIRED TO ADEQUATELY NOTIFY THE PUBLIC THROUGH THE MEDIA. NOTE: CONSTRUCTION OR REPAIR WORK WILL NOT BE PERMITTED AT OR IN THE VICINITY OF A SIGNALIZED INTERSECTION OR ANY ARTERIAL AND COLLECTOR STREETS THAT HAVE MAJOR TRAFFIC VOLUMES BETWEEN THE HOURS OF 7:00 A.M. TO 8:30 A.M OR 3:30 P.M TO 6:30 P.M. (EXCEPT IN THE CASE OF AN EMERGENCY). EXCEPTIONS MAY BE MADE FOR CONSTRUCTION OR REPAIR WORK ON ARTERIAL AND COLLECTOR STREETS BETWEEN THE HOURS OF 7:00 A.M. TO 6: P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, WHEN ALL EQUIPMENT, LABOR, TRAFFIC CONTROL DEVICES, AND CONSTRUCTION ARE NOT IN THE VICINITY OF AN . INTERSECTION. THE ENGINEER SHALL AUTHORIZE SUCH WORK AND SPECIFY THE REQUIRED DISTANCE FROM THE INTERSECTION. Project Specifications —Page 46 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL • NOTE: TIME RESTRICTIONS ON S.H. 287 AND HWY 17 (COLLEGE AVENUE AND MULBERRY STREET EAST OF LEMAY) SHALL TYPICALLY BE RESTRICTED FROM 9:00 A.M TO 3:00 P.M. NOTE: CONSTRUCTION HOURS, EXCEPT FOR EMERGENCIES SHALL BE LIMITED TO 7:00 A.M. TO 6:00 P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, UNLESS OTHERWISE AUTHORIZED IN WRITING BY THE ENGINEER. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: FULL CLOSURES ON ALL RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE TRAFFIC CONTROL PLANS. END OF SECTION 0 • Project Specifications —Page 47 of 47 SECTION 02500 QUANTITY ESTIMATE This work shall consist of asphalt patching, asphalt overlays, surface grinding and preparation, geotextile paving fabric, and manhole and valve box adjustments on designated streets in the City of Fort Collins. Specific locations are described herein; however, additional quantities are included in the Bid Schedule for locations not yet identified at the time of the bid. All quantities stipulated in the Bid Schedule at unit prices are approximate and are to be used only as a basis. for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of payment shall be the actual amount of materials furnished and Work completed. Contractor agrees that he/she will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of Work actually performed and materials actually furnished and the estimated amount in these documents. • 4 SECTION 00610 PERFORMANCE BOND Bond No. 016053119 KNOW ALL MEN BY THESE PRESENTS: that Martin Marietta Materials Inc (address) 10170 Church Ranch Way #201, Westminster, CO 80021 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and (Firm) Liberty Mutual Insurance Company (Address) 175 Berkeley Street, Boston, MA 02116 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 Four Million Two Hundred and Four Thousand Ninety-four Dollars and Ninety-six Cents ($4.204.094.68) 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 28th day of March, 2013, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project,7222 Asphalt Overlay — 2013 Renewal. 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. Rev10/20/07 Section 00610 Page SECTION 03000 DETAILS Rock Sock (RS) Straw Bale Filter Gravel Filter Speed Hump SC-5 D23 D24, D25 City of Fort Collins Drawing attached r� 11 0 0 • • Rock Sock (RS) SC-5 Description A rock sock is constructed of gravel that has been wrapped by wire mesh or a geotextile to form an elongated cylindrical filter. Rock socks are typically used either as a perimeter control or as part of inlet protection. When placed at angles in the curb line, rock socks are typically referred to as curb socks. Rock socks are intended to trap sediment from stormwater runoff that flows onto roadways as a result of construction activities. Appropriate Uses Rock socks can be used at the perimeter of a disturbed area to control localized Photograph RS-1. Rock socks placed at regular intervals in a curb., line can help reduce sediment loading to storm sewer inlets. Rock socks can also be used as perimeter controls. sediment loading. A benefit of rock socks as opposed to other perimeter controls is that they do not have to be trenched or staked into the ground; therefore, they are often used on roadway construction projects where paved surfaces are present. Use rock socks in inlet protection applications when the construction of a roadway is substantially complete and the roadway has been directly connected to a receiving storm system. Design and Installation When rock socks are used as perimeter controls, the maximum recommended tributary drainage area per 100 lineal feet of rock socks is approximately 0.25 acres with disturbed slope length of up to 150 feet and a tributary slope gradient no steeper than 3:1. A rock sock design detail and notes are provided in Detail RS-1. Also see the Inlet Protection Fact Sheet for design and installation guidance when rock socks are used for inlet protection and in the curb line. When placed in the gutter adjacent to a curb, rock socks should protrude no more than two feet from the curb in order for traffic to pass safely. If located in a high traffic area, place construction markers to alert drivers and street maintenance workers of their presence. Maintenance and Removal Rock socks are susceptible to displacement and breaking due to vehicle traffic. Inspect rock socks for damage and repair or replace as necessary. Remove sediment by sweeping or vacuuming as needed to maintain the functionality of the BMP, typically when sediment has accumulated behind the rock sock to one-half of the sock's height. Once upstream stabilization is complete, rock socks and accumulated sediment should be removed and properly disposed. Rock Sock Functions; -- Erosion Control No Sediment Control Yes Site/Material Management I No November 2010 Urban Drainage and Flood Control District Urban Storm Drainage Criteria Manual Volume 3 RS-I November 2010 Urban Drainage and Flood Control District Urban Storm Drainage Criteria Manual Volume 3 RS-I SC-5 Rock Sock (RS) RS VC (MINUS) CRUSHED ROCK ENCLOSED IN WIRE MESH Ih" (MINUS) CRUSHED ROCK ENCLOSED IN WIRE MESH WIRE TIE ENDS I - -_ -j 1 4" TO 6" MAX AT 0" ON BEDROCK OR GROUND SURFACE CURBS, OTHERWISE HARD SURFACE, 2" 6"-10" DEPENDING IN SOIL ON EXPECTED SEDIMENT LOADS ROCK SOCK SECTION ROCK SOCK PLAN ANY GAP AT JOINT SHALL BE FILLED WITH AN ADEQUATE AMOUNT OF IX' (MINUS) CRUSHED ROCK AND WRAPPED WITH ADDITIONAL WIRE MESH SECURED TO ENDS OF ROCK ROCK SOCK, REINFORCED SOCK. AS AN ALTERNATIVE TO FILLING JOINTS TYP BETWEEN ADJOINING ROCK SOCKS WITH CRUSHED ROCK AND 12" 12" ADDITIONAL WIRE WRAPPING, ROCK SOCKS CAN BE OVERLAPPED (TYPICALLY 12-INCH OVERLAP) TO AVOID GAPS. ROCK SOCK JOINTING ROCK SOCK INSTALLATION NOTES 1. SEE PLAN VIEW FOR: -LOCATIONS) OF ROCK SOCKS. GRADATION TABLE SIEVE SIZE MASS PERCENT PASSING SQUARE MESH SIEVES NO. 4 2 100 1Yz,. 90 - 100 i" 20 - 55 3/4" 0 - 15 v" 0 - 5 MATCHES SPECIFICATIONS FOR NO. 4 COARSE AGGREGATE FOR CONCRETE PER AASHTO M43. ALL ROCK SHALL BE FRACTURED FACE. ALL SIDES. 2. CRUSHED ROCK SHALL BE Uf" (MINUS) IN SIZE WITH A FRACTURED FACE (ALL SIDES) AND SHALL COMPLY WITH GRADATION SHOWN ON THIS SHEET (1J5" MINUS). 3. WIRE MESH SHALL BE FABRICATED OF 10 GAGE POULTRY MESH, OR EQUIVALENT, WITH A MAXIMUM OPENING OF Y2% RECOMMENDED MINIMUM ROLL WIDTH OF 48" 4. WIRE MESH SHALL BE SECURED USING `HOG RINGS" OR WIRE TIES AT 6" CENTERS ALONG ALL JOINTS AND AT 2" CENTERS ON ENDS OF SOCKS. 5. SOME MUNICIPALITIES MAY ALLOW THE USE OF FILTER FABRIC AS AN ALTERNATIVE TO WIRE MESH FOR THE ROCK ENCLOSURE. RS-1. ROCK SOCK PERIMETER CONTROL RS-2 Urban Drainage and Flood Control District November 2010 Urban Storm Drainage Criteria Manual Volume 3 a 0 0 Rock Sock (RS) SC-5 ROCK SOCK MAINTENANCE NOTES 1. INSPECT BMPs EACH WORKDAY, AND MAINTAIN THEM IN EFFECTIVE OPERATING CONDITION. MAINTENANCE OF BMPs SHOULD BE PROACTIVE, NOT REACTIVE. INSPECT BMPS AS SOON AS POSSIBLE (AND ALWAYS WITHIN 24 HOURS) FOLLOWING A STORM THAT CAUSES SURFACE EROSION, AND PERFORM NECESSARY MAINTENANCE. 2. FREQUENT OBSERVATIONS AND MAINTENANCE ARE NECESSARY TO MAINTAIN BMPs IN EFFECTIVE OPERATING CONDITION. INSPECTIONS AND CORRECTIVE MEASURES SHOULD BE DOCUMENTED THOROUGHLY. 3. WHERE BMPs HAVE FAILED, REPAIR OR REPLACEMENT SHOULD BE INITIATED UPON DISCOVERY OF THE FAILURE. 4. ROCK SOCKS SHALL BE REPLACED IF THEY BECOME HEAVILY SOILED, OR DAMAGED BEYOND REPAIR. 5. SEDIMENT ACCUMULATED UPSTREAM OF ROCK SOCKS SHALL BE REMOVED AS NEEDED TO MAINTAIN FUNCTIONALITY OF THE BMP, TYPICALLY WHEN DEPTH OF ACCUMULATED SEDIMENTS IS APPROXIMATELY )¢ OF THE HEIGHT OF THE ROCK SOCK. 6. ROCK SOCKS ARE TO REMAIN IN PLACE UNTIL THE UPSTREAM DISTURBED AREA IS STABILIZED AND APPROVED BY THE LOCAL JURISDICTION. 7. WHEN ROCK SOCKS ARE REMOVED, ALL DISTURBED AREAS SHALL BE COVERED WITH TOPSOIL, SEEDED AND MULCHED OR OTHERWISE STABILIZED AS APPROVED BY LOCAL JURISDICTION. (DETAIL ADAPTED FROM TOWN OF PARKER, COLORADO AND GTY OF AURORA, COLORADO, NOT AVAILABLE W I4ITOCAO) • NOTE, MANY JURISDICTIONS HAVE BMP DETAILS THAT VARY FROM UDFCD STANDARD DETAILS. CONSULT WITH LOCAL JURISDICTIONS AS TO WHICH DETAIL SHOULD BE USED WHEN DIFFERENCES ARE NOTED. • NOTE: THE DETAILS INCLUDED WITH THIS FACT SHEET SHOW COMMONLY USED, CONVENTIONAL METHODS OF ROCK SOCK INSTALLATION IN THE DENVER METROPOLITAN AREA. THERE ARE MANY OTHER SIMILAR PROPRIETARY PRODUCTS ON THE MARKET. UDFCD NEITHER NOORSES NOR DISCOURAGES USE OF PROPRIETARY PROTECTION PRODUCTS: HOWEVER, IN THE EVENT PROPRIETARY METHODS ARE USED, THE APPROPRIATE DETAIL FROM THE MANUFACTURER MUST BE INCLUDED IN THE SWMP AND THE BMP MUST BE INSTALLED AND MAINTAINED AS SHOWN IN THE MANUFACTURER'S DETAILS. November 2010 Urban Drainage and Flood Control District RS-3 Urban Storm Drainage Criteria Manual Volume 3 Area InfeE with Grate — 0 0 o C c = aril c O C Straw Balas Staked with 2 Stakes Per Bale 0 0 o e a c F O C G� O A O a O O O O PLAN VIEW Stake rTwine Runoff � '''� f'j ° ' compacted Soil i i b V •.• Filtered VWatzr� SECTION A —A General Notes: 1. Wedge loose straw between the staked bales. 2. Inspect and repair filters after each storm event. Remove sediment when one half of the filter depth has been filled. Removed sediment shall be deposited in an area tributary to a sediment basin or other filtering measure. 3. Sediment shall be removed immediately from traveled way of roads. FIGURE 6.2 AREA INLET FILTER STRAW BALES CITY OF.FORT COLLINS, COLORADO STORMWATER UTILITY DATE: REVISIONS: D-23 0 0 • Wi re Screen — (Apprcx. /:L 1Mesl-) Greve; FAer 31ock Gravel Filter Overflow r Cor,creb2 Block r—J r— Wi re Screen Runof^ IG'O G Gravel Filter - • ��* � tluSw ean� � WrM,,.lp y '1 PA N rm�9tl�' Fi ltamd Wye r SECTION A -A General Notes: 1. Inspect and repair filters after each storm event. Remove sediment when one half of the filter depth has been filled. Removed sediment shall be deposited in an area - tributary to a sediment basin or other filtering measures. 2. Sediment and gravel shall be immediately removed from traveled way of roads. FIGUM 6.3 AREA INLET FILTER GRAVEL CITY OF FORT COLLINS, COLORADO STORMWATER UTILITY AFC -COVED BY: DATE: REVISIONS D-2� PAGE 32 - Cik.POroX. ;-2- fYleSh,' . PLAN VIEW Ofoc.K Cverrlow --� Ritera4i WAer Runo{Tr.c` ti%lire SCr22n --� a s'� 2- X . Wcod S Od5 I j�Cur'-v ;nlex SFK ION A -A General Notes: l CURB INLET FILTER t. Inspect and repair filters after each storm event. Remove sediment when GRAVEL one half of the fitter depth has been filled. Removed sediment shall be de- CITY OF -FORT COLLINSr COLORADO posited in an area tributary to a sedi- STORMINATER UTILITY merit basin or other filtering measure. APFROVED BY: 2. Sediment and gravel snail be immecia;ely IDA-E: removed from traveled way of roads. REVISIONS: D-25 F?GURF. 6.4 i N CL O = Umeh L d NCL ONM � N N C� Curb and Gutter Taper rl co 8 d Q CD ` ^ W F ........................T ....._._... _..._,...ro.,._,.....,._. _.......... ...........,,...,..,.,.. ........................... o� LL 0 .0 a> C a7 J 0 o �I y as el ja;lnC pue qmC o> _N N N SECTION 03500 . PROJECT MAPS INDEX (in alphabetical order) Deery (overlay and patching) Dunbar (overlay and patching) E Stuart (patching only) Indian Hills (patching only) JFK (patch and overlay) Laporte Ave (Reconstruct) Martinez (patch and overlay Mason (patch and overlay) McClelland (Reconstruct) Mulberry (Reconstruct, Overlay, and patching) Saint Wain (overlay and patching) Shanandoah (patching and overlay) Skyview (overlay and patching) W Prospect (Patch and Inlay) Ziegler (overlay and patching) 0 0 No Text t s 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 _4tday of April , 20_U. IN PRESENCE OF: Todd Crump. Insurance Manager ,(Corporate S6al) IN PRESENCE OF: By: Principal - Martin Marietta Materials, Inc. Byron Creech, Assistant Treasurer (Title) 2710 Wycliff Rd. Raleigh. NC 27607 (Address) Other Partners IN PRESENCE OF: Surety -` Liberty �Mutual Insurance Company By:�/'kj �XC�KJJ� Jmyswa Re eca L. ome—>�as, Att�act Todd Crump. Insurance Manager By: 4309 Emperor Blvd. Ste. 300, Durham, NC 27703 (Address) (Surety Sealy NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. Rev 10/20/07 Section 00610 Page 2 City of N Flirt Collins Martin Marietta Materials - 2013 SMP Program w E Streets S � � Q DDT � 287 a a o Deery, 0�i o fl Skyview LLL111 LLL111 /� — �UI'�I/j � V ❑ o a ❑a go n y n y �E @ �� O �o❑� g c� 000 Shenandoah d d 0 � Q V Q�LOo q O a arpe_n er Ka ❑C/ o O � a 0 3 � - - c w O U N 0 0.35 0.7 1.4 Miles /F�ort of ` Streets Martin Marietta Materials - 2013 SMP Program RE �E nru__�]� W Harmony Rd M N W+ E s JFK CJ I 0.3 0.6 1.2 Miles F�ort Collins ` Streets Martin Marietta Materials - 2013 SMP Program 0 0.15 0.3 0.6 Miles N W + E N Fort Collins W r E Martin Marietta Materials - 2013 SMP Program Streets rog S .. rvv Laurel of u - - r,.° It Laurei °c a L \VI I� � IainDr astda o Old E Plum St D > ;� '.�.U❑E Ej M HU) c> 0 Locust Slo -� 900 L� oI�=t o m lil St� E _. Ave Universit Ave ` No�oa o I�FO ° Garfield St m m 0 l:� B Garfield Sy m Edwards ^St I kin i In E Pitkin St `m -- a� E w E t Bucke a St m°e yProspect=❑ cai°o a eka EE rospect _ ° ��� > c ez r E StU8f1C aL ro[ I it Wain r I IN 1U I Indian. Hills a it d� aim m Tulane Dr rn r 33 m m m > an w d town ve —0m er It t E N � A ° � r �^ 287 0 wens Princeton Rd c d n ra a 0 0.15 0.3 0.6 Miles I I I I I I Fort CollinStreetss Martin Marietta Materials - 2013 SMP Program 0 0.15 0.3 0.6 Miles N W+ E City of N F, 6rt Collins Martin Marietta Materials - 2013 SMP Program w E Streets • S e t J estone t c pca o e N l enos a 3° v e U m oce ie ds one t ey0 Cuc eras a � 0 _ e � N e B ownstone t a one r o Coc eto a t ° s one lac s c 3 ...- .. U E Horseooth - -- wi, O m m neope y U c m e on o i i o'c Ziegler 1 o %aF W ate C ¢ o o m o oc a e c y m , Bison Rd //�� m oc u r a ie n U 3 uo r ° e urn r nburst e � c � o 0 in a one even r esa er e SrOn e 1 0 jo one ate r w uns one rf�� n _ a e raan on e U a oc N a ° 3 ran eton PI v e a �. Hidden Pond Dr a \ea o JC e `o z �e 0 a tole ounce ree ve � a 0 0.125 0.25 0.5 Miles No Text City of N Fit Collins Martin Marietta Materials - 2013 SMP Program w E Streets • S C::� I 287 G U a ° Deery O 0� Skyview D o� El a g n y a o > o0 Shenandoah Ozi a oD � Q � a c� Q arpen er cl D 1 N 3 m rn - c N p U U 0 0.35 0.7 1.4 Miles F�ortCollinsStreets ` Martin Marietta Materials - 2013 SMP Program 0 0.15 0.3 0.6 Miles N W+E /'Fort of Streets Ian �aao 0 Martin Marietta Materials - 2013 SMP Program j� D vj!r,j 0 . /l M M N W+ E S LJGj JFK 4q 0 0.3 0.6 1.2 Miles I 1 I I 1 I I t SECTION 00615 PAYMENT BOND Bond No. 016053119 KNOW ALL MEN BY THESE PRESENTS: that Martin Marietta Materials Inc (address) 10170 Church Ranch Way #201, Westminster, CO 80021 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and (Firm) Liberty Mutual Insurance Company (Address) 175 Berkeley Street, Boston, MA 02116 hereinafter referred to as 'the Surety", are held and firmly bound unto the City of Fort Collins. 300 Laporte Ave., Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Four Million Two Hundred and Four Thousand Ninety-four Dollars and Ninety-six Cents ($4.204.094.68) 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 28th day of March, 2013, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 7222 Asphalt Overlay — 2013 Renewal. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. nev10/20107 Section 00615 Page 1 City of N Fort Collins WE Martin Marietta Materials - 2013 SMP Program 0 0.15 0.3 0.6 Miles Fort ColliStreelsns Martin Marietta Materials - 2013 SMP Program 0 0.15 0.3 . 0.6 Miles N W+E Fort ColliStreetsns 1- Martin Marietta Materials - 2013 SMP Program N W + E S • 0 0.125 0.25 0.5 Miles SECTION 04000 EROSION CONTROL AND INLET PROTECTION INDEX OF EVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP) New Construction Activities for Municipalities 1 of 2 Street, Curb, and Gutter Replacement and Construction 1 of 3 Street, Curb, and Gutter Maintenance 1 of 3 Spill Prevention and Response 1 of 4 Utility and Storm Sewer System Maintenance 1 of 4 Utility and Storm Sewer System Replacement and Construction 1 of 3 Power Washing 1 of 2 Vehicle Fueling 1 to 3 Outdoor Fleet Maintenance 1 of 4 Heavy Equipment and Vehicle Maintenance 1 of 4 E j New Construction Activities for For More Information Name Municipalities Address City, State Description Phone This fact sheet covers new construction activities disturbing less e-mail than one acre not subject to a CDPS Construction permit. New E construction includes, but is not limited to buildings, structures, Possible Pollutants capital improvements, roadways, and recreational components Sediment such as trails, restrooms, and other structures. Procedures Chemicals provided are general in nature and can be applied to any scale Organics or type of municipal construction. Trash When services are contracted, this written procedure should be Good Housekeeping provided to the contractor so they have the proper operational Waste Management procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, Employee/Contractor Training state, and federal codes, laws, and regulations. Proper Cleanup and Disposal Procedures Procedures Related Procedures Obtain all applicable federal, state, and local permits for Heavy Equipment and Vehicle construction projects. Maintenance, ■ The Colorado Stormwater Construction General Parks and Open Space permit applies to construction sites disturbing one Maintenance _ acre or more, or less than one acre but part of a larger Spill Prevention and Response common plan of development. Street, Curb, and Gutter Replacement and A larger common plan of development is defined as Construction a contiguous area where multiple separate and Utilities and Storm Sewer distinct construction activities may be taking place at System Replacement and different times on different schedules under one Construction plan. Vehicle Fueling ■ A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USAGE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. Applicable sediment and erosion controls may be installed, such as inlet protection, silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking control. Sediment and erosion controls will be • Page 1 of 2 installed and maintained in accordance with approved design criteria and/or industry standards. Material stockpiles will not be stored in stormwater flow lines. Temporary sediment control will be used during temporary, short-term placement while work is actively occurring. • Where feasible, grading activities should be scheduled during dry weather. • Best management practices will be periodically inspected and maintained as necessary. • Waste containment for concrete washout, masonry, paint, trash and other potential pollutants will be available when these activities are being conducted. • Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response. Employee Training • Train applicable employees who perform new construction activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform new construction activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References City of Centennial SOP: New Construction SOP, August 2007. Mesa County, Municipal Operations and Maintenance Program, July 2005. 0 Page 2 of 2 For More Information Name Address City, State 1 Phone , e-mail Possible Pollutants Fine-grained sediment, Organics Oil - Saw -cut slurry Trash Good Housekeeping Dumpster/Waste Management Employee/Contractor Training Proper cleanup and disposal procedures Dry cleaning methods Related Procedures Spill Prevention and Response Street, Curb, and Gutter Replacement and Construction Description Procedures involving the replacement and construction of streets, curbs, and gutters have the potential to impact stormwater quality. Materials involved in these activities should be used efficiently and disposed of properly. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures General Obtain all applicable federal, state, and local permits for construction projects. Street Sweeping The Colorado Stormwater Construction Street Sweeper Cleaning and General permit applies to construction sites Waste disturbing one acre or more, or less than one Street, Curb and Gutter acre but part of a larger common plan of Maintenance development. ■ A larger common plan of development is defined as a contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules under one plan. • A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. Page 1 of 3 0 • Applicable sediment and erosion controls maybe installed, such as inlet protection, silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking control. Sediment and erosion controls will be installed and maintained in accordance with approved design criteria and/or industry standards. When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry, sweep it up, and properly dispose of the sweepings or vacuum while saw cutting. • Do not perform concrete or asphalt paving work during wet conditions whenever possible. • Monitor construction equipment for leaks and use drip pans as necessary. • Leaking material containers should be properly discarded and replaced. • Store materials in containers under cover when not in use and away from any storm drain inlet. • Wash out mixers, delivery trucks, or other equipment in the designated concrete washout area only. • Locate concrete washout, portable toilets, and material storage away from storm drain inlets. • Material stockpiles will not be stored in stormwater flow lines. Temporary . sediment control will be used during temporary, short-term placement while work is actively occurring. 0 Sweep or vacuum the roadway as needed, during construction and once construction is complete. • Best management practices will be periodically inspected and maintained as necessary. • Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response procedures. • Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response. Bridge Construction • Do not transfer or load any materials directly over waterways. • Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips might be spilled into a waterway. Concrete Work • Minimize the drift of chemical cure on windy days by using the curing compound sparingly and applying it close to the concrete surface. Ensure there is a concrete truck washout area available or require the contractor to wash out at the batch plant. • Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste. Asphalt Work Control the placement of road base or asphalt used in embankments or shoulder backing; do not allow these materials to fall into any storm drain or watercourses. Whenever possible, recycle asphalt. If recycling is not possible, dispose of as solid waste. Painting and Striping If possible, schedule painting and striping projects during dry weather. Use thermoplastic or epoxy markings in place of paint whenever feasible. Use care to prevent splashing or spilling of any liquid material. Follow the Spill Prevention and Response procedure should a spill occur. Employee Training • Train applicable employees who perform street, curb, and gutter construction on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform street, curb, and gutter construction. 0 Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date. City of Centennial, Department of Public Works: Asphalt Program, No Date. PACE, Stormwater Best Management Practices: Street Maintenance, No Date. Optional Additional Resources Concrete truck washout BMP specifications. Gravel road maintenance procedures. • 0 For More Information Name Address City, State Phone e-mail Possible Pollutants Fine-grained sediment _ Organics Oil Saw -cut slurry Trash Good Housekeeping Dumpster/Waste Management Employee/Contractor Training Proper cleanup and disposal procedures Dry cleaning methods Related Procedures Spill Prevention and Response Street Sweeping Street Sweeper Cleaning and Waste Street, Curb, and Gutter Maintenance I Description Street, curb, and gutter activities include concrete and asphalt installation, maintenance, repair, and replacement; bridge maintenance; and painting and j striping. Procedures involving the maintenance of aj streets, curbs, and gutters have the potential to impact stormwater quality. Materials involved in these activities should be used efficiently and disposed of properly. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures General • Protect storm drain inlets and drains with curb socks, rock berms, inlet protection, or drain covers/mats prior to any maintenance activity. • When saw cutting ensure that no slurry enters the storm drain, let the slurry dry, sweep it up, and properly dispose of the sweepings. • Do not perform concrete or asphalt patch work during wet conditions whenever possible. • Leaking material containers should be properly discarded and replaced. • Store materials in containers under cover when not in use and away from any storm drain inlet. • Monitor equipment for leaks and use drip pans as necessary. • Sweep or vacuum the roadway once maintenance activities are complete. t f 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 4thday of April , 2013. IN PRESENCE OF: Todd Crump. Insurance Manager (Corporate Seal) "IN -PRESENCE OF: Y IN PRESENCE OF: Principal - Martin Marietta Materials, Inc. By:�(�/I Byron Creech, Assistant Treasurer (Title) 2710 Wvcliff Rd. Raleigh, NC 27607 (Address) Other Partners Surety `-1Liberty Mutual Insurance Company By. Rebeca L. Gomez Porms, omey ToddTodd Cnimr�urance Manager By: 4309 Emperor Blvd. Durham. NC 27703 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. IfCONTRACTOR is Partnership, all partners should execute Bond. Rev 10/20ro7 Section 00615 Page 2 Bridge Maintenance Do not transfer or load any materials directly over waterways. Secure lids and caps on all containers when on bridges. Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips might be spilled into a waterway. Concrete Maintenance • Minimize the drift of chemical cure on windy days by using the curing compound sparingly and applying it close to the concrete surface. • Ensure there is a concrete truck washout area available or require the contractor to wash out at the batch plant. • Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste. Asphalt Maintenance • Sweep to minimize sand and gravel from new asphalt from getting into storm drains, streets, and creeks. • Do not allow asphaltic concrete grindings, pieces, or chunks used in embankments or shoulder backing to enter any storm drain or watercourses. Apply temporary perimeter controls. Install silt fence until the structure is stabilized or permanent controls are in place. . • Whenever possible, recycle broken asphalt. If impossible, dispose of as solid waste. Drainage inlet structures shall be covered with inlet protection during application of seal coat, tack coat, slurry seal, and/or fog seal. Painting and Striping • If possible, schedule painting and striping projects during dry weather. • Use thermoplastic or epoxy markings in place of paint whenever feasible. • The pre -heater for thermoplastic striping and the melting tanks used during pavement marking must be filled carefully to prevent splashing or spilling of materials. Leave 6 inches at the top of pre -heater and the melting tanks to allow room for material to move and splash when vehicles are deadheaded. Employee Training Train applicable employees who perform street, curb, and gutter maintenance on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform street, curb, and gutter maintenance. Records The following records could be used to document activities performed: • • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date. City of Centennial, Department of Public Works: Asphalt Program, No Date. PACE, Stormzoater Best Management Practices: Street Maintenance, No Date. Optional Additional Resources Concrete truck washout BMP specifications. Gravel road maintenance procedures. CI Is For More Information Name Address City, State Phone e-mail Possible Pollutants Chemicals Toxics Oil Paint Fuel Good Housekeeping Waste Management Employee/Contractor Training proper cleanup and disposal procedures Related Procedures Fertilizer, Pesticide, and Herbicide Application Heavy Equipment and Vehicle Maintenance _ Material Storage Materials Management Outdoor Vehicle Maintenance Vehicle Fueling Spill Prevention and Response Description Due to the type of work and the materials involved, many activities that occur either at a municipal facility or as part of municipal operations have the potential for accidental spills. Some municipal facilities operate under Spill Prevention Control and Countermeasures (SPCC) plans that include procedures for spill response. Proper spill response planning and preparation enables employees and contractors to effectively respond to problems and minimize the discharge of pollutants to the storm sewer system. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures Spill Prevention Keep work areas neat and well organized. Maintain a Material Safety Data Sheet (MSDS) for each hazardous chemical. Follow the Outdoor Material Storage procedures. Provide tight fitting lids for all containers. Keep containers clearly labeled. Labels should provide name and type of substance, stock number, expiration date, health hazards, handling suggestions, and first aid information. Store containers, drums, and bags away from direct traffic routes to prevent accidental spills. Inspect storage containers regularly for signs of leaking or deterioration. Replace or repair leaking storage containers. Use care to avoid spills when transferring materials from one container to another. Page 1 of 4 Use powered equipment or get assistance when moving materials to and from a storage area. Use care to prevent puncturing containers with the equipment. Do not wash down or hose down any outdoor work areas or trash/waste container storage areas except where wash water is captured and discharged into the sanitary sewer (if approved). Conduct periodic inspections to ensure that materials and equipment are being handled, disposed/recycled, and stored correctly. Provide adequate spill kits or lockers with sufficient equipment and supplies necessary for each work area where the potential for spills or leaks exists. Inspect each spill kit or locker regularly and after each spill response. Replace any spent supplies or repair any equipment that is worn or not suitable for service. Stock adequate personal protective equipment. Spill Response Safety Consider safety at all times. Anticipate and avoid all likely hazards. Never approach, contact, or sample an unknown substance. If a highly toxic or flammable substance is discovered, staff should leave the immediate area and contact the appropriate identified response authority, such as the fire department. If there is any question about a substance, contact the appropriate identified response authority or other designated representative. Procedures Stop the leading edge of the spill. Block or divert the spill to avoid discharge to the storm sewer system and to minimize the area requiring cleanup. Determine the source of the spill and stop the spill at its source by closing a valve, plugging a leak, or setting a container upright. Transfer material from a damaged container. Identify the material and volume spilled. Contact the appropriate identified response authority or other designated representative if you cannot identify the material and its properties. • Refer to the MSDS to determine appropriate personal protective equipment, such as gloves and safety glasses and appropriate cleanup methods. • Clean up spills immediately to prevent spreading of wastes by wind, rain, and vehicle traffic and potential safety hazards. • Use sand absorbents or socks, pillows, or pads to quickly capture spilled liquid and properly dispose of all clean-up materials.. Use dry clean-up methods only. • Complete all necessary reports. 0 • Spill Reporting • A spill of any chemical, oil, petroleum product, or sewage that enters waters of the state of Colorado (that include surface water, ground water, and dry gullies and storm sewers leading to surface water) must be reported immediately to the Colorado Department of Public Health and Environment. • Release of a substance into a storm drain, or onto a parking lot or roadway as part of a storm sewer leading to surface water, is reportable. However, if the material can be contained and cleaned within the storm sewer system to the degree that a subsequent flow in the storm sewer will not flush the substance to waters of the State, it may not need to be reported. • Contact the appropriate identified response authority within the municipality or other designated representative and be prepared to provide details needed to report the spill to the necessary agencies. • Detailed spill reporting guidance can be found at http:/ /www.cdphe.state.co.us/op/wgcc/Resources/Guidance/si2i�uidance.12df and htW://www.cdphe.state.co.us/hm/sl2illsandreleases.htnt Employee Training • Train applicable employees who perform spill prevention and response on this . written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform spill prevention and response activities. Records The following records could be used to document activities performed: • Records of any major spills and the action taken. • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Good Housekeeping, No Date. Cihj of Centennial, Department of Public Works: Materials Management, No Date. City of Centennial, Department of Public Works: Spill Prevention and Control, No Date. City of Golden, Storniwater Quality Pollution Prevention Guide for Municipal Operations: Parks Department Golf Course, January 2004. City of Lafayette, Spill Clean Up, No Date. Colorado Department of Public Health and Environment, Environmental Spill Reporting, January 2009. Page 3 of 4 • Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. USEPA Menu of BMP: Spill Response and Prevention, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed July 5, 2009. 0 For More Information Utility and Storm Sewer Name Address ( System Maintenance City, State Phone Description This procedure addresses utility and storm sewer system e-mail i maintenance. Utilities include power, sanitary sewer, Possible Pollutants ! i water conveyance systems, and the storm sewer system. Sediment Power includes electrical and gas utilities. Maintenance Nutrients of power may require excavation and reinstallation of Metals lines including open cut trenching or directional boring Hydrocarbons in landscaped areas or street right of way. Electrical and j Trash gas line maintenance ensures services are provided to Gbod Housekeeping businesses and households without interruption. Waste Management The sanitary sewer system is cleaned as part of routine maintenance and on an emergency basis. Without Employee/Contractor Training proper maintenance, sanitary sewer back-ups and Proper. Cleanup and Disposal overflows may occur and can result in potential property Procedures damage and significant health concerns if not properly Related Procedures managed. Heavy Equipment and Vehicle Water conveyance systems are flushed and pressure Maintenance tested as part of routine maintenance. Potable water Parks and Open Space Maintenance'- systems must be properly maintained to ensure delivery of water that meets State and Federal health standards. Spill Prevention and Response Failures result in water main breaks that can cause Street, Curb, and Gutter property damage including erosion. Replacement and Construction The storm sewer system is cleaned as part of routine Utilities and Storm Sewer maintenance and on an emergency basis in the event of System Replacement and flooding. Maintenance will remove pollutants and Construction ensure the system functions properly to avoid flooding. Vehicle Fueling Flooding, ponding, and uncontrolled sheet flow can result in property damage and increased soil erosion. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Page 1 of 4 0 Procedures General • Conduct routine inspection and maintenance on utility and storm sewer systems. • Where feasible, schedule maintenance activities during dry weather. • Monitor the jet/vacuum truck closely for leaks and use a drip pan as needed. • Wash and fuel the jet/vacuum truck per the Heavy quil2ment/Vehicle Maintenance procedure. • Properly dispose of vac truck contents. • Stay alert for any signs of illicit discharges. This includes "dry weather" flows or pipes or hoses emptying directly into waterways or the storm sewer system. • Report any suspicious discharges or dumping to your supervisor. Electrical and Gas Utility Maintenance To prevent sediment, mud and particles generated by power utility maintenance from entering the stormwater system implement inlet protection, perimeter control, street sweeping, vehicle tracking control, stockpile management and material management BMPs. Restore landscaped or hardscaped areas promptly. Potable Water Line Flushing Remove any debris from the gutter that could wash away with the water. If possible, sweep the flow line before flushing the line. • Direct the water so that it is not flowing over exposed soil areas in order to minimize erosion. Water Line Breaks • Contain spoils by building berms or installing rock socks around the area of disturbance. • Dewater the excavation by using a vac truck. • Discharge high chlorine water to the sanitary sewer via the nearest manhole, to a water truck, through a dechlorinating diffuser, or other method of dechlorination. • Remove sediment from the street, curb, gutter and storm inlets as needed immediately following the repair. • Where needed, install a temporary patch or repave as soon as practicable following the repair. • If necessary, revegetate areas as soon as practicable following the repair. Sanitary Sewer Backup • Clear line stoppage to prevent backup into house basements and manhole overflows. Page 2 of 4 Contain overflows by using emergency generator, pump and/or a vac truck to intercept flows. It may be necessary to construct additional containment. Clean up spills by washing and vacuuming the affected areas. Lime may need to be applied for disinfection of affected areas. Lime must be removed once disinfection is complete. Storm Sewer System Pipes, Catch Basins, Inlet and Outlet Structures, and Culverts Clean storm sewer system by manual cleaning or jetting the pipes,using a jet/vacuum truck to remove the material. Do not temporarily store collected storm system cleaning debris adjacent to any surface water, storm drain inlet, or drainageway. • Storm sewer system maintenance wastes may be either non -hazardous or hazardous. Solid non -hazardous waste may be disposed in a sanitary landfill or recycled. Liquid non -hazardous waste must be evaporated before disposing of it into the landfill or discharged to the sanitary sewer system with the approval of the local wastewater treatment plant. Hazardous waste, as defined under Colorado Hazardous Waste Regulations (6 CCR 1007-3), must be transported and disposed of at a permitted disposal or treatment facility. • Replace or maintain "no dumping' stencils or plaques as necessary. • Remove trash from trash racks and grated openings. Detention and Retention Ponds Inspect the outlet works and remove trash or vegetation from the trash racks and grates. Inspect side slopes of the pond for erosion and reestablish vegetation as needed. Remove and service fountains and aerator motors as recommended. • Report any suspected water quality problems such as a change in growth or appearance of vegetation. • Report excessive sediment accumulation, standing water beyond the designed drain down time or damage requiring additional maintenance. Drainageways Drainageways include drainage channels, ditches, grass swales, and washes. • Inspect drainageways for erosion and repair if necessary. • Remove and properly dispose of trash and debris from the drainageways. Remove sediment which could impede flow in drainageways. Leave an unmown buffer when mowing adjacent to drainageways to filter pollutants. Do not leave grass clippings in or next to the drainageway. Do not apply landscape chemicals in the buffer area. • 0 Page 3 of 4 0 Employee Training • Train applicable employees who perform utility and storm sewer system activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform utility and storm sewer system activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Detention Pond Maintenance SOP, August 2007. City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007. City of Centennial SOP: Drainageway Maintenance SOP, August 2007. City of Golden Stornrtoater Drainage Maintenance Plan, February 2008. • City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008. City of Greeley, Department of Public Works: Ditch Progrcun, No Date. Is City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009. City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. Optional Additional Resources Municipal codes and ordinances that relate to utility or storm sewer system maintenance. Inspection and maintenance frequency plan for the storm sewer system. Specific instructions on how to operate applicable equipment. Instructions on how to track the amount of debris collected. Treated Water Discharge Plans for potable water maintenance. Page 4 of 4 • • CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00300 Bid Form 00300-1 - 00300-3 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 GENERAL REQUIREMENTS INDEX 01010 Summary of Work General Requirements 1-2 01040 Coordination General Requirements 3-4 01310 Construction Schedules General Requirements 5-6 01330 Survey Data General Requirements 7 01340 Shop Drawings General Requirements 8-10 01410 Testing General Requirements 11-12 01510 Temporary Utilities General Requirements 13 01560 Temporary Controls General Requirements 14-15 01700 Contract Closeout General Requirements 16 01800 Method of Measurement and Basis of Payment General Requirements 17 SPECIFICATIONS 02000 Project Specifications 02500 Quantity Estimate 03000 Details 03500 Index & Maps 4000 Erosion Control & Inlet Protection Rev 10/20/07 Section 00020 Page 1 ''--THIS-POWER OF ATTORNEY"IS`NOT VALID UNLESSAT;IS PRINTED ON RED'BACKGROUND s �` s_, 5378524 This Power of Attorney limits the acts of those namedreinau he,'and they, have no thordy,to bind the Company except in the manner _ and to the extent herein stated; ��ff w= �✓-,i • - '� 1,��✓-�� f� Certificate.No - _`�w� AmerlcanfrteandCasualtyCompany LlberlyMutual Insurance Company _ The Ohio Casualiyinsurance Company Peerless Insurance Company_- w�^� - WestAmen�uranceCompany^s �..% %��-�-.v-'vr�-�- POWER OFi4TTORNEY-�-%�-v,r-�-;�-�J�� -.✓J� -� KNOWN ACL PERSONS BY_THESE PRESENTS TtiatAmencan F`ire & Casualty;Company_and The Ohio Casualty Insurance Company are corporations duty organized under the laws of� s v the State.of.Ohw=,that liberty. Mutual Insurance:Compaoy`s acorporation duty orgamzed undeir.the laws of the State of Massachusetts that Peerless Insurance Company is a corppomUon� ty organized:"under thelaws of,me Stateof.New Hampshire and WestAinertcen InsuranceCompany is a"66ri ratwn.duty organized under,6e laws of the State.oflndiana.(heremi `- �. �'cellecu ely;cal eed 1he;Companies") pursuant to and by authonry herein set foNi does hereby name consfitute'and appoint,-ev_ROH CREECH rood GRUMP REBEca L2 Gomez P -- -� ., :.-� i-..-� %vim ✓�✓v��N.�.✓�vw .v` �✓v.��G -w`.-- .,^✓^.�....`.C. ........ ........ _ .............................- - .. ..................... - ::. .... _ .....^. - , l '✓ a l of the city.Of ^—�-Ra Etc J-�-"', � ✓ ^ � ��' N� .ti- ti^`��.� ^✓ state of HORrn cARouNA each mdiwdualty.if there be more than named, its We and lawful attomeym fact to make execte useal -acknowledges;; wand deliver,.for,and onits, behalf as surety and as its act and deed any and all undertakmgsabonds recogniunces ind other surety.otihgaGons .in pursuance oEtAese presents and shall r:��asbinding upon �theomp`an%sa�fN,ey,tiae;tieeriduvsignedbythepresidentandattti Nesr�taryoft"Compa`lrittieirpoper.personw ����, " ^✓-v�-.✓'..-. .-. ..-l6tha.slam= � ^rJ"�' s� � -' _�--SIN WITNESS WHEREOF1his PowerofAttorney has been subscribed by an auNonzed officeroroffiOal ofthe Co_mpamesand the corporate seals oftheCompanies have been affixed therelothis: MCL--, AmencaRFireand.CasualtyCompanyThe Ul to Casualt Insurance Co an_ J�- _�Y Pw 1901' ��� j` rLibedy MOlual InsuranceCompaVSF 4I:-�a s .SEALS n .rJ�Peedessllnsurance Com "m �.., r o \a �� :�_�""- ���g mu, 'SEA �. ��^�-� P Y^�%�.,^✓ "�iR. •O N. L eP .a'°e1° + "v %�, v` e� `_�' ^-� WeslAmencan Insurarice:Com an ✓' o Y N. ��4zry CO ^�%/.�52 u1�J,� puu -% �- 'xFFNE �' - - `�4 vcE a c%�.r^✓�-sf'� ��:, ;^ti fey`'-`ps^G`-`�h`cI.-i���-�=c ++ :STATE OF WASHINGTON✓�GregoryW.DavenportAssistant Secretary u m OnthIslmh❑day of�_ MAr�ia,iOl2z-before me: personally. appeared,Gregory.W.-:Davenport' whoacknowledged himself tobe ttie Assistant Secretaryof American Fire and. ^ rp' asual .Company LibertgMutual InsuranceCompany,-True;Ohio.Casualty_Company e Petless Insurance;Companyand WestAmencanlnsurance Company;; sn d mid he as such being im lit-i d j..euNonzed so to do execute the foregong msuumentfor the purposes therein contained bysgging on behalf of Ne porporations tiyhimself as a duly authorized officer��r .�.SE y m. IN WITNESS WHEREOF -I have Hereunto sutisedbed myname and affixed my notarial seal atS�Ue Washington on the day 'and yearfirst above wntten',;��� Zo •^-•f'�-^�i��.� �i\ ""�Ml�. `�\� \; iOTA9Y _fBy.\ - - .�l'./�/� el C: �,-�� ti ""�✓'�'✓v�r�'�� /' �.J�.-�r-�o i� '!/�KD R�lo .Nota4 Public�%^v�%`;/� N This PowerofAttomey is made and executed pursuant to and tiy,authority of the following By laws and Authorizations ofAmencen Fire and Casualty Company; The Ohio Casualty. Insurance An0 mom."Company Liberty:Motual.Insurarice,Company WeslAmencaninsorenrs Company and P.eedessInsurance Company.which_resoluhonsam nowmfi'A force and effec4readingasfollows �••� RTICLEN OFFICERS Section l2 Power ofAttomey Any o(ficeror otherofiaalof the Corporation authorized for that purpose in writing by the Chairman or the President,, and subject �;�., ° c. ,to such,limiter on"as the Chairman or,the President mayprescnbe'shall appoml such attorneys-io fac4 as may.tie necessary;to ad iirbehalf of.the Corporation to make execute seal E d tacknowedgeanddelrverassuetyanyandallundertabgs bonds ecognizancesandoNe@sueryeblya o s=Suchattomeysin-fac subjeclt^oNe6mla6onssetfod mtheirrespective DQ. �, powers ofattomey; shall have.fuil:power to:bindsttie.Coryora4onb'y theicsynat_lire andexecufion otanysuchinstmmentsand to attachthereto Neseal of theCorpo2Uon ;When so j_a '� executed such instruments shall tie as binding as-rfsigned by the P,resldent and attested to byalie Secretary Any power or authority grantedto any representative o attomey-in`--fad under_ ry "6 'the pmw Ins00 o{ihis article aay-be,revokedatany Ume by,tlie Boaid the CAalrman, the President of by,the offcevor officers granting such p wer or authority.' .-ice r.N� .ARTICLE XIII Ezecuaon 6— Contracts SECTION.5 SuretyBon s and Undenakings Any:o&f r of the Compahonzed for Ihat purpose in writing. by me chairman orme president ram: ,antl subject fo su`cfi limilationsas the chairman or the president may prescribe shall appoinlsuch attorneys m:fad; as maybe necessary to actin behai(otthe Company to make, execute rC_0. u� seal acknowledge and.delwecassurety: any:andall undertakings;bonds recognizancesandothersur6Tyobilgahons, 'ucn:auomeysmYactsubjedto the'Jimitahons'set forth;iRfheir 00; s tespectwe pouters of attomey; shall have full power to bind the Cornpanyby their sgnatuneand execution of any such instruments and to attachtheielo the seal of tie Company When so 0-�4 "" executed such insfnrments shall be as bindingas d sgned by,Uie president and attested by.the secretary^Z� vCertlOcate-of;DesignaLon=The Presidentof Ke'C hpany`aaccfiig pursuant to the:Bylaws_of:treEG6mpany=a6 odes Grcegory:W: Davenport ,AssistantS;;;- tary.to: appointsuch attomey-m tad as_may;tie necessary to ant on behalf otthe Company.to make;execute'sealyacknowledge and defveressur.atyanyandallundertewrgs twnds;recognizancesandother;'i^-`_�` suretty obligatio i s - �� �`�'�✓ s�-'AuthonzaLon_;By-unanimous consent of the Companys Board of,DNectors;the Company consents that ^facsimile ,ormechanically reproduced signature ,orany ,assistant secretary of the �� Company wherever appearing uponacertified copy of any power of.-attomeyissued by.the Company in connedionwrth surety bonds shall tie vzlid and biding upon the Company with Net �a.J'�i-`✓y�/-.Ju-..ywv �-u r.-�/ v v- v v v .r �. .✓�i sameforce and effect as though manually ,affzed% u II-Dawd M Carey,tthe-undersigned Assistant Secretary, of American.Fne.and Casualry.Company\he.Ohio Casualty;Insurance Company,;Liberty Mutual_ Insumnce:Company`West�— American Insurance company and Peedess'Insurance Company do,hereby certiry:that the original powei of attomey;of which the for goaig is a fulttrue and correct copy. of Ne Power of ^✓ `.�,�Attomey executed bey said Gov i �s In full force a d,effecta�tlha�s notbeen revoketl� ��-.� f �=, v-� ST �ti�i'��� ,-.✓��1iu�_he`-�: ;-u^ w.vim/`. ' ��^." ��� ✓,.'Ji v✓✓`` ��" -IN,TESTIMONY,WHEREOF-.I have hereunto set my hand and affixed the seals of said Comparnes /Nisti µ'day of 2013.:'%..ivy- �•J `0Q'�CP` lq�,''V P�SYti34y �- { -`µ�q�„ 'l.` y 3URAN C ^��SAMf � ,�f �'� \'�-," ��'1 ^. �.. ; i ° � � ; �,iylan �aavrmi� . �"1901��� i � � �By. �, �� �:✓ �ti � SN AI = x SHA[? " �`� � c d vim, m s � > `^^^'^�• - w �LMS'12e73'041012�✓\%�`� ��^.r'1/1/".1��/`�., 1'Vj-���=�=;^-.��J✓U��`✓� ..l-�l�^J`.-/�/.� ..-.��/� ..i ✓�.�=^.✓.�V�/��C��..;�„-.� mil.-.✓.�.� J.�_���� ��.-.✓� �.^✓ For More Information Name Address City, State Phone e-mail Possible Pollutants i Sediment Chemicals Organics Trash Good Housekeeping = Waste 'Management. Employee/Contractor Training Proper Cleanup and Disposal Procedures Related Procedures Heavy. Equipment and Vehicle Maintenance Parks and Open Space Maintenance Spill Prevention and Response Street, Curb, and Gutter Replacement and Construction Utilities and Storm Sewer System Replacement and Construction Vehicle Fueling Utility and. Storm Sewer System Replacement and Construction Description This procedure covers utility and storm sewer system replacement and construction. Utilities include power, storm sewer, sanitary sewer, water conveyance systems. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures General Obtain all applicable federal, state, and local permits for construction projects. ■ The Colorado Stormwater Construction General permit applies to construction sites disturbing one acre or more, or less than one acre but part of a larger common plan of development. ■ A larger common plan of development is defined as a contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules under one plan. • A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. ■ A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. Page 1 of 3 • 0 Applicable sediment and erosion controls may be installed, such as inlet protection, silt fence, sediment traps, sediment control logs, check dams and vehicle tracking control. Sediment and erosion controls will be installed and maintained in accordance with approved design criteria and / or industry standards. • When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry, sweep it up, and properly dispose of the sweepings or vacuum while saw cutting. • Where feasible, grading activities will be scheduled during dry weather. • Do not perform concrete or asphalt paving work during wet conditions whenever possible. • Monitor construction equipment for leaks and use drip pans as necessary. • Leaking material containers should be properly discarded and replaced. • Store materials in containers under cover when not in use and away from any storm drain inlet. • Wash out mixers, delivery trucks, or other equipment in the designated concrete washout area only. Locate concrete washout, portable toilets, and material storage away from storm drain inlets. Material stockpiles will not be stored in stormwater flow lines. Temporary sediment control will be used during temporary, short-term placement while work is actively occurring. Sweep or vacuum the roadway as needed, during construction and once construction is complete. Best management practices will be periodically inspected and maintained as necessary. Where practicable, non-structural controls will be used, such as phased construction, dust control, good housekeeping practices, and spill prevention and response procedures. Emergency Repair and Replacement Emergency Discharges are defined as situations in which it is not possible to implement all of the available BMPs due to the uncontrolled nature of the discharge. The primary focus during these events is to identify and mitigate the cause as soon as possible. Clean up of resulting sediment or other pollutants will be performed as soon as practicable following the emergency. Refer to the Spill Prevention and Response procedure for reporting requirements. Page 2 of 3 Employee Training Train applicable employees who perform utility replacement and construction activities on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform utility replacement and construction activities. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References Center for Wateished Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Detention Pond Maintenance SOP, August 2007. City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007. City of Centennial SOP: Drainageway Maintenance SOP, August 2007. City of Golden Stortnwater Drainage Maintenance Plan, February 2008. City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008. City of Greeley, Department of Public Works: Ditch Progrant, No Date. City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Cleaning Stornt Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009. City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. Page 3 of 3 • • City of Fort Collins Regulatory and Government Affairs Division Clty of tCollins om. "-P4* k t ..}; d Verification Ongmatoif"Rev'�sed Approved . ti .. Y Issued,;, Initials LR SS Date Oct. 09 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater Persons who will use this ESOP: City staff who perform power washing, and their supervisor/manager. A variety of City departments perform power washing. The employee Area of who power washes, and his/her supervisor/manager, will use the application: information in this SOP to guide their power washing, and supply purchasing, activities. Document I:\RGA Division\SOPs\ESOPs location: Revisions Rev. Date Description No. 001 002 t — i 1Procedure Index 1.0 Purpose 2.0 Scope 3.0 Process 4.0 Training Requirements 5.0 References/Related Documents 6.0 Records Revision date: 10/19/2009 Page 1 of 3 City of Fort Collins Regulatory and Government Affairs Division cityof Fort Collins �Ongmatory Verification Revised Approved= Issued - ` Initials � ° LR ss Date. Oct. 09 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater 1.0 Purpose 1.1 The purpose of this ESOP is to describe the appropriate methods of handling power washing wastewater. 12.0 Scope 2.1 The scope of this ESOP is limited to the description of the allowable methods of the disposal of power washing wastewater and the protection of the storm drainage system-, the scope does not include specifics on how to power wash. 3.6 Process j I , 3.1 Power washing wastewater must be prevented from running uncontrolled in the City's storm water system. The system includes streets, inlets, gutters, ponds, creeks, ditches, and the Poudre River. During the power washing activity, ensure the wastewater is controlled by the utilization of the natural slope of the land, or barriers such as inlet covers. Use of barriers on an impermeable surface also requires that the wastewater be vacuumed, collected, and disposed of properly. 3.2 General pollution prevention procedures: A. Use dry methods for surface pre -cleaning, such as using absorbent on small oil spots and sweeping up trash, debris, dirt, and used absorbent before power washing. B. Minimize the amount of water used during power washing activities. C. Avoid using cleaning products that contain hazardous substances (e.g., hydrofluoric acid, muriatic acid, sodium hydroxide, bleach) that can turn wastewater into hazardous waste. 3.3 Prior to power washing, decide on one of the following methods of disposal: D. Landscape --power washing wastewater may be discharged to landscaped areas if the materials used and the material removed are not harmful to vegetation, there is no ponding, and there is no uncontrolled runoff to the stormwater system. E. Wastewater treatment system-- As long as the collected wastewater does not have an oil sheen, has a pH between 5 and 11, and does not contain any hazardous or toxic substances, the wastewater may be disposed of into the City's wastewater treatment system. x If you add anything to the wash water (ie—a cleaning agent) or if you have questions about the content of your power washing wastewater, Revision date: Page 2 of 3 10/19/2009 • City of Fort Collins Regulatory and Government Affairs Division City of Fort Collins Verification Originator Revised Approved Issued" -Initials .. LR ss Date . Oct. 09 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater please contact the industrial pretreatment office at 221-6938. Disposal into the City's wastewater treatment system may be done either by discharging directly to an inside drain, or by pump truck at the Drake wastewater treatment facility. Disposing by pump truck requires a waste hauler's permit, and a 5 cent/gallon fee will be charged. For fee information, or to obtain a permit, contact the industrial pretreatment office at 221-6938. F. Truck the waste to a different waste disposal facility. 3.4 Once wastewater has been collected, visible solids remaining in the collection area must be swept up to prevent future discharges to the storm drain. 3.5 A sewer manhole cover may not be removed for disposal to the wastewater system. 3.6 If you are working in an area that is serviced by a neighboring wastewater district, • such as South Fort Collins Sanitation or Boxelder, it is necessary to contact that district's industrial pretreatment coordinator before discharging to their system. 4 O=Training•Requirements 4.1 The training requirement associated with this procedure is knowledge of the proper management of power washing wastewater. 5.0 References./.Related Documents, l yi 5.1 http://www.cdphe.state.co.us/wq/PermitsUnit/PoIicyandGuidance/powerwash.pdf 0 5.2 I:\RGA division\Illicit Discharge Program\Complaint Calls\pressure washina\Cit power washing guidance.pdf -.. _ 1 6 O--,Records Y < -�_ 6.1 The following records could be used to document activities performed: • Records of employee training with sign -in sheet. • List of power washing activities and departments responsible for conducting power washing. Revision date: 10/19/2009 Page 3 of 3 For More Information Name Address City, State Phone e-mail Possible Pollutants Metals Hydrocarbons Toxins Good Housekeeping Drip pans Secondary containment Automatic shutoff nozzles l I Signs;.,' .: Spill response plans Spill cleanup materials Dry cleanup methods ' Employee training Related Procedures Heavy Equipment/Vehicle. Maintenance Outdoor Fleet Maintenance Spill Prevention and Response Vehicle Fueling Description Spills of gasoline and diesel fuel on the ground or on vehicles during fueling can wash into a storm drain and cause water pollution. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state and federal codes, laws, and regulations. Procedures General Fuel vehicles at approved locations (municipal fueling station or offsite fueling station). Provide spill kits near the municipal fueling location. If fuel is stored in an above -ground tank, store fuel in enclosed, covered tanks with secondary containment (e.g., concrete barrier or double -walled tanks). All fuel tanks will be inspected per State and Federal regulations. Periodically inspect municipal fueling locations for the following: • For above -ground tanks, inspect tank foundations, connections, coatings, tank walls, and piping systems. Look for corrosion, leaks, cracks, scratches, and other physical damage that may weaken the tank. ■ Check for spills and fuel tank overfills due to operator error. Clean up any leaks or drips. Clean up is not completed until the absorbent is swept up and disposed of properly. Report leaking vehicles to fleet maintenance. Page 1 of 3 0 • Vehicle Fueling • Follow all posted warnings. • Ensure that the nozzle is properly inserted in the filler neck of the vehicle before dispensing any fuel. • Remain by the fill nozzle while fueling to ensure the nozzle stays in place. • Do not top off the tank of the vehicle once the nozzle has shut off the fuel. Follow the procedures outlined in the Spill Prevention and Response Procedure to respond to any leaks or spills. • Clean fuel dispensing areas with absorbent material. • Never use water to clean up a spill. Mobile Fuel Truck Provide inlet protection (e.g., berms, weighted inlet covers) for nearby storm drain inlets when transferring fuel and fueling a vehicle. • Use secondary containment when transferring fuel from the tank truck to the fuel tank. All gas cans must be placed in the secondary containment box/pan and remain on the ground when fueling. • Use a funnel to transfer fuel to vehicles and equipment. After the transfer is complete, the funnel should be dried with a rag or placed in a container to avoid dripping fuel on the ground. Employee Training • Train applicable employees who fuel vehicles on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who fuel vehicles. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Vehicle Fueling, August 2007. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Fueling, March 2009. Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. USEPA Menu of BMPs: Municipal Vehicle Fueling, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed June 18, 2009. Page 2 of 3 Optional Additional Resources Municipal codes and ordinances that relate to vehicle fueling. Locations of approved offsite fueling stations. Locations of nearby spill kits. Spill Prevention Control and Countermeasures Plan. • • Page 3 of 3 0 • Heavy Equipment and Vehicle For More Information Name Maintenance Address City, State j Description Phone Regular maintenance of municipal vehicles and equipment, or i e-mail municipality -contracted vehicles and equipment prolongs the life G of the municipality's assets and prevents the leaking of hazardous i Possible Pollutants fluids commonly associated with normal wear and tear of vehicles iMetals and equipment. Toxins Potential pollutants generated at vehicle maintenance facilities Solvents (degreasers, paint j thinners, etc.) include oil, antifreeze, brake fluid and cleaner, solvents, batteries and fuels. i Antifreeze ' Brake fluid and brake pad duster, w: i When services are contracted, this written procedure should be Battery ad' *f provided to the contractor so they have the proper operational } Motor oil procedures. In addition, the contract should specify that the (gasolinediesel kerosene) contractor is responsible for abiding by all applicable municipal, ,Fuel state, and federal codes, laws, and regulations. Lubricating grease • Good Housekeeping Procedures Maintenance activities should be performed inside a maintenance Drip pans building unless the equipment is too large to fit inside or Tarps _- temporary repairs need to be made before the equipment can be Covered outdoor storage areas - moved to the maintenance building. Consult the Outdoor Fleet Secondary containment Maintenance procedure when it is necessary to perform repairs Prooer disposal of used fluids outside of the facility (breakdowns, service calls, etc). L -Spill cleanup materials ' . ;' Vehicle Storage Dry` cleanup methods Monitor vehicles and equipment closely for leaks and Employee training use drip pans as needed until repairs can be Related' Procedures performed. Material Storage. • When drip pans are used, check frequently to avoid Outdoor Fleet Maintenance overtopping and properly dispose of fluids. Spill Prevention and Response Drain fluids from leaking or wrecked vehicles and Street Sweeper Cleaning and from motor parts as soon as possible. Dispose of fluids waste properly. Vehicle fueling Vehicle Washing Page 1 of 4 0 • SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Rev 10/20/07 Page 1 Section 00630 Vehicle Maintenance Conduct routine inspections of heavy equipment and vehicles to proactively identify potential maintenance needs. • Perform routine preventive maintenance to ensure heavy equipment and vehicles are operating optimally. • Recycle or dispose of all wastes properly and promptly. • Do not dump any liquids or other materials outside, especially near or in storm drains or ditches. Sweep and pick up trash and debris as needed. Body Repair and Painting Whenever possible, conduct all body repair and painting work indoors. • Use dry cleanup methods such as vacuuming or sweeping to clean up all metal filings, dust, and paint chips from grinding, shaving, and sanding, and dispose of the waste properly. Debris from wet sanding can be allowed to dry overnight on the shop floor, then swept or vacuumed. Never discharge these wastes to the storm or sanitary sewer system. • Minimize waste from paints and thinners by carefully calculating paint needs based on surface area and using the proper sprayer cup size. • Do not use water to control over -spray or dust in the paint booth unless this wastewater • is collected. This water should be treated and permission granted by the wastewater treatment plant prior to discharge into the sanitary sewer system. • Do not dispose of spray gun cleaner waste in the storm drain. • Use sanding tools equipped with vacuum capability (if available) to pick up debris and dust. Material Management • Store maintenance materials and waste containers (e.g., used oil and antifreeze) in labeled containers under cover or in secondary containment (e.g., double -walled tanks). Chemicals should not be combined in containers. • All hazardous wastes must be labeled and stored according to hazardous waste regulations. • Carefully transfer fluids from collection devices to designated storage areas as soon as possible. Do not store the transferred fluids adjacent to the containers (for example, oil drip pans with used oil in them should not be placed next to the used oil tank). • Store new batteries securely to avoid breakage and acid spills. • Store used batteries indoors or in secondary containment to contain potential leaks. Recycle used batteries. Conduct periodic inspections of storage areas to detect possible leaks. 0 Page 2 of 4 Do not wash or hose down storage areas except where wash water will enter the sanitary sewer as an approved discharge. Use dry clean-up methods whenever possible. Keep lids on waste barrels and containers, and store them indoors or under cover to reduce exposure to rain. Periodically inspect and maintain all pretreatment equipment, including sumps, separators, and grease traps to ensure proper functioning. Parts Cleaning Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts outdoors. If parts cleaning equipment is not available, use drip pans or other containment to capture parts cleaning fluids. Use steam clearing or pressure washing of parts whenever possible instead of solvent cleaning. When steam cleaning or pressure washing, only discharge wastewater to an oil/water separator connected to the sanitary sewer. • When using solvents to clean parts, rinse and drain parts over the designated solvent tank so that fluids will not drip or spill onto the floor. Use drip boards or pans to catch excess solutions and divert them back to the tank. Allow parts to dry over the hot tank. Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning waste to the sanitary sewer or storm sewer. Vehicle and Equipment Washing Vehicles should be washed in the municipality's vehicle and equipment wash area/bay or taken to a commercial car wash. Employee Training • Train applicable employees who perform heavy equipment and vehicle maintenance on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform heavy equipment and vehicle maintenance. Records The following records could be used to document activities performed: • Record of any major spills and the action taken. • Records of employee training with sign -in sheet. • Heavy equipment and vehicle maintenance logs Page 3 of 4 References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007. City of Centennial SOP: Vehicle Maintenance SOP, August 2007. City of Centennial SOP: Vehicle Washing SOP, August 2007. City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March 2009. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009. Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009. USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009. USEPA Menu of BMP: Municipal Vehicle and Equipment Washing, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009. Optional Additional Resources i Municipal codes and ordinances that relate to vehicle and equipment maintenance. Chemical purchasing policies. Loading and unloading bulk materials. Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance. Specific directions on how to use the municipality's vehicle wash area. Spill Prevention Control and Countermeasures Plan. U Page 4 of 4 AI �® CERTIFICATE OF LIABILITY INSURANCE 04Nea2013°"YY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Marsh USA Inc. 100 Norm Tryon Street, Suite 3200 Cremona, NC 28202 Attn: CA NON-RESIDENT NO.OB22889 CONTACT NAME: A/O No Ext : NC Ne L ADDRESS: INSURER B AFFORDING COVERAGE NAIL 0 INSURER A : ACE American Insurance Company 22667 J56965-1.MMM-GAXWX-12-13 RM201 INSURED Martin Marietta Materials, Inc. INSURER B : Indemnity Ins Co Of North America 143575 INSURER C : ACE Property 8 Casualty Insurance Company 120699 Attn: Todd Crump 2710 Wycliff Road P. 0. Box 30013 INSURER ° INSURER E: Raleigh, NC 27622 INSURER F: COVERAGES CERTIFICATE NUMBER: ATL-0031715D4-01 RFVISION NIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I�TR TYPE OF INSURANCE A L SUBR POLICY NUMBER MMID�YM VY MWDOY UP YY LIMIT A I GENERAL LIABILITY HDOG27011718 09/302012 OM02013 EACH OCCURRENCE $ 3,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR DAMAGE 0 PREMISES Ea omu ante $ 50,000 MED UP (Any one person) $ NIA PERSONAL BADV INJURY $ 3,000,000 GENERAL AGGREGATE $ 6,000,000 �GEENL AGGREGATE LIMIT APPLIES PER: I X POLICY FI PRO- n LOC (PRODUCTS - COMP/OP AGG $ 6,000,000 I I$ AoA1oelLE N LIABILITY ANY AUTO ISAH08710806 09/3012072 09I302013 COMBINED SINGLE LIMIT Ea accident 3,000,000 BODILYINJURY(Perperson)ALL OWNED SCHEDULE° AUTOS AUTO$PRBODILY AUTOS X AUTO-0SWNEO IWURY (Per accitlent) $HIRED (OPERTY DAMAGE $ I I 1$ I C X CCUR XOOG2704778fi09fJ02012 09/302013 EACH OCCURRENCE $ 1,000,000 S 1,000000 �UMBE�ULALMS UAB LAIMAGGREGATE RETENTIONS $ B A WORKERS COMPENSATION ANDEMPLOYERS'WBILITV YIN ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? � (Mandatory In NH) If2,000,000 DYee,RIPTION under DESCRIPTION OF OPERATIONS belvv NIA WLRC4712282A(ADS) WLRC47122843(MA) 0902012 0913012012 09/30/2013 09/302013 IE.L 1 X WC STATU- DTH- hR EACH ACCIOEM $ 2,000,000 E.L DISEASE -EA EMPLOYE S E.L DISEASE -POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Al ACORD 101, Admtlonal Remarks Schedule, if more apace is reRWred) RE: Project Asphalt Overlay 2013 Renewal Project City of For Collins isfare addmonal insured under General Liability and Automobile Liability as their interest may appear, if required by written contract with the named insured, subject to the terms and conditions of the policies. City of Forl Collins I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 N Mason Street 2nd Floor THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN For Coll CO 80522 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIMD REPRESENTATNE of Marsh USA Inc. I Lisa F. Beam 4 -4- ©1988-2010 ACORD CORPORATION. All rights r ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD • • • SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT OR SPECIFIED PART SHALL INCLUDE: PROJECT TITLE:7222 Asphalt Overlay — 2013 Renewal LOCATION: Fort Collins, Colorado OWNER: City of Fort Collins CONTRACTOR: Martin Marietta Materials Inc CONTRACT DATE: March 28, 2013 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. 0 CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER REMARKS: AUTHORIZED REPRESENTATIVE DATE Rev 10/20/07 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 120 TO: Martin Marietta Materials Inc Gentlemen: You are hereby notified that on the day of _ Colorado, has accepted the Work completed by Collins project, 7222 Asphalt Overlay — 2013 Renewal. 20_, the City of Fort Collins, for the City of Fort 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 March 28, 2013. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: _, 20_ Sincerely, \J OWNER: City of Fort Collins By: Title: ATTEST: Title: • Rev10/20/07 Section 00640 Page 1 • SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Martin Marietta Materials Inc (CONTRACTOR) PROJECT:7222 Asphalt Overlay — 2013 Renewal The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for • the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees. incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the • benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any Rev10/20/07 Section 00650 Page 1 LJ labor and material bonds for the project. Signed this day of 20 CONTRACTOR M 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 • Rev10/20/07 Section 00650 Page 2 i SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Martin Marietta Materials Inc PROJECT: 7222 Asphalt Overlay — 2013 Renewal CONTRACT DATE: March 28, 2013 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) ZZ ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. Rev10/20/07 Section 00660 Page 1 SECTION 00670 • • Section 00670 Page 1 A DR 0172 (12/98) •COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303) 232-2416 is CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) DO NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. FRegistration/Account No. (to be assigned by DOR) Period 0170-750 (999) $0.00 x CONTRACTOR INFORMATION Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employer's Identification Number: Bid amount for your contract: Fax Number: Business telephone number: Colorado withholding tax account number: Copies of contract or`agreement pages (1) identifying the contracting,parties EXEMPTION INFORMATION' and (2) containing signatures of contracting parties miik<be attaohed Name of exempt organization (as shown on contract): Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date: completion date: 1 declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer: Title of corporate officer: Date: DO NOT WRITE BELOW THIS LINE 0 Section 00670 Page 2 SECTION 00300 11H7i1 7� • • Special Notice • Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. • Section 00670 Page 3 0 SECTION 00700 GENERAL CONDITIONS 0 0 GENERAL: CONDITIONS OF THE C ONSTkUCTION CONTRACT These GENERAL: CONDITIONS,-huva 6een`tleyeluped b}S using the STA7`TDARD,GMIERAL CO NTDITIONS'OF THE CONSTRUCTION CONTRACT jucpaied by the Engineers Jgini .ConllSct Documerim �( nn5niitl�z, I:ICIX:--.Na:14.1U-8,(199tilicfition}, as a 6asc. Chnngeg.to that docwncnt are showmhy undeilining .ext that has- been added anal striking through taxi that has been doletcd. T?JCDC GENFRAI, CONhITIONS' 1910=A,(1990'EDITION) WiTI TCITY OF ORl' COLLINS MODI-FICATIONS (R V 9/99) s 0 0 Ai icic or Faihgrapk, Title L L EFINITIONJS-- 1.1 "Add, ku 1.3 Appl 1.4 A5'bc " .11 .5 Bid' — I , -libZidd 1 :7 Bidd 1.8�: Bont 1.9 -C-har 1.10 C&ni 0 1:22.b 1: - 2 . 3 12s L-26 1'2,7- 1.29 1:30 1 ' :31 1 32.i 1.32.b 1:3.3 1 :34 05 j -. 3`6 1:37 L_; 139 1.40 L41 IA2 1:43 1 A4 1.45 0 TABLE OF Page' ,Article or' Parngriirli - 9z Nuhiber N-urnl* & *1*4116 Number 2. PRELMUNARY MATTERS 3 idi .......... .................................. 211 Defivery:ofBonds ............ ......... 3 ............. ............ 'oples o_ umc!�L'k .... ....... cation torpa �7icnt ..... ............ 2 Cant m encem e ht of Con im ct Tiffics',-Notice to llrbc&d 3 ....................... ....... 2.4 VV& Starting the z .............. .......... ig Dlmu"Ine'hts... ------- -a- ....... ...... ,l 2.5-23, B-clore Star.ting,O)Mtruction, ne CONTRACTOR'S Responsibility ............. ............... : ...... ......1 ,c prdvr, .... ............. beliwn',of (Jertificates of act ijo mm ents ficvof& 2;8 c r Pr6edristru . &ibfi�Coftfen 4 ' 1-. 1"— act Tiines .- , `RACTO tte ...... ...... CONTRACT DOCLUENTS! INTENT, ........ ....... AmFM)ING,'RFUSE,.-, .... ........ 4 ive Date of t6 Agreement ........... 1 3, 1-3 2 'Intent. 4 NEER ...... t ...... wwre : mv'tdSiafiduf&- and Specl- ME E.R' Corisultmit s Lations of�chrtiwko�ieti es-_ ............ Order,,::,, ......... ....... I' Reporting and'Rcso'lvifig Dis: . al crepamc'tcsi..- 4-5 dCm "'as 1A Intent ofC&.t.a.i.n.-' and Kegu aws or Al 2 ------11�� 15 .T.......... .5 AntendinuConLracDocunents.. 5 Ifolida- .3.6 Supplementing Cnntiact ........ I ......... Documents 5 :one 3.7 Reuse of uunlents,..�- ..... !,of -Award to Procced . ......... .......... 2 4- AVATI.A1111.11-Y., OF LAM)SI, ER I Utili�atto'n ............. .............. 2 REFERENCE POINTS 5 I . 4.1 eum 4.2 SuUsurrace and Phjsicnl t. ...................... ........ ......... I ...... 'Conditions. ictiv Wtdiul .......... ; ............ 4,2.1 .......................... ------ Report's and D` rawtng.� ....... ......... of Working Hours:.;: 22 Li6iitid RelinKc6 by:CQNTRAC, .rut Prajzct l2t,presentative ........ TOR Authorized; Te.chn�ical eIS": ..................... .............. Data.-:.. - ..... Drawings,............. 4.2.3 Notice ol"Differing Suibsur'laic'c- Ica ................... m ................ Q. I" :or, My.siL.ql Con , iuon� ...... ....... ntractor: ........................... ........... 4;24 F,NC7[N'F-FRq RcvicAV ..... ....... intin] C6mplR-ibri ...... : 4:�5: PoksiW Coiniri6t Doctimen-t-s- .mentary'Conditio*ns' ....... ........^ ....-.2: Chan .... z ........... t ... ... D.; .... ; ;;6 ...... 4 6 Possi* Prkc.ifid Tiffics A0justritents �rjc XV rk ........ .......... �3" 4-3I'hysic'al,CoJncli66nk--[ 'in 'dciground ...... ................... ....... ........ ..... 13 ........ ......... 7 Cli-pinge Dire-c-ti v'c-. 43.1 11- ....... Shown �-7 Amendment owi or Indicated 4.4 Reference Points 7 EJCOC GUNLAAL COND1116NS 1910.831990 HDI -FlOP:) wi'dw or (REV 'Arti'Cle,or WragraPh Page Number'Title Number 15 Asbptiis, PCBs, Pqqoletsm, Hazardous Waste. or Riidioactwc Material;,.;,,,,,,,,,,;,,,,„ 7-8 RON ............ -5,1-S22 F crf6rmance';Pu% art'c" t a rid'Odict, Bunds ...... ......... F ,53 Licensed.Suretics and Insurers: ;zK4 jCt�NfRACTOR'.s Liabifit: - Insurance .........................................19 •5cfi Tioperty lnsL"pce, ....................... :9a10, ;5.7 Bpilx�r and I ional Property hisurancej ........... __j 4) �5. 8' 14,4n. I i c c, ii I * Cvillc`C I a t, i 6' n P,r" o %is i 6 rka 10 _41.9 It CONURACTOR's'Res pansib il it'' beductible Amounts................... j . . Other Special Insuran ,5.11 Waiver of 5. 11-45,13 Receipt and AppficQt1o1w,oF­!7 Insurance Proceeds,,,,,,,,,,,,,,,,,,,,; 10,11 514 Aiccot.-ince cifBondsLainld Irlsa-" ant :Optio n to Rept'n ce I 5.15 Partial fjtihza�iiun-_Prqper1y Insurance., .............. 1 .................. I I 6. (-6' ,\'TRAC,-fQR".i-RFSTIC)NSTBII.I'I'IF.S ............ I - 'Superinten 11 .. .6-6.2 �': Supervision and encS ....... 11 �6.3-6 .Labor, MatcriaKand Heluipach't .... 11-12 6:6 Progress Schedule_...... .......... ......... _J2 83 Substitutes und- Methixis bi-Proccclurcs; Rvhluation 12-13, 11 Ctncerriin6'Su.b,7on,tractur.s. 13-14 ZA 2 Pritent Fels arid'Roya-hics ..................... I ,6-14 Laws and Rcgd)roti6nsI_..._.. ....14 ,6.15 14-15 6.16 VsC of,Prcmiscs.: .... .................... TS '6 i 17 Siti!:Clearilin=­', lj 6.18 ......... ....... S,afe.Structurvil Livid . rig ...................... vigRecord Documents ..... ; ................... f;. _�, 0 Safelyand 6:21 S a Representative ......... ...... 1­1 6. .6.22, Hazard Communictition)-Ybgrtmis 16 ............... .................... ............... ) 6; �6.14 Shop Draicings and Sam I)le§ 16 a Atiiele,or Nr:igraph 625 Subminn] TRACT 16 S116P ,Su blil'itul 6.26 ]SIrCip Dia tals, Rev 6:2 7 acspbhsil Min C &-28 Related V 6.29 C. j . 0 6.31-6.33 634 Page: Jquhibci C9N- Irior irmpk I . 6 1EEk 16-17 tions Lents 6f Rei;lupred 17 ....... 17 winty and Guarantee� ........... j �7 mtficaUon I iOTIJE�RAVORK ............ :....:...:.19 .7.413 �`Related IV(Irkat Site. 18 7A 6ordiniatipjl, . ......18 R. OWAR'S RFSP0NSfB,.TI:1T1FS:., ....... ........ is g. Ir 'Communications to CON- TRACTOR8.2 ;ReplacE ingnt of ENOMFEER ...... _�:18 8.3. * Furnish Dati.aind Pay' PriomPt'ly' ......................... FA d Easements; Rcports 'Lands arid arid.TcsM ......... ........... -8-19 1 � 1 . insurance;:. ............. . I b19 '816 8.7 ilnspectjohTests and 19 or'suspend Wwk� iernimate CONURAMOR's :1 9 8.9 7'- "1 ................... ­:71"." 1imitations-on . OWNTEICS . ,Re4;bnsNd� ......... 19 *. . 9`1.0 Asbestos, PCBs, Nu-Pletim, R,dioi6ii'bcMaterial;,i............... ­J9 li6dence,cif Fur ,anCH AlTmrruwnicrits--- .............. tI9 49. ENGINEERS STATLTS,DLUZW*G C6, ............. ....... ........ ­-.J 9 9..11 (AYNIEW's R.c&esentatiVe, 19 9.12 Visits to S i te., '19 03 +"r6je:ci 6pres6frtaii%�e­ 19:11 9.4 Clarifications and lntemre- tat i Its .................... .... . 0.5 Authorized Variitions in %Wk 7_2l L , JCL;C rr].UIAL,CONDMONS - 1910 •8 (19 1 S�U EDMOM ,WCITi'. OfFORT 001.1. M MODIFICATIONS (FtF.V 9199) 0 E is i 0 Articic;or Paragraph Paee- Numbcr"3 title Number RejecunLDejecn,aWork,: )I 9.7-9.9- Shop Drawings, Change Ordeis and Payriicnis;. 9.1 'batermutatims far Unit Price; bt.21 713= '9.1.1-4,12 I)ecisiorts on Disputes; P.NGI- N99kaislriiliallnterpreter 2 9 13 L1mitatioris on ENGIN) ER's Aulhoihvand itespons&lilies ,22-?3 C;HANGFSIN`I'llSWORK :,.. lu.I -Ol1rNFR's Ordcred Change �3 1Ci:? Glaim Cor Adjusimenl._, ?3 103 Work Not. Required by Contract D'ocumrnis.... _,.:. ......:23 1p,9 Change Oiders ,'23 111:a Notifieatitm of-Surep ......... _23• -CRANIGE'L OF GONTPACI' P.R1C,E ..:..... ?; ll.l,l):3 - CoplractPriccTClxim7ar 'Xdlusiment; Value of the Work 33'24 11.0 Cat of the Work hay' 11 - Exclusions to Cost of the Worts„...;.; ,25 11.6 CON'Ir R.ACTOR's Fee. 2S 10 Cost Records.:.. 11:8 Cash Allowarices .26 1i;9' Unit Price Wort 3G CHANGE OF CONTRACT TIMES ... ;26: 12.-1 - `Claim for.?.,djustment.,,;,, 112 Time of the Cssence ....... ..,...:. M 11.3 'Delays Beyond CONTRACTOR's Control 26-27. 12.4 T)clayc Bcyond,OWINE_R's`and ,CON7RACTOR'S Control ............117 TESTS AA-D TNSPFCTIONS;gORRECTION; ,REA40VAL'6R ACCEPTANCE OF DE] EC77VE WORK: .............. ........................ 77 13,1 Notice of -Defects 1.11*1 7 Access to th'c Wort..:,-. , ;,-_. ... _;7' 133 Tc%s and InsPcctions; - - 13.4. OWNER's Responsibilities; IndependenC:Tesiing Lalwatorv 13,a CONTRAdttiXi Responsibilit es .::::... =7 13:6 13.8 Covering Work Prior to'Irispec' tion_Tcsting or Approval, ,,, =7 {v Article or Paragraph . H ge Nunr,her &'Title Number 13 5,139 Uncovering 1Vork:at ENGI- - NEER's Request, .,, -27_U [31irNER'May Stop the Work ........::28' 1301 Correction or:Rcdioval of- Dgfe'i;trta %Pork;,,,,, - 1112 Correction Period I3-13 Accapianu CLJeje'chu lYork;;,-,,,,.28 1314 OINVER May Correct [kfective "Work :................,:.,.. _.,...,....:.?8:�9., 14, I'A1,MtiN'CS I G (iC)NI RAC Ti)12,AIvD COMPLE-110N ?• 9 14'1 - .,, Schedule of Values,- 29 14.2 Application?or Pr press Payment 29' 14.3 CON'gRA(7 t71Ys .%Varranty of Title _ ... ...,. ............ 29 14.a-1a,7 Revie%v of gppllcanoh5 for. . Progress Payments 29-3� 14.S=14:9 SubstaniialCompleti.: 30 14 lO Partial Utllizatioit_,_, 3U-31 14.11 Final, Inspection :,;;;,31, ]412 Ftn'al'Apphcation;foiPaymctilr;, ,:.3I Final:PitymeniondAcceptance''„_ ... 31 .14131a.14 14i15 lyaiyer'oCClauns;,;, a1-32, 15. SUSPENSION OF WORK ANT) IERAAINA'ffON..:............ :...... _ :, .. .: . 32 I M OWNER May Suspend Work ........32 15 2.15A OW\EF May Tcrminatq ,. , , 32 15i5 CON?RAOTOR lvfay 11 Stop' - Work or Term iriut , :=32-33; 16DISPUTF. RF,SOIaTfION --,,,:!,-,:..;-,. 3.3 17, MISCEI:I:ANf OM ......................._ _. 33 1Trl GiVing Notice ,.33 17.2 Cuml]wtutionoCTimes ,,;33 17- Notice brclnim,.................. i3 1.7A CumulativeRemedies •. ,.,;,33 17:5 Professional Fcog and Court � Costs included 1716 Applicable Statc Laws , 33-39 . [ntenuonully,leCi blanl: ;.,.:. , . „ 35 E.N3h IT GC -At (Oplionil) Dispute Resolutidn Agreement...... .-- „G(7A) 16.1=1&6 Arbitration C (-'-Al 16:7 Mclatitin , t'JCM GGNLItAL C0X6ITlONf . a'i CSTY ClF F011T C:Ot.f.fNS h10DiFlGA7TC, fREV{ry91. TNDE,X TQQyF�,WjM1.-00NPTT10NS. city qf-F6i1 C6111ni niodifiefitinni t6tka Gencrai Conditions of the Constroction Qon'trrib nife not kho'i-v6 in'this'ind6C c at ii r Accotance of - Bonds and lnsurqtfcZ ditfective Work,,,,; ........... 13.13, -9.1-2; 14.15 insurance ............... ; ......................... .............. 514 other Work; ty, CONTRACTOR t. .......... 73 Sub,aitlites and "Or -,Equnl" Rems 5' 0:1 . 6y OWNER .......... ........... X�'orl, 15 6.30,4�34 Access to the­ gitc. related Work. ...... �__7.2 'Wark ­13.2, 13.19, 14.9 'Acts or bat , Oalisiions-' T PACI 'OR ,�,ON 16,9.1,,9. 13:3 ...................... ...... blk�JER ................. .............. - .. ........ 1 1 -...O.-209' ........ A iti6n bf-Spe6ficaitions) ­..(I.6, 1. 10. 6,19), 1 i) I propdty insurance;;;,, ............ Pontract llriccor'Contract .fumes..,.,_.., 1:5; 35. 4A. 4.3.2, 4.5:1 .. ... ....... n 'A-!3,'9_41 9.5; 10.2' 104, .....:.............:..........:I 1,.12, 14.8, 15: I ,.progress s6edule .......... ......... ......... Agreement -- definition 6f E2 'All Risk" Insurance, policy f6irb ............................. 5.6:2 , Albvwm-hc�s_Cu�h.- '­� ' - 11.3 . F, .;­ .......... ......... ...................... . AmendinFm Contct Documenta h. ........... ........ ,aiendan ent. Written-- i6zcneral... .............. .......................... 6. 8:2, 6.19, In 1, 10.4, 11:2 12.17 13.12.2,14.7;2 Appeal, OtlNI;_R dr CONTRACTOR intent .to....., W, 9.11, 10.4, 16,4 16.5 Application for Paynterit­ dWjriiti,;� 61�.- - 1.3 ". . - . " i ...... ........... RNGINFER's,Rcspoi , isibi , lity ... ............. ....... 9.9 ' final pa)"al .......... 9.'13"-5 a'14_1 '12" 14' . 15 -in ezrierel ........ 2.9A15.,4. 9.10.' 15.5 progress pmquent ... r&ievor, ,Arbitration ............................. ....... ; ............ 16:1-16.'6 Nsbcstos_ claiffis pursuant thereto -4.5.-2 - tCO-NiRAdf6R Ruith6rize stop Work .......... 4.5.2 d,rinition of ........................ ..... .. ................. Artiek or Paragraph Number. OWNkR responsibilityTor,_„.,. __ ......... 43J,18.10. pbssi , bIc'priq6,nnd times AUtilio,r,ized, VariationsinWork ....... _.3A--6.25. 6.27.- 9:5 8.4 Xward,•i4oiice c)'r"defined... 1.25 More Starting Ccinstructior A ............. ......... Bid-derihition;oF ......................... 1'.'5 , : (1, 1, 1 - 10,'2.1 , I ' - ...................... IA' Biddi fili Docum efit%, definition Bidding din gp !on or .... Bonds - acceptance ............... . ....... ...... 1 ............. I ............. 10.5. 1 - :9 L41 IIJA ............ .... IS -del imy or .............. ......... ...... 1. 5,1 Final,.Appl-licati6n for PapncrIt ......... 14.12-14., -1 13.� 1-0. 5., 1 4J.6 ............ ................ yerfdrmunce. Payment,and Other_ 5.1:5:2 Bonds'and lnsuuanvc-;;n.�cn6rai ............... Bifilde?s risk "all-risk"po'lic'y' .................. . . .... Cancellation i?rovisions'ln ince Sur 11, 3:8, 5.15 ..iiashAlloCvances......... ....... ...... ...... j 1.8 ccrtificaltevf,sulistqntiul Cotnpl efi-on ...._,I.38, 6.30.2.3. ..................................... 14.10 C . erti ficut es, of I nspcct iorl 13t4_13:5,14; 12 cemiticaie's or Imufnnce, ............ 2,V5,3. _5: 4.11, 5.4,13. . 56.554 .......... ....� 5i14.9.13.4, 14.12 Change In Contriiet Price— Cash ........ 11,8 claim rpr price itdju,ahnenl,,_. ...... 4: 1, 42,6, 4.5, 5.15, 6.8.2. 0.4 ................. 9.5,t9AI, 10.2, 10.5; 11.2; 13.9; ... 1314,A4.7-15.1, 15,5 CONTRACTOR 's rce .I ........... ......... 1116 1 1. `Cost of.ih�e Work genetI...:............... ...... ...... Exclusibics to„ 'Cost Records',........ 117 in.gencral .............. 1;19, 1.44, 9.11, 10.4.21(1:13, It Lump'Suni pricng .......................................... I L3!2 Wotification 6'rS-urM .... ... 10. 55 10.3,10:4 'Tesiina wid-Inspectiori, AincoverinP I'lleMorL .......... ............ :,. 119 cii-oc (ILNLRAt CONDITIONS 1910-3,0990 EDITION) F- 0 I Init Pride Work .... : .......................... I 1.9 Article 6'r kirbgraph Nbmber Value.of Work.... . .............................. qhjngc in Contract ftmcsp- :Claim for times ii4'jLkmcnt -4.1, 4.12:6,,4.5 5,15f ............ � 68.2, 9.43:5, 911. 10.2-' 10.5: 12, 1. 6.13j,13.14_ 14:7. 153, 1 s. 5, Contractuil'time I pouts.. its.., ... __142 Delays bevond CONTRACTORS ......... a and _y CONTRACTOR's control_. ,. _1 2:4 NcitiEcation Scope _. 6f eba ............... ; ........... ..... J0.3-10.4 !Change Order,%-- Anicnding Contract.D6cum qn�q ...... �7 3 5 Cash A"llowimcps ............ ...... .......il_'g :11 ............... Chang eof Contract -Times., .........17 Changesin the -Work ­--­----- -.Jo mm'k;��_I'O­ ws r-cZ*....... .................. ....... u 1 .6' . I 1 1 .4-11, . 7 Cost'.Records,_ 'ENOlk- Eks feipon'sibilil y ...... 9:13, 10AI 1:2, 12.1 ................ ........... ....... ............. ... 10.4 Indcm6ifiction ............... 1.0-A-1 A 16, 6.31-6.33 1 asurance, Bond; and OMC,Rmsy+terminat5 ............................. 1512-15.4 ',�$-6!- 101.4 A: I Record DoEurn6ms Scope of ........03- ­ pe Change .. , , ;­I­I...M7.i:1' 1 OA Substitutes:...... I 6.7;3i 6.8,2. Unit Price'Worl .................................. ... .......... j i.9 value or Work; covered bye„ .............. 11.3, Changes in the Work, 10 lZotirEationofsuiev....... .............. ......... .5 O�WhRis'and CONTRACTOR'S ................ 1:4 0rcspmsjbdItes..... Right to an adjustment.,,,.,, ------- 10.2 Scope of change ............................. ... 1.03-10A .against CONTRACFOR .6. 16 against ENIGMER ....... ------- ...... ... ,:�432 againit OWNFR 6 ; .12" Change of Conine[ Ni&e' Change of Contract Tinics .......................... 9.4, 12.1 C.6NTR'AC_rORis... z�A..Tl. 9-4. 9.5,19.11, 10:2. ...... i I ZY ......... - ..................... 15.11. 15.5, 17.3 co\"I'P,ACTOR's Fcc..• 11.6 Afticle or Parugrujih Num her liability.; .......... i.4, _6A 2, 6116, 1 6.31 IIA' 115 9� 111 91,12' ............. n 'Agrccmem­ ... � I . . 16.1-16:6 ... : ............ itial interprerot: ... i;12A.'119-13:13. 13'R 17.31 OWNIER's liability .5: 5 OWNER may refuse to.inake.payment ...... ........ ,j 4.7 Professional f , ees and Court Costs ncluded .17.5 reque'sutor tbimal 11, 6--7:1,2 f-tine Esiehino n- ....... ...... ** ....... .................. .... ....... .............. J21.1 Time requirements„ .... 911 2.1 'UnitTrice Wo r k, 7 .... i..** .. .... ............ 1J.9.3 Vsluc or 1 3 "T' ment- niver oP,,on maN' y ' 1414'B %Vcik"Change Directive -- written notice requue].'.� L1.12.1 Clarifi cations and lrjtanre'tat i 64 . .......... 363 '9 4i-9-1 I . Cl6n S, .............. or Association _ ...... ................. 33j3 commencenient of Co'-ritract-Timps i .......... 2.3 Ccimmunieatidm­ gencral �Communication Pto2_rams­:_Ii._it., 6. 22 Completion- Finai XpplicitionT,or ........ i..! ...... ...... J4,12 1.14. 111 Submadial Completion .... ........ - .......... ...... : ............... ; ............... p ...... 14.15 Drnputapofiol'Tinics 'I 7,1 Dnecrining Subcontractors, Supplicr-s and Others;, initially acceptable, sdheduleq.i,,,:IIt .... ..... .. 2.9 preconstruction ...... ........ ........ 2.8 3nflict, Error, Ambiguity, Disdrepancy- CON I'RACfOK to Keport...-, 2:5, 33.2 instructi6iCbeenre starting by C,OM'RACrOR .......... ...... ;..; . 2.5-2.7 imtructiorl MHuhinffy. Equipment; etc ...... ............. 4 winuing the Work .............. ....... :.. i... . I ...... 6.29JOA )ntrac t Documents-- Ame , fi d I ag' "Bonds EMIC OUNMAkL, COMYTIONS 1910-8,0990 EDITION) v,/ ms CITY FORTCOMINS MODTFICAr(REV 9 . I 0 `Cash Allowances .......................... ...... PX Stop k\rork requiremcnis .............................. _;4.5_7_ .ON'MACTOR1's­- tVticle or,Pdrugraph Number Article or, Purn aph lan6c of Corilract Nice I I `,C lange of Contract rimes .... .... Compaosatfon ........... 'langes in the %vorC, 1 )A' I 6.'i' Goruinuing'obl igkion ... ................... 13.15 cl C*ck;and verify,.,,,,.,':.-- .................. ;:.;;.; ........ ,2:5 'Dq%e'aive Work,':.� ......... .......... ; ...... 3.40-13,19 C tififications and DiI,ty'fo corriRt defic6e'AV&k ............. ....... :J334 Tnttrpretations........ A,2 ;16. 9.4, 211 Duty to Report ,definition 0( ...... ;, ........ ....... Ciiaug'es'in the WcWk causedby ,li-NUUNThFR is initial intcryprctcr-rf..',, 9.11 Emergency .......... ,6.2 3 F.N611*'F.R OWNEWs'feprescritative .......... 3:1 Dcrcctsin Wmk.or-Othess. ...... ...... ........... 13 -a% general, DifTering conditions,,-,.-,,. 4:23 -ln,suranw.,,. -R-3 Discrepancy in Documents -2.5 '33.2,6.14-2 .. ........... ......3 Intent ...... ....... ............ .1--3:4 undergrtiund:Fa6ilitks nouindicated ........... 43.2 minor v`ariationsin the worte......... ...... ­� .......... 3-16 . ........... ....... ........... .. ; ........ l5. 2 3 s rcsrims .......... ry kental.-Cost .R's rcif)on§ibildfy to make - of the 16r6., ... ;;� .......... 1 P4.53 promptpayment...... .................... 8,1, 14:4, 14.13 tree --(nst PlCm I ......................... 11.4.5-6, 11:51, 11-6 p recedqnc%...., .... �; ....... I ....... . ... 1,333 G1 on cral_ \N.In rprahly ao,dl G,ua raniloe. ; ........ ; ............ . Re6ord Documents ...... ....... , 6:19 Fluza . rd Communication Programs,,,,,- 6.22 ... .... Rereren'6e to'Standdrds and , Specirictitions lodimnification, ............. 6. 6.161� 6131-6,33. of TcchnJcal'§ocJ4i5% ........ 33 - .......... 73, 13-A 9clated Wdrk �': ........... 4:2 ....... Labor. Matcria s,an' q 1. 1 ­d H. :16. R . eporting and Resiilvim! Discrej�hficies: 2. 5, 33 Liws and keggulitions�,Com�l ish�� 6.141 ...... �..t.:3 7 Eaabilfty Insurance ..... :,,t .......... 5.4 Supplementtn ................. : ........ X6 - Notke or Intent.to Appea.l ...... 0. 10.4 i'imin"Ition" of ENG INTEEMs Employmm; . S 2 obligittion to perform and compkt.e Un it Pf Ice W* ..... ; ....................................... ....... .. _;.. I ....... I ......... ..m ........... :030 - I .variations.: .......................... ......... ... :34 03,�6;b Patent Fees and Royaliies, paid for by, ....... : '11nrids ...... e):12 visits to site, holca �Jlmws ........ 9;2 . p&(ormatici nit 6h'�r ............ ........ 5. Contract Price-- Permits, obtained and paid for by ........... la, ;adjustmtnt ur;,,, .... 4)- 9.4j 10 3, 11:2-1 1�3: Progress Schedule 16. 2.8.,2,96A Change of 6_j9, 164, 15.2.1 Decision CHI bIsPUIL's ­.:._;'; ... ... ... W',, Rcquc - st flonfornial decisi6noli disputes 911 definit on of.............. I ........... ............ Contract Tiatc�s- ghangas in the Work- 3*.5, 4,1.-9�4,-10.3, 1'_ c6ii,e�-myng-"Su,bc6ntractoisSuppliers Change of .............. ................. ..... 12. 1 A 2:4 and Others ... .......................... ...... 6;8-6:11 1 1. � . - . - , - Cora m-ement of .......................... 2.1 . Continuing the Work .... ............ . d . efiniiion o[: .... I .................. 1.12 CONNTRACTOR's c\pcn'qc . ......... ; .............. C). 7A coi,rrR7Ac-ToR- CONTRAtTORs Gerier:61WrIrranty rNcceptancc or Insuraqcc.......... ... ...............;, . and G ua6riicc ...... ...... I I ­­ ....... *,* CTI &MLUucauons�: ....... .............. P . -462. 6�) ��2 .- -, CONTRACTORs' review prior.16 Sh'up Continue 'Work .......................... ... . ...... �65.29, 10.4 'ffj a %6 or Sample submittal ....... 'ng . fi,25 coordifintirmund scl�tiduling;_ ...... 6.92 .................................................... 13 Emergencies ...... ........................ .G;23 1invited Reliance on Technical ENGWEERs evaluation Sub<tiiules I .ath Authoiized , b 4 ....... .12 or "Or Items ---- ......... Wiy' I S I t I op I Workor.7fermin ate.,_ For,Acts:a njorrossions P!PVi4e sts nr&iss to others ............712,13,2 of Others * ...... ......... Safety and Protection- 4.3.1.2. 6:16, 6.18, for dcdoclible amounts .................... 5:9 . ... ..... ... .. 6.2 - general ......... ............. ................ J.-2' 7.3, 8.9' ............................... Shop"Dra%Ong qod Sample Rev few I Inzardous.Com at uni ' c.-Mon Program*, .... Triorao SI:i6ival ............ ..... . .25 . .......0 lndemn'ificati'on .... ........... : ............... 6.31-6.33 E - JCDC GE-IM(ALCOIND11IONN 1910ag (1.990 EDMOM 0 0 0 Labor,,'Ma.wials and Equipm6nt ...... ..... ;L,0 3=6 � CONTRAC TORS -bth.ei ...... ....................... -_ ... ....... ;I I Aws and I Nt Contractual .5 4:1o. Cdfi actua Liability Insurance -".5.4 C�bnlrac;Wal'Tirne ..... ...... J2.2 Article or Paraguhph Article or Paragraph Numb'cr Num66f Notice of variatibn from Contract DOCUnILnIS ............... ............ ; .............. 15,27 ............ 12 Ij Progress Schtd6lC-, ...... ......... Rceord 1)6cum6nL-.............. I ........ I cl3t�d W'ork- perroirned pfior 16 ENO�EER`sapproval 6 required, safestructural as ........ .18... Safety� and ........... P .......... 1-11----�� ,Safcj�Rc resentative 6.21 'Scheduling the A:Q Shop Dr*i6gs and Ssmp!cs ....................... �§. 24 by ENGINEER R 6.26 Site mess' Submittal Pioccdurcs'; ......................... ........ 6-25 su�stitut C'--, M q onstruction ctfibas 'and -Wocedurcs 67,2 Supe!jnlcndencc., ............ ....... ....... Supervision ....................... 4 ....... 6A- ,Sui�ival 6f 06iigali(�)r 0. 34' Taxes Tc!sti`ancl-lnkl3�ccpm-s .............. ...... ,To Report... .............. ........... ........ "Y.5 ii§ht fo-cla - 16 ......... ... 4, 7.1, 9.11. 9.5. J (1�2-jl . - - 11,1-9112. 1. 13.9, 14.8. 15.1. 155. 17.3 'Safety and Rotection. ... :_...-6.20-6.22, T2. 13.2 Safety' Repriewuntmiv-e-: ........................ ; ........ :,....6.21 Shop Pr2wings and Samples Submittal- ... 6.24-6J8 Special Cons6ltaas' 11.44 Substitute Coristrilction'Methods.ind Prbi:cdures,6,7 Substitutes and,"Or-Equal" Items. 6.7,1, 6.7.2 Subcontractors; Suppliurs and Othen� ... 68-611 1 SYpervisio'h,wlcl §�Ucrimcndoncq ... ;'6 1,�,6.2. 61,21 Taxes. Payment,by-,,-... ... -; ....... ...... ............ li.6.16 -6. 19 Warranties -a'lpd guarantees. : .......... ... ........ ! ......... . .................. ,.14.3- I I MR eal Conditicms .... ............. ;_:.4.23 14:8 L�bdrdirfatmn-- CONqRACTOR's rc*otisibility ........ .......... 6:9.2 Quotes of Dmu.ments ....................... ............ Correction POtxl.... Correction. keffiovil or Acceptahce• 6.1f Dqfe,.�-fiyo .1,V6rk-- ......... 1U,41; 1.310-01,4 Acceptance 6fDeI&L'tive Work ...... . ... -3 Defeclii" ........ 6.'30,13:111 Correeiion �,crioO ........ . ........ ,J1 1 1,2 Work--- -----13.14 OW,N�,R�i Iay Stop Work 13`1Ct of Teki and Ihspcction*..,..,--, .... ....... —.13A, ond,s,aiid,insurane,ciad.ditio.nal.,..,, ..... ash DisEWnts ...... QMTRAG TOR's . ..... ) 116 .................. ............ en cral 11. 4- 1* 1. 5 oific.6ffide:hftd ov&hcad mes,an V'dmnagcs ........ It, 4.5:6 latcrialsancic 'uipmcnl-' I I4-2 finor, expenses .... .............. . ayroli costs on changes ...... IA urfbrjred bSubcontractors- 1. l JIA.53- and Iiccnsc fees C - ffi , b c o a fi d je' m' p'b!.j--z'y a-c ji 1. 1 -t i-e-$ ....... ' Mai Consultants,CONTRAGTO.9 R'1 .. ....M.) 1. L xCS related to the Work 2 - 1- 11 . .... : ................... sts and Ins. iron:,,, Pee ...... I ........ ................ 1d, bis6ou*m*L*s _ ................ ... 11. ... ij �tCs 'fuCl unit sanitary Inciliti I CA, IA - irk reg , ulu h6,urs ... ,ng Work . .......... : .. ...... ".- ...... ....... ... 6ish6d IOlt.- ... -t .... ............. ...... )1" sputm- ....... ....................... c of , 13"13 ........................................ LJCM rENERAL COMITIONS 1910-8 (190,117ITION) wl CITY OF FORT &)IJANS MODIFICAVOMI (REV 9149) s • Itw Nor,'1(can DsviPBon. UnIG 2013 Qnd tlb t Z013 UN11C6vh' 'fotad Coate i0901 Fae6Aecaml'w Asphalt Cmnent Cod Adjiuhnatd pace Account I Soon 1 , 202.10] Gtindii (pI irigl S&f.ca Prep6atial<3^ SY 14,000• VA4 S 34,160.00 '2oz 0" CidvrWag(pannvg) Surface Preparation V IzY' SY, JrOB L789 ,S 10,115.00 202.36 Grubb ip,l ng)Suiface Pre I Ui5'=<T' %Y 3,500 53.76- S 13,125D0 . 202.40 Gdndng (ldmiag)Surfaec lre}etstim TS <9': '"r '12,W 34.61 S -60,606.00 2M.50 Taper Placing A§hm0l to Duller LY ,75,000 52.07 E 155,250.00 20160 Bobcat Slyl� Milling 53" 'SY 3,006 55.65. S 16936.00 `202.70 Bobcat Style Milling- Addilmrsil In& Ttaidneas _--- 'SY/IN - 600 --'Snb5: ` 5 - '325D0 202.SO G chnt(Waulog)In-Place 5"<7','p go Haul, SY Mo 'E3.80 S '1,900.00 201.90 Gdndug (Walriog)lo-Plhre ]"<9"=Na HaW' _ SY 500 'S4A5' S 2,225.00 203.10 Exwvatiwn- Gneral L nan 100 CY CY 500 $24.26 _12031 S 12,130.00 20320 EY2avation"Geuerel CNit 100 CY:� CY: 200-- 1 4,142.00 203.30 Excavatloi,_ Mlici 6' 300 S20.75L S 6,225.00 203.40 fhnrow-Lea 3 Sbmi 100 Ton Tan 100 $21 AS 1 21165.00 2050 Bartow -'Over IN Tm' Tan 200 $13.91 S 3,190.00 26370 Shoildering 'I}' 1,000 S010 S '"0.00 20810 Rod Wallis LF 400 '5310 S _ 1,2W.00 209.20 piunb Rubber Wattle i,P 206 SIL50 $ ..2.30600 208.30F Shod Bales Each 5 S4.76 S 23.80 '208A0 Sit Fenre LP 100 S195 -S-195.06 210.01 Ressi Mailbag Each .h 3214.55 S 21455 21001 Adjust VBI9f Box 'Eoch 'L50 S15335 E '38,38750 'ilo.oj A§as Velvc BoxivihRiug.Each 30 $6820' - E 2,W6D0 ` 210.04 A§usIVal LH a:lYct6860 Setieyllem R69•Snew Type A§usable lLtta Eath 50 S65.S5 - S '4,29250 210.05 A§usand RelAace Top Scv6anof Velve B6x -Eadt 50, 3303.65 S 15,18250 210.06 Tyler 68505aies.Ilein58, 14"Valve BidEIenvoo(ParfGdy) Each •1' 565.05 S -65.05 210.07 Tyler 69M Seiiew'16"Valve Box Tap Section Without lid (Pat Only)Each 5 S65.36 S E536 210.08 lyler6s6n St'ni 26"Valve Baca Tap Seefien Without lid(Pact imly) Each, '1 S19,32 S 7952 21009 Trial Vole Bax Repleamm4Tyla 6660 Seiiev,30"Bbnof Srgiat Each .2 S460.58' S 921.16 ' 210.10 A§ua Stendzid Meohde<_bt"" Eachl 205 S:! IM S 74,26125 210.11 A§u3Spednl Monhde>24" Each 'M S455A0 S 6,831.00 210.12' A§vAMmlholewith Rirg Cacti 10 $166.30� 210:1] A(in4Menbdea thL ;gRiAi24"de,<T'heigbt 150 SIM.30 S-.27,915.00 _21014 A§aW MuJide with L«idnp Nll+ 2J^der;>3"heigM Enrh 10; 5166.30 S 1;863D0 21015 A§JAM Jtde n'alli Lodiitg Wntg ytd"de,<3",heigW Each• -13 1217.35 S 3,26035 21016 A§ st Manhde anth Loddng Rnng>24"dia,>3 height Each E) 321735._ _ S 2,173S0 306.01 ScIn ach, repamhi. SY 51000 S1.70 S .8,5w.00 306.0E A_mhellRccyciing5-10" El•- 5,00a 1i095 S 54,760.00 307.10 C.P.C. Hy Anti Behvered St Spread 12' Depth Imiby' peighl SY' 30,000 :S6.85. 3 205,5m.00 30720 Stabilize Subgrade -T fled, Wattled, &Compacted SY 10,0N 'S3.15 3 31"5ND0 403.01 IfIA Crcddng SX_Paaf'ng S.0 OdMai' Tm .0 S69AD S 403.02 HMA Gadng SX=BasAdbaBCmd tTon .0 S78.20 S = 403.03 TIMACmdng SX 76n 500 160.80 S '30,400.00 101.61 MIA Grading 5, 64,28 Modified Binder Tan 7AOo $62.51 5 ,G7570.00 HMA-Gndg S,&I-22Hinder Tan 38,000 $56.44 S 2,144,720D0 ®y3A Gredg SG Tm 300 SSIl86 S 15358D0 E HMA S 75A 00 Hand Patching Rmme AReldnm Tan d-,00EhlnOn E 965,000.00]IMA SG75/IW HandPatdungallY Remwc& Replam Ton 300 Simon S '33,000.00 HMAP4ver Patcbing�Remove&Aepiare Tm 350 S9J.00 i '32,5".00 -,Correetibn�orRemoval of.,,,,,,,,_,,,,._,,,_ 1Q.41, 1111 Coriccnon Pcnod; - ----..-. . 13.'12' n general 1 ar l4 ,7,, O.'l l .Article or Paragraph ?�Tuntliir' Observahnriby, FNGRdF,FR..................... 9,• OIVr�ER May Stop Work- ,;..........I ........... .....13.1 U 'Prompi Notice of Defects ........................ .. ...i-O Rejectin5 ::,.........t...., 9.G. Uncovering'the Work ...;..:. 13_8 'Definitions ............................................. ,.,.. ....,_1 gala}s,................ ............... ... 4 I, 6.29 17 3`12.4 Delivery of Bonds ?.1 -Delivery of certificates of msurance 7 Determima66w sfor Unit Prices.,,,,_ 9.10 ' Differing Subsurface or Physical'Conditions'- Notice of ......::: 4.23 FNGfNfFR's Revius,4.24 possible (-'on tract Doc imnenIsChange: 42,3 :• Passible Rice,imd Times Adjustments,,.. 416' andle'solv ins.; ?3, 8 3 S, 6,14.2 Dispute Resolution- gA rccincnt:...:.:..:.:.:...:..............:....:::.. J61=1G6 :Arhitranon - 16.1 16.5' Mediation .16.6 L)isputeResoluuonAgreement ... . IG 1-16:6 Disputcs,_DcdsionsbyhNGIN1iER 911-9.13 Documents- - of12 .:. ......................... ...:... ..... 6.19 lefinition of 1;15 tc of:\erccnuni - detiiMfbh,a(.,:, I :1 3linterpreter Uri disputes;,,,,,,,,,,,,, vII-9:1'_. on:oC.......:................. ... ...... .....:1 17 .ions on authority -mil responsibilincs ,9.13 menr of ..- S3 it Project Rce rescn6tivc .......... .. 93 SIConsultant -- definition gt ;;;,,,,,,,,,;,,;I ,18 ,IAWNER's'RcprescntatiYq ,,,...•.,9:1 i'aymicnlsdo the CQN'I`R9C 101 Fesponsioduy ;9.9_'1A Re ommendatzm oCihlytnenl 1a_13 Article or'Pariigraph Ntinilier'- Responsibilities Limitations om 9 I:1=9i13 kevie,Nv, of'Reports on Diflenn6 Su6sdface" and Physical Conditions ?;4 Shoo Drawings and Samples review • responsi6i lily . ,-.:.:..: ..:.......• .-. - ... 626 )Pis in the \Vorl. lnterpretationti- 1 9.4 ales y 11-_9;12 Limitations on L NGINHHRs A thong 'and l2csponsibil t cs........ .:: ......:::9:13 OWNEl2's Representau a _,,.; )ii Project Representative -------------- 9.3 Rejecting Defeefive.Work _ 9.6 ShopDranings, Change Orders and PnyTtents-._.,.t _9.7=9:9 Visits to site.:::..-< Un t Price letermmations .................... Visits to Site..- .....9.2 Wnitcn consent reywrci ,; ....... . .....7 ? 9a laterials and L•yuipmen.t.... .......... .......6.7 siony 7inana"I Arrangements . ,;_ ., H.19 of physical conditions.....;;.; 4:2:1 , ACTORS CostsPltu. ...........::........:.1J,G definition of;, ,.., :::..-..:.;, - .,;,,1r19 issued liy ENGLNLRR ................................. 3.6, L'9 6 Final Application for Payment,........ ..:..:...14.12 Final inspection,. .......................................;14.11 Final 'Pavmcnt-= ty and responsibility, limilatiyns'on ...9.13 Genera izea Variations in the Norl>,,,,,,,,, 4 def Orders, respo"sibility for : 9 7 14 11, 11 prii .ationsandlnterprjitions„.. 363,4:4 Giving ns on Di3pules 9 II=9.12 'Guarar 'e Work -, not ce of „ „ , , y13 1 Haisrc lid nof Substitute Items 6.73 llazary )' ...:.. .... •.. ........ 63' 9.12- .def . .. ivork is'Accepiable._-, .......... 74.1 ger ations..........................................G lh?; 9,2 ptancc WU-.i4,14 ............ ................ or -cash allotpinces................. ;............. 1I:S isions .:...-..:.-_ . ..... .:.17.3,17A Pf .. - ....... ........ 1 �4 references IQ;,,, .......... 16, 6.46 (> 6.7,'624 lVurk byCO�r7•R?.CTOR'-; 6.34.1a.12 iiunication Programs;6.22 of.::. .......1 =l. 4. ..... eresponsihility'for ,;: ..._.,,,_$.10 Exw.OL•-.ntAt co\'DrnbNtS. 1910S_(1990 EDrHOM w/ CITv,QF1 ORT 0OMA1,S 7NOp1FIG!t710T3 (RF.V ?M) P Indemnification - 6.1�,.616,6;3It6.33 Initially.Acwptahle`Schcdulcs�., .,,.,,,_ ,,,,;,?,9 lnspectioh-- Ccruficnteso(.., ,, .9,134 115, 14.;12, Final Article or Paragraph 'NuniNi-r Special; required byLNI G NEE2 ..:.:.. ............. 9.6 Tests and App n a1 _ t 7, 139-13,4 -Inswance-- Acecptancc of; h} OWNER . ..:..:: .......5.14 Addtuonvl ,required Uy changs m the'Work 11,4.5,9 Beforc starting the R ork,.,_ , , _ . _ .......23. r,6.5 58,'5,14,9134; 14,12 ctmtpleied opernnonc..............::................ �'4 13' CONTRACT'ORsLiab y. ....._._......... ..,_;i;4 CONTRACTORS of jeciion to coverage. ContractualLiability:....,.5;4:10 dcduct&c atpounts, 6VtkAC1 OR's responsibility . ., ...:.. A:9 Finn,I Application for Pa}�lient , ;-. _ .,. 14.1,2 Licensed Insurers.,....;,_ ;,:, ., .5:3 Notice requirements, material changes S , 10.5 Upton to Replace ........... .............: ....>a4 other special inswanccs;,,, „Salt OWNER as fiduciary for inswt.ds ? 1� 5 13 OW14Ms Respcnsibiliiv:... ................. Partial Utaiialion, Property Insurance: .:'5.15` Property I0.. Receipt and,'Applicaiion of insurance Procgids.... ......................................... § ecial lnstlranco p �:10 Waiver or Rights ,....,._ ,. ,.,... „,,,,;�11 Intent of Contract Documents .................... „ ......3 1 3:4 . GteFpretation"s. and ClariBcatirins ....................3 63; 9.4' Investigatiuns of phrsical•condittons ......... 4112 Labor'. Materials and Equipment, ... La;nds-- and. Easements ....::............ ..... ;: ;;;,8A Availabdity,of., ...............- .....4.1.8.4 Reports and Tests „ SA -Laces and Rcgulniions-=Laws or Regulations -- .Bonds ..................... :.................. .:.. ingcs,in the VorF itraclDocucpents .....:. .........:: ._,,::-I;l' NTRACTOR s Responsihthues ::..:. 6'14 `rection Period ,te eeiive Wor}............... ... ..... 13:12 a of the iVorl' iakcs;,.,,, :m ion ol'.._ ..................... ..... .............. A31433 • Insurance ................ ............ ...5.3 Precedence 3l, 3.3.3 Re&rcncq to ,,,,,, 3.3.1 SuCel}' and P ote linn,: , , ... 20, 13 2' Subcoruriictors, Suppliers and Others , ,,;,,, 6 8-6.11 Article or Paragraph Number s.:iittl Inspegtitins ,,,,,; Siteq: ,urancc AGI' s::..:...: :.:....... ?!4 .'S re.tiea and Insurers 5:3 on for Progress P'iytnenl,,, „ :,,,..,,14.2, 4CTOlVsWarranryof'I'itic 143, rplicmtion for Pay nnnl,,,:.,;. 14 12 tof ..........11s23 C( latms........................:...... 14,15 6n ENTOINEER s authprity and Authdrizcd. ....:., . -2 intenancg;and Opeieting Manuals= —Final - roe,Payment Final of others)-_ Precedence .................... _ .........:.. Reference io m (ontr I ict Ddcumi ntg .,,,;,,,, X3 :] trials and iqulpmvnt-- ftlr6ishcd by q?N1TRA(-iTOR :...:............:.. 6.3 not incorporated in Wort. ; ,; „ „ ....:.. 142' ation of Itmcs_ 97:' -, d7:4' ., Notictl .....-'.:.: ....:...:. ....:....�7.1. dlCl nm ....... .... - oval Fees and"Court Costs Included,;; ... 4Ti e cantr�cts 7 or Ind Fated 4 3,3 r Acceptability of project., ... , _; ;: 1'4 13 Award, deGntuon of:.. 1:25 .._ .: Claim :.:.... ... ......... -- 17-3. ...... De lects:l31..1 .Differing Suhsurfhcc or-I'hystcal Condrttong:.,,: 3?r3 G1vm Tests and Inspections..; ,,;, ,133 Variation shop Drawing and Sam' 1g :,,,,¢:27 Notice to.l?roceed= ................. giving'or....................... ..........:. ... �:3 i.1CDC CENKRAL COMMONS 1910'110o EDMMI) wi uITY OF FORT 4 Y%J f.M. AIODTFICA' MOWS (REV 4{99). 1\6tification to Surety., -., ...... ........ ....... :.Jit3 Ohscr-ation. hy;FKTINhhI:,;: 30. 9.2 6­ 'Occupancy-oliIt Worh 5 IS 630t2.4, 14.19_ - Chn issions or acts by CONERACTOR O.9. 9,13 Open Peril pglicy Conn, Insurance; ..............;,, ......, 6 0 Optioq to Repl•iec........ ... 5:14 • ''Article or Paragraph Numb r ,CJr.Equal" Items......, ................... ....... ......6-,7 Chher wort: 7 O� ertime 1Nork--p�oh'ibtuon of ,, :, G,3 Acceptance OfdefectimAlork-, 13:13- ,uppoutt,anENGLNEER ,---- 8.2 ati fiduciary .......� i I2=5.13. ._., 4vailability of Land.. responsibildy -, ... ,AA defiriiuon oC...................... ... data,,rurnkh ...........:}.3. \•fayCOrnctOefctne Work;; 131'4� May refuse to make payment„ 14.7` \4ay,Stopalic Wort .................................: ..13:1Q 'Mai" Stispend Work. - Terminate:,..:.. $.S. 13,10 li 1=15.4 1'a;incnt;. make prompt $`3; 14.4, 14:13 peirorntanca ofothcraorl Acceptance.of tht . 6 3u:2:3 C6-hngc ers Ord, obligation to cYccuto ....,,- . ;ti:6, i l7A Communications, ........................................8.1 Coordination of the Wort.,_ -. ,, , ,- - 7.9, - Deputes request for decision, ... 9;11 Inspections tests T HInd epprov`als $ 7, 13 4, _Lialilliq• Insurance , S -Notice of Defects., 13 l Rcpi.esentati��c-•Durutg Cgnstructibn; - ENUIN}iER's Straus. 9:1 tlsbesios: PC$s;'Petroleum.Hazardous Waste or'Radit'mcti4c-Material.................9 10 'Mange Orders a:.... ........ 9.6 Changes in the \yorl;..,.,.: 10A ... ..... �communicauons ......::...:�:....::::..::..:S l- CQNTRA(- 0Rsresptinsibihuea,,,,,,, 8.9' -evidence of fiinancial anRngcmcnt5............. $'l1, inspections, tests and.u' rovaly ,.. insurance...................... ....... .:::........ ............::$:> lands and e5semzni -.-::. ....... .;.:8.4 promptpayincnth . 83 replacement ofENGMEF R2, reparis,end tests $:4 slip or suspend Work ..,.. _..:S, 13 1C; I5A �tcrm inatc'CONTRAC T OR_'s sen•ices..............'. .....--., R:S< ls?' :separate reprcgentative at site. ,., ...9 3- xi • „•,,,13'A ;use or occupancy of the Woil •.5,15; 6 30.1-:4, 14,10 written ennsent or approval requued:.............. 9.1;,6:3, 11:4 uicDc I:NtxAt CONDITIONS 1910.8 h990 cuing yl �Iv/.u'ITy t�f :t'ORTCN.1.115 fitQP1FICnT101;5 (RF.V 9I991 • • • 0 .'Article or Paragraph NL.imbd( written notice 9.4. 9.11.. 1 14.7., 15A PCBS-a , dAriltion of E-29 general... ....... : ...... ............ .......... 4.L5 qk%�Nws ir,csficris-ibility N. 16 ..................... r - definition of Property lnsurancc .... . ...... ........ ............... ­; ... 5.15 !Patent Fces and kby�aciies ..... z ........ .. . ..... t.6) 2 PaNnlent Bonds .............. .............. 5.1-5.2 . . NN"ents. Recommendation oc 14.4z143, 14,13 bjid ­ CTORkn d C NS,rnents to. omp ile6 on-, Applicqtibn for ProgressPayments. ........... _14.2 COM! R Warram y of 'r We -i Final -Application ebi�;Paymcn(._ 1IJ2 4m I Fina]_Phyffierit grid Ai;c66ta ;___!1.4.13 14.14 general ............... ......... ...... 14 pariial.Utiliza, 6 4.40 Retaig'age: ......... I ............................. ; ................. 14.2 k- Mew of A61 ic . at - ion . S Fdr ---- ­",J44_)4J Schedule of:Values ' SU,8st,a,fi t'in -I C 6' in PI �t ion .... ......... ............. .......... ....... I ...... .. 14-15 When paymcnts dui ................................. 14,4i,141.13 Withholding .. .. ­ ............. ­--m ..143 ........... wo.. performance I3c_nd4 ... .................... .. ...... el . I L5.1-2 Petroleum— gericrid..................................... .....................4 5 s4,,tn 'or rilatingAq ........................... :ER's review,_:, I.2.12 ............ ; ...... ............ ......... 'Differing Subsurfi&c.oi ........... ­�..J2.3 Ccntruct Docuin enis-dit-unge 4.23 Price and T lines Adjusime n(s...._,,_.4.2.6 , ind Dra%6ngs 414 cc and 4-21 cc ----------- 4 CONTRACTOR Aiiihomiid Underground gFoun ' Fncilitics-- general...,:.. I ................. .................. Not'Shown or Protection of, ............ ...... I .......... 43, , 620 _xa or P.nnigriph &ILIO'ber or Indicated.,., ......... ........ _4t3.-I chnical Data ............ ........... ............... A.2-.2 2.8 nary lylatters TA ;S, Use C�t,_ 6),646.18 :h;rfigc' of contra, ct on tract; or 01 ;sTayincril, AppApplicationsf6r ..... .... ........ 14.2 ....... .... ..... 14.2 s Fh,edule. 66N;fRXC'1()!Z's .......... 6 .1-8, 9, 6, 110.4. 15:2.1, -definition of .... . ...... .......... : ....... roript paynicnt,by.OWNTFR,., Yoperty I nsurqncem- Additional;.'' ........... ...... ................... and application of proepeds.., ... SiMfer'y anti !�,, , 132 h4Ht&ial-- of ........................... ............... 1,32: 1415 ik's responsibility,for ....... ...... J-10 :14.4, 145,:14,13 .uments; I % 14,12' -ocodures, fbr-maintiiriing� .......................... 2.8 ?6ints, �4:4 ........... ....... . ?.6 . . . . . . . . . 'rite ....... ............ ............... .................. _T 1-73 forn ' wd Pri6riii-sh6�i Drawings` ,and Samples submittals review G:28 c W11uliitiv'e ....... ........... I ­'.: ... 114,, 1 T5 — 7 Correction 6FWJaefive W&k- I ­ .. 1 ----------- )3;11 I .1 ,reements, OWNERappro�alrequirc0_.'714.5,3 nent of gNbI(NE'EK1 by OWNER ...... ...... _�.2 ........... 3; 3.. 11 6; 14. 2:_I .................................... provision for: :9.3 ........... ................... LJCOC (ILNERAL CO3-MI i1ONS 1910-sm�ulmnqx) i a w OF. FORT M 1. L tNS_ M-0 0 _M C A -n ONS (REV 91, Article or I'Aragraph. NunlGa kesideht.Suberintendent, CONNTRACTOWs ..... 7 . - — -1 -.1. - . - - . Resprin.sibiilities=- CONITPLACTOR's-in geji&ral,. G .............. : ...... -1. 1 1 . . ....... . Limriatirins M ................ ........... ........ 9.13 ONVm4a in ;Retitinage .............. ------- ...... 1,4.2 RCllsc nf,l)&um, e�nts ....................... 37 ..eyiewbycovmAqt-OR; Shbpl)mwings urid,Samplt!s Prior. to SubPll , iiiiii- ........... ... 6.25 Review -of Ap lNjcation� for . - Progress Pa),nicrits ... - ........... ....... ....... .... 14.4-,143 Right to in allj'ustmcnl .... ....... 10.2 ---------- ...... en R4qYiqq" Nt ' L F&S�' and fi. 12 Snfe Structlural!IAoadin,v ....... ....... ....... 6418 .and Protection,:,, ,................ 4 3.2,'6.16, 6:18., ........ ---------- -..6.120-6.2'l, 7.2. 13.2 :general ........................ .......... ......... 0:20-613 Rep-r-6khtt'itivi, CONTRACTOR 's,.:.Col S� alnp)es - ,derinitiori bf ....... ....... getter' 61 ..... ; ........ ;.� ...... ....................... 0.24-6:28 Revlcwl:-y,CONTRACTOR ................................G.25 ,ki:viav hy,133NOINTHER ..... .................. ..... .. 0.26, &27 related Work .......... ..................... submitial of.,, ...... ........... :4�2.4.2 submittal procedures ........................ 11 ..... .......... 'Siheduh: of .......... 2.8-2:9. 6.6. ............. 29 1 ().Z P; 11 ScWttleof Shop Dra _wingand.Samp_e_ :Stibrnittals .............. '7.6, ............. . 2:8�26.24-6,28 9j 1 Schcddfc of Valucs 9,1 F 4.1 Schedules,- -Adherence to.......:. .............................. 15:2.1 Adibstingi................. ....... ............... r..... ...... 61.6 fNqngc rirC;ontract Times...... ..................VJA �2. S. 19 Preliminar.........._ ....... I - ............................... . - ').� �.. Scope or'C ani2es ........... ......... :10.3-10.4 Sub=face Conditions, .:.... ....................... Shop bruiwmgs-- and Samples, gcncrRj� .............................. j.t3.24-6:28 ,Change 0 rdeis &Xkiea6ons f6r. Pa ents and.. --4 -l"35 FjkfNEFR's,appioval ...... ................. 161.2 UNGINE-ER's responsibility for review„ ..: ................ ....... §, 7. 6.'�4' 4 -6.-2 81 relatedrWork ...... ------ .628 review procedures .................... 2.8; G;24-6:28 Artietc-or Paragraph Numbu- subm'itial required.....,.,....: ................ .................. 6.24A Submittal Praczaur6s.... ... ........ ......... se to,approve substitutions .use 617-3. Showri'or Indicated ..... ......... ........... Sitc Access Site Cfean- liriess ................... IT by ENGINEER I... ,.,.-, --- -�9-2; 13 1.2 b]yothers ....................... . I "special c� causor loss". polic roriii, - y : _- insuramle 1 36 Ic be ions-- Specifications-- derinaii on o(: .......... ......................... 1.36 cif I echoic l Soc- ictic's, reference to- 1 'JI ;:33.3 standaidsnhd Specification's' .of Technical So6iqtics.. Starting Construction, Defdre 2.5-2.8, -Sterling the IV6rk ........... -------- -- 2A Stop or S-uspend Wor b;v (,oNrrRA(7,OR ...... ............ 15-5) by, 1 R..1310 15-1 ................. Storage of m-ateri:iisend ciq'-Uiprriehl .............. 4.1, 7.2 StmeLural LoadipgSafelv ....... ...... 'Coh6er'nin' .......... ............... d-eri"nition ................ .. J�-37 .oL, deIIYS .........._:.....I... .... ...-li3 waiver of,rightsis ............................................... 'Subcontractors --in general,;;; I Subcontracts- -icquirQ Applications for N)mwht ................. ............ ..... - 14.2 Wlritcnioc6 ind i&raflon M-anurils . - I 4'E; Prucedures_-.. ........ . ...... . IS 061; 1 . Prowes s' c hedules ..... .............. 2.6., 2, 9 ,Samples ..... ............... ........... S�hedule.OfAlnlues ..... ­ .............. ; ......... -, I - S*dulc of Shop Drawings "and Samples Submissions, 2.6As-2.9 1 1 1 1 � .. I .............. ........... Shop DrHwing§,., .... -:4-1 ........... ............ P.2+6:28 ceni fi cation of ...... 14.8714:9. ,definition of, ............................ ...... r j..3S smbst ; it ute Construction Methods or Noce dure��.. 6;72 ; Substitute%.ana;'.' - -63 ENGINEER's Fw6luitti6n,.:_* . ........ ....... 3 "Or ' -Eclufil" .......... t ......... ;.6.7. 1.-1 'Substitute Constructioh,Wthods ULIX.Cal"I'MAL CONDII-16NS 1910.8 h9190 EDITION} WI CITY OF FORT d"OLUNS MODIFICATIONS 0 to • i Cl Article or Paragraph Nuin ber istitufe Items ..-...._ .,. .6.7.1.2 ace and Physical ton dihons-- ......... . ... nnngs of; iri or relating to ............... 4+2.1.1 GINFFR's Ret few ......:.. ........ . I ?:4 y ing Subsurface of .-423 ions:... R Doi,tunerits Chunke _ . a?.5 ndTimes Attlttstments .;, a G .42 ditians at the Siii. .......... :.................. :.:4 2 CONTRACTORsresjiansibility'._..,- S!.I OiVNFR shall not supervise „ 1i,9 FNGINF.F.R shall nor ,uperinfendenae _-. ,, y; F 2 iupenniendent;�G01.1'f12ACTORsre'siden4, ..,,.. ,:d�. ......., r principal references tq, Supplementing`ContracuDobunienls '46 Supplier _, definition of....:.: principal rcfcrcnc s,to,,;,,,,, ,3:7, G.S; .S G.11, 6,20, _ - ._ -6.34, 913..14.12 Waiver yf Rights 61.1 final,paym cnl:.:................... 14.12, 14A4 .has'no'duty tq'.;: 9.13 10) IS' of .. ........... igations ....................... OWNER play ,,-,,,- VorkandTerininalinn . - 15 of Tenn irafe C)wNI• W flvlay Suspend Work OWNERMayTerminate ._ 152-15.4 I sees--F aymerit b} CONTRrV TOh „ , ,,, ,, „ , 6-15 Technicitl Data-: Linrited Reliance by CONTkA&01R..... ,;:,.,,g 22 Possible Pikeand Times Adjustments_„ 4,26 Kcpnrts of DifTering Subsurface and Ph' YS1'.cal Conditions _ 4 7 Temp6raryconswctionfaeihnes>... ,,,,__4.1 Article Or Paragr4h Number by cpwpAC.POFt, 15:5 by OIVNF.R ... 8 T 15It-13-0 _" ... - of ENGINEER' semploym of ,,,$r2 Su'specision of Work`-in't_cncril......, ....15 - 4, its anJ rn-sp�ectibiis-• Access to iliework, by others,,, ,, 13?, CON_ RAC fOR's rc., ionsibllltles„ 13.5 66st of 13.4 _ covering Work Prior'to , . Laws and Regulations {or) `_13:6-13:7 13S Notice,of Defects .... ....................: 1 3a R 96 Uncovering theWork, at ENGINGFR's. request, 13:8=1!9 Change nfc( ontract',:. ,12 Computation of :::.- ::.. .:,:;;. 17:2 ContiuM,Times-JeGnittcm af,...... 1,12 day... ..........................._:-........_...._..._... J7.2:2' Wicktincs :...:.. _ :12. .,.;.:..... . Requirements=- . apPcals ...... ,. ,,,;4;10, 16 clarifications, claims and'disputes U9 11. 1.1:2,:12' Comui6ncemcntofContmct'Lime$„ _ '23 larcionsiruction P,nntcrcnce.;;;; , „,,,,, ,;«;S' schedules _.. U,? 9, 6.6 Starting the"Work_, ._. - ^_, Titk. dVa rarity o£ .......... 14 3 Uncovering Work, ; ......... .....:13.S-'13.9 Undergraundraulities Physical Conditions*,—' :JAI Not rndicat61 43. t don' P .-_ , 43,'624 - Shown or Indicated .... ,,, 4.3.1. Uhit Price Work.- de£uunon of 1.42' genera111:9, 14 1, 14.5 Unit 1?rises- general IL 3.1 .Determiriation fort.; ... .. ..::...:. ..:: ........921 ft Use of Premises ........6.16 6 1$; 6.30.2.4 Utilityowmrs',.,11;b20,7.1,73;-13:2 Utilization. Partial 1:28,5.15.,6,30.2.4.14.10 Value of ihtilVorl ::.:..11:3. Values. Schedule o£ .....1,,,? 6 1S-24'%,l4.1. •Ii1C4C CGi�t*�2AL C071L)ITION51910-8 (159a LDI170Nj tvf CITY Of FORT CC)I.t.tN3 MODTFlCA'1T6N5 iRBV �ifcr>) Variations in Work --Minor Authorized,_ ;::_fi.25; 6,27, 9:5� Artigic or P'Bragrapb Number Visas to Site --by EN!GRTEEK .... .............................. 9.11 Waiyer ofC.Imnis--cm Fi6al Payvntj_ ----------------- :14A Waiver af'RighLs by insured partic� .................. 5.11, fi, I I Warranty Zind.duafantcc. Ocneral- :CONTTRAC.70,R: ...................................... Warranty (if -Title, CONTIZACTORs— 141 Work-_ Access lo.: ........ ................. by()th�rs ........... ............................................ !. T ChanLes in -the, .... ........ .......... ........ :�10 &niinuing the::,..: ....... .11.1'.... ........0b29 CONTRACTOR May Stop 51ldik or-Terminale ............ ........... 5,5 Coordination of ............ ------------- --------- ...... �JA Cost of 1 �5 definidon of ...... ................. . neglected by CONTRACTOR ,...... ... ........ .t 3. 1 4_ otherWork., ....... .... I : .... :7 11 '_-w v _. -� . ... .. . . . . ... .. . . .. OX-VNERMay Stop Work, tI)XNrN M R ay SiLTend Work ................... jIM 15: I �Mm6d, Work at Site ... i6fting the -Stopping by CONTR-ACTOR .... .StoppirqE 113' OWNCIZ ......................... 15.1-15.4 ariati6n and deviation authorized, minor., .5. 6 Work-Changc Dirc6iivc— claims pmrsuant to ............................................an. J02 definition of .............. ...... M. ....... :.__1:44 principal rcferences to ..... 6_6 .............. 3.53, 10:1-10.21 Written _4Lm6jndmcnI-- definition of. ........ 1 A5 princip-rercrence 3 to..; ...... ........... G.6:2, 6.8.2, 6.19" 10.11, I.Q.41 ,;11.2; 12.1_13:12;2, 14.7�2 Wfitten Clarifications and nterpyciptioi# ... ............... 3.6:3.,9.4. 9.11 Written Notice Required — +by CONTR,1Ctbk ............ 9,1079611. -hy 0WjNrR_6 ............ 1-i 1 (,0, 1 12, 1 J1,14 xv u j ro� 'LcoNDinbr,,sigio*.sii�iorbiTiom C. trrtERA 0 0 • f 17i{s page Ieh Mani. intentionally).; NO cn m (,6mRA't coxn{nONS1910.8 (1990 t)tnoNi W' OfY 6F MIT'0r:r:iNs n�o )IMA IONS &EV 97r5i i _ . >GENERAL CONDITIONS iART[GT:E 1=bEi71ATiT1ONS %Vhercvee..used in These General Conditions & in the other Contract Documents. the following terms: hate' the meanings_ Indicated .which ue%iippliwblc'to both the singultvaiid,phirtilt}ierebf:' , AXI&`itda- Written,.or graphic instruments <issiiM 'prior to: the opening of,Bids -which clarify,; confect' or change the Bidding Requirements or the Contract Dotiinicrits 11 :3 4g�aament—Phc �lr item c mtraci henvicen'OINNHR. :and CUN'rpA(..1 liut'UR' coveruig Ihr. WAto be prrfonnrd;: otontract`Documents ar attachcd,to the , 6rerncnt cool made a isrt thereof es prrn.idrd 11ierein 1.3. pI .licdrion for Pdittrent-The form •reedited ;b)• INGINfl—Yk t •hich' is to be used hy,'.CONTRACTOR . in rcqutsiing troit .ss or final pay.menWand which is tp be gccompanied by such supporting `documentatio' as is -.required SV thc;Cor ffiiet'DocumcnLi. .. ,1.4. Asbe ros- ny maiena-1 that eoritatris more tlati:one lurccntasbcstos and is friable or is icleasing ashestas'Rbcrs :mto tlw'niralinve eurreat'aehon levah 'cstihliihed byrthe Urit.d States Occrimti6nal' 'Safety a_na Health' Adnunistrotiai. 1;3. Btd-The offer tie proposal of'thc Ndder`submitted on the przscribed:foim" selting r5r li.th'e prier,` for the Woik 16 he perfdrai6d. L6 Bidd it , DocimienU-;rh , advertisement or invitauoll to Bit1' nsiructioru"to bidders, the Bid.forni, and the proposed Gonu'aci Dbetanents (including nl,Addznda. issued prior tti receipt of Bids). 1;7, Bidding ^ Regl i emmd-T h-. ' ach crtis imcnt or invit,ition to Bid. tnstructions:looidders: mid the Bid Corn: IX, Bobiis-PerforniunmatidPayntrnCliortilsandinhrr. instrumZnts 6f security. ' 1_;9, _-C7ratrge. Cnkr—A docun;erd. recommended ibe, 1�G T-,R_ yhich is signed bi CONTRACTOR Tand U@NE12 and a6thor3xs an addttidtr fzlehon or.revisian in 'die Work; or an adjustment m'tiie' C ontract price of the "Contract Tiines.'issur_d on of elle"r the Ellrctive DateIoCdie' :9i'retmeitt. - 'Llo, '&ontract b6cum nls-the Agreeinent.,.ilddenda '(which ;pertain to the 'Contract Docmmeats),. CONTRAcrORs 'gid (irclueling daumehtution' .accumpan}ing the B,id anal arty:post Bid d&umentation siibmdted,prior to the l`lptiie of Aivard) when'aItachecl as an cAibit'm'ihc Agreement, the Notice tci focccd the Bchids these Gencral Conditioris, the Suppirmentury Condttioak:Ahe Specifieatinni.`ancl jh Draivinre as the Exix mN,L c u. covurn6i,� t s i its t i 99a htwai i hrr ofq O'r•Oli i oOLLI' as ntoug tcnnpvs (i&"*.lttpi)af 111. Conttne( Ptice—Themonevj- payable; by 'b\VN R tq CONTRXCTUR for t,ompleiiomof the Wo k rn seeordance with :the Cahtfid,I)niunenm as :strited'in, 'the :Agreement (subject ,'to- the provisions. of parngta�hthe rase.of Unit Price lVnd;), 1 1'' 'Conliucl 7•inte.+ Tire numbers of days tar the dins ri�fed in�ihe;At,Vccmenr ' (t) to -chin• 5ubsldntial Completion un'd.(ii) to complete the Mirk so dial it, is ready f,�r final �trtymen :aa.evidenced by ENGINhb'k's urdten'rctonm_iendatwn of ftiial payment dn' atwnlunet.. wA f,aragm 14,13.' 1 13,. �i bN17tA(''/'OR=fhe;person, firm it coxjiiiration' with w'Rom l:)\VNE I2 has entered' into the Agrecn)ent 1.14. :defkthie-An adjcctivc'ivhich when modifying the Word'A4nik raters to AVork lint is unsaiistactory, faulty, at deficient in that it dors'not contbrm to the Coatraet, Wcuments- rr dues not maeb. the requirements. of any inspeciion; reference. standard,'teai-cr approve) referred to in the Contra Documents, or has been damaged 664, tt% ENtsIrYECRs nt,unimeridauon,oi Final payment (unless' resj onsil dit} for the Prot ction thereof has hccn assumed, by OWNER at Suhstanual'Compleuon ih axordina with para pi 14.5 or 14,10), 1.5.-Drvtivings-The driwings lvlueh show the scope, Ceient:and .chitracter of the:.Wcirk to be .furnished and perfoimed by GONTPACTOR:ind which Jule Vezen pfepaf&* approved by ENGM) R and are referred, to in the Conlmtl;Diicuments- -S}iop drawings' are, not Drowings as_sq defined_ 1.16, rpaiiv Dare. of Me Agrirenietnl-The rlate- mtlisatzil to the llgreemenron which it becomes affectiVe; but if no,such dale is indiUaled-ilme ton Itie date on vs'==finch the :Agreement u signed and dehveredbv the List or the' hvo parties to sign- and deliver; '1,17t GNGLVLCR—The person Cum ;cir corpggtipn named as such in: tha Awmicnt': IJS. ENGINEERS ,CohmlIpnl A 'person. fim` +or, 66rpuration havvy; u ctmtract with CNG1_-14LER lti fcgnish:, sc,v.l.ml its UNGNEER's i idipendeiit. professional associate or consultant with respect to the. Project, emit who is identified as stic}i in the SupplementaryCondinom. 1.19. Field, 'Oi-der--A written 'order issued . ibv ENGLNEER'which orders`anintit charges in the Work in' arc ndagee Net rmragaph y,5, b it ivhi hilncs not im olvc . a change in the Contract Pnce orthe rontriicl Tunes: • 0 9 9 0 1�Q. Geriatizi R4fqnkCrn_Onq-, Sections, of DIOiofi'l of the specirla'iiions_ [..I U Hiizun1rniv.Jl'&te=Tlic term I'liziirdousWilste iha: IF g-' prrvidrd in Se'cfton 1004,'-of 11IJ SkAid" waste lltspisaiAcif(42 from lone to time:.. I 22.RLap and &gidaiions,: Lu)tw &j-'Reg74ii&Pis-;Any Lind IIIl. applica-ble laws: rules - iegulations. -ordinInce!W .ciicks and orders of.Hny and all g6veffinneiiial &idiez: eenciesi.auihoritiesan courts havingjuri IOTLI be those holidays observed wthe.cirvorvimirteolurs- Liens-Lieris. 66rgv's. 6cLitity mW rests of cnc . umbr2nccsul=rcalprppL-tiy9r.6,T-' -l'prq!cTtV. 1.24. klifesiDne--A ptincipal event 'grit"cified 'i I n b1c, Contract LG.AieiitS in -ar I'n'terifiediat-6`6 o_mpltititin dilte, '6'r, ti`ffi�e' __pr_6rto. Su,iraiiAiisl (;i;ni6iyt;6n _R A -we fAAvivn!"-writicn notice ly-ONER. to the.'apNrcn1';16m,'Vu1 i)id`jW.jtiitiiig thai'lIpce"cornpiliatimi apparent—, 1v 'the;' -Succcss rI U bidder with the c6ndition's' pr-ocede crnirn�initimf :tfic tu"nc" sfic,cirw� OJVWE ii", if sigh del; 0' 1 fZ will sigii IV he, �N'gi em.i crit, 1;26. Alotico to Piweed-A wirinen, notice given shy 6wmik toCON TRACTOR twilit a copy toEND(3rRFP.K) Fixing the date -on which, the Contract,Times Scilr conirn6icc 0 run acid .qhJv*h.(oNrl'RM�� ' 10k shall startto ii�l. orm, •CONTRACTEORS: obligations 4inde'r ilid ContInct D Ifients. I I ­ 94:14 1 - 1:27. 01 MrEft-The • publ ic body ;Sir �autlicirity, Corporation I I as I soma I tj M, firm" or I Person with Aikii, MNMCTOR'jias &ntere'& -into- the A06&i6it ande6r whom di6 Work is tollic vrvV ided. 1.28. Paiiial Utilbaiion-Use- by 'ONMER -of a substantially o;5nipJ6tLd.pwi'of. thi"Work for, the puniisc' f6r Ai6li 'it" is lintended (or a __re.lritPcl purpose)`prior.to ,Silljo,6641'CoffiPletiqn ofOl the Wort- 1:2-9.- PCBs-PO]ych]Cirina.i.edbiphenvL%. 13Q. PetrokiinvPetroleum; includirig�crudc oil,6minv fraction thereof Vo,lii�fi is liquid �Rtl standard m3oditiofis of 1 1­11- ­ - ­ 66 de ... _'- ,temperature Hnc 'F pressure'- . Q ' gees I Fn1,i,;mi;51t aria 13.,7 pounds .p'rer mijuareCh rahsolute), -Such as oil, petr6lcurn.,fdrl oil. -Oil sludge, oil fefus6, gasoline, kerosene innd oil iriLxikfwiItf offict non,1 lizardousWastes and crude oils., 131: Projeci-The total c'brksLrttction'ot'%�hich-the'}Ntoik' to be Oi6vi&d u . n&r the'Contract Contract Wcurnents nia y,6c the, :whole. or ' apart xis ,iriliPled elaevvfieie .D6qLkrneid_5v 1,31& 'RuibodelilfeAfateii6l-Source: special .ilocieu. or by;the Atdmi�i ERergyAu of WCDCGEkEm,(;o,,4brn riNs iqw-s iv.)9v e6tim) 2 iWCI-Ty ol; voitT mcLu"S (11JN�1200041 . r . � 1. ­ I "I ­­ — ,, ." 1954 lot SN) ps'arndAkl. from' time to'fime.` 1:32ib. Nku P {Nordin g are defined as', 1,00inn to600oc-i 'unless' otherwise repreknWtiVe of LNGM-Ek , ivho.iMiy" be 4s*qd the' .sj e or any.pur , t t moo 134. Somplex-Physical -e\srnpl6 of materials,lln , i equimit , , ri . r orkriamship lhbt� sire representative I of. someportion .of;-the'�W6rk- and iv[iiCsfab"l.ish fie stiaqrds.*whichsuch' orion of lN 'kY&k'willbe 1,35. Shbli 0raiiingsA]l dra�kings, :diavy'ar6s,' dia%i.nitions, schudulu:; and other daiii 6rjrf6rn_iatiun 1. li�yl. iwhicli: are speLifi6illy prepareddr,issembled 0i for Comr sir subinitted _b y CONURACTOR. to llustrnte:sime'portitin nr6e work- portionii of the Contract -lim. inients consisting -of written tech-nicalI .d.cscrypiions or materials, equipment,'construction ymcns, standanl%'Md war V6rk' 'irid &ftaih -MR k i hsiiip as 'aplin" to "the C a '"iristrittiVic ddtMls aniiIiailili tliei;&d: L 37. S firm orli:o"irmiM, having ing a direct contract with CON.TRAC-TOR,or with any ciihLi'Subco'njt-mc'tor* for a.' W-a 1, did i i i 0':' 1.19-, Supplem - eniapj, Condifi6tis-The par! ot'.die Contract Doctiniefits ivluch umends "or supplements diese' General . Conditions:­ 1.40, Sitppliein—A mignuktorer, 6bri6aiah, supplier;..distributtk'rRiit� . rialman, orv-en(lor , having a direcitmintrii6v with cbN,712Acr6R or %6th any SiidI66 traetor to', of -equipment to be. incorporated "m -the Work , I ­ - - b - �y CONTRACTOR o(any'Su bo' !Itrsqpr. I IAL b htlergi-bi;id- Facilifies4di pipelines. 6ondiifts, iluqt&,cabh�l iiviies. tiianlibles:Vaidis, tanks,tunnels or- rnhcr such anac W�iiilffln L _', su - cli -fa , c 'd ilies, I which -fiave' been installed ii_hdefgro�nd in'ifuritisli any hi�'fi )I-' underground I I � , ' j , o owing �services ,or' 0 • E Itrm No. Item ➢exr+lptlm Unit 200 Cavtr9dr Quvitlry '2pi3 Uni10da1,. •ToW Coat ,403.10'HMA-Gmd'mg SX, 58.28 Bmder(20"/e RAP) T. mo 561.05 $ 18315Ao 403.11 HMA (Gmdmg S, 58-29 Binder(205: RAP) To. 2.mo $56.69 S 113,30.00 403.11 BMA lsueliag 1 To 100 Tons Ton 100 $95.00 S 8,500.00 403.13 OITA Lauding 101 to 230 Tan 250 S75.D0 f 16,750.00 403.14 HMA I.evding250 and Greater Too 241 $65.00 S 16J15-00 403.15 @dA-Sp�lfumpa SY 100 536.00 S 3,60UL0 420.01 GCIXexlik PrvmgFibde SY io'ws $135 S 31,".00 42B.02 Gl..Wd WII-50 to SW SY 500 $17.50 S B,750A0 420.03 Glass Grid Mil - Sol to 1500 SY 1f00 E9.70 S 14,550.0p 420.04, Glass Qid/8511-150l and Oreafn SY 1j01 $8.60 S 12,75850 420.0E Tm-Pave FaWcSOW500 SY Soo $5.50 $ 2,750.00 420.W Tm-Pave Fobric501.1500 SY 1,500 $4.50 S 6,750.00 420.07 Tm-Pave Fabdcl501 end Greater SY 1,501 $3.05 S 4,578.05 630.01 CondmclionZane Traffic Controt Pn.t 1 6.54% $ 25B4O70.01 630.02 Atldifiond Variable MessageBwd Per Each/Pei Day '8 1152,96 S 1,2236E 630.0 Additional Flagging Hmk 30 $23.97 'S 1,19850 630.04 - Night Work uprhmgo Per Night WodM 18 $1,000.00 S 18'".00 TOTAL FourMilliod,Two Hundred and FwrlLouamd. and Nivry-Fmr I)allma and S(� .�� � Ceuta S,igncd Company Check Ooe: Individull Doiag Businere to Company Name �CmIsorvim Partnership IN M)DITION TO'LI➢: BID SCHEDULE PRICES FOR F SC'll MIX DESIGN LISTED "ONE, VENDORS ATUST SUBAHT TILE FOLLOWING COSTS FOR THE 2013 ASPIIACr O\T.RLA V CON f R.W T Arphah Cemear (PO 58 - 28) Awhalt C'emrdr (P064 - 21) Aapholt Cmml (PG W -28) S 515.000 ?ON 5 SWSIW 7FOv S 610.000 IFON Nvtr: ❑Ix IM1e WrmJen of the 1p 11 Aaplmll OnrWy CvmrurlRmund=7122 ihul the iM1meprlrofer AxpM1ull C.mnn vnlvrWd lq nnJ le r•aap,6e aunn until DnW drzryuore vlshe nurkpnmrmN nvdrr abe 20 U A1phv11 Ounlq' Cmuron Rmenm la vrA1rcN and rnglnaee M1 rdrnaN at Jie rlodvR of r6c. rgnvan. materials: electricitygases, si�eajr, liquid peti-cilcum Pro ' ducts. wle'hcifie, or .other euiniurdcAtitoris, cable -. television,.wwHge and dminagc,rcmoval. traffic or other control Systems or Water. 1142. Upfit Piiz;Vork�Wcirk'tci be paid for M-'thd:bh§i.q of unit prices. 1:43. WoA­'Thi: .craire.,compl6itd construction or th� vtiri6ue'se'p'Hratct'y idrntiGahle lrirts therzof rey fired to be lurfiished.urfdkr ffie.-C66traa Nedniefits- 'Work'iff(Atides wru—m-ishing-"iabo . r ia I nd ing and into ruing fiviierials andequipment -into the co rating or ftu-nishIngi services and fdrnisNiiig 'dncumcnis.,' n1l ' as required by the ',,C 6htrqc t 15 8CUMCnIs. 1A5_ Wtit6i Aiiwndm,,*w--A "T"iften nricricho , cialof the �Coninnct DocunusiiLs,,signed. -by OXVNFR aird CONTRACTOR on'or fiifta the Effective Dnteof, the Agrecrricfit and hohiially d6lirik.%vitli the n6mrgine_eiin_g- I` rather' than -strict y ,or nontechnica W aspects ofthe izoruriici ARTICLE i=Pk, LINUNAkY,NLATTERS qiiimn. Pf Jionjtts, \%,hen, cmnj\urm delivers. -the executed 0 :6�NITEP, CONTRACTOR shalliils6 Mivei to OWNNER. so ch Bo rKIs . as,C0\17RACTOR iva tz{tyuifedio,furr shiiia�ccor(hfnEewit6p-a a h"A Argr, p 6pies of Doi7.uih_ents.-, 1221,b'IXWLleishtill'r6n"t6--CoNTR-,%C-TOR,upt6ten copies (unless-athawise sliie6fied'in the Su&rne leritiiry t6hditiofii)`of the _ Co m . Contract b'urfientsns."a're,re-Ei-%'"mably necessary CVssary fortheemcaii n of the Work', _Additioriiil copies will be furnished, upon rq- I, No, Cminuine6tent tij Contiiicl Times,- Notice toPiv&ieiL '2. 3, The 6ritract Tirnm%vill cuaimence'to run on thc+ thirtkth'-diiy after the BiTeofive'Dite'6f the "Ag'eeJnent,,or; if wl\'6fice to'Probeed is hWen.bri the day indiciwted'ih the, Notice iocz -Oreed, A i\,olic.'e4o Proceed fini any c within thirty days aftcr-Ilie Effective Datc.ofthe ...... URY 'of-th 1].-Aiche'vep' -iseaflier- '(DONTRACrOR shut] start 16 perrortij the, Work, on . ff� d-HE'C- UlhemiheWI "ISrict fiinii,comine-ne'e. to r6y-L huh n Worl, shn 11 he daiie it the'site P-"br'fd -the diiie on which'the CurkniaTimes commence to runt ak. Within:t6n, ' days after the Effective -Date of the' Te rt�c n I t, I )W�sg otherwi-Se '% in thc�,ocnciil Requ- speci le r, c 3 sj�aJj 'SU(Nijif to UNGIINTEER-16r. ic'VI'M ,2.6.1. a prelinilm . rV, picgres;'schedule indicating the '66i (nbeis i;l"di�vs,brrilatiii),f6rstarting, and es (numbers the R'nious S-tages, of wok utclud rig any Milestones specified in the Contmct D6cuments­:' h6ji IDII%virfg,and Sainplc '%uhiniuilk which will -list' cash' required subriflutal nrid" d ' times - - 'bi­ ' ,6min JetantS orSU rutting, vand PTSeim such suhmillat". �2 I I- In -no :mse will a .`sc6ed6IF -,be iiwceO_Liible %;llom;i l -hich aes. §hi than 21._eiile days for 2.6-3. A,prclimiiiary schedule of.'Vulucs-ffir,all of the'Work. which Will irictudt-quiuiIiiim i nd'PWJ=- -of items H-S,g, Sg'a-14ig -the Cart*riicl,''Pridie` and will subdivide the Work intoa-component parts irisulliment ,dewil tu scr%.'z as thi'i bii2is for p-i-o'gr,m-p,ayments*, coon Such prices will include tare ouril"broverhead ' andprofitapplicable to each'ileni of work. I.I., Before any Work at the site is started- CONU RA :1'0 . R snit E>NPFri shall 666*,deliver fo'tlie 4lieF OIV\L7ER_' %"Ith C-0-pici" 10'e'a"Gh- ie41_.- Baal-t»s Sit A .ENGINEER;. 3 rl L-A 9 • certificates of.itsumn6e {and.other'didence of insurance vrt+ish—et�`�' �- �,y—aklitier al tnsvitd—trey, kasFtie131y reyur�t iei�uested bTT.01VNERl•,'which CCIi�71taC1 nR,ar t1�J14 �r ; : is re_ quired to. puriMse and maintain •in- accordance with IaimgrIIp_FLS]:7,—S:Q•nntltp7; . Pre6u6frnrlron qon ereuce. bridhllpAcceptable"Sch idu@r. - • AXRTICL 37CON—MCT AO(,l11NCNTS: ENTENT; wmlEly )i4NG; eI�ase' lntent 3 I. The ('antraeb Documents coivpnse • the. • entire apgeeme, .between. Ct\VNM -arid CQN'TRACTOR wncermiig ;the Work. The Contrtrct Documents, ar`e: complementary; what is called for by'one1s as buicling Ri if LjflCl for;-ey td! The C(int a -bocilrnents will be emstrued in accordance }'ith`the lain of the place<-of<thc project. :3;2. it, is4c intent 6f:die' Contract Documents:}lo :(irCU(:O$ULlG1L�COid1)lilOiJS I'JIVS q'dl6 edi6an wl lily 01, 1FORT (33CLIZIS, MOpIM CM ION,S IREV 4 a WOS' 0 3.1 ,Rgjerence,io &wfdardc_and S*eiftmdona oj- Terhnirul' saciefic ; Reporting and , Res&Ning.. 'lHsrrepdircies: 3.33. ExcerA as other i ise spwifiwllj' slated in'the Contract' Documents -or as may "b :pnri -ided by aiueridment cr sdppl&meattheteto issued by'one of•the meth&6' indicate m pariigraph 3 �' or 3A the, provisions of th, Contract -Documents shall take prmi'dt ice in rewh ink my+conflrcl rrror; ambiguity, or "discrepancy bdwaen the Provisions of the Contrecb Documents and: 3.3.3 1 .the p`rottsion-s of any sub' standard, sp'ecifican'nn manual ;c( dc`or rnstiugtion (whether' or not specifically incorporated by'refererice.iri the Contract Documents),; ,r `312- the pswision5 of hn� i - sucli- Rei6latidiis rifiphcsble to the 'perf0n"FlHnte ;of't]le 11iork (oi-dc�s- "such an t mer * , f the prelation 0 PFP•ie;ions of the Con"cf Domments w6uld '1-6 A idviolation I:B%V of Regulation). 3.5The Contract Dmilinentii, 'Ihiiy be arnended- tb revisions iriAheWork c Air io-rn Idie, terms Hnd'onditions`iherecif in one'-70'r 3.5.1 wChange Order (Pursuant to paragraph 10:4), ,or, 1 14 1 3.5:3: a ,IVoik- Minge ;Directive' (p�irlm*t to' Oiajg-raph ..1-n addiiiorkl the Documents m' d may- be supp emente an Trimor \anaiions wid'diviaflons' in-the'Work. f* be-aii.thcr.nzed, in one or more(if the follrni�ing,ways: 1 Y.6. . A Field Ord' . I I . I -, -er paqagia., -3-62. LNGi-Nt-fRs s*-oval da'Shbo, Sample (pu iauan-vto-;p"*ir-iagr6W and 6:--17). or 163: LNIGINEERs Nvrittcn* interpretationI . or, olarifration {pursuant topnragim p, :ARTICLE 4-AVAIL"-TLl1jYOF-LAINDS; 'AND, "PHYSICALCONDITIONS;' ,,RFFFRFjNCF P..OTN-,rS . 10 0 • CONTRAGTOR.sIt<ill•prot•idc far nll:ndddibnal lands and .access •(herzt0 that'•:mav be 'requred 'for.tzrtiporaryy oormru tign 1seilities ,t r. 'storage' 6f" -materials ,arid eyuipmen4. J_';;.9rtiniiface6itdPhjtnctrlConrfftiatic 42:1. 'Rjpb)1s'ndDrnuitig"s:. Refercrce`ismarirho ,the. Supplementary' Conditions for idcnuficaticn of . 4 ia. 'Sybamfnce,{oschrimE. Those;reponslof e,\plo'rations and tests of subiur see con -itions aior cnntiguonis,to,t a site that fitii-e hten.uiili7.edEby ENGh�fEER, ii ;pieparing'the'Ccmtraci rlci�unents , .and 4.3.1.1 Ah 1M.'Cynebt+ons:. 'l hose draiiias of, physical condtdohs;in or relating to existing surface or sUbiuitnoc strictures at on coringuous to, the•sitc (except ,llndcrgruund I acthni's) that 'have, been utiQd by EN1,01NEEk to ptepsrate lheTontraet; lktcuinenLs: the•ctimollitclim bf such'.rer6rti and draa,inp for CONf.RACTC)R's .purposes,. tnchiditig. but not limited to, am aspects 'of the. Means, mctho"ds; techniques;: sequences;. � and pioecdttre.sof construction to ,be empl&cd-5, COb1TRAC70R. ;and safety ' precautions and pm.gtams incident thereto,, or ' ether ;dtna interprent i ms, 'opinions and inlolntaaon cori%•tincdTii suchrel arts cgsho n orindicited � m such.drniving.C.pr, 42.? 3., any`, CONTRACTOR viterpret tton.of' or conclusion drawn front<anv""tei'}imcul data co' tiny 'Stich duia, .mlerprctiitions, ropuaons• iv. tnforrtiatton:: . 4.2:3 Notice o/ .D er_ing Submi face or Physical Cunc1iIG ; if ,CrbN'rRAC r6k lieves dial am• aujsurfacC; or phy4ical mndiuon itt t r.Cont�utiust r the site thi is uncovered or reii6lcd either: 423:1. „ is -of such'a nature_ as to establish that eny`"4chrucal data"� on which GY}NTILYGTOR'is, zntided iii rely as priwnled,in.parag aphs 9 3r1 and materially uiewuiate. or' 4 3 2. is of. such a.naitirc , as .tu require a cbatng� in the Conth iJocunicnts. or . 4 2:33. differs Materially From that'shmvn or WCDC OHNERAL-001YnON5191US 699V Edition, trr[iw OF FORT 00-LLINS MODISCAr1,ON5(KIA 20410' E tindicated'tn the C gntrnct Dixtunents,,oc 4.'il.4.1 is of an unusualnature and diVrs matenallt•-Gom ccmditions ordmarilyencn'untewd and generally recognized:as inherent at work'of '.tlie linmcier proviried: for m •the C'ontrflci I)ocurintint3: then; 4.2.4. £A'GIMEER'i Rol6i: ENGINESk hill promptly, review, the ptmnuti 4nndmtinq-+detcrntinn the ntce.;srty:uf UIVNER's obtain s edthuunalerplotatlun of tests with respect`diereto and,adytse 01VNER in.% ritihiz (with a . atj y, to '(CON IatA.GI'QR) .of' 6NCdN[•HR's, findings and conclusions, 42::�, PnWhle Contract :iiocantenty. Change: if h:NGINFiI-R utirtcltidcs Ih'tt a'changq-in -the (.otididt ikc"nts•ts required as a result of a condition that meets' one or More of the categortes:,in p uagnph:4213 _; "a Work _ 'C'hangc,DirectiWtir a Changcbrdcr,n•ill';tx issued as' provtde�l. inAAiclri•.lu to reflect and donument'the. donscgucnccs of such change. ,4.2.6 ..Nosttble Tice and Times 44`urtments . Af equitable adjustmeto the Contmet Noe. or :in the. Contmcl,Timcs,4rbatnt_ h wiJIbe:alioHedlolheextenlftt. the. ex s4 ncc of --,such,unmvdred iu revealed condi4rifi souses an utcrease, or decrcase%in CONTRACTOR's cost of Or nine required,fur parfartminve ul; the Work: subject, however, to the,following- 9.2.rS 1, such condition must nreet any one or. more, ; or the categories acsc cd ill paragraphs l 2:3 I through 4 2:a_4, inclusiE_c;' _41 6 a eh rij* in the' Contmct'Documents pursuant to-patngraph 4?,5. will, not I* an automant =yuthortzatiiin ,ol our a. c.tmthtion 'piecedenitu'enbilemenitoanysciifradjustmmt;' - 6 i. with respect to Work that is paid for :on o Umt Yrii:e Btsis,.any ad�ustment;m Contract` f ice 'will .he subjed.`to the provisions of paragraphs 91 O gird l i i9:'and 4.164: CONTRACTOR shot] not be.atided tq any' uitjusltnent in, the rontrtct'1?rice or Times 'if, 4 ? 6:4:1. CONTRACTOR knew. of the existcncc" if such coriditions al the:. time `rUDifkACl'0k mock• a final c"raitmibntnt '.la b1VNER in.,resjitctitC Contract I'rice"end C'ontraci �I'.imzs by the of w bid or* becoming .bovncl under'a- n"' d q.wualc contract, or, 4:2.6.4t.'i the 66sicnce, of. -such test or ptpr final 4 6:431: CONTRAU-1-6k failed .10- 'give the wriften'notice ­ "Ji ' h 4 2.3. as rO4uIreU b� T pumgmp and, CONITRACTOR ktre LmW to agn:c on 0 or -as, to the amount Ar length of any. such 11 or in. connectic and J3. rItjrWca'VCo n* Monit-Unqi4mind Facil ifies., 43A Sh mir or ln&cbted; The irifo-matiori'arid data, '.Rhovn,or indiciaLa in..th,'*("bnin6t;',I'-Jom'ni-en"ts" with respect to rexisung lfindergioutid Fa6lift-i"C's at -Or contip6ls to the `site is haied on info.hma!Liqa:anddata' ,fo�ILI�l A'0 0q_., _ or F'NG'TNIFFR by the omme_r­s of sushi Lrg=nd Facilltei 0r.6V others UnjessIt is oih�i -c.)rcsslv provided inthe_SuppI " ntaryI tondiiions: 43 1A 0 "WER and ENG TNMER shall n61 b� responstble for the kcuiti v or completeness of any or.daifu; H'nd 43-1,2, Thecost of all will lie inclu6d in die C6ritrad Pricy and CONTTIZXC'FOR" dLi,fina, construction, and ,(iv) (Jv)ifie snfety and proloRlon­uCall -such U_n_derjrou_nd Fa�ilitius-,as pr6vick�d in pamg�jph&20 . "ing I any dama-.6c thereto ftsultiffg &6ri the-Wuik., -UV OTY OFFOItTCC)LUNSMODliricA-no--4s(Rh%,.ipotio) Referepcq Pentyk, .4.4- :OtVjNIFR shall provide g surygs ".bilsh reference points lbio constriction 'whi0f 4.5. Asbv*toj, Prgs. Pip-blitup. I?(ywdbxiY:W"c or- 7 0 0 0 E PA �s���-pe�eteunr, �. i++ey�lateiwl-unc-eFeri� Iili DC i etiXx v: cnN� nOrs i � iaa n v�o eaumr K: „rCIri�Oi nOxTC'vLLIN'Ssaovirr'cnlIONS11 - 4(20W C, J nldICLi:,s BON.DSA IDJN [ RANCE, Perjnnnunee,,,Pacmeeit and Orher IIotids surety •bn any L;orni fpmished by CC)\'I;ftAt It)l; ,iis dcclared` a banknupt. or 1kcanws en{ msol%•_or its right to do-busiiiess is le in ated of any sL'f4: a hcrc any pari.of the 1'rolect'ts lncatcd it it cams for meet"the"rcquaomcnisof.paragraph 1 COIV1RACfOR shill }vithin teit dInys thcrc?ftcr substttutc;n6bthci Nord and surety; tinth'uf 5shich mast he acccptahle pi 7l1!CvF12: 53. Zecemed tiuretien and;Insurera; Geruficater•;.oJ Ineumnc'er COi*vT1?,4CTOR'vLiabitiry.Ins-uiance.- 1; . oldims Linder workeisec -rS5tiv;rL distibility TFIC , .. b6fidFits and eAK6F.sl M-flAi LrhpI(?kcc Benefit acts; :42)• xlaiinfor damages hecause orbodily"inj"m- u, occilpatilifiul, dism or atIf '0' r 5A_3_ -xLginih for damage- because' -of bodily Jajury, stck WILS.or discasci or dcathpfany firsoin 6thcr,fhan COYFRAGTQR's.emplayci.T, a a R'Fl . . . . . . . . . ftn'.0— �0.5_ claiyas for damages, other than to thelkorl, , ,uselC- 'becauke-"of 'iniuv to:or destuciono'-f tiinole property INhtf6crI toss-N-,Use qcsultifg ifierefrom; and 5,4.6. claixis for dm4ges l at tsi o(L-bj& lljury 6r. dj5hth of any person or prqydvilamage 'insist: out of the marnkmakJ. 'or, USCT of tiny- motor Vehicle, - The b6uciis U ihsin;ailice so requ ired,by this,pamraph 5.4 to be purchased and maintained shall; 5AV. SUIC-Iulde, the'specific, coverages acid be written for opt less thdn the lira its of liability pr&i&d in'the required, bS- i%l�s 6p 5-4-9. tvt7p&u -eKAL t��i:n q, KIN pq -�ki 9 1 as i i 0o kotia,I CaTy OF FOR] mt.t.tNS mobiqcAm)N3 (REV,vmlo) 5.4,10, incltlde. contractual Ii ijbilitv �i6quran6e, cmering, -CC)I\lTRA(7-0R!9 indemnity' bbligiitions Lin �r_ r grH d P9 H, . Ors 6 6.lo and b.81 ihl6uph 6,33; '5.?!a? : r�omaln'iheffect at,least unid Eml.pdyqrienl an2"' reafter -whai CONTRACTOR 'vrre, ?vg or . Work instucd of ebtrinuation of Such -irelurarioc at � final , . ­ I - z- pnym ent and one y6r therciLfter)- 55. .'In lidditidn I& imurance rccjuiiod.Gifie provi&d bv CONTRACTOR, under paragraph 5_4; 01ANEP- '01, DWNF s option, may. purchase and �nmnlain ;it ONWMszexp'6nw OWNTER , s'Vivrf-HaNlity insurance as will;r�utecC0lNTNtfz ag"I'vist cluiffi"s %"v M-ch may apse frurn op em . t,ions under tli6iCoalrapt Dociurienm fropeit, In virance: -the %u ppl4ni ente ry ffie flffieum , ovjzQ_in—'thN nl�al or-4 iied-" -4 S6 It 6 Re ulmioIi,):m-'Th n,slurar-cle'. aII, 6 -I—include Lhe—inleresls-6i`=O FR oa- -Laliiias i&ntified' in-th&-S include . . . . . . . . . . . ......... shell gt�le 1HEe IS the INA, b-m-0-- ELI __�tflsl th wls: 'se lr�h tided 9 0 wfltei"*W� si ell 'Ih'r t n -5.6.4 , �iml oa,-aAd by 6vp 'Tgei 'Ia Win.�lserposi!i fir;. - . iW MR itiffle fil I gr,- OF ill b6in ................. 16 —bid- Oifi-S 1*1.99V 06m) wr 66T 6� i;ORT-Lo'[:Ln,5 momn'r 6NS'(I • .kwli-n% Micantracicvs -ENGI -IFI 1 11 0 er— in t1dy6nii =-diro' pllvsI J`-4-.,Af Any-, ;-04--havelij 0 C.otnpletibn' of all the Worl,:, ..'alch im�,or ry, dp* ou tracti R"-- d thi (;f4b. accomplished in "accordance Wiih I a,.:-:;Ft#Ks _ Provided that no stich use'or Occupancy, I R?cqiprandAppliczition of Il"nif.ree ProccefIly... A&ept6nce ��flfoyldvdndlhmurdncc. Opfion'to Replaci: 5,15. If OWNER. fiyxls' it decessaryto occupy or, use a portion or Portions of- the kvorli Prior to sub>stan Ial wric I:E 6-CO. TRACTOR'S' RE.S?O�1NS7 BI U n FS - !0 NITRACT.Olz 41111 supcntsc,, iirlspecr "and iljfcct the Wqrk.&on;petifidy;�aiiid efficientivd&ot4 iu-6h AtteAtion' QcPeruse ,as.may be"u'dicc.wry to k.rlbrin the'W&k iii accordan6c with the ' C-6ntiq& Dozumem I s. c-o\,vrR.A( R)9 -shall he soldy rc.sqwA61c Or the nicans me'diock, tqc6iquc.%1 -�cliicncc.R and' ,pr�xdd 66i�%;trucfi6r,'bbt CON*I'RAia'l*bk shall riot �.c_.rc I spon sible I'dr ihe"`ncjligcncc of oth ers- -in, Lb6 design W - Sjxcieic;ation 6f Zs,��6fic oic�. nielliod, tmhni%pic. 'sei 4tience 'cir pr�ccatlrc,d construction -which Lq shown;or i@icatedin and 'ckrrmsly required by the Co;4ict Doc'u-MC66, i&M* )R��&roR shall -16c rcspm�iblc, A" :,zc 'iNit '6c c oni'plckr!d _Woit_ m' W -with, t& _C�_lritra­cit • ljocuMciits. Laor, Ahiferials mid Equrpjuint.-.. 11 9 0 Urt-0& -pTe' in the , Ocneral 's 'e rurTi�� COM X-shlill and, tusiv�tle Requircrytem Cullrq'ornillifiiy for all -materials, eii6io �p trvrv;Mt fiori tcicphonIe,:wMcr,- sanitary facilities, .temportry ofaqihtl!�j find ;all- a! othr faclrttes dirit! identals re=sary fixf 1 the' sumish,�; perf6mlande, tctlmg, slart-up bomplitionOf file WO& 6A1, .,Pu ItHsim :'kc*trici uw: CONTRACTOR A goby ofItite icsoluLidfig are avadsblc for reviciv, in, the offices of the. kwchiisine :and Risk marwement Division or the Citv Clerk's offict. - I 6.42. Cement 1kcaricticlits: Cit � of 'Fort =Cbl Hns Rmlution 91-121, f6quirels Lhat su it:rs and jvbclu"t� rs of gnfcntsor irodLkts Zontainirmiccnicnl.ideertifv that the mment %was. not -rngdcin cern6ni-Wrls thyt� bum I-MZRrdOiLi Wa!dC 8S-Sfdd Pmgresk "othil-e.- 166i ccpkRACI 6g FFiall adicre to the- pro-grm paragraph, - d 19 as, niay.�'aJjuste l lmrtlgme,totlmdr 6�6. 11 CON'TRACTOR shall milmit to ENGUIR �f'for aw-*arice- (to. the 6iiert indicated) in parigm �9),--Mposeri adj6stmeas , ph2 prCQuCSS i SLij% , lc,thaL,%vill hilt change die,C6n6aLt Tiriic.-� (or rImcmones). Such adjustfiiefits,%Nill conform g6irally, to the Oil*vss sched-ul-i then in effect and adjitibnaI13-, ;any .1 --l-I - - , - — Will, �011iply, with pamsioms of the. General RicluiremChN-uFOCab-fe &fePci. 6.6.1 Pro jud.. simems iwth6 progress solledule , me!s {or Nlilestwes), s6111 bc-spb rritte-d -m of jctragliaph I't.' 'Such Fl. du . LM I Lq .1111 . a), -- oI nly' ll�, d e , IJ5'� a c 'i er d1Vjit ich Jkyucndmeirt in tt;clo-rdancciv,Lh 'Cie 1,2. 6.7.1. .Rlleneve'r,lat4tmh ' oFniatenniur uipifie'ru'Li Cori . truct, oourfients:by,' Usi . 1`19 the., TIR-11IC'u- 21,proprlc! rt,cni•or th5 t!"dr -a flarticiiiar syffilicr.�Ahc-spcci I rflop, 14c -M!*Ork--�s d� M iiit&;dcd ' to­caabisW& 'type Furictor. '41 li 1 11, 1 . Y� feq�Wici. Ljlllle's�s'-Ihe specificatioin,-or , . ­ 1 11 1 pfiprl conta 'r� -e us � 9is;followed by. v etjuii• it 0 material m�tertal it &r Suiplim may, be cir ­Istrtll: SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 9 • iby tse resuiiing 4 ra±p all of, w iich will be considered: by - EIJG WEER' in evaluaGfil-, the proposed substitute. EINGINEER may ,c`cqquire: CONTRAGTOR•to fumi )i additional data:alwut the;propgx l substitute: 67.11:3.:GnNIR4C',7OR'iEipenie: All data to be Provided -,by CONTRACTOR'. in support ;of any'. -luoposztl' "or-equ+�L'� of 'bubgtlttite itzm t " be Sul, CUN't;LcE rUR'st>tperi5e., '6:73: Silbbilnle i oiAs6ircrian Alelhe`dS or ProcedmKs:. if a_4t specific- mearts,.muhod,•teehmque, _srqurnce of proceof cons1nicuon `is, shown or ,Gal. Concerning 'Subcon6 clors, Sumiliem raid -0ihers: -FJC9CGFNMC I: Cbiv'DJ iO J19I U;S li?96>=thliait -Wi6' YOI TORT OO[.LINS hi OD.MCAT10`JS(RRv WOL)O) GONTR4CTOR slnll perform -not less -than 20 -ovicent.'oC:lhe Work'.ti•ith.its.oiy 'forig�,fthal'is: without suhcontixctmy)� the 20 pe[cent requirement shall be,underslood to refcr'In IhaRrork the value'.of wlikh totals not lcss'than 20rickchdof'the Contfacl 13 0 u 0 6X). The divisions 4rid se"ctit;m 6f the Jprcilicatiiins:and the ;identifications of anyy" IJrnwirgs sh9U' not tionQol' CONTRACTOR in _ d nL ,g the, Work anto g Stiliconvacfars, ar Suppliers ;or dehrkating tho AVeri:• to, het mrtl, rmcd by any spccl•hc trade; Patent Faesirird Rujnlrier FsIC UC:L'E'rk& V.: C'ONUIT1Ui 45 1'J 14-y (iM k/ 6mi 14 ,vbiy OF PORT (a7liLl SAfOU11lCAl10hSIRLI'A20illlY /'erniifs Gld...'Lairsursdlie�tdatior<s•. 6.labl CONITRAC OR sell bt c all nytim; und- w mm�,lyy xnh aIJ:l as and .Rcgnlatione'arphcahle.tq Cunushtr�e arrcl!prrCarmanroof the �VorL. Except: „here nthensisc, expressl}°;reyutred,'tij% epplicAI6 I aws, ,1nd Regulations,' netthcr' M NIR nafi &I G1N[.1ili,;shall he responsible for mot" Ct?N;fRAC,I'()I s,cnmplianac n%ith nny laws tr"< 1�eguL�tints; Tate ' G IS; +COitiTR%AQTOR shall pay aU .stiles: consumer, use and other smiler tapes rzquIred tube pull bf 'COA`TRACTOR =,in accor&n-cc . with the Lags and Regulations 'of thq plam: of the Project,1Which are applicable tluring iF z performance of d,e.Nork. 6.j k.l 011VtSER is exemm'friui, Criloratlo State and l6 il. riles and use-uiees- tin- materials' to -be; mianenilV`iric rpomted into th�ojt i;t. Said ta:ve§. shall: not be includi in the-ContracCPrice. . .Aaarms: Coloiado DeoariThenubf Rcyenur :State Capital Annex 1375 S6rman §trcet , Di:m,'d;,CoI(wado- - 8026 1, ;Sales sand Use Takes for - 16e, State of it6lbrado. �Rmicirihl TrH6swdiiti6n Mtrict- (RTD) and �certairi Colorado counties are collected :b\' the State aof jc6lorudo :e All appficablcSales and Use Taxes (includim-, §iale collected taxi), 6 -n- construction ,�—p - — ,ignh 'T .and buildi ma ly-incorporated into the, . Uject-nre.tci be mid WCONTRACTOR and. rvre.tci beincluded in awrobriate bid items. Use of Prendwk 016. CTOR, shall cqtiipmetit. the stora2e 61'rmiteri; OnerstlormW Workers to.thc: 617 or r, .ii&ion, IM t from -,try C15im oi, y-any such ciiiner of UR or rtny,ofhci- reim� ..mused by or based of die Wcirk. 61 IS. CONTRACTOR shall not load rior permit any part of'tim structure to bC lotided Jn imity mariner fiat -N6111 is dart er dic-su6iteik - fre. n6r ,hill CONTRACTOR !i6bjeiit of:thc Wool&-'m'.H'Ojacenii 'pR'Vertz), falstrCss'es or 'pressures dia'Ovill endanger it. fiee,wd Docioneilits: ' alai-ibFFORT" WLLINStlIODII'ICATIO-43(kli%�,if2OOO) 'tSqfett;and Proteezion: 6,2j). CONTRAGIMR be responsible for initiating mrilfitalriing d— I 'safety pierautions.uittl prograin. :; in c . a ; �muction with tk Waik. (,(),\MA( FOR -hill talc all-nemwiryprecautions fee the safety yC and "shall p-66de the 'necessary tsioi all perspersonscai &:kvork -" �s.itc or -w ho may be affoietc d by thAV6rk-, -620-1, all the AWk fifid'miteriAls a6d,�qmj�m'Mt to: be uiebrpomic,d tficicfiit nfieil;crin st*ge on -or b fr. 1. site, anti 6203, other property at the site.or adjacent thereto, ihJuiiifig irccii,' sh�hs� bv�ns. Walks: pav'caicnis,' too . dw - ay6.. - structures,I I — utilities and - bn&rjrotmd; Fricilitica hot =&Mgnated for -removal, rclocatirelocation6f, repl ace i4fent i n, the �coii­ m- of construction: . n! r] L 0 0 0 notice to UtIT]CR,and Q(.' CTQR jwjacvirdafice tviUi parlLuapti`i4.13, that Uie ll ork is acceptable (ezikptas otherwise _ expressly ,provided in 'connection leitii Subsea n al C_ pletim).. i5llt Snjerli'(tepreseiltarn�e.• rON-f.zi%cerOR .shall designate- q gttaliGed . rind e..perienced,,safely-repiesantative al ,the site whose duties .tuiJ resPonslbiliiies shall'tiethe prevttiiion of accidents anU the-nlamta"in vtg anti super is ng pf s' fnly pretaoiionii and programs. Aazhrd Co)muigicutit n Programs,' 6,32 C.Cl YrRAt TOR .shall be responsihlc fur'. iaorJmaung oily es kt �e tit material'Safety,dapl i;htrots tir; other hazardm onmuni.clion infnmiatinn squired to e made avallahle to or ex6baiied' between , ur, ahrorig enlplavers at the s'lie. in accordance iwith Laws fir Regtilaloiu. . FSiiergen_cies: 0 6.24. Shop'pran•iagsiindOitnsple's.' b-4A-C6tTiiR iC7OR shall bisrsubmd'Sdinplei,tu. ENGINEER for review anJ approval in accordance With Said ;eccepted,sdheilhlmof Shop Ulii •i-4=s'end Sampte iubmilt ls. Each Sample ;uill he: idie ified: clearly as to materiuL'Supplier;.pertinent;datu;such ui cltslog_.numbers and Uic use for'•whiczf intcnded'ana Wciwise'- as ENGINEER ri y tigutre tii- enable INIUINEEIt to revimi the stibii ntal far the' limited tiJCUCrik JE':IiAl; CONUI IlON.51)!tl�s 1199V t<6liut) Ifi WCITY OF PORY 60 LIhS&16f)lFICAlIONIs tltLV4MAiai' 0 p1 1 1 a4es regiaeyi bs paraettlph( ' The numbers of eaih Sample i�i he submiueJ tvUI leas specified irr- the Speci Gcatior s: fi.25. 'Sutimilrai Arocedurei:. 6?5a. Befbre submuting',eich Shbp D' lm%i g or, ample; Cf?NTfUICTOR shall have deiemiined' arid' verified: 6�5 I I, nll field, measurement ,guantides; lunemions, specified, performance criteria., nsatlaiioii regutremenmmaterial., catalog numbers and snlidar .infoiriatiun, with •respect. iheieto, 6 25,1.?. all materials With respect to intended use. fahrieation :shlppping, handling storyggo. 'assembly and installation pertaining to the ;perlormanca'of the lVnrk; and- - 6:25.1:3. An iiifomimion -relative to; iC0 N I RACTt)R's'.-Qc,responsihihues ui cc jxct of'mean5 ,mds etho, techniques, seyucnces and proccdures:of construction and siifcty;precautinns. �ttnJprOgrninsutcldenFUicnaq ' .CONTRACT ' OR shill ,also havk, rcvitw d ;arid �cdordinated ech Shop Drawriv of Sample with other ' Shop. lhawirW and _;Samplas Aid with. the _iaquiraments •gf -the' 'q'or1 and ,the Contrnci, posnmchts: ` 6 251 Each ati_Imvaal will Vicar a.stanip or specific' written wil—s6tion that CONTRACTOR luts siloshcd CONTRAC OR's obligations, undei fF Connect. Doclimcnts,%•ik r-cspect gr'(:O9l RAGfOR's re6igw and eppigval'of•dolesubm;ilial.. G,2S When: _a Shop pntiuttg`nr'Solriple Is rcyuir�d'.hy, the-: Contract lloruments orlhc schedule of Shnp'I')i-Avmg "and Samlile.,submitsioii5:oaccptcd.fi}'ENGQCER•as. rryutrxi.by._pai-terlph19,,•tnv related Work peiletmed odor to h:h'(ilNh hR s revtcty and .'approval 6f the.pertiricnt submittal «ill be at the stile e.�*nse:and responsihibty-of COMfRACT(�R. C.'air&niti -a thi WOrR 6,29 CON RM—,rOR.shau carry on the'.Work ani arllicre',to the progress schedule-Auring all dispLucs .1r ' agreements Ivith OWNER No Work shall be delayed or. postponed :j cndlr r solution of anV d sjiiiies tti disngreem4nts; cxeepl ae l' ned byv, amgmp 115;5 or'ns O\VI�R alid..GONTILICTOR+may; otlkiwise 6grce in' 6.3a- :(�ONTkICTOR's Ceneraf tturrawj-. and "Cunrntrtee: - 63o,l.,c l4TRAC;TOR'-warrants and.gUarantces ito OWNER, -ENGINEER and ENCTNTEERs Crisultants- t}rul'all.Work, ivill N.'in accordance wrkh"1he Conirdct Doctimeiits and will not: be cfefi cfn e . CO.I1ggarORs warnutly and guarantez hereurid&. r'auludes defects or;ditm.ye t�ustxl tiy: 6.31),I, I i base: mat Gcalirm or in!proper inarmenttwe r'opciaiion ,by: persons, otter than CONTTRACTOR; Subcontrfictors'or'Suppliers;. " 6:30.1:2. .normal wear and'tear under normal' usage. 0:30-- .C6\rrR.aCTO- s oblii26bn to'perfprin and. mmplcfc'ihe 1Vnrk in aecordanm atth lici%:ontraci Docttfnents stisll.bc "absolutc. Atene 6f tlfe 611dwutg will' constitute -an y5cccptance,of Iligrk •that is l o(. in E!c OC UEtVMAL CON01'I16r•A' 19104 0 Wjp,L+ebaait iV/ ci-ry 6ir FORT COI LINS MODIFICA n6,gs a Lli-idti110)11 accordance.uitli the Corinna Dikumentsjor a relea.se; of;CONT,RACTOR'sobli),tion'ta;perf&ii the:W6rk. =in aic6rcl:irtcekith the Contract.Documem, 630211., obscry0bris:byHNGLNEER 6.30.2;2.. recommendkion 6f anv.prti = or :firbIp7ymentbvENGWMfG - " 630?3. the: issuanoe of :a, certificate of, SuhunuaL `Cpmhlelion 'or an}, payment b)"' U\ViVERto CONTRACTOR under the Centri ct' :Documents;; 6 30 2:4. use or xc par cy of the Work or any �xrri thereof by ()WIVEh' '.B 3615. anv acceptancc by 1OWNER, or. any .radUiO"to dulso: -,. . 630 6., am nvteu and apprrn�el of a Shop IJmlei6 or.Sample.submittalorIlie''isstutneeof,a �itouce'nf'acaptabilitj% h) Et�CirNEF".R puis a -At' to_pamgra}j 141r•! tC+ i0 �,7,., ' any � inspection} utst•or=..approval ihy` . :otttcis;�tir fi302:S:. a6v:c6lrecti6nol JzctneVVork-by �04\TeliR, 'lrrrlof rnficntirxr;. 6.34.+ 'In any tend till .0aims agnrinst c)IVNJ R or G�GiA`I 1 R ofany pf their respee.ltve consultant.& agents offt6cm &l ctotsor "employees by any ernoloyee,(or the survivor or pumintil.representatiVc. of sect cmplovco) of CONTRACTOR :any Subcontractor, any'Supplier: an), personor organintion dirks or indtrectly:emI to ed by 17' E is 0 • • any`of their ;to perform or furnish any ofoic l'0 or anyone fbi ho}e'nits 6y d4hem may be liable; Oe indemnificatitin obliaeiion.under pamgaph631 shall not he Waited in am way by an} hmitiitim ern the amount c r type oC dwnages compensation or benefits payable by •or' forCUNch TRACIORor;iurysuSubMntrector Supplieror :other. person'or,ortntrriwtiori 6iiJa wcrkei torsi- `sa lion acts, distbiliry benefit atAs or other employee benefit acts: 6.33. The indemnification , ;obligutiims of GCINTRAGTOR umler!p�iritoaph6.31,shall not t tenl'to thetiabrht}o(ENGMI ER andENGII-TEERsG'onsvltanls offirzrz direciars ertrplgyees'br,$gerits'ulused. 7y the professional negligence; errors or,omissions of sny of them, .%myid ofOhLkaririgs: 634: All r rcprcuntiitidnc indcinnifrcauons, ivair"antics'. nd'guarenteesinade"m icquired by':or given in kvcinlw uc with 1the (unirset Drnximents, as well, as all continuing. obtipatroru iiiilicated ,h the ,Contract Documents; will. -survive lmal ,pa}ment,_ 0(nipletitminriil'ncrzpt%irire, of-tfi5; Workandlerniinatim46i cohiplctiahoClhcrygrcc'nca ARTiCi F,;7-OTAF,R �VORIi Reln!¢d 11!ork at Side-• FiJCUC:GEIv`!•;IL11.�(,'ONIHTtOiv IYlll;s 1r91Ju EiliUm), f3 w/(.1TY 01 FORT M0b17CAT10N1S niB'42000� provisions for the,;ben'tfif bf: CONTRACTOR in said. tlirtct coiivacts between OILTILR ar l such uiilit}'unners. a ndother.contractors. ( anrifiitdrinn; 74. If OWN13R, corumcis-wrili •odhcrs -for ihc performance of Wier i irl. on'lhe Project i 0ic site the fnllirivmg will l he set forth in Supplementaryy eor dihnns 7:4'.l; the person, limn or corpgmutin who will hare- autkinty 'and responsihilii' ki comcliantion of, the activities ampi�h� vanous.primeponlrnetom will lie identified; 7,4:3y flee specific mlttci,s to hc,covcrcd fiy such of diorrty.and responsibility iv 1 be itemized:•arid. the extent of .such nuihpr ry :and, r-sliiiisiMhpus trill he providc3, UnIc55 ;otherwise. pi6vidcd in the. 'Supplementary Conditions, 01VNF.R shall hiive.sole audonh and respoilsiliiluy nrzsjxe1:ofsuehcvndiraitioil. ARTICLE 8--0XVN'LR'S RLSPONSIBILITIE 8:1. Gxcept_as otherwise provided in these-,Gehernl Conditigns, pR'NER shrill issue gall coniniunio¢tians tp" CONTpAGTOR throueJr ENGINL'GR. 82,r Air ;ease of _termination of the eniployinent of EnGINLER. QW'NTR shall appoint an engbieer aguiiisl when 6UMR4NTGR ma. s-no ,r,ik;i ble- 'ect-ior; whose stanis under:the Conbact'Du ximints shall be thiit- ofdie fom�r LtfiG mmiz. - fi.3.OIVATLR_shall furnish:the data rayuued•of OWNER under the'Contract Documents promptly grid shall make pa}menis to (QNTRQCTOR,praiptly when; they arc' dui es prq..d -d_pi paragraphs 14.4,iind 14:13' 8.4. O1AWLR's;dutie"s'in-respect of providing lands and efisinrients aryl providing.crigincering surveys to' establish ieference'pomts are set _'forth 'iin pAra 'phs:4.1 and i4_ t, _Paragraph 4' refers `to` Q"NER's eidenufving and tusking atatlzhle to CONTR.AC FOR copies. of reports of e�plomtions,ancI tts[s of subsurface condition at the site e d draw- 6 -,of physical conditions in- extstiti-g9 Mres at E &IC inpreparing the Contract Doc Uffient s.- Bit" forth -in Nrpgrp through 8.6: 011TTFR is'oblipated Afiticiaed in Pa inilgriEpF16.4. in. respect I or, cc rinin -7e ONVI\TEWs jei;pimgihility '' Tspect* ris. approvRis'. forth i 'is sot It rAragmph. 13.4, -9,8- in connec`iisn with 6tVrwp,_S` N to stop kkfoik-or U - - ' S -d ' W k, sec, rnragnap. and i5�i, NXF1 A 117 , - ,. _jInijjIL"_ .Nvdanph 15,2 !Lleals,,With OWNER's� right to c EntLe SM110ESO(C &4�' . . . . . . . . . . d . . . . . . . . . . . . . . . . oeo iemvnr4e4W -m4fiejIt'e-4 nmngem eiits�- Inve -beeEiLhi dile-ft;­ -ER-i r _�t' -ill _in;the espe -ilwreofmw -60-as4t-fonh -�Suipp! I enieAtqry_GE5ndmPnst ART,lCT,r 0-fNGTNiFkR'.k STATUS -T)(.FRiiIIC :9 1- ENTG RN=, will be -,QWWM's reprtsenlutive during the construction ,pencil, ", —The dunes. ,una the limitilions of authority gr is-, "OWNER ' -during constru6fi6h Eire s&iJbith in the Contract Docuinenti,amd #11 not btiemended without Writtewco=', rit-of OWNER and UNGIIM-Ek ENTG11MER, %0l iniike'viiiCs to ihe ske Ht inter%eLs appropriate to the- various stages of Construction as - ENGINEER deems necessary 'm'o`d'rQ'Cr to, 6ki�6,ais iris e%c�erientiednnd'qunlifiM'd6s*isst pr9f ssion.il the pr6.PT'&qs UmCGENOLL CONOITI&ts I q I tims tvVdiTbl, FORI:COLLiTS nIoDiFlcxm�4q �s Worm I.— — ­1_1­ 0'. Project R�epment6ilve: 9.S_ II! bW`NHk and 'H . N(UNEF-R ngree, HN . GlNl_-*H I I Z v v 11 furni.�h,i, keE�id6fit JIrqjcc'f'presentati Representative ' ' _v'e' to a - I ssist ENGINEER ipriwitfiit mom contenuous 0b e_lv-_a_tii o-n-.0 the work, vie icspomihilifits and :authority, 1- n tations,,therimP or any such Rcsi&nt ..Proje6t R5e&rAEEEtjVe`S, 'deali n MS in matters16. ffiCtin -5ite:%vork WLIL in lre'.wilFi 7Lh6 ENIGMTER-And CONTRACTOR:- BLrL thc: Representative Will keep—Ihq- —OWNTER-'sm-enly advised about Eituich "I - I - C Th2 ::: - dealin2s mth subcontmtorgmill only be throughar with the Cull_.khotvtedee •aria-'eon(_otal 'oClhe: CONTRACTOR ;9372. Mies and :Rmwiisi liiiqs.' Mviegefitative 933:1-5chadoles: Review -the nmcrss! 0 • schedule .ani otlrir schedules prepared. b the; CO\TRACTOR_iirid .:: co'r[sulh,' 3kitht ilie ENGINEER ui nemiiiiigaccratkilky} 93.223: -Conferences. and Ivleeture .- Ali end meenr�t tciththe--:CONTRACTOR such es: . .prexortslrutAiim„«ctsriCerences. pLa ss inetlrh��s` and__oilier :iob :conlerendes..mid:preparee .find, circulatecopiesofn nutesofinectiri'i 2'±33: Liaison Seriz as. ENGiNEHR'S .liol.wl mth COINTRACTOR "workirta pinciaally through CONTRACTOR'S tiurieri tenNent' o ,assist the CONTRACTOR'm understmidine the'ContractDa.•uments. ` Y. 2.12 As -Q in o66'miu from OWNER - additiomal . details. or -ioformaiioa ' . when ,;required, for`[ rbjxrrxccutio iof the.Wrork. 93.`2:3-31 Rdrdsc the ENti1NHEW :arid COMIRACTOR. of .the commencement of . mly : Work- reRuirine a -Shop"I)rn vIM or •m it le' submission. if thssubmssion'has-not N-mi ap*vM hV the IiNG INFER. Q 3 :4 R, cvia v of W oik- Reiedion of ]Petectivy. orY k:lmpccii andTcsLs- 9:3.2A:l __Cond,uct on-site,oNs pat;rms of. t}ie' W6Lk iri pibkrism to assist the ENGINEER in dctcmiir ne that thr lVor� is occLdine to '< •occorcttnce with.the CootmaNyunients: 4:;��2_S RePot1�: nodi6t on in>]Jreiv nes or. Suecificetiohsamd. reporllhese rectimmtmclYtruns__�_.to:LtNGINLER_ -Accurately lranszm;t .. _to.:_- MN'TRACTOR 'decieiuns'issued.b Re ENGINEER:: 3:Z 7. R'ewids. .93 m 3, Ace immi visiliig�irispecto s• represa.nWitt public or, other aeencies havine• jurisnc�ticin-iivtrt}ie•Proiu:L rectnJlhe �rzsults', lof Ouse . ; cd;oris ' anti j rt' to 'l1le LZvrGIM?GR- 9%M.li inter tation� or. ,Contract •Dti"cuinents.. Re�w�rl- la L•TIUIi�ZL•R.::tvFicn clan[ications.and interoiaalions of the: Contract Documents are - ;needed .nnd Thsmt' to CONURACMR clanGcstion andinter iciAttion or 4he'Coraraci: DocurnenLs aslimued'by the ENGINEER: 93:2'.& Modifications.. t=onsidcr �aitd .evaluate. CONTRACTORS magesfiam for ^t) WCUCCf'vt?IW.'C17NtxTiD�IJIgJ I19�V EAiliml; WN CITY Ol iFORT WLU NS MOb119CA710NS IRL•1 fl 20U11!` 0 .93 2 8.1.TFumish ENGIdVLGR .period c rep_vts,.as i.NOirecl; of th�g_pii m of the W6rk and =ot' the _COI\TRACTOR'S eoaipjj'gV xt�tl the proeress.schadu]e slid x}iadule oC slbp_ Dntnui ':and sample- ,submittals: - -"- 90 48.-Q Cons t wtilt fISMi=—_Riin advance_;of schedithne MiE lest.%. iri p trr6 is orsnirt of imports t phis s of th& Work: 933.83. Dmftlliroposed CharnNe Orders: And '-Work Direct�v�_,,,,'Ghanes, ohtainii>i; 'backup'mntaial fnim the CONTRACTOR' md-recnmmenrl _lo.:ENGMfA C'harret, :Ordcnr AVork DirectivCChanees and field orders. 9.3.2.8.4,.. �Rpivt. u`nmeiliateh' •io IIVGINEF.R and! OWNUZ Sh occurrence'of tury accidum c9:3:2.9. Psymchi Rcduesti. Revie vwplic2fi for jxtvmicft ivith`CONI'RAC'rOR fnr.coinPIiance' tith'. tht . establ shed ',pr6xdure for : slheir suhmission.and=forWardwith recommendation to LNGINlj-,P, noting- -particularlythe reiaxljonshirrofl jbe_Pa ent Teijugiqe4!to. the :4; u of value-, %kVrl- completed .and materials and - equi�pvem 'delivered Lit 'not -in6orponitAki ein. Lhe, Work, 9.3.-2:10: Completion. Beforc.. •ftN G . M- E - R .issues- it 3ubrni twCONMIZACTOR 6 list of observed itari-ii, 9:3.5.16.2 Conduct .Fjniiljm-pectiunjn the compam*,of the -I-UNGJNP.'I-.R, ONVNERinrid CONTRACTOR and Ercpr¢ a final slist 6 items to be i;wouted or completed '93:2.16.3. 'Observe that :ull itifiis m �Lhc, -Hrml ]Est Wambeen c6rrected'or completed n fiwk-e 4Fecoffinicndations to -ENTONEER 9.33. I.ifintati6n of Authority-- The Represenrittive shall -not: ihti6rii Vom th6, Contract- D&uWeiii� �1W •JccWl7env —su LnAbz�mls or eqqjOrnLh iLkn aqtjL6rjzed b�Ljbq• ,hNGINEHR. 93.3?. _Rkecd liniiLafinns of iliNGINHER' 9.3-33UnderlaU iinv,of�lhe rL�;iofisibifffics of -the CONURACTOR, "Subconunbtars, air QQ\MA'T-QRAyX eiudeil- .§F - 9,3.3:4, Advise'oli-brassie direcLions,rel-.itiv6- Ad . �mrol ,.mve�r,..Lnj aspcK:t:of the meaits, methods, iec�qe& scquenccs:or 'procedures of origq�cfion unlm-Dl�h—is D&ctrafents., 9'3.15.- Advi. - �on or - iiw6e Wcetions- re airdlni2 or -assun e c_onu)61oirqr '-.qfety" rLemigiorLs and ms in cmujq:tiqLiLwqh the, � _ _ Hga__ Work. I jk.L& Accept :Shop Ihawinai oi m le suhniitt6ts from anvonC. -6ther. 'drop > ifixe, CONTTPACTOR- 9.3'3.7.-- Aiitlibrize OWNTR,:1o.Ax�cum,.-the. AVark, in *h-olc or in part 9 Particip.ate ..in' specialized field .or laboratory lests of ins'p6liom SXRCM m ecifiailly aUlffiirized' jy-t}ie ENGINERK f 'edici;iv wid AtWrqlalioms.- 9.4. ENGWEER-trill niz1ue t6th , I such %;riten cIonfeatons, or, interpretations e of th' Auth 6riwd 1'6dafi6ns in Work� qejgi!dpg DefeOve iVark-.-. 9.7. In comiettion vitlt MiNEERX- inli'hOrlliy as to' Shivit and sairple-s*jwe P:u.;,gra Oi, - 6.24 - thr6uph,. 948: Jfi Conriectibit4ith ENIGR,=-R!s authyiity, as to - -, - - - i, an 12:. 9.9. In connection with ENGINT-ER'vattth&ijt3' -as.v eq ons for 9.1o. ENGINEL' R mill: determ—im.the -ad6l,;quaiaiu6 Wt-Ke Work jierCt fied itty .CONrf RACTOR. -F-NIGB-JUR W'ill, -mview I % - vit - h CCUIRAO'CiR the HNI-C-Toe�' INFFR's' 'prelimirkan, dj6m�n a,liuns, on.surli matlers'b'elorc rcndcnrg a wilten -Idecisi6A th�r;m oW:hn'A' I" I I I I . . .. 1 11 ,PP icat, ion' '21 0 9 E 0 0 Ded-SiPlIs'' 'on /)Ivpwev- ' 90 172 wictiY6vi7OR'T_W_ LLIM1,16DI195CATIONSIMN02 . WO decisiorL wilm othe.Hyis- ,grad in iNtitgie by'()\VINER and CONTRACTOR, 0.13. 9.133 ENGTN"I,:ER*: will not he feqxmm-blr for the., 'Et5, omissions or CONTRACTOR of od - 0 bc(Cllrkior', 'a 6), Suppller-,Alr_ ofan'y-bthei�p"m or rr "f die - organLafian �pe or i�'b ing pr ing arty 0, Work. 9_13..5. Thc linlimUons uN-n. puthbrity;arid. 10 SECTION 00510 NOTICE OF AWARD Date: March 28, 2013 TO: Martin Marietta Materials Inc. PROJECT: 7222 Asphalt Overlay — 2013 Renewal OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid for the above project has been considered and will be renewed. You are the apparent successful Bidder and have been awarded an Agreement for 7222 Asphalt Overlay — 2013 Renewal. The Price of your Agreement is Four Million Two Hundred and Four Thousand Ninety-four Dollars and Ninety-six Cents ($4.204,094.68). 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 April 12, 2013. 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: Lq John 578tephen, C PO, LEED AP Interim Director of Purchasing & Risk Management Section OOS10 Page 1 all also 'Orth in ph 9;13 sli; eside Project' R nt,. resp 'y �4 P L R pi� cIrresentT=jasi ARTICLE I0—,CHANFGF_% IN-THKINIORK 16.2. If OMER and.CONTRACTOR pare tuiablti,to _agree. its 16 die6aiiiiiif,h6y. of,nn A-dJ'usmien-t;it'die - , i cZ _o r a n, id of tli& c6h ColitrtictTr' -a justritcrit. tract Viniesiliit should he allowed as a >a'diiini miv bexlladc thc'rcfor ai provided in —Article,'] I or Article 1'. 10.3. CONT RACTOR shall not be critided4o'bo increase imflic Coh-tia6l WWi it an &,,aensi6n 6f`thc'Cohtnfc( Times with rcslk_cf, to,am,Aiork peribral-le'd that is not fe fired by the Contract D;aumerits' as -anfended- modified and lem ente- , das; provided in pion'grafifis 1�5 and 3A, Qkepl injuthle casc 'if an cmclljeiicy_ as piriMdcd -in pa 713 ' 109 or *in the cage �f`un&overiqs 'A'Vork"ia- Y in paragraph 134._ .10.11. OWNER -and 4t('JNTRAC1_OA -Jtafl'vccutc appropriate Ch:u1gc.�Or&rs:re:omm6rAd by ENTGR�UR. lift ,WfifVh Aineridn l0,,4.1. ftriges in the Work which arei(i) ordered by OWNER ��iarvt to ptuaLraph 10A", (ii)invquired' bicaose ;of acc _e`ptance 6r —derectiv, , j Rork ,_ under pt�iagrnph'13.13 or contirtii� iiv�tecMww6rk under or"(i a p=_ 13'1 k ii�) 'r�_-reed to by ilie.parties 10.4.2, clititigo in ilin-Conitact Price or, I Convael Tiffies which are agreed to bjthe._Far[iesb_n.& 16.21:3. changes; in;the Contract Price or Confmc't Times whielt t�oidly the subknncc,or imV r %Vrittiin -deicrs_ioln tendered -by— ENV . NEE.R.,,._._, , �pursuqnt to paratJ7apiti 9. 11 firoVickd that. iri'lieu of,executing any,such Ctiturme.0rder, an BpTktil may be taken from ar Any. subhAelisibli in �Hcwrdarke YiLfi- the provisions of the'Contract, Puctim.ents and applicible_Liovs and Rcgulaiicir& but dating any such .a co-Nrjk�4cr'o-k 'siiali vil� *6i tiE 'Work and ;a here Ito Ifie prog"esschqd6lP is I in 10.5. Ifnotice ufany Eliafikeiiffectitig the gene ridIscop-e of the W6rk,6i the proviswns,of,the Confractbacurrents exq&cwNtxL ' col4tirriomi i9i" o Oo emiao -WIC M 01, (including it".but nrn limited to. � Contract Price ;or Corturni:t req lbv thc'provi�i6ns of 'aiiy. -Bond to 1:ie _ a ­*i - f W ice H be g sul c ,�vcn Lliegn'trig o , am- suc not hill to a , -a4tlic amount of each TV,( _T responsibility; ' ' ' I" appliciableBlutidbcadj lwlll ."usle d accordi ugly: I AR,ncw-Ai—t1­lANGh OF'com-rRAp, PRICE 13.1. 'Tlac Contract P666 tioristituws .166 total J harin iiibits) pavAl c� compensation (.sdljcct 16 nur ­d' adjust iespotisibilitiN and'bhliga , rtoIi6wissig'neid to_:_or undch:iken, by CONTRAGIfORsKill withoutar�pe m"thi?Ccintract! Pri& 112. The Ocrivinict - 'Piice may brly';'[�c change'd by,n Change OLI'der or IiX Q Written ;Ninendritl6t. r1n} claim start of " such o6currerwe or event (unlm time 'for d'w'm_a"t to submit more accurate data in support,6f the claim) if not 11.3,- 'The -vulue of"arfy -Mirk, voYered by u,,Chwige, -Orda mr:ofan) I , claim for an itAgustment in 1hcCoiiiract Pride %i fil lie -dcttinfiinvd its MtiWs;; I 13A. where ihi,W&k iriiiolved is9k:cred b �,c ' - -y uru - Aw. ,cantainec. in the, 'c I ;uiticrits; y lio- _' ! -,- h6ii, " f [he prices,,�H_fi4n ofiia urut. Prices . qua �vjo items _mt;olved` (qoje'c to the prb-visions' 'of 23 0 0 11.3.21 wheic the -Work- involved is not covered by LmI-_t prims;co"niine_d-in th-e-Co"niuct -M'ci-ynen-Or H MLtUHilyHbed payment xUSM Me1Udg;I M"'SUM (whi6`: 6iny mclu-& '�)pt 661 n - cce= - p rily -in nec or *nce with 1111- where the Work involved isriol covered by unit T655s eqn�#ifkt],iin the,Cannu fiowmenis.-iirid- Q,iecment to, a lump- _s'um` is" n1o*t-, rCi,'CQ _LlriaW jiariigpaph iI3;,1,on the bests of the Cast ol'ihe lVark'- (determined as provided in'pai-agraphs -IJA and. ' 11:5) plus a CONTRACTOR's fee for overhead and profit (cletermired As-p'iqyidc-dQj'n rfartiga ph. Oi C-0.4 of f1i c I JI&L- 11.4. The term ,Cost of thc. "fork mc:mL3thc "n- of, al I ousts necessarily marrntl and '_Inid,by'CONTR'CTOR'ii e proper fxrrgrtppqa,cfAeW6rk. Rieei! as ctheretse thebe iigrwd to to "TIliaB*by'O\krNHR, such txxitg shall vl�in- amounts no 'higghir- than those prci,ailln� in the ockhty of tF c Prcject :qha'll include on]yAhc rolOwiag 'its nna stroll rot'mc udc�any� . cir� . the co'%m itermizd iri 11-4made.3, Pavmc6tmadeby,.COSURAcrok. to the 'S�htra_ctoii for-Work—*fNiffied or f6riaisliedEbj- If requirccl by:' -pW141, HjcDc p9ou vtfitiw) 24 0 I I :44C cimg-oir slxciai consultants (including but, 'not Iitiirtcd' ;arehiteets, testing' to b6ruf6r tes, ", -survey `ons' ntl6'rheys and, ii6c6uhlimts) caIo)Cd fbrsices specific ally reIated 64he, Work., 11.4.5. 96001q:mitaiiI costs including te foqoving: *rhc f 44hsp06_ . Tiryportion , o ' newwry tiorf, travel and of :RACTOR's -craployccs - incurred' 1' the Work-, 14 L4.52 Cast, including transport-itian arid fimitcnancc. of all" mat&rkils.. siipplies_ __ eqi!iipmcmC ;machinery;, appliances, otTice and tempoTatyrlaoilifie�,mi.ihe site'and'hand tools not 6ivn2d by which arc `6umil'711 the 'j�rf4m�aiitc '�F .'the - W&� and C*' M'- _fcsi. -mark . c . i value rofsuch'iter'if; Li�;ed but ut not consiini6d which re miii rf the-P,-To - rt� r-M N- T RAC70R y,o IIA5A We.% eonstimer, use of-.irmlair, ta,x, 6, related Work; rand? for �ivhich- C'O v1ILAG1'OR is iiahie,'ifnaosiftd ley L iv 11.4.56" •Deposit: lost for ckus&,cither than -fi�gbgeia:e of C ONFf RJXCTbR,* nfiv- 'S. ubc; nt - ra ctcT or anyoric 1, directly -,or 'm'direqly aploy�Cd`-by''any of i&mer orf6rNVhose ijCls anyof them may 1;e liable.,amtl�k)ya]Cy ' -, emu, lbdf&rjxrrijts urd 1 14 CTLF �e S. A. 5.6. Losses and damages(1*td- relatid -66 1 sod,hy damage Ao the Woirk.'-fiat compensdle y instirance,or otherwise. sifs1iined by MACTOR' in� oxin'ec'11"On %vith the' of f them or for whc le. S6ch';Iwies, with th%:7 written ER_. N6 such to pu rpc)r-- or. fed; A however.. 11 4,5:7: Thccost of , utilities, fuel and.sanilary facilities at the bite.-' - 11.4-5.8, Minor 6,ptelegrams,ses such as telegrams, Inn -distance telephone calls, telephoiw'semce.nt thesite; 6gi`rcsmgc and similar petty M'.Sh items In connection i0th I I A.5.9. C6st officibiunis farlidditicrial,13iondsi atid insurance ie4uiied becti't".0f. dtange§ -in the Work: I]S; il'hc'tcfm.C-Itiqt gfthe NVcn•k.-hilI not include .of the follmw61g: _- - - - apy 0.5d, Nyroll, costs and other.comp or a branch Office , t Work ind ri6t_sl5q6ficaI 'upon whedLIe. in 0, ragmph 1 IAI 1 p r I iri I c ion] and , branch offices other than GONTRAkMR'§, office, at t -5-4 t c-, Any, pail of CONTRACT.OR's eapit"a'I .e\pal w&- including inien:*si on COT\TTlRKC-.T-bRS ,Cspit9I__erqpl6yd0fbr the Work and chaiiieq igainst CONTRACTOR rdrAtelinqumtpayrnenis. ,11.5.4. :C�t-of *nthufig f6r-all.Sonds,and for all �tnsur ance I whether, or not 'CONTRAGTOIZ ' is reeluired by_Ah_c_C6'ptravt DoctIm-.Mis 6 - to - .1 purchase and matritHin the same (c cep[ the 6a.st,orprenildrins,cover-ed hy1 &TY 6F`J-OICi COLL I &S ?,lot) INCAT16,43m'-wom 1,13 :11, l osu! due to the• n ligence of. C-P _ -, CONTRACTOR, uny Subc6niractmi. or anyone direcJy or indirectly ernploved by any 6 f.them or for Witacts-any of them nit_ay, be liable, includifigliut not t o limited ited ib.'16c"Currectign oC ,sal of i _ - I ­Tin r ten , 'als orc6pit ' " ' I I disposal , 'niient II.S.6. :Other-6-critead or general e_,xTensc costs of any and tite _,ck ' s"ol"u'ry-ite r' not I ' 'specili- ca 11j,and c,xpr irield&d in h 1.1.0. 'The (.ONTRAGJ'016 Tee -allowed to (20141'R1CTOR'4ai ov&heaJ ind.pruft, shall .be -1 lAl,u in6tuallv.ac(icotsiblefixed fm or upon then a f ce'• ba.wd on the follm,vingpercentAges,of the various pcirtions - -cifthe:Co 11:6:21. lot-, casts, -incurred under ra ragrapV , 0-1-4) and 11.4-1 the 1 1. , , co,NniRAC*ioR's Fecshall,hc fific.cri percdntt_ ,I 1.6.2,2: lbT COStS ircuffcd '6fidef a I pr4inu`th I ' 43, the f.'ONTRACTOR'sFee "shill ,be 5W. percent I I where one -or n.gre. 'tiers' nG arc'66 the oasts of C&t.pf t.hLM.rk ad dOrfixcd:fiti is airced upon.. the iii ilie -,U&-ourractrr who actually I 1.6;2A 66 fec'sItiall be Wba pav-ezon the,sis -6r,,cosWfl,rni2eLi ii�;dei - paragraphs-' 1 LA4, 11.4.5: ihd ,11 - 6 25: N-.amountaount of credit to be allowed by CON L'hAt rUR' i� CANNER ftir any, chin-e :which results in it net decre ' aw.i , n - w , St'\%ill be' e amount of tfie-�Ctual net decrease,Ii cost plui a. deduction inco,,YrRAGTOIVlee'by an amount 'equal to five percent of such and 106. 1 , 6, when both -additions arfd.crcditsare, involVcd in uhj',one 6h�rtgc ' ihepljus'unen't incomrRAcToks iee;shall be porrijmted.dii the basis of 'the act'c�ur�c_ , lin"'accordance ,'w'iLH 11,7- Whenever thi ow, of any:Nock is to be 25 0 0 11 'delprtnined-litgsuant [n t merap}s'I1,J and 11,5; CONTRACTOR, will establish and .,mamtain records thereof in. atxordance.y'ithgenerally iiecepled.accounlinb mrt b pees and'submil in form aecept:iblelo CNGR,TGGR art demised cdA breakd nyri twetherwitfi supporting data; Chsli Allmia& cese 11.8 It is'unlersl od that C 0NTTRX0TOTt has included :in the Contrdct Pnce'all':allowsnc_es".so`rwniel in the Cohlratt GatuinznLSsand shall cattsz Ih Wurl io coveted toitie rumishetl and perlorrred'roi such wms;as may, a"c. acceptable to. OWNER and:SNGINHER: C ON1'R�ACi;O1t �sFreesthat: 11,S.1, �thc alloigadccs indudc ,the cost. .to ,CON1Ri1C.lOh (le�as`urn appGca6le tide dspounu) grmaterial;anJ cgtupmcnt regmred by th .allnivances tobrdchi erud atlhe sae. andall apple ible luNes: and 1I S CONTRAC,TOR's casts for unlmic)%, anti' haraili g on the sne latior inctallat on costs overlie & proftt,a d other exlcnss .coiitcmj3latcd .for _the' allowances':have'bcen included+in the Contract -Trice .and nor lin dtc' Anivanecs :and no dciiram for 'ad dttioneI jia} mcnt:anai.codk,of:any of the foregoing, . tvilbhc valid„ Prior ro Irnal Opireni;an aPjc' ih ie'CF>mie Oidzs well lie LCSuid a5 iccottmzndcd,by _hT'GIN'F.ER to re'llect-:actual remounts due CONE R,AC•1'OR on account of Mirk covered by: n IgAnem aril 'the Coiifict Price' shall Tic OOrresp lduigly adjusted, " 11.9: llnii'Piice t4ork:' J 1.92. Each unit price will lie deemed to include'an amours consicler"etl by_GONTRACTOR;to be, ailequtite' to cover CONTRAGTORs, mifthead and profit ro'r. ,each sep rattily idar uGed itau. !1197.ONNTI);R ;iv CONTRACCOR'may -inake a claim fcir `an adji stmzm in :the Curitiect.'Pricg in ;liccordarive ivrth'Article l I if:, ] 19t3.T. the-yuan4ty oramy,iiem of UnitRice ,IVorIk jicrfomicd by . CONTRA(. Oh :ddfem materially and Ggrii6caiilly 'wont the .estimated ' qu'autit}�.of such item indicated iwthe Agreement', O( t;rc-uerl:xv;coNutnOtas-l�icistt��utyuml, - ninn-ol tofzTczici.t�gtoLui'cnnouatw•naoti�j' and 11 9.3:2. there is no corresponding adjustment. ,15ith respeSi t any Other, 'item or Work and, 1.1 93.3. if COVI-RAC TOR2 bilieies .tlist 'CONTRC-T,OR is,eniided to air increase in Contract,: Price as a result of.:lmvii b.inciiged' uddruonal.,evpaise or. OWNTLR'• btlteves that 0WNbR is entitled tort; desrea:x in i ontract Price and thz panic% are ,unable to agree. as t,0 the, amount of u'nysuch increase. or decrease. I!19.3A. CONTRA&ijk acknowledges.. that +the OIVNr.R:hks`th'e tiahl to add or'delete items in the.Bid or: ch•inacgUantitim.at OWNER'S sole` discrcuon without alTectirit, the'Contrdci Pricy of imv. runuininc item'snt'lonn as::tV clelcutin-:or iiJddion'ddePnot o=elT%!ltntv'Fly Cpartxrit--df: the oiieinal total CmitraLt Price' ARTICLE 12;-CH ANGF. OF CONTRACT TIAI ES 12.2_ r All time limits.statzeilin the Ceinlraot Documents are of the_emence,of the A6rcemeiit - - within dacepti-qlPfc; Subcontractor or Supplier shall tv ARI WND INSPECTIONS; CORREC11 . [ON, liA EMONW, QRCCtiovrAM,--e, P. m . Prompi no6ce of 911, &fechveAkork of which C)'WiNHWor F:iIllmiiiw fiat;6-'Saiiial L-iinme4ge will 'hc- givcii �tb CONTRACTOR NI depv ctiv - - Work may be -rejected; cofteetcd'ca accepted is idM in this Article 13, PrOV ,,Acee.ssio Work - TeSWa drrd ITS CoNrt]RACTOR "I ove UNGILNM—R iiiaelv- naticeofi��dihe-n of the kVdrk test!; or approvals . . and .shall cnopep tz m i inspection ani tests. T-1-4. OWWER-Shill einplcp' and pay I -of thi-servi6u; of pan 1nJzpzndent tcstuig :Iuboralo6- to "IXY150m, -:till inspecii6ris; ttks, or,apprRvaLs 'requirM by"Lhe Cofinut Docurneriiie.kcept:-* 113.4,E tForin'sp'.ections, tests or. I lippy0vals'C'(wer-ed by' Feyujraph 13. 5 bciciw: 13.4Z that costs 'incurred in ca'me-clion w'fth,lests or MSPCM tions conducted liurmAnt to fmiagra0h W) rig 6'-FY'C)1rF01CF,C0LLlNS M1061FICA71710N'S (EWN' aV2000) J�jow shall -�e paid ,is providqd, in said, ;Fa I . 3,43 as othcokise. spe6hcall); provided in the toiitiii�t D&uiaeht�. .1 . I I . I 136. If nny,Work (or the work of'dluirs) that -is to 6e- inqt6d, tested �or appro'd is covered li)- CONIT�X("Tbk without `tvriticn- concurrence. or HNIMNEMR, h&` 13.7. - Uncove ' ring k�lork-as provided in 1;aragraph 13-6 shall tic at ' CONTRA��TOR's aNhm "-Unl6s' 'WL'h'RA(.,'rc& has -noUcc 617, CONTRACTOR'S 'ifitcan llo' 'iocover"the �Siiuie- "od UN6INTF6R has not 3ctcdA '%'%-fi'rca&66ablc 6mniiitocss in response to suchIn I citim, Unem,erM9 It eirk, 13 .9. 1 f my lVorK is' aWeidd-contndy,to thu:wrii4en nioesj of ENGINMEF, it -miiiT, it ieclucstid- I;%' INTC)mma- 66',un6overed for ENGMER's qbservalicin unJry laxdatC0.NTRA(-r0Xse'x-pe 27' El 0 *1 0 ,unco venng— exposure, observation; inspection testing. refdacement nnd momtructibm, fipd; if. the primes are. "ble '10. ugrc�e as to the amount, -or . . . extent thtrcof.� CONTIZ:ACTOR:may mikeA claimihrcky w brddided'in Articic-s'l I'm id 11 .'Ow,�ER AtajP'Stpp'lhe 4,W9., 6.12,. Gorredi ah POW:' ,I31i2.2'jn special dic . urngtahcrs when i riir6cular item ;of: equipirichi :is''placed. in cOnlmi' uous'- servi'Ce before Substantial kii ' C&nplet,_of all .the SVprlr_ the c6rrectiuin period for th4t-itern' niRy . stan to run from an Carfier dale �if'MM -so pi�in the kt-ificatidrisor by wriften'Amendmat, - SI '. I I .- 13-123, "'here de cfive Aklork- (afid darnaac'.ia other Work - resultim therefrom) is been corrected rem0vC(l'dr,iepYn6Ld 6ndei','this:jxtrijph1112-.;thc Corr&ti6h peri6d hercuindc6itl respcct td aiah Wbrk-' wrill, Sc -extended for 'unindclilim Al : period' of u"oftir t�vo, after,' _iudi' 'c"urr'm"l on or rernova.1' 'and replacement has-been sAtisrac"Iv c6mlcta& 01", Aiar' raiiclmfectiiv Ivoit. damages will "c i�-n1' be-limi't'I'I �?'S of repsOr-rebi!mIf--%v6foh Z destroyed -o_dam�,dbyoecIonrelwul ar r,pjacimcni of CONrkX(--TM'7s2qfe�thvWq!k,�C.bNTfW-7ORshall ,riot br 3116L1,on,r,c of •an delay in I"e 1f 1ac 21% 60 bl c to'th INW M'0` f 0 } VNE R's , cities , fights and rem es eundi r. xRncLE i4PA-vmtws TocoSu"CTOR AtND COMPLETION :Schedule of Maluek, The khEdWc df valuc�.s established as pr6ei&d'ih pdmgnaoh 2.9will .serge as the basis for pi'muess paynwmLs and will he incoq)ormed'into a form of Application} I& Nvjnehl atiiptable wENOINEER-' Pr6jrcss payments on account al G"infl nce,lVo_ PI or, v'vilfwbaw.d III no' ki U UmL% comp.lein. so COjVTIU CTOR 's- Wdiz1i, 6f Tiik: to :all 1V6ik, rhawfibis and icquif�nent cqv'crqd, by any Application f ' -- S rnenL 'Nv cth er incorporaWd in the Fr6rt eet-or a'LorN'yv,01 piss to OWNER, nu,later thatri the'ltirac of pa3-*fd fi:vti iihcickar of all Lic'ns. >R.Znieiil, Pgrpwrir 14A. FNGLNTEER,wflL within ten clays after tecei1pt'of eschAp6li ,afion GrAiint, kherinaicate,in-%v uto-a' U&I)COENER A'L NIVI`161S 1910-8 OWU�(Iitkll) .�COI , _ � , , , - , I I wd,rYQFFOIU COLLINS NIODIFIcAno-t4s qp,,v2oau) 14.5. 'ENGINEER'S -recommendation of hny jvaymclnt- reqmstml in an Applicn6on for Payment,will conslitute-a rLprLKentotion 13yh-NUINHER t ' o'-()XVN%R, ha�;d on, FNI(*1I'Nrf'f'WS em7s'IC,'obqer'v f h ��!cd Work 1-1 � I , the usane.�kriehced and qdalifiiid design professional and on ATJ1c:atIG!-1 for Nvrncfit'and die ucc4oai I panying, data I and sc edmics. thuvto:Ih6 bust,of le c c, ihfb - 6 * 'kf; 1-,��GINHER'RWM� lo M11 on�nd hcl 1,4AI. the 1V6rk- hiis, ftf`ogreCs�d to the, point• 145.3,r the, - --conditi ons precedent to; CONTTRAQTOR'.� being entitled to suchOyme'llit appent . to �ins6f�r-as'iC is= L71 . \IGE\T-X- thee Work. - However,, 'by , re -commending any stich', paynidw ENIGM-ER will not ifieieby be deemed''to We ieprtqenied that: 0j",e.A-aittsth-c err cuntinuouqohkfiie inspections laive bienmade'fb, check the cpaalit'y or die ywpintity of :the' Work the' responsibilities sj)icifically assigned to, EN -ER in the Cohtna Docurimms,or (ii) thni there may "not be other matters or issues:- 1:-Wtvvee'h the *1!riies Ilitt, 'mijh't entitle CbNTRACTOR ttrbc paid additiorually by ,Q\VNTEI�',elrw entitle WN M- to withhold puynierd t6cc&,TR-ACT0R. 1.46 ENGWEER'sl payment;ecommendatiori of any payme� including final payment, ENGWEER: is -re. responsible ftw-CONTRAPTOR's- mAmi.,­methWs.., ' hn* se nces; or prodc'dures of construction. �or ce re ions and frogmms mmuent relo., or the sit furlan3� f�26re CONTRACTOR io'comoly with'LaWs' and Regulations -applieable '1�9' the flu'Mi" g or perfor itinee of work, or -flor, any iaBuLM. .6f w6j,r 'OR to ,perform , or fu-nua !Wor�-- in iic'e6r' with -Contract Documents. 14.7. ENGINEER may-r6ffisc to rccummiendthe wh6le or tvnuldOv incorrect to , make the lrepni�ritaticins , tei 0 0 cI v �alsu! feriise.- to w1iscifucritly - discovered the:resiultii of ,s'ubkqu6n[,ins pectiuns!or.tests, - nullify, any, such,' payMcnt_ 'S'uaLx'tent a I s ri I iay'be, ncaessg - ry in IN IN P, ibr,to pprotect,(;" '-"F g frbrn'I-m's- beLause: ,the Work, is,d&cfij�� or,dfipleted Wu&has re"q'it i-T, '- .'__ "; -c- , , I " , 'Ing co-a-mi tic ft or zcp� He= cut 14.7.2..,,the 'Con - tract Trice has Getn' reducid :by, Written Ant endnieni.dr Cithrike brdiq 1473. OW NFR. Kqs been riqdired in 6�rrepi. ,4i&tiva w;oik_,'oi L!;6ip16ui I Work R'accbMin66*W'iiK - - - - - - 1. ­ - -. ­­.. 1. - paragraph.1 3:1,1l. or-­ 14J.4. E'Nijutgk_ his actual h, oWlodge of the pe c urr enc I c, of fany 'f' ih-'-- 6 cv.errs, enumerated in pa ri� - giablh� I 5 Z I'lluma 15,14 pidus16e. ammu'hL .4 .75, a iniq�� OWER,,on acco unt cIf 0 1? �ide pC6 an-ce i r ishieig of the q,6r 14 -4.6, have.been -rile . d in iconnebtion wiih the Work ,i Except where COWRAMOR has'&IiVf{ed'a. .Nxcl 1c _y- t6 OWNFkVtoi k6ur'c the , — diwiii­ 6riuch �&qtisfhelion and rge - I t;Jns,- 14.13, there tire other items entitling &NERIo n set- ,-WhgitiriA thi o6i oat, recofiiiyfen&or_ 114.7:8. Q,X\WER has :actual lknowl&lge, ,of occurrence of any of ihe' ey6is enumerated in pari-graAA43:1 16uAh`.1433 of mgi�phs_15i.l I '. I pn through 15;2.4 inelwive: 'but OWNIM must give CONTRACTOR inunediate mrittenneii6c,'(Mth do6py to ENT]TAFIR) stating.- th K reasons for such acti&lanj prqiuptJv.Imy,CC.WTIZACTQR the amount so withh6k]. or any;adjus(ruent thereto'ngrie6d :� - liy I owwER­1 co,NrrkAi�,TOR� svfien mCONTRAC-PiR . cor . fcui I to MWJITR?s''s'.iieifuciion the k ­­ fur stic� gi�tio ­ , ; ;reasom n. Absizintial Cemrp!jqivni: 30 %vidiT OF FORT MLL INSMOD , MCA , HONS (H.Bda 000) 0 . 1 149. , Oi*ERv to , shall have ,the ;ri�jexcludt , , COWRACTOR' rr6irii the- maK- 66r tht: mciat'c of SUbsfaqiiaf, 0,0141,tJ6� I but OWNMR shall. =!Rllm'v CONTRACTOR .reasonqble acde"S 16 complete. or conreuf� itenis4illifiCICnIati V 0 list Parfial &rrUzwion: any such ouni of of th'it.pari of omplztioii. If the Work- to be substaraially,cumplete., the provisions 6f panigraphs, 14.9 9M 14-9 will'apply'with resre& to ccrtit-Glion' 6f.$dbitaati:il Cornplctio;'or 6iit part of. the 1Ycrik`and the division of r"espon-sibility'lq respect thacof and access thereto: - .14-10.1- No occupancy or qqiarvoc opcmion Pfrmrt of the'Vkloik- , W'ilfbc H­L'x-:orfiplishEd -'LX,tO- c'oqVP'ljPnkC- Niili hC re Niilrewn1 5:15 i,n TLl' Kf� -6t of -s o P-Tazolp., pror" jitsurarice, Mij#1 JUL •Mtifc:Work- or.an-agrec portion lhercol is -cornp ctc„ -LNGMfftR -will finrik6 A fiiialdfispecti6ft With OWNER ;arid CQNI;RACTOR, ana will notify CONTRACTOin iwiting or,all rArtiouhim -- in-- which tiis-inspe,cion reveA% thi the'Work is incompleteor afk1h,! COYl-RXClbH, ilalljinfnediately"Iike such measures -as are ne,cc=to complete such work of reniody.'stich dekicii6ic.q. Finalvipplicationfor Akiwe.w., mY UTY 01; r0RTCOLLIX5N1OI)IIq&,ribN5(m "wilow Iq furnish such a release- or receipt in Full, CONTRACTOR ruay "4i a Bond O'r.ciiJher collateralsaiistiie'tofy.to 'ONVNrER',tu indminify!OWNTER-against. any, Lim Relew%�s Wwiiiivds of liem and the,Gcm-eni of the suretd'Io' finalize to -be suhnitted tin, Uftfis7acinformiria to the'fohiiat'ofihe O%VRFWS staiidard, -fOrrinbounid in theTfoiect manual, It thr6ugh no ;fault 'of 'CONTP-ACTOR final, N1�tiun of the Work wsivhifxmtly dclayed;and I if, NTEURoso, confirik- OXVNEP,shall, 'upon receipt or, CONURACTOWs"final -Applimtion fi* Payment and ecomm r "etidtitiort of ENGMCR`and withouticiaiiriatirit, - to be held bei, OWNER: for Work'noi M"vt1pd 'k* IeKi IN.qn Ike. retninave, in - for stiuh ipif3cent: Such payrh6vit shall be lcr� the t"s"arid 'C'daditioris-'grive'rning` fira- I - , -- 1 -11 , ,pt thiki it -diaI-1 hot 'cdrililute'a. waivcr.of. 1415.k ;The hiiikirig iinl:acdcptafide'or fifiiil,piynierit Will, 14,15. , 1,a -%6iver, of ait'driinis 'hy O"MiKIZ. , agAink �--QNTRAablz- except , 'Chiiiiri -Sri M-fi� ijlz iir sittl settled Uqnsfibri; Lkfeotiftii Wi5rl appear--ng- 'after 31 9 0 fnml in spection.,pitrsuant to pantaraph 14:1 l; ,from fiil'tiredo comply with -he Cim"I; 1)ocumdtts or the Lrrtns tif,any special guarantees sptcifted, thetein..or `from CONTRACTOR's continuing obligations under the Conrad Documents- and ` 14 I5_:A waiver of III] cls'uns;bG, CONTRACTOR' ag'ainsFolliVER other than those previously mad in u riling and still`unsettkYl:, ARTICLE I., -SUSPENSION Or \PORK AND TERI4111NATION pI Ni17J2 ,1l6i''Suapend-ll•ork: OWNER Alay ,Terminate: 15:2Upan the occurrence of any :atc of moic,of ]he. WoAvin# events_ 1 2.1,, if COINTTRACTOR rsistently fntls to perform the Work in aecnrdancc.nrth the Ciintntci• f)ucvmonts (including'bui not tainted to tailurc to sulally st ft eten[, ski led "Workers oi. -suitable- materials or equipment.or, ifallurc ioyi& re [o tlu ptogrecs schcdule:estpblishod lndtr,parogniph2:9 as,ildlusied from time to tmle- pu}"suanl.lo para�•aphb:6); ' 1�22. if "COitTTRAI COR disreganls I ays. o Regubtims arany publicbodt;1tilvine 1urisdicl ion: . 153. if CONTIZACTORJidegards dte,atith rity-nr LNGINEER;-m, I514. if,CONTRACTOP olliertcisc ttolates,iny; li}; subsumtial `_Xtn} ant• iprvW.MS or tlic Contract bocumrtits:, ulcuco�n�xiL co�ulnol�s iiU�s n9�p ets��i -�]' ,tl GlTl'OI IORT(]�f:L1A'S lvlGblllCA tlO`S(RL•l'9¢00a)' 0 AI A ,'Ulm scken days. wrinen. :notice, tp; CON•1'RAL"7 'la ''end HNGINHFR 01VNf R niay_, vithoul'causc and v idmut p�yudic� to any,'othcr right dr rLine Wady+of OV�rER tut to'turtmm�te tlte'tlglcemeritE [ti such cssa ((7hT1"RACfOIi. sMll 6e `p3id (tvithoul ddplication of any.jtem's):. 15: i.l 6r•complctW and aeceptabld Work executed in accordance: ivlth the Contract Documents prior to .the,effcchtvdatc of temiina6on,iincluding wr and rew' 'hable sdais for oyeiiiend and •profit on :such' Work, 15.a? ror cMxnses suslained priar to the eReClive date of termiritno[t;,in pertorming',•serviecs and furnish ng Inbor, malertais or,equtpment':as required, by .the,' Contract Doeumenb m .c`orinectich with' ilncoiitpleted Work•'plus Gait nd'reasoiu ble sums Ctx ,mu) ead andprofit;o i such cypc tses;- 15,43 tor- all claims, 'costs; losses,and drtinages riciirred. m settlimrnt of'tzrm noted coiimtcls-with Sub6inirtcturs, Sugplierswi&others_aricl toterrain otiahFisrnable expenses dircctlj;;attribAable C'ONTRA6T611:-hall not be paid on accomt of lossbi entictpalcd prohis or r vcndr or other CGC &M` IC hiss arising oul of or rwuhittli Giim such leimfiiation EONTIL+ICTOR �11a�• Stopal %ui:k;or Teimindte: 15 5. IC through no. uct orJutilt of CONTRACTOR. the` Work is susper dctl,fgr a peri ti',gf mare duinrunety,day%s by OWNER or-under,an'arder oC court`ttt•othcr public authority. or hNGINhhR fwdi'to'not on any':Apphcttion Cor'Paymcnl Within thirty days after tt.issubttttlted or. pWIM fsik far ihirty.days to PLi} C 6NPURACI'OR arts • SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 28th day of March in the year of 2013 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Martin Marietta Materials Inc (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. AGREEMENT RENEWAL & WORK Renewal. This Agreement is a renewal of the Agreement entered into between the parties on the 14th day of April 2011, entitled Asphalt Overlay, Bid No. 7222, City of Fort Collins (hereinafter called The 2011 CONTRACT)and all portions interpreted as if the same were attached hereto. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7222 Asphalt Overlay and is generally described in Section 01010. This renewal is authorized pursuant to Article 3.1.1 Contract Period, of the 2011 CONTRACT. This Agreement shall be effective on the date this • Agreement is signed by the City, and shall continue in full force and effect until April 17, 2014. ARTICLE 2. ENGINEER The Project has been designed by City of Fort Collins Streets Department, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 This is a one year agreement but, at the option of the City, the Agreement may be extended for additional one year periods not to exceed one (1) more additional one year period. Pricing changes shall be negotiated by and agreed to by both parties and may use the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office as a guide. 3.2 The Work shall be Substantially Complete within one hundred fifty (150) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within five (5) calendar days after the date when the Contract Times commence to run. 3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement. and that OWNER will suffer financial loss if the Work is not • completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Section 00520 Page 1 !sum final[%- deiernuined'to he due. not or and 'recover for UNGINFlk sioo'the Wcck until jmyilc6t of C Anti jue bNTkA&ok veludirio-in-terest, or CbmA& ,'rai s 41cytheiNvise'. fbr. ARTI.CLEIMA)ISVt,rnrE -ARTICLE li—AlIkkLIANEOUS 17.1- Wheriever any prm . 'imon of the Contract DdZ.Iun,4ita �,wes the givam ofgivenXW1 be deemed 16 hd%, e . 'b'eeii - validly vivif delivelred in per�o to the,individuhl orio H'member orthfirm, or 16 an officer or the trorporaliun toi w" hoi—ii --it is,in'tena-JL 'or ird'elU'e're-d'a- Cojr, serif by m6aem or ceri6ficd rag- it- -V.c-mip`6e` p-repaiii,lo the' lust business address Um'v A to of the not ice. -471. CqljjpWt&iOln of 7:iin e,% 17.1.1. ktPhen arty,peri6d.of time is referred to in the ' aci'bo6iiiiwnts b3,_day,s. it'%611 I be co'mpuiedlo a�ciuJe the ink include he lest, Jay,nf such' , peribq. If th last _5. _st- j- of pia suc pen , on Saturtlav�:br Sun ay,or,on a Yny made,vilepfl-1fi&' bylhe'law of the aOOficu jurisdiction such,Jsyivill be omitted from the Conlipilulfion. %VICI'V OIL FORT 0 OLLIN157111) H;lC_AllOfq3 (P�LV-U2_000) . - I C. I ­ . � I I 1 11 11 17.27.21. A nalefidar'dav of twenty-four hours measured fromjnidhiighf fa',the '-ncxl.nii6ight willconsfitule-a 17.4. 'rhe dulls :and thCSC, Gcri6ioil Cooditiotis andtlwrid" Shv� and �cmvppqs atailahle heredird "a to the' parhereto. afid,iii '0anicular--6di withoul Hn-ntn't:m-,_ the iyqrmn-!Je& . guarantees' and .obligations', �ijmpqsed, upon' (OWRACTOR by pnrag6phs'6 12,'&1 , k63()'63)', 6-3-2; 13H, 13.12; 13.14. ,14 '; and_1_5:2_ and'n1l ' of the nahtsavid ,rein-c,dic-5,t;iailah.lc 'rNF to r OlVNFR and FNG 3ERthdcurder, ar� in addifi6ry I _ I I . I .; �l 1� - . t6. a6d are not -,eonstru_e"d in iitry,way,as a. finutation' of; an); iiihis'and ru in ed k's a va it A I c z to an'y 'o"r, all of them ' 1wwwfi ;afe odlenvise, liliji6sed oraValkblel 15y Lim &r Reg,ulstio"ns,hy, Tqcjahwarmnty^t I i , r� . guarantee 0 T hy o4ier' pwisions of the Contract iialjocuments, and the_ provisions; , , .1 ­. " .of this' mia'Oh he as 'ett ective as: if rcfx-.atcd xeif'eal n1he 6fitnict Downic'n-t's in'c-o'-pnection . w.id 1 10 d Wk iom�rightardran 1, 5 cac rt ar ut�, Wat icdytc�%vhch 17 5., Whenev I er rel . crence is In . ade to %tauns, eoslg,,. losses iind,daaiajcs',, it shall but il'Ol' 1�d to, all tees and ck irges ofengmeers, archuiecas, jS u'rvJ :otht4 1pr6ftissionsls and H.11 -court or arbiuilion 6rotherdispux resoutioncosts, ITT, The lqw§jofth6 State Odcolorqdq ftiply 6-this Aareernent: :ReRreffig.Ld tineni Colorado statutes .are as'Fbllows., 17.6.1 If a clalidi, is file4 OVVNERJS' piuuiitid Irv; im M 38-26,107) tbMLhhoId ff6ffl'fl0.rizmcnLs-t6 CONTRACTOR :sufficient. Fdrids ,to Veiurc . the =of 61aifii:for Motmatcfials,teaffi hire. Zprovvsoffs, provender. or other-sui5phie used of.consumed by WNTRACTOR or' his, E 34 mgcl-fY-OF 1ORT COLL-IN'SMODIMCNnONS MEX'402001 (ljhiM pjZcicft�hlank intcntiqWly) �3s %V/ C2 'IT ot, foR L caiN-s r' 10'DM r-A-nO-,43 (HEN' .1 Q oom 0 0 0 3b vo Cltvbli-TORT (,'OLLI',Zi.NIODlW�CAIlONS IkEV4,20(g)) • EXHIBCIT GC -A to General Conditions . I '.. � . 1 11 1 , I - 11, 1 of the onstrucfinn Contract Between' OWNER-,an'd CONTRACTOR DI'56jT1-: kE'§OLVIION AGRri:&fLNr OXVNG and'CO NITiZACTOR hereby a6ne�, Ifiat Article 1676f the Gfiaa-1,dtifiilticifis of the''CiiMtrtiiciion C�onfract between :OWNER and I'diTfRACTOV is rmi�sdJd to ihe parties, 16,3.� Notice ofthe-demand ror nrhiLrmtimi 'Will be: filed in writing with other party lio�lfir',Agreemest and has 141 or et(bitbbli Ovoieedtngs bi!ed on such Oqits" othci matlir in qucstion Would �be bs7ed a . pplicub le statute b r I im i t-titior a. 91WC 6ENE-RAL C0t71)1110NS 191 " (1990 946M) , v,; C.,17 OF FORT. CQ!AJN-NfQD1F1CAT1OIS (RFV Rn - i as pi6vided, in 0,,imgraph, M-5 below, ep no;arb ' i tim, I it'ds'ing' out ' or � or r relating . I It) I the co , mrarl. Documents shall include by ciunsolidAiiOft, j6irsliff or'i any ,other miinnei any otlierperson, or. - entity, (including ENGINEER. LIVGINEI Rs `Cuiaidtant ant? the bffic'ers.' ilircctcrs,, agents, employees ,or -consults nts.of any or them) o is ,who not a pirr'tv,to, this contract unk-ss': 16A. L Alie.inclusicn of sOch-other`Lson or usOlityjs necessary ss . ary it complete relief is to be . aa afforded among Lhiitit ho.nreiilrckdy prFLiesp the,nrbitrdidb * ar'fd 164.2. such other per,on :or jEr;tiry_ -L I q _Whs6htially involve in a questiun of lii%� or fa&�corm wfiich�ismcin, to those Ns"ho arteJilready parties to the nrhitmtt'oj.i and which will rrrjsei ree d nsucKprod dihgr�;an 1A4.3, the written consent of the other rrson (if entity sought tQ be:inciudled _ andl,of :OwMER ' �rmd (,ONTR AC I'OR has Nch ohiained for such inclusion,, which'cimsent'shali fiJuke speci6d reference to dri-s' constitute consent to irbitnifidir otairy .dispute in such consent or ,to. irbitr6tion %Vith any pat, not sv1&1c'nll6dcnii.ficd in su,chconsent. ding paragraph 16.4. if A daiffi in quesiion tkvr�e6 OWNER and i esthe - Work -orb §ub6&Uractor, ,include in all subconimcts required 'by'pruagrqph6.11 a 4qiccific the Stibcontractk.6onsents to, being joined, in in artlitratibn hehscu OWNF. R_ and CONE CTOR IrivoWifie .the Work of- siioh Subco-niiiiet6i, 'Nothing- in:this pacigm ph le.5 nor in'. the provision or such subcbnirict,conlsenting to joinder shall create anv clairii; r1j;Iii of cause of;rietibn 4n tivor U subcoriin.�cIor r1" sit:iimi OWNTER, ENGTNTEER "or, ON -UN 111 R's 6multanta t1hat,466snot otherwise opist, 16!6. 'The award rendered by,the arbitrators will be finnljudgluent n1hy:b.7e6tcied upon it in any -courl haVing joriWictiori 'thereof, and ' ii will not -be s4ed to modificdtion bravoiml. 1_ __ I''....- of U uumitica to mociiation witnin mose same rc6airr suspended' imitil ten the ter ninstion of the mediation The mediator iutii suhisifi6d infticdiatici 6fidcr this Adrcenient crve as arbitmi6r. ofs6Wdisvute`uAlM`s otherwise (;C-At E 0 -61CllC CiE[:ENAI:CUh7)1770NSi710.8.1i U')0. tlGiiall . CiC-AY =_ u+ ;•jTY (IF FORT CQI:1.1 Y$ \fQDIFIGAii01�,1RFV 5r9d 1 — SE SECTION 00800 SUPPLEMENTARY CONDITIONS �1 U 0 SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) -and other provisions of the Contract Documents as indicated below. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, is 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). 0 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment 0 �J Rev 10/20/07 0 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Asphalt Overlay — 2013 Renewal CONTRACTOR: Martin Marietta Materials Inc PROJECT NUMBER:7222 DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST TOTAL APPROVED CHANGE ORDER TOTAL PENDING CHANGE ORDER TOTAL THIS CHANGE ORDER TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: APPROVED BY: DATE: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing $ .00 0.00 0.00 0.00 $ 0.00 Title: Title: Rev10/20/07 Section 00950 Page 1 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: One Thousand Dollars ($1,000.00) for each calendar day or fraction thereof that expires after the one hundred fifty (150) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after the five(5) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: Four Million Two Hundred and Four Thousand Ninety-four Dollars and Ninety-six Cents ($4,204,094.68), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work Section 00520 Page 2 0 § � \ \ \ 4 0 0 } \ S \ < E 0 § § 0 ± $ z < u § ��ar z cu cu 2 0 co < } \\\\ - CL < <m < ] 0 <{6 \ 03 0 \ £\/\0 _ \/\\\ < 0 r ) / 0 (§ \\ 0 CD cc �\ \ Of \ '0 j) \ \\ \ z 0 W F- 0)� E 0 < < /m± >< o= \\\ }\ 0 § z LU \ / 0 0 0 LL) Q% LL a m O N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 'O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (D (D (D C 0 fA 64 W W 64 En W U) U) 64 W 64 W 64 W W 64 W W W 6 ) E1-T 64 EA 64 W EA EA 64 64 0) 64 64 64 Q O m O a r- w cn a `0 -0 N N O 0 a C000000000000000000000000000000000 00000000000000000000000000000o0oo . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a E6stq"6)' 6'6'(a(amulmmulmmmmmtam(amcommm(ato a� < a� fl. L E a� T �0000000000000000000000000000000000 0000000000000000000000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 06 0 0 0 0 E&'e»646464'"sEqu3u"g64E»64e»e»64E»a»e»e'Q464 4Q 64e1)e»e»e»E»E»e1)e» m Q n.0 Y 0 O EO N N T UaLa- c� Z W C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Q O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O E 64 64 64 64 64 64 64 64 64 64 64 64 64 64 64 64 64 64 64 64 64 64 64 64 vi 6- 64 ER 64 64 64 64 En EA a a� O E V) C O t O T U H O cO000000000000000000000000000000000 Z30000000000000000000000000000000000 00000000000000000000000000000000000 EE»EF)G eca 60vav»' 01cgQ»' 01e»64clw64F»6 6s6s 6q6g6", »c»E»E»E»E»v)e»646»u» Q (D � d U) C Z) F z T � c O � 3 Q O H U 0 n U J Z U O N 0 U � L E M� W Z NO C Ul -O � � N LL 0 a- m Cl) U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W _ N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 es�efles>e»e»erne»e»e»e»e» e»e» e»e»efle»e»es>e» e»e»e»es>es>e»e»e»e»e»e»e»e» aHu1FMefle» N N 47 N O CO F eL 0 0 0 C. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O Cl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 6 (fl Efl EA 6-1 69 fA EA EA Ef> EA Ef> fA ffi 6-1E6H U> 64 69 EA EA FA efl Efl EA Efi Efi Efl Efi Efi ER 69 U-) EA fA fA N Q N Y fl' E U F D O W :E QC00000000000000000000000000000000000 00000000000000000000000000000000000 a O000000 CD. CD. 000000000000000000000000000 E 6qw to`6 64(" »E»f»F»wu�e»6`e»e»e»a»e»F»F»v ww6'>6g6q »63F»uy Wto co Q L n. o a Z E o c ' � � a a 0 U Ua J N �C:000000000000000oo000000000000000000 n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O a 2 E 6'»e»69611e9,6S64 sWWW696F)6q »<»e»esWV)0e 68,69,69 64e»e»< 0),W 6»e»e»ugE» Q E O U L Y O (A cm O O C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 66,64 eA 69 eA W eA eA eH eA eA W to 09,6q Efl W 64 eA UlUl Ul eA W 6F3 64 64 64 fA W eA CO eA 0 eH 0 eR 0 Q eU '= U d N (n C � w w 0 O ccW J C7 Z Q O O c U W O 0 Q. J W z u H O = aNi O a U Ul E 00 = Z P Y U 0 u 0 0 0 O 00000000000O0000O0000000000000000 0 000000000000000000000000000000000 u3 000000000000000000000000000000000 e»e»rse»e»f»e»e»E»u3V»6S W V), c» Ull Ul Ul Ul 61W W Ul W W 60 60 (a W W Ue 61>W v LL c 0 O 70 v c @ W _U Cl) =ucl — Q c LCl CL < O 0 0 U) a a) a m U .o N !E a`) C d 0 0 0 a a a) O U ,N 'C O O O U J c0 Q -O N Q c = al w CO O U C Cl }oaQ oOf wQ Of o� cr O U U) a) 0 a) m J _U 1] Q o E H > > o =z a) E � Z MI a) a 0 m 0 0 F. O .1i 41 U N cn 2012 ASPHALT OVERLAY PROJECT GENERAL REQUIREMENTS INDEX �1 or" IIIIIa 01010 Summary of Work 01040 Coordination 01310 Construction Schedules 01330 Survey Data 01340 Shop Drawings 01410 Testing 01510 Temporary Utilities 01560 Temporary Controls 01700 Contract Closeout 01800 Method of Measurement and Basis of Payment PAGE NUMBERS General Requirements 1-2 General Requirements 3-4 General Requirements 5-6 General Requirements 7 General Requirements 8-10 General Requirements 11-12 General Requirements 13 General Requirements 14-15 General Requirements 16 General Requirements 17 0 E SECTION 01010 • SUMMARY OF WORK 1.1 DESCRIPTION OF WORK A. This work shall consist of asphalt patching, asphalt overlays, base work, variations of paving fabric, and manhole and valve box adjustments on designated streets in the City of Fort Collins. Specific locations are described in Section 3500, Project Map. B. Protection and Restoration. 1. Replace to equal or better conditions all items removed and replaced or damaged during construction. Restore all areas disturbed to match surrounding surface conditions. Also see tree protection standards. C. Construction Hours 1. Construction hours, except for emergencies, shall be limited to 7:00 a.m. to 6:00 p.m., Monday through Friday, unless otherwise authorized in writing by the Engineer. After hour equipment operation shall be in accordance with Section 1560. 2. Any work performed by the Contractor outside of the construction hours, whether or not authorized by the Project Manager, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds to cover the Owner's costs in providing field engineering and/or inspection services because of such work. The cost for field engineering and inspection shall be $50.00 per hour. 1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES A. Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when prosecution of the Work may affect them. • B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to temporarily deny access or services. 0 C. Contact utilities at least 48 hours prior excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items which would affect their daily operation. E. Tom Knostman/Bennett Ashbaugh will be the Program Manager/Project Manager). Tom Knostman 970-221-6576 Office 970-679-7947 Cell Bennett Ashbaugh. 970-221-6615 Office 970-658-0921 Cell F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. General Requirements - Page I of 17 SECTION 01010 SUMMARY OF WORK • UTILITIES Water: City of Fort Collins, Colorado 221-6700, Meter Shop 221-6759 Storm Sewer: City of Fort Collins, Colorado 221-6700 Sanitary Sewer: City of Fort Collins, Colorado 221-6700 Electrical: City of Fort Collins, Colorado 221-6700 Gas: Xcel Energy Emergency 1-800-895-2999 Local Contact: Pat Kreager 970.566.4416 Telephone: UNCC / 1-800-922-1987 Local Contact: Debbie Kautz 970.689.0635 Traffic Operations: City of Ft. Collins, Colorado 221-6630 Cable Television: Comcast 493-7400 Utility Notification Center of Colorado (UNCC) - 811 1-800-922-1987 AGENCIES Safety: Latimer County Sheriffs Department: • Occupational Safety and Health Administration Non -Emergency: 221-7177 (OSHA): 844-3061 Fire: Ambulance: Poudre Fire Authority Poudre Valley Hospital Non -Emergency: 221-6581 Non -Emergency: 484-1227 Emergency: 911 Emergency: 9 l 1 Police: City of Fort Collins Police Department Non -Emergency: 221-6540 Emergency: 911 Postmaster: US Postal Service: 225-4111 Transportation: Transfort: 221-6620 Traffic Engineering: 221-6630 END OF SECTION General Requirements - Page 2 of 17 0 • SECTION 01040 COORDINATION 1.1 GENERAL CONTRACTOR RESPONSIBILITIES A. Coordinate operations under contract in a manner which will facilitate progress of the Work. The Contractor shall also coordinate with the Landscape Contractor whose Work is separate from the General Contractors contract. B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the service of such utilities, agencies, or public safety. C. Coordinate operations under contract with utility work to allow for efficient completion of the Work. D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to provide satisfactory access at all times and keep them informed at all times. 1.2 CONFERENCES A. A Pre -construction Conference will be held prior to the start of construction. 1. Contractor shall participate in the conference accompanied by all major Subcontractors, including the Traffic Control Supervisor assigned to the project. 2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to project. 3. The Project Manager shall invite all utility companies involved. 4. The Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated schedules. 5. The Project Manager shall introduce the project Representatives. B. Additional project coordination conferences will be held prior to start of construction for coordination of the Work, refining project schedules, and utility coordination. C. Project Manager may hold coordination conferences to be attended by all involved when Contractor's operations affects, or is'affected by, the work of others. 1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Project Manager. 1.3 PROGRESS MEETINGS A. Contractor and Project Manager shall schedule and hold regular progress meetings at least weekly and at other times as requested by the Project Manager or required by the progress of the Work. B. Attendance shall include: 1. Contractor and Superintendent. 2. Owner's Representatives. 3. Program Manager/Project Manager, and Project Representative. 4. Traffic Control Supervisor 5. Others as may be requested by Contractor, Project Manager or Owner. General Requirements - Page 3 of 17 SECTION 01040 • COORDINATION C. Minimum agenda shall include: 1. Review of work progress since last meeting. 2. Identification and discussion of problems affecting progress. 3. Review of any pending change orders. 4. Revision of Construction Schedule as appropriate. D. The Project Representative and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay estimates. END OF SECTION 0 General Requirements - Page 4 of 17 . SECTION 01310 • CONSTRUCTION SECHDULES 1.1 GENERAL A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor intends to meet the milestones set forth. 1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. 1.2 FORMAT AND SUBMISSIONS A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. B. Submit two copies of each schedule to Owner for review. 1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. C. The schedule must show how the street, landscaping and various utility work will be coordinated. 1.3 CONTENT A. Construction Progress Schedule. 1. Show the complete work sequence of construction by activity and location. 2. Show changes to traffic control. 3. Show project milestones B. Report of delivery of equipment and materials. 1. Show delivery status of critical and major items of equipment and materials. 2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements for equipment and materials, reference Section 01340. 1.4 PROGRESS REVISIONS A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when requested by Owner or Project Manager, and with each application for progress payment. B. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. C. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of others. General Requirements - Page 5 of 17