Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout108423 VOGEL CONCRETE INC - CONTRACT - BID - 7361 CONCRETE MAINTENANCE PROJECT PHASE I (2)F6rt
City of
Collins
,, Purchasing
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov. com/purchasing
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
CONCRETE MAINTENANCE PROJECT PHASE 1
2013 RENEWAL
• BID NO. 7361
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
0
• They also recognize the delays, expenses and difficulties involved in proving in a
legal preceding the actual loss suffered by OWNER if the Work is not completed
on time. Accordingly, instead of requiring any such proof, OWNER and
CONTRACTOR agree that as Liquidated damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
1) Substantial Completion:
One Thousand Dollars ($1,000.00) for each calendar day or
fraction thereof that expires after the one hundred forty (140)
calendar day period for Substantial Completion of the Work until the
Work is Substantially Complete.
2) Final Acceptance:
After Substantial Completion, Five Hundred Dollars ($500.00) for
each calendar day or fraction thereof that expires after the forty-five
(45) calendar day period for Final Payment and Acceptance until
the Work is ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: One Million
• Eight Hundred Ninety -One Thousand Seven Hundred Sixty -Five Dollars and
Twenty -Four Cents ($1,891,765.24), in accordance with Section 00300, attached
and incorporated herein by this reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article
14 of the General Conditions. Applications for Payment will be processed by
ENGINEER as provided in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on
account of the Contract Price on the basis of CONTRACTOR's Application for
Payment as recommended by ENGINEER, once each month during construction
as provided below. All progress payments will be on the basis of the progress of
the Work measured by the schedule of values established in paragraph 2.6 of the
General Conditions and in the case of Unit Price Work based on the number of
units completed, and in accordance with the General Requirements concerning
Unit Price Work.
5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as
contract retainage five percent (5%) of each progress payment, but, in each
case, less the aggregate of payments previously made and less such amounts
as ENGINEER shall determine, or OWNER may withhold, in accordance with
• paragraph 14.7 of the General Conditions. If , in the sole discretion of Owner, on
SECTION 01310
CONSTRUCTION SCHEDULE
• 1.5 OWNER'S RESPONSIBILITY
•
0
Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting
Contractor in coordinating the Work with the needs of the Project.
B. it is not to be construed as relieving Contractor from any responsibility to determine the means, methods,
techniques, sequences and procedures of construction as provided in the General Conditions.
END OF SECTION
General Requirements - Page 7 of 18
SECTION 01330
SURVEY DATA
1.1 SURVEY REQUIREMENTS •
A. The Owner shall provide the construction surveying for the street and landscaping improvements. City Survey
Crews will perform the surveying required.
B. The Contractor must submit a survey request form to the City Surveyor a minimum of 48 hours prior to
requiring 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 NOT offset the
existing mark for reinstallation but shall 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.
G. The Contractor shall be responsible for transferring the information from the construction stakes to any
necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures •
in accordance with the information on the stakes and grade sheets supplied by the Owner.
END OF SECTION
General Requirements — page 8 of 18
SECTION 01340
SHOP DRAWINGS
0 1.1 GENERAL
A. Submit Shop Drawings, Samples, and other submittals as required by the individual specification.
1. Engineer will not accept Shop Drawings or other submittals from anyone but Contractor.
B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by Engineer prior to the time
set forth in the approved schedule will be reviewed at any time convenient to Engineer before the time required
by the schedule.
C. Any need for more than one re -submission, or any other delay in obtaining Engineers review of submittals, will
not entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by failure of
Engineer to return any scheduled submittal within 10 days after receipt in his office of all information required
for review of the submittals or for any other reason which prevents Engineer's timely review. Failure of
Contractor to coordinate submittals that must be reviewed together will not entitle Contractor to an extension of
Contract Time or an increase in Contract Price.
D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication.
E. Contractor shall not use materials or equipment for which Shop Drawings or samples are required until such
submittals, stamped by Contractor and properly marked by Engineer, are at the site and available to workmen.
F. Contractor shall not use Shop Drawings which do not bear Engineer's mark "NO EXCEPTION TAKEN" in the
performance of the Work. Review status designations listed on Engineer's submittal review stamp are defined as
follows:
l . NO EXCEPTION TAKEN: Signifies material or equipment represented by the submittal conforms with the
•, design concept, complies with the information given in the Contract Documents and is acceptable for
incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with
related work. Copies of the submittal are to be transmitted for final distribution.
2. REVISE AS NOTED: Signifies material or equipment represented by the submittal conforms with the
design concept, complies with the information given in the Contract Documents and is acceptable for
incorporation in the Work in accordance with Engineer's notations. Contractor is to proceed with the Work
in accordance with Engineer's notations and is to submit a revised submittal responsive to notations marked
on the returned submittal or written in the letter of transmittal.
•
3. REJECTED: Signifies material or equipment represented by the submittal does not conform to 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. Engineer reviews such submittals for general information but not for
substance.
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.
General Requirements — page 9 of 18
SECTION 01340
SHOP DRAWINGS
3. Field dimensions, clearly identified as such. .
4. Applicable standards, such as ASTM or Federal Specification numbers.
5. Drawings, catalogs or parts thereof, manufacturers specifications and data, instructions, performance
characteristics and capacities, and other information specified or necessary:
a. For Engineer to determine that the materials and equipment conform with the design concept and comply
with the intent of the Contract Documents.
b. For the proper erection, installation, and maintenance of the materials and equipment which Engineer
will review for general information but not for substance.
c. For Engineer to determine what supports, anchorages, structural details, connections and services are
required for materials and equipment, and the effect on contiguous or related structures, materials and
equipment.
6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable
Engineer to review the information effectively.
B. Manufacturer's standard drawings, schematics and diagrams:
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 %" x I I ".
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.
It. 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.
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:
Shop Drawings.
a. Three (3) copies minimum, two (2) copies which will be retained by Engineer.
•
General Requirements —page 10 of 18
SECTION 01340
SHOP DRAWINGS
1.4 RE -SUBMISSION REQUIREMENTS
A. Make corrections or changes required by Engineer and resubmit until accepted.
B. In writing call Engineers attention to deviations that the submittal may have from the Contract Documents.
C. In writing call specific attention to revisions other than those called for by Engineer on previous submissions.
D. Shop Drawings.
1. Include additional drawings that may be required to show essential details of any changes proposed by
Contractor along with required wiring and piping layouts.
END OF SECTION
General Requirements — page I 1 of 18
SECTION 01410
TESTING
1.1 GENERAL
A. Provide such equipment and facilities as the Engineer may require for conducting field tests and for collecting
and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required,
have been made and the materials or equipment are found to be acceptable. Any product which becomes unfit
for use after approval shall not be incorporated into the work.
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
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 Contractors failure to pave,
pour, or fill on schedule for any reason except by action of the Engineer.
B. Contractor shall notify the Engineer 48 hours prior to performing an operation that would require testing.
1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM
A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all
items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this
project. This control shall be established for all construction except where the Contract Documents provide for
specific compliance tests by testing laboratories or engineers employed by the Owner. The Contractor's
control system shall specifically include all testing required by the various sections of these Specifications.
B. Superintendence: The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of
the Work. The Superintendent shall have adequate experience to perform the duties of Superintendent, shall be
assigned solely to this project, and shall remain on site during construction activities.
•
General Requirements —page 12 of 18
SECTION 01410
TESTING
• 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.
•
►�J
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, and provide copies to
Engineer weekly.
END OF SECTION
General Requirements — page 13 of 18
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.
I. 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 facilities from public view to the greatest practical extent.
END OF SECTION
•
•
General Requirements - page 14 of 18
SECTION 01560
TEMPORARY CONTROLS
• 1.1 NOISE CONTROL
A. The Contractor shall take reasonable measures to avoid unnecessary noise when construction activities are being
performed in populated areas. Refer to Revision of Section 108 for additional requirements.
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 to prevent blowing material.
B. The Contractor shall be respectful to pedestrians and bicyclists when sweeping road surfaces. The Contractor
shall cease operation until the citizen(s) has cleared the area.
C. 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.
I. 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 proper 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. Approved temporary materials such as hay bales, sand bags, plastic sheets, riprap, or culverts to prevent
the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to
construction activities.
B. Preserve natural vegetation to greatest extent possible.
C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion.
D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual.
1.5 TRAFFIC CONTROL
A. Maintain traffic control in accordance with the latest revisions of the "Manual of Uniform Traffic Control
Devices" (MUTCD), the City of Fort Collins "Work Area Traffic Control Handbook," and the "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. See Revision of Sections 104 and 630.
General Requirements —page 15 of 18
SECTION 01560
TEMPORARY CONTROLS
1.6 PARKED VEHICLES •
A. See Revision of Section 104 for issues related to parked vehicles.
1.7 HAUL ROUTES
The Engineer reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads.
These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements,
and/or pavements whose condition would be significantly damaged by heavy loads.
END OF SECTION
0
General Requirements - page 16 of 18
recommendation of Engineer, Owner determines that the character and progress
of the Work have been satisfactory to OWNER and ENGINEER, OWNER may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be no additional retainage on account of Work
completed in which case the remaining progress payments prior to Substantial
Completion will be in an amount equal to 100% of the Work completed. 95% of
materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided
in paragraph 14.2 of the General Conditions) may be included in the application
Section 00520 Page 3 for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of
the Contract Price, less such amounts as ENGINEER shall determine or
OWNER may withhold in accordance with paragraph 14.7 of the General
Conditions or as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay
the remainder of the Contract Price as recommended by ENGINEER as provided
in said paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
• In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, and with all local conditions and Laws
and Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in
the Supplementary Conditions as provided in paragraph 4.2 of the General
Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or to
supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the
Work at the Contract Price, within the Contract Times and in accordance with the
other terms and conditions of the Contract Documents, including specifically the
0
SECTION 01700
CONTRACT CLOSEOUT
1.1 CLEANING AND RESTORATION
A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work was
begun. This will include providing labor, equipment and materials for cleaning, repairing, and replacing facilities
damaged or soiled during construction. The Engineer will be the judge of the degree of restoration required.
1.2 PROJECT RECORD DOCUMENTS
A. Maintain on the job site, and make available to the Engineer upon request, one current marked -up set of the
drawings which accurately indicate all approved variations in the completed work that differ from the design
information shown on the drawings. Further, these drawings should reflect all underground obstacles
encountered.
B. These record drawings along with any survey records, photographs, and written descriptions of work as may be
required by the Engineer shall be submitted prior to project acceptance.
END OF SECTION
General Requirements —page 17of 18
SECTION 01800
METHOD OF MEASUREMENT AND BASIS OF PAYMENT
1.1 DEFECTIVE WORK
A. Owner shall not pay for defective work and 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 fumished and the estimated •
amount therefor.
END OF SECTION
0
General Requirements — page 18 of 18
SECTION 02000
PROJECT SPECIFICATIONS
The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction", latest
revision, and the Larimer County "Urban Area Street Standards" (hereafter referred to as the "Standard
Specifications"), latest revision, are made a part of this Contract by this reference, except as revised herein, and are
hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where
the Standard Specifications conflict with any of the provisions of the preceding Sections, the preceding Sections
sliall govern.
INDEX OF REVISIONS
SECTION
104
105
107
108
201
202
203
208
212
304
403
601
604
608 & 609
623
. 627
630
41
Traffic and Parking Control
Control of Work
Safety and Protection and Restoration of Property and Landscape
Prosecution and Progress
Clearing and Grubbing
Removal of Structures and Obstructions
Excavation and Embankment
Erosion Control and Inlet Protection
Seeding, Fertilizer, and Sodding
Aggregate Base Course
Hot Mix Asphalt— Patching
Finishing Hardened Concrete Surfaces
Inlets and Culverts
Sidewalks, Curb and Gutter, Drive Approaches, Aprons, Crosspans, Pedestrian Access Ramps,
Flatwork, and Concrete Pavement
Irrigation System
Pavement Markings
Construction Zone Traffic Control
REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL
Section 104 of the Standard Specifications is hereby revised as follows:
MAINTAINING TRAFFIC
Subsection 104.04 shall be amended to include the following.
It shall be the Contractor's responsibility to clear parking from the streets when such parking will interfere with
the work. Prior to work that requires the street(s) to be closed to parking and/or traffic, the street(s) shall be
posted for "NO PARKING". "NO PARKING" signs shall be placed at a minimum of 100 foot intervals. The
placement of these signs shall take place at least 24 hours prior to the commencement of work and shall clearly
show the type of work, and the day, date, and times that the message on the sign is in effect. (For example, if a
street is to be repaired 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.,
Concrete Repairs (see sample "NO PARKING" sign on page 4). "NO PARKING" signs shall remain in place
until the street is opened to traffic and all clean-up operations completed. No Parking signs may be placed,
maintained and removed by a representative of the Contractor, the Traffic Control Supervisor, or Flagger.
All information on the "NO PARKING" signs, with the exception of the type of work, date, and time shall be in
block letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly
legible and written in block style letters. The "NO PARKING" signs shall be in effect for one or two days only.
In the event the Contractor deems it necessary to remove a vehicle that has not adhered to the "NO PARKING"
notification, the Contractor shall first make every reasonable effort to locate and contact the owner of the
vehicle. Should the Contractor be unable to locate the owner of the vehicle, the Contractor shall notify the
Engineer to arrange for towing. If the "NO PARKING' sign has been in place for a minimum of 24 hours, the
City will make every reasonable effort to remove the offending vehicle within four (4) hours of notification
from the Contractor. The Contractor shall not be entitled to 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 plats 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. 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 of the 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 48
•
0
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 shall meet to discuss the progress of the work, the placement of upcoming 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. The Contractor
and Engineer shall also review and determine the proposed means of handling parking and traffic control for the
upcoming work.
It is the responsibility of the Contractor to minimize any inconvenience to the public as a result of their work.
The Contractor shall maintain access at all times to all businesses within the project. The installation schedule
shall be communicated to all businesses and residents affected by the work at least 48 hours prior to starting
work.
Any changes to the traffic control, as directed by the Engineer, including additional signs, barricades, and/or
flaggers needed shall be immediately implemented.
Traffic control shall be paid under Revision of Section 00, "Construction Zone Traffic Control" found herein.
Project Specifications - Page 3 of48
REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL
NO
PARKING
Wed JUlY 2
7:00 AM - 6:00 PM
CONCRETE
REPAIRS Jz
END OF SECTION
•
49
Project Specifications - Page 4 of 48
REVISION OF SECTION 105
CONTROL OF WORK
• Section 105 of the Standard Specifications is hereby revised as follows:
AUTHORITY OF THE ENGINEER
0
Subsection 105.01 shall be amended to include the following:
No phase of construction shall start until the Traffic Control Plan has been approved. Failure to have an
approved Traffic Control Plan shall constitute cause for the Owner to stop work. During periods of Traffic
Control non-compliance, the Contractor may be assessed $1,000.00 per day, may forfeit payment of work and
materials installed, and may lose contract working days as determined by the Owner. The Contractor shall not
be entitled to compensation for delays associated with non -compliant periods.
PLANS, SHOP DRAWINGS, WORKING DRAWINGS, OTHER SUBMITTALS, AND CONSTRUCTION
DRAWINGS
Subsection 105.02 shall be amended to include the following:
The Contractor shall furnish the required submittals in TABLE 105-1 one week before the commencement of
work. Three (3) copies shall be furnished to the Engineer, two (2) copies will be returned to the Contractor upon
approval. Submittals shall not be measured and paid for separately but shall be included in the work.
TABLE 105-1
SUMMARY OF CONTRACTOR SUBMITTALS
Section
No.
Description
Approval
Needed
Reoccurring
I07.02
Topsoil Soil Analysis or Soil Sample Submittal
Yes
Yes
108.03
Schedule of Work
Yes
Yes
203.05
Borrow Material Gradation
Yes
Yes
208.02
Erosion Control Devices
Yes
No
208.06
Spill Kit: List of items included within kit
Yes
No
212.02
Sod/Seed
Yes
No
304.02
Aggregate Base Course/Recycled Concrete Soil Analysis
Yes
No
601.01
Exposed Sand Finish
Yes
No
608.00
Concrete Mix Designs
Yes
No
608.00
Curing Compound
Yes
No
608.00
Finishing Aide
Yes
No
608.00
MSDS Sheets for Curing Compound and Finishing Aide
Yes
No
630.00
Traffic Control Plans
Yes
Yes
630.11
TCS Qualifications (reoccurs when TCS and flaggers change)
Yes
No
630.11
Resident Notification Letter
Yes
Yes
COOPERATION BY CONTRACTOR
Subsection 105.10 shall be amended to include the following:
The City of Fort Collins is committed to comply with the United States Environmental Protection Agency
(EPA) and the Streets Department Environmental Management System (EMS) requirements that vehicles on .
City projects shall comply with the "Anti -Idling Policy" to reduce environmental impacts related to
construction. Contractors and Suhcontractors 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 sixty (60) minutes). Exceptions for powering auxiliary equipment and for
safety or health emergencies are allowed.
• COOPERATION WITH UTILITIES
Project Specifications - Page 5 of48
REVISION OF SECTION 105
CONTROL OF WORK
Subsection 105.11 shall be amended to include the following:
Concrete construction and reconstruction operations at intersections may involve the destruction and
replacement of traffic signal loop detectors and/or new detectors may be installed at intersections where they do
not currently exist. The existing traffic signal loop detectors shall be removed by the Contractor at no
additional cost. New and replacement loop detectors shall be installed by the City Traffic Division. The
Contractor shall cooperate with the schedule of this work to insure the timely installation of loop/camera
detectors. The Contractor shall coordinate with the City Traffic Division to insure that their work is completed
before concrete placement operations begin.
COOPERATION BETWEEN CONTRACTORS
Subsection 105.12 shall be amended to include the following:
City Utilities, Streets, Parks, Traffic, and utility Contractors may perform work related to the project within or
near the limits of this project. The Contractor shall conduct the work without interfering or hindering the
progress or completion of the work being performed by other Contractors. The Contractor shall coordinate
extensively with these entities to minimize traffic control and scheduling conflicts and ensure timely completion
of all the work. The contractor shall allow supporting utility work within their traffic control areas and provide
flagging, if necessary, in support of their work and safety requirements.
INSPECTION AND TESTING OF WORK
Subsection 105.16 shall be amended to include the following:
The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of
required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a
minimum of 24 hours in advance of starting any construction operation that will require inspection, measuring
for pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the Owner and the
Engineer from any responsibility for additional costs or delays caused by such failure.
Inspection of the work or materials shall not relieve the Contractor of any obligations to fulfill his contract or
complete warranty elements as prescribed. Work and materials not meeting specifications shall be corrected
and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been
previously inspected by the Engineer or that payment therefore has been included in the progress estimate.
MAINTENANCE DURING CONSTRUCTION
Subsection 105.19 shall be amended to include the following:
The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be
cleaned of debris generated by the Contractor at the earliest opportunity, but in no case shall the area not be
cleaned after the completion of the dgv's work. Large debris (greater than one inch) and regardless of the
source, shall be picked up and disposed of offsite at the contractors expense. Smaller particulate debris shall be
blown from the sidewalks, driveways, curb, and gutter into the street where it can be picked up by a sweeper
without transmitting debris back on sidewalk areas. It shall be the Contractor's responsibility to provide the
necessary manpower and equipment to satisfactorily clean the roadway area at no extra cost.
The Contractor shall utilize a combination of pick-up brooms, side brooms, and/or other equipment as needed to
clean the streets. The requirement to sweep the street shall be suspended during the leaf fall period between
September 12°i and November 12°' unless directed by the Engineer for areas with minimal leaf fall. All
sweeping and clean up equipment shall be approved by the Engineer prior to the commencement of work.
The Contractor shall maintain the streets during the construction process as prescribed above.
If a street requires additional sweeping by City forces, the Owner shall deduct from compensation due the
Contractor sufficient funds to cover the Owner's cost to provide the sweeping service.
0
Project Specifications - Page 6 of 48
•
REVISION OF SECTION 105
CONTROL OF WORK
All cost of maintaining the work during construction and before the project is accepted, shall not be measured
and paid for separately but shall be included in the work.
END OF SECTION
Project Specifications - Page 7 of 48
REVISION OF SECTION 107
SAFETY AND PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPING
Section 107 of the Standard Specifications is hereby revised as follows:
Subsection 107.06 shall be amended to include the following:
Personnel on Street Maintenance Program (SMP) projects shall use protective equipment prescribed by Local,
State, and Federal safety regulations to attempt 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 for their protection, or willfully daniages such equipment, constitutes cause for the Engineer to request
removal of the employee front 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 be amended to 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 concrete repair is six (6) inches or less in width, the Contractor
shall repair any subsurface utilities including irrigation systems, clean the area of all construction debris (i.e.
concrete, road base, etc.) to a minimum depth of four (4) inches, prepare all edges to be clean and vertical, and
place and compact imported topsoil. The topsoil shall be compacted (until firm, but not over compacted)
utilizing a hand operated roller or other method approved by the Engineer.
At the Engineers discretion, any areas to be restored where the disturbed area is greater than six (6) inches in
width and greater than 12 inches in length adjacent to the concrete repair, the Engineer may require the
Contractor to clean and prepare the area along the entire length of the repair location as stated above to a
minimum one foot (12 inches) wide, place sod on the prepared surface, water the new sod once thoroughly, 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.
If the existing asphalt along the concrete toe is in good condition and salvageable during concrete removal, as
determined by the Engineer, the Contractor shall preserve the existing asphalt. Minimizing the landscape
removal areas behind the sidewalk, curb and gutter shall continue to be the primary goal. The pay item for
"Asphalt Pavement Preservation" is intended to compensate the Contractor for additional removal time,
backfill, sprinkler repair, and sodding that shall be required while preserving the existing asphalt and
minimizing the removal area behind the repair. "Asphalt Pavement Preservation" shall provide compensation
for this type of repair and shall be measured and paid in addition to the concrete pay item for the type of repair
(i.e., Driveover Curb, Gutter and 6" Sidewalk — Remove & Replace). Revision of Section 608 and 609 defines
the measurement and payment for these removals. The placement of backfill and top soil for concrete repair
locations shall be completed within two (2) working days of the placement of the concrete.
0
Excavated soils front the repair locations may be stockpiled on site and used as backfill for areas behind the
new concrete installation and below the top four (4) inches of the surface. 9
Imported Topsoil shall consist of loose friable river bottom'or farmland loam, reasonably free of manmade
Project Specifications - Page 8 of 48
. provisions of paragraph 4.2 of the General Conditions; and no additional
examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the accurate
location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information or data
in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance with the other terms and conditions
of the Contract Documents, including specifically the provision of paragraph 4.3.
of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
• ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General
Conditions, Supplementary Conditions, those items included in the definition of
"Contract Documents" in Article 1.10 of the General Conditions, and such other
items as are referenced in this Article 7, all of which are incorporated herein by
this reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related actions
in carrying out the terms of this Agreement are deemed Contract Documents and
incorporated herein by this reference, and include, but are not limited to, the
following:
7.2.1 Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
7.2.5 Application for Exemption Certificate
7.2.6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as follows:
0
REVISION OF SECTION 107
SAFETY AND PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPING
• 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.
Imported 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 placed during dry weather. The topsoil shall be fine graded to eliminate rough and low areas and ensure
positive drainage. The existing levels, profiles, and contours shall be maintained.
If the area to be repaired is only damaged on the surface, the Contractor shall remove the damaged areas of sod
to a depth that will allow new sod to be placed, place new sod, water once and notify the property owner in
writing of the nature of the work that has taken place. The Contractor shall also notify the property owner of the
fact that the sod will be watered only once by the Contractor and provide the property owner the recommended
watering schedule suggested by the sod supplier. The minimum overall width of the area to be sodded shall be
one (1.0') foot.
For concrete repair locations, the placement of sod steal I be completed by the end of the first working day of the
week following the placement of the concrete.
Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction
and protected from damage by the Contractor. Sprinkler heads shall be salvaged and stockpiled on each
property for use when reconstructing the sprinkler systems.
Sprinkler systems damaged outside of the construction limits as a result of construction operations shall be
replaced at the Contractor's expense within three (3) working days from the date of damage.
All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his
expense unless a written waiver is obtained from the property owner and submitted to the Engineer. Re -sodded
• lawns shall be watered once by the Contractor.
All costs for protecting and restoring landscaping and lawns shall be considered a subsidiary obligation of the
Contractor in connection with the various items of the Work and no measurement or payment shall be made
separately for the protection and restoration of landscaping and lawns. All restoration of landscaping and lawns
damaged by construction operations, other than concrete repair, shall take place within three (3) working days
from the date of damage.
In areas where the Engineer directs new work or the reconstruction area requires grade adjustment, the
placement of topsoil, sod, and sprinkler relocation will be provided by the Cite 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 9 of 48
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised as follows:
SCHEDULE
Subsection 108.03 shall be amended to include the following:
A schedule of work must 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 be amended to include the following:
The work shall be completed within the following calendar months:
®M®
• ..
®®®®®MMM
M�
:
DETERMINATION AND EXTENSION OF CONTRACT TIME
Subsection 108.08 shall be amended to include the following:
Working hours on residential and collector streets shall be 7.00 a.m. to 6:00 p.m., Monday through Friday, or as
approved by the Engineer.
Working hours on arterial streets shall be restricted to 8:30 a.m. to 3:30 p.m., or as approved t?v the
Engineer.
Working hours within CDOT right-of-way (S.H. 287 College Ave. and Hwy 17 Mulberry St.) shall he
restricted to 9:00 a.m. to 3:00 p.m.
The above time restrictions shall apply to the days' preparatory work, equipment maintenance, and clean up
unless approved by the Engineer.
Contract working days shall be completed in one hundred forty (140) consecutive working days and during the
months of May through November.
The Contractor shall mobilize to begin work within ten (10) working days of the Notice to Proceed and shall
continue installations through completion of the contract.
FAILURE TO COMPLETE WORK ON TIME
Subsection 108.09 shall be amended to include the following:
Failure to meet the agreed upon milestones, mobilize within the days specified, or fully complete the project in
one hundred forty ;(140) consecutive_ working y , shall result in liquidated damages assessed against the
Contractor.
•
•
Project Specifications - Page 10 of 48
i
r
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
At the City's option, liquidated damages in the amount of $1,000.00 per day may be retained from any monies
due the Contractor, or the City may retain an additional Contractor(s) to complete the work, or portion thereof,
and retain any costs incurred above and beyond the bid prices of the Contract from any monies due the
Contractor in lieu of liquidated damages.
END OF SECTION
Project Specifications - Page 11 of 48
REVISION OF SECTION 201
CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised as follows:
CONSTRUCTION REQUIREMENTS
Subsection 201.02 shall be amended to include the following:
When tree roots are encountered during construction operations, the Contractor shall notify the Engineer prior
to root removal. The Engineer and the City Forester's representative shall then make a determination regarding
removal. When it is apparent that the tree roots have heaved the concrete section, the Contractor shall remove
the section(s) of concrete as early as possible to allow time for inspection and to schedule root grinding
operations, under separate contract. Root grinding will be scheduled as soon as possible to minimize delays in
construction. Delays to concrete installation due to root grinding shall not be considered for additional traffic
control payment or additional days added to the total contract working days but shall be anticipated in the
Contractor's schedule.
Where it is anticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent
any damage to the roots with tools or equipment. Damage to roots during concrete removal shall be trimmed
and cut with a sharpened, sanitized saw, cut orthogonally to its longitudinal axis as closely as practical, to leave
the freshly cut root surface in a clean and smooth condition. Axes or other blunt objects shall not be used to cut
tree roots.
BASIS OF PAYMENT
Subsection 201.04 shall be amended to include the following:
All costs for removing tree roots shall be considered a subsidiary obligation of the Contractor in connection
with the various items of the Work and no measurement or payment shall be made separately for the removal
and trimming of tree roots.
END OF SECTION
0
Project Specifications - Page 12 of48
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 be amended to include the following:
This work consists of sawing and cutting to facilitate controlled breaking and removal of concrete, asphalt, and
flagstone to a neat line.
CONSTRUCTION REQUIREMENTS
Subsection 202.02 shall be amended to include the following:
Sawing of concrete and asphalt shall be done to a true line having a vertical face, unless otherwise specified.
The depth of the saw cut in concrete and asphalt shall be of sufficient depth to ensure a vertical, smooth face,
free from breakage, or as directed by the Engineer. Cuts in asphalt or concrete pavement shall be made such that
each edge shall be parallel or at right angles to the direction of traffic. Dust created by sawing shall be mitigated
by wet sawing or other means approved by the Engineer.
Residue from sawing shall be removed by the Contractor at the earliest opportunity. Residue will not be
allowed to run through the gutter flow line for more than fifty (50) feet. The Contractor shall prevent tracking of
residue onto the roadway or walkway and shall prevent discharge into the storm drainage system. The
Contractor shall use a storm water protection device or other means of controlling run off of residue as
approved by the Engineer. See Section 208 "Erosion Control and Inlet Protection" contained herein.
METHOD OF MEASUREMENT
Subsection 202.11 shall be amended to include the following:
• Sawing shall be treasured by the lineal foot. This item shall only be measured and paid where the Engineer
directs sawing not already being paid under another item.
Sawing related to the items described in Revision of Section 604 - Inlets and Culverts, and Section 608 & 609
Sidewalks, Curb & Gutter, Drive Approaches, Aprons, Crosspans, Pedestrian Access Ramps, Flatwork, and
Concrete Pavement, shall be considered a subsidiary obligation of the Contractor, and shall not be measured and
paid for separately.
Erosion control measures used during sawing are considered incidental to sawing operations and shall not be
measured and paid for separately.
BASIS OF PAYMENT
Subsection 202.12 shall be amended to include the following:
Payment shall be made under:
Pav Item
Unit
202.01 Sawcutting 4 to 6" 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 Sawcutting as specified in these specifications, as
shown on the plans, and as directed by the Engineer.
END OF SECTION
ProjectSpecilications - Page 13of48
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised as follows: 40
DESCRIPTION
Subsection 203.01 shall be amended to include the following:
This work shall consist of removing and disposing of the existing pavement, base or other material, preparing
the subgrade for the subsequent course, and placing borrow in accordance with the specifications and in
reasonably close conformity with the lines, grades, and typical cross sections shown on the plans or as
designated by the Engineer. All excavation will be classified, "General Excavation", as hereafter described.
The Contractor shall dispose of all excavated material.
CONSTRUCTION REQUIREMENTS
Subsection 203.05 shall be amended to include the following:
General Excavation shall consist of the excavation of all materials of whatever character required for the work
not being removed under some other item.
The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have
been placed.
The excavation will be accomplished in the following manner:
General Excavation:
The areas to be removed will be marked on the surface with paint by the Engineer. A straight vertical cut
shall be made through the pavement, if necessary, to provide a square or rectangular opening, such that •
each edge will be parallel or at right angles to the direction of traffic. Wheel cutting, ripping, and tearing of
asphalt using construction equipment such as a grader (blade) shall not be allowed.
If, in the opinion of the Engineer, the subgrade material is unsuitable, it shall be removed to the limits and
depths designated.
Where excavation to the finished grade section (including General Excavation and Patching) results in a
subgrade of unsuitable soil, the Contractor shall remove the unsuitable materials and backfill to the finished
grade section with approved material as directed by the Engineer.
After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the
subgrade by compacting with a sheepsfoot roller, rubber tired roller, and/or other compaction equipment as
approved by the Engineer. The subgrade preparation shall not be measured and paid for separately, but
shall be included in the contract unit price for General Excavation.
Borrow:
Borrow shall be placed as directed by the Engineer. The minimum amount of borrow shall be one load
(approximately ten (10) ton). The cost for compaction shall be included in the contract unit price for
Borrow.
Borrow material shall meet the grading requirement for Class I (Pit Run) or Class 5 (Road Base) Aggregate
Base Course. Class I Aggregate Base Course need not be crushed and can be of the pit run variety provided
it falls within the gradation requirements as shown in the Standard Specifications. The material required
for the specific location shall be directed by the Engineer.
Load slips shall be consecutively numbered for each day and submitted to the Engineer daily.
is
Project Specifications - Page 14 of 48
0
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
METHOD OF MEASUREMENT
Subsection 203.13 shall be amended to include the following:
The Contractor and the Engineer shall field measure and agree upon the excavated quantity before any further
work continues. Should the Contractor fail to request the Engineer to measure any work and performs other
work that would prevent the Engineer from measuring pay quantities, the Contractor shall not be compensated
for materials not measured by the Engineer.
Borrow shall be paid by the ton at the proper moisture. Haul and water necessary to bring mixture to optimum
moisture content will not be measured or paid for separately, but shall be included in the contract unit price for
Borrow.
Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be paid for at the
unit price for Borroiv.
The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard, complete -in -
place. Subgrade preparation, moisture conditioning, compaction, haul, and disposal will not be measured and
paid for separately.
BASIS OF PAYMENT
Subsection 203.14 and 207.05 shall be amended to include the following:
Payment shall be made under:
Pay Item Unit
203.01 General Excavation Cubic Yard
203.02 Borrow Ton
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work involved in Excavation and Borrow including haul, stockpiling, placing
material, watering or drying soil, compaction, proof rolling, finish grading, complete -in -place, and disposal of
unusable materials as shown on the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
Project Specifications - Page 15 of 48
REVISION OF SECTION 208
EROSION CONTROL AND INLET PROTECTION
Section 208 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 208.01 shall be amended to include the following:
This work shall consist of providing, installing, maintaining, removing, and relocating when required, erosion
control devices during the installation of the Work and at a minimum at all inlets to prevent or minimize
erosion, sedimentation, pollution of any state waters, and infiltration of construction materials into the inlets.
Work shall be in accordance with the latest editions of The City of Fort Collins Urban Drainage and Flood
Control District Urban Drainage Criteria Manual, the City of Fort Collins Environmental Standard Operating
Procedures, (Section 04000 contained herein), and the Colorado Department of Transportation Standard
Specifications for Road and Bridge Construction.
Any loss of time or materials related to erosion and erosion control shall be the sole responsibility of the
Contractor. Any damage to surrounding properties or facilities, either on site or off site, related to erosion
caused by construction or due to a spill event, shall be the sole responsibility of the Contractor.
MATERIALS
Subsection 208.02 shall be amended to include the following:
The 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.
Contractor shall submit the type of material to be used for erosion control measures prior to beginning the work.
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 as directed by the Engineer.
Recycled Rubberized Inlet Protection shall meet the following requirements:
1. Infill material: Shredded recycled rubber
2. Weight: approximately 10 Ibs per linear foot
3. Diameter: Approximately 9 inches
4. Geotextile fabric: Made of a durable fabric with a typical weight of 6-10 ozlyd.
CDOT Gravel Bag Inlet Filter shall meet the following requirements or approved Equal:
1. Infill material: CDOT #67 washed rock or approve equal
2. Weight: approximately 20 Ibs per linear foot
3. Diameter: Approximately 5 inches
4. Geotextile fabric: CDOT Class I Erosion Control Fabric, typical weight of 6-8 ozlyd.
CONSTRUCTION REQUIREMENTS
Subsection 208.03 shall be amended to include the following:
All erosion control measures shall be installed prior to starting the Work. Straw wattles shall not be allowed.
Devices shall be approved by the Engineer.
Protection devices shall be installed on the downstream side at load sites, stockpiles, base piles, and truck wash is
out areas, or as directed by the Engineer, and shall not be measured and paid for separately.
Project Specifications - Page 16 of 48
REVISION OF SECTION 208
EROSION CONTROL AND INLET PROTECTION
It shall be the Contractor's responsibility to ensure that all sidewalks, driveways, curbs, gutters, and roads
within and adjacent to the project are cleaned of construction debris that may enter the inlets during the course
of the work and at the end of each day.
Inlet protection shall include sufficient length to protect around the perimeter of the inlet opening
DroD and Combo Inlet filters
All storm drainage system inlets shall be filtered using a CDOT Class I Erosion anchored with CDOT Control
Fabric Gravel Bag Inlet Filter lining the perimeter of the grate, before water is discharged into streams or onto
adjacent properties. These methods are applicable to existing and proposed drainage systems.
Curb -opening Inlets
Type R curb -opening Inlets shall be filtered with a CDOT Gravel Bag Filter or as Approved by the Engineer.
Maintenance
The Contractor shall continuously maintain erosion and sediment control devices to properly function during
the course of construction. See Detail SC-5 contained herein for the connection of multiple Gravel Bags (rock
socks).
All inlet protection devices shall be inspected and repairs made after each runoff event. Sediments shall be
removed when one half the design depth has been filled. Sediments shall also be removed immediately from the
traveled way of roads and disposed of properly.
MATERIALS HANDLING AND SPILL PREVENTION
• Subsection 208.06 shall be amended to include the following:
Appropriate Spill Kits shall be on site with each piece of equipment at all times during installation of the Work
and during equipment maintenance and fueling (see Section 04000 ESOP). The Contractor shall submit a
description of the items contained in each Spill Kit for approval by the Engineer.
METHOD OF MEASUREMENT
Subsection 208.11 shall be amended to include the following:
"Stormwater Protection — CDOT Gravel Rag Filter" and "Stormwater Protection - Recycled Rubber Filled
Wattle" shall be measured and paid by the lineal foot for each inlet location when devices are installed and
accepted, whether the protection device is new or has been relocated, and as directed by the Engineer.
Inlet protection shall include sufficient length to protect around the perimeter of the grate. Excessive lengths
shall not be paid.
"Stormwater Protection — Gravel Bag Inlet Filters" shall be measured and paid per each installed and accepted,
and as directed by the Engineer
Excavation required for removal of accumulated sediment from traps, basins, and other clean out excavation of
accumulated sediment, and the proper disposal of sediment, shall be considered incidental to the work and not
be measured and paid separately.
Street sweeping of sediment shall not be measured and paid for separately
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 48
REVISION OF SECTION 208
EROSION CONTROL AND INLET PROTECTION
Spill Kits required on site and with equipment and vehicles shall not be measured and paid for separately.
Erosion control measures used during sawcutting are considered incidental to all sawing operations and shall
not be paid for separately.
BASIS OF PAYMENT
Subsection 208.12 shall be amended to include the following:
Payment shall be made under:
Pay Item Unit
208.01 Stormwater Protection — CDOT Gravel Bag (rock sock) Lineal Foot
208.02 Stormwater Protection - Recycled Rubber Filled Wattle Lineal Foot
208.03 Stormwater Protection — CDOT Gravel Bag Inlet Filter Each
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in installing, maintaining, removing, and relocating
when required, erosion control measures, as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
END OF SECTION
•
•
Project Specifications - Page 18 of 48
• N/A
The Contract Drawings shall be stamped "Final for Construction" and dated.
Any revisions made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 1, inclusive.
7.5. The Contract Documents also include all written amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or incorporated by
reference in this Article 7. The Contract Documents may only be amended,
modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General
Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the written
consent of the party sought to be bound; and specifically but not without
• limitations, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the contrary in
any written consent to an assignment no assignment will release or discharge
that assignor from any duty or responsibility under the Contract Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
0
REVISION OF SECTION 212
SEEDING, FERTILIZER AND SODDING
Section 212 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 212.01 shall be amended to include the following:
This work shall consist of soil preparation and furnishing and placing topsoil and blue grass sod in accordance
with these specifications, accepted horticulture practice, and in reasonably close conformity with the existing
topography of the location. This work shall not include locations of concrete repair in which grade changes and
additional work is directed by the Engineer. See Section 107 "Safety and Protection and Restoration of
Property" found herein.
MATERIALS
Subsection 212.02 shall be amended to include the following:
Topsoil Topsoil shall conform to the requirements of Sections 107 found herein and CDOT 207.
Sod Bluegrass sod shall be nursery grown, 99% Kentucky Blue Grass and 99% weed free. Other sod
type may be used only if approved in writing by the Engineer. The 1% allowable weeds shall not include any
undesirable perennial or annual grasses or plants. Soil thickness of sod cuts shall not be less than 3/4 inch not -
more than one inch. Sod shall be cut in uniform strips with minimum dimensions of 12 inches in width and 48
inches in length. The Contractor shall submit a sample of the sod he proposes to furnish and the sample shall
serve as a standard. Any sod furnished, whether in place or not, that is not up to the standard of the sample
may be rejected. Sod that has been cut for more than 24 hours shall not be used.
Each load of sod shall be accompanied by a certificate from the grower stating the type of sod, and the date and
• time of cutting.
CONSTRUCTION REQUIREMENTS
Subsection 212.05 shall be amended to include the following:
Sodding:
Soil Preparation: The area shall be cleaned with a minimum depth of four (4) inches (where topsoil does not
exist) and a minimum width of one (1) foot, all irregularities in the ground surface shall be removed, and all
edges clean and vertical. Sticks, stones, debris, and other similar material more than %2 inch in diameter
shall be removed. Any objectionable depressions or other variances from a smooth grade shall be corrected.
Topsoil Placement: Topsoil shall be placed and compacted with a minimum depth of four (4) inches. The
amount of compaction required shall be as directed by the Engineer.
Sod Placement: The minimum width for sod shall be one (I) foot. The area to be sodded shall be smooth.
The sod shall be laid by staggering joints with all edges touching. On any slopes, the sod shall run
approximately parallel to the slope contours. The Contractor shall water the sod once and notify the
property owner in writing of the nature of the work that has taken place, that the sod has been only watered
once, and provide the recommended watering schedule for new sod placement as recommended by the sod
supplier.
Sod placement/replacement required due to Contractor negligence shall follow the requirements of this
section but shall not be measured and paid for under the terms of this contract.
Project Specifications - Page 19 of 48
REVISION OF SECTION 212
SEEDING, FERTILIZER AND SODDING
BASIS OF PAYMENT
Subsection 212.08 shall be amended to include the following:
No measurement or payment shall be made for re -sodding or seeding lawns damaged by the Contractor adjacent
to new concrete when the grade of the existing lawn reasonably matches the grade of the new concrete. Re -
sodding and seeding in this instance shall be considered incidental to the work being performed.
Seeding and Sod shall only be paid when requested by the Engineer for specific situations, shall be paid by the
square foot at the contract unit price, and shall include full compensation for items noted below.
In areas where the Engineer directs new work or the reconstruction area requires grade adjustment the
placement of topsoil, sod, and sprinkler relocation will he provided by the City under separate contract.
Payment shall be made under:
PaV Item
Unit
207.01 Imported Topsoil Cubic Yard
212.01 Sod _ Square Foot
212.02 Landscape/Irrigation Labor Hour
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in the placement of seeding and sodding, including •
haul, stockpiling, placing material, repairing sprinklers, watering or drying soil, compaction, finish grading,
complete -in -place, and as shown on the plans, as specified in these specifications, and as directed by the
Engineer.
END OF SECTION
Project Specifications - Page 20 of 48
REVISION OF SECTION 304
AGGREGATE BASE COURSE
Section 304 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 304.01 shall be amended to include the following:
This work shall consist of furnishing and placing one or more courses of aggregate base or recycled concrete on
a prepared subgrade.
MATERIALS
Subsection 304.02 shall be amended to include the following:
Aggregate Base Course shall meet the grading requirements for Class 5. Recycled concrete may be substituted
for Aggregate Base Course as authorized by the Engineer. Recycled asphalt shall not be used as subgrade
beneath concrete sidewalk, curb, and gutter.
CONSTRUCTION REQUIREMENTS
Subsection 304.04 shall be amended to include the following:
The contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have
been placed.
Load slips shall be consecutively numbered for each day and submitted daily to the Engineer.
Borrow or Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be
paid for at the unil price jar Borrow under Revision of Section 203, Excavation and Embankment.
• METHOD OF MEASUREMENT
Subsection 304.07 shall be amended to include the following:
IThe accepted quantities for Aggregate Base Course shall be measured and paid for at the contract unit price per
ton at the proper moisture. Haul and water necessary to bring mixture to optimum moisture content including
compaction efforts shall not be measured and paifor d separately, but shall be included in the contract unit price
for Aggregate Base Course
---- - -- -- - -- --
Aggregate Base Course shall be paid at 90% of the daily total amount as determined by the daily load slips
submitted to and as accepted by the Engineer at the end of each day. The intended use of Aggregate Base
Course is to bring the subgrade of the concrete repair area to finished grade. The remaining 10% of the daily'
quantity anticipates Aggregate Base Course being used as form board reinforcement, storm water protection, or,
for other incidental items. If excessive waste above 10% becomes apparent, the quantity shall be adjusted and
deducted from the total daily quantity as determined by the Engineer. Aggregate Base Course contaminated
'from failure to protect open excavations shall not be paid;
Borrow or Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be
paid for at the unit price for Borrow under Revision of Section 203, Excavation and Embankment.
• BASIS OF PAYMENT
Project Specifications - Page 21 of48
REVISION OF SECTION 304
AGGREGATE BASE COURSE
Subsection 304.08 shall be amended to include the following:
Payment shall be made under:
Pav Item Unit
304.01 Aggregate Base Course Ton
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all work involved in the placement of Aggregate Base Course
including haul and water, stockpiling, placing material, watering or drying soil, compaction, proof rolling, finish
grading, complete -in -place, and disposal of unusable materials as shown on the plans, as specified in these
specifications, and as directed by the Engineer.
END OF SECTION
•
•
Project Specifications - Paae 22 of 48
REVISION OF SECTION 403
HOT MIX ASPHALT - PATCHING
• Section 403 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 403.01 shall be amended to include the following:
This work shall consist of the placement of hot mix asphalt as a temporary repair to provide vehicle or
pedestrian access, until such time as the permanent repair can be made.
CONSTRUCTION REQUIREMENTS
Subsection 403.03 shall be amended to include the following:
In all concrete repair locations, the Contractor shall remove no more than six (6) inches in width of asphalt
pavement. The pavement areas shall be temporarily patched with Hot Mix Asphalt grading `S', 'SX', or as
approved by the Engineer. Temporary asphalt patching shall be placed at the typical depth of two (2) inches.
The depth of patching may be increased to a maximum depth of six (6) inches as directed by the Engineer.
Prior to installation of two (2) inches of temporary asphalt patching the Contractor shall use a bond
breaking material (i.e., curing compound, forme oil, etc), as approved by the Engineer. The bond breaking
materiel shall be applied to the face of the new concrete adjacent to the temporary patch installation.
Temporary asphalt depths greater than two (2) inches shall have a paper bond breaking material or other
bond breaking method approved by the Engineer to mitigate damage to the new concrete during permanent
patching.
METHOD OF MEASUREMENT
• Subsection 403.04 shall be amended to include the following:
The accepted quantities for Temporary Patching will be measured and paid for at the contract unit price per ton.
Pavement cutting, excavation, subgrade preparation, haul, disposal, bond breaking material, installation, and
bituminous material will not be measured or paid for separately, but shall be included in the contract unit price
for Temporary Patching.
Load slips shall be consecutively numbered for each day and shall include the batch time, asphalt grading, and
weight of asphalt.
BASIS OF PAYMENT
Subsection 403.05 shall be amended to include the following:
Payment shall be made under:
Pay Item
403.01 Temporary Patching
Unit
Ton
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all the work involved in Temporary Patching, including pavement
cutting, excavation, haul, disposal, surface preparation, and bituminous materials, complete -in -place, as shown
on these plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
Project Specifications - Page 23 of 48
REVISION OF SECTION 601
FINISHING HARDENED CONCRETE SURFACES
Section 601 of the Standard Specification is hereby revised as follows •
DESCRIPTION
Subsection 601.14 shall be amended to include the following:
This work shall consist of preparing, rolling, spraying retarder, and exposing the sanded concrete surface sand
including all materials, labor, tools and incidentals to obtain an exposed sand finish. The unit cost shall include
the additional work and materials only for exposing the sand finish and shall be paid in addition to the unit cost
for the item installed (i.e., Flatwork 4", Flatwork 6", etc.).
MATERIALS
Concrete shall meet the requirements specified in Revision of Section 608 and 609 contained herein. Material
deviations from Revision of Section 608 and 609 shall be submitted and approved by the Engineer.
CHI 027 Surface Treatment or approved equivalent shall be applied to the concrete surface to create the
texture. The Engineer shall specify the depth of penetration of the retarder. Slabs may be sealed in accordance
with the manufacture's recommendations.
CONSTRUCTION REQUIREMENTS
The Contractor shall have a minimum of five (5) years' experience exposing the sand finish for cast -in -place
concrete. The Contractor shall submit a list of prior installation locations for review and evaluation for quality
and installation expertise to the Engineer.
The Contractor shall submit samples showing finish, color, and sealer including a color chart, product data, and
equipment data. The slab thickness, jointing, reinforcement (if any), and expansion joint locations shall be •
approved by the Engineer.
The Contractor shall place one (1) on -site test section determined by the Engineer to determine surface
consistency.
All concrete work shall be performed by a skilled Craftsman with a minimum of two (2) years' experience in
exposing the sand finish. A minimum of one qualified Craftsman is required at each finishing operation
requiring exposed sand finish.
The subgrade shall be prepared and forms installed as specified herein. After concrete placement, the Contractor
shall screed the concrete to the finished grade. Exposed sand finish surfaces shall be prepared using a double
drum roller tamp prior to floating. The roller shall provide uniformity during rolling including the surface areas
in the corners of the slab. Deviations from this process must be approved 48 hours prior to scheduled placement
of fresh concrete.
The retarder shall be applied per the manufacturer's recommendations using an approved sprayer to achieve a
uniform and consistent application rate. Area(s) adjacent to the new installation shall be protected from damage
as required by the Engineer.
At the appropriate time, the concrete paste shall be washed from the surface with a power washer or other
means as approved by the Engineer. The overall texture shall be free front texture deficiencies such as deep or
shallow surface inconsistencies.
Care shall be taken to contain the cement paste when washed from the concrete surface. Wattles or containment
pits shall be required to ensure that no residue runs through the gutter or enters inlets. The method of
containment shall be approved by the Engineer. The paste residue shall be removed from the site and properly
disposed.
After the initial curing period the surface of the slab shall be sealed.
•
Project Specifications - Page 24 of 48
•
REVISION OF SECTION 601
FINISHING HARDENED CONCRETE SURFACES
METHOD OF MEASURMENT
Subsection 601.09 shall be amended to include the following:
Concrete placement shall be in accordance with Revision of Section 608 and 609. Concrete materials,
placement, forming, subgrade preparation, including equipment, tools, and labor to install concrete shall not be
included under "Exposed Sand Finish — Up Charge" and shall be paid at the contract unit price for the
corresponding type of installation (i.e., Flatwork 4", Flatwork 6", etc.)
"Exposed Sand Finish — Up Charge" shall be measured and paid by the square foot at the contract unit price for
the accepted quantities and shall include labor, materials, and equipment for retarder application, tamp rolling,
exposing the sand finish, storm water protection, and cleanup.
BASIS OF PAYMENT
Subsection 601.20 shall be amended to include the following:
Payment will be made under:
Pay Item
Unit
601.01 Exposed Sand Finish — Up Charge Square Foot
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all additional work involved in "Exposed Sand Finish — Up Charge" as
• specified in these specifications, as shown on the plans, and as directed by the Engineer.
•
TEND OF SECTION
Project Specifications - Page 25 of 48
REVISION OF SECTION 604
INLETS AND CULVERTS
Section 604 of the Standard Specifications is hereby revised as follows: •
DESCRIPTION
Subsection 604.01 shall be amended to include the following:
This work shall consist of the installation of, or removal and replacement of inlets, inlet decks, and sidewalk
culverts in accordance with these specifications, and in reasonably close conformity with the lines and grades
shown on the plans or established by the Engineer.
CONSTRUCTION REQUIREMENTS
Subsection 604.04 shall be amended to include the following:
Type R Inlets shall be installed per CDOT M&S Standards, latest revision, standard plan number MS-604-12.
Care shall be taken during removals to salvage hardware material to the mavinurnt e-rtent feasible (i.e.,
frames, grates, adjustable bonnets, angle iron faces, steel rods, etc.). Salvable material shall be reinstalled in the
structure or remain the property of the City of Fort Collins and shall be stockpiled by the Contractor at specified
locations within the project limits. The Contractor shall safeguard salvable materials and shall be responsible for
the expense of repairing or replacing damaged or missing material until it is re -incorporated into the work or is
loaded onto City equipment by the Contractor.
All reinforcing steel encountered during removal shall be replaced with new steel of the grade and size as
shown on the details found herein and shall not be measured and paid for separately.
When concrete is to be removed and replaced around an existing grate without disturbing the deck or basin, this
shall not constitute "Reconstruct Inlet Deck". These locations shall be measured and paid for separately under •
the items described in Revision of Sections 608 and 609.
Expansion joint material shall be installed every 500' in long runs and between the new structure and existing
concrete slabs, where called for, and around fire hydrants, poles, inlets, sidewalk culverts, mid -block ramps,
radius points at intersections, and other fixed objects (i.e., slabs or curbs). Expansion joint material shall be full
depth, installed vertically, and in accordance with the CDOT M&S Standards for Concrete Pavement Joints,
MS-412-1. The joint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section
412.18, sealingjoints.
METHOD OF MEASUREMENT
Subsection 604.06 shall be amended to include the following:
Items defined with "Remove & Replace", for each inlet type and concrete sidewalk culvert, shall be measured
and paid per each under the corresponding type of inlet, shall include two, three and one half foot (3.5)
transitions measured from inside face of box on each side, and shall include furnishing new hardware
material (i.e., bonnet, frame, grate, etc.). "Material Only" items for the corresponding structures shall not be
paid in addition to items designated "Remove & Replace".
Items defined with "Reconstruct", for each inlet type shall be measured and paid per each under the
corresponding type of inlet, shall include two three and one half foot (3.5) transitions measured from inside of
face of box on each side, and shall include salvaged hardware material (i.e., bonnet, frame, grate, etc.)
When only the throat (gutter area only, excluding the hood/deck) of the inlet is marked for repair, the
installation shall be measured and paid by the square foot under Revision of Section 608 and 609, "Crosspan
8" — Remove & Replace".
•
Project Specifications- Page 26 of48
REVISION OF SECTION 604
INLETS AND CULVERTS
• "Material Only" items shall be paid per each only when existing material for the structure cannot be salvaged,
does not meet current specifications, cannot be provided by the City, or as requested by the Engineer. "Material
Only" shall be paid in addition to the "Reconstruct Inlet Deck" or "Metal Sidewalk Culvert - Salvaged
Material" items for the corresponding structure as directed by the Engineer.
"Material Only" shall not be paid when damage to the existing hardware material was due to construction
operations or carelessness during removal and shall be replaced by the Contractor at the Contractors expense.
The Contractor shall notify the Engineer immediately when issues prevent salvage of the existing material.
"Metal Sidewalk Culvert - Salvaged Material" shall be measured and paid per each and shall include
reinstallation of salvaged hardware material (i.e., frame, grate, etc.). The Contractor shall provide new brass or
galvanized screws for the plate reinstallation.
"Metal Sidewalk Culvert— Salvaged Material" shall be constructed per the standard details contained herein
for Attached Vertical and Drive -Over Curb and Gutter (details D-10, D-11) with the following modifications:
Concrete for the floor beneath the metal plate shall be three (3) feet wide centered beneath the plate. The
subgrade beneath the concrete floor shall be compacted, firm, and non -yielding and have a transition slope
length of one (1) foot beyond the floor on each side (see details D -10 and D-1 I, sections B-B) and shall be
sloped to match the bottom of the grade for the adjacent or proposed concrete sidewalk. Expansion material
shall be installed full depth and set vertically at the top of the subgrade slope on each side of the chase.
The typical structure length, measured parallel with the sidewalk, shall be five (5) feet with fifteen (15)
inches on each side from the edge of the plate to the expansion material. `Metal Sidewalk Culvert' shall not
include adjacent sidewalk beyond the five (5) feet structure dimension."
The installation of the plate shall typically be aligned flush with the back of the existing sidewalk and shall
be offset from the vertical plane of the flow line by a minimum of three (3) inches. Dimension variances of
existing plates and offset from the flowline shall be field fit to match existing conditions and shall be
modified as directed by the Engineer. In no case shall the plate extend flush with the vertical plane of the
flow line or be less than four (4) feet when measured perpendicular to the sidewalk.
Hollywood style curb and gutter, an exception to standard installations, shall be installed as directed by the
Engineer and measured and paid as agreed between Contractor and Engineer utilizing existing pricing to the
maximum extent possible.
"Metal Sidewalk Culvert — Material Only" shall be measured and paid per each based on 10.63 square feet
(standard plate size) and shall be paid only when existing material cannot be salvaged, does not meet criteria,
cannot be provided by the City, or as requested by the Engineer. "Material Only" shall be paid in addition to the
"Metal Sidewalk Culvert - Salvaged Plate".
The standard dimensions shall be two feet six inches (2.5' measured parallel with sidewalk) by four feet
three inches (4.25' measured perpendicular to sidewalk), or 10.63 square feet. Actual dimensions may vary
and shall be verified.
"Metal Sidewalk Culvert - Additional 5/8" Plate" shall be measured and paid by the square foot, shall include
the 5/8" thick plate and frame as designated in the drawings contained herein, and shall be the basis to increase
or decrease payment when variances from the typical structure sizes are required. The cost per square foot shall
be used to add or deduct front payment under "Additional Square Foot Plate". Payment shall be made in
addition to "Metal Sidewalk Culvert — Material Only".
"Concrete Sidewalk Culvert" shall be constructed per the standard detail contained herein (D-12) with the
following modifications:
The 45 bars shown in Detail D-12, section C-C, shall be extended to the end of the transitions on both sides
Project Specifications - Page 27 of 48
REVISION OF SECTION 604
INLETS AND CULVERTS
of the culvert and shall have three (3) inches of clearance from the expansion material installed at each end
of the culvert. Expansion material shall be full depth and set vertically on each side of the culvert.
When only the throat (gutter area only, excluding the hood/deck)) of an Inlet, Sidewalk Chase, or Concrete
Sidewalk Culvert" is marked for repair, the installation shall be measured and paid by the square foot under
Revision of Section 608 and 609, "Crosspan 8" — Remove & Replace".
The thickness of the expansion material shall be one half (1 /2) inch or three quarter (3/4) inch as directed by the
Engineer. Expansion and caulking shall be measured and paid as "Expansion and Caulking" by the lineal foot
under Revision of Section 608 and 609, "Expansion & Caulking'
Sawcutting for items contained in this section shall be incidental to the work and shall not be measured and paid
for separately.
Erosion control measures used during Sawcutting are considered incidental to all Sawcutting operations and
shall not be measured and paid for separately.
BASIS OF PAYMENT
Subsection 604.07 shall be amended to include the following:
Payment shall be made under:
Pay Item
Unit
604.01
Type R Inlet — Remove & Replace (5' Opening, 5' Max depth)
Each
604.03
Type R Inlet— Reconstruct Inlet Deck (5' Opening)
Each
604.05
Type R Inlet — Material Only
Each
604.06
Curb Inlet - Remove & Replace (4' Opening, 5' Max depth)
Each
604.08
Curb Inlet - Reconstruct Inlet Deck (4' Opening)
Each
604.10
Curb Inlet - Material Only
Each
604.11
Catch Basin - Remove & Replace (5' Max depth)
Each
604.13
Catch Basin - Reconstruct Inlet Deck
Each
604.15
Catch Basin - Material Only
Each
604.16
Modified Type 13 Curb Inlet - Remove & Replace (5' Max depth)
Each
604.18
Modified Type 13 Curb Inlet - Reconstruct Inlet Deck
Each
604.20
Modified Type 13 Curb Inlet - Material Only
Each
604.21
Concrete Sidewalk Culvert - Remove & Replace
Each
604.22
Metal Sidewalk Culvert - Salvaged Material
Each
604.23
Metal Sidewalk Culvert - Material Only
Each
604.24
Metal Sidewalk Culvert - Additional 5/8" Plate
Square Foot
The above
prices and payments shall include full compensation for furnishing all labor, materials, tools,
Project Specifications- Pa,-e 28 of48
0
•
r1
U
OWNER: CITY OF FORT
0
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
Title: ke`'eti &x ws� i A'E�lc (J-ir-V
Date:
Attest: /jJa,fA/ V) "
City Clerk
Address for giving notices:
P. O. Box 580
Fort Collins, CO 80522
CONTRACTOR: VOGEL CONCRETE INC
By:
PRINTED
Title: A, d',_&
Date
Attes
Address forgiving notices:
License No.:
•
REVISION OF SECTION 604
INLETS AND CULVERTS
equipment, and incidentals and for doing all work involved in Inlets and Culverts, including demolition,
disposal, reinforcement, and materials, complete -in -place, as specified in these specifications, as shown on the
plans, and as directed by the Engineer.
END OF SECTION
Project Specifications - Page 29 of 48
REVISION OF SECTION 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
Sections 608 and 609 of the Standard Specifications are to be deleted and replaced with the latest revision of the
Latimer County Urban Area Street Standards, except as noted herein:
DESCRIPTION
This work consists of the construction of concrete sidewalks, curb and gutter, drive approaches, aprons,
crosspans, pedestrian access ramps, and concrete pavement in accordance with these specifications and in
conformity with the lines and grades shown on the plans or established by the Engineer.
MATERIALS
The mix designs for all types of concrete to be utilized shall be determined by the Contractor, submitted to the
Engineer two weeks prior to beginning work, and approved a minimum of one week prior to the beginning of
construction.
Cement used shall conform to the Standard Specification for Portland Cement, ASTM C 150-85, AASHTO
M85, Type I, Type I/II, or Type III.
The air content shall be four (4) percent to seven (7) percent.
"High Earlp" concrete shall he used for all concrete repair locations. "High Early" concrete shall have a
specified compressive strength of 4000 psi and a minimum 48 hour compressive strength of 3000 psi. The
concrete shall have a maximum water/cement ratio of 0.45. The type of concrete placed at a particular location
may be modified by the Engineer but shall not have less than the minimum required compressive strength
specified herein and shall be approved by the Engineer. See Section 10.5.2 'Rigid Pavement Design' and
Section 22.5.6 'Portland Cement Concrete Pavement', in the `Larimer County Urban Area Street Standards for
Street Construction". Water Reducing Agents shall conform to ASTM C 494-82. •
Accelerating Agents shall conform to ASTM C 494-82. Calcium Chloride shall not be utilized as an
accelerating agent.
The Contractor shall furnish a load slip containing the information required by AASHTO M157, Section 13,
Subsection 13.1 and 13.2, with each batch of concrete. In addition, the type of concrete (mix code) shall be
shown on each load slip and a copy of the batch weights shall accompany each concrete ticket. Concrete
delivered without a load slip containing complete information as specified will be subject to rejection.
Curing materials shall be white pigmented liquid linseed oil based or paraffin based curing compound, and shall
conform to ASTM Specification C 309-81 Type 11, Class B. The application rate for curing compound shall be
150 sq. ft./gal. The curing compound shall be applied immediately upon completion of the finishing in a
uniform pattern resulting in complete coverage of the area. Curing compound shall also be sprayed on the
concrete surfaces after removal of the forms (back of curb and toe face of gutter).
CONSTRUCTION REQUIREMENTS
"Remove and Haul Fillet" shall be defined as concrete or asphalt installed in the flow line of the gutter and shall
be paid per each. Care shall be taken during removal of fillets to protect the existing concrete sidewalk and
gutter from damage. Any damage to the existing concrete shall be repaired or replaced at the Contractors
expense.
Monolithic hybrids of curb, gutter, sidewalk and highback vertical curb and gutter will be replaced using the
same configuration as it was originally installed, unless a flaw in its engineering should become apparent. In
these cases the design may be modified by the Engineer.
The finished exposed surface and edging of the concrete shall have a broomed finish. Smooth surfaces around
the perimeter of the adjoining concrete shall not be matched unless directed by the Engineer. 0
Project Specifications - Page 30 of 48
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
All newly installed concrete shall be date stamped by the Contractor. If the installation is larger than one
concrete section, only one stamp per area of installation shall be required. The stamp shall include the
Contractor's name and year of installation. The concrete shall be stamped at the appropriate curing time so the
Contractor's name and year of installation are clearly legible. Typically, the stamp shall be installed at the back
edge of the sidewalk, on the right hand side when viewing the installation from the street, or as directed by the
Engineer.
The maximum spacing for transverse joints in crosspans, concrete pavement, and sidewalk shall be ten (10) feet
or as directed by the Engineer. All concrete control joints shall be tooled to one quarter (1/4) of the concrete
thickness or as directed by the Engineer.
All construction joints for crosspans and/or aprons adjacent to new or existing concrete shall be constructed in
accordance with the detail for "Concrete Construction Joints" contained herein. This item will not be measured
or paid for separately under the terms of this contract.
Forms shall be installed at the full depth of the concrete placement. The Contractor shall be responsible for the
protection of the subgrade and/or base course until the concrete is placed.
The Contractor shall protect the concrete against moisture loss, rapid temperature change, rain, flowing water,
mechanical injury, pedestrian and vehicular traffic, and Contractor's equipment for a minimum of 36 hours
after the placement of curing compound for 48 hour high early concrete. Asphalt patching against fresh concrete
shall not be permitted during the time frames for protection of the concrete.
The Contractor shall not sprinkle water on the surface of the newly placed concrete to assist with finishing. The
use of a finishing aide may be approved on a limited case by case basis only when the material to be used has
• been submitted to the Engineer for approval prior to use in the field.
Concrete blankets shall be used when the ambient temperature is expected to fall to 32°F or below within 36
hours after placement and shall remain in place for a minimum period of 36 hours for 48 hour high early
concrete. This item will not be measured or paid for separately under the terms of the contract.
The debris immediately adjacent to a concrete repair location shall be completely cleaned up on the work day
following the placement of the concrete. If required, the concrete shall be protected as stated above. Any
damage caused during the cleanup process shall be the Contractor's responsibility.
In locations where concrete pavement is replaced, the new pavement shall have a minimum thickness of eight
(8) inches. Existing pavement shall be saw cut to obtain a straight and neat edge for paving and shall be deep
enough to cut through the entire pavement thickness. The subgrade plane shall not vary more than one half(1/2)
inch in ten (10) feet. All concrete pavement joints shall be sealed with an asphalt filler compound, or approved
equal, in accordance with the detail for "Concrete Pavement Joints" contained herein or as directed by the
Engineer. The cost for joint sealing shall be included in the contract unit price for "Concrete Pavement 8"-
Remove & Replace."
The top of the new pavement shall be even with the existing concrete pavement and the newly installed
concrete shall be consolidated with a mechanical vibrator.
All construction joints shall be doweled except for expansion joints, joints along existing curb and gutter,
and contraction joints, in accordance with the detail for "Concrete Pavement Joints" contained herein. In
addition, dowels shall be 16" smooth epoxy coated #5 bars. The dowels shall be eighteen (18) inches in
length. The drilled holes shall be eight (8) inches deep and spaced at twelve (12) inches on center. The holes
may be drilled so the rebar fits snuggly or installed using a concrete adhesive. Dowel bars for adjacent
panels shall be coated entirely with a bond breaking material approved by the Engineer.
• When a batch of concrete delivered to the site does not conform to the minimum specified air content, an air
entraining admixture shall not be allowed to be added on site.
Project Specifications - Page 31 of 48
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
Restoration of landscape shall be in accordance with Revision of Section 107, "Safety and Protection and
Restoration of Property and Landscape" found herein. The time frame for restoration shall be within two (2)
working days front the time the concrete was placed for backfill with topsoil and by no later than the end of
the first working dap of the following week for sod replacement.
Concrete washout/truck washout areas shall be contained in such a manner that no visual evidence of cement or
aggregate spoils remain on the site. In addition, direct washout to curb and gutter flow lines or inlet structures
is prohibited. Washout may be accomplished by use of an identified off -site location or a designated spoil/base
pile (see Section 208 Erosion Control and Inlet Protection), and shall include the placement of a Stormwater
Protection Device on the downstream side of the washout area. Methods shall be submitted and approved by
the Engineer.
Flagstone sidewalk, brick pavers and trolley roadbed bricks shall be salvaged to the maximum extent feasible.
All flagstones, pavers, and bricks shall become the property of the City of Fort Collins. Flagstones shall be
hauled by the Contractor and delivered to the City's site located at 1500 Hoffman Mill Road. Loading,
unloading, and hauling shall not be measured and paid for separately but shall be included in "Remove
Concrete".
In areas where the Engineer directs the re -setting of flagstone, the existing flagstone shall be salvaged and reset
on a compacted base. The elevation of the flagstone shall match as closely as possible the surface treatment of
the surrounding area.
METHOD OF MEASUREMENT •
Sawcutting related to the items in this section shall be considered a subsidiary obligation of the Contractor, and
shall not be measured or paid for separately. Erosion control measures used during sawcutting shall be
considered incidental and shall not be measured or paid for separately.
"Remove Concrete" shall include removal and disposal or salvage of existing asphalt, concrete, or flagstone.
This item shall be paid where the Engineer directs removal only, and removal is not already being paid under
another item.
"Apron 8" shall be paid by the square foot and, when installed on a radius, shall include the area front the back
of the curb to the apron legs and from point of curvature to point of curvature. The area of an Apron shall be
calculated as follows (see diagram below):
\J
Project Specifications - Page 32 of 48
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
0 ((A'C) - (rr (A-B) (C-D)/4))
❑E
0
}
4.
A I °s
•
C
IB
C
"Barrier Curb 12" shall be paid by the lineal foot and shall be modified from drawing 703 as follows:
Two 44 deformed bars shall be doweled horizontally into the adjacent curb.
44 bars shall run continuously and be installed at four (4) inches on center, measured from the top of the
• curb.
Curb reveal shall typically be six (6) inches measured from top of curb or as directed by the Engineer.
"Pedestrian Access Ramp" shall be measured by the square foot and shall include the area between the back of
the curb and both points of curvature, if on the radius, or the top of transition if mid -block.
"Pedestrian Access Ramp Highback Curb" shall be measured by the square foot. The length shall be measured
from the back of the curb to the top of the transition at the back of the ramp, and the width shall be measured at
the midpoint.
All Pedestrian Access Ramps shall be placed in accordance with the details contained herein. Ramp items
shall include all labor, materials (except truncated domes), equipment and incidentals, saw -cutting, removal,
haul, and disposal, and for doing all work involved in removal and replacement of pedestrian access ramps.
"Truncated Dome Panels" shall be paid by the square foot, placed in all pedestrian access ramps, and shall be
paid in addition to "Pedestrian Access Ramp" or "Pedestrian Access Ramp Highback Curb". This item shall
include all labor, materials, and surface preparation to supply and place the panels at pedestrian access ramps.
Truncated dome panels shall be cast iron, and shall meet all American with Disabilities Act (ADA)
requirements. The type of truncated dome panels to be used shall be submitted to the Engineer for approval
prior to installation. Dome panels shall be placed at the same time as the initial ramp placement. There shall be
no voids beneath the bottom of the dome panels and the concrete.
"Colored Concrete San Diego Buff— Upcharge" shall include the additional cost for the color additive only and
shall be measured and paid by the square foot in addition to the corresponding item installed (i.e., Flatwork 6",
Splasliblock 4").
"Alley Approach 8" shall be measured by the square foot from the lip of the gutter (if the gutter has been
removed) to the back of the sidewalk and the width shall be measured at the midpoint.
• "Expansion and Caulking" shall be measured and paid by the lineal foot. The thickness shall be one half (1/2)
inch or three quarter (3/4) inch minimum, depending on the installation location, and be installed every 500' in
Project Specifications - Page 33 of48
REVISION OF SECTIONS 608 AND 609
SIDENVALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
long runs and between new structure slabs, existing concrete slabs, and around fire hydrants, poles, inlets,
sidewalk under -drains, mid -block ramps, radius points at intersections, and other fixed objects (i.e. ends of
sidewalk slabs and curbs), as directed by the Engineer.
Expansion joint material shall be full depth, set vertically, and installed in accordance with the CDOT M&S
Standards for Concrete Pavement Joints. The joint shall be edged with a suitable edging tool and sealed in
accordance with CDOT Section 412.18.
Sealant shall be installed over the entire length of the expansion material, from the curb lip to the back of
sidewalk, or as directed by the Engineer, and in accordance with the CDOT M&S Standards for Concrete
Pavement Joints.
"Exposed Aggregate — Up Charge" shall include only the additional cost for exposing the aggregate including
labor, water, other incidentals, and clean up related to exposing the surface aggregate and shall be measured and
paid by the square foot in addition to the corresponding item installed. (i.e., Flatwork 6", Splashblock 4").
"Reset Flagstone" shall be measured and paid by the square foot of re -set area in addition to "Remove
Concrete". Material for leveling, moisture conditioning, and labor for installation and compaction shall not be
paid separately.
"Haul & Dispose Concrete with Wire/Rebar" shall be paid for separately by the ton only when the Hoffman
Mill site does not accept concrete containing wire and/or rebar. Weight slips shall be required for each load
transported to any locations other than Hoffman Mill.
"Exposed Sand Finish — Up Charge" shall be measured and paid by the square foot for the accepted quantities
and shall include retarder material and application, tamp rolling, and exposing the sand finish, including
retarding, sealer, equipment, labor, storm water protection, and cleanup. .
"Asphalt Pavement Preservation" shall be measured and paid by the lineal foot along concrete gutter, drainage
pans and aprons that were replaced with the project The Engineer shall assess the asphalt condition and
determine the required removal. This item shall only be paid when the concrete removal can be accomplished
without damage requiring permanent patching to the existing asphalt along the concrete toe base on the
Engineers judgment. This item is provided as incentive to preserve the existing asphalt and provide
compensation for additional costs that may be associated with the removal and restoration of the landscaping.
Pay items followed by "Remove & Replace" shall include all labor, materials, tools, equipment, and incidentals,
and all work involved in the removal and installation, complete -in -place, including sawcutting, hauling,
disposal, etc.
BASIS OF PAYMENT
Subsection 608.06 shall be amended to include the following:
Payment shall be made under:
Pay Item Unit
608.01 Remove Concrete Square Foot
608.02 Remove and Haul Fillet Each
608.03 Apron 8" - Remove & Replace Square Foot
608.04 Crosspan 8" - Remove & Replace Square Foot
608.05 Driveover Curb, Gutter, and 6" Sidewalk - Remove & Replace Lineal Foot
Project Specifications - Page 34 of 48
REVISION OF SECTIONS 608 AND 609
SIDEWALKS,
CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT
•
608.06
Driveover Curb, Gutter, No Sidewalk - Remove & Replace
Lineal Foot
608.07
Vertical Curb, Gutter, and 6" Sidewalk - Remove & Replace
Lineal Foot
608.08
Vertical Curb, Gutter, No Sidewalk - Remove & Replace
Lineal Foot
608.09
Vertical Outfall Curb, Gutter - Remove & Replace
Lineal Foot
608.10
Barrier Curb 12" — Remove & Replace
Lineal Foot
608.11
Hollywood Curb, Gutter, and 6" Sidewalk - Remove & Replace
Lineal Foot
608.12
Hollywood Curb, Gutter, No Sidewalk - Remove & Replace
Lineal Foot
608.13
Highback Curb, Gutter, No Sidewalk - Remove & Replace
Lineal Foot
608.14
Pedestrian Access Ramp - Remove & Replace
Square Foot
608.15
Pedestrian Access Ramp Highback Curb — Remove & Replace
Square Foot
608.16
Truncated Dome Panel
Square Foot
608.17
Flatwork 4"- Remove & Replace
Square Foot
608.18
Flatwork 6" - Remove & Replace
Square Foot
608.19
Replace Flatwork — I" Additional Depth
Square Foot
608.20
Colored Concrete 4" San Diego Buff— Up Charge
Square Foot
608.21
4' Valley Pan 6" —Remove & Replace
Square Foot
608.22
Concrete Pavement 8" - Remove & Replace
Square Foot
608.23
Alley Approach 8" - Remove & Replace
Square Foot
608.24
Expansion & Caulking
Lineal Foot
608.25
Splashblock 4"—Remove & Replace
Square Foot
608.26
Exposed Aggregate 4" — Up Charge
Square Foot
608.27
Reset Flagstone
Square Foot
608.28
Haul & Dispose Concrete with Wire/Rebar
Ton
608.29
Asphalt Pavement Preservation
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 Sidewalks, Curb and Gutter,
Drive Approaches,
Aprons,
Crosspans, Pedestrian Access Ramps, Flatwork, and Concrete Pavement including
sawcutting, removal,
haul and disposal, finish grading, materials, complete -in -place, as shown on the plans, as specified in these
specifications, and as directed by the Engineer.
END OF SECTION
Project Specifications - Page 35 of 48
REVISION OF SECTION 623
IRRIGATION SYSTEM
Section 623 of the Standard Specifications is herby revised as follows: •
DESCRIPTION
Subsection 623.01 shall be amended to include the following:
This work shall consist of furnishing and installing irrigation sleeves beneath the new concrete.
MATERIALS
Subsection 623.02 shall be revised as follows:
The irrigation sleeve shall be three (3) inch diameter PVC pipe, schedule 40.
REQUIREMENTS
Subsection 623.14 shall be amended to include the following:
The irrigation sleeve shall be installed to a minimum depth of four (4) inches below finished subgrade.
Backfill over pipe shall be compacted prior to concrete placement.
A survey stake shall be installed at the ends of each sleeve, marked "Irrigation Sleeve", and painted blue. The
stake shall be installed at a height that will not create a pedestrian or maintenance hazard as approved by the
Engineer.
METHOD OF MEASUREMENT
Subsection 623.32 shall be amended to include the following: .
"Irrigation Sleeve" shall be paid for by the lineal foot complete -in -place.
BASIS OF PAYMENT
Subsection 623.33 shall be amended to include the following:
Payment shall be made under:
Pav item Unit
623.01 Irrigation Sleeve — Three (3") inch PVC Lineal Foot
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in installing the three (3") inch irrigation sleeve,
including excavation, installation, compaction of backfrll, haul and disposal, as shown on the plans, as specified
in these specifications, and as directed by the Engineer.
END OF SECTION
9
Project Specifications - Page 36 of 48
REVISION OF SECTION 627
PAVEMENT MARKINGS
• Section 627 of the Standard Specifications is herby revised as follows:
DESCRIPTION
This work shall consist of furnishing, installing, and removing temporary pavement marking in accordance with
the latest revisions of the Fort Collins Traffic Operations Manual, City of Fort Collins Work Area Traffic
Control Handbook, Larimer County Urban Area Street Standards (LCUASS), Colorado Department of
Transportation Road and Bridge Construction , and the 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 cannot 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 for use on asphalt or Portland cement
pavements, shall be installed on roadways that will be opened to traffic prior to permanent stripping by the City,
and shall conform as follows:
1. The surface to which the tape is applied shall be clean, dry, and free of dirt, oils, and grease. The
tape/tab/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
scheduling of the permanent pavement markings to be installed by City crews.
Project Specifications - Page 37 of 48
REVISION OF SECTION 627
PAVEMENT MARKINGS
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. It is the Contractor's responsibility to maintain the temporary markings, at the Contractor's expense,
until the permanent pavement marking is installed by City crews.
BASIS OF PAYMENT
Subsection 627.13 shall be amended to include the following:
All costs for installing temporary stripping shall not be measured and paid for separately including traffic control
devices and related traffic control incidentals. If flagging during permanent striping is required after the
Contractor has completed all daily work, it shall be paid under Revision of Section 630, "Flagging", as directed
by the Engineer.
END OF SECTION
L
Project Specifications- Pa.-e 38 of48
• SECTION 00530
NOTICE TO PROCEED
Description of Work: 7361 Concrete Maintenance Project Phase I — 2013 Renewal
To: Vogel Concrete Inc
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been
received by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby
authorized and directed to proceed within () calendar days from receipt of this notice as
required by the Agreement.
Dated this day of , 20
• The dates for Substantial Completion and Final Acceptance shall be 20_
and , 20, respectively.
City of Fort Collins
OWNER
M
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day of
, 20
CONTRACTOR: Vogel Concrete Inc
Title:
0
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 the event of a conflict between the MUTCD criteria and the City's criteria, the City of Fort Collins 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 set forth in the City of Fort
Collins Work Area Traffic Control Handbook and the MUTCD. Traffic control devices shall be clean and in
good operating condition when delivered and shall be maintained on a daily basis. All traffic control devices
shall be clearly marked and free of crossed out information or any other form of defacement that detracts from
the purpose for which they are intended (i.e. crossed out information, information written in long -hand, etc.)
Sign blanks with sign faces on both sides must have the back sign face covered when in use to avoid confusion
to motorists and bicyclists traveling in the opposite direction and residents potentially affected by information
the sign may present.
CONSTRUCTION REQUIREMENTS
Subsection 630.10 shall be amended to include the following:
CONTRACTOR RESPONSIBILITY
The Contractor shall be responsible for ensuring safe passage through the work zone for vehicles,
pedestrians, and bicycles.
The City of Fat 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 Contractors' 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 and Collector 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, noire on Residential streets, but may be modified as directed by the Engineer. Variable Message Boards
shall be placed a minimum of 5 working days prior to the project start date. If full closures on Arterial and
Collector streets are authorized, Variable Message Boards shall remain in place until completion of the project.
Lane closures on Arterial and Collector streets shall require message boards to remain in place for two days
after starting work. Fully automated Variable Message Boards shall be installed and operate continuously
during the afore mentioned durations on Arterial and Collector streets.
Two-way traffic shall be maintained at all times unless approved by the Engineer. Lane width shall be
Project Specifications - Page 39 of 48
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
maintained at a minimum often (10) feet between traffic control devices. 0
The Contractor will provide 24 hour minimum notice to the City of Fort Collins Traffic Department when
project operations will be near a signalized intersection.
TRAFFIC CONTROL PLAN - GENERAL
Hand drawn plats shall NOT be accepted.
Notification of residents and businesses shall be the responsibility of the Contractor, Contractor Representative,
Traffic Control Supervisor or the Traffic Control Supervisor 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 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.fcgov.com/streets". Only approved notifications shall be distributed a
minimum of 48 hours prior to the commencement of each phase of the Work.
Traffic Control Plans shall he submitted for approval prior to commencement of all 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. Plans shall be specific to the project area showing street names, existing signing and striping
conditions at intersections and the location for proposed devices.
Devices temporarily not in use shall be removed from the area. Moving shall include devices removed from the
project and later returned to use. Devices may be temporarily placed and/or stored in the City right-of-way in
such a manner that minimizes the hazards to pedestrians, bicyclists, and vehicles, as approved by the Engineer.
Traffic control devices shall be removed from the site immediately upon completion of the work for any
street(s)-
Li 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 for review and inspection. 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
plans shall 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 days
prior to commencement of the work. Typical submittals for residential work scheduled on Monday and
Tuesday shall be submitted the previous Thursday by 8:00 a.m.
Submittals for full closures on residential streets shall be submitted five (5) working days prior to the
commencement of work.
Project Specifications - Pa,e 40 of 48
0
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Submittals for full closures on Arterial and Collector streets shall be submitted ten (10) 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:
I. A traffic control Approval Form submittal 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 placements-, including advance construction
signs (if not previously approved) and speed limit signs; method, length and time duration for lane
closures, and location of flag persons.
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
required for any particular phase must be detailed and tabulated for each phase.
4. Number of flaggers to be used and Fagger locations. Flagger locations shall be located where
approaching motorists, bicyclists, and pedestrians have sufficient distance to safely stop at the
specified point.
5. Parking and access 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 41 of 48
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
0
FIGURE 630-1 TYPICAL ARTERIAL TRAFFIC CONTROL PLAN
OWNER
TRAFFIC CONTROL
CONTRACTOR
COMPANY
CANTACT NAME
DATE
PHONE #
TCS CERT #
SHEET #
DEVICE
2 - ROAD WORK AHEAD
2 - LEFT LANE CLOSED AHEAD
2 - TRANSITION(L)
40 - 28' TRAFFIC CONES
TYPICAL LEFT LANE
t
NOT DRAWN TO SCALE
•
ARTERIAL STREETS - Shall include Flagging personnel required for the road classification, control of cross
traffic, and as required for the Contractor's daily work activities in addition to the minimum signage required by
the specifications. Flagging shall be paid separately under "Flagging".
Approved Variable Message Boards shall be required for Arterial streets, shall be shown on the drawing, and
shall be paid for separately under "Variable Message Board".
Advance Warning Arrow Boards may be requested by the Engineer and shall be paid for separately under
"Advance Warning Arrow Board".
0
Project Specifications - Page 42 of 48
•
Ll
0
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
FIGURE 630-2 TYPICAL COLLECTOR TRAFFIC CONTROL PLAN
CONTROL
COMPANY
CANTACT NAME
DATE
PHONE#
TCS CERT #
SHEET #
OWNER
NOT DRAWN TO SCALE
� O
4*4
REVICE-TA LATIQN
2 - ROAD WORK AHEAD
2- ONE LANE ROAD AHEAD
2 - FLAGGER AHEAD -
20 - 28' TRAFFIC. CONES
CONTRACTOR'S TRAFFIC
COLLECTOR STREETS -Shall include Flagging personnel required for the road classification, control of
cross traffic, and as required for the Contractor's daily work activities in addition to the minimum signage
required by the specifications. Flagging shall be paid separately under "Flagging".
Approved Variable Message Boards may be required for collector streets and shall be shown on the plans and
paid for separately under "Variable Message Board".
Advance Warning Arrow Boards may be requested by the Engineer and shall be paid for separately under
"Advance Warning Arrow Board".
Project Specifications - Page 43 of48
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
FIGURE 630-3 TYPICAL RESIDENTIAL TRAFFIC CONTROL PLAN •
OWNER
TRAFFIC CONTROL
CONTRACTOR
NOT DRAWN TO SCALE
��..t-�4
imn•
vmn
DEVICE TABU
2 - ROAD WORK AHEAD
2- ONE LANE ROAD AHEAD
2- FLAGGER AHEAD
20 - 28' TRAFFIC CONES
COMPANY'
CAMACT NAME
DATE
PHONE#
tCS CERT#
SHEET'#
RESIDENTIAL STREETS -Shall include Flagging personnel required for the road classification, control of
cross traffic, and as required for the Contractor's daily work activities in addition to the minimum signage
required by the specifications. Flagging shall be paid separately under "Flagging".
Variable Message Boards are typically not required for residential streets.
TRAFFIC CONTROL MANAGEMENT
Subsection 630.11 shall be amended to include the following:
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 (TICS). 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
Project Specifications -Page 44 of 48
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
• traffic control for street and highway construction, available on site at all times.
The TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted to
the Engineer for approval a rnininmm of five (S) working days prior to commencement of the work. The
TCS shall be required to be on.site at all times 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 (I) 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:
I.
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 may be 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 of the 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.
Breaking 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
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 MHT.
f List of flaggers used, including start time, stop time and number of flagging hour breaks.
g. Traffic control problems (traffic accidents; damaged, missing or dirty devices, etc.) and
corrective action taken.
METHOD OF MEASUREMENT
Subsection 630.15 shall be amended to include the following:
"Traffic Control" shall be paid by the lump sum for each "Project Area" specified under Section 02500,
Quantity Estimate, and shown in Section 03500, Maps, not to exceed the lump sum bid total for all areas.
. The cost shall include a full time TCS on site throughout the project (including vehicle) and traffic control
devices meeting the specification standards (excluding Variable Message Boards, Advance Warning Arrow
Project Specifications - Page 45 of 48
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Panels, and Flagging personnel). Sand bags, sign stands, fencing, lighting, electricity, fuel, and caution •
tape shall not be measured and paid for separately and shall be considered a subsidiary obligation in
conjunction with traffic control items.
Traffic control devices and all related incidentals including sand bags, sign stands, fencing, lighting,
electricity, fuel, caution tape, etc. shall be included in the lump sum price for the project area. 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 lump sum cost for the project
area.
"Variable Message Board" shall be measured and paid per each per day in addition to the project area lump
sum price.
"Flagging" shall be measured and paid per hour in addition to the project area lump sum price and shall be
provided based on the Contractors daily work activities, number/location of intersections, or as directed by the
Engineer, and shall include all related equipment and incidentals (i.e., Stop/Slow paddles, communication
devices if required, personal protective equipment).
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 including personnel break times, and stand by time.
Flaggers shall be provided with hand signs such as Stop/Slow paddles and electronic communication devices
when required and follow the current MUTCD standards. Flaggers' equipment and devices shall not be
measured and paid for separately. .
"Advance Warning Arrow Board" shall be paid per each per day in addition to the project area lump sum
price.
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 re -submittal fees.
The City may deduct from compensation due the Contractor $10.00 per day for each traffic control device not
removed from the site immediately upon completion of the work or as directed by the Engineer.
The Contractor may provide larger construction traffic signs than those typically used in accordance with the
City of Fort Collins Work Area Traffic Control Handbook and the MUTCD as approved by the Engineer,
however, no payment shall be made for the additional panel size.
"The City of Fort Collins Master Street Plan Map" depicting the street classifications (Arterial, Collector,
Residential) can be found at the following link:
http://citydocs fcgov com/vdt=Master+Street+Plan+Map&dn=GIS+MAPS&vid=192&cmd=showdt
0
Project Specifications - Page 46 of 48
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
• BASIS OF PAYMENT
0
Subsection 630.16 shall be amended to include the following:
Payment shall be made under:
Pay Item Unit
630.20 Traffic Control Lump Sum
630.30 Variable Message Board Per Each/Per Day
630.40 Flagging Hour
630.50 Advance Warning Arrow Board Per Each/Per Day
The lump sum price for Traffic Control under item 630.20 shall be the summation of the individual project area
lump sum unit costs shown on the schedule. Payments shall be made only when the project area has been
complete and the traffic control removed.
A Traffic Control Ratio shall be determined for use in adding traffic control work from the contract. The
Traffic Control Ratio shall consist of Item 630.20, Traffic Control, divided by the Contract Total less items
630.20, 630.30, 630.40, 630.50 Traffic Control items .
Any changes to the scope of the project areas that significantly add to or detract from the traffic control
requirement, in the judgment of the Engineer, shall be addressed by deducting the project area from the total
and adding the new area to the Contract based on the Traffic Control Ratio multiplied by the total cost of the
installed quantities for the revised or new project area.
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in setup/removal/modification, notifications and
delivery for Construction Zone Traffic Control including vehicles, phones, sandbags, hand signs, break times,
as shown on the plans, as specified in these specifications, and as directed by the Engineer.
Traffic Control quantities impacted by additions to or deletions from the Work in Section 02500, "Quantity
Estimate" shall be paid by Change Order and included in the monthly progress payment(s).
Project Specifications - Page 47 of48
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS 0
NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY
THE ENGINEER IN WRITING.
NOTE: FULL CLOSURES ON ARTERIAL AND COLLECTOR STREETS SHALL BE ALLOWED UNDER
EXTREME CIRCUMSTANCES AND ONLY UPON APPROVAL OF THE ENGINEER. PLANS
SHALL BE APPROVED A MINIMUM OF TWO (2) WEEKS PRIOR TO THE COMMENCEMENT OF
WORK AND/OR THE TIME REQUIRED TO ADEQUATELY NOTIFY THE PUBLIC THROUGH THE
MEDIA.
NOTE: CONSTRUCTION OR REPAIR WORK WILL NOT BE PERMITTED AT OR IN THE VICINITY OF A
SIGNALIZED INTERSECTION OR ANY ARTERIAL AND COLLECTOR STREETS THAT HAVE
MAJOR TRAFFIC VOLUMES BETWEEN THE HOURS OF 7:00 A.M. TO 8:30 A.M OR 3:30 P.M TO
6:30 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.
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-
0
Project Specifications - Page 48 of 48
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
0
11
•
0
•
ONIHo1Vd
07
N
I-
000(n
(n
,
N
d'
N
N
LO
N,
LO
CO
CO
M
CD
Clime
V
CO
f-
LO
NNN
N
,kUV210dW31- MEW? 0 wnS
LO
V
LO
N
N
NU-)
CO
N
M
0
0;
3 s a n o o
N
N
m
co
N
N
rh
O
r�
N�
N
M
0
O,
LO
CO
r.
0
V
0
N
d'
CO
N
O
3SV8 31V�J321°J�JV-40'tiOE;o wnS
O
V
(O
LO
00
Lo
(0
O
N
O
CO
CO
�
N
00
C0
'IT�
CO
V
�
�
N
�
0
O
0
M
C")
M
H O B V 1
0
0
o
0
O
0
O
0
o
0
0
o
0
0
E.
0
0
o
0
CDO
o
0
CD
o
O
0
CDO
o
0
CD................
NOIIV9WNI/3dVosaNV1-ZO'UZ
O
o
o
0
o
o
0
0
0
0
0
0
0
0
0
0
;o wnS
aOS-40'Z4ZjownS
o000000000000000
0
0
0
0
0
o
o
0
o
o
0
o
0
o
o
0
sale8nnealS-0£'80ZjownS
000000000000000'0
0
0
o
0
o
o
0
o
0
0
0
0
0
0
0
0
3111VM ..SZ 6 N0I1031021d
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2131VMW2101S-ZO'80Z;owns
60000000000CD6CD
3111VM..04-6NOIlo31ONd
o0000000000000'00
2131VMWUOIS- O'80ZbownS
6000000000000000
M02R108-ZO'EOZ;ownS
o000000000000000
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
NOUVAVOX3
0000000000000000
'MAN30-40'EOZ10wnS
60000000000li
00000
H1d30 1VNowaaV
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
-OJNI11noMVS-ZO'ZOZ bo wnS
66
0
0
0
0
0
0
0
0
0
0
0
0
0
0
4 JNI11noMVS-40'ZOZ;o wnS
o00000000000(3000
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
00
0
Y
W
a
O
w
IL
a
Z
m
J
U)
L
W
Q
OF=
m
w
Z
yNON0
N
W
:a
QC7��
00
W
00�
�
W
O
Q
W
Z
O
W
Z
O
W=
0
W
m
F
J
o
Y
a
m
W
to
p
H
3
w
F
D'o
3
�-Q
<
W>
m
W
Z
W
o
x
M
w
a
w
c
0
»xOO5OQaw(Do?==m
m
amL)L)L)0=-12xU)U)>33c9
aoeldaN
o000000000000000
+g anowaN-ulseg yo;eo-1,l.•709;o wnS
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
AIuO
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
leua;eNl -3{aaa
;alul u000N -;alul gjno-01.•709;o wnS
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
luad0;16PPd)IaaO
0
o000000000000000
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
;alul •uoaaM -;alul gja3-60'70910 wnS
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
06
6uluad0;17
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
)joaa
;alul •u033N -;alul gjno-80'709;o wnS
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
y;daQl;l ppyaaeldaN
o000000000000000
.
.
.
.
.
.
+g an0wa21-;alul gjnO-10'b0910 wnS
.
o
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
0
0
0
0
0
0
Buluadp 117 aaeldaN
0
0
0
0
0
0
0
0
0
0
0
0
0
0
.
0
.
0
.
g anowaN -;alul gano-90'70910 wnS
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
'o
0
0
0
�IuO
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
slepa;eW -;alul N adAjL-SO.709;o wnS
0
0
0
0
0
0
0
0
0
0
0
0
'0
0
0
0
d0;14 'PPt/ )IaaO 3alul
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
•uoaaN -;alul N adA1--70'709;o wnS
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
uadO u S )loaa ;alul
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
•uoaatl -;alul N adKl-EO'70910 wnS
o
o-
o
ri
o
0
0
0
0
0-
o
0
0
Sri
y;da❑l ppyaoeldaN
o000000000000000
.
.
.
.
.
.
.
+g anowaU-;alul N adAl-ZO'70910 wnS
.
o
.0
0
0
.
0
.
0
.
0
.
0
.
0
.
0
0
0
0
0
0
0
0
13S3OV-ld3N3AOW3N
o000000000000000
.
.
.
.
.
131NI113dA1-W'70910wnS
.
o000000000000000
.
.
.
.
.
.
.
.
.
.
Y
Z
Of
O
W
a
o
w
Z
fn
`
w
Q
rZOW�O
LU
Q
'
'(Nnx
CaO
uj
Q
O0SN
�w
w
OA
?
Q
W
Z
W
Z?O
J
m~
J
QY
am
wm
w
of
3wH�JD'O
w
a
w
c
3
F
0
a
>
Z
m
z
x
x
M"
0
»
x
O
O
m
O
Q
Q
w
O
0:
Qmu0uCDxJ2xw0>33a
0
•
•
•
`J
AIaO
O
O
O
O
CD
O
O
CD
:O
O
:O
CD
CD
CD
O
0
0
0
0
0
0
0'0
0'0
0
0'0
0
0
0
0
elaa a enna i e a o wn
I ; W-�II p.S I ; W-£Z'ti09 � S
o
--
0
0
0
0
0
0
0
o
N
o
0
0
0
'o
chi
0000000000000000
elaae a6ene
3 W p I S
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
-}Janlno )llennaplS IelaW-ZZ'17093o wnS',N
0
0
0
0
0
0
0
o
cli
o
1
0
0
o
ui.
aoeldaa +g anowa2l IJanlno
C)
0
0
o
0
0
0
0
0
0
0
0
0
0
0
0
3{lemaplS a;ajauoo-LZ'b09 bo wnS
o
0
0
0
0
0
0'
o
0
0
0
66
�
o
AIaOle!ia3eW ;alul
0000000000000000
glno £ 6 adA_L pal;IpoW-OZ'409 jo wnS
o
o
0
0
0
0
0
0
0
o
r0
0
0
0
0
0
ub 313aa 'uooab-;alal
0
0
0
0'0
''o
0
0
0
0'
0
0
0
0'
o
o'
o
gjno £l, adA.L pal;IPOW-6VI70910 wnS
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
ad;alul'uoaab-;alal
0
0
0
0
0
0
0
0
0'0
0
0
0
0
00
0
0
0
0
00
0
0
0
0
0
0
0
0
0
0
gano £l adA.L pal;IpoW-96'17093o wnS
0
c\i
o
0
0
0
0
0
0
0
0
0
0
0
o
c�
y;dad( ppy 21'821
0
0
0
0
0
0
0
0
0
0
0'
o
0
0
0
0
-;alul £4 adRl pal;IpoW-LL'1b09jo wnS
'o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
NIM -;alul
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
gano Cl, adA.L paylpolgl_9�•g09;o wnS
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
c
AIUO
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
lepa;eW-ulseg ya;eo-q(-1709;o wnS
o
0
0
0
o
O
o
0
0
0
0
0
0
0
0
0
uado
o
0
0
0
0
0
0
0:0
0'00
0
0'
0
0
0
14L pptfilaa(3;alul
'uo38b-ulse8 VWO-gl,•y09;o wnS
0
0
0
0
0
0
'0
0
0
0
0
0
0
0
0
0
)laad;alul;any;suooab
0000000000000000
-ulse8 yo;eo-£ l'bO9 jo wnS
o
0
0
0
0
0
0
o
r
o
'0
0
o
r
0
i i
o000000000000000
;dadUl'ppyaoeldaa .
+g anowa21 -ulse8 y3;eo_Zl,•y09 jo wnS
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Cl)
a
a�
Co
a
M
o
.
z
F
m
w
a
O2�H�ZOOcoNOfn13
co
W.�.
0
W
0
w
0
0-
w
o
J
E
Q
Z
m
W
Z
Z
o
W=
W
m
OYam
W
mcAp1-3—H
JO
w
a
c
3
�0<W>
0:Z
mDLu
M"
o
»xoo2oaaWU?Ozxx
Ixam0ou0x-12w0w>33o
.
N'8N N311no aNnO
o
o
o
0
O
0
oO
0
0
oO
0
0
00
0
0
0
0
0
0
0
0
00
0
0
0.0
0
0
ll`d31nO lV3llU3A-60'809 bo wnS
N
o
0
00
0
00
0
0
0
0
0
0
'o
04
N'8NNIVM3O1SONN311no'aNnO
o000000000000000
lt/OIlN3A-80'809;o wnS
cn
trio
r�
1
N
L6
o
co
u i
o
N�
0
0
�
=
o
N
0
0
'0
tb
0
N
to
co
to
N
N'8NNivm3O1S..98N311no'sunO
o00'000000000000000000
lV3llN3A-L0'809;o wnS
�
o
'o
o
ao
Lo
o
0
0
0
o
0
o
v
Lo
N'8N)Ilb'M3OISONN311no'smnO
0000000000000000
N33AO3AIN0-90'809;o wnS
V
CO
o
0
0
0
o
N
M
0
0
O
O
O
CO
v
CD
N
0
M
N'8N>nvm3O1S..9'8N311n9'9unO
o000'000000000000
N33AO3AIN0-50'809 bo wnS
06r-0'�00w0�ovo6ocli
N
(o
co
co
o
m
o
0
0
V
CO
N
M
�
M
N'8N..8N`ddSSONO-t?0'809bownS
o00000000
CO)
0000o0
C6
O
:O
O
O
N
N
O
(D
O
O
(D
00
O
C.
N
V
'(o
M
O
o0
I
m
m
(fl
M
V
V
N
t0
own
N'8N ..8 NONdV-£0'809 b S
00
�o�000a000voor_
o
m
0
00
N
o
o
N
o
'0
o
vN
o
o
o
M
�
r
CDr-_
r
o
o
(D
0
0
(fl
0
o
M
o
m
CO
N
N:
Lo
h
m...
tq
m
O
N
N
M
M
N
S131113
0000000000000000
ln`dH 0NV 3AOW31]-ZO'80910 wnS
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
313NONOO 3AOW3N—M-909 bo wnS
cc:,)
0
0
0
' o
0
0
0
0
0
0
0
0
0
0
0
O
to
00000.
o
00
O
o
000(6
m
M
8;e1d 'u18/S 'PPV
o
0
0
0
0
0
0
0
0
0
0
0
0'
0
0
0
-}raAlnO mlemap1s le;aW-yZ•Vog;o wnS
'0
0
0
0
0
0
0
0
0
66
0
0
0
0
0
rn
Q
0
w
a
J
U)
_
F
w
C9
Q
rn
x�F
�z0(hNov�p
N',w.°
O
C)
(,
W
0
o—
'W
O
Z�
W
Z
z
0
Q`1am'W
m0)
W=
_
_JD
W
Q
W
a
C
0
D
2
0
O
O
Q
a
w
N
Q
z
2
2
tLa
it
am
L)0(DxJ
mrnu)5;
•
•
0
0
30UVHOdn-ddneas..v
O
o000000000000000
O
O
O
O
O
O
CD
O
CD
O
CD
O
CD
O
O
313NONODa3NO100-OZ'809JOwnS
................
o000000000000000
H1d3alVNOI11aaV.3
o000000000000000
.
NNOM1V33 30V1d3U-6V90910 wnS
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
6
.
0
.
0
0
N'821..9MHOM1V13-86'809bownS
o000000000o0o00o
r-:
0
0
(0
06
6
o
(o
o
6
o
0
o
ui
t6
r�
m
o
V
N
(O
to
N
O
Lo
O
ct
CO
(O
V
'�
co
,
.4
Lo
N
N
M
218N)ponn3el3..v-L6'809bownS
o00000000000000o000
0000000000000000
o000000000000000
l3NVd
3WOa a31V0Nn211-96'809;o wnS
.
co
cl,
.
(6
,n
.
co
.
O
.
o6
.
O
.
V
N
.
co
.
O
.
N
co
.
0
.
0
.
(O
.
O
.
O
.
O
co
WRN H0VSH9IH dWVH
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
SS333VNVRIlS3a3d-9VS0910wnS
.
o000000000000000
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
HIM dWVM
0
0
0
0
0
0
0
(0a
o
(a
o
0
0
0
0
0
SS300V NVRI1S3a3d-vL'809;o wnS
V)
00
N
v
v
o
'It
v
o
o
r--
r�
rl.
o
(ri
Cl)
o
0
06
O
0
0
06
(n
Co
r.
N
Lo
N
Ln
N
WSW MS ON a311no
00
0
0
0
0
0
00
0
0
0
00
0
0
0
O
S
82ln0 J10V8H°JIH-E6'809;o wnS
O
O
O
O
O
O
O
O
N
�.,
O
O
O
O
O
O
N
M
Lo
Lo
HIM MS ON u311no
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
` un0 aOOM -1-10H-Z4'809 bo wnS
.
o
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
o
.
r�
.
n
21'821MS AU311no
0
o000000000000000
0
0
0
o
0
o
o
0
o
0
0
0
0
0
o
aanaaoOMAIIOH-W8091Owns
0000000006c;C;
n
O
O
O
O
O
O
O
O
O
O
0
O
O
0
0
O
21821
..uEmnaa3laaVEI-0V80910wnS
000000000000or�
CID
r.:
Y
Z
W
a
r
Q
(NH
W
}
Q
`�
04J
�w:°
xQ
ZOtANOt�o
Cl)
QOOHHtn0CD
W
0cl
W
O
Z
Q
W
Z
W
Z
Z
O
J
x
W
m
F-
J
0
0.
co
W
to
p
W
O
3
<W>
pp
Ix
WQwc
O
>>xOOmOQQWcl)OZxx
Of
Qao0000m-12
morn>33C7
s;aai;g Jo;oallOO
0
0
0
0
0
0
0
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
loa;uoO oineJl-NZO'OE9 bo wnS
.
o
.
0
.
o
.
0
.
0
.
0
.
0
0
0
0
0
0
0
0
0
.
0
s;aai;S
o000000000000000
lelaa7pV loa;uoO oI,4eJl-N 60'0£9 bo wnS
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
3O`dld NI OAd ..£
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
ONIA33lSNOIl`dOINN1-MEZ910wnS
oo00000000000000
3NIM/M 313NONOO
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
3SOdSla'8 inVH-8Z'80910 wnS
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
3NO1SDVI=lI3S3N-LZ'809b0wnS
0
o000000000000000
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
M
M
39N`dHOdnJ?31V93N09V
oo00000oo00o00oo
.
.
.
.
.
.
.
.
.
.
.
43SOdX3-9Z'80910wnS
.
ooOo000000000000
.
.
.
.
b )1OOl8HSVldS-5Z'809 bo wnS
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
9NINIVO
0
o000000000000000
0
0
0
0
o
O
o
0
0
0
0
0
0
0
0
T NOISNVdX3-VZ'80910 wnS
r
h
N
O
N
O
N
tl-0 CO
0
'ItN
(NO
O
t(0
Cl)
N188
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
..8H3VONddVk3llV-£Z'80910wnS
0006o6o0400'T0060
07
t[j
U')
r�
co
N
f0
N'8N..81N3W3A`dd
o000000000000000
.
.
.
.
.
.
.
.
.
313HONOO-ZZ'80910 wnS
.
o
.
0
.
o
.
O
.
o
.
o
.
O
o
0
0
o
O
o
0
0
o
N 8N
0
0
0
0
0
0
0
0
0
0
0
.
0
.
0
.
0
.
0
.
0
.
A NVd A3llb�A ld 4-LZ'80910 wng
.
o
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
0
0
0
0
0
0
N
Y
Z
a
O
w
a
CO
a
w
�
O
Q
J
E
�
N
O=Q
}ZfnN�NO
LLIo
M
O
N
w
O
O
w
O
o—
o
two
J
2zawZNwZ
0-j
wm�
-ia
o
0Yamwmcn5F-3!
»xoomo<<Wwozmm,
~
c
ix
Qm0uuaI-imQ'ww530�f7
•
10
L�
9
•
boa;uoo oi}jeal OZ'0£9 bo wnS
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
paeo8nnoaay
o000000000000000
6uivaeM aouenpy - 06'0£910 wng
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
.
0
Bui66el=l jeuoilippy_2150'0£9;o wnS
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
00
0
0
0
0
0
spaeoga6essaw
o000000000000000
algeuen leuoi;ippy-.bg0'0£9 do guns
.
o
.
o
.
o
.
0
.
0
.
o
.
o
.
Old
.
.
0
.
0
.
0
.
0
.
0
.
0
.
0
s;aaa;glei;uapisab
O000000000000000
joa;uoo oijjeal-21£0'0£9 bo wng
o
0
0
0
0
0
0
0
0
0
0
0
0
0
o
c
Y
?�
Z
LU
0
w
J
N
=
H
w
2
C9
}
N
O=a
O
O}Z
w-O
np
N�
WN
:OQ
WOo
W
R
J
Ya00
W
ZW
�Vr
Z
Z
O
tj
2..p
W
JO'O
CoCo0
r-
3
F
U
Q
W>
W
000aFr�—F
I
Z
W
p==)
W
Q
W
c
w
4Om00002J2Rww>3:36
SECTION 03000
DETAILS
Curb and Gutter
701
Curb and Gutter/Sidewalk
702
Curb, Gutter and Sidewalk Details
D-6
Median (Island Curbs)
703
Standard Driveway Approach (I & 11)
706
Standard Driveway Approach (III & IV)
707
Street Intersection Crosspan
708
Drainage Under Sidewalk
709
Curb Inlet 4' Opening — Vertical Curb & Gutter
D-7a, 7b
Curb Inlet 4' Opening — Driveover Curb & Gutter
D-8a, 8b
Concrete Sidewalk Culvert
D-12,13
Area Inlet
D-9a
Type 13 Inlet
13-A
•
Modified
Catch Basin
Alley Intersections
803
Standard Manhole Cover
1201
Standard Sidewalk
1601
Sidewalk Detail
1602
Access Ramp Details
1603
Detached Walk/Intersection Detail
1604
Detached Walk/Intersection Detail
1605
Pedestrian Ramp Detail
1606
Residential Local Street Access Ramps
1606 a
Truncated Dome Warning for Access Ramps
1607
Median Islands and Pedestrian Refuge Area
1608
Sidewalk Widening Details
2501
Concrete Pavement Joints
M-412-1
0
10
2'-6'
1 1/2'R_
N 2'R.
d~
Gutter edge may be
tapered or battered. • N
(fyplcal for all Curb & d G d° E , • r
& Gutter Types) a° w
991
VERTICAL
21.75'
ROLL-OVER
(LOVELAND)
r
CURB AND GUTTER
LARIMER COUNTY VlqTnN NO: 1 DRAWING
URBAN AREA CONSTRUCTION 03/01/02 701
STREET STANDARDS DRAWINGS DATE.
Y
W
C C•
�
Q
0) N
f^
vJ
r (V
C N
c Y
O
co
OF
=
� 0
U
IL
a
0
7
n
U
o
z�
Q
Q
, `�a
w
IN
N
�•(�
!Yl
U
W
��
141
O
W
If
- 7
/
c)
J
LL
r
'1
(1) .8/C L
,9 �y
°
J
a°
Q
W
S
Q
a .
ov
01
°
W
U
v
Q
c)
z
r
°
/
Lu
/
CURB AND GUTTER/SIDEWALK
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 03/01/02 702
to
•
SECTION 00610
PERFORMANCE BOND
Bond No. CSB0010367
KNOW ALL MEN BY THESE PRESENTS: that
Vogel Concrete Inc
6330 S College Ave, Fort Collins, CO 80526
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Contractors Bonding and Insurance Company
(Address) 5300 DTC Parkway, Ste. 330, Greenwood Village, CO 80111
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins 300
Laporte Ave. Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of One Million Eight Hundred Ninety -One Thousand
Seven Hundred Sixtv-Five Dollars and Twentv-Four Cents ($1.891.765.24) 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 16th day of May, 2013, a copy of which is hereto
attached and made a part hereof for the performance of The City of Fort Collins Project, 7361
• Concrete Maintenance Project Phase I — 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.
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 ariy 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.
0
•
m UMITS OF C & G
F v n
14 IN. 17 IN. 3 FT. 9 IN.
-
\ (1.17 FT.) �F I \ (1.42 FT.) (3.75 FT.)
\
�n
n � 1 1/2 IN.
FLOW 1 4_ D D: D
LINE I I DD p
4 IN.
6 IN.
�r
e e D
\ zn
� 5 I1 FT.) (1 5 N.
(1Fr.)
J
DRIVE —OVER CURB, GUTTER AND SIDEWALK
2 FT 6 IN.
6 IN,
WHERE WALK ADJOINS A CURB, IT SHALL BE
CONSTRUCTED 1/4 INCH ABOVE THE CURB.
4 1/2 IN. SLOPE SIDEWALK TO CURB —
1 1/2 IN.
1/4 IN. TO 1/2 IN. PER FT.
A_
2 I�
1 1/2 IN. R
.. .. p D
4 IN.
2 IN. R
° °
6 IN. D
D D
\ 4 FT. MIN.
'I D
12 IN.
VERTICAL 6 IN.
CURB, GUTTER AND SIDEWALK
EDGED
SURFACE
1/8 IN. R.
4.43 FT.
3/4 IN. MIN.
1.18 FT. .58 FT. 2.67 FT.
..
.09 FT.
.'. ♦ - .a., . � . �.-
11 FT. D
.30 FT. �° - ' e
'
4 IN.
'
DUMMY JOINT
p D�,"
FOR WALKS
° e 6 INS D
COMBINATION CURB, GUTTER AND SIDEWALK
"HOLLYWOOD"
(OBSOLETE — FOR REPLACEMENT ONLY)
CURB, GUTTER AND SIDEWALK DETAILS
CITY OF FORT COLLINS
STORM WATER
APPROVED:
DE AIL
11/13/00
UTILITIES
CONSTRUCTION DETAILS
-6
DRAWN BY: NBJ
�' °� P°rt c°u'D'
1 /8' TO 1 /4'R.
I
1':t 1/4'
1-1 /2' 4-1/
1 1/2'R_
1-1 /2' TO
2' R .
• V
.e
N
4.
d
OUT FALL CURB & GUTTER
(FORT COLLINS ONLY)
1 /8' TO 1 /4'R_
'zt 1/4'
1 1/2' —}-1 —1 \— ASPHALT OR —/ I---i
* 6' w/concrete pavement CONCRETE PAVEMENT
8' w/asphalt
BARRIER CURB (KEY WAY OR EPDXY) MOUNTABLE CURB (KEY WAY OR EPDXY)
(SECTION B) (SECTION M)
6' 6' 6'
1 1/4'
d ..
J a
• •.. 'n; (D
•< .a
LIJ
FL
10
d ll �• .. °d..fin'
4 : d
0
ROADWAY - + '.♦ .v. :d
' PAVEMENT
8' BARRIER CURB 6' MOUNTABLE CURB
(CDOT TYPE 2 SECTION B M-609-1 CURB W/8' REVEAL)
Notes:
a.) Bottom of curb shall be poured to a depth no less than on the compacted subgrade of the pavement-
b.) Raised center medians shall be 8' barrier curb or 8' epoxy curb only.
MEDIAN (ISLAND CURBS)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 703
0
0
ILI
•
. -t W aY t-`m�
PERSPECTIVE
Ramp If necessary`
Right of Way line \
-
Detached 1:12
Sidewalk max.
X = Curb Transltlon Length
Y = Parkway Width In Type I Approach
W = Driveway Width (See Drawing 707)
t = Concrete Thickness - minimum 6'
Type I = Wlth Detached Sidewalk
Type II = Wlth Attached Sidewalk
`er to Chapter 25 for minimum removal dimensions.
W =Width
A
BB II}—
ro
v
W W W W
E W w W W
N
�r Iw W w w
Cd
;_
N
v
r
L- l A L- B
Driveway Width Varies
1:12 max.
Attached
Sidewalk
Back of curb
FL
X=6'-o^ I TYPE II
w
EXPANSION Z
J
t� ry 2 (Max) 00 JOINT o
.' '', ::, 1:24 LL cv
. T
WALK
SECTION B-B Nj
NOTE: a N.T.S. i
WALK Y K'
1. Concrete driveway must be • _ ;'
provided to the property Ilne. p 1:48 SLOPE
m 114' PER FT. 1
12�)
5
Expanslon jolnt If drive WALK 2-
continues as concrete SECTION A -A t
N.T.S.
STANDARD DRIVEWAY APPROACH (TYPES I & II)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 706
N
co
C
0
M
oTm
L
co
4)
N O
w
N 3
Y
U
m
'a i0
c:
N O
O rail
to u)
Y i
N
-
3
C
3 m
~
.O C o
3
a C7
�
o
°
p
Lo
Qco
Ego
(��Z
`�
`s
>
3
°
°
NOL
¢oa
J
�_
L
p
tom
Z
Q
o
My
>}
C)
T
o
�a+
W
LLJ
i(
�l
v T
O
p
O E
of
a_
=
p °
&
u
M
0
l
3v
p� 3
e.
O
Q
>
> m
C
o
m
i'LG"'
� a�V�(
Q_
v o
•c
E
u
av
c0
o
3 ,m",
O>o
'X
E
°
om
cp
mm
a)
m
x`o
n
N
aoi
i
O
�E
z°m
O
(
("xeuw)
I
- r
�c
3 -
(-xew)
> Q
Q
8b•
N
UV
m
E
C
m
m
� Ill
(V U Z
•
U) Z
Its
♦ .,
m
ND
N N
U
O
U a
06
�I
E 8
N co
I
E U C
Q�
m E��
f
J
Z
O 00
co
Q
O
�� E�m
o
I
�� C
a a
OO
g
�
-
U
� .c
YNoma)
U
y
Lu
�.
aw
a
_
(W
000�a00°
w- .'
C N N O 2i U
my
}
Q
o�
<
am==�O�
r)m
�a
ms�YQm
O w 7 U
O
Q
W
m 2
w <E00<-0
>
O
Z
r N C'J V l0 CO
0
1""I
<3
�
�
�
cp
�p
N
�
Z3
�
N
N
N
U
=
O
O
<
z
O
J
�
>
<
�
E
E
�
U
Z
L
p
�
E0
L
to
�
U
•
STANDARD DRIVEWAY APPROACH (HIGH VOLUME DRIVE TYPES III & IV)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 707
•
00
o
o
0
z0Z
U O
OF
O
O
U
W
O
F-
J
J
ps
O
U
I
0
a
J O
C
O E .3
Z
LIL
0
M
N
I
O
.._...
_... ... �
'2
U
L
O
W
C
W
o Q
Q
x
�J
�
V)
p
v
3
�o
I
ZU LiZ
W
J
Or
Of
O O -J
i
Z
g
Zo po
Jo� 3�
Z
p
aU
O�
U
I
oo
�Q
Q
�c�
JZ
`
0U
CL
0d=.
H z
O O W
U L-J
Wa
O
_ Z
O
T
F.
�U
W
\ '
U ~
° Z J
OU0
Ia0
�m
J
°°.
\
U Q
J Q
Of
�a
v w w
'�
x�
aj
o
I�
U�
Of
vO
v s
Q
�fn
a
v
Q\
Z�
::° H�
Z
O
O�
w O
_
V. W -F
W
U (n
LLI
W
ZON
Z Z°
Z
wC�
C..)
N W
Z
�'°
aW
W
(n
WU
J
~Z
f0
'. a0J
F-Q
ZW
ZaN
�OLLJ
o
22F-Q
JQ
HHV)
e
W W
Q2
v
° W a
W
�a
ao
o
-•—•-{
N W
Z
r
a
W
0
�<
N
N
W
c>
v
N
g�
w p
v
M
Z
T
3 y o
�
co
io
�3
U
z
O
w �- a
O
�
O
Q�li
N
Q
N
U
O
J
CNN
QJ
O
U
U
• STREET INTERSECTION CROSSPAN
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 7 0 8
10 3/s'
o I �
a 01
A
X (Varies, See Plans
Xmax=2.0)
X1 1 /4'
,`. d (Vales,
See Plans)
S1 t.
6' CGT(`.InNI R_R E C
Attached
Sidewalk
101
5/8' Rolled Steel Tread Plate
(diamond pattern)
Dimension Variable
Retaining Screws at
C 4-0'or as DIrcctcd B
Detached Sidewalk
Notes: PLAN VIEW
1. Length of steel plate varies. L= 1 1 /4' x 1 1 /4' x 1 /4'
2. Chase and cover plate run from _
Right of Way line to flow line unless a. '
approved by the Engineer. :. ,: ' • P
With curb walk, cover plate extends "
from property line to top of walk face.
IV• .e
a.
3' #4 Bar Welded at 12'on SECTION C—
ar Nelson Standard Anchor
or equivalent. (typical both sides)
0
UI
5/8' Rolled Steel Tread Plate
1 /2' x 1' Flat Head Mach.
Screw Brass or Electro-gaN.
n finish 12' on center
'• (typical both sides)
Anglo Iron to be drlllcd and
threaded to receive screw.
Concrete to be drilled to allow
screw to extend Into the
C, concrete
(typical both sides)_
,LK
SECTION A -A (2 VIEWS)
STANDARD DETAILS FOR DRAINAGE UNDER SIDEWALK
:LARIMER COUNTY CONSTRUCTION REVISION N0: 1 DRAWINGURBAN AREA DRAWINGS
EET STANDARDS DATE: 04/01/07 709
0
•
3 T
B
A r6 IN. STEEL DECK RING WITH
24 IN. HEAVY DENVER COVER BY
NACLEAR OR APPROVED EQUAL.
3 FT.
I.I
FT
IN.
O
FIN
6 IN. THICK
SIDEVALL (TYP.
I
BOTH SIDES)
.
6 IN.
I I
6
pp CC
C E
E
r
6 IN.
1\
WARPED CURB R SEE ➢ETAIL 'A' ` FLOW LINE
GUTTER (TYP.
HDTH SIDES) 4 FT. OPENING
�11 FT.
8 8.5 FLUSH
WITH CURB FACE
1
2 IN.
• 2 IN, 4-16 IN.
NA)YNIN.
A
PLAN VIEW
NTS
2 FT
SEE CURB FACE —
OF ASSEMBLY DETAIL
MANHOLE
RUNGS-12 IN. O.C.
6
T-
FT.-6
NORMAL FLOW
w -... �5 BAR
/ 2d �
•�' e • "' 1 1/2 IN. PIPE SPACER o it
' AND 1 1/4 IN. LOCK NUT
1 1/4 IN. DIA. X 24 IN. GALV. S
STEEL ROD - THREADED to
3 1/2 IN. AT TOP.
1/4 IN.
10 IN.
EMBEDMENT 6 IN.
.••o 4• PLAN EX 3 IN. % 3/8 IN.
6 IN.
6
1% SLOPE FOR
DRAINAGE
SECTI❑N A -A
FT.-6 If
WARPED
GUTTER
ALTERED
FLOW LINE
6 IN.
FOR
SECTION B—B
EXTEND CHANNEL
CURB FACE
ASSEMBLY DETAIL
+
6 IN.
WALL
TO OUTSIDE
EDGE OF WALL
GENERAL NOTES
1. SEE 11-711 FOR REINFORCEMENT.
2. FLUP.R OF INLET BE SHAPED WITH
5. TOP SLAB OF INLET SHALL BE SLOPE TO
MATCH SIDEWALK. SEE D-6.
3 IN.
RAD �
IN.
7SHALL
TODP[PEN CENNECTIONSO FORM INVERT
6. EXPOSED STEEL SHALL BE GALVANIZED IN
ACCORDANCE WITH AASHTO M-I11.
/
3. MANHOLE RUNGS S14ALL ?E REQUIRED FOR
INLET HEIGHT 4 F AN GREATER.
.
DETAIL
'A'
4. SIDEWALK SWILL BE 6 IN. THICK FOR 3 FT.
ON EITHER SIDE OF INLET.
CURB INLET-4
FT. OPENING FOR VERT.
CURB & GUTTER
CITY OF FORT COLLINS
®
STORM WATER
APPROVED:
DETAIL
UTILITIES
CONSTRUCTION DETAILS
DATE: 11/19/02
D-7A
�d Port calBp,�art coluw
DRAWN BY: NBJ
8 IN. O.C. —d I--�
2 FT. A rT - c TM
502 408 504 r
BAR
9 IN. 11 I I 407 �( �
ADD 1
504 gg4 RAR
4 FT. 6 IN. (40 r-#4 BAR 6 IN. O.C.12 IN. 12 IN. 402 .� 406 3 IN CIR• 402
NCHO 503 —T �5
B _ _ _ BACK OF CURB B tz I LAP
p f
-FLOW LINE .•...';.„ z.C"
CEN
402 403
R I�N CENTEN
07 SECTI❑N A -A
NTS
40GJ
3 FT, 5 FT. 3 FT.
it FT.
1 FT. 2 FT. 5 FT. 2 FT. 1 FT.
A ,402 /,#4 ANCHORS
PLAN VIEW
NTS
TABLE 1
MARK
DIA.
IN.
O.C.
SPACING
TYPE
NO'
REQ'D
LENGHT
401
8 IN.
II
4
3 FT. 10 IN.
402
12 IN,
I11
■
7 FT. 10 IN.
403
12 IN.
64
F7. 4 IN.
404
1/2 IN.
II
4
12 N.
■
3 FT. 2 IN.
406
12 N.
4
■
407
2
9 FT. 0 IN.
408
12 N.
V
4
3 F. 4 lN.
501
5/8 IN.
9 IN.
II
2
9 FT. 0 IN.
502
5/8 IN.
9 IN.
11
4
503
5/8 N.
9 N.
1
FT. 0 IN.
504
5/8 IN.
6 IN.
VIII
2
4 FT. 8 IN.
601
3/4 IN.
8 C 8.5
-
ANCHOR
1/2 IN.
24 IN.
-
2
[ETYP
G S
1
IN TYP
TYPE IV
IN
I
■VARIBLE WITH NIGHT, REFER TO TABLE 2. z a TYPEnVII
I.
[X301N TYPE VIII
LOOP
12 IN.
LAP
BAR BENDING DIAGR
GENERAL NDTESI (DIMENSION ARE OUT TO OUT OF AM
1. QUANTITIES INCLUD VOLUMES OCCUPIED BY PIPES. BAR)
STRUCTURAL STEEL REINFORCEMENT AROUND
PIPES ARE NOT INCLUDED.
2. SLABJO D BASHERE WALSS CONNECT TO TOP
E.
3. REINFORCEMENT IN WALLS AND BASE SHALL BE
3 IN. FROM THE SIDES EXPOSED TO EARTH.
RENFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR.
SECTI❑N B-B
NTS
TABLE 2
woTm rc l,Tru urTruT
Fi
LENGHT
C.Y.
LB.
402
405
404
406
CONC.
STEEL
3 FT. 6 IN
10
6
3 FT. 2 IN.2
FT. 1 IN.
10
6
4 FT. 0 IN.
12
8
3 FT. 8 IN
2 FT. 7 IN.
12
8
4 FT. 6 IN
12
8
4 FT. 2 IN
3 FT, 1 IN.
12
8
5 FT. 0 IN
14
10
4 FT. 8 IN
3 FT. 7 IN.
14
10
5 FT. 6 IN
14
10
5 FT. 2 IN
4 FT. I IN.
14
10
6 FT. 0 IN.
16
12
5 FT. 8 IN,
4 FT. 7 IN.
16
12
6 FT. 6 IN.
16
12
6 FT. 2 IN.
5 FT. 1 IN,
16
12
7 FT. 0 IN.
18
14
6 FT. 8 IN.
5 FT, 7 IN.
IS
14
7 FT. 6 IN.
18
14
7 FT, 2 IN.
6 FT. 1 IN.
18
14
8 FT. 6 IN.
20
16
7 FT. 8 IN.
6 FT. 7 IRI
20
16
8 FT. 6 IN
20
16
8 FT. 2 IN.7
FT. 1 IN.
20
16
9 FT. 0 IN.
22
18
8 FT. 8 IN.
7 FT. 7 IN.
22
IS
9 FT. 6 IN
22
22
9 FT. 2 IN.8
FT. 1 IN.
22
22
R FT. 0 I
24
1 24
9 FT. 8 IN.
8 F7. 7 IN.
24
24
CURB & GUTTER (REINFORCEMENT)
CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL
UTILITIES CONSTRUCTION DATE: 11/21/02
DETAILS D-713
DRAWN BY: NBJ
•
•
0
•
I
6 IN.
6 IN. THICK
2f SIDEWALL (TYP.
F m BOTH SIDES)
� I
a
6 IN.—
B
14 IN. WARPED CURB 6
GUTTER (TYP.
BOTH SIDES)
71-
8 [8.5 FLUSH -
WITH CURB FACE
10 IN.
EMBEDMENT
A
6 IN. STEEL DECK RING WITH
24 IN. HEAVY DENVER COVER BY
MACLEAR OR APPROVED EQUAL.
6 IN.-
SEE DETAIL 'A'
4 FT. OPENING
11 FT.
A
PLAN VIEW
NTS
2 FT.
4 FT,- 6 IN,
6 IN.
SEE CURB FACE
ASSEMBLY DETAIL
��•
—
HaCE OF
FORE
MANHOLE
B RUNGS-12 IN. O.C.
SLOPE FOR
DRAINAGE
BAR
IN. LONG
1 1/2 IN. PIPE SPACER
AND 1 1/4 IN. LOCK NUT
—1 1/4 IN. DIA. X 24 IN GALV
STEEL ROD - THREADEb
3 1/2 IN, AT TOP.
1/4 IN.
3 IN. X 3 IN. X 3/8 IN,
PLATE
NORMAL FLOW
tr
SECTI❑N VA -A
4 FT. 3 FT.-6 IN.
DEPRESSED GUTTER WARPED
GUTTER
TOP OF GUTTER
ALTERED
FLOV LINE
6 IN, 6 IN.
FOR
r
SECTION B-B
6 IN.
EXTEND CHANNEL
CURB FACE ASSEMBLY DETAIL
y 6 IN.
WALL
TO OUTSIDE
EDGE OF WALL
GENERAL NOTES
1. SEE D-BB FOR REINFORCEMENT. 5,
2. FLOOR OF INLET SHALL BE SHAPED WITH
MATCH SLABOF I INLETSHALL BE SLOPE TO
3 IN.
RAD,� IN,
ADDI ION CONCRETE TU FORM NVERT 6.
TO PIPE CONNECTIONS.
EXPOSED STEEL SHALL HE GALVANIZED IN
ACCORDANCE EL S AASHTO GALV
/
3. MANHOLE RUNGS SHALL BE REQUIRED FOR
INLET HEIGHT 4 F . AND GREATER.
DETAIL ''A'
4, SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT.
ON EITHER SIDE OF INLET.
CURB INLET-4 FT.
OPENING DRIVE -OVER
CURB & GUTTER
APPROVED:
DETAIL
CITY OF FORT COLLINS
STORMWATER
DATE: 11/21/02
UTILITIES
CONSTRUCTION DETAILS
D-8A
DRAWN BY: NBJ
LSIs af ►ocI Co]iU
A _"61 409
6 IN.
_z
B 1
17 IN.
I
If
14 FT.
3 FT. 5 FT. 3 FT.
11 FT.
A
PLAN VIEW
NTS
0
FT A PT — C. IM
YVG
SECTION A —A
1 PT 9 FT S PT 9 PT 1 FT
9 #4 ANCHORS
TABLE 1
BAR LIST FOR CURB INLET
A. O.G. TYPE rm. LENGHT LENGHT TYPE II
SPACING REQ'D Straight
MARK
DI
IN
402
6 IN.
II
4
3 FT. 10 IN.
404
12 IN.
III
■
7 FT. 10 IN.
406
12 IN.
IV
6
7 FT 4 IN.
407
1/2
IN.
12 IN.
II
14
e
409
12 IN.
II
e
3 FT. 2 IN.
410
12 IN.
II
4
411
12 IN.
II
2
9 FT. 0 IN.
412
12 IN.
VII
4
3 FT. 4 IN
501
5/8 IN.
9 IN.
II
2
9 FT, 0 IN.
502
5/8 IN.
9 IN.
❑
1
4 FT. 8 IN.
503
5/8 IN,
9 IN,
II
1
9 FT. 0 IN.
504
5/8 IN.
6 IN.
VIII
2
4 FT. 8 IN.
601
3/4 IN.
-
-
1
B FT. 10 IN.
8 E8.5
-
-
t
5 FT. 0 IN.
ANCHOR
1/2 IN.
24 IN.
TYPE 111
20 IN.
u.
TYPE IV
[W20
1N.
9IN
TYPE VII
33 /
. VARtBLE VITH HEIGHT, REFER TO TABLE 2. Bent
71 IN.
TYPE VII
30 IN, Loop
12 IN.
LAP
BAR BENDING DIAGRAM
GENERAL NOTES: (DIMENSIONS ARE OUT TO OUT OF BAR)
1. QUANTITIES INCLUDE VOLUMES OCCUPIED BY PIPES.
STRUCTURAL STEEL AND REINFORCEMENT AROUND
PIPES ARE NOT INCLUDED.
2. KEY JOINTS WHERE WALLS CONNECT TO TOP
SLAB AND BASE.
3. REINFORCEMENT IN WALLS AND BASE SHALL BE
3 IN. FROM THE SIDES EXPOSED TO EARTH.
REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR.
SECTION B—B
TABLE 2
OUANTITIFS VARIARI F VATH HFIOHT
H
NO. REO'D
LENGHT
C.Y.
LB.
402
405
404
406
CONC.
STEEL
3 FT. 6 IN.
10
6
3 FT. 2 IN.
2 FT. 1 IN.
2.5
210
4 FT. 0 IN.
12
8
3 FT. 8 IN.
2 FT. 7 IN.
2.6
230
4 FT. 6 IN.
12
8
4 FT. 2 IN.
3 FT. 1 IN.
2.8
236
5 FT. 0 IN.
14
10
4 FT. 8 IN.
3 FT. 7 IN.
2.9
236
5 FT. 6 IN.
14
10
5 FT. 2 IN.
4 FT. 1 IN.
3.1
262
6 FT. 0 IN.
16
12
5 FT. 8 IN.
4 FT. 7 IN.
3.2
282
6 FT. 6 IN,
16
12
6 FT. 2 IN.
5 FT. 1 IN.
3.4
288
7 FT. 0 IN,
18
14
6 FT. 8 IN.
5 FT. 7 IN,
3.5
306
7 FT. 6 IN.
18
14
7 FT. 2 IN.
6 FT. i IN.
3.7
314
8 FT 0 IN
20
is
8 FT. 6 IN.
20
16
8 FT. 2 IN.
7 FT. 1 IN.
4.0
340
9 FT, 0 IN.
22
18
8 FT. 8 IN.
7 FT. 7 IN.
4.1
360
9 FT. 6 IN.
22
18
9 FT, 2 IN.
8 FT. 1 IN.
4.3
366
10 FT. 0 IN.
24
20
9 FT. 8 IN.
8 FT. 7 IN.
4.4
386
CURB INLET-4 FT. OPNG. FOR DRIVE -OVER CURB & GUTTER (REINFORCEMENT)
CIT" OF FORT COLLINS STORMWAI CR APPPOVED DETAIL
UTILITIES CONSTRUCTION DETAILS DATE 11/25/02 D-8B
ct- r l t c n DPAWN B) NBJ
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 28th day of May 2013,
INPPfSENC OF.
PpO RA roc'• 4'n
• ' t� Y
•Sea��r
yoo 1919<o�i�
Principal
Vogel Concrete Inc. e�/I
(Title)
6330 S. College
(Address)
Other Partners
By:
By:
Ave., Fort Collins, CO 80526
Surety Contractors Bonding and Insurance Company
By:�' `z—e—A W )
1720 S Bellaire St., Ste. 200, Denver, CO 80222
(Address)
NOTE: D�,must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
E
0
•
3
1 T.
C j6 IN. THICK
SIDEWALK
(TYP.)
4 FT.
6 IN
—
I FT.
B tTYP.)
L6 IN.
11 IN.
2 FT. #4 APS A
L12 N OC -
A--i 1 WALK EXTEND WFT.
BEYOND ALKORMAL BACK
OF WALK.
- 6 IN. 6#4 BARS
�AT 11 IN. D.C.
lmmP0mrll'=m
Immmoml
2 #5 BARS AT
6 IN D.C.
B
BACK OF CURB
O SEE DETAIL 'A'
-�' ^`^ INE
VAPPF3 CUP 6
GU FP ( 1P)
BE 8.5 WITH 1 1/2 IN. DIA. HOLE
IN CENTER — EXTEND CHANNEL TO
OUTSIDE EDGE OF WALL. — ,
DETAIL "A"
DET
SEE DETAIL
g g4 BARS
A
DETAIL "B"
6IN �l5 BARS 8 1/2 IN.
% SLOPE
T#4RS
BE 8.5 FLUSH
.' 6 IN.
WITH CURB FACE 1 1/2 IN.
/
R N4 BAR
18 IN. LONG
/a IN. -I IN. LEG
®4 BARS-12 IN. O.C.
BOTHWAYS
2 "
SECTION A -A
2 IN. 4:1•
6 IN.
6 IN.
2:1
8 5 BAR'
3 FT. 6 IN. 4 FT. 0 IN. 3 FT. 6 IN.
.. -a
WARPED GUTTER DEPRESSED GUTTER WARPED GUTTER
_
1 1/2 IN. PPE SPACER
AN 1 1/4 IN. LOCK NUT
STOP OF CURB 2 IN
8 IN. ? '
1 1 /4 IN. DIA. X 24 IN. GALV.
3 IN. STEEL ROD - THREADED
-------------- -- ------
'
3 1/2 IN. AT TOP.
,a
! T
NORMAL LTERED
-
'. ° .. • :� . I
FLOW LINE ... . FLOW LINE
G .•21
a. .r 6IN.
�y
...
""
SECTION B—B
3 IN. X 3 IN. X 3/8 IN.
(REINFORCEMENT NOT SHOWN)
PLATE
6 IN.
11 FT. 0 IN.
1.
AIL B
1 FT.
GENERAL NOTES,
ff 4 BARS
5 BARS
1. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT. ON
6 IN.
EITHER SIDE OF CULVERT.ADD
2. TOP SLAB [IF CULVERT SHALL HE SLOPE TO
tq 4 BARS
1 4 BARS
MATCH SIDEWALK. SEE D-6.
14 1/2 IN.
40D
3. EXPOSED STEEL SHALL BE GALVANIZED IN
ACCORDANCE WITH AASHTO M-111.
4. KEY JOINTS WHERE WALLS CONNECT TO TOP
SLAB AND BASE.
BARS-12 IN. O.C.
5. REINFORCEMENT IN WALLS AND BASE SHALL
BOTHWAYS
BE 3 IN. FROM THE SIDE EXPOSED TO EARTH.
SECTION C—C
REINFORCEMENT IN TOP SLAB SHALL BE
1 1/2 IN CLEAR,
CONCRETE SIDEWALK CULVERT
FOR VERT. CURB,
GUTTER AND
SIDEWALK
CITY OF FORT COLLINS
STORMWATER
APPROVED:
DETAIL
UTILITIES
CONSTRUCTION DETAILS
DATE: 12/19/00
D -12
Qh of Po1lColb,
DRAWN BY: NBJ
A EXTEND WALK 1 FT.
BEYOND NORMAL BACK
OF WALK.
3 FT. 6 IN. 6N4 BARS
I~ �AT 11 IN. D.C. 3,1�
1
I FT. \
L 1
1 9 IN.
6 IN THICK ] I 9 IN. D C. AT C
SIDEWALK J
(TYP.)
4 FT. 6 IN.
l FT. I '-2 05 BARS AT
B (Tw; I 6 IN, O.L. B
HACK OF CURB I
/ k o � --SEE DETAIL 'A' J
17 IN. 11 IN.
LFLOWLINE
14 IN. 04 BAKs A ip, I WARPED CURB 6
I 12 IN. D.C. GUTTER (TYP)
A�
BE 8.5 FLUSH
WITH CURB FACE g4 BAR
�1 1/2 IN. R /18 IN. LONG
1 4 IN.-1 IN. LEG
2 IN. 4:1 /
e
6 IN. C ° ej .°d 6 IN.
r
21� i �// 5 BAR l
1J2 IN. 11 1 1/4PI PE SPACER
ANN. LOCK NUT
8 IN-� e & T 1 IN. DIA. X 24 IN. GALV.
1 IN. STEEL
ROD - THREADED
3 1/2 IN. AT TOP. -
.i ,
I n •3a N..._,
6 IN.
4 IN.
3 IN. X 3 IN. X 3/8 IN. •ljl �—
PLATE
BE 8.5 WITH 1 1/2 IN. DIA. HOLE
IN CENTER - EXTEND CHANNEL TO
OUTSIDE EC-- -- -----
DETAIL ..A..
�� I SEE DETAIL
DE �(♦4 BARS
I�
6 IN.
6 IN. #5 BARS
8 %2 IN.
1Z SLOPE
T
..
/J4 BARS / -
6 IN.
t /#4 BARS-12 IN.
O.C.
���/// BOTHWAYS
SECTION A —A
x cr c l rr n Ind x cr c Inl
WARPED GUTTER DEPRESSED GUTTER
T WARPED GUTTER
—TOP OF CURB
FLOW LINE I 1 3 1 /4 IN —1 I . •I --ALTERED
FLOW LINE
SECTION B-B
(REINFORCEMENT NOT SHOWN)
11 FT. 0 IN.
I - VG IHIL D
1 FT.
GENERAL NOTES,
1
# 4 BARS
4
2 5 BARS
1. SIDEWALK SHALL BE 6 IN• THICK FOR 3 FT. ON
6 IN.
EITHER SIDE OF CULVERT.
-� ADD 1 4 BARS
ADD 1 /{ 4 BARS
2. TOP SLAB OF CULVERT SHALL BE SLOPE TO
4 1/2N.
MATCH SIDEWALK. SEE D-6.
3• EXPOSED STEEL SHALL BE GALVANIZED IN
al
ACCORDANCE WITH AASHTO M-111.
4• KEY JOINTS WHERE WALLS CONNECT TO TOP
a BARS-12 IN. D.C.
SLAB AND BASE.
OTHWAYS
5• REINFORCEMENT IN WALLS AND BASE SHALL
BE 3 IN. FROM THE SIDE EXPOSED TO EARTH.
SECTION C —C
REINFORCEMENT IN TOP SLAB SHALL BE
1 1/2 IN CLEAR.
CONCRETE CULVERT FOR
DRIVE -OVER CURB,
GUTTER AND
WALK
APPROVED:
DETAIL
CITY OF FORT COLLINS
STORMWATER
ammmmmmmil UTILITIES
CONSTRUCTION DETAILS
DATE: 12/20/00
D-13
�tlretoi
DRAWN BY: NBJ
0
•
0
0
0
12 IN. MIN.
-4
PROW ND H
- I i
PIPEII I
Ili I
----�
D. 12 GRATE AND FRAME BY
aCLEAR OR APPROVED EQUAL.
PLAN VIEW
35 3/4 IN.
28 1/4 IN. 6 IN. 23 3/4 IN.
16 1/4 IN.
IN. qjR. O.F. 1. , —1
1 :01 J4 BAR-\ PONCIR - \--INLET GRATES . F— -12 IN. U R L.F.. , 4, PE 0 7D 17
0 12 ft
CT 12 IN
FLOW LINE OF CTRS. (TYP.) LAP
INLET AND
CONDUIT
SLOPE FOR
DRAINAGE
�
1-7.
SECTION A -A
GENERAL NOTES:
1. AREA INLETS MAY BE USED FOR
DRAINAGEWAY OTHER THAN STREETS.
(EXAMPLE, PARKING LOTS, MEDIANDS,
SUMP BASINS)
CONCRETE I
I.D.
H
112 STEP. MAX.
SPACING
6 IN. TYPICAL WALLS
AND FLOOR
SECTION B-B
AREA INLET
CITY OF FORT COLLINS STORMWATER APPROVED:
DATE: 12/8/00
UTILITIES CONSTRUCTION DETAILS
cilly Of Part col — DRAWN BY: NBJ
` I (TYP.) R. O.F. I
R LF.
F4 0 12 IN.
C TRS.
If
IN. CTRS.
DETAIL
2
k
� |I
B ®(
. ., .� ..,
... . .
|�
9!
\/�§|
|�|■■|
/|
| !
�
E\.
bw
2 .
.5 - W;
�
y
�
I
� \
k
,
!
!
k
@2
(w
V)
mL
u
`u
b O
7did
^ N Lr,P 'UIW
7.4
L .. �.�
L x I
4 N . L
C N N ' V V
N c
G a I
L
4 !1 N
u
c
n-
N N �
77
---�
. c a
1
fV (aI)Q
O
I E-u YY
z th.0
,SE
!f
�'
/L rjt�
c
C
_T
lu
ooaoL;>M
ao
�
LO
N
�Q
�c
ooa000�aaoaa
ry
F
L
ou
f'1
Q
lu
L
Z
O
d �
r �
V
�
m
�/�
�/ I
J u
y
L
� �g
N
c V
U
N_—
Q�
Q
iy
F-
O
Z
!
�4
I
c
n�
� w
7
Q
N a'
c
(V
LL
3
Y
J
3
w
Cn
J
w
w j~-
�
i
c
Z m
O
Q V
Q
m
CC
0
W
S 0
J
Ov
Z
O
v_,
w
Q �
Z
Ci
U
_j
Orl
O
Z _
cr.z
w
L
C5
L.L
Z.
W
H
U
Alley
Concrete
Border
R.O.W.
(fYP.)
Walk
Parkway
Truncated Dome
Warning Detection
R.O.W
(fYP.)
Walk
Parkway
Drive -Over or
Vertical Curb
& Gutter
°101C10' 1'10
SIGHT Construction Joint SIGHTX,Curb
AREA AREA 0° Curb
1:12 8g ol`L S' minimum thick l 1 12
!jv Walk
0 concrete °
O'Curb NI¢ Truncated Dome parkway
rid Vertical �Warning Detection
— — — — — — — — — — — — —
Curb F� 6' Curb
STREET
ALLEY W/ SIDE DRAINAGE
Drainage May Cross the Walk Up to a Maximum
of 0.5 cis for the Design 2 Year Storm.
Alley
\FL—L� /
Concrete :+
Alley Drainage Inlet or Other
Dralnage Collection
System shall be designed
for 2 year storm minimum.
0, 1o'X1or ` 10'X10'
SIGHT / \ \ SIGHT
AREA \ AREA
mI�
1:24 0 8' minimum thick °. 1:24
Walk
� concrete g
Cr Curb
clip kO-Curb Parkway
6' Curb Ft_ 6' Curb
Truncated Dome
Warning Detection See Tables 8-1 &
8-2 For Radii
STREET Requirements
ALLEY W/ CENTER DRAINAGE
Dralnage May Not Cross the Walk Unless The Water Is Sheet
Flow and does not Interfere with pedestrian use of walk
ALLEY INTERSECTIONS
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 803
•
•
0
•
Depress ring 1/4'to 5/S' below
adjacent finished street grade
Cover
Final asphalt lift,
overlay or grade
adjustment
Existing base course
Support with Steel Shims
and pack with High Strength
Grout
Slope up to match
flnlshed pavement
NOTE:
1 _ Grout shall be a mixture of 100 Ibs Grout mix, 26 Ibs
water (3.12 Gal). and 100 Ibs of sand conforming to ASTM C-35.
2_ Manholes shall not be located In crosspans, gutters, or wheel path_
3. Shim and grout to make ring and cover flush with the flnlshed
pavement surface.
Straight cut
around ring
Concrete grade ring
to match slope or
finished grade
Shim / Grout
Grade ring
Manhole
STANDARD MANHOLE COVER
IARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
UR3AN AREA DRAWINGS
ST STANDARDS DATE: 08/07/00 1201
Y Y W Y Y Y ♦ Y ♦ Y
V • Y V Y V Y V Y
• • Y V Y • Y • V V
V • ♦ i V V • V ♦
♦ Y V Y • • • Y • •
V V Y V Y • • V •
♦ Y ♦ • ♦ ♦ Y • V Y
Y Y Y W • • • ♦ Y
V Y V Y • • • ♦ • V
V ♦ W Y Y • Y V ♦
♦ Y Y J J ♦ • ♦ Y ♦
• Y ♦ Y ♦ ♦ ♦ ♦ ♦
• Y Y Y W W • • Y •
Y ♦ Y ♦ V ♦ J Y ♦
Y Y Y • Y Y • Y • Y
• Y • Y • . • ♦ • A.
Y ♦ V Y • Y Y Y
Y Y Y • Y V • i • Y
Detached sdoevolk .
Driveway
Sidewalk
i J J ♦ W ♦ J i J i ♦
W W W W ♦ W W W V W
J W V W J V V V W J W
W W W J 1 W J W W W
J ♦ W ♦ J ♦ W ♦ W W
J W J W J J J J J ♦ W
J i W ♦ ♦ i W W ♦ ♦
W V V J V V V W V W W
♦ Y i i W ♦ W ♦ W
i W J W J W W V W J W
W W W W ♦
W J i ♦ J J V J J W ♦
J 1 W J W i ♦ ♦ 1
J J J W W J W V W V W
i Y W i ♦ i J W i i ♦
♦ i i W W W J 1 J J W
1 i W J i ♦ W ♦ J i
V W W W W J W J i J W
♦ J J W J ♦ W W W i
J W W W J J V J i V W
i i i ♦ ♦ i W J i W
W J W J W i W W J W i
J W W i ♦ J ♦ W
W i *A. J W J J W J W
W W Y1 W es♦ W J W ♦ W
W J W TV V J J J J ♦ i
Anoohod sAievalk
T.C.
F
Min. F.L.
LIP
•
12' Expansion
Joint Materiel
DETACHED
SIC EWALI
8' CommeroBl
r— 6' Resden►el
1 CI Expanson
Joint Material
ATTACHED
SICEWALI
SECTION A -A
Nl 9kdewalk Tt kness Shall Be 6 nnY num_
NOTE:
1. Sidewalk grade shall remain conam6tant across dii.eway
2. For driveway design regitements, see CONST. DWG. 7O & 707_
3. Thio dctoil applies to Residential & Commcroial d*i oys.
STANDARD SIDEWALK
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAPING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1 6 0 1
E
CJ
•
Slope asde alk to Curb 1/a• per root
• e i ♦ '4
4
.♦.' .d 4'
9
! d' <' d A. NOTE: Construct �ewalk vih joints at 1 O'intervals
. I y
' Q and alijfl0fi NAtII aCOliltJ 0I1 curb.
d 9 ' .' ♦ a .a . ..
9
ATTACHED SIDEWALK DETAIL
DETACHED SIDEWALK DETAIL
R 1/g' l/45LAB THICKNESS
E e. e.•
_.. .. V 1/41
9 .-4
. ♦ .. d.
�e
d
: A4 . . •' 4 •d .. '
•♦ a 'g '
WEAKENED PLANE JOINT
1/2'Expan9on
Joint materiel
i /a-
.d.. A •♦ ..e .
d �..
• 172�' ♦� '♦ - '♦ 9
.a .�
4-
.A .
. v♦ e' <♦d'�'
•e d� a
INSTALL IN LOCATIONS SPECIFIED
IN CHAPTER 22
EXPANSION JOINT
r� SIDEWALK DETAIL
:STREET
RIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STANDARDS DATE: 04/01/07 1602
Curb to retain
ground behind the
walk. If needed.
2 (Radius varies)
Transltlon
back of walk
(typ-)
a Truncated Dome
Waming Detection
Wood float r
finish thru ,� .,
�o
ramp
ti0.w•.,
.c
Walk
Broom flnlsh
Curb__:
GutterP.
�r s
Curb (optional)
CORNER LOCATIONOnly
If needed
Wood float finish thru ramp
ransltlon back of walk (typ.)
IF
Walk
Broom finish
2
slope•.
;.•.•a
"bap•,,
1:12
slope
Broom flnlsh
(max.)
(d)
Curb
Gutter
4A
6'
5'
1 S
Truncated Dome
o
(min.) (min.)
Waming Detectlon
z
n
MID -BLOCK LOCATION
3
at the comers of the
truncated dome warning
0
2'-0'
6'
0
truncated dome warring
N
m
detection
c
c
.-
.e.
,a
1:25** sl ope (Max.)(mo
o
... a
i
SECTION A -A
NOTES:
1- " 6' Thickness applies to entire ramp area.
2. *" 1:25 Unless a landing behind ramp (then ramp can be 1:12
with 1:20 on the truncated dome warning.)
3. See CONST_ DWG_ 1606(a) and 1607 for Fort Collins.
4. See CONST_ DWG_ 1614, 1615 and 1616 for Loveland.
ACCESS RAMP DETAILS
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1603
40
9
SECTION 00615
PAYMENT BOND
Bond No. CSB0o10367
KNOW ALL MEN BY THESE PRESENTS: that
Vogel Concrete Inc
6330 S College Ave, Fort Collins, CO 80526
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Contractors Bonding and Insurance Company
(Address) 5300 DTC Parkway, Ste. 330, Greenwood Village, CO 80111
hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins,
300 Laporte Ave. Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to
as "the OWNER", in the penal sum One Million Eight Hundred Ninety -One Thousand
Seven Hundred Sixty -Five Dollars and Twenty -Four Cents ($1 891 765.24) of in lawful
money of the United States, for the payment of which sum well and truly to be made, we bind
ourselves, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Agreement with the OWNER, dated the 16th day of May, 2013, a copy of which is hereto
attached and made a part hereof for the performance of The City of Fort Collins project, 7361
Concrete Maintenance Project Phase I — 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.
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.
Cl
•
ARTERIAL
0
c
Fo E
ROW Line
9�
's
ARTERIAL / COLLECTOR
`L
J
Q
fr
W
R=6'
�p
f—
Q
�
I
's.
_1
Q
Cc
ROW Line
10' 6'
Lu
10' 5'
(min.)
Q
16'
15'
ARTERIAL / ARTERIAL
ARTERIAL / COLLECTOR
For Corner Radlus > 35'
DETACHED WALK / INTERSECTION DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
MAN AREA DRAWINGS
STRCI F STANDARDS DATE: 08/07/00 1604
•
•
Note:
Use of this detall requires speclal approval In
Fort Collins by the Local Entity Englneer.
r� DETACHED WALK / INTERSECTION DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: 2J:DRAWINGURBAN AREA DRAWINGSSTREET STANDARDS DATE: 04/01/071605
0
0
1.5'
*FLARE OPT10N
0.5' TYP:1 S' TRANSITION
Truncated Dome
Warning Detection
)uovo%
0 0
A
v
0 0 0
)a
0000C
Truncated Dome
4'
MIN.
'00o0<A--'�WomIng
) 0 0
0
Detection
1"/fL Max
)a
0 0 00
6. CURB -
00000(
) 0
0
0' RB
CU
)00 0C
ell—
V R
\—CURB
OPTION —
x
2-
B
t-6' or as specified
1.25 slope
(max.)
FL
1-02
•SLopE
IWAX
FLOWIJNE
STANDARD GRAY CONCRETE
\-UP
OF GUTTER
RAMP MATH PARTIALLY COLORED CONCRETE
PLAN VIEW
SECTION A -A
N.T.S.
N.T.S.
N1r)-rr:Q-
1. NO JOINTS ARE ALLOWED IN THE FLOWLINE- SIX INCH WIDE CURB OR'DUMMY JOINT' MAYBE TOOLED NO
CLOSER THAN 6 INCHES FROM FLOW LINE AS SHOWN-
2. MINIMUM CONCRETE THICKNESS IS 6 INCHES.
3. JOINT PATTERN TO BE ACCORDING TO INTERSECTION CUTTER DETAIL• OR AS DETERMINED BY THE LOCAL
ENTITY.
4. WOOD FLOAT FINISH IS REQUIRED OVER THE SLOPED SURFACE OF RAMP AND FLARES.
5. A 6 INCH WIDE CURB MAY BE POURED AT THE BACK OF THE RAMP AS SHOWN IF REQUIRED. IF CURB IS
USED IT SHALL MATCH THE CURB AND CUTTER STYLE OF ADJACENT CURB AND GUTTER.
6. MINIMUM RAMP WIDTH SHALL BE FOUR FEET, OR THE SAME AS THE WIDEST ADJACENT SIDEWALK,
WHICHEVER IS GREATER, UP TO A MAXIMUM WIDTH OF 8 FEET.
7. THE RAMP LANDING MAY BE POURED MONOLITHIC WITH THE ADJACENT TRANSITIONS PROVIDED THAT AN
APPROVED 'SHAKE-Ofr PIGMENT BE USED TO COLOR THE LANDING AREA.
8. T= THICKNESS (AS SPECIFIED ON PLANS OR LOCAL ENTITY ENGINEER).
PEDESTRIAN RAMP DETAIL (For New Const. & Alterations)
:LARIMEIR COUNTY CONSTRUCTION REVISION NO: 17 DRAWING
" A
URBAN AREA DRAWINGS DATE: 04/01/071 1606)
URBAN
STREET STANDARDS
FORT COLLINS ONLY
E
3 0o v
H 5
N
V O
me ¢ j
o
d
�n
rn
a in
m in
w
o >�
Z
�
J
3
o
a
a
U
ro
m
U
V)
�
y
S
N
m
�
�
O
p
�Cj
m
Q
a �
U
p!J
U j
Ui
V N
O
i a
E
3 3
Y y
0 0
v /n
Q C>
m m
�n
�n ui
m
C C F
3Ua n '3
>.S
4
N21
Q
e
N A rd y S N
E E
N U -O
c
V
z
o
c o a c
A=
5
m
..
V
M U] _ O. .O
O
O
� �
O"
w
N
C
0
3 •?o w o� io �
�� y
a.
a a
a
E� mac 3 is ate,
m-yo E
u�
0
o cU div y�
ac a`v M
m
o
N
RESIDENTIAL LOCAL STREET ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1606(a)
n
C' J
I]
Cl
FORT COLLINS
ONLY E
m a a
O CJ U
C x o
=
d
ti
V U U LL
O
O C^ O
c
co
2 E c
o
0 d�0
a
OCAO
Y
}
f V }&
Od
J�L
NLH(X�
N�}
(c}nV
N}+GGGO
ValeSGGG
N N N
dc
O�)O
yaa„�c=i
1N%yaCq
EOO
Cd
0 0
co
m}
O0
v uN� zl�amCr[C
) 0'�) 0
m
0
c(v
a
a�
U
�
ll
u o n m 8 c
— `o y
`o
m m a> o —
C y C Lj V E
A U OI W N N 1O a � O V
a a> a> c
L (O E r O. O N C C t
U 'C c a�
c a iv
c
3
to a• o m v� 3
U
o' n a cS is Qo
E o
O
`
N
E o E� a 0 0 a� t m
C
� �O-(u C
00 \`\
(4
O C— V O d- N iG O¢ d N (O I
�L
\\
O O �) O G \\
(V
o Tv = _ m a
ONO
O C OO
2O oO cOu
M.2
0
0l�
O.00no
00 WDO �
OCm 00
Varl s O O
°O,
`
p
z
a
E
2
a
N
E
n
W
0
m
J
C
U
c
a�
U
o Q
o.
o Q
c
F-
Z
L)
N N
o
g
a: c Vi
LL
E
a�
�a
oc'r)o 61
�E
a
o�0
EE2
o0
h I
wvc 7eugr
•qunpsapa�
o o c
0000 1
J o o
n
Q Varles
0 E � i i Q
{ lagng pue�gino
C
O IFO i i
CD
0000 ' '1 C
—�o
m
5 o a
U
o CD ¢
a
LL
U
O V
O
m �58
O
l
t3 d
TRUNCATED DOME WARNING FOR ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1607
4 Mln. Flat Rest Area
4' Mln.
y :12 MAX 1:1�X Show street surface
1 f:
SECTION A -A
Minimum area of
nose Island 50 ft2
Truncated Dome
Waming Detectlon
(typ-)
A MIn.4' A
AO < S
e
Stop Bar at
M ln. traffic signals
Sldewalk width shall conform to width
requirements for the street classlrlcatlon
NOTES:
1 , No storm water shall draln through
pedestrian refuge.
2. Pedestrian refuge area shall be In Ilna with
cross walks.
3. Crosswalk to Ilne up with ramp & Refuge Area.
MEDIAN ISLANDS & PEDESTRIAN REFUGE AREA
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1608
E
4'-0' (Mln_ Wldth)
Sidewalk Addition I Existing Sidewalk
c7
'qj8'j)2
(min_)
ADDITION TO EXISTING SIDEWALK
NOTES:
1 _ New walk additions shall be placed to the same line and grade as the existing walk.
2. Match transverse tooled joints to existing tooled joints_
TOOL JOINT FOR WALKS
NOTES:
1. Joint shall be cut 1/4 thickness of Initial concrete; tool jolnt for walks.
r- SIDEWALK WIDENING DETAILS
LARIMER COUNTY REVISION NO: DRAWING
MAN AREA CONSTRUCTION
ST STANDARDS DRAWINGS DATE: 08/07/00 2501
0
gFI
uz
Sn e
Q �m C
3g
G
o
F
frl
O O
IN2
_
HQ
3 a a€ C
'3s
fi
=
a
U
Z E
w ohs
E2 10"
Ei
LY
W o
n;
Qo
S'
H
2
�o KT
ue
6 0
F nm�N c
y Y
_
F
ooNP O
`e
z a w
a
a
n y
wu-R
E
� a €
.. Ev
gb f W
LL
2 @{
yy q
H H
0
5
Z~
I �L
� N~
IE
-
N
° E
II �
tc
J Q
H4
F a'
_
g
E -
ono
_Ap K9
Yfff��
�� mo�
^vS IA.
"AxR
RAa 7'
4
�go
o
5
m
b
a�'G�
A
w
I�I—I
a�4os
E
11
0
0
�
E
No Text
•
•
CONTRACT DOCUMENTS TABLE OF CONTENTS
BID INFORMATION
00300 Bid Form
CONTRACT DOCUMENTS
00500 Agreement Forms
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
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 00660-1
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
Exhibit GC -A GC -Al - GC-A2
00800 Supplementary Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00960 Application for Payment
SPECIFICATIONS
Section Pages
00300-1 - 00300-3
00500-1
00510-0
00520-1 - 00520-6
00530-1
00600-1
00610-1 - 00610-2
00615-1 - 00615-2
00630-1
00635-1
00640-1
00650-1 - 00650-2
00670-1 - 00670-2
00700-1 - 00700-34
00800-1 - 00800-2
00900-1
00950-1 - 00950-2
00960-1 - 00960-4
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this 28th day of May 2013
IN RESENCE OF: Principal
Vogel Concrete Inc. (Title) ��,OL, Ilya. (Title)
,� f .•.......ti Oar.
(Corporate t;al) : 6330 S. College Ave., Fort Collins, CO 80526
�ORPORATF t (Address)
SEAL
IN PRESENC �0 % �M,,r �� Other Partners
cOioAP�°��
gg111sitN By:
By:
(Surety
•4pPP0A,�T ••. ��
SEAL
Surety Contractors Bonding and Insurance Company
By:
1720 S. Bellaire St., Ste. 200, Denver, CO 80222
(Address)
NOTE: Date ol•gond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
0
L
0
z
z
o
Q
sns�
Fn
cn
G
L5
az
low
K 3
p �p o
C
J
O
k
O O'
N
O
*
mnn
c fin.,
m QNpp V
o m
N
m
G H
aoc`oy p
y
�
0mioa
� {1151i{3e€ 0
*
*
a
F
m
p ��IF •Q
�u;J
*
00
r
10Hm
r
n
CO
•m E
p
m
Sqj
t2
o
*
L
N
e � '
tz
t2
rc
a
a
p g
qp
6 €
O o
B
x
SZS,n
TTT(
`
y n
o an
d5.0
o
a°
o
E
m
gs m
0
i
u;
o
z 2
e
o
� u
G
� �
6� q
� 9
0
z
m Ei)
O V1
- z - - p
o a "
F �u 0w
_ r Qa _ Z
a z z Q m o
3 � O :� o
is
v 12
14
�rTl
t L z
� m �R1 q
G '�' m W U E
s� R z
z $ aNIMQ o
n o �il
O = m
O K
OF
9 Z
Il\ O
g
0 ~
r \
s r �i o N
1
_ �• 7 o 4�
5 I
r e w y �oNp NF Q aoaLL p
�r F iE U
QtA
D:
i O
p'�
Rc ZEE e� o
0. \]
Yj Q m o
W
s w~ N
a
n
`L a
Fio �y
Z w
rl
250 w
0W OLD
J O \ \ z
OZ w o n
�g O m
•' �' 4\ o d m
°o s
a
F �9
U I M 0 3
0
•
E
0
SECTION 03500
PROJECT MAPS
In alphabetical order:
City Park Heights
Decry
E Stuart
Golden Meadows
Indian Hills
Irish
JFK 2013 (Horsetooth to Harmony)
JFK 2014
McClelland (Drake to Horsetooth)
Mulberry (Shields to Whitcomb)
Prospect Estates
Shenandoah I
Skyview
Vine Drive (Irish to Briarwood)
W Elizabeth
W Stuart
N
City of
�� ft Collins 2013 - 2014 Program W+E
Concrete Area Maps S
City Park Heights
N
City of
,.Foor_t Collins 2013 - 2014 Program W ;
Slte,s Concrete Area Maps S
Deery
c rt 2013 - 2014 Pro ram
Fort Collins g
/ '�— streets Concrete Area Maps
N
W+E
s
o =�
B c e e t Buckeye JE: uc o o
0
° c ° d
a e � a U > y µe ° c °�
h ° 2 47 N
01 ° E Lake St
m
c
o a. yHills
x rdParker St
ert Ct= At ert Ava >o
o c m 0 In
d e °1 yotsnce n
N ` caout t o(O ee r E e°
7
y 3 e
eyenne r
0
'o
t E m i o O StOoey
U) ° mou `Or
ti r
a r t a
' a mOut r o Pewa C Kirkwood r
Rut ers Ave m m
3 -
m m
ue n ua
¢+oo r
-a ° 3
Columbia Rd `Q m m o P� 0 n -
a
wo°
r
-O Cornell Ave
FlarKwood Ur
o i !oaf woo
o rn
LL e m P (� _w .eat Ln
O
o a� erE
> e g E
i ° a rown ve v i
m ueens t
0
i `Princeton o
3
0
nnceton o a or t _
E DrakeRd
d
i
N
N
rn at u r a
a
1 v = en 9 c traan r a m
N Se m E
° d m
LL m
�! o
t m
Del Clair Rd FF�Oxford Ln !
x aroug
N
City of A
Fort COLlins 2013 - 2014 Program WQf�E
S��eu Concrete Area Maps 1VS
Golden Meadow
U
0
N
City of
Fit Collins 2013 - 2014 Program ���
�r S,n e� Concrete Area Maps s
Indian Hills
N
City of
Frt Collins 2013 - 2014 Program W�
s,�e� Concrete Area Maps s
Irish
Contractors Bonding and Insurance Company
ek'c 3101 Western Ave., Suite 300
Seattle, WA 98121
Know All Men by These Presents:
POWER OF ATTORNEY
Contractors Bonding and Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constitute and appoint:
W.R. Withrow, Tyler Withrow. Megan A Brown,jointly or severally
in the City of Denver , State of Colorado its true and lawful Agent and Attorney in Fact, with full
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00/100
Dollars ( $10,000,000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution
adopted by the Board of Directors of Contractors Bonding and Insurance Company, and now in force to -wit:
c"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
orporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Vice
President with its corporate seal affixed this 30th day of November , 2012
``,.map°..... "
o°a°jl PPOq •.�z
SEAL;=0.
State of Washington .,.•
SS •�<sHING3°p "
County of King
On this 30th day of November 1 2012
before me, a Notary Public, personally appeared Roy C. Die , who
being by me duty swom, acknowledged that he signed the above Power of
Attorney as the aforesaid officer of the Contractors Bonding and
Insurance Company and acknowledged said instrument to be the voluntary
act and deed of said corporation.
Ah ' 'T%c.
eph B. tler Notary Public
Notary Pablic
State of Washington
JOSEPH B. MULL
MY COMMISSION E%PIRES
Minch 29, 2019
Contractors Bonding and Insurance Company
Roy C. Die ,.M. Vice President
CERTIFICATE
I, the undersigned officer of Contractors Bonding and Insurance
Company, a stock corporation of the State of Washington, do hereby
certify that the attached Power of Attorney is in full force and effect
and is irrevocable; and furthermore, that the Resolution of the
Company as set forth in the Power of Attorney, is now in force. In
testimony whereof, I have hereunto set my hand and tlt�ss of the
Contractors BondirlA�n� Insurance Company this , day
of
Contractors Bonding and Insurance Company
Roy C. Die Vice President
0575578032912 A0059511
N
City of
Fort Collins 2013 - 2014 Program W��
Sets - Concrete Area Maps s
W9
L
JFK 2014
N
City of Jn'�
Flirt Collins 2013 - 2014 Program w E
5��e� Concrete Area Maps 1NVVS
JFK
City of N
FiSwe�t Collins 2013 - 2014 Program
Concrete Area Maps s
McClelland
N
City of
Frt Collins 2013 - 2014 Program w E
SWets Concrete Area Maps S
��L
W Mountain Ave _ W_Mountain Ave _
m
>
N
E
0
0
U
N
N
W Oak St
Akin Ave
=EU 11
W Olive St ive St
Woodford Ave
LMulberry
F
I W Ma nolia St
c
oFIFI FIF]
E
c �
-1Ey �e
ac o°
d
— d
m
m
c
0
' Sunset Ave
Myrtle t ;
o W Myrtle St
0
O Mantz PI
w U
0
P
S
d
L
Birch St >
a
0 0
Z a
E
0
aure t
L—M
W Plum St
N
City of
Fit Collins 2013 - 2014 Program W+
5��� Concrete Area Maps S
Mi
Prospect Estates
N
City of
Fort CoLLins 2013 - 2014 Program wF
Concrete Area Maps s
Skyview
Shenandoah
N
Cityof
Fort Collins 2013 - 2014 Program W+L
5treeeLs
.. Concrete Area Maps S
W Vine I
City of
F`ft Collins 2013 - 2014 Program
5wes Concrete Area Maps
N
W+E
S
anonero r W Oak St
m
rve
0
o`
o0 or �e
Olive t
TE
W Olive St
a no is � W odford t
m m
W a noli Ct
m
m
m o
`o E
Y
m
l
i(
M rtle Ct
kele it
c t0
m o
c
ampa O o aure a �
m c
o ,m, Timber Ct
0
i
re ar OrcTa—rdlll
� m
i Orchard Ph
r
m m
E o um St
oR`
um t
i
I _
th St-
o m
d w rancia Dr �-
PoPo la�
c � m
0
r-� 0
T E easan a ey ¢ m
Crabtree Dr
p le
earview ve
tadium C
it ima a e r h
a d
- w S rin field Dr
y a
f e o c pang ie
o U
o o m WLae
A m a eF,
C 3
c
i m
°o Y er reen r
ros ec d------.-- - m.
�......._�.- i U -
_ ... Prospect d
tim `m 1 0�
c
i `° z
N
City of
Fit CO«ins 2013 - 2014 Program w ;
s, °e�5 Concrete Area Maps S
W Stuart
Ln
SECTION 04000
EROSION CONTROL AND INLET PROTECTION
INDEX OF ENVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP) is
New Construction Activities for Municipalities
1 of 2
Street, Curb, and Gutter Replacement and Construction
1 of 3
Street, Curb, and Gutter Maintenance
1 of 3
Spill Prevention and Response
1 of 4
Utility and Storm Sewer System Maintenance
1 of 4
Utility and Storm Sewer System Replacement and Construction
1 of 3
Power Washing
1 of 3
Vehicle Fueling
1 to 3
Outdoor Fleet Maintenance
1 of 4
Heavy Equipment and Vehicle Maintenance
1 of 4
•
•
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
•
i
__. _- --New
Construction Activities for -
For More Information
Name
Municipalities
I Address i
City, State
Description
Phone
This fact sheet covers new construction activities disturbing less
e-mail
than one acre not subject to a CDPS Construction permit. New
i
Possible Pollutants
construction includes, but is not limited to buildings, structures,
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
Employee/Contractor Training
contractor is responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Proper Cleanup and Disposal
Procedures
Procedures
Related Procedures
Obtain all applicable federal, state, and local permits for
Heavy Equipment and Vehicle
construction projects.
•
Maintenance
■ The Colorado Stormwater Construction General
Parks and Open Space
permit applies to construction sites disturbing one
Maintenance
acre or more, or less than one acre but part of a larger
Spill Prevention and Response
common plan of development.
Street, Curb, and Gutter
Replacement and
A larger common plan of development is defined as
Construction
a contiguous area where multiple separate and
Utilities and Storm Sewer
distinct construction activities may be taking place at
System Replacement and
different times on different schedules under one
Construction
plan.
Vehicle Fueling
• A dewatering permit may be required if construction
activities require the removal and discharge of
groundwater offsite.
• A U.S. Army Corp of Engineers (USACE) Section 404
Permit may be needed if the work will be conducted
in or impact waters of the United States, including
wetlands, washes, drainages, ditches, creeks,
streams, and rivers.
Applicable sediment and erosion controls may be
installed, such as inlet protection, silt fence, sediment
traps, erosion control logs, check dams, and vehicle
tracking control. Sediment and erosion controls will be
Page 1 2
of
• 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 Constriction SOP, August 2007.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
i
Page 2 of 2 is
s
•
is
Street, Curb, and Gutter
For More Information
Name
Replacement and
Address
Construction
City, State
Phone
I Description
e-mail
Procedures involving the replacement and
Possible Pollutants
construction of streets, curbs, and gutters have the
Fine-grained sediment
potential to impact stormwater quality. Materials
Organics
involved in these activities should be used efficiently
and disposed of properly.
Oil
Saw -cut slurry
When services are contracted, this written procedure
Trash
should be provided to the contractor so they have the
Good Housekeeping
proper operational procedures. In addition, the
DumpsterNVaste Management
contract should specify that the contractor is
responsible for abiding by all applicable municipal,
Employee/Contractor Training
state, and federal codes, laws, and regulations.
Proper cleanup and disposal
procedures
Procedures
Dry cleaning methods
General
Related_ Procedures
Obtain all applicable federal, state, and local
Spill Prevention and Response
permits for construction projects.
Street Sweeping
The Colorado Stormwater Construction
Street Sweeper Cleaning and
General permit applies to construction sites
Waste
disturbing one acre or more, or less than one
Street, Curb and Gutter
acre but part of a larger common plan of
Maintenance
development.
• A larger common plan of development is
defiled 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.
1 of 3
Applicable sediment and erosion controls may be installed, such as inlet protection,
silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking
control. Sediment and erosion controls will be installed and maintained in
accordance with approved design criteria and/or industry standards.
When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry,
sweep it up, and properly dispose of the sweepings or vacuum while saw cutting.
• Do not perform concrete or asphalt paving work during wet conditions whenever
possible.
• Monitor construction equipment for leaks and use drip pans as necessary.
• Leaking material containers should be properly discarded and replaced.
• Store materials in containers under cover when not in use and away from any storm
drain inlet.
• Wash out mixers, delivery trucks, or other equipment in the designated concrete
washout area only.
• Locate concrete washout, portable toilets, and material storage away from storm
drain inlets.
Material stockpiles will not be stored in stormwater flow lines. Temporary
sediment control will be used during temporary, short-term placement while work
is actively occurring.
Sweep or vacuum the roadway as needed, during construction and once
construction is complete.
Best management practices will be periodically inspected and maintained as
necessary.
• Where practicable, non-structural controls will be used, such as phased construction,
dust control, good housekeeping practices, and spill prevention and response
procedures.
Where practicable, non-structural controls will be used, such as phased
construction, dust control, good housekeeping practices, and spill prevention and
response.
Bridge Construction
• Do not transfer or load any materials directly over waterways.
• Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips
might be spilled into a waterway.
Concrete Work
Minimize the drift of chemical cure on windy days by using the curing compound
sparingly and applying it close to the concrete surface.
• Ensure there is a concrete truck washout area available or require the contractor to
wash out at the batch plant.
0
•
0
• Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste.
Asphalt Work
Control the placement of road base or asphalt used in embankments or shoulder
backing; do not allow these materials to fall into any storm drain or watercourses.
Whenever possible, recycle asphalt. If recycling is not possible, dispose of as solid
waste.
Painting and Striping
If possible, schedule painting and striping projects during dry weather.
Use thermoplastic or epoxy markings in place of paint whenever feasible.
Use care to prevent splashing or spilling of any liquid material. Follow the Spill
Prevention and Response procedure should a spill occur.
Employee Training
• Train applicable employees who perform street, curb, and gutter construction on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform street, curb, and gutter construction.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date.
City of Centennial, Department of Public Works: Asphalt Program, No Date.
PACE, Stormwater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
0
Street, Curb, and Gutter
For More Information
Name
Maintenance
I Address
Description
City, state
Phone
Street, curb, and gutter activities include concrete and
e-mail
asphalt installation, maintenance, repair, and
replacement; bridge maintenance; and painting and
Possible Pollutants
striping. Procedures involving the maintenance of
Fine-grained sediment
streets, curbs, and gutters have the potential to impact
Organics
stormwater quality. Materials involved in these
Oil
activities should be used efficiently and disposed of
Saw-cuf slurry '
properly.
Trash
When services are contracted, this written procedure
Good Housekeeping
should be provided to the contractor so they have the
Dumpster/Waste Management
-proper operational procedures. In addition, the
Employee/Contractor Training
contract should specify that the contractor is
responsible for abiding by all applicable municipal,
Proper cleanup and disposal
procedures
state, and federal codes, laws, and regulations.
Dry cleaning methods
Procedures
Related Procedures
General
Spill Prevention and Response
• Protect storm drain inlets and drains with curb
Street Sweeping
socks, rock berms, inlet protection, or drain
Street Sweeper Cleaning and
covers/mats prior to any maintenance activity.
Waste
• When saw cutting ensure that no slurry enters
the storm drain, let the slurry dry, sweep it up,
and properly dispose of the sweepings.
• Do not perform concrete or asphalt patch work
during wet conditions whenever possible.
• Leaking material containers should be properly
discarded and replaced.
• Store materials in containers under cover when
not in use and away from any storm drain inlet.
• Monitor equipment for leaks and use drip pans
as necessary.
• Sweep or vacuum the roadway once
maintenance activities are complete.
•
f�
is
E
Bridge Maintenance
• Do not transfer or load any materials directly over waterways.
• Secure lids and caps on all containers when on bridges.
Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips
might be spilled into a waterway.
Concrete Maintenance
Minimize the drift of chemical cure on windy days by using the curing compound
sparingly and applying it close to the concrete surface.
• Ensure there is a concrete truck washout area available or require the contractor to
wash out at the batch plant.
• Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste.
Asphalt Maintenance
Sweep to minimize sand and gravel from new asphalt from getting into storm
drains, streets, and creeks.
Do not allow asphaltic concrete grindings, pieces, or chunks used in embankments
or shoulder backing to enter any storm drain or watercourses. Apply temporary
perimeter controls. Install silt fence until the structure is stabilized or permanent
• controls are in place.
Whenever possible, recycle broken asphalt. If impossible, dispose of as solid waste.
• Drainage inlet structures shall be covered with inlet protection during application of
seal coat, tack coat, slurry seal, and/or fog seal.
Painting and Striping
If possible, schedule painting and striping projects during dry weather.
• Use thermoplastic or epoxy markings in place of paint whenever feasible.
• The pre -heater for thermoplastic striping and the melting tanks used during
pavement marking must be filled carefully to prevent splashing or spilling of
materials. Leave 6 inches at the top of pre -heater and the melting tanks to allow
room for material to move and splash when vehicles are deadheaded.
Employee Training
• Train applicable employees who perform street, curb, and gutter maintenance on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform street, curb, and gutter maintenance.
Records
The following records could be used to document activities performed:
•
Page 2 of 3
• Records of employee training with sign -in sheet.
References
City of Centennial, Department of Public Works: Asplialt 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.
Page 3 of 3
CJ
•
0
•
•
Spa!! Prevention and
For More Information
Name
Response
Address
City, State
Description
Phone
Due to the type of work and the materials involved, many
e-mail
activities that occur either at a municipal facility or as part
Possible Pollutants
of municipal operations have the potential for accidental
spills. Some municipal facilities operate under Spill
Chemicals
Prevention Control and Countermeasures (SPCC) plans
Toxics
that include procedures for spill response. Proper spill
Oil
response planning and preparation enables employees and
Paint
contractors to effectively respond to problems and
Fuel
minimize the discharge of pollutants to the storm sewer
Good Housekeeping
system.
Waste Management
When services are contracted, this written procedure
should be provided to the contractor so they have the
Employee/Contractor Training
proper operational procedures. In addition, the contract
Proper cleanup and disposal
should specify that the contractor is responsible for
procedures
abiding by all applicable municipal, state, and federal
Related Procedures
codes, laws, and regulations.
Fertilizer, Pesticide, and
Herbicide Application
Procedures
Heavy Equipment and Vehicle
Spill Prevention
Maintenance
• Keep work areas neat and well organized.
Material Storage
Materials Management
Maintain a Material Safety Data Sheet (MSDS) for
each hazardous chemical. Follow the Outdoor
Outdoor Vehicle Maintenance
Material Storage procedures.
Vehicle Fueling
Provide tight fitting lids for all containers.
Keep containers clearly labeled. Labels should
provide name and type of substance, stock number,
expiration date, health hazards, handling
suggestions, and first aid information.
• Store containers, drums, and bags away from direct
traffic routes to prevent accidental spills.
• Inspect storage containers regularly for signs of
leaking or deterioration.
• Replace or repair leaking storage containers.
• Use care to avoid spills when transferring materials
from one container to another.
Page 1 of 4
E
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.
Page 2 of 4 •
r
L
CERTIFICATE OF LIABILITY INSURANCE
��16/201Y3"'
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 endomement(s).
PRODUCER
One, Inc. dba Peak 360
1600 Emerson St.
Denver CO 80218
CONTACT
NAGary GFriedman, CPCU, MSIS, REID, ARM, AAI
IPA NONE . (303)534-7325 pIL No: (303)623-732$
bDRIEs,gfriedman@peak360.com
INSURERS AFFORDING COVERAGE
NAIC N
INSURERA-Auto Owners
32700
INSURED
VGL, INC., DBA: VOGEL CONCRETE
6330 S. COLLEGE AVENUE
FORT COLLINS CO 80525
INSURERB:Owners Ins. Co.
32700
INSURERC:
_
INSURER D:
INSURER E
INSURER F:
COVERAGES CERTIFICATE NUMBER:CL1311600945 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
- rypE OF INSURANCE
ADO
UBR
POLICY NUMBER
POLICY EFF
MMIDD
POLICY EXP
MMIDDIYYYY
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE OOCCUR
74037316
/17/2013
/17/2014
AMAGET R NTED
PREMISES Ea occurrence
$ 300,000
MED EXP(My one person)
S 10,000
PERSONAL B ACV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE
LIMIT APPLIES PER:
PRODUCTS -COMNOP AGG
$ 2,000,000
X POLICY
RO- LOC
PIFCT
S
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
$ 1,000,000
BODILY INJURY (Per person)
$
B
ANY AUTO
ALL OWNED SCHEDULED
AUTOS X AUTOS
709905202
/17/2013
/17/2014
BODILY INJURY IPerexitlentJ
S
PROPERTY DAMAGE
Per accident
$
NON-0WNED
HIRED AUTOS AUTOS
Medical payments
$ 10,000
X
UMBRELLA LIAR
X
OCCUR
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
A
EXCESS LIAR
CLAIMS -MADE
X
DEC RETENTIONS 10,00
$
7-099052-03
/17/2013
/17/2014
WORKERS COMPENSATION
WC STATU- OTH-
AND EMPLOYERS'LIABILITY YINO'Y
ANY PROPRIETORIPARTNEWEXECUTIVE
E.L. EACH ACCIDENT
$
OFFICERIMEMBER EXCLUDED? ❑
NIA
E.L. DISEASE -EA EMPLOYE
$
(Mandatory In NH)
If Yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required)
The City of Fort Collins is an additional insured under the General Liability and Auto Liability policy
and on going operations in accordance with all the terms, conditions, and limitations of the policy and
then only for liability caused by the negligent acts of the named insured as required by written contract
or agreement.
L,CK I H-H-A I C MULUCK I AINL.tl- A I IUN
jstephen@fcgov.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
CITY OF FORT COLLINS ACCORDANCE WITH THE POLICY PROVISIONS.
PURCHASING
PO BOX 580 AUTHORIZED REPRESENTATIVE
FORT COLLINS, CO 80522 /I
Gary Friedman/GARY"�
ACORD 25 (2010105) ©1988-2010 ACORD CORPORATION. All rights reserved.
INS025 b01nI n1 Th. ArnPn namn and Innn am raniefnend mar4e of Arnpn
• 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/sl2ilIguidance.odf
and hW2://www.cdl2he.state.co.us/hm/si2illsandreleases.htm
Employee Training
• • Train applicable employees who perform spill prevention and response on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform spill prevention and response activities.
Records
The following records could be used to document activities performed:
• Records of any major spills and the action taken.
• Records of employee training with sign -in sheet.
References
City of Centennial, Deparhnent of Public Works: Good Housekeeping, No Date.
Cihj of Centennial, Department of Public Works: Materials Management, No Date.
Cihj of Centennial, Department of Public Works: Spill Prevention and Control, No Date.
City of Golden, Stormzvater Qualihj Pollution Prevention Guide for Municipal Operations: Parks
Department Golf Course, January 2004.
City of Lafayette, Spill Clean Up, No Date.
Colorado Department of Public Health and Environment, Environmental Spill Reporting, January
2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
USEPA Menu of BMP: Spill Response and Prevention,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed July 5, 2009.
•
L�
Page 4 of 4 •
For More Information Utility and Storm Sewer
Name �hJ 11 �7 �7
Address System Maintenance
City, State
Phone Description
This procedure addresses utility and storm sewer system
e-mail maintenance. Utilities include power, sanitary sewer,
Possible Pollutants
water conveyance systems, and the storm sewer system.
Sediment
Power includes electrical and gas utilities. Maintenance
Nutrients
of power may require excavation and reinstallation of
Metals
lines including open cut trenching or directional boring
Hydrocarbons
in landscaped areas or street right of way. Electrical and
Trash
gas line maintenance ensures services are provided to
Good Housekeeping
businesses and households without interruption.
Waste Management
The sanitary sewer system is cleaned as part of routine
Employee/Contractor Training
maintenance and on an emergency basis. Without
proper maintenance, sanitary sewer back-ups and
Proper Cleanup and Disposal
Procedures
overflows may occur and can result in potential property
damage and significant health concerns if not properly
Related Procedures
managed.
• Heavy Equipment and Vehicle
Maintenance
Water conveyance systems are flushed and pressure
tested as part of routine maintenance. Potable water
Parks and Open Space
Maintenance
systems must be properly maintained to ensure delivery
of water that meets State and Federal health standards.
Spill Prevention and Response
Failures result in water main breaks that can cause
Street, Curb, and Gutter
property damage including erosion.
Replacement and
Construction
The storm sewer system is cleaned as part of routine
Utilities and Storm Sewer
maintenance and on an emergency basis in the event of
System Replacementand
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.
0 Page 1 of 4
Procedures
General
• Conduct routine inspection and maintenance on utility and storm sewer systems.
• Where feasible, schedule maintenance activities during dry weather.
Monitor the jet/vacuum truck closely for leaks and use a drip pan as needed.
• Wash and fuel the jet/vacuum truck per the Heavy Equipment/Vehicle
Maintenance procedure.
• Properly dispose of vac truck contents.
• Stay alert for any signs of illicit discharges. This includes "dry weather" flows or
pipes or hoses emptying directly into waterways or the storm sewer system.
• Report any suspicious discharges or dumping to your supervisor.
Electrical and Gas Utility Maintenance
To prevent sediment, mud and particles generated by power utility maintenance
from entering the stormwater system implement inlet protection, perimeter
control, street sweeping, vehicle tracking control, stockpile management and
material management BMPs.
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
U
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: Drainageavy Maintenance SOP, August 2007.
City of Golden Stormzoater Drainage Maintenance Plan, February 2008.
City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008.
City of Greeley, Department of Public Works: Ditch Program, No Date. ,
City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009.
City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009.
City of Lafayette Standard Operating Procedure: 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 0
For More Information
Name
Address
City, State
Phone
Utility and Storm Sewer
System Replacement and
Construction
e-mail - Description
This procedure covers utility and storm sewer system
Possible Pollutants replacement and construction. Utilities include power,
Sediment storm sewer, sanitary sewer, water conveyance systems.
Chemicals
Organics
Trash
Good Housekeeping
Waste Management
Employee/Contractor Training
.Proper`.Cleanup yand Disposal '
Rrocedures"
Related Procedures
Hea.y: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 s
Vehicle Fueling
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.
0 Page 1 of 3
Applicable sediment and erosion controls maybe 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. 0
• 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 0
•
Employee Training
• Train applicable employees who perform utility replacement and construction
activities on this written procedure. Information regarding how to avoid and report
spills will be presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform utility replacement and construction activities.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Detention Pond Maintenance SOP, August 2007.
City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007.
City of Centennial SOP: Drainageway Maintenance SOP, August 2007.
City of Golden Stornnvater Drainage Maintenance Plan, February 2008.
City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008.
• City of Greeley, Department of Public Works: Ditch Program, No Date.
City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009.
City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009.
Cihj 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.
0 • Page 3 of 3
City of Fort Collins
Regulatory and Government Affairs Division
Fort Collins
Verification.
Originator
Revised
Approved
Issued
Initials
Date
LR
Oct.09
ss
10/19/09
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
Persons who will
City staff who perform power washing, and their supervisor/manager.
use this ESOP:
A variety of City departments perform power washing. The employee
Area of
who power washes, and his/her supervisor/manager, will use the
application:
information in this SOP to guide their power washing, and supply
purchasing, activities.
Document
I:\RGA Division\SOPs\ESOPs
location:
Revisions
Rev. Date
Description
No.
001
002
Procedure Index
1.0 Purpose
2.0 Scope
3.0 Process
4.0 Training Requirements
5.0 References/Related Documents
6.0 Records
Revision date:
10/19/2009
•
Page 1 of 3 •
0
0
•
C�
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION
PROJECT OR SPECIFIED PART SHALL
INCLUDE:
PROJECT TITLE: 7361 Concrete
Maintenance Project Phase I — 2013 Renewal
LOCATION: Fort Collins, Colorado
OWNER: City of Fort Collins
CONTRACTOR: Vogel Concrete Inc.
CONTRACT DATE: May 16, 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.
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 asset forth under
"Remarks" below.
CITY OF FORT COLLINS, COLORADO
OWNER
REMARKS:
AUTHORIZED REPRESENTATIVE
DATE
City of Fort Collins
Regulatory and Government Affairs Division
City of
Fort Collins
Verification
Originator
Revised
Approved
Issued
Initials
Date
LR
Oct.09
ss
10/19/09
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
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.
3.0 Process
3.1 Power washing wastewater must be prevented from running uncontrolled in the
City's storm water system. The system includes streets, inlets, gutters, ponds,
creeks, ditches, and the Poudre River. During the power washing activity, ensure
• the wastewater is controlled by the utilization of the natural slope of the land, or
barriers such as inlet covers. Use of barriers on an impermeable surface also
requires that the wastewater be vacuumed, collected, and disposed of properly.
3.2 General pollution prevention procedures:
A. Use dry methods for surface pre -cleaning, such as using absorbent on
small oil spots and sweeping up trash, debris, dirt, and used absorbent
before power washing.
B. Minimize the amount of water used during power washing activities.
C. Avoid using cleaning products that contain hazardous substances (e:g.,
hydrofluoric acid, muriatic acid, sodium hydroxide, bleach) that can turn
wastewater into hazardous waste.
3.3 Prior to power washing, decide on one of the following methods of disposal:
D. Landscape --power washing wastewater may be discharged to
landscaped areas if the materials used and the material removed are
not harmful to vegetation, there is no ponding, and there is no
uncontrolled runoff to the stormwater system.
E. Wastewater treatment system-- As long as the collected wastewater
does not have an oil sheen, has a pH between 5 and 11, and does not
contain any hazardous or toxic substances, the wastewater may be
disposed of into the City's wastewater treatment system.
x If you add anything to the wash water (ie—a cleaning agent) or if you
have questions about the content of your power washing wastewater,
. Revision date:
10/19/2009 Page 2 of 3
City of Fort Collins
Regulatory and Government Affairs Division
FCity of
ortCollins
_��.
verification
Originator
Revised
Approved
Issued
Initials
Date
LR
Oct.09
ss
10/19/09
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
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.
0
3.6 If you are working in an area that is serviced by a neighboring wastewater district,
such as South Fort Collins Sanitation or Boxelder, it is necessary to contact that .
district's industrial pretreatment coordinator before discharging to their system.
4.0 Training Requirements
4.1 The training requirement associated with this procedure is knowledge of the proper
management of power washing wastewater.
5.0 References / Related Documents
5.1 http://www.cdphe.state.co.us/wq/PermitsUnit/PoIicyandGuidance/powerwash.pdf
5.2 I:\RGA division\Illicit Discharge Program\Complaint Calls\pressure washinq\City
power washing guidance.pdf
6.0. Records
6.1 The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
• List of power washing activities and departments responsible for conducting
power washing.
Revision date: •
10/19/2009 Page 3 of 3
•
•
For More Information
vehicle Fueling
Name
Description
Address
Spills of gasoline and diesel fuel on the ground or on vehicles
City, State
; during fueling can wash into a storm drain and cause water
Phone
pollution.
e-mail
When services are contracted, this written procedure should be
Possible Pollutants
( provided to the contractor so they have the proper operational
Metals
procedures. In addition, the contract should specify that the
Hydrocarbons
contractor is responsible for abiding by all applicable municipal,
Toxins
state and federal codes, laws, and regulations.
Good Housekeeping
procedures
Drip pans
General
Secondary containment*
Fuel vehicles at approved locations (municipal fueling
Automatic shutoff nozzles
station or offsite fueling station).
Signs
. Provide spill kits near the municipal fueling location.
Spill response plans
Spill cleanup materials
If fuel is stored in an above -ground tank, store fuel in
enclosed, covered tanks with secondary containment
Dry cleanup methods
(e.g., concrete barrier or double -walled tanks).
Employee training
All fuel tanks will be inspected per State and Federal
Related Procedures
regulations.
Heavy Equipment/Vehicle
Maintenance = :, ,
• Periodically inspect municipal fueling locations for the
Outdoor Fleet Maintenance
following:
Spill Prevention and Response
For above -ground tanks, inspect tank foundations,
connections, coatings, tank walls, and piping
systems. Look for corrosion, leaks, cracks,
scratches, and other physical damage that may
weaken the tank.
• Check for spills and fuel tank overfills due to
operator error.
• Clean up any leaks or drips. Clean up is not completed
until the absorbent is swept up and disposed of
properly.
• Report leaking vehicles to fleet maintenance.
Page 1 of 3
•
Vehicle Fueling
• Follow all posted warnings.
• Ensure that the nozzle is properly inserted in the filler neck of the vehicle before
dispensing any fuel.
• Remain by the fill nozzle while fueling to ensure the nozzle stays in place.
• 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 0
Optional Additional Resources
Municipal codes and ordinances that relate to vehicle fueling.
Locations of approved offsite fueling stations.
Locations of nearby spill kits.
Spill Prevention Control and Countermeasures Plan.
Page 3 of 3
•
For More
Outdoor Fleet Maintenance
Information
Name
Description
Address
Although it is recommended that fleet maintenance
City, State
activities be conducted indoors or under cover, it is
Phone
sometimes necessary to perform fleet maintenance
e-mail
outdoors (e.g., equipment is too large to fit inside the
Possible Pollutants
maintenance building, temporary repairs need to be made
before the equipment can be moved to the maintenance
Metals
building, breakdowns, service calls).
Toxins
Solvents (degreasers, paint
Some potential pollutants typically associated with outdoor
thinners, etc.)
fleet maintenance activities include oil, antifreeze, brake
Antifreeze
fluid and cleaner, solvents, batteries, and fuels. Consult the
Spill Prevention and Response procedure and the Vehicle
Brake fluid and brake pad dust
Fuelingprocedure for additional information on those
Battery acid
topics.
Motor oil
When services are contracted, this written procedure
Fuel (gasoline, diesel, kerosene)
should be provided to the contractor so they have the
Lubricating grease
proper operational procedures. In addition, the contract
Good Housekeeping
should specify that the contractor is responsible for abiding
Drip pans
by all applicable municipal, state, and federal codes, laws,
and regulations.
Tarps
Covered outdoor storage areas
Procedures
Secondary containment
Fleet Maintenance
Proper disposal of used fluids
Fleet maintenance should be performed inside
Spill cleanup materials
whenever possible.
Dry cleanup methods
• If indoor maintenance is not possible, ensure
Employee training
maintenance is performed in a location where
Related Procedures
contact with stormwater is minimized, through
Heavy Equipment and Vehicle
berming and appropriate routing of drainage.
Maintenance
• Provide inlet protection (berms, weighted inlet
Material Storage
covers, etc.) for all adjacent inlets when work is
Spill Prevention and Response
occurring in close proximity to a storm drain
Vehicle Fueling
inlet.
Have absorbent pads and drip pans accessible to
capture leaks and spills during maintenance
activities.
• Keep equipment clean and do not allow
excessive build-up of oil and grease.
Page 1 of 4
Perform regular preventative maintenance to
minimize the occurrence of leaks and major
repairs.
Recycle and/or dispose of all wastes
properly and promptly.
Do not dump any liquids or other materials outside, especially near or in storm
drains or ditches. Sweep and pick up trash and debris as needed.
Cleanup spills promptly using dry methods (do not hose down). Consult the Spill
Prevention and Response procedure for more information. Cleanup is completed
only after absorbent and rags are disposed of properly.
Body Repair and Painting
Whenever possible, conduct all body repair and painting work indoors.
Use dry cleanup methods such as vacuuming or sweeping to clean up all metal
filings, dust, and paint chips from grinding, shaving, and sanding. Dispose of the
waste properly. Debris from wet sanding can be allowed to dry overnight, then swept
and vacuumed. Liquid from wet sanding should not be allowed to enter the storm
drain. Never discharge these wastes to the storm or sanitary sewer systems.
• Minimize waste from paints and thinners by carefully calculating paint needs based
• on surface area and using the proper sprayer cup size.
• Clean spray guns in a self-contained cleaner. Do not dispose of cleaner waste in the
storm drain.
Use sanding tools equipped with vacuum capability (if available) to pick up debris
and dust.
Material Management
Store maintenance materials and waste containers (e.g., used oil and antifreeze) in
labeled containers under cover or in secondary containment (e.g., double -walled
tanks). Chemicals should not be combined in containers.
All hazardous wastes must be labeled and stored according to hazardous waste
regulations.
Carefully transfer fluids from collection devices to designated storage areas as soon
as possible. Do not store the transferred fluids adjacent to the containers.
Store new batteries securely to avoid breakage and acid spills.
Store used batteries indoors or in secondary containment to contain potential leaks.
Recycle used batteries.
Conduct periodic inspections of storage areas to detect possible leaks.
0 Page 2 of 4
•
Do not wash or hose down the storage area except in areas where the wash water will
only enter the sanitary sewer drain as an approved discharge. Use dry clean-up
methods as often as possible.
Keep lids on waste barrels and containers, and store them indoors or under cover to
reduce exposure to rain.
Periodically inspect and maintain all pretreatment equipment, including sumps,
separators, and grease traps to ensure proper functioning.
Parts Cleaning
Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts
outdoors. If parts cleaning equipment is not available, use drip pans or other
containment to capture parts cleaning fluids.
Use steam cleaning or pressure washing of parts whenever possible instead of solvent
cleaning.
When steam cleaning or pressure washing is used, only discharge wastewater to an
oil/water separator connected to the sanitary sewer.
When using solvents, rinse and drain parts over the designated solvent tank so that
fluids will not drip or spill onto the floor. Use drip boards or pans to catch excess
solutions and divert them back to the tank. Allow parts to dry over the hot tank.
Recycle clearing solution when it becomes too dirty to use. Never discharge cleaning •
waste to the storm or sanitary sewer systems.
Vehicle and Equipment Washing
Vehicles should be washed, whenever possible, in the municipality's vehicle and
equipment wash area/ or taken to a commercial car wash.
Employee Training
Train applicable employees on this written procedure. Information regarding how to avoid
and report spills will be presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform outdoor vehicle maintenance.
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 9
•
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007. -
City of Centennial SOP: Vehicle Maintenance SOP, August 2007.
City of Centennial SOP: Vehicle Washing SOP, August 2007.
City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March
2009.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Washing,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
Optional Additional Resources
Municipal codes and ordinances that relate to fleet maintenance.
Chemical purchasing policies.
Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance.
Specific directions on how to use the municipality's vehicle wash area.
Spill Prevention Control and Countermeasures Plan.
0 Page 4 of 4
•
Heavy Equipment and Vehicle
For More Information
I Name
Maintenance
Address
City, State
Description
Phone
Regular maintenance of municipal vehicles and equipment, or
e-mail
municipality -contracted vehicles and equipment prolongs the life
of the municipality's assets and prevents the leaking of hazardous
Possible Pollutants
fluids commonly associated with normal wear and tear of vehicles
Metals
and equipment.
Toxins
Potential pollutants generated at vehicle maintenance facilities
Solvents (degreasers, paint
thinners, etc.)
include oil, antifreeze, brake fluid and cleaner, solvents, batteries
and fuels.
Antifreeze
Brake fluid and brake pad dust
When services are contracted, this written procedure should be
Battery acid
provided to the contractor so they have the proper operational
procedures. In addition, the contract should specify that the
Motor oil
contractor is responsible for abiding by all applicable municipal,
Fuel (gasoline, diesel, kerosene)
state, and federal codes, laws, and regulations.
Lubricating grease
Good Housekeeping
Procedures
Maintenance activities should be performed inside a maintenance
Drip pans
building unless the equipment is too large to fit inside or •
Tarps
temporary repairs need to be made before the equipment can be
Covered outdoor storage areas
moved to the maintenance building. Consult the Outdoor Fleet
Secondary containment
Maintenance procedure when it is necessary to perform repairs
Proper disposal of used fluids
outside of the facility (breakdowns, service calls, etc.).
Spill cleanup materials
Vehicle Storage
Dry cleanup methods
• Monitor vehicles and equipment closely for leaks and
Employee training
use drip pans as needed until repairs can be
performed.
Related Procedures
Material Storage
• When drip pans are used, check frequently to avoid
overtopping and properly dispose of fluids.
Outdoor Fleet Maintenance
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 00640 i
CERTIFICATE OF FINAL ACCEPTANCE
20
TO: Vogel Concrete Inc.
Gentlemen:
You are hereby notified that on the day of 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by Vogel Concrete Inc. for the
City of Fort Collins project, 7361 Concrete Maintenance Project Phase I — 2013
Renewal.
A check is attached hereto in the amount of $ as Final
Payment for all Work done, subject to the terms of the Contract Documents which are
dated May 16, 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,
OWNER: City of Fort Collins •
By:
Title:
ATTEST:
Title:
0
•
Vehicle Maintenance
• Conduct routine inspections of heavy equipment and vehicles to proactively identify
potential maintenance needs.
• Perform routine preventive maintenance to ensure heavy equipment and vehicles are
operating optimally.
• Recycle or dispose of all wastes properly and promptly.
• Do not dump any liquids or other materials outside, especially near or in storm drains or
ditches. Sweep and pick up trash and debris as needed.
Body Repair and Painting
• Whenever possible, conduct all body repair and painting work indoors.
• Use dry cleanup methods such as vacuuming or sweeping to clean up all metal filings,
dust, and paint chips from grinding, shaving, and sanding, and dispose of the waste
properly. Debris from wet sanding can be allowed to dry overnight on the shop floor,
then swept or vacuumed. Never discharge these wastes to the storm or sanitary sewer
system.
• Minimize waste from paints and thinners by carefully calculating paint needs based on
surface area and using the proper sprayer cup size.
• Do not use water to control over -spray or dust in the paint booth unless this wastewater
• is collected. This water should be treated and permission granted by the wastewater
treatment plant prior to discharge into the sanitary sewer system.
• Do not dispose of spray gun cleaner waste in the storm drain.
• Use sanding tools equipped with vacuum capability (if available) to pick up debris and
dust.
Material Management
• Store maintenance materials and waste containers (e.g., used oil and antifreeze) in
labeled containers under cover or in secondary containment (e.g., double -walled tanks).
Chemicals should not be combined in containers.
• All hazardous wastes must be labeled and stored according to hazardous waste
regulations.
• Carefully transfer fluids from collection devices to designated storage areas as soon as
possible. Do not store the transferred fluids adjacent to the containers (for example, oil
drip pans with used oil in them should not be placed next to the used oil tank).
• Store new batteries securely to avoid breakage and acid spills.
• Store used batteries indoors or in secondary containment to. contain potential leaks.
Recycle used batteries.
• Conduct periodic inspections of storage areas to detect possible leaks.
Page 2 of 4
Do not wash or hose down storage areas except where wash water will enter the sanitary
sewer as an approved discharge. Use dry clean-up methods whenever possible.
Keep lids on waste barrels and containers, and store them indoors or under cover to
reduce exposure to rain.
• Periodically inspect and maintain all pretreatment equipment, including sumps,
separators, and grease traps to ensure proper functioning.
Parts Cleaning
Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts
outdoors. If parts cleaning equipment is not available, use drip pans or other
containment to capture parts cleaning fluids.
Use steam cleaning or pressure washing of parts whenever possible instead of solvent
cleaning.
When steam cleaning or pressure washing, only discharge wastewater to an oil/water
separator connected to the sanitary sewer.
When using solvents to clean parts, rinse and drain parts over the designated solvent
tank so that fluids will not drip or spill onto the floor. Use drip boards or pans to catch
excess solutions and divert them back to the tank. Allow parts to dry over the hot tank.
Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning
waste to the sanitary sewer or storm sewer. •
Vehicle and Equipment Washing
Vehicles should be washed in the municipality's vehicle and equipment wash
area/ 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
0
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version
1.0, September 2008.
City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007.
City of Centennial SOP: Vehicle Maintenance SOP, August 2007.
City of Centennial SOP: Vehicle Washing SOP, August 2007.
City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March 2009.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Washing,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
Optional Additional Resources
Municipal codes and ordinances that relate to vehicle and equipment maintenance.
Chemical purchasing policies.
Loading and unloading bulk materials.
Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance.
Specific directions on how to use the municipality's vehicle wash area.
Spill Prevention Control and Countermeasures Plan.
Page 4 of 4
• SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Vogel Concrete Inc. (CONTRACTOR)
PROJECT: 7361 Concrete Maintenance Project Phase I — 2013 Renewal
1. The CONTRACTOR acknowledges having received payment, except retainage from
the OWNER for all work, labor, skill and material furnished, delivered and performed by
the CONTRACTOR for the OWNER or for anyone in the construction, design,
improvement, alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the
receipt and adequacy of which are hereby acknowledged, the CONTRACTOR
voluntarily waives all rights, claims and liens, including but not limited to, mechanic's
liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor
and material bond rights which the CONTRACTOR may now or may afterward have,
claim or assert for all and any work, labor, skill or materials furnished, delivered or
performed for the construction, design, improvement, alteration, addition or repair of the
above described project, against the OWNER or its officers, agents, employees or
• assigns, against any fund of or in the possession or control of the OWNER, against the
project or against all land and the buildings on and appurtenances to the land improved
by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair
of the project were furnished, delivered or performed by the CONTRACTOR or its
agents, employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants and further
affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or any funds in
the OWNER'S possession or control concerning the project or against the OWNER or
its officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if
any, and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or
assigns against the project or against the OWNER or its officers, employees, agents or
assigns arising out of the project for all loss, damage and costs, including reasonable
attorneys fees, incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes
and adequate description of the property and improvements to which this Lien Waiver
Release pertains. It is further acknowledged that this Lien Waiver Release is for the .
benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any
labor and material bonds for the project.
Signed this day of , 20_
CONTRACTOR: Vogel Concrete Inc.
Title:
ATTEST:
Secretary
STATE OFCOLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of
Witness my hand and official seal.
My Commission Expires:
Notary Public
20_, by _
u
0
• SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Vogel Concrete Inc.
PROJECT: 7361 Concrete Maintenance Project Phase I — 2013 Renewal
CONTRACT DATE: May 16, 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 , 20
(Surety Company)
By:
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
•
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303)232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
1
DO NOT WRITF IN THIS SPACF
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road,
street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor
to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
Period
0170-750 (999) $0.00
89 -
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 must be attached.
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:
Dale:
DO NOT WRITE BELOW THIS LINE
1
SECTION 00300
BID FORM
0
0
Special Notice
Contractors who have completed this application in the past, please note the following
changes in procedure:
The Department will no longer issue individual Certificates of exemption to
subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate
on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each
subcontractor involved in the project and complete it by filling in the subcontractor's
name and address and signing it.
The original Certificate should always be retained by the prime contractor. Copies of all
Certificates that the prime contractor issued to subcontractors should be kept at the
prime contractor's place of business for a minimum of three years and be available for
inspection in the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it
for any applications submitted for future projects. This should be your permanent
number. For instance, if you were assigned 89-12345-0001, every application
submitted thereafter should contain 89-12345 on the application. The succeeding
numbers will be issued by the Department of Revenue. DO NOT enter what you
believe to be the next in sequence as this may delay processing of your application.
SECTION 00700
[CM 12I:7_\ Weis] ► I k 11 Eel ► 6.9
0
0
GENERAL CONDITIONS
OF THE
CQNSTk(ftTllON- CONTRACT
These GENM R-AL CONDITIONS huve iieen,developed by using the.
STANDARD,GENERAL CONTE)ITIONs Cirfim CONSTRUCTION
'CONTRACT j)fcp:uTd,!)Y flic: Eh&crs joillf -conblact, Dockiawnu
C' I oniinit - tc I c, F,.JC I I X_'�W. 141 6-,8 (1()y(j I- did6h), as a Base_, Changes to
;dint document are showti,by widQilining text that lias,lxcn added and
.strikinp thro42h text lh;il has'been delelfcd:
0
FJCDC. GENERAL CONDITIONS'] 910-8 (1990EDJTION)
WITH,crry OF i.'w:r COLLINS MOD11,1CATIONS (REV 9/99)
0
Article or Paragraph
Num6er Y Title
DERNTTIONS
TABLE, OF'CONTE14-S.OF b17NERAIL CONDITIONS
Page Article orYNriSf9ph
Numher Number 8-- Tit Ic
1.1
Addenda
I :2
Apremerit .............. ......
1.3
Application for Psyament ........... . ..........
1.4
Asbestos.... .............. I .............
.......
1.5
,dr
1.
1:6
Ui dding' Doc'u'm eins... . ................
t
:7
Requiremerus .. ...... ............
1:8
'Bidding
Bends,,, .:...... ....... .............
1:9
Changc 0 1 r I der
1.10
Contract Docinnents
I
1.11
C6finict Price '
1.12
Contract Tintes_.,
1-.13
CONTRACTOR
1.14
if�/erriver
1..15
Dtawing
1.11�
I-,ffcciive Daic'of'the Agreement ........
.
A.
-.7.
1.17
.
ENTOMER ..................... . .
......
1.18
ENGWOM Consu fifin, ...........
119
Ficid order .........
1 ;29
General
1.21
Hazardous Waste
1i22.2
1.aivs and Regulaticni%,a �vs or
Regulafions_, ..........
1:22.11
Legal Ifolid ........... .............
1.2-3
Liens .................. I.........-........
........
I
Nlilestorte............. ... ------ .................
)
1.25
Notice of�'kward__, ....... ......
�2
J _6
Notice to Proceed .................. I- ......
2
1.2.7
01 ' NNIER ............................................
128
Partial Utilization ................................
2
2
1:30
Petroleum,, ...
1:31i
Radioactive Maictial ..........................
1.32.h
Re&r- W daoekirui Hours
7
133
Resident Project
1.34
Samples .................. ................
135
Shop Drawings..._........_... ......
2
1.36
spxcifications ........ ... : ... --- ..... : ...........
�2
:
1:37
Subcontractor,,,,,,,,,,,,,,,,, ,, ..................
2
138
SubMntirl C66.Ikimt
2
1.39
SuPplenientary Conditions .............
1.46
Supplier ......
iAl
Underground Facilities---�� ........
�_.2-3
1.42
Unit Price Work. , ..,,........
_3
IAWc-r'k
............................ : ......................
1.44
1.AS
Written Amer lment ..........
Page
N urb ber,
PRELIMINARY 1AATTERS-. ..................... ....
7-3
.1
Delivery of Bonds............................3
Copics of Documcnts,
23
Commencement orConunct
- Timm,Noti6c to Proc&d
I 1 1 1 - ...........
71
2.4
Starting the W(krk ...................
3
2.5-2.7
B e
CONTRACTOR'S Responsibility
to Rc-p,ort;-Prcli'n,ii'nary.,Schc"jjic,,
Deliver a y of Cerfific tes of
Insurance
8
Precofikruction Conrerencc_.,
4
2!9
Initially Acctptable:Schedules; .......
A
CONTRACT DOCUMENTS: INTENT,
AMENDING', RhUSF ............ __ ..........
_4
.1 1 -3,2
Intent ............
4
'fications of Technical Societiek,
Reporting kind Resolving Dism
- 11 .1
3-4
Intent 6 fC erta i o Terms or,
Adjectives' . 'qtIvcs', ............. .......
3;5,
Arnenditua Contract Doctments,....,j-
16
n L .1 .. I-
Supplemant,tng Contract
Documents
5
3;7
Ruse of Documents .........................
.5
AVAILABILITY ()F_I-Ajll)S,
SUBSURFACE
AND PHYSICAL CONDII;IONS.
REFERENCE POINTS,_ ......................... . ............
5-
40
Availability of Lands,,.,;,.,
4:2
Subsurface and Physical
, condition-%................... ....
-..6'
4r'2'I
Reports and Dfawings ..... ...........
(i
4.2i. 21
Limaid R - 6'liquee by CONTRA(-
TOR Authorized: Technical
Data .........
4.2. 3 i
Notice'ofl)iffertng Subsurface
or Piipsical Conditions ..................
4.2.4
FINGINIEER's ..........
�6
4:2-5
!Possible Contmet Docutuents
Chane ............................... .........
6
4:2:6
Possible Price and3imes
Adjustments ...... :
I -7
4-3
Phygiml C'Onditians--(lndergrc.und
............ .........
7
43.1
Shownor Indidued
F.M.
7
43.2.
Not Show-n or IndiLated.,.,.-, ...... �._7
4.4
Refercricic Poirits, ........ ; .............
I'JCDC GUNDULCONDITIOns 191w8 (199 1 0 FDITIQN)
v'i oTy or rORTMIJAS MCiDTFICATIONS (REV 919�9t
'Article or l);iraPrsp'h`
pagc
Artielc.or Itar 3graph
I-,agc
-Nu6ibcr & title
`Numi-kr
Mniber &Titic.Number
Vblistos, PC-BsP&roJt:6m.
-or
6r2,5
..Subiffiiiiiii Proceed ures;CON-
- .
f ii-ir-2nd'ous- Waste
T R ACTORS Review Prior
- - �vc'
Radiogit W ral-..........
br6wi-fi' "0'
_P or Sample
hmrttal Su'
16
130NDS�AM)
I NSUOAM;h . ...................
...... X
:6L)6,
'ShWI - V awit g &Sampl�e S�iihmit-
D. 2
, " - -- - t " J, Otlier
j�erfarmancc,, I -a mien an
�ttiisReviewbyUNGINEER, ...
_16-17
Bonds
6.27,
Resl5onsibility or Variations
5!3
'Licensed Sureties anal insurers:
'From Contract Documents,
17
IS
6.28
Related Work PerFornied Prior
CQNl RACFOR's Liability''•to
FINGINEHR's R6view'a6d.
Insurance, ................ .............
9
Approval of Requircd
*lj
OWNER's Liability isuranw,,
S)
bm,ttals
'Su .1
17
5,6
Property InSUTance.,_, ...... I ...... I ......
i.9-10
6.29
Continuing the Work,;z--.
17
5.7
i3Lil e�r and Machinery Or Addy-
0.30.
CONTRACTORS General
tional Property Insurance .......
_,ji)
Warrantv and Guarantee.,,_
......17
51.8
4,10tice of Canedilation Prokisian._._
J6
6.31 =633
Indemnification ...... ......
�i;q
CONT P AC T OR's R�,5poiisihi I i ty
�5.33 4
Survival of Obligations I s I .........
1 8
I for Ded Amounts I urtihic Amodn� ... . .....
S.1 o
Other Specie]
7'PTI WRWQRK_.
.11
Waiver of Rights ................ -------
-'11
7.4�,73
Related Wort: at Site
18
5.12-5,13
Receipt and Appl iaiti on of
-
7A
Coordinatioti..,., ...
18
Insurance Proeecds ............... ......
10-
'11
5.14
Actept9ric"c6r6o nds "Ind Inau-'
R. MWFWS
RFSMNSIB- TLITIFS ..... ........
9
ance-,iOptiontoRcp1nce_,..
�j 1
8.1
Communications to COK
5.15
tial Utilization-L.Aoperty
TRACTOR
.....................
1
8.2
fZeplactimontofENWNTEER
IS
8.3
FurnishBata andP,,.iN,NompIlY
6; C6NTRArroR!_s.RFSP0NSI HILITIES ...... ......
_ ],,I
WI) efi, I )ae
6, 1 6.2
Supervision and Superintendenvp
1
8.4
:Lands and Easements; Reports
6 3,.65
I'laimi, 11,4atcrials and Hquipaient.,
. U -1
and fusts.. . ..........18-19
.6!6
Progress Schedule, ..........................
_12
8.5
insuran6e...i ....... ............ ........
19
6.7
U s and %X-E� 61'I Items-.
:Subs'l Le u
1 'i
8.6
CONffkACTow.s Expense;
87
inspeciions. Tests and
suhs,titut, e'Construction
Approvals;., .........
.19
_Wihiods or I;roccdurm
8.8
Stop or Suspend lkic.wk;
VIM; 14,1 6' R'i � F%;a I us I i an
3-.l 3
Frcrffi-inate cowRACI'ORs
'6:8fi. 11
Coric Foing Subcorit'raetor I s.
Se . in;ices.
Suppliers and Others:
B.9
Limitaticins,on OkVNEIVS
Waiver grkighl%.,_
Responsibilities, .................
.:19
(;.I2
.... ............
Patent Fccaand !Zoyaftias.................
14
9,lo
Asiie',6, PCR's,,p'i2tiolcam,
G: 13
Permits,;,_:, ........
Hazardous Waste or
6r'14
La , -and Rcgu1anons . .......I .. ...-...
'14
Radjoa6tivc Mat r al ......
ly
6.15
Taxes
14-i'5
8.11
E�viaence,of Firanc.u.l,
&1 (5
'We'of-lPieimi : ........
15
ArTanLi:nicritzk
19
6117
Site Clean] iness.
15
6.I8
SAf'e S."citural Lcoding ............. .........
15
9. ENGENEERS STATUS DURTNTG
6.19
Record Documents ....
-
CONSTRUCTION., ... ......................
19
620
Stif etyandProtebtion._ -j
16
9.1
OWN Rs RepresentiiiVe ......
6:21
.
Safety Re riientative .......
p
16
9,1
Vilfts; L ..........
19
�6.22
Hazard
d ComImuniction Pr..n.g..r.a..
I fi
1
Project 'leepresinwiVIe�..1...
........-
6.23Emergencies
.niq
�.4
Chirifications andjnterprez
6._4
Shop Drawingsand Sarn pl6.,... ...
:16
taiions. ..................
19.5
Authorize'd Variations in V W*-k,.'
.21
ffo
0
EJC,W�GENERALCONDIHONS1910;8(]91jor 1) MOM
Artielc'or'Paragraph . Page Article or:Paragraph
Number&-Titic Number Number& -Title
9.6
Rejectin_Dtjecpte Work,;,,,;,,,,,;'rl
13:5-13.9
9.74,9
$hop "ra" mgs, Change Orders
and Payments 21'
13.16
gat)
Detcrmmatirnsfor Unit.ricc4„ 21-'_'_
Unit..
13A1.
'9, 11-9.12.
..
Decisions on Disputes;
-
NEER as Initial lnterpretei,;_"_-
13.1'
9.13
Liniiiationson,ENGNEER's
13!13
Aulhorityantl'Resppnsihilities ,22=3
13,.14
CHANCi6'S IN THE WORK.; .... ; ............
lu.l
UIUNER's Ordered C h Inge,_,,,,,,
r3 19:
10.2
Claim for Adjustment,,,,,,,,,,,,,,, ���
, ,,,,_3
103
WarkNot Required by Contract
Documents,.-
23
10:4
ChangeOrdcrs....... ..................:..:....23
Itt1.5
Notificatiin of Surety
33
CHANGE c)P'c.ON 1'RaC 7 PR1C6...................:......
LLf-:11.3
L.ontrait Price; Claim for
Adjustment; Value of
the Mirk -,------ --
a-,21
u.4
,
Cost orthe'Work ..........................,d-';
1.13
Esclusidns to;Ccst of the lVorh,.,,;
...... 35
11.6
CONTRAdk. k's Fee-,,,,,..._,,,;
25
l 1.7
Cast Recor is
25 26
11:8
...........................
Cash. alloivanccs:.:...............
.
11.9
Unit Pricc Work ................................
6
CHANGE OF CON'TRACT TINES,,
16
12;1
Claim for.4djustmcnt........................
26
12 2
Time of the Essence ..........................26
L3
Delays BeyundfiONTRACTOR's
Controt". _ _..
26-_7
12A
Delays Beyond OWNFR's and
CONTp-NcTOR's Control;;;27
TESTS AND INSPECTION& CORRECTION
,REMOVAL OR ACCEPTANCE; OF
D=-CTI6T WORK..........:......:....
27
I3.1
Notice or Dale-cts..... ................ .....r:J
13:2
Access to the Work:, ...................
7
l33
Tests.and insjicctions:
CONT RACIOR's Cooperation
27
13.4
OIVNER'sResponsibilities;
Independent, Testing Lnborntun:.,,,,,
_7
135
C.ONTR.ACTOR's
Responsibi I ities........................:....
7
'13.6-13.7
Covering Work Pribr to'Irispcc-
tion. Testing or Appiotal,._- .,
.-27
IlneoQeriri&Worksit ENGI-
,[?age
Nulllh r-
NEER's Request ......... ......27-29
Olvtv'ER \4ay sf6li the Work:
, 2S.
Correction onRcmovnl of
Dcf"tiv`Work ......................:28
Correction Period
28
Acceptance ofDefecriiv Work .,
, _23
OWNER May ( orrect_De(eclivg
PAYMENTS'10'CONTRAC TOR.AND
COMPLETION,....,. - .,.:.:,_,,,. - '
='_._29
14.1
Schedule of Values , ,
29'
14.2
.Application for Progress
Payment;_ ........: .......
29
I'4:3
CONTRAC I'OR's Whrranty of
Title _..
29
14;4 14.7
Revlea of Appllcauonkfor'
progress :Paymrenla...............
^9 3Q
14.S-14.9
Substantial Completion.,_
30
14.10
Partial Uiilization ,:._.....
0?31
14.I1
Final Inspection ........................
.... 31
14.12
Final Aliplieatlor;for Payment ........
31
14.13' 14.14
Pinaf Paynient mid Acceptance„_,;:31
14,15
Waiver ofClatms . ,
1-31
15. SUSPENSION OF WORK AND
11 RMIN_ATION
:32
15 1 OWNER May Suspend Work
. 3-115.'_-15.4.
( WNER May t'crminate, .............3
15.5 CONTRAC'TORivlay Stop
Work or Terminate,.,,,..
32-33
16. DISPUTE RESOLUTION) , 33
17. MISGEL.LANftOLN._.:.................................
.:...33
17.1
GiungNotice
..,33
17.2
Computation of frmcs;,,,
33
11:3
Notice or Claim
,:33
17-4
Cumulative Remidies......
,,33
I715
Prol'essioital Fees and Court
Costs Iricluded...........................33
17.6
Applicable State Laws,,.,.
.... 33-34
Intentionally left 'blank... .... - .............................
35
E-XBIT GC -A:
(Optional)
Dispute kisolution Agreement, .........
GC -Al
16,1'-16.6
Arbitration
GC -Al
16;7
Me(ltation_ :. : ...................
QC -Al
'Li1CDC GENERAL CO�1-11033151910-8(1990 M)IT169)
wl c7TY OF i'QRT Ch1.I.fN5 A70DT{lCAT10N- (REV 90?1
•
•
11
0
FNDVXTo-,'cji7,Ni-.,RAi,. cwjmONs,
,eity'of Rim C611ins fn6dificatinfisj6A6 Gctieriii C9tiditi6tjs of the C01i:girLetirm"c6ritrict 4not Miolefvin,thlsjndeii
Artie'le or Ptifegraph
Number
Aiiceplance of —
Ponds and Insurance .,,,..
4iq/ective Work.. ..... ......... __11041,
13.3,: 13.13
Hat
insurance. , .. ....
......................
other13�- Work, 'CONIRACTOR,
'Substittites
.........
Find "Or-13 util" Item_
67 :l
Work by OWNMR ............. .........
...... 2.5, 6,30, 6:34
Accm to the --
,Lands. OiVNF.,R'anfd<,()�11'1'kA(4'1'<1R:
responsibDic's
-4.1
:site. reiatcd� . Work ...... ...........
"fork . ...... ; ...... ; ............................
13:2, 13.14, 14.9
Acts or Omissions--, Acts and Omissions--
. .
Co-'i-mACTOR z.. ...............
_49.1, 9.1,33
'ENG]NrFr.R .......... ......................
9.13.3
'0�%. ........ ...
_§.20, 9.9
Addenda-0clinition'of (also see
.'definition
1.10. 6r1 9), IA
`Additional Propeity I'm
.Xrljustincnts=
ConLiact Prici or Contra*61
4.1. 4.3.2,445,20
....... a 3, 9-4. 9.5, 10.2- 1 0A,
...... .......
11, 12, 14.81 15
5.1
.Orogr6s schedule,,, ...... 4 ..............
......
Agriementl-
deCjfiiti6n of
1.2
policy form ...
Insurance, f, ..
. ...... __.5..6.5
-AilowAnce,s. Csi]sh, .............................
.. It.R
Xitiending !Contract Documen,14 ...
15
Amendnient; Written--.
'iiigeneral., ........... _ I, 10, 1,45:3.3,
510, 3,12, 6.6.-2
6;19, 10.1, 10.4, 11.2
I 131. 12.2, 1 4.7.1-i
Appeal, OWNER or CONTRACT_ OR
intent to i? 10 9.11 10.4, 16.2, 16.55
Applic-dtion fol Wvmnt
Ofqlninon of ...............
.............. ):3
FNCTINUR's Responsibility
............ 9,9
...............
final pa)7rient 114: 9.-13 1 4N ]A.] 2�' 15
in general ;248,2).
5.6.4;'9.10;.15.5
progress payvenl, .... ......
4.1-143
14.7
Arhitration ..........
'1Ar4-
1 -'16:6
Asctos—
cwnis pursuant thereto: .....
4.5
-CONTRACTOR authoirized to stop Work ......... . 4.5.2
defirfition of
0
'Article oir Paragraph
Number
(.)WNP'.P res,ponsibilifv.fbr.............. .............
i4-3. 1, 1 (L
&;rsibI6 pri&,and timcs,61ihiige� ....
4.5.2
Authorized Vahmions in Wurk ...........
6.25. 6.27, 9,5
Availability ........ . .................. ................
4.1, 8.4
.6fLands I
Award, Notice of —defined
1.25
Before' Starting Construchoit ........... ...............
5 - 2. 8
Hid--definiition of ..................
11.10, 2�3�,33,
of. ..........
. ....... J:6 (6:8 2)
Bidding RcWir�rrients-.-definitim
6f
0 1.1, 4,2,6.2)
Bonds —
a ' cccptancc ... .............. ......
10.5. It
:Cbsi or the Work..... ................
....... ........ 115.4
dc5Aiii'O'nof, :. -----------..:::.........A-8
delivery
. ...... 5,1
final Application for Ilayment
I 4. 1 -2-14-14'
84yincral ;..� ...
........ ... ...........
10,, 5. 1 -5.3. 5.13;
' - -
9.11:' 10. 5. , 14. 7.6
Perfurmance, F%ymcnt and Other.,;.
.1-5.2
Bonds'and..lrs.uranc,ein gentra!_, .......
....................
B'uilder's , risk
isk"all-risk" , , policy, form;.
....... .S,62
Cancellation Proi4si cm, insurance;.
5A. 11, 5:8, 5: 15
Cash`Allriiva.n.ces ........... I ................
........... 11.8
Certificate of Substijitial 05ni,11316tioh
....... 138, 6.30.2.3.
....... ....... ...............
JO, 14.10
Certificates of - Insp cction
'9:1 , 3.4 13.5, 14.12
Certificates of lnstirinict�-' Ir7
53. 5_4111. 5,4, 11
Change in,Corarfict Price--
Cfi�sh Allowances.:,,:
........ 1.8
claim for
adjustment,-,,,,... .... 4.1. 4.2.6,
4.5. 5.15. 6:8.2. 9:4
0. 11, 10.2, 10.5; 11. 2 119.
15.1.15.5
CONTRAC.TOR's fee
1 1 1 ...... .... 1. ...........
.......
C ost of the Work
gencial...:..........................:...............:.I
1.4-11.7
E.xcltisiciis
1.5
Cost Records: ... .............
11 7
in gcncra I..; ....... 1 9, 1.44, 9.111
10-42, 10.43, it
Lump silm Rich
Notificbtion 6fSuroq-.',.
.......................
(15
, i
Scop.C.of,,,
J 03-10.4
Mork.................. ............... '13.9
WCDC GENUCALCONDMONS 191U-8 0090 EDITIOM
wt'bTVOF PORT ObLUNS MODIFIC;TIONS'(MV 91")
Unit Pride Work, :..........................................I 1:9
Article or Paraeraph
Number
L'eiis
Valucorwor............................
.......... .........
Change in C Ti qn!ract mes-
Claim for times adjiL%nnent
4.1,.4.2.6, 4.5, i.15,
.. ........ 6.9 -2: 9 9.��, 9.11
10:2; 10.57 12.1.
.......... 13,9, 13.13, 13.14,
14:7, 15.1, 11, 4;
Contra-clual time limits..,....
Dielavi Lxvond CONTRACTOR'S
cont I rol__ .... ............................
...... .........
Delays beyond OWNER's'and
CON'TRACTOR's control
12.4
Notification of surety,
Scope of c1rimew.,_, ........
I 03r I D. 4
.qhange 0 ders--
Acceptaficc ofbe(ctive Work ................
1113
Amefiding Contract Docum unts ............................
.................
?, 5
Cash Ailnivanc6R I ..........
Charige 6f Contract ..P�.ice.._, ............
I I
Chanue of Contract Timeg
........ I
e or,
ChaogeS In W' k
10
'
coNTRACTOR's fee ........... ............................
11.6
c6st , of the Work ........... ........................
' I' -
IA -11:7
C;oq Rec(1rds.,t,,_, .... z ......... _,-_1
.........-=,:11.7
ae'riniti'O'n of
............... .......................
.emergencies........... .................
......... 6,23.
LNIGINEEIs responsibility ...
11.2, 12.1
Cxccuiion of ................. - ..... ..... ; ....
I ... 1. ...
Indemnifictioij .................. ...... (). 12, 6.16,'6.31-,6.33
Insurance, Bon&adi
5. 111, 3zI 3, 10.5
OWNER may terminate .............................
,
J5. 2-15A
OWN�E]R!s Ries
.pmsibiliiv --------- ............
10.4
Physical Conditions--
Subsurface.ancl, ............ ................
; ....... ... 4,2
Underground
Record Uocum cots_.......
..............
...... 19
scope of Change;,,,,- ......
10.3-10.4
Substitutes ..............................................
63,37 6.8.2
Unit Price Work ............... .... ; ..........................
11.9
value or Work, covered bv ......................
........ - 11:3
Changes'in the Worl;.... ........ ......
...... 10
'Notification of guict�,-
........... I015
'OWNER'slnj CONTRACTOR!s
responsi bili ties_:...-
10.4
RiL,ht toan adjustment., .......r ........................
. .. 10,2
Scope of change ................. I ......................
103-10.4
Claims --
,against CON . I' RACI' ' OR. .................................
,_616
'
agqinst E?\'g[NEFR--.- -, --------
against OWNER. ...........................
--...631-1
Change of Contract price
.............. 11,2
Chang - c' ofContract
... 94,12.1
c6NTRACTOTs-.,--,,-. -4..7,I,9A.9.5,'9.II,10.2.
........................... i
1.) 11,9, 111, 13.9, 14.8,
......... ..............
............. I i. L 15.5.-17.3
CONtTRACTOR'% Fee _:1 1.6
Article or Paragrooh
Number
C , ONTRACTOWs liability ............ 5.4, 6:1 6. 16,631
Cost orthe Work
11 A. 11.5
t)ecks lons on Disputes ...
..... ............
9-1 1 '912
Dis7'4es Fesolution ; :
; 16.1
DisputeResolution Ageemeni .....................
16A 46.6
133NGINTEER as, initial interpictok .......
I
Lump SunlPricing ._,-w,-
......... -'-.11.; 3.2
Noticc,of ...... . .............. ..........................
17"
OWNFI Z's ........ .......... :)1:9.11.
..
10.7 -2 11 11.9
--12.1. 13.9-13.13.
13.14, 17.3
-
OWNERs'lillbilit) ...........
..
........
" O\\CR may refuse use to make payment,,,,
i� ..........
�;___14;7
.Professional Pees and Ciour.Cosis
Included,-.:....7.5
feguest role mental decision
.......... q:;;9-I 11
Substitute Items
. ..... - ............. .................
... 0777 1-2
Tirfic Extension
. ........ . ....... .............
.
...............
Tim e,reqUil'Cal ents_ , ................
9A 1, 1'. 1
'Unit Pri6e Work- ...
1.9.3
of...........................................................
J.1.3
Wairver or--o n Final Nymcfiij',.,,
'14'A4,-I4.I5
WorkChange'Directive
VU
written nolice ieqU'ff'�d
Clarifications and Interpr6tatlions ............
3.63.'9.4' 9.11
Clean Site
---,.(.17
C'rI" of ,re7c;liI 1 C h--a' I
or Association
........ }3.3
Cam in,encem cot of c6niraci Times
7,3
C.Ommuniciviions--
6.9.2, 8:1
Hazard Commirnicatioil Progrttms.,
_i_:-_6.22
Completion --
Final Application for Nypicilt ...... .........
... 14.12
Final 16-st3catio6 .......... ...............
.... 14.11
Final. Pa "' t and Acce'
ymen - ptsnce --------------
Par661 Utilintion, ...........................................
j4.10
Subsuihiial Completicm .......................
1.39.14.9-14.9
Waiver or diims .......... : ....... ....................
j 4.14;
Ccmpiiintion of Times ...... ........................
,
IT11.17 2.2
Concerning Subcontractors, suoplirs
ano biller%
Conferences --
initially acceptable schedules
.....
9
w.
preconstructioll .......................................
...... 2.8
Conflict, Error. Ambigulty,-biscreponcy-
CONTRACTM-to Report__
1-2.5, 3.3. 2
Construction, before startine. by
CONTRA( , -.TOR ... ; ........ ............................
_16-277
Construction Machine ' 'ry. Equtpment, etc;„.
Continuink the Work .......................... ...........
629. 10.4
Contract Documents -
Amending ..........................................................3
-S
-
Borick ......
aJ- I
GENBRAL,C70M)ITIONS 1910-8 (1990 EDITION)
wl jC7TY Or FORT C01.1.1N.1i M0D1n('.A'no,,,5 (REv 9199)
is
•
Cash Allowances....................:.........................I l'g, Stop Work requirements ................ I ...........
CONTRAC-TO'R,s—
Mi'cic or Paragraph
Number Ailicle,qi. Niiigr.9ph,
NT ber
, _
Chan& of Contract Price
'ChangeofContract Times --, 7,7 ��� .......
,
1, , 12
fi, es in the Work
n�, , ,
210.4-10.3
check and vcrif............ ......... .........
laiifcmionsand
detmition of
Ijio
-ENIGINMER as initial ihic C�[ of .................
9 11
Insurance..,
Intent .........
11 -3.4
minor variations in the kVxk ............ ... I ............
3.6
'OkKIFWs responsibility to furnish dam....
........... 8 - 3 .
WiF 0" Ts resp�insibility to mriW
prompt payment:..... ....... $73,
1.4,4, 14:13
precederipe,
;,M, 33.3
Record'Documents
6. 1 19
Reference to Sthn.dtirds and Spe ei fiont ions
of Techn.ical Soci.qticq ...... ...................
33
Related Vvlork .......... ...... ...........
Reporting and Resolving
,PeUSE
j.7
....................... ; .......... I ...... ........
........ 8.2
:1.11hit Price %Vlork._ ..... ; ....... ...... 11.9
Variations.; ...................... .... 3.6, 623, 6.'27
Visits 'io'Sit, HNGINFFN .......
: 9;2
Contract Pricez-
adiusiment '.4;L9.4,10.3_11;2-1 1 3
'Change of,,
Dec-ision ohDisputes.,.....
,dcfiniti6n,of ........... ....................... ...... .......
,Cluinge of..: ..................... __ .......
........ ... 12.1-12.4
Commencement of .......... .................
.......23
..
definition of .................. * . ..............
CON11RAGTOR--
Acoeptancc of Insurance,,,,,,;,,,,,,,
..... ............... 4
(;uMinunicationsk .......................
I ......
Continue \iVork
coordinati6n and schedUting,'
Ofinition of ....................... ...................
13
1im tied Reliance on Technical
,
Data Authorized......:...:.
. ............ 4.12
.May Stop AVork.or-Tefinintite.-
........ 15.5
.provide site access to others .........................
7.-2, 13,2
saiety:Eknd Protection., ...................
4'3. 1.1 6 16,
6.21-6.23 7.2: 13.2
Shoo DraNving and SamplgRegiew
prior:to submi'dai
............ r ......
Conipcnsatlon --------
12
Continuing 0 h I -ig at it o n 1 1 4:15
De fiective Work: .. .............
Duiy it) correct de 13, f I
Duty, to Refortm-
uctit
the I
and
patent F
Perform:
perm4a,
he Work caused by
cy.; ..... ........ ...... ......
ot k, of Otfiers
idi'tio'ns
4Z3
in_Docume.n1%,.1 ...... 2.15- 3 3,2, 6 14.1
ITE(cilities not,indi6ked
.......... 14.3.2
.............. ;.L. ............ . ....
.......... 0.23
,,Nchin6ry Rental. Cost
............ 1:4,5-6,;l
1.511, 11.6
Y *'Gluarant"...; ..... ; .......
ication. Programs
116.1(.
6.31-6.31
Worh........................ ......
7-3, 13A
Nand F quipmenj...
tions,� Compliance
cc
S 4
;..P:io, iO.4
form and complete
............ ...............
; .... (,,30
Zqyrili(ies; paid for by .. ..........
f).12
I (Mcr bonds...
.... 5.1
I and Paid for by .......................
0:13
..... 2:6. 18. 2,9. 6.6.
al decisionon�disputcs„,_
Cbfirig6%� in t,-h6-W6fk ....................... : ............ 10,1
C*e,rniriL,Subc6n , tractors, Suppliers
and Others ....... 6:8-6.11
... �,ominuiryv the I Work 029, 10.4
Nutv'TOR's expense..., .......... (0.1
QQNTkACTdTs beneral Warranty
and Gbararitce. . ........
CONTRACTOWs revicw prior wShop,
Drawing or*Sam.ple submittal,,, , ... , , 6,25
Coordination of WorL.__.. &9.2
Enlerge.ocl I CS ................... G. 23
or ()T_BquaO Items'
For Acts,and Omissions
oOthers.....:9�16,9.2,9,13
f
11 11..... .... : .............. '6
for, deductible am ounts;Jnsurirnce ....... ......... :5.9
......... ........ : ........ 5"7.2, 7.3. 9.9-
amicatio'l-i Progxiinis,,_� 2
6:31 -6,h
EJUM CENUUN I LCONDIHONS1910-1i1(19�JUEDI-nom
vvl' e.1TY, OF FORT MI.T.INS MODMCAMNI'(PTV 9199)
Labor, Materials and Equipment .............. 6-3-6.z;
LaNi•sspdl. Ri:gulati(ps. ....... ------ 6.14
Liability Insurance; .................. 5,
Article or. RaragrIipfi
-1 1 ; N6a&r
Notice of.variation from Contract
DQcuIIIcnI5
Paient Feeis and Royalties: ............................612
Permits.
........ 0.13
Progress Schedule
gr
6.6
Rcc4d 136cunicints ....................
G 19
iclated Work performed OHoQ6
ENGNITEER'Ziaporavai or required
S Ubminals
safe
Safety and Protection,,,,,,,,,,,,,,,,,,,, G.20, 7.2, 13,-2
S6fety Rermntat"
'p IVe.
6.2 1
Scheduling the Work...:........ .......
w.Ag,'
Stu) 1) aw ngs and Snmp!es....... ..........0.
24
Shopjirivelings and Saniptes Revicw
by ENG D\T- ER .....
Site Cleanliness,.
17
Submittal Procedures ...............................
6.15
Subitiiut6 Construction.h4c'dic&S
and Procedures.--,.., ........ .........
6.7.2
Substitutes and 'Oi-Equal" 6CM3 ......
--;. ...6. 1.1
Supeiiraend Brice .............................................
6
Supervision ..... ....................... 1 .......
Survival of Obligations................. ...........
0,314
Taxes............
6 B
T P'ts and I ns'P'j&'cticns ...................................
To Report ................. 1 ............
).5
useof Premiks� 6.30,2. 4
Review Prior to'Shop Drawing or
Sairiple Submittal., ..................
Right to noJ61st-Inent, for Oranges 16 th q- lVotk:.... 10.2
right in clpim ....... ;.,4, 7. 1, 9.4, 9.5, 9, 11,
10.2,11.2.
12.1. 13.9. 14. 8, 15, 1.
15. i. 17:3
Safety and Protection, , j.20-6.22
7.2. 13.2
Stifetykepresenia tive .................
...... . 6.21
Shop Drawingsand Samples Submittals...
6.24-6.2 9
Special Consultants.... ...._,__- L:I ......
,l 1.4.4
Substiti , ite Constructicii'Methods and Pr6
qqdur�s,6,7Substitutes
Substitutes and "Or -Equal" Items.
Expense .. ............. 6.7,1,
6:7.2
..........................
Subcontractors, Suppliers and Olher�s.,,, ........
P.8-6.11
Supervjsion and Superintendence„ ..;fi, 1,
62,63.21
Taxes, Payment by ........................ ..............6.I
Usc of Premises__,.-.......
IS
Warra ' ntim and guarantees--„_-, ....... ......
6A 6.30
ff wamlltv oflItle
14-3
CONTRACTOR stop Work or term iraitc, ........ 15.5
Reports of Differizip Subsurface
and Physical Conditions... ., , 42j
Subsitintial Cenipleticin ................................ KS
am
C-ONURM-TORS--other �,7
Contractual hia-bility Insurance'-..,,, ..�. 4 � 1;,)
...................
Contractual Time Limits.-,-, 12.2
-Ajticlt.� or I I ]�Urrbcr
Cooidination
CONITRACTOR's r6jim-isibilAy .......................b'.9.2
I
Copies or Doom tints ................... ...............
.... a'5
Ccirect-ion Period....- t1 ..... ...
Correction. Removal or Acceptance
Of 1)qfective I.Vork-.-
in gcn&;'il ............. ...........
10.4.1-, UMA3:14
A6ce efe -'. I ...... I pitince orD �tiv'e Work
.....
;..6.30, 13.11
Period ....... ........
ay �f Correct Defective Work* 13 11 4
. �I I - ,
[ry stop Work . .............
I .... I ;..; ... : .11,10
Cast—
or. Tests and Insp��clions ...... ...................
... .13.4
Reccids 11. 7
Cos-folf the Work-
Bmids and insurance, additional,,,,;,,,,,, ,,,,,,]
1!41.9
Caill biswuniri ... ; ......... .......................
j 1. 4.2
CONTRACTOR's Fee ......
.,11.6
mplcyee Expenses-,. ...............
. .
Exclusions
General 11.4-11.5
Home office and overhead cxrldhses.: .........
Losses and damages ........... .....................
I I 4-5-6
K,b t & i ii 19 and -cq'-u i run 6rit .... .. ....
1 L4.2
Minor expenses ........... .........................
:Payroll costs on
11.4:1
performed by Subcontractors ......
... JI-4.3
Records; 11, 7
Rentals of construction equipment
and ffilchin
"eryl- ....... . .......... ......
.. I
R a payments, pefin is an
jt�
4icense r=k.... .... * .........
.................. * ...........
Site office and Ja. 1�zilitiI �' es .................
11.4:5.:2
I S I peciibConsultants, CONTkAdTIDR's; ...........
) 1 ;4,4
'Supplemental,_.,.;„ ---------- ................
L4151
Ta.�cs elated' to the Work ..................
11.4:5.4
.-
Tests and Inspection....... ...... I ........................
,
...................
Utdilies, ricl and saniiiary
1-4-5.7
Work'after regulm hours...... ,,,,,
...... 11.$1
Covering Work.,-... ......... ...................
11,(13.7
Cunfulativ, Reiiicclics, ------------ ....... ....
17.4-17.5
Cutting, fitting and
7.2
1>itta, tone fumisfied by Old NER
Day -:definition of .................................................17.2.2
Dcciskms 06 blsputcs.� ...................... .............
9.11,9.12
defective -definition of
1.14
'Acceptance or ... : .......................... ..10.41.1. 13113
HJCDC GENLACO\I)i HONS 1910-8
(IM La)lnw)
wti73TY U FMTC.'A51,i.INS mommAlION'S (MV Ml)
0
•
0
Item No.
Item Ilescriptin
Unit
Contactn
Quan ity
Fail Price
Total
202.01
Sawcutrmg 4"
Lineal Foot
200
$ 3.15
$ 630,00
20101
General Escavarion
Cubic Yard
200
S 26,00
S 5,200.00
203.02
Borrow
Ton
to
$ 20.80
$ 2,08000
20101
Imported Topsoil
Cubic Yard
150
$ 28.35
$ 4,252.50
208.01
Sioanvater Protection- CDOT Gravel Bag (Rack Sock)
I.meal Foot
400
S 7.02
$ 2,80800
208.02
Sumalwater Protection - Recycled Rubber Filled Wattle
Lineal Foot
50
$ 12.48
$ 624,00
208.03
S ,n,,rtcr Protection- CDOT Gravel Bag Inlet Fiber
Each
10
S 18.90
S 18900
211_01
Sad
Square Foot
5W
$ 2A0
S 1050,00
212,02
LvMse.pentri ation labor
Hour
50
$ 26,25
$ 1,312.50
304.01
Aggragme Base Ca ... c
Tan
3,000
$ 24 50
S 73,500.00
40301
Temporary Patching
Ton
300
$ 16600
$ 49,800.00
601 01
Eyrased Said Finish - Up Charge
Square Foot
1,000
S 2.21
$ 2,210.00
604.01
Type R Inlet - Rename & Replace (5' Opening)
Each
2
$ 3,150.00
$ 6,300.00
604.03
Type R Inlet - Reconstruct Inlet Deck (5' Opening)
Each
5
S 997.50
S 4,98750
60T05
Type R Inch -Material Only
Fach
2
$ 451.50
S 903.00
604,06
Curb Inch - Remove & Replace TV Opening)
Imch
2
$ 1 627.50
S 3,255.00
60,1.08
Curb Inlet - Reconstruct Inlet Deck (4' Opening)
Each
2
$ 443.10
S 886.10
604.10
Curb Intl - Material Only
Each
2
$ 818.98
S 163796
604_11
Catch Basin - Remove & Replace
Each
2
$ 1,102.50
$ 2,205 00
604,13
Carch Basin - Reconstruct Inlet Deck
Each
2
$ 362.25
$ 724.50
60T I5
Catch Basin - Matenal Only
Each
2
$ 812.00
S 1,63600
604. 16
Modified Type 13 Curb Inlet - Remove&Replace
Each
2
$ 2,31000
S 4,620.00
60TIS
Modified Type 13 Curb Inlet - Reconstruct Inlet Deck
Each
2
$ 808.50
S 1617.00
604.20
Modified Type 13 Curb Inlet - Materials Only
Each
2
$ 735.00
$ 1,470.00
604.21
Concrete Sidewalk Culvert - Remove & Replace
Each
3
$ 1,559.25
$ 4,677.75
604.22
Metal Sidewalk Cahill - Sah'aged Malerial
Each
5
S 75& 10
$ 3,790.50
604.23
Metal Sidewalk Calvert - Material Only
Each
5
$ 1,13400
$ 5,67000
604.24
Metal Sidewalk Cnhctl- Additional 5/8"Plate
Sgnme Foot
15
$ 15120
S 2,26800
608.01
Remove Concrete
Square Foot
1,000
S 1.68
S 1,680.00
608.02
Remove and Haul Fillet
Each
4
S 26.25
S 105.00
608.03
Apron 8" - Remove & Replace
Square Pont
9,000
$ 7.35
S 66,150.00
60&04
Crosspmr-8" Remove a- Replace
Square Fool
9,000
S 7.32
$ 65,880,00
608,05
Drhemer Curb, Gutter & 6" Sidewalk - Remove & Replace
Lineal Foot
8,000
$ 40 %
S 327,20000
608.06
Drivcover Curb, Gutter, No Sidewalk - Remove & Replace
Lineal Foot
1,200
$ 2079
S 24,948 00
Correction -or Removal of ....... .............. J 0.4,1 j.1 3: 11
in giencral .......... .............. ...... :13. 14:7. 14, 11
Article or' Paragraph
Nufnber
.01iservation by' HNGINEW ................................
0\ NFR ",13y Stop Work ............... ............
.13.1()
P'e " pt �otjcc of Dclacrs...................................13.1
R........
Uneovtirinfr the Work,,,_ . .................
I?crinitions',..; ....... : ................ ...... ........
.................... ...... 6.29, 12:3I-2A
befive�ryumonds
..........
Delivery orc.eriifi.crrtes tirinsurarice,.., ..........
;Determinations for Unit Prices. .,., ... .........
9.10
Difrering Stibsurface or Physical Conditioris—,
Notice
ENG[�rFFRs Review ........
-'Change
.Pimsible Coniract Documents ,
4.15
-P&sibIePiicc,and Times Adjustrricnt§_...
:�4!16
biscreparreics-Repor.ling
aridizes'-M 1 4 .......... :2,5; 3.3.2. 6,14,2
0
.
,01sput.c Re , solution —
Agreement... ............. :: .....
I
10, 1-16.6
.
Arhitr fit -ion
I 6.1-16-5
lg&iertil 16
Mediationn................. ......... ...............
: ..... t6.6
Dispute. Resolution Apreemerrt
_J6.1 .-16' 6
Disputes, bzcisions by ENUINHIHZ...............
:9.11-9112
Documents--
` 'i, "
opi,s of
I ")
.............................. ........................
Record 6.19
Reuse of
Diriwirig"CrInitirin
Fiscinents ......
........ 43
Effective date of Agre'ervient'— definition' or ..............
J;IG
limcrgencles ... ........
6 . �3 ......
LNGjN,Er-R_
as:tnitifil interpreter on disptktqk� .............
79.12
.................. _ ............
7
'l.inlitations on authority find r6p . onsibilitiq
..,9.1 I
Replacement 9f,
Kcsidcoi Pr(?jc6i Repiesch�1a'tive
ENGINTEERs &nsuhant -- definitions of..........
.
aut6ity.and responitibility. limitfitions on„ ,_.9-13
Authorized Variations irvthc,Wort ......................
03
Change.Orders, responsibility for,.. �,9.7, 10. 11, 12
,darifications-and.InterP ietationp,_..
Decisions on Mptites ....
defecfive Wonotice
- . rk, otico
- I ................. I., ......
I .......
I
EGaluation of Substitute Items... ......................
;�..73
Liability....:. 'p ...... .......:.:fir.32,
si, i2
Notice Workis Acceptrible�
)4.11
q*R,ations............... ....... ....................
6.30:2,4-�_.
QWNFR's Representative..,, ..... ........................ 0
Pamnifintis to th&CON`I'R.,NQ I'OR,
Responsibility fbr�_: ..... ...... ....... 1.4
Rc&)rrim&daLxrn'o Payirient,... .... ; ....... ,]4A, 14A
I lvtloe OrP, Paragraph
I
R�SOIsibilitic�--Cimitatiiins or 1
11--9, 13
, .
D' Rcviem�ol'lkeportson. iift efingSubsurface
and-PhYsictil Conditions...:.. ...
Shop Drawings and Samples, ieiiieN•
miporkibi .......... ... ....... .......
Status During
ir6t'h16riicd variations iq tho
Cl.aril7i'mirins arid IhIterpictations ..........
....... 9.4
Decisions o
I I f 9A 1
Determinations on Unit Price ......
..... RIO
ltiitial Intcfj3rc1cr,
12
FNGFINFER's Resprinsibilitics
Limitations on RNOINEPWI Authon-ty
and
OWIC R's Represmt - ati ' ve� ....
-kepir'�s1entailve
........ '�. I
Project .........
9.3
!icjccting Defgchm, Work,,,,
9.6
Shop Drofwivigs, Change Orders
and Payment....._.....
..
9.
1 ..yrrients
........
vi'sits-tii'site ................. __ ......
:.9.2
Unit Prit:C delerminauons ... ; .............................
o.9.10
Visits to Site
Written con scri I. �rccItii red ............ rm ... ; ...........
-..,9.2
:. Y.2, 9.1
Equipment, Labor. Materials nno,, ............
.........G__3T65
F;firtent re ntaL�Cosl•of the W&V
1145':-3'
Equivalent Materials and'Equipment ......................
.§.Y
Evidence of Financial Arrant
Fx'plorations of physical conditions ...
;..;..4:2, 1
cc. CONTRACTOR's--Costs Plus
definition of
issued by EN.GINEER.....,... ....
Final Application for ......
�:_j 4., 12
Fina I Inspection ......................................
...... 411
Final Payment.--
and•Acccpjance ..............................
_j: 1:4: 13-14,14
Prior to: for cash alloi4in'ces ... ..........
.........
�Gencrul.Prov I isions.,
17.3-17.4
dereral kiiquircm'ents—
definiticirit of
principal references iQ;_ ....... _,2:6.
G.A. 6.&6:7t 6.24
(living Notice :!.:� '_._._w_J
7.1
), C01
Gutuaittee,of Work-.-b N'T'PACTORzt
.,.j5.30. I , 4.12
Ha7mrd Cofilinuiiiestion Pr6 grfrrnS ................
......... 6.22
hazardous Waste-
d 'irnI .itton of ........................ ; ................ c
... m ....... 1;21
aen r eral
4.4;
Q'WkR's re.ponsibilityfor ...........
rjcx)c.cr.xm%LcoN,Drn40Ns 19i0:bbs6otminom
wt, 6TY Cif Fmdom.ws
Indemnification,
6.17,' G'16; 6:31=6.33
Initially.Acceptable Schedules „-.
? 9
Inspection -
FinI ................... ...................
......14.1,1
Aiticicof paragraph
Nunther
Special: required byENGINEE2 ........ :...........
..... 9.6
Tests ;sndApproval ... :-„........:: ..:.„_F.7, 13.3-13,4
Insurance--
Ae6cptancc of; by OWNHR.............. ...................
.5.,14
Additional: r_quircd by,changes
in the Work.:,_,,..
11.4.5.9
➢efore starting the-Nork..,... ..._.., ..
1.1..2-7
Bonds and--i i general„ ........................ ................?
Cancellation Piovisiong.....................................
` S.
Certificates of..................2.7.5 5:3, 5A.
H. 5.4.13.
?.c.5. 3,5, 5114, 9,13,
; 14,12
completed operations...............................:....5_4.
13
CONTRACTOR's. Liability: ......... .... _...:............:
i 4
CONTRACT6R'sobjecliontocotcra�z,,:,
Contractual Liability :. ... . . ...........
.5,4.10
deductible amounts, (CONTRACTOR'S
resporisi6il i4...............................................:.
J.9
Final Application for Payment._„__.............a.-,,,,14.1"2
Licensed insurers ............................. ..........
:..:::.5:3
Notice requiienients, material changes„-,,,,,5.8,
16.5
Option to'Rzplace:.,.
.......5. 14
otherspecialinsurancc; ,.,..
5.iti
OWNER as liduciar} Cor insureds
12-5.13
UR'NERs l,taliil ty„..... . ... .............
5.5
OIVNGR's Responsibility :...................................
8 5
Phial Utilization'. Pruperty Insurance ......:..:.
:. :5.15
Property ....... :. -:,. ...:
Receipt and Application of insurance
Procc d..............................................5.12-5,13,
Special l nsurancc:... ........... .................•.,,_;:Ift
Waiver or Ri his .:.:. ......... :_::.-
,.,,.5- I I'
Intent of Ccniract Documents,,,,,..... ...........11-3:4
[nlerpretations grid ,,,,,,,,,,,,;
3.6:3, 9..4
Investigations ofphysical-conditinns
4.2
Labor. \•laterials and Equipment ............. . . :.:....
y:3-G-5
Lands -
and Gasemerits................................. ...........
.......8:4
Availability of ...................:. ......
4.1. 8.4
Reports and Tests.... ............ � .:.....
...5:4
Laws and Regulations. -Laws or Regulations.-
bonds
Changes in the Work, ...........---------------J0.4
Contract Docitments. .,-, :.,.
'COtNtTRAGTOR'sResponsihiIhies,,,,,,,,,,,,,,,_
, §.14
Correction Period,defecfive Work .................
Cost of the lYork la es.,,,.-,.,,,. .....-.11,4:?.4
definition of ............ ... .. _..,.,
E-22
gcneralG la
Indemni Gcatidn............. ...... 0........ ....... .
... 6.31-6.33
Insurance a3
I'reccdcncc, 3 1, .3.33
Reference t4.... 3:3.1
.Safety aiidPioteuton ,- ..620.13:2
Subcontractors Suppliers and Others,... 6.9-6.11
Article or. Paragraph
Number
'Tests and Inspections ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,;,,,13:5
Use of Prem fists.... ........
....:. 6 16
Visits to
Liability Insurance-_
CON I1(A(;I nR's..,..
54
....:-.:..:..............
Licensed Suretiesand Insurers_... - ,..t.........
53'
Liens--
Application for Progress Payment .....................14.2
CONIRACfOR'swarranty ot'I)tle.......
_ 14.3
FinalAppliuhtion' for Pa. lent,,,
definition of ..... ....... .......
I:23
Waiver of C lalmS ...
,
Limitations on GNCINL^ER's authority and
respon'sibilaies_. ,-,:,_ ......
- ..
..,- 9.[3
Limited Relianec.by C-ONI-RAOTOR
\uthtxind........ :........ :..................................
:. j?:2
Precedence ....... ..__ ...... _..
3;3,3.1
Refeienae.to in Cnntrad Do'cuniuiLg......
........ 3.3-I
terials and equipment --
furnished by'CONTRA(`l'OR-,-,,........................
%s3
not incorporated in Wor$,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,;14.1
teriaN or equipment cyui4alenR....-_,,;
diction (Optional) „--„ . .:.... .. .:.:.
....J6J
Iestoncs--definition o(, ,,,,
;t?4
Coinpurotie of'I tmc-s- ,.-- - , -„- -,--
,, _17.1
UM
GivinGiving
g Notice ........................................ .....
,,17-.1
NoticeorClaan .................... .......
1T3
.............
Professional Fees and Court Cpsis Include)
,-„,,17,5
Multi -prima contracts .:..:.:. .. ... .........
....,3
Not.Shoum or Indicated -. ..........
...............
Notice uC-
Acceptability of Prgtect-:,........ ....... _
; ;14;13
Award. definition of
1 35
_ -
Claim............................................... .......j,7
3
Defeets,13.1
Differing Suhsurfacc or Physical Conditions
......4.2:3
Giving ,. ,..,
Tests and Inspections ...........................:13 3
Variation Shop Drawing and Sampl4 ... fr27
Notici to Proceed
--
definition of„-,-. ...............................1
givingof .......... . .........:.............,., . .... ,..^'_3
1>iCDCCUNMKCONIATIONStvto-soyvo,Eutnoxr
ar C]TY OF FORT CO A NS MODIRCATIONS (REV 9199)
•
•
i
0
•
0
Noutication to Surety ...............................:.............::I(t:5
`Obne ntinns; by ENGINEI R .....:.:
: . ...... � 3U. 9,2
Occulwnvy of the Worl...................
5;.15, 6.30.2A, 14a 0
Omissionsor.actsbyCONTRACTOR.,, ;.69,9,13
Open Peril policy form, Insurance
..... 5.6?
Option to Rep aco ..................................................
? 14
article or Paragraph
-Numhet
`Or EqL a.& ltems'.....:............:......r.:;.::..........I........•,.
.7
Other work 7
bve'rtime-Work--prohibition of ......
........:. 6;3
...............
OWNER--
Acceptance of defective Work_,,,.,, .........
13713-
;uppoint an IiNGI.tivEER
a
as fiduuiaiy. ....
Sa'�-� l3
AvailabilityofLand-;.responsibility . ....................AA
definition of.......:..:.:.............:.:....................::.1,27
data,.furnish------------ :"-----_...........
:_ 8:3
PayCOrrcclnefertideWork .;... .
.13;14
•\dav refuse to make patmi ens,,,,,;,;,,,;,,,,,,,,,,,
,l a 7
\Qay Stop the Work..-....
13; l0'
'May Suspend-W,rk:
Terminate - ,-A8 - 13,10,
15,M5,4
Payment, make prompt ..... ........... ...::}3.3,
14.41 14:13
performana of -other work......::::............:.:...:.::.::9
l
permits and licenses. requirements:
,.�6;13'.
purchased insurance requirements,: e
..5:6-?:10
,9W TER's=-
Acceptance of the Work
...G:3025
us,•obligation locx......................
,Ch�angeOrd cutq
tS[6, 1b.A
Communications. ............... I ...
I &.1
Coordination of th"c Work ..... ................................._7:4
Disputes; request for decision?. —......I
............... 2:11
Inspections. tests end approvals:;:
$;7, 13.4
Iiiibil tvInsurance,:,;;,;,
Nourc of DCfeCts :,,,:,.
13,1
-- yrl.
.Asbestos, PCBs; Petroleum: Hazardous
\Vista orRadic icltve Material ;;;$;10
Chnngc Orders:.::.... .... .....r....:g;G-
Changes in thc'l4orl
I11;1.
communications_-;;.-
CONIRACTFCiWs respyi isibi litic3,,,,,..:.........
'8. J
0ildence of t"ttrancial urrungemcnl:t--„-._,.._.;K:II
inspections, tests ant] appro'vals....................
:R.7
insurance ....:: - ......
wands and easemenig .........
$ 4
•prom1ltpayment by„ . _:...:.: ......:...
reolacerient of ENGINEER__,,;:.- _.;;,;,,,„
,$;2
reports and tests.....: .......
........8.a
:stop or suspend Wort ..:........ L.8, 13.10, 1511
fermtr ate CONTRACTORRs
services
separate representative at site
$13
testing; independent.,...------^,,,,,,,,,,,,,,,,,;,,,,,,,,;13:4
usc•oroccupancy .... -
of the Work..,::.
written consent or apprrnal-
reywre. d0.......... ........9.1, 63; 1.1.4
ucnc t;t;n[IT-u, coNDmoNs 1916.s it v'io EDITION)
wl MY OF FORT QOLCINS RfODIFICATIOKS,(Rf.V 91WI
Article or Para'gaph
Numnbcr*
%Vrit6en tiolice required......., ...
9,4; 9.11,
.................................... 11'..2, 11.9,
141.7, 15A.
PCBs,
definitionof ......... ------ I ------------ - __-
......
.general ........... 1 .................. ......
4.5
OWNHR's.resp. onsibilityfor-t ...............
Partial 'Wli mt ion -
definition ofr..._.,.,,___.-,....,, ...
1general 630.2.4, 14.10
Property Ifisurance :.....................I........
3 1.5
'Patent Fecs'and Royalties .... ......................
_!_6.12
Pm,ment Bonds
...... 5.1-5:2
Ptiytrients;, Rzcommcftdatioo of., ............ 14*zl 4.7! 14l. 13
Payments to CONTRACTOR and Completion
-
Application for ProgressPayments ......................1
4.2
C,Q,rl*RAC*l40R;s Warranty orritic.
_J4. 3
Final Application fior.Phyrnent .... I ...........
.... 14,12
,Final inspection ........... .......... ............
. ....... 14.11
Fin"81 Payment and Acceptance
4, 13-* 14. 14
....... ............
=�iflization.-,_-, ........ _7 ...... .....
10
Retain2ge........................... ....................
... 14.2
Review Of Applications for
.......... I___14,4:14.7
prompt ........
Schedule of VHlues ............. ......
'substantial Completion .............................
r
14,9.14.9
j S74.15
%VaiverOfClain ...................... 4 ......................
when payments due ...................... P .........
14A, 14.13
w 'ahholdiri P2vmrni
............ '14.7
Performance Bonds ..............................
1 -i:2
Perm its ........
13
Petroletun-
definition of
general.................. .....................
.......... 4.5
OWNT-R's responsibdity ior., ...............:.........:...MID
Physical Conditibris-
Drawings of ifi,oi relaiiiig to,,,,,,,;,,,,
,,,,, ,
ENTONEER's review;. .....4 .............
............ 2.4
exist mg ....... ; --------
gcncral.4,2J,.2 ........... .................. .......................
Notice of Differing Subsurface or ...........
........... . 2.3
le Contract Documents Change,_,,,.;....,,, Pcissab
. 4.2:5
F�ussible Pri& and Timas
,Reports and Drawingst, ......... P .................
...... 4 :11,
.Subsurface and : ................... ........ .................
.4.1
Subsurface (Janditions ............
------- I .....
tI :.;
Technical Dtita, Limited Reliance by
G-rOR authorised,,,,,.,,,, ....... 24-2-2
............ I ........................... ...... 4'3
n orindicated ....... ........... +12
of......................................... 43, 65JO
Article or Paragraph
Number
Shtiivri or
Technical Data'
i.......
Precons-truction Con crence.
........ 2.9
Prcliniinary Matters
I
............ -------
PrcIim i it a ry ' Sch*cdul es-,
------ -- ........
..... 2:6
Premises We of
6:16-"k 18
Pri6e, Change ofF-8ontrac-t ........... ......
......
Price, Contract-de5nition q(,; ...... .: ...... ................
Progress Paynient. Applications for
141
Progiess Pajincnt-,-tctaj.naaq ........
14:2.
Progress schedule, CONTRA(TOR's., ......
-2..
16. IS, . 9
. ....... ...... 6Z, 6.29 10.4, 15.:2�: I,
Prt)4ect- -definit ion of
, .
pioje ct Representative-"
ENGINT-ETs Status During Construct ion 9:3
ProjLct Rcoresehtati'vd,'Re�sidiiit--derin'tti6n of..
prompt payinent byPININTER .... ...........
.......83
Property has _urance-
Addiii6nal ........ ...................... ........
....... q:7
10
Nriial Utilizritibri ......
14AU
receipt -and application of ptL')6*cedS ............
IIA2-5.13
........................
G.240-6;21. 13 2
Punch list ................. ......
......
Radioactive Materialw-
defintion oC..,
1,32
veneial4;5
for ...................
........5.1t1,
Recommendation o(Paymenk .... ...... -....14.4,
14.5, 14.13
We rd bolciuments .......... ; ........................
6J9, 14711
Records, procedures for miiintairiin ....... ....................
r.S
..........
..............
Reference to*Stand:irds mad'Specificatioris
OrTc'6hni6al Societies..,
Regulations; Laws and (or) .......................
......6.14
ejcctingDzjLcrA',e Work_........
9-6
RRelated Work ---
atSite ............. ....... ...................................
7.1-7.3
perfiarmed.pfi-Oir to ShopEthiwini'v
and Samples submittals review, ...................
G:28
Remedies, cumulative. .; .... .............. -
17A. 17!5
I :
Rc. moVal arCorrection ofl),Otic W6--r-K--
...'........... 13.11
�- _
rental a,reemcnLs. 01VINER Hpproiral required j 1.4.53,
reolucement orENGINELk by OWNrHR.____:
............... S.2
Reporting and Resolving
Discrepancies;........._,....... ... 2-5,
3.3.2, 6. 14.2
Reports-
hridDraivings' --- .................. j__ ....................
and Tests; OXVNl3R!s iespotisibilhy .....................
8.4
Vesident. and Project Representative --
definition o......................................................1.33
Provision for, .... ...... ___, ... ... % .............. ........... 1 ... 9,-,
EJCDC GIFNURA CONDITIONS 1910-3 (1990ED11110M
w1bTY OF FORT COL UNS MODmrAIION§ (REV91.99)
•
10
0
E
Article or Paragrtiph
Number
Regideiit S rmfintefiderit,
'Responsibilities—
CO_WR.ACTOXs,*gcni:raI .............. .............. 6 .... t6
�ENGINEI:,Wslingcncrril
.......... -.9 -
L i in it a tio-ris 'rin ......
...... Pi 13
Retamaze
JA2
Reuse of DocumenEs... ....................
.........7
Review, by CONTRACTOR: Shop Drawin8s
and n d Samples Mar to
,,,,.....6.25
Review of Applications for
Progress Payments .............
...... 14.4-14.7
Right t(�an idj'us1nierq,, .................. ; ......
.... ...
Riehts'of'Wa) -------- - I ------ ...... ...... ---
b..� .......... -Al
Rd).-altics, Patent Fces and-,, ....................
SafeStructural Loading ........................ ..........
4 ..............
and.Protection:.
6:16,-6.18,
-620-621.T2, 132
general ............................
17
!�! ..... 0,20-CeB
j..........
Representattv'C', CONITRACTOR's.:.:.�
........... :.,():21
ilefmitibn of
;J.34
general ........ .... ..................
Review, by COINTRUNCTOR _ .............
....... ...............
! 6.25'
......
Review Sy ENrGlk".R ;�
..........
;...._.0.26,61.627
related Work ...... M.P.
2.8
submittal of
� ..... ,24:
submitLal.prooeddres ............. ......
...... .......... 6.25
'Schedule' of prugr
6_2% 10.4, 1_ I
&Schedule of , Shot'Drawifig,and Sample
S6bjnittals .... ...........
..6.
1 8- .% 6:24-6.�28
"ch ,K eddI6 of Values
1'-2.6, 18-1% 14.1
Schedules --
Adherence to ............. ....................................
5,11
tCdjusUng.................................
.............
Change of - e,.ontnirct Time-;, ............
........ 10.4
1. .
filitially AcCePtabIe,:;:..
. . ...... .
. '�.1.9
............... &
....... .........
......... 2:6
Scope orchanges_ ...... ........
...... ...... 10.3-10.4
5ubsuiih�
S upDrawings--
an. d I §amples, general,.,,,, ...........................1
6.24-6:28
.0 hange Orders Appi i cn I idins; for
PaYcq%* and,
, in . _'
z_ ... ;_. 9.7-9.9
,defirtition of. .-.- .......
HNGINE.ER's a0praval of, ...........
................ 1A. 2
L'NGINGER's responsibility
forie wq .via
6.34-6.2
related Work
review procedurcs.......... .......... ;,:_.2.8.424428
ArtiCIC46i4)nragriiph
NLMibcr
�subnittal'requirid .............. ........
6.24! 1
Su6rn ilial, Pro'ec,dures, .......... ..... .
.2?
use to approve suiwitutic'T's ......
----- 6'7.3
.. Shown or Indicated t .........................
.Site Access ..... . . .......
... 7.2� 13.2
.'ite Cleanliness---- ... I ........ ....... .............
:.t5. 17
Site, Visits to--
tT MqGMUER� ... ...........
_.9.2. 13.2
.:.........................:......................13.2
'special causes of loss" policy form,
kr!surancx ......................
56.2
........
definition of ...............
L36
Specifications --I
defil9ation.of ... .......................... _ ........
....... J.36
-of-Technical S'Ocietics. reference in ....
M
pfcc6de nee.. ...............
.......
,of Technical Societies ......... i� ................
rting Construction: bafore,,,.... ....... 15-2.$
rting the 146rk
------------- z� ........ ........
I;y'f--ONTRACTOR .......... ...... ;15.5
byQWNER,._;_� SA A 3:10. 15.1
rage.of materials and equipment 4.1,7.2
�
ictural Loadih., Safety .. ..............
;rhmg..............
......68611
tion of
........... ..................
............
r.. of rights ................................................6.
I I
;t6rS-:ifi general'..'* .........
--recluired provision$:_,
_5. 11, 6.1 Ij L4.3
Applications far Nynient,-..,
14.2
IVIhifitoriance and Operation - 'ManiiiI5 ...............
14.12
Pr U�cedure's' .............. ...........
- -
-.:0. 25
Progress Sche.dules ....... ! ...... I ....................
,Samples ..... ........ ; ........ ; ........... . .......
6:24-6.28
Schedule ofVnlucs ......... ............
;-2 6, 14.1
Schctlulc of Shop Drawings and Samples
Submissions,_,,_ ...........
7,
Shop D{................. :.; .............
fi.24-6.28
-certification 14,8-1r19
•dilmition of_,
).38
Substitute icci.ost.ruciion Methods -or' 1:rocedU_r'i*_,..,,.6.r7.2
subsfltutcs and OOr Eiial" Items.....
cj ..---------- ...
6.7
CONTRACTOR!s Exper�se ................. �'Jp.7.1.3
H 6FEvaluation NJ 1"N, , E R,"s .............
.7-3
"Or-Equ - al"_ ... .......... ..............................t6.7. ..
IA
Siibstitutc itonsituclimi Nfc-thoft
WCW GENEFAL CONDITIONS 1910-9 (1990 ED11WN)
Arlicic or, Paragraph
Number
or Procedures ...:.........................................
.T2
Substitute Items-------------`--. ----- ..--,_-----
- --_--163-1:2
Suhsurface;and Physical Conditions--
Drawings of, in or relatng to,,,,,, ..........
2.1.2
E1VG&1 IlR's Review ........ .........
...... A.2A
general .................. : , ..-." .....
Limited Reliance by CONTRACTOR
Authorized... ........ ... :..: ..... I ........... ; ...........
A"
N6ticcgf Differing Subsurface or
Ph }51 Gundilions............:..
Physical Conditions.,
. i 4 2.1
POss, Me Contract Docum tintsChange .............?12:5
Possible Price andTimes Adjustments .,,.•...
,Ar2.6
Reports and Drawings ,,,,;,,,, ,,,,,
,..
.Subsurfaccand....:..::.. .. :: , ,:.......:
a 2
Subsurface Conditions at thz Site,,,,, ,,,,,,,,,,,,,l.?;1-I
Technical Data ......:..: ........ ......-...:..A
2:2
'Supervision--
CONTRACT>R'sresponsibility...........
ct,l
OIkWRF•shall not supervise,,;,,,, „----„-
„.. N.9
ETGINFER';hall not supervise,,,
; 9.2 9.13;2
Superintendence..::....... ... .:..
Superintendent, C0\TRAGTOR's -resldeiit,,;,,,,,
,,,;;6.2
Supplemental costs..._.:. .................................11.4.5
Supplementary Conditions-
definition of ......, :.
-.
1,39
principal ryh.nncesto
„_,
....... ..... ......4' 4.3,51 537.5:4,5.6-5.9,
........... .H.6.8,6.13;7.4.5:11;23;9.10
Supplementing Contract Documenls---
Supplier-
definition of ........... . ......... .............
:...
principal references to ........... 3:7 61; 6.5-6:11,
&jo,
Waiver of Rights........ . ,., ........
--. ,.,61 I
Surety--'
consent to final payment ..... ................ .„
I4.1114.14
EN&NMER has no duty t............. ...............
Niolificationof........................... ......10.1,
qualifintionof-,. -".,.
-Survival of Obligations,,, -;...... „ - ,,,....
...'6,34
Suspend Work: OWNER Mat ...:
Suspcnsitn or Work and Termination
, 15
CONTRACTOR I by Stop Work
or Terminate_.._ ......... .... -........ :......:...-.....::.1>:>
OWNER M1ay Su-vlhend Work...:......:......:::..:...:.:1.5.1
OWNER1%lay Terminate ....:.:.....::. ........
15:2-15A
"1'a\es--Payment b} CONTRA('fQR. ......:.
,.;:6:15
Technical Data -
Lull iled Reliance by CONTRACTOR .
A:.2
Possible Price and Times Adjustments
4:2.6
Repormof Differing Suljsur&e and
Physical Conditions :..... .......................
:..:...4._:3
Yiv
1'emporaryconstruction facilities ..-,.. _4:1
Miele or Paragraph
'Ntimtxr
Tefru inal ion--
M' CONTRACTOR .....:....... .........
:............ ------- 15.5
b}'C3lNI E R...............................?
M 1-5J-15.4
or$NGINGE:R's emFloyment, ............................
,;, S
Suspension of Work-in g rieral..............
... .. ..„ 15
Terms mnd'Adjective4...... ... .......... ...
Tests and li'spections-=
:acuss to the Work, h}others::-....-_..._
.......:..:..13''
CON7 RAC OR s resngnsih litres
:........ ...13.-5
uosr of 13.4
.
. covering Work prior to
.......... 13:6-13-7
:Laws and Regulntroni (60.. .........
.......:: .1; 5
Notice,of Defects
13:1
OWNER May Stop Work _,........ _.,,-.
.
OWNER's.indepcndcot testing ..........................
special, required by ENGINERR:_
.......................9 F
timely notice reywred,,:;„ „
; 13 4
Uncovering the Work at ENG MER's:
request, .................. ;.. .........
13:5.13.9
Times—
Adjusting ....... :..... ... .......
....... ......G.6
Change ot';Cnhtrnet _-,-:.-- ...............
Computation of ................::....:..
..
Cuhtract.Times--delinitionof
..:...17.2
...... ;;;LI?,
day..._.................................
I7.,-'?
Milcito6 s............ .................
....12
Requrrcments--
appeal s............ .......................
....... 9A 0, l _6
clarifications,
,claims and disputes-
A.I I': I k2_712
Commencement of Contract Tlmeg.
.33
Preconstrirction Conf-crcnL_
....... ....:.... 2:g
slhcdules..., :...
b, _:9, 6.6
.:.....................
Starting the Work. _.... .........
.2:4
Title. Wstrrnnty of,,
f4:3
Uncovering Work;,,,,,,,,,,,,,, ,
......... 13:8=13.9
Underground Facilities Ph}sicel Coriditians--
definition of .:..:.........:......:...:..........................
1.41
Not Shoum a lndicatcd;-- -
A3.2
Protection .......
43, 620
Shown or lndicaleit.............
........ ......4.11
Unit lice Work=
claims ..-... .......... _......
. ,... ....,,11.9:3
definition of.... ............................
........1.4_2
genera111.9. 14.1. 14.5
Unit PH 6es--
general11.3.1
Determination for
9,10
Use, of Premises ...... ........... ......6.16
618630'.4
Utility olkaters •........................6.13, 6.20, 7.1-7.3. 13.1.
Utilization Parent . 1.23 5.15,'6.30.2.4, 14.10
Value of the Work :..................................................
11,3
Values, Schedule of ........... ......... :..:.•....'-6;
Y
18-2,9. 14.1,
IiJCDC OE ERA COND1110NS 1910,s(I wo windy)
WI(ITY Or FORTCOI.LINS.M
DIF1CATIONS(REV91'M
0
0
Variations in'Work--Minor
Authorized._ ...... 6.27. 9.5
Article or Paragraph
Nu-ni.her
Visits to Site -:by ENGINEER ..........................
Waiver ofClarnis'-nn Final Payrncni._,_,
Wii4cr of Rights by insured parties,,,
..- .
........... 5. 11 1 6"11
Warranty ar.i_d Guarantee. General "J�
_ " .
CONTRACTOR ................... .............
..... . ....... 6.3o
Warranty of Title, CONTRACTOR's., ........
...... ;__J4.3
lvoz-k
Access to
..................................
13.2
by6thm ................................. ............................
7
Continuing thF .......... ....... .. .. .....
CONTRACTOR May Stop Work
or. Terri .................................
_ ........ 5.5.
Coordination of ............. ................
.. ...... J-4
Cost of the; ; ;
11.4= 11.6
definition of ............................... .....................
jA3
niglc&cd by CONTRACTOR ............................
13.14
other
OWNER May Stop Work .......
0XV141', R N46y Suspend Work ...................
J3.10, 150
Related, Work at Site.,,,,;
....... ...... 7,1-7.3
Starting the __: ............... 1 .............
1.4
Stepping ty
Styppina by OWNER .................................
15.1-15:4
Variation and deviation authcifizecl,•minof
.. 3.6
Work- Change —
•
Directive —claims pursuant to
definition of ..:..........................I..
... 1:44.
principal references tq ......... ......
35.3, 10,1-1(1i2
Written Amendment--
principal references tq ....1 _10
.......
I 3' 51 5�
6:8.��i;
6. 19, 1 0: I ; 10.-4,
-------- ------------------- F1.2, 1-11,1112;),
14.7.2
Written Clarifications and
Interpretations ...... : ...... I ........
3.6.37 9A. 9.13
Written Notice Required —
by CONtRACt.09 ...........
9.10-9.1],
by 0),"i E R. 1 0-9. 11,
10. 4, 11 2, 13.14
xv
•
EJCDCcEIN ltuL Cb,,,DlnbNs mu.s ilvan rujina,0
WtCITY kif.rbR'rC01,1.lNq&i6r)tFiCATIC)Ni(PFV9191�
0
(This page ieft blank intentional,l)) 0
tJCM ULNERAL COM)ITIOM, 1910-8 tl 9.90 EDRIONI
dt 6T-Y OF
•
•
•
GENERAL CONVUTTIONS
ARTict r 1-'.Dli11VITIONS-
Wherevecused.in these General Conditions or in thepiher
Contract Documents the following . terms have the
meaning`s. indicated 'which "are' applicuble�+ta both the.
sin guliir irrtd,Plui•Al ;thereof:
I.E. :AiYdhida--Writtcn,orrgrnphic instruments issued
print to the operiing ut Bids' which: chirify, correct or
chunge the Ridding Requirements or the Contract
l�ocumcrits.
I ?. .,Agreement -The Britian contract bctwcen'QWNFiR.
and CONTRACTOR covcring the il'ork,to be performed;r
othfr i ontract'Documenti are attached,in,thc Agreement
anti ntsdc a pyre thereof as provi led therein.
1 3Apfirlrcatinn far Paivuagt—the forma+ccupt&J by
0N61INR+,R which is to lie used h}, (,UNTRACrc)R in
rcqucsririe progrcgi fir Final'pay.ments and: which is ici.bc
accompanied by "such supporting documentation as is
rtqugetl hy.* Contract Documents.
9,�: iisbeslos-•Any tnalenabthat contains more than,one
percentashcsiosfind is friablow is rcicasing•asixstos.fi¢i:rs.
into t) e tutu ahoye current action IBV815,eSiabl,[hed hy'ihe,
t fined States Mcupaiiooal. Safety and Hcalth
%Admirtistiati6n.
la. Rid —The offer or proposal of the Niddccsubmiiied
tin die ,piistribed form setting fotili the pfices for the \\to'rk
t4le'pertoinred. -
16.. Bidtllny-Docuriwnls=The•, advertisemeni, or
"invitation -to Bic], iristruc(ioru to bidders, the Bid form; and
the, proposed (entiaci bocunients (including all;!ldd6da
issued prior lwreceiptof Bids);.
17, Bidding Requiiennzins--The, advertisement or
invit'itioii to.Iiid. iristructions.tobidckrs. nQ the Bid form.
I.K ,Boiih Perfbirance?nd.paymedrbondsindother
instrumu sofsecurity.
I o Chaqu Qtifer—A document ,reeonnnended by
CNG=N -R. which, :is signed by CONTRACTOR and.
QSVNER and authorizes an addition deletion or.rei isionin'
eke Work; or adjustnienl in the C_`fitnici Pr ce or the
Contract Times: issued on n oiafter-_the Effective Date -of t}ie
Agreement
1,11)., Coirtraci Dacunuriti The AgrJemcni, Addenda
(which .pertain' ..lo the' 'Contract • 'Documents);
C ONTRAC I'OR's , Bid (including documentation
accimipanving the bidam;any'post Bid_do:,umentation
submitted prior- io.the Notice -of Award) when attachedas
an' eilibit to the _Vocmcrit, ;the Notice to .Proceed, the
Bonds: these Genctil mccihditiorii the supplenreawry
Condition.& the Specification's and the Draivirmi as the
EICn)Ct7tNFR:vt CONU17lOtr'S"t9ta-S (t I'J(i kiliiiai}
N QYY OF FORT COLLI h5 f,10OIIrICAT1ON5 (.Rliv At10i7a)
1.11Canino Rice -The moneys payable .by
b11N TR to•CON`TRi GTOR (cr coinptetion ofthe w6rk
in iiwonlarice. ivith.the Contract-,Documcnts as,stawd'in
the Agreement (subject to the piovisions of
'pnmgmph 1.1 (). ] in the arse of Unit Price Work)',
la?. :Cotiliuct .71nns=The numbers ,or days .or. the
dates sorted in the A&Unc icht: (i) to,nchicve Sub=t tit' it
Completion: and'(ii)lo complete the,Work so, chit it is
ready for final Payincnt'as cvidcnccd by ]•NGINEFR's
-Britten recdminerdati_o'n oC final pay*hient iri acce din r
with jxrzagrapb.14a3 - -
'l.l'i. ObArIRACIOR-The person, tuni.or corporation
%vith w1iom.64VNER, has entered into thc.Aeru-cmcq
l.la 'rkfectte An;adjcclitc-Which When
the word Work refers to 1Nnrk that -is urisaiisthc
or deficient in that it does -not coitbmt to it
restipngibilin•, for the,protectionthcr
by OWNER at substantial E,6mplct
paragmpli 14.8 or 14.10),
l,li, Diuivings-The drawinjgs.which show the; wo0c.
Ltcnt-and character of the -Work to".be ,furmsbeJ l(md
perfonmed by CONTRACTOR„and which have been
prep recvor oppnoved6y'GMEER find are,rcfened to
in the Contntct Documents: Shop ilmwings are. not,
Drowings as so defined..
1.16E Effectlre Date of itte iigrvenreol=The -date
indicated in the iVeem'9nt:on which it ;becomes effective,
biit If nos cfm c4tte is tndicateil'tt nitarn the date on ivhich
the Agreement is sip and cleliverrd by the fast' f the
1wa parties to sign and deliver.
Iyl7 E•!,'GIAWER—Tire. person; �_funi or curpivsuiun
named assuch in ihe'Agreemcnl;
1.18. ENGIMEERS Ecvisuhaiii--A person, .firm or
corpomti o fiavmg u contract with ENGINEER to Cumish
services es ENGNEER's indeperident professitihal
Iassociatn or consultant with respect to the Project; and who
is identified as such in 11ie,Supplemehtary Conditions..
1;1%_,Field Oider A written triter issued :bv
ENGINEER which orders minor changes,in the Work-in,
accordance with paragraph y 1 but which clues not:im•olve
u change"in the Contract Price or the Cont ract Times.
or,DMion'l of
iheSpecifialtions.
tine ihe`meaninprovided i- cu
" "Lin -1004 'of the Solid
G n Se
waste bisfpcksal Act - 42 1 USU Sect , io . n . 6903 , as s q merkled
from time to time.
-
1.22.a., Lola and R?gi'dalions,Laitv orRek7dations-Ay
and all ipplieblL %vsroles:, rcguhitibn& ordionces-
codes and of tiny; and all g6"v'emm"eru"ul' 3-bil-c's.
agencies. authorities and courts lWvkn6jurIs(UClion., I Ii.b. Lual Hohdays--sbll be thoiw-holli days observed
1 .23. - L ' iens—Licris chargxs: scLufity interests or
efficumbranees'uptini-cal properly or personal p6opertv.
1,24;iWilestone—A principal event sl-)ccificd in the
Cbiitraci-Dceuments relatin'g to an intehiiedistie'uon+IeLion
date of dime- prior to of ail the
work-,
1,35, Notice dfArrant- —A.xvriqcn notice lA, btvINER Io
hidd&'staiting If I int upon com I plimice
1A, the �kpparcni sucb�ssftjl biMcr with the conditions
Priccqdc" en6caffied dicrtin,-'within the time ,*65ed,
OMITERwill sign aAd deliver thz-Agi Cacrit.
Li& Afnfice 16 Piveeeif-A wbitew notice ce given by
QWNIER to CONTRACI'OkTwith a copy WINGINFER)
' fmirg , the date on which 'the CcviImZI Times' %%,it]
cornrncncc to run and on
to perform. CONITRAC-MR.S " obligations lunder the
Contiaci D&uifienis.
1.21. OWYER—Tlie. Oublic. body Or authorityi
corporation- association.' rimn or person with whom
CONTRACTOR has,entcmd into the A,Oe�rncin,an,d for
whom the Work is to 1ie,prc`vjded.
1.28' Patiial Utilkafioi?-Llw bv OWNER of a
subsiuntiillv completed part of the AWk.rar the purpasc
for which it is imeniled ?pr a related purpose} priar,to
:36tistantial Comp!etiqTlof.all,tlhe Nark
129. PVBY—Polychl6Hnatid biphenyls.
1.30. NjrojA?jtpjj--PctrOlcum, including crudeoil zor,any
fraction thereol" �vhieh'is'lkW lijid-swndard conditions of
temperature , , •Ei-ird pressure' (66 degLesFahrcohi?it and,
14.7 pounds tiof siltiare.- inch abiciltite), such H43' oil,
ktrolc6m.-fuel oil,bil refuse, gasoline, kciusene
and oil'mi�ed with other non-11azHidous Wastes and crud
oils.
EM: Pr*c[=The tbitil cbrisLruction Zif which'the We&
i bcjhe
o idad 'under the Contract D6cuincrits
wht..0iory d.piirfas Wimletl Aseyvhere in the G Ontmet.
1.32.a. Ra&,aktive Uaterial-Source?:spccial nuclear. or
EyTraduh riliterial,as defined ,by66Atomic Rriergy'Act of
1954 (42 LISC 5ection.2011 et as amended froni,
time to trine:
1. b� R 32 sXidaH16i&tz Hoiim'Reyular working, hou
are tkfinbd as -7:00am '16 6:006m.unless cillierwi
specified in the Gcneriil-R equireffienLq
133. Resident Ptigiicf,Reptvset;tatiie-Ttie'ati,tharizid
repfcsentatik of ENO N1 , E ER - N - vho ffiA5' be assigqed to the'
slteor any Ourt thereof.
1.34.- Samples -Physical example's
s of niRteiials,
equipnierit" or workmanship thbt representative of
are
'fablish the
some portion of die Work- and cVhiv 's
,tni'i�4pdo, j'�Qy which iimh portion of thc, \Vo& will be
1.35. Shop . 4 )raiiifigs-All dmw-ing& trot i rams,
illustmti6ns; schedules and other data .or infbi;afib6`
which arc speEiricii1h,'preparu8 or.6iisernbled hy or -for
CONTRACTOR and�ubmitied by' CONTTRACTO.R.to
ilhistfate'somt porfion-ortheAVA-.
1,36- .Spcciflvoliii)tc-Those portions of the rnntract
I - '3,xum,cnts,6onsi%tiriq of %,Witicn technical da.scrip!ions . of
miteria s� equipment, construction systems, stnndnrd.,�,ahid
workMam".N .. .
P 'AS applied to the \V6rk' aiid C-ch'ain-
137. Subconoueior-An individual, firm ori:orrioration
havirt, a direet chmm'et,with (xxNTRAG*r0R or %vith any
other, Suhcbmtl*Ofor the txA6161ance e)f,-a farL"of the
Work atthe -site.
idl Conjplehon-jhc Work
-niol has progrto the p6i
V HNIMNEFR esse'd as evide
definitive certifictile . �of S
so
mtcndetl; or it no ,such ClerPUCSIe is isstieu, Nyhen the
MA is 'COulplete, and ready for final pa),niew FIS
evi&oc:od by MNGR\TFFR'iWriftcn rebommendaii6ii of
firial pyinem in accordance with jinrograph 14-13. The
te.mis. "substantially complete" and Isubstantially
completed " as uppite 0 it, all or licit of the xvo& r4ite:t6
Substantial Coriipletion (haeof.
1.39- Svpplementw ' y Coiidifi6pm-The Imn of atlic
Contract DoedIficritS which amends; or st.Fppleinen.ts'Lhesc
General tunditians:
1.41). Supplier —A, manufacturer, FabricUtor- Stij)p"er,
distributcir. inuterialmun or vendor having a . direct contract,
Nmiffi CONTRACTOR or with any 'Subcontractor to
famishritilcii"Is or'squiprierit to 6 incorpuhited. m-, the.
%VA -'by CON.TkACTOR Jr`afy'S, mrEctbr.
1.41 - Uhdgr il giingid rac ifies—All pipelines, oondUits,
duets., cables. 4ires, manholes. vsq1ts,. Lqnk.�, tunnels or
other such facilitici or attachments. ifid any ny encasements
CoRiiiniou -s,u*ch- facilities yvhich have . been instilled
tincler,gr6und to',furnish any of the following serytom or
Pj
0
0
•
0
Item No.
he. 1) scriptinn
Unit
Contract
Quantity
Unit Price
Total
608.07
Vertical Curb, Gutter and 6" Sidewalk - Remove & Replace
Lineal Foot
I'M
$ 45.93
S 45,930.00
608oll
Vertical Curb, Gone, No Sidewalk - Remove & Replace
Lineal Foot
4,000
S 28.24
S 112,960.00
608,09
Ventral Outfit] Curb, Curter - Remove & Replace
Lineal Foot
too
$ 22.05
S 2,205.00
608,10
Barrier Curb 12" - Remove & Replace
Lineal Foot
50
$ 1575
S 787.50
608.11
Ilollywood Curb, Gutter and 6" Sidewalk- Renmve & Replace
Lineal Foot
7,000
$ 3&85
$ 271,950 00
609.12
I Iolh,.d Curb, Gutter, No Sidewalk - Remove & Replace
Lineal Foot
800
S 17,85
$ 14,280 00
608,13
IIighback Curb, Gutter, No Sidewalk - Remove & Replace
Lineal Foot
2,000
$ 3570
S 71 400.00
608.14
Pedestrian Access Ramp- Remove & Replace
Square Foot
9,000
S 7.82
S 70,390.00
608. 15
Pedestrian Access Ramp Highback Curb - Remove & Replace
Square Foot
1,000
$ 9.45
$ 9,450.00
608.16
Tnmcaled Dome Panel
Square Foot
600
$ 41.89
$ 25,134,00
608,17
Flatwork 4" - Remove & Replace
Square Foot
1,000
$ 3.67
$ 3,67000
608,18
Flatwork 6" - Remove & Replace
Square Foot
20,000
S 6.37
S 127,400.00
608.19
Replace Flatwork - I" Additional Depth
Square Foot
2,5D0
S 0.73
$ 1,825 00
608.20
Colored Concrete 4" San Diego Buff- Up Charge
Square Fool
1,000
S R94
S 940.00
608.21
4' Valley Pan 6" - Remove & Replace
Square Foot
500
S 6.80
S 3,400.00
608.22
Concrete Pacc nent 8" - Remove & Replace
Square Foot
500
$ 8.82
S 4,410,00
609,23
Alley Approach 8"-Remove&Replace
Square Foot
6,000
$ 8,07
$ 48,42000
609,24
Ex,airva rt & Caulking
Lineal Foot
1,000
$ 4.20
S 4,200.00
60825
Splashblock 4" - Remove & Replace
Square Foot
500
S 4.73
S 2,365 00
608,26
Exposed Aggrtegate 4" - Up Charge
Square Foot
500
S 1.20
S 600.00
608,27
Reset Flagstone
Square Foot
500
$ 2.10
S 1,05000
608,28
Haul& Dispose Concrete with Wire/Rebar
Ton
500
$ 19,95
$ 9,975,00
608,29
Asphalt Pmcwmcnt Poc,l,atmr
Lineal Foot
8,000
S 500
S 40,000.00
613 01
litigation Sleeving 3" PVC
Lineal Foot
100
$ 2.60
S 26000
630.20
Traffic Control
Lump Sum
1.00
S 228,496.33
S 228,496.33
630.30
Variable MessnBoar)
Per Each Perbre
Day
100,00
$ 165,00
E 16,500.00
630.40
Fluffing
Hour
4000,00
S 23.10
$ 92,400.00
630.50
Adv:mcc Wmning Anow Board
Pcr Each Per
Day
70.00
S 73.00
$ 5,110,00
'101AL C()51'
S 1,891,765.24
TralBc Control Ratio to be used to add project area work thomoll char c orders
Percent
NIA NIA
750/6
Note: The quantities listed above are estimates only, The City of Fort Collins Reserves the fight to modify the quantities for any or all items listed
One Million Fight Hundred Ninety One Thousand Seven Hundred Siety Five Dollars and Twenty Four Cents
Signed Sz� Address 6330 South College Ave. Pon Collins. CO. 80525
Company Vogel Concrete Inc.
PhonefFas 970484-3880, 970-226.2659
Check One:
Individual Doing Business in Company Name
X Corporation
Partnership
•
0
0
maie6 iL5' .olectrioity wises-_ stmsm- liquid pptnileuiu
prtRlucty. "talephdne or- o1hei cominunicalion , cable
television. sewage and dmge ina._retnoral.,traffic or 'tither
contrkil sys4emv or, water "
l 42- [Iqh Piire -Mbnt--Workto bo pvid" for od thethiisis
of unit prices.
1 43,: Ifon; The entire. completed construclibn or the
+unous,separately identifiable parts thereof required to,be'
furnished under the •_Contract Documents. Work includes
and is the result of WNWiinE•or fumishin labor:imd
Turnis rigs and mchrrppnorating rniiterials and equipment into
'the construction aril perfomnng or f n shine serviccs and
ttinislidng docittiienuc all as requirod by ihI (`santricf
laocumcnms.
jLI-N- K oruertng an auumon ueieuon or revision
Wcuk or.Tes riding to differing`or unforeseen
I_ conditions under which the' ,Work ii to be
ed :as provided in parngmph 4.2 ;or 4.3 , or to
the
as
1.45- Written Anwni inent•-A written ;amendmenl.oC'thc
Contract .Docunients, :signed ' by .OWNER and
CONE CTOR on or �ifter die Effective Date of the
Agr•cemctit and nnn» ally dealingwrth Ok.ndrictiginecring
or nontechnical rattier than strictly cuisinidtion-relmeil
.aspects of the Contract buc:uments: -
:9RTICLE 2-PRELMIN.4.RY NILATTERS
a¢lirt7j• Of Rmiil+
-el. When CONERAC[OR. delivm, dhe e>(oCUItd
A&cements to. OftER. COhfifWC<TOR, shall also
drlivor to.0ikrNER,wch t3orxts n"s Ct?tlN-TPiACTOR_m iv.
6z Y= quired to furnish to accordance with paragraph ..I
Copies oJDocurrtenls:;
22 - D\lNuR shall famish to CONTRACTOR up to ten
copies :(unless _glhe mise .specified in ,the
he' Supplem Mary
Conditions) of the. Contract Doctimdnts ass are reasonably
necessary for the zxecutian oCihe W xk Addiuoitsl copies
ivill Fe"fuir"edl upon request: at lhe•oest ofrcpfuddetion.,
Cariniencenuem qfi pntrael Tiirrev; Notice ro Procee&
=3. The Conuacl fines will commcrici to run on the:
thtrtiedi'da} atterttie bfTcctive 17ate.of the Agreemeny;or.
LJCUCG6'C1t3ttL COI•IUITIONJ.l91 uS (I vso Ei6ti6i1
w! CITY OF FORT COLLIM MODIFICATIONS ittiil'.Ir1Ua0)
if a Notice tii CYacded i5'gtyan tin the•day uidicatai ih the'
Noticc to dh•cOod A'Notice.to Proceed may be given',at
any time within thirty days after the Effective Date of the
Agrzzmcnl.—tit-rx vNnt—wt}I-th i Eta erect 3 tries
c ramenue4 =tart-lever-thyn-ilia-st�lrc�ih-Eltr}-aReHhe-flay
of-F3td opmtrw�or the -thirtieth day afier;the F1Tecfivg-3?ae`
'of-the-AFrraii mt;•whiehever-elate-is tier:.
SlaritnA the.WVM,
3A CONTRikOTOR %h tll,start to:perfotm the Work
' n the date •wh`en'the Contact Tiines,commence to run. -
hut rid+ Work shall he done.at the site prior -to the_ date on;
which the CA -act Times commence to nun
'13efnreAtarr rig Cppisrrucri¢ii:
.1L?it7iin ten divs,iifier the Erkai e,Datdofthc'
aerccmcnf (anises nthcnvtsc specified In thd,Gcnci it
Fi:quircmtents), • CONrrRACTOR shall •suhniii to:
GPJGL�IEGR.%rrcttewi
2 G,l. a preliminaryprogress 'schedule u dicaiing
the times (numbers of days or dates) for starting and
coippleting the various stages of the worm itieluding.
ony htilzstones specified in the Contract Moments:
16.2. "a peel r nary schzdule of Sinop Deity r g and
Satnple`;subnilnuls'which will -list each-iecpitred
submittal nod the tithes for subiitiiiiij, revieicing:anct
processing suchsuhmitUil,
16.2.�In no .,vase will a :sciiedul_e ibe
aoceplabk iv}uefi allows less than 21 calendar
days for each n+view by Eneineer. —
16.3. A-preluniriary schedule of,values for,all of
the Wort: whA %vill irielud e'quantiaes and prices of
items agiiegiuing the CoritCkct Price- and will
subdivide the Work into component parts in sufficient
detail to serve as the basis for pr , ess.payrnents
dtmne construction. Nuch prices.ivill include an
appropriate amount of overhead and prohtapplicitble
to ouch "item of Work.
2.7 Berore :any lVorl ,at the site is started.
CON•fRAS'TO., efid Hsi -N A..... eeeh deliicr,to'Hie
4hol OWNER with copies to eaeli uddottetal-itiwrzd
ide:kt. roar (aplam s r I NC INGhR;
eertiftcatZs of imirrmoe (and'cnher evidence of instirrince.
whiii h-artier—e1 eny=addttienal rtsttxd m+y
-Feuebt requested by 01NTIER) which
COPTTRACTOR-and$4V'a,. Fdspecn"e;y�,e is reyuked
k, ptuiihase 'and niainlaiii in +arxiiilance tvidi
paragraphv �,+1-S.F and 5:7.
:Pr•e`constrac.tion Conference.-'
?,S: Within twenty. days Lifter the Contract "I imes start it)
nin but before any Mirk at the site is started. a iaercnce
atiendicl by`C6\TTRACTOR..;E\GNtER and bfbe ,'as
approprinie, will be held to estalikh (a working
understanding-amonii the parties as to the Work and to
diwii.,m the schedules referred to` iri iximgrapli',G,
Pa,edures tar .handling Shop i rm ihos. anti other
submiLWls prucessir>o Appliaitioris for'payment and
maiiaain'ing r'etidiied records.
- lniiiallt+Acceptable: Scherlalst
t)., Unless otherwise, piv6ded in, the Contract.
a'conferenbe attended by'CONTl2:>.CTM ENGINE
and others as`enl,riiririaEe dL�ii hated b1-.0)1TrFR•°hill.
the
u-1N1.KAkA UK snau rulve an aamnonai{en Gays to matte
,correctionsand adjustments and to tdmpleta and resubmit
the schedules. �o prognss payment shall be inadc`,tii
C6NTRACTOR'Until'thr schedules are: submiticd io and
accelitablei to Ni GINNER as proeidcd. lidrali. Th_c
progress • schedule will -Ix: acceptable to F.NGR3F,FPi as
providiig an orderly progression of the Work .to
conpl tion Within any, specified Milcstunca ,aad the
Contract Times, tut such acceptance will iieidler impose on
"F2TTGINLL•R responsMity for the sequencing schedtiling
or progress" of the Work nor gtterferc with or relieve
CONTRA(TOR 60111 CONTRACTOR's full.
Shopp 17ravringand Sample siibmiss`ions'ttiU Lien
to lT?CiiNFER ns providtngp workable taring,
rev ietvini and t)raescine the require) "
,A,RuCLE'3=Co,NTT2ACT DOGITIIILIYTS: hNTE\T;
;A,NENDLNG, REUSE
Intent
3,1,The Contract Documcnts compose the•entire.
agreement K-tween •O1WiTsR and • tbNTRACTOR
concerning the Work- The. Contract m 'Docuents are.
complementary•; what is`c celled for by one is as binding Hit if
plied %rar by all. _ The coniract Dmarnents • willtx�
eonshiicd in ncaordance with`the law of the plaer-of.the
Project. .
3 Z. It is the intent .Gf the, Contract Documents :to
4 F:1C'[)COEtJkIt.V,40h7LHTiUti5 111113t {1 Jt,2V rtlitiml,
wi CITY Of FORT COL Lt\S AtODIM CATIONS )I2L•V a r20001'
dicc-rtbe
to he
m
intended result will be 'furnished_;and
tether or not specifically called Cor. �bT en
isrs:whiehavive. t ,tell-kno,vn.technical or
industry for trade °meaning are, used to
k: matenalti :or equipment, such w(nds,ol
be interpreted an accbrdarite ti•ith_ that
3.3. .Refe{wice. ti) Staririnrdv grid .Spzcificagoiik_ aj
Technical Sncicties; Reporting and Ri alvi"W
biscrepaiiciesi
3:3'1; Reference to standards. siiceifiattiona.
or assacitit[oq'cir to` the'.I:eWs,or
mean
de or
on the EffoctiGe Date. of
iio'Rids):_escent as nil
13^. IF during the perfomlance .of
C6fgTRA( IOk' discio•crs any' dint
ambiguity o; . disciepi)ncy .'Ivahin du
Documents. or,berwrecn the, Contract,Oixi
any provision I or any such. Law 'or
applicabledo the perforn+ance of'the Wor
such standard, specihcation, marnial or
instruction of arty, Suppher'r&rred to in pa
CONTRACTOR 'shall report ,it to EN(
writing at, once, and, CONTRACTOR
proceed With the Work affecte'd.therehy
any -
.be
in
in
3 3:3. Except as otheiw•ise specifically slated',in the
Contraci becumenls or . as may .6e provided by
amendment or supplement thereto issued by one of ffie
methods' indicated .in ptiramph.3 S or 3.6. the
prgvisitM of the „Con-f0ct Gocuinents shall take
pre, Cdence in resolving um clliclonerror, iaiibiguity
or dikiepancy"between the provisions of the 6ontract
Wclunents and)
333:L the provisions of :any such standard,
specification manunl code or instruction (tvhcther;
or ool }xciGcally'ncorpiratcil6y reCcicrce;;irithe
'Contract Doctniienis), Gr
•
•
•
s,3:3:2. tlic provisions of any suoh Laws: of
Rulationsyappli6le to the pedornance,of ihr
-t• orl.-. (unless such an interpretation of -the:
provisions of the ConlracC Docuntents,woulilre_iult�
to violation of &ich Law ur Regulation)..
3.4. Wiencver in dr.• Contmci bixoments the teinis"'as
ordered"„"as du cted.- asjoqutrcd•, "as'allnned", ",as..'
sa
furriuhine Ca perfoiiiiance of thz Wrork or, any, duty or
author ty to, undertake respomibilitt; contrary to, ,thc
pretvlsiont oC pivagmph 9,13 gr any other prov edam of the
.4rrrenidng an dSuppleineiituig;Cgrrtracl Duci,mi' riis.
3.5: The Contract Documcnts may be amender] -.to
provide for additiun4; delcfions,and revrstons in the W rk
or, to modifv.the terms and coiiditioM'lhereof in one ; _r
mUrc of the f6llbwin0 ivwvs
3.5.1., a formal Writlm AntmdmenL
15;1 a Chariee Order(putsuane ld,p�trd`pmph'11003
or'
F1C1K uttirxitr,coNuinOiaS i4t u� ti7'JGlittivai
arrzTyot r6a1:.c6t:1nsntouulc�npr7s(tc�angi�oj
3.5.3 n Rork „C.kngc pirective (pbrsuam to
pamgrtipNltlil).
3:b In.ailihhoq Ihe',requvemenl§ of lha C'pntract
DucumenL _mey be supplemented'and minor yunatioiu
tint] detmttons,to the Work, may 6e;nu,thcrwed,'in'one'or
more of lhe:follovti•ins Hays:
3,6:1. A Field Pigi (pi rsuant to paragiaph9.5}
3.6.2. Eh?GIrNGlilj's'apprrn'til of it Shop DrpMng or
Semple(pursUant to,`p<tra_araphs 6.26 a',id 6:27), or
3.6:3. 2401 ItER's written .interpretation or
clariticaijon (pursuani to paragraph 9A)
'Reaue.tlf Dociimery&'
ARTICLE 4—AVAILABILITY OF'CA,\D1S;
SURSEJRRACF. XNQ 1'IIl'SICAh CONDITIONS;
REFERENCE POIiNfs
t vailabilip- ofGiiidsr`
or
he Contract
L,s' to tie
Coriaccess
IariJs so fuCnishul wttlf.v ,' t:h CONTRACTOR; Ni'
ill,Wc
lti wntply-.-in perlorming.. ttin '\Noel:. Etsements for
TRA(TUR'-,and MINER are umble to ,agree
:ment,to or thc'amotutl. or eelznL. oC anyrtfJjusmu
rContract Price or`t_he.Contract Times as a.resul
Iclay in OWNTER's furnishing tIicsc'lank fights
or easements ,C•OPFfRACTOR may make, u cl
ror as provided in Articles 1.1 and
i
CO ITRACTQR sli ll provide fo all additiasal lands and
access it,
that may be required, for .wmpi rary•,
constntclion Ncili(ics or, storage of -malenals: ,und
. equipment
4J. :Su6surfacg airrl.Pgjt�icdlGnarhtliiicr;
4:?,l. Reyorfs iiird Drrlrvings: Reference t.}made to
the Supplementary Conditions for identification 61`
4:? 1 I. 'Subsvjoce Conditions: Those reptirLi or•
.explorations anJ tests aC'subsuiface conditions -at or
cnnu. ous io the she that havebeen utilind.hy
ENGfNTER in Preparing the Contract Documents;.
end
4.112- P/nisical Con<Rlions: Those.,drdwmas of
physical 'boridit dns in or relating to,existing surface
or:subsurface structures at or contiguous to the site
(except,tlndergroiid.Ivciliticsi. that have been
titilized by E\GINEER ;in preparing the Contract
Documents,
4 2 : Limli.erl Relianca br. CGIV'/Pt,4477JR Aurhnrirgil;'
Tecluricll.Doto: -CONTRACTOR may rely upon the
gene al-nh6urary of tite con6ined ❑tisucli
reports and dradivings. but such rcportsand"drawings are. not
Contract Doeuments. Such "technical Nita" is identified in
lhi Supplemednry Conditions. 'Except for suchNliance on
Stich ".technical &na", CONTRACTOR niay not rely upon
or make atw'oiatm against OWNER.'FNGINHHR'or any or
ENGINFFR's Consultants with mspea to:
,42.2.1 the eomplctcness of-such'reports and
dratit=tngs for (,ovrRACTOR's purpcis..s,
inltidint , but not limited to any' a,ptcts, of the,
means, inethods, lcchmques sequences and
procedures; of construction- to be employed by,
CONTRACTOR and .safety precautions acid
programs incident thereto, or
4.2.2.2. other data interpretations, :opinions
and information containedin such reports orshrnvn
of indicated in such drawings. or
Q 2 2_3._ any-CONTRAGTOR interpretation of
or conclusion drawn front-any'"technical data" tv
any such :data interpretations, upiiuom or
42 1lolice or Deering SubiridIke or Physical
Coridhiona., If 'CONIhr\CB OR believes that am•
subsurface oe physical condition ccmtignbus'lo the'si{0
that is uncovered or revealedcithet;
1 2.3.1.. is of such a nature as to establish that
any- "teclinicd tfiL3."'on',whicti CONT2\C:TCIR is
znutleil.iu_rely asprovitled.in paragnpphs1.?,l. and
4:^2ismaterially naccuiate.of '
4 32. is of such a nature as to reyuire a
cfwir .: in the Conthct DoLoments: or
4_7.33. differs materially from that ihoivn or
'EICOC OENER L CON01710NS 1910-8 Lt 'N Edil ati.
w Llri'OR FO0.T CULLfiiS lvfOOn9CA'IID�slklil'AnUnal
E
indii-ataii in [ltr Cqutra%t Drxumi'ntt or
42.3.4, is of an unusumil nature, and cullers
materially from conditions orili 11r '. &hcountered,
am] generally recogmad •a's-inherent in, work of
the character p63vided for in the Contract
b6curn cnts: then
CONTRACTOR shall:. premptly immedialely :alter
bccomirig aware thereof grid b�forc further disturbing
ainditiorts affected ;thereby or,per(lirmutg, any \Vurk-in
connecretd tion theiiiii (except in an emergency :as
permitted by pamgraphh&23); notify OW\tER rind
01GIN%rR in writing about such condition,
C(' NTKACTOR�shnll not further.disturb such conditions
or perform am \York in"connection thcre%4Ah (crocpvas
aroremid) until receipt of �vnttcp ordecta do so.
4? 4 AW'GINi'ER's Re t n 11,161,NL;I"sR hill
piomptly.review the pertinent'crondidbh-,.dctcrniine the
netxssrty,uf Olt?JER's'abtatntng additional c.v oration or
jests wuli respect theraq;and advise O\VNER in writing
(with a . con, to C'iWrRACI'OR) of ENGINEFR's
findings mid conclusions.
4.2:.5Povible Cohirbet Doctu?.Oity Change: ,If
LNGINTEIER concludes that a change tit the Coiitmet
fkwivacnts'isrcquirad as a'rcsnihuPa condition that meets•
one or more of the categories in pinagraph 4.2.3,,6 Work
Change Directive or a CliangeOrder .will tic issued as
provided in Article 10 -to r4nt end document the
consequercesof such change,
4.3.6; Ya.vble Price: artd .7511nes .44usiiiients, An
equitable adjustment in :the Contract - price tit, im die •
Cnntmct Tinics, or botlt; }vdl be nlloty d to the -extent that
die existcnde of Such.uncov'crcd tie ieveated,conditton
causes:an iiicrerise or decrease in CONTRACTOR's cost
of, or time regUINd for performance ol; the Work' subject,
hou•evcrlo the'folloµ•utg;
4.2,6:1. such _condition must meet any one or
more of the . ca4egores described in
pa6gmphsA2;3J through 'a2.3.4,inclusive;
43,e5.2_ a chanee'in the Contract Documents
pursuant to paragraph 42.5 will not be :an'
automatic nuthontatk)n -o-r rwr n-emdition
pretx&ht to'entidement to'ky such u4justnierit
4.2.6.3. with roTIC a to Work that is paid for
on u Umt once $asrs, any udtuslmenl, m C:ontracl.
Price will 6- subject .to the. provisions ibf
"paragraph 9 IU,and 11;9 and
316:4. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price or Times
42.6:4.1., CONTRACTOR t:rnw of
the ,exntemV of 'such conditions at the
setae COhil'lL4C"CUR made a. final
commitment to �OWN6R in. resiiect of
Continct price end Cgntrect'Cimcs b•lhe
•
gubiiiLscion d 6 bid or becoming bo'l-ind
un(Vr n- hegoniu6 1 or.
ed
4-2:64.1— the .existence of such
condition could reasonably have LxeTk
:di'w'bVered,0-r revealed'as
test or
4-.-i6.43, failed to
giv�. thc'written fiotic� wit6'thc'ijiiac -aid . ,us required by'Fzirn`cnrioh 4.2.3.
4.3.. ' ical Con(fif ' 43ii. �Amm or 1n&cWd: The ihformation and data
showfi or 1ndicitcd in thd' ('--aatrct ',biicumchts- witli
respect 16 C�isting Un&;glound:Fact &% '61 -Or
contidu6ds to the, aim is h=d Ph infbfaia-tim*d data,
• furnished to ONVNFR or FNG TWIFR by the ownem of
au Under ground.,Facilitiei or 6};'6thers. Uiilesk;it is
oificrwNw expressly 065vided .'inthe "..'Supplementary
Conditiow
433,1.01VNIER-and ENGINEER slin] I n6i bc,
re!q)qnsible fbi theaccurnav or completenmof-any
such itif6hpiation or datic. and
4.3. 122, The cost 6f all of die following will bc,
included iiii the Contract Ri& and CONTRACTOR
qid,jiv) die:safety,.and
Undjigrou ' nd Facilities as
62) and repairitt any
frbni tlieXVorL
Mai Shaim.ur hydimle& If
is umovered or'rdualed it
whirl '%4, n6t shOWill-Of
�,L)6cuhi.crfs, tL;pN1-rkAd'(-)i
elVafter bLcomim tiware.ih
as
of
lie C['rYCWFORI COLLINS NIOD , 11TICATIONS (REV4 P20110)
E
'Reference Paints:
41.5. .40eslvs. POY. N&dIpun, Hazardous tkasf.e pi
Alater'iatk
-7
ARI C, LE _5--BON"DS'AN'_D, I NSUPLANC E I
s.i, coNrrRAc_TctR,sha turnisH Peif6rrmncc and
one yea
or
%rmu vc in me Corm, prc�uw vy. me _onimut om� umcn,
txupt as pr�Wdl thciwuw'by Lanvs br.Regulatinns'and
ulwll be executed by such sureucs as are name •in'the
cuircni liv of '"Companies Hnldiho Cenifient' ' of
Atithority as ;lLceptablr
Surefies'on Fcdcral.Buncls shil as-
Accotnhie Reinsuring COffiprimes its puhl_Lehcd in
C;w�il,iir570 (anmicled) by the.Audit '5taa-, Buicau%of
nn
.� -
(foverie4 Financial Operaii6m'u, - S II reasin,
D�fxa6icnt All Bonds signed by- an . agci.�i Irriust be
Ic co mijinic d-l)%' a, certified'&nv-of such ag6V.q'iLuth'MIy ,
tcact.
....m any BoM furnislikl by
... tlie suray
W\WRACTOR ,is declued'ti ,hankrupt or becomes
insolvent or it; riaht t'c)-dci busiriuss is terminated -e anv
I'
state whde any finn of the,Project is locatedorjt,.mws to
01Hvithin Icn er'stiWituric, nn6thcr,Bpn,d
and surety, bnth'pF_IIvTereuNft, be acceputhic io.OWNT.R:
5.3., , Iiiciiitsad 'NuMid and inydrm; Ceitif,64ION of
Insiirance:
�._;.L All B6nds uii�i insurance requLred by the
C6 ' n", ct DOC-Um6 6nts be purclitised nthl maintained
by by OWNTER ar cwrRACTOR 'Slwll be obtain&I
from surety or insurtince stir tarries -that . vs-"t are duly
.So
oroViaed in the Siiurilerhentanl (`ohditi M-'S-.
_r 4 1
EA
bi%CLIC.-t3ENERAL �ONIYTIONS 1919-8 (19,)Q Utlitim I
I W11 I CI . TY OF FORT WL - LINS . MOD . 111 , CATiGN S'OtEN, A'C. 0 0 01
E
0
0
Is
0
COATIMCTOR'k Liab ;
Ifiry lnswahe:
5.4.1. ola-ims under wuvkers' compensitiorZ disability
h6ricrits and biher-similar i:mpIoN*.C'C benefit ;idt.i:
S.43: claims for damages because of h dil injury:
9, i
CK;eUp;ition2l sickness,' or �'or
5-4-3, clams for damages because of lindily injury,
sickness or�di,scasc; or ideath,of any person* 6thcF.tlmn
CONT17RAC T0R'.%,!qiriIqycqh,-
SAAO: include contractual. . lihbility, rinsumrice
cove , n . ng �CONTRAGTOR!i indemnity obligations
uri - d5rpareqa*6.I2.6_I6and6.3l thiou 633;,
5,4,1-1, contain a provision or endorsement that
coyeripge' aff6irdcd!�Vvill 'not ;be , cancelled. materi
154.11 hFiriain -in,elfcct.at least until final rxyment.
and at all times ihcrt:aficr.NyKcri'(:ONl'[tAZ:fl'(jR inhy
N- corwcuingg� remov'ihg vr' Mplucing r1ekelive Wizirk,
5.4,13., Vith respkt ,to- c6mpIkM okin t i6ru;
insurance,. nee, and any.,immrancc coverage written. on a
6liiinii7nind- bails remainzin effect for sf-,Ieaqt two
Ycars.afler final p_ayincnf-6odcibrrKACT6W shall
iA4—.cI6ims_tbr,dafnn2s- iiisured-by--custoniFiTy 11 1 whirica'ic Qr'ins-u_n'i_n.cc'.
satt&ctoiv to OWNER
vtoMnsa-diiely4w insured',d continuation lo
it l re W'• 'MPIGyinentia-surh- , arsmy paytnznt and One year there
G
4:5_ claims For -,damages, ., other than, in the
zimelf," &,cmise-,Of 6jivy .to 6r di�truetioh'ofilingihje;
pr I ki4icci I including 6t,'U'SC_
.resulting
5,4.6: claims for damages because ofk6dily,iniuty or
sit,_out of
the ownership, ship, mam"taiarke or use of tiny
y motor
vehicle.'
Thr P6l c', , f
jes,i)insurance:so required bythis I)amgnph 5.4
J9 be purchased and maintained shrill
5A.S. include- the specific' coverages and- be, %vrikn
Tor not less thanihe limits or liability 6rot,ideddn'the
5upplemenlary '�&Oifions ior YeZILared b'- - Cgivs -or
eater,
5_4.9, include completed,oNribor:,, insufance:1
IVIC111-YOFFOKI'COLPM MODIFICAnb'NS (REVW.0110)
;h oddiliorial
like at" final
bv , CONTRACTOR, iindey- rpra (WNER, 'at
gmr4i 54
_4 maintain at
OWNER's 'iik, stay' purchase andfir inta n
CAVINEZ's expense OWNIER's civii Nbility,-insauunce as
vVill protect OWNtRaggitinst,claims Which mayct4isq from
of em protect the CAinigict Documents.
ftqpeqi' Insurlan - ce:
Candtteats,--•06ttNC�i� :shall pureFmse anal -maintain
Pi M SU, Ill,. li� i-
PrIN
Supplrmentery-Cundiiiori r-TNLiiicd-by -Lam-tind
elude
each-oC-iv}iCtti,-isdtamid to arid &ha if Iro listed is`anqM1dd �_'_ddd iti6rual.-IMUred;
5-k
ShA 1-k-)SS-.OF
14
the--, fol
9
!Cove flWiFM7aqid—,mal101 us-mikhi,41.1
UWas
wale- H. ale As -may 1w
w fetrs—ksnd
UrCh i iCA;W)_..
WH -in-th wla
nu payment -As
!Mtlred to wiiini oertifitMe oP iirinrAni3v4m1 - afi
t� i&
59, OWNER shaH not N!, responsible for puriefuiiinb
artd maintai6ing any' :property insurance nce to protect the
interests of (:OiFrR-ACTOR, Subiohtiadois or others in
be- Kulu*d, :n th�o �fly :Mu"nee
..........
F Fln.1 M*L
d e coA
tlietuef�
A44 H! i-L
bicMUENUIALCO - NUMONS
10 wt OTY_ blviiORT W, LLI , M 4' t2000)
site-0 WNGR-shall-in
G. Of.
iP6
5A !.a, H—OWi04 "WER "FRIles —4-hts
Win 6r,A----C-iDNTRK6-TC-)R--.,vubomtmct6rs:
24Gl#itk
bay`und�direetyy�iysi�iif-low--.cu-. do m age -to
and or -not uikairdil-t�;IOXVNER,
0
0
rei�over�-a;aunt=piv,.eI-GONfIirW"CO[2t-:Sutwonfrnctars: �c
�,GpNR-. --- r.� � .r...;.-.;.,FFents-. 4 the-emeey3s; be
d xs{ePs{iny osa�a entsYFenv ai ihav pn
. be
'ReceipraadApplicabon of lnsumnce'Fri�ceeif .-. 'ucl
ch
5.12 .City insured loss under the pbli6es of ins&flnce pn
required by pamgr<iphs> 6 and ;5 7 will be -adjusted t4[h en
O,�VIVGR anJ msde;ppy able to ��\R�?R2 as lilucwn der ke ills
r. F
,tnstlrrds:us Iherr;mteres[s. may uppeac,"tsub,7eci toihr 'ace _
r RTICI E 6i-CONTRAC'I'OWS
RE"INSIBILTC1ES
ucc6nlancr'tvith such tigeemem us the parties inInterest
mn,y rencli 1Pnb`other's.Tepla
eefil'agreemem is reached the
&mi\Y nded-ork shall hcrcpaiiM or rced, the moncvs:so
received applied! on aLcount'therrof tmd the Work una the
c6stahcrcof oovdnd by an appmpriafc.C:h:ng;c Order or
AVAudn Amendment."
513. OWNT-R as fiduciary shall have.power to adjust
end seitle any)oss -with uie_ irttivrer, unless one. or the
panics in uuerestshsll objcdt in wriung within fifteen days
;after the-occurrend or, long to0%'Vr\tEXq exercise of this
poit'cr, If such objem ction kx made, OWNER as fiduciary'
.shall make seulenfent will/ iltr..iitsurers in nccord,-m& with
pft�f-(e:FfF#rFiMFlePef-SUGRBUEh'S.
:dceePtince ofl3mrdcand Jasirrarrce 1*gtj to RePpce
•
". Pnrtinl'Utili:uti on-Pruperq� Lnirrturce:.
5,15.. 'If O %NI ER funds"it necessary' to:oceupysor use _.a
portion, or portions of the Work prior to �ubsimotinl
UtUCl�li'hhX�\t:,CO +'U1710:w7 01 VS (i On Edliui)
a/CI'IT'OF TORT COLLINS MOD119CA11ONSIR2EV- 2000)
0
the Wgrk4 :such
in 'FICL'brdlint:e
uch use"ur occt
sliperripion and.Vgp& htehdehce:.
i.10:
code
lave
-uny
6.2. CONTRACTOR shall keep on the Wor{,at all
times dtutpg iL5 prig enm a competent testdcnt:
sureriniendent, who_shall not.be replaced ivitltout Ni ritten
notice, to OWNER .,and L•NGRNrI- except under
avaordinery circumstances. The superintendent will be
M!TRACTORS representative at t}te siteaad`shall have
'Lnhar 3iplerinIs ond'Egiipnzent,i
61.3. CONITRACTOR shall' prow
suilubly 4WIifitil personnel to stFr
Lunntuct ` the Work as ,. required b,
priiieciion of peersons
site; ona8jaanf;there
ed in they Contract Dm
be perfurmed during
YTRACTPR avill~not
6,4. Unless otherwise specified to the General
Requiremens, CONTRACTOR shall'fttmish and;tnstrmc
full responsibility for=all materials_ equipment, labor.
transportadon:.0rislrudion equipment and rischinery,
tools, appfiancm flioct poti,ei. light halt, telephone; Water-
sanitq'n, facihti�q _,tem( om r facilities ,nod .all '81JILT
facilities rind incidentals nrcessary'for the fomisking..
perforhiance. testing, stari-ur and completion of Use Work.
6.41 .Purcltasitie.Restrictions' -CUNTRACTOR
Must comply wid .the C.ity's purchasinL restrictions: AA
copy of the resolutions are at'ailablc for review, in'lhe
offices of the :Purchnsine and Risk .M.anacaman
'Division or-the'CitvClerk's office. -'
6.a =. Ccment'Restrict ions: City of Tort Collins
Resolution 91-12I rcuuaes'that svtrpliers and -producers
of cement or.nroducts wraninina cement. to ccrliFV that
the cement was not mude in conicnt•kilns c9_ that
hazardous ivaste'as a fuel.
63, All matennk and .e*ipment shall he .iir good
quality and nail•, except. as uthuwisc p civided in the
Contract Documents. All warranties and guarnnte�� ,
sneciGllvcalted for by the Specifications shall;G:prcssly
required tests):
and cquiprtient.
ppliect _installed,
cnndltioned in
Prngrecs Schedule:
6:6. CCKMAC:FOR shall adhere to :the progress
schedule established in accordance with paragraph 29 as'it,
maybe adjusicd from time to lima as provided below,'
6:6.1, CONTPACTOR shall submit to ENGMER
for acceptance '(to. the- extent indicated' .in
paragtap 1 - . pmpt>sui a' histnieitt. in the progress"
.whcdule that will not'chaq,c theContract Times (or
:Milestones). Suchadjusinw will con1bringenerally
ai the progress schedule then in elrmL and tddrtionillly.
will' comply with any ,piur'isigns of the Genital'
Requirements;applicable thereto.
ti Q. Proposed adjustments 61 the propiess schedule,
that will change the'Cpntract Times '(or nfilesturin)
shall be submitted in accord_ since ivith he requhemenU
of paiagraph 12.1:, Such ndjusimenis may only be:,
matte, by a Chance Order or' Written Amehdnieril in
accordance: -with A Ocle 12.
-G:9. .SuhjYirurea nnrP"Qr-EquBl" /tads:•
6,7A.. Whenever fits •itian of `malenal or cxjwpment `ts
spxcihzd ar elm-_nbied in the, Contmci Daumenis bj
using lhename of a proprietary item or the nameor a,
particular Supplier the spccificaugn or _description is
iriterided to establish the type. function mid gttafity
-required- -filets 'the specification 6r •descripti6n
t,rcuGu>:m�taUit.coNurnox5utu .t5tr�abrutia»,
17 w CITYOI: 17ORT C'OLUNS AICAMPICMiO, Sdill",i h00t11
went m Lit is foll6ved by wordy reading_that no like,
eyuicglent or "sir=<ti{ual" :ilam or no substitution is,
pemiittcil other items of,material or egtipment or
material or egtiipmenl_of other ';S401iers.may be
it ' Itrtl by 'ENGQSTEER- under the folltiwh39
circumstance:
if in xMjINEER's sole
etion an item -of material or e4
osed In- (rONITRAC:fOR . is 'font
lice thnr•,named nail sufficierrdy'simila
inge.in reliictil Wurk tvilfbe regt Gel
onsidded hj' ENGINEER'.as an ",6
in vr}iich case revieti• acid approia
nszd item may in ENGINEER
ction be. acciimphtihcd }crthotit con
,Some or all of the rctmireme
litance ofproposcd sulisi tuff itemg.,
2. St&is tatv'lti cis: If iii tiNWj1NE1
c[ion an item of mateal or,eq
osed by COhrTRACTOR`doesnot•gt
Sr -equal" item under subpanigaph 6.
be considered a proli'osed substitu
ITRAC`-TO.P shall submit s
motion as provided helow' to
jNT-MR t6'dctcmine that the -item of
juipmcra propincd is essscntiallv'cquit
named and an accclilnhlcsubstitutz i
j%`&cdure for redietc' by the ENGINL
de -the -Gillotving as 'supplemented
meal Requirements and as ENGINEI
is is appieipriate under .the circuit•
rests Ila review of prop 6sed substitu
atcnal or cgri_ipment will not be'accr
sole
iance
for
;sole:
miens
N us
a „it
item.
iciest
Blow'
tcrial
im to
n:for.
t will
i the
TRACTOR If CONTRACIOR wishes to
al or use a substitute itcfti of maichtil, or
merit, CONTRACTOR,_ shill iota make
m apph ation'lo 13NG Ntm for acceptance
3f, cemfymg that die proposed sub9titute will
rm �diquately the tunctions and achieve the
s called for by the ceneiul desitm. be sihilar
'-stance to that spccificd and be suited to the
.u..c as diat:sliccifi& The application will
the extent, if mij•,'to which the evaluation
tecepatnce of the propised substitute will
dice CONTRACTOR's achievement of
mual Cumpletion on time whether or: not
Aun"tz of -the su6atutc for use in the \lrurk
require a change in .any of the Ctnract
ments -(or .in the piobisioni% of any other
. contract with OWNER for work on die
cl) to adapt, the design to -the proposed
itute and whether or trot' mcorporuiion or use
substitute in.connection with,the'Work -is
ct to payment of any'licerisc fee or. royalty.
n an Itemh[etl estimate of ;all costs or
'will result directly or tndirc68yfrom
of suchsubstitide, mch]i inc.costs-of
id'clainis of odiei "ci:m6actnrs atYeaed
•
0
Is
TRAFFIC CONTROL COSTS FOR EACI I PROJECI AREA BELOW SHALL BE PROVIDED AS A LUMP SUM FOR 1'HE PROJECT AREA. THE SUM OF ALL PROJECT
AREAS BELOW SHALL EQUAL I IIF LUMP SUM COSTFOR LINE ITEM 630.20 TRAFFIC CONTROL LISTED ABOVE.
Project Area (SEE PROJECT MAP AND GOGGLE LINK BELOW) lh.it Quantity Unit Prier Total Cost
City Park Ave
Lump Sum
1
$ 8,160.57
$ 8,160.57
Derr)
Lump Snm
I
S 14,689,03
S 14 689.03
E Stuan
Lump Stan
1
$ 4,896.34
$ 4,896,14
Golden Meaduws
Ltnop Sunt
I
S 9,792 68
$ 9,792,68
Indian Hills
Lump Sum
I
S 44,067.08
$ 44,067,08
Irish
Luny. Sum
I
S 4,896 34
S 4,896.34
1FK 2013
Lmnp Sun.
1
$ 6,528A6
$ 6,528.46
JFK2014
Final, St
1
$ 8,160J7
$ 8,160.57
McClelland
Lump Sun,
I
S 19,585.37
S 19,585.37
Mulberry
Lun.p Sum
I
S 24,481.71
$ 24,48171
Pelican Marsh (Natural Areas)
Lump Stan
I
S 4,896,34
$ 4,896,34
Prospect Estates
Lump Sam
I
S 13,056 91
$ 13 056.91
Shenandoah I
Lwnp Stan
1
S 14,689,03
S 14,689.03
Skyway
Luny, Sum
1
S 6,528.68
S 6,528.69
VincD,
LumpSum
1
$ 9,792.82
S 9,79L82
W Eki abeth
Lmnp Stun
I
S 19,585.37
S 19,585.37
W Smart I
Lump Sun.
1
S 14,689.03
$ 14,689,03
TRAFFIC CONTROL TOTAL Copy to item 630.20
228,496.33
0
9
•
& . hnnige,
by ENGINEER in the
proposed, &,uL�sdtutc. E��GfNEER Ina
3.. rcquvr
CON-FETOR to furnish additional data aboui
ahe su Itute.
0.10. Ca?v7R4(, TOR's Ev'pense: Ail data lobe
pxovided by CON71RACTOR iii supNi-t-ol'atly
RLWsed "r-vqual'._' 'of subifitiiie Am NAI 13,c at
CQN'TkAurutz's expense.
6.1.-21- ,SubSfiijite Cofisiructiw; AMh&b- •or
If a slv8ific nieaotz, method, tedhiiique,
sequttnce or proc:edure of construction `is Shown 9r.
indiPted -in .and expressly required 1,5-' the, Contrrict
. eor u , firi liz�, , ,
b�fiIn sutute means. tho-d. tit&ii66e. smucince or
itn'r
or
�2 i
will 11-m
Shop Drawing- QWNW may require
CONTRACTOR to Fumisli at. CONTRACTOR.s
-6.8. Concembzgl Subc.ontnict.ors, S�tppliem and
W/ CITY OFFO.RT COLLINS MODIFICATIONS (W'412000)
6.9.
6,)NTT&A(-TQR sInll perlbirn , not kss than N
ixgum of the. NV(wk'.%%ith_iLs_tnNW forces (thaC.is.
without subcontractin). The 20 pzmcnt requirement
shall.be understood to refer to IhcAVork, the value of
'Avhich totals not'lessIImn,-2Q:V!;&nt,-of thc'Conuj4c
liicL
b.contriietors, 'Supplicin and other lies m
mticirm fu fierronnin -or - " i or :indirect
nushing'iany of the
der a direci or indirev- cmirrict with
CTOR just -as CONTRAC-TOR is
c - for CONURAGTPR:s o%km octi; and
Mithing in tha:Cvfi"ct Documents shall
thi"benclif, of ariN� Stich Subcoritm��toj,
or other nerson or &itn6izatibn aril'
DH Of
on, (h
any
or
13
6.9.^, CONTRACTOR .shall be solely responsible
for scheduling and coordinati tg, the "Work of
Subcontiactws• Suppliers and other persoiu and
oigam�tions performing of Affnishing ariy of the
Wak under a direct or Airect' rcontract with
ilia or ` urnisfi
with the LNc
6i I Q. The divisions and seeders of the Specifications ,and
the idenafications of any bm itigs skill not .control.
CONTRACTOR in dividing the Wuik among
Subcontractors or'Suppliers or delineaii tg the Work, in l,c
.perrarriedhVa, spccifictrade;
6.11. All \Nark, perfoiniM for 'CONTIZACT0R by a
Subcontrucor or -Supplier , will be , pursuant, It, an
appropriate a�ccment betwcen,tONfhAGTOR and the
Subcuniradcv ar Supplier which specrtcall} binds th`e
Subcontractor or Supplier to the epphc:t6le temis and
condiiioits of,the Contract Doc uments, for the henefit of
Oit,'Nlilt and Iii;rG1NF•ER, Wfie�any such agreanient
Patent Fees and Ruf'alriesr
6.12, CONTRACTOR sliall pay all license Im and
royalties and assume all chests in to'the tie in the
performance of the Work' or the irworpomilitla in the- Work
of Tiny invention, des-ign, procez, product or d. v rcc, which
is thin subject of patent rights or cop}tightslield iv others:
if a particular inen vtion• desim process, product or device
is spaciLed' in the, ,Ccuiimct Documems _ roe use in Ilia
performance of the \Vick and if to the actual knowledge of
ORTILR iv LITGII)LR iLs iscts subject to paterit rights
onc6pyrigW calliirg for the payment of:nny license fee ix
royalty- to oihers, the e,,hstence of such .rights shall bG
disciloscd,by 014?JN;✓Ft m Uhc Cvminei llueumrnts. '1'0_ th'c,
O\V'iti'GR. ENGLvTSft �ENCiINriER's Consuhnnts and
officers, direeturs; cmpluyees; agents_and.otier consult
'of each and raw of them from and zigniiul all claims,cc
losses and damaees amine out or or resulting from
infringement of patent neh{s or copyrights iicident to
use'in the perfonnuntxt of the Work Wresulting Gom
tmorporation in the 'Work- pof any, inventiori..des
process, praduct oc dodiec not cgtfmcd in ,the
WCW I:XER L t•'ONtNTIOM 19108 1996Ediiian,
14 w pTl'OF TORT (�LLI Sh10U117 CAYIO\SIRII'A lallal
Permits
6,I3Unless otherwise prorided'at the Su
C'tvmdtitSni; CONTRACTOR shall obtain an
con struciioirperniits and liccrses, 'OWNER
q(O AC_1'OR when in_W,
Work, and'(AVNI•R shall jay all charges ot'such utility
6wriirs for capital' costs related diereto such as plant
im esmient.fees..
6.14.•. .Laws and lieg datiunr :
o 14:1. 4CONI.TRAC:T.Ok shall give all notices. and
complyy with 'A I Laws and Regulations' applic:iblc. to
furnishing and �prrformanee 'of the Work. Exoepl
where titliern1-e e\pressly required by apphcahle
I.ans ,and Regulatinii.�, .ricither OXVNFIZ nor
bNCilAE%li shall he respensihle for monitoring
t,QNTR Ai'. OR's compliance with any Laws or
Rcguhitions'
6.14:2. if CON'IR-m-rOR, p&l'orms any Work
Maw ng or hm%ing rcax n to'1 note th It It is contrary
I(' Lams or Rcj, aligns; C(71`>-1'Rr\C I OR shall'hcsir
make contain that tic Specifications and Chaa•ings arc
in accord.•inw tvith.Laws and Reoulat-6110% but this
shall riot reline' 'CONTRACTOR of
C;ON'I'RA(:'I'C1R's oblipatinns utidci paragraph 3:3.^_.
Taxes:
6:1+, �CONTR.Ar TOR shall ley all roles; consumer,
use and other smntiler taxes required to" be ;paid by
'COMPACTOR in accordance with the Laws and
Regulations or the jtlace of the `Project ichich are
applicable during the performancr of the Work.
6.t �.1. -OWNER is exempt faun Colorado State acid
loll salts and use Mixes = on materials to be
pejntiinently inn drporaled'intu the project., Said tax s_
shall not be included in the Contract'Price.
Address:
Colotrido,Dcoaitmcnl of-Revcnu
State Capital Anne
•
•
0
0
1375 SitirrivinStreet ,
Denver: Colmar! .80261
Sales and Use Tales for the State of Colorado
Reuiorial Trariswitatidfi' Dis&Jcv fRTD) -and,certairi
Colorado coruntiek :are collected 'bV 'the. State of
,Colorado :und artFJncluded :in, the Certificatiod, of
Exemption
All voolicuble:'Sales und'Use Tuxes (includim,Suitg:
LbIlected taxes): on any items other than"constructian
.and buildinc malefials ptivsicalh- incompratcd into the
0 0' 8 L6 rd 'IIACI'OR and are.to
in —clEded u: US ii,
Use of M"Iixes
6.16. CONTRAGTOR 'shall confine construetion
Nui'pmcTd', the sL6iiigr- of imiterials iind'ekluipiumt and the
operations of-vvorkcrs.to tfic*sitc* and 'land and areas,
identified in and pciraiued by the'bariLrnct Dwimen Ls
other lan-d- dKd Areas"iticd,byJLatins and' Regulations,
oc6i6ant thereof or or a4 adjaurii
froin the 1cab6ance of the Worl(.
,made- A)y iny.stich mviter cir-oct
Orfoirniance'rif.the Work (.'ONTIL
SC114C with such. pa,rty- tipru
'resolve die claim by* arbitration or ;
lirnrc§&p rif.irt IIIaNv_- CONTRACT
,ectent permitted by Luvs and- Regi
liold linnii1ei4 OXVNTMZ_ ENTGE
LbitguiLinit aiia movio'ni: directly of
egg itablc, brought by 64 such owner 4
OAVNISKENIC. INUR or ant' other lym
:under to the :r,xtcnt causedbyor I;iisid
-6.17. During the jo
�. At the completion of the Work CONTRACTOR
remove all waste rawrials,' rubbish and d&ris froin
about die premise,,'ai ivell as ;ill fools. Wtiances,
6:18. CC)NTR-ACTORshall hbt'16adfiap.emit,anyrerI
0 f,ariv, strautuic to -,be I&dcd; ifi any juhriner that Nvift
cridauntaq rfie'strucuare.= nor shall
apy:pzrt of -the Work or'adjacera property hy to stresses. or
- Mhri ,
pressriTcstbatiylll.e 'lei vra.
Richrd Pocuinewts
W/ CITY 1 OP FORT . COLCIN.')'N 1 10 , DIF . ICATf0I4&1 �Iuiv I VZ , 0 , 110)
I - I - .- I � - . I I - . � I � I I �
1,tiqfeol alid,Proterfian:
6.20. CONTRACTOR &half be. responsible Vor.
initiating, maintaining
, and ' I P-,'ising, all salc�,
precautions and programs inconnectionwith:the Work
J (_W\N?A(;-rQR'.1�hall Eake.all
t,h,eIsarqiy of. and shill provide the necessary pn trclion to,
damage; allury or:lms to:
6 16-It all persormon the Worksitea,iYho.iwy be
affcctcd hyihc W6rk-;
,610.2; all th6W6fic and materials and:Mcint to
ip_
be incutpnmtcd th c'ic i i i, whether irt % t drag c sir 16 i o 1Y,
tqo 'a ill
6,26.1 other l:iropeny at, the site'or adjacent thereto,
irici udir I ig trem shrub I i , law .1 m . ivalks�'. pavements',
roadways structures, . uti"1111-cs and (� Underground
Facilities de
signated for.remova, 'I"Cloeation o�
replaccrntont in the course of e6riatructioire
15
notice to OAmtER;and CC>NTRACfOR ,in 6ccordance
with paragraph 14.1S.that the Work is kceptable"?t>%6&pt as
otherwise, expressly provided in connection with
Substantial Ctnnpldion)..
6.21. .wepi'Repreientative
OD1TMCTOR shall destenale. a 'cgtalified and
e.�vRienadisafetyrepresentative al the site Whose duties
urtil reslrimslbihuw shall bethe;preventton of uci;identStmil
tht rnxutl tin ng"a ci suPeriof sttfaly'prewulions Find,
-pro rtg rips.
Hh:.nrrt.Conununirntinti Pioemms:
6,22. rO\rl'RACTOR shall ho r6poricihlc fair
'wordinsting any each trge gfmattri tl mil ty,dali sheets or
other hazard mntmuntotnnn infortmtion'required in. tie
made-uvailable; to or ezchurtged belweciiur• among
employers 'at the site -, in nceordancc ',with Laws or
Regulauons;
tinerb�en stew:.
6,23. In emergencies aficcting-thc:mfety.or protection of
-persons or the Work or-piopcA( ai the,sitc or adjaLenL
thereto. C.OTVURAC'I'OR, without special' instruction or
authdrizainn frwiin'G1',NER or ENGINEER is oblisated to
I to ,prevent ttuenteneu mmage, mjury of
CON I ACTOR :;hall `give HNOINH13R, prompt' Ra
notice if CONTRAC.'7UR believes that an;' stgnif
;in armgSa the \Norµ or variations frrini the Can
Doctunents lnvc been ca"i d thereby.. If ";ENGIN
dctcmiiii& that a -change in the Ccai&act.Documco
required because of th'e action talxn by CONTRACTC.
response to'such nn emctgeney, a Work Clmnga Dire
or' Change Order will- he issued in dticiunmt
consequences of such action,
6.24: 'Shop Drawl.,av and Santples:
shall submit "Shop_ Drewi
varilapproval inaccorda
ulc of Shop Drri i nes�
aiagrpph 19). All submit
will be identified as
xequtrememS, the uam snows on me onop vrawutgs
will be complete `with respect to quantiii&,
dimensibm.;skeified performance and design criteria;
miiferials and similar data .to show ENGINEER the
materials and equipment CO UPACTOR proposes to.
provi& and to .enable ENGENTEER to revwe v the
informationfor the 'limitedpurposes iecidired by,
,piiragrHph 6:^6.
6.24.E CONTRU CTOR shall also submit Samplesgo'
LNONEER far revietiv and'approval' in accordance
with said accepted schedule. 6f Sh6p llT'H%Vi gs; snit
Sample submittals. Each Sample will"be identified
clearly as to rhateiiah Supplier. p:aincnt data such as
-catalog numhets and the use for which uttcnded and
otherwise as ENGINEER may requtre to enable'
,bNt cwfNPYR. to rci•imu the submittal for the limited
biCUC <,b'� IF'A`i1.4UNUlTICwh1S I l tq-a li Y1V,Et41im1
16 a CIIY oP PORT COLLIM M666-1,Cxjlb,'$(tiLX AMMA
puryxx?s reyu rcii by liarigraph ii 26 The' ItCn lxrg
of eat h Sample to be- submitted will be ar specif etl in
the Specifications.
6.25.. Submittal Proerdures:
6.25.L Before ,submitting ,each Shop Dhtvvirig or
Sample„ N1TRACTOR shnil have determined and
Verified: .. .
b a5.1 tl Hit field measurements, guaranties.
dimensions,. specified ,performance cnlerisk
installation requirements, materials, catalhg
nurhbtas and similar 'information, tcith,respect
thereto;
6.2.5:1.2. allmalerials with respect to intended
uw,, 'lanricahon, shipping, handling,; storage.
assembly and installation , pertastuig 'to the
performanccof the'Nork;.and "
6.2i 13, all, information eelatNe to
cZr , 'CRAC f OR's Sole iespinsibditics in respect
of means, ,methods, technique: sc4uences and
proccdures'.of cottsiruction and Ifciyprceau_iions
,and pmg6wsindident thereto,
comrRK.TOR shall .also have revicwi�cd .and
coordinated each Shop Drawing of Sample vvith.other
Shop 1)7wings and Samples and with the
requrremems of •the Wart, and ,the -Contract
DocunicnCs.
625 .. Fach suhuiitial bill hear a'atanip or -specific'
written indication dual CONTRAC.TOR has satisfied
C,QATTRACTOR's obligations under this Contract
Dgaunients,with respect to CONTRA( ;TOR's fevicw
and approval ofthat Submittal.
time. of •cash'
n addition, shall muses a, specific,
iwd5 on each Shop Drawing nrtc)
I to' ENGINEER far review and
approval
sign concept of the completed Project a''s a
ning whole as indicated by the' Gcmtracl
tents. ENG_WEERF's review and approval will not
to at means. i- lo- tcchniou6% se5ucnces or
procedures ;of construction Ccccept' where a particular
means,. method, technique; sequence or procedure. of
E
0
0
FICRIly
) or -to,
her' than 'the' corrections ' cull'od for -
On
6,28, :Where n'Shop'Drawing"or 4Saifiplc is rcquiriid by
the C6fitim`ci D6 im�afcnts or'6s-6hcdule of-Sh6li I)ra;ming
and Sa-rople' siu6mJ.Ssia,mq accc'p'tdd by hNIONFER as
rafuired.by - pRmemph2.9, any relAted Work peifonned'
poor to -f�G til NHRR's rc%,icNv and apprbval'or the pertinent,
sulvnitts'l dill be`at4he sole ex -Tic nse-nnd responsibility of
CMURACTOR. -
I I
6,29. CONITIZAIttOR shall cam, m the
schedule Work -and
adhere to[lie pr��im durjng alI, dispute r-
sagrermenrs:yJrth,OWNT-R.:iV0 Work shall be dclaycd'tir
postimed- pending rtsoftffiLiofi� of udisp6tes or
dbzn�,�'ernenis, LNcqt as i3cralitted byLpao�gra ph 15, 'S or as
OWNTER AndCPNTRACTQR', may otherwise -1-g-ree to
00, qQVTglCTOR's Ceierdl' 'and'
-Guaranree.-,
6,30.1-CON'TRACTOR warrnrits nW guarantees to
ONNINEP, LNGMUR an(l�EN(jTNTEEi�s'i3(1'mtilLiTit5
that all Work 611 be in: accordance with thic:Contrict
Mctiineiits -. , a]nd d•fli_ nof. Lie iferivivJ.
-CONTRACTORs wa Minty land gyararaec hereiuida
;muluaCS dcletits,u-daniage musW b�:
the Contract Doc6niertis6r'n release;
orGONTRAC.TOR'i 6blijpiti6qi to perffiiin thev6ri.:
in accordance with the Contract bccunienff.
6.j0.2,1:, oV!ervu6onsbv ENGLNTFIl3K-.
6.30.1' , , xecffi omcn6tion of,any:projges§ or
Taal [ziyjiierit;by ENQINMY�
6.3023, the, issuance of-:u certificate of
!Subruintial 'Coffipletim- or ant payment by
b,xtNm'ili,cbfIt-,RAcTbR under the Contract
630,2A use:or occupancy Of the Work or any
pnrt tw& hy
6301-5. any a&cjptancc lay OWNFIR or. any
_fuaur-e'to do so.
6.30.12.6., any r6iew'and I approval of'a Shop
or Sample:subminsLor tfie'm'quahc'c6f a
- acceptability 1�' ,notice
,n puimUlit
to pard&aph 1 4_l_VI
6.3Q,2,7.' any, irispminntcs,!-oK,,tippro.viI by
others ,or
6.30.2,& any correction of 4t fMive Work by
Indiinnifim' don.,.
6.3 1. Tco.thefullest ,&tZnt cr
Rg�u11l:lioriis, CONIT-RAcT,60'Kall
h S bW%w3rL , wo nqEi
Consultants and the 6flieck airckoi
and other wrisOlbains or cilch and aj
agaiml nil chiiii-fiK,66sta. 16z&& and
but not iiiiiited to, all Fcc.q and c
I 1-
'6.30,10.: uLiuse, ni"fimtiuo or, iinproi- in part b�, any rit; I_ . , , .-,. I I .
per gligence or ornission vf'a person or entity
rnainlemiiiu or,'opertai6n b''coons . other Lhim irideranifiki hereunder or whethu'Liability, is Imposed
CQ14TRACTOR, Suikorifractuirs or Supplieis; or upon such inderniiified pmty `bv Laws and ReaUlali6m,
negligence ofany.such l5ason.6r entity.
6.30.1:2. normal wear. and -tear under normal,
usage. '632. :ln• any and ;.all Onims aLW"t OWNER or
CMNEER or any 6ftheir respcqtiveyonsuitints. agent&
63,0.2,- CONTRACTOR obhgation :to, perform and ofCurrs dirMors;r employ ces by any employee'(cir the
_
'00rapic'Ic the'WorVin accordarim with sumvor or. persorml,'represcntatiVr 6f",-mch ernplo"Yce) of. Documents shall'be,Uisolule. ' None of the 6116wiiiig 'COWRA�:Tok' ary"S'tiladn't'ractor.' -w'-iy' Sup'pii6r,' any
w " ,
�vill that is'n'ot in pe diie6i�"& indi"' ly empl�)yecl by
p mon or rect
17
0
wily of them ro. p rfom or furnish ani• of 4ie Work_ or
anyone fta u•hos .•nets any ter lhein inay l e liable, the
mdemnifitthon obliaatlon under pamgraph(1.31 shidl not
be limited in any way by. nhy'limdatiem on the.amitint,or
type, of)dimiages, cirnpensulion or beaerllsyrevablt, by or
for 4i)U7 RACTOK or am% such Suhcontrnctoi iup plier o
other jxrson, or onianization under worka!e compensation
acts dks bdlty berrefit nets or other employee benefit acts.
6.33. The idderrinificution abligutiuns of.
CONTRAG,TOR dnder.pamvieph631, shall obi extend to,
the Lability of ENGINEER and EN NIEER's toruulitinis:.
alri6ars, directors, employees or agents reused by the
professional negligence, errors o •omissions ofsny of them.
.,Survival of Ohligafions:
634: All representatiohs indciiihitications: warranties
and guarantees made in. required by orgicen in accordance
with'the contract I)ocum nis, as well as 611 ccm inaiing
obligations indicated in the Comraci Documents, w;iE
survrive Iairil-liay'inent- cmrplziiot ,a rid.aca:ptincc or.thi
WorVand lamination ci co'mplelioh"or the Agrconierd:
ARTiCT;E 7--OTFTFR WORK
Related If --ork at Site:
iR may perfcirrn
site by OW1,MF
ts''diereroG w•h
filar to these, or
>rs, I the fact. tl
any such other work ...and
may make ,a clasp therefor .`as
I I and 12 if CONTRAGTOR'believes
CONTRACTOR ieri
are unable to agree as
is a
the
Conuac.•t,Ducurnema Ca"r.
&'fitting and 1xitching of the
to make its so -ail purls em
cutting. extavatirig or otherwise aitermg
will on1vruf or.all.a their work with the v
17SGR,lt--ER and the others whose work'
The duties mad-repnnsihhuof cs CON *
this pera&Iih'are for tfi lbarefii of such
other contractors to the cs-tent thaf there
- FJC.tKr(ik,-\t:'R.11.(,bNLN'nOAS I'JtV�it'J'IV kcLriai_!
lY a.CITtOFFORT COLA"CSM01AMCAl'IONSIRIsN42aaai
provisions I -or the Benefit of CO_t,ITRACTOR in said
diruf cbnirac65 between OW7Nti11 and such utility: owner, -
and other connectors.
shall
t to
for the piropi:r-
Work. COl
constitute an'1
proper for, ;ir
except .for late
iri such otherivv
Codidaddoir:
7.ma4. If OWNER_ contracts with others for 'the
perfornce of other "work on the Project. at the site, the
fnllinving"wi11,be, set fort h.in Supplementary ConditidiLs:'
7 4:1. :the persim; time nr cnrpnratipn whop}'ill have
authority :and rrsporisibility for coordination of. the
•actntucsaiirong'the saitouv prime"i-r-mtractnrs'will Ix'
identafierl
7.4.1 the slxcific•mattcrs mBccovcred by such
oitthorityand responsibility will _be"itemized.rand
7:4:3. , the extent ,of such 'authority and
resptinsihilitics will h - propidcd. -
I'llICSS .OtherwiSc :prov%idcd in the Supplementary
Ccodiiions, 0ft1FR tlrall have ;sole 'authority and
reifvritibility in respe^cj of such cgixdilu?tidn.
ARTICLE 8 -6W-N°GR'S RISPOINS IMITIES•
8;1, Except as otlwiwke provided 4n these,Genetal
Ciindiuons, t WNTF,R's101 issue all communications to.
CONURACTOR"throi gh i NGiNGER
S _. 'In'caw of termination of the employment 4
ENGTNEbL O) ANER shall appoim ari•engaicer'agaii&
ivhum-CONFPAt=TOR•-met es nu-ria3 meblr-dijr visa
whose status Under die t36nir:ad'DoCUmentS shall -be that'
of the fornia LTGINCER.
8:3. '01Vr\rT_ .' s}aill. furriish •the- data reiluired "fief
O\\rNER under the Contract Documents; promptly- and
shall make payniefis'lc�CONTR GTOR,pioil4ptlywhen
the err due as provided ;in paragraphs 14 4.and 14.13.
SA. OWNI ER's dulie's .in respect of providing kinds
arid, ea,ncnt& and Prmidnigg engvrccritig surveys to
stahlish•refc ance,pr mts are set Gib in.paragaphs .l
and 4 4. Paragzr ph 4.2' refers to'bWNER's "identifying
and m rkingaca lahle to C_i)NTRAC.1'OR copies of
re,p�irts of-cxplomlions and tests of subsauface 6ndilioru
at the site and draw•ntgs,pf physical conditions in existing
E
0
11
structures at or 66ntiguotb,to Ole site "I'll bzon utilized
brENIGINTMR-in preparing the CuntmcVntv�o� ent&
HI a fwf ty-�Ur %-Orv� . . . . . . . . . .
0" 'NER is oblipated to exectite blangebeders; as
ihiltiited in {rareg i h apj 10.4,
S'.7, OWICR's responsibility in' rt*T-&I nfcertain
inspections• tests an appruva s .'is set forth Tin'
S.'s- -in connec: tion aith OWNER.'s right ici sIP6 Work or
suspend Work sec r6g ft� mp 13.10 and
Pilr�' h 1f52- itt; bWN'
"*a Is w ER's' fiaht to termifiAe
1-1 _.. �11 .-
smiccs 6(.9.WRAC70R�uriUr certain circumstances,
r
The.1OWNER shall not sul%
or- innhoimifv - over. nor
26 , firiihure' of
azd Yegtlations
the Coritract Documents.
Asb�stoa,, Ppg� 4,01"."Mi. risk —or
set fe4h in paragraoh
TR I egt2rtI I fumish
, satisN—GW-3'�Us
rasp@nsibi
SvpPlerrie I ftuRq- Coriditiow,
ARTICTY 9-FNGINFFWS (STATUS DURENC
CONSTRUCTION
O IfINER's fiepregentative.
bJ_ EN&MIZ will be QX"vN'ER's repiewritative
during the --co'n's[ructin , , per'.'XI the 'aria
?, -
r,stvristbilities .and the limitations of hinh6rity or
EqGINSER as OWN-Ef;i's 'rvprekntatin during
wristructi6n tire set4forth in the Contriet Docurrents,and
shall not be•edended %611101fl,written'cahsint of MWER
and CNG[I�tl`lR:
114ai& to Site
9.2. FNGDTFER'will niske.visits to the site at intervAs
nPPr°Imate to the vanous st g of conxiritction As
M''deenis necessary a-nhkr An, Cbscrvc as Uji
C\Tenenced and qualified: isign rrofessiqnal the progfess.
EXIX'QhI4IX. (0iNDM0;4S 191A (0'j()E(htidFI)
wyci'ryarfORTCOLLIMNIODII'ICATiOr4S4R.E.V,I.I101)U)
0
Project liepreseni'titir+r:
-9.3.1. The Representative's &alir&s. In mutters
pC thinlnptiiihe'Lm-silc,%ycffkNVOLineeneML--bexyi
the SNOTNTEER and CONTRACTOR: But: the
Reresentative will keen the-OWNTER :properly
advised about -such rnattzm The RaxiLscntritivies
lahly,be thraugh a dealinp,s
with the full kjioNvlc&c and oval bf'the
CONTRAGrOYL
-9.32 Ditties and Respoitsibi lifics., Representative
'Will:
9_12:1_tichcdules Revimi, the pm_re
schedule . and other - schedules Prep6red '17v the
,ON -
OT IT
i CTOR Hndccinsult. with the
ENGLNEER•concernitiL accentabilitv.
1)3.1? Coftfererices grid MoctijiL, - Attend
nlee_6rm with the 'CONTRACTOR 'mich ..as.
wonstruction cotifirences�
and offier -job. corderences and -prepare arid
Pitugate —covitz f nngics
_ of intFetirms.
9.;.u
L. . -1
1,3. nson
93:2.3"1. S=e as ENGUMEHR'S linison
with CONTRACTOR. Ivoikirg Principallf
Jhrbunh CONTR-Acrows -superintendeiit i
assist the CONTRACTOR -iii understandirin
the Contrutt,Docuvnents.
9;323.2. -Assist inobInining&um0VVN'E
additional details or informatioK when
r&juired,Zor prbTxrxxccution oftheMork-
Adyi&ci ffi6, ENCUNFFUZ :and
CONTRACTOR of the oonirnencernent of
any ,Work' EqpiHrm -s' 'Shop Dniiving or
'samp tis je,s6bip -,ion if 1he sub)"issiorf has.mt
beam approved h)rthchI\TGlNFF'R.
of Mogiky
9.3..2A.1-
-the7,Work in pr�_% to amisi ilic ENGINEER
in d::ternaini that the \Work ; pro=dmg ul,
Inccordance uith The Contract Doc,6n7ents
:2
anenctes Mvin
junmbictivn'gySLIhLD[d�� record the results jF_ _ these
inspections and report' to the
MG]WEE R_
Inte elation' 6f Cmir-aci
pcjx=zmis. Report to ENGWEE when
clafificatiffis.and iMerprelations of the' -Contract
Doodatienti are needed .and "forat t6
:EO-NITRACTOR clarificationWn_d-tnWmreIfiti6n
of •ihe Contract DocurnenL% as` issued -by the
ENGINEER.
9.3.2.6. 1%46dificaticins.. Consider :nhd
evaluate, CONITRACI . OWS qmuesfioM for
t., CITY j)j� J70k-fWLLI' NS MODIFICATIONS (P. N,412000Y
moi4icaon in DivtNv�i�,,sbr )mcificbticiris mid,
e D ro . ri.-then,'q rx o I rn I rnendmiuftsL-io ENGINEER-
AccuratelM transmit -to _CONTRACTOR
decisims issued by -'the MqG]N=
93:2,7: Records
UU _R_eP.QM
9�3.2 1 Furnish F-WGINHER pee ic
A . _6q6
qg,port,�s recjuirgd_gf IhLprpgr&ss of the
and oC the TCUKTffjVff5_Rt
L olivi untlLunLl th JIL
schedule of -shop. Draivint, -and sample
iF
Ld..h___ma*6res
or2u�rotests,
TTtior's ofstart of iniporiaht Phaks of the
•Wcirk.
9.118:3. Draft proposed Change Orders
'and •Work •DiEec_gvij_ Charg�__PtLtaLimng
W&Mp mignal frorn the. WNTIRAQTQR
.Hnd - reminneril -to- ENGIN =- Change
OrdegWork Directive Cligh-ges 'and field
9.3,2X4, Repon , immediately to.
'ENGWEER and QWNMR the &cwTciix of
afiv accidenL
9.3.19. PaymenLRagursts. Review HPPIiLflIion*s
roc nViaent-with CONTRACTOR lbr cornpli='
'VU they established -Or6codtfie for 'tliei
mibmikston grid-lbrivnd with reconinienclation I
9
11
BgGMTLM� notine.'p;uticulaily the reIatiotislup of
the payment requentecl'tu:the s nedu"e ciC values
Work completed and materiAls tnd .equionent
delivered .at the site..but not�uic:orporatrd;in Ifiz
Work:-
19:38:IU: Combleti6n:
_.1.f _Defor=INVINCER_issues ia,
Certiftcile-ofSubstuntral Corm letionsulim'it
toi CONTRACTOR u list of ubkrvred iteni"s;
reiruuiiie conaaionori•ompletion
93il(1.2: Conduct f1mrihspectionin die
cbriktni^of th'e ENCIINHIiR-:OWNSR.:And
CONTRACTOR and prelzirc a final •list of
items to be corrected or comoleteJ:
93'aU3. .'Observe tlmt zull•;items -un :the
final list have -been corrected Arco; 1l cd,and
make recvtnmendations to `ENGINEER
cone ino Acceptance:
9:33. f.tmitation of Authoring: The-Renresentativii shrill
not:
9.33:1. Authorirc an' dd 'La.1i6fri . from the
.Contract Documents:or -accept, any .substitute
,iiiatennLs Cit ... .— _.orepnt,e.„ud by th
�HNGINFFR.
9.3.3:3. .F.zcecd_ lioiitatinns oF.;hNl1INHF,R'S
mall ofin."as set forth in the Contiact Documciit's..
9 3:3: llndcrtakaativ of.tiie r�'tnoiisihilitics
of -the. `CONTRACTOR_ Subcontmctors_ •or
CO'dTROR'S triittrnjr
9.313:4, ..Advise- on. or issue-daectiorv,�ne n)ive.
to Or assume control-qyer cmv<„aspectoC"1}ig
meals% - methods: 'techntgums !,ilucncs_or
'pfoeedures ':for goi)structton, uch^
ypeciCiilly"ratllzdYohinthe ContntctDoctiments_�
.9-3.3.5. .Advise on or issue. :diiectioris
reaardii>yoc assume .control over sitf{ty
przrwiuuoris and p.Eg rms'in connections with'the
93.3.6. Accept :ShgiDra v nns_o%sample
submittals -from anyone r other. th _t}te
.CONTRACTOR -
91.3.7<_. sAuthorizr OWNGIZ aiiaacu toe.
Work in whole or in part.:
9l=.3.8< Tarticipate in srecialized field -or
Iabomtmv tests of inMections'ciuiducted by otliers
cccept -.as sp�cifiatlly iiulhorizcl by the
ENG1NM- R
Claiificatioas and Literpretatinnv:
b A: ENGINEER will issue. With rcasoriablc lirompiness
such •l ritterl clan-ek timis or tnt6#ctat ons of the.
l'JL'UCctEC7.F7t.1L.CONUITIONS'IYI IFS ti oil Siktimf
+vi317Yorrokraotclt.sntoiiincarioxsaes:il io)
0
(iii the fomt of
.mav determine
he ntrnt of and
therefcir as
proviueurn vructr.ttor:uucte
Awhori:ed Paiia(ions in )Y6rk.-
'RejedidgDejetir•e (I 'nrA;.
FNGINEER.will have: authdriiy to dimpprovc of
Work which FWC,6tFR'halicvLs in he &fective,
t ENGINEER believes -will riot m'ocbuce ri'combleted
t 1'tgii
Bholi, Drawings C/i ,Age Ordersaitd Payn exits
9.7. i connection with.ENGIly'EER's "atlthoriq''us to
Shop Dmwmgsttnd'Samples, see parn_ttraphs 6:24'tlaough
;6 �S mElUSIVe,
9.8 In connection with ENGR=—R s authority as to,
Ghun�e,Orde�s; see Arficliis lU. t (;soil 1?i,
9.9. In connection with ENGINEER'S uuth_ority'as to
itpplications Ccir'Ptrymenk'see :Articte;t 4.
'Deieiininations Pr Unit Prices:;
9:10ENGIii`EER•Will detemiiiie,.the actualjquahtities
and Oassifiattioni%of Unit .Pike Work perfigmed bv-
Co\TRACTOR.-ENNGINFMR, willreview With
CS nrmI (qok the I N61N ER's' prclimtnir?-,-
determmattons on sucli nilitters befoic rendeiing ti'mitten,
decision thcrcon (by •ieconimetxintioo otmn'.Frpliiiatioo
for Payment orothenj'isej, 'ENGLtiEER's.wTitten'decision
decisiop_ rd s othi ri•isE agreed in wrjtird by OWNER
thereon %611 be.,frnaf and, binding upon• GINNER find
and CONrRACTOR
CONTR-ICTOR,tuiless within ten days after the date of
any, such decision. 'either OWNER or CONTRACTOR
9.12. lVhcn ftnclioniril:as'interpreter rind judge under
delivers to the Other and to E,NGMTER winter nonce of
piragraphs9.lCl and 9.11. ENGINEER will not show
intention to "llipeal from f NCi1NF1 Rs decigioq and.' (i) nn'
1pxrmin inIIty to e WNFPR orCONTRAM'OR and Mill not be'
appeal Crum IMGiNEERs derision is taken within t}ie.time
liable in conriecurin wiih;any mterpretation or derision
limits and n accvrdance willi the pr0ceduies W torti'.in
ttndcrrd ingoorl fnith.in sitc,h capacity. The rendet'irtg of
E..,Nbil GC -A; °EtisputaResolution Agreement', entered
adecision by s04GLi,rEER,pursuknLtoparagraphs9,10-.or
into between 013'NER ari&CONTRACTOR punviml'lo
19.1111with icspect to'uny sveh claim; dispute -.or other
Aiticle'd t or (u) if nu such'Diitpute Reurlution Idretmen}
maftRr(eccept arty which haw been waived by the making
has been enterrtl into", a lormal prucer d ng is instituted by
of accep'tan x , of final payment .as provided in
the appenhrig party in a.lnnlm or compelengjnrisdiction to
paragraph l ;13) will he a condition precedent to any
excicese such rights ornmtedics as the appealing party may
exercise by OWNER or CONTRACTOR of such rights or
have with respect to ENGINFPR's decision :unless
remedieeaseithermayotherwise Have under the Contract
othenvisc agreed .in writing by OWNER and
l Deemer§ or by Ln%vs orRegulations to respect of, any
Ct�NTRACI'OR: Such appeal will not bt: si I jcct to the
su, 6h clarin,.dispute orother matterprtrsitHaRe.:Ai4iclr-1€t:.
piaceddres ofparasraph.9.la.
,.
9.13. .Lirrnrrrrrions on EMUA-L•'R's Aurhorlh• and'
bectrines on nivpiiter.
ltespnnsiblfiiier.
.9,11. ENORKEER, will be the hqunl ir4entireter,of the
T.13:1, Neither FNIGINEFR's authority' tar
requirements of lhi Fhnrract Documents and judge of the
of tlieWork (lairs, disputzs
rsppiiiibility, under this Article J, or under any other
the'Contmet Documents nm' decision
acceptability thereunder, ; find
otter matters rclaiing to the acccptahility of the Work or
provisiof nor
on
made by INI N61:R,in good faith either.to exercise
tic- intcgxuation of the requiree mnts of Ahe Crrtract
or,not eseruse such authority of responsihiliq, or, the -
Documents pM- aining to the perfomlande and fumishina of
unde'rak n& ei,crC'"' or perCorntancc of any authority
the Work and claims under Articles i l and l2 i .rzspcct cf
cur responsibility by Ft4GNF,ER. shall crcatc,.impose
ehmiges in `the Cbmnict Price or Contract Times will be
or give rise to iiny..duri vwtd by ENGINEER to
reterred initially to hTGINFF.R in writing, with a request
CONTRACTOIC any Subccmtraetor, any Supplisr,
for a .formal decision in accordance Leith'this paragrnph,
any other person or'.organizitiont. r.to any surety for
Written rmtice'of66h such claim, dispute or other ratter
or employee or agent of anv of them.
will b, delivered by the claTa eni to I•NdWEER and ore
other party to the Agreemenpmptly m t ro(but. no event
913?.:INGINHISR will not supervise, dirce
inter than thirty days) after the start of die occurrence or
control or have authexdy over or,be responsible for
event giving rise thereto find -wrinen supporting data will
CONTRACTOR's , mieans, methods, teclviiques,
he submitted to 1•:NOINEFR attd dic. of cr' p aty within
sequenc s or pax cduics of construction. are tie safety
sixty dlays After the stun of such eceuirericr or event unless
precautiats mrd_progmm7s irraidcni thereto, or`fot' airy
DIGTbrEER allows an additional penodx of tinge fur the
failure of CCINTRAE:TOR to comply %kith Laws and
submission of'odditional or more accurate data in supp vrt,
Regulmiats applicable to the ' furnishing or
of such claim, dispute or other matter. Theeopposng batty
performance of the'Ileork, ENGINEER will not be
shall submit any responw to ENGINEER aocl the claimant
responsible'for CONTR.ACTOR's failure to perform
w•itltai thirty days ?alter receipt of the clainimit's last
or: huiash die ]fork inaccordancewith'ihe.Contract
sohmiaal. (unle;, T:NGTNF.ER allowsadditional tinge).
Documents.
INGINEER will render n formal decision in writing within
drity days after rersiptorthe opposing party's submittal, if
9.1'3.3_ ENOfNL•ER will not be respprisible for the
ant. in accordance with. this p ragmph ENrGNEER's
acts or omissiorts or CONTRACTOR or ;of any
written decistono t such Maim. dispute odtaher matter iddf
Subcohirattdr, in), Su)?plier,:or gran gtherpersin or
be Goal and ] n 1 na "upon.OWNTR nod rt5NTF2t\CTOR
umanirtttiun perCorrrimg >or f�m skiing any o, the
unlesi:'(i) an appal from ENGIi;NUI:s:decision'is taken
Work,
within the time limits and in accordance with the.
ro educes set forth in EXHIBIT GC -A 'Dispu to
proved"'
913.4. ,ENGINE; R's review,of the final Applitatipn
Rewlu6on Agreement', entered into Ixr%veed011'IQERand
for Payment aril accompanying documentation and
CONTRACTOR pursuant to Article I6. or (ii) if no such
all maintenance and operaartg instrudions, schedules,
.Dispute Aescluticin Agreement.. has been. entered .into, a
gunruntees. Bonds and ueriihcales of inspection;. tests.
written,notice,of intention to appeal fromRN'LAWNEER's•
and approvals and otherdodrmentation'requiredto:be,
r
'he'
written decision is delivered ,by' OCR m
delivered by pamg`aph 14.12 will only to
CONTR4GTUR'to the other end to'ENGINTMR within
deicrtnine generally that their'conlimi complies.with.
thirty days after the dale of -such decision 'and a fornml
the re-quirnnehte,of, and in the 65c,of certificates of
pre t evil fig is ttnla tterl.by the a caling parivria a Riirum of
insipecnons, tests and approvals that the, results
competent, jurisdiction to exercise such rights or remedies-
certified indicate citmplm-rim—with the Contract
as the -it —_ I' party may have.Ivith respec6ci such claim.,
Dociin9crits..
chspu[rvr'othrr-matter m ace uilance with applicable Lavvs
and Regulations within si3y da)s of the date of such
913:5.'fhe limjwtets upon. authority nil_
Ii1C[)Ct;ENER.V.G'ONIH'I1U,51IV;3 ii yritr Eelititnl
�� of L77Y or Nl7fiT CULLI.�S AfUb117CA710\5llihl' a 12aaln
0
SECTION 00500
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
0
0
0
,respgn,,tUility set tonh in this p4agniph 9 13 sKill also
.apply to L'NGMECRs Gonmultants„ Res]dent IPn;iect
Represemative and tlssistanls..
ARTICLE 10=CHANCF_S IN'THK WORK
16.1: Without invalidatatr_. the Aareement and
-ntiiice to'.tiity surety: n11•'NTER ni'a a0anvIinte
taitie ifitime. orileradditioiu,-delelioris or revisio;
Work: Such ndditionc deletions or revisions
10.2. If OWNER and CONTRACTOR are unable to
p=e as to die.wdent if any, of an adjLAtmcn'C iit the.
(2011tiuct Price. or an adjusvttent.of the Contract ,Times -that.
should lie nlltitved as a ruult of a)t'arl;: (hit%e`l]ireetive,
a'ciaim may be made there I as provided in Articic I I or
Article 12,
.103. CONTRACTOR shall not he entitled to an incrrdsc
in the Contmei.N ice or an exteruion vflthz Contract Tlnles
With respect many \fork RerfomiVd Ulm is not•rct aimd'hy
the': Commel Documents as eritended. "modirieo !and
supplemented ns priiyidcd in paragraphs 3.5'aod 3 6, caccpl
ui the,case of'au`etncrgency as'pravaded in pir-4aphU3
or in 'thc case of uncovering Wcirk, as'"pnrvtded in
paragraph 13:9: .
:10.4: t)IVYF.K and CONTRACTOR shall c.Kccutc
-appropriate Change Orders rrcomn-tended by.ENGEN'EMR
(Or Written Ainendnients) cGvering'.
10,4.1, elytnges in the ,Work which the (I) ordered
by Q\VNI R puisuant io pari ntph 10.1', (ii) required
because of acceptance of derecrive Work under
paragr?ph'13.13 or conecting infector: Work under
p:iraettif 13,14„ar (iii) ngrced toUyihe,parllty; -
10.41
changes in ilte'CojjtmctPtice'or 6ontracl
Times ;which lire agreed t`o,Uy the parties'.,and
..
10A 1 clivmeges in the Contract Price or Ctinirtcl.
Times* which embody .the :sub tnnee.ortiny wrigen
'decision .rendered' by ENGtl`'EER pursuant. to
paragraph 9.1 r, .
proVided.Lhat, inlieu ortmecu rT any -such Change (Mier,
an appeal may be taken 'from tiny, such dect bn.:ih
accur( nee avtih lfie provisions of the C antract Documents
.and applicable Laws and Rrgulalions,'but during any such
uppral..-CONrkj�c ;OR •shall tarny on the Work-' u'lid
adhere to 'the prtvresi .schedule as ;provided in
paragraph 6=9-
10:5.. If notice of any chamgctulTectiag the ;ginerul scope.
aCihe %Vork•or' die prousiorts`,uf,ihe•(<ontract r]o"a iments.
FJC'UC UtNt7t.11;. CONUI'tt8[PS-t�! I tt-g (I y71a E�[iml
ev ci'ty or rott]COLLINS ntotiu;tc tnovs {rtity �rrzgno)
(including, bill not limited to (omhct Prica'or Cfomract
Times) is.fequired by the prou5tons cif ani Bond to be
given to a,surety the,givin4 u1 any-suchnotice vyi11--be
t ONTRAC,TOIF's responsibday,;und,the amotmt.iif each
,appticaUle Eugd viill be.tidjuste' d acandira_ly,-
ARTICLE 1l-CFIANGE OM ({)\'pRA(:1' 1 RICiE
11.1. The Contract Price citiistitutcs ;the ,total
_cohl. pensailon'(sub)cci to ,iuthonird udjusthients) pavabbe,
to CONTIACTOR WIN-ribrming the Work-, A11 iEaties,
res@vnsihllitiesand obligntians!ns%&g d to or undcttWkcn'
hyCONT"C OWshnll he at (Un;l'RAG.1'UR's'e ipense
:without chanV:m'I c',Contract('rice,.
f on
it in,
a no,
• the
or,ew ent'gii'rng rise to Ih
urz of the cliiim, •Notice
supporting data shall be
the.stat1 of'such'accurr
R ullows.addiiional time
x more acculnte data ,in
s a]I known
•us a_, yes
be `detenninrcl. li , GN
aragrpph 21 I iI 'Olt
not uthenvise agree an
for an adiustment :in't
paragrdph•a 1.2.
11.3. The �vulue: of. any Work coVered bV'a Clhange
Order or of an), claim Tvr�an adjustatem in the Contract
Price %Q1 be determined its fullaci'S
1I 3 t uhere-the..Work involved is covered Uy unit
pnecs ,contained, in the Contract i)<icunicrns; bt -
application of sueh'uiat paces tdihe quanugesTnf the
items' involved. (subject- to, ;the provisioos'.of
23
1z ragtaph511,9;1 thitiiigh I I: 3;=utclusii ej'
11.3 where the Work involved is not covered by
.unit prices ...coma; ined in [he Contnict f)6cumenls,'by-a
mutually agivcd'paymera •balls mclud'u)a lump tiuim
(which may include 'an.fllJunAnce loi_ineiliAnd end
profit not fixc sxirily .in accordance with
paragmph 1 LG 2);
11.3.3, where the Work involved is riot covered by unit
prices contained in the Contract Documents and
agreement to a lump sum is not reached under
paragraph 11,3:2, on the basis of the C'osi of the Work.
"(dclermmed as provided in paragraphs 11 4 ancl,l I.?)
plus a (ON I RAC=I Oh c fee for m,erhead and finiftt"
(tictennincd as Prot idcdin lnmgraph P),�`.
Gyimi Of die IVork:.
11A" The term Cost of the Work mcans.ihc suns of all
costsnecessarily incurrrd and paid by CONTRACTOR in
lhe,prtiper perforniance•of theWorl. }\ce`pt as otherwise
dray be agreed to in µ'riting by OWNER, -such crnis sh: ll
be in amounts no higher 'than those prevailiti in the
Incality of .the Prbjcct; shall include only the 'following
itemsend shiill not include any of,the costs itemiicd in
paragraph 115`
;frosts for employes in the direct.
ITRA(JOR in the Ixduintance of the.
hedules'of iob classification's"ncreed
supciintcndcnfs, foremen and -other pemiincl
employed' full4imc �nt the site Payroll costs for
crtiplomees riot employed W114mme on'the Work shall
tic-appaitionfid on the hasis or their time -spent on the
Work. Payroll c6sts shill include. butnot be laa ited toe
:salaries arid -%vases phis the cost of fringe benefits
which shall include social security contributions,
unernploymient, aNcise .and payroll talus. 'workers'
of perCnnn rig Wa after regular
in Sanaday, Sundav or'lagal holickrvs.
I in the. above to the -extent iiithuri2ed.
'11.4.2. Cost of all materials and equipment tarnished
.,and 'incorporated in the talon: including costs of
transportation arxl.storage thereof and Suppliers field
services required in connection therewith All cash
disccunis shall accrue to CONTRACTOR unless
01VMR deposits funds with CONTRACTOR N'Vith
which to make pavinenk m'which-,vise, the cosh
discounts shall accnie, to (DINNER: All trade
.discounts:•reliates and refunds and retains from'stic of
surplus materials and, equipment shall accrue to
OWNEIL.and CONTRAC"1'OR shall mtike provisions
so that they may be, obtained
1.1.4.3:1'aymrnLS made by CONTRACTOR to the
'Subcontractors for Wii&-pcfko td or. Cu n stied by
Subeont hdom. IC required by (,tWNFR,
F:1Ct)C ENM LcoNLNTtoI+S.t ill;3(iyvv 06m),
:�4 w/C7TTOFI;ORTWLLIIZllOt)n•7CA7iON51RLN-'4POa01
and shall' deli4er ^such 'bids "to
.I then determine; with the Advice of
ch bids if any„ wifI Le accepted, If
rovides that ihc:subcontractor is to
sis ofCust of Work,plus'a Tee.
S.Cosrof'the Work and fee shall be
same "mariner as CONTRACTO_ R's
Vork itrict fee us provided ' in
1'1.6"-and 11.7:, All
be subled [o the gtha prof-isions of
mmants trisofiir as applicable:
11 A 4: i;octsaof special consultants,(including but
not littited to enatncers,' architects,. testing
labiiratorws surveyors. attorneys and acaiuntatrts
employed for services specifically related -to ahe:
work,
1 t ar5. Supplemental costs inclutling the (pllowin_i
11.4.5.1. The proportion" 61' necessaQ•
transportation, travel and suhctstence.ea`pertsr_sof
t'Of rl"hACTORs employees _ incurred in
discharge of,dutiesconnectcd Will] die W rk,
IIA.S.2. Ctist, .including transportation and
maiitenance; of all materials, supplies,
equipment, machinery, appliances, office and
temporary facditioA at the sttefind hand tools not,
owiigd tray the work tphiclt,are consumer! in the
perfolmande &the Work, and chst''less.'market
valueot suehitems used 6ut,not consumed which
remain the property ol'CONTTRACTOR,
11.45:3, Rentals of 'ill cdtiat aidn
etliiipment and macltinery and"Qme.parts thereof
whethei rented,fr6ni CONtTRACCOR or others in
accordance with rental agrcemcnts approved _by
MINT-R with the advice: of,ENGINEGR, and the
machinery or Parts shall ce_itsa when, the use
therciif is no longer nccessari, rev the. Work,
11.4.5.4; Sales; consumer, use or similar to es
related ftv' fhe Work, 'and: For. which
CoYrRACTOR is liable; ijnposed by`Laws'and
Resulatio' na.
-IIA:55. Deposits lost for causes;other than
n4i8ent•.e of CONTRACTOR urn+.
.Subcontractor or :unyone directly or indirectly
tiiploycJ by imy•of them or for mvhate:acts tiny
of them may be liable, and royalty ' m
sa6 and
teefor permits and licenses.
11 4.56. Losses and .damages (find 'related
expemcs) caused by damage to the Woil .. not
comPtmated'by irauUnce orolhenvise. susuiined
ry COhI'I`RACTOR in .cotinkri m with the'
0
i
•
of
of
on 'or
of
And -c—V' es shall b6nelude"d in_thz Ci& of the
Work` -. for the purpose of .deiemtining
CONTRACTOR'S Ted. IL however, any'such =
or Itlaffdge :requires ' recorkruclion- .and
i�ONTR:'GT,OR is rlaced'in charge therecif
GON'rR_XcTOR stwll be'paid for sentees it fee;
prnlxihiottaic t6 that stated to p arargraph 11.6.2.
11 457. The cost of utihtias• fucl,pnd sanitary
facilities at Ihe:site.
11.4.5.8: Minor a,�perises such as. idcgrams,,
Igne distance telephone crlls, leleplgne aerv_ice.nt
.the srtc,.cxpressage and similar pctty'c'aah dcmvin
connection with the Work.
114 5.9. Cost oFprc'jniums for addiucnal,Bondi
Arid irtsumrww required lncluse of.cJunng :s', ui the
,work,
11.±; 1'hc'teim (_csi,itft}te\Nrrrk shall not iricludean}',iif
the follolvA
1.1,52, Expenses, oC,CONTRACTOR's prutcipal:artil
brunch officeS.other than'COWMAGTORs office Hi -
the Site
115,3. Any part of CONTRACTOR's CAPAJ
expenses.- including inwrest on CONTRACTOR'S
capital empltwed•for the Work and vharges against
CQNTIt \CTOR Ior ddiriqueot payments.
11.5. , S:ost of prcrni4mn for.ell Bonds and for.-ull
.insumrice.whelher,or not COWRACT,OR'is reyuiivd
by' the t.ontruct Docecuments ty'ppun:hase And maintain
.the same ('eept- for the cost bf.f+rcmitin9s codorcd try.
sUbpantgmph 11;4.a.9 abt;vc):
U('DCCih'NhWAI:. CONU1TIOi\Zi 191" (i 99() E(litim),
xv LllYorroRTCOLLip'ss AtoOu;iCA'T16N5iRL%'V2anoj
l l S,, t,'n$L4 cltia fti ,4he •.negligence iif
CONTRACTOR, _any 1Suhotinhador. 'or anyone
or
duecUy or.indirecily;emploved bi' any of them, o> Tor
whose alas any of them may be'hable including but
not . limite l t0 IJ a IORCCIIO of tle/ectii'r \Vork
dtslxia"l,,of innterials or equtpinent wr-Ot Oy supplie'd
and making gpdd arty damage to properly.
1l 4 6, :Other overhead or general eepense custs'oC,
any kind rind the costs of any ttem'not spectGatlly;and'
etiprC 'IV;incloded vt paragraph l 1 ,
I1-.6. The,; '(ONTRACTOR's- .fee allowed to.
COI. rRriCTUR 'foe overhead and profit shall be
dei-dnnfnei asFollowg: - - -
11.6;1, a mutually acceptable Fined fee: or
11 b _i: if iu1 tt�cd fee is not.agrged upon, then.a _fee`
based on Ulc following •percentag�s of the' -vanoug
ptrrtiom of the Cost of the CVorkr -
11,6.2.,1. f a costs, iticuffed taidcr
lzlmgraphc11.4_I .and 11;4,2, .the
GONI'RACC( R's feeshall he fifteen perCenr.
11,6.2 2. for c_osfs incurred under
fittragmph 11.4:3,-the COtv'TRfACfOR's'fee shall
Lie five percent:
11.6.14: no fee shalt It ptivable on the.liasis
of,costs itemized itrider paragmphs 11.4.;4, 11A �.
and 11.5',.
11 6.2 1 the. amount of'ereditto be ,allowed
by. -ON thArrok to 01vN6'R lt7 any:chnnpe
wFttch results in a net decrease in cost wnlfbe'tRe
amount of the actual net decrease m eye t plus a
deduction in'COA' i•RAC;TC )Rs fee IA ,an' mrognt -
eyunl'tq f tYe percent of such'net decrease: and
11.6.2.6. when butte zt"iions ar4cre-Ms are,
.involved in any"one chart' c, the adjustmenl -iii
COA'TRAC,TORs fea shall'be computed on the -
basis of, the net charge in 'Accordance with
Para 11.fi:<.l through`T,1,6 2.5, mdusii c.
11,77 Whenever the, cost of any Work is to he
125
determined pursuant to. ;paragraph: H 4 and II, ;
CONTRACTOR will esidr lashfind maintain records
thereof in accordance with generally accepted, accounting
prtictices and form submit in foacceptable to tNdfi\TFCR an
item ked cost breakdown tggedier with supperiing data.
Cash Allowunces: '
'1Ix. it i5''understoud thatCON7RACTORhas included
in'the Coruiuct Pricc,all 'ullowunces so -named in the
Contract Doctmtents and shrill cause the Wiirk so covered
to be tarnished and perCttrmecl Cur such sins as niay
e, tie
acceptable, CONTRACTOR.
:agrees that:.
11,8.1, '•.the allowances .include the cast .to
COIN l RACTfOR (leas any apphsable trade discount)
ormatcrials and equipment required by the altowanus
1o'be delivered at the suc..ami all upplicablr tuxes: turd
1 I.S : CONTRACTOR',; costs for unto iding and
'haridiirig on,ihesite, Inboc itistalliition;costs, overfiend,
profit and ,other expenses contemplated for the
allounnaes:Fave been included in the Lontracl Pricy
and not In the allowances and no-dcmaud feu
additionaljxiynicrivan:accmintoNnyof the foregoing
will be vtiitd. - '
'Prior to`linal paymient, an uppropnnle Cldtnge-Order will be
issucd;asra:omnicnded by hNGINFFR to,TClecl:actual
am punts. due'CONI' kACI'OR on account of. Work mcered
hy. allowances, .and die .0 mitraet Price' slisll tic'
ooiresporidinvJy adjusted.
11':9. Ulnii Prce !Fork:
and
11 9.3:2. 4iere is no cdlresprmdmg acljustinent .
bothany other respect to aother item:gr Work and
1..1'tt.3.3. if 'i'ONFRACTOR believes that
CONTRACTOR is entitletl to an increase in
Contract price as a, res6fi- of, having incurred
or, acloGtional e perise 01MER believes that
owuFR rs entitled to a decrease in
Conroe
price
and the parties :ire umible w at er; its to: the
amount of ahy;such increase or decrease.
11:9.3.4. CONl'RACTOR ac6owledues that
•.the O\\TTFR has the'rishtto add or delete items in
the .Nid•or chaiiec quantities at OWNER'S sole
discretion wdhout•allectinc the Cuatmct Price of
any rcunimtig item sB 1ong. is, the. deletion or:
addition does'nor eecce I twenty-five percent of
the original total Commit Pricy
AR lC-LF,12--CHAiNGF OF'CONTRACI`` IMES
l a_ 1. •Thc: Eorttmct Tiffics (or t\4ilcstoncs) may only be.
changed M'„a Change. Order -orI Written ,Amendment,
Any olntio_ fix-anacUwiment of the'Contiact Times (or
Milestones) shall be liased'on written notice delivered by
:the rariy' making the "Claim tb thti� other. parry- ,anin_ to
h'Nt.INFFk prnntptly( (list in no'evcnt later thin thirty
daysl aficr the ocairrcnm- oLthe cvbni giving rise to the
claim ;and statism the. genera_ I nature of the claim. 'Notice
of --the "ent or the daiin tvith:supporting_daia shall'be
11.9.1. Wherc theContract i oodiacnts,rfopide that all HNC
`-or part of the Wort, is to be Unit Price work, initially acu
lhe.ContractPrice iifll be.deemrd to: mdude liir•iall acco
Unit Price' -Work an amount cquaf.tq the suin of• the ndju
established imit prices for each separately identified slain
item of linit'Price Woirk times the estimated quantity the c
of 'eitch iiem tv ' midicated al Cite 'Agreement, Tlic the(
estimated ,gtarimucs of items of yrut Price work are
not gunrnntceii rind are soleh' 'for tha porNse of
comparison of Bids and determvrin� an initial Contmei.
Price. Dcterrnimtions of the rictunl ;quantities ntid
clam, Lions of Unit Price Work .performed by
W ` TTRACTOR will {x made' Iiy LNTTdiNLFR in
accordance with parrigroph 9 107
11 '9.2. Each unit price will be deemed :to include tin
anioum coruidded by'CONTRACTOR to be adequate
to cover COrVTRACTOR's overhead .and ,profit for
.each septua0v idemifted item. -
119 a O1N7NZR or CONTRACTOR may make 'a
.claim fo nn _adjustment in the .Cur w;a Price in
aCcordwice'wiih Article 11 iP
1 L9.11.- the quantity of any item. or Unit Price.
Sbork Performed hY CONTIZACIOR dill'ers
materially ;and ssigritGcantly from _the estmitit d
quantity of such item indicated in'the A�eeniem
Exw. c;£i,t v.(,oNL)InoNs tY ig)s(t 9w Editiao
w/CiTYOF r&T Wt:6it�. MODIt4CAr]ONS (Rl l+a P0061•
fNF.FR allows additional timc•to ascertain it
,ate data in support of die. claim) ,and shall
nPanied by .the claimant's written sicitomentthat
mientdrim)ed is the.cnturacljustmcnt to tin oh
At lifts reason to laelieve it is entitled as;t -haul
ccurwnoe orsaid e -emt. All claims for adjustritei
:oriima Tinos (,or D'ulesiones)sba-ll be determiner
G%TF,F,R in. acerordsncc ' with ptnig�riiph 9.11
,TER and CON Z\CTOR Clmnat oihenvise ng
:lair for an adjustment in the Contmet Times
s on'es) wlll'be valld.if not submitted in accord:
the iequirements orthis paragraph 12.1..
12'3._ All time Iimiii stated in the Contract Documents
fire of the essence of the ;Agreement;
'here COINTFRACTOR is prevented from
t -any part of, the b oil- within the Contract
lvlilestonts)due to delay'bewrld the control cif
CTOR the Contract Times ("or Milestones} will
d if, an amotatt equal to time lost du-c to Such
a claim is made therefor 'ss provided` in'
12A. Dela-ys beyond the ;control of
CTORahalhinclude;:tiut riot be limited to, acts
or,' acts of God r Delays attributable to 'acid
i
i
0
0
within the control of a Subcorltnieior oi,Suppfier shill be
deemed.tri, be delays ,%vithiilthe control of CONTRACTOR
A1041C(.E 13-11T.51*8 ANI) ANSPECTIONSi.
WRRE.CTION kPrvI'0N,1AI,
1,1., YOH-K,
l3rohipt notiw'of all �fedve,lfflork of Nvhiah, , C)k%'NFR;or
' will be'gye.K-ti
=�CTbFAll d;fttwm AV&rk nmybe Frej&,Ied,,
accep!cdn��ro�idMiTOiisAriCIC13.,
Acecwvto Work
T"Y'and Inspictions.%
13:3- CONTRACTOR -shalt gi , ve UNG Nicrk linlel3r
notice of ieadiness of the Work for all re'quired inspectitvis"
letil
ng m- c 1: (0 r, 16i I. i I a t z required , ,- i r ts-p e u- I i*, spection and
test o n S, or tests:,
13A. C)WINER shad tnip!oi- and pay for lheservices of.
an - ih&Nndcnt Iegifig luboruioq to rrfurm ull
i ifigpjctiiiiis- tests, or opproya q Is- uirc& hy CofilhWt
re Documents except:-
13.4- 1 Rwinsipeclians, tests or,approva . Is covered
41;ly paragraph 13.5 below;'
13.42. that costs inewied in coon&tion,%viih tests
-017 inspections c6ni:166ted frusilitnt Lo lianipph 13-,
UC-DC(jE-,'0(AL'CO'ND1,n0!z 191" (1 9*901fislial)
VVI CITY OF FORT COLU N'S NIODIFICATIONS (RLV,1/2000)
lielmlv' :sIWI ;be paid ns .provided in - said-
PH rdgmfhi 13.9-,and
13,4-1 as oth%mvise sqlucirkli I I;provided in the
Qp�nlruc,l E)N-:u,m,en,Ls;,,
13;4, If,any kliloik (or, the work ,oYothem) thot'i-9 to bc'
in,qxctLx:I,, tested-6r approved e; 'covered. by
.�-,ovmjIe,TbIR 'without veritiLu concur
NZ..'ree of,
EN CUKTH"ER.. it fii-tist. it' rc*,�kcil ,- ENGU.R, be
ujiw'vcred for oW-rVatinfi.
13.7. Unctivering,WPkas.provided i.ii paragraph 13'6
ftll be at CONIIRACTOR�s , exfxiise.- Linl M-
�C7,01!41'RA(:rm has pivc;i'FN1GINP'P.*R tifficly notice of
Oil to cover die :salue and
NIFER luk not acted with mss6r-vihic Iimrn' fin M'. q in'
icsq)6nst: to such notice,
IYnciqvefing lVork.,
I 3.S . ; I . P any . Wor k is covered I contrary .to! thewriiten
rquest of NGDMER,' it jnus 'd mqucsled 6y
ENQDMMR, be uncovered for ENOM-LIZ's observo1ion
'I 3.�k 'If TNTGUNTUR considers it neodwary or hdvi�mlk
Ora -LoYlered Work be. observed- bt,,' mkmm or
Mon, IMPM19P.OT EC&ing,as-
t1hut portion of ffie Work in
my -replacement or.
I . limited to all cost!
cn6ded to an',app'ropnHIC LICCICUSCI 'lnthe Vontriict Price,
ar4 if the parties are unable 16 ligr&,as to the'smatint
thereof, map make a ,claim l®refor its provided in
Article IL If, however, :such Work- is4noL found to -be
CONTRACTOR shall he allavved an,inbrease in
the Tirixi
Milettonesj, ,or both, directly att nbi6tskle`to,',such
27
unaiierine, erpacure. observation inspection tzstiti<;;
replacement.nnd reconstructions Mind, if ,the pnrues :are
unable. to aLrce" as to the amount,'or- extent thereof;.
CONfRACfOP miry rrake'a claim therefuras provided in
Articles-ll and l2:
OIYT'ER'-IM rStop the O'orkr
13 16. If the Work is defective, to COYMACTOR,faits
to supply,stiffmient Skilled worke s or suitable materials'i;r
eyiiiprn nl !or fails it) furnish or;Fxifurm the Workinsurh a.
wet'thaClhe eaimnleiettWorktwillcantonal to'diContract
or
of OIVNER to esertisc this -right ror lhr benefit 61
( ONFFIZAG'fOR or any.surely or other party.
6'orrectioe orReutor'al ofDejecdve lkgrh
13:11. If required by FNGINPHR, CONI'R:AQTQR 'shall
promptly, as directed, other, correct -ail d jf dire Work,
whether or'not. fahricated, installed or onmpleted, or, if the
1VA-has Ixcn rejected by LiN'GINI Fk, mm6i ,c it. from the
site. and 'replace -it with Work tint is `Oat defective
CON'I'R.4GPOK sfull pay all shims; caste Imscs a d
damagts c used by or •resrrltiag from such correction at
removal (including but not llraitwkA to all costs of iepau or
rellIkemem of work'of others),
13,12. Curreeriilh Period:
13.121 Af Withino_iie-5, F two vicars after the date of
Sub,-taritial Completion or such longi:r ricAi it or time ag
maybe prexrilxd by Laws of Regulations or h• the
terms of,any applicable sPaial guaiantcc rcguircd by
the Comma Diocimnents.or by arty speci tic, provision of
the Contract. Doctnnem, any Work is ,found ,to h;
Work thatisnot" i
rest or remove and re
terms &such'trwstruclions, or in an"emergencywhere-
delay Would cause' serious risk of loss or damarre;
OWNER may have the ekfectnr Workxon'eeledor the
rejected Wuik- rcrnoied ahil replace nail all claims,.
writs losses.and damages,caused by or resullirrg front"
sncli reniovaF anti replacement (including but not
limited to all costs of repaQ or rcplaccncnt of work of
:Others) will be paid by CONTRACTOrC
ii122,fri Teci.it earcumslahces where a t�trticular
item of,cyulpment ,is placed in. continuous serill cc
before Sulistamral Completlun of all the Work, the
correctibn period for that item may slartlo run ronnan
earlier date if so provided in the ,Spedficnlioris"orby.
WrittenAnicndntcnt. -
13,123,Where deJectii'e'Work'(and damage'.to other
28
%v,*OTT OPFORT (ULLUCSAtObll•7CAY'10\�II2L•1'd2na111'
1V6rk resulting, thei6froat) , has been corrected,
remoied or replaceii under this-pEtrag+raph 13 1');;the
correction period hereunder.with rcapeetto such Work
trill be'etitended far an additional_ period of ime-yeae
two yearsafter suCh,'correctitin or removal and
replacement has hee`ii cnucfnctoHIy'&imnleted=
A 6,plflnce ofD'efeefide Work:
13,13. If. instead of requiring wrretxion or removal and
replacementL of def ciNe Work; 01VNER (and, pnbr to
ENTGINEER'S recommendafinal
recommendation of' nial payment also
1 NC-ma,R),ttt�fors to accept it, CAVNhR finny diw.so,
CcbT*fP�4CTt�h shaft .pay all claims costs. prises and
damaeelk attriliumlilt! to OIVNRR's'evaluation of grid
deicriniriation to seep such eG fechi (such costs to
lie approveilby F'fv'G1T�1liElt as to rcasOmablrness):. ]f arry'
such acceptance occurs prior .to UN CIINF.IiR's
re.'ommendutioriof final payment a Chance (Acr will be
issued, incorpornting .the necessary revisions -in the
Contract Documents with respect to the Work; and
OWNER shillbeentitled to an appropnafe decre<1se in the
C ohtra�t.lihee, and;•,if the;parties are unable to agree as to
the nmotin[ thereof, (,51Vm mnv,make, a claim therefor
as provided in Article 11',, Mthc acceptance occurs lifter
such recommendation; an appntprinte nmoun twill We p6 d
OWNER drawroirectDefectireN%ork-
13.14. 1rCON'I'RAC ORfails within -it .reasm-
;in accbrdaricc`i4kh-I-eraeraph 13:11, vr'i
Documents. .OWNf R may, :after, seven days written
notice to CONIRACTOR:.correct nrul remed, my such
deficiency Di erereising the rights and remedies under
th s:paragmph O'\VNER shall proceed expeditiously, In
c nnection with such correWN:e and remedial action.
OWNER may erclude:CC�NPRAC'T.OR Iron aft or,{F�Qt of
die site, t'al(e:pgsscztiiori of nil ry part' or' die Work,'arid
suspend CONI RACThIZZs sen'ices related thereto. take
poLeescipn "of' CONTIZACTORs look; .appliances.
wnstruc[ion ,eguiphienf and madunery at the site and
incorporate in 'the"\\'ork. ad materfala and equipment
stored at the site, or for which OWNER has paid
COYFRAOTOR but uvhkh are stored elsewhere.
to, enable QWNHK� to
nder.this,par'aggnph. All
incurred of susteined by
[s and remedies will he
and a Chanae'Order will
ri�pei:l :Iq the 1Vurk; a
in appropriate'detrease in t
figs' are amilhlc7td agreO-as
9
to
dtivages.will include but not. be Gnuted to all cextsof
repair or .replacement of wort; or others 'destroyed or
, damaeed by correction removal , of replaoeracrit of
CjNTRpCfOTi's•ilekciiw Work. CONg7fz (,-rOR shall
not be allotred an 6ieinign of'the Umtra2it.Tim s (or,
Ni lestones)hecause or anv delay in
utapzrtormancepf'ilie
\trork•ituibbleto the exercise.byOIVNER: irOWNER's
rights hhd reme8ies hereunder.
ARTICLE i4—PAYNU1- NTS TO GON7%kGTOR AND,
CODIPLLTION
tichgd"ie of•t-alues:
14:1. The schedule of iMues estnlilished as pro idcd in
paragraph'' 9 will sea a as the bush for protress payments
Anil will he incoNralcd'iniq a:,fnmt of Qpphcauon'.hr
Paymentazeplai]etnhNGINEER Progresspaymientson
accountof Unit Pnw Work dill he haled on,&numher of
unala completed..
Ipplicatiar for ftogrescYnt'nleru:
•
COATR'ICTOR's TVarmrin, of Tide:'
143. .COV"LR4C'['OR lvarvmt.s and guuncdres that title
to all Work, materials mind equipment'covered.by :any
Application for- Pa m eht,.'whether ,iricurrpoialed .'vi the,,
PrujecL iv noi, will pass to MV\TER no later than the time
of piynent Gee ind clear of all Liens:
.Rem?nr nf.4pplicgtiunsfurPrugrest FaVneeot'.
14.4• 'ENGLN'EEk wile yvitfitn icn days after n'ceipt, of
neh.Applicaiion for l'aynierii, either mdicate,in wntiag,s
euuTrc•ctr�twil: coNuinora_t'rtus U97nE�tipani
WICI is orroRr COLLINS MODI FtcgnoxS I'RhV irzuiioj
Cl
irecottimchdatimi of payment and present
to LrR_ OWNor return the Applioation iii
in hcattnE in Writingg ENGINEER's reasc
recommend payment'.,In the lauer case,
may make llie neccss_ary con-ecucvi's t
applicahuition., I eh nays alter' prey
Apption'for Payment, to OWNIM is
reconimehdation, the aniount,recitmmer
to the proviaions.ol.thL lasl sentence o
become due and when -due will'be, pain
CONTTP ACTOR
143., '!iN.GlNl'LR's recommendation or any, paymeIat
requested in,an Application for Payment xviiPCo stitute'a
representatiun by IiNGINkl R to';C)WNI R, ha'.s'cd on,
H11CrIiTF•IiR's.iTn sttc'niiscrvmiohs of the 66cutcd Work
us an experienced and qualified desta prolmionpl and on
ENGINLER's review of'thc Ajtplicstidn for Piy6iav'Rn8
the accompanying dala and schedulcs that•toj besGrof
IitiUINNFR'.v knrnvlcdgF ihfnha'itioi -nnd heli&..
14._1. the Witrk• his pro'u�ressed to ;the point
indicated,
145.3: the .conditions pmccdcni In:
CONTRAGTOR's being entitled to, such payinetit
appear to have hen U!"illed InSorar as' it ie
' ENGLN'EER's responsibilit%ito bbserve'lie Work.
Kowever, ;uy rocommenovIg .any ,.such .pnytacni-
ENGLNTEER `willnot thereby be rlcenied, `to hnve
represented:that: ,Oexhaustive or continuous: okwsae
uispections ll<nve been made to,check tha quality or the
quantity of ,the Wnrk heyoad the res)Tonsihilitics
specifically azsigneil to ENGiNEIiR in the Coatract
Doeume'nt$,or (ii) that there may not be other mmuers or
issues between the ptrfies fto bright entitle
IvON'TRr\GTOR to paid additionally by OWNER ltr:
entitle Ol1NL'R to withholdwNrtnent t6 cONTRAC•TUR
.14.6 G\TCTNECR's recommendation or any payment,
including fin+l;paymenl shall notmeanthut ENGINEER
is iesponsiblo for CONTRACTOR's' means, inethOds,.
techniqum,wqucnces or procedures of construction. or
the sinew precautions and,programs.inciderit'iheret0. or
for,any failure cif COliiTLACTOR it) comply with Lq�i,s'
5nd Regultaions applicable to the furnishing 'or.
perfurmanct of lVok. or .for: any failure :or
'CON I RACTOR to ,peilarm or fuini.sli AVork %in.
iiccordant:e with the ConiraclDocumenw.
14.7 ENGI\TEFR may rcfusc to recommend the.wh6le
or,any part ortmy payment if.
m'1�+(CrINEERs opwoi pit'
.would he; incorrect to 'make , liv eepnC nLitnais to
01"TER. 'n* ""I'ap 14 5 MER may
e vnf r;,bemusd of
also refus , to re orrimeridt� such p
subsectuendy discoi•ered evidence or the results of
subsequent iiispections or tests, nullify any such. payment
PrCvjously- recommended,' to such extent as may be
neces& in' M16INTEMs opinion to 'piotert (,)Xk.rN,T-rR,
front IcO b&mus-d:
14.7,1the'Work idefeelAv. or completed Work has
111:7.2. the Contract Piice has been retik;id by
Written Amendment or - Change Order,
143:3oxvNIHV has been required in correct
Af�etiva 'Wmk of complcui Work- io",accordance with
pemgmph f344.. or
1.4.7.4, LMGIkER.Lh`JU,UC1U0l krOWIM(gC'Of the
6eciii-renec :of;anv'of the'events enumerated in
OWNFR may'rerusL,rd make raYinerit ofthe- full amount
recommended by PNGINRER.becate;e-i
141.73r claims have been made af;airp 0X\WFR--on
5 furnishing,
i%binig
61F thC-'Wo.rk--,
'14.7,6- LiensIvive Vxcn rited-in COnnection.Nviih- the
Work.-'exci!rit where a
'fi ',Bofid .qx-Ci 1C awsthctor -.�re the
_y to OWNER to set
M sat' - 'C -
at' faction ad dischaiRC Of such Liers,
14.7.7 there are other items entitling OIN'M to qsct-
Wriziiiist the amount reeomnienda-or
14.7:8. OWNER has actual khowledge of the
occurrence of tiny .Of che events ehumeraied in
paragraphs 1 4J. 1 through' 14 , _73 or, ly.inagniplis 1 5'1. 1
throvLah 153.4 ine:lusive,
but OWNER, must give CONM%C',T(-,)R inunodiatei
AVritten n6ticc- (with a cony to PoIGINTFER) :stating the.
rei-sons for such ridion find promptly pay CONTRACTOR;
the amount so withheld, or anyxidjustmem thereto agreed
-i6 sy OWNER' - and ' C0Nrrk.ACT0R-' whon
CONTRACTOR "corrects to OWNURs satisfictian the
,reasons for such action.
!,Substantiqll. CWnp!etion:
US. When CONqRACTOR ainsiders the. entire Woik
ready for its inciended use CONTRACTOR shall notify
OIVNTER and F—NG WEER in wifina, that the entire Work
is sUbstantiaH y. eWpleic (except ?or items #-:cificully
e a certincate of auostanria
isana6le. time thereafta
;and ENGINEER shall rrakt
determine the status or Lt
1 -9 not consider the Work
NTEIER ivill no* CONT
the reasons thcrefoi. if
wrio 1919.8 C I i9w (fifiall
31)
the R
re and deliver to MTNTER a tentatiE PMEte,
ntial t0omple-ticin which shall fix,the date,of
11 Cor�fijefion. -Thtreshafl be attached to ilhq
:'a tenwiv'c list of items to be 66fflpleted-br
as '1q, aky
If. after
eludes that
ons, FMUNIEHR corroders -.the W
'will kv.ithin 5,
acute and 'deliver to OWNER i
a aefinitivc ecrilrimt6 or Substan
L a revised tentative1ist of;items 10
ccied) rcflcctm`p' such chan-Res froni
a written rccomnicnAlaW
of SUbstaniial
on OWNFR and CO[\IJ;RAcroR until final payiijent-
14,9, OIVIdUR.shall have the right to eNchide
COMRACTOR fr6m the w4k after ific date of
SUbstanigilf-Completion. but 0WI\TER shrill
CONTRACTOR reasonable acdm.-- to7comolete Ori correct
items in s on the ten tati , ve list
at ',Q1kWFRs option of- any'
I of flue W-OrL Wliklir (i) IIRS
in thE Contract Documen! Or
a separately funetioning�ufid usab
cart be used by OWNER for
6,7 ready 'for its intended tm-- and sut
'jKTP complete. lfC( ACTOR ri&ces qaitisu
the Work is.substRnIially� compiete, CONTI
vvill caily :to OWNER and ENGINEER
part Or trio Work- is
ENGINEER to issue 'a 'certificate, of S
Completion for that pan of the
0
0
0
F—j
0
l4M:1- No occupancy or sqjamte Opera"Onof rAq
of -the .1 - Vark %01 be noc6niplished prior ' to &qnp I liance
.
5.15, in respect o �viiihVe.requirenienL%' f
prof", Insurance.
14;1 L Upon �%iritt6 noti . & fr6fin COI�TRAc7roR'tmt thE
& or an agrLf is complete,.
cI_t-
entire 'Work A:d Lx.)ruc)n ercomplete,.c,
JINIGM-1-M, will nink, A fi&M 61vZtion with DWINTER
and CONTRACTOR and will nt)66, CONTRAGtOR in
21witint 6r,iiij particulars in whichi this, MR that the Wbirk is incomplete or d20ctrya, COACTOR
Shall inim.diulcly'tnkc such Intasure I sJis are Rucassairy'a0
comp 'Ictcwork
m' - or�r& Oy q6ch d46icneics.
ch I
finalr
V)&Iiolm for Apreut.•
' %vt 61Y Of FOR�OLLI�S N10D117C:Ari&8 ffliit/',112000)
0
tp furbish. sudi a rdease or receipt in full,
CONTRACTOR' may fdrhisli R Bond or:'oLhcr i)ollaferal
satisfe6tory,to :MV - NER to indemnify, 6vhJER` aLminst
any Lien. Releaitn or waiveis:of Hems and the'co'nsen-tof
the 'surety to* fi Imaliie amient •aro td'be submitted..6n
Foirms'6onforin ink to the fannat,ofthe OWNERS standard
forms bound in Lhe-Prop&l manual
J�rnql fqvyient tutdAcce pfwicel
MO. IC ',throueh no Jault of CONRA(7170R. final
Wiriphaian, of itho Work is s-ignih6ritly. delayed and if
ENGINEER so confinii% OIVNER si all upo_n receipt of
CONKERACTOks'linil Apoli�niion lairNmeat and
recommeni:littibri or ENGrNdEIZ,.`Hnd without terininatiiiu.
the Apro ' eivient, make paymerd of t1le ba lance d i. ic ; ffir, tl Ut
of
by, C
n, lor
or.'eurreiaed is te&e than thejqainage
&icinleii and'if, Bonds KaV; Ixen
shall not constitute a
14,15.. 'The making iind accept me of Titian payment %611
constitute:
AA 15.1 ra wn rVer or all claims, hy MWER,4gitifist
CONTRACTOPL CRC'ePt.clams U'risimi"d ;abn
unsetflod Liens, fr6m ileleetil, Work, apic r__ after
:31
final inspection., pursuant to par:ieraph 14:11, ,from
failure to comply with the _Contract Documents or the
,terms of.any.special,guarantees sriecihed therein. or
From CONTRaCTOR's continuing obligations under
if e Contract Docun rents: and
14:15:2: A waiver of all dauas b,-CONTRACTOR,
against 01YNGR other than those previously made in
tvritine and still unsettled:
.ARTICLE 15-SUSPE_ NSION OF WORK .UND
TERAIliNATION -
0IVAt .,Vqv Sunpenrl'We rk:
15,1. Al any lime and without. cuuse.. CAVNLk may
suspend the Work or any portion thereof for A period of not
more ." ninety hays by notice in writing to
C6N'1'R.�C'I'OR and F NGINF;F.R tthich trill fir the date:
on. which Work %vill be resumed. CONTRACTOR stroll.
resume the Work on the date -so Fred„ CMTRAC'I'OP
shall &- allowcd an adjustment in the Coniract.l3nm or an
e>iwnsion :of the-Con[rict Timer or both, directly
wi ibutahlc to any ;such 3u-spensmn if• QON I R'1GfOR
makes an approved claim therefor as ,imovided..in
Artiefts 11 and 12-
01irAER May Yer•niinare:
I5? Llpiui the occurren6c of any one br tnoric of'thc
follm'ssngevcitts: '-
15;Z,1 if CONTRACTOR persistr6 ly fails to perform
4W the oiA in accordance with the Coritnict Documents
(including. but not lunited to: failure io supply sufficient
skilled4orkers or suitable materials or equipment or
failure toadhere to die. progress icbedulc cstnblLghed
under puraginphU rtc adlustid froiii.lime to'titite
pumranl to pkmaniph G 6);
11'S.2.2_ if CONTRACTOR dtsegards Laws or
Regulations or, Ally p`uhlic bait' lmving jur'kdidion'
15 2.3.. if CONTRACTORdisregards qip siuthority of
ENIGLNEER; or
1524t if CONITRACTOR othe-Avise violates in Inv
substantial 'tiny' any 'provisions of the. Contract.
Dociaiienes.'
after.givinm M\UP ACTOR Ond the
ven days' written notice anti to the extenl'
vs and Regulations, terminate the services
IR, exclude CONTRACTOR Gom the "site:
sssion of the York and •of, all
's tools, 'upplianc"es, construction
tat:fiinery at the site :-and ,use the.same to
has
.,❑7lOFFOxrcutti et0(_;ia,CM10\SOCEN,'4004111)
15D. Wherc CONImAC'rOws, scrdices have hcen.so
*minutcd bV 01YN1 R, -the- termination .will -not affect
tiny 6-his' or reniedias of OWNHR. ..against
CONTTRaC•TOR then;'e.Kistine or which may thereafter
accrue, Any retention or ,psiyn1Ant of moneys due
C6NI RA&; f0k: .!by' OWNER' will nr)t release.
t ON'1•IL\CTOR>from Imbility,
1$4, (Sp7n se4�en dny, wjitren 'notice• .to''
COIN RACTOW and Ei\GII�IITR, OWNER may,
without clause and without prejudice to.any. other riglti or
ierriedyyd6NVINt•R. elect to temirate tH Aereenient. 1n
such . case, C'bN'TK'AGr4SR, shalt be paid .(without
d6plicnti60'of any.itenis);
15A:1. for completed and acceptable Work executed
in,accord;imc,with the CJontract Documents prior IS
the effective fiche oftemtination,`including fbir'and
reasormble slims fqr oveihtnd and ptolit on such
wbik.
15:4 2- . for.expenses sustained prior to the effective
Atate'of'tcmtt neon in performing'services and
t t t shuig.labo , mr terialg or equipment as required
by the.'Contmor,'D6cuments in connection with
uncrnnpleted.4York plus [kin and'reRsonable sums For
ovallead'and rrofiCor such expenses,
i5-43.,.for All claims, :ursts;.:losses and thmages
incur'red, in settlement of tetmirnled 'contmcCs..wvih
Sub tzrninicitirs, seippliers.andoth6s rind
15,4.4. for reasonable expenses; directly attribuinble
to terrhination..
CONTRACTOR shrill not be paiid on account cif loss of
uraicipated probts•:or. ieGenue rii other economic lairs
arising out or orresulting-Rom such terminat m
COr\'/R.ICTOR,11ui°Slop f1%arkarTerminglei
15,5. IC through no act or taint of,CONTRAM"O& the:
Work is mspended',lbna periud'of more thivi'ninety days
by OWNER nor under an order' of wurt or other' public
Ruth
or [INGINULR. Inds'to.net ..on any Application
for Pay»iertt within thirty days after it .is submrlttil ,or
OWNF R fails f r thirty days to pay (ANPI'I ACWR any
•
9
0
•
0
SECTION 00510
NOTICE OF AWARD
DATE: May 16, 2013
TO: Vogel Concrete Inc.
PROJECT: 7361 Concrete Maintenance Project Phase I — 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. You
are the apparent successful Bidder and have been awarded an Agreement for 7361
Concrete Maintenance Project Phase I — 2013 Renewal.
The Price of your Agreement is One Million Eight Hundred Ninety -One Thousand Seven
Hundred Sixty -Five Dollars and Twenty -Four Cents ($1,891,765.24).
Three (3) copies of each of the proposed Contract Documents (except Drawings)
accompany this Notice of Award. Three (3) sets of the Drawings will be delivered
separately or otherwise made available to you immediately.
You must comply with the following conditions precedent within fifteen (15) days of the
date of this Notice of Award, that is by May 31, 2013.
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.
Director of Purchasing & Risk Management
0
start IiKqlly deterniiried to be due,
may. -upon- seven days. written , n,
a4GINEER, and firm ided OWNTO
remedy 'such ens!' - -fail
_ ��s-pT OT
terminate 'the Awiacmeht and 'ie
yiiient on the sarnwietmas poqv
In lieu of term
the Aarcernei
or OWNER has failed fbi thirty -days to v OR ITy.5 - finally' determined 'to be true;
OR may uponseven clays' I Nn .. tten notice 16
�ENIOINHXX'sinff.ihe WA until novaient of
11 and I
or
foermittod by this f5hragraffih,
ARTICLE 16—IjISPOM RESOINHON
0
AR Tl(L,E 17—AUSCELLAINEOUS
Giiir* Naticv.
17.1- Whenever any provision 61' the Cofilruci
D&umonw requires-the,gj�,ink of writtefi notice. it will be�
deemed to hR 11ve .been volidlv given
n if 061ivered in pers6ii to
,theindividuilorioamem�W6Fth�finn ortoithoanxi-of
L . or - , - � :1..,. 11:1 "eal111
he corourrition wharil'it is intended. ofiNclivei- it or
sent: b�, r ' etiisticred or certified mail,,postage -[Vep , a , iLL. to, tli,�
last busihessiuddrczs kmaivii to the giv'cr of Lhe notice,"
,17:2: Con
_tvdtqfioq of Tiine.
17.11. %%rhcnamy.perio&of,G , meis referred tom the
'contract Docahlentsi by days, it mill be bomputed,to
ex'clude'llie-first .find, include the lest.day,ufsu`ch
period! If If the last- day of any such period Ialls.on a
satuvfday or Sunday or on a.dnyi rimile dilegal holidii),
law of the applicable ju-n'sdic'tiorL--i'uchj day 'will
be omitted firimi the compkitation-
U(MCOWNEXAL CON ITIO-NN Fild-S (i990E666n)
W1 Cl rYOFrOKI I COLLINS MODIFICA14ONS mtiv'vjvivi
0
1
172.1
I A calendaT daoftwenLY-16ur hours measured
from. midiriLlit to thenext midnight will constitute ;a,
aVonce of (Aali?nz
' 173, shoitim b%vNb or cdAjm-'aOR zAiffcrrjajUjN,
Or daruiygelo perwr , �o . r.propLr\Tlv because of any. error,i . ssion , ;0 or.0of the�Acr pitirl;y cii*of:aaay, of Ifielother
party, s I I employees or lig'oiits or -others for whose acts the
olhW'paif�, is parclaim- will be madeia_i6T_dmi
to the cother, party within a reasonable time Pfl.the first
6bscrvancc of iuch'iniury or darna"Le. The provisionsof
for of a waive of the Oioi ikions of any nopki
of limitations or
Professional Fievand C&O Costv Included:
17.5. Wfienevei refeience ' is made to 4ctaiM& costs;.kw" aid d6ranges "i if 'S i is,
in cach'case, hut' not
be.fine fted ioall fees nn i oharv_cs *' ft eii&eers, chitacts,
attorneys and ,other
rfiissjoria End 'all court or
arbituiltonoro erdispuier i'lutii:xAPM'ts,
174, 'The liiws'of the State State of Colorvidg aynl, to this
rimem go] oindo galqtq2%
me as roll
11.6.2, lfu 0mm.'15_flcd..O1VNE R is reauired1by,
law (CRSr38-26zl(17) to withhold from Inavinents to
CONTRACTOR sufficient funds !to 'insure the
Va %mient f all claims for labor. materials; t6in'bire-
susterfadw.- Orbviabif4, myeader, 'or cahcr.`suppliie
used or. •consuffied bv CONTRACTOR or, his
33
jjjcL)c(;EN'L% AL CONUMNS 19 . VO (I
.14 %V.'Cl'ry' I 01i 1701tT . f13L - LjRS NjC)L)[jjCA'filj-,S (RAINA i2000)
0
9
0
Pi
E
WICITY 017FORT COLLINS NIODIFICATIDNSJIhl'-112011W
0
35
0
0
iv; ci'rY"01;' I �ORT . ODLLINS MODII-1 CA'l IONS (P-BY40000I
EXhIBYOSC-A to,Gencrall , Condi iions 11 Except ns. pr&ided in pi,,unizraph' F6_5 belo*,
no 1111"tion arising out or or relating tiS, the -Coniriict
.of tile -Cons&uction Contract Between E I hicuincrits shall in6ludc'by.bonwlidatiun. juinder or in any.
OWNER artd.CONTRACTOR othtr manner' any othi� person pgn or r9tty(iiieldding
ENOINEERf,ENOINEERs .Co:nstliani and the 5fficer& 'Df§f;UTE RfSoLuri& Acii mmyf 16.4.1.
II'-t--hu'm6lusLion L&suc, vth.er-,pe1s10n or
� entity ty is
ncoesa:jry it comp1etc relLer isto beaffbrdeI ii6ii
thosz,whare iilreA rmticst6lhe ithitiLb . and
CAVNER and - C61NTRACTOR hercliv :corer hit
Article 16'of the Gt:6cra-I-C6fidition' or the''Coilirdcaion
(;oniinci between . OWNER and CONTRACTOR, is
amended to iricluldc'6e FolovqngU&qme doif the parties:
I 6A. i'Ql claims, ;disputes and other, matters in
.auesuon beiwccn!ftIQI M- and coN'ekmroK a Mil"111-11
I b$� arbitration •ii
Industry Arikitratioi
agreement so to-,art)itrate, and
OLInsefit to whitrate entered into
pr6i;idcd ih:Lhis�Aftiiilc]16 ivilL
under the liteva-I li ng law of c
,1162. N6daiandfoiaibit
ruquireti to De
decision in' OccOr
c until the earlier of
rindc-r6d a written
Lhr e,partics , have pr , c
a wriltcn`decvs on I
date.- No
IV
for
td appral iis
'Filed ih
Lik-ith the,
or othii matter in question -has anseA.nnd'm na eve
any such "and be made after the (Late AIM' instit,
legal:or ccuitabti procci:dinp- based on such claim,
n- question would Ink to red
or other miner i L ion W
applicable slatute`oCltrniWtivns:
MIX MNERWMITJOSS i9l 0-3 (i 00 gdtwS
%%Y'qrTY0F FORT COLLIyNxiorir;T61,TTDN �S (RFV 9199)
1&42 such othni: person or entity is 'suhsuffititilly
involved in a question of low or fact which is common
to'ifibse who are aliAdy parties uithe .ii'+ivriitioR Find
whiWwill 9rs6 iri-FaCh proccAnir,nod
16,43, the wriu&-donknt of the other, person or
sought to be included and ' �of,61iVNER and
CONTRACTOR has heen obtained for such'inclusi6n,
whichaxor =nt iluill make'speciG6 -reference' it) this
paragraph: hot no such66�4nt shall con4itiqe.conls,pnt
to,arbitmfidn* of any dispute, not specifically . dekeribed
in such consent onto arbitration with:1aity party not
specifically identified in such consent 16.5. K16Kvithstandling pa . r . ag-raph 164. if:A A claim;
ite or &hcr,mauey, in question hcnweii MNJNtR nerd
TrkACTOR ltmrolws the worik. of suwomiiictor,
!r QWNhK or CON'l-RAM'DR * , may iiiin such
jkpecific jirai�ision,wher6V the '�yhoontractpr 66iiscrits To
living joined in an arbitration tration bimweri {f1VNR. and
CON7RAiCTOR WoWing. the Work, of s7bicb,
Subkohtfiict6i Nothing inihis- " ra-ra I Pa _qphII6,5 nbrlirtthe
-
Provision of s uch subcontract consenting 16 joinder shall
create any*' blaim, or cause of action m -ilivor of
Subconiiaxt6i and against OXVNTEP,' EaNGINEER or
ENO ENTIT R's 0orisu Itanis that does nof, otheriise exist,
16.6. The award tendered by the arbitratois will be
final, judginimi may 1w,'critacd uponi it in ah%� coua h1ving
j6ri'sJiction thereik and it will not be subject to
mlotlifimtion6rim 'i
IE7,' MNI if -and CONMXGTOR agree That thq
sall fist 'submit any and :all uhkiitled claims,
'disputes and bilier' nianers'_4ni iju0ion
bet%�ecri thFni tins"in'g, out t o. or r'N' r i to the ontrnw,
relating C
U
abmillod to maliaficiiii i6ithin
time lunitsRrid shall remain S'LlbF
the terminiiti6rt of thi iviLffikion-
utc submiitted to 6fciliation' under
.rve asurbaraitir of such dispuia'u
to a
EJeDCOENERAL eONDIII0N5 1910-S (IM 9,54m)
14 rM- IREV 9194)
b6A]
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of
Fort Collins modifications) and other provisions of the Contract Documents as indicated
below.
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph
numbers of the General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
0
5.4.3 and 5.4.5 Commercial General Liability policy will have
limits of $1,000,000 combined single limits (CSL). This policy
will include coverage for Explosion, Collapse, and •
Underground coverage unless waived by the Owner.
5.4.6 The Comprehensive Automobile Liability Insurance
policy will have limits of $1,000,000 combined single limits
(CSL).
5.4.9 This policy will include completed operations
coverage/product liability coverage with limits of $1,000,000
combined single limits (CSL).
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule zero 0 days lost due to
abnormal weather conditions.
0
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
11
SECTION 00950 •
CHANGE ORDER NO.
PROJECT TITLE: Concrete Maintenance Project Phase I — 2013 Renewal
CONTRACTOR: Vogel Concrete Inc.
PROJECT NUMBER: 7361
DESCRIPTION:
1. Reason for change:
2. Description of Change: _
3. Change in Contract Cost:
4. Change in Contract Time
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER 0.00
TOTAL PENDING CHANGE ORDER 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST $ 0.00
(Assuming all change orders approved) .
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
cc: City Clerk
Project File
Engineer
Contractor
Architect
Purchasing
DATE:
DATE:
•
• SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 16th day of May 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
Vogel Concrete Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may
be the whole or only a part is defined as the construction of the 7361 Concrete
Maintenance Project Phase I and is generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by City of Fort Collins Streets Department, who is
hereinafter called ENGINEER and who will assume all duties and responsibilities
• and will have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the
Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 This Agreement shall commence June 1, 2013, and shall continue in full
force until May 31, 2014, unless sooner terminated as herein provided. In
addition at the option of the City, the agreement may be extended for additional
one (1) year periods not to exceed three (3) additional one (1) year periods.
Pricing changes, if any, shall be negotiated by and agree to by both parties in
writing.
3.1 The Work shall be Substantially Complete within one hundred forty (140)
calendar days after the date when the Contract Times commence to run as
provided in the General Conditions and completed and ready for Final Payment
and Acceptance in accordance with the General Conditions within forty-five (45)
calendar days after the date when the Contract Times commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
any extensions thereof allowed in accordance with Article 12 of the General
• Conditions.
�
§
0\
\
0
,Itq
§
q
\
/
$
§
ƒ
.
%/kk§
Co
20zz
=zJ3=
ZOO z
z g- ca
°)0ofw
\sga89
}<����
.
<
7
0
co
\
/
(
co\
}
?
Ico
/
z
-
)
&
®
)
(j
z S
k
\
/
/
cu
tf
-
ƒ
-CU
2
m
0T
\§)
3[
_
z/
o
/
§
j/
\
coP
)
\«`�\
5
2:2
z
2..\
e
z<!E
{
e
)
o0
e°
.j/§
g
_
\
\
)
\>
}3
/
\)
)
®
j
S)
&\
\co°�
»
<
\
0z
U-
i
�<
\
\
\
$
\
�
\
..
_
co
co
_
&
_
-
-
.
3
®
=-
/
<
)
\
}
\
)
-
-
<
<
<
LL
\ m
CY
-
/
/
4
©
\
L
j
j
/
)
/
\
/
w
a)\=
9
2
£
R
e
LE
$
§
\
\
\
» @
�®
j
§ §
k
�*
2
\ 3
\
° q)-0
k
\� )
«
±�a�
)d�
\
k
1/
k
k
/
§
]
a
a§
a
6
y
i
M ( a)(
]
/
]
/
co
co]
V U N
LL m
O a
N
W N
(D U o 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 Cl 0 0 0 0 0 00 0 0 0 0 0 0 0 0
Q a3 C O O O O O O O O O O O O O O O O o 0 0 0 o 0 0 0 0 0 o 0 0 0 0 0 0 0 0
Wm
O 69 EA w w w w EA w w w w EH EA w w w w w 64 64 w w w EA EA E9 69 69 69 w w 69 64 69
a)
O N
N O
F a)
@ 0-
0 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
O O O O o o 0 0 0 o 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
Y 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 it EA EA EA Efi EA 69 (AEA 64 ER 69 EA EA EA 69 Ef) Efi 69 69 64 69 69 EA 6q fA W W fA W fA fA 69 w w
E
U o m a
�p O
�000000oo0o000O000OooO00000000o0000
-oN 0000000O00000OOOO000O000000000oo0OO
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
O Y N O �O Q EAWW EA 69696469 En 6464 646969 W EA W EA EA EAWWWW Cl) EA 69 V) 646969 Efl EH 64
H O a- >'
zz� E a�
O W 00 a T
U
UQ O
:3a
a c000OCD OOOCD 00000CD oCD co 0000CD CD CD oCD CD 00000CD
a oOOOOO000OOOO0000000O000OOO00000000
Q a) o 0 0 0 o 06 06 06 o o o 0 0 0 0 0 o 0 0 06 0 0 0 0 0 0 0 0 06
E
�c N E w w 696969 EA 646964696469 EA EA fA EA w w 69 EA 696E 6969646964 EA EA 64 EH 69 ww
o n.
E N -C
U t C >'
H 0 O
�OOOOOO0000OOOOOOOOOO000000OOOOOOoo
0o0o0000o000oO000oo000000O000000000
0 0 06 0 0 0 06 06 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 06 0 0 0 0 0
QEA EA Ef) ER EA EA EA EA 69 EA 6q EA H) 6q Ef) Ef) Ef) EA EA EA 69 EA EA EA EA EA w w w Efi Efl EA 64 69
a)
C U
N
� C
Z
� T
O -
C
Q 7
U
H 0 J
z Q
L H
U O
p
a`)
a� E
m= �
z
E
171
�
U
�
N
w
U
a
=
co
M
w
CD
Q
_
m�
cw00000000000000000000000000000000000
O00000000000000000000000000000000000
o
p_
o L
— M
H (6
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
e» e» Ef> w e» Ea w Ul Ef) Ef) Eli E» w w Efi w Efi 6s EA Efi Ef! Ef! H� w w w EH EA Ef) E» Ef) EA w
0
EA
0
w
O N
N
(n � N
a
O
N
cu
a
70
cm00000000000000000000000000000000000
730000000000000000000000000000000(D000
F
0 n
E
Q
o0000000000000000000000000000000000
EH Ef) Ef) Ef) EA EH EA fA E» fR ffl Ef) fA 69 Ef> E» E» E» v4 e» 63 t» Uv v9l e=.� u) 63 e» e» 69� v� v� uq
v,
64
Z
w
E
}Q
O O N
U~p
CJ
a
0
w
_0
�00000000000000000000000000000000000
CDo00000000000000000000000000000000000
Z
,C (U p _O
O Q'j .`
E
Q
00060000000000000000000000000000000
K) EA FA EH to EA Ef-T Ef> Ef> Ef) EG w w w w w G,T w w Ef) w EA EA EA EA EA GG EA fA b9 b9 b9 EA
EA
w
_�
H�E0
2
v
cja`a
J
a
a
Q�00000000000000000000000000000000000
000000000000000000000000000000000000
aCL �
ff0Qt0o A00fA 000R f0A 0E0A 0A fR f0A 0b9 E0A f0R 609 00E0A 00 E0A E0R E0A 0R 0A 0EA00000000
Ef) Ef , EA EA EA EA
M
W3
0
U
�
0 r c
~�
0
�00000000000000000000000000000000000
000000000000000000000000000000000000
E00000000000000000000000000000000000
Q
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
fA fA EA Ui fA 69 EA EA EA EH EA Ef) EA EA EA Ef) Ef) ER Ef) EA ER Ef> EA fA fA fA fA ER EA fA EA EA EA
.
EA
.
Ef)
Eu
E U
N
�
C
LU
�
Q
U
-
0
U
w
t0
w
z
Q
7
c�
Q
0
0U`
0
(V
U
z
C
J
=
U)U/)
Q
U
o
0
a
a�
mro
E
z
Iq
LL c
O a O O
,qT N N� O O O p CD p CD p CD CD CD CD CD Co 0 p 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 p
W 2 L U O CD O p p p CD CD CD p 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p
Q 0 H- 64 64 64 64 Zq 64 vi Gq Gy Zq 64 Zq 6464 �� w w, ul ul ul�� 6464 � 6464 ca 645-64�
cl
CO Q
p
O
-a o
mma
0
(6 L i
N � dC
a
> N O O
O
N ~ d
J O N O
Q C O
(9 O (0 p
~LLI C-a ER
2i CL
OE <
o�
wU
c�
O
H
U)
C
O
cl
N
N
0
N co
U N J
Q
0 E
7
Z
N
N E
7
Z
11
E
2013 CONCRETE MAINTENANCE PROJECT— PHASE I
GENERAL REQUIREMENTS INDEX
•
SECTION
01010 Summary of Work
01040 Coordination
01310 Construction Schedules
01330 Survey Data
01340 Shop Drawings
01410 Testing
01510 Temporary Utilities
01560 Temporary Controls
01700 Contract Closeout
01800 Method of Measurement and Basis of Payment
is
PAGE NUMBERS
General Requirements 2-3
General Requirements 4-5
General Requirements 6-7
General Requirements 8
General Requirements 9-11
General Requirements 12-13
General Requirements 14
General Requirements 15-16
General Requirements 17
General Requirements 18
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK •
This work shall consist of the removal and/or installation of concrete curbs, gutters, sidewalks, crosspans, aprons,
drive approaches, inlets, concrete pavement, and pedestrian access ramps and placement of temporary asphalt
patching adjacent to new concrete on designated streets in the City of Fort Collins. Specific locations are described
in Section 3500, Project Map.
A. Protection and Restoration.
I. 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.
B. Construction Hours
I. Construction hours, except for emergencies, shall be limited to 7:00 a.m. to 6:00 p.m., Monday through
Friday, unless otherwise authorized in writing by the Engineer. After hour equipment operation shall be in
accordance with Section 1560.
2. Any work performed by the Contractor outside of the construction hours, whether or not authorized by the
Engineer, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds to
cover the Owner's costs in providing field engineering and/or inspection services because of such work.
The cost for field engineering and inspection shall be $50.00 per hour.
1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES
A. Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when
prosecution of the Work may affect them. •
B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary
to temporarily deny access or services.
C. Contact utilities at least 48 hours prior excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of
work schedule and any items which would affect their daily operation.
E. Darren Moritz/Tom Knostman will be the Program Manager/Project Engineer
Darren Moritz 970-221-6618 Office 970-556-1495 cell
Tom Knostman 970-221-6576 Office 970-679-7947 cell
F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's
convenience.
•
General Requirements - Page 2 of 18
0
0
0
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:
Occupational Safety and Health Administration
(OSHA): 844-3061
Fire:
Poudre Fire Authority
Non -Emergency: 221-6581
Emergency: 911
Police:
City of Fort Collins Police Department
Non -Emergency: 221-6540
Emergency: 911
Postmaster:
US Postal Service: 225-4111
Transportation:
Transfort: 221-6620
Traffic Engineering: 221-6630
END OF SECTION
Latimer County Sheriffs Department:
Non -Emergency: 221-7177
Ambulance:
Poudre Valley Hospital
Non -Emergency: 484-1227
Emergency: 911
General Requirements — page 3 of 18
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR 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 Contractor' s
contract.
B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and
manner of performance of operations which affect the service of such utilities, agencies, or public safety.
C. Coordinate operations under contract with utility work to allow for efficient completion of the Work.
D. Coordinate all operations with the adjoining property owners, business owners, and surrounding
neighborhoods to provide satisfactory access at all times and keep them informed at all times.
E. The Contractor shall ensure that Subcontractors shall have visible company names on all vehicles that enter the
work zone.
1.2 CONFERENCES
A. A Pre -construction Conference will be held prior to the start of construction.
I. Contractor shall participate in the conference accompanied by all major Subcontractors, including the
Traffic Control Supervisor assigned to the project.
2. Contractor shall designate/introduce Superintendent, and major Subcontractors' supervisors assigned to
project.
3. The Engineer shall invite all utility companies involved.
4. The Utilities will be asked to designate their coordination person, provide utility plans, and their
anticipated schedules.
5. The Engineer shall introduce the Project Representatives.
B. Additional project coordination conferences will be held prior to start of construction for coordination of the
Work, refining project schedules, and utility coordination.
C. Engineer may hold coordination conferences to be attended by all involved when Contractor's operations
affects, or is affected by, the work of others.
1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the
Engineer.
1.3 PROGRESS MEETINGS
A. Contractor and Engineer shall schedule and hold regular progress meetings at least weekly and at other times
as requested by the Engineer or required by the progress of the Work.
B. Attendance shall include:
l . Contractor and Superintendent.
2. Owners Representatives.
3. Engineer and Project Representative.
4. Traffic Control Supervisor
5. Others as may be requested by Contractor, Engineer or Owner.
0
General Requirements — page 4 of 18
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 anticipated two weeks in advance.
D. The Engineer and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity
sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis
for the monthly progress estimates. This process ensures accurate monthly project pay estimates.
END OF SECTION
General Requirements - Page 5 of 18
SECTION 01310
CONSTRUCTION SCHEDULE
1.1 GENERAL •
A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of
tentative schedule by parties attending the pre -construction conference. This schedule will show how the
contractor intends to meet the milestones set forth.
1. No work is to begin at the site until Owners acceptance of the Construction Progress Schedule and Report of
delivery of equipment and materials.
1.2 FORMAT AND SUBMISSIONS
A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual
progress.
B. Submit two copies of each schedule to Owner for review.
1. ,Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work
with the needs of Owner or others.
C. The schedule must show how the street, landscaping, and various utility work will be coordinated.
1.3 CONTENT
A. Construction Progress Schedule.
1. Show complete work sequence of construction by activity and location for the upcoming two week period.
2. Show changes to traffic control.
3. Show project milestones. •
B. Report of delivery of equipment and materials.
1. Show delivery status of critical and major items of equipment and materials.
2. Provide a schedule which includes the critical path for Shop Drawings, tests, and other submittal
requirements for equipment and materials; reference Section 01340.
1.4 PROGRESS REVISIONS
A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when
requested by Owner or Engineer, and with each application for progress payment.
B. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
is
General Requirements - Page 6 of 18