Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
521604 KECI COLORADO INC - CONTRACT - BID - 7519 LEMAY AVENUE BRIDGE EXPANSION JOINT REPLACEME
SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and KECI COLORADO, INC., hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of twenty-four (24) pages and incorporated herein by this reference. Irrespective of references in Exhibit A to certain named third parties, Professional shall be solely responsible for performance of all duties hereunder. 2. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within five (5) days following execution of this Agreement. Services shall be completed no later than thirty (30) days from commencement. Time is of the essence!lAny extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 3. Delay. If either parry is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. EXHIBIT A SCOPE OF WORK CITY OF FORT COLLINS PUBLIC IMPROVEMENT CONSTRUCTION PLANS FOR: LEMAY AVENUE OVER POUDRE RIVER EXPANSION JOINT REPLACEMENT 7 I TILLE SHEET 2 GENERAL INFORMATION 3 SUMMARY OF QUANTITIES 4 GENERAL LAYOUT 5 CONSTRUCTION PHASING (1 OF 3) 6 CORSE RUI PHASING 12 OF 31 2 CONSTRUCTION PHASING 13 OF 31 B EXPANSION JOINT REMOVAL RETAILS 9 EXPANSION JOINT PLACEMENT DETALS 110F 21 10 EXPANSION JOINT PLACEMENT DETAILS Q OF 21 11 SIDEWALK COVER PLATE DETAILS 12 ASPHNS WILL AND OVERLAY L OF 21 13 ASPHOLT MILL AND OVERLAY (2 OF 21 -- ORIGINAL AS BOLT PLANS FOR REFERENCE ONLY) CITY OF FORT COLLINS JIN WANG. P, E. 28I N. COLLEGE AVE FORT COLLINS, COLORADO 19J01 221-660$ M DAVID` NEMOVITZ. RE 165 S. UNION BLVD. LAKEWOOD, COLORADO O20) 514-1100 IIIII CITY OF FORT COLLINS COLORA00 Xa��ILS S "� o^os/ /zou 5�Er� U, I- :AE S, LEMAv AVENT TEE OVER SHEE OuoRE RIVER _ I � 13 IIIII ENGINEERING DEPT. — CAPITAL PROJECTS GENERAL NOTES ALL WORK SHALL BE IN ACCORDANCE WITH 2O11 COLORADO DEPARTMENT OF TRANSPORTATION (COOT) STANDARD SPECIFICATIONS FOR ROAD ANN BRIDGE CONSTRUCTION, AS AMENDED IN THESE PLANS, PRIOR TO ASPHALT REMOVAL FROM BRIDGE DECKS, ASPHALT SHILL BE CUT TO A NEAT LINE USING A SAWCUT 2" DEEP. WHEN REMOVING ASPHALT PAVEMENT FROM BRIDGES DOWN TO BARE CONCRETE, WATERPROOFING IMEMBRAVEI IS i0 BE REPLACED. THE CONTRACTOR SHALL BE RESPONSIBLE TO MAINTAIN DRAINAGE DURING THE WORK, THE COMPLETED SECTIONS OF EXPANSION DEVICE SHALL NOT BE OPENED i0 TRAFFIC EXCEPT AS DIRECTED BY LIRE ENGINEER, THE CONTRACTOR SHALL ADHERE TO SECTION 107.24 AND I07.25 OF THE STANDARD SPECIFICATIONS. REMOVAL OF EXPANSION JOINT THE CONTRACTOR IS RESPONSIBLE FOR THE REMOVAL OF BOTH EXISTING EXPANSION DEVICES, TO THE LIMITS ANN DIMENSIONS AS SHOWN IN THE PLNS, THIS WORK SHALL BE COMPLETED IN ACCORDANCE WITH HIE APPLICABLE PORTIONS OF SECTION 202 OF THE STANDARD SPECIFICATIONS. BY THE PLANS. OR AS DIRECTED BY 1HE ENGINEER. REMOVAL OPERATIONS SHALL BE COORDINATED WITH THE CITY AS APPROPRIATE DETERMINATION OF RESPONSIBILITIES THE FOLLOWING WORK ACTIVITIES SHALL BE PERFORMED BY THE CONTRACTOR: -REMOVAL OF ASPHN,T MAT ME WATERPROOFING (MEMBRANE)('-6" EITHER SIDE OF EXPANSION JOINT -REMOVAL OF EXISTING EXPANSION JOINT AND CONCRETE -PLACEMENT OF HEW EXPANSION JOINT. ELASTOMERIC CONCRETE, AND SIDEWALK COVER PLATES -PLACEMENT OF NEW WATERPROOFING MEMBRANE F-6" ON THE BRIDGE DECK 510E OF THE EXPMS10N JOINT THE METHODS AND EQUIPMENT USED FOR THE CONCRETE REMOVAL SHALL BE APPROVED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE ALL STEPS NECESSARY. THE FOLLOWING WORK ACTIVITIES SHALL BE PERFORMED BY THE CITY OF FORT COLLINS TO AVOID DAMAGE TO EXISTING CONCRETE AND REINFORCING STEEL THAT IS -TRAFFIC CONTROL DESIGNATED TO REMAIN IN PLACE. ANY CONCRETE OR REINFORCING STEEL OUTSIDE -REMOVAL OF ASPHALT MAT (PLANING) 32--6" EITHER SIDE OF EXPANSION JOINT THE LIMITS OF CONSTRUCTION THAT IS DAMAGED BY THE CONTRACTOR'S OPERATION -APPLICATION OF WATERPROOFING MEMBRANE ON THE BRIDGE DECK, IF SHALL BE REPAIRED OR REPLACED AT APPROVAL OF THE ENGINEER NA AT THE NECESSARY AND WHERE APPLICABLE CONTRACTOR'S EXPENSE WITH NO ALLOWANCE. FOR CONTRACT TIME EXTENSION. -PLACEMENT OF HMA TAPERS -PLACEMENT OF RNA OVERLAY THE CONTRACTOR SHALL ENSURE THAT NO CONSTRUCTION MATERIAL FALLS BELOW THE EXPOSED CONCRETE SURFACES WITHIN THE REMOVAL LIMITS SHALL BE PREPARED BRIDGE DURING CONSTRUCTION. MY MATERIAL THAT FALLS BELOW THE BRIDGE IN ACCORDANCE WITH THE MANUFACTURER'S SPECIFICATIONS AND DURING CONSTRUCTION SHALL BE REMOVED AT THE CONTRACTOR'S EXPENSE. RECOMMENDATIONS. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATION OF ALL ACTIVITIES, Si ATIONS. ELEVATIONS. AND DIMENSIONS CONTAINED IN THESE PLANS ME CAL CLATCD WORK i0 BE PERFORMED BY CITY 15 LABELED "(BY CILY1:' EXPANSION DEVICES REMOVED SHALL BE MEASURED BY THE LINEAR FOOT FROM THE "AS CONSTRUCTED PLMS" THESE STATIONS. ELEVATIONS, AND DIMENSIONS BETWEEN FACES OF BRIDGE RAPS AND PARALLEL i0 THE EXPANSION JOINT, MAY BE ADJUSTED i0 MEET THE EXISTING STRUCTURE. THE CONTRACTOR SHALL VERIFY PAYMENT SHALL BE MADE UNDER ITEM 202, BENI OF EXPANSION DEVICE. ALL DEPENDENT DIMENSIONS IN THE FIELD BEFORE ORDERING OR FABRICATING MY MATERIAL. ALL WORK ASSOCIATED WITH REMOVAL OF THE EXPANSION JOINTS, INCLUDING SAW ' CUTTING OR CHIPPING FOR CONCRETE RCMOVAI. MO MT OTHER INSTALLATION THE INFORMATION SHOWN ON THESE PLANS CONCERNING THE TYPE AND PLACEMENT PREPARATION REQUIREMENTS PER THE MANUFACTURER'S SPECIFICATIONS WILL NOT OF UTILITIES IS NOT GUARANTEED TO BE ACCURATE OR ALL INCLUSIVE. THE BE MEASURED SEPARATELY BUT WILL BE INCLUDED IN THE WORK, CONTRACTOR IS RESPONSIBLE FOR DETERM:NWG AS TO THE TYPE AND LOCATION OF MT UTILITIES AS MAY BE NECESSARY i0 AVOp DAMAGE THERETO, THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO AT 1-800-922-I987 AT LEAST 3 DAYS (NOT INCLUDING THE DAY OF NOTIFICATION) PRIOR TO MY PLACEMENT OF NEW EXPANSION JOINTS' EXCAVATION OR OTHER EARTHWORK, THE CONTRACTOR IS RESPONSIBLE FOR THE INSTALLATION OF BOTH EXISTING EXPANSION DEVICES, i0 THE LIMITS AND DIMES IONS AS SHOWN IN THE PLANS. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE CILY'S MSN WATER THIS WORK SHALL BE COMPLETED IN ACCORDANCE WITH THE APPLICABLE DUALITY STANDARDS AND COOT REQUIREMENTS FOR EROSION CONTROL. PORTIONS OF SECTION 518 OF THE STANDARD SPECIFICATIONS. BY THE PLANS. OR AS DIRECTED BY THE ENGINEER, THE CONTRACTOR SHALL COMPLETE ALL WORK WITHJi 30 CALENDAR GAYS OF THE FIRST TRAFFIC CLOSURE ACTIVITY. THE EXPANSION NOWT USED SHALL THE JOINT CONCRETET STRIP SEAL EXPANSION JOINT SYSTEM MMUFAC NREO BY D.S. BROWN, FACTURED B STEM MANUFACTURED WITHOUT THE EXPANSION ANCHORS. THE EXPANSION JOINT SHALL BE PLACED IN ACCORDANCE WITH THE MANUFACTURERS SPECIFICATIONS AND RECOMMENDATIONS, EXCEPT FOR EXPANSION MOTORS. THE EXPANSION JOINT DEVICE SHALL BE INSTALLED ON GRAOE,PMALLEL TO THE SLOPE AND GRAPE OF THE DECK AND SIDEWALK. AS SHOWN IN THE PLANS. 00 NOT PANT STEEL SURFACES IN CONTACT WITH EITHER CONCRETE OR SCAL. SECTION OR DETAIL IDENTIFICATION THE NEOPRENE GLARE SHALL BE INSTALLED IN ONE PIECE. ' SEE SECTION SIB OF THE STANDARD SPECIFICATION FOR WATER TIGHT INTEGRITY X% CROSS REFERENCE DRAWING NUMBER TESTING REQUIREMENTS. DF "--.REFERENCE IS TO SAME SHEET) THE COST FOR INSTALLING THE BRIDGE I: XPM51ON JOINT DEVICES. INCLUDING SIDEWALK COVER PLATES AND ALL DIRER REQUIRED LABOR AND PATCHING I T TO MMI: THE INSTALLATIONS. ITEM SHALL RE PAID UNDERON ITEM R&D BRIDGE EXPANSION DEVICE INCH( AND ITEM 518. CONCRETE END DAM. END 0 EIC MY CONCRETE OR REINFORCING STEEL OUTSIDE THE LIMITS OF CONSTRUCTION , - F THAT IS DAMAGED BY THE CONTRACTOR'S OPERATION SHALL BE REPAIRED OR DV' pB JO/17 REPLACED AT APPROVAL OF THE ENGINEER AND AT THE CONTRACTOR'S EXPENSE WITH NO ALLOWANCE FOR CONTRACT TIME EXTENSION. Call betaro iW ft CITY OF FORT COLLINS, COLORADAAAIA O G Y�ert Cell �pASN}sNs°u LEMAY AVENUE OVER POUDRE RIVER s"p� ENGINEERING DEPT. — CAPITAL PROJECTS X A, Isms LTM °"o °f s" •s—To N= .__.__ __ - GENERAL INFORMATION 13 No Text .RECREATION PATH ITYPA H.E ABUTMENT 1 266'-0" OF, ABUTMENT 1 TO B. P. ABUTMENT 4 I }I. EDGE OF ASPHALL I � TO E MULBERRY ST. -------------- n _ -_.. ........ •fII _9O' _T_TP_'1 LEMAY AVENUE _6 • BRIDGE __ -- - _________ ______I no I 0 xPM'SION JOINT TO RIVERSIDE AVE. n <LO BE REPLACEOI — ETO BE ON JOINT — rip BE REPLACED'' I EDGE OF ASPHALT) it 1 j S0 REOMNNI MT-O.PRVSDE I u I I o OVETRIC ELECTRIC I PLAN • LEMAY AVENUE B BRIDGE 0 3'-0" 2 03 2.-0.. T-V 2 LANES a 12'-0- 2 LANES o 12'-0' T-0" - 24'-0" . 2c-0" %PANSION JOINT AT I OBUTMENTS Ii0 8E E%ISTWC II/t' HMA 6'-0" L6OW REPLACE01 1,5/. I.5/ CONDUCTS TYPICAL SECTION SoAEE T15 LOOKING NORTH CITY OF FORT COLLINS, COLORADO ENGINEERING DEPT. — CAPITAL PROJECTS rro•- . o.r=v..r loser• swser s.%Is• � asr�naon wore � in I ABUTMENT 4 OGE OF ASPHALT DGE OF ASPH0.T NOTES L E.Isting bridge to r eepl e.ponsion pints and ozpnaM .ncn .nmbe muddied os detdled m In,.. plans. 2. Aldimenzionns are e noozomomm appro.inote. The contractorsnoii Geld verify actual dimensions prior to ordering moterial, LEMAY AVENUE OVER POUDRE RIVER q GENERAL LAYOUT of PLAN PLAN CITY OF FORT COLLINS, COLORADO ENGINEERING DEPT. — CAPITAL PROJECTS PHASE 1 NTS ACTIVITIES SHIFT TRAFFIC AND PEDESTRIANS (BY CITY). REMOVE ASPHALT AND WATERPROOFING (MEMBRANE) V-6- BOTH SIDES OF JOINT. REMOVE EXPANSION JOINT AND PORTIONS OF DECK AND ABUTMENT BACKWALL. PLACE NEW EXPANSION JOINT )EXCEPT CLAND, TEMPORARY GAP FILLER TO REMAIN IN PLACE). APPLY WATERPROOFING (MEMBRANE). PLACE ASPHALT INCLUDING TEMPORARY TAPERS (BY CITY), HTS ACTIVITIES SHIFT TRAFFIC ADD PEDESTRIANS (BY CITY), REMOVE ASPHA_T PRO WATERPROOFING (MEMBRANE))'-6" BOTH SIDES OF JOINT. REMOVE EXPANSION JOINT ADD PORTIONS OF DECK AND ABUTMENT BACKWALL. PLACE NEW EXPANSION JOINT (EXCEPT GLAND, TEMPORARY GAP FILLER TO REMAN IN PLACE). APPLY WATERPROOFING (MEMBRMIEI. PLACE ASPHALT INCLUDING TEMPORARY TAPERS (BY CITYI. PHASE 2 N TIES' K Y lI uo(r< cOno-ul ee.Ia, to Be aae,mloea and P.o.leee 6y my. h.m SOS/39/xou S F .Iy n S�Nal LEMAY AVENUE OVER POUDRE RIVER CONSTRUCTION PHASING T OF 3) JOINT, aY13 PLAN PLAN PHASE 3 PHASE 4 NTS ACTIVITIES SHIFT TRAFFIC AND PEDESTRIANS (BY CITY). , RCMOVC A5PHN.T AND WATERPROOI ING IMEMBRANCI V-6" BOTH SIRES OF JOINT. REMOVE EXPANSION JOINT AND PORTIONS OF DECK AND ABUTMENT BACKWA-1- PLACE NEW EXPANSION JOINT (EXCEPT GLAND. TEMPORARY GAP ELLER TO REMAIN IN PLACE). APPLY WATERPROOFING (MEMBRANE). PLACE ASPHALT INCLUDING TEMPORARY TAPERS (BY CITY). 69'-0" EXPANSION JOINT PREPARATION AND CLAND INSTALLATION PHASE 6 C0N5TRUCTION (ROLLING TRAFFIC CONTROLI I SECTION NTS ACTIVITIES SET UP ROLLING TRAFFIC CONTROL (EST. I BAY, BY CITY). RE: MOVE TEMPORARY GAP FILLER. PREPARE EXPANSION JOINT FOR Cl-AND INSTALLATION, INSTALL EXPANSION JOINT GLAND EACH GLAND IS TO HE INSTALLED AS A SINGLE CONTINUOUS PIECE. PLACED FROM ORE END TO THE OTHER. ,KEYNOTES I F o N° eomrm dedee: t0 he EelomineL one Prodded by city. IIIII ENCITY OF GINEERING DEFT. OLLICAPITAL PROJECTS �,W..,� ""°'„fw °".'�E:A.°., M.N.�°T"°��TE'' LCONSTRUCTION OVER PHASINGU(O2 OF13ER 1 B °`13 IIIII 2 PLAN CITY OF FORT COLLINS, COLORADO ENGINEERING DEPT. — CAPITAL PROJECTS PHASE 5 52'-0" MILL AND OVERLAY PHASE 5 CONSINUE 10N NOLLING TRAFFIC CONTROL' 1 SECTION NTS ACTIVITIES: (ALL BY CITY) RESET ROLLING TRAFFIC CONTROL (EST. I DAY. BY CITY). MILL ASPHALT 2 TO LIMITS SHOWN IN DETAILS. APPLY WATERPROOFING (MEMBRANE). IF NECESSARY AND WHERE APPLICABLE. PLACE ASPHALT 2"• TO ! �/i' AS SHOWN IN DETAILS. K .2S I Grt c nVol eeNces TO, be aerermmea and Provleee by uty. yoLEMAY AVENUE OVER OUD3 RIVER IOAcrrlad— e„ Teo mnxon �CONSTRUCTION PHASING °f 13 �" 1 Ex(s iING ANCHOR (TYPJ O rYPJ AOUTMENr oELH ANCHOR REMOVAL PLAN ELEVATION IN ROADWAY :HOR (TYPJ ANCHOR REMOVAL ELEVATION C DECK wy ELEVATION AT SIDEWALK CURB EXISTING LEGEND NOTES CONDUITS D ASPM0.i MAT REMOVK 1. o.I bUiion l <ontoira in lneae plan are calculated eetefrom the aia Euill plane" ona may he oejustee to meet the erialing r„cwre. The contractor anm.edfy oeam elaem aimenvonn CONCRETE REMovOL ,n ,he rem eem.e omermq or faori<araq any materim. ® SIDEWALK REMOVAL K YN T an _ SECTION(2) ( to vorm � nnoen. A<wmmmena�on �a aeter to street vary afor more o ioi re(nnm. Rc(nr et place en for more information regarding concrete placement. CITY OF FONT COLLINS, COLORADO ENGINEERING DEPT. — CAPITAL PROJECTS SACNWALL ISOMETRIC VIEW WTER ALL REMovpyS ;o o - LEMAY AVENUE OVER POUDRE RIVER _8 ya e1oamrzou :<<,n, EXPANSION JOINT REMOVAL DETAILS a13 ELEVATION IN ROADWAY �[IMPREp EXISTING Ell e5PNN T EXISTING J EXISTING TOGOWAT dACH TALE ASPNOLr A9DTMEN, EXISTING uTuTT O10 CONOUT (IF PRESENT) EXISTING G(IF ELEVATION AT SIDEWALK CURB corvouns u ISOMETRIC VIEW AFTER NEW JOINT INST&LATION SECTION�^— Nt NOTES K YN T S� 1. Dimand had, vaNamaa m these plans are fratedcture e T me tra nuw pmm" 1 G.S. Nravn oemrule Elazmg bolts, Concrete/StriptseloSeole.parebe iaim system cover crib may Ee adjustedendi t° meet me eJseld olove or the contractor enan .passion taint lemnse.e9aq ea¢e, wealthy concrete, rm onsi sidewalk co er plates, edtr at, dependent aimeosions in me fete eemre °mednq or laenc°tnq and any amen itemisl required to Insmtl me e.vansion iaim per monomcwrer's spec8icatmns. any material. LEGEND: 02 E.ponsiun joint roisnolme recessed I/- mdown in m Into elastoeric concrete end e ® qrtn yA ter C z. aeimeneiane shown are horizontal bridge deck. No recess is requvee .here cover plate .Tbe present. Q3 Minimum as shown. In the event that the dimension Is larger than the minimum. the '.. ELASTOMERIC CONCRETE END DNA I) Contractorshall use elastameric < re to at no auditi°nol c pit to the project. Structural concrete villnot be allowed. CITY OF FORT COLLINS, COLORADO = �� 11 1- m race.-.1i.� LEMAY AVENUE OVER POUDRE RIVER g ENGINEERING DEPT. — CAPITAL PROJECTS ....Islander5141_• . .:._..._. `"_"7"• r." aer=e.=aon EXPANSION JOINT PLACEMENT DETALS 0 OF 21 � 13 QELASTOMERIC CONCRETE o Q ELASTOMERIC CONCRETE DETA L r e Ar reoMwnNs DETAIL Bg AT SIDEWALK CURB (COVER PLATC NOT SHOWN) XPANSION JOINT 1 2 NL ITYP.) CONCRETE (TYP.) Q EXPN1510N I CXISTWG OMRIER NSION JOINT EXISTING S1DEW1iLK 0 Life SKI. JDh7 METING CONCRETE IiTP.I EQ"'41 lJ 51agJr3f �S.pNA.... SUGGESTED INSTALLATION METHOD DECK SHOWN. SIOEWKN SIMILM NOTES 1. Details for the suggested installation method are general. The Contractor is responsible Tor determining specific details as necessary and in accordance with manufacturer p—minytinfuith'. 6K YNOTES 1 6S. Bran Oemrete Elostomede COOcrete/Strip Seole,or-am, joint system shoninclaee -Ponsian joint ,oils. leveling facts, nuts, elastomeda concrete m gland se..IU cover plmes, an, any other Hahne) rewired to install me expansion joint per manufacture; e specifications. QExpansion joint railahallbe recessed /(' into elmitameric concrete end dam in the bridge deck. No recess is required where cover plate willbe present. (TYP.1 RACKET CITY OF FORT COLLINS, COLORADO Fort CdItrLS a LEMAY AVENUE OVER POUDRE RIVER 10 6 �� ENGINEERING DEPT. - CAPITAL PROJECTS sawn-fy e' �`° "� a ": EXPANSION JOINT PLACEMENT DETAILS (2 OF 2) 13 9 5. n. 7 Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Service Provider: KECI Colorado, Inc. Attn: Paul Iwata 5750 W. Airport Road Sedalia, CO 80135 City: City of Fort Collins Attn: Jin Wang PO Box 580 Fort Collins, CO 80522 Copy to: City of Fort Collins Attn: Purchasing Dept. PO Box 580 Fort Collins. CO 80522 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. Contract Sum. The City shall pay the Service Provider for the performance of this Contract, subject to additions and deletions provided herein, Seventy -Four Thousand Three Hundred Fifty -Six Dollars ($74,356) as per the attached Exhibit "B", consisting of one (1) page, and incorporated herein by this reference. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other DDVER PLATE PLAN CH REMOVEABLE COVER PLATE Nk v COVER PLATE ELEVATION EXPANSION JOINT RAIL NOT SHOWN CITY OF FORT COLLINS, COLORADO ENGINEERING DEPT. - CAPITAL PROJECTS HOLES RADIUS %L' REMOVEABLE COVER PLATE—` L'/" i'H/'READEO,LAT INSERTS 5 REWS (COUNTERSUNKK,, TTPJ SECTION, NOTES: 1. Cover plate iz intended to be placed push with the lap of siaewan and face of sideval, curb. z. Cover slate mars., AST. AM16 ,feel. Gdvii a aaver plate, alto, mbdcoti., G,ind au -posed corners to /.' radio,. 3 Nlwork and material associated with the fabrication and installation of sidewalk cover plates shollnat be paid separately but shallbe included in item 518, Bridge Eepansian Device (0-4 Inch). LEMAY AVENUE OVER POUDRE RIVER yin Pot.nmr.a�. t.nloa �a� P eu F1S SIDEWALK CCVER PLATE DETAILS 11 or 13 11—Ar—po"z ]L.p.. I._p.. BACK LACE ABUTMENT I END OF DECK I I I I PLAN CITY OF FORT COLLINS, COLORADO ENGINEERING DEPT. - CAPITAL PROJECTS i ALT MAT IPLANWLI 'LAY ITYPA NOTES' I. N1vor4 on this meet is to be performed by the City. LEMAY AVENUE OVER POUDRE RIVER 12 ASPHALT MILL AND OVEF I ,IJ ASPNGLI MAT IRNNiG) � i _ ASPHALT MAT IPLNJ:NGI '%(SLING BRIDGE PECK S EX15TING / EXISTING END DIAPHRAGM BACK FACE ABUTMENI / Qyp0 LICE �:'i]Pa Job o +1 h V L EXISTING GIRDER "...... AL SECTION B"z PHur Ma IPL.GI ]Z..p.. ]Z..p.. PIMA OVERLAY HMA OVERLAY WATERPROOFING (MEMBRANE) XISTING BRIDGE DECK ON DECK AS NECESSARY AVp aS MPLIGAdF ,.�/, 1, 1, FAT, / EXISTING EXI5TING ENO DIAPHRAGM BACK FACE / ABUTMENT Y K YN T i I Erialing aspM1alt o rto thickness is anticipated to rmy Wong the length of the bridge a thickness of P/ii at the an,lo erts and (ticker near IM1e center of the structure. Gip Dimensions once, are app—annote and should be field rarefied. NOTES E%14WG GIRDER 1. Abutment 1 this , abutment 6 senator by opposite bond, ' 2 All eoh an Iris sneezes to be yermrmed oy the Cily. 5 CTION BIZ HMA OVERLA use CITY OF FORT COLLINS, COLORA00 city of f•tll__f, FeCd �o13 LEMA Y AVENUE OVER POUDRE RIVER ENGINEERING DEPT. — CAPITAL PROJECTS ..,„, SCLe'* °eo' , "" �`"eutl "" ASPHALT MILL AND OVERLAY (2 OF 2) �13 / • ALTERNATE BIDS za. LEMAY AVENUE EXTENSION` n"r.FM'I-=TEI,RO RIVERSIDE AVENUE TO LINCOLN AVENU KEY TO SYMBOLS - LEMAY AVENUE CENTERLINE ---- NOW LINE -- EASEMENT LINE FENCE NrtT ELECTRICAL LINE of SANriANY SEWER a GAS LINE M7 UNDERGROUND TELEPHONE —[ TRAFFIC SIGNAL CONCUR A - ELECTRIC PULL BOX SIGNAL POLE POWER ROLE G FIRE HYDRANT • WATER VALVE R PROPERTY LINE 1. CE IT RLME Foe EDGE OF PAVENENT TREE — FILL SLOPE ' - - - - CUT SLOPE FORT COLLINS, COLORADO I _ 1 STATION 53+7880��iun.5`. END PROJECT IL.' p1- FOR'i COLLIN� <- STATION 10+00 �.� . BEGIN PROJECT II DESIGN DATA MAXIMUM GRADE 2.BRS MAXIMUM DESIGN SPEED • 5M PH, SERJICEAMITY INDEX • 2.5 Mx EDLA- 2UTH OF HMY 1A • W NORM OF HYY la • TO ACCESS ROAD • 30 WEIGHTED STRUCTURE NUMBER STA.IO+OOT00+50 2G3 3TA.13130 TO53+79 ,10 ACCESS ROAD 240 VICINITY MAP ' TINIF....1- RIxc. Inc. )N_OF PROJECT; A.u.xrt Ilxa..Mu. E' ,. J ACE: ! ALTERNATE ONE 14 TO BE CDNSTpU[TE IYA_ __ BENCHMARKS U. SCLG.S. B.A-F136-LIM BI TEMPORARY BENCHMARK TEMPORARY BENCHMARK COUNTY BENCHMARK ELEVATION a94a53 RAILROAD SRRE IN SOUTH SIDE 92• C01 TREE MY SOUTH OF SOUTH BANK OF PO RIVER, 175' EAST OF SURVEY LINE. ELE CHISELED 0 AT SOUTH END OF WING1 CORNER OF HIGIfNM M BRIDGE OVER RIVER. ELEV 4939A7 BRASS CAP SOUTH SIDE OF LINCOLN AT 9TH. STREET-6FEET WEST OF PI POLE ELEV. 4.4100 COLORADO HIGHWAY DEPARTMENT M AND S DRAWING NPENT.. MINI w R;E N AS ONI DEED I'llT PIPE�All i ei PAY w.aa aw`s POP IonsANAPA, to I'll vuv[ sn o M MR n IESATI sbwsix wel[w¢, oaw. ARE vun[u.ea nemrtunnc TATC11 .n� 11 w-11 CITY OF FORT COLLINS STANDARD DETAILS STREET INTERSECTON GUTTER DETAILS FOR VERTICAL CURB AND GUTTER, CURB AND GUTTER DETAILS. DRAWING INDEX SHEET NO, TITLE I COVER SHEET 2-3 PAVEMENT TYPICAL SECTIONS AND GENERAL NOTES. ♦ - T OUANTRP SUMMARY B GENERAL DETAILS 9 - 22 LEMAY AVENUE.ACCESS ROAD. STATE HIGHWAY 14. LINCOLN AVE. PLAN AND PROFILE SHEETS 0-1-8-10 CACHE LA POUORE BRIDGE DRAWINGS T-1- T-3 TRAFFIC SIGNAL DETAILS GENERAL NOTES —11, ITALY IF IT... IIIIIELPS11 OF CT. a mE olnvoN or EOIMMIE[x'LL,IPENm. NNW("WIWITAD SCA N. STRUCTURE E.urATTGN AIDS STRUSTUNE DAG.EaE. RE .te Tl STEEL MTaE NE NISxm SET VT IDN N.ses VALID Av). GRAVEL .TENSILE Y _ PATCHES Toe WE W S uI LARGE. NN W AR I.E. a AT,m.sTunm . 1.11 AEI M .A M Tw UE,a G. AS MANDATE ALIGHEACTS AL REFERRED TO IN ANDIDICATIONERS STALL RECEIVE ll AM SAIII. Au E Te PAIDT PAuiav, UNTIL BE SPECIFICATION INSURER N.^I lx 5. AN L!�D WIN LEWIS AND EARTHWARD Enm WERE NOT CONSIDERED IN ANALYZING CJ co n LOADING DATA SERVER WINES 11 YE A sEs RM R A..T.. ' ED' DESIGN. IN'R DESIGNEE A a OreMlD(.RAVEL: n .'IF AN AN 1. ANSION, E-Imaa rz: T ' E, i.:m "T. A�»I IA i rpoA Ero.m 'GRAPH INTENDS'. 1977 EDITION. SEVIDEE LORD WILL., TER MOVING Tu c„OR TKxmN M LISP UNITY AFFECTED e DS.e CLASS I CONCRETE [ I.9 I N -x s n SPLICE Erc.ATmnG SMALL IS ALTERNATED WHEN OFFsnu. AS CONSTRUCTED NO REVISIONS = REVISED= VOID= SUMMARY OF QUANTITIES ®_ ' ®_®_®_®_®_®_®SEE g:AISNA NIUU ME11 A .LOWEDS ALL GD aT, O O O INDEX OF DRAWINGS GENERAL mmXx NTIM SUMMARY AT DUY IE] P= LE OLIO LAYOUT R-] Ex6MERN16 I. e-• CONSTRUCTION LAYOUT, FDDnxa AND CANADAN L, ANT. ELEINMKWNI B-S ABVMENT DETAILS B-6 PIER DETALS S-T DECK PLAN D-S ANDETRESTRO GIRDER !0-511 0.9 BRIDGE EXPANSWN DEVICE 9-0 DAMAGES RAIL DETAILS BRIDGE DESCRRTION I.,ED.:MALE INE•-D-. BE.r. AN -AN--,. ..IT ST..ro eamT� D IT..I.E. ANe a. W. SAND I GENERAL WORMATION SUMMARY OF QUANTITIES ISTtatm /6 = Sb.w / /9 r IL.00 OEM _-t ♦ H/N/M(/M CC EdPINLE 9 ff j JL 1 n Is /G PPIMSNEO POAOWAY ELEVAT/ON3 AT PPOf/LE OQP .C. ELEVATION A IPol1 _ eo lrtvlslaxs0 ee/IstoO roles L I_ O O O RIPPIP 9 CO JS AT (TYP) BRIDGE HYDRAULIC INFORMATION Mdl/M(/M VELOCITY • IS HIK/n(lH bGKNdTER AT NEIF/ BRi04f JO TT HOY/M(M 3ILKN<TER EFFECT ON EYIJT/NC 34/O4E lO f( Kd YE/R /4 f(0O/SLHIRGE • . Lft. WOTERWdV OPl EN/NO IBCb Sq fI C51/MATEO CA/J30N T/P ELCY01/ONf AeUI / •dau.0 A3UTd •49/3.0 CITY OF FORT COLLIN! LEMAY AVENUE OVER CACHE LA POUDRE RIVE GENERAL LAYOUT SUMMARY OF TEST RESULTS TYPE OF M err ..I l I 1 I I a I 1 •• q'R LRX 6ftA EGRADED Rl RL BR.MD I... t' I —I l .) IAs 1. I I RRRD ` ®i JLTI .1 SILTY WERTMERCD 91RLE 1 _ e EL1T ..ALE .aTETORE LEGEND mre Ow.u.. r r.r...nro-rr.. •lv ��r.. r_. IZZ. CITY OF FORT C01 COLOR/DO ENGINEERING DIVI' ENGINEERING CEO r.10' em T /r=o" rco'-O' ee To e.F of Aeumeurs /e'o" ! wF�Onrn t mury ! t mury wFAevw�/ wF"ome l mrrru wFwoiva�/t u�Om wFAOme l mrrru wFAOix�// unmu wAAOlveu�nm unmu wriolue A wfweuc PURAIISREO er O YRE11 A NP Puce. BY CONSTRUCTION LAYOUT CONTRACTOR. INCLifOE IN e/O PRICE FOR OTHER "ENS. FOOTING AND CAISSON LAYOUT R C IISiPIICiE "" S IONSO AEVIX00 v01� O O .� PD OE 51E! �\Y [ACING JO / �CL GFe NLf [CN6fA E eMAIXI ( CAISSC eATTEPEO CAISSON 5101AN- V60MAL 1AIS5GLN 5IMICAR. CAISSON DETAIL ��' ��®®:—e����®��WWY®' �fWWi����YWiiY�(W��f11fW11��Y�WAWYYIiWWI®YWWYY�%FWW NOTES: I FOOIINO AND CAISSON OIMENS/ONS IRE eOIIOM OF IRE CONCFETE. r. MADMUM PIER POOT/NO PNESSWF RE 9 30 FT. !. QJ INOICATES CA/ ON TO BE eAi CITY OF FORT COLLI LEMAY AVENUE OVE CACHE LA POUORE RI' u IRlsuu t RulsiMi 0 isluDE= Vol PLACE )OP 1EI GEANMO O OF WACC AF IEP O DECK MA! GEEN n O [OryP(E)EO -F1P OE)A/C! OE IP/OfE 1PANICN rOrA,!fE OWf. NO. I'9. )O )A( f(PEC IEO MOVfMEN) � LI', G '9 CON) I AOMAX. 119 CON, ELEVATION SECTION TYPICAL WINGWALL DETAILS IA-h1t4-Imm11 LEMAY AVENUE OVER CACHE LA POUDRE RIVI ABUTMENT DETAILS ELEVATION . 't 9' ei='A' il'-/ok' so=ak' m=ak' ]Llk' J- sve P B'-J' - N' p" i- JPAY e'". fn AK /IPJF/lf 4RAof ELAJTOMER/L B4G. NO W.A^�/=lo'(/-REO �O S1I l]"IL OO (R/L4 L) Ftl$E O L )r'F /'0' AT EA GIROE{ BEA4/NG) y JTI. /Br J]o0(P/ER J) oPER UP JTPEAM 9EE oETd/L ENO ONLY T1/5 oNG ESP Jr (O' ul o(O'/ROJ na TL.(TYP) F �1 4- IT EICN G/T CR (1YP IT 6l M<U Ol) ---i ---- -- — - --� --- '- - - - ---- ---- --- ____ ___ _y_ 9=B' IPLR { 9' e' (P/ER z) { S / 6'-O' p=B'(P/ /O=B� PER3 /LSO' 3(O" B GIRUE{$ ] SPd LES N B-3' - S]=9' 3(o' G/ 02 8 GO GS 9 8 GB PLAN ISOUT ( OF PIEr. - ELEVATION As a rwlRi ,.�, n XO"SIMS� RVIYO� v01<� O I-rl-ry c--vn c/tce� O O O' u/ 1� O'PRBJ /N/;/�WJrIOE G/POERr 6l(6B p O O �N6 b o PIER 2 PIER 3 GROER ELEV P4 BR4 KLROER UTH OiSiOScAU... E33L5sE..V 3"NT GcIz(6 LGBT z G4 98eP2 wBJNB c3C Gc .9c./z 41�4s J4.ly x.zs 0 rvP k'e - c' AuraaAncALLr . NO wE(OEa sruos (1 /=o' GALVLNfM AFTER FABRICATIW PIER NOOSyE� STEEL /O-r9 co" (rOP) (rEE ELEvanoN) z". c' REvuev i- a cE Tov ov ovwEA BEORJEK u. Esce L 02 (JEE E(ENJIo/.') lv/ N loF uo L .11EREO y "to. so" rf PB' eOTI TYPICAL SECTION THRU PIER Ole IER ibaTlNG! .1 BE PLICEO A4A.N l NOAJu4eE0 Po[K PI JNEr J orM/NG. J MIKE FaOI NWYAN✓ a X,Ee rN.oN iNE o/nENslaus swwN. /P FMT/FG! IRE FO RNEo INE BL[KF/LL NUlT BE CONPoIEO OF C[I✓lJONE Or ENE euweo sac To aevlN • sfN. CITY OF FORT COLLIN LEMAY AVENUE OVER CACHE LA POUDRE. RIV' PIER DETAILS taxes or benefits or for any other purpose. 8. Subcontractors. Service Provider may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. Service Provider may, however, subcontract the [...] work or other portions of the Work by providing notice to the City of its intent to do so. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Service Provider. 9. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 10. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 11. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with GILK dBUI / A MSIPJR ' ' No A Islms O 1fVm= vplDC= II !z'-0• x'--o" �{I n=0' ze'-e• ra'-o• re •_o• O HER I � PIER ! O HICK fMfE I BUE I W PLAN TYPICAL SECTION THRU DECK IPNER! SNONN s£cn lNIE4M£Ol/r£ O/IPNPIOMS 1011, f.A SI InI, INO Pr. FE/NRRL/U6 1. p rAlS SEE 0M N G-/O. CITY OF FORT COLLIN LEMAY AVENUE OVER CACHE LA POUORE RIVI DECK PLAN CIROERfNp E[EYAT/ONgTP/ER ATTAIN A MINUMUM COMPRl 9TREN4 rN OF Zoo P51 Pel POURING OFROAOWAY SLAB, •AOOl r+ouu IB'fnervnEur � Foe M/OOGE BARS O/ROER ELEVATION AT PIER enlg SmN 6ENn zfwr„ ERD eLGCR) T PIroL GreaER SEcnoro AOMZIN.I=O'vArn dim gm r /is ronNnueuz. 'il #CPI=OO" "�f #SN#SNSG/O' PEEK SECT/ON THRO /CAL SE<T/ON THRO O/q PMRpGN ' Glepee f<EVATiov(wrN E,vo &ak) _SECT/ON THRV IND BLOCK �eNe of oar OXS=T M9 X L4' 0/A PNRAGM _VX S-T' I'I•FG'Mrc.dnd rnd I nprYs" (s'naeal,YAm tlnpArggm - dslM/rAuoVs. TYPICAL 5ECT/OII N TNRU ENTfRMEOIATE OIAPNRAGM ENO�/NTERNEGIATE O/AGP4PGH DE1BILS/ATE O/AOPRAlGH DETNIL9 ENO R DETAIL il.f.,L .Pl(l ... =illll4l..;�:<< (ry nius sll -IE Elu. m u.e er tru .o[ GlRoe—ei-scneauLE .yvn fvM L Env l Ee FI Ff C s�Yn CITY OF FORT COLLINS COLOR EN91NEERING OIvISIdN CITY OF FORT COLLIA LEMAY AVENUE OVER CACHE LA POUDRE RIV PRESTRESSED GIRDER IG OrEM/OE H %' (M/N) 00• Zee JO' Z j' 40• S'�p� /O • ZV 00' ZSA' 0• Z@' 00' W DETAILS OF PREMOLDED BRIDGE EXPANSION TYPICAL SECTION THRU EXPANSION JOINT SECTION - PLAN DETAILS OF PREMOLDED EXPANSION DEVICE AT SIDEWALX Is UMSTeuaED ' No N&ISIms 0 Rms DO vDID� 0 PLAN ELEVATION ABUTMENT BEARING DETAILS uores t ecasroncric euriue veal, euv/uc reares au sous s x uuuxo /u roc e/o va/cc foz . uo. 4/e vzesrzcvso roucesrc uum CITY OF FORT COLL LEMAY AVENUE OVI CACHE LA POUDRE R PREMOLDED EXPANSION AND GIRDER BEARING i AS TW CTED _' XO BEVI51d5O RUISEDD VOID POST ANCHORAGE DETAIL RAIL SPLICE AND EXPANSION DETAIL EXHIBIT B CONTRACT SUM 7519 LEMAY AVENUE BRIDGE EXPANSION JOINT REPLACEMENT BID OPENING: 3:00 P.M. (our Glock;, JUNE 7n, 2013 WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR 7519 LEMAY AVENUE BRIDGE EXPANSION JOINT REPLACEMENT PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS: ITEM DESCRIPTION '_-} � F, ' ' UNIT SUPERSTRUCTURE _ QUANTITIES x UNIT PRICE [ . 70TALPRICE 702-00220 REMOVAL OF ASPHALT MAT Sy 1R 18 36 5V 2OZ-OD504 REMOVAL OF EXPANSION DEVICE LF 67 67 134 ar--r `.� •� S1500120 WATERPROOFING (MEMBRANE) SY 9 9 18 518-01004 BRIDGE EXPANSION DEVICE(0.4 INCH) LF 67 67 134 516-02030 ELA5TOMERIC CONCRETE END DAM CF 40 40 80 62600000 MORRA2ATION 700.70380 EROSION CONTROL LS TOTAL BASE BID„(�� SIGNATURE fL.LG 4-64,(—, '1 "li / r't,� � � 4 ifYi PRINTED PAIJ4 Y- ZCVATA COMPAM KEcx C040ap'>O ADDRESS 5750 W. AIRPoILT RD- CITY STATE ZIP Se C•4L2A CO 80135 PHONE -303.791.3-759 EMAIL pyiA�* CLCKec�Co. tom PLEASE NOTE: Awarded service provider must enter into a service agreement (sample attached for your review) and provide the required insurance (Exhibit.B). EXHIBIT C INSURANCE REQUIREMENTS The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. EXHIBIT D CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the "City") pursuant to this Agreement (the "Agreement"), the Service Provider hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as "information") that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Service Provider has agreed to perform, the Service Provider hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Service Provider agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City , or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City) . The Service Provider shall not disclose any such information to any person not having a legitimate need -to -know for purposes authorized by the City. Further, the Service Provider shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Service Provider understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Service Provider shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Service Provider ceases to perform services for the City, or the City so requests for any reason, the Service Provider shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Service Provider understands and agrees that the City's remedies at law for a breach of the Service Provider's obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. ACORO® CERTIFICATE OF LIABILITY INSURANCE L� 10/1/2013 DATE (m uooY Y) 6/28/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies, LLC Denver ONTACT CNAME 8110 E Union Avenue - Suite 700 - ' Denver CO 80237 PHONEo. Ban FAX AIC No: E-MAIL ADDRESS: (303) 414-6000 INSURERS AFFORDING COVERAGE NAIL # INSURER A: The Charter Oak Fire Insurance Company 25615 INSURED K.E.C.1. Colorado, Inc. INSURER B: Travelers 1 III INSURER C : Pinnacol Assurance 1050899 5750 W. Airport Rd. INSURER D: Sedalia, CO 80135 NSURER E: INSURER F : COVERAGES KECCO03 CERTIFICATE NUMBER: 12439811 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADD INSR SUBR MD POLICY NUMBER POLICY EFF MMIDOrYNvY MMIDDIYYYY POLICY EXPM(E LIMITS A GENERAL LIABILITY X MMERCIAL GENER�ILV� AIBILITY CLAIMS -MADE X OCCUR Jobsite Y N DTC06C647481 I/l/2013 1/1/2014 DAMAG PREMISESnce) $ 3O0 000 MED EXen $Limited PERSONJURY S 1 000 000 Pollution GENERTE $GEN'L AGGREGATE POLICY LIMIT APPLIES _X J CT PER: Lee PRODUOP AGG $ 2,000,000 $ B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS X AUTOSWNED Y N DT810325D9148 1/1/2013 1/1/2014 (Ea accident) 8 1000000 X BODILY INJURY (Per Person) $ XXXXXXX BODILY INJURY Per actltlam $ XXXXXXX X PROP reRCalTYDAMAGE S XXXXXXX $XXXXXXX B }{ UMBRELLA UAB X EXCESS IJAB OCCUR CtAIMSMAOE N N DTSMCUP325D9148 1/1/2013 I/l/2014 EACH OCCURRENCE $ 5 000 000 AGGREGATE 3 5,000,000 DEO I X I RETENTIONS 10,000 $ XXXXXXX G WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORNARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Eelaw NIA N 4048534 10/1/2012 10/1/2013 X - TORY LIMIT H- ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500000 E.L. DISEASE- POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (AUach ACORD 101, Additional Remarks Schedule, if more apace b required) RE: 7519 Leavy Ave Bridge Expansion Joint. The City, its officers, agents and employees are additional insured as respects General and Auto Liability if required by written contract per policy terms and conditions. Ten(10) Day Notice of Cancellation will be provided to the City for non-payment: CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 12439811 AUTHOR¢ED REPRESENTATIVE City of Fort Collins . Purchasing Department PO Box 280 Ft Collins CO 80522 C ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD - ©1 88-2010 ACORD CORPURATION. All rights reserved the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. c. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 12. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 13. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 14. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 15. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit C, consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 16. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 17. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 18. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland, Security (the "e-Verify Program") or the Department Program (the "Department Program"), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility'of all newly hired employees to perform work under this Agreement. b. Service. Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with 'the subcontractor if during such three days the subcontractor provides information to establish that the .subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department") made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102. C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. fJ 19. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit "D" - Confidentiality, consisting of one (1) page, attached hereto and incorporated herein by this reference. CITY OF FO COLLINS, C ORADO a municipal r ion By: _ /V Gerry P16ul Director of Purchasing and Risk Management Date: '7, i ji PRINT NAME/���T CORPORATE PRESIDENT OR VICE PRESIDENT Date: %- 3 ATTEST: (Corporate Seal) CORPORATE SECRETARY