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 - 7290 CRACK SEAL & FILL PROJECT 2012 (3)•
•
fins
Financial Services
Purchasing Division
215 N. Mason St. 2"" Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov. com/purchasing
SPECIFICATIONS
Um
CONTRACT DOCUMENTS
FOR
CRACK SEAL & FILL PROJECT - 2014 RENEWAL
BID NO. 7290
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
6.3. CONTRACTOR has obtained and carefully studied (or assumes •
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or to
supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the
Work at the Contract Price, within the Contract Times and in accordance with the
other terms and conditions of the Contract Documents, including specifically the
provisions of paragraph 4.2 of the General Conditions; and no additional
examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the accurate
location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information or data
in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance with the other terms and conditions
of the Contract Documents, including specifically the provision of paragraph 4.3.
of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations, •
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
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:
SECTION 01340
SUBMITTALS
1.1 GENERAL
A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections.
1. Project Engineer will not accept submittals from anyone but the Contractor.
B. Schedule: Reference Section 0 13 10, 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 Engineer's review of submittals,
will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by
failure of 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 Engineers 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. Review status designations listed on Project Engineer's submittal review stamp are defined as follows:
1. NO EXCEPTION TAKEN: Signifies material or equipment represented by the submittal conforms
with the design concept, complies with the information given in the Contract Documents and is
acceptable for incorporation in the Work. Contractor is to proceed with fabrication or procurement of
the items and with related work. Copies of the submittal are to be transmitted for final distribution.
• 2. REVISE AS NOTED
Signifies material or equipment represented by the submittal conforms with the design concept,
complies with the information given in the Contract Documents and is acceptable for incorporation in
the Work in accordance with Project Engineers notations. Contractor is to proceed with the Work in
accordance with Project 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 with the design concept
or comply with the information given in the Contract Documents and is not acceptable for use in the
Work. Contractor is to submit submittals responsive to the Contract Documents.
4. FOR REFERENCE ONLY
Signifies submittals which are for supplementary information only; pamphlets, general information
sheets; catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Owner in
design, operation, or maintenance, but which by their nature do not constitute a basis for determining
that items represented thereby conform with the design concept or comply with the information given in
the Contract Documents. Engineer reviews such submittals for general information but not for
substance.
1.3 SUBMISSION REQUIREMENTS
A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no
delay in the Work or in the work of any other contractor.
B. Minimum number required:
1. Three (3) copies minimum, two (2) copies which will be retained by Project Engineer.
General Requirements - Page 8 of 16
SECTION 01340
SUBMITTALS
1.4 RE -SUBMISSION REQUIREMENTS
A. Make corrections or changes required by Project Engineer and resubmit until accepted.
B. In writing call Project Engineer's attention to deviations that the submittal may have from the Contract
Documents.
C. In writing, call specific attention to revisions other than those called for by Project Engineer on previous
submissions.
END OF SECTION
•
•
General Requirements -,Page 9 of 16
SECTION 01410
TESTING
• 1.1 GENERAL
A. Provide such equipment and facilities as required for conducting field tests and for collecting and
forwarding samples. Do not use any materials or equipment represented by samples until tests, if required,
have been made and the materials or equipment are found to be acceptable. Any product which becomes
unfit for use after approval shall not be incorporated into the work.
B. The contractor and sub -contractors shall have visible company names on all vehicles that enter the work
zone.
C. 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.
D. 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).
E. 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:
I. 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.
•
1.3 CONTRACTOR'S RESPONSIBILITIES
A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be
responsible for and shall pay all costs in connection with testing required for the following:
1. All performance and field testing specifically called for by the specifications.
2. All retesting for Work or materials found defective or unsatisfactory, including tests covered under 1.2
above.
3. All minimum call out charges or stand by time charges from the tester due to the Contractors failure to
pave 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 their subcontractors, to ensure conformance to the functional
performance of this project. This control shall be established for all construction except where the Contract
Documents provide for specific compliance tests by testing laboratories or engineers employed by the
Owner. The Contractors' control system shall specifically include all testing required by the various
sections of these Specifications.
General Requirements - Page 10 of 16
SECTION 01410
TESTING •
B. Superintendence: The Contractor shall employ a full time Superintendent to monitor and coordinate all
facets of the Work. The Superintendent shall have adequate experience to perform the duties of
Superintendent.
C. Contractor's quality control system is the means by which he assures himself/herself that the construction
complies with the requirements of the Contract Documents. Controls shall be adequate to cover all
construction operations and should be keyed to the proposed construction schedule.
D. Records: Maintain correct records on an appropriate form for all inspections and tests performed,
instructions received from the Engineer and actions taken as a result of those instructions. These records
shall include evidence that the required inspections or tests have been performed (including type and
number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial
action, and corrective action taken. Document inspections and tests as required by each section of the
Specifications. Provide copies to the Engineer weekly.
END OF SECTION
•
•
General Requirements - Page 1 I of 16
SECTION 01510
TEMPORARY UTILITIES
• 1.1 UTILITIES
•
11
A. Furnish all utilities necessary for construction.
B. Make arrangements with Owner as to the amount of water required and time when water will be needed.
1. Meters may be obtained through the Water Utility Meter Shop at 221-6759
2. Unnecessary waste of water will not be tolerated.
C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor.
1.2 - SANITARY FACILITIES
A. Furnish temporary sanitary facilities at each site for the needs of construction workers and others
performing work or furnishing services on the Project.
B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods.
C. Enforce the use of such sanitary facilities by all personnel at the site.
D. Obscure from public view to the greatest practical extent.
END OF SECTION
General Requirements - Page 12 of 16
SECTION 01560
TEMPORARY CONTROLS
1.1 NOISE CONTROL
A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in
populated areas. Review the requirements of Section 108.
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. Startup of the
hot pot shall be in accordance with Section 108.
1.2 DUST CONTROL
A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing material. The
Contractor shall be respectful to pedestrians and bicyclist when sweeping road surfaces. The Contractor
shall cease operation till the citizen has cleared the area.
B. 'Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be
kept moist with water or by application of a chemical dust suppressant.
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.
I. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site. •
2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts.
1.4 EROSION CONTROL
A. Take such measures as are necessary to prevent erosion of soil that might result from construction
activities.
Measures in general will include:
a. Control of runoff.
b. Trapping of sediment.
c. Minimizing area and duration of soil exposure.
d. Temporary materials such as hay bales, sand bags, plastic sheets, riprap or culverts to prevent the
erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to
construction activities.
B. Preserve natural vegetation to greatest extent possible.
C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion.
D. Comply with the City of Fort Collins' Storm Drainage and Erosion Control Manual (latest edition).
0
General Requirements - Page 13 of 16
11
•
SECTION 01560
TEMPORARY CONTROLS
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.
1.6 PARKED VEHICLES
Refer to Revision of Section 104 for issues related to parked vehicles.
END OF SECTION
General Requirements - Page 14 of 16
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 thejudge 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 records, photographs, and written
descriptions of said work as may be required by the Engineer. Documents shall be submitted prior to
project acceptance.
END OF SECTION
•
•
General Requirements - Page 15 of 16
SECTION 01800
METHOD OF MEASUREMENT AND BASIS OF PAYMENT
• 1.1 DEFECTIVE WORK
A. Owner will not pay for defective work and will not pay for repair or additional work required to bring the
project to a point of acceptance including traffic control.
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, tools, and traffic control personnel and equipment; and
perforating all labor and supervision to fully complete the work.
C. Unit prices shall govern over extensions of sums. Refer to the "Project Specifications" documents to define
payment items.
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 famished and the
estimated amount thereof.
•
END OF SECTION
General Requirements - Page 16 of 16
SECTION 02000
PROJECT SPECIFICATIONS
The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" (latest •
revision), and the current Latimer County "Urban Area Street Standards", (hereafter referred to as the "Standard
Specifications" or "LCUASS") are made a part of this Contract by this reference, except as revised herein, and are
hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where
the Standard Specifications conflict with any of the provisions of the preceding Sections, the preceding Sections
shall govern.
INDEX OF REVISIONS
SECTION
104
Traffic and Parking Control
105
Control of Work
108
Prosecution and Progress
208
Erosion Control
408
Crack Sealant & Crack Filler
627
Pavement Marking
630
Construction Zone Traffic Control
•
•
Project Specifications- Page I of 22
a 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:
None
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.
B.
7.5�The•.Gbnratract Documents also include all written amendments and other
dociimenEs-amending:modifying, or supplementing the Contract Documents
pursuan4t I'll � ,graphs 3.5 and 3.6 of the General Conditions.
°�'�a. F
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.
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 revised 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 state the type of
work, date and times that the sign is in effect. (For example, if a street is to be crack sealed on Wednesday,
September 6, the street shall be posted no later than Tuesday, September 5, 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., CRACK SEALING.) See sample
"NO PARKING" sign. "NO PARKING" signs shall remain in place until the street is opened to traffic after all
clean-up operations have been completed.
All information on the "NO PARKING" signs, with the exception of the type of work, date and times shall be in
block letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible
and written in block style letters. The "NO PARKING" signs shall be in effect for one or two days only.
In the event the Contractor deems it necessary to remove a vehicle that has not adhered to the "NO PARKING"
notification, the Contractor shall first make every reasonable effort to locate and contact the owner of the vehicle.
Should the Contractor be unable to locate the owner of the vehicle, the Contractor should notify the Engineer to
arrange for any required towing. If the "NO PARKING" sign has been in place for a minimum of 24 hours, the City
will make every reasonable effort to remove the offending vehicle within four (4) hours of notification by the
Contractor. The Contractor shall not be entitled to any additional compensation for delays associated with the
• towing of illegally parked vehicles.
The Contractor shall have an approved Traffic Control Plan on site at all times. Traffic control signage on the
construction site shall be set up in accordance with the approved traffic control plan and in accordance with the
specifications.
11
Work performed by.the Contractor without an approved traffic control plan or when "No Parking" signs have not
been placed as required by the specifications shall not be paid.
The Contractor shall also be subject to a pay deduction of up to $1,000.00 per occurrence per day for traffic control
not in compliance with referenced specifications or requirements contained herein. Issues subject to deductions may
include but are not limited to:
Traffic Control Supervisor not on the project site at all times (unless pre -approved by the Engineer)
An approved traffic control plan not on site
Traffic control device set up by flagging personnel unless assisting the Traffic Control Supervisor
Traffic control signage not set up in accordance with the approved traffic control plans
Inadequate flagging and/or flagging equipment
The Engineer shall issue a written warning to the Contractor, subcontractor, and/or Traffic Control Supervisor
documenting the type of violation and the Engineer shall determine the deduction amount based on the Engineers'
opinion of the infraction severity and the number of previous infractions. Upon issuance of the third violation, the
Engineer may request removal from the project of the subcontractor providing traffic control and/or the Contractors
Traffic Control Supervisor and flagging personnel. Removal from the project in which the violations were issued
shall be in effect for the remainder of the year. The contractor shall find a replacement Traffic Control subcontractor
within two weeks of the third notice without a price adjustment or the Contract may be terminated and rebid.
Project Specifications- Page 2 of 22
REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL .
At or near the end of each work day, a representative of the Contractor (the Traffic Control Supervisor) and the
Engineer will meet to discuss the progress of the work and the placement of 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. At this time the
Contractor shall also review with the Engineer the proposed means of handling parking and traffic control for the
upcoming work.
It is the responsibility of the Contractor to minimize 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 and shall communicate their
schedule 48 hours prior to work, to all businesses and residents effected by their work.
Any changes in the traffic control as directed by the Engineer, including additional signs, barricades, and/or flaggers
needed in the field shall be immediately implemented.
Traffic Control costs including but not limited to furnishing devices/equipment, set up/removal/modification,
TCS and Flagging personnel, vehicles, phones, notification delivery, hand signs, communication devices,
sandbags, and all related incidental items required for traffic control under this contract shall be considered
a subsidiary obligation of the Contractor in connection with the various items of the Work. No measurement
or payment shall be made separately for traffic control related items as specified in the specifications or as
directed by the Engineer excluding Variable Message Boards, Advance Warning Panel, and Additional
Flagging Personnel. See Revision of Section 630.
•
Project Specifications- Page 3 of 22
•
REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL
NO
PARKING
Wed SEPT 6
7:OO AM-6:OO PM
CRACK
SEALING
END OF SECTION
Project Specifications- Page 4 of 22
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised as follows:
PLANS, SHOP DRAWINGS, WORKING DRAWINGS, OTHER SUBMITTALS, AND CONSTRUCTION
DRAWINGS
Subsection 105.02 shall be revised to include the following:
The Contractor shall furnish the required submittals in TABLE 105-1 before the commencement of work. Three (3)
copies shall be furnished to the Engineer, two (2) copies will be returned to the Contractor upon approval.
Submittals shall not be measured and paid for separately but shall be included in the work.
TABLE 105-1
SUMMARY OF CONTRACTOR SUBMITTALS
Section
No.
Description
Approval
Needed
Reoccurring
108.03
Schedule of Work -
Yes
.:.Yes
208.06
iS ill Kit List of items included 6
Yes........No
408.02
'CrackSealant/Crack Filler Certificate •of uii liance
Yes ::.
No.
408.02
NISDS`Sheets(.
Yes'
No
408.04,
CraekSealant/Crack Filler Measurement Plan.
Yes -:
:, No
630a0
"Traffic Control Plan - ".
Yes <
`Yes -
630:11
TCS Qualifications reoccurs when TCS and flaggers thane
Yes
No
636.11
Reside Notification Letter
Yes
Yes
COOPERATION BY CONTRACTOR
Subsection 105.10 shall be revised to include the following:
The City's commitment to our Environmental Management System (EMS) requires that vehicles on City
projects shall comply with the adoption of a "Limitation on Engine Idling" policy designed to reduce
environmental impacts related to construction. Please comply with turning off vehicles instead of idling
for long periods of time (more than three minutes, as a general rule).
COOPERATION BETWEEN CONTRACTORS
Subsection 105.12 shall be revised to include the following:
City Utilities, Parks, Traffic, Streets, concrete and utility contractors may perform work related to the project
within or near the limits of the projects. 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.
INSPECTION AND TESTING OF WORK
Subsection 105.16 shall be revised 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.
•
L�
Project Specifications- Page 5 of 22
REVISION OF SECTION 105
CONTROL OF WORK
Inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his
contract as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or
materials may be rejected, notwithstanding that such work or materials have been previously inspected by the
Engineer or that payment therefore has been included in the progress estimate.
MAINTENANCE DURING CONSTRUCTION
Subsection 105.19 shall be revised to include the following:
Concrete areas, including curb, gutter, driveways, 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 day's work. Large debris (greater than one (1) inch) shall be picked
up and disposed of offsite. Smaller particulate debris shall be blown from the sidewalks, driveways, curb, and
gutter into the street where it can be picked up by the sweeper without transmitting debri back on sidewalk
areas. It shall be the Contractors 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 before leaving a project area and at least once a week prior to the weekend. The requirement
to sweep the streets shall be suspended during the leaf fall period between September 12" 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 said service.
All cost of maintaining the work during construction and before the project is accepted shall not be paid for
separately, but shall be included in the work including all required traffic control devices, personnel, and related
traffic control incidentals.
END OF SECTION
Project Specifications- Page 6 of 22
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised as follows:
SCHEDULE
Subsection 108.03 shall be revised to include the following:
A schedule of work must be submitted prior to starting work and shall contain the number of working days per
area to complete all unit work items covered by the contract. Vicinity maps of the areas are included in Section
03500, Project Maps. The schedule should take any priorities into consideration. The schedule should also
include projected start and end dates.
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 revised to include the following:
The work shall be completed within the following calendar months:
JAN
FEB
MAR
I APR
I MAY
JUN
JUL
AUG
SEPT
OCT
NOV
DEC
DETERMINATION AND EXTENSION OF TIME
Subsection 108.08 shall be revised to include the following:
Residential and Collector work hours shall be 7:00 a.m. to 6:00 p.m., Monday through Friday, or as approved
by the Engineer. Arterial road work hours shall be restricted from 8:30 a.m. to 3:30 p.m., or as approved by the
Engineer.
Preparatory work such as heating equipment and material, cleaning equipment and tools, and/or incidental
preparation for the days work shall be done at the Contractors yard/shop, the Streets Department yard/shop, or
in a private area the Contractor has pre -arranged for use as approved by the Engineer.
Contract working days shall be one hundred sixty (160) days after work commences. The City of Fort Collins
reserves the right to add or delete work as necessary. The City will prioritize the order in which the work will be
completed.
The Contractor shall mobilize to the area within ten (10) working days of Notice to Proceed or after
receiving notification of accessibility of work area.
FAILURE TO COMPLETE WORK ON TIME
Subsection 108.09 shall be revised to include the following:
Failure to meet the agreed upon milestones, mobilize to an area within the days specified in Section 108, or
fully complete the project within one hundred sixty (I60) working days, shall result in liquidated damages
assessed against the Contractor.
0
•
At the City's option, liquidated damages in the amount of $1,000.00 per day may be retained from any monies
due the Contractor, or the City may retain an additional contractor(s) to complete the work, or portion thereof, •
and retain any costs incurred above and beyond the bid prices of the Contractor from any monies due the
Contractor in lieu of liquidated damages.
END OF SECTION
Project Specifications- Page 7 of 22
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 208.01 shall be revised to include the following:
This work shall consist of providing appropriate and adequate spill prevention measures during the installation
of the crack sealant and crack filler materials. Work shall be in accordance with the latest revisions of the City
of Fort Collins Urban Drainage and Flood Control District Urban Drainage Criteria Manual, the City of Fort
Collins Environmental Standard Operating Procedures contained herein (Section 04000), and the Colorado
Department of Transportation Standard Specifications for Road and Bridge Construction.
Any loss of time or materials due to spill related events shall be the sole responsibility of the Contractor. Any
damage to surrounding properties or facilities during a spill event, either on site or off site, which occurs during
the course of the project, shall be the sole responsibility of the Contractor.
CONSTRUCTION REQUIREMENTS
Subsection 208.03 shall be revised to include the following:
It shall be the Contractors responsibility to ensure that all sidewalks, driveways, curbs, and gutters adjacent to
the project shall be clean of construction debris at the end of each working day.
Upon leaving the project site(s) the Contractor shall sweep the streets and pick up debris. blown into the streets.
Contractor shall monitor sweeping operations to ensure that brooms are not kicking debris back onto the
sidewalks, driveways, curbs, and gutters.
9 Subsection 208.06 shall be revised to include the following:
0
An appropriate Spill Kit shall be on site with each piece of equipment at all times during the installation of the
work. The Contractor shall submit a description of the items contained in each Spill Kit and items shall be
approved by the Engineer.
METHOD OF MEASUREMENT
Subsection 208.11 shall be revised to include the following:
All costs associated with materials, cleanup, and spill protection shall not be measured or paid for separately,
but shall be considered incidental to the Work.
BASIS OF PAYMENT
Subsection 208.12 shall be revised to include the following:
All related costs 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 material, cleanup, personnel,
and related incidental items as specified in these specifications, and as directed by the Engineer.
END OF SECTION
Project Specifications- Page 8 of 22
REVISION OF SECTION 408
CRACK SEALANT & CRACK FILLER
Section 408 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 408.01 shall be revised to include the following:
This work shall include furnishing and placing an approved hot poured joint or crack sealant in properly
prepared cracks in asphalt pavement. The work shall conform to the latest revisions of the Colorado Department
of Transportation Standard Specifications for Road and Bridge Construction, the City of Fort Collins Work
Area Traffic Control Handbook, and the Larimer County Urban Area Street Standards (LCUASS).
MATERIALS
Subsection 408.02 shall be revised to include the following:
Crack Sealant: material shall be hot poured, polymer modified asphalt crack and concrete joint sealant meeting the
requirements of CDOT Section 408.02, or a similar approved equivalent, and shall conform to the following
requirements:
CRACK SEALANT
Cone Penetration: 770 F 250C , ASTM D5
30-50
Flow: P 1400E 600C , ASTM D 5329
3 min max.
Resilience: @ 770E 250C , ASTM D 5329
40 - 55%
Softening Point: ASTM D36
2050F min.
Flexibility: 2 Sec. I" Mandrel
-100F no cracks
Ductility: 770E 250C , ASTM D5329
50 cm min.
A certificate of compliance shall be submitted prior to construction
Crack Filler: material shall be CRACK FILL hot -applied polymer modified asphalt mixed with engineered
aggregate or a similar approved equivalent, and shall conform to the following requirements:
CRACK FILL- B
Binder Specification:
Flexibility: 2 Sec. I" Mandrel
-15 min. -6.1°C
Resilience: n 77°F 26°C . ASTM D5329
35%min.
Tensile Adhesion: ASTM D5329
500%min.
Aggregate Specification'.
Specific Gravity
1.5
Minimum 10% pores
—Porosity
Sheer Strength
Minimum 30%
A certificate of compliance shall be submitted prior to construction
0
Project Specifications- Page 9 of22
0
REVISION OF SECTION 408
CRACK SEALANT & CRACK FILLER
CONSTRUCTION REQUIREMENTS
Subsection 408.03 shall be revised to include the following:
The Contractor shall submit the necessary Material Safety and Data Sheets (MSDS) per Table 105-1, Summary
of Contractor Submittals, when providing material for the project, prior to commencement of work.
In general, cracks that range from greater than 1/8" to 1" wide shall be sealed with crack sealant (CRACK
SEALANT); cracks greater than 1" and/or cupped, as determined by Engineer, shall be filled with crack filler
(CRACK FILL). The Engineer shall determine and mark the locations for the type of product installed at each
location.
A hot compressed air lance shall be used at all times. Crack widths of greater than 1/8" or larger shall be
thoroughly cleaned to a depth of approximately twice the crack width. Direct flame dryers shall not be allowed.
Drying and heating prior to installation of the crack seal material shall be completed in such a manner not to
damage the existing bituminous surface. Care shall be taken to protect vehicles, pedestrians, and all property
which may become damaged from the cleaning and installation process.
Joints between the asphalt roadway and concrete curbs, gutters, cross pans, aprons and drainage structures shall
be sealed.
Air and pavement temperatures shall be at least 20 'F and rising but no more than 75 `F, or as directed by
Engineer. The Contactor may be restricted from installation on arterial and collector roads due to the presence
of salts on the road.
Sealant shall be heated and applied per the manufacturer's recommendations. Using a mixture of different
brands and types of sealant is prohibited. When melted and properly applied (not exceeding manufacturers
recommended temperature restrictions) the crack sealant will form a resilient and adhesive compound which
will effectively seal cracks in asphalt pavements. Any material that ravels or can be pulled out by hand after
placement shall not be accepted.
The sealant shall be leveled off and brought flush with the surface of the existing roadway by squeegee, wand
shoe, or approved alternate equipment. The material shall be centered over the crack and typically, the band
width of the crack seal installation shall not exceed three inches in width. The Contractor shall be responsible
for their quality control to ensure that all crack sealing material is flush with the existing surface before
leaving the site. In the event that the crack sealing material sinks into the crack after the first application, the
Contractor shall re -apply additional material to make flush with existing surface.
Each days work shall be scheduled to allow all open joints and cracks to be sealed before the end of the
workday. Should inclement weather preclude this effort, joints and cracks shall be re -cleaned before sealing.
The Contractor shall blow clean and sweep all sidewalks, driveways, gutters, and streets adjacent to the work
area after completion of installation. See Revision of Section 105, Maintenance During Construction.
Noise Control: See section 01560 or as directed by the Engineer.
METHOD OF MEASUREMENT
Subsection 408.04 shall be revised to include the following:
The accepted quantities of crack sealant and crack filler shall be paid for at the contract unit price per pound
under Bid Schedule 1 or the Alternate Bid Schedule 2.
POUNDS PLACED SHALL BE DETERMINED BASED ON WEIGHT STICKERS FROM THE
PALLETS OF CRACK SEALANT OR CRACK FILL MATERIAL PLACED. The Contractor shall
collect these stickers and return them to the Engineer. The City will conduct random checks of
application rate in projects to confirm applied quantities. If the equipment is scheduled to leave the City
Project Specifications- Page 10 of 22
REVISION OF SECTION 408
CRACK SEALANT & CRACK FILLER
site, the Contractor shall provide daily quantities which both parties shall agree to on a daily basis.
The City reserves the right to use the Alternate Bid Schedule 2 which excludes the crack sealant and crack filler
material. The Contractor shall arrange to pick up the material from the Fort Collins Streets Department, 625
Ninth Street. The Engineer shall be present at the time of material pick up. The Contractor shall be responsible
for notifying the Engineer when re -ordering material is required.
The City of Fort Collins may provide an enclosed equipment and material storage area for the duration of the
Work to facilitate completion of the project under Bid Schedule 1.
Traffic control shall be a subsidiary obligation to the Work under Bid Schedule I and the Alternate Bid
Schedule 2 and shall not be paid for separately, excluding Variable Message Boards, Advance Warning Panel,
and Additional Flagging Personnel. The Contractor shall provide adequate pedestrian and traffic control devices
during the work to protect the public. The Contractor shall include any and all devices, flagging, signs, and
incidentals as part of the line item unit pricing.
BASIS OF PAYMENT
Subsection 408.05 shall be revised to include the following:
Payment shall be made under:
Pay Item
Unit
408.01
CRACK SEALANT Crack Sealant (Arterial)
LBS
408.02
CRACK SEALANT Crack Sealant (Collector)
LBS •
408.03
CRACK SEALANT Crack Sealant (Residential)
LBS
408.04
CRACK FILL Crack Filler (Arterial)
LBS
408.05
CRACK FILL Crack Filler (Collector)
LBS
408.06
CRACK FILL Crack Filler (Residential)
LBS
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and all required traffic control devices, personnel and related traffic control incidentals and for all the Work
involved in installing crack sealant and crack filler, as specified in these specifications, and as directed by the
Engineer.
Prices and payments made under Alternate Bid Schedule 2 shall include full compensation for furnishing all labor,
tools, equipment, and all required traffic control devices, personnel and related traffic control incidentals and for all
the Work involved in installing crack sealant and crack filler, as specified in these specifications, and as directed by
the Engineer. CRACK SEAL AND CRACK FILL MATERIAL SHALL BE EXCLUDED FROM
ALTERNATE BID SCHEDULE 2 AND SHALL BE SUPPLIED BY THE CITY.
END OF SECTION
Project Specifications- Page I 1 of 22
OWNER• ITY OF FORT COLLINS
By:
GERRY P L
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
Title: ALh `i f�`� Lis 1,
Attest:
C
Address for giving notic
P. O. Box 580
Fort Collins, CO 80522
Appr ved as to orm
G
Assis nt City Attorney 61
CONTRACTOR: Vogel Concrete Inc.
Title: pzzl.y_f
License No.:
u
is
REVISION OF SECTION 627
PAVEMENT MARKING
• Subsection 627 shall be revised to include the following:
DESCRIPTION
Subsection 627.01 shall be revised to include the following:
This work shall consist of furnishing, installing, and removing temporary pavement markings in accordance
with the latest revisions of the City of Fort Collins Traffic Operations Manual, City of Fort Collins Work Area
Traffic Control Handbook, Latimer County Urban Area Street Standards (LCUASS), Colorado Department of
Transportation Standard Specifications for Road and Bridge Construction, and The Manual on Uniform Traffic
Control Devices for Streets and Highways (MUTCD) and in conformity to the lines, dimensions, locations, and
details shown on the plans or as established by the Engineer.
CONSTRUCTION REQUIREMENTS
Subsection 627.03 shall be revised 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
Subsection 627.10 shall be revised to include the following:
Temporary pavement markings shall be suitable for use on asphalt cement or Portland cement concrete
• pavements, shall be installed and removed by the Contractor, and shall conform as follows:
I. The surface shall be clean, dry, and free of dirt, oils, and grease. The tape/tab shall be pressed down
until it adheres properly and conforms to the surface.
2. All roads shall have temporary pavement markings before they are opened to traffic unless the City
Stripping Crew has been scheduled to install permanent pavement markings prior to opening the road to
traffic.
3 Markings applied to the final surface shall not leave a scar that may 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 of lanes 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 50' 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.
• 6. Removable pavement markings shall be installed in accordance with the manufacturer's
recommendations and maintained by the Contractor until permanent pavement markings are installed by
City crews.
Project Specifications- Page 12 of22
REVISION OF SECTION 627
PAVEMENT MARKING
7. Temporary edge lines are not typically required when curb and gutter is adjacent to the road. Temporary •
edge lines shall be required when there is no curb and gutter adjacent to the road.
8. All tape/delineation shall be removed by the Contractor after permanent markings have been completed
by City Crews.
METHOD OF MEASUREMENT
Subsection 627.12 shall be revised to include the following:
All costs associated for materials, installation, removal, and maintenance of temporary pavement
marking/delineation will not be measured or paid for separately, but shall be considered incidental to the Work.
BASIS OF PAYMENT
Subsection 627.13 shall be revised to include the following:
All costs for installing and removing temporary stripping/delineation of lanes 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 material, installation, removal, and maintenance of temporary
stripping/delineation of lanes including all required traffic control devices, personnel, and related traffic control
incidentals, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
•
0
Project Specifications- Page 13 of 22
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 revised 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 boards, 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 Latimer County Urban Area Street Standards (LCUASS), and the Colorado
Department of Transportation Standard Specifications for Road and Bridge Construction.
In the event of a conflict between the MUTCD and the City's criteria, the Cite of Fart Collins specifications
shall govern.
MATERIALS
Subsection 630.02 shall be. revised to include the following:
All traffic control devices placed for the project must meet or exceed the minimum standards set forth in The
City of Fort Collins Work Area Traffic Control Handbook and the MUTCD. All traffic control devices shall be
clean and in good operating condition when delivered and shall be maintained in that manner 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 style, etc.)
• Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to
avoid confusion to motorists traveling in the opposite direction and other potentially affected parties, such as
residents affected by information the sign may present.
CONSTRUCTION REQUIREMENTS
Subsection 630.10 shall be revised 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 Contractor may be required to use Variable Message Boards to advise road users about upcoming work on
arterial streets as required by Traffic Operations through the approved traffic control plan. When required, the
Engineer will issue direction for the number of boards, general locations for placement, and message verbiage.
1. Two-way traffic shall be maintained at all times unless approved by the Engineer. Lane width shall be
maintained at a minimum often (10) feet. .
2. 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 PLANS SHALL NOT BE ACCEPTED.
• Traffic control through the construction area is the responsibility of the Contractor.
Project Specifications- Page 14 of 22
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
When a device is not in use, the Contractor shall remove it from the project for the period it is not needed. •
Devices temporarily not in use shall, at a minimum, be removed from the area. Moving will include devices
removed from the project and later returned to use.
Traffic control devices may be placed and/or stored in the City right-of-way in such a manner that minimizes
the hazards to pedestrians, bicyclists and vehicles.
Traffic control devices shall be removed from the site immediately upon completion of the work for any
street(s).
In the event there is a safety issue, the Engineer may issue a "Stop Work Order" until the issue(s) is corrected.
The Contractor shall not be entitled to any additional compensation for delays associated with the "Stop Work
Order".
Approved traffic control plans shall be available on site at all times. See Revision of Section 104.
TRAFFIC CONTROL PLAN - PROJECT
Traffic control plans shall be submitted for all work locations prior to commencement of any work. Plans shall
be submitted along with the City of Fort Collins Traffic Approval Forms. Traffic control plans shall be prepared
by a Traffic Control Supervisor certified by the American Traffic Safety Services Association (ATSSA) or a
Worksite Traffic Control Supervisor certified by the Colorado Contractor's Association (CCA). HAND
DRAWN 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 2 working days prior to
•
commencement of the work.
Submittals for full closures on residential streets shall be submitted one (1) week prior to the
commencement of work.
Submittals for full closures on arterial and collector streets shall be submitted two (2) weeks prior to
the commencement of work.
All plans shall be delivered to the Engineer, 625 Ninth Street, Fort Collins. Facsimiles of plans shall not be
allowed.
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 and the Owner may deduct from
Contractors' compensation $1,000.00 per ocurrence per day for said condition, as well as the Contractor's
forfeiture of payment for all work and materials at that location, with no adjustment in the contract time.
The Traffic Control Plan shall include, as a minimum, the following:
1. A detailed diagram which shows the location of all sign placement, including advance construction signs
and speed limit signs; method, length and time duration for lane closures, and location of flag persons.
Hand drawn plans shall not be accepted.
2. A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to:
construction signs; vertical panel; vertical panel with light; Type 1, Type II, and Type III barricades; cones;
drum channelizing devices; advance warning flashing or sequencing arrow panel. 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.
Project Specifications- Page 15 of 22
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
• 3. Number of flaggers to be used.
4. Parking Restrictions to be in affect.
Approval of the proposed method of handling traffic does not relieve the Contractor of liability specifically
assigned to him under this contract.
TRAFFIC CONTROL MANAGEMENT
Subsection 630.11 shall be revised as follows:
The Contractor shall designate an individual, other than the superintendent, to be the Traffic Control Supervisor.
Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall
possess a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic
Control Supervisor or Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor.
Proof of certification for each TCS utilized on the project(s) shall be provided to the City Traffic Control
Department and the Engineer.
The TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted
to the Engineer for approval a minimum of one (1) week prior to commencement of the work. Tile 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.
If, in the opinion of the Engineer, any traffic control individual does not perform their duties at or to the
minimum industry standard, the Contractor will be required to replace that individual.
• The TCS duties shall include, but shall not be limited to:
1. Supervise and direct project flaggers.
2. Prepare, revise, and submit Traffic Control Plans as required.
3. Coordinate all traffic control related operations, including those of the Subcontractor and supplier.
4. Coordinate project activities with appropriate police and fire control agencies, Transfort, school
districts and other affected agencies and parties prior to construction.
5. Notify residents and businesses at least 48 hours prior to construction.
a. Notifications may be accomplished by a representative of the TCS such as a nagger 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.
7. Oversee all requirements covered by the plans and specifications which contribute to the convenience,
safety, and orderly movement of traffic.
8. Flagging breaks for short periods of no more than 15 minutes over a 60 minute period.
9. Traffic control device set up and removal.
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. For Traffic Control Inspection, the time of the inspections
c. Project description and location
d. Traffic Control Supervisor's name
e. Types and quantities of traffic control devices used per approved MITT
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
Project Specifications- Page 16 of 22
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Notification of residents and businesses shall be the responsibility of the TCS or TCS Representative and shall •
consist of distributing notifications indicating the nature of the work to be completed, any special instructions to
the residents (i.e. limits on lawn watering during the Work), the dates and times of the work, and the parking
and access restrictions that shall 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 residents with questions may use to contact the
Contractor and a link to the City of Fort Collins Street Department where citizens may find additional
information and project updates at "www.fceov.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 be submitted for approval prior to commencement of any work. Traffic control
conditions vary significantly in the field and the Contractor is responsible for submitting traffic control plans for
each work location. Minimum traffic control requirements for Arterial, Collector, and Residential streets are
contained herein.
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.
All traffic control devices and traffic control management shall be placed under the supervision of a Traffic
Control Supervisor.
The Traffic Control Supervisor shall have current copies of the City of Fort Collins' "Work Area Traffic Control
Handbook", and Part VI of the MUTCD, pertaining to traffic control for street and highway construction,
available at all times. •
METHOD OF MEASUREMENT
Subsection 630.15 shall be revised as follows:
The Traffic Control Supervisor, Flaggers necessary for the road classification, control of cross traffic, and the
Contractor's daily work activities, including hand signs such as Stop/Slow paddles, and all devices/equipment,
vehicles, and other associated traffic control items shall not be measured and paid for separately and shall be
included in the line item unit price for the Work except as noted herein.
"Variable Message Board" and "Advance Warning Panel" shall be paid per each per day as required by the
specifications or as requested by the Engineer.
"Additional Flagging Personnel" shall be measured and paid per hour only when requested by the Engineer for
special circumstances not already included under another item. Hours of non -flagging work in excess of those
authorized shall not be measured and paid for separately but shall be at the Contractor's expense.
"The City of Fort Collins Master Street Plan" map depicting the street classifications (Arterial, Collector, and
Residential) can be found at the following link:
httl):Hcitydocs fceov com/?dt—Master+Street+Plan+Mao&dn=GIS+MAPS&vid=192&emd=showdt
All costs associated with the Traffic Control Plan review shall not be measured or paid for separately, but shall
be considered incidental to the Work. Review fees shall not be measured or paid for separately and shall be
included in the line item unit price for the Work.
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 flagger(s) shall be provided with electronic communication devices when required. These devices shall not
be measured and paid for separately and shall be included in the line item unit price for the Work.
Project Specifications- Page 17 of 22
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
• The cost of batteries, electricity and/or fuel for all lighting or warning devices will not be paid for separately but
shall be considered subsidiary to the item.
•
0
Sand bags and Caution tape will not be measured and paid for separately but shall be included in the line item
unit price.
The Contractor may provide larger construction traffic signs than those typically used in accordance with the
City of Fort Collins Work Area Traffic Control Handbook and the MUTCD, if approved by the Engineer,
however, no payment will be made for the additional panel size.
Business signs, neighborhood traffic only signs and detour placard street names are NOT considered Specialty
Signs and will not be measured or paid for separately and shall be included in the unit price for the Work.
The City of Fort Collins shall not be responsible for any losses or damage due to theft or vandalism. The City
of Fort Collins will not be responsible for any damages to public or private property caused by the Contractor's
construction activities. Private or public property which is damaged by the Contractor's installation, equipment,
or employees will be the sole responsibility of the Contractor.
Project Specifications- Page 18 of 22
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
The following figures indicate the minimum required traffic control for each street classification:
FIGURE 630-1 TYPICAL ARTERIAL TRAFFIC CONTROL PLAN
OWNER
CONTRACTOR
TRAFFIC CONTROL
COMPANY
CANTACT NAME
DATE
PHONE#
TCS CERT#
SHEET#
DEVICE TABULATION
2- ROAD WORK AHEAD
2- LEFT LANE CLOSED AHEAD
2-TRANSITION(L)
60 - n-TRAFAC CONES
TYPICAL LEFT LANE
t
G[]4I:TJd/J -MY
ARTERIAL STREETS - Shall include Flagging Personnel required for the road classification, control of cross
traffic, and the Contractor's daily work activities in addition to the minimum signage required by the
specifications.
Approved Variable Message Boards may be required for arterial streets and shall be paid for separately under
"Variable Message Board".
"Advance Warning Arrow Boards" or `Additional Flagging Personnel" may be requested by the Engineer and
shall be paid for separately under "Advance Warning Arrow Boards" or "Additional Flagging Personnel".
11
•
Project Specifications- Page 19 of 22
•
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
FIGURE 630-2 TYPICAL COLLECTOR TRAFFIC CONTROL PLAN
a
OWNER
COLLECTOR STREETS -Shall include Flagging Personnel required for the road classification, control of
cross traffic, and the Contractor's daily work activities in addition to the minimum signage required by the
specifications.
Approved Variable Message Boards may be required for collector streets and shall be paid for separately under
"Variable Message Board".
"Advance Warning Arrow Boards" or `Additional Flagging Personnel" may be requested by the Engineer and
shall be paid for separately under "Advance Warning Arrow Boards" or "Additional Flagging Personnel".
Project Specifications- Page 20 of 22
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL •
FIGURE 630-3 TYPICAL RESIDENTIAL TRAFFIC CONTROL PLAN
m.�.
NOT DRAWN TO SCALE
T
f�
2-ROAD WORN AHEAD
2-ONE LANE ROAD AHEAD
2-FLA AHEAD
20- ZaGGER
' TRAFFIC CONES
OWNER
TRAFFIC CONTROL
CONTRACTOR
COMPANY
CANTACT NAME
DATE
PHONE #
TCS CERT#
SHEET#
RESIDENTIAL STREETS -Shall include Flagging Personnel required for the road classification, control of
cross traffic, and the Contractor's daily work activities in addition to the minimum signage required by the
specifications.
Approved Variable Message Boards shall not be required for residential streets.
"Advance Warning Arrow Boards" or `Additional Flagging Personnel" may be requested by the Engineer and
shall be paid for separately under "Advance Warning Arrow Boards" or "Additional Flagging Personnel".
Project Specifications- Page 21 of 22
• SECTION 00530
NOTICE TO PROCEED
Description of Work: 7290 Crack Seal & Fill Project — 2014 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
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby'acknowledged this day of
20
CONTRACTOR: Vogel Concrete Inc.
By:
Title:
0
0
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
BASIS OF PAYMENT
Subsection 630.16 shall be revised as follows:
Pay Item
630.01 Variable Message Board
630.02 Advance Warning Arrow Board
630.03 Additional Flagging Personnel
Unit
Per each per day
Per each per day
Hour
All traffic control costs including but not limited to furnishing equipment, equipment set
up/removal/modification, TCS and flagging personnel including required break times, vehicles, phones,
notification delivery, hand signs, communication devices, sandbags, and all related incidentals required for
traffic control shall be considered a subsidiary obligation of the Contractor in connection with the various items
of the Work per the Typical Minimum Standards contained herein (Figures 630-1, 630-2, 630-3).
Payment shall be made for "Additional_ Flagging Personnel' only when requested by the Engineer and when
additional to the minimum flagging personnel requirements noted herein.
SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS
NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY
THE ENGINEER IN WRITING.
NOTE: FULL CLOSURES ON ARTERIALS AND COLLECTORS WILL BE ALLOWED UNDER EXTREME
CIRCUMSTANCES AND ONLY UPON APPROVAL OF THE ENGINEER. PLANS SHALL BE
APPROVED A MINIMUM OF TWO WEEKS PRIOR TO THE COMMENCEMENT OF WORK
AND/OR THE TIME REQUIRED TO ADEQUATELY NOTIFY THE PUBLIC THROUGH THE
MEDIA.
NOTE: CONSTRUCTION OR REPAIR WORK WILL NOT BE PERMITTED AT OR IN THE VICINITY OF 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
ARTERIALS AND COLLECTORS BETWEEN THE HOURS OF 7:00 A.M. TO 6:00 P.M.,
MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, WHEN ALL EQUIPMENT,
LABOR, TRAFFIC CONTROL DEVICES AND CONSTRUCTION ARE NOT IN THE
VICINITY OF AN INTERSECTION. THE ENGINEER WILL AUTHORIZE SUCH WORK
AND SPECIFY THE REQUIRED DISTANCE FROM THE INTERSECTION.
NOTE: TIME RESTRICTIONS ON S.H. 287 (COLLEGE AVENUE AND HIGHWAY 14 MULBERRY
STREET (EAST OF LEMAY AVENUE) WILL NORMALLY BE RESTRICTED FROM 9:00 AM TO
3:00 PM.
SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS
NOTE: FULL CLOSURES ON RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE
TRAFFIC CONTROL PLANS.
END OF SECTION
Project Specifications- Page 22 of 22
SECTION 02500
QUANTITY ESTIMATE
This work shall consist of crack sealing and crack filling on designated streets in the City of Fort Collins. A list of streets
is contained herein.
Additional quantities are included in the contract quantities for streets not identified at the time of the bid. All quantities
stipulated in the Bid Schedule are approximate and shall be used only as a basis for estimating the probable cost of the
Work and for the purpose of comparing the bids submitted. The basis of payment shall be the actual amount of materials
furnished and Work completed.
Contractor agrees to make no claim for damages, anticipated profits, or otherwise on account of any difference between
the amounts of Work actually performed and materials actually furnished and the estimated amount in these documents.
The City, reserves the right to prioritize the installation of the work.
0
11
•
SSECTION 03500
PROJECT MAPS
The following maps are included:
2014 Crack Seal & Crack Fill Project Maps
1. Page 1 of 16: Overview
2. Pages 2 through 16Individual Project Area Maps
"The City of Fort Collins Master Street Plan" map depicting the street classifications (Arterial, Collector,
Residential) can be found at the following link:
httr):Hcitvdocs.fcaov.com/?dt=Master+Street+Plan+Mao&dn=GIS+MAPS&vid=192&cmd—showdt
0
0
No Text
City f
Co
llins linsStreets
Greenstone
STREET MAINTENANCE PROGRAM (SMP)
Crack Seal Areas - 2014
Crack seal streets shown pink.
Map 2of16 j//N.j
Revised December 27, 2013 W+E
s
(SMP)
/�F�ort Collins
Streets
Willow Springs
STREET MAINTENANCE PROGRAM
Crack Seal Areas - 2014
Crack seal streets shown pink.
Map 3of16
Revised December 27, 2013
City of
Fort Collins
Streets" '
Fox Meadows
STREET MAINTENANCE PROGRAM (SMP)
Crack Seal Areas - 2014
Crack seal streets shown pink.
Map 4 of 16 {{/N
Revised December 27, 2013 �y+B
���s
FliCity of STREET MAINTENANCE PROGRAM (SMP)
rt Collins Crack Seal Areas - 2014
N .
Map 5 of 16 i/n��,,
Dakota Ridge Revised December 27, 2013 W+E
Crack seal streets shown pink. s
Cl
Fort Collins
Streets
Collindale
STREET MAINTENANCE PROGRAM (SMP)
Crack Seal Areas - 2014
Crack seal streets shown pink.
Map 6 of 16 N
Revised December 27, 2013 W+ g
S
Fort Collins STREET MAINTENANCE PROGRAM (SMP)
Crack Seal Areas - 2014 •
Streets
Map 7 of 16 //NhA�,
Landings Revised December 27, 2013 W+E
Crack seal streets shown pink. S
n
LJ
n
LJ
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
491
0.
Fort Collins
Streets
Larkborough
Crack seal streets shown pink.
STREET MAINTENANCE PROGRAM (SMP)
Crack Seal Areas - 2014
Map 8of16 {jNAtj�,
Revised December 27, 2013 W+E
s
F�ort of
Streets
Four Seasons
STREET MAINTENANCE PROGRAM
Crack Seal Areas - 2014
Crack seal streets shown pink.
Map 9 of 16
Revised December 27, 2013
(SMP)
N •
W + E
S
r 1
L
Fort Collins
Streets
Silver Oaks
STREET MAINTENANCE PROGRAM (SMP)
Crack Seal Areas - 2014
Crack seal streets shown pink.
Map 10of16 jjNN��
Revised December 27, 2013 W+E
s
City of
F6rt Collins STREET MAINTENANCE PROGRAM
Crack Seal Areas - 2014
Streets
Hampshire
Crack seal streets shown pink.
Map 11 of 16
Revised December 27. 2013
(SMP)
N•
W+
s
Fort CollinStreetss
Greenfield
STREET MAINTENANCE PROGRAM (SMP)
Crack Seal Areas - 2014
Crack seal streets shown pink.
Map 12of16 //AN
Revised December 27, 2013 NI+E
s
City of STREET MAINTENANCE PROGRAM (SMP)
FF6rt Collins Crack Seal Areas - 2014
Streets N •
Map 13 of 16 /nj�'�,
Fairbrooke Revised December 27, 2013 WCIJL�$
Crack seal streets shown pink. s
City CollinstreetsSTREET
Fort MAINTENANCE PROGRAM (SMP)
Crack Seal Areas - 2014
N
Map 14of16 /rt�
Fairview RevisedDemmber27,2013 W�E
Crack seal streets shown pink. s
FCity of STREET MAINTENANCE PROGRAM (SMP)
6rt ColliStreetsns Crack Seal Areas - 2014
•
Map 15of16 ij/xp
Capitol Hill Revis dDecember27,2013 W V E
Crack seal streets shown pink. S
W Yne Dr
Hanna SP
a
Elm _SO (U+
)E
�w
i
�SYramore St}
d
a.
��
Beech SV
,c
m
a
m
�m
—
L
!n
y
z
!3
Chmy St y
CherrySt
Si; mom`,
' Maple St�,
,,Columbine ��
II.___
C J
STREET MAINTENANCE PROGRAM (SMP)
Fort Collins
Streets
Crack Seal Areas - 2014
N
p
Map 16of16 /�t��,
Richards Lake Revised December 27, 2013 WQr�G
Crack seal streets shown pink. 1s
SECTION 04000
EROSION CONTROL AND INLET PROTECTION
•
INDEX OF ENVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP)
New Construction Activities for Municipalities
1 of 2
Street, Curb, and Gutter Replacement and Construction
1 of 3
Street, Curb, and Gutter Maintenance
1 of 3
Spill Prevention and Response
1 of 4
Utility and Storm Sewer System Maintenance
1 of 4
Utility and Storm Sewer System Replacement and Construction
1 of 3
Power Washing
1 of 3
Vehicle Fueling
1 to 3
Outdoor Fleet Maintenance
1 of 4
Heavy Equipment and Vehicle Maintenance
1 of 4
SECTION 00610
PERFORMANCE BOND
Bond No. CSB0010370
KNOW ALL MEN BY THESE PRESENTS: that
Vogel Concrete Inc.
6330 S. College Ave., Fort Collins, CO 80525
(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 Four Hundred Forty Thousand Six Hundred Ninety -
Eight Dollars and Ninety Cents ($440 698 90) 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 January, 2014, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins Project,
7290 Crack Seal & Fill Project —2014 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 chance, 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.
0
0
Heavy Equipment and Vehicle
Maintenance
Parks and Open Space
Maintenance
Spill Prevention and Response
Street, Curb, and Gutter
Replacement and
Construction
Utilities and Storm Sewer
System Replacement and
Construction -
Vehicle Fueling
0
New Construction Activities for
Municipalities
Description
This fact sheet covers new construction activities disturbing less
than one acre not subject to a CDPS Construction permit. New
construction includes, but is not limited to buildings, structures,
capital improvements, roadways, and recreational components
such as trails, restrooms, and other structures. Procedures
provided are general in nature and can be applied to any scale
or type of municipal construction.
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
• 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 maybe required if construction
activities require the removal and discharge of
groundwater offsite.
• A U.S. Army Corp of Engineers (USACE) Section 404
Permit may be needed if the work will be conducted
in or impact waters of the United States, including
wetlands, washes, drainages, ditches, creeks,
streams, and rivers.
Applicable sediment and erosion controls may be
installed, such as inlet protection, silt fence, sediment
traps, erosion control logs, check dams, and vehicle
tracking control. Sediment and erosion controls will be
Page 1 of 2
installed and maintained in accordance with approved design criteria and/or industry
standards.
Material stockpiles will not be stored in stormwater flow lines. Temporary sediment
control will be used during temporary, short-term placement while work is actively
occurring.
• Where feasible, grading activities should be scheduled during dry weather.
• Best management practices will be periodically inspected and maintained as necessary.
• Waste containment for concrete washout, masonry, paint, trash and other potential
pollutants will be available when these activities are being conducted.
• Where practicable, non-structural controls will be used, such as phased construction, dust
control, good housekeeping practices, and spill prevention and response.
Employee Training
Train applicable employees who perform new construction activities on this written
procedure. Information regarding how to avoid and report spills will be presented during
the training.
Periodically conduct refresher training on the SOP for applicable employees who perform
new construction activities.
Records
The following records could be used to document activities performed:
Records of employee training with sign -in sheet.
References
City of Centennial SOP: New Construction SOP, August 2007.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
•
Page 2 of 2 0
Street, Curb, and Gutter
For More lnformation
Name
Replacement and
Address
Construction
City, State
Phone
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.
i 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
Dumpster/Waste 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
defined as a contiguous area where multiple
separate and distinct construction activities
may be taking place at different times on
different schedules under one plan.
• A dewatering permit may be required if
construction activities require the removal
and discharge of groundwater offsite.
• A U.S. Army Corp of Engineers (USACE)
Section 404 Permit may be needed if the work
will be conducted in or impact waters of the
United States, including wetlands, washes,
drainages, ditches, creeks, streams, and rivers.
Applicable sediment and erosion controls maybe installed, such as inlet protection,
silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking
control. Sediment and erosion controls will be installed and maintained in
accordance with approved design criteria and/or industry standards.
• When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry,
sweep it up, and properly dispose of the sweepings or vacuum while saw cutting.
• Do not perform concrete or asphalt paving work during wet conditions whenever
possible.
• Monitor construction equipment for leaks and use drip pans as necessary.
• Leaking material containers should be properly discarded and replaced.
• Store materials 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.
• 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 Snill
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.
•
For More Information
Name
Address
City, State
Phone
e-mail
Possible Pollutants
Fine-grained sediment
Organics
i
Oil
Saw -cut slurry
Trash
Good Housekeeping
Dumpster/Waste Management
Employee/Contractor Training
Proper cleanup and disposal
procedures
Dry cleaning methods
Street, Curb, and Gutter
Maintenance
Description
Street, curb, and gutter activities include concrete and
asphalt installation, maintenance, repair, and
replacement; bridge maintenance; and painting and
striping. Procedures involving the maintenance of
streets, curbs, and gutters have the potential to impact
stormwater quality. Materials involved in these
activities should be used efficiently and disposed of
properly.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the
contract should specify that the contractor is
responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Procedures
Related Procedures
General
Spill Prevention and Response
• Protect storm drain inlets and drains with curb
Street Sweeping
socks, rock berms, inlet protection, or drain
Street Sweeper Cleaning and
covers/mats prior to any maintenance activity.
Waste
. When saw cutting ensure that no slurry enters
the storm drain, let the slurry dry, sweep it up,
and properly dispose of the sweepings.
• Do not perform concrete or asphalt patch work
during wet conditions whenever possible.
• Leaking material containers should be properly
discarded and replaced.
• Store materials in containers under cover when
not in use and away from any storm drain inlet.
• Monitor equipment for leaks and use drip pans
as necessary.
• Sweep or vacuum the roadway once
maintenance activities are complete.
Bridge Maintenance
Do not transfer or load any materials directly over waterways.
Secure lids and caps on all containers when on bridges.
Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips
might be spilled into a waterway.
Concrete Maintenance
Minimize the drift of chemical cure on windy days by using the curing compound
sparingly and applying it close to the concrete surface.
Ensure there is a concrete truck washout area available or require the contractor to
wash out at the batch plant.
Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste.
Asphalt Maintenance
Sweep to minimize sand and gravel from new asphalt from getting into storm
drains, streets, and creeks.
Do not allow asphaltic concrete grindings, pieces, or chunks used in embankments
or shoulder backing to enter any storm drain or watercourses. Apply temporary
perimeter controls. Install silt fence until the structure is stabilized or permanent
• controls are in place.
Whenever possible, recycle broken asphalt. If impossible, dispose of as solid waste.
Drainage irdet structures shall be covered with inlet protection during application of
seal coat, tack coat, slurry seal, and/or fog seal.
Painting and Striping
If possible, schedule painting and striping projects during dry weather.
Use thermoplastic or epoxy markings in place of paint whenever feasible.
The pre -heater for thermoplastic striping and the melting tanks used during
pavement marking must be filled carefully to prevent splashing or spilling of
materials. Leave 6 inches at the top of pre -heater and the melting tanks to allow
room for material to move and splash when vehicles are deadheaded.
Employee Training
Train applicable employees who perform street, curb, and gutter maintenance on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform street, curb, and gutter maintenance.
Records
• The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date.
City of Centennial, Department of Public Works: Asphalt Program, No Date.
PACE, Stormwater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
•
U
For,Mere,lgforroatiah"<..
Spill Prevention and
Name `
Response
Address
City. state
Description
Phone
Due to the type of work and the materials involved, many
e-mail I
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 j
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
Fertilizer, Pesticide,
codes, laws, and regulations.
and
Herbicide Application
Procedures
Heavy Equipment and Vehicle
Spill Prevention
Maintenance
Keep work areas neat and well organized.
Material Storage
Materials Management
a Maintain a Material Safety Data Sheet (MSDS) for
each hazardous chemical. Follow the Outdoor
Outdoor Vehicle Maintenance
Material Storage procedures.
Vehicle Fueling '.
a Provide tight fitting lids for all containers.
a Keep containers clearly labeled. Labels should
provide name and type of substance, stock number,
expiration date, health hazards, handling
suggestions, and first aid information.
a Store containers, drums, and bags away from direct
traffic routes to prevent accidental spills.
a Inspect storage containers regularly for signs of
leaking or deterioration.
a Replace or repair leaking storage containers.
a Use care to avoid spills when transferring materials
from one container to another.
Page 1 of 4
Use powered equipment or get assistance when moving materials to and from a
storage area. Use care to prevent puncturing containers with the equipment.
Do not wash down or hose down any outdoor work areas or trash/waste container
storage areas except where wash water is captured and discharged into the sanitary
sewer (if approved).
• Conduct periodic inspections to ensure that materials and equipment are being
handled, disposed/recycled, and stored correctly.
• Provide adequate spill kits or lockers with sufficient equipment and supplies
necessary for each work area where the potential for spills or leaks exists.
• Inspect each spill kit or locker regularly and after each spill response. Replace any
spent supplies or repair any equipment that is worn or not suitable for service.
• Stock adequate personal protective equipment.
Spill Response
Safety
Consider safety at all times. Anticipate and avoid all likely hazards. Never approach, contact, or
sample an unknown substance. If a highly toxic or flammable substance is discovered, staff
should leave the immediate area and contact the appropriate identified response authority, such
as the fire department. If there is any question about a substance, contact the appropriate .
identified response authority or other designated representative.
procedures
Stop the leading edge of the spill. Block or divert the spill to avoid discharge to the
storm sewer system and to minimize the area requiring cleanup.
Determine the source of the spill and stop the spill at its source by closing a valve,
plugging a leak, or setting a container upright. Transfer material from a damaged
container.
Identify the material and volume spilled. Contact the appropriate identified
response authority or other designated representative if you cannot identify the
material and its properties.
• Refer to the MSDS to determine appropriate personal protective equipment, such as
gloves and safety glasses and appropriate cleanup methods.
• Cleanup 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
• IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 24th day of January , 2014.
IN PRUENC F: Principal
Vogel Concrete, Inc. j�
V l t'ttR7 �d / rdy, off'
/(Title) �� (Title)'
(Corporate S�4i�l)� �Iy 6330 S. College Ave., Fort Collins, CO 80525
(Address)
LORPOVrF
IN PRESESE FSEAL ? Other Partners
�� \\ By:
By:
IN PRESENCE OF: Surety�C/ontrarytors Bonding and Insurance Company
By: �
5300 DTC Parkway, Ste
(Address)
(Surety Sea!)
NOTE: Date of Bond must not be prior to date of Agreement.
!f CONTRACTOR is Partnership, all partners should execute Bond.
)d V,i a _ +80°111
¢0 •C+�P?0Rq F•
•
Spill Reporting
• A spill of any chemical, oil, petroleum product, or sewage that enters waters of the
state of Colorado (that include surface water, ground water, and dry gullies and
storm sewers leading to surface water) must be reported immediately to the
Colorado Department of Public Health and Environment.
• Release of a substance into a storm drain, or onto a parking lot or roadway as part of
a storm sewer leading to surface water, is reportable. However, if the material can
be contained and cleaned within the storm sewer system to the degree that a
subsequent flow in the storm sewer will not flush the substance to waters of the
State, it may not need to be reported.
• Contact the appropriate identified response authority within the municipality or
other designated representative and be prepared to provide details needed to report
the spill to the necessary agencies.
• Detailed spill reporting guidance can be found at
http:/ /www.cdl2he.state.co.us/op/wgcc/Resources/Guidance/spillguidance.pdf
andhtW://www.cdl2he.state.co.us/hm/spillsandreleases.htm
Employee Training
• Train applicable employees who perform spill prevention and response on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform spill prevention and response activities.
Records
The following records could be used to document activities performed:
• Records of any major spills and the action taken.
Records of employee training with sign -in sheet.
References
City of Centennial, Department of Public Works: Good Housekeeping, No Date.
City of Centennial, Department of Public Works: Materials Management, No Date.
City of Centennial, Department of Public Works: Spill Prevention and Control, No Date.
City of Golden, Storniwater Quality Pollution Prevention Guide for Municipal Operations: Parks
Department Golf Course, January 2004.
City of Lafayette, Spill Clean Up, No Date.
Colorado Department of Public Health and Environment, Environmental Spill Reporting, January
2009.
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.
Page 4 of 4
0
ForMore Information""
� -
Utility and Storm Sewer
V 11 �7
Name
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
Y P P P tY
damage and significant health concerns if not properly
Related Procedures
managed.
• Heavy Equipment and Vehicle
Maintenance
-
Water conveyance systems are flushed and pressure
Parks and Open Space
tested as part of routine maintenance. Potable water
Maintenance
systems must be properly maintained to ensure delivery
Spill Prevention and Response
of water that meets State and Federal health standards.
Failures result in water main breaks that can cause
Street, Curb, and Gutter
Replacement and
property damage including erosion.
Construction
The storm sewer system is cleaned as part of routine
Utilities and Storm Sewer
maintenance and on an emergency basis in the event of
System Replacement and
flooding. Maintenance will remove pollutants and
Construction
ensure the system functions properly to avoid flooding.
Vehicle Fueling
Flooding, ponding, and uncontrolled sheet flow can
result in property damage and increased soil erosion.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the contract
should specify that the contractor is responsible for
abiding by all applicable municipal, state, and federal
codes, laws, and regulations.
14) 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 overexposed 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
•
C�
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
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.
i
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 Stormwater Drainage Maintenance Plan, February 2008.
City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008.
City of Greeley, Department of Public Works: Ditch Program, No Date.
City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009.
City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009.
City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009.
City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
Partners for a Clean Environment, Storm Drain Maintenance, No date.
Optional Additional Resources
Municipal codes and ordinances that relate to unity 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'
Utility and Storm Sewer
..
V1
Name -
System Replacement and
Addresss
City'
Construction
State
•Phone
"e-mail ` '., •"
Description
This procedure covers utility and storm sewer system
Possible Pollutants
replacement and construction. Utilities include power,
Sediment
storm sewer, sanitary sewer, water conveyance systems.
Chemicals
I When services are contracted, this written procedure
Organ 9
� should be provided to the contractor so they have the
Trash
proper operational procedures. In addition, the contract
Good Housekeeping
should specify that the contractor is responsible for
abiding by all applicable municipal, state, and federal
Waste Management
codes, laws, and regulations.
Employee/Contractor Training
Proper Cleanup and Disposal
i Procedures
Procedures
General
Related Procedures
Obtain all applicable federal, state, and local
Heavy Equipment and Vehicle
permits for construction projects.
Maintenance
Parks and Open Space
The Colorado Stormwater Construction
Maintenance
General permit applies to construction sites
Spill Prevention and Response
disturbing one acre or more, or less than one
acre but part of a larger common plan of
Street, Curb, and Gutter
development.
Replacement and
Construction
A larger common plan of development is
Utilities and Storm Sewer
defined as a contiguous area where multiple
System Replacement and
Construction
separate and distinct construction activities
may be taking place at different times on
Vehicle Fueling
different schedules under one plan.
• A dewatering permit may be required if
construction activities require the removal
and discharge of groundwater offsite.
• A U.S. Army Corp of Engineers (USACE)
Section 404 Permit may be needed if the work
will be conducted in or impact waters of the
United States, including wetlands, washes,
drainages, ditches, creeks, streams, and rivers.
Page 1 of 3
• Applicable sediment and erosion controls may be installed, such as inlet protection,
silt fence, sediment traps, sediment control logs, check dams and vehicle tracking
control. Sediment and erosion controls will be installed and maintained in
accordance with approved design criteria and / or industry standards.
• When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry,
sweep it up, and properly dispose of the sweepings or vacuum while saw cutting.
• Where feasible, grading activities will be scheduled during dry weather.
• Do not perform concrete or asphalt paving work during wet conditions whenever
possible.
• Monitor construction equipment for leaks and use drip pans as necessary.
• Leaking material containers should be properly discarded and replaced.
• Store materials in containers under cover when not in use and away from any storm
drain inlet.
• Wash out mixers, delivery trucks, or other equipment in the designated concrete
washout area only.
• Locate concrete washout, portable toilets, and material storage away from storm
drain inlets. .
• Material stockpiles will not be stored in stormwater flow lines. Temporary
sediment control will be used during temporary, short-term placement while work
is actively occurring.
• Sweep or vacuum the roadway as needed, during construction and once
construction is complete.
• Best management practices will be periodically inspected and maintained as
necessary.
• Where practicable, non-structural controls will be used, such as phased construction,
dust control, good housekeeping practices, and spill prevention and response
procedures.
Emergency Repair and Replacement
Emergency Discharges are defined as situations in which it is not possible to implement all of
the available BMPs due to the uncontrolled nature of the discharge. The primary focus during
these events is to identify and mitigate the cause as soon as possible. Clean up of resulting
sediment or other pollutants will be performed as soon as practicable following the emergency.
Refer to the Spill Prevention and Response procedure for reporting requirements.
Page 2 of 3 0
n
u
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 Stormwater Drainage Maintenance Plan, February 2008.
City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008.
10 City of Greeley, Department of Public Works: Ditch Program, No Date.
City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009.
City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009.
City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009.
City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
Partners for a Clean Environment, Storm Drain Maintenance, No date.
• Page 3 of 3
City of Fort Collins
Regulatory and Government Affairs Division
City of
F`rtCollins
_�`
Verification
Originator
Revised
,Approved
Issued
Initials
LR
ss
Date
Oct. 09
10119/09
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
Persons who will
use this ESOP:
City staff who perform power washing, and their supervisor/manager.
A variety of City departments perform power washing. The employee
Area of
who power washes, and his/her supervisor/manager, will use the
application:
information in this SOP to guide their power washing, and supply
purchasing, activities.
Document
I:\RGA Division\SOPs\ESOPs
location:
Revisions
Rev. Date Description
No.
001
002
[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
•
0
Pagel of 3 •
SECTION 00615
PAYMENT BOND
Bond No. CSB0010370
KNOW ALL MEN BY THESE PRESENTS: that
Vogel Concrete Inc.
6330 S. College Ave.,, Fort Collins, CO 80525
(a Corporation), hereinafter referred to as the 'Principal' and
(Firm) CCntractors Bonding and Insurance Company
(Address) `r30prbTC Parkway, Ste.330, Greenwood Village, CO 80111
hereinafter referred to a's"the Surety", are held and firmly bound unto the City of Fort Collins
300 Laporte A,e.,'Fdrt Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to
as "the OWNED", in the penal sum of Four Hundred Forty Thousand Six Hundred Ninety -
Eight Dollars and Ninety Cents ($440 698.90) 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 January, 2014, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins project,
7290 Crack Seal & Fill Project — 2014 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 terns 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.
City of Fort Collins
Regulatory and Government Affairs Division
city of
Fo,irtC�o_l�lins
Verification
Originator
Revised
Approved
Issued
Initials
Date
LR
Oct. 09
ss
10119109
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
1.0 Purpose -
1.1 The purpose of this ESOP is to describe the appropriate methods of handling
power washing wastewater.
2.0 Scope
2.1 The scope of this ESOP is limited to the description of the allowable methods of
the disposal of power washing wastewater and the protection of the storm drainage
system; the scope does not include specifics on how to power wash.
3.0 Process
3.1 Power washing wastewater must be prevented from running uncontrolled in the
City's storm water system. The system includes streets, inlets, gutters, ponds,
creeks, ditches, and the Poudre River. During the power washing activity, ensure
the wastewater is controlled by the utilization of the natural slope of the land, or
barriers such as inlet covers. Use of barriers on an impermeable surface also
requires that the wastewater be vacuumed, collected, and disposed of properly.
3.2 General pollution prevention procedures:
A. Use dry methods for surface pre -cleaning, such as using absorbent on
small oil spots and sweeping up trash, debris, dirt, and used absorbent
before power washing.
B. Minimize the amount of water used during power washing activities.
C. Avoid using cleaning products that contain hazardous substances (e.g.,
hydrofluoric acid, muriatic acid, sodium hydroxide, bleach) that can turn
wastewater into hazardous waste.
3.3 Prior to power washing, decide on one of the following methods of disposal:
D. Landscape --power washing wastewater may be discharged to
landscaped areas if the materials used and the material removed are
not harmful to vegetation, there is no ponding, and there is no
uncontrolled runoff to the stormwater system.
E. Wastewater treatment system-- As long as the collected wastewater
does not have an oil sheen, has a pH between 5 and 11, and does not
contain any hazardous or toxic substances, the wastewater may be
disposed of into the City's wastewater treatment system.
w 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
Cityof
Forte rt Collins
Verification Originator
,Revised
Approved,
Issued -
Initials LR
Date Oct. 09
ss
10119/09
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.
Truck the waste to a different waste disposal facility.
3.4 Once wastewater has been collected, visible solids remaining in the collection area
must be swept up to prevent future discharges to the storm drain.
3.5 A sewer manhole cover may not be removed for disposal to the wastewater
system.
3.6 If you are working in an area that is serviced by a neighboring wastewater district,
such as South Fort Collins Sanitation or Boxelder, it is necessary to contact that
district's industrial pretreatment coordinator before discharging to their system.
140 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 washing\Cit
power washing quidance.pdf
(6.0 Records
6.1 The following records could be used to document activities performed:
Revision date:
10/19/2009
• Records of employee training with sign -in sheet.
• List of power washing activities and departments responsible for conducting
power washing.
Page 3 of 3
•
•
11
Name -
City, State
Phone ..:
Possible Pollutants
Metals
Hydrocarbons
Toxins
Good Housekeeping
Drip pans
Secondary containment
Automatic shutoff nozzles
Signs
Spill response plans
Spill cleanup materials
• i Dry cleanup methods
Employee training
Related Procedures
Heavy Equipment/Vehicle
Maintenance
Outdoor Fleet Maintenance
Spill Prevention and Response ,
U
Vehicle Fueling
Description
Spills of gasoline and diesel fuel on the ground or on vehicles
during fueling can wash into a storm drain and cause water
pollution.
When services are contracted, this written procedure should be
provided to the contractor so they have the proper operational
procedures. In addition, the contract should specify that the
contractor is responsible for abiding by all applicable municipal,
state and federal codes, laws, and regulations.
Procedures
General
• Fuel vehicles at approved locations (municipal fueling
station or offsite fueling station).
• Provide spill kits near the municipal fueling location.
• If fuel is stored in an above -ground tank, store fuel in
enclosed, covered tanks with secondary containment
(e.g., concrete barrier or double -walled tanks).
• All fuel tanks will be inspected per State and Federal
regulations.
• Periodically inspect municipal fueling locations for the
following:
• For above -ground tanks, inspect tank foundations,
connections, coatings, tank walls, and piping
systems. Look for corrosion, leaks, cracks,
scratches, and other physical damage that may
weaken the tank.
• Check for spills and fuel tank overfills due to
operator error.
• Clean up any leaks or drips. Clean up is not completed
until the absorbent is swept up and disposed of
properly.
• Report leaking vehicles to fleet maintenance.
Page 1 of 3
Vehicle Fueling
• Follow all posted warnings.
• Ensure that the nozzle is properly inserted in the filler neck of the vehicle before
dispensing any fuel.
• Remain by the fill nozzle while fueling to ensure the nozzle stays in place.
• Do not top off the tank of the vehicle once the nozzle has shut off the fuel.
• Follow the procedures outlined in the Spill Prevention and Response Procedure to
respond to any leaks or spills.
• Clean fuel dispensing areas with absorbent material.
• Never use water to clean up a spill.
Mobile Fuel Truck
• Provide inlet protection (e.g., berms, weighted inlet covers) for nearby storm drain
inlets when transferring fuel and fueling a vehicle.
• Use secondary containment when transferring fuel from the tank truck to the fuel tank.
All gas cans must be placed in the secondary containment box/ pan and remain on the
ground when fueling.
• Use a funnel to transfer fuel to vehicles and equipment. After the transfer is complete, •
the funnel should be dried with a rag or placed in a container to avoid dripping fuel on
the ground.
Employee Training
• Train applicable employees who fuel vehicles on this written procedure. Information
regarding how to avoid and report spills will be presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who fuel
vehicles.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version
1.0, September 2008.
City of Centennial SOP: Vehicle Fueling, August 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Fueling, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
USEPA Menu of BMPs: Municipal Vehicle Fueling,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed June 18, 2009.
Page 2 of 3
Optional Additional Resources
Municipal codes and ordinances that relate to vehicle fueling.
Locations of approved offsite fueling stations.
Locations of nearby spill kits.
Spill Prevention Control and Countermeasures Plan.
C J
0 Page 3 of 3
Outdoor Fleet Maintenance
ForNlore information
4V.
Name
Description
Andress 1
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
p p �'p y
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
Fueling procedure 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
Leavy 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 5kill
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.
• 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 cleaning 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/bay 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 0
References
Center for Watershed Protection, Municipal Pollution Prevention/Goad 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.
• Page 4 of 4
rre Information
5,
ate
e-mail
Possible Pollutants
Metals
Toxins
Solvents (degreasers, paint
thinners, etc.)
Antifreeze
Brake fluid and brake pad dust
Battery acid
Motor oil
Fuel (gasoline, diesel, kerosene)
Lubricating grease
Good Housekeeping
Drip pans
Tarps
Covered outdoor storage areas
Secondary containment
Proper disposal of used fluids
Heavy Equipment and Vehicle
Maintenance
Description
Regular maintenance of municipal vehicles and equipment, or
municipality -contracted vehicles and equipment prolongs the life
of the municipality's assets and prevents the leaking of hazardous
fluids commonly associated with normal wear and tear of vehicles
and equipment.
I
Potential pollutants generated at vehicle maintenance facilities
include oil, antifreeze, brake fluid and cleaner, solvents, batteries
and fuels.
When services are contracted, this written procedure should be
provided to the contractor so they have the proper operational
procedures. In addition, the contract should specify that the
contractor is responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Procedures
Maintenance activities should be performed inside a maintenance
building unless the equipment is too large to fit inside or
temporary repairs need to be made before the equipment can be
moved to the maintenance building. Consult the Outdoor Fleet
Maintenance procedure when it is necessary to perform repairs
outside of the facility (breakdowns, service calls, etc.).
Spill cleanup materials Vehicle Storage
Dry cleanup methods . Monitor vehicles and equipment closely for leaks and
Employee training use drip pans as needed until repairs can be
Related Procedures performed.
Material Storage a When drip pans are used, check frequently to avoid
Outdoor Fleet Maintenance overtopping and properly dispose of fluids.
Spill Prevention and Response a 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
u
• IN WITNESS WHEREOF, this instrument is executed in three (3) Counterparts,
each one of which shall be deemed an original, this 24th day of January 2014.
IN PRESENCE OF: Principal
Vogel Concrete, Inc.
(Title) �� Jp�LN UyAi�f (T ��
C
(Corporate ` at) `DapGRAlF 6330 S. College Ave., Fort Collins, CO 80525
z (Address)
i SEAL
IN PRESEN( ..04. Q41 Other Partners
�IIIIf1111N�` By:
By:
IN PRESENCE OF:
(Surety Seal)
Surety
//AAContractors Bonding and Insurance Company
By: A. /z..--�
5300 DTC Parkway, #330, Greenwood Village, CO 80111
(Address) Q0�js ANo/N •••
+� 0 97 s
�y's O�PP®RA'F • �"��
.Y•. SEAL .�:
"•• JJ •'. � J % 9 ; ' lam++
••••••are.' �A S M N G S N r•���,.
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
E
11
Vehicle Maintenance
• Conduct routine inspections of heavy equipment and vehicles to proactively identify
potential maintenance needs.
• Perform routine preventive maintenance to ensure heavy equipment and vehicles are
operating optimally.
• Recycle or dispose of all wastes properly and promptly.
• Do not dump any liquids or other materials outside, especially near or in storm drains or
ditches. Sweep and pick up trash and debris as needed.
Body Repair and Painting
• Whenever possible, conduct all body repair and painting work indoors.
• Use dry cleanup methods such as vacuuming or sweeping to clean up all metal filings,
dust, and paint chips from grinding, shaving, and sanding, and dispose of the waste
properly. Debris from wet sanding can be allowed to dry overnight on the shop floor,
then swept or vacuumed. Never discharge these wastes to the storm or sanitary sewer
system.
• Minimize waste from paints and thinners by carefully calculating paint needs based on
surface area and using the proper sprayer cup size.
• Do not use water to control over -spray or dust in the paint booth unless this wastewater
. is collected. This water should be treated and permission granted by the wastewater
treatment plant prior to discharge into the sanitary sewer system.
• Do not dispose of spray gun cleaner waste in the storm drain.
• Use sanding tools equipped with vacuum capability (if available) to pick up debris and
dust.
Material Management
Store maintenance materials and waste containers (e.g., used oil and antifreeze) in
labeled containers under cover or in secondary containment (e.g., double -walled tanks).
Chemicals should not be combined in containers.
All hazardous wastes must be labeled and stored according to hazardous waste
regulations.
Carefully transfer fluids from collection devices to designated storage areas as soon as
possible. Do not store the transferred fluids adjacent to the containers (for example, oil
drip pans with used oil in them should not be placed next to the used oil tank).
Store new batteries securely to avoid breakage and acid spills.
Store used batteries indoors or in secondary containment to contain potential leaks.
Recycle used batteries.
Conduct periodic inspections of storage areas to detect possible leaks.
0 Page 2 of 4
Do not wash or hose down storage areas except where wash water will enter the sanitary
sewer as an approved discharge. Use dry clean-up methods whenever possible.
Keep lids on waste barrels and containers, and store them indoors or under cover to
reduce exposure to rain.
Periodically inspect and maintain all pretreatment equipment, including sumps,
separators, and grease traps to ensure proper functioning.
Parts Cleaning
• Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts
outdoors. If parts cleaning equipment is not available, use drip pans or other
containment to capture parts cleaning fluids.
• Use steam cleaning or pressure washing of parts whenever possible instead of solvent
cleaning.
• When steam cleaning or pressure washing, only discharge wastewater to an oil/water
separator connected to the sanitary sewer.
• When using solvents to clean parts, rinse and drain parts over the designated solvent
tank so that fluids will not drip or spill onto the floor. Use drip boards or pans to catch
excess solutions and divert them back to the tank. Allow parts to dry over the hot tank.
• Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning
waste to the sanitary sewer or storm sewer.
Vehicle and Equipment Washing
Vehicles should be washed in the municipality's vehicle and equipment wash
area/bay or taken to a commercial car wash.
Employee Training
• Train applicable employees who perform heavy equipment and vehicle maintenance on this
written procedure. Information regarding how to avoid and report spills will be presented
during the training.
• Periodically conduct refresher training on the SOP for applicable employees who perform
heavy equipment and vehicle maintenance.
Records
The following records could be used to document activities performed:
• Record of any major spills and the action taken.
• Records of employee training with sign -in sheet.
0 Heavy equipment and vehicle maintenance togs
Page 3 of 4
0
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
11
11
a
Contractors Bonding and Insurance Company
r
3101 Western Ave., Suite 300
---7
Seattle, .VA 9811_I
POWER' OF;'ATTORNEY
Contractors Bond►ng'and Insurance Company
•
Know All Men by These Presents:
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 DenJer 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 1 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:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
All
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 WCINESS 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
Contractors Bonding and Insurance Company
sp
State of Washington ) ��,� ••; �7G9.;.�•b+Roy C. Die Vice President
SS
County of King J} •os+�� r� ��w. u�On `'�o �,
CERTIFICATE
On this 30th day of November 2012
before me, a Notary Public, personally appeared Roy C. Die , who
being by me duly 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.
eph Buller Notary Public
Notary Public
Slate of Washington
JOSEPH B. MULLER
My COMMISSION EXPIRES
March 29. 2016
1, 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 the seal of the
Contractors Bonding and Insurance Company this 24th , day
of ,Tang rare , 2014.
Contractors Bonding and Insurance Company
Roy C. Die Vice President
0575578032912 A0059511
CONTRACT DOCUMENTS TABLE OF CONTENTS
BID INFORMATION
Section Pages
00300 Bid Form 00300-1 - 00300-3
CONTRACT DOCUMENTS
00500 Agreement Forms 00500-1
00520 Agreement 00520-1 - 00520-6
00530 Notice to Proceed 00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1 - 00610-2
00615
Payment Bond
00615-1 - 00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of,ElDal Acceptance
00640-1
00650
Lien Waiver Release (Contractor)
00650-1 - 00650-2
00660
Consent of Surety 00660-1
00670
Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700 General Conditions 00700-1 - 00700-34
Exhibit GC -A GC -Al - GC-A2
00800 Supplementary Conditions 00800-1 - 00800-2
00900 Addenda, Modifications, and Payment 00900-1
00950 Contract Change Order 00950-1 - 00950-2
00960 Application for Payment 00960-1 - 00960-4
SPECIFICATIONS
n
LJ
•
•
OP ID: NR
r
L
`�
,4141 CERTIFICATE OF LIABILITY INSURANCE
D011212014Y)
01/28/2014
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(les) must be endorsed. It 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
PFS Insurance Group - JT
4848 Thompson Pkwy, Ste 200INC.No:
Johnstown, CO 80534
Tad Barrett
CONTACT
NAME
PHONE FAX
E-MAIL
ADDRESS:PRODUCER
CUSTOMER ID s: VOGEL-,
INSURERS AFFORDING COVERAGE
NAIC r
INSURED Vogel Concrete, Inc.
INSURERA: Auto Owners Insurance Group
18988
6330 5 College Ave
Fort Collins, CO 80525-4044
INSURER e:
INSURER C:
INSURER D:
INSURER E
INSURER F
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF NSU RANCE 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 MAYHAVE BEEN REDUCED BY PAID CLAIMS.
LNR
TYPE OFINSURANCE
ADDL
SUBS
POLICY NUMBER
POLICY EFF
POLICY EXP
LIMITS
A
GENERALLIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE OCCUR
X bink addl ins
74037316
01/172014
01/17/2015
EACH OCCURRENCE
$ 1,000,00
PREMISES Esoccunence
$ 300,00
MED EXP(Anyone person)
$ 10,00
PERSONAL & ADV INJURY
$ 1,000,00
GENERAL AGGREGATE
$ 2,000,00
GENT AGGREGATE
POLICY
X
LIMIT APPLIES PER:
PRO-
JECT LOC
PRODUCTS-COMPIOP AGG
$ 2,000,00
$
A
AUTOMOBILE
JX
LIABILITY
ANY AUTO
ALL OWNED AUTOSBODILY
SCHEDULEDAUTOS
HIRED AUTOS
NON -OWNED AUTOS
709905200
01/17/2014
011172015
COMBINED SINGLE LIMIT
(Eeaccident)
$ 1,000,00
BODILY INJURY (Per person)
$
INJURY(Per accident)
$
PROPERTY DAMAGE
(PER ACCIDENT)
$
$
E
A
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMSMADE
7-099052-03
01117/2014
01/1712015
EACH OCCURRENCE
$ 1,000,00
AGGREGATE
S 1,000,00
DEDUCTIBLE
RETENTION S
$
$
WORKERSCOMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIEfOWPARTNERIEXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
Ityes. describe under
DE SC RIPTIONOFOPERATONSbolue
NIA
WC STATU I OTH-
TORY LIMIT ER
EL EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYE
$
EL. DISEASE -POLICY LIMIT
$
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACOR0101, AddlUonal Remarks Schedule, IT mare apace la required)
RE7290 Crack & Seal Fill Project - If required by written contract or
written agreement, The City of Fort Collins is included as additional
insured for ongoing operations under General Liability and Designated
Insured under Automobile Liability.
FORTCOL
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522-0580
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD
All rinhts
I__ a
ACORO r =
CERTIFICATE OF LI�AB.I�LITY INSURANC.E§.C. . s ��
DATE (MHVDII Y);
1/24/2D14
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' EXTENDI OR'ALTER:THE: COVERAGE 'AFFORDED BY'THE POLICIES:(
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE�A-CONTRACT BETWEEN THE ISSUING' INSURER(S), AUTHORIZED
PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.11W..
ORTANT: 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
Co West Insurance Associates
P.O. Box 101387
Denver CO 80250-1387
CONTACT NAME: CoWest Associates
PHONE . (720) 524-9344 AIC No: (720)524-9352
E-MAIL
INSURERS AFFORDING COVERAGE
NAICN
INSURERA:Plnnacol Assurance
41190
INSURED
VGL, Inc.
6330 S. College Ave.
Fort Collins CO 80525
INSURER B :
INSURER C:
INSURER D:
INSURER E :
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NHMRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTVATHSTAN DING 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.
INSft
LTR
TYPE OF INSURANCE
ADDLSUBR
POLICY NUMBER
POLICY EFF
MMIDD"IYYY
POLICY EXP
MMIDD'YYYY
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$
COMMERCIAL GENERAL LIABILITY
PREMISES Ea N
occurrence
$
MED EXP (Any one person)
$
CLAIMS -MADE OCCUR
PERSONAL 8 ADV INJURY
$
GENERAL AGGREGATE
S
GENL AGGREGATE
LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGG
$
POLICY
PRO LOCECT
$
UTOMO®LE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
BODILY INJURY (Per person)
S
ANY AUTO
ALL OWNED r7 SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident)
$
NOWONMED
HIRED AUTOS AUTOS
PROPERTY DAMAGE
Per accident
$
UMBRELLA LIAR
OCCUR
EACH OCCURRENCE
$
AGGREGATE
S
EXCESS LIAB
CLAIMS -MADE
DED RETENTION$
S
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y I NDRY
ANY PROPRIETOR/PARTNERIEXECUTIVE
OFFICERIMEMBER EXCLUDED? ❑
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
NIA
4102132
/1/2013
/1/2014
X WC STATU- OTH-
E.L. EACH ACCIDENT
$ 100,000
E. L. DISEASE - EA EMPLOYEE
S 100,000
E.L. DISEASE -POLICY LIMIT
$ 500,000
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
•City of Fort Collins
300 Laporte Avenue
Fort Collins, CO 80522
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACUKU ZS (21.11U/05)
INS025 (201005) 01
.R. Withrow/LLA
©1988-2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
0
U
•
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7290 Crack Seal &
Fill Project 2014 Renewal
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR: Vogel Concrete Inc.
CONTRACT DATE: January 16, 2014
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 as set forth under
"Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER
REMARKS:
AUTHORIZED REPRESENTATIVE
DATE
is
SECTION 00640
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, 7290 Crack Seal & Fill Proiect - 2014 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 January 16, 2014.
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
SECTION 00650 •
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins. Colorado (OWNER)
FROM: Vogel Concrete Inc. (CONTRACTOR)
PROJECT: 7290 Crack Seal & Fill Project — 2014 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
ATTEST:
20_
CONTRACTOR: Vogel Concrete Inc.
0
Title:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this
U
Witness my hand and official seal.
My Commission Expires:
0
day of
Notary Public
20_, by_
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Vogel Concrete Inc.
PROJECT: 7290 Crack Seal & Fill Project — 2014 Renewal
CONTRACT DATE: January 16, 2014
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)
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
0
0
•DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303)232-2416
0
ON
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road,
street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor
to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
Period
0170-750 (999) $0.00
89 -
C®'NTRrACT®..OR INF®�RMAtiTAAA�I®N
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:
c
n
opie or contract-or
�Coples of contractor agreement pages
EXEMPTION INFORMATION and (2)
(1)<identifymg.thecontracting parties
tract be4a'ttached.
contalmng signatures of'co
ng parties mus�`t
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 lies) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start date I
completion date:
I declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
Title of corporate officer:
Date:
DO NOT WRITE BELOW THIS LINE
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
subcontractor involved in the project and
name and address and signing it.
contractor should make a copy for each
complete it by filling in the subcontractor's
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.
•
0
SECTION 00020
INVITATION TO BID
E
0
E
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
These GENERAL .CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
'CONTRACT prepared by the Engineers Joint Contract Documents
Committee, EJCDC No. 1910-6. (1990 Fdition), as a base. Changes to
that document are shotm by underlining teat that has been added and
striking through text that has been deleted.
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
WITH CITY OF FORT COLLINS MODMCATIONS (I2EV 9/99)
0
•
9
0
Articleoi Parallriiph
N=lb-cr,& Title
TA13LE OF COMfENTS Or, GENERAL COMMONS
Page, Article:or Paragraph
Number l4innberl, Title
1. DEMNMONS
IY
Addenda
1,2,
A grecra ent�.., ...... ........... .......
L3
Application for Psymenk .... ..........
j
]A
Asbestos, ... ............
.5
Bid
IA
Bidding Documents::,
1;7
Bidding Requirements' .......................
_1
1:9
Binds.: ...................
1.9
Chla.ngS Order' ' .............
.:...
1:16
.Co ............
1.11
Contract P,iicc�
Lb,
ontmcijmies
1:13i
CONTRACTOR....:- ........:.4
1.14
,PACTOR..
1.15
Drawings A; ... %W ... -:-1
1.16
Effective Date of the Agreement,,,.......,
I
1.11,
E;46MBER
,
I
Lls
ENGINEER I�
ur6u tan
19
Field'Order...
1.20
General Wquirements,
I 4i
Hazardous:Waste. .- ------ ....................
2
1.22.i
r
Lim giad Rcgulat.a s; Laws or
Regulations ........................
.�.2
1-22.b
'.2
E23
Liens ...
......................
1.24:
..... ..... _ -, -
........................
I J5
Notice
I12I6
Notice to Proceed ...
L.27
9 R
1.28�
.......... 11-1 .......
Utilization................................2
L29
PCBs,:.* ............. * ...... .........
13 ' 0
Petroleum , roleunt .. .... .......
1.31
132,a
Radioactiv lbt erial
:2
2
132.6
Working Hours ...............
12
1.33
=1 -projectkeprSlera aIivc ............
134,
Samples..............................................2
1.35
Shop Drawings ... ...... I .............
�2
L36
Specifications.....,
Ications ...........................
1.37
Subcontractor
1:38
Su6stant0"I C,am"'p-leticak
q I.i
Supplementary Conditions
ry
� I
1.40
Supplier ............. ...............
1.41
,, '
linder,grd oun Facilities ........ .....
...2 .-3
lAT
,Unit: Prim Work........
1143
Work
1.44
Work Change DiAC&I'vc.-- ..
..............
3
1.45-
Wrhten ArdendmenF .............. 6... .........
IM
Page,
Number
PIRkIMNARY, MA T T 'ERS .... ...... :I_ ................. 3
2.1
Delivery of Bonds ............................. 3
2,2
Copies of Documents -.,;}
23
Commencement cfContiaci
Times; Notice to Iyocced
2A
Starting the Work ............................3
2,5-2.7
Before I Shirting art . ing Construction; I
2.8
2.9
3. CONTkACT DOCUMENTS: MENT,
AMENDING. REUSE,_ - ........
4
Intent
33
Reicre`h6'e` tb,Stindaids and Speci-
fications of Technical Societies;
'Reporlinj and Resolving Dis-
crcpancies
4-5
3.4
lntcnt of Certain Torras or
..................
5
3
Amending Contract Doctments
5
3.6
Supplementing Contract
.*
.Dm�rmcpts .... ; ........ ..........
5
3.7
Reux of Dmumcnis ........................
4. AVAILABILITY
OFLANDS;
4.2.3
4.21.4,
FNGTINEERs Rcvi-ew .............. - ......
4.2;5
Possible Contract Doc=iients
Change............. ...........
6
4.2.6
Possible Prim and Times -
Adjustments
4.3
My.iiml'Conciti6n,s--Undcrgr6und
Facilities,,,,: . ........................ %-.7
43 1
Shown or lAmt-cd.,,,
4.3.2
Not Show ' n or In dicate4 ...................
7
4.41
Reference Points,,,,., .................. ; ...
�3
EX3M.GENERALOOMITIOM 1910-8(1990 FbITIOM
.1/. CITY OF FORT COLLINS MODIFICATIONS (REV 9/99),
Article or Paragraph
Number & Title
Page Article or Paragraph
Number Number B: Title
4.5 Asbestos, PCBs, Petroleum,
Hazardous Waste or
Radioactive Material....................?-8
.BONDS -AND .INSURANCE ...... :........................... .8
5.9-5.2 Performance, Payment and Other
Bonds., ....................... ....................8
5.3 Licensed Sureties and Insurers;
Certificates of Insurance .................... 8
5.4
CONTRACTOR's Liability
1 nsurance..........................................9
5.5
OWNER's Liability Insurance.........:...9
5.6
Property Insurance ..........................9-10
5.7
Boiler and Machinery or Addi-
tional Property Insurance .................
10
5.8
Notice of Cancellation Prmision,. _.._,_.
10'
5.9
CONTRACTOR'S Responsibility
for Deductible Amounts
10
5.10
Other Special Insurance,,,- ....
J0
5.11
Waiver of Rights,,,,,,..... I...,,,,,,,,,,,;,,,,11
5.12-5.13
Receipt and 'Applieation of
Insurance Proceeds.....................
10-11
5.14
Acceptance of Bonds and Insu-
ance; Option to Replace...................11
5.15
Partial Utilization --Property
Insurance . ......... :........ I....................
11
6. :CONTRACTOR'S RESPONSIBILITIES ...............
I I
6.142
Supervision and Superintendency...._.
11
63-6.5
Labor, -Materials and Equipment .„i1-12
6.6
Progress Schedule,,,,,,,,„, .........12
,6.7
Substitutes and "Or-Equal"Items;
CONTRACTOR's Expense;
Substitute Construction
Methods or Procedures;
'ENGINEER'S F.valuatioq__._..,.._12-13
6.8-6.11
CohcerningSubcontraclors,
Suppliers and Others;
Waiver of Rights ........................
13-14
6.12
Patent Fees and Royalties ..................
14
6.13
Permits._ --- ..................................
14
�6.14
Laws and Regulations,,;,,;, ...
_.... 14
6.15
Taxes:..." .....................................
14-15
6.16
Use of Premises ... :.............. ........ ....
15.,
:6.17
Site Clean! . Ines; .............................
15
.6.18
Safe Structural Loading....................J5
6.19
Record Documents, ......................
6.20
Safety, and Protection ....... ......15-16
6.21
Safety Representative ...................
J6
6.22
Hazard Communication Programs,,,,,,
16
6.23
Emergencies .....................................
16
6.24
Shop Drawings and Sam plcs..............16
Page
Number
6.25
Submittal Proceedures;CON-
TRACTOR'sReview Prior
to Shop Drawing or Sample
Submittal
16
6.26
shop Drawing&Sample Submit-
tals Review • by. ENGINEER,,,,,,
16-17
6.27
Responsibility for Variations
From Contract Docum ents......
*,,,;,17
6.28
Related Work Performed Prior
to ENGINEER'S Review.and
Approval of Required
Submittals ::..::................:..::........
17
6.29
Continuing the Wort .....................17
6.30
CONTRACTOIes General
Warranty and Gusrantee............._17
6.31.6.33
Indemnification ...... . .............. . . ..17-18
6.34
'Survival of Obligations,,;,,,,,,,;,,,,,;,;
18
7. OTIIER WORK ............:.. r...:......:..... .:.....r18
7.14.3
Related WorkatSite .......................
IS
7.4
Coordination:_:.,: ..::...::.::.
18
S. OWNER'S
RESPONSIBILTPIES...... ..............I
S
8.1
Communications to CON-
TRACTOR.................................
18
8.2
Replacement of ENGINEER, ...........
18
8.3
Furnish Data andPay Promptly
When Due .....:............................
18
8.4
Lands and Easements; Reports
and Tests... --- ......... ...............18-19
8.5
Insurance ..... ...:.:..... ... ...........
19
8.6
Change Orders, ...............................
19
8.7
Inspections, Tests and -
--
Approvals ...................................
19
8.8
.Stop or StispentlWork;
Terminate CONTRACTOR's
Services......................................19
8.9
Limitations orr OWNER'S
Responsibilities .........................
19
8.10
Asbcstas; PCBs, Petroleum,
Hazardous Waste or
Radioactive Material .............._19
8.11
Evidence of Financed
Arrangem ents................:..:..:..
_: J 9
9. ENGINEER'S STATUS DURING
CONSTRUCTION.., .... .._......... ....._........:.:......19
9.1
OWNER's Representative ................
19
9.2
Visits to Site,.;,,,, ...::........1.19
9.3
Project Representative ...............19-21
9.4
Clarifications and Inlerpre-
tat ions ........................................
21
9.5
Authorized Variations. in Vbrk...
:..: 21
1561k OEHI AL CONDITIONS 19104 t1990EOITIOM
a/ CITY OF FORT COLLINS MODIFICATIONS (RF.V 9199)
.Article or. Paragraph
Number & Title
.Page Article or Paragraph
Number Number &Title
9.6
Rejecting Defective Work
21
9.7-99
Shop Drawings, Change Orders
-
and Pay7ltems ..................................:.
21
9.10
Determinations for Unit. Prices_„-„
21-22
9,11.9.12
Decisions on Disputes; ENCr1-
NEER as Initial Interpreter„ ......,,,,;22
9:13
Lim itatmns on ENGINEER!s
Authority and Responsibi litieg,,,,
22-23
CHANGES IN
THE WORK-...,...............................:::23
16.1
OWNER's Ordered Change ........
.......23 14.
10.2
Claim 'fot Adjustment ............... .....
_23
10.3
Weak Not Required by Contract
Documents .:.:....:................ ........
.. ....-3
10.4
Change Orders,.: .............................
23
10.5
Notification of Surety ............... __
_.,23
CHANGE OF CONTRACT PRICK
23
11.1-I1.3
Contract Price Claim for
Adjustment; Value of
the Work ... ...............................
23-24
11:4
Cost of the Work, .........................24-25
11.5
Exclusions to Cost of the Work ..........
25
Il.6
CONTRACTOR's.Fee....................
`25,
I L7
Cost Records
25-26
11:8
Cash Allowances. �.... ..........
,.... .26
11,9
Unit Price Woik........... _..................
26 15.
CHANGE OF CONTRACT TIMES., .........................
2t3
12.1Claim for Adjustment...................
_„ 26
12.i Time nethe Essence............:.............26
12.3 Delays Beyond CONTRACTOR'S
Control ................................... ....
-26-�7
-
12.4 Delays Beyond OWNER's and
-CONTRACIORs Control ............
:... 27
TESTS AND INSPECTIONS; CORRECTION,
REMOVAL OR ACCEPTANCE OF
.DEFECTIVE WORK ....... ................................._27
13.1 Notice of Defects...............................27
13.2 Access to the Workk ........... .................
27
13.3 Tests and Insee6ti6n`si
-
13.4 OWNER's Responsibilities; -
Independent Tesiing Labomtory,,,.,,_27
13.5 CONTRACTOR'S -
13.6.13.7
Approval............ :... 27
13.8-13.9 Uncovering Work at ENGI-
Page
Number
NEER's Request .....................27-28
13.10
OWNER May Stop the Woik.... ,..:,.28
13.11
Correction or Removal of
Defec6ie Work ..;:..,. „
- , ,28
13.12
Correction Period ;
28
13.13
Acceptance ofDe'fecriveWork .....
_... 28
13.14
OWNER May Correct Defective
Work..
2 8-20
PAYMENTS TO CONTRACTOR AND
COMPLETION ..:...:..:..:..............................::...:.
29
14.1
Schedule of Values, ........................
.29
14.2
Application for Progress
Payne ent.....................................
29
14.3
CONTRACIOR's-Warranty of
-
Title:....:.:...:........................:...:.:29
14.4-14.7
Review of Applications for
Progress Payment;,,,; ,,, ;,
29-30
14.8-14.9
Substantial Completion
30
14.10
Partial Utilization ...........:........:303t
14.11
Final Inspection .............................51
14.12
Final Application for, Payment ........
31
14.13-14.14 Final Payment and -Acceptance,,,,,;.
31
14.15
Waiver of Claims
SUSPENSION OF WORK AND
TERMINATION .:::..;.- ;,,.................
32
15' 1 OWNER May Suspend Work .........32
15.2-15.4 OWNER May Terminate,,, ._,_,,.
32.
15.5 CONTRACTOR May Stop
'
Work or Tcrminste.................32-33
16, DISPUTE RESOLUTION _.. _.... 33
17, MISCELLANEOUS._.......................................33
17.1
Giving Notice ..... ...:......................
. 33
17.2
Computation of Times,.....
; ,33
17.3
Notice of Claim
33
17.4
Cumulative. Remedies..,,_,,. .....;,._;
.33
17.5
Professional Fees and Court
Costsincluded.........................
.;33
17.6
Applicable State Laws„ .............
33-34
Intentionally left blank;;,,,;;,,,,,,,,
EXHIBIT GC -A:
;(Optional)
Dispute Resolution Agreement ,_,,,,,,,,,,,,,,,_;GC
-Al
1&1-16.6
Arbitration,,,,,,,,,,,,,,,,,,,,,,,„.,;GC-Al
16.7
Medraiion ,,,,;,,,,,,,,,,PC
-AI
LWDC GENERAL CONDITIOM 1910-9 (1990 EDITION)
W/CITY OF FORTCOLUNS MODIFICATIONS (REV 91")
TNDE,X TO GENERAL COMMONS
,City of Foh.Cal I in-s modifications to the Generil:Conditions; of the Constmetiori Contract are not shown in this indes
Article or Paiigriph
Number
nsumnw ... ....... ...... 1: ....... 14
irk 10AA, 115, 13:13
at ........ ............ 14.15
.........................................
byCONTRNCTOR.j ..........
"' _j .. ........ to the--
4.1
7.2
. .......... .132, II 14. 14.9'
lets and Om issions..
.... 11:6, 1:10. 6.1 q, 1.1
5.7
tiiritract Firice or Contract
Time. ..................... )5, 3.5;4.1.,4.3.2J 4:5:2,
4,
...................... .; ...... 15.1
pr6gress schedulq ............................ .6:6
Agre,cmmt--
definition o( ............. I .......... I . .......... . ........ ........... 3.2
"All- Risk'Jitstirafic I e, I polic"y farm. ....... 5:6.2
Allowances. cash .... ................................... _ ......... jl,a
Amending Contract Do6umlcnt;,: ....... ....... ;t��';.,_;. 3.5
Amendment; Writt6--
iri general ....... : ...... 101.45,13.5, 5.10, 5.12, 6.6.2
6.8.2, 6.19,10.1. 10.4; 11.2
.......... ' '_j 1-3 12 2' 14.7.2
......
Appeal, OWNER:ur CONTRACTOR
intent to... : ............... 16, 9.11 j 10.4. 16.2, 165
Application'far Pa)sncnt
onof ......................................................1.3
UETURmlionisibility ...... ,: ........ I
.........99
lyment .............. _:9.114, 9.13.5,
14.12 14. 15
rat ..................... 2.8, 2.9. 5.6.4, 9.10, 15.5
a payment;:...,.. ......:.
of ............. t.-RI.I.W11.1 ..............
.,14.4-14.7,
.......................................
16.1-16.6
pursimpt thereto ......... .Work._._.,,.,._.4.5.2,
41-5:3
LkCTORa�to stop
4S2-
nof ...... :; .......................... ; ................
:-A.4
Article or Patagra
, ph
Number
Did --definition of.........................1.5 (1.1, 1.10, 2.3, 3.3,
..................... 1.2.6.4, 6 13,
Bidding Daum ents,definition
of .............................
).6 (6.x2)
,BiddiiiiRequirements'-delin'ttm.i"
of ..........................................1.7
(I. l,'4.2.6.2)
.Bonds --
acceptance of .........................................
.......... 5:14
!additional bonds,;;,,,,,,,;,,,,,,,,;,,,;,;,,,;,,,,10.5,
ll..4.5.9
Cost orihe work
............... 11.5:4
derinition o(........ :.:.............. ......
........... J.g
:delivery .. ................
...... 1. 5.1
final Application for Payment;_„_„__,_ ........
1411 i-' 14:14
�Scncral ....... ; .........
1.10, 5.1-5'3,5:13.
6.5_14.1J6
Performance -Payment
'
Bonds and Insurance --in general
........... I ..........
guildeds risk 'all-iisk':policy fon�'�:,
.... ...... .... 5.6.2
:Cancellation Provisions, Insairan.pe-, .
5.4.11, 5.8"SA5
.caidi Allo%mnccs
1:8
Certificmc of Sulistantial Coin - pletio4 ....
1.38,16.30.2.3.
.............
Certificates 6f Inslie6tion. ........ _9)3'4
13.5, 14.12
Certificates of Insurance ............. ;2.7,
5.3. 5.4.11, 5.4.13,
....... ........
9.13.4, 14A 2
Change in Continict Price -
Cash Allowi�qncits .......................
L8
claim f- piicc
I 03�
adjustment,,:,,,,,,,,, 4.1. 4.2.6, 4.5, 5.15, 6:8.2,9.4
........ .... 9.5. 9.11. 16.2.
10-5: 1 U 13.9.
,,,_,_................. 13.13. BA4.143.:15.1.
15.5
'CONTRACTOR'S ice .,.* ............................
....... 11.6
Cost of the Work
; IA-1 1.7
to,:............................................. 11.5
............ ............ 11:7
10 1.1% 1,44,9.11, 10:4.2_ .4.3,,1i
1- -.1 ....... ..................... ...............
Testing and Inspection,
Uncoverine the Work 13.9
E)CDC,01INUM CONDITIONS 191" (IMEDITION)
CITY OF FORT COLUNS MODIMCAMONSMV 9199)
0
•
0
Unit Price'Work, ..119
Article or Paragraph
Niunbeli
Valwilof Work.., ... : ................ ;.; ......... ......... ...... j 1.3
Change in Contract Times -
Claim for times adjustmcnl ....... 4.26.,451,5.15,
..." ....... 6:18.2; 9,4, 9.5, 9) 1, 10.21 10.5. 12.1.
. . ...... ... 13.9. 13.13. 13.14; 14.7; 15. 1, i5.5
Convutdal flitie'limilA ... .... ;..I ........... ............ 12.2
11
Claims-,
against
against
against
0
...... ............ 113
mtrol.....: ..... , ..... 12.4
.......... 10.5
...... .......... ; .... )0.4
............
................ 5.13, 10.5
urracc�nnd, ...... ...............
........... 4.2
aground ............
....... 4 1,3
Documents........_......._....
.................. is, 19
I
CC1
mng4z-, .... ......
:
.. J0.3-10.4
Its ..................... ................
...... 163J, 6.8.2
ce Work ..........................
.... 11.9
Work, Covered by.. .... .........
................. 11.3
......................... 10.4.
.......... - I .... ...... . 10.2
.... ....... 103-10.4
616
632
......................... 9.1,11.2
9.4. 121
CONTRACTORS Fee 1.6
Article or Paragraph
Number
liabifity:,:., ...;5A, C IZ 6.16. 6.31
................................ 11.4,11..S
ute4 ............................... 9:11, 9.12
EN,,GfN,EE.R,a,s initial interpretoT., .....
1 .
Lump Sam Pri i
j 1.3.2
N ice t'
Ot 0
OWNER's ............... PA, 9.5, 9.1 L
10.2, 11!2, 11.9
...... 13.13, 13.14, 17.3
OIAINER'sliabilit y
5.5
I 'a'i. . y refuse to make paymcfit .................)4.7
OWNER
Professional Fees and Court Costs
lncluAod -i
17.5
request far fi�rmal isl 6h
".q &c
Substitute Items
Ti6eExt-6siun ... ....... .. ...... ...
Tintexe,quirements ...................................
],;12 1
lcationsend Inte*aatiOns-... 3.6.3,9.4,49.11
Site _- ... ....
6.17
of Technical Society, 6,,&amLt,dn-
Association
'encement of.Contract Timel .........
....... :: ........ ?3
lunications-
i" '*"*.... ; ...................._:
02. 6.9.2A 1
ctardCommunication Programs...... .
..............
Ich on--
aal Application for Payment.., .......
............. 14.12
mal I rispection
j 4.11
ial Payment and Acceptance: ...
;14A-14.14
dial ulihn'tipp, .................. ........................
14.10
bstantialcompletion....:, : ......
1.38, I'4g-I4.9
aiver of Claims ............................................
)4.15
utation af.Tim ca ............. ........ _,172.1-17.2.2
:ming Subcontracti;rs, SuOplitiri
bilter's ...........................................
; ...... P.8-6.11
rences-
iially acceptaSle schedule4 ... ; ...... ;':-
............... 2.9
:constriction. .............
...........
C.1.1 grror, Ambiguaty. Discrepancy-
)NTRACTOR to kTi)rt':....
ruction, before starting by
)NT"CT&
2.5-2:7
ruction Machinery, EiIuipment. etc .:
............... :6A
ruing the' Work ...............
... 6.29. 10.4
.2.
11.9. 12:1. 13.9. 19.8, Amending..........................................................3.5
-15.1, 15.5, 17.3 Bonds
rica- m-Nmut. cominom 19104 (1990 MMOM
W CITY OF FORY001.11INS MODMCATIONS (REV 9t"),
`Cash Allowances., ....... . ..................... 1L8
Article or %mgraph
Number
Change of Contract Piioq ........................
............ 11
'Change Of Contract TirneA. ........... I ............
I ......... 12
,Changes in the Work,,,,
16.4-10.5
hck�mrd verify .............. I ...................................2.5
dlailf-imtions and
Interpretationq,., ....... s ............. 3 2. 3.6, 9A, 91.11
definition o I ................
1.10
ENGINE�.,'Rasjniii h' f ,
, !at interpreter o........ ..........
, .�q, 11
...
,W6fhlhliR as OWNFR's repiescritativq .............
9.11
;geficfnl3
Insurance............................................................
53
ijntcn w I ............
3; 1 -3.4
e I car ............ ..........
in mor variations inIth Wort-..:'....
bAgRs responsibility to ftirnish data .............
:8.3
resporisibility to make
prompt payment ........ ...... ........
14.4,14.0
pncedchccj .............
1. 3.3.3
Ilfiit Price Work., ...............
...... ................ JQ
variations ........ . ..... ..........................
3.61 6.23:6.27
Visits to Site, ENGINEERS ...... ........... ; ..... 9.2
Contract Price —
adjustment of.............1.3.5,
4.1, 9.4, 10.3. 11.2-11.3
;Change of, ..........................................................
I
:Decision on Disputes:.:..
....... i ........... : ........... :9� 1,1
definition
ol] ..........
....... .......
of .... : ............... ......3.5, 4.1, 9.4, 103, 12
..................... ....................... 12.1-12.4
merit ........ —:..f .............. -.2.3
If_ ............ .................................. 1.12-
!5.2. 6.9.2
.�",.u., .� ............. ; ........... v .......
;-.. ........
Limited Reliance on Techfiical
Data Authorized_.,;_ ...........................
May Stop Work or Terminate :.............
............. 15.5
provide site access to oihe m, ........................
:7.2,13.2
Salety:and Protection,,,,,,,,,,,,,,,,,,,
43.1.2, 6.16. 6. IS.
........ I .......... I ....... .....
6.21-6.23; 7.2. 13.2
,Shop Droning and Sample Review
prim to SUhniiw......................................_Az
vil
SmpWork rcifuiremcnts, ..... -- .......... ..... A5.2
':CONTRA(.TOR's-
Art icle'or Paragraph
Number
..Compensation._..... ............ ..... : ...........
�l 1.11.11.2.
'Continuing Obligatioin, ... ..............................
. 141.15
efe .............. ................ :9.6I 11.10-13.14
Defective
Duty to correct difective Work,,,,,,,,,,,;,,,,,,,,,,,,,,
13.11
Duty to Report —
Changes in the Work,caused by
FmcrScncy ...... .. :
. .........6.23
Defects; In woik of Others ...........
Dider inig condition;,,;,,,;;,,,,,,,,,,,,,,,„:.„--,,,,
Discrepancy in Documerits ... 2.5,,3.3.Z
6.14.2
Underground Facillh,:s' not in led ..........
:,4.3.2
Emergenci . es ............................ ......................
:J.23
Hquipmcrrt and Machinery Rental, Cost
of the Work
11:4.5.3
.Fee --Cost P'lus
11.6
Gene riil Wiurirumy"aodl Guarauitei,:., ... ............
10.30
of Intent to Appeal:....: : ..................
9.10, 10.4
imi to perform and complete
Work— ..
...........................................
6,30
Ji"s and Royalties, paid for by ................
,
6312
nance and Cabei Bonds. ,
53
obtained and paid for by ............
.......... §.13
0.4,15.23
..........
in the Work 10.1
rig Subcontrictors; Suopiliers
CONTRACTOR's "pense .................. ........
c6l,itkAcToks dcn6rai warranty
and Guarantee. .............. * ...............
6.30
CONTRACTORs review prior to Shop
Drawing Or Sample submittal.., ..........
;.., 6.25
Cournlinartion'ofWark ... ....
6.9.2
Emcrgencios,.........
... 6. i3
ENGINEEKs evaluation. SuWittifes
or 'Or -Equal" , Items,_„,,,,; I
6-73
For Acts.. and Omissions
of Others :0.9.1-6.9.2,9A3
ruct)c DEN m-AI, CONDITIONS 19104 (IMEDITION)
wt CITY OF FORT COLUNS MODIFICATIONS (REV 9199)
0
0
0
•
Labor Materials and Equipmeal .. ,...... 6.3-6;5 CONTRACTORS -mother ,..,_..:. ,-,,...:7
Lawsand Regulations_.,----- ,.._._:.6.14 Contractual l.iahility Insurance; �$4d0
Liability Insuran, .......... .......................4 Contractual Time Limits-,,,.,,., 12:..
!Article or Paragraph Article qr.Paragraph
Number' - Number
Noticc'of.veriation fromContract
{tits, . ........ .................6.27
and Royalties:._ .......................¢.
12
.::.., .....:... .... .......6
13
tedule ,....
_...... ..,....,6.6
iinctits ,,_;;,6.
19,
< performed prior to
fiER's approval of required
its:............................................6.28
HI loading-;.:_._,...............6.
18
rotection �:,.. , 6.20, 7.2. 13.2
.....:.:.,:...............:.........:6.26'
....... 6.17.
.. .,.:.:, ......,. A.25
non methods -
-Equal' Item4:.............0.7.1
CONTRACl;OR's. responsibility ........;,
¢.9.2
Copies oC Documents, ........,
2 2
Correction Period ;;. .::.....
:...... 13:12
Correction, Removal or. Acceptance
of Defective :Work,
in general..., ,„ 104,1;
13101314
AoceptanceofDefecniti,,Work
13.13
Correction or. Removal of -
Defective Wort. ......,,,,,,,;;,,,,
,,fi.30, 13.11
Correction Pcriod _
......._..
OWNER May Correct Defective Work. .........
....J3.12
--- 13:14
OWNER MW Stop Work .:.................::.
;........13.10
Cast --
of Tests and Inspection$ ..... :. . ..::............
I3.4
.additional J1A.5.9
j 1;42
.............. ........... ........
.:...:11.6
............. :..:::......... :...::..... 11.5
icad expenses ... :::::...:...... :.11.5
Tests and Inspection; -,,: ... .... ........ 13.5
Materials and equipment.,,,,, ; _ ..................11.4.2
To Report ............................ 2.5
Minor, expenses...........................
. j 1.4.5.8
Use oC Premised ,..:..,616,618. 6:30.2.4
Payroll costs on chenyey;;,
;,11:4.1
.Review Prior to Shop Drawingor
performed by5ubcontroctws .......... ,,,,,
Sample Submittal .;,;; ,_,;,,6.25'
Recordsl�l;7
.Right to adjustment Car change4 in the Work.:...10:2
Rentals of
right to claim,,,,,_,,, 4, 7.1, 9.4,.9.5, 9,11, 10.2,11.21
,nstructionequipment,
and machinery ...... ,,,
_, 1, 1.4.5.3
14.81 15.1. 15.5, 17.3
Royalty payments, permits, and
,,,_
"
'Safely and Protection „.. 6.20-6M. 7.2, 13.2
license leer ,,,;......
„ 11.4.5:5
Sates Re resintative
Y P - ....... - ....... 6.21
Site office; and temporary Cacihtiea,. .........
::,11.4:5.2
Shop Drawings and Samples Submittals..... .24-6,28
Special Consultants, CONTRACTOR, 5...........11.4.4
Special Consultants- 11.4A
_....................
Supplemental ........................
..11.4.5
.Substitute Construction Methods acid Procedures„6.7
Taxes related to the Wont.,,,. ,,,,, ;:...
11.4.5A
Substitutes and "Or -Equal" Items;
Tests and Inspection .........
- ......13:4
Expenx ,:,;:,. -,: ,,,, - - 6 7 1,6.7.2
Trade Discounts „:,:;
_
11 4:2i
. _
'Subcontractors, Suppliers and Others_ „_ ,.6 8-6 I I
Utilities, fuefand sanitary facilities .........
.11.4.0
Supervtston and' Superintendeneq. 61, 6.2; G.21
..
Work after regular .hours ......
.....
'Taxes, Payment,
Covering...
.
136-13,7
emises 616-61R
of ties
,. anve Remedies.
174-175.
WarranUse
and uaraniees
g ........ ...... 6?, 6.30
Cuuin , fitting and patching,,,,,
7 2
Wananhy of Titlq... . ..................... I ........... 14.3
Datn, to befuniished bg'OWNER
Written Notice Required--=- - -
Day —definition of, ,,,,,,,,,,,,,,,,,,, . ,.,,.
,17.22
CONTRACTOR stop Work or terminate:;,,,,..15.5
Decisions on Disputes-,,,:,,-:,,,;,;,;,,,,,,,;,,,,;,,;;,,,r
:11, 9.12
- Reports of Differing Subsurface -
defective -=definition of ,..::..
:::..:...,.:1:14
-and Physical Conditions......._...._........ 4.2.3
defecnve3Vork--
Subuantial Completion.. .... ..... :... ........... 14.8
Acceptance of:,,....,,.. ,; _...,.10.4:1,
13:13
'Nil
,EJCOC OCt(6RAL CAImITIONS191a-8
(199a.®ITiON)
w!CiTY OF FORT COLUNSMODM ATIONS(REV9l99),
'Corre6tion or. Removal of It) * 4.1, 13:11
'Correction Period ................ .... J3.12
'in general ..... I ...... 4- ....... W.v ........ -13, 14,7.. 14.11
Article or Paragraph,
. Numbei
bliservation li ;ENGINEER__,-_„-,--,-_„,,,,,,,,,,,,,,
9.2
.OWNER May Stop 'Arini ... ...........
7
: .....1.3.10
'"'
.Prompt Notice of Defects..... .......... ...................
13.1
Rejecting, ....... .... ..........
:9.6-
,Uncover' .........
8:
.... .....
uctays ...................................... 4.1, 6.29,
12:3.12 4
Delivery of Bonds ......... .. .. .... ...... ......
Delivery of certificates of insurance ................ ..........
2.7
Determinations fur Unit Prices,-„_..........; ................
9.10
Differing SO=rfiace or Phvsical Conditiqn,-."
Notice of--, -, ...........................
...... 4.2.3
ENGINEER'S Rcvic' . .... ..................
.: 4.2.4
-W...
Possible CI mtract Documents Change,
„-, 4.2.5
Possible Price and Times Adjustments ....
4.16.
Discrepancies -Reporting
.and Riisohiinj ...... 6.14.2
Dispute Resolution--
..............................................
1
�Agrccmeat,
)6.1-16. 6
Arbitration ......... .. .. ...... -163A6:5
gencialliS
- -Mediation ..................
; ........ 166
Dispute Resolution Agreement ................ !...J(5.1-16.16
Disputek Decisions by ENGINEER:', .............. :;.q.
11-9-12
Documents-
C ics of: .................
ofm ............. ...............
_;1-2
Record 6 Iq
'Rilsii of : ... q ..................... ...............
L?rawings,-dpf-jo or.of ........... .........................
... J715
.Easements ...... : ....................... ............ ................
:4.1
.16
Effective date'Of Agrcernent,- definition of.� ......
Emergencies..-
... 623
ENGINEER--
as initial interpreter on disputes,,,,,,,,,,,,,,,,
Q. 11-9:12
definition of ........ .............. ; ...................
1.17
Limitations on authority and responsibilitiq ...... 9,13,
HNEERs Consultant definition of ..................1.
authority and responsibility. limitations on ..... ... 9.
Authorized Variations idthe Work
.... ........
Change Orders. responsibility for.....,
9.7. 10. 11.
Clarifications " and Interpretations .. ..............
3 6 ; 3' I
Decisions on Disputes,,- -,,....
I
........ �9.1 I ii
defecti ve Work, notice of,
...... ; .......
Eiiihiation of Substiiute Iti:* ........ .................
0.-
Liabifit,y ...................... .............................
0.32.9
Notice Work isAcceptable.... .................
M
Observations ......... ................................
0.30.2,
Is.
bwmws Representative ....... -- ..... ................. 91
Payments to the CONTRACTOR;
Responsibility for; ................................... 9.9.14
Reciorarm6ndation of Payment ................... �..14.4,14.13
Article or Paragraph
Number
Responsibilitics-Limitations on ............... 9, 11-9.13
Review of Peports,on Differmg �" ' Sobsur Ci ace
and Physical Conditions ................... .... 4.2.4
Shop Dinwings and Samples: review
responsibility... 1 ........ L.� ....... 11 ......... §.26
Final
C Work. : ......... % ..... P-5
tatims ..................9.4
ENGINEER as Initial lnteirFicicr _:9.11-9 .12
FNGINFER'si Resp.crisibilitics ....... ;., ......
9.1-9.12
Limitations on ENGINREWs Authority
and Rcspohsibilifie4.,:i.�
OWNER-$ Representative * .. .......................
9.1
Re 'ei ruotive'
pro "'s se'- ' -* ���'�
- 9.3
.... ;
ti
RqIcc 'ti �rak..r ................
9.6
U "8,0 d,,a
Shop, Drawings, ;
arid Payments:....:.....
.......
9,7-,9..9
Visits to Site ... ............................................
92
it Piicc,dctisrminstions' .. --.; .. . ....
......... ... .............
9.10
itsto Site ....... .................. ........................
9.2
itten'cosisent required ' - :
..: ....... b ........... : ......
ricnt, Labor, Kiatcrii1s and,,,, ....................
0.3-6:5
ment rental, Cost of tlii,Wcrk.......
,! 1-4.5.3
lent Materials and Equipment �, ......................
0.7
r Dint issjon* ...... ...................... I ...... ..............
0.33,
ce,of Financial'Arrainjerrin ts ............
I
'
ations otpliysie'ail coriddiuml., ..... ...............
412A
:)NtRACT,OR!s,-'.,Costs,:Plug.... ....... W .........
11.6
............ ......... ............... ...... J-19
WEER................................3.6.1, 9.5
for P;iyrrfint .............................. 14.12
acceptance... „_„......... ... j.. I M 344.14
io, for cash allowm6es; .............................. IL8
previsions :................ ) 7.3-117A
'Guarantee of NVorkby CONTRACTOR ........ 6.30. 14.12
lia nird Commumicaticin Programs;,,,- ....622
Hazardous; Waste -
definition of ........ : ...... : ..................................... 1.21
,general ............................................ ................... 4.5
!OWNEWs tespDrisibility lc........... .................... g.10
uicDcan4 im-ALcoNtirrjoris igios o99oriortiom
WI/ CITY OF FORT COLUNSIMODIFICATIONS (REV 9M)
0
SECTION 00300
n
U
i
0
0
CJ
Indernnificatioit
6.17 - 6.16, 6.31 �6.33
Initially. Acceptable
...... 19
4risip,011—
C.ItIf-lis 0( ........... ....
.... ..... 9.13A, 13.5,14.12
Final............... : .........................................
J411
Article or Paragralih
I I isitunwr
Special, required byENGINEER ................. ....9.6
Tests and Approval ........ ............$3, 13.3-'13.4
and Easennents ................................................... 8.4
Availability of...-...::.: : .... w ....... .... ; ..... ..... 1, 8.4
Reports and Tests, .. . .................... ........ ! ....... 8A
Work_...
- - ---- ----
of the Worlc, taxes .............................. j I.4J.4
definition of.... .................... .......... ... 1122
,general6j4
Indemnification ......... .; ......... ......... : ........ 6.31:4.33'
A
Insurance
.... 5.3
Precedence ... ...........
Refffenceto .................... ................................
33.1
Wery'and Pioedi,66 ....... .......
... 62013.2
Subcontrwctqrs,Suppliers and ,Other s, ........
0-68-6.11
Article or Paragraph
Nuffibef
'Tats; and ImNctibns,,
13.5,
Use of Premises ..; .....................
Visits to sit�
Liabilityjrtsuranic--'
GONTRAcr6ws .......................................
........ .4
OWNERg
:..; ; 5.5
Licensed Sureties and Insurer.......................I........;
5.3
Liens-
not
......................................
P's authority and
....... J4.12
.......................................17.2
j 7.4
...............
...... . ............ )7.3�
ourt Costs Included;,...... 17.5
..............................
....................
Acceptability of Project.',;,,;,,,,,,,;,., ..:.; ..... ... ; ....
14.13
Am'id.,definition o(_ ....................................
.... 125
Claim ......... ......... ..................
... J7.3
Defects.13.1
DifficringSubsurface of.Pityacal Conditions ....
Giving.................... .......................................
J.7.1
Tests and Inspection;.,.,.., .... ............................
1i.3
Variatiort, Shop Drawingand Sarnpl0............
':.0,27
Notice to'Proceed-
definition of, ........ :-: ......... : .................. ..........
1:26
givu% o_ ......................... .................
... 2.3
rX=UENERALOONI)InOiZI910-9(199OEiMT10M
wtCITY OF FORTcourNs mownwlom (REV 9[99),
Notification to Surety,_ ............... ...........
............ ..... JO.5
Observations, by ENGINEER ............
:.....:...... . 6.30, 9.2
Occupancy of the Work..................5.15.
6.30.2.4, 14;10
Omiisions or acts by CONTRACTOR .......... .... :6.9, 9.13
Open Peril policy form, Insurance ..........................5.6.2
_
.Option to Replace ............ :............................
...,.... _.._.
::...... ..$:14
Article or Paragraph
Number
"Or Equal" Items ... _.................................................6.7
Other work 7
Overtime Work --prohibition of .................................
6.3
OWNER --
Acceptance ofdefective Work...........................j3.13
.appgint an ENGINEER .......:....... ............
8.2
as fiduciary....... ........................................
5-12-5.13
Availability of Lands, responsibility„ ..............._
4.1
definition of ............... ......... : ......... ............
...... J.27
data.. furnish.. _ ................................... _. _...
_.....8.3
'May Correct Defective Work ,,,,,;;,,,,,,..........
t3a4
'May refuse to make payment ,,,,,,,,,,,,,,,1A.7
May Stop the Work .... ...............::............:......
13.10
'May Suspend Work,
Terminate,.........:.................8.8. 13.10.
15.1-15.4
.Payment, make prompt„...................$:3, 14.4,
14.13
.performance of other work ..................................
1.1
Permits and licenses, requirements ..............
.... 6;13
.purchased insurance requirement$,,,,,,,,,,,,,, ...............
..
OWNER's--
Acceptance of the Work .......
6.30.2:5
(Change Orders,. obligation to executF.........$6,
10A
Communications ...............................................
8.1
'Coordination of the Work.......,,,,._,_ ....:.............
7.4
Disputes, request for decision... I.........:.:..........::Q.
11
'.Inspections, tests and approval;..................0.7,
13.4
:Liability Insumnok...........................................:
5:5
Notice of Defects..............................................13.1
Repiescntativo--During Construction;
-
ENGINEF.R's Smtm....... _.................. ...........
9.1
Responsibilities --
Asbestos, PCBs,. Petroleum, Hazardous
Waste or Radioactive Materiel.i8.10
.Change Orders ...........................................
.:8.6.
Changes in the Work...................................10.1
communications._ _.._...:............ ....
.... .....:.8.1
.--... --_ - — - "---- ..........................
;evidence of financial arrangements,,,:.,:..
inspections. tests and approvals,,,,,,,,,,,,,,,
insurance .....................:.........:..:.:..........
lands and casements. ... ; ............... ......
reports and tests............................................8.4
stop or suspend Work .................
:8:8. 13.10, 15.1
terminate CONTRACTOR's
services .......... :............. .:.....:.:.......
. 8.8: 15.2
.separate: representative at site..............................9.3
Misting; independent„_.,_,,,,,_.._............._.........13.4
use or, occupancy -
of the Work.........................$.15.�6.30.2.4, 14.10
written consent car approval
required........ ................. _9 1, 6.3. 11.4
dicat OBNERAL cONOlnotisi i91os (t99a wffio Q
v ow OF FORT COLLIN.4 MODIFICATIONS ff..V 9l99)
0
0
E
;Article or Paiagraph
Nualtime
witten notice required ..........
7.1. 9.4. 9.11,
.................... :..: ....
15.4
PCBS..
:definition of .......... .....................................
1.29
4.5
OWNER's responsibility f � ........
: ................... 8.10
'.ParlIaLlitiliziitioh—
definiti ol� .......... ; ...... ..........
. on
a..� ......
7.
ccptkftce,�-: .... A. 13-.14.114
?.3. 14
I ............................ .......... I ................
Applim— ticah i for
................................
s.✓
definition of ........... ).30
general .... ........... ; ....... .......... :4.5
OIVNEWs -responsibility ;... ...... ................ 8.10
Price
Underground Facilitics,,-
geheral ..... ................ 4:3
MA a InAcaid�_ ...............
tll- I ....... :4.3.2
t i on 0 ( ............. ......... ........... 43, 6.20
Shown or
Arti6le or, Paragraph
Nu#nb'cr
................................
Confcrcaic- ..............
28
..........
......
........................ M..: ..................
6
I
..............
'Contract, ..... ........ ............. : .............
definition of
it; Applications f% ..............
....)4.2
al-rctain
_Asc..;_ ... ..............
. ::_A4.2
c, CONTRACTOR's;
...........
......... .... 6.6, 6.29, IOA, 15.2; 1
in a(.1 _ ...........................
tative--
's Status During Construction.,
.......... 9.3
t i 6, Resident - ativ --definiti6n of,,,,,,,_,
1.33
by OWNER., ......
......... 8.3
co--
.................. 14.1
responsibility:for ......
:, ..... P-10,
)n of paym cn( ................ 44,14.5,14.13
J&1,4
nts . ...........
1 9, ' .12
...........
1wel for rnaintairiing:...',
...........................
andards, and Speci.Acaaims
il Societies,,,,,,, ;: ....................
..... 3.3
WS And ....... ........
...... ... 6.14
tive Work
9.6
...... . .......................... . ............... 7..1-7.3
Dis&cpancie!t ....... ........................ 15, 3.3.2, 6.14.2
Reports --
and Drawings..........: ... ........... ....... .............. 4.2.1
and Tests. OIVNWs responsibility ..................... 8.4
lZesident and Project Rcprcsantative--
dermiticra of, ;� ...... ............... ...... ...... jr33
provision for..., ......9.3
EX'DCCENERAL CONDMOM 1910-8 (1990 EDInOM
WIaTY 'OF FORTOOLLMS MODIFICATIONS (REV W")
Article or Paragraph
Number
Resident Superintendent, CONTRACTOR* .............. :6 2
Responsibilities—
,CCNTkA&ORsin general, ........ ............. :1 .......... 6
ENGINEER'S -in general,, ,, ,,,
„ .9
Eimiwtiongim. ..... .....................
................ 9.13
....... .
16inage ................... ................................
.
1.4.2
use of Docunients,
.:
;: z 3.7
..... 625
14.4-14.7
10.2
................................ ..
4.1
and
....... ............. 612
.................. ........ 6:18
'and Protection ...............................
4.3.2.,6.16,'6.18,-
.......
�620-'621, 7.2, 13.2
'general ...................................................
;.0:20-6-23
;kepresentativc, " CONTRACTOR s........ ................ 0.21.
Samples -
definition of ......................................................134
geneful ............
; .................... 0.24-6.28
Review 1�'CONTRACTOR ................................
6.25
�Reviawby ENGINFERI,;.. .........
.... 6.26.6.27
related Work ......................
..................... ... . .. US
submittal of ............ I_
........... .... 6.24-2
submittal procedutrei ..........................................
6.25
Schedule of progrcas. .............................
2.6, 2.8-2.9;6.6.
.......... I ..........................
6.29;.10.4.2 , 151
Schedule of Shop DmMng and Sample
Submittals., ................. .........
2,6,2.8.2.9, 6.24-6.28
Schedule of Values,,,,,,,,,,,,,,, ,,,,,„.,,,,,,,
7!6,2.8-2.9j4:1
'Schedules—,
Adherence tc�, .. ......
_.
........ ........
Article or Nragraph
Number
I
submittal required„_... - - __ ,. .
........
Submittal I}oceduics
6.25
um to approve substitutions„_....
...,,,,_„j5.7.3
Shown or Indicated ...............................................
AM
SiteAccess ............................................. I ........
72, I 3.,2
Site Cleanliness ..............
.......... 17
Site. visits to, -
by tNGINUR ......... .................................
9.2. 13.2
.by others.-..... ........ ....... .........
........ 13.2
7sIxcial causes of loss" Policy form,t
iristu'une: ..:, :_: ,
..........4.6.12
definition nition of .....................................................336
�
'Specific ' a . tions—
d.ermatim of
3.36
ofTcchaicaC ocicties, reference to
................... : ........
................ ......
.............. : ................... )0.3-10.4
.Shop
4.2:1.1
=Substantu
certif
rat ................................ fi.24-6--28
defln
................ :,:9:7, 6.24-6.28,
............... O.A
15.5
......................... 8.8; 15.1
ials end cqhipmcnt 4.1, 7'1'
rig, Safety .. :_.. ...... .................. . 18:
...................... ...... I ...........
............
for Payee enk .......................... ...... 14.2,
and Operation Manualq ......... ..... 14.12
......... : .................. ....... .. O.B
............0. 30.2.3.
........................
.................. i ........
Methods
E)CM GENERAL COMMONS 19104 (1996 MMON)
w/ CITY OF FORT COLLINS MODIRCATTONS,(REV 9M)
0
0
0
9
0
Tinnporaiy.construction 6cilitics� ............................ 4. I
Article or Paragraph Ariicic or Paragraph
Nuinbe,r Numb&
or Proceduresi ..: ..........:::. a.......................:.
6tn
Substitute Items" ..... �".: . .......................
6.7.1.2
...
* '�'
'Subsurface and Ph , ysical Conditions.,
or, in or rclatiig to ........................
42.1.2
ENGINEER!s4evie W_ .... ................
........ 2
4.2
Limited Reliance by CONTRACTOR
Authoiriz6d ....................
4.2.2
-
.......... ..... :4.23
.......... .... .................. ... _ -
.......... ......
at the Site; .............. _.4ZIA
... 412
.................. :8.9
......... ....... P.2. 9.13.2
!al costs, ' :.: ... ........ .......
tar y Conditions—
mof..... %.q .. . ......... ......
ii rcferenecs to, ......... ...... 2.2, 2.7,
.......4 2, 4�3, 5.Ij 5.3;,5A, 5.6-,5.9,
11, 6:84 6:13, 7.4; 8.11, 93,9,10
tang Contract E�uciirn
.......... ................. 3.6
..................
** ........ * ............... . ............ -
Waiver of Rights.:.... d'., 15.11
AV
ant to final &yinefii, ... ...... ........
:J4.12,14,14
TNEFR his no duty to....:....,
.......................
9.13
icauon of,,,:_„............ ......... ...
..........................
..... 5.1.5.3
of Obligations,; _ ............ ...................
j5.34
Work, 'OWNERMay,,..j ....
...... 13.10, 15.1
.on of Work and Termination,
I G .
. ...... .. . ...... I5
�
TRACTOR May Stop Work
r Terminate_......_........__....._
................. J5.5
IfiR Miy�Suspcnd Wmi........ :
... I ............
TRhbTermirnite� .........................
.Y
... 15.2,15.4
4.2.3
ry CONTRACTOR .......... . ...... ............
. .. 155
ry OWNER
8.8; 15.'i)5:4
rENGiNEER' I ' I
I . kemp gym-ent ..... ... _
... ...............
usp_e'n"sio'n:6fiWork-in general .......................
15
ns,and Adjectives::.:.::..
54
s and Inspection ' s..
Moen to the Work, by others .........
. . I
........ )3.2
CONT RA CTO,R"s responsibil itics ........
.... 13 . .5
cost of 13.4
covering Work prior to ..............................
13:6-133
L , aws' and Reg�lations (or),'
13.5
... UM39.
.............. ................. 64
12
Contract Times--defmition.of,...;
).12
day.........................................................172.2
Milestones: ....... ........... ......
........... J2
Requirements-
appeals,�........................ ........
16
.
clarificatiom,
claims and disputes ........9.11,
11:2, 12
Commencement of Contract Timea'*
............... 2.3
i'ro'cr�tiiihhn Conficience....-, , ..............
schedules : ............ ....... .................
2:6, 19,6.6
Starting thc,Work __
............... 2.4
Title. Warranty of ...... ......
.... J43
Uncovering Work .................... .......................
13.8-13J
Underground Fricilitiii;� Physical,Corditicins-'-
definition of ....................................................
1.41
for
............. I .........'.
artial ..................... JX45;6,1630.2.4, 14.10
kork......... ; ................... .......... 11.3
bde of .........r 6. 2.8-2.9, 14.1
....
CX= GtNaLAL =61710M 1910-8 (1990 ED111
WICITY OF FORT COUXiS MODIFICATIONS QMV 5
Variations in Work --Minor
Authorized . ......... ......... 4 ............. 6.25, 6.27, 9.5
Article or Paragraph
Number
Visits to Sitc--by ENGINEER . ...................................
9.2
Waiver of Claims --on Final Payment,,,,,,,,,,,,,,,,,,,,,
14A5
Waiver or Rights by insured pitrti6s ...............
116-11
Warranty and Guarantce,,,Gcncral--by
CONTRACTOR
Warranty of title; C0NTRACTORs_'q_,....
.... ;__14.3
Watt..
Accessto ....... .................. ..........................
.. 13.2
byothers .... '
...................... 7
th Changes in e ....... : .................. ......
................... 10
Continuing the ..................................................0.29
CONTRACTOR May StoptWork
or Terminate ................................................15.5
Coordination of:..__._...__........._...._
................ :7.4
Cost of the
A 1A.11.5
definition of .....................................................
143
neglected by CONTRACTOR: ..........................
J3.14
otherWork ............. ..............................................
7
OWNER May Stop Work ............ : ...........
_ ...... 13.10
OWNER May Suspend:Work ...................
13.10, 15.1
Related, Work at Site .....................................
7.1-7.3
Startin the—,..._ ... ............................
2-4
............. _1.
Stepping by CONTRACTOR .............................1.5.5
Stopping by OWNER ..................... .
.. * ....... 15.1-15.4
Variation and deviation authorized.
minor ........... 3.6
Work Change Directive. -
claims purswntlltq. ... .................................10.2
defiiiltion of '
""""'
'"......._j.44
principal refeiences ..............,.3.S.3,
10.1-10.2
Written Amendment --
definition of.,: ... ............ ; ..............
............. 1,45
principal references to ............... 1.10, 3.5, 5.10,15.12,
.............. ..........4.6:2,6.8.216.19,
10.1,10.4
__: ............. ......... jE2, III,
6.12-2,14.7_2
Written Clarifications and
Interpretations;.. _ ...........................
3.6.3,9,4,9.11
Written Notice keqinred—
by CONTRACTOR_ ...........................
7.1, 9.10-9.,1 1,
11- .... ................... 1.10.4.11.1,12.1
by OwN�i .......... 9. 10-9.11,
101.4, 1 1:3, 13.14
Xy EkIiC 611�,CONDII`(0143 i9104 (IM EDrIIOM
./ CITY OF FORT COLUNS MODIFICATIONS (REV 91")
0
E
0
i;(Tbis,pagc Icft blank iutentiorially)
xvi GXUC GENERAL CONDMON§ 1910,8 (1990 ®IIIOM
w/ CITY OF FORT COLLINS MODIRCAMM (REV.9/99)
0
GENERAL COMMONS
ARTICLE l—DERNMONS
Wherever used in these General Conditions or mi the other
Contract Documents. the .following termshave the
meanings indicated which are` applicable to both' tie
singulm and plural ihereoC'.
`1,1 ;1ddnidci—Written or graphic instruments %issued
prior to the opening, of. Bids which clarify, correct or -
change ,the Bidding Requirements or the 'Contract
1ocumenss.
1.2. Aggreement-Thc written contract between OWNER'
and CONTRACTOR covering the Work to be performed:
other Contiaet Documentsare attached to the Agreement,
and mide,a pan trercof as provided therein.
113. A' (icoiion for Payment —The form acce)w by
SNG IR which is to be used by CONTRA . OR.m
,requesting progress or.final payments, and which is to be
'accornpanicd by !such supporting dricumcntatinn' as is
;rcgbimd by tine Contract fJocumcnta.
1.4.. Asbestos --Any material that contains more than one
.percent asbestos and is fnable'or is releasingasbestos fibers
into the air above currcnt action levels esmblished.by_the
United States Ocapabored Safcry and HenIdi
Administration.
1;5. Rid-Tlic offer or proposal of the bidder.submitted
on the prescribed foim'setting'forth the prices for the Work
to be performed..
16. 'Blddin$ . Documents —The advertisement or
invitation to Bid, instmetiors to bidders, the Bid form; and
the. proposed Contract Documents (hicluditig all Addenda
issued poor to receipt of Bids):.
1.7. Bidding RequiremeiW—Thc advertisement.. a
invitation to Did. -irstruaic ms to bidders. and the Did form..
I.S. Bonds=Performance: and Payment bonds and other
instr un'ertis of security.
1.9. Change ;Order A;document recommended by
ENGINCER, which is signed by 'CONTRACTOR and
OWNER and authorizes an addition, deletion or ievsion in'
the Work, ar an adjustment in the Contract Priceior the
Cantrad Times,.isued oft or aRer the Effective Date of the
.Agreement. `
1.10. Contact Documents —The Agreement, Addenda
(which 'Pertain to the, Contract Documents),
CONTWTroR's ,Bid - (including documentation
accompanying the Bid and any post Bid documentation
submitted poor to the %fice'pf Award) when attached as
'an cxliibit 10 theAgecinem, the Naice,t_o Proard, the
`Bonds, these, General Conditions,' the' Supplenimtary
Conditions; -the. Spewficatiois and the' Dmwngs as the,
,EXIXG@JIXAL CONDITIONS 1910.8 (1990 Edam)
w/GTrt' OF FORT COL11NS Mbbi nCATIONSIRE vAn000),
11
1.11. 'Contract Pare —The moneys payable by
OWNER.to'CONTRACTOR for comoletion of the' Work
:in accordti'nce.with the Contract Dobumenss as -stated in
the .Agreement (subject .to the provi3ions :of
pnmgraph 11.9.1 in the case of Unit Price Work))
1.12. Connuct ,Tinies-Tfe numbers of days or the
dates stated in the,Agricmcnt: (t) to achieve Substantial
Completion, and (ii).to complete the .Work so that it is
ready for firul payment -as widened by IiNGINEER's
written` recommendation of final payment in accordance
With pamgapli 14.13.
1.13. `CONRACTOR-The person, firm or corporation
with whom OW-KER has entered mto;the Agrcanmt.
1.14.. daf ctive—An. adjective which when modifying,
the word Work refers to Work that is unsatisfactory, faulty
or deficient in that it does nor conform to the Contract
Documents, a'does not meet the -requirements of -any
inspection, reference snimdard,:'test Orapprovai referredto:
in. the Contract Dociiments,-a hashem damaged prior to
ENGINEERs reoca mendation,of final payment (unless
responsibility fa the protection thereof has been assumed •
by OWNER at Slibaiantml Completion in accordance with
pomophl4 8 or 14,10).. - -
1,15. Drawings—Thelilrawings_ which show .thescope,,
extent and' character of the Work. to be furnished and
performed by CONTRACTOR .and which have been
prepared,or'approved,by ENGINEER and are referred to
in the Comma Documents. Shop are'not
Drawings as so defined
i.16. 'Effective :Date ;of the Agreement —The date.
-indicated in the Agreement on which it becomes effective,.
.but if no such date is indicated it means the date'on which"
the, Agreement is signed and delivered by Ihe, List of the'
two parties to sign and deliver.
1 17 . 'ENGINEER —The person, frm or corporatiori
named as such'inthe .4geemenl:
IA8. '£NGIArEEESCo iiuliant—A person. firm or
corporation having a cartraa with ENGINEER.to ftirnisli
services as ENGINEER's independent professiorail
assbciAe or consultant with respccA to the Project and who.
is identified as such in t}ie.Supplementary Conditions.
1.19.. Field Order --A written order issued . by
ENGINEER which orders minor changes in the Won: in
accordanecwith paragrarih 9 5 but vluch does not involve;
a charge iii the Condrsct ce a the Contract Times.
0
Ej
1.20, General Requirements-5ections of Division,l of
the Specifications'
1.21 Hazardous Waste —The team Hazardous Waste shall
havc'�them�oinirg provided in Section 1004 of the'Sold
Waste. Dqispcsal Act (42 USC� Section 6903) as amended
fiont-time to time.
1.12.a. Laws and Regidalions; Laws or Regulafions—Any
:and all ;applicable dews, rules, ngulalions'.onfinitinces,
b6da and orders of any and 11 governmental bodies:
agencies; authorities andco ifigj&isdicltion
1122!b Lezal 11oliakivs.-shall be those holidays observe
,by the City, of Fort Collins
123. Liens —Liens, charges,. seamy I ty into , rests. Or
encumbrance uponPasoan)' 'pcnt'.
5 pan ty
7 24. Uilestone--,A, inci pal event -specified, in the,
Contract Doeuments relating to an irinnnediati completion
'ami or' time pifioi to Substantial Completion of all tNe
WorL
1.25. Notice qfAwordA written notice by OWNER to
the apparent Soc coful biddePsiaiiijiltiii upon co'ni'p'llance:
by the bidder with theconditions
precedent enumerated. thcrcir, within'die iimcjpciiificd,
OWNER will sign and deliver theAgreencent..
1.26.. Notice to Proreed—A written notice given by,
OWNER . t r, a CONTRACTOR (with aeopy I to ENGINEER)
fining` the :date on 4lich the 'Contimcit times will
commence to run and on which CONTRACTOR shall start
to perform CONTRACTORS obligations under the
Contract Documents.. "
42Z OWNLRLThe public body or - authority.
corporatiom :assaciiitian; firm a person, with whom
CONTRACTOR has entered into the Agreement. and for
3wfionnthe Work is to be provided
1:28. Partial Utilization —Use by 'OWNER of a
whstantially completed part -of the Work for the purposc
for. whichit is intended (ora mlmed�puspose) prior to
Substaatml Completion 611'all .the Wi5r]L'
1.29, PCBs—PolydIlorinated bipheryls.
00. including crude,oil or any,
fira6ticri theiri8f whicli'is liquid at standard condition's of
tchtiWriluri und pressure' (60 'degrees Fahrenheit and
square.
14.7 pounds per , I ,
are inch absolute), such is Oil.
61mm, fuel oil, oil sludge, oil refuse, ifasoline, kerosene
.and oil mixed with other non-Hanuirdous WasteS 6W crude
1:31. Pr9ject—The total construction of which the Work
b be'undcr the Contract Documents maybe the' 'hrcvi I dcdl , a part as indicitted claawhae in the Contract
'DacumeriLs-,
132.a. Ra&oiicfiiw or
byproduct material aidefined by thi Atomic Enersy Act of
FJCDCOMMLALCONDITIOM 1910 (199,91ididan)
2 Ut dii 6FFOXT0,OU,1 MM- OD I It CATIONS OLIEV 0000).
,195a (42 USC Section 2011.^et uq.) as americlod from
nine to tune.
132.6. 'Reerilar WoMnz Hours -Regular working ho
are defined as T00am to 6,00bm unless otherwise
specified in the General Requirement.n.
133- Resident Protect Refirisentative—The authorized
representative of ENGINEER who maybe assigned to the
site or any part thereof I I
1.34.'Samples-Physical examples of noridials,
equipment,- or workmanship that nit representative of
some of the Wo and which establish the
by which such portion of'the Work _will
1,35, Map. Dnaiifngx=All drawings, dmig'ams,
illustrations Schedules and other data Or information
which aro- specifleau prepared or dssemblod byof for
CONTRA( I Submitted by CONTRACTOR to,
illUsma66miportion bfthe Work.
136- Specifications —Those porticens of the -Contract
Dacoanciit - s consisting of written tocliniml descriptions of
matcnals,cquipakrit, construction System% inadardsand'
vairlanariship is applied to tM Work and 66hain
administrative "its applicable therctia
1.37. Subconlraclor-.An individual, firm or corporation'
haviiig a direct oantrinct with CONTRACTOR or with any
odic . r - Subcontractor r tractor . to I r " th , c parformimir too of a parr; of the
Work at thc-kfe -
.139. Jupplernentary Conditions4he pan o I f thei
Contract Documents 'which amends for supptements these
L40. Supplier —A mantifitchuar, falitiLinar, supplia,
distributor, mattirialman or vendor hav mg 0 direct contract
with CONTRACTOR or with any 'Subcontractor to
furnish nuiterials or equipment to.be momporatM in tha
Work byCONTRACTOR cr any Subcontractor.
1.41. UrrdergmundJ,=ih1iesAJl pipelines,. conduits,
dicta`cables, wirest, manholes, vaults,-timics,'turinels or -
.the, such facilities or attachments, Said an c, ncn- ants
comaid such faeflAitsif , whi6whichhavcbe - - installed
urdergound to fitinah-itay oftlin following .services ]or
.materials; electricity, gases. steam :liquid petroleum
,pr"oducts,. telephone, or other communications, cable
television, sewage. m and drainage removal, traffic -or other
Oat of systems or water.,
142. Unit Price Work -Work to be'paid for,;rnl the basis
of unitpriees.
1.43: Work —The entire cmpleted:comWction or the
various separately identifiable partslhcreof requaod to be
furnished umler the Contract Documents Work includes
aid,is the result,of perforritrne or furnishing labor and
furnishing and incorporating materials and equipmini into
the comtniciion,.and performing or furnishing services and
furnishing documents, all'as required by -the -Contract
�Documcnts.
1445. Written im mimant-A wriucn aracr+dmenl of the
'Contmct Documents, signed by OWNER 'and
CONTRACTOR ;on' or after, the Effective Date of the
Agreement and normally dealing with'the ttonengincering
ornontechnicai rather than strictly construction -related
aspects of the Contract Documents
ARTICLE 2-PRELRMNARY MATTERS
Derhery,ofBondv:
2:1, When CONTRACTOR delivers the. emcuted
Agreemmts. to OWNER .CONTRACTOR .shalt :also
deliver to;OWNER.such Bondi as CONTRACTOR may
berequiied to.fumish in accorderae wnh paragraph 5:1.,
Copies afDocurnenis.,
2.2. OWNER shall Furnish 16 CONTRACTOR.up to ten
copies (unless otherwise specified'in the Supplementary
Condrtnons) of the Contract Documents as,ore reasonably
nneceisary far the ezecut csj of the Work Additional copies
willbe funushed al3m request, at the cost of reproductica:
Cornmencenent of Contract Timesi Notice to Procee2
,23r The Contract Tunes will commence to nm on the
thirtieth day after the Effective Date of the. Agreement, a,
•FJCDCOENIXAL CONDITIONS 191"(1990 Men)
w crry OFFORT COLUIS MODIFICATIONS(REVaaoou):
if a Notice to Proceed is'giv&L on the day indiaded in the''
Notice: to Proceed: ANotice to Proceed may b-e:.given at
any time within thirty, days afte.the .EffecM1we Date;,of_the
Agreement - -event
semmenaeite-ran-later -h bi;a11 ietthetlay
o4Bid opeitmgorihe diirtiedrdey-aner-the-EtfmtivPate.
of-6teAgrecmarh-wlac3iever-datciseai7ier-
Starting the Work:
2A. CONTRACTOR.shall.stan to perform "the Work
on" the elate when the ,Contract Tunes commence toiun,
but no -Work shell be: done at the site prior to the: date on
which the Contract Times commence to run.
Befrire Starting Con .Ciuction.•
the
to ENGINEER any conflict, moq
with
error, ambiguity. ; or discrepancy in ..the
Documents, unless CONTRACTOR:. knew ogre
should have known thereof -`
2.6. Within ten dayyi?sftcrthe Effective Date of the'
'Agreement ,(unless otlierwise..specified in the Gencml
Rcquircmems), CONTRACTOR shall submit -to'
ENGINEER for review:
2.6.1. a. preliminary progress.sdnedule indicating
the times (numbers of days or dates)_ fm starting and
completing the various stages of the Wort% including
any Milestones specified in the Contract Documents:
2.6.2. aprelim indry.schedule of Shop Drawing and.
Sample submittals which will list each required
submittal and tho.times for.submitthtg, reviewing and
procescmg such submittal;
.2.6.21. In 'no :case will a tschedule be
aoc-' b1e-wh,h. allows less than 21 calendar.
days toLeach review by Enaineec
2.6.3. A preliminary schedule of values for all of
the Work which will includeguantihesand prices of
items_ aggregating the 'Contract Price -and, will
subdivide the Work', into component pans in sufficient.
detail to serve as the basis fur progress payments
during cnmtntdion Such prices, will include an,
apprbpnate amount of overhead and profit applicable
to each item of Work.
2.7. ,geforr 'any.. .Work ,atthe site isstarted,
CONTRACTOR end'AWNE1t shill eee'-Acliv' to eke:
r+ther OWNER with :copies to
a_tlIeENGINE
n
u
•
0
•
•
O
0
0�
O 2
ZO
O LL
Q
W co
U)
0
0
0
o
S
o
0
0
0
0
NeV
,7D
r
M
N
27
N
O
N
O
v
U
sv
r»
c.s
y
vs
cv
r»
zs
ss
vs
O
u
V
u
.7
m
rn
F
g
j
m
n
n
o
m
rn
o
`°
O
G
C
R
�y
ry
p
N
U
O
O
O
O
O
O
N
O
h
r
16
h
O
n
p
O
A
aUa
r,�
U
a
�
u
a
U
e
m
�
o
z
d
2
ZS
V
C
6
Q
zZz
Y
Y
Y
Y
Y
Y
W
z
U
U
U
U
U
U
W
F
F
F
8
S$
g
A
S
O
UUUIM
pU
o
a
a c
�
(n W
A
N
E
ca
z
a
I
a
0
N
J
N
N
�
C
j
m
c
O
1
Q
fy
N
.a
C
c
f0
En
a
(D
m
Y
0
'`a
0 ¢ a 0
certificates of insurance (and othar'evidence of uiwmce
:gn== requestod bry OWNE which
is required
,purchase . ------
am mendam m accordance with
Preconstruction Confaence..
: Init-Hy A1c-ThrN1.S1h1d.1k-
9
ARTICLE 3—,CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE
Intent
3:1. The Contract Do meets comprise -the entire
a*e:ment between 'OWNER' "imil CONTRACTOP
monZcminj 'the Work The Comraw ct Dommts are
complem I entai I y: wh I it is called I for I by one is as binding
g as'if
if
called for by all The 'ContmctDocuments will be
commacd in accordance with the law of the place of the
11,6je c(
`3.2. It is the intefit of the Contract Domiments to
EKWOE4PRALCONDITIOM19104(199OEdOM)
0
complete Project(or part thered)
accdr&Tici with the C(MiirML
4 materials or.eqaipmem that may
from the r:ontrad Docurnents:or
or trade usage as being -re"ceibid to
result, will tie furnished iM
Mot, scecificiillv called 6r. When
3.3. Reference In .9andardF and Sixcificatiotis of,
Terhnic'al Sociefitis; Repo;Wnj ;and Resohiag
Discr"nda:
3:3.3. Except as otherwise specifically stated'in the
Comm, Dci�mc'nts' or as may bi pmvl&d .by
amendment or supplement thereto i=ed by me of the
methods indicated m para'Staph.3.5 or 3A the
provisions of the
I Co'mr'ict'Doumen'tIsL shall take
precedence i,np any ?onfl-qt.,cror. ambiguity
or 4iscrcpsny.bctmrccn
the provisio4iJMc Contract
Documents and:
3.3.3.1. the provisions Hof any sttcb standant,
spieffication, marntal,'ci* or instruc'tim'(whdW
br,mt.s*ifimny'inc,cWatedbyiefeii 11i'mithe,
Contract Domments), or
3.3.3.2:: the ,provisions of any such Laws or
Regulations applicable to the, performance of the
Work (unless such an interpretation _of the
provisions of the Contract Doctunenis would result
in violation of such Law or Regulation);
'3.4. ,Whenever in the Contract Doctunenis the terms 'as
ordered",."as_ directed., 'as,rcquircd„ "as allowed% '.'as
or adjectives of like. effect -or. import arc
e .a rewirementr direction. review or
furnishing or performance of the Workor any duly or
authority to undertake .responsibility contrary to the
.provisions of paragraph 9.13 or any other provision of the:
Contract LNocuments.,
Amenrfing and 3uyple irmling.Contacr Docainenrs:
3.5. The Contract Docwnents may be amended to
provide fm'additiaiis, deletions and revisions intheWork.
of to modify the terms and &oniditi(16 thiireofvin one or
more of the followmg ways:
f3:5.1. afomial Written Amendment
:3.5.2. a Change Order (ptmward to, paragraph 10.41
or
.EXDCaENMAL CONDR1OM 19104 (1990 Eddo)
%iiairy 6FFORTOOLumm666cAnoO s(REV412000).
Ll
3.5:3. a Work Change Directive (pursuant to
paragraph .10.1):
•3.6. In addition the requirements of the Contract,
Documchis may besupplemented, and minor variation:
and devim6fis in the Woik'may be authorized, in roe or
more of the followml; ways:
3.6.1. A Field Order (purmant to pamgmph9.51
3.6:2. ENGINEER's approval'of a Shop Drawing or
Sample(pursuant to pa"ragraphs6.26 and 627);:or
3.6.3. ENGINTER's written interpretation or
clarification (pursuant to paiegaph
Reuse ofDocurrienls
and any Subcontractor or
or cremizati6n berforminR w
on mensionsoi me i' oject or any omen- project wnnout
written eoasem of OWNER and ENGWEER and specific,
written verification or adaptation by ENGINEER:
ARTICLE 4—AVAILABILITY OF LANDS; ,.
'SIJ&SURFACE ANI) PHYSICAL CONDITIONS;
REFERENCE POINTS •
Availabilily ofLanrls_
5
7
9
0
:CONTRACTOR shall provide fcr,'all additional laxids and
access thereto that may- be . required fo'r temporary'
construction facilities or storage of materials and
:equiprncnt� I
4.21. Subm.1faciandPhysichl Conditions,
4.11. Reports and Draniitgs: Referenci'is made to
,the Supplementary Conditions for i-dentilicitionof.
4.2.1.1. Submarfa&e, CofidMons: Thaselreports of
e'vlorations'and tests of stibsor[Ace"canditions,ut,or
" t " to the site that have been utilized by
'MER in pmptira8the Commot'Documents,
and ,
4.2.1.2. Plo,iical Candtiohs; T hsiisedrawings of
Physical conclitions in 4 relating to costingsurface
or subsurface structures at or contiguous guous I to the site
(- Underground Facilities) that have been'
.tilti `by WGINEEk'iii preparing the �Contract
Documents.
* - 2:2:1. the &omplctcficist� of sucli reports and
drawings for CONTRACTOR's- purp=,
including, but not limited to.
'- any.aspectsIPFthe
=ethckb;techniques, soqumces. and
of construction to :be
employed by
CONTRACTOR and safety precautions; und
programs bicideritthereto,,oi
4.2.12. other data,- imerpretations, *inions
and information ocittinhed in such reports or shown
or indicated in such" drawings, or
4 12.3. any CONTRACTOR interpretation of
of ebKelusiI'll
., . '' fr n'dmwn om�afiy "technical data" or
my such dita, in atiots , op.=6m-, or
inrmmatio
4.23. Notice, air Diffiring Subsumfwe or Physical
Contlifi='._ It 'OdNTRACTOR believes that -any
subsurface or physical orneditiori at or c6migisousi to the site
that is uricovercil'or revealed either.
4.13.1. is of such a nature as to establish that
any
n technical data 'on which CONTRACrOR'is
' entitled to rely as provided inParagmphsA.2. I:arid
4.2.2i'mat .
maternally inacciisme,I or
4.2;3.2, isto f 'suc: h a mature as to require,.a
charge in the Confiact Documents, or
4.2.3.3. differs materially from that shown or
6 EJCDCOEMM& COMT10M 191" (1990 Editi'st)
IMI &Tli bi-FOR I TC I OLU M1. M0DMCAT10i4*iEYainM),
indicated in theCbntract Doctiatems. or
4.2.3.4. , is of an and differs
materially from conditions ordinarily encountered
end 'g'c'm'mHy'rdcogmw'd as tolier rent in work, of
the' character provided for in the C&umct
Documents, then
CONTRACTOR shell. eremolh immedukehe safer
' cr-liarfbmi any Work in 6ohhcctidh theiieivith (civsdP: as
aforesaid) until rcti6io of "Itch ordei t6d6so:
4.2.4. ENGINEEM Review ENGINEER
' wptly .review the NnincriCconditions, determinethe,
necessity of OWNERS obtaining additiaW 6xploration or
tests with regiiat tliacto'and adviserOWNE R in writing
ewith a 'copy to c6NTRACrOR) of bNGINEER'Sr
ndings and cxmclusioras
4.2.5. Passible. Contract Diictmenly Chainge: If
ENGINEER concludes that a cha*'irythd Contract
Doinuments-isroq'U'IM'ditan ntiltoffl cm-diihim-ithimmee
one or more of the categories in paragraph 4.2.3. a Work
Change Directive,or a -Change Order will be gissue&m'
provided in rArlicle 10 to mfl&t* and doduniem the
conscquencesdf kch'chan9c. '
4.2.6. Possible Price and' Tenies A*Lsittients: An
cquimble adjustment in 'the Convect Price or ins the
6.mriict Times. or both, will be allowed to the ement that,
the existence of such unwvczvd'6f'e6veaIcd condition
cause; fan iftc:ietue or dc4iiasc iriCONTRACTOR'S C69.
of or time required for performance of the Work-, subject,
however, to the follo": . I
4.2.6.1. such condition must meet any -me or
more, of the ne . s describedin
ritragm 4.2,3A, inclusive
,phi,l.23.1 r=
4.2.62a chan _ ge in the Contract Documents
pursuant to'Pimi'6aph 4.2.5 will' not. be an
"automatic authorization 617 nor a condition
prmdmtto'=tiacmeniioany such adjustment;
42A,3. with respect to Work that is paid I'm
on i Unit Pride Wsis; moo idjustraim uiWamut
Price will be inibicet to the 'provisions of,
Pamj;raIlhs00 and 11.9; and
:4 .2.6.4. comkAcToR shell not be cnititiod
to any,udjumncint;mthe Contrad'Price bijimes,
if
4.2.6A.I. CONTRACTOR lasew :of
the existence of such conditions at the
time CONTRACTOR 'made ri�_ -fifiii]
commitment to .OWNER in resPect, of
Contract Prim and Contimcf-Tinies'by the
submission ;of abid or becoming: bound
give written notice.to this
undera negotiated conirnct Sr-
ENGINEER ENGINE.
Underground Facility, a
4.2:642. the existence of such
any.jwwhicha change
condition .could, reasonably Have been
Doimmcats toreflect aria
discovered or re4eahed'as a result oflany
of the existence of.the
examination, investigation,, egilorstion,
ENGINEERcoitcludei't
test or study of the site and "contiguous
Documents is required, a
areas required by the Bidding
Change Order.will beiss
4:2.6.4.3. CONTRACTOR failed to
the -Contract Nice or an extensii
give the written notice within the timc'and
Times, or both, to the extent that t
'to
as required br paragraph 4.2.3.
the existence of any Undergroin
not shown or indicatedin thc`C
If OWNER andCONIRACTOR,are -unable to, agree. on
and that CONTRACTOR did note
entitlement tom as to the amount'or Ionsth' of any: such
trot reasonably have been tarpcctc,
equitable edjuslipent in the Coilrect Nice ur Contract
n3haveanticipatcd. IfM R•ar
Timcs,. e'claim, may be made therefor as provided in
sreurxiW to agree on entitlement
Ahicics 11 and 12. However, OWNER, ENGINEER -and
length of any such adjustment it
FNGINEER's •Consultants shall not be liable to
Contract'rimas, CANTRACTOR
CONTRACTOR for any claims; costs, losses or damages
therefor as provided_in'Articles 1 I
sustained by CONTRACTOR on or in connection tvitli.any
OWNER. FNGTNEER an
other project or anticipated prcj&L
C&MtanLs shall act be liable to C
ally 'claims, ooats. Iosscs,m dal
43. Physical Cond6on. Underground Faciliies:
sustained by CONTRACTOR,oi
-
with any other project or anucipatc
43.1. Shoµeorindcated.•'fheinformationaraelvan
'shown of'Irdlcat�'N the Contract Doenmards With
Reference Pointr
'respect to existing Underground Facilities 'at or.
,contiguous to the site is based on information arid data
44,,, " !OWNER shall provide cnjgo
"furnished to OWNER o.ENGINEER by the owners. of
easblish" reference 'points for cons
:such Underground Facilities or by others. Unless 'it"_is
ENGINIM's judgmerR are nece
otherwise expressly provided in the" Supplementary"
CONTRACTOR to: proceed ' u
"Conditions:
CONTRACTOR shill.be responsible
Wok: shall protect and presenethe e
43.1.1.OWNER and ENGINEER shall not be
points. and shall make no changes or
responsible for the accuracy,or eompleteness,ofaity
the prim written approval of OWNER
such infmrmuion crdata; end
shall report to ENGINEER whepeder
EKUCGBNEM CONNTIo1519108 (1990 BMW)
_
w/ a7Y OF FORT ODI. W INS MODiFiCATIONS (REV AIL W a),
if
nay make claim
nd 12. -However,
FNGINEER's
iNTRACfOR-for
ages'lrcurred or
o .in connection
project
cnng surveys to
action which in
is"lost or destroyed 4 requires relocation because of
necessary charges in grades or locations,. and shall be;
responsible fort the accurate replacement or: ret_ocation,of
such .reference -points,. by professionally. qualified
perspniiel:
4.5. Asbisivs, PCBs, Petroleum, Ifnmrdous Waste or
Radioadnm Material:
7
•
0
r] L
0
FJCDCOQffRAL 9qb1tX710M 19104 (1990.Edfim)
ul = OF FORT COLLIM MODIRCATIMS,(REV 411000)
E
ARTICLES, DONBS ANI) INSURANCE,
Performance, Payrqvil an, dO.MerBoneL,
5.1. 'CONTRACTOR shall fiahish Performance and
Payment Bonds. each in an amount at least equal to the;
Contract Price as security for the faithllid perlbirmanca and
typin, of all COM17RACEORs oblipticms,under the
mrad Docianents. These Bonds "shall r6nairiffi eff&t.
it lease until- one year after the Ua6i'whrn rural payment;
beouireS d6e, a 0'aq jjoVidedLcaheiwise.by Laws or
or
of
in
,or
5.2. Af.-the surety on. any Bond finnished by
CONTRACTOR. is declared:a barkrupt or becomes,
insolvint.of
'is right,M' do bu siess s'termamed miany
I state where SO, Pan of the Project is located 4i'd oases to'
meet the're ' f ''' quirementso paragraph5.1, CONTRACTOR
shall within ten da". thacafter;mbstitute another Bond
and 'surety, both of which must. be acceptable to OWNER.
5.3. Miiehsird Surefin and Insurm; Ceritficatei of
hianvnca:
C0NTR4CT0R'sLiabifi61n=A2n&e
obligitiocis under the Contract'D6cam;ents: whether it is to
be performed or furnished by -CONTRACTOR. any
Subcohuiclor or Supplies, or by any6ne directly or
indirectl employed by any of them to perform offamish
any; of Work: or by anyone for whose acts any of thanminy heliable:
5.411. claims uirder workerscompensation, disability
bcricrits and other similaremployce 6crelit gets;
5..,4.2, claims for damages because of bodilinjury,
Octupau . mail SIcIMM or disease, ' M ,death of
,CONMACTOR'iemlilcycis; -
5:43 clamns7for damitges,because of bodily injury,
,sickness or discase, or death of any person other than,
C.ONTRACTORiemplcyccs;
MAOMMY
of sus
IZ at
5.4.5. Antis FwcIantages, other than'to the Work
'itself bicause. Of inI o ty to r'-destruction of tangible'
:property wherever . located; :mcluding l6si of use
resulting therefrom: end
5.4.6. claims for damages because of bodily injury or
.death of any perx'p or K?'perty"dam'age arising out Of
the ownership, . maintenance- isinteraince or use of any macir
vehicle.
The policies of insurance so required by this paragraph 5.4
to be purchased mrKI maintained shalt;
5.4.7. with respect to insuiiInoe required by
panignip ' hs 5A.3 through 5.4.i5 inclusive, and 5.4.9.
include [as idditional insuieds (subject to any
customary exclusion in respect' of profissional
its identified
imn shall be
covem6a for
of all such
5-4.8. include'the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or req
uired Eby, Laws or
Regulations; which6ir is greater;
5.4.9..include completed operations insurance;
EJCDCCENERAl CONDITIONS 19105 (1990 Edgm)
-&taTy6r-FORT COLIJMM66h,I'CATiONS(RSV 4.nODO).
5.4.10. include contractual liability iWAMUke
covering CONTRACTOR'S indemnity. obligations
n uer parigra I
I "d-1 phs 6.1.2 606'Brid 6.31 through 633;
5.4.12. remain in effeit it least until final payinent
and at all times thcrcificrwhat CONTRACTOR 'may'
be correcting, removing or replacing defective Work
In accordaricewith ppragraph 13.12; ttro'
with respect to completed 61,x-ra to , It as x,.and any itisurance coverage written on a
nade basis. remain in elfect4or at least two
has
OWNER's Liability Insurance:
at final
5.5. . In addition to,irammcc required to be provi&d
by'�CONTRACTOR under paragraph54OWNER. at,
OWNER's option, may 'pwchtiic :and maintain it
OWNER's experie-OWNER'sl6wri liability utstrianot'as
will protect OWNER apinst diinns which may arise from
operations unciar the Contract Documents.
Properly In-m . nce.,
56.—Unliw,,atheAwi-e-ff'ovided-Hi4he s;urplamentary
Gonditiom—OWNER--sIvil nd—maintain
of -the -full replocemmt-cost-thereof-.(subject=-to-suoh
-5;64 --- include—the—imereina—of --- OWNER,
El�Pls ad an Mer mems or
t6,_ a
-C o'nditi n';
aii� .
eachend drag-belisiediisen-ussured;or=additioanbiiieured;
lh,t4l:�: 64 7
the followin
�g
Cl
0
'5:6 -3.— irk I uk--'tx* p e ns e3--irre u acmd—1 m—th
ml - _of n, iy4rem red -p i4at3,, (iml u 'cb =&bu'r=
5 6 4 mm-4 m-' .1 sho site
o-m- ntmg.by
FmenMnve' dean
Hl rt
38.the-meiiilnined-in-eReet-tmtil-futeF-peymrnt; is :MA
sq'M
11
:5.9. OWNER shmU hot be responsible for pwchaging
,and maintaining, any. propc4 kiulanc'e to proled the
interests of CONTRACTOR, SubcIontractom w others in
7
10 VqOCqp" M 9O?iMMO191" (IME&dw)
ul/=0FF0P,T0DLIAM . MODIFIC . ATIO"-V9n000)
0
tt!ftn�2 R m4kh-f'sf � si-eh �she-i
5.11.2. hi Wditi I - - * — . FighN
egeinsi 811 Q18
471 Mtt OVthetri: for:.
beyond-4 weEt—physlica to
OWNER'
and agents ef aRy 09them.
ReceipitandApplicati.on of Insurance Proceeds.,
5,12. Ahy insured, lossunder the, policies of, insurance
required by "paragraphs
hs 5.6 and 5.7 will be adjusted with
OWNER and made payable Io OWNER as fiduciary for the
'insureds, -as ' thived interests may uppcur. subject 16 die
r6q6irements of any applical,16 mortgage clause and of
Dinair6la'533. OWNER shall- deposit in ri'scverite
the Work, such use,or
in accordance with i
account of any such partial use or w
,ARTlCLE6=C0N`TRAC-l-0R-S.
RESPONSIBILITIES
darmagcd Work shall 66'�' r6l�aircd creplaced, the moneys so`
received u-pplied on account th ctfrd the Work and the
cost'ithercof cowered by an appropriate -Change Order or 'Surperi-ision "dSuperintividwec
Written Amendment. - . 11
6.1. CONTRACI'OR shall supervise, inspect arid
.5.13. OWNER as fiduciary slisill have power to, adjust direct the Work c6inpetently :and efficiently, devoting
and settle any •leca with'the :insurers unleiii one of the such anamim" thereto... and "applying such skills and
'parties in interest shall object in writing within fifteen days expertise as may be necessary to perform 'the Work in
after the occurrence of loss to OWNE'R's mercise of this accordance with the ' Contract Docannevits.
powcr. If such objection be made, OWNER ',is fiduciary CONTRACTOR shall besolelyre.-Whsible for thcmeans„
shall'make settlement with the iriSUTC-17S maccordance with th6i" technique,, sequences and 'proc ures' of
such agrcemirit;as the parties iminterest may reaeli Ifrio ccrnstrubtior, but CONTRACTOR shall not bc'rispmasiblc
,such agrecmcnt among the parties-in'interest is reached, for the negligence of others in the &—sign or specification
OWNER as fiduciary shall adjust and settle the loss with of a specific means, method technique. sequence or
the insurers and; i -requi ny.p" in procedure of commaction which is showner indicated in
Acceptmce o(fion dv and Insummee;,Opfimi tv'Replace:
6.2.
times
under
will' be
Labor, Pfasqls and Equipment:
6.3. CONTRACTOR shall provide competem.,
suitably qualified personnel to surirey, lay out and
construct the W4k as rectuaired by the Contract
.Partial Udkzafion—Property Insurance:
5.15. If OWNER finds it necessary to occupy-or'usefa'
pEktibn' or portions of the Work prior to Substantial
EXWGENEMCONDIMON31910-8(19WE&dW)
.1 CITY OF FORT COLU M MODIFICATIONS 064i 4/20001
0
0
A
0
11
6.4. Unless otherwise -specified in the General
Requvemerits• CONTRACTOR shall furnish -and assume
full responsibility for .all materials, equipment' labor.
tmnsportation, construction equipment 'and machinery;
tools; appliances, fuel, power, light,heat, telephone; water;
si•viimry facilities,•tempry om.:facdities •.arid -all other
facilities and incidentals necessary for the fomishing,
performance, testing, start-up and completion 'of the Work,.
f'urohaiing.estricl ft CONTMCTOR
must conip)v'witFi do.RCitv'sdurcfiasint restrictions. A
copy of the resolutions are available for review in the
offices of. the -purchasing nnd- Risk: Nlnnagement
Division or the City -Clerk's once.-
6.4.2. Cement, Restrictions: City of Fort�Collins
'Resolution 91-121 requires that suppliers and producers
of ccsncofor prodders conmining'ccment to ccnify'that
the cement was rrol made in cement kilnsthat bum
.hazardous waste iisa tucl.
`65: All materials and eiryipmeht. shall be of good
quality and new, except as'allierwise provided in the
Contract Documents_ All , warranties and guarantees
specifically called for by. the 3Pcciftcatiors shall ex-messly
tests) M.tc
meat.. All
�Progre gehedrfe:
6.6. CONTRAMR shall adhere, to the progress
:schedule established in accordance with paragraph 29 as it
maybe adjusted from time to time as provided below:
6.6.1.:CONTRACTOR 'shall submit to ENGE=-
Cor accepterice (to die extent iridicateil in
jiaiaggrraaph2.9)jproposed nCjusmrems.in tke progress
�schcdulc that,wdl apt chango the Comma Times'(ar
Ivhkstona). Such adlusmtems tyillconCamgerrcrally.
I.
the progress schedule then in et%t and addrhonally
w ill comply• wnh any'piodisions'of the General
Requirements apphwble thereto
6.6.2. proposed adjustments in the progm schedule
,that will change, the Contract Times (or Milestones)
shall be submitted in accordance with the regdocrnents
,of paiagruph1,21 Such ailjustnents may: only'be
made by a Change Ordcr or Written Amendment in
accordance with Article. 12:.
6.7. Rabsiftta and"Or-EgaprPliems
6.7.1. Wheneya.en ilern of materiel or equipmentis
specified or described in the Contract Dohiments;by
usir4 the mine of a proprietary item or the name of a
ParticularSupplier, the speeifimtion or description is
mtended.to establish'the type, function -and quality
.required! Unless the specification or description
EXMOEMLa LCONDIT1OM]9108(t990E(fitim)
12 rid CITYOFFORTODLIAM.MODIRCA-nOl4Sfk';V4/1a9a),
oomoins,or is followed by words ieadirC that no like,
'equivalent or, "or -equal" itemor no substitution is.
permitted, other items of material a, equipment or
material a equipment of other"Suppliers may :be
accepted 'by ENGINEER under the following
circumstances: ... .
6.71.1..99r-EquaP`..:If in ENGINMR's sole.
discretion 'an item ;of material a,euuipment
or
'as "supplemented in the
'and as ENGINEER,miiy'
under the eircumstences..
' prop osed'sutistitutc items;
nt will not be accepted by
anyone- other than
;ONTRACTOR wishes to
titute item of rilat6ial or
CTOR shell first make:
eat. R any. to which the :evaluation
nce of the proposed substitute will•
ONTRACTOR's achievemem of
-empletion on time; whether or not.
tithe substitute for use in the Work.
a change in any of the Contract
(or in the provisions of any other
icl with OWNER -fa work on the.
adapt the design to Jhc proposed,
a;
'by� the "resulting change, all 'of -which will.be
considered by _.ENGI= in evaluating, the
pr substitute. , ENGINEER may require
'CONTRACTOR"to (umish eilditional data about
kproposed substitutc.
63.1.3. COA RACTOMY apehse:..All datatobe
provided by CONTRACTOR in support. of,my
proposed "or -equal" or substitute item will be in
CONTRACTOR's expense.
472. ,SubsBnite 'Cons'inreiion Methods
Procedures: If a specific meani, methoit, tech
sequrnce or procedure of construction is sho
indicated in and-eimressly reouired In, the G
M
to furnish
a
be
6.9.
;r or rot GNOINLWi
oposed or submittedby
.,TOR shall , reituburse
.of. ENGIN'r 'and
r evaluaiii* each such
6_8. ConcembiR Subcontractors; Suppliers and
Othen:
CONTTRACTOR shill aerfortn iiot leas Bran 20
percent. of the Work with is -own -faces fthat. is.
withoufsubmntradinel. The 20 oercenDreauimment
shall be.mderstood to refer to'the Wort: the value of
which totals not less then"20 percent of. the Conuact"
Price
-
-.tJCDCOENEKAL CONDITIONS 1910E (1990 MUM) "13
. ,.. ..
w/ t]]Y OF FORT NL W Id MODII.7CATIONS (RfiV A/1000),
11
0
AGREEMENTFORMS
00520 Agreement
00530 Notice to Proceed
CONTRACTOR shall be solely responsible
:heduGag ;apd coordi at .the Work of
atraaors. Suppliers and other persmss_and
zalions'performittg or, furouhM xiry of the
•under a direct Q indirect 'contract with
'RACYOR- CONTRACTOR shall rmpire:all
rirsctors• Suppliers and such other persdrit and
rations performing - or furnishing,, any, of the
to ccmmunicute with the LNG.OtER through
6.10. The divisions and section's'of the Specifications and
the Iiden66catiom• of any Drawings shall. an" control
CONTRACTOR in dnviding the Work among
Subcontractors or Sopplteis or delineating.the Work to be
performed hy"any jte ,io badc. .
Patent Fees and Royaftres:
of
royalty to others, the existence of such rights shall be
'disclodcd by OWNER,iritha Cm"ul DocumcMs. To the
1,4 EJCDCOENMCC011D'nOMf910.E(1990Edduo)
wlCITY OFFORTCOLLIt S. MODn7CATIOM ft,IP000)
0
Perthi ,
6.14. LawsandRegalaaons:
6,14.1. CONTRACTOR shall give all notim and
oomply with all Lai" and Regulations applicablc to,
furmslung and performance of,th"e Work. Ekcepl
whae' otherwise. eigiressly re3mred by Alipliceble,
Laws .and Regulations, ncither' ;OWNER nor
ENGINEER shall be responsible for monitoring
CON'rRACTOR's compliance with any Laws , .
Rcgulntipns.
6.14.2. If CONTRACTORS Worms -any Work
knowing or having reason)o know.66i,it is contrary
Taxes
6.15. CONTRACTOR shall pay all sales, consumer,
'tise ,and other •.similar` takerequired. to be paid by
:CONTRACTOR in accordalee with the Laws -.and.
Rcgulatioris.•, of the place of the Project which are
applicable during the performance of the Work.
6,_15.L OWNER is exempt from Cotomdo State and
load sales 'and .use taxes on materialsto be
permanently .... - reur..orpo ,ted into the:proiect:. Said taxes
shall not le'mcluded in the Contmn Price.
dam. .
Colaado Department of Revenue
State Capital Annex
137551hennan Street
Denver, Colorado, 80261
Sales and Use. Taxes la the .Sute of Colorado
Renionnl Transportation District (RTD) and certain
'Colorado counties are collected by the State of
Colorado and are included in the Certification of
rxem tion.
Alf applicable sales and Use Taxes (includirtg=State
collecieil taxes), on any items other than' construction
'and building materials physically incorporated into the
a ect ere.tn be id .CONTRACTOR rind me to
mcluded rn appropriate bid items.
Use of PIends
6,18. CONTRACTOR shall not.lced nor permit any, part
,6f,m3—structure to be loaded,'in en>>•;memier that .will
endanger the structure, not shall COITRACTOR subject.
my. part of the Work'oradjacent property to.stressrs a
t pressuras that will endanger it.
Record Docunre w
F.ICUCGENOtAL CONDITIONS 19104 (1990 MORI
a/4TY OF FORT COLLINS M6biFICATIONS (R6A/ra0a),
Safer}' and Prorecti :
6.20. CONTRACTOR .shall be responsible fa
initiatirt% maintaining and supervising all safety'
precautions and programs in connection with the Work:
CONTRACTORshalltakc Mall necessary praatto.aic`for
the safety oC and"shall Provide the necessary prolectionto,
prevent damage: injoy or Hiss to:
6.20.1, all persons on: the.Wcrk site or who may be
affected by the Work;,
6.20.2all the WorVarid'materials and equipment to
be incorpantcd-therein.• whether in storage on.or off
the site: and
6.20.3. other property at the site or adjacent thereto,
including trees, anrttba, lawm wa0:s, pavements,
roadways, structures, utilities; .and Underground
Facilities tint designated for removal, relocation ,or •
replacement in the coum of construction.
CONTRACTORshall comply, with all applicablc Laws
and Regulations of any public body havingjunsdlction for
safety of personator,property or to protect them from
damaeo.'iniury a loss .oad shall. sect and maintain all
(ceptdamage or
a.Specifications
GNGINUR or
loyed by any of
n may be liable,
, arwholeor to
ACTORor any
or organization
any of them).
ies for thc"iiky
until suck time
ER has issued e
15
r�
lJ
notice.to;OWNER and CONTRACTOR yin;accordance
.with paragraph 14.13 that the Work is accepteble'(eeoept ai
otherwise expressly provided in connection with
Substantial Cmopleuon): '
6.21. Safety M*&eksdve.
CONTRACTOR shall desigate . o _quafified and
experienced -safety representative at the.site,whose duties
dad resPmsibilities shall belthe,pret emion of accidents and
the mamtaining and supervising of safety prec6uti6m aid
prdgmrna
Ha:.ardConrmunicwrion Progro7-
'6.22. CONTRACTOR shall be responsible; fir
'coardunstog any exchange of inataial safety dma sheets or
other h zird communication information required to be
made available to or exchanged between or among
cinployers at the ,site^ in accordance with Laws, or.
Regulations. . Lay,
, .
Fniergeneiev:
624. .5*0? 6nwfngs andSamples:.
6.24 2. CONTRACTOR shall also submitSamples.to
-ENGAEER for review'and * approval in -accordance
:with. mid accepted schedule of Shop lkawings.and
--Sample; submittals. Bach.Sample will be identified
.clearly as to materml,',Supplier, pertinent data such as
catalog.nambers'and.the use for which intended. and
.otherwise' as ENGINEER may require' to enable
ENGINEER to Tevtew'the submittal for the limited
16' F.KDCOEMMALCOMMM 191H(ImEdtim)'
uVr3TY6FF6RT6oLbm .MODIFi&TtoNs(aEV4n000)
0
purposes.requ'wed by paragraph6.26. The nambens
of each Sample to be submitted will be as specified in
the specifications.
6.25 Submirrnf Procedures^
6.25.1-Before submitting each Shoe Drawing or
Sample. CONTRACTOR shall havedetermined and
verified.
6.25.1.1. all Geld meaLsuremenis, quantities,
�dnmensionsi, specified performance, criteria;
insinllntion requirements; materials, catalog,
:numbers and similar -information with respect'
thereto,
'6.25.1.2: all materials with respect to intended
use, -fabrication, shipping, handling; storage,;
assembly and ' lnala tion patabung io the
per f " ncc of the Work, and_ '
i6.25.13. all, information relatiJe to
�CONq RACTOR's solo responsibilities in respect,
of means, method; techniques, -sequences ;and
procedures of corutruction'and safety precautions
andprogren sincidentthercto:''
CONTRACTOR shall also Have reviewedand
coordinated each. Shop Drawing or Sample with other:
SFwp, Drawings and Samplesand with the
requirements of the Work and ,tire Oltrect;
I)ociimerits:
6.25.2. Fach submittal will bear .a stamp; or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations tinder the Contract.
Documents with respect to.CONTRACTORs rcvi iv
end approval of that submittal.
6,27. ENGINRERs review. arid apprinisl of,. iShop
fiorn
.6.28, Where'a Shop Drawing or Sample L% required by
the Contract Documents 617 th c schedule of shop Drawing
and SamjiV submissions "accepted liy'FNGTNEER as
requirod-by. portigraphI9, any related Work performed
to hlNGJNFER's review and approval of the pertinent
stabinitail will he at the 6 sale T—,nml responsibility of
CONTRACTOR
Conanuing the Work-,
6,29, CONTRACTOR "D carry' an the Work and
adhere I fie to I the progress schedule I dur ing, . all disputes or
diiagriimims With OWNER: N6 Work shall be delayed or
postponed pending resolution of tiny disputes or
disagreements, �otpt as permitted by paragraph 15.5 or as
OWNER dhd CONTRACTOR may otherwise a0ce in
writing.
6.30. CONTRACTOR's Guierat Warrantv and
65rarmaree.,
'630.1. CONTRACTOR warrants and guarantees to
�OWNER, INGITMEWand,ENGINEERs ConsultunLi
'that all Work will be in accordance with the Cataract
Documents :and will not be defecrim
;CONTRACTOR'S warnuity and guarruntee hereunder
cxcludes defi6ts or damage caused by:
6.30.1.1. abuse;, modification or impropermaintenance or operation by persons other than
CONTRACT* Subduatractons or Suppliers; or
6.30.1.2. normal wear and tear under normal
:usage.
6.36.2:cbNTRACT6R's obligation to peronintand
:complete the W&Viri acoordana with the Contract
Documents shall be absolube. � Noneof thefollowing
will constitute an acceptance of Work thtt'is:acit in
EXDC GENSM CONDITIONS 19105 (IM MOO)
wfaiy or FORT ODLUM M66in'&ATIONS (REV4/21100),
accordance with the,Contraq Documents or a release
of,CONTRACTORs obligation to perfixtinthe Work
in accordance with the Contract Documents
6.30.2.1. abservationsbyENGINEER;
6.30.2.2. recornincindatiort of any prolTess or
final payment by ENGINEER;
6.30.2.3. the ismiance of a cartifictite of
Substantial 'Completiorn or any payrnemC by
OWNER 16'CONTRACTOR under die Contract
Documents;
00.2.4. use or occtiparty, oithe Work -or any
part thereof by OWNER;
630.2.5. any acceptance by OWNER or miy'
failure to do so,
630.2.6. any review,and approval of a Shop;
Din"i or Sample hubmirlial a the ilisturiceof a
notice of acceptability by ENGINEER pursuant'
to paragraph 14.13;
630,23. any in.spco on, " or npproval by
othem, or
6J6.2.8. any correction of-ckfective Work by,
OWNFR,
Indithinification:
632.. In any -and. allclaims against OWNER or.
MG=- or say of their respective coasultams, akcnis,
officers, directors cir employees by any employee (at the
survivor or parsaaal repinemative of such empkiyee), of
CONTRACTOR any Subbontractor, . any Stipplicr, any
persotf or or&mzmicm directly or indirectly emplayed by
17
0
0
any.. of tMm'..t0 perform orfilinish any of tM Work a
anyone. for tvhoxacts any. of them may Inn liable, the
indemnification obligation tin da,peregrnph6.31 shall not
be'limited in. any way by any limitation on'the amour or
iyl a of damages,. compensation,o benefits payable by or
for CONTRACTOR or any sudt Subconunctor, Supplier of
son other peror,organimUon-unda workent compensation
acts, disobility benefit nos or other employee benefit acts
6:33. The indemnification obligations of
CONTRACTOR under paragmph 6.31 shall not 'maehd to
the liability of ENGINEER and ENGINEEIVO-onsuliants;'
officers,- direcmrs,, employees or, agents .caused. bythe
professional negligence; errors or omissions of any of them,.
S} Miwl ofObfigahons;
`6.34: All rcprcicntation%, indemnifications• warranties
•end gummaees made.im required by or given inaccordance
with.the Contracl'Doarments, as well wall continuityg-
obligations indicated in the Contract Documents, will
survive final payment oimplet.ond "n aaccejitaiice of the,
Work and tenuiralion 6r completion of tha Agrcc enil
.ARTI&E 7,-OTHF,R 3VORK
Refined Wank at.%it
7:1. OWNER may perform otha work related to the
Projcet at the,sitc•6y OWNER'i own fooes,_w Yet otJiz
direct contracts thereforwhich shall contain General.
Conditions similar to these, or`have other work performed
byutibty owners. If the fact thin such otherrwork is to be'
any :Such other
are unable to
$)MCOENOVI COM%TIOM 19104 (199013dtiea)
18. vddTy.64016COLMr14 MOUItTCAT10NS (ltEv4/1a00)
provsnons, for the tieriefit of CONTRACTOR in said
direct r ontmcls between OWNER"acid sucFi utility: owners:
and other contractors,,
Cooreadadon
7:4.. If OWNER contracts with others for 'that
performance of other work on the:Pr_ojea at the site, the,
following will be set forth in Supplementary Condition:,
74:1: the perry son, Firm, coomtion who will have,
authority and"
nd rcrspno�ibility>,fm coordination of -,the
activities among t various pnmc.66huactors will_bc.'
identified;
<7.4.2. , the jxcificmatters to be coveied by such
authority and responsibility,will be itemizod: and
7.4.3. .,.the eUnt of such authority mid,
rcsponsibilitiesAwil tInc; provided,
Unless othcrwix provided in the Supplementary
Conditions; OWNER, shall have. sole authority. and
resporisiliility m respect of such coad nation.
.. .. _._.
'ARTICLE 8=OWNER'S RFSf'ONSmQ.TITFS
M. Except -,as otherwise provided in. these,General
Condifio k OWNER shall issuc all canmwicafiurts-to
CONTRACTOR through ENGINEER:
82., In.ease of termination of the employmentof
ENGINEER, OWNER shiall appoiia an engmmer;egainst-
whom-.C-ON-TRAC-'OR-makes-no-nesonble-objeetimt;
wh6x stasis tiniler.the;Cokract Imcuments shall be that:
of the forsrier;ENGINEEA"
83. 'OWNER shell furnish'the. data required of
OWNER under the Contract Documents' promptly:and
shall make'payments to CONTRACTOR. promptly when
they are due as provided in paragraphs 14.4 and 14.13:
64. "OWNERs dutiesin respect of providing lands'.
and easements and providing engineering surreyyss `to -
establish reference poets are x[ forth m peregrephs 4.1
end 4.4. Pamgaph42 refers to OWNER's'identifying
and making ;available to CONTRACTOR copies, of
reports bf gacplorations:and tests•of subsurface 6oriditiois:
et the site and draw" of physiod ocrd Lions in existirig"
'structures at or contiguous to: the site that have been utilized
by ENGINEER inpreparii;g the Conima Docianint&-
I b I'l S " 12spivel E f
- fotthirtparagruphc
8.6. OWNER is obligated to execute Changi Orders as
indicated in paragraph 10.4.
83. OWNERs responsibility in respect of certain
:inspections, tests' and approvals is set fbrth in
jAregraph 13A.
-8.9. In connection with OWNER's right tosiop Work or
stv; I pend WA, - we paragraphs 13.16 and 15.1.
qNuapap,h 15.2'&alswith OWNER'S iight to temirate
services of CONTRACTOR tinder wrtain circurnsunices.
obligations
ARTrCI,F. 9�,FNGINEFRT STATUS DURING
CONSTRUCTION
OWNER'sRepresentative
9.1, ENGINEER will be OWITER`s representatve
the construction period. The
dulring- — , dtc and
respombilifies and the limitations. �.of euthority of
ENGINEER as OWMER's representative during
corisbructitin are.set forth in the Contract D6iUments and
shall not be extended without written consent of OWNER
aMENGYNEEP
IlWar to &is:
9.2. ENGINEER willmake visits to the site at intervals
— .-tc� . 1 11 . I I ion as
ED the ENGINEER
to various stages o construct
timns fiecessin'y-in order to obsire at an
experienced aril qualified desigri-profcsiional the progress
,EXMCGENEMCONDITIOM19109(199OEddm)
w/myrimpf ooLiiNsm66iFiCATi6Ni(RiiV412009).
Project flepresenradve.,
931 The Repicwn tivc in,. mat
on n't
vertal TL be with
the ENGINEER and CONTRACTOR, Bul. the
R-will keen the OWNER MoMky.2dlm-matters. The Representative's,
dmILnM with subcontractors will only be throuM or
with
CONTRACTOR:
9.3.2. Duties and Responsibilities. . Representative
will.
9321.Schedules - Review the prmess
19
0
11
0
u
schedule and other 'schedules ---urepared-by the;
CONTRACTOR and consult with the
ENGINEER mncmr ng acceptability.
9.3:2.2. 'Conferences and Mwting = Attmd
nearing with. .the CONTRACTOR such ns
prmomtruction conferencesmoeress meetings
and other job conferences) and Prepare and
crrculatacobtes of minutes oCmeetine§ ,
9:3.2.3.Lisison
0.3.2.3.1. Serve as ENGINEERS liaison
with CONTRACTOR, worlim tximiwlly
through CONTRACTORS-mpeiintendent to
assist the CONTRACTOR"in understanding
the Comract'!Documenls.
93.2.1i Assist in obtaining from OWNER
additional 'details or information when
required, for Proper a mution'of the Work.
%123 4: Advise the-h'NGINFER and
CONTRACTOR of the.commenc wt of
aSho
mnWbmv¢ the' sobmp ihwg nr
not
bcm apaoved by. the'hNGINEER.
9.3.2:4:Rgyjgw oFW,gk. Rejection ofI)ofectjtv_e
Wor Impactions and Tests --
93.2A.I. 'Conductor=site observations of
99 toe R%o ..... _a..
st
i e tcftllt at the Work is taococdina in
aomrdance with the Cmtrnct DommenLa
9_3i2A..3. Aocompanv visiiir>P., inspectors
reorescntnt V blic� or. other. ogencies.having
jmsdicyon'over'dic Project;,reciir<I the resulLv
.of 'these inspections and -rumnto the'
MNULNERR
9.32.5. Imemrete6on :of Conunct
Documents.. Report to-E'NGR=- when
clarifications and inlenmtatiom:of tl a Contract
Doc=mts are needed and I nnnil to
_CONTRACTOR clarification and interpretation
of .the Commct Dmumenis'. as:: issual_bv the
ENGINEER
'9316. Modifications. Consider 'and
evaluate CONTRACTOR'S sugaestiom for
20 EICDCOEFffRALCONDInONR1919A(1990Ednien)
cd 6w OF FORT COIj.IPSMOL)LECATIONS (Rt;V A/1000)
lltoditlattiori bt Dmwinee or Specifications and
nmori these ruommeitdations to ENGINEER-
Aaumtely pmnstnil to CONTRACTOR
decisions issued bMI E'NGIH�ER-
9.3.2.7. Records.
9.3.2.8. Repgts
93281 Fumish ]DIOMER neriodic
Tgwri& a�s required.. of the progress of the
Work .and of .the CONTRACTOR'S.
.e lndulliaticeof witfi-tshohe pro�hedule:aad
,tcti'ee.. 1'u Drewin¢ 'md sample:
submittals,
9,3,18.2. Con ilt with ENGINEER in.
advance =oC scFieduliip+ major tests,
inscectioris or stair of important phases of the'
Wort;
:9.3.2:83. Draft or000sed'Chame:Ordm
-andWork-Directive Chames: 'olHainina
'backup metmal from .the CONTRACTOR
md recommend' to 'ENGINEER Change
Omen Work Directive Cha mm and field
onlers
932:8:4. Report immediately to
ENGINEER -and OIAWM lie occurrrnce'of
any eccidenlf
9.32.9.I Payment Requests. R4icw aoolim6om
for ten with COITMACTOR for compliance
wi the esrabl9wd pr=dure "for =their
submission and Forward with recommendation m
ENGINEER notion particularly -the relationship of
th�yment requested to the: schedule of values,
work, completed and materials and egmprnem
delivered at the site but ndincorporeted to the
Work
932:10. Completion.
9:3 2.10.1. Before. ENGINEER i=es a
Certificate of Substantial: Cwnpletiori stibmil
to -CONTRACTOR a list of observed items
reouiriiis correction"or c=oldioiL
9:3.2 M: Conduct final -inspection in the.
oomixiny of. the RNGINFF,R.:OWNER'nnd
CONTRACfOR."and prepare'a final list of
items to be'coriected or completeil..
932101 .Observe that all items on the
final list have been corrected or complcted and
make recommendations to ENGINEER
commming acceptance..
9.3.3. Limitation of Authoritv: The -Representative shall
not:
9.331.. Authoriio any deviations Crom the
Contract Documents :or accent: any substitute
s e jets 2� SSNJPIILIItVl31£�eutli4llZfSt�+3'�
ENGINEER. .... -
.9.3.3.2.- ..Exceed limitations, of LNGINEER'S
authority as set forth in the Comraet Documents
t
9.3:3k3.. Undertake any of Ahe resnoniibiliocs
of the :CONTRACTOR. Subcpntmctm.% er
CONTRACTOR'S superintendent'. -
9 3 3 4 Advise_4g._4Lis,Aue_diLect;or�s ref-90yy'
to .or..a me Control over 'any..a Ct of the
means, methods .imluilwes,'. soouences or
pnMccdures& 'cotlStNcum unless.:such tis
specifically called for in the Contract Documents.
9.3.33, Advise (in err isssoe directions
re rdim-or:.assume control over safety
precautions and propiams in uumectims'with the
Work
9.3.3.6. Accept SFmp DrawjW or 'sample
sulSmittals 'hart anyone. other ''than the
CONTRACTOR -
9337_ Authorize. OWNER .to occupy the
:Work in whole or in part,
-9.3:3.8: Participate in somialiIed Geld or
labomtow tests or inspections conducted by others
ex --• as 511-1 ally euthoriud 6y the
ENGINEER.
Claiiftenaiuns and fnferprefatiom.
9.4. ENGINEER will jssm with reasonable promptness
such. written 'claifcations a intetpretatipm of the,
.EICDCGENEM CONDITIONS 1910 8 (IM e(Itim)
wtai'y OF Foif cOLuNs MODIFICATIONS QMr4/1000),
he Contract Documents (in the form ,of
:rwise) as ENGIN=- may determine
shall be consistent with the intent of and
or theContract Times and the parties me unable`to agree.
to the amount or extent thereof, if arrryryI OWNER ci
CONTRACTOR may male a wriucri'claim themror az-
provided'in Article I I orAhicicI1.- - -
Authorized Variations in Wort.:
INEER rimy'authorize'�minor,vmiatjons in
rom the requnemerits of the Contract
rli:6 do not involve an ad)'jutment. in thc�.
e.a the Contmct Times and are compatible.
gn conccia of the completed Project'a's''a.
whole as indicated by the Conrad
These may be ec3i mpliihe'd by'a Field Order
binding m OWNER and also on
OR who shall nerform [I& Work involved
the Contract Times and the panies'am unable to agrce as
to the amount - or c#cnt 'theieof, OWNER' or
C(5 TTRACTOR may make a wrillenclaim therefor,as
provided in Article l l or 12. -
Ryeiring.Defecfrve WorM,-
9.6.. ENGINEER will have. authority to disapprove or
reject Work which ENGINEER believes to be defective,
as
Shop Drawings, Change Ordas.andPayments
9.7.. In connection with ENGINEER's authority as to
Shop I ni%vri s'and Samples: me paragraphs 6.24 through
6.28 mcluslve.' .
9.8. In connection with ENOWEERs authority as to
Change Orders, ice Articles 10, 1 l end 12.
9.9. In mmmtion with ENGINIEER's eudkirity as to
Applications for payment; -see Article 14.
I)d rminofions for Unit Prices:
9.10. ENGMER willdetcrmiw the actual quantifies.
and classificatimis;of, Unit Price Work performed ,by
'CONTRACTOR. 'ENGINEER, will review with
'CONTR:4C7'OR' the ENGINSRR's. lireliminary
determinations on such matters bef n: rendering a written'
decision thereon (by recommendation of an Application.
21
E
•
Ll
E$CDCOR4EBALCOND1710M 1910-8 (1990E16dw)
22 VCi di-iOiFOXT 6CiWMIMODIFI&MOi4i , 90000)
10
decision, unl=.other%,iw,aSroW in writing byOWNER,
mid CONTRACTOR
911 lbnitafions on INGIMER's Amdiorrlp, and
9-13.3. ENGINEER. will not be reTonsible for the
acts -or can, isssions of CONTRACTOR or 'of ary'
Subconlrncl&, u4 S6ppfier, or of any other -person Or
organizatiow perforrnmg, or fmWft any of the:
9.13:5. The limitations upon authority and
responsrbifitysit fonti in this par pfi 9:13pr also
apply to ENGINEER's.Consuhanls; Resident Project
Representative and assistants.
,ARTICLE 10—CHANGES, IN THE WORK
10.1. Without invalidating the Agreement and without
.notice to any surely; OWNER may, at any_tim; or Gorir
time to tune, order additions; deletions ortevisicrii inthc
Work.. Such additions, deletions or, revisions will be
authorized by a Written Amendment, a Change Omer; or -a
Work Change Directive. Upon receipkof any such
decument, CONTRACTOR shall promptly proceed with
the"Work invotved which will be performed under the
appiicat lc condi ors of the Contract Document' (cxccpris
otherwise specifically. provided):
10.2. If OWNER and CONTRACTOR.. are unable to
agree in; to the menit, if any, bf an adju'stinem `in the
Contract Price or an adjuiinicnt of the Cgntraci Times that
should be allowed as a result of a Work -Change Directive,
a claim may be made therefor as provided in Article ;I I or
Article 12.
103. CONTRACTOR shall trot bo entitled to an incmasc
in the Convect Price or an extension of the Convect Times
with resrw to any Work performed that is not reeqquuired bythe Contract 'Docnuoents, as amended, modii lied 'end
sipplimented as provided in paragraphs Mark] 16, iikccpt
iri the case of on emergency A's provided m pa' mgrj)h 6;23
or in the Faso of uncovering Wnrk as provided in
Paragraph I3.q.
10A. OWNER'and CONTRACTOR shall excinim
"appropriate Change 9rders,recoinmended by ENG04E6R
(or Written Amendments) covering:
10.4.1. yhanges in the Work which are (i) ordered
by OWNER pursoant to paragraph 10.1. (u) regwred
bemuse 'of"acceptance of defecrive Work under
paragraph 13.13 or correcting defective Work under
paragraph 13.14. or (ui) agreed to by the parties:
10.4.2, changes in the Contract Price or Contract
Times which are agreed to by the parties: rand
10.4.3. changes in the Contract price or. Contract
Times which emboO the.suhsance of±any, written
decision rendered by ENGINEER '.pursuant to
plinal3alm 9.11
provided that, in lieu of executing any. such Change Orderi
.an appeal may be taken Gom, any suck decision in
accordance with the provisory of the Contract Documents
and applicable Law's and Regulations; but during any suck
appppeeal, CONTRACTOR .shall csrty on, the Work:and
acl}icre ;to ,the 'progress schedule 'as provided in
-paragraph 6,29t
.10.5. If notice of anychange affecting the general so*
:of the Work or the pmvisicns of the Cortimat Documents
EICDCGEN©iAL CONDITIONS 19108 (1990 Edtiu)
w'/ CITY OF FORT ODllltdi M06II.7CATIONS (REV 4/1a00).
(nclu mg.but not limited to, Contract Price or Contract,
Time
is mquirzd by the,provisions of any ;Doad.to,be
given to esumtyty:the givino of any such notice.will be
CONTRACTOR's responsibility, and the amount of each
applicable Boad will be adjusted accordingly.
ARTICLE 11—CHANGE OF CONTRACT PRICE
11.1.: The Contract Price constitutes the 'total
rompcnsetion (subject to authoriad adjustmcnsl payable
to CONTRACTOR for performing the Work. All, dotim
responsibilities and obligations.assigned to or undertaken.
by CONTRACTOR shall beat C�OIMACfQws etipeci:e:
without'chinge in the. ontract Price,
11.2. The'Contract price i6ay,only be,chi%c&by:a
Change'Ordcr or by -a Written Amendment. . Any claim
for an adjustment in'the Contract PriceShallbe based on
written notice delivered by the pdrrtymaking the claim to
the other paity'mid to.ENGINEER promptly (but intro.
event later Ethan thirty flays) after the Start of the,
which the claimant is entitled 'as it result of 'said
occurrence, or event. AM claims for adjustment. in the:
Contract, Pace shall be determined by' ENGINEER in
accordance with. paragraph 9.11 if OWNER and
CONTRACTOR.emnot otherwise _agree on the amount
involved. No claim Cor in adjustment in the Contract.
Prim will be valid if not submitted in accordance with this:
paragraph 11.2..
11 7. .The value;of any Work ;covered by a Change,
Order or oC any, claim for.an adjustment in the Contract.
Price wM be delennined as follows:
11.3.1. where the Work involved is covered by unit
prices contairrd in the Contract Dacumaits, :by
applica_tiain'of such tual prices'. to the quantities of the
items .involved (subject to the provisions :of
23
E
. SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 16th day of January in the year of 2014 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
1.1 Renewal. This Agreement is a renewal of the Agreement entered into
between the parties on the 12th day of December, 2012, entitled Specifications
and Contract Documents for 7290 Crack Seal and Fill Project 2012 City of Fort
Collins (hereinafter called The 2012 CONTRACT)and all portions interpreted as if
the same were attached hereto. This renewal is authorized pursuant to Article
3.1. Contract Period, of the 2012 CONTRACT. This Agreement shall be effective
on the date this Agreement is signed by the City.
• 1.2 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
7290 Crack Seal & Fill Project — 2014 Renewal and is generally described in
Section 0 10 10.
ARTICLE 2. ENGINEER
The Project has been designed by City of Fort Collins Streets Department, who is
hereinafter called ENGINEER and who will assume all duties and responsibilities
and will have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the
Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 This is a one year agreement but, at the option of the City, the Agreement
may be extended for additional one year periods not to exceed two (2) additional
one year periods. Pricing changes shall be negotiated by and agreed to by both
parties and may use the Denver - Boulder CPI-U as published by the Colorado
State Planning and Budget Office as a guide.
3.2 The Work shall be Substantially Complete within ninety (90) calendar days
after the date when the Contract Times commence to run as provided in the
9
prographs 11.9.1 through 11.9.3.-inclusive);
113:2. where the Work involved is net covered by
unit prices contained in'the-Cormuct DocurnenK bya
mutually B'greecl payment beta, = lu'ding lump sum
'(which may include, an allowance 0 overhead and
profitprn I ot.necessarily , m . - aceordarci with
paragraph 1 1.6.2);
11.3.3. where the Weak involved is not covered by unit
prices contained i6' the Contract Doc6meras and
`agreement,to a . I=p Stan is not resched'urider
rAiagraph 11.3.2, on the baiii of the Cost of the Work
plus
as provided in paragraphs 11.4 and 1 1;5)
p i a CONTkAcTOR'i fless,frst,overhead,and, fonfit
,Id,Gmvi,id aiiprovided, 'mi pragriolt 11,6):
cost dfrlie waik
IIA. The term Cost of the Work means the.surn ofall
costs necesse, ' rilylhcurred and paid by CONTRACTOR in
.the proper perfi an&WtheWmk Except
is'ritherwise
.May he agreed min 4iiing by'01�� mch,costs shill
'bean 4 . iounts,no higher'than thow.prevailing in the
locality of,the llrpjcct shall include only, the following
items and "]I not iflcude in
:piraolih 11.5;
0
11.4 '' 2 z Cost of all materials and equipment furnished
:and incorporated in the'Work, includinA costs, of
11.4.4. Costs of spepiRl consultants (including but
not limited to enginw—ts',, ,architects, icstm, ,atorim an d.accountanWl
no
employed 6r serv=:s sixcifically related to the
WML;
11.4. , 5. Supplemental costs including the eoliowinW.
4 The P'ropor I tion or necessary
transportation, travel and subsistence wpcnses of
CONTRACTOR's employees incurred in
discharge of d6fies contr6acclwith the Work-.
.11.4.5.2. Cost,, including traasfioftatirm and
maintenance. of all materials, supplim
cquipmcM.,machincry; applimices, office nand
tirnowary fact hies it the site and hand tools nor
owned by the vvorkem whiclrdrc_�afisurnid in the
1p'ciyforna , rmcc of, the Work, and cost less matk&
value of such items used but not consumed which
remain the picrAnyofCONTRACMIZ
IIASA., Sale% cansurner, use or similar wes
related., to the "Work. Wand for 'which
CONTRACTOR is liable. imposcd by Laws drid
Regulations.
TRACTOR with 11.4.53. Deposits lost for causes,cither than
It 'case the cash r igerice, of CONTRACTOR, any.
;R: All trade S%
Su ontractor or anyone directly or indirectly
urns from sale of employed b� any of them or for whose I acts' any
shall accrue to of them may be liable, awl royalty j�a� yrr'imd
make fam'isi" fees for permits and h6a�. -
11.4.3. Nyramts made by. CONTRACTOR to the
Subcontractors for Work performed 4. furnished by
'Subs ntmiias, If required by. OWNER,
,24r MCDCOENDUL CONDITIOM 19104 (1999E"W),
M11CiW0iF0P,T' 00.'L'IIM.M-ODMCA-nO'?4S(REV 4PM).
7j
11.4.5.6: Losses and damages,(and related
ex ,causod by dimage to; the Work. not
coin , piriiatid bjinsurance or
by CONTRACTOR 'in connection with the
and
of CONTRACTOR,
or unyoni directly ,or i
any of them oi for whose ac
liable. Such losses shall
and'expaises shall be incl
Work for the p
CONTRACTOR'sfee. 7
9 "Omogo TP5,
CONTRACTOR � CONTRACTOR .1 be
proportionate to that stated
Pt 11.5.5. Costs due to the :negligence, :�of
its CONTRACTOR,, any Stibitmitnicur, or anyone
in or indirectly employed by g of them w fm
ey =Ytictsurry of them may be liable, including but
fie not limited to, the correction of 'ckfective Work,
oy 1.0f.materials or ecluipment wrdrigly supplied
�ly =making g , ood any damage to property.
Of
de 11.5.6, Other overhead or general expense -casts of
ad any kind and the costs of any item hot specifically and
ca .expressly included in paragraph IIA
he
ng 11.6. The . CONTRAcrows fee allowed to
As CONTRACTOR for overhead and profit shall be
ad determined as follows:
ee 11.6.1;a mutually acceptable lixod fee, or
11.4.0 The cost of utilities, fuel and Fnitary
facilitICS-at the site.
11.4.5.8. Minor expenses such as tLIc9r3ras,
long diimnce telephone calK telephone service at
the site, ,expre
ssage and similar petty cash items in
a wir the work:
11.4.5.9. Cost of premiums'for additiontil Bonds
and insurance required because of changes in the
Work.
11.5: The term Cost of the Work shall not ineude any of
the tbllcr%vilg-
,11.52. Expenses of CONTRACTORs principal."
branch offices other CTO than CONTRACTOR'S �)ffice it
Wsire' - - I - I I- - -.1-
11.5.3. . Any, part of CONTR - ACTOR's capital
expenses, in I clu- du?r te sl CONTRACTORS
o
capital employed c the Work'andcharges
— - - against
CONTRACTOR for delinquent payments.
115.4. CosiVoFpremiums forull-Bonds and for all
insuitatce whedrei or not CONTRACTOR -is required
by the Contract Documeris.to purchase and, maintain
the same (except for the obstcof rcirimos 6rarcmd by
subpaitgraw 11.4.5.91 aboie).
EXMC GEMAL CONDITIOM 19105 (1990 Hdti0fi)
wtairy OF FORT ODUINSMODIFICATIONS OL04/2600)'
11.6.2. if a fixed lee is not agreed upon, then a fee
lnk4 on the following perbentages of the various
portions d the Cost 6fthe Work:'
,11:6.2.1. for costs incurred under
paragraphs114,11 the
CONTRACTOR'S fee shall be fifteen peronnt;
11.6.2.2. for costs incurred under
paragraph 1 LU, the CONTRACTORs fee shall
be five 0rcen4
11.6.23. where -one or more tiers' of,
suhcontiacts-arc na the basis of Cost of the Work
plus ri fee end no fixed fee is, agreed upon, the .a of paragraphs 11.4.1, 11.42, 11.43 and
11.6.2 is that the Subcontractor who -actually
performs or i CS the W '. at whatever. tier.
will he paid a,fee- f fifteen percent -of the"c'itt;
incurred by such Subcontractoi under pamgmphs,
11.4.1 and 11.4.2 and that my higher fier
`Subecininictor and CONTRACTOR will each be
pKiid
to be negotiated
e OWNER but not to exceed
ount paid to the next lower
tier Subconiim=
11,6.2.4. no lee shall be payable an the basis
iofcosu iternimil under paragraphs 11.4.4. 1 IA.5
and 11.5;
11.6.2.5. iheurnount of credit to be,allowed
WNFR for any.
°by CONTRACTOR to.0 'chan
which resultiilinii net dc6resiseiii cost will be they.
amount of the actual net d=ease in cost plus.a,
deduction in CONTRACTOR!s fe;tby an mount
equal to five percent of such net decrease; and
11.6.2.6. when b oth additions, and 'crcdits are:
involved in any one change, the o4jttiatmermint
CONTP ACTORs cc shn � computed on the
basis of , the net change in accordance with
parrigni'phi 71.6.2.1 through 11.6.23; inchiiive,
ll.T, Whenever the cog of any Work is to be
25,
0
L
0
determined pursuant to, paragraphs 114 and 11.5.
CONTRACTOR will esmblisb and :maintain records
:thereof in•aanrclance with-gencmlly.eceepted accounting
pier, submit in fair acceptable to L'•NGINC•ERan
dices and
itemized cost laeelilown together with supporting data.
Cash Allowances:
1118. It is understoodthat.CONTRACTOR has included
iri the ...Contract Price :all-allosvaiicrs .W rm aed in the
Contract Documents and shall taus: the Work"so'covered
.to*bt furnished;sinul performed for'suclr surris•as amijbi
-acceptable to OWNER and ENGINEER CONTRACTOR'
agees that:
11.8.1. the allowances include the, coat to
CONTRACI'OR (less ,,i n), applicable utide �discounts)•
of materials and cquipmcna required by the allowances
to be delivered at the site, and all applicable taxes; and
11.8.2. CONTRACTOR's. costs Cor 3unloading .and
'handling on the'site, labor, installation costs, overhead,.
:profit .and other expenses contemplated for the
allowances have been included in the Contract Price
and not ,in the allowances and no demand far
Wditional pay"mmt oi'accountof any of the foregoing
;will be valid..
Prior to final pa}7nem: an appropriate Chaage Order will be
issacd as�recommendetl by:ENGINEER to reflect,actual
amounts oAte CONTRAC"I'OR on ecao.1 of Work 'covered
h5' allowances; ' and the ;Contract Priox`. shall be
-ocere-spondirWy adjusted.
11,9, Unit Price {York
11.9.2..Each unit price will be deemed to include an
amouneconsidered by CONTRACTOR to be'adequote'
to cover CONTRA&OR's-overhead and profitfr
each separately identified item.
ll9.3.0WNER.ar CONTRACTOR'. may make a
claim 'for an. adjusdriem in the Contract Price in
,accordance with Articles I1;if.
11.9. 3 1, the quantii of any item of Unit Price
Work .performed , CONTItAUFOR ditleis
materially ird sig"ubyfcantly from the" estimated
quantity of such item. indicated in the Agreement;
EJM,CGENU.ALCONUTIOM 19105 (1990Ediden)
26 a••/aTYpF FORTMLLIMMODDICATIONS(Rhy4ha0a)
and
11.9.3.2. : thereas no colrespondmg;adjusinmmv
with respect to,an ry other item oCWork;;etdl
11.9.3.3. 'if CONTRACTORbelieves that
CONTRACTOR. is entitled to air.;increase in
Contract Price as a 'result of liavhig'incurred
additional, expense' or `OWNER believes that
OWNER is entitled to a decrease in Contract Price'
and the parhessrare unable to aged as to the
amount of any such increase' or,decteese.
11.9.3.4. `CONTRACTOR acknowledges fiat
the OWNER has the right to add or delete items in
the .Bidor cnan¢e ouantiticc.at OWNER'S sole'
discmtioi without atfcctine the -Contract Prim of
.any rcmainirg ,I,cm so Ionia as the. deletion or
addition does:noil exceed twenty-five-perotml of
the original total Contract price.
ARTICLE 12--CHANGEOF CONTRACT TIM ES
12.2. All time limits stated in the Contract. Documents
aie of the essence of the Agreement.
within the control -of a Subcontractor or Supplier shall be
deemed to be delays withinthe control of CONTRACTOR,
:ARTICLE 13—TF&S, -AND .INSPECTIONS;
CORRECTION,. REMOVAL OR ACCEPTANCE OF
DEFECTIIT WORT:
13ll_ NWiceofDefecrx:
Prompt notim of rill "d¢fecdve Work of winchOWNERor
.ENGINEER have actual knowledge will be given to
-CONTRACTOR. All defeciive Work may be; rejected,
corrected or accepted as provided in this Article 13.
Access to Work.,
93.2. OWNER. ENGINEER ENGINEERS,
ether remesenantives and nersormel of
as applicable
Tests andlnspecrions
SO
13.3. CONTRACTOR shall give ENGWEER timely
notice of readiness of the Work for all required inspections.
tests cr approvals, and shall cooperate wrath iiispection'arid
testing personnel to facditete required inspections or tests
13A.. Ot%WM shall employ. and pay for the services of
,an independent testing laboratory to .perform all
vitipecuons, tests, or approvals; regmred-by itie :Contract
DarumeNs except:
13A.1. for'inspections. tesls�or approvals covered
by paragraph 13.5 below;
13A.2. that costs'incurred in connection with tests
,or inspections: conducted pursuain to paragraph 13.9.
EXMC GENMAL CONDMONS 1910-8 (1990 E3601)
- iiaiy Or FORT ODLtj m MOOn7CATIONS 604E ODD).
below shall be paid as provided; in said
paragraph'.13A and
13.4.3. as Otherwise speciGently provided in the
Co
nract Documents.
If Laws or Regulations
ion require any Work (I
the
X.
13.6. If any Work(or the work 6f others) that is to be
inspected, tested or approved is. covacd by
CONTRACTOR :without 'written cdncurn:6ee of
HNGINEFIR 'it must,. if rcqu&6d by ENGINEER,. be
uncovered foinbservation: '
'13.7. Uncovcririg Nork m.rxmided _in,paragmph 13.6
shalt be at CONTRACTOR'S ,.6,Tertse. unless
CONTRACTOR has'givcn ENGINEER.timely notice of
CONTRACTOR's on=' ion to cover, the =to and
ENGINEER has not acted with reasonable,pmmptrxsv in
.response to such notice.
Orcmieriing Work.,
13.8. If nny; Work, is covered contrarytothe written.
request of ENGINEER, it must,.... if, requested by
ENGINEER, be uncovered for ENGINE]SWs observation
and replaced at CONTRACTORS expense;.-
13 . If FNGR4EFR considen if neceswry or advisable.
flirt, covered Work be observed by ENGINEER gym.
r observation, trhspectum .m tes12
F
require, that-portion'of the WV
ie all necessary labor. material and
trot
work:
may make a claim therefor 'as` provided in
11. If. however, such Work is not found to be'
e,.CONTRACTOR shall be allowed an increase in
tract Price poi an e:dasion of the Cahtract Tuna
lestona), or both directly attributable to such
27
1
�J
0
•
u ,ovcnng, expcsttrt observation; inspection.-,avtitig.
replacemem and reconstruction; and; if the parlius me
tmeble to -ogee as: to Ihe_emounia.e.�tmt thereof,
CONTRACTOR may make a claim therefor as provided in
Articles l Lurid It.
OWiVER 3fay Stop}he Work.
Correcrion orR=oitif ofDefecdve Work
If required ,bj• FNGINI M
ly; as direcled,either carre
-or not Fabricated installed
to all costs of
13:12. Correction Period.,
or
or
13.12,2.1n special circumstances where a rwieular
'item of egwpmem is placed in oominucus service
.before Substantial Completion of ,all the Work, the
'amrection period for,that item mnystan to run from an -
,earlier dale if so provided in the Spcei6catiore or by_
,Written Ameralm m. -
13:123..Where:'defecnw Work,(mel,damage to'other
ErCDC OE 4EM CONDITI ON8191 ar8 (199O Edd m)
'26. c•/Gl'FY OFFORT WLI.INS MODIFICpT10NS,Qtl;V A200b}
Work result therefrom) h:is been, oortected,
removed or r�acnd;underlthis paragraph 13:12; Uie;
correton period hereunder with respect to such Work
vvi11 6e extended for an sdditianal period of ale -year
two .veers a(tci =h-corrxtion:or removal and
replacement has been satisfactorily coinpletel -
Aecepranee.ofDefec6re Work:
'O1VAER May Correct Defective Work.-
damages will incluAe>btit not be limited to' all costs of
repair. or replacement of work of others .destroyed or
damaged byp. correction, removal or .replacement of
CONTRACTOR's defeclise Work. -CONTRACTOR shall
:raCbe allowed in extension of the Caraiaet Times. (a
"lestmtes) because of any, delay,iii performance of the
Wark attributable to the exercise by OWN ERbf OWNER's
rights and remedies hereunder.
ARTICLE 14-PAYMENTS TO,CONTRACTOR AND
.. - --
COMPLETION
Sche&ile of Malues
14.1. The schedule of values established as provided in
pamgmph 2.9 will serveos Ihebasis Cor progress payments
and wdl be incorpomtcd info a form oC Applicauon foe
Psynie`nt acceplable[o ENGINEER. Progress peymenU,on
account of Unit PricelVdrk will 6e based on the number of
units completed.
;tlpptkation for Pftrecrpaymeat:
CONTRiICTOR's.Wa aay of Tide.
14.3. CONTRACTOR werrents,and guammees."it,title
toall Work .materials and .equipment :covered by .any
Apphcatron faPayment, whether. rneorporated m the
Projector not, wrIU'pass to.O WN1ER� no later than the time
'of payment Gee end blear of all liens
Rerim of.4pplieadonsforProgreas Payment
14A. ENGR4EER witl,.within`ten. days.,e[ter receipt of
-cach.Application.£or Payment, either indicate in wnting-a
EJCOCOENEM CONDl11ONS Islo4 (t990 Edum)
tkrry OF FORT CALLIFIS MODIFICATIONS nV 4tla0a),
14.5. ENGINEFR'.s recommendation of any payment
requested in an Application for Payment will constitute a
representation by .ENGINEER"to'OWNER, based on
FNGINEFR's on=sdc bbsci' ;mores of the c\ccuW WmIc
es an'expenenced and qualified desist professional and on-
ENGINEER's review of the A, licauon fa Payment'and
the accompanying data and schedules, that to.the best of
ENGINEER's kmmvledgc, information and belief:
14.5.1: the' Work has `pio@eswd Ito the joint
indicated,.
14.5.3. .the conditions precedent to
CONTRACCOR's being -entitled to such payment,
appear to havc been. fulfilled insofar asit ii
ENGNELR's respoasibility to observe the Work.`
by .recommending any
;'will 'riot; thereby be
that: '.()'exdtmiilive or
have been made to check
in.
14.7. FNGINF,ER may refuse to recommend the whole;
I my part'of any payment if, in SNGMEER's opinion, fit.
would he ieemtect to make 'the representauats to
29
9
Fj
;OWNER referred to in lmmgZph ENGINEER may'
end' any It payment, or. because Of
subscquendX
discovered evidence or the results of
subsequent inspeciians; or tests, nullify any such. payment
previously recommended, to such extent as -mHy '1e
necessary in FNGMER!q opinicii to protect OWNER
from loss becauie':
.14.7. 1., the Work is defective.,:or completedI . Work has
;been damaged requwin. .. g —correIction ",
or replwcmehl.
14.7.2. the Contract Pri& has been reduced by
Written Amendment or Changa'Orr&r,
A4.7.3. OWNER has been required to CGrM(A
i*,fectiq,wcrk,cr campict6,work in'a&Lmdahcc with
puhiguij.h 13-14, or
14.7.4 - INGINHER has actual knowledge of the
,occurrence of any I of the 'events enumerated iii
paru -2:1 thioup . gra�h� 15 hl5.2AinclWivc.*
.OWNER II)a refasctoraakc�payrmnt of.the full amoura
recommended beonUS(!:
473. -claims have been made agairra OWNHReon
-i'ocwntbfcoNTRAcroR,sfxK=iiri6caf.nugdng
;6rthe wmwk.
14.74. Liens have,been . tiled in conniactiwwithi the
,Work except where'CONTRACTORohas dtiliveiad'l
sl�c4jfie Bond satistimto r ry to , OWNER tbAlecum the-
satisfastiou and "baige of such Liens;
• 14.1.7. there arc other items caking OWNER - to a set.
off agajria the I amours reconaineadeA, or
143A 'OWNER has actual knowledge of the
occurrence Hof any of the events enumerated in
paringmphs
14 1 7.1 through 14.7.3 or paragraphs1 15.2.1
ductigh 15.2.4 iriclusivi;:
but OWNER must give CONTRACTOR immediate
written. notice.(with a cI ENGMER) stating the
.reasons Ier such action mid promptly,foy CONTRACTOR
:the mriieumcc, withheld, or any'adjustment therewagreed
to ',by' OWNER"and CONTRACTOR; whea
,CONTRACTOR corrects to OWNWs satisfaction the
reasore for such action
14.8. WhL.'CONTRACT6R considers the entire Work -
reedy fonts intended use CONTRACTOR'sball-notify.
,OWNER and ENGINEER n %VrI u thatrthe,Mtire Work
is substantially complete (except for 'items spceificsify
listed bv. CONTRACTOR as inixnm6lete) and rcm&q that
if
,14.9. ;OWNER shall have the right to exclude'
CONTRACTOR from the Work after the date of
Substantial , Ccinpleti6n. bui OWNEF,,shall n1l6w
CONTRACTOT(ressonable access to comptlete or correct
items on the tentative fist
Pxtw U64za6w
-R will, notify CONTRACTOR in 1MR41MR. to issue a certificate: of St
reasons therefor.' If ENGINEER Completion for that part of the
30 EICDCGEI-MMCONDInOM191q5(1990Bdidw)
u4&i�r6ti-FORT661,46MM-0D1MCAT10N56t]itV4nM).
14.10.2, No occupancy orscparatc oNnition of pan
of the Work will be eecbmplished prior to compliance
with the; requirements of pamg'mph.5a5 in respect bf
,property;inzurance.
final impecdonr
14.1 L Upon written notice from CONTRACTOR that the
entire, Work oir an agreed, portion thereof is- complete,
ENGINEER wiil,mnke n final ' cuon with OWNER;
and �CONI'RACTOR and will no -COMRACTOR in
Aitiing of all particulars in which this; inspection reveals
that the Work is incomplete or'drfecln e. COMfRACCOR
shall immediately take such, measures as are necessary -to'
mmplcte such work or remedy such deficiencies.
.Final Application forPaymenh
EIOOC (1ENSUI CONDITIONS 191" (IM Edtim)
,kiaiV OF FORT OOt.UM M66Ih7CAT10N5(REV40000)1
to furnish ;such ;a..ielease or receipt in full.
CONTRACTOR.may furnish a Bond or other collateral
satisfactory to.OWNER-to indemnify'OWNER.ngairov
any: Lien. Releases or waivers of liens and the consent of
the surety to finalize rayment-arc to'be-submitted oh
farms conforrnine to ttk formatof the OWNER'S srandaid
forms bound m the Protect manual.
Final Payment andAccemance
14.14..IC ,through no fault. of'CONTRAC70R .final
completion of the Work is, sighificantly.delayed and if
ENGMER so calflmts, OR'NER shall, upon receipt of
the
or
ekept that it shad not constitute a waiver of
WaiverofClaimx
14.15. .The making and acceptance of final payment will
constitute:
14.15.1•a waiver of all -claims by OWNER, against
CONTRACTOR. except claims a^m+9 from
unsettled Liens, from *,fecttm Worl:,appearing after
31
C�
•
0
0
a
A`P`21`m n' to ments or the
fail. to comply the CoZ=r t "" '. :from
terms of aatinderspecial guarantees specified therein, or.
rrot ' u'CO RACTOR's continuing obligations tinder
the the Contract D-oamre*�'; and
.14.152A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsettled.
ARTICLE, 15—SUSPENSION OF WORK AND,
TERMINATION
OWNER AlqrSuspend,Wurk.-
OWNER May T-ndrigtq:
15.3. Where CONURA('rmi sciviccs have boin so,'
use, OWNER may,
terminated by.OWNER, the termill noiiffc�t
inution,w t
)f foara,pCri I of not
5c in writing' to
rights or remedies '' ' of DOWNER I 'against
R&
CONTRACTOR then existing or which thereificir
i6 will f-& the dateaccrue'.
may
Any, retermo , n or p . aymeT 9 of 'in M'iys Afie
1
)NTRACTOR shall
CONTRACTOR by� 0 INNER will not release'
1. CONTRACTOR
CONTRACTOR:ftom liability.
�ontnict Priccior an
:or both dinxtly.
15.4. Upon seven dayd writtennotice to
if CONTRACTOR'
- and ENGINEER OWNER may,,
r as "pioMdd in
ICONTPAGI'OR
without cause and Withcmt l5nijudice,to any i5ther1rijbi or
reinedy. of OWNER. elect to terminate theAgreemem. In
-such case, 'CONTRACTOR shall' be paid (with our
duplicm1onofanji*m.$):.
15.2. Upon the occurfence"6f any one,or more of the
following evcros:
.15.2-1. if CONTRACTOR persistently fivilsto perform
the Work'in adbodance with the ContrscCD6cunaaiL9
but not limited to; fail6ie to itipply sufficiint
skilled workers or suitable materials or equipineiii or
failure to adhere io the progress schedule,emblishcd
underp.aragraphZ9 as adjusted'from time, to time
'pursuant to paregs�ph 6.�;
15.2.2. if CONTRACTOR disregards Laws or
Regulations o,fany public bo,dyhav'ugj'u-risd,icuon;,
15.23. if CONTRACTOR disregards the. authority of
ENGINEER, of
15.2.4. if CONTRACTOR otherwiseviolates in,ame
�substa,iti.l way any provisicns of th. Ctrivct
OWNER may, after, giving CONTRACTOR (arid the
surety, if any),seven days written notice and to the extent
the full odent dicy could be used by CONTRACTOR
(uithout liahlity,to CONTRACTOR for trespass a
32 VCDCOEMMM &COM71ONS1910 (IE(lition)
&TY 0- F-FOP.TbOU :3
I L1NS.M0DM&T1DNS,(KL-V4/2G00).
15.4.1. for completed and acceptable Work executed
inaccbTdamc,%viththe Contract Do(ummti. for t
the effective date of termination; includingz ir and
reasonable suriis fors overhead and puilit onsucli
Wcrk;i — -
15AI for expenses sustained prior to the effective
date of 'i6craiiiiiiii . on in p&ftirming services and
furnishing labor, materials or equipment mi required
by Ith6 Conthict M&Limcins in ixinriecticii with
uncompleted W6rZ plus'lair and reasonable sums for
overhead arid, tiiufit on-suchexpenscs,
15.4.3 for all claim4.costs. losses' and damages,
incurred in settiemenror terminated ti with
Subcontractors. Suppliersfindothers; and
15.4.4, for,reasonable expenses directly,attributable'.
to termination:
CONTRACTOR shall not be paid on account of loss of
amieipaLed prolits or revenue or other e CMMic loss
arising out of or resultirtp.&brn -such termination
CONTRACTOR May Siop Fork or Tffminate
15.5. IC thr M no act or fault of CONTRACTOR, the
Work n d for 6 period of more.than ninety, days
by OWNER or under an'ordeir of couivor-othar public
authodq',.-6r- ENGINEER.fails to act on any: Application
fia payment within thirtydaysaftI er it ii'submitted or
OwNM fads fir th* days to payuONTRACTOR-any
ARTICLE.16—DI SPUTE RIMLI)TION
If and to the ci mt that OWNER and COVrRAC
have ,ngiced on.dic,method and proeeduier for rem
dismites .between them that mov arise under
ARTICLE I7—MISCELLANEOUS
living Notice:
17:1. Whenever any provision of the Contract
Documents requires, the. giving of written notice, it will be
deemed to have been validly' givenif delivered in person to.
the individual ov to a member of the firm; or do an officer: of
'theeorpomhon Cur whom d is intended, or if delivarsl at or
sent by r, , tied -or certified mail, postage piepeid, to the
lest 1;1iness address known to the giver of the.notice.
17.2t Computation of Time.
17.2.L When''any period of time is referred to in the
:Contract Documents by days, it will be computed,to
'exclude the first aryl lriclude the last. ;day: of such
period If'the lastiday of any surhperiod falls on.e
Saturday. or Sunday or cn a, day madeL.a legal lioli,chy
,by the law of the applicable jurisdiction. such dey,wilI
he omitied from the'coinputeuon:
EKDCOENERAL COIADi,n01S 19ioS am Eddad
w/CITY OF FORT COLLINS MODIFICATIONS (REV AR000),
17.2.2. A calerdar day of twenty-four hours measured
from midnight to the next midnight will vanstituwa
day-
'Nafice of Ctainlr.
17:3. Should OWNER o7CONTRACTORsuffer.
or dam
age, to person or property bemuse of arty'
'omission rs act of the other omty orof'anv of the
this
of
duties and .obligations imposed by these
litions and the rights and remedies available
'the parties herdo,'smd.. in;lisiticular but
Or ovadaisle oy Laws a
.they apply. .. _
ProfesQowl Fees and Court Costs In
'17.5. WWhenever reference is made to "claims, costs.
losses and damages"; it shall include in each case; Gut not
be limited to. all fees and'cherges of emgbuers architaets,
sttorneys sand :othir piofessionals and all 'court is
itrbitmtion or other dispute resolution costs..
17.6 The hiya of the State of.Colomdn_apg t is:
Agreement Referenceto two pertinent C OMdo statutes:
are as follows>
1762 If's clhiE s`filcd OWNER-is'rcquired by
law (CRS 3S•26-107) td withhold framall oavmenfs to
CONTRACTOR sufficient funds to insure the
Mment of all claims for labs: materials. trim hire
letlance Oroylslom provender or olher'sum)li
used or consumed- by: CONTRACTOR or his
33
11
11
General Conditions and completed and ready for Final Payment and Acceptance •
in accordance with the General Conditions within five (5) calendar days after the
date when the Contract Times commence to run.
3.3 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
any extensions thereof allowed in accordance with Article 12 of the General
Conditions.
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 ninety (90) calendar day
period for Substantial Completion of the Work until the Work is
Substantially Complete.
2) Final Acceptance:
After Substantial Completion, Five Hundred Dollars ($500.00) for •
each calendar day or fraction thereof that expires after the five (5)
calendar day period for Final Payment and Acceptance until the
Work is ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: Four
Hundred Forty Thousand Six Hundred Ninety -Eight Dollars and Ninety Cents
($440,698.90) 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
Cl
EJCDCGDMtALCO,NDITIOM 1914 OME66m)
34' a/CI TY OF FORT COLLIM MODIFICATIONS(RL•V 9h000)
•
(This page A blank''immn6nally:)
:VCDC OENULAL CONDIMOM 19104 (199OEd6m)
wiaTY OF FORT COLLINS MOOIIICATIONS (REV 4t2")
35
I*
0
0
C�
36 EXDCOENERALCONDIIIOM 191040990Mm)
V CITY OF FORT COLLI N9 MODIFIG MOM Qt W4Q000)
46
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREEMENT
,OWNER. and -CONTRACTOR- hereby *agree that
Article 16 of the General Conditions of the Construction
Contract .between OWNER and CONTRACTOR is
•ar Yepded to include Ihz'followid5 sgeementpfthe parties:
16.4. Eeoept;as provided in paragraph 16.5 below.
no arbitration ansing out of or relating to the Contract
Documents shell include by consolidation; joinder Orin any
other marner'any other, person or -enti(y (including
ENGINEER, ENGINEER's Consultant and the officers
directors, agents, employees or coati;hints of any of them)
:who is not a party to this eontrect unless
16.4.1. the inclusion of such other.person or entity, is
necessary if complete relief is to be'afforded among
those wlin erc'already parties 6 the arbitration, and -
16.4.2; such other,person or.amty is substantially
involved in a question of law or fact which is common
to arose who are already parties: to the arbitrotiortnnd
which will ariso in'such pro6xdings, and
All 61-aims, disputes. and -:other matters ,in 16AJ: the written consent of the other person or
tween•OWNER and CONTRACTOR arising entity sought to be included and:of OWNER end
sting to the Contract Documents: or the breach 'CONTRACTOR has been obtained for such inclusion,
cpt for claims which have beRn waived by the which consent shall make specific reference thus
acceptance of final payment as provided fry -
14.15) will be decided by arbitration in I'wrogmph; but no such eonsera shall constimte consent
with the 'Construction 1 Arbitration to arbitration of any dispute not specifically described
ndusio. i in such consent, or to arbitration with any, party riot
dIx
die Amencan Arbitration Assoctatinn then cif callYidentified in such consent.
...
under the prevailing law of any court having jurisdiction
EJCOC OENERAL'CONDIT16NS I910.8 (1990E31im)
-cal CITY OF FORT COLUM MODIFICATIONS (REV V99)
16.5. Notwithstanding paragraph'16.4; if':a claim;
Aspute:orothcr mattes in question between OWNER and
CONTRACTOR involves, the Work of a .Subcontractor;
either OWNERor CONTRACTOR. may join'siich
Subcontractor as a party Ito.the arbitration between OWNER
nnd'CONTRACTOR hereunder. CONTRACTOR. shall
tncludc•in all subcontiacts required by paragraph 6.11;a
specificprovision whereby the Subcontractor consents to
being joined in an -arbitration between OWNER.. and
CONTRACTOR involving 'the Wed; ' of 'such
Subcontractor. Nothurig in this paragraph 16.5 nor in the
provision of such subcontract:eoiesenting to )omda;shall
create,any, claim, right or cause of action in favor of
Subcontraetor, and against OWNER ENGINEER of
E'NGINI ER's Consultants that does not otherwise e'nist,
16.6. The:award rendered by the_mbitimcirs will be
final, judgmcm_may be entered upon it in any court having
jurisdiction thereof and it will not be subject to.
mortification or appeal.
file a demand for
and CONTRACTOR agree that
of the American
of them initiating
ation pursuant to
OC,A1
0
0
EJCDC GENERAL CONDITIONS I P10.811990 Ecitko
W CITY OFFORT COLLINS MODIFICATIONS (REV 9194)
L
OC-AI
SECTION 00800
SUPPLEMENTARY CONDITIONS
0
0
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of
Fort Collins modifications) and other provisions of the Contract Documents as indicated
below.
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph
numbers of the General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have
• limits of $1,000,000 combined single limits (CSL). This policy
will include coverage for Explosion, Collapse, 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.
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
0
0
A
• SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Crack Seal & Fill Project — 2014 Renewal
CONTRACTOR: Vogel Concrete Inc
PROJECT NUMBER: 7290
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
(Assuming all change orders
$ 0.00
approved)
ACCEPTED BY:
Contractor's Representative
DATE:
ACCEPTED BY: DATE:
Project Manager
REVIEWED BY: DA
Title:
APPROVED BY: DATE:
Title:
APPROVED BY: DA
Purchasing Agent over $60,000
cc: City Clerk Contractor
Project File Architect
Engineer Purchasing
U
b
a
a
&
)
w@kk6
LLI
§!#99
2!§U,7
0-
0 an
Of
2g%'o
�
§
fL
'
\
)
k
\
§
k
(
-
)
(
\
{
\
2
:�
-
}
{/
<
\
\
<m
-
7
)
!;</E
w
§
)r
\/
.
)
(oW
,E>
e
)
-
j
\�
\)e
*
/f
>j/\#\
§
)
co
\/\
\\
a
75
211
)i
�_
§
§
§
a
w
:
\
@
\
w
±
\(
(
g
(
`
o z
qc
{
WF
„
Q7)
m
\
\
\\}
\
\
}
\
k
k
k
k
I*
0
�
• General Conditions and in the case of Unit Price Work based on the number of
units completed, and in accordance with the General Requirements concerning
Unit Price Work.
5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as
contract retainage five percent (5%) of each progress payment, but, in each
case, less the aggregate of payments previously made and less such amounts
as ENGINEER shall determine, or OWNER may withhold, in accordance with
paragraph 14.7 of the General Conditions. If, in the sole discretion of Owner, on
recommendation of Engineer, Owner determines that the character and progress
of the Work have been satisfactory to OWNER and ENGINEER, OWNER may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be no additional retainage on account of Work
completed in which case the remaining progress payments prior to Substantial
Completion will be in an amount equal to 100% of the Work completed. 95% of
materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided
in paragraph 14.2 of the General Conditions) may be included in the application
Section 00520 Page 3 for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of
• the Contract Price, less such amounts as ENGINEER shall determine or
OWNER may withhold in accordance with paragraph 14.7 of the General
Conditions or as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay
the remainder of the Contract Price as recommended by ENGINEER as provided
in said paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, and with all local conditions and Laws
and Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in
the Supplementary Conditions as provided in paragraph 4.2 of the General
Conditions.
0
a
� U a)
LL m
O d
N
W
Q �� �000000000000000000000000000000000
000000000000000000000000000000000
U3, 60 ce o» to to w w ww
ul
`o ti
6 N a0
F N
�000000000000000000000000000000000
o000000000000000000000000000000000
Y� E0000000000000000000000000000000o0
`o n Qtot»tot»t»t»t»t»t»ts�totot»t»t»tot»a»f»F»ssf»f»e»<»f»E»eqefe»fne»fn
j o� i
~❑ d
�000000000000000000000000000000000
�
ay
o000000000000000000000000000000000
O
Y O' O
Euj (AF» F» F»f»F» c»f»E»f»e» �a to u), <» e» w w w e»<a<» v) f»e»F»e»fA E»e»
H
Z z
O n > '-
�j E m 0
OW
van
Ua
G
�a
a
c00000000oao00o00oo000o0o0o00o0oo0
a
o0000oo0oo0o000000000oao0oo0000000
Q
v
Y
E000000000000000000000000000000000
E to to to to to to to to to (A to fo Vi fA V3 di to fA to to to to to to to to di Ui EA w EA EA
O a
E
L
U L C
T
r 0
cl
c 0000 o o O000 oo0000000000000000 o 00 o0
Q0000000000000 o00000000000 o 0000000
0000000000000000000000000000000Eo
to to to to w to to tofA to NtoWw to to to toto to tow M to to to to
'E LJ
� U
❑ d
N
U ❑
Z
7 L,
0
co
J
H 0
U
o
Z o
00 N
N
N
L
Qp E
Z
V
U
N
O
0
a
=
6-3w
O
°
�°
v00000000000000000000000000000000000
00000000000000000000000000000000000
d
OAF 1000000000000000000000000000000000000
F-W Ou�E»f»EVF»f»r»F»e»E»u�E»F»u>E»EV
Ev u3 E»e»u�e»e»F»F»v�u�ui F»e»e»f»EV
F»u�
a
N
O N
U) N
°
0
mF
ro
a
�00000000000000000000000000000000000
�00000000000000000000000000000000000
d
°0000000000000000o00o000000000000000
�C
O
fA fA f9 fA fA fA fA FA EA fA EA fR fA EA fA fA tow fA to fA fA fA M fA f9 fA fA fA f9 EA fA !fl
E/M
fA
Z
W
O
3: E
U 0 d
m
~�
Q
a
O
LL
�00000
000000000000000000 o 0000 o000000
000000000000000000000000000000
Zee
ONN
9 oa
°00000000000000000000000000000000000
00—
Q
F
U3:o
J
O
a
a
Q
D
�
�00000000000000
�00000000000000000000000000000000000
C)C) 000000000000000
°
o oo o o 0000000000000000000000 o 0000000
erf E»vaf»e»F»F»e»uaE»F»u�F»e»e»F»F»e»tn F»F»u�u�E»v�En Fn F»e3 e»F»»e»
EQF»v3
0
O
s
C
Q
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O O O O O O O O O o 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0
0
O
O
O
QfA
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
fA tR EA fA fA fA b9 tR EA fA fA di fA fA fA to fA fA lfl fA fA fA t9 di fA fA b9 fA fA EA to E9
0
di
0
fA
� V
C .-
�a`
w
�
�
w
0
_
O
U)
W
J
Q
0
°
O
Z
Q0
F-
T
O
=F
°
U)
w
J
Z
H
0
Q
T
U
ow
0
o
Fa
v
a
m
E
m
r�
9
i
LL C
Oa O
0 0 0 o 0 0 0 0 0 o 00 0 0 0 0 0 0 0 0 0 0 0 o 00 00 0000 0
W= L U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
Ur C F= O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
fA f9 f9 EA fA EA b9 E9 fA fA E9 fA E9 to EA fA fA fA fA fA fA fA EA fA fA fA fA fA fA EA 69 fA fA
a� a
Ll
•
2013 CRACK SEAL & CRACK FILL PROJECT
GENERAL REQUIREMENTS INDEX
SECTION
01010
Summary of Work
01040
Coordination
01310
Construction Schedules
01340
Submittals
01410
Testing
01510
Temporary Utilities
01560
Temporary Controls
01700
Contract Closeout
01800
Method of Measurement and Basis of Payment
PAGE NUMBERS
General Requirements 2-3
General Requirements 4-5
General Requirements 6-7
General Requirements 8-9
General Requirements 10-11
General Requirements 12
General Requirements 13-14
General Requirements 15
General Requirements 16
0
C
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
A. This work shall consist of cleaning, sealing, and filling all roadway cracks greater than 1/8" wide on
designated streets in the City of Fort Collins. Specific locations are described in Section 3500, Project
Map.
B. Construction Hours
1. Operation shall be in accordance with Section 108.
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 AUT14ORITIES
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 970-221-6218 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 16
SECTION 01010
SUMMARY OF WORK
UTILITIES 10
Water:
City of Fort Collins, Colorado
Utilities 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: Larimer County Sheriffs Department:
Occupational Safety and Health Administration Non -Emergency: 221-7177
(OSHA): 844-3061
Fire: Ambulance:
Poudre Fire Authority Poudre Valley Hospital
Non -Emergency: 221-6581 Non -Emergency: 484-1227
Emergency: 911 Emergencies: 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
General Requirements - Page 3 of 16
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONSIBILITIES
A. Coordinate operations under contract in a manner which will facilitate progress of the Work.
B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and
manner of performance of operations which affect the service of such utilities, agencies, or public safety.
C. Coordinate operations under contract with utility work to allow for efficient completion of the Work.
D. Coordinate all operations with the adjoining property owners, business owners, and surrounding
neighborhoods to provide satisfactory access at all times and keep them informed at all times.
1.2 CONFERENCES
A. A Pre -construction Conference will be held prior to the start of construction.
1. Contractor shall participate in the conference accompanied by all major Subcontractors, including the
Traffic Control Supervisor assigned to the project.
2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to
project.
3. The Project 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 Project Engineer shall introduce the City Representative(s).
B. Additional project coordination conferences will be held prior to start of construction for coordination of
• the Work, refining project schedules, and utility coordination.
C. Project Engineer may hold coordination conferences to be attended by all involved when Contractors
operations affects, or is affected by, the work of others.
Contractor shall participate in such conferences accompanied by Subcontractors as required by the
Project Engineer.
1.3 PROGRESS MEETINGS
A. Contractor and Project Engineer shall schedule and hold regular progress meetings at least weekly and at
other times as requested by the Engineer or required by the progress of the Work.
B. Attendance shall include:
1. Contractor and Superintendent.
2. Owners Representatives.
3. Project Manager, Project Engineer, and City Representative(s).
4. Traffic Control Supervisor.
5. Others as may be requested by Contractor, Owner, or Owner's Representative.
C. Minimum agenda shall include:
I. Review of work progress since last meeting.
2. Identification and discussion of problems affecting progress.
3. Review of any pending change orders.
4. Revision of Construction Schedule as appropriate.
General Requirements - Page 4 of 16
SECTION 01040
COORDINATION
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 16
SECTION 01310
CONSTRUCTION SCHEDULES
1.1 GENERAL
A. The Contractor shall prepare a detailed schedule of all construction operations and procurement after
review of tentative schedule by parties attending the pre -construction conference. This schedule will show
how the contractor intends to meet the milestones set forth.
L No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and
Report of delivery of equipment and materials.
1.2 FORMAT AND SUBMISSIONS
A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual
progress.
B. Submit two copies of each schedule to Owner for review.
1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the
Work with the needs of Owner or others.
C. The schedule must show how the street, landscaping, and various utility work will be coordinated.
1.3 CONTENT
A. Construction Progress Schedule.
I. Show the complete work sequence of construction by activity and location.
• 2. Show changes to traffic control.
3. Show project milestones.
•
B. Report of delivery of equipment and materials.
1. Show delivery status of critical and major items of equipment and materials.
2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal
requirements for equipment and materials, reference Section 01340.
1.4 PROGRESS REVISIONS
A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen,
when requested by Owner, and with each application for progress payment.
B. Show changes occurring since previous submission.
I. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
General Requirements - Page 6 of 16
SECTION 01310
CONSTRUCTION SCHEDULES
1.5 OWNER'S RESPONSIBILITY
A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting
Contractor in coordinating the Work with the needs of the Project.
B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods,
techniques, sequences and procedures of construction as provided in the General Conditions.
END OF SECTION
•
General Requirements - Page 7 of 16