Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
497786 MARTIN MARIETTA MATERIALS - CONTRACT - BID - 7222 ASPHALT OVERLAY (4)
0 • F6rt City:of Collins Purchasing SPECIFICATIONS AND 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 CONTRACT DOCUMENTS FOR Asphalt Overlay - 2014 Renewal BID NO. 7222 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS s provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. • 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or Section 00520 Page 3 SECTION 01310 CONSTRUCTION SECHDULES 1.5 OWNER'S RESPONSIBILITY A. Owners 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 .I L • General Requirements - Pagc 6 of 17 SECTION 01330 • SURVEY DATA 1.1 SURVEY REQUIREMENTS A. The Owner will provide the construction surveying for the street and landscaping improvements. City Survey Crews will perform the surveying required. B. The Contractor must submit a survey request form to the City Surveyors a minimum of 48 hours prior to needing surveying. C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the Contractor with the date on which the requested work will be completed. D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of re - staking construction stakes and for the cost of re-establishing a destroyed monument. F. The Contractor shall notify the Engineer prior to concrete removal when property line markers are inscribed in the surface of the existing concrete, typically designated by "+" or "x" markings. The Contractor shall reinstall all existing property line markers in the surface of the new concrete. The Contractor may accurately offset the existing mark for reinstallation or may notify the City Survey Crews and request the offset location prior to removal of the concrete. If markers are removed without offsetting and reinstalling the Contractor shall be responsible for all costs, including survey costs, associated with relocating and reinstalling the markers. • F. The Contractor shall be responsible for transferring the information from the construction stakes to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance with the information on the stakes and grade sheets supplied by the Owner. END OF SECTION General Requirements - Page 7 of 17 SECTION 01340 SHOP DRAWINGS 1.1 GENERAL A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections. 1. Project Manager will not accept Shop Drawings or other submittals from anyone but Contractor. B. Schedule: Reference Section 013 10, Construction Schedules. Submittals received by Project Manager prior to the time set forth in the approved schedule will be reviewed at any time convenient to Project Manager before the time required by the schedule. C. Any need for more than one re -submission, or any other delay in obtaining Project Manager's review of submittals, will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by failure of Project Manager to return any scheduled submittal within 10 days after receipt in his office of all information required for review of the submittals or for any other reason which prevents Project Manager's timely review. Failure of Contractor to coordinate submittals that must be reviewed together will not entitle Contractor to an extension of Contract Time or an increase in Contract Price. D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication. E. Do not use materials or equipment for which Shop Drawings or samples are required until such submittals, stamped by Contractor and properly marked by Project Manager, are at the site and available to workmen. F. Do not use Shop Drawings which do not bear Project Managers mark "NO EXCEPTION TAKEN" in the performance of the Work. Review status designations listed on Project Manager's submittal review stamp are defined as follows: • 1. NO EXCEPTION TAKEN: Signifies material or equipment represented by the submittal conforms with the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related work. Copies of the submittal are to be transmitted for final distribution. 2. REVISE AS NOTED Signifies material or equipment represented by the submittal conforms with the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work in accordance with Project Manager's notations. Contractor is to proceed with the Work in accordance with Project Manager's notations and is to submit a revised submittal responsive to notations marked on the returned submittal or written in the letter of transmittal. 3. REJECTED Signifies material or equipment represented by the submittal does not conform with the design concept or comply with the information given in the Contract Documents and is not acceptable for use in the Work. Contractor is to submit submittals responsive to the Contract Documents. 4. FOR REFERENCE ONLY Signifies submittals which are for supplementary information only; pamphlets, general information sheets; catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Owner in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the information given in the Contract Documents. Project Manager reviews such submittals for general information but not for substance. General Requirements - Page 8 of 17 SECTION 01340 SHOP DRAWINGS 1.2 SHOP DRAWINGS A. Include the following information as required to define each item proposed to be furnished. 1. Detailed installation drawings showing foundation details, and clearances required for construction. 2. Relation to adjacent or critical features of the Work or materials. 3. Field dimensions, clearly identified as such. 4. Applicable standards, such as ASTM or Federal Specification numbers. 5. Drawings, catalogs or parts thereof, manufacturer's specifications and data, instructions, performance characteristics and capacities, and other information specified or necessary: a. For Project Manager to determine that the materials and equipment conform with the design concept and comply with the intent of the Contract Documents. b. For the proper erection, installation, and maintenance of the materials and equipment which Project Manager will review for general information but not for substance. c. For ProjectManagertodeterminewhatsupports,anchorages, structural details, conneclionsandservices are required for materials and equipment, and the effect on contiguous orrelated structures, materials and equipment. 6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable Project Manager to review the information effectively. B. Manufacturer's standard drawings, schematics and diagrams: 1. Delete information not applicable to the Work. 2. Supplement standard information to provide information specifically applicable to the Work. . C. Format. • I. Present in a clear and thorough manner. 2. Minimum sheet size: 8 1/2" x 1 I". 3. Clearly mark each copy to identify pertinent products and models. 4. Individually annotate standard drawings which are furnished, cross out items that do not apply, describe exactly which parts of the drawing apply to the equipment being furnished. 5. Individually annotate catalog sheets to identify applicable items. 6. Reproduction or copies of portions of Contract Documents: a. Not acceptable as complete fabrication or erection drawings. b. Acceptable when used as a drawing upon which to indicate information on erection or to identify detail drawings. 7. Clearly identify the following: a. Date of submission. b. Project title and number. c. Names of Contractor, Supplier and Manufacturer. d. Specification section number, specification article number for which items apply, intended use of item in the work, and equipment designation. e. Identify details by reference to sheet, detail, and schedule or room numbers shown in the Contract Documents. f. Deviations from Contract Documents. g. Revisions on re -submittals. h. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the Work and the Contract Documents. General Requirements - Page 9 of 17 SECTION 01340 SHOP DRAWINGS 1.3 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Minimum number required: 1. Shop Drawings. a. Three (3) copies minimum, two (2) copies which will be retained by Project Manager. 1.4 RE -SUBMISSION REQUIREMENTS A. Make corrections or changes required by Project Manager and resubmit until accepted. B. In writing call Project Managers attention to deviations that the submittal may have from the Contract Documents. C. In writing call specific attention to revisions other than those called for by Project Manager on previous submissions. D. Shop Drawings. I. Include additional drawings that may be required to show essential details of any changes proposed by Contractor along with required wiring and piping layouts. • END OF SECTION • Gcneral Requirements -Page 10 of 17 SECTION 01410 . TESTING 1.1 GENERAL A. Provide such equipment and facilities as required for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product which becomes unfit for use after approval shall not be incorporated into the work. B. All materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM). D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. 1.2 OWNER'S RESPONSIBILITIES A. Owner shall be responsible for and shall pay all costs in connection with testing for the following: 1. Soil tests, except those called for under Submittals thereof. • 2. Tests not called for by the Specifications of materials delivered to the site but deemed necessary by Owner. 3. Concrete test, except those called for under Submittals thereof. 1.3 CONTRACTOR'S RESPONSIBILITIES A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: 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 standby time charges from the tester due to the Contractor's failure to pave, pour, or fill on schedule for any reason except by action of the Engineer . B. Contractor shall notify the Engineer 48 hours prior to performing an operation that would require testing. 1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the Owner. The Contractors' control system shall specifically include all testing required by the various sections of these Specifications. General Requirements - Page I I of 17 SECTION 01410 TESTING . B. Superintendence: The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work. The Superintendent shall have adequate experience to perform the duties of Superintendent. C. Contractor's quality control system is the means by which he assures himselfthat his construction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the Engineer and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of utspacthors 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 tothe Engineer weekly. END OF SECTION General Requiremcnat - Page 12 of 17 SECTION 01510 . TEMPORARY UTILITIES 1.1 UTILITIES 0 A. Furnish all utilities necessary for construction. B. Make arrangements with Owner as to the amount of water required and time when water will be needed. 1. Meters may be obtained through the Water Utility Meter Shop at 221-6759 2. Unnecessary waste of water will not be tolerated. C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor. 1.2 SANITARY FACILITIES A. Furnish temporary sanitary facilities at each site for the needs of construction workers and others performing work or furnishing services on the Project. B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Enforce the use of such sanitary facilities by all personnel at the site. D. Obscure from public view to the greatest practical extent. END OF SECTION General Requirements - Page 13 of 17 SECTION 01560 TEMPORARY CONTROLS • 1.1 NOISE CONTROL A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated ins manner to cause the least noise consistent with efficient performance of the Work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. 1.2 DUST CONTROL A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing. B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. 1. Chemical dust suppressant shall not be injurious to existing or future vegetation. 1.3 POLLUTION CONTROL A. Prevent the pollution of drains and water courses by sanitary wastes, concrete, sediment, debris and other substances resulting from construction activities. 1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site. 2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts. 1.4 EROSION CONTROL A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities. Measures in general will include: a. Control of runoff. b. Trapping of sediment. c. Minimizing area and duration of soil exposure. d. Temporary materials such as hay bales, sand bags, plastic sheets, riprap or culverts to prevent the erosion of banks and beds ofwatercourses or drainage swales where runoffwill be increased due to construction activities. B. Preserve natural vegetation to greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual. General Requirements - Page 14 of 17 SECTION 01560 • TEMPORARY CONTROLS 1.5 TRAFFIC CONTROL E • A. Maintain traffic control in accordance with the "Manual of Uniform Traffic Control Devices" (MUTCD), the City of Fort Collins "Work Area Traffic Control Handbook," and the current "Larimer County Urban Area Street Standards." In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. 1.6 HAUL ROUTES The City reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads. These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements, and/or pavements whose condition would be significantly damaged by heavy loads. END OF SECTION General Requirements - Page 15 of 17 discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents' in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: N/A • The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 2, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor yfrom any duty or responsibility under the Contract Document. Section 00520 Page 4 SECTION 01700 CONTRACT CLOSEOUT • 1.1 CLEANING AND RESTORATION A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work was begun. This will include providing labor, equipment and materials for cleaning, repairing and replacing facilities damaged or soiled during construction. The Engineer will be the judge of the degree of restoration required. - 1.2 PROJECT RECORD DOCUMENTS A. Maintain on the job site, and make available to the Engineer and/or Project Manager upon request, one current marked -up set of the drawings which accurately indicate all approved variations in the completed work that differ from the design information shown on the drawings. Further, these drawings should reflect all underground obstacles encountered. B. These record drawings along with any survey records, photographs and written descriptions of said work as may be required by the Project Manager shall be submitted prior to project acceptance. END OF SECTION a General Requirements - Page 16 of 17 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. 1.2 BID PRICE A. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid for the various items of Work. B. Prices shall include all costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment and tools; and performing all labor and supervision to fully complete the work. C. Unit prices shall govern over extensions of sums. D. Unit prices shall not be subject to re -negotiation. 1.3 ESTIMATED QUANTITIES A. All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of payment shall be the actual amount of materials furnished and Work done. • B. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount therefor. Is END OF SECTION General Requirements - Page 17 of 17 REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction', 2011, and the current Larimer County "Urban Area Street Standards", (hereafter referred to as the "Standard Specifications") are made a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of the provisions of the preceding Sections, the preceding Sections shall govern. INDEX OF REVISIONS SECTION 104 Traffic and Parking Control 105 Control of Work 107 Protection and Restoration of Property and Landscape 108 Prosecution and Progress 109 Measurement and Payment 201 Clearing and Grubbing 202 Removal of Structures and Obstructions 203 Excavation and Embankment 208 Erosion Control 210 Reset Structures 306 Reconditioning/Asphalt Recycling 307 Stabilized Subgrade — Class C Fly Ash 401 Plant Mix Pavements 403 Hot Mix Asphalt • 403 1lot Mix Asphalt - Patching 420 Geotextile Paving Fabric 627 Pavement Marking 630 Construction Zone Traffic Control • Project Specifications —Page I of47 REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL Subsection 104.04 shall include the following It shall be the Contractor's responsibility to clear parking from the streets when such parking will interfere with the work. Prior to work that requires the street(s) to be closed to parking and/or traffic; the street(s) shall be posted for "NO PARKING". The placement of these signs shall take place at least 24 hours prior to the commencement of work and shall clearly show the type of work, date and times that the message on the sign is in effect. (For example, if a street is to be patched on Wednesday, July 2, the street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that reads similar to "NO PARKING, W EDNESDAY, IULY 2, 7:00 A.M. TO 6:00 P.M., PATCHING.) See sample "NO PARKING" sign. "NO PARKING" signs shall remain in place until the street is opened to traffic and all clean up operations completed. No Parking signs maybe placed, maintained, and removed by a representative of the Contractor, the Traffic Control Supervisor, or a Flagger. All information on the "NO PARKING" signs, with the exception of the type of work, date, and times shall be in block letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible and written in block style letters. The "NO PARKING" signs shall be in effect for one or two days only. In the event the Contractor deems it necessary to remove a vehicle that has not adhered to the "No Parking" notification, the Contractor shall first make every reasonable effort to locate and contact the owner of the vehicle. Should the Contractor be unable to locate the owner of the vehicle, the Contractor should notify the Engineer to arrange for any required towing. If the No Parking sign has been in place for a minimum of 24 hours, then the City will make every reasonable effort to remove the offending vehicle within four (4) hours of notification by the Contractor. The Contractor shall not be entitled to any additional compensation for delays associated with the towing of illegally parked vehicles. • The Contractor shall have an approved Traffic Control Plan on site at all times. Traffic control signage on the construction site shall be set up in accordance with the approved traffic control plan and in accordance with the specifications. C� Work performed by the Contractor without an approved traffic control plan or when "NO PARKING" signs have not been placed as required by the specifications shall not be paid. The Contractor shall also be subject to a pay deduction of up to $1,000.00 per occurrence per day for traffic control not in compliance with referenced specifications or requirements contained herein. Issues subject to deductions may include but are not limited to: Traffic Control Supervisor not on the project site at all times (unless pre -approved by the Engineer) An approved traffic control plan not on site Traffic control device set up by flagging personnel unless assisting the Traffic Control Supervisor Traffic control signage not set up in accordance with the approved traffic control plans Inadequate flagging personnel and/or flagging equipment The Engineer shall issue a written warning to the Contractor, Subcontractor, and/or Traffic Control Supervisor documenting the type of violation and the Engineer shall determine the deduction amount based on the Engineers' opinion of the infraction severity and the number of previous infractions. Upon issuance of the third violation, the Engineer may request the Subcontractor, Traffic Control Supervisor and/or flagging personnel be removed from the project. Removal from the project in which the violations were issued shall be in effect for the remainder of the year. The contractor shall find replacement Traffic Control Subcontractor, TCS, and/or flagging personnel within two weeks of the third notice without an adjustment to contract price or working days or the Contract may be terminated and rebid. Project Specifications —Page 2 of 47 REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL At or near the end of each work day, a representative of the Contractor, the Traffic Control Supervisor, and the Engineer will meet to discuss the progress of the work and the placement of traffic control devices including "NO PARKING" signs. The quantity of traffic control devices used that day and for the next day shall be agreed upon by the Contractor and the Engineer. Any necessary adjustments shall be made. At this time the Contractor shall also review with the Engineer the proposed means of handling parking and traffic control for the upcoming work. It is the responsibility of the Contractor to minimize any inconvenience to the public as a result oftheir 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 tofnrnishing equipment, equipment set up/removallmodifecation, TCS and Flagging personnel, vehicles, phones, nothfication delivery, hand signs, communication devices, sandbags, and all related incidental items required jar traffic control under this contract shall be paid under Revision of Section 630, "Construction Zone Traffic Control'. Project Specifications —Page 3 of 47 E NO PARKING Wed July 7 7:00 AM - 6:00 PM PATCHING END OF SECTION Project Specifications —Page 4 of 47 REVISION OF SECTION 105 CONTROL OF WORK - • Section 105 of the Standard Specifications is hereby revised as follows: - AUTHORITY OF THE ENGINEER Subsection 105.01 is hereby amended to include the following: No phase of construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the Owner to stop work. During periods of Traffic Control non- compliance, the Contractor may be assessed S 1,000.00 per day, may forfeit payment ofwork and materials installed, and may lose contract working days as determined by the Owner. The Contractor shall not be entitled to compensation for delays associated with non -compliant periods. COOPERATION BY CONTRACTOR Subsection 105.10 shall include the following: The City of Fort Collins is committed to comply with United States Environmental Protection Agency (EPA) requests and the Streets Department Environmental Management System (EMS) requirements that vehicles on Cityprojects shall comply with the "Anti -Idling Policy "to reduce environmental impacts related to construction. Contractors and Subcontractors shall comply with turning off vehicles and equipment instead ofidlingfor long periods (more than thirty (30) seconds after stopping at destination and/or not more than five (5) minutes aggregated within sixty (60) minutes). Exceptions for powering auxiliary equipment and for safety or health emergencies are allowed. COOPERATION WITH UTILITIES Subsection 105.11 shall include the following: . CityUtilities, Parks, Traffic, Streets, concrete and utility contractors may perform work related to the project within or near the limits of this project. The Contractor shall conduct the Work without interfering or hindering the progress or completion of the work being performed by other contractors. The Contractor shall coordinate extensively with these entities to minimize traffic control and scheduling conflicts, and ensure timely completion of all the work. Reconstruction operations and/or concrete construction at intersections may involve the destruction and replacement of traffic signal loop detectors. The existing traffic signal loop detectors shall be removed by the contractor at no additional cost. New loop detectors may be installed at other intersections where they do not now exist. New and replacement loop detectors will be installed by the City Traffic Division. The Contractor shall cooperate with the schedule of this work to insure the timely installation of new loop detectors. INSPECTION AND TESTING OF WORK Subsection 105.16 shall include the following: The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a minimum of 24 hours in advance of starting any construction operation that will require inspection, measuring for pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the owner and the Engineer from any responsibility for additional costs or delays caused by such failure. Inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected by the Engineer or that payment therefore has been included in the progress estimate. • Project Specifications —Page 5 of 47 REVISION OF SECTION 105 CONTROL OF WORK MAINTENANCE DURING CONSTRUCTION E • Subsection 105.19 shall include the following: The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be cleaned ofdebris by the Contractor at the earliest opportunity, burin no caseshall the area not be cleaned after the completion of the day's work. It shall be the Contractor's responsibility to provide the necessary manpower and equipment to satisfactorily clean the roadway area. The Contractor shall utilize a combination of pick-up brooms, side brooms and/or other equipment as needed to clean the streets. All sweeping and clean up equipment shall be approved by the Engineer prior to the commencement of work. The Contractor shall maintain the streets during the construction process as described above. Upon completion of the work, the contractor shall meet with the Engineer to confirm that the cleaning of the job site has been performed to City expectations and contractual obligations. All cost of maintaining the work during construction and before the project is accepted will not be measured and paid for separately, but shall be included in the work. END OF SECTION Project Specifications —Page 6 of 47 REVISION OF SECTION 107 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE Section 107 of the Standard Specifications is hereby revised as follows: Subsection 107.06 shall be amended to include the following: Personnel on Street Maintenance Program (SMP) projects shall use protective equipment prescribed by Local, State, and Federal safety regulations to control or eliminate hazards or exposure to illness or injury. The Contractor and Subcontractors are responsible for providing and insuring the use of the required Personal Protective Equipment (PPE). Only Personal Protective Equipment complying with the Occupational Safety and Health Administration (OSHA) or American National Standards Institute (ANSI) regulations shall be used. The Contractor shall be responsible for the compliance of their employees and the Subcontractor's employees. The Contractor's safety representative shall make regular field inspections to audit and document compliance. An employee of the Contractor or Subcontractor who refuses to use the prescribed protective equipment designed to protect him/her or willfully damages such equipment constitutes cause for the Engineer to request removal of the employee from the site. The Contractor's personnel shall be required to wear safety vests, hard hats, and steel toe boots while on the construction site(s). Subsection 107.12 shall include the following: The fact that any underground facility - sprinkler systems, utility services, etc. - is not shown on the plans, details or construction documents shall not relieve the Contractor of his responsibilities as provided for in the Contract. It shall be the Contractors responsibility, pursuant thereto, to ascertain the location of such underground improvements which may be subject to such damage by reason of his operations. Any pruning of vegetation shall require the written permission of the property owner and/or the Engineer. • If the landscape removal area adjacent to the Street repair is ten (10) inches or less in width, the Contractor shall clean the area of all construction debris (i.e. asphalt, road base, etc.) to a minimum depth of four (4) inches, prepare all edges to be clean and vertical, and place and compact topsoil. The topsoil shall be compacted utilizing a hand operated roller or other method approved by the Engineer. If any portion of the area to be repaired is greater than ten (10") inches in width and greater than 12 inches in length adjacent to the concrete repair, the Contractor shall clean and prepare the area along the entire length of the repair location as stated above to a minimum one foot (1.0') wide, place sod over the prepared area, water once, and notify the property owner in writing of the nature of the work that has taken place. The Contractor shall also notify the property owner of the fact that the sod will be watered only once by the Contractor and provide the property owner the recommended watering schedule suggested by the sod supplier. The Contractor shall make every effort to minimize the need for sod placement. The placement ofbackfill and top soil for asphalt repair locations shall be completed within two (2) workingdays of the placement of the final asphalt surface course. Excavated soils from the repair locations may be stockpiled on site and used as backfill for the new AC installation below the top four (4) inches. Topsoil shall consist of loose friable river bottom or farmland loam, reasonably free of manmade materials subsoil, refuse, stumps, roots, rocks, brush, weeds, noxious weed seeds, heavy clay, hard clods, trash, toxic substances, or other material which would be detrimental to the proper development of vegetative growth. Topsoil shall have 100% passing the 1 /4" screen and shall contain a combination of sand, clay, and friable loam. The Contractor shall submit a soil analysis or sample for approval by the Engineer. The topsoil shall be in a relatively dry state but shall contain sufficient moisture to allow compaction and shall be • Project Specifications —Page 7 of47 REVISION OF SECTION 107 • PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE placed during dry weather. The topsoil shall be fine graded to eliminate rough and low areas and ensure positive drainage. The existing levels, profiles, and contours shall be maintained. Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction and protected from damage by the Contractor. Sprinkler heads shall be salvaged and stockpiled on each property for use when reconstructing the sprinkler systems. Sprinkler systems damaged outside of the construction limits as a result of construction operations shall be replaced at the Contractor's expense within three (3) working days from the date of damage. All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his expense unless a written waiver is obtained from the property owner and submitted to the Engineer. Re -sodded lawns shall be watered once by the Contractor. All costs for protecting and restoring landscaping and lawns shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work and no measurement or payment shall be made separately for the protection and restoration of landscaping and lawns. All restoration of landscaping and lawns damaged by construction operations shall take place within three (3) working days from the date of damage. In areas where the Engineer directs new work or the reconstruction area requires grade adjustment, the placement of topsoil, sod, and sprinkler relocation will be provided by the City under separate contract. All labor, materials, tools, equipment, incidentals, and work involved in protecting or repairing underground facilities shall be considered incidental to the Work and shall not be measured and paid for separately. • END OF SECTION • Project Specifications -Page 8 of 47 0 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. rJ Section 00520 Page 5 REVISION OF SECTION 108 PROSECUTION AND PROGRESS 'u Section 108 of the Standard Specifications is hereby revised as follows: SCHEDULE Subsection 108.03 shall include the following: A scbedude ojwork must besubmitted priorto starting work and shall include the number of working days per area to complete all work items covered by the contract but shall not exceed the number of contract working days. Location of vicinity maps are referenced in Section 03500, Project Maps. The schedule should take any priorities into consideration and include projected start and end dates for each area. Area and street quantities are described in Section 02500, Quantity Estimates. Prior to award, mutually acceptable milestones shall be determined by the Contractor and the City based on the schedule of working days discussed above. LIMITATION OF OPERATIONS Subsection 108.05 shall include the following: The work shall be completed within the following calendar months: mmm m REN ... m.�o........ ......�:°so'as: NFEu�mz3 DETERMINATION AND EXTENSION OF CONTRACT TIME Subsection 108.08 shall include the following: Work hours shall be 7:00 a.m. to 6:00 p.m., Monday through Friday, or as approved by the Engineer. All Work identified within this contract is to be completed within one hundred twenty (120) consecutive working days during the months of March through November. If work is required prior to the overlay and is completed under separate contract, the Engineer will notify the Contractor that the area is completed. The Contractor shall then mobilize to the area within five (5) working days after receiving notification of its accessibility for arterial streets and within eight (8) working days after receiving notification of its accessibility for collector and residential streets. FAILURE TO COMPLETE WORK ON TIME Subsection 108.09 shall include the following: Failure to meet the agreed upon milestones, mobilize to an area within days specified, or fully fulfill the project needs indicated within these contract documents in one hundred twenty (120) consecutive working days, shall result in liquidated damages assessed against the Contractor. At the City's option, liquidated damages in the amount of S 1,000.00 per day may be retained from any monies due the Contractor, or the City may retain an additional contractor(s) to complete the work, or portion thereof, and retain any costs incurred above and beyond the bid prices of the Contractor from any monies due the Contractor in lieu of liquidated damages. • END OF SECTION Project Specifications —Page 9 of 47 REVISION OF SECTION 201 • CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS Subsection 201.02 shall be amended to include the following: When tree roots are encountered during construction operations, the Contractor shall notify the Engineer prior to root removal. The Engineer and the City Forester's representative shall then make a determination regarding removal. When it is apparent that the tree roots have heaved the concrete section, the Contractor shall remove the section(s) of concrete as early as possible to allow time for inspection and to schedule root grinding operations, under separate contract. Root grinding will be scheduled as soon as possible to minimize delays in construction. Delays to concrete installation due to root grinding shall not be considered for additional traffic control payment or traditional days added to the total contract working days but shall be anticipated in the Contractor's schedule. Where it is anticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent any damage to the roots with tools or equipment. Damage to roots during concrete removal shall be trimmed and cut with a sharpened, sanitized saw, cut orthogonally to its longitudinal axis as closely as practical, to leave the freshly cut root surface in a clean and smooth condition. Axes or other blunt objects shall not be used to cut tree roots. BASIS OF PAYMENT Subsection 201.04 shall be amended to include the following: All costs for removing tree roots shall be considered a subsidiary obligation ofthe Contractor in connection with the various items of the Work, and no measurement or payment shall be made separately for the removal of tree roots. • END OF SECTION Project Specifications —Page 10 of 47 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS • Section 202 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 202.01 shall include the following: The intent of this specification is to specify materials and methods for the grinding of existing pavement sections to remove the pavement to a specified depth, the removal and disposition of theground material, and the preparation of the surface of the base material disturbed by the grinding process. All workmanship and materials shall be in accordance with these specifications. CONSTRUCTION REQUIREMENTS Subsection 202.02 shall include the following: All concrete marked for repair within areas marked for grinding shall be patched prior to commencement of the grinding The Contractor shall provide a smooth surface suitable for the installation of new pavement to follow. The finished surface shall be free from ruts, grooves, ridges, soot, oil film and other imperfections of workmanship. The completed ground surface shall have a uniform textured appearance. It is the intent of this specification that the finished cross section of the roadway will be improved to eliminate excessive crown, excessive lips at the gutter pan areas and that the overall ride quality of the roadway section will be improved. The existing pavement shall be ground to the depth specified. Allowable tolerance for the pavement removal shall be±'A" from the specified depth. In areas where the grinding process disturbs the existing subgrade/base course, the Contractor shall utilize a rubber • tired roller to re -compact the surface. This item will not be measured and paid for separatelybut shall be included in the price for Removal of Structures and Obstructions (Grinding/Surface Preparation). If, in the opinion of the Engineer, the subgrade materiallbase course is unsuitable and will require ripping and re - compaction, the Engineer will direct the Contractor to perform the work in accordance with this specification, Section 203, "Excavation and Compaction". The method of work and payment are covered in the appropriate specification. Stockpiling of ground materials or cuttings shall not be permitted on the project site. All ground materials shall become the property of the City of Fort Collins and shall be delivered by the Contractor to the City s site at 1500 Roffman Mill Road A grinding machine shall be used by the Contractor to perform the grinding operation. The equipment shall be self- propelled with sufficient power, traction, and stability to maintain adequate depth of cut and slope. The equipment shall be capable of accurately and automatically establishing a finish profile grade along each edge of the machine within t '''A" of the specified depth. The grinding machine shall be equipped with an integral loading and reclaiming means to immediately remove the materials being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. The machine shal I be equipped with a means to control the dust created by the cutting action and shall meet or exceed all local, state and federal air pollution laws. A skid -steer style planer attachment shall be used by the Contractor to perform the grinding operation with an approximate width of two (2") feet. The equipment shall be self-propelled with sufficient power, traction, and stability to maintain adequate depth of cut and slope. • Project Specifications —Page I I of 47 REVISION OF SECTION 202 • REMOVAL OF STRUCTURES AND OBSTRUCTIONS The Contractor shall also provide adequate backup equipment (mechanical street sweepers, loaders, water truck, etc.) and adequate personnel shall be provided to insure that all cuttings are removed from the roadway daily, unless otherwise directed by the Engineer. It is the intent of this specification that the ground section will be paved back as follows The Engineer reserves the right to require that the ground section be paved back immediately in the case of grinding done on Friday in the event that severe weather is imminent, or in the case that the ground section presents an extreme safety hazard to the traveling public or inconvenience to the residents. In the event that the ground section is not paved back the same day as the grinding, the Contractor shall provide access to the residents as directed by the Engineer. Access shall include the installation of paper ramps for any/all pedestrian access ramps that have been affected during construction procedure. Special access shall be maintained for all those citizens requesting special needs of access throughout the project. Driveways shall be ramped if the asphalt is below 2 inches on curb prior to the release of traffic. Any/all trip hazards shall be ramped with paper joints, asphalt material, and/or recycled asphalt base (if approved by the engineer). In the event that the ground section is not paved back the same day as the grinding, the Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed The Engineer shall require that the pavement grinding operation be referenced from an independent grade control in those areas where the existing curb and gutter or roadway surfaces have deteriorated. In the event that the entire pavement width along a section of roadway has not been ground to a uniform surface by the end of the work period resulting in a vertical longitudinal face exceeding one inch (I ") in height, this longitudinal • face shall be sloped in a manner acceptable to the Engineer so as not to create a hazard to traffic using the roadway during periods when the construction is not in progress. Traffic Control devices may be used in lieu of taper installation as approved by the Engineer. Acceptable Transverse faces that are present at the end of the working period shall be tapered at a 6:1 ratio (six (6") inches horizontally for each one (1 ") inch of vertical drop.) • The grinding machine shall not be operated within the close proximity to manholes, inlets, valve boxes and other obstructions that have not been lowered to avoid damage to these structures. (See Revision of Section 210 —Reset Structures for requirements for referencing structures during construction.) The approaches to and from these structures shall be tapered to allow a smooth transition over these structures to accommodate traffic flow over the manhole, valve box or other obstruction. Any structure raised over two (2) inches in an area accessible to traffic prior to the top surface overlay, must be approved by the Engineer and identified by additional traffic control devices prior to the release of traffic. For Collector and Residential streets, the allowable taper shall not be greater than one half inch vertical rise per six (6) inch distance from the structure. The Engineer may consider the use of temporary rubber shim tapers on a case by case basis. For Arterial streets, the taper shall be as directed by the Engineer. The Contractor shall use all means necessary to prevent the spread of dust and debris during the performance of the work. Where equipment comes into contact with tree branches and other plant material, the contractor shall exercise suitable caution to avoid damage to all trees, shrubs, and other plant material. All trimming shall be performed by a licensed arborist previously approved by the City Forestry Division and under the direction of the Engineer. Project Specifications—Pagc 12 of 47 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS METHOD OF MEASUREMENT Subsection 202.11 shall be revised to include the following: The accepted quantities of Grinding and Surface Preparation will be paid for at the contract unit price per square yard including haul. All curbs, gutters and other surfaces shall be cleaned of all debris and left in a neat and presentable condition at the end of each working day. It shall be the responsibility of the contractor to maintain the jobsite until subsequent courses have been placed. Taper Planing shall consist of cold milling along the gutter at a depth specified by the Engineer, tapered to a depth on the other side of the mill of zero inches (0"). The width for Taper Planing shall be primarily six (6) feet. Taper Planing shall be paid at the contract unit price per lineal foot. BASIS OF PAYMENT Subsection 202.12 is revised to include the following: Payment will be made under: Pay Item 202.10 Grinding (Planing)/Surface Preparation Depth < 3" 202.20 Grinding (Planing)/Surface Preparation Depth 3" < 5" 202.30 Grinding (Planing)/Surface Preparation Depth 5" < 7" 202.40 Grinding (Planing)/Surface Preparation Depth 7" < 9" 202.50 Taper Planing Adjacent to Gutter 202.60 Bobcat Style Milling < 3" 202.70 Skid -Steer Style Milling - Additional Inch Thickness Pay Unit Square Yard Square Yard Square Yard Square Yard Lineal Foot Square Yard Square Yard - Inch The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in Grinding and Surface Preparation, complete -in -place, including haul, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications -Page 13 of 47 • • REVISION OF SECTION 203 • EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 203.01 is revised to include the following: This work shall consist of removing and disposing of the existing pavement, base or other soil material, preparing the subgrade for the subsequent course, and placing borrow in accordance with the specifications and in reasonably close conformity with the lines, grades, and typical cross sections shown on the plans or as designated by the Engineer. All excavation will be classified, "General Excavation", "Muck Excavation", as hereafter described. The Contractor shall dispose of all excavated material. COSNTRUCTION REQUIREMENTS Subsection 203.04 is revised to include the following: The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. The excavation will be accomplished in the following manner: General Excavation: The pavement areas to be removed will be marked on the surface by the Engineer with paint. A straight vertical cut shall be made through the pavement to provide a square or rectangular opening, such that each edge will be parallel • or at right angles to the direction of traffic. Wheel cutting, ripping, and tearing of asphalt using construction equipment such as a grader (blade) shall not be allowed. If, in the opinion of the Engineer, the subgrade material is unsuitable, it shall be removed to the limits and depths designated. Ll After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the subgrade by compacting with a padfoot roller, rubber tired roller and/or other compaction equipment as approved by the Engineer. The subgrade preparation shall not be measured and paid for separately, but shall be included in the contract unit price for General Excavation. Borrow material shall meet the grading requirement for Class 1 (Pit Run) or Class 5 (Road Base) Aggregate Base Course. (The Class I Aggregate Base Course does not need to be crushed and can be of the pit ran variety provided it falls within the gradation requirements as shown in CDOT table 703-3.) The material required for a specific location shall be directed by the Engineer. Muck Excavation: Where excavation to the finished grade section (including General Excavation and Patching) results in a subgrade of unsuitable soil, the Engineer may require the Contractor to remove the unsuitable materials and backfill to the finished grade section with approved material (asphalt or borrow). After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the subgrade with a padfoot roller, rubber tired roller, vibratory plate, steel drum roller, and/or other compaction equipment as approved by the Engineer. The subgrade preparation shall not be measured and paid for separately but shall be included in the contract unit price for Muck Excavation. Project Specifications —Page 14 of 47 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT • Borrow: Borrow shall be placed as directed by the Engineer. The minimum amount of borrow shall be one load (approximately ten (10) tons). The cost for water placement and compaction shall be included in the Contract Unit Price for Borrow. METHOD OF MEASUREMENT Subsection 203.13 shall include the following: General Excavation shall consist of the excavation and disposal off site or use on site of all materials of whatever character required for the work not being removed under some other item. Muck Excavation shall consist of the removal of unstable soils unsuitable for construction not being removed under some other item. The Contractor and the Engineer shall field measure and agree upon the excavated quantity before any further work continues. Should the Contractor fail to request the Engineer to measure any work and perform other work that would prevent the Engineer from measuring pay quantities, the Contractor shall not be compensated for materials not measured by the Engineer. The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard. Subgrade preparation, haul and disposal will not be measured and paid for separately. The accepted quantities of Borrow shall be paid for at the contract unit price per ton. Compaction and haul will not be measured and paid for separately. BASIS OF PAYMENT • Subsection 203.14 shall include the following: Payment will be made under: Pay Item Unit 203.10 Excavation —General Less Than 100 CY Cubic Yard 203.20 Excavation — General Over 100 CY Cubic Yard 203.30 Excavation — Muck Cubic Yard 203.40 Borrow — Less Than 100 Ton Ton 203.50 Borrow —Over 100 Ton Ton 203.70 Shouldering Lineal Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all the work involved in Excavation and Borrow including haul, stockpiling, placing material, watering or drying soil, compaction, proof rolling, finish grading and disposal of unusable materials, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION 0 Project Specifications —Page 15 of 47 REVISION OF SECTION 208 • EROSION CONTROL Section 208 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 208.01 shall be revised as follows: This work shall consist of constructing, installing, maintaining, and removing when required, erosion control measures during the life of the Contract and at a minimum at all inlets to prevent or minimize erosion, sedimentation, and pollution of any State waters. Work shall be in accordance with the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction (latest edition), The City of Fort Collins Urban Drainage and Flood Control District Urban Drainage Criteria Manual, and the City of Fort Collins Environmental Standard Operating Procedures contained herein, Section 04000. Any loss of time or materials related to erosion and erosion control shall be the sole responsibility of the Contractor. Any damage to surrounding properties or facilities (either on site or offsite) related to erosion caused by construction of this project, will be the sole responsibility of the Contractor MATERIALS Subsection 208.02 shall be amended to include the following: Contractor shall submit the type of material to be used for erosion control measures prior to beginning the work. See Details Section 03000 contained herein. 1. Inlet protection shall include sufficient length to protect around the perimeter of the inlet opening. • 2. Erosion control devices around inlets near a load site shall be required. 3. Erosion control devices on the downstream side of an aggregate stockpile or truck washout area shall be required. • Recycled Rubberized Inlet Protection shall meet the following requirements: 1. Infill material: Shredded recycled rubber 2. Weight: approximately 10 Ibs per linear foot 3. Diameter: Approximately 9 inches 4. Geotextile fabric: Made of a durable fabric with atypical weight of 6-10 oz/yd. CONSTRUCTION REQUIREMENTS Subsection 208.03 shall be revised as follows: All erosion control measures must be installed prior to starting work It shall be the responsibility of the contractor to ensure that all roadways near the project are kept clean of construction debris and sediment. Inlet filters All storm drainage system inlets shall be filtered unless better treatment is available before water is discharged into streams or onto adjacent properties. These methods are applicable to existing and proposed drain systems that will be operational before the drainage basin is stabilized. Project Specifications —Page 16 of 47 REVISION OF SECTION 208 EROSION CONTROL • Drop Inlets Drop inlets in unpaved areas shall be filtered with straw bales anchored with wooden stakes as shown in Figure D- 23. Drop Inlets in paved areas shall have gravel filters Figure D-24. Materials other than straw bales must be demonstrated to provide the same level of treatment before acceptance by Fort Collins. Straw bales shall be placed in a single row tightly butted end -to -end or overlapped and staked. The bales shall be installed to a minimum depth of four inches. After bales are installed and staked, loose strawwill be wedged between bales and soil shall be backfilled three inches against the filter. Curb-OpeningInlets nlets Curb -opening Inlets shall be filtered with Crumb rubber and/or rock wattles or as Approved by the Engineer. Maintenance The contractor shall continuously maintain all erosion and sediment control features so that they function properly during site construction. See Detail SC-5 contained herein. All inlet filters shall be inspected and repairs made after each runoff event. Sediments shall be removed when one half the design depth has been filled. Sediments shall also be removed immediately from the traveled way of roads and streets. MATERIALS IIANDLING AND SPILL PREVENTION Subsection 208.06 shall be amended to include the following: . Appropriate Spill Kits shall be on site with each piece of equipment at all times during installation of the Work and during equipment maintenance and Fueling (see Section 04000 ESOP). The Contractor shall submit a description of the items contained in each Spill Kit for approval by the Engineer. METHOD OF MEASUREMENT Subsection 208.11 is revised to include the following: Payment for Wattles shall be made by the lineal foot for inlet protection at each location as required and accepted by the Engineer. The length shall be sufficient to protect the opening and sides of the inlet grate. A maximum of four (4') lineal foot additional to the opening width shall be paid. Excessive lengths shall not be paid. When a protection device is installed at a new location, whether the protection device is new or has been relocated, an additional lineal foot payment will be made for the protection of the location. A protection device shall be installed at load sites and on the downstream side of stockpiles, base piles, and truck washout areas, or as directed by the Engineer and shall not be measured and paid for separately. Excavation required for removal of accumulated sediment from traps, basins, and other clean out excavation of accumulated sediment, and the proper disposal of sediment, shall be considered incidental to the work and not be measured and paid separately. All construction material that enters an inlet due to the Work shall be removed from the inlet interior and removed from the site to an approved disposal location. This work shall not be measured and paid for separately. . Project Specifications —Page 17 of 47 REVISION OF SECTION 208 • EROSION CONTROL Payment for Straw Bales shall be made per each bale properly installed and accepted by the Engineer. Street sweeping will not be measured or paid for separately but shall be incidental to the work. Erosion control measures used during saw cutting are considered incidental to all saw cutting operations and shall not be paid for separately. BASIS OF PAYMENT Subsection 208.12 is revised to include the following: Payment will be made under: Pay Item Unit Units 208.10 Rock Wattle Lineal Foot 208.20 Crumb Rubber Wattle Lineal Foot 208.30 Straw Bales Each 208.40 Silt Fence Lineal Foot The above prices and payments shall include full compensation for famishing all labor, materials, tools, equipment, • and incidentals and for doing all work involved in installing, maintaining, removing, and relocating when required, erosion control measures, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION • Project Specifications —Page 18 of47 OWNER: CITY OF FORT COLLINS Inc. By: IN ATTEBERR CITY MANAGER Date: -i4ll By: _p GERRY PAUL DIRECTOR OF PURCHASING & RISK M�NgGEMENT narP q 17 q l°FfoaT Attest: is Address for giving P. O. Box 580 • Fort Collins, CO 80522 Approved as to Form r Assi tant City Attorney SEAL CONTRACTOR: Martini Marietta Materials By:kn�,'J' C., . �w,p�•2'� ,..9 �1 F' Title: Date: (CORPORATE SEAL)-.. Attest: o Address for giving notices: 49DO d 7—a6L / /mod LICENSE NO.: D -/ oo p� Z OD I Page 1 Section 00520 REVISION OF SECTION 210 RESET STRUCTURES • Section 210 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS Subsection 210.02 is revised to include the following: Manholes, valve boxes, meter boxes, and all other similar structures located in the pavement shall be adjusted as noted below. Prior to beginning any construction on existing streets that will receive reconstruction and/or overlay, the Contractor shall mark on the curb and gutter with paint the location of all existing structures. These markings shall be maintained by the Contractor until the work has been completed and accepted by the Engineer. The Contractor shall do all work needed to ensure that said structures can be readily adjusted and shall have all necessary materials on hand prior to commencing the work. Contractor shall verify that manholes and valve boxes can be adjusted prior to the overlay. In the event they cannot be adjusted, or properly fitted with rings, the Contractor shall excavate and adjust prior to the overlay as noted below. All structures shall be adjusted to be 1/8"- 1/2" below the pavement In locations where a structure to be adjusted is surrounded by a concrete collar, the concrete collar shall be removed and replaced with 1-lot Mix Asphalt. HMA Grading S shall be used in all locations All Patching shall be performed with HMA Grading S unless otherwise directed by the Engineer. In Locations where curbside patching is being performed prior to a scheduled milling operation, the contractor shall • leave the patches one to one and a half inches ( I to 1 '/a inches) below the toe of the concrete unless directed otherwise by the Engineer. Pavement removal (concrete or asphalt) and placement of Asphalt material (Hot Mix Asphalt) utilized for structure adjustment, including S, and SX, shall be paid for under the contract unit price for Patching. Subsection 210.10 is revised to include the following: The Engineer shall determine the method of adjustment for each structure. Valve boxes shall be adjusted by one of the following methods: Adjust by removing the existing pavement (concrete or asphalt), adjusting the valve by turning it to the proper grade, trimming the existing asphalt by cutting vertical edges, then spreading and mechanically compacting bituminous material. This item will be measured and paid for separately under "Adjust Valve Box", not including bituminous material. If the valve box cannot be turned up or can be turned up, but not sufficiently to achieve the proper grade or if the top section of valve box is in poor condition, the Contractor shall excavate around the top section of the valve box, and remove and replace the top section with a longer section. The top section part will be measured and paid for separately under the terms of this Contract. The excavation shall then be back filled with Non -Shrink backfill to the top of subgrade, and then material of the same grade and quality as the adjacent pavement shall be placed. Flowfill installation may be modified by the Engineer. A mix design for Non -Shrink back fill shall be submitted and approved prior to starting work. These items shall be measured and paid for separately under "Adjust and Replace Top Section of Valve Box', not including the top section part or bituminous material. • Project Specifications —Page 19 of 47 REVISION OF SECTION 210 • RESETSTRUCTURES Non -Shrink backfill — also called Flowable Fill or Unshrinkable Fill — shall be a Portland Cement Concrete Mix. The cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type I/Il. The minimum 24 hour strength shall be 10 psi and the maximum 28 day strength shall be 60 psi. The maximum aggregate size shall be one inch (I "). The minimum slump shall be six inches (6") and the maximum, eight inches (8"). The non -shrink backfill shall be consolidated with a mechanical vibrator. 3. Adjust with adjusting rings or Screw Type Adjustable Risers. These items will be measured and paid for under "Adjust Valve Box with Ring" or "Adjust Valve Box with Screw Type Adjustable Riser", including material (parts). The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If the Contractor is negligent and breaks the valve box, said valve box shall be replaced at the Contractor's expense. Adjusting rings for valve boxes shall be of the type manufactured by the Tyler Manufacturing Company or an approved equal. Valve Box Top Section, Screw Type Adjustable Risers, and Extensions shall be of the type manufactured by the Tyler Manufacturing Company, 6850 or 6860 Series, as approved by the Engineer. Manholes shall be adjusted by one of the following methods: 1. Adjust by removing an area of pavement (concrete or asphalt) with a minimum diameter one foot (P) larger than the structure (centered on the structure) by cutting vertical edges, adjusting the manhole by grouting concrete rings and/or utilizing metal shims to raise the structure to the proper grade, then spreading and mechanically compacting bituminous material. Patching around manholes shall not be • square around any adjustment. This item will be paid for under "Adjust Manhole", not including bituminous material. 2. Adjust with adjusting rings. This item will be measured and paid for separately under "Adjust Manhole with Locking Ring". Standard/non-adjustable paving rings are not permitted on arterial streets, collector streets, or in the wheel path of a travel lane. Contractor shall verify that the manhole can properly be adjusted with a ring to the proposed grade prior to beginning the overlay. The Engineer may allow turnbuckle style paving rings that tighten into place securely. When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the slope of the pavement in both the longitudinal and traverse directions. The inside shall be grouted when the Owner is The City of Fort Collins and shall not be grouted when the Owner is the Fort Collins Loveland Water District. Any manhole cover which is unstable or noisy under traffic shall be replaced by the Contractor. If a manhole or valve box is located in an area to be patched or cold milled, it may be adjusted as part of that operation utilizing one of the methods listed in the previous paragraphs. The adjustment will be paid for under the matching item. If the structure is adjusted during the grinding or patching operation, the Contractor shall place hot bituminous material around the structure as directed by the Engineer to insure that it will not be a hazard to vehiculartmffic. The Contractor shall be responsible for immediately cleaning and removing any construction materials that may have entered the manhole, valve box, or other structures during the construction process. In the event that a structure was not properly adjusted (i.e. too high or too low), written notice will be given by the Engineer to the Contractor requiring the Contractor to make the necessary adjustments within five (5) working days. In the event that the structure is not adjusted within said time frame, the Engineer shall have the • right to engage a third party to complete the work, and to withhold the cost of such work from payments due the Contractor. Project Specifications -Page 20 of 47 REVISION OF SECTION 210 RESET STRUCTURES • The Engineer will also notify the Contractor in writing of any structures that were covered during the paving operation. The Contractor shall then have five (5) working days to make said structure accessible or will be subject to the constraints of the previous paragraph with respect to a third party completing the work. In the unlikely event that a structure is adjusted after the overlay is complete, the Contractor must exercise care not to damage the new pavement surrounding the structure. The "topping" material shall be Grading S on residential streets, arterial, and collector streets. Grading S shall be used for the bottom lifts as described in Revision of Section 403, Hot Mix Asphalt — Patching. METHOD OF MEASUREMENT Subsection 210.12 shall include the following: The accepted quantities of Adjust Manholes, Valve Boxes, and Meter Boxes will be paid for at the contract unit price per each. Non -shrink backfill, concrete, haul and disposal will not be measured and paid for separately but shall be included in the contract unit price for each type of adjustment. BASIS OF PAYMENT Subsection 210.13 shall include the following: Payment will be made under: Pay Item Unit • 210.01 Reset Mail Box Each 210.02 Adjust Valve Box Each 210.03 Adjust Valve Box with Ring Each 210.04 Adjust Valve Box with Tyler 6860 Series, Item R 69, Screw Type Adjustable Riser Each 210.05 Adjust and Replace Top Section of Valve Box Each 210.06 Tyler 6850 Series, Item 58, 14" Valve Box Extension (Part Only) Each 210.07 Tyler 6860 Series 16" Valve Box Top Section Without Lid (Part Only) Each 210.08 Tyler 6860 Series 26" Valve Box Top Section Without Lid (Part Only) Each 210.09 Total Valve Box Replacement Tyler 6860 Series, 30" Bottom Section Each 210.10 Adjust Standard Manhole < 24" Each 210.11 Adjust Special Manhole > 24" Each • 210.12 Adjust Manhole with Ring Each Project Specifications —Page 21 of 47 REVISION OF SECTION 210 • RESETSTRUCTURES is 210.13 Adjust Manhole with Locking Ring < 24" dia., < 3" height Each 210.14 Adjust Manhole with Locking Ring < 24" dia., > 3" height Each 210.15 Adjust Manhole with Locking Ring > 24" dia, <_ 3" height Each 210.16 Adjust Manhole with Locking Ring >24" dia, > 3" height Each The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in adjusting structures, complete -in -place, including non -shrink backfill, concrete, haul and disposal, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications —Page 22 of 47 REVISION OF SECTION 306 RECONDITIONING/ASPHALT RECYCLING • Section 306 of the Standard Specifications is hereby revised as follows: CONSTRUCTION REQUIREMENTS Subsection 306.02 is revised to include the following: Reconditioning shall consist of scarifying and compacting the top 8" of the entire subgrade. Sufficient water shall be added to meet the density requirements as specified. The subgrade shall be thoroughly mixed and moistened to full depth and compacted as specified in Section 203.07. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.04 foot under asphalt or concrete pavement, or 0.08 foot under aggregate base course. The surface shall be tested prior to application of any base course or pavement. All defective work shall be corrected as directed. The surface shall be satisfactorily maintained until base course or pavement has been placed. Asphalt Recycling shall consist of homogeneously pulverizing and mixing the existing asphalt roadway and underlying base material to a depth as determined by the Engineer. Care shall be taken to insure that the recycling process does not extend into the subgrade material. The resulting mixture shall be pulverized and blended to the satisfaction of the Engineer and meet the following requirements: Minimum Passing IP/2" 97-100 % Minimum Passing No. 1 Sieve 60-65 % The equipment required for Asphalt Recycling shall be a self-propelled, rotary cross shaft mixing machine with a minimum of 400 horsepower and equipped with carbide -tipped teeth. This machine must be capable of making consecutive passes until the gradation requirement is met. The mixer shall be capable of pulverizing and mixing to a minimum depth of I8". • The subcontractor performing Asphalt Recycling must have previous experience in the field of in -place Asphalt Recycling. METHOD OF MEASUREMENT Subsection 306.03 is revised to include the following: The accepted quantities of Reconditioning and in place Asphalt Recycling will be paid for at the contract unit price per square yard. BASIS OF PAYMENT Subsection 306.04 is revised to include the following: Payment will be made under: Pay Item Unit 306.01 Subgrade Preparation Square Yard 306.02 Asphalt Recycling (5-12") Bomag and Prep Square Yard The above prices and payments shall include full compensation for famishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in Reconditioning and Asphalt Recycling, complete -in -place, including compaction, wetting or drying, and finish grading, as shown on the plans, as specified in these specifications, and as directed by the Engineer. • END OF SECTION Project Specifications —Page 23 of 47 REVISION OF SECTION 307 • STABILIZED RECYCLED BASE SUBGRADE - CLASS C FLY ASH Section 307 of the Standard Specification is hereby revised as follows: DESCRIPTION Subsection 307.01 is revised to include the following: This item shall consist of treating the subgrade, existing sub -base or existing base, bypulverizing, adding Class C fly ash, and mixing and compacting the mixed material to the required density. This item applies to natural ground or embankment and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. MATERIALS Subsection 307.02 is revised to include the following: Fly Ash - Fly Ash shall meet ASTM C 618 for Class C Fly Ash. Water - The water used in the stabilized mixture shall be potable. CONSTRUCTION REQUIREMENTS Subsection 307.04 is revised to include the following: EQUIPMENT • The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. • All machinery, tools, and equipment used shall be maintained in a satisfactory and workmanlike manner. Fly ash is furnished in trucks. Each truck shall have the weight of fly ash recorded on certified scales. CONSTRUCTION METHODS General It is the purpose of this specification to secure a completed course of treated material which contains a uniform fly ash/soil mixture with no loose or segregated areas; has a uniform density and moisture content; is well bound for its full depth; and has a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work; to process a sufficient quantity of material to provide full depth as shown on the plans; to use the proper amounts of fly ash; to maintain the work; and to rework the courses as necessary to meet the above requirements. Preparation of Subgrade Before other construction operations are begun, the subgrade shall be graded, moisture conditioned, and shaped to enable the fly ash treatment of materials in place, in conformance with the lines, grades, and thickness shown on the plans. The subgrade elevation shall anticipate the entire of fly -ash material incorporated into the subgrade. Project Specifications —Page 24 of 47 REVISION OF SECTION 307 - STABILIZED RECYCLED BASE • SUBGRADE - CLASS C FLY ASH Application The fly ash shall be spread by a method approved by the Engineer at the rates shown on the plans or as directed by the Engineer. Fly ash shall not be applied when wind conditions, in the opinion of the Engineer, are such that blowing fly ash becomes objectionable to traffic or adjacent property owners. During final mixing, the materials shall be sprinkled with water, as directed by the Engineer, until the proper moisture content has been secured. I lowever, initial mixing after the addition of fly ash will be accomplished dry, or with a minimum of water, to prevent fly ash balls. Final moisture content of the mix, prior to compaction, shall not exceed the optimum moisture content of the mix by more than 2%, nor be less than optimum by more than 2%. Should the natural moisture content of the soil be above the specified range, aeration of the soil may be required prior to addition of the fly ash. Mixing The soil and fly ash shall be thoroughly mixed by approved road mixers/recyclers or other approved equipment. The mixing shall continue until, in the opinion of the Engineer, a homogeneous, friable mixture of soil and the mixture should be added after initial mixing. There shall be a 6" overlap between passes to assure a consistent mix. Compaction Compaction of the mixture shall begin immediately after mixing of the fly ash and shall be completed within 2 hours following addition of water to the fly ash. The material shall be sprinkled as necessary to maintain the optimum moisture. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth • of mixture is uniformly compacted to the specified density using a sheepfoot/padfoot roller. All non -uniform (too wet, too dry, or insufficiently treated) areas which appear shall be corrected immediately by scarifying the areas affected, adding or removing material as required, and reshaping and re -compacting by sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. The stabilized section shall be compacted to the extent necessary to provide the density specified below. DESCRIPTION DENSITY For fly ash treated subgrade, existing subbase or existing Not less than 95% maximum dry density base that will receive subsequent subbase or base courses. (ASTM D 698 For fly ash treated base that will receive surface course. Not less than 97% maximum dry density (ASTM D 698) In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests as necessary will be made by the Engineer. If the material fails to meet the density requirements, the Engineer may require it to be reworked as necessary to meet those requirements or require the Contractor to change his construction methods to obtain required density on the next section. Throughout this entire operation the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the plans and to the established lines and grades. Blading should be terminated within 2 hours after blending of the fly ash. Should the material, due to any reason or cause, lose the required stability, density or finish before the next course is placed, or the work is accepted, it shall be reprocessed, re -compacted, and refinished at the sole expense of the Contractor. Reprocessing shall follow the same pattern as the initial stabilization, including the addition of fly ash. 0 Project Specifications —Page 25 of 47 REVISION OF SECTION 307 • STABILIZED RECYCLED BASE SUBGRADE - CLASS C FLY ASH is Finishing, Curing, and Preparation for Surfacing After the final layer or course of the treated subgrade, subbase or base has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. (a) The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned", or "tight bladed" by a power grader to a depth of approximately 114", removing all loosened stabilized material from the section. Re -compaction of the loose material should not be attempted. The surface shall then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present on the surface of the mixture, one complete coverage of the section with the flat wheel roller shall be made immediately after the "clipping" operation. When directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense, uniform surface, free of surface compaction planes, is produced. The moisture content of the surface material must be maintained within the specified range during all finishing, and shall proceed in such a manner as to produce, in not more than 2 hours, a smooth, closely knit surface, free of cracks, ridges, or loose material conforming to the crown, grade and line shown on the plans. (b) After the fly ash treated course has been finished as specified herein, the surface shall be protected against rapid drying in a thorough and continuously moist condition by sprinkling for a period of not less than 3 days, or until the surface or subsequent courses are placed. METHOD OF MEASUREMENT Subsection 307.13 is revised to include the following: Fly ash treatment of the subgrade, existing subbase, and existing base shall be measured by the square yard to neat lines as shown on the typical sections. BASIS OF PAYMENT Subsection 307.14 is revised to include the following: Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement' will be paid for as follows: Pay Item Unit 307.10 Class C Fly Ash Delivered and Spread 12" Depth, 12%by Weight —Tilled, Watered, Compacted Square Yard 307.20 Stabilize Subgrade—Tilled & Watered Square Yard "Fly Ash Treated Subgrade" will be paid for at the unit price bid per SY. The unit price bid shall be full compensation for all correction of secondary subgrade; for loosening, mixing, pulverizing, spreading, drying, application of Fly ash, and maintaining; for all curing, including all curing water and/or other curing materials; for all manipulations required; and for all hauling and freight involved; for all tools, equipment, labor, and for all materials necessaryto complete the work, including fly ash, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications —Page 26 of 47 REVISION OF SECTION 401 PLANT MIX PAVEMENTS • Section 401 of the Standard Specifications is hereby revised as follows: ' MATERIALS The following two paragraphs shall be deleted from Subsection 401.02 (a)(3) "A sufficient quantity of each aggregate for the Department to perform the tests specified in Section 3.2.1 of CP 52." "The Contractor's proposed job mix formula for each hot mix asphalt grading will be tested by the Department utilizing materials actually produced and stockpiled for use on the project." Subsection 401.02 is hereby revised to include the following: Requests made in writing by the Contractor for changes in the job mix fontmla will be considered by the City Engineer. A job mix formula shall be determined by the Contractor and submitted to the Project Manager for approval a minimum of one week prior to the beginning of construction for each proposed change. The Contractor shall provide a report from an independent testing laboratory acceptable to the Project Manager. The report shall state the Superpave properties, optimum oil content, job mix formula, and recommended mixing and placing temperatures. The costs for all job mix formulas shall be the responsibility of the Contractor. If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement used, the City may charge the Contractor for testing and evaluation of the mix designs, including the costs for calibration. Mix design verification testing shall be the responsibility of the Contractor. A minimum of one verification per mix design or one per 10,000 ton of mix used shall be provided to confine oil content, gradation, air voids, VMA, and stability. 18 CONSTRUCTION REQUIREMENTS Subsection 401.07 shall include the following: Plant mix pavement shall be placed only on properly prepared unfrozen surfaces which are free of water, snow, and ice. The plant mix pavement shall be placed only when both the air and surface temperatures equal or exceed the temperatures specified in Table 401-3, the dates coincide with Table 401-3A, and the Engineer determines that the weather conditions permit the pavement to be properly placed and compacted. Subsection 401.17 is hereby revised to include the following: All pneumatic tire rollers shall be equipped with rubber skirts. END OF SECTION l J Project Specifications —Page 27 of47 REVISION OF SECTION 403 • HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 403.01 is revised to include the following: This work shall consist of placing the specified depth of Hot Mix Asphalt Grading SX, Grading SG, or Grading S, over existing pavement or subgrade or milled surfaces previously prepared by the Contractor or City of Fort Collins Crews, according to the latest edition of the Larimer County Urban Area Street Standards and the Colorado Department of Transportation Design Criteria. MATERIALS Subsection 403.02 is revised to include the following: Laboratory Mix Design - SHRP Mix, Grading S - The mix design shall be prepared by an independent laboratory acceptable to the Engineer and approved for use in the City of Fort Collins. The criterion for the mix design is as follows: Designed according to most recent set of SUPERPAVE Specifications available at the time The use of warm mix asphalt (WMA) shall be the intended mix used by the contractor unless otherwise directed by the Engineer. isThe design mix for Grading S, SX, and SG shall conform to the current Latimer County Urban Area Street Standards and the following: • Pro a ,t, 'S,RiY1 s+� Grading Grading �f k i�fY.na° Test MetTQ hod, �t' SX Grading S + SG 3 i��.�` ....... ..3.Ln_nA Minimum Dry Split Tensile Strength, kPa CPL 5109 (psi) Method B 205 (30) 205 (30) 205 (30) Grade of Asphalt Cement Top Layer PG 64-22 PG 64-22 PG 64-22 Grade of Asphalt Cement Layers Below Top *PG 58-28 PG 64-22 PG 64-22 PG 64-22 Voids in the Mineral Aggregate (VMA) % minimum CP 48 (a) (a) (a) Voids Filled with Asphalt (VFA) % At MS-2 (a) (a) (a) *PG 58-28 is to be used on lower lifts of residential and minor collector roadways only a. Current CDOT Design Criteria b. Residential 75, Collector 75, Arterial 75 a) Arterial Intersection to be defined at 100 gyrations if 4-lane intersection and as directed by the Engineer Project Specifications —Page 28 of 47 SECTION 00530 NOTICE TO PROCEED Description of Work: 7222 Asphalt Overlay — 2014 Renewal To: Martin Marietta Materials Inc This notice is to advise you: ` y That_"the contract covering the above described Work has been fully executed by the ' CONTRACTOR and the OWNER. 'r"•'c •TFiat 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: Martin Marietta Materials Inc Zo Title: n U Section 00520 Page 1 REVISION OF SECTION 403 HOT MIX ASPHALT 40 The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of Hot Mix Asphalt (HMA). This plan shall be submitted to the Engineer and approved priorto beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. A maximum of 20% reclaimed material (RAP) will be allowed for I IMA Grading SG, S, and SX in both top and bottom lifts. Emulsified Asphalt for tack coat shall be Grade CSS-1 h. The tack coat shall consist of a 1:1 dilution (one (1) part emulsified asphalt to one(]) part water). The application rate for tack coat shall be approximately 0.2 to 0.3 gallons per square yard with a target residual AC of .12 to .15 or as directed by the Engineer. CONSTRUCTION REQUIREMENTS Subsection 403.03 is revised to include the following: The Contractor shall construct the work such that all roadway pavement placed priorto the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. Regardless of the delivery temperature, the mixture shall not be used on the roadway at a temperature lower than 175°F for I IMA and 150°F for WMA (Warm mix Asphalt) The existing pavement shall be cleaned to be free of dirt, water, vegetation and other deleterious matter immediately • prior to commencing the paving operation. Edges of the area to be patched/widened shall be sawcut vertically, and perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat shall be placed against clean, vertical edges on all sides of the area to be patched. Sawcutting shall be incidental to the patching process. HMA grading SX and S shall be placed in equal lifts. The minimum lift thickness shall be one and one half (1'h") inch (SX) and 2 inches (S).The minimum lift thickness shall be two (2") inches for S Mix. Overlaying layers of HMA shall not be placed until the lower layer has cooled sufficiently to provide a stable material which will support the equipment without rutting, shoving or moving in any manner. A tack coat shall be placed between all lifts unless otherwise directed by the Eningeer. In Locations where curbside patching is being performed prior to a scheduled milling operation, the contractor will leave the patches one to one and a half inches ( I to I % inches) below the toe of the concrete unless directed otherwise by the Engineer. Leveling: If the surface of the road has irregularities after the milling and/or prep work is completed, the Engineer may require a leveling course to be placed on the surface course prior to the top lift overlay. The contractor shall perform this workjust prior to the top lift overlay, unless directed differently by the Engineer. Leveling courses must be tacked prior to the overlay. Speed Humps: All Speed Bumps/Plumps shall be installed in accordance with detail drawing 1802 F located in section 3000 Details with the following exceptions.: 1.) The height of the Speed Bump shall be changed from three (3) inches to three and a half(3.5) Project Specifications —Page 29 of 47 REVISION OF SECTION 403 • HOT MIX ASPHALT inches. The new height requirements allow for a tolerance of+/- one half (1/2) inch 2.) The parabolic ramp section is to be changed to a straight slope If an existing speed bump requires removal to perform the paving operation, it shall be replaced in accordance with the said detail for a "Speed Hump". The contractor shall contact the Engineer to confirm the layout and location prior to installation. METHOD OF MEASUREMENT Subsection 403.04 shall include the following: Hot Mix Asphalt (HMA) SX, S, and SG, will be measured by the ton and paid for at the Contract Unit Price for Hot Mix Asphalt. Haul, bituminous materials, aggregate, asphalt cement, asphalt recycling agent, additives, hydrated lime, saw cutting and all other work necessary to complete each I lot Mix Asphalt item will not be paid for separately but shall be included in the unit price bid. Also see Section 109, Measurement and Payment. Load slips/tickets shall be consecutively numbered for each day and shall include batch time and weights. Leveling courses are to be measured by the ton and paid for by the line items 403.12 (HMA Leveling 1 to 100 Tons), 403.13 (JIMA Leveling 101 tons to 250 Tons), and 403.14 (HMA Leveling 250 Tons and Greater). The total amount of tonnage used for the Leveling course shall be paid for by the corresponding line item. For Example: If the total tonnage of Leveling performed amounts to 205 Tons, the entire 205 Tons shall be paid for • by line item 403.13 HMA Leveling 101 to 250 Tons. BASIS OF PAYMENT Subsection 403.05 is revised to include the following: Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement' will be paid for as follows: Pay Item Unit 403.01 HMA Grading SX - Parking Lot Overlay Ton 403.03 HMA Grading SX Ton 403.04 HMA Grading S, 64 - 28 Modified Binder Ton 403.05 HMA Grading S, 64 - 22 Binder Ton 403.06 HMA Grading SG Ton 403.10 HMA - Grading SX, 58-28 Binder (20% RAP) Ton 403.11 HMA - Grading S, 58-28 Binder (20% RAP) Ton 403.12 HMA Leveling 1 to 100 Tons Ton 403.13 HMA Leveling 101 to 250 Tons Ton 403.14 HMA Leveling 250 and Greater Tons Ton 403.15 HMA — Speed Humps Square Yard The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, temporary access ramps, and incidentals, and for doing all the work involved in Hot Mix Asphalt, including compaction, rolling, haul, surface preparation, and bituminous materials, complete in -place, as shown on these plans, • as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications Pagc30 of 47 REVISION OF SECTION 403 HOT MIX ASPHALT - PATCHING • Section 403 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 403.01 is revised to include the following: This work shall consist of excavating pavement areas to the specified depth, preparing the subgrade, and placing Hot Mix Asphalt in accordance with these specifications, and in reasonably close conformity with the lines, grades, thickness and typical cross sections shown on the plans or established. MATERIALS Subsection 403.02 is revised to include the following: The materials shall conform to the requirements of Revision of Section 403 - I lot Mix Asphalt found herein. CONSTRUCTION REQUIREMENTS Subsection 403.03 is revised to include the following: Patching will be accomplished in the following manner: A straight vertical cut shall be made through the pavement to provide a square or rectangular opening, such that each edge of the finished patch will be parallel or at right angles to the direction of traffic. Wheel cutting shall • not be allowed. All patches placed in pavement not to be overlaid shall be saw cut. If, in the opinion of the Engineer, the subgrade material for the patch is unsuitable, it shall be removed to the limits and depths designated. If asphalt is to be placed in the extra depth, the Contract Unit Price for Patching shall be used for measurement and payment. If the deepened section is to be filled with Borrow, the excavation will be measured and paid for under Revision of Section 203 - Excavation and the material paid for under the appropriate item found herein. The Contractor shall be responsible for the protection of the subgradefbase course until subsequent courses have been placed. After the excavation has been completed, the Contractor shall prepare the subgrade by utilizing a vibratory plate, roller, or other compaction device approved by the Engineer. After the area to be patched is prepared, the Contractor shall place an emulsified asphalt tack coat vertically on all pavement cut surfaces and on the lip of exposed gutter and crosspan faces that abut these paving areas. Patching HMA Grading S-75 shall be used for all patching unless otherwise directed bythe Engineer. All patching under 403.8 is to be performed with S mix and placed in 2 even bottom lifts not to exceed a four (4) inch thickness. The patch should be left two (2) inches below the final grade. Once compacted, the surface course material shall be Hot Mix Asphalt Grading S for appropriate residential, collector, and arterial streets. Pavement areas to be replaced adjacent to concrete repairs shall be patched as soon as schedule permits. . Project Spccificalions —Page 31 of 47 REVISION OF SECTION 403 HOT MIX ASPHALT - PATCHING METHOD OF MEASUREMENT Subsection 403.04 is revised to include the following: All patching will be measured and paid for at the Contract Unit Price per ton based on the asphalt paving tickets. All hand patching shall be performed using the S-Mix hand patching line item 403.07. The HMA SG 75 mix patching Item will be only used only as directed by the Engineer in special circumstances. Pavement cutting, excavation, subgrade preparation, haul, disposal, and bituminous materials will not be measured or paid for separately, but shall be included in the contract price for Patching or Arterial Patching. Load slips/tickets shall be consecutively numbered for each day and shall include the batch time and weights. BASIS OF PAYMENT Subsection 403.05 is revised to include the following: Work performed and materials furnished as prescribed by this item and measured as provided under "Measurement' will be paid for as follows: Pay Item Unit 403.07 HMA SG 75 Hand Patching >A0" Remove & Replace Ton 0 403.08 HMA S 75 Hand Patching - Remove & Replace Ton 403.09 HMA Paver Patching - Remove & Replace Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Patching, including pavement cutting, excavation, haul, disposal, surface preparation and bituminous materials, complete -in -place, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Projea Specifications —Page 32 of 47 REVISION OF SECTION 420 GEOTEXTILE PAVING FABRIC • Section 420 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 420.01 is revised to include the following: This work shall consist of placing Geotextile Paving Fabric as manufactured by Phillips Fibers Corporation, Hoechst Fibers Industries, Amoco Fabrics Company, or an approved equal in designated areas in substantial compliance with the plans, specifications and as directed by the Engineer. This work shall also include the placing of GlasGrid® 8511 or an approved equal in compliance with the plans, specifications, and as directed by the Engineer. This work will also include the placement of Trupave® or an approved equal as directed by the Engineer. MATERIALS Subsection 420.02 is revised to include the following: Geotextile Paving Fabric described in line item 420.01 shall be a non -woven, needle -punched pavement reinforcing fabric which conforms to the following properties: Grab Strength, either direction, minimum (ASTM D-4632) 90 Ibs Elongation, either direction, minimum (ASTM D4632) 50 percent Burst Strength, minimum (ASTM D-3786) 185 PSI Weight, minimum 3.6 oz./sq. yd. Asphalt Retention, minimum (TF25 #8) 0.2 gal./sq. yd. Melting Point, minimum (ASTM D-276) 300' Fahrenheit The tack coat to be applied to the road surface and/or to the Geotextile Paving Fabric shall meet the following requirements: Asphalt Cement P664-22 Emulsified and/or Cutback Asphalt shall not be used as tack coat for Geotextile Paving Fabric. Line items 420.02, 420.03, and 420.04 shall be the material GlasGrid® oran approved equal chosen by the direction of the Engineer Line Items 420.05, 420.06, and 420.07 shall be the material Trupave® or an approved equal chosen by the direction of the Engineer CONSTRUCTION REQUIREMENTS Subsection 420.03 is revised to include the following: Surface Preparation: The pavement to be repaired shall be cleaned and free of dirt, dust, water and vegetation. Cracks shall be cleaned and filled in accordance with 'Revision of Section 403, Crack Sealing" of these Specifications. If the crack filling materials contain volatiles, adequate curing time must be allowed prior to placement of the fabric. The pavement must be cleared of all sharp or angular protrusions. While installing GlasGrid® the asphalt surface temperature must be between 5°C (40°F) and 60°C (140°F). On 40 Project Specifications —Page 33 of 47 REVISION OF SECTION 420 . GEOTEXTILE PAVING FABRIC asphalt surfaces less than 24 hours old, the surface temperature must be between 5°C (407) and 46°C (I 10°F). GlasGrid® and TruPave® must be placed on a smooth asphalt surface, either existing pavement ora leveled surface that has cooled to at least 100 ° F or less. If tack coat is specified, it may be applied before or after the installation of GlasGrid,® depending on site conditions. Tack must be completely cured prior to paving. • Application of Tack Coat: The tack coat shall be applied at a rate in accordance with the manufacturer's specifications (approximately 0.25 gal./sq. yd). The use of.25 gal/SY is subject to change based on the condition of the roadway at the direction of the Engineer. Application must be performed by a distributor. Temperature of the tack coat must be sufficiently high to permit a uniform spray pattern. The asphalt temperature shall be between 275°F and 375"F. Subsection 420.04 is revised to include the following: Geotextile Paving Fabric Placement: The Geotextile Paving Fabric shall be placed into the tack coat with a minimum of wrinkles. If Geotextile Paving Fabric folds greater than one inch (I") occur, the Geotextile Paving Fabric shall be slit and allowed to lie flat. Additional tack coat shall be placed as required to insure fabric bonding. If Geotextile Paving Fabric is placed adjacent to patched sections of roadway, the fabric shall overlap said patched section a minimum of 12 inches. All joints shall overlap adjacent fabric approximately 2-6 inches Transverse joints of the Geotextile Paving Fabric shall be shingled in the direction of the paving to prevent edge pickup by the paver. Additional tack coat shall be uniformly applied to the joints and overlaps to insure bonding. Burning or torching of PGM-G Composite Paving Grids to remove wrinkles or folds shall never be done. It shall be the Contractors responsibility to maintain the Geotextile Paving Fabric until the overlay is complete. If the Geotextile Paving Fabric begins to be picked up, the Contractor shall immediately broadcast sand or hot mix asphalt over the area or "skin" the Geotextile Paving Fabric with Hot Mix Asphalt SC Type 1 or 2. Excess sand or hot mix shall be removed before paving. Sand used for this purpose will not be measured and paid for separately under the terms of this contract. I lot Mix Asphalt (SC Type I or 2) used for this purpose will be measured and paid for at their respective contract unit prices per ton. Geotextile Paving Fabric shall be clean, dry and sufficiently bonded to the tack coat prior to commencing the paving operations. Paving operations shall be completed the same day as the Geotextile Paving Fabric placement. METHOD OF MEASUREMENT Subsection 420.09 is revised to include the following: Geotextile Paving Fabric will be measured by the square yard ofsurface area covered, complete in place, including surface preparation and PG64-22 tack coat. GlasGrid® or an approved equal will be measured and paid for by the square yard of surface area covered, complete in place, including preparation and strait AC PG 64-22 tack coat. Although the line items 420.02-420.04 show a graduated rate of quantities vs. payment, the quantity measured for the entire installation shall be paid by the corresponding line item. Project Specifications —Page 34 of 47 REVISION OF SECTION 420 GEOTEXTILE PAVING FABRIC • For Example: Ifthe total area applied with GlasGridOO was measured at 850 SY, all 850 SY shall be paid for by line item 420.03 — GlasGrid #8511 — 501 to 1500 SY. Trupave® or an approved equal will be measured and paid for by the square yard of surface area covered, complete in place, including preparation and PG64-22 tack coat. Although the line items 420.05-420.07 show a graduated rate of quantities vs. payment, the quantity measured for the entire installation shall be paid by the corresponding line item as shown in the above example. BASIS OF PAYMENT Subsection 420.10 is revised to include the following: The accepted quantities of Geotextile Paving Fabric will be paid for at the contract unit price per square yard complete -in -place, including surface preparation and PG64-22 tack coat. GlasGridO or an approved equal will be measured and paid for by the square yard of surface area covered, complete in place, including preparation and PG64-22 tack coat. The SY quantity of material used shall determine under which line item the material shall be paid. Less than 500SY shall be paid for under line item 420.02. More than 500SY and less than 1500 SY shall be paid for under line item 420.03. Any quantities measured that are 1500 SY or greater shall be paid for under line item 420.04. Trupave® or an approved equal will be measured and paid for by the square yard of surface area covered, complete in place, including preparation and PG64-22 tack coat. The SY quantity of material used shall determine under which line item the material shall be paid. Less than 500SY shall be paid for under line item 420.02. More than 500SY and less than 1500 SY shall be paid for under line item 420.03. Any quantities measured that are 1500 SY or greater shall be paid for under line item 420.04. • Payment will be made under: Pay Item Pay Unit 420.01 Geotextile Paving Fabric Square Yard 420.02 GlasGrid® #8511 - 50 to 500 Square Yard 420.03 GlasGrid© #8511 - 501 to 1500 Square Yard 420.04 GlasGrid® #8511 - 1501 and Greater Square Yard 420.05 - TruPave® Fabric 50 to 500 Square Yard 420.06 TmPave® Fabric 501-1500 Square Yard 420.07 TruPave® Fabric 1501 and Greater Square Yard The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing tack coat and Paving Fabric, including haul and bituminous materials, complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION . Project Specifications —Page 35 of 47 REVISION OF SECTION 627 • PAVEMENT MARKING Sub -section 627 shall include the following: DESCRIPTION This work shall consist of furnishing, installing, and removing temporary pavement marking in accordance with the latest revision of the Fort Collins Traffic Operations Manual, City of Fort Collins Work Area Traffic Control I andbook, Latimer County Urban Area Street Standards (LCUASS), Colorado Department of Transportation, and Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD) and in conformity to the lines, dimensions, patterns, locations, and details shown on the plans or established by the Engineer. CONSTRUCTION REQUIREMENTS Subsection 627.03 shall be amended to include the following: Permanent pavement markings shall be installed by the City of Fort Collins. Temporarypavement markings/delineation of lanes may include temporarytape, tabs, or vertical panels as required by the Engineer and shall be installed by the Contractor. PAVEMENT MARKINGS/DELINEATION OF LANES Sub -section 627.10 shall be amended to include the following: City crews shall install permanent pavement striping. Typically, City crews may also install temporary striping as directed by the Engineer. When City crews can not install temporary striping, the Engineer may request that the • Contractor install temporary striping or maintain traffic control devices until such time that the City crew can install striping. Temporary pavement markings/delineation of lanes shall be suitable foruse on asphalt or Portland cement pavements, shall be installed on roadways that will be opened to traffic prior to permanent stripping by the City, and shall conforrn as follows: 1. The surface to which the tape is applied shall be clean, dry, and free of dirt, oils, and grease. The tape/tab/vertical panels shall be pressed down immediately after application until it adheres properly and conforms to the surface. 2. All roads shall have temporary pavement markings before they are opened to traffic unless City Crews have been scheduled to install permanent pavement markings prior to opening the road to traffic. 3 Markings applied to the final road surface shall not leave scars that conflict with permanent markings. 4. Temporary markings shall be installed in such a way that the markings adequately follow the desired alignment. 5. Temporary pavement marking tape/delineation/vertical panels shall be required for all lane lines a. Lane lines shall be "tapped" intermittently with a 2' long by 4" wide reflective temporary strip at fifty (50') foot intervals. b. Stop bars shall be "tapped" to a minimum width of 12". Stop bars shall NOT be required at signalized intersections. Contractor may be required to provide additional signage (i.e. Stop Sign Ahead, Stop Here On Red, etc.); `Stop Here On Red" signs shall be required at signalized intersections. c. It is the Contractor's responsibility to notify the Engineer prior to completion of work to allow Project Specifications —Page 36 of 47 REVISION OF SECTION 627 PAVEMENT MARKING • scheduling of the permanent pavement markings to be installed by City crews. 6. Removable pavement markings shall be installed in accordance with the manufacture's recommendations and maintained by the Contractor until permanent pavement markings are installed by City crews. 7. Temporary edge lines are not typically required unless there is no existing gutter or required by the Engineer. 8. All tape shall be removed by the Contractor after permanent markings have been completed by the City. 9. It is the Contractor's responsibility to maintain the temporary markings, at the Contractor's expense, until the permanent pavement marking is installed by City crews. BASIS OF PAYMENT Subsection 627.13 is revised to include the following: All costs for installing and removing temporary stripping shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work and no measurement or payment shall be made separately for the installation, removal, and maintenance of temporary stripping including as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications —Page 37 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 630.01 shall be amended to include the following: This work shall consist of famishing, installing, moving, maintaining, and removing temporary construction traffic control devices, including but not limited to signs, advance warning arrow panels, variable message boards, barricades, channelizing devices, and delineators as required by the latest revisions of the City of Fort Collins "Work Area Traffic Control handbook," the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the Latimer County Urban Area Street Standards (LCUASS), and the Colorado Department of Transportation Road and Bridge Standard Specifications (CDOT). /n the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern. MATERIALS Subsection 630.02 shall be amended to include the following: All traffic control devices shall meet or exceed the required minimum standards. Traffic control devices shall be clean and in good operating condition when delivered and shall be maintained on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed out information, information written in long -hand, etc.) Sign blanks with sign faces on both sides must have the back sign face covered when in use to avoid confusion to • motorists and bicyclists traveling in the opposite direction and residents potentially affected by information the sign may present. 0 CONSTRUCTION REQUIREMENTS Subsection 630.10 shall be amended to include the following: The Contractor shall be responsible for ensuring safe passage through the work zonefor vehicles, pedestrians, and bicycles. The City of Fort Collins shall not be responsible for any loss or damage to equipment due to theft or vandalism or for any damages to public or private property caused by the Contractor's construction activities. Private or public property which is damaged by the Contractor's installation, equipment, or employees will be the sole responsibility of the Contractor. The Contractor may be required to use Variable Message Boards to advise road users about upcoming work on arterial streets as required by Traffic Operations through the approved traffic control plan. When required, the Engineer will issue direction for the number of boards, general locations for placement, and message verbiage. The typical quantity of Variable Message Boards shall be: Six (6) on Arterial streets, four (4) on Collector streets, none on Residential streets, or as directed by the City Traffic Department. Variable Message Boards shall be placed a minimum of 5 working days prior to the project. For full closures on Arterials and Collectors, Variable Message Boards shall remain in place until completion of the project. For lane closures on Arterials and Collectors, message boards shall remain in place for two days after starting work. Fully automated variable message boards shall be installed and operate continuously for the duration of the Work on Arterials and Collectors. See Method of Measurement contained herein. Project Specifications —Page 38 of47 • 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 16 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Two-way traffic shall be maintained at all times unless approved by the Engineer. Lane width shall be maintained at a minimum of ten (10') feet. The Contractor will provide 24 hour minimum notice to the City of Fort Collins Traffic Department when construction operations will be near a signalized intersection. TRAFFIC CONTROL PLAN - GENERAL Hand drawn plans shall NOT be accepted. Notification of residents and businesses shall be the responsibility of the Contractor, Contractor Representative, TCS or TCS Representative and shall consist of distributing letters indicating the nature of the work to be completed, any special instructions to the residents (i.e. limits on lawn watering during concrete placement, etc.), dates and times of the work, and parking and access restrictions that will apply. Sample letters shall be provided by the Engineer. Sample notifications shall be submitted to the Engineer for review prior to starting the project. Notification letters or door hangers shall include a local phone number which residents with questions may use to contact the Contractor and a link to the City of Fort Collins Street Department web site where citizens may find additional information and project updates at "www.fceov.com/streets". Only approved notifications shall be distributed a minimum of48 hours prior to the commencement of each phase of the Work. Traffic Control Plans shall be submitted for approval prior to commencement of any work. Traffic control conditions vary significantly in the field and the Contractor is responsible for submitting traffic control plans for each work location. Minimum traffic control requirements for Arterial, Collector, and Residential streets are contained herein. Devices temporarily not in use shall be removed from the area. Moving shall include devices removed from the • project and laterreturned to use. Devices may be temporarily placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists, and vehicles, as approved by the Engineer. Traffic control devices shall be removed from the site immediately upon completion of the work for any street(s). 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 Contractors Association (CCA). Hand drawn plans shall NOT be accepted. Typical Traffic Control Plans for work within the right-of-way shall be submitted for approval to the Engineer as follows: Typical submittals for scheduled residential work shall be submitted by 8:00 a. in. two (2) working days prior to commencement of the work. Typical submittals for residential work scheduled on Monday and Tuesday shall be submitted the previous Friday by 8:00 a.m. Submittals for full closures on residential streets shall be submitted one five (5) working days prior to the commencement of work. Project Specifications —Page 39 of 47 REVISION OF SECTION 630 • CONSTRUCTION ZONE TRAFFIC CONTROL Submittals for full closures on arterial and collector streets shall be submitted ten (10) working days prior to the commencement of work. All plans shall be delivered to the Engineer, 625 Ninth Street, Fort Collins. Facsimiles of plans shall not be accepted. No phase of the construction shall start until the Traffic Control Planhasbeen approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work. See Revision of Sections 104 and 105. A Traffic Control Plan shall be submitted for each Arterial and each Collector street scheduled for work. Each residential area shall have one typical Traffic Control Plan submitted for the area. When changes to the Area Traffic Control Plan(s) are required, a re -submittal for the area shall be provided for approval. For required closures in a residential (i.e., closure for a crosspan repair) a separate submittal from the Area Traffic Control Plan shall be provided. The Traffic Control Plan shall include, as a minimum, the following: I. A traffic control Approval Form shall be submitted with each traffic control plan. The Approval Form shall be legibly written and fitted out completely. 2. A detailed diagram which shows the location of all sign placements, including advance construction signs (if not previously approved) and speed limit signs; method, length and time duration for lane closures, and location of flag persons. 3. A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panels; vertical panels with lights; Type 1, Type 1I, and Type III barricades; cones; drum channelizing devices; advance warning flashing or sequencing arrow panels. Certain • traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. 4. Number of flaggers to be used. Flagger stations shall be located where approaching motorists, bicyclists, and pedestrians shall have sufficient distance to safely stop at the specified location. 5. Parking Restrictions to be in effect. 6. Detailed pedestrian and bicycle movement. 7. All applicable notes (i.e., sign spacing, taper length and posted speed limit, pedestrian routes, etc.) Approval of the proposed method of handling traffic does not relieve the Contractor of liability specifically assigned under this contract. - Project Specifications -Page 40 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL FIGURE 630-1 TYPICAL TRAFFIC CONTROL PLAN OWNER TRAFFIC CONTROL CONTRACTOR COMPANY CANTACT NAME DATE PHONE# TCS CERT# SHEET# 2-ROAD 2-t£FTLANECLONECLOSED AHEAD 2-TRANSIl10NtL) AO - 2a+TRAFFIC CONES TYPICAL LEFT LANE Project Specifications —Page 41 of 47 t NOT DRAWN TO SCALE L • • REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL FIGURE 630-1 TYPICAL TRAFFIC CONTROL PLAN OWNER NOT DRAWN TO SCALE • 0 t� Fong i N r EVICE TABULATION WORKAHEAD L/W E ROADAHEAD GERAHEAD F TRAFFIC CONES TRAFFIC CONTROL CONTRACTOR COMPANY LAf1TACT NAME GATE PHONEp TCS CERTM BHEETp 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". FIGURE 630-3 TYPICAL RESIDENTIAL TRAFFIC CONTROL PLAN Project Specifications -Page 42 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL OWNER NOT DRAWN TO. SCALE 2-ROAD WORK AHEAD 2. ONE LANE ROAD AHED 2-FLAGGERAHEAD 20+ 2r TRAFFIC CONES TRAFFIC CONTROL CONTRACTOR COMPANY LANTACT NMIE DATE PHONEY TCS CERTM SHEETY • RESIDENTIAL STREETS -Shall include Flagging Personnel required for the road classification, control of cross traffic, and the Contractor's daily work activities in addition to the minimum signage required by the specifications. Approved Variable Message Boards shall not be required for residential streets. TRAFFIC CONTROL MANAGEMENT Subsection 630.11 shall be revised as follows: The Contractor shall designate an individual, other than the Superintendent, to be the Traffic Control Supervisor. Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a torten[ American Traffic Safety Services Association (ATSSA) certification as a Worksi[e Traffic Control Supervisor or a current Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. Proof of certification for al I personnel assigned to the project(s) shall be provided to the City Traffic Department and the Engineer. is The Traffic Control Supervisor shall have approved traffic control plans for the work site and current copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the MUTCD, pertaining to traffic control for street and highway construction, available on site at all times. • Project Specifications —Page 43 of 47 REVISION OF SECTION 630 • CONSTRUCTION ZONE TRAFFIC CONTROL The TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted to the Engineerforapproval aminimum offive(S) working dayspriortocommencement ofthework TheTCsshall be required to be on site at all times during construction. It is the intent of the specifications that the TCS be the same throughout the year. The TCS shall be equipped with a cellular phone. Traffic Control Management shall be maintained on a 24 hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be available on every working day, "on call" at all limes, and available upon request of the Engineer during non -working hours. A 24 hour telephone number shall be provided to the Engineer. Outside of construction hours, the response time from the Engineers' contact shall be 30 minutes or less and correction of the issue(s) shall be one (1) hour or less. If, in the opinion of the Engineer, any traffic control individual does not perform their duties at or to the minimum industry standard, the Contractor will be required to replace that individual. TCS duties shall include, but are not limited to: 1. Supervise and direct project flaggers. 2. Prepare, revise, and submit Traffic Control Plans as required. 3. Coordinate all traffic control related operations, including those of the Subcontractor and supplier. 4. Coordinate project activities with appropriate police and fire control agencies, Transfort, school districts and other affected agencies and parties prior to construction. 5. Notify residents and businesses at least 48 hours prior to construction. • a. Notifications maybe accomplished by a representative of the TCS such as a flagger and shall be hand typed and hand delivered to all businesses and residents. 6. Inspect traffic control devices on a calendar day basis for the duration of the project to ensure devices are functioning properly and are clean and legible. 7. Oversee all requirements covered by the plans and specifications which contribute to the convenience, safety, and orderly movement of traffic. 8. Break flaggers for short periods of no more than fifteen (15) minutes over a sixty (60) minute period. 9. Set up and removal of traffic control device. 10. Maintain a project traffic control diary which shall become part of the City's project records. This diary/log shall be submitted to the Engineer daily and shall include the following information as a minimum 0 a. Date. b. The time of traffic control inspections. c. Project description and location. d. Traffic Control Supervisor's name. e. Types and quantities of traffic control devices used per approved MHT. f. List of flaggers used, including start time, stop time and number of flagging hour breaks. g. Traffic control problems (traffic accidents; damaged, missing or dirty devices, etc.) and corrective action taken. The Engineer reserves the right to request traffic control personnel be replaced when, in the opinion of the Engineer, the minimum industry standards for performing duties are not being met on site. Project Specifications -Page 44 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL • METHOD OF MEASUREMENT Subsection 630.15 shall be amended to include the following: Line item 630.04 "night work upcharge" shall be measured by the number ofnights work is performed after normal working hours, typically extending from 9pm to 5am of the said working day. It is a one-time charge, meant to cover the costs of lighting stations, additional work site protection and safety requirements, asphalt plant costs, and the allocation of resources required for work at night. If streets are added or deleted from Section 02500, quantity estimate, Traffic Control payment shall be increased or deleted based on the unit cost percentage listed on the bid schedule per item 630.01 for the work performed. The Adjusted Contract Price shall equal the original contract price less items 630.01, 630.02, 630.03. Traffic control shall be paid based on the monthly cost of the total actual work performed using the aforementioned traffic control cost percentage. The total cost of the work for the month shall be multiplied by the established percentage and shall be added to the monthly pay application. Additions or deletions to the Work specified in Section 02500, "Quantity Estimate" Traffic Control quantities shall be paid under Change Order. "Construction Zone Traffic Control" shall include the cost for all traffic control necessary to allow the Contractor to complete the Work on the corresponding streets as shown in Sections 02500, Quantity Estimate and Section 03500, Maps, as required herein, as referenced in Figure 630-1 Typical Traffic Control Plan, and as directed by the Engineer. The price shall include devices, personnel, and all related equipment, and for doing all Traffic Control work, unless noted herein. "Additional Variable Message Boards" shall be measured and paid per day per each only when requested by the • Engineer for special circumstances not already included under another item. "Additional Flagging" shall be measured and paid per hour only when requested by the Engineer for special circumstances not already included under another item. Hours of non -flagging work in excess of those authorized shall not be measured and paid for separately but shall be at the Contractors expense. Flagging shall follow the current MUTCD standards and shall be included in the percentage price provided under line item 630.01. The quantity of flaggers shall be determined by the classification of the roadway (Arterial, Collector, and Residential) and the Contractors' flagging needs based on the work being performed. Flaggers shall be provided with hand signs such as Stop/Slow paddles and electronic communication devices when required. Flagging equipment and devices shall not be measured and paid for separately but shall be included in the cost of the work under the corresponding street classification including personnel break times. Batteries, electricity, fuel for lighting or warning devices, sand bags, fencing, and caution tape shall not be measured and paid for separately and shall be considered a subsidiary obligation in conjunction with the Work. Flagging outside of construction work hours and flagging stand by time shall not be measured and paid for separately unless authorized in writing by the Engineer. All costs associated with Traffic Control Plan review shall not be measured or paid for separately, but shall be considered incidental to the Work including review and re -submittal fees. The City may deduct from compensation due the Contractor $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. r1 Project Specifications —Page 45 of 47 REVISION OF SECTION 630 • CONSTRUCTION ZONE TRAFFIC CONTROL The Contractor may provide larger construction traffic signs than those typically used in accordance with the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD as approved by the Engineer, however, no payment shall be made for the additional panel size. Business signs, Neighborhood Traffic Only signs and detour placard street names are not considered Specialty Signs and shall not be measured or paid for separately but shall be included in the cost of the Work under the corresponding street classification. "The City of Fort Collins Master Street Plan" map depicting the street classifications (Arterial, Collector, Residential) can be found at the following link: hUn //citydocs.fcpov.com/?dt=Master+Street+Plan+Man&dn=GIS+MAPS&vid=192&cmd=showdt BASIS OF PAYMENT Subsection 630.16 shall be amended to include the following: Payment shall be made under: Pay Item Unit 630.01 Construction Zone Traffic Control Percent 630.02 Additional Variable Message Board Per Each Per Day 630.03 Additional Flagging Hour • 630.04 Night Work up -charge Per Night The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in setup/removal/modification, notifications and delivery for . Construction Zone Traffic Control including vehicles, phones, sandbags, hand signs, break times, as shown on the plans, as specified in these specifications, and as directed by the Engineer. SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE ENGINEER IN WRITING. NOTE: FULL CLOSURES ON ARTERIAL AND COLLECTOR STREETS SHALL BE ALLOWED UNDER EXTREME CIRCUMSTANCES AND ONLY UPON APPROVAL OF THE ENGINEER. PLANS SHALL BE APPROVED A MINIMUM OF TWO (2) WEEKS PRIOR TO THE COMMENCEMENT OF WORK AND/OR THE TIME REQUIRED TO ADEQUATELY NOTIFY THE PUBLIC THROUGH THE MEDIA. NOTE: CONSTRUCTION OR REPAIR WORK WILL NOT BE PERMITTED AT OR IN THE VICINITY OF A SIGNALIZED INTERSECTION OR ANY ARTERIAL AND COLLECTOR STREETS THAT HAVE MAJOR TRAFFIC VOLUMES BETWEEN THE HOURS OF 7:00 A.M. TO 8:30 A.M OR 3:30 P.M TO 6:30 P.M. (EXCEPT IN THE CASE OF AN EMERGENCY). EXCEPTIONS MAY BE MADE FOR CONSTRUCTION OR REPAIR WORK ON ARTERIAL AND COLLECTOR STREETS BETWEEN THE HOURS OF 7:00 A.M. TO 6: P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, WHEN ALL EQUIPMENT, LABOR, TRAFFIC CONTROL DEVICES, AND CONSTRUCTION ARE NOT IN THE VICINITY OF AN • INTERSECTION. THE ENGINEER SHALL AUTHORIZE SUCH WORK AND SPECIFY THE REQUIRED DISTANCE FROM THE INTERSECTION. Project Specifications —Page 46 of 47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL • NOTE: TIME RESTRICTIONS ON S.H. 287 AND HWY 17 (COLLEGE AVENUE AND MULBERRY STREET EAST OF LEMAY) SHALL TYPICALLY BE RESTRICTED FROM 9:00 A.M TO 3:00 P.M. NOTE: CONSTRUCTION HOURS, EXCEPT FOR EMERGENCIES SHALL BE LIMITED TO 7:00 A.M. TO 6:00 P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, UNLESS OTHERWISE AUTHORIZED IN WRITING BY THE ENGINEER. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: FULL CLOSURES ON ALL RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE TRAFFIC CONTROL PLANS. END OF SECTION • Project Specifications —Page 47 of 47 SECTION 02500 QUANTITY ESTIMATE This work shall consist of asphalt patching, asphalt overlays, surface grinding and preparation, geotextile paving fabric, and manhole and valve box adjustments on designated streets in the City of Fort Collins. Specific locations are described herein; however, additional quantities are included in the Bid Schedule for locations not yet identified at the time of the bid. All quantities stipulated in the Bid Schedule at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of payment shall be the actual amount of materials furnished and Work completed. Contractor agrees that he/she will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of Work actually performed and materials actually furnished and the estimated amount in these documents. 0 0 SECTION 00610 PERFORMANCE BOND Bond No.016053205 KNOW ALL MEN BY THESE PRESENTS: that Martin Marietta Materials Inc (address) 10170 Church Ranch Way, Suite 201, Westminster, CO 80021 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and (Firm) Liberty Mutual Insurance Company (Address) 175 Berkeley Street, Boston, Massachusetts 02116 hereinafter referred to as 'the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Five Million One Hundred Ninety -Two Thousand Two Hundred Fifty -Two Dollars and Eighty -Five Cents ($5,192,252.85) 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 31st day of March, 20184a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project,7222 Asphalt Overlay — 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. Rev 1020/07 Section 00610 Page SECTION 03000 DETAILS Rock Sock (RS) Straw Bale Filter Gravel Filter Speed Hump SC-5 D23 D24, D25 City of Fort Collins Drawing attached 0 • • Rock Sock (RS) SC-5 Description A rock sock is constructed of gravel that has been wrapped by wire mesh or a geotextile to form an elongated cylindrical filter. Rock socks arc typically used either as a perimeter control or as part of inlet protection. When placed at angles in the curb line, rock socks are typically referred to as curb socks. Rock socks are intended to trap sediment from stormwater runoff that Flows onto roadways as a result of construction activities. Appropriate Uses Photograph RS-1. Rock socks placed at regular intervals in a curb Rock socks can be used at the perimeter line can help reduce sediment loading to storm sewer inlets. Rock of a disturbed area to control localized socks can also be used as perimeter controls. sediment loading. A benefit of rock socks as opposed to other perimeter controls is that they do not have to be trenched or staked into the ground; therefore, they are often used on roadway construction projects where paved surfaces are present. Use rock socks in inlet protection applications when the construction of a roadway is substantially complete and the roadway has been directly connected to a receiving storm system. Design and Installation When rock socks are used as perimeter controls, the maximum recommended tributary drainage area per 100 lineal feet of rock socks is approximately 0.25 acres with disturbed slope length of up to 150 feet and a tributary slope gradient no steeper than 3:1. A rock sock design detail and notes are provided in Detail RS-1. Also see the Inlet Protection Fact Sheet for design and installation guidance when rock socks are used for inlet protection and in the curb line. When placed in the gutter adjacent to a curb, rock socks should protrude no more than two feet from the curb in order for traffic to pass safely. If located in a high traffic area, place construction markers to alert drivers and street maintenance workers of their presence. Maintenance and Removal Rock socks are susceptible to displacement and breaking due to vehicle traffic. Inspect rock socks for damage and repair or replace as necessary. Remove sediment by sweeping or vacuuming as needed to maintain the functionality of the BMP, typically when sediment has accumulated behind the rock sock to one-half of the sock's height. Once upstream stabilization is complete, rock socks and accumulated sediment should be removed and properly disposed. Rock Sock Functions- Erosion Control No Sediment Control Yes Site/Material Management No November 2010 Urban Drainage and Flood Control District RS-1 Urban Storm Drainage Criteria Manual Volume 3 November 2010 Urban Drainage and Flood Control District RS-1 Urban Storm Drainage Criteria Manual Volume 3 SC-5 Rock Sock (RS) 10 0 VYl" (MINUS) CRUSHED ROCK 8 ENCLOSED IN WIRE MESH 11@" (MINUS) CRUSHED ROCK ENCLOSED IN WIRE MESH WIRE TIE ENDS ` 4" TO 6" MAX AT 0" ON BEDROCK OR GROUND SURFACE CURBS, OTHERWISE HARD SURFACE, 2" V-10" DEPENDING IN SOIL ON EXPECTED SEDIMENT LOADS ROCK SOCK SECTION ROCK ;SOCK PLAN ANY GAP AT JOINT SHALL BE FILLED WITH AN ADEQUATE AMOUNT OF 1.Q" (MINUS) CRUSHED ROCK AND WRAPPED WITH ADDITIONAL WIRE MESH SECURED TO ENDS OF ROCK ROCK SOCK, REINFORCED SOCK. AS AN ALTERNATIVE TO FILLING JOINTS TYP 1 BETWEEN ADJOINING ROCK SOCKS WITH CRUSHED ROCK AND 12" 12" ADDITIONAL WIRE WRAPPING, ROCK SOCKS CAN BE OVERLAPPED (TYPICALLY 12-INCH OVERLAP) TO AVOID GAPS. ROCK SOCK JOINTING 1. SEE PLAN VIEW FOR: -LOCATION(S) OF ROCK SOCKS. GRADATION TABLE SIEVE SIZE MASS PERCENT PASSING SQUARE MESH SIEVES NO. 4 2" 100 1" 90 - 100 1" 20 - 55 0 - 15 )§" 0 - 5 MATCHES SPECIFICATIONS FOR NO. 4 COARSE AGGREGATE FOR CONCRETE PER AASHTO M43. ALL ROCK SHALL BE FRACTURED FACE, ALL SIDES. 2. CRUSHED ROCK SHALL BE IY4" (MINUS) IN SIZE WITH A FRACTURED FACE (ALL SIDES) AND SHALL COMPLY WITH GRADATION SHOWN ON THIS SHEET (IX" MINUS). 3. WIRE MESH SHALL BE FABRICATED OF 10 GAGE POULTRY MESH, OR EQUIVALENT, WITH A MAXIMUM OPENING OF 1§", RECOMMENDED MINIMUM ROLL WIDTH OF 46" 4. WIRE MESH SHALL BE SECURED USING "HOG RINGS" OR WIRE TIES AT 6" CENTERS ALONG ALL JOINTS AND AT 2" CENTERS ON ENDS OF SOCKS. 5. SOME MUNICIPALITIES MAY ALLOW THE USE OF FILTER FABRIC AS AN ALTERNATIVE TO WIRE MESH FOR THE ROCK ENCLOSURE. RS-1. ROCK SOCK PERIMETER CONTROL RS-2 Urban Drainage and Flood Control District November 2010 Urban Storm Drainage Criteria Manual Volume 3 r -I LJ • Rock Sock SC-5 ROCK SOCK MAINTENANCE NOTES 1. INSPECT BMPs EACH WORKDAY, AND MAINTAIN THEM IN EFFECTIVE OPERATING CONDITION. MAINTENANCE OF BMPs SHOULD BE PROACTIVE, NOT REACTIVE. INSPECT BMPs AS SOON AS POSSIBLE (AND ALWAYS WITHIN 24 HOURS) FOLLOWING A STORM THAT CAUSES SURFACE EROSION, AND PERFORM NECESSARY MAINTENANCE. 2. FREQUENT OBSERVATIONS AND MAINTENANCE ARE NECESSARY TO MAINTAIN BMPs IN EFFECTIVE OPERATING CONDITION. INSPECTIONS AND CORRECTIVE MEASURES SHOULD BE DOCUMENTED THOROUGHLY. 3. WHERE BMPs HAVE FAILED, REPAIR OR REPLACEMENT SHOULD BE INITIATED UPON DISCOVERY OF THE FAILURE. 4. ROCK SOCKS SHALL BE REPLACED IF THEY BECOME HEAVILY SOILED, OR DAMAGED BEYOND REPAIR. 5. SEDIMENT ACCUMULATED UPSTREAM OF ROCK SOCKS SHALL BE REMOVED AS NEEDED TO MAINTAIN FUNCTIONALITY OF THE BMP, TYPICALLY WHEN DEPTH OF ACCUMULATED SEDIMENTS IS APPROXIMATELY )S OF THE HEIGHT OF THE ROCK SOCK. 6. ROCK SOCKS ARE TO REMAIN IN PLACE UNTIL THE UPSTREAM DISTURBED AREA IS STABILIZED AND APPROVED BY THE LOCAL JURISDICTION. 7. WHEN ROCK SOCKS ARE REMOVED, ALL DISTURBED AREAS SHALL BE COVERED WITH TOPSOIL, SEEDED AND MULCHED OR OTHERWISE STABILIZED AS APPROVED BY LOCAL JURISDICTION. (DETAIL ADAPTED FROM TOWN Of PARKER, COLORADO AND CITY OF AURORA, COLORADO. NOT AVAILABLE W AUTOGD) NOTE; MANY JURISDICTIONS HAVE BMP DETAILS THAT VARY FROM UDFCD STANDARD DETAILS. CONSULT WITH LOCAL JURISDICTIONS AS TO WHICH DETAIL SHOULD BE USED WHEN DIFFERENCES ARE NOTED. NOTE: THE DETAILS INCLUDED WITH THIS FACT SHEET SHOW COMMONLY USED, CONVENTIONAL METHODS OF ROCK SOCK INSTALLATION IN THE DENVER METROPOLITAN AREA. THERE ARE MANY OTHER SIMILAR PROPRIETARY PRODUCTS ON THE MARKET. UDFCD NEITHER NDORSES NOR DISCOURAGES USE OF PROPRIETARY PROTECTION PRODUCTS: HOWEVER, IN THE EVENT PROPRIETARY METHODS ARE USED, THE APPROPRIATE DETAIL FROM THE MANUFACTURER MUST BE INCLUDED IN THE SWMP AND THE BMP MUST BE INSTALLED AND MAINTAINED AS SHOWN IN THE MANUFACTURER'S DETAILS. November 2010 Urban Drainage and Flood Control District Urban Storm Drainage Criteria Manual Volume 3 RS-3 TMA MM with Grate —7 AM,o e i Bales Staked 2 Stakes Per Bale Twine Runoff pw"0! Filtered Watzr 5ECTioN A -A General Notes: 1. Wedge loose straw between the staked bales. 2. Inspect and repair filters after each storm event. Remove sediment when one half of the filter depth has been filled. Removed sediment shall be deposited in an area tributary to a sediment basin or other filtering measure, 3. Sediment shall be removed immediately from traveled way of roads. FIGM 6.2 A i 'o o v o o II c1 p 0 o a a a a a II O a O II �A PLAN VIEW Compacted Soil AREA INLET FILTER STRAW BALES CITY OF;FORT COLLINS, COLORADO STORMWATER UTILITY )PROVED BY: DATE: D-23 0 • • E E Wire Screen — (Appr x.,�7Mes-F) G Concrete Bloc k -C--revei FAzr C=,ppeox. ;,�q" Cierwtzr) PLAN VIEW _iel Filter Overflow Conurata Blor- Wire Screen Runoff MICT01C Gravel Filter terra atu*sNq Flitemd Water SECTION A -A General Notes: t. Inspect and repair filters after each storm event. Remove sediment when one half of the filter depth has been filled. Removed sediment shall be deposited in an area tributary to a sediment basin or other filtering measures. 2. Sediment and gravel shall be immediately removed from traveled way of roads. • FIGM 6.3 AREA INLET FILTER GRAVEL CITY OF FORT COLLINS, COLORADO STORMWATER UTILITY APPROVED BY: DATE: f REVISIONS: D-24 PAGE 32 crnvai fiH (Approx.4, Diem2tZr' (Appm)0iYlesh) OyerFlow RunoW Wires Scree n — VX4` Wcod PLAN VIEW SECTION A -A General Notes: t. Inspect and repair filters after each storm event. Remove sediment when one half of the filter depth has been filled. Removed sediment shall be de- posited in an area tributary to a sedi- ment basin or other filtering measure. 2. Sediment and gravel shall be immediately removed from traveled way of roads. FIGURE 6.4 stor-k 4U�er role - CURB INLET FILTER GRAVEL CITY OF FORT COLLINS, COLORADO STORMIAlATER UTILITY R.=F.OV.-:) BY: eA : E: EV ISIGN s: - D-25 ►.] W C C. O = V m M t -OZ LLL d N_ oW V N Curb and Gutter Taper is c 8 ccl a.......................i............. 0 Fz ..... .......... ....,_.................,.,................,,.mC�........... ................. rn 10 LL D A d c m J >1 0 O w �a el jannE) pue qmC Qi d F- m w N N SECTION 03500 PROJECT MAPS In alphabetical order: Automation Way City Park Heights Col lindale Corbett Dr English Ranch JFK Area Laporte 2 Lincoln Ave S Shields St S Timberline Saint Vrain Scotch Pines South Mesa Park Stone ridge W Magnolia W Vine 1 Warren Shores • • F�ort Collins •" ` Streets Automation Way area STREET MAINTENANCE PROGRAM (SMP) General Coordination Map o ood Map 10 of 60 Surfacetreatment ® Schools HIP Overlay Reconstruct Concrete Pvml Recon 2014 Revised January 30, 2014 • PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 4th day of April 2014. IN PRESENCE OF: J� Todd Crump, Insurance Manager •(CorpoijMe Sea!) IN•PRESENCE'OF: M By: Principal - Martin Marietta Materials, Inc. Byron Creech, Vice President and Treasurer (Title) 2710 Wvcliff Road, Raleigh, NC 27607 (Address) Other Partners IN PRESENCE OF: �Surety - Liberty Mutual Insurance Company ReberU'romez Forms, Attorney-In-Fac Todd Crump Insurance Manager By;4309 Emperor Blvd., Ste. 300, Durham, NC 27703 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. Rev 10/20/07 Section 00610 Page 2 Fort Collins Streets City Park Heights 1 STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment SHIP Overlay Reconstruct Concrete Pvmt Recon ® Schools Map 14 of 60 2014 Revised January 30, 2014 F�ort Collins Streets Collindale STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend Surface treatment ® Schools —HIP Overlay — Reconstruct — Concrete Pvml Recon Map 15 of 60 2014 Revised January 30, 2014 Fort Collins ` Streets Corbett Dr STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment ®SUools —HIP — Overlay — Reconstruct — Concrete Pvmt Recon Map 16 of 6� 2014 Revised January 30, 2014 Fort Collins J`� Streets English Ranch STREET MAINTENANCE PROGRAM (SMP) General Coordination Map - Surface treatment -HIP Overlay Rewnstruct Concrete Pvmt Recen ..® $Cho0�5 Map 19 of 60 2014 Revised January 30, 2014 /�F�ort Collins Streets JFK area STREET MAINTENANCE PROGRAM (SMP) General Coordination Map ,Legend Surface treatment ® Schools HIP Overlay Reconstruct - Concrete Pvmt Recun ro y John Kennedy Pk" hRd TE Horsetooth Rd _u E Q POL a` 9 m leeward Ct O\ Bowline Ct N Colboard Dr J Dr Q � a C \9ockman �Q o rmp m � Y G"MoraovCt W Boardwalk Dr m sty po"a to Map 26 of 64 2014 Revised January 30, 2014 MIN ap eton a 9 H`gh/ Pointe Dr qU Starling c o` St � na U U d N m Q v in A � `�a� .3r o Z`5roce Westshon �m 0 S�e,1.taY Ci TroutmanP W Troutman Pkwy E Troutman PkwY Reoon m Suo W Troutman. Pkwy ReCorl �sho 6'�Y p� 5 t� n m E E x POL Pavilion Ln Kensington Dr Fort Collins • Streets Laporte 2 STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend Surface treatment ®Schools —HIP Overlay Reconstruct Concrete Pvmt Recon Map 28 of 60 2014 Revised January 30, 2014 /"'Fort Collins 1 Streets Lincoln Ave STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment —HIP Overlay Reconstruct Concrete. Pvmt Recon ® schools Map 29 of 690 2014 Revised January 30, 2014 Fort Collins J"'� StSt S Shields St STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend - -w— Surface treatment ® Schools —HIP. - - Overlay — Reconstruct — Concrete.Pvml Recon Map 37 of 60 2014 Revised January 30, 2014 /"Fort Collins Streets S Timberline STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend Surface treatment ® Schools —HIP Overlay Reconstruct ConcretePvmt Recon _ Map 38 of 6* 2014 Revised January 30, 2014 S Summh View Dr a ¢ v E nr " Lincoln AveAyeo o °f�`a E Mulberry St ' 0 3, S Summit FrontageRd 9` c e`d f � E u o � o�c�C Alan St Darren St O¢6°c O Sda 611 Go,,,, o ChenY St LAW m c t m F= !III y J I O G t U d6 m U a m RIVENDELL � SCHOOLV T N E prospect Rd � 3 m t, Sharp Point Dr vtzu _ ;idQAve m d d N a Of ¢ a` //�^F�ort Collins Streets Saint Wain °S `a I W Stuart St Johnson Dr a n N Arthur Dr N Q N R m 0 U co STREET MAINTENANCE PROGRAM (SMP) General Coordination Map N POL ipring Park Spring Park Dr i ofa Ave Legend — Surface treatment Schools — HIP —Oveday ` — Reconstruct ConoretePvmt Recon POL Indian Meadows Ln I J a t M Map 39 of 60 2014 Revised January 30, 2014 • SECTION 00615 PAYMENT BOND Bond No.016053205 KNOW ALL MEN BY THESE PRESENTS: that Martin Marietta Materials Inc (address) 10170 Church Ranch Way, Suite 201, Westminster CO 80021 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the."Principal' and (Firm) Liberty Mutual Insurance Company (Address) 175 Berkeley Street, Boston, Massachusetts 02116 hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave.. Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum. of Five Million One Hundred Ninety -Two Thousand Two Hundred Fifty -Two Dollars and Eighty -Five Cents ($5,192,252.85) 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 31st day of March, 20188a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 7222 Asphalt Overlay — 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. Rev 10120/07 Section 00615 Page 1 /'FortCollinsStreets ` Scotch Pines 1 STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment ® Schools —HIP — Overlay — Reconstruct — Concrete Pvml Rewn Map 40 of 690 2014 Revised January 30, 2014 Fort Collins • Streets South Mesa Park STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend_ Surface treatment Schools —HIP — Overlay Reconstruct Concrete.Pvml Recon - Map 44 of 60 2014 Revised January 30, 2014 Fort Collins Streets Stone Ridge STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment ® Schools ® HIP — Overlay � Reconstruct Concrete Pvml Rewn Map 48 of 690 2014 Revised January 30, 2014 Fort Collins is Streets 1 W Magnolia STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend Map 49 of 60 — Surface treatment ® Schools —HIP — Overlay — Reconstmct Concrete Pvmt Recon 2014 Revised January 30, 2014 Laporte Ave m < E B _ a Bungalow Cl a c m 8 :E CHILDRENS HOUSE. N m 2 m m 0g E '- PAONTESSOftI ,@ z 3 N O] z SCHOOL 2 5 z z z z W Mountain Ave W Mountain Ave W Mountain Ave m N W Oak St Akin Ave Woodford Ave W Olive d. ProfilePOL W Magnolia St ProfitePOL - „ ProfilePOL m m m 0 a E 3 o cp W MUlbeny St Sunset Ave d �DUNN m ELEMENTARY 0 a Q. 0 0 S Mantz PI t W Myrtle St U m mid m7l a P 9m N (e Ul y ¢> E 0 Birch St h rn @ $ y a c m o CHzi ILDRENS�r/1 U 3 N z € WORKSHOP N N a N W 11 St m COLORADO m �STATE� v UNIVERSITY y d Fort Collins Streets W Vine STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment ® Schools —HIP Overlay Reconstruct Concrete Pvmt Recon Map 52 of 64 2014 Revised January 30, 2014 /Fort Collins •" ` Streets Warren Shores STREET MAINTENANCE General Legend, — Surface treatment —HIP Overlay Reconstruct Concrete Pvmt Recon PROGRAM (SMP) Coordination Map Map 55 of 60 2014 Revised January 30, 2014 SECTION 04000 EROSION CONTROL AND INLET PROTECTION • INDEX OF EVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP) New Construction Activities for Municipalities 1 of 2 Street, Curb, and Gutter Replacement and Construction 1 of 3 Street, Curb, and Gutter Maintenance 1 of 3 Spill Prevention and Response 1 of 4 Utility and Storm Sewer System Maintenance 1 of 4 Utility and Storm Sewer System Replacement and Construction 1 of 3 Power Washing 1 of 2 Vehicle Fueling 1 to 3 Outdoor Fleet Maintenance 1 of 4 Heavy Equipment and Vehicle Maintenance 1 of 4 C� J E 0 • Spill Prevention and Response Street, Curb, and Gutter Replacement and Construction Utilities and Storm Sewer System Replacement and Construction Vehicle Fueling i 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 Constriction SOP, August 2007. Mesa Counhj, Municipal Operations and Maintenance Program, July 2005. C� Page 2 of 2 0 r� , Saw -cut slurry Trash Good Housekeeping Dumpster/Waste Management Employee/Contractor Training Proper cleanup and disposal procedures- Dry cleaning methods Related Procedures Spill Prevention and Response Street Sweeping Street Sweeper Cleaning and Waste Street, Curb and Gutter Maintenance Street, Curb, and Gutter Replacement and Construction Description Procedures involving the replacement and construction of streets, curbs, and gutters have the potential to impact stormwater quality. Materials involved in these activities should be used efficiently and disposed of properly. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures General Obtain all applicable federal, state, and local permits for construction projects. • The Colorado Stormwater Construction General permit applies to construction sites disturbing one acre or more, or less than one acre but part of a larger common plan of development. • A larger common plan of development is defined as a contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules under one plan. • A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. • A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees • that no change, extension of time, alteration or addition to the terms of the. Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work, or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED; FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 4th day of April, 2014. IN PRESENCE OF: Todd Crump, Insurance Manager • (Corporate Seal)' IN. PRESENCE OF: 0 IN PRESENC OF: Todd Crump, Insurance Manager (Surety Sea[) Principal - Martin Marietta Materials, Inc. Byron Creech, Vice President and Treasurer (Title) 2710 Wycliff Road, Raleigh, NC 27607 (Address) Other Partners Surety Byct Q� fie. �YJ� ) By. Rebeca 1-t0mez o� tt`i omey- n- act By:4309 Emperor Blvd., Durham, NC 27703 (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. Rev 10/20/07 Section 00615 Page 2 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. 0 C� • Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste. Asphalt Work • Control the placement of road base or asphalt used in embankments or shoulder backing; do not allow these materials to fall into any storm drain or watercourses. Whenever possible, recycle asphalt. If recycling is not possible, dispose of as solid waste. Painting and Striping • If possible, schedule painting and striping projects during dry weather. • Use thermoplastic or epoxy markings in place of paint whenever feasible. Use care to prevent splashing or spilling of any liquid material. Follow the Spill Prevention and Response procedure should a spill occur. Employee Training Train applicable employees who perform street, curb, and gutter construction on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who 10 perform street, curb, and gutter construction. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date. City of Centennial, Department of Public Works: Asphalt Program, No Date. PACE, Stormwater Best Management Practices: Street Maintenance, No Date. Optional Additional Resources Concrete truck washout BMP specifications. Gravel road maintenance procedures. 0 For More Information Name Address City, State Phone e-mail Possible Pollutants Fine-grained sediment i Organics 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 a 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 a 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. 0 Cl Bridge Maintenance Do not transfer or load any materials directly over waterways. Secure lids and caps on all containers when on bridges. Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips might be spilled into a waterway. Concrete Maintenance Minimize the drift of chemical cure on windy days by using the curing compound sparingly and applying it close to the concrete surface. Ensure there is a concrete truck washout area available or require the contractor to wash out at the batch plant. Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste. Asphalt Maintenance Sweep to minimize sand and gravel from new asphalt from getting into storm drains, streets, and creeks. Do not allow asphaltic concrete grindings, pieces, or chunks used in embankments or shoulder backing to enter any storm drain or watercourses. Apply temporary perimeter controls. Install silt fence until the structure is stabilized or permanent controls are in place. Whenever possible, recycle broken asphalt. If impossible, dispose of as solid waste. Drainage inlet structures shall be covered with inlet protection during application of seal coat, tack coat, slurry seal, and/or fog seal. Painting and Striping If possible, schedule painting and striping projects during dry weather. Use thermoplastic or epoxy markings in place of paint whenever feasible. The pre -heater for thermoplastic striping and the melting tanks used during pavement marking must be filled carefully to prevent splashing or spilling of materials. Leave 6 inches at the top of pre -heater and the melting tanks to allow room for material to move and splash when vehicles are deadheaded. Employee Training Train applicable employees who perform street, curb, and gutter maintenance on this written procedure. Information regarding how to avoid and report spills will be presented during the training. • Periodically conduct refresher training on the SOP for applicable employees who perform street, curb, and gutter maintenance. Records The following records could be used to document activities performed: • Records of employee training with sign -in sheet. References City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date. City of Centennial, Department of Public Works: Asphalt Program, No Date. PACE, Stormwater Best Management Practices: Street Maintenance, No Date. Optional Additional Resources Concrete truck washout BMP specifications. Gravel road maintenance procedures. • 0 Related Procedures Fertilizer, Pesticide, and Herbicide Application HeavyEquipment and Vehicle Maintenance Material Storage Materials Management Outdoor Vehicle Maintenance Vehicle Fueling Spill Prevention and Response Description Due to the type of work and the materials involved, many activities that occur either at a municipal facility or as part of municipal operations have the potential for accidental spills. Some municipal facilities operate under Spill Prevention Control and Countermeasures (SPCC) plans that include procedures for spill response. Proper spill response planning and preparation enables employees and contractors to effectively respond to problems and minimize the discharge of pollutants to the storm sewer system. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures Spill Prevention • Keep work areas neat and well organized. • Maintain a Material Safety Data Sheet (MSDS) for each hazardous chemical. Follow the Outdoor Material Storage procedures. • Provide tight fitting lids for all containers. • Keep containers clearly labeled. Labels should provide name and type of substance, stock number, expiration date, health hazards, handling suggestions, and first aid information. • Store containers, drums, and bags away from direct traffic routes to prevent accidental spills. • Inspect storage containers regularly for signs of leaking or deterioration. • Replace or repair leaking storage containers. • Use care to avoid spills when transferring materials from one container to another. Page 1 of 4 Use powered equipment or get assistance when moving materials to and from a storage area. Use care to prevent puncturing containers with the equipment. Do not wash down or hose down any outdoor work areas or trash/waste container storage areas except where wash water is captured and discharged into the sanitary sewer (if approved). • Conduct periodic inspections to ensure that materials and equipment are being handled, disposed/recycled, and stored correctly. • Provide adequate spill kits or lockers with sufficient equipment and supplies necessary for each work area where the potential for spills or leaks exists. • Inspect each spill kit or locker regularly and after each spill response. Replace any spent supplies or repair any equipment that is worn or not suitable for service. • Stock adequate personal protective equipment. Spill Response Safety Consider safety at all times. Anticipate and avoid all likely hazards. Never approach, contact, or sample an unknown substance. If a highly toxic or flammable substance is discovered, staff should leave the immediate area and contact the appropriate identified response authority, such as the fire department. If there is any question about a substance, contact the appropriate • identified response authority or other designated representative. Procedures Stop the leading edge of the spill. Block or divert the spill to avoid discharge to the storm sewer system and to minimize the area requiring cleanup. Determine the source of the spill and stop the spill at its source by closing a valve, plugging a leak, or setting a container upright. Transfer material from a damaged container. Identify the material and volume spilled. Contact the appropriate identified response authority or other designated representative if you cannot identify the material and its properties. • Refer to the MSDS to determine appropriate personal protective equipment, such as gloves and safety glasses and appropriate cleanup methods. • Clean up spills immediately to prevent spreading of wastes by wind, rain, and vehicle traffic and potential safety hazards. Use sand absorbents or socks, pillows, or pads to quickly capture spilled liquid and properly dispose of all clean-up materials. Use dry clean-up methods only. Complete all necessary reports. Page 2 of 4 • 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/ w2cc/ Resources/Guidance/sl2ilIguidance.12df and htW://www.cdphe.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, Stormwater Qualihj Pollution Prevention Guide for Municipal Operations: Parks Department Golf Course, January 2004. City of Lafayette, Spill Clean Up, No Date. Colorado Department of Public Health and Environment, Environmental Spill Reporting, January 2009. 0 Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. USEPA Menu of BMP: Spill Response and Prevention, cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed July 5, 2009. 0 Page 4 of 4 • 0 Related Procedures Heavy Equipment and Vehicle Maintenance Parks and Open Space Maintenance Spill Prevention and Response Street, Curb, and Gutter Replacement and Construction Utilities and Storm Sewer System Replacement and Construction Vehicle Fueling Utility and Storm Sewer System Maintenance Description This procedure addresses utility and storm sewer system maintenance. Utilities include power, sanitary sewer, water conveyance systems, and the storm sewer system. Power includes electrical and gas utilities. Maintenance of power may require excavation and reinstallation of lines including open cut trenching or directional boring in landscaped areas or street right of way. Electrical and gas line maintenance ensures services are provided to businesses and households without interruption. The sanitary sewer system is cleaned as part of routine maintenance and on an emergency basis. Without proper maintenance, sanitary sewer back-ups and overflows may occur and can result in potential property damage and significant health concerns if not properly managed. Water conveyance systems are flushed and pressure tested as part of routine maintenance. Potable water systems must be properly maintained to ensure delivery of water that meets State and Federal health standards. Failures result in water main breaks that can cause property damage including erosion. The storm sewer system is cleaned as part of routine maintenance and on an emergency basis in the event of flooding. Maintenance will remove pollutants and ensure the system functions properly to avoid flooding. Flooding, ponding, and uncontrolled sheet flow can result in property damage and increased soil erosion. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. 0 Page 1 of 4 CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00300 Bid Form 00300-1 - 00300-3 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 • Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 GENERAL REQUIREMENTS INDEX 01010 Summary of Work General Requirements 1-2 01040 Coordination General Requirements 3-4 01310 Construction Schedules General Requirements 5-6 01330 Survey Data General Requirements 7 01340 Shop Drawings General Requirements 8-10 01410 Testing General Requirements 11-12 01510 Temporary Utilities General Requirements 13 01560 Temporary Controls General Requirements 14-15 01700 Contract Closeout General Requirements 16 01800 Method of Measurement and Basis of Payment General Requirements 17 SPECIFICATIONS 02000 Project Specifications 02500 Quantity Estimate 03000 Details 03500 Index & Maps 4000 Erosion Control & Inlet Protection 11 Rev 10/20/07 Section 00020 Page 1 No Text 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 Heavyquipment/Vehicle Maintenance procedure. • Properly dispose of vac truck contents. • Stay alert for any signs of illicit discharges. This includes "dry weather" flows or pipes or hoses emptying directly into waterways or the storm sewer system. . Report any suspicious discharges or dumping to your supervisor. Electrical and Gas Utility Maintenance To prevent sediment, mud and particles generated by power utility maintenance from entering the stormwater system implement inlet protection, perimeter control, street sweeping, vehicle tracking control, stockpile management and material management BMPs. . Restore landscaped or hardscaped areas promptly. Potable Water Line Flushing Remove any debris from the gutter that could wash away with the water. If possible, sweep the flow line before flushing the line. Direct the water so that it is not flowing over exposed soil areas in order to minimize erosion. Water Line Breaks Contain spoils by building berms or installing rock socks around the area of disturbance. . Dewater the excavation by using a vac truck. . Discharge high chlorine water to the sanitary sewer via the nearest manhole, to a water truck, through a dechlorinating diffuser, or other method of dechlorination. . Remove sediment from the street, curb, gutter and storm inlets as needed immediately following the repair. • Where needed, install a temporary patch or repave as soon as practicable following the repair. . If necessary, revegetate areas as soon as practicable following the repair. Sanitary Sewer Backup Clear line stoppage to prevent backup into house basements and manhole overflows. • Page 2 of 4 Contain overflows by using emergency generator, pump and/or a vac truck to intercept flows. It may be necessary to construct additional containment. Clean up spills by washing and vacuuming the affected areas. Lime may need to be applied for disinfection of affected areas. Lime must be removed once disinfection is complete. Storm Sewer System Pipes, Catch Basins, Inlet and Outlet Structures, and Culverts Clean storm sewer system by manual cleaning or jetting the pipes using a jet/vacuum truck to remove the material. Do not temporarily store collected storm system cleaning debris adjacent to any surface water, storm drain inlet, or drainageway. Storm sewer system maintenance wastes may be either non -hazardous or hazardous. Solid non -hazardous waste may be disposed in a sanitary landfill or recycled. Liquid non -hazardous waste must be evaporated before disposing of it into the landfill or discharged to the sanitary sewer system with the approval of the local wastewater treatment plant. Hazardous waste, as defined under Colorado Hazardous Waste Regulations (6 CCR 1007-3), must be transported and disposed of at a permitted disposal or treatment facility. • Replace or maintain "no dumping" stencils or plaques as necessary. • • Remove trash from trash racks and grated openings. Detention and Retention Ponds • Inspect the outlet works and remove trash or vegetation from the trash racks and grates. • Inspect side slopes of the pond for erosion and reestablish vegetation as needed. • Remove and service fountains and aerator motors as recommended. • Report any suspected water quality problems such as a change in growth or appearance of vegetation. • Report excessive sediment accumulation, standing water beyond the designed drain down time or damage requiring additional maintenance. Drainageways Drainageways include drainage channels, ditches, grass swales, and washes. Inspect drainageways for erosion and repair if necessary. Remove and properly dispose of trash and debris from the drainageways. Remove sediment which could impede flow in drainageways. Leave an unmown buffer when mowing adjacent to drainageways to filter pollutants. Do not leave grass clippings in or next to the drainageway. Do not apply landscape chemicals in the buffer area. • 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. 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 Storrnwater 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 Stornt Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009. City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. Optional Additional Resources Municipal codes and ordinances that relate to utility or storm sewer system maintenance. Inspection and maintenance frequency plan for the storm sewer system. Specific instructions on how to operate applicable equipment. Instructions on how to track the amount of debris collected. Treated Water Discharge Plans for potable water maintenance. Page 4 of 4 0 • • Related Procedures Heavy Equipment and Vehicle Maintenance Parks and Open Space Maintenance Spill Prevention and Response Street, Curb, and Gutter Replacement and Construction Utilities and Storm Sewer System Replacement and Construction Vehicle Fueling Utility and Storm Sewer System Replacement and Construction Description This procedure covers utility and storm sewer system replacement and construction. Utilities include power, storm sewer, sanitary sewer, water conveyance systems. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state, and federal codes, laws, and regulations. Procedures General Obtain all applicable federal, state, and local permits for construction projects. • The Colorado Stormwater Construction General permit applies to construction sites disturbing one acre or more, or less than one acre but part of a larger common plan of development. • A larger common plan of development is defined as a contiguous area where multiple separate and distinct construction activities may be taking place at different times on different schedules under one plan. • A dewatering permit may be required if construction activities require the removal and discharge of groundwater offsite. • A U.S. Army Corp of Engineers (USACE) Section 404 Permit may be needed if the work will be conducted in or impact waters of the United States, including wetlands, washes, drainages, ditches, creeks, streams, and rivers. Page 1 of 3 • 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 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 Storntwater 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 Stornt Drain System, March 2009. City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009. City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009. City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009. Ciht of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009. Mesa County, Municipal Operations and Maintenance Program, July 2005. Partners for a Clean Environment, Storm Drain Maintenance, No date. 0 Page 3 of 3 City of Fort Collins Regulatory and Government Affairs Division Fort Collins Verification Originator Revised Approved Issuetl Initials LR ss - r Date"..,;, Oct. 09 10119/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater Persons who will City staff who perform power washing, and their supervisor/manager. use this ESOP: A variety of City departments perform power washing. The employee Area of who power washes, and his/her supervisor/manager, will use the application: information in this SOP to guide their power washing, and supply purchasing, activities. Document l:\RGA Division\SOPs\ESOPs location: Rev. Date Description No. 001 002 1.0 Purpose 2.0 Scope 3.0 Process 4.0 Training Requirements 5.0 References/Related Documents 6.0 Records • G Revision date: Page 1 of 3 • 10/19/2009 City of Fort Collins Regulatory and Government Affairs Division • Cftyof Cottins Uent®rif icatioro Originator Revised Approved Issued in Liars LR ss ax Da[e Oct. 09 10/19/09 Environmental Standard Operating Procedure (ESOP) ESOP —Power Washing (Pressure Washing) wastewater 1.0 Purpose d , o i'. qr 0a, 1.1 The purpose of this ESOP is to describe the appropriate methods of handling power washing wastewater. 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 �`� �g`trt� 3.1 Power washing wastewater must be prevented from running uncontrolled in the City's storm water system. The system includes streets, inlets, gutters, ponds, creeks, ditches, and the Poudre River. During the power washing activity, ensure • the wastewater is controlled by the utilization of the natural slope of the land, or barriers such as inlet covers. Use of barriers on an impermeable surface also requires that the wastewater be vacuumed, collected, and disposed of properly. 3.2 General pollution prevention procedures: A. Use dry methods for surface pre -cleaning, such as using absorbent on small oil spots and sweeping up trash, debris, dirt, and used absorbent before power washing. B. Minimize the amount of water used during power washing activities. C. Avoid using cleaning products that contain hazardous substances (e.g., hydrofluoric acid, muriatic acid, sodium hydroxide, bleach) that can turn wastewater into hazardous waste. 3.3 Prior to power washing, decide on one of the following methods of disposal: D. Landscape --power washing wastewater may be discharged to landscaped areas if the materials used and the material removed are not harmful to vegetation, there is no ponding, and there is no uncontrolled runoff to the stormwater system. E. Wastewater treatment system-- As long as the collected wastewater does not have an oil sheen, has a pH between 5 and 11, and does not contain any hazardous or toxic substances, the wastewater may be disposed of into the City's wastewater treatment system. x If you add anything to the wash water (ie—a cleaning agent) or if you have questions about the content of your power washing wastewater, • Revision date: 10/19/2009 Page 2 of 3 City of Fort Collins Regulatory and Government Affairs Division of Collins /—I'; �\ Verification Originator Revised Approvedi Issued Initials Date LR Oct. 09 ss 10119109 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. L4.0 Training Requirements 4.1 The training requirement associated with this procedure is knowledge of the proper management of power washing wastewater. 5.0 References/ Related Documents 5.1 http://www.cdphe.state.co.us/wq/PermitsUnit/PoIicyandGuidance/powerwash.pdf 5.2 IARGA division\Illicit Discharge Program\Complaint Calls\pressure washinq\City power washing quidance.pdf 6.0Records 6.1 The following records could be used to document activities performed: • Records of employee training with sign -in sheet. • List of power washing activities and departments responsible for conducting power washing. Revision date: 10/19/2009 Page 3 of 3 • C: i • Dry', anup methods Employee training Related Procedures Heavy EquipmenWehicle Maintenance Outdoor Fleet Maintenance Spill Prevention and Response Vehicle Fueling Description Spills of gasoline and diesel fuel on the ground or on vehicles during fueling can wash into a storm drain and cause water pollution. When services are contracted, this written procedure should be provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the contractor is responsible for abiding by all applicable municipal, state and federal codes, laws, and regulations. Procedures General Fuel vehicles at approved locations (municipal fueling station or offsite fueling station). Provide spill kits near the municipal fueling location. If fuel is stored in an above -ground tank, store fuel in enclosed, covered tanks with secondary containment (e.g., concrete barrier or double -walled tanks). All fuel tanks will be inspected per State and Federal regulations. Periodically inspect municipal fueling locations for the following: For above -ground tanks, inspect tank foundations, connections, coatings, tank walls, and piping systems. Look for corrosion, leaks, cracks, scratches, and other physical damage that may weaken the tank. Check for spills and fuel tank overfills due to operator error. Clean up any leaks or drips. Clean up is not completed until the absorbent is swept up and disposed of properly. Report leaking vehicles to fleet maintenance. Page 1 of 3 • u SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Rev 10/20/07 Section 00610 Page 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. • 0 Page 3 of 3 re Information Heavy Equipment and Vehicle i Maintenance SI city-state Description �:. Phone i Regular maintenance of municipal vehicles and equipment, or e-mail municipality -contracted vehicles and equipment prolongs the life lossible Pollutants of the municipality's assets and prevents the leaking of hazardous fluids commonly associated with normal wear and tear of vehicles Metals and equipment Toxins Potential pollutants generated at vehicle maintenance facilities Solvents (degreasers; paint thinners, etc.) i include oil, antifreeze, brake fluid and cleaner, solvents, batteries and fuels. Antifreeze j Brake fluid and brake pad dust When services are contracted, this written procedure should be Battery acid provided to the contractor so they have the proper operational procedures. In addition, the contract should specify that the Motor oil contractor is responsible for abiding by all applicable municipal, Fuel (gasoline, diesel, kerosene) state, and federal codes, laws, and regulations. Lubricating grease Good Housekeeping Procedures Maintenance activities should be performed inside a maintenance Drip pans building unless the equipment is too large to fit inside or Tarps temporary repairs need to be made before the equipment can be Covered outdoor storage areas moved to the maintenance building. Consult the Outdoor Fleet Secondary containment Maintenance procedure when it is necessary to perform repairs Proper disposal of used fluids outside of the facility (breakdowns, service calls, etc.). Spill cleanup materials Vehicle Storage Dry cleanup methods . Monitor vehicles and equipment closely for leaks and Employee training use drip pans as needed until repairs can be Related Procedures performed. Material Storage • When drip pans are used, check frequently to avoid overtopping and properly dispose of fluids. Outdoor Fleet Maintenance Spill Prevention and Response • Drain fluids from leaking or wrecked vehicles and Street Sweeper Cleaning and from motor parts as soon as possible. Dispose of fluids Waste properly. Vehicle Fueling Vehicle Washing Page 1 of 4 • • 0. Vehicle Maintenance • Conduct routine inspections of heavy equipment and vehicles to proactively identify potential maintenance needs. • Perform routine preventive maintenance to ensure heavy equipment and vehicles are operating optimally. • Recycle or dispose of all wastes properly and promptly. • Do not dump any liquids or other materials outside, especially near or in storm drains or ditches. Sweep and pick up trash and debris as needed. Body Repair and Painting • Whenever possible, conduct all body repair and painting work indoors. • Use dry cleanup methods such as vacuuming or sweeping to clean up all metal filings, dust, and paint chips from grinding, shaving, and sanding, and dispose of the waste properly. Debris from wet sanding can be allowed to dry overnight on the shop floor, then swept or vacuumed. Never discharge these wastes to the storm or sanitary sewer system. • Minimize waste from paints and thinners by carefully calculating paint needs based on surface area and using the proper sprayer cup size. • Do not use water to control over -spray or dust in the paint booth unless this wastewater • is collected. This water should be treated and permission granted by the wastewater treatment plant prior to discharge into the sanitary sewer system. • Do not dispose of spray gun cleaner waste in the storm drain. • Use sanding tools equipped with vacuum capability (if available) to pick up debris and dust. Material Management • Store maintenance materials and waste containers (e.g., used oil and antifreeze) in labeled containers under cover or in secondary containment (e.g., double -walled tanks). Chemicals should not be combined in containers. All hazardous wastes must be labeled and stored according to hazardous waste regulations. Carefully transfer fluids from collection devices to designated storage areas as soon as possible. Do not store the transferred fluids adjacent to the containers (for example, oil drip pans with used oil in them should not be placed next to the used oil tank). Store new batteries securely to avoid breakage and acid spills. • Store used batteries indoors or in secondary containment to contain potential leaks. Recycle used batteries. • Conduct periodic inspections of storage areas to detect possible leaks. •. Page 2 of 4 Do not wash or hose down storage areas except where wash water will enter the sanitary sewer as an approved discharge. Use dry clean-up methods whenever possible. Keep lids on waste barrels and containers, and store them indoors or under cover to reduce exposure to rain. Periodically inspect and maintain all pretreatment equipment, including sumps, separators, and grease traps to ensure proper functioning. Parts Cleaning Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts outdoors. If parts cleaning equipment is not available, use drip pans or other containment to capture parts cleaning fluids. Use steam cleaning or pressure washing of parts whenever possible instead of solvent cleaning. When steam cleaning or pressure washing, only discharge wastewater to an oil/water separator connected to the sanitary sewer. When using solvents to clean parts, rinse and drain parts over the designated solvent tank so that fluids will not drip or spill onto the floor. Use drip boards or pans to catch excess solutions and divert them back to the tank. Allow parts to dry over the hot tank. Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning waste to the sanitary sewer or storm sewer. • Vehicle and Equipment Washing Vehicles should be washed in the municipality's vehicle and equipment wash area/bay or taken to a commercial car wash. Employee Training • Train applicable employees who perform heavy equipment and vehicle maintenance on this written procedure. Information regarding how to avoid and report spills will be presented during the training. Periodically conduct refresher training on the SOP for applicable employees who perform heavy equipment and vehicle maintenance. Records The following records could be used to document activities performed: • Record of any major spills and the action taken. • Records of employee training with sign -in sheet. • Heavy equipment and vehicle maintenance logs Page 3 of 4 • *, References Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version 1.0, September 2008. City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007. City of Centennial SOP: Vehicle Maintenance SOP, August 2007. City of Centennial SOP: Vehicle Washing SOP, August 2007. City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March 2009. City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009. Mesa County, Municipal Operation and Maintenance Program, July 4, 2005. Partners for a Clean Environment. Stornuoater 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 No Text A`� �® CERTIFICATE OF LIABILITY INSURANCE °o411 rzoMa°�""' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endomement(s). PRODUCER CONTACT NAME: Marsh USA Inc. AX 100 North Tryon Street, Suite 3600 INC, N INC,No), E-0D AIL ADDRE S: Charlotte, NC 28202 Attn: CA NON-RESIDENT NO. OB22889 INSURERS) AFFORDING COVERAGE NAICa INSURER A: ACE American Insurance Company 22667 J56965-1.MMM-GAXWX-13-14 RM201 INSURED INSURER B: Indemnity Ins Go Of North Amerin 43575 Martin Marietta Materials, Inc. INSURER C : NIA NIA Alin: Todd Crump INSURER D : 2710 Wycllff Road P. 0. Box 30013 Raleigh, NC 27622 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: ATL-003257373-03 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MWDD/YYYY POLICY EXP MWDDIYYYY LIMITS A GENERAL LIABILITY HDOG27023927 09/302013 09/30/2014 EACH OCCURRENCE $ 3,000,000 X COMMERCIAL GENERAL LIABILITY AMA T RENTED PREMISES Ea occurrence $ 50'000 CLAIMS -MADE Ffl OCCUR MED EXP (Any one person) $ NIA PERSONAL B ADV INJURY $ 3,000,000 GENERAL AGGREGATE $ 6,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 6,000,000 $ POLICY PRO- LOG X AUTOMOBILE LIABILITY ISAH08722249 09/3012013 09/302014 COMBINED SINGLE LIMIT Ea acadent 3,000,000 XI BODILY INJURY (Per Person) $ ANY AUTO BODILY INJURY(Peracadent) $ ALL OWNED SCHEDULED AUTO AUTOS S X PROPERTY DAMAGE Per d% $ X NON -OWNED AUTOS b UMBRELLA LUIB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS UAB CLAIMS -MADE DEC) RETENTION$ $ 6 . WORKERS COMPENSATION _ WLRC47324518(AOS) 09130/2013 09/30/2014 WC STATU- OTH- AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE YINN OFFICER/MEMBER EXCLUDED? (Mandatory In NMI / A E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 If yes, descries under DESCRIPTION OF OPERATIONS balm E.L. DISEASE -POLICY LIMIT $ 2,000,000 DESCRIPTIONOFOPE"nONS/LOCATIONS/VEHICLES (Attach ACORD 101, AddMonal Remarks Schedule, If mom space Is mqulmd) Project Asphalt Overlay - 2014 Renewal # 7222 City of Fort Collins is additional insured under General Liability and Auto Lability as their interest may appear, if required by written contract with the names insured, subject to the terms and conditions of the policies. A waiver of subrogation applies under Workers Compensation in favor of the certificate holder, if required by written contract with the named insured, subject to the terms and conditions of the policies. City of Fort Collins 215 N Mason Street 2nd Floor 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 of Marsh USA Inc. Marilyn F Burns T3-'45o� 01988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD • SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:7222 Asphalt Overlay — 2014 Renewal PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: Martin Marietta Materials Inc CONTRACT DATE: March 31, 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. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: Rev 10/20/07 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE • 20 TO: Martin Marietta Materials Inc Gentlemen: You are hereby notified that on the day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 7222 Asphalt Overlay — 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 March 31, 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: • SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Martin Marietta Materials Inc (CONTRACTOR) PROJECT:7222 Asphalt Overlay — 2014 Renewal The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the • benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any Rev 10/20/07 Section 00650 Page 1 labor and material bonds for the project. Signed this day of 20_ CONTRACTOR M Title: ATTEST: Secretary STATE OF COLORADO )ss. COUNTY OF LARIMER Subscribed and sworn to before me this 20_, by Witness my hand and official seal. My Commission Expires: Notary Public day of I� u E L Rev 10120107 Section 00650 Page 2 • SECTION 00660 • 11 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Martin Marietta Materials Inc PROJECT: 7222 Asphalt Overlay — 2014 Renewal CONTRACT DATE: March 31, 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 (Surety Company) ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. Rev 10/20/07 Section 00660 Page 1 SECTION 00670 • n U C� J Rev 10/20/07 Section 00660 Page 1 Al DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE •DENVER CO 80261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) 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 CONTRACTOR INFORMATION Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employers Identification Number: Bid amount for your contract: Fax Number. ( Business telephone number: Colorado withholding tax account number: Copies of contract or agreement pages (1i) identifying the contracting parties EXEMPTION INFORMATION and (2) containing signatures of contracting parties must be aMached. Name of exempt organization (as shown on contract): Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date: completion date: 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 • Section 00670 Page 2 SECTION 00300 BID FORM • is Special Notice • Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. C • Section 00670 Page 3 0 SECTION 00700 GENERAL CONDITIONS • • GENERAL CONDMONS CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the .STANDARD GENERAL CONDITIONS OP THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committcc, EJCDC: No. 191M (1990 Edition), as a base. Changes to .that document are shmvn by underlining text that has been added and striking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) • L 0 0 A M:i,cbl 'eto arPa�n Title 6p L2 1.3, 1.4 1:5 1.6.: 1.7 1: 1.9 1.10 1:22:b IM 1.24 I '.25 I,26 L21 1.28 I 1:30 1.31, 1.32.a Lllib 1:33 1.34 lJ5 l3iJ 1.37 1:39, 1.40 1:41 1.142 143 1.44 1.45 I U TABLE OF CONTENTS OF GENERAL CONDITIONS h Page Article ar Paragraph page Number N iimbcr &Title Number Z, PRELIMINARY MATTERS -...... ......... - 3 2.1 Nfiveiy, p-,fAc...... 's d3 2.2 ccpipsqf`E"um!ints� 3 lication 65rFnymirv(1. -2. Con imWiietneni orcronnact estosI.... -- . I I I I - I Times; to Proceed .............. .-- ... .... .....................................................1 .............. .................... 2.4 Starting the 'Work ............................ 3 ling Documents...2.5-2.7 Before Starting Constructior;. � . ... .....:.I, line, Requirements, ........................ I CONTRACTOWs Responsibility ................ ....... .................. ............... ;Contract Prim .......... .............. : ........ ;.'l 2.8 PrewnstructiohCcmfcxeo6q .. ..... * 4 'Contract Times ... -'HyAomPial�fc S�oduleq Initt4 CONTRACTOR,.,.'.. defective 3. CONTRACT DOCUMENTS; INTENT, ............................. .................. D,rawings , ..4 6� ..... � - ...... ......... .. ..., ... AMENDING, REUSE ....... ... .. ............ .................. 4 Effectitve Date of the Agreement., _.._,,,,1 3A 1 w3.2 Int . ent ........... ..... I ..... ENGINEER.,, ..... ........ : ....... 3.3 Refcr'c'n� w"' to Sta'dhnirds and Sp6ci- ENGik&H-ks Consultant ..................... I iilcaiicvis diechnioxi Soeietles: Field Order:,,, ........ Ll; -Rep" and Re&oiving Dis. General Requkeinents ..... ...... ......... 2 crepancies., ................... E ............. 4.5 :2, 3A Intent of Ctnairi Terms or' Lam and Re watons; Layso r Adjectives....., ... : .... .... 5 'Regulations ................................... ;'2 3.5 Amending Contract Docunentk ........ 5 Legal 116lidqi ......... w .... 3.6 Supplementing Coittatict Lipnsl............. ................... Documcyj!s ................. ................. 5 3.7 Rem of Documehts Notice of Award '2 =10 promcdo ....... ....... 2 4, AVAILABILITY OF LANDS; ...... : ......... a ........... : ....... ........ SUBSURFACE AND. PHYSICAL CONDITIONS; Partial Utilization ......... 11 ......... 2 REFERENCE POINTS ... ...... ......... .............5 PCBs 416�;..t.;- ...... ........ I ...... -:2 4.1 Avfiilobilit� of Lands .................. ;J-6 Petroleum::..._....., trol6um ............... ......... .................. 2 4.2 So�fhce-and Physical Prqjcct ----- :-, .... ;.- 1 2 Conditions-.......:.......... 6 ..... I ... ............................... Rinliciactive Matciial , I ..................... �.: ... L2.1 Reports and Drawings... ....... ........ _j Re IarWorkm Kiawi..� ........... 7 ...... 4.2;2 Limited Rellani,o bk'CONTRAC. -Resident Project Representative ..... TOR Atithorized;'Technical Samples- ..... 'Dots ........ ........... .......... ...... . . ...... ............. ShcpDriwings.�. ', ..... .. : ... .............. -2 4.2.3 Notice of Differinj Subiaiifaoe Specifications .................... r ...... ;..a ... Z..-:2 or Aiysical Conditionit .................. ¢ Subcontractor .................... ............. 4.2.4 FNGINFER's Review 0 §u'bst'on'tin!,Cdm0lctioit ......... .... ...... 4'2,5 Possible Contract Documents Supplementary Conditions;. Change'.. .............. ; ............... 6 Supplier ...................... ........................ 7 4.2.6 PbiisiblcPrim and Timco. Undergiundfacilities ......... ...... �-3 Adjustrnents ........ __ 4� ................... -7 , o .. . . . ......... .Unit Prim.Work .................................. 3 4.3 Physical Conditions. -Underground .Work ........... ........... .......................... ;l Facilltics� ..................................... Work Change Directive ............ j- ......... 3 4.3A Showiii _ *, or Indimted ... ................- 7 Niilien Amendment -3 43.2 Not §tivior Indicated? 4.4 Reference Points ...... ....................... . 7 EXI)C (1131,11ULAI; CONDMOM 1910.8 (1990 ED1110M W/(TTY OF FORT COLLINS MODIECA110),S,(REV 9199) ................ ....... .................. ............... ;Contract Prim .......... .............. : ........ ;.'l 2.8 PrewnstructiohCcmfcxeo6q .. ..... * 4 'Contract Times ... -'HyAomPial�fc S�oduleq Initt4 CONTRACTOR,.,.'.. defective 3. CONTRACT DOCUMENTS; INTENT, ............................. .................. D,rawings , ..4 6� ..... � - ...... ......... .. ..., ... AMENDING, REUSE ....... ... .. ............ .................. 4 Effectitve Date of the Agreement., _.._,,,,1 3A 1 w3.2 Int . ent ........... ..... I ..... ENGINEER.,, ..... ........ : ....... 3.3 Refcr'c'n� w"' to Sta'dhnirds and Sp6ci- ENGik&H-ks Consultant ..................... I iilcaiicvis diechnioxi Soeietles: Field Order:,,, ........ Ll; -Rep" and Re&oiving Dis. General Requkeinents ..... ...... ......... 2 crepancies., ................... E ............. 4.5 :2, 3A Intent of Ctnairi Terms or' Lam and Re watons; Layso r Adjectives....., ... : .... .... 5 'Regulations ................................... ;'2 3.5 Amending Contract Docunentk ........ 5 Legal 116lidqi ......... w .... 3.6 Supplementing Coittatict Lipnsl............. ................... Documcyj!s ................. ................. 5 3.7 Rem of Documehts Notice of Award '2 =10 promcdo ....... ....... 2 4, AVAILABILITY OF LANDS; ...... : ......... a ........... : ....... ........ SUBSURFACE AND. PHYSICAL CONDITIONS; Partial Utilization ......... 11 ......... 2 REFERENCE POINTS ... ...... ......... .............5 PCBs 416�;..t.;- ...... ........ I ...... -:2 4.1 Avfiilobilit� of Lands .................. ;J-6 Petroleum::..._....., trol6um ............... ......... .................. 2 4.2 So�fhce-and Physical Prqjcct ----- :-, .... ;.- 1 2 Conditions-.......:.......... 6 ..... I ... ............................... Rinliciactive Matciial , I ..................... �.: ... L2.1 Reports and Drawings... ....... ........ _j Re IarWorkm Kiawi..� ........... 7 ...... 4.2;2 Limited Rellani,o bk'CONTRAC. -Resident Project Representative ..... TOR Atithorized;'Technical Samples- ..... 'Dots ........ ........... .......... ...... . . ...... ............. ShcpDriwings.�. ', ..... .. : ... .............. -2 4.2.3 Notice of Differinj Subiaiifaoe Specifications .................... r ...... ;..a ... Z..-:2 or Aiysical Conditionit .................. ¢ Subcontractor .................... ............. 4.2.4 FNGINFER's Review 0 §u'bst'on'tin!,Cdm0lctioit ......... .... ...... 4'2,5 Possible Contract Documents Supplementary Conditions;. Change'.. .............. ; ............... 6 Supplier ...................... ........................ 7 4.2.6 PbiisiblcPrim and Timco. Undergiundfacilities ......... ...... �-3 Adjustrnents ........ __ 4� ................... -7 , o .. . . . ......... .Unit Prim.Work .................................. 3 4.3 Physical Conditions. -Underground .Work ........... ........... .......................... ;l Facilltics� ..................................... Work Change Directive ............ j- ......... 3 4.3A Showiii _ *, or Indimted ... ................- 7 Niilien Amendment -3 43.2 Not §tivior Indicated? 4.4 Reference Points ...... ....................... . 7 EXI)C (1131,11ULAI; CONDMOM 1910.8 (1990 ED1110M W/(TTY OF FORT COLLINS MODIECA110),S,(REV 9199) EXI)C (1131,11ULAI; CONDMOM 1910.8 (1990 ED1110M W/(TTY OF FORT COLLINS MODIECA110),S,(REV 9199) ArticI6 or Nrigraph page Numb-cr 4 Title Number 4.5 Asbestos. PCqS, petroleum, hazardous Waste or Radioactive l4aterial ....... ........... 7-8 5. BONDS AND INSURANCE, ..... : ...... .......... 8 5 1-5.i Performance Payment and Other Bonds............. - ...... ....... 5.3 Licensed Sureties and Insurers; Certificates of lnsurance.................... ll 5.4 CONTRACT Insurance% 5.5 OWNER!s 1 5.6 Property.1n, 5.7 Nila and I tional Prot m518 Notice of Ct 5.19 CONTRAC' fior Deduct 5:10 Other Speci 5.11 Waiver of R 5.12-5.13 Receipt and Insurance :5.14 Acceptance, :5 15 6. CONTR 6.1-&2 7&.3- 6.5 6.6 6.7 6.8-6.11 cat 6.13 '6J4 &15 6.16 6.17 6.18 620 6.11 6.22 &_23 6.24 ,Artic16 ar'Nragraph Page Number Title Number 6.25 Submittal Proceedures: CON- TRACTORs Review Prior to Shop Drawing or Sample Submittal 16 6.26 Sh op Drawing &; Sartriple Submit- tals Re6cw by ENGINEER_..... 16-17 627 Responsibility for Variations From Contract Documents,;;:,;..... 17. Rented Wcik Perforinexi Prior ....... ..................... 9 of Required I lfisuffinke 9 'Approval Subinituds . :........17 ......I ................. 9-10 6.29' Continuing the Work ..................... 17 ,y or Addi- -6.30 CONTRACTORS General urance 10 Warranty and Guarantee.:.:_........ 17 ni ovision 10 6.31-6.33 lndcm'nificstioa ...... .......... 17mlg :iponsibility .6.34' •Survival oroiilita�iiciri .................;...is le Amounts 10 Insurance,,,;;,,,,,,,;,,,,,,,, hts __:II ..Jo- I I once; Option to Replace ... ................11 Partial Utilization --Property Insurance .......... ............. ; ......... I 4 14 and R*jati.Ons I ...... T.t ........ ............ - ...... Safe Structural Loading ..................... J5 Record Documents..._........................ J5, Safely and Protection.,,....... ......... 15-16 Safety k6prcsentativc ......... ............... J6 l4azard Communication Programs,,,_„ 16 Emergencies ..................................... 16 Shop Drawings and Sample* .............. 16 7. 0T=-WORK ........... .................... ;.% ..... J8 7.1-7:3 Related Work at Site ....................... )8 7.4 Coordination,.,, .............. __:_ ..... 18 8. OWNER'S RESPONSIBILUMS .......................... 18 U, 6xnmunications to CON - 'TRACTOR ................ ............ Is 8. 2 Replacement of ENGINEER ............ 18 ' 8.3 Furnish Data andPay Promptly When Duc ......... is SA Lands and Easements; Reports arulTesis .... .. .. ... ..... .J 8-19 8_5 Insurance : ...................................... 19 9.6 Change Orders ............................... 19 8.7 Inspections,and -:....:..............::........19Tests Apfrrcw,IS.� .... .............. % ......... 19 8.8 Stop or, SwDcn.d Work; Terminate CONTRACTOR's Services ...................... .......... 19 8.9 Limitations Or OWNER'S Responsibilities :................,,,,:,,,,19 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or kadioactin Material,;,,,,,,,,,,,,,,,,,, 19 8.11 Evidence of Fm"a'nca;i A4Tangcments.:...............:.:.....:...19 9. ENGINEERS. STATUS DURING CONSTRUCTION.............................................19 0 OWNER!s Representative .... ........... 19 19,2 Visits to Siteq............. I ..... ........... 19 9.3 Project Reprasentative� ..... ... 19-21 9.4 Clafifications and Interpre- tations........................................ 21 9.5 Authorized Vaiiations in %)6rk ... :.;..21 EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLUNS MODIFICATIONS WV 91") 11 0 • r L_J Article or Paragraph Page Article or Paragraph Numbcr.&Title Number Number &Title 9.6 Rejecting Defective Work ;,,,;,,,,,,,,,,,,,21 6.7-9.9 Shop Drawings, Change Orders and Payments .........:.... A ..................... 1 4.10 Determinations for Unit Price;,,,_„ 21-22 9,11-9.12 Decisions on Disputes; ENGI- NEER as Initial Interpietel,........._.:z2 9.13 Limitations on ENGINEER's Authority and Responsibilities ,,;;223 CHANGES IN THE WORK _:.:........... _._::....:..........523 10.1 OWNER's Ordered Chang e................ 23 10:2 :Claim for Adjustm ent...............:....:....23 10.3 Work Not Required by Contract Documents 23 10.4 Change Order§ .................................. 23. 10.5 Notification of Surety........................23 "CHANGE OF CONTRACT PRICK .....:............. '23 11.1-11.3 Contract Price; Claim. foi Adjustment; Value of the Work :.:.....:.:......:.:.:_....:...... 23-24 11.4 Cost ortheWork. ............... 24-25 11.5 Exclusions to Cost of the Work .........25 11A COTRACTO,.,Rs, 11:7 ,Fee,,.,.,.,.,..,:,.,..,.,.:.,.,...-25. Cast Records 25-26, 1118 Cash Allowances 26 11.9" Unil Price Work , . 26 CHANGE OF CONTRACT TIMES ............................26 12.1 Claim for Adjusunent �26 12.2 Time ofthe Essence ..........................26 12:3 Delays Beyond CONTRACTOR's Control.........:..:..:....::....:.....::....26-27 12.4 Delays Beyond OWNER's and CONTRACTOR's Control ,;;,:,27 TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPTANCE OF DFFEC77FE WORK ........._.....................................J27 13.1 Notice of Defects.:................:.....:....:27 13:2 Access to the Work .......... ................ 27 13.3 Tests and inspections', CONTRACfOR's Cooperation ........... 27 13.4 ONNER's Rcaoonsibilities: INSI 13.E-13.7 Covering Work Prior to lnspee- lion. Testing or Approval, -,-,,,,,;:,27 Page. Number 13.8-13.9, Uncovering Work. at ENGI- NEER's Request .....................27-28 1330 OWNER May Stop the Work :.:....... 28 13.11 Correction or Removal of Defective Work ...................:.......28 13.12 Correction Period28 13,13 Acceptance ofDefecrive Work ......... 28 13.14 OWNER May Correct Defective Work..................................... 28.29 14. PAYMENTS TO CONTRACTOR AND COMPLETION ...................:........:......:..: .:..:.... 29 14.1 Schedule of Values......................... 14.2 Application for Progress Paym ent........... ......................... 29 14.3 CONTRACTOR'S Warrantyof Title..; 29 14.4-14 7 Review of Applicationsfor Progress Peymenta................. 29-30 14.8-14.9 Substantial Completion,,,,,,,,,,;,, 30 1430 Partial .Utilization, ..... :.......... ::.30-31 14.11 Final Inspection .........................31 14.12 Final Application for Paymeril........ 31 14,13-14)4 Finals Payment and Acceptance.,,,,,, 31 14.15 Waiver of Claims ,,,,,,,,,,,,,,,,,,,,,31-32 15. SUSPENSION OF WORK AND TERMINATION ...... :........... :.......... :................. 32 15.1. OWNER May Suspend Work .......... 32 15.2.15.4 OWNERMay Terminate..,.-_„__...... 32 15.5, CONTRACTOR May Stop Work or Terminate ,,,,,,,,,,,,,,,,,32-33 16. DISPUTE RESOLUTION _...._._...._ 33 IT MISCELLANEOUS .............:....:....................... 33 17.1 Giving Notice:,,.......... -..33 17.2 Computation of Times,„,,,,,,,,,,,,, ,,,33 17.3 Notice of Claim ................... .......... 33 17.4 Cumulative Remedies,,;;j3 I T5 Professional Fees and Court Costs Included.,,-, 17.6 Applicable State Laws ............... 33=34 Intentionally lcR blank ............... ..::........... ..:......35 EXHIBIT GC -A: (Optional) Dispute Resolution Agreement .......... _:-__.,QC-AI 16.1-16.6 Arbitration GC -Al 16.7 Mediation ............................... GC -AI "HXDC 06NERALCONDITION51910.9 (1990 6'DIT10N) w/ CITY OF FORT COLUNS MODIFICATIONS (REV 9199) INDEX TO GENERAL CONDITIONS City of Fort pollins modifications to the General Conditions of the ConstructionContractare not shown in this index Afticle or NragrapK Number Ameptimm of- - Bords-anifInsuraneq ............... ........ ........ :5.14 defecfive Work;;,,,,,,,,,;,,,, _....... 10.4, 1 1 . 1. 3. 1 5,13.13 :,.j'P.IZ 14.15 insurance......................................................... 5.14 other Work by CONTRACTOR.: .... : .................... 7.3 �S41bslitutes and 'Or -Equal* Items ......................6.7.1 Work by OWNER:,.. 5, 6,30, 6.34 Access to thF- Lands OWNERand CONTRACTOR re;ponsibiIiiies., ........................................... Al site, related Work ................... .................... .....72 .. ... ... 13.14, 14.9 Acts or Omissions--; �6s and Omissions - ,TOR .. ................. ......... :_:69.1, 9.13.3 6..120, 9.13.3 .................... �: ... ......... : ........ 0.26s.9 iitiseeun of (also s of Specifica�ticins) ... .....(1.6. 1.10, 6.19); 1. 1 perty1ristuan"I ......................... ...... 5.7 I .5, 15. 4.1. 4.3. 2, 4.5. 2, .......... .... A.5.3. 9.4. 9.5, 10 2-10' 4. .........................................I i. 12, 14.8, 15:1 progress schedule .................. W ....... : ...... .. ...... §.6 Agreement -- definition o( .......... ................... ; .................. J.2 OAII-Risk" Insuitirim policy form , .............. _ .........5.6.2 Allmances, Cash ................................................. _1 1.8 �Amending Conura6l. Doeurrienti,l., ....... .................... 3.5 Amendment. Written— in general ...... . .... ;.J.10, 1.45,15,5,10,5.12,6.6.2 .......................... 6.19,100, 16.4,11.2 ............... .... 12.1, 13.12.2, 14.7.2 Appeal, OWNER &'CONTRACTOR intent to ........... ... :.9,10. 9.11, 10.4. 16.2. 16.5 Application far Payment- definiti6n a( .......................................... ........... J.3 FNGTNEEWs Responsibility ................................9.9 final payment ................. J.13A, 9.13.5, 14,12-14.15 in general ....... ............. 2.8, 2.9. 544, 9. 10, 15.5 progress pa)mtcnL.............. ....................... 14.1-14.7 review of ........... ..... ; ..... .......... -.114.4-14.17 Arbitration ..... I ...... ......................... ............. 16.1-16.6 Asbe!; tcis,_ claim s pursatant thereto.,.,.,.,., 45-2,4.5.3 CONTRACTOR taithcri=d to stopi Work .......... 4.5.2 ion definiti of.... ........................... 1.4 Article or Paragraph Number OWNERiesponsibility for .............................. 4.5.1, 8.10 possible price and times change ...... _15.2 Authorized Variations in Wort;,,,,,.... �A 6.25. 6.27, 9.5 Availability of Lldnds' ................ 4 ............... 4,1..8.4 Award, Notice of--defthed .. * ....... ......... ...... L25 Bcforc'Stor�ting Construction ticti . ort ..... M ...... r -�2.8 Bid--definitiorii of., .......... .......... 23.3.3. ..................... 4.2.6.4. 6. 1 3;11.4.3, 11.9. 1) Bidding Docurnents-*-deftaition of _ ............ ......... ......... ......... ).6(6.8.2) Bidding Requirements-defaiiiiart I ,of ...................... 13 (1 42.45.25 Bonds -- acceptance of .............. ___ ............. w ......... ,addititiiii! bonds:...: ........ ...... 10.5, 11.4.5.9 C=:of the W# ............................................11.5.9 deriniiion of ...... ........................................... 1:8 delivery o ......................... I .......................... 21,5.1 final Application for Pay"crat . ........... 114.12-1414 general ....... ............. ....... Certificate of Substantial Completion,.,,,,, 1.38,6.30.2.3, ........................................ . ........ 14.8.1410 �Ccrtificatcs of In pcction ............. .... !9.13.4. 13.5, 14.12 Certificiites of Iri:urimmr ............ 2.7. 5J. 5.4.11. 5.4:13, ......... 5.6.5,5.8i 5A4,-9.13.4 14.12 Change in:Coniract Prim— Cfish Allcrivances ........ : ............. ...... 11.8 �.q ....... claim for Prim idjukment ............ ;4.1, 4.2.6. 4.5, 5.15, 6.8;2, 9.4 ............. .... 9.5. 9.11. 10.2. 10.5. 11.2. 13.9. ........................ 13.13, 13.14, 14.7, 1511, 0:5 CONTRACTORsfm: ...................................... _11.6 Cost ofthe Work general .................................. ...... ...... 11.441.7 Exclusions ta.............................................. . 11.5 Cost Records ........................................11.7 in general ............. J1.19, 1.44, 9.11, 10.4.2, 10.4.3. 11 I Lump Sam Pricing,............................. ............. 11.3.2 Notification of Sarcty - ......... .......... I .......... Scope of,..................................1().3-10.4 Testing end Inspection, Unicovering the W6rk: ................................ 13.9 EJCDC GENERAL CONDITIONS 19104(199DEDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/" 0 is 0 0 0 0 Unit Pri66VcrV,_,, 11.9, -Article oT'PmaL7aph Number fbitimesadjustment ....... A.), 4.2.6i 45, 5. 15. ........ all.z 9A, 9.5 ' 9' 11, 10.2 10.5, 12.1. 14.7, 15.1: 15:5 surety _ ............. :.. oefecove Work.., . ...................... 13.13 :ract Docury, cn�L9 .................. I ............... I ....... met Pfico ...............::....:...............I I rout Times; ...... ........................... 12' Work......:. A0, "a fee .. ........ I X ' ................. ........ ............ ` - a ... 11.4-11.7 ...... ............. ....... j 1.7 .......... : .......... ......... ....... ................. : ............ Physical Conditioris- Right Scope Claims-- 6.7.3, 6.&2 k, .... ...... _a ............................. j 1.9.; coveredby ................................. 11.3 ....... ............... A .............. __ ....10 surety..... _ ......... ..................... _10.5, 1t:; s .6. 16 .................................... �632 COUrRACTORsFee 11 :6 Article or Paragraph Number CONTRACTOR's hability.,. ....... :5A, 63Z 6.16, 6.31 Cost of the Work_...................................... Decisions on Disputeq 9.1 1 1,912 Dispute ResolutionI. ....14,1 Dispute Resolurim.Agreement, ......... :.j&l:l6.6 ENGINEER -as initial interpretoz ...... ....... I .... :;..9 it Lump Sum Pricing ............ ........ .............. j 1,12 6. k ................. 9.4. 9.5; 9.11, 10.2, 11.2, 11:9 . .......... .... %... :, j2.i:d.9,)3J,'13:f4;l7.3 OWNER's liability .............................................5.5 OWNER rnaXrcfuge to mike psynint ................. 14:7 Professional Fees and Court Costs, ..............w -- !t� 17 .-- - - ,5 ............... Unit Price Work::.... . ....... ........ 11.93 Valueof ...................... __ ........... ....... ............1.13 ! Waiver of --on Funi Pnyndfit .... ......... 14.14,14.6 Work Cliange,Direntive .... . - wwrittenwrittennotice , requir eq. ........ 11, I I .2 , 12.4 Clarifications'and Interpretations ............ 3.6.3;9.4,9.11 CleanSite ........................ ...................................0,17 Codus of Teclihial Socicty, prganization or,Association ......................... Ccrrimcn6eimcnt of Contract Times ..... 2.3 Communications-- general ...... ; ........................................ 15.2, 6.9.2f:gz I Hazard Communication Progimarq ...................... 6.22 for payment ............... 6.32 CONTRACTOR: ...... ; .................................... 2:512.7 11.2 Construction IAchincry, Equipment., etc ................... 6,4 12.1 Continuing the Work.........,: ........... Iti.i. Contract Documents — I , 43. Ameturturs ... ....... :.. - .1 ......... . . ........ ... ..... � � .� a ....... 17.3 Bonds 5.1 EXI)C GENOLAL-CONDMOM 1910.8 (1 M ED1110M aTY OF FORTCOLLINS MODMCA710M (REV 9M) ;Cash Allowattees ................................... .......... jI.8 Article or Rmagraph Number of.Contract Pricy , ..... :..: .......................... I I of Contract Times .................................. 12 in the work 'd Verify ................................................. .5 2, , Interpretations.........................3.2. 3.6:9A. 9.11 dermition of., ..... ........ .............................. 1.10 -ENGINFER as initial interpreter of,,,-:_;.... .11 ENGTNEhik as 6VrNFWs representative ............. �9A gencrab Insurance .......................................................... 53 intent"....... ........ .11-3.4 minor variations in the Work.,. _ ....... owws� res'ponsibil ity tb furnish data;,,,,,,,,,,,, .. 8,3 ,PWN- ER's responsibility to make prompt payment ......... ................ ?J; 14.4; 14A3 precedence , .................................. I—, ..... 3.1.3.3.3 Record Documents ............................................ 0.19 Standards and'Specificitions Reference toStandards of Technical Smicticq ... __ ............................ 3.3 VIR.................................... and ResPI%rinS,DiscrePAncie% ..... .............. Unit Price Work ........ .............. ; ....... ........ 11!9 variations ......................................... 3.I5, 6.23, 6.27 ,Visiis'ib Site, EINGINFER's ...... ............ ........... contract Price — ,adjustment of,;,,,,,,,,,,,,, 3.5,4.1.9.4,10.3. 11.2-11.3 ................................... II Decision nn.Disputes . .... tionof .....................................................1.I1 ..............*............. 'Contract Times-- adjustmentof. ............... ....... 3.5,4.1,i9.4.10.3,12 'Change of ._: .............. ............................ 12.1-12.4 cmnrnerwemeit ... _.... ......... ...... . ......... 23 definftion of .................... . ............................. _j. 12 CONTRACTOR— .......................A29. I I Data Authaized I.... .. * ... � I _1 .. ' ..;..4,2.2 W: 2&yStop Work orTerrnmatc.......................... 1.5.5 provide site access to others,,,,,,,,,,,,;,,,,,,,,, J-2, 13.2 'Safety and protection ................... 4.3.1'.2. 6.16. 6,18. ...... .......................... 6.21-6.23," 7.2, 112 ShopDrawing .and Sample ReView ,prior to Submit* ...... : .......... : ......... ;_ ...... ::6.25 SteP WO V A r requIrementl: .................... ............ 4 5;2 coYrRAC,T0R!s ArticleoT paragraph Number ................. 11.1-11 ;2 14.15 ............. Report-- i L inges III the Work caused by Indermiffication,., ... .... :;.: 6.16.6.31-6:33 Inspection of the Work,,, ........ --7.3,,13A Labor, Materials and Equipment ...................0.3.6.5 Laws and Regulations, Compliance by ...... _.,tS.14.1 Liability Insurance,,,,,.„. .... ....... 5.4 Ncticc of Intent to Appeal ..... .: :9.10, 10.4 obligation to perform and complete the Work., .................. 1 .................... ; .......... 11.30 Patent Fees and Royaldes, paid for by.. ......6.12 Peifbrman&and f5thcr Bonds . ....... ... ........... 5.1 Permits obtained nd paid F".......................0.13 Progress Schedule ..........................2.6, 18, 2.9,6.6, ........................................ j5.29. 164; 15.2.1 Request Tor formal decisionan disputes: ............. 9.11 Responsibilities— Charges in the Work..._._.._..........._......... 10.1 Conciatifig Subcontractors; SuPpli M� and Others,,,,.,,, ............. Dominumg theWorl,,_� . ..... I ...... ... �629, 10.4 CONTRACTOR'sexpense ..... ..................... 0.7.1 CONTRACTORs'General Warranty of or Or Equal Items, ......... ........ .... 0.7.3 For Acts and Omissions of Others ........... .... A9.1-6.9.2, 9.13 Tor deductible annotmIs.insurnee ............ _ ... 5.9 'gencial .......................................... 6, 7.2, 7.3, 8.9 n llardous.Communicaiiort Programs ...... ... 6.22 Indemnification ... ; ....... ........ A..: .......... :6.31-6.33 EJCDC GENMAL CONDITIONS 1910-8099OHDITION) n/CITY OFFORT COLUNSMODIFICATIONS MV91") 0 40 Lawsandateials rnd Equtpmen} 0.-3-6..5 Contractual ...7 8 ty . nsurance::.:.... ...:.5.4.10 Liability Insurance ........................................ 5.4 Contractual Time Limits ......... ................................ .12.2 -Article, Or Paragraph .Article or,Para(paph Number Numb& fromlConinict _. ..: Permits .13 ., Correction lion Period... .:.;. ..:...,. ....13:12 .. hedule ... .... 1.6 Correciion Removafor Acceptance• Record Doccuments - ;:, _ ii jecnve Work-- relatedWork per form edpriorto in general,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,, 10.4.1; 13.1.(M ,14 ENGINEBR's approial of required Acceptance ofDefecnte Work.: ..... ,,;;:...1113 submittals: ............ ................................ 6:28 Correction m Removal oC safe structural loading -,;:.... .... -6I8 'Dejechve Wdrk, ;,;,;, 6.30. 13..11 Safety. and Protection'.. .. 1520,;7.2, 13.2 Correitton Period,.; , ._; 13:12 Sa'fety'Reprcunotive', , . , .... ....,,6.21 OWNFiR May CoireM DejecnSo Work ....- . 4 Schodul ing the Work., :;:..... .....-G.9.2 OWNER_ May Stop Work - - :...... — :10 ShopbD wings and Sampleq .......................0.24. Cast-- ....... Sho Diewiri " and Samples Review - ofGTeatsand Inspechon5- ........ ........ 13.4 by ENGINEER..... .................. ...... ....... : 6.26 Records1L7 Site Cleanliness ........... ..:.:.::...... :......... :..... ..6.17 Cost of the Work_- Submittai Procedures„ . ` � ,.,... „ „6.25 -`- Bonds and insurance additional Subsiitul`e Consuvction Methods - Crash blscauntg,.;.:, ...... .... .... .....j:1.4.2 and Procedures 672 CONTRACCORsFee 11-6 ,, Subsuiutes and Or Equal Remy. 671 Employee Expenses ll-0.5:1 • Superintendence .. 6 2. .....41 Exclusions to ,,,:, 1.5 Supervision.............................................. - General 11.411:5 Survival -, . _,,,,,6.34 Survival of Obligations .. Hone office and Overhead expenses - ,.I L5 .... Tuxes.................................................-}5 Losses and damages ... 11.4 5.6 Tests and Inspections, ;., , ; ,,. i 13.5 .............................. Materials and oquip'ment ....... „,, .. ;,,,,;,_11.4.2 To Report ..................................................... 2.5 Minor expenses .... ...................................... �11.4.5.8 Use of Premised ......... ....6.16,6.IS; 6.30.2.4 Payroll costs on chsnges ........................... 11.4.1 Review Prior to Shop Drawing or performed by Subcontractors.......................... 11.4.3 Sampic Su6mttteL......:...:....: ...:..: 6.25 Rcocrdsl0 - Righttorr usmentPor- changes in the -Work ..... 10,.2 Rentals a:cautruction equipment right to claim . 4, 7.1, 9�4, 9.5; 9:11, 10.2,11.2; ;and machinery., ... . 11:4.5.3 .......... 1 L9,.12. 1, 13.9, �14,p, 15 1. 15.5, 17.3 _. ............. Royalty payments;'penmLs and Safety and Protestian,,,...I......,,_,,6.20-6.2Z 7.2, 13.2 Incense fees,,,,,,,,,,,,;,,,,,;,,,,,,,,,,,,,,,,,,,,,,,,,11.4.5.5 Safety Representative,,,,,,, -621 Site office and temporary Caeililies „11:4�5.2 Shop Drawings and Samples Subi» ivals 6 24-6.28 Special Consulmnis; CONTRACTORS 11.4.4 Special Consultants,,,,,,,,, ,,,,, „ .,..11:4.4 Supplemental, ,,,,,,,,,,,,, ,; ............. _„ ,,, ,..11.4.5 Substitute Construction Methods and Procedures 6.7. Taws related to the Work.,,,.,.,.., _.....11.4.5.4 Sub'stitutcs and "Or -Equal" Items; Tcslsand Inspectioq .a .... .............. Expense ..................... ... : ..... 6.7.1,,6.7.2 Trade DcScounis:.......... ........:J14.2 Subcontractors, Suppliers and Others „6.8-6.11 Utilities, fuel and sanitary ryfac.iliti- 11.4.5.7 - _ s}on Su erintendencq66.2; 621 Work after regular hours........Superviand .............I1.4.1 , Taws, Payment by.......... ....: 6.15. ... Covering Work ................................. ......13.6-13.7 Uac ofPrcmiscs,.,.,,_.,_.,,:;_,;__,,,,,,,,,,,,,,,,;, 6. 16-6.1,8 Cumulative Remedies,,,,_, .... 17.4.175 Warranties and gtuuentees ........................0.5, 6.30 Cutting. filling and parching............ .._-._... T2 Warranry:ofTnle .......;. :..:..:.. .::.:. 14.3 Data„totie furnished by OWN59...................... ::.:...;R.3 Written Notice Required-- Day—defrntuon oQ.:..............................:. ..... „.„17.2.2 CONTRACTOR stop Work or terminate ....... 15.5 Decisions on Disputes ........ ............... : .._... 9.11, 9.12 Reports of Diff"g Subsurface defectiw—definition of. ........ ...........1.14 and Physical Condniony ,:;.. 4:2,3 defecfiii %,York-- SubstentialCompletion........ ............. -.... :,,,;,, KS , Acceptance of,,,,,,,;,,,,,;,,,,,,,,,,,,,,,,,)0.4:1, 13.13 wit y1CDC OFiNERAL CONDITIONS 19Io•9(1990 EDITION) w/CITY OF FORTCOLLINS MODIFICATIONS(REV91") • Item:- IternDescription - Unit 2014 Contract 2014 Und Cost 'i Tofa12014 CostQuantity 109.01 Force Account- Asphalt Cement Cost Adjustment Force Account 1 $0.00 $ - 202.10 Grinding (planing) Surface Preparation <3" SY 70.000 $2.53 $177.100.00 202.02 Grinding (planing) Surface Preparation 3" 15" SY 3,500 $2.99 $10.465.00 202.30 Grinding (planing) Surface Preparation 5" <7" SY 20,000 $3.88 $77,600.00 202.40 lGrinding (planing) Surface Preparation 7" <9" SY 5.000 $4.98 $24,900.00 202.50 Taper Planing Adjacent to Gutter LF 110,000 $2.14 $235,400.00 202.60 Bobcat Style Ming <3" SY 3,000 $5.85 $17,550.00 202.70 Bobcat Style Milling - Additional inch Thickness SYAN 200 $0.65 $130.00 203.10 Exwrabon- General Less Than 100 CY CY 500 $25.11 $12,555.00 203.20 Excavation- General Over 100 CY CY 1,000 $21.44 $21,440.00 203.30 Excavation - Muck CY 1,000 $2148 $21480.00 203.40 Borrow - Less Than 100 Ton Tan 50 $22.41 $1,120.50 203.50 Borrow -Owr I Ton Ton 1,000 $16.51 $16,510.00 203.70 Shouldering LF 1,000 $0.83 $8W.00 208.10 Rock Wattle LF 400 $3.32 $1.328.00 208.20 Crumb Rubber Wallis LF 10 $11.90 $119.00 208.30 Straw Bales Each 5 $4.93 $24.65 208.40 Sit Fence LF 50 $2.02 $101.00 210.01 Reset Mailbox Each 1 $222.06 $222.06 210.02 Adjust Valw Box Each 200 $158.93 $31,786.00 210.03 Adjust Vale Boxw th Ring Each 30 $70.59 $2,117.70 210.04 Adjust Vale Box-TNer 6860 Series, hem R 69, Screw Type Adjustable Riser Each 50 $88.86 $4.443.00 210.05 Adjust and Replace Top Section of Vale Box Each 30 $314.28 $9.428.40 210.06 Tyler 6850 Series, Hem 58,14" Vale Box Extension (Part Onh6 Each 1 $67.33 $67.33 210.07 Tyler 6860 Series,16" Vale Box Tap Section Without Lid (Part Only Each 1 $67.65 $67.65 210.08 Tyler 6860 Series,26" Vale Box Tap Section WNout Lid (Part Ody Each 1 $82.30 $82.30 210.09 Total Valve Box Replacement, Tyler 6860 Series, 30' Bottom Section Each 10 $476.70 $4,767.00 210.10 Adjust Standard Marinate 524" Each 105 $374.93 $39.367.65 210.11 Adjust Special Manhole>24" Each 30 $471.34 $14.140.20 210.12 Adjust Maniple with Ring Each 10 $192.82 $1,928.21 210.13 Adjust Manhole win Locking Ring s24"dia, 53"height Each 150 $192.82 $28,923.08 210.14 Adjust Manhole with Locking Ring 524"die,>3"height Each 5 $192.82 $964.10 210.15 Adjust Manhole Win Locking Ring >24"tlia, 53"height Each 10 $224.96 $2,249.57 210.16 Adjust Manhole with Locking Ring>24" dia,> 3" Might Each 5 $224.96 $1.124.79 306.01 Subgrade Preparation SY 5,000 $1.76 $8,797.50 306.02 'Asphalt Recycling 5-10" SY 5,000 $5.18 $25,900,00 307.10 Class C Fly Ash De5aered 8 Spread 12" Dep01, 12%byweight SY 15.000 $7.42 $111,300.00 307.20 Stabilize Subgrade- Titled, Watered, B Compacted SY 10.000 $3.75 $37.500.00 E 0 ,Corre&i0a or Rim&al of ......... ............ 10.*4:1, 13.11 Correction Period 13.12 .......... 111 in general„ .................... ................. 13; 14. -14. Article or Paragraph Numbei Qbs6irVatioh by ...... .9.2 PWNERMay Stop Work ........ I ........................ 1 J3.10 Prmpt Notice of Defects .................................. 13.1 Rejecting. .......... ...... ... . ................ 196 Uncov'erig the Wok..........._ 13.8 nitions........... ........... ........... .......... lys ......................... ...4,1. &J?, 12.3-'1 2.4 very of Bonds ........ - ............... . I.. ........... ........... .. and Resolving.......::..._...........; .... :2.5.-3.3.2. 6.14.2 Dispute Resolution— Agreerrient, :;: :...)6.1- 16.0 Arbitration ........................ 16.1-M5 .............. Mediation.: ......................................... : ........ ;,J6.6 Dispute R esolution Agreement ..................... ... A6 1.16.6 Disputes, Decisions by ENGINEER ...................... 9.11-9.12 ............ ... 1 ...... _12 I.......................... ;. ..................... ........... 3.7 lefinition of ............. ............................ J. 15 ............. .......................................... to of ftrc4ment -- definition 4 ............. J. 16 9 6. 221 ........................................... ....... ias initial interpreter on disputes ................ 2.11-9.12 definition ol:.... ..... _ ............................. ....... 17 Limitations on authority and rmponsibilitieg ..... 9.13 Replacement of...., ................... ; ....... - ............ 8-2 ,Resident Project Repmentative .. ............. I .... a .... y93 ENGINEEks Camsultani - definition o( .... ............. 1.18 ENdINEERsL- authority and respqrsilaility, limitations Or) ... * .... 9.13 •Authorized Variations in the Work, .......... .... 13.'S" (Sal'ie Orders, responsibility for ....... 9.7; 10, 11, 12 Clarifications and-lntcrpretaticrs ............... 16,31 9.4 Decisions on DisputeA .................. ;_ .......... S). 11-9.12 'defective Work, notice of ....................... ....... :J3.1 .& Evaluation of Substitute Items ........ .................. 04.3 Liability ................. ..... ; .................. ; ........ 0.32c9.12 Notice Work is Acceptable.........._:......._......... 14.13 Observations.........-:: ..... i ........ ...... ; ......... 0.30.2,92 OWNER'a Representative .... ............................... 9.1 Payments to the CONTRACTOR, 9.9,; 14 Recominendation of Payrrierit ....... ; ............ :.14.4, 14.13 Article or PeFalgraph Number ............ ;9AI9.13 Review of Reports an Differing Subsurface and Physical Conditions ..� ....... ro ....... _;___4.2.4 Shop Drawings and Samples; review respo,nsibility,, 626 .... : ...... ... .............. :..- . Work:...:._,. on Diiputcs..: an , d Pay"ents., ................ ............ visiu; to Site .'.... .......................... :.,_ Wit Price determinations........ ....... visits to Site_ ... ... -------------------------- .... ......... ; . ..... A ......... r, n4....................... Work-,_ ........... I ............. E\plomti6ns of physical conditionj ........................ 4.2.1 FcF CONTRACTORS --Costs Plus ..... .................... 11.6 ,Field &dcr_ definition of ..... ......................... ; ............ issued by ENGINEER ................................ 3.6.1,9.5 Final Application for Payment ........ ................. ".J '4.12 Final Inspectiorl ...................................................14.11 Final Payment.- -and Acccptanm ..................................... 14.13-14.14 Pt-10'r'ta, for cash allowances ............ rtl ...... w..' ..... 41.8 General Provisions .......................................... 17.3=17.4 .General Riquiremerits, -definition of ....................... .. . ........................ 3.20 pint ipal references to ...... .6 6.4. �.6.6.7.'6.24 Giving Notice.:.......:: 17.1 Guarantee of %Vdrk--by CONTRACTOR ........ 0.30, 14.12 HaZiTd Cmm unication, Programn 4 .................... - .... (1.22 ...................................................... 1.21 ':W .... ..... ... .... ............... ........ ..... 4.5 i responsibility for ............ m ....... - ........ It.10 MCDC OENBLAL CONDITIONS 19104 (1990 ED1110N) w/ CITY OF FORT COLUINSMODIFICAMONS OREV 9199) 0 Indemnification ............................. 6.I 6.16, 6.31-6,33 Initially Acceptable Schedules. . 2 9 on Inspeclr-- Certificates of-. ........... .;9.13A, 13.5. 14,12 I'Mal _ ........................ ... .......... 14A I Articicpr Paragraph Number' Special,: required byENGINEER:.......::........ ::,,.; 9.6' Tests and Approval,;, ,;, , . ;$ 7, 13,3-13;4 Insurance- Acceptance of, -by OWNER : ...:...:......__........:.: 5. 14 Additional, required by changes the Work ,1a Before starting the Work. ..... ..... 2 7 .,, - I3onds and -an generae:...: ........;.. .. ' 5 • Laws Laws w�lvres ooleerlon to coverage.............. . w ;teal Liability;,,;:,. 5.4.10 blc. amounts,CONTRACTOR'S 6risibthty ....:.. .. . ;. $.9 .pplicaEon for {'ayment „ IA 12 :d Inswers :..,..,: ........................5.3 requirements; materiel changes;,; 5.8, 10.5 to Replace..._..... _ .............._. ................ 5 14 .... .. accial insurances,;, : ; : 5:10 R us fiduciary for insureds ......... 4I2-5.13 erty...,. - ........ ......... ...5.6 5.10 ipt and Application oflnswance - roacds..........:...................................5. 12.5.13 a1 insurnnco, ,,,.,. 5.10, mr of Rights__ ......,. ........................511 Contract Documents;,3.1-3.4 itions and Clarifications - ., ,,,... . 3.6.3, 9.4; Lions of physical conditions ........ ,. 4:2' ateriafsand Equipment,...... ,„.. ._,.g;3-6.5 lity 91 .:.... ............ .............. and Tests -.__-_............... ..... ...... _............ , CONTRACTOR'S Responsibilities . . .A'14, Correction Periaddijecirve Wrsk„ _)3,12 Cost of the Work, taxes;,,:. .............,. ...1IAS4 definition of ................................. ::....:............. 1.22 general6,14 - Indemnificauon ............ 6.31-6.33 iz. 0 Insurencc........................:......:......................... 5.3 Precedence. .:,,.. .....:,: ::.37:3 3.3 Reference to Safety and Protection ....... . ....... 6 20. 13.2 Subcontractors, Suppliers and Other; 6 8411 Article or Paragraph Number Tests and Inspections,,;.;; w oCPremises,,,:„ isiis to Sitei..........................................._.......:9:2 lity Insurance--.. ... ._ ,._. ON7 RAC 0R's..., . S5A ......._ _ WNfiR s. .. ..::: ......... ....:..:.: sed Swetiesandlnsure s ........ -; 5.3 PPlication forProgress payment.......................14.2 UNTRACTOR's Warranty;of Title; j14:3 anal Application for payment..::.: ..:...:14:12 ;finitio . of....... ........ .......... 1.23 . - -.. _ .. 'ewer c[Clsims;;;;,;,,,,;;;:, . ......:....:... ...... ,,,14.15 ations on ENG1NGLRs authority and spon4ilitles ......: ........ .......:. 9.13 ed Reliance by CONTRACTOR uih'cr¢ed ......:.:....:............ ...4:2.2 tenance and Operating Manuals- - nal.Applii:euonTor Payment,,,,,;,,,, ,,,,,,,,,;,,,,,14:12 mis (of others): - pecedence................ _........ _... _.... _. _......... 3.3.3.1 afcrcnce to in CAntra& Doduments ......:.,;3.3.1 rialsand equipment-- rriishcd by.:CONTRACTOR.....:.:..:........ .r._,:.:. ... 0.3 ti'mcorpaated in Woo' . ..................:14.2 ilds,w equipment- equivalent„., - '¢:7 rtion (Optional).... .............................. 1 6.7 tones--definitionb[ ..........:...:....:......... j 24. 4laneous=- Xupmaiioti,ofTimcs ,,,,,,,,, ,, ,,, :17:2 ,mutative Remedies ............. ,;, ............... 17.4 ivmg Notice ............ ................. _......... ...17.1 aGce ofClaun....... - .......:17.3 ofcssional Fees and Cowl Costs lncluded,,,; 17.5 =prime'contracts... ......: ...... ...... .............7 hewn or Indicated. 4.3.2 .......................:...........:,...... e of-- , :ceptabdity of Reject ......, ,,,,,, 14.13 vmrd,definnion!6( ....-:............. 1:25 aim ........ ..................................................... - ?7.3 SCects:13.1 tfering.SabgwCacc o[.physical Canditiong;:,,,: .ving.................. .................................... ....... 1.7.1 T.e,stsand Inspection; ,., . ,,,,_._.. ,... 13.3 Variation Shop Drawngand SampIo.....:..........0.27 Notice to Proceed- . dcfinihon of-_ .;...... ...1:26 giving of .......................................2:3 E1CDC OGNFRAL COMITIOM 1910-8 (1990 ED1110M a/CnY OF FORTCOLLINS MODTICA710M (REV 9199) Notification to Surety ................... ............ ............... 10.5 Observations, by ENGINEER ... ................. . ,......630,9.2 'Occupancy of the Work , 5. 15. 630.2.4, 14r10 Omissions a acts by CONTRACTOR............... 5.9, 9.13 Open Peril policy form, Insurance .......................... 5.6.2 Option toReplace..................... ......................... ...... 5:14 Article or Paragraph Number 'Or Equal' Items ............. ......... ..................... ..........:6:7 Other work 7 OvertimeWork--prohibitionof.................................. 6.3 ,OWNER-- - - Acceptanceofdefeaive Work...........................13.13 appoint an ENGINEER....:._ .............................. 8.2 asfiduciary ...............................................5.12-5.13 Availability of Lank, responsibility .................... 4.1 definition of.....................................................1.27 data,furnish....... .................................... I.......... 8.3 May Correct Defective Work............................13114 May refuse to make payment.............................14.7 May Stop the Work .........%. .::...:............:...... 13.10 May Suspend Walt, Terminate,:..._.............._...5.8, 13.10. 15.1-15.4 Payment, make prompt, .................... ?.3, 14.4. 14.13 performance of other work .................................. 7.1 permits and licenses, requirements,;,,,,,,,,,;,,,,,;; 6.13 purchased insirance requirement* , 5.6-5:10 OWNER's-- Acceptance of the Work._... _......................4.30.25 Change Orders, obligation'to execute„........ 8.6, 10.4 Communications .................................. ............. 8.1 Coordination of the Work,..:....._...._ ....::......._... 7.4 .Disputes, request for decision ..... ....................... 9,11 Inspections, testsand approval*..................0.7, 13.4 .Liability Insurance ....... :................... :................. 5.5 Notice of Defects .............................................. 13.1 ............... .............. . _ 9.1 Asbestos, PCBs,- Petroleum; Hazardous Waste or Radioactive Material ,,,_.,,,,,,,,,,?.10 :Change Orders .... ......... .... :............. ::............ .6 Changes in the Wor$................................... 10.1 communications .............. ;............. . ............... 8.1 �CON'TRACIOR's responsibililics .................: 8.9 evidence of financial arrangements,,,,,,;,;,,,; $.It inspections, tests and approvals .....................BA insurance .........................................:...........: 8.5 lands and easements ...................... ........... 8.4 prompt. payment by ..... .......... .... ..................... r 8.3 replacement of ENGINEER ....... .... :...:....... .... 0 reports and tests........................................10...:8.4 stop or suspend Work .................. g.8, 13., 15:1 terminate CONTRACT OR's services....: ................................ :... All. 15.2 separate representative at sit; .... :.:....................... 9.3 testing, independent ... .................. ............... .._13.4 We er occupancy of the Work ,.,5:15.'6.30.2.4,. 14.10 written consentor approval required .........................................9. 1. 6.3, 11.4 EXIiC OENE M CONDITIONS 1910.8 (r99a ED111010 WOW OF FORT COLONS MODIFICATIONS (REV 9/99) • 0 0 0 • Article or, paragraph Number written noticerequire4, ....................... 7.1. 9.4. 9.11. Shown or In ......... Itf ....... 1.1.2, 11.9, 14.7, 15.4 Technic premnsanict 7B d',,n16cn oC,_, ...... ........................ . .......... : ..... ),29 Prelirnihary general.;:.:.. .........- . ..... ........ * .......45 ...... priPreliminaryiPreliminary� ... OVAOR's reskniibility for ..... ............. . ............ 8.1 Premises, U, Partial Utilization-- Pii"';Clninj definition of; . ..... ....... ...... ...... ).Zs Price,, Contri gencral 636.2.4, 14:10 'Progress pay Property Insurance ........... . . ...... ....... progress Pay Patent Fees and Royalties,,,,,,, ..... I ............. 6J2 progress p6h Payment tr Pay � I Bonds. Payipepts. Recommendation o( 14.4-14.7. 14.13 Project -deli Payrneritsiu664TRACTi)kand& Completion— ' - Project Repn Application for ProgressPayments_ ................. _14.2 ENGINI CONTRACTOR's lVarrant c yofTiil'_ ................ J43 Projmt kcjir� Final Application for Paymenk,.,N.d ............ ....... 14:1 2 . prompt pa* Final"In'spection ......... ............ ....................... )4.11 PropertyIn.si Final Payment aid AcCeptance ...... : ........ 14A3=114,14 Addifia general .........................................................$.3, 14 general! Partial UtiIiiation ...................... ..... _114A Partial I Retainage.............. ...... .................................... 14J receipts Review ol"Applicatiii)s for protainicin, S ProgiessPayments., ................. . — ..... 14 4�141.1 PuachJist Promp, I � I.-,-- t payment ::,.......................... . 0.3 *I�. Radioactive'] Schedule of - Values ........ ;.� ........... I I dellntioi Perfmalance Baidq .......................... _ ................ 5.1-5.2 Permits . .................. I.........:....... .......... I ....... ...... 0.13 'Petroleum-- ol� ...................... : ......................... ... J.30 general.. ............................................................. 45 OVNER's responsibility foz, ......................... gAO Physical Ccrdti6Gn5--' Dfinvingsicif,in or relating tq .. ... 4.2A.2 ENGINEER's review ......................................... 4:2.1 existing structures...:._ ...:.........:... :— ............. —4-2.2 ........... Rcports and Drawings .................................... Subsurface and, -......... .. . ........ .... " Subsurface ..C ............. Technical Data. Liniked Relimm by Underground Facilities, - general ................. ......... ............. :+3 Not Shown or Indicaed ..... ............... ........ 4.12 Protection of .......... ......................... 4-3,620 Article dr Pairigraph' N=bdr .................................... : ... ............................... ........... .............. itus During Construction,.......... 0.3 e, Resident -definition 1'33 WMER ...... .... ; .... 8.3 —........... ....... :.5.7 Reporting and Resolving ......... 1,411 ............ ..... ;.j.32 Discrepancies' ................................. 25, 33.2,16.14.2 Rep" -- and Drawings, ......... Aai and Pesident and Prpjcct Rcprcstntative-- definition of ............ ........................................ 1.33. provision foir ........... ....... .............. ; ............... ...... 2.3 EXI)CUENERAL CONDMOM 1910-8(19% ED11MM W1aTY Of FO,RTCOLLINS MODIFICATIONS (REV 9199) Article or Nragraph Nuir-15er ,Resident Superintendent, CONTRACTORS .............. fi1 Responsibilities-- ,C6NTRAdTORs-in general........: ......... ............... ................................9.13 Reuse iSolimittal for 14.4-14.7 6:1 6.1 Safety - and protection..... .... „. 413.2, 6.16, 6.18, ....:6.20-6,21, 7.213.2 general .....................................................G.20-623 Repiiesentative, CONTRACTOR'S . ...................... 6.21 Samples definition of....... ........................... ............. _134 general ... ........... I ................. ....... 0.2+6.128 Revim'.by CONTRACTOR ................................ 6.25 .. Rcview.tIy ENGINEER,;,,,,....:..,,,-„:......-,,, 0,26.6.27 related Work...... ........ ...... 0.2g iubmittal,of.. ............. �.� ....... _k.24.2 ,submittal pfoctAureq .........................................0.25 Schedule of progress .............................2.6, 2.8-2.9, 6.6. ......... ...... 6 29. 10.4. 15;2.1 Schedule of Shop Drawing andizim'pi'c" Subtainals.......... .................... z4 ' 6.24-6.28 Schedule of Values ......... i(52.8-2.*9, �, 2.8-2.9,14.1 ice to ....... )5.2.1 Ig: ............ .... ..... of Contract Times.: ................................ 10.4 Acceptable ......... : ........ 1 ........ .......... 2.8.2.9 Lary.... ............................... .................. 2.6 f Change . .............. ............. .. ...... 10.13-10.4 and Samples,general ................................. 6.24-6.28 Change Orders & Applications for Payments' and .......... ............ .' ....... 9.7-9,9 definition of ............**"**'**'* ... * ... .... * ...... .......... JA5 IN ENGEEWs approval of: ........................ :.; ..... 3.6.2 ENGMERs resperisibilit� for review .......................................9.7, 6,24-6.28 related Work ...... ................................. ; ............ 0�'28 ra, view Incietidureq., ........... w ................. Z8, 6.24428 Article, or Paragraph Number submittal required ............................................... Submittal Fr6cedurvt; .......... n ........ ... I .. . I use to approve substitutions ....................... .................................... ............ ................... ; ..... ... :J.6.2 ............................................... 1.3 6 defination of........ ...... ......... ............ — ... J.3G 'of Technical See iciiis, itfe?cntc ...................3.3.1 precedence ........ ;_ ............... 1 ................. .Standards a - nd Specifications Technical Societies ..................... ; ......... 3.3 `.Starting Construction, Beforq .... ...................... :2.5-2.8- Starting_Ihe Work......... .. .2.4 Stop or -Suspend Work -- by CONTRACTOR .................................. ........ 15.5 by OWNER ...... *"** * .. ..... ............ 4 ....... 8.8, 1310, 15,1 Storage of materials and equiprfienL................. ...411, 7.2 Structural Loading. Safety,... .. ........ ....... 6.18. Subcontractor — Concerning .................... i .................... ...... 6.8-6.11 definition of....................................................J.37 _ ...... ......... . .. . ..... ....... 12.3 ,delays waiver of rights ........................... 4.................... §.Il Subcontractors --in general ...... .................. 6.8-6.11 Subcontracts --required provisions 611. 11 1�43 for Paymcnt.. ............................... 14.2 and Operation Manual* ............... 14.12 ......... * ............... ............ 0.25 esi...................................... 2.6,29 .......... .: ............. ....... 0,24-6:28 Values , , , , , ___ ...... .:2.6. 141 ............................... .................. ...........................0. 30-2.3. 14.8-14.9 .... 6. ENGINEEP's Evaluation ......... . ....... * ..... 6.7.3 & '-Fqul ............................... .. ..... Subsikute Construction Methods EX= CIEND(AL CONDMONS 1910.9 (1990 ED1110M W/ MY OF FORT COLUNSYOPMCA11ONS 0TV 9f") 0 LJ 0 0 0 -Article or Paragraph Number or Procedures ;..:: :.:..0.71 Substitute items ........ ....... 6.7.1.2 - r. � .... :- Subsur ace 1. and Physical Conditions` - Drawings of, in, or relathg to. .............. ........ :4.2:1Z ENGINEERS Review ;,.'4:2.4, general ....... ....... ; ........... ........4.2 Limited -Reliance by CONTRACTOR, .Authari7x4 ..... ................... ........ .............. %4Z2 ...................................... 4. 2 ................... ............... ... �': ........ . CONTRACTORS responsibility ... ; ......... ........ OWNER shall not superviw ................................ :8.9 ENGINEER shall n6t'sbp&ivisG .... ... 9.2,'9.13.2 "Superintendence �2 . ... .. ...... ** . ...... Sumiata� , '66NT a residenk, .............. 0.2 I, Supplemental costs ........ ; ........ .j 1.4.5 . �tl .Supplementary Coa 6ltorrs=- defifiition: of!, ... : ............... b .......... prin4 q1 references tQ ................. J.10,1.18,2.2,2,7, ......... 4.2, 4 S.-S. 1.5- 3, 5.4:5.6r5!9, 17" S. 11, 6.8; 6.13, 7.4, 8.11, 9.3, 9.10 eni E, Supplein ontract Wmmchts........ ;1.6 Supplier— definitim of ......... ............ ......................... ).40 principalreferences ,tQ ........... 3.7; 61.5, 6.8-6:11; 6.26, " 6 24,,9.13,14.12 Waiver ofRighii 6.11 final paymenk ....................... )4.12. R has no duty tq .............................. OWNER May Suspend Wm,k .......... ............. ]5.1 OWNER'May Terminate, . ......................... 15:2 1 .15.4 Taxes --Payment by CONTRACTOR ....................... §.15 Technical Data -- Limited Reliance by CONTRACTOR;,,,,,,,,,,,;,,; .2.2 Possible Price and Times Adjustments.... ........... 426 Repels of i?Ifficting Subsurface and Physical -Conditions ........ _ ....................... ;.4.2.3 xiv Temporary construction facilities: ............... _1 .......... 4.1 Times- Article of, Paragraph N.umber ........................ Grk-in geniiii J5 ........... ........ ................... ;.3.4 IS. - lark, by others,.,-., ... .... J3.2 4's responsbilities ................. J3.5 prior tQ ............................. J3.6-13.7 10; 16 claiini end disputes,,,,,,,,, ..... �9.11; 11.2,'12 Commencement of Contract Times ........ , .. .. 0 �-; " f - P 'h reco struction Con crencq ... ............... 2.8 schedules",,,,;:,........... rj 7 6,2.9, 6.6 Stirrtin the 2.4 larrantyof....... ...... . ....... 14.3 7ing Work ......... .................................. 118-12t.9 .Otind Facilities; Physical Conditioni— inition of .................................................... JAI Showner Indicated .... : ...... .................... 4,12 tection of ------ - 4.3, 6.20 )wnorIA'c*a ................................... 4.3.1 claims _11.9.3, ckiinitic'n of,,,,,,,,,,,,,,;; .................................... j.42 gencralll.9.14.1_14.5 Unit Prices, -, gencrall 1.3.1 Determination for,:...9.10 Use of Premiseq ...................... ......... 6.16.6.18. 6.30.2.4 Utility: owners ............. ........0.13 6.20, 7.14.3.13.2 Utilization. Partial........ ..1.28.5-15.,6.30.2.4. KID Value or the Work:.....:. ......... ............. : -.I, , 1.3 Values, Schcchllc 6f .................. ... I ...... EJCDC GRENERAL CONDMONS 1910.9 (IM EDITION) %it CITY OF FORT COLUNS MODIFICATIONS (REV 9/99) Variations in Work--Mitiw Au(horiud........... :....:.............. ........ 6.25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGR TEER.................................... 9.2 Waiver of Claims --on Final Payment_ ................... 1.4,15 WaiGcr of Rights by insured ptirtieg.............. 1.J.l 1; 6.11 Warranty and Guarantce; Gencrnl--by CONTRACTOR ............................................... 0.30 Warranty of Title, CONTRACTORS ....................... 14.3 Work -- Access to:, ............ ....... ...... -- ................... 13.2 byothers.............................................................. 7 Changes in the .............................................. :....A0 Continuing the..................................................0-29 CONTRACTOR Mey Stop Work or Terminane............................................... 15.5 Coordination of, ................................................. 7.4 Cost of thc._.:......:....:...............................) 1.4-11:5 definition of............................. ..... .................. JA3 neglected by CONTRACTOR :..:.................... 13.14 otherWork:...........................................................7 OWNER. May Stop Work ............... _................)3.10 OWNER May Suspend Work ...................13.10,-I5.1 Related; Work at Site._ .............................._ T 1.7.3 Startingthe .................................. :.................... 2.4 Stepping by CONTRACTOR ........................ I....15.5 Stopping by OWNER .... ::....................... :.... 15.1-15.4 Variation and deviation authorized minor ........... 5.6 Work Change Directive — claims pursuant to.............................................JO.2 definition of ................. ................. ................... .44 principal references to......................3.5.3, 10.1-10.2 Written Amendment. - definition of ......:.....:.....................:................... 1.45 principal rcCcrcnccs to..............1.10, 3.5, 5.10,15.12, ................. .......¢.6.2, 6.8.2, 6.19, 10.1, 10.4, ..............._____.... II.Z III, 13.12:2, 14.7.2 Written Clarifications and lnterpretations................................... 3.6.3, 9.4, 9.11 Written Notice Required — by CONTRACTOR ............. :.............. 1.1, 9,10-9.11. by OWNER,,,,,,,,,,,;,,,,,,,, 9. 10-9.11, 10.4, 11.2, 13.14 xy EICDC OENFRAL CONDITIONS 1910-3 (1990 EDITION) w/ CITY OF FORT COLLMS MODIFICATIONS (REV 9/99) 0 11 ,xH (This page left blank intentionally) EICDC GENERAL CONninom igio-s (im EDMOI) w/ CITY OF FORT COLLINS MODMCAnONS (REV9199) GENERAL CONDMONS .ARTICLE 1-4)EFINITTONS Wherever used in them GeneralConditionsor in the other Contract Documents the following terms have the meanings mclicatal' which are -applicable to both the singular arel plural thereof 'l:l. Addenda -Written or gmplac instruments'issued ,prior to , the opening of, Bids ;which clarify, correct'' or change the Bidding Requirements or the Contract, Documents. .. 1.2, 9gregiment='1'hc:wrincn contract OWNER •.oral CONTRACTOR wvenrg'the Work to be performed; other Contract Documents are attached.to the. Agreement .and made a part thereof asprovided themim. 1:3, Apppplication for.Pa}mreM=Thc form Accepted �by ENGINEER which is to be used by CONTRACTOR in ,requesting progress or final payments and which is to be accompanied by such supporting documentation' as is r`4ired by the Comiact Documents.. 1.4. Asbestos —Any material that cocain more than me .percent asbestos and is friable or is releasing asbestos fibers into the Air Above current action levels esmhlished by the United - States Occupational Safety and Health. Admviistraiion. 1.5. Rid -The offeror proposal of the.bidder sulanitted on the prescribed form setting forth the pries for the Work _to be perlmrncd. 1.6. Bidding Documents -The advertisement or invitation to Bid, instracton s to bidders, the Bid faro, and the. proposed Can= Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Regrdrementc-Theadvertisement or invitation to Bid instrudions to bidders, and the Bid form. 1.8. Bonds —Performance and payment bonds and 'other instruments of security: 1.9. Change .Order --A document recommended by 'ENGINEER, which. is signed by CONTRACTOR. and. 'OWNER and out oriies on addition, deletion or revhsic i m .tie Work- or an adjustment in the Contract Priced the Contract Times, issued on or, after the Effective Dateofthe Agreement 1.10. Contract Domntents-The Agreement, Addenda - (which pertain to .the Contract Documents), CONTRACTOR's Bid (including documentation acmpanying the Bid end any post Bid documentation submitted prior to the Notice of Award) when Attached as an.extiibit to the Agreement, -the Notice to Proceed, the Bonds, these General Conditions, the Supplementary q Conditions,:the Specifications and the Drawings As the �EX=0ENERAL CONDITIOM 1910,8 (1990 Edtia) -%/UTY OF FORT(DW143MODIFICATIONS (REV 4f1000) 26 mid 6.27 end the paragraphs 4.21 .and 1.11. .Contract Price -The moneys payable by OWNER to CONTRACTORfor wmpleticn of the Work in accordance with'the Contract Documents as stated in the Agreement (subject to the .provisions of paragraph 11.9.1 in the case of Unit Rice Work).. 1.12. Contract Times —The numbers, of, days, or the: dates slatedin the. Agreement: , (n) to achieve Substantial Completion. and (ii) to complete the Work so that it is ready fm'fnal paymenttas evidenced by ENGINEER's. .written recommendation of final paymerd in accordance withpangrii b'I,I t3. 1.13.. COMRACTOR—The permrn,fmn ce corporation with whom OWNER has entered into the Agreement. 1.14.. defective —An adjective v the wad Work refers to Work that or deficient in that it does: not a @ll paragraph 14.8 or 14.10) 1,15,-Dmrvings-The drawings which show the scope, extent and.chamcter of the Wak'to befurnishedand performed by •.CONTRACTOR and which have been prepared a approved by ENGINEERandare referred to' in the Contract Documents. Shop drawings arenot Drawings as m defined. 1.16.. Efective Date ,of the Agmement-The date indicated in the Agreement on which it becomes effective, but if nu suchdate is indicated it means the dntean which the Agreement is sibmed and delivered by the List of the two parties to sign end deliver: 1.17 ENGINEER —The person, firm or corporation 'named as such in the Agreement. 1.18, 'ENGINEE's ;Corsidtant—A person, firm or corporation having a contract with ENGINEER to furnish .services as ENGINEER's independerd professional associate or consultant with respect to the project And who is identified as such in the Supplementary Conditions. 1.19. Field .Order —A written -order issued by ENGINEER which orders minor changes in the. Work in accordance with paragraph9.5 but which dots not involve a chame'in the Coinrl. Rinse of the Contract Times. 0 • 0 PJ LM_GeneTl Requirements Sections of Division I of ,if the Speer ications. 1.21. Hazanimis Waste -The term Hazardous Wage shall :havvethe mcanirj prodded in -Section 1004 of the Solid ,Waste Disposal Act (42,tJSC'Seai6o 6903) 'ii.� amended from time to time. 1. 1 2 2.a. Laws and Regulation; - L"s or Regulations -Any. and A applicable laws, ordinances, codes and orders of any and •all governmental bodics. 1.22.b., Lezal lloftnlays-shall be those holidays observed bythe Cimof FmCnIlins, 1,23; Liehs-Lide; charges, security interests or CTICUMbrimccs upon real property or personal property. 1 24: Aldesrone--A principal event specified ,ins the Contract Docitincitts mlitint'll; to an intermediate completati ICIME or time prier to Substantial Completion 'of all the work. 1.25, Mod", ofAward-A written notice I by OWNER to the apparent successful bidder stating that upon compliancc pparcht:'suc&cssful bidder with the crinditioxii P, Iriumm"ted1liencin, within,thic iinicApeciricii, OWNER will sign and deliver the Agreerment, 1.26. Arodoe to Pimeed-A written notice given 'by. OWNER to CONTRACTOR (with a eopyto ENGINEER) -fitg the date on whichthe Contact tTimeswill . crim to run and on whichCONTRACTOR shall start to perform 'CONTRACTORS obligations unda the Contract Documents. -1,27. O"ER-The public -body, -or authority, iocipouration, association, finat or person with whorn CONTRACTOR hiis entered into'the Agreemer! and far, .whom the Work is to W provided 1.28. Partial Utiliz4fion-Use by OWNM of �a substantially completed part of the Work' for the purpose for which.it is intended (c;r,a related purpose) prior to iSubstantial Conifttionol'all the WorlL 1.29, PCBs-Polychlorinatedbiphenyls. 130. Petrokim-Petroleum, including mde oil a any "etion thereof which is h4tiid at sumdard conditions of tem - ' and pressure . ( - F eit and 14, pounds . - . are in absolute), I such as oil, leurn, fuel oil, 0 "sludge, oil re ine. kerosene :and bit mired with other '-Ila dousWa 'and crude bils. 1.31. Project -The total construction otwhich'the Work to be providod under the Contract Documents may be the whole.a a part as indicated elsewhere in the Contiact' Documents. 1.32.a. Radioac fite Alatepial-Souirce, special. nuclear; or `byproduct material is defined by thi Atomic Efiergy'Act of, EX)CO3,MLCbMOM1910,8, (19908diUm)M waiYoFi6kT0LLIMMODIFICATIONS (I1 LEV412000) 0 11954 (42 USC Section 20111 el seq.) as amended from time to time. 1.32.N R I ekidar Woikivz Hows-Regulsr working . hours we defined as T00arn to 600pin unless `otherwise mecifiod in the General Requirements. 1133. Resident Project Reprosenrative-The authorized representativc of ENGINEERwho may be assigned to the site droypialthereof 134. SImples-Physicial examples of . materials, equipment, or . wdrkmi-onshi that are, re , presenuitive-,6f some portion :of. the I and which establish the standards by which such portico, of the Work will,be Ju4a 1.35. Sh4 DAMni.e-All dmwi4% diagrams, schedules and other data -or infomiution which me specificall prepared or assembled by or,Jor. CONTRACtOR.submittial by CONTRACTOR to illdqtiiti's'3miOni6iiofth6-Work. ' ' - .1.36. SpecUlcations-Thosc portions of the.Contmet Documents consisting of written technical descri I ons of oun"Is,64uipment, construction systems, atan= mid workmanship a.s,applied ,fo,'thcI Wadc and certain edmimi!irirtivi details applicable thacto, h�37 �16can o individual, firm or corporation . 1: 'art-: thCONTPACTORorwithany So an ac 5% 6rmsri6e of a part of the Week at di site: to, far th lied 1.39. Supplementary Cmdafon's-Thc part of the Contract Documents whi6h, amends or supplements dim Girvinal Conditions: 1.40., S*pher_A marnifficturer, firbricator, supplier, distributor, materialmah or vendor having a direct contract .with CONTRACTOR in '.with' any Subeartractor to furmish materials or equipment to be moor ' poratid-in the Work by CONTRACTOR or my Subcontractor. 1.41 Undergmmd.F4cililies-Ail.oip_clim% conduits. duc,Z cables' wire, manholes, vaults, timilca,tutimils or other such facilities or atlachmems, and any cricasoments containing'such facilities which have' instilled' underground to furnish any of the following services,or • 11 403.01 HMA Grading SX - Parking Lot Overlay Ton 0 $69.10 $0.00 403.02 HMA Grading SX- Basketball Cola) Ton 0 $78.20 $0.00 403.03 HMA Grading SX Ton 500 $62.93 $31,465.00 403.04 HMA Grading S. 64-28 Modified Binder Ton 23,000 $64.70 $1,488,100.00 403.05 HMA-Grading S, 64-22 Binder Ton 30.000 $58.42 $1.752,600.00 403.06 HMA Grading SG Ton 3,000 $53.68 $161.025.30 403.07 HMA S 75M 00 Hand Patching - Remove B Replace Ton 1,500 $113.85 $170.775.00 403.08 HMA SG 751100 Hand Patching a 10" Remove B Replace Ton 300 $113.85 $34.155.00 403.09 HMA Paver Patching - Remove B Replace Ton 600 $96.26 $57.753.00 403.10 HMA - Grading SX, 58-28 Binder (20% RAP) Ton 300 $63.18 $18,954.00 403.11 HMA-Grading S, 58-28 Binder (20%RAP) Ton 1,500 $58.67 $98,005.00 403.12 HMA Leveling 1 To 100 Tons Ton 100 $87.98 $8.797.50 403.13 HMA Leveling 101 to 250 Ton 250 $77.63 $19.406.25 403.14 HMA Leveling 250 and Greater Ton 251 $67.28 $16,886.03 403.15 HMA - Speed Humps BY 100 $37.26 $3,726.00 420.01 Geuledile Pamng Fabric BY 20.000 $1 GO $32,085.00 420.02 Glass Grid "511-50 to 500 BY 50 $18.11 $905.63 420.03 Glass Grid #8511-501 to 1500 BY 501 $10.04 $5,029.79 420.04 Glass Grid #8511 -1501 and Greater BY 1,501 $8.80 $13,205.05 420.05 Tn Pave Fabric 50 to 500 SY 50 $5.69 $284.63 420.06 Tru-Pave Fabric 501-1500 SY 501 $4.66 $2.333.41 420.07 Tru-Pave Fabric 1501 and Greater SY 1,501 $3.16 $4,738.28 630.01 Construction Zone Traffic Control Percent 1 6.69% $ 334.686.33 630.02 Additional Variable Message Board Per Each/Per Day 8 $158.31 $1.266.48 630.03 Additional Flagging Haw 50 $24.81 $1,240.50 630.04 Night Mrk up -charge Per NightN rked 1 $1,000.00 $1,000.1X1 T0TALS S 5,192,252.8.5 Si®ed C." Phone/Fan Check One: Individual Doing titaness in Companry Name Dollnn aad IN ADDITION TO THE BID SCHEDULE PRICES FOR EACH MIX DESIGN LISTED ABOVE, VENDORS MUST SUBMIT THE FOLLOWNG COSTS FOR THE 2014 ASPHALT OVERLAY CONTRACT Asphah Cene.UG 58-28) $ /fON Asphah Cemers(PG td-22) E /pON Aspluk Cervot(PG 64-28) $ ?ON Note: It Is the Intention of the 2014 Asphalt Overlay Contract Renewal# 7222 that the above prices for Asphalt Cern nt are locked in and to remain the sane Until final acceptance of the vork perfumed under the M14 Asphalt Overlay Contract Renewal Is achieved and retalnage Is released at Une closing of the contract. .materials; electricity, gases, steam, :liquid petroleum pioducis,. telephone or other canmunications, cable. 'television, sewage anddrainageremoval, traffic or other .control systems or water - IAI Utnt Ptice Work —'Work to Wpaid fm'm the ,bagis: of unit prices. 1.43. Work -The entire completed construction or the various separately identifiable parts, thereof required tobe Curnished under the Contract Documents. Work includes and is the ralrli of pe forming of finishing laborand funishing and incorpnmtlrg matenals-and equipment into the construction, and perfonnins or furnishing services and fnnishing .docuineats, all-as'required by the Contract Documents: 1.45. Written Arn n&wnt—A written amendment of the Contract .Dommemts, ,signed 'by OWNER and CONTRACTOR onor.after the Effective Date of the. Agreement'and normally dcalirfg with the nonengm.cerm- or .nontechnical rather than' strictly construction -related +aspi;ts of the Contract Documents. ' .ARTICLE 2—PREIDa, NARY MATTERS Delhre ofBonth 11.. When CONTRACTOR delivers the "executed Agreements to :OWNER CONTRACTOR .shall also .deliver to OWNER such Bonds as CONTRACTOR may be required to furmsh in accordance with paragraph 5: i_. Copies of Docvinents. 22. OWNER shall furnish to'CONTRACTOR up to ten copies (unless mhuwise specified in the Supplementary Corxlaioas) of the Contract Documents: as are reasonably necessary far the'eecNaicn of the Work. Additional copies will be famished, upon request; et the mil of reproduction. Commencement of Contract Times; Notice to Proceed 23. The Contract Tana will "commence to run'on the thirtieth day after the Effective Date of the Agreement,'ar, •E14DCOENMAL CONDIT10M 1910S (1"0 EM01) :w/CftYOi: F0RfC0dIMM0DIFICATI0NS (iEV4t2o0a) 'if a Notice to Proceed is given, on the flay indicated in the Notice to Proceed. A Notice to Proceed may be given at my time within thirty days atter.thc Effective Date of the Agreement - - the n.._...,._. Ti_e... semmense-40-inn-1 - 0f-F3tdopenittgoMhrthitiieth-day-efler-theEffeo[iveAete' ofthr.4greemeri4 whichever-dateyscuelier. Martingthe Work: 2.4. CONTRACTOR shall.swrl to perform .the `Work on the date' when-the,Cortrad Timescommence to run,. but no Work sluill be Anne ar'.tne site prior'tothe date on which the Contract Times commence to run Befere_-yawing Construction: each pan .of the. Work, Ilv studv+arnd compare the .shall obtam a written. intermetation or error, ambiguity or discrepancy, in Documcias, unless CONTRACTOR knew 2.6. Within ten driyyss;after the Effectivc Dare of the - Agreement'(unless othcrwisespecificd in the'General Requirments); CONTRACTOR .shall submit to ENGINEER Cor review: 2.6.1. a, preliminary progress .schedule indicating' the titres (numbers of days or datesfor starling and completing the various stages of the work. including any Milestones specifiedin the Contract Documents; - 2:62. a preliminary schedule of Shop.Drawing and Samplc, submiaals 'which will list each required submittal and the, times for submitting. revietvug and processing such submittal; :2621 In no case will a -schedule k>e. aceeotable w"j allows. less than 21_calendar hlvs for each review by linameer. 2.6.3. A' preliminary .schedule of values fw.eil of the Wort: which will include quantities,arcl prices; of items aggregating, the, Contract Price and will, subdivide the Work into component parli in sugicreint. detail to serve as the' basis Cor Progess payments during construction Such prices will include an appropnote'amount of overhead and piofit applicable to each item of Work. 2.7. ,Before '.any. Work- .at the site is, started, CONTRACTOR cad,GkW ihall ea& deliver to the etlievWami ed in !be OWNER� with" copies to seek-eddikienel—auarad ENGINEER." 0 • 0 certificates of insurance (and other evidence of instmee Faques , w4uested by OWNERI Which I -a to m required �� 9 accordance- with to purchase an�p' 11 ar fteconstrisdion Conference I 1-id-fly Acceptable Schedules. 0 ARTICLE 3—CONTRACT DOCUMENTS: INTEN7, AMENDINGiREUSE intent 3.1. The Contract Documents cornprise the entire between OWN CONTRACTOR coireraor be' 'E" and 0 W.rI_ The 10o ct Doauncnis ere what '�Ij t M for me ts b 7 .11 T ,called NWy - D. construed`in accordmoc with the law of the place -of the Project. 3.2. It is the intent of the -Contract Do crds to 4 EXDC MERAL CONDMOM 1910-8 (1990 Edtion) vv afyo.Fj.'6kT(AL.LimMbDincA-no?4i(al:V4120DO) 0 describe to be i shall contratt that'May !Its used .to paragraph 9.4. 3.3. Reference to Standards and Sjaecifiwdons of Technical 'Soiiefies; R(pvrftng and Raohing: Dzwx"4d= - Mean cin the Effa no •Bids), i stated in the 3.3:3. Except as otherwise specifically stated in the Contract Documents' 6r 'as may be liiovided by amendment a supplement thereto issued by, one of the methods indicated in paragraph 33 or .3'6. ft provisions I I the Contract I Documents I shall, tak I o precedence in resohiing my cordI4 error. ambiguity or dikrFpar'" between the proyWasis of the Contract Documcnts and: 3.3.3.1. the provisions of Smy such standard, specification, manual, oadc or inmetion (whetheir- o . -pec iif rricls I mlly'incaporatod by relevence in the Contract Documents); or 3.3.3.2. the provisions, of any such Lam or. 3.5.3. a Work Change Directive (pursuant to, Rc&laticiiis applicable to the kifiannan6e of the, pafiaigmphilo'q. Work (unless' such an interpretation of the provisions of the Contract Documents would result 3.6. In'addition, the requirements of the'dontract in violationo(such Lew of Rcguletion). Documents may be supplemented, and minor variations and deviatioi-9 in'the Work ihiy be.rnalmfi2ed in one 6i more of the' following ways: 3A. Whenever in the Commot Documents the terms "as onddred". 'as diroctod", "as roquired', "as allowed"; "as -approved" or terms of like effect or import an used, or the adjectives "reasonable". 'ixiitable', "acceptable!. "proper' or "satisfactory' or bdjcctiiLs of like effect or import are ,used t o I describe a . re I qu . ffement. dg'wioj% review or jtidgment of ENGINEER as to the Work, it is intended that .inch rcouiremem directi6n. review -or iudwent will be M a SpecJUC rnen statet.tWICULIng 01110rW15c). Lne use 01 any'stichteen I or I a 11 dj cc 1. riveshall no t be effective I ffective 1 1. . o assign to ENGINEER arty; th duty or authority to supervise ervise a direct the f4rniihing m F�rfbrmancc of the Work or any duty or authority to undertake .responsibility contrary to the provisions of paragraph 9. r provision of the ,ContrdctDoc m'Cms. AntendingandSapplemotting ConfnrdDocuirienls: 15, The Contma Documents maybe amended to provide for additions, deletions and revisions in the Work ,or to modify the terms and conditions thereof in one or more of the'fbllowirig ways a(brairdWrittertAmendmeir, 3.5.2. a Change Order (purstiant to paragraph 10:4), .or EXIDCUENMALCONDMOM 1910,80MEdtim) W/aTYOiFORT COLIINSMOI)InCA11ONS(REV4t2QOO) 3.6.1. A Field Order (pursuant to paragraph 9.51 3.6.2: ENGINEER's approval of a Shop Drawing cr Sim6lc (Ininirimit to Oar ... agraois; 6.26 and 6.27),'or 3.6.3. ENGINEERs written, interpretation or clarifloition (primant,to paragraph 9.4): Reirse ofDacumenis: 13.7: 'CONTRACTOR. and any Subcontrawtor- ca- written verification or adaptation by ENG1NhhK: ARTICLE 4—AVAMMILITY OF LANDS; SU&SURFACE, AND PHYSICAL CONDITIONS; REFERENCE POINTS Aviiilabiqfy of Lands: 4.1. OWNER shall far the the Work. Easements for mancit changes in exiitirig I paid far by OWNER unless Contract Documents: If TER, me unable to agree on in the Contra& Price or the'Contrict Timm as a result of .any delay in OWNER's furnishing these lands, fightsof- say or easements, CONTRACTOR may make'a claim therefor is provided in Ariclm.11 and 12. 5 0 0 11 CONTRACTOR. shall provide for, all additional lands and ifece!ci tivirkcia that may be required fc(r' iempciary construction facilities or stave of materials and equipment. 4.2. %ibsuiface,aidPhymcaIC6n&tions 4.2. 1: Reports and DriOrgs: Reference is made to the Supplemrntary.Condilions CoridentCualion of: 4.2.13. SubstrafaceXonclitims: Those reports of ci'plciisiticrcs i6d tests of subsurface caullitionslat or contiguous to the site that have been-ofilizad by ENGINEER in preparing the.Contract Documents; and 4.2.1.2. PlotiivatConaifioncr: Those drawings of physical conditionsm—ce relating to misting -isarfs o a subsurface sumcnires at a contiguous, to the site (c:xcept Underground, Facilities) that have been utilized by lENGRiEER'in'prrpar4ij the.Pointract Doci e'nis-.. 4.111; the completeness of such repom and drawings 'for COWRACTOR's purposm irsclucfing,,but'fiot limited to, any inspects of she' in "m meth6clis ' icchmqucs, sequences":arid prom"es'of.constriccuors to be employed by CONTRACTOR' am] safety precautions and programs' incident thereto; or 4 ' .21.2., other data, irazrpretations; opinions and informatis5ricontained insuch reports orshown a indicated insuch drawings, or 4.2.2.3., any CONTRACTOR interpretistiort of, or ii,criclusion drown� from imy'"tectmical data' or ' ah 'djla, interpretalicins; 'sipifiions� a i cl sat�, ostation. 4.2.3. Notice of Differing isibmq?am or 'Physical Cai&tiaiiIf,'CONTRACTOR7, bclicvca that any subsurface or physcal mnditicri et a contiguous to site 'that is ismoviined a revealed either: 4.23.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is emitted to rely as provided paragraphs 4.2.1 and 4.2.2 is materially inaccurate,' or 4.23.2. is -of -such a issiturc,as to require.a change in the Contmet Documents, or 4.2.33. differs materially fircen that shown a MIXG]EIMLALCONIX110M 191040990661iM) W/Cliy()FFORT OOLLlMM6DiF7CATIOIS.(REV 4f2OW) 40 inclicatcd in the Contract Documents, or A.2.3. 4. is of an,urrususil nature, and differs materially. ri ' ally from coralitions ordinarily encountered arid g tall ` i ' ' ,�d, inl�t in wdik 'of thii , y MCOST11 as character ided, for in the Contract Docmaacntlnsr'�Y 4.2.4. , ENGIMEER's Reiiew.- ENGINEER will Promptly rcvic%vxthe pertinem,saiditions, determine thc iieccssity of OWNER's obtairmallidditicafal exploration cur tests with respect _, tI therej, o , and radvi&e!OWNER in wt�itiftg� . pec (,;Zh�., -copy 6 ;CONTRACTOR) of 'ENGWEER's '.findings � and conclusions. A.2.5. Possible Conimet Docurientr Charge: if ENGINEER 666chicks that a chingeIrT the Contract Docrumartsis-re "isdasaresidtofficonditirm-th that meets . s , ,qua one or more 6fifii categories in kagraph,4.2.3, nVork Change D . - wwuve:a 2 Chang ,e,Ordcrwill be issued as provided 'in Article 10 to reflect and 'document - thi. :;consequences of such charge.. - " 4.2.6. Passibk, Pfice' and 'Imes A4yuvM . wras: An ,equitable. adjustment- in the Contract, Prim or: in the Contract Timm or both: will be allowed to the enent that, the aisteh6c of 'such- at'ie-ried.cir condition craism an inermsea. deorease'iti CONTRACTORs obst of. a time required for perfarnance'sit, the Work; stdlject, however, to the follcisving: A.2.6. 1. such condition must meet any one or, more of the categories described' one; Tiusigraphs 4.23.1 through 4.2.3.4, inc hive; '491.6.2. a chave in the Contract Doccuments• pursuant to paragraph 4.2.5 will not be an aiiWinkic authdriz;atices of rpr a -condition preoedaitlo entitlement to any sudtadjustment;" 4.163 with respect to Work that is paid for ciab Unit Price Be sa, my adjustment *in Ccxutracl Price cc will be.- subject to the limvisions or paragraphs 9.10 and 11.9;und 4.2.6.4. CONTRACTOR shall not be entitled to any.adjusLinerst in -the Contract Prim a Timm 4.2.'6.4.1. CONTRACTOR knew of the existaim. of such conditions at the, time 'CONTRACTOR made a, 'final ournmatmen "CONTRACTOR I to OWNER in impect of Contract Prim and Castria - or I Timm by the submission of a bid or becoming bound tr d ra negotiated conVacl; or 4.2.6.4.2. the existence of such condition ;could reasonably- hive .been discovered orrevealedas'a result of my eamination,: irivestiliation, 6� 16rauon, test or study of the site .and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by cr for CONTRACTOR ynor to CONTRACTOR's making such fuiirl commitment; or. 4.26.43. CONTRACTOR failed to give the wrnhca notice within the time and as required by;faregrsph'4.2.3. If OWNERand CONTRACTOR are unable to. agree on entitlement to a zc to the amount a length of any such egquitable'edjusment in die Contract Price or Ci6mmet Tnmes, In claim may A6 omde therefor es provided in Articles I l and 12 However, OWNER, FNGTNFF.R and FNGINEER'i Consuliants shall not be liable to CONTRACTOR for any claims; cost% losses or damages eusuained by CONTRACTOR on or in connection with any other pigcct er anticipated project 4.3. P6rsical eonrlifions Underground Facilities: '4:3.1. Shown or lndeated• The information and data siown or mdicated'in.the Contract Documents with respect is exuesit s based oni Fiiatiocs' at es contguous to the site is 1>ascd on informaticxi and data furnished to OWNER -orFNGiNEER by theownem of such Underground Facilities "or by others.. Unless'it is othe6vim expressly -provided in the Supplementay :Conditions: 4.3.1:1. OWNER and ENGINEER shall not be responsible for the accuracy a completeness of any such information'ordata; and 4.3.1.2: The cost of all of the following will be inchided in the Contract Price and CONTRACTOR the as any 4.3.2r Not Shown or IndicatM. If an Underground Facility, is uncovered or revealed at or contiguous to the site ivhicb 'was riot shown .or indicated in the or performing any Work in in an emergency as r identify the owner of sit 'EKOCOh'Nmv.L coNDrnorrs l9io s am EAdw) .vdaTy OF FORTcoW Id motimCAl'1ONS (REV 411000) the if is required, a Work- Change Directive or a kr.wdl beissued as provided in Article 10' provided shell may be mid that CONTRACTOR did not know, of and could not reasonably Have been ��ppccccted to beaware of or. tohaveanticipated_11 ICOWNER'eiid CONTRACTOR are un11 able to agree on entitlement to or the amount or length of any such adjustment in Cantrsct'Pricc,or CbRractTimes, CONTRACTOR may make a claim - therefor .as provided in Articles I l and 12. However, OWNER; ENGINEER ' and ENGINEER's Caiisultants shallnot be liable to CONTRACTOR for tiny claims„ casts, losiei: or damages 'incuired or sustained by CONTRACTOR'. on orin,connection with any.other project or anticipated pro' Reference Pointe 4A. 'OWNER shall provide engineering surveys to establish reference ;points for construction which in I:NGINEER's judgment .are necessary to enable CONTRACTOR to proceed with tie Work. CONTRACTOR shaill be responsible for inking out the'l Work. shall_ protect and preserve the established reference points and shall make no changes or rclocatioha tvithoot the prior written approval of OWNER. CONTRACTOR 'shall report, to'ETIGINEERwhenever any reference point is'lost or destroyed or requires relocation because of rrec6sary chin in grails or Iorntions; and shall In responsible for the accurate replacement or. relocation of such reference points ,by. profestianapy qualified 4.5. Asbeifas, PM, Peu'uleum, llar "s.114", or Radiwaclim bfattnaf: 4 5 d. OWNER shalt .be responsible for any Asbeatos ;PCBs. Petroleum, Illanrdous' Waste or Radioactive Material uncovered or revealed at the. site, which was not shmvn,dr indicated irti Dmwings.'or: Specifications or identified in the _ Contract Documents, to be within the scope of the Work and which may present a'substantial danger to Itersais or prooppeerty exposed thereto in connection with the Work. atlhu" ate: -OWNER. shall riot be,responsble' for, any such materials Nought to 'they. •site by CONTRACTOR Sub contractors, Suppliers a anyone am for whom CONTRACTOR is' res)onsible. 7 C� 0 0 0 EXI)CUENDLAL CONDITIONS 19105 (1990 E(litim) a16iYoFicxkTcoLtIM' MbDIRCAMOM(uSV4120010), 0 'ARTICLE $--BONDS AND INSURANCE, Perfarrasnar, Payment and Other Boack 51.., lf,the surety, on any Bond furnished by CONTRACTOR* declared a bankrupt or becomes; insolvent or its ri& to do business is testainated in',arhy state wherc'ap_y part of the project is lc;Eitcd oi:h oto 'meet the requirements of paragraph 5.1,-CONTRACTOR shall within ten days thereafter'suibstitute another Bond, and surety, both of which must be acc"ble t601AIN6R: 5.3. LicensedSurefier and Insurers; Cerfificates of Insurance.; Bonds and, insurance, roquired,by the lumcnj�b Iand TaaAa=d e purchased or CONTRACTOR obtained CON TRACTOR's Liabilio Inwiviia. 5A CONTRACTOR shall purchase and maintain such It from of the any of the WorIC, or by anyone for whose acts any of them ,may be liable:- 5.4.1claims underworkeri'wmpcnsation, disability [)Cnefits and after similar cmpl6yce benefit acts; 5.4.2 claims for damages because, of bodiLinjury, o�paticmd sickness ness disease, or th of �coNTPAc-roR,s—=pioye&, 5.4.3. claims lisr,darnages, becaruse.of bodily injury, sickness or discaoz, or death of any person other than CONTR�kCTPR`s employees; Icuy M. Mae 9151--Biftd!, M 2 'OR SS HS111 I g P--ea-- Df-such niisAn TA; 5*4.5. claims lbr,damagm rider than to the Work 'itself because of injury to,cr desnction'6f tangible froperty wherever located, indudinil loss.6f use rmlttng therefroarr'and 5.4.6. claims for danmges because of badly injury or death of any person or property damage arising out of thi:'ownership, maintenance or usc'of smy,motor 4ehicle. The policies of insurance so required by, this pahgraph 5.4 40 be purclutised and maintained shall: additional insureds: 5.4.8. include the specific coverages and be written for nbf less than the limitsbf liability provided in the Supplementary (26hditrom or required by Lim or Regulations, whichever is Straw, SAA include completed operations insurance;. EXVCGENEKAL CONDIMOM 1910-9 (1990 EWm) W/ UTY OF FORT MUINS MODIFICAMM (REV 420000 5.4.10. inclLilie cohluactilal liability insurance covering CONTRACTOWs indemnity obligations under para -phs6.12,6A6rmd631 duough6.33; 5A.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR May be connecting. removing or replacing vlefective'Wcak in accordance with. paragraph 13.12; and two. final to OWNER and any such at final payment and one year them OIVAER'sLiabifity Insmratce*.- 5.5. In addition to insxuance required to be provided by CONTRACTOR under pamgmph5.4. OWNER. at OWI,MKs option, may purchase and mair6bi at OWNERVexpense OVAqER's own liability iri%warioejai will protect , OWNER against claims which may arse from operations order the Contract Documents. Property lawnutce., Condit, I I—P se a , rad-7maintain RM-p-h- �-M- Sup . .64--include-41te-4demsts, of OWNER, GGNTR A OR SAGM4661 PTGFPA�ER had ce,ch-of-whom-m-deemed-to mrdskatgbalistedasmtuvsurad�edditiorel surged; 3G�=be-writes-wre-Buildds-Risk=ell-ilsk-- or 0P I an p6h . 4 . 4 EO I eial 64H '404. VEA t-HIFEMP. 0 0 0 soverege-theft-vandalism-nsd-melicieus-inischiaC: _.e spee6-U 41 i...... h .. ..:. 56:3.-inelulk-eipenses-irriu`eA-in-lhe-repay-or replacement'of:n-inwreChM. ". �Y;i�nduding-tiu6rcd ... _.. _ems_ ,eiohiteoLs); i a e• cgccen¢nu.co+anoNs 9 osassoe6Gm) 10' ni aTY of FORT NLLItd MoDF7cATiot1 MW 4/2000) 0 mamorvoma6-44ho-W%""h"ite OWNER droll-m 20 .._ ._ egai -�114- 9� toonvea all Ua�fiu.f-dveciors.-employees-und ge rt�-oC-uny-of. iaznr'for: . of-use-er-olha-aurLtieiryentm}-Iea-eiYendirig t»yond-Jvesi-physisnl-lossr,;x:.Mmnga=w ecisiiigoutoC-or-rastihvig-flan-firootahe!-peiil; whelhe_r-oi-na4izavreiF,by1IIW®i�l . RIG4JEagainstJGn A R;q G�RA6TOR-MqjhFIojS AI-dri ltrackirS. Receipt and Appficatlan of Insurance Proceeds, 5.12. Any irih" loss under the policies of insurance required bypamgapds5.6 and 5.7 will be adjusted with OWNER alai mede,payable to OWNER as fiduciary, forthe insureds. as then'^interests may 'appear, subject to the. requirements of am"ripplicable-mortgege clause: and of paragaph; 5.13 OWNER shall deposit *in a .separate accotmt any money,so received, and shall distribute it in accordance with. such agreement as the.,partin in interest ,may reach. If no, otherspecial agreement. is reached the damaged Work shall be repaired or replaced, the maicys so received applied on account thereof end the Workrard the. cost 'thercot' covered liv an arr6m riatc'Chanee Oidcr or Acceptance of Bonds sad Insuiviice; Option to Replace: Partial UOG7ntion-Propedy Insurance: 5.15. If OWNER fads -it necessary to occupy or use: a. .portion' or portions of the Work :prior to Substantial EKDCCENERAL CONUTIOM 191"(1990 EMM) w(UTY OF FORT WIAAM MOOIFICATIOM MEV42000) Cornpletion of all the Work, such use or pagipacy may be accomplished in accordance with para`g iph 14.10;. raovided that no use w:occuaanicv shall -commence g the 'property insuranceshall cor Sent on the, policy or policies, but the e shall not be cancelled or permitted to of any such pariah use or occupancy. ARTICLE 6—COINTRACTORS RESPONSIMUTIFS Supervision and Saperintendennce: 6.1. CONTRACTOR :shall supervise, inspecl and direct the Work competently and efficiently, de- Ins such attentioii thereto and applying 'such shills rind expertise as may Ibe neccssary'to perform the Wail:. in .accordance with the Contract Documents. CONTRACTOR shall be solely responsible Tor the means,. methods, techniques,sequences and .procedures -of COnStNdion, but CONTRACTOR shall not be responsiblc, 'for the negligeiicc of others 6 the design or specification of a:specific means,, method,: technique.: sequence or procedure of ccrstruclion which is shown n indicated. in and expressly required by the Contract D6manismi. CONTRACTOR' shall be responsible to 'sec'that the 'completed Work complies accurately wilh7the Contract Documents. 6,2.. 'CONTRACTOR shall keep'on.the Work at all times during' its progress 'a competcmresident supei'imendent, who shall not be replaced without written' notice- to OWNER and ENGINEER empt under CONTRACTOR'S representative at the site anil'shall have. authority to ad on 'behtdf. of CONTRACTOR All 'communications to the superintendent, Shall be as binding as ifgiven to CONTRACTOR Labor; itlaterials and Equipment• 63. ;CONTRACTOR shall, provide .competent, .suitably qualified personnel to survey, ,lay out .and construct the,, Work as. :requite d by the Contract, Documents. CONTRACTOR shall at all times maintain good disc r line and order at site Except' as otheiwiu, requved fothc. urdy pr protection of persona or the Wort: or property at the site or adjacent thereto, aid eticept u otherwise indicated in the Contract Documents, 'all`Work at the, site shall be perfoinned during regular working hours • and CONTRACTOR will not permit overtime work of the pafomtance of Work on Saturday, 0 0 6A. Unless otherwise specjfi,cd in the GeneralR64 I uireffic I ms, CONTRACTOR shall furnish iind assume full responsibility for all materials;,.cquipmcnt, labor, transportation. omistrucion equipment and machinery tools.' appfianca fuel, power, light, heat, telephone, water; kaiihmy � faciin I . rem , 'Mr'y facilities -and -Ill other facilitiesand'incidentsEmnecessary for the fuinishing. perforintince,teitin& Stiut-Up and completion of the Work: 6.74 Pt;A_ I Resicti= CONTRACTOR us gv,me City's purchasing restrictions A copy of the:resolutions are available for review in the offices --of the 'Purchasing. Risk -Mmingenlent -Division or the City Clerk 614.2. Cement R cti mis; City -of Fort Collins; Resolution 91�=�sthg Smandm-,ucers' .mentmctsEa'm=imt to ceTtily that the cement was not made r in cement kilns that,burn hnmulousivastc as a fucL 'Progress ScheAde.- 6.6. CONTRACTOR shall 'adhere, to the progress schedule established in accordance with pirairaph 2:9 as it maybe adjusted from time to time us provided below: .6.6.1. CONTRACTOR shall submit to ENGJNEER� for acceptan6e (to the mimi indicated in parwiapfi2,9) proposed 'adjustmemIsIn thi-progress whWe'that,will not change the Contm& Times (w Mlistche). Such adjustiiejiswifl'c6dormgenerally to the progress schedule then in effect and additionally `will comply with any jTovisiods 'of the'Gerveral Retluireinentsapplicaibletheret6. ' 6.6.2: proposed adjustments in theprogress schedule that will charge the Contract Time;'(or Mlestone]s)' slafll be submitted in accoidan6e with the requirements of parilgiaph'12.1. Such ndjii�ents may only be made by , a Change 6r& or written Amendment in acciordan6&with Article 12. 6.7. SWbstitutaand "qr-Equid" Iterns 6.7.1. Whenevez- an item of material or equipment is specified or descinibed in the Contract Documcnts.by using the mine of a proprietary item or the nax . ae of a particular. Supplier, the speciriiiation or descripti6n -'is intended to establish the type, forictibn�amd quality requirO. Unlen'the specificatim' or* &s4ilmon 12 PqDqq ' 0 ONDITIOM 1910-8 (1990 EAtim) W aTY OF FORT COLUM N161)1F1 CAMM (REV 4/2000) 0 contains "or is followed bywords reAdirg thatno.like. equivalent or . I ;or -equal" item or . n I o w1ititutimi is, permitted,,other,itcrus of material.w.equipinen t,cr material or equipment of other'Suppliers,may be a&ciptci] _by7 ENGINEER under the 'following, circumkatogs SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed u n LJ by dlq .resulting chartgeq all Pf which. will he considered by ENGINEER m evaluating the proposed substitute, ENGINEER may reyuue CONTRACTOR to furnish additional dater xbo ct the proposed substitute. 6.7.1.3.,CONTRACTOR'sr• ,pmu:,.All data to be provided by CONTRACTOR `im suppori, of any. proposed 'or -equal" or substitute item will be at CONTRACTORSs expense. 6.72. 5ubsfitate Constrildion dledrods or Procedures: If a specific means, method; technique,, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish ar utiiirc'a substitute means; method, techruque, 'sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER,in FiNGINEER's'.sole discretion, to, determine drat the substitute proposed is equivalent, to that expressly called "for by the Contmet' Documents., The procedt rc for review by: ENGINEER will In similar to that provided in mbparagmpK6.7.1 2. �6.7.3 Engineer's Evaluation: ENGINEER will be allowed -a rmsonablerime %6di_in which 6cvaluatc each proposal or subiniftal snails puisoaid to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability.. No "or I' or suhsiimte will be ordered, installed or ulilind without 1 uy;caner a utange to Drewirig. OWNE] 4CTOR 'to fumish at a scecial uerformance CONTRACTOR shall perform not less than 20. percent of the Work with its own forces (that is. wrdroufsubeontmetuail. The 20 percent reauiremenl shall understood lo5eferlo the Wokihe value'of which totals -not less than20 percent of. the Contract Prim. 6:8.2. 1114h"uppkmentary-Conditions Biddine Documents require the -identity of certain date prior to the or obigation in or -ENGINEER to w ,evaluating substitutes proposed or ',subinitted by 69. CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 'rind in melting 'chahges in the :Contract 6.9.1. CONTRACTOR shall be fully responsible to Documents (or in the provisions of any other direct OWNER and ENGINEER for all ace and omissions; comract with 'OWNE_R for work on the Project) of the Subcontractors, Suppliers'and other persons, .occasioned thereby. Whether or not ENGINEER, and organizations performing or furnishing any;of the :accepts a substitute item so proposed or submitted by Wore: - under a dues or indirect contract with ',CONTRACTOR, CONTRACTOR shall reimburse CONTRACTOR just as -CONTRACTOR is DOWNER. for the clruges of ENGINEER and responsible for CONTRACTOR's ;own acts and ENGINEER's Consultants forevaluating each such onnsnons. Nothing in;the Contract Documents "I] .proposed substitute item. - create To the benefit of my such Sub6antractor, Supplies o other person "or oiza rgantion any 68. Conceming Subeentmetws, .;Suppliers and 'contractual relationship between OWNER or Others.-' ENGINEER mid any: such Subc.ritractor. Supplier or other persona organization, nor shall it create any 6.8A. CONTRACTOR shall not employ any obligation on the part of OWNER a ENGINEER to •Subcontractor, Supplier or other person or organization pa yo toose: to the payment of any moneys due any (including those acceptable to 'OWNER 'and. such Subcontractor, Supplier or other person or ENGINEER as indicated in paragraph 6,8.2), whether organizition'except as may otherwise be regwiel by .initially or rises -substitute, against whom OWNER or Lawsend Regulations. OWNER oENGfJEER may ENGINEER may have - reasoriable objeclicir, furitish to arrysubcontractor. somber or other person CONTRACTOR shall not be required to employ any or organization evidence of amountspaid to Subcontractor, Supplicr or other person ororganization CONTRACTOR in accordance with .to famish' or perform, any of the: Work ageinist whom CONTRACTOR'S "Applications for Payment": CONTRACTOR has reasonable 'objection. erCI)COL+XAL COm)ITIOes 1aIM (IM Eddm) 13 w9aTY Or FORT MLLIM MOOnnCAUOM (itl:V 4rr000) 0 CIN 0 i 6.9' CONTRACTOR shall be solely-resporeible' 'Cor scfieduliiig :eiid coordiim¢ig the Wdrl of 'Submntractas, Suppliers .;end other :persons ,end OIgflN ]AtrOnS perfumnurg or Curnisliirgony. of the Work under e. duecl or iisluect 'contract with CONTRACTOR. 'CONTRAC'COR shall regime ell 'Sobcoitimct`a , Suppliers end such other peisonis and orgonizrhons pedorinirg., o{- Ctvnishiig .any, of the Work.to-communicate with the'fiNGINGLR through -6.10. Tim &isions end sections of the'Speciticatlons and the identifications of eny DmvAr4;i shall not. control CONTRACTOR in dividing . the Work among Subcontractors or Suppliers or delineating :the Work to be }>crforinal hy.any slieaGc tredc. " Parent FeesandRojalties license to the i pion in Of MY p'occs, product or device not -spcci6cd in ems. 14 EKDCOE IE9 CONDMONS 1910S(1990 E66M) w/CITY OF FORT (0Lf.1NS MODIFICATIONS (REV 411000) Perldw 6.14. LawsandRegalations 6.14.1. CONTRACTOR .shell.give all notioes;and. mmRly with all Laam mid Regulations apppplimble to. fumrshirig and paCormanci of the'Wm. Except; where'otheiii expressly re q 'red by, applicable; I:avv`s and Regulation%. ,neitheir :OWNER -nor ENGINEER' shall be resptnsible Tor monitoring CONTRACTOR's compliance with any Lam a. Rcgiilalions.- Taxer: 6.15. CONTRACTOR stroll pay. allisles; consumer,. use and other similar taxes :required to, be paid by' CONTRACTOR 'in accordance with the Laws and Regulations of the place of -the project which arc applicable during the performance of the Work: 6.15.1. OWNER is exempt R m Colorado: State and total sale and ,use loxes on .materials to be: pennaniently trncoroomted into Uie naoject- 'Said taxes ftfl not be included in the Contract Price. Address: Colorado Department of Revenue State Conrail Amex 1375Sherman Strtet Denver, Colorado. 80261 Sales .and Use Taxes for the State of Colorado Regional Tmrswrtation-District (RTD) and certain 'Colorado countiesare collected -hv the State of Colorado and are included in the Cau6cauon of Exemption, All annGwble Sales and Use Taxes (utcludi' ;mate collected taxes) on my items other thaneonstniction .and building materials Physically moaroomted into the. f gw,[ nrelo be: id by CONTRACTOR and are to mcluded in noprooriate bid items: Use ofPta sec 6.16. CONTRACTOR .shall confine cotistniction equipment, the staage of materials and equipment and dhc oopppations of workers to the site - and land and areas identilied lin. and permitted by the Conuact Documents grid with Or 1 any such .land or area, or to the. Owner or hcrcof or of any adjaccii land or Orcas: rustilting crfatmance of the' Work Should any claim be any such owner's occuppaam -because of the :e of the Work, .CONTRA CTORshall promptly, such other patty by negotiation a otF erwise claim by tvbitmuon'a'.other'd' to resolution or it law. CONTRACTOR shall, to the fiillest aittcd by Laws and Regulations,. "indemnity and any clam or such owner a any other party d by or based. --6J7:. During the progress of the.Work. CONTRACTOR shall ;keep the premises free from accumulations of waste rivaterial% rubbish and other, debris resulting from the Work. At'the.completion,of the Work CONTRACTOR shall remove all waste materials, rubbish and debris$om 'mad ',obout� the premise as'well as all tools, apphances. construction .equipment and machinery and, surplus materials. CONTRACTOR!shall leave the site clean and reedv for orcuoancv by 'OWNRR at Substantial .6.18. CONTRACTOR shall not load nor pctmit airy pan of any structure to be loaded in- .eiiyy manner that will endanger 1he.swctdre, tits shall CONTRACTOR subject, any part of the Work or adjacent property to stresses or pressures that,will endanger. it: Record Documents EXDC OENMUNL CONDMOr4S 19104 (IM Edlul w MY 4 FORT COLU NS MODE? CATONS dtFvv 420a9). 6.19. :CONTRACTOR shall the site one record copy of all Addery* Written Amendmen :they -with -all': approved Samples and, a .all .approved ;Shop Drawings -will be. Safety and Protection:, 6,20 ,CONTRACTOR ,shall be respaivrble for initiating, maintaining and supervising all safety precautions and programs'in camection with the Work - CONTRACTOR shall take all heoes_cary precautions for the safety of and shall provide the necessary protection lo. .prevent damage, injury or lossto: 6.20.1. all persons on the Work siiea who may be affected by the. Work; 6.20.2. all tlic'Work;anal materials :and equipment to be incorj crated, erein. wFtiKhci in storage on a off the site; and 6.20.3. other property at the site otadjacent thereto,. mduding' frets, shrubs, lawns, walks; pavements,. roadway% ;amaure% utilities • and Underground Facilities not "designated far removal, relocation or replacement in thecourseof construction. CONTRACTOR shall comply with all'applicable Laws{ and Regulations of any public body havitgjurisdiction'for and .of Underground Facilities and utility owners when rno�ccvr�m mf the Work may affect them: and shall or indirectly' in whole or in part, by Sulxzmtma & .Sumlier or am employed by any of them to perform or fun Work anyone fa -whose actsany of them shall be remedied by 0ONTRACfOR (cam loss attributable to the fault of Dmwinas or any of liable, e or in or a& 15 0 0 noticetq.CANER aid CONTRACTOR An accordance' with pm'agmphl4.]3tlitthe ,Work isic4fabl6(etiaipCm othetwu;c expressly provided in connection with Substantial Completii6n). �b.21. Safay.Representathte: CONTRACTOR shall designate a, climfified and experiencodisaf4 representative at the site whose duties and responsibilities shall be the preventicrn of accidents end the in i - ' I armarnmg aric superyi mg of safety preaurticms and 'Program& Hatard Commmicacion Program 6.22. CONTRACTOR shall be responsible fer cii6idirmlingIny *ckchange of material safety data sheets or other liaisail e6mmmnti iim ifformstion required to be made, available, to or mbanged between or, among employers at the site in accordance with Laws or Regul4i-m; - - Dna*heiak 624. Shop Drawings andSamplir 6.242 CONTRACTOR shall also submit Samplez; to ENGINEER for review and approval -in accordance .with"said accepted said '-schodule of Shop Drawings and Sample submittals: Each Saffiole'wi]] be identified clearly as to material, Supp lier, , pertmera data such as catalog numbers avid the use fa -which intended and 'calin,hk as ENGINEER may requic to enable, ENGINEER to review thi submittal for the limited 16 PPD9084EKALC ONDIMOM 19104 0990Edifim) W/ (3TY OFFORT 6DLUMMODIRCATIOM (REV412000), purposes required by pampmph6.26. The,numbers of each Sample 6 be submitt , ed will be as specified in" the Specifications. US. Submittal Procedures:. 6.25A.Before ,iubmitting each Shop Drawing .,or Sanip16`. CONTRACTOR shall have determined end verifie& all field measurements, quantities, dimensions, , dimensions, specifed' perfornrwe cntcna, iiistallinori requirements,:materials; catalog numbers andsnmilarinfonnauon with respect thereto, 6.25.1.2; all materials With respect to intended use, fabnicanon, shipping,.h3 handling, stom5cI as4lnbly and installation pertanng'to c :performance of the %%Iqrk;;md ;6.25.1.3. all information relative to. CONTRACTOR's solexcsponsibilitics-in icsfelct of means, methods, techniques, sequences and procedures of conshuction and safelyprocautiouS aerograms incident tlkmto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the recluniements of the Work and the Cchmact 6.25.2. Each submittal will bear a stamp or sj=ifii:. written indication that CONTRACTOR has satisfied CONTRACTOR's- obligations under the Contmct: Dbcuinemti with rFesp-c -a to CONTR I ACTORs review and approval of that submifial. 6.25.3. At the time of each submissa'on. from on .and M functioning whole as imlidatid by the Contract; Documcms. ENGINEERS 'review and approval will not extend to means, methocls, techniques, sequences. or piccedures of construction (accept wt;crc a particular means, - methocl, .tachnique, ; saquenci or 0;3cedure,'6f :6:27. ENGINEER's review and approval of Shopp Drawings or Samples,.shsll not relieve CONTRACTOR in accordance with the. Contract Documents',* a release of CONTRACTOR's ebllgitlon to'perfmm.thc' Wml: in accordance with the ContractDbwmmts: 6,30.2.1. ,observations by ENGINEER; 6.30.2.2.. recommendation of, any progress -or final payment by ENGINEER; 6.30.2.3. the issuance of 'a cairtcate .of Substantial Completrdn or any payment by OWNER. to CONTRACTOR under the Contract: Ooctments; 6.30.2.4. use or oecupantcy of the Work a arty pait thireof by OWNER; variation at 'the time' of submisiori as required b,' 6.30.2.5. my acccptmce by OWNER or'sny ,paragraph -6.25.3 and ENGINEER- has given written failure to do so; " Approval of each such variation by ;a specific written notation thereof incorporated in or accompanying:the'Sh6ti -by 630.2,6. any revinv_and -approval of a Shop, 1)mwng-6f Sample approval; nor'will ohy approval , INawnngorSamplesubmittelor the issuanceofa ENGINEER relieve CONTRACTOR from responsibility notice of acceptability by hNGfNEER pursuant for. complying with the requirements of paragraph 62.1, to paragraph 14.-13; 628. Where a Shop Drawing or Sample is required by 630.2.7. any inspection.., test or approval by thi Contract Documents or the schedule of Shop Drawing otbcrs; of and Sample submissiorrs .accepted try ENGINEER as requhed:by pomgaph2.9. any related Work performed 6.30.2:8. my correction of &fec&e Wod by prior to ENGINEER's review and approval of the pertinent OWNER. submittal will be at the sole expense -and respom7Mlity of -- CONTRACTOR Indentnifimtrar: Connnuing t6cWanF:. 631. To the fullest extcnit. permitted by Laws_ and ' Regulations, CONTRACTOR shall indemmfy-.and hold 6.29: CONTRACTOR shall carry on the Work and, harmless OWNER, ENGINEER. ENGINEER's adhere to the progress schedule during all disputes or. Consultants and the officers, directors, employees, agents. disagreements with OWNER. No Work shall be delayed a and other consultants of eacli mid any of them from and pending resolution of any disputes or against all _claims: costs.losses aril damages.(iiieluding, ,postponed disagreements, except aspermitted by paragraph 15.5.or w but not limited to, -all fees and charges of cnginms, OWNER and CONTRACTOR may otherwise -agree in architecm attorneys and other professionals and all court• writing. or arbitration or other dispute resolution costs) caused by, _.arising out-ofa resultingfrom theperformance of the 6,30. CONTRACTOR's General Warranty and \Vmk, rWorided that any such claim, cas4 lasi w,dzmage: Guarantee: ,(i)isataibutable to bodily injury, sickriess.,diseaaror death or to injury to or destruction of tangible property 6.30.1.CONTRACTOR waramt,and guarantees to '(other than the, Wak.«selo. including the loss -of -use :OWNER, ENGINEER aiai ENGINEER's Consultants resulting therefrom, and (u) is caused in whole or in part thatull Work will be in accordance with thc'Coatract by any negligent au or omussionof CONTRACTOR:. any Documents -am- will not be defective. Subcontractor. my.Supplier, any person or organization CONTRACTOR's warranty and gntsrantee bereutaler directly orindirectly emploved by any of them to perform .Week: concludes defects a damage caused by: or famish any of � or anyone forvwhoae.acts atry. 6.30,1.1, abuse, modification or, improper maintenance oropemlion by persons other than CONTRACTOR Subcontractors or Suppliets; or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's obligation to perform and complete thc' Wod in accordance with the Contract Documents shell be absolute: None of the following will constitute an occepimice ofWork that is;nm in EXI)CGMMM CONDITIONS 191050990 E&M) wf aTY OF FORT a1LW NS MODIFICATIONS (REV 42000) regardless of the negligence of any seen person or amity. 6.32. 1w any and all, claims against OWNER or ENGINEER or any of their respective cwnsollams;sgttas, �dffiTs, directors or employeesby any employee (at tlic -survivor or personal representative of such employ") of CONTRACTOR art' Subionhacter,-,any Supplier, any person a organizaton directly or indirectly employed by 17 0 i I* an O,I ointonor �'2 nYor the Wo"or. one -se-Sanf th�aybeliable; th6rmt lLbliga�ph 6.31 shall be limited in any. way. by any limitatimin on the amount or type ofdamagis, compensation or benefits payabIF'by F fbr,CON,TRAqTqR 11 . — . I 1 .1 — I ca,arry,mch Sq""ct6r Supplier or' calic(persent.or orga 'under wor e compensation nization k rs" ' acts, disability benefit sets or other employ& benefit acts. 6The 33. indernrgiculion obligations. of, M CONTRACTOR Under ppragraph 6 31 shall not end to the liability or ENanqap, and ENGIREER'i Consultants, offiais, director'k. &fiployees by the or sp proressional negfigenoe, errors a emissions of any of them. Sa iwd of Obhgaftons 6,34., All representations, , indemnifications, I warranties and guarantees made in, required by or, given in accordance with the Contract Dowmchts, as well as A continuing obi 1pti _ions indicated in the Comma Documents; will survive final payment, � fleti M 'and;a6ceirtance - of the nd t I I Work aeriiiinatim- or,compIc I tich I of the Agreement: ARTICLE 7--0T&.RWORK Reldedwalk at Si c 0 7.2. CONTRACTOR sliall afford each other contractor wlio is a oartv:to such a direct connici and each utility. ;provided in the Contria Docwments, CONTF shall dS all cutting, bitting and pitchit'of the'V may berequircilio make its sevcial'parts come the other contractors to'the ardent that there'ue 19 gJPYGMMLAL CONDITIOM 1910.8 (1"0 Men) vyaTYOFFORTODLLIMMC)DMCATION'S,ftN4/200,0) 0 provisions lorlw"PNTRACTOR in said dMcontracts betweenbenefit such utility ,6 and other contractors. :C60i,fin"O& .7.4. If OWNER contracts with others for the' perfonmsnce'of other work o'n'the PiAociii at the site, the following will bc kt faith iii SuliplimantarjCcmditi&W 7.4.1. the person, firm or ocirponsfion who will have authority_ and responsibility for coordination of the be 7.4.2. thic,9pecific, matters to be covered by, such' autfority,and responsibiJity will be hemizcd; W 7.4.3, the extent of strch authointy; :and responsiliilitieswill be provided. Unlcii otherwise provided in the 'Stipplcraentary, Conditions, OWNER,. "it have sole authority" .and responililitymi iesriiect of such coordination., ARTICLE8LOWNWS RESPONSMILITIES 8:1. E=ept.as otherwise provided in.these General Conditions; OWNER -shall-issue ,all emnmunicationsi,to CONTRACTOR dMighENGINE-ER. 8.2. In case of termination of the employment --of ENGINEEP , . O1AqSrERsbaI11appointan. eregnirist whom -GGNTRAGTQR�ik,es-no, -ma=*twN whose status under tlic'Commct Docunents shall be that of the former M-TGRMYX 83. OWN M. shill fim61 the' data required of OWNER under the'C6ntmct Doctuments promA and shall make payments to;CONTRACTOR promptly when they we &e as j;iovidcdM'jmra9m0hs 14A iW 14.13; 8.4.. OWNERs'dutics in respect of providing lands suid eascirments, and providing engirimung survo to establish reference points are.set forth x- 4.1 snot 4.4..Psntgrmph4.2 refers to OWMEkVidentilyinig and imaking,,avafl.W to. CONTRACTOR c*cs.of re , Pons 0 lorations aid tests of sitSstirlice widitions, at the site dmwinja -0-f physical conditions in existirig struchires at or oonhguous to the site that have been utilized by ENGINEII2 in preparing 1he.Contraq Documents: end-meinta aing,441a& fas. forth trtPaiagrepM3.-Svhrough ShO=.. 8.6. OWNER is obligated to e-moute C uinge'Orders as indicated in paragraph 10.4. "- 5.7. OWNER's .rsryonsibility in respect of, certain inspections, tests .and approvals is set .forth -in Immgraph 13.4. .8.8. 1n connection with OWNER'S right to stop %York, or usp sind- Work, see �plragns bs1,3.10 and' �15.1. Paragraph 15.2 deals with OW1R's- right to terminate services or CONTRACTOR order dertain'eircumstanccs. rn�mrrrnrco - �. . vltl�iq- eot-ef+maatmm IF Radtosetive�Ieter+eLs-iineevered�r-i`evee: ago-.,.-- ~� to=is seEfsRh-in-ParegraE>Ir-0: i . and - '-eedte-famish ablehet--=fimetciel • arraitgetnerts-Inva-been=made-to=sniisfy,—OWiJII2�'s responsibility-ai-respe(3014RU40R RE ct-thxraoFivill-tie-assat-fotilrui�tlte ' Supplame�NeryC,ord"tiotts.- -ARTICLE 9-FNGINEFR'S STATl7S DURING CONSTRUCTION 01♦ri M'sRepresentative: 9.1. RNGWEER' will be OWNER's representative during the construction period. The duties and iesportobilities aM the limitations of. authority of ENGINEER as ,OWNERS ,representative (luring construction me,sel'Grnh in the Conlract Documents find shall not be defided without written consent of OWNER my] ENGINEER I isior to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGINEER deems-ruZcsaary'in order to obsme as an .eiilieriencedand qualified design, professional: theprogress 'EICDCGENEM COND1710M I9104t (19N Edtim) wia7YOFFORTlpLilMMOOR•1C 11ON5(REV4t2a00) 9 ,that hasbeen made and the quality of. the various aspects, of CONTRACTOR's. executed Work:. Baud dri information obtained during such visits and obsmvaticns, 04GMTMR will endeavor for the benefit of OWN13R to site iispectio is;to check' the quality or quantity of the Work.. ENGINEER's efforts will be directed toward providing for OWNER a grata degree, of con(idertde that the completed Work will conform generally to the Comract D`oivmeam On the basis of such visits and ori- site olseristicns; ENGINEER will keepp OWNER informed of the progress of the Work aml willendeavor to guard OWNER against defective Work. ENGINEER's visits and qri-site obsca rvatnor a arc subject 6 all- the limdauons.on$NGINEER's authority, and'respodsibility set forth in.paragraph 9.13, and particularly but without limitation, during or.as a result of ENGINERs on -site visits or -observations of CONTRACTOR§'Work ENGINEER will rat supuvisc, dnect, cortrol'or have authority over or be responsible fa CONrRACTORs', means, methods,.techriiques,'scqucnces or procedures of construction. .or the ;safety precautions and.programs incident thereto,.or Rs, any failure of CONTRACTOR to comply' with'.Laws and Regulations applicable to the '.furnishing or perfonnarrce of the Work: ProjectRepresentative.• 93, If:OWNER and.ENGRIEER agree, ENGINEER will ftrnish'.a Resident project Representative to assist ENGINEER N providing niore continuous observation of • the Work: The responsibilities and authority and limitations thereon of any such Resident .Project ora m 931 The Reoresemei ve's deaEnres in matters nenainine tp the on -site work wdL m am be with the ANEER and CONTRACTOR But the' Reoresenlntive will keep 'the OWNER rsa__y advised about such maltem The Retxesentatives dealim.a with subcontractors will only be through or with 'the full knowlidce end approval of lhe CONTRACTOR 932" Duties and Responsibilities. Reoreseutaiivc Wilk 932.1 Schedules - Review .the progress 19 0 L schedule and otherschedules prepared by the: CONTRACTOR and "consult with the ENGINEER maceming, acccotabil ity; 9.3.2.2. Conferences and Mating - Attend. mating .'with --the CONTRACTOR such as' mmonWuction conCerOroes. `progress meeting nn& other hob conCeiences. and wepnra '.and circulate copiesof minutes of meetings. - 9.3.2.3:Liaison 93.23.E Serve mi .ENGINEER'S liaison with CONTRACTOR .waking Principally through CONTRACTOR'S moenntendent to assist the CONTRACTOR in understanding tneContrect Documents: U2.3.2. Assistincbteinin8 Gam OWNER additional .details" or infolmatiom when required for prom execution of the Work, 9.32.3.3. Advise the ENGINEER an CONTRACTOR of the.:commencernent of any Work raRtring. a''Shop Dmwing.ar 0111 lc submission if The 's!l mis 1211,hn, not , ticah aomoved by theeINGINEER: 9.3.2A.Review of WorFr. Reiection of Defective Work : Inspcc6cns and TcsLs-' ,9.3.2.4.1, ;Conduct s .gte obs aticns of • .the Wail: in progress t01OVor t the ENGINEER in "detennimr� at the Work is txoaediing 1n accordance with the Contract Documenm - 9,.3.2A 1 Accompany visiting ip_ps actors reaeseming Public or other amnchei havme iunsdiction ova the ProiecL record the.results of. these inscections and report --tg the` ,.ENGINEER. Interpretation of. :Contract �9,�12`.5, �ooignc Report to ENGINEER. when clarifications and imemretaliorhs of the:Crmtract Dmuments ere needal -rend uanC.t to' CONTRACTOR clarification aid •inteioretation of the Contract Documentsas isual by the. ENGINEER. 9:3:2.6. Modifications. Consider and evaluate CONTRACI'ORS.. m=estions for 20 EJPD OENFAIW CONDMOM 1910-8(1990EdUm)' MQTY OFPORT60LLIMM61)111CATIONS kkt 42000) L I modification in Drawinm or. Swificadons'and .report these recommendations to ENGINEER:., uratel• transmit to CO RACTOR decisions isso by the ENGINES 9.3.2.7; Records. 9:3.2.8..Reogt;; 9:3:2.8.1. Ftimish ENGINEE�riodic reports. less requred oIthe progress ot. the Work and. 'of the .CONTRACTOR'S, comphanee with the tn9rtess schedule and schedule- of shop" Drawing :end 'sample' submmis. 9.3.U.2. Consult with ENGINEER. in aAvana of scheduling maim tests, ilhspectiom or start of important phases of the Work 932.83. .Draft Proposed Charge Orders and Wark Drtechve Cliermes obtain= backvo mmerial Gom slip OONTRACTOR and ;recommend to .ENGINEER Chan .Orders Work Directive Chanees4mhdfield orde6 93.2.8.4. Ream. .immediately to ENGINEER and OWNER'the ocnurvnce of env accident: 9.3.2.9..-Pavmeru Requests- Review aoolicatioos for payment with CONTRACTOR for onmpliance. with the establishes moceturcfor them submimiomand forward with recommerdmion'tn ENGINEER noting particularly the relationship oC requirementsof die Contract Documents (in the form of Ihhmymml requested to_the schedule. oCvalucs, Ihawings,or"otlmerwise) as ENGCNGER may determines work com feted and materials and ui en, necessary; -which sha11 be consistentwith the intent. of and delivered at the silo ul not incaooreted In the reasonably inferable from the Contract Documents Such Work. -- -- - written clarifications and interpretations will be binding on OWNER and CONTRACTOR: _If OWNER, 6r 9.3.2.10: mon. CopletiCONTRACTOR believesthat a written clarificdionpr interpietation justifies mi adjustment in the Contract Price 9.3 2.10.1. Before ENGINEER issues a ar the Contract Times and the paniMrUe unable to agree Certificate of Substantial Completion submit to the amount or ewer therco( if. ..OWNER or redwing corrauon'or completion provided 1n Arti may make a wriaen aun tliercCor as to CONTRACTOR a list of observer) items CONTRALTO ' cle 1 t or Article 12. 93.2161 'Conduct fiml.irrs ection in the comoanv of the ENGINEER. OWNER and CONTRACTOR' and prdzrre a -final list of items to b'e comeetcdorcumpleled. 9.3.210.3. Observe that all itemsonthe fral list have been connected or completed and make recommendations to ENGINEER cgncemnne accenmmce 933 Limitation of Authority: The-Representativeshall not; 93:3.1. Authorize any deviations from the Contract Docurents or accent any ;substitute platerials on equipment unless authorized by the. hNGINEER. 9332 Exceed limitations- of ENGINEER'S authority as set forth in the Contract Documcros: 93.33. Undertake any of The responsibilities of the CONTRACTOR. Subcontmctom or COS\CIOR'5 superintendent,, 9334 Adviseon of -issue directions relative to, or assume control over anyaspect or the means. Tnct}dds, TecFiniouc�s scouvmces or ="ddotes for comtruction unless such is specifically called for in the Contract Documents 9.3.35. Advise on or 'issue direclions rcordinn or, assume control over safety precautions and anonams in connections with the Wale 9336. Accept ''Shop Drawingsor sample submittals from anvone other than the CONTRACTOR 9337. Authorize. OWNER To occupy the. Work in whole ar in cart. 9338 Participate rn specialized Geld or -laboratory tests or inspeaipns mducled by others except as SoecfGcally authorized by the ENGINEER, C(on'frcations=itImerpnhdui . -9:4. ENGINEER will issue with reasonable promptness such wiitten clarrfmcatrons; or interpretation; of� the FKD(:0EN6RAL COND1110NS 19108 (1990 Edlim) %I CITY OF FORTCDLLIFB MODIFICATIONS (REV VIOLA ) Authorized Variations in Work:. Rejecfing.Defeitive Work: 9.6. ENGINEER will haveauthority to disapprove a reiect Work which ENGINEER believes to be defective, eted Projeci as a functioning whole as indicated by ontractDocuments. ENGINEER will also have ity to require special'inspection or testing of the as provided in paragraph 13.9, whither ur,not the shop Drawings Change Ordasand Payments: 9.7. In connection with ENGWEERs authority as to Shop Drawi* and Samples: we paragraphs'6.24 thmul ll 16.38 i8diuire. 9.8. In connection with_ENGINEERs authority as to Change Orders, see Article's 10, 1 1, eud 12. 9.9. In connection with ENGINEER's authority as to Applrcatio ns fa Payment.-sce Article 14. Determinarionsfor Unit Prices: 9.1o. ENGINEER.will determine theactual quantities' and'clasiificatiois,of. Unit .Price Work performed by CONTRACTOR. -ENGINEER will review -with ,CONTRACTOR the ENGINEER's preliminary detcrmmations on suchmatters before rarderug a written' decision thereorr(by recrnnmendation of an. Application 21 E • 0 pnCildonsonp4puter 0 22 EI OWMALPONDIMOM 19104 (199OEdfim) W CITY OFFORT ODLIAMMODIHCATIOM.(RFV4rOD.0) 0 "decision, urgm otherwise agreed in wrt6gby,OWNER ndCONTRACrOR 9.13. Limitdtions on LNGIAEER's A+ ihotity and Rep�,x(6iffties: 11 . 9.13.3 M4GINEER will not be tespowible for the a �bS'o� 6missiohs of CONTRACTOR a of,any cbnliactor, vin, S li -1 'f' When pe� or ai6 -1 1 upp ff,-mo.myt 6 m peroming,or fumishiig,any of the wtmk. 9,13.5. Thee limitations upon au.thor'y and SECTION 00510 NOTICE OF AWARD Date: March 31, 2014 TO: Martin Marietta Materials Inc. PROJECT: 7222 Asphalt Overlay — 2014 Renewal OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid for the above project has been considered and will be renewed. You are the apparent successful Bidder and have been awarded an Agreement for 7222 Asphalt Overlay — 2014 Renewal. The Price of your Agreement is Five Million One Hundred Ninety -Two Thousand Two Hundred Fifty -Two Dollars and Eighty -Five Cents ($5,192,252.85). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of • this Notice of Award that is by April 15, 2014. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. • 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. t,av or roruLoiiins OWNER By: erry Pa6 Director of Purchasing & Risk Management Section 00510 Page 1 resporaibiGty'set foNi m this paraprtph 9.13 shall also apply to.EN0 'rR's Consultants, Resident Project Rcpresentative end assistants. ARTICLE 10-CHANGES IN THE_ WORK the Agreement and .without iR may, al: any time or Coin i, dcletions.a revisions in the iletioris or revisioits will.be srdment a'Change Order, or, a - Upon receipt of arty .such shall proin`PPtly pnxced with will be oerCmmed tinnier the' 10.2. If OWNER -`and CONTRACTOR are suable to 'agree es to the extent: if any, of an adprstment -in the Corhtact price or an adjustment of the Contract Times that should be allowed as a.resoltof a Work'Change Directive, 'a claim may be made therefor as provided in Article I I or .Ariicle 12. 10.3. CONTRACTOR shall not becrNdcd to an increase in the:Contract Price;a an extension of the Contract Times with respcctio any Work, performed that is not rcquircdiry 'they Contract Documents as amended, modified and supplemented as provided in pamgi iphs 3.5 and 3.6, accent in sire caseof an emergency as provided mpamgrapk 6.23 or in the mse of uncovering Work .as provided in :paragraph 13.9. 10.4. ' OWNEWand .CONTRACTOR shall execute ;appropriate Change Orders recommended by ENGINEER {err Written Amendments) covering: 10.4.1. changes in the Work which we (ij ordered byOWNER pursuant to paragraph 10.1, (d)required because of acceptance of defective Work under paragraph 13:13 or connecting ikfeclive Work under paragraph 13,14. or(ui) agreed to by the parties', ,10.4.2, changes intheContract 'Price or'Conrmct 'Tunes which areageW to bythe parues acid .10.43. changes in the Contract Rice a Contract. Times which embody the substance of any written decision rendcmcl by' ENGINEER pursuant iu paragaph 9.11: provided dial, in lieu of executing any such Change Order, an appear may, be taken .from any such decision in accordance with the provisions of the Contract Documents, and applicable Laws and Regulations, but during any such �appppccal, CONTRACTOR:slA can on the Work and adhere to the progress schedule las provided in ,paiagmph629. 10.5. If notice of any change affecting the general smpie of the Work orVie provisions of the. Contract Documents. :EXGENERAL CONDIT1OM 1910-3 0990 Edtim) 'w/aTY OF FORTCOLUM MCA)MCATION9 (REV 4r1000) (ulcludug, lint not limited toXontma Primor Contract Times) 1s,requhed by the prorovisions oPany Bogd to be given lo.e surety; the.giving of arry such notice will be CONTRACTOR'S responsibility, :and the amount of each applicable Band will be adjusted accordingly_, ARTICLE 114,HANGE OF CONTRACT' PRICE 11.1_ The Contract Prim constitutes: the 'total compensation (subjectto authoriad adjustments) payable to.CONTRACTOR for performing the Wor1:..All dronm responsibilities and obligation sasggnned to or undertaken by CONTRACTOR shall be at CONTRACTOR'S expenst. without charigein the Contisct Priec. 11.2. The Contract Rice may only, be changed by,a Change Order a bya Written Amendment Airy claim For an adjustment in the Contract Rice shall be based on written notice d_ciwered by the party makinig'the'claim to the other party and to ENGINEER promptly (but in no .event later than thirty days) after the start .of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim'wnth supportirig data shall be delivered withiri sixty days after the start of m6:occurrence or event (unless" or more accurate entitled 'as' a II claims for b yad d &minted if '. pph9_II _ _. paragraph 11.2. 11,3. 'The value of any Work covered by a Change Order or of any claim for an adjustment. in the'Contract. Prim will be determined as follows: 11.3.1. where the:Work involved is covered by unit pricers contained in the Cmtract Dau cnK by: application of such unit prices to the quamnies of the items involved' (subject to the provisions 'of' 23 0 9 pamgmphs�l L9.1 through I 1.9.3.1riclusive); 11.3.2., where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed payment basis, incluamlI Imup sum '(which nay iii6lude an alkiwam;i,flif overhi6d and profit not noocsaiurily in iccim:lani)6 with pamgmp,h 11.6.2); 11.3.3: where the Work involved is not covered by unit cu p icesC contained in' the Contract 'Documents and pi ices agreement . to o a lump sum is: riot ot I reached . -under paiiigmPli 11.3:2, 6 the linis'of.the Cost of the Work (determined as provided in paragraphs 11.4.arid 11.5) plus a CONTIlEACTORs fee for overhead and profit (dqcnnmc,dkspr6ic1kdin paragraph 1 1.'§). .0iAt of fhe W6rk- IIA: The term, Cost of the Work means the sum of all costs neccisarily inured and paid by CONTRACTOR ih the'pirdper pirficrihance-of th'i Work. HRcelit is ixtberwise may be agreed to in writing by OWNER, such costs shall in -amounts no higher than those prevailingin the locality of the.Project, shall include only the following items and "]I not inchide-any of1the" c in paragraph 113: 0 114.3. Nyments made by CONTRACTOR to the Subcontractors for --Work' performed or furnished by Subcoxitractors.. If' required by _OWNER, 24 wary OF PORT COLLI M MODIH CATIGM (FLEV 4n000) 0 11.4.4, Costs of I special consultants (including but not limited to cripi- rici,' hi I .arc itocLi, testing laboratories, S . 9 . ivey . or .. a,,# . , c , ys 'and employed for services specifically iclatM 'to the Work' 11�4.5. SUPPIment,ofotsin,el,udimthe,f6D=ing: IIA.5.1. The proportion Hof' necessary necessa trmisp6rtation, travel and subsistence expenses of OONTRACTOR's employees incurred in discharge of duties cormectod with the Work. 11.4.5.2; Cost;.including traiisportation arid maintenance, f � all materials, supplies, equipinent,- innhincry, appliances, Pffice sand tempormy facilities at the site and hand tools riot owned by the workers, wtiiih, are consumed in die' �rfrf�ncchof the WcrI4 Ad cost less markit It such used but not consumed which remain the property ofCONTRACTOR. Sales, consumer, use or similar tares related,_ -'to the Work, and for which CONTRACTOR is fiabIc.imposed,by Dqwsand' R ulatio ra. I I A:5.5. Deposits lost for causes=othcr than negligence of CONTRACTOR any Subcontractor or anyone directly or indirectly employe d any of them or for whose acts any of th a be liable; and royalty payments Ad fees for perm its and licenses. . 11.4.5.4 Losses and damages (arid related expensts)_causod by damage to the,_Work, not zcom I pcastirol by invuranuce or ctheivisi�suutaiincd by CONTRACTOR in connection with the -peifortaMe' and.fumishaig of the Work,(except lases and damages tvrihin the deductible amounts of property in ammee established by OWNER in of or and expenses shall be included in the Cost of the Work for the purT[�ose of determining. CONTRACTOR's-fee, ll, however, any such loss ar damage; ,rertutres.. reconstrucum• and CONTRACTOR is Placed in charge. thereof, CONTRACTOR shall lie paid for services a fee. proportionate to that stated in paragraph 11.6.2. 1 L4.5,7. Thc,cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8, Minor expenses ,such as telegrams, long distance telephone calls, telephone service at the'site, expressage and similar petty. cash items in connection with the Work. 11.4.59.• Cost of premiums foradditional Bonds and insumnoe reclu ed because -of.changes m the Work. 11.5. The term Cost of the Work shall net includeany of the following: 115:1. Pavroll ?costs and .other 'compensation, of and tbmmctirgl agents. clerks nnd� outer personnel FOR whether at the site or in included in the ,agreed upon .schedule of jolt .classifications referred to in paragraph 11.4.1 or specifically covered by pmagraph 11.4.4-a11 of -which are to be considered administrative oasts covered by the ,CONTRACTOR's fee., 11.5.2. Expenses of CONTRACTOR's,principal and branch .offices other than CONTRACTOR's office at the site. 115.3. Any part of CONTRACTOR's capital expenses. including interest on ,CONTRACTOR'S capital employed Iv the Work and charges ugauet CONTRACTOR for delin luent payments. 11.5.4. Cost of -premiums for all Boils and for all iritsuartce whether W not,CONTRACTOR is requked, .by the Contract Documents to hase.and maintain the same (except far:the cost ot�prcmiums covered by subpsragradi 11.4.5.9. above). -EKDCOENERAL CONDITIOM 191" 11"0 E(Wm) sA dry OF FORT CoI h NS M(N)M CATIONS (REV 4 /1000) 11.5.5; Costs due -to tlx pegligenee, of CONTRACTOR any 'Subcontractor, or anyone directly dr. indirectly'employed by anyy of.them or for whose acts of them may habla, including but riot' limited t0. the correction of defecirve., Work, disposal ofmaterialsor equipment wrongly supplied., and mad irj'good say damage to property. 11.5.6: Other overhead or general eVense costs of an), kind and the costs of arty item not specifically and expressly included in paragraph 11.4. 11.6.,The: CONTRACPOR's fee allowed 16, CONTRACTOR 'for overhead and profit shall be determined as Follows: 11.6.1. a mutually acceptable fixed fee; or 11.6.2.'if u'likel fee is not.agreed upon, Ihen.a fee based on the followingg percentages of the various portions of the Cost of the:Work: 11.62.1. for coos incuiidd under paragraphs 11.4.1 arm 11.4.2, the CONTRACTOR' fee shall be fifteen pci cRt 11.6:2.2:: for costs incurred .under paragraph 11.4.3; the: CONTRACTOR' fee shall be five percent; i, where one or more tiers 'of racts are on the.bssis of Coit of the Work fee and no fixed fee is agreed upon, the if paragraphs 11.4.1, 11.4.2, 1 p4:3 and is• that the, Subcontractor who actually s or furnishes the' Work. at whatever tier. EI 11.6:2.4. no fee shall be payable on the basis of costs itemized uncle paragraphs 11.4.4. 11.4.5 and 11.5; 11.6.2.5, the amount of valid to be allowed by CONTRACTOR to OWNER for arty change. which results in net decrease fi cost will be the mount of theactual net decrease in cost'plus a deduction in CONTRACTOR's fee by au:amount. equal to five percent of such net decrease; and 11.6.2.6. ,when both additions and credits are involved in anyy,one cWe,-the-adjustment in CONTRACTOR' fee shag be computed on the basis of the rat change in accordance with paragraphs 11.6.2.1 through 11.6.25, inclusive. 11.7. Wheneser the cast of any Work is to he 25 • 0 n u • 0 determined tairstiant to paragraphs 11.4 and 11.5. .CONTRACTOR, will establish and maintain records thereof in accordance with gerarally,aceepted accoutring ,pmcbces and submit in form acceptable to L•NGiNRFR•.en itemi[ed cost brakdown together writ, supporting elate. Carat Allmvtmoec: 11.8. 'It is understood that CONTRACTOR has'ineluded in the Contract Price all allowances so nsnied in the 'ContractDocum sas end `shall cause the Work an covered -to be furnished and performed ('or'srcli sums as may be 7a"cceptable,'to OWNFR and ENGINEER: CONTRACTOR -agrees that: -11.8.1. :the allowances include the cost to' 'CONTRACTOR (leis,uny applicable made discounts) -of;naturals aril a uipmem required by the allowances to be debvemil at the site; and all applicable taxes; and 11.8:2; CONTRACTORS costs for unloading and handling on the site, labor ms[ellatioii`costs; overhead, 'profit and other .cxpenscs' contemplated for the allowances have been mchaled in the Contract Price and .not in the allowances and no: demand for additt" ' I Ixaymat�On aceoura of any of the fgregomg Will be valid., Prior to final payment, an appropriate Change Order will be isucd:as recommended by ENGINEER to_regcet•actual smomits due CONTRACTOR on account of Work covered by _allowances, and tho Contract -prim' sliall lie'' corresponduogty adjusted. 11.9. llnirPrire TVork 11.9.1. Where the Contract Documents provide that all or part of the Work is.to.be Unit Price Work. utitially, the Contract Price will tie deemed, to include Tor all Unii Prioe. Work im amount equal'.to the suma.of�tho rof each item as indicated:in the. Agreement. estimated guantides of items of Unit Price Work 'not auamnceed and .are solely for the curoou 'CONTRACTOR will be made. by ENGINEER in accordance with paragraph 9.10. 11.9:2: Each unit Price will be deemed to mcludc'an aai1Wm'conddemd by CONTRACTOR to be odc4uate to cover CONTRACTOR's, overhead and.prolit -f6r. each separately identified item. 11.9.10WNER or CONTRACTOR may make ya'. cliim for an adjustment in the. Con&set Price in accordance with Ariicle:l l:if 11.9.3.1. the quamily of any item of Unit Price Work ppecrformed CONTRACTOR differ metenally, end si scantly from the �estaneted quantity of such item'indicited in the. Agreepent; EICDCGENML& COND1=NS 19103 (IMESam)' '2G W1CITY OF FORT WLLINS MODIh 6ATIONS(REV402000) M 11.9.3.2. there is no comsponding. adjustment with respect to any other item of.Work and IE9.3.3. .if CONTRACTOR ,believes that4 CONTRACTOR is entitledtomt.itkmase'.in Contract Price as a result of havut&'incurred .additional, expense or OWNLR .believes than OWNER is entitled to a decrease in Conmict Price •and'the parties kne unable to agree' as to the .arid df erry surir iriercase or decrase: 16.9.3.4. CONTRACTOR acknowlcdea thaF the OWNER hm the right tadd or delete items in thc4Bid'or change m:antilics at OWNER'S sole: discretion without elTect the'Contmct Price,of -am° remainitem .ao one as the deletion or. addition doesnot exceed twenty-five oercenl of the original total.Contmct Pricc ARTICLE 12-CHANGE OF CONTRACT TIMES 12.2. , :All time limits stated in the Contract Documents are of the essence of the Agreement. within the central of a Subcontractor.or Supplier shall be, du&ied to be'diilayiwithinthc 6xilrol of CONTRACTOR. NTRACTOR is preven4 from f the Work within the Contract Times to del- beyond thelw_nt control of both ITMOR, an extension of the filestones) iinan amourit%equal to the delay shall be CONTRACTOWs sole v for such delay., In no event shall uxr person -or orgamuntion, or to cyce r agent . f ' I them, of or resulting i delays cm control of the CO T 'OP, is control mi pas inclu i , goods, cpidcrriics..abnarmal wea ;Dd or acts neglect by utility ow perConnirlg othcr,wor -!us contenipl .ARTICLE 13-TFSrS SAND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF D-EFUCT.111FIVORK 13.L Notice arDefects Prompt notice of all defective Work of which OWNER or ENGINEER' have actual Kznowli:4 will be given to ,CONTR.ACT0K All defortive- Work, may Ix rejected, . corrected or accepted as provided in this Article 13. Access to Work 13.2. OWNER other represent at programs so TesivandInspection.s.- 13.3. CONTRACTOR shall give:ENGINEER timely ,notice of readiness of the Work for all required insfinections, I '�. . tests 4 approvais, and'smil cooperate with inspection and testing' ersonnel to facilitate required inspections or test& 13.4. OWNED shall =ploy and'pay For the services of an independent testing laborat(r 'y to perform all ecti tests�, or approvals req6tred by the Contract DoatneNs except: 13.4.1- for inipectiomos, tests or approvals covered by paragraph 13.5 bclo , 13.4.2. that costs incurred in connection with tests or inspectiiiiis cendoctad pursuant to paragrilih 13.9 EX-DCOENERALCOND1710M 19104 (199OEdtim) W/(3TY 0FF0PjC0J1J�iaMbt)tM L ' rAllo . NS(LEV412009) below shall be paid as promvided in said paragraph' I 3.9: and 13.4.3-as otherwise specifiFally provided in the Contract Documents. 1. 13.6. Ifarty %Vak(or the work ofothem)"iistobe inspected,, tested or approved is covered by CONTRACTOR without 'written ormciarrence of ENGINFRR,'it-rnusim if requested by ENGINEER, bc' tin6oveicd forobscrvation. 13.7., Uncovering Work" asgovided in paragraph 13.6 T shall be 'at CONTRA TOR's 0911sm unless C00NTRACTOR 6 ®rat ENGINEER tuncly notice of NTRACTOR!s has to cover. the sairric;and EiNGMER has not acted with reasonable promptness in' response to such notice. .Uncovering Mork., 13.8if any Work is covered contrary to the written, request, of ENGINEER, 'a must, it requested by ENGINEER, be uncovered for ENGINEERms observation and replaced at CONTRACTORs cxp&m. 13.9 fENGTNFER onnsides it neucssary or advisable that cove ed Work be observed by, ENGINEER -or impacted or tested by others, CONTRACTOR, at ENGINMRs recuest, shall uncover. expose or citheriviiie make available for observation, inspection: or testirg'-as ENGINEER may reqi]iiie, that portion of the Work in question, fumidiing all -necessary labor, material and equipment , If it is found that such Work is, *fictive, CONTRACTOR shiill pay all claimik'00is., losses aid, damnres caused by arismir'out of or res;iAtinar from such of satisfactory ieplacement or neon iding but not limited to all ,costa of i =ant of work of others); and OWNER a or sit extension of the Contract Timm or both, directly attributable to such 27 11 0 0 uncovering, eepcmve, observation. inspection ,testing, replacement. and iecon'sWction, end; if the parties are unable ,to"agree as to the' amount or;. eetrnt thereof. CONTRACTOR may make a claim therefor as provided in Articles I laid 12. OWNER May &op"tke Work: Carreetion or Xernmwf ofDefeetire"11'ork: 13.12. Confec Ual n Period, • 13.12.1. If within one-year two yemts after the date of 'SubsWmial Completion orsuch longer period.of time as. or is fourd to and all 13.122:In special circumstances where a particulor item of; equipment is :placed in continuous service before Substantial,Cmnpletion of.O the', Worn;, the 'correction period for that item may start to nun from in .earlier date if so provided in ihe�Speci6cations-or by Written Amendment 13.12.3. Where defectiveWork. (and: damage. to other 28 VgMGE4PAM,C0NDITION31910-8(1990(liGm) wl CITY OF FORT ODLLINS MODIFICATIONS (REV 4200a) is Work resulting therefrom) has been corrected, removed or replaced urder,this pmagmph I3:12 the correction period hereunder with respect to sudi Work will be extended for an additional period of ane-yeerr two veers'after such cooection or removal and rcplaceinen[ Firs been satisfactorily dornpleted. Acceptance ofDefeetlre Work: OWAER bfav Correa Defective Work: damages; will trxlude tint not be limited to all costs of repay or replacement of work 6C others A troyed-.or damaged by cxirreclion, removal or replacement of -CONTRACTOR'S defective Work. CONTRACTOR, shall not be allowed an extensim of the Conum Tun(or Milestones); because ofiny delay tin performmce•ofa. the Wehrle attributable: to the exercise by OWNLR of OWNEWs rights and remedies hereunder.. . ARTICLE 14-PAYMENTS TO CONTRACTOR. AND, COMPLETION Schedule of Valuer: 14.1. The schedule'of values cstablished as provided in paanaerady_mgwreapl ha2werveds rate'i,m EeiptoWNGiobeptb ccomtof Unit Prim orktIshNvoeiEl6laEeRsfiosRrfPmurruopgfroeAgssprep�slsiyrpamatyieonmntse,nfootnsr be based an the number of 'unitscompletcd Application for Progress'Puyment . CONTRACTOR's Wes my of Tide. 143. CONTRACTOR.Warrants and guarantees that title to all Work, materials andequipment covered by':any .Application for Payment,. whether incorporated in the. Project or hot, will pass to ER' OWNno later than the time ,of payment'free and clear of all Lteas., Rerdero ofApprioations forProgrewPayment 14.4. ENGINEER will, .within ten days after receipt of each'Application for Payment, either indicate in writing a E)CDC6E4F1tA1.00NDI71PM 1910.3 (1990 Ediim) w/ a7Y OF FORT IDDLUM MCIDIFICAT1oNs (REV 4n 000) 14.5. 'ENGINFER's recommendation of any•payment' requested in an Apphcatim for Payment will1comtnutc e representation. by ENGINEER to OWNER based on ENGWFBR's an observations of the cxitiutid Work is as ikperiencedand qualified design professiaol and'on ENGINFER's rcviciv of the A . fication for Payment and the accompanvirto data and schedules, that loathe beg of .ENGINEER'; krimvlcdgc, information and belief. 14.5.1. the Work has ,progressed to the point' indicated,- 14.5.2. the quality of'thc Work is generally ,in, aocordanw,with the Contract Docwncrns�ssubjecl to an evaluation of the Work a's a funEtiauiig whole, prior to a upon Substantial Completion, to the results of any suWsqucm Tests called .for in'the Contract Documents, to a fmal determination of qu umitics and classilioitions .for 'Unit - Prim Work under paragraph9.10, and to'sny other qualificitiom slated_ 14.5.3. the conditions precedent to, CONTRACTOR'S' beuig entitled to such payment;. appear to have born fulfilled insofar as it is ENGINIM-Ws iesporisibility to observe tie Work. wmmcndmg any such payment not thereby be deemed to have M exhaustive or cbettiiiiiotts on�site of the Work tteyond the y assigned to ENGINEER in s or ful that there may not be of recommendation of any payment. I shall.noi mean that ENGINEER )NTRACTOR's means, method's, or procedures of construction or and programs incident thereto• or. TRACTOR to comply with Laws Nimble to the fumishmg or irk, or Tm any .:failure of rerform or funrsh Work in 143. ENGINEER may refuse to recommend the whole or any part or my payment if, in PNGINEER's cp mim, it, would. be incorrect to make the representations .to 29 0 0 tOWNER refTed to in paragraph 14.5, ENGINEER'may also ieftiiii: to recommendany such payment, or, because of subsectuindy discovered, evidence, or the results of :subsequent insrxctions or tests, nullify any such.. payment pieviously recommended, to such extent as -may be' =in I ENGINBER's opinion tdprqtecf OWNpR- becauic: ' 14.7.1. die Workis defeclive,,orcompletedWorkhas been damaged requiring correction -or Teplactment, 14.7.2. the Contract Price has. been reduced by Written Amendment a Chimige Order; 14.73. OWNER has been required to correct defective W6rk'or complete Workin'acccrda,noc with paraijaph 13.14,or �14.7.4. ENGINEER has actual knowledge of the occurrence of any of the events; criumeraned in pamgraphrI5.2.1 thrixigh 15.2.4 inclusive. iOWNER ' rifusc.to makc.payment of the full amount (recommended FNGN13ER 14.7.5. claims have been mad I a •against OWNER on Rocoat of CONTRACTORS p6irf6ralan-06 IT fiu-shin ..g of th6.Wdrk, 14.7.6. Liens have been riled in connection with the Work, except where CONTRACTORhiii d6liviied-a specific: Bond,satisfacto 'to OWNER t ' th ry I 0,15CCUPC M • satisfaction end discharge of such Licris,. 14.7.7. there arc other items eni4�gbwNFR'tonsei. off againstthe amount n=mViend. - or. 14.7.8. OWNER has actual knowledge of the occurrence of any sof the events enumerated in paragraphs 14.7;1 fluotio 14.73 or parnimphi; 15.23, -through 15.2,4 inclusive; but OWNER must give CONTRACTOR immediate written rioticc (with ii copy to ENGINEER).stating th6 reasons for Stich action and promptly. pay CONTRACTOR the mount so withheld or any adjustment thereto agreed Jo by, OWNER -and CONTRACTOR, when : CONTRACTOR corrects to. OWNEWs satisfactioii'the7 ,reasons fimsu"Chactio'm &bstandal Con;pIelim 30 F�GWPUL CONDMOM 19104 09901366M) U1 CITY OF FORT OOLLIISMODIF7 CATIOMPM 41200.0) 0 .149, iOWNER shall have the right to exclude. CONTRACTOR -'from the Work .alter the date ;of Substantial Completion. but OWNER shall allow 'CONTRACTORreasonable access tobompjete to -completes items on the tentative list. reasonable Pxiia Vfifization: 14.10.I.OWNER it any: time may rectumst CONTRACTOR invaritirm toi)i:nmitOWNER toiLe will for 14.10.2. No occupancy or.scparaic operation of part. of the Wort. will be accomplished prim to compliance with tie requirements. of paragraph 5:15 in'respAnt of Property insurance. FSna/fnspection 14.11 Upon written notice from CONTRACTOR that the' entire -Work' or an-agrocrl portion thereof is''completu, LNGINEEIZ will make a final in ion with OWNER and CONTRACTOR and will rwt (CON1RACTOR in "writil of ell ltarticulais in "which this inspection reveals that the Work is incomplete or,defec&e, COMPACTOR ;"IFimmedintely take: such measurei�as sre.ne`cessirry to` "complete such work bircmcdy sueh"deficiencies Final Application forPayment•. 14.12. After ".CONTRACTOR ipleted-,all. such ER and delivered .Documents Nall ions, schedules, ier evidence of 'reomnmerideton of certificates of the Agreement, mal r(as 'provided in Ixation of tho Wort CONTRACTOR remaining balance 'I at following the fully completed or al Applicator for .stipulated in :the 1 it as viuusly furnished as require alled for in the of the surely to the t-limited to the portion of the Work paragraph. 5.4.13, submitted by "CON sal payment,. and Application for su cases or waiversmade under the Q in EJ(.MOENSL%LCON ITIO51910-8 (1990FAtim) .1 MY OF FORi WLUNS htOUIRCAnoNs(REV Arz000) fails to furnish such 'a release m receipt in full, CONTRACTOR may; famish a Bond or"other collateral satisfactory., to OWNER to indemnify "OWNER "against any .Lien. Releases or waivers of liens and the consent or the surety to finalize tiavment •,arc to be submitted on .forms emforaiing to theTortaat'of Ihe.OWNER'S standard forms bound in the ProieM'manual. Ftaal Payment andAcceptatnee 14.14. It through no fault of "'CONTRACTOR. final ;completion -ofthe Work is sipiificamIkyidelayed and if ENGINEER so confirms;-OUTIERslnll, upon receipt of CONTRACTOR's final Application for Payment and to ENGTNM- with the Such "moment shell'be a Waiver ofCWms.•. 14.15. The making snd aocepWa of foal payment W ill .constitute: 14.15a.a waiver of all claims by OWNER against CONTRACTOR :except claims arising (rain unsettled Liens, from rkfective-Work•appearing after 31 • 0 0 0 fin" pursuant EM;� from litilur. inspection. -,Ithqthc or the terms I special cin, or- 0 from 00 CTORs continuing obligation; under the ttmilractDi3cuments,mid ' 1. 1. 1 . .14.15.2:A waiiverlof all claims W CONTRACTOR apinvi'OWNER mher.thrnilmse.previously made in writing and still unsoiled. ,ARTICLE 15-SUSPENSION OF WORK AND TERMINATION OWNER May Suipend Work., 15.1. At an), Limc-and without can , OWNER suspend the Work a any poirtiop.thercof for a period c more than ninety days by notice 'in wit" 3rk:m.the date so fried CONTRACTI A an adjustment in the Contract Prim or the 6nftaat Timm or botli direr QFVAERMay.Terminate. 15.2. Upon the occurrence 'of any one or more'bf the 'following events: 15.2.1. ifOONTRACTORpemistmdyfiiflstoperf6rm the Work in accordance with'il. Contmct-Docuattcrt 'ti ,(including bui'ri6t limited to; fhiluie to supply sitf icient Wiled workers or suitable materials or equipment or failure to�, adhere to the progress. , schidule:cstablished .under pamgmph 2.9 as adjusted from time to time Pursuant to paragraph 6.6)' 15.2.2.. if CONTRACTOR disregards Laws M Regulations of any public body limiingi6risdictiom 15.2.3. if -CONTRACTOR disregards,the authority of ENGINEER, or 15.2.4. . if CONTRACTOR.othmvLw violatesin any substantial way tiny.provisions or the Contract Dcictffnints; 32 PPqGENq*C0ND1T10M 19.104 (IMAdtim) VW aTY OF FORT COLYM MODIFICATIOM O�EV 402000) 15,3. Where coNTRAcToRs scrviiii have been 50r terminatod,by OWNER-Ahe termination A;ifl.ncA affect an or remedies of OWNER against CONTRACTOR then ' may, thereafter , k6raii. Alij, retention or 'Of moneys due tion orpayment CONTRACT OR ty OWNER will not 6eleaie' CONTRACTOR fiwn liability. 15.4.. 4. Upon seven days! written notice to CONTRACTOR aER nd RNGINHVR� OWNmay,. witho'ut c , ause - a I ridwithout prelludimlio'eny other rigikci remedy of OWNER. elect to terminate the Agreement. In such = :CONTRACTOR shall be paid '(withoutditpli, " ofanY'1t=_,S):_ 15,4.1. f6r&mpletedandwccptableWmkexecuted in accordance with the Contract Dociumerits prior to' the offective,datc of termination, including'fainand reasonable sums for overhead and'.p.rofit 'on sue , Wok". 15.4.2: for M sustained prim to the effective, dateof 'ic � 7xion, in performing services 'and furnishing labor, materials or equipment as required by the Contract Documents 'in, connection with' uncompleted Work, pla fiiirsnd reasomblestimifior overhead and prara'a6mch exper5g* 15.43. for, all claims, {costis, losses and damageis. incurred in settlement;of terminated contracts with Submintracto-Mi Suppliers wid othem- and 15.4.4. for reasonable expenses directly attributable t6termiriation. CONTRACTOR shall not be paid an account of loss of anticipated pinfits or,revenue or _oilier economic Ioss: arising art of or resulting from such terintriatiam CONTP,4CTOR May Stop Work or Terminate: 15.5. K thin no act or faun of CONTRACTOR. the Wok is n2d'I for a; period of more than nit' days; UeEP or under an,order of court a other public or ENGINEER fails to act on any Application is Payment within,thirty, days after it is4submined or OWNER fails for thirty days to psCONTRACTOR' - aw .y SECTION 00520 AGREEMENT • THIS AGREEMENT is dated as of the 31st day of March 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 Martin Marietta Materials Inc (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. AGREEMENT RENEWAL & WORK Renewal. This Agreement is a renewal of the Agreement entered into between the parties on the 14th day of April 2011, entitled Asphalt Overlay, Bid No. 7222, City of Fort Collins (hereinafter called The 2011 CONTRACT)and all portions interpreted as if the same were attached hereto. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7222 Asphalt Overlay and is generally described in Section 01010. This renewal is authorized pursuant to Article 3.1.1 Contract Period, of the 2011 CONTRACT. This Agreement shall be effective on the date this Agreement is signed by the City, and shall continue in full force and effect until April 17, 2015. ARTICLE 2. ENGINEER • The Project has been designed by City of Fort Collins Streets Department, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 This is a one year agreement but, at the option of the City, the Agreement may be extended for additional one year periods not to exceed one (1) more additional one year period. Pricing changes shall be negotiated by and agreed to by both parties and may use the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office as a guide. 3.2 The Work shall be Substantially Complete within one hundred fifty (150) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within five (5) calendar days after the date when the Contract Times commence to run. 3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. a remedy,,if 124GRZ sR. has failed to ion for Payment within thirty days alter it OWNER -has failed for thirty days to PPay any iurn fvially deterinined'to be M. may upon seven daye written notice to 31NEER'stop die.Wwk until Payment of all such amounts due CONTRACTOR, including interest. thereon. The provisions,of this paragraph 153 are not intended to preclude CONTRACTOR .from making claim' under Ankles' 11 and 12 for an increase in:Coraract Price tract tunes or omcnvisc for c\penses.or carnage: attributable to CONTRACTOR's stopping Work as A by this paragraph. ARTICLE16—DISPUTE RESOLIPI'ION the extent that OWNER and CONTRAC ed on the method mid procalure-for rest between them that may arise under t, such dispute resolution method and pros till be as set forth in EhdtibitGGA, 'Di 9.11 may outcrmse nave ur Laws. or Regulations in . ARTICLE I7. MISCELLANEOUS Giving NNtee: 17.1. Whenever any .provision of the Contract Documents requiresthe. giving of written notice; it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm; or to an officer of the corporation for Aces it is mtended,'or if delivered at or .seem by, registered or certified mail, postage prepaid to the last business address known to the giver of the notice. 17.2. Compnrn&on of Time 17.2.1. When any.periodof time'is referred to, in the Contract Dooumentsby days, it will be computed to exclude the first and include the Iasi., day of such period If the last day of airyy such pmod falls on:a 'oSamrdayor Sunday or on a day, made a legal holidayy by the bov of the applicable jurudiction such day'will be omittedfrom the computation: 'EKDCOENMLAL CONDII10M 1910-9 U99a Ffiiim) wI CITY of FORTCOLLim MODIM1 MONS(REVV2000) 17.2.2::A oiileralai day of twenty=four hours measured from midnight to the next midnight will constitute a day. A'edceofMint: 17:3.. Should OWNER or CONTRACTOR suffer injury or damage to person or,property':bewuse of any, error, omission or act of the other party or of _any of the, other a or .and obligations imposed by these 1 15.2 which are otherwise imposed or available by Laws a Regulations by special warranty car m guamee or --by other, provisions of the Contract Documents; and the provtstorts- of this paragraph will be jai effective 'as it repeated, �4pcc,�ficallyin the Contract D&Limchii in connection with' each particular duty, obligation, right and remedy to wfiich' .they apply. 'PI-ofes ianW F-eesand Court Coerce Indlu*d: 17.5.. Whenever reference ismadeto "claims, costs:, losses and damages'; it shall include in each case, but not be limited to, all fees and charges of engineers, architects, atttimeys _and "other professionals and 'all court 6r arbitiaRon or other dispute miolution costs. 176 'The laws or the State of Colorado Aplily to -.this, Agreianmt Reference to two pertvterit'Colomdo statutes; areas follows'. .1762. if a claim is'filed OWNER is required by' law (CRS 38-26-107) to wi Id it mall oaymen s m` CONTRACTOR sitRtciemL fiirtds to insure the. Lw}mtcnt of all ilaimsfor labor. materials: team hire . sustmana.' provisions. '»rovender, or other suoohcs used or consumed by CONTRACTOR a his'. 33 n U 0 P EM)CGF] RALCDNDIMOM I91"(1990EAOm) 34 w/awoFFORT MLLIFBM06IFICATI67-1S(REV4/10M) • (This page left Mani intrntibmily:) EA.UCOE'NDLAI:CONDIMOM 1910E (1990 EMM) 35 wia7Y or FORT OOUINSMODIF)CAT)ONS (EEV 412000) • • C� E1CMGENU M,CONDIMOM 19104(1990E61im) 36 w/ QIY OF FORT OOLUM MODIFICATIONS (REV 42000) EXHIBIT "GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEMENT OWNER; arid. CONTRACTOR, hereby agree :that Article 16 of the General Conditions of,tie'Construction Contract between OWNER. and CONTRACTOR is amenihcd to include the following agreement of the parties:. 16.L, All claims; disputes and other, matters in. question between4OWNER and CONTRACTOR arising, 'out of car relating to the, Cgntract,Documents or the breach.. paragraph 14.15) will_ he decidod by .arbitration in. accordance .with the,�Construction Industry;Aibitmtion Rules of the American �Arbitmtion Association then obtaini g, sublecl to Ihe'limitations of the Article 16., This agreemcnt;so to:arbrtrati .and any other agreement -or consent toarbitrate entered'. intoin accordance herewith as provided in this Article 16 will.be specifically enforceable under the prevailing law of any court havingjurisdictio . 16.2. No demand for arbitration" of any claim, dispute or othermimer thorn is required "to. be referred to' ENGQ'EE rnim y for decision in accordance: with pamgapli 9.11 will be made until the cailier of (a) the date on which ENGINIEER has rendered a tvntten decision or (b) the diiny-first day after the. parties Have prm, med their evidence to ENGINEER if a written decision has not been tendered by ENGINEER before that date. No. demand for arbitmiion'of any such claim, dispute or.other matter will be made later than thirty days -after the dateon which .ENGINEER has rendered a written decision in respect thereof in accoidan'ce with parapoph 9.11: and the failure to demand arbitration:widtin mid thirty days' period will result in ENGINEE ,decision being final and binding upon OWIs!ER and CONTRACTOR if ENGINEER readers a decision aftef arbitration proceedings have been initiated,such decision maybe entered is evidence butwill not supersede the arbitration proceedings; except where the decision is acceptable to the parties concerned. No demand for arbitration, of any written decision of ENGR=-R rendered uraaordanoe with paragraph-R 10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided 'With the AinenCan Arbitration Assoelatior4'ana a copy Wan bc•seot to LNGINGER for infonnalioi The demand Co arbitration' will bc'made within tic thiityilay or takliay period specified in paragraph 16.2 as applicable, and in all other easeswithina reasonable time alter the chain, dispute or othei matter in question has mrisen, and in no event shall .any."such demand be made after the date when institution of legal or egwtable proceedings based "on such claim, dispute or o her matter in question would be barred by the applicable statute of I®ititiota. .EJCDC GENERAL CONDITIONS 1910-3 (1990E(Eam) u{ CITY OF FORT COLLINS MODIFICATIONS (REV.M) 16.4, Except as provided in pamgaph:lGS below, no-arbntrition.aming out of o, relating to the Contract Documcdts shall include by cons tlidalion; joinda:or.in any ad= manner any other person or .entity (including ENGINEER, ENGINEER's Consultant and the officers: :directors, agent's, employees or esdmms'of any dflhem) who is not a party to this contract unless:' 16A. L the inclusion of such other person or entity- is necessary if completc:reief is to be'eRioded among those who are already parties tothe arbitration,' and 16.4.2. such other personor.entity is .substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise: in such procadings, and 16.4.3. the'wrihen consem,of the othci-person or entity sought to be included and -of"OWNER and CONTRACTOR has becn'obtained forsuch inclusion,. which consent shall make specific ieferenceto'.this' pamgmph; but no'such iortunt shall constitute canunt to arbitration of any dispute notspecificAl described in sttch:eonsent or to arbitmtiowwith any party not specifically identified in such consent.' 16.5. Notwithstanding paragraph 16A, if;a claim, a or 'inelude'in all suboumracts required by paragraph 6.11'a specific provision whereby the Subcontractor eotscnts to. being joirnod to an :arbitration bctwcon OWNER and 'CONTRACTOR involving due Work ` of such Subcontractor. Nothing in this rxingraph.16.5 hot in the provision of such subcontract consenting. to joinder shall .create aiiy claim, ri& or cause -of action in favor of 'Subcontractor and against .OWNER, ENGINEER or ENGINEERS Consultants that does not otherwise exist. 16.6. The award rendered by the, arbitrators will be `final, judgment cony 1c entered upon it in iuiy court having jurisdiction thereot and it will not be subject to modifidtion or appeal. 167: 'OWNER and CONTRACTOR agree that they' shall fast submit any and all unsettled claims;. .counterclaims. disputes and other matters in ,question between them arising .out of or relating to the Contract Documents or the breach thereof ("disputes'), to mediation by the .American ,Mbitratio n Assocaton finder' the Construction Industry Mcdiatim Rules of theAmerican Arbitration Association prior -;to either of them initiating ama'vist the oilier a demand for.arbitration cursuant to shall and to medtation Wallin umse same ;'and shall remain'susvended until ten Or -At • 0 0 EICDC GENERAL CONDITIONS 191045 (1990 E61im) OGAl w! CITY OF FORTCOLLINS MODIFICATIONS (REV 9194) SE SECTION 00800 SUPPLEMENTARY CONDITIONS EJ n U 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). SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment E Rev 10/20/07 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Asphalt Overlay — 2014 Renewal CONTRACTOR: Martin Marietta Materials Inc PROJECT NUMBER:7222 DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing Rev 10120/07 Section 00950 Page 1 They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: One Thousand Dollars ($1.000.00) for each calendar day or fraction thereof that expires after the one hundred fifty (150) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after the five(5) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: Five Million One Hundred Ninety -Two Thousand Two Hundred Fifty -Two Dollars and Eighty -Five Cents ($5.192.252.85), in accordance with Section 00300, attached and incorporated herein by this reference. • ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as Section 00520 Page 2 a & a § ) xR$$6 LLJ ;ca 0Z0 ;ggl7 13 !»®0) 2S/)a; �) \<� $ M ) } 0 § - / } ) & r ] _ y{ 0 �■§; - }} � )\\\(E§ �) � \ \ ! ) k )�\§ \\ \ < 0 L)- a\ \ \~ CL f �� \\/ \\ 4. } \ \\ § \ S ` \ \ \ \ ( )�\ / k )� ( \ c [ ) \ \ \ \ % / \ § ( LLI § .. LLI ° \ \\ \ \ \ L) \ \ \\ \ } \ k L) 0 0 0 E i C U � N V N = LL a m O N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 6464 6- OM OM�ffi OM 64 b090M OMB 69 b90M di lA OM 6F) OM OM 61� 61� OM ONI ON ON ON ON W OM a i°- w N a m a m 0 N 0 0 N L Ul U) a 0000000 o o 0 o o o o o o o o o o o o o 0 o 000 o 00000'0 000000oo00000000000000000000000000 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Eta'AwtotototoGqwwo�w6sto�6-o»6' o64w �60�wo»�wcOto www Z ¢ Y E N �U~0 Ci �0000000000000000000000000000000000 0000000000000000000000000000000000 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00000000000000000000000000000000000 � - EE»enF»E»e»EnF»f»e»Fnf»<»f»f»F»<»e»F»F»E»E»f»r»ene>e»e»EnuaeYe»EnF»e» O m a ¢ ao' Z �EG O 0 o - -0 > F7 Oda CY ¢Z ow o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 O 00 O O O O O O O O O O 0066 O O O O O O O O O O O O O O O O d ¢ E EA !A fA fA :A to fA fA fA EA fA fA 69 fA fA fA fA fA di fA fA to to to to fA EA fH fA fA fA b9 fA fA ¢a 4 ¢ m Y E N C �UFLm CJ �OO0000000000000000000000000o000000 Cio OC! 0000000000000000000000000000 00000000000000000000000000000000000 E»ea en f»f»E»6')e0f»E»rAF»F»e060F»F»E46a»ea r»u>e»en F»F»tn en es»E»f»ea U �a N C 7 U ~ T Z O m r U 0 n U r J Z m H O w U � � a E E m ° 2 s m a 0 0 0 0 r 0 .H 4J U U1 7 C N � -p N LL O W a m (D E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 to to to to to to (at') to to E to to Cato to fA to to to to to EA fA fA to to to FA fA (AM to 0 fA O to da l F M N v t6 v W W N O O (6 = in �r N a �00000c 0c 0C 0000000C 0C 0C! 00000C!C! 00000000000000000000000000000000000 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . 000000000000000000000000000000000000 fA fA fA fA to fo Vi FA vi FA FA fA to FA FA» to fo Ui FA to Vj FA fA fA to Vj to Vl to to vi fA to fA 4) Q Y D_ N W o �iUH� C! Q00000000000000000000000000000000000 000000000 000000000000000000000000 d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C. 0 0 -O � fA fA fA fA to to to to to fA to to fA to to to to to to t» t» to to to to to to ua to rfl ui to t» t» to O W p O O Z ` ] O O N 0 �i Uaa Cf U-0 J O > 00000000000000000000000000000000000 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 0 0 O OO OO OO O O O O O OO OO OO O O O O O O O OO OO OO O o OOOOO OO OOOOO O O d d E fA fA to to to to to to to to to to fA to to to FA fA to fA fA to to to to to E to to to to to W to tri E O U L w C O t O O C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 to EA fA Uf to to to vi to fA to to to to to to w tri to to to to to to to to to to 69 to to to to O to O to 0 Q = U C 'C �a to w K O w J N Q O O 0 O U w o (J J W Z U �O = aN ow U � d a E 4 m- E Z 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 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 fH Ki EA 69 fA fA f9 EA E9 ffl FA fA EA fA fA tow fA fA fA tow fA fA fA fA fR fA b9 M M f9 V LL 0 �a W (L 0cF 4) L N Z =Z N rn rt a 0 0 0 0 G O .H JJ O U1 2014 ASPHALT OVERLAY PROJECT GENERAL REQUIREMENTS INDEX SECTION 01010 Summary of Work 01040 Coordination 01310. Construction Schedules 01330 Survey Data 01340 Shop Drawings 01410 Testing 01510 Temporary Utilities 01560 Temporary Controls 01700 Contract Closeout 01800 Method of Measurement and Basis of Payment PAGE NUMBERS General Requirements 1-2 General Requirements 34 General Requirements 5-6 General Requirements 7 General Requirements 8-10 General Requirements 11-12 General Requirements 13 General Requirements 14-15 General Requirements 16 General Requirements 17 0 r�J 1 11 SECTION 01010 SUMMARY OF WORK 1.1 DESCRIPTION OF WORK A. This work shall consist of asphalt patching, asphalt overlays, base work, variations of paving fabric, and manhole and valve box adjustments on designated streets in the City of Fort Collins. Specific locations are described in Section 3500, Project Map. B. Protection and Restoration. 1. Replace to equal or better conditions all items removed and replaced or damaged during construction. Restore all areas disturbed to match surrounding surface conditions. Also see tree protection standards. C. Construction Hours I. Construction hours, except for emergencies, shall be limited to 7:00 a.m. to 6:00 p.m., Monday through Friday, unless otherwise authorized in writing by the Engineer. After hour equipment operation shall be in accordance with Section 1560. 2. Any work performed by the Contractor outside of the construction hours, whether or not authorized by the Project Manager, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds to cover the Owner' s costs in providing field engineering and/or inspection services because of such work. The cost for field engineering and inspection shall be $50.00 per hour. 1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES A. Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when prosecution of the Work may affect them. B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items which would affect their daily operation. E. Tom Knostman/Bennett Ashbaugh will be the Program Manager/Project Manager). Tom Knostman 970-221-6576 Office 970-679-7947 Cell Bennett Ashbaugh 970-221-6615 Office 970-658-0921 Cell F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. General Requirements - Page 1 of 17 SECTION 01010 SUMMARY OF WORK UTILITIES Water: City of Fort Collins, Colorado 221-6700, Meter Shop 221-6759 Storm Sewer: City of Fort Collins, Colorado 221-6700 Sanitary Sewer: City of Fort Collins, Colorado 221-6700 Electrical: City of Fort Collins, Colorado 221-6700 Gas: Xcel Energy Emergency 1-800-895-2999 Local Contact Pat Kreager970.566.4416 Telephone: UNCC / 1-800-922-1987 Local Contact: Debbie Kautz 970.689.0635 Traffic Operations: City of Ft. Collins, Colorado 221-6630 Cable Television: Comcast 493-7400 Utility Notification Center of Colorado (UNCC) - 811 1-800-922-1987 AGENCIES Safety: Latimer County Sheriffs Department: 40 Occupational Safety and Health Administration Non -Emergency: 221-7177 (OSHA): 844-3061 Fire: Ambulance: Poudre Fire Authority Poudre Valley hospital Non -Emergency: 221-6581 Non -Emergency: 484-1227 Emergency: 911 Emergency: 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 2 of 17 0 SECTION 01040 COORDINATION 1.1 GENERAL CONTRACTOR RESPONSIBILITIES A. Coordinate operations under contract in a manner which will facilitate progress of the Work. The Contractor shall also coordinate with the Landscape Contractor whose Work is separate from the General Contractors contract. B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the service of such utilities, agencies, or public safety. C. Coordinate operations under contract with utility work to allow for efficient completion of the Work. D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to provide satisfactory access at all times and keep them informed at all times. 1.2 CONFERENCES A. A Pre -construction Conference will be held prior to the start of construction. 1. Contractor shall participate in the conference accompanied by all major Subcontractors, including the Traffic Control Supervisor assigned to the project. 2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to proj ect. 3. The Project Manager shall invite all utility companies involved. 4. The Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated schedules. • 5. The Project Manager shall introduce the project Representatives. B. Additional project coordination conferences will be held prior to start of construction for coordination of the Work, refining project schedules, and utility coordination. C. Project Manager may hold coordination conferences to be attended by all involved when Contractors operations affects, or is affected by, the work of others. 1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Project Manager. 1.3 PROGRESS MEETINGS A. Contractor and Project Manager shall schedule and hold regular progress meetings at least weekly and at other times as requested by the Project Manager or required by the progress of the Work. B. Attendance shall include: 1. Contractor and Superintendent. 2. Owner's Representatives. 3. Program Manager/Project Manager, and Project Representative. 4. Traffic Control Supervisor 5. Others as may be requested by Contractor, Project Manager or Owner. Geneml Requirements - Page 3 of 17 SECTION 01040 COORDINATION C. Minimum agenda shall include: 1. Review of work progress since last meeting. 2. Identification and discussion of problems affecting progress. 3. Review of any pending change orders. 4. Revision of Construction Schedule as appropriate. D. The Project Representative and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay estimates. END OF SECTION • General Requirements - Page 4 of 17 SECTION 01310 CONSTRUCTION SECHDULES 1.1 GENERAL A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor intends to meet the milestones set forth. 1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. 1.2 FORMAT AND SUBMISSIONS A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. B. Submit two copies of each schedule to Owner for review. 1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. C. The schedule must show how the street, landscaping and various utility work will be coordinated. 1.3 CONTENT A. Construction Progress Schedule. • 1. Show the complete work sequence of construction by activity and location. 2. Show changes to traffic control. 3. Show project milestones B. Report of delivery of equipment and materials. 1. Show delivery status of critical and major items of equipment and materials. 2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements for equipment and materials, reference Section 01340. 1.4 PROGRESS REVISIONS A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when requested by Owner or Project Manager, and with each application for progress payment. B. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. C. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of others. General Requirements - Page 5 of 17