Loading...
HomeMy WebLinkAbout267431 NORTHSTAR CONCRETE INC - CONTRACT - BID - 7509 CONCRETE MAINTENANCE PROJECT PHASE II (2)City of F6rt Collins Purchasing SPECIFICATIONS .gym Financial Services Purchasing Division 215 N. Mason St. 2" Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221,6707 jcgov.com1purchasing CONTRACT DOCUMENTS •: CONCRETE MAINTENANCE PROJECT PHASE II 2014 RENEWAL BID NO. 7509 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS • amount equal to 100% of the Work completed. 95% of materials and • equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00520 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of • subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the 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 SECTION 01330 SURVEY DATA A. The Owner shall provide the construction surveying for the street and landscaping improvements. City • Survey Crews will perform the surveying required. B. The Contractor must submit a survey request form to the City Surveyor a minimum of48 hours prior to requiring surveying. C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the Contractor with the date on which the requested work will be completed. D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of re -staking construction stakes and for the cost of re-establishing a destroyed monument. F. The Contractor shall notify the Engineer prior to concrete removal when property line markers are inscribed in the surface of the existing concrete, typically designated by "+" or "x" markings. The Contractor shall NOT reinstall all existing property line markers in the surface of the new concrete. The Contractor may NOT offset the existing mark for reinstallation but shall notify the City Survey Crews and request the offset location prior to removal of the concrete. If markers are removed without offsetting and reinstalling, the Contractor shall be responsible for all costs, including survey costs, associated with relocating and reinstalling the markers. G. The Contractor shall be responsible for transferring the information from the construction stakes to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other • structures in accordance with the information on the stakes and grade sheets supplied by the Owner. END OF SECTION General Requirements — page 8 of 18 SECTION 01340 SHOP DRAWINGS • 1.1 GENERAL A. Submit Shop Drawings, Samples, and other submittals as required by the individual specification. 1. Engineer will not accept Shop Drawings or other submittals from anyone but Contractor. B. Schedule: Reference Section 0 13 10, Construction Schedules. Submittals received by Engineer prior to the time set forth in the approved schedule will be reviewed at any time convenient to Engineer before the time required by the schedule. C. Any need for more than one re -submission, or any other delay in obtaining Engineers review of submittals, will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by failure of Engineer to return any scheduled submittal within 10 days after receipt in his office of all information required for review of the submittals or for any other reason which prevents Engineer's timely review. Failure of Contractor to coordinate submittals that must be reviewed together will not entitle Contractor to an extension of Contract Time or an increase in Contract Price. D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication. E. Contractor shall not use materials or equipment for which Shop Drawings or samples are required until such submittals, stamped by Contractor and properly marked by Engineer, are at the site and available to workmen. F. Contractor shall not use Shop Drawings which do not bear Engineer's mark "NO EXCEPTION TAKEN' in the performance of the Work. Review status designations listed on Engineers 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 Engineer's notations. Contractor is to proceed with the Work in accordance with Engineers notations and is to submit a revised submittal responsive to notations marked on the returned submittal or written in the letter of transmittal. 3. REJECTED: Signifies material or equipment represented by the submittal does not conform to the design concept or comply with the information given in the Contract Documents and is not acceptable for use in the Work. Contractor is to submit submittals responsive to the Contract Documents. 4. FOR REFERENCE ONLY: Signifies submittals which are for supplementary information only; pamphlets, general information sheets; catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Owner in design, operation, or maintenance, but which by their nature do not constitute a basis for determining that items represented thereby conform with the design concept or comply with the information given in the Contract Documents. Engineer reviews such submittals for general information but not for substance. 1.2 SHOP DRAWINGS A. Include the following information as required to define each item proposed to be furnished. 1. Detailed installation drawings showing foundation details, and clearances required for construction. is 2. Relation to adjacent or critical features of the Work or materials. General Requirements — page 9 of 18 SECTION 01340 SHOP DRAWINGS 3. Field dimensions, clearly identified as such. • 4. Applicable standards, such as ASTM or Federal Specification numbers. 5. Drawings, catalogs or parts thereof, manufacturer's specifications and data, instructions, performance characteristics and capacities, and other information specified or necessary: a. For Engineer to determine that the materials and equipment conform with the design concept and comply with the intent of the Contract Documents. b. For the proper erection, installation, and maintenance of the materials and equipment which Engineer will review for general information but not for substance. c. For Engineer to determine what supports, anchorages, structural details, connections and services are required for materials and equipment, and the effect on contiguous or related structures, materials and equipment. 6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable Engineer to review the information effectively. B. Manufacturers 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 ''/2' x I V. 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. 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 Engineer. 1.4 RE -SUBMISSION REQUIREMENTS General Requirements -page 10 of 18 • • • SECTION 01340 SHOP DRAWINGS A. Make corrections or changes required by Engineer and resubmit until accepted. B. In writing call Engineer's attention to deviations that the submittal may have from the Contract Documents. C. In writing call specific attention to revisions other than those called for by Engineer 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 General Requirements — page 11 of 18 SECTION 01410 TESTING 1.1 GENERAL • A. Provide such equipment and facilities as the Engineer may require for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product which becomes unfit for use after approval shall not be incorporated into the work. 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 stand by 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 Contractor's control system shall specifically include all testing required by the various sections of these Specifications. B. Superintendence: The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the Work. The Superintendent shall have adequate experience to perform the duties of Superintendent, shall be assigned solely to this project, and shall remain on site during construction • activities. General Requirements — page 12 of 18 0 i • SECTION 01410 TESTING C. Contractor's quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the Engineer and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action and corrective action taken. Document inspections and tests as required by each section of the Specifications, and provide copies to Engineer weekly. END OF SECTION General Requirements —page 13 of 18 SECTION 01510 TEMPORARY UTILITIES 1.1 UTILITIES • A. Furnish all utilities necessary for construction. B. Make arrangements with Owner as to the amount of water required and time when water will be needed. 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 facilities from public view to the greatest practical extent. END OF SECTION • • General Requirements — page 14 of 18 SECTION 01560 TEMPORARY CONTROLS • 1.1 NOISE CONTROL A. The Contractor shall take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. Refer to Revision of Section 108 for additional requirements. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m, and 7:00 a.m. 1.2 DUST CONTROL A. Dusty materials in piles or in transit shall be covered to prevent blowing material. B. The Contractor shall be respectful to pedestrians and bicyclists when sweeping road surfaces. The Contractor shall cease operation until the citizen(s) has cleared the area. C. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. 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 proper disposal off the site. 2. Prevent sediment, debris, or other substances from entering sanitary sewers, storm drains and culverts. 1.4 EROSION CONTROL A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities. 1. Measures in general will include: a. Control of runoff. b. Trapping of sediment. c. Minimizing area and duration of soil exposure. d. Approved temporary materials such as hay bales, sand bags, plastic sheets, riprap, or culverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to construction activities. B. Preserve natural vegetation to greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual. 1.5 TRAFFIC CONTROL A. Maintain traffic control in accordance with the latest revisions of the "Manual of Uniform Traffic Control Devices" (MUTCD), the City of Fort Collins "Work Area Traffic Control Handbook," and the "Larimer County Urban Area Street Standards." In the event of a conflict between the MUTCD criteria and the • City's criteria, the City's criteria shall govern. See Revision of Sections 104 and 630 General Requirements — page 15 of 18 SECTION 01560 TEMPORARY CONTROLS 1.6 PARKED VEHICLES • A. See Revision of Section 104 for issues related to parked vehicles. 1.7 HAUL ROUTES The Engineer reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads. These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements, and/or pavements whose condition would be significantly damaged by heavy loads. END OF SECTION • • General Requirements —page 16 of 18 SECTION 01700 CONTRACT CLOSEOUT • 1.1 CLEANING AND RESTORATION i C A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work was begun. This will include providing labor, equipment and materials for cleaning, repairing, and replacing facilities damaged or soiled during construction. The Engineer will be the judge of the degree of restoration required. 1.2 PROJECT RECORD DOCUMENTS A. Maintain on the job site, and make available to the Engineer upon request, one current marked -up set of the drawings which accurately indicate all approved variations in the completed work that differ from the design information shown on the drawings. Further, these drawings should reflect all underground obstacles encountered. B. These record drawings along with any survey records, photographs, and written descriptions of work as may be required by the Engineer shall be submitted prior to project acceptance. END OF SECTION General Requirements — page 17 of 18 Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents' in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance • 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: n/a The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 1, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 0 SECTION 01800 METHOD OF MEASUREMENT AND BASIS OF PAYMENT 1.1 DEFECTIVE WORK • A. Owner shall not pay for defective work and repair or additional work required to bring the project to a point of acceptance. 1.2 BID PRICE A. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection therewith shall be included in the prices bid for the various items of Work. B. Prices shall include all costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment and tools, and performing all labor and supervision to fully complete the Work. C. Unit prices shall govem over extensions of sums. D. Unit prices shall not be subject to re -negotiation. 1.3 ESTIMATED QUANTITIES A. All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The basis of payment shall be the actual amount of materials furnished and Work done. B. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amount of Work actually performed and materials actually furnished and the estimated amount therefor. END OF SECTION General Requirements - page 18 of 18 SECTION 02000 PROJECT SPECIFICATIONS • The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction", latest revision, and the Larimer County "Urban Area Street Standards" (hereafter referred to as the "Standard Specifications"), latest revision, are made a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of the provisions of the preceding Sections, the preceding Sections shall govern. INDEX OF REVISIONS SECTION 104 Traffic and Parking Control 105 Control of Work 107 Safety and Protection and Restoration of Property and Landscape 108 Prosecution and Progress 201 Clearing and Grubbing 202 Removal of Structures and Obstructions 203 Excavation and Embankment 208 Erosion Control and Inlet Protection 212 Seeding, Fertilizer, and Sodding 304 Aggregate Base Course 403 Hot Mix Asphalt — Patching 601 Finishing Hardened Concrete Surfaces 604 Inlets and Culverts 608 & 609 Sidewalks, Curb and Gutter, Drive Approaches, Aprons, Crosspans, Pedestrian Access Ramps, Flatwork, and Concrete Pavement • 623 627 Irrigation System Pavement Markings 630 Construction Zone Traffic Control REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL Section 104 of the Standard Specifications is hereby revised as follows: • MAINTAINING TRAFFIC Subsection 104.04 shall be amended to include the following. It shall be the Contractors responsibility to clear parking from the streets when such parking will interfere with the work. Prior to work that requires the street(s) to be closed to parking and/or traffic, the street(s) shall be posted for "NO PARKING". "NO PARKING" signs shall be placed at a minimum of 100 foot intervals. The placement of these signs shall take place at least 24 hours prior to the commencement of work and shall clearly show the type of work, and the day, date, and times that the message on the sign is in effect. (For example, if a street is to be repaired on Wednesday, July 2, the street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that reads similar to "NO PARKING, WEDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M., Concrete Repairs (see sample "NO PARKING" sign on page 4). "NO PARKING" signs shall remain in place until the street is opened to traffic and all clean-up operations completed. No Parking signs may be placed, maintained and removed by a representative of the Contractor, the Traffic Control Supervisor, or Flagger. All information on the "NO PARKING" signs, with the exception of the type of work, date, and time shall be in block letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible and written in block style letters. The "NO PARKING" signs shall be in effect for one or two days only. In the event the Contractor deems it necessary to remove a vehicle that has not adhered to the "NO PARKING" notification, the Contractor shall first make every reasonable effort to locate and contact the owner of the vehicle. Should the Contractor be unable to locate the owner of the vehicle, the Contractor shall notify the Engineer to arrange for towing. If the "NO PARKING' sign has been in place for a minimum of 24 hours, the City will make every reasonable effort to remove the offending vehicle within four (4) hours of notification from the Contractor. The Contractor shall not be entitled to additional compensation for delays associated with the towing of illegally parked vehicles. • The Contractor shall have an approved Traffic Control Plan on site at all times. Traffic control signage on the construction site shall be set up in accordance with the approved traffic control plan and in accordance with the specifications. Work performed by the Contractor without an approved traffic control plan or when "NO PARKING" signs have not been placed as required by the specifications shall not be paid. The Contractor shall also be subject to a pay deduction of up to $1,000.00 per occurrence per day for traffic control not in compliance with referenced specifications or requirements contained herein. Issues subject to deductions may include but are not limited to: Traffic Control Supervisor not on the project site at all times (unless pre -approved by the Engineer) An approved traffic control 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. 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. 0 Project Specifications - Page 2 of 48 REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL • At or near the end of each work day, a representative of the Contractor, the Traffic Control Supervisor, and the Engineer shall meet to discuss the progress of the work, the placement of upcoming traffic control devices including "NO PARKING" signs. The quantity of traffic control devices used that day and for the next day shall be agreed upon by the Contractor and the Engineer. Any necessary adjustments shall be made. The Contractor and Engineer shall also review and determine the proposed means of handling parking and traffic control for the upcoming work. It is the responsibility of the Contractor to minimize any inconvenience to the public as a result of their work. The Contractor shall maintain access at all times to all businesses within the project. The installation schedule shall be communicated to all businesses and residents affected by the work at least 48 hours prior to starting work. 9 Any changes to the traffic control, as directed by the Engineer, including additional signs, barricades, and/or flaggers needed shall be immediately implemented. Traffic control shall be paid under Revision of Section 630, "Construction Zone Traffic Control' found herein. Project Specifications - Page 3 of48 REVISION OF SECTION 104 TRAFFIC AND PARKING CONTROL NO PARKING Wed JUlY 2 7:00AM-6:00PM CONCRETE REPAIRS END OF SECTION i • Project Specifications - Page 4 of 48 REVISION OF SECTION 105 CONTROL OF WORK • Section 105 of the Standard Specifications is hereby revised as follows: AUTHORITY OF THE ENGINEER Subsection 105.01 shall be amended to include the following: No phase of construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the Owner to stop work. During periods of Traffic Control non-compliance, the Contractor may be assessed $1,000.00 per day, may forfeit payment of work and materials installed, and may lose contract working days as determined by the Owner. The Contractor shall not be entitled to compensation for delays associated with non -compliant periods. PLANS, SHOP DRAWINGS, WORKING DRAWINGS, OTHER SUBMITTALS, AND CONSTRUCTION DRAWINGS Subsection 105.02 shall be amended to include the following: The Contractor shall furnish the required submittals in TABLE 105-1 one week before the commencement of work. Three (3) copies shall be furnished to the Engineer, two (2) copies will be returned to the Contractor upon approval. Submittals shall not be measured and paid for separately but shall be included in the work. TABLE 105-1 SUMMARY OF CONTRACTOR SUBMITTALS Section No. Description Approval Needed Reoccurring 107.02 Topsoil Soil Analysis or Soil Sample Submittal Yes Yes 108.03 Schedule of Work Yes Yes 203.05 Borrow Material Gradation Yes Yes 208.02 Erosion Control Devices Yes No 208.06 Spill Kit: List of items included within kit Yes No 212.02 Sod/Seed Yes No 304.02 Aggregate Base Course/Recycled Concrete Soil Analysis Yes No 601.01 Exposed Sand Finish Yes No 608.00 Concrete Mix Designs Yes No 608.00 Curing Compound Yes No 608.00 Finishing Aide Yes No 608.00 MSDS Sheets for Curing Compound and Finishing Aide Yes No 630.00 Traffic Control Plans Yes Yes 630.11 TCS Qualifications reoccurs when TCS and fla ers change) Yes No 630.11 Resident Notification Letter Yes Yes COOPERATION BY CONTRACTOR Subsection 105.10 shall be amended to include the following: The City of Fort Collins is committed to comply with the United States Environmental Protection Agency (EPA) and Cite Streets Department Environmental Management System (EMS) requirements that vehicles on City projects shall comply with the "Anti -Idling Policy" to reduce environmental impacts related to construction. Contractors and Subcontractors shall comply with turning off vehicles and equipment instead of idling for long periods (more than thirty (30) seconds after stopping at destination and/or not more than five (5) minutes aggregated within sixty (60) minutes). Exceptions for powering auxiliary equipment and for safety or health emergencies are allowed. . COOPERATION WITH UTILITIES Project Specifications - Page 5 of 48 REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.11 shall be amended to include the following: Concrete construction and reconstruction operations at intersections may involve the destruction and replacement of traffic signal loop detectors and/or new detectors may be installed at intersections where they do not currently exist. The existing traffic signal loop detectors shall be removed by the Contractor at no additional cost. New and replacement loop detectors shall be installed by the City Traffic Division. The Contractor shall cooperate with the schedule of this work to insure the timely installation of loop/camera detectors. The Contractor shall coordinate with the City Traffic Division to insure that their work is completed before concrete placement operations begin. COOPERATION BETWEEN CONTRACTORS Subsection 105.12 shall be amended to include the following: City Utilities, Streets, Parks, Traffic, and utility Contractors may perform work related to the project within or near the limits of this project. The Contractor shall conduct the work without interfering or hindering the progress or completion of the work being performed by other Contractors. The Contractor shall coordinate extensively with these entities to minimize traffic control and scheduling conflicts and ensure timely completion of all the work. The contractor shall allow supporting utility work within their traffic control areas and provide flagging, if necessary, in support of their work and safety requirements. INSPECTION AND TESTING OF WORK Subsection 105.16 shall be amended to include the following: • The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a minimum of 24 hours in advance of starting any construction operation that will require inspection, measuring . for pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the Owner and the Engineer from any responsibility for additional costs or delays caused by such failure. Inspection of the work or materials shall not relieve the Contractor of any obligations to fulfill his contract or complete warranty elements as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected by the Engineer or that payment therefore has been included in the progress estimate. MAINTENANCE DURING CONSTRUCTION Subsection 105.19 shall be amended to include the following: The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be cleaned of debris generated by the Contractor at the earliest opportunity, but in no case shall the area not be cleaned after the completion of the day's work. Large debris (greater than one inch) and regardless of the source, shall be picked up and disposed of offsite at the contractors expense. Smaller particulate debris shall be blown from the sidewalks, driveways, curb, and gutter into the street where it can be picked up by a sweeper without transmitting debris back on sidewalk areas. It shall be the Contractor's responsibility to provide the necessary manpower and equipment to satisfactorily clean the roadway area at no extra cost. The Contractor shall utilize a combination of pick-up brooms, side brooms, and/or other equipment as needed to clean the streets. The requirement to sweep the street shall be suspended during the leaf fall period between September 12th and November 12" unless directed by the Engineer for areas with minimal leaf fall. All sweeping and clean up equipment shall be approved by the Engineer prior to the commencement of work. The Contractor shall maintain the streets during the construction process as prescribed above. If a street requires additional sweeping by City forces, the Owner shall deduct from compensation due the • Contractor sufficient funds to cover the Owners cost to provide the sweeping service. Project Specifications - Page 6 of 48 • REVISION OF SECTION 105 CONTROL OF WORK All cost of maintaining the work during construction and before the project is accepted, shall not be measured and paid for separately but shall be included in the work. END OF SECTION Project Specifications - Page 7 of 48 REVISION OF SECTION 107 SAFETY AND PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPING Section 107 of the Standard Specifications is hereby revised as follows: i Subsection 107.06 shall be amended to include the following: Personnel on Street Maintenance Program (SMP) projects shall use protective equipment prescribed by Local, State, and Federal safety regulations to attempt to control or eliminate hazards or exposure to illness or injury. The Contractor and Subcontractors are responsible for providing and insuring the use of the required Personal Protective Equipment (PPE). Only Personal Protective Equipment complying with the Occupational Safety and Health Administration (OSHA) or American National Standards Institute (ANSI) regulations shall be used. The Contractor shall be responsible for the compliance of their employees and the Subcontractor's employees. The Contractor's safety representative shall make regular field inspections to audit and document compliance. An employee of the Contractor or Subcontractor who refuses to use the prescribed protective equipment designed for their protection, or willfully 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 be amended to include the following: The fact that any underground facility (sprinkler systems, utility services, etc.) is not shown on the plans, details, or construction documents shall not relieve the Contractor of his responsibilities as provided for in the Contract. It shall be the Contractor's responsibility, pursuant thereto, to ascertain the location of such underground improvements which may be subject to such damage by reason of his operations. Any pruning of vegetation shall require the written permission of the property owner and/or the Engineer If the landscape removal area adjacent to the concrete repair is six (6) inches or less in width, the Contractor . shall repair any subsurface utilities including irrigation systems, clean the area of all construction debris (i.e. concrete, road base, etc.) to a minimum depth of four (4) inches, prepare all edges to be clean and vertical, and place and compact imported topsoil. The topsoil shall be compacted (until firm, but not over compacted) utilizing a hand operated roller or other method approved by the Engineer. At the Engineers discretion, any areas to be restored where the disturbed area is greater than six (6) inches in width and greater than 12 inches in length adjacent to the concrete repair, the Engineer may require the Contractor to clean and prepare the area along the entire length of the repair location as stated above to a minimum one foot (12 inches) wide, place sod on the prepared surface, water the new sod once thoroughly, and notify the property owner in writing of the nature of the work that has taken place. The Contractor shall also notify the property owner of the fact that the sod will be watered only once by the Contractor and provide the property owner the recommended watering schedule suggested by the sod supplier. The Contractor shall make every effort to minimize the need for sod placement. If the existing asphalt along the concrete toe is in good condition and salvageable during concrete removal, as determined by the Engineer, the Contractor shall preserve the existing asphalt. Minimizing the landscape removal areas behind the sidewalk, curb and gutter shall continue to be the primary goal. The pay item for "Asphalt Pavement Preservation" is intended to compensate the Contractor for additional removal time, backfill, sprinkler repair, and sodding that shall be required while preserving the existing asphalt and minimizing the removal area behind the repair. "Asphalt Pavement Preservation" shall provide compensation for this type of repair and shall be measured and paid in addition to the concrete pay item for the type of repair (i.e., Driveover Curb, Gutter and 6" Sidewalk — Remove & Replace). Revision of Section 608 and 609 defines the measurement and payment for these removals. The placement of backfill and top soil for concrete repair locations shall be completed within two (2) working days of the placement of the concrete. Excavated soils from the repair locations may be stockpiled on site and used as backfill for areas behind the new concrete installation and below the top four (4) inches of the surface. • Imported Topsoil shall consist of loose friable river bottom or farmland loam, reasonably free of manmade Project Specifications -Page 8 of 48 REVISION OF SECTION 107 SAFETY AND PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPING materials subsoil, refuse, stumps, roots, rocks, brush, weeds, noxious weed seeds, heavy clay, hard clods, trash, toxic substances, or other material which would be detrimental to the proper development of vegetative growth. Imported topsoil shall have 100% passing the 1/4" screen and shall contain a combination of sand, clay, and friable loam. The Contractor shall submit a soil analysis or sample for approval by the Engineer. The topsoil shall be in a relatively dry state but shall contain sufficient moisture to allow compaction and shall be placed during dry weather. The topsoil shall be fine graded to eliminate rough and low areas and ensure positive drainage. The existing levels, profiles, and contours shall be maintained. If the area to be repaired is only damaged on the surface, the Contractor shall remove the damaged areas of sod to a depth that will allow new sod to be placed, place new sod, water once and notify the property owner in writing of the nature of the work that has taken place. The Contractor shall also notify the property owner of the fact that the sod will be watered only once by the Contractor and provide the property owner the recommended watering schedule suggested by the sod supplier. The minimum overall width of the area to be sodded shall be one (1.0') foot. For concrete repair locations, the placement of sod shall be completed by the end of the first working day of the week following the placement of the concrete. Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction and protected from damage by the Contractor. Sprinkler heads shall be salvaged and stockpiled on each property for use when reconstructing the sprinkler systems. Sprinkler systems damaged outside of the construction limits as a result of construction operations shall be replaced at the Contractor's expense within three (3) working days from the date of damage. All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his • expense unless a written waiver is obtained from the property owner and submitted to the Engineer. Re -sodded lawns shall be watered once by the Contractor. All costs for protecting and restoring landscaping and lawns shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work and no measurement or payment shall be made separately for the protection and restoration of landscaping and lawns. All restoration of landscaping and lawns damaged by construction operations, other than concrete repair, shall take place within three (3) working days from the date of damage. In areas where the Engineer directs new work or the reconstruction area requires grade adjustment, the placement of topsoil, sod, and sprinkler relocation will be provided by the 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 9 of48 8.2. No assignment by a party hereto of any rights under or interests in the S Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. • 0 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: SCHEDULE Subsection 108.03 shall be amended to include the following: A schedule of work must be submitted prior to starting work and shall include the number of working days per area to complete all work items covered by the contract but shall not exceed the number of contract working days. Location of vicinity maps are referenced in Section 03500, Project Maps. The schedule should take any priorities into consideration and include projected start and end dates for each area. Area and street quantities are described in Section 02500, Quantity Estimates. Prior to award, mutually acceptable milestones shall be determined by the Contractor and the City based on the schedule of working days discussed above. LIMITATION OF OPERATIONS Subsection 108.05 shall be amended to include the following: The work shall be completed within the following calendar months: FEB MAR APR MAY JUN JUL AUG SEPT OCT NOV I DEC [!AN _--- -- Ate:—. —, - ..:_• >�_�%� -__::... _- ��, DETERMINATION AND EXTENSION OF CONTRACT TIME Subsection 108.08 shall be amended to include the following: Working hours on residential and collector streets shall be 7.00 a.m. to 6:00 p.m., Monday through Friday, or as approved by the Engineer. Working hours on arterial streets shall be restricted to 8:30 a.m. to 3:30 p.m., or as approved by the Engineer. Working hours within CDOT right-of-way (S.H. 287 College Ave. and Hwy 17 Mulberry St.) shall be restricted to 9:00 a.m. to 3:00 p.m The above time restrictions shall apply to the days' preparatory work, equipment maintenance, and clean up unless approved by the Engineer. Contract working days shall be completed in one hundred forty (140) consecutive working days and during the months of May through November. The Contractor shall mobilize to begin work within ten (10) working days of the Notice to Proceed and shall continue installations through completion of the contract. FAILURE TO COMPLETE WORK ON TIME Subsection 108.09 shall be amended to include the following: Failure to meet the agreed upon milestones, mobilize within the days specified, or fully complete the project in one hundred forty (140) consecutive working days, shall result in liquidated damages assessed against the Contractor. 48 0 0 Project Specifications - Page 10 of 48 0 • REVISION OF SECTION 108 PROSECUTION AND PROGRESS At the City's option, liquidated damages in the amount of $1,000.00 per day may be retained from any monies due the Contractor, or the City may retain an additional Contractor(s) to complete the work, or portion thereof, and retain any costs incurred above and beyond the bid prices of the Contract from any monies due the Contractor in lieu of liquidated damages. END OF SECTION Project Specifications - Page l l of 48 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised as follows: 46 CONSTRUCTION REQUIREMENTS Subsection 201.02 shall be amended to include the following: When tree roots are encountered during construction operations, the Contractor shall notify the Engineer prior to root removal. The Engineer and the City Forester's representative shall then make a determination regarding removal. When it is apparent that the tree roots have heaved the concrete section, the Contractor shall remove the section(s) of concrete as early as possible to allow time for inspection and to schedule root grinding operations, under separate contract. Root grinding will be scheduled as soon as possible to minimize delays in construction. Delays to concrete installation due to root grinding shall not be considered for additional traffic control payment or additional days added to the total contract working days but shall be anticipated in the Contractor's schedule. Where it is anticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent any damage to the roots with tools or equipment. Damage to roots during concrete removal shall be trimmed and cut with a sharpened, sanitized saw, cut orthogonally to its longitudinal axis as closely as practical, to leave the freshly cut root surface in a clean and smooth condition. Axes or other blunt objects shall not be used to cut tree roots. BASIS OF PAYMENT Subsection 201.04 shall be amended to include the following: All costs for removing tree roots shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work and no measurement or payment shall be made separately for the removal and trimming of tree roots. . END OF SECTION Project Specifications - Page 12 of 48 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 0 Section 202 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 202.01 shall be amended to include the following: This work consists of sawing and cutting to facilitate controlled breaking and removal of concrete, asphalt, and flagstone to a neat line. CONSTRUCTION REQUIREMENTS Subsection 202.02 shall be amended to include the following: Sawing of concrete and asphalt shall be done to a true line having a vertical face, unless otherwise specified. The depth of the saw cut in concrete and asphalt shall be of sufficient depth to ensure a vertical, smooth face, free from breakage, or as directed by the Engineer. Cuts in asphalt or concrete pavement shall be made such that each edge shall be parallel or at right angles to the direction of traffic. Dust created by sawing shall be mitigated by wet sawing or other means approved by the Engineer. Residue from sawing shall be removed by the Contractor at the earliest opportunity. Residue will not be allowed to run through the gutter flow line for more than fifty (50) feet. The Contractor shall prevent tracking of residue onto the roadway or walkway and shall prevent discharge into the storm drainage system. The Contractor shall use a storm water protection device or other means of controlling run off of residue as approved by the Engineer. See Section 208 "Erosion Control and Inlet Protection" contained herein. METHOD OF MEASUREMENT Subsection 202.11 shall be amended to include the following: Sawing shall be measured by the lineal foot. This item shall only be measured and paid where the Engineer directs sawing not already being paid under another item. Sawing related to the items described in Revision of Section 604 - Inlets and Culverts, and Section 608 & 609 Sidewalks, Curb & Gutter, Drive Approaches, Aprons, Crosspans, Pedestrian Access Ramps, Flatwork, and Concrete Pavement, shall be considered a subsidiary obligation of the Contractor, and shall not be measured and paid for separately. Erosion control measures used during sawing are considered incidental to sawing operations and shall not be measured and paid for separately. BASIS OF PAYMENT Subsection 202.12 shall be amended to include the following: Payment shall be made under: Pay Item Unit 202.01 Sawcutting 4 to 6" Lineal Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Sawcutting as specified in these specifications, as shown on the plans, and as directed by the Engineer. END OF SECTION Project Specifications - Page 13 of 48 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 203.01 shall be amended to include the following: This work shall consist of removing and disposing of the existing pavement, base or other material, preparing the subgrade for the subsequent course, and placing borrow in accordance with the specifications and in reasonably close conformity with the lines, grades, and typical cross sections shown on the plans or as designated by the Engineer. All excavation will be classified, "General Excavation', as hereafter described. The Contractor shall dispose of all excavated material. CONSTRUCTION REQUIREMENTS Subsection 203.05 shall be amended to include the following: General Excavation shall consist of the excavation of all materials of whatever character required for the work not being removed under some other item. The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. The excavation will be accomplished in the following manner: General Excavation: The areas to be removed will be marked on the surface with paint by the Engineer. A straight vertical cut shall be made through the pavement, if necessary, to provide a square or rectangular opening, such that each edge will be parallel or at right angles to the direction of traffic. Wheel cutting, ripping, and tearing of asphalt using construction equipment such as a grader (blade) shall not be allowed. If, in the opinion of the Engineer, the subgrade material is unsuitable, it shall be removed to the limits and depths designated. Where excavation to the finished grade section (including General Excavation and Patching) results in a subgrade of unsuitable soil, the Contractor shall remove the unsuitable materials and backfill to the finished grade section with approved material as directed by the Engineer. After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the subgrade by compacting with a sheepsfoot roller, rubber tired roller, and/or other compaction equipment as approved by the Engineer. The subgrade preparation shall not be measured and paid for separately, but shall be included in the contract unit price for General Excavation. Borrow: Borrow shall be placed as directed by the Engineer. The minimum amount of borrow shall be one load (approximately ten (10) ton). The cost for compaction shall be included in the contract unit price for Borrow. Borrow material shall meet the grading requirement for Class I (Pit Run) or Class 5 (Road Base) Aggregate Base Course. Class 1 Aggregate Base Course need not be crushed and can be of the pit run variety provided it falls within the gradation requirements as shown in the Standard Specifications. The material required for the specific location shall be directed by the Engineer. Load slips shall be consecutively numbered for each day and submitted to the Engineer daily. Project Specifications - Page 14 of 48 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT 0 METHOD OF MEASUREMENT Subsection 203.13 shall be amended to include the following: The Contractor and the Engineer shall field measure and agree upon the excavated quantity before any further work continues. Should the Contractor fail to request the Engineer to measure any work and performs other work that would prevent the Engineer from measuring pay quantities, the Contractor shall not be compensated for materials not measured by the Engineer. Borrow shall be paid by the ton at the proper moisture. Haul and water necessary to bring mixture to optimum moisture content will not be measured or paid for separately, but shall be included in the contract unit price for Borrow. Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be paid for at the unit pricefor Borrow. The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard, complete -in - place. Subgrade preparation, moisture conditioning, compaction, haul, and disposal will not be measured and paid for separately. BASIS OF PAYMENT Subsection 203.14 and 207.05 shall be amended to include the following: Payment shall be made under: • Pay Item Unit 203.01 General Excavation Cubic Yard • 203.02 Borrow Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Excavation and Borrow including haul, stockpiling, placing material, watering or drying soil, compaction, proof rolling, finish grading, complete -in -place, and disposal of unusable materials as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION Project Specifications - Page 15 of 48 REVISION OF SECTION 208 EROSION CONTROL AND INLET PROTECTION Section 208 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 208.01 shall be amended to include the following: This work shall consist of providing, installing, maintaining, removing, and relocating when required, erosion control devices during the installation of the Work and at a minimum at all inlets to prevent or minimize erosion, sedimentation, pollution of any state waters, and infiltration of construction materials into the inlets. Work shall be in accordance with the latest editions of The City of Fort Collins Urban Drainage and Flood Control District Urban Drainage Criteria Manual, the City of Fort Collins Environmental Standard Operating Procedures, (Section 04000 contained herein), and the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction. Any loss of time or materials related to erosion and erosion control shall be the sole responsibility of the Contractor. Any damage to surrounding properties or facilities, either on site or off site, related to erosion caused by construction or due to a spill event, shall be the sole responsibility of the Contractor. MATERIALS Subsection 208.02 shall be amended to include the following: The Contractor shall submit the type of material to be used for erosion control measures prior to beginning the work. See Details Section 03000 contained herein. Contractor shall submit the type of material to be used for erosion control measures prior to beginning the work. 1. Inlet protection shall include sufficient length to protect around the perimeter of the inlet opening. 2. Erosion control devices around inlets near a load site shall be required. 3. Erosion control devices on the downstream side of an aggregate stockpile or truck washout area shall be required as directed by the Engineer. Recycled Rubberized Inlet Protection shall meet the following requirements: I. Infill material: Shredded recycled rubber 2. Weight: approximately 10 Ibs per linear foot 3. Diameter: Approximately 9 inches 4. Geotextile fabric: Made of a durable fabric with a typical weight of 6-10 oz/yd. CDOT Gravel Bag Inlet Filter shall meet the following requirements or approved Equal: 1. Infill material: CDOT 967 washed rock or approve equal 2. Weight: approximately 20 Ibs per linear foot 3. Diameter: Approximately 5 inches 4. Geotextile fabric: CDOT Class 1 Erosion Control Fabric, typical weight of 6-8 oz/yd. CONSTRUCTION REQUIREMENTS Subsection 208.03 shall be amended to include the following: All erosion control measures shall be installed prior to starting the Work. Straw wattles shall not be allowed. Devices shall be approved by the Engineer. Protection devices shall be installed on the downstream side at load sites, stockpiles, base piles, and truck wash • out areas, or as directed by the Engineer, and shall not be measured and paid for separately. Project Specifications - Page 16 of48 REVISION OF SECTION 208 EROSION CONTROL AND INLET PROTECTION • It shall be the Contractor's responsibility to ensure that all sidewalks, driveways, curbs, gutters, and roads within and adjacent to the project are cleaned of construction debris that may enter the inlets during the course of the work and at the end of each day. Inlet protection shall include sufficient length to protect around the perimeter of the inlet opening. Drop and Combo Inlet filters All storm drainage system inlets shall be filtered using a CDOT Class I Erosion anchored with CDOT Control Fabric Gravel Bag Inlet Filter lining the perimeter of the grate, before water is discharged into streams or onto adjacent properties. These methods are applicable to existing and proposed drainage systems. Curb -opening Inlets Type R curb -opening Inlets shall be filtered with a CDOT Gravel Bag Filter or as Approved by the Engineer. Maintenance The Contractor shall continuously maintain erosion and sediment control devices to properly function during the course of construction. See Detail SC-5 contained herein for the connection of multiple Gravel Bags (rock socks). All inlet protection devices shall be inspected and repairs made after each runoff event. Sediments shall be removed when one half the design depth has been filled. Sediments shall also be removed immediately from the traveled way of roads and disposed of properly. • MATERIALS HANDLING AND SPILL PREVENTION Subsection 208.06 shall be amended to include the following: Appropriate Spill Kits shall be on site with each piece of equipment at all times during installation of the Work and during equipment maintenance and fueling (see Section 04000 ESOP). The Contractor shall submit a description of the items contained in each Spill Kit for approval by the Engineer. METHOD OF MEASUREMENT Subsection 208.11 shall be amended to include the following: "Stormwater Protection — CDOT Gravel Bag Filter" and "Stormwater Protection - Recycled Rubber Filled Wattle" shall be measured and paid by the lineal foot for each inlet location when devices are installed and accepted, whether the protection device is new or has been relocated, and as directed by the Engineer. Inlet protection shall include sufficient length to protect around the perimeter of the grate. Excessive lengths shall not be paid. "Stormwater Protection — Gravel Bag Inlet Filters" shall be measured and paid per each installed and accepted, and as directed by the Engineer Excavation required for removal of accumulated sediment from traps, basins, and other clean out excavation of accumulated sediment, and the proper disposal of sediment, shall be considered incidental to the work and not be measured and paid separately. Street sweeping of sediment shall not be measured and paid for separately • All construction material that enters an inlet due to the Work shall be removed from the inlet interior and removed from the site to an approved disposal location. This work shall not be measured and paid for separately. Project Specifications - Page 17 of 48 REVISION OF SECTION 208 EROSION CONTROL AND INLET PROTECTION Spill Kits required on site and with equipment and vehicles shall not be measured and paid for separately. Erosion control measures used during sawcutting are considered incidental to all sawing operations and shall not be paid for separately. BASIS OF PAYMENT Subsection 208.12 shall be amended to include the following: Payment shall be made under: PaV Item Unit 208.01 Stormwater Protection — COOT Gravel Bag (rock sock) Lineal Foot 208.02 Stormwater Protection - Recycled Rubber Filled Wattle Lineal Foot 208.03 Stormwater Protection — CDOT Gravel Bag Inlet Filter Each The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in installing, maintaining, removing, and relocating when required, erosion control measures, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION �J Project Specifications - Page 18 of 48 REVISION OF SECTION 212 SEEDING, FERTILIZER AND SODDING . Section 212 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 212.01 shall be amended to include the following: This work shall consist of soil preparation and furnishing and placing topsoil and blue grass sod in accordance with these specifications, accepted horticulture practice, and in reasonably close conformity with the existing topography of the location. This work shall not include locations of concrete repair in which grade changes and additional work is directed by the Engineer. See Section 107 "Safety and Protection and Restoration of Property" found herein. MATERIALS Subsection 212.02 shall be amended to include the following: Topsoil Topsoil shall conform to the requirements of Sections 107 found herein and CDOT 207. Sod Bluegrass sod shall be nursery grown, 99% Kentucky Blue Grass and 99% weed free. Other sod type may be used only if approved in writing by the Engineer. The 1% allowable weeds shall not include any undesirable perennial or annual grasses or plants. Soil thickness of sod cuts shall not be less than 3/4 inch nor more than one inch. Sod shall be cut in uniform strips with minimum dimensions of 12 inches in width and 48 inches in length. The Contractor shall submit a sample of the sod he proposes to furnish and the sample shall serve as a standard. Any sod furnished, whether in place or not, that is not up to the standard of the sample may be rejected. Sod that has been cut for more than 24 hours shall not be used. Each load of sod shall be accompanied by a certificate from the grower stating the type of sod, and the date and • time of cutting. CONSTRUCTION REQUIREMENTS • Subsection 2I2.05 shall be amended to include the following: Sodding: Soil Preparation: The area shall be cleaned with a minimum depth of four (4) inches (where topsoil does not exist) and a minimum width of one (1) foot, all irregularities in the ground surface shall be removed, and all edges clean and vertical. Sticks, stones, debris, and other similar material more than '/, inch in diameter shall be removed. Any objectionable depressions or other variances from a smooth grade shall be corrected. Topsoil Placement: Topsoil shall be placed and compacted with a minimum depth of four (4) inches. The amount of compaction required shall be as directed by the Engineer. Sod Placement: The minimum width for sod shall be one (1) foot. The area to be sodded shall be smooth. The sod shall be laid by staggering joints with all edges touching. On any slopes, the sod shall run approximately parallel to the slope contours. The Contractor shall water the sod once and notify the property owner in writing of the nature of the work that has taken place, that the sod has been only watered once, and provide the recommended watering schedule for new sod placement as recommended by the sod supplier. Sod placement/replacement required due to Contractor negligence shall follow the requirements of this section but shall not be measured and paid for under the terms of this contract. Project Specifications - Page 19 of 48 OWNER: CITY OF FORT COLLINS 0 m GERRY PAUL DIRECTOR OF PURCHASING AND RISK MANAGEMENT Attest: Clerk Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 r Approved as to �rm !\ Ass tant City Attorney is CONTRACTOR: NORTHSTAR CONCRETE INC. Date: 3 I (CORPORATE SEAL) Attest: Address for giving notices: t o,4t27 � Co 2os3') License No.: REVISION OF SECTION 212 SEEDING, FERTILIZER AND SODDING BASIS OF PAYMENT • Subsection 212.08 shall be amended to include the following: No measurement or payment shall be made for re -sodding or seeding lawns damaged by the Contractor adjacent to new concrete when the grade of the existing lawn reasonably matches the grade of the new concrete. Re - sodding and seeding in this instance shall be considered incidental to the work being performed. Seeding and Sod shall only be paid when requested by the Engineer for specific situations, shall be paid by the square foot at the contract unit price, and shall include full compensation for items noted below. In areas where the Engineer directs new work or the reconstruction area requires grade adjustment the placement of topsoil, sod, and sprinkler relocation will be provided by the City under separate contract. Payment shall be made under: Pay Item Unit 207.01 Imported Topsoil Cubic Yard 212.01 Sod Square Foot 212.02 Landscape/Irtigation Labor Hour The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in the placement of seeding and sodding, including . haul, stockpiling, placing material, repairing sprinklers, watering or drying soil, compaction, finish grading, complete -in -place, and as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION L� Project Specifications - Page 20 of 48 • REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 304.01 shall be amended to include the following: This work shall consist of furnishing and placing one or more courses of aggregate base or recycled concrete on a prepared subgrade. MATERIALS Subsection 304.02 shall be amended to include the following: Aggregate Base Course shall meet the grading requirements for Class 5. for Aggregate Base Course as authorized by the Engineer. Recycled beneath concrete sidewalk, curb, and gutter. CONSTRUCTION REQUIREMENTS Subsection 304.04 shall be amended to include the following: Recycled concrete may be substituted asphalt shall not be used as subgrade The contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. Load slips shall be consecutively numbered for each day and submitted daily to the Engineer. Borrow or Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be paid for at the unit price for Borrow under Revision of Section 203, Excavation and Embankment. METHOD OF MEASUREMENT Subsection 304.07 shall be amended to include the following: Borrow or Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be paid for at the unit price for Borrow under Revision of Section 203, Excavation and Embankment. BASIS OF PAYMENT Project Specifications - Page 21 of 48 REVISION OF SECTION 304 AGGREGATE BASE COURSE Subsection 304.08 shall be amended to include the following: Payment shall be made under: Pay Item Unit 304.01 Aggregate Base Course Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in the placement of Aggregate Base Course including haul and water, stockpiling, placing material, watering or drying soil, compaction, proof rolling, finish grading, complete -in -place, and disposal of unusable materials as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION • • Project Specifications - Page 22 of 48 REVISION OF SECTION 403 HOT MIX ASPHALT - PATCHING Section 403 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 403.01 shall be amended to include the following: This work shall consist of the placement of hot mix asphalt as a temporary repair to provide vehicle or pedestrian access, until such time as the permanent repair can be made. CONSTRUCTION REQUIREMENTS Subsection 403.03 shall be amended to include the following: In all concrete repair locations, the Contractor shall remove no more than six (6) inches in width of asphalt pavement. The pavement areas shall be temporarily patched with Hot Mix Asphalt grading `S', `SX', or as approved by the Engineer. Temporary asphalt patching shall be placed at the typical depth of two (2) inches. The depth of patching may be increased to a maximum depth of six (6) inches as directed by.the Engineer. Prior to installation of two (2) inches of temporary asphalt patching the Contractor shall use a bond breaking material (i.e., curing compound, form oil, etc), as approved by lire Engineer. The bond breaking material shall be applied to theface of the new concrete adjacent to the temporary patch installation. Temporary asphalt depths greater than two (2) inches shall have a paper bond breaking material or other bond breaking method approved by the Engineer to mitigate damage to the new concrete during permanent patching. METHOD OF MEASUREMENT • Subsection 403.04 shall be amended to include the following: The accepted quantities for Temporary Patching will be measured and paid for at the contract unit price per ton. Pavement cutting, excavation, subgrade preparation, haul, disposal, bond breaking material, installation, and bituminous material will not be measured or paid for separately, but shall be included in the contract unit price for Temporary Patching. Load slips shall be consecutively numbered for each day and shall include the batch time, asphalt grading, and weight of asphalt. BASIS OF PAYMENT Subsection 403.05 shall be amended to include the following: Payment shall be made under: Pay Item Unit 403.01 Temporary Patching Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Temporary Patching, including pavement cutting, excavation, haul, disposal, surface preparation, and bituminous materials, complete -in -place, as shown on these plans, as specified in these specifications, and as directed by the Engineer. • END OF SECTION Project Specifications - Page 23 of 48 REVISION OF SECTION 601 FINISHING HARDENED CONCRETE SURFACES Section 601 of the Standard Specification is hereby revised as follows r� -• DESCRIPTION Subsection 601.14 shall be amended to include the following: This work shall consist of preparing, rolling, spraying retarder, and exposing the sanded concrete surface sand including all materials, labor, tools and incidentals to obtain an exposed sand finish. The unit cost shall include the additional work and materials only for exposing the sand finish and shall be paid in addition to theunitcost for the item installed (i.e., Flatwork 4", Flatwork 6", etc.). MATERIALS Concrete shall meet the requirements specified in Revision of Section 608 and 609 contained herein. Material deviations from Revision of Section 608 and 609 shall be submitted and approved by the Engineer. CHI 027 Surface Treatment or approved equivalent shall be applied to the concrete surface to create the texture. The Engineer shall specify the depth of penetration of the retarder. Slabs may be sealed in accordance with the manufacture's recommendations. CONSTRUCTION REQUIREMENTS - The Contractor shall have a minimum of five (5) years' experience exposing the sand finish for cast -in -place concrete. The Contractor shall submit a list of prior installation locations for review and evaluation for quality and installation expertise to the Engineer. The Contractor shall submit samples showing finish, color, and sealer including a color chart, product data, and equipment data. The slab thickness, jointing, reinforcement (if any), and expansion joint locations shall be • approved by the Engineer. The Contractor shall place one (1) on -site test section determined by the Engineer to determine surface consistency. All concrete work shall be performed by a skilled Craftsman with a minimum of two (2) years' experience in exposing the sand finish. A minimum of one qualified Craftsman is required at each finishing operation requiring exposed sand finish. The subgrade shall be prepared and forms installed as specified herein. After concrete placement, the Contractor shall screed the concrete to the finished grade. Exposed sand finish surfaces shall be prepared using a double drum roller tamp prior to floating. The roller shall provide uniformity during rolling including the surface areas in the comers of the slab. Deviations from this process must be approved 48 hours prior to scheduled placement of, fresh concrete. The retarder shall be applied per the manufacturer's recommendations using an approved sprayer to achieve a uniform and consistent application rate. Area(s) adjacent to the new installation shall be protected from damage as required by the Engineer. At the appropriate time, the concrete paste shall be washed from the surface with a power washer or other means as approved by the Engineer. The overall texture shall be free from texture deficiencies such as deep or shallow surface inconsistencies. Care shall be taken to contain the cement paste when washed from the concrete surface. Wattles or containment pits shall be required to ensure that no residue runs through the gutter or enters inlets. The method of containment shall be approved by the Engineer. The paste residue shall be removed from the site and properly disposed. After the initial curing period the surface of the slab shall be sealed. Project Specifications - Page 24 of48 • REVISION OF SECTION 601 FINISHING HARDENED CONCRETE SURFACES METHOD OF MEASURMENT Subsection 601.09 shall be amended to include the following: Concrete placement shall be in accordance with Revision of Section 608 and 609. Concrete materials, placement, forming, subgrade preparation, including equipment, tools, and labor to install concrete shall not be included under "Exposed Sand Finish — Up Charge" and shall be paid at the contract unit price for the corresponding type of installation (i.e., Flatwork 4", Flatwork 6", etc.) "Exposed Sand Finish — Up Charge" shall be measured and paid by the square foot at the contract unit price for the accepted quantities and shall include labor, materials, and equipment for retarder application, tamp rolling, exposing the sand finish, storm water protection, and cleanup. BASIS OF PAYMENT Subsection 601.20 shall be amended to include the following: Payment will be made under: Pay Item 601.01 Exposed Sand Finish — Up Charge Unit Square Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all additional work involved in "Exposed Sand Finish — Up Charge" as is specified in these specifications, as shown on the plans, and as directed by the Engineer. END OF SECTION Project Specifications -Page 25 of 48 REVISION OF SECTION 604 INLETS AND CULVERTS Section 604 of the Standard Specifications is hereby revised as follows: . DESCRIPTION Subsection 604.01 shall be amended to include the following: This work shall consist of the installation of, or removal and replacement of inlets, inlet decks, and sidewalk culverts in accordance with these specifications, and in reasonably close conformity with the lines and grades shown on the plans or established by the Engineer. CONSTRUCTION REQUIREMENTS Subsection 604.04 shall be amended to include the following: Type R Inlets shall be installed per CDOT M&S Standards, latest revision, standard plan number MS-604-12. Care shall be taken during removals to salvage hardware material to the maximum extent feasible (i.e., frames, grates, adjustable bonnets, angle iron faces, steel rods, etc.). Salvable material shall be reinstalled in the structure or remain the property of the City of Fort Collins and shall be stockpiled by the Contractor at specified locations within the project limits. The Contractor shall safeguard salvable materials and shall be responsible for the expense of repairing or replacing damaged or missing material until it is re -incorporated into the work or is loaded onto City equipment by the Contractor. All reinforcing steel encountered during removal shall be replaced with new steel of the grade and size as shown on the details found herein and shall not be measured and paid for separately. When concrete is to be removed and replaced around an existing grate without disturbing the deck or basin, this shall not constitute "Reconstruct Inlet Deck". These locations shall be measured and paid for separately under • the items described in Revision of Sections 608 and 609. Expansion joint material shall be installed every 500' in long runs and between the new structure and existing concrete slabs, where called for, and around fire hydrants, poles, inlets, sidewalk culverts, mid -block ramps, radius points at intersections, and other fixed objects (i.e., slabs or curbs). Expansion joint material shall be full depth, installed vertically, and in accordance with the CDOT M&S Standards for Concrete Pavement Joints, MS-412-1. The joint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section 412.18, sealing joints. METHOD OF MEASUREMENT Subsection 604.06 shall be amended to include the following: Items defined with "Remove & Replace", for each inlet type and concrete sidewalk culvert, shall be measured and paid per each under the corresponding type of inlet, shall include two, three and one half foot (3.5) transitions measured from inside face of box on each side, and shall include furnishing new hardware material (i.e., bonnet, frame, grate, etc.). "Material Only" items for the corresponding - ' ----- -'•^rr .r.,r he paid in addition to items designated "Remove & Replace". Items defined with "Reconstruct", for each inlet type shall be measured and paid per each under the corresponding type of inlet, shall include two three and one half foot (3.5) transitions measured from inside of face of box on each side, and shall include salvaged hardware material (i.e., bonnet, frame, grate, etc.) When only the throat (gutter area only, excluding the hood/deck) of the inlet is marked for repair, the installation shall be measured and paid by the square foot under Revision of Section 608 and 609, "Crosspan 8" — Remove & Replace". - C� J Project Specifications - Page 26 of 48 REVISION OF SECTION 604 INLETS AND CULVERTS • "Material Only" items shall be paid per each only when existing material for the structure cannot be salvaged, does not meet current specifications, cannot be provided by the City, or as requested by the Engineer. "Material Only" shall be paid in addition to the "Reconstruct Inlet Deck" or "Metal Sidewalk Culvert - Salvaged Material" items for the corresponding structure as directed by the Engineer. "Material Only" shall not be paid when damage to the existing hardware material was due to construction operations or carelessness during removal and shall be replaced by the Contractor at the Contractors expense. The Contractor shall notify the Engineer immediately when issues prevent salvage of the existing material. "Metal Sidewalk Culvert - Salvaged Material" shall be measured and paid per each and shall include reinstallation of salvaged hardware material (i.e, frame, grate, etc.). The Contractor shall provide new brass or galvanized screws for the plate reinstallation. "Metal Sidewalk Culvert — Salvaged Material" shall be constructed per the standard details contained herein for Attached Vertical and Drive -Over Curb and Cutter (details D-10, D-ll) with the following modifications: Concrete for the floor beneath the metal plate shall be three (3) feet wide centered beneath the plate. The subgrade beneath the concrete floor shall be compacted, firm, and non -yielding and have a transition slope length of one (1) foot beyond the floor on each side (see details D -10 and D-I I, sections B-B) and shall be sloped to match the bottom of the grade for the adjacent or proposed concrete sidewalk. Expansion material shall be installed full depth and set vertically at the top of the subgrade slope on each side of the chase. The typical structure length, measured parallel with the sidewalk, shall be five (5) feet with fifteen (15) inches on each side from the edge of the plate to the expansion material. `Metal Sidewalk Culvert' shall not include adjacent sidewalk beyond the five (5) feet structure dimension." • The installation of the plate shall typically be aligned flush with the back of the existing sidewalk and shall be offset from the vertical plane of the flow line by a minimum of three (3) inches. Dimension variances of existing plates and offset from the flowline shall be field fit to match existing conditions and shall be modified as directed by the Engineer. In no case shall the plate extend flush with the vertical plane of the flow line or be less than four (4) feet when measured perpendicular to the sidewalk. Hollywood style curb and gutter, an exception to standard installations, shall be installed as directed by the Engineer and measured and paid as agreed between Contractor and Engineer utilizing existing pricing to the maximum extent possible. "Metal Sidewalk Culvert — Material Only" shall be measured and paid per each based on 11.25 square feet (.standard plate size) and shall be paid only when existing material cannot be salvaged, does not meet criteria, cannot be provided by the City, or as requested by the Engineer. "Material Only" shall be paid in addition to the "Metal Sidewalk Culvert - Salvaged Plate". The standard dimensions shall be two feet six inches (2.5' measured parallel with sidewalk) by four feet six inches (4.5' measured perpendicular to sidewalk), or 11.25 square feet. Actual dimensions may vary and shall be verified. "Metal Sidewalk Culvert - Additional 518" Plate" shall be measured and paid by the square foot, shall include the 5/8" thick plate and frame as designated in the drawings contained herein, and shall be the basis to increase or decrease payment when variances from the typical structure sizes are required. The cost per square foot shall be used to add or deduct from payment under "Additional Square Foot Plate". Payment shall be made in addition to "Metal Sidewalk Culvert — Material Only". "Concrete Sidewalk Culvert" shall be constructed per the standard detail contained herein (D-12) with the is following modifications: The #5 bars shown in Detail D-12, section C-C, shall be extended to the end of the transitions on both sides Project Specifications - Page 27 of 48 REVISION OF SECTION 604 INLETS AND CULVERTS of the culvert and shall have three (3) inches of clearance from the expansion material installed at each end of the culvert. Expansion material shall be full depth and set vertically on each side of the culvert. When only the throat (gutter area only, excluding the hood/deck)) of an Inlet, Sidewalk Chase, or Concrete Sidewalk Culvert" is marked for repair, the installation shall be measured and paid by the square foot under Revision of Section 608 and 609, "Crosspan 8" — Remove & Replace". The thickness of the expansion material shall be one half (1/2) inch or three quarter (3/4) inch as directed by the Engineer. Expansion shall be measured and paid as "Expansion" by the lineal foot under Revision of Section 608 and 609, "Expansion". Sawcutting for items contained in this section shall be incidental to the work and shall not be measured and paid for separately. Erosion control measures used during Sawcutting are considered incidental to all Sawcutting operations and shall not be measured and paid for separately. BASIS OF PAYMENT Subsection 604.07 shall be amended to include the following: Payment shall be made under • Pav Item Unit 604.01 Type R Inlet — Remove & Replace (5' Opening, 5' Max depth) Each 604.03 Type R Inlet — Reconstruct Inlet Deck (5' Opening) Each . 604.05 Type R Inlet — Material Only Each 604.06 Curb Inlet - Remove & Replace (4' Opening, 5' Max depth) Each 604.08 Curb Inlet - Reconstruct Inlet Deck (4' Opening) Each 604.10 Curb Inlet - Material Only Each 604.11 Catch Basin - Remove & Replace (5' Max depth) Each 604.13 Catch Basin - Reconstruct Inlet Deck Each 604.15 Catch Basin - Material Only Each 604.16 Modified Type 13 Curb Inlet - Remove & Replace (5' Max depth) Each 604.18 Modified Type 13 Curb Inlet - Reconstruct Inlet Deck Each 604.20 Modified Type 13 Curb Inlet - Material Only Each 604.21 Concrete Sidewalk Culvert - Remove & Replace Each 604.22 Metal Sidewalk Culvert - Salvaged Material Each 604.23 Metal Sidewalk Culvert - Material Only Each 604.24 Metal Sidewalk Culvert - Additional 5/8" Plate Square Foot • The above prices and payments shall include full compensation for furnishing all labor, materials, tools, Project Specifications - Page 28 of48 REVISION OF SECTION 604 INLETS AND CULVERTS • equipment, and incidentals and for doing all work involved in Inlets and Culverts, including demolition, disposal, reinforcement, and materials, complete -in -place, as specified in these specifications, as shown on the plans, and as directed by the Engineer. • END OF SECTION Project Specifications - Page 29 of 48 SECTION 00530 NOTICE TO PROCEED Description of Work: 7509 Concrete Maintenance Project Phase II — 2014 Renewal To: Northstar Concrete Inc. This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within () calendar days from receipt of this notice as required by the Agreement. Dated this day of 20_ The dates for Substantial Completion and Final Acceptance shall be 20_and _ 20_, respectively. City of Fort Collins • OWNER Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20_ CONTRACTOR: Northstar Concrete Inc. 0 Title: is REVISION OF SECTION 608 AND 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT • Sections 608 and 609 of the Standard Specifications are to be deleted and replaced with the latest revision of the Latimer County Urban Area Street Standards, except as noted herein: DESCRIPTION This work consists of the construction of concrete sidewalks, curb and gutter, drive approaches, aprons, crosspans, pedestrian access ramps, and concrete pavement in accordance with these specifications and in conformity with the lines and grades shown on the plans or established by the Engineer. MATERIALS The mix designs for all types of concrete to be utilized shall be determined by the Contractor, submitted to the Engineer two weeks prior to beginning work, and approved a minimum of one week prior to the beginning of construction. Cement used shall conform to the Standard Specification for Portland Cement, ASTM C 150-85, AASHTO M85, Type I, Type 1/11, or Type 111. The air content shall be four (4) percent to seven (7) percent. "High Ear/v" concrete shall be used for all concrete repair locations. "High Early" concrete shall have a specified compressive strength of 4000 psi and a minimum 48 hour compressive strength of 3000 psi. The concrete shall have a maximum water/cement ratio of 0.45. The type of concrete placed at a particular location may be modified by the Engineer but shall not have less than the minimum required compressive strength specified herein and shall be approved by the Engineer. See Section 10.5.2 `Rigid Pavement Design' and Section 22.5.6 `Portland Cement Concrete Pavement', in the "Latimer County Urban Area Street Standards for Street Construction". Water Reducing Agents shall conform to ASTM C 494-82. • Accelerating Agents shall conform to ASTM C 494-82. Calcium Chloride shall not be utilized as an accelerating agent. The Contractor shall furnish a load slip containing the information required by AASHTO M157, Section 13, Subsection 13.1 and 13.2, with each batch of concrete. In addition, the type of concrete (mix code) shall be shown on each load slip and a copy of the batch weights shall accompany each concrete ticket. Concrete delivered without a load slip containing complete information as specified will be subject to rejection. Curing materials shall be white pigmented liquid linseed oil based or paraffin based curing compound, and shall conform to ASTM Specification C 309-81 Type 11, Class B. The application rate for curing compound shall be 150 sq. ft./gal. The curing compound shall be applied immediately upon completion of the finishing in a uniform pattern resulting in complete coverage of the area. Curing compound shall also be sprayed on the concrete surfaces after removal of the forms (back of curb and toe face of gutter). CONSTRUCTION REQUIREMENTS "Remove and Haul Fillet" shall be defined as concrete or asphalt installed in the flow line of the gutter and shall be paid per each. Care shall be taken during removal of fillets to protect the existing concrete sidewalk and gutter from damage. Any damage to the existing concrete shall be repaired or replaced at the Contractors expense. Monolithic hybrids of curb, gutter, sidewalk and highback vertical curb and gutter will be replaced using the same configuration as it was originally installed, unless a flaw in its engineering should become apparent. In these cases the design may be modified by the Engineer. The finished exposed surface and edging of the concrete shall have a broomed finish. Smooth surfaces around the perimeter of the adjoining concrete shall not be matched unless directed by the Engineer. • Project Specifications - Page 30 of 48 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT All newly installed concrete shall be date stamped by the Contractor. If the installation is larger than one concrete section, only one stamp per area of installation shall be required. The stamp shall include the Contractor's name and year of installation. The concrete shall be stamped at the appropriate curing time so the Contractor's name and year of installation are clearly legible. Typically, the stamp shall be installed at the back edge of the sidewalk, on the right hand side when viewing the installation from the street, or as directed by the Engineer. The maximum spacing for transverse joints in crosspans, concrete pavement, and sidewalk shall be ten (10) feet or as directed by the Engineer. All concrete control joints shall be tooled to one quarter (1/4) of the concrete thickness or as directed by the Engineer. All construction joints for crosspans and/or aprons adjacent to new or existing concrete shall be constructed in accordance with the detail for "Concrete Construction Joints" contained herein. This item will not be measured or paid for separately under the terms of this contract. Forms shall be installed at the full depth of the concrete placement. The Contractor shall be responsible for the protection of the subgrade and/or base course until the concrete is placed. The Contractor shall protect the concrete against moisture loss, rapid temperature change, min, Flowing water, mechanical injury, pedestrian and vehicular traffic, and Contractors equipment for a minimum of 36 hours after the placement of curing compound for 48 hour high early concrete. Asphalt patching against fresh concrete shall not be permitted during the time frames for protection of the concrete. The Contractor shall not sprinkle water on the surface of the newly placed concrete to assist with finishing. The use of a finishing aide may be approved on a limited case by case basis only when the material to be used has • been submitted to the Engineer for approval prior to use in the field. Concrete blankets shall be used when Cite ambient temperature is expected to fall to 327 or below within 36 hours after placement and shall remain in place for a minimum period of 36 hours for 48 hour high early concrete. This item will not be measured or paid for separately under the terms of the contract. • The debris immediately adjacent to a concrete repair location shall be completely cleaned up on the work day following the placement of the concrete. If required, the concrete shall be protected as stated above. Any damage caused during the cleanup process shall be the Contractor's responsibility. In locations where concrete pavement is replaced, the new pavement shall have a minimum thickness of eight (8) inches. Existing pavement shall be saw cut to obtain a straight and neat edge for paving and shall be deep enough to cut through the entire pavement thickness. The subgrade plane shall not vary more than one half (1/2) inch in ten (10) feet. All concrete pavement joints shall be sealed with an asphalt filler compound, or approved equal, in accordance with the detail for "Concrete Pavement Joints" contained herein or as directed by the Engineer. The cost for joint sealing shall be included in the contract unit price for "Concrete Pavement 8"- Remove & Replace." The top of the new pavement shall be even with the existing concrete pavement and the newly installed concrete shall be consolidated with a mechanical vibrator. When a batch of concrete delivered to the site does not conform to the minimum specified air content, an air entraining admixture shall not be allowed to be added on site. Project Specifications - Page 31 of 48 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB AND CUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT • Restoration of landscape shall be in accordance with Revision of Section 107, "Safety and Protection and Restoration of Property and Landscape" found herein. The timeframefor restoration shall be within two (2) working days from the time llte concrete was placed far backfill with topsoil and by no later than the end of the first working day of thefollowing week for sod replacement. Concrete washout/truck washout areas shall be contained in such a manner that no visual evidence of cement or aggregate spoils remain on the site. In addition, direct washout to curb and gutter flow lines or inlet structures is prohibited. Washout may be accomplished by use of an identified off -site location or a designated spoil/base pile (see Section 208 Erosion Control and Inlet Protection), and shall include the placement of a Stotmwater Protection Device on the downstream side of the washout area. Methods shall be submitted and approved by the Engineer. Flagstone sidewalk, brick pavers and trolley roadbed bricks shall be salvaged to the maximum extent feasible. All flagstones, pavers, and bricks shall become the property of the City of Fort Collins. Flagstones shall be hauled by the Contractor and delivered to the City's site located at 1500 Hoffman Mill Road. Loading, unloading, and hauling shall not be measured and paid for separately but shall be included in "Remove Concrete". In areas where the Engineer directs the re -setting of flagstone, the existing flagstone shall be salvaged and reset on a compacted base. The elevation of the flagstone shall match as closely as possible the surface treatment of the surrounding area. METHOD OF MEASUREMENT . Sawcutting related to the items in this section shall be considered a subsidiary obligation of the Contractor, and shall not be measured or paid for separately. Erosion control measures used during sawcut ing shall be considered incidental and shall not be measured or paid for separately. "Remove Concrete" shall include removal and disposal or salvage of existing asphalt, concrete, or flagstone. This item shall be paid where the Engineer directs removal only, and removal is not already being paid under another item. "Apron 8" shall be paid by the square foot and, when installed on a radius, shall include the area from the back of the curb to the apron legs and from point of curvature to point of curvature. The area of an Apron shall be calculated as follows (see diagram below): Project Specifications - Page 32 of 48 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT • ((A*C) - (tr (A-B) (C-D)/4)) F S A i C 1414 a SbS44SLSSS44.7.1:S4Z9.SbS 0 rA "Barrier Curb 12" shall be paid by the lineal foot and shall be modified from drawing 703 as follows: Two #4 deformed bars shall be doweled horizontally into the adjacent curb. 44 bars shall run continuously and be installed at four (4) inches on center, measured from the top of the curb. Curb reveal shall typically be six (6) inches measured from top of curb or as directed by the Engineer. "Pedestrian Access Ramp" shall be measured by the square foot and shall include the area between the back of the curb and both points of curvature, if on the radius, or the top of transition if mid -block. "Pedestrian Access Ramp Highback Curb" shall be measured by the square foot. The length shall be measured from the back of the curb to the top of the transition at the back of the ramp, and the width shall be measured at the midpoint. All Pedestrian Access Ramps shall be placed in accordance with the details contained herein. Ramp items shall include all labor, materials (except truncated domes), equipment and incidentals, saw -cutting, removal, haul, and disposal, and for doing all work involved in removal and replacement of pedestrian access ramps. "Truncated Dome Panels" shall be paid by the square foot, placed in all pedestrian access ramps, and shall be paid in addition to "Pedestrian Access Ramp" or "Pedestrian Access Ramp Highback Curb". This item shall include all labor, materials, and surface preparation to supply and place the panels at pedestrian access ramps. Truncated dome panels shall be cast iron, and shall meet all American with Disabilities Act (ADA) requirements. The type of truncated dome panels to be used shall be submitted to the Engineer for approval prior to installation. Dome panels shall be placed at the same time as the initial ramp placement. There shall be no voids beneath the bottom of the dome panels and the concrete. "Colored Concrete San Diego Buff — Upcharge" shall include the additional cost for the color additive only and shall be measured and paid by the square foot in addition to the corresponding item installed (i.e., Flatwork 6", Splashblock 4"). "Alley Approach 8" shall be measured by the square foot from the lip of the gutter (if the gutter has been removed) to the back of the sidewalk and the width shall be measured at the midpoint. 40 "Expansion" shall be measured and paid by the lineal foot. The thickness shall be one half (1/2) inch or three quarter (3/4) inch minimum, depending on the installation location, and be installed every 500' in long runs and Project Specifications - Page 33 of 48 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT • between new structure slabs, existing concrete slabs, and around fire hydrants, poles, inlets, sidewalk under - drains, mid -block ramps, radius points at intersections, and other fixed objects (i.e. ends of sidewalk slabs and curbs), as directed by the Engineer. Expansion joint material shall be full depth, set vertically, and installed in accordance with the CDOT M&S Standards for Concrete Pavement Joints. The joint shall be edged with a suitable edging tool. "Exposed Aggregate — Up Charge" shall include only the additional cost for exposing the aggregate including labor, water, other incidentals, and clean up related to exposing the surface aggregate and shall be measured and paid by the square foot in addition to the corresponding item installed. (i.e., Flatwork 6", Splashblock 4"). "Reset Flagstone" shall be measured and paid by the square foot of re -set area in addition to "Remove Concrete". Material for leveling, moisture conditioning, and labor for installation and compaction shall not be paid separately. "Haul & Dispose Concrete with Wire/Rebar" shall be paid for separately by the ton only when the Hoffman Mill site does not accept concrete containing wire and/or rebar. Weight slips shall be required for each load transported to any locations other than Hoffman Mill. "Exposed Sand Finish — Up Charge" shall be measured and paid by the square foot for the accepted quantities and shall include retarder material and application, tamp rolling, and exposing the sand finish, including retarding, sealer, equipment, labor, storm water protection, and cleanup. "Asphalt Pavement Preservation" shall be measured and paid by the lineal foot along concrete gutter, drainage pans and aprons that were replaced with the project The Engineer shall assess the asphalt condition and determine the required removal. This item shall only be paid when the concrete removal can be accomplished without damage requiring permanent patching to the existing asphalt along the concrete toe base on the Engineers judgment. This item is provided as incentive to preserve the existing asphalt and provide compensation for additional costs that may be associated with the removal and restoration of the landscaping. Pay items followed by "Remove & Replace" shall include all labor, materials, tools, equipment, and incidentals, and all work involved in the removal and installation, complete -in -place, including sawcutting, hauling, disposal, etc. BASIS OF PAYMENT Subsection 608.06 shall be amended to include the following: Payment shall be made under: Pay Item Unit 608.01 Remove Concrete Square Foot 608.02 Remove and Haul Fillet Each 608.03 Apron 8" - Remove & Replace Square Foot 608.04 Crosspan 8" - Remove & Replace Square Foot 608.05 Driveover Curb, Gutter, and 6" Sidewalk - Remove & Replace Lineal Foot 608.06 Driveover Curb, Gutter, No Sidewalk - Remove & Replace Lineal Foot 608.07 Vertical Curb, Gutter, and 6" Sidewalk - Remove & Replace Lineal Foot 608.08 Vertical Curb, Gutter, No Sidewalk - Remove & Replace Lineal Foot Project Specifications - Page 34 of 48 REVISION OF SECTIONS 608 AND 609 SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS, PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT 608.09 Vertical Outfall Curb, Gutter - Remove & Replace Lineal Foot 608.10 Barrier Curb 12" — Remove & Replace Lineal Foot 608.11 Hollywood Curb, Gutter, and 6" Sidewalk - Remove & Replace Lineal Foot 608.12 Hollywood Curb, Gutter, No Sidewalk - Remove & Replace Lineal Foot 608.13 Highback Curb, Gutter, No Sidewalk - Remove & Replace Lineal Foot 608.14 Pedestrian Access Ramp - Remove & Replace Square Foot 608.15 Pedestrian Access Ramp Highback Curb — Remove & Replace Square Foot 608.16 Truncated Dome Panel Square Foot 608.17 Flatwork 4" - Remove & Replace Square Foot 608.18 Flatwork 6" - Remove & Replace Square Foot 608.19 Replace Flatwork— I" Additional Depth Square Foot 608.20 Colored Concrete 4" San Diego Buff —Up Charge Square Foot 608.21 4' Valley Pan 6" — Remove & Replace Square Foot • 608.22 Concrete Pavement 8" - Remove & Replace Square Foot 608.23 Alley Approach 8" - Remove & Replace Square Foot 608.24 Expansion Lineal Foot 608.25 Splashblock 4"—Remove & Replace Square Foot 608.26 Exposed Aggregate 4" — Up Charge Square Foot 608.27 Reset Flagstone Square Foot 608.28 Haul & Dispose Concrete with Wire/Rebar Ton 608.29 Asphalt Pavement Preservation Lineal Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in Sidewalks, Curb and Gutter, Drive Approaches, Aprons, Crosspans, Pedestrian Access Ramps, Flatwork, and Concrete Pavement including sawcutting, removal, haul and disposal, finish grading, materials, complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION 0 Project Specifications - Page 35 of 48 REVISION OF SECTION 623 IRRIGATION SYSTEM Section 623 of the Standard Specifications is herby revised as follows: DESCRIPTION Subsection 623.01 shall be amended to include the following: This work shall consist of furnishing and installing irrigation sleeves beneath the new concrete. MATERIALS Subsection 623.02 shall be revised as follows: The irrigation sleeve shall be three (3) inch diameter PVC pipe, schedule 40. REQUIREMENTS Subsection 623.14 shall be amended to include the following: The irrigation sleeve shall be installed to a minimum depth of four (4) inches below finished subgrade. Backfill over pipe shall be compacted prior to concrete placement. A survey stake shall be installed at the ends of each sleeve, marked "Irrigation Sleeve", and painted blue. The stake shall be installed at a height that will not create a pedestrian or maintenance hazard as approved by the Engineer. METHOD OF MEASUREMENT Subsection 623.32 shall be amended to include the following: • "Irrigation Sleeve" shall be paid for by the lineal foot complete -in -place. BASIS OF PAYMENT Subsection 623.33 shall be amended to include the following: Payment shall be made under: Pay item Unit 623.01 Irrigation Sleeve — Three (3") inch PVC Lineal Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing the three (3") inch irrigation sleeve, including excavation, installation, compaction of backftll, haul and disposal, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION 0 Project Specifications - Page 36 of 48 REVISION OF SECTION 627 PAVEMENT MARKINGS . Section 627 of the Standard Specifications is herby revised as follows: DESCRIPTION This work shall consist of famishing, installing, and removing temporary pavement marking in accordance with the latest revisions of the Fort Collins Traffic Operations Manual, City of Fort Collins Work Area Traffic Control Handbook, Latimer County Urban Area Street Standards (LCUASS), Colorado Department of Transportation Road and Bridge Construction , and the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), and in conformity to the lines, dimensions, patterns, locations, and details shown on the plans or established by the Engineer. CONSTRUCTION REQUIREMENTS Subsection 627.03 shall be amended to include the following: Permanent pavement markings shall be installed by the City of Fort Collins. Temporary pavement markings/delineation of lanes may include temporary tape, tabs, or vertical panels as required by the Engineer and shall be installed by the Contractor. PAVEMENT MARKINGS/DELINEATION OF LANES Sub -section 627.10 shall be amended to include the following: City crews shall install permanent pavement striping. Typically, City crews may also install temporary striping as directed by the Engineer. When City crews cannot install temporary striping, the Engineer may request that the Contractor install temporary striping or maintain traffic control devices until such time that the City crew can • install striping. Temporary pavement markings/delineation of lanes shall be suitable for use on asphalt or Portland cement pavements, shall be installed on roadways that will be opened to traffic prior to permanent stripping by the City, and shall conform as follows: 1. The surface to which the tape is applied shall be clean, dry, and free of dirt, oils, and grease. The tape/tab/vertical panels shall be pressed down immediately after application until it adheres properly and conforms to the surface. 2. All roads shall have temporary pavement markings before they are opened to traffic unless City Crews have been scheduled to install permanent pavement markings prior to opening the road to traffic. 3 Markings applied to the final road surface shall not leave scars that conflict with permanent markings. 4. Temporary markings shall be installed in such a way that the markings adequately follow the desired alignment. 5. Temporary pavement marking tape/delineation/vertical panels shall be required for all lane lines a. Lane lines shall be "tapped" intermittently with a 2' long by 4" wide reflective temporary strip at fifty (50') foot intervals. b. Stop bars shall be "tapped" to a minimum width of 12". Stop bars shall NOT be required at signalized intersections. Contractor may be required to provide additional signage (i.e. Stop Sign Ahead, Stop Here On Red, etc.); `Stop Here On Red" signs shall be required at signalized intersections. . c. It is the Contractor's responsibility to notify the Engineer prior to completion of work to allow scheduling of the permanent pavement markings to be installed by City crews. Project Specifications - Page 37 of 48 REVISION OF SECTION 627 PAVEMENT MARKINGS 6. Removable pavement markings shall be installed in accordance with the. manufacture's recommendations and maintained by the Contractor until permanent pavement markings are installed by City crews. 7. Temporary edge lines are not typically required unless there is no existing gutter or required by the Engineer. 8. All tape shall be removed by the Contractor after permanent markings have been completed by the City. 9. It is the Contractor's responsibility to maintain the temporary markings, at the Contractor's expense, until the permanent pavement marking is installed by City crews. BASIS OF PAYMENT Subsection 627.13 shall be amended to include the following: All costs for installing temporary stripping shall not be measured and paid for separately including traffic control devices and related traffic control incidentals. if flagging during permanent striping is required after the Contractor has completed all daily work, it shall be paid under Revision of Section 630, "Flagging", as directed by the Engineer. END OF SECTION E • Project Specifications - Page 38 of 48 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL 0 Section 630 of the Standard Specifications is hereby revised as follows: DESCRIPTION Subsection 630.01 shall be amended to include the following: This work shall consist of furnishing, installing, moving, maintaining, and removing temporary construction traffic control devices, including but not limited to signs, advance warning arrow panels, variable message boards, barricades, channelizing devices, and delineators as required by the latest revisions of the City of Fort Collins "Work Area Traffic Control Handbook," the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the Larimer County Urban Area Street Standards (LCUASS), and the Colorado Department of Transportation Road and Bridge Standard Specifications (CLOT). In the event of a conflict between the MUTCD criteria and the City's criteria, the City of Fort Collins criteria shall govern. MATERIALS Subsection 630.02 shal I be amended to include the following: All traffic control devices shall meet or exceed the required minimum standards set forth in the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD. Traffic control devices shall be clean and in good operating condition when delivered and shall be maintained on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed out information, information written in long -hand, etc.) Sign blanks with sign faces on both sides must have the back sign face covered when in use to avoid confusion • to motorists and bicyclists traveling in the opposite direction and residents potentially affected by information the sign may present. CONSTRUCTION REQUIREMENTS Subsection 630.10 shall be amended to include the following: CONTRACTOR RESPONSIBILITY The Contractor shall be responsible for ensuring safe passage through the work zone for vehicles, pedestrians, and bicycles. The City of 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 Contractors' installation, equipment, or employees will be the sole responsibility of the Contractor. The Contractor may be required to use Variable Message Boards to advise road users about upcoming work on Arterial and Collector streets as required by Traffic Operations through the approved traffic control plan. When required, the Engineer will issue direction for the number of boards, general locations for placement, and message verbiage. The typical quantity of Variable Message Boards shall be: Six (6) on Arterial streets, four (4) on Collector streets, none on Residential streets, but may be modified as directed by the Engineer. Variable Message Boards shall be placed a minimum of 5 working days prior to the project start date. If full closures on Arterial and Collector streets are authorized, Variable Message Boards shall remain in place until completion of the project. Lane closures on Arterial and Collector streets shall require message boards to remain in place for two days after starting work. Fully automated Variable Message Boards shall be installed and operate continuously during the afore mentioned durations on Arterial and Collector streets. Two-way traffic shall be maintained at all times unless approved by the Engineer. Lane width shall be Project Specifications - Page 39 of48 (• 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 f� (0 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL maintained at a minimum often (10) feet between traffic control devices. The Contractor will provide 24 hour minimum notice to the City of Fort Collins Traffic Department when project operations will be near a signalized intersection. TRAFFIC CONTROL PLAN - GENERAL Hand drawn plans shall NOT be accepted. Notification of residents and businesses shall be the responsibility of the Contractor, Contractor Representative, Traffic Control Supervisor or the Traffic Control Supervisor Representative and shall consist of distributing letters indicating the nature of the work to be completed, any special instructions to the residents (i.e. limits on lawn watering during concrete placement, etc.), dates and times of the work, and parking and access restrictions that will apply. Sample notifications shall be submitted to the Engineer for review prior to starting the project. Notification letters or door hangers shall include a local phone number which residents with questions may use to contact the Contractor and a link to the City of Fort Collins Street Department web site where citizens may find additional information and project updates at "www.fceov.com/streets". Only approved notifications shall be distributed a minimum of 48 hours prior to the commencement of each phase of the Work. Traffic Control Plans shall be submitted for approval prior to commencement of all work. Traffic control conditions vary significantly in the field and the Contractor is responsible for submitting traffic control plans for each work location. Minimum traffic control requirements for Arterial, Collector, and Residential streets are contained herein. Plans shall be specific to the project area showing street names, existing signing and striping conditions at intersections and the location for proposed devices. Devices temporarily not in use shall be removed from the area. Moving shall include devices removed from the . project and later returned to use. Devices may be temporarily placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists, and vehicles, as approved by the Engineer. Traffic control devices shall be removed from the site immediately upon completion of the work for any street(s). 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 for review and inspection. See Revision of Section 104. TRAFFIC CONTROL PLAN - PROJECT Traffic control plans shall be submitted for all work locations prior to commencement of any work. Plans shall be submitted along with the City of Fort Collins Traffic Approval Forms. Traffic control plans shall be prepared by a Traffic Control Supervisor certified by the American Traffic Safety Services Association (ATSSA) or a Worksite Traffic Control Supervisor certified by the Colorado Contractor's Association (CCA). Hand drawn plans shall NOT be accepted. Typical Traffic Control Plans for work within the right-of-way shall be submitted for approval to the Engineer as follows: Typical submittals for scheduled residential work shall be submitted by 8:00 a.m. two (2) working days prior to commencement of the work. Typical submittals for residential work scheduled on Monday and Tuesday shall be submitted the previous Thursday by 8:00 a.m. Submittals for full closures on residential streets shall be submitted five (5) working days prior to the commencement of work. Project Specifications - Page 40 of 48 11 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Submittals for full closures on Arterial and Collector streets shall be submitted ten (10) working days prior to the commencement of work. All plans shall be delivered to the Engineer, 625 Ninth Street, Fort Collins. Facsimiles of plans shall not be accepted. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work. See Revision of Sections 104 and 105. A Traffic Control Plan shall be submitted for each Arterial and each Collector street scheduled for work. Each residential area shall have one typical Traffic Control Plan submitted for the area. When changes to the Area Traffic Control Plan(s) are required, a re -submittal for the area shall be provided for approval. For required closures in a residential (i.e., closure for a crosspan repair) a separate submittal from the Area Traffic Control Plan shall be provided. The Traffic Control Plan shall include, as a minimum, the following: L A traffic control Approval Form submittal with each traffic control plan. The Approval Form shall be legibly written and filled out completely. 2. A detailed diagram which shows the location of all sign placements-, including advance construction signs (if not previously approved) and speed limit signs; method, length and time duration for lane closures, and location of flag persons. 3. A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panels; vertical panels with lights; Type 1, Type 11, and Type III barricades; • cones; drum channelizing devices; advance warning flashing or sequencing arrow panels. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. 4. Number of flaggers to be used and flagger locations. Flagger locations shall be located where approaching motorists, bicyclists, and pedestrians have sufficient distance to safely stop at the specified point. 0 5. Parking and access restrictions to be in effect. 6. Detailed pedestrian and bicycle movement. 7. All applicable notes (i.e., sign spacing, taper length and posted speed limit, pedestrian routes, etc.) Approval of the proposed method of handling traffic does not relieve the Contractor of liability specifically assigned under this contract. Project Specifications - Page 41 of 48 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL E-] FIGURE 630-1 TYPICAL ARTERIAL TRAFFIC CONTROL PLAN OWNER TRAFFIC CONTROL CONTRACTOR COMPANY CANTACT NAME DATE PHONE# TCS CERT# SHEET# DEVICE TABULATION 2 - ROAD WORK AHEAD 2 - LEFT LANE CLOSED AHEAD 2 - TRANSITION(L) 40 - 28- TRAFFIC CONES TYPICAL LEFT LANE t NOT DRAWN TO SCALE ARTERIAL STREETS - Shall include Flagging personnel required for the road classification, control of cross traffic, and as required for the Contractor's daily work activities in addition to the minimum signage required by the specifications. Flagging shall be paid separately under "Flagging". Approved Variable Message Boards shall be required for Arterial streets, shall be shown on the drawing, and shall be paid for separately under "Variable Message Board". Advance Warning Arrow Boards may be requested by the Engineer and shall be paid for separately under "Advance Warning Arrow Board". to Project Specifications - Page 42 of 48 \J 0 0 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL FIGURE 630-2 TYPICAL COLLECTOR TRAFFIC CONTROL PLAN CONfRACTOft TRAFFIC CONTROL COMPANY CANTACT NAME DATE PHONEp TCS CERTp SMEETP OWNER NOT DRAWN TO SCALE FVICETABULAIION- 2 - ROAD WORK AHEAD 2- ONE LANE ROAD AHEAD 2. FLAGGER AHEAD 20. 28-TRAFFIC CONES COLLECTOR STREETS -Shall include Flagging personnel required for the road classification, control of cross traffic, and as required for the Contractor's daily work activities in addition to the minimum signage required by the specifications. Flagging shall be paid separately under "Flagging". Approved Variable Message Boards may be required for collector streets and shall be shown on the plans and paid for separately under "Variable Message Board". Advance Warning Arrow Boards may be requested by the Engineer and shall be paid for separately under "Advance Warning Arrow Board". Project Specifications -Page 43 of 48 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL FIGURE 630-3 TYPICAL RESIDENTIAL TRAFFIC CONTROL PLAN • �.e OWNER • RESIDENTIAL STREETS -Shall include Flagging personnel required for the road classification, control of cross traffic, and as required for the Contractor's daily work activities in addition to the minimum signage required by the specifications. Flagging shall be paid separately under "Flagging". Variable Message Boards are typically not required for residential streets. TRAFFIC CONTROL MANAGEMENT Subsection 630.11 shall be amended to include the following: The Contractor shall designate an individual, other than the Superintendent, to be the Traffic Control Supervisor. Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic Control Supervisor or a current Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. Proof of certification for all personnel assigned to the project(s) shall be provided to the City Traffic Department and the Engineer. The Traffic Control Supervisor shall have approved traffic control plans for the work site and current copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the MUTCD, pertaining to Project Specifications -Page 44 of 48 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL • traffic control for street and highway construction, available on site at all times. The TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted to the Engineer for approval a minimum of five (5) working days prior to commencement of the work. The TCS shall be required to be on site at all times during construction. It is the intent of the specifications that the TCS be the same throughout the year. The TCS shall be equipped with a cellular phone. Traffic Control Management shall be maintained on a 24 hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be available on every working day, "on call" at all times, and available upon request of the Engineer during non -working hours. A 24 hour telephone number shall be provided to the Engineer. Outside of construction hours, the response time from the Engineers' contact shall be 30 minutes or less and correction of the issue(s) shall be one (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: I. Supervise and direct project naggers. 2. Prepare, revise, and submit Traffic Control Plans as required. 3. Coordinate all traffic control related operations, including those of the Subcontractor and supplier. 4. Coordinate project activities with appropriate police and fire control agencies, Transfort, school districts and other affected agencies and parties prior to construction. 5. Notify residents and businesses at least 48 hours prior to construction. a. Notifications may be accomplished by a representative of the TCS such as a flagger and shall be hand typed and hand delivered to all businesses and residents. 6. • Inspect traffic control devices on a calendar day basis for the duration of the project to ensure devices are functioning properly and are clean and legible. 7. Oversee all requirements covered by the plans and specifications which contribute to the convenience, safety, and orderly movement of traffic. 8. Breaking flaggers for short periods of no more than fifteen (15) minutes over a sixty (60) minute period. 9. Set up and removal of traffic control device. 10. Maintain a project traffic control diary which shall become part of the City's project records. This diary/log shall be submitted to the Engineer daily and shall include the following information as a minimum a. Date. b. The time of traffic control inspections. c. Project description and location. d. Traffic Control Supervisor's name. e. Types and quantities of traffic control devices used per approved MHT. f List of flaggers used, including start time, stop time and number of flagging hour breaks. g. Traffic control problems (traffic accidents; damaged, missing or dirty devices, etc.) and corrective action taken. METHOD OF MEASUREMENT Subsection 630.15 shall be amended to include the following: "Traffic Control" shall be paid based on the cost of the total actual work performed during the pay period using the traffic control cost percentage in 630.01. The total cost of the work for the pay period shall be multiplied by the established percentage and shall be added to the pay application. This percentage of total work performed shall include all traffic control equipment, Traffic Control Supervisor (TCS), and all other . incidentals to the work excluding Variable Message Boards (VMB), Flaggers, and Advanced Warning Arrow Boards; these items will be paid for separately. Project Specifications -Page 45 of 48 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Items such as traffic control submittals, sand bags, sign stands, fencing, lighting, electricity, fuel, and • caution tape shall not be measured and paid for separately and shall be considered a subsidiary obligation in conjunction with traffic control items. 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 percentage cost for the month. "Variable Message Board" shall be measured and paid per each per day in addition to the monthly percentage. "Flagging" shall be measured and paid per hour in addition to the monthly percentage and shall be provided based on the Contractors daily work activities, number/location of intersections, or as directed by the Engineer, and shall include all related equipment and incidentals (i.e., Stop/Slow paddles, communication devices if required, personal protective equipment). Hours of non -Flagging work in excess of those authorized shall not be measured and paid for separately but shall be at the Contractor's expense including personnel break times, and stand by time. Flaggers shall be provided with hand signs such as Stop/Slow paddles and electronic communication devices when required and follow the current MUTCD standards. Flagger equipment and devices shall not be measured and paid for separately. "Advance Warning Arrow Board" shall be paid per each per day in addition to the monthly percentage. All costs associated with Traffic Control Plan review shall not be measured or paid for separately, but shall be considered incidental to the Work including re -submittal fees. The City may deduct from compensation due the Contractor $10.00 per day for each traffic control device not removed from the site immediately upon completion of the work or as directed by the Engineer. The Contractor may provide larger construction traffic signs than those typically used in accordance with the • City of Fort Collins Work Area Traffic Control Handbook and the MUTCD as approved by the Engineer, however, no payment shall be made for the additional panel size. The City of Fort Collins "Standard Master Street Plan Map" depicting the street classifications (Arterial, Collector, and Residential) can be found at the following link: httn'//citvdocs fceov.com/?dt=Master+Street+plan+Map&dn=GIS+MAPS&vid=192&emd=showdt 11 Project Specifications - Page 46 of 48 • • REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL BASIS OF PAYMENT Subsection 630.16 shall be amended to include the following: Payment shall be made under: Pay Item 630.20 Traffic Control 630.30 Variable Message Board 630.40 Flagging 630.50 Advance Warning Arrow Board Unit Percentage Per Each/Per Day Hour Per Each/Per Day 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 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). Project Specifications - Page 47 of48 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL EXCEPTIONS MAY BE MADE FOR CONSTRUCTION OR REPAIR WORK ON ARTERIAL • AND COLLECTOR STREETS BETWEEN THE HOURS OF 7:00 A.M. TO 6: P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, WHEN ALL EQUIPMENT, LABOR, TRAFFIC CONTROL DEVICES, AND CONSTRUCTION ARE NOT IN THE VICINITY OF AN INTERSECTION. THE ENGINEER SHALL AUTHORIZE SUCH WORK AND SPECIFY THE REQUIRED DISTANCE FROM THE INTERSECTION. NOTE: TIME RESTRICTIONS ON S.H. 287 AND HWY 17 (COLLEGE AVENUE AND MULBERRY STREET EAST OF LEMAY) SHALL TYPICALLY BE RESTRICTED FROM 9:00 A.M TO 3:00 P.M. NOTE: CONSTRUCTION HOURS, EXCEPT FOR EMERGENCIES SHALL BE LIMITED TO 7:00 A.M. TO 6:00 P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, UNLESS OTHERWISE AUTHORIZED IN WRITING BY THE ENGINEER. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: FULL CLOSURES ON ALL RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE TRAFFIC CONTROL PLANS. 11 Project Specifications - Page 48 of 48 SECTION 03000 • DETAILS Curb and Gutter 701 Curb and Gutter/Sidewalk 702 Curb, Gutter and Sidewalk Details D-6 Median (Island Curbs) 703 Standard Driveway Approach (I & 11) 706 Standard Driveway Approach (III & IV) 707 Street Intersection Crosspan 708 Drainage Under Sidewalk 709 Curb Inlet 4' Opening — Vertical Curb & Gutter D-7a, 7b Curb Inlet 4' Opening — Driveover Curb & Gutter D-8a, 8b Concrete Sidewalk Culvert D-12,13 Area Inlet D-9a • Modified Type 13Inlet 13-A Catch Basin Alley Intersections 803 Standard Manhole Cover 1201 Standard Sidewalk 1601 Sidewalk Detail 1602 Access Ramp Details 1603 Detached Walk/Intersection Detail 1604 Detached Walk/Intersection Detail 1605 Pedestrian Ramp Detail 1606 Residential Local Street Access Ramps 1606 a Truncated Dome Warning for Access Ramps 1607 Median Islands and Pedestrian Refuge Area 1608 Sidewalk Widening Details 2501 • Concrete Pavement Joints M-412-1 SECTION 00610 PERFORMANCE BOND Bond No. 2174029 KNOW ALL MEN BY THESE PRESENTS: that Northstar Concrete Inc. 1220 S Garfield Ave., Loveland, CO 80537 (an Individual), (a Partnership), a Corporation hereinafter referred to as the 'Principal" and (Firm) North American Specialty Insurance Company (Address) 650 Elm Street, Manchester, NH 03101-2524 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins. 300 Laporte Ave. Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of One Million Three Hundred Ninety -Eight Thousand Eight Hundred Fifty -One Dollars and Sixty Cents ($1.398.851.60) 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 18th day of March, 2014, a copy of which is • hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 7509 Concrete Maintenance Project Phase II — 2014 Renewal. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no 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. C� r� u 2_6• 6' 1 1/2'R. 4 1/2' N 2'R. c0 Gutter edge may be a _ tapered or battered. (Typical for all Curb & &Gutter Types) '•• -s VERTICAL R I0.5' 3.63 2 b O 1.� d a: v 9' a a 'a ROLL-OVER (LOVELAND) CURB AND GUTTER a NO: 1 DRAWING LARIMER COUNTY CONSTRUCTION URBAN AREA 03/01/02 701 STREET STANDARDS DRAWINGS DATE. 0 • n U o / 11 J C C EE .- N m m U LL W EE 0 1Q W (r Co -A) .z h).b/£ 0l 0) .8/£ L Caj) .s/s s m LL U �.. W 0 W Q CURB AND GUTTER/SIDEWALK LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 03/01/02 702 ^N LIMITS OF C kG i 14 IN. ��— 17 IN. 3 FT. 9 IN. - (1.17 FT.) p�, \ (1.42 FT.) (3.75 FT.) z M M wI FLOW \ I D 41N. LINE a T I 61N J p'. 6IN. e .p A D zn \ Ian � 5 1T�.FF.) 5 T.) J DRIVE —OVER CURB, GUTTER AND SIDEWALK 2 FT 6 IN. 6 w_ WHERE WALK ADJOINS A CURB, IT SHALL BE CONSTRUCTED 1/4 INCH ABOVE THE CURB. 4 1/2 IN. SLOPE SIDEWALK TO CURB — 1 1/2 IN. 1/4 IN, TO 1/2 IN. PER FT. 2 IN .� 1 1/2 IN. R ... p' .' 41N. � � � D 2 IN. R p 'p D 6 IN. 2! ' 4 FT. MIN. 61 D 12 IN. m VERTICAL 6 IN. CURB, GUTTER AND SIDEWALK EDGED SURFACE 1/8 IN R 3/4 IN. MIN. 4.43 FT. 1.lB FT. .58 FT 2.67 FT. ,D p _ . .09 FT. ' D: ..�..'.. 11 FT. .p .30 FT. r' a e 6 ' .e. 'e A ° p. 4 IN. DUMMY JOINT FOR WALKS COMBINATION CURB, GUTTER AND SIDEWALK "HOLLYWOOD" (OBSOLETE — FOR REPLACEMENT ONLY) CURB, GUTTER AND SIDEWALK DETAILS CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL UTILITIES CONSTRUCTION DETAILS DATE: 11/13/00 D - 6 DRAWN BY: NBJ an ° T* C • CI 0 9 • u r--� 1-1/2' 4-1/2' 1 1/2'R. 1-1 /2' TO 2 R. u •n � N d a •'d u d. OUT FALL CURB & GUTTER (FORT COLLINS ONLY) �6 6- 4- 1 /8' TO 1 /4'R. I---{--t-1 112' 1 L1 1 firTO 1/4-R. . 1-R.f- 1/2,md• • ASPHALT OR 3 1 /2• 3' * 6' w/concrete pavement CONCRETE PAVEMENT 8' w/asphalt BARRIER CURB (KEY WAY OR EPDXY) MOUNTABLE CURB (KEY WAY OR EPDXY) (SECTION B) (SECTION M) 6' 6- 6 1 1/4' i 'D ; 10 .d'•�' LwL 'b (D i •v .. dd'. •,. Ell d.d ;'.•� A• v.d. " •d `..A O ROADWAY _ •,.. PAVEMENT .� 'A' U• BARRIER CURB 6' MOUNTABLE CURB (CDOT TYPE 2 SECTION B M-609-1 CURB W/8' REVEAL) Notes: a.) Bottom of curb shall be poured to a depth no less than on the compacted subgrade of the pavement. b_) Ralsed center medians shall be a' baffler curb or S epoxy curb only. MEDIAN (ISLAND CURBS) LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 703 _« vJaY �`� X = Curb Transltlon Length Y = Parkway Width In Type I Approach W = Driveway Width (See Drawing 707) t = Concrete Thickness - minimum 6• Type I = With Detached Sidewalk Type II = With Attached Sidewalk fer to Chapter 26 for minimum removal dimensions. PERSPECTIVE W = Width Ramp If necessary A Right of Way line ` BI a j-ta-hde1:12 ewalk max. I W W W W W W W � W W W •L N W N I Attached 6 1:12 max. � ry 1:12 max. Sidewalk Beck of curb FL o Llp TYPE I X=2 min. Driveway Width Varies X=6-0' TYPE II w 3 EXPANSION Z J tE yy 7 (max m JOINT ', 1:24 LL N i.., -f WALK DTIy SECTION B-B a NOTE: n N.T.S. _ - e Il WALK Y �„ ','•". ', 1. Concrete driveway must be �s• provided to the property line. O 1:48 SLOPE 114'PER FT. I TTm EExpanslon fm 2- joint R drlve WALK A -A continues as concrete N.T.S. STANDARD DRIVEWAY APPROACH (TYPES I & II) LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS I DATE: 04/01/07 706 r-I L C J • Cl ,1 u m r 0 n m m o ;9 u ; Y C Ill Y m am mo 3m °ml� nam 3 3 0`0 _ c � U` CI) QCm woa UJZ 2 Y � S n z cc Q Q 0 o v 0 m > > = a01i rn a c W W Q ri c `o um \ U °j L Q w\ m / o a E a ov N I E m E a ID m I > m u Pa o z o E 'H_ I m t =o n 3m am I z°m U) • ii- I i*i' O - - r m� I ('uI )s > a Q 8~ I Z~ Do I m me ma E m U a oor Z O m • CO m iG Cw Div Qz— I m wj m _ Nn � Em Q m0c Ea° m Q A zZ Q n m Q Q C N �% E N /c 0 0 L m ttl UG Q To U LL1 w Lu ° � m m d (n m .amE bo��noo Q ==ami 0� O� 3 low ?s mNn��2ia 0 w m2 FmQimo< 0 I Z N 6 'i L6 IO zo n M n n i3 Z3 N N N � � E Z L CI 0 0 STANDARD DRIVEWAY APPROACH (HIGH VOLUME DRIVE TYPES III & IV) LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/Ol/07 707 00 a 3 0O UC OHZUI JCFr- Ot-6^ O Q OOO Z �n w 0 O 0 o O W d' O W = ) � 3 o a a _ w m v o D.I " 3 3 3 W� I ZU la.z W Z r J op jr,z d' w O O J O i 3 z> J� wo Z ZO O� 00 �N II Q QJp o pQ ��c Z 2 � K iraF Zm U. Z O O J W O �il 1- Z O •�' � U ZJ HF UO OJ IIj03 (nm J UO U Q Q O- (f) Q ,tea U w F '� �w O II }} OF O S a O Q Q\ ZIL 0o j "m Z^ zo 09 �~ O v LLI O+ P7- W U w Z(n O m z Z_ . Nz Lj0 U W tnw WU F Z (O Of N (n w U 3 I QFzZ+O-E�nQ OD OFQ { F-N WW Z_ JQ Q= v • f W W < >a ao a as o Z N W ZZ _ _ W ¢ � N W C � Z = v N .- gW W Q M v Z 3 y o o in io 03 o: U Z O J •` � O U U U J d N N Q O g U U STREET INTERSECTION CROSSPAN LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/O1/07 708 r7 u 0 • • m N M X (Vaes, See Plans r711/4" 1 a• c�r�Tl�r.i o 0 5/S' Rolled Steel Tread Plate (diamond pattern) Dimension Variable Retaining Screws at C 4'-Or or as Dlroctod S I I I I Detached Sidewalk I Notes: PLAN VIEW 5/8' Rolled Steel Tread Plate 1. Length of steel plate varles. L = 1 1 /4' x 1 1 /4• x 1 /4' 1 /2' x Y Flat Head Mach. 2. Chase and cover plate run from Screw Brass or Electro-gaiv. Right of Way line to flow line unless a ° finish 17 on center approved by the Engineer. .. � (typical both sides) With curb walk, cover plate extends ,17 Angle Iron to be drilled and from property line to lop of walk face. ., °� threaded to receive screw. ° oncrete to be drilled to allow 3' #4 Bar Welded at 17 on screw to extend Into the center, Nelson Standard Anchor SECTION C-C concrete or equivalent. (typical both sides) (typical both sides). 5 VERTICAL CURB, GUTTER, AND SIDEWALK SECTION A -A (2 VIEWS) STANDARD DETAILS FOR DRAINAGE UNDER SIDEWALK LARIMER COUNTY CONSTRUCTION I REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/O1/07 709 3 F B A 6 ]I STEEL BECK RING WITH 24 IN. HEAVY DENVER COVER BY MACLEAR OR APPROVED EQUAL. 3 iT. J 11. i IN. _ O F 6 IN. THICK K SHIN. ALLTHICK I p BOTH SIDES) 1\ g C CBE B 6 IN. CURB 6 'A' FLOW LINE WARPED SEE DETAIL GUTTER (TYP. F7, L BDTH SIDES) 4 FT. OPENING 11 FT. IFT.. B BS FLUSH - WITH CURB FACE 6 IN. 2 IN. 1 411 A PLAN VIEW NTS B4 BAR 1 1/2 IN. R 18 IN. LONG 1/4 IN.-1 IN. LEG 0' 10 IN. EMBEDMENT .v t 6 IN. VB5 BAR '1 1/2 M PIPE SPACER AND 1 1/4 IN. LOCK NUT —1 1/4 IN. ➢IA. N 24 IN. GALV. STEEL ROD - THREADED 3 1/2 IN. AT TOP. 1/4 IN 3 IN. N 3 IN, N 3/8 IN. PLATE 2 FT. J 6 1NT I SEE CURB FACE — OF ASSEMBLY DETAIL MANHOLE RUNGS-12 IN. G.C. FT.-6 NORMAL FLOW 61 6 IN. 1% SLOPE FOR DRAINAGE SECTI❑N A -A GUTTER ALTERED FLOW LINE 6 IN. FOR SECTION B-B ExTEND CHANNEL 6 WALL 70 0 TSI➢E EDGE OF WALL CURB FACE ASSEMBLY DETAIL GENERAL NOTES 1. SEE FOR REINFORCEMENT.. g L 5. MATCH B OF NKESEEHDL6 BE SLOPE TO 3 IN, PT➢-7B 2 FORM INVERT WITH TOR OF INLET FORM RAD! IN. TO DPIPEN LONNECTIE 6. EXPOSED STEEL SHALL BE GALVANIZED. IN 3. MANHOLE RUNGS SgALL $E REQUIRED FOR ACCORDANCE WITH AASHTO M-I11. INLET HE GMFFTgq4 F . AN GREATER. DETAIL 'A' 4, SIDEWALK EITHER SSIDE OBE F I6 IN.THICK FOR 3 FT. CURB INLET-4 FT. OPENING FOR VERT. CURB & GUTTER APPROVED: DETAIL CITY OF FORT COLLINS STORMWATER UTILITIES CONSTRUCTION DETAILS DATE 11/19/02 D-7A CRY of ►OK DRAWN BY: NBJ 0 4 FT. I B L- 2 A-7 401 8 IN. O.C. �01 / 501 IN Ot- IVA;. INERMEE-nowl Ir 408-j 3 FT. 5 FT. 3 F7. 11 FT. A-.0-1 PLAN VIEW NTS TABLE 1 MARK DIA. O.C. TYPE TYPE NO' LENGHT IN. SPACING 401 8 IN. II 4 3 FT. to IN. 402 1 T 12 IN, IIII ■ 7 F7. 10 IN, 403 12 1N. FT. 4 IN. 404 1/2 IN. II 14 12 N. ■ 3 FT. 2 IN. 406 12 N. 4 ■ 407 9 FT. 0 IN. 408 12 N. V 4 3 . 4 IN. 501 5/8 IN. 9 IN. II 2 9 FT. 0 IN. 502 5/8 IN. 9 IN. 11 4 503 5/8 N. 9 N. 1 FT. 0 IN. 504 5/8 IN. 6 IN. WIN 4 FT. 8 IN. 601 -TITIN. - - 1 8 FT. 10 IN. 8 C 8.5 - - - 1 5 FT. 0 IN AxCMOR 1/2 IN. 24 IN. - 2 1 FT. 6 IN. TYPE II rTRAIOTr 1 IN TYPE III �IN TYPE IV (� T ■VARIBLE WITH HIGHT, REFER TO TABLE 2. '\, TYPE VII IN TYPE VIII IJ)OP 12 IN.'M LAP GENERAL NDTESI BAR BENDING DIAGR (DIMENSION ARE OUT TO OUT OF AM 1. QUANTITIES INCLU➢ VOLUMES OCCUPIED BY PIPES. BAR) STRUCTURAL STEEL REINFORCEMENT AROUND PIPES ARE NOT INCLU➢ED. 2. KEY JOINTS WHERE VALSS CONNECT TO TOP SLAB AND BASE. 3. REINFORCEMENT IN WALLS AND BASE SHALL BE 3 IN. FROM THE SIDES EXPOSED TO EARTH. RENFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR. 2 FT 2 FT. A FT. - A TN. SECTI❑N A -A NTS 5 FT. r402 / N4 ANCHORS SECTI❑N B-B NTS 2 FT. 1 FT TABLE 2 OIIANTTTFS VARTAI FS WTTN NFTF.NT H LENGHT C.Y. LB. 40214051 404 406 CONC. STEEL 3 FT. 6 IN 10 6 3 FT. 2 IN.2 FT. 1 IN. 10 6 4 F7. 0 1 12 8 3 FT. 8 IN 2 FT. 7 IN 12 e 4 FT. 6 IN 12 8 4 FT. 2 IN 3 FT. I IN l2 B 3 FT. 0 IN 1/ 10 4 FT. 8 IN 3 FT. 7 IN 14 10 5 FT. 6 IN 14 IO 5 FT. 2 IN 4 FT. 1 IN. 14 l0 6 FT. 0 IN, 16 12 5 FT. 8 IN. 4 FT. 7 IN, 16 12 6 FT. 6 IN. 16 12 6 FT. 2 IN. 5 FT. 1 IN. 16 12 7 FT. 0 IN. 18 14 6 FT. 8 IN. 5 FT. 7 IN IS 14 7 FT. 6 IN 18 14 7 FT. 2 IN 6 FT. 1 IN. IB 14 8 FT. 6 IN.. 20 16 7 FT. 8 IN 6 FT. 7 IN 20 16 8 FT. 6 IN 20 16 8 FT. 2 IK 7 FT. I IN, 20 16 9 FT. 0 IN. 22 IB 18 FT. 8 IN 7 FT. 7 IN 22 18 9 FT. 6 IN 22 22 9 FT. 2 IN.8 FT. I IN. 22 22 10 FT. 0 I 24 24 9 FT. 8 IN. 8 FT. 7 IN 24 24 CURB & GUTTER (REINFORCEMENT) CITY OF FORT COLLINS STORMWATER I APPROVED: DETAIL WnLITES CONSTRUCTION DETAILS DATE: 11/21/02 D-7B DRAWN BY: NBJ • IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 24th day of March .20 14 0 0 RESKs E�JCE OF: Principal Northstar Concrete, Inc. OP - (Title) (itl (Corporate Seal) 1 720 South Garfield, Loveland CO 80537 (Address) IN PRESENCE OF: Other Partners By: By: INN,PRESENCE yOOF: Y" ""' K Q� - Witness (Surety Seal) Surety North American Specialty Insurance Company By: C Q-A nn o Diane F. Clementson, Attorney -in -Fact 650 Elm Street, Manchester NH 03101-2524 (Address) NOTE: Date of Bond must not be prior to date of Agreement. if CONTRACTOR is Partnership, all partners should execute Bond. 6 IN. 6 IN THICK SIDEWALL (TYP. K BOTH SIDES) a � s n 6IN- B 14 IN GUA7TER (71PB N BOTH SIDES) 8 E8.5 FLUSH - WITH CURB FACE 2 IN. 1 411 A 6 IN. STEEL DECK RING WITH 24 IN. HEAVY DENVER COVER BY MACLEAR OR APPROVED EQUAL. I a I 6 IN. —I SEE DETAIL 'A' 4 FT. OPENING 2 FT. 4 FT.- 6 IN. 6IN. 1 TIN. — +_ SEE CURB FACE ASSEMBLY DETAIL — HECK OF MANHOLE] B RUNGS-12 IN. D.C. SLOPE FOR D DRAINAGE ,R 11 FT. A PLAN VIEW NTS 04 BAR 1 1/2 IN R 18 IN. LONG 1/4 IN. -I IN. LEG 6 IN. �_NSBAR v.' . ,2i1 '' v ..• 1 1/2 IN. PIPE SPACER AND 1 1/4 IN. LOCK NUT • . 11/4 IN. DIA. Y 24 IN GALV. STEEL RDD - THREADEb 3 I/2 IN AT TOP. 1/4 IN 10 IN. EMBEDMENT 3 IN. % 3 IN. X 3/8 IN. v 4 PLATE NORMAL FLOV 6 IN. f SECTI❑N A -A DEPRESSED GUTTER WARPED GUTTER TOP OF GUTTER ALTERED FLOW LINE �6 IN. 6IN. i! 1% SLOPE FOR SECTION B-B EXTEND CHANNEL 6 IN. TO OUTSIDE EDGE OF WALL CURB FACE ASSEMBLY DETAIL WALL GENERAL NOTES 1. SEE D-8B FOR REINFORCEMENT. 77SS 5' OP SL B OF IN ESEE DLL BE SLOPE TO 3 IN. 2. FLUOR OF INLET BE SHAPE➢ WITH 6 RAD.� �• TTSHALL 7� FORM INVERT 6 EXPOSED STEEL SHALL BE GALVANIZED IN / TODP[PENCONNECT[ONTO ACCORDANCE WITH AASHTO M-lil. 3 MANHOLEqq REQUIRED FOR �LHEIGHTG 4 NLLE Fi. AN GREATER. DETAIL A 4. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT ON EITHER S DE OF INLET, CURB INLET-4 FT. OPENING DRIVE -OVER CURB & GUTTER CITY OF FORT COLLINS STORMWATER I APPROVED: DETAIL UTILITIES CONSTRUCTION DETAILS DATE: 11/21/02 D-8A ft d IM CO" DRAWN BY: NBJ �1 u • • 0 6 IN. _z � M B a � M 17 IN. 1 14 FT. T A � 3 FT. 5 FT. 3 FT. 11 FT. A PLAN VIEW TABLE 1 BAR UST FOR CURB INLET NTS MARK DIA. O.C. TYPE NO LENGHT 1N. SPACING REWD 402 8 IN. II 4 3 FT. 10 IN 404 12 IN. III • 7 FT. 10 IN 406 12 IN. IV 6 7 FT 4 IN. 407 /2 IN 12 IN. II 14 w 410 12 IN. i FT. 2 IN ! IT 4 411 12 1N. II 2 9 FT. 0 IN. 42 12 N. VII 4 3 FT. 4 IN 501 5/8 IN. 9 IN. II 2 9 FT. 0 IN. 502 5/8 IN. 9 IN 11 1 4 FT. 8 IN 503 5/8 IN. 9 IN ❑ 1 9 FT. 0 IN. 504 5/8 IN. 6 IN. VIII 2 4 FT, 8 IN 601 3/4 1N. - - 1 8 FT. 10 IN. a EBS - 1 5 FT. 0 IN. ANCHOR 1/2 IN. 24 IN - 2 1 FT. 6 IN IN. I uJi�—f�—p1T TYPE 5tr0i< W20 IN. TYPE 'U" W20 IN. TYPE IV 'U' s IN. TYPE In.VARIBLE WITH HEIGHT, REFER TO TABLE 2. !IN. IN. Bent [MlTYPE VII 0 IN. Loop 12 IN. LAP BAR BENDING DIAGRAM GENERAL NOTES: (DIMENSIONS ARE OUT TO OUT OF BAR) 1. QUANTITIES INCLUDE VOLUMES OCCUPIED BY PIPES. STRUCTURAL STEEL AND REINFORCEMENT AROUND PIPES ARE NOT INCLUDED. 2. KEY JOINTS WHERE WALLS CONNECT TO TOP SLAB AND BASE. 3. REINFORCEMENT IN WALLS AND BASE SHALL BE 3 IN. FROM THE SIDES EXPOSED TO EARTH. REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR. i]la��ya313 SECTION A —A SECTION B—B TABLE 2 OUANTITIES VARIABLE WTH HFICFIT H N0. REOD LENGHT C.Y. LB. 102 405 404 406 CIXJG. 61EEL 3 U. 6 IN. 10 6 3 FT. 2 IN. 2 FT. 1 IN. 25 210 4 FT. 0 IN. 12 8 3 FT. 8 IN. 2 FT. 7 IN. 2.6 230 4 FT. 6 IN. 12 8 4 FT. 2 IN. 3 FT. 1 N. IN. 28 236 5 FT. 0 IN. 14 10 4 FT. 8 IN. 3 FT. 7 2.8 236 5 R. 6 IN. 14 10 5 FT. 2 IN. 4 FT. 1 IN. }.1 262 6 FT. 0 IN. 16 12 5 FT. 8 IN. 4 FT. ] IN. 3.2 282 5 FT. 6 IN. 16 12 6 FT. 2 IN. 5 FT. 1 IN. 3.4 288 7 FT. 0 IN. 18 14 6 FT. 8 IN. 5 FT. 7 IN. 3.5 306 T . 6 IN. 18 14 FT. 21N. 6 FT. 1-1 N .7 714 8 FT. 6 IN. 20 16 8 fT. 2IN. 7 FT. 1 IN. 4.0 340 9 FT. 0 IN. 22 18 8 FT. 8 IN. 7 FT. 7 IN. 4.1 360 9 FT. 6 IN. 22 1B 9 FT. 2 IN. 8 FT. 1 IN. 4.3 366 10 FT. 0 W. 24 20 9 FT. 8 IN. 8 FT. 7 IN. 4.{ 38II CURB INLET-4 FT. OPNG. FOR DRIVE -OVER CURB & GUTTER (REINFORCEMENT) CIT`/ OF FORT COLLINS STORMWAIER APPPOVED DETAIL UTILITIES CONSTRUCTION DETAILS DATE 11/25/02 D-8B cr n Lca DPAWN B1 NBJ A-7 EXTEND WALK I FT. BEYOND NORMAL BACK OF WALK. -6 IN —644 BARS 1 T. C 6 IN. THICK 9 IN. I S 05 BARS AT C L SIDEWALK (TYPJ 4 FT. IF 6 IN I 2 B5 BARS AT 1 FT. B (TYPJ 6 IN D.C. B BACK OF CURB L6 IN. - / SEE DETAIL 'A' I 11 PS 'LINE 2 FT. B4 AA I.., CUP T 6 A --J BE 8.5 FLUSH WITH CURB FACE 1 1/2 IN. ft 1IR 8 IN ALONG 2 N. 6 IN 6 IN. 2:1 # 5 BAR . b . 1 1/2 IN. PIPE SPACER AND T B IN. T 1 1 /4 IN. DIA X 24 IN. GALV. ' 3 IN. STEEL ROD — TNREADED - 3 1/2 IN. AT TOP. e 4 IN. 3 IN. X 3 IN. X 3/8 IN. PLATE 61N DETAIL "B" 8ES-5 WITH 1 1 2 IN. DIA. HOLE IN CENTER - EX ND CHANNEL TO OUTSIDE EDGE OF WALL —1 •B• ¢4 BARS 6 IN. 6 IN • #5 BARS 8 1/2 T 1), SLOP —� ' 6 IN #4 BARS /4 BARS-12 IN. O.C. 807HWAYS SECTION A —A a FT A T. A FT. A M. A FT. A M WARPED GUTTER DEPRESSED GUTTER ,,---TOP OF CURB F 2 IN WARPED GUTTER 1 FT. NORMAL I„:. FLOW LINE ,4. FLOW LINE SECTION B-B (REINFORCEMENT NOT SHOWN) / 4 BARS 5 BARS GENERAL NOTES, AI I. SIDEWALK SHALL BE 6 IN, THICK FOR 3 FT. ON 6IN. EITHER SIDE OF CULVERT. ADD 1 9 4 BARS D`1 / 4 BARS 2• TOP SLAB OF CULVERT SHALL HE SLOPE TO 141/2 IN MATCH SIDEWALK. SEE ➢-6. 3. EXPOSED STEEL SHALL BE GALVANIZED IN ACCORDANCE WITH AASHTO M-111, 4. KEY JOINTS WHERE WALLS CONNECT TO TOP SLAB AND BASE. JOTHqq BARS-12 IN. O.C. 5. REINFORCEMENT IN WALLS AND BASE SHALL WAYS BE 3 IN. FROM THE SIDE EXPOSED TO EARTH. S E C T I❑ N C— C REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR, CONCRETE SIDEWALK CULVERT FOR VERT. CURB, GUTTER AND SIDEWALK CITY OF FORT COLLINS STORM WATER APPROVED: DETAIL UTILITIES CONSTRUCTION DETAILS DATE' 12/19/00 D - 1 2 cT a 1ait— ho DRAWN BY: NBJ • EXTEND VALK 1 FT. OFYWALK.OND pRMAL HACK .r 3 FT. .{ .� 6 IN. 6N4 BARS �AT II IN. Rf. 1 T. L 9 IN. 6 IN. THICK SIDEWALK 5 p5 BARS AT 9 IN. U.C. C C (TYPJ J 4 FT, 6 IN. 1 FT. 2 45 BARS AT B 6 IN, O.C. B (TYPJ BACK OF CURB 1 / —SEE DETAIL 'A' J V IN L 11 IN 1 ROVLINE 14 IN I WARPED CURB 6 L IGUTTER (TYP.) A--� 8C 8.5 FLUSH WITH CURB FACE 64 BAR 1 1/2 IN. R 8 IN. LONG 1 4 IN.-1 IN. LEG 2 IN. 2 IN. 4:1 4- 6 IN. 4 fi IN. = \M 5 BAR d ° 1 1 1/2 IN. PIPE SPACER AND 1 1/4 N. LOCK NUT 8 IN. p ; T 1 1/4 IN. DIA. X 24 IN, GALV. 1 IN STEEL ROD — THREADED 3 1/2 IN. AT TOP. J •a ' 3<IN . I ° 6 IN, 4 IN. e 3 IN. X 3 IN. X 3/8 IN. PLA E 6 IN ... r_r 6 IN. 3 FT. 6 IN. BC 8.5 WITH 1 1/2 IN. DIA. HOLE IN CENTER — EXTEND CHANNEL TO OUTSIDE EDGE OF WALL. — - B IN, DETAIL "A" SEE DETAIL ^B^ p4 BARS 6 IN. #5 BARS B 1/2 1% SLOPE—� 6 IN. BARS p4 BARS-12 IN. O.C. BOTHWAYS SECTION A —A 4 FT. 0 IN I 3 FT. R IN. WARPED GUTTER I DEPRESSED GUTTER OP OF CURB WARPED GUTTER NORAIAL� I 3a In LW-�L.'�I '-ALTERED FLOW LINE I FLOW LINE SECTION B-B (REINFORCEMENT NOT SHOWN) GENERAL NOTES, } B 4 BARS 5 BARS 1. SIDEWALK SHALL BE 6 IN, THICK FOR 3 FT. ON 61N. _ EITHER SIDE OF CULVERT. -� ADD 1 # 4 BARS ADD 1 fl 4 BARS 2, TOP SLAB OF CULVERT SHALL BE SLOPE TO iii/21N. MATCH SIDEWALK. SEE D-6. 3. EXPOSED STEEL SHALL BE GALVANIZED IN i ACCORDANCE WITH AASHTO M-111, 4, KEY JOINTS WHERE WALLS CONNECT TO TOP SLAB AND BASE. a BARS-1z IN. D.C. orllwnrs 5, REINFORCEMENT IN WALLS AND BASE SHALL BE 3 IN. FROM THE SIDE EXPOSED TO EARTH. SECTION C — C REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR. CONCRETE CULVERT FOR DRIVE -OVER CURB, GUTTER AND WALK CITY 0FORT STORMWATER APPROVED: DETAIL UTILITIESOLLINS CONSTRUCTION DETAILS DATE 12/20/00 D-13 CFOdhd DRAWN BY: NBJ A �T I 0Er 0 0 1E2 A —NO. GRATE AND FRAME BY O. APPROVED EQUAL A PLAN VIEW 35 3/4 IN. 28 1 4 IN. 6 IN. 23 3/4 IN. 16 1 4 IN. 1 IN. MIN. IN. CIR. O.F. �nuc q p� µBA ` PIPE O.D. a�'• 2 N. R L.F. INLET CRATES •��� '. . } O.F. 2 IN. CIR LF. 0 12 IN. 1' ..•. 12 1N. y—CIR. •, /`•:..•.-: •;., •\ H OW LINE OF • ".� µ 0 12 1N . CTRS. LAP MS. TYP. ) µ O ARUND �I INLET AND CONDUIT .. a CpN CRETE PIPE yI D • PIPE 1 i r I H . P.: liI SLOPE FIX7 DRAINAGE-1 {1 9 I .:•' :II 12 IN. MA%. I1 ` \ • t. FL •. / I' a - ' ' - Ia' SPACING14 14 IN, IN- ' /4 O 12 IN. CTRS. 6 IN. TYPICAL WAILS AND FLOOR SECTION A -A SECTION B-B GENERAL NOTES: 1. AREA INLETS MAY BE USED FOR DRAINAGEWAY OTHER THAN STREETS. (EXAMPLE, PARKING LOTS, MEDIANDS, SUMP BASINS) AREA INLET CITY OF FORT COLLINS STORM WATER APPROVED: DETAILDATE• 12/8/00 UTILITIES CONSTRUCTION DETAILS D-9A °b a1 �°'L CdBu DRAWN BY: NBJ N k 4 0 Q af 0 oz W U) c z a — —� W J O o U z 0 ~ z O 5 LL- w Li O U E' U I .h L G p 6 .x V 4 N 7 N L U LU a0 NN adid ZPul-w M �.Z�� 9 Q lull n a00000 NLLI oao��o 1CD L 8 L , `q�U CUE Q m 1 ' Q z O rCC� L .0 N C V Gpp Q CV Q� Q w O z 3 4N w Z au J ^ 3 a .zn z 0 Y J 3 w 0 V) Q � � W 0 a z m �? O Q U Q m � cr W _ O J O U Z O _ J' U Q L-U N z c U cC _-Jj r� z Ld z LL Oz ow • • Concrete Border R.O. W (TYP.) Alley Drive -Over or Vertical Curb & Gutter 107(10' I 109C10 Curb AIGHT REA Construction Joint SIGHT I1 AREA 0' Curb m I1:12 o 8' minlmum thick 1i12Walk concrete +Walk 0*Curb I g-Curb Truncated Dome parkway Parkway �1� Vertical Warning Detection I 6-Curb FE 6'Curb Truncated Dome STREET Warning Detection ALLEY W/ SIDE DRAINAGE Drainage May Cross the Walk Up to a Maximum of 0.5 ofs for the Design 2 Year Storm. Alley Concrete :+ Alley Drainage Inlet or Other Drainage Collection R.O.W. System shall be designed (TYP.) for 2 year storm minimum. �109(1G SIGHT / / I \ \ SIGHT AREA / AREA m Walk 1:24 0� 8' minlmum thick 11`24 8 I — concrete Walk b I Parkway Cr Cu Nli G'Curb Parkway Curb Warning Detection See Tables 8-1 & 8-2 For Radil STREET Requirements ALLEY W/ CENTER DRAINAGE Drainage May Not Cross the Walk Unless The Water Is Sheet Flow and does not Interfere with pedestrian use of walk ALLEY INTERSECTIONS LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/O1/07 803 Slope up to match finished pavement Depress ring t /4'to 5/>3 below adjacent finished street grade Final asphalt lift, overlay or grade adjustment Existing base course Support with Steel Shims and pack with High Strength Grout NOTE: 1 _ Grout shall be a mixture of 100 Ibs Grout mlx. 26 be water (3.12 Gal), and 100 be of sand conforming to ASTM C-35. 2. Manholes shell not be located In crosspanS, gutters, or wheel path. 3. Shim and grout to make ring and cover flush with the finished pavement surface. Straight cut around ring Concrete grade ring to match slope or finished grade Shim / Grout Grade ring Manhole STANDARD MANHOLE COVER LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING MAN AREA DRAWINGS STRrlr STANDARDS DATE: OB/07/00 1201 0 0 Bamot�d 3J3♦valk 1/7 Expansion Joint Material DETACHED gEEWALI Driveway sidewalk Atta .61cY—lk Min. ~ F.L LIP U'Resdeniel r 1/2 Expansion Joint Material ATTACHED SW E WALI SECTION A -A All Sidewalk Tr I—eaa Shall Be ( n>r' m. NOTE: 1. stdawelk pred. stdall rarnsin content ..roes d� 2. For dlbaway doalgn ru,r emenb, v o OONST. OWE 7M 67BT. 3. TH detail applioa to Rcsldcntlol & Commorolol di oys. STANDARD SIDEWALK JARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 1601 • SECTION 00615 PAYMENT BOND Bond No. 2174029 KNOW ALL MEN BY THESE PRESENTS: that Northstar Concrete Inc. 1220 S Garfield Ave., Loveland, CO 80537 (an Individual), (a Partnership), 0Corporatio , hereinafter referred to as the 'Principal' and (Firm) North American Specialty Insurance Company (Address) 650 Elm Street, Manchester, NH 03101-2524 hereinafter referred to as'the Surety", are held and firmly bound unto the City of Fort Collins. 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as 'the OWNER", in the penal sum One Million Three Hundred Ninety -Eight Thousand Eight Hundred Fifty -One Dollars and Sixty Cents ($1.398.851.60) of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 18th day of March, 2014, a copy of which is • hereto attached and made a part hereof for the performance of The City of Fort Collins project, 7509 Concrete Maintenance Project Phase II — 2014 Renewal. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the 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. 40 n dove Sidewalk to curo I M I foot `a .b q e 1 b..' NOTE: Conatruot eldewalk wm h>s ae 1Qirtervale .. • ♦A end .1,neu w•In apOM1rp an i,,b. • T ATTACHED SIDEWALK DETAIL Landscaping Slope: Nti-tumum �M Mamtum 31t Slope Sidewalk to curb 114• per foe y . e .. ,:. b.. .'; .. • 4 .. • Var,able a'. 2' min. t 0 DETACHED SIDEWALK DETAIL H 118+ 411, 114 SLAB THICKNESS 1 14 •.b. e. .•' . �. e WEAKENED PLANE JOINT 112-Exp ,Sion Joint matemal .. b ava' •: a' 12'' !i :• .• •b'•s AA INSTALL IN LOCATIONS SPECIFIED IN CHAPTER 22 EXPANSION JOINT SIDEWALK DETAIL LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/O1/07 1602 Pi • V) N c 2 (Radius vanes) £ \ 00 Curb to retain Transftlon ground behind the back of walk ro walk, If needed. No.) Walk Curb Gutter Wood float finish thru ramp Broom finish Wood float finish thru ramp Walk Broom finish Curb Gutter CORNER LOCATION 1:12 slope (Max.) �► q 61 5 6 (min.) (min.) r Truncated Dome Warning Detectlon Curb (optional) Only If needed -Transition back of walk (typ.) Broom finish Truncated Dome Warning Detection MID -BLOCK LOCATION at the comers of the truncated dome warning 2'-0' 6' truncated dome warring o detection C 1 '25** slope (max.) o 14 'A A SECTION A -A NOTES: 1. * 6' Thickness applies to entire ramp area_ 2. " 1:25 Unless a landing behind ramp (then ramp can be 1:12 with 1:20 on the truncated dome warning.) 3. See CONST_ DWG_ 1606(a) and 1607 for Fort Collins. 4. See CONST_ DWG- 1614, 161 a and 1616 for Loveland_ ACCESS RAMP DETAILS 2LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRA�YINURBAN AREA DRA�IINGS EET STANDARDS DATE: 04/O1/07 1F)O3 ARTERIAL 0 uo ROW Une 9� ARTERIAL COLLECTOR 2 J Q Ir R=6' W Zo Q � 6,, 9� P' J Q ROW Une If 10' 6' Lu 10' 5' (min.) Q 16' 15' ARTERIAL / ARTERIAL ARTERIAL / COLLECTOR For Corner Radlus > 35' DETACHED WALK / INTERSECTION DETAIL LARIMER COUNTY CONSTRUCTION REVISION N0: DRAWING UR3AN AREA DRAWINGS STRCI r STANDARDS DATE: 08/07/00 1604 • i Ll Note: Use of this detail requires special approval In Fort Collins by the Local Entity Engineer. DETACHED WALK / INTERSECTION DETAIL IARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING COU URBAN AREA NSTRDRAWCTI STREET STANDARDSGS I DATE: 04/01/07 1605 1.5' TRANSITION 0.5' TYP 1.5' TRANSITION A 0 0 0O 0O 0O 0 Y Y W W 000000000 Y Y W W W Oppp°p°p° CURB W W Y Y Y W W W Y W Flared Option W W W Y Y W W W Y Y Y W W W W W TNncated Dme W W W W W Waming Detection Y Y *FLARE OPTION W W W W W W W Y Y Y W Y 0000 A 000° 000° Tmnooted Dame 4' MIN. I o000 _ WamMq Delectbn 1" R. Max 0000 B" CURB 0000 0" CURB opo 000 .._..—..—.. ..—..—.. ..—..— 1' R CURB OPTION ° 2' RB t-6" or as specified 1:25 elope (max.) R 1:1=0PE MAX t.:..A `FLO UNE STANDARD GRAY CONC lE e' UP OF CUTTER RAMP WITH PARTIALLY COLORED CONCRETE PLAN VIEW SECTION A -A N.T.S. N.T.S. NOTES: I- NO JOINTS ARE ALLOWED IN THE FLOWLINE. SIX INCH WIDE CURB OR "DUMMY JOINIT MAY BE TOOLED NO CLOSER THAN 6 INCHES FROM FLOW LINE AS SHOWN. 2. MINIMUM CONCRETE THICKNESS IS 6 INCHES. 3. JOINT PATTERN TO BE ACCORDING TO INTERSECTION GUTTER DETAIL!, OR AS DETERMINED BY THE LOCAL ENTRY. 4. WOOD FLOAT FINISH IS REQUIRED OVER THE SLOPED SURFACE OF RAMP AND FLARES. 5. A 6 INCH WIDE CURB MAY BE POURED AT THE BACK OF THE RAMP AS SHOWN IF REQUIRED_ IF CURB IS USED IT SHALL MATCH THE CURB AND GUTTER STYLE OF ADJACENT CURB AND GUTTER. 6. MINIMUM RAMP WIDTH SHALL BE FOUR FEET, OR THE SAME AS THE WIDEST ADJACENT SIDEWALK, WHICHEVER IS GREATER, UP TO A MAXIMUM WIDTH OF 8 FEET. 7. THE RAMP LANDING MAY BE POURED MONOLITHIC WITH THE ADJACENT TRANSITIONS PROVIDED THAT AN APPROVED "SHAKE -OM PIGMENT BE USED TO COLOR THE LANDING AREA. 8. T= THICKNESS (AS SPECIFIED ON PLANS OR LOCAL ENTITY ENGINEER). PEDESTRIAN RAMP DETAIL (For New Const. & Alterations) LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING URBAN AREA DRAWINGS 04 O1 07 STREET STANDARDS DATE: 1606 l� u 10 i 0 0 FORT COLLINS ONLY AlwaP15-auao 3 m 2 a � 3 3 �5 3� 0 0 O � m L_ Yij r a� a 3r_iOis 3 o m v d V o N N 4 0 c O O.d H �� 6 O C 3 m C 06 L �H - wisru�ro E � a m a fr 0 Q c a E c cy o� �m z m' o �o aDiH m i c mci�a .J 0 0` 2I f tOi 1� A t M L m u •_ Gtl Q RESIDENTIAL LOCAL STREET ACCESS RAMPS Z IMER COUNTY CONSTRUCTION REVISION N0: DRAPINGRBAN AREA DRAIYINGSET STANDARDS DATE: 04/Ol/07 1 606(a FORT COLLINS ONLY a a �UU m ly U (J U LL oc�^o tEo c E o 0 a :' 0 _ � OCA O Y _ a,N++ a�U_ 0 0 0 p 3 c.i + + E N h 0000 AoaCn VarleS p] +v+i+ua+ D— U d [V N [V N N v V d 9 N N d O O V O E O[�,)O N N N 3 E OO,aOzl2 rnooa o x 0000 � o �`p N U LL O p�p O A� m y E E— �" d A E a �6 lq ya"j m O C `� O` 0 _° a m _= a y a `o 015 O Ca OO � O mon o_w VJS ¢N O- U 0 OCh0 0 0 ,m 0 OCa OO Varl O 11 '\ o a 0�) © z � z a N 0 'v c LL U m U m 4 a o Q �� oz N � C LL V N -p N ooy o s'[ a �a �E odo 1 e 0( )O NNDwAM m O000 D000 11 d N 1 N 00-E20 1pue Q Varies 1, i Q iegng gino O C=�]O O 0 0000 ao m N 2 ' m OO J pQ CD TRUNCATED DOME WARNING FOR ACCESS RAMPS IARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/O1/07 1607 • r 4• Min., Flat Rest Area 4' Mln- 1-12 MAX 1:1MAX Show street surface 1 SECTION A -A Minimum area of nose Island 50 ft' Truncated Dome Warning Detection (Orp-) A Min. 4' A a: a Slop Bar at Mln. trafflc signals Sidewalk width shall conform to width requirements for the street classification NOTES: 1. No storm water shall drain through pedestrian refuge. 2. Pedestrian refuge area shall be In line with cross walks. - 3. Crosswalk to Ilno up with ramp & Refuge Area. S MEDIAN ISLANDS & PEDESTRIAN REFUGE AREA LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/01/07 1608 4'-0' (Mln. Width) Sldewalk Addition Existing Sidewalk ADDITION TO EXISTING SIDEWALK NOTES: 1. New walk additions shall be placed to the same line and grade as the existing walk- 2. Match transverse tooled joints to existing tooled joints_ EDGE SURFACE IAr R. i F io y � •• o •i a � H TOOL JOINT FOR WALKS NOTES: 1. Joint shall be cut 1 /4 thickness of Initial concrete; tool joint for walks. SIDEWALK WIDENING DETAILS LARIMER COUNTY I REVISION NO: DRAWING MAN AREA CONSTRUCTION ST STANDARDS DRAWINGS I DATE: 08/07/00 2501 0 E 11 0 r • 0 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 24th day of March , Zp14. IN PRESENCE OF: aoL.0 JL - v-- (Title) (Corporate Seal) IN PRESENCE OF: IN PRESENCE • 1 • Witness (Surety Seal) Principal Northstar Concrete, Inc. (Address) Other Partners 0 Surety North AmericannSpecialty Insurance Company oohA'VA Diane F. Clementson, Attorney -in -Fact 650 Elm Street, Manchester, NH 03101-2524 (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. � 0 0 0 0 H H, 0 ||r,• §| §� § |®J § \\\ \] § � I , ZL '{ §|17 , ) )30 rx- ! ox R| \®- u x Pf §! x E ; f\ \ �| / !!|! }\ \!!!! 0 0 0 .I • • 0 C� SECTION 03500 • PROJECT MAPS In alphabetical order: Boltz Walden Way Starflower W. Vine 1 —Taft to Wood St. Goldeneye Landings West Fairbrooke Miramont Rogers Park English Ranch Stone Ridge Woodridge Warren Shores Paragon Point South Provincetowne East 9 /"F�ort Collins 1 Streets 0 Boltz area 1 STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment ® Schools ®HIP Overlay Reconstruct Concrete Pvmt Recon Map 11 of 60 201 Revised January 30, 2014 City of F6rt Collins Streets English Ranch STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend Surface treatment ® Schools -HIP Overlay Reconstruct Concrete Pvmt Recon Map 19 of 60 2014 Revised January 30, 2014 /�'F�ort Collins 7_ Streets Fairbrooke STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend —Surface treatment ® Schools —HIP — Overlay — Reconstruct — Concrete Pvmt Rewn Map 20 of 60� 2014 Revised January 30, 2014 F�ort Collins •" ` Streets 0 Goldeneye STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment ®Schools —HIP Overlay Reconstruct Concrete Pvmt Redon Map 23 of 60 2014 Revised January 30, 2014 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 SPECIFICATIONS • 0 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY • GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: RUSSELL D. LEAR, DARLENE KRINGS, JENNIFER WINTER, K'ANNE E. VOGEL, ROYAL R. LOVELL, KAY DILL, DIANE F. CLEMENTSON, BRANDI J. TETLEY and KELLY T. URWILLER JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9" of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." soo..11a....... c,, clAuTYf Nk" so ffi' sFaL s3ty:,f� 1973 v-6,,>. g3y�k..Ndypc.: • Slpr y���fmnimm��a"� By Steven P. Anderwn, senior Vice president ofWaAlagion International Imamate Company & Senior Via President of North American Specialty Insurance Company David M. Layman, Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this2Oth day of June 2012 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 20th day of June , 20IZ , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OPFICIAL SEAL" �Qla �%-dllQT2A.O DONNA D. SKLENS Notary Public, Spite of Illinois Donna D. Sklens, Notary Public M Commission Ex ins IOA620I5 I, Jeffrey Goldberg _the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. • IN WITNESS WHEREOF, 1 have set my hand and affixed the seals of the Companies this 24th day of March , 20 14 . Jeffrey Goldberg, vice President & Assistant secretary of Washington International Inmencom Company & Nora American Specialty Imurarce Cmnluny Fort Collins `Streets Landings West STREET MAINTENANCE PROGRAM (SMP) General Coordination Map ■ n a LL c o W t y Oy y A N y E Horsetooth Rd Cape O) Bowline Ct h M Cape n c t 0 Buckman Or C,mo@nk Ck , Legend — Surface treatment ® Schools —HIP Overlay Reconstruct Concrete Pvmt Recon Map 27 of 60 2014 Revised January 30, 2014 y N `v o = Odry Cf � ca c F�ort Collins •' ` Streets Miramont STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment ' ® Schools —HIP Overlay Reconstruct ConcretePvml Recon Map 32 of 60 2014 Revised January 30, 2014 Fort Collins Streets Paragon Point South STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment ® Schools —HIP Overlay Reconstruct Concrete Pvmt Recon Map 33 of 60 2014 Revised January 30, 2014 Fort Collins • Streets Provincetowne East 1 TQ G C f° m" STREET MAINTENANCE PROGRAM (SMP) General Coordination Map � Westboum Cir m rnw O C a a � m` m E Trilby Rd ¢e¢P�a� odDr C m a Crown Ridge Ln Q 9 "a.�0e Battsford Cir ay Cape 0 Q y 0 Q`a Benson Ln d,¢ do po o<< Cape s3 a d Quaking PJ Deerhursl Clr Aspen Dr Cape o _ U l.n p m E Rumford Slurry H � c StuRY d S°merly Ln Stoney Brook Rd COY°te Trai/Q ��c r San 0¢��m �°an Or r Cape 'a gis°aY In � slurrY Hai �e m m m Province Rd c Province Rd a, m �¢ 2 ¢ } a° > saddle rook Ln m ��a n Burrowing a° 100 Owl Dr 3�r o�aA O< Ra grookedge Or Map 35 of 60 2014 Revised January 30, 2014 j Saint m E John PI o t f y N Bassete? ep / Stanton Fa 0 Creek Dr o�'O m �S a' a a Aruba Dr N 2 < Saint Croix PI c Nassau Way v m0 Nassau Way Woods Landing Dr � a `oa a m� or = pr vkome .s a�a 00 r� Honholtz Dr F�ort Collins 1, Streets Rogers Park STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend � Surface treatment ® Schools HIP —Overlay — Reconstruct — Concrete Pvmt Recon - Map 36 of 61 2014 Revised January 30, 2014 F�ort Collins •' ` Streets Starflower STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend Surface treatment .®Schools' —HIP Overlay Reconstruct - Concrete Pvmt Recon Map 47 of 60 2014 Revised January 30, 2014 FortCollinsStreets 0 Stone Ridge STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend � Surface treatment ® Schools —HIP — Overlay — Reconstruct — Concrete Pvmt Recun Map 48 of 60 2014 Revised January 30, 2014 F�ort Collins •' ` Streets W Vine STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend - Surface treatment ® Schools -HIP Overlay - Reconstruct Concrete Pvmt Recon - Map 52 of 60 2014 Revised January 30, 2014 Ackerman Ct Ll N a m uNcoeN z � MIDDLE Z SCHOOL Lancer'Dr Made2 Ct 1 Alameda St 41 0 � Pomona St 0 3 ProfilePOL W Vine Dr W Vine Or ProfilePOL Hanna St POL u POL a � m Elm SI —Er, z 2 m V Z � 0 y m o = o E v a y o v e N Sycamore St N J a - Beech St `w m berry St Cherty.St i � /PU N ELEMENTARY to y Maple St m a 3 Collins in COI°m6iria C! Cl n ¢ o Layland Cta m Juniper Ct -. L N w Leland Ave Laporte Ave m U d J ¢ ° Bungalow c_ ¢ ¢ 1° LL Richards PI y CHILDRENS HOUSE Z MONTESSORI SCHOOL Z Z U. Z /"Fort of ` Streets Walden Way area 1 STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment ®Schools —HIP — Oveday — Reconstruct — Concrete Pvmt Recon Map 54 of 60• 2014 Revised January 30, 2014 F�ort Collins Streets Warren Shores STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Le9end - Map 55 Of 60 — Surface treatment EZ Schools — HIP Overlay Reconstruct Concrete Pvmt Recon 2014 Revised January 30, 2014 • 'r • SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Fort Collins Streets Woodridge 1 STREET MAINTENANCE PROGRAM (SMP) General Coordination Map Legend — Surface treatment '® Schools —HIP Overlay Reconstruct Concrete Pvmt Recon Map 59 of 60� 2014 Revised January 30, 2014 Client#: 46343 NORSTI ACORD. CERTIFICATE OF LIABILITY INSURANCE DATO/YYYY) a/02/20znola 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 1 REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Jennifer Winter NAME: Flood & Peterson lns.,Inc. PHONE g70 506-3206 FA_ 506-6846 rare u.. P.n. P. O. Box 578 Greeley, CO 80632 970 356-0123 Northstar Concrete, Inc. 1220 S. Garfield Avenue Loveland, CO 80537 Bituminous Insurance Pinnacol Assurance COVERAGES CERTIFICATE NUMBER: 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 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR TYPE OF INSURANCE POLICY NUMBER MMI�O Eft MMIUD EIYYYY LIMITS A IlkPOLICY GENERALLIABILITY X COMMERCIALGENERA LIABILITY CLAIMS -MADE OCCUR X PD Ded:1,000 CLP3586389 4/261201304/26/2014 EACH OCCURRENCE $1000000 PREMISES Eaoccueence $300,000 MOO EXP(My one persm) $10,000 PERSONAL S ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENL AGGREGATE LIMIT APPLIES PER: X PRO- LOC PRODUCTS - COMP/OP AGG $2,000,000 $ Fk AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-0WNED AUTOS Drive Other Car CAP3586390 - 4/26/2013 04/2612014 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Par accident) $ PROPERTY DAMAGE (Peracadent) $ X X $ X S A X UMBRELLA LIAB EXCESS LIAB X OCCUR ",:MADEAGGREGATE CUP2802440 4/26/2013 04/26/201 EACH OCCURRENCE $1 000,000 $1,000,000 DEDUCTIBLE RETENTION $ 10000 $ X $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITYTORY ANY PROPRIETOWPARTNEWEXECUTIVE YIN OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes. describe under OE SCRIPTION OF OPERATIONS below N/A 4108060 7/01/2013 07101/2014 X We STATU- OTH- LIMITS ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule. It more space Is required) RE: Concrete Maintenance Project, Phase II; 2014 Renewal Bid No. 7509 City of Fort Collins listed as an Additional Insured as respects General Liability, including completed operations, and Auto Liability. Insurance is primary and non-contributory. City of Fort Collins 281 N. College Avenue Fort Collins, CO 80524 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 49A4f4SL_!_ ACORD 25 (2009109) 1 Of 1 #S876665IM796723 m 1988.2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD JZS • 0 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7509 Concrete Maintenance Project Phase II — 2014 Renewal PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins. Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: Northstar Concrete Inc CONTRACT DATE: March 18. 2014 The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO OWNER REMARKS: By: AUTHORIZED REPRESENTATIVE DATE SECTION 00640 , CERTIFICATE OF FINAL ACCEPTANCE 20 TO: Northstar Concrete Inc. Gentlemen: You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by Northstar Concrete Inc. for the City of Fort Collins project, 7509 Concrete Maintenance Project Phase II — 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 18, 2014. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: 20_ Sincerely, OWNER: City of Fort Collins By: Title: • ATTEST: Title: 0 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins. Colorado (OWNER) FROM: Northstar Concrete Inc. (CONTRACTOR) PROJECT: 7509 Concrete Maintenance Project Phase II — 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 labor and material bonds for the project. 0 Signed this day of 20_ CONTRACTOR: Northstar Concrete Inc. By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this QI Witness my hand and official seal. Notary Public My Commission Expires: day of 20_, • 0 0 0 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins. Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Northstar Concrete Inc. PROJECT: 7509 Concrete Maintenance Project Phase II — 2014 Renewal CONTRACT DATE: March 18, 2014 In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of 20_ (Surety Company) 0 ATTACH: Power of Attorney and Certificate of Authority of Attorneys) -in -Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE 0 CONTRACTOR APPLICATION DR 0172 (12/98) FOR COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 EXEMPTION CERTIFICATE (303) 232-2416 Pursuant to Statute Section 39-26.114(1)(a)(XIX) 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. Ragistrabon/Account No. (to be assigned by DOR) Period 0170-750 (999) $0.00 89 - #CONTRACTOR INFORMATION Trade name/DBA: Owner„paMer, or corporate name: Mailing address (City, Stale, Zip): ContaC Person E-Mail address: Federal Employers Identification Number: Bid amount for your contract: $ Fax Number. ( ) Business telephone number. Colorado withholding tax account number: Copies-o4contract or agreement pages EXEMPT€_)O�,N INFORMATIONani(z)'containing g aturesofcontractingpartiesmustbeat[ached. (Q)�identifying--they e tiing parties Name of exempt organization (as shown on contract): Exempt organizabon's number. 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal comact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (!as) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date: cpnpletim 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 • C. 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� • • m=101[.I.DI1xI1111 BID FORM SECTION 00700 GENERAL CONDITIONS • 0 0 GENERAL CONDITIONS 1 .1 CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF TIIE CONSTRUCTION CONTRACT prepared by the Engineers Joint 'Contract Documents Committee, RJCDC No. 1910-8 (1990 Utica), as a base. Changes to that document we shown by underlining teat that has been added and Wikmg through teat that has been deleted. 0 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 0 Article or Paragraph Number'8 Title DE, M-H TIONS TABLE Or CONTENTS Or GENERAL CONDITIONS page :Article or paragraph Number Number Title LlAddenda ........................ .................... L2 Agreement .. ............. A ........... ........ 1.3 Applicatio� for Paymenk ........ !A Asbestos .......... ..... J 1.5 i id ................................_...................I 1.7 Bidding Requirements,,,,., .... ........ I........ LK I _ Boads ........ ...... 1.9 Change Ord� 1.10 Cm4a&t.D&.umcnts .... ....................... I. 1.11 Contract Price .,.......I L12 Contract ....................................1 1.13 CONTRACTOR .... ............ ; ...... : .... ; .... 1 1.14. defiective ...... __ ................................... J ''. . ... .... ...... .. .... * ... , 1 ** ... ­ 1.16 Effcciivi Date of the Agcmcnt ...... I 1.17 ENGINEER ............ 1.18 ENGINCERs Consultant I Liq Field Order .......:..................................I 1.20 General Requirements ..... ................... 2 i .21 Hazardous Waste: ..... *Laws.....*... *' ' '" 2 L22.a laws and Regulations; m- Regqlations 1.22.b .......................................2 Legal Holidays...., ... ............ 11 ........ 1 1.23 Liens; ............................................ -.2 1.24 Milestone ..... .;. ..... ........ -- ........ .... ;2 1.25 Notice of Award .................................. 2 1;26 Notice to Prccemk ................................ 2 1.27 01MZk .............................................2 1.219 partial UlAintion ............. ; ............... ...2 1.29 PCBs ....... .................. ................ -.2 IJ6 Petroleum.....:_.................................. .2 1.31 project........__ ..... .............................. 2 1:32.a Radioactive Material., :..... . 1.32.b Regular Working Hours,;_, , ...:.,2 1.33. Resident Project ............ 1.34 Samples ....................... . ........ ; ............ 1.35 Shop Drawings............._.....................2 1*36 Specifications..:............................... :..:2 1:57 Subcontractor .....................................2 08 Substantial Completion,,.. . ........ - 1.39 Supplementary Conditions .......... ......... 1.40 Stiptilier ......... ............ .;. ..... ; ................ 1.41 Underground facilities..._ 1-3 1.42 Unit Prim Work .......... : ............... ......... 3 1.43 Work ................................................. :3 1:41 Work ChangeDirective ............... _ ...... 3 L45 Written Amendment............................3. Page Number '2. PRELIMINARY MATTERS ............................... ;3, 2.1 Delivery of Bonds...........................3 2.2 Copies of Documc* ... ;.: ................ .:3 23 Commencement of Contract Timcs; Notice to Proceed......,, 2.4 Starting the Work ............................. 3 2.5-23 Before Starting�Construction: CONTRACTOR's Responsibility to Report; Preliminary Schedilesi. Delivery of Certificates of •Insurance. .................................. 3.4 2.8 Preconstrucu � on - I Conference......;,,;, "..4 2.9 ,. Initially - Acce . ptabieScheduleA: ........ :4 3, CONTRACT DOCUMENTS: INTENT. AMENDING, REUSE ............... :..: ................... ... 4 3.1-3.2 Intent..........._ ................................ 3.3 1 Reference to Standards and S " 'Pacl- fications of Technical Societies:, Reporting and Resolving Dis- crepancic; ........................... 4-5 3.4 Intent of Cert�a�i*n* Terms or Adjectives .................................... 5. 3.5 Amending Contract Dmunents ....... 3.6 Supplementing Contract, Documents ................................... 5 3.7 Reuse of Docurainis ........................ .. 5 A. AVAILABILITY OF LANDS,, §wSURFACE-AMID PHYSICAL CONDITIONS; REFERENCE POINTS .........................................5.. ................................5 4.1 Availability of Lands .................... 5-6 4.2 Subsurface and Physical Conditions .......... :6 421 Reports irid Driiivinio..;., ................ fi 4.2:2 Limited Reliance by CONTRAC- TOR Audrbrizid; Technical Data........ . :_;_ ........................... 6 4.23 Notice of Differifig Subsurface or Physical Conditiong ......... ........ j5 4.2.4 EN(HNEER!sRcvieiv ...................... :6 425 Possible Contract rx;curacnts, . Change........................... ............. 6 4.2.6 Possiblc Price and Times ' - Adjustments: ................... ...... (-7 4.3. Physical,G6ndtioni;--Ua&rgrc6nd Facilities . ............... ...................... 43.1 Shown or. Indicated .......................... 7, 4.3.2 Not Sh own or Indicated ................... :T -4.4 .. Reference Poini...............................7 ExncuttrmLAL coMxn6ris 19lo-som EtnION) wICITY OF FORT COLONS MODIFICATIONS (REV 91") 0 E 0 0 Article or. Paragraph Number & Title Page Article or Paragraph Number Number & Title 4.5 Asbestos, PCBs, Petroleurn, Hazardous; Waste or Radioactive Material:,:.,;.,.,,:.,..,.;. 7-8 5. BONDS AND INSURANCE: ...... ; .... A. ... :; ............ - 8 5,1-5.2 Perform once, Payment and Other Bonds 8 5.3 Licensed Sureties and Insurers; Certificates of Insurance.,..._.... ......S 5.4 CONTRACTOR's Liability Insurance 9 5.5 OWNERs Liability lnsumnce. .... : ......... 9 5.6 Property Insurance ..........................9-10 5.7 Boiler and Machinery or Addi- tional Property Insurance . ........... 5.8 Notice of Cancellati o Pro%ision 10 5.9 CONTRAqTDRs Responsibility for Deductible Amounts 10 5.10 Other Special Insurance ...................:10 5.11 Waiver of Rights ................................11 5. 12-5.13 Receipt and Application of Insurance Proceeds 10-11 5.14 Acceptance of Bonds and Inn- anoe; Option to Replace ................. . AJ I 5.15 Partial Utilization --Property erty lnsurtmcc. ............ A ... -.11 ................... 11 6, CONTRACTORS RESPONSIBILITIES I I 6:1.6.2 Supervision and Supaintendencc ....... I) 6.3-6,5 Labor, Materials and Eqmpmefit ... 11-12 6.6 Progress Schedule ..............................)2 6.7 Substitutes and "Or -Equal' Items; CONTRACTORs Expense; Substitute Construction Methods or Procedures; ENGI NEER's Evaluation .12-13 6.8-6.11 Concerning Subcontract=', Suppliers and Others; Waiver of Pights ................ ....... J3-14 6.12 Patent I= and Royrdtics. ................... 14 6.13 Permits..._ ........................................ 14 6,14 Laws and Rejulatimis., : J! 6.15 Taxes ........................................... 14-15 6.16 Use of Premises- ................... Z .......... 15 6.17 Site Cleartlines4,:.............................. 15 6.18 Safe Structural Loading.: .................... 15 6.19 Record Documents.............................IS 6.26 Safety and Protection_....,,..,..,,,_.., j ,5-16 6.21 Safety Representative * ....... ................ J6 6,22 Hazard Communication Prcgmms ...... 16 6.23 Emergencies ..................................... 16 6.24 Shop Drawings and Sample* ..............16 Page Number 6.25 Submittal Proceeduresi CON- fRACtORs Review Prior to Shop Drawing or Sample Submittal 16 6.26 Shop Drawing & Sample Subm it- tals'Review by ENGINEER ..... :16-17 6.27 Responsibility for Variations From Contract Documents.,....:.; 17 6.28 Related Work Performed Prior to ENGINERRs Reviciw and Approval of Required Submittals:......., ....................... 17 6.29 Continuing the Work ................. ... J7 6.30 CONTRACTOles General Warranty and Guarantee� ............. j 7 6.31-6.j3 Indemnification__..._ ............... 17-18 6.34 Survival of Obligations .... ; .............. 18 7. OTHER WORK _38 7.1-7.3 Related Work at Site . . ..... * ...... 8 7A Coordination..... .............. ............. is S. OWNER'S RESPONSIBILITIES ......................... JS 8.1 CommunicatianstoCON- TRACTOR IS 8.2 Replacement of ENGINEER...;;.,,,,; 18 8.3 Furnish Data andPay Promptly When Due ............. ........... ........ 18 8.4 Lands and Easernents; Reports and Tests 18-19 8.5 Insurance 19 8.6 Change 87 Inspections. Tests and Approvals ................................. 19 8.8 Stop or Suspiriq Woric, Terminate COWRACTORs Services ........ 19 8.9 Limitations; on OWNERS Respaniibilities_ ......................... 19 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Matcrial.,: ......... _...,19 8.11 Evid'.n.. of Pi I .c LI Ariangementq ....... ..................... 19 9. ENGINEERS STATUS DURING CONSTRUCTION .............................................19 9A OWNERs Representative ...............19 9.2 Visits to Site ... ......... ; ................... :119 9.3 Project 'Rcpresentativq .. ­ 19- 21 9.4 Clarifications and Interpre, twtions. ........................................ 21 9.5 Authorized Variations in Mkk 21 EX1)C ariNmAL coNw-noN3i%o-a (Mo Ettinom W/ MY OF FORT COLLIM MODIFICATIONS (REV 91") Article or Paragraph Number & Title Page Article or Paragraph Number Numbar &Title 9.6 Rejecting Defective Work. .................: 71 9.7-9.9 Shop Drawings, Change Orders and Payments,:. ; ....... 21 9.10 Determinations far Unit Prices,...,. 21-22 9.11-9.12 Decisions on Disputes; h-NGI- NEER as Initial Interpreter..............22 9.13 Limitations on ENGINEER'S Authority and; Responsibilities.,,, 22-23 CHANGES IN THE WORK ,._.....:._..:.........:.............23 10.1 OWNFR's Ordered Change................Z3 14. 10.2 Claim for Adjustment ........................ 23 10.3 Work Not Required by Contract Documents ..................................:.. 23 10.4 Change Orders ................................. 23 10.5 Notification of Surety ...... ................. 23 CHANGE OF CONTRACT PRICE .............................23 I1.1-11.3 Contract Price; Claim for Adjustment; Value of the Work. .... ............. .... ...23-24 11.4 Cost of the Work_ ........................ 24-25 11.5 Exclusions tc Cost of the Work........., 25 11.6 CONTRACTORs,Fee.......... :............. 25 11.7 Cost Records.................................25-26 11.8 Cash Allowances ... :...... :........... ..: .... _76 11.9 Unit Price Work ... .._...............__......26 CHANGE OF CONTRACT TIMES ............................26 12.1 Claim for Adjustment,,,,,,,,,,,,,,,,_,.... 26 12.2 Time of the Essence ..........................26 12.3 Delays Beyond CONTRACTOR's Control ...................... :....... :....... 26-27 12.4 W- sys *and OWNETZs and CONTRACTOR'S Control,,,,,.......,,,,27 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFEC77VE WORK..................................................27 13.1 Notimol'Defects...............................27 13.2 Access to the Work ............................27 13.3 Tests and Inspections; CONTRACTOR'S Coopcm6m........, 27 13.4 OWNER'S Responsibilities; Independent Testing Laboratory ....... 27 13.5 CONTRACTOR'S Responsibilities...............................27 13.6.13.7 Covering Work Prior to Inspec- tion, Testing or Approval...............27 13.8-13.9 Uncovering Work etENGI- . Page Number NEER's Request ..................... 77-28 13.10 OWNER May Stop the Work ......... :28 13.11 Correction or Removal of Defective Work ........... :.::..:... ...... 78 13.12 Correction Period ...........................28 13.13 Acceptance'ofDefecHve Work_,.,,,,, 28 13.14 OWNER May Correct Defective Work__ ........... ........ __ .... ... 28-N PAYMENTS TO CONTRACTOR AND COMPLETION ............. :............................. :..... 29 14.1 Schedule of Values,,,,,,,,,,,,,,,,,,,,,,,, 29 14.2 Application for Progress Payment .._................................ 29 14.3 CONTRACTOR'S Warranty of Title........................................... 9 144-14.7 Review• of Applications for Progress Payments................:29-30 14.8-14.9 Substantial Complelim.................. 30 14,10 Partial Utilization .....................30-31 14AI Final Inspection ............. :............... 31 14,12 Final Application for Payment........ 31 14,13-14.14 Final 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 Mey Stop, Work or Terminate,,,,,,,,,,,,,,,, 32-33 16. DISPUTE RESOLUTION .................................. 33 17. MISCELLANEOUS' ..............................:.....:..... 33 17.1 Giving Noiice ............................... 33 17.2 Computation of Tim es:...................33 17.3 Notice of Claim..............................33 17:4 Cumulative Remedies....................33 17.5 Professional Fees and Court Costs Included .............. .:...:.....:.:33 17.6 Applicable State Laws,,,,,,,,,;,,,,, 33.34 intentionally left blank.......................................35 EXHIBIT GC -A: (Optional) Dispute Resolution Agreement .................... PC -Al 16.1-16.6 Arbitration ,,,,,,,,,,,,,,,,,,,,,;,,,,,,,,QC -Al 16.7 Mediation .............................. GC -Al Exix (IENFRAL CONDITIONS I91o.5 (1990 Ertl noTO w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) i • 0 0 9 0 INDEX TO,'GENERAL COMMONS ''City of Fort Collins inodificationsto the General Conditions of the Construction Contract are not shown in this index of- Article or Pariigralih Number Inniq......... ... ...... ;, .............. :.. 5.14, ............................10.4.1, 13.5,13.13 .......... ... ; ..... ......... 9,17, 114-1-5 .............. 11-1.1 ................. .......... 5,14 CONTRACTOR: ... .......... ;-� ..... :73 rOr-Fqual" Item s ........... . ........ 0.7-1 ,R ... ......... : ............ 2,5, 6.30, 0.34 CONTRACTOR ............................ w ............. 7.2 .... 13.2, 13.14, 14.9 69.1, 9.133 ............... ...................... ............ 8.9 of (Also see cifications) .... ;,.(1.6. 1,101 6.19). 1.1 nsurance4 ..................................5.7 Contract Price or Contract Tim es ..... :� .........,,,...1.5, 3.5,4.1,4.3.2,4.5.2. ....... ... . .......4.5.3. 9.,4. 9.5. 10.2-1 0A, ...... ...... *­ ........ 11. 12, 14A 15.1 progress Schedule ............ ..........I.......: 6.15 Agrcmmt-. 49finition of ............................................. )l -Risk"-RisV'-'i Insurance, policy florin, .......................... :5.6.2 Allmances, Cash,,,,,,,,,,,,,,, .... ., ................ I ...; ......... 11:18 Amenditig'Con'tract Docurnent§ ................... ........ 15 Amendin mt. Writtmo- in general. ............. J.10, 1.45,1515A0, 5.1216.6.2 ....................... 10.4,11.2 J. 1 2.�, 14:7.� ........... 12,1,1 Appeal;OWNER_Wr CONTRACTOR intent to ... ...... -.11OWS)AI, 110A. 16.2,16.5 Apolicatio'n Jbir Payment - 'definition of ... ****'*'* ' ­.- ­-- ; ... ..... ; ........ :)..3 .ENGINEER'S Responsibility ...................... :9.q ,futal po ymenk .................. 9.13:4,9.13.5'. 14:-14.15 'in general , ,-..........z 8, ig K 69.10; 15.5 1........., , , progress payment, ..... .... ; ........ j 4.1-14.7 review of. ............................................... 14k 14.4 Arbitration ......................... ......... ...... : ..... 16.1-16.6 Asbestos -- claims pursuant thereto,,,,, , , 4.5.2, 4.5,3 CONTRACTOR authmized to stop Work ......... A5.2 definition of ...... :.T ...... ............ _,_ ............... ... 1.4 Article or paragraph chang5............. : ....... orl......... 3.6,,6.25,6.27, 9.5 ........ SA ............ .......... . ......... 1.25 Bidding Docummts=dcfinition ,of _- ............................................... 1.45 (6.8.2) Bidding Requirentesils:7de-finitim Of ..........................................1.7 (1.1, 426.2) Bonds-- ............ general......................................J.10, 5.1-6.3.5.13, ..................... 9.I3,,10.5.,14,7.6 Perfdrintinoa,-Payment and Other.,,,,;,, ... „ , :3-1-5.2 Bonds and Insurance -=in general ..................................5 Buil&r's risk *all-risk" policy forte. . .......... ...... _5.6.2 Cancellation Provisions, Insurance 5.4.11, 58, 5 1 5.1 Cash AHowaric - es ................................................... 11.8 Certificate of Substantial Complition ........ 1.38,6.30.2.3, Certificates of P. 11 Certificates of Instiitance2.7. 5.j.! ........ ............... 5.6.5, 5.8, 5.14, ...... % ........... W ........... I I.$ adjustment ............. 4.1. 4.2.6, 4.5,.5 IS 6.8.2. 9.4 ............. 9,5.,9.11, 10.2,10.5.,11.2.33.9. .......... ...... 3 3.13, 13.14, 14.7, 15.1, 15:5 CONTRACTOR's fee ................... ...................... 11.6 Cost of the Work ............................ .............. IIA-11.7 Exclusions�to , z ; .:..I 1.5 "Cost Records. . ................... ................... ... JI.7 in general,,,,,, ........ J19, .1 1,44, 9.1 L 16.4.2, 104.3. 11 Luop Surn Priciij; ........................ ........... jl':3:2 Notification of Siiety_ S� p� ................................. ...... .......... JO.3-10.4 Testing and Inspection, 1.Uncoveringthe Work ... ............... ........ 13.9 FiCDC GENERAL CONDITIONS 1910; 8 (199 0 EDITION) . . w/ CITY OFFORT COLLINS MODIFICATIONS (REV 9/M Unit Mw Work ............. 11.9 CONTRACTOWs Fee...................................... 11.6 Article or Paragraph Article or Paragraph Number Numb& lue of Work ........ ........ A ............ CONTRACTORst liability.; .... _.,..5.4.63Z 6,16, 5._31 .in ContractTimes— Cost of the Work.;_ ............................_.... 11.4,11.5 rim r6'r times adj its Urn cn t ....... :4.1, 4.2.6,45. 5,15; Decisions on bisputej. ............................. 9,11,932 6.8.2. 9.4,9.5,91l, 10. i6.2, 5.'12.1, Dispute Resolution ..............................: .. ...........J6.1 ............ 13.9,13.13; lilill 14.7, B.I. 155 Disputie Resalution Agreement_„ : ................. 16.1-16.6 an actual time limits, , ... ......... :.;12.2 - ENGINEER as initial interpreloz .... ........... 9.11 lays beyond CONTRACTOKs tumpism Pricing ....... ........ �..: ......... 11.3.2 ...... ........ : _.: ; ...... 123 'Y" _� ............. Notification of surety .......... ............................... ....... 10:5 OWN Scope 6fchunge ............. w .... ; ........ 10.3-10.4 OWN Change Orders-- profe Acceptance ofDifectiv;ir Work . .... I ................... 13A3 11 Amending Contract Dccumcn4 ...... ......... 3.5 rc uc Ciish Allinvancts ...................... il 8 Subst Chah-ge of Conlract Pric@.....................................11 Time Change of Contract ............... ........12. Time Changes in the Work............_ ,"10 Unit 'CONTRACTOR!s tee. ....................................... I L� Valu( Coo of the Work ........... :.. I .. .11.4-11.7 W'siv ,Cost Records ........ .................... ... ............ 11.7 wmk dkmiiiwn at ... ............... 7 .... w .......................... 1-9 Witt, rN(3MER"sresocniibiliiy,-,,..9'.8. 10,4.11.2. 12.1 execution of .... ; ................................. . I ........ ... IPA Indemnitictical ......................... 6.12,6.16, 631.6.33 'Insurance,'Bonds and: ............. M O; 5.13; 10.5 OWNE.k*mayAerm'imiii: '* ...................... : .... 15.21-15.4. 6WNERs Responsibility ............................ g6,10.4 Physical Conditions- Subsurface and,_ .......... .................. ............ 42 Underground Facilities ................... .....4.3.2 Record Dricuinents: ........ . .................... ........ f15 19 'Scape of Change:. ............... ...................... 10.3-10.4 Substitutes.:........:; .................................. �.13, 6.8.2 Unit Price Work... ......................... I ... ­ I ...... .... 11.9 valuc of Work. covered by„ ................ .: ............. 1 11.3 inges in the Work_ ............................. w.: .......... _10 Notification of inticty ... ___ ................................ 105 Cbims­- against CONTRACTOR .... ......... : ............. 611-6 against ENGINE ....... ...... .............. :_.6.32 ....Price,,,;*..................................... 'against OWNER . ............................. :0 32 Change 6f Contract .................. ­:_:9A. 11.2 Change of Contract Times .......................... 9.4,12.1 CONTkACTORs .... ........ A. TI, 9:4. 9.5. 9:11. 10.2. ....................:....:I LZ 11.9.12.1. 13.9_14g, .............. 15.1, 15:5,17.3 vi or 9.4,9.5,9.11,10.2,11.2, IL9 .12.1, 13.9_13.13, 13.14,17.3 0ity... ................................. ........5.5 refuse to mike payment...............14.7 "s and Court Costs ........... mal dicision 61) ............ . ...... is o. tn.......................... .................... 12.1 ftcryts:_.� ............................... 9:11,12:1 irk.. %._. ............. :..........11.9.3 ...................................................1113 Final Payniinf ;__J4.14.14.15 Directive .................... 101 repaired ................... 11.2,12,1 1 Interpretation*,,,,,,,,,,,, 3.6.3, 9.4.9.11 ,goncr.il ......... . ................................. _ 0.2. 6.9.2, 8.1 Hazard Commumaition ProgramA ...................... 0.22 'Compiction— Final Application for Payment ..........................14.12 Final Inspection..,. _ ........................... ............ 11-11 Final Payment and Acceptance ............... 14.13-14;14, 1-1 .and Others ............................ ........... I ........ 6.8-6.11 Conlifferices— initially acceptable schedulej ..............................2.9 preconstruciion, ..................................................2.8 Conflict. Err", Ambiguity, Disciepwri' CONTRACTOR to Report ... ............... Construction before starting by CONTRACTOR ................................. .......... 2.5-17 Construction Machinery, Equipment. etc, ..... „ „.....64 Continuing; the Work,..,.:,,,, .. ......_ 6,29,10.4 - Contract Documents— Amending...... ; ................................................... 35 Bonds..............................................................5.1 sJCD&dNlik;CON�D1716NSI9164(1996'EDlilON) w/ CITY OF FORTCOLUNS MODMCATIOM (REV 9199) 17J 9 �3 • .Cash Allowances,.:_ ___ ............. _-................. 1L8 Stop Work requirements ................................. i4.5.2 CONTRACTOR's— Article or P7 gm ph .Number Article or Paragraph Number ,Change of ContractPri- .Change of Contract Timcs„., ,._.,,,; „ -, ,-12 Compensation,,, , , ,,,,,, ,,,,,;,;, -„ 11.1-11.2 'Changesinthe Work ...,..., ........10.4-10.5 Continuing Obligation„ ........ ......•1,4A5 check and verify -- ....:.... . ..:..,,., ........ 2.5 'I7efectlre Work ,;-,-;,:, --,,.... 9.6, 13.10-13:14 .Clarifications and Duty to correct defefive Work ...... :.:.......... 1;... Jilt - Interpretations .......... ....3 2, 3 6. 9.4, 9.11 Duty to,Report-- - - ddlinitionof,.... .. -J. 10 Changes in the Work caused by ,ENGINEER is initial_ interpreter of ........... :. ...:Q.71 Emergency,_.;.-, , .. ... ;623 ENGINEER as DWftfi s representative,..,, ...... 9.1 Defects in Work of Others .,.,.,_,.. '7.3 ..... . ... gemrel3 .. Differing conditiong . ....... 4.2:3 Insurance......... „.........., - $:3 Discrepancy,in Documents..:...,,25 33.2. . 6.14.2 Intent „,,,,,, ,;,,,, - ,,,; 3.1-3:4 Underground Facilities nafindicated 1 o 4.3.2 minor variations m the Work ........... 3.§ Emergencies ..... .... .. ....... 4 23 IVNER's �respons'n6ili tyto furnish dmt O.........__83 Equipment 'ment " i p " and Machinery Rental,(Cost .OWNER's responsibility to make' of the Work............................,,,,,,,,,,,; 11.4.5.3 prompt payment ..........................:3, 14,4,.14.13 Fee --Cost Plus ........ .......11.4:5 6,11.5.1, 1 L6 _.. precedence,,.,,,. ,,,.,.,, � ,,,...,;3.1, 3.3>3 General Warranty and Guariintee.,,,,, ..,;¢:30 Record Doctunents . ......... . ...............:§19. Ilazard Communicationprogams,; „....0.22 Reference to Standards and Specifications Indemnification ......... ....4;12, 6.16. 6.31=6.33 of Technical Societies ................................... 3.3 Inspection bf the Work............................... 7.3, 13.4 Related Work ........::....:........ . ..:..:.:......,7:2 Labor. Materials and Equipmcnl-,,;,.. .....4.3-6:5 Reporting and Resolving D,iscrepancies,......, 2 5, 3:3 Laws and Regulations, Compliance by ............. 6.14 1 Reuse of .:....... .......:.:... I ............ 3:7 Liability. Insurance.,.,,,,, .... ,Supplementing .... .... I ................3 ,.6 Notice'of Intent to Appeal .. .10, 10.4 Termination of ENGINEER's Effiploymenl.......82 obligation to perform and complete; Unit Rice Work.............................--,....:... ....11.9 'the Work ...... 6:30 variations .......................................... 3 6 6 23 627 Patent Fees and Royalties paid for by, 672 Visits to Site, ENGINEER's„ • ,....,-.9.2 r performance and Other'Bonds 'Contract Puce— Permits; obtained and paid for by adjusunent of .......... ;..... .5, 411, 9.4, 10.3, 11.2.11.3 Progress Schedule,;,,;.... ..;2.6 2.8 2.9, 6.6,, Change of...a.. ...... :............ ................. :... 1 - ...... 629. 10.4,.152.1 Decision on Disputes ...................................9,11 Request for formal decisionon disputes „_.._;9.11 definition o(,; lal Aespo tiibilities-- Contract Tim es - Changes in the Work ... . .......... ....... 110.1 ad7usmremt of.: ........................3.5. 4.1, 9.4, 16.3. 12 Concerning Subcontractors, Suppliers Change of....... .......... .......:12.1-12.4 and Others..... ; .................8-6.11 Commencement of -,,, ............................. ,•. i3 Continuing. the Worts .......................... .. 0.29,10.4 definition;of............. - ..... ....:..........1:12 CONTRACTOR'sexpchw ,-,, ;: ;- -......0.7.1 .CONTRACTOR- CONTRACTOR's General Warramy .Acceptance of Insurance.,.,.,, ........... ....... ......A.14 and Guiramcc ..,.,. _..-- Commw�iceiion;....................... .........6.2; 6.9.2 CONTRACTOR'. i.vicw prior to Shop Continue Work, ........; :,: 6.29, 10.4 Drawing or Semple submittal, ,; 6r25 coordination and scheduling„ �, ,.... 0..9.2 _ Coordination of Work ., 6.9.2 dcfinnnon of ...... ........ .._.1.73 - 'Emergencies ...... - -,-- ...6.23 Limited Relimnce`6h Technical ENGINEER. e3aluation 'Substitutes Data Authorized ... .................... ................. i4.'2.2 or"Or-Equal"item's 6.7.3' May Stop Work or Tenn mete ..... ........ :.............. 15,5 ........... ................. _For Acts and Omissions - provide site access to others,;,. ......... 7.2,. 13:2 of Others ...... § 9.1-6.9.2, 913 Safety and Protection,,,,,, ,,,, , 4.3.1.2. 6. 16,16.18. for deductible imo mts insurance,, _; 5.9 6.21-6.23,7.2,,13.2 ....... ............ general ...............................6 72.73. 89 Shop Drawing and Simple Review Hazardous Communicaticn Programs ... 6.22 Prior to Submival ........ ...:................... ;6.25 Indemnification,,:,,,- ......... 1.6.31-6,33 vit bCIk, OENMAL COMMONS 1910.8 (1990 EDITION) w/ CITY ORFOAT COLLINS MOMFICATIONS-0TV 9199) Labor, Materials and Equipment ............... 63-6.5 CONTRACTORS -other..., ... ...... ........... laws and Rcgulatiow ....... ........ --..6.14 Contractual Liability Insurimcc. A ....... ..... �5.4)0 Liability Insurance.:,, ............................ 5.4 Contractual Time Limits, ........................................ 12.2 Article or Paragraph Number Notice of variation from Contract Documents,_ ...................................... A27 Patent Fees and Royalties,,,,,,,,,,,,;,,,,,,,,,,,,,,,; 6.n Permits-_ 13 Progr...........................6.6 Record Documents 6.19 related Work performed prior to lEERs approval of required als........................................ nil loading....-.......... ::6.18 ,,rotection .................... 6.20, 7.2. 13.2 wentative the Work., ................... ............ 6.9.2 ing,% and Samples,,,,,,,,,,,,,,,,,,,,,,, 6,24 ingi and Samples Review INFER_ ...... .......................... . 6.26 mess........::: __ ........ ......... .:,6.17 rocedures ...................................6.25 and Procedures 6.7.2 Substtutcs and hii!14 .... ...... 0.7.1 Sup.crintendencq; ..................... ....... ........ 6.2 Supetvii�cn ...................... _ ..................... 0.1 Survival of Obligatioris ................................ 634 Taxes.............................................. ........ §. 15 Tests and Ifispectioris ..... ..... - I d . ......... Ij.5 Use of Premists ...................... 0.1"All, 6.30.2.4 Review Prior to Shop Dravving a Sample Submittal ............... ......................... 6.25 Right to adjustment for changes in the Work..... 10.2 right to,cliim, � .. 4 ........., 7.1, 9A, 91.5, 911, 10.2111.2, ....... _ J 1.9. 12.1. 13.9, 14.8, 15.1, 15.5; 17.3 Safety and Protectiork'................ 6.20-6.11 ' 7.2 ' i 3.2 Safety Representative : ....... __ ........................... fi.21 Shop DrawingsandSnmp16 Submittals... ... 6.24428 Special Consultants,,,;... .. ........ .....11.4.4 Substitute Constructidn Methods and Pt`6ccdurw.6J .Substitutes; and 'Or -Equal" Items, 6�.�'� ........................... .... . ......... 6.7.1,.6.7.2 Subcontractors, Suppliers and Others, „-„0.8-6.11 Supervision and Supxrintcnjercq. ........ 6.1, 6.2, 6.21 Taxes. Payment by ............... 111-: ............. ........ 6.15 ,use of'Premises., .................... 6:16-6A -Warrafitics and guarantees,: ,O;5, 6.30 Warranty of Tidfq............................................ 14.3 TOR stop Work or tam inate ........ 153 )iffaing Subsurface rsical Conditionj .............. ......... 4.2.3 14.8 Al Article or Paragraph I 'Number Courdination- CONTRACTOR arcsponsibility ......................... 0.9.2 CcIiies,'of Documents.* .... : ............... ................. .... 12 Correction Period...:..... .... ...... ....... ..... 13.12 Correctim'. Removal or Acceptance of Defecthv Work- in general,,,,,,,,,_ ........................ 10.4.1, 13.10-13.14 Acceptance 6fpefecIlve Work .............. ........ j3.13 Correction cir Removal of weiric ......... : ..... .......... 6.30, 11.11, Correetim Period ............................................ 13.12 O14-NER Mayconnect Defechve.Work .......... 13.14 OWNERMayStop Work ........... ............ : ....... 13.10. Cost - of Tests and Inspections ................... ................. 13.4, Records 11.7 Cost of the Work - Bonds and insurance, additional .... .............. 11:4.5.0. Cub Disccurit4.... : ..... I ...... ; .... .... ................. J L4.2 CONTRACTOR's Fee ........ ...... ................ ....... Employce'Expenses ......... .......A 1.4.5.1 Exclusions R I ......... �.. I ... I ... -1 ............... ...... . 11.5 General 11.411.5 Home office and overhead expensel ....................1 Losses and damages ..................................... 11.4.5.6 Materials and equipment ........ � :11.4.2 Minor expenses............. ............... 1.4.51 Payroll costs m changes ................................. 11.4.1 performed by Subcontractors ....................... ... 11.4.3 Records 113 Ra;Lks of construction equipment and machinery ........... _ ......................... 11:4.5.3 Royally paiyments; permits and li=Tiie'lees................. ................. :, ...... :11.4.5.5 Site office and temporary lacilitiq ................11.4.5.2 Special Cortsultants, CONTRACTOR ........ 11.4.4 ,Supplancntal ..................................... -.- - 11.4.5 Taxis related to the Work' ............. .. :,......... -11A.S.4 Tests and Inspectioik ......................................... J3A Trade biscouh6 ........ ............................ J1.41 Utilities, fuel and sanitary facilitiep .............. 11.4.5.7 ' `Work aftcr regular hours ................................ . 11.4.1 'Covering Work ....... ........................................ '&mul2tive 13,&13.7 Romedics ........... ....... 17.4-17.5 Cutting, fitting and patchilig ......... w ....... -.; ...... ; ........ 7.2 Data, to be famished by OWNER .............................8.3 .............. % ... : ..... ... : ............. 17.2.2. .................................... 9,11,9.12 f.............. ............................3.14 x of ...................................... 10.4.1.13.13 r.XI)C OLNEXAL CONDITIONS 19104 (1990 mi noN) WICITY OF FORTCOLUNIS MODIFICATIONS (REV 9199), 0 9 • 'Correction or Removal of .................. 10.4 1, 13:11 OWNER's Representative„ , , , ............... , -„-, 9.1 ---- - CorreetionPeriod -- .. -,,.,, - _..:. ,.,,, 13.12 Payments to the CONTRACTOR, - in general:,,,,,, ,,,_......-,_.„ 13,,14.7.14.11 Responsibility for,,, >......9.9,14 Recommendalnn of !'a... - yment ..,..:...,,14.4: - 14.13 Ariiele or Paragraph 'Number' Article or Paragraph Number Obs6matiork by fiNGINEER , 92 Y P i po Differ ,9 11; 9:13 Pr�omp Notice of Def cts,,;,:.. _... ,,,,,,,,1I31 Review oftReports,on Differing Sub,, Ih fferng Subsurface Rejectng ..„.„ .. ....:...:.. ...::...........9.6 and Physical Conditions -:...... ..... 4.2.4 Uncovering the Work ....... ................. ......... 13.8 .Shop Drawings and Samples, review Definitions . ...:........ ...::..... .. ..: 1 responsibiiity ..::.: - ..._;:.. .:..6.26'. Delays .1, 6,29,12.3412.4 ...................................... Status During Cmstruction-- Dclivcr ofBond3,:...................... . y� . ................ 2? ... �.authoriied variations N the Work .,,;9:5 Delivery of certificates of insurance ........................... 7.7 Clarifications and Interpretations. ....J9* Determinatioris for Unit Prices - ,,;,,,,,,,,,;; 9.10 Decisions on Disputes. ,,,,_; ,� 9:11.9.12 Differing Subsurfaceor Physice1,Conditions- Determinations on Una Prue , Notice of._ ._.. ........... „4,2.3 �ENGINEER �as hnitial Interpreter,- ...... .11,9.12 _ _........ .ENGINF.ER's Rcview ....; „-,,;;,,,,,:4.2.4 ENGINEER,s Responsibilities,,,,,, , -...,9.1.9.12 .Possible Contract Docuft eoti Change ,_..... „4 2.5 Limitations on ENGINEER'S Authority Possible Price and Times Adjustmenli..::.... .. 4 2.6 - and Responsibihtie5 .. :.... .. .....i913 Discrepancies -Reporting OWNER's Representative :„:,;,,, ,,, Q;I and Resolving.: -..: ............ .2.5.3.3.2, 6.14.2 Project Representative - ....:.. Dispute Resolution- Rejecting De6faim Work- 9.6 -,.gr .......... ,,,,,,;,;J6;1-766 -;Acement :.:.............. Shop Dreu�ngs, Change Orders _................................ Arbitration ,,,,, ...... - ... ......, .16 1-16,5 and Payments,........................ ........ 0. 7 9 'geneie116 Visitsto Site ............:............... . :.....:9:2 Mediation ................................................. -j6.6 Unit Price determination3i............................... -:9.10. Di ute Resolution icemen - Dispute Ag 5.... A6.1-166 .. I M. 'Visits to Site ...... ,:.9.2 Disputes, Decisions by ENGINEER - ,,...... ,.9.11-9.12 Writtenconsent r"egoired 7 2; 6.1 Documents- Equipment,Lobor, Materiels and 01.3.6.5 • Copiespf,,,--,,,, .......;.... 2.2 Equipment rental, Cosi of the Work .,. :11.4.5:3 Record 6.19. Equivalent Materials and F-gwpmenl ..............•.;......:.03 Reuse of ............................... ............ .....:3.7 error or cm tssiu i ..................................................6,33 _ Drawings --definition of ,,,, ............::J.15 Evidence of Financial Armngementf ...... .............. 0:11 Easements ;,;,,,,. ,,,.,,,:, ,,,,,,;4:1 Explorations of physical mndihona ....... ............... 21 Effective date of Agreement.-- definition of............. J.16 Fee; CONTRACTOR's--Costs Plus -,,,,,.....J L6 -Emergencies....__ :................ ... ......:....:......:..... ........ 0.23 Field .Order- . ENGINEER-. definition oft....................................................1.19 as initial interpreter on disputes ; :.9.11-9.12 issued by ENGINEER :.:. . ......:.. . 3.6.1, 9.5 definition of, ............. ... ..............1-17 Final:Appliautiort for Payment -,..:.. 1412 Limitations on authority, and respodsibilitie;;,,, 9,13 Final Inspectioq ....;;, .;,;; 14.11 Replacement of ................................... .. .8.2 Final Payment- - - .Resident Prgjcct Representative .. .,.9:3 .... ........ and Acceptance .......... ENGINEER's Consultant -- defuiitton of .................1.18 Prior to, for cash'allownces fiNGINfiER's- • , General Provisions ......:;„ - ..,,;,, ;;, 17.3-17.4 authority and responsibility, limitations or) 9_13 General Requvements- - - Autliorized Variations in the Work ...... ..9.5 . ,. defi_. nition of ....................................................J.20 .Change Orders, responsibility for 9:7. 10 11. 12 principal referents e" .,. 2.6, 6.4 6 6 6.7, 6.24 Clarifications and lnterpretattons, , -, 3.6 3, 9.4 Giving Notice„ „,,,17.1 Decisions on Disputes .....;. . -...... ;9.11-9.12 Guarantee of WorkLW CONTRACTOR... . 6.30, 14.12 olelecdve Work; notice of, ;,,,,,, ............... 13.1 Hazard Communication Programs. ..... 6.22 Evaluation of Subsiitute llenis ...........;6.7.3 Hazardous Waste-- - Inabdity ....... .........032.9.12 definition of`..........:,.........., ....).21 Notice Work is Acceptable... 7 ..........................J4:13 general ....... ......4:5 Observations,........................................... 0:301.Z 9.2 OWNER's responsibilityfor - ..; 8.10 Lici C GLNERAL CONDi'nONS 191a$ (199a EDITION) W1 CITYCFFORT COLLIM MODIFICATIONS -(REV 9M) Rem No. Item Dessrip,ion Ban Cod rm, Ouanun U.I. Pme Total =01 Sawcupkg 4" Laical Foot 200 E 3,W 1 6W.W MAI Cenml Excaccom Cobs Yard 200 S 3500 S 7,"..W =,m Bmow T. W S ",m S 1 M..00 =01 Impweed Tensaw Cube Yard 50 S 50.00 S 25WW 2W01 Suano er Prdecne,- CDOT Gravel Bag (Red Sock) Iawl Foot 4W S II.W S 4p00W 20M ga scar Prdeselvl- Racbd Rubber Fihd Wavle IsulFad m S 15.W S 3 00 208W Sl oar Protection - CBOT Gravel Beg lnW Filar Each 10 S 1WW S Imm 21201 Sad Squre Fad IW S i] S mm 21202 IsM cepeArrpelion labor Han 30 S 31.W S 930.00 304.01 AWWa, Bose Causes Too 2,000 S 26:W S 52W0W 403.01 Terrywmry Palchalg Too 300 $ IW.W S 57,OW.W WI.01 Exposed Send Finch - Up Charge Squre Fax 500 S 225 S 1,125.W W4.01 Type Rlaet-Repave& Resplace(T OpenvW Each 2 $ 42W.W $ 8.40100 604.03 Type R lnkt- Reconstruct Indm Dad (S Opewlg) Each 5 S 1.1 an w $ 5.5m W 60405 Type Rlook- hhteehl Only Each 2 S 550.00 $ L100.00 604.06 Curb Ind -Reave& Rephce(C Opeling) Each 2 $ 26.` m S 53Mw 604.08 Cwb lab,- Reconstruct Islet Deck(4' Openag) Each _ S 05.W S 1}W.W 604.10 Carla hleh- Mateal Only Each 2 S 300.e0 S WO.W 604.11 Coach Bunn - Repave&Repbca Each _ S 2,6woo S 5,I ,w 604. 13 Catch Bonk- Reconnect lnbt Deck Each 2 $ 675W fi I,350.W (04,15 Catch Bask-Mnlerkl Only Each _ S N(WW $ 1,60pW (04.16 Modeled Type 13 Curb lnkl-Reae&Repkce Fach _ S 29W.W S 5,8W.W 604.18 Modifnd Type 13 Cub Inds, - Racanaun Inist Deck Fach _ S m Wi $ 1,700. W WM Modeled Type 13 Cu lakt- hkmhls Only Each _ S 7W.W S 1,doom W421 C..,e Saic.1, Cuhav -Be.&Replace Each 3 S )600.W 5 4MOO W4.22 Metal Sidewalk Cuhert- SuMwal Nktereil Each 5 S 7e5W S 3,mop (Mm Medl Sidewak CLdart-h4sa al0nb Fach 5 S 11WID S 55110.W 6U424 hteml Svkxak Cuhert-Addkawsl5/e"Phle Sq.. Fact 15 S HOW S 1,6W.W 60801 Be-Coanele Square Fat 500 S 3.W 5 LRIb:W W802 Rern-ndHaul Fllkt Each 4 $ W,W $ 200M MW Apron r- Repave&Repkce Squre Fast 8,OW S 7,85 1 62;8W.W 60 W Cr®aPn -r Re. &Rephc4 Square Tod S,WO S 7.85 1 39.23000 6 05 Drrvmvar Carla, Goner &e Stlewak-R.&Repkce Laval Fax 5.OW S 39M S 193,060.W "06 Driveow, Cob. Game, No S IL - Be. &Repkce L.IF" I.WO S 2275 S 22"HO.W W W Vemcal Curb, Cutter and 6' Stl A, - Remove&Repkce Laval Fad I," S 41.W S 41,000.W 6 08 Vertcal Cwb, Grela, No Sada.k- Repave&Repkce L.1 Foes 2AW S 25,W S Somm 508W Vertical OwbI Curb. Cade-Remove&Replace Lana Fad IW 9 2275 S ;275.W akA10 Benin Curb 12"-Remove&Repkce 1.val Font 50 $ JOW $ I,SW.W 6011 HaRywosd Curb, Caller and 6' Sldewuk-Remove&Rephen L'veal Fed 5,W0 S 40.00 $ =,000.W W A2 Hokwood Curb, Canner, No Svle lk- Reaaec L Replace Laval Fool 4W $ 24.75 S 9,moo 60813 Higbbeck Curb, Geller, No Sidexak-Remove&Repkce Laval Foot I,WD S 31.W S 31,500.W W814 pededekn Acceai Ramp-Rename&Repkce Square Foot b,WO $ 7.95 S d7.7WW 0 • 0 Indemnification........."",,,,,,,,,,,,,,„_ 6: I �' 6.16,6.31-6.33 Initially Acceptable Schedules.... .... ............. ...... 279 Inspection-- - Certificates or .... ............. _9.131.4_13.5,14.)2 Final............... . ...................... .................. J4.11 Article or Paragraph Number Special, re4iiired byENGINE-ER ......................... 9.6 Tests and Approval ........ .................... ll.7. 13.3-13.4 Insurance— )WNER..:_:: ; ;.;. i 14 d by changes ..................... Work ........... ........................ !ral ............... ;tons .................... I I ... 5�8 . ........ ?.7, 5,33, 5.4.11, 5.4.1-3, 5.6.8, 5.14. 9.13.4, 14102 ns.....................................5.4.13 ,inbilily .................................. 5.4 .. i4ectim to coverage„:........; 5 14 V ........ ............. �.:5.4.10 : 66,NTRACTORs. r6ponsibility ....................... ; ....... i ....... I ........ 59 Fin -al Application for Payment,,,,,,:, , . Licensed Insurers: .................. ..... ..................... 5.3 Notice requirements, material changes„-,-„ 5:8, 10.5 Option to Replace- __ ................................... _5.14 �other special insurances; ............... ................. : ... 5.10 OWNER as fiduciary for in'wre4 .............. 5.12-5:13 OWNER's Liability., .................................... .......... 5.5 OWNEWs Responsibility ........................... : ........ 8:5 Partial Utilization, Property Insurance ............ Property............. ............ :_ ........... Rcc6ipt and Application of Insurance Proceeds ........ * ..... ** ............................. 5.12-5.13 Special Insurance: ............. ­­­ ........................ 5.10 Waiver ofRights... ..................................... Intent of Contract Documents... ..... ..................... 5.1-3.4 interpretations and Clarifications,_,.__. ............ 3_63,9.4 lnvcstigarions of physical conditions_,.,,,,, ;... ........ 4.2 Labor. Materials and EquipmenT... .......... ............. 6.3-6.5 wands -- 'and Ea�iemmta ............................................. 4 Availability of .... ... : ...... - ... _.: ...... ' 84 .. Reports and Tests ................................. : ............. 1;1,4 Laws and Pcgulationi--Lim or Regulations -- Bonds ............... ............. ...... 54-5.2 Changes in the Work 16.4 Contract Documents 3.1 L Period, defeclive Work : ............... ... 13.12 Work. taxes ............................... j IASA of.... ............................ ........................ 26.31-6.33 Insuranoi......................................................... 5.3 Precedence:,:.....: .......... ........ Reference to .. �. 1, 3.3�23 .............. ................................ Safety and Piotectibn ... 11­1: ................... :..6.2�1,13.2 Subcon traders. Suppliers and Otherq... ........ 68-611 Article or Paragraph Number Tests and Inspections, ................... ; ............... 13.5, Use of Premises. ..... _: .... �; ................ : ..... §!§ l..... Visits to Site ..................................................... y Liabilit I - psurance.. CONTRACT016 ............................................... 5.4 OWNERS................... ..................................... Licensed Sureties and Insurers ................................. 5.3 Liins-- Application for Progress Payment ....................... 14.2 CONTRACTORs Warranty of Title ........... 143 ,Final Application for Paymenj ......... ; ................ J-0.12 definition of,,,,,,,,,,,,,,,,,, , ... . 1.23 ., Waiver of ....................... .......... J4.15 Limitations on ENGINEER's authority and fesponsibiliti"...: .... ; ... __ ........... ............ _9.13 Limited Reliance by CONTRACTOR Authorized...... ; ........ : ..... : ................... ;.,: ......... :.4.2,2 Maintenance and Operating Manuals-- Final Aliplicaticit for Payinent ..........................14.12 Manuals (of others) — Precedence ............... ....... ..................... ...... 3.3.3.1 Reference to:in Centiact Doc"cihj .................. 33.1, Materials and cquipment­ liarnished by CONTRACTOR:...: .............. not incorporated in Worl; ...................................14.2 Materials or equipment­cquivslcnt ...........................0.7 Mediation (Optional)-.... ............... ­­. ...... 11 ........... I , 36.7 'Milestones --definition of,,,,,,,;..; ............................. 144 Miscellaneoue- .Computation of Times, ........ ........ ............. :..IT2 Cumulative Remedies .... ............ ............. 17.4 - Giving Nor*= ......... .......... .......... ......... 17:1, Notice of Claim ­* ­­ * ... ............ _._17.3 Professional Fees and Court Costs Included,,,,,,, _I7.-5 Multi -prime contracts........ _.................. .............. 7 Net Shown or'. l6rikated ..................... _ ........ ........ I A.12 'Notice of -- Acceptability of Project ..... ......... :..14.13 Amid. definition of ...................................... :.A?s Claim..................... !: .................. : .............. 7,:P3 Dollects.13.1 S . Differing I ubsurface or Physical Conditions ....... C2.3 -Giving . ......................................... .............1.7.1 Tests and Iospection$......... ._; .......................... 1113 Variatior4 Shop .Diawing and SmUplq .................4.27 Notice to Pnxftd-- definition of ..................................................... J.,26 .:giving of., :V ............................. ;.3 EJCDC GINERAIXONDITIONS 1910-90990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) 0 0 0 0 Notificaticit to Surety.,,-, ......................................... 10.5 testing, independent, ...... .............. _ ................. 13.4 Observittions, by HNGNHRR ..... : ......... ........ :.fi30, 9.2 we Of mcuparcy Owupancy of the Work .................. 5A5. 630.2.4, 14.10 of the Wmk ... ...................... 1.15,6.30.2.4,14.10 Omissions or acts by CONTRACTOR ...............0.9..9.13 written consent or approval Open Peril policy form, lnstamnrce 5.6.2 ................................ reqLred ................................ . ....... 9.1.6.3. 114 .......................... Option to Peplace.............. J. 14 Article or Paragraph Number *Or Eqtial' Items ...................................................... 15.7 Other work 7 Overtime Work --prohibition of,,,,,,,,,,,,,,,,_............... .................... 6.3 OWNER -- Acceptance of dfecfive Work ...........................13.13 appoinvan ENGINEER ......... A ............................ 8.2 as' fiduciary........................ I......................5. 12-5.13 Availability of Lands, responsibility... .......... 4.1 definition of .................................................... J.27 data, furnish.,., .... ...... .................. .... ............ May Correct Defective Work ..... ....................... 13.14 May refuse to make payment,_ ................ * ....... I * 4.7 May Stop the Work,_ ............................. ; ........ 1110 May Swpcnd Work, Termirmtc� .......................... gg,13.10. 15.1-15A Payment, make prompt„ .................. :$.3,14.4,14.13 performance of other work .............................. . . 7.1 permits and licenses, reclituremenij .............. :; .... 613 purchased insurance requirements... ............ 5.6-5.10 OWNER'S-- .. Acceptanceof the Work ..............................0.30.2.5 Change Orders, obligation to cxeculv.... .*. � .�R.6, 10.4 Communications ................................................ 8.1 Coordination of the Work 7.4 • Disputes, request tar decision.: .......................... 9,11 Inspections, tests and approval{ ., ................ $3,13.4 Liability Insurance _ .............. .......... ­ * .......... 5.5 Notice or Defects ........................ I.....................13.1 Representative. -During C6ristructi6n, ENGfNEERs Status. ....... ............. 9.1 Responsi6ilitics-- Asbestos, PCBs, Petroletim, Hazardous Waste or Radioactive Material,_„_.......... 8* 10 Change Orders, ......... .................................. 8.6 Changes in the Work.._ ................. ........ __161 communications ....... ......... L­ ....... 83 C6N7lZA6TORs responsibilities_ ................ A.9 evidence of financial arrangementp .............. 8.11 rtspections, tests and approvabi ........ ............ 8.7 ins"mice ................................. % ..................... X5 lands and easemeris ... ....... prompt payment by ....................................... 8.3 replacement of ENGINEER ........................... P.2 reports and tests ........................................... 8A stop or suspend Wcik ................. g.8, 13.10. 15.1 terminate CONTRACrOks services- .... I .... ­11 ... I ........................ g8. 15,2 Sepapterrepresentative at site ............................. 9.3 EJCDC GENMM CONDITIONS 1910,8 (1990 ED1710N7 w/ CITY OF FORT COLLIM MODIFICATTOM CREV 9199) 0 Article or Paragraph Article or -Paragraph • Number Number written notice required,,,-„.................7.1, 9A. 9-11. ...... .......... 11.2. 11.9. 14.7, 15.4 PCBs__ definition of..... .... .............. ......................... _J-29 encral..................................................... ........4.5 9WNEWs responsibility for ............................... 8.10 Partial Utilization - definition of -., ...... I ...... : ... ...... ...... ... 1.28 general I . 6k.2.4,14.10 Property Insura, nee ................ .............. ....... 5.15 Patent Fees and Royalties„ ..............I.................... 6.12 ,Payment Bonds ...................:..........A................... 5-1-5.2 Payments, Recommendation of ....... ..... _14.4-14.7, 14.13 Final Application for payment ............... * .......)4.12 Final Inspection ................. ­ ............. ­­­ ...... 14.11 Final Payment and Acceptance,,,;,,,,,,,,,,, 14:13-14.14 ,general ........... ........ ...... Partial Utilization.--,;.,,:,._ ...... ........ _ I ........................ of Values. _ ....... __ ........... Waiver of Claims ..................... ...................... 14.15 when pnym, ents due ................................ 14.4,14.13 withholding payincht, .... .. .......... %w ... .... 6.147 Performance Bonds ............................................ 5.1-5.2 permits............................................................. 0.13 Petroleum -- definition of ................................................. :.J.30 general..... ................................................. A.5 OV,WER!s responsibility for ............................... 8.10 Physical Conditi6ns­- Drnwingso{ in a relating to ........................ .... ......... ...... 4-2.1.2 ENGINEERSreview ................ I ... I .... a ... ........... 4.2.4 existing struc . ............ ........... jA.2.2 g6eral 4.2.1.2 ....................................................... Notice of Differing Subsurface or,:,,,,,--,,,...,...... . 4.2.3 Pc6sible Contmct DocumcnitaChange ......... ; ...... 1.2.5 Possible Price and Times Adjustments,,,,,,,,,,,,,, 4.2.6 ,Reports and Drawings,,.,, ........ .....4ZI Subsurface and............._...:,.:. .............. _.4.2 Subsurface Conditions..,, _, _..... ...................... ,4.2.1,1 Technical Data, Lim itid Reliance by CONTRACTOR Authorized ....................... 1.2.2 Underground Facilitien-- general........................................................ A3 Nor Shown a Indicded_ .............. ...... __.4.3.2 Protection of ........................................ 4.3,6.20 Xii Shown or Indicated, ................ _.; ................... ....... 4.3.1 Technical Dale ............................................... 4.2.2 Proomistruction Conference' .......... .......................... 2.'g Preliminary Matters ....... ............... .. Preliminary Schedulcil ............................................... 16 premises, Use of.*. ............................................ 6.16-6.18 . . Price. Change of C6Aimct ........................................... 11 Price,-Contract-=dcfinitior of .... ..... : ............. ... wo: ... L11 Progress payment.. Appli'cati6n's fo{ ......................... J4.2 Progress Pitym6t:-retainage., .. .... ......................... 14.2 Progiess schedule, CONTRACTOR's, ........... 2.6,2.8,2_9' ........................ 6.6,6.129. 10.4,15.2.1 Project-delinition of 1.31 ProjeciRepreseitivei ENGINEERs 3mtus DuiingConstructiork ............ 9.3 it v Project Represcrita ii. lkeiidcrit-4efinition of ........ 1.33 prompt payment by OWNER .............................. I., ..... 8.3 Property Insurance -- Additional ........... ............................................. 5.7 gencial,5.6-5'10 Partial Utilization,.....:.:.._ ........ 5.15. 14.10.2 receipt and applicition of procccdq .......... . 3,12-5.13 protection, Safety and ...................... ; ...... ;6,20-6.21, 112 Punch list .............. ...... ....... ........................... JAI i Radiciactive hAterial-- defintivit of ....................................... ........ 1.32 gmeral4.5 OWNER's responsibility for . ............... ............. k$. 10 Recommendation of Payment, ................. 14.4, 145, 14.13 Record Documents,:,,.................. AA9. 14.lj n Records. procedures for mantis. ing ............ j ............ aZll Reference Points ............................................. _4A 'Reference to Standards and Spcaificstions of Technical Societies,,,,,--„-,,,„ ................. ; ........ 3.3 Regulations, Laws and (or),,,,,,;,,,,,,,,,,,, I ............ 6.14 Rejecting Defecove.Woik, ........... .............. ..... .. 9.6 Related Work -- at Site ....... ......................................... ...... 7.1-7.3 Performed prior. to Shop Drawings and Samples submittals review ................ 6:28 .Remedies, cumulative ...... 1­1 --- ....... 11 .......... Z.17.4.17.5 Rani&al at Coirrectim olDefectfiv Wark...... .......... 13.11 rental agreements, OWNERapproval requirco., ... 11.4.5.3 replacement of ENGINEER, by'OWNER ..... ....... j3.2 Reporting and Resolving Discrepancicg................................ 2.5, 3.3-2, 6.14.2 Reports, - and Drawings .............. ............................. 4.2.1 irid Tcst& OWNIRs responsibility,,,,,,,,,,,;,;;,,,,,, 9.4 Resident and Project Representative— definition of, ............... ... . ................ ; ....... ...... 1.33 provisionfor ...... ......................................................43 EXMC MNERAL COMMONS 1916 *s (1996 Emilow) W/ ary OF FORT COLUNS MODIRCATTONS (REV 91") 0 0 Article of Paragraph Number Resid,ent,Superintendent, CONTRACTORS,;;,,,;,,;;,,,; 6.2 Responsibilities— CONFTRXCTOR!s4n'genemk..,; ........ w ....... 6 'ENGINEEFVs-in general......,., ..................... Limitations on OVINEWs,in general.....::::. *. I ..................... 1 ............. �.0-25 ...... 14.4-143 ........ ................................... J0.2 4.1 and Protection ..................... . ......... 4.3.2, §. 16. C 18 ............. Z—:;. ..... ;-.-A26-6.21. 7.2; 112 general.................................................... �.2&6.23 Rcpre.wntativc;,CONTRACTOR 'i.,,,'.: .. ............ ;...,.0.21 SsmOms-- definition of Review by ENGINEER ............................. 0.26. 1 6.27 related Work 6;29 • submittal ---- _: .................... L� ............. _0.24.2 submittal proiciduresi, A I .0.25 Schetkde of progress ............................. 2.45, 2.8-2-.9, 6.6, ................. Schedule of ShopDrawingand Sampile, .Submittals ' ............... ............... 2,6.19-2.p. 6,24-6.28 Schedule of Values Schedules -- Adherence to.., ............... ......... ................ 15.2.1 Adjusting ... ....................... ......... fi.6 ,Change of Contraict Ti6ej ................................. 10A Initially Acceptable ...................................... 2.9.2.9 Preliminary ........................................................2.6 Scope of Changes .............. .......... .... ........ 10.3-40.4 Subsurface ccnditi, ons"* ......... Shop -Dmwings=- and Samples, general, ....................... ........ 6.24-6.28 :Change Orderi&Applicaiions for- ' Payments; and..:_ .... ................ .............. 9 , M.9 definition Of,., ............. %'; ...... ........ ; .......... . J.35 ENGINHER's approval of ................................. 16..2 ENGINEER's responsibility for revie)K 9. 7, 6.2"M, related Work review procetl4cs, 0 Article or Paragraph Number submittal required ..................... ....... ................. 6.24.1 Submittal Procidurei:�., ...... ...... ......... ;. .:..6.25 use to approve substitutions � ... j..: ........... ..... 0.7.3 ShownoFfidi'm"i 4' ;4.3,1 Site Access ........... .................... ....... .... 7.2-13.2 Site ea iness .r;L 17 Site, Visits to — by ENGINEER ..................... ................ 9J. 13.2 by othxrs..,._,,'.: ... .. ............ ...... isPC cii1causes of loss* PO!icy form, insurance ...................... ........ : ...... ;j.6.2 definition of .................................................... J,36 Spec7ifc,aiions— definition of ........ .................................. 06 6w of�cnlcal i'ktici. icferin6ii to 33.1 precedence ......... . ,..; , ... ..... . ; ... ... ........ ;_13.3 "ma'a, "n .................... i- Structural Loading, Safety ....... ................................ 6.18 Concerning. .............. ; ............................... definition of .................................................... 1.37 'delays ............. 12.3 waiver of fights Subccntrsictors--in general;,,,,,,,,,,,,;, ,,;,,;, ,,,— Subcm'tracts--required provisions; ........ 5.11. 6.11, 11.4.3 Submittals— ;chedulcq-..:. ..... ............... ... 2,6 ! 2.9 --.. ..... ......... ............... ........ 014-6.28 )fviiltie4.: ............ : ...... ........... nd Samples )f Shop Drawings and 'a ion un 2.6, 2g .9 vmgi ................................ -6.24-6.28 ........ :fi.3�0.2;3,'IU-149 0660 Gr.NiikL COND111164s 1910.8 (IM EDITICk VICITY OF.FORT COLLINSMODWICATIOM(MV9%) Article or Paragraph Number or Procedures ............................................ 15.7.2 Substitute Items..: ................ ....... 61.7..L2 Subsurface and Physical Condition". Drawings of, in or rclathg to„ ...... „.......... ,1.2. L2 •ENGINEER`i Review ............................ ..... ::-;4.2.4 general.:. ......................... ........... 7..J.d ..... 4.2 Audiorind --------- _ .......... .... I � ........... ...... :1.12 Notice of Differing Subsurface or Conditictis ...... ............ : .......... : .... 4.2.3 Conditions '** .................................... 4-2. 1;2 "Contract Docuents Change;, ;...; ...... 4.2.5 Price andTimes Adjustments ..... I .......... A.2.6 and Drawings ......... 1� 't-� -: .... 4.2.1 : iceand ,:.......................... I ................... ice Conditions at the Site ......... AZIA alData .................................................4.2.2 responsibility .........................6. ti I supervisq ................................ 8.9 fiot:stipervisi ... ;' .... ; ..... 91, 9.13.2. principal references tq .................1.10, E 18, 2.2,2.7 . ... ......... 5. 1, 53, 54, 5.6-,5.9, ... .... 5.11, 6.8, 6.13, 7.4. 8:11, 9.3. 9. 10 ,Supplementing Contract DocuracA4 ........................3.6 Supplier -- definition or .................................................1.40 principafrcfemnces to..,, 6,8-6.11, 6.2 0, ........... ...................... - .... 0.24, 9.13, 14.12 Waiver of Rights...............................................0.11 _ Surety_ consent to ' final payment,,,,,,,,,,,,,,,,,,,,,,,, 14.12. 14.14 ENdINEFR has no duty to .......... ; ................ : ... 9,13 Notification of ..................................10.1. 16.5. 15.2 qualification or ..... ....................................... 5.1-5.3 Survival of Obligations ........................................ _6,34 Suspend Work) OWNER May.....:;... I ........... :13.10, 15.11 Suspension of Work and Termination .......................15 CONTRACTOR May Step Wok - ........... I ...... ......... ........ 15.5 )end Work 15.1 nituite. .... ................ - ...... 15.2-15.4 )NTRACTOR - 6.15 TOP, 4.2.2 ... ........ . �i(5 and 4.2.3 xiv Temporary'corLitruction facilitics_ ........................... 4-1 Article or Paragraph Number Termination - by CONTRACTOR .... ........... .......................... )5.5 by -OWNER ........ ....... .................... :8.S; 15.1-15,A of ENGINEERs ornployni'MIL.-... ........ ......... ?.2 Suspermion of 'Warkin general ., )5 Terms and Adjectives, .... ...... ........... Tests and Inspections -- Access to the Work, by others ..... ......... a ........ 33:2 CONTRACTOR'S responsibilities ...................... J15 cost of 13.4 covcring Work prior to .............................. 13.6-13.7 Laws end Rebniliitions(or) ........... ................ ... 6.5 Notice of Defects. .............................................. 13.1 :6W&ER May Strip Work__ _ ...... * ........ ....... 13 .10 OWNER's independent testing: ................... .'..'.!)3A timely notice required....................................... 13.4 Uncovering theWork,'at ENGINEERs request...:: .. ................... ....... lv:' .... 13.8-13-9 Timcs-- Adjusting, ..... ;. ....... _; ...... : ............ ;, ................. 0.6 Change of Contract ' ­* ... ................. **"* * ...... Computation of ........ P .................................. 1.1-17.2 Contract Time*-defirlition of ........................... J)2 ........ ...... . .... .L7.2. 2 .............. 9.10,16 claims rand disputek ................. 0.11, 11.2,12 Commencement of Contract Tirine$ ................ 2.3 Procanstructicit Conference ........ ..................2.8 sclicd6IC13 ......................................... 2 6; 2.9; §, 6 Starting'thi Work.........---- .......... ........... 2:4 Title, Warranty or ................................................... 14.3 Uncovering Work .......................... % ................. 13.8-13.9 Underground Facilities, Physical Conditions - definition of .................................................... j Al Not Shown a Indicated ................................... 4.3.2 protection of ................................... I .......... 4.3,6.20 Shown or Indicated ....................................... :,4.3.1 Unit W1 M'Wik- claims......................................................... J,I,.9.3 definition of ..................................................... J.42 generaIll-9,14.1-14.5 Unit prices- gencrall 1.3.1 Determination for ........ 9.10 Use or premises,...... . .................. 1 6,16-: 18, 6.30.2.4 Utility owners ............................. 0.13, 6.20, 7.1-7.3, 112 Utilization- Partial;_, ....... 1,28. 5.^15,6.3'0.2.4. 14.10 value of the Work ......................................... 44.4 ..... 31.3 Nfalu= Schedule of -- .......................... 2-6.2 8-2.9.14.1 wtaTY,OFFORTCOLLtNSMODMCATIONS(REV 9f99) E F, -I L A LJ • Variations in Work —Minor Authorized t ........... 5.6.27, 9.5 Article or paragraph Number Visits to Sitew,-,by ENGRIEER, ................ : .............. :.. 9.2 Waiver of Claims -won Final Paymoril ...................... 14.15 Waiver of Rights by insured parti6g....... ......... $J 1; 611 Warranty and Guarantee, General- by* ' CONTRACTOR ............. ............... .................. 0.30 Warr,wily of Title, CONTRACTORs., ............ ...... ;..-.14.3 Work-- Acccw to -.13.2 byother& ........... .................................................. 7 Changes in the.: .............. : ... ... I ............................ 10 Continuing the,._ ....... _ ...... ............................629 CONTRACTOR May Stop Weak or Terminate........._ . ........ ; ............. __ ....... J5.5 Coordination of 7.4 Cost of the ................................................. 11.441�5 definition of ...... _1.43 neglected _13.14 other Work 7 OWNER bby Stop Work ......... : .................. ..... 13:10 OWNER May Suspend Work ................... J3.10,15.1 Related, Work it Site ......................... .......... 7.1-7.3 Startingthe,...... ............ ...... I .......... ...... Stopping by CONTRACTOR .... ........................ Stopping by OWNER....... ... :: ............ : ........ 15.1-15.4 Variation and deviation authorized. ininor ........... 3.6 Work Change Directive — claims pursuant to ............................................ 10.2 • definition of;,,,, ... — ........................ ... 1.1.44 principal references tq ........ ............. 3.5.3.10.1-10.2 Written Am endment.. definition of ...................................................... 1.45 principal references tq .............. 1.10, 3.5, 5.10.15A2, ....... : .............. 6.8:.23,6.19.10.1,10.4 13.12�2,14.71 Written Clai-ificatioris and Interpretations .... .............. ....... ;3.6.3,9.4, 9.11 Written Notice Retpiked— by CONTRACTOR .............................7.1. 9.10.9.1 1,, --.1.1 ... ........ -.1 .... ... ..... 10:4.11.21 12.1 by OWNER .................... 9.10-9.11,10.4,11.2, 13.14 w 0 EJCDC (JENM& 60MMONS 19103 (19500 MnOM W/ CITY OF FORT COLLMS MODIFTCATIOM GREY 9199) :i si (This p4c left blank intentionally) Exmc mNmut, Col wms igio-s (7990 EmnON) WICITY OF FORT COLUNS MODMCAnONs (REV 91") 0 0 • GENERAL comrriom ARTICLE I—DE.nNMONS Wherever, tised in'these GeriamI.Conditions or in the other, 'Contract Documents the following terms have the mean gs indiciiiod -whii6h tire applicable to both the, rid plural thereof, ),I. Addenda—writtcn,cr griaphic imshilments issued prior to the opening of Bids'.which-clarily.,carrect.or change the Bidding Requirements or the Contract Doetiments. L2.A 'Neme?'11-1'he'�'t'tencanncibc,i%veen'OWNER ,and CONTRACTOR covering the Work to be performed. other. Contract Documents are anached'to the Agreement ,arid made a part thircof is provided therein. ' 1. 13. A ficationi for Pqymm—Th6 fbfrn a' ' J hNGINMR which' is to be used by 6ONDMGMM requesting progress orfinalpayments and which is to be =Tgmod by ;such supporting 'documentations as is by the Contract Docinnents. IA Asbesios--Amy material that contains moredian one ,percent asbestos and is friable or is releasing asbestos fibers the a " ii above current, action levels astablishedby the United States Occupational Safety 'arid Health Administretion 1.5. Bid —The offeror proposal of the.bidder submitted -ort the prescribed forni.se" f"M the prices for the Work tobe Pci-fdrined. 1.6. or .,it., and 'issued proposed fido issued LT Bidding. Requirements —The ladvertiscritent or invitation to -Bid mcidioms to bidders;:'and the Bid f", -1.8. Bon dr-Pacvrnance and payment bonds and other instruments of security 1.9. Cliange Order -A document recommended by ENGINEER. which is W— a ,nod by CONTRACTOR rid OkVNERand authxi=enaddi6om'deleiimorrevision in ithe Work, or an adj6stment in'the Contract Priodbi the Contract Timm issued on or after the Effective Date of the AgeemenL 1.10. Conhract Docunents—Thc Agncemcnt,-Addenda (which pertain -to the Contract Documents), CONTRACTOR!S,,..Bid (including acc I cimpanying I the Did and any post Bid documentation submitted prior to the Notice of Aww'x) when attached as rm'exhibit to the'Agrocrimink the Notice to Proceed, the. Borids, these General Conditions, the Supplementary Cordlitlons, the Spe�cificatims. and the Drawings as the bacciENERALcoNtimoNS191"(199 I QEd!kn) wtciiyoFFORT 6DLli?isMODIRCATIO'N'S(REV4120DO) 1.11. Contract Price —The moneys payable by OWNER 16'CONTRACiCifor completion;of the Work in socordahoi with "toittracit Docturfienti os'itmed•in the Agreement (subject I to the provisions of paragraph 11.9.1 in the rose of Unit PriczWork 1.12. Coittrad TiMes—The.numbers of days or die dates stated in'the Agreement: l(i) to iekieve'Substahtial Completiort,and (ii)to complete the Work so.thilt,it is ready for final payment as evidenced by ENGINEURs written iecommaidation of final vivinent in acconlaitca T With Pim'' 'graph 14.13, 1-13. - COMMICTOR—The person, fain a corporation with whom OWNER has en crod into the Agm=ML 1.15. Drawlrigs The drawings which show the scope, extent and character of the. Work, to be furnished and performed iciformed by CONTRACTOR and whit have been 'red or approved by ENGINEER and are referredto prepared Documents. Shop drawin p are not Drowinigeassodefined. 1.16. LffeCtter Date of the Agmemni—The date indicated in the A ch, " b6o6ca Agreement it becomes effective, btit'if nosuchdate is indicated it nicaris the date on m4ticlit the A&eernent�is signed and delivered by the last of _the tavopirrfiicsibia - anddeliver. I . sign 1.17. ENGMER—The person, r= or corporation named as; such in the Agreernem. 1.18. ENGINEER's Co hanr—A , Person, . turn or corporation hinting a contract with ENGM-ER to furnish services :as. having 'ind f, "I with CK prol��Gna respect to the Project and who is identified as such in the Supplementary Ciinditicns.- 1.19. Field Order —A written crdff� issued by ENG]NEER which orders miam'changci in the Work in iiacarclarimwith paragia 9.5 but which does riot involve a chmige in the Contraclie, or thiContracL Times. 120. Gatentl Rego it rums -Sections of Division 1 of .the Specifications. 1.21. Hazankw !Paste -The term Hazardous Waste shall have themcanirg provided in Section 1004 of the Solid Waste' Disposal Act (42 USC Senior 6903) -as emended, Gan time to time. 1.22.9. Laws mid Regula.no=, Lath or RMdanans--Any and all a lrcable laws, rules. regulations, ordinance; codes anrlorders of -any and- all governmental bodies, ega cress u hbriiies end cowls nevi g junsd coon _ 1 22 b. Legal Holidays --shall be those holidays observed bvthe City. of Fort Collins 123. Lien's—Liam-chm6cs, seauity interests or cocuinbrancci upon real property or personal property. 124. Milestone --A principal event specified in the Contract Documents relating to'an intermediate completion date or time prior -to Substantial Completiai` of all the' Wak 1.25. Notice ofAwmd—A written notice. by OWNER to the apparent successfulbidder stating thatupon compliance by the apparument suacssful bidder with the conditions ,precedent ericratud thEmitt,. within the time -specified,. OWNER will sign and deliver the Agreement. 7.26. Notre, to. Proceed -A written notice given by OWNER to CONTRACTOR (with a'copy to ENGINEER) f»ong the :date ai which the Contract Times will commencato rim and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the. Contact Documents, 1.27. OWNER -The public body a authority, corporation association rum or person with whom 'CONTRACTOR letsentered' into the Agreement and for whom the Work is to be provided 135. Partial Utilization -Use' by OWNER of a substantially completed part of the Work for the purpose for winch it is intended (or' a related pur ae);_pria to Sutsumitial Completionofall die Work 129. PCBs —Polychlorinated bipheryls. 130, Perroleen--Petroleum. including crude "oil ;or any 'bsctiat thereof which is liquid at standard cmlitims'of tern lure and pr(60 degrees Fahrenheit and 14.7 pounds per -square inch absolute), such as oil, ,petroleum, fuel oil, oil slue, oil refuse. gasoline, kerosene and oil mixed with other icn-Haiardwrs Wastes aml crude_ o hk 1,31. Project -The total construction of which the Work to be provided under the: Contract Documents may be the .whole, or a part as indicated elsewhere in'the Contract Documents. 1.32.a. Raifioactve' Material—Seurce,; special nuclear, or byproduct material as defined by the Atomic Energy Act of EJCDC6d4E to COA'DITIOM 19105 (199a Ed(im). wi CITY OF FORT c6LL1 tS MODm1CAT ioNS (Riiv 4 r 0oo) 1954, (42LrC Sectimr 2011 et-segj as°amended from time 16 time. 1326 Reunilar Norkine Hours—Reeular workitta hours are defined as: 7�00am to 6:OOpm' unless otherwise specified in the General Remuiremeus. 1.33. Resident Project Representative -The authorized representative of ENGINEMwlio maybe assig ed to the site or,arry pail thereof 1.34. Srmiples—Physical examples of materials; equipment; or workmanship thin are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged 1.35. Strop Drutving'.c-All dmwirgs; diagrams, illustrations; .wbc&lcs and other data a information which are specifucall prepared or assembled by or for CONTRACTOR onto submitted by CONTRACTOR to illuitrate some portiori'of the Work. 1.36. Specjficadons—Those portions of the Contract Documents consisting of written technical demnppttion��s of materials, equipment; construction systems,. smni=P! and wakmaiship as applied. to 'the Work and certain administrative dcmrls applicable thereto. 1.37. Sicbconbuctor---An individual, firm ormrporation havag a direct contract with CONTRACTORor with any other Subcontractor for the jxcrlmmarice'of a part of the Work 61 the she. Subsimital Completron—The f pact thereof) has i)rozressed I n, it sufticknily complete, in accordance with ict Documents, so that the Work (or specified be.utilized for the _purposes'E, which it is or if rho such certificate is issued, when the complete and teadv for fugal pavment as completed" as applied to all or pan of the Subssmuial Completion thereof. 1.39: Supplementapy Conditions -The par of; She Contract Documents which amends or'stipplemeras these General Conditions 1.40. Suppher--A manufacturer, fabricator, ,supplier, distributa; mataialman or veridor havitg a direct contract with CONTRACTOR or with any Subcontractor 'to furnish materials oi,eyuipmeru to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. .Undagwrind Pacihlies—All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks; tunnels or other such facilities or attachments, and any en a crocrits containirug such facilities which have been installed underground to furnish any of the following services or 0 0 0 11 tam an eletrcity, , gases, di�lsewage bmic o j8.d d- control itam,ler 1,42. Ifdt Price Wi)rk—Wmk to be paid for on the bia;is: ortuat prices: 1.43- WoA-_Thi:exam: completed construction or the v el required to be Ciit2dantlfiiible parts'diereof Contract Docurnents. Work includc; and 11 is 'tw result -of F , crfortnin ,or furnishing labor and fit. � sh] . and rating materials - and 'a int iriffit ng a qutpm - =A performing or fivmushir� serviom and the co rucM7onrp -fiarnislung documents, all w"required by the Contraef Do�iunanm )inective—A written directive to, on or offer the'Effeefive Date of ,or responding to diflaring or unformien along under which the Woik is to be provided in paragraph 4.2 or A3 or, to. coder paragraphifi.23. ' A �Work Change iot change the Coritract Price or the Contract evidence .that that partics'exTect'that the :d or documented ..by 6 Work Charge -be itaorpormed in a subsequently issued following negotiations by thi Parties as to its m the Contract Price or Contract Times m 1.45. lYrition Amd&wnt­A written amendment of the - ,Contract Documcrits,, signed, by OWNER and CONTRACTOR on ;or afterthe Eftective.Dati of the Agrecrncnt and normally dealing with the nonenjine6iing or rameclhraatl ndlier than stricily corkuction-related - aspects of the Contra Doctenents. ARTICLE. 2—PRELBUNARY MATTERS Delivery of &n&.- 24 When CONTRACTOR delivers the executed Agreermfits, to OWNERCONTRACTOR shall also delivW6 OWNERsiich Bonds aiMNTRACTMm'1y be required to furmilt in accordance with paragniph 5.1. CopinofDocamentr 12. OWNER shah furnish to CONTRACTOR UP.toM , n c opies (u n1cas 11 othEivise s .-c p,e_iqcd in the Supplementary Conditions) of the'Contract Dcocianniati as are reasonably 'necessary fierthe execution of the.Work. -Additional copies will be furnished, upon request, at the cost of reproduces cri. Commencement of Contract Times; Notice toPioceed-, `13. The Contract Times will commence to run on the thirtieth day after the Effective Dam of the Agreement, or, iJCDCdENEkALCOtUT16NSl91O8(19,99Ed,tkn) , WICITY OF FORT COLUNit MODIFICATIONS (REV 412000) ifaNotice toProccedusgtv on Y indicated in the N.u:,m P=2 Notice toProceed. A d may be givenaL any time within thirty days ally the Date of the Agreement---h. z t --- not TOMM day olli* th� �d�ajy he free �_ aF43id rth=,=. whi==arbert Shining the Work 2A. CONTRACTOR shill start to pcdarm the Work on the dite when the Ccinirict Timm commence to nun; but no Work shall be done'at the site Prior to the date on which the Contract Times commence G run. Befem Starting Construction: art: of the Wo&; y and compare the id� Verify micra applicable field ,pm!npdy i6p6rt in error, ambiguity I or istor. ;ambiguity or discrepancy in the Contract Docunucm% unless CONTRACTOR knew or reasonably 46uld have known thereof. 2.6. Within ten days after the Effective Date of the Agreernent specificil in the General Requirements). *CONTRACTOR shall skinit to ENGINEER for review: 2.6.1. a preliniffiary'progress schedule indicating :the trines (numbers of days or dates) for starting and iiampled.rig the vmicvs stages of the Work, including any Mdm1&iei specified in the Corfmct Documeift. 2.6.2. sa preliminary schedule of3fiop Drawing and Saniple, submittals whack will 'list 'each required submittal and the times for submitimg. reviewing and Processing such stibmitial; 2.6.2,1- In no ease wilt. a schedule be Mmle which allows less than 21 calendar each review by Enmmeer.� 2.6.3. A preliminary schedule ofvalum for all of the Wak which will include quantities aid prices of items aggregating the Contract Prim and will subdivide the Work into compixient parts in sufficient serve as the biats,lbr pro's , ress .. payments during censtru ction Such Prices '�Yill:includi'an appropriate amount of overhead mid profit applicable to each item of Work. 2.7. Before any Work at the site. is started, CONTRACTOR end -QV W&R�shall each deliver to,the olher'OWNEI7, with copes to men additional imami ideafified in the SUPPlementrity, Cenifiti ENGINEER 3, 608.15 Pedestrnn Access Ramp H4#&ck Curb - Reeve & Replace Sq.. Foot I,OW S 9.50 $ 9,500.00 608. 16 Trraceted Done Panel Square Fact 600 S 40.I10 $ 21,000.00 608.17 Flatwork 4" - Remove & Replace Square Fact 1,0M S 5.20 $ 5200.OD MAR Flmt crk 6"- Remove &Replace Square Feet 20,000 $ 6.15 5 127.000.00 608.19 Replace Flmwak - V Add hovel Depth Square Feel 2,500 E 1.10 $ 2,750OD 608.20 Cohered Concrete 4" Son Diego Buff- Up Charge Squmra Fa4 1.000 $ 225 $ 2,25000 6D8.21 4' Valley Pan 6" - Remove & Replace Square Fret 50D E 6.35 5 3,175.00 60822 Concrete Pavement S"- Remove & Replace Sgare Foot 50D E 1100 S 5,500A0 608.23 Alley Apprach 8" - Remove & Replace Sq.. Fact 6,0W $ 8,10 S 48,tM M 608.24 Exparom [.una) Foot ].am $ 2N $ 2,M10.00 608,25 Spleabbbek 4" - Remove & Replace Square Foot 500 $ 750 $ 3,750OD 608.76 Esgaed Aggregate 4" - Up Charge Square Fast 50D $ 3.2P S I,fi0000 60&27 Reset Flagstone Square Fact 500 $ 10.25 $ 5,125.00 608.28 lima & Depose Canctme wtb Wre/Rebor Tm Sao $ 2050 S 10250,M 60&29 Asplak Pavew Preservatou Lvmal Peat 4,000 S 200 S 8.000.00 623.01 Inipptim Sleevkg 3"PVC Latest Foot 100 Is 5.25 S 525.OD 630.20 Traffic Cumol ParcaNage 1 IT/n $I37,79560 630.30 Variable Message Board Per Each Par Day 100 .' S 175' $ 17j0D W 63040 Flaggang Han 4000 $ 2250. S 90.ODD.00 63090 Advance Waning Arrow Board Per Day y per 70 5 7500.. S 5;Mw TOTAL COST S 1,398,851.60 • Note. The quantities fisted above are estimates only. The City of Fort Collins Reserves the night to mortify the quantities for any or all items fisted Ore Mitlmn Thrcc l lrmdred N=ty-Eight Thaasand Eight Hmdmd Fifty -One Debts end SCoy Silp" James Admsaon, Presldrm Address 1256 Crassg St Coppery NoOupr C..w Ire. Loveland, CO 80537 Check One. • Idwidual Doug Bwan sa n Canpury Name Capostion Parmarshp Phrme/Fax 970556.0313 / 970-556-0700 --certificates of insurance (and,,other evidence of insurance rneseehefeqae requested by OWNERI which CONTRA fi - is recjaired to ptviiiise' end maintain in did.,.. .with pamgmphs 5.4; 56end3.7. Reconstruction Conference; 2.8. Within twenty days after the Contract Times start to rtv4 but before any Work it the sae is started, a can(erenm attended.by-CONT',RACTOR ENGINEER aril cures es appropriate will be .heldto establish a working' urdenlandmg among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, 'procedures .for 'handling .Shop Drawings and other submittals processing Appheathom for payment end �maintamiagre k6ircoords. Inkiagv Acceptable SeheMff.- 2.9. Unless otherwise 6rmided in the Contract and others as:a to d ien ted"Iry OWNER. will be held to review oraeceptability to ENGINEER as provided below the schedules ,sdbmitted m accordance with and to 4CTOR until the schedules are submitted to and c to ENGINEER is provided below. The schedule will be .acceptable io ENGINEER as ; an orderly progression oftheWork to m Within .any specified Milestones, and the the Work not viding a workable arrangement for essing.:the required' submittals' dole of values will beaccepmble to and substance. :ARTICLE 3—CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intent 3.1. The Contract Documents comprise the entire agreement between `OWNER and CONTRACTOR concerning the Work. The Conlracl Documents are complementary; what"is called fov by me is as bird_ ing as if ,celled, for by all. The'Contmct -Documents will •b- construed in accoindanoe wlth'the law of the place.of the, Project. 3.2. It is the intent of the Contract Documents to EJC0006MU. CON MOM 19104 (1990 Edlim) w/Cii-iOFF6RTo6LWi,6Nto6iric%ThoNsikE V4no00) be from may ve a well -Known tecmuca trade meanme we used Documents shall be issued by ENGINEER as paragraph 9.4. 3.3: Reference to Shandardr and Specificadims of Technica'1 Societies; Reporting and Resnhting Discrepancies:' 3.3:1. Reference to standards. soeciGmti6m, on or by implication, shall mean the latest snecnficatim manual. code or laws a I'M 3.3.2., 1( during :the performance of the'Work; CONTRACTOR discovers• any conflict, crrw, ,, ambiguity a' .discrepancy within the .Contract Documents w between the Cord act -Documents and any provision of any such Law or Regulation awlimble to the Performance of•the Work or of any at t with Ws bmn issued by mac of the methoc pamgmph3.5 or 3.6; provided I CONTRACTOR "shall not be liable ti ENGINEER. for failure to report any error.. ambiguity or dismepa CONTRACTOR knew •.or reasonably kriownthereof. 33.3. Except as otherwise specifimlly stated in the Contract Documents or as may be provided by amendment or supplement thereto issued byme of the methods "indicated in pamgmph,35 or 3.6,E the provmms1 of the Contract Documents shall lake precedence in resolving anycunflrc, error;'ambiguity or discrepancy betweenthe provisions of the'CoRiact Dochmhents and: 3.3.3.1. the provisions of any such standard spccificaiion, mawil, eode.or instruction (whether or not specifically incorporated by reference in the Contract Documents)_ or r� u • • Pi 0 0 2 the ,j cif' aay such Laws or the P� the ft lom at Work (.nl. such an the pro!isions of the Contract Domunctits %�ould result m violsiim of such Lrw­u' Regulation'). Amending and Supplemejting Conftact Documents: 3.5. The Contract Documents may be amervl6d to deletions and revisium m theWork pro�,o for additiorm" Work` er t mollify, he terms aiid conditions thereof in one or more or 'Umin ways'.. 3.5.1. aformal WrittcnAmmdmom4 �3.5.2. a Chant Order (pursuart to paragraph 10.41 or EJCDCGENERAL00M71bNS 1910-8 (199OEdtko) w/dw OF FORT COLLJSMOMFICAM I N - S I Or I EVV200D) 35.3. a Work ChvVe Directive (pursuant to paragraph 101. 1). 3.6. In addition the, requirements.of. tit Contract D6cuuncrits,imij U the Work mina variations end de6ations in t1i Work may, he ilihdruiA ffi6ni 4 more of tklbllowmg ways: A Field order 6unvanj to pamgmpk9.51 3.6.2.. ENG11,11KER'sapproval of Shop Drawing or Simple (puxsiiumt 67*jlrephs 6.26 and 6,7n, or 3:6.3, ENGINEER's written irAerprelation a clarification (pmmart to paragraph 9A). Reuse ofDoe"entr ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS A,wdabih# qfLandr: '5 CONTRACTOR shall provide for all additional lands; and, access "thereto that may be required for 'tempC ary construction facilities or storage of -materials and equipment. J.Z.. Absurfaceand PAysicalCmt6timiN 4.2.1. Reports and Drawings: Reference is made to .the Supplementary Conditions for identificationof: 4.2.1.1. Subsrface Conditions: Those reports of ekplomtiti& and torts of subnrCem conditions at or cantrgnous; to the site that have been'ufiliied.by ENGINEER in preparing the: Contract Documents; 4.2.1.2. 'Physical Conditions: Those drawings of physical conditions vi'or relating toexisting surface msubsurface structuresat or contiguous to the site (cicccpt Underground Facilities) .that have been utilized by ENGINEER, m pxcperi%'the Contract Documents. 4.22. Limited :Reliance by, CONTRACTOR=Authorized' technical Data: CONTRACTOR may rely upon the gcneml accuracy of the "technical datn" curtained in such reports and da virgs, but such reports and drawings are not' Contract Documents Such '"technical dam" is identified in Ihe.Supplementiuy.Conditions. Except for such reliance on such "technical dam",:CONTRACTOR may nor. rely upon' or make. any claimpguinst OWNER, FNGINEFR otany of 42.2.1. the completeness of such4claorts and dmivings for :CONTRACTOR's .purposes, including. but not limited to, any aspects of the means, methods tmhhiques. `sequences and procedures of construction to be employed by CONTRACTOR and .safety precniiuons and programs incident theicto, a 4.12:2. other -date, interpretations,, Itpinioa and information contained in such reports or shown of indicated; iitsuchdravvings, or 4.2.23. any CONTRACTOR imeipretatiori of Of conclusion drzwii liom any "techmical.data" or any such data, inleipretatiors; opinions m irilortnation.. 4.2.3. Nofice. ,of Deering Subsurface or Physical Conditions: If CONTRACTOR believes that uny subsurface or physical condition at or contiguous to the site that IS uncovered or revealed either: 4:2.3.1.. is of such a rmture as to establish that any "techniml data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4 2.1 and 4.2.2 is materially inaccurate. or 4.23.2. is of such a nature ai;to require 'a clnnge in the Contract I)oaiment% or 4.2.33. dit%a materially from that shown or EJCDC 06'NETiAI. CONDI16I6R419108 690 Rdtim) wl CITY of FORT COLUNS moiaurcaimS l 'v 4nood) indicated in the Contact DocumerttQ or 4.2.3.4. is of an unusual nature, and differs materially fre n.condaiotn ordinarily ertcouhtered `and Eenerally'iecogrsizid as. inherent in waik7of the character Provided for in the Contract 'Doouincntsthen CONTRACTOR monesam) unul receipt of written oraer to oo so 4.2>4, ENGINEER''- Review.. ;ENGINEER will promptly review the. pertinent conditions, determine the necessity of OWNERS obtaining additional c> plorstion or tests with respect ther&6 mid advise, OWNER: on writing (with a copy to CONTRACTOR) of h'NGfNEER's findings and conclusions. 4.2.5. Possible Contract Docummtr Change: If ENGINEER eor"des that a change in thi Contract Documents is required m a result of a cotiddtion that mains me or moreofthecategories in paragraph 4.2.3. a Work Change -Directive or a Change Order will be issued as provided in Article 16 to reflect- and dommem the consequences of such change. 4.2.6. Possible Price and Tunes Attusmientr: An equitable. adjusanent in the Contract Prim or in the Contract Tunes, or both, will. be allowed to the anent that ih'e�exiistencc of such uncovered or"reven aled conditio muses an increase or decrease in CONTRACTORS cost of, at time required for performance ot:,the Work, subject; however. to the following) 4.2.6.1. such condition must meet any one or more of the, categories described in paragraphs 4.23:1 through 42.3,4,.inclusive; 4.2.6.2.. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic autbarimtion of nor a audition Precedent to entitlement to any such adjustment;- 4.2.6.3. with respect to Work that is paid for on a.Unit Price Basis, any adjustment in Contract Price will be .subject to the provisionsbf pamgaphs 9.10 and 11:9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Comiact Price or Times if; 4.2.6.4.1. CONTRACTOR knew of the existence' of such anditims,et tic time CONTRACTOR.mide a final canmitiinert to OWNER in respect, of Contact Price and Cvaact Times by -the 0 • 0 0 submission of a bid or bp,00rniag bound under a negotiated contract; or 4.2.6:4.3. 6o?,rrRAm-qk fbiled to, give the written notice within the time and as required by paragraph 4.2.3. It OWNER and CONTRACT -OR are unable to agrec.on entitlement to or as to the Moon'Lor length of any. such. �ccjuitable"adj'usthicnt in the Contact Rice or Cbrainct .Times,'oclaiin may be, made therefor 6i Itro'videid'ia Articles I lArid 12, Hmcvcr,]OWNF.R, ENGINEER and LNGINEER's Cormitants shrill not be liable to 43- PhylicO Candidans—Underground Facilities. 4.3. 1. Shown orludeated: The information and data, shown or indli6ted1in lW(jortuact Doctimciats with respect to cyjdii)g un und Fac"ies at or Contiguous to the site.is Z trnfcrnatioh and data Punished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless: it ii , otlicrwMlexpamly providedin thcm3upplerncntary Condii-m-m- : 4.3.1.11 OWNER'and ENGINEER shall not be r&vorii;ibIc for the soCtInt, T arroaalpleteAeSS of R4 such information or data; and .2, Not Shown or Inthcated: If an Undlergrotind ;iiitv, is uaEivvered or i&iated at or continuous to as required by of such Undenzr EJLWGE4lJLAL COMMOM 19104 (1990 Scitim) utaw OF Foiaimum momhcmiciris (REVVID00) Refinence Points 4.4. OWNER "I provide engine eri* -suivcys to establish reference points for construction which in ENGWEER's judgment are necessary to enable CONTRACTOR to proceed with the Vork. CONTRACTOR shall beiesp6rtsible4a laying out,the Work shall Ir6tect and preserve the eistablisshed reference points nod LI inaki'no'chayjes'a felocati6nd witliout i6i prior written approval of OWNER CONTRACTOR shall report, to ENGINEER wherem any. reference point 6 led or. 'destroyed a requires relocation beciuse of necessary ctn46'in grades or loaatiom% and shall b'e espo'isiblefor ffie accurate,replacenenfor relocatiotof such reterince points by professionally quafifiid personnel. ,LS. Asbesfvs; PCBs, Petroleum, 11mardous Wade or Radioactive Material: responsible. ble. ARTICLE 5-BUNDS AND INSURANCE Performance, Payment and Other Bonds 5i1. CONTRACTOR. shall fumishTerformance and Payment Bonds. each in an amount at least :equal to the Contract Price as security fcr:tbe faithful performance and peymem of all CONTRACTOR's obligations under the Contract Documents, These Bonds shall remain in effect at least until one year,'after, the date when fmal.payme it becomes due,.except as;piovided otherwise b` Lnws or Regulations or - by , the . Contract ]�acumcnis. (:ONfRACTOR shall aim -furnish such other Bonds as are required by,die Supplementary Conditions,` All Bonds shall be in the form prmribed by the Contract Documents except ai provided otherwise by Laves a Regulation and shall be executed by such sureties as are named in the amen. list of "Companies: Holdinngg 'Certificates of Authoiity'as Acceptable Sureties on Federal Beads end as Acceptable Rerouting Companies" as publcshe'd in Circular570�(amended),by the Audit Staff, Bureau of Govemmem Financial :Opemtiom, U.S.Trmsury Department All Bonds signed by, an agent must be accompanied by a acrtified copy of such agent's authority to act. 5.2. If the .surety on any Bond furnished by CONTRACTOR is declared a bankrupt, or beuoma insolvent or its right to do business is terminated in my state where any part of the Project is located or it ceasci to .melt the requtemerts of paragraph 5 l.'CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which most be acceptable to OWNER: 53. 1lowsed Sureties and Insures;'Corif:cates of Insurance: for C C TLC ��.: :..•.._.. of ..asig. phs .t Y and 4 ] m arieveeladgs,-the-aiFo- EkDCOEt4M L CONDMGM 1910-9(IM Eddm) w/ CITY OF FORT C61,11 S MODIFICATIONS iUV 420e0) -ed by the maintained meet such s as may be 9 0 CONTRA CTORs Liability Insurance: 5.4A. claims under wcikcrs' wmpensaticn.disability beriefits and other similar cmpIdycc 66h8fit acts; 5:4.2. claims for damages because of, '- bodiinjury, ury. occupat�l stadics?'diie8st' oLh 'of CONTRACFOR!i'Eftfloyces; 5.4.3. claims for damages because of bodily injury, sickness or.discase, or death of any,person other than CONTRAGrOFacmPloyceS. W; M p 5. I.P. 5.4.10, include c6mra6tual liability insurance covering CONTkACTOR's indemnity obliptions under paragra phs 6.12; 6.16 and 6.3 1,14rough 633: 5.4.12. funiin in effo6t at least Until final pdyment and at all tmesthiicaftcr when comrRACTOWM'a'y be correcting, removing or replacing defective Work in accordance With paragraph 13.12; and with respect. , _ to and amr insuran satisfactory to OWNER,and any such addi insurvd of continuation of such irmumfice k payment and one year eflfb!F). OW7W-WiLiabilltylnsurance 5.4.5. claims For damages, other than to the Work 5.5. In addition to imiumho: required to be provided itself because of injury to or destruction of tangible, by CONTRACTOR under paragraph 5A., OWNER, at li*rty whoever located, including loss of :use: OWNER's option, may *chase and maintain al • resulting therefrom; and OWNER's c*nie OWNER's own liability insurance as will jiotict 0VMM against claims whichmay anse I lical 5.4.6. claims for damages, because of bodilyinjurya ns juo0eiatiounder theComra�l Doeumerits, death of n4 person . o r , propertyI 6mag'c'msi butof the ownership, maintenance a ,use of any motor piaptnty Insurance vehicle. The policies of insum.so required by,ihis paragraph, 5.4 .to be purchased and maintained shall:' 5.4.8. include the specilic coverages and bc,.writtM4 f6i not, less than the limits of liability I�idc;d in die Supplec'nia,ry ConditimW or irquired -W,'Laws 'ix Regulations, whwheVCTM' gm'ate'r, �5'AA includecompiciedoperationsinstmance; EMCGIREILAL CONbIMOM 0104 (1540 EdIku) wrciTy of FORT 6mm?"oDmcAT16ris (iEV412606) 56.--Uniodwwise-prwided-in4w4;upplenwhtary, Rego kthaar"s)-Ttinsu�nrruiice'shell= each of-whonHsAftentd to heveari-irrnuebleinteast ilde6-RisJs--%ll-nskL-or hi-X�l'ie!ks eF El fftc -nd chaw- A, slchmataiak-wAaquipment mbes ended 544 0—f-�RA t-othff iRl iflqli�n6o be =0 FOR' a E . JC I DC 9 1 E I K MAL COND1TIOM 19 10-U (090 EdIku) 10 w CITY OF FORT cbLum momricAbom (REV v2000) rapist—GONTRAGI -)T,,L.! nt.":sib Rvw im due to bust al—asa"—ofll4—COnsequential4m-0deiR�Vtg beyaid—difeci--physicol—lm--or—,Ion"6--to 01 W.FIF .4_�b, bjOMNRP:-tmd �71 40 E to Re"iptand.4,ppficqdm ofinmrance Proceeds:, Acceptance oflfoxds and Ixsarmsee,• Option to Rrplaee•- 9 Fh&al U667afion—Pmper(y lnsi "., 5.15. IfOWNER ftndsjl necessmy I to�oocu I pyoruwa potionpon or "ns of th, Work prior to Substantial EXWGENdtALC0NIXM6M 19104 09090E6tkn) wfafy or Mir QowrisMOI)IhCA-riciNS(RHV412000) LJ ARTICLE,6—CONTRACTOR'S RESPONSIBILITIES Supm%am amd.SupvintmdcWce• Labor, AfatMals and Equipnimt.- 11 6:4. Unless otherwise specified in the General Requirements.: CONTRACTOR shall famish and assume full responsibility ..for all materials, equipment; labor, transportation, construction equipment and machinery. tools, appliances, fuel,, power. lisK heat, telphone,. water, sanitary facilities, tanpomry facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 64I Ruehasin¢ -Restrictions: CONTRACTOR mustcomplVwith the City's purchasing restrictions.. A copy of .the resolutions are available for review: in the offices of the Purchnsing and Rick 'Marogement Division or the CityClcrks of licc. 642..Cement Restrictions: City .of Fort Collins Resolution 91-121 rewires that surnliers and vroduiers of cement or products eontaimm cementto centity that the cement was not made in cement kilns that bum hazardous waste as a fuel. 6.5. All materials and equipment :shall be. of good quality and new, except as otherwise provided in tine Common. Doatments. All warranties and guarantees specifically called far. by the Specifications shall;cepressly run to the benefit of OWNER. If required by INGINEFR, instructions of the; applicable Supplier, except as otherwise provided in theCaaract Doeumeias. Progresr Sededufe: 6.6. CONTRACTOR shall adhere to care progress schedule established in accordance with paragraph 2.9 as it, may be adjusted from time to time as provided below:. 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the' extent indicated in paragraph 2,9) proposed adjustments in the ogress, schedule that will not change the Contract Times (or Mlestones). Such adimuncros will conform generally to the proge`.s schedule then in ettect and additionally .will. comply with any provisions of the General Requirements applicable thereto' 6.6.2.. 'Proposed adjustments inthe, progress schedule ,that will;cliangethe Contract Times (or Mlestones) shall be submitted in accordancewith the requumients of paragaph 12.1. Such adjustmems may rarity .be made by a Change Order or Written Amendment in accordance with Article 12. - 6.7. Snibdilutes ind "OnEqud".Items 6.7.1. Whenever an item of material or equipment is specified 'or described in the Contract Documents by using the name of a proprietary item or the naive of a Itarticular.Sipplier, thespecifncation rg description is mtendcd to establish .the type,: function mid.quality required. Unless the specification or description EICDCOEeERN. CONIXTIOM 19105 (IM E(Efim), 12wlaTYOFFORTcbLummo6iriCATioNs(REya/2000) contains or is followed by words -reading that no like' equivalent or "or-egital" item or no subslntution:'is petmiRed, other items of material or equipment or material or:equipmet of other Suppliers'may .ne accepted by ENGINEER under the following cir umstainces: ENGINEb'R'S ' sole rial -or , equipment no change iri relatal Work will be rcqu be considered by ENGINEER as an item. in which cast mview,and spun sole 0 . by the rewning change on of which will be considered by ENGIAIEGR, in -evaluating the pr sad subsliute. , ENGINEER may requae 903 RACTOR to -furnish addMt ldeta--about .the opased substdute` • 6.71.3. CONIRACTOR's'Ezpense: All data N'bc provided by CONTRACTOR in support of my proposed "ortqual' or substitute item will be at CONfRACTOR's evense. 6.8. Concerning Sabconhadors, 'Suppliers and -0lhelar .. _ - ... any of the Work 'against whom has reasonable ohjecriot. EKDCOENER comIT10N319168(1990EAtim) wf CITY OF FORTCDLUNS MODI1FICAT1ON5 (REV 4rt000) 6.9. '0'CO NIRACfoR,slmil yerfam rtot less Ethan, 20 rl'�Ih iLs oIVFMces (that is: withou t t shah be understood to refer toithe Work value of which totals not less than 20 perceid of the Contract Price. 13 SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed i • • 6.9.2. CONTRACTOR shall be solely responsible for scheduling -;and coordinating' the Work of Subcontractors. Suppliers and other persons and organizations performing or furnishing any of. the ;Work under ':a direct or induecl contract with CONTRACTOR CONTRACTOR. shall require,ell Sobcommctas.• Suppliers snd'such oher persons and .organizations performing. or furnishing any of the Wool: to communicate with the LNGINEER through 6.10. The divisions end sections of the Specifications and the identificati6m of any Dmwings shell not control .CONTRACTOR individing tier, Work among "Subcontractors a Suppliersordelineating the Work to be perfo 6d by any specific trade, to - IL All Work performed foi CONTRACTOR by a Subcontractor or Supplier will be pursuam to an apup�riate agreement between CONTRACTOR and the Subcomractor a Supplier which specifically binds the Suboonhsctor or Supplier t6l the applicable terms and .conditions of the,Contract Documents for the b6harii Of Patent Fees and Royrtfties: 6.12. CONTRACTOR shill royalties and assume all costs uerformance of the, Work or thu losses and :and arising oul it rights or cc of the c Work c device not by it :the and the Or be any the the EICDCODW_AL CONDITIWB 1910 8 (1900 Edtiml 14 w/CITY OF FORT COt.WN5 mobtricitmoNs tR'V41200D) Per arts and inspection fees all time of o"ring of Bids, or,. if there aremo"'Bids, on the Effective Dnte of the Agreement. CONTRACTOR shall pay all charges,of utility owners far connections tothe Walt, and OWNER shall pay all charges of such utility owners for;capital costs- relatedthereto such as plant investment fees. 6.14. LansandRegula6onr 6.14.1. CONTRACTOR shall give all notices and comply with all LawsandRegulations applicable to fmmsharg :and performance of the•Worki Except where otherwise expressly rajuired by applicable l.acvs and Regulations; neither OWNER nor ENGINEER shall be responsible for -monitoring CONTRACf0Ws compliance with any Laws or Regulations. 6.14.2. 1f CONTRACTOR parforr s any Work krowing or having reason to'know.that it is contrary -to.Laws or Regulations,. CONTRACTOR shall bear all claims, costs, lossm and damages caused by, arising out of or. resulting therefrom; howeve% it shall not be CONTRACTOR�s'primarynspaaibility to make certain that the Specifications and Drawings are in accordance with Laws and.Regulmioni but this shall not relieve CONTRACTOR of CONTRACTOR§ obligations under paragraph 3:3.2. Terser: 6.15. CONTRACTOR shall pay:all sales, caidimer. 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 are applicable during the performance of the Work. 6.15 1. OWNER is exempt from'. Colorado State and total .sales and use taxes am materialsto be ariepely irKorporated into the Qojcel. Said Taxes shall not be included in the Conitroa Pratt. Address: -Colorado Department of Revenue ,State Camtal Amex • 0 n LJ • L 1375 Sherman Street Denver. Colonido: 80261 .Sales and Use Taws for the .State or Colorado. Regional Transportation District.(RTD) kid certain Colorado .counties are collected by the- State of Colorado .and are uuladed in thte Certification o Exemption. All applicable Sales and Ust Taxes lirncludina State collected tazrs), on anv items other than wmWction and bwldira materials Physically incorporated into the Meer are tp he: ,d CONTRACTOR -and are to mcludcd ai aopropriek bid items. ,Use ojPremises, with confine and equi permits and cments, .and encumber the premises with c or. other materials or all 6.19. CONTRACTOR shall the site one record copy'of all Adderaia; Written.Amendmed Sajery aM Prorecdon; 6.20. (CONTRACTOR shell be: Tesp'oraibfe for ion initiating, maintaining .and supervising all safety the precauliom; and,programs m caniecbon with the Work. ras CONTRACTOR shall take all necessary precaution fm ind the safety of cent shall provide the necessary protecponio is, prevent demsge,`inluryor Iossto' not, ion 6.20.1.: all pensons:on the Work site a who may be m. affected Ey the Work; im m 6.20.2. -all the Work and materials and equipment M ingbe iniArporated therein, whether in storage on or. off be thesite;and � of the P—Pdy a and 6.18. CONTRACTOR shall not load nor permit any part of any,structme to be loaded in any manner that will erxlanget the aniarne, nor shallC.ONTRACTOR stiN ct any` part of the LVork or adjacent property to stimsesor prcsaires that Wl cndznger'it. Record Docamenrs: EKDCOENERAL WNORIONS 191" (19ae Edtimi w/CIT' OF FORT WIJJk3 MODITICATlONS QtEV A/lOOD) 6.20.3..other .propertyat the site,or adjacent thereto, including trees, _ shrubs, lawns, watk$, pavements, roadways, structures, 'utilities and Underground Facilitics°nd designated for mmoval,. relocation a rcplacememin the cpurscof construction. 15 notice'to OWNER and CONTRACTOR in accordance„ with paragraph 14:13 that the Work is acoeptable'(exceptas otherwise expressly provided in connection 'with Substantial CmpletaT). &21. Safety RepresenmGre: CONTRACTOR -shall designate a qualified and experienced safety representative at the site whose duties and rutipottsibilities shall be the prevention of accidents and "the mainomng and supervrsirig of safety precautioins;and "progralrna XamrdCommanimlioa Programs: 622. CONTRACTOR shall be responsible: f" cooriliinstirg any exchange of material safety data chats or other hazard ccimmunrcation information req. uireE 'to be made available: to or exchanged between or among employers at. the site in accordance with Laws or Regulauo� -. . Eriergeacies 62i. In am :act to prevent tl tONPRACTOR st natice if CONTRI changes in the W ..Documents have I determines that a i required because of response to such an or Change Oder ::safety a protection of at the site or adjacent that at from by. If purposes required by patagmph626: The numbers of eschSamplc to be submitted will be'ss specified in the,Specificatios. 625. Submittal Procedures: 6,25.1. Before submitting each Shop Drawing or Sample. CONTRACTOR shall have determined and verified: 625,1.1. 'all :field measurements, quantities, dimensions, specified paformance mtcda, installation. requaements, materials, catalog numbers.and smilar information with respect thereto, 6.25.1.2. all materials with respect to attended use, fabrication, ship�ng: ahandling,, "storage, assembly and installation ,pertsmig to the performance of the Work, and 6.25.1.3. all information relative to, CONTRACTOR's sole responsibilities in respect of means, methods, techmqum sequences and procedures of construction and safety precautions and programs inciderutherclo, 'CONTRACTOR shall also have reviewed and coordinated each Shop Dmwioll or Sample with other Shop Dmwirgs and Samples and with .the requirements of the Work and theContract Documents. ,the Contract Documents is 625.2. .Eachsubmittal will bear astamp or,specific taken by CONTRACTOR in written indication thatCONTRACTOR. has satisfied y,:a-Work Change Directive CONTRACTOR's obligations under, the -Contract issued ',to .document the Documents with respmt to CONTRACTOR'S review and appioJal of that submittal 624, Shop"DrawingsandSamples: 6.24.1: CONTRACTOR shall submit Sample submittals (see will he identified as LT materials and similardata, to ilmw ENGINEER the materials and equipment CONTRACTORproposm to provide,'and to enable 04GTNEER to review the information .for the limited purposes :required by pamgmph t .26" 6242:CONTRACTOR shall also submit Samples to ENGINEER for review and approval in sceardence with said accepted schedule of Shop Dm%i ngs and 'Sample submittals. Each Sample will be'.idemiLed clearly as to material Supplier, pertinent data such m catalog numbers aril the use for which iniendcd'and otherwise,. as ENGINEER may require to enable ENGINEER to review the mbmittnl for the limited F.7CVCOEN ALCONDITIOM 19108(IME6tim) 16 wI MY OF FORT obw ra MODIFICATIONS LRRv 4n000) the time of each sub OR shall give ENGINEER of such variations, if any; that i Sample submitted mayhave I of the Contract Documents sue to and and 6.26. ENGINEER will review and _-approve 'Shop Dmwings and Samples in accadmxe with the schedule of Shop Drawings and Sample submittals incepted ;by ENGINEER as required by paragraph 2.9 ENGINEER's review and approval will be only to determine if the items covered by the --submittals will, alter installation or incorporation in the Work conform to the information given in the Contract Documents and be coapauble with the designconcept of the-canpleted Project as a functioning -whole as' indicated by the "Contract Documents ENGD=s i<view and approval will Trot emend to means;methods, techniques, sequences or procedures of constrixtiol (except when: a particular means, method, technique, sequence or procedure of 0 11 6,27. ENGINERN revici, and approval of Shop' -Drawmas or Samoles shall not nclicvc CONTRACTOR from ,the and ENGINEER has such yariatim by,a 6.28. Where a,Shop,I)mwing or Sample is,required by the Conanict D6coments'6i the schedile of Shop Drawing, and Simple. iiibmimimii accepted by ENGINEER as iiquired,by panigraph2.9. any related Work performed prior to ENGINEERs review and a al of the P i ' 1=ent, submirml'will.be At the.sole expense rcspoTlsll ility of CONTRACTOR;' - c6fidnUing the woik- .6.29. CONTRACTOR shall our on the Work and • adhere to the' firbgress schedule ing all disputes 'or 'disagreements with OWNER NqWork shall tedehyidor Po . siponed. pending resolution' :of any deputes;or disagreernents; except as permitted by pm agraph 15.5 mus, OWNER mid CONTRACTOR may otherwise igree in writing. 6.30. CONTRACTOR's General TV--yy and 6.30.1.0011TRACTOR. warmans and.guarmitees to OWNER ENGINEER and ENGINEERs Consultants that all Ike& will be iri'accardaacevilh the Contract. Documints 'aid - will 'not be *fictiii. .CONTRACTORs warranty and guarantee hireurider excludes defe6ts or damage caused by: 6.36.1.1. abuse, modification or ..an r maintervinci or operation "by persons cah =,n CONTRACTOR, So ors; or Supplim; ca- 6.30.1.2. normal weir and tear under normal usage., 6.36.2. CONTRACTOR's obligation to perform and comp kin the Work in acca6danci with the Coiner Documents shall be absolute., None of the following will constitute an acceptance of Work that is not in. kU)dGV4EkALCOP&lt6NS]91"(1990E(itim) Avaii OF FORT COW iti; MOMFICATIONS (AEN 4(2600) 0 accordance with the Contract Documents.ma release of CONTRACTORs obligation. to perform the -Work- in accordance with the Conuuct Documents: .6.30.2.1. obscrvatiom.byENGINEER; 6.30.2.2: recornmindation.of any progress or final payment by. ENGINEER; ,6.30.2.3. the issuance of a certificate of �Subs6mtal "Completion or any psiyracra by OWNER to CONTRACTOR under the Contract D66urniuM. 06.2.4. use or occuparry of the I Vork or my part thirecif by OWNER; 6.30.2.5. inyacceptanocliyOWNERormy failure to do so, 6.30.2.6. ,y review grid approval of a•Shop 'Dra vm­gor Sam"P'le submittal or the'iiiiim"'of a 4xgicc.of acceptability by ENGINEER: pursaiard to paragraph 14.13; - 6.30,23. any inspection, test -or approval by odors; or .6.30.2.8' any=ffectictiof gkf4five Work by OWNER lactimpiificadah: 63Y. In my and all claims againg OVR41R or IN INGEMor any of theirespeetive 6crisuliants, agems; officers, 1 , -dijecr tors or employe- by any employee (or the es summer - ar pe . rsonal representative of such employee) of CONTRACTOR.- any Subeentracta, any Supplier, any person or. orgenimuon directly or indirectly employed by 17 'said • any ofithemperform or furnish airy of the .Work or provistonsfar the benefit of CONTRACTOR'in ,to anyone: for whose -acts any of than may be liable," the direct contrails between OWNERand such utility owners indcmitification obligation undo paragraph 631 shall Trot and other connractom be limilal m any way by any limntat.on on the amount or ilypeof damages, comPcrsatkm-6r-benefits payable by or 7.3. If.the proper execution or results of any pail of for COT1'I'RAC'fOR or,enysuch Subcointractor, Supplier or OONTRACTOR's Wort: depends upon work performed other person or orgertization under workers' canjxasatron byothers undo this Article 7, CONTRACTORS shall acts, disability benefit acts or other employee benefit acts. inspect. such .other 'work and promptly report to -" - ENGINEER`n writingany;delays, defects or deficiencies 6.33. The indemnification obligations ;of, in such other work that render it unavailable oruhsuitable CONTRACTOR under pamgapF16.31 shall nk'exlend;o for the proper exeanron and results of CONTRACTOR's t}ic Lability 'frigand ENG1N$ER'sCorttiinllanls, Work CONTRACTOR'S failure `so to report will oars, direcmrs, employees or'agents mused by the constitute an acceptance of well other work as fit. and Professionalneghgence,, errors or o_ m>.ssrons of anyof them. proper, for integration with CON]RACTOR's, Work except for Intent or nor apparent defects and deficiencies SurinW of ObhgaRonx in such otha work. 634. All representafiohs, indenimficitiohs, warranties Coordnarion: and guarantees made in. required by or given in accordance with the Contract Documents, as well as all continuingg 7.4., If OWNER contracts with others for the ' .obligations ind"ted 'err the ContiacY Documents, will perfurmance of other work on the project it the site, the survive final peymc'mi eomplehoi mid acceptance; of the followmgwill be set`fortli in"Supplementary Coriditionis: Work and termination or completion of the Agreement. 7.4.1. the person, finn or corporation who will have authority and responsibility for coordination of'thc ,ARTICLE 7-OTHER WORK activities among the various, prime contractors will be identified; T4.2. the specific. matters to".bc:covercd by such authority.and responibility'will be itemize& and Reined War* ar Sire:. 7.4.3. the eetent of isuch authority and 7.I. OWNER may perform other work related 'toI the responsibilities will. be provided Pro ect,at the site* by OWNER'a own farces, for let other ,dlreja contracts therefor which -shall contain General Unless othcrrvise provided in the Supplementary :Conditions; she ilar to these, or have other wort: performed Conditions,_ OWNER -shall have . sole .authority .and by: utility owners. If the fact that -such other work is to be responsibility in respect of such coordination. performed was not noted in the Contract Documers, then: (t) written noticethereof will be given to CONTRACTOR • prier to staring any such other work and, ARTICLE 8-OWNER'SRESPONSIRIIMES " --{u)CONTI OR may make' a claim l refor as .provided in Articles 11 and 12 if CONTRACTOR believes that .such' perCormance will involve additional expense to CONTRACTOR or requires additional time and the parties. 8.1, Eitcepi as otherwise provided in these General areunable to agree asto the amountorextem tha&f. Conditions,OWNER shall issue all communications to CONTRACTOR through ENGINEER. 7:2. CONTRACTOR shag aQ&d each other contractor :who is party ,to such a duecl,wniract and each utility 8.2. In case of lamination of the employment. of owner (and OWNER, if OWNER is performing the ENGINEER: OWNER shall appoW.an an g'irwer a�inst additional work with OWNER's employees) proper and wham-CONTRAC—TOR-makes-ne-ieasoereble-ebjecIt* safe access to the site and a reasonable opiportuhuty fer the whale status under the Contract Documents shall be that introduction and storage of materials and equipment and of the former ENGINEER. the execution of such other woik and shall pcoperly,carmeor and,coordhnate the Wort: with:theirs Unless'othenvise 8.3. .OWNER shall furnish the data .required or provided in the Contract Documents, CONTRACTOR OWNER under the Contract Documents promptly and shall do all cutting. fitting and patching of the Work that shall make payments to CONTRACTOR promptly when may be required to make its_ several .parts come together Iheyaie due asprovided in paragraphs 14.4"anx114.13. properly and. integrate withsuch other work. CONTRACTORR-Shall not endanger any work of others by 8.4. OWNER's duties in respect of providing lands outting; exwveting a otherwise`altering their work end and -easements art4roviding engineering savoyyss to reference forth in'4.1 will only cut or eltenthev work witktlie wriden consent oC establish points are set paragraphs ENGINEER amp the�otheis whose work wdl tie aQectal. and 4.4: Panigraph,4.2 nefers,to OWNER'S identifyats The dirties and r billttes.of'CONTRACTOR under and making' availe to 'CONTRACTOR :mpies of this paiagraph.me f6r the benefit of such utility owners and reports of explorations and tests of subsurface conditions other contractors to'the extent that there are oomptemble at the site and drawings of physical conditions in elrisurng EICDCOENM&CONDIT10Ns 1910-9 (IM EMM) 18 wl CITY OF FORT o6uJ Ns MODIFICATIONS tREV 42000) ;structures at or cotitiguoosa the site that have been utilized. by ENGINEER in preperhlg the Contract Documents_ (ort)riirpeee8isphv33-thioiigli-5-14. - '8.6. OWNER is obligated to exeate:Change Orders as 'indicated in paragraph 10.4. 87. OWNCR's aesponsibilrty .in respect, of ceilsin. '-pectiorns, tests' `arid approvals is set forth' in pemgaph 13.4. S.S. In _connection with OWNER's right to stop Work a suspend Work, sac' pa ra�griapphdl3 10 arfd,' 15.1. Paragraph 15.2;deals with OrWNER's nght to,ter'ninmte' services of CONTRACTOR under certain eucumstarios. - 11 ARTICLE 9-ENGINEER'S sI'ATUs DURING zONSTRUGT[ON OWNER'sRepmenrative: 9.1. ENGINEER will be OWNER's representative during the construction period. The. duties and respogbEiIRO and the limitations of authority of ENGINEER as, �OWNER's representative during, consbdetion ore set,forth in the Cointract Documents. and shall not be exlernded'withoul wriltencoruemt,of OWNER and ENGINEER' _ _.. __ .. ... .. 1 tdtc ro SYte: 9.2. ENGINEER will make visits to the site at intervals appro�narc to the ,various wages of cgistraction as ENGAIEIZt deetns,necess in order -to observees an experienced and qualified designprofmional the prcgrem FJCDCCh' 46-hi.CONDI1I6iZ 191" (19s0 Edison) w9(]TY OP FORTCOLLINS MODIFICATIONS (REV 4R000) 0 PmjeGRepresenarrirs: 93.4 The •Reorcsentative's nlealures 'in matters pertawrtrr to t}ie ninsite work will in Rental. be with the ENGINEER and CONTRACTOR BuL the .Representative will keep the OWNER.prwly 'advised 'about such welters: The Repmentatives -dent' lwith subcontractors will only'be'through or with the 'full knowledge and aepproval o 'the .CONTRACTOR 9.3.2.. Duties and Responsibilities Reorsomative will: ,9.3.2.1.Schedules - .Review the ora¢ress IR schedule=and other -schedules prepared by the CONTRACTOR ..and consult with the �� INGINEER coruernme acamability. 93.22 Cordcrences and Moctim = Attend. meeting with the "CONTRACTOR such as preconstruction conferences. VrggT S meelinas. and other iob conferences end prepare and circulate conies of minutes ofineetinas 93.2:3:Liaison 9:3.23.1. Serve m ENGINEER'S liaison with CONTRACTOR waking Principally through CONTRACTOR'S superintmdent to assist the CONTRACTOR N undeistandinc the Contract Documents. 93232 Assisiin obtaining 6onONNER additional details or mfomration wbm reauircxL fa proper "ecution of the Work. 93233 Advise the ENGINEER and CONTRACTOR of thecommenctnamt of any Work requirim a Shop Drawing or mwk submission if the submission has trot been approved by the FNGRNEER 9 3 2 4 Reviav of Work: R_4jg¢tion of Defective Work, Inspections and Tesm - - 9.3.2.4.1. Conduct on -site observations of the Wo kto assist the ENGINEER in determinir$, at the Wak'.is proceeding in accorderwe with the Contract Documents: 9.3.2.4.3. Accompany visiting_msgectors representing aublie or other agencies having turisdiction over the Protect. record the results ofthese inspections and report to the ENGINEER _ 93.2.5. Interpretation of Contract Documems Report to ENGINEER when clardimtions nail interpretations of. the (:mtmcl Documents are needed end trarrsmit to CONTRACTOR clarification and intcwtatim of the. Contract Documents' as vemed by the ENGINEER. 9.3.2.6. Modifications: Consider and evaluate CONTRACTOR'S' suggestions for EICDCOE 4 R& CONDITIOM 1910-8 (1990 Edtim). 70 w/CITY OF FORT COLD NS MODIFICATIONS OLEV4R000) m6dification in Dmwines or Specifications and �n these recommerdato to. T TEER. �cccumtcly. hansTnit to CONTRACTOR decisions issued by the ENGINEER 9.3.2.7. Records 93 28� .Reports 93281 Furnish ENGINEER periodic re As es. required. of the prpgress of the R od: and of the CONTRACTOR'S MP with the .progress schedule and �srhedule .of shop Drawing and sample submittals 932.82 Consult with ENGINEER in adveras of scheduling major tests; inspeetioris orstart of importan[ phases of the Work. 93.19.3. Dmft,pLgg ed Chame Orders and Woik Ihreptive Chengm obtammg beckvpmmcial fmm theCONTRACTOR .and recommend m ENGINEER .Change 'Orders Work Defctve-Chances and field ceders 9.3.2.8.4. Report immediately to ENGINEER and OWNER thw. occurrmw of any accident. 9 3 2 % payment Requests Review applimtions fen myinent vnth CONTRACTOR for oompliana with the cslabhslied "procedure for' then . mbmissionsnd forward with recommendation -.to n u is • ENGINEER. noting ptirticubily the relationship of the Myrrunt requested to the schedule of valum ctod and matretie ls and mui crit Mh',',�,Ettffie sue but not incorporated mr,the, Work.. 9.3,210, C6mlctim 9.3.2.10.1. Before ENGINEER :issues a Certificate 0 I Substanti C 'euo ' submit to CONTRACTOR al I g_'W_T� observed items 93:2.101 Conduct final insom'don in'�the wmMy.of the ENGINEER, OWNER an CONTE Nd C OR cpaa final list of be items or re con ieted 0,2,101.Observe that all -item an the. final list have been corrected or com feted and make recommendaliom to GWEER. concerning acceptance. 9.3. Limitation of Authority: The Repritsentitive shall mt., 9.33.1. Authorize any deviations -from the Conunct DocumenLq or accept my mWt unless authprized-by the. ENG1_P5N1P.111£lit. INEER. 93.3.2. Exceed limitations of ENGINEER'S authority asset forth in the Contract Docurucift 9.3-3.3. Undertake any of the resaomibilities- of the CONTRACTOR -Suboontractom C0NT&AQl.QRamWpnWdSpI, • 9.3.3.4 Mvise = or issue directions relative to or,assume control over nny:wp—ed of the means, methods: techmcluca, sequences or RLo—ceJures for 'opnskvction unless' such is specifically called for in the Contract Documents. 9.3.3.5, Advise on or issue ilirectioms iegardim a gMMg control over sqrM Mcautions and I WN, 933.6 Accent t Shop Drawirm 'sampleubait�b from anyone 'other 'than the CONTRACTOR 9.1.3.7. Authorin OWNER to occupy the - Work On whole or m oan, 9.3.3.8. .ParticipateId Or 1;��Md laboratory tests IIi%thers cKcent as spomficilly authorized by the ENGINEER. CWfwaliwsandInl&pmOmdow: 9.4. ]ENGINEER will issue,with reasonable pwovnomss such written clarifications a interfretations of the ,davorFORT 6DLLji44ko6incAT16Ns(ItiV4/266o) 0 tation justifies On adjustment in the Cc :oniracfTirncs and th6 parties are urat amount or wac�m th'erq�'D,f if' _< � may maize a wrt . tACTOR ak 17, Authorized Variations in Work: Rejecting DEfedne Wark; ShopDrawings; ChangeOrdmandPaymerrtv 9.7. In connection'with ENGINEEFVs.authoiityai to; Shop Drawings and Samplc�,.sec pw 6.28 inclusive. qgr� 6.24 through 9-8. In connection with ENGINEERS authority as to Chanso Ordirs; see Articles 10, 1.1, mid 12. 9.0. In comectiort with ENGINEERs audmity as to Detffmnationsfor Um011ricm• 9.10. ENGINEER %rO dctermine-the actual quantities and classiUati or' of Unit Price Work ".performed'by _ CONTRACTOR. ENGINEER will rcvi6W wi6 CONTRACTOR the', ENGINFER's 'pkilan I'm' ry' detcrininstions on such matters before rendering avriuen clecision thereon (by reocramandatibn of an Application -21 benisons an Disputer- 9.11. ENGINEER will be the initial interpreter of the ri:quirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputer and other matters relating to th e'aceeptability of the Work or .,the interpretation_ of therequiicmcnts of .die Contract such claim, dispute or bti A submit am, response to decision, unless otherwise agreed in writing by OWNER iind CONTRACTOR: 9.12. When functioning as interpreter and,,1I'udge under paragraphs 9.10 and "9;11, ENGINEER will not 'aim partmlity to OWNER or CONTRACTOR and will not be liable in ernnection,with any interpretation or decision rendered in good faith in such capacity. The renderutg of remedies as either may otherwise have under the Contract t_)ccuments a by laws or Rcgulauons ion respect of any sucliclaim, dispute or other maites 14.e-AtUele-16. 9.13. Limitations on F.NGINMVs•Aufbority .and RegipnsbNltier., 913.1. Neither ENGINEER's, authority or resportvibility under this Article 9 orunder arty other provtston of the Contract Documents nor.any decision made by ENGINEER in food faith either to exercise a request (; M t(A(:I V K, any ZI lDCoaraCEOr, ar graph. any other person csorganimtion, or to cr matter or cmployce or agcm of any of them. t and the no event 9.132. ENGINEER ,will not sups ranee or control or have authoritv over or bet in last and binding upon :OWNER and CONTRACTOR (i) an appeal from EINGINEER's decision' is taken the time limits 'arid in eccodance 'With 'the urs .set forth' 'in EXHIBIT, 1GC-& "Dispute ion Agreement",.eracmd into between OWNER and ZACTOR pursuant to Article 16, a (i]_if no'such Resolution AReemeat has been entered into, a or to the other within silly days of the date EJCOCOENUAL CONDITIONS 19105 (IM E&kn) 12. al(.7Ty OF Foki IbLLINS mockricAittnis ( vin000) Regulations applicable to the :furnishing or .performance of the Work ENGINEER will not be responsible for CONTRACTOR's'fi lure'to perform or famish the Work in aecordanee with the Contract Documents. 9.13.3. ENGINEER will not be responsible far the acts or `omissionis_ of CONTRACTOR or of any SLd:oruractor, arV Supplier, or of any other pawn or orgen=tion performmg or f�m shing any of the Work. delivered by paragraph. 14.12 will only be to, determine generally;that their comem complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results o rufied indicate' eompliantce with, the Contrael D&umetas 9.13.5. The limitations upon authority and 0 h9 lity '0'% e�13 shall also M =1yo`t. GMER= TmR dent -Project Representativeand assistants. ARTICLE 10—CHANGES IN THE WORK 16.2. If OWNER'and.CONTRAC170R. me unable to the edi, Contract pn extent, if any, a an adjustment in et mor in lidjustraclut ofthcContract Tiracs; that should be 'I lowed as a result of a Work,Chintge Directive, a claim maybe made thercloir as provided in Article I Lor Article 12. 10.3. CONTRACTOR shall not be-cmitledtorm increase in the Contract Prim or an ciuniion of 0)6'Contract Times with respect to any Work performed that is at Illy the Contract Documents FS nine in I call led and '�gPlctaicntoasprwidcdinpora 1 3.6 imcco a case of in emergency as provided gr peragia)'di45.23 - ,or in the case of uncovering w as provided tin paragraph 13.9. 10.4. OWNER,and CONTRACTOR shall execute, appropriate Change Orden recommended by ENGINEER ,(in Written Amenchments) cowering,: ,10.4.1. changes inthe lVoikwhich are (i)adeied by OWNER pursuant to paragraph 10. l,'(ii) required because of' acceptance of 'deftaive Work 'under paragraph 13:13 or canceling kfeefive Work, under pmgmphl3.14,or(fi)'aimdio,byih6,podii% 10.4.2. dangles in the Contract Prim or Cornmcv :Times which are il&etid to by the parties: and 10.4.3. . changes in the Contract,Pri"'or Contract Timei'which embody the substance of any written decision tendered by ENGINEER pursuant to paragraph 9.11 provided tm lieu of exectiting arty s - uch Charge Order. an a I . be taken from my such decisima-to ilmorp may of the Cchfinict D&Liminils; Le ivah the mid applicable Lawsmhxl Regulation k but during stry,such, a=l, CONTRACTOR shall, art on the Work'.and. ere to: the' progress 'schedule as - 'provided in 0aini4implit6.29. 10.5., If notice of any change affecting the general scope of theMcirk or: the provisions of the Contract Documents EJCDC MR& C0101116iii W103 ll* Edtim) %16TY of Fopaimwiis mo6tncir16,,m(FLEV4/2D00) (including. 'but not limited to —Co . mract Prim or Contract Times) is required by the proliisicins'cif any Bl6nd,w be the giving F0vVUCT0k-; responsibility of any , such notice will be Hity, and the amount of each ajAcalall: Bond will be idjusilid umu'rdu.v1y,. ARTICLE 11—CHANGE OF CONTRACT PRICE 11.1. The Contract Prim ocinitmad the total cminparisation (siibjed'to authoriwd adjustments) payable to'CONTRACTOkfor,pffformirgtIrWolk. All duties, responsibilitics and ph] tions assTiod to or undertaken . 1, VbeatCD RACTOTsexpinnse mt.hout chim0li the. Contract Price: 1 L3. The value of any Work covered by,a Change Order or of any claim for an adjustment in the Contract Prim will be deterrainted as follows: 11.3.1. where the Work involved is covered by unit prim contained mi'the Contract Dwumcrmby viijimation, or such unit prim to the quantities or the items involved (subject to the -provisions of -23 SECTION 00510 NOTICE OF AWARD DATE: March 18, 2014 TO: Northstar Concrete Inc PROJECT: 7509 Concrete Maintenance Project Phase II — 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. You are the apparent successful Bidder and have been awarded an Agreement for 7509 Concrete Maintenance Project Phase II — 2014 Renewal. The Price of your Agreement is One Million Three Hundred Ninety -Eight Thousand Eight Hundred Fifty -One Dollars and Sixty Cents ($1.398.851.60). 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 4, 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. OWNER 0 Gerry Paul v Director of Purchasing & Risk Management pemgmphs-11.9.1 through 11.9.3. inclusive): 11.3.2. wherc,the Work involvedis not covered by unit prices contained in the Conimct Documents; by a mutually agneed payment basis,' including lump sum (a7iich may include an albwaiice for overhead -and profit not .necessarily 'N accordance. with parogmph 11.6.2): 11.3.3. where the Work involved is not covered by. unit .prices contained at the �Contracl Documents and agreement to 'a lump sum is not reached undeir paragraph 11.3:2, on the basis of the Cost of the Work ((ctennmod as provided in paragraphs 11.4 and 11.5). plus CONTRACTOR's fee for overhead and profit (detcmimcd as prodidcd in paragraph 1 I b). Cos 0fdle 114ML. 11.4. The term Cost of the Work means the sum of all oosis necessarily incurred and paid by CONTRACTOR in 'the proper performance of the Woil::.Except as otherwise may he agrced to'in writing by OWNER such costs shall be:6-amounts no :Higher than those prevailing in the locality of the Project, shall include Only thefollowing items and shall not include any of the casts itemized in ,paragraph 11.5 for emvlovecs in the by -OWNER: and Ci ,ces shall 'include dendcnts, 'foremen ,ed fall -time at the s excise be 11.4.3.,Paymennts made by CONTRACTOR to the Subcontrectons for Work performed of furnished by Suboomnctons. If required by OWNER; ErCt)COEt4k71AL CONDITIOM 19109 (1990 editimr 24 at CITY OF FORT ColAAk; m6btrICATiom tLEV 4n000) fnom and b to ce or nay subcontract provides that the Subcorm'actor is to be paid on the bnsisof Cost of the Wale� plus a Cue, the Subcontractoes:Cost of the Work and fee shall be mummer as uuN r xAr;l u1Cs and Cee as 'provided in 11.4.4. Costs of special consultants_,( including but not limited to engineers, architects, testing laboiataFie's, sus yore, atlomeys and 'accountants employed for services specifically related to the Work: 11.4.5. Supplemental costs including the followng: 11-.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees. incurredin discharge of duties connected with the Work. 11 A.5.2. Cost, including maisponation and mainterance, of all materials, 'supplies, equipment, machinery, applianbe's; office .and temporary facilities at the site and hand tools not awned by the workers; which arc ensumed in the performance of the Work, and cost less market value of such items used bin not consumed which remain the property of CONTRACTOR 11.4.5.3. Rentals :of all conguuction of agreements. The rental of any such equipment machnery or parts shall cease •when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, c_ oars cr, use or similar laces related to -'t)e WOk. and foi Tvluch CONTRACTORis:liable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than ice igentce of CONTRACTOR;. any S t clot or anyone 'directly or indirectly employed by, any of them orfor whose acts any of them may be'htble, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages. (Ord related vqp cs) caused by damage to the Work, not compensated by insurunce or ctbmwise, sustained by CONTRACTOR in connection with the u • 0 0 ,11.4.5.7. The cow of u til tics i fuel and sanitary Iscilitinat the site. 1 L4 5.8. Minor experscs such 'as -tdcgans; tonj distance.telephorte calb, tilephrme,service at thc'site, and,sumilar petty cash items in connoch=ghiWork. 11.4.5.9. Cost 617prom_ iums for additional Bonds and itwranCe recitiired bicause,of chmiies,in'thi Work. 113. The term Cost of the Work stall not includcany of .the f6lloiw4' 11.5.2. Expenses &CONTRACTOR's principal and branch offices 6th6i than CONTRACTORs office at the site. 11.53. Any . part of CONTRACTOR'S capital expenses, mclud interest art CONTRACTORS capital empI40"m the"Wark-a6d chargM A&ind CONTRACTOR t0i deli*ChL payments 11.5.4. Cod of premiums for all Bonds<and for all mmirmcc whether or not CONTRACTOR is required by the Contract Documents to ham the same (except fei the cost 8rrff-2Uitams covered by subparagraph above). EJCDCGV4EkALCON LM16'NS 191" (IMEcItIon) wt a ry of Foiti- bDwmomhcAuti4s OtEV 412DDO) 11.5.5. Cmts doe to thi negligence of SO MCTOR* 'm d-t'y�T'woc"�h any of employed liy.anyy of them or Cor not 1!th�m.tML, makingg _ my damage to properly: jjjj 'Other overhead or,general e.xpc!m costs of 'tiny kind and aw,costs of my itctn'riot spocificolly and expressly included inparagraph 11.4. 11.6. The CONTRACTOR's, fee allwed 'to CONTRACTOR for overhead and pr6fit shall be determined as follow 11.6.1. a triubmIly.acinplabIc fixed fei,',of 11.6.1. if a fixed fee is net agreed upm, then a fee based on the percentages of the various pu`tiar& f following Work: 11.6,2.1, for costs ificitried under paragraphs 11.4.1 and i 1 ,41. the CONTRACTOR' fee shall be fifteen percent 11.6.2.2. for costs incurred md6r paragraph 11.4.3, the'CONTRACTMs fee shall be five percent; 11.6.2.4. no fee shall be payable on the basis of costs itmizLd under, paragraphs 114.4; 1 IA.5 and 115; * 11.6.2.5. , the ambum of credit to;be allowed by CONTRACTOR to OWNER for any.,change which7results in a net decrease in cost trill be.the amount of the actual net decrease in cost plus a deduction m CONTRACTOR', fee by an amountequal to five percentof such net 6aeasr; and 11.6.2.6. when both additims and credliti are involved,in any one c C, die ad djustment in CONTRACTOR'S"V be computed,on,thi basis,of the net cha'f?g'c M' ic'eardar" with parajp�apfii 11.6.2.1 throa-#1 1.6.2.5, inclusive. 11.7. Whenever the cost of any Work is .to be ,25 determined pursuant to pamgmphs l l;4 _ and 115. CONTRACTOR will establish and maintain records thereof 'in accordance with gercrally accepted acccurd4 practices, and submit in form acceptable to ENGINEER an it cost breakdown together with supponais data. Cash Allowances 11.8. It is understood that CONTRACTOR has included in .the Commet-'Price all allowances so named in 'the Contract Documents mai'shafi ®use'the Work so'covereil to. be furnishedand performed for such sums as may be acceptable to OWNER. and ENGINEER- CONTRACTOR agrees that: 11.8.1. the allowances include the :cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances' to be delivered al the sdq and all applicable tams, and I LS.2. CONTRACTOR'S costs for unloarlung and hairdling on die site, labor, imaallstion costs, overhead, profit and other expen=— contemplated for the allowances hove been included in the Contract Price and not :in the allowances and no demand for additional payment on account of any of the foregoing will be valid.. Prior to final payment, an appropriate Change Order will be .issuedlas recommended, by ENGINEER to reflect actual amounts due CONTRACTOR on accoum of Work covered by .allowanc. ..and the Contract Price shall be es correspendirngly adjusted. _ 11.9. unit Price Work 11.9.1. Where the( the Work is to be Unit Price u9 Bice will be deerried to Work,an anioum equal to 1 unit prices for, each sepat nit Price Work times the eat rem as indicated in :the Ar Work if Unit Prim Work perrcimW by will be, made by ENGINEER at pamgmph9AO. 11.9.2. Each tort price will be deemed. to'include an amouiu consider CONTRACTOR to be adequate to cover CONTRACTOR's overbead and profit for ;each separwely identified item. 'I1.93.OWNER or CONTRACTOR may make a claim for an adjustment in. the ,Contract Price. in accordance with Article 11-if: 11 9 3.1 the quantity of any item of Unit Price. Work performed by 'CONTRACTOR differs materially -arid significantly from the :estimated quantity of such item indicated in the Agreement; EXDCGDMLAI. CONDITIOM 19108 (1990 t:,&kn)_ 76. w9 CITY OF FORT C6WM MODIFICA nONS(REV 4rza00) and 11.9.3.2. them is no corresponding adjustment with respee([o any other item of Work;: and 11.9.3.3. if CONTRACTOR believes that CONTRACTOR .is entitled to an increase in Contract Price as a. result of having incurred .additional expense or OWNER believes that 'OIVNER is entitled to a decresse'ar Contract Price and the parties are 'unable to ogeto t e, is amount of any such irerease or de1ne85e. 11.9 3.4 CONTRACTOR acknowledges thel the OWNER has the right add or delete items in the Aid or change quantities at OWNER'S'.sole discretiar without m(Tedung the Contract Price of ate: remaining item so Ion¢ ore the -.deletion or addition does no exceed twenty-five Percent oC the original totalContmct Price. ARTICLE 12--CHANGE OF CONTRACT TIUM S The Contract Times (err Milicacri , by a Change Order orn Written an for an idJ'ustmem of the Conan a) shall lie based on written notice y making'the claim to the other HER promptly (but in no event laze ter the occurrence of the'event grva accurate data in support of the claim) and shall be accanpanied by the claimant's written statement that the adjustrnentclaaned, is the'anire adjustment to whlch,the trta'r claiit has reason to believe it entitled as a result of the occurrenceof sail event All claims for adjustment in the Contract Times (or Milestones) shall lie determined by ENGINEER in accordance: with paragraph 9,11 i f OWNER and CONTRACTOR canna otherwise agree. No claim for an,adjustment in the Contract Timm.(oi Milestones) will be valid if not submitted r.aorordance with the requiremems of thus pamgmphi 12.1. 12.2.. All time limits stated in the Connect Documents, are of the essence'of the Agreement. 1231 Where CONTRACTOR is ,prevented fran completing any pan of the Work within the'Cormad Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Tunes(or Mdesam6) will be eidended in an meount equal to time:lost due to such delay if a claim is made therefor as provided in peragmpph 121. Delays beyond the control of CONT1ACTOR shall include, but not be limited to; acts or heglea by OWNER, acts or neglect of utility owners or other contractors perfomring other work is:cmntemplited by Article 7, lies; floods.,epndemics, abnormal weather conditions a acts, of God. Delays attributable to and L • within the control of a 3 c'mtraetorbr Su ]ier;ikill,lx, deemed robe aieleys within the control `of CONTRACTOR .ARTICLE 13-TESTS 'AND INSPECTIONS; .CORRECTION, RENIOVAL.OR ACCEPTANCE ON DEFECTIVE:WORK 13:1. Notice ofDefecis.• Prompt neitice of all defective, Work of which OWNER or ENGINEERhaveacaial knowledge, will bc,givrn an CONTRACTOR. All defective Work may be rejected, corrected a accepted as provided in this Article 13. Access to Work., Ted'sand Inspections: 13.3. CONTRACTOR shall give ENGINEER timely .notice of readineis of the Work for all required inspections, Tests or approvals,- aril shall cooperate with inspection and ;testing personnel to facilitate required inspections or tests. 13.4, O)VNQ2shtjll,employ and pay fix -the services oC an independeal testing laboratory ,to perfirm all inspections, tests.. or'approvals:rcgraed by. the Ccmacl.. Documents except: . 13.4.1. for inspections, testsor approvals covered by paragraph 13.5 below; 13.4.2: that costs incurred in connection with tests or inspectiats conducted pt"itint to paragraph 13.9 EICDC OENEkAL CONDITIONS 191" (1990 Edlim) wtdrT OF FORT CowrI S MODIFICATIONS(REV 912000) Mow shall bo paid as "provided ,in said ,paragraph 13.9; aril fi4l.S. as otherwise_, specifically provided' in the "Contract Doamehtx .. , 13.6. If any Work (a the work, of others) that is to be inspected, tested 'or approved .is -covered by CONTRACTOR without written concurrence of ENGIN13 it'mtis4 ifrequested' by, ENGINEER, tie imcovoicd for bbkvition. 13.7. Uncoveri% Wwk.as provided in,paragmph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice gf CONTmcroR's intention to cover 'th'e same and ENGINEER has not acted with reamreble promptitra in response to such notice. Uncovering Work.• 13.8. If irry Wdrk, is covered contra to' the written r5i7aes .of ENGINEER,. -it, must, if requested W ENGINEER, beunooveiedlot ENGINEER's observmton and replaced at CONITRACTOR's expense. 13.9. If ENGINEER considers it necessary a advisable entitled to an Opropriate decrease in the I and. if the parties are•unatble to:agee as thereof may make 'a claim :therefor. a Article 11. - If, hoti'ever; "such Waik ii n alIfecrnz, CONTRACTOR shall tie allowa the Contract Price or an extension of the( (or Milestoncsk or both, directly ami6t 27 .uncovering expowire, observation, ':inspection,• testing. Work. resulttunt�g therefrom) has been"corrected, • replacement and reconstruction; and. if the parties'we removed or replaced under this paragraph 13.12; die unableto agree as to the amount "or extent thereof, correction period hereuntks.wilh respect to wdi Work CONTRACTOR may make a claim therefor as provided in. will be: extended for an additional period of err -year Articles 11 and 12. rwo years after wchcorrection 'or removal and . - replacement has been sepsfactnrilycomrrplefed, OWAT-R hfay Stop the Work ,Correction or Removal ofDefecdveWork, required by ENGINEER: CONTRACTOR shall -as. direct ed, either.correct all defec8ve Work, r not fabricated,installed or completed, or, if the been rejected by, ENGINEER, remove it from the replace' it with Work, that is not drfect(ve. .CfOR shall .pap all claims, cost.-, locus and :rased bya resulting train such eorrcction or vcludirig but not.lumited to all costs of repair or 13.1t Connection Period 13.12.1. If within ene-year two yearsafter the-datc of Subsbimial Completion Or such to nga period of time as may be prescnbed. by Laws. or Regulations or,by the replace it with Work that is act satisfactorily correct or remove'and to other Work of thi work of others If CONTRACTOR does not promp terms of such inrintctiorq err in a rk is fount to anptly, without OWNERS tin -e Work, or, if it it from the site defective, and replace any data resulting thereor dy comply with r bmergeray wl I. loss a rmmv costs, losses ana damages nausea Dy or resulru&D'Orn such" removal and replacement including but not limited to,all cosis ofrepair or replacement of work of otMas)"willbe paid by CONTRACTOR 13.:122. In .special, cimumstances wherea particular item of equipment is placed in continuous service Woo Substantssl Completion of all the Work, the correction penal for that item may start to run froman tarlier•deu iC so provided -in the. Specilications'pr by Written Amendment 13.123. Where defective Work (and damage to other EJCDC OEbMLAL COA'DITIOM 19109 (1990 Edticnt 28 wJ CITY OF FORT c6LW ra mobtriCATIONs MEV 412000) Acceptance of Defective'. Work, 13.13. If, i=t d of roqurtrng correction m remmal end amount and r to H2gGINFHR's a Grange Order will be w y revtsiom in the Or to the Work: and IL ,If the acceptance aavrs after m appropriate amount will be paid OWNER May Con, ect Defective Work 13.14, If CONTRACTOR fails within a reasonable tin after written notice from FNGINEER"to correct defect, Work or to remove and replace rejected Work as regain by ENGINEER in accmdarce with paragraphs 13:11, m CONTRACTOR fails to nerform the Workin accordan Contract C written any such ice under n sly. In the site, take possession of all m pan, of`.the Work, and suspend CONTRACTOR's services related thereto; take poses"snon of CONTRACTOR'S tools, eppliaicrs; ooistiu ,on equipmem and machinery at the site and incorporate in the Work :all inateiialsaid equipment stored at the site or for which OWNER has paid CONTRACTOR but which ;are stored elsewhere. CONTRACTOR. ."I] allow "'OWNER.. OWNER's charged egninst CONTRACTOR and a Charge Order will be issued incorporating the :necessary revisions in the Contract Documents with respect to the Work';. and OWNER shell be entitled to an appropriate decrease in the Contract Price and, if the parties are tunable to agree as to the amount thereof, OWNER may mike a claim therefor as"provided"in Article.11. Such claims, cats, lasses and 0 0 0 ,damages will include but not be'limited'to all'oosts of repair or replacement of work of others destroyed or damaged, corrmtion removal or, replacement of NOR's defective Work- . CONTRACTOR: da not bi'illowetl m cxtc&on 'of, the Comract Thcs (or Mileitemas) becsuic of.a4;,deIiiy in Performance of the ,Work attributable to the' by OWNER I o I f OWNERS' rights aid remedies hereunder. 7ARTICLE 44—PAY,NIIENTS TO CONTRACTOR AND COMPLETION Schedule of Values. 14.1. The schcdue of values'esfablished as provided in pamgmph'?.9 will serve as the basis for progress'peyments account of Unitl§ice�Wmk will be based on the numlxr of 'units Complcia App h ca fian for P-Sus Phym CONTRACTOR's Warranty of Tide:, 14.3. ' CONTRACTOR warrants and guarantees that title to all Work, materials md:equipinwra 6oveicil by imiy Application far Paymem whether 'finicoip'orated , In the Project or not, will pow to OWNER no later t6in the time of paynilnt fift and clear of all Liens. Re,imofAppfiwtiomforPiqvmftj,inint 14.4. ENGINEER will, within ten days after receipt of eachApplication for Payment, either indicate in wrifing a VCDCOENEKAL CONDIMOtd 19104 (109D Edtim) WfCITVOF 1`0iT 601,1,1N3 M0D1i1CA-rt6ris(a1iV4/2000) 14,5; ENGINEERS iecommeiulatiofi of, 'my payment I requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ry ENGINEER'S &Siic obaeati�of thi'ckccutcJ.W6rk as . an . expenemcedand clicilifi i6d design pr6fessiomil—and on ENGINEER's'ieviiw of the Application for Payment and the accompanying data and schedules, that to,the beg of ENGINEER'S knowledge, infonnatim and belief. 14.5.1. the Work" has progr6mid to the 'Point uidimtaJ 14.53. the I coiWitioni precedent to CONTRACTOR's being entitled to "such payment appear, to'have been:fulfilled insoliai as it is ENGINEERS iespcinsibility to obsizvi 6e W&L 14.6. ENGINUR's recommendation of my payment including final payment, -shall not mean aced ENGINEER is responsible for CONTRACTORS means, methods, fcchniums. sequences or trocedures of construction -ar or for any failure of )m or. furnish Work in 14.7. ENGINEER may rehisetorceommend the whole or any pail of any payment i( in ENGINEERS o0inim, it would he incorrect to make the represernatims to 29 OWNER referred.to in paragraph 145. ENGINEER may asiorefuse to recommend any inch payment, or, because of subsequeTifly discovered evidence. or the results of subsequent inspections a tests, nullily.arry such,payment previously recommended, to such cxtcriCiis may be p in HNGINHERsopimon 16,rv6tistzOWNFR Mrimbecause. 14,71. the Work is defective, -or cornpleted Work has been damaged requiring eotrectiun or replaqemerri, 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order. 14.7.3. OWNER has been rerpired to correct aifectrve'wcrvor ccmplcte' Work In accordance with paiugisph 13.14, or 14.7.4. ENGINEER has actual knowledge of the occurrence of ,any of the events enumerated :in, 1panigraphs, 1 5:2.1 through 15.24inclusive., OWNER may refuse to make payment of the'llill amount recommended by ENGINEER because! '14.7.5. claims have been made against OWNER on account of CONTRACTORs performance or furnishing - of the Work 14.7.6. Liens have been riled in connection with the Work, except wheic'CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the str6faction rind discharge of much Liens, 14.7.7. therc are other hems entitling OWNER ton set- off agairist the amountrocommended.,or 14.7.8. 'OWNER has 'actual knowledge of the' occurrence of - any of the. events enumerined 'in para&* 143.1 rhro�gh 14.7.3 or parigralphs, 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written nod" (with a copy to ENGINEER) s6ting the reisairi for such action and promptly: pay CONTRACTOR .the mount so withheld, or iny'adjustment aliere'to noreed to by 'OWNER and CONTRACTOR. when CONTRACTOR corrects to OWNERs satisfaction the. rcasom for such.action. &bslanfial Covrplefim: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall nuffy NGINTEER issue a catifi6ate of Substantial Completiort. Vithin a reasonable time -thercidler. OWNER. ,ONTRACTOR and ENGINEER shall make an inspection f.:thc Work to dtitcrunine,'thesialm of campletiorr. If NGINFER does nor -- consider the Work substintially ompleLe, ENGINEER will notify CONTRACTOR in ailing giving the',rerr�.s therefor. if'ENGINEER 30 W/Cii-YOF66iTc6uiN5moiiiricA,rtoNSttE'V41200U) a of Substantial Completion which shall fir the Substantial Conipletiort, Them shall be attach certificate dlcjiativi: list of hems'to be corn or the to ENGINEER as, ecullic anal deliver to UVVNhK anal • definitive certificate of Substantial • revised tentative Hsi of items to be Itiork sidfcty, ff warranties and ENGINEER In writing prior to hNLANhhK'S Issuing me definitive ccafifictne of Subsuamial CosrrplctiFn; ENGDZER!s aforesaid recommendation will be binding on OWNER and CONTRACTOWumill final payment 149. OWNER shall have the right to, exclude CONTRACTOR from the Work after the date a Substantial.Completion. but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list Partial Utilization 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work. whicIr (i),has 'if, 11 ideritilied in the Contrad Docimients. a �'!�VNGWEER and 'CONTRACTOR agree constitutes a separately Tuna tionirg and usable prt of the Work that cars N used by OWNER: for its intended any such partof the Work which OWNER bchcva to be ready for its intended 'use and substantially 'I if CONTRACTagrees OR agrs that such part of thelv'cl- is substantially.. c6ariflete, CONTRACTOR will certify t I o OWNER aril. ENGINEER that such -issub" ' d " rt of the Work standally'complac an request MGINEER to issue a certificate of 'Substantial Completion for •that part of the Work. 0 0 11 n LJ 14.10.2. No occupancy or separate operation of part of the Wok will tie accomplished prior to compliance ,with the requirements of pnra "ph 5A5. respect of property mWITIrsc. Fund Inspechom 14;1 L Upon written notice aom,CONTRACTOR that the anurc^Work or an -agreed portion .thereof is complete. ENGINEER will make final ispe dion with ,OWNER. aid: CONTRACTOR and will notify -CONTRACTOR -in writing of all Particulars in.which this inspection reveals that the Wark is mcmnplete or defect a CONTRACTOR .shell iiomcdiately take such measures as:aie necessary to complete `such work or ranedy such deficiencies.. Find Appficahon forPaymenC • 14.12. After CONTRACTOR :has, completed. all such corrections`lo'the'satisladion of ENGINEER and delivered for -property r otherwise the for to'. furnish such a 'release or mcaipt.:in full. CONTRACTOR.may,f unist u,Bord or odna collateral satisfactory to OWNER to indemnify OWNER against any Lien: Releases or waivers of liens and the conscm of the surely to fi alize' paymem are to'be" sulaaitled on loons confonnut to the format of theO OWNERS standard Cams bound . lloftd'menual. Find Paynunrm dAccapfance. 14.14 It through no fault of CONTRACTOR final completion of the Work is siaruftcaruly delaved.`and if and withow the bolanoe cd and a= id rg but not limited. to the portion of the Workfully completed and anxpted shall be uired by subparagraph 5:4.13. submitt61 by CONTRACTOR to ENGINM with the if my, to final payment, and Application fa such paymerit. Such. payment,"ll be ,effective releases, or waivers made'under the termsandconditions,govembi Grml ell liens arising as of or filed payment, except thatit shall not comtilme;wwaiver of rl..:In' lieu of such releases or claan_s: _.. _ . es 'apprdoveby OWNER, ' ish recetpts,orjeleams in full Wdver ofCWMV FJCDC(304E Al:COMITIONS 1910E(IMEdaw) w/gTY OF FORT CDLLItS M01iIFICATIONS(ItEy4I1000) 14.15. The making atd,acceptance of final payment will constitute: 14.15.1.a waiver of all claims by,OWNER against CONTRACTOR except claims .arising fiom unsettled Liens,_Gom °defective Work appearing after 31 final :iitspectlop pursuem. to paragraph 14,11. from failinre to comply wnh the'Contract Dodments or the terms of=anyspecial guarantees spccified therein, or from CONTRACTOR's continuing obligations under the ContiactDocuments: aid 14.15:2.A_iwaiverof all.claims by CONTRACTORS against OWNLR'other-than those previously made.in tvrithtg end still unsettled. ARTICLE 15-SUSPENSION OF WORK AND TERMINATION OWNER M VSuWind Work: 15.1. At any timeandwithout cause. -OWNER may suspend the Work Or an paYion thereof for period of not more than ninety -. ys by notice in .writing to 'CONTRACTOR,and ENGINEER which will fix the date 'on which Work will be iesumed. CONTRACTOR'shall resume the Work on the date so fixed -CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspen ion if CONTRACTOR makes an approved 'claim therefor as .provided in Articles t l and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails io pei fomt the Work in accordance with the Contract Documents (including but not limited tojailureto supply suffrciem. skilled workers or suitable materialsor, equipment or failure t6 adhere to the progress schedule established wider paragmph29 as adjusted front time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body havingju. isdictiom 15.23. if .CONTRACTOR disregardsthe authority of LNGINEERR or '15.2A. if CONTRACTOR otherwise violates in any -substantial way any provisiais of the Contract Documents OWNER•may, after giving CONTRACTOR (and the surety , if. any), seven days written notice and to the extent .permuted by Laws arul Regulations, terminate the services of CONTRACfO1L exclude CONTRACTORfrom the site and take, .possession of the 'Work and of all CONTRACTOR'% tools• appliances, construction equipment and machinery at the site and use the same to the fun eaten .they eould be used by CONTRACTOR :(without liability to CONTRACTOR for trespass or mnvesion), incorporate in the Work all matenals and equipment stored at the site or for which OWNER has paid EKDCGENERAL CONDITIOM 1910-9(1990Edition) 32, w(CITy OF FORT C6LU4SMOD19CAhONS 6tEV4r2000) case CUN I KA further paymen balance of the which are stored elsewhere, and NER mev deem eliuedieiu., In such be OWNER Suchclahos, casts; ed by OWNER will be reviewed !ir reasonablctcs and wliein SO' by ENGINEER inmrpomted in a'Cliai That when. exercising any rights .or 15.3. Where CONTRACTOR'%services have been so tenninated'by OWNER, the tenniretion will.noleffect an rights a remedies of OWNER. against CONTRACTOR then'existing'or .which may thereafter accrue. Any retention or payment -of moneys due CONTRACTOR by 'OWNER will not release CONTRACTOR from. liability. 15.4. Upon seven days written notice to CONTRACTOR and ENGINEER, OWNER may, withoui catise and without prejudice to anyother right or remedy of OWNER elect to terminate'the Agreement. In such case, CONTRACTOR' shall be paid (without duplication of any items); " 15A.1, for completed and acceptable Work executed in accordance :with the Contract Dowments. prior to the effective date of termination. including fair:and reasoMble sums for overhead and profit on such Work; 15.4.2. for expenses, sustained prior to the effective date'of temtur4tion in performing, servtas and fivn fishing labs, materials or egApment as required by .the .Contract Documents m connection with uncompleted Work, plus fair ord reasonable sums for overhead and profit on such expertsts; 1.5.4.3. for all claims; costs, losses sid •dnmges incurred in: settlement of terminated contacts with Subcommclors.Suppliers and otlieks and 15.4.4., for reasonable expenses directly attributable to termination. CONTRACTOR shall net be paid on account of loss of anticipated profits or revenue or other economic; I= arising out o f or resulting from such termination CONTRACTORMav Stop Work or Terminate: 15.5. IL through no actor fault of CONTRACT OR, the Work is suspen d for a period of more than ninety days by 0 NER:or taider an order of-cinn'or"other public authority, or lA1GR4ELR.fails to act ;on any Appliauoa for "Payment within thirty days after it is submitted or OWNER fails for .thirty days to pay CONTRACTOR any C is • 'sum finally '�detetntined to be or M ms failed to days aller it Ph 15.5 we not. = making claim in Contract Price .ARTICLE 16—DISPUTE RFSOLITI'ION • .ARTICLEI7-MISCELLANEOUS Ghi.g Notice 17.1. Whenever- any : provision of the Contract Documents requires t c giving of written notice, it will be deeine`d to have been validly -given iftlelivered in person to' the individual or to a member of the 6m, or loan officer of the capotation Ca whmo it is intended, or if delivered at or sent regcstered or cerli6ed mail, #stage prepaid to the Iasi business address Flown to t}rc giver of the notice. �17.2. Computation of Time: 17.2.1. Whca any period of times referred to in the Corimct Documents by days, it will be computed to 'exclude' the Grit and include the last day of 'such period -If the last day ofm sllch period fall cn'e :Samtday m Sunday or'at a day madc-a legal 'hotiday by the -law of the applicable jurisdiction, such day will be omitted from the compomtion. eicocoENFiAi.cotuiixioksw sosvoEdam) %YC3TY OF FORT ODW IS MODIFTCATIONSMEV412000) 0 d7:212. A calendar flay of twenty-four hours measured from midnight to the next midnight will constitute -a day, Notice of Claim: Prafemonat Feerand Court Couslncluded•, 175. Whenever references made to 'claims, costs, losses and damages','if shall include in each case, but not be limited to, all fees end cliaiges of engorcem mcliitects; attorneys and other professionals and all court. of arbitration or other dispute resolution casts. 17.6. The laws of -the State of Colors oQ-hpply'm this A4eemeot.. Reference to two oertinem Colorado statutes .are as follows; ' 17.6 lC a claim is 61ed-OWNER s required by taw _M_V-26-107)towilkJwld from all navmentsto CONTRACTOR soQ'iciem Curds to msurc .the Inyment of all claims for labor, matcrialc team Iure. sustenana_,orovisiorm Provender, or other sutrolies used or oormaned by ;CONTRACTOR.. or .his 33 SECTION 00520 • AGREEMENT THIS AGREEMENT is dated as of the 181" 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 Northstar Concrete Inc (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. AGREEMENT RENEWAL AND WORK 1.1 Renewal. This Agreement is a renewal of the Agreement entered into between the parties on the 28T" day of May, 2013, entitled Concrete Maintenance Project —Phase II, Bid No. 7509, 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 7509 Concrete Maintenance Project Phase II — 2014 Renewal. ARTICLE 2. ENGINEER The Project has been designed by the 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 Contract Period. This agreement shall commence upon signing and shall continue in full force until May 27, 2015 unless terminated as herein provided. In addition at the option of the City, the agreement may be extended for additional one (1) year period not to exceed three (3) additional one (1) year periods. Pricing changes, if any, shall be negotiated by and agreed to by both parties in writing. 3.2 The Work shall be Substantially Complete within one hundred forty (140) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within forty-five (45) calendar days after the date when the Contract Times commence to run. 3.3. 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. EXVCOENERALCONDITIOM 19108 (IM ENdtim) 34. w/ CITY OF FORT ODLUNS MODIFICATIONS(REV 4R000) 0 F (Thispagc Icftblank intclticnally.) • E)CDCOENEM CONDITIONS 1910.8 (IM E31unT wlarY OF FORT ODLUIS MODIFICATIONS Qt6V VIM) 0 35. E1cDCOENSVIcONDITIO S 191M (IME filial) 3G wl aTY or FORT coLLINS mmiricAT10NS(REv4now) EXHIBIT GC -A to General Conditions ,of the Construction Contract. Between OWNER and CONTRACTOR mspm REsmurm AGREEwENT OWNER and CONTRACTOR hereby agriev, that Article 16 of the Gencral,Conditions of the Construction Contract between OWNER 'and CONTRACTOR is amended to include the folkiwirigaireeirierld:of theparties: 16.1. All claim-, disputes and other matters in question between OWNER and CONTRACTOR arising then This t -dr ,h as' 0 16.3. Noti6e of the demand fdr'arbitradi6r) will be filed in writing with the other party to the Agreement and' with the Arneii6an Arbitration Association and a copy will bi sent'to ENG]NEM 'f4 infirmnatiort The demand for liariod other I bCDCOSNULAL CONDITIONS 1910.8 099DEdtvw), W CITY OF FORTCOLUNS MODIFICATIONS OLEV 9199) 0 -16.4. Except as provided in paragraph 16.5 below, no arbitration arising our of or relating,to flie,Contwit Documents shall include by consolidation, joinda or in any other mantriff any other person or entity (ncluding ENGINEER, ENGINEER!s Consultarril'and thofliccrs, dinict'drs, agents, emoloyeii.ifor can.9ulmiisofany oftheir) who'is not a party 16 this contract unless: 16. L the inclusion of such other person or entity, is n ifoomplete relief is to'be i5brided ami-mig drone dY h a-meidnes Partiestothearbitration, aid 116,42—iuch,otheiT person or entity is substantially involved in a question of law or feet which is common to those who are already parties to the arbitration and which wit I arise in such proceedings and 16,43. the written c I mvrA of the other ppeerrstir OT entity sought,to be 'included and c and CONTRACTOR has been obtained for such nx:his' " ' which consent'shall'inake specific rer&encc:to this pmra'mph;,Wt no such c6irrx�nf shall constitute consent 'to 'arbitration ofartydispute' 'not specifically &iaribcd in such consent,or to arbitration with arty party not sp ecifically identified in such consent. M= as a pa NTRACTOF in 'an who& provision wl 3ined in an a at may C Work 'of such -agmph 16.5 nor in the Miiirig to joinder shall of action al .lava of ER, ENGINEER cir not otherwise, 6:isi. 1 16.6. The award rendered by the arbitrators will'be finaijiadgment may be enferod upon it in any caurf having jurisdiction thereof:and it Will not be 'subject to modification 6r appeal. agreed. OC-Al FJCDC OENEERAL CONDITIONS 1910-8 (1990 EAtlm) x1 CITY OF FORT.COLLINS MODIFICATIONS (REV W94) OC-Al 0 u C1 0 SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. • 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule zero 0 days lost due to abnormal weather conditions. i SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Concrete Maintenance Project Phase II — 2014 Renewal CONTRACTOR: Northstar Concrete Inc PROJECT NUMBER: 7509 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 .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: DATE: DATE: DATE: DATE. APPROVED BY: DATE: cc: City Clerk Contractor Project File Architect Engineer Purchasing 0 9 A 0 § 2 Q a ) LU@k#6 LU s:#g§ 2!§�2 S�<=;§§M 2))Ea{ LU � \ C L § / . \ T \ § k ) ) / ( { $ EL 0 � 0 .2_��_G� } { \)</ §± {) f §\ 07 &w LU \\\} \ \�6 [»R) we \ #® § )) /k CL ) < f$ 0< 7 / y § CL 2 & 2 co m / " } \ ` ) � _ \ / \ \\ ) 'a / § )� ) § � _ c ( )» / / \ w w ! q (2 § \ w k $I{ ) §«\ ` „ k \ \}- } \ \ \ § ) 0 0 • They also recognize the delays, expenses and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: One Thousand Dollars ($1 0. 00.001 for each calendar day or fraction thereof that expires after the one hundred forty (140) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after the forty-five (45) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: One Million Three Hundred Ninetv-Eight Thousand Eiaht Hundred Fiftv-One Dollars and Sixty Cents ($1.398.851.60), in accordance with Section 00300, attached and incorporated herein by this reference. • ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If , in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an V LL U N 0 CDm 0CL N W -O C) N O O O O C. O O o 0 0 0 0 0 0 0 C. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q E O@ o 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 d ON (n @ N O YF L C CL 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 ( o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 0 0 0 0 0 0 o 0 O U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 N E N ui U) U3 U3 EA U) U>EA w (Aw U> U) U3 U3 EA U) U) Ui ui u! w U)U)U)Ui U)w wU3 >O p_ Q > E U 0- 0 c o 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o Q'O m O O O O O o 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 o 0 0 0 0 0 7 O O O o 0 o o 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O W (Fj U) U3 Ui U3 Ui U) W UIW U) U3 U3 U) U) U3 U) W U)U)W U)UlW U)W UlW U7W F O ai ]•Q z z E W N Ow C)aa 0UQ J n. a co000000oo00000000000oo000000000 mOOoo0000000000000000000000000o0 Q 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 �c Eu�w w us es u>ww6qusu36q w w 69 w&» w a� vi v> w w F» w of&» 64 w ww `o a E N 01Eo a co000o0000000000000o000000o000oa 0o000oaoo0o00000o000000oo0o000o0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 06 06 0 0 0 0 06 0 0 E U) U> U) ww w U) Ui U) U) U) ww Ui Ui w U) U) w Ui w U) Ui U) w U) w w U) Ui U) N 'C U N U C H � z D 0 < c Q n F a U o to J z n H 0 O a) a m� E z 0. 0 4) 0 7 0 V U N LL = 0 a m M w 0 _ -O O O CD 00 0 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 ¢` 0 0 0 0 0 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 a o H 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 p VAMu969 M to to tH to fA to to to to to v) t!)to to to v3 EA fA to to to to to Vf 69 69 69 a w O N N N O � cu L C:o000000o000o0000000000o000o0o0 00 i 00000000 o0000o00000000o00000000 00 H N E O o 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 696969u!. to m 69 to w w to to to&), to to EA EA to EA to to 6-1wfA to to to 69 to 66 49 fA Z o a E a) o U~0 a p p Oo00oo000oo00000000oo0000oo000 00 LL a 0 0 0 00 0 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 to In 0 to6969069�49 � OO ¢ 69 to o m m o to fA m oo 69 o tto to EA H fH to m fA to M3 o .Op_�` m U�Oad J p a a ¢ o000000o000oo00000000000000000 00 a �000000000000000000000000000000 00 a� E000000000000000000000000000000 00 Y ¢ 69 69 69 ER 69 EA fA ff) to U3 fA N9 ff) EA 69 fA 69 ti9 EA mU3 fA fA ff3 fA (i) ff) (f) ER fA fA fA o p O N w UFo O c00o0000'00o000000000000o0000ooa 00 00 000000000000000000000000000o000 0000000000000000000000000000000 00 ¢ tR tf) 6s to ti) tf) to to to to EA fA to to to tf) EA to fA to tf) tf3 to to tH 69 fA to to to to to 'E U tea` N w z cn cn w m = Q F p O J00 LU o ~Ow 0 ~ ¢ L O x N � U � d a 'm a) E Z a LL O o o O - O O O O O O O O O O O CD O O O O O O O ClO O O O O O O O O,O O O vmN@ 0000000000000000000000000000000. o W 2 L ,V 0 0 0 0 0 0 0 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 U C ~ a EA <A V> EA d3 EA M to to fR EA U> eq, EA U9, fH fR Hi EA EA EA ER EA fH fA 64 EA E!S 6% EA 09 ao 0 0 0 N t/) p CL T3 > W o 0 J O W Y = > v O H c — v9, < <oa< o� w� Q�U) 0 F- U) _ 0 U Vl U1 Q U) U � Q O E F = Z O N N E 7 Z 0 E 2013 CONCRETE MAINTENANCE PROJECT — PHASE II GENERAL REQUIREMENTS INDEX L� 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 • 0 PAGE NUMBERS General Requirements 2-3 General Requirements 4-5 General Requirements 6-7 General Requirements 8 General Requirements 9-11 General Requirements 12-13 General Requirements 14 General Requirements 15-16 General Requirements 17 General Requirements 18 SECTION 01010 SUMMARY OF WORK 1.1 DESCRIPTION OF WORK 19 This work shall consist of the removal and/or installation of concrete curbs, gutters, sidewalks, crosspans, aprons, drive approaches, inlets, concrete pavement, and pedestrian access ramps and placement of temporary asphalt patching adjacent to new concrete on designated streets in the City of Fort Collins. Specific locations are described in Section 3500, Project Map. A. Protection and Restoration. 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. B. Construction Hours I. Construction hours, except for emergencies, shall be limited to 7:00 a.m. to 6:00 p.m., Monday through Friday, unless otherwise authorized in writing by the Engineer. After hour equipment operation shall be in accordance with Section 1560. 2. Any work performed by the Contractor outside of the construction hours, whether or not authorized by the Engineer, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds to cover the Owner's costs in providing field engineering and/or inspection services because of such work. The cost for field engineering and inspection shall be $50.00 per hour. 1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES A. Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when prosecution of the Work may affect them. B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is • necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items which would affect their daily operation. E. Darren Moritz/Tom Knostman will be the Program Manager/Project Engineer Darren Moritz 970-221-6618 Office 970-556-1495 cell Tom Knostman 970-221-6576 Office 970-679-7947 cell F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. General Requirements - Page 2 of 18 SECTION 01010 SUMMARY OF WORK UTILITIES Water: Storm Sewer: Sanitary Sewer: Electrical: Gas: Telephone: Traffic Operations Cable Television: City of Fort Collins, Colorado 221-6700, Meter Shop 221-6759 City of Fort Collins, Colorado 221-6700 City of Fort Collins, Colorado 221-6700 City of Fort Collins, Colorado 221-6700 Xcel Energy Emergency 1-800-895-2999 Local Contact Pat Kreager 970-566-4416 UNCC / 1-800-922-1987 Local Contact Debbie Kautz 970-689-0635 City of Ft. Collins, Colorado 221-6630 Comcast 493-7400 *Utility Notification Center of Colorado (UNCC) - 811 1-800-922-1987 AGENCIES • Safety: Occupational Safety and Health Administration (OSHA): 844-3061 Fire: Poudre Fire Authority Non -Emergency: 221-65 81 Emergency: 911 Larimer County Sheriffs Department: Non - Emergency: 221-7177 1227 Police: City of Fort Collins Police Department Non -Emergency: 221-6540 Emergency: 911 Postmaster: US Postal Service: 225-4111 Transportation: Transfort: 221-6620 Traffic Engineering: 221-6630 . END OF SECTION General Requirements page 3 of 18 Ambulance: Poudre Valley Hospital Non -Emergency: 484- Emergency: 911 SECTION 01040 COORDINATION 1.1 GENERAL CONTRACTOR RESPONSIBILITIES A. Coordinate operations under contract in a manner which will facilitate progress of the Work. The Contractor shall also coordinate with the Landscape Contractor whose Work is separate from the General Contractor' s contract. B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the service of such utilities, agencies, or public safety. C. Coordinate operations under contract with utility work to allow for efficient completion of the Work. D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to provide satisfactory access at all times and keep them informed at all times. E. The Contractor shall ensure that Subcontractors shall have visible company names on all vehicles that enter the work zone. 1.2 CONFERENCES A. A Pre -construction Conference will be held prior to the start of construction. 0 1. Contractor shall participate in the conference accompanied by all major Subcontractors, including the Traffic Control Supervisor assigned to the project. 2. Contractor shall designate/introduce Superintendent, and major Subcontractors' supervisors assigned to project. 3. The Engineer shall invite all utility companies involved. 4. The Utilities will be asked to designate their coordination person, provide utility plans, and their • anticipated schedules. 5. The Engineer shall introduce the Project Representatives. B. Additional project coordination conferences will be held prior to start of construction for coordination of the Work, refining project schedules, and utility coordination. C. Engineer may hold coordination conferences to be attended by all involved when Contractor's operations affects, or is affected by, the work of others. 1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Engineer. 1.3 PROGRESS MEETINGS A. Contractor and Engineer shall schedule and hold regular progress meetings at least weekly and at other times as requested by the Engineer or required by the progress of the Work. B. Attendance shall include: 1. Contractor and Superintendent. 2. Owner's Representatives. 3. Engineer and Project Representative. 4. Traffic Control Supervisor 5. Others as may be requested by Contractor, Engineer or Owner. General Requirements —page 4 of 18 • 11 SECTION 01040 COORDINATION C. Minimum agenda shall include: I. Review of work progress since last meeting. 2. Identification and discussion of problems affecting progress. 3. Review of any pending change orders. 4. Revision of Construction Schedule anticipated two weeks in advance. D. The Engineer and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay estimates. END OF SECTION General Requirements - Page 5 of 18 SECTION 01310 CONSTRUCTION SCHEDULE 1.1 GENERAL A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor intends to meet the milestones set forth. 1. No work is to begin at the site until 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 complete work sequence of construction by activity and location for the upcoming two week period. 2. Show changes to traffic control. • 3. Show project milestones. B. Report of delivery of equipment and materials. 1. Show delivery status of critical and major items of equipment and materials. 2. Provide a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements for equipment and materials; reference Section 01340. 1.4 PROGRESS REVISIONS A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when requested by Owner or Engineer, and with each application for progress payment. B. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. C. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of others. • General Requirements - Page 6 of 18 SECTION 01310 CONSTRUCTION SCHEDULE • 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. • • 1.1 SURVEY REQUIREMENTS END OF SECTION General Requirements - Page 7 of 18