Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout108423 VOGEL CONCRETE INC - CONTRACT - BID - 7361 CONCRETE MAINTENANCE PROJECT PHASE I (3)City, of
• Fort Collins
Purchasing
Financial Services
Purchasing Division
215 N. Mason St. 2" Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
lcgov. com/purchasing
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
CONCRETE MAINTENANCE PROJECT PHASE 1
2014 RENEWAL
• BID NO. 7361
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
11
case, less the aggregate of payments previously made and less such amounts •
as ENGINEER shall determine, or OWNER may withhold, in accordance with
paragraph 14.7 of the General Conditions. If, in the sole discretion of Owner, on
recommendation of Engineer, Owner determines that the character and progress
of the Work have been satisfactory to OWNER and ENGINEER, OWNER may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be no additional retainage on account of Work
completed in which case the remaining progress payments prior to Substantial
Completion will be in an amount equal to 100% of the Work completed. 95% of
materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided
in paragraph 14.2 of the General Conditions) may be included in the application
Section 00520 Page 3 for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of
the Contract Price, less such amounts as ENGINEER shall determine or
OWNER may withhold in accordance with paragraph 14.7 of the General
Conditions or as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay
the remainder of the Contract Price as recommended by ENGINEER as provided
in said paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, and with all local conditions and Laws
and Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in
the Supplementary Conditions as provided in paragraph 4.2 of the General
Conditions.
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
SECTION 01310
CONSTRUCTION SCHEDULE
• 1.5 OWNER'S RESPONSIBILITY
•
FAL
A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting
Contractor in coordinating the Work with the needs of the Project.
B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods,
techniques, sequences and procedures of construction as provided in the General Conditions.
END OF SECTION
1.1 SURVEY REQUIREMENTS
General Requirements - Page 7 of 18
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 of 48 hours prior to
requiring surveying.
C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the
survey personnel shall notify the Contractor with the date on which the requested work will be completed.
D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work
overtime, the Contractor shall pay the additional overtime expense.
E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a
survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and
allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for
the cost of re -staking construction stakes and for the cost of re-establishing a destroyed monument.
F. The Contractor shall notify the Engineer prior to concrete removal when property line markers are
inscribed in the surface of the existing concrete, typically designated by `.+" or "x" markings. The
Contractor shall 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
LI GENERAL
A. Submit Shop Drawings, Samples, and other submittals as required by the individual specification.
1. Engineer will not accept Shop Drawings or other submittals from anyone but Contractor.
B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by Engineer prior to the
time set forth in the approved schedule will be reviewed at any time convenient to Engineer before the time
required by the schedule.
C. Any need for more than one re -submission, or any other delay in obtaining Engineer's review of submittals,
will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by
failure of Engineer to return any scheduled submittal within 10 days after receipt in his office of all
information required for review of the submittals or for any other reason which prevents Engineer's timely
review. Failure of Contractor to coordinate submittals that must be reviewed together will not entitle
Contractor to an extension of Contract Time or an increase in Contract Price.
D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication.
E. Contractor shall not use materials or equipment for which Shop Drawings or samples are required until such
submittals, stamped by Contractor and properly marked by Engineer, are at the site and available to
workmen.
F. Contractor shall not use Shop Drawings which do not bear Engineer's mark "NO EXCEPTION TAKEN" in
the performance of the Work. Review status designations listed on Engineer's submittal review stamp are
defined as follows:
• 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 Engineer's notations and is to submit a revised submittal responsive to
notations marked on the returned submittal or written in the letter of transmittal.
3. REJECTED: Signifies material or equipment represented by the submittal does not conform to the
design concept or comply with the information given in the Contract Documents and is not acceptable
for use in the Work. Contractor is to submit submittals responsive to the Contract Documents.
4. FOR REFERENCE ONLY: Signifies submittals which are for supplementary information only;
pamphlets, general information sheets; catalog cuts, standard sheets, bulletins and similar data, all of
which are useful to Owner in design, operation, or maintenance, but which by their nature do not
constitute a basis for determining that items represented thereby conform with the design concept or
comply with the information given in the Contract Documents. Engineer reviews such submittals for
general information but not for substance.
1.2 SHOP DRAWINGS
A. Include the following information as required to define each item proposed to be famished.
1. Detailed installation drawings showing foundation details, and clearances required for construction.
• 2. Relation to adjacent or critical features of the Work or materials.
General Requirements— page 9 of 18
SECTION 01340
SHOP DRAWINGS
i
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. Manufacturer's standard drawings, schematics and diagrams:
1. Delete information not applicable to the Work.
2. Supplement standard information to provide information specifically applicable to the Work.
C. Format.
1. Present in a clear and thorough manner.
2. Minimum sheet size: 8 Yz" x 11 ".
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. i
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:
Shop Drawings.
a. Three (3) copies minimum, two (2) copies which will be retained by Engineer. •
General Requirements— page 10 of 18
•
//
SECTION 01340
SHOP DRAWINGS
1.4 RE -SUBMISSION REQUIREMENTS
A. Make corrections or changes required by Engineer and resubmit until accepted.
B. In writing call 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.
1. Include additional drawings that may be required to show essential details of any changes proposed by
Contractor along with required wiring and piping layouts.
END OF SECTION
General Requirements— page I I 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 isactivities.
General Requirements— page 12 of I8
/,
40
//
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.
I. Meters may be obtained through the Water Utility Meter Shop at 221-6759
2. Unnecessary waste of water will not be tolerated.
C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor.
1.2 SANITARY FACILITIES
A. Fumish 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
0
/,
'/
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.
'I. Retain all spent oils, hydraulic fluids, and other petroleum fluids in containers for proper disposal off the
site.
2. Prevent sediment, debris, or other substances from entering sanitary sewers, storm drains and culverts.
1.4 EROSION CONTROL
A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities.
Measures in general will include:
a. Control of runoff.
b. Trapping of sediment.
c. Minimizing area and duration of soil exposure.
d. Approved temporary materials such as hay bales, sand
prevent the erosion of banks and beds of watercourses
increased due to construction activities.
B. Preserve natural vegetation to greatest extent possible.
bags, plastic sheets, riprap, or culverts to
or drainage swales where runoff will be
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
n
u
General Requirements — page 16 of 18
CONTRACTOR considers necessary for the performance or furnishing of the
Work at the Contract Price, within the Contract Times and in accordance with the
other terms and conditions of the Contract Documents, including specifically the
provisions of paragraph 4.2 of the General Conditions; and no additional
examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the accurate
location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information or data
in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance with the other terms and conditions
of the Contract Documents, including specifically the provision of paragraph 4.3.
of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
• 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General
Conditions, Supplementary Conditions, those items included in the definition of
"Contract Documents" in Article 1.10 of the General Conditions, and such other
items as are referenced in this Article 7, all of which are incorporated herein by
this reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related actions
in carrying out the terms of this Agreement are deemed Contract Documents and
incorporated herein by this reference, and include, but are not limited to, the
following:
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
•
SECTION 01700
CONTRACT CLOSEOUT
„ 1.1 CLEANING AND RESTORATION
4/
,/
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
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
40 The Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction", latest
revision, and the Latimer 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 govem.
4'
0
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 Irrigation System
627 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.
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 of 48
REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL
NO
PARKING
Wed JUlY 2
7:00AM-6:OOPM
CONCRETE
REPAIRS
END OF SECTION
CJ
•
Project Specifications - Page 4 of 48
0
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 flaggers change
Yes
No
630.11
Resident Notification Letter
Yes
Yes
COOPERATION BY CONTRACTOR
Subsection 105.10 shall be amended to include the following:
The City of Fort Collins is committed to comply with the United States Environmental Protection Agency
(EPA) and the Streets Department Environmental Management System (EMS) requirements that vehicles on
City projects shall comply with the "Anti -Idling Policy" to reduce environmental impacts related to
construction. Contractors and 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 of48
REVISION OF SECTION 105
CONTROL OF WORK
Subsection 105.11 shall be amended to include the following:
Concrete construction and reconstruction operations at intersections may involve the destruction and
replacement of traffic signal loop detectors and/or new detectors may be installed at intersections where they do
not currently exist. The existing traffic signal loop detectors shall be removed by the Contractor at no
additional cost. New and replacement loop detectors shall be installed by the City Traffic Division. The
Contractor shall cooperate with the schedule of this work to insure the timely installation of loop/camera
detectors. The Contractor shall coordinate with the City Traffic Division to insure that their work is completed
before concrete placement operations begin.
COOPERATION BETWEEN CONTRACTORS
Subsection 105.12 shall be amended to include the following:
City Utilities, Streets, Parks, Traffic, and utility Contractors may perform work related to the project within or
near the limits of this project. The Contractor shall conduct the work without interfering or hindering the
progress or completion of the work being performed by other Contractors. The Contractor shall coordinate
extensively with these entities to minimize traffic control and scheduling conflicts and ensure timely completion
of all the work. The contractor shall allow supporting utility work within their traffic control areas and provide
flagging, if necessary, in support of their work and safety requirements.
INSPECTION AND TESTING OF WORK
Subsection 105.16 shall be amended to include the following:
The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of
required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a
minimum of 24 hours in advance of starting any construction operation that will require inspection, measuring
for pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the Owner and the
Engineer from any responsibility for additional costs or delays caused by such failure.
Inspection of the work or materials shall not relieve the Contractor of any obligations to fulfill his contract or
complete warranty elements as prescribed. Work and materials not meeting specifications shall be corrected
and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been
previously inspected by the Engineer or that payment therefore has been included in the progress estimate.
MAINTENANCE DURING CONSTRUCTION
Subsection 105.19 shall be amended to include the following:
The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be
cleaned of debris generated by the Contractor at the earliest opportunity, but in no case shall the area not be
cleared 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 12" and November 12" unless directed by the Engineer for areas with minimal leaf fall. All
sweeping and clean up equipment shall be approved by the Engineer prior to the commencement of work.
The Contractor shall maintain the streets during the construction process as prescribed above.
If a street requires additional sweeping by City forces, the Owner shall deduct from compensation due the
Contractor sufficient funds to cover the Owner's cost to provide the sweeping service.
•
Project Specifications - Page 6 of 48
CJ
REVISION OF SECTION 105
CONTROL OF WORK
All cost of maintaining the work during construction and before the project is accepted, shall not be measured
and paid for separately but shall be included in the work.
END OF SECTION
Project Specifications -Page 7 of 48
REVISION OF SECTION 107
SAFETY AND PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPING
Section 107 of the Standard Specifications is hereby revised as follows:
Subsection 107.06 shall be amended to include the following:
Personnel on Street Maintenance Program (SMP) projects shall use protective equipment prescribed by Local,
State, and Federal safety regulations to attempt to control or eliminate hazards or exposure to illness or injury.
The Contractor and Subcontractors are responsible for providing and insuring the use of the required Personal
Protective Equipment (PPE). Only Personal Protective Equipment complying with the Occupational Safety and
Health Administration (OSHA) or American National Standards Institute (ANSI) regulations shall be used. The
Contractor shall be responsible for the compliance of their employees and the Subcontractor's employees. The
Contractor's safety representative shall make regular field inspections to audit and document compliance.
An employee of the Contractor or Subcontractor who refuses to use the prescribed protective equipment
designed for their protection, or willfully 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 shal I be completed within two (1) 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
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.
8.2. No assignment by a party hereto of any rights under or interests in the 40
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 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.
0
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.
/n 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 of 48
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised as follows:
SCHEDULE
Subsection 108.03 shall be amended to include the following:
A schedule of work must be submitted prior to starting work and shall include the number of working days per
area to complete all work items covered by the contract but shall not exceed the number of contract working
days. Location of vicinity maps are referenced in Section 03500, Project Maps. The schedule should take any
priorities into consideration and include projected start and end dates for each area. Area and street quantities
are described in Section 02500, Quantity Estimates.
Prior to award, mutually acceptable milestones shall be determined by the Contractor and the City based on the
schedule of working days discussed above.
LIMITATION OF OPERATIONS
Subsection 108.05 shall be amended to include the following:
The work shall be completed within the following calendar months:
JAN
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEPT
OCT
NOV
DEC
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 (tours 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. 187 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. 0
Project Specifications -Page 10 of 48
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
S
•
Project Specifications - Page 1 I of 48
REVISION OF SECTION 201
CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised as follows:
CONSTRUCTION REQUIREMENTS
Subsection 201.02 shall be amended to include the following:
When tree roots are encountered during construction operations, the Contractor shall notify the Engineer prior
to root removal. The Engineer and the City Forester's representative shall then make a determination regarding
removal. When it is apparent that the tree roots have heaved the concrete section, the Contractor shall remove
the section(s) of concrete as early as possible to allow time for inspection and to schedule root grinding
operations, under separate contract. Root grinding will be scheduled as soon as possible to minimize delays in
construction. Delays to concrete installation due to root grinding shall not be considered for additional traffic
control payment or additional days added to the total contract working days but shall be anticipated in the
Contractor's schedule.
Where it is anticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent
any damage to the roots with tools or equipment. Damage to roots during concrete removal shall be trimmed
and cut with a sharpened, sanitized saw, cut orthogonally to its longitudinal axis as closely as practical, to leave
the freshly cut root surface in a clean and smooth condition. Axes or other blunt objects shall not be used to cut
tree roots.
BASIS OF PAYMENT
Subsection 201.04 shall be amended to include the following:
All costs for removing tree roots shall be considered a subsidiary obligation of the Contractor in connection
with the various items of the Work and no measurement or payment shall be made separately for the removal
and trimming of tree roots.
END OF SECTION •
Project Specifications - Page 12 of 48
REVISION OF SECTION 202
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Section 202 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 202.01 shall be amended to include the following:
This work consists of sawing and cutting to facilitate controlled breaking and removal of concrete, asphalt, and
flagstone to a neat line.
CONSTRUCTION REQUIREMENTS
Subsection 202.02 shall be amended to include the following:
Sawing of concrete and asphalt shall be done to a true line having a vertical face, unless otherwise specified.
The depth of the saw cut in concrete and asphalt shall be of sufficient depth to ensure a vertical, smooth face,
free from breakage, or as directed by the Engineer. Cuts in asphalt or concrete pavement shall be made such that
each edge shall be parallel or at right angles to the direction of traffic. Dust created by sawing shall be mitigated
by wet sawing or other means approved by the Engineer.
Residue from sawing shall be removed by the Contractor at the earliest opportunity. Residue will not be
allowed to run through the gutter flow line for more than fifty (50) feet. The Contractor shall prevent tracking of
residue onto the roadway or walkway and shall prevent discharge into the storm drainage system. The
Contractor shall use a storm water protection device or other means of controlling run off of residue as
approved by the Engineer. See Section 208 "Erosion Control and Inlet Protection" contained herein.
METHOD OF MEASUREMENT
Subsection 202.11 shall be amended to include the following:
Sawing shall be 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: 10
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 1 (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. 40
Project Specifications - Page 14 of 48
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
• METHOD OF MEASUREMENT
0
Subsection 203.13 shall be amended to include the following:
The Contractor and the Engineer shall field measure and agree upon the excavated quantity before any further
work continues. Should the Contractor fail to request the Engineer to measure any work and performs other
work that would prevent the Engineer from measuring pay quantities, the Contractor shall not be compensated
for materials not measured by the Engineer.
Borrow shall be paid by the ton at the proper moisture. Haul and water necessary to bring mixture to optimum
moisture content will not be measured or paid for separately, but shall be included in the contract unit price for
Borrow.
Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be paid for at the
unit price for 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 ortyd.
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 of 48
REVISION OF SECTION 208
EROSION CONTROL AND INLET PROTECTION
• It shall be the Contractor's responsibility to ensure that all sidewalks, driveways, curbs, gutters, and roads
within and adjacent to the project are cleaned of construction debris that may enter the inlets during the course
of the work and at the end of each day.
Inlet protection shall include sufficient length to protect around the perimeter of the inlet opening.
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-openingInlets
nlets
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:
Pay Item
Unit
208.01 Stormwater Protection — CDOT Gravel Bag (rock sock) Lineal Foot
208.02 Stormwater Protection - Recycled Rubber Filled Wattle Lineal Foot
208.03 Stormwater Protection — CDOT Gravel Bag Inlet Filter Each
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in installing, maintaining, removing, and relocating
when required, erosion control measures, as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
END OF SECTION
0
A
i
Project Specifications - Page 18 of 48
0
0
0
OWNER: CITY OF FORT COLLINS CONTRACTOR: VOGEL CONCRETE INC
UBy: By:
D RKY,�-&I# MANAGER
By: .l �tTibb�dC
GERRY S. P UL PRINTED
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT �j ��l/
Title: ���1`�ti P �y �` Title: l"rerl�oC. --(—
Date: `�/ Z �'� `� Date:J41-1 —z4�
Attest:
Address for giving notices:
P. O. Box 580
Fort Collins, CO 80522
At( ed as to orm
Assi§jant City Attorney
Attest:
or,
for giving notices:
License No.:
06. O-S-4s-
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 212.05 shall be amended to include the following:
Sodding:
Soil Preparation: The area shall be cleaned with a minimum depth of four (4) inches (where topsoil does not
exist) and a minimum width of one (1) foot, all irregularities in the ground surface shall be removed, and all
edges clean and vertical. Sticks, stones, debris, and other similar material more than % 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
REVISION OF SECTION 212
SEEDING, FERTILIZER AND SODDING
BASIS OF PAYMENT is
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 lire reconstruction area requires grade adjustment the
placement of topsoil, sad, and sprinkler relocation will be provided by the City under separate contract.
Payment shall be made under
Pay Item
207.01 Imported Topsoil
Unit
Cubic Yard
212.01 Sod Square Foot
212.02 Landscape/Irrigation Labor
Hour
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in the placement of seeding and sodding, including •
haul, stockpiling, placing material, repairing sprinklers, watering or drying soil, compaction, finish grading,
complete -in -place, and as shown on the plans, as specified in these specifications, and as directed by the
Engineer.
END OF SECTION
•
Project Specifications - Page 20 of 48
REVISION OF SECTION 304
AGGREGATE BASE COURSE
0 Section 304 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 304.01 shall be amended to include the following:
This work shall consist of furnishing and placing one or more courses of aggregate base or recycled concrete on
a prepared subgrade.
MATERIALS
Subsection 304.02 shall be amended to include the following:
Aggregate Base Course shall meet the grading requirements for Class 5. Recycled concrete may be substituted
for Aggregate Base Course as authorized by the Engineer. Recycled asphalt shall not be used as subgrade
beneath concrete sidewalk, curb, and gutter.
CONSTRUCTION REQUIREMENTS
Subsection 304.04 shall be amended to include the following:
The contractor shall be responsible for the protection of the subgradelbase 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 of48
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 the Engineer. The bond breaking
material shall be applied to the face of the new concrete adjacent to the temporary patch installation.
Temporary asphalt depths greater titan 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 10
DESCRIPTION
Subsection 601.14 shall be amended to include the following:
This work shall consist of preparing, rolling, spraying retarder, and exposing the sanded concrete surface sand
including all materials, labor, tools and incidentals to obtain an exposed sand finish. The unit cost shall include
the additional work and materials only for exposing the sand finish and shall be paid in addition to the unit cost
for the item installed (i.e., Flatwork 4", Flatwork 6", etc.).
MATERIALS
Concrete shall meet the requirements specified in Revision of Section 608 and 609 contained herein. Material
deviations from Revision of Section 608 and 609 shall be submitted and approved by the Engineer.
CHI 027 Surface Treatment or approved equivalent shall be applied to the concrete surface to create the
texture. The Engineer shall specify the depth of penetration of the retarder. Slabs may be sealed in accordance
with the manufacture's recommendations.
CONSTRUCTION REQUIREMENTS
The Contractor shall have a minimum of five (5) years' experience exposing the sand finish for cast -in -place
concrete. The Contractor shall submit a list of prior installation locations for review and evaluation for quality
and installation expertise to the Engineer.
The Contractor shall submit samples showing finish, color, and sealer including a color chart, product data, and
equipment data. The slab thickness, jointing, reinforcement (if any), and expansion joint locations shall be •
approved by the Engineer.
The Contractor shall place one (1) on -site test section determined by the Engineer to determine surface
consistency.
All concrete work shall be performed by a skilled Craftsman with a minimum of two (2) years' experience in
exposing the sand finish. A minimum of one qualified Craftsman is required at each finishing operation
requiring exposed sand finish.
The subgrade shall be prepared and forms installed as specified herein. After concrete placement, the Contractor
shall screed the concrete to the finished grade. Exposed sand finish surfaces shall be prepared using a double
drum roller tamp prior to floating. The roller shall provide uniformity during rolling including the surface areas
in the 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 tons through the gutter or enters inlets. The method of
containment shall be approved by the Engineer. The paste residue shall be removed from the site and properly
disposed. •
After the initial curing period the surface of the slab shall be sealed.
Project Specifications - Page 24 of 48
0
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 shaff not be
included under "Exposed Sand Finish — Up Charge" and shall be paid at the contract unit price for the
corresponding type of installation (i.e., Flatwork 4", Flatwork 6", etc.)
"Exposed Sand Finish — Up Charge" shall be measured and paid by the square foot at the contract unit price for
the accepted quantities and shall include labor, materials, and equipment for retarder application, tamp rolling,
exposing the sand finish, storm water protection, and cleanup.
BASIS OF PAYMENT
Subsection 601.20 shall be amended to include the following:
Payment will be made under:
Pay Item
Unit
601.01 Exposed Sand Finish — Up Charge Square Foot
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all additional work involved in "Exposed Sand Finish — Up Charge" as
• specified in these specifications, as shown on the plans, and as directed by the Engineer.
•
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 structures shall not be
paid in addition to items designated "Remove & Replace".
Items defined with "Reconstruct", for each inlet type shall be measured and paid per each under the
corresponding type of inlet, shall include two three and one half foot (3.5) transitions measured from inside of
face of box on each side, and shall include salvaged hardware material (i.e., bonnet, frame, grate, etc.)
When only the throat (gutter area only, excluding the hood/deck) of the inlet is marked for repair, the
installation shall be measured and paid by the square foot under Revision of Section 608 and 609, "Crosspan
8" — Remove & Replace".
•
Project Specifications - Page 26 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 Gutter (details DJO, D-11) with thefollowing 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-11, 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 5/8" Plate" shall be measured and paid by the square foot, shall include
die 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
• 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
Pay Item
Unit
604.01
Type R Inlet — Remove & Replace (5' Opening, 5' Max depth)
Each
604.03
Type R Inlet— Reconstruct Inlet Deck (5' Opening)
Each .
604.05
Type R Inlet — Material Only
Each
604.06
Curb Inlet - Remove & Replace (4' Opening, 5' Max depth)
Each
604.08
Curb Inlet - Reconstruct Inlet Deck (4' Opening)
Each
604.10
Curb Inlet - Material Only
Each
604.11
Catch Basin - Remove & Replace (5' Max depth)
Each
604.13
Catch Basin - Reconstruct Inlet Deck
Each
604.15
Catch Basin - Material Only
Each
604.16
Modified Type 13 Curb Inlet - Remove & Replace (5' Max depth)
Each
604.18
Modified Type 13 Curb Inlet - Reconstruct Inlet Deck
Each
604.20
Modified Type 13 Curb Inlet - Material Only
Each
604.21
Concrete Sidewalk Culvert - Remove & Replace
Each
604.22
Metal Sidewalk Culvert - Salvaged Material
Each
604.23
Metal Sidewalk Culvert - Material Only
Each
604.24
Metal Sidewalk Culvert - Additional 5/8" Plate
Square Foot •
The above
prices and payments shall include full compensation for furnishing all
labor, materials, tools,
Project Specifications - Page 28 of 48
SECTION 00530
NOTICE TO PROCEED
Description of Work: 7361 Concrete Maintenance Project Phase I — 2014 Renewal
To: Vogel Concrete Inc
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been
received by the OWNER.
l�s1 �titicksa: a�,
That th��!�P4LRJhV` a{proved the said Contract Documents.
f..
The rEJ'ore *,�s,Wd:C0NTRaCTOR for the above described Work, you are hereby
auth(Sized and -directed topoceed within,( calendar days from receipt of this notice as
requi&d tier t§tAjJr&ea.
Dated tP4t§,Y�CdW of 20
anti
The dates foror Substantial
ntial 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
120.
CONTRACTOR: Vogel Concrete Inc
M
Title:
C� J
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.
C J
is
END OF SECTION
Project Specifications - Page 29 of 48
REVISION OF SECTION 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT •
Sections 608 and 609 of the Standard Specifications are to be deleted and replaced with the latest revision of the
Latimer County Urban Area Street Standards, except as noted herein:
DESCRIPTION
This work consists of the construction of concrete sidewalks, curb and gutter, drive approaches, aprons,
crosspans, pedestrian access ramps, and concrete pavement in accordance with these specifications and in
conformity with the lines and grades shown on the plans or established by the Engineer.
MATERIALS
The mix designs for all types of concrete to be utilized shall be determined by the Contractor, submitted to the
Engineer two weeks prior to beginning work, and approved a minimum of one week prior to the beginning of
construction.
Cement used shall conform to the Standard Specification for Portland Cement, ASTM C 150-85, AASHTO
M85, Type 1, Type I/II, or Type III.
The air content shall be four (4) percent to seven (7) percent
"High Earle" 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 "Larimer County Urban Area Street Standards for
Street Construction". Water Reducing Agents shall conform to ASTM C 494-82. •
Accelerating Agents shall conform to ASTM C 494-82. Calcium Chloride shall not be utilized as an
accelerating agent.
The Contractor shall furnish a load slip containing the information required by AASHTO M157, Section 13,
Subsection 13.1 and 13.2, with each batch of concrete. In addition, the type of concrete (mix code) shall be
shown on each load slip and a copy of the batch weights shall accompany each concrete ticket. Concrete
delivered without a load slip containing complete information as specified will be subject to rejection.
Curing materials shall be white pigmented liquid linseed oil based or paraffin based curing compound, and shall
conform to ASTM Specification C 309-81 Type II, 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, rain, flowing water,
mechanical injury, pedestrian and vehicular traffic, and Contractor's equipment for a minimum of 36 hours
after the placement of curing compound for 48 hour high early concrete. Asphalt patching against fresh concrete
shall not be permitted during the time frames for protection of the concrete.
The Contractor shall not sprinkle water on the surface of the newly placed concrete to assist with finishing. The
use of a finishing aide may be approved on a limited case by case basis only when the material to be used has
• been submitted to the Engineer for approval prior to use in the field.
Concrete blankets shall be used when the ambient temperature is expected to fall to 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 Contractors 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 stall not be allowed to be added on site.
Project Specifications - Page 31 of 48
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB AND GUTTER, DRIVE APPROACHES, APRONS, CROSSPANS,
PEDESTRIAN ACCESS RAMPS, FLATWORK, AND CONCRETE PAVEMENT •
Restoration of landscape shall be in accordance with Revision of Section 107, "Safety and Protection and
Restoration of Property and Landscape" found herein. The time frame for restoration shall be within two (2)
working days from the time the concrete was placed for backfill with topsoil and by no later than the end of
the first working day of Nee following week for sod replacement.
Concrete washout/tmek washout areas shall be contained in such a manner that no visual evidence of cement or
aggregate spoils remain on the site. In addition, direct washout to curb and gutter flow lines or inlet structures
is prohibited. Washout may be accomplished by use of an identified off -site location or a designated spoil/base
pile (see Section 208 Erosion Control and Inlet Protection), and shall include the placement of a Stormwater
Protection Device on the downstream side of the washout area. Methods shall be submitted and approved by
the Engineer.
Flagstone sidewalk, brick pavers and trolley roadbed bricks shall be salvaged to the maximum extent feasible.
All flagstones, pavers, and bricks shall become the property of the City of Fort Collins. Flagstones shall be
hauled by the Contractor and delivered to the City's site located at 1500 Hoffman Mill Road. Loading,
unloading, and hauling shall not be measured and paid for separately but shall be included in "Remove
Concrete".
In areas where the Engineer directs the re -setting of flagstone, the existing flagstone shall be salvaged and reset
on a compacted base. The elevation of the flagstone shall match as closely as possible the surface treatment of
the surrounding area.
METHOD OF MEASUREMENT •
Sawcutting related to the items in this section shall be considered a subsidiary obligation of the Contractor, and
shall not be measured or paid for separately. Erosion control measures used during sawcutting shall be
considered incidental and shall not be measured or paid for separately.
"Remove Concrete" shall include removal and disposal or salvage of existing asphalt, concrete, or flagstone.
This item shall be paid where the Engineer directs removal only, and removal is not already being paid under
another item.
"Apron 8" shall be paid by the square foot and, when installed on a radius, shall include the area 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 •
((ABC) - (n (A-B) (C-D)/4))
0
A
C
IC
"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.
#4 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.
• "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 of48
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 — 1" 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
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.
Backfll 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 backfill, haul and disposal, as shown on the plans, as specified
in these specifications, and as directed by the Engineer.
END OF SECTION
•
Project Specifications - Page 36 of 48
REVISION OF SECTION 627
PAVEMENT MARKINGS
0 Section 627 of the Standard Specifications is herby revised as follows:
DESCRIPTION
This work shall consist of furnishing, installing, and removing temporary pavement marking in accordance with
the latest revisions of the Fort Collins Traffic Operations Manual, City of Fort Collins Work Area Traffic
Control Handbook, 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 of48
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
•
0
Project Specifications - Page 38 of 48
E
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
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 Latimer County Urban Area Street Standards (LCUASS), and the Colorado
Department of Transportation Road and Bridge Standard Specifications (COOT).
/n the event of a conflict between the MUTCD criteria and the City's criteria, the City of Fort Collins criteria
shall govern.
MATERIALS
Subsection 630.02 shall be amended to include the following:
All traffic control devices shall meet or exceed the required minimum standards set forth in the City of Fort
Collins Work Area Traffic Control Handbook and the MUTCD. Traffic control devices shall be clean and in
good operating condition when delivered and shall be maintained on a daily basis. All traffic control devices
shall be clearly marked and free of crossed out information or any other form of defacement that detracts from
the purpose for which they are intended (i.e. crossed out information, information written in long -hand, etc.)
Sign blanks with sign faces on both sides must have the back sign face covered when in use to avoid confusion
to motorists and bicyclists traveling in the opposite direction and residents potentially affected by information
the sign may present.
CONSTRUCTION REQUIREMENTS
Subsection 630.10 shall be amended to include the following:
CONTRACTOR RESPONSIBILITY
The Contractor shall be responsible for ensuring safe passage through the work zone for vehicles,
pedestrians, and bicycles.
The City of 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 of 48
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
maintained at a minimum of ten (10) feet between traffic control devices. •
The Contractor will provide 24 hour minimum notice to the Ci), 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 Contractors Association (CCA). Hand drawn
plans shall NOT be accepted.
Typical Traffic Control Plans for work within the right-of-way shall be submitted for approval to the Engineer
as follows:
Typical submittals for scheduled residential work shall be submitted by 8:00 a.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
•
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 Plans) 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:
1. 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.
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
FIGURE 630-1 TYPICAL ARTERIAL TRAFFIC CONTROL PLAN
TRAFFIC CONTROL
CONTRACTOR
COMPANY
CANTACT NAME
DATE
PHONE#
TCS CERTp
SHEET#
OWNER
TYPICAL LEFT LANE
NOT DRAWN TO SCALE
DEVICE TABULATION
2. ROAD WORN AHEAD
2- LEFT LANE CLOSED AHEAD
2-TRANSITIONIL)
40.2W TRAFFIC CONES
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 blaming Arrow Board".
Project Specifications -Page 42 of 48
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
FIGURE 630-2 TYPICAL COLLECTOR TRAFFIC CONTROL PLAN
TRAFFIC CONTROL
CONTRACTOR
COMPANY
CANTACT NAME
DATE
PHONEq
TCS CERT p
SHEET p
OWNER
NOTORAWNTOSCALE
-r-
�v�
DEVICE TABULATION
2 - ROAD WORN AHEAD
2 - ONE LANE ROAD AHEAD
2-FLAGGERAHEAD
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 0(48
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
FIGURE 630-3 TYPICAL RESIDENTIAL TRAFFIC CONTROL PLAN 0
TRAFFIC CONTROL
CONTRACTOR
COMPANY
CANTACT NAME
DATE
PNONEp
TCS CERTN
SHEETY
OWNER
NOT ORAWN TO SCALE
9 ' , /� (v�
i
DEVICE TABULATION
2- ROAD WORK AHEAD
2. ONE LANE ROAD AHEAD
2-FLAGGERAHEAD
20 - 2r TRAFFIC CONES
RESIDENTIAL STREETS -Shall include Flagging personnel required for the road classification, control of
cross traffic, and as required for the Contractor's daily work activities in addition to the minimum signage
required by the specifications. Flagging shall be paid separately under "Flagging".
Variable Message Boards are typically not required for residential streets.
TRAFFIC CONTROL MANAGEMENT
Subsection 630.11 shall be amended to include the following:
The Contractor shall designate an individual, other than the Superintendent, to be the Traffic Control
Supervisor. Traffic Control Management shall be performed by a Traffic Control Supervisor (TICS). The
TCS(s) shall possess a current American Traffic Safety Services Association (ATSSA) certification as a
Worksite Traffic Control Supervisor or a current Colorado Contractor's Association (CCA) certification as a
10
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
fe 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 (S) working days prior to commencement of the work. The
TCS shall be required to be on site at all times during construction. It is the intent of the specifications that the
TCS be the same throughout the year.
The TCS shall be equipped with a cellular phone.
Traffic Control Management shall be maintained on a 24 hour per day basis. The Contractor shall make
arrangements so that the Traffic Control Supervisor or their approved representative will be available on every
working day, "on call" at all times, and available upon request of the Engineer during non -working hours. A 24
hour telephone number shall be provided to the Engineer. Outside of construction hours, the response time from
the Engineers' contact shall be 30 minutes or less and correction of the issue(s) shall be one (1) hour or less.
If, in the opinion of the Engineer, any traffic control individual does not perform their duties at or to the
minimum industry standard, the Contractor will be required to replace that individual.
TCS duties shall include, but are not limited to:
1.
Supervise and direct project flaggers.
2.
Prepare, revise, and submit Traffic Control Plans as required.
3.
Coordinate all traffic control related operations, including those of the Subcontractor and supplier.
4.
Coordinate project activities with appropriate police and fire control agencies, Transfort, school
districts and other affected agencies and parties prior to construction.
5.
Notify residents and businesses at least 48 hours prior to construction.
a. Notifications 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:
http7//citvdocs fceov com/'tdt=Master+Street+Plan+Mao&dn=GIS+MAPS&vid=192&cmd=showdt
Project Specifications - Page 46 of 48
0
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 AM 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.
•
Project Specifications - Page 48 of 48
SECTION 00610
PERFORMANCE BOND
Bond No.CSB0010372
KNOW ALL MEN BY THESE PRESENTS: that
Vogel Concrete Inc
6330 S College Ave, Fort Collins, CO 80526
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Contractors Bonding and Insurance Company
(Address) 5300 DTC Parkway, Ste. 330, Greenwood Village, CO 80111
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300
Laporte Ave, Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of One Million Five Hundred Seventy -Three Thousand
Four Hundred Sixtv-One Dollars and Seventv-Eiaht Cents ($1.573.461.78) 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,
7361 Concrete Maintenance Project Phase I — 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.
0
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 13 Inlet
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
2'_6•
9
1 1 /2'R.
N 2'R ,'.
(O
Gutter edge may be
tapered or battered.-
(Typlcal for all Curb & / ~Y •' _••' e
&Gutter Types) J—�••- -�
In
4.5'
VERTICAL
ROLL-OVER
(LOVELAND)
r� CURB AND GUTTER
NO: 1 DRAWINGLARIMER COUNTY CONSTRUCTION
URBAN AREA 03/O1/02 701
STREET STANDARDS DRAWINGS DATE.
•
E
0
Y �
LL:� 0 w o
p m
EE J V
om /� mV/m
X
IL _ mu E
of Lu
°' ` U
�o
(b LL � v`
Lu
Lu
0 J 0
o Z J_ d U)
m Q J Q
,a Cc Ir
LLI O m U
Ir
/ d l
U WIr > pC
NC W •°° r//
IEE ° f -fie.
av W
mmr
•. �.. .•a.' (L
LLIr
EF1
II v .
/
—7 1... ° W
i .
/
/ l-- fr
Q
LL s
CURB AND GUTTER/SIDEWALK
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 03/01/02 702
^ N LIMITSOFC k G
14 IN.--.-I� 17 IN.
3 FT. 9 IN.
m (1.17 FT.) mp (1.42 FT.)
(3.75 FT.)
i i \
ro n
ev!
n 1121N.
FLOW
LINE I I
4 IN.
D D D
p D. p D I�ri
(151FT.) I (151R.)-
n
J
DRIVE —OVER
CURB, GUTTER AND SIDEWALK
2 FT 6 IN.
6 IN-
WHERE WALK ADJOINS A CURB, IT SHALL BE
CONSTRUCTED 1/4 INCH ABOVE THE CURB.
4 1/2 IN, SLOPE SIDEWALK TO CURB -
1 1/2 IN.
1/4 IN. TO 1/2 IN. PER FT.
2 IN.�
1 1/2 IN. R
... D 4 IN.
D
2 IN. R
N A e'
'D
D D
D 6 IN. z ' T
4 FT. MIN.
6 IN.
D
12 IN.
m
VERTICAL 6 IN.
CURB, GUTTER AND SIDEWALK
ED
SURFACE
1/B IN. R.
3/4 IN. MIN.
4.43 FT.
1.18 FT. 58 FT 2.67 FT.
=s i
D
.09 FT.
1
V .n.'..
11 FT. .D
.30 FT �' e e A. ' .e. fYp p p D. 4 IN.
I D
DUMMY JOINT
D DI '
FOR WALKS
p p 6 M. o
COMBINATION CURB, GUTTER AND SIDEWALK
"HOLLYWOOD"
(OBSOLETE — FOR REPLACEMENT ONLY)
CURB, GUTTER AND SIDEWALK DETAILS
CITY OF FORT COLLINS
STORMWATER
APPROVED:
DETAIL
UTILITIESCONSTRUCTION
DETAILS
DATE: 11/13/00
D-6
DRAWN BY: NBJ
ab at Fort cow
•
•
0
11
0
1'-
1-1/2' 4-1/2'
1 1/2'R.
1-1 /2' TO
2 R.
.a
� N
e
� w
OUT FALL CURB & GUTTER
(FORT COLLINS ONLY)
6 6' 4-
1 /8' TO 1 /4'R. 1 112' 1 Ar TO 1/4-R.
1/2 R. 1'R.
.
* : n. 6•
• .
112' 3 ASPHALT OR 31/2' 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'
J n
row .�."..:
� LL '0 rL...
e.n ..� A� • 'r..
! n
ROADWAY
PAVEMENT
8' BARRIER CURB 6' MOUNTABLE CURB
(CDOT TYPE 2 SECTION B M-609-1 CURB W/8' REVEAL)
Notes:
a.) Bottom of curb shall be poured to a depth no less than on the compacted subgrade of the pavement.
b_) Raised center medians shall be e' barrier curb or 8' epoxy curb only.
MEDIAN (ISLAND CURBS)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/0
1/07 703
A vJav vn�
X = Curb Transition 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
for to Chapter 26 for minimum removal dimensions.
PERSPECTIVE
W = Width
Ramp If necessary
Right of Way line
BI
Detachetl max.
ax a
Sldewalk I W W W W
W W W I € I W W W W
N
i W W I I W W W W
N I Attached
W E Sidewalk
6-
1:12 max. N 1:12 max.
Beck of curb
FL
o
T— — — B Lip
TYPE I X=2'min. Driveway Width Varies x=6'-a" TYPE II
w
3 IXPANSION Z
J
t= 7 72 (max. Om JOINT O
�..• 1:24 LL N �j'
WALK
J SECTION B-B Mj
NOTE: 0 N.T.S.
CL
EL
WALK Y
1. Concrete driveway must be
provided to the property line. 0 1:46 SLOPE
M 1/4'PER
TT—
Expanslon joint B drNe WALK 2•
continues as concrete SECTION A —A t
N.T.S.
STANDARD DRIVEWAY APPROACH (TYPES I & II)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 706
1]
L_J
Ir 1
u
�
�
�
)gym
�ƒ /(§ -a ,
�# 3\$ ) m k 20
\ E cl ®
0 \ o e -
* } F !)
' / § < § /}
< 10
/ \\ 0
= 3 E b
7 k° \` E
! ° || k
ƒ� } } ( _ o ou
f�° #
\ IW
c v |
)
i �` (
0 �, Z '6 ® c m
) )j � !§
= ) ®
kj0
|\\
/7 §2 2"o
\t\a ;
20 j } j ° d � + \f
F : } ® Ott};§
m . a o
� \ 7 \ �\}%\
§ \ § !£)C)0-
( (�7Elk2e
z,w¥: ,
7�1,1�
§)
\
}
\
SADR DRIVEWAY APPROACH (HIGH VOLUME DIVETYPSmaIV
2m eemmY mm2ulON 2gSol, p: 2 gRAmN
URBAN 2E Al2
J22 £Agmm ATE: kA1A7 707
a
3
OZ
it
U Oir
0
`
O
U
O
W
O
J
r
J
pt d
O
U
I I
n
a
O
c
00
O
3
z
w p
v
O
2'
O
O
c
W
d'
W
�
3
Q
Q
x
w
_
D
v
o
3
w
II
Z_ . W Z_ W
J
OEn
Q' r
�
r W
OO O �
J
- J
Z_
zo
Z
o
0o
p� 3�
g
ao
OQ ��
JCL
a:
Z
OO
J
w�
—
1
000
0m
z
ZJ
Li
DO
Q
Q O
Nw
Q
U
•.•
=w
o
`
I
qya
OF
J
Q
:°
¢
N
Q
r a
O
L)
¢ \
Z
z
O
Op
Of
D•
� � �
a '
Z�
uj +
O
U N
cr>
z_ z
U
uJ
w
ON
Z_
z
I.J U'
W
0
xWC)
J
�Z
t0
o
�W Fn
N
-0
z
3
�a�
ZaW
CfpV
909
:
'':
wzw
rrrn
Ww
ax
w Q
>a�
r
O
Z
y
T
N W
Z =
J —
e
N
e
00
¢
r
x
w
0
X
N
N
W
v
O7
�
N
5�
0
ox,-:
¢
v
f7
v
2
ax
3 y c
03
Z
O
w�a
o
�
0
J O
•�
U
�
a vri vyi
Q
o
a 5
U
U
STREET INTERSECTION CROSSPAN
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 708
0
El
0
X --I
(Varies See Plans
1 11� 4
— --------- — d;T(Vades'
,
Sea Plants)
:A
6- SECTION B-B 9
F
Attached
bj —Sidewalk—
F_O. C
13 0
co
5/8' Rolled Steel Tread Plate
(diamond pattern)
Dimension Variable
A A
Retaining Screws at
C V-0'or as Directed B
Detached Sidewalk
Notes: PLAN VIEW 5/8'Rolled Steel Tread Plate
low- 'te M
1. Length of steel plate varies. L = 1 1/4'x 1 1/4'x 1/4" 1/2* x 1' Flat Head Mach.
2. Chase and cover plate run from . : * - , . Screw Brass or Electro-gatv.
Right of Way line to flow Ilre unless 4 finish 12"on center
approved by the Engineer. (typical both sides)
With curb walk, cover plate extends �Anglo Iron to be drilled and
from property line to top of walk face. threaded to receive screw.
Irncrete to be drilled to allow
3'#4 Bar Welded at 12'on screw to extend Into the
center, Nelson Standard Anchor SECTION C-C concrete
or equivalent. (typical both sides) (typical both sides).
COMBINATION CURB, GUTTER, AND SIDEWALK
e V
- VERTICAL CURB, GUTTER, AND SIDEWALK
SECTION A -A (2 VIEWS)
STANDARD DETAILS FOR DRAINAGE UNDER SIDEWALK '�\N
LARIMER COUNTY CONSTRUCTION I
REVISION NO: 1
--
DRAWING
URBAN AREA DRAWINGSSTREET STANDARDS I ATE: 04/01/07 709)
6 IN.
F
3 FT.-6 A
BL
6IN.
T_
I
STEEL DECK RING
IN.WITH
A
24 IN. NERVY 1NVER COVER BY
MACLEAR OR APPROVED EQUAL,
F6
I O
I 6 IN. —I
6 IN. THICKSIDE
(TYP.
BOTH SIDES)
BOTH SIDES)
6 M
rAR, CURB 6 SEE DETAIL 'A' FLOW LINE
<TYPDES)
4 FT. OPENING
H FT.
A
PLAN VIEW
11 BS FLUSH N7S
WITH CURB FACE 0 BAR
18
1 1/2 IN. R LONG
1/4 IN.-1 IN. LEG
6 IN.
2 IN. 4M1
6 IN.
MIN.
,' _`i�y, _•,_
•
I
5 BAR'
/2d
1 IN. PIPE SPACER
7S
AND 1 1/4 IN. LOCK NUT
' .
1 1/4 IN. DIA. X 24 IN. GALV.
STEEL ROD - THREADED
3 1/2 IN. AT TOP.
1/4 IN.
10
IN.
EMBEDMENT
3 IN. X 3 IN. X 3/6 IN.
PLATE
I
6 IN.
SSL
�HBCK OF ASSEMF
B MANHOLE
RUNGS_
NORMAL FLOW
6
i
CURB FACE ASSEMBLY DETAIL
GENERAL NOTES
1. SEE ➢-]B FOR REINFORCEMENT. 5. T SSILAD F It ETEEHALL BE SLOPE TO
2. FLD R OF INLET SHALL BE SHAPED WITH MA SIDE K. S D 6
ADD ]ON CONCRE E TO FORM INVERT S. EXPOSED STEEL SHALL BE GALVANIZED IN
TO IPE CONNECT DNS, g ACCORDANCE WITH AASHTO M-111.
3• MANHOLE JUHT NG4 FTp AND GREATER FOR DETAIL 'A'
4. SIDEWALK 5 PLL BE 6 IN. THICK FOR 3 FT. A
ON EITHER SIDE OF INLET.
CURB INLET-4 FT. OPENING FOR VERT. CURB & GUTTER
CITY OF FORT COLLINS STORMWATER APPROVED:
UTILITIES CONSTRUCTION DETAILS DATE: 11/19/02
qb of ►utt cNuw DRAWN BY: NBJ
1 SECTI❑N A —A
TOP OF GUTTER
IN,
SECTION B—B
WARPED
GLITTER
ALTERED I
FLOW LINE
6 IN,
FOR I
DETAIL
D-7A
•
E
• IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 1st day of April 2014.
IN PRESENCE OF:
40pPOR4T"
SFP�I,
.a
ety.S�91�9
Principal
Vogel Concrete, Inc.
MR<
6330 S. College Ave., Fort Collins, CO 80525
(Address)
Other Partners
By:
By:
Surety Contractors Qonndingg'and Insurance Company
By:
5300 DTC Parkway, #330, Greenwood Village, CO 80111
(Address)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
0
fe
4 FT
A pol
8 IN. O.C. ---I �- ,-601 / 501\
9 IN O'CT
6 IN JOCIN
oil
Ep'-FLOW
LIM
A-.4-1
PLAN VIEW
NTS
TABLE 1
MARK
DIA,
IN.
O.C.
SPACINGREQ'D401
'
LENGHT
8 IN.
4
3 FT, 10 IN.
402
1
T
l2 IN.
■
7 FT. ID IN.
4D3
12 IN.
JTPE
6
7 F7. 4 IN.404
I/2 IN.
12N.
14■12
[N.■3FT.
IN.2
2 INS406
12
■
4072
9 FT. 0 IN.
408
12 N.
4
3 Fi. 4 IN.
501
5/8 IN.
9 IN.
II
2
9 FT. 0 IN.
502
5/8 IN.
9 IN.
lI
4
503
5/8 N.
9 N.
FT. 0 IN.
504
5/8 IN.
6 IN.
3/4 IN.24
ti
IN.1
FT. 6 M
TYPE II
TYPE
TYPE III
r v
TYPE IV
IN
■VARIBLE WITH HIGHT, REFER TO TABLE 2. \ I TYPa VII
IV' IN TYPE VII
LOOP
12I .
LAP
BAR BENDING DIAGR
GENERAL NOTES,
(DIMENSION ARE OUT TO OUT OF AM
1. QUANTITIES INCLUD VOLUMES OCCUPIED BY PIPES. BAR)
STRUCTURAL STEEL REINFORCEMENT AROUND
PIPES ARE NOT INCLUDED.
2. KEY JOINTS WHERE WALSS CONNECT TO TOP
SLAB AND BASE.
3. REINFORCEMENT IN WALLS AND BASE SHALL BE I 3 N, FROM THE SIDES EXPOSED TO EARTH.
RENFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR.
P FT. � rT - c TM
SECTI❑N A -A
NTS
2 FT. 5 FT. 2 FT
r402 /,04 ANCHORS
SECTI❑N B-B
NTS
TABLE 2
I H LE HT C.Y. LB.
402 405 404 1 406 CONC. STEEL
PF76
. 6 IN IO 6 3 FT. 2 IN.2 FT. 1 IN. 10 6
. 0 IN 12 B 3 FT. 8 2 FT. 7 IN 12 8
. 6 IN 12 8 4 FT. 2 IN 3 FT. I IN 12 8
. 0 IN 14 10 4 FT. 8 IN 3 FT. 7 IN 14 10
. 6 IN 14 10 5 FT. 2 4 FT. 1 IN 14 10
0 IN. 16 12 5 FT. B I 4 FT. 7 IN 16 12
6 IN. 16 12 6 FT. 2 IN. S FT. I IN 16 12
0 IN. IB 14 6 iT. B IN. 5 PT. 7 IN IB 14
6 IN. IB l4 FT. 2 IN 6 FT. 1 D1. IB 14
6 IN. 20 l6 FT. B IN 6 PT. 7 1N 20 16
6 IN 20 16 8 FT. 2 I 7 FT, I IN 20 l6
0 IN 22 18 8 FT. 8 I 7 FT. 7 IN 22 18. 6 IN 22 22 9 FT. 2 IN. B FT. 1 IN. 22 22. 0 24 24 9 FT. 8 IN B FT. 7 IN 24 I24
CURB & GUTTER (REINFORCEMENT)
CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL
UTILITIES CONSTRUCTION DETAILS DATE: 11/21/02 p_7B
DRAWN BY: NBJ
CURB & GUTTER (REINFORCEMENT)
CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL
UTILITIES CONSTRUCTION DETAILS DATE: 11/21/02 p_7B
DRAWN BY: NBJ
BY
7
6 IN. THICK
0
SIDEV4LL CTYP.
I
BOTH SIDES)
L I
OF
6 IN
6 IN.—
SEE DETAIL 'A'
WARPED CURB L
4 FT. OPENING
OW LINE
14 IN.
MP
GUTTER m
7 Y
20H SIDES)
-Ti
FT.
__II
A
PLAN VIEW
BE 8.3 FLUSH -
WITH CURB FACE
2 IN. 1 4-1
NIS
1 1/2 IN. R
1/4 IN. -I P
2 FT. 4 FT, 6 IN.
1 61 6 N.
_F
SEE CURB FACE -
ASSEMBLY DETAIL
MANHOLE —
RUNGS-12 IN. OZ.
FOR
J-
6 IN.✓F SECTION A -A
NORMAL FLOW LINE--k TOP OF GUTTER
WARPED
GUTTER
6 IN.
e,l _. S BAR F
`ALTERED
1 1/2 IN. PIPE SPACER 4
FLOW LINE
AND 1 1/4 IN. LOCK NUT
6 IN.
6 IN.
>
IN GALVI
--I% SLOPE FOR
1 1/4 IN DIA. X 24
STEEL ROD - THREADil
DRAINAGE
3 1/2 IN. AT TOP.
1/4
DL
10 IN.•
EMBEDMENT •6
IN,
3 IN. X 3 IN. X 3/8 IN. F_
PLATE
SECTION B-B
EOTD CHANNEL
CURB FACE
ASSEMBLY DETAIL
IN
WALL
TO OUTSIDE
EDGE OF WALL
GENERAL NOTI
1. SEE D-BB FOR REINFORCEMENT.
5. !WP SLJJDEF INLEJ PtLL BE SLOPE TO
ATCH WALK, E -6.
2. FLOOR OF INLET SMALL BE SHAPED WITH
INVERT
ADDI]ION COMERLIL TO FORM
TO PIPE CONNECT DNS,
6. EXPOSED STEEL SHALL BE GALVANIZED
IN
3. MANHOLE RUNGS STILL RE REGUIRED FOR
INLET HEIGHT 4 F . AN GREATER
ACCORDANCE WITH AASHTO M-111.
DETAIL 'A'
4. SIDEWALK SFPLEL BE 6 IN. THICK FOR 3 FT.
ON EITHER S B OF INLET.
CURB INLET-4
FT. OPENING DRIVE -OVER
CURB & GUTTER
APPROVED:
DETAIL
CITY OF FORT COLLINS
STORMWATER
UTIL111ES
CONSTRUCTION DETAILS
DATE: 11/21/02
D-8A
DRAWN BY: N13J
UPI d F* Caffy
7
0
�_l
0
•
6 IN.
z_
t- M
B
1 M
L 17 IN.
1
14TFT.
I
A --*�
3 FT. 5 FT. 3 FT.
11 FT.
A
PLAN VIEW
TABLE 1
BAR LIST FOR CURB INLET
NIS
MARK
DIA.
D.C.
TYPE
NO
LENGKT
1N,
SPACING
REO'D
402
8 IN.
11
4
3 FT. 10 IN.
4M
I
12 IN.
III
•
7 FT. 10 IN.
4D6
12 IN.
IV
6
7 FT 4 IR
407
2
IN
12 IN.❑
14
i PT. 2 IN.
410
1
12 IN.
II
4
411
12 N.
11
2
9 FT. 0 IN.
4I2
12 IN.
Vil
4
3 FT. 4 IR
501
5/8 IN.
9 IN.
11
2
9 FT, 0 1N.
502
5/8 1N.
9
II
1
4 FT. 6 IN.
503
5/8 IN.
IN.
9 IN.
❑
1 1
9 FT. 0 IN.
504
5/8 IN.
6 IN.
VIII
2
4 FT. 8 IN.
601
3/4 IN.
-
-
1
B FT. 10 IN.
8[8.5
-
-
1
5 FT. 0 IN.
ANCHOR
1/2 IN.
24 IR
-
2
I FT, 6 IN.
I
—}—+—p1T TYPE
Stra
W20 IN. TYPE
'U'
W20 IN. TYPE IV
"U'
B. IN. TYPE VII
N VARIBLE WITH HEIGHT, REFER TO TABLE 2 ent
11 IN.
TYPE V11I
30 1N. Loop
12 IN.
LAP
BAR BENDING DIAGRAM
GENERAL NOTES: (DIMENSIONS ARE OUT TO CUT OF BAR)
1. QUANTITIES INCLUDE VOLUMES OCCUPIED BY PIPES.
STRUCTURAL STEEL AND REINFORCEMENT AROUND
PIPES ARE NOT INCLUDED.
2. KEY JOINTS WERE WALLS CONNECT TO TOP
SLAB AND BASE.
3. REINFORCEMENT IN WALLS AND BASE SHALL BE
3 IN. FROM THE SIDES EXPOSED TO EARTH.
REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR.
SECTION A —A
SECTION B—B
TABLE 2
OI IANTTFS VARIABIF WTH HFICHT
H
NO. REOD
LENGHT
C.Y.LB.
402
1405
1 404
406
COLIC.
STEEL
3 FT. 6 IN.
10
1 6
3 FT. 2 IN.
2 FT. 1 IN.
25
210
4 FT. 0 IN.
12
8
3 FT. 8 IN.
2 FT. ] N.
2.6
230
4 FT. 6 IN.
12
8
4 ". 2 N.
N.
3 FT. 1 IN.
2.B
236
5 FT. 0 IN.
14
10
4 FT. 8
3 FT. ] IN.
2.8
236
5 FT. 6 IN.
14
10
5 FT. 2 IN.
4 FT. 1 IN.
3.1
262
6 FT. 0 IN.
16
12
5 FT. 8 IN.
4 FT. ] IN.
3.2
282
6 FT. 6 IN.
16
12
8 FT. 2 IN.
5 FT. 1 IN.
3.4
288
] FT. 0 IN.
18
14
8 FT. 8 IN.
5 FT. 7 IN.
3.5
306
7 FT. 6 I .
18
It
T. 2 IN.
1 IN.
314
8 FT. 6 IN,
20
IB
8 FT. 2 N.
7 FT. 1 IN.
8 FT. 0 IN.
22
IB
B FT. B IN.
7 FT. ]IN.
N
9 FT. 8 IN.
22
18
B FT. 2 IN.
8 FT. 1 IN.
10 FT. 0 IN.
24
20
B FT. 8 IN.
8 FT. 7 IN.
CURB INLET-4 FT. OPNG. FOR DRIVE -OVER CURB & GUTTER (REINFORCEMENT)
CIT" OF FORT COLLINS STORMWAILR APPPOVCD DETAIL
UTILITIES CONSTRUCTION DETAILS DATE 11/25/02 p_8B
cr rr Icn DPIN B) NBJ
A-7 EXTEND WALK 1 FT.
BEYOND NORMAL BACK
OF WALK.
3 FTC F�6 IN. 604 BARS
1 T.
I
C
9 IN.
6 IN. TH]CK L_
5 05 BARS AT
9 [N O.C.
C
SIDEWALK
L
(TYPJ
J}
4 FT.
B
6 IN
1 FT.
I
2 05 BARS AT
6 IN O.C.
'IT
BACK OF CURB
SEE DETAIL 'A'
L6 IN.
/
O
11 N.
INE
04 APS A
a N nr
VAPPF3 CUP 6
GN FP ( )P)
2
FT.
A
DETAIL "B"
BE 8'5 FLUSH
WITH CURB FACE 1 12 IN. R BAR
/ loll LONG
/4 IN.-1 IN. LEG
2 N.
2 IN. •�
6 IN. 6 IN.
2:1 N 5 BAR
p
1 1/2 IN. PPE SPACER
AN 1 1/41N. LOCK NUT
8 IN, T 1 1 /4 IN. DIA X 24 IN. GALV.
3 IN. S L ROD — THREADED
3 1/2 IN. AT TOP.
61N.
4 IN.
3 IN. X 3 IN. X 3/8 IN.
PLATE
6IN. DETAIL "B"
8E8.5 WITH 1 1 2 IN. DIA. HOLE
IN CENTER - EX ND CHANNEL TO
OUTSIDE EDGE OF WALL --1
SEE DETAIL
•B• ¢4 BARS
6 IN
6 IR
15 BARS
B 1/2 IN.
T
1x SLOP —7
7.
6 M
#4 BARS
/4 BARS-12 IN.
O.C.
BOTiWAYS
SECTION A —A
a IT n m. 3 IT 6 1N.
WARPED GUTTER DEPRESSED GUTTER
UP OF CURB 2 IN
WARPED GUTTER
FLLOW ORMLINE ifLLjI FLO LI W LINE
SECTION B-B
(REINFORCEMENT NOT SHOWN)
/ 4 BARS
5 BARS
GENERAL NOTES,
I. SIDEWALK SHALL BE 6 IN, THICK FOR 3 FT. ON
6 IN.
EITHER SIDE OF CULVERT.
ADD 1•Y 4 BARS
D`1 / 4 BARS
2. TOP SLAB OF CULVERT SHALL BE SLOPE TO
14 1/2 IN.
MATCH SIDEWALK, SEE 11-6.
3. EXPOSED STEEL SHALL BE GALVANIZED IN
ACCORDANCE WITH AASHTO M-111.
4. KEY JOINTS WHERE WALLS CONNECT TO TOP
SLAB AND BASE.
qq BARS-12 IN. O.C.
�pTHWAYS
5. REINFORCEMENT IN WALLS AND BASE SHALL
SIDE EXPOSED TO EARTH.
SECTION C— C
BE 3 IN. FROM THE
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:
I
DETAIL
UTILITIES
CONSTRUCTION DETAILS
DATE' 12/19/00
D-1
Z
<m a1 Fort Cdft'
DRAWN BY: NBJ
E
C, J
EXTEND VALK I FT.
BEYOND NORMAL BACK
/ 4T 1
OF WALK.
3 FT. 6 IN. _ 6T4 BARS
RC I~ 1 TN. .
1 T.
L
C 9 IN. IRS AT C g[ 8.5 WITH 1 1/2 IN. DIA. HOLE
6 IN. THICK L—. IN CENTER —EXTEND CHANNEL TO
SIDEWALK
(TYP.)OUTSIDE EDGE OF WALL. —
4 FT. v
6 IN
1 FT.S AT
B (TYPJD.C. B
TURB BINrW
AIL 'A'1] IN II IN'DETAILWLINE
14 IN 44 VARPEO CURB B
L
SEE DETAIL
,B• N4 BARS
A s IN.
DETAIL "B" 6IN. NSeBARS e%z
' 1% SLOPE
6 IN.
NTH
C 8
FLUSH #4 BARS t
WITH CURB FACE 1 1/2 IN. R 1411 . LONG N4 BARS-12 IN. O.C.
1 4 IN.-1 IN. LEG BOTHWAYS
•
21N.
SECTION
A —A
2 IN.
4:1 a
6 IN.
.ad
6 IN. 3 FT. 6 IN.
4 FT. D IN.
3 FT. 6 IN.
2:11
N 5 BAR
WARPED GUTTER
DEPRESSED GUTTER
WARPED GUTTER
=
TOP OF CURB
i 1/2 IN, PIPE SPACER
AN 1 1/4 N. LOCK NUT
8 IN.
F
T 1 1/4 IN. DIA. X 24 IN. GALV.
• a
1 IN STEEL ROD — THREADED NORMAL
3 1/2 IN. AT TOP.
3 1/4 IN
LTERED
FLOW LINE
FLOW LINE
3.
IN
<
SECTION B—B
6 IN. .
a IN.
(REINFORCEMENT NOT SHOWN)
3 IN. X 3 IN. X 3/B IN
PLATE
—L
11 FT. 0 IN.
6". DETAIL "B"
1 FT.
GENERAL NOTES,
N 4 BARS
5 BARS
1. SIDEWALK SHALL BE 6 IN. THICK FOR 3 FT. ON
6 IN
EITHER SIDE OF CULVERT.
ADD 1 N 4 BARS
.—ADD 1 N 4 BARS
2. TOP SLAB OF CULVERT SHALL BE SLOPE TO
14 1/2 IN.
MATCH SIDEWALK. SEE D-6.
3. EXPOSED STEEL SHALL BE GALVANIZED IN
1
ACCORDANCE WITH AASHTO M-111,
4. KEY JOINTS WHERE WALLS CONNECT TO TOP
SLAB AND BASE.
4 BARS-12 IN. D.C.
oTHwgrs
5. REINFORCEMENT IN WALLS AND BASE SHALL
BE 3 IN. FROM THE SIDE EXPOSED TO EARTH.
SECTION C — C
REINFORCEMENT IN TOP SLAB SHALL BE
1 1/2 IN CLEAR.
CONCRETE CULVERT FOR DRIVE -OVER CURB, GUTTER AND WALK
APPROVED:
DETAIL
CITY OF FORT COLLINS
STORMWATER
UTILITIES
CONSTRUCTION DETAILS
DATE: 12/20/00
D-13
asdm
DRAWN BY: NBJ
"Wil
1 IN. MIN. a
AROUND H
PIPE
I I
Ili I
T
1 u
f`
-NO. 12 GRATE AND FRAME BY
MaCLEAR OR APPROVED EQUAL
A
35 3/4 IN.
1 4 IN. 6 IN. 23 3/4 IN.
14 IN.
INLET GRATES - /
FLOW LINE OF
INLET AND
CONDUIT
1 47
SECTION A —A
GENERAL NOTES:
1. AREA INLETS MAY BE USED FOR
DRAINAGEWAY OTHER THAN STREETS.
(EXAMPLE, PARKING LOTS, MEDIANDS,
SUMP BASINS)
N. i N. qR. R LF. H 6
�4 0 12 IN. .. .' •, 12 1N.
CTRS. (TW-) ' f.:_. LAP
r �; T CRETE I 1 -
H
12 IN. MAX' \ FL1
STEP
SPACING S
�7
6 W. TYPICAL WALLS
AND FLOOR
SECTION B—B
AREA INLET
APPROVED:
CITY OF FORT COLLINS STORMWATER
UTILITIES CONSTRUCTION DETAILS DATE: 12
ctb a1 Fart cow UTILITIES
BY:: NBJBJ
3 IN. % O.F. I
2 N. LF.
}4 O 12 IN.
CTRS. (TV.)
DETAIL
D-9A
n
LJ
0
N
E
O
ZI
0
V
hm2�
h
R
M
R
to
0:: Q
W
m
Z
0
Q
0 N
z Q
F-
0
0
0
o
z
W
C
Z_
—
J
w
r
�
O
O
V
W
0
U
&—�
Q
aaaoaa L0
Lli
oao�aaCD
8
V
h0,
a
Z
0
f
rC�
ID
v/
yy
y
W L
a
�g
N
C{y
U
0
V
L
lV-
D m
m Q
�
Q�
Q
in
O
z
R
Y
J
W
V /
_J
Q
W
LLI {~-
ja.
Z m
�?
O
Q U
Q
CO a:
cr.
O
W
O
J
O
z
O
J'
U
�— LW
z
c
Q
U cC
z
�OZ
CC
LLJ
LLJ
O
•
z
W
Alley
F
•
•
Border
(fYP.)
Drive -Over or
Vertical Curb
& Gutter
101C101
1(7,X101
SIGHT
Construction Joint
Curb
SIGHT AREA 0' Curb
Walk 1:12
e I
nl�
oily
S' minlmum thick
1
1.,_Walk12
N
� concrete
`1
°r
O'Curb
Truncated Dome
Parkway
Warning Detection
Nl� Vertical �Warning Detection Parkway
6• Curb 1 G Curb
STREET
ALLEY W1 SIDE DRAINAGE
Drainage May Cross the Walk Up to a Maximum
of 0.5 cfs for the Design 2 Year Storm.
Alley
\FL-j�
\ I /
Concrete :+
Alley Drainage Inlet or Other
Drainage Collectlon
R.O.W. System shall be designed
(TYP.) for 2 year storm minlmum_
10X10'
SIGHT / / \ \ SIGHT
AREA / \ AREA
m
Walk 124 1; I o�c� 8' minlmum thick 1`24 Walk
s
+— concrete
Or Cu b
Parkway ��i O'Curb parkway
Warning Detection See Tables 8-1 &
8-2 For Radfl
STREET Requirements
ALLEY W1 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
IARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 803
Depress ring 1/4'to 5/8' below
adjacent finished street grade
Cover
Final asphalt Ilft,
overlay or grade
adjustment
Existing base course
Support with Steel Shims
and pack with High Strength
Grout
Slope up to match
finished pavement
NOTE:
1. Grout shall be a mixture of 100 Ina Grout mix, 26 Ibs
water (3.1 2 Gal), and 100 Ibs of sand conforming to ASTM C 35.
2. Manholes shall not be located In crosspans, gutters, or wheel path.
3. Shim and grout t0 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
S STANDARDS DATE: 08/07/00 1201
•
• SECTION 00615
PAYMENT BOND
Bond No. CSB0010372
KNOW ALL MEN BY THESE PRESENTS: that
Vogel Concrete Inc
6330 S College Ave, Fort Collins, CO 80526
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm), Contractors Bonding and Insurance Company
(Address) --5300 DTC Parkway, #330, Greenwood Village, CO 80111
hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins,
300 Laporte Ave. Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to
as "the OWNER", in the; o nal sum One Million Five Hundred Seventy -Three Thousand
Four Hundred Sixtv-One Dollars and Seventv-Eiaht Cents ($1.573.461.78) 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,
7361 Concrete Maintenance Project Phase I — 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.
f`�
n
u
Il
u
oemcnas t3\'Ja k
12' Expansion
Jo T mmel
DETACHED
qE EWALI
NOTE:
Driveway
Sldewalk
S Commer l
r E Resdeniel
r-1/l Fxpansiw
Joirtt Materiel
ATTACHED
SIEEWAU
SECTION A -A
Nls ..lk TIYo .. snail sa mnr-rnum.
I. 3i lk grade &F I remelt con mnt across dew
2. For di.awW tladgn regrtemientp, pee GONST. OWO_ 7M & TO].
3. TM1 d.ta appMon t0 Rpaklantlpl & Cornmorml diMCw .
STANDARD SIDEWALK
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1601
d 4
d
� d
i' • �
•r
r r
_— slope �alk to curb 1/4• per foot.
• .d
'4 • d
NOTE: Construct aldawalk v Ir is at 1 M ntarvals
and eiyned v.•Rt sco��U on cum.
ATTACHED SIDEWALK DETAIL
Slope: Minumum 3111
Ma>imum 3,Yt Slope eilewalk to curb 1/a• par foot.
DETACHED SIDEWALK DETAIL
1 /4 SLAB THIGKNSS
ie ...�'. i..
e
.w ..-1/41.1 .. S
a
•
d '
WEAKENED PLANE JOINT
9
1 Pt EJ wtwri
T-'
ete�l
d
• '
INSTALL IN LOCATIONS SPECIFIED
IN CHAPTER 22
EXPANSION JOINT
0
SIDEWALK DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1602
•
r�
•
•
Curb to retain
ground behind the
walk, If needed.
2 (Radlus varies)
Transttlon
beck of walk
(yp-)
Truncated Dome
!-I-Warning Detection
Wood float \r
'lost
finish ••
ramp
°
CID c
f•
s�,
P
Walk
Broom finish a�
D•�`c1� e
Curb
Gutter
'"° 6
s�
e�o�
Wood float flnlsh thru ramp
Walk Broom finish
Curb
Gutter
Curb (optional)
CORNER LOCATION Ony If needed
--1 A ------74rTransltlon back of walk (typ.)
4A
I 6 I 5' I 6' I
Truncated Dome
o t (min.) T T� (min.) Warning Detectlon
z
n MID -BLOCK LOCATION
at the comers of the
3 truncated dome warning
$ 2'-0' 6'
atruncated dome warning
m detection C
Slope3
io ,< (max.) o
E a ' LL
�. q ...a .. . . c
a' (fl E
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_ DWO_ 1606(a) and 1607 for Fort Collins.
4. See CONST_ DWG- 1614, 1615 and 1616 for Loveland.
1:12
sop. Broom finish
ACCESS RAMP DETAILS
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1603
ARTERIAL
7ROWaD Une
ARTERIAL / COLLECTOR
2
J
Q
R=6'
Wcc
io
I—
Q �
y s- ro
9�
P' a
J
Q ROW Une
E
10' 6' H 10' 5'
(min.) Q
16' 15'
ARTERIAL / ARTERIAL ARTERIAL / COLLECTOR
For Corner Radlus > 35'
DETACHED WALK / INTERSECTION DETAIL
2LARIMER COUNTY CONSTRUCTION REVISION N0: DRAIfING
UR3AN AREA DRAIPINGSC I F STANDARDS DATE: 08/07/00 1604
LJ
011
n
u
Note:
Use of this detall requires speclal approval In
Fort Collins by the Local Entity Englneer_
DETACHED WALK / INTERSECTION DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRA{9ING
URBAN AREA NSTR CTI
STREET STANDARDS DRAWNGS DATE: 04/01/07 1605
1.5' TRANSITION, 0.5, TYP.� i1.5' TRANSITION
W
W
W W
W V
W W
W W
606060606
0000
°°°°°°°°°
2•
C
W
i W
W W
W
W W
V W
Flared
Optlon
W W
W W
W W
W
i W
W W
W W
W W
i
Truncated DanN
W W W W W
Warning Detecton
W -
-FLARE
OPTION W
A V
°°°°
000°
0000
Truncated Dome
4' MIN. 0000
Wam6�g Detection
1' H. Max
I
o°o°
8' CURB 000p
0' CURB
o°O
0 0 .._.._..—..—
CURB OPTION
°
Y
2'
CURB
1:25 elope
t-B' or as speciDed )
(maxFL
1;1-? E
MAX
Jj'i ��' •L•..A
`BOWLINE
STANDARD GRAY CONC TE`
e'
L1P OF GUTTER
RAMP WITH PARTIALLY COLORED CONCRETE
PLAN VIEW
SECTION A -A
N.T.S.
N.T.S
NOTES:
1. NO JOINTS ARE ALLOWED IN THE FLOWLINE. SIX INCH WIDE CURB OR 'DUMMY JOINT' MAY BE TOOLED NO
CLOSER THAN 6 INCHES FROM FLOW LINE AS SHOWN.
2. MINIMUM CONCRETE THICKNESS IS B 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 61NCH 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 -ON' PIGMENT BE USED TO COLOR THE LANDING AREA.
8. T- THICKNESS (AS SPECIFIED ON PLANS OR LOCAL ENTITY ENGINEEF).
PEDESTRIAN RAMP DETAIL (For New Const. & Alterations)
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS 04 O1 07
STREET STANDARDS DATE: 1606
•
•
ul
is
FORT COLLINS ONLY
3
ed
c iij O
�
n
c
3
o m
12
o
E r
S E 0 �
�
:s Z
t
3
¢ _N
V
•-
_ oa
a
�s
siy
ow Sa
c H
EJ
75
RESIDENTIAL LOCAL STREET ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1 6 0 6(a)
FORT COLLINS
ONLY E
-2�2
s V U
N
LL
U t, ULL
N
m LL
O0=10
m
A�A.
oc
mN
OC�O
s
a Q =sd
nSl
O&JO
3 mN+rV+ o,=dh
0000
m
+m+m+
Varles
E fV
a OONO
E OI�JO
A - tiA
E a 3
fno ob o
OOc
CG A0
c;
0 2 yet
C P YS t0 A m ZIH A N t 1
O ICJ 0
0000
o
al
U
N
u_
N d N N 2> LL c
68
C
N A w a
� o E9.2 fa d a
d H
U a O d C LL
206 6Yos' d QE
m
h
E A E E 9a, 6 i 9 a
2 c o m U m A
0`
`��.
=
N
OC—O
m
C—=a y9a-a9=a
LL
00 2J00
^--
OC`�00
O
"~ — aN
�0 00
`.
zlf
��\
O oc. 000
OCA00
aL
earl 0
Z
a
CV
a)
r:
`O
c
�
U
d
c
U
cn
4n�
o c„ o s'
cO
E
EOCc)oO
_O
O0000Varlest:�j
D000
0 1, �� Q
-)ellaaell eelda
9P W�
C�1
r
O 1i i
a
0"']
LL
U
� ♦_
0
m oo—j
LL
UOQ
TRUNCATED DOME WARNING FOR ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 I607
•
•
L,
•
4• Mln- Flat Rest Area
4' Mln.
1112 MAX 1:1�y Show street surface
r'.
SECTION A -A
Minimum area of
nose Island 50 ft'
Truncated Dome
Warning Detection
(bp-)
A Min. 4' A
Upon
re
e
6 Stop Bar al
Mln. traffic signals
Sidewalk wldth shall conform to width
requlrements for the street classlrlcatlon
NOTES:
1 . No storm water shall drain through
pedestrian re/uge.
2. Pedestrlan refuge area shall be In line with
cross walks.
_ 3. Crosswalk to line up with ramp & Refuge Area.
MEDIAN ISLANDS & PEDESTRIAN REFUGE AREA
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGSSTREET STANDARDS DATE: 04/01/07 1608
4'-0' (Min. Width)
Sidewalk Addldon
�1
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 jclnts to existing tooled joints.
EDGE SURFACE
1 /8' R.
° 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 REVISION NO: DRAWING
MAN AREA CONSTRUCTION
STIRFI F STANDARDS DRAWINGS I DATE: 08/07/00 2501
•
• IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this 1st day of April 2014.
IN PRESENCE OF:
pHrvnA jam'. '.fni
. c'1
SEAL . ab
Principal
Vogel Concrete, Inc.
6330 S. College Ave., Fort Collins, CO 80525
(Address)
Other Partners
M
Surety Contractors Bonding and Insurance Company
By: G(/L// wlAG✓
5300 DTC Parkway, #330, Greenwood Village, CO 80111
(Address)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
•
L
•
d
B w IT z
©3
4 $ r y5A xyy8 U WZ o
Q 4 y�Q� �� �� � e� U /✓~ u
3 90 4 5g
I n �
N Afi
o Gy o £
2 #$moo n 1 m
a ~ tc jam
I o EE�� n
7 i vsjkE E.
G
_ C o p
n a F € IL
X 53 — MO
o
Y k'Yl G a R
C o tl FR U a
3
5� a
a 0
ES
9z
m® a
N a
W
n T o dA
R = _
znz
iA E
d �jG�� u'AER RA lCA C• � � � C � o z
J9a ��
�
0
11
0
0
�
|]
NZ
tf
)
q
�
JMWAW�4
c
,
ƒ
§
\j/\d
q/5
\ \\ Eli !�/)
\|
/\/
\§A
ģ
�10 \}
|y
\�|}
RS
|%
! � I
,
_
)
/�/o
]{:0
\
�
�
I I
§ §
,
0
�-j
E
No Text
n
0
L
SECTION 03500
• PROJECT MAPS
In alphabetical order:
Collindale
Golden Meadows
Irish
JFK
Laporte 2
Martinez
Prospect Estates
S. Shields St.
Scotch Pines
South Mesa Park
W. Magnolia
W. Stuart 2
0
SECTION 04000
EROSION CONTROL AND INLET PROTECTION
INDEX OF ENVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP)
New Construction Activities for Municipalities
1 of 2
Street, Curb, and Gutter Replacement and Construction
1 of 3
Street, Curb, and Gutter Maintenance
1 of 3
Spill Prevention and Response
1 of 4
Utility and Storm Sewer System Maintenance
1 of 4
Utility and Storm Sewer System Replacement and Construction
1 of 3
Power Washing
1 of 3
Vehicle Fueling
1 to 3
Outdoor Fleet Maintenance
1 of 4
Heavy Equipment and Vehicle Maintenance
1 of 4
•
f1
0
•
Parks and Open Space
Maintenance
Spill Prevention and Response
Street, Curb, and Gutter
Replacement and
Construction
Utilities and Storm Sewer
System Replacement and
Construction
Vehicle Fueling
C]
New Construction Activities for
Municipalities
Description
This fact sheet covers new construction activities disturbing less
than one acre not subject to a CDPS Construction permit. New
construction includes, but is not limited to buildings, structures,
capital improvements, roadways, and recreational components
such as trails, restrooms, and other structures. Procedures
provided are general in nature and can be applied to any scale
or type of municipal construction.
When services are contracted, this written procedure should be
provided to the contractor so they have the proper operational
procedures. In addition, the contract should specify that the
contractor is responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Procedures
Obtain all applicable federal, state, and local permits for
construction projects.
• The Colorado Stormwater Construction General
permit applies to construction sites disturbing one
acre or more, or less than one acre but part of a larger
common plan of development.
• A larger common plan of development is defined as
a contiguous area where multiple separate and
distinct construction activities may be taking place at
different times on different schedules under one
plan.
• A dewatering permit may be required if construction
activities require the removal and discharge of
groundwater offsite.
• A U.S. Army Corp of Engineers (USACE) Section 404
Permit may be needed if the work will be conducted
in or impact waters of the United States, including
wetlands, washes, drainages, ditches, creeks,
streams, and rivers.
Applicable sediment and erosion controls may be
installed, such as inlet protection, silt fence, sediment
traps, erosion control logs, check dams, and vehicle
tracking control. Sediment and erosion controls will be
Page 1 of 2
installed and maintained in accordance with approved design criteria and/or industry
standards.
Material stockpiles will not be stored in stormwater flow lines. Temporary sediment
control will be used during temporary, short-term placement while work is actively
occurring.
• Where feasible, grading activities should be scheduled during dry weather.
• Best management practices will be periodically inspected and maintained as necessary.
• Waste containment for concrete washout, masonry, paint, trash and other potential
pollutants will be available when these activities are being conducted.
• Where practicable, non-structural controls will be used, such as phased construction, dust
control, good housekeeping practices, and spill prevention and response.
Employee Training
Train applicable employees who perform new construction activities on this written
procedure. Information regarding how to avoid and report spills will be presented during
the training.
• Periodically conduct refresher training on the SOP for applicable employees who perform
new construction activities.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Cihj of Centennial SOP: New Construction SOP, August 2007.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
0
0
Page 2 of 2 0
CONTRACT DOCUMENTS TABLE OF CONTENTS
BID INFORMATION
00300 Bid Form
CONTRACT DOCUMENTS
00500 Agreement Forms
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
00600 Bonds and Certificates
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (Contractor)
00660 Consent of Surety 00660-1
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
Exhibit GC -A GC -Al - GC-A2
00800 Supplementary Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00960 Application for Payment
SPECIFICATIONS
Section Pages
00300-1 - 00300-3
00500-1
00510-0
00520-1 - 00520-6
00530-1
00600-1
00610-1 - 00610-2
00615-1 - 00615-2
00630-1
00635-1
00640-1
00650-1 - 00650-2
00670-1 - 00670-2
00700-1 - 00700-34
00800-1 - 00800-2
00900-1
00950-1 - 00950-2
00960-1 - 00960-4
A
•
POWER OF ATTORNEY
RNLI® Ckk
a au eom w
P.O. Box 3967 1 Peoria, IL 61612-3967
Phone:(800)645-2402 1 Fax:(309)689-2036
,Row All Men by These Presents:
RLI Insurance Company
Contractors Bonding and Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and
Insurance Company, required for the applicable bond.
That RLI Insurance Company; a Illinois corporation, and/or Contractors Bonding and Insurance Company, a Washington
corporation (as applicable�.-each authorized and licensed to do business in all states and the District of Columbia do hereby make,
constitute and appoint:
W.R. Withrow, Megan A. Brown. Jointly or severally
in the City of Denver . State of Colorado , as Attorney in Fact, with full power and authority hereby
conferred upon him/her to'sign, execute, .acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds,
undertakings, and recognizances in an amount not to exceed Ten Million Dollars
( $10,000.000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the
following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation, and now in force, to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
�rporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
uch other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have
caused these presents to be executed by its respective Vice President with its corporate seal affixed this I Lt day of November, 2(,1,d.
...... .. !'/!0 /ry��
.• jcE ,
J
RLI Insurance Company
••PN• :s+m� �-
PO4r
..........0 . o,4q.
y
Contractors Bonding and Insurance Company
-o. , .m
—�_ l/`
Z"' OOaPOMTs •.7ss
. o =
SEAL g
`Z:
:•SEAL
V ••• 1979 i F
State of Illinois l .•
••.,
Roy C. Die Vice President
$S W49HIN0T0� .•
•••••;
���.��t/I/N, a••
L)
)}
County of Peoria
CERTIFICATE
On this I st day of November 2013
before me, a Notary Public, personally appeared Rov C. Die , who
being by me duly sworn, acknowledged that he signed the above Power of
Attorney as the aforesaid officer of the RLI Insurance Company and/or
Contractors Bonding and Insurance Company, and acknowledged said
instrument to be the voluntary act and deed of said corporation.
I, the undersigned officer of RLI Insurance Company, a stock
corporation of the State of Illinois, and/or Contractors Bonding and
Insurance Company, a Washington corporation, do hereby certify
that the attached Power of Attorney is in full force and effect and is
irrevocable; and furthermore, that the Resolution of the Company as
set forth in the Power of Attorney, is now in force. In testimony
whereof, I have hereunto set my hand and the seal of the RLI
Insurance Company and/or Contractors Bonding and Insurance
Company this 1 St , day of April , 201 4 .
Ge&�" RLI Insurance Company
M. Bock ler Notary Public Contractors Bonding and Insurance Company
_ "OFFICIAL SEAL" Roy C. Die Vice President
OD^1°r's JACOUELINE M. BDMER
¢o
COMMISSION EXPIRES MIW14
057557e920212 A0059913
i
11
0
Saw -cut slurry
Trash
Good Housekeeping
Dumpster/Waste Management
Employee/Contractor Training
Proper cleanup and disposal
procedures
Dry cleaning methods
Related Procedures
Spill Prevention and Response
Street Sweeping
Street Sweeper Cleaning and
Waste
Street, Curb and Gutter
Maintenance
Street, Curb, and Gutter
Replacement and
Construction
Description
Procedures involving the replacement and
construction of streets, curbs, and gutters have the
potential to impact stormwater quality. Materials
involved in these activities should be used efficiently
and disposed of properly.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the
contract should specify that the contractor is
responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Procedures
General
Obtain all applicable federal, state, and local
permits for construction projects.
• The Colorado Stormwater Construction
General permit applies to construction sites
disturbing one acre or more, or less than one
acre but part of a larger common plan of
development.
• A larger common plan of development is
defined as a contiguous area where multiple
separate and distinct construction activities
may be taking place at different times on
different schedules under one plan.
• A dewatering permit may be required if
construction activities require the removal
and discharge of groundwater offsite.
• A U.S. Army Corp of Engineers (USACE)
Section 404 Permit may be needed if the work
will be conducted in or impact waters of the
United States, including wetlands, washes,
drainages, ditches, creeks, streams, and rivers.
Applicable sediment and erosion controls maybe installed, such as inlet protection,
silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking
control. Sediment and erosion controls will be installed and maintained in
accordance with approved design criteria and/or industry standards.
When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry,
sweep it up, and properly dispose of the sweepings or vacuum while saw cutting.
• Do not perform concrete or asphalt paving work during wet conditions whenever
possible.
• Monitor construction equipment for leaks and use drip pans as necessary.
Leaking material containers should be properly discarded and replaced.
Store materials in containers under cover when not in use and away from any storm
drain inlet.
• Wash out mixers, delivery trucks, or other equipment in the designated concrete
washout area only.
Locate concrete washout, portable toilets, and material storage away from storm
drain inlets.
• Material stockpiles will not be stored in stormwater flow lines. Temporary
sediment control will be used during temporary, short-term placement while work
is actively occurring.
• Sweep or vacuum the roadway as needed, during construction and once
construction is complete.
Best management practices will be periodically inspected and maintained as
necessary.
Where practicable, non-structural controls will be used, such as phased construction,
dust control, good housekeeping practices, and spill prevention and response
procedures.
Where practicable, non-structural controls will be used, such as phased
construction, dust control, good housekeeping practices, and spill prevention and
response.
Bridge Construction
Do not transfer or load any materials directly over waterways.
• Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips
might be spilled into a waterway.
Concrete Work
Minimize the drift of chemical cure on windy days by using the curing compound
sparingly and applying it close to the concrete surface.
Ensure there is a concrete truck washout area available or require the contractor to
wash out at the batch plant.
4)
0
• Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste.
Asphalt Work
• Control the placement of road base or asphalt used in embankments or shoulder
backing; do not allow these materials to fall into any storm drain or watercourses.
• Whenever possible, recycle asphalt. If recycling is not possible, dispose of as solid
waste.
Painting and Striping
• If possible, schedule painting and striping projects during dry weather.
• Use thermoplastic or epoxy markings in place of paint whenever feasible.
Use care to prevent splashing or spilling of any liquid material. Follow the Spill
Prevention and Response procedure should a spill occur.
Employee Training
• Train applicable employees who perform street, curb, and gutter construction on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform street, curb, and gutter construction.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date.
City of Centennial, Department of Public Works: Asphalt Program, No Date.
PACE, Stormwater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
For More Information
Name
Address
City, State
Phone
e-mail
Possible Pollutants
Fine-grained sediment
Organics
Oil
Saw -cut slurry
Trash
Good Housekeeping
Dumpster/Waste Management
Employee/Contractor Training
Proper cleanup and disposal
procedures
Dry cleaning methods
Related Procedures
Spill Prevention and Response
Street, Curb, and Gutter
Maintenance
Description
Street, curb, and gutter activities include concrete and
asphalt installation, maintenance, repair, and
replacement; bridge maintenance; and painting and
striping. Procedures involving the maintenance of
streets, curbs, and gutters have the potential to impact
stormwater quality. Materials involved in these
activities should be used efficiently and disposed of
properly.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the
contract should specify that the contractor is
responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Procedures
General
• Protect storm drain inlets and drains with curb
Street Sweeping socks, rock berms, inlet protection, or drain
Street Sweeper Cleaning and covers/mats prior to any maintenance activity.
Waste • When saw cutting ensure that no slurry enters
the storm drain, let the slurry dry, sweep it up,
and properly dispose of the sweepings.
• Do not perform concrete or asphalt patch work
during wet conditions whenever possible.
• Leaking material containers should be properly
discarded and replaced.
• Store materials in containers under cover when
not in use and away from any storm drain inlet.
• Monitor equipment for leaks and use drip pans
as necessary.
• Sweep or vacuum the roadway once
maintenance activities are complete.
0
0
Bridge Maintenance
Do not transfer or load any materials directly over waterways.
Secure lids and caps on all containers when on bridges.
Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips
might be spilled into a waterway.
Concrete Maintenance
Minimize the drift of chemical cure on windy days by using the curing compound
sparingly and applying it close to the concrete surface.
Ensure there is a concrete truck washout area available or require the contractor to
wash out at the batch plant.
Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste.
Asphalt Maintenance
Sweep to minimize sand and gravel from new asphalt from getting into storm
drains, streets, and creeks.
Do not allow asphaltic concrete grindings, pieces, or chunks used in embankments
or shoulder backing to enter any storm drain or watercourses. Apply temporary
perimeter controls. Install silt fence until the structure is stabilized or permanent
controls are in place.
Whenever possible, recycle broken asphalt. If impossible, dispose of as solid waste.
Drainage inlet structures shall be covered with inlet protection during application of
seal coat, tack coat, slurry seal, and/or fog seal.
Painting and Striping
.' If possible, schedule painting and striping projects during dry weather.
Use thermoplastic or epoxy markings in place of paint whenever feasible.
The pre -heater for thermoplastic striping and the melting tanks used during
pavement marking must be filled carefully to prevent splashing or spilling of
materials. Leave 6 inches at the top of pre -heater and the melting tanks to allow
room for material to move and splash when vehicles are deadheaded.
Employee Training
• Train applicable employees who perform street, curb, and gutter maintenance on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform street, curb, and gutter maintenance.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date.
City of Centennial, Department of Public Works: Asphalt Program, No Date.
PACE, Stormwater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
0
s
0
Heavy Equipment and Vehicle
Maintenance
Material Storage
Materials Management
Outdoor Vehicle Maintenance
Vehicle Fueling
Ll
Spill Prevention and
Response
Description
Due to the type of work and the materials involved, many
activities that occur either at a municipal facility or as part
of municipal operations have the potential for accidental
spills. Some municipal facilities operate under Spill
Prevention Control and Countermeasures (SPCC) plans
that include procedures for spill response. Proper spill
response planning and preparation enables employees and
contractors to effectively respond to problems and
minimize the discharge of pollutants to the storm sewer
system.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the contract
should specify that the contractor is responsible for
abiding by all applicable municipal, state, and federal
codes, laws, and regulations.
Procedures
Spill Prevention
• Keep work areas neat and well organized.
• Maintain a Material Safety Data Sheet (MSDS) for
each hazardous chemical. Follow the Outdoor
Material Storage procedures.
• Provide tight fitting lids for all containers.
• Keep containers clearly labeled. Labels should
provide name and type of substance, stock number,
expiration date, health hazards, handling
suggestions, and first aid information.
• Store containers, drums, and bags away from direct
traffic routes to prevent accidental spills.
• Inspect storage containers regularly for signs of
leaking or deterioration.
• Replace or repair leaking storage containers.
• Use care to avoid spills when transferring materials
from one container to another.
Page 1 of 4
s
Use powered equipment or get assistance when moving materials to and from a
storage area. Use care to prevent puncturing containers with the equipment.
Do not wash down or hose down any outdoor work areas or trash/waste container
storage areas except where wash water is captured and discharged into the sanitary
sewer (if approved).
• Conduct periodic inspections to ensure that materials and equipment are being
handled, disposed/recycled, and stored correctly.
• Provide adequate spill kits or lockers with sufficient equipment and supplies
necessary for each work area where the potential for spills or leaks exists.
• Inspect each spill kit or locker regularly and after each spill response. Replace any
spent supplies or repair any equipment that is worn or not suitable for service.
• Stock adequate personal protective equipment.
Spill Response
Safety
Consider safety at all times. Anticipate and avoid all likely hazards. Never approach, contact, or
sample an unknown substance. If a highly toxic or flammable substance is discovered, staff
should leave the immediate area and contact the appropriate identified response authority, such
as the fire department. If there is any question about a substance, contact the appropriate •
identified response authority or other designated representative.
Procedures
Stop the leading edge of the spill. Block or divert the spill to avoid discharge to the
storm sewer system and to minimize the area requiring cleanup.
Determine the source of the spill and stop the spill at its source by closing a valve,
plugging a leak, or setting a container upright. Transfer material from a damaged
container.
• Identify the material and volume spilled. Contact the appropriate identified
response authority or other designated representative if you cannot identify the
material and its properties.
• Refer to the MSDS to determine appropriate personal protective equipment, such as
gloves and safety glasses and appropriate cleanup methods.
• Clean up spills immediately to prevent spreading of wastes by wind, rain, and
vehicle traffic and potential safety hazards.
• Use sand absorbents or socks, pillows, or pads to quickly capture spilled liquid and
properly dispose of all clean-up materials. Use dry clean-up methods only.
• Complete all necessary reports.
Page 2 of 4
Spill Reporting
• A spill of any chemical, oil, petroleum product, or sewage that enters waters of the
state of Colorado (that include surface water, ground water, and dry gullies and
storm sewers leading to surface water) must be reported immediately to the
Colorado Department of Public Health and Environment.
• Release of a substance into a storm drain, or onto a parking lot or roadway as part of
a storm sewer leading to surface water, is reportable. However, if the material can
be contained and cleaned within the storm sewer system to the degree that a
subsequent flow in the storm sewer will not flush the substance to waters of the
State, it may not need to be reported.
• Contact the appropriate identified response authority within the municipality or
other designated representative and be prepared to provide details needed to report
the spill to the necessary agencies.
• Detailed spill reporting guidance can be found at
ham: / / www.cdl2he.state.co.usz op / wgcc/ Resources / Guidance / sl2ilIguidance.pdf
andhtW://www.cdphe.state.co.us/hm/spillsandreleases.httn
Employee Training
• Train applicable employees who perform spill prevention and response on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform spill prevention and response activities.
Records
The following records could be used to document activities performed:
• Records of any major spills and the action taken.
• Records of employee training with sign -in sheet.
References
City of Centennial, Department of Public Works: Good Housekeeping, No Date.
City of Centennial, Department of Public Works: Materials Management, No Date.
City of Centennial, Department of Public Works: Spill Prevention and Control, No Date.
City of Golden, Stormwater Quality Pollution Prevention Guide for Municipal Operations: Parks
Department Golf Course, January 2004.
City of Lafayette, Spill Clean Up, No Date.
Colorado Department of Public Health and Environment, Environmental Spill Reporting, January
2009.
Page 3 of 4
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
USEPA Menu of BMP: Spill Response and Prevention,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed July 5, 2009.
Page 4 of 4
40
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
U
0
Related Procedures
Heavy Equipment and Vehicle
Maintenance
Parks and Open Space
Maintenance
Spill Prevention and Response
Street, Curb, and Gutter
Replacement and
Construction
Utilities and Storm Sewer
System Replacement and
Construction
Vehicle Fueling
Utility and Storm Sewer
System Maintenance
Description
This procedure addresses utility and storm sewer system
maintenance. Utilities include power, sanitary sewer,
water conveyance systems, and the storm sewer system.
Power includes electrical and gas utilities. Maintenance
of power may require excavation and reinstallation of
lines including open cut trenching or directional boring
in landscaped areas or street right of way. Electrical and
gas line maintenance ensures services are provided to
businesses and households without interruption.
The sanitary sewer system is cleaned as part of routine
maintenance and on an emergency basis. Without
proper maintenance, sanitary sewer back-ups and
overflows may occur and can result in potential property
damage and significant health concerns if not properly
managed.
Water conveyance systems are flushed and pressure
tested as part of routine maintenance. Potable water
systems must be properly maintained to ensure delivery
of water that meets State and Federal health standards.
Failures result in water main breaks that can cause
property damage including erosion.
The storm sewer system is cleaned as part of routine
maintenance and on an emergency basis in the event of
flooding. Maintenance will remove pollutants and
ensure the system functions properly to avoid flooding.
Flooding, ponding, and uncontrolled sheet flow can
result in property damage and increased soil erosion.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the contract
should specify that the contractor is responsible for
abiding by all applicable municipal, state, and federal
codes, laws, and regulations.
Page 1 of 4
Procedures
General
. Conduct routine inspection and maintenance on utility and storm sewer systems.
Where feasible, schedule maintenance activities during dry weather.
. Monitor the jet/vacuum truck closely for leaks and use a drip pan as needed.
. Wash and fuel the jet/vacuum truck per the Heavy Eq ui ment/ Vehicle
Maintenance procedure.
. Properly dispose of vac truck contents.
Stay alert for any signs of illicit discharges. This includes "dry weather" flows or
pipes or hoses emptying directly into waterways or the storm sewer system.
Report any suspicious discharges or dumping to your supervisor.
Electrical and Gas Utility Maintenance
To prevent sediment, mud and particles generated by power utility maintenance
from entering the stormwater system implement inlet protection, perimeter
control, street sweeping, vehicle tracking control, stockpile management and
material management BMPs.
Restore landscaped or hardscaped areas promptly.
Potable Water Line Flushing
Remove any debris from the gutter that could wash away with the water. If
possible, sweep the flow line before flushing the line.
11
Direct the water so that it is not flowing overexposed soil areas in order to minimize
erosion.
Water Line Breaks
. Contain spoils by building berms or installing rock socks around the area of
disturbance.
. Dewater the excavation by using a vac truck.
. Discharge high chlorine water to the sanitary sewer via the nearest manhole, to a
water truck, through a dechlorinating diffuser, or other method of dechlorination.
. Remove sediment from the street, curb, gutter and storm inlets as needed
immediately following the repair.
Where needed, install a temporary patch or repave as soon as practicable following
the repair.
. If necessary, revegetate areas as soon as practicable following the repair.
Sanitary Sewer Backup
Clear line.stoppage to prevent backup into house basements and manhole overflows.
Page 2 of 4
0
Contain overflows by using emergency generator, pump and/or a vac truck to
intercept flows. It may be necessary to construct additional containment.
Clean up spills by washing and vacuuming the affected areas. Lime may need to be
applied for disinfection of affected areas. Lime must be removed once disinfection is
complete.
Storm Sewer System Pipes, Catch Basins, Inlet and Outlet Structures, and Culverts
Clean storm sewer system by manual cleaning or jetting the pipes using a
jet/vacuum truck to remove the material.
Do not temporarily store collected storm system cleaning debris adjacent to any
surface water, storm drain inlet, or drainageway.
Storm sewer system maintenance wastes may be either non -hazardous or hazardous.
Solid non -hazardous waste may be disposed in a sanitary landfill or recycled.
Liquid non -hazardous waste must be evaporated before disposing of it into the
landfill or discharged to the sanitary sewer system with the approval of the local
wastewater treatment plant. Hazardous waste, as defined under Colorado
Hazardous Waste Regulations (6 CCR 1007-3), must be transported and disposed of
at a permitted disposal or treatment facility.
Replace or maintain "no dumping" stencils or plaques as necessary.
Remove trash from trash racks and grated openings.
Detention and Retention Ponds
Inspect the outlet works and remove trash or vegetation from the trash racks and
grates.
• Inspect side slopes of the pond for erosion and reestablish vegetation as needed.
• Remove and service fountains and aerator motors as recommended.
• Report any suspected water quality problems such as a change in growth or
appearance of vegetation.
• Report excessive sediment accumulation, standing water beyond the designed drain
down time or damage requiring additional maintenance.
Drainageways
Drainageways include drainage channels, ditches, grass swales, and washes.
Inspect drainageways for erosion and repair if necessary.
Remove and properly dispose of trash and debris from the drainageways. Remove
sediment which could impede flow in drainageways.
Leave an unmown buffer when mowing adjacent to drainageways to filter
pollutants. Do not leave grass clippings in or next to the drainageway. Do not apply
landscape chemicals in the buffer area.
Page 3 of 4
Employee Training
• Train applicable employees who perform utility and storm sewer system activities on
this written procedure. Information regarding how to avoid and report spills will be
presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform utility and storm sewer system activities.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Detention Pond Maintenance SOP, August 2007.
City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007.
City of Centennial SOP: Drainageway Maintenance SOP, August 2007.
City of Golden Storniwater Drainage Maintenance Plan, February 2008.
City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008.
City of Greeley, Department of Public Works: Ditch Program, No Date. 10
City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009.
City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009.
City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009.
City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
Partners for a Clean Environment, Storm Drain Maintenance, No date.
Optional Additional Resources
Municipal codes and ordinances that relate to utility or storm sewer system maintenance.
Inspection and maintenance frequency plan for the storm sewer system.
Specific instructions on how to operate applicable equipment.
Instructions on how to track the amount of debris collected.
Treated Water Discharge Plans for potable water maintenance.
Page 4 of 4 0
0
•
0
Heavy Equipment and Vehicle
Maintenance
Parks and Open Space
Maintenance
Spill Prevention and Response
Street, Curb, and Gutter
Replacement and
Construction
Utilities and Storm Sewer
System Replacement and
Construction
Vehicle Fueling
Utility and Storm Sewer
System Replacement and
Construction
Description
This procedure covers utility and storm sewer system
replacement and construction. Utilities include power,
storm sewer, sanitary sewer, water conveyance systems.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the contract
should specify that the contractor is responsible for
abiding by all applicable municipal, state, and federal
codes, laws, and regulations.
Procedures
General
Obtain all applicable federal, state, and local
permits for construction projects.
• The Colorado Stormwater Construction
General permit applies to construction sites
disturbing one acre or more, or less than one
acre but part of a larger common plan of
development.
• A larger common plan of development is
defined as a contiguous area where multiple
separate and distinct construction activities
may be taking place at different times on
different schedules under one plan.
• A dewatering permit may be required if
construction activities require the removal
and discharge of groundwater offsite.
• A U.S. Army Corp of Engineers (USACE)
Section 404 Permit may be needed if the work
will be conducted in or impact waters of the
United States, including wetlands, washes,
drainages, ditches, creeks, streams, and rivers.
Page 1 of 3
• Applicable sediment and erosion controls may be installed, such as inlet protection,
silt fence, sediment traps, sediment control logs, check dams and vehicle tracking
control. Sediment and erosion controls will be installed and maintained in
accordance with approved design criteria and / or industry standards.
• When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry,
sweep it up, and properly dispose of the sweepings or vacuum while saw cutting.
• Where feasible, grading activities will be scheduled during dry weather.
• Do not perform concrete or asphalt paving work during wet conditions whenever
possible.
• Monitor construction equipment for leaks and use drip pans as necessary.
• Leaking material containers should be properly discarded and replaced.
• Store materials in containers under cover when not in use and away from any storm
drain inlet.
• Wash out mixers, delivery trucks, or other equipment in the designated concrete
washout area only.
• Locate concrete washout, portable toilets, and material storage away from storm
drain inlets. .
• Material stockpiles will not be stored in stormwater flow lines. Temporary
sediment control will be used during temporary, short-term placement while work
is actively occurring.
• Sweep or vacuum the roadway as needed, during construction and once
construction is complete.
• Best management practices will be periodically inspected and maintained as
necessary.
• Where practicable, non-structural controls will be used, such as phased construction,
dust control, good housekeeping practices, and spill prevention and response
procedures.
Emergency Repair and Replacement
Emergency Discharges are defined as situations in which it is not possible to implement all of
the available BMPs due to the uncontrolled nature of the discharge. The primary focus during
these events is to identify and mitigate the cause as soon as possible. Clean up of resulting
sediment or other pollutants will be performed as soon as practicable following the emergency.
Refer to the Snill Prevention and Response procedure for reporting requirements.
Page 2 of 3 0
Employee Training
• Train applicable employees who perform utility replacement and construction
activities on this written procedure. Information regarding how to avoid and report
spills will be presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform utility replacement and construction activities.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Detention Pond Maintenance SOP, August 2007.
City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007.
City of Centennial SOP: Drainageway Maintenance SOP, August 2007.
City of Golden Stormwater Drainage Maintenance Plan, February 2008.
City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008.
City of Greeley, Department of Public Works: Ditch Program, No Date.
City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009.
City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009.
City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009.
City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
Partners for a Clean Environment, Storm Drain Maintenance, No date.
is Page 3 of 3
City of Fort Collins
Regulatory and Government Affairs Division
FCfty of
Oj rtftins
Nenficatlon
•
Originator
Revlsetl
Approvetl
Issued
x.
Imnals
LR
ss
_
Date •�,
Oct 09
10119109
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
Persons who will City staff who perform power washing, and their supervisor/manager.
use this ESOP:
A variety of City departments perform power washing. The employee
Area of who power washes, and his/her supervisor/manager, will use the
application: information in this SOP to guide their power washing, and supply
purchasing, activities.
Document l:\RGA Division\SOPs\ESOPs .
location:
Rev. Date Description
No.
001
002
4.0 Training Requirements
5.0 References/Related Documents
6.0 Records
0
I*
Revision date: Page 1 of 3 16
10119/2009
City of Fort Collins
Regulatory and Government Affairs Division
of
9s
verification
Originator
.Revised;
Approved
- Issued
Infia'Is r.9
LR
ss
Date
Oct 09
10119109
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
1.1 The purpose of this ESOP is to describe the appropriate methods of handling
power washing wastewater.
f= o
2.1 The scope of this ESOP is limited to the description of the allowable methods of
the disposal of power washing wastewater and the protection of the storm drainage
system; the scope does not include specifics on how to power wash.
3.1 Power washing wastewater must be prevented from running uncontrolled in the
City's storm water system. The system includes streets, inlets, gutters, ponds,
creeks, ditches, and the Poudre River. During the power washing activity, ensure
the wastewater is controlled by the utilization of the natural slope of the land, or
barriers such as inlet covers. Use of barriers on an impermeable surface also
requires that the wastewater be vacuumed, collected, and disposed of properly.
3.2 General pollution prevention procedures:
A. Use dry methods for surface pre -cleaning, such as using absorbent on
small oil spots and sweeping up trash, debris, dirt, and used absorbent
before power washing.
B. Minimize the amount of water used during power washing activities.
C. Avoid using cleaning products that contain hazardous substances (e.g.,
hydrofluoric acid, muriatic acid, sodium hydroxide, bleach) that can turn
wastewater into hazardous waste.
3.3 Prior to power washing, decide on one of the following methods of disposal:
D. Landscape --power washing wastewater may be discharged to
landscaped areas if the materials used and the material removed are
not harmful to vegetation, there is no ponding, and there is no
uncontrolled runoff to the stormwater system.
E. Wastewater treatment system-- As long as the collected wastewater
does not have an oil sheen, has a pH between 5 and 11, and does not
contain any hazardous or toxic substances, the wastewater may be
disposed of into the City's wastewater treatment system.
x If you add anything to the wash water (ie—a cleaning agent) or if you
have questions about the content of your power washing wastewater,
i Revision date:
10/19/2009 Page 2 of 3
City of Fort Collins
Regulatory and Government Affairs Division
of
Fort Collins
Verification: � Originator
.RevisedA
-,Approved
Issued
Initials �! LR
ss
Date Oct. 09
10/19109
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
please contact the industrial pretreatment office at 221-6938.
Disposal into the City's wastewater treatment system may be done
either by discharging directly to an inside drain, or by pump truck at
the Drake wastewater treatment facility. Disposing by pump truck
requires a waste hauler's permit, and a 5 cent/gallon fee will be
charged. For fee information, or to obtain a permit, contact
the industrial pretreatment office at 221-6938.
Truck the waste to a different waste disposal facility.
3.4 Once wastewater has been collected, visible solids remaining in the collection area
must be swept up to prevent future discharges to the storm drain.
3.5 A sewer manhole cover may not be removed for disposal to the wastewater
system.
3.6 If you are working in an area that is serviced by a neighboring wastewater district,
such as South Fort Collins Sanitation or Boxelder, it is necessary to contact that
district's industrial pretreatment coordinator before discharging to their system.
I Training Requirements
4.1 The training requirement associated with this procedure is knowledge of the proper
management of power washing wastewater.
[50 References / Related"Documents
5.1 http://www.cdphe.state.co.us/wq/PermitsUnit/PoIicyandGuidance/powerwash.pdf
5.2 I:\RGA division\Illicit Discharge Program\Complaint Calls\pressure washing\City
power washing quidance.pdf
L60 Records
6.1 The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
• List of power washing activities and departments responsible for conducting
power washing.
•
Revision date: is10/19/2009 Page 3 of 3
ACORO
CERTIFICATE OF L( - BI'L17Y INSURANCE",'
DATE(MMDDIYYYYI - ;
1/24/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY 'AND -CONFERS NO RIGHTS-UPOWTHE' CERTIFICATE HOLDER!'THISI
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND; EXTENDOR ALTER THE COVERAGE 'AFFORDED BY THE -POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A'CONTRACT BETWEEN THE ISSUING INSURERS), AUTHORIZED
SPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
?ORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACT NAME: COWE!St Associates
CO West Insurance Associates
P.O. BOX 101387
PHONE (-J2O)$24-9344 FAXAC No: (]201524-9352
E-MAIL
ADDRESS
INSURERS AFFORDING COVERAGE
NAICM
Denver CO 80250-1367
INSURERA:Pinnacol Assurance
41190
INSURED
INSURER B:
VGL, Inc.
INSURER C:
6330 S. College Ave. -
INSURER D:
INSURER E: '
Fort Collins CO 80525
INSURER F:
COVERAGES CERTIFICATE NUMBER- aFVICInid MI1RAPPo-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IY
LTR
TYPE OF INSURANCE
D
POLICYNUMBER
POLICY10(010
EXP
MMDCDIYYYY
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$
PREMISE Ea occunence
S
COMMERCIAL GENERAL LIABILITY
MED EXP (Anyone person)
$
CLAIMS -MADE ❑ OCCUR
PERSONAL 8 ADV INJURY
$
GENERAL AG GREGATE
$
GEN'L AGGREGATE
LIMIT APPLIES PER'.
PRODUCTS-COMP/OP AGG
b
POLICY
PRO- LOC
$
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident)
$
BODILY INJURY (Per person)
$
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY Per accident)
( )
4
HIRED AUTOS NON -OWNED
AUTOS
PROPERTY DAMAGE
Per accident
$
$
MBRELLA LIAR
OCCUR
EACH OCCURRENCE
S
4DED
AGGREGATE
$
XCESS LIAB
CLAIMS -MADE
RETENTION S
$
A
WORKERSCOMPENSAPON
AND EMPLOYERS' LIABILITY YI NIQBY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICERIMEMBER EXCLUDED]
(Mandatory in NH)
If yes, describe under
NIA
4102132
/1/2013
7/1/2014
X WC STATU- 0TH-
LIMITFIR
E.L. EACH ACCIDENT
S 100 000
E. L. DISEASE - EA EMPLOYE
S 1 00 000
E.L. DISEASE - POLICY LIMIT
$ 500,000
.
DESCRIPTION OF below
OPERATIONS
:E::7
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Scheduie, if more space is required)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
•THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Fort Collins ACCORDANCE WITH THE POLICY PROVISIONS.
300 Laporte Avenue
Fort Collins, CO 80522 AUTHORIZED REPRESENTATIVE
W.R: Withrow/LLA
ACORD 25 (2010/05) 968-2010 A;ORC C.iRPQ'rl^.1-,0N All r"" ht= ©1988-2010 ACORD CORPORATION. All rights reserved
!^ANS025.(201005)014 ,f A^( :� fl Tha ACORD name and Innn era r.nief.rad markc of ArnPr)
11
0
Dry cleanup methods
Employee training
Related Procedures
Heavy EquipmentlVehicle
Maintenance
Outdoor Fleet Maintenance
Spill Prevention and Response
Vehicle Fueling
Description
Spills of gasoline and diesel fuel on the ground or on vehicles
during fueling can wash into a storm drain and cause water
pollution.
When services are contracted, this written procedure should be
provided to the contractor so they have the proper operational
procedures. In addition, the contract should specify that the
contractor is responsible for abiding by all applicable municipal,
state and federal codes, laws, and regulations.
Procedures
General
Fuel vehicles at approved locations (municipal fueling
station or offsite fueling station).
Provide spill kits near the municipal fueling location.
If fuel is stored in an above -ground tank, store fuel in
enclosed, covered tanks with secondary containment
(e.g., concrete barrier or double -walled tanks).
All fuel tanks will be inspected per State and Federal
regulations.
Periodically inspect municipal fueling locations for the
following:
• For above -ground tanks, inspect tank foundations,
connections, coatings, tank walls, and piping
systems. Look for corrosion, leaks, cracks,
scratches, and other physical damage that may
weaken the tank.
• Check for spills and fuel tank overfills due to
operator error.
Clean up any leaks or drips. Clean up is not completed
until the absorbent is swept up and disposed of
properly.
Report leaking vehicles to fleet maintenance.
0 Page 1 of 3
Vehicle Fueling
Follow all posted warnings.
• Ensure that the nozzle is properly inserted in the filler neck of the vehicle before
dispensing any fuel.
• Remain by the fill nozzle while fueling to ensure the nozzle stays in place.
• Do not top off the tank of the vehicle once the nozzle has shut off the fuel.
• Follow the procedures outlined in the Spill Prevention and Response Procedure to
respond to any leaks or spills.
• Clean fuel dispensing areas with absorbent material.
• Never use water to clean up a spill.
Mobile Fuel Truck
Provide inlet protection (e.g., berms, weighted inlet covers) for nearby storm drain
inlets when transferring fuel and fueling a vehicle.
Use secondary containment when transferring fuel from the tank truck to the fuel tank.
All gas cans must be placed in the secondary containment box/pan and remain on the
ground when fueling.
Use a funnel to transfer fuel to vehicles and equipment. After the transfer is complete,
the funnel should be dried with a rag or placed in a container to avoid dripping fuel on
the ground.
Employee Training
Train applicable employees who fuel vehicles on this written procedure. Information
regarding how to avoid and report spills will be presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who fuel
vehicles.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version
1.0, September 2008.
City of Centennial SOP: Vehicle Fueling, August 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Fueling, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
USEPA Menu of BMPs: Municipal Vehicle Fueling,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed June 18, 2009.
Page 2 of 3 •
Optional Additional Resources
Municipal codes and ordinances that relate to vehicle fueling.
Locations of approved offsite fueling stations.
Locations of nearby spill kits.
Spill Prevention Control and Countermeasures Plan.
•
0 Page 3 of 3
For More Information
Name
Address
City, State
Phone
e-mail
Possible Pollutants
Metals
Toxins
Solvents (degreasers, paint
thinners, etc.)
Antifreeze
Brake fluid and brake pad dust
Battery acid
Motor oil
Fuel (gasoline, diesel, kerosene)
Lubricating grease
Good Housekeeping
Drip pans
Tarps
Covered outdoor storage areas
Secondary containment
Proper disposal of used fluids
Spill cleanup materials
Dry cleanup methods
Employee training
Related Procedures
Heavy Equipment and Vehicle
Maintenance
Material Storage
Spill Prevention and Response
Vehicle Fueling
Outdoor Fleet Maintenance
Description
Although it is recommended that fleet maintenance
activities be conducted indoors or under cover, it is
sometimes necessary to perform fleet maintenance
outdoors (e.g., equipment is too large to fit inside the
maintenance building, temporary repairs need to be made
before the equipment can be moved to the maintenance
building, breakdowns, service calls).
Some potential pollutants typically associated with outdoor
fleet maintenance activities include oil, antifreeze, brake
fluid and cleaner, solvents, batteries, and fuels. Consult the
Spill Prevention and Response procedure and the Vehicle
Fueling procedure for additional information on those
topics.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the contract
should specify that the contractor is responsible for abiding
by all applicable municipal, state, and federal codes, laws,
and regulations.
Procedures
Fleet Maintenance
Fleet maintenance should be performed inside
whenever possible.
If indoor maintenance is not possible, ensure
maintenance is performed in a location where
contact with stormwater is minimized, through
berming and appropriate routing of drainage.
Provide inlet protection (berms, weighted inlet
covers, etc.) for all adjacent inlets when work is
occurring in close proximity to a storm drain
inlet.
Have absorbent pads and drip pans accessible to
capture leaks and spills during maintenance
activities.
Keep equipment clean and do not allow
excessive build-up of oil and grease.
i
Page 1 of 4 0
El
Perform regular preventative maintenance to
minimize the occurrence of leaks and major
repairs.
Recycle and/or dispose of all wastes
properly and promptly.
Do not dump any liquids or other materials outside, especially near or in storm
drains or ditches. Sweep and pick up trash and debris as needed.
. Clean up spills promptly using dry methods (do not hose down). Consult the Soill
Prevention and Response procedure for more information. Cleanup is completed
only after absorbent and rags are disposed of properly.
Body Repair and Painting
Whenever possible, conduct all body repair and painting work indoors.
Use dry cleanup methods such as vacuuming or sweeping to clean up all metal
filings, dust, and paint chips from grinding, shaving, and sanding. Dispose of the
waste properly. Debris from wet sanding can be allowed to dry overnight, then swept
and vacuumed. Liquid from wet sanding should not be allowed to enter the storm
drain. Never discharge these wastes to the storm or sanitary sewer systems.
Minimize waste from paints and thinners by carefully calculating paint needs based
. on surface area and using the proper sprayer cup size.
. Clean spray guns in a self-contained cleaner. Do not dispose of cleaner waste in the
storm drain.
Use sanding tools equipped with vacuum capability (if available) to pick up debris
and dust.
Material Management
Store maintenance materials and waste containers (e.g., used oil and antifreeze) in
labeled containers under cover or in secondary containment (e.g., double -walled
tanks). Chemicals should not be combined in containers.
• All hazardous wastes must be labeled and stored according to hazardous waste
regulations.
• Carefully transfer fluids from collection devices to designated storage areas as soon
as possible. Do not store the transferred fluids adjacent to the containers.
. Store new batteries securely to avoid breakage and acid spills.
. Store used batteries indoors or in secondary containment to contain potential leaks.
Recycle used batteries.
• Conduct periodic inspections of storage areas to detect possible leaks.
0 Page 2 of 4
Do not wash or hose down the storage area except in areas where the wash water will
only enter the sanitary sewer drain as an approved discharge. Use dry clean-up
methods as often as possible.
Keep lids on waste barrels and containers, and store them indoors or under cover to
reduce exposure to rain.
Periodically inspect and maintain all pretreatment equipment, including sumps,
separators, and grease traps to ensure proper functioning.
Parts Cleaning
Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts
outdoors. If parts cleaning equipment is not available, use drip pans or other
containment to capture parts cleaning fluids.
Use steam cleaning or pressure washing of parts whenever possible instead of solvent
cleaning.
When steam cleaning or pressure washing is used, only discharge wastewater to an
oil/water separator connected to the sanitary sewer.
• When using solvents, rinse and drain parts over the designated solvent tank so that
fluids will not drip or spill onto the floor. Use drip boards or pans to catch excess
solutions and divert them back to the tank. Allow parts to dry over the hot tank.
• Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning •
waste to the storm or sanitary sewer systems.
Vehicle and Equipment Washing
Vehicles should be washed, whenever possible, in the municipality's vehicle and
equipment wash area/bay or taken to a commercial car wash.
Employee Training
• Train applicable employees on this written procedure. Information regarding how to avoid
and report spills will be presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform outdoor vehicle maintenance.
Records
The following records could be used to document activities performed:
Record of any major spills and the action taken.
Records of employee training with sign -in sheet.
Heavy equipment and vehicle maintenance logs.
Page 3 of 4 0
References
Center for Watershed Protection, Municipal Pollution Prevention/Goad Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007.
City of Centennial SOP: Vehicle Maintenance SOP, August 2007.
City of Centennial SOP: Vehicle Washing SOP, August 2007.
City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March
2009.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Washing,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
• Optional Additional Resources
Municipal codes and ordinances that relate to fleet maintenance.
Chemical purchasing policies.
Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance.
Specific directions on how to use the municipality's vehicle wash area.
Spill Prevention Control and Countermeasures Plan.
0 Page 4 of 4
For More Information
Name
Address
City, State
Phone
Possible Pollutants
Metals
Toxins
Solvents (degreasers, paint
thinners, etc.)
Antifreeze
Brake fluid and brake pad dust
Battery acid
Motor oil �
I Fuel (gasoline, diesel, kerosene)
Lubricating grease
Good Housekeeping
Drip pans
Tarps
Covered outdoor storage areas
Secondary containment
Proper disposal of used fluids
Spill cleanup materials
Dry cleanup methods
Employee training
Related Procedures
Material Storage
Outdoor Fleet Maintenance
Spill Prevention and Response
Street Sweeper Cleaning and
Waste
Vehicle Fueling
Vehicle Washing
Heavy Equipment and Vehicle
Maintenance
Description
Regular maintenance of municipal vehicles and equipment, or
municipality -contracted vehicles and equipment prolongs the life
of the municipality's assets and prevents the leaking of hazardous
fluids commonly associated with normal wear and tear of vehicles
and equipment.
Potential pollutants generated at vehicle maintenance facilities
include oil, antifreeze, brake fluid and cleaner, solvents, batteries
and fuels.
When services are contracted, this written procedure should be
provided to the contractor so they have the proper operational
procedures. In addition, the contract should specify that the
contractor is responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Procedures
Maintenance activities should be performed inside a maintenance
building unless the equipment is too large to fit inside or
temporary repairs need to be made before the equipment can be
moved to the maintenance building. Consult the Outdoor Fleet
Maintenance procedure when it is necessary to perform repairs
outside of the facility (breakdowns, service calls, etc.).
Vehicle Storage
Monitor vehicles and equipment closely for leaks and
use drip pans as needed until repairs can be
performed.
When drip pans are used, check frequently to avoid
overtopping and properly dispose of fluids.
Drain fluids from leaking or wrecked vehicles and
from motor parts as soon as possible. Dispose of fluids
properly.
Page 1 of 4
•
0
Vehicle Maintenance
Conduct routine inspections of heavy equipment and vehicles to proactively identify
potential maintenance needs.
• Perform routine preventive maintenance to ensure heavy equipment and 'vehicles are
operating optimally.
• Recycle or dispose of all wastes properly and promptly.
Do not dump any liquids or other materials outside, especially near or in storm drains or
ditches. Sweep and pick up trash and debris as needed.
Body Repair and Painting
• Whenever possible, conduct all body repair and painting work indoors.
• Use dry cleanup methods such as vacuuming or sweeping to clean up all metal filings,
dust, and paint chips from grinding, shaving, and sanding, and dispose of the waste
properly. Debris from wet sanding can be allowed to dry overnight on the shop floor,
then swept or vacuumed. Never discharge these wastes to the storm or sanitary sewer
system.
• Minimize waste from paints and thinners by carefully calculating paint needs based on
surface area and using the proper sprayer cup size.
• Do not use water to control over -spray or dust in the paint booth unless this wastewater
is collected. This water should be treated and permission granted by the wastewater
treatment plant prior to discharge into the sanitary sewer system.
• Do not dispose of spray gun cleaner waste in the storm drain.
• Use sanding tools equipped with vacuum capability (if available) to pick up debris and
dust.
Material Management
• Store maintenance materials and waste containers (e.g., used oil and antifreeze) in
labeled containers under cover or in secondary containment (e.g., double -walled tanks).
Chemicals should not be combined in containers.
• All hazardous wastes must be labeled and stored according to hazardous waste
regulations.
• Carefully transfer fluids from collection devices to designated storage areas as soon as
possible. Do not store the transferred fluids adjacent to the containers (for example, oil
drip pans with used oil in them should not be placed next to the used oil tank).
• Store new batteries securely to avoid breakage and acid spills.
• Store used batteries indoors or in secondary containment to contain potential leaks.
Recycle used batteries.
• Conduct periodic inspections of storage areas to detect possible leaks.
Page 2 of 4
Do not wash or hose down storage areas except where wash water will enter the sanitary
sewer as an approved discharge. Use dry clean-up methods whenever possible.
Keep lids on waste barrels and containers, and store them indoors or under cover to
reduce exposure to rain.
Periodically inspect and maintain all pretreatment equipment, including sumps,
separators, and grease traps to ensure proper functioning.
Parts Cleaning
• Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts
outdoors. If parts cleaning equipment is not available, use drip pans or other
containment to capture parts cleaning fluids.
• Use steam cleaning or pressure washing of parts whenever possible instead of solvent
cleaning.
When steam cleaning or pressure washing, only discharge wastewater to an oil/water
separator connected to the sanitary sewer.
When using solvents to clean parts, rinse and drain parts over the designated solvent
tank so that fluids will not drip or spill onto the floor. Use drip boards or pans to catch
excess solutions and divert them back to the tank. Allow parts to dry over the hot tank.
• Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning
waste to the sanitary sewer or storm sewer.
Vehicle and Equipment Washing
Vehicles should be washed in the municipality's vehicle and equipment wash
area/ or taken to a commercial car wash.
Employee Training
Train applicable employees who perform heavy equipment and vehicle maintenance on this
written procedure. Information regarding how to avoid and report spills will be presented
during the training.
Periodically conduct refresher training on the SOP for applicable employees who perform
heavy equipment and vehicle maintenance.
Records
The following records could be used to document activities performed:
• Record of any major spills and the action taken.
• Records of employee training with sign -in sheet.
0 Heavy equipment and vehicle maintenance logs
Page 3 of 4
OP ID: KH
a►`oFzo CERTIFICATE OF LIABILITY INSURANCE
D0411AM 812014
04/16/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSL IS), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) 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
PFS Insurance Group-JT
4848 Thompson Pkwy, Ste 200
Johnstown, CO 80534
Tad Borrett
CONTACT
NAME:
PHONE FM
A/C No EH: AIC No:
ENA1L
ADDRESS:
PRODUCER
CUSTOMER ID r: VG LIN-1
INSURERS AFFORDING COVERAGE
NAIL r
INSURED Vogel Concrete, Inc.
6330 S College Ave
Fort Collins, CO 80525-4044
INSURERA:Auto Owners Insurance Group
18988
INSURER e: Pinnacol Assurance Co
41190
INSURER C
INSURER D :
INSURER E
INSURER F
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 IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAYHAVE BEEN REDUCED BY PAID CLAIMS.
LTR
TYPE OF INSURANCE
JUM
POLICY NUMBER
MMIDD
MMIDD/YYYV
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,00
_DI RENTED
PREMISES Ea occurrence
E 300,00
1
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE OCCUR
74037316
01/17/2014
01/17/2015
MED EXP(Any one person)
E 10,00
PERSONAL d ADV INJURY
$ 1,000,00
X binkaddlins
GENERAL AGGREGATE
$ 2,000,00
GENT AGGREGATE LIMIT APPLIES PER
PRODUCTS - COMP/OP AGG
$ 2,000,00
PRO- LOC
POLICY rX1
$
A
AUTOMOBILE
LIABILITY
ANY AUTO
709905200
01I17/2014
01/17I2015BODILY
COMBINED SINGLE LIMIT
(Ee accident)
E 1,000,00
INJURY(Per person)ALL
OWNED AUTOS
BODILY INJURY(Per acciden)
$
JX
SCHEDULED AUTOS
AUTOS
PROPERTY DAMAGEHIRED
(PER ACCIDENT)$
$
NON -OWNED AUTOS
8
X
UMBRELLA LIAB
X
OCCUR
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,00
q
EXCESS LIAB
CLAIMS -MADE
7-099052-03
01117/2014
01/17/2015
DEDUCTIBLE
$
$
RETENTION $
B
WORKERS COMPENSATION
AMEMPLOYERS'LIABILITY
ANY PROPRIETORIPARTNER/EXECUT/E YIN
EXL OFFICERIMEMBER LUCED?
(Mandatary In NH)
NIA
102132
07/01/2013
07/01/2014
X WC STATU- OTH-
TORY LIMITS OF
E.I. EACH ACCIDENT
$ 100,00
E. L. DISEASE - EA EMPLOYEE
$ 100,00
If yes, describe under
DESCRIPTION OF OPERATIONS below
E. L. DISEASE -POLICY LIMIT
E 500,00
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHCLES (Attach ACORD 101, Additional Remarks Schedule, It more apace is required)
If rem.ired by written contract or written agreement, City of Fort Collins
is listed as additional insured for ongoing operations under General
Liability and Automobile Liability.
FOCOCIT
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Fort Collins ACCORDANCE WITH THE POLICY PROVISIONS.
Streets Maintenance Program
PO Box 580 AUTHORIZED REPRESENTATNE
Fort Collin, CO 80522-0580
O 1988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version
1.0, September 2008.
City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007.
City of Centennial SOP: Vehicle Maintenance SOP, August 2007.
City of Centennial SOP: Vehicle Washing SOP, August 2007.
City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March 2009.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Washing,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
isOptional Additional Resources
Municipal codes and ordinances that relate to vehicle and equipment maintenance.
•
Chemical purchasing policies.
Loading and unloading bulk materials.
Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance.
Specific directions on how to use the municipality's vehicle wash area.
Spill Prevention Control and Countermeasures Plan.
Page 4 of 4
Fort Collins
Streets
Collindale
STREET MAINTENANCE PROGRAM (SMP)
General Coordination Map
Legend
— Surface treatment ® Schools
SHIP
Overlay
Reconstruct
Concrete Pvmt Recon
Map 15 of 690
2014
Revised January 30, 2014
Fort Collins
Street_
Golden Meadows
STREET MAINTENANCE PROGRAM (SMP)
General Coordination Map
Legend
ammon Surface treatment ® Schools
HIP
Overlay -
Reconstruct
— Concrete Pvml Recon
Map 22 of 60
2014
Revised January 30, 2014
F�ort Collins
7— Streets
Irish
STREET MAINTENANCE PROGRAM (SMP)
General Coordination Map
Legend
— Surface treatment ® Schools
— HIP
Overlay
Reconstruct
Concrete Pvml Rewn
Map 25 of 690
2014
Revised January 30, 2014
Fort Collins
• Streets
JFK area
iva
idne Dr c
W
ON
s`reton 3 �
Starting
m
m
2
r
S.
2
STREET MAINTENANCE PROGRAM (SMP)
General Coordination Map
Legend
Surface treatment ® Schools
—HIP
overlay
Reconstruct -
- Conrrete.Pvmt Recon
m
g o
9 T
A
N
N
s
John ExKennedy
N
Pkwy
'h
Rd
TE Horsetooth Rd
o
va
g
Cr
Creger Dr
_u J
E R
d
5
°
tes" rd Ct
BoWine
h
Ct
G
a
POL
m
J
Bockman or
Q
Colhoard Dr
a
C
(o
�TooranlGt
m
m
Y
W
W Boardwalk Dr
C
4
and tC
h
W Troutman Pkwy E Troutman
Recon
POL Pavilion Ln
Map 26 of 60
2014
Revised January 30, 2014
N
—Spin Ddit Ct a�
�a�c 0
,mnte or S
m y
U U
a a.
m o`
as �°
0� m
a
Recon m
y
Kensington Dr o
N
,�azy�ja9 C estshorc
SOo
�sho
°Cr
/�'F�ortCollinsStreets
`
Laporte 2
STREET MAINTENANCE PROGRAM (SMP)
General Coordination Map
Legend
— Surface treatment ® Schools
HIP
Overlay
Reconstruct
Concrete Pvmt Recon _
Map 28 of 60
2014
Revised January 30, 2014
Fort Collins
•' ` Streets
Prospect Estates
STREET MAINTENANCE PROGRAM (SMP)
General Coordination Map
Map 34 of 60
Legend
Surface treatment ®Schools
2
014
®HIP
Overlay
Revised January 30, 2014
Reconstruct
Concrete Pvmt Recen
�'F�ort Collins
�� Streets
S Shields St
STREET MAINTENANCE PROGRAM (SMP)
General Coordination Map
Legend
—Surface treatment ® Schools
—HIP
—Overlay
—Reconstruct -
- Concrete. Pvml Recon
Map 37 of 60
2014
Revised January 30, 2014
Fort Collins
•' ` Streets
Scotch Pines 1
STREET MAINTENANCE PROGRAM (SMP)
General Coordination Map
Legend -I I I Map 40 Of 60
— Surface treatment ® Schools
HIP
—Overlay-
- Reconstruct
— Concrete Pvmt Recon
2014
Revised January 30, 2014
Fort Collins
Streets
South Mesa Park
STREET MAINTENANCE PROGRAM (SMP)
General Coordination Map
Legend
— Surface treatment ® Schools
®HIP
Overlay
Reconstruct
Gamete Pvmt Recon
Map 44 of 600
2014
Revised January 30, 2014
• SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION:
PROJECT OR SPECIFIED PART SHALL
INCLUDE:
PROJECT TITLE: 7361 Concrete
Maintenance Project Phase I — 2014 Renewal
LOCATION: Fort Collins. Colorado
OWNER: City of Fort Collins
CONTRACTOR: Vogel 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 By:
OWNER
DA
REMARKS:
AUTHORIZED REPRESENTATIVE
r
Fort Collins
Streets
W Magnolia
STREET MAINTENANCE
General
Legend
Surface treatment
HIP
Overlay
Reconstruct
Concrete Pvmt Recon
PROGRAM (SMP)
Coordination Map
Map 49 of 60
li i w Schools
2014
Revised January 30, 2014
Laporte
Ave
e
Q m
j
n
y
_
a
m
Bungalow Ct
! ¢'
a
H
E
N
m
m
E
CHILORENSHOUSdo
t
g
'-
^+
6fONT
h Z
Z
n Z
3
z
z
scrlooL
OOL
Z
z
z
z
z
W Mountain Ave
W
Mountain Ave
W Mountain Ave
N
m
N
W Oak St
Akin
Ave
Woodford Ave
W Olive St
ProfilePOL
W Magnolia
St
ProfilePOL
„
„
aE
XC4
3
V)
N
¢
a
W Mulberry
St
Sunset Ave �OVNN
ELEMENTARY
m
o �.
a ¢•
0
c_
Mentz PI .�
W Myrtle St
o
U
N
5
960
m
1
E
Birch SIN
c
12
a
c
H
CHILDREN
U
y
ZE
W9RKSHOP
N
N
Q
o
W Laurel
St
m
a
COLORAOO
ATATE� a
JNIVERSI'
N
FortCollinsStreets
y
STREET MAINTENANCE PROGRAM (SMP)
General Coordination Map
Map 51 of 6�
2014
Revised January 30, 2014
W Stuart 2 I. Concrete Pvmt Recon
m Wildwood Rd W Lake St t
A Deemeld-Dr Cypress Dr Q o` o =' S o
U W Lake St o Knohvtood Cl u U x o R v
m o Wildwood Cl a m o¢
rass Ct m o. o-
n
tt Eve
�
wProspecFRd W Prospect Rd
W Prospect U y
Rd ` z CO��g/O 6AUDER a t p`
O N aC ELEMENTARY Ifo
0 2
Palm a Holly PI Z
Cl Q wntN Ct
2 = 3 m Cove
'g. Holly St Rutledge Ct ` T.
/Pa 1Chadeston Et o Cetlarwood Or
Z
Azalea Dr n e Lo Rd°Nh
Sumac St 00/ CvvocCs i°�90 �Qsh. Suffolk St N
Zirkels Cl b°utn Or
/2 y, a'P ° Kin
Rams Ln O` a1 aka H°tt`n9 a Shropshire sborouh ct Dr g g
a N o n Ave
U o/[
Indian $. orb Ryeland Cl
m oQ Peaks PI \ ` v
rc m go'loe
PecanDrsetCl St Yq Vo 3
p` o
`m
r°e <a qo DO wSro Hp
m 09spiro me/aa/e ID \e
� R' Rane�da S
on Ct Zenith CI
a
Lam Merino
q Cotswold CI BLPVINS She%ie/d
W Stuart St q MIDDLE Or
ya SCHOO.000 L
`Z``e Neil Or HIPdal9ian � � �`avJ
Ct S` `Ov Panama Ct—j
a
2r /
Morgan Ct S° d
,ae
Clydesdale p O
o N Pipes one C des0
dale Or Fad anGps
Rya42C Or N of Karakul Ct CraP91� m Z
CoOr
Road 42C y Aen Cr he 8
of
Coun Pampas y Ga qao. 4 U
CtSlanley Ct J° d°�aDt y �� Valley
u
T
Ot c
^Valley v
«
mpas
o
Forge Ave
n
?a
E
0
e/
o
Hampshire
U
rass Dr
LE
SOmoCLD
BEAAR
Ca
CRSIH
Mount
UR
U
LodiU/ v�
cam
Hampshire Ct
Royal CI
N, 5
Ct
10
W Drake Rd
6
3
Water
'm
m Blossom Ln
Garrett or .N12
m
(J
�'—
a
S<'c
E
r- o Fox
« 3
°' 9
0 0 Run Ct
Moss Rose Ln .9 LL
SECTION 00640 •
CERTIFICATE OF FINAL ACCEPTANCE
20_
TO: Vogel Concrete Inc.
Gentlemen:
You are hereby notified that on the _day of 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by Vogel Concrete Inc. for the
City of Fort Collins project, 7361 Concrete Maintenance Project Phase I — 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:
A
• SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Vogel Concrete Inc. (CONTRACTOR)
PROJECT: 7361 Concrete Maintenance Project Phase I — 2014 Renewal
1. The CONTRACTOR acknowledges having received payment, except retainage from
the OWNER for all work, labor, skill and material furnished, delivered and performed by
the CONTRACTOR for the OWNER or for anyone in the construction, design,
improvement, alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the
receipt and adequacy of which are hereby acknowledged, the CONTRACTOR
voluntarily waives all rights, claims and liens, including but not limited to, mechanic's
liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor
and material bond rights which the CONTRACTOR may now or may afterward have,
claim or assert for all and any work, labor, skill or materials furnished, delivered or
performed for the construction, design, improvement, alteration, addition or repair of the
above described project, against the OWNER or its officers, agents, employees or
• assigns, against any fund of or in the possession or control of the OWNER, against the
project or against all land and the buildings on and appurtenances to the land improved
by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair
of the project were furnished, delivered or performed by the CONTRACTOR or its
agents, employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants and further
affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or any funds in
the OWNER'S possession or control concerning the project or against the OWNER or
its officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if
any, and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or
assigns against the project or against the OWNER or its officers, employees, agents or
assigns arising out of the project for all loss, damage and costs, including reasonable
attorneys fees, incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes
and adequate description of the property and improvements to which this Lien Waiver
Release pertains. It is further acknowledged that this Lien Waiver Release is for the •
benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any
labor and material bonds for the project.
Signed this day of
ATTEST:
Secretary
STATE OF COLORADO
COUNTY OF LARIMER
Subscribed and sworn to before me this
Witness my hand and official seal.
My Commission Expires:
20_
CONTRACTOR: Vogel Concrete Inc.
0
Title:
)ss.
day of
Notary Public
20_, by_
0
0
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Vogel Concrete Inc.
PROJECT: 7361 Concrete Maintenance Project Phase I — 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
0
(Surety Company)
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
0
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303)232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
ON
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road,
street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor
to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
FReg,stration/Account No. (to be assigned by DOR)
Period
0170-750 (999) $0.00
CONTRACTOR IINFORMATION
Trade name/DBA: Owner, partner, or corporate name:
Mailing address (City, State, Zip):
Contact Person
E-Mail address:
Federal Employers Identification Number:
Bid amount for your contract:
Fax Number:
( )
Business telephone number:
Colorado withholding tax account number:
Copies of contract or agreement pages (t) identifying the contracting parties
EXEMPTION INFORMATION and (2) containing signatures of contracting parties must be attached.
Name of exempt organization (as shown on contract): Exempt organization's number:
98 -
Address of exempt organization (City, Slate, Zip):
Principal contact at exempt organization:
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start date:
completion dale:
1 declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
Title of corporate officer:
Date:
DO NOT WRITE BELOW THIS LINE
SECTION 00300
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.
0
SECTION 00700
GENERAL CONDITIONS
s
•
GENERAL.CONDITIONS
OF THE
CONSTRUCTION CONTRACT
'these GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSIRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Committee, FJCDC No. 1910-8'(1990 Edition), as a base. Changes toa
that document are shown by underlining text that has beenadded and
striking through teia that his been deleted
•
EJCDC GENERAL CONDITIONS 1910-8 (1990EDITION)
WITH CITY OF FORT COLLINS.MODIFICATIONS (REV 9/99)
1]
Article or Paragraph
Number 'Title
b9bimtioNs
TABLE OFCONTENTS OF GENERAL.CONDMONS.
Page
Number
1.1
Addenda ........................................
1.2
Agreement., ............ ...... ..... . . .
1.3
Application for PBymcnt .......................1
1..4
Asbestos .....................................
....... J
1.5
Bid ...........................................
I
E6
1 Bidrl i 'Dobum
rg ,
� .
1.7
�,
Bidding Requirements ...........................
I
1.8
Bonds ..........
1.9
Change Order ................ .............
_1
lJo
Contract Documents;,,;,,,,,,,,,,,,, ,:
... J.
I ' I,'
Contract Pric(......................................1
U12
ContraFt.TimCs:.;:,,,, ......... ..........
I
1.13
CONTRACTOR ......I.......:....: I ........
1.14.
.
defectNe ........... ........... .......
.
1.15
Drawings ............ .......... ....................
1.16
YfflimfiYe [)'are of ific"AgTeement .......
1:17
ENGINEER . ........................................
1
1*18
ENGWEERs Consuhankr ..... : .....
......... 1
1.19
Field Order ...................... I ....................
I
General Reqd tements ...
1
121
Hazardous ,waste:,,_.._..........
--2
1 22u
Laws and Regulations: Laws or
Regulations........... 1 ..... o ....................
1,22.b
Legal Holidays .............. .............
........ 2
123
Liens::.: :.....:. ............ di ...........
1l24
Milestone ............................................2.
1.25
Notice of Award ..................................
2
146
No.iice to Proccid ..............................
-:2
1.27
OWNER .............................. ............
2
1.28
Paitirri wization ..... ....... ......
2.
1.29
PCBs'. .. .......................
.. ...
I
u6
Pcirole Urn ...........................................2
131
Project : ...................... ........................
11
1310
Radioactive Maieriai ...........
. .. 2
L'ilb
Regular Working
liaurs, ....... : .............
;2'
133
Resident Project'Rcprewmative
.......
... 1
1.34
Samples ................... o ...........................
7
1.35
Shop Drawmgs ..................................
2
1.36
Spkificatians ............ ..................
:2
1.37
Subcpot"gr .....................................
:2.
1.38
Substantial Completion .......................
1.39
Supplementary Conditions ...................
1.40
supplier ..............................................2
1 Al
Undergrourtd,Facilities�: ........
%3
1.42
Unit Prim Work ..................................
3
1.43
Work .................... ..................
1.44
Work Change Directive.. ......................
3
1.45
Written Amendment.....:........ ............
3.
Article or Nrograph
Norther &'Yitle
2. PRELMUNARY
2.1 De
2.2 cc
2.3 cc
4.
2.4
2.6-47
Page
Numbs
..................... 3
to Report: Preliminary Scheddes;
Delivery of Ceriffictum of
InsUlonce,: 34
2.8 Reconstruction Conference ... ......... 14
2.9 Initially. Acceptable Schd I ulis ......... �.4
CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE ........................................
.:4
3-1-,3,,2
Intent, ......................
3.3
Reference to Standards and Speci-
ficaiians of Techniml Sociletier.
Reporting and Resolv'ig Dis-
crepancies ................... .........
4-5
3.4
Intent of Certain Terms a
Adjectives : ............... .................
1.5
3.5
Amending Contisct 136curtents: .......
;5
3.6
Supplementing Contract
Documents ..................
5
3.7
Reuse of Documents.._ ............ .........
5
AVAILABILITY OF,LANDS;
SUBSURFACE AND PHYSICALICONDITIONS,
REFERENCE POINTS...... ..............................
! 5
4.1
Availability of tirids :::.:.............5-6
..
4.2
Subsurface and Physical
Conditions...:: : ................ E .............
4.2.1
Reports and Drawings ....... ......
4.2.2
Lim ited RcIirmcciby,CONTRAC-
TOR Authorized; Technical
Data......................................
;..6
4.23
Notice of Differing Stilhsurfam
or Physical Conditions,,,,,,,,,,,,,,,,,,
6
424
ENG[NEER's Rcvicw .............. .......
;6
4.2.
Possible. Contract bbm:urncts
ChangS........................................
6
4.2.6
Possible Price and Times
Adjustments ... ; .... ...... ............
��7
4.3
Physical dondiiions.-Undergrownd
Facilities.% ... q .... ...... 6- --- ...........
�.7
4 .3.1
Shown or Indicated ..........................7
4.3.2
Not Shownor indicated ...... ..... . .. ....
�..7
4.4
Reference Points ...........................
:j
EXI)CCENEM CONDITIONS 1910.8 (19" EDITIOtO
./(3TY OF FORT COLLINS MODIFICATIONS (REV 9199)
9
Ll
0
n
U
•
0
-Article or Paragraph
Page
NumberATitle ' Number.
4.5
Asbestos, PCBs. IPetroleum.
Hazardous Waste or
Radioactive Material, "
7.8
.5: BONDS AND INSURANCE
......:.::.::....:.....::.:.:.:
::8
.Performanec.
Payment. and Other
Bands...:.:..............:.::.::..:....::..::...I..
8
•5.3
LicensedSureties and Insurers;
Certiticatesof
5:4
CONTRACTOR'S Liability .
Ii'slG
rahce......:.........:.:..................:..
9
�5.5
,..,
OWNE,R's Liability Insurance -
...
- 9
......
i.¢
Property Insurance .........._,
9-10
(5.7
Boilcr and Mach incry cr,'Addi=`
iionol PropertyInsurance,.............
._10
5.8
• Notice' of CancellationPrmision
-10
5.9
CONTRACTOR's Responsibility
Tor Deductible Amounts
.- 10
,5.10
Other Special lnsumnce,,,, ......,.10
• S.II,
Waiver of Rights ,,;,.„11
5.12-5.13.
Recelpi and Application of
Insurance: Proceeds -
10-11
5.14
Acceptance ofBonds and lnsa-
ancc; Optipn to Replace,,;.. ...;;,,;
I I
�5.15
Patrio I,UtiIiiation--Property
Insurance... ..; ;...............
:.:..II
.6. CONTRACTOR'S RESPONSIBII-CMS. ,.......I1
6.1=6.�2
Supervision and Superintendency,,,,:„
11
6.35.5
Labor, Materials and Equipmen(;,,
11.12
6.6
Progress Schedule ..............
"...12
,6.7
...
Substitutesi and "Oi,-EgoaV tems;
CONTRACTORS Expense;,
Substitute Construction
Methods or Procedures.
ENGINEER's Evaluation,,,,,,,,,,,,,
12-13
6.8.6: 11
Concern-mt; Subcontractors, "
Suppliers and Otho s;
Waiver of Rights,,,,,,;,,,;,,;,,,,,,,,,,13-14
:6.12
Patent Fees and Royalties..................
,.
14
6.I3
Permits
" 14
6 14
Laws andItcgulations
`iim
........................14
Tires ......... .................14-15
6.16
Use of Premises
15
,6.17
Site Cteanlinrs5 _..:._..._...::.:>...: ..:z.15
6AH
Safe Structural Loading,......................
35
6.10
Record Doc=' cuts ......... .........15
6.20
Safety and Protection.,:., .... - ,.
15-16
6.21
Safety Repres-cntative
16
6.22
Hazard Communication Programp,;,
16
6.23
Emergencies,
16.24
Shop Drawings and Samples .,. ,,,,,;16
3
Article or Paragraph
Number& Title
6.25
6-:26
6.27
6.28
Page
Number
.629
Continuingthe.Work............ .......J7
6:30
CONTRACTOR'sGeneml'
6.31-6.33
Warranty and Guarantee,.,"_,......
Indem nrLcatro`n....
.-
17
: 6.34
.
Survival of Obligations. ,,,,,,,,, „
,,,,18
7. OTIIER WORK ....:...:.... .
�71-7.3
Related Work et Site,;;;,,
18.
7.4
ICoordinatioq .......................
IS
S. OWNER'S
RESPONSMII:ITIES ...........18
'.8.1
Communications idCON-
TRACTOR .................................
18
8.2
Replaamentor ENGINEER -
: ,,18
83
Furitish Data andPeyPromfili
When Due ... ........
.,:.16
$;4
Lands and Easements Reports
and Tests .............................
19-19
8.5
Insurance ........ ...I.........19
:8:6
-,Change Ordii.............. . ....-:;.....19.
87
,
Inspections. Tests and
Approvals ...................................
19
:8.8
-Stop a.Susprnd. Work; -. ..
Servmes .......::...,. .....::....:. 19
89 Lim itatioris on OWNER'S
Responsibilities ........... ..: _:........ 19
8.10 Asbestos, PCL Petroleum.
H..M.s Waste or
Radioactive Material
'.8,11
:•Evidence of Finance)
Arrangements .............................19
9. ENGINEER'SSTATUS,DURING
CONSTRUCTION.......................................19
,9.1
OWNERS Representative ...........
19
4.2
'Visits in Site
19
'9.3
.Project Representative
9A
.Clarifications and Interpre-
Cations , ,,,,,,,, ,;,,, ;,,;,,,,:
21
•Authorized Variations' in'Vbrk
21
E)CDC GEWAAL CON31TIONS 1919,41(1990 EDITIOM
w1aTY OF. FORTCOLLTM MODIFICATIONS (REV 9/99)
Article or Paragraph
Page
Article or Paragraph
Pagc
Number &Title
Number
Number &Title
Number
9.6
Rejecting Defective Work ......... :.........
71
13.8-13.9
Uncovering Work at ENGI-
9.7.9.9
Shop Drawings, Change Orders
NEER's Request .....................27-28
and Payments ..... :.........................
.... 21
13.10
OWNER May Stop the Work..........28,
9.10
Determinations for Unit Pric,....22
eg
13.11
Correction. or Removal of
9.11-9.12
Decisions on Disputes; FNGI-
Defective Work,,,,,,,,,,,,,,,,,,;,,,,,;,
28
NEER as Initial lnterpretcT..............22
13.12
Correction Period ...... ....................
8
9.13.
Limitations on ENGn IEER's
13.13
Acceptance ofDefectfve Work .........
28
Authority and Responsibilities .....
-23
13.14
OWNER May Correct Defective
Work .....................................
28-29.
CHANGES IN THE WORE: .......................................
23
10.1
OWNER's Ordered Change ....._.........:3
14. PAYMENTS
TO CONTRACTOR AND
10.2
Claim for Adjustment .......................23
COMPLETION ,......:......................................:..29
10.3
Work Not Required by Contract
14.1
Schedule of Values,,;,,,,,,,,,,,,,,,,,,,,,
29
Documents-, .... I .„ „ ...;.....;
23
14.2
Application for Progress
10.4
Change Orders.._.._
23
Payment ............................ .........
29
10.5
Notification of Surety ........................
23
14.3
CONTRACTOR's Waranty of
Title.:......................:................
29
CHANGE OF CONTRACT,PRICE .............................
23
14.4-14.7
Review of Applications for
11.1-11.3
Contract Price: Claim for
Progress Payments ..:..............
29-30
Adjustment; Value of
14.8-14.9
Substantial Completion..................30
the Work,,..._.............._.......__23-24
14.10
Partial Utilization ...... ..... ..........30-31
11.4
CestoftheWork ..........................24-25
14.11
Final Inspection.................,,,,,,,,,_31
I L5
Exclusions to Cost of the Work..._.:.;.
25
14.12
Final. Application for Payment......:.
31
11.6
CONTRACTORs_Fec........................25
14.13.14.14
Final Payment and Acceptancq.......
31
11.7
Cost Records, ,,,,,,,,,,,,,,,,,,,,,,,;, ,,
25-26
14.15
Waiver:of Claims,,,_„_..............}1-32
11.8
Cash Allowances...............................26
11.9
Unit -Price Work..... ...........:..:..........
..26
15. SUSPENSION OF WORK AND
-....
TERMINATION ....... ...... .......... .......................
32
CHANGE OF CONTRACT TIMES ......................
I..... 26
15.1
OWNER May Suspend Work., ........
32
12.1
Claim for Adjustment ........................26
15.2-15.4
OWNER Mayy Terminate ...........
_.,,32
12.2
Time of the Essence ..........................26
15.5
CONTRACTOR May. Stop
12.3
Delays Beyond CONTRACTOR's
Work or Terminate ............. :..32-33
Control ............................. _.......
26-27
12.4
DelaysBeyond OWNER's and
16. DISPUTE RESOLUTION ..... ............................
33
CONTRACTOR's Control ................
27
_. ..
17. MISCELLANEOUS...........................................33
TESTS AND INSPECTIONS; CORRECTION,
17.1
.Giving Notice . ....... ..::..... ...............
33
REMOVAL OR ACCEPTANCE OF
172
Computation of Times,,,,,,,
.....33
DEFEC771T WORK ..........................................:.....
27
17.3
Notice ofClaim ................... ....
:::.._33
13.1
Notice of Defects...............................27
17.4
Cumulative Remedies ....................
13.2
Access to the Work ...... ....... :..::......:..27
17.5
Professional Fees and .Court-
13.3
Tests and Inspections;
Costs Included ............................
33
CONTRACTOR's Cooperation ..........
27
17.6
Applicable State Laws ...............
33-34
13.4
OWNER's Responsibilities;
Intentionally left blank.....................................:35
Independent Testing Laboratory._.....
27
13.5
CONTRACTOR's
EXHIBIT GC -A:
(Optional)
Responsibilities,., ............................
77
Dispute Resolution Agreement .................. ,,.GC
-AI
13.E-13.7
Covering Work Prior to lnspe¢
16.1-16.6
Arbitration ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,QC
-Al
tioii, Testing or Approval .......... ,......
,27
16.7
Mediation,,,,,,,,,,,,,,,,,,,
E1CDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
a/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
•
J
0
0
INDEX TO.GENERAL.QONDMONS
City of Fort C,olfins modifications to, the.Gencral Conditions -of the.Construction,Contract are notshown in this index
Article of Fttragrliph
Number.
Ae6iptance of —
Bonds and Insurance ............. ......
__ ....... ........ 5.14
:_.10.4.1_13.5. 13:13
final paynt
9.12, 14.15
;insur ance ............. ...........
.......... __.504
other Work, by CONTRACTOR
........................ 7.3
2ubstintcs and "Or -Equal" ltcms
. .................... 0.7.1
Work hyOWNER ... ...... ...... ; .............
2:5.'6.30_6.,34
Access to tho—
Lnnd,g. OWNER mulCONTRACTOR
responsibilities .................................
. ........... 4.1
`sitc;filattd W&k
....... ...
Work, ................ ........ : .............
1334,14.9
�J3.2,
Acts or ibir issicins.-i Acts and Om ijsions—'
C6NiRACfOk.
61. i 9. 13 ' 3
RNGINERR. ............. : ............ .........
.... jS. 20; 9.133
OWNER; .............. ..............................0.20.8.9,
Addenda --definition of (also see
-
il;firuticin of Specjifi6ations) .......(1.6.1:10,6.19
H.
Times.,1
.........................
. 2,4:5.2,
J.5,3; 5,4-lo 4.
...................
4:5.3;9.4, 9.5,
. .. .........
............ ........ 11, 12; 14.4,15.1
progressscbcdulq ........
........ ....... _ ................ _46
d6finitiori 0( ..................................................
1.,2
.............. ..
Allwances. Crash ...................................................
11.8
AmendingContract DocianctiI4. ........ ; ........ ...... IS
Amendment, Written —
in general ............. .J.
10, 145, 3,5, 5.10, 5.12, 6j6.2
................
0.8.2;6-19, 10.1, 10A, 11.2
.......... :;: ......
............... 12.1,13.122, 14.7.2
intent 6, ........ ................ 10.4. 16.2. 16.:5
Application for Nym ern —
definition of 1.3
Progress
Arbitration .'.: ... .................. ..................
16.1-16.6
:
Asbestos-.-,
-
claims pursuant: thereto ............................
-
4.52, 4.153
CONTRACTOR ainhorii6d to suili Work
........... 4' 5.2
definitiono(......... F ...... w ................................
I ...... t.4
Article or paragraph
Nurnber
OWNER responsibility for— ..... ............
........ 4.5. 1, S. 1.0
possible ri.ricc And times change..
.
45.2
Autho'lie'a Variations in WorF .........
Availability ofLan ds ......... I ...................
A 1, 8.4
,6ard, Notice ofm-clel�
Before Starting.Construction.'.., ...........
L: .............
Bid-defitiit'ioft of ......... ............... 1.5(1:1, L10..23;3.3.
_,416.4.6.13,11.4.3,
I1:9.1)
Bidding Documents -definition
of.............. ...............
Bidding Requirements --definition
�of� . '***'*'*..... .
L7 (]?L4Z&2)
Bonds--
of....... ; .........................
................. 5. 14
ionds
_10.5,11.4.5.9
wort................... ........
.........I L5 4
...... . ...............................
...................................................2.1.5.1,
n , tion for Pavinent
14.12-1'1.14
general
...................................................
Certificates of Inspecticq.:,-...,
—. - ..--
. ..... ... P.13 * 4, 13.5,14.12
certificates or Insurance ........
5.4A3,
I ............ I ........ .$.6.5,
5. i, S. I 4, 9. 1 i.4, 14.12
Change in Contract Price —
Cash Allowances,,, ..........
: ............... ........ ....... ILS
claim for price
adiiiament .............
4.1. 4ZA, 4.5, 5.15. 6:8,2, 9.4
— ........... :
..... 9.5, 9.11, 10:2, 10.5, 1 U 13 9.
........................
1313, 13.14, W.7, 15.1, 15.5
,CONTRACTOR! fee ......................................... 11.6
Cost of Work
general................................................
11.4-11.7
E%clwi6m to
Cost Records ..................
... .. ;,j 1.7
in RencrM
1.19. 1 44. 9.11. 10.4.1104 3. 11
13.9.
EXDC GEMAL COMMONS 1910,8 (1990 EDMON)
waTy OF F0RT0DLL1MMODIFICATIONS (RFV9199)
Unit Prim Work ..... .................. J 1.9
Article of Paragraph
Number
of Wcwk.,... ..........
Value.... ....... ........
....... 113
I
Change in CowractTimes
Claim for times hdjustment ......... 4.1,
4.2.6, 45, 5.15,
......... 16.8.2, 9.41 9.5, 91.11,
10.2. 10.5. 12.1,
....... 13.13. 13.14,
14.7. 15.1. 15.5
Contractual Lime limits ........... .........
: ............... 112`
'
Delays beyond CONTRACTORs
control........................................................12.3
Deliykbeychd OWNEWs and
CONTRACTOks,control ............
: ................ 1 2A
Notification ofSUU`CrY _:__ ......................
105
Scope of change --- .......... :::..; ...
Acceptance ol`Defective Work.,
.... ; ....... .... __13.13
Amending Contract Documents
,, .................. I ..... 15
Cash Allowances .............
I ig
Change of Contract Price... ..................................
I I
Change of 6cratract Times,,;,,,,,,,,;,,,,,,,,;,w,,,,,...12.
Changes in the Work-...............................
.......... 30,
CONTRAtTORs fee ........ ....
......................... .....ILL,
Cast of the Work ...................................
Cost Rmcfds.,, .....................................
..........11.7
defintfifat of
.............. 1.9
................
riesponsibility."
ENGINEER!s : ......
�8
9 , 10.4, 11.2, 1 Z I
execution of ... : .................................................
16.4
Indemnifiction ...... ... ......
�. I Z 6.16, 6.31-6.33,
Inswartm Bonds and,,,,,,,,,,,, ,
„ .....5A0, 5.13. 10.5
OWNERs Responsibility ...............
........ 6.6, 10.4
Physical Conditions—
silbituface and, .............................................
4.2
Underground FaAiliis . .............................
1,31.2.
Record Documents ......................
.. ................ �G. 19
Scope;of Charge.._ ......... .............
...... 10.3-10.4
Substitutes ............................................
fi.7.3. 6..8.2
Unit price Work;,,, , , ,_,_. -1
.............................
MR
value of Work.,covered by ................11.3
...........
Changes in the Work .... ...........
...; .........
Notification of surety ............... .........................
.
10.5
Ov INERs and CONTRACTORS
pe"enbilities
10.4
Right to an adjustment� ...............
: ........10.2
Seope of change ........................................
10.3-10.4
Claims—
against CONTRACTOR ....... .........
; .................. 6,16
against ENGINEER.........._ .....
............ j5,32
.against OWNER.::. ...... i .........
...... ............ 0.32
Change of Contract Price„_,,,,,,,,,,,,,,,,,,,,,,,
9.4,11.2
Change of.Caunct Timiii..., ...........
9.4,12.1
CON'�RAqOks .... ......... 4,11, 9.4. 9:5,.9.111, 16.2,
......... j 1.2. 11.9, 12:1, 119. I4.8,
.......................................I....15.1.
15.5, 17.3
CONTRACTORS Fee ....... .... 11.6
Article or Pariigrapb
Number
CPNTRACTOR's liability,; ....
5.4,6:12,.6:16, 6.31
Cost of the Work_ .... ...............................
11.4,11.5
Decision s on 15i es
spot .....................
: ......... 9.11,9.1 2
Dispute Resolution .... .......................................
J6.1
Dispute Res olution-Agreement.,.,
... ....... :..16.1-16.6
ENGINEER as initial interpretaK
........... ...... 9.11
Lump Stan' Pricinj ........ ......... : .........
........... 11.3.2
Noticeof ...................... ..................................
J.7.3
01)VNERs ,9.4. _ 10.2-11.2. 11.9
91 -.5,9 1),
.............. ,__;.12.1, 13.9,13.13,13.14,17.3
vwNtur may rcruse in maKe. paymenk
... :j,"
Professional Fees and Court Costs
Included...... _ ................... ....................
request for formal decision on ..... .......
..... ... P..,Il
Substitute Items,;:, , .... .......
.........
Time Extension .................................................
12.1
Time requirements ... ............... ........
1.9.11, 12.1
Unit Price Work. _ ..............._ .............
Value of ; ; .......... .....................
1.1.3
Waiver of--w Finil'Payment, ... ..........
14.14,14,15
Work Change Directive .......... s ............................
10.2
witten notice required ......................9.11, 11.2, 12.1
Clarifications tion , s and Interpretation; ... :..3,63,
9.4, 9.11
Clean Site ....... ............. ..................
0.17
Codes of Tecluiical Society. Orginiiatioh
or Association ..................................................
3:3.3
Cownenminent.of Contract Times,,,,,,,,,,,,,,,,,,,,,,,;,„
'Communications -
,general ..............................................
6.Z6.9.2, 8.1
Hazard Communication Programs ..........
_ ......... 0.22
.Final Application for Payment ...............
... __14:1.2-
Final inspection ...............................................
J4.11
Final Payment and Aitiptanm_ ..............
I 4.13-14. 14
Partial Utilimnork ...........................................
j4.16
Substantial -Co.mplaiion ....... ..............1.38,
14;8-14.9
Waiver of Claims_ ........................ _ ...............
14,15
'Computritiom of Tiniq .......................... ;.,J7:11-IT2.2
Concerning Subcontractors, Suppliers
and others ......................... __ ....................
§:8+6.11
Conlerencas--
initially acceptable sdkulm, ..............
... 2.9
preconist lion ..................................................
. rUC ,
.. 2.8
.Cortflict, Error, Ambiguity, Discrepancy --
CONTRACTOR to Report
.2.5, 3 3.2
Construction, before starting by
CONTRACTOR..; ... ... j,,; .............. ...............
;.15-2,7
Construction Machinery, Equipment, etc,,,,,,,,,,,,,,,,,,
j6.4
Continuing the Work, .... ...........
Contract Documents-
Amending.... : ........ .................... i ............
5.5.
Bonds.................................................
__ .. ...... 5.1
EJCDC GENERAL CONDITIONS
19104 (1"0 EDITION)
WICITY OF FORT COLLINS MODIFICA77ONS (REV 9199)
Li
E
0
0
.Cash Allowance's,.:...:.:.:: . . .. ... ;; ............ ........ P-8 Stop Work ferpiYernentj ....... :..: ................ ...... 4.5.2
CONTRACTOR&--L
Article or ParagraPh
Number Article or Paragraph
Number
,c of Contract Price
;e of Contract Timick ..................................
12
;es in the Work_.,_„
10.4,19.5
andverify .................................................
7.5
erpretations .......................... 3tl— 3.6, 9.4, 9:11
.ion of .................. ...........................
1.10
'iE FR as - initial interpreter OC .................
9.11
,TEER as OWNER's repfeseritative
"' '7� ...... .... ... ..... Intent - -
14.4. 14.13
...................... 3.1.3.3.3
:of Technical, SOCid]Csi .... .............
Unit Price'W(irk,
variations
.3.6,:6.23, 6.27
Visits in
9.2
Contract Price —
adjustment of ...........
9.4, 10.3, 11.24 1.3.
Change of
.......
Decision MDisputes,,,,,. ..................................
9.11
definition ... w .... w .... ... .........................
'n
Contract Times—
t of ... : .....1.,... : ...... 9.4,10.3,12
-12.4
................................................. 12.1
ement 0_17.�..: 2:3
of..................................................... 1.12
Acceptance of Insurance, .... .........................
5.14
Communications.. ............ ......................
jis.2. 6.9:2
,Continue Work ........................................
t� -
coordinationinidscliedulm' % scheduling- ... : ...........
— ...
definition of .....................................................1.13
Limited Reliance on Technical
Data Au1horizFd,..-, .... ........... 6.4.. 1 ..... I .......
May Stop Work' M2, Term irate ...................... J'5:5
provide siteacccsisto.officrq., ...... 7.2.13.2
Safety and Protection,,,,,,,,,,,,,,,,,,, 4.3.1 :2, & 16, 6:18,
...... ...... I ...... ... 6.21-6.23, 7.2,13.2
,Shop Drawing and Sampk Review
prior to'Submiltal, .............. ............. 16.25
vil
Compensation ................... . ...... I ....... .... . 113-11.2
CcminuingObbjmio4n: ..... :...: ......... 114.15
Defective Work,,;,,,9.6. 13.10-13.14
Duty to correct defective Work.,,,. ................... J3.11
the Woik caused by
nc.........................................
�6.23'
V6'. of Others,....
7.3
indition* ............. q
4.23
r in boctimcms 2.5:33.2,§A.2
id Falcil itiis not. inilicaterl..,
..... :,.4.3.21
- 6.23.
ner... 17:--
yRental;'Cuit
............. ........... ..... __.:11.4.53
J1.43.6,
11.6
Work
6:1
................... ; 0. 30
Paid forby., .............. j6.! 2
mi4............................5.1
J for by ........... .......... :OA3
6.6.
.......... _629.16.4.15.2.1
anon disputes 9.11
Changes in the Work ..................................
10.1
Corniming Subcontrectoirk Suppliers
and Others ..... ......... ..........
Continuing the Work ......... .
6.29,10.4
CON7RACTORs expense % ..........................
0.7.1
CONTRAICTOR,s General W.,ranty
,and Guarantee ...... ...... .........................
6.30
CONTRACTORS revitvv prior to shop
' Drawing cr Simple - submival ................
jS.
Coordination of Work..-, .......
6.9.2
gm
. c!gcnc!eA .............................................
6.2�3
ENGINEERs eviluation,Substitutes
or 'Or -Equal" Items,...... ..........
-
0.73
For Ai:t's'and Omissions
of'otlicrs ........... ... ... .... 0.9. ".9.2. 9.13
for deductible amountsinsurance
9
general .... ...... 7.2.13,13.9
,Hazardous Communication Programs
6.22
Ind irl6ati6rr .............. : ....................
6.31-6.33
EXTC GENERAL COMMONS 010.8 0990 FDMO,O
.1 CTTY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Labor. Materii1s and Equiprbcrq: ........... :0.3-6.5 CONTRACTORS-0ther., .............. :_ ......................... :7
Laws and Regulations ...... I ..... ... ................... 6. 14 ;Contractual Liability Insurance, ... ............. ... 1 ......
Liability insurance ....................................... 5.4 Co
ntractual time limits............,.........,,..... .......J2.2
Article or Paragraph
Number
Notice of variation from Contract
Documents...; .. .. ......... ........... Patent Fees and "...... 6.12
Permits.......................................................0.13
PfcgcssiSchedule.... .................................. -166
Record Documents ....................................... 6,19
relaredWork performed prior to-
ENGINEER's approval of required
........................... 618.
.............. .... �.20,7.2,132
.:6.21
Shop Drawings and Samples Review
by ENGINEER'..............:..:..:.:A.............
6.26
Site Cleanliness........._
"-' "**"* ......
... . .
Subm it6l Piece Idurie's ' :
6.25
Substitute Construction Methods
and Procedures ..................... %:..; ...........
6.72
Substitutes, and 'OT-Fqual' Items ................6.7.1
§up6rintendeneq ............. ...... ; ..........
Supervision,,,,,, : ....... .......................
61
Smival of Obligations .................
....... �.34
Twsm............................. ............................
6.15
Tests and lnspcWcn...................................
13.5
To Report ........ -11 ....................................-,
7.5'
I..
Use of Preraiies .................... ..0. 16-6.18, 6.30.2.4;
'im Pr; 'Drawing a tar to, Shop,
Sample Submittiak ........................................
6.25
ht t6 adjustment for changes in the Work,_
. 10.2
it i0� clairr, .. ... ..... 4.-7J, 9.4, 1.
10.2.11.-;
1,9,111, 13.9,148, 15.1,
15.5, 173
ety and _§.20-62Z 7.1- 13.2
ety keprese6"ti ve ......................... ............
1.6.21
,p Drawings and Samples Submittal;,,,
6.246.28
!&ijl Consultants ... _ _ . .. .... __
.... 11:4.4
63.1. 6.7.2
Suppliers and Others_
.,.: ... 15.8-6:il
Superintendence,,,-,,..' '
. 6.1, 6.2. 6.21
by ......... ...........
..... 6.15
............ ....................
...... 6.16-6,18
guarantees--,-,,,,
6.5, 636
Work or terminate....... 15.5
....... :4.2.3
....... 14.8
Article or paragraph
Nunibocr
Coordination -
CONTRACTOR'S responsibility .......................4A2
Copies. of Documents.,, ... .. ...... I ................
.......... :.22
Correction Period ........... .............. ................
13.12
Correal . an, Removal orrAcceptanice
of Defective Work-
in general,,,,. ........ 10,4.1;
13.10-1114
Acceptanc<ol`Defective Work.; .........................
13.13
Correction or Removal of
Defective Work.:_,.,,,,,,.:......... ..........
630,13.11
Correction Period ...................................
13.12
OWNER May Cciiectbifec'tiveVork ........
�.'..',13.14
OWNER May. Stop Work...,I . ................
..... 13.10
CiisF-
,of Tests and Inspection* .....................................
13.4
izc=ds1'1.7
Bonds and -insurance, -additional ..
...... )1.4.5,9
Cash Discounts...._.....:_ .................... ...........
) L4.2
c6NTkA&6wsFee ....................................
11.6,
Fmployce Expenses':.._ ................... .......
Exclusions ...... : ....... ; .........
15
Home office and overhead expenses;,,,,-„
, ......... 11.5
Losses and damages ............... ...................
*J 1:4.5.6
Materials and equipment ................................
11.4.2
Minor expenses ..........................................11.4.5.9
costa on ch an'g'es'
Paryioll........... ........
: ......... 11.4.1
performed, by Subcontractors ........ _- ..............
J1.4.3
Records 11.7
Rentals of construction equipment
and machinery .......................................
11.4.5.3
Royalty fayments, Perm its and
license fees ............................ . .............
Site office and temporary facjlities, ................
I ]'4.5.2
Special Consultants, CONTRACTOR's .............
11.4.4
Supplemental ................ I ... I .......... ..............
)1-4.5
Taxes related to the Wok .......... ........
_11.4.5:4
Tiitsand Inspection.........................................13.4
Trade Discounts
114.2
........................
Utilities. fuel and sanitary faciliti4- ., ....
: ... 11.4.5.7
Work after regular hours .................................
11.4.1
veering Work. .............. I ....... ... I ..... ..............
13.6-117
Imulative Reandies-1.1 ................. ; ................
17A.17,5
citing;- fitting and patching„ ........
..... 7.2
us, to be furnished byOWNER ...: ......... : .........
; . ......
ay -definition tion of ................................................17.2.2
.cisions on Disoutca� ............... �.w ... i-:1-...; ....
1. ;,9.11, 9.12
/cq"--dclimiionc( ........................ ............
_..J.14
Acceptance of, ........................... - .... -10.4.1. 13.113
EJCDC OEMERAL CONDITIONS 1930-8 (I"Q ED1110IO
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 91")
0
A
BID SCHEDULE
Item No.
Item Description
Unit
Contract
Quantity
Unit Price
Total
l!M 01
Sawcuttmg 4-
Lneal Four
2W
$ 3 23
S 646.00
203.01
General Excavation
Cubic Yard
2W
$ 32.29
S 6,459 W
20302
Borrow
Ton
50
S 21.00
S 1,05000
207.01
Imported Topsoil
Cubic Yard
50
S 2906
$ 1,453W
20801
Stomnwa cr Protection - CDOT Gravel Bag (Reek Sock)
Laical Foot
400
S 7.20
$ 2,880 W
208.02
Smrmwater Protection - Recycled Rubber Filed Wattle
Cmeal Foot
20
S 12 92
S 258.40
208.03
Stormwater Protection- CDOT Gravel Bag Inlet Filter
Each
10
Is 1937
S 193.70
212,01
Sad
Square Foot
100
S 2.26
S 226.00
212.02
Laridacape/Irrgation Labor
H.
30
S 26.91
S 807.30
304.01
Aggregate Base Cause
Ton
2,000
$ 27,11
S 54j20.W
403.01
Ternuporary Pate mg
Ton
300
S 19373
S 5119.00
601.01
Exposed Sand Firmh - Up Charge
Squme Foci
SW
S 221
S 1,105.W
W,101
Type R Inlet - Remove & Replace (5 Opeorg)
Each
2
S 3j5049
S 6,70098
6W 03
Type R Inlet- Reconstruct Inlet Deck (5' Openmg)
Each
5
$ 1,07629
S 5,38145
6W 05
Type RInch- Material Only
Each
2
S 46279
$ 925.58
6W 06
Cub Inch - Remove & Replace (4' Opem g)
Each
2
Is 1,73479
S 3,469 58
6W W
Cub Inlet - Reerautuct Inlet Deck (C Opening)
Each
2
S 47539
S 950.78
604. 10
Crab luck - Material Only
Each
2
S 83945
S 1678.%
W,t l l
Catch Basm - Remove & Replace
Each
2
S 1175 56
$ 2,351. 12
W4.13
Catch Basm- Recoectaxt Inlet Deck
Each
2
$ 387.31
S 774.62
W4.15
Catch Base- Material Only
Each
2
S 667.28
S 1,TF156
W4.16
Modeled Type 13 Crab Inlet - Remove & Replace
Each
2
S 2,482.86
S 4,965.T2
6W, 18
MochficdType 13 Cub Inct - Recoeauct Inlet Deck
Each
2
is 866 W
S 1,733.00
6W 20
Mid Type 13 Cub Inlet - Materiels Only
Each
2
$ 753,38
S 1,506.76
tJW 21
Concrete Sidewalk Culvert - Remove & Replace
Each
3
$ 1,674.68
S 5,O2A.O1
60f32
Metal Sidewalk Cohen- Salvaged Material
Each
5
$ 81287
S 4,064.35
&A 23
Metal Sidewalk Cohen -Material Only
Each
5
S 1162.35
S 5,81175
604.24
Metal Sidewalk Cohen -Additional 5M"Plate
Squmrc Four
15
$ 154.98
S 2,311.70
WS 01
Remove Concrete
Square Foot
50
S 172
S SKW
608.02
Be. and Han] Filet
Each
4
S 26.25
S 10.00
608.03
Apron 8-- Remove & Replace
Scare Foot
8,000
S 7.78
$ 62,240.00
WSW
Crosspen- 8' Remove & Replace
Square Farr
5,000
S 7.78
S 38,M) W
W805
Drlveover Curb, Goner &6"Sidewalk- Remove &Replace
Lneal Fact
5,000
S 43.13
$ 215,650W
W8 06
Driveover Curb, Gutter, No Sidewalk - Remove & Replace
Lineal Farr
I,"
$ 21,65
S 21650.00
608.07
Vertical Cub, Cuter and 6'Sidewalk-Remove&Replace
Lneal Fact
1,000
S 48.48
S 48,,tsoW
608.08
Ventral Cub, Geer, No Sidewalk-Remove&Replace
Laical Foot
2,000
$ 29.54
S 59,080.00
WSW
Vertical Oumall Curb, Garter - Remove&Replace
Lineal Four
100
$ 22.78
$ 2,27&00
W8.10
Barrier Cub l2"- Remove &Replace
Linc.i Foot
W
$ 1575
S 787,50
W8.11
Hollywood Cub, Gutter and 6'Sidewalk - Remove &Replace
Laeal Fact
5,000
$ 4065
S 2(13,JMW
608,12
Hollywood Cub, Garter, No Sidewalk -Remove&Replace
Laical Four
400
S 1870
S 7,41a)M
C�
Zorrecticui 6r,Rcinoval of., ......
.. t.,,)041. 13-11
Correction Period ................
....13.12
'in genct`al .........................................
13. 143, 14.11
Article or Paragraph
Ndnbcr
06ser'vation by ENGINEER.:..:.....:;;,
......
;OWNERMay Stop Work .................................
13.10
prompt Notice omeficis ...... ! ...
.......... I3.1
Rejecting.. ........:
......... ..... __ .... �9-6
iJrcoverinjthe Work..:._ : ..,
........... ........ AM
linitions................................................................
I
for UnivPrim ..............
,face or. Physical Canditi
........... ........................
0
614.2
Copies:or........... ................................................ 2.2
Record 6.19
m. ni........ . ...us ...............
4.1
cti.ve date of Agent--mindermition
... J.-16
agencies.................
.. ;--; ...... � ........... ...............
'i�
initial interpretenian disputco ....... :..9.11-9.12
,definition of .......... .............. : .... .....
I.— 1.17 ....
Limitations on authority:and ruponsibilitiq ......9. 13
............................... .............
Resident Project Repnesentative ...........................93
3INF±-Rs Comultant -- defmition of..................1.18
66tb6irit r and responsibility. liniitntioresort
:9:13
Authorized Varititions in the WA ....................9.5
................
9.5
.Change Orders. responsibility F4 ....... 9.7,10,
11, 12
Clarifications and Interpretations ....... ......
3.6.3,9.4
Decisions on Disputes_.__ ,,,,,,,,,,,,,
9.11-9.12
Liabifity... .... .0.32,'9J2
......... Notice Work is Acceptable "'"' '* ....................... )4.13
Obscivitiots, . ... ........ ....... ; ......... J.30.2. 9.2
IX
0
OWNEWs Represcrititin - ..... - * ......
:..1.9.1
PayInn't's to the CONTRACTOR.
Rcsipiarunbiiity for . ....................
I............... 9.9,14
Re fifin6ndation of N)inLqk'
4.47,14 13
Article or Paragraph
Number
Responsibilitim—Limitations ork_
............. 9.11-9.13
011
m
and
4.2.1
1.6'
............. 14.11 ......
14.1344 14
lotertces..............................11.8
... 17.3-17.4
Giving Noticc_ ............................................
. ....... 17.1
6itnranlw of Wcik-1:iyCONTRACTOR ........
j6,30,14.12
Hazard Cornmunication Progrants..,.
. .....
.....__0,22
Hazardous Waste, -
general...................................
4.5
OWNER'iresp6risibility for.., ., , 6 ............
..... �Mo
EXDC GENER& CONDMONS
1910,11 (1990 EDITIOM
wiaTy oF Foucotum moDmcAmotis
(R9/99)
Indenihificatiork ,,:,
k. IZ 6.16, 6.31,633
,initially Acceptable Sched.u,lea .....
............................ 2.9
-
inspection--
....................
�9.13.4, 13.5,14.12
Final .............
I
Article or Paragraph
Nuinber
Special, required byENGINEER ..... ..........
Tests and Approval .................... .........6.7,
13.3-13.4
Jfisurance
Acceptance of, by OWNER ...............................
5.14.
Additional, required by changes
. in the Work ...........................................
1 L�.5.9
Bef we starting the Wmk ....................................
17
Bondssand--in general .......
...... :....5.
ConmUntion Provisions ......
5:8
Certificates of,...... ........ 7. 5. 3.
5: , 13
�5
....... 5§-51 5.8, 5.14, 9.13.4,
" "
14.12
cam pliQ oj'�'e'r* �tionq_;:...
5.4.13
CONTRACTORS Liability .................... I ...........
-5.4'
CONTRA&OR!s objectim"to coverage ............
5. 14
Contractual Liability ......... .........5.4.
10
deductible arn-bunts, cbNTRAcToks
responsibility....... _..__ ....... ......................
Final Applicaion for Paimcnk .........................14.
12
Licensed Insurers ...............................................5.3
Notice requirements, material changbq, .......
5.8,10.5
Option to Replace„*-' ' -
- - 5.14
other special insurances .....................................
5.10
OWNER as fiduciary for insureds ..............
5. 12-5.13
OWNER'S Liability............................................5.5
OWNER!s Resposisibility ........ _ ..........................
8.5
Partial Utihzsfi6n, Property 1nauranci ..............
:5. IS
Property ..... .. ..................... ...................
5.6-5;10
Rewilit and Application of Insurance
Proceeds- .. ............. ...........................
5.12-5.13
Special fnsa,ic, ............................................
:5J6
Wqiver of Rights ................ o .. ......... . ..........
: ..... 5:11
Intent of Contract Documents ..............................
3. 1 -3.4
Interpretations and Clarificmicin.1
3.69,9,4
Investigations of physical conditions .........................
4"
Labor, Materials:and Equipment ........................
_6 3-6.5
Lands—
and Easements ..................._..._................_...._..?A
Availability of ........................ .....................
4.1.8.4
Reports and Tests.. .... ...... ...........
IIA
:Laws and Regulations --Laws or Regulations--
Bonds.................................... __ ....... ..........
5.1-5.2
Changes in the Woil;„ .... I .................................
1(1,.4
Con*tmct Do6uments...........................................
3:1
CONTRACTORs Rcsponsibilitics., ................
, .1 6. 14
&f.A Correction Period,ve,work ....................
13 . 12
Cost of the Work, tax es ......... __,....
......
ft.4.5,4
definition of ....................................................
_1:22�
Indernnification .................. . .................. 01-6.33
rx
Insurance .'..: ........... ........................ .... 5.3
Precedence;:
...... ... 3.1.3.33
Reference to ....................................................3.3.1
Safety and Protection.......* ........ ,6.20, 13.2
Subccmuractors, Suppliers and Otherq ........... 6.M.1 I
Article or Paragraph
Number
Tests and Inspections ............. .; ...
......... 13_51
Use of Premises .................................................
0.16
Visits to site ....... ............. ___ .........
I r
........... 92
Liability Insurance-'
C6NTTZXCTbRs ...... _: ......................................
5_4
6WNEWs ....................
.............. 5.5
Licensed Sureties and Insurers .................
............... 5.3
Application for Progress Payment,,.,._,,,,,,,,,,,,,,,,
ji?
CONTRACTORs Warranty of Title ........
......14.3
Final Application fiarTaymcn! .........................
j4.12
definition o[ .......................................
Waiver of Claims: ...........................................
J4.15
Limitations on ENGINEERS .authority and
,responiibilities... ..................... .........................
9.13
Limited Reliance by CONTRACTOR
Authorized.........._...._..:..........................
....... 422
for Payment.........._............ _14.12
Materials andequipment-
fi.irnished by CONTRACTOR................................0.3
,not incorporated in Worl;� .. .......... ............
.. 14.2
Materials or a quipmcniequivslenj ... ....... ; ................
07
'Mediation (Optional) .... - .......... i ....... .......... ......
16,3
Milestones--definitiori of ............... �.: .....................
L24
Miscellaneous --
am putation of Timcs. ....................................
j 7.2
Cumulative Remedies
I _ . ........ : ................ ...........
17.4
Giving Notice ...... �--- .. ......................
17.1
Notice of'Claim .... ............ . ............. ........ I .........
17.3
Professional Fees and Court Costs Included
17.5
Multi-jaimecomracts ....................... . .. .... 0: .................
Not Sho" or Indicated .... ............... ....................
Notice oi -
Acceptability ofProject,....................................
14.13
Award, definition Of ............... ......
I -i5
Claim............................................................
J3.3
Difiects.13.1
'Differing Subsurface or Physical Conditiom ......
A.2.3
Giiing................... ........................................
17.1
Tests and Inspections,,,,,_,,,,, ..... ......113
VarVariationShop Drawuij and Sample .....,,,,:627
Notice to Proceed -
definition of ..................................... ............. 1.26
.girving i of13
........ .......
EJCDC OENEM COt01 TIONS 1930 .8 (1900 EDITION)
w1aTY OF FORT COU4143 MODIFICATIONS (REV 9199)
0
0
E
Notification to Surety.........:.............................._..10.5
Observations: by ENGINEER
.6:30, 9.2
Occupancy of the Work,,,,,,,,,,,,,,,,,,
5. 15,'6.301.4. 14.10
Omissions or acts by CONTRACTOR .:,,:; ....6.9, 9.13
'OpenPal 1, policy form,Insurance. .........................j.6.2
Option to Replace ..................................
.....:..............5.14
Article or paragraph
Number
"Or Equal" Items .................................... :............
:....6.7
Other work 7
Overtime Work --Prohibition of., .... ...... .............
6.3
OWNER-- - -.
Acceptance ofdefecove Work -.........................
.13.13
appoint an ENGINEER ............ ...:..:.........
:..:...... 8.2
as fiduciary_„_ .............. ...........................
5.12-5.13
Availability of Lands, responsibility ..................Al
definition of....._........_........... _......................
1.27
data, furnish ......... :........................... ..................
8.3
May Correct Defective Work...,,,,,,,,,,,,,,,,,,,,,,,,
1371.4
.May refuse to make payment,,,,,,,,,,,,,,,,,,,,
,J4.7
May Stop the Work ........................................
J3.10
May Suspend Work,
Terminate_, ........................ 13.10.
15.1-15:4
Payment, make prompt . ................... :0.3, 14.4,
14.13
performance of other work,--,-,...-. . .... ...
11_:...7.1
permits and licenses, requircmcnts ....................0,13
purchased insurance requirements ...............
5.6-5.10
OWNER's--
Acceptance of the Work'. ....... ................ _.-6.30.2.5
Change Orders, obligation to execute,,,,,.,,,,
8.6, 10.4
Communications .................................................
8.1
Coordination of the Work
- .....__ 7:4
Disputes, request for decision...........................9.
11
Inspections, tests and approvals ........ :.... ...
18.7, 13.4
LiabilityInsurance.............................................
5.5
Notice of Defects ... :.......... ..:....................:........13.1
Representative --During Construction,
ENGINEER'S Status ........ :...................
:..... 9.1
Responsibilities --
Asbestos, PCBs, petroleum, Hazardous
Waste or Radioactive Material
8.10
.Change Orders..............................................8.6
Change� in the wak......... .............. .:..........10.1
communications ...........................................
8.1
CONTRACTOR's responsibilitieq :......:::..::...:
8.9
evidence of financial arrangementg.............0.11
inspection& tests and approvals ..........
_....... 8.7
insurance......................................................8.5
lands and easementg.....................................
8.4
prompt payment. by ........................................
8.3
replacement of ENGMER ..........................8.2
reports andtests.............:....:.:...:...................
8.4
stop or suspend Work,,,,,,,,,,,,,,,,, 8.8, 13.10,
15.1
terminate CONTRACTOR's
services,,,,,,,,,,,,,,
All. 15.2
separate representative at site..............................P.3
testing, independent .......... .......................... I.... 13.4
use or'occupancy -
of the Waik ..........................5.15, 6.30.2.4, 14.10
written consent or approval'
required ........................................ :9.1.6.3, 11.4
EKDC OENFRAL CONDITIONS 1910-8(1990 EDITIOM
WI CITY OF FORTCOLLINS MODIFICATIOM(QEY 9199)
Article or Paragraph
Number
written notice: required ,......
........1, 9.4, 9:11.
....................................
11.2r 11.9, 14.7, 154
PCBs-- ... .. __... -
definition of.................................I...................129
general, ......... ................ :.......
.. ..:...... :.... ..45
OWNER's responsibility for,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,$:IO
................................... 5.15
.. 632
... :............................5.1-5.2
of_ ...... .... 14A-14.7, 14.13
Payments to CONTRACTOR and Completion --
Application for Progrev Payments......,_.........-14.2
CONTRACTOR'sAVarranty of Title
:.......... 14.3
FinalApplicationfor Payment,.,.,.
.......,1412
Final Inspection,;,,;,,, ,................
1411-
Final payment and .Acczptancp,,,,,.,,,,_„-,
14.13-14.14
general.: ................. ....:.: ..... I ............ .............
8.3; 14
.Partial Utilization......._ ............... ...................
14.10
Rctainagc. .: ...... ...... ...
..........1'4:2
Review of Applications for
Progress Payments ......:........................
J 4.444.7
prompt payment ................................................
8.3
Schedulcof Values,,,- ............................
,, 14.1
Substantial. Completion ,,,,,,,,
,,, j4.8114.9
'Waiver of Claims,,,_„ ...............
.........14,15
when payments due :..........................:....
.
14.4, 14.13
withholding payment...... ..................................
14.7
Performance Bonds ................................
5.1-5.2
Permits' ..-: ............. :...:................... :.::.......
....:6.13
Petroleum-- - -
dcfunitiori of .....................................................
1.30
.general............................................................
_4.5
DWNER's responsibility for ........... :.::.:..........
;:.,: 8.10
Physical Conditions--
Drawings of in or relating to,,;.....................
4.2.12
ENGMETWs review, ...................... -, .............
4.2.4
existing structures,;; ................... .................
4:2:2
general 4 21.2........ ...... •. .........
...........
Notice of DAt rmg Subsurface or, .............
A2.3
Possible Contract Documents Change..............:4.2.5
Possible Price and Times Adjusuri.......
:....... 4.2.6
Reports and Drawings ....................:..................
4.2.1
Subsurface and. .................................................
4.2
Subsurface Conditions ..........................
42:1.1
Technical Data,'Uni Reliance by
;CONTRACTOR Authorized,,, - -
Underground Facilities--
"general .......... ..::... ::.... ... :................
.:.:::.... 4.3
Not'Shown or Indicated ,,,,,,...--,.......
I.........4.3.2
...
Protection of ...:.:..................:.....::.........4.3,
6.20
'Xii
Article or Paragraph
Number
Shown'or Indicated; 1,,; ,
4,3A
,; ,
Technical Data ...............................................
,;;,
422
Prcconstruction,Confttence,,,,,
....... ..,.2:8
Preliminary Matters,,,_,,,
o
Prelim inary.Schedules,,,,,„„,„„--
..... 26
premises; Use of, ............. ...............................
6.16-6i18
Price, Change of Contract....:.: - .........
- :.-.-1 i
Prim, Contract --definition of ........... _......................
1.11
Progress Payment, Applications fok ..... :_
..................14.2
Progress, Payment--retainagc...................................
14.2
'Progress schedule,'CONTRACTORs ........
2.6, 2.8,2.9:
.................... ............ 6_0, 6.29, 10.4. 15.2.1
Project-ddfinition of:_ .................................._..._....
1.31
Project Represcntative- - -
`ENGINEER's.Status During Construction......... 9.3
:Project Representative; Resident --definition
of ...w. 1.33
prompt payment Payment by OWNER .......................
....:8.3
Property Insurance -
Additional .........................................................5.7
gencral5.6-5. 10
'Partial.Utilization-_.............................5.15,
14.10.2
receipt and application of prom*
„ 5M 5.13
Protection. Safety and ,,,.....,
...0.20-6.21. 13.2
Punchlist..........................................................
JAAI
Radioactive Material--
Acfintion of - ........
.....:. ...:::1.32
.. ,-.
OWNER's responsibility for ........ .........
.8. 10
Recommendation of Payment:,-„-,,,,,....
J4A, 14.5, 14.13
Accord Documents ........................................
619. 14,A2
Records, procedures for m`aintaining...........
.......7.8
.Reference Points: ....... .. . .......:........:
... i4A
to Standards and Specifications
;hnical Societies ........................................ 3.3-
is. Laws and (a) .................. --- ............. .--:6 14
)efec6ve. Welk ._...................................... 9.6
at Site .........................................................7.1-7.3
Performed prior.to_Slu p Drawings -
and Samples submittals review,,,,,,,,,,,,,,,,,,,,
6.-28.
Rem cdics,'cum ulauve.. ..17.4.
17.5
Removal or Correction ofDefecrrve Wok
,, . 11 I
rental agreements. OWNER approval required
11.45.3
replacement of ENGINE ER, by OWNER .......
.......$.2
Reporting and Resolving
Discrepancies......,,;-„ ................_.. 2.5, 3.3.2,. 6.14,2
Repots --
and Drawings ::........... ............................
. 4 2.1
and Tests, OWNERS responsibility,,,, -,
„-,,,_,$4
Resident and Project Represciu sitive--
definition of ... .............................. .............
...... J33
provision for:............:.:......:........_....:.:...................: 9.3
ER -DC OEIM AL CONDITIONS 1910.9 (1990 MITION)
wi CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
E
0
0
LI
0
Article or,Para?0ph
Number
Resident
nt Sypeiintendmit, CONTRACTOR!s ......... ... 6.2
Responsibilities-
=NTRACTO,R's,.in general....: ............ ....... ..... 6
gNommes shin general„ .......................
9
Limitationsm ...... ....
_ ............. .:�J'13
OWNER'S -in general ............
.......................
Retainage, ............ I ...... ......... .......................
. 14.2
,Reuse of Dccoimcms- ................................................
3.7
Review byCONTRACTOR: Shop I Drawings
and Samples Prior to Submittal.::;.....
,
* ................. 6.25
lzavie"� of Applications, pimations for
Progress PaymcmA ... ..z .... ...... b ......
=-4-6-14.4-14.7
Right to an adjustment,-_,.-.,-,...-_..........
............... 10.2
Rights of Wey:. .................................41
. :.: .. .... .
Royalties, Patent Fees and ..........................
Al2
Safety --
and Protection, ...... ;. .......... ; ...........
4.31.2.16.16, 6.18,
.............................. . ....
6.20-6.21, 7.2, 13.2
general ...... ; ..... .............•
§.20-6.23'
...............
Representative, CCNTRACTCXS
...... I . ...... :§.21
.
Samples --,
of......... ..............................
........ ** 1.34
general ............... ..................... :
.............4- 24-6.28
Revim by CONTRACTOR, ...........................
6.25
Review by, ENGINEER.,,., ............
... 0.16. 6.27
related Work
submittal of ............. .....................................
0.24.1
'submittal procedure§ .........................................
O.25
Schedule of pircgiesi_, ........
... I�_. 2.8-,2.9,6.6,
6.29.10.4,15.2,1
Schedule 6jSh6p Drii-iiog iirid Sample
sulimittals 6.24-6.28
,
Schedule of Values-„-,,,,-„--„ .................
Z4 18-2A 14.'1
iceto .....................................
' ........... 15.21
6
of Contract Tirrie4
10.4
Acceptable..: ...................................
�2.8, 2.9,
INY........................................................2.6
f Chmnge@
10.3-10.4
Conditions ............ ...........................
4.11.1
and Samples, general.,,,,,, ...............
6.24-6.28
'Chauige Orders & Applications for
Paymcpus'-� ;
9.7-9.9
definition of .....................................................
1.35
ENGINFER's approval ... . ..........
: ......... ; ..... 3.6.2
ENGiNEERs responsibility
for'review
jq.-7, 6,24-6.-n
rotated Work ......... .........................................
:,0.28
review proceduros,, ..................... --.1-2.8,
6.2".28
X111
Article or Paragraph
Number
submittal required,,,,,-1.... ......... ....................
.... ... . �6.24.1
Submittal Procedures ....
........ 625
to approve substiiulionq
6.7.3
Sho"orindi6ated7'.-................ .......................
Site Access
7-2, 13.2
'1
Site, Visits tc=-
by ENGINEER :...............:............:..a.......
9.2.13.2
byotheral ..........................................................
13.2
"special courses . of lois" policy form.
insurance
aefin iiicm ..... .. ................ ...............
........ 1.36
Specificaitions-
deflitation of ....................... ......
.......... J.36
of Technical Societies, reference t�
precedence ..........
......................................................3.3.3
.
............... 3.33
Stareciirdi'nd a aSpecifications
of Technical Societies ............ : ............
. ......... ... 3.3
Starting Construction, Before .........................
...... 2.5-2.8
Starting the Work.,,.... .........
............2.4
.....
Stop or, Suspend Work --
by CONTRACTOR
15,5
by OWNER �: ......... : ....... ......
8.8.1110. 15.1
Storage Jrnaterials and equipment ....................
4.1,7.2
Structural Loading, Safety.� .... ...... .........
...; ...... WAls
Subcontractorr-
ouccrning......................... .. ..................
definition a(.,,,,-„ .............
L .... J.37
delays.. ......... ....................... ........................
12A
waiver of rights .......... ......... 11 ........................
JAI
Subcontracturs-in general ....... . ............
6.8-6.11
Subcontracts-requircd provisions....:. i5.11:
6.11, 11.43
Subin irtals- -
Appj ical io, n s for Payin ent._ ...... ......................
14.2
Maintenance and Operatic Manuab; ...............
14.12
Procedures ..- .. ........... . ...... ... .... t
....... .. .... 6.25
Progress Schedules, ............... .....................
2.6,2.9
.Samples ... ................ ..................
6.24-6.28
cenifictition of ..... ...... ........ 0.30.2.1,14.8-14.9
definition
n qf .....................................................
1.38
Substitute Construction Methods or Procedurq .....
-&7J
Substitutes and *Or Eqml" ltcms
6.7
CONTRhCTOR! s Expense... ...... ..................
0,73-3
ENGINEERs Evaluation ........
... 6.1.3
Or -Equal .......................................... ........
,.6-7. 1.1
Su bstiltile Ccins"cticii Methods
EXTC GENULALL COS ZIMONS 1910.8 (IM 11DIM00
wi aTy OF FORT COLLINS moDmcA-rioNs (RFv 9j"
,Article or o
Par graph
tNumber
w Procedures : .... ..................................
6.7.2
Substitute Items ................ .........................
:§.7.1-2
Substirfam' and Physical Conditions --
Drawings of in or relatfil; to .................
...... 4.2.'1.2
ENGINEERS Review, ..........
....... 114.2.4
general............................................. . ...............
4.2
Limited Reliance by CONTRACTOR
Authorized .................................................4.2.2
Notice,of Differing Subsurface or
-physical
Conditions, ....... w ..............
4.?l
Physi6l con'(fitions ........................ ... __
.... 4.2.1.2
Possible ContracL Docm;cntk'Phqnj6 .....
... :..:.A.2.5
Possible Price andTimes Adjustments ...............
4.2.6
Reports and Dmwin'
4.2.1
Subsurface and,,,,,,,,,;;,,,4.2
....... ...... Stibsufao!'C'onittmsatlhe ite
Technical Data..................................................4.2.2
definition of .....................................................
1.39
principal references to ...............
2.2, 2.7.
..... 4.2, 4.3, 5.1.
5.3, 5.4, 5.6-5.9,
�A 1. 6.8. 6.13. 7.4.
8.11, 9.3, 9.10
Supp!emeniia�&,it;a6t Docardent; .......
................ 3.6
Supplier —
definition of ....................................
............. t.3,410
princ.ipal refaqnm tQ., .... 3.7. 6.5,6.8-61.11.6.210,
........................ * . ... ....
6.24,9.13.14.12
Waiver of Righ[s.................................................15
11
Surety—
emsent to final payment ... ...........
14.12,14.14
ENGINEER has no duty to, ...............................
.913
Notificitilon of ....... : ...................
110,1, W.5,15.2
qualification of .............................................
5.1-5.3
survival of Obligations......._ . ...............
---- ... 6-34
Suspend Work OWNER May
13.10_15.1
Suspension'of Work and Te'rmmatwn--..:-
.... .............. 15
CONTRACTOR May Stop Work
orTerm MMA ..................................
OWNER May Teiminate............................
15.2-15A
Taxes--Paymentl*CONTRACTOR ....... ......
5
Technical -Dam-
'Limited Reliance by CONTRACTOR_.,,
.......... A.2.2
Possible Prim and Times Adjustments,,,,,,,,,,,,
,, 1.2.6.
Reports ofDifler g u in Subimirlacci-Rid!
Physical Conditions ........ __ ...............
41.23
xiv
Via pormy corutruaicn lacilitics ...........
Article or Paragraph
Number
Term ination -,
by CONTRACTOR ..........................................
15.5
by OWNER... ................... __:.8:8,
15.1-.15.4
of ENGINEERS employment ...............................
ENGINEER'S
I . I
0.2
Sir en Sim, Work-in general
sp en , aral.
....... ; ... 15
Terms and Adjectives ..............................................
A
Tests and Inspectiorm—
Accessto the Work. by.otherk ...........................13.2
CONTRACT(5Rs responsibilities ................
13.6-13.7
or) .............. ......
....... 13.5
13.1
......................
... .... ;13.10
testing ..........................
13.
GINEER
.............. �9.6
64
request ................. ....................
_ ......... )3.8-13.9
Times --
Adjusting ......... ..................................
.0'6-
-Change kifContract r ... ..............................
- J2
Computation Of ................ ................................
17.2
Contract Timis --definition of.., ............
J. 12
day...................................... ..............
17.12,
'Milestones .............. ...........................................
12
Requirements --
.appeals ..................................................
9.10.16
clarifications,
claims and disputes__ ...
...... 9.11, 11.2, 12
.................... ....... 14.3
.......................................13.8.13.9.
definition o( ..................................................... 1.41
Not Show aIndicated ...... - 4.3.2
protection of ............. ................................ 4.3.6.29
Shown or IiiclkateJ, ................................ ........ 4.3:1
Unit Price Work=
claims
......... :—.� .........
definition 6( ...............................
............. ...... J.42
.ginera i.9.14.1,14.5
Unit Prices"
.Scneralll.3.1
Determirtatim for,,,-......
....... 9! 10
Use of Premises,,,,,,,,,,,,,,,,
6.16, 6.18, 6.30.2.4
,„........
Utility 0AMers .............
13,'6' 2 0 ' 7.1-7.3, 13.2
Utilization. Partial,,,,,,,,,, ......
1.28. 5.15, 640.2.4, 14A0
Value ofthe Ikork ......... .........
............. ............... W.11.3
Values. Schedule of ........ ................
--:�-6. 2g-2.9. 14.1
EJCDC GENERAL CONDITIONS 1910.9 (1990 EDITIONI
wt CITY OF FORT
COLLINS MODIFICATIONS (REV 9/99)
0
0
0
Vaiiatims in Work —Minor
Authorized........_..._ ............. --- ...... %6.25. 6.27, 9.5
Article or Paragraph
Numbez.
Visits to Site --by ENGINEER,,...............
.9.2.
Waiver of Claims --on Finid Payment .................
: .... 14.15
Waiver of Rights by insured parties .............
5:11, 6.11
Warranty and Guarantee, General, -by
CONTRACTOR ............. ......... _ ....................:
6.30
Warranty of Title, CONTRACTORs ............
... 14.3
Work —
Access to ........................... .........
............ 13.2
byothers.........._...._................._...................._
. 7
Changes in the .... q ..............
....... .......
Continuing ..........................................6.29
CONTRACTOR May Stop Work
or Terminate.... .....................
................... 15.5
Coordination of
........ :'.:—.-3.4
Cost of the
)1,4-11.5
definition of ......................................................1.43
neglected by CONTRACTOR............................13.14
other Work
7
OWNER May Stop Work .................................
13.10
OWNER May Suspend Work .... ..............
J3.10, 15.1
Related. Work'at Site ....... : .........
....... ,7.1-73
Starting the .......................................................
2.4
Stopping by CONTRACTOR ............................
A5.5
Stopping by OWNER,,,:,, .......
15.1-15.4
• Variation and devinti M'- buthoriiied,
minor .......... 3.6
Work Change Directive —
claims pursuant to .............................................10.2.
definitionof -;,.1-44
... .................................................
principal references to ......................3:5.3,10.1-10.2
Written Amendment --
definition ot ................... ........ .........................
1.45
principal references 1. 10,3.5. 5.10,15.12,
6.8.2. 6.19. 1011.1.
Written Clarifications0.4,
:
and
Interpretati Ms ................. I................
3.6.3. 9.4. 9.11
Written Notice Required —
by CONTRACTOR ..............................7.1,
9.10-9.11,
by OWNER ...................
10.4,11.2. 0.14
pr
E
EXI)CGEMRAL CONDITIONS 1910.8 (1990 EDIMOM
wiaTy OF FORTCOLUNSMODTFICAMOM OtFV9/M
mi
(This page left blank intentionally) •
EJCDC OEN AL CONDITIONS 1910-S(IM EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
0
0
0
GENERAL CONDITIONS
ARTICLA I—MINITIONS
Wher"cumd in Conditions,or in the other
Contract Docuanents, the following tenna, have the
on m.unt. a indicated which 'iire �aPPIimble to both the
zg and p1iind thereof.' -—
I.I. Ad&,fidd—Written (*,graphic instsuirtents issued
prim to theloperaug' of Bids which -61iirily, -conect or
charige the Bidding Requiietterits; or the Contract
Diecunterts.
12- rThe written contract between OWNER
and "CONTRACTOR covering the Work'to W perfoinied;
other Contract Docurnents am attached toy theAgremient
:aridnadc'a Pan thereofie; provided therein.
1.3. A hcution,forleaj�,znent—The form accepted by
ISrz ENG'which is'(6'bc used by -ODNTRACTOR. in
requesting progress or final payments and which is to be
accmneed by such supporting documentation as is
required the Corrtma Documents.
1.4. Asbesaos=Any material that contains more than one
,percent asbestos and is friable or is releasing asbestos fitifs
into the air above iLirrcn - t I action . le I vols established by the
United States Occupational Safety and Ilealth
Administration.
1:5: Brat -The offer or propusallo!"the bidder submitted
on the prescribed form setting forth the piim fw the Work
to beper formed..
1.45. Bidding Docwnents—The advertisement or
invitation to Bid, instnicti6ris to biddcra,the Bid form, and
the proposed Contract Dociinnents (including all,Addenda
Amed priorto receiptrf Bids).'
13. Bidding Requinenaints—The advcniscinent m'
invitation to Bid, instructions to bidders; and the Bid form.
1-8. Bonds—Perforrinanct: and Payment bonds and other
instrurnints of siemity.
M Change Order —A document recommended by
ENGINEER, 'which is signed,by comAcTolz and
OWNER and authorizes in addition, deletion or wisicat in
the Work,:or an 4djustincrit in'the Contract price'or the:
Ccinuact Tiles, issued on or after the Effective Nte of the
dweenimt.
UJO. Contract Dociannnis—The, Agreement Addenda
(which pertain to the Contnict Docuinents),-
OOMPACTOR'S .Bid - '(incl d — docu ntintion
airy
reecanpananlid documentation the Bid and unnentatich
ase d prior to the Notice.of Award) when attached as
,i7 to the Agreement the Notice to Proceed, thc,
Bonds, those Gcn&il -Conditions, the Supplementary
'Conditi* the Specification; tied the Driiv ni ru'ihe=
,cud (3TY OF FORT 0DWM MODIRCATION-S (REV 41200)
1
I I . Contract Price —The moneys,
, payable by
OWNER 6 CONTRACTOR for completion of the Work
in,me 'a idariii'ith the Confiact 136cutnints As'stated in
the Agreement (subject to t1ii kovisiom of
paragraph 119.1 in the rase of Unit Price Work).
1.12. Contract Times —The numbem of days a the
dates stated iiithe Agreement (i) to achiivVe Subsuintial
c6inpetion, and (ii) to complete the Work sodivit �is
ready for final Payment as evidenced by,ENGWEER's
written recominandatimit of final payine . ra in accordance
withparagraph, 14,13
1.13. COMRACTOR"Thepcoon, firm or corporation
with where OWNER has entered into the Alpeerti6t.
1.15. Dravvint;—Thc;drswings which show the scope,
extent and character of the Work to be farnishod and
performed by CONTRACTOR and which have been
priepared or approved by ENGINEER and are referred to
in the'Cattiiict Docurnerni Shop _drawings fire not.
Drawingstisti6defined.
LIK Effective, bate df fix Agrrenicnt=The date
indictitod in the Agreement on which it becomes effective
but if no inch date is indicated it inearis the date w which
"Agrccrocrit is sigrkd and delivired by the last of -the
two panics to sillia and dclivei.
1.11. ENGINEER -The peram frin or corpgation
riarned as suchin the Agremient.
1.18. ENGINEER'': Consultant —A 'rsoa, form or
c6 ing i6h hav'a owifinict with ENGMM to furiush
services as ]INGINHERs -independent professimird
associate or consulinnt with respect to the Project and who
isidentitied as such -in the Supplexnentary. Condition.
1.19. Field 'Order —A wriuch order issued by
ENGINEor ER ,
which den; inirm changes in the Work in
accordance with paragraph 9.5 but which does not involve
a change in the Contract price the Contract Times.
1.20. General Requirements -Sections of Division I of
the Specifications: I .
L21. Iiczardota Natre—The tam Hazardous Wastc shall
:have the meaning provided in Section 1004 of the Solid
Wake Disposal Act (42 USC Section 6903) as ainertberl,
'from time to time.
I.22.a. Laos and Regulations; laws or Regulations —Any
and all .applicable laws, rules,. regulatiam, ordinances,
:codes; and orders of any and 'all governmental, bodies,
`agencies, iuthorities and courts havrtq;)unsrlrction.
122.b.. Leval Holidays--shall be: those holidays observe8
tv the Ciw of Fort Collins:
1.23. liens —Liens, charges, security interests or
encumbrances upon real property or personal property.
1.24. A4ilestone-A principal event specified .in the
Contract Documents relating to an intermediate completion.
date'or time prior to:Subsinrdisl Completion of all the
Work.
1,25: Nodce.ofAwanl-A written notice by OWNER to
the apparent successful bidder. stating that upon compliance
by; the. appareiht :maessfiil bidder with the. conditionsprixcdom'enumanted therein,within the; time: specified,
OWNER will iign and deliver the Agreement.
1.26: Notice to Proceed -A written notice given by
OIAWER to CONTRACTOR (with a copy to F:'NOINEER)
fxirg the date on which the Contract Times will
commence to run and on whichCONTRACTOR shall start
to: perform CONTRACTOR'S, obligations; under the
Contract Doarments
L27. OWWER=The, public .body or authority,
corporation, association, firm a person with whom
-CONTRACTOR has dacred into the,Agrccmcm and for
wlwm.the Work is to be -provided
128: Partial Urihzation-Use by OW4II2 of 'a
substantially completed,parl'of the Work for the purpose
:fa which it _r intended (or a related purpose);',pricr to.
Substantial Completiorofall the Work.
1.29. PCBs—Polychlormated biphenyls.
130. Petrakton.-Petroleum, including crude oil or any
.fraction thereof which is liquid'at' standard conditions of
temperature. and pressure (60 degras'Fahrenheit and
14.7pounds ;ocr �squarc inch absolute), such as 'oil,
petroleum, fuel oil, oil sludge, oil refuse; gasoline, kerosene
end oil mood with &her ion -Hazardous Wastes and crude.
oils
1.31. Project -The total construction of which the Work
to be provided, under the`Coatimet Demmenis,may ;be the
whole, ora part as indicated elsewhere in 'the Contract
Documcrits
1.32a. Radioactive Material -Source, special nuclear, or
byproduct material asdefmcdby the Metric: Energy Act of
EICDC GENERAL CONDITIOM 191008 (1990E5tim)
w/CITY OF FORT COLUM MODIFICATIONS (REV 412000)
1954, (42 USC Section 2011 et seq.) "as` ataended from
time to time.
1.32.b..Regular IYorkrng Hours-Regular:working hours
arc. defmod us T00am to 6'00on -unless otherwise
specified in the General Requ-nements:
133. Resideni"Projec! Representative -The iiuthaiwd
representative of 040INEER who may be assigned to the
site or.any part thereof
1.34. Samples -Physical 'samples, of materials.
cghupmcnt,: or workmanshiP that 'are representative of
were portion of the Weul::and which establish the
standards by which such potion of the Work will he
judged
1.35. Shop Drd*ings-All ;dmwirgs. diagrams,
d1usmtioiis; schedules and other data or information
which are spedficzll preparedor assembled by -or for
CONTRACTOR .orhd submitted by CONTRACTOR to
illustrate some pottiohof tone Work.
136. Specifications -Those portions of the Contract
:Documents coreisting of written technical descriptions of
materials, equipment, construction systems, standards and
worIcnianshtp as applied to the Work and certain
administrative details applimbie thorco.,
1:37. Subcontractor—An'individual, firm or corporation
having a direct contact with CONTRACTOR'or with any
other Subcontractor -for the performance of a part of the
Wad: att he site.
the t:anram VOCUMMM; an Lost me worn: (Or specinea
tart) can be utilized for the purposes'Rr which it is
intenddl or if no such catificate-is issuod when the
Work -is complete -and ready for final payment it's
evidenced by.ENGINEER's )waitten recommendation of
final payment'in accordance With paragraph 14.13. The
terns substantially, complete" and "substantially
completed" es applied: to all or pan of the Work: refer to
Substanial Completion thereof.
1.39. Supplementary .Canditions=The pan of the
Contract Doctmterts4hich mends or supplements these
General Oondtions:
1.40. Supplier .A ;manufacturer, fabricator, supplier,
distributor, mater6lman or vender }saving ei'direct coniract
with CONTRACTOR or with any Subcontractor to
furnish materials or equipment to be incorporated in' the
Wad: by CONTRACTOR or.atry3ubcomragw.'
1.41. Underground Facilities —All pipelines, conduits,
du&s,�cables, wires,manholes; vault,,tanks, tunnels or
other such fecilitimor.attzchmerds, and airy emasoments
containing such facilities which- have -barn installed
underground to furnish arry of the lonowirig services or
•
E
•
E
608.13
Omk Cmc_Na Sid:sd-Rm &Rcphm
letlFon
low
S 37C
S l7,aam
60814
sR
6p00
S dm
S 49300W
60S15
. A it Ra HW16.*Cab -R. dR.O.
Sgsre Fan
Im
S 990
S 99WW
60516
Te d]).Ps
Srpare Fen
60D
f 4295
S 35.7 N
60817
4-Resoce&R,6—
Syme Fm
1jew
S 390
S 3y0O00
6081E
W-R® &Relam
She Fan
2Q000
f 671
S 134,=M
6111119
Fkmvk-I-Ad4. •Dcp6
Sgme Fort
250D
S Q79
S IYMW
60820
Cdrtcd(aarm45an Dm oBd-UpC a
S9 Fm
I
S 130
S 15mm
60821
4V.kyPv 4-Revm.e&Repece
Scpme Fm
500
S 719
S 359SW
60822
Cmmeee Pavmem8-Bemeet R9bm
S9,ire Fen
500
S 929
S 4A450D
60811
AkTAppimrLff-R &Rcp m
Sq:
6,U00
S S54
S Sl7W_W
60824
l AFm
1,000
S 1W
f 2=00
608.25
SpahtlorY4-Rmwc d: Rcpse
SPac Fm
500
f AIM
$ 2.48SW
60926
A®etpm4-Up Cbsr
Speee Fan
SW
S 137
S 6000
6m27
>4
S9 Fm
SW
S 1l0
S I.Mool
60828
Hise111,13icmeCm vrib Vl e/ReW
T.
500
f W-45
S 10, 2
G0629
Paacsmm A�
1sdFm
4,OW
$ 3S8
S 1432000
6 01
hnoi Skew T we
I�dFon
IW
S 163
S mw
63010
TeaBkC B.ddTd n%aFC.reta Total
%d"snd
1
nor
S 27A9S3
63030
V.Ah Meaagc Bmd
� Di,�
IW
S dS 00It
8, W W
630-40
H.
40W
S MW
S 94'WO-W
63050
WaemgAaoe Bored
PerBache
Dq
70
S 55M
S 3pALW
TOTALCOSF -
S 1573,461.78
Notes The quarit/es fisted ebove are eslmates only The City ef Fort Coons Reserves he right to mOdyy the q"Ubers for any oral/items isW
One MMm Frva Homed Se vaty TMec Thorned Fmr Hendred Seery Ove Ddbn and Serevry Fight Cevb
Sgved Ad3eae
6330 S. Cavcge Ave.
Campmy Vogel Cmrete Inc Fat Cdles, CO. 80525
Check Ooe:
Ivd ideal Da, Bvanmr m Cempavy Name
X Ccp atim
Pmm W,
Piee.T. 9MAM3880
0
materials: electricity, gases, stem, liquid petroleum
prbihids,` telepfiafie• or ather ocinnitmicitiom cable
tciciisim. Sewage and drainage removal, traffic or other
control systems or water. -
A.41 Urdt Price WbrkWork to be paid, for; oin the'basis
'of 41h6priia.
'L43. Wotk—The entire .completed, constniction or the -
various separately identiflable.parts.thereof required to be
under the Contruct,Document& Work includes
;and'is .. r I , = It, of por lormtrig I or I furiuslung'12b6i 'and
finni. �mga. mI and .
th e cshoo mtlngmatamlsa'rid,equir�6enti6to,
onstuction, anTpialbiming or furnishing servicm and
furnishing documcm.% all :as required by the Contract
Documents,
IA5. WiiuenAmeaaWwnI--A written amendment of the
•Contract Documents'.- ','m'gned , by-' OWNER and
CONTRACTOR on or .6fter the Fifactiiie Date of the
Agrecauent arid nmmally e-ri dealing with thone'%ioeering,
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2—PRELIMINARY MATTERS
DefiverY. qfBonth:
2.1. When CONTRACTOR delivers the czccuicd
mchts to OWNER, CONTRACTOR ishall also
deliver to OWNER sadi Bonds as,OONTTRACTOR may
be requiredto fumish in accordance with paragraph 5.1.
Copies of Doeuirteatr.•
2.2. OWNER Shall fimush to CONTRACTOR uR-to ten
(unless otherwise specified in the Supplementary
copies
of the Conract Documents as me reasonably
necessary for the execution of the Work. Additional copies
will be fuirshed upon nq-ues'k- at the cast -ofreproduction.
Comrnencernenl of Commacr Times,- Notice to Proceed
2.3. -The Contract Times will commence to = on the
tbiriiethdayyafiei the Effcctivc;Datiof the Agreement, or,
EX-DCUENFMALCONDITIOM 1910.8 (1990RI66.1h)
..I CITY OF FORT COUINS MODIFICATIONS (REV 400)
•
if a Notice to Proceed is given, on the day indicated in the
Notice to Proceed, _A:Notica to Proceed may. be given at
any time w•ithin.thirty days after the Efrec&c Date of the
a later-than•Fhraucti,44110 GoRWA Time I
Sitarting the We&
2.4. CONTRACTOR shall start to perform the'Work
on the daic when the, C6ntrict Times cmmiiin6c torun;
but no Wok shall -be dore at Site prior to Or date eii
which the Contract Times commerce to run
BefimeStarting Consf.ruction:
2.6 Within ten days after the Effective Date ofthe
Agreement (unless •otherwise specified in the General
RccitiirainIi); CONTRACTOR 'shall submit to
ENGINEER for review:
2.6.1. a preliminaryogress schedule indicating
the times (ini , mbc6'of days or dates) for starting'and
completing the various stages of thc,Work, including
any Milestones s..dted in. the Cormact Documents-
2.6.2. 6 preliminary schedule of Shop Drawing and
Sample ;submittals which will list each required
submittal a - nd the times for submittiq& reviewing, and
processingsuchaulanitiat
2.6.2.1. In no case 'will a 5checluk, be
1=hiech allows less than'21 calendar
review
by Engineer.
3.6.3. A preliminary schedule of values for all of
the Work which'will include 4taintitics and price of
items awegatuig the Contract Price and will
subdivide the Work into component pans in sufficient
detail to serve as the basis fm progress payments
during construction. Such prim will include an
appropriate amount of,overhead and profit applicable
to each item of Work,
2-7. , Befiric any Work at the site is sinned,
CONTRACTOR and OWN14Z shall eath.deliver to die
otliff OWNE 'with oopics to --h pddi4eml ins -Fed
4
certificates of insurance (and other -evidence of insurance
.vhiel _::he; ,-•�.:_. ,..:.iy`-ad itlenal-irtwired--m°y
reasonably— equest requested Iry OWNER) which
CONTR:4CTOR is required
to purchase and maintain in'am"dane with-
lxhrugrapha `.`r.,oa„o-.?r" `.
Preconstraetion Conference
a twenty days after the Contract Times start to
e'any Work at the site is staned, u conference-
:ONTRACTOR. ENGINEER aid others as
will be held - to establish a 'working,
among the parties as to dice Work and to
schedules referred to in paragraph 2.6,
or handling Shop, Drawings and other
rocessing Applications 'fa Payment and
Initially dcctpiahle Schedules:
ARTICLE 1-CONTRACr DOCUMENTS: INTRNT,
Al M1 DING, REUSE:
Intent
3.1. The Canaria Documents comprise .the entire
agreement between'" OWNER andCONTRACTOR
'amiixming th'o Work. The Contitict Documents -area
comptcmenlarywhat is called for by one is as binding as if
.iallcd for by all. The Contract Documents will be
construed in accordance with the law of.the placeofthe,
,Projcet
•3.2. _It is the intent of,the Contract Documem,to,
EXI>CG04aLAL GOMDITIOM9191" (199a E3him)
4WIQTYOFFORTCOLLiMSMOtM(7CATIOMS(REV412MO)
complete Project (or part thereoo
accordance .with the Contract
:;.maicrials or. cquipmcru that may
'from the Contract Documents w
or trade assize as being required to
or trade meaning are used to
3.1 Reference to Slrandardf-and Speeijcations of
Technical Societies; Reporting. and 'Rerohvng
Discrepancies:
3.3:1. Reference. to standards• specifrmtiom;
standard, specification, manual, code or Laws or
Regulations in effect at the time of opening of Bids (or,
on the Effective'Datc of the Agrccment if there were
no Bids), except as may, be otherwise specifically
stated in the, Contmct Documents:
3.3.2. , If, during the performance of the -Work,
CONTRACTOR - discovers any conflict. error.
ambiguity .or discrepancy .within the Contract
Documents or between the.Contract Dcicumenti and
any provsion 'of any such 'law or Rejh latiop
applicable to the performance of the Work or'of any
such standard; spcii66elien,-mamial or code "or of any
instruction of any Supplier referred to in paragraph 6.5,
CONTRACTORshallreport it to ENGINEER in
writing at 'aria, and, CONTRACTOR shall not
proceed with the: Work affected thereby (except in an
emergency as authorized by paragraph 6.23).until an
amendment a.supplemeni to the Contract Documents
has been issued by.onc of the methods vidiceted. in
pomgraph33 or 3.6 provided. however, that
CONTRACTOR "shell not be liable to, OWNER,pr
3.3.3. Except;as odterwise..specifieatly stated in the
Contract Documcnts'or as may be provided by
-ainendmem or supplement,thrseto issued by one of the
methods i dioatod in paragraph 3.5„ or 3.6. , the
_prmmos of the Contract Documents shall take
`precedence inresolving any. conflict error, ambiguity
or discrepancy betweemthe provisions of the Contract
Documents and' -
3.3:3.1. the provisionsof any such standard,
-spo:ification, manual, cc& or instruction (whether
or rwgspecifca0y incorpotafed by refcrence'in, the
Cccit6ct Documents); or
E
is
A
0
0
0
3.3.3.2., the, provisions of any such Larsor
Regulatims aMlimble to tKe perfcwm6noe of the
Work '(unlces such an of the,
provisions of thc,Contract Documcnts would result
M Violation of such, Law or Re0atim),
3.4: Whenever in the Contract Documents thelcrms�.ss,
,ordered". "as directed". "is-k6quikd', "n allowed", ".asp.
approved"
of like effiect or import are useck'or the
ind Me% "proper"
or f1kc c a.
importadoccUvrs 0 ect oimportare'
.used
a rcquircrpcna, direction, reviewer.
a
w work or any outy,or
rability contrary to the
any gtKr provision of the
AmendngmdSkpplmmtingContradDocummts
3.5. The Contract Docanneras may be amended to
provide for additions, deletions and revisions in the Work
or to modify the terms and conditions thereof in one or
rnae of the rollowin64ays:
-3.5.1. aformal WriticriAmendment,
352. a Change Order (pu= ant to paragraph 10.
.or
I EJCPCqPgRAL t7ONDITIOM 1910.8 (1990 Edtim)
,w'tCITY OF,FORT OC)UJ14SMODIFICATIONS ft-V412000)
3.5.3. -a Work Charge Directive (jewsLiart to
p6mgm 10.1).
3.6. In addition, the requirements of the'Contract
Dbouments,may be supplemcatcd,'and minor variations
and &viationi' in the Woikshay be ainhorincd, in one or
mare of tha;followlttg ways:
3.6:1. A Field Order (pursuana to paragraph 9.51
3.62. ENGINEER's approval of a Shop Drawing or
Semple (purse tt6paragraphs 6.26kW6.27),6r
3.6:3. ENGINEERs written inteiprctufion ur
diarificition (pursuant to paragraph 9.4).
Reuse PfDpcumeqw
3.7. CONTRACTOR, and any S41econtraclor or
Supplier or othcr.person a orgam]miti fbrmirg'�
of Work under a tror'ind . meet
11VR (i) "it not have or acqui . —
tid;'io , nersit n— re any
or M , , I other'
in any of. the Dmvv�
Specificatione of oxer, d w—uments (or copies, of any
flierw6finivered by or bear6pt the =I of ENGINEER a
an
)WNER and ENGINEER and specific
or adaptation by ENGINEER.
ARfICLE4:-AVAELABMffYOFLANDS;
SUMIRFACE AND, PHYSICAL CONDITIONS,;
REFERENCE POINTS
Awitabibly. OfUndr:
5
CONTRACTOR shall provide fo.all additional lands and
•;access thereto that may be required for tempomiy'
construction facilities or storage of materials :and
equipment: .
42. Subsurface aridPAysical Condidons
--:4.2d. Reports and Drgvings:, Refcrace'is made to
the Supplementary Conditions for identification of
4.2.1.1. Subsurface Condidars.• Those reports of
explorations and tests of subsurface conditions at or
conti ous to the site that have been milried by
ENGINEER in preparing theComma Documents;
and
4.2.1.2. Piowical.Cadirions: Those drawings of
physical conditions' in,'or;re'lating to existing sur face
or subsurface structures at -or contiguous to thersite,
(except Underground Facilities) that have .been
utilized by ENGINEER in preparing the Contract,
Documents.
4.2.2.1. the completeness, of such reports:and
drawing for ' CONTRACTOR's, putposs%.
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and , safety precautions .and
prct3mmi incident thereto, or
4.2.2.2. other data, rntequetations, opinions
and iriformmian contained in such repoits a shrnvn
or indicated in•such drawings; or
4.223. any CONTRACTOR aaeprdation of
or conchsion drawn fr®;airy "technical data or
aa .such data, interpretations, opiruona or
i omnation.
4.2.3. Notiq of During Subsurface or Physical
Condirioni: If CONTRACTOR believes that any
'subsaifaccor physical cordition at orcontiguous; to the site,
that is uncovered a revealed either:
4.23.1is of such nature as to establish that
any. "technical data" on which CONTRACTOR is,
emitted to rely as provided. in paragraphs 4.2.1 and
4:2.2 is materially inaciauate;'.or
43.3.2. is of such a nature'.asto require -a
charge in the Contract Documents, or
4.2.3.3. differs materially from that shown or
FICOCOHNERN: COND17101.6191" (190 Eatim)
w•1 CITY OF FORT OOI.LIM MODIFICATIONS (REV 412000)
indicated in the Contract Docwmnts,'or
4.23A. is of an unusual nature, and differs
materially from conditions ordinarily encountered
and genemfly recognized ved as inherent wok of
the character provided for'in the C®tract
:Documents; then
RACfOR shall promptly imm_d& to , after
rg aware thereof and before further :disturbing
nns utfectal therebv or 6erfoirmhL anv'Work in
CONTRACTOR shall no firths disturb such conditions
or perform any Work in connectiontherewith.(except as
afamaid) until receipt of written order todo so.
4.2.4. ENGGVEE,0 Review: ENGINEER will
promptly review the pertinent conditions, determine the
necessity of OWNER'S obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
with a copy to CONTRACTOR). of ENGINEER's
flndar};sand tonclusiona.
4.2.5. Parable Contract Documents Change: if
ENGINEER i6nchides that -a cli Inge in the Contract
Documents is. required, as a result of condition that meets
one or more of the categories in paragraph 4.23,.a Work
CC11��aa�ngqe Directive or -a Charge Order will be issued as
p_1 ided in Article 10 to reflect and document the
consequences of such charge.
4.2.6. Possible Price and -Tbries A�#um tins: An
egdivable adjustment in the Contract Price or in the
Contract Times, or both, will be allowed to the extent that
the etisterce'of such uncovered or revealed condition
Muses an increase or decrease in CONTRACTOR's cost
of, or time requited for perlummi a of the Work; subject,
however; to the following:
4.26:1. such condition must meet anyone;
more of the categories ikuribed in
paragraphs 4.23.1 through 4.2.3.4, inclusive;
4.2.61. a change in the Contract Documents
pursuant to, paragraph 42.5 will not be 'sit
autorriatic euthonaatnon of .nor a axidition
rt=dmt to cntlticmcm to any such adjushnmt;
4:2.6.3. with, respect to Work that is paid for
on a Unit Price Basis, any edjustmem in Contract
Price, will be subject. to .the provisions- of
paragraphs 9.10 acid 119, and
4.2.6.4. CONTRACfOR shallnot be entitled
to. any adjustment in the Contract Price of Times
if; .
4.2.6.4.1. ,CONTRACTOR knew of
the existence of such caiditins at the
time CONTRACTOR made a final
commitment to OWNER'in respcd Of
'Coiamct price and Cptliact Tinier by the
4b
0
a
0
0
stibmissidnois bid or becoming bound, give written notice to that
under ineRtAiiiecl cofitrix� or ENGINEER, - INGINEF
Undergrwricl Facility�mr
4Z6.4.1 the odstence of such any, to which a change
condition could reasonably have been Doctiments to reflect and
by
to CONTRACTORs makirm stich final the s#
safetyand
a
.2. Not Amin or Iuficated- if an Lhidergroicod
6ifity is uncovered or revealed at or comiguom to
site which was not shown a indicated in die
mia6t EioiuirnomCONTPACTOR'shili'Prom _IY
mediatel after becoming aware thereof and belari
ther disturbing conditions affected th&cby or
forming any Work in connection therewith (except
identify thd owner of such Undeigroarid Fic-lE
'EI GENERAL47.01KDTTIOM 1910.8 (199DEMT)
,lr'CITYOFrFOR7ODUJM,MODIRCATIONS(tEV412000)
if
it A
enguineering-stirveys to
construction which in
necessary to, enable
with the Work
si . ble f6r Inina out the
necessary changes in grades or locatiom and shall be
responsible far the accurate replacement or relcoation of
such reference points by professionally qualifiedpe noel. ' I ,
4.5. Asbestos, PCBs, Pefroletun, Hazardous Waste or
Raffloacifiv Alateriat..
Ca
be 1
anyoneelm for whom
responsible
:i. the
pe of the
Or
7
ARTICLE 5-BONDS MID INSURANCE
Performance, Payment and Other bon A*
,TTRACTOR,shall'furltish -Performance and
ids; each in an amount at lmgt-equal to the
x as security for thefaiihful performance and
all CONTRACTOR's- obligationsunder the
are required by the Supplementary Conditions, All Bonds
shall be in the form prescribed by the Commct Documents
except as prLivided'ciherwise by Laws or Regulations, and
shall be executed by such sureties as are named in the
Matra list of "Companies Hold Certificates of
Authoriiy.as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Compaiues as published in
Circu1a-570 (amended) by Ihe.Audil .Stall: Bureau of
Government Fir anciai OperatiorM U.S:Ticarury
Department All Bonds signed by. an regent' must be
accompanied by certified'ropy of such agcra's'authorrty
to act.
5:2. If ;the surety on any Bond furnished by
CONTRACTOR. is declared a bankrupt or becomes
insolvent or its right to' do business is terminated"m any
state where any part of the Project is located or it ceases to
meet the requirements of paragraph 5.1. CONTRACTOR
shall within ten daysthereaftersubstitute another. Bard •
and surety, both of which must be acceptable to OWNER.
5.3. Licensed 5uretia and /naurerr; Certificates of
Insrrmnccr
or
C The pisvisions f pe* 1.2 and 4.3 ..
not intended, a Petaolcurn,
;a-raveandaniltegile:
EICDCGENFRAi. CONDITIONS 1910.8 (1990 DEu.)
wI CIT Y OF FORT COI.UM MODIFICATIONS (REV V2000)
Bads and insurance required by the
currents to be purchased and maintained
to issue Bombs or
:CONTRACTOR'S MabWty Insirrimie:
CONTRACTOR
and
y'66pl6yed by any of them to perform or
he Work, or byaujonc for whose acts any
liable:
5:4.1 claims under workere compensation, disability
benefits and other similaremployie benefii acti.
5.42.claims for damages because of, i4 -ury.
occupational sickness"or disease.. Of
empR
CONTRACrOR's' I
I I I —oyeeg;
5:4.3claims for.'damagei limauic of bodily MiUry,
siclCrie6i,or disease,a death of any pirscin other than
CONTRACTOR'S employees;
544-customary
0. M A 1) sun hi,
5.4.5. claims fm'darnages..other than to the Work
iitself, because; of injury to or destruction of tangible
property wherever lomtid, includirigloss of use
resulting therefrom; and
5.4.6. claims for damages b=usc of bodily -injury -or
death of any person or pro" damage wising out of
the ownership, mainbeim nce .or use of any motor
vehicle.
The policies of insurance so required by This PRMV.aph 5.44
,'to jic purchased pro maintained shall:
-5.4.7. with .respect to insurance required by
*jmphs 5.4.3 throuto 5.4.6 itklusive'and 5:4-
include as additional insureds (Subject to any,
customary "clusiort in respect of profzssional
liabifiy), OWNM ENGINEER, ENGINEER'S
Consu %ants and any othei persons or ciniticaidentifica
`in the Puppleme" Conditions. all of whrnm'shall be.
fisted as additional uisureds.'Afid fitclude ceverige for
the respective officers and employees of all such
additional msureds;
5.4.8. iriclude th ' -fi and be 'writtrn
for not less than =I.C"It"o covebmifity rovided in the,
Supplementary. Ocinditions, or required by Laws' or
Regulations, whichever is greater,
5A.9. includecoripletedoperaticrisinstmanoc:,
EX7)qGDTMALCONDITIOMI9103(19 E&Lidi)
WICITY OF FORT coWNS MODES CATIONS OLEV412000)
is
5.4.10. include ocritnicruial linbifity insurance
covering CONTRXCTOR's indemnity obligations
under paragraphs 6.12,6.16 and 6.31 through 633;
5.4.12. remain in effect at to= until final payment
and is all times thereaftei when CONTRACTOR ma
be co,ireculfig" removing or replacing def-mve Wlz
in accordance with paragraph 13.12; and
OWAER'sLiabifily Imwumce.,
5.5. In addition to insurance rectur oil to be,provi&d
by CONTRACTOR under paragraph 5.4, OWNER, at
OWNER'S o iptik 'and i in om may �Viirc maims at
OWNEWs opens: OWNER's own liability insurance as
will protect OWNER against claims which may arise from
OP I CiRtions'imiltir the, Contract Docurrionts.
PropenyInintrance:
-54---Unless . se-pravided-in-"�.pplenseigwy
Regalati t;� 4 And
in
6.6.1. Mude ate Laerem eF mok
GOMPRAGTORr—Subcontract w
and AhAll be listed As an -ins -red orAdditional instav&
nocasxmed-ly-®�f«cemart-of 6nws-erld-IFeguleti
��._ _ A_
speoifiw0y�reguird-by�ticeSupplemeMa[yladitiere;
rrjdecement i+f%ny-irtsiirsd prapestyJ(incltdirg�i 41ol
hllllkd-1U-�0b5-9Ad-Cfmlg06-O(-611P111eeffr-Nld
e hheo54.4. 9evff at the site
l9j;
3.Er.5.-be-tnainteined-in-eR'ec1-anti!-finel jmyment-is
made .OWF�R-GON'RA6'FOR-end-EN61P7I3ER-wi
:ireuredio-whom=e-eei'IiCwele-oC-msuunoe-hes-been'
passe lr$; i-}:
Car piuchasing.
to protect the,
m or others'in
-540-1FFA_A1T.R.46'FOR-re[jtirwritirig-lhekolk�er
L
e ea
mel
8h0ng0-0r _ergVrival-Amendmera—pfloF- 6
EX -DC GENERAL. CONDLTIOM 19108 (1990E Wim)
(U wiaTY OF FORT 001UMMODMCATIONS(REV4000)
semme -
inmmncr�hes beertpraatuedby�9 W?fER
5AI_W�f jghrs:
lees due ie bus'
oC-itse-or.' Wlxr-oonsttjuenEiel-k®s-extruding
beymtd-ii ct-iilty� nge-to
OW N6pi's-prop��ty-or-1}le-Work-eeuse�l-b�;
. .
OEML4BItUFfdleF-I056-1Itc`-1n5iJICr9-4VIIF-}IBVd-HB-E:$)G9-0F
•
0
0
•
0
RecekptandAppfioali?n qflnwmn"'Prvceleth.
,Accejgftce of Bondr and Imumce; Option to Repikice.-
Pmiw Ullfiwdofi—pmpi4ylnmrhnce:
5J5. lf(JWNEREnds pit t==aty.t000cupyorm'a
portion 'or p6mom; of tfie Work prior occupy
Submirtial
EJCWqFNU-AL (70NDITIOM 191" (1990 Edti(n)
wi aTy OF FORT ODLUM MODIFICATIONS (REV 412000)
SU Ute Lo��ch use or oceupariry "m
Completion of
d be . with piiiigmph 14.1
om"Ir t � . h use or occubamw shall comincri
bmm= dWI not be, amociled'or permitted to lapw on
accoum of any such partial use or occupancy.
ARTICLE 6—CONTRACTOR'S
RESPONSIBILITIES
Supenision andSuperintendence:
.6.1. CONTRACTOR: shaH supervisa, ;inspect and
the nagugence or olners m the =jgn or
a wecific oletm& method techiiiaue,
be resportsible, to
es S=Mtelywith
keep on
a =
m if givm to CONTRACTOR.
Lab-, Materials mdEquipntent-
6.4. Unless otherwise specified in the General
"Requirements,: CONTRACTOR shall fumish and assume.
full responsibility for all materials,equipment, labor,.
transportation, ainstruction equipment and -machinery,
tools; appliances, fuel, power, light, heat, telephonc, water,
sanitary facilities, temporary ftc0iies and all other
facilities and iraide. als lieces4ary; for the fariushm,
pc`rfoimailcocstin' ,start-up,ind ommplction of the work.
6.4.1. Auchasam Restrictions: CONTRACTOR
must comply with the Citv's ourchusing restrictions. A
copy of the resolutions are available for review in the
'offices of the purehame and Risk Manatzcincit
Division or the City Clerk's olhce.
dA,. Camentt Res iniore _,City of ort�gljiss-
Resolution 91-121 requires thatsuppl iers andproduccis
of cementorIroducts coraai uiig cement to certi Mom
the cement was not made in cement kibs"rhat bum,
.hazardous waste as a fuel,
6.5. All materials and equipment shall be of.good
run to the hcnefit of OWNER. If required by ENGINEER,
CONTRACTOR shall himish .satisfactory evidence
(including. reports of required tests) as to .the kind and
quality_ of ,materials and egtiipmient Ail materials grid
equipment shall be ipplied::install e' connected, crated,..
used, cleaned- and coridiuoned in accgrdame with
imtmuctions'of the applicable Supplier, except as otherwise
Progress Scheme.
6.6. CONTRACTOR "shall -adhere to the progress
schedule established in accardance.with paragraph 2.9 as it
may be adjusted from time to time w providcd below:
6.6.1. CONTRACTOR shall submit to, ENGINEER
for acceptance (to theextent iridicated in"
pamgraph2.9)`proposed adjustmens In the progress'
:schedule that will not change the Contract Times for
Wesiones). Such adjustments will coaiform generally
.to the progress schedule then in effect and additionally
'will � amply with non• provisions'of the Gineml
Requirements applicable thereto.
6.6.2. Proposed adjustments in the progress schedule,
ihatwill change the Contract Timcs'(or Milestones).
shall be submitted in accordance with the requirements;
of�parzgmpb'12.1. Such adjustments may, only be'
made by a Change Order or'Written Amendment in
iccddanee with Article 12.
6.7. Substltutesand"Or-Equal"Items:
6 7.L Wtienem an item of material or .equipment is
spc�ea: or'desaibed in the Comma Doctunenls,hy
using the name of a proprietary item or the name of a
;par icular Supplier, the specification or description. is
mtcndcd.to establish the ,type, function, and quality
required.• Unless ilia' specification or description
ETCDC GENEKAL CONDIMM 1910.8 (19%Mi Mimi
12 VCITYOFFORTNLL-TMMODIFICAT].OMOtEV412000)
contains or is followed by words reading that no like,
equivalent or 'or -equal' item or no',substitution is
permitted, other items of material or equipment or
material or equipment of other :Supplicrs.may be
accepted by _ENGINEER under the following
ciicumswrioti
6.7:1:1. Vr-Equal'. If in ENGINEER'S -sole
.discretion an item of material on equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so that
rioctmige in related Wodc will be requucd," it may
be, considered by. ENGINEER has an 'orcqquual"
item. in which case review and approval of'Ihe
proposed item may,. N, ENGINEER's -sole
discretion, beaccomplished without compliance
With sonic err all of the requirements for
acceptance of proposed substitute items.
'6.7.1.2: Substitute hems: If in ENGINEER'S sole
discretion an item of material or equipment
proposed by. CONTRACTOR does not qualify0
-an "arcqual" item under subparagraph 6.7AA. it
will be cOlrsidered a proposed subsbtiife item:
CONTRACTOR shall iulimit 'sufficient
information as provided below to allow
ENGINEER to"determine that the'itam of material
:or equipment proposed is essentially aquivalentto
than named and an acceptable substitute therefor.
The procedure for review by Uk ENGINEER will
.include thefollowing as supplemented in the
Gcmtind Requirements and as ENGINEER may
decide is appropriate under life ciinimstances._
,Requests for review of proposed substitute items
of material or equipment will riot be accepted by
ENGINEER from anyone other than
CONTRACTOR.. If CONTRACTOR wishes to
famish or :use a .substituW item of material or
equipment, ;CONTRACTOR shall •first make
written application to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the funetiors and achieve the
results called for by the gereral design, be sanilai
in'substanee to thitt spaded and be suited to the
same use as the[ specified The application will
.state the extent, if any. to which the evaluation
and acceptance of the proposed -substitute will
prejudice 'CONTRACTOR's' -achievement of
Substmitial Completion onetime: whetheror not
acceptance of the substitute for:usc in the Work
will require a cha a in any of the Contract
Docurrents,for in the: provisions of arty other
subject to payment of any license fee or. royalty.
All variations of the proposed substitute from that
specife3 kill be identified in the application and
evadable maimenance; repair grid replacement
seivice will be'indictited The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly from
acceptance of such suh'stitum including costs of
iedesigl acid claims of other contractors affected
E
0
SECTION 00500
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
1
•
0
,L'h'-rbh�ihiglamrill of which vviU be
dw evqlttfth n'g' the,
pr*sed,substitute. ENGINEER Ma
CONTRACTOR to furnish additional Miarlm"t
the proposed substitute: ,
6.7.13: COMRACTOMr Expense: All date to be'
piovided by, CONTRACTOR id si�pport,cir:i6y,
proposed "or -equal' a Substitute item will -be at
CONTRACTORS expense,
0
6.9
6& Concerning' Subcontmotors, Suppliers and.
'ahers.-
CONTRACTOR ihall oaform not less thim 20
percent of the".Workwith its oivn thrm (that is,
without Th
e 211 pglc� — Shall be d," to vc the:
g Work the yghte of
which towls not:less than 20 PffcM of the Contract
price,
6.9.1. CONTRACTOR shall befully-rcton:fible
OWNERand ENGINEER f6r'ell`kts acid 6wiisi4
of the sulnootraot6il%, Stippliess and othar pcm—
and orgartimtions; perfionving or,fitrii,�' any of I
Work under a divedor iridired , contract w
CONTRACTOR just as CONTRACTOR
P"Ponsibli fcir CONTRACTOlUs 6wfit acts a
mwons. Nothing in the Contract Documents ih
create f6ir the benefit of any m6h'Subcontiact
Supplicr off. other rxrson or organization a
contractual relationship between OWNER
ENGINEER and:any; such Suboormactor; Supplier
6dw person or &Raniintion. rior 'shall it aeate 6
1. CONTRACTOR "I not cinploy any oblijadon on
c9niractor. Supplier or other, person or,organization. pay. or to
whether
NER or
to
EMCGENOMCOMITIOM 1910.8 (Imfidtion)
.v aTy or Fon 66WM MODIFICATIONS (tEV 4120M)
0
13
6.9.2. CONTRACTOR shall be solely responsible
I -
set 6lirg :and coordinating the Work of
Subcodra tos, Suppliers _arid other persons .and
organizations performing or furnishing any of the
:Work- under a ducct or indirect contract with.
.CONTRACTOR CONTRACTOR shall; requve all.
S1166miactars. Suppliers and such other, persons. and
.cfgantiatnoris Performing_ or fdrnishing .any of the
Work to communicate with the ENGINEER through
CONTRACTOR.
6.10. The divisions and sectionsof the Specifications and
the' identifications: of an Drawings. shall not , can trbl
CONTRACTOR in dividing 'the Work among'
Subcontractors or Suppliers or delineating the W&i: to be.
performed by any specific trade.
.6.11. All Wait:
Subcontractor or
Patent Fees and Royuhier
6.12: CONTRACTOR shall
royalties'end;assume all bests
is the
Ira p
by a
n an
d the
s the
and
ti Product or device which
copyrights held by others.
process, product, or device
ocuments for use in the
a the"actual kngwledge of
is subject to pataitrights
ment orarty license fee or
:,of such rights_ shall be.
agent:
and ore
use in the perfmmartce.of the Work or resulting
incorporation -in the Work of any itwentior
process, .product or. device not,specified in the
Documents`
costs.
R any
to the'.
nit lhe'
EICDCGENERAL CONDITION: 191a30990 El tins)
14 wtaTY OF FORT ODLUM MODIFICATIOM9tEV4aMm
Pe niw
6.13. Un
Conditions,
rovidcd in the''Supplemcntsry
nR shill obtain and pay for all
icetlscs. OWNER shall assist
necessary. in obtarurl; such
ONTRACTOR shall, pay, all
inspection fees iccr wy'for
k,which are applicable at the
n, if there are no Bids,. on the
emem. CONTRACTOR shah]
owms far coitections 6thi
pay all charge.: of such utility,
related thereto such as' plant
investment leii
6.14. /nwsarrdRegufatans:
6.14.1. CONTRACTOR shall give; all notices and
complyy with all lawsand Regulations applicable to
furmslung and performance of the Work. Except
where otherwise' evpres:ly ,required by eppliesble
Laws end Regulations, net ther OWNER nor
ENGINEER shall be, responsible- for monitoring
CONTRACTOWs cpmpiiance with any Laws or
Regulations.
-6.14.2. If CONTRACTOR performs my Work
knowing or having reason -to know that it is oormary
to Laws or Regulations, CONTRACTOR'S shallbear
all claims, costs, losses .and damages caused by,
arisug out of or resulting therefran; however. it shall
not it CONTRACTOWs. primary responsibility to
Taxes
6.15. CONTRACTOR shall payall sales, cmwmer,
use and other smnlar :axes 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 Slate and
.local sales and use taxes.on materials to be
-penman ritlyincorpomtcd into the pro act. Said nixes
shall net hernchuded in the Contract Price.
dA dream:
'Colorado L)Mrtmmtof Revenue
Sate Capital Annex
10
11
0
1375 "S6eumn Street
Deriver_ Colorado, 80261
Sales and We Taxes for .the -.State. of Colorado
Regional Trarts dwion DisUict. (RTD)''and. certain:
Colorado 'counties are collected by 'the lc of
Colomdo •and areincluded in the Cera6callon of
Exemption.
All awliwble Sales and Use Taxes inc{ lWhg State
collected taxes), on'any 'items other lhan:"com1ruction
,and building materials physically incorporated into the
- 'at'arc"t0,be id ER CONTRACTOR and are to
included in appropriate bid items
Use of Premises.•
417. Eiaing the,progress oftheWork, CONTRACTOR•
tshall keep':the premises free from accumulations_ of waste
materials,• rubbish and other debris resWung from the.
Wak At the cdmpletion`of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premisesas wall -as all tools, appliances,
cortswciipn equipment and machimry and mrplus
materials CONTRACTOR`sballkave the site'cle:ui'und
ready for occupancy by .OWNER 'at Substantial'
.Completion of the Work. CONTRACTOR shall restore to
.original condition all proyerty-not designated for aheration
6.l g. CONTRACTOR shall not Ioad nor.permit any part
of 'any strm=e to be landed in nnyy manner that will
endanger the stuctrrre, = shWOUNTRACTOR. subject
.any part of the Work or adjacem property to,svesses or
fressum that will endanger rL
ReeordDocuments:
EKDC:gRtO AL'CONDIT70M 1910-8 (IM M.)
IWCITY OF FORT COLUNS MODIRCAT10N5 (REV 412000)
scfdy and Pn9rec8pn:
6.20.. CONTRACTOR shall be responsible .for
mftiatmig, maintaining and ,supervising: all - safety
prcwuuons;om. programs in connection with the Work;
CONTRACTOR shall take all necessary preciumorn•for
the safety, of;_ and shall limide the. necessary .protxttonto
prevebt damage, mlury or loss to,
6.20. t:.-all persons on the Work site or who airy be
.affected by.the Work;
6.20.2...all the Work and materials''and equipmem to
be incorporated thcrcin,•whcthcr in storage'on or off
the site; and
6.203. other property.at. the site or adjaoerd thereto,
including trees, •shrubs• lawns,, walks, pavements;
roadways,;. structures• utilities .and Underground
Facilities'not designated for removal, relocation or
rep]acemeN in Ihe,course of canstnictiav
15
notice to OWNER and CONTRACTOR in accordance
-with paragraph: 14.13 that the Work is acneptsble (ex, pias
:otherwise expressly provided in connection with
Substantial Camplcuon).
6,21.. Safety Repr&en uive:
CONTRACTOR shall designate a qualified and
experienced safety represemaiive at the site whose duties
and responstbilities shall be the prevention of accidents and
'the rriamairung and supervising of safetyprecautions and
.programs.
Haiard Commirnicatinn Prugmma:
422. CONTRACTOR shall be responsible for
coordinatungany Exchange of material safety data sheets m
:other haiard eommuntcabon informatroni required to be
made available, to
or axcicrnged between or among
employers at the site in accordance with laws or
'Regulations.
Fmergencies-
6.23. Inreinergencies atfeWng the mf4etyer protection of
oetsars or,the :Work or morkrtv.at the site or adiaccnt
Documents have been caused thereby. If ENGINEER
detemtines'that a c att e_ in the Conuact.Documents is
required "use of the action taken by CONTRACTOR in
response to such an emergernry, a Work Charge Directive
a Change 'order will be -issued :to document the'
6.24. Shop DrawingsandSamples:
6.24.2. CONTRACTOR shall also submit Samples to
TNGINEEM for review and approval`,in accordance
with said escaped sch&lule of Shop Drewires'and
Sample subinaaa: Each Sample will be identified
.clearly is to material; Supplies; penineig data such as
ooalog,numbers and the use for .which intended and
otherwise as ENGINEER may roquire. to treble
ENGINEER to, review the subminalfor the .limited
EXDCOE 14ERN. COEDETIOT619108 (IME&tkn)
16 vd(7TY OF FORT COLUM MODIFICA71IONs(REV412000)
purposes required by paragraph'6.26. The numbers
of each Sample to be'submitted will be m specified in
the Specifications.
6.25. Submirlal Procedures:
6.25.1. Before submitting each Shop Drawing or
Sariiple; CONTRACTORshill have dctermmed and
verified:
6.25.1.1. all Geld .measurements, quantifies,
dimensions, spFlied performeia:e criteria,
itistallattoo reyuvancny matcials, cdtalog
numbers end sm:u information wnh respect
thereto,
6.251.2., all materials with respect to intended
use, fatiricatiop.tg, hendlmg, stornige:
asand Lion pertaining to the
performance of the Wort:, and
6.25A.3. .all information relative to
CONTRACTOR's sale icipansbifitias N respect
of -means, methods, techniques, _sequences end
prof res'ofconstruction and safety,precautions
and programs incident thereto.
'CONTRACTOR shall also have reviewed and
coordinated each Shop Dmwirg orSample.tvah other
Shop ,Diswigs and Samples and '.with the
requirements of the Work and the .Contract
Documents.
6.25.2..Each ,submittal will bear a stamp,or specific
written,indicaliori that'CONTRACTOR has satisfied
CONTRACTOR's obligmimis under:die ;Cominct
Documents with respect to CONTRACTOR'sreview
and approval of that itbmittsl.
6,25.3.. At the time of each submission,
to he inawritten
submittsk and, in
6.26.
requiredby.pamgmph2.9; ENGINEERs
oval will be only,to determi a if the items
suhmitals will, after installation or
i the Work, conform to the information
T s. ENGINEER's review and approval will not
to moons, methods, techniques, sequences or
res of construction' (except where. a particular
m diod,`iecl Tie, sequeree or procedure of
0
0
11
a
revisions other than they corrections called for.
ENGINEER bnprcvicuisir:mu!0s
'6.28, When a'ShDP Drawing or Samplc'is rawired,by
the Contact Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER.as,
requited lby,pmngmph2.9, arty related WorL peiformed
o r to ENGINEER'S reviewandapproval of the Peirtinerif
nittal will tcatithesole mipci= and responsi . bilify,of
CONTRACTOR,
Poftfilnui-Oe wo,k-
-
accordance with the Contract Documents or a release
of CONTRACTOR's obltzitirin-6 perfnia t& Work
in accadanec with the Contract Documents:
ob-yationsbyENGNEER.
6.30.2.2. recommendation of 'any progress or
'firial piyrricht W ENGINEER;
60.2S. the issuance of a certificate of
S6bairitial'Compledon of any'payanent 'by
OWNER to CONTRACTOR imclor the Contract
6,30.2.4. use or,cocupincy of the Work or any
part thereof byOWNERI
6.30.15; any acceptance by OWNER or any
failure to &s3.
630.2.6 any review and approval'of a Shop
Drawm' or Sample siubmittal a the issuance of a
:nuti8i of acceptability by ENGDMERpursuint
to paragrap 1; 14.1 3;
.6.30.2.7: any inspection, led &-approval by
others; or
6.30.2.8. any correctionclOWNER' of defective Work by
OWN
and
hold
CONTRACOWNE TOR shall cainanon the Woric and Km�mless OWNM. �ENGTNEFP, EN'GINEWs
adhere to ,the 'progress schalde ell d' ales or Consollants and the officcrs,
&I and other consultants of each and any of.thcmfiona and
OF Einat all clmms,,costs IDSks-and'damages (including,
is not limited -to; all :fees and charges of eiVinmrs;
OWNER- and CONTRACTOR may otherwise agree in architects. attorneys mid other professionals and all caul
writing. or arbitnitimi or othei dispute resolution costs) caused by,
ans . w I go . u t - of or .. r I e I sulting I from,th6'perlbimance"of the
630. CONMICTORli Ginezal Warranry and Work, provided that any such 61mm, cost, 16si cr damage:
(,'ua-=tee: (i) is attributable to'bodily injury,. sickners, disease or
death, or to iniury to or'deamiction of tanizible vrooertv
630.1. CONTRACTOR warrunts'and.guararaces to
OWNER, ENGINEER'arid ENGMERs Consultants
that all Work, will be in accordance ivithih� Contract
Documents and will not be.defective.
CONTRACrOR's warranty and guarantee hereunder
excludes defecti'm damage caused by:�
630.1.1. abate„� modification or u-np'ro'per
'maintifiance or operatior.by, persons Other than
CONTRACTOR, Subetmtractors or Suppliers; or
630.1.2. normal wear and tear -under normal
Usage.
6.30.2.CONTRAC T . OR!s obligation to,.perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
willc66i� an icceptiiice,of Work "It ii.'not'in
DUM UpaiM CONDITIONS 191" (1990 Edfim)
.1 CITY OF FORT OOLLIM MODMCAITONS (RIV 4/2000)
0
W
upon such indemnified party by
regardless of the negligence of ap3
6.32. In :any and all claims against OWNER or
ENGINEER or any of thew "respective consultants, agents,
officers, direct= or employees by.ary.ernployee (or the
survivor or personal representative of such mployce) of
OON7;RACTOR,"my Sub=tract&. my Supplier, any
person�or orgaruzati " on dioctly'or indirectly employedby
17
any:of them to perform or furnish any of the Work of
anyoncJci whew acts any, of .them ma`y he. liable; the
indemnification obligation under pamgmph 6.31 shall..00t
be .limited in any way by any limttavonon the mount or
type of damages, compensation' or brnefits payabic by or
for CONTRACTOR m soy such Subcontindor.Supplier. or
othir person or: orp= niration under workers compensation
ucts, disability beriefit acts or othercmployce benefit acts.
633. The indemnification obligations of
CONTRACTOR under parapaph631. shall not extend to
the liability of ENGINEER and ENGINEER'sConsultants,
oQiocrs, directors, employees or, agents caused :by the
professional ncgligence,'ernvs or cmii66ni of any of them..
Survival;ef obligations:
.6.34. All representations.. indemnifications, 'warranties
and guarantees made, in, required by,or given in accordance:
with the Comma Documents, as well as all continuing
obligations indicated in the Contract Documents will
survive final paymient. completion and acceptance of the
Work and tcrmirmtion or completionof the Ageeraert..
ARTICLE T-OTHER WORK
Related Roth at Sue:
iy perform other work related to the
y OWNE-R's own forces,",or lei other
Tefor which shall contain General
i these, or have other work perf iniwil
'the fact that such otherwork is to be.
fried in the Contract Documents, then:.
roof will be given to CONTRACTOR
arty such' other work and
may make, a claim therefor is
I 1 and 12 if CONTRACTOR believes
other contractor
and each utility
perfo ifig _ the
:es) prop- and
roromity for the
may be required to make its severe( pans crime together
properly and inn to with such other work.
CONTRACTOR shall note,big, any woik of others by
wdma, wcaivatirt¢'or otherwise alteiing their wark'and
The
are
ETUX GENERAL. CONDITiOM 191"(199a Ednim)
t8 a/aTY OF FORT OOLUMMOMMATiON8(REV4R000)
provisions; for :the benefit of CONTRACTOR in said
direct contracts between OWNER eiid such utility'owners
and other contractors.
7.3. Ifthe
to
ENGINEER in writing any delays. defects,a deficier
in such other work that render it unavailable or unssuil
for the, exeatim "and results of CONTRACT,
Work. CONTRACTOR's failiac 'so to report
corsstitmc an acceptance of such other work as fit
proper. Cor mtigretron With CONTRACTOR'S V
cxecpt for latmbonnenapparenl defects: and deficici
in such.othcr work.
Ceorrgnnrion:
7.4. If OWNER contracts with others for the
performance of other work on the Prgect_at the site, the
follmving ivill be set forth in Supplementary Conditioiis:
7.4:1. the'person, firm. or corpomton who will have
autharry+and .responsibility for coordination of the
activities among the various pnme'contractors"will be
idcntifiuk
7.4.2., the specific matters to be.covered by.such
outhority.and responsibility will beitemiic and
7.4.3. the extent of such authority and
responuNfities will be provided.
Unless otherwise provided in the Supplementary
Cohclitiore;. OWNER shall have .sole authority and
responsibility 'n respect of such coordination
ARTICLE 8—OWNERS RESPONSIBILUEES
8.1. Exceppt as otherwise provided in these General
Conditiais,.OWNER'shall issue alpcommurucetiriss to
CONTRACTOR through ENG INEEt
8.2. In case of termination of the .employment of
ENGINEER, OWNER shall appoint an =er against
whose status miler the Contract IJoernmeits.shall lie that
of the fornerENGINEER.
8.3. OWNER :shall furnish the .data required of
OWNER under the Contract Documents promptly and
'shall 'make paymenitsto CONPRACTOR.promptly when
in we due as provided paragraphs 14.4 and 14,13.
8.4. OWNLR's duties in respect of providing lands
and casements and Providing crgaiaroig sury to
establish reference posits are set forth m pamgia u`4.1
and 4.4. Pamgraph4.2 refers to OWNER' ideriti5mg
and making'available to CONTRACTOR 'copies of
reports of cxplomtions and tests of subsurfaceconditions
tti the site "end drawings of physical ooi duions in ciii.sting
r�
u
C J
0
-.J
LJ
F- IL
structures at or Mmiguous to the site that have been utilized
by ENGlNEER`in&clpirinjiScC6ntmct Dbc'uments,
wid-maiMeiaWt
Wh pg,.WA =94 S
,8.0: OWNER is obliptcd to cxtic6fc Cha4e Orders as:
indimtedipanagmph 10.4.
OWNE-ks responsibility in respect , of. certain
inspections, tisw and approvals ii act 'forth' in
1parag*h 13.4.-
8.8. in connection with OWNER's right to stop Work or
•suspend Work, we paragraphs 13.10 and 15.1.
Parawal,S 15.2 deals with OWNER's right 16*1enninatc-
scruceslof CONTRACTOR uridirartain cinctimstaftecs..
Z' 'p ;rdo , Asb i ;;=7, ='I *1 0:ao r1lolu s54--Z tsm a— or'
mish
C:QNTR AGI P. wa�-6abla &idem, =-lm, =oial
ments .-Ya -am
Suppl"ta --omit,
ARTICLE 9-ENGINEER'S STATUS DURING
CONSTRUCTION
0WNFR'xRepMsV1=V�
9.1. ENGINEER will be OWNER's relvesentative
during. the octistruction period. The duties, and
'responsibilities aid the ]ituums of. mithca-ity, of
'ENGINEER as 'OWNER's representative diiriri
c6ro,tr6csion arejet fbith,in th6 Contract D&umefits'tind
shall not be amended without written consent of OWNER
and ENGINEER
Hisits to Sire]
.9-2. ENGINEER will make visits to the site at intervals
Mplyopriste to the various stages Hof construction as'
INEER dems necessary'in order to obwtv6;as an
experienced sitcl qualified d6sigi pibfissi6nal lite kpgr6s
EXI)CO04MAL CONDIMOM 1910-8 (IM Fdfiao
Aq CITY OF, FORT 'C* 01XIMP49DIFICATIONS (REV 4/2000)
ProjedRepresentadiv:
Ra, in matters
CONTRACTOR But. the
limlillmii jy
declines with SUg=.W5Th The
y be Uttrugin
snlh die -full knowledge and splroval of the
CONTRACTOR
9.3 2, Dirties and Resroitsibilifics. Remewnta6v
MIL
19
20
schedule.aiirl otherschedule orebared by the
CONTRACTOR and oorisuh with the
FNGMER concerning acceraability.
932.2. 'Confcrymes 'and 'Meeting - Anend
mating With the CONTRACTOR such m
pr_ ecanstru Lion conferenoes. pros meetings
and other hob cinfemnccs •and Itreoam and
circulate copies ofminutcs eei
9.3.2.3.Liaison
93.2.3.1. Serve as EhIGINEFR'S liaison
with CONTRACTOR,, workirre- vrimivally
through-CONTRACTOR'Ssupaimrndent to
assist the CONTRACTOR ir undersmttdina
theContract Documents.
93.2.3.2. Assist inobtlinina from OWNER
additional details or infoernatiom when
rewired for Proper cxwution of the Work.
93.2.3.3. Advise the ENGINEER and"
CONTRACTOR of the commenomnart of
am Work reauirine a Short Dmwina or
srmpie submission if the submission has not
barn aovovedbygil. G1NEER
9.3.2A.Review of WorF:. Re ection of Defective-
Wak Inspections and Tests -
9 3.2.4.1. Coed on -site obwvatroyt;yf
'the Work in p_rogrem to assist the ENGINEER
in'detennum that the Work is orooeedm%e in
ebcordance with the Contract Documents..
9.3.2.4.3, Accom n visiti atom
renresentina oublic'or'aher'azencres - vme
iurisdiction over the Pro jectrecord the results
pC these it_sspeS,t-'tQt}s_-kp41 rsagg to Ihe.
.ENGINEER.
tai
Documents. Report to ENGINEER when
clar�cals catiand tors of the Contract
Doe mews ere needed and tra it to
CONTRACTOR clarification aid.-inteii retafi
of the Corumct Documents,.m_ iswed .by the,
FNG[NEER
9.3.2.6. Moch6mtiom. Comider .and
evaluate -CONTRACTOR'S sumstiom for
EJCDCGENERAI.CONDITIOM 1910-8(199PEdtim)
w/ aty OF FORT COLLINS MODMCATIONB (REV 42 NO)
inodilication in Drawings.or-Soecificatiom end
report these recomrrteidatiors to. ENGINEER.
Accumtc� transmit to - 'CONTRACTOR
decisions issued by the ENGINEER
93.2 7. Records.
'93.2.8. Reports.
�93.2.8.1.
Fumish ENGINFER periodic
moorti as required.
ofthe vioeress or the
'Wrxk and
of the CONTRACTORS
ccompliarice
with the nroaress-schedule and
'schedule :of
shop Dmwine- and sample
fipmitmis
'9.3.2.8.2.
Conwlt- with ENGINEER in
advance of
scheduling maw test=%
rasoecilom or start of naoorumt Phases or the
M.
:93.210 Dmfl.mm�osed Charge Orders
'and Wmk D'vectrve -Changes obtaining
hN v_p_plptgjal from ft-MNTRACTOR
rind recommend to ENGINEER ;Chance
'.OrdeM Work Dvective :CMMM and field
orders
.9.32:8.4. Re immediate) to
INCAIEER an OWNER the occurrence of
any accident
9.3 2.9 Payment Rcqueim Revicw apPlimtiorm
for ymrnl with CONTRACTOR for mmnlinnw
with" the cstahirshed procedure for their
'submission and fotward with recommendationao
0
DIGINEEP, noting Particularly the relationship of
0 gritd w he of valum
rl
tfap—l—dg !�d matcrialr
delivered at the site but not thc:
WorL
9,3210, Completion,,
Certificate of.Substantial Conn Ietiorisubmi
to CONTRACTOR a list or observed items
requirim correction or comyletion.
9.3.2.10.1 Coriduci final impecticii in the
MUM OWNER and.
Moscompletefiinl list of
ct.
93.2.10.3. Observe that ill items on the
final list have been corrected or completed an
make, recommendations to 'ENGINEER
concerning AccepLance,
9.3.3. Liniftition of Authority: The Representative shalt
rice
9.33.1. Authorize apy deviatibns from the.
Contract Documents or accept any substitute
emiDMML unless authorized bv,the
MINE
authority as set forth in the Contract D6c=cnt.%
9.3.3.3. Undertake:anv of,ft respomabiliti
of the CONTRACTOR, Subcontractors. or
•
CONTRACTOR'S superintendent.
933.4.. Advisc.omor'issuedirmtiohnsEdativc.'
to, w�:issunie control over any 1 " or the,
mcanck methods, techniques, sewcnceq o
procedures' for construction unless, such
Mifically called for in the Contract Documents,
9.3.3.5. Advise on or issue &ectiom
repprdim or assume R;nt—rplmw safely
precautions and prourams in connections with th
9316. clor -im�g
submittals w •flm the
CONTRACTOR
9.3,33, Authorim OWNER to occurw the
0
Alitharka va;ihdohs in WO&
Rejeching Defective Work
9.6. ENGINEER will have authority to dis,
reject.Work which ENGINEER believes to be
or that ENGINEER believes vAll not
ptoiloce a
m
Shop Dr"ihgs,,Change Orda and Payments:
9.7. In connection with ENGINEER's authority as to
Shop Dru%iul;s'irid Samples, sic paire6dpli'624 thic4
6.28 inclusive.
9.8. In connection with'liNGWEEks authority.2s to
Change Orders, = Articles 10, ll,aid 12.
Work in whole a in cart. 9.9. hi connection with ENGINEER's aut1hority as to
4plicafichs for Paym catscc Article 14,
sominlized field or-
Ohl— Wpia11;1��citnions conchicted by others Detaminationsfor Unit Mices:
except as specifically authorized bV. the
ENGINEER. 9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price WA performed by
CONTRACTOR: ENGINEER will review with
CONTRACTOR the ENGINEER'S preliminary
9.4. ENGINEER will issue %ith reasonable promptness deteminations on such matters before rendering a written
such whiten cldr6aticrii or ifiterpretatiom.-"bf the. docisiontheiian * recbramendation.6f tin Application
R;qPCGM4MALq0NDI70N; 1910.8(1990Edfi.)
RICITY OF FORT ODUIM MODIFICATIONS (REV 4/2000)
21
or otherwise).
be fmal an
"OR, unless,
cision either
0
Decisions on Disputes:
9.11. ENGINEERwill be the initial interpreter of the
:attract D6aiments and judge of the
fork theretuidir. Clihns, disputes and
to the acceptability of the Work- or
the requirements of the Contract
to the performance and furishmg of
under Articles I I and 12in respect of
met Price or Contract Times will be
NGINEER in writing with a request
a in accordance with this paragraph.
b such claim, dispute or outer matter
the claimant to 04GMER.ard the
agreement promptly (but in. no event
r) after the start of the occurrence o
reto, and written suppppMing dam will
OINEER and the�oher pang within
be
u
a
time limits :
sot forth in
if
written decision is delivered by UWNFK or
2ONTRACTOR to the other and to ENGINEER within
flirty days after the 'date. of such decision and a formal
Xocecdmg is instituted by the appealing party m a'fo im of
bmpaem'jurisdiction to exacise such rights or remedies
is the appealing party may have with respect to such claim,
iisartc or other matter in accordance with applicable Laws
and. Regulations within sixty days of the date of such
.22 EXDCGENERAL CONDITIONS 191"0990EM-d .>
wCITY OF FORT CDL IM5 MODIFICATIONS (REV 4rt000)
ER's written decision decision, unless otherwise agreed in writing by OWNER
upon 'OWNER and and CONTRACTOR.
Pays after the date of
or CONTRACrOR 9.12. When functioning as interpreter and judge under
ER written written notice of pamgmphs9.10 and 9.11, ENGINEER -willnot show
decision and: (i) an partiality to OWNER or CONTRACTOR and will not be
taF.ensyithin the time Gable in correction with any interpraiti6n or decision
oceduf& set forth in rendered in good faith in inch wpacnty. The rendering of
Arteemerit"" entered a decision by E'NG INGER pursuant to pamgmphs 9.10 or
; appealing party may exercise by OWNER or CON 1 KA(G I UK of such rights or
R's decisioti, unless remedies as either may, otherwise have under the Contract
by OWNER and Documents or by Laws or Regulations in respect of any
not he subject to the. such claim, dispute or other matter ele-16:
9.13, Limitations on ENGINEER'S Authority and
Regnoasibilities:
control or have authority oven or,be responsible. fa
CONTRACTOR's means, methods, techniques,
sequences or procedures of construction, or thesafety
precautions and programs incident thereto, or fun any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the fumishirig or
performance of the Worlt. ENGINEER will not be
responsible for.CON'TRACTOR's failure to ptrform
or furlsh'the Work in accordance :with. the Comma
Documents.
9.13.3. ENGINEER will not be responsible fo.the
eels .o"omissions Iof CONTRACTOR or of airy
Suboontraclor, any Supplier, u of any other person or
organization perforrnog or furnishing any of .the
approvals and other doamemation required to be
rered by aaramoh 14.12 will only be to
certifiod indicate compliant with; the Contract
Documents
9.13.5. The limitations upon authority and
•
SECTION 00510
NOTICE OF AWARD
DATE: March 18, 2014
TO: Vogel Concrete Inc.
PROJECT: 7361 Concrete Maintenance Project Phase I — 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 7361
Concrete Maintenance Project Phase I — 2014 Renewal.
The Price of your Agreement is One Million Five Hundred Seventy -Three Thousand
Four Hundred Sixtv-One Dollars and Seventy -Eight Cents ($1,573.461.78).
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 3, 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.
Citv of(F�rt C&Ns
OWNE�R V � ) k
By:
Gerry S. Paul
Director of Purchasing & Risk Management
0
0
rnsib,1 forth in 1Assr9!ZEh9l3
_pplytoHNG?ERsC._I. .sid!t Project:
cP,mcd.tv,d.is,baL, :
ARTICLE IQ—CIIANGES IN TIE WORK
ment and without
'any time or'firinii'
or r.evjsjors in th2
revistons will be.
:badge OidEr.' :ipt of any .such
102 If OWNFk4and CONTRACTOR an unable to
lag re s to the e)acnl if any, of an adjustment in the
,C, or t Prioq'or a-- Odi ... ent of tbi"Cohtrnci Tinier that
'should bei allowed'ae a resultof a Work Chi* Directive,
a claim may be rn there "as provided in Article 11 or
Article 12.
10.3. CONTRACTOR shall tot beentitled tomiwrow
in the Coribract Priceoian extension of the Contract Timm
with any Work pc that'is not required by
the =rIllt6tocimments as amended, modifiedand
supplemented as provided in paragrap� , s 3:5 and 3.6, Occeik,
in the case .6fin em asprovide , d T, paragraph 6.23
a Iry the case of cring Work as provided 'in
paragraph 13.9..
10.4: OWNER,afidMNTRACrOR shall execute
appropriate Change Orders TOMMIRCMICd by'ENGINEUR
(or Wriitcn Amendmerri), evchng;
1 O.A. 1. changes in the Work which are (i) ordered
by OWNER lan_iawl to 0*,&aEh l0--L,(iJ)rccjiiiicd
because
tise of ameptance of defecfiw Work under
paragraph'13.13 or'correctiri defective Work imclar
paragraph 13.14. or (ii) agreed to by the parties:.
10.4.2chanties in the.Cortmct Prim,q Contract
Tiiam'which are nlrm—d to by the panics end
10.4.3. changes in the Contract Prim a Contract
Timm which embody the substance of any written
decision re ide'ed �r � by ENGINEER pursuant to
pai4dph 9.11;
Provided that, in lieu of execui4 ary such Change Order. -
an appeal may be takeh from any such decision in
a000rdanx with the provisions of the Contract Documents
;and applicable Laws and Regulations, btu durtng any such
CONTRACTOR shall on the Work 'ard
adhere to, the proigess schedule as provided' in
h� pamgrap6.29-
10.5. if notim of any ehamge affecting the general scope
:of die work brjbi provisions, of, the contract Documents.
'Y-?CG'NOM CONDITIONS M" (IM Edfi.)
,w/an OF FORT COLLINS M9DIFICATIONS (REV4(2000)
bu 0' lin' Contract:
Price
or act
Ime'ue"61 i a
Time ) - L by limited
j,�ovi= of any Bond bti
given to a itwct�, the givin such be
CONTRACTOR'S Tmp� .& of any
, bility, and the amount of each
applicable Bond - will be,adjustodacor1rdinl;ly.
ARTICLE 11-CHANGE OF CONTRACT PRICE
I M. The Cmtriact Prim constitutes the total
compensation (subject to authorized adjustments) payable
to CONTRACTOR for perfoftning the Work. Au -duties.
responsibilities and obligations assigrid to'or uindertaken
byM-ITRACT,OR sha lbc at CONTRACTdKs expense
without Ichame m the Contract Price .
Contract Prim may, only be charq
r or by a Written Amendment. -A
nent in the Contract Prim shall be
delivered by the, party making the
M
mmm
r event. .All claims for,adjustnimt in the
x shall be determined by ENGINEER in
with naraamnh9.11 if OWNER and
With
11.3. The value of arty Work covered by."a Change
Order or of my' claim ler�'an idjustment in le Contract
Primlwill be ak"ined M lollaws:.
11-3.1. where the ' Work involved is covered by unit
prices contained in the Contract Documents, by
application of such unit prigs to the cluamities of the
n6ns, iniolved '(sitbjma' '10-1&' ktwidbita of
1�b
paragraphs 11.9.1 through' 11.9.3, inclusive);
11:3.2. where the Work involved is not oarvervid by
unit prices contaahed in the Contract Documents, by a
mutually agreedpayment basis, 'including lump sum
(which may. include an allowatke for overhead 'and
profit not
- necessarily in accordance: - with
pzrogmph,11.6.2);
11.3.3. where the Work involved is not covered by unit
prices oomairiSd in the lCommot" Documents and
agreement to -.a lump; sum ii� na rcachal under
paragraph 113.2, on the basis of tire Cast of the Work
(determined as provided in paragraphs 11.4 and 11.5)
Plus a CONTRACIOR's feefor overhead and profit
(dcterrrihed as provided in pamgmph'I 1.6);
Cost of the Work:
11.4. The term Cost of the Work means the sum of all
costs necessarily "tied and paid by CONTRACTOR in
,the proper perFeimiance of the Work Except as otherwise
maybe agreed to ;in writing by :OWNER, such c6ks shall
be m amounts no. }' 'r than those prevailing in the
locality of the Project, shall include only the following
items and shall not include aily!ofthe costs'itemiad in
paragraph 113:
11A.I.Pa oll costs. for employees in the direct
employ,ci CONTRACTOR in the performance ,of the
Work antes schodulcs;oljob classifications agreed
upon by OWNER and CONTRACTOR Such
employees shall include without limitation
superintendents:foremen and other persomiel
.employed full-time at the site Payroll costs for
employees riot employed full -tone on the Work shall
be apponioaed on the basis of their time seem on the
Work. Payroll cots shall melade,butae[ be limited to -
salaries and wages plus the•east offringe benefits
which' shall mcludc social security contributions,
unemployment excise and' payroll taxes, workers'
coinputmnal health IM&MEM1116M.bencfhts,-bonuses;
opplicable thereto.
The etpenscs of performing Work after regular
working hours; on Saturday. Sunday or legal holidays,
shall be included in the above°to the extent authorized
by OWNER
11.4.2.:Cad of: all materials and equipmcm tarnished
and incorporated in the Work, including costs of
;OWNER ,deposats funds. with CONTRACTOR with
.which'. to make paymema, in which 'case the cash
discounts shall accrue to OWNER. All trade
discounts, rebates and refunds and returns from sale of
surplus materials and equipment shall eccnie to
OWNER,. nrid CONTRACTOR shall make provisions:
so that thev may be. obtained
11.4:3. Payments made by CONTRACTOR to the
Subcontractors for Work perfotmod or "futnished by
Subcoriuncias._ , IT rcslu', d by' OWNER,
FJCDCOENERAL CONDITIONS 19IM (1990Edtim)
24 wIaTYOFFORTCOL11NShfODMCATIONS(RLN42000)
CONTRACTOR shall obtam,00mpetitive'bids from
So actors a6cepmble to OWNER aihd
CONTRACTOR and shalldeliver such bids to
OWNER who will then determine with the advice of
ENGINEER which bids, if any, will be accepted. If
any subcontract provides that the Subcontrnetoi is to
be. paid on'the basis of Cost of the Wort:p tuna fee.
the Subcontractors Cost of thc,Wmk end fee shall be
determined in the same manner as CONTRACTOR's
Cost of the . Work_ and fee as provided in
pmagrephg:ll.4, 11.5, '11.6 and 117 All
subcontracts shall be subject to the other proYisions of
the ContraetDocuments insofar as applicable.
11.4.4. 'Costs of special consultants (including but
not limited to engineers; architects, testing
laboratories, surveyors, imoricys. and accountants)
employed .for services specifically related to .the
Work
11.4.5. Supplemental costs including the following:
1145,1. The proportion of necessary
trims r1atiun,.tmvcl and subsistence cxpcnsseS' of
OONTRACTOR's employees incurred in
discharge of duties corinwted with the Work.
11.4.5:2. Cost, including transportation and
maintenance, of an materiaL%, supplies,
eq,tpmcm, machinery, applianock office and
temporary' facilities at the site and hand tools not
'owned by the workers, which are eca mmed in the
performance of the Work, and cost less market
value of each items used bin hot consumed which
remain the property of CONTRACTOR
114.53. Rentals -of
agreements. 'l he rental many
machinery, or parts all ceas
thereof is no longer neuhcessary fm
11.4.5.4. Sales,_ eonsmncr; use or similar taxes
Mated to the Work and for which
CONTRACTOR is. liable, imposcdby Laws and
Regulations.
11.4.5.5. . Deposits lost for causes other than
negligence of ,CONTRACTOR, any
Subcontractor or anyone directly or. indirectly
employed by any of them a for whose sets any
of them maybe liable, and royalty payments, and
fees for permits and licensnz
11.4.5.6. Losses- and damages (and related
expenses) caused by damage to the Work.. not
compensated by insurance or otherwise, sustained
bry -CONTRACTOR 'in Connection with the
is
0
11.4:5.7 The cost of utilities, fuel and sanitary
fkllhies at the iim
11.4!5.8. Minor * expenscs , such as telegiwns,
long distanceltelclihone'calls, teleph -
one, service et
the sne,eWessage and similar patty cash items in
corriecticinwith tkWdrk.
11.4.5.9. -Cost of premiums for additional Bonds
aid LoSUrninoi required because of changes in the
Work.
113. The term Cost of the,Work shall not include any of
the following:
•
11.5 1 &xpenset; of CONTRA CTOR's principal and,
biramh offices other than CONTRACTOR's office at
the site.
11.53. �Any pail of CONTRACTOR's capital
wenses, including interest on CONTRACTORS.
capital employed for the Work and charges against
CONTRACTOR for delinquent payments.
113A. 'Cost of piremiurris for all Bonds and for all
ihsamince'whether cr not CONTRACTOR is niquirid
by the Contract Docimacras 6 purchase and: maintain
the same (meld for the cost of premiums covered by,
s4bparagraph abqy5).
-PDqOPPMC9NDTIIOM 19110.8 (1990Mfilp)
A't MY OF FORT OOLUM MODIFICATIONS QtEV 4n000)
0
11.5.5. Costs due to the negligence , Of
CONTRACTOR, 'any Subcomnictar, or anyone
directly or indirectly crn�loyid by.an of them or,far
including but
not limited to, the correction of *fective Work,
of materials or,equipandu
,wrwigly supplied
jj,;:& Other overhead or general expertise costs of
any kind and the costs of any item not s;Iecificapy and
'expressly included in pmiiiaph 11:4.
11.6. The CONTRACTCR!s fact allowed to
CONrRACTOR' fiIr overhead' and licifit shall be
determined as follows:
lL6.l.amutually acceptable fixed fee; or
.11.6.2. if'a ffiEed.f6ii is not agreed upon, then's fca
Rased ow the following rcemages,of the various
pottions, of the Cost of V6tk:- - '
11.6.2.1.r for 'costs incurred under
piiiiimpla 11.4.1 aid , 11.4.2, the
CONTRACTOR's fee sha 11 be fifteen *omr,
1142.2., for costs incurred under
paragraph 11.413, the coiqTkAcrows fee shall
be five Percent:
11.6.2.4. no fee shall be,payable on the basis
of 'co I sts Ito _ mijed unde' r Wag - raphs j 1.4-4. 11 A.5
and 11.5;
11.&2.5. the animms of credit to be allowed
by CONTRACTOR to'OWNER for, any. change
which results in's net decrease in cost will be the
druicilrit -of the actual net.deeriase, in cost plus a
deduction in CONTRACTOR's fee by jdarincium
equal in five permni of such net decrease; and
11.6.2.6. -when both additions and credits we
involved;m anone charge, the ritusam" in
CONTRACTOR'' fee shell be oomputed ofithe
basis, of the net change in accordance with
paragraphs 11.6.2.1 through 11.62.5, inclusive.
11.7. Whenever the cost of any Work is to be
.z3
,;determined pursuant to pamgtaphs l i.4 and 11.5,
CONTRACTOR will aaablish and maintain records
thereof in accordance with generally acccpted.accauming-
.lxactices and submit in form.. acceptable to ENGINEER an
itemized cW breakdown togctlur with supporiing data.
Cash Ailoaaaces:
11.8. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the
Contract'E1666ments and shall cause the' Work "so covered
to be furnished and pciraimed for such "vas raay be
acceptable to OWNER and ENGINEER. CONTRACTOR
•agrees that:
11.81 the, allowances include the cat to
CONTRACTOR (less any applicable trade &,"nts).
of materials and equipment required by,the allowances'
to,be deliveredat the site,•,and all applicable taxes; end
11.8.2.CONIRACTOR'a costs for unloading and
handling oh the sitt, labor,installation costa, overhead,
profit acid bher expenses oontemplmed for the,
allowaces have been included in .the Contract Price
and not in the -allowances and no demand for
additional payment an account of any of -the Cotegding•
.will be vabd.
and
11.9.3.2 them is no corresponding adjustment
with respect to any other item of Work; and
11-9.3.3. if CONTRACTOR believes 'that
CONTRACTOR .is a mIad to an increase m
Contract Prici as a result of Having incurred
additional expense or OWNER 'believes that
OWNER is entitled to a decrease in Contract Price
and the ;parties are unable to agree �:as.to the
amount oranysuch inmem'or daease:.
119.3.4. CONTRACTOR acknowledges that
the OWNER has the right to add or delete items in
the Bid or chnttgc auantitcs at OWNER'S sole
discretion without`anectmg the Contract PrIce of
any remainingitem'so longue the deletim
addition does not exceed twenty-five percentof
.the original total Contract Arica.
ARTICLE 12-CRANGE OF CONTRACT TIMES
12.1. :The Contract Times (or Milestones) may edybe
dimiged by a Climate Order or.a Written Amendment.
.Prior to final payment an appropriate.Charge Order will be
Any claim f
issued as iocommended by ENGINEER to reflect actual
h ilestoi es)
'amounts due OONTRACTORon account of Work covered
the party or
callowances, and the 'Contact Price shall be
ENGINEER
:wrrespond'mpJy.adjusted.
:hays) after!1
claim and su
119. Unit glee Work
of the e.-dem
delivered wii
11.9.1. Where the Cmnaact Doauncras provide that all
ENGINEER
or part ofthe Work is to'be Unit Price Waal:, initially
include Ca: l
accurme dal
the Contract Price will be decreed to
•Unit Price Work an amount ecqqual to the .sum of the
accompanied
adjustment c
esmblished unit prices for each separately identified
claimam has
item of Unit Price Work limes the estimated quantity
the oceurren,
of each item as indicated..in the Agreement. The
the Contract
mti mted quantities of items of Unit Rice Work me
ENGINEER
not guaranteed, and are solely, fair the purpose of
OWNER an
accordance with pamgaph 9.10.
11 9.2: Each unit price will be deemed toincludean
m anurit 6onsideir by CONTRACTOR to he adequate
to eover.CONTRACTOR's overhead and profit for
each separately identified item.
11.9.3.OWNER or CONTRACTOR may make a
claim for an adjustment in the Contract_ Price in
accordance with Article 11. if:
11.93.1. the quantity of any item of Unit Price
Work perfonmed by " CONTRACTOR differs
inatarially and sig)ificantly from the estimated
quantity of such item indicated in the Ag cmcia;.
EICDC GENERAL CONDITIONS 1910a(1990F.,atim)
26 0 aTY OF FORT WLLINSMODDICAMONS(REV4r10a)
te-Contract Time
en notice delivered
is other party and to
event later than thirty
vent giving rise to the
e'of the "claim. Notice
pporting data "I be
rch occurre ice.(upkss
me to ascertain more
,claim) and .shall be
tten statement that the
lusdnent to"which the
entitled as a result of
%ith'Ihe requirements of this paragraph 12.1
12.2. All time limits stated in the Contract Documents
are of the essence of the Agreement.
12.3. Whine CONTRACTOR is, prevented from
completing any_.part of the Work within the Contract
Times (or Milestones) dueto delay beyond the control of
an amount equal to time lost due to such
lain 'a made therefor as provided in
. 'Delays beyond , the control 'of
)R shall include, but not be limited to; acts
)WNER: acts or neglect of utility owners or
n performing other work as contemplated
arcs, floods, .epidemics, abnormal weather
acts. of,God. Delays attributable to and
L
0
within the control of a Sub=tr!ctw or Supplier shall 'be
deented tobedelays Within thecontr6lof CONTRACTOR.
ARTICLE 13—TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
.DEFECTIVE WORK
13.1. NvficeqfDqfed&
'prompt notice of all &fective Work of which OWNER'or
M40DMER have actual kitowledge'will be. given to
CONTRACTORR. AU defective Work may, be rejected
corr&ted or. accepted as p6ovided in this Article 13.
Access to Work.,
13.1 OWNHF? ENGINEER ENGINEERS ConsithaM
CONTRACTOR!s site safety procedwes and programs so
that dity.may comply thercivith M.a.pplicable.
TeilsandliWedians.
113, CONTRACTOR sholl give ENGINEER timely
ely,
notice of readiness of the Work for all required inspoctioris,
tests or and'shall cooperate with,' nspection and
personnel to racilitmoTaquircd ins*tioaui or t6ts._
13.4. OWNER shall employ and pay for the services: of
an indeperidem. testing , laboratory to perform all
kVccti= tests, or approvals mq*cd by -the Contract
Doctiaieasexocpt'
13.4.1. for ins tions, tests or approvals covered
by paragraph 1315 w,
13.4.2. that costs inctured in connection with tests
of inspections cond6nd pumiant to paragraph 13.9
-EJqDqqq4U*9NDJT10M 19103(MDEfitim)
.7t aTy OF FORT botimm.oDiriCATION s (Rv 4n000)
0
below shall be paid as provided in said
pimgraph" 13.9; and
13.4.3. as othcrwisc. spccifically providrcd in the
Contract Do mcrit&
13.6. If any Work (or the Work of others) that is to be
inspected;- tested or approved pis covered by
CONTRACTOR without "written mricurreiice, of
ENGINEER; if must; if recIfics.ited by ENGINEER, be
uncovered for observtition.
13.7. Uncoveri% Work as provided in paragra _ph 13.6
shall be 'at CONTRACTORS C. Kpcm "'Mess
CONTRACTOR has given ENGINEER timely notimof
CONTkACTOR!s intemion to cover the same and
ENGINEER has not acted with reasonable prorripthess in
reip�uise to such notice.
unc"crins W04.
13.8. If any Work is covered contrary to the written
request of ENGINEER. I it niu I st� if, requested -`by
LNGINEER, be uncovered for ENGINEMIUs observation
acid replaced etCONTRACI'OWso*ise. ' -
13.9. IfENGINEER echsidci3itn=ssaryoiudv'imble
that covered Work be observed by ENGINEER or
:quest, shall imccver, expose or otherwise
for 6b6cittior'pectionCuis' d( tcitingavi
ay requ'vc, that portion of tlnn Wotk in
ping all lahDr; material and
t is'found that such Work is defective;
Z'shal] pay all claims, costs, losses and
by,'airi:iing out of or're�Wting fromauch
osure, inspection and testing
ictory replacement or rioonsartwtiorL
not limited to all costs of, repair or
work of others); and OWNER shall be
5propriate decrease in the Contract Price;
tevlcre' '�'bletoa ' - ' th ' grceasW e4mictint
nake a claim thirefbir 0 to,
in
however, such Work is act found to be
TRACTOR shall be allowed an increase in
ce or an ciacrision of the Contract Timm
or botk directly iettainable 'to such
27
uncovering, evoist re observatiwt, inspection, testing,
replacement and rommaruction; and, if the parties are
urablc. to agrec.:as to the amoum or extent thereof,.
,CONTRA(:T OR may make a claim therefor as provided in
Articles`l land 12.
01VA'ER hfayStop the Work:
13.10. If the Work is defective, or CONTRACTOR Fails
to supply sufficient skilled: workers or suitable materials or
Work. resulting therefrom) hasbeen corrected,
removed or replaced under this paragraph 13.12;-the
correction period hereunder with respect to such Work
will be extended for an additional period of one -veer
two YCB(9 after such correction or removnl `oad
replacement has been satisfactorily eampleled,
Accepian'ce of Defwfire Work.
13.13. If, instead of requirmk correction or removal and
final payment,,
)WNER may; d<
1% msts; lasses
waluaticr of
-to stop the Work shall not give me to any duty on the part determination to accept such wjecaye we
of'OWNER to exercise this right. for the benefit of he approved byENG[NEER as to reason:
CONTRACTOR or any surety or other party... such acceptance occurs prior to
recommendation of final paymem, a Char
Correction or Removal ofDefeefire Workissued incorporating the necessary a
Comm Documents with .respect, to
.13:11 If required by I.NGINEE R, CONTRACTOR shall OWNER'shall be entitled to an approppial
,promptly, as'diected, eitherome oct'all:defeckve' Work;, Contract price, imil, if the parties, are imal
whether or pot fabricated, installed or completed. or, if the the re amount theof'OWNER may make
Work has Been rejected by ENGINEER, remove it from the m provided in Article I L If.the _accepts
'site and rrcepplace' it with Work that is not .defective.
C,ONTRACI'OR shall pay all claims, coils,losses: sod
damages caused by or resultirg.from:such correction or
removal (utehiditg but not limited to, all costs of repa'u or
13.11 Cowedfon Period
13.12.1. If within one-year two years after the'date of
:Substantial Completion or such longer period of time as
may be prescribed by Laws.or Regulations :or by the
terms of any applicable special guarantee required by
the Contract Docmnenla a by anyspecific provision of
the Contract Docuitimias,'any Wok is found, to be-
&fecfJe, CONTRACTOR shall promptly, withcut cod,
to OWNER'and in aaordmoe,with OWNER's written.
uatrtrdrons: (i)corecl suchd'efecN0e Work, or, nfrt has
been rejected by OWNER remove it from the site -and.
replace it with Work that is not defective, and (ii)
satistadaty correct or remove and rmlace any damage
such removal and replacement (includi% bra not
limited to all costs of repair or replacementof work of
others) will be paid by CONTRACTOR
13.12.2. In special circumstances where a particular
item of 'equipment is placed in continuous service
lief Substantial Completion of ell the -Worrk, the
correction period for that item 'may start to'run from an
cattier date if so providcl.in the. Specifications or by
Written Amendment
13.123. Where defective Work (and damage to other
'fig MD42 GENERAL CONDIT10P619108(1990 E5rim)
w( C1 TY OF FORT COLUM MODIFICATIONS (REV 4n000)
OftNERdfay Corred Defective Work
13.14, If CONTRACTOR fails within a
after written notice from ENGINEER to 4
Wo&cr to remove and replace rejected V
by ENGINEER in accordance with parag
CONTRACTOR faUs to perform the Wa
with the Contract Documents, or -if CAN
site or,
R but.
R shall
seven
'the Work, and
ed.therdo, lake
Is. appliances:
at the site and
by
be
Contract Price, and. if the parties are unable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11. Suct claim's, costs, losses and
n
u
•
CA
,damages will, include but not be limited to all costs of
repair amreplacemera 'of wdrk' of others destroyed or.
damagcd ,by ". correction ,removal or replacement of
CONTRACTOR's defective Work; 'CONTRACTOR -shall
not be allowed an extension of the Contract Times (or
Milestones) because of any`dehy in perforinarice- of the
Work attnbttable to the exemiso by OWNER of O WNER's
rights and remedies hereunder:
ARTICLE 14-PAYMENTS TO CONTRACTOR AND
COMPLETION ...... ..
Schedaie of M41110r.-
14.1. The schedule of values.establlshed as provided in
paragraph 2.9,will servo as,the basis for progress puymrnls
and will be irxoipomted into:a.form of'Applirrtion for
Parent acceptable to ENGINEER Progress payments on
account oC.IJnit Price Work will 6e base"d on the numberof
ur'lits completed.-
Applirndort for. Progress Payment
K2. Aticast twcnty,,days;befac the date established fdr
each progress payment (but not more often than once.a
momhk CONTRACTOR shall subinii to.ENGfNM for
the
11
orpormtal in the Work
at the site or at am
d by
Is to
1 be
with
n the
CONTRACTOR''s Warrrraty,ofTide:
14.3. CONTRACTOR warrants and guarantees that title,
to all "Work, .materials and .equipment covered by any
Application'for Payment whether incorporated in the
Project a not,will pass to OWNER no later. than the'time
'of pigment Tree and clear of cal Liens
RMew of Amlicndons far Progria Pay menF
14.4. ENGINEER will, within ten days after receipt of
each Application for Paymet4 either indicate in writing "a
EIC)CGEWALCONMTIONS 1910.5(199()Edtim)
w1 arY OF FORT OOW NS MODIRCATIONS (REV 417000)
0
In the latter case,:CONTRACTOR
;any corrections -and resubmit the
days after presentation of the
to the provisionsof the last sentence of
become due and when due will.be paid
CONTRACTOR,
143: hNGINEER's mcammendation of any payment
iequestal in an Application for Payment will constitute e
representation by ENGINEER to OWNER; based on
ENGINEER's on site observations of the executed Work
as an expeiicriwd and qualified design professional and on
ENGINEER's review of the pppppplicatiotn for Paymem;and
the accompanying data and schedules, -that 0.0i best of
ENGINEER's knowledge; information and Belief
14.5.1., the Work has, progressed to the .point
'vidicstcd,
14.53., the conditions .precedent to
CONTRACTOR's being entitled to such payment
appear to have been fulfilled insofar as .t is
ENGINEER's respoinsibility to observe tnc:Work.
venues a oaduresof construdion or
whons end programs- incWnt'thereto. or
of CONTRACTOR to comply with Lem
m applicable to the famishing or
A Work; or for :any failure of
R to `perform or furnish 'Work in
t the Contract Documents.
14.T. ENGINEER may refuse to recommend the whole
or any pan of any payment if, in.ENGINEER's opinion, it
w,oidd be incorrect to 'make '-the representations. to
29
OWNER referred to in paragraph 14.5. ENGINM. may
• also refine to recommend any such payment, 4, bemuse of
,subsequently discovered evidence or the results of
subsequent inspeetions,or tests, nullify -airy• such payment
previously recommended to such extent as may be
necessaryin,ENO[NEERs%ipiiniorn to prouict "OWNER,
'froiri loss because:
14.7.1. the Work is defective,-or.completed.Work has
been damaged requiring correction or replacement,
14.7.2. the ,Contract Price. has been reduced by
Written Araen&rnem or Charge Order;
14.73. OWNER has ban required to correct
defective Work or complete Work m accordance with
Iaiagtaph 13.14,.or
14.7A. ENGINEER has., actual knowledge, of the:
.occurrence .of' any of, the events enumerated in.
pamgmphs15.2.) thtough'15.2.4 inclusive..
OWNER may refuse to make. payment of the'full amount
.recommended by ENGINEER because;
14,7.5. -claims have been made -against OWNER on
account of CONTRAMOR's performance or furnishing
,of the Work,
14.7.6. Liens have been filed in connection with the
.Work; except wh&re COITMACTOR.has delivered.a
,Specific- Bond satisfactory to OWNER to,secune the
Satisfaction and discharge of such Liens,
14.7.1. - there are other items entitling OWNER to a ad
off against the amount recommended, or
14.7:B. :OWNER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1
through 15.2.4 inclusive:
but OWNER must give :CONTRACTOR immediate
written notice (with a copy to ENGINEER) statirig _ the
reasons for such action and promptly pay CONTRACTOR
the amount so withheld, or any adjustment thereto agreed
to by OWNER �andCONTRACTOR. whc i
..CONTRACTOR corrects to OWNER's satisfaction the.
reasons for such action.
Substanad Completion:
14,8. When CONTRACTOR considers the entire Work
ready for is intended use CONTRACTOR shall.notify
OWNER and ENGINEER in writing that the:entnc Wok
is substanuallv complete (extent for items specifically
of the Work to
the
EXDCGENERA.CONDITIOM 19145O99a EStim)
30 VaTYOFFORT WLUNSMODMCATIONS(REV4/1000)
considers the Wok substantially complete,. ING24M
will prepare and deliver to OWNER a tentative certifi6ki
of Substantial Completion which shall'fx the date of
Substantial Completion.. There.shall be attached to the
certifiwic a tentative list of items to''be'comileted or
to make written objection to ENGINEERas to any
provisions of the certificate or attached list. If; after
considerine-such obiections ENGINEER concludes that
objections, ENGINEER considers the
r comolete.'ENGEMR will :within
of
of respoi
OWNER
operation,
and wam
as
I the
after
on O WNER and C:UN1'RACfUR untd tmat payment
14.9. OWNER shall have the right to exclude
CONTRACTOR from the Work :after the date of
Substantial Complction,, but OWNER shall allow
CONTRACTOR rensonable access to oomplde or correct
items on the tentative list
Pardal_Ufftizado&
14.10. Use. by OWNER at OWNER'S option of, any
substantiallycotnpleted part of the Work,which: ,(i) has
spccifically been identified in the Contract Documents,. a
(ii) OWNER, ENGINEER and CONTRACTOR agree
constdutas "a. separately f maioning and usable pail of the
Work that can be used by OWNER for in intended
Purpose.. without significant .interference with
CONTRACTOR'S performance of the -remainder of the
ER at any time. may, request
)R in writing to permit OWNER to use
of the Work which OWNER believes to
its intended' use and .substantially
'.ONTRACTOR agreesthat such-part'of
ibsiamially Complete,.CONTRACTOR
OWNEWand ENGINEER thai such
rk-is substantially complete and request
to 'issue -.'a ccrbficate of Substantial
for 'that _Mt :of the - Work,
7
A
Is
0
11
14.101 No occuponcy or separate operation of part
' of the Work will be accomplished prior to compliance.
with the requirm,mts of pqagriph 5.15 inrespect of
P-Periyince.
nnalinspeefiox,
14.11. Upon written notice, from CONTRACTOR that the
ere -Work or,an agrecd portion themof.is complete,
ENG][NEER Will make. a fmaf inspection withQWNERz
+*WCONTRACTM and will wtilyMNTRACTOR in
writing of all pirtimlars- in:which this inspection reveals,
'that the Work ii incomplete a &fktive. CONTRACTOR,
:shall immediately. take such mcasizesns we necessary t .
o
completesualwork- or remedy s6chdeficienicile-&'
FMdApp[!eadDnfff Paymmt:
-EX.,T.X GENERAUCONDTMON,S 191" (1990 F&ti(!I)
aTY OF FORT COL11M MODIFICATIONS (REV 4nODD)
to furnish such a release, or ipt in full,
CONTRACTOR may ,,,,h atdridruedeothei collsteral
satisfactory -to OWNER to hideni.ffy 'OWNER against
:mvLim Releases a waivers of liens and the cansenfof
lhc` surcli to finalize m3noU are to =be submitted on
MS M L conform invi to the format of the OWNERS stafidard
bound in the Proiect manual.
Find PaimentandAccefitme
Waiver of claims
14.15. The making End acceptance of fined paymcht will
constitute.
14. I S. 1. a waiver of all claims by -OWNER against
CONTRACTOR, =OW ' claims 'arising from
u�cttled Liens, from Lklectivi W6&'qPp"i4 acer
il
�fmal inspection pursuam to paragraph 14.11, from
Gilure [n comply with the Coinracrpoanments or the
terms of any special, guarantees specified therein, or
from CONI'RACTOR's continuing obligations under
the Contract. Documents; and
14.15.2.A waivertof all claims by CONTRACTOR'
agairst OWNER other than tho'sti previously made.in
writing and still unsettled.
ARTICLE 15-SUSPENSION OF WORD AND
TER IINAT1ON
OWA'FR Flay Suspend Work:
15.1. At -any time and without .causc, OWNER may.
suspend the Work or any portion thereof for a period of not'
more than, nin ity days by notice in writing to',
CONTRACTOR and ENGINEER which will M.the date'
,m which -Work will be resumed. CONTRACTOR shall
, resume the Work on, the daic so fixed. CONTRACTOR
.shall be allowed an adjustment in the Contract Prim or an
crtension of the Coitract Times, :or both, directly
.attributable to any such suspe isiat. if CONTRACTOR
makes .an approved claim therefor as provided in
Articlei I Land 12.
OWNER May Terminate:
15.2. Upon the occurrence of any me or more of the
following events:
15.2.1. if CONTRACTOR periistently fails to perf=
the Walk in accordance with the Contract Documents
(including, but not limited to, failure 'to supplysuffcient
skilled workers or suitable materials or -equipment or
.failure to adhere to the progress schedulc'establisheil
.cedes paragraph 29 as adjusted from time to time,
pursuant to paragraph 6.6):
15.2ZJf CONTRACTOR disregards,Laws or
Regulations of my public body havingjurisdid om
15.23. 'if CONTRACTOR disrega_r s.the. authority of
ENGINEER:'ci
15.2A. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract
Documents;
:in& CONTRACTOR (and the
tvntten notice and to the extent
egulmicns, terminate the swims
de CONTRACTOR from the site:
of the' Work and of all
Lt, aPplmnces, construction
it the,site and use'the same to
d_ be.umd by CONTRACTOR
)NTRACTOR for ,re"ss or.
in the Work all materials and
e or for which OWNER has paid
EICDCOENFRAL OONDITIOM 19108 (199a Edition)
32 wdQTY OF FORT OOLLIN$MDDaTCAT10NS(R, V4r2ttaa)
and
>d that when ezercisirg any- rights- or
this. paragraph OWNER shall not'bc.r
the lowest price for the Work pcifottned.
15.3. Where CONTRACTOR's -services have been so
terminated by OWNER; the termination will -not 'offect
any eights' or remedies of 'OWNER against
CONTRACTORthen existingor which may thereafter
accrue: Any retention or paymera of moneys.' due
CONTRACTOR by OWNER will hot release
CONTRACTOR from liability.
15.4. Upon seven days' written notice to
CONTRACTOR and. ENGINEER. OWNER may;
without cause and without prejudice to any other right or
remedy of OWNER elect to terminate the Agreement: In
such case, CONTRACTOR shall be paid (without
duplication of any items):
15.4.1. for completed and acceptable. Work executed
in acmidarce with the Contract Documents prior to
the. effective date.of temnination, including fair and
reasonable sums for overhead,and profit on such
Work';
15.41, for expenses, sustained prior to the effectivedate of termination in performing `serviees and
furnishing tabu, materials or equipment as required
by the Contract Documents in connecfion with
uncompleted Work phis fair and reasonable sums for
overhead and profit m such ex7itscs7
15.4.3. for all claims, costs, losses and damages
mcunred in settlement of terminated contracts with
Subommetors,'Suppliers and dhers;'md
15.4.4. for reasonable uses directly attributable
to termination.
CONTRACTOR'shall not'be,paid onaccount of loss of
anticipated profits or revenue or otter economic -loss
arising out of or resulting from such teiimmation.
CONTRACTOR May Stop Work or Terminate;
15.5. If, throught ectordault of CONTRACTOR; the
Work. is syspended for a period of more Ihm ninety days
by OWNER or under an order'of court or other public
authority, or ENGINEER fails to aot�onarty Application
foe Payment within thirty -days after it is submitted or
OWNER fails for thirty, days to pay CONTRACTOR aniy
11
•
9
SECTION 00520 •
AGREEMENT
THIS AGREEMENT is dated as of the 18th 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
Vogel 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 7T" day of May, 2012, entitled Concrete Maintenance
Project —Phase I, Bid No. 7361. CONTRACTOR shall complete all Work as
specified or indicated in the Contract Documents. The Project for which the Work
under the Contract Documents may be the whole or only a part is defined as the
construction of the 7361 Concrete Maintenance Project Phase I.
ARTICLE 2. ENGINEER
The Project has been designed by City of Fort Collins Streets Department, who is •
hereinafter called ENGINEER and who will assume all duties and responsibilities
and will have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the
Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 This Agreement shall commence upon signing and shall continue in full force
until May 6, 2015, unless sooner terminated as herein provided. In addition at
the option of the City, the agreement may be extended for additional one (1) year
periods not to exceed two (2) additional one (1) year periods. Pricing changes, if
any, shall be negotiated by and agree to by both parties in writing.
3.1 The Work shall be Substantially Complete within one hundred forty (140)
calendar days after the date when the Contract Times commence to run as
provided in the General Conditions and completed and ready for Final Payment
and Acceptance in accordance with the General Conditions within forty-five (45)
calendar days after the date when the Contract Times commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
u
be due, then CONTRACTOR
mum noticeto-DOWNER and
-
DWNER orENGINEER do not
or failure within that _time,
or
ARTICLE 16-DISPUTE RESOLUTION
•
ARTICLE 17-M SCELLANEOUS
Giving Notice:
to
17.1. Wherever any provision of the Contract:
'Docttmeriis requ.wes.thaBiving'of wrmcn notice; it will be.
deemed to have been validly given if delivered in person to
the individual or to a member of the firm, orlon an officer of
the corporation for whom E is intended, or if delivered at or,
sent by r &eied or a.rufied"mail, posing prepaid, to the.;
last business address known to the giver of the notice.
17.2. Computation of Timer
17.2.1. When any period of time is rete Tc l to in the,
Camact,Dcctimcnts b"y days;'a will be oiinputed to
exclude the ,first and include the list day.,of such
period If the last day of my.such period fallson -a
Saturday'ce Sunday or on a. day made a legal holiday.
by the law of. the applicable jurisdiction, such day will
be omitted from the computatiort.,
'.EXI)CGENUMCOND17 0M 1910-8(1990F.dti(n)
w�taTYOFFoRTCOW MMODIRCATiONS(REV4/I000)
11
17.2.2. A calendar day of twenty-four h6jr; measured
from,midaigla to.the next midnight will coretilydc a
day.
Notice ofClaim:
Prof6sional Fees and Corn Costs Included:
17.5. Whenever -refevence-is made to 'claims, costs,
losses and damages', -it shall includein each ca but not
belimited_to, all fees and charges of engineers..mchitects;
attorneys 'and other professionals and all court or
arbitration of other Aispute resotutiori costs.
17.6. The laws of the State of Colorado armly to this
Aercemcnt, Refereme to two oertmentColorado statutes
are as follows:
17.6.2. If a claim- is filed OWNER is reouired by
law (CRS 38-26-107) to withhold (recto a uayments to
CONTRACTOR sufficient furls to insure the
'payment of all claimsforlabor.materials tram hire.
sustcnarecprovisions, provender. or other lies
.used 'or consumed. by CONTRACTOR or. his
33
n
FJCDCOENERAL CONMTIOM 19108 (1990 F.M.)
34 w/CITYOF FORT WLUM MOMFICATIOM(REVVl000)
0
C[his page left blank irdendomlly.)
0
EICDCGENERAL CONDITIONS 19104 (1990 F.illim)
w•/ CITY OF FORT COLLINS MODMCATIONS (REV 4nWO)
•
35
FJCDCOFNERALCONDITIOM 191QS(19%F4Mim)
36 wl CITY OF FORT COLUM MODIFICATIOM(REV4QWO)
0
r]
EXHIBIT GC -A to General Conditions
of the. Construction Contract Between
OWNER'and CONTRACTOR
DISPUTE REWLVfION AGREEMF. ff
'OWNER and :CONTRACTOR hereby :agree that.
Article 16 of the Gaul C"fions of th; Coral lion
'Contract between OWNER and CONTRACTOR is.
,amended to include the following agreement of the parties:
161. All claims, disputes and other matters in
qucsuori between OWNER and CONTRACTOR arising,
.out of or relating to the Contract Documentsorthe breach
thereof (except fa claims which have been :waived by the
.making a acceptance of final payment as provided., by
-paztigaph 14:15) will be -decided by arbitration in
accordance Wqith the Constriction Industry, Arbitration
Rules of the American :Arbitration Association •then.
MM
•
16.3. Notice of the demand fa arbitration will be
filed in writing with the other party to the Ageement,and
with'Ihe American Arbitration Assoctaltori ands copy will
,be .scri to ENGINEER for information The demand for
arbitration will be made within the thirty'-0ay or ton.day
period specified in paragraph 16.2 as applicable, and in all
. other csas within a reasonable time after the claan; dispute'
or other matter in question has tiriscn, and in no event shell
any;iuch`demand bemade atherthe date what institution of
Icgal or equitable proceedings based on such claim, dispute
or other matter in question would be barred by the
applicable stain, of limitations. agrCC°'
EJCDC GENERAL CONDITIONS 191048 (199a E(6tim)._
•.w! CITY OFFORT COLLINS MODIFICATIONS (REV 9199)
16.4. Except as provided in paiagiph 16.5 belrnv,
no arbitration arising om of or relating to.the Comma
Documents shall include by consolidation, joutda or in any
other manner: any other, person or entity (including
ENGINEERZ ENOINEER's Consultant and Ahe olLccrs,
d recto s agents employees orcostsul" of any of them)
who`is nbt o parry to this contract unless:
16AL the inclusion of such other:person or emay is
necessary. if complete rehefis to be afforded among
those Who ureah- partlestothelarMtra- - and
16:42 such other person or entity is, substantially
involved in a question of law.or fact whuchis ccminori
to,those who are already parties tothe arbitfation and
whichwill arise` in such proceedings, and
16A.1 the writtenconsent of the other' person., or
ontity,sought to be included and of OWNER and
CONTRACTOR has been obtained far.surh inclusion,
which consent shall make specific reference to this
pamgrapht, but rid such such comeshall constitute consent
• to iatii imiot of any dispute not, spea6cslly'descritied
in'such'cons m.a to'arbntration'with any party not
specifically identifiedm such consent,
Notwithstanding,
an
such
bf:actiai in favor ;of
ER, ENGINEER or
IG:G. The award ro*ied by the arbit ators,wift be
final; judgment may be entered upon in any cant having,
,jurisdiction thereof and it :will not be subject to
modification qr appeal.
0
OC-Al
&CDC OFNERAL CONDITIONS 191 PS (1990 Edtim)
IV CITY OF FORT COLLINS MODIFICATIONS (REV 9194)
OC-AI
El
L.1
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
s
5.4.3 and 5.4.5 Commercial General Liability policy will have
limits of $1,000,000 combined single limits (CSL). This policy is
include coverage for Explosion, Collapse, and
Underground coverage unless waived by the Owner.
5.4.6 The Comprehensive Automobile Liability Insurance
policy will have limits of $1,000,000 combined single limits
(CSL).
5.4.9 This policy will include completed operations
coverage/product liability coverage with limits of $1,000,000
combined single limits (CSL).
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule zero 0 days lost due to
abnormal weather conditions.
0
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
11
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Concrete Maintenance Project Phase I — 2014 Renewal
CONTRACTOR: Vogel Concrete Inc.
PROJECT NUMBER: 7361
DESCRIPTION:
1. Reason for change:
2. Description of Change: _
3. Change in Contract Cost:
4. Change in Contract Time
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER 0.00
TOTAL PENDING CHANGE ORDER 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST $ 0.00 •
(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
cc: City Clerk
Project File
Engineer
Contractor
Architect
Purchasing
DATE:
T
DATE:
•
• any extensions thereof allowed in accordance with Article 12 of the General
Conditions.
They also recognize the delays, expenses and difficulties involved in proving in a
legal preceding the actual loss suffered by OWNER if the Work is not completed
on time. Accordingly, instead of requiring any such proof, OWNER and
CONTRACTOR agree that as Liquidated damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
1) Substantial Completion:
One Thousand Dollars ($1,000.00) for each calendar day or
fraction thereof that expires after the 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
Seventy -Eight Cents ($1,573,461.78), 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
0
9\
3
11
4
4
4
b
\
CL
WR$$6
co 02Es ;
;6a52
!20TWM
CL<(L
$
}
\
�
mc
ai
)
(
§
{
\
_
�
y7
,
CL
{�
E
:
\
\&
)
\
/0
°
°
®
-
62
\\\k\
§
#
R
\
;�
j
/
)
\a.0
—
\)
\
f!
j+�<
k
2
f
)
2
zco
{
tLU /
)
/
LU
o
F-
Of/�
\
6
<
<
y
\
)2
!
/
.. .
!
<
o
!{
§
2O
<
�
„
/
/�{
ƒ
{
{
E
V
LL
0
N
W
d
a
a
m
0
U)
F
Z
0
U
F-
r
Z
0
U
�0000000000000000000000000000000000
��'�0000000000000000000000000000000000
H W o�����o»������sos o»- o»��o»���o»sos��o»��A w o» �6460
r
0
a
�000000000000000000000000000000000
J000000000000000000000000000000000
000oo000000000o0000000000000000000
Qe»F»vff»t»ene»f»e»f»f»e»FnF»f»E»E»a»f»F»f»f»en <»F»f»ra f»fA F»e»ea e»
d
C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
QO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
fA fA fA fA eA fA FA fA fA fA fA fA f9 co fA b9 fA fA fA fA EA fA di !A b9 M fA tow to f9 fA di
d
�000000000000000000000000000000000
0000000000000000000000000000000000
E000000000000000000000000000000000
¢ eae»e»e»enf»e»e»uaF»e»<nF»a»a»f»f»fne»<»en en f»r»f»f»f»<»e»u>en rn f»
T
CJ
�000000000000000000000000000000000
0000000000000000000000000000000000
000o 00ur) o 0 o 0000 o 0 o o 00000000000
Quse»e»e»trf<ne»e»u>f»w e»tnf»e»r»u�<nf»e»<»tn f»f»r»f»f»f»<»e»<n Sri r»f»
2
C U
tea`
N
C
ER
0
i
•
rI
L
c a
U
N m
a
�� v00000000000000000000000000000000000
Eo--00000000000000000000000000000000000
o I°00000000000000000000000000000000000
� W p
to V) to fA to Hi fA to t» fA fA to fA <A to to fH <» to tH FA E» tH FA to rH f» to ui » to ui ui
tH
to
a
0
O w
C N Q
N ~ N
�00000000000000000000000000000000000
a �00000000000000000000000000000000000
o 0oo600000000000000000000000000000000
s
fA fA fA fA fA FA fA b9 fA fA fA fA fA EA fA fA fA fA Vf fA fA b9 fA EA fA fA fA fA fA b9 fA EA EA
fA
!H
Q
3: E
U ° m
a
000000o0n0nan 000000000000 o 00000 o
0o
a �00000000000000000000000000000000000
o6qtototatofqto(a6q�to»mmw6qMwmwmmmmMmmmmtommwmm
on0oQ
5 E
Ewa)
oaa
U
C7
CD oC> o000000000oC) o000000000
_4)
o00000000000000000000000000000000000
00000000000000000000000000000000000
m
EaF»»e»»e»rA»E»f»F»E»en»E»tnt»(ne»e»en
to <»f»f»<»rn f»<n f»<»rn F»F»wf»
0
U L
Y E C
~0 0
C
Q
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0
0
O
O
E
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O
O
Q
fA fA fA fA fA fA fA b9 di fA fA di fA fA fA fA fA b9 fA fA fA b9 di fA fA fA fA fA EA !A fA EA ER
fA
!A
C U
tea`
N
U)
C
w
Q
U)
C
W
J
Q
o
U
U)
W
cl
J
Q
H
ow
o
a
a
m 2 E
z
LL
Oa o
V C - 0 a a 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 a 0 00 0 00 0 0 0 0 0 0 0
O N N 0 0 0 0 09 0 0 0 0 0 0 0 0 0 0 09 0 09 0 0 0 0 0 0 0 0 0 0 0 0
W= .c U O O O O O O O O O O O O O O O O O O O O O O C.O O O O O O O O O O
QC F — V� fA fA fA to <if to to fA fA EA b9 di fA b9 fA fA fA EA EA fA <9 m to to to f9 fA fA 61i EA fA fA
IL a
m
a)
U
O
C
•
is
2013 CONCRETE MAINTENANCE PROJECT— PHASE I
GENERAL REQUIREMENTS INDEX
•
SECTION
01010 Summary of Work
01040 Coordination
01310 Construction Schedules
01330 Survey Data
01340 Shop Drawings
01410 Testing
01510 Temporary Utilities
01560 Temporary Controls
01700 Contract Closeout
01800 Method of Measurement and Basis of Payment
11
PAGE NUMBERS
General Requirements 2-3
General Requirements 4-5
General Requirements 6-7
General Requirements 8
General Requirements 9-11
General Requirements 12-13
General Requirements 14
General Requirements 15-16
General Requirements 17
General Requirements 18
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
This work shall consist of the removal and/or installation of concrete curbs, gutters, sidewalks, crosspans,
aprons, drive approaches, inlets, concrete pavement, and pedestrian access ramps and placement of temporary
asphalt patching adjacent to new concrete on designated streets in the City of Fort Collins. Specific locations
are described in Section 3500, Project Map.
A. Protection and Restoration.
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
1. 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.
L�
General Requirements - Page 2 of 18
SECTION 01010
SUMMARY OF WORK
•
UTILITIES
Water:
City of Fort Collins, Colorado
221-6700, Meter Shop 221-6759
Storm Sewer:
City of Fort Collins, Colorado
221-6700
Sanitary Sewer:
City of Fort Collins, Colorado
221-6700
Electrical:
City of Fort Collins, Colorado
221-6700
Gas:
Xcel Energy Emergency 1-800-895-2999
Local Contact:
Pat Kreager970-566-4416
Telephone:
UNCC / 1-800-922-1987
Local Contact
Debbie Kautz 970-689-0635
Traffic Operations:
City of Ft. Collins, Colorado
221-6630
Cable Television:
Cornetist
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: 22 l -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.
I. Contractor shall participate in the conference accompanied by all major Subcontractors, including the
Traffic Control Supervisor assigned to the project.
2. Contractor shall designate/introduce Superintendent, and major Subcontractors' supervisors assigned
to project.
3. The Engineer shall invite all utility companies involved.
4. The Utilities will be asked to designate their coordination person, provide utility plans, and their •
anticipated schedules.
5. The Engineer shall introduce the Project Representatives.
B. Additional project coordination conferences will be held prior to start of construction for coordination of
the Work, refining project schedules, and utility coordination.
C. Engineer may hold coordination conferences to be attended by all involved when Contractor's operations
affects, or is affected by, the work of others.
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:
I. 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.
I-]
General Requirements— page 4 of 18
SECTION 01040
COORDINATION
• C. Minimum agenda shall include:
•
11
1. Review of work progress since last meeting.
2. Identification and discussion of problems affecting progress.
3. Review of any pending change orders.
4. Revision of Construction Schedule anticipated two weeks in advance.
D. The Engineer and Contractor shall agree to weekly quantities at the progress meetings. The weekly
quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall
be the basis for the monthly progress estimates. This process ensures accurate monthly project pay
estimates.
END OF SECTION
General Requirements - Page 5 of 18
SECTION 01310
CONSTRUCTION SCHEDULE •
1.1 GENERAL
A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review
of tentative schedule by parties attending the pre -construction conference. This schedule will show how
the contractor intends to meet the milestones set forth.
1. No work is to begin at the site until 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