Loading...
HomeMy WebLinkAbout539869 LIGHTFIELD ENTERPRISES INC - CONTRACT - BID - 8449 PITKIN STREET BIKEWAYCity of Fort Collis �Pur�chasiong SPECIFICATIONS Financial Services Purchasing Division 215 N. Mason St 2"" Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. compurchasing CONTRACT DOCUMENTS PITKIN STREET BIKEWAY BID NO. 8449 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS FEBRUARY 3, 2017 - 3:00 P.M. (OUR CLOCK) Pitkin Bikeway Project Federal Aid Project No. TAP M455-120 PRE -BID CONFERENCE Friday January 20, 2017 11: 00 AM — 12: 00 PM 215 N. Mason Street Community Room City of Fort Collins INTRODUCTIONS • Engineering Capital Projects: • Mark Laken — Project Manager 222-3546 • Craig Farver — Construction Inspector 222-0854 • Purchasing: • Elliot Dale — Buyer 221-6777 Cityol �Qfs Article or Paragraph Number & Title TABLE OF CONTENTS OF GENERAL CONDITIONS Page Article or Paragraph Number Number & Title DEFINITIONS,..... ............... .......................... ..._1 1.1 Addenda ............................................ 1 1.2 Agreement. ......................................... 1.3 Application for Payment........... ...1 1.4 Asbestos.............................................1 1.5 Bid.....................................................1 1.6 Bidding Documents ............. _............... 1 1.7 Bidding Requirements ..........................j 1.8 Bonds ..................................... 1 1.9 Change Order ............................ ....... ...1 1.10 Contract Documents 1.11 Contract Price....................................1 1.12 Contract Times.,..................................1 L13 CONTRACTORl 1.14 defective ........................... . 1.15 Drawings..... ........... ............... .. 1 1.16 Effective Date of the Agreement,__,______ 1 1.17 ENGINEER...................................:._..1 LIS ENGINEERsConsultant ...................... 1.19 Field Order1 L20 General Requirements ............... ....... _.2 1.21 Hazardous Waste ................................. 2 L22.a Laws and Regulations; Laws or Regulations......................................2 1.22.b Legal Holidays_ ................. ............... 2 1.23 Liens.................................................2 1.24 Milestone............................................2 1.25 Notice of Award,,,,,,,,,,,,,,,,,,,,,,,,„.„,_,_,2 1.26 Notice to Proceed, ............................... .2 1.27 OWNER.............................................2 1.28 Partial Utilization, ............................... 2 1.29 PCBs..................................................7 1.30 Petroleum...........................................2 1.31 Project.......,.... 1.32.a Radioactive Material ............................2 1.32.b Regular Working Hours... .......... _ ....... 1.33 Resident Project Representative ,........... 2 1.34 Samples..............................................2 1.35 Shop Drawings....................................2 1,36 Specifications.....................................2 1.37 Subcontractor.....................................2 1.38 Substantial Completion .......................2 1.39 Supplementary Conditions..............._,2 1.40 Supplier ........................... ................ .,.2 1.41 Underground Facilities, .................. _2-3 1.42 Unit Price Work ................................. 3 1.43 Work..................................................3 1.44 Work Change Directive........ _............. 1.45 Written Amendment ...........................3 Page Num ber 2. PRELMINARY MATTERS...............................3 2.1 Delivery of Bonds ............................ 3 2.2 Copies of Documents..._...................3 2.3 Commencement of Contract Times; Notice to Proceed .............. 3 2.4 Starting the Work...................1..... 13 2.5-17 Before Starting Construction; CONTRACTOR's Responsibility to Report, Preliminary Schediles; Delivery of Certificates of Insurance .................... . 1 3-4 2.8 Preconstruction Conference ............. 4 2.9 Initially Acceptable Sehedules.,,,,... .,4 3. CONTRACT DOCUMENTS: RTI`ENT, A AENDING, REUSE... .... ___ ....... ........... 4 3.1-3.2 Intent ................ . 4 3.3 Reference to Standards and Speci- fications of Technical Societies; Reporting and Resolving Dis- crepancies ................................. 4-5 3.4 Intent of Certain Terms or Adjectives .......... . .....:...:....I ........... 5 3.5 Amending Contract Dociments......... 5 3.6 Supplementing Contract Documents,,, ......................... 15 3.7 Reuse of Documents 5 AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS.........................................5 4.1 Availability of Lands.....................5-6 4.2 Subsurface and Physical Conditions., .... 1­1­ ......6 4.11 Reports and Drawings......................0 4.2.2 Limited Reliance by CONTRAC- TOR Authorized; Technical Data...................... ...................... 6 4.2.3 Notice of Differing Subsurface or Physical ConditionA................. 4.2.4 ENGINEER's Review.......................6 4.2.5 Possible Contract Documents Change............... _........................6 4.2.6 Possible Price and Times Adjustments...... ......................0-7 4.3 Physical Conditions --Underground Facilities...................._........._........7 4.3.1 Shown or Indicated_._.....................7 4.3.2 Not Shown or Indicated,,,,,,,7 4.4 Reference Points 7 EJCDC. GENE7M CONDITIONS 1910-5 (1990 EDITION) w/ CITY OF FORT COLLMS MODMCA11ONS (REV 9199) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 4.5 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material7-8 5. BONDS AND INSURANCE ................................. 8 5.1-5.2 Performance, Payment and Other Bonds.............................................. S 5.3 Licensed Sureties and Insurers; Certificates of Insurance .................... 8 5A CONTRACTOR's Liability Insurance..... .................................... 9 5.5 OWNER's Liability Insurance,,,,,,,,,,,,,, 9 5.6 Property Insurance, .... ___ ... ____940 5.7 Boiler and Machinery or Addi- tional Property Insurance, .. _ .... _..... _..10 5.8 Notice of Cancellation Provision 10 59 CONTRACTOR's Responsibility for Deductible Amounts10 5.10 Other Special Insurance,,,,,,,,,,,,,,,,,,,, 10 5,11 Waiver of Rights ............................... 11 5.12-5.13 Receipt and Application of Insurance Proceeds... ........ _ ........ JO-11 5.14 Acceptance of Bonds and Insat- ance; Option to Replace...................11 5.15 Partial Utilization --Property Insurance.:................................:...:,11 6. CONTRACTORS RESPONSIBILITIES ...............11 61-6.2 Supervision and Superintendencq ....... 11 6.345 Labor, Materials and Equipment...11-12 6.6 Progress Schedule..............................12 67 Substitutes and "Or -Equal" Items; CONTRACTOR's Expense; Substitute Construction Methods or Procedures; ENGINEER's Evaluation ............. 12-13 6.8-6.11 Concerning Subcontractors, Suppliers and Others; Waiver of Rights........................13-14 6.12 Patent Fees and Royalties...................14 6.13 Permits.- ................. I I ........... ........... 14 6.14 Laws and Regulations,,,,,,,,,,,, ,,,,,,14 6.15 Taxes._,_, ..................................14-15 6.16 Use of Promises, ...... 1..... I ................... 15 6.17 Site Cleanliness .............................„ 15 6.18 Safe Structural Loading.....................15 6.19 Record Documents .............................15 6,20 Safety and Protection ................_ ,1546 6.21 Safety Representative ...... ,.... _............ 16 6.22 Hazard Communication Program$,,,,,, 16 6.23 Emergencies ................................... ..16 6.24 Shop Drawings and Sample*..............16 6.25 Submittal Proceedures, CON- TRACTOR's Review Prior to Shop Drawing or Sample Submittal .................................... 16 6.26 Shop Drawing & Sample Submit- tals Review by ENGINEER ...... 16-17 627 Responsibility for Variations From Contract Dccuments,17 6.28 Related Work Performed Prior to ENGINEER's Review and Approval of Required Submittals_ .............................. . .17 6.29 Continuing the Work... ....... .......... 17 6.30 CONTRACTOR's General Warranty and Guaranw......... .... 7 6.31-6.33 Indemnification,,,17-18 6.34 Survival of Obligations ...................38 7. OTHER WORK ........................................,........ IS 7.1-7.3 Related Work at Site........................18 7.4 Coordination.................................18 S. OWNERS RESPONSIBILITIES .........................18 &I Communications to CON- TRACTOR.................................18 8.2 Replacement of ENGINEER,., ......... 18 8.3 Furnish Data andPay Promptly When Due..................................IS 8.4 Lands and Easements; Reports and Tests.-.._,.,.._.. _...............18-19 8.5 Insurance ......................... ..............19 8.6 Change Orders . ........................... ...19 8.7 Inspections, Tests and Approvals...................................19 8.8 Stop or Suspend Work Terminate CONTRACTORS Services.....................................19 8.9 Limitations on OWNER'S Responsibilities ... ........ ............. ....19 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material................... 19 8.11 Evidence of Financal Arrangements..............................19 9, ENGINEER'S STATUS DURING CONSTRUCTION.............................................19 9.1 OWNERs Representative ,,,,,,,,,,,,,,,19 9.2 Visits to Site.,... 19 93 Project Representative ...............19-21 9.4 Clarifications and Interpre- tations,_ .................................... 21 9.5 Authorized Variations in Vrk...21 EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) wI CITY OF FORT COLLINS MODIFICATIONS ¢REV 9199) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 9.6 Rejecting Defective Work...................21 9 7-9.9 Shop Drawings, Change Orders and Payments ......................... ...21 9.10 Determinatictis for Unit Prices 21-22 9.11-9.12 Decisions on Disputes; ENGI- NEER as Initial Interpreter..............22 9.13 Limitations on ENGINEER's Authority and Responsibilities,,,,?^-23 CHANGES IN THE WORK.......................................23 10.1 OWNER's Ordered Change .............. „ 23 14. 10.2 Claim for Adjustment ........................23 10.3 Work Not Required by Contract Documents ..................................... 23 10.4 Change Orders..................................23 10.5 Notification of Surety ........................23 CHANGE OF CONTRACT PRICE .............................23 ILL-11.3 Contract Price; Claim for Adjustment; Value of the Work_...... _.............. __........ 3-24 11.4 Cost of the Work, ................ .......... 24-25 115 Exclusions to Cost of the Work ...... ... 25 11.6 CONTRACTOR's Fee ........................... 25 11.7 Cost Records25-26 11.8 Cash Allowances .............................26 11.9 Unit Price Work, ................ ....... _26 CHANGE OF CONTRACT TIMES 26 12.1 Claim for Adjustment.. .... ............... .26 12.2 Time of the Essence ..........................26 12.3 Delays Beyond CONTRACTORS Control 26-27 12.4 Delays Beyond OWNER's and CONTRACTOR's Control................27 TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK .................. ............................ _...27 13.1 Notice of Defects,.............................77 13.2 Access to the Work.. 13.3 Tests and Inspections, CONTRACTOR's Cooperation,,,,,-,,,27 13.4 OWNER's Responsibilities; Independent Testing Laboratory ...... 27 13.5 CONTRACTOR's Responsibilities ................ _ _...........27 13.6-13.7 Covering Work Prior to Inspec- tion, Testing or Approval ....... __...... 27 13.8-13.9 Uncovering Work at ENGI- NF.F.R's Request ....... .............77-28 13.10 OWNER May Stop the Work .......... 13.11 Correction or Removal of Defective Work ...........................28 13.12 Correction Period.. ......................... 28 13.13 Acceptance ofDefective Work... ...... 28 13.14 OWNER May Correct Defective Work................................... . . 28-29 PAYMENTS TO CONTRACTOR AND COMPLETION ......................... 14.1 Schedule of Values, ................... .... 29 14.2 Application for Progress Paym ent ................ .................... . 29 14.3 CONTRACTOR's Warranty of Title...........................................29 14.4-14.7 Review of Applications for Progress Payments.................29-30 14.8-14.9 Substantial Completion,,,,,,,,,,,,,,,,,, 30 14.10 Partial Utilization ..................... 30-31 14.11 Final Inspection..._........................31 14,12 Final Application for Payment.... .... 31 14.13-14.14 Final Payment and Acceptance,,.....31 14.15 Waiver of Claims ......................31-32 15. SUSPENSION OF WORK AND TERMINATION ............................................... 32 15.1 OWNER May Suspend Work .......... 32 15.2-15 4 OWNER May Terminate,_..,_._ 32 15.5 CONTRACTOR May Stop Work or Terminate 32-33 16. DISPUTE RESOLUTION .................................. 33 17. MISCELLANEOUS ................................,.,-....,, 33 17.1 Giving Notice ................................ 33 17.2 Computation of Times ........... _...... 33 17.3 Notice of Claim..............................33 17A Cumulative Remedies.....................33 I T 5 Professional Fees and Court Costs Included ..... ...................... .,33 17.6 Applicable State Laws„ ............. 33-34 Intentionally left blank, EXHIBIT GC -A: (Optional) Dispute Resolution Agreement............-,-,,,,,.GC-AI 16,1-16.6 Arbitration GC -Al 16.7 Mediation ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,PC -Al EJCDC OENB1 AL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS =V 9t99) INDEX TO GENERAL CONDITIONS City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph Number Acceptance of — Bonds and Insuranc4........................................ 5.14 defective Work............................10.4.1, 13.5, 13.13 final payment ................. ........ ............. ...9.1? 14.15 insurance......................................................... 5.14 other Work, by CONTRACTOR__ .......................7.3 Substitutes and "Or -Equal" Items........ ...........¢.7.1 Work by OWNER..............................2.5, 6.30, 6.34 Access to the -- Lands, OWNER and CONTRACTOR responsibilities ............................................. 4.1 site, related Work .............................................. 7.2 Work,..........................................13.2, 13.14, 14.9 Acts or Omissions--, Acts and Omissions-- CONTRACTOR...................................6.9.1, 9.13.3 ENGINEER..............................-...,,......6.20, 9.13.3 OWNER ... ........... ......0.20.8.9 Addenda --definition of (also see definition of Specifications) ....... (1.6, 1.10, 6.19), L l Additional Property Insurances ................................. 5.7 Adjustments -- Contract Price or Contract Times ...........................1.5, 3.5. 4.1, 4.3.2, 4.5.2, ....... ....................... 4,.5.3, 9.4. 9.5. 10.2-10.4, 11, 12, 14.8, 15 . 1 progress schedulrt.............................................. 6.6 Agreement -- definition o(......................................................).2 "All -Risk" Insurance, policyforA ...........................j.42 Allowances, Cash....................................................11.8 Amending Contract Documents...... .......................... 3.5 Amendment, Written -- in general................1.10, 1,45, 3.5, 5,10, 5.12, 6.6.2 .........................6.8.2, 6.19, 10.1, 10.4, 11,2 ....................................121, 1112.2. 14.7.2 Appeal, OWNER or CONTRACTOR intent to .......................... 9.10, 9.11, 10.4. 16.2, 16.5 Application for Payment— definition o(......................................................1.3 ENGINEER's Responsibility_ ............................ 9.9 final payment,,,,,,,,,,,,,,,,, 9.13.4, 9.13.5, 14.12-14.15 in general__ ....................7.8, 2.9. 5.6.4, 9.10, 15.5 progress payment ...................................... 14.1-14.7 review of ..................... ........... ..... _..... .,.:.14.4-14.7 Arbitration ................................. .................... 16.1-16.6 Asbestos -- claims pursuant thereto ..... CONTRACTOR authorized to stop Work ,.,.,,,.„4.5.2 definition of.......................................................1.4 Article or Paragraph Number OWNER respcnsibi Iity for ............. ....... , 4.5,1, 8.10 possible price and times change ,,,,,,,,,,,,,,,,,,,,4.5.2 k, Authorized Variations in Wor,,...,,,, 3.6, 6.25, 6.2, 9.5 Availability of Lands.,.._....................................4.1, 8.4 Award, Notice of--defined.......................................1.25 Before Starting Construction...............................2.5-2,8 Bid --definition of .......... ............1.5 (1.1, 1,10, 23, 3.3, ,...... I ............. 4.2.6.4, 6.13, 11,4.3, 11.9,1) Bidding Documents —definition of...................................................1.6 (6.8.2) Bidding Requirements --definition of..........................................1.7 (L 1, 4.2,6.2) Bonds -- acceptance of..,,.,, .... ......... ...... ......... ...... _ ..... 5.14 additional bonds.................................10.5. 11.4,5.9 Cost of the Work.............................................11.5.4 definition of.......................................................1.8 delivery of....................................................2.1, 5.1 final Application for Payment ........... .... .14.12-14.14 general......................................1.10, 5.1-5.3, 5.13, ........ ........ 1.1.,...,..,............ 9.13, 10.5, 14.7.6 Performance, Payment and Other .......... ........ 5.1-5.2 Bonds and Insurance --in general.................................5 Builder's risk "all-risk" policy form .........................5.6.2 Cancellation Provisions, Insurance....,.., 5.4.11, 3.8, 5,15 Cash Allowances....................................................11.8 Certificate of Substantial Completion.,,.,.. 1.38, 6.30.2.3, 14.8, 14.10 Certificates of Inspection ...................9.13.4. 13.5, 14.12 Certificates of Insuranee............. 2.7, 5.3, 5.4.11, 5,4.13. ............. I ....... 5.6.5, 5.8, 5.14, 9.13.4, 14,12 Change in Contract Price -- Cash Allowances..............................................11.8 claim for price adjustment ....... ,_,.,4.1, 4.2.6. 4.5. 5.15, 6.8.2, 9.4 ................. .. 9.5, 9,11. 10.2, 10.5, 11.2, 13.9. .......................13.13, 1114, 14.7. 15.1, 15.5 CONTRACTOR's fee.........................................11.6 Cost of the Work general ....... ........................................ I I A-11.7 Exclusions to ............................................ 11.5 Cost Records ................................................. ..,11.7 in general ............. J.19, 1.44, 9.11, 10.4.2, 10,4.3, 11 Lump Sum Pricng..........................................11.3.2 Notification of Surety ... ................... ...... _........ .10.5 Scope of,......................,............................I0,3-10A Testing and Inspection, Uncovering the Work..................................13.9 EJCDC GENERAL CONDITIONS 1910.8 (1 "0 EDITION) w/ CITY OF FORT COLLMS MODIFICATIONS (REV 9199) Unit Price Work--- ... ......................... '..­M9 Article or Paragraph Number Value of Work..................................................11.3 Change in Contract Times -- Claim for times adjustment ........ 4i 1, 4.16, 45, 5.15, 6.8.2, 9A. 9.5, 9.11. 10.2, 10.5. 12.1. ..... ,,13.9. 13.13. 13.14, 14.7, 15.1. 15.5 Contractual time limits.....................................12.2 Delays beyond CONTRACTOR's control ...................... ... . .. ...................•-- ......12.3 Delays beyond OWNERS and CONTRACTORS control.............................12.4 Notification of surety. . ............................ ........ 10-5 Scope of change., ..... ........................... ....10.3-10.4 Change Orders -- Acceptance of Defective Work ................ •......... 13.13 Amending Contract Documents ..........................3.5 Cash Allowances..... ............................... __.....11.8 Change of Contract Pries.....................................11 Change of Contract Times .................... ........... ,,.12 Changes in the Work ........................... ...............10 CONTRACTORs fee.......................................3 L6 Cost of the Work.......................................11.4-11.7 CostRecords...,................................................11.7 definition of.......................................................1.9 emergencies.................................................... 6.23 ENGINEER's responsibility ....... 9.8, 10A, 11.2, 12.1 execution of.... _......10.4 Indemnifiction .........................¢.12, 6.16, 6.31-6.33 Insurance, Bonds and _..__._.,_. ..5.10, 5.13, 10.5 OWNER may terminate.............................15.2-15.4 OWNER's Responsibility . .......................... 8.6, 10.4 Physical Conditions -- Subsurface and- ........................... ............... 4.2 Underground Facilities-- ............................ 4.3.2 Record Documents,__... ................ ....6.19 Scope of Change.......................................10.3-10.4 Substitutes.............................................6.7.3, 6.8.2 Unit Price Work. -•..... ......................... ....... ...... IL9 value of Work, covered by.................................11.3 Changes in the Work.................................................10 Notification of surety ........................: ............... .10.5 OWNER's and CONTRACTORS responsibilities...........................................10.4 Right to an adjustment... .......................... ........ 10.2 Scope of change........................................10.3-10A Claims -- against CONTRACTOR....................................6,16 against ENGINEER .......................................... .32 against OWNER. . I . I I . ­ . ........ ....... ... I ... 1632 Change of Contract Price ........................... 9.4, 11.2 Change of Contract Times, ,,,,,,,•,,,,,,,,,,,,,,,,, 9A. 12.1 CONTRACTOR's...... ..... .4. 7.1. 9A. 9.5, 9.11, 10.2. .......................11.2, 11.9, 12.1, 13.9, 14.8, ........................................15.1, 15.5, 17.3 ri CONTRACTOR'sFee............._.- 11.6 Article or Paragraph Number CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6,31 Cost of the Work....................................._11.4, 11.5 Decisions on Disputes...............................9.11, 9.12 Dispute Resolution............................................16.1 Dispute Resolution Agreement ...................)6.1-16.6 ENGINEER as initial interpretot .......................9,11 Lump Sum Pricing_......................................11.3.2 Noticeof...,..................... ................ ........... 17.3 OWi TR's....................9.4, 9.5, 9.11. 10.2. 11.2. 11.9 ........................12.1. 13.9, 13.13, 13.14, 17.3 OWNER's liability ....... ............ ........................... 5.5 OWNER may refuse to make payment ................)4.7 Professional Fees and Court Costs Included ............... .........17.5 request for formal decision ore....-„.....................9.l l Substitute Items .............................................. Time F.xtension......................:...... .................12-1 Time requirements ................................... 9,11, 12.1 Unit Price Work ........ .--......... ..........-..............11.93 Valueof...........................................................1.1.3 Waiver of --on Final Payment.................14.14, 14.15 Work Change Directive.................................. .,...,...............................10.2 .. written notice required ...... _ ....... Q.11, l l.2, 12.1 Clarifications and Interpretation$,,,,,,,.,.,, 3.6.3, 9.4, 9.11 Clean Site ................... ....0.17 Codes of Technical Society, Organization or Association..................................................� 3.3 Commencement of Contract Times,., ................. .....23 Can m unications-- general..............................................0.2, 6.9.2, 8.1 Hazard Communication Programs .....................C.22 Completion -- Final Application for Payment .............. 4........... 14.12 Final Inspection.................................I............14.11 Final Payment and Acceptance ...............14.13-14.14 Partial Utilization, ......... __ ....... _ ....... ....... _ ... )4,10 Substantial Completion..._................1.38, 14.8-14.9 Waiver of Claims ............................. ...............14,15 Computation of Times ............................. _17.2.1-17.2.2 Concerning Subcontractors, Suppliers and Others.................................................6.8-6.11 Conferences -- initially acceptable schedules...... ........................ 2.9 preconstruct iort ........................ ....... 2,8 Conflict, Error, Ambiguity, Discrepancy— CONTRACTOR to Report. ....... „_.....•.,,,2.5, 3.3.2 Construction, before starting by CONTRACTOR .......................................... 2.5-2.7 Construction Machinery, Equipment, etc..................6A Continuing the Work ............................._...... 6.29, 10.4 Contract Documents - Amending..........................................................3.5 Bonds.............................................................5.1 EJCDC GENERAL COtN'DITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Cash Allowances.-. ........................ ...................11 8 Article or Paragraph Number Change of Contract Prick ............................._..,. I i Change of Contract Times ........................... .... 12 Changes in the Work ...................... .......... 10A-10.5 check and verify................................................2.5 Clarifications and Interpretations .........................3-2, 3.6, 9.4, 9.11 definition of......._.............................................1.10 ENGINEER as initial interpreter of .................. 9.11 ENGINEER as OWNER's representative.............9.1 generaB Insurance ....................... .. .........:.......... ........... ...5.3 Intent..............................................,..........1-3.4 minor variations in the Work..............................3,6 OWNER's responsibility to furnish data., .......... ..8.3 OWNER's responsibility to make prompt payment ......................... 8.3, 14.4, 14.13 precedence ........................................ . .......3.1. 3.3. 3 Record Documents............................................0.19 Reference to Standards and Specifications of Technical Societies ................................... 3.3 Related Work.....................................................7.2 Reporting and Resolving Discrepancies......... .5, 3.3 Reuseof,, ...................................................... .... 3.7 Supplementing ........................... .................... ,,3.6 Termination of ENGINEER's Employment .......... 8.2 Unit Price Work,... .......................... ................ 11.9 variations.........................................3.6, 6.23, 6.27 Visits to Site, ENGINEERs ............................... 9.2 Contract Price - adjustment of ............... 3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof ... ...... .... ........ ............ ......... ......... ........ I I Decision on Disputes........................................9.11 definition of.....................................................1.11 Contract Times -- adjustment of ......................... 3.5. 4.1, 9.4, 10.3, 12 Change of ................:. ... ........... ................. 12.1-12.4 Commencement of ............................................ 2.3 definition of._ ............................................... J. 12 CONTRACTOR -- Acceptance of Insurance ........ .:........... .............. 5.14 Communications.....................................6.2, 6.9.2 Continue Work ........................................ 6.29, 10.4 coordination and scheduling, ........................... 60.2 definition of ...... ............................... :............... 1.13 Limited Reliance on Technical Data Authorized.........................................4.2.2 May Stop Work or Terminate............................1,5.5 provide site access to others,,,,,,,,,,,,,,,,,,,,,,, . 7.2, 13.2 Safety and Protection ...................4.3.1.2, 6,16. 6.18, ..................................... 6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal, ....................................... 0,25 Stop Work requirements,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,4,5.2 CONTRACTOR's- Article or Paragraph Number Compensation..., ............ ­ .... ­­­ ... I— ....... 1l .1-11.2 Continuing Obligation.....................................14.15 Defective Work...............................9.6, 13.10-13.14 Duty to correct defective Work ..........................13.11 Duty to Report -- Changes in the Work caused by Emergency. ........................................... 6.23 Defects in Work of Others............................3.3 Differing conditions...................................4.2.3 Discrepancy in Documents,._,,.,, 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated,,,,,,,,,. 4.3.2 Emergencies .............. __..........._.....................6.23 Equipment and Machinery Rental, Cost of the Work...........................................11.4.5.3 Fee --Cost Plus..........................1L4.5-6, 11.5-1, 11.6 General Warranty and Guaranteq,,,,,,,,,,,,,,,, Hazard Communication Programs,,.,,,,,,, ....§.22 Indemnification .............. _..........0.12, 6.16. 6.31-6,33 Inspection of the Work ... ............ ......_........ 7.3, 13.4 Labor, Materials and Equipment.... ................ 0.3-6.5 Laws and Regulations, Compliance bY............ 6.14.1 Liability Insurance .............................................. 5.4 Notice of Intent to Appeal .........................9.10, 10.4 obligation to perform and complete theWork....................................................0.30 Patent Fees and Royalties, paid for by. ................ 6.12 Performance and Other Bonds ............................. 5.1 Permits, obtained and paid for by.......................0.13 Progress Schedule ...................._,,,,r.6, 2.8, 2.9, 6.6, ....................................... 629, 10A, 15 21 Request for formal decisionon disputes .............. 9.11 Responsibilities -- Changes in the Work ........................... .......10,1 Concerning Subcontractors, Suppliers and Others ..................................... 6.8-6.11 Continuing the Work-. . .......... ........ 6,29, 10.4 CONTRACTOR'S expense ......... ........... ....... ¢.7.1 CONTRACTOR's General Warranty and Guarantee ..... ..... ........ ...................A30 CONTRACTOR s review prior to Shop Drawing or Sample submittal................0.25 Coordination of Work................................6.9.2 Emergencies ............................................... 6.23 ENGINEERS evaluation, Substitutes or "Or -Equal" Items ............................. ¢.7.3 For Acts and Omissions of Others ................... ....... ...6.9.1-6.9.2, 9.13 for deductible amounts,insurance...................5.9 general........................................0, 7.2, 7.3, 8.9 Hazardous Communication Programs. . ......... 6.22 Indemnification................................... 6.31-6.33 vii FICDC (3ENERAL CONDITIONS 1910.8 (1990 EDITION) wl CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Labor, Materials and Equipment..._. _..--- .6.3-6.5 CONTRACTORS --other ....................,........................ 7 Laws and Regulations_._.,,---,.... _--..6.14 Contractual Liability Insurance-,,,, ........... ........$.4.10 Liability Insurance._ ..................... ......... ..... 5.4 Contractual Time Limits... ............. 12.2 ........................ Article or Paragraph Num ber Notice of variation from Contract Docum ents.......................................... 6.27 Patent Fees and Royalties6.12 Permits.....................................................,.6.13 Progress Schedule. ..... ................._..., 6.6 Record Documents ..................................... 6.19 related Work performed prior to ENGINEER s approval of required submittals ............. ............................... 6.28 safe structural loading.................................6.18 Safety and Protection_ .............._j5.20, 7.2, 13.2 Safety Representative..._..............................6.21 Scheduling the Work... ............................... 6.9.2 Shop Drawings and Samples,,,,,,,,,,,,,,,,,,,,,, 6.24 Shop Drawings and Samples Review Site Cleanliness........... ..... ..................... ...6.17 Submittal Procedures ................. ............... _.6.25 Substitute Construction Methods and Procedures ............................. , .... 6.7.2 Substitutes and "Or -Equal" Items................0.7.1 Superintendence ........................................... 6.2 Supervision...................................................0.1 Survival of Obligations................................6.34 Taxes ....................................................... 6.15 Tests and Inspections .................. ............. _.13.5 ToReport_ ................................................. 2.5 Use of Premises ........ ............. 0.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal........................................6.25 Right to adjustment for changes in the Wor} ... ,.10,2 Tight to claim,.,.,,..,.,. 4, 7,1, 9.4, 9 5, 9.11, 10.2,11.2. 1.........11.9,12.1,13.9,14.8,15.1,15.5,17.3 Safety and Protection ..... .............. 6.20-6.22, 7.2, 13.2 Safety Representative ....................................... 6.21 Shop Drawings and Samples Submittals _,,,,6,24-6.28 Special Consultants...._.................................11.4.4 Substitute Construction Methods and Procedures 6.7 Substitutes and "Or -Equal." Items, Expense...........................................6.7.1, 6.7.2 Subcontractors, Suppliers and Others,-.-,.....6.8-6.11 Super -vision and Superintendence ......... 6.1, 6.2, 6.21 Taxes, Payment by.... ..... ...................... ........... i5.15 Use OfPrcmises 6.16-6.18 Warranties and guarantees ..........................0.5, 6.30 Warranty of Title..............................................14.3 Written Notice Required -- CONTRACTOR stop Work or term inate........ 15.5 Reports of Differing Subsurface and Physical Conditions .......................4.2.3 Substantial Completion ............. I.................14.8 tiii Article or Paragraph Number Coordination— CONTRACTOR's responsibility...... .................. 6.9.2 Copies of Documents.. ..... ...._..............................2.2 Correction Period.................................................13.12 Correction, Removal or Acceptance of Defective Work-- in general...................................10.4.1, 13.10-13.14 Acceptance ofDefective Work ..........................13.13 Correction or Removal of Defective Work.................................6.30, 13.11 Correction Period, .............._...........................13,12 OWNTER May Correct Defective Work ..............13.14 OWNER May Stop Work.................................13.10 Cost — of Tests and inspections.....................................13.4 Records11.7 Cost of the Work — Bonds and insurance, additional ...................11.4.5.9 Cash Discounts..............................................11A.2 CONTRACTORS Fee 11.6 Employee Expenses._ ...........................„ .11.4.5.1 Exclusions to, I..... . .... ... I ..................... ­111.11.5 General 11.4-11.5 Home office and overhead expenses....................11.5 Losses and damages.....................................11.4.5.6 Materials and equipment,_,_..__..I............. . .....11.4,2 Minor expenses...........................................11.4.5.8 Payroll costs on changes.................................11.4.1 performed by Subcontractors............................1,1.4.3 Records 11,7 Rentals of construction equipment and machinery......................................11A 5.3 Royalty payments, permits and license fees............................................11.4.5.5 Site office and temporary facilitics................11.4.52 Special Consultants, CONTRACTOR's............11.4.4 Supplemental.................................................11.4.5 Taxes related to the Work--,1,1.4.5.4 Tests and Inspection.. ........ ............. 13.4 Trade Discounts.............................................11.4.2 Utilities, fuel and sanitary facilitieg ..............11.4.5.7 Work after regular hours.................................11.4.1 Covering Work._............................................13.6-13.7 Cumulative Remedies ....... ............ .,................ i7.4-17.5 Cutting, fitting and patching .................................... 7.2 Data, to be furnished by OWNER..............................$_3 Day --definition of................................................17.2.2 Decisions on Disputes,,,,,,,,,,,,,,,,,,,*....*..,,,___... 9.11, 9.12 defective --definition of ...._......;.............................. I A 4 defective Work -- Acceptance of.......................................10.4.1, 13.13 EK DC GENERAL. CONT)ITIONS 1910-5 (1990 EDITION) w/ CITY OF FORT COLLMS MODIFICATIONS (REV 9199) Correction or Removal of ....10.4.1, 13.11 Correction Period....... ..................13.12 in general,,,,,,,,,, ,,,,,,,,,,........13, 14.7, 14.11 Article or Paragraph Number Observation byENGINEER................................ 9.2 OWNER May Stop Work.................................13.10 Prompt Notice of Defects...................................13.1 Rejecting...........................................................9.6 Uncovering the Work.......................................13.8 Definitions................................. ............................ ..,1 Delays ............ ............... ..4.1.6.29.12.3-12A Delivery of Bonds.....................................................2.1 Delivery of certificates of insurance ...........................2.7 Determinations for Unit Prices,, . ........ ................ 9.10 Differing Subsurface or Physical Conditions - Noticeof.........................................................4.2.3 ENGINEER's Review......................................4.2.4 Possible Contract Documents Change,,,,,,,,,,,,,, 4.2.5 Possible Price and Times Adjustments,,,,,,,,,,,,, 4.2.6 Discrepancies -Reporting and Resolving,., ... ............. 23, 3.3.2, 6.14.2 Dispute Resolution - Agreement ................... .............................16. 1-16.6 Arbitration ................................................ 16.1-16. 5 genera116 Mediation........................................................ J6.6 Dispute Resolution Agreement... ................ ...... 16.1-16.6 Disputes, Decisions by ENGINTER.... .........9.11-9.12 Documents -- Copiesof, ................. ............................. ..... 2.2 Record 6.19 Reuseof.......................,.................................... 3.7 Drawings --definition of ........................ .................. J.15 Easements............................. ....... .................... - .... .1 Effective date of Agreement -- definition QF..............).16 Emergencies... ...... _.............. ENGINEER -- as initial interpreter on disputes... .............. 9.11-9.12 definition of...................................................1.17 Limitations on authority and responsibilitieA..... 9.13 Replacement of,... _ _.. _........ .............................. 3.2 Resident Project Representative.,, ........................ 9.3 ENGINEER's Consultant -- definition of..................1.18 ENGINEER's-- authority and responsibility, limitations on,,,,,,., 9,13 Authorized Variations in the Work ....................9.5 Change Orders, responsibility for..,,,.. 9.7. 10, 11, 12 Clarifications and Interpretation.............. .3.6.3, 9.4 Decisions on Disputes...1. ........................ ........................ defective Work, notice of ,.,,_„ ...........................13.1 Evaluation of Substitute Items ..........................E.7.3 Liability...................................................4.32, 9.12 Notice Work is Acceptable ............... ..............14,13 Observations ........................................... b.30.?, 9.2 OWNER's Representative.. .... ... ­ .... ­.' ..... ...... -.9.1 Payment- to the CONTRACTOR, Responsibility for.....................................9.9, 14 Recommendation of Payment .............. ,,,,,,14A, 14.13 Article or Paragraph Number Responsibilities --Limitations on ........ ........ 9.11-9.13 Review of Reports on Differing, Subsurface and Physical Conditions,............. .............. 4.2.4 Shop Drawings and Samples, review responsibility ..............................................6 26 Status During Construction -- authorized variations in the Work, . ................ 9.5 Clarifications and Interpretations ..................9.4 Decisions on Disputes ... ....................... P.11-9.12 Determinations on Unit Pries,,,,,,,,,,,,,,,,,,,,,9.10 ENGINEER as Initial Interpreter_,.__--„ 9.11-9.12 ENGINEER's Responsibilities_ .............. 9.1-9.12 Limitations on ENGINEER's Authority and Responsibilities, .............................9.13 OWNER's Representative_ ............................ 9.1 Project Representative...................................9.3 Rejecting Defective Work__ ........................ 9.6 Shop Drawings, Change Orders and Payments., .................................. 9.7-9.9 Visits to Site.................................................9.2 Unit Price determinations.................................9.10 Visits to Site...... -................ ............................ 9.2 Written consent required ............................. 7.2, 9.1 Equipment, Labor, Materials and ........................0.3.6.5 Equipment rental, Cost of the Work ........ ...........)1.4.5.3 Equivalent Materials and Equipment_ 6.7 error or om issions.................................................0.33 Evidence of Financial Arrangements.., ......... .......... 0.11 Explorations of physical conditions ........................4.2.1 Fee,. CONTRACTOR's-Costs Plus. .............. ........... 11.6 Field Order - definition of ............... ....................... .,, ............. 1.19 issued by ENGINEER..,....,.........................3.6.1, 9.5 Final Application for Payment,....,_ ..... ............... J4.12 Final Inspection...................................................14.11 Final Payment -- and Acceptance.....................:...............14.13-14.14 Prior to, for cash alloviinces...............................11.8 General Provisions.........................,,,,,,,.,.,......17.3-17.4 General Requirements - definition of.....................................................1.20 principal references tQ..............2.6, 6.4. 6.6-6.7. 6.24 Giving Notice... ... ­­1 ...... I—— ... ­­­ ..... .......... ...... j 7.1 Guarantee of Work -by CONTRACTOR,,,„-„ 6.30, 14.12 Hazard Communication Programs ...........................0,22 Hazardous Waste - definition of.....................................................1.21 general......... _....................... ....................... 4.5 OWNER's responsibility for .......... ......... I .......... 8,10 ix EKDC GENERAL CONDITIONS 1910.9 (1990 EDITION) wl C1TY OF FORT COLLtNS MODMCATIONS (REV 9199) Indemnification 6,12, 6.16, 6.31-6.33 Initially Acceptable Schedule;;..................................2.9 Inspection -- Certificates of,,,,,,,,,,,,,,,,,,,,,,,;,,,,,,P.13.4. 13.5. 14.12 Final...........................................................14 11 Article or Paragraph Num ber Special, required byENGINEER 9.6 Tests and Approval., ........................... $.7, 13.3-13.4 Insurance — Acceptance of, by OWNER...,...........................5.14 Additional, required by changes in the Work..........................................11.4.5.9 Before starting the Work ......... ................ ...I ... .,.. 2.7 Bonds and --in general...........................11.............5 Cancellation Provisions,,,,,, 5.8 Certificates of ................ „7.7, 5, 5.3, 5.4.11, 5.4.13, ........................5.6.5. 5.8, 5.14, 9.13.4. 14.12 completed operations.....................................5 4.13 C01v'TRACTOR's Liability,,,,,,,,,,,,,,,,,,,,,,,,, ..5.4 CONTRACTOR's objection to coverage,,,-„,,,,,,.5.14 Contractual Liability......................................5.4.10 deductible amounts, CONTRACTOR's responsibility., ............ ................................. 5.9 Final Application for Payment .........................14.12 Licensed Insurers,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,5.3 Notice requirements, material change,,,,,,..5.8, 10.5 Option to Replace.._..............._......................5.14 other special insurances ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,5.10 OWNER as fiduciary for insureds,,,,,,,,,,,,,, 5.12-5.13 OWNER'sLiability ........... .......... .. ..... ....... _......5-5 OWNER s Responsibility....................................8.5 Partial Utilization, Property Insurance ,,,,,,,,-„-,,,5.15 Property .....................................................5.6-5.10 Receipt and Application of Insurance Proceeds. ...... ................ ..................... 5.12-5.13 Special Insurance,,,,,,,,,,,,,,,,,,,,,,,,,, ................... 5.10 Waiver of Rights .............................................5.11 Intent of Contract Documents.. ...... -.1.1 ......... 3.1-3.4 Interpretations and Clarifications ....................3.6.3, 9.4 Investigations of physical condition5.,,,,,,,,,,,,,,,,,,,,,,,,, 4.2 Labor, Materials and Equipment. ,,,,,,,,,,,,,,,,,,,,,,,§.3-6.5 Lands -- and Easements...................................................$.4 Availability of ...... ...... _ _........................... 4.1. 8.4 Reports and Tests...............................................8.4 Laws and Regulations --Laws or Regulatimis-- Bonds.................................,,...................._5.1-5.2 Changes in the Work ..................................... _10.4 Contract Documents.........,,,,,,,,,,,,,,,,,,3.1 CONTRACTOR'S Responsibilities .....................614 Correction Period, defective Work ,,,,,,,,,,,,,,,,,,,,13.12 Cost of the Work, taxes...............................11.4.5.4 definition of.....................................................1.22 general6.14 Indemnification...... .................................. 6.31-6.33 Insurance.......................................................... 5.3 Precedence. .................. .. ,1, 33.3 Reference to..........................................,........,3.11 Safety and Protection ,,,,6.20, 13.2 Subcontractors, Suppliers and Others ........... 6.8-6.11 Article or Paragraph Number Tests and Inspections,,,,,,,,,,,,,_ ............ .,,-,_„13.5 Use of Premises.. .................. ....................... 0.16 Visitsto Site. . ..... .................... ....... _ ................ 9.2 Liability Insurance -- CONTRACTOR s.............................. _---............. , 4 0 WN E R s......................................:.................... 5.5 Licensed Sureties and Insurers ................................. 5-3 Liens -- Application for Progress Payment,,,, ... ........ __J4.2 CONTRACTOR's Warranty of Title„,__„.,__-„__,_,14.3 Final Application for Payment .......................... 14.12 definition of.....................................................1.23 Waiver of Claims.............................................14.15 Limitations on ENGINEER's authority and responsibilities, ............................. ........ ...........9.13 Limited Reliance by CONTRACTOR Authorized...................................................... 422 Maintenance and Operating Manuals -- Final Application for Payment,,,,,,,,,,,,,,,,,,,,,,,,,,14.12 Manuals (of others)-- Precedence....................................................3.3.3.1 Reference to in Contract DocumerI4 ..................3.3.1 Materials and equipment — furnished by CONTRACTOR ....... ....... ................. 6.3 not incorporated in Work ... ................................ 14.2 Materials or equipment --equivalent,.,,_,,,,, ...0.7 Mediation (Optional) ................... *. ......... ........,.... 16,7 Milestones --definition of ...... ................................. 1.24 Miscellaneous -- Computation of Times ................ .,_,,,,,,............. 17.2 Cumulative Remedies........................................17.4 Giving Notice....................................................17.1 Notice of Claim.................................................17.3 Professional Fees and Court Costs Included17.5 Multi -prime contracts ................................... ............... „_7 Not Shown or Indicated „,,,,,,,,,,,,,,,_,,,,_,.4.3.2 Notice of -- Acceptability of Project.,...........:....:..:..,........._14.13 Award, definition of..........................................1.25 Claim ............ ..........„-. *.. ....1.73 Defecu.13.1 Differing Subsurface or Physical Conditions„,,._ 4.2.3 Giving....................................... ...... _............. 1,7.1 Tests and Inspections ....................... ......... ..... _13.3 Variation, Shop Drawing and Samplg................0.27 Notice to Proceed — definition of ....................... ......_-....................... 1.26 givingof . .......... ............ .......... _......,,................. .3 EJCDC 6ENE24L CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Notification to Surety... ............ ...... _ _ ._........ _........ 10.5 Observations, by ENGINEER...........................6.30, 9.2 Occupancy of the Work ........ ......... 5,15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR...............6.9, 9.13 Open Peril policy form, Insurance ..........................5.6.2 Option to Replace..................................................J.14 Article or Paragraph Number "Or Equal" Items......................................................153 Other work 7 Overtime Work --prohibition of....,............................6.3 OWNER -- Acceptance of defective Work...„....................J3.13 appoint an ENGINEER ......................................8.2 as fiduciary ..... ..........................................5.12-5.13 Availability of Lands, responsibility ....................4.1 definition of....................................................1.27 data, furnish_.._................................................8.3 May Correct Defective Work............................13,14 May refuse to make payment.............................a4.7 May Stop the Work,........................„..............13.10 May Suspend Work, Terminate ... .................... ._.8.8. 13.10, 15.1-15.4 Payment, make prompt ..................... $ 3, 14.4, 14.13 performance of other work ....... .... ................ I...... 7.1 permits and licenses, requirements ...................k.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 Com m un icationq............................................... 8.1 Coordination of the Work... .............. .................7.4 Disputes, request for decision ...........................9.11 Inspections, tests and approvals.. ................ F.7, 13.4 Liability Insurance..............................................5.5 Notice of Defects..............................................a3.1 Representative --During Construction, FNGIN'EER's Status......................................9.1 Responsibilities — Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 10 ChangeOrders..............................................8.6 Changes in the Work."..- ...... 1- ... r ... I-— .... 10.1 communications... ........... _ ...._ ....................... 8. l CONTRACfOR's responsibilities .................. 8.9 evidence of financial arrangements..............$.I I inspections, tests and approvals_..................8.7 insurance...................................................... 8.5 lands and easements.....................................8.4 prompt payment by........................................8.3 replacement of ENGMER ............................8.2 reports and tests............................................8.4 stop or suspend Work.................8.8, 13.10. 15.1 terminate CONTRACTOR's services. _........ _ _............................ 8.8. 15.2 separate representative at site,,,,....._ ................. 9.3 testing, independent.........................................13A use or occupancy of the Wod .........................5.15, 6.30 2.4„ 14.10 written consent or approval required.........................................9.1, 6.3, 11.4 E)CDC CIENERAL CONDITIONS 1910.8 (1990 EDITION) W CITY OF FORT COLLINS MODIFICATIONS {REV 9199) •... Please be sure to reai • Bid Opening ... _. .n.. _. • When: February 3, 2017 3:00 PM • Where: 215 N. Mason Street • New signal installations at arterial streets (City performed, contractor installs caissons) • Removals (curb, concrete, asphalt) • Clearing and grubbing and Tree removal (Shields) • Concrete sidewalk (includes curb ramps) and median work — bike medians • Curb and gutter • Asphalt paving • Construction traffic control • Striping (thermoplastic "sharrows" along route) • tY Utili coordination Article or Paragraph Number written notice required,,,,,,,,,,, ....7.1, 9.4, 9.11. ........ ............................ 11-2. 11.9. 14 7, 15.4 PCBs -- definitionof ............ ............................... ........... ).29 general..............................................................4.5 OWNER's responsibility for,........... I ..................8.10 Partial Utilization — definition of......................................................1.28 general6.30.2.4, 14.10 Property Insurance, ... .......... . .........5.15 Patent Fees and Royalties ....................................... 6.12 Payment Bonds, ... I ........ ­­ ..... _ ........... .............. 5.1-5.2 Payments, Recommendation of..............14.4-14.7, 14.13 Payments to CONTRACTOR and Completion — Application for ProgressPayments.,._ .................14.2 CONTRACTOR's Warranty of Title...................14.3 Final Application for Payment .........................14.12 Final Inspection ........ .....................................14.11 Final Payment and Acceptance............ •„14.13-14.14 general.........................................................$,3, 14 Partial Utilization.... _........_............................14.10 Retainage..........................................................14.2 Review of Applications for Progress Payments...............................14.4-14.7 prompt payment., ........ ....................................... ?.3 Schedule of Values ;,,,,,,,,,,,,,,,,,,,,,,,,,•,,,,,,,14.1 Substantial Completiort.................. ........... J4.8-14.9 Waiver of Claims14.15 when payments due ................................ 14.4, 14.13 withholding payment........................................14.7 Performance Bonds............................................5.1-5.2 Permits 6.13 Petroleum definitionof............................. _.............. ........ 1.30 general..............................................................4.5 OWNER's responsibility for..............................8.10 Physical Conditions -- Drawings of, in or relating t9 ........................A.2.1.2 ENGINEER'S review ........................................ 4.2.4 existing structures .................. I ........ ............. I .... 4.2.2 general 4.2.1.2............ ............... Notice of Differing Subsurface or_... ................. 4.2.3 Possible Ccntr act Documents Changq...............4.2.5 Possible Price and Times Adjustments•,,,,,,,,,,,,, 4.2.6 Reports and Drawings ..................................... 4.2.1 Subsurface and ...................... ............... ___ ....... 4.2 Subsurface Conditions..,,,•__,,. ............ .,,,-,••„4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized ................,..... 4.2.2 Underground Facilities-- general.........................................................4.3 Not Shown or Indicttied.._....._......,..._.,.....4.3.2 Protection of.........................................4.3. 6.20 xii Article or Paragraph Number Shown or Indicated_... 4.3.1 Technical Data...............................................4.2.2 Preconstruction Confereneq......................................2.8 Preliminary Matters,,.•„•,,, ............ 2 Preliminary Schedules ............................................... Premises, Use of ........ ...................................... .16-6.18 Price, Change of Contract.........................................I I Price, Contract --definition of .... ...,.•........................ 1.11 Progress Payment, Applications for,, ....................... .14.2 Progress Payment--retainage................................... 14.2 Progress schedule, CONTRACTORs,........... 2.6, 28, 2.9. ................................. 6.6, 6.29, I0.4, 15.2.1 Project --definition of..............................................1.31 Project Representative— ENGINEERs Status During Construction... ......... 9.3 Project Representative, Resident --definition of ,,,,-,-,•1.33 prompt payment by OWNER_ .................................. 8.3 Property Insurance -- Additional....... ........... .................................. .,..,.5.7 genera15.6-5.10 Partial Utilization_..............................5.15. 14.10.2 receipt and application of proceeds _...........5.12-5.13 Protection, Safety and__, ...................... ..„0.20-6.21, 13.2 Punchlist..........................................................14.11 Radioactive Material-- defintion of.....................................................1.32 general4.5 OWNER's responsibility for.,.,,_._„ ................. •$,10 Recommendation of Payment ................. 14.4, 14.5, 14.13 Record Documents-- ..............................•---.,. 6.19, 14.12 Records, procedures for maintaining .......................... 2.8 Reference Points.......................................................4.4 Reference to Standards and Specifications of Technical Societies.........................................3.3 Regulations, Laws and(or)...................................... 6.14 Rejecting Defective Work . ...... ........ .......... ......_....... ..9.6 Related Work -- at Site ................................. .........7.1-7.3 Performed prior to Shop Drawings and Samples submittals review _,,,•,,,,,,,,,,,,•„6,28 Remedies, cumulative......................................17.4. 17.5 Removal or Correction ofDefective Work-,,.•... ........ 13.11 rental agreements, OWNER approval required ..... 11.4.5.3 replacement of ENGINEER by OWNER,,,,,•,,,,,,.,,•„•, 8.2 Reporting and Resolving Discrepancie................................. 2.5. 3.3.2. 6.14.2 Reports -- and Drawings........... .....4.2.1 and Tests, OWNERsresponsibility......................8.4 Resident and Project Representative -- definitionof... .................................................1-33 provision for............................................................9.3 EJCDC GENERAL CONDITIONS 1910.9 (1990 EDITION) w/ CITY OF FORT COLUNS MODIFICATIONS (REV 9199) Article or Paragraph Number Resident Superintendent, CONTRACTORg .............. 6.2 Responsibilities-- CONTRACTORs-in general, ................................. 6 ENGINEER's-in general........,...............................9 Limitations on ....... ................. ...... ............. .,9.13 OWNERS -in general.......,......................................8 Retainage................... .........................................14.2 Reuse of Docum ents........................ ..................... 3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal ..........................6.25 Review of Applications for Progress Payments ............... ...................... 4.4-14.7 Right to an adjustment. ........................................... 10.2 Rights of Way..................I—— .... 4.1 Royalties, Patent Fees an4......................................6.12 Safe Structural Loading,,,,,,,,,,,,,,,,,,,,, 5,18 Safety -- and Protection.. ................... _,_ .... 4.3.2, 6.16, 6.18, _.......... ...........-....... ._.6.20-6.21, 7.2. 13.2 general.....................................................b, 20-6.23 Representative, CONTRACTOR's.......................6.21 Samples -- definition of .. ....... ................... ,................ ...,...,,1.34 general..................................::................ 6.24-6.28 Review by CONTRACTOR ............................... 6.25 Review by ENGINEER..............................6.26, 6.27 related Work.....................................................6.28 submittal of....... - ............................ . 6.24 2 submittal procedures.........................................5.25 Schedule of progress ............................. 2.6, 2.8-2.9, 6.6, ............ .................... ....1.16.29, 10,4, 15.2.1 Schedule of Shop Drawing and Sample Submittals..............................2.6, 2.8 2.9, 6.24-6.28 Schedule of Values ............. . 2.6, 2.8-2.9, 14.1 Schedules -- Adherence to ............................. .... ................. 15.2.1 Adjusting......................................................... 6.6 Change of Contract Time!$_..............................10.4 Initially Acceptable........... ........................... 2.8, 2.9 Preliminary........ _......................... ......2.6 .............. . Scope of Changes......................................10.3-10.4 Subsurface Conditions..............................,....,,...4.2.1.1 Shop Drawings -- andSamples, general ................................ ...................... Change Orders & Applications for Payments, and., ... ­­­ ..... _ ..... ......... ... 9,749 definition of......................................................1.35 ENGINEERs approval of.................................3.6.2 ENGINEER s responsibility for review ..................................... 9.7. 6.24-6.28 related Work--.................................................0.28 review procedures ............................. 2.8, 6.24428 Article or Paragraph Number submittal required...............................................6.24.1 Submittal Procedures.........................................6.25 use to approve substitutions..............................6.7.3 Shown or Indicated...............................................4.3.1 Site Access ....... ............... .... ............... .....,....... 7.2. 13.2 Site Cleanliness..................................................... 6.17 Site, Visits to -- by ENGINEER .......................................... 9.2. 13.2 byothers..........................................................13.2 "special causes of loss" policy form, insurance........................................................5.6.2 definition of.....................................................1.36 Specifications— defmation of.,, .................................................1.36 of Technical Societies, reference to-,. ...... . ........ 3.3.1 precedence......................................................3.3.3 Standards and Specifications 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, 13.10, 15.1 Storage of materials and equipment ............. _...... 4.1, 7.2 Structural Loading, Safety., ..................... ........ ....... 6.18 Subcontractor -- Concerning ............................................... 0.8-6.11 definition of.........................................:...........1.37 delays ............ ............... ............ 12.3 waiver of rights, ........ ............... ...... .. .......6. I I Subcontractors --in general.................................6.8-6.11 Subcontracts --required provisions ........5,11, 6.11, 11.4.3 Subm ittals-- Applications for Payment.................................14.2 Maintenance and Operation Manuals...............14.12 Progress Schedules......................................2.6, 2.9 Samples ................................................... 0.24-6.28 Schedule of Values.....................................2.6, 14.1 Schedule of Shop Drawings and Samples Submissions_..,.._,,..,,;;; . _,2.6, 2.8-2.9 Shop Drawings,,.. ............................... 6.24-6.28 Substantial Completion -- certification of............................6.30.2.3, 14.8-14.9 definition of....................................................1.38 Substitute Construction Methods or Procedure* ........ 6.7.2 Substitutes and "Or Equal" Item;..............................6.7 CONTRACTOR's Expense.............................(.7.1.3 ENGINEERS Evaluation 6-7.3 "Or -Equal......... ...........................................0.7.1.1 Substitute Construction Methods xui EJCDC GENERAL. CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9:99) Article or Paragraph Number or Procedures.............................................6.7.2 Substitute Items 6.7.1 2 Subsurface and Physical Conditions -- Drawings of, in or relatag to.........................4.2,1.2 ENGINEER's Review4.2.4 general.............................................................. 4.2 Limited Reliance by CONTRACTOR Authorized.................................................4.2.2 Notice of Differing Subsurface or Physical Conditions.........................................4.2.3 Physical Conditions.......................................4.2.i.2 Possible Contract Documents Change,,,,,,,,,,,,,,, 4.2.5 Possible Price andTimes Adjustments .... ........... 4.2,6 Reports and Drawings............ .................-.4.2.1 Subsurface and ................................................... 4.2 Subsurface Conditions at the Site ........... .......4.2.1.1 Technical Data, ................................................ 4.2,2 Supervision-- CONTRACTORs responsibility, ...........................6.1 OWNER shall not supervise...,.... I ................ I ...... 8.9 ENGINEER shall not supervise ................ 9.2, 9.13.2 Superintendence....................................................... �.2 Superintendent, CONTRACTOR's resident...............612 Supplemental costs........,,....................................11.4.5 Supplementary Conditions -- definition of.....................................................1.39 principal references to.................).10, 1.18, 2.2, 2.7, .......... .--- -------- 4.2, 4.3, 5.1, 5.3, 5A, 5.6-5.9, .................5.11, 6.8, 6.13, 7.4, 8.11, 9.3, 9.10 Supplementing Contract Documents ..........................3.6 Supplier -- definition of......................................................1.40 principal references tq........... 33, 6.5, 6,8-6.11, 6.20, .........................................6.24, 9.13, 14.12 Waiver of Rights...,...........................................6.11 Surety -- consent to final payment .......................J4.12, 14.14 ENGINEER has no duty to ................................ 9.13 Notification of ... ...................... 10.5, 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 Term ination-.,,,,,,,,,,,,,,,,15 CONTRACTOR May Stop Work or Term inate...............................................15.5 OWNER May Suspend Work.............................15.1 OWNER May Terminate . ........................... .15.2-15.4 Taxes --Payment by CONTRACTOR,........................¢-15 Technical Data -- Limited Reliance by CONTRACTOR ................4.2.2 Possible Price and Times Adjustment$ .............. 4.2.6 Reports of Differing Subsurface and Physical Conditions—, ....... — ........ ............. 42.3 xiv Temporary construction facilities.,............... . ... . _,..... 4.1 Article or Paragraph Num ber Termination — by CONTRACTOR...........................................15.5 by OWNER ......................................... .8, 15.1-15.4 of ENGINEERs employment ............................ J.2 Suspension of Work-in general .............................15 Terms and Adjectives..............................................�A Tests and Inspections -- Access to the Work, by others ..........................13.2 CONTRACTOR's responsibilities......................13.5 cost of 13.4 covering Work prior to..............................13.6-13.7 Laws and Regulations (or),,,,,,,,,,,,,,,,,,, ........... ,_ 13.5 Notice of Defects.....................,.......__......._......13.1 OWNER May Stop Work...... .......... ......... J3.10 OWNEWs independent testing ..........................13.4 special, required by ENGINEER ..........................9.6 timely notice required.....,..... I . ...... ................ .13.4 Uncovering the Work, at ENGINEER's request.... ..................................... ....... 13.8-13.9 Times — Adjusting... ....................................................... 0.6 Changeof Contract ...................................... 12 Computation of, ........................................ ...... 17.2 Contract Times --definition of ...........................1.12 day............................ _..................,.....17.2.2 Milestones., ..... ............... ........... ............. ..... J 2 Requirements-- appeals..... ...... _..... ............................ ,., 9.10, 16 clarifications, claims and disputes ........ _ ....... 9.11, 11.2, 12 Commencement of Contract Time$ ................ 2.3 Preconstruction Conference ...........................Z.8 schedules ................... ...................... 2,6, 2.9, 6.6 Starting the Work...... ... ___ ............. ___2.4 Title, Warranty of .......................................... .14.3 Uncovering Work... , ............... I., ... ................... 118-13.9 Underground Facilities, Physical Conditions — definition of ............................. ....................... 1.41 Not Shown or Indicated ............................_._.., 4.3.2 protection of, .................... __ ................ __43, 6.20 Shown or Indicated., ................................. I ...... 4.3.1 [snit Price Work-- claims............................,.....................,....11.9.3 definition of....................................................1.42 genera111.9, 14.1, 14.5 Unit Prices-- generall1.3.1 Determination for.. ........................................... 9.10 Use of Premises..,,_.....,,,,,,,, .6.16. 6.18, 6.30.2.4 Utility owners ..... .................. .. .... 0.13, 6.20, 7.1-7.3, 13.2 Utilization, Partial...................1.28, 5.15. 6.30.2.4. 14.10 Value of the Work.. Values, Schedule of ............. ........ ......-2.6, 18-2.9, 14.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLONS MODIFICATIONS (REV 9199) Variations in Work --Minor Authorized._ ......................__....._... 6.25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGENEER................................... 9.2 Waiver of Claims --on Final Payment ........ ............14.15 Waiver of Rights by insured partie*..................5.11. 6.11 Warranty and Guarantee, General --by CONTRACTOR................................................0.30 Warranty of Title, CONNTRACTORs................... ,,...14.3 Work - Access to....... ...................................... .....13.2 byothers............................................................... 7 Changes in the.....................................................10 Continuing the..,...............................................0.29 CONTRACTOR2vfay Stop Work or Terminate_,. ................... _ .. . ................ 15.5 Coordination of..................................................7A Cost of the, ........................................ ...... 11.4-11.5 definition of......................................................1.43 neglected by CONTRACTOR .................. .......... 13,14 otherWork............................................................7 OWNER May Stop Work .............. ................... 13.10 OWNER May Suspend Work...................13.10, 15.1 Related, Work at Site.....................................7.1-7.3 Starting the........................................................2.4 Stepping by CONTRACTOR „ ...........................15.5 Stopping by OWNER .. .............................. .15.1-15.4 Variation and deviation authorized, minor ........... 3.6 Work Change Directive -- claims pursuant to........,....................................10.2 definition of, ....... .._........................................1.44 principal references to,,,,,,,,,,,,,,,,,,,,, 3.5.3, 10.1-10.2 Written Am endm ent-- definition of ..................................................... 1.45 principal references to..............1.10, 3.5, 5.10,15.12, .......I...............y.6.2, 6.8.2, 6.19. 10.1, 10.4, t1.2,12.1,13,12.2,14.7.2 Written Clarifications and Interpretations., ................................. 3.6.3. 9.4, 9.11 Written Notice Required — by CONTRACTOR............................7.1. 9.10-9.11. .......................................... 10.4. 11.2, 12.1 6yOWNER ......... ...........9.10-9.11, 10.4, 11.2, 13.14 uv FJMC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 91") (This page left blank intentionally) X%i EJCDC CffiN'I;RAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLTNS MODIFICATIONS (REV 9/99) GENERAL CONDITIONS ARTICLE 1—DEFI MOMS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1, Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents, 1.2. Agreement —The written contract between OWNER and CONTRACTOR covering the Work to be performed: other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. A licalion or Patmsent—The form accepted by ENG: R which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents 1 A. Asbestos --Arty material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration 1.5. Bid —The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.6. Bidding Documents --The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bid4irrg Requirements —The advertisement or invitation to Bid instructions to bidders, and the Bid form. 1.8. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by ENG114EER., which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement 1.10. Contract Documents —The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the EJCDC GENERAL CONDITIONS 1910.8 (1990 Edtion) wi CiTY OF FORT COLLINS MODIFICATIONS (REV 412000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1 and 3.6.3 an or after the Effective Date of the Agreement Shop Drawing submittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1 and 4.2 2 are not Contract Documents. 1.11. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work) 1.12. Contract Times —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. 1.13. CONTRACTOR --The person, firm or corporation with whom OWNER has entered into the Agreement. L14. defective —An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14,1 0), 1,15. Drauings--The drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined 1.16. Electivv Date of the Agreement --The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver, 1.17, ENGIN'EF2—The person, firm or corporation named as such in the Agreem ent. 1.18. FAIGINEER's Consultant --A person, firm or corporation having a contract with ENGINEER to furnish services as ENGINEEWs independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Onler--A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. 120. General Requirements —Sections of Division 1 of the Specifications. 1 21- Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 122.a. Laws and Regulations; Laws or Regulations —Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction 1221. Legal Hondas --shall be those holidays observed by the City of Fort Collins 1.23. Liens —Liens, charges, seo city interests of encumbrances upon real property or personal property. 1,24, Milestone --A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 125. Notice of Award --A written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.2.6. Notice to Proceed —A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRACTORS obligations under the Contract Documents. 1.27. On'ER—The public body or authority, corporation, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided 1.28. Partial Utilization —Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work_ 1 29. PCBs —Polychlorinated biphenyls. 1.30. Petrokum—Petroleum• including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene and oil mixed with other non -Hazardous Wastes and crude oils. 1.31. Project —The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.31a. Radioactive Material —Source, special nuclear, or bypmd act material as defined by the Atomic Energy Act of EJCDC OENERAL CON ITTON51910-8 (1990 Edition) w/CITY OF FORT COLLINS MODIFICATIONS (REV 4R000) 1954 (42 USC Section 2011 et seq.) as amended from time to time. 132b_ Regular Worrking Houn—R ue f lar workirm hours are defined as 7:00arni to 6:00pm unless otherwise specified in the General Requirements. 1.33. Resident Project Representative —The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples —Physical examples of materials, equipment, or workmanship that are representative of some potion of the Work and which establish the standards by which such portion of the Work will be Judged 1.35. Shop Drarings--All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications --Those portions of the Contract Documents consisting of written technical descripptions of materials, equipment, construction systems, starxiards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor —An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38, Substantial Completion —The Work (o a specified part thereof) has progressed to the point where, in the opinion or ENGINEER as evidenced by ENGIINEER's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized] for the purposes for which it is intended; or if no such certificate is issued, when the Wok is complete and ready for final payment as evidenced by ENGMER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof 139. Supplementary Conditions —The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Supplier —A manufacturer, fabricator, supplier, distributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Underground Facilities —All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam. liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal. traffic cc other control systems or water. 1.42. Unit Price Work --Work to be paid for on the basis of unit prices. 1.43. Work —The entire completed construction or the various separately identifiable thereof required to be furnished under the Contract bents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction and performing or furnishing services and furnishing documents, all as required by the Contract Documents. 1.44. Work Change Directive —A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by EGINEER, ordering an addition deletion or revision in the Work, or responding to differing or unforeseen Physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6 23. A Work Change Directive will not change the Contract price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract price or Contract Times as provided in paragraph 10.2. 1.45. Wrinen Amen&wW--A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2—PREMUNARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents.• 2? OWNER shall famish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction Commencement of Con&ad Times, Notice to Proceed 2.3. The Contract Tunes will commerce to run on the thirtieth day after the Effective Date of the Agreement, or, EJCDC OENEitAL CONDITIONS 1910.8 (1990 Edtim) WICITY OF FORT COLLI M MODIFICATIONS (REV 42000) if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement I ng oxest will Ile C,....tmat T:meA o€13id-epexting ar-the-thirtietiie�er-the-Efte©tiva•F�ate af-tlte�#greement;-tultiehevettfa�ta-Beefier Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Tunes commence to run. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify exit figures shown thereon and all applicable field measurements CONTRACTOR shall promptly report in writing to ENGINEER arty conflict, error, ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affeccted thereby, however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1, a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2, a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal; 16.2.1. In no case will a schedule be a=o able which allows less than 21 calendar days for each review by En ~ineer. 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.7. Before any Work at the site is started. CONTRACTOR and A shall each deliver to three otphee OWNER with copies to deraifie44, ENGINEER certificates of insurance (and other evidence of insurance feasefr"' requested by OWNED which CONTRACTOA44EAR RVeiAiYely-fe is required to purchase and maintain in accordance with paragraphs 5.4; 5gend-5". Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started), a conference attended by CONTRACTOR RI GINEER and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records. Initially Acceptable Scheduler 2.9. Unless otherwise provided in the Contract Documents Applieatim for -Payment before any work at the site bed a conference attended by CONTRACTOR, E:tiGINEER and others as aPpropristc designated by OWNER. will be held to review for acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. and Division 1 - General Requirements. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules, No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3--COIr'TRACT DOCIIMENTS: PUENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 32. It is the intent of the Contract Documents to VCDC OENE12M CONDITIONS 19105 (1990 Editim) W1 CITY OF FORT COLLINS MODIFICATIONS (P" 42000) describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Cexitract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies; Reporting and Resohing INscrepancier 331. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement of there were no Bids), except as may be otherwise specifically stated in the Contract 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 Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5. CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3 6, provided however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods inclicited in paragraph 3.5 or 3 6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 3.3.3.2, the provisions of any such Laws or Regulations applicable to the perR mane of the Work (unless such an interpretation of the Provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual, oode or instruction shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or hNGINEER, or any of their subcontractors, consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER ENGINEER or any of ENGINEERS Consultants, agents or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or any other provision of the Contract Documents 3A. Whenever in the. Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory' or adjectives of like effect or import are used to describe a requirement, direction. review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general. the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning, whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such tern or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supplementing Contract Documents., 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways. 3.5.1. a formal Written Amendment. 3.5.2. a Change Order (pursuant to paragraph 10.4), or VCDC OE1 IMAL CONDITIONS 1910-8 (1990 EApoi) wf CITY OF FORT ODLLINS MODIFICATIONS (REV 42000) 3.5.3. a Work. Change Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.51 3.6.2. ENGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGRMER's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of Documents: 3.7. CONTRACTOR and any Subcontractor or Supplier or other person or organization performing or fiurnishing any of the Work under a direct or ir&ect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or El,MMER's Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on eNunsions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4--AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availabdii), of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR Fts-inte€esfi-Fhereirt-as•neees.�ry-for-gi�ir�-rreEiee ef-sr-••-ltl�g-a•-rueshanis's -Its--a�airtsi-wteeh—lands-•in OWNER shall identify any encumbrances or restrictions not of gen Lml application but specifically related to use of lards so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Tunes as a result of any delay in OWNER's furnishingg these lands, rights -of - way or casements, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. SUMMARY OF WORK (by others) Construction Staking Provided by the City of Fort Collins 48 Hours (Minimum) Required for Notification Testing Paid for by the City of Fort Collins thru CTL Thompson Concrete and asphalt Contractor will schedule material testing as required • Signal installations Performed by City of Fort Collins Traffic Department , Contractor required to coordinate timing CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment_ 4.2. Subsurface and Physical Conditions: 4.2.1. Reports aid Drawings: Reference is made to the Supplementary Conditions for identification of 4 2.1.1. Subsurface Conditions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.12. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. 4 2.2. Limited Reliance by COIdTR1CMR Authorized' Technical Data: CONTRACTOR may rely upon the general aawacy, of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data% CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 42.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, 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 programs incident thereto, or 4.22.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4223. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 42.3. Notice of Differing Subsurface or Pliysrcal Conditions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either. 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.11 and 4.22 is materially inaccurate, or 42.32. is of such a nature as to require a change in the Contract Documents, or 4.2.3.1 differs materially from that shown or EJCDCGENERr1LCONDITIONZ1910-8(1990F.c on) w/ CITY OF FORT COLLINS MODIFICATIONS a2EV 42000) indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, gretapt� immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6.23), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4.2.4. EAGINPER's Review: LNGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional eqploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Documents Change: If ENG1MiER concludes that a change in the Contract Documents is required as a result of e condition that meets one or more of the categories in paragraph 4.2.3, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.6. Possible Price and Times Ai*usbnews: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extant that the existence of such uncovered or revealed condition causes an increase or decrease in COIVTRACTOR's cast of; or time required for performance of; the Work; subject, however, to the following: 4.2.6.1. such condition must meet anv one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.62, a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4.2.6.3. with respect to Work that is paid for on a unit .Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and l 1.9, and 4.2.6.4. CONTRACTOR shall not be entitled to arty adjustment in the Contract price or Times if, 4.2.6.4.1. CONTRACTOR ]mew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles 11 and 12. However, OWNER ENGINEER and ENGTNEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3, Physical ConrBaons—Underground Faciiiries: 4.3.1. Shower orindcate& The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 43.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data, and 4.3.1.2. The cost of all of the following will be included in the Contract Rice and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data, (4) locating all Underground Facilities shown cc indicated in the Contract Docuunents,(iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shown or lmhcated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, premrrgtly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.23), identify the owner of such Underground Facility and EJCDCOENERAL CONDITIONS 19105 (1990 Edition) w/ aTY OF FORT COLUM MODIFICATIONS ¢tEV V20001 give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. if ENGINEER concludes that a change in the Contract Documents is required a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in ragraph 6.20 CONTRACTOR rka4 maybe allowed an increase in the Contract Rice or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated If OWNER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Rice or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles 1 i and 12. However, OWNER, ENGINEER and ENGTPTEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points: 4.4. OWNER shall provide engineering surveys to aAablish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 4.5. Asbestos, PCBs, Petroleum, Mawdous Waste or Radioactive Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. t:iO _. ._ r r • Y . • _ s . EJCDC GENERAL CONDMONS 191" (1990 Edaiaa) w/ CtTY OF FORT COLLINSMODIFICATIONS (REV 42000) ARTICLE 5--DO.\DS AND INSURANCE Performance, Payment and Other Bonds. 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contrail Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise byy Laws or Regulations or by the Contrail Documens. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations and shall be executed by such sureties as are named in the current list of "Companies Holdmg Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuri Companies" as published in Circular 574 (amende� by the Audit Ste$ Bureau of Government Financial Operations, U.S. Treasury Department All Bonds signed by an agent must be a"xnnpanhed by a cerbfed copy of such agents authority to act. 5.2. If the surety on any Bond famished by CONTRACTOR is declared a bankrupt or becomes insolvent or its tight to do business is terminated in any state where ani part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER 5.3. Licensed Sureties and lnsurers; Certificates of Insurance: 5.3.1, All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or irtsumnce companies that are duly licensed or authorimd in the jwnsdidion in which the Project is looted to issue Bonds or insurance policies for the limits and coverages so required Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 53.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or arty other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. QWM�li CONMCTOR'sLiability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and famished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and fiunishirg of the Work and CONTRACTOR's other obligations under the Contract Documents whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.4.1. claims under workers' compensation, disability benefits and other similar employee benefit acts; 5.4.2. claims for damages because of tK ily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.4.3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTR.ACTOR's employees; iltdiredly reiaced-te tha empleyment-of march TR:person GONAGTGI� etker-rzssernt 5.4.5. claims for damages, other than to the Work itself because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive anal 5A.9, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, LNGINEEK ENGINEERS Consultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include ccn•erage for the respective officers and employees of all such additiormiinsureds; 5.4.8. include the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater, 5.4.9. include completedoperations insurance; EJCDC OEMR AL CONDITIONS 1910-5 (1990 E(lition) W/aTY OF FORT COLLINS MODIFICATIONS (REV 4l1000) 5.410. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6-12, 6-16 and 6.31 throcngh 6 33'. 5.4.11. contain a provision or endorsemem that the coverage afforded will not be cancelled, materially changed or renewal refused until at ]east thirty days' prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to wham a certificate of insurance has been issued (and the certificates of insurance famished by the CONTRACTOR pursuant to paragraph 5.3.2 will so provide); 5.4.12. remain in effect at least until final payment and at al I times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12; and 5.4.13, with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions to wham a certificate of insurance has been issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). 01PMER's Liability Insurance: 5.5, In addition to insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER's option, may purchase and maintain at 0'%TM 's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insxtnnce.• S c - Unless �isse ry e€-tl�-finll--re�pla slit Ragula€ions}--Tlvis-fn�stnrenca shall:: •4 �. I�IM• . 3 '. A- f'rYrZ'-6G"�I�P,�itterZ" 'Dli, sha8-a[ leluclr'UT iGAI lesn OF Fe again- at lea the - �llowin8---par+'n—i •e—lightnir�—eatanded Eev erehteets); eF "t-mast teci{e-r-O"Ving-by (i�'-Sgk3�C!-If}r7ilT-Ifi4-flHfQ�if}�F}}llAi-�19ia$lifj by�I�FG�iil'urc; ai3d i��v.lQvz i+wT.f j ���ll�Rf!Tlali7:!!T:RNT. �-IUwct!!llirr�l�Ri�_ :i , s - _ t mw a• r ri . 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the utaests of CONTRACTOR, Subcontractors or others in cove • •• t00, .' . M. ..r a• EJCDC 4ENWLAL CONDITIONS 1910-8 (1990 Eclitim) 10 w/ QTY OF FORT COLONS IMOD1FiCADONS (REV 42000) ,and- -5.7 wig Preto" GONTRAGIGR� .•ide Pfim n..A damages causod-1--the perils coveredAll 7- -- Tii------d....... of any-los& or damage -the OWNER Find IvAii'm Fill tiphtq �2rEE{0F5—CF3iPrits far all ASSN azi -!11 the-ir --:- -- - %$-il- oli61e5 $}d @Ay in 8ddittsr —wain rights ftwira isidb8el.-Mem Olt Sad-allidentified BI Aims le be listed es tr- Iqtt allsp{i and 1-h- p-1-yeas and agents of arty of wmn fir: 11��!fllR!>�Ry'!l.E�F y MON m . 3 11---- d plated -of amused by; arising out ef ef ether peril eevered Raring—Eial ate— p� t--a• 141Aafter Sul-A-intial `-I tim s•w R/. p 1. N� M. 4 M 2 Receipt andAppficti ion oflnsurance Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their '"crests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so receiver], and shall distribute it in accordance with such agreement as the parties in interest may reach If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach If no such agreement among the parties in interest is reached, OWNER. as fiduciary shall adjust and settle the loss with the insurers efsueh Acceptance of Bonds and In urance; Option to Replace: 5.14, If OWNER has any objection to the coverage afforded by or other provisions of the BerAser insurance required to be purchased and maintained by the e4wr� CONTRACTOR in accordance with Article 5 out the basis of non-conformance with the Contract Documents, the -ether-patty OWNER will n41�fY CONTRACTOR in writing within ten ftfteen days after r+•eeipt delivery of the cerUtrcates (cxt�ilrrr-m itlertee requested) to OWNER as required by paragraph 2.7. other-su�#t eddilieraa • tr the-expensasf the pew -who was-re"wed-to-pravide- eaverage, arid a Gr4er shall be issued to adjust Cefdree may: Partial Utilization—ProperV Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial EJCDC GENERAL CONDITIONS 1910.8 (1990 EMon) wl CATY OF FORT COLLINS MODIFICATIONS OtEV 42000) Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10, providtd that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES Superniston and iperintendence: 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR All communications to the superintendent shall be as binding as if given to CONTRACTOR Labor, Materials and Equipment. 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNERs written consent given after prior written notice to ENGINEER. CONTRACTOR shall submit requests to the ENGINEER no less than 48 hours in advance of any Work to be perfomted on Saturday, Sunday, Holidays or outside the Regular Working Hours. 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall famish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fucl, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 6.4.1. Purchasing Restrictions: CONTRACTOR must comply with the City's purchasing restrictions. A copy of the resolutions are available for review in the offices of the Purchasing _and ---Risk- _Ma_nagement Division or the City Clerk's office. 6.4.2. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers andprodttoers of cement or products containing cement to certify that the cement was not made in cement kilns that bum hazardous waste as a fuel. 6.5. All materials and equipment shall be of good duality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progre.w Schedule: 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) proposed adjustments in the progress schedule that will not change the Conrad Times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. Substitutes and "Or -Equal" Items: 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description EIC,DC OEM RAL CONDITIONS 1910-8 (1990 Edition) 12 wY t]TY OF FORT COLLINS MODIFICATIONS (RF.N 4J'2000) 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 Suppliers may be accepted by ENGINEER under the following circumstances: 6.7.1.1. 'Or-Equal't If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required it may be considered by ENGINEER as an "or al" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute it=& 6.7.12. Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify, as an "or -equal' item under subparagraph 6.7.1.1, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGUEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINTER will include the following as supplemented in the General. Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR If CONTRACTOR wishes to famish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENL GINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design,, be similar in substance to that specified and be suited to the same use as that specificd The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on. time, whether or not acceptance of the substitute for use in the Work - will require a change in any of the Contact Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute. including costs of redesign and claims of other contractors affected by the resulting change. all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to famish additional data about the proposed substitute 6.7.1.3. CONTR4CTOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR' expense. 6.7.2. Substitute Construction hfethods or Procedures: If a .specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may famish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENI GINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.11. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or -equal. or substitute will be ordered, installed or utilized without ENGIN'EER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWIv'ER may require CONTRACTOR to famish at CONTRACTOR' expense a special performance guarantee or other surety with respect to any "or -equal" or substitute, ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7,1.2 and 6.7.2 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposerd or submitted by CONTRACTOR CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 68. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to famish or perform any of the Work against whom CONTRACTOR has reasonable objection. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edtim) WICITY OF FORT COLLINS MODIFICATIONS (REV 412000) 6,_9. CONTRACTOR shall perform not less than 20 percent of the Work with its own forces (that is without subcontraetu . The 2O_percent requirement shall be understood to refer to the Work the value of which totals not less than 20 percent of the Contract Price. 6.8.2. Bidding Documents require the identity of certain Subcontractors. Suppliers or other persons or organizations (including those who are to furnish the principal items of materials or equipment) to be submitted to OWNER in-*clvanee-o€ Nte-speeified date prior to the Effective Date of the Agreement for acceptance by MNER and ENGINEER--and--+f aocordanoe- with --the- Supplementary-C-onditions, OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any swh Sub- ­aotof, bo-sis f-reasomble-ebjectaoa-atitr-clue-investigation; in v-,hieh awe CONTRACTOR s—h—Al-I mihmil an feeGontract; be sucslt subst' iota Ghat ge Order willwig be imed ef Written constitute a condition of the Contract requiring the use of the named suboontractors, suppliers or other �ersorts or organization on the Work unless prior writtett aptxo_val is obtained from OWNER and ENGINEER No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations perform ing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGMEER and any such Subcontractor. Supplier or other person or organization nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. OWNER or ENGINEER may furnish to any subcontractor, supplier or other person or organization evidence of amounts paid to CONTRACTOR in accordance with CONTRACTOR'S "Applications for Payment". 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with the ENGINTEER through CONTRACTOR. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. Whenever -any -such -agreement additic3nal in C RAC -err-Supplit*-va L GII� and a all w«.t th rases# by; arisittgOut of er resulting fron�any e€ e perilscovzte&i�y su t#te 1AWk— �f #ke ir�serers-ten cry suet -policies -{squire Separate -Aeiyer by any subeentraefer Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, E1GIIN`EER ENGINE 's Consultants and the offices, directors, employees, agents and other consultants of each and any of them from and against all claims, costs. losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in. the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract rents EJCDC QEKRUL CONDITIONS 1910-8 (1990 Edition? 14 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) Permits: 6.13. Unless otherwise provided in the Supplementarryy Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees 6,14. Laws andRegxladons: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWiNTER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6142 If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance: with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.3.2, Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the project which are applicable during the performance of the Work. 6.15.I. OWNER is exempt from Colorado State and local sales and use taxes on materials to be permanently incorporated into the poiect. Said taxes shall not be included in the Contract Price. Address: Colorado Department of Revenue State Capital Anne 1375 Sherman Street Denver. Colorado 80261 Sales and Use Tastes for the State of Colmdo Regional Transportation District (RTD) and certain Colorado counties are collected by the State of Colorado and are included in the Certification of Exemption. All applicable Sales and Use Taxes (including State collected is ces}, on any items other than construction and building- materials physically incoMmted into the p� ect are to be paid b CONTRACTOR and are to be mcluded to appropriate bid items. Use of Premises- 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the oopperations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other d1spute resolution proceeding or at law. CONTRACTOR shall, to the fullest entent permitted by Laws and Regulations, indemnify and hold harmless OWNER. ENGINEER ENGRMER's Cornultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting from any claim or acti on, legal or equitable, broughtsuch by any owner or occupant against OWNER ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6.IT During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances. construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by 0"NNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall COI TTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents: EJCDC GENERAL CONDITIONS 1910-8 OM Edtien) WI CITY OF FORT COLLINS MODIFICATIONS (REV 42000) 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGE\TER fur reference. Upon completion of the Work, and prior to release of final paymem these record documents, Samples and Shop Drawings will be delivered to ENG JEER for OWNER. Safely and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of; and shall provide the necessary protection to prevent damage, injury or loss to: 6 240.1, all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecuticxn of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraphs 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of then to perform or fumLsh any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a 15 ICINITY MAP 0�1 - PitkinSikeway At 1.111�1.1-11 tit' - TAP Funding A • Facilitates bicycle/ped crossing of major arterials • Work primarily at Tall Hill, Shields and Lemay • Striping work at Colleg • /Awara uontracr. • Partnering Meeting" " • Mandatory meeting prior to start of construction • Date to be determined, Late February/Early Ma • Notice to Proceed with CDOT concurrence • Substantial Completion, • Fifty (50) calendar days, • Final Completion . Ten (10) calendar , d 8 �t -F�R�oltins notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). &21. Safety Represenwrh,e: CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communication Programns. 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with Laws or Reguiations. Emergencies: 6,23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorisation from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.24. Shop Drawings and Sampler 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materials and equipment CONTRACTOR proposes to provide and to enable 1NrGRMER to review the information for the limited purposes required by paragraph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material. Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGME R may require to enable ENGINEER to review the submittal for the limited EJCDCOENTERAL CONDITIONS 1910-8 (1990 Edtiw) 16 w/CITY OF FORT COt.LINSMODIFICATIONSMEN 42000) purposes required by paragaph 6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and instal ation pertaining to the performance of the Work and 6.25.1.3. all information relative to CONTRACTOR's sole responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto, CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings 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 indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the subrninal; arx4 in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. 6.26. ENGINEER will review and approve Shop Drawiaand Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by - ENGINEER, as required by paragraph 2.9. ENGINEER's review and approval wilI be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGLNIEER's review and approval will not emend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINNMER has given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by ENGINTEER as required by paragraph 2.9, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR Continuing the Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of arry disputes or disagreements except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 630. CONTRACTOR's General Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER and ENGINEERs Consultants that all Work will be in accordance with the Contract Documents and will not be ckfective. CONTRACTOR's warranty and guamritee hereunder excludes defects or damage caused. by: 6.30.1.1, abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or Suppliers, or 6.30.1.2. normal wear and tear under normal usage. 6,30.2. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJCDC OENERAL CONDITIONS 1910-8 (1990 Edtioa) w/ CITY OF FORT COLLI M MODIFICATIONS ftN 42000) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by E13GRIEER; 6.30.2.2. recommendation of any progress or final payment by ENGINEER; 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents; 6.30.2.4 use or occupancy of the Work or any part thereof by OWNER, 6.30.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6, any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGMER pursuant to paragraph 14.13, 6.30.2.7. any inspection, tent or approval by others; or 6,30.2.8. any correction of deflc&e Work by OWNER. Indenmifrcadon: 6.31. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless ONVNER, ENGINEER. ENGI1vE'EER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including, but not limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that iuiy such claim, cost, loss or damage. (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself). including the loss of use resulting therefrom, and (u) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in pail by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by anv employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or orgaru ration directly or indirectly employed by 17 any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragaph 6.31 shall not be limited in any way by any limitation. on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts 6.33, The indemnification obligiations of CONTRACTOR under paragraph 631 shall not extend to the liability of ENGINEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Sknnval of Obligations: 6.34, All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuin obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7--OTHER WORK Related Work at Site. 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to CONTRACTOR prior to starting any such other work and (ii) CONTRACTOR may make a claim therefor as provided in Articles 11 and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the amount or extent thereof. T2. CONTRACTOR shall afford each other contractor who is a parry to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OANER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and resporstbilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable EJCDC GENERAL CONDITIONS 191" (1990 E(fiticn) is w/ O TY OF FORT COLLINS MODIFICATIONS (RED/ 412000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER m writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. C.00rtfinaiiort 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplem erntany Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such authority and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination ARTICLE 8--OWNER'S 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer against ...L__ nni.tT-n nr+rnn T>mir'riiv_fe8-£�jeCEifl� whose status under the Contract Documents shall be that of the former ENGINEER. 8.3. OWNER shall famish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. �3. nun ;R�. .:i :ra: Of _,a ferdrin peregraphs5-5-through t-19 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvaLs is set forth in paragraph 13.4. 8.8- In connection with OWNERS right to stop Work or suspend Work, see pa hs 13.10 and 15.1. Paragraph 15.2 deals with O)MR's right to terminate services of CONTRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not be responsible for CONTRACTOWs failure to perform or furnish the Work in accordance with the Contract Documents. �—FC-B 714-azardeas Waste or Radioaaivt- terials uncovered or revealed at the site i-s • . 111 IY-1.. :. ....l�Y�dii'd�i�� . 'r.. yo.. ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION 0FHVER's Representative. 9.1. ENGINEER will be OWNERS representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNERS representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGI EER bysits to Site: 9.2. ENGINEER will make visits to the site at intervals MOMto the various stages of construction as ENGINEER deans necessary in order to observe as an experienced and qualified design professional the progress EJCDC GENERAL CONDITIONS 1910-8 (1990 E(itior) w/ 0 TY OF FORT COLLINS MODIFICATIONS tREV 42000) that has been made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, F.NGTNrF.FR will endeavor for the benefit of OWN-R, to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on - site inspections to cheek the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, ENGINEFR will keep OWNER informed of the progress of the Work and will endeavor to gtrard OWNER against defective Work. ENGINEER's visits and on -site observations are subject to ail the Limitations on ENGINEER's authority arid responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on -site visits or observations of CONTRACTOR's Work. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs 9.3 and 9.13 and in 0he Stipplemer" Conditions of these General Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in pa_,.Xw-a 9.3 of these General Conditions If the ENGINEER furnishes a Resident Prgject Representative (RPR) or other assistants, or if the OWNER designates a Representative or anent, all as provided in tiaraaggaph 9.3 of the General Conditiom. these Representatives shall have the authority and limitations as provided in_paraamph 9.13 of the General Conditions and shall be subject to the follow- : 9.3.1. The Repesentative's dealings in matters pertainirwto the on -site work will, in aeon be u nth the ENGINEER and CONTRACTOR But, the Representative will keep the OWNER rwooerly advised about such matters. The Representative's dealings with subcontractors will only be through or with the full knowledge and approval of the CONTRACTOR 9.3.2. Duties and Responsibilities. R=esentative will: 93 2.1.5chedules - Review the progress 19 schedule and other schedules Prepared by the CONTRACTOR and consult with the ENGINEER concerning acceptabilim 9.3.22. Conferences and Meetin-- - Attend meeting with the CONTRACTOR such as preconstruction conferences, progress meetings and other iob conferences and prepare and circulate copies of minutes of meetings. 9.3.2.3. Liaison 9.3.2.3.1. Serve as ENG1NEWS liaison with CONTRACTOR workingipelly through CONTRACTOR'S superinte cknt to assist the CONTRACTOR in understanding the Contract Documents. 9,3.2.3.2. Assist in obtaining from OWNER additional details or information, when required. for proper execution of the Work. 9.3.2.33. Advise the ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not been approved by the ENGINEER 9.3.2 4.Review of Work. Reie�dm of Defective Work. Inspections and Tests - 9.3.2.4.1, Conduct on -site observations of It Work in pppgress to assist the ENGINEER in dctennining that the Work is procoeft in accordawe with the Contract Documents, 9.3.2.4.3. Accompany visatirt inspect representing Public or other at~encies having jurisdiction over the Proiect. record the results of these inspections and report to the ENGINEER 9.32.5. Interpretation of Contract Documents. Report to ENGINEER when clarifications and mtermetations of the Contract Documents are needed and transmit to CONTRACTOR clarification and interpretation of the Contract Documents as is od by the M� 9.3.2.6. Modifications. Consider and evaluate CONTRACTORS suggestions for EJCDC GENERAL CONDITIONS 1910-8 (1990 E(lbon) 20 wl CITY OF FORT COLLINS MODIFICATIONS (REV 4t2000) modification in Drawings or Specifications and report these recommendations to ENGINEER_ Aexuate ransmit to CONTRACTOR decisions ketd by e F NGINEER 9.3.2.7. Records. MIMM :4l_ 9.3.2, 8. i . Furnish ENGINEER periodic reports as required of the progress of the Wok and of the CONTRACTORS compliance with the p,Logess schedule and schedule of shop Drawing and sample submittals. 9.328.2, C pyh with ENGINEER in advance of scheduling manor test& inspections or start of important Phases of the Work. 9.3.2.8.3. Draft proposed Charee Orders and Work Directive Changes, obtaining backup material from the CONTRACTOR and recommend to ENGINEER Change Orders. Work Directive Charees and field orders 9.3.2.8.4. Repot unmediately to ENGINEER and OWNER the occurrence of My accident. 9.3.2.9. Payment Requests. Review applications for payment with CONTRACTOR for compliance with the established Procedure for their submission and forward with recommendation to ENGLNEER not= particularly the relationship of the poTncnt requested to the schedule of values work completed and materials and equipMent delivered at the site but not incorporated , in the Work. 9.3.2.10. Comnletion 9.3.2.10.1. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items reouiring correction or comoletion. 9.3.2.10.2. Conduct final inspection in the company of the ENGINEER, OWNER and CONTRACTOR and prepare a final list of items to be corrected or completed. 9.3.2.10.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER concermna acceptance 9.3.3. Limitation of Authority: The Representative shall not; 9.3.3.1. Authorize arty deviations from the Contract Documents or accept any substitute IIItexjttIs or egltipment. unless authorized by the ENGINEER 9.3.3.2. Exceed limitations of ENGINEER'S authority as set forth in the Contract Dooumems. 9.3.33. Undertake any of the responsibilities of the CONTRACTOR, Subcontr�ctars, or QQhUBACTOR'S sutmerintendMt 9,3.3.4. Advise on. or issue directions relative to or assume control over any, aspect of _the means, methods, techniques, sequences or orocedures for construction unlm_ such is specifically called for in the Contract Documents. 9.3.3.5. Advise on or issue directions M&44ing cantroi Qvea safety precautions and progams in connections with the Work. 9.3.3.6. Accept Shop Drawings or sample submittals from anyone other than the CONTRACTOR 9.3.3.7. Authorize OWNER to occu�mv the Work in whole or in part. 9.3.3.8. Participate in specialized field or laboratory tests or mspections conducted by others except as specifically authorized by the ENGLN'EER Clarifications and Interpretations. 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the EJCDC OENE LALL CONDITIONS 1910-8 (1990 Ec@ian) w/CITY OF FORT COLLINS MODIFICATIONS {REV 412000) requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents_ Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof if any, OWNER or CONTRACTOR may make a written cfaim therefor as provided in Article 11 or Article 12. Authorized Variations in (York: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an a ustment in the Contract Price or the Contract Times anI are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These maybe accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article I l or 12. Rejecting Defeeth-e Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13 9, whether or not the Work is fabricated, installed or completed Shop Drawings, Change Orders andPavments: 9.7. In connection with ENGINEERS authority as to Shop Drawings and Samples, see paragraphs 624 through 6.28 inclusive. 9.8. In connection with ENGINEERS authority as to Change Orders, we Articles 10, 11, and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Determinations for Unit 11rdees: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGLNEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decisim either OWNM or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGIIv'EER's decision and: (i) an appeal from ENINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGWEER's decision. unless otherwise agreed in w-nting by OWNER and CONTRACTOR Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes.- 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles I 1 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGE%JEER and the other party to the Agreement promptly (but in no event later than thirty days) after the start of the occurrence or evert giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within sixty days alter the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGRNEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if any, in accordance with this paragraph ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A, "Dispute Resolution Agreem ent", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGIIvEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such EJCDC OEIRRAL CONDITIONS 1910-9 (1990 Edtioo) 22 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 41'2000) decision, unless otherwise agreed in writing by OWNER and CONTRACTOR 9.12. When functioning as interpreter and judge under paragaphs 9.10 and 9.11, ENGINEER will not show liablCislity to OWNER or CONTRACTOR and will not be e in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, di to or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition preceded to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter pursuanttaArticle 16. 9.13. Limitations on FrVGIAM's Authority and Reaponsibitities: 9.13.1. Neither ENGM-ER's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to anv surety for or employee or agent of any of them. 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be respansible for CONTRACTOR's means, methods, techniqum sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents 9.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.13.4. ENGINEER's review of the finial Application for Payment and accompanying documentation and all maintemnce and operating instructions, schedules, guarantees, Bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by paragraph I4.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with the Contract Documents. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER's Consultants, Resident Project Representative and assistants. ARTICLE 10—CHANGES IN THE WORK 10.L Without invalidat jthe Agreement and without notice to any surety, Otk may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 11 or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10A-L changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (H) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14. or (iii) agreed to by the parties; 10.4.1 changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents EJCDC GENERAL CONDITIONS 1910-8 (1990 Edtion) w/ CITY OF FORT COLLI NS MODIFICATIONS (REV 42000) (including• but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the givi.r%. of any such notice will be CONTRACTOWs responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11—CHANGE OF CONTRACT PRICE 11.1, The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for perfuming the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTR4CTORRs expense without change in the Contract Price. 11 2, The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Prix will be valid if not submitted in accordance with this paragraph 11.1 113. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 paragraphs 11.9.1 through 11.9.3. inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed payment basis, including lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2), 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the bass of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: 11 4. The tern Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may N agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll casts for employees in the direct employ of CONTRACTOR. in the performance of the Work tinder schedules of job classifications agreed upon by OW TER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll casts shall iiisludeit-nee be limited to: salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, worker compensation, health enclretir emertt benefits;- benttses; - applicable thereto. The expenses 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. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith All cash discounts stall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, 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 accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 1].4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontractors If required by OWNER, EJCDC GENERAL CONDITIONS 1910-8 (1990 MOO 24 w! CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OW'NFR who will then determine, with the advice of ENGINEER. which bids, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CON'TRACTOR's Cost of the Work and fee as pprovided in paragraphs 11.4, 11.5, 11.6 and 11 7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4, Costs of special consultants (including but not limited to engineers, architects, test"' laboratories, surveyors, attorneys and accountants employed for services specifically related to the Work. 11.4.5. Supplemental costs including the fallowing: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR_ 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others m accordance with rental agreements approved by OWNER with the advice of ENGINEER and the costs of transportation loading, unloading installation, dismantling and removal thereof —all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by 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 or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by msurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deducible amounts of property insurance established by OWNER in accordance with paragraph 5.91 provided they have resulted from causes other than the negligence of CONTRACTOR any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. Il however. any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof CONTRACTOR shall be paid for services a fee proportionate to that statcd in paragraph 11.6.2. 11.4.5.7. The cost of utilitics, fuel and sanitary facilities at the site. 11.4.5.8. '.44inor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll casts and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timckeepas, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11 A.1 or specifically covered by paragraph 11.4.4—all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.53. Any part of CONTRACTOR' capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonk and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). EJCDCOENEM CONDITIONS 19104 (19%Edtim) WICITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by anyy of them or for whose acts any of them may be li C. including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense casts of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6, The CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: I1.6,1. a mutually acceptable fined fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for coats incurred under paragraphs l 1.4.1 and 11.42, the CONTRACTOR's fee shall be fifteen percent; 11.6.22. for casts incurred under paragraph 11.4.3, the CON'TRACTOR's fee shall be five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be laid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11 4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent e€-tlta mwt-paid-te to be ne otiated in good faith with the OWNER but not to excee4 five percent of the amount paid to the next lower tier Subcontractor 11.6.2.4. no fee shall be payable on the basis of coats itemized under paragraphs 11.4.4, 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be tfie amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease, and 11.6.2.6. when both additions and credits are involved m anyy one change, the adjustment in COlNTRACTOR:s fee shall be computed on the basis of the net change in accordance with paragraphs 11,6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be 25 CDOT LOCAL AGENCY PROJECT • UDBE goal for this project: 10% • Contractors to be on CDOT's prequalified list • Bid proposal must include: — CDOT 606 Anti -Collusion Affidavit — CDOT 714 UDBE Assurance • Bids will not be accepted if they do not have these forms • Low bidder to receive: • Form 605, Form 621, Form 715 and Form 718 • These forms must be returned by 4:30 pm the following day Monthly payments will not be processed until all documentation required by CDOT for federally funded projects has been submitted to the City rrr� • Coordination with other utilities (Centurylink overhead line at Shields), City Departments and CSU (light poles at Shields) • Contractor responsible to acquire all appropriate permits and submit required documentation — SWMP — permit and inspections — CDOT Form 205 for each subcontractor — TCS Diaries, Payrolls • All required CDOT documentation prior to progress payments (Buy America, EEO, etc.) • No designated staging area provided determined pursuant to paragraphs 11.4 and 11.5. CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to F.NGWF.F.R an itemized cost breakdown together with supporting data. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Words so covered to be furnished and performed for such sums as may be acceptable to OW LATER and ENGINEER. CONTRACTOR agrees that. 11.8.1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the; foregoing will be valid - Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work- 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Weak performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.1 O. 119.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to corer CONTRACTOR's overhead and profit for each separately identified item. 11.9.3.01KNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11 if: 11.9.3.1. the quantity of any item of Unit Price Work rfonned by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; EJCDCGENEFtA1. CONDIU Z 1910-8 (1990 Edition) 26 WOW OFFORTCOLUNsMolxHCanoNSftvan_000) and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work, and 119.3.1 if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. 11.9.3A CONTRACTOR acknowledges that the OWNER has the right to add or delete items in the Bid or chanpc oft es at OWNERS sole discretion without goring the Contract Price of anv rcmainitng item $ o lrnnR as the deletion or addition does mat exceed twronty-five peroent of the original total Contract Price. ARTICLE 12--CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the 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. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as ccmtemplated by Article 7, fires, floods, epidemics, abnormal weather conditions or acts of God Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR 12A Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Ivfnlestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or organizationn, or to any surety for or employee or agent of any of them, for damages arising out of or resulting f -cm (i) delays caused by or within the control of the CONTRACTOR or (ii) delays beyond the control of both parties including, but not limited to, fires, floods, epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13--TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTI bE WORK 13,1. Notice ofDefects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowledge will be given to CONTRACTOR All defeetme Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work: 13.2. OWNER ENGINEER, fNGI]NEERs Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections.• 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13A,1. for inspections, tests or approvals covered by paragraph 13.5 below, 13.4.2. that costs incurred un connection with tests or inspections conducted pursuant to paragraph 13.9 EJCDC OENERAL CONDITIONS 1910.8 (1990 Exltioa) WICITY OF FORT COLLINS MODIFICATIONS 01EV 412OW) below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Contract Documents, 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected tested or approved by an employee or other representative of such public body, CONTRACTOR shalt assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and famish ENGINEER the required certificates of inspection, or approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all casts in connection with any inspections, tests or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. 13.7. llnooveli% Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering Rork: 13.8. If any Work is covered co to the written request of ENGINEER it must requested by ENGINEER, be uncovered for ENGLNEER's observation and replaced at CONTRACTORS expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CON71'RA(TfOK at ENGUEER's request, shall uncover, expose or otherwise make available for observation, inspection or testing as LNGIh7 LR may require, that portion of the Work in question, furnishing all necessary labor, material and equipment If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction, (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof; may make a claim therefor as provided in Article 11. If however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such 27 uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in -Articles 11 and 12. OWNER May Stop the Work: 13.14. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish a perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stopthe Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal of Defective Work: 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Wale that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all casts of repair or replacement of work. of others). 13.11 Correction Period• 13.12.1, If within erne -yew two years after the date of Substantial Completion or such larger period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cast to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 13.12.2.1n special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work (and damage to other EJCDC OENERAL CONDITION 191" (1990 Edition) 28 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) Work resulting therefrom) has been 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 anti year two year after such correction or removal and replacement has been satisfactorily completed. .Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (arid, prior to ENTGIlVEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the 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. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CON'rR_ACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGWEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract price, and, if the es are unable to agree as to the amount thereof, OW2QRmay make a claim therefor as provided in Article 11. Such claims, casts, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR`s dafectrve Work_ CONTRA(TOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in performance of the Work attributable to the exercise by OWNER of OXNER's rights and remedies hereunder. ARTICLE 14--PA VWNTS TO CONTRACTOR AND CONWLETION Scheme of 1'alues. 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed Apphciation for ProgrmPajment: 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. Any funds that are withheld by the OWNER shall not be subiect to substitution by the CONTRACTOR with securities or any arrangements involvim an t§ ow or custodianship. By executing the application for payment form the CONTRACTOR exm=ly waives his right to the benefits of Colorado Revised Statutes Section 24-91-101 et sea. COMRACTOR's Wrrrrnnly of Tide. 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 or not, will pass to OWNER no later than the time of payment free and clear of all Liens, Ro iew of Applications for Progress Payment 14.4. ENGINEER will, withiri ten days after receipt of each Application for Payment, either indicate in writing a EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) wl CITY OF FORT COMIM MODIFICATIONS MEV 42000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR 14.5. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the lest of ENGINEER's knowledge, information and belief: 14.5.E the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9,14, and to any other qualifications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ti) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGI'NEERs recommendation of any payment, including final payment, shell not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to 29 OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from 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 Amendment or Change Order, 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 1114, or 14.7.4, ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 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 CONTRACTOR's performance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. there are other items cntitling OWNER to a set- off against the amount recommended or 14.7.8. 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) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action Substantial Completion 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER CONTRACTOR and LIGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete. ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER VCDC OENMAL CON ITIONS 191M (1990 E(6tiaa) 30 w1 CITY OF FORT COLONS MODIFICATIONS (REV V2000) considers the Wok substantially complete. ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGPVEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of am, objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with res.,oct to security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment 149. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Parrial Utilization: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work, which- (i) has specifically been identified in the Contract Documents, or (n)OWNER, ENGLVEER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1.OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such grt of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and suhstantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion If ENGINEER does not consider that part of the Work to be substantially complete, ENGINTEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14 8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy, or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final ' coon with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such work or remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph SA, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but riot limited to the evidence of insurance required by subparagraph5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) complde and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts iriclude all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNERSs property might in any way be responsible have been paid or otherwise satisfied If any Subcontractor or Supplier fails EJCDC GENERAL CONDITIONS 1910-3 (1990 Edition} w/CITY OF FORT COLLINS MODIFICATIONS (REV 4R0W) to furnish such a release or receipt in full. CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien Releases or waivers of liens and the consent of the surety to finalize navment are to be submitted on forms conforming to the format of the OWNER'S standard forms bound in the Proiect manual. Final Pa}nrent and Acceptance: 14.13. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment. indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return the Application to CONTRACTOR indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGWEER will become due and will be paid by OWNER to CONTRACTOR subject to M�aag_ranh I T6.2 of these GeneralCM�hti . 14.14. It through no fault of CONTRACTOR final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR'S final Application for Payment and recommendation of ENGINEER and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment_ Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims. 14.15. The making and acceptance of final payment will constitute: 14.15.1. a waiver of all claims by OWNER against CONTRACTOR except claims arising from unsettled Liens, from rkfecrive Work appearing after final inspection pursuant to paragraph 14,11, from failure to comply with the Contract Documents or the terms of arrtyry special guarantees specified therein, or from CONTRACTOR'.s continuing obligations under the Contract Documents; and 14.15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15--SUSPENSION OF WORK AND TERNIINATION 0R'NER May Suspend ]Pork: 15.1. At any time and without cause, OWNER may suspend the Work or xrz portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed CONTRACTOR shall be allowed an adjustment in the Contract Price or an extemsion of the Contract Times or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction: 15.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliarxxs, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid VCDC OENERAL CONIXTIONS 191" (1990 E(ttim) 32 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNTER may deem expedient In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR If such claims, costs, losses and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGINaR as to their reasonableness and when so approval by ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNM against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR frwti liability. 15A Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OW NER 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 accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loess arising out of or resulting from such termination. CONTRACTOR May Vop Work or Terminate: 15.5. 1& through no actor fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR arry sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy, such suspension or failure within that time, terminate the Agreement and recover fi-om OWNER payment on the same terms as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all such amounts due CONTRACTOR, includutg interest thereon The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles I 1 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE, I6—DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in ExhibitGC-.4 "Dispute Resolution Agreement", to be attached hereto and made a pan hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs9.10, 9.11 and 9.12. OWNER. and CONTRACTOR may, exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17—MISCELLANEOUS GYtvrg Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prtiNid, to the last business address known to the giver of the notice. 17.2. Computation of rime: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first area include the last day of such period If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edtion) w/ LITY OF FORT ODLLI NS MODIFICATIONS (REV 412000) 172.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day_ Nodee of Claim: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other part 's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be eornarued as a sut'stitute for or a waiver of the provisions of any applicable statute of limitations or repose.Cumuk6ve Remedies- 17.4. The duties and obligations imposed by these General Conditioms and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by pamgmphs6.12, 6.16, 6.30, 6.31, 632, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply, Professional Fees and Court Cmis Included. 17.5. Whenever reference is made to "claims, costs, losses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 17.6. The laws of the State of Colorado aMly W this Aexeement R_efergnce to two e�rtinent Colorado statutes are as follows: 17.6.2, If a claim is filed OWNER is required by law (CRS 3s to CONTRACTOR sufficient funds to insure the payment of all claims far labor materials, team hire. sustenance. provisions. provender, or other supplies used or consumed by CONTRACTOR or his 33 EJCDC(9ENERAL CONTNTIONS 191" (1990 E6600) 34 wl CITY OF FORT COWNS MODIFICATIONS (REV 42000) (This page left blank- intendonallp.) EJCDCOENERAL CONDITIONS 19105 (1990 Edtim) 35 WI CITY OF FORT COLLINS MODIFICATIONS {REV 4/2090) NNNOLPi-ROJECT OV iEW V & Traffic Control — All MHT's approved through City Traffic Department, submitted at least 48 hours in advance — Lane rental spec for arterial roadways — Minor (local) street closures will be permitted — Contractor responsible for submitting all MHT's — Access to local businesses and residents required at all times — Coordination with CSU events/construction near Shields and College — Arterial road lane closures permitted between 8:30 AM to 3:30 PM. • Section 104 — Lane Rental Fee — Total of 15 daytime lane rental days for the project. — Anticipate 5 lane rental days on Taft Hill Road, Shields Street `,. and Lemay Ave. — Additional days shall be $1200/lane day — Lane day measured as any day that thru lane or left turn lane closed to traffic on arterials roads (Taft Hill, Shields, College Ave, or Lemay). — Arterial lane closures permitted between 8.30 AM to 3:30 PM — Minor streets do not have Lane Rental Fee 36 EJCDC OENBRAL CONDITIONS 19108 (1990 E(fib%0 WI CITY OF FORT COLLINS MODIFICATIONS ftN 4n000) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR MWL7E RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 161. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining, subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. No demand for arbitration of any written decision of ENGrN'F-E t rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association. and a copy will be sent to ENGINEER for information The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. EJCDC GENERAL CONDITIONS 1910-5 (1990 Edtiac) w? CITY OF FORT COLLINS MODIFICATIONS (REV 9,199) 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 16A.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder, CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNTER and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment miry be entered upon it in any court having jurisdiction thereof, and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall fast submit any and all unsettled claims, counterclaims, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitrations as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation- The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed VCDC OENERAL CONDITIONS 191" (1990 Etttim) GC -Al w? CITY OF FORT COLUM MODIFICATIONS (REV 9.94) 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-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: N/A Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. SC-5.3.2 Add the following: The State of Colorado shall be added as an additional insured. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-6.4.1 Purchasing Restrictions Delete the complete paragraph SC-6.4.2 Cement Restrictions Delete the complete paragraph SC-6.5 Contractor Responsibilities —Amended in its entirety to read: All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties, if any, provided in the Specifications shall run specifically to the benefit of Owner. If required by Engineer prior to final payment as provided for herein, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of the materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. SC- 6.30.1. - Contractor General Warranty and Guarantee - Delete the complete paragraph 6.30.1.1 Specific Warranties. Contractor further warrants and guarantees that any Work covered by a specific warranty provision contained in the Specifications shall be performed in accordance with the applicable warranty and any such Work shall conform to the warranty requirements during the warranty period stated in the specific warranty. SC-13.12 Correction Period Delete the complete paragraph SC-14.15.1- Waiver of Claims- Amended in its entirety to read: 14.15.1 a waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective Work identified and reported to Contractor during final inspection pursuant to 14.11, from failure to comply with the Contract Documents, or the terms of any specific guarantees or warranties specified therein, or from Contractors' continuing obligations under the Contract Documents; SC-17.6.1 Delete the complete paragraph SC-DB Davis Bacon Wage Rates A. The terms and conditions set forth in the following pages are hereby incorporated as part of this Agreement. SC -FED Federal Terms & Conditions A. The terms and conditions set forth in the following pages are hereby incorporated as part of this Agreement. DAVIS BACON WAGE RATES General Decision Number: C0170024 01/06/2017 CO24 Superseded General Decision Number: CO20160024 State: Colorado Construction Type: Highway Counties: Larimer, Mesa and Weld Counties in Colorado. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at �,vww.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01 /06/2017 * ENG10009-012 10/23/2013 Rates Fringes POWER EQUIPMENT OPERATOR: (3)- Drill Rig Caisson (smaller than Watson 2500 and similar) ....$ 24.73 9.15 (4)-Oiler WeldCounty.............................................................................. $ 24.88 9.15 (5)-Drill Rig Caisson (Watson 2500 similar or larger) ................... $ 25.04 9.15 ---------------------------------------------------------------- SUCO2011-009 09/15/2011 Rates Fringes CARPENTER Excludes Form Work................................................................... $ 20.72 5.34 Form Work Only Larimer, Mesa.............................................................................$ 18.79 3.67 Weld........................................................................................... $ 16.54 3.90 CEMENT MASON/CONCRETE FINISHER Larimer.........................................................................................$ 16.05 3.00 Mesa........................................................................................... $ 17.53 3.00 Weld............................................................................................ $ 17.48 3.00 ELECTRICIAN Excludes Traffic Signalization Weld........................................................................................... $ 33.45 7.58 Traffic Signaliztion Weld............................................................................................$ 25.84 6.66 FENCE ERECTOR Weld............................................................................................ $ 17.46 3.47 GUARDRAIL INSTALLER Larmer, Weld.............................................................................. $ 12.89 3.39 HIGHWAY/PARKING LOT STRIPING: Painter Larimer........................................................................................ $ 14.79 3.98 Mesa........................................................................................... $ 14.75 3.21 Weld............................................................................................ $ 14.66 3.21 IRONWORKER, REINFORCING (Excludes Guardrail Installation) Larimer, Weld.............................................................................. $ 16.69 5.45 IRONWORKER, STRUCTURAL (Excludes Guardrail Installation) Larimer, Weld.............................................................................. $ 18.22 6.01 LABORER Asphalt Raker Larimer....................................................................................... $ 18.66 4.66 Weld........................................................................................... $ 16.72 4.25 Asphalt Shoveler......................................................................... $ 21.21 4.25 Asphalt Spreader........................................................................ $ 18.58 4.65 Common or General....................................................................$ 16.29 4.25 Concrete Saw (Hand Held)......................................................... $ 16.29 6.14 Landscape and Irrigation............................................................ $ 12.26 3.16 Mason Tender- Cement/Concrete.............................................. $ 16.29 4.25 Pipelayer Larimer....................................................................................... $ 17.27 3.83 Mesa, Weld................................................................................ $ 16.23 3.36 Traffic Control (Flagger).............................................................. $ 9.55 3.05 Traffic Control (Sets Up/Moves Barrels, Cones, Install Signs, Arrow Boards and Place Stationary Flags)(Excludes Flaggers) Larimer, Weld..............................................................................$ 12.43 3.22 PAINTER (Spray Only).................................................................... $ 16.99 2.87 POWER EQUIPMENT OPERATOR: Asphalt Laydown Larimer....................................................................................... $ 26.75 5.39 Mesa,Weld................................................................................. $ 23.93 7.72 AsphaltPaver.............................................................................. $ 21.50 3.50 Asphalt Roller Larimer....................................................................................... $ 23.57 3.50 Mesa.......................................................................................... $ 24.25 3.50 Weld........................................................................................... $ 27.23 3.50 Asphalt Spreader Larimer........................................................................................$ 25.88 6.80 Mesa, Weld................................................................................ $ 23.66 7.36 Backhoe/Trackhoe Larimer....................................................................................... $ 21.46 4.85 Mesa.......................................................................................... $ 19.81 6.34 Weld........................................................................................... $ 20.98 6.33 Bobcat/Skid Loader Larimer........................................................................................$ 17.13 4.46 Mesa, Weld................................................................................ $ 15.37 4.28 Boom........................................................................................... $ 22.67 8.72 Broom/Sweeper Larimer....................................................................................... $ 23.55 6.20 Mesa.......................................................................................... $ 23.38 6.58 Weld............................................................................................$ 23.23 6.89 Bulldozer Larimer, Weld............................................................................. $ 22.05 6.23 Mesa.......................................................................................... $ 22.67 8.72 Crane...........................................................................................$ 26.75 6.16 Drill Larimer, Weld..............................................................................$ 31.39 0.00 Mesa.......................................................................................... $ 35.06 0.00 Forklift......................................................................................... $ 15.91 4.68 Grader/Blade Larimer....................................................................................... $ 24.82 5.75 Mesa.......................................................................................... $ 23.42 9.22 Weld........................................................................................... $ 24.53 6.15 Guardrail/Post Driver.................................................................. $ 16.07 4.41 Loader (Front End) Larimer....................................................................................... $ 20.45 3.50 Mesa.......................................................................................... $ 22.44 9.22 Weld........................................................................................... $ 23.92 6.67 Mechanic Larimer....................................................................................... $ 27.68 4.57 Mesa.......................................................................................... .$ 25.50 5.38 Weld........................................................................................... $ 24.67 5.68 Oiler Larimer....................................................................................... $ 24.16 8.35 Mesa.......................................................................................... $ 23.93 9.22 Roller/Compactor (Dirt and Grade Compaction) Mesa, Weld................................................................................ $ 21.33 6.99 Roller/Compactor (Dirt and Grade Compaction Larimer....................................................................................... $ 23.67 8.22 Rotomill Larimer....................................................................................... $ 18.59 4.41 Weld........................................................................................... $ 16.22 4.41 Scraper Larimer....................................................................................... $ 21.33 3.50 Mesa.......................................................................................... $ 24.06 4.13 Weld........................................................................................... $ 30.14 1.40 Screed Larimer....................................................................................... $ 27.20 5.52 Mesa.......................................................................................... $ 27.24 5.04 Weld........................................................................................... $ 27.95 3.50 Tractor..........................................................................................$ 13.13 2.95 TRAFFIC SIGNALIZATION: Groundsman Larimier....................................................................................... $ 11.44 2.84 Mesa........................................................................................... $ 16.00 5.85 Weld............................................................................................ $ 16.93 3.58 TRUCK DRIVER Distributor Larimer....................................................................................... $ 19.28 4.89 Mesa.......................................................................................... $ 19.17 4.84 Weld........................................................................................... $ 20.61 5.27 Dump Truck Larimer....................................................................................... $ 18.86 3.50 Mesa.......................................................................................... $ 15.27 4.28 Weld........................................................................................... $ 15.27 5.27 Lowboy Truck Larimer....................................................................................... $ 18.96 5.30 Mesa,Weld..................................................................................$ 18.84 5.17 Mechanic..................................................................................... $ 26.48 3.50 Multi -Purpose Specialty & Hoisting Truck Larimer, Mesa............................................................................ $ 16.65 5.46 Weld............................................................................................$ 16.87 5.56 Pickup and Pilot Car................................................................... $ 13.93 3.68 Semi/Trailer Truck....................................................................... $ 18.39 4.13 Truck Mounted Attenuator.......................................................... $ 12.43 3.22 Water Truck Larimer....................................................................................... $ 19.14 4.99 Mesa.......................................................................................... $ 15.96 5.27 Weld........................................................................................... $ 19.28 5.04 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic • Section 108 - Prosecution and Progress - 60 total calendar days for completion of project 'k - Notice to Proceed, plan to issue by March 15, 2017 - Liquidated Damages assessed for failure to complete work on time • $800/day in accordance with Section 108.09 - Standard hours of operations • 7 AM thru 6 PM M-F • Extended hours and weekend work may be requested • Project Meetings - Once a week at 281 N. College Ave Capital Projects Conference Area - Time to be determined - Agree to quantities weekly - Monthly payments confirm acceptance of quantities by the Contractor. ALL quantity disputes MUST be resolved prior to monthly progress payments. • Progress and Schedule Revisions - Prior to construction, initial schedule must be submitted and approved - Schedules shall be updated weekly • The Contractor may be required to submit additional schedules depending on the progress of the project. • Record Drawing Plan Set Contractor will be required to keep record drawings Cry.f Fort C�ottins violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. FHWA-1273 -- Revised May 1, 2012 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230. and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140. the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the- job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of- way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one ciassification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination, and (ii) The classification is utilized in the area by the construction industry, and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis - Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. - Arterial and Collector streets only. Cont6bt&wff'n6t be allowed to use residential streets to access the site with trucks hauling materials. - The City reserves the right to dictate haul routes to protect pavement and other material per Section 106 • Site Clean-up - The construction work shall be kept and accomplished in a neat, clean and orderly fashion - Tracking pads and street sweeping may need to be used in order to minimize tracking and meet EPA storm water quality requirements - Dust control as required - City has dust control policy and manual PAY ITEMS VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees, (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project, and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts, however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T h i s p r o v i s i o n i s applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal - aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation, or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www,el)ls.gov ), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property: (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https.//vNoN.epls,gov;), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the 10 department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. ifl ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (I c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order maybe placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1 c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. 12 FEDERAL TERMS & CONDITIONS FEDERAL TRANSIT ADMINISTRATION FEDERALLY REQUIRED AND OTHER MODEL CONTRACT CLAUSES NO GOVERNMENT OBLIGATION TO THIRD PARTIES Applicability to Contracts Applicable to all contracts. Flow Down Not required by statute or regulation for either primary contractors or subcontractors, this concept should flow down to all levels to clarify, to all parties to the contract, that the Federal Government does not have contractual liability to third parties, absent specific written consent. Model Clause/Language While no specific language is required, FTA has developed the following language. No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (31 U.S.C. 3801 et seq. 49 CFR Part 31 18 U.S.C. 1001 49 U.S.C. 5307) Applicability to Contracts These requirements are applicable to all contracts. Flow Down These requirements flow down to contractors and subcontractors who make, present, or submit covered claims and statements. Model Clause/Language These requirements have no specified language, so FTA proffers the following language. Program Fraud and False or Fraudulent Statements or Related Acts. (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. ACCESS TO RECORDS AND REPORTS (49 U.S.C. 5325, 18 CFR 18.36 (i), 49 CFR 633.17) Applicability to Contracts Reference Chart "Requirements for Access to Records and Reports by Type of Contracts" Flow Down FTA does not require the inclusion of these requirements in subcontracts. Model Clause/Language The specified language is not mandated by the statutes or regulations referenced, but the language provided paraphrases the statutory or regulatory language. Access to Records - The following access to records requirements apply to this Contract Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)l, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)l, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000. 3. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 6. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 7. FTA does not require the inclusion of these requirements in subcontracts. Requirements for Access to Records and Reports by Types of Contract Contract Characteristics Operational Service Contract Turnkey Construction Architectural Engineering Acquisition of Rolling Stock Professional Services I State Grantees None Those imposed None None None None a. Contracts on state pass below SAT thru to ($100,000) None Contractor Yes, if non- None unless None unless None unless unless' non- competitive non- non- non- b. Contracts competitive award or if competitive competitive competitive above award funded thruz award award award $100,000/Capital 5307/5309/53 Projects 1 11 II Non State Grantees Those imposed Yes3 on non -state Yes Yes Yes Yes a. Contracts Grantee pass below SAT Yes3 thru to Yes Yes Yes Yes ($100,000) Contractor b. Contracts above $100,000/Capital Projects Sources of Authority: 49 USC 5325 (a) 2 49 CFR 633.17 318 CFR 18.36 (i) FEDERAL CHANGES (49 CFR Part 18) Applicability to Contracts The Federal Changes requirement applies to all contracts. Flow Down The Federal Changes requirement flows down appropriately to each applicable changed requirement. Model Clause/Lan-guage No specific language is mandated. The following language has been developed by FTA. Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. CIVIL RIGHTS REQUIREMENTS (29 U.S.C. § 623, 42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. § 12132, 49 U.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq.) Applicability to Contracts The Civil Rights Requirements apply to all contracts. Flow Down The Civil Rights requirements flow down to all third party contractors and their contracts at every tier. Model Clause/Lan-guage The following clause was predicated on language contained at 49 CFR Part 19, Appendix A, but FTA has shortened the lengthy text. Civil Rights - The following requirements apply to the underlying contract (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seg., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS (FTA Circular 4220.1 E) Applicability to Contracts The incorporation of FTA terms applies to all contracts. Flow Down The incorporation of FTA terms has unlimited flow down. Model Clause/Lan-guage FTA has developed the following incorporation of terms language: Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 E, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms • Clearing and Grubbing — LS — Includes removal of the following • Bushes and shrubs as identified by Engineer or City Forestery • Material along Shields to facilitate sidewalk installation • Abandoned utilities above ground • All removed debris becomes the property of Contractor & needs to be disposed offsite. Ciry cJ Forto Jcotlins SECTION-V02 - REMOVA - Removal of Concrete — Includes all ramps and sidewalks Saw Cutting equipment needs to be equipped with dust management devices to meet the City's Dust Policy - Removal of Tree (Less than 8" Diameter) — EA - Removal of Tree (Greater than 8" Diameter) — EA - Removal of Curb and Gutter - Removal of Asphalt shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. ENERGY CONSERVATION REQUIREMENTS (42 U.S.C. 6321 et seq. 49 CFR Part 18) Applicability to Contracts The Energy Conservation requirements are applicable to all contracts. Flow Down The Energy Conservation requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subagreements at every tier. Model Clause/Lanquage No specific clause is recommended in the regulations because the Energy Conservation requirements are so dependent on the state energy conservation plan. The following language has been developed by FTA: Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. TERMINATION (49 U.S.C. Part 18 FTA Circular 4220.1 E) Applicability to Contracts All contracts (with the exception of contracts with nonprofit organizations and institutions of higher education,) in excess of $10,000 shall contain suitable provisions for termination by the grantee including the manner by which it will be effected and the basis for settlement. (For contracts with nonprofit organizations and institutions of higher education the threshold is $100,000.) In addition, such contracts shall describe conditions under which the contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. Flow Down The termination requirements flow down to all contracts in excess of $10,000, with the exception of contracts with nonprofit organizations and institutions of higher learning. Model Clause/Language FTA does not prescribe the form or content of such clauses. The following are suggestions of clauses to be used in different types of contracts: a. Termination for Convenience (General Provision) The (Recipient) may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to (Recipient) to be paid the Contractor. If the Contractor has any property in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) directs. b. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the (Recipient) may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the (Recipient) that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the (Recipient), after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure (General Provision) The (Recipient) in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) setting forth the nature of said breach or default, (Recipient) shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude (Recipient) from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that (Recipient) elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit (Recipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Convenience (Professional or Transit Service Contracts) The (Recipient), by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. f. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. g. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the (Recipient), protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and (Recipient) shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the (Recipient). h. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and 2. the contractor, within [10] days from the beginning of any delay, notifies the (Recipient) in writing of the causes of delay. If in the judgment of the (Recipient), the delay is excusable, the time for completing the work shall be extended. The judgment of the (Recipient) shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. Termination for Convenience or Default (Architect and Engineering) The (Recipient) may terminate this contract in whole or in part, for the Recipient's convenience or because of the failure of the Contractor to fulfill the contract obligations. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process If the termination is for the convenience of the Recipient, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. Termination for Convenience of Default (Cost -Type Contracts) The (Recipient) may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the (Recipient) or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the (Recipient), or property supplied to the Contractor by the (Recipient). If the termination is for default, the (Recipient) may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the (Recipient) and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the (Recipient), the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the (Recipient) determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the (Recipient), after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Background and Applicability In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This government -wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note (Section 2455, Public Law 103-355, 108 Stat. 3327). The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected to equal or exceed $25,000 as well as any contract or subcontract (at any level) for Federally required auditing services. 49 CFR 29.220(b). This represents a change from prior practice in that the dollar threshold for application of these rules has been lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in the regulation as "covered transactions." Grantees, contractors, and subcontractors (at any level) that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates) they propose to contract or subcontract with is not excluded or disqualified. They do this by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that person, or (c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CFR 29.300. Grantees, contractors, and subcontractors who enter into covered transactions also must require the entities they contract with to comply with 49 CFR 29, subpart C and include this requirement in their own subsequent covered transactions (i.e., the requirement flows down to subcontracts at all levels). Clause Language The following clause language is suggested, not mandatory. It incorporates the optional method of verifying that contractors are not excluded or disqualified by certification. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. BUY AMERICA REQUIREMENTS (49 U.S.C. 53230) 49 CFR Part 661) Applicability to Contracts The Buy America requirements apply to the following types of contracts: Construction Contracts and Acquisition of Goods or Rolling Stock (valued at more than $100,000). Flow Down The Buy America requirements flow down from FTA recipients and subrecipients to first tier contractors, who are responsible for ensuring that lower tier contractors and subcontractors are in compliance. The $100,000 threshold applies only to the grantee contract, subcontracts under that amount are subject to Buy America. Mandatory Clause/Language The Buy America regulation, at 49 CFR 661.13, requires notification of the Buy America requirements in FTA-funded contracts, but does not specify the language to be used. The following language has been developed by FTA. Buy America - The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. BIDDER MUST SIGN ONE (1) OF THE FOLLOWING: Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 5323U)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 C.F.R. Part 661.5. Date Signature Company Name Title Certificate of Non -Compliance with 49 U.S.C. 5323U)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7. Date Signature Company Name Title Certification requirement for procurement of buses, other rolling stock and associated equipment. Certificate of Compliance with 49 U.S.C. 53236)(2)(C). The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 53230)(2)(C) and the regulations at 49 C.F.R. Part 661.11. Date Signature Company Name Title Certificate of Non -Compliance with 49 U.S.C. 53236)(2)(C) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 CFR 661.7. Date Signature Company Name Title BREACHES AND DISPUTE RESOLUTION (49 CFR Part 18FTA Circular 4220.1 E) Applicability to Contracts All contracts in excess of $100,000 shall contain provisions or conditions which will allow for administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. This may include provisions for bonding, penalties for late or inadequate performance, retained earnings, liquidated damages or other appropriate measures. Flow Down The Breaches and Dispute Resolutions requirements flow down to all tiers. Model Clauses/Language FTA does not prescribe the form or content of such provisions. What provisions are developed will depend on the circumstances and the type of contract. Recipients should consult legal counsel in developing appropriate clauses. The following clauses are examples of provisions from various FTA third party contracts. Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of (Recipient)'s [title of employee]. This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by (Recipient), Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the (Recipient) and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the (Recipient) is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the (Recipient), (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. LOBBYING (31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20) Applicability to Contracts The Lobbying requirements apply to Construction/Architectural and Engineering/Acquisition of Rolling Stock/Professional Service Contract/Operational Service Contract/Turnkey contracts. Flow Down The Lobbying requirements mandate the maximum flow down, pursuant to Byrd Anti - Lobbying Amendment, 31 U.S.C. § 1352(b)(5) and 49 C.F.R. Part 19, Appendix A, Section 7. Mandatory Clause/Language Clause and specific language therein are mandated by 49 CFR Part 19, Appendix A. Modifications have been made to the Clause pursuant to Section 10 of the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] Lobbying Certification and Disclosure of Lobbying Activities for third party contractors are mandated by 31 U.S.C. 1352(b)(5), as amended by Section 10 of the Lobbying Disclosure Act of 1995, and DOT implementing regulation, "New Restrictions on Lobbying," at 49 CFR § 20.110(d) Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A, Section 7, which provides that contractors file the certification required by 49 CFR Part 20, Appendix A. Modifications have been made to the Lobbying Certification pursuant to Section 10 of the Lobbying Disclosure Act of 1995. - Use of "Disclosure of Lobbying Activities," Standard Form-LLL set forth in Appendix B of 49 CFR Part 20, as amended by "Government wide Guidance For New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96) is mandated by 49 CFR Part 20, Appendix A. Byrd Anti -Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non -Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date CLEAN AIR (42 U.S.C. 7401 et seq, 40 CFR 15.61, 49 CFR Part 18) Applicability to Contracts The Clean Air requirements apply to all contracts exceeding $100,000, including indefinite quantities where the amount is expected to exceed $100,000 in any year. Flow Down The Clean Air requirements flow down to all subcontracts which exceed $100,000. Model Clauses/Language No specific language is required. FTA has proposed the following language. Clean Air - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et sec.. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. CLEAN WATER REQUIREMENTS (33 U.S.C. 1251) • Laborer`= HOUR • Backhoe —HOUR • Potholing — HOUR — Investigative potholing for traffic caissons — Potholing, Laborer & Backhoe will only be paid when specifically requested by City Representative. — All potholing required to perform work (excavations, boring, trenching, etc) is considered incidental to the work. • Excavation — Along Shields for sidewalk installation -150CY �s Fo" ttoloikins • Erosion Control — LS — Includes work identified in preliminary erosion control plan — Work required to maintain clean job site, sweeping, washout, etc. — Other protections identified in order to meet stormwater B M P's — Dust Control G.ry of Collins Applicability to Contracts The Clean Water requirements apply to each contract and subcontract which exceeds $100,000. Flow Down The Clean Water requirements flow down to FTA recipients and subrecipients at every tier. Model Clause/Language While no mandatory clause is contained in the Federal Water Pollution Control Act, as amended, the following language developed by FTA contains all the mandatory requirements: Clean Water - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seg. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. CARGO PREFERENCE REQUIREMENTS (46 U.S.C. 1241 , 46 CFR Part 381) Applicability to Contracts The Cargo Preference requirements apply to all contracts involving equipment, materials, or commodities which may be transported by ocean vessels. Flow Down The Cargo Preference requirements apply to all subcontracts when the subcontract may be involved with the transport of equipment, material, or commodities by ocean vessel. Model Clause/Language The MARAD regulations at 46 CFR 381.7 contain suggested contract clauses. The following language is proffered by FTA. Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill -of - lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. DAVIS-BACON AND COPELAND ANTI -KICKBACK ACTS Background and Application The Davis -Bacon and Copeland Acts are codified at 40 USC 3141, et seq. and 18 USC 874. The Acts apply to grantee construction contracts and subcontracts that "at least partly are financed by a loan or grant from the Federal Government." 40 USC 3145(a), 29 CFR 5.2(h), 49 CFR 18.36(i)(5). The Acts apply to any construction contract over $2,000. 40 USC 3142(a), 29 CFR 5.5(a). 'Construction,' for purposes of the Acts, includes "actual construction, alteration and/or repair, including painting and decorating." 29 CFR 5.5(a). The requirements of both Acts are incorporated into a single clause (see 29 CFR 3.11) enumerated at 29 CFR 5.5(a) and reproduced below. The clause language is drawn directly from 29 CFR 5.5(a) and any deviation from the model clause below should be coordinated with counsel to ensure the Acts' requirements are satisfied. Clause Language Davis -Bacon and Copeland Anti -Kickback Acts (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (v)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding - The [ insert name of grantee ] shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the [ insert name of grantee ] may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (2) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the [ insert name of grantee ] for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (3) Apprentices and trainees - (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements - All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Background and Application The Contract Work Hours and Safety Standards Act is codified at 40 USC 3701, et seq. The Act applies to grantee contracts and subcontracts "financed at least in part by loans or grants from ... the [Federal] Government." 40 USC 3701(b)(1)(B)(iii) and (b)(2), 29 CFR 5.2(h), 49 CFR 18.36(i)(6). Although the original Act required its application in any construction contract over $2,000 or non -construction contract to which the Act applied over $2,500 (and language to that effect is still found in 49 CFR 18.36(i)(6)), the Act no longer applies to any "contract in an amount that is not greater than $100,000." 40 USC 3701(b)(3) (A)(iii). The Act applies to construction contracts and, in very limited circumstances, non - construction projects that employ "laborers or mechanics on a public work." These non - construction applications do not generally apply to transit procurements because transit procurements (to include rail cars and buses) are deemed "commercial items." 40 USC 3707, 41 USC 403 (12). A grantee that contemplates entering into a contract to procure a developmental or unique item should consult counsel to determine if the Act applies to that procurement and that additional language required by 29 CFR 5.5(c) must be added to the basic clause below. The clause language is drawn directly from 29 CFR 5.5(b) and any deviation from the model clause below should be coordinated with counsel to ensure the Act's requirements are satisfied. Clause Language Contract Work Hours and Safety Standards (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - The (write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. BONDING REQUIREMENTS Applicability to Contracts For those construction or facility improvement contracts or subcontracts exceeding $100,000, FTA may accept the bonding policy and requirements of the recipient, provided that they meet the minimum requirements for construction contracts as follows: a. A bid guarantee from each bidder equivalent to five (5) percent of the bid price. The "bid guarantees" shall consist of a firm commitment such as a bid bond, certifies check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. b. A performance bond on the part to the Contractor for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. c. A payment bond on the part of the contractor for 100 percent of the contract price. A "payment bond" is one executed in connection with a contract to assure payment, as required by law, of all persons supplying labor and material in the execution of the work provided for in the contract. Payment bond amounts required from Contractors are as follows: (1) 50% of the contract price if the contract price is not more than $1 million; (2) 40% of the contract price if the contract price is more than $1 million but not more than $5 million; or (3) $2.5 million if the contract price is more than $5 million. d. A cash deposit, certified check or other negotiable instrument may be accepted by a grantee in lieu of performance and payment bonds, provided the grantee has established a procedure to assure that the interest of FTA is adequately protected. An irrevocable letter of credit would also satisfy the requirement for a bond. Flow Down Bonding requirements flow down to the first tier contractors. Model Clauses/Language FTA does not prescribe specific wording to be included in third party contracts. FTA has prepared sample clauses as follows: Bid Bond Requirements (Construction) (a) Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to (Recipient) and listed as a company currently authorized under 31 CFR, Part 223 as possessing a Certificate of Authority as described thereunder. (b) Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by (Recipient) to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [ninety (90)] days subsequent to the opening of bids, without the written consent of (Recipient). It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [ninety (90)] days after the bid opening without the written consent of (Recipient), shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of (Recipient's) damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefor. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been retained by (Recipient) as provided in [Item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense (Recipient) for the damages City of /`F�ort Collins ` �Purc�hasing ADDENDUM NO. 3 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8449: Pitkin Street Bikeway OPENING DATE: 3:00 PM (Our Clock) February 3, 2017 Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/Purchasing To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed as follows CORRECTIONS TO THE ELECTRONIC BID SCHEDULE 1. The Microsoft Excel spreadsheet, 8449 Add 1 Bid Schedule, had formula errors. These errors have been corrected and a new spreadsheet is hereby uploaded as 8449 Add 3 Bid Schedule. Please contact Gerry Paul, Purchasing Director at (970) 221-6779 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. IV • Hot Mix Asphalt (Grading S) (100) (PG 64-22) —TON • Match existing pavement section • 503 — Drilled Caisson (18 Inch) - LF 503 — Drilled Caisson (36 Inch) - LF • 608 — Concrete Sidewalk (includes ramps and pedestrian curb) - SY • 608 — Detectible Warnings - EA • 609 — Modified Curb and Gutter (4" Rolled Curb, Match Existing) - LF • 609 — Curb Type 2 (Section B) - LF occasioned by default, then the undersigned bidder agrees to indemnify (Recipient) and pay over to (Recipient) the difference between the bid security and (Recipient's) total damages, so as to make (Recipient) whole. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested, will render the bid unresponsive. Performance and Payment Bonding Requirements (Construction) The Contractor shall be required to obtain performance and payment bonds as follows: (a) Performance bonds 1. The penal amount of performance bonds shall be 100 percent of the original contract price, unless the (Recipient) determines that a lesser amount would be adequate for the protection of the (Recipient). 2. The (Recipient) may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The (Recipient) may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond. (b) Payment bonds 1. The penal amount of the payment bonds shall equal: (i) Fifty percent of the contract price if the contract price is not more than $1 million. (ii) Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or (iii) Two and one half million if the contract price is more than $5 million. 2. If the original contract price is $5 million or less, the (Recipient) may require additional protection as required by subparagraph 1 if the contract price is increased. Performance and Payment Bonding Requirements (Non -Construction) The Contractor may be required to obtain performance and payment bonds when necessary to protect the (Recipient's) interest. (a) The following situations may warrant a performance bond: 1. (Recipient) property or funds are to be provided to the contractor for use in performing the contract or as partial compensation (as in retention of salvaged material). 2. A contractor sells assets to or merges with another concern, and the (Recipient), after recognizing the latter concern as the successor in interest, desires assurance that it is financially capable. 3. Substantial progress payments are made before delivery of end items starts. 4. Contracts are for dismantling, demolition, or removal of improvements. (b) When it is determined that a performance bond is required, the Contractor shall be required to obtain performance bonds as follows: 1. The penal amount of performance bonds shall be 100 percent of the original contract price, unless the (Recipient) determines that a lesser amount would be adequate for the protection of the (Recipient). The (Recipient) may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The (Recipient) may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond. (c) A payment bond is required only when a performance bond is required, and if the use of payment bond is in the (Recipient's) interest. (d) When it is determined that a payment bond is required, the Contractor shall be required to obtain payment bonds as follows: 1. The penal amount of payment bonds shall equal: (i) Fifty percent of the contract price if the contract price is not more than $1 million; (ii) Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or (iii) Two and one half million if the contract price is increased. Advance Payment Bonding Requirements The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The (recipient) shall determine the amount of the advance payment bond necessary to protect the (Recipient). Patent Infringement Bonding Requirements (Patent Indemnity) The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. The (recipient) shall determine the amount of the patent indemnity to protect the (Recipient). Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to (Recipient), the Architect and/or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by (Recipient), free from faults and defects and in conformance with the Contract Documents. All work not so conforming to these standards shall be considered defective. If required by the [Project Manager], the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by (Recipient) and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to (Recipient). As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in Item X below], furnish separate Maintenance (or Guarantee) Bonds in form acceptable to (Recipient) written by the same corporate surety that provides the Performance Bond and Labor and Material Payment Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all). CIVIL RIGHTS REQUIREMENTS (29 U.S.C. § 623, 42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. § 12132, 49 U.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq.) Applicability to Contracts The Civil Rights Requirements apply to all contracts. Flow Down The Civil Rights requirements flow down to all third party contractors and their contracts at every tier. Model Clause/Lanquage The following clause was predicated on language contained at 49 CFR Part 19, Appendix A, but FTA has shortened the lengthy text. Civil Rights - The following requirements apply to the underlying contract (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract. - (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (d) Special DOL EEO Clause - In addition to the foregoing, when undertaking "construction" as recognized by the U.S. Department of Labor (U.S. DOL), the Recipient agrees to comply, and assures that each Third Party Participant will comply, with: (a) U.S. DOL regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and (b) Executive Order 11246, "Equal Employment Opportunity," as amended by Executive Order 11375, "Amending Executive Order 11246, Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. DISADVANTAGED BUSINESS ENTERPRISE (DBE) (49 CFR Part 26) Background and Applicability The newest version on the Department of Transportation's Disadvantaged Business Enterprise (DBE) program became effective July 16, 2003. The rule provides guidance to grantees on the use of overall and contract goals, requirement to include DBE provisions in subcontracts, evaluating DBE participation where specific contract goals have been set, reporting requirements, and replacement of DBE subcontractors. Additionally, the DBE program dictates payment terms and conditions (including limitations on retainage) applicable to all subcontractors regardless of whether they are DBE firms or not. The DBE program applies to all DOT -assisted contracting activities. A formal clause such as that below must be included in all contracts above the micro -purchase level. The requirements of clause subsection b flow down to subcontracts. A substantial change to the payment provisions in this newest version of Part 26 concerns retainage (see section 26.29). Grantee choices concerning retainage should be reflected in the language choices in clause subsection d. Clause Language The following clause language is suggested, not mandatory. It incorporates the payment terms and conditions applicable to all subcontractors based in Part 26 as well as those related only to DBE subcontractors. The suggested language allows for the options available to grantees concerning retainage, specific contract goals, and evaluation of DBE subcontracting participation when specific contract goals have been established. Disadvantaged Business Enterprises a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for DBE participation is 5 %. A contract goal of 10 % DBE participation has been established for this procurement. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT -assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). c. Bidders/offerors are required to document sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR 26.53. Award of this contract is conditioned on submission of the following concurrent with and accompanying sealed bid: 1. The names and addresses of DBE firms that will participate in this contract; 2. A description of the work each DBE will perform; 3. The dollar amount of the participation of each DBE firm participating; 4. Written documentation of the bidder/offeror's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; 5. Written confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and 6. If the contract goal is not met, evidence of good faith efforts to do so. Bidders must present the information required above as a matter of responsiveness (see 49 CFR 26.53(3)). (if no separate contract goal has been established, use the following) The successful bidder/offeror will be required to report its DBE participation obtained through race -neutral means throughout the period of performance. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the City of Fort Collins. In addition, the contractor may not hold retainage from its subcontractors and is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed. e. The contractor must promptly notify the City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the City of Fort Collins. ADA ACCESS Accessibility. Facilities to be used in public transportation service must comply with 42 U.S.C. Sections 12101 et seq. and DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 CFR Part 37; and Joint ATBCB/DOT regulations, "Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by reference the ATBCB's "Americans with Disabilities Act Accessibility Guidelines" (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 37. DOT also added specific provisions to Appendix A modifying the ADAAG, with the result that buildings and facilities must comply with both the ADAAG and amendments thereto in Appendix A to 49 CFR Part 37. CITY OF FORT COLLINS BID PROTEST PROCEDURES The City of Fort Collins has a protest procedure, covering any phase of solicitation or award, including but not limited to specification or award. The protest procedures are available from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd Floor, P. O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the procedures by emailing: Purchasinq_(cDfcgov.com or calling 970-221-6775. SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Pitkin Street Bikeway CONTRACTOR: Lightfield Enterprises Inc. PROJECT NUMBER: 8449 DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Engineer Project File Architect Purchasing DATE: DATE: DATE: DATE: Section 00960 APPLICATION FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract The present status of the account for this Contract is as NUMBER DATE AMOUNT follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: Current contract Amount: $0.00 Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: $0.00 Less Retainage: Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 • 610 — Concrete Bike Median (6" Thick) - SY • 610 —Concrete Median Cover (6" Thick) - SY 23 • 2 Inch Electrical Conduit (Bored) — L • 2 Inch Electrical Conduit — LF • 3 Inch Electrical Conduit (Bored) — • 3 Inch Electrical Conduit— LF • Pull Box (13"x24"x18") — EACH • Pull Box (18"x30"x18") — EACH 0 Y, _F�ft�S C C"cY c s F©rl Collins 24 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 STORED MATERIALS SUMMARY On Hand Item Invoice Previous Number Number Description Application Received This Period PAGE 4 OF 4 Installed On Hand This This Period Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS PITKING BIKEWAY CORRIDOR LARIMER COUNTY FORT COLLINS, COLORADO The 2011 Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. STANDARD SPECIAL PROVISIONS INDEX................................................................................................................2 NOTICETO BIDDERS...................................................................................................................................................4 DISADVANTAGED BUSINESS ENTERPRISE (DBE) CONTRACT GOAL..................................................................5 COMMENCEMENT AND COMPLETION OF WORK....................................................................................................6 REVISION OF SECTION 100 — GENERAL PROVISIONS...........................................................................................7 REVISION OF SECTION 101 - DEFINITION OF TERMS............................................................................................8 REVISION OF SECTION 102 - PROJECT PLANS AND OTHER DATA......................................................................9 REVISION OF SECTION 104 - LANE RENTAL FEE..................................................................................................10 REVISION OF SECTION 105 - CONTROL OF WORK, DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENT.............................................................................................................................................................12 REVISION OF SECTION 106 - CONTROL OF MATERIAL........................................................................................14 REVISION OF SECTION 107 — PERMITS, LICENSES, PROTECTION OF EXISTING PROPERTY AND INSURANCE................................................................................................................................................................15 REVISION OF SECTION 108 — PROSECUTION AND PROGRESS.........................................................................1 REVISION OF SECTION 109 — MEASUREMENT AND PAYMENT...........................................................................19 REVISION OF SECTION 201 — CLEARING AND GRUBBING..................................................................................20 REVISION OF SECTION 202 — REMOVAL OF STRUCTURES AND OBSTRUCTIONS..........................................22 REVISION OF SECTION 203 - EXCAVATION AND EMBANKMENT........................................................................23 REVISION OF SECTION 208 - EROSION CONTROL AND PERMANENT WATER QUALITY BMP (AS CONSTRUCTEDSURVEY).........................................................................................................................................24 REVISION OF SECTION 212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING ...........................26 REVISION OF SECTION 212 —TREE RETENTION AND PROTECTION..................................................................28 REVISION OF SECTION 213 — MULCHING...............................................................................................................30 REVISION OF SECTION 403 - HOT MIX ASPHALT..................................................................................................31 REVISION OF SECTION 601 - CONCRETE FINISHING...........................................................................................34 REVISION OF SECTION 608 - SIDEWALKS AND BIKEWAYS.................................................................................35 REVISION OF SECTION 609 - CURB AND GUTTER................................................................................................37 REVISION OF SECTION 610 - MEDIAN COVER MATERIAL....................................................................................38 REVISION OF SECTION 614 - TRAFFIC CONTROL DEVICES................................................................................39 REVISION OF SECTION 623 - IRRIGATION SYSTEM..............................................................................................40 REVISION OF SECTION 627 - PAVEMENT MARKING.............................................................................................44 REVISION OF SECTION 630 - CONSTRUCTION TRAFFIC CONTROL...................................................................45 FORCEACCOUNT ITEMS..........................................................................................................................................47 TRAFFIC CONTROL PLAN — GENERAL....................................................................................................................48 UTILITIES.....................................................................................................................................................................50 COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS PITKIN BIKEWAY CORRIDOR LARIMER COUNTY FORT COLLINS, COLORADO STANDARD SPECIAL PROVISIONS INDEX Name Date No. of Pages Revision of Section 101 and 630 - Construction Zone Traffic Control (April 30, 2015) 2 Revision of Section 102 - Contents of Proposal Forms (April 9, 2015) 1 Revision of Section 105 - Construction Surveying (July 31, 2014) 1 Revision of Section 105 - Contractor Submittals Traffic Signal Pedestal Pole (February 3, 2011) 1 Revision of Section 105 - Violation of Working Time Limitation (February 3, 2011) 1 Revision of Section 106 - Buy America Requirements (November 6, 2014) 1 Revision of Section 106 - Certificates of Compliance and Certified Test Reports (February 3, 2011) 1 Revision of Section 106 - Material Sources (October 31, 2013) 1 Revision of Section 106 - Supplier List (January 30, 2014) 1 Revision of Sections 106 and 412 - Surface Texture of Portland Cement Concrete (October 29, 2015) 3 Pavement Revision of Section 107 - Project Payrolls (May 2, 2013) 1 Revision of Section 107 - Responsibility for Damage Claims, (February 3, 2011) 1 Insurance Types, and Coverage Limits Revision of Section 107 - Warning Lights for Work Vehicles and Equipment (January 30, 2014) 1 Revision of Sections 107 and 208 - Water Quality Control, Under One (April 30, 2015) 4 Acre of Disturbance Revision of Section 108 - Delay and Extension of Contract Time (April 30, 2015) 2 Revision of Section 108 - Liquidated Damages (October 29, 2015) 1 Revision of Section 108 - Notice to Proceed (July 31, 2014) 1 Revision of Section 108 - Project Schedule (July 31, 2014) 6 Revision of Section 108 - Subletting of Contract (January 31, 2013) 1 Revision of Section 108 - Payment Schedule (Single Fiscal Year) (April 30, 2015) 1 Revision of Section 109 - Compensation for Compensable Delays (May 5, 2011) 1 Revision of Section 109 - Measurement of Quantities (February 3, 2011)1 Revision of Section 109 - Measurement of Water (January 06, 2012)1 Revision of Section 109 - Prompt Payment (January 31, 2013) 1 Revision of Section 109 - Scales (October 29, 2015) 1 Revision of Sections 203, 206, 304 and 613 - Compaction (July 19, 2012) 2 Revision of Section 206 - Imported Material for Structure Backfill (July 19, 2012) 2 Revision of Sections 206 and 601 - Maturity Meters and Concrete Form (December 18, 2015)3 and Falsework Removal Revision of Section 208 -Aggregate Bag (January 31, 2013) 1 Revision of Section 208 - Erosion Control Supervisor (April 30, 2015) 1 Revision of Section 208 - Erosion Log (January 31, 2013) 1 Revision of Section 212 - Seed (April 26, 2012) 1 Revision of Section 213 - Mulching (January 31, 2013) 4 Revision of Section 250 - Environmental, Health and Safety Management (January 15, 2015) 14 Revision of Section 401 - Compaction of Hot Mix Asphalt (April 26, 2012) 1 Revision of Section 401 - Compaction Pavement Test Section (CTS) (July 19, 2012) 1 Revision of Section 401 - Composition of Mixtures - Voids Acceptance (February 3, 2011) 1 Revision of Section 401 - Temperature Segregation (February 3, 2011) 1 Revision of Section 401 and 412 - Safety Edge (May 2, 2013) 2 2 Revision of Section 601 — Concrete Batching Revision of Section 601 — Concrete Finishing Revision of Section 601 — Concrete Slump Acceptance Revision of Section 601 — OC Testing Requirements for Structural Concrete Revision of Section 601 — Structural Concrete Strength Acceptance Revision of Sections 601 and 701 — Cements and Pozzolans Revision of Section 603 — Culvert Pipe Inspection Revision of Sections 603, 624, 705, 707, and 712 — Drainage Pipe Revision of Section 702 — Bituminous Materials Revision of Section 703 — Aggregate for Hot Mix Asphalt Revision of Section 703 — Concrete Aggregate Revision of Section 712 — Water for Mixing or Curing Concrete Affirmative Action Requirements — Equal Employment Opportunity Disadvantaged Business Enterprise (DBE) Requirements Minimum Wages, Colorado, U.S. Department of Labor General Decision Number CO160024, Highway Construction for Larimer, Mesa, and Weld counties. On the Job Training Railroad Insurance Required Contract Provisions — Federal -Aid Construction Contracts Special Construction Requirements, Fire Protection Plan (February 3, 2011) 1 (February 3, 2011) 1 (October 29, 2015) 1 (May 8, 2014) 1 (April 30, 2015) 1 (November 6, 2014) 4 (October 2, 2014) 1 (April 30, 2015) 3 (October 29, 2015) 11 (November 1, 2012) 2 (July 28, 2011) 1 (February 3, 2011) 1 (February 3, 2011) 10 (Dec. 26, 2013) 9 (January 8, 2016) 7 (July 29, 2011) 3 (February 3, 2011) 1 (October 31, 2013) 14 (November 1, 2012) 2 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of five (5) percent of the Contractor's total bid. Pursuant to Subsections 102.04 and 102.05, it is recommended that bidders on this project attend the optional pre -bid conference and review the work site and plan details with an authorized City representative. The pre -bid conference will be the only time City representatives will be available for a site review. All bidding and technical questions shall be submitted to the following City representative for clarification: Buyer - Elliot Dale 215 North Mason Street Fort Collins, CO 80522 Office Phone: (970) 221-6777 edale@fcgov.com Project Manager - Mark Laken 281 North College Avenue Fort Collins, CO 80522 MobilePhone: (970) 222-3546 mlakenAfcgov.con-, The above referenced individuals are the only representatives with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. Questions received from bidders along with City responses will be posted as an addendum online at the City of Fort Collins Rocky Mountain E-Purchasing System (RMEPS) Webpage, www.rockymountainbidsystem.com as they become available. All questions shall be directed to the City contacts listed above in accordance with Section 00020 INVITATION TO BID of the Bid Documents. All references to the Colorado Division of Highways, Colorado Department of Transportation, and/or Department or Division shall also mean City of Fort Collins. 4 DISADVANTAGED BUSINESS ENTERPRISE (DBE) CONTRACT GOAL This is a federally assisted construction project. As described in the CDOT DBE Standard Special Provision, the Bidder shall make good faith efforts to meet the following contract goal: 10 Percent DBE participation. COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract no later than 10 days from the date of the Notice to Proceed, unless such time for beginning the work is changed by the Engineer. It is anticipated that construction will commence in the Spring of 2017. REVISION OF SECTION 100 — GENERAL PROVISIONS Section 100 of the Standard Specifications is hereby revised forth is project as follows: All references to the State, the Department, the Engineer, the Chief Engineer, etc. shall be understood to mean the City of Fort Collins, Colorado or the City's designated representative. END OF SECTION REVISION REVISION OF SECTION 101 - DEFINITION OF TERMS Certain terms utilized in the latest edition of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Subsection 101.28: —"Department" shall mean City of Fort Collins, Colorado. Subsection 101.27: —"Chief Engineer" shall mean City of Fort Collins, Colorado or their designated representative. Subsection 101.39: —"Laboratory" shall mean City of Fort Collins, Colorado or their designated representative. Subsection 101.51: —"Project Engineer' shall mean the City of Fort Collins, Colorado or their designated representative. Subsection 101.58 —"Region Transportation Director" shall mean the City of Fort Collins, Colorado or their designated representative. Subsection 101.76 —"State" shall mean City of Fort Collins, Colorado (where applicable). END OF SECTION REVISION • 623 — Irrigation Restoration — LS — Impacted irrigation systems, Shields and Pitkin — Existing irrigation heads at back of walk — Includes all work required to restore the impacts to the systems and make fully operational • Anticipated replacement of irrigation heads • Minor irrigation line repairs • Controller reprogramming • Tying into CSU's system in Pitkin median • 623 — 2.5" Irrigation Line — Bored — To tie into CSU irrigation in median SECTIONS 626, 627 • 626 — Mobilization — LS • 627 — Pavement Marking — GAL • 627 — Thermoplastic Pavement Marking (Word -Symbol) — SF • 627 — Thermoplastic Pavement Marking (Xwalk-Stop Line) — SF +ids 26 REVISION OF SECTION 102 - PROJECT PLANS AND OTHER DATA Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.05 shall include the following: Bid Documents and supporting information will be available for review until the date set for opening of bids at the following locations: 1. Online at the Rocky Mountain E-Purchasing System (RMEPS), www.rockvmountainbidsVstem.com END OF SECTION REVISION REVISION OF SECTION 104 LANE RENTAL FEE Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.04 shall include the following: (a) Lane Rental Fee. The Contractor shall pay a daily lane rental fee for lane closures on Lemay, Shields Street, and Taft Hill Road during construction. The Contractor will be granted a total of 15 lane rental days to be used for single daytime closures of thru lanes on arterial roadways. The 15 lane rental days were estimated as follows: - 5 calendar days of single lane closures on Shields Street for the installation of the Shields Street crossing between Springfield and the multi -use path. - 5 calendar days of single lane closures on Lemay Avenue for the installation of traffic signal foundations and medians - 5 calendar days of single lane closures on Taft Hill Road for the installing/adjustment of traffic signal foundations and medians A lane rental day is defined as any single lane closure on an arterial road. Each individual lane drop is considered one lane closure. All lane closures are approved from 7:00 am to 3:30 pm for the project. From these allowed lane -days, no deduction will be made from monies due the Contractor. Lane rental fees for all lane -days in excess of the listed allowances above will be deducted from any monies due the Contractor for work performed. The deduction will be based on the applicable rate for any and all closures, whether work is performed or not. This deduction will be reflected in each progress payment. This deduction is not a penalty, but is a rental fee based upon road user costs to occupy individual lanes on Shields Street, Lemay Ave, and Taft Hill Rd. The Engineer may determine that the lane rental fee will not be charged for lane closures for the following reasons: additional work not covered in the scope of the project; acts of god, acts of the public enemy, fires, floods, area wide strikes, freight embargos, and delays not caused by the Contractor's fault or negligence. In the case of unusually severe weather, a lane rental fee will not be charged for each weather day after the second consecutive weather day. The lane -day rental fee for closures on Shields, Lemay, College, and Taft Hill Road shall be $ 1,200.00 per lane -day. Note: The City does not anticipate any lane closures on College Ave. A lane -day is measured as any day that a portion of a thru lane or signalized left turn lane is closed to traffic on any arterial road (Taft Hill Road, Shields Street, College Ave. and Lemay Ave.). The following will not be measured as lane rental days: Any day that a right turn lane is closed but a right turn is permitted from an existing thru-lane. Any day that an opposable left turn lane is closed to traffic on an arterial road. Any night work, specifically milling and paving operations during the course of the standard work week. Night work construed as 7:00 PM to 7:00 AM. (Variance application needed for night work) All lane closures on local or collector streets during this project. Arterial Road lane closures that are setup solely for City Traffic Dept. to install traffic signals. For approved daytime lane closures, a lane -day will be measured as any potion of time between the hours of 8:30 AM to 3:30 PM. If work extends beyond those approved working hours, an Unapproved Lane Rental Fee will be charged per section (b). Only 1 lane rental day will be charged for any single lane, regardless of the number of lane closures in that lane. For approved night time work during off-peak hours, a lane rental fee will not be charged. 10 A lane is considered closed when the number of available lanes is reduced from the number available prior to the work. Lane closures shall be documented in the Traffic Control Supervisor's (TCS's) diary each day that a lane closure is in use. The diary shall be signed by the TCS and the Contractor's representative. A copy of the day's diary shall be given to the Engineer at the end of each work day on which a lane closure is used. (b) Unapproved Lane Rental Fee: The Contractor will be charged a lane rental fee for any work that is performed outside of the approved daytime hours that are permitted by the City Traffic Dept. on the approved MHT. The lane rental fee will be measured as an hourly rate and will be rounded up to the nearest whole hour in excess of the permitted lane closure time. The Unapproved Lane Rental Fee for single daytime closures on Shields Street, Lemay Ave, and Taft Hill Rd. shall be $ 500.00 per lane -hour. The Unapproved Lane Rental Fee will be measured and applied separately to each thru lane or signalized left turn lane that is impacted by an unapproved lane closure. Approved daytime lane closure MHTs cannot be field modified into multiday lane closures to avoid the Unapproved Lane Rental Fee. The Unapproved Lane Rental Fee does not constitute an authorization to do work without an approved traffic control plan. END OF SECTION REVISION 11 REVISION OF SECTION 105 - CONTROL OF WORK, DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENT Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.02 shall include the following: Unless otherwise specified the work shall conform to -Section 01110 — General Provisions in the City of Fort Collins Development Construction Standards. Subsection 105.05, 105.06, 105.07 shall be revised as follows: Incentive and Disincentive Payments will not be used for this project. Subsection 105.09 shall have the second paragraph replaced as follows: In case of discrepancy the order of precedence is as follows: (a) Contract Agreement (b) Revisions to CDOT Standard Specifications (Project Special Provisions) (c) Plans (Calculated dimensions will govern over scaled dimensions) (d) Standard Special Provisions (e) General Conditions (f) CDOT Standard Specifications for Road and Bridge Construction (g) CDOT M&S Standards (h) City of Fort Collins Development Construction Standards Subsection 105.11 shall include the following: The Contractor shall coordinate with all utilities well enough in advance that utility improvements do not delay the Contractor's work. Subsection 105.12 delete and replace with the following: The City, County, CDOT, Colorado State University, and local utilities including but not limited to Xcel Energy, Comcast and CenturyLink may contract for and perform other or additional work on or near the Work of the project. When separate contracts are let within the limits of the project, each Contractor shall conduct the Work without interfering or hindering the progress or completion of the work performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. City forces will perform the following work as required by this project: • Permanent Wayfinding Signing (Decision and Confirmation Signage for Pitkin Bikeway) • Signing • Traffic Signals — See Plans for details on Contractor Responsibility • Street Lights • Construction Surveying 12 Traffic Coordination 1. The Contractor shall coordinate with the City Traffic Engineer for all traffic control activities. This shall include, but not be limited to, closure of any City Streets, closure of any partial intersection movements, lane reductions, and detours. City Traffic Control Contact: Syl Mireles Phone: (970)221-6815 Email: smireles(a)fcgov.com 2. The Contractor will remove existing and install new traffic signal equipment in accordance with the plans. The City and Contractor will share responsibility for installation of traffic signal equipment as detailed on the plan set. 3. The Contractor shall coordinate with the City Traffic Engineer to schedule the traffic signal work/fiber optic line relocation in conjunction with other project activities taking into account time needed for order and delivery of materials. The Contractor shall cooperate with the City Traffic Department in their removal and installation operations so that progress is expedited, duplication of work is minimized, and impacts to traffic are minimized. 4. The City will install all permanent signing. 5. The Contractor will install all permanent pavement markings. 6. The Contractor is responsible for removal of pavement markings and installation and maintenance of temporary pavement markings necessary to control traffic during construction. This work will not be paid separately, but shall be included in Construction Traffic Control, Lump Sum. The Contractor shall coordinate with the City Traffic Engineer to schedule permanent signing and striping work in conjunction with other project activities. Full -compliance pavement markings in accordance with Section 627 shall be in place prior to opening the roadway to traffic. The Contractor shall cooperate with the City Traffic Department in their removal and installation operations so that progress is expedited, duplication of work is minimized, and impacts to traffic are minimized. Street Light Coordination 1. City Light and Power Crews will remove and install all street lighting and associated electric utilities for the project outside of the Colorado State University (CSU) Campus. CSU will remove and install all street lighting on campus. City Light and Power Contact: Tyler Siegmund Phone: (970) 416-2772 Email: tsieamund(@fcgov com 2. The Contractor shall cooperate with the City Light and Power Department and Colorado State University in their removal and installation operations so that progress is expedited, duplication of work is minimized, and impacts to traffic are minimized. Refer to Utility specification for additional information. Each Contractor involved shall assume all liability, financial or otherwise, in connection with the Contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delay, or loss because of the presence and operations of Contractors working within the limits of the same or adjacent project. Contractor is responsible to coordinate with private utilities. Any work to be performed by private utilities shall be identified in Contractor's schedule. Delays due to coordination issues will be the responsibility of the contractor. Subsection 105.22 shall be revised as follows: The Colorado Department of Transportation will not participate in the resolution process for any claims filed by the Contractor. END OF SECTION REVISION 13 REVISION OF SECTION 106 - CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.03 shall include the following: The City of Fort Collins will be responsible for all expenses associated with Quality Assurance (QA) and Independent Assurance (IA) testing. The Contractor shall be responsible for all Quality Control (QC) testing costs. Test frequencies shall be in accordance with the project specifications, CDOT Field Materials Manual and the approved Quality Control Plan (QCP). The City reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads. These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements, and/or pavements whose condition would be significantly damaged by heavy loads. Asphalt material hauled in and out of the Martin Marietta Taft Hill Plant location is required to be hauled only to/from the north on Taft Hill Road to County Road 54G. The City of Fort Collins has adopted a new Dust Prevention and Control Manual: http://www.fcgov.com/purchasing/pdf/dust_prevention_control_manual.pdf. All operations conducted under this Agreement shall be performed in accordance with the stated procedures and requirements. END OF SECTION REVISION 14 REVISION OF SECTION 107 — PERMITS, LICENSES, PROTECTION OF EXISTING PROPERTY AND INSURANCE Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.02 shall include the following: Unless otherwise specified, the Contractor shall procure all required permits and licenses; pay all charges, fees, and taxes, including permits procured for this project by others; and give all notices necessary and incidental to the due and lawful prosecution of the work. The costs of these permits will not be paid for separately, but shall be included in the work. Below is a list of anticipated permits that will be required for the project. This list is provided as an aid and shall not be interpreted as a complete list of all permits that may be required. It shall be the responsibility of the Contractor to determine the type of permits required for the work. A copy of all permits shall be available on the job site at all times. 1. Stormwater Discharge Permit Associated with Construction Activities (CDPHE) 2. Construction Dewatering Wastewater Discharge Permit (CDPHE) — If Required 3. Excavation Permit (City of Fort Collins) 4. Right-of-way Contractors License (City of Fort Collins) 5. Noise Emission Variance — City of Fort Collins Code Compliance (night work only) Prior to beginning work, the Contractor shall furnish the Engineer with a written list of all permits required for the proper completion of the contract. The list shall clearly identify the types of permits that must be obtained before work on any particular phase or phases of work can be started. Copies of the fully executed permits shall be furnished to the Engineer upon request. The Contractor shall comply with all applicable federal and state laws, orders, and regulations concerning the control and abatement of water and air pollution. The Contractor shall comply with the permits (or permit applications if in progress) even if they have not yet been finalized at the time of construction. Subsection 107.12 is hereby revised to include the following: The Contractor shall limit his work operations to within public right-of-way, permanent utility easements and temporary construction easements. The Contractor shall fence specific areas of vegetation to be protected in the field as shown in the plans or as directed by the Engineer. All construction operations must be performed in such a manner which will avoid protected trees and landscape areas. The Contractor shall perform all the work in such a manner that results in the least environmental damage. The Contractor shall clearly mark the vegetation protection areas and all construction/demolition limits in the field before commencing demolition operations. Limits of construction are generally defined as the limits of demolition. Subsection 107.18 is hereby revised to read: For this project, all insurance certificates shall name the City of Fort Collins and the Colorado Department of Transportation as an additionally insured party. For this project, insurance coverage shall meet the requirements and limits per CDOT Standard Specifications and Revision of Section 107 Responsibility for Damage Claims, Insurance Types and Coverage Limits. Incase of a conflict between the City's General Contract Conditions and CDOT Standard Specifications, the more stringent of the two shall apply. 15 Subsection 107.25(c) is hereby revised to include the following: (c) Measurement and Payment. Add the following to Paragraph 1: All work associated with preparing, securing and concurring with the required permits (refer to Revision of Subsection 107.02) will not be measured and paid for separately, but shall be included in the work. END OF SECTION REVISION 16 REVISION OF SECTION 108 — PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised forth is project as follows: Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Contractor's progress schedule shall be a Critical Path Method or Bar Chart Schedule. Salient features to be shown on the Contractor's progress schedule are: Mobilization o Construction Surveying (By City Forces) Construction Traffic Control (Lane Closures, Shifts, Width Restrictions, etc.) Clearing and Grubbing Removals Erosion Control : Medians : Utility Relocations and Coordination : Curb, Gutter and Sidewalk Asphalt Pavement Signing and Striping (Signing By City Forces) Traffic Signals Subsection 108.07 shall include the following: It is anticipated that construction for this project will begin in early Spring 2017 If the Contractor suspends work it shall be the Contractor's responsibility to ensure the job site is left in an acceptable condition for the winter, and any maintenance of the jobsite shall be the responsibility of the Contractor. The City shall give final concurrence on the jobsite conditions prior to suspension of the work and may request winter maintenance at any time deemed necessary. Prior to the commencement of work, the Contractor shall submit to the Project Manager, for approval, a schedule showing the time of commencement and proposed progress of the work. In this schedule, the Contractor shall anticipate and account for adverse weather conditions, utility coordination and time restrictions for lane closures. If the Contractor falls behind the approved schedule, then all reasonable efforts shall be implemented to accelerate the schedule and complete the work within the contract time. The Contractor shall furnish additional resources (e.g. equipment, manpower, etc.) and implement other strategies to expedite the construction, at no additional cost to the project. The Substantial Completion for the Work shall occur within 50 calendar days following issuance of the Notice to Proceed. When the Contractor considers the entire work ready for its intended use, he shall notify the Project Manager in writing and request that the Project Manager issue the Notice of Substantial Completion. Within a reasonable amount of time, the City, CDOT, and other stakeholders shall make an inspection of the work to determine the status of completion. If the work is substantially complete, the Project Manager will issue the Notice of Substantial Completion and attach a punch list of items to be completed or corrected prior to final payment. Work items that are outside of the pavement limits and don't require lane closure(s) or other disruption to traffic may be performed after the substantial completion date. The Final Completion for the Work shall occur within 10 calendar days following issuance of the Substantial Completion. When the Contractor considers the project has reached Final Completion, he shall notify the Project Manager in writing and request that the Project Manager issue the Certificate of Final Acceptance. Failure by the Contractor to complete the work on time will result in daily charges for liquidated damages. Liquidated damages will be assessed per Section 108.09 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, latest edition. Contract time may be adjusted only through Change Order. Any requests for extension of time due to conditions outside the Contractor's control shall be made in writing to the Project Manager within 48 hours of the cause of delay. The Project Manager shall respond in writing within 48 hours of receiving the Contractor's request. Subsection 108.08 shall include the following: Substantial Completion is defined as completion and acceptance of: removals, sidewalk, curb & gutter, curb ramps, all concrete construction items, asphalt (top mat), topsoil placement, signing striping and all signal work. Final Acceptance is defined as, completion and acceptance of: final grading, planting, removal of erosion control devices (to the extent approved), completed punch list items, site clean-up and demobilization. END OF SECTION REVISION 27 28 SECTION 630 a-- TRAFFIC • 630 — Construction Zone Traffic Control — LS — Covers all traffic control items necessary for the project except for Flagging, TCS, & TCI — Plans developed by Contractor — Approved by City of Fort Collins • 630 — Flagging — HOUR • 630 — Traffic Control Inspection — DAY — Pays for every day of contract that a full time TCS is not reuired (weekend inspections, weekday inspections when no traffic control is setup in arterial roadways) • 630 —Traffic Control Management— DAY — Pays for every day that a full time TCS is required, which is only on days when work occurs in arterial roadways (estimated to be 15 working days) .Fortr5 '-G i • All plans for work must be submitted at least 48 hours in advance • Maintain pedestrian and bicycle traffic — TCP to account for these movements • Emergency vehicle access into and through construction site • Provide and maintain continuous temporary access for businesses and residences • Maintain 11 foot lanes throughout the project F�or�t_ Collins REVISION OF SECTION 109 — MEASUREMENT AND PAYMENT Section 109 of the Standard Specifications is hereby revised for this project as follows: Subsection 109.02 shall include the following: The City will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance. Where the Standard Specifications call for a possible reduced price adjustment, such adjustments shall be at the sole discretion of the City of Fort Collins. The City may require such items of work to be removed and replaced. Bid 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. All work not specifically set forth as a pay item in the Bid Schedule shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices bid for the various items of work. Total Bid Prices shall be interpreted to cover all Work required by the Contract Documents. END OF SECTION REVISION 19 REVISION OF SECTION 201 — CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.01 is hereby revised to include the following: This work includes removal and disposal of concrete bases for ground signs, trees, stumps, shrubs, vegetation, trash and any other items necessary to complete the improvements within the limits of the right-of-way, easement areas, and other areas shown in the contract or required by the work. These items shall be removed and disposed of by the Contractor during construction and prior to final acceptance of the project. The Contractor shall contact the City of Fort Collins Arborist prior to pruning trees and shrubs. Subsection 201.02 is hereby revised to include the following: The Contractor may not dispose of clearing and grubbing materials on the project site. All unsuitable materials generated by clearing and grubbing operations shall be legally disposed of off the project site. The Contractor shall coordinate the limits of work with the Engineer prior to commencing clearing and grubbing. The Contractor shall remove and dispose of all visible abandoned utility appurtenances that are located within the work area or right-of-way and abandoned as a result of this project. These items shall not be disposed of within the project limits. Removal of utility appurtenances shall not be measured and paid for separately, but shall be included in the work for Item 201, Clearing and Grubbing. Refer to the Utility Special Provision for more information. Subsection 201.02, delete the third paragraph and replace with the following: The limits of clearing and grubbing shall be confined to the limits of work. Areas of protection shall be established by the Engineer prior to construction. All trees, shrubs, plants, grasses and other vegetative materials within those areas of protection shall remain, except as designated by the Engineer. If noxious weeds are found before grading, areas to be disturbed shall be pre-treated with either an approved herbicide or mowing before grading. Clearing and grubbing shall include the pruning of all trees that will remain within the final right-of-way. Pruning of trees shall include removal of all branches that conflict with construction of the proposed improvements and all dead branches. Avoid the unnecessary removal of trees or shrubs; for example, prune the aerial portions of trees and shrubs that hang over a project area and interfere with equipment. Migratory birds, as well as their eggs and nests, are protected under the Migratory Bird Treaty Act (MBTA). The active nesting season for most migratory bird species in Colorado is between April 1 and August 31. To avoid a violation of the MBTA, conduct habitat -disturbing activities (tree removal, clearing and grubbing, etc.) in the non - breeding season (September 1 to March 31). Clearing and grubbing of vegetation that may disturb ground nesting birds shall be completed before birds begin to nest or after the young have fledged. If work activities are planned between April 1 and August 31, vegetation shall be removed and/or trimmed to a height of six (6) inches or less prior to April 1. Once vegetation has been removed and/or trimmed, appropriate measures, i.e. repeated mowing/trimming, shall be implemented to assure vegetation does not grow more than six (6) inches. Failure to maintain vegetation height of six (6) inches or less may postpone project construction. Once all clearing and grubbing is completed and approved, no additional clearing shall be allowed unless approved, in writing, by the Engineer. 20 Subsection 201.04 shall include the following: Payment for clearing and grubbing shall be on a lump sum basis and shall include removal and disposal of trees, stumps, shrubs, trash, timber retaining walls and protruding objects designated for removal within the project limits by the Engineer. Payment will be made under: Pay Item Pay Unit Clearing and Grubbing Lump Sum END OF SECTION REVISION 21 REVISION OF SECTION 202 — REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.02 is hereby revised to include the following: This work includes the removal of items listed on the plans, as directed by the Engineer, or any other items necessary to complete the improvements within the limits of the right-of-way, easement areas, and other areas shown in the contract or required by the work. These items shall be removed and disposed of by the Contractor during construction and prior to final acceptance of the project. Subsection 202.02 delete the seventh paragraph and replace with the following: The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed asphalt with underlying material. The removed mat shall become the property of the Contractor and disposed of outside the project site legally. The Contractor shall take appropriate measures to ensure that the milled surface does not trap or hold water. In order to be in compliance with the City of Fort Collins Dust Ordinance, all concrete saws and demo saws need to be equipped with dust suppression/wet saw equipment. BASIS OF PAYMENT Subsection 202.12: The accepted quantities measured as provided above will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item: Removal of Tree Removal of Curb and Gutter Removal of Asphalt Removal of Concrete Pay Unit EA LF SY SY Saw cutting required to complete any removal is incidental to the work and will not be measured or paid separately. Work shall include all materials, equipment, labor and disposal of materials required to complete the work. END OF SECTION REVISION 22 REVISION OF SECTION 203 - EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.02 shall include the following: (f) Potholing Potholing of utilities, as required, shall be conducted by the Contractor to determine the location, depth, size and material composition of utility lines, and potential conflict(s) with the work. Contractor shall review the plans and determine the necessary pothole requirements to complete the work as specified, prior to determining bid price. Potholing as required for the shown work will be considered incidental to the work and will not be measured and paid for separately. Where required, concrete pavement removed during potholing operations shall be replaced with Class B concrete in accordance with Revision of Section 412 of the Special Provisions and Section 412 of the Standard Specifications. Subsection 203.05, (f) Potholing, add the following to the second paragraph: Records of the potholed utilities shall be surveyed and submitted to the Engineer. Subsection 203.13 shall include the following: (a) Excavation Excavation shall be subsidiary to project work and will not be measured for payment. (d) Potholing Potholing will be paid for as per hour for investigative potholing only when specifically requested by the Engineer. Potholing done to facilitate the Contractor's excavation or other activities shall be the responsibility of the Contractor. (e) Proof Rolling Proof Rolling shall be subsidiary to project work and will not be measured for payment. Section 203.14 shall be revised to include the following: Payment will be made under: Pay Item Pay Unit Backhoe HR Potholing HR Laborer HR END OF SECTION REVISION 23 REVISION OF SECTION 208 - EROSION CONTROL AND PERMANENT WATER QUALITY BMP (AS CONSTRUCTED SURVEY) Section 208 of the Standard Specifications is hereby revised for this project as follows: Any "vehicle tracking pad" references within Section 208 shall have the same meaning as "stabilized construction entrance". Subsection 208.03 shall include the following: Erosion and sediment control measures shall be constructed at the locations shown in the Contract Drawings and in accordance with the plan and erosion control details (CDOT Standard Plan No. M-208-1). As the work progresses, the location and amount of erosion and sediment control installations may increase or decrease depending on specific site conditions and weather conditions. The full extent of erosion and sediment control installations will be determined on an as needed basis. Installations will be reviewed by the Contractor on a daily basis. The effectiveness of installations will be discussed at the construction progress meetings and revisions made accordingly. Replace the last paragraph of Subsection 208.04(e)1 with the following: No direct payment will be made for temporary stabilization. This work shall be considered subsidiary to the p roj ect. Delete paragraphs 6, 7 & 9 of Subsection 208.11 and replace with the following: Removal of trash will not be measured but shall be conducted each day the construction activities are being performed. Erosion Control Supervisor will be measured by the total number of authorized 24 hour days used for erosion control services specific to this project. An authorized 24 hour day of ECS will be every calendar day that the ECS is required to be on the project performing the duties outlined in subsection 208.03(c). The Contractor shall record the tasks that were performed by the Erosion Control Supervisor. The records shall be submitted to the Engineer, weekly, after completion of the work, for approval and acceptance. Stabilized Construction Entrance will be measured by the actual number constructed and accepted. Revise Subsection 208.12 to include the following: 208.12 Erosion Control Supervisor and BMPs will be paid for at the Contract unit price for each of the items listed below that appear in the bid schedule. Payment will be made under: Pay Item Erosion Control Pay Unit Lump Sum The Erosion Control Pay Item will include all BMPs, an Erosion Control Supervisor, and any other associated items shown on the construction plans. Payment for each BMP item under Erosion Control will be full compensation for all work and materials required to furnish, install, maintain, remove, and dispose of it. Provision of Aggregate Bag under Erosion Control, will include a protective safety cone as directed by the City Engineer. Payment for Erosion Control Supervisorwill be full compensation for the erosion control supervisor and all materials and equipment necessary for the ECS to perform the work. The ECS's commute time will not be measured and paid for separately, but shall be included in the work. 24 Payment will be made for BMPs replaced as approved by the Engineer. Work performed to install measures for the control of erosion and sedimentation, and water pollution, for which there is no bid item originally included in the Contract will be considered extra work in accordance with subsection 104.03. Temporary erosion and pollution control measures required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or ordered by the Engineer or for the Contractor's convenience, shall be performed at the Contractor's expense. If the Contractor fails to complete construction within the approved contract time, payment will not be made for Section 208 pay items for the period of time after expiration of the approved contract time. These items shall be provided at the Contractor's expense. END OF SECTION REVISION 25 REVISION OF SECTION 212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Section 212 of the Standard Specifications is hereby revised for this project as follows: MATERIALS Subsection 212.02 Seed, Soil Conditioners, Fertilizers and Sod. Replace "Species shall be as shown on the plans" (c) — Sod, with the following: Turfgrass Sod: Certified Approved Number 1 Quality/Premium, including limitations on thatch, weeds, diseases, nematodes, and insects, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. Turfgrass Species: Sod of grass species as follows, with not less than 85 percent germination, not less than 95 percent pure seed, and not more than 0.5 percent weed seed: Type: Proportioned by weight as follows: 100 percent Kentucky bluegrass (Poa pratensis), a minimum of three improved varieties. CONSTRUCTION REQUIREMENTS Subsection 212.05 Sodding, (c) Fertilizing and Soil Conditioning. Soil Conditioning - Soil conditioners (compost) was added to the pre -amended topsoil as described is Section 207. Additional / supplemental compost is not required as part of this Section. Fertilizing - Contractor to use the following placeholder types and quantities for the establishment of bid pricing only. Nitrogen (N) 35 lbs. / acre Phosphorous (P) 40 lbs. / acre Potassium (K) 300 lbs. / acre Calcium (Ca) 2,000 lbs. / acre Magnesium (Mg) 600 lbs. / acre Examination. Verify rough grading is within one -tenth of a foot. Verify site is free from obstructions, objects, or structures that are not a part of the final site construction. Verify major drainages are completed and in place. Do not start work until the site is acceptable. Once landscape grading has commenced, the Landscape Contractor shall be responsible for bringing all grading to final line and grade and creating positive drainage. Clearing. Prior to soil preparation, existing vegetation not to remain and which might interfere with the specified soil preparation shall be cleared, grubbed, raked, and the debris removed from the site. Prior to or during grading or tillage operations the ground surface shall be cleared of materials which might hinder final operations. Protection - Field locate all buried cables, wires, electrical service, irrigation lines and any other subsurface element that may be damaged during ripping operations. Stake and/or paint locations with an easily visible system that will enable equipment operators to avoid damaging buried utilities. Roundup (glyphosate) Application. Apply to areas to be seeded a minimum of two (2) weeks after topsoil has 26 been distributed and prior to seeding. Apply Roundup only when weeds are growing vigorously. Apply at manufacturers maximum recommended rate. BASIS OF PAYMENT Subsection 212.08 Delete "Lawn Seeding" from the payment schedule. Delete "Soil Conditioning" from the payment schedule. Finish grading, utility locates, fertilizer and herbicide application will not be measured and paid for separately, but shall be included in the work. All soil and lawn restoration and sodding will be subsidiary to sidewalk construction and irrigation system work and will not be considered for payment. END OF SECTION REVISION 27 REVISION OF SECTION 212 —TREE RETENTION AND PROTECTION Section 212 of the Standard Specifications is hereby revised for this project as follows: Subsection 212.01 shall include the following: Tree retention and protection includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. The following definitions apply: 1) Caliper: Diameter of a trunk measured by a diameter tape or the average of the smallest and largest diameters at 6 inches above the ground for trees up to, and including, 4-inch size; and 12 inches above the ground for trees larger than 4-inch size. 2) Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction, and indicated on Drawings. 3) Tree -Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by a circle concentric with each tree with a radius 1.5times the diameter of the drip line unless otherwise indicated. 4) Vegetation: Trees, shrubs, groundcovers, grass, and other plants. Subsection 212.02 shall include the following: (d) Protection -Zone Fencing: Fencing fixed in position and meeting the following requirements. Previously used materials may be used when approved by Engineer. Plastic Protection -Zone Fencing: Plastic construction fencing constructed of high- density extruded and stretched polyethylene fabric with 2-inch maximum opening in pattern and weighing a minimum of 0.4 lb/ft.; remaining flexible from minus 60 to plus 200 deg F; inert to most chemicals and acids; minimum tensile yield strength of 2000 psi and ultimate tensile strength of 2680 psi; secured with plastic bands or galvanized -steel or stainless -steel wire ties; and supported by tubular or T-shape galvanized -steel posts spaced not more than 8 feet apart. a. Height: 4 feet b. Color: High -visibility orange, nonfading. Add Subsection 212.061 immediately following Subsection 212.06 212.061 Tree Retention and Protection City of Fort Collins Forestry Division 1. All tree protection and replacement requirements in LUC 3.2.1.F.G. shall be followed. Existing trees shall be inventoried. All existing trees in the potential construction impact zone shall be numbered and identified by species, size, condition, intent to save or remove and mitigation. 2. All tree pruning, removal and protection shall adhere to the requirements found in the City of Fort Collins Tree Management Standards and Best Management Practices manual which was approved by the City Manager March 31, 2010. 3. Existing trees marked for protection and preservation shall not be removed. 4. The critical root zone of each existing tree designated to be preserved shall be protected so that soil compaction does not occur. This will include restricting equipment use and material storage in the critical root zone of each tree. 28 • City will install all new traffic signal equipment, contractor to install conduit and pull boxes • City Traffic Signal Contact: Britney Sorenson 970-222-5533 bsorenson@fcgov.com — Traffic Department work is expedited — Duplication of work is minimized — Impacts to traffic are minimized a:ror �t�"S 5. Avoid cutting surface roots whenever possible. All grading, sidewalk and paving levels should be contoured sufficiently to avoid root or trunk damage. At any location where roots need to be disturbed or cut, contact the City Forestry Division for review prior to any disturbance or cutting. 6. When root cutting is necessary, the cuts should be made using a sharp saw or appropriate tool so that extra root tissue is not damaged. Cuts should be smooth, flush and completed very quickly after root exposure occurs. Once the root cutting is complete, immediately cover the exposed root tissue with good soil and then water the area to avoid root dehydration. Root pruning shall be reviewed by the City Forestry Division and performed by a certified arborist for any roots over 2" in diameter. 7. Tree protection shall be set up and implemented prior to construction. Tree protection shall incorporate the following criteria: a. All existing trees to be retained in close proximity to any construction activity shall be protected using a fencing material that meet or exceed the following criteria: 1) Fencing material would have a minimum height of 5 feet. 2) Fencing may consist of orange snow fencing or other suitable material. 3) Protection barrier fencing shall be supported by 1" X 1" metal posts or similar sturdy stock. 4) Concrete blankets or other suitable material shall be wrapped around the trunk of trees that are in close proximity to actual construction activities. At a minimum, the bottom 6 feet of the trunk shall be wrapped. b. The actual location of tree protection fencing should be determined by an onsite meeting between the Forestry Division representative and the appropriate contractor representative. c. Partial fencing within the protection zone may be required as necessary. d. There shall be no movement of equipment or storage of equipment, materials, debris, or fills or cuts within the critical root zone area unless approved by the City Forestry Division. e. Modification or removal of tree protection fencing or blanket wrap must be approved by the Forestry Division prior to the removal of such protection. 8. Within the drip line of any tree marked for retention and preservation, there shall be no cut, excavation or fill unless a qualified arborist or forester has evaluated and approved the disturbance. Approved cut, excavation or fill within the drip line of existing trees must be accomplished using methods approved by a qualified arborist and City Forestry Division. This may include the required use of hand tools or an air spade when necessary. 9. In order to protect the critical root zone of each tree, or group of trees, to be retained, the following criteria must be followed: a. Equipment or material shall not be washed, cleaned or rinsed within the drip -line of any trees. b. Equipment or materials shall not be stored within the drip -line of any trees. c. Potentially harmful materials such as paints, oils, solvents, asphalt, concrete, motor oil or any other material harmful to the life of a tree shall be kept out of the drip -line of any tree. 10. Attachments such as wires, cables, winches, ropes, signs, notices or permits shall not be fastened to any protected tree. 11. All protected existing trees shall be pruned to the City of Fort Collins Forestry Standards. All required or optional tree removal or pruning shall be performed by a private tree service holding a current City of Fort Collins Arborist license. 12. Applying thick layers of wood mulch over a portion of the root system of existing trees may be directed at individual locations to adequately prevent soil compaction during construction activity. 13. Loss or potential injury to any tree(s) shown to be retained due to contractor neglect or improper construction activities will result in a penalty of up to full damages for the assessed value of the tree(s) as determine by the City Forestry Division or qualified arborist using the Council of Tree and Landscape Appraisers Guide for Plant Appraisal (most recent edition). Full loss or partial injury value will be assessed to the contractor. 14. A fine of one -thousand dollars may be levied against the contractor for each incident of unnecessary damage to existing trees by not following the tree protection notes. If a financial penalty is not imposed for 29 a violation, the City project manager shall document the incident with an explanation of why a fine was not imposed. 15. The contractor is responsible for scheduling tree inspections with the City Forester or consulting arborist at critical phases of the project. There shall be daily coordination of field crews by the contractor during the critical phases of the project to ensure the tree protection specifications as well as the direction received from the City Forester or a consulting arborist is followed. Critical phases are defined as work being conducted in proximity of trees to be protected or transplanted where any form of damage could occur. Examples could be demolition of existing concrete, root pruning, construction of retaining walls and construction of new curb. 16. The City Forestry Division shall be notified prior to any trenching, excavation or construction activity known, or suspected, to involve cutting roots or damaging any of the above ground portions of a preserved or transplanted tree. 17. When raising the grade around a tree, a dry well is required, when lowering the grade around a tree, a retaining wall is required. In such instances approval is required by the City Forester. 18. Irrigation lines or any underground fixture requiring excavation deeper than six inches shall be accomplished by boring under the root system of protected existing trees at a minimum depth of twenty- four inches. The auger distance is established from the face of the tree (outer bark) and is scaled from tree diameter at breast height (see table). 19. Soil cultivation should not exceed 2 inches in depth within the drip line of any existing protected tree. The grade should also not be raised more than 2 inches within the drip -line of any existing protected tree. Tree Diameter at Breast Height (inches) Auger Distance From Face of Tree (feet) 0-2 1 3-4 2 5-9 5 10-14 10 15-19 12 Over 19 15 Subsection 212.07 shall include the following: Tree retention and protection will not be measured, but will be paid for on a lump sum basis. The lump sum price bid will be full compensation for all work required to complete the item. Subsection 212.08 shall include the following: Tree retention and protection will be subsidiary to project work and will not be considered for payment. END OF SECTION REVISION RIJ REVISION OF SECTION 403 - HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.02 shall include the following: The design mix for hot mix asphalt shall conform to the following: Table 403-1 Value For Gradin Property Test Method S (100) Air Voids, percent at: N CPL 5115 3.5-4.5 (design) Lab Compaction 100 (Revolutions): N (design) CPL 5115 Stability, minimum CPL 5106 30 Aggregate Retained on the 4.75 mm (No. 4) Sieve with at CP 45 90 least 2 Mechanically Induced (80 for SG) fractured faces, % minimum Accelerated Moisture CPL 5109 80 Susceptibility Tensile Strength Method B Ratio (Lottman), minimum Minimum Dry Split Tensile CPL 5109 205 (30) Strength, kPa (psi) Method B Grade of Asphalt Cement, Top PG 64-22 Layer Grade of Asphalt Cement, PG 64-22 Layers below Top Voids in the Mineral Aggregate CP 48 (VMA) % minimum Voids Filled with Asphalt Al MS-2 65 - 75 VFA,% Dust to Asphalt Ratio Fine Gradation Coarse Gradation CP 50 Note: Al MS-2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Region Materials Engineer. Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Note: Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. Gradations for mixes with a nominal maximum aggregate size of/< inch or smaller are considered a coarse gradation if they pass below the maximum density line at the #8 screen. All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum. 31 Table 403-2 Minimum Voids in the Mineral Aggregate (VMA) Nominal Maximum Size*, mm (inches) ***Design Air Voids ** 3.5% 4.0% 4.5% 37.5 (1'/z) 11.5 12.0 12.5 25.0(1) 12.5 13.0 13.5 19.0 (3/4) 13.5 14.0 14.5 12.5 ('/z) 14.5 15.0 15.5 9.5 (%) 15.5 16.0 16.5 * The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. ** Interpolate specified VMA values for design air voids between those listed. *** Extrapolate specified VMA values for production air voids beyond those listed. The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading S). A minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt. Subsection 403.03 shall include the following: The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. Subsection 403.04 shall include the following: In all asphalt patching and replacement areas, the depth should match the existing thickness. Delete subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton complete in place for the bituminous mixture. Payment will be made under: Pay Item Hot Mix Asphalt (Grading S) (100) (PG 64-22) Pay Unit Ton Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately, but shall be included in the unit price bid. The pay item includes the PG binder grade, the asphalt cement will not be measured and paid for separately, but shall be included in the work. 32 Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the work. Emulsified asphalt for prime and tack coats will not be measured and paid for separately, but shall be included in the Hot Mix Asphalt pay items. END OF SECTION REVISION 33 REVISION OF SECTION 601 - CONCRETE FINISHING Section 601 of the Standard Specifications are hereby revised for this project as follows: In subsection 601.12 (a) delete the fifth paragraph and replace it with the following: Water shall not be added to the surface of the concrete to assist in finishing operations. Hand finishing should be minimized wherever possible. The hand finishing methods shall be addressed in the Quality Control Plan for concrete finishing. Hand finished concrete shall be struck off and screeded with a portable screed that is at least 2 feet longer than the maximum width of the surface to be struck off. It shall be sufficiently rigid to retain its shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing shall not be allowed after concrete has been in -place for more than 30 minutes or when initial set has begun. Finishing tools made of aluminum shall not be used. The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing is accomplished in accordance with current Industry standards. It shall identify the Contractor's method for ensuring that the provisions of the QCP are met. The QCP shall be submitted to the Engineer at the Preconstruction Conference. Concrete placement shall not begin until the Engineer has approved the QCP. The QCP shall identify and address issues affecting the quality finished concrete including but not limited to: (1) Timing of hand finishing operations (2) Methodology to place and transport concrete (3) Equipment and tools to be utilized (4) Qualifications and training of finishers and supervisors When the Engineer determines that any element of the approved QCP is not being implemented or that hand finished concrete is unacceptable, work shall be suspended. The Contractor shall supply a written plan to address improperly placed material and how to remedy future hand finishing failures and bring the work into compliance with the QCP. The Engineer will review the plan for acceptability prior to authorizing the resumption of operations. In subsection 601.14(a) delete the fourth paragraph. END OF SECTION REVISION 34 REVISION OF SECTION 608 - SIDEWALKS AND BIKEWAYS Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.02 shall include the following: Concrete for sidewalks and curb ramps shall meet all the requirements of a Class B concrete in Section 601 of the Standard Specifications. Class D may be substituted for class B concrete. Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the M- Standard Details. Truncated dome sections shall be "wet set' in the concrete, unless otherwise noted on the plan set. Surface applied products or products that are installed on a sand bed will not be allowed. Unless noted otherwise, truncated domes shall be brick red or tile red to provide color contrast with the adjoining ramp surface. Bicycle specific detectable warnings shall meet the requirements described above and green in color when noted in the plans. Approved truncated domes manufacturers are listed in the table below. Vendor Name Product Phone Number TufTile Brick Red Detectable Warning Plates 888-960-8897 Transpo Industries, Inc. Green Detectable Warning Plates 800-626-4653 East Jordan Iron Works, Inc. Truncated Dome Plates 800-874-4100 Bicycle specific detectable warnings shall meet the requirements described above and green in color when noted in the plans. Subsection 608.03 shall include the following: Concrete curb ramps shall be constructed in accordance with the horizontal layout shown on the plans and in accordance with CDOT Standard Plan No. M-608-1. Subgrade under sidewalks and curb ramps shall be moisture and density treated in accordance with Section 306, "Reconditioning." Concrete median noses shall be constructed in accordance with LCUASS "Standard Details for Raised Median Geometry" Drawing 801. Subsection 608.05 shall include the following: Concrete Sidewalk shall be measured on a per square yard basis for the actual number of square yards of sidewalk constructed at the specified thickness. Contractor shall coordinate with City Engineer for limits of sidewalk reconstruction. Concrete Curb Ramps and Concrete Aprons shall be included in the Concrete Sidewalk Pay Item. They will be measured on a per square yard basis for the actual number of square yards of concrete curb ramp and concrete apron constructed. The area of concrete ramp in the pay item shall include the transition flares, detectable warnings, and pedestrian curbs if required. The pay limits shall be from the back of the ramp to the back of the curb and gutter. Contractor shall coordinate with City Engineer for limits of concrete apron reconstruction. Payment for the curb and gutter shall be included in the respective curb and gutter bid item. Subsection 608.06 shall include the following: Payment will be made under: Pay Item Concrete Sidewalk (6 Inch) Detectable Warnings Pay Unit Square Yard Each 35 This price shall be full compensation for all labor, materials and equipment necessary to complete the respective items as well as proof rolling that is required for the subgrade. END OF SECTION REVISION 36 REVISION OF SECTION 609 - CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 609.02 shall include the following: Concrete for curb and gutter poured monolithically with adjacent concrete pavement as shown in the plans shall be identical to that used for the specified adjacent concrete pavement. The gutter slope shall match the slope of the adjacent roadway as shown on the plan details. Concrete for curb and gutter not poured monolithically with adjacent concrete pavement shall meet all the requirements of a Class B concrete in Section 601 of the Standard Specifications. Class P may be substituted for class B concrete. Subsection 609.03 shall include the following: Subgrade under curb and gutter shall be moisture and density treated in accordance with Section 306, "Reconditioning". Subsection 609.07 shall include the following: Payment will be made under: Pay Item Pay Unit Curb and Gutter Type 2 (Section B) Linear Foot Modified Curb & Gutter (4" Rolled Curb, Match Existing) Linear Foot In locations where modified curb and gutter is specified, the Contractor shall match the existing curb dimensions and height. END OF SECTION REVISION 37 REVISION OF SECTION 610 - MEDIAN COVER MATERIAL Section 610 of the Standard Specifications is hereby revised for this project as follows: Subsection 610.02 shall include the following: Colored concrete shall meet the requirements of Class B concrete in Section 601 of the Standard Specifications. Class D may be substituted for Class B concrete. The concrete mixture will be a required submittal and typically carries 100% passing of 3/8" and larger coarse aggregate and utilized the use of a chemical retarder, also a required submittal. Concrete bike medians shall meet the requirements of Class B concrete in Section 601 of the Standard Specifications. Coloring agent will not be used for the center and bike medians. Subsections 610.04 and 610.05 shall include the following: Measurement and payment for concrete shall be per square yard of work that is completed and accepted. This shall include all labor, materials, equipment and incidentals necessary to complete the work. No separate payment will be made for joint sealer, pre or post finish preparation, chemical retarder or expansion joint material. Payment will be made under: Pay Item Median Cover Material (6" thick) Concrete Bike Median (6" thick END OF SECTION REVISION Pay Unit Square Yard Square Yard 38 1 /20/2017 City Sanitary/Storm Sewer Andrew Gingerich 970-221-6232 City Water Andrew Gingerich 970-221-6232 City Forester Ralph Zentz 970-221-6302 City Light & Power Tyler Siegmund 970-416-2772 CenturyLink Bill Johnson 970-490-7501 Xcel Stephanie Rich 970-225-7828 City Traffic Britney Sorenson 970-416-2268 Comcast (Cable TV) Don Kapperman 970-484-7166 CSU Light Poles Laura Bentley 970-492-4161 Add 1 - 8449 Pitkin Street Bikeway Page 22 of 29 Lime REVISION OF SECTION 614 - TRAFFIC CONTROL DEVICES Section 614 of the Standard Specifications is hereby revised for this project as follows: Subsection 614.01 shall be deleted and replaced with the following. - This work shall be done in accordance with the following, and in case of discrepancy the order of precedence shall be as follows: 1. Project Special Provisions 2. Larimer County Urban Area Street Standards 3. Project Standard Specifications 4. CDOT Standard Specifications for Road and Bridge Construction 2011 5. The latest revision of the Manual on Uniform Traffic Control Devices for Streets and Highways published by the FHWA and adopted by CDOT END OF SECTION REVISION 39 REVISION OF SECTION 623 - IRRIGATION SYSTEM Section 623 of the Standard Specifications is hereby revised for this project as follows: DESCRIPTION Subsection 623.01 shall include the following: This work consists of furnishing and constructing an irrigation system in accordance with these specifications and in conformity with the lines and grades shown on the plans or established. This work also consists of repairing any impacted private irrigation systems as a result of the work. MATERIALS Subsection 623.02 shall include the following: General. All materials and equipment incorporated into the irrigation system shall be new and of recognized standard quality. In the case of computer software or hard coded instructions, the latest available version from the manufacturer is required. All materials shall be of a standard line from a name brand manufacturer, or must be approved. All material used to repair existing systems shall be compatible with the existing system. Subsection 623.10 shall include the following: Plastic Pipe and Fittings. All pipe shall be identified with the following indelible markings: manufacturer's name, nominal pipe size, schedule or class of pipe, pressure rating in pounds per square inch, date of extrusion, and NSF seal of approval. Plastic and Copper water lines listed below shall be paid for under section 619. (a) Mainline Pipe. Mainline pipe shall be Class 200 PVC manufactured from virgin polyvinyl chloride (PVC) compound in accordance with ASTM D 1784 and D 2466, cell classification 12454-B, Type I, Grade I. Pipe sizes 3 inches and smaller shall be of the solvent weld type, and sizes larger than 3 inches shall have rubber gasketed fittings. Fittings shall be standard weight schedule 40 injection molded PVC conforming to ASTM D 1784 and D 2466, cell classification 12454-B. Threaded nipples shall be schedule 80 PVC with molded threads conforming to ASTM D 2464. Threaded fittings shall be kept to a minimum. Cement and cleaner for solvent weld pipe and fittings shall conform to ASTM D 2564. (h) Lateral Line Pipe. Lateral Line Pipe. Lateral line pipe shall be Class 200 PVC manufactured from virgin polyvinyl chloride (PVC) compound in accordance with ASTM standards D2241 and D1784, cell classification 12454-13, Type I, Grade I. Fittings shall be standards weight Schedule 40 injection molded PVC conforming to ASTM D1784 and D2466, cell classification 12454-B. (c) Drip irrigation laterals to pots, use UV radiation resistant polyethylene pipe manufactured from Prime Union Carbide G-resin 7510 Natural 7 manufactured by Union Carbide or a Union Carbide Licensee with a minimum of 2% carbon black, and minimum nominal pipe ID dimension of 0.810" for 3/4 inch pipe. (d) Joint Cement and Primer —Weldon P-70 Primer and Weldon 711 Gray Glue or Weldon 725 Wet and Dry Glue will be allowed. (e) Irrigation Roadway and sidewalk sleeves. Sleeves shall be Class 200 PVC manufactured from virgin polyvinyl chloride (PVC) compound in accordance with ASTM standards D2241 and D1784, cell 40 classification 12454-B, Type I, Grade I. CONSTRUCTION REQUIREMENTS Subsection 623.13 shall include the following: Prior to impacting any irrigation systems, the contractor shall meet with the Project Engineer and the owner of the system on site to discuss the current system setup. Any damage to the system resulting in leaks or running water shall be repaired immediately. General. Irrigation systems shall be installed in conformity with applicable local codes. Restored or repaired irrigation systems shall conform with applicable local codes. Information on the plans shows general locations only. The Contractor shall establish exact locations of all irrigation equipment to fit field conditions, and locations will be approved by the Engineer prior to start of construction. Contractor shall maintain and protect the approved staking layout. Prior to purchase of any irrigation equipment, the Contractor shall submit a list of suppliers and specification sheets for all irrigation components. This submittal must be approved by the Engineer before any equipment purchase is made. At the submittal stage, all changes in equipment shall be brought to the attention of the Engineer. Subsection 623.15 shall include the following: Excavation and Backfill. Excavation and backfill shall conform to the requirements of Section 206 and subsection 703.08(b) (Class 2 Structure Backfill), except that compaction of backfill outside of the roadway prism may be done by water flooding, with the approval of the Engineer. The Contractor shall maintain bottoms of trenches flat to permit all piping to be supported on an even grade. Where lines occur under paved areas, dimensions shall be considered to be below the subgrade. All mainline pipe shall be bedded in sand to allow a minimum of 2 inches of sand on all sides. Rock larger than 1 inch shall not be placed in the backfill material. Where it is necessary to excavate adjacent to existing trees or shrubs, the Contractor shall use all possible care to avoid injury to the plant root system. Subsection 623.16 shall include the following: Pipe Installation. Minimum cover for irrigation pipe shall be as follows: Mainline Pipes 24 inches below finished grade Lateral Pipes 18 inches below finished grade Pipe under roadways 30 inches below subgrade finished grade Irrigation sleeving 30 inches below finished grade Drip lines 8 inches below soil grade All pipes under roadways shall be encased in a steel pipe sleeve which shall be jacked or placed in a hole bored under present roadways, or in a steel or plastic pipe sleeve placed by trenching on new construction. At least 4 inches of clearance shall be provided between lines and at least 4 feet of clearance between lines of other trades. Parallel pipes shall not be installed directly over any other line. Manual drain valves shall be installed at all low points in the mainline. Minimum grade of pipe to drains shall be 3 inches per 100 feet. Plastic threaded fittings shall be assembled using teflon tape applied to male pipe threads only. Threaded fittings shall be kept to a minimum. The Contractor shall tape all open ends of the pipe during installation to 41 prevent entry of any foreign matter into the system. Subsection 623.17 shall include the following: Kick Blocks. Concrete kick blocks shall be installed when the following conditions occur on 3 inch or greater mainline pressure pipe: (1) 22 degree or greater change in pipe direction. (2) Change in pipe size. (;) Dead ends in pipes Subsection 623.21 shall include the following: System Flushing. After all irrigation pipelines and valves are in place and connected, and prior to installation or repair of irrigation sprinklers, rotary heads, etc., the Contractor shall thoroughly flush all lines with water at system operating pressure. Subsection 623.23 shall include the following: Inspections. Inspections by the Engineer or the Engineer's representative can be made at any point during construction. Milestone progress dates shall be established at the preconstruction meeting and 72-hour notice shall be given by the Contractor when a milestone event is approaching. Subsection 623.24 shall include the following: Irrigation As -Built Plans. The Contractor shall dimension from two permanent reference points, building corners, sidewalk corners, road intersections or any permanent structures, the location of the following items: (1) Routing of irrigation mainline. (2) Other related equipment as directed. The Contractor shall provide an accurately detailed irrigation as -built layout of the irrigation system at the same scale as the design plans and on 24 inch by 36 inch waterproof medium within 90 days after installation is complete and before notice of substantial landscape completion as defined in subsection 214.04. An in -progress as -built plan shall be kept on the construction site at all times and available for impromptu review by the Engineer or the Engineer's representative. Provision of the final as -built plan is a condition for final acceptance and release of retainage. All changes in the irrigation system layout, including lateral layout, shall also be indicated on irrigation as - built plans. The Contractor shall provide finalized as -built plans to the Engineer at the time of Final Landscape Acceptance. Subsection 623.27 shall include the following: Final Landscape Acceptance. Before final landscape acceptance is granted, the Contractor shall perform an overall operation and pressure test and confirm the irrigation system is correctly functioning. This includes the irrigation system for the property adjacent to the sidewalk along Pitkin and Shields. The Contractor shall inspect every sprinkler and as necessary, raise or lower those sprinklers which are no longer at the proper elevation relative to the finish grade as shown in the plans. The Contractor shall 42 complete start-up (pressurization) and repair all damage to the irrigation system. Subsection 623.28 shall include the following: Cleanup. Upon completion of the work, the Contractor shall restore ground surfaces to required elevations and remove excess materials, debris, and equipment from the site. BASIS OF PAYMENT Subsection 623.32 shall include the following: The accepted quantities will be paid for at the contract unit price for the various items below that appear in the bid schedule. Payment for irrigation system will be made under: Pay Item Pay Unit Irrigation System (Restoration) LS 2.5 Inch Plastic Pipe (Bored) LF Irrigation lines not bored will be paid for in the Irrigation System Pay Item. All irrigation repair and restoration work as part of project works shall be included in the Irrigation System Pay Item. Kick blocks, unions, fittings, filter fabric, valve access sleeves, valve boxes, piping and wire inside boxes, keys, and aggregate for valves will not be paid for separately but shall be included in the work. Structure excavation and backfill including compaction and water will not be paid for separately, but shall be included in the work. System flushing and adjustment, pressure and coverage tests, maintenance manuals, and training will not be paid for separately but shall be included in the price of the work. Detectable Underground Marking Tape will not be paid for separately, but shall be included in the work. Warranty work will not be measured and paid for separately, but shall be included in the work. END OF SECTION REVISION 43 REVISION OF SECTION 627 - PAVEMENT MARKING Section 627 of the Standard Specifications is hereby revised for this project as follows: Subsection 627.09 shall include the following: Bicycle pavement markings shall be applied in accordance with the plans and be applied in the color as shown on the plans. All bicycle specific pavement markings are subject to approval by the Project Engineer and City of Fort Collins. The markings shall meet the meet the following additional characteristics: 1. A durable, retroreflective thermoplastic pavement marking material suitable for use as roadway, intersection, commercial or private pavement delineation and markings. 2. The markings must be a resilient white, yellow, or other color thermoplastic product with uniformly distributed glass beads throughout the entire cross sectional area. The markings must be resistant to the detrimental effects of motor fuels, lubricants, hydraulic fluids, antifreeze, etc. Lines, legends and symbols are capable of being affixed to bituminous and/or Portland cement concrete pavements by the use of the normal heat of a propane torch. Other colors shall be available as required. 3. The markings must be capable of conforming to pavement contours, breaks and faults through the action of traffic at normal pavement temperatures. The markings shall have resealing characteristics, such that it is capable of fusing with itself and previously applied thermoplastic when heated with the torch. 4. The markings shall not have minimum ambient and road temperature requirements for application, storage, or handling. 5. The markings shall be installed per manufactures installation instructions to comply with appropriate temperature, humidity and surface moisture specifications. Subsection 627.13 shall include the following: Each application of temporary pavement marking will not be measured and paid for separately, but shall be included in the cost of Construction Traffic Control, Lump Sum. Control points and Contractor pavement marking plans will not be measured and paid for separately but shall be included in the work. Payment will be made under: Pay Item Pay Unit Epoxy Pavement Marking Gallon Thermoplastic Pavement Marking (Word -Symbol) Square Foot Thermoplastic Pavement Marking (Xwalk-Stop Line) Square Foot END OF SECTION REVISION 44 REVISION OF SECTION 630 - CONSTRUCTION TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.01 shall include the following: This work shall consist of furnishing, installing, maintaining and removing temporary construction traffic control devices including but not limited to: signs, advance warning arrow panels, variable message boards, barricades, channeling devices and delineators as required by the latest version of the City of Fort Collins Work Area Traffic Control Handbook, Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD) and Larimer County Urban Area Street Standards (LUCASS). In the event of a conflict between the MUTCD and the City's criteria, the City of Fort Collins specifications shall govern. Subsection 630.10(a) shall include the following: For this project, a MHT shall be prepared and submitted for approval to the City Traffic Division by 12:00 noon, two working days prior to the commencement of work for simple lane closures. (Note: MHT's for work done on Monday and Tuesday shall be submitted the previous Friday by 9:00 a.m.). Facsimiles of plans shall not be allowed. No phase of the construction shall start until the MHT has been approved. Failure to have an approved MHT shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the contract time. The City has included phasing and traffic control plans for informational purposes only. All road and lane closures are subject to approval by the City Traffic Department. In Subsection 630.15, delete the 1st, 2nd, 3rd, and 4th paragraphs and replace with the following: Flagging will be measured by the hour. Only actual hours of flagging performed and approved by the Engineer will be measured for payment. This is defined as the time a flagger is performing flagging duties as authorized in the approved traffic control plan. Set up of lane closures, maintenance of devices, extra flaggers to provide breaks, and show up time are not actual flagging and will not be measured for payment. A full time Traffic Control Supervisor (TCS) is not required on this project. A full time TCS will only be required when lane closures are setup on arterial roadways (Taft Hill, Shields, College, & Lemay). All other work will be performed under the supervision of a part-time TCS. Construction traffic control devices, including Barricades, Construction Traffic Signs, Drum Channelizing Devices and Traffic Cones, Concrete Barriers will not be measured separately, but will be paid for on a lump -sum basis under Construction Traffic Control. No separate measurement will be performed on individual traffic control devices required to complete construction traffic control for this project. Contractor shall meet all requirements in Section 630 of the Standard Specifications. Measurement for Traffic Control Management, Traffic Control Inspection, and flagging shall be in accordance with the Standard Specifications beginning with paragraph 5 of subsection 630.15. In subsection 630.16 delete the fifth paragraph. In subsection 630.15 add the following to the fifth paragraph: TO shall be performed twice a day. A daily report must be submitted by the contractor, signed that confirms what time the site was checked, what was done during the check and what actions were taken, if needed. In Subsection 630.16, delete the 1st, 2nd, and 4th paragraphs and replace with the following: 45 Payment for construction traffic control devices will be on a lump sum basis, and includes all labor, materials, and equipment to perform the work required to construct the project and in accordance with Section 630 of the Standard Specifications. No separate payment will be made for furnishing, erecting, cleaning, maintaining, resetting, repairing, replacing, moving, removing, and disposing of the construction traffic control devices. The Contractor shall provide all traffic control devices as required upon developing his Method for Handling Traffic (MHT) for each phase of the work. Depending on how the Contractor chooses to phase the work, additional devices may be required to comply with the approved MHT and MUTCD. Payment for traffic control devices will be on a lump sum basis. No additional payment will be made for traffic control devices that exceed the quantities estimated in the plans. Payment for Traffic Control Management, Traffic Control Inspection, and Flagging shall be as specified below and in the bid schedule. TCM will be paid when a full time TCS is required during arterial lane closures. TCI will be paid on all days when work is outside of the arterial roadway and doeas not require a full time TCS. TCI will also be paid for required weekend MHT inspections. Partial payments for Traffic Control Devices will be made according to the following schedule: - 25 percent of the bid amount will be paid on the first pay request for work performed - When 50 percent of the original contract amount is earned, 50 percent of the bid amount will be paid - When 75 percent of the original contract amount is earned, 75 percent of the bid amount will be paid - 90 percent of the bid amount will be paid when the project is substantially complete - 100 percent of the bid amount will be paid on the final pay request Payment will be made under: Pay Item Flagging Traffic Control Inspection Traffic Control Management Construction Traffic Control Pay Unit Hour Day Day Lump Sum The Construction Traffic Control Pay Item will cover all Section 630 work outside of flagging and traffic control management and inspection. END OF SECTION REVISION 46 FORCE ACCOUNT ITEMS DESCRIPTION This special provision contains the Department's estimate for force account items included in the Contract. The estimated amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer. Minor Contract Revisions: This item covers instances where the Project Engineer identifies work that needs to be performed and a specific pay item is not included in the Contract. This consists of minor changes to the contract that would not necessitate a formal Change Order. BASIS OF PAYMENT Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Force Account Item F/A Minor Contract Revisions Unit Amount F.A. $30,000 47 TRAFFIC CONTROL PLAN — GENERAL The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.10(a). The components of the TCP for this project are included in the following: (1) Subsection 104.04 and Section 630 of the specifications (2) Standard Plan S-630-1, Traffic Controls for Highway Construction and Standard Plan S-630-2 and all revisions thereto (3) Striping and Signing Plans (4) Traffic Control Plans (5) CDOT Region 4 Lane Closure Strategy or the approved Citywide Variance to the Lane Closure Strategy (6) City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Department of Transportation), or applicable statutory requirements of authority having jurisdiction. Fort Collins Handbook takes precedence over Manual of Uniform Traffic Control Devices. Below is a link to CDOT's Region 4 Lane Closure Strategy: http://www.coloradodot.info/library/traffic/traffic-manuals-quidelines/lane-close-work-zone-safety/lane- closure- strategies/R4 Lane Closure Report.pdf/view Unless otherwise approved by the Engineer, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to that used for installation. This may require moving backwards through the work zone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. No separate payment will be made for removal of existing pavement markings necessary for temporary lanes shifts or other conditions proposed in the Contractor's Method of Handling Traffic. All pavement markings, interim and permanent, shall be installed in accordance with Section 627, the approved plans and the Manual on Uniform Traffic Control Devices. Removal of existing pavement markings, if required, shall be considered incidental to Pavement Marking Paint (Waterborne) (Temporary) and other related pay items. -Blacking outll existing pavement markings will not be allowed. CDOT may have entered into operating agreements with one or more law enforcement organizations for cooperative activities. Under such agreements, at the sole discretion of CDOT, law enforcement personnel may enter the work zone for enforcement purposes and may participate in the Contractor's traffic control activities. The responsibility under the Contract for all traffic control resides with the Contractor and any such participation by law enforcement personnel in Contractor traffic control activities will be referenced in either the Special Provisions or General Notes of the plans depending on whether the Contractor is to contract with Colorado State Patrol for uniformed traffic control. Nothing in this Contract is intended to create an entitlement, on the part of the Contractor, to the services or participation of the law enforcement organization. Special Traffic Control Plan requirements for this project are as follows • The contractor will provide lane closure setups for City Traffic Dept. crews to install new signals at Taft Hill, Shields, and Lemay. Single daytime lane closures will be permitted on Taft Hill, Shields and Lemay as required for the contractor to perform their work. These days will be charged a lane rental day for each lane closure. • Multiple day full closures are permitted on Pitkin and Clearview as required to perform the work. Lane rental will not be charged for these closures, but the City will require roadways to be partially or fully reopened as soon as field conditions permit safe travel for traffic. 48 The following utility work will be performed by Utility Company or their agent: • Centuryl-ink — Relocate OH lines at Shields and Pitkin — Work may need to be coordinated by contractor at beginning of project • CSU — Relocate existing light poles at Shields and Pitkin — Work needs to be coordinated by contractor and scheduled • City Traffic — Install all signal poles and wiring — Timing and work needs to be coordinated by contractor QUESTIONS? Thanks for attending! O.y of Fnrt CnIL'nc Cry( ^F�� S • Variable Message Boards are not anticipated for this project • During the construction of this project, traffic shall use the present traveled roadway or areas of new roadway construction, unless identified on the plans or approved by the Engineer. • The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless approved by the Engineer. WORK HOURS Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on weekends or holidays without written approval from the Project Manager. All arterial roadway lane drops shall take place during the hours of 8:30 AM to 3:30 PM, Monday through Friday. Work requests beyond normal working hours must be submitted to the Project Manager a minimum of 72 hours prior to the request date. Work performed and material placed that interferes with traffic during the times and in the locations that the roadway is specified to remain open will not be paid for unless the work is directed by the Engineer to be done during those times. At least one week prior to starting construction, the Contractor shall notify the City's Engineer of the date the Contractor intends to start construction. The Contractor shall provide a Traffic Control Supervisor (TCS) with at least two (2) years of experience, as accepted by the Engineer, as the Traffic Control Supervisor. A copy of the certification of the Traffic Control Supervisor shall be provided to the Engineer at least two days prior to the project preconstruction conference. All lane closures shall be subject to the approval of the Engineer. A MHT shall be approved by the Engineer prior to any request for a lane closure. Request for each lane closure shall be made at least twenty-four hours in advance of the time the lane closure is to be implemented. Lane closures will not be allowed to remain unless being utilized continuously for the intended purpose for which they were set up. The Contractor shall remove and reset all existing signs prior to performing any work that affects those signs. All signs damaged due to Contractor operations shall be replaced in kind or repaired by the Contractor at no cost to the project. An inventory of all existing signs shall be made with the Engineer prior to beginning work. All costs incidental to the foregoing requirements shall be included in the original contract prices for the project 49 Known utilities within the limits of this project are: Century Link (TV/Telecom) City of Fort Collins Water & Sewer City of Fort Collins Stormwater City of Fort Collins Light & Power City of Fort Collins Traffic Signals Comcast (Cable TV) XCEL Energy (Gas) CSU (On -campus Lighting) UTILITIES Bill Johnson (970) 490-7501 Andrew Gingerich (970) 221-6232 Wes Lamarque (970) 416-2418 Luke Unruh (970) 416-2724 Britney Sorenson (970) 416-2268 Don Kapperman (970) 484-7166 Stephanie Rich (970) 225-7828 Laura Bentley (970) 492-4161 The Contractor shall coordinate with the Project Engineer and any appropriate utility company to facilitate the installation, placement and relocation of all utilities impacted on this project. The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimum delay to the project. Also, in accordance with the plans and specifications, and as directed by the Engineer, the Contractor shall keep each utility owner advised of any work being done to its facility, so that each utility owner can coordinate its inspections for final acceptance of the work with the Engineer. The Contractor shall coordinate the work with the owners of the utilities impacted by the work. Coordination with utility owners includes, but is not limited to, staking construction features, providing and periodically updating an accurate construction schedule which includes all utility work elements, providing written notification of upcoming required utility work elements as the construction schedule indicates, allowing the expected number of working days for utilities to complete necessary relocation work, conducting necessary utility coordination meetings, applying for and obtaining power or communication services in the City's name and all other necessary accommodations as directed by the Project Engineer. Surveying and/or staking of utility relocations to be performed by the owner shall be the responsibility of the utility owner. Prior to excavating or performing any earthwork operations, the Contractor shall positively locate all potential conflicts with existing underground utilities and proposed construction, as determined by the Contractor according to proposed methods and schedule of construction. The Contractor shall modify construction plans to avoid existing underground facilities as needed, and as approved by the Engineer. Please note that UNCC marks only its member's facilities — Other facilities, such as ditches and drainage pipes and CDOT's fiber optic system may exist, and it is the Contractor's responsibility to investigate, locate and avoid such facilities. The Contractor shall provide traffic control for any utility work expected to be coordinated with construction, as directed by the Project Engineer. GENERAL: The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days, not including the day of notification, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at (8-1-1) or 1-800-922-1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be 50 located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavating or grading. The location of utility facilities as shown on the plan and profile sheets, and herein described, were obtained from the best available information. The Contractor shall coordinate with the utility companies regarding protection and/or relocating the utilities to accommodate the proposed improvements. This work shall be figured in to the Contractor's schedule to complete the work within the specified construction duration. All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work. 51 PoDI / NHS FHWA PROJECTS OF DIVISION INTEREST (PODI)? NATIONAL HIGHWAY SYSTEM? • NO ° YES CITY OF FORT COLLINS • NO °YES PITKIN STREET BIKEWAY FINAL OFFICE REVIEW (FOR) PLANS OF PROPOSED PROJECT NO. TAP M455-120 LARIMER COUNTY, COLORADO CONSTRUCTION PROJECT CODE NO. 20664 PROJECT LOCATION MAP a, 15003o0a' e00a' Related P. E. TAP M455-120 20664 R.O.W. Projects: R.O.W. Project Description SHEET NO. INDEX OF SHEETS I TITLE SHEET 2-5 GENERAL NOTES 6 STANDARD PLANS LIST 7 KEYMAP 8-9 SUMMARY OF APPROXIMATE QUANTITIES 10 TABULATION OF REMOVALS t SURFACING it-15 DEMOU71ON PLANS t6-20 GRADING AND EROSION CONTROL PLANS 21 TYPICAL SECTIONS 22-23 UTILITY PLANS 24-57 SIGNING t STRIPING PLANS 58-60 TABULATION OF SIGNS 61-62 WAYFINDNG SIGN TABULATION 63-66 TABULATION OF PAVEMENT MARKINGS 67-73 SIGNAL PLANS 74-81 TRAFFIC CONTROL PLANS 82-85 DETAILS Print Date:8/2/2016 1:49:49 PM Sheet Revisions Contract Information File Name: 1260-143-OOTITLESHEETOI.DWC a Ita LNo S Constructed Project No./Code Dote: Comments Init. Contractor: ____ ______ _ _________ Horiz. Scale: AS SHOWN Vert. Scale: As Noted 0 �eae axxx s�rce. Revisions: Resident Engineer: ALTA PLANNING + DESIGN, INC.TAP M455-120 sed: Project Engineer: ___�_________ 20664 Q PIAI AW-OESKW4 .. mo ...� PROJECT STARTED: // ACCEPTED: //_ .enop--2 cam ixr•xwr.r cox rx irixa anocr O r= Void: Comments: Sheet Number j N N p � O Z N U i w rc J O �n s a 6 U z b om i < o E N jr- 2 yW� Y K Z 0 O v Y > m<2 V D N < ZW O1. K Q~Z< O ~ O O INi1 K0i < o 00 �U 0. w Q V==Q U ZN <30 UU Z,: F N u WC N O�wC U LL ~ <w vi w < w Z ? mE < wp�Jio muZ i n Q 3 z 5 a WO W`Q p w U Z U Wo z zprcm a mw p 4 a�noF Z- a Wp J OW tW '<-'J1 Z n m m 7 K W < L < < O 00�ZZ-IyJi V U L in' Sw m z pMUO <p Z C u < � ZZF Y� V ,rn y NO U z Z<F� mG �i O uti 0 = Z K Z 2 W V 1 Q Z m z Up j K p�rWO p m _W zwp 3r o zawN '2 o 0WZ m F ai2 m o zoW a Q z° �¢O¢W �z U <j0 0 o rcarc I Npo m w3 9eg pzVf U F wO OZ Ow d ppi yQ U F3f� <<� < Z U QKQ 2tt�JJ <Sp r YY FVy 2 CppJ yy! °03o P N N N O= N0 r r7 7. JJ w Q O U Z m J U< OWSF OYw Fo N 0Oj N d V1 VI < Z 1=i y��m ONK W6 o_ Q Q N<Z_U �NY < C W J F 2 E r > Z W W W y<jZ d=4 SO W- y Om o zo<X t'Jo z�4o�Qop w w4<0< z <opj a< 1. F uou6o < 8m rc< apa"rc��n jxe mpVmm UnC iz 0m w wz oo ooo Z zU, $ —Fwoaoz ¢< z�zw �x ZFJo x 0o2< eA <a, He— W W .! z jr- o� s W 3u go, <'o coi <vi vim a < '-' i =w< ox9 n� 'a $ dog `d z�ino m Vm�� a s z W x p n3s p� <o < �Fi �ocFi C v.a z ano_ z = mvi w �nJ z�J ii �u m u<� < �o V< O N 4�2 w0 <^=o O F OJ w J< J Z < 3U< FJ Z4z OJm m� '^r F `^ o <x n zWx zw �w� ocoi ao2 a�i E G�� gwi � N000 a �W i < o i Mt� dwm �'ii i"' 4 m ; z <oga c°.+ tL o )ZON < V< V W O W Qx J =W0 F=�^ �~> FS p <pppWY z W OW O< UU z z Z V W. <w U FWJ pxs t�WJ p~ z z m O U ww pO oz V) ✓'N �~ J� N<J 2W wmZ Y ¢jC �p 1N� (ya,1l Om Fp< < WO O OJ N <O F 7 QN U �pK 8O 2 -.SWm WW U wP- O O ZO dx Y W dU �00 2Wv > mrc O d< > <W SUIZJ O ZO WC Z Uz m z Z �tyy-��ss �� O 0 U�6 W Q w ONZO z�- Vi x U X1�WJ W O Z= S <!<u wOOVI WWO >w mY F < < LLw+ Z�F< �6O W� 6 O m~p� Z < 2w U<� �SWS WZ Cam Jm O< a z f¢Y� wx VW<d 0000 a 500 w QUQW Z w aj Np FSZ �Fy< m,F Cm 0 ¢_p� S mW i 00 6 zaw oa J p1i < Fz 2 xi`b' �W mo= '^ U'v'S m<i W o� '^pcFi� zV WM �~UN yy3��� W a �jJmJ� < Qm F� OSZ pZrx �� < U� ��O y� LL'1a1J' ��z0 N VI <0 WW ¢�O Np w w iW N' 00 aWr" p aQ�U �n a X< yi ��m=Nti aWZ <Jw od �N Y mW Du(O?yOj wUC Ja 4<<J 4 WLL<z�xw �W <p �3< O)VO Z<K N� m oOW S x� Sjz > < pmxy0 J ZO C I- ww <14 Q < Vl� a W NW OWN W U<aaN Wy�� A U Om Xw Z< mpUQ Jpp Oz ]O FN; N mm; Nj/Ia WJ 3 wzm F<Xp w U4G> zZ Z V) p a3 =X0 m0 OZ _1n sp go a0 p rcm FVW_V < < <w p zJ pw 2zo JQ.. <K V wJ mzm x oa �cn ¢i <ax� p aV z oW a ac ? <UmQOW oWzo zmo m� �m<o`�$W < Uz 8Voc a w zn» 7 ao O O p cz`i _ �g a ow < U o�N )<m row io iurc u<NM3' mxa mff> <Z. < �oNN`«= v, V< a VZ n Qoml<U mI Jm rcvz-ia a�z.+zo amo 3�"i W moo\ �? �a of F� N Q z < \ i \ r< 4o as < oa aw =x �v; zos rc �Q Sa W zcaa mho .off= .o o a a <. io c< mwrc Nzw 6z� vi vim ^zWWo �..e �w N N n 6J via vi 1a air rn� aM �Ja -o�n - p -o��u o E N p o z a` l x° avw•nam�•�noo-cn-oae�\•u•vc rMwuM•�s w�, earn\•��•n\�� iw IO:OC�I M wILL� 1. 2. 3. 4. 5. 6. Tlll[f iZd�f � 7]�:6lTY.j UTILITY LINES AS SHOWN ON THE PLAN SHEETS ARE PLOTTED FROM THE BEST AVAILABLE INFORMATION. (ASCE STANDARD QUALITY LEVEL C) THE CONTRACTOR'S ATTENTION IS DIRECTED TO SUBSECTION 105.11 OF THE STANDARD SPECIFICATIONS CONCERNING UTILITIES. THE CONTRACTOR SHALL COMPLY WITH ARTICLE 1.5 OF TITLE 9, CRS (-EXCAVATION REQUIREMENTS-) WHEN EXCAVATING OR GRADING IS PLANNED IN THE AREA OF UNDERGROUND UTILITY FACILITIES. THE CONTRACTOR SHALL NOTIFY ALL AFFECTED UTILITIES AT LEAST TWO (2) BUSINESS DAYS, NOT INCLUDING THE ACTUAL DAY OF NOTICE, PRIOR TO COMMENCING SUCH OPERATIONS. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 811, TO HAVE LOCATIONS OF UNCC REGISTERED LINES MARKED BY MEMBER COMPANIES. ALL OTHER UNDERGROUND FACILITIES SHALL BE LOCATED BY CONTACTING THE RESPECTIVE OWNER. UTILITY SERVICE LATERALS SHALL ALSO BE LOCATED PRIOR TO BEGINNING EXCAVATION OR GRADING. KNOWN UTILITIES ARE CENTURY LINK TELEPHONE/FIBER OPTIC COMCAST CABLE FORT COLLINS SIGNALS & FIBER OPTIC WATER, WASTEWATER AND STORM LIGHT AND POWER SEE THE UTILITY SPECIFICATION FOR CONTACT INFORMATION THE CONTRACTOR ASSUMES RESPONSIBILITY FOR THE PROTECTION OF ALL UTILITIES DURING THE REPAIR OF DAMAGE TO EXISTING UTILITIES DURING CONSTRUCTION SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. PRIOR TO ANY EXCAVATION, CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 811 AT LEAST TWO WORKING DAYS PRIOR TO DIGGING. THE INFORMATION SHOWN ON THESE PLANS CONCERNING TYPE AND LOCATION OF UTILITIES IS NOT GUARANTEED TO BE ACCURATE OR ALL INCLUSIVE. SOME UTILITIES MAY HAVE BEEN ADDED OR RELOCATED PRIOR TO CONSTRUCTION. ALSO. SERVICES TO INDIVIDUAL RESIDENCES, PLACES OF BUSINESS, AND OTHER PRIVATELY -OWNED UTILITY LINES ARE NORMALLY NOT SHOWN ON THE DRAWINGS. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO VERIFY ALL LOCATIONS OF EXISTING STRUCTURES AND UTILITIES SHOWN ON THE DRAWINGS AND TO ASCERTAIN WHETHER ANY OTHER STRUCTURES AND UTILITIES MAY EXIST. EVERY REASONABLE MEANS SHALL BE USED. INCLUDING FIELD LOCATION OF THE UTILITY USING WHATEVER PROSPECTING MEANS ARE NECESSARY, PROSPECTING FOR EXISTING UTILITIES WILL BE PAID FOR AS POTHOUNG. USE OF THE TERM 'POTHOLING SHALL NOT BE CONSTRUED TO IMPLY ANY PARTICULAR METHOD OF PROSPECTING. IT IS ESTIMATED THAT 24 HOURS OF ITEM 203-01597 POTHOLING WILL BE NEEDED AS PART OF THIS PROJECT. POTHOLING OF AN AREA SHALL TAKE PLACE AT LEAST 10 DAYS PRIOR TO COMMENCEMENT OF CONSTRUCTION OPERATIONS IN THAT AREA HOURS APPROVED FOR PAYMENT UNDER THIS PAY ITEM SHALL BE AT THE DISCRETION OF THE ENGINEER. THE CONTRACTOR SHALL VERIFY AND DOCUMENT THE CONDITION OF EXISTING UTILITIES (VISIBLE FACILITIES) WITH THE ENGINEER AND REPRESENTATIVES FROM THE UTILITY COMPANIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. PATH NOTIFICATION OF THE RESPECTIVE OWNER, ADJUST RIMS OF ALL MANHOLES, CLEANOUTS, VALVE BOXES AND SURVEY MONUMENTS TO FINISH GRADE AND PATCH AFTER FINAL LIFT PAVING THE CONTRACTOR SHALL REFER TO THE UTILITY SPECIFICATION AND UTILITY PLANS FOR COORDINATION REWIRED FOR UTILITY RELOCATIONS. 7. ALL UTILITY RELOCATIONS AND/OR UTILITY LOWERINGS WITHIN THE RIGHT-OF-WAY ARE REQUIRED TO BE BACKFILLED WITH FLOWABLE CONCRETE (FLOWFILL) FROM THE TOP OF UTILITY TO THE BOTTOM OF THE PROPOSED PAVEMENT SECTION. FLOWFILL WILL NOT BE PAID FOR SEPARATELY, IT WILL BE INCIDENTAL TO THE UTILITY WORK. Print Dote:8/2/2016 1:50:02 PM Sheet Revisions File Name: 1260-143-ODGENERALNOTES0I.DWG Dote: Comments Mit. a Ita As Constructed GENERAL NOTES Project ' 1 Code Horiz. Scale: N/A Vert. Scale: N/A Q No Revisions: TAP M455-20 w .2 rn.0 mmsro Revised: Designee TJN Structwe 20664 0 PIANNNJG. aESK:N Detoiler CRW mbers O wxvattaplanningcom Void: Sheet Subset: GNI Subset Sheet: GN2 of GN4 Sheet Number 3 FORT COLLINS GENERAL NOTES 1. ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF PUBLIC IMPROVEMENTS SHALL MEET OR EXCEED THE STANDARDS AND SPECIFICATIONS SET FORTH IN THE LARIMER COUNTY URBAN AREA STREET STANDARDS AND APPLICABLE STATE AND FEDERAL REGULATIONS. WHERE THERE IS CONFLICT BETWEEN THESE PLANS AND THE SPECIFICATIONS, OR ANY APPLICABLE STANDARDS, THE MOST RESTRICTIVE STANDARD SHALL APPLY. ALL WORK SHALL BE INSPECTED AND APPROVED BY THE CITY OF FORT COLLINS. 2. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 3. THESE PUBLIC IMPROVEMENT CONSTRUCTION PLANS SHALL BE VALID FOR A PERIOD OF THREE YEARS FROM THE DATE OF APPROVAL BY THE CITY OF FORT COLLINS ENGINEER. USE OF THESE PLANS AFTER THE EXPIRATION DATE WILL REQUIRE A NEW REVIEW AND APPROVAL PROCESS BY THE CITY OF FORT COLLINS PRIOR TO COMMENCEMENT OF ANY WORK SHOWN IN THESE PLANS. 4. THE ENGINEER WHO HAS PREPARED THESE PLANS, BY EXECUTION AND/OR SEAL HEREOF, DOES HEREBY AFFIRM RESPONSIBILITY TO THE CITY OF FORT COLLINS, AS BENEFICIARY OF SAID ENGINEER'S WORK, FOR ANY ERRORS AND OMISSIONS CONTAINED IN THESE PLANS, AND APPROVAL OF THESE PLANS BY THE CITY OF FORT COLLINS ENGINEER SHALL NOT RELIEVE THE ENGINEER WHO HAS PREPARED THESE PLANS OF ALL SUCH RESPONSIBILITY. FURTHER, TO THE EXTENT PERMITTED BY LAW, THE ENGINEER HEREBY AGREES TO HOLD HARMLESS AND INDEMNIFY THE CITY OF FORT COLLINS, AND ITS OFFICERS AND EMPLOYEES, FROM AND AGAINST ALL LIABILITIES, CLAIMS, AND DEMANDS WHICH MAY ARISE FROM ANY ERRORS AND OMISSIONS CONTAINED IN THESE PLANS. 5. ALL SANITARY SEWER, STORM SEWER, AND WATER LINE CONSTRUCTION, AS WELL AS POWER AND OTHER "DRY- UTILITY INSTALLATIONS, SHALL CONFORM TO THE CITY OF FORT COLLINS STANDARDS AND SPECIFICATIONS CURRENT AT THE DATE OF APPROVAL OF THE PLANS BY THE CITY OF FORT COLLINS ENGINEER, 6. THE TYPE, SIZE, LOCATION AND NUMBER OF ALL KNOWN UNDERGROUND UTILITIES ARE APPROXIMATE WHEN SHOWN ON THE DRAWINGS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO VERIFY THE EXISTENCE AND LOCATION OF ALL UNDERGROUND UTILITIES ALONG THE ROUTE OF THE WORK BEFORE COMMENCING NEW CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR UNKNOWN UNDERGROUND UTILITIES. 7. OMITTED B. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES DURING CONSTRUCTION AND FOR COORDINATING WITH THE APPROPRIATE UTILITY COMPANY FOR ANY UTILITY CROSSINGS REWIRED. 9. IF A CONFLICT EXISTS BETWEEN EXISTING AND PROPOSED UTILITIES AND/OR A DESIGN MODIFICATION IS REQUIRED, THE CONTRACTOR SHALL COORDINATE WITH THE ENGINEER TO MODIFY THE DESIGN. DESIGN MODIFICATION(S) MUST BE APPROVED BY THE CITY OF FORT COLLINS PRIOR TO BEGINNING CONSTRUCTION, 10. THE CONTRACTOR SHALL COORDINATE AND COOPERATE WITH THE CITY OF FORT COLLINS, AND ALL UTILITY COMPANIES INVOLVED, TO ASSURE THAT THE WORK IS ACCOMPLISHED IN A TIMELY FASHION AND WITH A MINIMUM DISRUPTION OF SERVICE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING, IN ADVANCE, ALL PARTIES AFFECTED BY ANY DISRUPTION OF ANY UTILITY SERVICE AS WELL AS THE UTILITY COMPANIES. 11. NO WORK MAY COMMENCE WITHIN ANY PUBLIC STORM WATER, SANITARY SEWER OR POTABLE WATER SYSTEM UNTIL THE CONTRACTOR NOTIFIES THE UTILITY PROVIDER. NOTIFICATION SHALL BE A MINIMUM OF 2 WORKING DAYS PRIOR TO COMMENCEMENT OF ANY WORK. AT THE DISCRETION OF THE WATER UTILITY PROVIDER, A PRE-CONSTRNCTON MEETING MAY BE REQUIRED PRIOR TO COMMENCEMENT OF ANY WORK. 12. THE CONTRACTOR SHALL SEOUENCE INSTALLATION OF UTILITIES IN SUCH A MANNER AS TO MINIMIZE POTENTIAL UTILITY CONFLICTS. IN GENERAL, STORM SEWER AND SANITARY SEWER SHOULD BE CONSTRUCTED PRIOR TO INSTALLATION OF THE WATER LINES AND DRY UTILITIES. 13, OMITTED 14, A STATE CONSTRUCTION DEWATERING WASTEWATER DISCHARGE PERMIT IS REWIRED IF DEWATERING IS REQUIRED IN ORDER TO INSTALL UTILITIES OR WATER IS DISCHARGED INTO A STORM SEWER, CHANNEL, IRRIGATION DITCH OR ANY WATERS OF THE UNITED STATES. 15. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR STORM WATER DISCHARGE (CONTACT COLORADO DEPARTMENT OF HEALTH, WATER QUALITY CONTROL DIVISION.(303) 692-3590), THE STORM WATER MANAGEMENT PLAN, AND THE EROSION CONTROL PLAN. 16, OMITTED 17, OMITTED 1:50:02 PM Horiz. Scole: N Comments a Ita PUWNING � DESIGN vmw.amni.����eoom 18. OMITTED 19. OMITTED 20. TEMPORARY EROSION CONTROL DURING CONSTRUCTION SHALL BE PROVIDED AS SHOWN ON THE EROSION CONTROL PLAN. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR, UNTIL SUCH TIME AS THE ENTIRE DISTURBED AREAS IS STABILIZED WITH HARD SURFACE OR LANDSCAPING, 21. THE CONTRACTOR SHALL BE RESPONSIBLE FOR INSURING THAT NO MUD OR DEBRIS SHALL BE TRACKED ONTO THE EXISTING PUBLIC STREET SYSTEM. MUD AND DEBRIS MUST BE REMOVED WITHIN 24 HOURS BY AN APPROPRIATE MECHANICAL METHOD (I.E. MACHINE ROOM SWEEP, LIGHT DUTY FRONT-END LOADER, ETC.) OR AS APPROVED BY THE CITY OF FORT COLLINS STREET INSPECTOR. 22. NO WORK MAY COMMENCE WITHIN ANY IMPROVED OR UNIMPROVED PUBLIC RIGHT-OF-WAY UNTIL A RIGHT-OFWAY PERMIT OR DEVELOPMENT CONSTRUCTION PERMIT IS OBTAINED, IF APPLICABLE. 23. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY THE CITY OF FORT COLONS ENGINEERING INSPECTOR (FORT COLLINS - 221-6605) AND THE CITY OF FORT COLLINS EROSION CONTROL INSPECTOR (FORT COLLINS -221-6700) AT LEAST 2 WORKING DAYS PRIOR TO THE START OF ANY EARTH DISTURBING ACTIVITY, OR CONSTRUCTION ON ANY AND ALL PUBLIC IMPROVEMENTS. IF THE CITY OF FORT COLLINS ENGINEER IS NOT AVAILABLE AFTER PROPER NOTICE OF CONSTRUCTION ACTIVITY HAS BEEN PROVIDED, THE CONTRACTOR MAY COMMENCE WORK IN THE ENGINEER'S ABSENCE. HOWEVER, THE CITY OF FORT COLLINS RESERVES THE RIGHT NOT TO ACCEPT THE IMPROVEMENT IF SUBSEOUENT TESTING REVEALS AN IMPROPER INSTALLATION. 24. OMITTED 25. OMITTED 26. OMITTED 27. OMITTED 28. OMITTED 29. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION, THE CONTRACTOR SHALL CONTACT THE CITY OF FORT COLLINS FORESTER TO SCHEDULE A SITE INSPECTION FOR ANY TREE REMOVAL REWIRING A PERMIT. 30. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO, EXCAVATION, TRENCHING, SHORING, TRAFFIC CONTROL, AND SECURITY. REFER TO OSHA PUBLICATION 2226, EXCMIATING AND TRENCHING. 31. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD, TO THE APPROPRIATE RIGHT-OF-WAY AUTHORITY. (CITY OF FORT COLLINS, COUNTY OR STATE), FOR APPROVAL, PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT-OF-WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REWIRED BY THE CONSTRUCTION ACTIVITIES. 32. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION THAT WILL AFFECT TRAFFIC SIGNS OF ANY TYPE, THE CONTRACTOR SHALL CONTACT CITY OF FORT COLLINS TRAFFIC OPERATIONS DEPARTMENT (PHONE NUMBER (970)-221-6640), WHO WILL TEMPORARILY REMOVE OR RELOCATE THE SIGN AT NO COST TO THE CONTRACTOR; HOWEVER, IF THE CONTRACTOR MOVES THE TRAFFIC SIGN THEN THE CONTRACTOR WILL BE CHARGED FOR THE LABOR, MATERIALS AND EQUIPMENT TO REINSTALL THE SIGN AS NEEDED. 33. OMITTED 34. THERE SHALL BE NO SITE CONSTRUCTION ACTIVITIES ON SATURDAYS, UNLESS SPECIFICALLY APPROVED BY THE CITY OF FORT COLLINS ENGINEER, AND NO SITE CONSTRUCTION ACTIVITIES ON SUNDAYS OR HOLIDAYS, UNLESS THERE IS PRIOR WRITTEN APPROVAL BY THE CITY OF FORT COLLINS. 35. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED IMPROVEMENTS, SHOWN ON THESE DRAWINGS, OR DESIGNATED TO BE PROVIDED. INSTALLED, OR CONSTRUCTED, UNLESS SPECIFICALLY NOTED OTHERWISE. 36. DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN. CONTACT THE DESIGNER FOR CLARIFICATION. AND ANNOTATE THE DIMENSION ON THE AS -BUILT RECORD DRAWINGS, As Constructed NOTES Project No./C, GENERAL No Revisions: TAP M455-120 '" Designer. TJN Structure Revised: 20664 Detoler: CRW umbers Void: Sheet Subset: GNI Subset Sheet: GN3 of GN4 Sheet Number FORT COLLINS GENERAL NOTES (CONT 37. THE CONTRACTOR SHALL HAVE, ONSITE AT ALL TIMES, ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB. 38. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE CITY OF FORT COLLINS ENGINEER IMMEDIATELY. 39. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT ON THE CONSTRUCTION SITE. AND AVAILABLE TO THE CITY OF FORT COLLINS' INSPECTOR AT ALL TIMES. UPON COMPLETION OF THE WORK, THE CONTRACTOR(S) SHALL SUBMIT RECORD DRAWINGS TO THE CITY OF FORT COLLINS ENGINEER. 40, OMITTED 41. ALL STATIONING IS BASED ON PROJECT CONTROL LINES OF ROADWAYS UNLESS OTHERWISE NOTED. 42. OMITTED 43, WHEN AN EXISTING ASPHALT STREET MUST BE CUT, THE STREET MUST BE RESTORED TO A CONDITION EQUAL TO OR BETTER THAN ITS ORIGINAL CONDITION. THE EXISTING STREET CONDITION SHALL BE DOCUMENTED BY THE LOCAL ENTITY CONSTRUCTION INSPECTOR BEFORE ANY CUTS ARE MADE. PATCHING SHALL BE DONE IN ACCORDANCE WITH THE LOCAL ENTITY STREET REPAIR STANDARDS. THE FINISHED PATCH SHALL BLEND IN SMOOTHLY INTO THE EXISTING SURFACE. ALL LARGE PATCHES SHALL BE PAVED WITH AN ASPHALT LAY -DOWN MACHINE. IN STREETS WHERE MORE THAN ONE CUT IS MADE, AN OVERLAY OF THE ENTIRE STREET WIDTH, INCLUDING THE PATCHED AREA, MAY BE REQUIRED. THE DETERMINATION OF NEED FOR A COMPLETE OVERLAY SHALL BE MADE BY THE LOCAL ENTITY ENGINEER AND/OR THE LOCAL ENTITY INSPECTOR AT THE TIME THE CUTS ARE MADE, 44. UPON COMPLETION OF CONSTRUCTION, THE SITE SHALL BE CLEANED AND RESTORED TO A CONDITION EQUAL TO, OR BETTER THAN, THAT WHICH EXISTED BEFORE CONSTRUCTION, OR TO THE GRADES AND CONDITION AS REQUIRED BY THESE PLANS. 45. OMITTED 46. AFTER ACCEPTANCE BY THE CITY OF FORT COLLINS, PUBLIC IMPROVEMENTS DEPICTED IN THESE PLANS SHALL BE GUARANTEED TO BE FREE FROM MATERIAL AND WORKMANSHIP DEFECTS FOR A MINIMUM PERIOD OF TWO YEARS FROM THE DATE OF ACCEPTANCE. 47. OMITTED 48. OMITTED Print Dote:8/2/2016 1:50:02 PM Sheet Revisions As Constructed Project No./Code File Name: 1260-143-OOGENERALNOTESOLOWG Dote Comments In it. alto GENERAL NOTES Horiz. Scale: N/A Vert, Scale: N/A Q El m ce 11 No Revisions: TAP M455-120 ��rco 8o 2 e, Revised: Designer: TJN Structure 20664 Q PIANNM—DESM a� Detoiler: CRW tuber O .mw.attapanr�ny coin Void: Sheet Subset: GN Subset Sheet GN4 of GN4 Sheet Number 5 PLAN NEW OR M STANDARD PAGE NUMBER REVISED TITLE NUMBER M-100-1 STANDARD SYMBOLS (3 SHEETS) ............................... 1-3 M-100-2 ACRONYMS AND ABBREVIATIONS (4 SHEETS) ................. 4-7 M-203-1 C3 APPROACH ROADS (Kes2a ax AA.Y as 2m1)...............................8 M-203-2 DITCH TYPES........................................................9 M-203-11 SUPERELEVATION CROWNED AND.............................10-12 DIVIDED HIGHWAYS (3 SHEETS) M-203-12 SUPERELEVATION STREETS (2 SHEETS) ............. ........ 13-14 M-206-1 EXCAVATION AND BACKFILL FOR STRUCTURES ............. 15-16 (2 SHEETS) M-206-2 EXCAVATION AND BACKFILL FOR BRIDGES (2 SHEETS) ....17-18 M-208-1 C3 TEMPORARY EROSION CONTROL (11 SHEETS) Min s)....19-58 M-210-1 MAILBOX SUPPORTS (2 SHEETS) ............................ 31-32 M-214-1 PLANTING DETAILS ............................................... 33 M-216-1 0 SOIL RETENTION COVERING (2 SHEETS) (K— A11A 2ms) M-412-1 C3 CONCRETE PAVEMENT JOINTS (5 SHEETS) 'R%2).......34"38' M-510-1 STRUCTURAL PLATE PIPE H-20 LOADING ....................... 39 M-601-1 C3 SINGLE CONCRETE BOX CULVERT (2 SHEETS) IwOW5.20I5)♦8-4+ M-601-2 C3 DOUBLE CONCRETE BOX CULVERT (2 SHEETS) Gor"tum°xis. smsyP?-43 M-601-3 C3 TRIPLE CONCRETE BOX CULVERT (2 SHEETS) OWamsy4-4`✓ M-601-10 HEADWALL FOR PIPES ............................................ 46 M-601-11 TYPE "S" SADDLE HEADWALLS FOR PIPE ....................... 47 M-601-12 HEADWALLS AND PIPE OUTLET PAVING ...- ...................48 M-601-20 WINGWALLS FOR PIPE OR BOX CULVERTS ..................... 49 M-603-1 C3 METAL PIPE (4 SHEETS) . lxsys2s a 0CWR m, =4) .............. 58- 93 M-603-2 0 REINFORCED CONCRETE PIPE . (xexsm ox amen In. 2mq ........... _5+ M-603-3 PRECAST CONCRETE BOX CULVERT ........ ....... .............. 55 M-603-4 C3 CORRUGATED POLYETHYLENE PIPE (AASHTO M294) N—M. mu1. 56 M-603-5 O POLYVINYL CHLORIDE (PVC) PIPE (AASHTO M304) . darazo %4)q -5,% M-603-6 C3 STEEL REINFORCED POLYETHYLENE RIBBED PIPE (AASHTO MP 20) (x a Ana A, -5) M-603-10 CONCRETE AND METAL END SECTIONS (2 SHEETS) ....... 58-59 M-604-10 INLET, TYPE C.................................................... 60 M-604-11 INLET, TYPE D.................................................... 61 M-604-12 CURB INLET TYPE R (2 SHEETS) ........................... 62-63 M-604-13 CONCRETE INLET TYPE 13....................................... 64 M-604-20 MANHOLES (3 SHEETS) ....................................... 65-67 M-604-25 VANE GRATE INLET (5 SHEETS) ............................. 68-72 M-605-1 SUBSURFACE DRAINS ............................................. 73 M-606-1 C3 GUARDRAIL TYPE 3 W-BEAM (20 SHEETS) [Kt5" i%2mq ....:4-92 M-606-1 C3 MIDWEST GUARDRAIL SYSTEM (MGS) TYPE 3 W-BEAM 31 INCHES (20 SHEETS) dclois. 2ms1 M-606-13 0 GUARDRAIL TYPE 7 F-SHAPE BARRIER (4 SHEETS) ....... 93-96 (ncxsm . A-, A n1) M-606-14 PRECAST TYPE 7 CONCRETE BARRIER (3 SHEETS) ........97-99 PLAN NEW OR M STANDARD PAGE NUMBER REVISED TITLE NUMBER M-607-1 WIRE FENCES AND GATES (3 SHEETS) .................... 100-102 M-607-2 CHAIN LINK FENCE (3 SHEETS) ............................ 103-105 M-607-3 BARRIER FENCE ......................... -........................ 106 M-607-4 0 DEER FENCE, GATES, AND GAME RAMPS (5 SHEETS)...... 18?--1.69- j"sE0 N AM w. AI5) M-607-10 PICKET SNOW FENCE ............................................ 110 M-607-15 ROAD CLOSURE GATE (9 SHEETS) .......................... 111-119 M-608-1 0 CURB RAMPS (7 SHEETS) (xc u a u Is MAI ............... 1"" 125 M-609-1 2s CURBS, CUTTERS, AND SIDEWALKS (4 SHEETS) r"KiT1012).'4' M-611-1 CATTLE GUARD (2 SHEETS) ................................ 130-131 M-611-2 C3 DEER GUARD (2 SHEETS) (We M AM 1s tms) M-613-1 ROADWAY LIGHTING (4 SHEETS). .......................... J32-135 M-614-1 RUMBLE STRIPS (3 SHEETS) ............................... J36-138 M-614-2 SAND BARREL ARRAYS (2 SHEETS).........................139-140 M-615-1 EMBANKMENT PROTECTOR TYPE 3 .............................. 141 M-615-2 EMBANKMENT PROTECTOR TYPE 5 .............................. 142 M-616-1 INVERTED SIPHON.................................................143 M-620-1 FIELD LABORATORY CLASS 1.................................... 144 M-620-2 FIELD LABORATORY CLASS 2 (2 SHEETS) ................145-146 M-620-11 FIELD OFFICE CLASS 1.......................................... 147 M-620-12 FIELD OFFICE CLASS 2.......................................... 148 M-629-1 SURVEY MONUMENTS (2 SHEETS) .......................... 149-150 COLORADO DEPARTMENT OF TRANSPORTATION M&S STANDARDS PLANS LIST July 04, 2012 Revised on March 29, 2016 ALL OF THE M&S STANDARD PLANS, AS SUPPLEMENTED AND REVISED, APPLY TO THIS PROJECT WHEN USED BY DESIGNATED PAY ITEM OR SUBSIDIARY ITEM. NEW OR REVISED STANDARD PLAN SHEETS APPLICABLE TO THIS PROJECT, INDICATED BY A MARKED BOX *I WILL BE ATTACHED TO THE PLANS. PLAN NEW OR S STANDARD PAGE NUMBER REVISED TITLE NUMBER S-612-1 DELINEATOR INSTALLATIONS (7 SHEETS) ....................151-157 S-614-1 0 GROUND SIGN PLACEMENT (2 SHEETS) (RRvsso ax xaaers lz Alq'�_ '_' S-614-2 CLASS 1 SIGNS......................................................160 S-614-3 CLASS II SIGNS ..................................................... 161 S-614-4 C3 CLASS III SIGNS (3 SHEETS) (R[55sm a o[m4rx n, 2m+) ..........16,1 181 S-614-5 BREAK -AWAY SIGN SUPPORT DETAILS .......................165-166 FOR GROUND SIGNS (2 SHEETS) S-614-6 ED CONCRETE FOOTINGS AND SIGN ISLANDS .................... 167 168- FOR CLASS III SIGNS (2 SHEETS) (K2AWD ax SEP101em ts, A11) S-614-8 ED TUBULAR STEEL SIGN SUPPORT DETAILS (6 SHEETS) ...... 169-li-3 (IKxsm a aolaiR a MAI S-614-9 0 PEDESTRIAN PUSH BUTTON POST ASSEMBLY ..................... 174 S-614-10 MARKER ASSEMBLY INSTALLATIONS ............................... 175 S-514-11 MILEPOST SIGN DETAIL FOR HIGH SNOW AREAS ................ 176 S-614-12 STRUCTURE NUMBER INSTALLATION ............................... 177 S-614-14 FLASHING BEACON AND SIGN INSTALLATIONS (3 SHEETS) .178-150 S-614-20 TYPICAL POLE MOUNT SIGN INSTALLATIONS ...................... 181 S-614-21 CONCRETE BARRIER SIGN POST INSTALLATIONS ... ..-.......... 182 S-614-22 TYPICAL MULTI -SIGN INSTALLATIONS ..... ............ -........... 183 S-614-40 C3 TYPICAL TRAFFIC SIGNAL INSTALLATION DETAILS ......... 184__H3& (5 SHEETS) (xfllsco a axe 2. 2m5) S-614-40A 0 ALTERNATIVE TRAFFIC SIGNAL INSTALLATION DETAILS ..... leg ._- (4 SHEETS) (xsesea ox AM 2.2015) S-614-41 C3 TEMPORARY SPAN HARE SIGNALS (RI115ED M AM z AIs) ............493 S-614-42 M CABINET FOUNDATION DETAIL (4 SHEETS) ................... 394-197 S-614-43 TRAFFIC LOOP AND MISCELLANEOUS SIGNAL DETAILS ...... 298-207 (10 SHEETS) S-614-44 0 PEDESTAL POLE SIGNALS (2 SHEETS) (IKxsm M xwAw as 2m+) S-614-50 C3 STATIC SIGN MONOTUBE STRUCTURES (12 SHEETS) ........ I— ON Roman A 2m2) S-614-60 ED DYNAMIC SIGN MONOTUBE STRUCTURES (14 SHEETS) ......--_ ___ (R[MSa M eoeA RR 2s Ali) S-627-1 N PAVEMENT MARKINGS (5 SHEETS) ("90 N1 10. 2m4)......... _31 238 S-630-1 IIIIIIII TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION R39 ?58 (24 SHEETS) ( est a maws os ao 5-630-2 BARRICADES. DRUMS, CONCRETE BARRIERS (TEMP) ................ 259 AND VERTICAL PANELS S-630-3 FLASHING BEACON (PORTABLE) DETAILS .......................... 260 S-630-4 STEEL SIGN SUPPORT (TEMPORARY) INSTALLATION ......... 261-262 DETAILS (2 SHEETS) S-630-5 C3 PORTABLE RUMBLE STRIPS (TEMPORARY) (2 SHEETS) ...... 263"-26+ (xEx W A T a 2ats) S-630-6 EMERGENCY PULL -OFF AREA (TEMPORARY) ..................... 265 S-630-7 ROLLING ROADBLOCKS FOR TRAFFIC CONTROL ... ..... ...... 266-268 (3 SHEETS) Print Dote:8/2/2016 1.50.18 PM Sheet Revisions a Ita As Constructed Project No. Code File Name: 1260-143—OOSTANDARDPLANSOI.DWG oac� Comments mac. �:� STANDARD PLANS LIST Horiz. Scale: N/A Vert. Scale: N/A C I m.v. sm.i u No Revisions: TAP M455-120 o.�..:.ixl �02 Designer: TJN Structure 20664 Q P—NING+DESIGN Detailer: CRW umbers O an:c�=c�•ns oom Vold: Sheet Subset: SPLI Subset Sheet: SPLI of SPLI Sheet Number 6 SHEET DM1 END CLEARMEW ALIGNMENT BEGIN CLEARVIEW STA 50+39.66 END LORY-PITKIN ALIGNMENT GR1 BEGIN CASTLEROCK ALIGNMENT END PITKIN ALIGNMENT STA 52+45.13 ALIGNMENT SS7 STA 110+54.08 STA 10+00.OD TS2 STA 10+00.00 BEGIN LORY-PITKIN ALIGNMENT SHEET D117 1:20 SCALE END SHIELDS ALIGNMENT STA 10+00.00 GR7 SHEETS OM2-DM4 STA 12+30.77 SS30 SHEET SS31 GR2-GR4 SHEETS DM5-DM6 TS6 1:20 SCALE SS14-SS16 BEGIN PITKIN ALIGNMENT GR5-GR6 1.20 SCALE TS4 STA 10+00.00 SS22-SS24 1:20 SCALE 1:20 SCALE I ® ® o Z CLEAR W AVE ® ® a j J LORY o ® F o LAKE ST � w rSHEET SHEET SS2 SHEET SS70SHEET SS11 SHEET SHEET SS19 SHEET SS4 SS6 SHEET SS12 SS17 SHEET SS20 SHEET SS25 SHEET SS1 SHEET SS3 SHEET SS28 SHEET SS13 SHEET SHEET SS26 SHEET SSS SHEET SS8 SHEET 5521 SHEET 5533 BEGIN SHIELDS ALIGNMENT 5518 SHEET 5527 SHEET SS29 END CASTLEROCK ALIGNMENT STA 10+00.00 SHEET SS32 SHEET 5534 STA 17+96.25 END SPRINGFIELD ALIGNMENT BEGIN SPRINGFIELD ALIGNMENT STA 42+53.87 STA 10+00.00 SHEET S59 N o' Aso isoo 3- Print Date:8/2/2016 1:50:51 PM Sheet Revisions File Name: 1260-143-ODKEYMAPOI.DWD Date: Comments Init. a Ito As Constructed KEYMAP Project No./Code Horiz, Scale: 1:1800 Vert. Scale: N/A Q 1Beake srea No Revisions: TAP M455-120 (] oek oo eazoz Revised: Designer: TIN Structure 20664 Q NANT�lIG+u�1RN r�.�omm.am Detailer: CRW tubers —a*WwWv` m Void: Sheet Subset: KEYMAP Subsel Sheet 1 of I Sheet Number 7 EXHIBIT 4 — REVISION OF SECTION 104 LANE RENTAL FEE REVISION OF SECTION 104 LANE RENTAL FEE Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.04 shall include the following: (a) Lane Rental Fee. The Contractor shall pay a daily lane rental fee for lane closures on Lemay, Shields Street, and Taft Hill Road during construction. The Contractor will be granted a total of 25 lane rental days to be used for single daytime closures of thru lanes on arterial roadways. The 25 lane rental days were estimated as follows:t-he-felfog lane-feRtal -a 4AwaaGes= - 10 calendar days of single lane closures on Shields Street for the installation of the Shields Street crossing between Springfield and the multi -use path. - 10 calendar days of single lane closures on Lemay Avenue for the installation of traffic signal foundations and medians - 5 calendar days of single lane closures on Taft Hill Road for the installing/adjustment of traffic signal foundations and medians A lane rental day is defined as any single lane closure on an arterial road, afad--eEach individual lane drop is considered one lane closure. All lane closures are approved from 7:00 am to 3:30 pm for the project. From these allowed lane -days, no deduction will be made from monies due the Contractor. Lane rental fees for all lane -days in excess of the listed allowances above will be deducted from any monies due the Contractor for work performed. The deduction will be based on the applicable rate for any and all closures, whether work is performed or not. This deduction will be reflected in each progress payment. This deduction is not a penalty, but is a rental fee based upon road user costs to occupy individual lanes on Shields Street, Lemay Ave, and Taft Hill Rd. The Engineer may determine that the lane rental fee will not be charged for lane closures for the following reasons: additional work not covered in the scope of the project; acts of god, acts of the public enemy, fires, floods, area wide strikes, freight embargos, and delays not caused by the Contractor's fault or negligence. In the case of unusually severe weather, a lane rental fee will not be charged for each weather day after the second consecutive weather day. The lane -day rental fee for closures on Shields, Lemay, College. and Taft Hill Road shall be $ 1,200.00 per lane -day. Note: The City does not anticipate any lane closures on College Ave. A lane -day is measured as any day that a portion of a thru lane or signalized left turn lane is closed to traffic on any arterial road (Taft Hill Road, Shields Street. College Ave. and Lemay Ave.). The following will not be measured as lane rental -days: Any day that a right turn lane is closed but a right turn is permitted from an existing thru- lane. Any day that an opposable left turn lane is closed to traffic on an arterial road. Any night work, specifically milling and paving operations during the course of the standard work week. Night work construed as 7:00 PM to 7:00 AM. (Variance application needed for night work) Add 1 - 8449 Pitkin Street Bikeway Page 24 of 29 INDEX CONTRACT ITEM NO. CONTRACT ITEM UNIT ROADWAY BOOK PAGE SHEET PLAN ASCON ST. 201-00000 Clearing and Grubbing LS 1 202 Removal of Concrete SY 118 202 Removal of Tree (Diameter less than 8") EA 10 202 Removal of Tree (Diameter greater than 8") EA 1 202-00203 Removal of Curb &Gutter LF 198 202-00220 Removal of Asphalt SY 694 203 Excavation CY 150 203-01510 Backhoe HR 30 203-01597 Potholing HR 24 203-02330 Laborer HR 30 208 Erosion Control LS 1 403-33841 Hot Mix Asphalt (Grading5) (100) (PG 64-22) TON 175 503-00018 Drilled Caisson (i8inch) LF 32 503-00036 Drilled Caisson (36 inch) LF 60 608 Concrete Sidewalk (includes curb ramps, concrete pled. curb) SY 576 608-00015 Detectable Warnings EA 10 609 Modified Curb &Gutter (4" Rolled Curb, Match Existing) LF 157 609-20010 Curb Type 2(Section 8) LF 208 610 Concrete Bike Median (6" thick) SY 101 610-00030 Concrete Median Cover(6"thick) SY 67 613-00200 2" Electrical Conduit LF 980 613-00206 2" Electrical Conduit (Bored) LF 250 613-00300 3" Electrical Conduit LF 300 613-00306 3" Electrical Conduit (Bored) LF 330 613-07050 Pull Box (13"x24"x18") Deep EA 9 613-07060 Pull Box (18"x30"x18") Deep EA 2 623 Irrigation Restoration LS 1 623 2.5" Irrigation Line -Bored LF 60 626-00000 Mobilization LS 1 627-00011 Acrylic Waterborne Paint GAL 10 627-30205 Thermoplastic Pavement Marking (Word -Symbol) SF 1094 627-30210 Thermoplastic Pavement Marking (Xwalk-Stop Line) SF 1753 630 Construction Traffic Control LS 1 630-00000 Flagging HOUR 480 630-00007 Traffic Controllnspection DAY 30 630-00012 Traffic Control Management DAY 20 700-01 F/A Minor Contract Revisions LS 1 700-02 F/A Erosion Control LS 1 Print Dote:1/3/2017 5:48:12 PM Sheet Revisions As Constructed SUMMARY OF Project No./Code File Name: 1260-143-OOSUMMARYOFOUANTITIESOI.DWC Dote: Comments Init. a Ita Horiz. Scale: N/A Vert. Scale: N/A 1-04-17 PAINT TYPE & TCI TJN �sa eiawao-..� No Revisions: APPROXIMATE QUANTITIES TAP M455-120 Revised: Designer: TJN Structure 20664 Q PIANMMIM♦DER M Oetailer: CRW umbers O www.atewannny wm Void: Sheet Subset: SA0 Subset SheelSA01 of SA02 Sheet Number 8 FOR INFORMATION ONLY - WORK BY OTHERS WORK BY OTHERS INDEX CONTRACT ITEM NO, CONTRACT ITEM UNIT ROADWAY BOOK I PAGE SHEET PLAN AS CONST. 202-00821 Removal of Sign Panel EA 2 202-00855 Removal of Traffic Signal Controller Cabinet EA 1 202-00860 Removal of Pedestrian Push Button EA 2 210-00750 Reset Light Standard EA 2 210-00815 Reset Sign Panel EA 4 213 1.5" Landscape River Rock CY 19 613-10DDO Wiring LS 2 614-00011 Sign Panel (Class 1) SF 74 614-00035 Sign Panel (Special) - Wayfincling Sign SF 177 614-01502 Steel Si n Su ort 2-Inch Round Post & Socket LF 591 614-70150 Pedestrian Signal Face (16) (Countdown) EA 8 614-70336 Traffic Si nalFace 12-12-12) EA 22 614-72855 Traffic Signal Controller Cabinet EA 2 614-72860 Pedestrian Push Button EA 14 614-81140 Traffic Signal -Light Pole Steel (40 Foot Mast Arm) EA 4 614-84100 Traffic Si nal Pedestal Pole Aluminum EA 8 614-86105 Telemet (Field) EA 2 614-86748 Controller (Type 2070) EA 1 614-87010 Fiber Optic Cable (Single Mode) (12 Fiber) LF 1050 614-87012 Fiber Optic Termination Panel (12 Fiber)EA 2 614-87015 Buffer Tube Fan Out Kit EA 2 614-87501 Splice Fiber Optic Cable (lStrand) EA 8 614-87601 Terminate Fiber Optic Cable (1 Strand) EA 8 614-87690 Ethernet Switch EA 2 �#j 625-00000 Construction Survey LS 1 630-00012 ITraffic Control Management DAY 2.5 NOTE: CONTRACTOR REQUIRED TO COORDINATE THESE WORK ITEMS IN CONJUNCTION W/ THEIR SCHEDULE. --—e:ai,i—. I-N Sheet Hevisions I a lta As Constructed SUMMARY OF Project No./Code File Name: 1260-143-OOSUMMARYOFOUANTITIESOl.DWG Date: Comments init. Horiz. Scale: N/A Vert. Scale: N/A � ; I No Revisions: APPROXIMATE QUANTITIES TAP M455-120 Designer: TJN Structure 20664 Q PLANNING +GE5IGN f�jB1oj e.vm Detail— CRW mbef5 uaoianning =om Void: u t3 (] Sheet Subset: SAO Subset Sheet:5A02 of $A02 Sheet Number TABULATION OF REMOVALS TABULATION OF SURFACING Print Dots•.? 27 2016 10:29:03 AM Sheet Revisions a Ita As Constructed Project No./Code Fee Name; 1250-143-00 TAe.nwG Datr. Comments Wt. TABULATION OF QUANTITIES Horiz. Scale: 1'-20' Vert. Seale: N/A No Revisions: TAP M455-120 cb"Redse& Design- Sumbm Code O TANNING G61GN Detaeer: SMe Wabelf O nµ. Volt Sheet Subset TAB 5,.d Sh tc TAM OF TAB1 Sheet Number 10 LOCATION REMOVALOF CURB&GUTTER REMOVAL OF ASPHALT REMOVAL OF CONCRETE REMOVAL OF TREE ITEM # 202 202 202 202 UNIT LF SY SY EA LEMAY&PITKIN 63 341 17 0 SHIELDS &PITKIN 42 123 76 11 TAFT&CLEARVIEW 93 230 26 0 PROJECTTOTALS 198 694 118 11 Hot Mix Asphalt (6lnches) Grading S (100) CONCRETE SIDEWALK (INCLUDES ADA TRUNCATED CONCRETE BIKE CONCRETE MEDIAN MODIFIED CURB & GUTTER (4" ROLLED CURB ON LOCAL CURB TYPE 2 I j EX LANDSCAPE DISTURBED BEHIND NEW ADA RAMPS TO BE RESTORED IN KIND BEGIN C&G REMOVAL N 125381.57 E 184132.72 EX CURB & GUTTER TO BE PROTECTED IN PLACE LIMITS OF REMOVAL — N 125369.86 E 184117.79� PROPOSED BIKE — i -- MEDIAN— - (TYP) CLEARVIEW AVE LIMITS OF REMOVAL 3E - N 125341.09 - - - - - - - - E 1841184117.25 25 - - - - - - - - - - -- - - - - - - EX CURB &GUTTER BEGIN C&G REMOVAL I I TO BE PROTECTED N 125339.72 IN PLACE E 184134.20 I I I I EX LANDSCAPE DISTURBED BEHIND NEW ADA RAMPS TO BE RESTORED IN KIND I I 2101 CLEARWEW I I I REC. NO. 2002051384 I � � I I I I 0 [00 0 1II 2IIII II Q II BEGIN C&G REMOVAL I. ~ N 125409.00 II I E 184204.30 / I END C&G REMOVAL C N I 125399.72 1 I II E 184154.22 75 SF EX 75 SF EX S/DEWALK� `� I TO BE REMOVED LIMITS OF REMOVAL )' N 125393.24 74 SF EX SIDEWALK E 184211.8383 TO BE REMOVED LIMITS OF REMOVAL N 125369.26 E 184149.46 EX LANDSCAPE DISTURBED ' BEHIND NEW ADA RAMPS TO BE RESTORED IN KIND I \ STOP SIGN I i. END C&G REMOVAL --1. N 125389.80 \\ E 184225.00 / EX CURB & GUTTER TO BE PROTECTED IN PLACE LIMITS OF REMOVAL 40+00 \--N 125389.74 E 184241.28 LIMITS OF REMOVAL N 125352.52 /--E 184242-61 I E 184212.47 N SAWCUT LINE/ LIMITS OF ASPHALT REMOVAL _ - - — -- - - - -- -- (TYP) i I EX CURB & GUT7ER- TO BE PROTECTED L _ M�_LIMITS OF REMOVAL / IN PLACE N 125334.67 E 184148.55 A4VCRY PARK' SIGN 77 SF EX SIDEWALK TO BE REMOVED END C&G REMOVAL o H N 125319.69 E 184153.47 h, I I i I Il o' i0, 20• w- LIMITS OF REMOVAL N 125348.92 Print Date:8/2/2016 1:39:36 PM � 0 Q ,h -c'l NC.vi�,-w' a Ita � ieoe er.adb o.nhu0co e°ozoz PLAiWlreo•oEsiciu vMw.elteoi.nnins0om �-7 r.,. icmn.mo I :�, -.liir l^,.I DEMOLITION PLAN CLEARVIEW AVE & TAFT HILL RD File Name: 1260-W-00JXM0.DWG Date: Comments nit. No Revisions: TAP M455-120 Horiz. Scale: 1'=20' Vert. Scale: N/A Revised: Designer: SMB Structure 20664 Void: DetaileC SM9 Numbers Sheet Number 11 Sheet Subset: DM I Subset Sheet: DMt of DM5 NOTES. MATCH LINE STA11+00 f. CONTRACrORTOCOORDINATEWITH PROPERTY OWNER FOR IRRIGATION REPAIRS. ALL WORK SHALL BE PAID UNDER ITEM 623- SEESHEET 13 IRRIGATION RESTORATION. I I Bae EX DEWALK TO BESREMOVED I I D I I 1301 S. SHIELDS x II I j II f REC. NO. I I I UNIVERSITY 20080006589 II I O i PROFESSIONAL I W w PARKING" I' I I SIGN II = U) I' EX IRRIGATION SYSTEM IMPACTED I BY THE PROPOSED SIDEWALK I SHALL BE RESTORED IN KIND I (SEE NOTE 1) / I E I I EX CURB & GUTTFR EX TREE TO BE PROTECTED / PROTECTED IN PLTO ACBE II IJ02 & IJ04 S. SHIELDS IN PLACE I I I TRACT A, GLENWOOD END C&G REMOVAL COMMONS P.U.D. — N 125008.06 X LIMITS OF REMOVAL E 189520.06 I RELOCATE (GLENWOOD COMMONS ------------------ —� 125000.31 PROTECT EX PR ROTC. o_ EX SIGN CONDOMINIUMS) �_ _ _��_—_—_—_—_—_— — — — —� E 189445.60 PAN LIMITS OF REMOVAL N 125001.01 I SAWCUT LINE/ LIMITS E 189415.95 OF ASPHALT REMOVAL SPRINGFIELD DR i c c (TYP) I I — — BEGIN SW REMOVAL I N 124988.42 E 189532.53 51+00 c 52+00 I ♦ I ♦ 5 3.85 — —_ PROPOSED BIKE BEGIN CdcG REMOVAL LIMITS OF REMOVAL ' ' MEDIAN N 1EMMOVAL N 124963.93\Njl (TYP) E 189519.80 I II E 189415.31 S — — — — LIMITS OF REMOVAL 3 N 124962.93 a 18i9444.98 i O 0 0 0 1 1 1— ro EX CURB & GUT7FR TO BE PROTECTED I I IN PLACE l \ � I I Print Date:6/2/2016 1:40:43 PM Q Q Sheet Revisions a Its PLANNINGtaF IGN As Constructed DEMOLITION PLAN SPRINGFIELD DR & S SHIELDS ST Project No./Code File Name: 1260-143-OO1EELO.DMC Date. Commente wt. No ReNalona•. TAP M455-120 Hcriz. Scale: 1"-20' Vert. Scale: N/A Revised: ner. Deai 9 SMB SWcture1 20664 Detoiler. SMB umbers O w.w. eaoia���g com Vold: Sheet Subset: DM Subset Sheet D1,12 of 0115 Sheet Number 12 1:41:1 Name: n O NT I I:. I V) Q I: w p i x + V) 10+00 IF- EX ELECTRIC VAUL f TO BE PROTECTED IN PLAC P � EX SIDEWALK RAMP P TO BE PROTECTED IN PLACE I' - OHE T END SW REMOVAL N 125121 56 ''. E 189534.08 j I � 684 SF EX SIDEWALK �,\ I NOTES' I\ 1. COMRACTORTOCOOROINATEWITH PROPERTY OWNER FOR '\ IRRIGATION REPAIRS. ALL WORK SHALL BE PAID UNDER ITEM 623 - 0 IRRIGATION RESTORATION. — — — — — — — l PITMN ST F — — 11+00 12+00 - — — — - T I POLE& E I --- -EX __.-..---- OVERHEAD TELECOM —— _=—=—_- -- -- -_- J TO BE REMOVED/RELOCATED EX CURB & GUTTER._ E EX POLE & (BY OTHERS) TO BE PROTECTED OVERHEAD TELECOM - - EX LIGHT POLE IN PLACE TO BE REMOVED/RELOCATED -- - __ TO BE RELOCATED (BY OTHERS) ` (BY OTHERS) —�^ --- - - �— — = ------ ILA 1p —OHE OHE ED OHE O G E _ -- o 0 = sac — — — —mr —m�c — -- TO BE REMOVED IJ i I � I I I4 o I k< �EX TREE TO BE REMOVED //� - � EX TREE TO TO BE REMOVED x SEE UTILITY PLAN FOR DETAILSON — — — — — — — — — — — — — —IJ02 & IJ04 S. SHIELDS IMPACTED ALONG P TKIN IST.IGATION SYSTEM EX COMMUN/CA77ON VAULT TRACT A, GLENWOOD TO BE PROTECTED IN PLACE COMMONS P.U.D. I Ea srKt (GLENWOOD COMMONS "STOP" SIGN I CONDOMINIUMS) MATCH LINE STA 1 1 +00 SEE SHEET 12 a' 10' 20' 40' h i ions ��� DEMOLITION PLAN - —!- Date: Comments Init. S SHIELDS ST & PITKIN ST No Revisions TAP M455-120 0 Revised: Designer: SMB st—ture 20664 Q PlAONM DESM - Detailer: SMB Numbers O wwr,.anaµannns eom Void: Sheet Subset: DM =d I Subset Sheet: DM3 of DMS Sheet Number 13 0 U1 W W= Z U) =_-- PITKIN ST -1 UJ _ \UJ 14+00 15+00 U U) -- Q BEGIN C&G REMOVAL E (6) EX TREE 5143.46 END C&G REMOVAL EX LICHT POLE TO BE REMOVEDLE TO BE RELOCATED _- --9781.84 E 189807.49 EX POLE & _ OVERHEAD TELECOM — — — — — TO BE REMOVED/RELOCATED SEE UTILITY PLAN FOR DETAILS ON IMPACTED IRRIGATION SYSTEM ALONG PITKIN ST. a 'e 2a a Print Date:8/2/2016 1:41:45 PM 0 Q Sheet Revisions a Ita eas amw au ..i As Constructed DEMOLITION PLAN S SHIELDS ST & PITKIN ST Project No./Code File Nana: 1260-143-00JIE110.DNG Date: Comments Init. No Revisions: TAP M455-120 Horiz. Scale: 10:20. Vert. Scale: N/A Design., SWcture 20664 Q O PuWNG+DESIGN "' Revised:SMB Details.. SMB umbra Vold: Sheet Subset: DM Subset Sheet DM4 of DM5 Sheet Number 14 1 I I I 1 I I I I I I I I I I EX LANDSCAPE DISTURBED 1 BEHIND NEW ADA RAMPS TO i BE RESTORED IN KIND W BEGIN C&G REMOVAL .END C&G REMOVAL Q N 124934.74 N 124954.56 E 200037.64 ;E 200016.5L4 Q II � EX CURB & GUTTER W TO BE PROTECTED TO BE PROTECTED IN PLACE J C� IN PLACE 80 SF EX SIDEWALK ,a TO BE REMOVED I LIMITS OF REMOVAL - - - - _ N 124933.39 - - - - - - - - - -- LIMITS OF REMOVAL , .,... E 200034.53 I�LIMITS OF REMOVAL N 124934.96 ta' 'i�f"�r��l°I` " I N 124935.81 LORY ST E 199992.26 I �S d __ 1_ I LIMITS OF REMOVAL I E 200143.34 N 124934.80 CI - - - SAWCUT LINE/ LIMITS I �� 1 E 200101.77 0 i PROPOSED BIKE OF ASPHALT REMOVAL I- �.f - MEDIAN 19+E LIMITS OF REMOVAL N 124897.45 LIMITS OF REMOVAL LIMITS OF REMOVAL PITKIN ST - E 199989.73 N 124906.25 o..-.. N 124906.61 E 200102.08 - E 200143.34 LIMITS OF REMOVAL W - - - - - - -- - I N 124895.68 I: 1 i -•,:.. E 200034.46 ��- - ----- -- -- - - - - -- i I EX CURB & GUTTER - _ - - -- - --. - -- I I TO BE PROTECTED _ _ _ - - - - - - -- IN 5E Ex OVER �- - - - - - - I r- - - � IN PLACE - TO BE REMOVED �� � BEGIN C&G REMOVAL I I N 124894.68 END C&G REMOVAL I' E 200016.47 N 224875.55 I. E 200037.24 I I I TO BE RESET 3'WEST I I f I EX LANDSCAPE DISTURBED BEHIND NEW ADA RAMPS TO I IJ I { 1201 E PITKIN 1100 LORY S BE RESTORED IN KIND I REC. NO. REC. NO. — l i 201JO074071 20150006345 I I I I I I I I I I I I o• m• zo' a• I Print Dote: 7/14/2016 8:42:41 AM JI ,vi 11, 11 File Name: 1260-143-00—DEMO.DWG Date: Comments Wt. alter A5 IruDEMOLITION PLAN Horiz. Scale: 1'=20' Vert. Scale: N/A CZ) o- w.. a~, No Revisions: LEMAY AVE & PITKIN ST TAP M455-120 El Designer: SMB Structure Revised: 20664 Q atANdMM-G®IGN DetaIIK: SMB Numbers wvw.•snls^m^s.com Void: Sheet Number 15 Sheet Subset: OM Subset Sheet OMS of DMS 9L sgwnN yaa4S 9H0 j0 Lej :1-4S yacgn5 I So :lacgnS yaa4S :P1oA h990Z IanyaruySI eW5 ❑au61sa0 :Peslna4 OZy-ssrw dvl Oa 11IH1jVl V 3AV M31MJV310 S1Osl-8 ON NVId 1081NOO NOISON3 ONV ONIOV80 I nI., ,ll :, t, M o[ DI A 13,N1 NYH14NM001S3MV3N.LVNOIJM31O88J31N130V,d '4 o�6uiuuciJrllrt mmm 0 anvxv vrvian ns rvv a,x•ra.i N0I.. t0NINNVId Q O _. ��' � 1w1 s7 uaw woG :ayDO SUc 'W3ll AVd N,VM30IS 3.L3HONO0 3H1 NI 030n,ONl I I1 3S 018HnO313HON00031VI00SSVONV SdWVH VOV ,-IV'L09I ,IV13O SSVnO, H3d S3W00 O31VONnH1 1 OW E09 L,IV13O SSVnO, H3d s. Ww"8Hn0 'E I 'N011n-I,Od AVMH3IVM WV361SNMOO MN INIW ONV,OHINOO NOISOH3 LN3101jdnS A,dd nS Ol'NMOH S 53linSV3W,OHINOO ,OW N00 NOISOH3 3H1 d0 3ONVWHOdH3d 3H1 ONV SNOIL0N00 3US NO 03SVS NOIlOn8.LSNOO ONIHnO 03O33NSVO3.L nrav0NVO3AH3S8038,TVHS N01103l.OHd,0H1N00 NOISOH3 dO 1N31X33H1 'Z '3.L3,dWOO SI NOI.L7nH.LSNOOlI1Nn 30V,d NI NIVW3H „VHS NOLL0310Hd,OH1NOO NOISOH3 I 1 'VM4 N011OnH1SNO03H1W084IWV3H1SNMO(I S13,N10NLLSIX3 „V IV NOIlJ310Hd1081NOO NOISOH330V,d 'NOLLOntl1SN03ln0HOn0HH10NV 1 011016d S3HnSV3W,OH.L 00 NOISOH3 AHVSS3O3N „VNIV.LNIVWONVBCAOHd Ol H010VH1NOO 'I r-1 5 1V103d5103f0?Jd 133 _ - - - -- - lvnO3 03AO8ddV 80 31lljfll r4o8j S3W00031VONlk11 1 NMOa -108 N081 isvo 018 X0188 ��--_ - B4'OL P i! Ll'OL — i 0 +" rs of I 44'OL -u 0 'OL IJ 16'0L- OL 44 OL Xl' Yl'Z t601 71 31Y 890L „r.__i 7! -?AV Z90L� — — _ O1✓V — --01 \, LO'lL l .._�_— M931Y 660L M8 60 lL SY IL T 9l'lL� 73 30 91'!L � 0l/M 8 £S'tL � M8 3IY Z9'11 _ 73 In M 31Y 09YL r- II o ' ' O� III NIVMdOXov8'M8 1 .. -..01 Q 3N,MO,d',d 9MI.LSIX3 HO1VW-3W ON3931 NOUVA313lOdS 4Z'lL JI 1S'L U 3091'L S -1, 99' I 3W 6Z'lL ----Ol/M8 Zill/ Me ZT-1Z Me Zc l -M 9934 I V/N :01DOS "Vi A .OZ:-L :-ID-S Al-H I Wd 6L 1 I I I I I d8F19OZ00Z ON O321 M-M&V370 [OlZ I I I I I I I 1 I 1 I I I I I I I I . I I ' I I ---- _ 3AV M31AJVTIO V 9614 ---•OOIZL S.uJ 01 Z1 ZL - - 7d -WY 997L 713N eg'U — --- —----_—_ - M9 3Y 60'ZL M8 S6 LL Ol/M8 OZ ZL. 01,E — Me L6; LL I Ol/M8 9l'ZL I A19 3IY 60 ZL 1 1 I I I I I � I I I O'JV8,3AVtl°J I I O (4310N 33S) tl 3dAU NOLL03106d 13,NI 1-dl C O I 1 I I I I I aN393'1 I I SPOT ELEVATION LEGEND ME -MATCH EXISTING FL-FLOWLINE TC-TOP OF CURB BW - BACK OF WALK MATCH LINE STA 1 1 +00 SEE SHEET 18 Wli.�. x � 130.59 BW) it �130.49 2.0R. 001 S. SHIELDS -30.69 BW REC. NO. I 20080006589 I I p I l w I W II I I U) o - 30.87 BW 30.6 .4• •.I . 7.5% 4 I EXISTING TO REMAIN ADA RAMP (SEE NOTE 4) _ 0' 10, 20' M' z0% LEGEND T -- X 1 / J0.1J ME FE BRICK RED J0. 70 7Cy` 30.75 30,95 SW — — — — — — — — — — — — — - — — — — — DETECTABLE WARNING O FROM OVERTRANEQUAL OR J0 JO ME 7C °3075 IP 1 INLET PROTECTION (TYPE D - — — — —'--- — — — — _ — _ APPROVED EQUAL J077 TCI J0:19 ME FL_. - 1 - �JO.BS ME GRAVEL BAG J0. 79 7C 30.79 — — O SPRINGFIELD DR — I — I ,.I GREEN 31.88 FL „i DETECTABLESWARNING -3091 ME --31.90 31.77 FL 31.75� FROM TRANSPO OR 32.20_ I APPROVED EQUAL JO.J7 ME � I-- - _ • `J0. S7 M£ BW 31.91 J0 87 TC �— — —32.04 i32.18 FL 32.08 _ o 52+00 'i J0. B9 M£ -2+5 32.06 FL HP 6 I — I 31.92I --- K `-31.78 a ADA RAMP IFw i ® (SEE NOTE 4)' 1 NOTES: I. CONTRACTORTOPROVIDE AND MAINTAIN ALL NECESSARY EROSION CONTROL MEASURES PRIOR TO AND THROUGHOUTCONSTRUCTION. PLACE EROSION CONTROL PROTECTION AT ALL EXISTING INLETS DOWNSTREAM FROM THE CONSTRUCTION AREA. EROSION CONTROL PROTECTION SHALL REMAIN IN PLACE UNTIL CONSTRUCTION IS COMPLETE. 2. THE EXTENT OF EROSION CONTROL PROTECTION SHALL BE OBSERVED AND ADJUSTED AS NEEDED DURING CONSTRUCTION BASED ON SITE CONDITIONS AND THE PERFORMANCE OF THE EROSION CONTROL CONTROL MEASURES SHOWN, TO SUPPLY SUFFICIENT EROSION CONTROL AND MINIMIZE DOWNSTREAM WATERWAY POLLUTION. 3. CURB RAMPS PER LCUASS DETAIL 1603 AND TRUNCATED DOMES PER LCUASS DETAIL 1607. ALL ADA RAMPS AND ASSOCIATED CONCRETE CURB TO BE INCLUDED IN THE CONCRETE SIDEWALK PAY REM. 4. CURB HEIGHT VARIES 6" AT STREET FLOWLINE TO O" AT BACK OF RAMP/FACE OF SIDEWALK. Print Date: 8/2/2016 1: 47:36 PM _ _ I I 1 I Y� . I - ' GRADING AND EROSION CONTROL PLAN File Name: 1260-143-00-GR.DWG Date Comments Init. SPRINGFIELD DR & S SHIELDS ST Horiz. Scale. 1"=20' Vert. Scale: N/A � --4 � � wm«I �/ N Revisions TAP M455-120 Ms; ao... y Rev sed: Designer: SMB Stcue 20664 0 PLANNING. oEfilenl Detailer: SMB Numbers Oauavlannm¢com Void: Sheet Subset: GR I Subset Sheet: GR2 OF GR5 Sheet Number 17 All lane closures on local or collector streets during this project. Arterial Road lane closures that are setup solely for City Traffic Dept. to install traffic signals. For approved daytime lane closures, a lane -day will be measured as any potion of time between the hours of 8:307 08 AM to 3:30 PM. If work extends beyond those approved working hours, an Unapproved Lane Rental Fee will be charged per section (b). Fer appreved-ruat+day IGSUre, t e4neas4red-a&,i-24-ho4r-per+ed frGFn 1 AM to 11 � 59 PM for eaGh Galendar day that the GlosuFe is approved and implement Only 1 lane rental day will be charged for any single lane, regardless of the number of lane closures in that lane. For approved night time work during off-peak hours, a lane rental fee will not be charged. A lane is considered closed when the number of available lanes is reduced from the number available prior to the work. Lane closures shall be documented in the Traffic Control Supervisor's (TCS's) diary each day that a lane closure is in use. The diary shall be signed by the TCS and the Contractor's representative. A copy of the day's diary shall be given to the Engineer at the end of each work day on which a lane closure is used. (b) Unapproved Lane Rental Fee: The Contractor will be charged a lane rental fee for any work that is performed outside of the approved daytime hours that are permitted by the City Traffic Dept. on the approved MHT. The lane rental fee will be measured as an hourly rate and will be rounded up to the nearest whole hour in excess of the permitted lane closure time. The Unapproved Lane Rental Fee for single daytime closures on Shields Street, Lemay Ave, and Taft Hill Rd. shall be $ 500.00 per lane -hour. The Unapproved Lane Rental Fee will be measured and applied separately to each thru lane or signalized left turn lane that is impacted by an unapproved lane closure. Approved daytime lane closure MHTs cannot be field modified into multiday lane closures to avoid the Unapproved Lane Rental Fee. The Unapproved Lane Rental Fee does not constitute an authorization to do work without an approved traffic control plan. END OF SECTION REVISION Add 1 - 8449 Pitkin Street Bikeway Page 25 of 29 �10' 5'3 LEGEND SPOT ELEVATION LEGEND 2 0i VAR/,ES ME MATCH EXISTING EX C&G— — 4: 1 Af =X c O 1 INLET PROTECTON—E.1 FL FLOWLINE I W-BAC FCURB — BW - BACK OF WALK OGRAVEL BAG L o' ,o zo .o BACKFILL W/ NATIVE SIDEWALK W/ THICKENED EDGE SOIL AND/OR �\ \ \ _ LANDSCAPE ROCK - - - - __ - \ (BY OTHERS) \ - - - NITS - - - - -- `. � A -- __ _.-- --- g o I I II —_ -------------_-- —_ __ -—_ _— — 10+00 - \ J - - - -14111111 +- -�- - - - -- 12+00) ---------=- _ --- _ N Lj I wx ` f PITKIN ST z u1 EXISIIIr w - --+o-- --'�' TO REMAIN &0 x W L EX CURB RAMP -.- TO BE PROTECTED 'IM OJ EX 7C / 19.97 EX TC 19 BO £X TC N LOHE- -30.01 BW - --- -- IN PLACE .09 £ 7C OHF�,OHE - rii- 0H✓_.-?9 X T i / 5.07 BW -30 20 • .:� • a \ 29.70 BW a a ••�®T 4 .29.29 BW • . a / d0.09 ME BW -_ I 30.36 ME BW_ a k29978W 4.'ir i. .Ya OJ �..z.� ..* .. `vS - 7B 50 EX 7C. r _ - 78.49 EX 7C' o _ 3077 ME _ 30.47 o �2B 17 EXOA a � � '30.79 HP �c287B EX EOA L27Bt EX EOA N 3 EX TREE 1, / I 9. • 785E EX TC I� Oo !� --�0� �30.67 BW ' - -- %, I, J O 30.4, BWa, AREA BETWEEN BACK OF WALK W a 30.99 HP AND EX CURB TO BE BACKFILLED -' 30.28� `�30.66 • • f - - - - - - - - - - - - - - - W/ LANDSCAPE ROCK II I B.Sx I (BY OTHERS) - EX TREE TO BE NOTES: 2. TH E EXTENT OF EROSION CONTROL PROTECTION }D,3} PROTECTED IN PLACE SHALL BE OBSERVED AND ADJUSTED AS NEEDED `30.78 BW 1. CONTRACTOR TO PROVIDE AND MAINTAIN ALL DU RING CONSTRUCTION BASED NSITE NECESSARY EROSION CONTROL MEASURES PRIOR TO CONDITIONS AND THE PERFORMANCE OF THE AND THROUGHOUT CONSTRUCTION. PLACE EROSION EROSION CONTROL CONTROL MEASURES SHOWN. MATCH LINE STA 1 1 +00 SEE SHEET 17 CONTROL PROTECTION ATALL EXISTING INLETS TOSUPPLY SUFFICIENT EROSION CONTROL AND DOWNSTREAM FROM THE CONSTRUCTION AREA. MINIMIZE DOWNSTREAM WATERWAY POLLUTION. EROSION CONTROL PROTECTION SHALL REMAIN IN PLACE UNTIL CONSTRUCTION IS COMPLETE. 3. CURB RAMPS PER LCUASS DETAIL 1603 AND TRUNCATED DOMES PER LCUASS DETAIL 1607. ALL ADA RAMPS AND ASSOCIATED CONCRETE CURB TO BE INCLUDED IN THE CONCRETE SIDEWALK PAY REM. Print Date: 8/2/2016 1: 49:27 PM Q O f a Ita mnlrmea.®aa www.asapannno.com a 1=^"•� co mm1 � " o n.�xi, •"I-i`-ted - GRADING AND EROSION CONTROL PLAN S SHIELDS ST & PITKIN ST Project No I 1 File Name: 1260-143-00 GR.DWG Date: Comment a Init. No Revisions: TAP M455-120 Horiz. Scale: 1"-20' Vert. Scale: N/A Revised: Designer: SMB Structure 20664 Detoiler: SMB Numbers Void: Sheet Number 18 Sheet Subset: GR Subset Sheet GR3 OF GR5 O _ — ro — —_— + F W �W W = Z (f1 --I W = Wuw — — Q EXISTING C&G TO REMAIN O1 £X TC 187d EX TC_ 28.99 BW 4 HEM SLOPE—�E •.- (VARIES) O 1_3+00 PITKIN ST �- 2819 EX A 28.31 28.26 28.04 EX FL 2869 EX TC AFL/TC 'FL/TC 2854 EX TC 28.8f A. 2796 Cr EOA--28.52 EX TC AREA BETWEEN BACK OF WALK AND EX CURB TO BE BACKFILLED W/ LANDSCAPE ROCK (BY OTHERS) I TOW 751 x— — I x e' 10' 20' b SPOT ELEVATION LEGEND LEGEND ME, MATCH EXISTING FL-FLOWLINE TC -TOP OF CURB IP_7 INLET PROTECTION(TYPE II (SEE NOTE 4) BW - BACK OF WALK OGRAVEL BAG 14+00 —15j00 — NOTES: 1. CONTRACTORTO PROVIDE AND MAINTAIN ALL NECESSARY EROSION CONTROL MEASURES PRIOR TO AND THROUGHOUT CONSTRUCTION. PLACE EROSION CONTROL PROTECTION ATALL EXISTING INLETS DOWNSTREAM FROM THE CONSTRUCTION AREA EROSION CONTROL PROTECTION SHALL REMAIN IN PLACE UNTIL CONSTRUCTION IS COMPLETE. 2. THE EXTENT OF EROSION CONTROL PROTECTION SHALL BE OBSERVED AND ADJUSTED AS NEEDED DURING CONSTRUCTION BASED ON SITE CONDITIONS AND THE PERFORMANCE OF THE EROSION CONTROL CONTROL MEASURES SHOWN. TO SUPPLY SUFFICIENT EROSION CONTROL AND MINIMIZE DOWNSTREAM WATERWAY POLLUTION. 3. CURB RAMPS PER LCUASS DETAIL 1603 AND TRUNCATED DOMES PER LCUASS DETAIL 1607. ALL ADA RAMPS AND ASSOCIATED CONCRETE CURB TO BE INCLUDED IN THE CONCRETE SIDEWALK PAY REM. 4. PLACE I NLET PROTECTION AT NEAREST DOWNSTREAM INLET. Print Date: 6/2/2016 1:50:38 PM -4 - 1 1,_ 1'r S Ita _ _ - _ I, 1j �`' GRADING AND EROSION CONTROL PLAN ., File Nome: 1260-143-00 GR.OWG Date: comments nit a `- S SHIELDS ST &PITKIN ST Horiz. Sole: I"=20' Vert. Scale: N/A � sn« No Revisions TAP M455-120 CO W202 `" ova«� Revised: Designer: SMB SWcWre 20664 0 BANNING «DESIGN � Detailer: SMB umbers Void: Sheet Subset: GR Subset Sheet: GR4 OF GR5 Sheet Number 19 I I NOTES: I 1 1 I t. CONTRACTORTO PROVIDE AND MAINTAIN ALL NECESSARY EROSION LEGEND LU I CONTROL MEASURES PRIOR TO AND THROUGHOUT CONSTRUCTION. PLACE EROSION CONTROL PROTECTION AT ALL EXISTING INLETS I I I DOWNSTREAM FROM THE CONSTRUCTION AREA. EROSIONCONTROL I I IP-1 1 INLET PROTECTION (TYPE I) a I I PROTECTION SHALL REMAIN IN PLACE UNTIL CONSTRUCTION IS I I 1 O J (SEENOTE4) COMPLETE. I I I I I 2. THE EXTEM OF EROSION CONTROL PROTECTION SHALL BE j O Ole/ GRAVELBAG ' J I I OBSERVEDANDADJUSTED AS NEEDED DURING CONSTRUCTION BASED ON SITE CONDITIONS AND THE PERFORMANCE OF THE 1 EROSION CONTROL CONTROL MEASURES SHOWN. TO SUPPLY I I I SUFFICIENT EROSION CONTROL AND MINIMIZE DOWNSTREAM 1 I I WATERWAY POLLUTION. I I 68 93 ME BW I-8 B4 ME TC B 3. CURB RAMPS PER LCUASS DETAIL 1603 AND TRUNCATED DOMES PER 6I I LCUASS DETAIL 1607. ALL ADA RAMPS AND ASSOCIATED CONCRETE l j 68.87 BW/TC ( \` CURB TO BE INCLUDED IN THE CONCRETE SIDEWALK PAY ITEM. 68.68 BW-,� I 68.59 M£ FL 68.71 BW- 16854 ME FZ ( I \ 4. PLACE INLET PROTECTION AT NEAREST DOWNSTREAM INLET. 68.98 BW/TC / 6879 TC �68.60 C� 8.90 ME M£ TC FL/TC 6�. 63 ---- --� �/TC 1 68 62 ME FL 0 6B 57 ME FZ O K N _.I R 8.85 TC BRICK RED CAST °! N NI_ W -rI'�' -F '-I IRON BOLT DOWN I88.81 - a 6972- +00 69.14- 1-69.09 FL ,-16898 FLIT TRUNCATED DOMES FROM TUFT OR 89.09. - _ APPROVED EOUAL 69.08 FL 'I- LORY 57- 69.28I_ .• 69.21 FL. - 68.95� I I FIP HP.01 _ HP __ -a 00 I SEF PROJECT SPECIAL - Bi.93 6- - FL 6I,83 19+00 69 25 FL='- 69 21 , 68.76 .68 82 FL_ -I 69 04 21 IHP N�L68.99 68.96 NI -68.90 i I I N �68.77 FL �N I PITKIN ST l "6B 56 F j-__-_ .=6863ME �6 _ �1 �I ME FI63B71 MC A£ B FL/TC 68.30 i I I -�68 79 BW/TC FL/1 E P STOP SIGN - - - - - - - - 1 I TO BE RESET 3' WEST 68.44BW'I 6822 ME FL -- - - -- -- I 1 63.3e BwI 68.55 rc I ! I I I I 68.12 M£ FZ I 68.63 8W/TG I 6859 ME 8w r68.45 M£ TC 1 I i III III I 1100 LORY ST. YI I 1201 E. P/TK/N REC. NO. I I I I REC. NO. 20150006J45 - Nh I 201JO074071 I 1 I 1 I I SPOT ELEVATION LEGEND I I I ME -MATCH EXISTING I I I FL-FLOWLINE TC-TOP OF CURB SW -BACK OF WALK Print Dale: 8/2/2016 1: 51:62 PM File None: 1260-143-00-GR.DNC Date: Comments Init. � I } yc GRADING AND EROSION CONTROL PLAN No Revisions: LEMAY AVE & PITKIN $T TAP M455-120 Hoiz. Scale: 1"=20' Vert. Scale: N/A Revised: Designer: SMB Structure 20664 Q PLANNMr' a DES M Delailer: SMB umbers w..w.anzpz^^�^uwm Void: Sheet Subset: GR I Subset Sheet: GR5 OF GR5 Sheet Number 20 CONCRETE �� a MEDIAN COVER SLOPE i - VARIES 1l4" TAPER 8:1 EX C&C EX C&G ASPHALTAVEMENT J \ / 4" CONCRETES L2" ` ASPHALT P (SEE NOTE 1) CONCRETE \�L/ PAVEMENT MEDIAN CDOT CURB TYPE 2 (SECTION B) SEE COOT (SEE NOTE 1) MEDIAN NOSE 6" CURB NOSE STO M-609-1 I 2" ICURB I I BIKE MEDIAN TYPICAL SECTION A -A NOTE: Ilk NTS 1. ASPHALT PATCH SHALL BE A MINIMUM 1 INCH THICKER THAN EXISTING ASPHALT SECTION. MINIMUM THICKNESS FOR LOCAL RESIDENTIAL STREET IS 61NCHES FOR FULL DEPTH ASPHALT �` 6" CURB STREETS. ASSUMED ASPHALT SECTION FOR THE W 4" REVEAL BIDTAB IS 6" HMA GRADING S (100) (PG 64-22). 1 33' 33' HMA = 147 LBS/5F, TAPER B:1 VARIES TAPER 8:1 2" B ASPHALT 6 L 2- RAISED. ASPHALT PAVEMENT BIKE MEDIAN PAVEMENT (SEE NOTE 1) (SEE NOTE 1) \ I BIKE MEDIAN TYPICAL SECTION B-B A \ \ I NTS v MEDIAN NOSE 4' VARIES 3' PER LC SS 801 2"� 6" 6 rL2" ASPHALT PAVEMENT (SEE NOTE 1) ASPHALT S. CONCRETE PAVEMENT MEDIAN COVER (SEE NOTE 1) CDOT CURB TYPE 2 (SECTION B) SEE CDOT MEDIAN NOSE AND STD M-609-1 MEDIAN NOSE AND CURB TO BE CURB TO BE MONOLITHIC POUR MONOLITHIC POUR BIKE MEDIAN TYPICAL SECTION C-C NTS Print Date:7/14/2016 3:37:32 PM Sheet Revisions File Name: 1260-143-00_T1'P.DMG Dote: Comments Init. a Ito As Constructed TYPICAL SECTIONS Project No./Code Horiz. Scale: 1"=20' Vert. Scale: N/Al No Revisions: TAP M455-120 ME Red-d: Dealgnec SMB Structure Code Q uNr111uG+oEs1aN _ _ Detailer: SMB umbra Sheet Subaet: TIP Subxl ShxtaaYP1 OF TYPt Sheet Number 21 IE+ZI I0-POT STA 12+30.77 SHIELDS ALIGNMENT i OO+ZI I I ,I BEGIN CENTURYLINK TELECOM RELOCATION I II PITKIN /1 (WORK PERFORMED �. POT STA 10+00.00 BY CENTURYLINK) V STATION-11+51.46 OFFSET=-39.838 PRoi. CENTURLYLINK N=125132.2750 UG TELECOM, E=189448.8490 RELOCATION BY CENTURYLINK Tj T —T —T �� I nV RHHEAD TELECOM LINE ELECTRIC i a I•� \ 7' I� \ � t III \ - - - - - - - \L =__� -- \ o—j IRRIGATION LINE TO BE BORED I) \ \ ACROSS PITKIN ST + N7 — _ — — — — — _ — — — — — — — — — — — — — — — — — _-- VI w _ 2 1/2' EX. IRR Lu PROTECT IN PLACE CONNECT TO EX. IRRIGATION W.L. - - �'� J W EX. ELEC k COMM PITKIN ST CONTRACTOREXISTING LNESELD AND COIFY LOCATION OFNNECTION POINT uj = VI PROTECT ELEC. VAULTS �'ro ANO TELECOM iVAU T$ fro —0 ---- -----————— —----------— REMOVE/ABANOONEX. IRR. W.L._----_� OHE OHE OHE OFIE OHE I OVE CENTURYLINK TELECOM POLE (WORK PERFORMED BY CENTURYLINK) STATION-10+60.48 OFFSET-29.595 / N-125137.2610 E-189549.0390 — T-- T T T=T T— 7 REMOVE CENTURYLINK EX. ROW TELECOM POLE (WORK PERFORMED / BY CENTURYLINK) STATION-11+89.73 OFFSET-28.350 RELOCATE STREET LIGH N-125136.6750 (BY CSU) _ E-189678.2960 `STATION-10+71.13 REMOVE EX. IRRIGATION VALVES OFFSET-33.321 ABANDON/REMOVE EX. N-125133.3844 IRRIGATION LINES E=189559.6362 NOTES: 1. CENTURYLINK TELECOM RELOCATION AND STREET LIGHT RELOCATION TO BE PERFORMED BY OTHERS. CONTRACTOR TO COORDINATE WORK DURING CONSTRUCTION. try below. 2. 3. LIGHT POLE RELOCATION BY CSU. CONTRACTOR TO COORDINATE WORK DURING CONSTRUCTION+ CONTRACTOR TO REPLACE IN KIND ANY IMPACTED IRRIGATION SYSTEMS DESIGNATED TO REMAIN. ALL Call eaa.rw aq. REPLACEMENTS, CONNECTIONS, AND WORK ASSOCIATED W/ IMPACTED IRRIGATION SYSTEMS SHALL BE PAID UNDER ITEM 623-IRRIGATION RESTORATION -LUMP SUM, 4. CONTRACTOR TO COORDINATE IRRIGATION REPAIRS W/ PROPERTY OWNERS. Print Date:e/2/2016 1:52:01 PM Sheet Revisions File Name: 1260-143-00 UTILITY PLANS.DWG Date: Comments wt. a ItAs Constructed a UTILITY PLAN Horiz. Scale: 1:20 Vert. Scale: N/A O No Revisions: Q m .-,...oeo2o2 a.� Revised: Designer. TJN Structure Q PUlNNING GE&GN Detail— CRW rumbersi O vrww.auapiannmy.�om Void: Sheet Subset: UT I Subset Shi N 0' ID 20' o Project No./Code TAP M455-120 20664 UT1 Of UT2 Sheet Number 22 M � �PITKINALIGNMENT t N — — — H V1W ---- i LLJ W = — — — PITKIN ST Z N IRRIGATION LINE TO BE J W BORED ACROSS PITKIN ST 8 v + 1--EXISTING 2 1/2 " IRRIGATION T 2 1/2" IRR t - — -- _. — X ROPOSED CENTURYLINK EX. ROW I-' UG TELECOM, TO BE CONFIRMED 45' BEND BY CONTRACTOR REMOVE TREES CONTRACTOR TO IELD SEE DEMOLITION PLANS VERIFY LOCATION STATION=12+54.23 CONNECT TO EX. IRRIGATION W.L. RELOCATE STREET LIGHT OFFSET=35.757 CONTRACTOR TO FIELD VERIFY LOCATION (WORK BY CSU) N=125128.3553 OF EXISTING LINE AND CONNECTION POINT STATION-12+33.73 E=189742.6860 OFFSET-35.970 N-125128.4321 E=189722.1879 NOTES: 1. CENTURYLINK TELECOM RELOCATION AND STREET LIGHT RELOCATION TO BE PERFORMED BY OTHERS. CONTRACTOR TO COORDINATE WORK DURING CONSTRUCTION. 2. LIGHT POLE RELOCATION BY CSU. CONTRACTOR TO COORDINATE WORK DURING CONSTRUCTION. 3. CONTRACTOR TO REPLACE IN KIND ANY IMPACTED IRRIGATION SYSTEMS DESIGNATED TO REMAIN. ALL e Iuww.nn'r below. REPLACEMENTS. CONNECTIONS, AND WORK ASSOCIATED W/ IMPACTED IRRIGATION SYSTEMS SHALL BE Call—y—I, PAID UNDER ITEM 623-IRRIGATION RESTORATION -LUMP SUM. 4. CONTRACTOR TO COORDINATE IRRIGATION REPAIRS W/ PROPERTY OWNERS. Print Date:8/2/2016 1:52:07 PM Q Sheet Revisions a Ita PLANNING DESIGN o� »r,co emus w"w.map--u — a oro�a1°� AS Constructed File Name: 1260-143-00 UTILITY PLANS.DWG Dote: Comments Init. No Revisions: Horiz. Scale: 1:20 Vert. Scale: N/A Q Revised: Q Q Void: N UTILITY PLAN Project No./Code TAP M455-120 Designer: TJN Structure 20664 Detailer: CRW umbers Sheet Subset: UT Subset Sheet UT2 of UT2 Sheet Number 23 NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. N ao eo' mo Print Date:B/2/2016 1:52:58 PM Sheet Revisions File Nome: 1260-143-OOSIGNAGEBSTRIPING0LDw0 As Constructed Project No. Code oote. comments H a'tja SIGNING &STRIPING PLAN Horiz. Scale: 1:60 Vert. Scale: N/A (] No Revisions:7 TAP M455-120 o.n�.�xco eosoa Designe TJN Structure (] M , „�,,, Revised: r 20664 Q PLANNING G GN Detoiler: CRW Numbers O xx,aiann�nq.cnm Vofd: Sheet Subset: 55I Subset Sheet: SS1 of SS34 Sheet Number 24 NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. N 0 40' No' ic0 Print Dote:8/2/2016 1:53:09 PM Sheet Revisions I a It As Constructed Project No./Code File Nome: 1260-t43-00SIGNAGE&STRIPINGOI.DWG Date: Comment: Init. SIGNING & STRIPING PLAN Horiz. Scale: 1:80 Vert. Scale: N/A 0 No Revisions: TAP M455-120 Revised: Designs TJN Structure 20664 PLANNING Q PLANG. DESIGN Detailer CRW umbers �) Void: Sheet Subset: SSI Subset Sheet: SS2 of SS34 Sheet Number 25 i 24'X30' PITKIN BIKEWAY DECISION SIGN. D3 SPECIAL, BY CITY R' O LL to U y= 2 Q W LAKE ST SHARED LANE YAKKING (TYP.) SEE DETAIL. SHEET 84 t, 24'X30' PITKIN BIKEWAY $DECISION SIGN, DI SPECIAL, BY CITY I' r 24'X30' PITKIN BIKEWAY �Gxp DECISION SIGN, D2 SPECIAL, BY CITY t N NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWSE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. 4o eo' so Print Date:B/2/2016 1:53:24 PM Sheet Revisions File Nome: 1260-143-OOSIGNAGE&STRIPINGOI.DWG Dole: Comments Init. a Ita As Constructed SIGNING & STRIPING PLAN Project No./Code Q No Revisions: TAP M455-120 Horiz. Scale: 1:80 Vert Scale: N/A Revised: Designer: 7JN Structure 20664 Q PtAN!l10+DEIGN Detailed CRW umbers vnwv.WPYn+lno.w1n Void: Sheet Subset: SS I Subset Sheet: SS4 of SS34 Sheet Number 26 LANE MWIWI a - . Ilitr*P SHARED LANE I0 LFARVIFW AVENL w . MARKING (TYP.) DETAIL, SHEET 84LU o. � c 24"X30' PITKIN BIF DECISIONSPSIGN, D5 18"X24" PITKIN BIKEWAY ECIAL, BY CITY TURN SIGN, T5 !l 18'X24" PITKIN BIKEWAY SPECIAL, BY CITY NRN SIGN, T4 SPECIAL. BY CITY 24'X30" PITKIN B DECISION SIGN, DI SPECIAL, BY CITY 24'X30' PITKIN BII DECISION SIGN, D4 SPECIAL. BY CITY SHARED LANE MARKING a � k> 0 2 . a . t N H Vf � N W 5 La W La InU La Li W V1 11.. BALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. U 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. o .o so' w Print Date:B/2/2016 1:53:38 PM Sheet Revisions File Nome: 1260-143-ODSIGNAGE&STRIPING0l.DMG Date: Comments Wt. a Ita As Constructed SIGNING & STRIPING PLAN Project No./Code Horii. Scole: 1:80 Vert. Scale: N/A O yew ego s.« No Revisions: TAP M455-120 (] a.,,.:'cb�sozoz ... ..m„� Revised: Designer: UN Structure 20664 Q PL1IAP�G�p®KiN 1 Detailer CRW tubers w.wz.ehem.nM ... Void: Sheet Subset: SSI Subset Sheet: SS4 of SS34 Sheet Number 27 INDEX CONTRACT ITEM N0. CONTRACTITEM UNIT ROADWAY BOOK PAGE SHEET PLAN AS CONST. 201-00000 Clearing and Grubbing LS 1 202 Removal of Concrete SY 118 202 Removal of Tree (Diameter less than 8") EA 10 202 Removal of Tree (Diameter greater than 8") EA 1 202-00203 Removal of Curb &Gutter LF 198 202-00220 Removal of Asphalt SY 694 203 Excavation CY 150 203-01510 Backhoe HR 30 203-01597 Potholing HR 24 203-02330 Laborer HR 30 208 Erosion Control LS 1 403-33841 Hot Mix Asphalt (Grading S) (100) (PG 64-22) TON 175 503-00018 Drilled Caisson (18 inch) LF 32 503-00036 Drilled Caisson (36 inch) LF 60 608 Concrete Sidewalk (includes curb ramps, concrete ped. curb) SY 576 608-00015 Detectable Warnings EA 10 609 Modified Curb &Gutter (4" Rolled Curb, Match Existing) LF 157 609-20010 Curb Type 2 (Section B) LF 208 610 Concrete Bike Median (6"thick) SY 101 610-00030 Concrete Median Cover (6" thick) SY 67 613-00200 2" Electrical Conduit LF 1165 613-00206 2" Electrical Conduit (Bored) LF 540 613-00300 3" Electrical Conduit LF 540 613-00306 3" Electrical Conduit (Bored) LF 400 613-07050 PuIIBox (13"x24"x18") Deep EA 9 613-07060 Pull Box(18"x30"x18") Deep EA 2 623 Irrigation Restoration LS 1 623 2.5"Irrigation Line -Bored LF 60 626-00000 Mobilization LS 1 627-00011 Acrylic Waterborne Paint GAL 6 627-30205 Thermoplastic Pavement Marking (Word -Symbol) SF 1094 627-30210 Thermoplastic Pavement Marking (Xwalk-Stop Line) SF 1753 630 Construction Traffic Control LS 1 630-00000 Flagging HOUR 480 630-00007 Traffic Control Inspection DAY 30 630-00012 Traffic Control Management DAY 20 700-01 F/A Minor Contract Revisions LS 1 700-02 F/A Erosion Control LS 1 Print Date:1/26/20t'7 12:39:02 PM Sheet Revisions File Name: 1260-143-OOSUMMARYOFOUANTITIESOI.DWG a Ito As Constructed SUMMARY OF Project No./Code Date: Comments Init. Horiz. Scale: N/A Vert. Scale: N/A Q 1-04-17 PAINT TYPE & TCI TJN �g No Revisions: APPROXIMATE QUANTITIES TAP M455-120 O 1-26-17 CONDUIT QUANTITIES TJN co soma Revised: Designer: TJN Structure 20664 O BANNING#DEGK:N r......... Detoiler: CRW umbers wxw,..pl,ir-2 CO1" Void: Sheet Number 8 O Sheet Subset: SAO Subset 6heet5A01 0( SA02 Add 1 - 8449 Pitkin Street Bikeway Page 26 of 29 Chloe W 1:55: 5e P C:\U—\Chloe W\Baa S) \Pi —\Plan Sneers\1360-115-OOSipna —,pi3Ol.dw Ao a N 3 0 �E2u — A v m MATCH LINE CLEARVIEW STA 21+50 Aga o SEE SHEET 27 s o-> z O _ U N Q�s K p 4 an D per ZZr � rni to {F A AZX D K v ; O N nz O = nu pop. �=0 < �' Opn — m�9 PONDEROSA DR n� ryn aop s �i A f >29 D NOm ZL D ` C p 25 mn� A?Z 0000 D Z. Z �� m f 0 oFm� xo m ArT K ID om `z xz r Q'�o n ^ o mZ my 3 O mo y + G � a HILLCREST DR Ct D - 3Zlia) lC D itiMlv.� a ee o S a v1 0 0 n ti " z z Ln G� Z Z 0 Ro Ln -I BRIARWOOD RD Z 1 3 r D Z c W x Zo a c5 z 3 v > T Z j 1u MATCH LINE CLEARVIEW STA 34+00 N o o SEE SHEET 29 I � o z c � to .. 18"X24" PITKIN BIKEWAY - --- ----- —t -� - � W I - 5 La CONFIRMATION SIGN, C3 SPECIAL, BY CITY 1 x „'Cr Lu J � v% VI r p� I X24" PITKIN BIKEWAY C O " TURN SIGN, T7 SHARED LANE SPECIAL, BY CITY + MARKING r J < _ WH�-ram —�" 18"X24" PITKIN BIKEWAY UJ W CLEARVIEW AVE 1 r rt CONFIRMATION SIGN, C5 6 = SPECIAL. BV CITY _..j J U a 18"%24" PITKIN BIKEWAY W W N CONFIRMATION SIGN, C4 SPECIAL, BY CITY V � yR 3 Vh� 18"X24" PITKIN BIKEWAY TURN SIGN, T6 SPECIAL, BY CITY NP N11..gALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. SEE SHEET SO FOR INTERSECTION DETAIL U 3. CONTRACTOR TO INSTALL ALL STRIPING. 0 0 s0 160' Print Date:8/2/2016 1:54:08 PM Q Date: Sheet Revisions Comments Init. a It wrse..i PIdMIN11G♦OEBgM wwx.anaplannlna.com R sme m� As Constructed SIGNING & STRIPING PLAN Project No./Code File Name: 1260-143-OOSIGNAGE&STRIPINGOl.DWG Horiz. Scole: 1:80 Vert. Scale: N/A No Revisions: TAP M455-120 Revised: Designer: TJN Structure 2066a Detailer CRW r.mb.ls Q O Void: Sheet Number 29 Sheet Subset: SSI Subset Sheet: SS6 of SS34 0£ aq—N 1aa45 b£SS I° LSS '1aa4S I-WS ISS 1-qg S laa4S I—q-4 Mao :gal!°laO 4990Z .,npn,15 Nf1 OZI-ssbw dvi (IN IIIH 13V1 V 3AV M31AHV310 apo3/•ON ;9afWd I NVId 0NId181S V JNINOIS p!OA o�'Buiuueltle�ie— noun v. i.1 n v.o vx.usixi N91830 ONINN1Iltl Q O 'su°Is!Aaa ON V/N :a1°°S 11-A OZ:I :a1°0S Zu°H -I�oi sluawwo� a)o0 OMO IOSNO1103S831Nl-ONId181SV30VN01S00-£bl-09ZI :aw°N a1!3 pa)anl)suO3 Sy � SuoISIAa as 2! 3 45 Wd 6S :bS :I 910Z/Z/9:al°0 lu!'d NIYW3a 01 9NLLSIX3 I NIYW3a Ol N915 mavd Aa3AV 'X3 �I I NI II I Z-I WO S3N11 311HM .*Z I 8Y8 dC L-ba 'mIVMSS0a0 1V1NWIN00 • • I C9 133N5 '11V130 aid 350N 31eLLVMOId MOSSY NOLL03a10 ONY . • • I NV103n103W 3leV1N I -La rM-01 ONn089mOVe N3320 HLWI ONIASVW McMS 3NVl I 310A319 11V1SN1 r 311HM 01-IOS 11Yf I II � ■ ONDWVW I I are dou .� � £8 133H5 0 aid 0Nn0a9mN33?JOVe N33a9 H1NA 3NH 03aVNs / n ONImaVW 10MAS 3NVl — — — 2 310A01g 11V1SNI — — I R _ Z ---- �i Ln f*1 1+7 �— ---_ -- -- r 2> _ _ _ 40'Lb+g£ Yls id Fri _— 3AyM31A 4 rn ('dAl) MOl13A fN f 31en00 .9 9 D _ ,S + / 4 CJ"Z�n £g 133HS NO 00 (d" ,Z '93S ,Z)J y 1IY130 aid '('dAl)— ('dAl) 311HM _ 9NI%aVW 83SInao dims .9 — _ _ _ +— — — _ SNIll09 I803 —WAS M068Y NafLL LH91a 311HM. t 311HM OI105 ,9 ('dAl) 1 I 311HM .9 3Nn dOIS .9Z —�! I aYe d01s .Zl NIYW3a Ol N915 d01 as -Ca 9NI151% y I L I I.rvI I� o ... I F ON r Q 11 � Q I ONIHIS 11V IlViSNI 1 a i3Va1N 3 'Sa3H10 Ike 3N00 39 01 maOM ONV AINO NOILVW80ANI HOd SI ONINOIS Z "03LON 3SVA83H10 SS31Nn NIVW3a 01 38V SNOIS ONIISI%3 11V 'I I I �laR I NIVP13a Ol I NOIS dOIS ONIISIX3 as -£a OJ £8 133HS 11V130 aid Z ONnONOmOVe N3380 HIM 9NIA.VW 3�OA01 IIY4SNI 10SMS 3NVl III L-La I NO WAS I MOUNY Nan.L `n IHOI8 311HM (dV'O ,Z '03S ,Z) ~ (d'Idsl)91HM OIlOs) 911HM r ('dAl) MOT3A m 1 31en00 .1 N In rn 0 r yyrn rn Lb L6+L V1S Od 3AV M31AN01313 r m .17 * to O+o 4 — — — — — — — — — D £g 133HS '1IY130 aid Q O / 0Nn0aOA3Ve N33NO H11M 9NIm8VW 108WAS 3NVl I 310A01e 11V1SNI 0 j y-1 yp be 133HS '1IV130 335 I III L-ya ( dAl) ONImaVW ,.j 3NVl 038VHS I I III ON III III I I -1 II -La I I II I NIVW3a 01 I I We dOIS 'X3 I I I I NOTE 1ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. MATCH UNE AS TA 15+50 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. SEE SHEET 32 3. CONTRACTOR TO INSTALL ALL STRIPING. Print Dote:8/2/2016 1155:57 PM Sheet Revisions As Constructed Project No./Code File Nome: 1260-143—OOSIGNAGE&STRIPINGOI.DWG Date: C—T,ent� Irit. a'ta SIGNING & STRIPING PLAN Horiz. Scale: 1:80 Vert. Scale: N/A Q e No Revisions'. TAP M455-120 0 Da.ws co emoz .�. ma�a,..� Revised: Designer: TJN Structure 20664 Q PLANNING-M GIN Detoiler: CRW mb er5 O »w«.rtaoian�cq.�om Void: Sheet Subset: "I Subset Sheet: SSe of 5534 Sheet Number 31 MATCH LINE CASTLEROCK STA 15+50 NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING 15 FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. M M Lu LJ W In In Li Lai N N o so' ao' mo Print Date:8/2/2016 1:56:09 PM Sheet Revisions a Ita As Constructed Project No. Code File Name: 1260-143-OOSIGNAGE&STRIPINGOI.DWG Dote-. comments i"t. SIGNING &STRIPING PLAN No Revisions. TAP M455-120 Horiz, Scale: 1:80 Vert. Scale: N/A —61g— MIN Designer. TJN Slructur nm.co eoaos p1p p1imRevised: a 20664 O GN ers PLANNING � DESI•• Detailef: CRW umb O a1:a acc�ca=o�� Void: Sheet Subset: SSI Subset Sheet: SS9 of SS34 Sheet Number 32 18"X24' PITKIN BIKEWAY I I I I} CONFIRMATION SIGN, C8 SPECIAL, BY CITY d 0 O SHARED LANE $'qG O O MARKING N � F Q VI N �M N WH OJ I� W W 0 W SPRINGFIELD DR & to a a LU VWi WWW W W N Z > C0 SHARED LANE Z_ _p Q _ p MARKING J alf _ _ ~ O ~ Q Q 00 Z Ol 18'X24' PI IN BIKEWAY 8 CONFIRMATION SIGN, C9 SPECIAL, BY CITY N^ II NO1.�ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. o as no' iea Print Date:B/2/2016 1:56:22 PM Sheet Revisions File Name: 1260-143-GOSIGNAGE@STRIPINGOI.DWG a I ■ a As Constructed Project 55 Code Dote: comments i�it V SIGNING &STRIPING PLAN No Revisions: TAP M455-120 Horiz. Scale: 1:80 Vert. Scale: N/A Q n�c eaxa �»;�co eazos Designer TJN Structure Revised: 20664 MANNIN"*DEMN Detail— CRW umbers O �„w.v.alNwenmm— Void: Sheet Subset: SSI Subset Sheet: SS10 of SS34 Sheet Number 33 24"X30" PITKIN BIKEWAY DECISION SIGN. D17 1� SPECIAL, BY CITY a ally. lEJ'� 8 � _ O Q O + 24"X30" PITKIN BIKEWAY DECISION SIGN, D74 O Y SHARED LANE O 10 j 24"X30" PITKIN BIKEWAY MARKING ) 7 SPECIAL, BY CITY t''7 a DECISION SIGN, O18 F Q SPECIAL, BY CITY in Con P3 V) e WH .._-__ {� W E SPRINGFIELD DR '� — ` ' Z = �S 4 aI 5TA n.4a.ls `'� Of V) - UJ- EA LLJ - _ SHARED LANE I SHARED LANE W = O MARKING MARKING •. J 6 p Z m Q 24"X30" PITKIN BIKEWAY DECISION SIGN, 012 24"X30" PITKIN BIKEWAY SPECIAL, BY CITY DECISION SIGN, D15 - SPECIAL, BY CITY 24"X30" PITKIN BIKEWAY r DECISION SIGN, D13 24"X30" PITKIN BIKEWAY t SPECIAL, BY CITY DECISION SIGN, D16 SPECIAL, BY CITY NOTES 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS, 3. CONTRACTOR TO INSTALL ALL STRIPING. a +u eaIca Print Oote:B/2/2016 1:56:37 PM Sheet Revisions As Constructed Project No./Code File Nome: 1260-143-OOSIGNAGE&STRIPINGOI.DWG oo;r comments "'t. a lta No Revisions. SIGNING & STRIPING PLAN TAP M455-120 Horiz. Scole: 1:80 Vert. Scole: N/A 0 .�.coecma �o,o aa,a , Revised: Designer TJN Structure 20664 PUWNING-DEs1DN Detoiler. CRW umbers O'nxa"^^'^q.can -- Void: Sheet Subset: SSI Subset Sheet SS11 of SS34 Sheet Number 34 0 o + + En v � a 1n w oJM w~ WI_ w W Z = W OW SPRINGFIELD DR W fn wN = Z J U SHARED LANE MARKING N NOTES: I. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2, SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. Print Date:B/2/2016 1:56:47 PM Sheet Revisions File Nome: 1260-143—OOSIGNAGE&STRIPING0IDWG a Ita As Constructed . SIGNING & STRIPING PLAN Project No./Code Dole. Comments Init. . Hori Z. Scale: 1:80 Vert. Scale: N/A Q No RevisionsTAP M455-120� Revised: Designer: TJN Sumbers 20664 Q PLAN NING+DESIGN Oetailer CRW O—ftapianning.mm Void: Sheet Number Sheet Subset: SS Subset Sheet: 5512 of SS34 35 18"X24" PITKIN BIKEWAY TURN SIGN, T14 SPECIAL, BY CITY a Lr) � M WF w SPRINGFIELD DR z ' -. Rx u) W LA W Z J 18"X24" PITKIN BIKEWAY TURN SIGN, T11 SPECIAL, BY CITY NOTES I. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. Print Dote:8/2/2016 1:56:59 PM She File Nome: 1260-143-OOSIGNAGEBSTRIPING0I.DWGT— A® 18"X24" PITKIN BIKEWAY TURN SIGN, T15 SPECIAL. BY CITY PITKIN ST SEE SHEET 39 FOR INTERSECTION DETAIL SEE cur 18"X24" PITKIN BIKEWAY TURN SIGN, T12 SPECIAL, BY CITY SEE SHEET 37 FOR INTERSECTION DETAIL a I t a As Constructed Na Revisions: Revised: nnnVoid: N ET 38 FORI TERSECTION DETAIL t U o .o eo' 40 SIGNING &STRIPING PLAN Project No./Code TAP M455-120 Designer: TJN Structurei 20664 Detoiler: CRW Numbers Sheet Subset: SSI Subset Sheet: 5513 of SS34 Sheet Number 36 MATCH LINE SHIELDS STA 11+00 18"X24" PITCIN BIKEWAY SEE SHEET 38 TURN SIGN, T13 SPECIAL, BY CITY I SHIELDS ALIGNMENT I I J RESIDENCE HALLTO I SIGNBE 24" STOP I RELOCATED t' S BAR (TYP.) I I 6" SKIP x U, I WHITE (TYP.) I I (2' SEG. 2' GAP) • • U) fiv-10 R4-7 I NO OM i-2 x CONTINENTAL I SHARED LANE I CROSSWALK I I MARKING (TYP.) I 24" WHITE LINES R7-1 SEE DETAIL, SHEET 84 L, 'I ED LANE SHARMARKING BIKE LANE SYMBOL W/ ARROW & GREEN SEE DETABACSHEET 83in / � I r^w + 14.5' g I — -- + " w F SPRINGFIELD DR lot W 5.T zN I W POT STA 10+00.00II Z 4' DOUBLE�/ 13� J YELLOW (TYP.) — — • — — — 6' SOLD WHITE I Q 6" SOLD WHITE I WHITE RIGHT I TURN ARROW II SYMBOL sroP BAR ON O II f. I 24" BAR R7-1 O 24" STOP SARI BIKE LANE SYMBOL I W/ GREEN BACKGROUND SEE DETAIL. SHEET 83 R3- EXISTNC STOP SIGN BIDIRECTIONAL FORT COLLINS CRUISER MARKING (TYP.) SEE DETAIL, SHEET 83 10' MULTI -USE PATH —POT STA 52+53,85 GREEN TACTILE WARNING FORT COLLINS CRUISER MARKING (TYP.) SEE DETAIL. SHEET 83 STOP N (TYP.) 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. TO REMAIN S. CONTRACTOR TO INSTALL ALL STRIPING. Print Date:8/2/2016 1:57:50 PM Sheet Revisions a Ita As Constructed Project No. Code File Name: 1260-143-OOSIGNAGE&STRIPING-INTERSECTIONSOI.DWG Dote: Comments Init. SIGNING &STRIPING PLAN 1 Horiz. Scale: 1:20 Vert. Scale: N/A Q No Revisions: SPRINGFIELD DR & S SHIELDS ST TAP M455-120 (] ^k.ma�ci Revised: Designer: TJN I Structure 20664 Q PLAlMNS-' [ G R Detailer: CRW rumb.rs O vmw.attapl—np.com Void: Sheet Subset: SSI Subset Sheet: SS14 of SS34 Sheet Number 37 City of F6rt Collins Purchasing ADDENDUM NO. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8449: Pitkin Street Bikeway OPENING DATE: 3:00 PM (Our Clock) February 3, 2017 Financial Services Purchasing Division 215 N. Mason St. 2"d Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970,221.6707 fcgov.com/Purchasing To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed as follows QUESTION & ANSWER Addendum 1 states that "PREQUALIFICATION REQUIREMENTS— CDOT and the City of Fort Collins do not have any prequalification requirements for this project." Do you still want 3 completed project references and the Statement of Bidders Qualifications form submitted with the bid? Yes. The required references and Statement of Bidders Qualifications are required as part of the bid submission. These are not prequalification documents. As noted in Section 00020 — Invitation to Bid on page 4 of the bid document. - Bidders must complete, sign and submit with the bid all documents in Sections 00300 and 00400 including but not limited to CDOT Bidding forms 606, 1413 and 1414, Buy America Certificate, and Lobbying Certificate with the bid. Bids will not be accepted if these documents are not included. Please contact Gerry Paul, Purchasing Director at (970) 221-6779 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 6Z io LZ aEed AeMa818 199JIS Mild 64C9 - L PPV 89 wgwnN )aa45 LSl Io ZSl :Iaa4S'--fSIS' :IacgnS I004S :P!OA .+.. ..�.,.:,o ...... wog 6mw&;j. . I 0 I s�agwn M83 Nn1534 a DNINN— Q 499OZ —I—IS 5NW :Pas!AO8 OZI-SSbW dVl OLI IIIH 1dVl 3AV M3Inb'd310 suo!s!naa ON """`�""•," ..Ia sI„� Nri S31ON Ll-9z-1 m y/N s�oog •),a� OZ:I :awoS 'zuoH e� a 'IIul s)uawwop ;a)op a o 0 3afo1 NVId WNJIS a 3n1 suo S OMO'IO09:19:Zl LlOe/99ZI:awoN I d P �/' N I d P i I 3 V suo!s!naa 3aa4S Wd OS:IS:L[ LIOZ/9Z/I:aiop )uud ,o+ •oz ml ,o f N Z HOV3 09OL0-£L9 aap (,.q Xx.4ZX,,£L) Xoe Ilnd OZL 3l 00£00-£L9 I!npuoZ) 120PI3013 Pul £ OZ 3l 00Z00-£19 I!npuo:) 180PIO013 4oul Z 9 jn 9L000-£09 (4oul 90 uoss!eo pa11P0 pRuenp llun 'ON w811 wa01 sap!3uenpjo uogaingel 'lInONOO d0 1SOO 3H1 01 IVIN30IONI 03M30ISNOO 38 IIIM III.IMOl3 R HON381 'L 4-" A0 Nove 01 X'IVM -ADNOVB WOMB 1113move I1I3 31SYMOIJ H11M 0311I3N3V8 38 THM S3HOUM1 IIV '9 'd330 „oc nnnlNIW 38 IIIM S3HON381 IIV 'S „(03M08).. SV 0310N30 SS3INn H3N391 N3dO A8 031-WISN1 1InONOJ 11v '4 'N0113n8lSNO0 NV103W HLIM XOB Ilnd 0NV NOSSIVO 0311IM0 31V803INI 01 M013V81NO3 '£ 'SW311 .A INO NOIIVWM03N1 MOd. 83H10 (INV YNMOVIO ONISVHd MOd 69 133HS 33S 'Z 'MO138 S3I111NvnD A0 NDIlVlnevi NI 030n1ON1 SW3ll M03 3IBISNOdS3M S] 6013V211NO3 'AINO NOIIVWMOdN1 803 38V S310d -NNOIS 'SNOIS 'SOV3H -NNOIS 'I S310N MY 1SVW NO NOIS i NOI1VONn03 /M 310d -NNOIS Q 13NIBVO M311091NO3 ZI XOBllnd C-1 30Vd IVNOIS NVIHIS303d m 31VIdN3V8 H11M 30V-4 1VNOIS U= N011n8 HSnd ONIISIX3 NVISI5303d 'I IVNOIS 'X3 3sn CY N011ne HSnd /M / l'VNOIS 3)1111 ' Kling HSnd NVINIS303d I 'MNOIS 'X3 3Sn ..cot .. zal NO11n8 HSnd /M IVNOIS 3N18 3AV M31AHV310 92 I-q—N 1-4S 9fSS " 9LSS:1aa4S I -PS SS :IasgnS laa4s s,agwnN M6D :,.I1O7a0 4990Z a,npn,IS Nfl :-6lsa0 OZI-ssaw dvi 1S NlNlld V 1S SOl31HS S apo0/'ON 1Jafold NVId 0Nldl8lS ONINOIS of o N 3sn—I1lnW ,OI C9 133HS 'IIV130 33S ONIXMVN 1N3P13AVd N351 8 SNO INOd 1VN01103810108 :PIOA woasuwueldelie ntiw,. naxv ox.i nsxo ...xii.i NOI830 `JNINM9d :Paslnaa ..r•..o,., a ,� via sca OW :suolslnaa ON w palJnllsuoo sy �TI 11-A OZ:I :-1-S 'Z-H 'ONWINIS IIV IIVISNI 01 a01JVWNOO 'C 'S83H10 AS 3N00 38 Ol NaOM ONV AINO NOIIVWlIOdNI 803 SI ONINO6 'Z '031ON 3SIM83H10 SS3lNn NIVM38 01 3bV SNOIS ONLLSIX3 IIV I '97M I I I I t9 133HS '11V130 33S ONIXNVYI LN3V43AVd N351n8:) SNI1100 IHOd IVNO 110381018 I I I I I �I > l�� M\ —o—LLLo_'ll?06 / / D 0 n rn = Nairn >d aJnJ 7 rn r X3 NIVINIVNI 1S NDUld =m =— --------------------------------------------- ------------= — = — — ----- -- =--- rn rn Ln p l oN------- ----- -- -- — ----- — — — — --- _ + - ------------------__ \1 — — — -- - - \ T I 1N3NN0IlV NINLd o L£ 133HS 33S OO+Ll V1S 3NII H31VW 00 00+01 vls '�Od I I i cn II I I J I S 12+00 I Cl) I � q I I I I 1 WITIIVIIsaUIHS I I 12+31 a oi:+ZL V15 lOd W,, W 1:58:07 PM C.\U—\C— W\B.. 5P \PIIkN\Plan Skeettl\I110-11]-OOSpnapah5111p1n9'intarPscU... Ol—g w ^ Z 3 a N o � L o 'g m >e T2 v 's r N A 2 _ ZD yy ,y2K 0000 Z O=2 Z . NO 0 D D �Dm Ln s y -1 ego 3 A 9KZ 3 CD poi vi O R� N N x O om MATCH LINE STA 12+30 m SEE SHEET 38 o r"1 gqIII t A, sil 0 iI III M— n 3z z N mom I III II II Z=� �I� �I IIII , oaf 0 I I II m II �go I I II III I yAC It 41 Bill x It it I I 13+00 0 I I II II oe o A _ a N 0 m 0z x v II "ov c2i �oS lIWl1 I z III II coRA 1333dS a II II �� I 1n f) U-)� = Z MATCH LINE STA 13+50 o cZi SEE SHEET 40 N A " F Z (A R N N 3 2 1 � � L7 Z � r N N to D -4 Z - N 7 0 Z n u O I O c � 0 O n m O a O F T M to 7 QV ZH Y W N Y 2 a In z W w tWw PITKNV 5T _ �Lo N aN STRIPING h SIGNING L, W 2 TO BE COMPLETED V1 BY CSU PITKIN R ALIGNMENT r JAMES CT s NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. u au' eo' isn Print Date: 8/2/2016 1: 59:03 PM Sheet Revisions SIGNAGE&STRIPINGOI,DWG AS Constructed Project No./Code File Nome: 1260-143-OO Dote: comments Init. a Ita SIGNING &STRIPING PLAN Horiz. Scale: 1:80 Vert Scale- N/A Q �e eaxe sy �� No Revisions. TAP M455-120 Q o.�w;�co ecxoa ti nun Designer: TJN Structure Revised: 20664 Q RAMNu4c•GElMiN Detoiler. CRW umbers O n^ve.+fpkndng.o- Void: Sheet Subset: SSI Subset Sheet: SS17 of SS34 Sheet Number 40 No Text L 1 18"X24" PITKIN BIKEWAY I r+Ii 4a � A m1 x CONFIRMATION/TURN SIGN, CT3 n ,4 - SPECIAL, BY CITY All n\ In + u o $ + �-, } . . g . o k� - t0 Y f -' v v in -- Z l Z° _ ..ice" W Uj (n PITKIN ST �° _ a Ln WI. __.. ____ ____ __. LJ W Z N_ _.—.; I �{ STRIPING & SIGNING >.,.,--..._,. -,. 5 ._ !n J I 1 TO BE COMPLETED J = BY CSU Z � � Q a LU 2 µ e w V w 18"X24" PITKIN BIKEWAY Z e CONFIRMATION/TURN SIGN, CT2 fJJ + i ,.< - p SPECIAL, BY CITY NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. 0 a0' ea' i60 Print Dcte: B/2/2016 1:59:29 PM Sheet Revisions As Constructed Project No./Code File Nome: 1260-143-009GNAGE&SIMFINGOI.DW'G note: Comments lnit. a Ita SIGNING & STRIPING PLAN Horiz. Scole: 1:80 Vert. Scale: N/A Q No Revisions: TAP M455-120 0 Designer: a.•.a`; ca�eaz°z Revised: 7JN Structure 20664 Q PLANNING♦ DESIGN aUIT... am Detailer: CRW lNumb.rs O vMw.alnyNn—,— I Void: Sheet Subset SS I Subset Sheet: 5519 of SS34 Sheet Number 47 1 Th ID N to t N wm Mp tD F N N a I .!1!t.l"x:-. vITKIN ST - W r ]C W �cU+ aN am j -- _—_ - - WW LLJ W W STRIPING h SIGNING ' ` Z V1 2 tWn TO BE COMPLETED - ^ J J By CSU- _ Q F 2 lil Q 24'X30' PITKIN BIKEWAY -- DEGSION SIGN, D23 N NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERVASE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. a 40' 80' 16U' Print Da1e:8/2/2016 1:59:40 PM Sheet Revisions a Ita As Constructed SIGNING &STRIPING PLAN Project No./Code File Name: 1260-1a3-OOSIGNAGE§STPoPINGOI.ONG Date: comments Init. O Horiz. Stole: 1: 80 Vert. Stole: N/A No Revisions: TAP M455-120b°B0ro 1.r.,.202 , Revised: Designer: T,NI Structure 20664 NNINc O PA4pE8IGN , Detailed CRW umbers O w.w.anavla^�^y.=«^ Void: Sheet Subset: SSI Subset Sheet:SS20 of SS34 Sheet Number 43 r r i w w J G U + t0 F- a) Z aO VLJ W ��Q A PITKIN ST - a to •' Z N Q J En x zz W PITKIN ST a� W W Z J x v F Q �i n SEE SHEET 45 FOR INTERSECTION DETAIL SEE SHEET 47 FOR INTERSECTION DETAIL MOTES SEE SHEET 46 FOR INTERSECTION DETAIL ExIsrlNc SIGNS ARE To REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. 60111111 o o so i6o Print Date:6/2/2016 1:59:52 PM Sheet Revisions As Constructed Project No./Code File Name: 1260-143—DOSIGNAGE&STRIPINGOI.DWG Date: Comments Init. a Ita SIGNING & STRIPING PLAN Horiz. Scale: 1:80 Vert. Scale: N/A Q No Revisions: TAP M455-120 M lest sax.s, 2 ,. O s—loa Designer: TJN o.o..e co Bozos 9 Structure O Revised: 20664 PIAfNAIN ap®KiN Detailer: CRW umbers wvw.•Ibpl•nninq.com Void: Sheet Number 4et 0 Sh<et Subset: SS Subset Sheet: 5521 oI 5534 BIKE LEFT TURN LANE FOR LEFT TURN ONTO MASON TRAIL 6" WHITE LINE (TYP.) n F+ YA Y h = W Y W I. - RE W WW Z N BICYCLE SYMBOL W/ ARROW r 18"X24" PITKIN BIKEWAY TURN SIGN, T17 SPECIAL, BY CITY PROPOSED STRIPING IS APPROXIMATE, PER CSU PARKING STRUCTURE PROJECT PLANS AND EX. SURVEY BASE FILE. CONTRACTOR TO CONFIRM LAYOUT WITH FINAL CSU PARKING STRUCTURE PROJECT STRIPING. 24"X30" PITKIN BIKEWAY DECISION SIGN, D24 SPECIAL, BY CITY 6" WHITE LINE (TYP.) a INSTALL BICYCLE SYMBOL WITH GREEN BACKGROUND SEE DETAIL SHEET 83 i 6" SKIP WHITE (TYP.) (2- SEG, 2- GAP) 4" DOUBLE rn WHITE (TYP.) LLP 0 4" DOUBLE .__-. YELLOW (TYP.)_.._ WHITE BICYCLE LEFT TURN ARROW -[ SYMBOL �1 I � N 18"X24" PITKIN BIKEWAY NOTES: TURN SIGN, T16 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. SPECIAL, BY CITY 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS, 3. CONTRACTOR TO INSTALL ALL STRIPING. a 1020' .o Print Date:8/2/2016 2:00:43 PM Sheet Revisions �'ta As Constructed Project No. Code File Name: 1260-143-DOSIGNAGE&STRIPING-INTERSECTIONSOI.DWG Date: Comments Inn. SIGNING &STRIPING PLAN 1 Horiz, Scale: 1:80 Vert. Scale: N/A Q No Revisions: COLLEGE AVE & PITKIN ST TAP M455-120 Q co-2 " Revised: Designer TJN Structure 20664 Q PLANNING. OEMON Oetailer: ER, umbers wvw.eltaplennlny... Void: Sheet Number 45 Sheet Subset: SS Su6s<t Sheet: 5522 of 5534 94 agw-N 1aa4S "SS i,990Z OZI-91;M dVl apoD/'ON loafold z £ZSS:1.24S las9^S I SS :1asgn5 laagS :pi°A woaawuueiawre, "aq,n4 Mao NOMM+wulNNcw IS W" ^1 ^ 15 Nfl :+au6�saO :pacinay z0cos o0 ,�.�.c 1S NlAild V 3AV 3031100 °°'S'n'a ON ^esFa. NVId ONldl8iS V ONINJIS palonllsuoo sV oz M .0 I III I I I I I III I £8 133H5 '1IV130 aid IOBVIAS 3lOAOl8-nV1SNl I _ rnZ --------- —" Ln— —, m m 7c y Z A y VD m 1S NINIld w V I I \ \1 I \I I I I I I (dVO Z 'HSVO .Z) dIXS 311HM .9 I I I I I 0 0 mm m m m ffl :a W°N alld 1 a uvlalnea ie'^4J I I P1d ZS:OO:Z 9LOZ/Z/8:ay°O luud ONId181S -IIV IIVISNI Ol 801OV81NOO '£ S83H10 A8 3N00 38 01 MOM ONV AINO NOUVV480JNI 803 SI ONINOIS 'Z 0310N 3S1M83H10 SS31Nn NIVW38 01 3HV SNOIS ONLLSIX3 IIV 'I /.jz rri MI Z8 133HS '1IV130 83d X08 / - m „� 310A018 N3380 IIVISNI a — rmLn N y 6K I / ONWIUS 103f08d 38n10nas ONIXBVd nso lVNl-4 H11M 1n0AVl W813NO3 Ol 8010V81NO3 '3113 3SVS A3A8nS 'X3 ONV SNVId 103f08d wl 38n10n815 oNIX8Vd nso aid o'31VW1X08ddI SI ONId181S 03SOdO8d Sara dols ,z NOLLV8nO13NOO �. F 3NVI'X3 C8 133HS '1IV130 83d NIVINIVW IOBYVAS 31OA0I8 IIVISNI 1 113 A8 'IV103dS 9l1 'NOIS Nanl NDUld „9ZX,91 6" WHITE SKIP (2' DASH, 2' GAP) 0 \0 � I \ 5' ---100- - - - - - - - - - - - - 10' (EX.) l INSTALL BICYCLE SYMBOL WITH DIRECTIONAL ARROW I I I I I 0 PITKIN ST a I NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING+ - Ul {W� -- —-------------------- r __---- - 77 ------- 4 Ti'- _I 1 1 III I C 24"X30" PITKIN BIKEWAY DECISION SIGN, D25 SPECIAL. BY CITY r-nn ua�e:o�y�uio --1 1. Sheet HevisionS a Ita As Constructed File Nome: 1260-143-OOSIGNAGE&STRIPING-INTERSECTIONSOI.DWG Dote: Comments [nit. Horiz. Scale: 1:80 Vert. Scole: N/A Q No Revisions: Revised: 0 PIANNWG � oE91GN •. r s,d vxw.abWm°q.ean Void: N I o io ao o SIGNING & STRIPING PLAN Project No./Code REMINGTON ST & PITKIN ST TAP M455-120 Designer: TJN Structure 20664 De[ailer: CR. umbers Sheet Subset: SS I Subset Sheet:SS24 of SS34 Sheet Number 47 IF. NO OQ SIGNAL FACE WITH BACKPLATE m PEDESTRIAN SIGNAL FACE p PULLBOX ® CONTROLLER CABINET Op SIGNAL POLE W/ FOUNDATION NOTES 1. SIGNAL HEADS, SIGNS, SIGNAL POLES, AND SIGNAL CABINETS ARE FOR INFORMATION ONLY. CONTRACTOR IS RESPONSIBLE FOR ITEMS INCLUDED IN TABULATION OF QUANTITIES BELOW. 2. SEE SHEET 71 FOR PHASING DIAGRAM AND OTHER 'FOR INFORMATION ONLY' ITEMS. 3. CONTRACTOR TO INTEGRATE DRILLED CAISSON AND PULL BOX WITH MEDIAN CONSTRUCTION. 4. ALL CONDUIT INSTALLED BY OPEN TRENCH UNLESS DENOTED AS "(BORED)". 5. ALL TRENCHES WILL BE MINIMUM 30" DEEP. 6. ALL TRENCHES WILL BE BACKFILLED WITH FLOWABLE FILL BACKFILL FROM BACK OF WALK TO BACK OF WALK. 7. TRENCH d FLOWFILL WILL BE CONSIDERED INCIDENTAL TO THE COST OF CONDUIT. Tabulation of Quantities Item Item No. Unit Quantity Drilled Caisson (18 Inch) 503-00018 LF 8 Drilled Caisson (36 Inch) 503-00036 LF 30 2 Inch Electncal Conduit 613-00200 LF 275 2 Inch Electrical Conduit (Bored) 613-00206 LF 340 3 Inch Electrical Conduit 613-00300 LF 90 3 Inch Electncal Conduit (Bored 613-00306 LF 200 Pull Box (13"x24"x18")Deep 61 3-07050 EACH 2 Pull Box (18"00"x18") Deep 613-07060 EACH 1 N omzoo ao Print Dote:1/26/2017 12:44:56 PM File Nome: 1260-143-OOSIGNALPLAIOI.DWG Horiz. Scale: 1:20 Vert. PROP. SIGNAL W/ PEDESTRIAN PUSH BUTTON 102", 103",, 202", 203'\ TRAFFIC SIGNAL CABINET 103" BIKE SIGNAL W/ PUSH BUTTON. SPRINGFIELD DR EXTEND INTERCONNECT TO PITKIN 102" (-170') EXTEND POWER FEED 102" (-170') 202" 170 LF TOTAL -100 LF OPEN TRENCH -70 LF (BORED) 202", 203" (BORED) 102" 102" PEDESTRIAN - PUSH BUTTON 102", 103" BIKE SIGNAL W/ PUSH BUTTON M PROP. SIGNAL v W/ PEDESTRIAN PUSH BUTTON Jheet Kevisions a Ita LRevised: Constructed SIGNAL PLAN Project No./Code Date: QOTTCNT ]nit. visions: SPRINGFIELD DR & S SHIELDS ST TAP M455-120 ��7 1-2 te: NOTES & OUANTITIES TJN ex e...,.aCOmm1 Designer: MKS Structure 20664 PLANNING. DEsm Detoiler: CRW u mbers vmw.aupl—rg— Void: Sheet Number 70 Sheet Subset: TS Subset Sheet: 754 of T57 Add 1 - 8449 Pitkin Street Bikeway Page 28 of 29 24 X30" PITKIN BIKEWAY DECISION SIGN, D26 SPECIAL. BY CITY 0) 3: + + LU 00 10 a, < VIA zW I. - LW P"IN ST m L0 CL - Ld La ZN La LLI z M U z 0 tu a. Aii. NOTES 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE By OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. 4D eo Print D.te:8/2/2016 2:02:00 PM Sheet Revisions, As Constructed Project No./Code File Nome: 1260-143—OOSIGNAGE&STRIPINGOI.DWG Dote: Comments Init. alta Na Revisions: SIGNING &STRIPING PLAN TAP M455-120 Horiz+ Scale: 1-.80 Vert. Scale: N/A Revised: Designer; TJN ISt—turem20664 Detailer; um Void: Sheet Subset: SS I Subset Sheet:SS25 of 5534 Sheet Number 48 Ch- W 2'. 02.14 PM C'.\Vane\Chi- W\BP. SM \Pi1-\Plan Snttla\1260-14J-0O6ignn9ekSViping01. Ew9 z - MATCH LINE PITKIN STA 78+00 3 a SEE SHEET 48 vm a� 9 0 �Zx N Q a DCO- n_N N o z O A � to � Dim � D i l Q o D Z > x1KD I 0000 O � A � p xp r^ m n NyN A m m m cn om J.�+ rS�y mz m- p ^ <O o�2 w WFIEDBEE ST Si �2N lot 3i iY y� m. Q„z Z A o CIRCLE DR g - m (1 4 C N Q O O SMITH ST e. z 1f N w r c z vl 3 n A Z r D Z S z 3 > > n 0 a MATCH LINE PITKIN STA 89+50 o a SEE SHEET 50 A t0 � Lnioe W I U 21 - L: \Oaera\Cnioe W\Boa SNc\Pilkin\Plop Sneeta\1360-1�J-00Signgqeh5iripnq01.0wq 2 o r 7 3 o MATCH LINE PITKIN STA 89+50nx - SEE SHEET 49 Fg� g m = 2 r Cau t n N K n?— Z < O m Oox �Z a yC�K Da0 rZ a D nNtn < _ Z oo vF n - ti �zo A ? n v`z STOVER ST �2 0000 xo A CA s am iz =Nw noo Z m <vm � s 7 K { nNK�: e m V1� g d i 94+DO NEWSOM ST o x a 3 i ��ikggt � _ _ o D m y � c� ELLIS ST N v n CL 97+. (' � a s a a in v v - VI Z .. Z C) fi N A f ZLn P � 2A 38yro Z Ff :t O a C, MATCH LINE PITKIN STA 101+00 o SEE SHEET 51 Ln 101 1 a 1rn 0 0 0 ~ 5� SNARED LANE HY- = p� 18'%24 P17KIN BIKEWAY MARKING 0 TURN SIGN, T22 tA a N ►� Q� SPECIAL, BY CITY r'a to if Z N ?p�� _ J L. c=i o_LL 7 r s � e jOirKiNST p� 9� i Q1 co . a � wR�Ecna�i�iNAG,Ra�ow � p, 0 L5. w "'4 SHARED LANE FORT COLLINS #. MARKING PITKIN CRUISER MARKING AUfT1WENT SEE DETAIL. SHEET 83 � T ` LORY-PITKW C 18�X24' PITKIN BIKEWAY TURN SIGN, T21 SPEGAL, BY CITY NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. o ao eo' ico Print Dote:B/2/2016 2:0z:44 PM Sheet Revisions File Nome: 1260-143-WslMAa&STRIPIN.I,DWG a Ita As Constructed Project No. Code Date: comments Init. SIGNING &STRIPING PLAN Horiz. Scale: 1:80 Vert. Scale: N/A O No Revisions: TAP M455-120 '�^�' Boa=z0' ,,,,e„� Revised: Designer: TJN SWcture 20664 O PUWNING+OEBIGN Detoiler: CRW umbers O wmrzuappmm�pcom Void: Sheet Subset: SSI Subset Sh,.LSS28 0/ SS34 Sheet Number 51 e 4 e . w �* 0 u :...:..: n t low S I I PC sTA I +07 Ij H S I in o. Uj ORY ST z In LIJ PiTKIN ST a W 0Nf LJ BICYCLE MARKING Z SHARED LANE Iq. �. I TH pIRECTIONAL ARROW SHARED LANE MARKING KI MARKING SEE DETAIL, SHEET 84 J a i x Q '77% 6 U) Z o NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. SEE SHEET 53 FOR INTERSECTION DETAIL SEE SHEET 54 FOR INTERSECTION DETAIL 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. o mn 3. CONTRACTOR TO INSTALL ALL STRIPING, m so' Print Date: 8/2/2016 2:02:58 PM Sheet Revisions As Constructed Project No./Code File Name: 1260-143-OOSIGNAGE&STRIPINGOI.DWG Date: Comments Init. a Ita SIGNING & STRIPING PLAN Horiz. Scale: 1:80 Vert. Scale: N/A Q I No Revisions: TAP M455-120 Revised: Designer: TJN Structure 20664 Q PLANNING♦ DESIGN rsme �vw Delailer CRW Umbers O www.auama""'"vc°"' Void: Sheet Subset: SSI Subset Sheet SS29 of SS34 Sheet Number 52 ----------- - -; /----- k^ --- � -------------- (----) !S*9fS 2s z 12K 33s 3+LgsNmld- K,3N,6aw ; " \ \\�} / / . ! < \ , \{ / k j )k � �\!§@ /Lu 24" WHITE LINE, 10' WIDE WITH 4' GAP CONTINENTAL CROSSWALK EXISTING STOP SIGN TO REMAIN R3-5R II I C) � I� Z I� V o 6" SOLID WHITE �1 24" STOP BAR \ \ \ 12" STOP BAR I WHITE RIGHT a TURN ARROW- — = � SYMBOL I I FORT COLLINS CRUISER MARKING � I 24" WHITE LINE, 10' WIDE W/ 6' GAP / CONTINENTAL CROSSWALK II 24" WHITE STOP BAR NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS, 3. CONTRACTOR TO INSTALL ALL STRIPING. Horiz. Scale: 1 INSTALL BICYCLE LANE SYMBOL MARKING WITH GREEN BACKGROUND PER DETAIL, SHEET 83 51' LANE TAPER -INTERSECTION APPROACH DESIGN SPEED- 15MPH 6" SKIP —WHITE (TYP.) / (2' SEG, 2' GAP) PITKIN ST INSTALL WHITE BICYCLE SHARED SYM W/DIRECTION ARROW LANE - MARKING INSTALL BICYCLE LANE SYMBOL MARKING 4" DOUBLE W/ GREEN BACKGROUND YELLOW AND DIRECTION ARROW (TYPO PER DETAIL, SHEET 83 MOUNTABLE MEDIAN W/ PLOW COMPATIBLE NOSE • R4-7 k OM 1-2 R7-1 0 ,g X I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I BEGIN NO 4" SKIP PARKING ZONE WHITE (TYP.) (2' SEG. 4' GAP) -- n O O t N Q � N Sneet Hevislons a Ita As Constructed omes n S-INTERSECTIONSOLOWG Date: Comments Iit. Vert. Scale: N/A C� No Revisions: C] o.c'o°eaxax 2 r,. Revised: Designs n 0 PAWNING ♦ DESIGN u Detoiler: O .w. awola" QQom I Void: I Sheet S H F- CL L'J I O w J NW W Z J U a 18'.X24" PITKIN BIKEWAY I N CONFIRMATION SIGN. Gil SPECIAL, BY CITY o io' ati m, SIGNING & STRIPING PLAN Project No./Code LEMAY AVE & PITKIN ST TAP M455-120 TJN Structure 20664 CRW umbers ubsel: SS I Subset Sheet: SS31 of SS34 Sheet Number 54 p 01 i t s � II 1p M 24"X30" PITKIN BIKEWAY DECISION SIGN, D32 SPECIAL, BY CITY N SI S Y W W UJ d N I } W W E t/1 J p p :. -PC STA' 2 O r CN H C4 ZI— Y W aBICYCLE N PITKIN ST MARKING WITH DIRECTIONAL ARROW Y W jr W pN N r Z 0 U 03 a U W e e 24"X30" PITKIN BIKEWAY DECISION SIGN, 031 SPECIAL, BY CITY N NOTES: 1. ALL EXISTING SIGNS ARE TO REMAIN UNLESS OTHERWISE NOTED. 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. o 40 ea so Print Dote: 8/2/2016 2: 04: 54 PM Sheet Revisions As Constructed Project No./Code File Name: 1260-143-DOSIGNAGE&STRIPINGOI.DWG Date: Comments Init. alta SIGNING & STRIPING PLAN Horit. Scale: 1:80 Vert. Scale: N/A Q yew a.n sue. No Revisions: TAP M455-120 sw +x Revised: Designer Structure 20664 Q RAI4LlAi r110R.T1 - Delailer: CRW umbers Q w+rw.woNnrirp_com Void: Sheet Subset: SSI Subset Sheet:SS32 of 5534 Sheet Number 55 'X r r r 18"%24" PITKIN BIKEWAY 1 CONFIRMATION SICK, C 2 x SPECIAL. BY CITY V V o � a 0,0 r� .1 z� zi— w .., . PITKIN ST > a -- to o Ln NWW r„ J O N y R' SNARED LANE MARKING U 1 SEE DETAIL, SHEET 84 a Q 11.. BALL EASTING SIGNS ARE TO REMAIN UNLESS OTHERVASE NOTED. N 2. SIGNING IS FOR INFORMATION ONLY AND WORK TO BE DONE BY OTHERS. 3. CONTRACTOR TO INSTALL ALL STRIPING. o .o so 1. Print Oate:8/2/2016 2:05:07 PM O Sheet Revisions a Ita PLANNING♦ DESIGN As Constructed SIGNING &STRIPING PLAN Project No./Code File Nome: 1260-143-O0SIGNAGE&STRIHNGOI.ONG Dote: comments ait. No Revisions: TAP M455-120 Horiz. Scole: 1:80 Vert. Scole: N/A Revised: Designer TJN S"ct ure 20664 Q Delailer: CRW rumbers Void: Sheet Number 56 Sheet Su6sel: S11 Subset Sheet:SS33 of SS34 «7 pzc \� 0000 d7 j\ } �d 3 M "( MATCH LRY BmNs» 48+2 SEE SHEET 56 - 44� �! _ � .x / ƒ f 0 ` $ / \ \ 5 ; \ r`, 2 E (/ 2 «;� § / & f oo \ \0 6Z;O 6Z 06ed z/ laagS LSl l0 9S1 :Iaa4S Inq.S Isi :lasgnS laagS •P;OA SJagwn M80 :­l!ola0 no�o exia.n. xo irx�ax� N`JIM-MNN 4990Z amlanilS SNW uau6isap :Pa !i 8 „L„Qe..I — ozl-ssbw dVl IS NIAIld 13AV AVW3l suoisina8 ory apoO/'ON l0afo3d NVId IVNJIS palon3lsuoo sV L HOV3 090LO-L9 daaa .9l%x0£%„9L) %og Ilnd S HOV3 090LO-£19 a0 (x9l%xbZ%,£L) %oo INd OOZ dl 90£00-£L9 (palog) linpuoo leou10913 UJul £ 09£ dl 00£00-£19 1!npuoo leouloal3 youl £ OOZ 3l 9OZ00-£ L9 (palog) lmpuoo leouloal3 Uoui Z OL9 3l OOZOO-£ 19 l!npuoo 1e31Jl0913 Pul Z 0£ dl 9000-cog (Uoui 90 uoss!eo pallua 9L 3l SL000 4ou191 uoss!eo Pallua Anuent) l!ufl 'oN wall Wail sappueno;o uogeingel NO11n8 Hsnd WI81S303d (03808) 31 SZ x£oz 'xzoz 110S 3AllVN �. /M 111340V8 'N7VM301S ONIH39 HON381 N3dO 31 00£ '9 'llnONOO 30 ISM 3141 01 NLN3010NI 0383CISNOD 36 111M 1113M013 18 HJN3ill 'L- '%1VM 30 %OVB 01 %lVM 30 NOVB HOW 111.03V8 1113 3l8VMOl3 H11M (131113NJV8 38 IIIM S3143N381 11V '9 1S NlNlld 'd330 ..O£ wnNINlw 38 IIIM 53HON381 IN 'S 'x(03HOS)" SV 0310N30 SS3lNn HON381 N3dO AB 031WISNI 1InONO0 IN 'b 'NOuon81SN00 NV103w HLIM %OB llnd ONV NOSSMJ 03111HO 31V8031NI 01 801OV81NOD '£ 'Sw311 AINO N011Vw803NI 603. 83H10 ONV wV80VIo ONISVHd 803 £L 133HS 33S 'Z 'M0138 S311I1NVnO 30 N011Vln8V1 NI 030nlONI Sw311 803 318ISNOdS38 SI 8013V81NOO WINO NOI.LVw803NI 801 3W S13N18VJ NNOIS ONV `S310d NNOIS SNOTS `SOV3H NNOIS 'I r� It ReMOMIT] la -IS u!Al!d 6M - L PPV LI :awory a�i3 wd 10:10:i LI0Z/9Z/P H N011n8 HSnd NV181S303d /M NNOIS 'dOW I'M '„ZOZ x is Aaol S31ON N011nB HSnd /M ..£O1 NNOIS 3N18 N011nS HSnd �I Xot NVI81S303d /M NNOIS 'd08d r N011VONn03 xSot `.ZOI ..£OZ '..ZOZ 3600 N011n8 HSnd /M 310d NNOIS C= 3nl NV181S303d £OZ 'xZOZ D { 13NISVO 8311081NOD LEDy 9 310N 335 �.£OI `�'ZOI %08llnd 4333 83MOd RG1 33V3 NNOIS NVI81S303d m 8 31ON 33S '(.00£-) .,ZOI 31V1d%JVS H11M 33V3 NNOIS �� 15 N05183808 i7f1= 01 1J3NNOJ831N1 ON31%3 NO11nB HSnd /M NNOIS 3%18 FOR INFORMATION ONLY - WORK BY OTHERS MATCH C5 Clearview 45+33 West Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, CS SEE SHEET 59 Print Date:8/2/2016 2:05:28 PM Sheet Revisions a Ita As Constructed Project No./Code File Name: 1260-143-OOSGNAGETAEIULATION0L0WG Date: Comments Init. TABULATION OF SIGNS Horiz. Scole: N/A Vert. Scole: N/A Q .y�tl eu� � No Revisions: TAP M455-120 Revised: 9 Structure 2D664 Designer: TJN C] 0.nM - a IGN R Detoiler: CRW umbers O ......m.�r,��gmm Void: Sheet Subset: SIGN TAB Subset Sheet: 1 0( 3 Sheet Number rjtj t7 Z Z N LOCATION STATION DIRECTION SIGN CODE SIGN PANEL SIZE BACKGROUND COLOR SIGN PANEL (SF) NO. POSTS LENGTH OF POST(S) SIGN STEEL POST NoteslComments h � V 4 W rn 2" P 2.5" P1 EA FLF EA FLF W" x H" LF 71 Prospect See Plans East Special 18 z 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T1 T2 Uerland See Plans South Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T2 T3 Oterland See Plans North Special 1$ x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T3 CT1 Lake See Plans West Special 18 z 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirtnation/Tum Sign, CT1 C1 Lake See Plans West Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, C1 C2 Lake See Plans East Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, C2 Dt Lake See Plans East Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, DI D3 Fuqua See Plans South Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D3 D2 Fuqua See Plans North Special 24 x 30 Special S 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D2 T4 Clearview 9+68 East Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T4 T5 Clearview 10+33 West Special 1$ x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, TS DS Clearview 16+76 East Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, DS D4 Clearview 17+55 North Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D4 D6 Clearview 17+61 West Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D6 D7 Clearview 20+94 East Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D7 D8 Clearview 22+94 South Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, DB D9 Clearview 24+13 West Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D9 C3 Clearview, 35+84 West Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikway Confirmation Sign, C3 Clearview 37+19 East R7-1 12 x 18 White 1.5 1 9.5 1 9.5 Clearview 37+19 West R7-1 12 x 18 White 1.5 1 9.5 1 9.5 Clearview 37+62 West R7-1 12 x 18 White 1.5 1 9.5 1 9.5 Clearview 38+07 East R1-1 Red Existing Stop Sign Clearview 38+07 East R3-5R 30 x 36 White 7.5 Mount on Existing Stop Sign (R1-1) Clearview 38+13 West R47 12 x 18 White 1.5 1 9.5 1 9.5 Clearview 38+13 West OM1-2 18 x 18 Yellow 2.25 T7 Clearview 38+22 South Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T7 76 Clearview 38+72 North Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T6 Clearview 38+93 East R4-7 12 x 18 White 1.5 1 9.5 1 9.5 Clearview 38+93 East OM1-2 18 x 18 Yellow 2.25 Clearview 39+00 West R1-1 Red Existing Stop Sign Clearview 39+00 West R35R 30 x 36 White 7.3 Mount on Existing Stop Sign (R1-1) Clearview 39+72 West R7-1 12 x 18 White 1.5 1 9.5 1 T. Clearview 39+75 East R7-1 12 x 18 White 1.3 1 9.5 1 9.5 ca Clearview 41+93 East Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, C4 FOR INFORMATION ONLY - WORK BY OTHERS0. Print Date:8/2/2016 2:05:30 PM Sheet Revisions File Name: 1260-143-OOSIGNAGETABULATIONOl.DWG Date: Comments Init. a Ita %�s Constructed TABULATION OF SIGNS Project No./Code O No Revisions: TAP M455-120 Horiz. Scale: N/A Vert. Scale: N/A , Revised: Designer: TJN Structure 20664 ' Detail- CRW umbers O vw".altaplannin9rom Void: Sheet Subset: SIGN TAB Subset Sheet: 2 or 3 Sheet Number 59 O Z � N LOCATION STATION DIRECTION SIGN CODE SIGN PANEL SIZE BACKGROUND COLOR SIGN PANEL (SF) NO. POSTS LENGTH OF POST(S) SIGN STEEL POST NoteslComments MATCH SEE SHEET 58 N to a U WW" ]EA EP2.5" x H"VLF Dto Cleandew 49+78 East Special 24 z 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D10 T8 Castlerock See Plans West Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T8 Dtt Castlerock 10+72 North Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, DI Tt 0 Castlerock 17+24 South Special 18 x 24 Special 3 1 9 1 9 Special Pitkin Bikeway Turn Sign, T10 79 Springfield 10+72 West Special 18 x 24 Special 3 1 9 1 9 Special Pitkin Bikeway Turn Sign, T9 C7 Springfield 18+46 East Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, C7 C8 Springfield 18+83 West Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, C6 CB Springfield 26+05 West Special 18 ,x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, C8 C9 Springfield 27+16 East Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, C9 D12 Springfield 33+22 West Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D72 013 Springfield 35+03 North Special 24 x 30 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D13 D14 Springfield 35+96 West Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D14 D15 Springfield 37+08 East Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D15 D17 Springfield 37+90 South Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D17 D26 Springfield 38+56 North Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D16 D18 Springfield 39+15 West Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D18 Tt t Springfield 49+69 East Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T11 Springfield 50+64 West R7-1 12 x 18 White 1.5 1 9.5 1 9.5 Springfield 50+65 East R7-1 12x 18 White 1.5 1 9.5 1 9.5 Springfield 51+33 East R1-1 Red Existing Stop Sign Springfield 51+33 East R3-5R 30 x 36 White 7.5 Mount on Existing Stop Sign (R1-1) Springfield 51+40 West R4-7 12 x 18 White 1.5 1 9.5 1 9.5 Springfield 51+40 West OM1-2 18 x 18 White 2.25 712 Shields 8+86 North Special 18 z 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T12 T13 Shields 10+58 South Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T13 Pitkin 13+19 East R2-1 18 x 24 White 3 1 10 1 10 20MPH T15 Pitkin 14+06 West Special 18 z 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T15 D19 Pitkin 30+36 East Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D19 D20 Pitkin 30+73 South Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, t7L0 D21 Pitkin 30+98 North Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D21 D22 Pitkin 31+70 West Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D22 CT2 Pitkin 40+23 East Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway ConfirmationlTum Sign, CT2 CT3 Pitkin 41+85 West Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confination/Tum Sign, CT3 D23 Pitkin 56+24 East Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D23 716 Pitkin 57+9$ North Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T16 T17 Pitkin 58+11 West Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign. T17 D24 Pitkin 58+99 West Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D24 T18 Pitkin 62+40 South Special 18 x 24 Special 3 1 10 1 1D Special Pitkin Bikeway Turn Sign, T18 MATCH D25 Pitkin 65+46 East Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D25 SEE SHEET 60 FOR INFORMATION ONLY - WORK BY OTHERS 0 Z Z O Cn LOCATION STATION DIRECTION SIGN CODE SIGN PANEL SIZE BACKGROUND COLOR SIGN PANEL (SF) NO. POSTS LENGTH OF POST(S) SIGN STEEL POST Notes/Comments H h ¢ U W CL a7 y^ p 2.5" P1 EA LF EA LF LF D26 Pitkin 67+96 West Special 24 x 30 Special 51 1 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D26 T19 Pitkin 80+50 East Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T19 T20 Pitkin 82+88 West Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T20 D27 Pitkin 90+13 East Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D27 D28 Pitkin 90+78 South Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, 028 D29 Pitkin 91+41 North Special 24 x 30 Special 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D29 D30 Pitkin 92+32 West Special 24 x 30 Special 5 1 10.5 1 %5 Special Pitkin Bikeway Decision Sign, D30 T21 Pitkin 109+38 East Special 18 x 1 24 Special 3 1 10 1 10 Special Pitkin Bikeway Turn Sign, T21 T22 Lory-Pitkin 11+06 West Special 18 x 24 Special 1 31 1 10 1 10 Special Pitkin Bikeway Turn Sign, T22 C10 Lory-Pitkin 15+65 West Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, C10 Lory-Pitkin 16+37 West R7-1 12 x 18 White 1.5 1 9.5 1 9.5 Lory-Pitkin 16+11 East R7-1 12 x 18 White 1.5 1 9.5 1 9.5 Lory-Pitkin 16+84 West R4-7 12 x 16 Wtlite 1.5 1 9.5 1 9.5 Lory-Pitkin 16+84 West OM1-2 18 x 18 Yellow 2.25 Lory-Pitkin 16+89 East R1-1 Red Existing Stop Sign Lory-Pitkin 16+89 East R3-5R 1 30 x I 36 White 7.5 1 IMount on Existing Stop Sign (R1-1) Lory-Pitkin 17+91 West R4-7 12 x 18 White 1.5 1 1 9.5 1 9.5 Lory-Pitkin 17+91 West OM 1-2 18 x 18 Yellow 2.25 Lory-Pitkin 17+91 West R1-1 Red Existing Stop Sign Lory-Pitkin 17+91 West R3-5R 30 x 36 White 7.5 Mount on Existing Stop Sign (RI-1) Lory-Pitkin 19+42 West R7-1 12 x 18 White 1.5 1 9.5 1 9.5 C11 Lory-Pitkin 19+43 East Special 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, CI t D31 Lo -Pitkin 27+84 East Special 24 x 30 Special 5 1 % 1 10.5 Special Pitkin Bikeway Decision Sign, D31 D32 Lory-Pitkin 30+18 West Special 24 x 30 S ial 5 1 10.5 1 10.5 Special Pitkin Bikeway Decision Sign, D32 C12 Lory-Pitkin 47+04 West Special 1 18 x 24 Special 3 1 10 1 10 Special Pitkin Bikeway Confirmation Sign, C12 1 PROJECTTOTALS1 1171 2251 84 847 iW I W: 1. EXISTING SIGNS ARE NOT INCLUDED IN THIS TABLLATION, EXISTING SIGNS ARE TO FEW IN UNLESS NOTED OTHEiRMSE 2. LOCATIONS OF SIGNS AND POST LENGTHS ARE APPROXIMATE SEE STANDARDS S-614-1 AND S-614-8. MATCH SEE SHEET 59 Print Date: 8/2/2016 2:05:31 PM Sheet Revisions a Ita As Constructed Project No. Code File Nome: 1260-143-DOSIGNAGETABULATION0I.DWG Date: comments ini1. TABULATION OF SIGNS Hortz. Scale: N/A Vert. Scale: N/A Q a No Revisions: TAP M455-120 Q �w, co eo:o: r. ,mar�:m Revise0: Designer. TJN Structure 20664 O PLGNNING MsiaN Detailer. CRW rumbersl O auaPiann�ng:o,n Void: Sheet Subset: SIGN TAB I Subset Sheet: 3 of 3 Sheet Number 60 Sign Destination 1 Destination 2 Destination 3 Sign Ta ID Name Direction Time Distance Name Direction Time Distance Name Direction Time Distance Confirmation Cl Confirmation C2 Confirmation C3 Confirmation C4 Confirmation CS Confirmation C6 Confirmation C7 Confirmation C8 Confirmation C9 Confirmation C10 Confirmation C11 Confirmation C12 Confirmation/Turn CTl MAXWELLNATAREA L Confirmation Turn CT2 SPRING CREEKTR R Confirmation Turn CT3 SPRING CREEKTR L Decision DS PITKIN BIKEWAY L HAMPSHIRE BKWY RL BAUDER ELEMENTARY R 2 0.2 Decision D2 POUDRE HIGH SCHOOL S 9 1.4PITKINBIKEWAY SL MAXWELL NAT AREA L 10 1.6 Decision D3 BAUDER ELEMENTARY S 2 0.2 PITKIN BIKEWAY R MAXWELL NAT AREA R 10 1.6 Decision D4 HAMPSHIRE BIKEWAY R PITKIN BIKEWAY R OVERLAND PARK L 3 0.4 Decision DS PITKIN BKWY SR HAMPSHIRE BKWY SR BAUDER ELEMENTARY R Z 0.3 Decision D6 OVERLAND PARK S 2 0.3 PITKIN BIKEWAY L HAMPSHIRE BIKEWAY L Decision D7 AVERY PARK S 4 0.6 POUDRE HIGH SCH L 8 1.2 PONDEROSA BKWY L Decision D8 PITKIN BKWY LR HAMPSHIRE BKWY R OVERLAND PARK R 4 0.6 Decision D9 AVERY PARK S 3 0.5 HAMPSHIRE BKWY SR POUDRE HIGH SCHOOL R 7 1.1 Decision ` D10 POLARIS SCHOOL S 3 0.5 PITKIN BIKEWAY R CSU MAIN CAMPUS R 7 1.1 Decision D71 PITKIN BIKEWAY L 6 0.9 AVERY PARK L 1 0.1 LAB SCHOOL R 11 i. Decision D12 CITY PARK BIKEWAY IRS SPRING CREEK TRAIL R 6 1 ROLIAND MOORE PARK R 8 1.2 Decision 013 PITKIN BIKEWAY LR CITY PARK BIKEWAY R CSU MAIN CAMPUS R 7 1.1 Decision D14 CITY PARK BIKEWAY L SPRING CREEK TRAIL L 6 iROLIANDMOOREPARK L 8 1.2 Decision D15 CSU MAIN CAMPUS S 6 1 CITY PARK BIKEWAY L BENNETT ELEMENTARY R 2 0.2 Decision D16 CITY PARK S S 0. PITKIN BIKEWAY LR CSU MAIN CAMPUS R 6 1 Decision D17 CSU MAIN CAMPUS L 6 1 PITKIN BIKEWAY LR CITY PARK BIKEWAY R Decision D18 CITY PARK BKWY SR BENNETT ELEMENTARY L 2 0.2 CITY PARK R 5 0. Decision D19 MASON TRAIL/MAX S 3 0.5 DOWNTOWN L 12 1.9 CENTRE BKWY LR Decision D20 PITKIN BKWY LR MASONTRAIIJMAX L 3 O.SSPRING CREEK TRAIL 5 S 0.7 Decision D21 PITKIN BKWY LR DOWNTOWN S 12 1.9 MASON TRAIL/MAX R 3 0.5 Decision D22 SPRING CREEK TRAIL L 5 0.7 CENTRE BKWY LR DOWNTOWN R 12 1.9 NOTES: 1. WAYFINDING FOR INFORMATION ONLY. SIGNS ARE TO BE FURNISHED AND INSTALLED BY OTHERS. 2. WAYFINDING TIME LISTED IS IN MINUTES, DISTANCE IS LISTED IN MILES. Print Dote:B/2/2016 2:05:32 PM Sheet Revisions a Ito As Constructed Project No./Code File Nome: 1260-143-OOSIGNAGETABULATIONOI.DMG Date: comments Init. WAYFINDING SIGN TABULATION Horii. Scale: N/A Vert. Scale: N/A Q leas emx. on»� No Revisions: TAP M455-120 Q a.�co-.2 Reused: Designer: TJN Structure 20664 Q pIAIVNNG.p®IfaN ' Detwiler: CRW umbers Void: Sheet Subset: WF TAB Subset Sheet: I OF 2 Sheet Number 61 Wayfindin Sign Tabu I ati on Wayfinding Sign Tabulation Sign Destination 1 Destination 2 Destination 3 Sign Type ID Name Direction Time Distance Name Direction Time Distance Name Direction Time Distance Decision D23 MASON TRAIL RL 1 0.1 DOWNTOWN L 9 1.5 COLLEGE UNDERPASS R 2 0.2 Decision D24 MASON TRAIL RL 1 0.1 COLLEGE UNDERPASS L 2 0.2 DOWNTOWN R 9 1.5 Decision D25 REMINGTON BKWY LR DOWNTOWN L 9 1.4 UCA R 1 0.1 Decision D26 CSU MAIN CAMPUS SL 5 0.8 COLLEGE UNDERPASS L 2 0.2 REMINGTON BKWY LR Decision D27 STOVER BIKEWAY LR LESHER MIDDLE SCH R 2 0.2 SPRING CREEK TRAIL R 4 0.6 Decision D28 PITKIN BIKEWAY LR CSU MAIN CAMPUS R 8 1.2 MASON TRAIL/MAX R 5 0.7 Decision D29 PITKIN BIKEWAY LR CSU MAIN CAMPUS L 8 1.2 MASON TRAIL/MAX R 5 0.7 Decision D30 MASON TRAIL/MAX 5 S 0.8 STOVER BKWY LR LESHER MIDDLE SCH L 2 0.2 Decision D31 SPRING CREEK TRAIL R 3 0.4EDORAPARK R 6 iRIFFENBURGHELEMSCH R 3 0.5 Decision D32 SPRING CREEK TRAIL L 3 0.4 EDORA PARK L 6 1 RIFFENBURGH ELEMSCH L 3 0.6 Turn Tl PITKIN BIKEWAY L Turn T2 MAXWELLNATAREA L Turn T3 PITKIN BIKEWAY R Turn T4 PITKIN BIKEWAY Jog Turn TS OVERLAND PARK log Turn T6 PITKIN BKWY LR Turn T7 PITKIN BKWY LR Turn T8 LAB SCHOOL L Turn T9 PITKIN BIKEWAY R Turn T10 PITKIN BIKEWAY L Turn Tll PITKIN BIKEWAY L Turn T12 PITKIN BKWY LS (Jog) Turn T13 PITKIN BIKEWAY R Turn T14 PITKIN BKWY l5 (Jog) Turn T15 PITKIN BKWY L(dia ) Turn T16 PITKIN BKWY LR Turn T17 PITKIN BKWY LR Turn T18 PITKIN BKWY LR Turn T19 HARRIS ELEMENTARY L Turn T20 HARRIS ELEMENTARY R Turn T21 PITKIN BIKEWAY L Turn T22 PITKIN BIKEWAY R Turn T23 PITKIN BKWY LR Turn T25 PITKIN BKWY LR NOTES: 1. WAYFINDING FOR INFORMATION ONLY. SIGNS ARE TO BE FURNISHED AND INSTALLED BY OTHERS. 2. WAYFINDING TIME LISTED IS IN MINUTES, DISTANCE IS LISTED IN MILES. Print Date:6/2/2016 2:05:37 PM Sheet Revisions alter As Constructed Project No./Code File Nome: 1260-143-OOSIGNAGETABULATIONOI.DWG Dote: Comments Init. WAYFINOING SIGN TABULATION Horiz. Scole: N/A Vert. Scale: N/A Q ese B4��N No Revisions: TAP M455-120 Q Designer: TJN oM... co aoso> Revised: 9 Structure 20664 Q PLANNING. DESIGN Delciler. CRW tubers Qtj OXHPV^^'^!f-CO^' Void: Sheet Subset: WF TAB Subset Sheet: 2 OF 2 Sheet Number 62 LOCATION STATIONIMP DESCRIPTION ACRYLIC WATERBORNE PAINT PAVEMENT MARKING (LF) PREFORMED THERMO- PLASTIC PAVEMENT MARKING (SF) CENTER LANE EDGE DOTTED CROSSHATCH WORD- SYMBOL XWALK- STOPLINE YELLOW SOLID DOUBLE YELLOW SOLID WHITE BROKEN WHITE BROKEN WHITE SOLID YELLOW SOLID WHITE BROKEN WHITE BROKEN WHITE SOLID YELLOW SOLID d iNCH 4 INCH 4 INCH B INCH 6 INCH 4 INCH G INCH 8 INCH 8 INCH B INCH Lake See Plans Shared Lane Marking (XS) 54 Fuqua See Plans Shared Lane Marking (k2) 18 Clearoiew 10+54 Shared Lane Marking 9 Clearview 13*85 Shared Lane Marking 9 Clear�new 14+91 Shared Lane Marking 9 Clearnew 19+35 Shared Lane Marking 9 Cleantew 20+16 Shared Lane Marking 9 Clearview 21+98 Shared Lane Marking 9 Clear�ew 22+85 Shared Lane Marking 9 Clearview 25+03 Shared lane Marking 9 ClearNew 26+26 Shared Lary Marking 9 Cleanview 27+55 Shared lane Marking 9 ClearWew 30+03 Shared Lane Marking 9 Clearvtew 31+55 Shared Lane Marking 9 Clearwew 32+54 Shared Lane Marking 9 CleaMew, 36+96 Shared Lane Marking (X2) - 18 Cleannew 37+26 4" Double Yellow 206 Clearview 37+36 6" Skip, 2' Dash, 2' Gap 76 Clearview, 37+67 6" Solid White 40 Cleaneew 37+61 Bike Lane Symbol Vol Green Background 28 ClearMew 37+86 Bike Lane Symbol w/Arrow &Green Background 80 Clearulew 37+89 Right Turn Arrow 15.5 Clearview 37+93 Shared Lane Markin 9 Clearview 38+06 24" Stop Line 26 Clearview 38+07 72" Stop Line Bike Lane 65 Clearview 38+07 6" Solid White 13 Clearview 38+20 Fort Collins Cruiser Pavement Markin 4 Cleannew 38+78 Fort Collins Cruiser Pa�.ement Marking 4 Cleannew 38+82 6" Solid White 13 Clearview 38+94 12" Stop Line (Bike Lane) 6.5 Clearview 38+95 Bike Lane Symbol w/ Arrow &Green Background 80 Clearuew 38+98 Shared Lane Markin 9 Cleardew 38+98 24" Stop Line 25 Clearview 39+00 Right Turn Arrow 75.5 GearNew 39+12 4" Double Yellow 185 ClearHew 39+14 6" Solid White 46 Clearview 39+38 6" Ski , 2' Dash, 2' Ga 15 Clearview 39+33 Bike Lane S mbol wl Green Background 28 MATCH SEE SHEET 64 Print Dote:1/3/2017 5:48:14 PM Sheet Revisions File Nome:1260-I43-OOSTRIPINCTABaATEDNOI.OWC alta As Constructed TABULATION OF Project No./Code Date: Comments Init. Horiz. Scale: N/A Vert. Scole: N/A 1-04-17 REVISED PAINT TYPE TJN No Revisions: PAVEMENT MARKINGS TAP M455-120 Q o CO 80202 �. Revised: Designer: TJN Structure 20664 O PI/WNING+ DE6N3N Detoiler: CRW Numbers wow.an"oiamm�g<om Void: Sheet Subset STRIPE T Subset Sheet: 1 of 5 Sheet Number 63 TABULATION Of PAVEMENT MARKINGS LOCATION I STATION/MP 49+97 10+42 1010+47 24+42 29+00 29+91 34+35 35+25 37+75 DESCRIPTION Fort Collins Cruiser Pavement Fort Collins Cruiser Paeement Shared Lane Marking Shared Lane Markinq Shared Lane Marking Shared Lane Shared Lane Shared Lane Shared Lane Shared Lane Shared Lane Shared Lane Springfield 46+77 Shared Lane I Springfield 50+40 Shared Lane I Springfield 50+62 4" Double Yel Spnngfield 50+68 6" Skip, 2' Da Spnn field 50+96 6" Solid White Springfield 50+95 Bike Lane S Springfield 51+17 Bike Lane Sy S nn eld 51+24 Ri t Tum Art Sprin eld 51+26 Shared Lane l S nn eld 51+32 24" Stop Line 5ringfield 1 51+38 12" Stop Line Dote:1/3/2017 5:48:I5 PM Nome:1260-143-OOSTRIPINGTABULATIONOI.OWG � I D, !. Seole: N/A Vert. Scale: N/A I ACRYLIC WATERBORNE a r a MMMMEMMMIMM MATCH t Revisions a Ita o ".r,. oaoa .o. mew»o. PLANNING+GEGIGN w.w,.auamm�ninQ mom As Constructed Comments Ini I. No Revisions: :0 PAINT TYPE TJN Revised: Void: TABULATION OF Project No./Code PAVEMENT MARKINGS TAP M455-120 Designer: TJN Structure 20664 Detoiler: CRW Numbers Sheet Subset:STRIPE TA4 Subset Sheel: 2 of 5 Sheet Number 64 TABULATION OF PAVEMENT MARKINGS MATCH SEE SHEET 64 LOCATION STATIONIMP DESCRIPTION ACRYLIC WATERBORNE PAINT PAVEMENT MARKING (LF) PREFORMED THERMO- PLASTIC PAVEMENT MARKING (SF) CENTER LANE EDGE DOTTED CROSSHATCH WORD- SYMBOL XWALK- STOPLINE YELLOW SOLID DOUBLE YELLOW SOLID WHITE BROKEN WHITE BROKEN WHITE SOLID YELLOW SOLID WHITE BROKEN WHITE BROKEN WHITE SOLID YELLOW SOLID 41NCH 41NCH 41NCH 81NCH 41NCH 41NCH 41NCH 81NCH 81NCH 81NCH Springfield 51+39 6" Solid White 14 _ Springfield 51+53 Fort Collins Cruiser Pavement Marking 4 Springfield 51+83 24' Stop Line 66 Springfield 52+16 24" Stop Line (Bicycle) 10 Shields 10+12 Fort Collins Cruiser Pavement Marking 8 Shields 10+20 Continental Crosswalk, 2x10 220 Shields 10+58 24" Stop Line (Bicycle) 10 Shields 10+82 24' Stop Line 68 Shields 10+49 Fort Collins Cruiser Pavement Marking, Bidirectional 6 Shields 10+96 Fort Collins Cruiser Pavement Marking, Bidirectional 6 Shields 11+33 Fort Collins Cruiser Pavement Marking, Bidirectional 6 Pitkin 11+61 Fort Collins Cruiser Pavement Marking, Bidirectional 6 Pitkin 12+92 Fort Collins Cruiser Pavement Marking, Bidirectional 6 Pitkin 58+01 6" Solid White 100 Pitkin 58+01 6" Solid White 62 Pitkin 58+55 6" Skip, 2' Dash, 2'Gap 38 Pitkin 58+07 4" Double Yellow 200 Pitkin 58+08 Bicycle Left Turn Arrow Pitkin 58+13 Bike Lane Symbol wl Arrow 22 Pitkin 58+18 Bike Lane Symbol w/ Green Background 28 Pitkin 58+26 6" Ski . 2' Dash, 2' Gap 8 Pitkin 58+01 6" Double White 110 Pitkin 50+65 6" Solid White 100 Pitkin 61+71 6" Solid White around Bike Box 108 Pitkin 61+71 Bike Box 375 Pitkin 61+79 Through Arrow 12.5 Pitkin 61+97 "WAIT HERE" LeWnd Pitkin 62+02 24" Stop Line 20 Pitkin 62+06 Bike Lane Symbol 7 Pitkin 62+05 Bike Lane Symbol wl Arrow 11 Pitkin 63+34 6" Skip White - 2' Dash, 2' Gap 100 Pitkin 63+40 Bike Lane Symbol wl Arrow 11 Pitkin 63+64 6" Solid White 242 Pitkin 65+96 Bike Lane Symbol wf Arrow 11 Pitkin 81+01 Bike Lane Symbol w/ Arrow 11 Pitkin 82+28 Bike Lane Symbol w/ Arrow 11 Pitkin 109+77 Bike Lane Symbol wl Arrow 11 Pitkin 110+14 Fort Collins Cruiser Pavement Markin 4 Lory-Pitkin 10+40 Fort Collins Cruiser Pavement Marking]EEL 4 1 MATCH Lo -Pitkin 1 11+00 Shared Lane Marking 9 SEE SHEET 66 Print Date:1/3/2017 5:48:16 PM Q Sheet Revisions a Ita 0 �xewx.•so..� ^wr mB0�03 ,o ,,,,,•,+,m PLANNING+DEIGN w�w.•¢•pi•^^^prom As Constructed TABULATION I PAVEMENT MARKINGS Project No./Code J File Name: 1260-143-OOSTRIPINGTABULATIONOI.DWG Date: Comments 1nit. No Revisions: TAP M455-120 Hari.. Scale: N/A Vert. Scale: N/A 1-04-17 REVISED PAINT TYPE TJN Revised: Designer: TJN Structure 20664 Detoiler: CRW umbers (� O Void: 5 Sheet Number 65 Sheet Subset:STRIPE T Subset Sheet: 3 a{ TABULATION OF PAVEMENT MARKINGS LOCATION STATIONIMP DESCRIPTION ACRYLIC WATERBORNE PAINT PAVEMENT MARKING (LF) PREFORMED THERNI PLASTIC PAVEMENT MARKING SF MATCH SEE SHEET 65 CENTER LANE EDGE DOTTED CROSSHATCH WORD- SYMBOL XWALK- STOPLINE YELLOW SOLID DOUBLE YELLOW SOLID WHITE BROKEN WHITE BROKEN WHITE SOLID YELLOW SOLID WHITE BROKEN WHITE BROKEN WHITE SOLID YELLOW SOLID 4 INCH 4 INCH 4 INCH G INCH 41NCH 4 INCH 4 INCH B INCH 81NCH 8 INCH Lory-Pitkin 12+19 Shared Lane Marking 9 Lo -Pitkin 15+44 Shared Lane Marking 9 Lo -Pitkin 15+94 4" Double Yellow 237 Lo -Pitkin 16+37 6" Skip, 2' Dash, 2'Gap 14 Lory-Pitkln 16+66 Bike Lane Symbol wl Arrow & Green Background 80 Lo -Pitkin 16+71 Right Turn Arrow 15.5 Lory-Pitkin 16+75 Shared Lane Marking 9 Lo -Pitkin 16+84 24" Stop Line 26 Lo -Pitkin 16+87 12" Stop Line (Bike Lane) 6.5 Lo -Pitkin 16+88 6" Solid White 14 Lo -Pitkin 17+01 Fort Collins Cruiser Pavement Marking 4 Lory-Pitkin 17+06 24" Stop Line 70 Lo Pitkin 17+11 Continental Crosswalk, 2x10 200 Lory-Pitkin 17+12 Continental Crosswalk, 2x10 200 Lo -Pitkin 17+35 24" Sto Line 70 Lory-Pitkin 17+71 Fort Collins Cruiser Pasement Marking •1 Lory-Pitkin 17+75 6" Solid White 14 Lo -Pitkin 17+87 4" Double Yellow 597 Lory-Pitkin 17+89 12" Stop Line (Bike Lane) 6.5 Lo -Pitkin 17+90 24" Stop Line 24 Lory-Pitkin 17+90 Bike Lane Symbol wl Arrow & Green Background 80 Lo -Pitkin 17+98 Right Turn Arrow 15.5 Lory-Pitkin 18+10 6" Solid White 44 Lo Pitkin 18+11 Bike Lane Symbol wl Arrow 11 Lo -Pitkin 18+29 Bike Lane Symbol wl Green Background 28 Lory-Pitkin 18+32 6" Skip. 2' Dash, 2' Gap 15 Lo -Pitkin 18+80 Shared Lane Marking 9 Lory- itkin 19+26 Shared Lane Marking 9 Lo -Pitkin 19+41 6" Skip White - 2' Dash, 4' Gap 33 Cory-Pitkin 19+91 6" Solid White 11 Lo -Pitkin 32+36 Bike Lane Symbol w! Arrow 11 Lory-Pitkin 45+09 Shared Lane Marking 9 Lory-Pitkin 47+03 Shared Lane Marking 9 TOTAL (LF) TOTAL (SF) TOTAL (GAL) 1598 0 0 0 728 0 495 0 0 0 1094 533 31 248 0 1753 1094 5.11 0.00 1 0.00 1 0.00 3.5 0.00 0.8 0.00 0.00 0.00 NOTES. 105 SF/GAL USED FOR ACRYLIC WATERBORNE PAINT FOR DETAILS OF PAVEMENT MARKING LINES AND LINE PLACEMENT, SEE STANDARD S-627-1 Print Dote:1/3/2017 5:48:17 PM Q Sheet Revisions a Ito ess e�rox �� a NIM-DESIGN vmw.mlzpianningmm As Constructed TABULATION OF MARKINGS Project No./Code File Name:1260-143-OOSTRIPINGTABULATIONOI.DWG Date: omm cents InaPAVEMENT No Revisions: TAP M455-120 Ho- Scale: N/A Vert. Scale: N/A 1-04-17 REVISED PAINT TYPE TJN Revised: Designe iJN re Structu 20664 Detailerr CRW lNumbers Q O Void: Sheet Number 66 Sheet Subset:S71RIPE TAq Subset Sheet: 4 of 5 GENERAL TRAFFIC SIGNAL NOTES 1. TRAFFIC SIGNAL MATERIALS AND INSTALLATION SHALL COMPLY WITH THE STATE OF COLORADO - STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION', THE STATE OF COLORADO - STANDARD PLANS. M AND S STANDARDS (LATEST EDITION), THE 'MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES', THE NATIONAL ELECTRIC CODE', THE FORT COLLINS TRAFFIC OPERATIONS MANUAL, LARIMER COUNTY URBAN AREA STREET STANDARDS, AND ALL OTHER LOCAL ORDINANCES AND REGULATIONS THAT APPLY, EXCEPT AS NOTED ON THE PLANS OR SPECIAL PROVISIONS. 2. ALL USED OR EXCESS SIGNAL EQUIPMENT SHALL REMAIN THE PROPERTY OF THE CITY OF FORT COLLINS. 3. NO EXCAVATION SHALL BE PERMITTED UNTIL UNDERGROUND UTILITIES HAVE BEEN LOCATED TO THE SATISFACTION OF ALL PARTIES. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL AERIAL AND UNDERGROUND UTILITIES DURING CONSTRUCTION. CONTACT THE UTILITY NOTIFICATION CENTER OF COLORA00 (UNCC) TO HAVE LOCATIONS OF UNCC REGISTERED LINES MARKED BY MEMBER COMPANIES. CALL 811 FOR ALL LOCATIONS. ALL OTHER UTILITIES SHALL BE LOCATED BY CONTACTING THE RESPECTIVE COMPANY. 4. ANCHOR BOLTS FOR 5-614-40A AND 5-614-44 TRAFFIC SIGNAL CAISSONS WILL BE PROVIDED BY THE CITY OF FORT COLLINS. THE CONTRACTOR IS EXPECTED TO CONTACT TRAFFIC OPERATIONS AT(970) 221-6630 TO SCHEDULE PICKUP AT LEAST 24 HOURS IN ADVANCE, 5. ALL STEEL MUST COMPLY MATH THE FEDERAL BUY AMERICAN REQUIREMENTS. A CERTIFICATE ASSURING COMPLIANCE SHALL BE PROVIDED TO THE PROJECT ENGINEER PRIOR TO CAISSON EXCAVATION. 6. A TRAFFIC OPERATIONS REPRESENTATIVE IS REQUIRED TO BE ON SITE DURING EXCAVATION OF THE CAISSONS AND PLACING OF REINFORCING STEEL AND CONCRETE. CONTRACTOR IS EXPECTED TO SCHEDULE WORK AT LEAST 48 HOURS IN ADVANCE BY CALLING (970) 221-6630, 7. TRAFFIC SIGNAL POLE CAISSONS SHALL HAVE ONE TWO INCH AND ONE THREE INCH CONDUIT PRIOR TO PLACEMENT OF CONCRETE. TRAFFIC SIGNAL PEDESTAL CAISSONS SHALL HAVE ONE TWO INCH CONDUIT INSTALLED PRIOR TO PLACEMENT OF CONCRETE. 8. ALL MANUALS, INSTALLATION GUIDES AND ASSOCIATED EQUIPMENT SHALL BE PROVIDED TO THE ENGINEER AT TIME OF INSPECTION. 9. CONTRACTOR IS REQUIRED TO COORDINATE ALL SIGNAL POLE INSTALLATIONS AND TRAFFIC SIGNAL ITEMS W/ CITY OF FORT COLLINS TRAFFIC DEPARTMENT. CONTRACTOR IS RESPONSIBLE FOR SCHEDULING OF WORK IN A LOGICAL MANNER, INCLUDING WORK BY OTHERS. SCHEDULING OF WORK MUST BE APPROVED BY THE PROJECT ENGINEER. Print Date:8/2/2016 2:06:09 PM Sheet Revisions File Name: 1260-143-OOGENERALNOTESOI.DNG Dole. Comments i�,l. a'ta As Constructed TRAFFIC SIGNAL NOTES Project No./Code Horiz. Scale: N/A Vert. Scale: N/A 0 No Revisions: TAP M455-120 Q ero.. co somaI..IZ::EIeb ed: Designer: MKS Structure 20664 0 PLANNING�GESIGN Detail er: CRW Numbers O www.auaalanning.— IVoid: Sheet Subset: TSI Subset Sheet: TS1 of TS6 Sheet Number 67 CONTRACT DOCUMENTS TABLE OF CONTENTS BID INFORMATION 00020 Notice Inviting Bids 00100 Instruction to Bidders 00300 Bid Form 00400 Supplements to Bid Forms 00410 Bid Bond 00420 Statements of Bidders Qualifications 00430 Schedule of Major Subcontractors 00440 CDOT Form #606, Anti -Collusion Affidavit 00450 CDOT Form #1413, Bidders List 00460 CDOT Form #1414, Anticipated DBE Participation Plan 00470 Buy America Certification 00480 Certification Regarding Lobbying 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 Davis Bacon Wage Rates Federal Terms & Conditions 00900 Addenda, Modifications, and Payment 00950 Contract Change Order 00960 Application for Payment SPECIFICATIONS DRAWINGS 99 aq—N 10445 Lsl to ZS1 iaa4S )asgnS S1 :)asgnS 1aa4S :pion 0 —q— M80 :�a11°)aQ xovo axi invxo a.x .xi ry�153O SNINNVd O 4990Z ampm)s SXW :nu61sa0 :paslnay coxo¢oo-µx•c aol aMs IWR•1nB vi:v. Q V N :alg° 1- :DD° 'ZIJ° OZl—SSbW dtll Qa IIIH 1dV1 �8 3/�V M31N21V31� ��°°'�'"aa oN / s ) n oza 1 s H . e Ej",i sl-.0 a]op 9M0'l0NVld-WNJIS00-£bl-09ZI :awoN alij apoo/oN loafOJd NVId IVN91S palonJlsuo:sV I SuolSlnaa laa4S Ad 99'90:Z 9lOZ/Z/8:a)o0 luud os pz m !! N Z HOV3 09OLO-El9 daea (.9lX.bZX.EI) -9 Ilnd OZl :l 00£00-£l9 llnpuoO leouloal3 4oul £ OZ jl OOZ00-£l9 1!npuoO leou1o913 Pul Z 9 dl S100o-£OS (4001 91) uosS180 pallPa Hquenp llun oN wall Well saRqu eno to uollel nq el 'NoUon&SNOO NV103W HIM X08 Ilnd ONV NOSSIVO 03111N0 31VN031N1 01 801JV81N00 i 'SW311 ,AINO NOUVV4803N1 NO3, 83KO ONV WV80VIO ONISVHd ?Jo! 69 133HS 33S "Z M0136 S311UNVnO JO NOI1V1n8V1 Ni 030nlONl SW311 803 3181SNOdS38 SI 6010VN1N00 'AINO NOUVV18O3N1 801 38V S310d 1VN01S 'SNOIS 'SOV3H IVNOIS 'l S310N W8V 1SVW NO NOIS i NOI1VONn03 /M 310d IVNJIS OO 13N18V3 N3110&NOO X08IInd O 30V3 IVNOIS NVIN1S303d m 31VIdADV8 HIM 30V3 WNOIS aN3O3l N011n8 HSnd ONIISIX3 NVIN1S303d IP IVNOIS 'X3 3Sn �� :a .£®t V N011ne Hsnd /M IVNOIS 3XI8 i �v N011n8 Hsnd NVI&S303d V WNOIS 'X3 3Sn „£ml NO11n8 HSnd /M IVNOIS 3N19 xZol 3AV M31AaV3l0 FOR INFORMATION ONLY - WORK BY OTHERS 0 J x Q F << �s O CLEARV1 AVE �y BIKE SIGNAL W/ PUSH BUTTON JAI 11- BIKE SIGNAL i'" Y V v W/ PUSH BUTTONILN USE EX. SIGNAL & PEDESTRIAN - USE EX. SIGNAL PUSH BUTTON & PEDESTRIAN PUSH BUTTON N o m zoso' Print Date:8/2/2016 2:07:02 PM File Name: 1260-143-OOSIGNALPLAN0I.DWG Horiz. Scale: 1: 20 Vert. Scale: N/A Q 0 LEGEND .4*+— SIGNAL FACE NTH BACKPLATE m PEDESTRIAN SIGNAL FACE p PULLBOX ® CONTROLLER CABINET O SIGNAL POLE W/ FOUNDATION T SIGN ON MAST ARM SIGNAL FACES ®R SIGNAL 0 Y ® G O "1' '2" R10-10b 12"z18' et 02 03 04 1 0 05 06 07 08 t X *- f — PED CROSSING s BIKE SIGNAL a Ita As Constructed SIGNAL PLAN — FOR INFO ONLY Project No./Code a3g� oa az No Revisions: CLEARVIEW AVE & TAFT HILL RD TAP M455-120 Rev sed: Designer: MNS Structure 20664 PLAeY�/�G��lI Detailer CRW umbers vw.v.,nacunnirre mm Void: Sheet Subset: TS1 Subset Sheet: TS3 0/ TS7 Sheet Number 69 LEGEND SIGNAL FACE WITH BACKPLATE m PEDESTRIAN SIGNAL FACE O PULLBOX ® CONTROLLER CABINET Op SIGNAL POLE W/ FOUNDATION NOTES 1. SIGNAL HEADS, SIGNS, SIGNAL POLES, AND SIGNAL CABINETS ARE FOR INFORMATION ONLY. CONTRACTOR IS RESPONSIBLE FOR ITEMS INCLUDED IN TABULATION OF OUANTITIES BELOW. 2. SEE SHEET 71 FOR PHASING DIAGRAM AND OTHER 'FOR INFORMATION ONLY' ITEMS. 3. CONTRACTOR TO INTEGRATE DRILLED CAISSON AND PULL BOX WITH MEDIAN CONSTRUCTION. Tabulation of Quantities Item Item No. Unit Quantity Drilled Caisson (18 Inch) 503-00018 LF 8 Drilled Caisson (36 Inch) 503-00036 LF 30 2 Inch Electrical Conduit 613-00200 LF 340 2 Inch Electrical Conduit (Bored) 613-00206 LF 250 3 Inch Electrical Conduit 613-00300 LF 80 3 Inch Electrical Conduit (Bored) 613 W306 LF 240 Pull Box (13"x24"x18") Deep 613-07050 EACH 2 Pull Box (18"00"x18") Deep 613-07060 1 EACH 1 N Print Dote: 8/2/2016 2: 07: 09 PM File Nome: 1260-143-009GNALPLAN01.DWG Hori2. Scale: 1:20 Vert. ScaleJN/A Q I EXTEND INTERCONNECT TO PITKIN 102" (-170') EXTEND POWER FEED I 102- (-170') U) Q ul 202" PROP. SIGNAL 1 W/ PEDESTRIAN PUSH BUTTON j 202", 203 102'. 103' 202". 203" - TRAFFIC SIGNAL CABINET 102" BIKE SIGNAL ' ' ' 102" W/ PUSH BUTTON' PEDESTRIAN PUSH BUTTON SPRINGFIELD DR ' 102", 103" BIKE SIGNAL W/ PUSH BUTTON \v� PROP. SIGNAL W/ PEDESTRIAN PUSH BUTTON t Revisions I a'�a As Constructed SIGNAL PLAN Project No./Code Comments INt. r B4M � Na Revisions: SPRINGFIELD DR & S SHIELDS ST TAP M455-120 ar roo r.. mmn.nm Revised: Designer: n tructure 20664 IANNING.aESIGN Detailer. umbers r, �Sheet Subset: Subset Sheet: TS4 of TS7 Sheet Number ]� FOR INFORMATION ONLY — WORK BY OTHERS 1.C.StLIyLL +- SIGNAL FACE WITH BACKPLATE m PEDESTRIAN SIGNAL FACE p PULLBOX ® CONTROLLER CABINET OO SIGNAL POLE W/ FOUNDATION SIGNAL FACES O R SIGNAL * Y O ®� R10-10b .1• "2" 12"08" 01 02 03 04 0 05 06 07 08 t — - ilb- PIED CROSSING BIKE SIGNAL N o u 2, a Print Date: 8/2/2016 2:07:15 PM File Name: 1260-143-OOSIGNALPLAN01.0WG Horiz. Scale: 1:20 Vert. Scale: N/A PROP. SIGNAL TRAFFIC SIGNAL CABINET \ BIKE SIGNAL W/ PUSH BUTTON rn 0 J W W '2" .2" .2. LOB •1• 4 PUSH BUTTON BIKE SIGNAL W/ PUSH BUTTON PROP. SIGNAL W/ PEDESTRIAN PUSH BUTTON a Ita As Constructed SIGNAL PLAN — FOR INFO ONLY Project No./Code OB0 of No Revl SPRINGFIELD DR & S SHIELDS ST TAP M455-120 �... .,o.,..�, Revised s Designer: MKS Structure 20664 PLANI 4OFLKiN Detail— CRW umbers wwa.e¢aol,—N.— I Void: Sheet Subset: TSI Subset Sheet TS5 of TS7 Sheet Number 71 ZL. iaq—N 1aa45 ILS1 l0 9S1 :laa4S lasgnS ISI :lasgnS laa4S :Plop u,u, eu�uueidxpe-h wn O saJnq nn M8O 0 :�allola0 noxo vx., nsxo xn�xi x' NJ153O EMMNNYid V990z u 1 u15 5NW au6lsa0 :P-1-8 a O OZL-691W dtll 1S NlNlld 78 3hV AVW3l, '� l"aa ON M O V/N :alooS 41-A OZ:l :al-S ZuoH a o 0 oa(o1 N ld lb'NJIS a onl suos s l ul sluawwoO rC 9MOIONVIdlVN95OO-C4l-09Z1 :awoN Wj P Ot' N 1 d P 1 d e�I SuolSlnaa 19a4S Na zz.:10:r. glnZ/r./P:au00 lw,H l HOV3 0902 0-£L9 d-(3 (x9lx„0£x,.81) -9 llnd S HOV3 09OLO'£49 daaa („qLx„tZx„£L) xog 11nd 06 dl 90£00-£L9 (Pa1og) 1lnpuo0 JEO41oa13 4oul £ OM =n 00£00-£L9 1lnpuoo Ie04)Oal3 4oul £ OZ9 =n OoZOo-£L9 1!npuoO leo4loal3 4oul Z 0£ dl 9£000-£09 (4ou1 9£) uossleo PaIIPa % =n 9L000-£09 (4oul 9L) uossleo PaIWa flqueno llun -ON wall well segqueno yo uogeingel "oUon&SNOO NV103n Hln1 X08 llnd ONY NOSSIVO a31I18O 31YN031NI 01 NOlOY&NOO C SW311 ,AINO NOIIVWNOdNI M0.4, N3H10 ONY RYbOV10 ONISVHd 801 CL 133HS 33S 'Z 'M0138 S311I1NVnO -10 NOI1Vln8V1 NI 030nlONl SW311 NOA 3181SNOdS3tl SI 8OlOVN1NOO 'ONO NOIIVWN03NI NO3 3NV S13NIGVO IVNJIS ONV 'S3lOd IVNJIS 'SNOIS 'S0Y3H IVNJIS 'l S310N NOLLYONnOd /M 310d IVNOG C4 13NISVO N31l081NOO XO8llnd O 30Yd IVN'JIS NVINLS303d m 31VldMDVG HIM 30V3 IVNJIS U= N011nS HSnd NVI&S303d� „soz '„zoz ki -ii-� - . mt. 1S NDLLd NO11n8 HSnd /M J m 1VN015 3)"G himing HSnd / NVINUS303153d /M IYNOIS 'dOW .COI '.Zol Soo '.ZOZ (.Doc-) „ZOl 0333 N3MOd COX-) .m 1S NOS18380N 01 lO3NNO3831Nl ON31X3 N011nS HSnd NYR11S303d /M IVNJIS 'dONd Soz .Zoz ,.Cot NO11n8 HSnd NO11n8 HSnd /M NVIKS303d 1VN01S 3N18 „Cot '.Zol FOR INFORMATION ONLY - WORK BY OTHERS LEGEND -.11l SIGNAL FACE NTH BACKPLATE SIGNAL FACES m PEDESTRIAN SIGNAL FACE ® R IL p PULLBOX ® CONTROLLER CABINET ® Y O } SIGNAL BIKE SIGNAL PEDESTRIAN � p SIGNAL POLE W/ W/ PUSH BUTTON PUSH BUTTON LU FOUNDATION ® G J PROP. SIGNAL 1 W/ PEDESTRIAN O PUSH BUTTON BIKE SIGNAL '2" i W/ PUSH BUTTON R10-10b 1, / 12"z18' PROP. SIGNAL W/ PEDESTRIAN PUSH BUTTON N k 0'1. 20' 10' Print Date: 8/2/2016 2:07:28 PM File Name: 1260-143-00SIGNALPLANOI.DWG Horiz. Scale: 1:20 Vert. Scale: PITKIN ST O emu. _may' \� PEDESTRIAN PUSH BUTTON 01 02 03 04 t — i 05 06 07 08 x x sue_ f — i PED CROSSING s BIKE SIGNAL ;ions a Ita it. As Constructed SIGNAL PLAN — FOR INFO ONLY Project No. Code is InNo Revisions: LEMAY AVE & PITKIN ST TAP M455-120 w oema Designer: MKS Structure 20664 PLANNING a DESIGN Detailer: CRW umbers www.all. I..—aeom I Void: Sheet Subset: TS Subset Shed: T57 of T57 Sheet Number 73 0 e a x tih 6S. r$ SJo, hb y�Pryroa rr Q� M1^a� rr q / aJ rye. ry o 0 1P o M 0 a N N n g 3 N + + wI.— La � W a CLEARVIEW AVE vLa� Z =J O c O —_ —. C C' 12 N LESS ® WORK ZONE NOTES, 1. ALL TRAFFIC CONTROL PLANS MUST BE SUBMITTED AND APPROVED BY CITY OF NOTE: GENERAL CONCEPT PLAN ONLY ' FORT COLLINS TRAFFIC DEPARTMENT. SEE PROJECT SPECIALS FOR REWIREMENTS. oao eo Leo Print Date:B/2/2016 2:08:15 PM Sheet Revisions a Ita As Constructed Project No./Code File Name: 1260-143-OOTRAUICCONTROLPLAN.DWG Date: comments Init. TRAFFIC CONTROL PLAN Horiz. Stole: 1:80 Vert. Scale: N/A O No Revisions: TAP M455-120 Designer: TIN Structure Q � �re�. �.o soma r.. aa,a,..vw Revised: 20664 Q PIAlMIINO♦Oe511(iN Detailer: CRW umbers Q vmw.allaplamm�y.mm Void: Sheet Subset: 7C Subset Sheet: TC1 of TC8 Sheet Number 74 0 in v M Q f- tJ1 � 3 � W S La jr La Q zj W J U La W N Z J x U Q IFQFND ® WORK ZONE N NOTES: NOTE: GENERAL CONCEPT PLAN ONLY 1. ALL TRAFFIC CONTROL PLANS MUST BE SUBMITTED AND APPROVED BY CITY OF FORT COLLINS TRAFFIC DEPARTMENT. SEE PROJECT SPECIALS FOR REQUIREMENTS. o60111 ao eo' Aso' Print Dote:B/2/2016 2:08:21 PM I Sheet Revisions File Nome: 1260-143-OOTRAFFICCONTROLPLAN.DWO Dote: comments Imt. a Ita As Constructed TRAFFIC CONTROL PLAN Project Code Horiz. Scale: 1: 80 Vert. Scale: N/A � sear^ Na Revisions: TAP M455-15-120 (]^'emu a �� Revised: Designer TJN Structure 20664 O PLANNIM DI WIGN Detoilec CRW Numbers O www.eMeplenntnp.com Void: Sheet Subset: TC I Subset Sheet: TC2 of TCB Sheet Number 75 8 n 8 v 8 8 + Y LEU ® WORK ZONE NOTES: 1. ALL TRAFFIC CONTROL PLANS MUST BE SUBMITTED AND APPROVED BY CITY OF FORT COLLINS TRAFFIC DEPARTMENT. SEE PROJECT SPECIALS FOR REQUIREMENTS. NOTE: GENERAL CONCEPT PLAN ONLY Print Date:8/2/2016 2:08:26 PM Sheet Revisions File Name: 1260-143-OOTRAFFICCONTROLPLAN.DWG Date: Comments Init. a Ita As Constructed TRAFFIC CONTROL PLAN Project No./Code Horii. Scale: 1: 20 Vert. Scale: N/A Q No Revisions: TAP M455-120 Revised: Designer: TJN Structure 20664 Q =NINa•MWON Detailer. CRW Numbers O wwe.altaplannmp.com ----- Void: Sheet Subset: TC Subset Sheet: TC3 of TC8 Sheet Number 76 MATCH LINE SHIELDS STA 11+50 pub pbdii N1. OTEBY CITY OF FORTrnCOLLINS AFFIC COTRAFFIC DEPARTMENT. NTOL PLANS MUSTBSEE PROJECT SPECIALSFRO RAND APPVEOREOUIREMEN S. N O T E. GENERAL CONCEPT PLAN ONLY N 0 40 90' i60' Print Date:8/2/2016 2:08:32 PM Sheet Revisions a Ita As Constructed Project No./Code File Nome: 1260-143-OOTRAFFICCONTROLPLAN.DWG Date: Comments Init. TRAFFIC CONTROL PLAN Horiz. Scale: 1:20 Vert. Scale: N/A sea4ao re.i No Revisions: TAP M455-120 B3N m (] oM ownz r...�.min,ao, Revised: Designer: TJN Structure 20664 O PLlWNING•MMGN Detail- CRW Numbers O vmw.enaui.nninp.cnm Void: Sheet Subset: TCj Subset Sheet: TC4 of TC8 Sheet Number 77 SECTION 00020 INVITATION TO BID W20-4 I' W20-5(R) - 03S013 3NY1 1HSIH BENNETT RD NUZ Ai OM NI 3l8A00 S3NIA R52N1�38 -A R52-6b , END FINES CONTRACTOR TO COORDINATE PITKIN ST Nu DOUBLE CON STRUCTION WORK NTH CSU ON CAMPUS POT STA 12+30.7 N WORK CONSTRUCTION HAULING POT STA 10+00.00 ZONE W4-2(R) \ $ o 00+L PI -KIN 5T SHIELDS ALIGNME • WORK ZONE PITKIN CLOSUR TO BE RESTRICTED CHANNELIZING 00+1 DEVICE (TYP.) N (FOR SIGNAL WORK) IFGFND MATCH LINE SHIELDS STA 11+50 ® WORK ZONE SEE SHEET 77 11.. ALL TRAFFIC CONTROL PLANS MUST BE SUBMITTED AND APPROVED BY CITY OF N O T E: G E N E R A L C O N C E P T P L A N O N L YINNER FORT COLLINS TRAFFIC DEPARTMENT. SEE PROJECT SPECIALS FOR REOUIREMENTS. o 40 Print Date:8/2/2016 2:08:38 PM Sheet Revisions As Constructed Project No./Code File Name: 1260-143-OOTRAFFICCONTROLPLAN.DWG Date: Comments J. a Ita TRAFFIC CONTROL PLAN Horix. Scale: 1: BO Vert. Scale: N/A O a% No Revisions: TAP M455-120 Designer: TJN ^°.�. �.o eazue '`` Revised:Structure 20664 Q PLANNING ♦DESIGN T D¢tailer: CRW Numb¢rs www.ailaalamm�gmm Void: heet: TC5 of TCB Sheet Number 78 Sheet Subset: TC Subset S LU 0 I, - CD z LU w w It o Q n w N fD S n w J F 0 8 e 8 8 m '� STRIPIN AS PART TO BE PERFORMED OF CSU PARKING STRUCTURE CONSTRUCTION 8 e 8 8 o r ° PITKIN ST u In r In r 1" _ _.. PITKIN ST 1� R OX0 . W20-1 r LEGEND ® WORK ZON..- g u NOTES. 1. ALL TRAFFIC CONTROL PLANS MUST BE SUBMITTED AND APPROVED BY CITY OF NOTE: GENERAL CONCEPT PLAN ONLY FORT COLLINS TRAFFIC DEPARTMENT. SEE PROJECT SPECIALS FOR REQUIREMENTS. 0 oa ac iso Print Date:B/2/2016 2:08:44 PM Sheet Revisions ItAs Constructed Project No./Code aaFile Name: 1260-141-OOTRAFFICCONTROLPLAN.DWG Date: Comments Init. TRAFFIC CONTROL PLAN Horiz. Scale: 1: BO Vert. Scale: N/A Q —a.v o �� Na Revisions: TRAFFIC M455-120 Revised: Designer: TJN Structure 20664 Q PLANNVG+DEWW Detailer: CRW umbers vnvw.eeepemmq.wm Void: Sheet Subset: TCJ Subset Sheet: 7C6 of TC8 Sheet Number 79 NOTE: GENERAL CONCEPT PLAN ONLY wz0-, N1. /63W ALL TRAFFIC CONTROL PLANS MUST BE SUBMITTED AND APPROVED BY CITY OF OM FORT COLLINS TRAFFIC DEPARTMENT, SEE PROJECT SPECIALS FOR REQUIREMENTS. avoH 03S017 3NYl 1HSIH MOM NI 318no0 S3NI3 W20-5(R) R52-6A •• + a b m W4- (R) . H g PC S A 16+07.54 CHANNEU2ING 0 Ix v+, g DEVICE (TYP.) In 0i t� !2 ARRCAOE + g. n S2 b rSOa + ^ spjx $r TYPE III LORYST ARRICA l I ( N x ( H * 4 6{c 0 W ' W 2 g + f o Vl �{y� ` $ OO I, f W jfn a G W 8 *`` 0 0 a� 4608+01 Ills 0 0 R11-2 V •o Q _ d * R11-3 CHANNEU2ING R11-2 ' A0400L0 Sf0 DEVICE (TYP.) PAN 3T tayl A6 (FOR SIGNAL WORK) °p 00+01 NYr N V 1 AHOMZ NI d TYPE III 318noa BARRICADE SWA I rGrNQ POT STA 110+53.94 7N3 ® WORK ZONE 4o a' Ea' ifi0' R52-68 Print Date:8/2/2016 2:08:48 PM Q Sheet Revisions a eta vuwNl>rc. oeslcN i As Constructed TRAFFIC CONTROL PLAN Project No./Code File Name: 1260-143-OOTRAFFICCONTROLPLAN.DWG Date: comments Init. No Revisions: TAP M455-120 Horiz. Scale: 1:80 Vert. Scale: N/A Q Revised: Designer: TJN Structure 20664 Detoiler: CRW umbers Q Void: Sheet Number 80 Sheet Subset: TC 1 Subset Sheet: TC7 of TC8 END NOTES. 1. ALL TRAFFIC CONTROL PLANS MUST BE SUBMITTED AND APPROVED BY CITY OF FINES FORT COLLINS TRAFFIC DEPARTMENT. SEE PROJECT SPECIALS FOR REQUIREMENTS. DOUBLE IN WORK ZONE CHANNEUZINC DEVICE (TYP.) (FOR SIGNAL WORK) W20-1 a pUJp ca W b - + E III TYPE III 0 0 = K Q B E 4J,J o ut g g fBARRIC7P 8 0 8 8 8 8 o + + H O 01 o ryry N N N N N A N co IN F •. W y._. -___ W PITKIN ST 'CHANNELIZING W ZFOR 'DEVICE (TYP.) SIGNAL WORK) V R11-3 Rif-2 I -N > BEGIN FINES DOUBLE R52-6A IN WORK ZONE o N RIGHT LANE*W20-4 CLOSED AHEAD o W20-5(R) NOTE: GENERAL CONCEPT PLAN ONLY LEGEND ® WORK ZONE o 40' eo' 16D' Print Date:8/2/2016 2:08:53 PM Q Sheet Revisions alto o.� w,, co amps PMIMf4G-GEUN r... ia�meu>m waw..eavlonnlne— As Constructed TRAFFIC CONTROL PLAN Project No./Code File Name: 1260-143-OOTRAfFICCONTROLPLAN.DWG Date: Comments Init. No Revisions: TAP M455-120 Horiz. Scale: 1:80 Vert. Scole: N/A Revised: Designer: TJN Structure 20664 Detailec CRW umbers Q Q Void: Sheet Number 81 Sheet Subset: TC Subset Sheet: TC8 0! TCB Z9 .aq—N }aagS 410 to Ila :1aa4S 1.sgnS Ila 'lasgnS laa4S :p1oA 11, 5.1— Ie.11. .. O s,agwnry Mao N01s O b990Z amlangS I Nfl :.au61sa0 :paslnay e O OZL—SSbW dtll :suolslnad ON O V/N :-I-S '11-A V/N :a103S 21.oH }dui sluawwo0 :a}o0 9Mp'LOSlItl13000—£bl-09ZL :awoN al!-4SlIV130 pa�onl3suo sV suolsina a }aa4S Wd 90 60 Z 9LOZ/Z/9 :a1o0 lu!ld apo�/•oN aoafold 11V13a XOs 3-IOA013 llV1.3a 3NIl O131A Ao .383H 11VM, 311HM „bZ 'N05N3W10 y 3SYB 3Hl m S3WI1 9'l Ol lVno3 SI IF013H 31ONVI81 330 =o IWN 4Z n • ,bZ35 4 :SNOIStlBN3WI0 •ZSNOISN3W10 a 'XYW 'NIW ' 'dAl'dAl ,Zl ,Zl ISMS 310A0113 IMNtlW 1N3W3AVd DI1Stlld 311HM VVl 1N30YfaY Ni 8VS dO1S HUM N0I1V 3Nn 311HM „b llV13a S3NIl 311HM a311Oa ('dAl) 3NIl dIMS 311HM ,b —\ .Z .Z ,Z SNOISN3MO !!Od SNVId 33S to WHITE PLASTIC JD PAVEMENT MARKING I^ 40^ BICYCLE LANE SYMBOL 1'-10* GREEN PLASTIC PAVEMENT MARKING FORT COLLINS CRUISER PAVEMENT MARKINGS 6 2:09:06 PM File Nome: GREEN PLASTIC PAVEMENT MARKING WHITE PLASTIC PAVEMENT MARKING L 48" 1 BICYCLE LANE SYMBOL WITH GREEN BACKGROUND WHITE PLASTIC PAVEMENT MARKING N r 40" BICYCLE LANE SYMBOL WITH ARROW It Revisions a Ita As Constructed Comments Int. iaass�ea sv.n No Revisions: Revised: PLANNING + GESKIN wvw.mm Void: GREEN PLASTIC PAVEMENT MARKING WHITE PLASTIC PAVEMENT MARKING L 48" 1 BICYCLE LANE SYMBOL WITH ARROW AND GREEN BACKGROUND DETAILS Project No. Code TAP M455-120 Designer: TN Structure 20664 Detoiler: CRW umbers Sheet Subset: DT Su6sel Sheet: DT2 of DT4 Sheet Number 83 SEE CHEVRON DETAIL CURB FACE 13' w z a 0 40" SHARED LANE MARKING WHITE PLASTIC PAVEMENT MARKING CHEVRON SYMBOL SHARED LANE MARKING PLACEMENT 117 CHEVRON DETAIL Print Dote:8/2/2016 2:09:06 PM Sheet Revisions alto As Constructed Project No./Code Date: Comments Init. File Name: 1260-143-OODETAILSOI.DWG DETAILS Horiz. Scale: N/A Vert. Scale: N/A O No Revisions: TAP M455-120 se eiaxe sv..� o.�rar co easaz .��x,mavw Revised: Designer: TJN I Structure 20664 Q FILAN q. 011111111GIRI Detoiler: CRW rumbersi O vn w..Uplanrtp.am Void: Sheet Subset: DT I Subset Sheet DT3 of DT4 Sheet Number 84 yE Q m� oe,e ev'.ocu e—eF STANDARD DETAILS FOR RAISED MEDIAN GEOMETRY IARIMER COUNTY I CONSTRUCTION REVISION N0: t DRAWING CET S AREA I DRAWING DATE: 04/01/07 80I STREET STANDARDS Print Date:8/2/2016 2:09:08 PM Sheet Revisions a Ita As Constructed Project No. Code Eile Nome: 1260-143-OOOETAILSOLOWG Dote: Comments Init. DETAILS Hori2. Scale: N/A Vert. Scale: N/A Q No Revisions: TAP M485-120 Revised: Designer: TJN Structure 20664 Q PLANN'W•O8"M Detail— CRW umbers O www.as.nbnrins.— I d: Sheet Subset: DT I Subset Sheet: DT4 of OT4 Sheet Number 85 SECTION 00020 INVITATION TO BID Date: January 11, 2017 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on February 3, 2017, for the Pitkin Street Bikeway; BID NO. 8449. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 8449. The Work will install arterial bike crossings at Taft Hill Road, Shields Street, College Avenue and Lemay Avenue along the Pitkin Corridor. This work will include concrete medians, concrete sidewalks, asphalt patching, signing and striping, new signal installation, temporary traffic control and erosion control. The work will be focused at the 4 major intersections of Clearview and Taft Hill Road, Springfield/Pitkin and Shields Street, Pitkin and College Avenue, Lory/Pitkin and Lemay Avenue. This is a Federally funded project and the DBE goal is 10%. In order for a bidder to be responsive, one must make a good faith effort to meet the DBE goal. The bidder can meet this requirement in either of two ways. First, the bidder can meet the goal, documenting commitments for participation by DBE firms sufficient to meet the goal. Second, the bidder can document adequate good faith efforts. This means that the bidder must show that it took all necessary and reasonable steps to achieve the DBE goal which by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if the goal is not met. These good faith efforts must be completed prior to submittal of the bid. For additional guidance regarding good faith efforts see 49 CFR Part 26 including Appendix A. To meet the DBE eligibility requirements, DBE firms must be certified by CDOT. The CDOT DBE Directory is available at https://www.codot.+gov/business/civiIrights/dbe. If the apparent low bidder does not meet the project DBE goal, three copies of the contractor's good faith effort needs to be submitted to the City of Fort Collins Purchasing Department by 4PM on the next business day after bid opening. Bidders must complete, sign and submit with the bid all documents in Sections 00300 and 00400 including but not limited to CDOT Bidding forms 606, 1413 and 1414, Buy America Certificate, and Lobbying Certificate with the bid. Bids will not be accepted if these documents are not included. The City of Fort Collins has adopted a new Dust Prevention and Control Manual. The manual can be found at: http://www.fcgov.com/purchasing/pdf/dust prevention control manual.pdf or within the project specifications. All operations conducted under this Agreement shall be performed in accordance with the stated procedures and requirements. All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be held at 11:00 AM, on January 20, 2017, in the Community Room at 215 N Mason Street, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. Questions concerning the scope of the bid should be directed to Project Manager, Mark Laken, at (970) 222-3546 or mlaken@fcgov.com. Questions regarding bid submittal or process should be directed to Gerry Paul, Purchasing Director at (970) 221-6779 or gspaul@fcgov.com. All questions must be submitted in writing via email to Mark Laken , with a copy to Gerry Paul, no later than 5:00 PM our clock on January 25, 2017. Questions received after this deadline will not be answered. The Contract Documents and Construction Drawings may be examined online at • Rocky Mountain E-Purchasing System: wwww.rockymountainbidsystem.com Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. City of Fort Collins Gerry Paul, Purchasing Director SECTION 00100 INSTRUCTIONS TO BIDDERS SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. City of Fort Collins �Purthasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8449: Pitkin Street Bikeway OPENING DATE: 3:00 PM (Our Clock) February 3, 2017 Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins. CO 80522 970.221.6775 970.221.6707 fcgov.com/Purchasing To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 — Clarifications & Revisions Exhibit 2 — Revised Bid Schedule Exhibit 3 — Prebid Attendance & PowerPoint Exhibit 4 — Revision of Section 104 Lane Rental Fee Exhibit 5 — Revised Plan Sheets Please contact Gerry Paul, Purchasing Director at (970) 221-6779 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY ENCLOSED WITH THE BID/QUOTE STATING THAT THIS RECEIVED. A WRITTEN STATEMENT ADDENDUM HAS BEEN Add 1 - 8449 Pitkin Street Bikeway Page 1 of 29 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self-addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION SECTION 00300 BID FORM SECTION 00300 BID FORM PROJECT: 8449 Pitkin Street Bikeway Place: Fort Collins, Colorado Date: February 3 2017 In compliance with your Invitation to Bid dated January 7 , 2017 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5% of total bid price. ($ 5% of total bid price ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment Bonds is as follows: C ontragtors Bonding and Insurance Company 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through 3 8. The undersigned Bidder hereby acknowledges the documents listed below are required elements of the bid and must be submitted with the bid. The City may reject any incomplete bids as non -responsive. - Bid Form (Section 00300) - Certified or Cashiers Check Bid Bond (Item 3 above and Section 00410) - Acknowledgement of Bid Addenda (Item 7 above) - Statement of Bidder's Qualifications (Section 00420) - Schedule of Subcontractors (Section 00430) - CDOT Form #606, Anti -Collusion Affidavit (Section 00440) - CDOT Form #1413, Bidders List (Section 00450) - CDOT Form #1414, Anticipated DBE Participation Plan (Section 00460) - Buy America Certification (Section 00470) - Certification Regarding Lobbying (Section 00480) 9. The Bidder acknowledges this is a Federally funded project subject to the Federal Terms and Conditions incorporated herein as part of the Invitation to Bid. This project has a DBE goal of 10%. In order for a bidder to be responsive one must make a good faith effort to meet the DBE goal. The bidder can meet this requirement in either of two ways. First, the bidder can meet the goal, documenting commitments for participation by DBE firms sufficient to meet the goal. Second, the bidder can document adequate good faith efforts. These good faith efforts must be completed prior to submittal of the bid. To meet the DBE eligibility requirements, DBE firms must be certified by CDOT. The CDOT DBE Directory is available at https://www.codot.gov/business/civiIrights/dbe. If the apparent low bidder does not meet the project DBE goal, three copies of the contractor's good faith effort needs to be submitted to the City of Fort Collins Purchasing Department by 4PM on the next business day after bid opening. 10. The undersigned Bidder shall provide three (3) completed or under construction project references within the contract amount of $250,000 or greater from the past three (3) years. It is the City's preference that the reference projects use the same Project Manager as the Contractor is proposing for this project. References shall include a brief project description, owner contact information, and total contract value. References may be checked by the City and bids that do not include the required references may be deemed non -responsive. The lowest responsive and responsible bidder may be required to attend a Pre -Award Meeting with City staff prior to awarding the contract. The Pre -Award Meeting will be required per the City's discretion: Project 1 Name: 2016 City of Fort Collins Malntence Project Phase 1 Brief Description: Concrete rehab at various locations around Fort Collins Owner Contact Information: Tom Knostman 970221-6615 Contract Value: $2,574,550.26 Project 2 Name: 2016 City of Fort Collins Concrete Maint. Project, Phase III Brief Description: Concrete rehab at various locations around Fort Collins Owner Contact Information: Tom Knostman 970-221-6615 Contract Value: $995,464.89 Project 3 Name:2016 City of Fort Collins Annual Miscellaneous Concrete Brief Description: Miscellaneous concrete flatwork at various locations around Fort Collins Owner Contact Information: Tom Knostman 970-221-6615 Contract Value: $628,580.50 10, BID SCHEDULE (Base Bid) keel (;e-d oy Add(I-r own �q3 vct edui� u` *Please note that the Bid Schedule has also been uploaded as a separate Microsoft Excel file. NQ%y NT1TY _. 5 U COS ,GO 201-000 learing and Grubbing LS 1 $ 202 Ren of Concrete SY 118 $ 202 Removal of (Less than 8" Diameter) EA 10 $ - 202 Removal of Tree (Gr r than 8" Diameter) EA 1 $ - 202-00203 Removal of Curb & Gutter LF 198 $ - 202-00220 Removal of Asphalt SY 694 $ - 203 Excavation CY 150 $ 203-01510 Backhoe HR 30 $ 203-01597 Potholing HR 24 $ 203-02330 Laborer HR 30 $ - 208 Erosion Control LS $ - 403-33841 Hot Mix Asphalt (Grading S) (100) (PG 64-22) TON 175 $ - 503-00018 Drilled Caisson (18 inch) LF 32 $ 503-00036 Drilled Caisson (36 inch) LF 60 - 608 Concrete Sidewalk (includes curb ramps, concrete ped. curb) SY 576 $ - 608-00015 Detectable Warnings EA 10 $ 609 Modified Curb & Gutter (4" Rolled Curb, Match Existing) LF 157 $ - 609-2 0 Curb Type 2 (Section B) LF 208 $ - 610 bQncrete Bike Median (6" thick) SY 101 $ - 510-00030 Conc Median over (6" thick) SY 67 $ - 613-00200 2" Efectrica onduit LF 980 $ - 613-00206 2" Electrical Con � t (Bored) LF 250 $ - 613-00300 3" Electrical Conduit LF 300 $ - 613-00306 3" Electrical Conduit (Bored LF 330 $ - 613-07050 Pull Box (1 3"x24"x 18') Deep EA 9 $ - 613-07060 Pull Box (18"x30"x18') Deep EA 2 $ - 623 Irrigation Restoration LS 1 $ - 623 2.5" Irrigation Line - Bored LF 60 $ - 626-00000 Mobilization LS 1 $ - 627-00005 Epoxy Pavement Marking GAL 10 $ - 627-30205 Thermoplastic Pavement Marking (Word -Symbol) 1094 $ - 627-30210 Thermoplastic Pavement Marking (Xwalk-Stop Line) SF 1753 $ - 630 Construction Traffic Control LS $ - 630-00000 Flagging HOUR 480 $ - 630-00007 Traffic Control Inspection DAY 30 $ - 630-00012 Traffic Control Management DAY 20 $ - Force Account 700-01 F1A MINOR CONTRACT REVISIONS FA 1 $ 30,000.00 $N,, 30,000,00 700-02 FtA EROSION CONTROL FA 1 $ 2,500.00 $ 00.00 N .. ; .._ v� 7 = — _fir: M TOTALBASE BID ' ��,�.. gym.. �,„��_ _.,. ��. �a � 3..,,.. — _ �- - IN WORDS: ACCEPTANCE OF FUEL COST ADJUSTMENTS: Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of Section 109 - Fuel Cost Adjustment. To accept this standard special provision, the bidder must fill in an "X" next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost changes for bidders who answer "NO". If neither line is marked, the Department will assume the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will not be given any other opportunity to accept or reject this adjustment. (Mark only one line with an 'X'): YES, I choose to accept Fuel Cost Adjustments for this project X NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project EXHIBIT 1 — CLARIFICATIONS & REVISIONS Project Clarifications: A. City of Fort Collins Traffic Department will supply all anchor bolts and anchor bolt templates to be installed with caissons. B. A Colorado Dept. of Public Heath and Environment SWMP permit will not be required for this project, since the total disturbed area is less than 1 acre. The contractor will still be required to meet the storm management BMPs per the erosion control plan in the specifications. C. The City has issued revised plan sheets #8, 68, 70, and 72. These modify the conduit quantities to match the field conditions and also add additional notes to clarify trenching requirements. D. The City will require open cut trenches to be backfilled with flowable fill. The flowable fill will be incidental to the cost of the conduit installation. See also revised plan sheet note on attached sheets 68, 70, 72. E. This project, per CDOT does not have a warranty period associated with it. F. PREQUALIFICATION REQUIREMENTS— CDOT and the City of Fort Collins do not have any prequalification requirements for this project. G. CLARIFY CDOT DOCUMENTS TO BE SUBMITTED WITH THE BID: - The following CDOT Forms need to be submitted with the bid and are included in Section 00400 of the bid document: o Form 606, 1413, and 1414. The following forms will be given to the apparent low bidder following the bid opening and need to be returned to the City of Fort Collins within 5 calendar days of bid opening: o Form 605, Contractors Performance Capability Statement o Form 621, Assignment of Antitrust Claims o Form 1415, Commitment Confirmation (if meeting 10% DBE Goal) o Form 1416, DBE Good Faith Effort Documentation (If the DBE goal is not met) Revisions to the Project Planset not Addressed per Comments: A. See attached Exhibit 5 — Revised Plan Sheets(Sheets 8, 68, 70, and 72). III. Additional Revisions to the Project Specifications: A. 10 Additional daytime lane rental days are added to the contract resulting in a total of 25 lane rental days available to be used for the proposed work. See attached Exhibit 4 - Project Special Provision "Revision of Section 104 Lane Rental Fee (Revised by Addendum #1)". Add 1 - 8449 Pitkin Street Bikeway Page 2 of 29 8449 PITKIN STREET BIKEWAY BID SCHEDULE Clearing and Grubbing LS i $7,553.00 $ 7,553.00 201-00000 202 Removal of Concrete SY 118 $22.00 $ 2,596.00 202 Removal of Tree (Less than 8" Diameter) EA 10 $158.00 $ 1,580.00 202 Removal of Tree (Greater than 8" Diameter) EA 1 $3,620.00 $ 3,620.00 202-00203 Removal of Curb & Gutter LF 198 $3.25 $ 643,50 202-00220 Removal of Asphalt SY 694 $10.65 $ 7,391.10 203 Excavation Cy 150 $17.25 $ 2,587.50 203-01510 Backhoe HR 30 $105.00 $ 3,150.00 203-01597 Potholing HR 24 $185.00 $ 4,440.00 203-02330 Laborer HR 30 $34.45 $ 1,033,50 208 Erosion Control LS 1 $1,207.00 $ 1,207.00 403-33841 Hot Mix Asphalt (Grading S) (100) (PG 64-22) TON 175 $269.75 $ 47,206.25 503-0001B Drilled Caisson (18 inch) LF 32 $322.15 $ 10.308.80 503-00036 Drilled Caisson (36 inch) LF 60 $478.00 $ 26,680.00 608 Concrete Sidewalk (includes curb ramps, concrete ped. curb) SY 576 S69.25 $ 39,888.00 608-00015 Detectable Warnings EA 10 $303.00 $ 3.030.00 609 Modified Curb & Gutter (4" Rolled Curb, Match Existing) LF 157 $24.75 $ 3,885.75 609-20010 Curb Type 2 (Section B) LF 208 $31.75 $ 6,604.00 610 Concrete Bike Median (6" thick) SY 101 $140.80 $ 14,220.80 610-00030 Concrete Median Cover (6" thick) SY 67 $63.00 $ 4,221.00 613-00200 2" Electrical Conduit LF 1165 S9.60 $ 11,184.00 613-00206 2" Electrical Conduit (Bored) LF 540 S23.70 $ 12,798.00 613-00300 3" Electrical Conduit LF 540 $11.90 $ 6.426.00 613-00306 3" Electrical Conduit (Bored) LF 400 $26.30 $ 10,520.00 613-07050 Pull Box (13"x24"x18") Deep EA 9 $850.00 $ 7,650.00 613-07060 Pull Box (18"x30"x18") Deep EA 2 $924.00 $ 1,848.00 623 Irrigation Restoration LS 1 $6.000.00 $ 6,000.00 623 2.5" Irrigation Line - Bored LF 60 $23.70 $ 1,422.00 626-00000 Mobilization LS 1 $12,042.00 $ 12,042.00 627-00005 Epoxy Pavement Marking GAL 10 $79.00 $ 790.00 627-30205 Thermoplastic Pavement Marking (Word -Symbol) SF 1094 $32.80 $ 35,883.20 627-30210 Thermoplastic Pavement Marking (Xwolk-Slop Line) SF 1753 $12.20 $ 21,386.60 630 Construction Traffic Control LS 1 $14,999.00 $ 14,999.00 630.00000 Flagging HOUR 480 $28.00 $ 13,440.00 630-00007 Traffic Control Inspection DAY 30 $150.00 $ 4,500.00 630-00012 Traffic Control Management DAY 20 $575.00 $ 11,500.00 x R ' "Foioa Accou� 700-01 F/A MINOR CONTRACT REVISIONS FA 1 $ 30,000.00 $ 30.000.00 700-02 F/A EROSION CONTROL I FA 1 $ 2,500.00 $ 2,500.00 NOSE �TCTAL BASE,BID [5 ",735.00 IN WORD$: Three Hundred NinetyElghk Thousand, Seven Hundred ThlnyFive Dollar _ _ 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. (Seal - if Bid is by corporation RESPECTFULLY SUBPATTED: Li2htfield Enterprisesilnc. CONTRACTOR i M Lucia D. Li htfield February 3, 2017 Printed Date President Title License Number (If Applicable) Telephone (970) 484-3880 Email LLightfield@LightfieldEnterprises.com SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 00440 CDOT Form #606, Anti -Collusion Affidavit 00450 CDOT Form #1413, Bidders List 00460 CDOT Form #1414, Anticipated DBE Participation Plan 00470 Buy America Certification 00480 Appendix A, 49 CFR Part 20, Certification Regarding Lobbying SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Lightfield Enterprises. Inc. as Principal, and Contractors Bonding and insurance Company as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ five percent of amount bid (5%) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 8449 Pitkin Street Bikeway. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of February 3 , 20i7, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL_ Name: Lightfield Enterprises, Inc. Address: 2600 Midpoint Drive ATTEST: By, c � SURETY Contractors Bonding and Insurance Company 26 W. Dry Creek Circle, Suite 600 Littleton, CO 80120 By. n Title: Attorney -in -fact iASEA►L ' Jt tmo 5s ti%%%�1�,`� RLI' �cam"" 9025 N_ Lindbergh Dr, I Peoria, IL 61615 Phone: (800)645.24021Fax: (309)689-2036 Know All Men by These Presents: POWER OF ATTORNEY 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 and/or Contractors Bonding and Insurance Company, each Illinois corporations (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. Laurie Lewis Renee Dameron. Don Bemdt, iointly 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 corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vicg President with its corporate seal affixed this _22W day of M.arr�h, 29_1�fi. + �IMoa+bq, poop to SEAL;:s SEAL ; State of Illinois , ...... ` r'sy • •, .,, SS a,,ekUMo+'++..+a•°,O�Ss. County of Peoria jjj On this 22nd day of March 2016 before me, a Notary Public, personally appeared Barton W. Davis who being by me duly swom, 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. RLI Insurance Company Contractors Bonding and Insurance Company Barton W. Davis X Vice President CERTIFICATE 1, the undersigned officer of RLI Insurance Company, and/or Contractors Bonding and Insurance Company, each Illinois corporations, 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 3rd day of 2017 - Al. gr, RLI Insurance Company Iacqu inc M. Hockler Notary Public Contractors on ing and Ins ranee Company -OFFICIAL SEAL" Barton W. Davis Vice President JACQUE-LINE M. 60C KIER �! COMMISSION EXPIRES OIMAMS 0575571=12 A0059115 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Name of Bidder: Lightfield Enterprises, Inc. Permanent main office address: 2600 Midpoint Drive, Fort Collins, CO 80525 3. When organized: 1978 (Formerly Vogel Concrete Inc.) 4. If a corporation, where incorporated: _Colorado How many years have you been engaged in the contracting business under your present firm or trade name? 3 Years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) City of Fort Collins SMP-Phase III $995,464.89, August. 2017 Anticipated Completion Date City of Loveland Street Rehab Concrete. $375,000. May. 2017 Anticipated Completion Date 7. General character of Work performed by your company: a Concrete Flatwork and Traffic Control Have you ever failed to complete any Work awarded to you? No If so, where and why? 9. Have you ever defaulted on a contract? No If so, where and why? 10, Are you debarred by any government agency? No If yes list agency name. 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. City of Fort Collins, Concrete Maintenance Project, Phase 1, December, 2016, $2,574,550.26 12. List your major equipment available for this contract. Mini -Excavator, Skid Steers, Breakers, Front End Loaders Dump Trucks, Pickup Trucks, 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: Please see enclosed brochure. 15. Credit available: $ 350,000 Line of Credit • - 0 .I 7 : I' .I• .. ;MIIT. • i 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Yes 18. Are you licensed as a General Contractor? No If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? Yes If yes, what percent of total contract? 45% And to whom? Various Trades (Pavement Marking, Tree Removal, Boring. Asphalt Patching) 20. Are any lawsuits pending against you or your firm at this time? No IF yes, DETAIL 21. What are the limits of your public liability? DETAIL $1.0o0.000 What company? Colony Insurance Comoanv, General Liability 22. What are your company's bonding limitations? s4.0mo.000 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at Fort Collim-Ee--, this 03 day of February 2017. Company: By: Title: State of Colorado County of _Lorimer Printed: Lucia D LightfieId Lucia D. Lightfield being duly sworn deposes and says that he is President of Lightfield Enterprises. Inc. (Name) (Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this S day of Februar ram_, 2017. (Seal) Na!ublic— F,uy b i'NAATTE MAGDALENO Wutary Public M commission ex Tres: 2 /2512-OZO State of Colorado Y P Notary W 20164007798 My Commission Expires Feb 25, 2020 IV. Pre -Bid Clarifications Not Resulting in Changes to the Bid Documents: A. The Warranty language in the General Conditions is removed in compliance with CDOTby Section 00800 Supplementary Conditions, SC-6.30.1 — Contractor General Warranty and Guarantee. V. Revisions to the Project Bid Schedule: A. The bid schedule has been revised as follows: Conduit Quantity Revisions: 613-0200 2" Electrical Conduit 1165 LF 613-0206 2" Electrical Conduit (Bored) 540 LF 613-0300 3" Electrical Conduit 540 LF 613-0306 3" Electrical Conduit (Bored) 400 LF B. The revised Bid Schedule has also been uploaded as a separate Microsoft Excel file named "8449 Add 1 Bid Schedule.xlsx" for your convenience. Add 1 - 8449 Pitkin Street Bikeway Page 3 of 29 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM SUBCONTRACTOR Tree Removal Davey Tree Service or Jordan's Tree Service Potholing Boring Asphalt Patchinq Drilled Caissons Pavement Marking Colorado Boring Company Colorado Boring Company Martin Marietta Colorado Boring Company Precision Pavement_ Marking SECTION 00440 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO ANTI -COLLUSION AFFIDAVIT49 LOCATp N Ford Collins, Colorado 1 hereby attest that l am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, If not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who Is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening, 2B. Neither the prices nor the amount of the bid of any other firm or person who Is a bidder or potential prime b°dder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who Is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this Ism, or any Intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an Intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm Is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered Into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether In connection with this or any other project, In consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any Intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether In connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent Inquiry of all members, officers, employees, and agents of my firm wlth responsibilities relating to the preparation, approval or submission of my firm's b;d on this project and have been advised by each of them that he or she has not participated In any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement In this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. Contrwors 4rm or company name By Date Lightfield Enterprises, Inc. Lucia D. Li htffeld 02/03/2017 T11e President 2nd oontracw3 ter or company name (II joint KnL re ( By Date To. Sworn to before me this 3 day of, February 2017 Notary Pubbo STACY BERNADETTE MAGDALENO Notary Public My oommkoon 2 State of Colorado f Notary ID 20164OQ7798 NOTE: This document must be signed In Ink. My Commission Expires Feb 25, 2020 COOT Form 0606 1102 SECTION 00450 COLORADO DEPARTMENT OF TRANSPORTATION BIDDERS LIST Projsctl�fahle end Nu6be� - _N Proiect�Gode Proposal Date Contractor w .. 8449 Pitkin Street Bikeway8449 02/0312017 Li htfield Enterprises, Inc Gflt lllrsNQndors 111e�gd_der must Ifst all firms seeking to participate on the cantraot This informa#toit is used Mitt e" lorada artmenhof Ttfri ation CDOT to, determine overall Dale for the Di§adver�ta 0'; ' ,! �� _) 9 gad Business Enterpnse Progre Faslure to �t�e:PfQ .. _.>�ei rejected. _. Firm Name Email Work Proposed (Select all that apply) DBE (YIN) Selected (Y/N) Li htfield Enterprises, Inc. LLightfield@LightfieldEnterprises.com 2, 3, 5,10,13,21.26 Yes Yes Colorado Boring Company Joncbcl@gmail.com No Yes Martin Marietta Asphalt roper.marquiss@martinmarietta.com No Yes Jordan's Tree Service david@jordantree.com 21 No No Davey Tree Servide natalie.mcneiit@davey.com 21 No Yes Loveland Barricade joebrandt@lovelandbarricade.com 2, 16 No No Precision Pavement Marking chris@ppmhub.com 2,16 No Yes certify tltat'tlse fnfoinwtion) provide d hiratril s , tii :dnd c *t'to the' W my know16d e. !Name Lucia D. L' htfield SignatureA als L.L. ITitle President jDate213111, Work Proposed Categories: I Structural Steel and St t Reinforcement 21 Clearing, Dernolib'on, Ezc,?vetion and 1 Matenalsand Supplies 12 Rrprap andAnchoredR iningWalls Earthwork 2 Flogging and Traffic Controf 13 Landscape and Erosion Control 22, Engineering and Surveying Services 3 Tmrcking and Nauiing 14 Bridge and Bndge Deck Construction 23 Public Relations and Involvement 4, Precast Concrete, Foundations. and 15. Asphalt Paving 24 Piles and Deep Foundations Footings 16 Road and Patkrng Lot Afarking 25, Waste Management and Recycling 5 Concrete Paving, Flabwrk and Repair 17 Chip Seal, Crack Seal, Joint Seal and 2B. Site Clean Up 6 Lighting and Electrical Crack Fill 27. Alechanical and NVAC 7 Signs, Signal Installation, and Guardrail 18- Bndge Painting and Coaling 26. Tunnel Construction 8 Fencing 19 Stairway and Omamental Metal 29, Profiling and Grinding 9 Buildings and Vertical Strucfuras 20. Perking Lots and Commercial Sidewalks 30. EnvironmentafNeahh and Safety 10 Utility, Water and Sewer Lines his form must be submitted by the proposal deadline. For COOT projects, submit to cdo1_hq_dbe(ormsQstate.cous. MOM CDOT Form #1413 01114 SECTION 00460 COLORADO DEPARTMENT OF TRANSPORTATION ANTICIPATED DBE PARTICIPATION PLAN Bidder: Li htfield Enter rises, Inc. Project Pitkin Street Bikeway Contact Lucia D. Li htfield Project Code: 8449 Phone: 970-484-3880 Date of Proposal. February 3 2017 Email: LLi htfield Li htfte! En r rises.com Contract Goal; 10% Preferred ContactMethod: Region- DBE Firm Name Work to Be Performed mriiittnent Amount Eligible Participation LI htfield Enterprises, Inc, Prime Contractor, Site Work, Concrete Construction Traffic Control, Caissons. Irrigation, Erosion Control $160,000 40% Total Eligible Partico ation S162, 636 Total Bid Amount $398, 735 Total Et ible Participation Percentage 41tr _ ;` a.; Skids azure This section must be signed by an Individual with the authority to bind the Bidder. By signing this form, asan authorized representative of the Bidder, you declare under penalty of perjury in the second degree and any other applicable state or federal laws that the statements made In this document are true and complete to the best your knowledge Further, you attest that you have read the Standard Special Provision Disadvantaged Business Enterprise Requirements and understand the following: CDOT shall not award a contract until it has been determined that the contract goal has been met or that you have otherwise demonstrated good cause. Once your proposal has been submitted, commitments may not be modified or terminated without the approval of CDOT. If selected as the lowest apparent bidder, you shall submit a Form 1415 for each commitment listed above. If you have not met the contract goal, you will also be required to submit documentation of a1 good faith efforts to meet the contract goal It Is your responsibility to ensure that the selected DBEs are certified for the be performed and that their eligible participation has been properly counted. For additional information and instructions calculating ligible participation, see the Standard Special Provision Disadvantaged Business Enterprise Requirements. Lucia D. tightGeld president February 3, 2017 Name Title k I I Date This form must be submitted by the proposal deadline. For CDOT projed0i submit to cdoLhq dbeforrns0_state.co.us. Civil Rights and Business Resource Center CDOT Form # 1414 C1114 Colorado Unified Certification Program Page 1 of 2 Vendor Information ® HELP Vendor Information Business Name Lightfield Enterprises, Inc. Owner Lucia Lightfield Address 2600 Midpoint Drive > Mao This Address Fort Collins, CO 80525 Phone 970-484-3880 Fax 970-416-6230 Email RFPOlightfieldenterprises.com Website htto://www.LightFiieldEnterorises.com Ethnicity Hispanic Gender Female Certification Information Certifying Agency City and County of Denver Certification Type DBE - Disadvantaged Business Enterprise Certified Business Concrete Demo, Foundations, & Flat Work (Curb, Gutter, Description Sidewalks, etc..), Snow Removal & Traffic Control Work Codes NAICS NAICS Index CO UCP NAICS Concrete paving (i.e., highway, road, street, public sidewalk) 237310 CO UCP NAICS Curbs and street gutters, highway, road and street, construction 237310 CO UCP NAICS Sidewalk, public, construction 237310 CO UCP NAICS Concrete finishing 238110 CO UCP NAICS Concrete repair 238110 CO UCP NAICS Footing and foundation concrete contractors 238110 CO UCP NAICS Concrete breaking and cutting for demolition 238910 CO UCP NAICS Concrete paving, residential and commercial driveway and parking area 238990 CO UCP NAICS Curb and gutter construction, residential and commercial driveway and parking 238990 area, concrete CO UCP NAICS Flagging (i.e., traffic control) services 561990 https:Hcoucp.dbesystem.com/FrontEndNendorSearchPublicDetail.asp?XID =7183 &TN —co... 2/3/2017 SECTION 00470 BUY AMERICA The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. BIDDER MUST SIGN ONE (1) OF THE FOLLOWING: Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 53236)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 C.F.R. Part 661.5. Date Sign Coml Title Certificate of Non -Compliance with 49 U.S.C. 53236)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7. Date Signature Company Name Title SECTION 00480 APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, Lightfield Enterprises. Inc. , certifies or affirms the truthfulness and accuracy of pachktatement of its certification and disclosure, if any. In addition, the Contractor understa,Rds and a ees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certific and disFsure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date COLORADO DEPARTMENT OF TRANSPORTATION Pr*--t# CONTRACTORS PERFORMANCE CAPABILITY STATEMENT 1 8449 1. List names of partnerships or joint ventures 0 none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to CDOT. (Attach additional sheets if necessary.) a. Key personnel changes 8 none b. Key equipment changes 0 none c. Fiscal capability changes (legal actions, etc.) 13 none d. Other changes that may effect the contractors ability to perform work. N none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE -AND CORRECT TO THE BEST OF MY KNOWLEDGE Y Contractors firm or company name Lightfield Enterprises, Inc. By Lucia D. Li htfield Date 102/06/2017 rrfie President 2nd Contractor's firm or company name (9 joint venture) By Date rroe CDOT Form IM 1192 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO ASSIGNMENT OF ANTITRUST CLAIMS 8449 Contractor and Colorado Department of Transportation (COOT) recognize that in actual economic practice antitrust violations ultimately impact on COOT. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to COOT any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by COOT pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to COOT hereunder, Contractor shall immediately advise in writing; (1) Such third party that the antitrust claim has been assigned to COOT, and (2) COOT that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to COOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to COOT hereunder, and c. Promptly to pay over to COOT its proper share of any payment under an antitrust claim brought on Contractor's behalf by any third party and which claim has been assigned to COOT hereunder. 3. Further, Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor. a. Irrevocably assign to COOT (as a third party beneficiary) any and all claims that such subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec- tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga- tions to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's behalf asserting an antitrust claim which has been assigned to COOT hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to COOT, and (2) Contractor and COOT that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third parry that the antitrust claim had been assigned to COOT; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to COOT hereunder; and d. Promptly pay over to COOT its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to COOT pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. "."acre rrm or company name ay Lighifield Enterprises, Inc. I Lucia D. Li htfiel Tit% firm or comparry name. (If )dnl ~tore.) - Jay 070 TPoe COOT Form MW 12H1 COLORADO DEPARTMENT OF TRANSPORTATION COMMITMENT CONFIRMATION SECTION 1. This section must be completed by the Contractor. Project. Pitkin Street Bikeway Project Code: 8449 Bidder/Contractor. Lightfield Entreprises, inc. Phone: (970) 484-3880 Contact: Keith Lightfield Email: Klightfield@LightfieldEnterpnses.com DBE Firm Name: Lightfield Entreprises, Inc. DBE Phone: (970) 484-3880 DBE Address: 12600 Midpoint Dr., Fort Collins, CO 80525 DBE Email: (970) 484-3880 Commitment Details Category Work to be Performed DBE Work Code Commitment Eligibles) Amount Participation Construction Concrete Construction 237310 - Curbs & street gutters, highway, road & street construction $176,064.00 $176,064.0 Trucking Supplies Services Traffic Control 561990 - Flagging (i.e., traffic control) services $44,439.00 $44,439.0 $220,503-001 $220,503,0 This section must be signed by an individual with the power to contractually bind a idder/Co ctor. You declare under penalty of perjury in the second degree and any other applicable state or federal laws tha th statements ade in this document are complete, true and accurate to the best of your knowledge. Lucia D. Lightfield President February 6, 2017 Bidder/Contractor Representative ITale Slgnkt4e Date SECTION 2. This section must be completed by the DBE, (Attach additional pages if ). This document is not a contract with the Bidder/Contractor, it is an acknowledgement of the obligation that the Bidder/Contractor is making to CDOT. The amounts listed above may be less than the subcontractor or purchase order amount, but can never be more, and shall not reflect any mark up by the Bidder/Contractor. All questions must be answered. e you contracting directly with the Bidder/Contractor or with one of its subcontractors? If with a subcontractor, provide the firm name. Lightfield Enterprises, Inc. is the Prime Contractor Will you be purchasing supplies or materials or leasing or renting equipment from the Bidder/Contractor or its subcontractors? If so, explain. No Do you intend to subcontract any portion of the work listed above? If yes, state to which firms, what work and the approximate amount Include trucking subcontractors and owner -operators. Subcontracted work is not included in the $220,S03 Will you be providing trucking services on this project? If so, state how many of your own trucks and employees you will have on this project. Up to 2 trucks and 2 drivers Who within your firm will be supervising and responsible for your David Peugh, Project Manager m's work on this project? dpeugh@lightfieldenterprises.com 970-430-9961 ill you be acting as a broker on this project? If so, state what u will be brokering and your approximate brokerage fee. Im No ill you be acting as a supplier on this project? if so, please ate what you will be supplying and whether you will a nufacturee the items. No 1 of 2 CDOT Form # 1415 01/14 EXHIBIT 2 — REVISED BID SCHEDULE (Please note: The revised Bid Schedule has also been uploaded as a separate Microsoft Excel file named "8449 Add 1 Bid Schedule.xlsx" for your convenience) ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST COST 201-00000 Clearing and Grubbing LS 1 $ - 202 Removal of Concrete SY 118 $ - 202 Removal of Tree (Less than 8" Diameter) EA 10 $ - 202 Removal of Tree (Greater than 8" Diameter) EA 1 $ - 202-00203 Removal of Curb & Gutter LF 198 $ - 202-00220 Removal of Asphalt SY 694 $ 203 Excavation CY 150 $ - 203-01510 Backhoe HR 30 $ - 203-01597 Potholing HR 24 $ 203-02330 Laborer HR 30 $ 208 Erosion Control LS 1 $ - 403-33841 Hot Mix Asphalt (Grading S) (100) (PG 64-22) TON 175 $ - 503-00018 Drilled Caisson (18 inch) LF 32 $ 503-00036 Drilled Caisson (36 inch) LF 60 $ - 608 Concrete Sidewalk (includes curb ramps, concrete ped. curb) SY 576 $ - 608-00015 Detectable Warnings EA 10 $ - 609 Modified Curb & Gutter (4" Rolled Curb, Match Existing) LF 157 $ - 609-20010 Curb Type 2 (Section B) LF 208 $ - 610 Concrete Bike Median (6" thick) SY 101 $ - 610-00030 Concrete Median Cover (6" thick) SY 67 $ - 613-00200 2" Electrical Conduit LF 1165 $ 613-00206 2'' Electrical Conduit (Bored) LF 540 $ 613-00300 3" Electrical Conduit LF 540 $ - 613-00306 3" Electrical Conduit (Bored) LF 400 $ - 613-07050 Pull Box (13"x24"x18") Deep EA 9 $ - 613-07060 Pull Box (18"x30"x18") Deep EA 2 $ - 623 Irrigation Restoration LS 1 $ - 623 2.5" Irrigation Line - Bored LF 60 $ - 626-00000 Mobilization LS 1 $ - 627-00005 Epoxy Pavement Marking GAL 10 $ - 627-30205 Thermoplastic Pavement Marking (Word -Symbol) SF 1094 $ - 627-30210 Thermoplastic Pavement Marking (Xwalk-Stop Line) SF 1753 $ - Add 1 - 8449 Pitkin Street Bikeway Page 4 of 29 This section must be signed by an individual with the power to contractually bind the DBE. You declare under penalty of perjury in e second degree and any other applicable state or federal laws that the statements made in this document are complete, true and o the best of your knowledge. You attest that you are eligible to participate as a DBE is tract for the work listed above and have the capacity to perform the work as stated. 1 Lucia D. Lightfield President Febwa 6, 2017 DBE Representative ITitle S ure I Date See the DBE Standard Special provision for additional information on completing and sub ' 'ng this farm. Pre -award CDOT projects: Submit this form to the COOT Civil Rights and Business Resource Center via fax to (303)757-9019. All originals must be sent to: COOT Civil Rights and Business Resource Center, 4201 E. Arkansas Ave, Room 150, Denver, CO 80222. Pre -award local agency projects: Submit this form to the local agency. All originals must be sent to: COOT Civil Rights and Business Resource Center, 4201 E. Arkansas Ave. Room 150, Denver, CO 80222. 2 of 2 COOT Form # 1415 01114 SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD DATE: March 29, 2017 TO: Lightfield Enterprises Inc. PROJECT: 8449 Pitkin Street Bikeway OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated February 3, 2017 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 8449 Pitkin Street Bikeway. The Price of your Agreement is Three Hundred Ninety -Eight Thousand Seven Hundred Thirty - Five Dollars ($398,735.00). 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 13, 2017. 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. City of FA lollin OWNE By: / "� Gerry Pa I Purchasing Director SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 29th day of March in the year of 2017 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Lightfield Enterprises Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK 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 8449 Pitkin Street Bikeway and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Alta Planning and Design., Inc. 7111 SE Grand Ave., Portland, OR 97214, 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 The Work shall be Substantially Completed by the Contractor, in accordance with Article 14 of the General Conditions, as evidenced by the issuance of certificate of Substantial Completion, within Fifty (50) calendar days after the date when the Contract Times commence to run. 3.2 The Work must be completed by the Contractor and ready for Final Payment and Acceptance in accordance with Article 14 of the General Conditions within Ten (10) calendar days after Substantial Completion. 3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence under this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 and 3.2 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated Damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Eight Hundred Dollars ($800) for each calendar day or fraction thereof after the date of Substantial Completion as provided in Section 3.1 above. 2) Final Payment and Acceptance: Eight Hundred Dollars ($800) for each calendar day or fraction thereof that after the date of Final Acceptance as provided in Section 3.2 above. 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: Three Hundred Ninety -Eight Thousand Seven Hundred Thirty -Five Dollars ($398,735.00), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If , in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an 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 for payment Section 00960. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: SHEET NO. INDEX OF SHEETS TITLE SHEET 2-5 GENERAL NOTES 6 STANDARD PLANS LIST 7 KEYMAP 8-9 SUMMARY OF APPROXIMATE QUANTITIES 10 TABULATION OF REMOVALS & SURFACING 11-15 DEMOLITION PLANS 16-20 GRADING AND EROSION CONTROL PLANS 21 TYPICAL SECTIONS 22-23 UTILITY PLANS 24-57 SIGNING & STRIPING PLANS 58-60 TABULATION OF SIGNS 61-62 WAYFINDING SIGN TABULATION 63-66 TABULATION OF PAVEMENT MARKINGS 67-73 SIGNAL PLANS 74-81 TRAFFIC CONTROL PLANS 82-85 DETAILS 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 3, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor 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. Conn M GERRY P_ UL PURCHASING DIRECTOR Date: �q/17 Attest: X Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 Approved as to Form Astispant CitjAttorney II CONTRACTOR: LIGHTFIELD EN -ERPRISES INC. M L�cta��• L���t� PRINTED Title: r Date: 3-30-ao17 (CORPORATE SEAL) ;�y OF FOB. y Attest:iP o� aeADO Address for giving notices 071006 /-(�ofooi'A� 1�riliP /Loy- Co/�ns C O ,10szs` License No.: SECTION 00530 NOTICE TO PROCEED Description of Work: 8449 Pitkin Street Bikeway To: Lightfield Enterprises Inc. This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of 20_ The dates for Substantial Completion and Final Acceptance shall be 20 and , 20_, respectively. City of Fort Collins OWNER 0 Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20_ CONTRACTOR: Lightfield Enterprises Inc. By: Title: 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 630 Construction Traffic Control LS 1 $ - 630-00000 Flagging HOUR 480 $ 630-00007 Traffic Control Inspection DAY 30 $ - 630-00012 Traffic Control Management DAY 20 $ - Force Account 700-01 F/A MINOR CONTRACT REVISIONS FA 11 $ 30,000.00 $ 30,000.00 700-02 F/A EROSION CONTROL FA 1 $ 2,500.00 $ 2,500.00 TOTAL BASE BID IN WORDS: Add 1 - 8449 Pitkin Street Bikeway Page 5 of 29 SECTION 00610 PERFORMANCE BOND Bond No. RCB0007557 KNOW ALL MEN BY THESE PRESENTS: that Lightfield Enterprises Inc. 2600 Midpoint Drive, Fort Collins, CO 80525 (XKXiXMkK", (a<F AXWMc00), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Contractors Bonding and Insurance Company (Address) P O Box 3967, Peoria, IL 61612-3967 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 Three Hundred Ninety -Eight Thousand Seven Hundred Thirty -Five Dollars ($398,735.00) 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 29th day of March in the year of 2017, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8449 Pitkin Street Bikeway. 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. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 31st day of March 2017, IN PRESENCE OF: Seercf,cr (Title) (Corporate Sea]) IN PRESENCE OF: (Surety Sea[) 2600 Midpoint Drive, Fort Collins, CO 80525 (Address) Other Partners By: By: Surety Contractors Bonding and Insurance Company By: �L/" - 1720 S. Bellaire St., #200, Denver, CO 8024g„, (Address) `"`Np\NG ANQ� 'O ...... NS. G ��pQy.'•OVLPOgq••9'Z6�; _o• G —._ ��•m. EAL ;o• .a 1 4 UN O'S,,,``������� NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. SECTION 00615 PAYMENT BOND Bond No. RCB0007557 KNOW ALL MEN BY THESE PRESENTS: that Lightfield Enterprises Inc. 2600 Midpoint Drive, Fort Collins, CO 80525 (=bLttvkkk , (X)PAXV*t%X)M, (a Corporation), hereinafter referred to as the "Principal" and (Firm) Contractors Bonding and Insurance Company (Address) P O Box 3967, Peoria, IL 61612-3967 hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Three Hundred Ninety -Eight Thousand Seven Hundred Thirty -Five Dollars ($398,735.00) 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 29th day of March in the year of 2017, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8449 Pitkin Street Bikeway. 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. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 31st day of March , 2017. IN PRESENCE OF: e fa r (Title) (Corporate Seal) IN PRESENCE OF: IN • • a r..Q (Surety Seal) Principal Lightfield Enterprises, Inc. (Title) 2600 Midpoint Drive, Fort Collins, CO 80525 (Address) Other Partners By: By: Surety Contracto s Bonding and Insurance Company By: 1720 S. Bellaire St., #200, Denver, CO 80222 (Address) NpING A, rG .� 00 ••••N oftPoA • 9y • G F•: ym • (`I • n _ O - A L u• A\J .a NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. RLI c rc en RU Company 9025 N. Lindbergh Dr. I Peoria, IL 61615 Phone: (800)645-2402 1 Fax: (309)689-2036 Know All Men by These Presents: POWER OF ATTORNEY 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 and/or Contractors Bonding and Insurance Company, each Illinois corporations (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, Laurie Lewis, Renee Dameron, Don Berndt, iointly 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 corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN 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 22nd day of March, 2016. RLI Insurance Company y, •� `ANCE '. `0N.G9'', s'�,e�� " °O%t Contractors Bonding and Insurance Company GR,gr SEAL ;= SEAL ` State of Illinois Barton W. Davis Vice President y SS 141NOXS " 2C C II N 0\5 County of Peoria CERTIFICATE On this 22nd day of March 2016 I, the undersigned officer of RLI Insurance Company, and/or before me, a Notary Public, personally appeared Barton W. Davis Contractors Bonding and Insurance Company, each Illinois who being by me duly sworn, acknowledged that he signed the above Power corporations, do hereby certify that the attached Power of Attorney is of Attorney as the aforesaid officer of the RLI Insurance Company and/or in full force and effect and is irrevocable; and furthermore, that the Contractors Bonding and Insurance Company, and acknowledged said Resolution of the Company as set forth in the Power of Attorney, is instrument to be the voluntary act and deed of said corporation. 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 ! tday of March n _ 2017 . Jacqu&Line M. "OFFICIAL SEAL" �NOTARY sniieoF. JACQUELINE M. ROCKIER I« % COMMISSION EXPIRES 01114/18 RLI Insurance Company Notary Public Contractors ;ning and Ins rance Company H/ . Barton W. Davis Vice President 0575578020212 A0059115 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance in accordance with the following requirements: 1. The Contractor will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Contractor shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Contractor, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Contractor 's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Contractor shall maintain during the life of this Agreement for all of the Contractor's employees engaged in work performed under this agreement: Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Contractor shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance ® DATE (MM/DDIYYYY) ACORD CERTIFICATE OF LIABILITY INSURANCE 03/30/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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: Tad Borrett Security Insurance Group, LLC PHONE 970-378-4818 F,qC No: 970-37H-482O 8219 W 20th St, Ste A ADDREAILSS: SI ecur' insuranc rou .net Greeley, CO 80634 INSURE S AFFORDING COVERAGE NAIC0 INSURERA: Colonv Insurance Comoanv INSURED Lightfield Enterprises, Inc; Lightfield Properties, LLC INSURERc: First Mercury Insurance Company 2601 Riverbend Ct INSURERD: Pinnac I Assurance Fort Collins, CO 80525-4420 INSURER E: INSURER F : rn\/CDAr_CC rFRTIFIr ATF NI IMRFR- (Innnnnnn-091"'I RFVISInN N11111 R- RA THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR OF INSURANCE ADDLTYPE INSD SUER POLICY NUMBER EXP MMIODIYYYY MMIDDIYYY Y LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 103G L0009371-01 04/21/2016 04/21/2017 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE [X OCCUR DAMAGE TO PREMISES EaEoccurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY a JE O- n LOC PRODUCTS - COMP/OP AGG $ 2,000 000 OTHER: $ B AUTOMOBILE LIABILITY Y Y 74333466 04/21/2016 W21/2017(CEO, MBIND a.d.ntSINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY PROPERTY DAMAGE Per accident $ `` X UMBRELLA LIAB X OCCUR Y Y CAEX0000053666-02 04/21/2016 04/21/2017 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 EXCESS LIAB CLAIMS -MADE DED I X I RETENTION $ 10,000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N/A Y 4173268 05/01/2016 05l01/2017 X STATUTE ERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYE $ 1,000,000 E.L. DISEASE- POLICY LIMIT $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: 8449 Pitkin Street Bikeway. If required by written agreement, the City of Fort Collins, it's officers, agents and employees and CDOT are included as additional insured for ongoing operations under general liability and auto liability. The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins. /`CMTil `ATC U^I r10113 rANrCI I ATInkI City of Fort CollinsSHOULD Purchasing Division ANY OF THE AOVE ED POLICIES BE THE EXPIRATION DATE THEREOF, NOB CE WILL BE DELIVERED IN CANCELLED BEFORE ACCORDANCE WITH THE POLICY PROVISIONS. 2nd Floor AUTHORIZED REPIR iENTATI 215 N Mason Street Fort Collins, CO 80522 ' TCB U 19tlS-ZU15 AGUKU GUKVUKA I IUN. All rlgnLs reserVea. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Printed by TCB on March 30, 2017 at 06A2PM 103 G L 0009371-00 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Porson(s) or Organization(s) (Additional Insured): All persons or organizations as required by written contract with the Named Insured Location(s) of Covered Operations: ! As designated in written contract with the Named 1) Insured A. SECTION II — WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location($) designated above. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This Insurance does not apply to: Additional Insured Contractual Liability "Bodily injury" or "property damage" for which the additional insured(s) are obligated to pay damages by reason of the assumption of liability in a contract or agreement. Finished Operations at Work 'Bodily injury' or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or U156P-0310 Includes copyrighted material of ISU Properties, Inc., Page 1 of 2 with its permission. 103 GL 0009371.00 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization. Negligence of Additional Insured "Bodily injury" or "property damage" arising directly or indirectly out of the negligence of the additional insured(s), C. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. Other Insurance is amended and the following added: The insurance afforded by this Coverage Part for the additional insured shown in the Schedule is primary insurance and we will not seek contribution from any other insurance available to that additional insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. U156P-0310 Includes copyrighted material of ISO Properties, Inc., Page 2 of 2 with its permission. 103 GL 0009371.00 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION - COMPLETED OPERATIONS & ONGOING OPERATIONS AS SCHEDULED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): All persons or organizations as required by written contract with the Named Insured Location And Description Of Operations As designated in written contract with the Named Insured for Commercial work only A. Section II — Who Is An Insured is amended to include the person(s) or organizations) shown in the Schedule (called additional insured), but only with respect to: (1) Liability for "bodily injury" or "property damage" caused, in whole or in part, resulting from "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard" when you and such person(s) or organization(s) have agreed in writing in a con- tract or agreement that such person(s) or organization(s) be named as an additional in- sured on your policy. (2) Liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by resulting from: (a)Your acts or omissions; or (b)The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insureds) at the loca- tion(s) designated above. B. Section IV — Commercial General Liability Conditions, 4. Other Insurance is amended and the following added: If you are required by written contract to provide primary insurance, the insurance afforded by this Coverage Part for the additional insured shown in the Schedule is primary insurance and we will not seek contribution from any other insurance available to that additional insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED U462-0310 Includes copyrighted material of ISO Properties, Inc , 2004 Page 1 of 1 with its permission. ATTENDS RECORD PRE BID MEETING Project: Sggr -, Pitkin Street Bikeway Time: 11:00 AM Date: 1 /20/17 Location: 215 N Mason St., Community Room, Fort Collins, CO NAME FIRM NAME ADDRESS TELEPHONE E-MAIL ADDRESS NIOUMMI AJ 6W-1Xuc7-ritS �• le, �1�V,JTAh! �Ci+I,QXl�c7'riC S �o L � /Ll�?/,✓ .S)"` 39, 13 F�- lbs'" tv& J014W DBMIEwJ NORA A CON C2fzTE KFrxnrtE58uru. Co . 90643 poi - i■7'1- 97-3 3 �� dS (�? g6raa. ce►� ur6rE 396'l3 c . t �A�-� lJ Z&Va4d476 3 ,�..✓�.e/St.1wf oi44R C pr c ?a - z z -677? C�Sp �Cc L �, Yaima.t" SSO�. 900 56c..k-� ,i av6.r""!k j(�Col�r�ls/ Cv 905 3t73'7yZ-`�?QD f �w►e�denhal(�d r�tw C- G Gil � U�>CJO p'Z �(S� C/7�5i Q TIC / _q 70 - yr 651711xv'R7 ,t�ig/1�IrC�JOc sr_ c119�d-o e..-r cc> r-� coM . C-0'11 Add 1 - 8449 Pitkin Street Bikeway Page 6 of 29 P/N11 A COL ASSURANCE Lightfield Enterprises Inc 2600 Midpoint Drive Fort Collins, CO 80525 ENDORSEMENT: Blanket Waiver of Subrogation 7501 E Lowry Blvd Denver, CO 80230-7006 303-361-4000 / 800-873-7242 www.pinnacol.com NCCI #: WC000313B Policy #: 4173268 ICA/Security Insurance Group LLC 8219 W. 20th St. Greeley, CO 80634 (970) 378-4818 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured, which is in effect and executed prior to any loss. Effective Date: May 1, 2016 Expires on: May 1, 2017 Pinnacol Assurance has issued this endorsement April 20, 2016. Construction and Natural Resources Center of Excellence Phone (303) 361-4450 / (888) 852-2268 Fax (303) 361-5450 / (888) 329-2210 7501 E Lowry Blvd Denver, CO 80230-7006 Page 1 of 1 P ALLENC - Underwriter 04/20/2016 15:14:27 4173268 46391473 359-B SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8449 Pitkin Street Bikeway PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: Lightfield Enterprises Inc. CONTRACT DATE: March 29, 2017 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 AUTHORIZED REPRESENTATIVE DATE REMARKS: SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 20 TO: Lightfield Enterprises Inc. Gentlemen: You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by Lightfield Enterprises Inc. for the City of Fort Collins project, 8449 Pitkin Street Bikeway. 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 29, 2017. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: 20_ Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Lightfield Enterprises Inc. (CONTRACTOR) PROJECT: 8449 Pitkin Street Bikeway 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 , 20_ CONTRACTOR: LIGHTFIELD ENTERPRISES INC. 0 Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this by Witness my hand and official seal. Notary Public My Commission Expires: day of 20_ SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Lightfield Enterprises Inc. PROJECT: 8449 Pitkin Street Bikeway CONTRACT DATE: March 29, 2017 In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , 20 (Surety Company) M ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (08130113) COLORADO DEPARTMENT OF REVENUE Denver CO 80261 - 0009 (303) 238-SERV (7378) Contractor Application for Exemption Certificate Pursuant to Statute § 39-26.708(1),(2),&(3) 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 apart of the structure, highway, road, street, or other public works owned and used by the exempt organization. Departmental Use Only Illli�llll lllllll!IIIIIIII II III IIII IIIIIIIIIIII II II 130172 19999 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.) Send completed forms to: Colorado Department of Revenue, Denver, CO 80261 - 0009 Failure to accurately complete all boxes will cause the application to be denied. Contractor/Account No. (Leave blank if filing for the first time) 89- Period (MM7YY-mmNY)Q Contractor Information Trade name/DBA Owner, partner or corporate last name First Name Middle Initial Mailing Address City State Zip E-Mail Address FEI N Bid amount for your contract Fax number Business Phone number Colorado withholding tax account number Exemption Information Copies of contract or agreement page, identifying the contracting parties, bid amount, type of work, and signatures of contracting parties must be attached Name of exempt organization (as show on contract) Exempt organization's number �98 Address of exempt organization city State Zip Principal contact at exempt organization -Last Name First Name Middle Initial Physical location of project site (give actual address when applicable and Cilies andlor County (ies) where project is located) City State Zip Principal contact's telephone number Scheduled construction start date (MM,DD/YY) Q Estimated completion date (MM/DD/YY)Q I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of the business owner, partner or corporate officer Title of corporate officer Date (anrvoonv)Q (Do not write below this line) Special Notice Contractors who have completed this application in the past, please note the following changes in procedure. The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime 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. SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENFRAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining text that has been added and striking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)