Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CORRESPONDENCE - BID - 8844 MISCELLANEOUS CONCRETE (9)
January 27, 2020 Lightfield Enterprises Inc Attn: Lucia Lightfield LLightfield@lightfieldenterprises.com 2600 Midpoint Drive Fort Collins, CO 80525 RE: Renewal, 8844 Miscellaneous Concrete Dear Ms. Lightfield: The City of Fort Collins wishes to extend the agreement term for the above captioned proposal per the existing terms and conditions and the following: 1) The term will be extended from February 1, 2020 through January 31, 2021. 2) Revised contract rates and item description revisions, effective February 1, 2020, as defined in the attached. Description changes highlighted in yellow. 3) Revised contract specifications, effective February 1, 2020, as defined in the attached. Revisions highlighted in yellow. If the renewal is acceptable to your firm, please sign this letter in the space provided and include a current copy of insurance certificate naming the City as an additional insured for General and Automotive Liability within the next fifteen (15) days. If this extension is not agreeable with your firm, we ask that you send us a written notice stating that you do not wish to renew the contract and state the reason for non-renewal. Please contact Elliot Dale, Senior Buyer at (970) 221-6777 if you have any questions regarding this matter. Sincerely, Gerry S. Paul Director of Purchasing __________________________________________ __________________ Signature Date (Please indicate your desire to renew 8844 by signing this letter and returning it to Purchasing Division within the next fifteen days.) GSP:kr Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707- fax fcgov.com/purchasing DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 1/28/2020 REVISED BID SCHEDULE Addendum 2 Miscellaneous Concrete Bid No. 8844 202.01 Sawcut Concrete/Asphalt (0" < 4") Lineal Foot 20 $3.50 $70.00 $3.50 202.02 Sawcut Concrete/Asphalt (4" < 6") Lineal Foot 20 $3.65 $73.00 $3.65 202.03 Sawcut Concrete/Asphalt (6" < 8") Lineal Foot 20 $4.00 $80.00 $4.00 202.04 Sawcut Concrete/Asphalt (8" <= 10") Lineal Foot 20 $5.75 $115.00 $5.75 202.05 Sawcut - Additional 1" Depth Lineal Foot 25 $1.25 $31.25 $1.25 202.06 Remove Concrete Sidewalk Square Foot 2100 $3.75 $7,875.00 $3.85 202.07 Remove Concrete Curb & Gutter Lineal Foot 850 $6.50 $5,525.00 $6.67 202.08 Remove Monolithic Curb, Gutter & Sidewalk Square Foot 1300 $3.85 $5,005.00 $3.95 202.09 Remove Concrete Driveway/Apron/Crosspan Square Foot 3000 $3.75 $11,250.00 $3.85 202.10 Remove Concrete Pavement - 10" Square Foot 300 $4.00 $1,200.00 $4.11 202.11 Remove Concrete Pavement - Additional 1" Depth Square Foot 100 $1.05 $105.00 $1.08 202.12 Remove Asphalt - 6" Square Foot 200 $3.00 $600.00 $3.08 202.13 Remove Asphalt - Additional 1" Depth Square Foot 500 $1.05 $525.00 $1.08 202.14 Remove Inlet Each 5 $525.00 $2,625.00 $539.00 202.15 Remove and Haul Driveway Fillet Each 5 $50.00 $250.00 $51.33 202.16 Remove Flagstone Square Foot REVISED BID SCHEDULE Addendum 2 Miscellaneous Concrete Bid No. 8844 ItemDescription No. Contract Quantity Unit 2020 Revised Unit Price 2019 Total 2019 Unit Price 304.03 Recycled Asphalt Base Ton 25 $26.00 $650.00 $26.27 403.01 Asphalt Surface Preservation Lineal Foot 1000 $5.00 $5,000.00 $5.13 403.02 Temporary Asphalt Patching Ton 100 $195.00 $19,500.00 $202.10 601.01 Exposed Sand Finish - Additional Charge Square Foot 500 $4.00 $2,000.00 $4.11 602.01 Reinforcing Steel Pound 250 $3.75 $937.50 $3.95 602.02 Reinforcing Steel - Epoxy Coated Pound 250 $4.75 $1,187.50 $5.00 604.01 Install New Area Inlet (Detail D-9a) Each 5 $1,350.00 $6,750.00 $1,413.00 604.02 Area Inlet – Additional Foot Depth (Detail D-9a) Lineal Foot 5 $100.00 $500.00 $105.05 604.03 Reconstruct Area Inlet Deck – Remove & Replace (Detail D-9a) Each 5 $775.00 $3,875.00 $814.07 604.04 Reconstruct Area Inlet Deck - Additional Foot Opening – Remove & Replace (Detail D-9a) Lineal Foot 5 $100.00 $500.00 $105.02 604.05 Reconstruct Catch Basin Deck - Remove & Replace Each 10 $775.00 $7,750.00 $814.12 604.06 Reconstruct Catch Basin Deck - Additional Foot Opening – Remove & Replace Lineal Foot 10 $100.00 $1,000.00 $105.04 604.07 Install New Curb Inlet – 4’ Opening (Detail D-7a,7b or D-8a,8b) Each 5 $1,975.00 $9,875.00 $2,074.67 604.08 Curb Inlet – 4' Opening - Additional Foot Depth (Detail D-7a,7b or D-8a,8b) Lineal Foot 10 $100.00 $1,000.00 $105.04 604.09 Reconstruct Curb Inlet Deck – Remove and Replace (Detail D-7a,7b or D-8a,8b) Each 10 $775.00 $7,750.00 $814.07 604.10 Reconstruct Curb Inlet Deck – Additional Foot Opening – Remove and Replace (Detail D- 7a,7b or D-8a,8b) Lineal Foot 15 $100.00 $1,500.00 $105.03 604.11 Install New Type R Inlet - 5' Opening (Detail M-604-12) Each 10 $3,400.00 $34,000.00 $3,571.17 604.12 Type R Inlet – 5' Opening - Additional Foot Depth (Detail M-604-12) Lineal Foot 15 $100.00 $1,500.00 $105.05 604.13 Reconstruct Type R Inlet Deck – Remove and Replace (Detail M-604-12) Each 10 $1,250.00 $12,500.00 $1,313.08 604.14 Reconstruct Type R Inlet Deck – Additional Foot Opening – Remove and Replace (Detail M- 604-12) REVISED BID SCHEDULE Addendum 2 Miscellaneous Concrete Bid No. 8844 ItemDescription No. Contract Quantity Unit 2020 Revised Unit Price 2019 Total 2019 Unit Price 608.06 Hollywood Curb, Gutter and 6" Sidewalk Lineal Foot 500 $38.00 $19,000.00 $39.66 608.07 Hollywood Curb and Gutter - No Sidewalk Lineal Foot 300 $21.00 $6,300.00 $22.01 608.08 Highback Curb and Gutter - No Sidewalk Lineal Foot 500 $37.00 $18,500.00 $38.89 608.09 Barrier Curb - 6" x 18" Lineal Foot 100 $25.00 $2,500.00 $25.92 608.12 Mountable Curb - 12" x 18" Lineal Foot 125 $25.00 $3,125.00 $25.92 608.15 Pedestrian Access Ramp Square Foot 750 $8.25 $6,187.50 $8.62 608.16 Pedestrian Access Ramp, Highback Curb Square Foot 375 $8.50 $3,187.50 $8.88 608.17 Truncated Dome Panel Square Foot 300 $41.00 $12,300.00 $43.09 608.18 Apron - 8" Square Foot 1450 $8.50 $12,325.00 $8.91 608.19 Crosspan - 8" Square Foot 1200 $8.50 $10,200.00 $8.89 608.20 Valley Pan - 6" Square Foot 500 $7.50 $3,750.00 $7.79 608.21 Flatwork - 4" Square Foot 1,850 $4.85 $8,972.50 $5.06 REVISED BID SCHEDULE Addendum 2 Miscellaneous Concrete Bid No. 8844 ItemDescription No. Contract Quantity Unit 2020 Revised Unit Price 2019 Total 2019 Unit Price 608.44 Joint Sealant (Pavement) Lineal Foot 100 $5.00 $500.00 $5.29 608.45 Irrigation Sleeve Lineal Foot 20 $5.00 $100.00 $5.00 608.46 Dump Fee Ton 5 $58.00 $290.00 $59.55 608.47 6" Concrete Median Barrier Curb, Placed (Detail FC703-Section B) (8" Bar paid under 608.48) Lineal Foot 300 $21.00 $6,300.00 $21.68 608.48 6" Concrete Median Barrier Curb, Drilled (Detail FC703-Section C) Each 300 $8.50 $2,550.00 $8.93 608.49 Add Domes to Existing Ramp - Remove and Replace Square Foot 500 $37.00 $18,500.00 $38.99 608.50 Add Domes to Existing Ramp - Dryset Placement Square Foot 40 $30.00 $1,200.00 $30.80 630.01 "NO PARKING" Sign With Stand Per Each Per Day 375 $2.00 $750.00 $2.00 630.02 Vertical Panel Without Light Per Each Per Day 400 $1.25 $500.00 $1.25 630.03 Channelizing Drum without Light Per Each Per Day 650 $1.50 $975.00 $1.50 630.04 Type I/II Barricade Without Light Per Each Per Day 800 $1.00 $800.00 $1.00 630.05 Type III Barricade Without Light Per Each Per Day 25 $5.00 $125.00 $5.00 630.06 Size A Sign With Stand Per Each Per Day 350 $2.00 $700.00 $2.00 630.07 Size B Sign With Stand Per Each SECTION 02000 PROJECT SPECIFICATIONS Project Specifications- Page 1 of 53 The 2017 Colorado Department of Transportation (CDOT) Standard Specifications for Road and Bridge Construction and the standard revisions controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. The Larimer County “Urban Area Street Standards” (hereafter referred to as the “LCUASS Standards "), latest revision, are made a part of this Contract by this reference. In those instances where the Standards specifications conflict with any of the provisions of other parts of the standards the governing order of precedence shall be as follows: 1. The Special Revisions written herein this document of the latest revision of CDOT’s “Standard Specifications for Road and Bridge Construction” 2. The Standard Revisions of latest revision of CDOT’s “Standard Specifications for Road and Bridge Construction” 3. CDOT’s “Standard Specifications for Road and Bridge Construction” 4. The latest version of the Larimer County “Urban Area Street Standards” (Referred hereafter to as the “Standard Specifications) INDEX OF REVISIONS SECTION 102 Bidding Requirements and Conditions 104 Scope of Work 105 Control of Work 107 Legal Relations and Responsibility to Public 108 Prosecution and Progress DIVISION 201 Clearing and Grubbing 202 Removal of Structures and Obstructions 203 Excavation and Embankment 208 Erosion Control 210 Reset Structures Manholes, Water valves 212 Seeding, Fertilizer, Soil Conditioner, and Sodding 304 Aggregate Base Course 403 Hot Mix Asphalt 601 Structural Concrete 602 Reinforcing Steel 604 Manholes, Inlets, and Meter Vaults 608 & 609 Sidewalks and Bikeways / Curb and Gutter 626 Mobilization 630 Construction Zone Traffic Control DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS Project Specifications- Page 2 of 53 Section 102 – BIDDING REQUIREMENTS AND CONDITIONS - is hereby revised as follows: Section 102.02 Contents of Proposal Forms is hereby revised as follows: The Department will publish bidding opportunities to prospective bidders on the Rocky Mountain E-Purchasing System (RMEPS). The forms on this website will state the location and description of the contemplated construction and will show the estimate of the various quantities and types of work to be performed or materials to be furnished, and will have a schedule of items for which unit bid prices are invited. The forms will also state the time in which the project must be completed, the amount of the proposal guaranty, and the date, time and place of the opening of proposals. All bidders on projects shall submit hard bid/ physical submittals only. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 104 SCOPE OF WORK Project Specifications- Page 3 of 53 Section 104 -SCOPE OF WORK - is hereby revised as follows: Subsection 104.04 –Maintaining Traffic - is revised to include the following. It shall be the Contractor's responsibility to clear parking from the streets when such parking will interfere with the work. Prior to work that requires the street(s) to be closed to parking and/or traffic, the street(s) shall be posted for "NO PARKING". “NO PARKING” signs shall be placed at a minimum of 100 foot intervals. The placement of these signs shall take place at least 24 hours prior to the commencement of work and shall clearly show the type of work, and the day, date, and times that the message on the sign is in effect. (For example, if a street is to be repaired on Wednesday, July 2, the street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that reads similar to "NO PARKING, WEDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M., Concrete Repairs (see sample "NO PARKING" sign on page 4). “NO PARKING” signs shall remain in place until the street is opened to traffic and all clean-up operations completed. No Parking signs shall only be placed, maintained and removed by a representative of the Contractor, the Traffic Control Supervisor, or Flagger. The contractor shall not have “No Parking” signs up and posted where work is not anticipated. Signs that have been posted where work will not commence as posted shall be turned away from traffic. All information on the "NO PARKING" signs, with the exception of the type of work, date, and time shall be in block letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible and written in block style letters. The “NO PARKING” signs shall be in effect for the duration of the project. In the event the Contractor deems it necessary to remove a vehicle that has not adhered to the “NO PARKING” notification, the Contractor shall first make every reasonable effort to locate and contact the owner of the vehicle. Should the Contractor be unable to locate the owner of the vehicle, the Contractor shall notify the Engineer to arrange for towing. If the “NO PARKING’ sign has been in place for a minimum of 24 hours, the City will make every reasonable effort to remove the offending vehicle within four (4) hours of notification from the Contractor. The Contractor shall not be entitled to additional compensation for delays associated with the towing of illegally parked vehicles. The Contractor shall have an approved Traffic Control Plan on site at all times. Traffic control signage on the construction site shall be set up in accordance with the approved traffic control plan and in accordance with the specifications. Work performed by the Contractor without an approved traffic control plan or when “NO PARKING” signs have not been placed as required by the specifications shall not be paid. The Contractor shall also be subject to a pay deduction of up to $1,000.00 per occurrence per day for traffic control not in compliance with referenced specifications or requirements contained herein. Issues subject to deductions may include but are not limited to: Traffic Control Supervisor not on the project site at all times (unless pre-approved by the Engineer) An approved traffic control plan not on site Traffic control device set up by flagging personnel unless assisting the Traffic Control Supervisor Traffic control signage not set up in accordance with the approved traffic control plans Inadequate flagging personnel and/or flagging equipment The Engineer shall issue a written warning to the Contractor, Subcontractor, and/or Traffic Control Supervisor documenting the type of violation. The Engineer shall determine the deduction amount based on the Engineers’ opinion of the infraction severity and the number of previous infractions. Upon issuance of a third violation, the Engineer may request the Subcontractor, Traffic Control Supervisor and/or flagging personnel be removed from the project. Removal from the project in which the violations were issued shall be in effect for the remainder of the contract. The contractor shall find replacement Traffic Control Subcontractor, TCS, and/or flagging personnel within two weeks of the third notice without an adjustment to contract price or working days or the Contract may be terminated and rebid. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 104 SCOPE OF WORK Project Specifications- Page 4 of 53 Prior to the end of each work shift the approved Traffic Control Supervisor (TCS), and the Engineer shall meet to discuss the placement of upcoming traffic control devices to include "NO PARKING" signs. The quantity of traffic control devices used that day and for the next day shall be agreed upon by the Contractor and the Engineer. Any necessary adjustments shall be made. The Contractor and Engineer shall also review and determine the proposed means of handling parking and traffic control for the upcoming work. It is the responsibility of the Contractor to minimize any inconvenience to the public as a result of their work. The Contractor shall maintain access at all times to all businesses within the project. The installation schedule shall be communicated to all businesses and residents affected by the work at least 48 hours prior to starting work. Any changes to the traffic control, as directed by the Engineer, including additional signs, barricades, and/or flaggers needed shall be immediately implemented. Traffic control shall be paid under Revision of Section 630, “Construction Zone Traffic Control” found herein. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 104 SCOPE OF WORK Project Specifications- Page 5 of 53 END OF SECTION NO PARKING Wed July 2 7:00 a.m.- 6:00 p.m. CONCRETE REPAIRS DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 105 CONTROL OF WORK Project Specifications- Page 6 of 53 Section 105 – CONTROL OF WORK - is hereby revised as follows: Subsection 105.01 - Authority of the Engineer - is revised to include the following: No phase of construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the Owner to stop work. During periods of Traffic Control non-compliance the work will be stopped and the Contractor may be assessed $1,000.00 per day, may forfeit payment of work and materials installed, and may lose contract working days as determined by the Engineer. The Contractor shall not be entitled to compensation for delays associated with non- compliant periods. No construction shall commence until all utilities are located within the construction area per state law. The Contractor is responsible for identifying all utilities of concern and calling for appropriate locates. After contacting 811 to get locates, the contractor may be required to call for clarification and/or additional locates, or may be required to contact a City of Fort Collins department associated with certain types of utilities. Due to the high demand of locate companies during the construction season, the City of Fort Collins recommends that the Contractor schedules a locate company at least one week in advance to minimize any possible delays. If the locate marks become expired then contractor shall get an extension and request that the markings are redone and freshened up. If the Contractor does not have locates on a project scheduled to start work that day, the work shall be “stopped” and the Contractor shall be charged working days until that said marking is completed and work has commenced. Subsection 105.02 - Plans, Shop Drawings, Working Drawings, Other Submittals, and Construction Drawings - is revised to include the following: The Contractor shall furnish the required submittals in TABLE 105-1 one week before the commencement of work. Three (3) copies shall be furnished to the Engineer, two (2) copies will be returned to the Contractor upon approval. Submittals shall not be measured and paid for separately but shall be considered incidental to the work. TABLE 105-1 SUMMARY OF CONTRACTOR SUBMITTALS Section No. Description Approval Needed Reoccurring 105.10 Contractor Management Packet – Environmental Management System Yes No 107.02 Topsoil Soil Analysis or Soil Sample Submittal Yes Yes 108.03 Schedule of Work Yes Yes 203.05 Borrow Material Gradation Yes Yes 208.02 Erosion Control Devices Yes No 208.04 Storm Water Management Plan Yes Yes 208.06 Spill Kit: List of items included within kit Yes No 212.02 Sod/Seed Yes No 304.02 Aggregate Base Course/Recycled Concrete Soil Analysis Yes No 608.00 Concrete Mix Designs Yes No 608.00 Curing Compound Yes No 608.00 Finishing Aide Yes No 608.00 MSDS Sheets for Curing Compound and Finishing Aide Yes No 630.00 Traffic Control Plans Yes Yes 630.11 TCS Qualifications (reoccurs when TCS and flaggers change) Yes No DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 105 CONTROL OF WORK Project Specifications- Page 7 of 53 Subsection 105.09 - Coordination of Plans, Specifications, Supplemental Specifications, and Special Provisions - shall have the second paragraph removed and 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) (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 105.10 – Cooperation by Contractor - shall be revised to remove the following sentence: “The Contractor will be supplied with a minimum of 6 sets of contract documents” Subsection 105.10 is revised to include the following: The City of Fort Collins is committed to comply with the United States Environmental Protection Agency (EPA) and the Streets Department Environmental Management System (EMS) requirements that vehicles on City projects shall comply with the “Anti-Idling Policy” to reduce environmental impacts related to construction. Contractors and Subcontractors shall comply with turning off vehicles and equipment instead of idling for long periods (more than thirty (30) seconds after stopping at destination and/or not more than five (5) minutes aggregated within sixty (60) minutes). Exceptions for powering auxiliary equipment and for safety or health emergencies are allowed. The Contractor shall submit the Contractor Management Packet in accordance with Table 105-1 Summary of Contract Submittals Subsection 105.11 – Cooperation with Utilities - is revised to include the following: Concrete construction and reconstruction operations at intersections may involve the destruction and replacement of traffic signal loop detectors and/or new detectors may be installed at intersections where they do not currently exist. The existing traffic signal loop detectors shall be removed by the Contractor at no additional cost. New and replacement loop detectors shall be installed by the City Traffic Division. The Contractor shall cooperate with the schedule of this work to insure the timely installation of loop/camera detectors. The Contractor shall coordinate with the City Traffic Division to insure that their work is completed before concrete placement operations begin. Subsection 105.12 – Cooperation Between Contractors - shall be removed and replaced with the following: The City, County, CDOT, 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 Signing Traffic Pedestals/Fiber Optic Lines Street Lights Traffic Coordination 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. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 105 CONTROL OF WORK Project Specifications- Page 8 of 53 City Traffic Control Contact: Syl Mireles Phone: (970)221-6815 Email: smireles@fcgov.com The City will remove existing and install all pedestrian traffic signal equipment. City Traffic Signal Contact: Britney Sorensen Phone: 970-222-5533 Email: bsorenson@fcgov.com 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. The City will remove and install all permanent signing. City Signing and Striping Contact: Rich Brewbaker Phone: 970-221-6792 Email: rbrewbaker@fcgov.com The Contractor is responsible for removal of pavement markings and installation and maintenance of temporary pavement markings necessary to control traffic during construction. Contractor shall remove the existing pavement markings and symbols with a water blast truck approved by the City Traffic Department. The Contractor shall cooperate with the City Traffic Department in their removal and temporary installation operations so that progress is expedited, duplication of work is minimized, and impacts to traffic are minimized. Street Light Coordination City Light and Power Crews will remove and install all street lighting and associated electric utilities for the project. City Light and Power Contact: Luke Unruh Phone: (970) 416-2724 Email: lunruh@fcgov.com The Contractor shall cooperate with the City Light and Power Department 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. The 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. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 105 CONTROL OF WORK Project Specifications- Page 9 of 53 Subsection 105.16 – Inspection and Testing of Work - is revised to include the following: The Contractor shall keep the Engineer informed of its future construction operations to facilitate scheduling of required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a minimum of 24 hours in advance of starting any construction operation that will require inspection, measuring for pay quantities, or sampling. Failure by the Contractor to provide such notice will relieve the Engineer from any responsibility for additional costs or delays caused by such failure. Inspection of the work or materials shall not relieve the Contractor of any obligations to fulfill its contract or complete warranty elements as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected by the Engineer or that payment therefore has been included in the progress estimate. MAINTENANCE DURING CONSTRUCTION Subsection 105.19 – Maintenance During Construction - is revised to include the following: The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be cleaned of debris generated by the Contractor at the earliest opportunity, but in no case shall the area not be cleaned after the completion of the day's work. Debris as determined greater than one (1) inch and regardless of the source, shall be picked up and disposed of offsite at the Contractor’s expense. Smaller particulate debris shall be blown from the sidewalks, driveways, curb, and gutter into the street where it can be picked up by a sweeper without transmitting debris back on sidewalk areas. It shall be the Contractor's responsibility to provide the necessary manpower tool and equipment to have the roadway cleaned to the satisfaction of the Engineer at no additional costs. The Contractor shall utilize a combination of pick-up brooms, side brooms, and/or other equipment as needed to clean the streets. The requirement to sweep the street shall be suspended during the leaf fall period between September 12th and November 12th unless directed by the Engineer for areas with minimal leaf fall. All sweeping and clean up equipment shall be approved by the Engineer prior to the commencement of work. The Contractor shall maintain the streets during the construction process as prescribed above. All cost to maintain the work construction area and before the work is accepted, shall not be measured and paid for separately but shall be included in corresponding unit price bid item.. Subsection 105.22 – Dispute Resolution - is revised to include the following: The Colorado Department of Transportation will not participate in the resolution process for any claims filed by the Contractor. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Project Specifications- Page 10 of 53 Section 107 – LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC - is hereby revised as follows: Subsection 107.06 – Safety, Health, and Sanitation Provisions - is revised to include the following: Personnel on The City of Fort Collins projects shall use protective equipment prescribed by Local, State, and Federal safety regulations to control or eliminate hazards or exposure to illness or injury. The Contractor and Subcontractors are responsible for providing and insuring the use of the required Personal Protective Equipment (PPE). Only Personal Protective Equipment complying with the Occupational Safety and Health Administration (OSHA) or American National Standards Institute (ANSI) regulations shall be used. The Contractor shall be responsible for the compliance of their employees and the Subcontractor’s employees. The Contractor’s safety representative shall make regular field inspections to audit and document compliance. An employee of the Contractor to include all Subcontractors who refuses to use the prescribed protective equipment designed for their protection, or willfully damages such equipment, constitutes cause for the Engineer to request removal of the employee from the site. The Contractor’s personnel shall be required to wear safety vests, hard hats, and steel/composite toed boots while on the construction site(s). Subsection 107.12 – Protection and Restoration of Property and Landscape – is to include the following: The fact that any underground facility (sprinkler systems, utility services, etc.) is not shown on the plans, details, or construction documents shall not relieve the Contractor of its responsibilities to protect the underground utility as provided for in the Contract. Any pruning of vegetation shall require the written permission of the property owner and/or the Engineer. When the landscape removal area adjacent to the concrete repair is six (6) inches or less in width, the Contractor shall repair any subsurface utilities including irrigation systems, clean the area of all construction debris (i.e. concrete, road base, etc.) to a minimum depth of four (4) inches, prepare all edges to a clean and vertical place and compact imported topsoil,(until firm, but not over compacted) utilizing an approved hand operated roller or other method acceptable to the Engineer. When the disturbed area is greater than six (6) inches in width and greater than 12 inches in length adjacent to the concrete repair, the Engineer may require the Contractor to clean and prepare the area along the entire length of the repair location as stated above to a minimum one foot (12 inches) wide, place sod on the prepared surface, water the new sod once thoroughly, and notify the property owner in writing of the nature of the work that has taken place. The Contractor shall also notify the property owner that the sod will be watered only once by the Contractor and provide the property owner the recommended watering schedule suggested by the sod supplier. The Contractor shall make every effort to minimize the need for sod placement. If the existing asphalt along the concrete toe is in good condition and salvageable during concrete removal, as determined by the Engineer, the Contractor shall preserve the existing asphalt. Minimizing the landscape removal areas behind the sidewalk, curb and gutter shall continue to be the primary goal. The pay item for “Asphalt Pavement Preservation” is intended to compensate the Contractor for additional removal time, backfill, sprinkler repair, and sodding that shall be required while preserving the existing asphalt and minimizing the removal area behind the repair. “Asphalt Pavement Preservation” shall provide compensation for this type of repair and shall be measured and paid in addition to the concrete pay item for the type of repair (i.e., Driveover Curb, Gutter and 6” Sidewalk – Remove & Replace). Revision of Section 608 and 609 defines the measurement and payment for these removals. The placement of backfill and top soil for concrete repair locations shall be completed within two (2) working days of the placement of the concrete. Excavated soils from the repair locations may be stockpiled on site and used as backfill for areas behind the new concrete installation and below the top four (4) inches of the surface. Imported Topsoil shall consist of loose friable river bottom or farmland loam, reasonably free of manmade materials subsoil, refuse, stumps, roots, rocks, brush, weeds, noxious weed seeds, heavy clay, hard clods, trash, DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Project Specifications- Page 11 of 53 toxic substances, or other material which would be detrimental to the proper development of vegetative growth. Imported topsoil shall have 100% passing the 1/4" screen and shall contain a combination of sand, clay, and friable loam. The Contractor shall submit a soil analysis or sample for approval by the Engineer. The topsoil shall be in a relatively dry state but shall contain sufficient moisture to allow compaction and shall be placed during dry weather. The topsoil shall be fine graded to eliminate rough and low areas and ensure positive drainage. The existing levels, profiles, and contours shall be maintained. If the area to be repaired is only damaged on the surface, the Contractor shall remove the damaged areas of sod to a depth that will allow new sod to be placed, place new sod, water once and notify the property owner in writing of the nature of the work that has taken place. The Contractor shall also notify the property owner of the fact that the sod will be watered only once by the Contractor and provide the property owner the recommended watering schedule suggested by the sod supplier. The minimum overall width of the area to be sodded shall be one (1.0’) foot. For concrete repair locations, the placement of sod shall be completed by the end of the first working day of the week following the placement of the concrete. Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction and protected from damage by the Contractor. Sprinkler heads shall be salvaged and stockpiled on each property for use when reconstructing the sprinkler systems. Sprinkler systems damaged outside of the construction limits as a result of construction operations shall be replaced at the Contractor's expense within three (3) working days from the date of damage. All landscaping that is damaged due to construction operations shall be replaced by the Contractor at its expense unless a written waiver is obtained from the property owner and submitted to the Engineer. Re-sodded lawns shall be watered once by the Contractor. All costs for protecting and restoring landscaping and lawns shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work and no measurement or payment shall be made separately for the protection and restoration of landscaping and lawns. All restoration of landscaping and lawns damaged by construction operations, other than concrete repair, shall take place within three (3) working days from the date of damage. In areas where the Engineer directs new work or the reconstruction area requires grade adjustment, the placement of topsoil, sod, and sprinkler relocation will be provided by the City under separate contract. All labor, materials, tools, equipment, incidentals, and work involved in protecting or repairing underground facilities shall be considered incidental to the Work and shall not be measured and paid for separately. Subsection 107.18 is hereby removed and revised to include the following: For this project, all insurance certificates shall name the City of Fort Collins as an additionally insured party. For this project, insurance coverage shall meet the requirements and limits per CDOT Standard Specifications and Revision of Section 107.15 Responsibility for Damage Claims, Insurance Types and Coverage Limits. In case of a conflict between the City’s General Contract Conditions and CDOT Standard Specifications, the more stringent of the two shall apply. Subsection 107.25 – Water Quality Control (c) – is revised to include the following: 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 DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Project Specifications- Page 12 of 53 Section 108 – PROSECUTION AND PROGRESS - is hereby revised as follows: SCHEDULE Subsection 108.08 – PROSECUTION AND PROGRESS - is revised to include the following: Working hours on residential and collector streets shall be 7:00 a.m. to 6:00 p.m., Monday through Friday, or as approved by the Engineer. Working hours on arterial streets shall be restricted to 8:30 a.m. to 3:30 p.m., or as approved by the Engineer. Working hours within CDOT right-of-way (S.H. 287 College Ave. and Hwy 14 Mulberry St.) shall be restricted to 9:00 a.m. to 3:00 p.m. The above time restrictions shall apply to the days’ preparatory work, equipment maintenance, and clean up unless approved by the Engineer. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 201 CLEARING AND GRUBBING Project Specifications- Page 13 of 53 Section 201 – CLEARING AND GRUBBING - is hereby revised as follows: CONSTRUCTION REQUIREMENTS The following sentence in subsection 201.02 shall be removed: “Branches of trees extending over the roadbed shall be trimmed to give a clear height of 20 ft. above the roadbed surface.” Subsection 201.02 is revised to include the following: When tree roots are encountered during construction operations, the Contractor shall notify the Engineer prior to root removal. The Engineer and the City Forester's representative shall then make a determination regarding removal. When it is apparent that the tree roots have heaved the asphalt section, the Contractor shall remove the section(s) of asphalt as early as possible to allow time for inspection and to schedule root grinding operations, under separate contract. Root grinding will be scheduled as soon as possible to minimize delays in construction. Delays to planned work due to root grinding shall not be considered for additional traffic control payment or traditional days added to the total contract working days but shall be anticipated in the Contractor’s schedule. Where it is anticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent any damage to the roots with tools or equipment. Damage to roots during concrete removal shall be trimmed and cut with a sharpened, sanitized saw, cut orthogonally to its longitudinal axis as closely as practical, to leave the freshly cut root surface in a clean and smooth condition. Axes or other blunt objects shall not be used to cut tree roots. BASIS OF PAYMENT Subsection 201.04 is revised to include the following: All costs for removing tree roots shall be considered a subsidiary obligation of the Contractor in connection with the various items of the Work and no measurement or payment shall be made separately for the removal and trimming of tree roots. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Project Specifications- Page 14 of 53 Section 202 - REMOVAL OF STRUCTURES AND OBSTRUCTIONS - is hereby revised as follows: DESCRIPTION Subsection 202.01 is revised to include the following: This work consists of sawing and cutting to facilitate controlled breaking and removal of concrete, asphalt, and flagstone to a neat line. CONSTRUCTION REQUIREMENTS Subsection 202.02 is revised to include the following: Sawing of concrete and asphalt shall be done to a true line having a vertical face, unless otherwise specified. The depth of the saw cut in concrete and asphalt shall be of sufficient depth to ensure a vertical, smooth face, free from breakage, or as directed by the Engineer. Cuts in asphalt or concrete pavement shall be made such that each edge shall be parallel or at right angles to the direction of traffic. Dust created by sawing shall be mitigated by wet sawing or other means approved by the Engineer. Residue from sawing shall be removed by the Contractor at the earliest opportunity. Residue will not be allowed to run through the gutter flow line for more than fifty (50) feet. The Contractor shall prevent tracking of residue onto the roadway or walkway and shall prevent discharge into the storm drainage system. The Contractor shall use a storm water protection device or other means of controlling run off of residue as approved by the Engineer. See Section 208 “Erosion Control and Inlet Protection” contained herein. Subsection 202.03 is revised to include the following: Flagstone sidewalk shall be salvaged to the maximum extent feasible. All flagstones shall become the property of the City of Fort Collins and shall be hauled by the Contractor and delivered to the City’s site located at 1500 Hoffman Mill Road. This item will not be measured or paid for separately but shall be considered incidental to the related removal item. METHOD OF MEASUREMENT Subsection 202.11 shall include the following: Sawing shall be measured by the lineal foot. This item shall only be measured and paid where the Engineer directs sawing not already being paid under another item. Sawing related to the items described in Revision of Section 604 - Inlets and Culverts, and Section 608 & 609 Sidewalks, Curb & Gutter, Drive Approaches, Aprons, Crosspans, Pedestrian Access Ramps, Flatwork, and Concrete Pavement, shall be considered a subsidiary obligation of the Contractor, and shall not be measured and paid for separately. Erosion control measures used during sawing are considered incidental to sawing operations and shall not be measured and paid for separately. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Project Specifications- Page 15 of 53 BASIS OF PAYMENT Subsection 202.12 is revised to include the following: Payment shall be made under: Pay Item Unit 202.01 Sawcut Concrete/Asphalt (0” < 4”) Lineal Foot 202.02 Sawcut Concrete/Asphalt (4” < 6”) Lineal Foot 202.03 Sawcut Concrete/Asphalt (6” < 8”) Lineal Foot 202.04 Sawcut Concrete/Asphalt (8” <= 10”) Lineal Foot 202.05 Sawcut – Additional 1” Depth Lineal Foot 202.06 Remove Concrete Sidewalk Square Foot 202.07 Remove Concrete Curb & Gutter Lineal Foot 202.08 Remove Monolithic Curb, Gutter & Sidewalk Square Foot 202.09 Remove Concrete Driveway/Apron/Crosspan Square Foot 202.10 Remove Concrete Pavement - 10” Square Foot 202.11 Remove Concrete Pavement - Additional 1” Depth Square Foot 202.12 Remove Asphalt – 6” Square Foot 202.13 Remove Asphalt - Additional 1” Depth Square Foot 202.14 Remove Inlet Each 202.15 Remove and Haul Driveway Fillet Each 202.16 Remove Flagstone Square Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Sawcutting as specified in these specifications, as shown on the plans, and as directed by the Engineer. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Project Specifications- Page 16 of 53 Section 203 – EXCAVATION AND EMBANKMENT - is hereby revised as follows: DESCRIPTION Subsection 203.01 shall be removed and replaced with the following: This work shall consist of removing and disposing of the existing pavement, base or other soil material, preparing the subgrade for the subsequent course, and placing borrow in accordance with the specifications and in reasonably close conformity with the lines, grades, and typical cross sections shown on the plans or as designated by the Engineer. All excavation will be classified, “General Excavation”, “Muck Excavation”, as hereafter described. The Contractor shall dispose of all excavated material off-site in an environmentally responsible manner. CONSTRUCTION REQUIREMENTS Subsection 203.05 – Excavation - shall be removed and replaced with the following: General Excavation shall consist of the excavation of all materials of whatever character required for the work not being removed under some other item. The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. The excavation will be accomplished in the following manner: General Excavation: The areas to be removed will be marked on the surface with paint by the Engineer. A straight vertical cut shall be made through the pavement, if necessary, to provide a square or rectangular opening, such that each edge will be parallel or at right angles to the direction of traffic. Wheel cutting, ripping, and tearing of asphalt using construction equipment such as a grader (blade) shall not be allowed. If the subgrade material is determined unstable by the Engineer, it shall be removed to the limits and depths designated. Where excavation to the finished grade section (including General Excavation and Patching) results in a subgrade of unsuitable soil, the Contractor shall remove the unsuitable materials and backfill to the finished grade section with approved material as directed by the Engineer. After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the subgrade by compacting with a sheepsfoot roller, rubber tired roller, and/or other compaction equipment as approved by the Engineer. The subgrade preparation shall not be measured and paid for separately, but shall be included in the contract unit price for General Excavation. Borrow: Borrow shall be placed as directed by the Engineer. The minimum amount of borrow shall be one load (approximately ten (10) ton). The cost for moisture conditioning and compaction shall be included in the contract unit price for Borrow. Borrow material shall meet the grading requirement for Class 1 (Pit Run) or Class 5 (Road Base) Aggregate Base Course. Class 1 Aggregate Base Course need not be crushed and can be of the pit run variety provided it falls within the gradation requirements as shown in the Standard Specifications. The material required for the specific location shall be directed by the Engineer. Load slips shall be consecutively numbered for each day and submitted to the Engineer daily. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Project Specifications- Page 17 of 53 METHOD OF MEASUREMENT Subsection 203.13 is revised to include the following: The Contractor and the Engineer shall field measure and agree upon the excavated quantity before any further work continues. Should the Contractor fail to request the Engineer to measure any work and performs other work that would prevent the Engineer from measuring pay quantities, the Contractor shall not be compensated for materials not measured by the Engineer. Borrow shall be paid by the ton at the proper moisture. Haul and water necessary to bring mixture to optimum moisture content will not be measured or paid for separately, but shall be included in the contract unit price for Borrow. Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be paid for at the unit price for Borrow. The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard, complete-in-place. Subgrade preparation, moisture conditioning, compaction, haul, and disposal will not be measured and paid for separately. BASIS OF PAYMENT Subsection 203.14 and 207.05 shall include the following: Payment shall be made under: Pay Item Unit 203.01 Excavation – General Less Than 50 CY Cubic Yard 203.02 Excavation – General Over 50 CY Cubic Yard 203.03 Excavation – Walls Only Cubic Yard 203.04 Excavation – New Inlet Each 203.05 Borrow - Less Than 100 Ton Ton 203.06 Borrow – Over 100 Ton Ton 207.01 Imported Topsoil Cubic Yard The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Excavation and Borrow including haul, stockpiling, placing material, watering or drying soil, compaction, proof rolling, finish grading, complete-in-place, and disposal of unusable materials as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 208 EROSION CONTROL Project Specifications- Page 18 of 53 Section 208 -EROSION CONTROL - is hereby revised as follows: DESCRIPTION Subsection 208.01 shall be revised as follows: This work shall consist of constructing, installing, maintaining, and removing when required, erosion control measures during the life of the Contract and at a minimum at all inlets to prevent or minimize erosion, sedimentation, and pollution of any waterways. Work shall be in accordance with the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction (latest edition), The City of Fort Collins Urban Drainage and Flood Control District Urban Drainage Criteria Manual, and the City of Fort Collins Environmental Standard Operating Procedures contained herein, Section 04000. Any loss of time or materials related to erosion and erosion control shall be the sole responsibility of the Contractor. Any damage to surrounding properties or facilities (either onsite or offsite) related to erosion caused by construction of this project, will be the sole responsibility of the Contractor MATERIALS Subsection 208.02 shall be revised to include the following: The Contractor shall submit the type of material to be used for erosion control measures prior to beginning the work. See Details Section 03000 contained herein. Contractor shall submit the type of material to be used for erosion control measures prior to beginning the work. 1. Inlet protection shall include sufficient length to protect around the perimeter of the inlet opening. 2. Erosion control devices around inlets near a load site shall be required. 3. Erosion control devices on the downstream side of an aggregate stockpile or truck washout area shall be required as directed by the Engineer. Recycled Rubberized Inlet Protection shall meet the following requirements: 1. Infill material: Shredded recycled rubber 2. Weight: approximately 10 lbs per linear foot 3. Diameter: Approximately 9 inches 4. Geotextile fabric: Made of a durable fabric with a typical weight of 6-10 oz/yd. CDOT Gravel Bag Inlet Filter shall meet the following requirements or approved Equal: 1. Infill material: CDOT #67 washed rock or approve equal 2. Weight: approximately 20 lbs per linear foot 3. Diameter: Approximately 5 inches 4. Geotextile fabric: CDOT Class 1 Erosion Control Fabric, typical weight of 6-8 oz/yd. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 208 EROSION CONTROL Project Specifications- Page 19 of 53 CONSTRUCTION REQUIREMENTS Subsection 208.03 is revised to include as follows: All erosion control measures must be installed prior to starting work. It shall be the responsibility of the Contractor to ensure that all roadways near the project are kept clean of construction debris and sediment. The Contractor shall continuously maintain all erosion and sediment control features so that they function properly during site construction. All inlet protection devices shall be inspected and repairs made after each runoff event. Sediments shall be removed when one half the design depths has been filled. Sediments shall also be removed immediately from the traveled way of roads and disposed of properly. Subsection 208.04 – Best Management Practices for Stormwater - is revised to include the following: The Erosion Control Supervisor (ECS) is responsible for paperwork including completion of the Storm Water Management Plan (SWMP) in the submittal process, 14- calendar day inspections, and post storm inspection shall be conducted within 24 hours following a storm event. On the 14-day inspection the ECS should use the maintenance log in Appendix B of the SWMP. If a storm occurs the post storm is equivalent to a 14-day inspection, and the next inspection would occur 14 days after the last storm. ECS should make daily inspections of erosion control features on the job to ensure compliance and correct the control features when needed. A daily inspection is not required the day of a 14-calendar day inspection. 14 day inspections will be paid upon submission and engineer determines that the Contractor has been compliant with SWMP best practices. Subsection 208.06 - Materials Handling and Spill Prevention - is revised to include the following: Appropriate Spill Kits shall be on site with each piece of equipment at all times during installation of the Work and during equipment maintenance and fueling (see Section 04000 ESOP). The Contractor shall submit a description of the items contained in each Spill Kit for approval by the Engineer. METHOD OF MEASUREMENT Subsection 208.11 is revised to include the following: Payment for Wattles (rock bags and recycled rubber bags) shall be made by the lineal foot for inlet protection at each location as required and accepted by the Engineer. The length shall be sufficient to protect the opening and sides of the inlet grate. A maximum of four (4’) lineal foot additional to the opening width shall be paid. Excessive lengths shall not be paid. When a protection device is installed at a new location, whether the protection device is new or has been relocated, an additional lineal foot payment will be made for the protection of the location. Devices that become non-functional during construction shall not be paid. A protection device shall be installed at load sites and on the downstream side of stockpiles, base piles, and truck washout areas, or as directed by the Engineer and shall not be measured and paid for separately. Excavation required for removal of accumulated sediment from traps, basins, and other clean out excavation of accumulated sediment, and the proper disposal of sediment, shall be considered incidental to the work and not be measured and paid separately. All construction material that enters an inlet due to the Work shall be removed from the inlet interior and removed from the site to an approved disposal location. This work shall not be measured and paid for separately. Street sweeping will not be measured or paid for separately but shall be incidental to the work. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 208 EROSION CONTROL Project Specifications- Page 20 of 53 Erosion control measures used during saw cutting are considered incidental to all saw cutting operations and shall not be paid for separately. At the engineers digression, a “SWMP Maintenance Log- 14-day inspection” shall be measured on a per event basis or once every 14-days without rain fall. An event shall be considered more than a 0.1 inch of precipitation. The Contractor shall have the Erosion Control Supervisor inspect all active projects under the contract after each significant rainfall event for BMP failure or missing BMPs or excessive sediment release. The inspection shall include preparing a log with pictures of the deficiencies and failures of the BMPs to contain sediment and actions taken to mitigate/clean up the problems and modifications to the proposed BMPs to address the deficiencies. Payment shall be made for each event verified through the inspection log at the Engineer’s discretion. BASIS OF PAYMENT Subsection 208.12 shall be amended to include the following: Payment shall be made under: Pay Item Unit 208.01 Stormwater Protection – CDOT Gravel Bag (Rock Sock) Lineal Foot 208.02 Stormwater Protection - Recycled Rubber Filled Wattle Lineal Foot 208.03 Stormwater Protection – CDOT Gravel Bag Inlet Filter Each 208.04 SWMP Maintenance Log- 14 Day Inspection Each The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in installing, maintaining, removing, and relocating when required, erosion control measures, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 210 RESET STRUCTURES Project Specifications- Page 21 of 53 Section 210 – RESET STRUCTURES - is hereby revised as follows: DESCRIPTION Subsection 210.01 shall be amended to include the following: This work shall consist of adjusting manholes and valve boxes and removing and resetting or adjusting flagstone, brick pavers, and related materials. CONSTRUCTION REQUIREMENTS Subsection 210.02 shall be amended to include the following: Existing flagstone and pavers shall be salvaged and reset on compacted base. The elevation of the flagstone and pavers shall match as closely as possible the surface treatment of the surrounding area. All flagstones and pavers shall be carefully removed, stored, reinstalled, or adjusted in a manner that will avoid loss or damage. Flagstone and pavers shall be salvaged to the maximum extent feasible. All flagstone and pavers not reinstalled shall become the property of the City of Fort Collins and shall be hauled by the contractor and delivered to the City’s site located at 1500 Hoffman Mill Road. This item shall not be measured or paid for separately, but shall be considered incidental to the related removal item. Cutting of pavers, when necessary, shall be accomplished with a double bladed splitter or a masonry saw. The saw shall be a “wet saw” type to inhibit dust when cutting the pavers. Pavers shall be cut such that tight spaced joints are maintained. The Contractor shall spread the bedding sand evenly in the area defined and shall screed the sand to an appropriate embedment depth as shown on the plans or as directed by the Engineer. Sufficient sand should be placed to stay ahead of laid pavers. The Contractors shall use a plate vibrator to embed the pavers into the sand. The size and type of plate vibrator shall be in accordance with manufacturer’s recommendations, or as directed by the Engineer. All pavers that are damaged during embedment shall be replaced at the Contractor’s expense. Joint spacing between paver units shall be in accordance with the manufacturer’s recommendations, or as approved by the Engineer. Joints shall be filled completely with joint sand. Excess sand shall be removed by sweeping. Adjusting structures shall apply, but not be limited to, manhole rings and covers, inlet gratings and frames, water valve boxes, water meters, gate posts, and other structures and facilities. Construction operations shall consist of raising, lowering, moving, or removing masonry or concrete; adding brick-work, masonry, or concrete; and resetting grates, frames, or rings and covers to fit the new construction. Structures in the traveled roadway shall be adjusted to a tolerance of ¼ to ½ inch below the surface of the roadway. METHOD OF MEASUREMENT Subsection 210.12 shall be amended to include the following: The unit price for Resetting Brick Pavers and Resetting Flagstone shall be paid by the square foot of re-set area. Material for leveling, moisture conditioning, and labor for installation and compaction shall not be paid separately. The quantity to be measured where items are reset or adjusted on an “each” basis shall be the actual number of those items restored for service at new location, completed and accepted. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 208 EROSION CONTROL Project Specifications- Page 22 of 53 BASIS OF PAYMENT Payment will be made under: Pay Item Unit 210.01 Reset Flagstone Square Foot 210.02 Reset Brick Pavers Square Foot 210.03 Adjust Manhole Each 210.04 Adjust Valve Box Each The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Reset Structures, complete-in-place, including compaction and materials, as shown on the plans, as specified in these specifications, and as direction by the City Representative. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Project Specifications- Page 23 of 53 Section 212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING - is hereby revised as follows: DESCRIPTION Subsection 212.01 is revised to include the following: This work shall consist of soil preparation and furnishing and placing topsoil and blue grass sod in accordance with these specifications, accepted horticulture practice, and in reasonably close conformity with the existing topography of the location. This work shall not include locations of concrete repair in which grade changes and additional work is directed by the Engineer. See Section 107 "Safety and Protection and Restoration of Property" found herein. MATERIALS Subsection 212.02 – Seed, Soil Conditioners, Fertilizers, and Sod - is revised to include the following: Topsoil: Topsoil shall conform to the requirements of CDOT 207. Sod: Bluegrass sod shall be nursery grown, 99% Kentucky Blue Grass and 99% weed free. Other sod type may be used only if approved in writing by the Engineer. The 1% allowable weeds shall not include any undesirable perennial or annual grasses or plants. Soil thickness of sod cuts shall not be less than 3/4 inch nor more than one inch. Sod shall be cut in uniform strips with minimum dimensions of 12 inches in width and 48 inches in length. The Contractor shall submit a sample of the sod he proposes to furnish and the sample shall serve as a standard. Any sod furnished, whether in place or not, that is not up to the standard of the sample may be rejected. Sod that has been cut for more than 24 hours shall not be used. Each load of sod shall be accompanied by a certificate from the grower stating the type of sod, and the date and time of cutting. Seeding: The use of seed may be approved by the Engineer and shall be a Dry Land Mixture of Perennial Rye and Bluegrass CONSTRUCTION REQUIREMENTS Subsection 212.05 – Sodding - is revised to include the following: Soil Preparation: The area shall be cleaned with a minimum depth of four (4) inches (where topsoil does not exist) and a minimum width of one (1) foot, all irregularities in the ground surface shall be removed, and all edges clean and vertical. Sticks, stones, debris, and other similar material more than ½ inch in diameter shall be removed. Any objectionable depressions or other variances from a smooth grade shall be corrected. Topsoil Placement: Topsoil shall be placed and compacted with a minimum depth of four (4) inches. The amount of compaction required shall be as directed by the Engineer. Sod Placement: The minimum width for sod shall be one (1) foot. The area to be sodded shall be smooth. The sod shall be laid by staggering joints with all edges touching. On any slopes, the sod shall run approximately parallel to the slope contours. The Contractor shall water the sod once and notify the property owner in writing of the nature of the work that has taken place, that the sod has been only watered once, and provide the recommended watering schedule for new sod placement as recommended by the sod supplier. Sod placement/replacement required due to Contractor negligence shall follow the requirements of this section but shall not be measured and paid for under the terms of this contract. Seeding: Instances may arise when seeding is an appropriate option to sod installation or more appropriate for the location. In such instances, and as approved by the Engineer, the Contractor may install seed. Backfill, soil preparation, and topsoil placement shall be required as specified above. After installation of four (4) inches of topsoil, the Contractor shall rake the surface of the topsoil perpendicular to the concrete installation and DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 212 SEEDING, FERTILIZER AND SODDING Project Specifications- Page 24 of 53 install seed at a rate equivalent to one (1) pound per one thousand (1,000) square feet. The area shall then be re-rake parallel to the concrete installation to till the seed. Raking depth shall not exceed one half (1/2) inch. The area shall be carefully watered, insuring the seed has not been flushed from the surface or puddled in an area. The Contractor shall notify the property owner in writing of the nature of the work that has taken place, that the seed has been watered once, and provide the manufacturers’ recommendations for the watering schedule. The notice to the owner shall include, at a minimum, the following: “The seeded area shall be maintained in a moist condition during the germination period. The seed shall be watered a minimum of two (2) times per day or as needed to keep the area moist for a duration of approximately two (2) weeks. Windy or hot conditions may require additional watering and may extend the watering period.” BASIS OF PAYMENT Subsection 212.08 is revised to include the following: No measurement or payment shall be made for re-sodding or seeding lawns damaged by the Contractor adjacent to new concrete when the grade of the existing lawn reasonably matches the grade of the new concrete. Re- sodding and seeding in this instance shall be considered incidental to the work being performed. Seeding and Sod shall only be paid when requested by the Engineer for specific situations, shall be paid by the square foot at the contract unit price, and shall include full compensation for items noted below. In areas where the Engineer directs new work or the reconstruction area requires grade adjustment the placement of topsoil, sod, and sprinkler relocation will be provided by the City under separate contract. Payment shall be made under: Pay Item Unit 212.01 Sod Square Foot 212.02 Landscape/Irrigation Labor Hour The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in the placement of seeding and sodding, including haul, stockpiling, placing material, repairing sprinklers, watering or drying soil, compaction, finish grading, complete-in-place, and as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 304 AGGREGATE BASE COURSE Project Specifications- Page 25 of 53 Section 304 - AGGREGATE BASE COURSE - is hereby revised as follows: DESCRIPTION Subsection 304.01 is revised to include the following: This work shall consist of furnishing and placing one or more courses of aggregate base or recycled concrete on a prepared subgrade. MATERIALS Subsection 304.02 - Aggregate - is revised to include the following: Aggregate Base Course shall meet the grading requirements for Class 5. Recycled concrete may be substituted for Aggregate Base Course as authorized by the Engineer. Recycled asphalt shall not be used as subgrade beneath concrete sidewalk, curb, and gutter. CONSTRUCTION REQUIREMENTS Subsection 304.04 – Placing - is revised to include the following: The contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have been placed. Load slips shall be consecutively numbered for each day and submitted daily to the Engineer. Borrow or Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be paid for at the unit price for Borrow under Revision of Section 203, Excavation and Embankment. METHOD OF MEASUREMENT Subsection 304.07 is revised to include the following: The accepted quantities for Aggregate Base Course shall be measured and paid for at the contract unit price per ton at the proper moisture. Haul and water necessary to bring mixture to optimum moisture content including compaction efforts shall not be measured and paid for separately, but shall be included in the contract unit price for Aggregate Base Course. Aggregate Base Course shall be paid at 100% of the daily total amount as determined by the daily load slips submitted to and as accepted by the Engineer at the end of each day. The intended use of Aggregate Base Course is to bring the subgrade of the concrete repair area to finished grade. Aggregate Base Course contaminated from failure to protect open excavations shall not be paid. Borrow or Aggregate Base Course that is placed as a result of excavation of unsuitable subgrade shall be paid for at the unit price for Borrow under Revision of Section 203, Excavation and Embankment. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 304 AGGREGATE BASE COURSE Project Specifications- Page 26 of 53 BASIS OF PAYMENT Subsection 304.08 is revised to include the following: Payment shall be made under: Pay Item Unit 304.01 Aggregate Base Course/Recycled Concrete Base ≤ 5 Tons Ton 304.02 Aggregate Base Course/Recycled Concrete Base > 5 Tons Ton 304.03 Recycled Asphalt Base Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in the placement of Aggregate Base Course including haul and water, stockpiling, placing material, watering or drying soil, compaction, proof rolling, finish grading, complete-in-place, and disposal of unusable materials as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 403 HOT MIX ASPHALT Project Specifications- Page 27 of 53 Section 403 - HOT MIX ASPHALT - is hereby revised as follows: DESCRIPTION Subsection 403.01 is revised to include the following: This work shall consist of the placement of hot mix asphalt as a temporary repair to provide vehicle or pedestrian access, until such time as the permanent repair can be made. CONSTRUCTION REQUIREMENTS Subsection 403.03 is revised to include the following: ASPHALT PAVEMENT PRESERVATION “Asphalt Pavement Preservation” shall be measured and paid by the lineal foot along concrete gutter, drainage pans and aprons that were replaced with the project The Engineer shall assess the asphalt condition and determine the required removal. This item shall only be paid when the concrete removal can be accomplished without damage requiring permanent patching to the existing asphalt along the concrete toe base on the Engineers judgment. This item is provided as incentive to preserve the existing asphalt and provide compensation for additional costs that may be associated with the removal and restoration of the landscaping. TEMPORARY PATCHING In all concrete repair locations, the Contractor shall remove no more than six (6) inches in width of asphalt pavement. The pavement areas shall be temporarily patched with Hot Mix Asphalt grading ‘S’, ‘SX’, or as approved by the Engineer. Temporary asphalt patching shall be placed at the typical depth of two (2) inches. The depth of patching may be increased to a maximum depth of six (6) inches as directed by the Engineer. Prior to opening newly installed concrete to pedestrian or vehicular traffic, the contractor shall ensure that any changes in elevation to the adjacent surfaces have been remedied by the use of hot mix asphalt placed in a 12:1 wedge, or as directed by the Engineer. The asphalt used for this operation shall be measured and paid for under item 403.02 “Temporary Patching” until such time as the permanent repair can be made. Prior to installation of two (2) inches of temporary asphalt patching the Contractor shall use a bond breaking material (i.e., curing compound, form oil, etc), as approved by the Engineer. The bond breaking material shall be applied to the face of the new concrete adjacent to the temporary patch installation. Temporary asphalt depths greater than two (2) inches shall have a paper bond breaking material or other bond breaking method approved by the Engineer to mitigate damage to the new concrete during permanent patching. METHOD OF MEASUREMENT Subsection 403.04 is revised to include the following: The accepted quantities for Temporary Patching will be measured and paid for at the contract unit price per ton. Pavement cutting, excavation, subgrade preparation, haul, disposal, bond breaking material, installation, and bituminous material will not be measured or paid for separately, but shall be included in the contract unit price for Temporary Patching. Load slips shall be consecutively numbered for each day and shall include the batch time, asphalt grading, and weight of asphalt. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 403 HOT MIX ASPHALT Project Specifications- Page 28 of 53 BASIS OF PAYMENT Subsection 403.05 is revised to include the following: Payment shall be made under: Pay Item Unit 403.01 Asphalt Surface Preservation Lineal Foot 403.02 Temporary Patching Ton The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in Temporary Patching, including pavement cutting, excavation, haul, disposal, surface preparation, and bituminous materials, complete-in-place, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 601 STRUCTURAL CONCRETE Project Specifications- Page 29 of 53 Section 601 – STRUCTURAL CONCRETE - is hereby revised as follows: DESCRIPTION Subsection 601.14 – Finishing Hardened Concrete Surfaces - is revised to include the following: This work shall consist of preparing, rolling, spraying retarder, and exposing the sanded concrete surface sand including all materials, labor, tools and incidentals to obtain an exposed sand finish. The unit cost shall include the additional work and materials only for exposing the sand finish and shall be paid in addition to the unit cost for the item installed (i.e., Flatwork 4”, Flatwork 6”, etc.). Concrete shall meet the requirements specified in Revision of Section 608 and 609 contained herein. Material deviations from Revision of Section 608 and 609 shall be submitted and approved by the Engineer. CHI 027 Surface Treatment or approved equivalent shall be applied to the concrete surface to create the texture. The Engineer shall specify the depth of penetration of the retarder. Slabs may be sealed in accordance with the manufacture’s recommendations. The Contractor shall have a minimum of five (5) years’ experience exposing the sand finish for cast-in-place concrete. The Contractor shall submit a list of prior installation locations for review and evaluation for quality and installation expertise to the Engineer. The Contractor shall submit samples showing finish, color, and sealer including a color chart, product data, and equipment data. The slab thickness, jointing, reinforcement (if any), and expansion joint locations shall be approved by the Engineer. The Contractor shall place one (1) on-site test section determined by the Engineer to determine surface consistency. All concrete work shall be performed by a skilled Craftsman with a minimum of two (2) years’ experience in exposing the sand finish. A minimum of one qualified Craftsman is required at each finishing operation requiring exposed sand finish. The subgrade shall be prepared and forms installed as specified herein. After concrete placement, the Contractor shall screed the concrete to the finished grade. Exposed sand finish surfaces shall be prepared using a double drum roller tamps prior to floating. The roller shall provide uniformity during rolling including the surface areas in the corners of the slab. Deviations from this process must be approved 48 hours prior to scheduled placement of fresh concrete. The retarder shall be applied per the manufacturer’s recommendations using an approved sprayer to achieve a uniform and consistent application rate. Area(s) adjacent to the new installation shall be protected from damage as required by the Engineer. At the appropriate time, the concrete paste shall be washed from the surface with a power washer or other means as approved by the Engineer. The overall texture shall be free from texture deficiencies such as deep or shallow surface inconsistencies. Care shall be taken to contain the cement paste when washed from the concrete surface. Wattles or containment pits shall be required to ensure that no residue runs through the gutter or enters inlets. The method of containment shall be approved by the Engineer. The paste residue shall be removed from the site and properly disposed. After the initial curing period the surface of the slab shall be sealed. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 601 STRUCTURAL CONCRETE Project Specifications- Page 30 of 53 METHOD OF MEASURMENT Subsection 601.19 shall be amended to include the following: Concrete placement shall be in accordance with Revision of Section 608 and 609. Concrete materials, placement, forming, subgrade preparation, including equipment, tools, and labor to install concrete shall not be included under “Exposed Sand Finish – Up Charge” and shall be paid at the contract unit price for the corresponding type of installation (i.e., Flatwork 4”, Flatwork 6”, etc.) “Exposed Sand Finish – Up Charge” shall be measured and paid by the square foot at the contract unit price for the accepted quantities and shall include labor, materials, and equipment for retarder application, tamp rolling, exposing the sand finish, storm water protection, and cleanup. BASIS OF PAYMENT Subsection 601.20 shall be amended to include the following: Payment will be made under: Pay Item Unit 601.01 Exposed Sand Finish – Up Charge Square Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all additional work involved in “Exposed Sand Finish – Up Charge” as specified in these specifications, as shown on the plans, and as directed by the Engineer. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 602 REINFORCING STEEL Project Specifications- Page 31 of 53 Section 602 – REINFORCING STEEL - is hereby revised as follows: DESCRIPTION 602.01 This work consists of furnishing and placing reinforcing steel in accordance with these specifications and in conformity with the plans. MATERIALS 602.02 Reinforcing steel and welded wire fabric that will be furnished either uncoated or epoxy coated shall meet the requirements of subsection 709.01. The coating material shall be a light colored powdered epoxy resin which will highlight rusting of untreated bar areas. Reinforcing steel that requires welding shall conform to ASTM A 706. Welding shall be done in accordance with ANSI/AWS D1.4. All accessories, including reinforcing steel supports, ties, and splicers used in conjunction with epoxy coated reinforcing steel, shall be plastic or epoxy coated. Reinforcing steel not identified on the plans as epoxy coated may be supplied as epoxy coated, at the Contractor's option, at no additional cost to the Department. Length of lap splices for epoxy coated reinforcing steel shall be in accordance with AASHTO Standard Specifications for Highway Bridges, unless otherwise specified. CONSTRUCTION REQUIREMENTS 602.03 Bar List. Two copies of a list of all reinforcing steel and bending diagrams shall be furnished to the Engineer at the site of the work at least one week before the placing of reinforcing steel is begun. Such lists will not be reviewed for accuracy. The Contractor shall be responsible for the accuracy of the lists and for furnishing and placing all reinforcing steel in accordance with the details shown on the plans. Bar lists and bending diagrams which are included on the plans, do not have to be furnished by the Contractor. When bar lists and bending diagrams are included on the plans, they are intended for estimating approximate quantities. The Contractor shall verify the quantity, size and shape of the bar reinforcement against those shown on the plans and make all necessary corrections before ordering. 602.04 Protection of Materials. Reinforcing steel and its epoxy coating shall be protected at all times from damage. When placed in the work, the reinforcing steel shall be free from dirt, loose mill scale, paint, oil, loose rust, or other foreign substance. METHOD OF MEASUREMENT 602.07 The weight of reinforcing steel for payment will not be measured but shall be the quantities designated in the Contract; except, measurements will be made for revisions requested by the Engineer, or for an error of plus or minus 2 percent of the total weight shown on the plans for each structure. Prospective bidders shall verify the weight of reinforcing steel before submitting a proposal. Adjustment will not be made in the weight shown on the plans, other than for approved design changes or for an error as stipulated above, even though the actual weight may deviate from the plan weight. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 602 REINFORCING STEEL Project Specifications- Page 32 of 53 The computed weight of epoxy coated reinforcing bars will be based on the nominal weight before application of the epoxy coatings. Nominal weights for various bar sizes are shown below. Bar Size Weight per Linear Foot in Pounds Bar Size Weight per Linear Foot in Pounds ¼ inch 0.167 No. 8 2.670 No. 3 0.376 No. 9 3.400 No. 4 0.668 No. 10 4.303 No. 5 1.043 No. 11 5.313 No. 6 1.502 No. 14 7.650 No. 7 2.044 No. 18 13.600 BASIS OF PAYMENT 602.08 The accepted quantities of reinforcing steel will be paid for at the contract unit price per pound. No allowance will be made for supports, clips, wire or other material used for fastening reinforcement in place. Pay Item Unit 602.01 Reinforcing Steel Pound 602.02 Reinforcing Steel – Epoxy Coated Pound DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 604 INLETS AND CULVERTS Project Specifications- Page 33 of 53 Section 604 - INLETS AND CULVERTS - is hereby revised as follows: DESCRIPTION Subsection 604.01 shall be amended to include the following: This work shall consist of the installation of, or removal and replacement of inlets, inlet decks, and sidewalk culverts in accordance with these specifications, and in reasonably close conformity with the lines and grades shown on the plans or established by the Engineer. CONSTRUCTION REQUIREMENTS Subsection 604.04 - Manholes, Inlets, and Meter Vaults - is revised to include the following: Type R Inlets shall be installed per CDOT M&S Standards, latest revision, standard plan number MS-604-12. Care shall be taken during removals to salvage hardware material to the maximum extent feasible (i.e., frames, grates, adjustable bonnets, angle iron faces, steel rods, etc.). Salvable material shall be reinstalled in the structure or remain the property of the City of Fort Collins and shall be stockpiled by the Contractor at specified locations within the project limits. The Contractor shall safeguard salvable materials and shall be responsible for the expense of repairing or replacing damaged or missing material until it is re-incorporated into the work or is loaded onto City equipment by the Contractor. All reinforcing steel encountered during removal shall be replaced with new steel of the grade and size as shown on the details found herein and shall not be measured and paid for separately. When concrete is to be removed and replaced around an existing grate without disturbing the deck or basin, this shall not constitute “Reconstruct Inlet Deck”. These locations shall be measured and paid for separately under the items described in Revision of Sections 608 and 609. Expansion joint material shall be installed every 500' in long runs and between the new structure and existing concrete slabs, where called for, and around fire hydrants, poles, inlets, sidewalk culverts, mid-block ramps, radius points at intersections, and other fixed objects (i.e., slabs or curbs). Expansion joint material shall be full depth, installed vertically, and in accordance with the CDOT M&S Standards for Concrete Pavement Joints, MS-412-1. The joint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section 412.18, sealing joints. METHOD OF MEASUREMENT Subsection 604.06 is revised to include the following: Items defined with “Remove & Replace”, for each inlet type and concrete sidewalk culvert, shall be measured and paid per each under the corresponding type of inlet, shall include two, three and one-half foot (3.5) transitions measured from inside face of box on each side, and shall include furnishing new hardware material (i.e., bonnet, frame, grate, etc.). “Material Only” items for the corresponding structures shall not be paid in addition to items designated “Remove & Replace”. Items defined with “Reconstruct”, for each inlet type shall be measured and paid per each under the corresponding type of inlet, shall include two three and one-half foot (3.5) transitions measured from inside of face of box on each side, and shall include salvaged hardware material (i.e., bonnet, frame, grate, etc.) When only the throat (gutter area only, excluding the hood/deck) of the inlet is marked for repair, the installation shall be measured and paid by the square foot under Revision of Section 608 and 609, “Crosspan 8” – Remove & Replace”. “Material Only” items shall be paid per each only when existing material for the structure cannot be salvaged, does not meet current specifications, cannot be provided by the City, or as requested by the Engineer. “Material Only” shall be paid in addition to the “Reconstruct Inlet Deck” or “Metal Sidewalk Culvert - Salvaged DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 604 MANHOLES, INLETS, AND CULVERTS Project Specifications- Page 34 of 53 Material” items for the corresponding structure as directed by the Engineer. “Material Only” shall not be paid when damage to the existing hardware material was due to construction operations or carelessness during removal and shall be replaced by the Contractor at the Contractors expense. The Contractor shall notify the Engineer immediately when issues prevent salvage of the existing material. “Metal Sidewalk Culvert - Salvaged Material” shall be measured and paid per each and shall include reinstallation of salvaged hardware material (i.e., frame, grate, etc.). The Contractor shall provide new brass or galvanized screws for the plate reinstallation. “Metal Sidewalk Culvert – Salvaged Material” shall be constructed per the standard details contained herein for Attached Vertical and Drive-Over Curb and Gutter (details D-10, D-11) with the following modifications: Concrete for the floor beneath the metal plate shall be three (3) feet wide centered beneath the plate. The subgrade beneath the concrete floor shall be compacted, firm, and non-yielding and have a transition slope length of one (1) foot beyond the floor on each side (see details D -10 and D-11, sections B-B) and shall be sloped to match the bottom of the grade for the adjacent or proposed concrete sidewalk. Expansion material shall be installed full depth and set vertically at the top of the subgrade slope on each side of the chase. The typical structure length, measured parallel with the sidewalk, shall be five (5) feet with fifteen (15) inches on each side from the edge of the plate to the expansion material. ‘Metal Sidewalk Culvert’ shall not include adjacent sidewalk beyond the five (5) feet structure dimension.” The installation of the plate shall typically be aligned flush with the back of the existing sidewalk and shall be offset from the vertical plane of the flow line by a minimum of three (3) inches. Dimension variances of existing plates and offset from the flowline shall be field fit to match existing conditions and shall be modified as directed by the Engineer. In no case shall the plate extend flush with the vertical plane of the flow line or be less than four (4) feet when measured perpendicular to the sidewalk. Hollywood style curb and gutter, an exception to standard installations, shall be installed as directed by the Engineer and measured and paid as agreed between Contractor and Engineer utilizing existing pricing to the maximum extent possible. “Metal Sidewalk Culvert – Material Only” shall be measured and paid per each based on 11.25 square feet (standard plate size) and shall be paid only when existing material cannot be salvaged, does not meet criteria, cannot be provided by the City, or as requested by the Engineer. “Material Only” shall be paid in addition to the “Metal Sidewalk Culvert - Salvaged Plate”. The standard dimensions shall be two feet six inches (2.5’ measured parallel with sidewalk) by four feet six inches (4.5’ measured perpendicular to sidewalk), or 11.25 square feet. Actual dimensions may vary and shall be verified. “Metal Sidewalk Culvert - Additional 5/8” Plate” shall be measured and paid by the square foot, shall include the 5/8” thick plate and frame as designated in the drawings contained herein, and shall be the basis to increase or decrease payment when variances from the typical structure sizes are required. The cost per square foot shall be used to add or deduct from payment under “Additional Square Foot Plate”. Payment shall be made in addition to “Metal Sidewalk Culvert – Material Only”. “Concrete Sidewalk Culvert” shall be constructed per the standard detail contained herein (D-12) with the following modifications: The #5 bars shown in Detail D-12, section C-C, shall be extended to the end of the transitions on both sides of the culvert and shall have three (3) inches of clearance from the expansion material installed at each end of the culvert. Expansion material shall be full depth and set vertically on each side of the culvert. When only the throat (gutter area only, excluding the hood/deck)) of an Inlet, Sidewalk Chase, or Concrete DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 604 MANHOLES, INLETS, AND CULVERTS Project Specifications- Page 35 of 53 Sidewalk Culvert” is marked for repair, the installation shall be measured and paid by the square foot under Revision of Section 608 and 609, “Crosspan 8” – Remove & Replace”. The thickness of the expansion material shall be one half (1/2) inch or one (1) inch as directed by the Engineer. Expansion shall be measured and paid as “Expansion” by the lineal foot under Revision of Section 608 and 609, “Expansion”. Sawcutting for items contained in this section shall be incidental to the work and shall not be measured and paid for separately. Erosion control measures used during sawcutting are considered incidental to all sawcutting operations and shall not be measured and paid for separately. BASIS OF PAYMENT Subsection 604.07 is revised to include the following: Payment shall be made under: Pay Item Unit 604.01 Install New Area Inlet Each 604.02 Area Inlet – Additional Foot Depth Lineal Foot 604.03 Reconstruct Area Inlet Deck – Remove & Replace Each 604.04 Reconstruct Area Inlet Deck - Additional Foot Opening – Remove & Replace Lineal Foot 604.05 Reconstruct Catch Basin Deck – Remove & Replace Each 604.06 Reconstruct Catch Basin Deck – Additional Foot Opening - Remove & Replace Lineal Foot 604.07 Install New Curb Inlet – 4’ Opening Each 604.08 Curb Inlet – 4’ Opening – Additional Foot Depth Lineal Foot 604.09 Reconstruct Curb Inlet Deck – Remove & Replace Each 604.10 Reconstruct Curb Inlet Deck – Additional Foot Opening – Remove & Replace Lineal Foot 604.11 Install New Type R Inlet – 5’ Opening Each 604.12 Type R Inlet – 5’ Opening - Additional Foot Depth Lineal Foot 604.13 Reconstruct Type R Inlet Deck – Remove & Replace Each 604.14 Reconstruct Type R Inlet Deck- Additional Foot Opening – Remove & Replace Lineal Foot 604.15 Install New Modified Type 13 Curb Inlet (includes new Frame, Grate, & Adjustable Curb Bonnet) Each 604.16 Modified Type 13 Curb Inlet - Additional Foot Depth Lineal Foot 604.17 Reconstruct Modified Type 13 Curb Inlet Deck – Remove & Replace Each DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 604 MANHOLES, INLETS, AND CULVERTS Project Specifications- Page 36 of 53 604.18 Reconstruct Modified Type 13 Curb Inlet Deck - Additional Foot Opening Remove & Replace Lineal Foot 604.19 Modified Type 13 Curb Inlet – Material Only (Frame, grate and adjustable Curb Bonnet - East Jordan Iron Works 7030 or equivalent) Each 604.20 Concrete Sidewalk Culvert – 4’ Opening – Remove & Replace Each 604.21 Metal Sidewalk Culvert – 2’ Opening – Remove & Replace Each 604.22 Metal Sidewalk Culvert – 2’ Opening – Material Only Each 604.23 Additional Square Foot 5/8” Plate Square Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Inlets and Culverts, including demolition, disposal, reinforcement, and materials, complete-in-place, as specified in these specifications, as shown on the plans, and as directed by the Engineer. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 608 & 609 SIDEWALK AND BIKEWAYS & CURB AND GUTTER Project Specifications- Page 37 of 53 Sections 608 and 609 - SIDEWALKS AND BIKEWAYS and CURB AND GUTTER - are to be deleted and replaced with the latest revision of the Larimer County Urban Area Street Standards, except as noted herein: DESCRIPTION This work consists of the construction of concrete sidewalks, curb and gutter, drive approaches, aprons, crosspans, pedestrian access ramps, and concrete pavement in accordance with these specifications and in conformity with the lines and grades shown on the plans or established by the Engineer. MATERIALS The mix designs for all types of concrete to be utilized shall be determined by the Contractor, submitted to the Engineer two weeks prior to beginning work, and approved a minimum of one week prior to the beginning of construction. Cement used shall conform to the Standard Specification for Portland Cement, ASTM C 150-85, AASHTO M85, Type I, Type I/II, or Type III. The sulfate exposure for all concrete shall be Class 2 unless otherwise specified on the plans. Sulfate resistance requirements shall be followed as stated in 601.04 Sulfate Resistance in the 2017 Colorado Department of Transportation (CDOT) Standard Specifications for Road and Bridge Construction. The air content shall be four (4) percent to eight (8) percent. “High Early” concrete shall be used for all concrete repair locations. “High Early” concrete shall have a specified required field compressive strength of 4000 psi and a minimum 48 hour compressive strength of 3000 psi. The concrete shall have a maximum water/cement ratio of 0.45. The type of concrete placed at a particular location may be modified by the Engineer but shall not have less than the minimum required compressive strength specified herein and shall be approved by the Engineer. See Section 10.5.2 ‘Rigid Pavement Design’ Section 22.4 Non-Structural Concrete and Section 22.5.5 ‘Portland Cement Concrete Pavement’, in the “Larimer County Urban Area Street Standards for Street Construction”. Water Reducing Agents shall conform to ASTM C 494- 82. Accelerating Agents shall conform to ASTM C 494-82. Calcium Chloride shall not be utilized as an accelerating agent. The Contractor shall furnish a load slip containing the information required by AASHTO M157, Section 13, Subsection 13.1 and 13.2, with each batch of concrete. In addition, the type of concrete (mix code) shall be shown on each load slip and a copy of the batch weights shall accompany each concrete ticket. Concrete delivered without a load slip containing complete information as specified will be subject to rejection. Curing materials shall be white pigmented liquid linseed oil based or paraffin based curing compound, and shall conform to ASTM Specification C 309-81 Type II, Class B. The application rate for curing compound shall be a minimum of 150 sq. ft./gal. The curing compound shall be applied immediately upon completion of the finishing in a uniform pattern resulting in complete coverage of the exposed concrete area. Curing compound shall also be sprayed on the concrete surfaces after removal of the forms (back of curb and toe face of gutter). CONSTRUCTION REQUIREMENTS “Remove and Haul Fillet” shall be defined as concrete or asphalt installed in the flow line of the gutter and shall be paid per each. Care shall be taken during removal of fillets to protect the existing concrete sidewalk and gutter from damage. Any damage to the existing concrete shall be repaired or replaced at the Contractors expense. Monolithic hybrids of curb, gutter, sidewalk and high-back vertical curb and gutter will be replaced using the same configuration as it was originally installed, unless a flaw in its engineering should become apparent. In these cases, the design may be modified by the Engineer. The finished exposed surface and edging of the concrete shall have a broomed finish. Smooth surfaces around the perimeter of the adjoining concrete shall not be matched unless directed by the Engineer. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 608 & 609 SIDEWALK AND BIKEWAYS & CURB AND GUTTER Project Specifications- Page 38 of 53 All newly installed concrete shall be date stamped by the Contractor. If the installation is larger than one concrete section, only one stamp per area of installation shall be required. The stamp shall include the Contractor’s name and year of installation. The concrete shall be stamped at the appropriate curing time so the Contractor’s name and year of installation are clearly legible. Typically, the stamp shall be installed at the back edge of the sidewalk, on the right-hand side when viewing the installation from the street, or as directed by the Engineer. The maximum spacing for transverse joints in crosspans, concrete pavement, and sidewalk shall be ten (10) feet or as directed by the Engineer. All concrete control joints shall be tooled to one quarter (1/4) of the concrete thickness or as directed by the Engineer. All construction joints for crosspans and/or aprons adjacent to new or existing concrete shall be constructed in accordance with the detail for "Concrete Construction Joints" contained herein. This item will not be measured or paid for separately under the terms of this contract. Forms shall be installed at the full depth of the concrete placement. The Contractor shall be responsible for the protection of the subgrade and/or base course until the concrete is placed. The Contractor shall protect the concrete against moisture loss, rapid temperature change, rain, flowing water, mechanical injury, pedestrian and vehicular traffic, and Contractor's equipment for a minimum of 36 hours after the placement of curing compound for 48-hour high early concrete. Asphalt patching against fresh concrete shall not be permitted during the time frames for protection of the concrete. The Contractor shall not sprinkle water on the surface of the newly placed concrete to assist with finishing. The use of a finishing aide may be approved on a limited case by case basis only when the material to be used has been submitted to the Engineer for approval prior to use in the field. Concrete blankets shall be used when the ambient temperature is expected to fall to 32ºF or below within 36 hours after placement and shall remain in place for a minimum period of 36 hours for 48-hour high early concrete. This item will not be measured or paid for separately under the terms of the contract. The debris immediately adjacent to a concrete repair location shall be completely cleaned up on the work day following the placement of the concrete. If required, the concrete shall be protected as stated above. Any damage caused during the cleanup process shall be the Contractor's responsibility. In locations where concrete pavement is replaced, the new pavement shall have a minimum thickness of eight (8) inches. Existing pavement shall be saw cut to obtain a straight and neat edge for paving and shall be deep enough to cut through the entire pavement thickness. The subgrade plane shall not vary more than one half (1/2) inch in ten (10) feet. All concrete pavement joints shall be sealed with an approved concrete joint filler material, in accordance with the detail for “Concrete Pavement Joints” contained herein or as directed by the Engineer. The cost for joint sealing shall be paid under 608.44 “Joint Sealant (Pavement)”. The top of the new pavement shall be even with the existing concrete pavement and the newly installed concrete shall be consolidated with a mechanical vibrator. All construction joints shall be tied and doweled except for expansion joints, joints along existing curb and gutter, and contraction joints, in accordance with the CDOT 412.1 detail for “Concrete Pavement Joints” contained herein. All retro-fit, remove and replace, new paving panels shall be connected to the adjacent existing pavement with 18-inch deformed #5 epoxy coated tie bars drilled into the existing pavement as shown Section 3000, Detail M-412-1 of this document. Tie bar installation, materials and labor will be incidental to the work being performed. As directed by the engineer, traverse paving joints between contiguous panels shall have smooth, load transfer dowels per section DC on detail M-412-1. The holes may be drilled so the rebar fits snuggly or installed using an approved concrete adhesive. Dowel bars for adjacent panels shall be coated entirely with a bond breaking material approved by the Engineer. Load transfer dowels will be paid for under section 602 of this document (bid line items 602.01 or 602.02). DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 608 & 609 SIDEWALK AND BIKEWAYS & CURB AND GUTTER Project Specifications- Page 39 of 53 When a batch of concrete delivered to the site does not conform to the minimum specified air content, an air entraining admixture shall not be allowed to be added on site. Restoration of landscape shall be in accordance with Revision of Section 107, “Safety and Protection and Restoration of Property and Landscape" found herein. The time frame for restoration shall be within two (2) working days from the time the concrete was placed for backfill with topsoil and by no later than the end of the first working day of the following week for sod replacement. Concrete washout/truck washout areas shall be contained in such a manner that no visual evidence of cement or aggregate spoils remain on the site. In addition, direct washout to curb and gutter flow lines or inlet structures is prohibited. Washout may be accomplished by use of an identified off-site location or a designated spoil/base pile (see Section 208 Erosion Control and Inlet Protection), and shall include the placement of a Stormwater Protection Device on the downstream side of the washout area. Methods shall be submitted and approved by the Engineer. Flagstone sidewalk, brick pavers and trolley roadbed bricks shall be salvaged to the maximum extent feasible. All flagstones, pavers, and bricks shall become the property of the City of Fort Collins. Flagstones shall be hauled by the Contractor and delivered to the City’s site located at 1500 Hoffman Mill Road. Loading, unloading, and hauling shall not be measured and paid for separately but shall be included in “Remove Concrete”. In areas where the Engineer directs the re-setting of flagstone, the existing flagstone shall be salvaged and reset on a compacted base. The elevation of the flagstone shall match as closely as possible the surface treatment of the surrounding area. METHOD OF MEASUREMENT Sawcutting related to the items in this section shall be considered a subsidiary obligation of the Contractor, and shall not be measured or paid for separately. Erosion control measures used during sawcutting shall be considered incidental and shall not be measured or paid for separately. “Remove Concrete” shall include removal and disposal or salvage of existing asphalt, concrete, or flagstone. This item shall be paid where the Engineer directs removal only, and removal is not already being paid under another item. “Apron 8” shall be paid by the square foot and, when installed on a radius, shall include the area of 8-inch Pavement from the back of the curb to the apron legs (A and C) and from point of curvature to point of curvature. The area of an Apron shall be calculated as follows (see diagram below): DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 608 & 609 SIDEWALK AND BIKEWAYS & CURB AND GUTTER Project Specifications- Page 40 of 53 ((A*C) - (π (A-B) (C-D)/4)) Truncated Domes “Vertical Curb, Gutter, and 6” Sidewalk” shall be measured by the lineal foot and shall include 4 feet of sidewalk from back of the curb to the back of sidewalk, if over this width of sidewalk shall be paid under flat work four or six inch. See detail FC1602 in Section 3000 of this Document. “Pedestrian Access Ramp” shall be measured by the square foot and shall include the area between the back of the curb and both points of curvature, if on the radius, or the top of transition if mid-block. “Pedestrian Access Ramp Highback Curb” shall be measured by the square foot. The width shall be measured from the back of the curb to the top of the transition at the back of the ramp, and the length shall be measured at the midpoint from PT to PC. All Pedestrian Access Ramps shall use details contained herein as guidance. All ramps will be field designed to meet ADA requirements and city objectives. Form work shall be approved by the executing engineering representative before concrete placement. “Add Domes to Existing Ramp” shall be measured by the square foot (SF). The length and width shall be measured as per the area removed from the existing ramp, as directed by the City Engineer. This area of new concrete shall have a minimum thickness of six (6) inches, and shall have 18-inch #5 dowel bars at 12 inches on center, or as directed by the Engineer. “Add Truncated Domes to Existing Ramp – Dry Set Placement” is intended for use on existing ramps that will not be reconstructed and do not currently have truncated dome panels. This item shall be measured and paid for by the square foot (SF) of truncated panels used and is intended to cover all costs associated with the installation of the dome panels per the manufactures instructions. The City of Fort Collins will supply the dome panels in either a two-foot by two-foot (2’ x 2’) or a two-foot by four-foot (2’ x 4’) variety. The work included in this installation may include: cleaning the existing surface, applying adhesive, impact drill, and installing hardware, and any other specific instructions per the manufactures specifications. The truncated dome panels shall be provided by the City of Fort Collins from the following providers: TufTile – www.tuftile.com Armor-Tile - www.armor-tile.com An approved equal with similar installation processes as outlined above Please view the websites listed above for specific manufacturing instructions and further information regarding the supplied products “Truncated Dome Panels” shall be paid by the square foot, placed in all pedestrian access ramps, and shall be paid in addition to “Pedestrian Access Ramp”, “Pedestrian Access Ramp Highback Curb”, or “Add Domes to Existing Ramps”. This item shall include all labor, materials, and surface preparation to supply and place the A C B D DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 608 & 609 SIDEWALK AND BIKEWAYS & CURB AND GUTTER Project Specifications- Page 41 of 53 panels at pedestrian access ramps. Truncated dome panels shall be cast iron, and shall meet all American with Disabilities Act (ADA) requirements. The type of truncated dome panels to be used shall be submitted to the Engineer for approval prior to installation. Dome panels shall be placed at the same time as the initial ramp placement. There shall be no voids beneath the bottom of the dome panels and the concrete. “Colored Concrete San Diego Buff – Upcharge” shall include the additional cost for the color additive only and shall be measured and paid by the square foot in addition to the corresponding item installed (i.e., Flatwork 6”, Splashblock 4”). “Alley Approach 8” shall be measured by the square foot from the lip of the gutter (if the gutter has been removed) to the back of the sidewalk and the width shall be measured at the midpoint. “Expansion” shall be measured and paid by the lineal foot. The thickness shall be one half (1/2) inch to three quarter (3/4) inch, and be installed every 500' in long runs and between new structure slabs, existing concrete slabs, and around fire hydrants, poles, inlets, sidewalk under-drains, mid-block ramps, radius points at intersections, and other fixed objects (i.e. ends of sidewalk slabs and curbs), as directed by the Engineer. Expansion joint material shall be full depth, set vertically, and installed in accordance with the CDOT M&S Standards for Concrete Pavement Joints. The joint shall be edged with a suitable edging tool. “Exposed Aggregate – Up Charge” shall include only the additional cost for exposing the aggregate including labor, water, other incidentals, and clean up related to exposing the surface aggregate and shall be measured and paid by the square foot in addition to the corresponding item installed. (i.e., Flatwork 6”, Splashblock 4”). “Reset Flagstone” shall be measured and paid by the square foot of re-set area in addition to “Remove Concrete”. Material for leveling, moisture conditioning, and labor for installation and compaction shall not be paid separately. “Haul & Dispose Concrete with Wire/Rebar” shall be paid for separately by the ton only when the Hoffman Mill site does not accept concrete containing wire and/or rebar. Weight slips shall be required for each load transported to any locations other than Hoffman Mill. “Exposed Sand Finish – Up Charge” shall be measured and paid by the square foot for the accepted quantities and shall include retarder material and application, tamp rolling, and exposing the sand finish, including retarding, sealer, equipment, labor, storm water protection, and cleanup. “6” Wide Concrete Placed Barrier Curb, Doweled” shall include doweling number 5 bar at eighteen inches on center verticals, 8 inch minimum in length. Doweled bars shall sit two inches below top of curb. New Curb width shall match existing, See detail FC703 in Section 3000 of this Document. “6” Wide Concrete Re-Set in Place Barrier Curb Doweled” shall include doweling a number 5 bar 2 – 6 Foot on center verticals, 8 inch minimum in length thru the top of the existing curb and into the existing pavement a minimum of 4 inches, leaving the top of the dowel 2” from the top of curb and filling hole with an approved sealer. There shall be A Minimum of two dowels installed per section of curb or as directed by the City Representative. Pay items followed by “Remove & Replace” shall include all labor, materials, tools, equipment, and incidentals, and all work involved in the removal and installation, complete-in-place, including sawcutting, hauling, disposal, etc. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 608 & 609 SIDEWALK AND BIKEWAYS & CURB AND GUTTER Project Specifications- Page 42 of 53 BASIS OF PAYMENT Subsection 608.06 shall be amended to include the following: Payment shall be made under: Pay Item Unit 608.01 Driveover Curb, Gutter and 6" Sidewalk Lineal Foot 608.02 Driveover Curb and Gutter - No Sidewalk Lineal Foot 608.03 Vertical Curb, Gutter and 6" Sidewalk Lineal Foot 608.04 Vertical Curb and Gutter - No Sidewalk Lineal Foot 608.05 Out Fall Curb and Gutter Lineal Foot 608.06 Hollywood Curb, Gutter and 6” Sidewalk Lineal Foot 608.07 Hollywood Curb and Gutter - No Sidewalk Lineal Foot 608.08 Highback Curb and Gutter - No Sidewalk Lineal Foot 608.09 Barrier Curb – 6” x 18” Lineal Foot 608.12 Mountable Curb – 12” x 18” Lineal Foot 608.15 Pedestrian Access Ramp Square Foot 608.16 Pedestrian Access Ramp, Highback Curb Square Foot 608.17 Truncated Dome Panel Square Foot 608.18 Apron - 8” Square Foot 608.19 Crosspan – 8” Square Foot 608.20 Valley Pan – 6” Square Foot 608.21 Flatwork - 4" Square Foot 608.22 Flatwork - 6" Square Foot 608.23 Replace Flatwork - 1" Additional Depth Square Foot 608.24 Concrete Pavement - 8” Square Foot 608.25 Alley Approach - 8” Square Foot 608.26 Enhanced Crosswalk – 10” Tile Red Square Foot 608.27 Enhanced Crosswalk – 10” San Diego Buff Square Foot 608.28 Enhanced Crosswalk – 10” Brick Red, Stamped Square Foot DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 608 & 609 SIDEWALK AND BIKEWAYS & CURB AND GUTTER Project Specifications- Page 43 of 53 608.29 Colored Trail with Fibermesh – 5” Yosemite Brown Square Foot 608.30 Mow Strip – 4” x 12” Lineal Foot 608.31 Splashblock – 4” Exposed Aggregate Square Foot 608.32 Splashblock – 4” San Diego Buff Square Foot 608.33 Media Cover – 4” San Diego Buff Square Foot 608.34 Fibermesh – Added to Any Item - Additional Charge Pounds/Cubic Yard 608.35 24 Hour High Early Concrete Added to Any Item - Additional Charge Cubic Yard 608.36 Stamp Pattern – Added to Any Item - Additional Charge Square Foot 608.37 6” Concrete Bollard Each 608.38 8” Concrete Bollard Each 608.39 Flowable Fill Cubic Yard 608.40 Non-reinforced Concrete Wall – 8” Square Face Foot 608.41 Non-reinforced Concrete Footer – 8” Square Foot 608.42 Concrete Staining/Sealing Square Foot 608.43 Expansion Material Lineal Foot 608.44 Joint Sealant (Pavement) Lineal Foot 608.45 Irrigation Sleeve Lineal Foot 608.46 Dump Fee Ton 608.47 6" Concrete Median Barrier Curb, Placed (Detail FC703 – Section B) Lineal Foot (8” Bar paid under 608.48) 608.48 6" Concrete Median Barrier Curb, Drilled (Detail FC703 – Section C) Each 608.49 Add Domes to Existing Ramp – Remove and Replace Square Foot 608.50 Add Domes to Existing Ramp – Dryset Placement Square Foot The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals. Removal and replacement shall be paid for separately as specified in these specifications, and as directed by the City Representative. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 630 PAVEMENT MARKINGS Project Specifications- Page 44 of 53 Section 630 – CONSTRUCTION ZONE TRAFFIC CONTROL - is hereby revised as follows: DESCRIPTION Subsection 630.01 shall be amended to include the following: This work shall consist of furnishing, installing, moving, maintaining, and removing temporary construction traffic control devices, including but not limited to signs, advance warning arrow panels, variable message boards, barricades, channelizing devices, and delineators as required by the latest revisions of the City of Fort Collins “Work Area Traffic Control Handbook,” the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the Larimer County Urban Area Street Standards (LCUASS), and the Colorado Department of Transportation Road and Bridge Standard Specifications (CDOT). In the event of a conflict between the MUTCD criteria and the City's criteria, the City of Fort Collins criteria shall govern. MATERIALS Subsection 630.02 – Signs and Barricades - is revised to include the following: All traffic control devices shall meet or exceed the required minimum standards set forth in the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD. Traffic control devices shall be clean and in good operating condition when delivered and shall be maintained on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed out information, information written in long-hand, etc.) Sign blanks with sign faces on both sides must have the back sign face covered when in use to avoid confusion to motorists and bicyclists traveling in the opposite direction and residents potentially affected by information the sign may present. CONSTRUCTION REQUIREMENTS Subsection 630.10 – Transportation Management Plan - is revised to include the following: CONTRACTOR RESPONSIBILITY The Contractor shall be responsible for ensuring safe passage through the work zone for vehicles, pedestrians, and bicycles. The City of Fort Collins shall not be responsible for any loss or damage to equipment due to theft or vandalism or for any damages to public or private property caused by the Contractor’s construction activities. Private or public property which is damaged by the Contractors’ installation, equipment, or employees will be the sole responsibility of the Contractor. The Contractor may be required to use Variable Message Boards to advise road users about upcoming work on Arterial and Collector streets as required by Traffic Operations through the approved traffic control plan. When required, the Engineer will issue direction for the number of boards, general locations for placement, and message verbiage. The typical quantity of Variable Message Boards shall be: Six (6) on Arterial streets, four (4) on Collector streets, none on Residential streets, but may be modified as directed by the Engineer. Variable Message Boards shall be placed a minimum of 5 working days prior to the project start date. If full closures on Arterial and Collector streets are authorized, Variable Message Boards shall remain in place until completion of the project. Lane closures on Arterial and Collector streets shall require message boards to remain in place for two days after starting work. Fully automated Variable Message Boards shall be installed and operate continuously during the afore mentioned durations on Arterial and Collector streets. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Project Specifications- Page 45 of 53 Two-way traffic shall be maintained at all times unless approved by the Engineer. Lane width shall be maintained at a minimum of ten (10) feet between traffic control devices. The Contractor will provide 24 hour minimum notice to the City of Fort Collins Traffic Department when project operations will be near a signalized intersection. TRAFFIC CONTROL PLAN - GENERAL Hand drawn plans shall NOT be accepted. Notification of residents and businesses shall be the responsibility of the Contractor, Contractor Representative, Traffic Control Supervisor or the Traffic Control Supervisor Representative and shall consist of distributing letters indicating the nature of the work to be completed, any special instructions to the residents (i.e. limits on lawn watering during concrete placement, etc.), dates and times of the work, and parking and access restrictions that will apply. Sample notifications shall be submitted to the Engineer for review prior to starting the project. Notification letters or door hangers shall include a local phone number which residents with questions may use to contact the Contractor and a link to the City of Fort Collins Street Department web site where citizens may find additional information and project updates at “www.fcgov.com/streets”. Only approved notifications shall be distributed a minimum of 48 hours prior to the commencement of each phase of the Work. Traffic Control Plans shall be submitted for approval prior to commencement of all work. Traffic control conditions vary significantly in the field and the Contractor is responsible for submitting traffic control plans for each work location. Minimum traffic control requirements for Arterial, Collector, and Residential streets are contained herein. Plans shall be specific to the project area showing street names, existing signing and striping conditions at intersections and the location for proposed devices. Devices temporarily not in use shall be removed from the area. Moving shall include devices removed from the project and later returned to use. Devices may be temporarily placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists, and vehicles, as approved by the Engineer. Traffic control devices shall be removed from the site immediately upon completion of the work for any street(s). In the event there is a safety issue, the Engineer may issue a “Stop Work Order” until the issue(s) is corrected. The Contractor shall not be entitled to any additional compensation for delays associated with the “Stop Work Order”. Approved traffic control plans shall be available on site at all times for review and inspection. See Revision of Section 104. TRAFFIC CONTROL PLAN - PROJECT Traffic control plans shall be submitted for all work locations prior to commencement of any work. Plans shall be submitted along with the City of Fort Collins Traffic Approval Forms. Traffic control plans shall be prepared by a Traffic Control Supervisor certified by the American Traffic Safety Services Association (ATSSA) or a Worksite Traffic Control Supervisor certified by the Colorado Contractor's Association (CCA). Hand drawn plans shall NOT be accepted. Typical Traffic Control Plans for work within the right-of-way shall be submitted for approval to the Engineer as follows: Typical submittals for scheduled residential work shall be submitted by 8:00 a.m. two (2) working days prior to commencement of the work. Typical submittals for residential work scheduled on Monday and Tuesday shall be submitted the previous Thursday by 8:00 a.m. Submittals for full closures on residential streets shall be submitted five (5) working days prior to the commencement of work. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Project Specifications- Page 46 of 53 Submittals for full closures on Arterial and Collector streets shall be submitted ten (10) working days prior to the commencement of work. All plans shall be delivered to the Engineer, 625 Ninth Street, Fort Collins. Facsimiles of plans shall not be accepted. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work. See Revision of Sections 104 and 105. A Traffic Control Plan shall be submitted for each Arterial and each Collector street scheduled for work. Each residential area shall have one typical Traffic Control Plan submitted for the area. When changes to the Area Traffic Control Plan(s) are required, a re-submittal for the area shall be provided for approval. For required closures in a residential (i.e., closure for a crosspan repair) a separate submittal from the Area Traffic Control Plan shall be provided. The Traffic Control Plan shall include, as a minimum, the following: 1. A traffic control “Approval Form” submittal with each traffic control plan. The “Approval Form” shall be legibly written and filled out completely. 2. A detailed diagram which shows the location of all sign placements, including advance construction signs (if not previously approved) and speed limit signs; method, length and time duration for lane closures, and location of flag persons. 3. A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panels; vertical panels with lights; Type I, Type II, and Type III barricades; cones; drum channelizing devices; advance warning flashing or sequencing arrow panels. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. 4. Number of flaggers to be used and flagger locations. Flagger locations shall be located where approaching motorists, bicyclists, and pedestrians have sufficient distance to safely stop at the specified point. 5. Parking and access restrictions to be in effect. 6. Detailed pedestrian and bicycle movement. 7. All applicable notes (i.e., sign spacing, taper length and posted speed limit, pedestrian routes, etc.) Approval of the proposed method of handling traffic does not relieve the Contractor of liability specifically assigned under this contract. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Project Specifications- Page 47 of 53 FIGURE 630-1 TYPICAL ARTERIAL TRAFFIC CONTROL PLAN ARTERIAL STREETS - Shall include flagging personnel required for the road classification, control of cross traffic, and as required for the Contractor’s daily work activities in addition to the minimum signage required by the specifications. Flagging shall be paid separately under “Flagging”. Approved Variable Message Boards shall be required for Arterial streets, shall be shown on the drawing, and shall be paid for separately under “Variable Message Board”. Advance Warning Arrow Boards may be requested by the Engineer and shall be paid for separately under “Advance Warning Arrow Board”. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Project Specifications- Page 48 of 53 FIGURE 630-2 TYPICAL COLLECTOR TRAFFIC CONTROL PLAN COLLECTOR STREETS - Shall include flagging personnel required for the road classification, control of cross traffic, and as required for the Contractor’s daily work activities in addition to the minimum signage required by the specifications. Flagging shall be paid separately under “Flagging”. Approved Variable Message Boards may be required for collector streets and shall be shown on the plans and paid for separately under “Variable Message Board”. Advance Warning Arrow Boards may be requested by the Engineer and shall be paid for separately under “Advance Warning Arrow Board”. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Project Specifications- Page 49 of 53 FIGURE 630-3 TYPICAL RESIDENTIAL TRAFFIC CONTROL PLAN RESIDENTIAL STREETS - Shall include flagging personnel required for the road classification, control of cross traffic, and as required for the Contractor’s daily work activities in addition to the minimum signage required by the specifications. Flagging shall be paid separately under “Flagging”. Variable Message Boards are typically not required for residential streets. TRAFFIC CONTROL MANAGEMENT Subsection 630.11 shall be amended to include the following: The Contractor shall designate an individual, other than the Superintendent, to be the Traffic Control Supervisor. Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic Control Supervisor or a current Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. Proof of certification for all personnel assigned to the project(s) shall be provided to the City Traffic Department and the Engineer. The Traffic Control Supervisor shall have approved traffic control plans for the work site and current copies of the City of Fort Collins' "Work Area Traffic Control Handbook", and Part VI of the MUTCD, pertaining to traffic control for street and highway construction, available on site at all times. DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Project Specifications- Page 50 of 53 The TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted to the Engineer for approval a minimum of five (5) working days prior to commencement of the work. The TCS shall be required to be on site at all times during construction. It is the intent of the specifications that the TCS be the same throughout the year. The TCS shall be equipped with a cellular phone. Traffic Control Management shall be maintained on a 24 hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be available on every working day, “on call” at all times, and available upon request of the Engineer during non-working hours. A 24 hour telephone number shall be provided to the Engineer. Outside of construction hours, the response time from the Engineers’ contact shall be 30 minutes or less and correction of the issue(s) shall be one (1) hour or less. If, in the opinion of the Engineer, any traffic control individual does not perform their duties at or to the minimum industry standard, the Contractor will be required to replace that individual. TCS duties shall include, but are not limited to: 1. Supervise and direct project flaggers. 2. Prepare, revise, and submit Traffic Control Plans as required. 3. Coordinate all traffic control related operations, including those of the Subcontractor and supplier. 4. Coordinate project activities with appropriate police and fire control agencies, Transfort, school districts and other affected agencies and parties prior to construction. 5. Notify residents and businesses at least 48 hours prior to construction. a. Notifications may be accomplished by a representative of the TCS such as a flagger and shall be hand typed and hand delivered to all businesses and residents. 6. Inspect traffic control devices on a calendar day basis for the duration of the project to ensure devices are functioning properly and are clean and legible.,and Vertical Panels are placed properly to direct traffic in the right direction 7. Oversee all requirements covered by the plans and specifications which contribute to the convenience, safety, and orderly movement of traffic. 8. Breaking flaggers for short periods of no more than fifteen (15) minutes over a sixty (60) minute period. 9. Set up and removal of traffic control device. 10. Maintain a project traffic control diary which shall become part of the City's project records. This diary/log shall be submitted to the Engineer daily and shall include the following information as a minimum a. Date. b. The time of traffic control inspections. c. Project description and location. d. Traffic Control Supervisor’s name. e. Types and quantities of traffic control devices used per approved MHT. f. List of flaggers used, including start time, stop time and number of flagging hour breaks. g. Traffic control problems (traffic accidents; damaged, missing or dirty devices, etc.) and corrective action taken. METHOD OF MEASUREMENT Subsection 630.17 is revised to include the following: Quantities to be measured for construction traffic control devices shall be the number of units of the various sizes and descriptions listed below: Construction Traffic Signs: Size A Signs - 0.01 to 9.00 Square Feet Size B Signs - 9.01 to 16.00 Square Feet "NO PARKING" Sign with Stand shall be measured and paid per each per day and shall not be included in the item for Size A Signs. "NO PARKING" Sign with Stand shall consist of a metal sign attached to a device (stand) DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Project Specifications- Page 51 of 53 such as a Vertical Panel or Type I Barricade. The sign material and stand shall be approved by the Engineer. The sign material and stand shall not be measured and paid for separately but shall be included in the Contract Unit Price for "NO PARKING" Sign with Stand. The cost for "NO PARKING" Sign with Stand shall include delivery, rental, setup, modification, maintenance, and pickup. “NO PARKING” signs must remain in place until the street is open to traffic. The “NO PARKING” signs shall be in effect for one or two days only. The sign shall be securely fastened so it can be readable at all times. Traffic channelizing devices consisting of vertical panels, cones, Type I, II and III barricades, or drum channelizing devices shall be measured and paid per each per day. Barricade warning lights shall be measured and paid per each per day in addition to the device on which they are mounted when approved by the Engineer. Advance Warning Flashing or Sequencing Arrow Panels and Variable Message Boards shall be measured and paid per each per day. The cost for setting up equipment, modifying equipment, maintaining equipment, and picking up equipment, including "NO PARKING" Sign with Stand, during authorized days shall not be paid for separately when the Contractor is not performing work at the location. Flagging shall be measured and paid per hour. The quantity to be measured for flagging will be the total number of hours that flagging is actually used as authorized. Hours of flagging in excess of those authorized shall be at the Contractor's expense. Flagger breaks shall be included in the Contract Unit Price for Flagging. The method for covering flagger breaks shall be approved by the Engineer. Flagging outside of the construction work hours shall not be paid for under the terms of this contract unless authorized in writing by the Engineer. Flagger stand-by time shall not be paid for under the terms of this contract. The flaggers shall be provided with Stop/Slow paddles, electronic communication devices when required, and personal protective equipment. These devices will not be measured and paid for separately, but shall be included in the work. The Traffic Control Supervisor shall be measured and paid per day or per hour as follows: Traffic Control Supervisor hourly rate shall be measured and paid when work is for an authorized day and work hours are less than ten (10) hours in one day. Traffic Control Supervisor daily rate shall be measured and paid when the Traffic Control Supervisor has a total of ten (10) hours or more in an authorized day. The number of Traffic Control Supervisors shall be approved by the Engineer prior to each day’s work. An authorized day shall be any day, or portion there as authorized by the Engineer, that construction operation would require a Traffic Control Supervisor. On call and project inspections on all other days will not be measured and paid for separately but shall be included in the work. The Traffic Control Supervisors (TCS) shall only be paid for days the Contractor is working or as directed by the Engineer. On weekends and other days the Contractor is not working, the TCS shall perform job site checks to ensure the condition of the job site is acceptable. Time spent maintaining signs on the weekends, holidays, bad weather days, and other days the Contractor does not work shall not be measured and paid for separately. Time spent setting up equipment, modifying equipment, maintaining equipment, and picking up equipment shall be included in the unit price. The cost of batteries, electricity and/or fuel for all lighting or warning devices will not be paid for separately but will be considered a subsidiary obligation of the Work. Sand bags and Cones used to delineate sign locations shall DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Project Specifications- Page 52 of 53 not be measured and paid for separately, but shall be included in the work. The Contractor may provide larger construction traffic signs than those typically used in accordance with the MUTCD, if approved; however, payment will be made for the typical panel size. The City shall not be responsible for any losses or damage due to theft or vandalism. Specialty signs shall include the initial cost of manufacturing only. The use of the Specialty Sign shall be measured and paid for under the appropriate line item for Size A or Size B signs. This item shall apply to new signs only. Once manufactured, they may be used throughout the project and shall be paid under Size A or Size B at the daily rate. Upon completion of the work, the Specialty Signs shall be returned to the Contractor. In locations where traffic control is set up and the work is not performed due to Contractor caused delays, the traffic control shall not be paid for under the terms of this contract. The cost for advance warning "NO PARKING" signs for periods in excess of 24 hours prior to the advancement of work, including those instances when said signs have been changed or otherwise updated to reflect current schedules, will not be paid for under the terms of this contract unless authorized by the Engineer. The Owner may deduct from compensation due the Contractor $10.00 per day for all traffic control devices which are not removed from the site immediately upon completion of the work or as directed by the Engineer. “The City of Fort Collins Master Street Plan Map” depicting the street classifications (Arterial, Collector, and Residential) can be found at the following link: http://citydocs.fcgov.com/?dt=Master+Street+Plan+Map&dn=GIS+MAPS&vid=192&cmd=showdt BASIS OF PAYMENT Subsection 630.18 is revised to include the following: Payment shall be made under: Pay Item Unit 630.01 "NO PARKING" Sign with Stand Per Each Per Day 630.02 Vertical Panel without Light Per Each Per Day 630.03 Channelizing Drum without Light Per Each Per Day 630.04 Type I/II Barricade without Light Per Each Per Day 630.05 Type III Barricade without Light Per Each Per Day 630.06 Size A Sign with Stand Per Each Per Day 630.07 Size B Sign with Stand Per Each Per Day 630.08 Size A Specialty Sign - Cost of Manufacturing Each 630.09 Size B Specialty Sign - Cost of Manufacturing Each 630.10 Cone with Reflective Strip Per Each Per Day 630.11 Safety Fence Per Roll 630.12 Light Per Each Per Day DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Project Specifications- Page 53 of 53 630.13 Advance Warning Flashing or Sequencing Arrow Panel Per Each Per Day 630.14 Variable Message Board Per Each Per Day 630.15 Traffic Control Supervisor Per Day 630.16 Traffic Control Supervisor Hour 630.17 Flagging Hour The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in setup/removal/modification, notifications and delivery for Construction Zone Traffic Control as directed by the Engineer. SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: cross street traffic shall be maintained at all times unless authorized by the engineer in writing. NOTE: full closures on arterial and collector streets shall be allowed under extreme circumstances and only upon approval of the engineer. plans shall be approved a minimum of two (2) weeks prior to the commencement of work and/or the time required to adequately notify the public through the media. NOTE: construction or repair work will not be permitted at or in the vicinity of a signalized intersection or any arterial and collector streets that have major traffic volumes between the hours of 7:00 a.m. to 8:30 a.m or 3:30 p.m to 6:30 p.m. (except in the case of an emergency). Exceptions may be made for construction or repair work on arterial and collector streets between the hours of 7:00 a.m. to 6: p.m., Monday through Friday excluding holidays, when all equipment, labor, traffic control devices, and construction are not in the vicinity of an intersection. the engineer shall authorize such work and specify the required distance from the intersection. NOTE: time restrictions on S.H. 287 and HWY 14 & 17 (College Avenue and Mulberry Street east of Lemay Avenue) shall typically be restricted from 9:00 a.m to 3:00 p.m. NOTE: construction hours, except for emergencies shall be limited to 7:00 a.m. to 6:00 p.m., Monday through Friday excluding holidays, unless otherwise authorized in writing by the engineer. Special conditions for work on residential streets NOTE: full closures on all residential streets shall be allowed as shown on the traffic control plans. END OF SECTION DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ PROPERTY DAMAGE $ BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOS ONLY AUTOS NON-OWNED OWNED SCHEDULED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER (MM/DD/YYYY) LIMITS POLICY EXP (MM/DD/YYYY) POLICY EFF LTR TYPE OF INSURANCE POLICY NUMBER INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB EACH OCCURRENCE $ AGGREGATE $ $ OCCUR CLAIMS-MADE DED RETENTION $ PRODUCTS - COMP/OP AGG $ GENERAL AGGREGATE $ PERSONAL & ADV INJURY $ MED EXP (Any one person) $ EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 5/23/2019 The Harry A. Koch Co. P.O. Box 45279 Omaha NE 68145-0279 402-861-7000 National Union Fire Ins Co. of Pitt 19445 LIG46636 New Hampshire Ins Company 23841 Lightfield Enterprises 2600 Midpoint Drive Fort Collins CO 80525 188554515 A X 1,000,000 X 300,000 25,000 1,000,000 2,000,000 X X Y 3506965 6/1/2019 6/1/2020 2,000,000 A 1,000,000 X 4544903 6/1/2019 6/1/2020 B X N 25893880 6/1/2019 6/1/2020 1,000,000 1,000,000 1,000,000 RE: Miscellaneous Concrete Contract (Bid# 8844). Certificate holder is additional insured for General Liability and Auotmobile Liability if required by written contract executed prior to loss. City of Fort Collins Purchasing Division PO Box 580 Fort Collins CO 80522 DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 Per Day 75 $2.00 $150.00 $2.00 630.08 Size A Specialty Sign - Cost of Manufacturing Each 2 $95.00 $190.00 $95.00 630.09 Size B Specialty Sign - Cost of Manufacturing Each 2 $100.00 $200.00 $100.00 630.10 Cone With Reflective Strip Per Each Per Day 3500 $0.85 $2,975.00 $0.85 630.11 Safety Fence Per Roll Per Day 20 $5.00 $100.00 $5.00 630.12 Light Per Each Per Day 20 $1.00 $20.00 $1.00 630.13 Advance Warning Flashing or Sequencing Arrow Panel Per Each Per Day 15 $45.00 $675.00 $45.00 630.14 Variable Message Board Per Each Per Day 110 $90.00 $9,900.00 $90.00 630.15 Traffic Control Supervisor Per Day 25 $425.00 $10,625.00 $436.33 630.16 Traffic Control Supervisor Hour 450 $45.00 $20,250.00 $46.20 630.17 Flagging Hour 650 $26.00 $16,900.00 $26.69 FA1 Laborer Hour 15 $33.00 $495.00 $33.88 FA2 Foreman Hour 15 $50.00 $750.00 $51.33 FA3 Finisher Hour 15 $45.00 $675.00 $46.20 FA4 Form Setter Hour 15 $45.00 $675.00 $46.20 FA5 Skid Steer and Operator Hour 75 $85.00 $6,375.00 $87.27 FA6 Mini Trackhoe and Operator Hour 15 $95.00 $1,425.00 $97.53 FA7 Dump Truck and Operator Hour 15 $75.00 $1,125.00 $77.00 FA8 Backhoe and Operator Hour 15 $95.00 $1,425.00 $97.53 TOTAL COST $701,765.50 In Words: Page 4 of 4 DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 608.22 Flatwork - 6" Square Foot 3,800 $5.85 $22,230.00 $6.11 608.23 Replace Flatwork - 1" Additional Depth Square Foot 250 $1.10 $275.00 $1.14 608.24 Concrete Pavement 8" Square Foot 1,500 $8.65 $12,975.00 $9.04 608.25 Alley Approach - 8" Square Foot 1000 $8.50 $8,500.00 $8.89 608.26 Enhanced Crosswalk - 10" Tile Red Square Foot 450 $13.50 $6,075.00 $14.11 608.27 Enhanced Crosswalk - 10" San Diego Buff Square Foot 450 $13.00 $5,850.00 $13.60 608.28 Enhanced Crosswalk - 10" Brick Red, Stamped Square Foot 450 $13.50 $6,075.00 $14.11 608.29 Colored Trail with Fibermesh - 5" Yosemite Brown Square Foot 400 $8.00 $3,200.00 $8.39 608.30 Mow Strip - 4" x 12" Lineal Foot 150 $9.50 $1,425.00 $9.75 608.31 Splashblock - 4" Exposed Aggregate Square Foot 325 $7.45 $2,421.25 $7.75 608.32 Splashblock - 4" San Diego Buff Square Foot 350 $7.85 $2,747.50 $8.17 608.33 Median Cover - 4" San Diego Buff Square Foot 400 $7.85 $3,140.00 $8.17 608.34 Fibermesh - Added to Any Item - Additional Charge Pounds / Cubic Yard 75 $11.00 $825.00 $11.34 608.35 24 Hour High Early Concrete - Added to Any Item - Additional Charge Cubic Yard 25 $65.00 $1,625.00 $66.99 608.36 Stamp Pattern - Added to Any Item, Additional Charge Square Foot 150 $3.00 $450.00 $3.08 608.37 6" Concrete Bollard Each 5 $465.00 $2,325.00 $486.50 608.38 8" Concrete Bollard Each 5 $550.00 $2,750.00 $574.00 608.39 Flowable Fill Cubic Yard 25 $145.00 $3,625.00 $149.44 608.40 Non-reinforced Concrete Wall - 8" Square Face Foot 400 $18.00 $7,200.00 $18.59 608.41 Non-reinforced Concrete Footer - 8" Square Foot 200 $18.00 $3,600.00 $18.59 608.42 Concrete Staining/Sealing Square Foot 150 $4.50 $675.00 $4.72 608.43 Expansion Material Lineal Foot 250 $4.00 $1,000.00 $4.21 Page 3 of 4 DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 Lineal Foot 10 $125.00 $1,250.00 $131.31 604.15 Install New Modified Type 13 Curb Inlet (includes new Frame, Grate & Adjustable Curb Bonnet) (Detail 13-A) Each 5 $2,250.00 $11,250.00 $2,366.00 604.16 Modified Type 13 Curb Inlet – Additional Foot Depth (Detail 13-A) Lineal Foot 10 $100.00 $1,000.00 $105.05 604.17 Reconstruct Modified Type 13 Curb Inlet Deck – Remove & Replace (Detail 13-A) Each 6 $775.00 $4,650.00 $814.07 604.18 Reconstruct Modified Type 13 Curb Inlet Deck – Additional Foot Opening – Remove and Replace (Detail 13-A) Lineal Foot 10 $100.00 $1,000.00 $105.05 604.19 Modified Type 13 Curb Inlet – Materials only - (Frame, Grate, & adjustable bonnet (East Jordan Iron Works 7030 or Equivalent Material) Each 5 $800.00 $4,000.00 $840.33 604.20 Concrete Sidewalk Culvert – 4’ opening - Remove and Replace Each 5 $975.00 $4,875.00 $1,017.50 604.21 Metal Sidewalk Culvert - 2' Opening, Remove & Replace Each 4 $775.00 $3,100.00 $815.67 604.22 Metal Sidewalk Culvert - 2' Opening, Materials Only Each 5 $1,550.00 $7,750.00 $1,632.33 604.23 Additional Square Foot 5/8" Plate Square Foot 15 $150.00 $2,250.00 $158.10 608.01 Driveover Curb, Gutter & 6" Sidewalk Lineal Foot 1,200 $42.00 $50,400.00 $44.07 608.02 Driveover Curb and Gutter - No Sidewalk Lineal Foot 525 $25.00 $13,125.00 $26.12 608.03 Vertical Curb, Gutter and 6" Sidewalk Lineal Foot 1000 $42.00 $42,000.00 $44.07 608.04 Vertical Curb and Gutter - No Sidewalk Lineal Foot 2300 $26.00 $59,800.00 $27.11 608.05 Out Fall Curb & Gutter Lineal Foot 100 $25.00 $2,500.00 $26.02 Page 2 of 4 DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408 200 $3.75 $750.00 $3.85 203.01 Excavation - General Less Than 50 CY Cubic Yard 25 $42.00 $1,050.00 $42.00 203.02 Excavation - General Over 50 CY Cubic Yard 125 $32.00 $4,000.00 $32.00 203.03 Excavation - Walls Only Cubic Yard 100 $22.00 $2,200.00 $22.00 203.04 Excavation - New Inlet Each 5 $375.00 $1,875.00 $385.00 203.05 Borrow - Less than 100 Ton Ton 50 $22.00 $1,100.00 $22.00 203.06 Borrow - Over 100 Ton Ton 125 $21.00 $2,625.00 $21.00 207.01 Imported Topsoil Cubic Yard 25 $45.00 $1,125.00 $45.00 208.01 Stormwater Protection - Rock Filled Wattle Lineal Foot 100 $10.00 $1,000.00 $10.27 208.02 Stormwater Protection - Recycled Rubber Filled Wattle Lineal Foot 25 $17.00 $425.00 $17.45 208.03 Stormwater Protection - Straw Bales Each 5 $21.00 $105.00 $21.00 208.04 SWMP Maintenance Log - 14 Day Inspection Each 5 $95.00 $475.00 $97.53 210.01 Reset Flagstone Square Foot 100 $5.00 $500.00 $5.13 210.02 Reset Brick Pavers Square Foot 250 $8.00 $2,000.00 $8.21 210.03 Adjust Manhole Each 10 $105.00 $1,050.00 $107.80 210.04 Adjust Valve Box Each 10 $105.00 $1,050.00 $107.80 304.01 Aggregate Base Course/Recycled Concrete Base ≤ 5 Tons Ton 75 $39.00 $2,925.00 $41.04 304.02 Aggregate Base Course/Recycled Concrete Base > 5 Tons Ton 50 $38.00 $1,900.00 $40.01 ItemDescription No. ADDENDUM 2 8844: MISCELLANEOUS CONCRETE REVISED BID SCHEDULE Contract Quantity Unit 2020 Revised Unit Price 2019 Total 2019 Unit Price Page 1 of 4 DocuSign Envelope ID: 75A8AD78-73B5-47E7-A84C-259970714408