HomeMy WebLinkAbout497786 MARTIN MARIETTA MATERIALS - CONTRACT - BID - 8320 ASPHALT OVERLAY PROJECTCity of
Fort Colimins
Purchasing
SPECIFICATIONS
AND
Financial Scn ices
Purchasing Division
2 B N. Mason SL 2"" Floor
PO Bo,, 580
Fon Collins, CO 80522
970.221.6775
970 221.0707
fcgov. cool purchasing
CONTRACT DOCUMENTS
FOR
ASPHALT OVERLAY PROJECT
BID NO. 8320
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
JUNE 1, 2016 - 3:00 P.M. (OUR CLOCK)
SECTION 00020
INVITATION TO BID
responsibility set forth in this paragraph 9.13 shall also
apply to ENGIlvTMs Consultants, Resident Project
Representative and assistants.
ARTICLE 10—CHANGES IN THE WORK
10.1. Without invalidattmagg the Agreement and without
notice to any surety, OWNER may, at any time or from
time to time, order additions, deletions or revisions in the
Work Such additions deletions or revisions will be
authorized by a Written Amendment, a Change Order, or a
Work Change Directive. Upon receipt of any such
document, CONTRACTOR shall promptly proceed with
the Work involved which will be performed under the
applicable conditions of the Centract Documents (except as
otherwise specifically provided).
10.2. If OWNER and CONTRACTOR are unable to
agree as to the extent, if any, of an adjustment in the
Contract Price or an adjustment of the Contract Times that
should be allowed as a result of a Work Change Directive,
a claim may be made therefor as provided in Article I 1 or
Article 12.
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Times
with respect to any Work performed that is not required by
the Contract Documents as amended, modified and
supplemerued as provided in paragraphs 3.5 and 3,6, cecept
in the rase of an emergency as provided in paragraph 6.2i
or in the rase of uncovering Work as provided in
paragraph 13.9.
10.4. OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGINEER
(or Written Amendments) covermg•
10,4.1. changes in the Work which are (i) ordered
by OWNER pursuant to paragraph 10.1. (ii) required
because of acceptance of defective Wok under
paragraph 13.13 or correcting defective Work under
paragraph 13.14. or (w) agreed to by the parties:
10.4.2. changes in the Contract Price or Contract
Times which are agreed to by the parties; and
10.43, changes in the Contact Price or Contract
Times which embody the substance of any written
decision rendered by ENGINEER pursuant to
paragraph 9.11;
provided that, in heu of executing any such Change Order,
an appeal may be taken from any such decision in
accordance with the provisions of the Contract Documents
and applicable Laws and Regulations, but during any such
appeal. CONTRACTOR shall carry on the Work and
adhere to the progress schedule as provided in
paragraph 6.20.
10.5. If notice of any charge affecting the general scope
of the Work or the provisions of the Contract Documents
Encore GEXmtAL COXXllors 1910s (1990waits)
w/ CITY OF FORT COLLIM MODIFICATIOM OLEV 4/t000)
(mcludurg, but not limited to, Contract Rice or Contract
Times) is required by the provisions of arty Bond to be
given to a mg, the giving of any such notice will be
CONTRACTORS respnnsuhduty, and the amount of each
applicable Bond wiH be adjusted accordingly.
ARTICLE 11—CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total
compensation (subject to authorized adjustments) payable
to CONTRACTOR for performing due Work. All duties,
responsibilities and obligations assigned to or undertaken
by CONTRACTOR shall be at CONTRACTORs wipmse
without change in the Contract Price
1122 The Contract Price may only be charged by a
Change Order or by a Written AmentdmenL Any claim
for an adjustment in the Contract Price shall be based on
written notice delivered by the party making the claim to
the other party and to ENGINEER promptly (but in no
event later than thirty days) after the start of the
occurrence or event giving rise to the claim and stating the
general nature of the claim. Notice of the amount of the
claim with supporting data shall be delivered within sixty
days after the start of such occurrence or event (unless
ENGINEER allows additional time for claimant to submit
additional or more accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the adjustment claimed covers all krnown amounts to
which the claimant is entitled as a result of said
occurrence or event All claims for adjustment in the
Contras Rice shall be determined by ENGINEER in
accordance with paragraph 91 I if OWNER and
CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
paragraph 112.
113, The value of arty Work covered by a Charge
Order or of any claim for an adjustment in the Contract
Price will be determined as follows:
11.3.1. where the Work involved is covered by unit
piss contained in the Contract Documents by
application of such unit prices to the quantities of the
items involved (subject to the provisions of
23
paragraphs 11.9.1 through 11 9.3, inclusive),
11.3.2. where the Work involved is not covered by
unit prices contained in the Contract Documents, by a
mutually agreed payment basis, including lump sum
(which may include an allowvnce for overhead and
profit not necessarily in accordance with
paragraph 11.6 2);
11.3.3. where the Work involved is not covered by unit
prices contained in the Contract Documents and
agreement to a lump sum is not reached under
paragraph 11.3 2, on the basis of the Cos of the Work
(determined as provided in paragraphs 11.4 and 11.5)
phis a CONTRACTOR's fee for overhead and profit
(determined as provided in paragraph 11.6).
Cost of Me Work
114 The term Cos of the Wort: meats the sum of all
costs necessarily incurred and paid by CONTRACTOR in
the proper performance of the Work. Except as otherwise
may be agreed to in writing by OWNER such costs shall
be in amounts no higher than those prevailing in the
locality of the Project, shall include only the following
items and shall not include arty of the costs itemized in
paragraph 11.5:
11 A 1 Payroll costs for employees in the direct
employ- of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed
upon by OWNER and CONTRACTOR. Such
employees shall include without limitation
supennterdems, foremen and other personnel
employed full-time at the site. Payroll costs fur
employees not employed full -tune on the Work shall
he apportioned on the basis of their time spent on the
Work. Payroll cos's shall mohAa:butnot be limited to,
salaries and wages plus the coat of fringe benefits
which shall include social security contributions,
unemployment, excise and payroll takes, workers'
compensation, health aad retirernert benefits,—bortt .
applicable thereto.
The expenses of performing Work after regular
working hours, on Saturday. Sunday or legal holidays,
shall be included in the above to the extent authorized
by OWNER.
11.4.2. Coat of all materials and equipment furnished
and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field
services re wired in connection thcrewith All ash
discounts shall accrue to CONTRACTOR unless
OWNER deposits fads with CONTRACTOR with
which to make payments, in which case the ash
discounts shall accrue to OWNER All trade
discounts, rebates and refurds and returns from sale of
surplus materials and equipment shall accrue to
OWNER- and CONTRACTOR shall make provisions
so that they may he obtained
11.43. Payments made by CONTRACTOR to the
Subcontractors for Work performed or furnished by
Subcontractors. If required by OWNER,
2 4 VCDCOENERALCONDITIOM 191" (1990Editiw)
w/CITY OF FORTNLI.INSMODIFiCAnONS ftN42afp)
CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER who will then determine, with the advice of
ENGINEER which bids. if any, will be accepted. If
any subcontract provides that the Subcontractor is to
be paid on the basis of Cosa of the Work plus a fee,
the Subcontractor's Cost of the Work and fee shall be
determined in the same manner as CONTRACTOR's
Cost of the Work and fee as provided in
paragraphs 11.4, 11.S, 116 and 11 7. All
subcontracts shall be subject to the other provisions of
the Contract Documents insofar as applicable.
1144 Coss of special consudtrims (inclUdMg but
not limited to engineers, arch tccM testing
laboratories, surveyors, attorneys and accountants)
employed for services specifically related to the
Work
11.4.5. Supplemental costs including the following.
114.5.1. The proportion of necessary
transportation, travel and subsistence expenses of
CONTRACTOR's employees incurred in
discharge of duties connected with the W'urk.
11.4.5.2. Cost, including transportation and
mainterwice, of all materials, supplies,
equipment, machinery, appliance* office and
temporary Facilities at the site and hard tools not
owned by the workers, which are consumed in the
Performance of the Work, and cost less market
value of such items used bit not consumed which
remain the property of CONTRACTOR
114.5.3. Rentals of all construction
equipment and machinery and the parrs thereof
whether rented from CON]'RACI'OR or others in
accordance with rental agreements approved by
OWNER with the advice of ENGINEER and the
costs of transportation, loading, unloading,
installation dismantling, and removal thereof —all
in accordance with terns of said rental
agreements The rental of any such equipment,
machinery or pans shall cease when the use
thereof is no longer necessary for the Work.
11.4.5.4. Sales, consumer, use or similar taxes
related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and
Regulations,
11.4.5.5. Deposits lost for causes other than
negligence of CONTRACTOR, arty
Subcontractor or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liable, and royalty payments and
fees for permits and licenses.
11,4.5.6. Losses and damages (and related
expanses) caused by damage to the Work, not
compemated by insurance or otherwise, sustained
by CONTRACTOR in connection with the
performance and fumisltitg of the Work (except
locus and damages within the deductible amounts
Of property insurance established by OWNER in
accordance with paragraph 5.91 provided they
have resuhed from causes other than the
negligence of CONTRACTOR, any
Su ttor, a anyone directly or indirectly
employed by any of them or for whose acts any of
than may be liable. Such losses shall include
settlements made with the written consent and
approval of OWNER. No such losses, damages
and expenses shall be included in the Cost of the
Work for the purpose of determining
CONTRACTOR's fee. It however. any such loss
or damage requires reconstruction and
CONTRACTOR is placed in charge thereof
CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.61.
11.4.5.7. The cog of utilities, fuel and sanitary
facilities at the site.
11.4.5.8. Minor expenses such as telegrams,
long distance telephone calls, telephone service at
the site, expressage and similar petty cash items in
corinection with the Work.
11.4.5.9. Coat of premiums for additional Bonds
and insurance required because of changes in the
Work.
11.5. The term Cent of the Work shall not include any of
the following:
11.5.1. Payroll costs and other compensation of
CONTRACTORSs officers, executives. ptincipals (of
partnership and sole proprietorships), general managers,
engineers, architects, estimators, attorneys, auditom
accountants, purchasing and contmding agents,
e.\Tediters, timekeepers, clerks and other personnel
employed by CONTRACTOR whether at the site or in
CONTRACTOR's principal or a branch office for
general administration of the Work and not specificallyy
included in the agreed upon schedule of job
classifications referred to in paragraph l l.4.1 or
specifically covered by paragraph 11.4.4-4ll of which
are to be considered administrative costs covered by the
CONTRACTOR'sfee.
11.5.2. Expenses of CONTRACTOR' principal and
branch offices other than CONTRACTOR's office at
the site.
1153. Any pan of CONTRACTORS capital
expenses, including interest on CONTRACTOR'S
capital employed for the Work and Barges against
CONTRACTOR for delinquent payments.
11.5.4. Cast of premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required
by the Contract Documents to ptirchase and maintain
the same (except for the cost of premiums covered by
subparagraph 11.45.9 above).
11.53. Coats due to the negligence of
CONTRACTOR. any Subcontractor, or anyaic
directly or indirectly a tployed by any of them or for
whose ads any of them may he stable, including but
not limited to. the correction of defective Work
di ail of materials or equipment wrongly supplied
outs making good any damage to property.
11. & Other overhead or general expense costs of
any kid and the casts of any item not specifically and
expressly included in paragraph 114
11.6. The CONTRACTOR's fee allowed to
CONTRACTOR for overhead and profit shall be
determined as follows'
11.6.1. a mutually acceptable fixed fa; or
11.6.2. if a fixed fee is not agreed upon, then a fee
based on the following percentages of the various
portions of the Cost of the Work:
11.6.2.1. for casts incurred under
paragraphs 114.1 and 11.4.2, the
CONTRACTOR's fee shall be fifteen percent;
11.6.2.2. for wets incurred under
paragraph 11.4.3, the CO1NT'RACTOR's fee shall
be five percent;
11.6.2.3. where one or more tiers of
subcontracts are on the basis of Cost of the Work
plus a fee and no foxed flee is agreed upon the
intent of paragraphs 11.4.1, 11.42, 11.4.3 and
11.6.2 is that the Subcontractor who actually
performs or furnishes the Work, at whatever tier,
will be paid a fee of fifteen percent of the costs
natured by such Subcontractor under paragraphs
11 A.1 and I I A2 and that a higher ber
Subcontractor and CONTRACTOR will each be
Paid a fee of five pepm! of dhe affloom paid to
the net lower tier , to be negotiated
five ercent of the amours paid to the next lower
tier Subtmtrac or.
11.6.2.4. no fee shall be payable on the basis
of casts itemind under paragraphs 11.4.4. 11.4.5
and 11.5;
11.62.5. the amount of credit to be allowed
by CONTRACTOR to OWNER 1'or any change
which results in a net decrease in cost will be the
amount of the actual net decrease in cost plus a
deduction in CONTRACTORS fee by an amount
equal to five percent of such net decease; and
11.6.2.6. when both additions and credits are
involved in any one change, the adjustment in
CONTRACTOR's fee shall be computed on the
basis of the net change in accordance with
paragraphs 11.6 2.1 through 11.6 2.5, inclusive.
111. Whenever the cost of any Work is to be
Ell.'DC OENMALL COtm1IlOM 1910� (1990 Eiitim) 25
wi QTY OF FORT ODU IM MODIFICATIONS ptEV 42m00)
determined pursuant to paragraphs 11.4 and 115,
CONTRACTOR will establish and maintain records
thereof in accordance with generally accepted accounting
practices and submit in form acceptable to GINERR an
itemized cost breakdown together with supporting data.
Cash.4[fowances:
11.8. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the
Contact Documents and shall cause the Work so covered
to be famished and performed for such sums as may be
acceptable to OWNER and ENGINEER. CONTRACTOR
agrees that:
11.8.1. the allowances include the cost to
CONTRACTOR (less airy applicable trade discounts)
of materials and equipment required by the allowances
to be delivered at the site and all applicable taxes; and
11.8.2. CONTRACTORS costs for unloading and
handling on the site, labor, installation costs, overhead,
profit and other expenses contemplated for the
allowances have been included in the Contract Price
and not in the allowances and no demand for
additional peymem cot account of arty of the foregoing
will be valid.
Prior to final paymer4 an appropriate Charnge Order will be
issued as recommended by ENGINEER to reflect a u al
amounts due CONTRACTOR on account of Work covered
by allowances, and the Contract Price shall be
correspondingly adjusted.
11.9. Unit Price Work,
11.9.1. When the Contract Documents provide that all
or part of the Work is to be Unit Price WorL initially
the Contract Price will be deemed to include for all
Unit Price Work an amount equal to the sum of the
established unit pnces for each separately identified
item of Unit Price Work times the estimated quantity
of each item as indicated in the Agreement. The
estimated quantities of items of Unit Rice Work are
not guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract
Price. DeternimatioLs of the actual quantities and
classifications of Unit Rice Work performed by
CONTRACTOR will be made by ENGINEER in
accordance with paragraph 9.10.
11.9.2. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate
to cover CONTRACTORS overhead and profit for
each separately identified item.
11.9.3.OWN1;R or CONTRACTOR may make a
claim for an adjustment in the Contract Price in
accordance with Article 11 if
11.9.3.1. the quantity of any item of Unit Rice
Work performed by CONTRACTOR differs
materially and significantly &can the estimated
quantity of such item indicated in the Agreement;
EJCDCOiNUM COMNAOPS 19108 (1990 Edition)
26 W/aTY OF FORT 0011ItJSMODIFICA170M(REV 411000)
and
11.9.31. there is no corresponding adjustment
with respect to any other item of Work; and
11.9.3.3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional expense or OWNER believes that
OWNER is entitled to a decrease in Cattract Price
and the parties are unable to agree as to the
amount of any such increase a decrease.
119.3.4. CONTRACTOR acknowlodnes that
the OWNER has the right to add or delete items in
the Bid cr c ties at OWNERS sole
discretion without octane the Contract Price of
Jty remaining item so lcng as the deletion or
a
addition does not exceed twenty-five RUmit of
theoriginal total Contract Prig.
ARTICLE 12—CHANGE OF CONTRACT TIMES
12.1. The Contract Times (or Milestones) may only be
changed by a Change Order or a Written Amendment.
Any claim for an adjustment of the Contract Times (or
Milestones) shall be based on written notice delivered by
the party making the claim to the other party and to
ENGINEER promptly (but in no event later than thirty
days) after the occurrence of the event giving rise to the
claim and stating the general mature of the claim. Notice
of the extent of the claim with supporting data shall be
delivered within sixty days after such occurrence (unless
ENGINEER allows additiorral time to ascertain more
accurate data in support of the claim) and shall be
accompanied by the claimants written statement that the
adjustment claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a result of
the occurrence of said event. All claims for adjustment it
the Contract Times (or Milestones) shall be determined by
ENGINEER in acovrdance with paragraph 9.11 if
OWNER and CONTRACTOR cannot otherwise agree
No claim for an adjustment in the Contract Times (or
Milestones) will be valid if not submitted in accordance
with the requirements of this paragraph 12.1.
12.2. All time limits stated in the Contract Documents
are of the essence of the Agreement.
123 Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond the control of
CONTRACTOR. the Contract Tunes (or Milestones) will
be extended in an amount equal to time lost due to such
delay if a claim is made therefor as provided in
paragraph 12.1. Delays beyond the control of
CONTRACTOR shall include, but not be limited to, acts
or neglect by OWNER, acts or neglect of utility owners or
other contractors performing other wok as contemplated
by Article 7, fires, floods. epidemics, abnormal weather
conditions or acts of God. Delays attributable to and
within the control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR
12A. Where CONTRACTOR is prevented Gan
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of both
OWNER and CONTRACTOR an extension of the
Contract Times (or Milestones) in an amount equal to the
time lost due to such delay shall be CONTRACTOR's sole
and exclusive remedy for such delay. In no event shall
OWNER be liable to CONTRACTOR, airy Subcontractor,
any Supplier, any other person or organization, or to any
surety for or employee or agent of any of them, for
damages arising out of or resulting frcaa (i) delays caused
by or within the control of the CONTRACTOR or
(it) delays beyond the control of both parties including, but
not limited to, fires, floods• epidemics, abnormal weather
condition, acts of God or acts or neglect by utility owners
or other contractors performing other work as contemplated
by Article 7.
ARTICLE 13—TESTS AND MWECTIONS,
CORRECTIOIN, REMOVAL OR ACCEVFANCE OF
DEFECTIVE WORK
13.L Notice ofDefeas:
Prompt notice of all defective Work of which OWNER or
I;'NGNEER have actual knowledge will be given to
CONTRACTOR All defective Work may be rejected,
corrected or accepted as provided in this Article 13.
Access to Rork:
13 OWNER. ENGINEER, ENGINEER'S Consultants,
other representatives and personnel of OWNER,
independent testing laboratories and governmental agencies
with jurisdictional interests will have access to the Work at
ree>aereble dates for their observation, irhspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR's site safety procedures and programs so
that they may comply therewith as applicable.
Tem arrd lntpectoe
13.3. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required inspections,
tests or approvals, and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests
13R. OWNER shall employ and pay for the services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contract
Documents except:
13,4.1- for inspection, tests or approvals covered
by paragraph 13.5 below;
13.4.2. t}at costs incurred in connection with tests
or inspection conducted pursuant to paragraph 13.9
EJCDC OENMAL CONDITIONS 1910F (1990 Edtia)
w/ CITY OF FORT 0OLU NS MODIFICATIONS (ItEV 420W)
below shall be paid as provided in said
paragraph 13 9; and
13 43. as otherwise specifically provided in the
Contract Documents
13.5. It Laws or Regulation of arry Public booby having
jurisdiction require any Work (or part thereof) specifically
to be inpectec( tested or approved by an employee or
other representative of such public body, CONTRACTOR
shall assume full responsibility for arranging and
obtaining such inspections, tests or approvals, pay all coats
in connection therewith and furnish ENGINEER the
required certificates of inspection, or approval.
CONTRACTOR shall also be responsible for arranging
and obtaining and shall pay all costs in anmcdion with
any inspections. tests or approvals required for OWNER's
and ENGIIVEERs acceptance of materials or equipment to
be incorporated in the Mork, or of materials, mac designs,
or equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in
the Work.
13.6. If any Work (or the work of others) that is to be
inspected, tested or approved is covered by
CONTRACTOR without written ancurrmce of
ENGINEER, it must, if requested by ENGINEER, be
uncovered for observation.
13.7. Uncovering Work as provided in paragraph 13.6
shall be at CONTRACTOR's expense unless
CONTRACTOR has given ENGINEER timely notice of
CONTRACTOR's intermon to cover the same and
ENGINEER has not acted with reasonable promptness in
response to such notice.
Uncovering Wo»k
13.8. Lf any Work is covered contrary to the written
request of ENGLKEER , a must, it requested by
ONGLNEER, be uncovered for ENGLr'EER's observation
and replaced at CONTRACTOR's cepene.
13.9. If ENGINEER cormdmt it necmisary or advisable
that covered Work be observed by ENGINEER or
inspected or tested by others, CONTRACTOR, at
ENGINEER'S request shall uncover, expose or otherwise
make available for observation, inspection or testing as
13+1GINEE2 may require, that portion of the Work in
question. f tnushing all necessary labor. material and
equipmcra. If it is found that such Work is defective,
CONTRACTOR shall pay all claims, costs, losses and
damages caused by, arising out of or resulting from such
uncovering exposure, observation, inspection and testing
and of satisfactory replacement or reconstruction.
(including but not limited to all costs of repair or
replacement of work of others): and OWNER shall be
entitled to an appropriate decrease in the Contract Price,
arA if the parties are unable to agree as to the amount
thercoE may make a claim therefor as provided in
Article 11. IE however, such Work is not found to be
defective, CONTRACTOR shall be allowed an increase in
the Contract Price or an extension of the Contract Times
(or "Jestones), or both, directly attributable to such
27
uncovering, exposure, observation, inspection testug,
replacement and reconstruction, and, if the parties are
unable to agree as to to amourn or extent thereof.
CONTRACTOR may make a claim therefor as provided in
Articles 11 and 12
OWNER May Stop the Work.
13,10. If the Work is defective, or CONTRACTOR Fails
to supply sufficient skilled workers or suitable materials or
egmpmera, or fails to furnish or perform the Work in such a
way that the completed Work will conform to the Contract
Documents, OWNER may order CONTRACTOR to stop
the Work, or any portion thereof: until the cause for such
order has been eliminated; however, this right of OWNER
to stop the Work shall not give rise to any duty on the part
of OWNER to exercise this right for the benefit of
CONTRACTOR or any surety or other parry.
Correction or Removal of Defective Work•
13.11. If required by ENGINEER, CONTRACTOR shall
promptly, as directed, either correct all defective Work,
whether or not fabricated, installed or completed, or, if the
Work has been rejected by ENGINEER, remove it from the
site and replace it with Work that is not dejechve.
CONTRACTOR shall pay all claims, costs, losses and
damages caused by or resulting from such correction or
removal (including but not limited to all costs of repair or
replacement of work of others).
13.12. Correction Period•
13.12.1. If within ene pear two years after the date of
Substantial Completion or such longer period of time as
may be prescribed by Laws or Regulations or by the
terms of arty applicable special guarantee required by
the Contract Documents or by any specific provision of
the Contact Documents, any Work is found to be
defective, CONTRACTOR shall promptly, without tort
to OWNER and in accordance with OANER's written
instructions: n cared such defective Work., or, if it has
been rejected by OWNER remove it from the site and
replace it with Work that is not defective, and (ii)
satisfactorily correct or remove and replace any damage
to other Work or the work of others resulting therefrom.
If CONTRACTOR does not promptly comply with the
terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage,
OWNER may have the defective Work corrected or the
rejected Work removed and replaced and all claims,
costs, lasses and damages caused by or resulting from
such removal and replaamert including but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR
13,122.In special circumstances where a particular
item of equipment is placed in continuous service
before Substmtial Completion of all the Work, the
correction period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written Amendment.
13.123. Where defective Wei; (arid damage to other
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
28 w/ CITY OF FORT COLLINS MODIFICA-170M (REV 412000)
Work resulting therefrom) has been corrected.
removed or replaced under this paragraph 13.12, the
correction period hereunder with respect to such Work
will he extended for an additional period of erne yeas
two year after such correction or removal and
replacement has been satisfactorily completed.
Acceptance ojDefectiYe Work'
13.13. If, instead of requiring correction or removal and
replacement of defective Work, OWNER (arid• prior to
ENGINFEWs recommendation of final payment also
ENGINEER) prefers to a it, OWNER may do so
CONTRACTOR shall pay all claims, costs, losses and
damages attributable to OWNER's evaluation of and
determination to accept such &fective Work (such costs to
be approved by ENGINEER as to reasonableness). If any
such acceptance occurs prior to ENGINEER's
recommendation of final payment, a Change Order will be
issued incorporating the necessary revisions in the
Contract Documents with respect to the Work; and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof, OWNER may make a clam therefor
as provided in Article 11. If the acceptance occurs after
such recornmerdationn, an appropriate amount will be paid
by CONTRACTOR to OWNER.
OWNER May Correa Defective Work:
13.14. If CONTRACTOR fails within a reasonable time
after written notice from ENGINEER to correct defearve
Work or to remove and replace rejected Work as required
by ENGINEER in accordance with paragraph 13 11, or if
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents• or if CONTRACTOR fails
to amply with any other provision of the Contract
Documents, OWNER may. after seven days' written
notice to CONTRACTOR, correct and remedy any such
deficiency. In exercising the rights and remedies under
this paragraph OWNER shall proceed mpediuously. In
connection with such corrective and remedial action
OWNER may exclude CONTRACTOR from all or part of
the site, take possession of all or part of the Work, and
suspend CONTRACTOR's services related thereto. take
possession of CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and
incorporate in the Work all materials and equipment
stored at die site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere
CONTRACTOR shall allow OWNER, OWNER's
representatives, agents and employem OWNER's other
contractors and ENGINEER and F.NGTNEER's
Consultants access to the site to enable OWNER to
exercise the Vits and remedies under this paragraph All
claans, costs, Losses and damages incurred or cars ned by
OWNER in exercising such rights and remedies will be
charged against CONTRACTOR and a Change Order will
be issued incorporating the necessary revisions in the
Contract Documents with respect to the Work; and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof. OWNER may make a claim therefor
as provided in Article 11. Such claims, costs, losses and
damages will include but not be limited to all cats of
repair or replacement of work of others destroyed or
damaged by correction, removal or replacement of
CONT'RACI.OR's defecirw Work. CONTRACTOR shall
not be allowed an me lion of the Contract Times (or
Milestones) because of any delay in performance of the
Work attributable to the ecercise by OWNER of OW NVER's
rights and remedies hereunder.
ARTICLE 14-PAYNIE VTS TO CONTRACTOR AND
COMPLETION
Sckedide of Vatheir
14.1. The schedule of values established as provided in
paragraph 29 will serve as the basis for progress payments
and will be incorporated into a form of Application for
Paymem acceptable W ENGINEER. Progress payments on
account of Unit Price Work will be based on the number of
units completed
Application for Progress Payment:
14.2. At least twenty days before the date established for
each progress payment (but not more often then once a
month), CONTRACTOR shall submit to ENGINEER for
review an Application for Payment filled out and signed by
CONTRACTOR covering the Work completed as of the
date of the Application and accompanied by such
supporting documentation as is required by the Contract
Documents. If payment is requested on the basis of
materials and equipment not incorporated in the Work but
delivered and suitably stored at the site or at anchor
location agreed to in writing the Application for Payment
shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OWNER has received the
materials and equipment free and dear of all Liens and
evidence that the materials and equipment are covered by
appropriate property insurance and other arrangements to
protect OWNEt's interest therein all of which will be
satisfactory W OWNER The arncum of retainuge with
respect to progress payments will be as stipulated in the
Agreement. Any funds that are withheld by the OWNER
shall not be subject to substitution by the CONTRACTOR
with : uriues or am arrangements mvote•irre an escrow or
custodianship. By executina the aoolie tmeet
form fle CONTRACTOR evressly waivWthe
bercfits of Colorado Revised Statutes Section 24-91-101.
et sea.
CON7R,ICTOR's Warranty of Tide:
14.3. CONTRACTOR warrants and guarantees that title
to all Wok, materials and equipment covered by any
Application for Payment, whether incorporated in the
Project or not, will pass to OW'N'ER no later than the time
of payment free and clear of all Liens
Review ofAppheabons for Progren Payment
14.4. ENGINEER will, within ten days after receipt of
each Application for Paymem, either indicate in writing a
EXIX OE."JE UL COMNTIONS 19104 UM EMoo)
w/ QTY OF FORT WLUM MODIFICATIONS Qil;U 42000)
recommendation of payment and present the Application
to OWNER, or return the Application to CONTRACTOR
indicating in writing ENGINEER's reasons for refusing to
recommend payment In the latter cam. CONTRACTOR
may make the necessary corrections and resubmit the
Application. Ten days after presentation of the
Application for Payment to OWNER with ENGINEER'S
recommendation the amount recommended %till (subject
to the provisions of the last sentence of paragraph 14.7)
become due and when due will be paid by OWNN7ER to
CONTRACTOR
14.5. ENGINEER's recommendation of any payment
requested in an Application for Payment will constitute a
representation by ENGINEER to OWNER, based on
ENGINEER's ton -site observations of the executed Work
as an experienced and qualified design professional and on
ENGINEER's review of the Application for Payment and
the accompanying data and schedules, that to the best of
ENGINE R's knowledge, information and belief
14.5.1. the Work has progressed to the point
indicated,
14.52 the quality of the Work is generally in
accordance with the Contract Documents (subject to
an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion to the results
of any subsequent tests called for in the Contract
Documents, to a final delermvmtion of quantities and
classifications Far Unit Pnoe Work under
paragraph 9.10, and to any other qualifications stated
in the recommendation), and
14.5.3. the conditions precedent to
CONTRACfORs being entitled to such payment
appear to have been fulfilled insofar as it is
ENGINEER's responsibility to observe the Work.
However, by recommending any such payment
ENGINEER will not thereby be deemed to have
represented that: (i) es}austive or continuous on -site
inspections have been made to check the quality or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGINEER in the Contract
Documents or (u) that there may not be other matters or
issues between the parties that might entitle
CONTRACTOR to be paid additionally by OWNER or
entitle OWNER to withhold payment to CONTRACTOR
14.6. ENGINEERs recommendation of any payment,
including final payment, shall not mean that ENGINEER
is responsible for CONTR4CTOR's means, methods,
techniques, sequences or procedures of corstuction, or
the sate ty precautions and programs incident thereto, or
for any fiilure of CONTRACTOR to comply with Laws
and Regulations applicable to the furnishing or
performance of Work, or for any failure of
CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents.
14.7. ENGINEER may refuse to recommend the whole
or any part of any payment it in ENGI EER's opinion, it
would be incorrect to make the representations to
29
OWNER referred to in paragraph 14.5. ENGINEER may
also refuse to recommend any such payment, or, because of
subsequently discovered evidence or the results of
subsequent inspections or test-, nullify airy such payment
previously recommended, to such extent as may be
necessary in ENGINEER's opinion to protect OWNER
from loss because:
14.7.1. the Work is defecava, or completed Work has
been dam aged requiring correction or replacement.
14.7 2. the Contract Price has been reduced by
Written Amendment or Change Order,
147.3 OW'.\FR has been required to correct
defecire Work or complete Work in accordance with
paragraph 13.14, or
14.7.4. ENGINEER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.4 inclusive.
OWNER may refuse to make payment ot'the full amount
recommended by ENGINEER because:
14.7.5. claims have been made against OWNER on
account of CONTRACTOR's performance or f irmshutg
of the Work,
143.6. Liens have been filed in connection with the
Work. except where CONTRACTOR has deliverer) a
specific Borst satisfactory to OWNER to secure the
satisfaction and discharge of such Liens,
14.7.7. there are other items entitling OWNER to a sd-
off against the amount recommended, or
14.7.8 OWNER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 14.7.I through 14.73 or paragraphs 15.2.1
through 15.2.4 inclusive,
but OWNER must give CONTRACTOR immediate
written notice (with a copy to ENGINEER) sorting the
reasons for such action and promptly pay CONTRACTOR
the amount so withheld or any adjustment thereto agreed
to by OWNER and CONTRACTOR when
CONTRACTOR corrects to OWNER's s usfaet:ion the
reasons for such action
Subsrandd Compfe6an:
14.8. When CONTRACTOR consdes the entire Work
ready for its intended use CONTRACTOR shall ratify
OWNER and ENGINEER in writing that the entire Work
is substantially complete (except for items specifically
listed by CONTRACTOR as i complete) and request that
ENGINEER issue a certificate of Substantial Completion.
Within a reasonable time thereafter, OWNER
CONTRACTOR and ENGLNFER shall make an inspection
of the Week to determine the status of completion. If
ENGINEER does not consider the Work substantially
complete, ENGINEER will notify CONTRACTOR in
writing giving the reasons therefor If ENGINEER
EXDC OENERAL CONDITIOD81910-8 (1990 EMIM)
30 w/CITY OF FORT C UNSMODIFICATIONS(REV42000)
considers the Work substantially complete. ENGINEER
will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which shell fir the date of
Substantial Completion. There shall he attached to the
catifieate a tentative list of items to be completed or
corrected before final payment OWNER shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGINEER as to any
provisions of the certificate or attached list If, after
considering such objecuors, ENGLvEER concludes that
the Work is not substantially complete. ENGINEER will
within fourteen days after submission of the tentative
certificate to OWNER notify CONTRACTOR in writing,
stating the teasers therefor. If; after consideration of
OWNER's objections, ENGINEER considers the Work
substantially complete, ENGINEER will within said
fourteen days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial
Completion ENGINEER will deliver to OWNER and
CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between
OWNER and CONTRACTOR with respect to security,
operation, safety, maintenance, ]teak utilities, ireurance
and warranties and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writi'Mr�g and so inform
ENGINEER in writing prior to ENGI IFFR's issuing the
definitive certificate of Substantial Completion,
ENGIN'MR's aforesaid recommendation will be binding
on OWNER and CONTRACTOR until final payment
14.9. OWNER shall have the right to exclude
CONTRACTOR from the Work after the date of
Substantial Completion. but OWNER shall allow
CONTRACTOR reasonable access to complete or correct
items on the tentative list
Po'dal UL awdon:
14.10. Use by OWNER at OWNERN option of any
substantially completed part of the Work which (i) has
specifically been identified in the Contract Documents, or
(n) OWNER. ENGINEER and CONTRACTOR agree
constitutes a separately functioning and usable part of the
Work that can be used by OWNER for its intended
purpose without significant interference with
CONTRACTOR's performance of the remainder of the
Work, may be accomplished prior to Substantial
Completion of all the Wo& subject io the following:
14.10.1.OWNER at any time may request
CONTRACTOR in writing to permit OWNER to use
any such part of the Work which OWNER believes to
be ready for its intended use and substantially
00 Ice. If CONTRACTOR agrees that such part of
e Work is suhsantially complete. CONTRACTOR
will ctify to OWNER and ENGINEER that such
part of the Work is substantially complete and request
ENGINEER to issue a certificate of Substantial
Completion for that part of the Work
CONTRACTOR at any time may notify OWNER and
ENGINEER in writing that CONTRACTOR considers
any such part of the Work ready for its intended use
and substantially complete and request ENGINEER to
issue a certificate of Substantial Completion for that
part of the Work Within a reasonable time after either
such request, OWNER, CONTRACTOR and
ENGLVEER shall make an inspection of that part of
the Work to determine its status of completion If
ENGLVEER does not consider that part of the Wok to
be substantially complete. ENGINEER will notify
OWNER and CONTRACTOR in writing giving the
reasons therefor. If ENGINEER considers that part of
the Work to be substantially complete, the provisions
of paragraphs 14 8 and 14 9 will aplpy with respect to
certification of Substantial Completion of that part of
the Work and the division of responsibility in respect
thereof and access thereto.
14.10.2. No occupancy or separate operation of part
of the Wade will be accomplished prior to compliance
with the requirements of paragraph 5.15 in respect of
property insurance.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will make a final ' ion with OWNER
and CONTRACTOR and will y CONTRACTOR in
writing of all particulars in which this inspection reveals
that the Work is incomplete or ahfecnve. CONTRACTOR
shall immediately take such measures as are necessary to
complete such work or remedy such deficiencies
Final Application for Payment
14.12. After CONTRACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance with the Contract Documents all
maintenance mid operating instructions, schedules,
guarantees. Bonds, certificates or other evidence of
insurance required by paragraph5.4, certificate of
inspection, marked -up record documents (as provided in
paragraph 619) and otter documents. CONTRACTOR
may make application for final payment following the
procedure for progress payments The final Applicationfor
Payment shall be accompanied (except aspreviously
delivered) by: (i) all documtentation called for in the
Contract Documents including but not limited to the
evidence of insurance required by subparagraph5.4.13,
(ii) consent of the surety, if any. to final payment, and
(ut) complete and legally effective releases or waivers
(satisfactory to OVINER) of all Liao arising out of or filed
in connection with the Work. In lieu of such releases or
waivers of Liens and as approved by OWNER
CONTRACTOR may famish receipts or releases in full
and affidavit of CONTRACTOR that: n the releases and
receipts include all labor, services material and equipment
for which a Lien could be filed, and (u) all payrolls,
material and equipment bills, and otter indebtedness
connected with the Work for which OWNER or OWNER's
property in fight in any way be resporsible have been paid or
otherwise satisfied if any Subcontractor or Supplier fails
EKDC OE 49LA6L CON)IT10M 191" (n 990 Edtim)
w� CITY OF FORT COLD M MODIFICATIONS OLEv 42traa)
to famish such a release or receipt in full.
CONTRACTOR may fiartish a Bond or other collateral
satisfactory to OWNER to indemnify OWNER against
any Lien. Releases or waivers of liens and the consent of
the surety to final= oavmcm are to be submittal on
forms co nformi na to the format of the OWNER'S standard
forms bound in the Protect manual.
Feral Payment andAcc4plance.
14.13. If, on the basis of ENGINEER's observation of
the Work during construction and final inspection, and
ENGINEER's review of the final Application for payment
and accompanying documentation as required by the
Contract Documents, ENGINEER is satisfied that the
Work has been completed and CONTRACTOR's other
obligations under the Contract Documents have been
fulfilled, ENGINEER will, within ten days after receipt of
the final Application for Payment, indicate in writing
ENGINEER's recommendation of payment and present
the Application to OWNER for payment. At the same
time ENGINEER will also give written notice to OWNER
and CONTRACTOR that the Wort: is acceptable subject
to the provisions of paragraph 14.15. Otherwise,
ENGINEER will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to recommend final payment, in which case
CONTRACTOR shall make the neeemary corrections and
resubmit the Application Thirty days after presentation to
OWNER of the Application and accompanying
documentation, in appropriate form and substance and
with ENGINEER's recommendation and notice of
acceptability, the amount recommended by ENGINEER
will become due and will be paid by OWNER to
CONTRACTOR su iect to narauaph 17 6.2 of these
General Conditions
14.14. IE through no fault of CONTRACTOR final
completion of the Work is significantly delayed and if
ENGINEER so confirms. OWNER shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully completed aril accepted. If the
remaining balance to be held by OWNER for Work no
fully completed or corrected is less than the retainage
stipulated in the Agreement, and if Bonds have been
furnished as required in paragraph 5.1, the written consent
of the surety to the payment of the balance due for that
portion of the Work fully completed and accepted shall be
submitted by CONTRACTOR to ENGINEER with the
Application for such payment Such payment shall be
made under the terms and conditions governing final
payment, except that it shall not constitute a waiver of
claims.
Waiver of (2aims:
14.15. The making and acceptance of final payment will
constitute:
14.15.1 a waiver of all claims by OWNER against
CONTRACTOR except claims arising from
unsettled Liens, fiam defectme Work appearirg after
31
final inspecnon pursuant to paragraph 14.11. from
failure to comply with the Contract Documents or the
terms of any special guarantees specified therein. or
from CON ACTOR'S continuing obligator under
the Contract Documents, and
1415.2.A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsenled.
ARTICLE 15 SUSPENSION OF WORK AND
TERMINATION
OPAER May Suspend Work:
15.1. At any time and without cause. OWNER may
suspend the Work or any portion thereof for a period of not
more than ninety days by notice in writing to
CONTRACTOR and ENGD,BER which will fox the date
on which Work will be resumed. CONTRACTOR shall
resume the Work on the date so fixed CONTRACTOR
shall be allowed an adjustment in the Contract Price or an
extension of the Contract Times, or burly directly
attributable to any such suspension if CONTRACTOR
makes an approved claim therefor as provided in
Articles 11 and 12,
01 INT-1? 1Way Termiaare:
15.2. Upon the occurrence of any one or more of the
following events:
15.2.1. if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragraph29 as adjusted from tithe to time
pursuant to paragraph 6.6):
152.2. if CONTRACTOR disregards Laws or
Regulation of any public body having jurisdiction;
15.23. if CONTRACTOR disregards the authority of
ENGINEER, or
15.2.4. if CONTRACTOR otherwise violates m any
substantial way any provision of the Contract
Documents,
OWNER may, after giving CONTRACTOR (and the
surety, if any) seven day$ written notice and to the extent
permitted by Laws and Regulations, terminate the services
of CONTRACTOR exclude CONTRACTOR from the site
and take possession of the Work and of all
CONTRACTOR's tools, applianom construction
equipment and machinery at the site and use the same to
the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or
conversions incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
EKDG GEt#TXdL . CONDITIONS 19105 (1990 MOO
32 w/ CITY OF FORT COLW NS MODIFICATIONS aZEV 4r2000)
CONTRACTOR but Much are stored elsewhere, and
finish the Work as OWNER may deem expedient In such
case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished If the unpaid
bahuxc of the Contract Price exceeds all claims. costs.
losses and damages sustained by OWNER arising out of
or resulting from completing the Work such excess will be
paid to CONTRACTOR If such claims, costs, losses and
damages exceed such unpaid balance, CONTRACTOR
shall pay the difference to OWNER. Such claims, carts,
losses and damages incurred by OWNER will be reviewed
by ENGINEER as to their reasonableness and when so
approved by ENGINEER incorporated in a Change Order,
provided that when exercising any rights or remedies
under this paragraph OWNER shall not be required to
obtain the lowest price for the Work performed.
15.3. Where CONTRACTOR's services have been so
terminated by OWNER. the termination will not affect
any rights or remedies of OWNER against
CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due
CONTRACTOR by OWNER will not release
CONTRACTOR from liability
15.4. Upon seven days' written notice to
CONTRACTOR and ENGNIMR, OWNER may,
without cause and without prejudice to any other right or
remedy of OWNER, elect to terminate the Agreement. In
such case, CONTRACTOR shall be paid (without
duplication of any items):
15.4.1. for completed and acceptable Work executed
in accordance with the Contract Documentsprror to
the effective date of termination, including , and
reasonable sums for overhead and profit on such
Work,
15.4 2 for expenses sustained pnor to the effective
date of termination in performing services and
furnishing labor, materials or equipment as required
by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable sums for
overhead and profit on such expenses,
15.4.3for all claims, costs, loses and damages
incurred in settlement of terminated contracts with
Subcontractors, Suppliers and others, and
15.44. for reasonable expenses directly attributable
to termination
CONTRACTOR shall not be laid on account of loss of
anticipated profits or revenue or other economic loss
arising out of or resulting from such termination -
CONTRACTOR May Snap Work or Terntiame:
155. 4 through no act or fault of CONTRACTOR, the
Work is suspended for a period of more than ninety days
by OWNER or under an order of court or other public
authority, or ENGINEER fails to act on any Application
for Payment within thirty days after it is submitted or
OWNER fails for thirty days to pay CONTRACTOR any
SECTION 00020
INVITATION TO BID
Date: May 16, 2016
Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at
the office of the Purchasing Division, 3:00 P.M., our clock, on June 3, 2016, for the Asphalt
Overlay Project; BID NO. 8320. If delivered, they are to be delivered to 215 North Mason
Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box
580, Fort Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly received will be
publicly opened and read aloud.
The Contract Documents provide for the construction of Bid 8320. The Work shall consist
mainly of asphalt milling, asphalt patching, asphalt overlays, geotextile paving fabric, manhole
and valve box adjustments, and the associated traffic control on designated streets in the City of
Fort Collins. Specific locations are described in Section 03500, Project Map.
The City intends to award a one year agreement with the option at the City's sole discretion to
renew for up to four (4) additional one (1) year terms. Pricing will be reevaluated and mutually
agreed upon annually in the event the agreement is renewed by the City. Notwithstanding, the
City reserves the right to bid any project(s) independent of this Bid and subsequent agreement.
The City of Fort Collins has adopted a new Dust Prevention and Control Manual. The
requirements can be found in SECTION 04000 of the Specifications. In addition, the City has
established required haul routes for asphalt materials as detailed in SECTION 01560,
paragraph 1.6. All operations conducted under this Bid shall be performed in accordance with
the stated procedures and requirements.
All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins,
215 North Mason St., 2nd floor, Fort Collins, Colorado 80524.
The City encourages all disadvantaged business enterprises to submit bid in response to all
invitations and will not be discriminated against on the grounds of race, color, national origin.
Questions concerning the scope of the bid should be directed to Bennett Ashbaugh, Project
Manager at (425) 241-3697 or bashbaugh@fcgov.com.
Questions regarding bid submittal or process should be directed to Elliot Dale, Buyer at
(970) 221-6777 or edale@fcgov.com.
All questions must be submitted in writing via email to Bennett Ashbaugh , with a copy
to Elliot Dale, no later than 5:00 PM our clock on May 26, 2016. Questions received after
this deadline will not be answered.
The Contract Documents and Construction Drawings may be examined online at
• Rocky Mountain E-Purchasing System: www.rockvmountainbidsystem.com
Bids will be received as set forth in the Bidding Documents.
star finally determined to be due, then CONTRACTOR
may. upon seven days' written notice to OWNER and
ENGINEER, and provided OWNER or ENGINEER do not
remedy such suspension or Failure within that time,
terminate the Agreement and recover from OWNER
payment on the same terms as provided in pamgmph 15.4.
In lieu of terminating the Agreement and without prejudice
to any other right or remedy, if ENGINEER has failed to
act on an Application for Payment within thirty days after it
is subminal or OW2dER has failed for d rty days to pay
CONTRACTOR any son finally determined to be due.
CONTRACTOR may Mort seven days' written notice to
OWNER and ENGINEER stop the Work until payment of
all suulh amounts due CONTRACTOR, including interest
therein The provisions of this paragraph 15.5 are not
intended to preclude CONTRACTOR from making claim
under Articles 11 and 12 for an increase in Contract Price
or Contract Times or otherwise for expenses or damage
directly attributable to CONTRACTORS stopping Work as
permitted by this paragraph -
ARTICLE 16—DISPUTE RESOLUTION
If and to the extent that OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise under this
Agreement, such dispute resolution method and procedure,
if any, stall be as set forth in ExhtbitGC-& "Dispute
Resolution Agreement", to be attached hereto and made a
pan hereof. If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the provisions of paragmphs9.10, 9,11 and
9.11. OWNER and CONTRACTOR may exercise such
rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect
of any dispute
ARTICLE 17—bIISCELLANEOUS
Glvfag Notree:
171 Whenever any provision of the Contract
Documents requires the giving of written notice, it will be
deemed to have been validly given if delivered in person to
the individual or to a member of the firm, or to an officer of
the corporation for whom it is intended or if delivered at or
sent by registered or certified mail, postage prepaid to the
last bus¢ness address known to the giver of the notice
17.2. Computation of Time:
17.2.1. When am period of time is referred to in the
Contract Documents by days, it will be computed to
occlude the first and include the last day of such
period If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holid
by the law of the applicable yurmliction, such day will
be omitted from the computation
EUX OIRC 4L CONDITIONS 1910S (1990 Ecitim)
w/ CITY OF FORT COLLI NS MODIFICATIONS (1tEV 42000)
17.22. A calendar day of twenty-four hours measured
from midnight to the rrxt midnight will constitute a
day.
Nodee of Ctaim:
17.3. Should OWNER or CONTRACTOR suffer injury
or damage to penort or property because of arty error,
omission or act of the other party or of any of the other
party's employees or agents or others for whose acts the
other party is legally liable. claim will be made in writing
to the other party within a reasonable time of the first
observance of such injury or damage. The provisions of
this paragraph 17.3 shall not be construed as a substitute
for or a waiver of the provisions of arty applicable granite
of limitations or repose.Cumu/ati.xRemedin:
17.4. The duties and obligations imposed by these
General Conditions and the rights and remedies available
hereunder to the patties hereto, arid, in particular but
without limitation the warranties, guarantees and
obligations imposed upon CONTRACTOR by
paragraphs 6. 11 '
6.16, 6.30, 6.31, 632, 13.1, 13.12, 13.14,
14.3 and 15.2 and all of the rights and remedies available
to OWNER and ENGINEER thereunder, are in addition
to, and are not to be construed in any way as a limitation
ofy any rights and remedies available to any or all of them
which are otherwise imposed or available by Laws or
Regulations by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions
of this paragraph will be as effective as it repeated
specifically in the Contract Documents in connection with
each particular duty, obligation. no and remedy to which
they apply.
Professional Fen and Court Coat Included-
17.5. Whenever reference is made to "claims, costs,
losses and damages", it shall include in each case, but not
be limited to, all fees and charges of engineers, architects.
attorneys and other professionals and all court or
arbitration or other dispute resolution costs
17.6. The laws of the Stan of Colorado apply to th s
Agreement Reference to two pertinent Colorado statutes
are as follows:
17.62. If a claim is filed OWNER is reattited b7t
law (CRS 38-26-107) to withhold from all payments to
CONTRACTOR sufficient funds to insure the
payment of all claims fcv_I_abcr, materials, team hire,
sustenance. orovisiorm provender. or other supplies
used or consumed by CONTRACTOR or his
33
EJCDCOENERAL CONDITIOM 1910.8 0990 EMoO
34 wl CITY OF FORT COLUM MODIRCAnOM (RED/ 42000)
(This page left blank intauicnally )
EJCDCOENaM COrminOus 1910-8 (1990 EMim) 35
w/ CITY OF FORT COLLI NS MODIFI CATIONS OkEV 42000)
EJCDc M4U.AL CONDITIONS 191" (1990MOO
36 w1 CITY OF FOP T COL NS M000-icenOM UMV V2000)
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
OWNER and CONTRACTOR hereby agree that
Article 16 of the General Conditions of the Construction
Contract between OWNER and CONTRACTOR is
amended to include the following agreement of the parties:
161. All claims, disputes and other matters in
question between OWNER and CONTRACTOR arising
out of or relating to the Contract Documents or the breach
thereof (except for claims which have been waived by the
mating or acceptance of final payment as provided by
paragraph 14.15) will be decided by arbitration in
accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association then
obtarnm& subject to the limitations of the Article 16. This
agreement so to arbitrate and any other agreement or
consent to arbitrate entered into in accordance herewith as
provided in this Article 16 will be specifically enforceable
under the prevailing law of any court havirg jurisdiction
16.2. No demand for arbitration of any clam, dispute
or other matter that is required to be referred to
ENGINEER initially for dectsion in accordance with
paragraph 9.11 will be made until the earlier of (a) the date
on which ENGINEER has rendered a written decision or
(b) the thirty-first day after the parties have presented their
evidence to ENGINEER if a written decision has not been
rendered by ENGINEER before that date. No demand for
arbitration of any such claim, dispute or other matter will
be made later than thirty days after the date on which
ENGINEER has rendered a written decision in respect
thereof in accordance with paragraph 9.11; and the failure
to demand arbitration within said thirty days' period will
resuh in ENGINEER's decision being final and binding
upon OWNER and CONTRACTOR If ENGINEER
readers a decision after arbitration proceedings have been
initiate4 such decision may be entered as evidence but will
not supersede the arbitration proceedings, except where the
decision is acceptable to the parties concerted. No demand
for arbitration of any written decision of ENGINEER
rendered in accordance with paragraph 9.10 will be made
later than ten days after the party making such demand has
delivered written notice of intention to appeal as provided
in paragraph 9.1 n
16.3. Notice of the demand for arbitration will be
filed in writing with the other party to the Agreement and
with the American Arbitration Association and a copy will
be sent to ENGINEER for information The demand for
arbitration will be made within the thittyday or ten-day
period specified in paragraph 16.2 as applicable, and in all
other oasis within a reasonable time after the claim, dispute
or other matter in question has arisen, and in no event shal t
any such demand be made after the date when institution of
legal or equitable proceedings based on such claim. dispute
or other matter in question would be barred by the
applicable statute of limitations.
ErCDC GENERAL. CONDMONs 191M a990 Edtim)
WI CITY OF FORT COLLINS MODIFICATIONS (REV %99)
16.4. Except as provided in paragraph 16.5 below.
no arbitration arising out of or relating to the Contract
Documents shall include by consolidation joinder or in any
other manner any other person or entity (including
ENG12NMER, ENGINEER's Consultant and the officers,
directors, agents, employees or consultants of any of them)
who is not a party to this contract unless:
16.4.1. the inclusion of such other person or entity is
necessary if complete relief is to be afforded among
those who are already patties to the arbitration, and
16.4.2. stub other perm or entity is substantially
involved in a question of law or fact which is common
to those who are already parties to the arbitration and
which will arise in such proceedings, and
16.4.1 the written consent of the other person or
entity sought to be included and of OWNER and
CONTRACTOR has been obtained for such inclusion,
which consent shall make specific reference to this
pa • but no such consent shall constitute consent
to arbitration of any dispute not specifically described
in such crosen[ or to arbitration with any party not
specifically identified in such consent.
16.5. Notwithstanding paragraph 16.4, if a claim,
dispute or other matter in question between OWNER and
CONTRACTOR involves the Work of a Subcontractor,
either OWNER or CONTRACTOR may join such
Subcontractor as a patty to the arbitration between OWNER
and CONTRACTOR hereunder. CONTRACTOR shall
include in all subcontracts required by paragraph 6.11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involving the Work of such
Subcontncwr. Nothing in this paragraph 16.5 nee in the
provision of such subcontract consenting to joinder shall
create any claim, right or cause of action in favor of
Subcontractor and against OWNER ENGINEER or
ENGINEER's Consultants that does not otherwise exist.
16.6. The award rendered by the arbitrators will be
final, Judgment may be entered upon it in any court having
jurisdiction thereat and it will not be subject to
modification or appeal.
16.7. OWNER and CONTRACTOR agree that they
shall first submit any and all unsettled claims,
oounterchums, disputes and other matters in question
between them arising out of or relating to the Contract
Documents or the breach thereof ("disputes"), to mediation
by the American Arbitration Association under the
Construction Industry Mediation Rules of the American
Arbitration Association prior to either of them initialing
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6, unless delay in initiating
arbitration would irrevocably prejudice one of the parties.
The respective thirty and ten day time limits within which
to file a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within those same
applicable time limits and shall remain suspended until ten
days after the termination of the mediation The mediator
of any dispute submitted to mediation under this Agreement
shall not serve as arbitrator of such dispute unless otherwise
agreed
GC•Al
EJCDC OENERAL CONDMONS 1910-8 (1999 tficn) GC -Al
w/ CITY OF FORT COLIINS MODIFICATIONS %EV 9/94)
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins
modifications) and other provisions of the Contract Documents as indicated below.
SC-4.2 Subsurface and Physical Conditions:
A. Add the following language to paragraph 4.2.1 of the General Conditions.
4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions
at the site of the Work:
N/A
Contractor may rely upon the accuracy of the technical data contained in the
geotechnical documents, but not upon nontechnical data, interpretations or
opinions contained therein or upon the completeness of any information in the
report.
B. 4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or
subsurface structures (except Underground Facilities referred to in Paragraph
4.3) which are at or contiguous to the site have been utilized by the Engineer in
preparation of the Contract Documents, except the following:
N/A
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph numbers of the
General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of
$1,000,000 combined single limits (CSL). This policy will include coverage
for Explosion, Collapse, and Underground coverage unless waived by the
Owner.
5.4.6 The Comprehensive Automobile Liability Insurance policy will have
limits of $1,000,000 combined single limits (CSL).
5.4.9 This policy will include completed operations coverage/product
liability coverage with limits of $1,000,000 combined single limits (CSL).
•
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule zero 0 days lost due to abnormal
weather conditions.
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
The Work is expected to be commenced within the time as required by Section 2.3 of General
Conditions. Substantial Completion of the Work is required as specified in the Agreement.
The successful Bidder will be required to furnish a Performance Bond and a Payment Bond
guaranteeing faithful performance and the payment of all bills and obligations arising from the
performance of the Contract.
No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening
Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any informalities and
irregularities therein.
Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the
form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have
a financial interest in the sale to the City of any real or personal property, equipment, material,
supplies or services where such officer or employee exercises directly or indirectly any decision -
making authority concerning such sale or any supervisory authority over the services to be
rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
City of Fort Collins
Gerry Paul
Purchasing Director
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: 8320 Asphalt Overlay Project
CONTRACTOR: Martin Marietta Materials Inc
PROJECT NUMBER: 8320
DESCRIPTION:
1. Reason for change:
2. Description of Change: _
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER .00
TOTAL PENDING CHANGE ORDER .00
TOTAL THIS CHANGE ORDER .00
TOTAL % OF THIS CHANGE ORDER %
TOTAL C.O.% OF ORIGNINAL CONTRACT %
ADJUSTED CONTRACT COST $ .00
(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
Purchasing Agent over $30,000
cc: City Clerk Contractor Engineer
Project File Architect Purchasing
DATE:
L AI
DATE:
g•
0
APPLICATION FOR PAYMENT
PAGE 1 OF 4
OWNER: City of Fort Collins
PROJECT:
APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER:
CONTRACTOR:
PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS
Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as
NUMBER DATE AMOUNT
follows:
1
2
Original Contract Amount:
3
Net Change by Change Order:
Current contract Amount:
$0 00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage:
$0.00
Less Retainage:
Net Change by Change Order $0.00
AMOUNT DUE THIS APPLICATION:
$0.00
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the CONTRACTOR.
Date: By:
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date: By:
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date: By:
Payment of the above Amount Due This Application is approved by the OWNER.
Date: By:
APPLICATION FOR
CONTRACT AMOUNTS
PAYMENT
PAGE 2 OF 4
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials Total
Item
This Earned Percent
Unit
To
Number Description Quantity Units Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00
$0.00
$0.00
CHANGE ORDERS
APPLICATION FOR PAYMENT
PAGE 3 OF 4
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials Total
Item
This Earned Percent
Unit
To
Number Description Quantity Units
Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS CHANGE
ORDERS
$0.00
$0.00
$0.00
$0.00
$0.00
PROJECT TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
STORED MATERIALS
SUMMARY
On Hand
Item Invoice Previous
Number Number Description Application
Received
This
Period
PAGE 4 OF 4
Installed On Hand
This This
Period Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00 $0.00
2016 ASPHALT OVERLAY PROJECT
GENERAL REQUIREMENTS INDEX
SECTION
01010 Summary of Work
01040 Coordination
01310 Construction Schedules
01330 Survey Data
01340 Shop Drawings
01410 Testing
01510 Temporary Utilities
01560 Temporary Controls
01700 Contract Closeout
01800 Method of Measurement and Basis of Payment
PAGE NUMBERS
General Requirements 1-2
General Requirements 34
General Requirements 5-6
General Requirements 7
General Requirements 8-10
General Requirements 11-12
General Requirements 13
General Requirements 14-15
General Requirements 16
General Requirements 17
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
A. This work shall consist of asphalt patching, asphalt overlays, base work, variations of paving fabric, and
manhole and valve box adjustments on designated streets in the City of Fort Collins. Specific locations are
described in Section 3500, Project Map.
B. Protection and Restoration.
1. Replace to equal or better conditions all items removed and replaced or damaged during construction.
Restore all areas disturbed to match surrounding surface conditions. Also see tree protection standards.
C. Construction Hours
1. Construction hours, except for emergencies, shall be limited to 7:00 am. to 6:00 p.m., Monday through
Friday, unless otherwise authorized in writing by the Engineer. After hour equipment operation shall be in
accordance with Section 1560.
2. Any work performed by the Contractor outside of the construction hours, whether or not authorized by the
Project Manager, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds
to cover the Owner' s costs in providing field engineering and/or inspection services because of such work.
The cost for field engineering and inspection shall be $50.00 per hour.
1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES
A. Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when
prosecution of the Work may affect them.
B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary
to temporarily deny access or services.
C. Contact utilities at least 48 hours prior excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of
work schedule and any items which would affect their daily operation.
E. Tom Knostman/Bennett Ashbaugh will be the Program Manager/Project Manager).
Tom Knostman 970-221-6576 Office 970-679-7947 Cell
Bennett Ashbaugh 970-221-6615 Office 970-658-0921 Cell
F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's
convenience.
General Requirements - Page I of 17
SECTION 01010
SUMMARY OF WORK
UTILITIES
Water:
City of Fort Collins, Colorado
221-6700, Meter Shop 221-6759
Storm Sewer:
City of Fort Collins, Colorado
221-6700
Sanitary Sewer:
City of Fort Collins, Colorado
221-6700
Electrical:
City of Fort Collins, Colorado
221-6700
Gas:
Xcel Energy Emergency 1-800-895-2999
Local Contact:
Pat Kreager 970.566.4416
Telephone:
UNCC / 1-800-922-1987
Local Contact:
Debbie Kautz 970.689.0635
Traffic Operations:
City of Ft. Collins, Colorado
221-6630
Cable Television:
Comcast
493-7400
Utility Notification Center of Colorado (UNCC) - 811
1-800-922-1987
AGENCIES
Safety:
Occupational Safety and Health Administration
(OSHA): 844-3061
Fire:
Poudre Fire Authority
Non -Emergency: 221-658 l
Emergency: 911
Police:
City of Fort Collins Police Department
Non -Emergency: 221-6540
Emergency: 911
Postmaster:
US Postal Service: 225-4111
Transportation:
Transfort: 221-6620
Traffic Engineering: 221-6630
END OF SECTION
Larimer County Sheriffs Department:
Non -Emergency: 221-7177
Ambulance:
Poudre Valley Hospital
Non -Emergency: 484-1227
Emergency: 911
General Requirements - Page 2 of 17
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONSIBILITIES
A. Coordinate operations under contract in a manner which will facilitate progress of the Work. The Contractor
shall also coordinate with the Landscape Contractor whose Work is separate from the General Contractors
contract.
B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and
manner of performance of operations which affect the service of such utilities, agencies, or public safety.
C. Coordinate operations under contract with utility work to allow for efficient completion of the Work.
D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods
to provide satisfactory access at all times and keep them informed at all times.
1.2 CONFERENCES
A. A Pre -construction Conference will be held prior to the start of construction.
1. Contractor shall participate in the conference accompanied by all major Subcontractors, including the
Traffic Control Supervisor assigned to the project.
2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to
project.
3. The Project Manager shall invite all utility companies involved.
4. The Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated
schedules.
5. The Project Manager shall introduce the project Representatives.
B. Additional project coordination conferences will be held prior to start of construction for coordination of the
Work, refining project schedules, and utility coordination.
C. Project Manager may hold coordination conferences to be attended by all involved when Contractor's operations
affects, or is affected by, the work of others.
1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the
Project Manager.
1.3 PROGRESS MEETINGS
A. Contractor and Project Manager shall schedule and hold regular progress meetings at least weekly and at other
times as requested by the Project Manager or required by the progress of the Work.
B. Attendance shall include:
1. Contractor and Superintendent.
2. Owner's Representatives.
3. Program Manager/Project Manager, and Project Representative.
4. Traffic Control Supervisor
5. Others as may be requested by Contractor, Project Manager or Owner.
General Requirements - Page 3 of 17
SECTION 01040
COORDINATION
C. Minimum agenda shall include:
1. Review of work progress since last meeting.
2. Identification and discussion of problems affecting progress.
3. Review of any pending change orders.
4. Revision of Construction Schedule as appropriate.
D. The Project Representative and Contractor shall agree to weekly quantities at the progress meetings. The
weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and
shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay
estimates.
END 01= SECTION
General Regwrements - Page 4 of 17
SECTION 00100
INSTRUCTIONS TO BIDDERS
SECTION 01310
CONSTRUCTION SECHDULES
1.1 GENERAL
A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of
tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor
intends to meet the milestones set forth.
1. No work is to begin at the site until Owner's acceptance ofthe Construction Progress Schedule and Report of
delivery of equipment and materials.
1.2 FORMAT AND SUBMISSIONS
A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual
progress.
B. Submit two copies of each schedule to Owner for review.
1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination ofthe Work
with the needs of Owner or others.
C. The schedule must show how the street, landscaping and various utility work will be coordinated.
1.3 CONTENT
A. Construction Progress Schedule.
1. Show the complete work sequence of construction by activity and location.
2. Show changes to traffic control.
3. Show project milestones
B. Report of delivery of equipment and materials.
1. Show delivery status of critical and major items of equipment and materials.
2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements
for equipment and materials, reference Section 01340.
1.4 PROGRESS REVISIONS
A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when
requested by Owner or Project Manager, and with each application for progress payment.
B. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
General Requirements - Page 5 of 17
SECTION 01310
CONSTRUCTION SECHDULES
1.5 OWNER'S RESPONSIBILITY
A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting
Contractor in coordinating the Work with the needs of the Project.
B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods,
techniques, sequences and procedures of construction as provided in the General Conditions.
END Or SE:Cr 10\
General Requirements - Page 6 of 17
SECTION 01330
SURVEY DATA
1.1 SURVEY REQUIREMENTS
A. The Owner will provide the construction surveying for the street and landscaping improvements. City Survey
Crews will perform the surveying required.
B. The Contractor must submit a survey request form to the City Surveyors a minimum of 48 hours prior to
needing surveying.
C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey
personnel shall notify the Contractor with the date on which the requested work will be completed.
D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work
overtime, the Contractor shall pay the additional overtime expense.
E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a
survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing
enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of re -
staking construction stakes and for the cost of re-establishing a destroyed monument.
The Contractor shall notify the Engineer prior to concrete removal when property line markers are inscribed in
the surface of the existing concrete, typically designated by "+" or "x" markings. The Contractor shall reinstall
all existing property line markers in the surface of the new concrete. The Contractor may accurately offset the
existing mark for reinstallation or may notify the City Survey Crews and request the offset location prior to
removal of the concrete. If markers are removed without offsetting and reinstalling, the Contractor shall be
responsible for all costs, including survey costs, associated with relocating and reinstalling the markers.
The Contractor shall be responsible for transferring the information from the construction stakes to any
necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures
in accordance with the information on the stakes and grade sheets supplied by the Owner.
END OF SECTION
General Requirements - Page 7 of 17
SECTION 01340
SHOP DRAWINGS
1.1 GENERAL
A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections.
1. Project Manager will not accept Shop Drawings or other submittals from anyone but Contractor.
B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by Project Manager prior to
the time set forth in the approved schedule will be reviewed at any time convenient to Project Manager before
the time required by the schedule.
C. Any need for more than one re -submission, or any other delay in obtaining Project Manager's review of
submittals, will not entitle Contractor to extension of the Contract Time unless delay of the Work is directly
caused by failure of Project Manager to return any scheduled submittal within 10 days after receipt in his office
of all information required for review of the submittals or for any other reason which prevents Project Manager's
timely review. Failure of Contractor to coordinate submittals that must be reviewed together will not entitle
Contractor to an extension of Contract Time or an increase in Contract Price.
D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication.
E. Do not use materials or equipment for which Shop Drawings or samples are required until such submittals,
stamped by Contractor and properly marked by Project Manager, are at the site and available to workmen.
Do not use Shop Drawings which do not bear Project Manager's mark "NO EXCEPTION TAKEN" in the
performance of the Work.
Review status designations listed on Project Manager's submittal review stamp are defined as follows:
1. NO EXCEPTION TAKEN: Signifies material or equipment represented by the submittal conforms with the
design concept, complies with the information given in the Contract Documents and is acceptable for
incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with
related work. Copies of the submittal are to be transmitted for final distribution.
2. REVISE AS NOTED
Signifies material or equipment represented by the submittal conforms with the design concept, complies
with the information given in the Contract Documents and is acceptable for incorporation in the Work in
accordance with Project Manager's notations. Contractor is to proceed with the Work in accordance with
Project Manager's notations and is to submit a revised submittal responsive to notations marked on the
returned submittal or written in the letter of transmittal.
3. REJECTED
Signifies material or equipment represented by the submittal does not conform with the design concept or
comply with the information given in the Contract Documents and is not acceptable for use in the Work.
Contractor is to submit submittals responsive to the Contract Documents.
4. FOR REFERENCE ONLY
Signifies submittals which are for supplementary information only; pamphlets, general information sheets;
catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Owner in design,
operation, or maintenance, but which by their nature do not constitute a basis for determining that
items represented thereby conform with the design concept or comply with the information given in the
Contract Documents. Project Manager reviews such submittals for general information but not for substance.
General Requirements - Page 8 of 17
SECTION 01340
SHOP DRAWINGS
1.2 SHOP DRAWINGS
A. Include the following information as required to define each item proposed to be furnished.
1. Detailed installation drawings showing foundation details, and clearances required for construction.
2. Relation to adjacent or critical features of the Work or materials.
3. Field dimensions, clearly identified as such.
4. Applicable standards, such as ASTM or Federal Specification numbers.
5. Drawings, catalogs or parts thereof, manufacturer's specifications and data, instructions, performance
characteristics and capacities, and other information specified or necessary:
a. For Project Manager to determine that the materials and equipment conform with the design concept and
comply with the intent of the Contract Documents.
b. For the proper erection, installation, and maintenance of the materials and equipment which Project
Manager will review for general information but not for substance.
c. For Project Manager to determine what supports, anchorages, structural details, connections and services
are required for materials and equipment, and the effect on contiguous or related structures, materials and
equipment.
6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable
Project Manager to review the information effectively.
B. Manufacturer's standard drawings, schematics and diagrams:
I. Delete information not applicable to the Work.
2. Supplement standard information to provide information specifically applicable to the Work.
C. Format.
1. Present in a clear and thorough manner.
2. Minimum sheet size: 8 1/2" x I I".
3. Clearly mark each copy to identify pertinent products and models.
4. Individually annotate standard drawings which are furnished, cross out items that do not apply, describe
exactly which parts of the drawing apply to the equipment being furnished.
5. Individually annotate catalog sheets to identify applicable items.
6. Reproduction or copies of portions of Contract Documents:
a. Not acceptable as complete fabrication or erection drawings.
b. Acceptable when used as a drawing upon which to indicate information on erection or to identify detail
drawings.
7. Clearly identify the following:
a. Date of submission.
b. Project title and number.
c. Names of Contractor, Supplier and Manufacturer.
d. Specification section number, specification article number for which items apply, intended use of item in
the work, and equipment designation.
e. Identify details by reference to sheet, detail, and schedule or room numbers shown in the Contract
Documents.
f. Deviations from Contract Documents.
g. Revisions on re -submittals.
h. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field
measurements and field construction criteria, and coordination of the information within the submittal with
requirements of the Work and the Contract Documents.
General Requirements - Page 9 of 17
SECTION 01340
SHOP DRAWINGS
1.3 SUBMISSION REQUIREMENTS
A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in
the Work or in the work of any other contractor.
B. Minimum number required:
1. Shop Drawings.
a. Three (3) copies minimum, two (2) copies which will be retained by Project Manager.
1.4 RE -SUBMISSION REQUIREMENTS
A. Make corrections or changes required by Project Manager and resubmit until accepted.
B. In writing call Project Manager's attention to deviations that the submittal may have from the Contract
Documents.
C. In writing call specific attention to revisions other than those called for by Project Manager on previous
submissions.
D. Shop Drawings.
1. Include additional drawings that may be required to show essential details of any changes proposed by
Contractor along with required wiring and piping layouts.
IND OF SECTION
General Requirements - Page 10 of 17
SECTION 01410
TESTING
Ll GENERAL
A. Provide such equipment and facilities as required for conducting field tests and for collecting and forwarding
samples. Do not use any materials or equipment represented by samples until tests, if required, have been made
and the materials or equipment are found to be acceptable. Any product which becomes unfit for use after
approval shall not be incorporated into the work.
All materials or equipment proposed to be used may be tested at any time during their preparation or use.
Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the
testing. Products may be sampled either prior to shipment or after being received at the site of the work.
C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided,
sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance
with the latest standards and tentative methods of the American Society for Testing Materials (ASTM).
D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such
information is included under the applicable sections of the Specifications. Any modification of, or elaboration
on, these test procedures which may be included for specific materials under their respective sections in the
Specifications shall take precedence over these procedures.
1.2 OWNER'S RESPONSIBILITIES
A. Owner shall be responsible for and shall pay all costs in connection with testing for the following:
1. Soil tests, except those called for under Submittals thereof.
2. Tests not called for by the Specifications of materials delivered to the site but deemed necessary by Owner.
3. Concrete test, except those called for under Submittals thereof.
1.3 CONTRACTOR'S RESPONSIBILITIES
A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be
responsible for and shall pay all costs in connection with testing required for the following:
1. All performance and field testing specifically called for by the specifications.
2. All retesting for Work or materials found defective or unsatisfactory, including tests covered under 1.2
above.
3. All minimum call out charges or standby time charges from the tester due to the Contractor's failure to pave,
pour, or fill on schedule for any reason except by action of the Engineer .
B. Contractor shall notify the Engineer 48 hours prior to performing an operation that would require testing.
1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM
A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all
items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this
project. This control shall be established for all construction except where the Contract Documents provide for
specific compliance tests by testing laboratories or engineers employed by the Owner. The Contractors' control
system shall specifically include all testing required by the various sections of these Specifications.
General Requirements - Page 11 of 17
SECTION 01410
TESTING
Superintendence: The Contractor shall employ a ful l time Superintendent to monitor and coordinate all facets of
the Work. The Superintendent shall have adequate experience to perform the duties of Superintendent.
C. Contractor's quality control system is the means by which he assures himself that his construction complies with
the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations
and should be keyed to the proposed construction schedule.
D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions
received from the Engineer and actions taken as a result of those instructions. These records shall include
evidence that the required inspections or tests have been performed (including type and number of inspections
or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action
taken. Document inspections and tests as required by each section of the Specifications. Provide copies to the
Engineer weekly.
END OF SECTION
General Requirements - Page 12 of 17
SECTION 01510
TEMPORARY UTILITIES
1.1 UTILITIES
A. Furnish all utilities necessary for construction.
B. Make arrangements with Owner as to the amount of water required and time when water will be needed.
1. Meters may be obtained through the Water Utility Meter Shop at 221-6759
2. Unnecessary waste of water will not be tolerated.
C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor.
1.2 SANITARY FACILITIES
A. Furnish temporary sanitary facilities at each site for the needs of construction workers and others performing
work or furnishing services on the Project.
B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods.
C. Enforce the use of such sanitary facilities by all personnel at the site.
D. Obscure from public view to the greatest practical extent.
l{\D OE SE('I10\
General Requirements - Page 13 of 17
SECTION 01560
TEMPORARY CONTROLS
1.1 NOISE CONTROL
A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in
populated areas.
B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a
manner to cause the least noise consistent with efficient performance of the Work.
C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m.
1.2 DUST CONTROL
A. The Contractor shall abide by the City of Fort Collins "Dust Control Manual" located herein the contract
documents under section 4000. The City of Fort Collins has implemented this manual for all projects performed
for the City of Fort Collins or located within the City of Fort Collins limits.
B. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing.
C. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept
moist with water or by application of a chemical dust suppressant.
1. Chemical dust suppressant shall not be injurious to existing or future vegetation.
1.3 POLLUTION CONTROL
A. Prevent the pollution of drains and water courses by sanitary wastes, concrete, sediment, debris and other
substances resulting from construction activities.
1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site.
2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts.
1.4 EROSION CONTROL
A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities.
Measures in general will include:
a. Control of runoff.
b. Trapping of sediment.
c. Minimizing area and duration of soil exposure.
d. Temporary materials such as hay bales, sand bags, plastic sheets, riprap or culverts to prevent the erosion
of banks and beds of watercourses or drainage swales where runoff will be increased due to construction
activities.
B. Preserve natural vegetation to greatest extent possible.
C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion.
D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual.
General Requirements - Page 14 of 17
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the Standard General
Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings
assigned to them in the General Conditions. The term "Bidder" means one who submits
a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms
"Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to
whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including
all Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to
Bid. No partial sets will be issued. The Bidding Documents may be examined at the
locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither
OWNER nor Engineer assumes any responsibility for errors or misinterpretations
resulting from the use of incomplete sets of Bidding Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430
fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available on the
above terms, do so only for the purpose of obtaining Bids on the Work and do not
confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the
time of the Bid opening, a written statement of qualifications including financial data,
a summary of previous experience, previous commitments and evidence of
authority to conduct business in the jurisdiction where the Project is located. Each
Bid must contain evidence of Bidder's qualification to do business in the state where
the Project is located or covenant to obtain such qualification prior to award of the
contract. The Statement of Qualifications shall be prepared on the form provided in
Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in
determining whether a bidder is responsible, the following shall be considered: (1)
The ability, capacity and skill of the bidder to perform the contract or provide the
services required, (2) whether the bidder can perform the contract or provide the
service promptly and within the time specified without delay or interference, (3) the
character, integrity, reputation, judgment, experience and efficiency of the bidder,
(4) the quality of the bidder's performance of previous contracts or services, (5) the
previous and existing compliance by the bidder with laws and ordinances relating to
the contract or service, (6) the sufficiency of the financial resources and ability of the
bidder to perform the contract or provide the service, (7) the quality, availability and
adaptability of the materials and services to the particular use required, (8) the
SECTION 01560
TEMPORARY CONTROLS
1.5 TRAFFIC CONTROL
A. Maintain traffic control in accordance with the "Manual of Uniform Traffic Control Devices" (MUTCD), the
City of Fort Collins "Work Area Traffic Control Handbook," and the current "LarimerCounty Urban Area Street
Standards" In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria
shall govern.
1.6 HAUL ROUTES
The City reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads.
These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements,
and/or pavements whose condition would be significantly damaged by heavy loads.
Asphalt material hauled in and out of the Martin Marietta Taft Hill Plant location is required to be hauled only
to/from the north on Taft Hill Road to County Road 54G.
FND OF SECTION
General Requirements - Page 15 of 17
SECTION 01700
CONTRACT CLOSEOUT
1.1 CLEANING AND RESTORATION
A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work
was begun. This will include providing labor, equipment and materials for cleaning, repairing and replacing
facilities damaged or soiled during construction. The Engineer will be the judge of the degree of restoration
required.
1.2 PROJECT RECORD DOCUMENTS
A. Maintain on the job site, and make available to the Engineer and/or Project Manager upon request, one
current marked -up set of the drawings which accurately indicate all approved variations in the completed work
that differ from the design information shown on the drawings. Further, these drawings should reflect all
underground obstacles encountered.
B. These record drawings along with any survey records, photographs and written descriptions of said work as may
be required by the Project Manager shall be submitted prior to project acceptance.
END OF SECTION
General Requirements - Page 16 of 17
SECTION 01800
METHOD OF MEASUREMENT AND BASIS OF PAYMENT
1.1 DEFECTIVE WORK
A. Owner will not pay for defective work and will not pay for repair or additional work required to bring the project
to a point of acceptance.
1.2 BID PRICE
A. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a
pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection
therewith shall be included in the prices bid for the various items of Work.
B. Prices shall include all costs in connection with the proper and successful completion of the Work, including
furnishing all materials, equipment and tools; and performing all labor and supervision to fully complete the
work.
C. Unit prices shall govern over extensions of sums.
D. Unit prices shall not be subject to re -negotiation.
1.3 ESTIMATED QUANTITIES
A. All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for
estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The
basis of payment shall be the actual amount of materials furnished and Work done.
B. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any
difference between the amount of Work actually performed and materials actually furnished and the estimated
amount therefor.
END OF SECTIOV'
General Requirements - Page 17 of 17
The 2011 Standard Specifications for Road and Bridge Construction controls construction of this
project. The following special provisions supplement or modify the Standard Specifications and take
precedence over the Standard Specifications and Plans.
INDEX OF REVISIONS
SECTIONS
103
Award and Execution of Contract
104
Scope of Work
105
Control of Work
106
Control of Material
107
Legal Relations and Responsibility to Public
108
Prosecution and Progress
109
Measurement and Payment
DIVISIONS
201
Clearing and Grubbing
202
Removal of Structures and Obstructions
203
Excavation and Embankment
208
Erosion Control
210
Reset Structures
306
Reconditioning
307
Lime Treated Subgrade
401
Plant Mix Pavements - General
403
Hot Mix Asphalt
420
Geosynthetics
626
Mobilization
627
Pavement Marking
630
Construction Zone Traffic Control
REVISION OF SECTION 103
AWARD AND EXECUTION OF CONTRACT
Section 103 of the Standard Specifications is hereby revised to include the following:
This item is intended for use to represent the costs associated with the procurement of bonds as well as the year's
mobilization. The costs associated with the procurement of bonds and the anticipated costs of Mobilization are to be
combined and paid for as a proportionate lump sum item based on the schedule detailed below.
BASIS OF PAYMENT
Subsection 103.03 Requirement of Contract Bonds is hereby amended to include the following:
Payments will be made under:
Pay Item
Unit
103.03 Bond Procurement and Mobilization Lump Sum
The lump sum amount shall be paid for utilizing partial payments as outlined below:
(1) Fifty (50%) percent of the lump sum item shall be paid upon the completion of twenty-five (25%) Percent of the
total contract amount
(2) Seventy -Five (75%) percent of the lump sum item shall be paid upon the completion of fifty (50%) percent of
the total contract amount.
(3) One -Hundred (100%) of the lump sum item shall be paid upon the completion of seventy-five (75%) percent of
the total contract amount.
The above prices and payments shall include full compensation for all expected mobilization costs and the costs
associated with the procurement and maintenance of bonds.
I \DOFSFCT10\
pg. 2
Subsection 104.04 —Maintaining Traffic - shall include the following.
It shall be the Contractor's responsibility to clear parking from the streets when such parking will interfere with the
work. Prior to work that requires the street(s) to be closed to parking and/or traffic; the street(s) shall be posted for
"NO PARKING". The placement of these signs shall take place at least 24 hours prior to the commencement of work
and shall clearly show the type of work, date and times that the `NO PARKING' is in effect. (For example, if street
is to be patched on Wednesday, July 2, the street shall be posted no later than Tuesday, July 1, by 7:00 a.m. with a
sign that reads similar to "NO PARKING, W EDNESDAY. JULY 7, 7:00 A.M. TO 6:00 P.M., PATCHING.) See
sample "NO PARKING" sign. "NO PARKING" signs shall remain in place until the street is opened to traffic and all
clean up operations completed. "NO PARKING" signs may be placed, maintained, and removed by a representative
of the Contractor, the Traffic Control Supervisor, or a Flagger.
All information on the "NO PARKING" signs, with the exception of the type of work, date, and times shall be in
block letters permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible
and written in block style letters in blue or black ink. The "NO PARKING" signs shall be in effect for one or two
days only.
In the event the Contractor deems it necessary to remove a vehicle that has not adhered to the "NO PARKING"
notification, the Contractor shall first make every reasonable effort to locate and contact the owner of the vehicle.
Should the Contractor be unable to locate the owner of the vehicle, the Contractor should notify the Engineer to
arrange for any required towing. Ifthe "NO PARKING" sign has been in place for a minimum of24 hours, then the
City will make every reasonable effort to remove the offending vehicle within four (4) hours of notification by the
Contractor. The Contractor shall not be entitled to any additional compensation for delays associated with the towing
of illegally parked vehicles.
The Contractor shall have an approved Traffic Control Plan on site at all times. Traffic control signage on the
construction site shall be set up in accordance with the approved traffic control plan and in accordance with the
specifications.
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 shal I 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 under the guidance of the Traffic Control Supervisor
• Traffic control signage not set up in accordance with the approved traffic control plans
• Inadequate flagging personnel and/or traffic control devices
The Engineer shall issue a written warning to the Contractor, Subcontractor, and/or Traffic Control Supervisor
documenting the type of violation and the Engineer shall determine the deduction amount based on the Engineers'
opinion of the infraction severity and the number of previous infractions. Upon issuance of the third violation, the
Engineer may request the Subcontractor, Traffic Control Supervisor and/or flagging personnel be removed from the
project. Removal from the project in which the violations were issued shall be in effect for the remainder of the year.
The Contractor shall find replacement Traffic Control Subcontractor, TCS, and/or flagging personnel within two
weeks of the third notice without an adjustment to contract price or working days or the Contract may be terminated
and rebid.
At or near the end of each work day, a representative of the Contractor, the Traffic Control Supervisor, and the
Engineer will meet to discuss the progress of the work and the placement of traffic control devices including "NO
PARKING" signs. The quantity of traffic control devices used that day and for the next day shall be agreed upon by
pg. 3
the Contractor and the Engineer. Any necessary adjustments shall be made. At this time the Contractor shall also
review with the Engineer the proposed means of handling parking and traffic control for the upcoming work.
It is the responsibility of the Contractor to minimize any inconvenience to the public as a result of their work.
The Contractor shall maintain access at all times to all businesses within the project and shall communicate their
schedule 48 hours prior to work to all businesses and residents effected by their work.
Any changes in the traffic control as directed by the Engineer including additional signs, barricades, and/or flaggers
needed in the field shall be immediately implemented.
Traffic Control costs including but not I imited to furnishing equipment, equipment set up/removaUmodification, TCS
and Flagging personnel, vehicles, phones, notification delivery, hand signs, communication devices, sandbags, and all
related incidental items required for traffic control under this contract shall be paid under Revision of Section 630,
"Construction Zone Traffic Control".
NO
PARKING
Wed July 7
7:00 AM - 6:00 PM
PATCHING
END OF SECTION
p�,
n 4
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised as follows:
Subsection 105.01 - Authority of the Engineer - shall 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 Owner. 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 the 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 -
shall be amended to include the following:
The Contractor shall furnish the required submittals in TABLE 105-1 one week before the commencement of work.
Three (3) copies shall be furnished to the Engineer, two (2) copies will be returned to the Contractor upon approval.
Submittals shall not be measured and paid for separately but shall be included in the work.
Section
No.
TABLE 105-1
Description
Approval
Needed
Reoccurring
105.10
Contractor Management Packet — Environmental Management System
Yes
No
108.03
Schedule of Work
Yes
Yes
208.02
Erosion Control Devices
Yes
No
208.04
Stormwater Management Plan
Yes
Yes
208.06
Spill Kit: List of items included within kit
Yes
No
401.02
Warm Mix Specifications
Yes
No
401.02
RAP stockpile testing and Gradation
Yes
No
401.02
Emulsified Tack Coat CSS-I H
Yes
No
630.11
TCS Qualifications (reoccurs when TCS and flaggers change)
Yes
No
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
pg. 5
REVISION OF SECTION 105
CONTROL OF WORK
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 shall be 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 - shall include the following:
The Contractor shall coordinate with all utilities well enough in advance that utility improvements do not delay the
Contractor's work.
City Utilities, Parks, Traffic, Streets, concrete and utility contractors may perform work related to the project within
or near the limits of this project. The Contractor shall conduct the Work without interfering or hindering the progress
or completion of the work being performed by other contractors. The Contractor shall coordinate extensively with
these entities to minimize traffic control and scheduling conflicts, and ensure timely completion of all the work.
Reconstruction operations and/or concrete construction at intersections may involve the destruction and replacement
of traffic signal loop detectors. The existing traffic signal loop detectors shall be removed by the Contractor at no
additional cost as directed by the Engineer. The installations of new traffic signal identification devices shall be in
place in prior to any opening of the roadways to traffic, unless approved by the Engineer.
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 shal I 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.
pg. 6
REVISION OF SECTION 105
CONTROL OF WORK
City Traffic Control Contact: Syl Mireles
Phone: (970)221-6815
Email: smirelesafceov.com
The City will remove existing and install all pedestrian traffic signal equipment.
City Traffic Signal Contact: Britney Sorenson
Phone:970-222-5533
Email: bsorenson@fcaov.com
The Contractor shall coordinate with the City Traffic Engineer to schedule the traffic signal work/fiberoptic 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@afcgov.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 installation and maintenance of temporary pavement markings shall be paid for in accordance with what is
outlined in section 627. The Contractor shall coordinate with the City Traffic Engineer to schedule permanent
signing and striping work in conjunction with other project activities. Full -compliance pavement markings in
accordance with Section 627 shall be in place prior to opening the roadway to traffic. The Contractor shall
cooperate with the City Traffic Department in their removal and installation operations so that progress is
expedited, duplication of work is minimized, and impacts to traffic are minimized.
Street Light Coordination
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 fegov.com
The Contractor shall cooperate with the City Light and Power Department in their removal and installation
operations so that progress is expedited, duplication ofwork 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.
pg. 7
ability of the bidder to provide future maintenance and service for the use of the
subject of the contract, and (9) any other circumstances which will affect the
bidder's performance of the contract.
3.3. Each Bidder may be required to show that he has handled former Work so that no
just claims are pending against such Work. No Bid will be accepted from a Bidder
who is engaged on any other Work which would impair his ability to perform or
finance this Work.
3.4 No Bidder shall be in default on the performance of any other contract with the City
or in the payment of any taxes, licenses or other monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the
Contract Documents thoroughly, (b) visit the site to familiarize himself with local
conditions that may in any manner affect cost, progress or performance of the
Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and
regulations that may in any manner affect cost, progress or performance of the
Work, (d) study and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the
Contract Documents.
4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface
and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder
that Bidder has complied with every requirement of this Article 4, that without
exception the Bid is premised upon performing and furnishing the Work required by
the Contract Documents and such means, methods, techniques, sequences or
procedures of construction as may be indicated in or required by the Contract
Documents, and that the Contract Documents are sufficient in scope and detail to
indicate and convey understanding of all terms and conditions for performance and
furnishing of the Work.
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to be
submitted in writing to the Engineer and the OWNER. Interpretation or clarifications
considered necessary in response to such questions will be issued only by
Addenda. Questions received less than seven days prior to the date for opening of
the Bids may not be answered. Only questions answered by formal written Addenda
will be binding. Oral and other interpretations or clarifications will be without legal
effect.
5.2. All questions concerning the scope of this project should be directed to the
Engineer. Questions regarding submittal of bids should be directed to the City of
Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as deemed
advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as
having received the Bidding documents.
REVISION OF SECTION 105
CONTROL OF WORK
Subsection 105.16 — Inspection and Testing of Work - shall include the following:
The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of
required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a
minimum of 24 hours in advance of starting any construction operation that will require inspection, measuring for
pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the owner and the Engineer
from any responsibility for additional costs or delays caused by such failure. Added costto inspect/test work due to
lack of adequate notice will be deducted from Contractor pay.
Inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as
prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or materials may
be rejected, notwithstanding that such work or materials have been previously inspected by the Engineer or that
payment therefore has been included in the progress estimate.
Subsection 105.19 — Maintenance During Construction - shall include the following:
The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be
cleaned of debris 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. It shall be the Contractor's responsibility to provide the necessary manpower and
equipment to satisfactorily clean the roadway area.
The Contractor shall utilize a combination of pick-up brooms, side brooms and/or other equipment as needed to
clean the streets. All sweeping and clean up equipment shall be approved by the Engineer prior to the
commencement of work and shall be in accordance with the most recent Dust Prevention and Control Manual
located in Section 4000 of the contract documents.
The Contractor shall maintain the streets during the construction process as described above. Upon completion
of the work, the Contractor shall meet with the Engineer to confirm that the cleaning of the job site has been
performed to City expectations and contractual obligations.
All cost of maintaining the work during construction and before the project is accepted will not be measured and
paid for separately, but shall be included in the work.
Subsection 105.22 — Dispute Resolution - shall be 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
pg. 8
REVISION OF SECTION 106
CONTROL OF MATERIAL
Section 106 of the Standard Specifications shall be revised to include the following:
Subsection 106.03 — Samples, Tests, Cited Specification - shall include the following:
The City of Fort Collins will be responsible for all expenses associated with Quality Assurance (QA) and
Independent Assurance (IA) testing. The Contractor shall be responsible for all Quality Control (QC) testing costs.
Test frequencies shall be in accordance with the project specifications. CDOT Field Materials Manual and the
approved Quality Control Plan (QCP).
END OF SECTION
P" y
REVISION OF SECTION 107
LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
Section 107 of the Standard Specifications is hereby revised as follows:
Subsection 107.02 — Permits, Licenses, and Taxes - shall include the following:
Unless otherwise specified, the Contractor shall procure all required permits and licenses; pay all charges. fees, and taxes,
including permits procured for this project by others; and give all notices necessary and incidental to the due and lawful
prosecution of the work. The costs of these permits will not be paid for separately, but shall be included in the work.
Prior to beginning work, the Contractor shall fumish the Engineer with a written list of all permits required for the proper
completion of the contract. The list shall clearly identify the types of permits that must be obtained before work on any
particular phase or phases of work can be started. Copies of the fully executed permits shall be furnished to the Engineer upon
req uest.
The Contractor shall comply with all applicable federal and state laws, orders, and regulations concerning the control and
abatement of water and air pollution.
The Contractor shall comply with the permits (or permit applications if in progress) even if they have not yet been finalized at
the time of construction.
Subsection 107.06 — Safety, Health, and Sanitation Provisions - shall be amended to include the following:
Personnel on Street Maintenance Program (SMP) projects shall use protective equipment prescribed by Local, State, and
Federal safety regulations to control or eliminate hazards or exposure to illness or injury. The Contractor and Subcontractors
are responsible for providing and insuring the use of the required Personal Protective Equipment (PPE). Only Personal
Protective Equipment complying with the Occupational Safety and Health Administration (OSHA) or American National
Standards Institute (ANSI) regulations shall be used. The Contractor shall be responsible for the compliance of their
employees and the Subcontractor's employees. The Contractor's safety representative shall make regular field inspections to
audit and document compliance.
An employee of the Contractor or Subcontractor who refuses to use the prescribed protective equipment designed to protect
him/her or willfully damages such equipment constitutes cause forthe Engineer to request removal of the employee from the
site.
The Contractor's personnel shall be required to wear safety vests, hearing protection, safety glasses, hard hats, and steel toe
boots while on the construction site(s).
Subsection 107.12 — Protection and Restoration of Property and Landscape - shall include the following:
The Contractor shall limit his work operations to within public right-of-way, permanent utility easements and temporary
construction easements.
The Contractor shall fence specific areas of vegetation to be protected in the field as shown in the plans or as directed by the
Engineer. All construction operations must be performed in such a manner which will avoid protected trees and landscape
areas.
The Contractor shall perform all the work in such a manner that results in the least environmental damage.
The Contractor shall clearly mark the vegetation protection areas and all construction/demolition limits in the field before
commencing demolition operations. Limits of construction are generally defined as the limits of demolition.
The fact that any underground facility - sprinkler systems, utility services, etc. - is not shown on the plans, details or
construction documents shall not relieve the Contractor of his/her responsibilities as provided for in the Contract. It shall be
the Contractor's responsibility, pursuant thereto, to ascertain the location of such underground improvements which may be
subject to such damage by reason of his operations.
Any pruning of vegetation shall require the written permission of the property owner and/or the Engineer.
pg. 10
REVISION OF SECTION 107
LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
If the area of damaged landscape adjacent to a street repair is ten (10) inches or less in width, the Contractor shall clean the
said area of all construction debris (i.e. asphalt, road base, etc.). The area shall be prepared with vertical edges and the entire
damaged area shall be removed to a minimum depth of four (4) inches. The Contractor shall then place city approved topsoil,
seed, and compact the area using a hand roller or another method approved by the Engineer.
Ifthe area of damaged landscape adjacent to a street repair is ten (10) inches or more in width and more than twelve inches in
length, the Contractor shall prepare the damaged area as stated above to a minimum of one (1) foot wide. Once this has been
completed, the Contractor shall place sod over the prepared area, water once, and notify the property owner in writing of the
nature of the work that has occurred, including the Contractor's obligation to water only once. The Contractor shall make
every effort to minimize the need for sod placement.
The placement of shouldering backfill and/or top soil for asphalt repair locations shall be completed within two (2) working
days of the placement of the final asphalt surface course.
Excavated soils from the repair locations (if approved by the Engineer) may be stockpiled on site and used as backfill for
subgrade below the new Asphaltic Concrete installation below the top four (4) inches.
Topsoil shall consist of loose friable river bottom or farmland loam, reasonably free of manmade materials subsoil, refuse,
stumps, roots, rocks, brush, weeds, noxious weed seeds, heavy clay, hard clods, trash, toxic substances, or other material
which would be detrimental to the proper development of vegetative growth. Topsoil shall have 100% passing the 1/4" screen
and shall contain a combination of sand, clay, and friable loam. The Contractor shall submit a soil analysis or sample for
approval by the Engineer.
The topsoil shall be in a relatively dry state but shall contain sufficient moisture to allow compaction and shall be placed
during dry weather. The topsoil shall be fine graded to eliminate rough and low areas and ensure positive drainage. The
existing levels, profiles, and contours shall be maintained.
Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction and protected
from damage by the Contractor. Sprinkler heads shall be salvaged and stockpiled on each property for use when
reconstructing the sprinkler systems.
Sprinkler systems damaged outside of the construction limits as a result of construction operations shall be replaced at the
Contractor's expense within three (1) working days from the date of damage.
All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his/her expense unless a
written waiver is obtained from the property owner and submitted to the Engineer. All costs for protecting and restoring
landscaping and lawns shall be considered a subsidiary obligation of the Contractor in connection with the various items ofthe
Work and no measurement or payment shall be made separately for the protection and restoration of landscaping and lawns.
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 conflict between the
City's General Contract Conditions and CDOT Standard Specifications, the more stringent of the two shall apply.
pg. 11
REVISION OF SECTION 107
LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
Subsection 107.25 — Water Quality Control (c) - is hereby revised to include the following:
All work associated with preparing, securing and concurring with the required permits (referto Revision of Subsection 107.02)
will not be measured and paid for separately, but shall be included in the work.
END OF SECTION
pg. 12
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised as follows:
Subsection 108.03 - Schedule - shall include the following:
A schedule of work must be submitted prior to starting work and shall include the number of working days per area
to complete all work items covered by the contract but shall not exceed the allotted number of contract working
days. Location of vicinity maps are referenced in Section 03500, Project Maps. The schedule should take any
priorities into consideration and include projected start and/or end dates for each area.
Prior to award, mutually acceptable milestones shall be determined by the Contractor and the City based on the
schedule of working days discussed above.
Subsection 108.05 — Limitation of Operations - shall include the following:
The work shall be completed within the following calendar months:
JAN FEB MAR APR IMAY JUN JUL AUG SFP OCT NOV DEC
Subsection 108.08 — Determination and Extension of Contract Time - shall include the following:
Work hours shall be 7:00 a.m. to 6:00 p.m., Monday through Friday, or as approved by the Engineer or restricted by
the Traffic Department on the approved Traffic Control Plan.
All Work identified within this contract is to be completed within one hundred (100) consecutive working days
during the months of June through November.
If work is required prior to the overlay and is completed under separate contract, the Engineer will notify the
Contractor that the area is completed. The Contractor shall then mobilize to the area within five (5) working days
after receiving notification of its accessibility for arterial streets and within eight (8) working days after receiving
notification of its accessibility for collector and residential streets.
Subsection 108.09- Failure to Complete Work on Time - shall include the following:
Failure to mobilize to an area within days specified, or fully fulfill the project needs indicated within these contract
documents in one hundred (100) consecutive working days, shall result in liquidated damages assessed against the
Contractor.
At the City's option, liquidated damages in the amount of $1,000.00 per day may be retained from any monies due
the Contractor, or the City may retain an additional Contractor(s) to complete the work, or portion thereof, and retain
any costs incurred above and beyond the bid prices of the Contractor for the project area/s from any monies due the
Contractor in lieu of liquidated damages.
F:ND Of- SFC'TION
pg.13
REVISION OF SECTION 201
CLEARING AND GRUBBING
Section 201 of the Standard Specifications 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 shall be revised to include the following:
"Branches of trees and shrubs shall be trimmed to 14 feet above the road
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 shall be amended to include the following:
All costs for removing tree roots and branches 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
removals.
END OF SECT1O\
pg. 14
REVISION OF SECTION 202
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Section 202 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 202.01 shall include the following:
The intent of this specification is to specify materials and methods for the planing of existing pavement sections to
remove the pavement to a specified depth, the removal and disposition of the ground material, and the preparation of
the surface of the base material disturbed by the planing process. All workmanship and materials shall be in
accordance with these specifications.
CONSTRUCTION REQUIREMENTS
Subsection 202.02 shall include the following:
All areas marked for patching adjacent to new concrete installations within areas marked for planing operations shall
be patched prior to the commencement of the planing.
Subsection 202.09 — Removal of Asphalt Mat (Planing) - shall include the following:
The Contractor shall provide a smooth surface suitable for the installation of new pavement to follow. The finished
surface shall be free from ruts, grooves, ridges, soot, oil film and other imperfections of workmanship. The
completed ground surface shall have a uniform textured appearance. It is the intent of this specification that the
finished cross section ofthe roadway will be improved to eliminate excessive crown, excessive lips at the gutter pan
areas and that the overall ride quality of the roadway section will be improved. The existing pavement shall be
planed to the depth specified. Allowable tolerance for the pavement removal shall be t /,' from the specified depth.
In areas where the planing process disturbs the existing subgrade/base course, the Contractor shall utilize a rubber
tired roller to re -compact the sub-grade/base surface. This item will not be measured and paid for separately but
shall be included in the price for Removal of Structures and Obstructions (Planing/Surface Preparation).
If, in the opinion of the Engineer, the subgrade material/base course is unsuitable and will require ripping and re -
compaction, the Engineer will direct the Contractor to perform the work in accordance with this specification,
Section 203, "Excavation and Embankment". The method of work and payment are covered in the appropriate
specification.
Stockpiling of ground materials or cuttings shall not be permitted on the project site. All ground materials shall
become the property of the City of Fort Collins and shall be delivered by the Contractor to the City's site at 1380
Hoffman Mill Road during regular business hours. At times when materials need to be delivered outside of regular
business hours, the Contractor shall inform and get permission from the Engineer and arrange for a key to the
facility.
The equipment shall be capable of accurately and automatically establishing a finish profile grade along each edge of
the machine within t '/<" of the specified depth
The machine shall be equipped with a means to control the dust created by the cutting action and shall meet or
exceed all local, state and federal air pollution laws and comply with the Dust Prevention and Control Manual
located in section 4000 of the contract documents.
A skid -steer style planer attachment or approved equal shall be used by the Contractor to perform the planing
operation with an approximate width of two (T) feet. The equipment shall be self-propelled with sufficient power,
traction, and stability to maintain adequate depth of cut and slope.
The Contractor shall also provide adequate backup equipment (milling teeth, mechanical street sweepers, loaders,
water truck, etc.) and adequate personnel shall be provided to insure that all cuttings are removed from the roadway
pg. 15
REVISION OF SECTION 202
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
daily, unless otherwise directed by the Engineer.
In the event that the ground section is not paved back the same day as the planing, the Contractor shall provide
access to the residents as directed by the Engineer. Access shall include the installation of temporary paper
wedges/ramps for any/all locations that are identified as pedestrian access points, business access driveways, or as
directed by the Engineer. The temporary wedges shall be installed as six inches horizontally to a one inch vertical
rise (6:1 ratio) or a twelve inch horizontal to a one inch vertical rise (12:1 ratio), as directed by the Engineer. Special
access shall be maintained for all citizens requesting special needs of access throughout the project. Driveways shall
be ramped if the asphalt is below 2 inches along the curb prior to the release of traffic.
Any structure raised over two (2) inches in an area accessible to traffic prior to the top surface overlay, must be
approved by the Engineer and identified by additional traffic control devices prior to the release of traffic. For
Collector and Residential streets, the allowable taper shall not be greater than one half inch vertical rise per six (6)
inch distance from the structure. The Engineer may consider the use of temporary rubber shim tapers on a case by
case basis. For Arterial streets, the taper shall be as directed by the Engineer depending on the situation.
The Engineer shall require that the pavement planing operation be referenced from an independent grade control in
those areas where the existing curb and gutter or roadway surfaces have deteriorated.
In the event that the entire pavement width along a section of roadway has not been Planed to a uniform surface by
the end of the work period resulting in a vertical longitudinal face exceeding one inch (1 ") in height, this longitudinal
face shall be sloped in a manner acceptable to the Engineer so as not to create a hazard to traffic using the roadway
during periods when the construction is not in progress. Traffic Control devices may be used in lieu of taper
installation as approved by the Engineer. Acceptable Transverse faces that are present at the end of the working
period shall be tapered at a 6:1 ratio (six (6") inches horizontally for each one ( I") inch of vertical drop.)
The full size (50-inch drum or greater) planing machine shall not be operated within the close proximity to
manholes, inlets, valve boxes and other obstructions that have not been lowered to avoid damageto these structures.
(See Revision of Section 210 — Reset Structures for requirements for referencing structures during construction.)
The approaches to and from these structures shall be tapered to allow a smooth transition over these structures to
accommodate traffic Flow over the manhole, valve box or other obstruction.
Where equipment comes into contact with tree branches and other plant material, the Contractor shall exercise
suitable caution to avoid damage to all trees, shrubs, and other plant material. All trimming shall be performed by a
licensed arborist previously approved by the City Forestry Division and under the direction of the Engineer
1"WNr; 61Z9111VlDiN91.31Ilul0all
Subsection 202.11 shall be revised to include the following:
The accepted quantities of Planing and Surface Preparation will be paid for at the contract unit price per square yard
including haul. All curbs, gutters and other surfaces shall be cleaned of all debris and left in a neat and presentable
condition at the end of each working day. It shall be the responsibility of the Contractor to maintain the jobsite until
subsequent courses have been placed.
Taper Planing shall consist of cold milling along the gutter at a depth specified by the Engineer, tapered to a depth
on the other side of the mill of zero inches (0"). The width for Taper Planing shall be primarily six (6) feet. Taper
Planing shall be paid at the contract unit price per lineal foot.
The intent of line item 202.05 "Planing Support — Labor, Equipment, Materials" is to capture all of the costs
associated with typical planing operations with the exception of the actual planning machine and the operators
working directly with that said machine. All of these costs shall be paid for as a single hourly rate under line item
202.50.
The placement and removal of asphalt ramps shall be paid for under line item "403.07 — HMA S 75/100 Hand
pg. 16
REVISION OF SECTION 202
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Patching - Remove and Replace.- Item 403.07 is paid for by the Ton used. No payment shall be made for ramps
made with any other material (i.e. Asphalt millings, dirt, etc.)
BASIS OF PAYMENT
Subsection 202.12 is revised to include the following:
Payment will be made under:
Pay Item
Pay Unit
202.01 Planing and Surface Preparation: Depth < 3" -Min Drum Width 70"
Square Yard
202.02 Planing and Surface Preparation: Depth 3" <5"- Min Drum Width 70"
Square Yard
202.03 Planing and Surface Preparation: Depth 5" < 10" - Min Drum Width 70"
Square Yard
202.04 Taper Planing Adjacent to Gutter - Min Drum Width 70"
Lineal Foot
202.05 Milling Support - Labor, Equipment, Materials
Hour
202.06 Skid -Steer Style Milling < 3" - Drum Width 18-24"
Square Yard
202.07 Skid -Steer Style Milling - Additional Inch
Square Yard - Inch
202.08 Additional Saw cutting of asphalt - Min Depth 3"
Lineal Foot
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
incidentals, and for doing all work involved in Planing and Surface Preparation, complete -in -place, including haul,
as shown on these plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
p&
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the
amount stated in the Invitation to Bid. The required security must be in the form of a
certified or bank cashier's check payable to OWNER or a Bid Bond on the form
enclosed herewith. The Bid Bond must be executed by a surety meeting the
requirements of the General Conditions for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required contract security, whereupon
Bid Security will be returned. If the successful Bidder fails to execute and deliver the
Agreement and furnish the required contract security within 15 days of the Notice of
Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder
will be forfeited. The Bid Security of other Bidders whom OWNER believes to have
reasonable chance receiving the award may be retained by OWNER until the earlier
of the seventh day after the effective date of the Agreement or the thirty-first day
after the Bid Opening, whereupon Bid Security furnished by such Bidders will be
returned. Bid Security with Bids which are not competitive will be returned within
seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be substantially
complete and also completed and ready for Final Payment (the Contract Times) are set
forth in the Agreement.
8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment described on
the Drawings or specified in the Specifications without consideration of possible
substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in
the Specifications that a substitute or "or equal" item of material or equipment may be
furnished or used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective date of the
Agreement". The procedure for submittal of any such application by CONTRACTOR and
consideration by Engineer is set forth in the General Conditions which may be
supplemented in the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors he proposes to use in the Work. Refer to Section 00430 contained
within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable objection to any
proposed Subcontractor, either may, before the Notice of Award is given, request
the apparent successful Bidder to submit an acceptable substitute without an
increase in Bid price. If the apparent successful Bidder declines to make any
substitution, OWNER may award the contract to the next lowest responsive and
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications 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.
Subsection 203.02 — Excavation - shall be removed and replaced with the following:
(a) The excavation will be accomplished in the following manner:
General Excavation:
The pavement areas to be removed will be marked on the surface by the Engineer with paint. A straight vertical
cut shall be made through the pavement to provide a square or rectangular opening, such that each edge will be
parallel or at right angles to the direction of traffic. Wheel cutting, ripping, and tearing of asphalt using
construction equipment such as a grader (blade) shall not be allowed.
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.
(c) Muck Excavation shall be accomplished in the following manner:
Where excavation to the finished grade section (including General Excavation and Patching) results in a
subgrade of unsuitable soil, the Engineer may require the Contractor to remove the unsuitable materials and
backfill to the finished grade section with approved material (asphalt or borrow).
After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the
subgrade with a sheepsfoot roller, rubber tired roller, vibratory plate, steel drum roller, and/or other compaction
equipment as approved by the Engineer. The subgrade preparation shall not be measured and paid for
separately but shall be included in the contract unit price for Muck Excavation.
(e) Borrow shall be accomplished in the following manner:
Borrow material shall meet the grading requirement for Class I (Pit Run) or Class 5 through 7 (Road Base)
Aggregate Base Course. (The Class I Aggregate Base Course does not need to be crushed and can be of the pit
run variety provided it falls within the gradation requirements as shown in CDOT table 703-3.) The material
required for a specific location shall be directed by the Engineer.
Borrow shall be placed as directed by the Engineer. The minimum amount of borrow shall be one load
(approximately ten (10) tons). The cost for water conditioning for compaction shall be included in the contract
pg. 18
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
unit price for Borrow.
Borrow (shouldering) shall consist of/4" minus crushed recycled asphalt material placed to daylight the newly
paved shoulder to existing grade over a five (5) foot length with a maximum depth of four (4) inches. Payment
shall include material, haul, placement, trim, compaction, and clean-up.
METHOD OF MEASUREMENT
Subsection 203.13 shall include the following:
(a) General Excavation shall consist of the excavation and disposal off site or use on site of all materials of
whatever character required for the work not being removed under some other item.
Muck Excavation shall consist of the removal of unstable soils unsuitable for construction not being removed
under some other item.
The Contractor and the Engineer shall field measure and agree upon the excavated quantity before any further
work continues. Should the Contractor fail to request the Engineer to measure any work and perform other
work that would prevent the Engineer from measuring pay quantities, the Contractor shall not be compensated
for materials not measured by the Engineer.
The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard. Subgrade
preparation, haul and disposal will not be measured and paid for separately. The accepted quantities of Borrow
shall be paid for at the contract unit price per ton. Compaction and haul will not be measured and paid for
separately.
BASIS OF PAYMENT
Subsection 203.14 shall include the following:
Payment will be made under:
Pay Item
Unit
203.01
General Excavation —Less Than 100 CY
Cubic Yard
203.02
General Excavation —Over 100 CY
Cubic Yard
203.03
Muck Excavation
Cubic Yard
203.04
Borrow (Complete in Place) — Less Than 100 Ton
Ton
203.05
Borrow (Complete in Place) —Over 100 Ton
Ton
203.06
Borrow (Shouldering - Complete in Place)'/d' Minus RAP
Lineal Foot
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
incidentals, and for doing all the work involved in Excavation and Borrow including haul, stockpiling, placing
material, watering or drying soil, compaction, proof rolling, finish grading and disposal of unusable materials, as
shown on the plans, as specified in these specifications, and as directed by the Engineer.
END OF SECTION
pg. 19
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 208.01 shall be revised as follows:
This work shall consist of constructing, installing, maintaining, and removing when required, erosion control
measures during the life ofthe 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:
Contractor shall submit the type of material to be used for erosion control measures priorto beginning the work. See
Details Section 03000 contained herein.
1. Inlet protection shall include sufficient length to protect around the perimeter of the inlet opening.
2. Erosion control devices around inlets near a load site shall be required.
3. Erosion control devices on the downstream side of an aggregate stockpile or truck washout area shall be
required.
Recycled Rubber 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 atypical weight of 6-10 oz/yd.
CONSTRUCTION REQUIREMENTS
Subsection 208.03 shall be revised as follows:
All erosion control measures must be installed prior to starting work.
It shall be the responsibility of the Contractor to ensure that all roadways near the project are kept clean of
construction debris and sediment.
Maintenance
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.
pg. 20
REVISION OF SECTION 208
EROSION CONTROL
Subsection 208.04 — Best Management Practices for Stormwater - shall be amended to include the following:
The Erosion Control Supervisor (ECS) is responsible for paperwork including completion of a Stormwater
Management Plan (SWMP) in the submittal process, 14 calendar day inspections, and post storm inspection shall be
conducted within 12 hours following a storm event. On the 14 day inspection the ECS should use the project
mapping in Appendix B of the SWMP to record any modifications of the sediment control system or maintenance
actions taken. 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 thejob to ensure
compliance and correct the control features when needed. A daily inspection is not required the day of 14 calendar
day inspection. 14 day inspections will be paid upon submission and Engineer feels that Contractor has been
compliant with SWMP best practices.
Subsection 208.06 - Materials Handling and Spill Prevention - shall be amended to include the following:
Appropriate Spill Kits shall be onsite 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.
Erosion control measures used during saw cutting are considered incidental to all saw cutting operations and shall
not be paid for separately.
BASIS OF PAYMENT
pg. 21
REVISION OF SECTION 208
EROSION CONTROL
Subsection 208.12 is revised to include the following:
Payment will be made under:
Pay Item Unit
208.01 Rock Wattle
208.02 Crumb Rubber Wattle
208.03 Silt Fence
Units
Lineal Foot
Lineal Foot
Lineal Foot
The prices and payments for erosion control devices 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.
LND OF SECTION
pg. 22
REVISION OF SECTION 210
RESET STRUCTURES
Section 210 of the Standard Specifications is hereby revised as follows:
CONSTRUCTION REQUIREMENTS
Subsection 210.02 is revised to include the following:
Manholes, valve boxes, meter boxes, and all other similar structures located in the pavement shall be adjusted as
noted below.
Priorto beginning any construction on existing streets that will receive reconstruction and/or overlay, the Contractor
shall mark on the curb and gutter with paint the location of all existing structures. These markings shall be
maintained by the Contractor until the work has been completed and accepted by the Engineer.
The Contractor shall do all work needed to ensure that said structures can be readily adjusted and shall have all
necessary materials on hand prior to commencing the work. Contractor shall verify that manholes and valve boxes
can be adjusted priorto the overlay. In the event they cannot be adjusted to final grade, or properly fitted with rings,
the Contractor shall excavate and adjust prior to the overlay as noted below.
In locations where a structure to be adjusted is surrounded by a concrete collar, the concrete collar shall be removed
and replaced with Hot Mix Asphalt (HMA). HMA Grading S shall be used in all locations
All Patching shall be performed with HMA Grading S unless otherwise directed by the Engineer.
In locations where curbside patching is being performed prior to a scheduled milling operation, the Contractor shall
leave the patches one to one and a half inches ( I to 1 '/") below the toe of the concrete unless directed otherwise by
the Engineer.
Pavement removal (concrete or asphalt) and placement of Asphalt material (Hot Mix Asphalt) utilized for structure
adjustment, including S, and SX, shall be paid for under the contract unit price for "Hand Patching."
Subsection 210.10 — Adjust Structure - is revised to include the following:
The Engineer shall determine the method of adjustment for each structure. Valve boxes shall be adjusted by one of
the following methods:
1. Adjust by removing the existing pavement (concrete or asphalt) if needed, adjusting the valve by turning it
to the proper grade (heating the valve riser is acceptable, do not burn the asphalt), trimming the existing
asphalt by cutting vertical edges, then spreading and mechanically compacting asphalt material. This item
will be measured and paid for separately under "Adjust Valve Box", not including bituminous
material. The Contractor shall be responsible for cost to remove debris dropped down the valve riser
column during adjustments.
2. If the valve box cannot be turned up or can be turned up, but not sufficiently to achieve the proper grade or
if the top section of valve box is in poor condition, the Contractor shall excavate around the top section of
the valve box, and remove and replace the top section with a longer section. The top section part will be
measured and paid for separately under the terms of this Contract. The excavation shall then be back filled
with Non -Shrink backfill to the top of subgrade, and then material of the same grade and quality as the
adjacent pavement shall be placed. Flowfill installation may be modified by the Engineer. A mix design for
Non -Shrink backfill shall be submitted and approved prior to starting work. These items shall be measured
and paid for separately under "Adjust and Replace Top Section of Valve Box", not including the top
section part or bituminous material.
Non -Shrink backfill -- also called Flowable Fill or Unshrinkable Fill -- shall be a Portland Cement Concrete
Mix. The cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type
1/11. The minimum 24 hour strength shall be 10 psi and the maximum 28 day strength shall be 60 psi. The
maximum aggregate size shall be one inch (1"). The minimum slump shall be six inches (6") and the
pg. 23
REVISION OF SECTION 210
RESET STRUCTURES
maximum, eight inches (8"). The non -shrink backfill shall be consolidated with a mechanical vibrator.
3. Adjust with adjusting rings or Screw Type Adjustable Risers. These items will be measured and paid for
under "Adjust Valve Box with Ring" or "Adjust Valve Box -Tyler 6860 Series, Item R 69, Screw Type
Adjustable Riser", including material (parts).
All valve boxes in the roads shall be adjusted to three -eighths inch (3/8") to one-half inch (1/2") below the
pavement
The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If the Contractor is
negligent and breaks the valve box, said valve box shall be replaced at the Contractor's expense.
Adjusting rings for valve boxes shall be of the type manufactured by the Tyler Manufacturing Company or an
approved equal.
Valve Box Top Section, Screw Type Adjustable Risers, and Extensions shall be of the type manufactured by
the Tyler Manufacturing Company, 6850 or 6860 Series, as approved by the Engineer.
Manholes shall be adjusted by one of the following methods:
Adjust by removing an area of pavement (concrete or asphalt) with a minimum diameterone foot (l') larger
than the structure (centered on the structure) by cutting vertical edges, adjusting the manhole by grouting
concrete rings and/or utilizing galvanized steel shims to raise the structure to the proper grade, then
spreading and mechanically compacting bituminous material. Patching around manholes shall not be
square around any adjustment. This item will be paid for under the corresponding items of 210.10 or
210.11 depending on the size of the manhole. This process will not including asphalt material which shall
be paid for under line item 403.07.
Adjust with adjusting rings. This item will be measured and paid for separately under "Adjust Manhole
with Locking Ring". Standard/non-adjustable paving rings are not permitted on arterial streets, collector
streets, or in the wheel path of a travel lane. Contractor shall verify that the manhole can properly be
adjusted with a ring to the proposed grade prior to beginning the overlay. The Engineer may allow
turnbuckle style paving rings that tighten into place securely.
All manhole access structures shall be adjusted to be one -eighth (1/8") inch minimum (low side) and one half -
inch (1/2") maximum (high -side) below the pavement.
When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the
slope of the pavement in both the longitudinal and traverse directions. The inside shall be grouted when the
Owner is The City of Fort Collins and shall not be grouted when the Owner is the Fort Collins Loveland Water
District. Any manhole cover which is unstable or noisy under traffic shall be replaced by the Contractor.
If the structure is adjusted during the planing or patching operation, the Contractor shall place asphalt
material around the structure as directed by the Engineer to insure that it will not be a hazard to
vehicular traffic.
The Contractor shall be responsible for immediately cleaning and removing any construction materials that may
have entered the manhole, valve box, or other structures during the construction process.
In the event that a structure was not properly adjusted (i.e. too high or too low), written notice will be given by
the Engineer to the Contractor requiring the Contractor to make the necessary adjustments within five (5)
working days. In the event that the structure is not adjusted within said time frame, the Engineer shall have the
right to engage a third party to complete the work. and to withhold the cost of such work from payments due the
Contractor.
The Engineer will also notify the Contractor in writing of any structures that were covered during the paving
pg. 24
REVISION OF SECTION 210
RESET STRUCTURES
operation. The Contractor shall then have five (5) working days to make said structure accessible or will be
subject to the constraints of the previous paragraph with respect to a third party completing the work.
In the unlikely event that a structure is adjusted after the overlay is complete, the Contractor must exercise care
not to damage the new pavement surrounding the structure. The asphalt material used to patch the manhole
adjustment shall be unmodified Grading S.
Manhole Incentive
Manhole access structures on arterials located in the roads (typically vehicular wheel paths or bike lanes) shall fall
into the following incentive program if the requirements outlined below are met:
Each manhole located on an arterial roadway accessible to a vehicle wheel paths or bike lane, identified by the
Engineer, must be at an elevation of one -eighth (I /81h) inch to one -quarter (1 /4") inch below the final asphalt
profile. This measurement shall be taken after compaction has been completed, using an eight to ten foot
straight -edge, both parallel and horizontally to the roadways vehicle traffic. The typical processes and
procedures of manhole adjustments shall remain the same as outlined in Section 210 of the LUCASS standards
and the special revisions contained herein this document. The Engineer reserves the right to deny all incentives
if he/she deems the asphalt work surrounding the manhole has been compromised to achieve the incentive
payment (overheating, over -raking, segregation, lack of compaction, rideability, etc.).
If the Engineer finds (on his/her measurement) that the said manhole meets the allowed tolerance for the arterial
manhole incentive described above, the incentive shall be paid for as per line item 210.17 "Arterial Manhole
Incentive Achieved", which shall be a one-time five -hundred dollar ($500) payment for each individual
manhole.
METHOD OF MEASUREMENT
Subsection 210.12 shall include the following:
The accepted quantities of Adjust Manholes, Valve Boxes, and Meter Boxes will he paid for at the contract unit
price per each. Non -shrink backfill, concrete, haul and disposal will not be measured and paid for separately but
shall be included in the contract unit price for each type of adjustment.
BASIS OF PAYMENT
Subsection 210.13 shall include the following:
Payment will be made under:
Pay he
Unit
210.01
Reset Mail Box
Each
210.02
Adjust Valve Box
Each
210.03
Adjust Valve Box with Ring
Each
210.04
Adjust Valve Box with Tyler 6860 Series,
Item R 69, Screw Type Adjustable Riser
Each
210.05
Adjust and Replace Top Section of Valve Box
Each
210.06 Tyler 6850 Series, Item 58,
14" Valve Box Extension (Part Only) Each
pg. 25
REVISION OF SECTION 210
RESET STRUCTURES
210.07 Tyler 6860 Series 16" Valve Box
Top Section Without Lid (Part Only)
Each
210.08 Tyler 6860 Series 26" Valve Box
Top Section without Lid (Part Only)
Each
210.09 Total Valve Box Replacement,
Tyler 6860 Series, 30" Bottom Section
Each
210.10 Adjust Standard Manhole <24"
Each
210.11 Adjust Special Manhole > 24"
Each
210.12 Adjust Manhole with Ring
Each
210.13 Adjust Manhole with Locking Ring
< 24" dia., < 3" height
Each
210.14 Adjust Manhole with Locking Ring
< 24" dia., > 3" height
Each
210.15 Adjust Manhole with Locking Ring
> 24" dia, <_ 3" height
Each
210.16 Adjust Manhole with Locking Ring
>24" dia, > 3" height
Each
210.17 Arterial Manhole Incentive Achieved
S500/Each
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work involved in adjusting structures, complete -in -place, including non -shrink
backfill, concrete, haul and disposal, as shown on the plans, as specified in these specifications, and as directed by
the Engineer.
END OF SECT10\
pg. 26
REVISION OF SECTION 306
RECONDITIONING/ASPHALT RECYCLING
Section 306 of the Standard Specifications is hereby revised as follows:
CONSTRUCTION REQUIREMENTS
Subsection 306.02 is revised to include the following:
Reconditioning shall consist ofscarifying and compacting the top 8"of the entire subgrade. Sufficient water shall be
added to meet the density requirements as specified. The subgrade shall be thoroughly mixed and moistened to full
depth and compacted as specified in Section 203.07. The reconditioned surface shall not vary above or below the
lines and grades as staked by more than 0.04 foot under asphalt or concrete pavement, or 0.08 foot under aggregate
base course. The surface shall be tested prior to application of any base course or pavement. All defective work shall
be corrected as directed. The surface shall be satisfactorily maintained until base course or pavement has been
placed.
Asphalt Recycling shall consist of homogeneously pulverizing and mixing the existing asphalt roadway and
underlying base material to a depth as determined by the Engineer. Care shall be taken to insure that the recycling
process does not extend into the subgrade material. The resulting mixture shall be pulverized and blended to the
satisfaction of the Engineer and meet the following requirements:
Minimum Passing 1'/" 97-100 %
Minimum Passing No. 1 Sieve 60-65 %
The equipment required for Asphalt Recycling shall be a self-propelled, rotary cross shaft mixing machine with a
minimum of 400 horsepower and equipped with carbide -tipped teeth. This machine must be capable of making
consecutive passes until the gradation requirement is met. The mixer shall be capable of pulverizing and mixing to a
minimum depth of 18".
The subcontractor performing Asphalt Recycling must have previous experience in the field of in -place Asphalt
Recycling.
METHOD OF MEASUREMENT
Subsection 306.03 is revised to include the follo A ing:
The accepted quantities of Reconditioning and in place Asphalt Recycling will be paid for at the contract unit price
per square yard.
BASIS OF PAYMENT
Subsection 306.04 is revised to include the following:
Payment will be made under:
Pa Iv tem
Unit
306.01 Subgrade Preparation Square Yard
306.02 Asphalt Recycling (5-12") Bomag and Prep Square Yard
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
incidentals, and for doing all work involved in Reconditioning and Asphalt Recycling, complete -in -place, including
compaction, wetting or drying, and finish grading, as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
END OF SECTIC)\
pg. 27
responsible Bidder that proposes to use acceptable subcontractors.
Subcontractors, suppliers, other persons or organization listed and to whom
OWNER or Engineer does not make written objection prior to the giving of the
Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to
revocation of such acceptance after the effective date of the Agreement as
provided in the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or
other persons or organizations against whom he has reasonable objection. The
use of subcontractors listed by the Bidder and accepted by OWNER prior to the
Notice of Award will be required in the performance of the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained
by the Bidder. A separate unbound copy is enclosed for submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must
be stated in words and numerals; in case of conflict, words will take precedence.
Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the president or a
vice-president (or other appropriate officer accompanied by evidence of authority to
sign) and the corporate seal shall be affixed and attested by the secretary or an
assistant secretary. The corporate address and state of incorporation shall be
shown below the corporate name.
11.4. Bids by partnerships must be executed in the partnership name and signed by a
partner, his title must appear under his signature and the official address of the
partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the joint venture or by
an authorized agent of each participant. The full name of each person or company
interested in the Bid shall be listed on the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers
of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations,
or otherwise will be acceptable unless each such alteration is signed or initialed by
the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so
initialed.
11.8. The address and telephone number for communications regarding the Bid shall be
shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
REVISION OF SECTION 307
STABILIZED RECYCLED BASE
SUBGRADE - CLASS C FLY ASH
Section J07 of the Standard Specification is hereby revised as follows:
DESCRIPTION
Subsection 307.01 is revised to include the following:
This item shall consist oftreatino. the subgrade, existing sub -base or existing base, by pulverizing, adding Class C fly
ash, and mixing and compacting the mixed material to the required density. This item applies to natural ground or
embankment and shall be constructed as specified herein and in conformity with the typical sections, lines and
grades as shown on the plans or as established by the Engineer.
MATERIALS
Subsection 307.02 is revised to include the following:
Fly Ash - Fly Ash shall meet ASTM C 618 for Class C Fly Ash.
Water - The water used in the stabilized mixture shall be potable.
CONSTRUCTION REQUIREMENTS
Subsection 307.04 is revised to include the following:
EQUIPMENT
The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and
approved by the Engineer prior to the beginning of construction operations.
All machinery, tools, and equipment used shall be maintained in a satisfactory and workmanlike manner.
Fly ash is furnished in trucks. Each truck shall have the weight of fly ash recorded on certified scales.
CONSTRUCTION METHODS
General
It is the purpose ofthis specification to secure a completed course oftreated material which contains a uniform
fly ash/soil mixture with no loose or segregated areas; has a uniform density and moisture content; is well bound
for its full depth. and has a smooth surface suitable for placing subsequent courses. It shall be the responsibility
of the Contractor to regulate the sequence of his work; to process a sufficient quantity of material to provide full
depth as shown on the plans; to use the proper amounts of fly ash; to maintain the work; and to rework the
courses as necessary to meet the above requirements.
Preparation of Subgrade
Before other construction operations are begun, the subgrade shall be graded, moisture conditioned, and shaped
to enable the fly ash treatment of materials in place, in conformance with the lines, grades, and thickness shown
on the plans. The subgrade elevation shall anticipate the entire of fly -ash material incorporated into the
subgrade.
Application
The fly ash shall be spread by a method approved by the Engineer at the rates shown on the plans or as directed
by the Engineer. Fly ash shall not be applied when wind conditions, in the opinion of the Engineer, are such
that blowing fly ash becomes objectionable to traffic or adjacent property owners.
pg. 28
REVISION OF SECTION 307
STABILIZED RECYCLED BASE
SUBGRADE - CLASS C FLY ASH
During final mixing, the materials shall be sprinkled with water, as directed by the Engineer, until the proper
moisture content has been secured. However, initial mixing after the addition of fly ash will be accomplished
dry, or with a minimum of water, to prevent Fly ash balls. Final moisture content of the mix, prior to
compaction, shall not exceed the optimum moisture content of the mix by more than 2%, nor be less than
optimum by more than 2%. Should the natural moisture content of the soil be above the specified range,
aeration of the soil may be required prior to addition of the fly ash.
Mixing
The soil and fly ash shall be thoroughly mixed by approved road mixers/recyclers or other approved equipment.
The mixing shall continue until, in the opinion of the Engineer, a homogeneous, friable mixture of soil and the
mixture should be added after initial mixing. There shall be a 6" overlap between passes to assure a consistent
mix.
Compaction
Compaction of the mixture shall begin immediately after mixing of the fly ash and shall be completed within 2
hours following addition of water to the fly ash. The material shall be sprinkled as necessary to maintain the
optimum moisture. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth
of mixture is uniformly compacted to the specified density using a sheepsfoot roller.
All non -uniform (too wet, too dry, or insufficiently treated) areas which appear shall be corrected immediately
by scarifying the areas affected, adding or removing material as required, and reshaping and re -compacting by
sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from
• undulations and ruts, until other work is placed thereon or the work is accepted.
The stabilized section shall be compacted to the extent necessary to provide the density specified below.
DESCRIPTION
DENSITY
For fly ash treated subgrade, existing subbase or existing
Not less than 95% maximum dry density
base that will receive subsequent subbase or base courses.
(ASTM D 698)
For fly ash treated base that will receive surface course.
Not less than 97% maximum dry density
(ASTM D 698)
In addition to the requirements specified for density, the full depth of the material shown on the plans shall be
compacted to the extent necessary to remain firm and stable under construction equipment. After each section is
completed, tests as necessary will be made by the Engineer. If the material fails to meet the density
requirements, the Engineer may require it to be reworked as necessary to meet those requirements or require the
Contractor to change his construction methods to obtain required density on the next section. Throughout this
entire operation the shape of the course shall be maintained by blading, and the surface, upon completion, shall
be smooth and in conformity with the typical section shown on the plans and to the established lines and grades.
Blading should be terminated within 2 hours after blending of the fly ash. Should the material, due to any
reason or cause, lose the required stability, density or finish before the next course is placed, or the work is
accepted, it shall be reprocessed, re -compacted, and refinished at the sole expense of the Contractor.
Reprocessing shall follow the same pattern as the initial stabilization, including the addition of fly ash.
Finishing. Curing, and Preparation for Surfacing
After the final layer or course of the treated subgrade, subbase or base has been compacted, it shall be brought to
the required lines and grades in accordance with the typical sections.
(a) The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned',
or "tight bladed' by a power grader to a depth of approximately 1/4", removing all loosened stabilized
pg. 29
REVISION OF SECTION 307
STABILIZED RECYCLED BASE
SUBGRADE -CLASS C FLY ASH
material from the section. Re -compaction of the loose material should not be attempted. The surface shall
then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed
during rolling. If plus No. 4 aggregate is present on the surface of the mixture, one complete coverage of
the section with the flat wheel roller shall be made immediately after the "clipping" operation. When
directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense,
uniform surface, free of surface compaction planes, is produced. The moisture content of the surface
material must be maintained within the specified range during all finishing, and shall proceed in such a
manner as to produce, in not more than 2 hours, a smooth, closely knit surface, free of cracks, ridges, or
loose material conforming to the crown, grade and line shown on the plans.
(b) After the fly ash treated course has been finished as specified herein, the surface shall be protected against
rapid drying in a thorough and continuously moist condition by sprinkling for a period of not less than 3
days. or until the surface or subsequent courses are placed.
METHOD OF MEASUREMENT
Subsection 307.13 is revised to include the following:
Fly ash treatment of the subgrade, existing subbase, and existing base shall be measured by the square yard to neat
lines as shown on the typical sections. Payment is based on the square yards of the finished product. No payment
shall be made for overlapping treatment sections.
BASIS OF PAYMENT
Subsection 307.14 is revised to include the following:
Work performed and materials furnished as prescribed by this item and measured as provided under"Measurement"
will be paid for as follows:
Pay Item
Unit
307.10 Class C Fly Ash Treated Subgrade Delivered and Spread
12" Depth, 12%by Weight —Tilled, Watered, Compacted Square Yard
307.20 Stabilize Subgrade — Tilled & Watered & Compacted Square Yard
"Fly Ash Treated Subgrade" will be paid for at the unit price bid per SY. The unit price bid shall be full
compensation for all correction of secondary subgrade; for loosening, mixing, pulverizing, spreading, drying,
application of fly ash, and maintaining. for all curing, incl uding al I curing water and/or other curing materials; for all
manipulations required; and for all hauling and freight involved: for all tools, equipment, labor, and for all materials
necessary to complete the work, including fly ash, as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
END OF SECTION
pg. 30
REVISION OF SECTION 401
PLANT MIX PAVEMENTS - GENERAL
Section 401 of the Standard Specifications is hereby revised as follows:
MATERIALS
The following two paragraphs shall be deleted from Subsection 401.02
(ax3) "A sufficient quantity of each aggregate for the Department to perform the tests specified in Section 3.2. l
of CP 52.-
"The Contractor's proposed job mix formula for each hot mix asphalt grading will be tested by the
Department utilizing materials actually produced and stockpiled for use on the project"
Subsection 401.02 - Composition of Mixtures - is hereby revised to include the following:
Requests made in writing by the Contractor for changes in the job mix formula will be considered by the City
Engineer. A job mix formula shall be determined by the Contractor and submitted to the Project Manager for
approval a minimum of one week prior to the beginning of construction for each proposed change. The Contractor
shall provide a report from an independent testing laboratory acceptable to the Project Manager. The report shall
state the Superpave properties, optimum oil content, job mix formula, and recommended mixing and placing
temperatures. The costs for all job mix formulas shall be the responsibility of the Contractor.
Mix design verification testing shall be the responsibility of the Contractor. A minimum of one verification per
mix design or one per 10,000 ton of mix used shall be provided to confirm oil content, gradation, air voids,
VMA, and stability. The Contractor shall keep a log of tonnage produced by the plant for each mix and the
necessary verification testing for presentation to the Engineer as demanded.
Contractor mix designs shall be prepared by an independent laboratory acceptable to the Engineer and approved for
use in the City of Fort Collins. The criterion for the mix design is as follows:
Designed according to most recent set of SUPERPA VE Specifications available at the time ofthis contracts signing,
and the requirements for Hot Mix Asphalt (HMA) from Chapter 22 of the Larimer County Urban Area Street
Standards (LCUASS)
Warm mix asphalt (WMA) with foaming equipment approved by CDOT CP-59 shall be used by the Contractor
unless otherwise directed by the Engineer. The Contractor shall submit CDOT approval, the proposed delivery and
compaction temperature range for the foamed and unfoamed mix, for approval by the Engineer.
The Contractor shall prepare a quality control plan outlining the steps taken to minimize physical and temperature
segregation of (HMA). This plan shall be submitted to the Engineer and approved prior to beginning the paving
operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of
segregation shall be corrected before paving operations will be allowed to resume.
A maximum of 20%recycled asphalt pavement (RAP) shall be incorporated in all HMA mix Gradings (SG, S, and
SX) in both top and bottom lifts. RAP content shall be processed and mixed to produce a homogenous material of
known gradation and oil content. Testing of the processed RAP pile intended for use during the season shall be
submitted for review, and shall be available for inspection as requested.
Emulsified Asphalt for tack coat shall be Grade CSS-1 h. The tack coat shall consist of a 1:1 dilution (one (1) part
emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.2 to 0.3 gallons
per square yard with a target residual asphalt content (AC) of.12 to .15 or as directed by the Engineer. Contractor
shall submit the intended manufacturer material handling procedures to assure a quality application to achieve the
desired residual AC rate. The surface to which tack coat material shall be applied shall be cleaned of all dirt, dust
and grit to facilitate proper adherence of the tack and subsequent lifts. The Engineer may require supplemental
pg. 31
REVISION OF SECTION 401
PLANT MIX PAVEMENTS - GENERAL
application of tack coat material, if failure to properly clean the lower surface results in areas of missing or lost tack
coat. Failure to properly tack coat the lower surface in advance of the overlay will results in a stop work order.
The design mix for Grading S, SX, and SG shall conform to the current Larimer County Urban Area Street
Standards and the following:
Property
Test Method
Grading SX
Grading S
Grading
SG
Minimum Dry Split Tensile Strength, kPa (psi)
CPL 5109 Method
B
205 (30)
205 (30)
205 (30)
Grade of Asphalt Cement
Top Layer
PG 64-22
PG 64-22
PG 64-22
Grade of Asphalt Cement Layers Below Top
*PG 58-28
PG 64-"
PG 64-22
PG 64-22
Voids in the Mineral Aggregate (VMA) %
minimum
CP 48
(a)
(a)
(a)
Voids Filled with Asphalt (VFA) %
Al MS-2
(b)
(b)
(b)
*PG 58-28 is to be used on residential and minor collectors and the lower lifts of Major collector roads.
a. Current CDOT Design Criteria
b. Residential 75. Collector 75, Arterial 75 — See Table 22-4 LCUASS
CONSTRUCTION REQUIREMENTS
Subsection 401.12 — Surface Conditioning - shall be revised to include the following:
A straight vertical cut shall be made through the pavement to provide a square or rectangular opening, such that each
edge of the finished patch will be parallel or at right angles to the direction of traffic unless otherwise approved by
the Engineer. Tack coat shall be placed against clean, vertical edges on all sides of the area to be patched. All
patched areas in pavement that will not be overlaid shall be saw cut unless otherwise approved by the Engineer.
The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have
been placed.
If the surface of the road has irregularities after the planning process has been completed and/or once the prep work
is completed, the Engineer may require leveling courses to be placed on the surface course prior to the top lift
overlay. This process may consist of performing fills on certain settlements, or a full width leveling process. The
Contractor shall perform this work just prior to the top lift overlay, unless directed differently by the Engineer.
Leveling courses must be tacked prior to the overlay.
Subsection 401.16 - Spreading and Finishing - shall be revised to include the following:
HMA Grading S (75) PG 64-22 shall be used for all patching unless otherwise directed or approved by the Engineer.
All patching under items 403.07 and 403.08 are to be performed with S mix and placed in two (2) even bottom lifts
not to exceed a four (4) inch thickness per lift
The Engineer reserves the right to require that the ground section be paved back immediately in the case of surface
planing is performed on a Friday in the event that severe weather is imminent, or in the case that the ground section
pg. 32
REVISION OF SECTION 401
PLANT MIX PAVEMENTS - GENERAL
presents an extreme safety hazard to the traveling public or inconvenience to the residents
In Locations where curbside patching is being performed prior to a scheduled milling operation, the Contractor will
leave the patches one to one and a half inches ( 1 to 1 '/ inches) below the toe of the concrete unless directed
otherwise by the Engineer.
HMA grading SX and S shall be placed in equal thicknesses approved by the Engineer. The minimum lift thickness
for SX mix shall be one and a half (1 %) inches. The minimum lift thickness for S mix shall be two (2) inches.
Overlaying layers of HMA shall not be placed until the lower layer has cooled sufficiently to provide a stable
material which will support the equipment without rutting, shoving or moving in any manner.
All Speed Bumps/Humps shall be installed in accordance with detail drawing located in section 3000 Details. If an
existing speed bump requires removal to perform the paving operation, it shall be replaced in accordance with the
said detail for a "Speed Hump". The Contractor shall contact the Engineer to confirm the layout and location prior
to installation.
Subsection 401.17 — Compaction - is hereby revised to include the following:
All pneumatic tire rollers shall be equipped with ribber skirts.
L \ D OF SECT 10A
pg. 33
REVISION OF SECTION 403
HOT MIX ASPHALT
Section 403 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
The following sentence shall be removed from subsection 403.10:
"These quantities will be restricted to small areas which require hand placement methods and where conventional
paving equipment cannot be used."
METHOD OF MEASUREMENT
Subsection 403.04 shall include the following:
Hot Mix Asphalt (HMA) SX, S, and SG, will be measured by the ton and paid for at the Contract Unit Price for Hot
Mix Asphalt. Haul, asphalt materials, aggregate, asphalt cement, asphalt recycling agent, additives, hydrated lime,
saw cutting and all other work necessary to complete each Hot Mix Asphalt item will not be paid for separately but
shall be included in the unit price bid. Also see Section 109, Measurement and Payment.
Load slips/tickets shall be consecutively numbered for each day and shall include batch time and weights.
All leveling shall be performed using HMA Grading SX unless otherwise approved by the Engineer.
The total tonnage used in each project area for the leveling operations shall be paid for by the corresponding line
items located under 403.09 through 403.1 1.
For example, if the total tonnage of leveling for the project area comes to 75 tons, it shall be paid for under line
item 403.10 "HMA Grading SX Leveling 51 to 100 Tons." If the project area exceeds one hundred tons, the
total amount of tonnage used for leveling for the project area shall be paid for under line item 403.11 "HMA
Grading SX Leveling>100 Tons"
Line item 409.12 "HMA Grading SX Leveling/Thin Overlay: 151 Tons and Greater' is intended for use when a
single roadway or group of roadways in a project area have a leveling course performed which extends from
curbline to curbline, in a continuous paving process, during a single days work, and the tonnage used exceeds one -
hundred and fifty (150) tons.
BASIS OF PAYMENT
Subsection 403.05 is revised to include the following:
Wort: performed and materials furnished as prescribed by this item and measured as provided under "Measurement" will
be paid for as follows:
Pay Item
Unit
403.01
HMA - Grading SX, (75) 58 - 28 Binder
Ton
403.02
HMA - Grading SX, (75) 64 - 22 Binder
Ton
403.03
HMA - Grading S, (75) 58 - 28 Binder
Ton
403.04
HMA - Grading S, (75) 64 - 22 Binder
Ton
403.05
HMA - Grading S, (75) 64 - 28 Modified Binder
Ton
pg. 34
REVISION OF SECTION 403
HOT MIX ASPHALT
403.06 HMA Grading SG, (75) 64 - 22 Binder
403.07 HMA S 75 Hand Patching - Remove & Replace
403.08 HMA Paver Patching - Remove & Replace
403.09 HMA - Grading SX, (75) 64-22 Leveling < 50 Tons
403.10 HMA - Grading SX, (75) 64-22 Leveling: 50 to 100 Tons
403.11 HMA - Grading SX, (75) 64-22 Leveling: > 100 Tons
403.12 HMA - Grading SX, (75) 64-22 Leveling/Thin Overlay >_ 150 Tons
403.13 HMA — Speed Humps, Grading S/SX (75) 64-22
Ton
Ton
Ton
Ton/Project
Ton/Project
Ton/Project
Ton/Day
Square Yard
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment,
temporary access ramps, and incidentals, and for doing all the work involved in Hot Mix Asphalt, including
compaction, rolling, haul, surface preparation, and asphalt materials, complete in -place, as shown on these plans, as
specified in these specifications, and as directed by the Engineer.
1.\I) OF SECTION
pg. 3 5
REVISION OF SECTION 420
GEOSVNTHETICS
Section 420 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 420.01 is revised to include the following:
This work shall consist of placing Geotextile Paving Fabric as manufactured by Phillips Fibers Corporation, Hoechst
Fibers Industries, Amoco Fabrics Company, or an approved equal in designated areas in substantial compliance with
the plans, specifications and as directed by the Engineer. This work shall also include the placing of GlasGrid®
8511 or an approved equal in compliance with the plans, specifications, and as directed by the Engineer.
MATERIALS
Subsection 420.02 is revised to include the following:
Geotextile Paving Fabric described in line item 420.01 shall be a non -woven, needle -punched pavement reinforcing
fabric which conforms to the following properties:
Grab Strength, either direction, minimum (ASTM D-4632) 90 Ibs
Elongation, either direction, minimum (ASTM D-4632) 50 percent
Burst Strength, minimum (ASTM D-3786) 185 PSI
Weight, minimum
3.6 oz. /sq. yd.
Asphalt Retention. minimum (TF25 #8) 0.2 gal. /sq. yd.
Melting Point, minimum (ASTM D-276) 300° Fahrenheit
The tack coat to be applied to the road surface and/or to the Geotextile Paving Fabric shall meet the following
requirements:
Asphalt Cement PG 64-22
Emulsified and/or Cutback Asphalt shall not be used as tack coat for Geotextile Paving Fabric.
Line item 420.02 shall be the material GlasGrid® or an approved equal chosen by the direction of the Engineer
CONSTRUCTION REQUIREMENTS
Subsection 420.03 is revised to include the following:
Surface preparation: The pavement to be repaired shall be cleaned and free of dirt, dust, water and vegetation.
Cracks shall be cleaned and filled in accordance with "Revision of Section 403, Crack Sealing" of these
Specifications. If the crack sealing materials contain volatiles, adequate curing time must be allowed prior to
placement of the fabric. The pavement must be cleared of all sharp or angular protrusions.
While installing GlasGrid® the asphalt surface temperature must be between 5°C (40°F) and 60°C (140°F). On
asphalt surfaces less than 24 hours old, the surface temperature must be between 50C (40°F) and 46°C (110°F).
GlasGrid® must be placed on an asphalt surface, either existing pavement or a leveled surface that has cooled to at
least 100 ° F or less. If a tack coat is specified, it may be applied before or after the installation of GlasGrid,
depending on site conditions. Tack must be completely cured prior to paving.
Line item 420.02 "GlasGrid 48511 —Small Quantity Installation" is not intended for use to cover the full length and
pg. 36
REVISION OF SECTION 420
GEOSYNTHETICS
width of the roadway prior to paving. This item is intended to be used in specific locations of damage prior to
paving, which are identified by the Engineer. This could include but is not limited to transverse cracks, wheel path
rutting, or other similar damages. In areas where the Engineer choses to use this line item, the process would include
a five (5) foot roll of the GlasGrid material placed over the damaged location, tacked down with paving nails, and
then applied with tack coat prior to the overlay.
Application of Tack Coat: The tack coat shall be applied at a rate in accordance with the manufacturer's
specifications (approximately 0.25 gal. /sq. yd). The use of.25 gal/SY is subject to change based on the condition of
the roadway at the direction of the Engineer. Application must be performed by a distributor. Temperature of the
tack coat must be sufficiently high to permit a uniform spray pattern. The asphalt temperature shall be between
275°F and 375°F.
Subsection 420.04 — Paving - is revised to include the following:
Geotextile Paving Fabric Placement: The Geotextile Paving Fabric shall be placed into the tack coat with a
minimum of wrinkles.
If Geotextile Paving Fabric folds greater than one inch (1 ") occur, the Geotextile Paving Fabric shall be slit and
allowed to lie flat. Additional tack coat shall be placed as required to insure fabric bonding.
If Geotextile Paving Fabric is placed adjacent to patched sections of roadway, the fabric shall overlap said patched
section a minimum of 12 inches.
All joints shall overlap adjacent fabric approximately 2-6 inches.
Transverse joints of the Geotextile Paving Fabric shall be shingled in the direction of the paving to prevent edge
pickup by the paver.
Additional tack coat shall be uniformly applied to the joints and overlaps to insure bonding.
Burning or torching of PGM-G Composite Paving Grids to remove wrinkles or folds shall never be done.
It shall be the Contractors responsibility to maintain the Geotextile Paving Fabric until the overlay is complete. If
the Geotextile Paving Fabric begins to be picked up, the Contractor shall immediately broadcast sand or hot mix
asphalt over the area or "skin" the Geotextile Paving Fabric with Hot Mix Asphalt. Excess sand or hot mix shall be
removed before paving. Sand used for this purpose will not be measured and paid for separately under the terms of
this contract. Hot Mix Asphalt (SC Type 1 or 2) used for this purpose will be measured and paid for at their
respective contract unit prices per ton.
Geotextile Paving Fabric shall be clean, dry and sufficiently bonded to the tack coat prior to commencing the paving
operations. Paving operations shall be completed the same day as the Geotextile Paving Fabric placement.
METHOD OF MEASUREMENT
Subsection 420.09 is revised to include the following:
Geotextile Paving Fabric will be measured by the square yard ofsurface area covered, complete in place, including
surface preparation and PG64-22 tack coat. Overlap shall not be paid for but included as incidental to the work.
GlasGrid® or an approved equal will be measured and paid for by the square yard of surface area covered, complete
in place, including preparation and strait AC PG 64-22 tack coat. Overlap shall not be paid for but included as
incidental to the work.
pg. 37
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and
shall be enclosed in an opaque sealed envelope marked with the Project title, Bid
No., and name and address of the Bidder and accompanied by the Bid Security,
Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of
Subcontractors as required in Section 00430. If the Bid is sent through the mail or
other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation 'BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time and date for
receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by
addendum. Bids received after the time and date for receipt of Bids will be returned
unopened. Bidder shall assume full responsibility for timely delivery at the location
designated for receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive
consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will
not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in
a manner that a Bid must be executed) and delivered to the place where Bids are
to be submitted at any time prior to the opening of Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized
representative provided he can prove his identity and authority at any time prior to
the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of
Bids provided that they are then fully in conformance with these Instructions to
Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud publicly as
indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major
alternates (if any) will be made available after the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but
OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to
that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
informalities not involving price, time or changes in the Work, to negotiate contract
terms with the Successful Bidder, and the right to disregard all nonconforming,
nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to
reject the Bid of any Bidder if OWNER believes that it would not be in the best
REVISION OF SECTION 420
GEOSYNTHETICS
BASIS OF PAYMENT
Subsection 420.10 is revised to include the following:
The accepted quantities of Geotextile Paving Fabric will be paid for at the contract unit price per square yard
complete -in -place, including surface preparation and PG64-22 tack coat.
GlasGrid® or an approved equal will be measured and paid for by the square yard of surface area covered, complete
in place, including preparation and PG64-22 tack coat.
Payment will be made under:
Pay Item
Pay Unit
420.01 Geotextile Paving Fabric Square Yard
420.02 GlasGrid® #8511 Small Quantity Installation Square Yard
The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work involved in placing tack coat and Paving Fabric, including haul and
bituminous materials, complete -in -place, as shown on the plans, as specified in these specifications, and as directed
by the Engineer.
F\D OF SF('] ]ON
pg. 38
REVISION OF SECTION 626
MOBILIZATION
Section 626 of the Standard Specifications is hereby revised as follows:
BASIS OF PAYMENT
Subsection 626.02 is revised as follows:
All costs associated with Section 626 Mobilization are to be included within the lump sum line item of 103.03 "Bond
Procurement and Mobilization". The Contractor shall refer to Section 103 Award and Execution of Contract within
the contract documents for further clarification and basis of payment.
END OF SECTION
REVISION OF SECTION 627
PAVEMENT MARKING
Section 627 shall include the following:
DESCRIPTION
Sub -section 627.01 shall be removed and revised to be as written below:
This work shall consist of furnishing, installing, and removing temporary pavement marking in accordance with the
latest revision of the Fort Collins Traffic Operations Manual, City of Fort Collins Work Area Traffic Control
Handbook, Larimer County Urban Area Street Standards (LCUASS), Colorado Department of Transportation, and
Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), the details specified in section
3000 of the contract documents as attachment A, B, and C. Pavement markings shall also be placed in conformity to
the lines, dimensions, patterns, locations, and details shown on the plans or established by the Engineer.
CONSTRUCTION REQUIREMENTS
Subsection 627.03 shall be amended to include the following:
Permanent pavement markings shall be installed by the Contractor. The placement of the pavement markings shall
be in accordance to the striping plans provided by the Engineer and in accordance with attachment A, B, and C
located in section 3000 of the contract documents. If there is a conflict or error on the striping plans, the contractor
is required to contact the Engineer to come up with a solution. Placement of final markings must be placed prior to
the opening of a roadway, and as such shall be completed under the traffic control used for top lift paving. All traffic
control needed for the placement of final pavement markings shall beat the Contractor's expense with the following
exceptions at the discretion of the Engineer:
I. If the final striping and placement of thermoplastics continues one hour after the completion of the
paving operations for the day, the Engineer may provide payment for additional flagging under line
item 630.03.
2. Ifthe Engineer directs final striping and/or placement of thermoplastics to continue at a later date, the
Engineer may provide payment for additional flagging under line item 630.03 and a under line item
630.02.
Temporary pavement markings/delineation of lanes may include temporary tape, tabs, or vertical panels as required
by the Engineer and shall be installed by the Contractor.
Sub -section 627.10 — Pavement Marking Tape - shall be amended to include the following:
The Contractor shall I install permanent pavement striping according to attachment A, B, and C located in section 3000
of the contract package. When City crews cannot assist installing temporary striping, the Engineer may request that
the Contractor install temporary striping or maintain traffic control devices.
Temporary pavement markings/delineation of lanes shall be suitable for use on asphalt or Portland cement pavements,
shall be installed on roadways that will be opened to traffic prior to permanent stripping, and shall conform as
follows:
1. The surface to which the tape is applied shall be clean, dry, and free of dirt, oils, and grease. The
tape/tab/vertical panels shall be pressed down immediately after application until it adheres properly and
conforms to the surface.
2. All roads shall have temporary pavement markings before they are opened to traffic unless striping has been
scheduled to install permanent pavement markings prior to opening the road to traffic.
3 Markings applied to the final road surface shall not leave scars that conflict with permanent markings.
4. Temporary markings shall be installed in such a way that the markings adequately follow the desired
pg. 40
REVISION OF SECTION 627
PAVEMENT MARKING
alignment.
5. Temporary pavement marking tape/delineation/vertical panels shall be required for all lane lines
a. Lane lines shall be "taped" intermittently with a 2' long by 4" wide reflective temporary strip at fifty
(50') foot intervals.
b. Stop bars shall be "taped" to a minimum width of 12". Stop bars shall NOT be required at signalized
intersections. Contractor may be required to provide additional signage (i.e. Stop Sign Ahead, Stop
Here On Red, etc.): 'Stop Here On Red" signs shall be required at signalized intersections.
c. It is the Contractor's responsibility to notify the Engineer prior to completion of work to allow
scheduling of the permanent pavement markings to be installed by City crews.
6. Removable pavement markings shall be installed in accordance with the manufacture's recommendations
and maintained by the Contractor until permanent pavement markings are installed.
7. Temporary edge lines are not typically required unless there is no existing gutter or required by the
Engineer.
8. All tape shall be removed by the Contractor after permanent markings have been completed.
9. It is the Contractor's responsibility to maintain the temporary markings, at the Contractor's expense, until
the permanent pavement marking is installed.
METHOD OF MEASURMENT
Sub -Section 627.12 shall be revised to include the following:
All line items associated with the placement of temporary and permanent pavement markings shall include any additional
costs for traffic control. All traffic control needed for striping shall be incidental to the work.
BASIS OF PAYMENT
Subsection 627.13 is revised to include the following:
Work performed and materials furnished as prescribed by this item and measured as provided under "construction
requirements" shall be paid for as follows:
Pay Item
627.01 Installation of Thermoplastic
627.02 Lead Worker for Striping Layout
627.03 Support Workers for Striping Layout
627.04 Pavement Marking Paint
627.05 Pavement Mark Removal 4in (Surface Grinding)
627.06 61nch White Line (Thermo)
627.07 18 Inch White Line (Thermo)
Pay Unit
HOUR
HOUR
HOUR
GALLON
SQUAREFOOT
LINEAL FOOT
LINEAL FOOT
pg. 41
REVISION OF SECTION 627
PAVEMENT MARKING
627.08
24 Inch White Line (Thermo)
627.09
Speed Bump Stencil (Thermo)
627.10
Bike Symbol (6 ft) W/ Arrow (Thermo)
627.11
Right /Left Arrow Stencil (Thermo)
627.12
8 ft "ONLY" Stencil (Thermo)
627.13
"RR Kit Narrow" Stencil (Thermo)
627.14
Temporary Yellow Striping Tape Roll
627.15
Temporary White Striping Tape Roll
END OF SECTION
LINEAL FOOT
EACH
EACH
EACH
EACH
EACH
EACH
EACH
pg. 42
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 630.01 shall be amended to include the following:
This work shall consist of 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 ofthe City of FortCollins "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's criteria shall govern.
MATERIALS
Subsection 630.02 — Signs and Barricades - shall be amended to include the following:
All traffic control devices shall meet or exceed the required minimum standards. Traffic control devices shall be
clean and in good operating condition when delivered and shall be maintained on a daily basis. All traffic control
devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts
from the purpose for which they are intended (i.e. crossed out information, information written in long -hand, etc.)
Sign blanks with sign faces on both sides must have the back sign face covered when in use to avoid confusion to
motorists and bicyclists traveling in the opposite direction and residents potentially affected by information the sign
may present.
CONSTRUCTION REQUIREMENTS
Subsection 630.10 shall be amended to include the following:
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 Contractor's installation, equipment, or employees will be the sole responsibility
of the Contractor.
The Contractor may be required to use Variable Message Boards to advise road users about upcoming work on
arterial, collector, or residential 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.
Typical quantities of Variable Message Boards may be: Six (6) on Arterial streets, four(4)on Collector streets, none
on Residential streets, or as directed by the City Traffic Department. Variable Message Boards shall be placed a
minimum of five (5) calender days prior to the projector as directed by the Engineer. For full closures on Arterials
and Collectors, Variable Message Boards shall remain in place until completion of the project. See Method of
Measurement contained herein.
Two-way traffic shall be maintained at all times unless approved by the Engineer. Lane width shall be maintained at
a minimum of ten (10') feet.
The Contractor will provide twenty-four (24) hour minimum notice to the City of Fort Collins Traffic Department
when construction operations will be near a signalized intersection.
pg. 43
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Hand drawn plans shall NOT be accepted
Notification of residents and businesses shall be the responsibility of the Contractor, Contractor Representative,
Traffic Control Supervisor (TCS) or TCS Representative and shall consist of distributing letters indicating -the nature
ofthe work to be completed, any special instructions to the residents (i.e, watering newly installed sod from an area
damaged by the loader during patching operations, etc.), dates and times of the work, and parking and access
restrictions that will apply. These notices shall be provided by the Engineer.
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 ". Only approved notifications shall be
distributed a minimum of five (5) calender days prior to the commencement of each phase of the Work.
Traffic Control Plans shall be submitted for approval prior to commencement of any work. Traffic control
conditions vary significantly in the field and the Contractor is responsible for submitting traffic control plans for
each work location. Minimum traffic control requirements for Arterial, Collector, and Residential streets are
contained herein.
Devices temporarily not in use shall be removed from the area. Moving shall include devices removed from the
project and 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. See Revision of Section 104.
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 Friday by 8:00 a.m.
Submittals for full closures on residential streets shall be submitted one five (5) working days prior to the
commencement of work.
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, FortCollins. 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
pg. 44
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
residential area shall have one typical Traffic Control Plan submitted jor 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 shall be submitted 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 11, and Type Ill barricades;
cones; drum channelizing devices; advance warning flashing or sequencing arrow panels. Certain
traffic control devices may be used for more than one operation or phase. However, all devices
required for any particular phase must be detailed and tabulated for each phase.
4. Number of flaggers to be used. Flagger stations shall be located where approaching motorists, bicyclists,
and pedestrians shall have sufficient distance to safely stop at the specified location.
5. Parking Restrictions to be in effect.
6. Detailed pedestrian and bicycle movement.
7. All applicable notes (i.e., sign spacing, taper length and posted speed limit, pedestrian routes, etc.)
Approval of the proposed method of handling traffic does not relieve the Contractor ofliability specifically assigned
under this contract.
Notice the final pates of this document which include examples of Traffic Control Plans drawn by internal
resources. These examples are intended to assist the contractor in their understandine of the level of detail,
amount of equipment, and other needs identired on the plans typically utilized to perform work within the Citr
of Fort Collins.
Subsection 630.11 — Traffic Control Management - shall be revised 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 Contractors 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 forthe 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.
The TCS shall have a minimum of one year experience as a certified TCS. Qualifications shall be submitted to the
Engineerfor approval a minimum of five (5) working days prior to commencement of the work. The TCS shull
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 working cellular phone at all times during construction operations.
Traffic Control Management shall be maintained on a 24 hour per day basis. The Contractor shall make
pg. 45
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
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 (I I hour or less.
If, in the opinion of the Engineer, any traffic control individual does not perform their duties at or to the minimum
industry standard, the Contractor will be required to replace that individual.
TCS duties shall include, but are not limited to:
I. Supervise and direct project 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 five (5) calendar days prior to construction.
a. Notifications maybe accomplished by a representative of the TCS such as a flagger and shall be hand
typed and hand delivered to all businesses and residents.
6. Inspect traffic control devices on a calendar day basis for the duration of the project to ensure devices are
functioning properly and are clean and legible.
7. Oversee all requirements covered by the plans and specifications which contribute to the convenience,
safety, and orderly movement of traffic.
8. Break flaggers for short periods of no more than fifteen (15) minutes over a sixty (60) minute period.
9. Set up and removal of traffic control device.
10. Maintain a project traffic control diary which shall become part of the City's project records. This
diary/log shall be submitted to the Engineer daily and shall include the following information as a
minimum
a. Date.
b. The time of traffic control inspections.
c. Project description and location.
d. Traffic Control Supervisor's name.
e. Types and quantities of traffic control devices used per approved MHT.
f. List of flaggers used, including start time, stop time and number of flagging hour breaks.
g. Traffic control problems (traffic accidents, damaged, missing or dirty devices, etc.) and corrective
action taken.
The Engineer reserves the right to request traffic control personnel be replaced when, in the opinion of the Engineer,
the minimum industry standards for performing duties are not being met on site.
METHOD OF MEASUREMENT
Subsection 630.15 shall be revised to include the following:
"Construction Zone Traffic Control" shall include the cost for all traffic control necessary to allow the Contractor to
complete the Work on the corresponding streets as shown in Sections 02500, Quantity Estimate and Section 03500,
Maps, as required herein, as referenced in the example traffic control plans of sub -section 630.01 above, and as
directed by the Engineer. The price shall include a full time TCS dedicated to the project, all flagging equipment, all
traffic control devices, and for doing all Traffic Control work needed for the projects outlined within the documents
approved by the City Of Fort Collins Traffic Department and those that may be added. The items not included in
this percentage shall be the flagging personnel hours, variable message boards, arrow boards, and night work up -
charge.
"Night Work Up -Charge" shall be measured by the number of nights work is performed after normal working hours,
typically extending from 7pm to 5am of the said working day. It is a one-time charge, meant to cover the costs of
lighting stations, additional work site protection and safety requirements, asphalt plant costs, and the allocation of
resources required for work at night.
pg. 46
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
"Variable Message Board" shall be measured and paid per day per each.
Flagging- shall be measured and paid per hour based on the rate provided. Overtime shall not be measured and
paid for separately, but shall be included in the line item price for "Flagging'. Hours of non -flagging work in excess
of those authorized shall not be measured and paid for separately but shall be at the Contractor's expense.
Flagging shall follow the current MUTCD standards and shall not be included in the percentage price provided
under line item 630.01. The quantity of flaggers shall be determined by the classification of the roadway (Arterial,
Collector, and Residential) and the Contractors' flagging needs based on the work being performed. Flaggers shall
be provided with hand signs such as Stop/Slow paddles and electronic communication devices when required.
Flagging equipment and devices shall not be measured and paid for separately but shall be included in the percentage
on line item 630.01 - Construction Zone Traffic Control.
Batteries, electricity, fuel for lighting or warning devices, sand bags, fencing, and caution tape shall not be measured
and paid for separately and shall be considered a subsidiary obligation in conjunction with the Work.
All costs associated with Traffic Control Plan review shall not be measured or paid for separately, but shall be
considered incidental to the Work including review and re -submittal fees.
The City may deduct from compensation due the Contractor $10.00 per day for each traffic control device not
removed from the site immediately upon completion of the work or as directed by the Engineer.
The Contractor may provide larger construction traffic signs than those typically used in accordance with the City of
Fort Collins Work Area Traffic Control Handbook and the MUTCD as approved by the Engineer, however, no
payment shall be made for the additional panel size.
Business signs, Neighborhood Traffic Only signs and detour placard street names are not considered Specialty Signs
and shall not be measured or paid for separately but shall be included in the cost of the Work under the
corresponding street classification.
"The City of Fort Collins Master Street Plan" maps depicting the street classifications (Arterial. Collector, and
Residential) can be found at the following link:
htto: cindocs.fceo�xom°'dt-Master-Street -Plan %lap&dn GIS \'ZAPS&vid=l92&emd=showdt
BASIS OF PAYMENT
Subsection 630.16 shall be amended to include the following:
Line item 630.01 -"Construction Zone Traffic Control" is paid for as a percentage of total work performed for the
corresponding month. The total cost for the work shall be the subtotal of costs extending from line item 202.01
through 420.02. To achieve the traffic control payments amount, line item subtotal shall be multiplied by the
established percentage located on line item 630.01 and shall be added to the monthly pay application.
Payment shall be made under:
Pav Item Unit
630.01 Construction Zone Traffic Control Percent
630.02 Variable Message Board Per Each Per Day
630.03 Flagging Hour
630.04 Night Work Up -Charge Per Night
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment.
pg. 47
interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by OWNER.
Discrepancies between the indicated sum of any column of figures and the correct
sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and such alternates, unit
prices and other data, as may be requested in the Bid Form or prior to the Notice of
Award.
17.3. OWNER may consider the qualification and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of the
Work as to which the identity of Subcontractors, Suppliers, and other persons and
organizations is submitted as requested by OWNER. OWNER also may consider
the operating costs, maintenance requirements, performance data and guarantees
of major items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to assist
in the evaluation of any Bid and to establish the responsibility, qualifications and
financial ability of the Bidder's proposed Subcontractors, Suppliers and other
persons and organizations to do the Work in accordance with the Contract
Documents to OWNER's satisfaction within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and
responsible Bidder whose evaluation by OWNER indicates to OWNER that the
award will be in the best interest of the OWNER. Award shall be made on the
evaluated lowest base bid excluding alternates. The basis for award shall be the
lowest Bid total for the Schedule or, in the case of more than one schedule, for
sum of all schedules. Only one contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice
of Award within forty-five (45) days after the date of the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder delivers
the executed Agreement to the OWNER, it shall be accompanied by the required
Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Agreement with all other written
Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall
sign and deliver the required number of counterparts of the Agreement and attached
documents to OWNER with the required Bonds. Within ten (10) days thereafter,
OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is
to be accompanied by a complete set of the Drawings with appropriate identification.
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
and incidentals, and for doing all the work involved in setup/removal/modification, notifications and delivery for
Construction Zone Traffic Control including vehicles, phones, sandbags, hand signs, break times, as shown on the
plans, as specified in these specifications, and as directed by the Engineer.
SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS
NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE
ENGINEER IN WRITING.
NOTE: WHEN PERFORMING WORK ON ARTERIALS, PLANS SHALL BE APPROVED A MINIMUM OF TWO
(2) WEEKS PRIOR TO THE COMMENCEMENT OF WORK AND/OR THE TIME REQUIRED TO
ADEQUATELY NOTIFYING 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 17 (COLLEGE AVENUE AND MULBERRY STREET
EAST OF LEMAY) SHALL TYPICALLY BE RESTRICTED FROM 9:00 A.M TO 3:00 P.M.
NOTE: CONSTRUCTION HOURS, EXCEPT FOR EMERGENCIES SHALL BE LIMITED TO 7:00 A.M. TO 6:00
P.M., MONDAY THROUGH FRIDAY EXCLUDING HOLIDAYS, UNLESS OTHERWISE AUTHORIZED
IN WRITING BY THE ENGINEER.
SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS
NOTE: FULL CLOSURES ON ALL RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE
TRAFFIC CONTROL PLANS.
END OF SECTION
pg. 48
PAGE 1
FULL CLOSURE -1 MILE ARTERIAL
PROSPECT RD. - REMINGTON ST. TO S. LEMAY AVE.
"Note: The trafficcontrol plans that follow and the quantities listed aboveare for informational
purposes only, and are not to be used in any legal setting once the bids are received. These plans are
meant to he I p provide a Contractor a better vision of the I evel of attention the City of Fort Col I ins
expects when setti ng up trafficcontrol for projects on an Arterial, Collector, and Residential
roadway. The above quantities and plans area representation of the type of closure specified, and are
to be used as an estimate only. Along with these quantities, the Contractor shalI expect the use of a
high volume of barrels, vertical panels, and cones. All traffic control plans, devices, and personnel shall
be the responsibility of the contractoras specified herein the contract documents."
NOTES: Access will be allowed for residents and business.
No parks will be placed as needed
Day work will be flagged for access
Nights will be set up for two way traffic.
t
EQUIPMENT LIST
35- TYPE Ts
10- VMB'S
13- DETOUR TRACKERS
4- NO LEFTS / RIGHTS
3- LOCAL BUSINESS ACCESS
"A" Panels
16- ROAD CLOSED AHEAD
5- DETOUR AHEAD
2- LEFT LANE CLOSED AHEAD
2- LEFT TRANSITION
22- ROAD WORK AHEAD
"B" Panels
7- DETOUR ARROWS
15- ROAD CLOSED TO THROUGH TRAFFIC
20- ROAD CLOSED
PAGE 2
DETOUR RTE. AND VMB LOCATIONS
E. ELIZABETH RD.♦
!T'
0
l�
OEfDUR
0
3
a
�
C
a
Elawn
Q
o
z
awn
N
-a
mvn
v,
.i
yy
m
E. PROSPECT RD.
to
QVMB
m
C
~
VMB yr
YMB
m
�
VMB
D
-4
a
m
r
m
.��
NOT TO SCALE
D
m
0ia
ano�
t 1
*�
0
a
�
a ono
C
m
E. DRAKE RD.
op
-- __----i
s
PAGE 3
N
I I 1 1 O •
I I I I . `• w
I I 1 I
1 1 1 1 NOT TO SCALE
I 1 I I
I I I I W
���
t U
--------------------------------
s s r
J-.�VyiJ-VLil-ViJV L.V VJ _
h
PAGE 4
F-
REMINGTON ST.
E. LAKE ST.
Iit
N
01
1
E. PROSPECT RD. ®�
--------------------------- ---- -------- -- -----
- - - - - - - - - - - - - - - - - - - - - - - - - - ------------•---------------- -----
!t PARKER ST.
F<4
WHEDBEE ST.
H
M�!
NOT TO SCALE
lil
7
I I I E. LAKE ST,
J UU
r•n•r I
I
0
m
m
m
W
4
� • O
111 ® : �,:
`Y -4
CIRCLE DR
PAGE 5
l�
E. PITKIN ST.
{{
E. LAKE ST.
w M O
NOT TO SCALE o
m
A
N
1
o
--------- ---------------
4M
•
E. PROSPECT RD. N
3
2
.9
r
PARKER ST.
_°a
Oz
m
02
a
A
STOVER ST.
L0g
NOT TO SCALE E
—�—� E. LAKE ST.
m
r-
cn
-a
E. PROSPECT RD.
PAGE 6
S. LEMAY AVE.
E. LAKE PL.
93
S Lemay Ave
U)
0
H
F
0
2
J
I � I
I I
I I
1 I
I
1 I
1 I
l 1
I 1
1 t
1
1 f
1 f
l 1
1 1
I I
1 !
I
I I
I I
1 1
1
I I
I I
I
1 I
I I
/ 1F/-�:
cn
Z
�O
V
z
W
w
E. PROSPECT RD.
IIdG
i gym'
t
lllJ l
E. STUART ST.
VNJ
I.L
`W
OL
,,
r^
co
PAGE 8
a'3
SOUTHBOUND DIRECTIONAL CLOSURE - COLLECTOR
NOT
3- DETOUR TRACKERS
"A" PANELS
2- ROAD CLOSED AHEAD
6- ROAD WORK AHEAD
2- DETOUR AHEAD
"B" PANELS
"Note: The trafficcontroi plans that follow and the quantities listed above areforinformational
purposes only, and are not to be used in any legal setti ngonce the bids are received Theseplansare
meant to help provide a Contractor abetter vision of the level of attention the City of Fort Collins
expects when sett) rig uptrafficcontrol for projects on an Arterial, Collector, and Residential
roadway. The above quantities and plans area representation of the type of closure specif ied and are
to be used as an estimate only. Alongwiththesequantities, the Contractarshallexpect the use ofa
high vol ume of barrels, vertical panels, and cones. All traffic control plans, devices, and personnel shall
be the responsibility of the contractoras specified herein the contract documents. "
NOTES: BARRELS OR VERTICAL PANELS
SHALL BE USED AS OVERNIGHT EQUIPMENT.
NO PARKS SHALL BE USED AS NEEDED.
ALL MILLED EDGES WILL BE PROTECTED
WITH VERTICAL PANELS OVERNIGHT.
BUMP SIGNS WILL BE USED AS NEEDED,
DAYTIME WORKED SHALL BE FLAGGED.
City Of
Fort Collins
Purchasing
ADDENDUM NO. 3
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 8320: Asphalt Overlay
OPENING DATE: 3:00 PM (Our Clock) June 3, 2016
Financial Services
Purchasing Division
215 N. Mason St. 2n" Floor
PO Box 580
Fort Collins. CO 80522
970.221.6775
970.221 6707
fcgov com/purchasing
To all prospective bidders under the specifications and contract documents described above.
the following changes/additions are hereby made and detailed in the following sections of this
addendum:
Exhibit 1 — Questions & Answers
Please contact Elliot Dale. Buyer at (970) 221-6777 with any questions regarding this
addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN
RECEIVED.
Addendum 3 Page 1 of 2
20.0 TAXES.
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included in the
Contract Price. Reference is made to the General and Supplementary Conditions.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid assures the
Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is
available for review in the Purchasing and Risk Management Division or the City Clerk's
office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that
suppliers and producers of cement or products containing cement to certify
that the cement was not made in cement kilns that burn hazardous waste as
a fuel.
23.0 COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be
rejected and reported to authorities as such. Your authorized signature of this Bid
assures that such Bid is genuine and is not a collusive or sham Bid.
24.0 BID RESULTS.
Bid results will be posted at www.rockvmountainbidsystem.com shortly after the Bid
Opening.
END OF SECTION
O
C
m
r
m--
a *
S SHIELDS ST
«.
wiw �,T-
,`� 017W11
DEL NORTE PL
i1
YM
f
H
pg MONTE VISTA A
��
>noua
&PIONE
■
A E
A
ARMSTRONG AVE
0
0 0 z
D m
r
m
S WASHINGTON A
C
r
r
n
0
cn
C
m
SECTION 02500
QUANTITY ESTIMATE
Specific locations are described herein in section 03500 of the contract documents; however, additional quantities
may be included in the Bid Schedule for locations not yet identified at the time of the bid.
All quantities stipulated in the Bid Schedule associated with unit pricing are approximate and are to be used only as
a basis for estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the
Work. The basis of payment shall be the actual amount of materials furnished and Work completed
Contractor agrees that he/she will make no claim for damages, anticipated profits, or otherwise on account of any
differences between the amounts of Work actually performed, the materials actually furnished, and/or the estimated
amount in these documents.
Section 03000 - DETAILS
Rock Sock (RS)
Straw Bale Filter
Gravel Filter
Speed Hump
Striping
SC-5
D23
D24, D25
City of Fort Collins
drawing attached
Attachment A, B, and C
Rock Sock (RS) SC-5
Description
A rock sock is constructed of gravel
that has been wrapped by wire mesh or
a geotextile to form an elongated
cylindrical filter. Rock socks are
typically used either as a perimeter
control or as part of inlet protection.
When placed at angles in the curb line,
rock socks are typically referred to as
curb socks. Rock socks are intended to
trap sediment from stormwater runoff
that flows onto roadways as a result of
construction activities.
Appropriate Uses
Rock socks can be used at the perimeter
of a disturbed area to control localized
Photograph RS-t. Rock socks placed at regular intervals in a curb
line can help reduce sediment loading to storm sewer inlets. Rock
socks can also be used as perimeter controls.
sediment loading. A benefit of rock
socks as opposed to other perimeter controls is that they do not have to be trenched or staked into the
ground; therefore, they are often used on roadway construction projects where paved surfaces are present.
Use rock socks in inlet protection applications when the construction of a roadway is substantially
complete and the roadway has been directly connected to a receiving storm system.
Design and Installation
When rock socks are used as perimeter controls, the maximum recommended tributary drainage area per
100 lineal feet of rock socks is approximately 0.25 acres with disturbed slope length of up to 150 feet and
a tributary slope gradient no steeper than 3:1. A rock sock design detail and notes are provided in Detail
RS-1. Also see the Inlet Protection Fact Sheet for design and installation guidance when rock socks are
used for inlet protection and in the curb line.
When placed in the gutter adjacent to a curb, rock socks should protrude no more than two feet from the
curb in order for traffic to pass safely. If located in a high traffic area, place construction markers to alert
drivers and street maintenance workers of their presence.
Maintenance and Removal
Rock socks are susceptible to displacement and breaking due to vehicle traffic. Inspect rock socks for
damage and repair or replace as necessary. Remove sediment by sweeping or vacuuming as needed to
maintain the functionality of the BMP, typically when sediment
has accumulated behind the rock sock to one-half of the sock's
height.
Once upstream stabilization is complete, rock socks and
accumulated sediment should be removed and properly disposed.
Rock Sock
Functions
Erosion Control No
Sediment Control Yes
Site/Material ,Tana ement No
November 2010 Urban Drainage and Flood Control District RS-I
Urban Storm Drainage Criteria Manual Volume 3
November 2010 Urban Drainage and Flood Control District RS-I
Urban Storm Drainage Criteria Manual Volume 3
SC-5 Rock Sock (RS)
SSI1?' (MINUS) CRUSHED ROCK
ENCLOSED IN WIRE MESH Ih- (MINUS) CRUSHED ROCK
ENCLOSED IN WIRE MESH
WIRE TIE ENDS
I1 4" TO 6" MAX AT
10" ON BEDROCK OR GROUND SURFACE L CURBS, OTHERWISE
L HARD SURFACE, 2' 5"-10" DEPENDING
IN SOIL ON EXPECTED
SEDIMENT LOADS
ROCK SOCK SECTION ROCK SOCK PLAN
ANY GAP AT JOINT SHALL BE FILLED WITH AN ADEQUATE
AMOUNT OF 1.�" (MINUS) CRUSHED ROCK AND WRAPPED
ROCK SOCK, WITH ADDITIONAL WIRE MESH SECURED TO ENDS OF ROCK
TYP , REINFORCED SOCK. AS AN ALTERNATIVE TO FILLING JOINTS
BETWEEN ADJOINING ROCK SOCKS WITH CRUSHED ROCK AND
` 12 12" ADpI1 ONAL WIRE WRAPPING, ROCK SOCKS CAN BE
1 OVERLAPPED (TYPICALLY 12-INCH OVERLAP) TO AVOID GAPS.
ROCK SOCK JOINTING
ROCK COCK INSTALLATION NOT S
1. SEE PLAN VIEW FOR:
-LOCATtON(S) OF ROCK SOCKS.
GRADATION TABLE
SIEVE SIZE
MASS PERCENT PASSING
SQUARE MESH SIEVES
NO. 4
2
100
1
90 - too
1
20 - 55
i."
0 - 15
0 - 5
MATCHES SPECIFICATIONS FOR NO. 4
COARSE AGGREGATE FOR CONCRETE
PER AASHTO M43. ALL ROCK SHALL BE
FRACTURED FACE. ALL SIDES.
2. CRUSHED ROCK SHALL BE 05" (MINUS) IN SIZE WITH A FRACTURED FACE (ALL SIDES)
AND SHALL COMPLY WITH GRADATION SHOWN ON THIS SHEET (1)6" MINUS).
3. WIRE MESH SHALL BE FABRICATED OF 10 GAGE POULTRY MESH, OR EQUIVALENT, WITH A
MAXIMUM OPENING OF Y1", RECOMMENDED MINIMUM ROLL WIDTH OF 48`
4. WIRE MESH SHALL BE SECURED USING "HOG RINGS" OR WIRE TIES AT 6" CENTERS
ALONG ALL JOINTS AND AT 2" CENTERS ON ENDS OF SOCKS.
5. SOME MUNICIPALITIES MAY ALLOW THE USE OF FILTER FABRIC AS AN ALTERNATIVE TO WIRE
MESH FOR THE ROCK ENCLOSURE.
RS-1. ROCK SOCK PERIMETER CONTROL
RS-2 Urban Drainage and Flood Control District November 2010
Urban Storm Drainage Criteria Manual Volume 3
Rock Sock (RS)
SC-5
ROCK SOCK MAINTENANCE NOTEr
1. INSPECT BMPS EACH WORKOAY, AND MAINTAIN THEM IN EFFECTIVE OPERATING CONDITION.
MAINTENANCE OF BMPS SHOULD BE PROACTIVE, NOT REACTIVE. INSPECT BMPS AS SOON AS
POSSIBLE (AND ALWAYS WITHIN 24 HOURS) FOLLOWING A STORM THAT CAUSES SURFACE
EROSION, AND PERFORM NECESSARY MAINTENANCE.
2. FREQUENT OBSERVATIONS AND MAINTENANCE ARE NECESSARY TO MAINTAIN BMPS IN
EFFECTIVE OPERATING CONDITION. INSPECTIONS AND CORRECTIVE MEASURES SHOULD BE
DOCUMENTED THOROUGHLY.
J. WHERE BMPS HAVE FAILED, REPAIR OR REPLACEMENT SHOULD BE INITIATED UPON
DISCOVERY OF THE FAILURE.
4. ROCK SOCKS SHALL BE REPLACED IF THEY BECOME HEAVILY SOILED, OR DAMAGED
BEYOND REPAIR.
5. SEDIMENT ACCUMULATED UPSTREAM OF ROCK SOCKS SHALL BE REMOVED AS NEEDED TO
MAINTAIN FUNCTIONALITY OF THE OMP, TYPICALLY WHEN DEPTH OF ACCUMULATED SEDIMENTS
IS APPROx4AAiELY $ OF THE HEIGHT OF THE ROCK SOCK
6. ROCK SOCKS ARE TO REMAIN IN PLACE UNTIL THE UPSTREAM DISTURBED AREA IS
STABILIZED AND APPROVED BY THE LOCAL JURISDICTION.
7. WHEN ROCK SOCKS ARE REMOVED, ALL DISTURBED AREAS SHALL BE COVERED WITH
TOPSOIL. SEEDED AND MULCHED OR OTHERWISE STABILIZED AS APPROVED BY LOCAL
JURISDICTION.
(DETAIL ADAPTED FROM TOWN OF PARKER, COLORADO AND CITY Of AURORA, COLORADO, NOT AVAILABLE IN AUTOCAD)
NOTE. MANY JURISDICTIONS HAVE BMP DETAILS THAT VARY FROM UOFCO STANDARD OETAILS.
CONSULT WITH LOCAL JURISDICTIONS AS TO WHICH DETAIL SHOULD BE USED WHEN
DIFFERENCES ARE NOTED.
NOTE: THE DETAILS INCLUDED WITH THIS FACT SHEET SHOW COMMONLY USED, CONVENTIONAL
METHODS OF ROCK SOCK INSTALLATION IN THE DEW,/ER METROPOLITAN AREA THERE ARE
MANY OTHER SIMILAR PROPRIETARY PRODUCTS ON THE MARKET. UOFCO NEITHER NDORSES
NOR DISCOURAGES USE OF PROPRIETARY PROTECTION PRODUCTS; HOWEVER. IN THE EVENT
PROPRIETARY METHODS ARE USED, THE APPROPRIATE DETAIL FROM THE MANUFACTURER MUST
BE INCLUDED IN THE SWMP AND THE BMP MUST BE INSTALLED AND MAINTAINED AS SHOWN
IN THE MANUFACTURER'S DETAILS.
November 2010 Urban Drainage and Flood Control District RS-3
Urban Storm Drainage Criteria Manual Volume 3
0
Area Inlet
with Grate —]
staked
Ivith 2 SEakes Per Bale
fa7
n
0 a a ajo`o
a c v a v v
PLAN VIEW
Stake r Tw',nz
Runoff {�
++.•..� � .i' I - Compacted Sod
b�V
,M
I'diered Watt(
SECnoN A -A
3eneral Notes:
1. Wedge loose straw between the staked
bales. AREA INLET FILTER
2. Inspect and repair filters after each STRAW BALES
storm event. Remove sediment when
one halt of the filter depth has been CITY OF. -FORT COLLINS, COLORADO
filled. Removed sediment shall be STORMWATER UTILITY
deposited in an area tributary to a
sediment basin or other filtering measure. APPROVED BY:
3. Sediment shall be removed immediately DATE:REVISIONS:from traveled way of roads. D-23
FIGUR` 6.2
Wire Screen —
(App ox. % letn)
�C-revei p,Icer
PLAN VIEW
Concrete Block
Gravel Fifrer
Overflow r Concm4 Block
• tJ Wire Screen
Runof° ' icolG Grevei Filter
11 -* i II+lp�y�t
Filtoru.' W erg
SECTION A -A
General Notes:
1. Inspect and repair filters after each storm
event. Remove sediment when one half of
the filter depth has been filled. Removed
sediment shalt be deposited in an area
tributary to a sediment basin or other
' littering measures.
2. Sediment and gravel shall be immediately
removed from traveled way of roads.
FIGURE 6.3
AREA INLET FILTER
GRAVEL
CITY OF FORT COLLINS, COLORADO
STORMWATER UTILITY
A?FROVED BY
AZV/ S ONS-
D-24
I
PAGE 32
Gnvei `ili
(Approx-21,
Diameter
' CApP,vr. %i";Y1esh;
PLAN VIEW
Slack
`"ye�IO1�' i, Fil�er� IN�Ezr
4uno"
Wire Sc-e2 n ,
�'x4"'Wcod 5:ud IGvr� inlet
S�:i IO�t A -A
Genera! Notes.
t . Inspect and repair filters after each
storm event. Remove sediment when
one half of the filter depth has been
filled. Removed sediment shall be de-
posited in an area tributary to a sedi-
ment basin or other filtering measLre.
2. Sediment and gravel shell be immecia-ely
rernoved from traveled way of roads.
F?Gt1R-7 6.
8
CURB INLET FILTER
GRAVEL
CITY OF -FORT COLLINS, COLORADO
STORMWATER UTILITY
'IPFF.CVED cy:
CA-c:
FEVISICNS: 0-2 5
i
Top View
Side View
City of Fort Collins
22' Speed Bump
3/21 /13
Edge of Asphalt
Drive Lane
Taper
m
n
cD
Cr
M
Flat Surface
n
c
3
U
a
�
Taper /AAAA\
->
F —1 foot
--------------------------------------------------------------------------------------------------------------
22 feet
6 feet 10 feet 6 feet
3.5 inches
1
SECTION 00300
BID FORM
Aiiad%mevvl� A
PreMark*' SA 90
SPECIFICATION
PREFORMED THERMOPLASTIC PAVEMENT MARKINGS
I of 2
USE: A durable, retrore0ective pavement marking material suitable for use as roadway, intersection, commercial or private
pavement delineation and markings.
1.1. The markings must be a resilient white or yellow thermoplastic product with uniformly distributed glass beads throughout
the entire cross sectional area. The markings must be resistant to the detrimental effects of motor fuels, lubricants, hydraulic
fluids. antifreeze, etc. Lines. legends and symbols are capable of being affixed to bituminous and/or portland cement
concrete pavements by the use of the normal heat of a propane torch. Other colors shall be available as required.
1.2. The markings must be capable of conforming to pavement contours, breaks and faults through the action of traffic at normal
pavement temperatures. The markings shall have resealing characteristics, such that it is capable of fusing with itself and
previously applied thermoplastic when heated with the torch.
1.3. The markings shall not have minimum ambient and road temperature requirements for application, storage, or handling.
2. MANUFACTURING CONTROL AND ISO CERTIFICATION: The manufacturer must be ISO 9001:2008 certified and provide
proof of current certification. The scope of the certification shall include manufacture of preformed thermoplastic marking materials.
MATERIAL: Must be composed of an ester modified rosin resistant to degradation by motor fuels, lubricants etc. in conjunction
with aggregates, pigments, binders and glass beads which have been factory produced as a finished product, and meets the
requirements of the current edition of the Manual on Uniform Traffic Control Devices for Streets and Highways. The thermoplastic
material conforms to AASHTO designation M249, with the exception of the relevant differences due to the material being supplied in
a preformed state.
3.1. Graded Glass Beads:
3.1.1. The material must contain a minimum of thirty percent (30%) intermixed graded glass beads by weight. The
intermixed beads shall be conforming to AASHTO designation M247, with minimum 80% true spheres and
minimum refractive index of 1.50.
3.1.2. The material must have factory applied coated surface beads in addition to the intermixed beads at a rate of 11b. (t
10%) per 10 sq. ft. These factory applied coated surface beads shall have a minimum of 90% true spheres,
minimum refractive index of 1.50, and meet the following gradation.
Size Gradation
Retained, %
Passing, %
US Mesh
lim
12
1700
0 - 2%
98 - 100%
14
1400
0 - 3.5%
96.5 - 100%
16
1180
2 - 25%
75 - 98%
18
1000
28 - 63%
37 - 72%
20
850 1
63 - 72%
28 - 37%
30
600
67 - 77%
23 - 33%
50
300
89 - 950io
5 - 1 I%
80
200
97-1000io
0 - 3%
0622 10
PreMark= SA 90
3.2. Pigmemss:
2of2
3.2.1. White: The material shall be manufactured with sufficient titanium dioxide pigment to meet FHWA Docket No.
FHWA-99-6190 Table 5 and Table 6 as revised and corrected.
3.2,2. Red. Blue. and fellow: The material shall be manufactured with sufficient pigment to meet FHWA Docket No.
FHWA-99-6190 Table 5 and Table 6 as revised and corrected. The yellow pigments must be organic and must be
heavy-metal free.
3.2.3. Other Colors: The pigments must be heavy-metal free.
3.3. Heating indicators: The top surface of the material (same side as the factory applied surface beads) shall have regularly
spaced indents. These indents shall act as a visual cue during application that the material has reached a molten state so
satisfactory adhesion and proper bead embedment has been achieved and a post -application visual cue that the
installation procedures have been followed.
3.4. Skid Resistance: The surface, with properly applied and embedded surface beads, must provide a minimum resistance value
of 45 BPN when tested according to ASTM E 303.
3.5. Thickness: The material must be supplied at a minimum thickness of 90 mils (2,29 min).
3.6. Versatility: As an option, turn arrows and combination arrows may come without surface applied glass beads, thus
facilitating the use of those arrows as either left or right indicators, thereby reducing inventory requirements.
3.7. Environmental Resistance: The material must be resistant to deterioration due to exposure to sunlight. water, salt or adverse
weather conditions and impervious to oil and gasoline.
18. Retroreflectivity: The material, when applied in accordance with manufacturer's guidelines, must demonstrate a uniform
level of sufficient nighttime retroreflection when tested in accordance to ASTM E 1710. The applied material must have an
initial minimum intensity reading of 500 mcd-m-2 Ix-'
for white and 300 mcd•m'2-lx" for yellow as measured with an LTL-2000 or LTL-X Retroreflectometer.
Note: Initial retroreflection is affected by the amount of heat applied during installation. When ambient temperatures are
such that greater amounts of heat are required for proper installation, initial retroreflection levels may be affected.
APPLICATION:
4. I. Asphalt: The materials shall be applied using the propane torch method recommended by the manufacturer. The material
must be able to be applied without minimum requirements for ambient and road temperatures and without any preheating of
the pavement to a specific temperature. The material must be able to be applied without the use of a thermometer. The
pavement shall be clean, dry and free of debris. Supplier must enclose application instructions in English and Spanish with
each box/package.
4.2. Portland Cement Concrete: The same application procedure shall be used as described under Section 4.1. However. a
compatible primer sealer shall be applied before application to assure proper adhesion.
PACKAGING: The preformed thermoplastic markings shall be placed in protective plastic film with cardboard stiffeners where
necessary to prevent damage in transit. Linear material must be cut to a maximum of 3' long pieces. Legends and symbols must also
be supplied in flat pieces. The cartons in which packed shall be non-retumabic and shall not exceed 40" in length and 25" in width,
and be labeled for ease of identification. The weight of the individual carton must not exceed seventy (70) pounds. A protective film
around the box must be applied in order to protect the material from rain or premature aging.
TECHNICAL SERVICES: The successful bidder shall provide technical services as required.
PERFORMANCE: The preformed thermoplastic markings shall meet state specifications and he approved for use by the appropriate state
aeencv.
0(,22 10
1160 SERIES AJt+*,0Ao%ftV y
WATERBORNE ACRYLIC TRAFFIC PAINT (T7P-1952E TYPE ll)
1160 Series is a 100% acrylic waterborne traffic paint formulated to deliver extraordinary performance. It is
extremely fast drying over a broad range of application conditions and has excellent durability.
1160 Series is recommended for striping long line traffic markings on roads and highways. or other traffic surfaces including
parking lots, driveways. sidewalks and runways. It may be applied over asphalt, Portland cement and concrete pavement.
1160 Series is available in white, lead-free yellow, black, red. blue and green.
TECHNICAL DATA
Property ' .1160 stt66 Other
•'ate' {'. �+ _
�wWfiite
_*zYiFYellow ,
Pigment.
60
60
60
% by weight. Minimum
Tolal Solids
77
77
76
% by wekthl, Minimum
Nonvolatile Vehicle
42
42
42
% by wW)t. Minimum
Weight
14
13.6
13.5
per gallon. Ibs W-0.3)
Viscosity
80-95
80-95
60-95
Q770RKU
Grind (I-tegtnan Gauge)
4
4
4
Minimum
Contrast Ratio
0.95
0.92
0,92
5 mil wet. Minimum
Directional Retlectance
90
50
NA
5 mil wet. Minimum
Field Tesl Time
20-90
20-90
20-90
No Irack time 4, ambient
conalions. seconds
Dry Through Time
125
125
t 25
15 mils wet B 90%RH.
Minute, Max ASTM D-711
No Pick Up Time,
10
10
10
vnthout Beads, minutes.
Max ASTM 0-711
Thinner
Water
Water
Water
VOC 4/I, Max
100
100
100
ADVANTAGES
• Superior durability.
• Excellent adhesion
• Fast drying under a wide range of climatic conditions.
• Remains flexible over time.
• Can be applied with conventional or airless spray
equipment.
• No thinning for application
PACKAGING
• 1 gallon can
• 5 gallon pail
• 55 gallon drum
• 250 gallon tote
COVERAGE
• 100 square feet per gallon at 15 mil wet film
• 300 linear feet of 4" line per gallon at 15 mil wet film.
R.r
1160 SERIES
WATERBORNE ACRYLIC TRAFFIC PAINT (TTP-1952E TYPE 11)
SURFACE PREPARATION
In general, coating performance is in direct proportion to the
quality of the surface preparation. Before applying coatings,
the surface should be clean and dry. The surface must be free
of oil. grease, gasoline and moisture.
APPLICATION
• Do not apply when the temperature is below 50`F.
• Do not heat coating in striping system above 11 O°F.
• Do not apply first coat over fresh asphalt at more than 7 mils
wet.
• Allow first coat to dry before applying second coat.
• New asphalt and concrete must be allowed to cure for a
minimum of 30 days before application of product.
• Do not leave water or water mixed with non -subsiding
cleaner for more than 24 hours in spray equipment. It is re-
commended to use a mixture of glycol solution and water for
storing spray equipment longer than 72 hours,
• Surface temperature must be at least 50F above dew point to
prevent condensation.
• DO NOT MIX WITH WATER. This product comes ready
mixed.
GOVERNMENT SPECIFICATIONS
• Meets Federal Sid. 141 Dam American Standard
Test Method (ASTM)
• Meets FS TTP-1952E Type 11
• Meets Caltrans PTWB-01 R2
MIXING
To get an even coverage of paint pigment, the paint should be
agitated for 10-15 minutes. If necessary, strain the paint and
remove any skins before mixing. Do not attempt to mix
hardened paint films with liquid paint
ENVIRONMENTAL n
• Meets SCAOMD Rule 1113-
• Dry paint chips are non -toxic
• Meets Federal Clean Air Act Regulations
CLEAN UP
Immediately clean all equipment after use with fresh water to
remove any partially dried material. if paint is dry, a solvent
may be necessary but be careful not to contaminate this and all
waterborne paints with solvents.
SAFETY PRECAUTIONS
For industrial use only. Not for residential use. See and read
MSDS and product labels before use. Safety precautions must
be strictly followed during storage, handling and use.
SHELF LIFE
Water base paints are best utilized within 3 months of delivery
but remains usable for 12 months.
WARRANTY
Colorado Paint warrants to the purchaser. for 6 months from
the date of manufacturing. that this product when applied
according to Colorado Paint Application Instructions, shall be
manufactured without defects. This limited warranty covers
material replacement only. Excluded from coverage is labor.
any damage to the application surface or any failure of the
coating caused other than by defects in the material.
COLLORADO PAINT COMPANY 7.3r', wy " �z d' f .• C ry.r $ � .,zc#rst ryR.� s»,w �r3s#�'n Y .
wwwcolorao"alnl0cm.
At+MA*"AP G.
Description
This specification covers glass spheres for application on water borne traffic paint markings for
the production of retroreflective pavement markings.
The glass spheres shall be transparent, colorless and free from milkiness, dark particles or
carbon residues, and excessive air inclusions. All +20 mesh beads shall be produced from
virgin glass by direct mel. methods. The glass spheres shall be free of hard lumps and clusters
and shall dispense readily under any conditions suitable for paint striping.
Specific Sphere Requirements
A. Gradation
Glass spheres for regular waterborne traffic paint '-Qc) t' kc,1 to
The glass spheres for regular waterborne traffic paint shall meet the gradation
requirements for type as given below:
Sieve Size
Percent Passing
14
100
16
99-100
20
75- 95
30
55- 85
50
10- 35
100
0- 5
D. Coating
The spheres shall have a Dual Coating. The coating shall have both a moisture
resistant coating and an adhesion promoting coating. The beads shall pass the moisture
resistance test and the adherence coating test.
B. Roundness
The glass spheres shall have a minimum of 80 percent true spheres.
C. Refractive Index
The glass spheres shall have a minimum refractive index of 1.50.
SECTION 03500
PROJECT INDEX
Project area in alphabetical order:
• Huntington Hills
• JFK 2
• Prospect Rd - Lemay to Timberline
• Mantz
• Saint Wain
• Thunderbird Estates
• W Magnolia
• W Swallow Area
Fo t Collins
Streets
STREET MAINTENANCE PROGRAM (SMP)
2016-2017 Project Planning
Map 20 of 41
Revised January 28. 201e
Legend
2016 projects Adjacent 2016 projects 2017 Projects City Limits
—Surface treatment —Surface treatment • Surface treatment ®Schools
Overlay — Overlay • • r Overlay
—Reconstruct —Reconstruct • Concrete Pvmt
w 5atum
Or
2017
Ct
'gym. = Y
3 :+y C
U
p J �d F
t"F
' I N ade T
c 3
u. tY VP�F °bf
c y39 F°Meea° 4�i
I�
I� o
o�
Smokey St
N
jA
W+E
S
o S0t
_ QQyy,, k111��eenp�r Oak
^�asilredere PI Leal C
V G
+=% .J �dsy"H Pin+iar� PI Smn St
Ibis'Ln9r�rC Q _ Dora!
p
way
Ck
Dunne or
Shadbury CI
E Sawm Dr
v
O
ounrovart Dr
Cn Ct
POL
Cr
cl'
Saint
Dr .o
S
c I i
POL�aeW
Or
POL
Charrngron Ct
E S
Dr
0000
II
Ih Ct
E Skyway Dr
;POL
LyrnO►_--- -
j
_ Nvian St
Poz
Xy` --- u
Keswck Ct .._. __._ _ Huntingmn
P%ormandy Ct Hill Ct
Ashton Cl ,1
L' Foail Creek Pkwy
POL
;�Merehall St
co" St
�rff�r�T3
m sl
rA
S
0 890 1,780 Feet
1 1 I Huntington Hills
Fort Collins
Streets
Legend
2016 projects
—Surface treatment
Overlay
anommeReconstruct
Adjacent 2016 projects
— Surface treatment
— Overlay
— Reconstruct
STREET MAINTENANCE PROGRAM (SMP)
2016-2017 Project Planning
Map 21 of 41
Revised January 28. 2016
2017 Projects
• Surface treatment
• • Overlay
• • Conuete Pvmt
1--i City Limits
® Schools
N
W+E
S
0 740 1,480 Feet
I I I JFK 2
Fort Collins
Streets
Legend
2016 projects
—Surface treatment
—Overlay
Reconstruct
Adjacent 2016 projects
— Surface treatment
—Overlay
—Reconstruct
STREET MAINTENANCE PROGRAM (SMP)
2016-2017 Project Planning
Map 26 of 41
Revlaed January 28. 201e
2017 Projects
• • -Surface treatment
• • -Overlay
• ° - Concrete Pvmt
' - !City Limits
122 Schools
N
W+E
��YY
S
of
FOr't Collins
i-� Streets
STREET MAINTENANCE PROGRAM (SMP)
2016-2017 Project Planning
Map 23 of 41
Revised Jamery 20. 2M
Legend
2016 projects
Adjacent 2016 projects
2017 projects City Limits
Surface treatment
— Surface treatment
• • � Surface treatment tZd Schools
—Overlay
— Overlay
a • , Overlay
Reconstruct
—Reconstruct
• , Concrete Pvmt
R
City Park Heights 2
a --
y
W bN
m
t
h
h
ism w
i
m
m.
�i
W
POL I POL
r
Lantz PI
POL
O
a
A,
St
d
mC
F
D
m
W Laurel St
POL
NNA;�,
W+E
�F
S
st,-- _
0 300 600 Feet
I l t Mantz
SECTION 00300
BID FORM
PROJECT: 8320 Asphalt Overlay Project
Place: _Ft. Collins. CO
Date: 06 /03 / 16
In compliance with your Invitation to Bid dated 06103 , 201�L and subject to
all conditions thereof, the undersigned a (Corporation, Limited Liability Company,
Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of
Colorado hereby proposes to furnish and do everything required by the Contract
Documents to which this refers for the construction of all items listed on the following Bid
Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in
good faith, without collusion or connection with any other person or persons Bidding for
the same Work, and that it is made in pursuance of and subject to all the terms and
conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be done, all of which
have been examined by the undersigned. The Specifications shall include, but are not
limited to: 2016 General Requirements, 2011 Standard Specifications for Road and
Bridge Construction as amended by the Contract Documents.
3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum
Of 92 of the hid amount
($ 1 in accordance with the Invitation To Bid and Instructions to
Bidders.
4 The undersigned Bidder agrees to execute the Agreement and a Performance Bond and
a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days
from the date when the written notice of the award of the contract is delivered to him at
the address given on this Bid. The name and address of the corporate surety with which
the Bidder proposes to furnish the specified performance and payment Bonds is as
follows: i.iherr3r Mutual- 141, CnngresF St_ St- Boston MA 02110
5. All the various phases of Work enumerated in the Contract Documents with their
individual jobs and overhead, whether specifically mentioned, included by implication or
appurtenant thereto, are to be performed by the CONTRACTOR under one of the items
listed in the Bid Schedule, irrespective of whether it is named in said list
6. Payment for Work performed will be in accordance with the Bid Schedule or Bid
Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No. 01 through
03
a. BID SCHEDULE (Base Bid)
O
N
A
O
A
m
O
T
N
3
"
0
r
o
In
N <<
no N
C p
fD
7
CL
C1
C
�
m N
3
m
'
i'
a
x0cn°
n
O
m
o�
N
(D o
[2l
CD
N �
3a
7 �
• •
w
• N
• p
J
A O
cn ^+
v
m
'o
=
m d
(D `c
0 A
(9 0
I(D
— ur
"O
N
°)
<
3
3
_
m
fn 0
n
O r
0
o _
�+ 3
m�
U)
m
m
D
Z
O m
i Z
T D
N Z
O n
V m
PACCIO
a F �016ci D end Dr
�iN Y i�r
N
m g '
o
fronMge Rd 2017 (Frontage Rd)
•••••.•••••.••.•.••+ 2017 fFnlelgo Rd) o..M.-.....-...•-.......�..aaaa S Collene Ave .,... ..wsa•..•
L0
:
C
POL •
Prof IcPOL
T
•R■Ntngton Sl
■
_o .m
rn
m
■
•
-o
o
.
0
.m
.N
a
■
.p
a,`
O
oa�
�
d
�dIF
�.
c
V •
T:
CL
co
. r---
.
cr
i
C. I
•. • hbm Rd •
���
N
2017
ISfeM'JJd Rr1J
A
la
A
(p
:___...
_ - Cortez St
QI
a
� B
N n
ProfilePOL Or Harvard St
v 7• ProfilePOL
Mamws St
m � Q
ProfilePOL
ff/ 04
o m
O
r-
. 2017 (Scorch Fines 3) SWd"d Rd
• ,p
s
:0 0 r
C C 1D
O = N .�.
to < m Nas n
2 a
el �
3 g
m „
• • N
V
o c0 c p
A 2) n
m_ 2) on
m
m
3
rn o
o
m 3
ca
m
m
D
F�o�t of
�•' Streets
Legend
2016 projects
—Surface treatment
—Overlay
—Reconstruct
Adjacent 2016 projects
— Surface treatment
Overlay
— Reconstruct
STREET MAINTENANCE PROGRAM (SMP)
2016-2017 Project Planning
Map 39 of 41
Revised January 28. 201E
2017 Projects
• • Surface treatment
• • Overlay
• Concrete Pvmt
City Limits
QZ Schools
N
W+E
S
0 570 1,140 Feet
I I W Magnolia
Fort Collins
Streets
STREET MAINTENANCE PROGRAM (SMP)
2016-2017 Project Planning
Map 40 of 41
Redaed January 28. 21318
Legend
2016 projects
Adjacent 2016 projects
2017 Projects -1Cfty Limits
—Surface treatment
— Surface treatment
• a, Surface treatment M Schools
—Overlay
—Overlay
•• Overlay
•Reconstruct
— Reconstruct
a ^ - Concrete Pvml
Concord or
cY
1b11cEo•rn Ave
W Drake Rd
QO" Glen
POL r
1 O
POL
POL ( tiasunespr POL B
POD
� FremontCt p i a
< POL
POL
POL 4i
—�-- __ ►trA9t ,
POL ----
O
Zi
Q.S'Varbn Cr
,o� fa
as 3� i ,
Silvc.�fum�
Devrease St - �� V '
nieon . k'SWallow Rd
r i
Dora St <
POL
0 520 1,040 Feet
I I W Swallow Area
SECTION 04000
Erosion Control, Inlet Protection, Fugitive Dust Prevention
Index:
Part 1 - Dust Prevention and Control Manual
Part 2 - Environmental Standard Operating Procedures
I
il*
CONTENTS
1.0 Introduction
1
1.1 Title
1
1.2 Purpose of Manual
1
1.3 Applicability
1
1.4 Definitions
2
2.0 Fugitive Dust and the Problems it Causes
5
2.1 What is Fugitive Dust, Generally?
5
2.2 Why is the City Addressing Fugitive Dust?
5
2.3 Health and Environmental Effects
6
2.4 Nuisance and Aesthetics
6
2.5 Safety Hazard and Visibility
6
3.0 Best Management Practices
7
3.1 Earthmoving Activities
8
3.2 Demolition and Renovation
10
3.3 Stockpiles
12
3.4 Street Sweeping
14
3.5 Track-out/Carry-out
15
3.6 Bulk Materials Transport
16
3.7 Unpaved Roads and Haul Roads
18
3.8 Parking Lots
19
3.9 Open Areas and Vacant Lots
21
3.10 Saw Cutting and Grinding
22
3.11 Abrasive Blasting
24
3.12 Mechanical Blowing
26
4.0 Dust Control Plan for Land Development Greater Than Five Acres
28
Dust Prevention and Control Checklist
31
5.0 Resources 32
5.1 Cross Reference to Codes, Standards, Regulations, and Policies 32
5.2 City of Fort Collins Manuals and Policies 35
5.3 References for Dust Control 35
Dust Prevention and Control Manual Page i
1.0 Introduction
1.1 Title
The contents of this document shall be known as the Dust Prevention and Control Manual ("the
Manual').
1.2 Purpose of Manual
The purpose of the Manual is to establish minimum requirements consistent with nationally recognized
best management practices for controlling fugitive dust emissions and to describe applicable best
management practices to prevent, minimize, and mitigate off -property transport or off -vehicle transport
of fugitive dust emissions pursuant to Chapter 12, Article X of the Fort Collins City Code (§§12-150 et.
seq) for specific dust generating activities and sources.
The purpose of Chapter 12, Article X of the Code is to protect the health, safety, and welfare of the
public, including prevention of adverse impacts to human health, property, sensitive vegetation and
areas, waters of the state, and other adverse environmental impacts and to prevent visibility
impairment and safety hazards caused by emissions of particulate matter into the air from human
activities.
1.3 Applicability
This Manual applies to any person who conducts, or is an owner or operator of, a dust generating
activity or source, as defined in the Code and described in this Manual, within the City of Fort Collins,
subject to the exclusion set forth in Code §12-150(b)(3).
Dust Prevention and Control Manual Page 1
1.4 Definitions
Abrasive blasting shall mean a process to
smooth rough surfaces; roughen smooth
surfaces; and remove paint, dirt, grease, and
other coatings from surfaces. Abrasive blasting
media may consist of sand; glass, plastic or
metal beads; aluminum oxide; corn cobs; or
other materials.
Additional best management practice shall
mean using at least one additional measure if
the required best management practices are
ineffective at preventing off -property transport
of particulate matter.
Additional requirements shall mean when
applicable, any measure that is required, e.g., a
dust control plan when project sites are over 5
acres in size.
j- shall mean any
action or process that is used to prevent or
mitigate the emission of fugitive dust into the
air.
Bulk materials transpo i shall mean the
carrying, moving, or conveying of loose
materials including, but not limited to, earth,
rock, silt, sediment, sand, gravel, soil, fill,
aggregate, dirt, mud, construction or demolition
debris, and other organic or inorganic material
containing particulate matter onto a public road
or right-of-way in an unenclosed trailer, truck
bed, bin, or other container.
err° shall mean the Fort Collins City Code, as
amended from time to time.
shall mean the installation of a
temporary cover material on top of disturbed
soil surfaces or stockpiles, such as netting,
mulch, wood chips, gravel or other materials
capable of preventing wind erosion.
Shall mean any action
or process that is used to prevent or mitigate
the emission of fugitive dust into the air,
including but not limited to the best
management practices identified in this
Manual.
shall
mean a process, operation, action, or land use
that creates emissions of fugitive dust or causes
off -property or off -vehicle transport. Dust
generating activity or source shall include a
paved parking lot containing an area of more
than one half (1/2) acre.
Earthrnovinq shall mean any process that
involves land clearing, disturbing soil surfaces,
or moving, loading, or handling of earth, dirt,
soil, sand, aggregate, or similar materials.
Fr{gitive dust shall mean solid particulate
matter emitted into the air by mechanical
processes or natural forces but is not emitted
through a stack, chimney, or vent
-'shall mean the current or
forecasted wind speed for the Fort Collins area
as measured at the surface weather
observation station KFNL located at the Fort
Collins Loveland Municipal Airport or at
Colorado State University's Fort Collins or
Christman Field weather stations or as
measured onsite with a portable or hand-held
anemometer. The City will use anemometers
whenever practicable.
Dust Prevention and Control Manual Page 2
Maximum speed limit shall mean the speed
limit on public rights -of -way adopted by the City
pursuant to Fort Collins Traffic Code adopted
pursuant to City Code Section 28-16 for private
roadways, a speed limit shall be established as
appropriate to minimize off -site transportation
of.
rh;urirul shall mean any portable
machine powered with an internal combustion
or electric -powered engine used to blow leaves,
clippings, dirt or other debris off sidewalks,
driveways, lawns, medians, and other surfaces
including, but not limited to, hand-held, back-
pack and walk -behind units, as well as blower -
vacuum units.
nr±shall mean the visible
emission of fugitive dust beyond the property
line of the property on which the emission
originates or the project boundary when the
emission originates in the public right-of-way or
on public property.
Off -vehicle trmrsport shall mean the visible
emission of fugitive dust from a vehicle that is
transporting dust generating materials on a
public road or right-of-way.
On -tool local exhaust ventilation shall mean
a vacuum dust collection system attached to a
construction tool that includes a dust collector
(hood or shroud), tubing, vacuum, and a high
efficiency particulate air (HEPA) filter.
On -tool wet dust suppression shall mean the
operation of nozzles or sprayers attached to a
construction tool that continuously apply water
or other liquid to the grinding or cutting area by
a pressurized container or other water source.
Open area shall mean any area of undeveloped
land greater than one-half acre that contains
less than 70 percent vegetation. This includes
undeveloped lots, vacant or idle lots, natural
areas, parks, or other non-agricultural areas.
Recreational and multi -use trails maintained by
the City are not included as an open area.
Operator orowne: shall mean any person
who has control over a dust generating source
either by operating, supervising, controlling, or
maintaining ownership of the activity or source
including, but not limited to, a contractor,
lessee, or other responsible party of an activity,
operation, or land use that is a dust generating
activity or source.
Particulate matter shall mean any material
that is emitted into the air as finely divided solid
or liquid particles, other than uncombined
water, and includes dust, smoke, soot, fumes,
aerosols and mists.
Required best management practices shall
mean specific measures that are required to be
implemented if a dust generating activity is
occurring.
5-rr, tii c ro c u shall mean a specific area that
warrants special protection from adverse
impacts due to the deposition of fugitive dust,
such as natural areas (excluding buffer zones),
sources of water supply, wetlands, critical
wildlife habitat, or wild and scenic river
corridors.
Soil retention shall mean the stabilization of
disturbed surface areas that will remain
exposed and inactive for 30 days or more or
while vegetation is being established using
mulch, compost, soil mats, or other methods.
S+o: frpiia'shall mean any accumulation of bulk
materials that contain particulate matter being
stored for future use or disposal. This includes
backfill materials and storage piles for soil,
sand, dirt, mulch, aggregate, straw, chaff, or
other materials that produce dust.
Storm drainage facility shall mean those
improvements designed, constructed or used to
convey or control stormwater runoff and to
remove pollutants from stormwater runoff after
precipitation.
Dust Prevention and Control Manual Page 3
5320 ASPHALT OVERLAY PROJECT - ADDENDUM 2 REVISED BID SCHEDULE
hem No.
Nam DesOrlpbon
Una
2015 Contract
Quantities
ramosetl Unit Pncr
Proposed Ccmnc: Price
10303
Bond Pmcirementand GbbiWiLan
ISum
,
43,600
1 43 600.00-
202.01
Plarvq and SudacePreoarabon Odom .3-- men DmmWIM70-
Square Yam
57.Do0
3.15
f 179 550.00
202.C2
Pia,09 and Surface P,,.,a,Wn Depth 3'. 57-Mn Drum W1dm 77
Square Yam
3,000
1
202 D4
Taper P!anirq Adjacent m Gutter
Lineal Fast
30 000
12 . 3
5 7
20206
Scout StVaMilaq<3--onrmWmnlB-24-
Swam Yam
1.530
�6.50
f 9 750.00 -
202 C7
Boacal Sys kWina.Addrwnal Inn Thickness
Swam Yatralps,
200
.65
f 130. 00 -
202.08
Atltl4ianar Saw Cutting of Asphae • 3- Mnunurn
Lmaai Fact
1,20U
2.0o
f -
z 4ao.00
203.01
Excavation - General Less Than 100CY
CutaaYard
Soo
25.85
$ 12 925.00-
20304
Bong (Complete In Place) • Less Then IDO Ton
Ton
50
33.10
1 1,655 .00
203 O6
Barrpw (ShouWemq - Complete m Riau) 314' Virus RAP
Lineal Fact
1,000
1.25
5 1 250 .00
200 D1
Ruck Viatim
Lineal Fool
700
3.40
1 2 OO -
206,02
Crumb Rubber Wattle
LmealFool
10
12.25
f3f80
5 122.50 .
20004
SWWMa.ntena,,mLog -1ACar h3pecvan
Each
i5
195.00
5 2,925.00
210.02
adjust Vm,mBo.
Each,
160
164.00
f 26 240.00-
210.03
Adjust VelveSo. wsmRing
Eaci
225
73.00
1 f 16 425.00-
210 04
Adjust Valve Box -Tyler 68M Series, Item R 69 Screw Type Adjustable Riser
Each
37
91.50
5 3 385.5.r0
21005
Adjust and Replace Too Section ofVelveSC,,
Earn
20
325.00
5 6 500.00 '
210.09
Tam Valve Bca Peo:acement. TyW SM Series, 3C- Bodom Section
Eac,
7
49 1 3 465.00
210,10
Adjust Sunme!Mannoles24-
Eacn
200
386.00 IS
77 2Qor0Q
21011
Adjust Special NUnhole�24-
Each
30
485.00
5 14 550.00-
210.12
Adjust Manhole int,Rug
Each
35
200.00
5 7 000.00 -
210.13
Adµn; Manhole min Lociing Ring 124-cut. d 3-height
Earn
150
200.00
1 30 000 Q71
210,14
Adjust Manhole mM Locsmg Ring 524' 6e. a 3-neignt
Each I
5
200 Q
f I.yl Q '
210.15
Adjust Manhole wan Looking Ring a24-ca. 13'Nigh!
Earn
1C
230.00
f 2 30-0.00
210. 16
Adltiv Muhhole vnM Locking Ring>24',I a 3-height
Each
5
230.00
51 1 150.00
210.17
nentan
AMhole lnun4.e Achleved
SSWEac,
30
$ 500.00
L 15,00000
40302
HMA- G.admg Sx.(75) 64.22 Binder
Ton
8.000
65.30
5 522 400.00
40303
HIM - Grading S.(75)50.78 Endo
Ton
3.000
64.00
192,000.00
AC3 04
MAN d7
- Gramg S. (5) 64.22 Binder
Ton
13.D00
---
/�.
58 2 6 150.0V
40305
HMS-GradngS.(75)64-28Modified Uder
Ton
4.W
68.30
5307 350.010-
403.07 iHa4A-
Grading S 7W100 Hand patching - Remo+eL Replace
loa
2000
120.00
5240QQQ. QU
403 OB (HMA
Paver Patching - Remeve A Replace
Tort
1,000
2yy n
Ys.Y
S 1
40309
HMA Grading SX.(75)64-22 Leveling s 50 Tons
Tons/Pmject
200
5
15.000.00
403, tO
HMA Grading Sx, (75)64-22 Leve ing 51 to IDD Tons
TCnl.rPro!edt
200
75.00
515 QQQ . Q0
403.11
HMA Grading Sx, (75) 64-22 Leveling: > 100 Tons
T.hVis m
400
f
403.12
HMA Gracing Sa. (75) 64.22 LevetngRnin 0veday: 150 uw Greater
TonsDay
1.DDC
75 . 00
-
175 .000.00
403.13
HAP - Speed Humps, Gnding SISx (75iC-4-22
Square Yard
600 136
. 50
521 900 . 00
42001
Geoul Pj, NV Fabric
Square Yam
12,000
1. 77
3
42002
GlassGncM98511-SmanCuanuylnstauauon
Sosanyard
4DO
9 21
53 68 00
627.01
InalallabonatThennopiai
Hour
20
230.86
54 617.20 -
627,02
Lead Warner tot S:nomgLayout
Hour
100
45.27
54 27.00
e27.03
Suppo4Wbnersfix SbrpingLayout
Hour
250
33.95
58 487.50 '
627.04
Pavement Marking P2m1
Gallon
1,000
67,90
627.05
Pavement Marl Removal tin (Surface Gmding)
Swore Foal
200
5.66
51 132.00
627.06
61ncm Wham Line (Thereto)
Lineal Fool
1450
5 . 4 3
5 7 8 73 . 5 0 -
Surface roughening shall mean to modify the
soil surface to resist wind action and reduce
dust emissions from wind erosion by creating
grooves, depressions, ridges or furrows
perpendicular to the predominant wind
direction using tilling, ripping, discing, or other
method.
l . � shall mean the carrying of mud, dirt,
soil, or debris on vehicle wheels, sides, or
undercarriages from a private, commercial, or
industrial site onto a public road or right-of-
way.
shall mean the planting or seeding
of appropriate grasses, plants, bushes, or trees
to hold soil or to create a wind break. All seeded
areas must be mulched, and the mulch should
be adequately crimped and or tackified. If
hydro -seeding is conducted, mulching must be
conducted as a separate, second operation. All
planted areas must be mulched within twenty-
four (24) hours after planting.
Wet suppression shall mean the application of
water by spraying, sprinkling, or misting to
maintain optimal moisture content or to form a
crust in dust generating materials and applied
at a rate that prevents runoff from entering any
public right-of-way, storm drainage facility or
watercourse.
shall mean an obstruction at
least five feet high erected to assist in
preventing the blowing of fugitive dust,
comprised of a solid board fence, chain link and
fabric fence, vertical wooden slats, hay bales,
earth berm, bushes, trees, or other materials
installed perpendicular to the predominant
wind direction or upwind of an adjacent
residential, commercial, industrial, or sensitive
area that would be negatively impacted by
fugitive dust.
Dust Prevention and Control Manual Page 4
2.0 Fugitive Dust and the Problems it Causes
2.1 What is Fugitive Dust, Generally?
Dust, also known as particulate matter, is made up of solid particles in the air that consist primarily of
dirt and soil but can also contain ash, soot, salts, pollen, heavy metals, asbestos, pesticides, and other
materials. "Fugitive" dust means particulate matter that has become airborne by wind or human
activities and has not been emitted from a stack, chimney, or vent. The Colorado Department of Public
Health and Environment (CDPHE) estimates that more than 4,300 tons of particulate matter are emitted
into the air in Larimer County annually. The primary sources of this particulate matter include
construction activities, paved and unpaved roads, and agricultural operations.
The quantity of dust emitted from a particular activity or area and the materials in it can depend on the
soil type (sand, clay, silt), moisture content (dry or damp), local wind speed, and the current or past uses
of the site (industrial, farming, construction).
2.2 Why is the City Addressing Fugitive Dust?
Colorado state air regulations and Larimer County air quality standards generally require owners and
operators of dust generating activities or sources to use all available and practical methods that are
technologically feasible and economically reasonable in order to prevent fugitive dust emissions.
However, state regulations and permitting requirements typically apply to larger stationary sources
rather than to activities that generate dust. Larimer County fugitive dust standards apply only to land
development.
Although state and county requirements apply to many construction activities, they do not address
many sources of dust emissions and City code compliance officers do not have authority to enforce state
or county regulations. Fort Collins is experiencing rapid growth and development that has contributed
to local man-made dust emissions. The City has established Chapter 12, Article X of the Code (§§12-150-
12-159) to address dust generating activities and sources that negatively impact citizens in Fort Collins.
Dust Prevention and Control Manual Page 5
2.3 Health and Environmental Effects
Dust particles are very small and can be easily inhaled. They can
enter the respiratory system and increase susceptibility to respiratory
infections, and aggravate cardio-pulmonary disease. Even short-term
exposure to dust can cause wheezing, asthma attacks and allergic
reactions, and may cause increases in hospital admissions and
emergency department visits for heart and lung related diseases.
Fugitive dust emissions can cause significant environmental impacts as well as health effects. When
dust from wind erosion or human activity deposits out of the air, it may impact vegetation, adversely
affect nearby soils and waterways, and cause damage to cultural resources. Wind erosion can result in
the loss of valuable top soil, reduce crop yields, and stunt plant growth.
According to the Environmental Protection Agency (EPA), studies have linked particulate matter
exposure to health problems and environmental impacts such as:
-Health Impacts:
o Irritation of the airways, coughing, and difficulty breathing
o Reduced lung function and lung cancer
o Aggravated asthma and chronic bronchitis
o Irregular heartbeat and increases in heart attacks
-Environmental Impacts:
o Haze and reduced visibility
o Reduced levels of nutrients in soil
2.4 Nuisance and Aesthetics
Dust, dirt and debris that become airborne eventually settle back down to
the surface. How far it travels and where it gets deposited depends on the
size and type of the particles as well as wind speed and direction. When this
material settles, it can be deposited on homes, cars, lawns, pools and ponds,
and other property. The small particles can get trapped in machinery and
electronics causing abrasion, corrosion, and malfunctions. The deposited
dust can damage painted surfaces, clog filtration systems, stain materials and
cause other expensive clean-up projects.
2.5 Safety Hazard and Visibility
Blowing dust can be a safety hazard at construction sites and on roads and
highways. Dust can obstruct visibility and can cause accidents between
vehicles and bikes, pedestrians, or site workers. Dust plumes can also
decrease visibility across a natural area or scenic vistas. The "brown cloud",
often visible along the Front Range during the winter months, and the
brilliant red sunsets that occur are often caused by particulate matter and
other pollutants in the air.
Dust Prevention and Control Manual Page 6
3.0 Best Management Practices
This Manual describes established best management practices for controlling dust emissions that are
practical and used in common practice to prevent or mitigate impacts to air quality from dust generating
activities and sources occurring within Fort Collins. The objective of the dust control measures included
in this Manual is to reduce dust emissions from human activities and to prevent those emissions from
impacting others and is based on the following principles:
avoid creating dust emissions through good project planning and modifying or
replacing dust generating activities.
Minimize — reduce dust emissions with methods that capture, collect, or contain emissions.
Mitigate — when preventing fugitive dust or minimizing the impacts are not feasible, the
Manual provides specific measures to mitigate dust.
More specifically, the Manual establishes the following procedures for each dust generating activity
outlined in this Chapter:
1. Required Best Management Practices —this section includes the specific measures that are
required to be implemented if the dust generating activity is occurring. For example, high wind
restrictions (temporarily halting work when wind speeds exceed 30 mph) are required best
management practices for earthmoving, demolition/renovation, saw cutting or grind, abrasive
blasting, and leaf blowing.
2. Additional Best Management Practices —this section includes additional measures if the
required best management practices are ineffective at preventing off -property transport of
particulate matter. At least one of the additional best management practices outlined in the
Manual must be implemented on the site to be in compliance with the Manual and Code.
3. Additional Requirements — When applicable, additional measures are also required, e.g., a dust
control plan when project sites are over 5 acres in size.
The Dust Prevention and Control Checklist included on page 31 of this Manual provides a "quick guide"
to dust control BMPs covered in the following sections of the Manual.
Dust Prevention and Control Manual Page 7
3.1 Earthmoving Activities
Above: This figure illustrates earthmoving, which is an activity that can generate dust.
Dust emissions from earthmoving activities depend on the type and extent of activity being conducted,
the amount of exposed surface area, wind conditions, and soil type and moisture content, including:
• Site preparation (clearing, grubbing, scraping)
• Road construction
• Grading and overlot grading
• Excavating, trenching, backfilling and compacting
• Loading and unloading dirt, soil, gravel, or other earth materials
• Dumping of dirt, soil, gravel, or other earth materials into trucks, piles, or receptacles
• Screening of dirt, soil, gravel, or other earth materials
Best h?aruwenzerrt Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator who conducts earthmoving
that is a dust generating activity or source shall implement the following best management practices to
prevent off -property transport of fugitive dust emissions:
(i) Minimize disturbed area: plan the project or activity so that the minimum amount of
disturbed soil or surface area is exposed to wind or vehicle traffic at any one time.
(ii) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate to mitigate off -property transport of dust entrained by vehicles.
(iii) Minimize drop height: Drivers and operators shall unload truck beds and loader or
excavator buckets slowly, and minimize drop height of materials to the lowest height possible,
including screening operations.
(iv) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(v) Restrict access: restrict access to the work area to only authorized vehicles and personnel.
Dust Prevention and Control Manual Page 8
(b) Additional Best Management Practices: In the event 3.1(a)(i)-(v) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to disturbed soil surfaces, backfill materials, screenings, and
other dust generating operations as necessary and appropriate considering current weather
conditions, and prevent water used for dust control from entering any public right-of-way,
stormwater drainage facility, or watercourse.
(ii) Wind barrier: construct a fence or other type of wind barrier to prevent wind erosion of top
soils.
(iii) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break.
(iv) Surface roughening: stabilize an active construction area during periods of inactivity or
when vegetation cannot be immediately established.
(v) Cover: install cover materials during periods of inactivity and properly anchor the cover.
(vi) Soil retention: stabilize disturbed or exposed soil surface areas that will be inactive for more
than 30 days or while vegetation is being established.
(c) Additional requirements: Any person, owner, or operator who conducts earthmoving that is a dust
generating activity or source at a construction site or land development project with a lot size equal to
or greater than five (5) acres also shall implement the following measures:
(i) Dust Control Plan: submit a plan that describes all potential sources of fugitive dust and
methods that will be employed to control dust emissions with the development construction
permit application or development review application (see Chapter 4 of this Manual). A copy of
the Dust Control Plan must be onsite at all times and one copy must be provided to all
contractors and operators engaged in dust generating activities at the site.
(ii) Construction sequencing: include sequencing or phasing in the project plan to minimize the
amount of disturbed area at any one time. Sites greater than 25 acres in size may be asked to
provide additional justification, revise the sequencing plan, or include additional best
management practices.
Dust Prevention and Control Manual Page 9
3.2 Demolition and Renovation
Above: This photo illustrates restricting access (a required best management practice) and a wind barrier
(an additional best management practice) for demolition and renovation activities.
Dust generated from demolition activities may contain significant levels of silica, lead, asbestos, and
particulate matter. Inhalation of silica and asbestos is known to cause lung cancer, and exposure to
even small quantities of lead dust can result in harm to children and the unborn.
In addition to complying with the dust control measures below, any person engaged in demolition or
renovation projects must comply with applicable state and federal regulations for asbestos and lead
containing materials and notification and inspection requirements under the State of Colorado Air
Quality Control Commission's Regulation No. 8, Part B Control of Hazardous Air pollutants.
;1Cst alOnnJemenI PiaC1ices 10 COWlO .UT ,
(a) Required Best Management Practices: Any person, owner, or operator who conducts demolition or
renovation that is a dust generating activity or source shall implement the following best management
practices to prevent off -property transport of fugitive dust emissions:
(i) Asbestos and lead containing materials: demolition and renovation activities that involve
asbestos or lead containing materials must be conducted in accordance with 2012 International
Building Code (IBC), as adopted by the Code Sec. 5-26 and amended by Code Sec. 5-27 (59)
(amending IBC §3602.1.1) and all other state and local regulations;
(ii) Restrict access: restrict access to the demolition area to only authorized vehicles and
personnel;
(iii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport; and
(iv) Minimize drop height: Drivers and operators shall unload truck beds and loader or excavator
buckets slowly, and minimize drop height of materials to the lowest height possible, including
screening operations.
Dust Prevention and Control Manual Page 10
(b) Additional Best Management Practices: In the event 3.2(a)(i)-(iv) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to demolished materials or pre -wet materials to be
demolished as necessary. Prevent water used for dust control from entering any public right-of-
way, storm drainage facility, or watercourse.
(ii) Wind barrier: construct a fence or other type of wind barrier to prevent onsite dust
generating materials from blowing offsite.
(c) Additional requirements:
(i) Building permit compliance: comply with all conditions and requirements under any building
required pursuant to the Code and/or the Land Use Code.
Above: This photo illustrates reducing drop height, a required best
management practice.
Dust Prevention and Control Manual Page 11
3.3 Stockpiles
Above: This photo illustrates wet suppression, an additional best management practice for stockpiles.
Stockpiles are used for both temporary and long-term storage of soil, fill dirt, sand, aggregate,
woodchips, mulch, asphalt and other industrial feedstock, construction and landscaping materials.
Fugitive dust can be emitted from stockpiles while working the active face of the pile or when wind
blows across the pile. The quantity of emissions depends on pile height and exposure to wind, moisture
content and particle size of the pile material, surface roughness of the pile, and frequency of pile
disturbance.
(a) Required Best Management Practices: Any owner or operator of a stockpile that is a dust generating
activity or source shall implement the following best management practices to prevent off property
transport of fugitive dust emissions:
(i) Minimize drop height: Drivers and operators shall unload truck beds and loader or excavator
buckets slowly, and minimize drop height of materials to the lowest height possible, including
screening operations.
(b) Additional Best Management Practices: In the event 3.3(a)(i) is ineffective to prevent off -property
transport, the person, owner, or operator shall use at least one of the following best management
practices:
(i) Wet suppression: Apply water to the active face when working the pile or to the entire pile
during periods of inactivity. Prevent water used for dust control from entering any public right-
of-way, storm drainage facility, or watercourse.
(ii) Cover: install cover materials during periods of inactivity and anchor the cover.
(iii) Surface roughening: stabilize a stockpile during periods of inactivity or when vegetation
cannot be immediately established.
Dust Prevention and Control Manual Page 12
(iv) Stockpile location: locate stockpile at a distance equal to ten times the pile height from
property boundaries that abut residential areas.
(v) Vegetation: seed and mulch any stockpile that will remain inactive for 30 days or more.
(vi) Enclosure: construct a three -sided structure equal to or greater than the height of the pile to
shelter the pile from the predominant winds.
(c) Additional requirements:
(i) Stockpile permit compliance: comply with all conditions and requirements under any
stockpile permit required under the Code or the Land Use Code.
(ii) Erosion control plan compliance: implement and comply with all conditions and
requirements of the "Fort Collins Stormwater Criteria Manual, as adopted in Code Sec. §26-500;
specifically, Volume 3 Chapter 7 "Construction BMPs". The Stormwater Criteria Manual may
require the use of Erosion Control Materials, soil stockpile height limit of ten feet, watering,
surface roughening, vegetation, silt fence and other control measures.
Dust Prevention and Control Manual Page 13
Item No,
Sem Description
that
2016 Contract
awnd6.a
proposed Unit Price
Proposed Contrr t Pik.
627.07
l s arch White Lne(Themw)
Lined Foot
4.750
1
s 7 0-
627.00
2."WhoeLine (ThMmo)
Lineal Food
200
19.93
13,986.00
627.09
Speed Rump Stencil (Themes)
Each
6
1
-
s916.68
627. 10
OAS Symbol (6 q) Wy Arow (Themro)
Eadf
90
424.38s38.194.20
627.11
RIghOLM Arrow Sbnca (Them o)
Each
115
S
527 12
B it 'ONLY' Steno (Theme)
Each
1
474.91
3474.91 -
627.13
'RR Kit Narrow' Stardl (Themes)
Each
/
-
$3,440.32
927.1/
Temporary Yepcw Strong Tape Roll
Each Roll
3
96-19
s
627.15
TemOarary Mas Sloping Tape Roll
Each Poll
3
96.19
-
s 288.57
630.01
Construction Zone Trail Cones
Percent
%
156 902
s 156 902.00
63002
VanacleMessage Board
Par E.m)per Day
100
168.93
s1,351.44 -
63003
Flagging
Hour
2.500
25.90
s 51 800.00 .
BABE BID CONTRACT TOTAL
s 3,401,779.8
INWORDS Three Million, Four Hundred and One Thousand, SeveaAundred and Seventy Nine
Dollars and Eighty -Nine Cents
arm u zF.uazP - r
Rem No.
ham Description
Ua0
2016 Contract
OwnlHlu
Proposed Un11 price
Prapeaed Contract Pike
20203
Planing Surface Preparaaan 5- b W. Mn Drum Wwv, 70-
Sauare Yam
3.DOO
7.15
S 21 , 450. 00 -
20205
Pill" Support -Laaar.EouprtaM.NWariaN
Hour
30
723.66
s 21 709.80-
203.07
Excavation - Genes Over 100 CY
Cl we Yard
1,000
s 21 150 .00.
203.03
IE,cavabon • Mrcx
Cubic Yard
1,000
22
$ . 0
203.05
BartowfCampletetoPlacal- OvarIDOTon
Tan
105
36.04
s 3,784.20 •
206.03
Sit Fence
Lineal Foat
50
2105
s 102.50 -
21001
Resetlt.lme.
EAKIN
1
227.34
s 227.34 -
21006
Tyler BOW Senes. Kern 5111. 1a' Valve Box Enenswn (Pan Only)
Each
1
61.07
-
$61.07
210.07
Tyler 6860 Serve. is' Vain Box Top Section VWMOW Lid (Pan Only)
Cam
15
61.07
s 916. 0'5 -
21000
Tyler 6860 Senes.264Val ve Box Top Section WiMpW Lid (Pon Only)
Each
6
61.07
s 366.42 '
30601
SuegraaPreparston
Square Yard
10.000
1.14
$ 11 400.00-
3W02
Asphaft Recycing(5-121 BpmaB arw Pre,
Square Yrd
5.000
4.60
s 23 000.00-
307.10
Class CFtyA,.NDell.ered 6 Spread 12'Deoth. t2%ty weignl
Same Yes
15.000
8.77
$ 131,550.00
307.20
Stabilize SYllgrede-Tlaed,Watered,6Compacted
Square Yard
10.000
4.18
S 41 800.00•
/03.01
Il,na - Grading SX. (75) 5620 Bnoer
Ton
1.000
67.70
S 7 7 0.00
.03.06
HMa Grading SG. (75) 64-22 Bulkier
Ton
1.0w
59.95
s 59 950.00-
530.01
laghi Wws UPC".
par Nlgm Waned
1
5,400
- BWALTERNATE-1COWRACTCOST
yi32,607.38c.
3.4 Street Sweeping
Left: This figure illustrates the use
of a wet suppression and vacuum
system, an additional best
management practice for street
sweeping.
Street sweeping is an effective method for removing dirt and debris from streets and preventing it from
entering storm drains or becoming airborne. Regenerative air sweepers and mechanical sweepers with
water spray can also be effective at removing particulate matter from hard surfaces.
(a) Required Best Management Practices: Any owner or operator that conducts sweeping operations or
services on paved or concrete roads, parking lots, rights -of -way, pedestrian ways, plazas or other solid
surfaces, and whose operations are a dust generating activity or source shall implement the following
best management practices to prevent off -property transport of fugitive dust emissions:
(i) Uncontrolled sweeping prohibited: the use of rotary brushes, power brooms, or other
mechanical sweeping for the removal of dust, dirt, mud, or other debris from a paved public
road, right-of-way, or parking lot without the use of water, vacuum system with filtration, or
other equivalent dust control method is prohibited. Mechanical or manual sweeping that occurs
between lifts of asphalt paving operations or due to preparation for pavement markings are
excluded from this prohibition, due to engineering requirements associated with these
operations.
(b) Additional Best Management Practices: In the event 3.4(a)(i) is ineffective to prevent off -property
transport, the person, owner, or operator shall use at least one of the following best management
practices:
(i) Wet suppression: use a light spray of water or wetting agent applied directly to work area or
use equipment with water spray system while operating sweeper or power broom. Prevent
water used for dust control from entering any storm drainage facility or watercourse.
(ii) Vacuum system: use sweeper or power broom equipped with a vacuum collection and
filtration system.
(iii) Other method: use any other method to control dust emissions that has a demonstrated
particulate matter control efficiency of 80 percent or more.
Dust Prevention and Control Manual Page 14
Above: This figure illustrates an installed grate (left) and a gravel bed (right), both of which are
additional best management practices associated with track-out/carry-out.
Mud, dirt, and other debris can be carried from a site on the wheels or undercarriage of equipment and
vehicles onto public roads. When this material dries, it can become airborne by wind activity or when
other vehicles travel on it. This is a health concern and can cause visibility issues and safety hazards.
Best Management Practires to Control Dost
(a) Required Best Management Practices: Any owner or operator of any operation that has the
potential to result in track -out of mud, dirt, dust, or debris on public roads and rights -of -way and whose
operation is a dust generating activity or source shall implement the following best management
practices to prevent off -property transport of fugitive dust emissions:
(i) Contracts and standards: comply with track -out prevention requirements and construction
best management practices as set forth in the Code, City regulations or policies, as specified in
applicable contract documents, and as set forth in the Fort Collins Stormwater Criteria Manual.
(ii) Remove deposition: promptly remove any deposition that occurs on public roads or rights -
of -way as a result of the owner's or operator's operations. Avoid over -watering and prevent
runoff into any storm drainage facility or watercourse.
(b) Additional Best Management Practices: In the event 3.5(a)(i)-(ii) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Install rails, pipes, grate, or similar track -out control device.
(ii) Install a gravel bed track -out apron that extends at least 50 feet from the intersection with a
public road or right-of-way.
(iii) Install gravel bed track -out apron with steel cattle guard or concrete wash rack.
(iv) Install and utilize on -site vehicle and equipment washing station.
(v) Install a paved surface that extends at least 100 feet from the intersection with a public road
or right-of-way.
(vi) Manually remove mud, dirt, and debris from equipment and vehicle wheels, tires and
undercarriage.
Dust Prevention and Control Manual Page 15
3.6 Bulk Materials Transport
Above: This figure illustrates covered loads, a required best management practice for bulk materials
transport.
Haul trucks are used to move bulk materials, such as dirt, rock, demolition debris, or mulch to and from
construction sites, material suppliers and storage yards. Dust emissions from haul trucks, if
uncontrolled, can be a safety hazard by impairing visibility or by depositing debris on roads, pedestrians,
bicyclists, or other vehicles.
(a) Required Best Management Practices: Any owner or operator of a dust generating activity or source
for which vehicles used to transport bulk materials to and from a site within the City on a public or
private road or on a public right-of-way shall prevent off -vehicle transport of fugitive dust emissions. To
prevent off -vehicle transport of fugitive dust to and from the site, the owner or operator shall
implement the following measures:
(i) Cover Loads: Loads shall be completely covered or all material enclosed in a manner that
prevents the material from blowing, dropping, sifting, leaking, or otherwise escaping from the
vehicle. This includes the covering of hot asphalt and asphalt patching material with a tarp or
other impermeable material.
(ii) Minimize drop height: Drivers and operators shall load and unload truck beds and loader or
excavator buckets slowly, and minimize drop height of materials to the lowest height possible,
including screening operations.
Dust Prevention and Control Manual Page 16
(b) Additional Best Management Practices: In the event 3.6(a)(i)-(ii) are ineffective to prevent off -
vehicle transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to bulk materials loaded for transport as necessary to prevent
fugitive dust emissions and deposition of materials on roadways. Prevent water used for dust
control from entering any public right-of-way, storm drainage facility, or watercourse.
(ii) Other technology: use other equivalent technology that effectively eliminates off -vehicle
transport, such as limiting the load size to provide at least three inches of freeboard to prevent
spillage.
Above: This figure illustrates minimizing drop heights, a required best management practice for bulk
materials transport.
Dust Prevention and Control Manual Page 1
3.7 Unpaved Roads and Haul Roads
Left: This figure illustrates
surface improvements on an
unpaved road, an additional
best management practice.
Road dust from unpaved roads is caused by particles lifted by and dropped from rolling wheels traveling
on the road surface and from wind blowing across the road surface. Road dust can aggravate heart and
lung conditions as well as cause safety issues such as decreased driver visibility and other safety hazards.
Best klanggement Prnctices to Control Dust
(a) Required Best Management Practices: Any owner or operator of an unpaved road located on a
construction site greater than five acres on private property or an unpaved road used as a public right-
of-way shall implement the following best management practices to prevent off -property transport of
fugitive dust emissions:
(i) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles.
(ii) Restrict access: restrict travel on unpaved roads by limiting access to only authorized vehicle
use.
(b) Additional Best Management Practices: In the event 3.7(a)(i)-(ii) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to unpaved road surface as necessary and appropriate
considering current weather conditions, and prevent water used for dust control from entering
any public right-of-way, storm drainage facility, or watercourse.
(ii) Surface improvements: install gravel or similar materials with sufficient depth to reduce dust
or pave high traffic areas.
(iii) Access road location: locate site access roads away from residential or other populated
areas.
Dust Prevention and Control Manual Page 18
3.8 Parking Lots
Above: This figure illustrates an unpaved parking lot in Fort Collins.
This section applies to paved and unpaved areas where vehicles are parked or stored on a routine basis
and includes parking areas for shopping, recreation, or events; automobile or vehicle storage yards; and
animal staging areas.
tU r.:f'Cil 'i i. i.i!- lliii' lr-<!Li �;lil 1.U(ti
(a) Required Best Management Practices: Any owners or operator of an unpaved parking lot greater
than one-half acre shall use at least one of the following best management practices to prevent off -
property transport of fugitive dust emissions
(i) Surface improvements: install gravel or similar materials with sufficient depth to reduce dust
or pave high traffic areas.
(ii) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break.
(iii) Wet suppression: apply water as necessary and appropriate considering current weather
conditions to prevent off -property transport of fugitive dust emissions. Prevent water used for
dust control from entering any public right-of-way, storm drainage facility, or watercourse.
(iv) Wind barrier: construct a fence or other type of wind barrier.
(v) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles.
(vi) Restrict access: restrict travel in parking lots to only those vehicles with essential duties and
limit access to hours of operation or specific events.
Dust Prevention and Control Manual Page 19
(a) Required Best Management Practices: An owner or operator of a paved parking lot greater than
one-half acre and shall use at least one of the following best management practices to prevent off -
property transport of fugitive dust emissions.
(i) Maintenance: repair potholes and cracks and maintain surface improvements.
(ii) Mechanical sweeping: Sweep lot with a vacuum sweeper and light water spray as necessary
to remove dirt and debris. Avoid overwatering and prevent runoff from entering any public
right-of-way, storm drainage facility, or watercourse.
(iii) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles.
(iv) Restrict access: restrict travel in parking lots to only those vehicles with essential duties and
limit access to hours of operation or specific events.
Above: This photo represents improving the surface of a parking area, which is one measure to
comply with the Manual.
Dust Prevention and Control Manual Page 20
3.9 Open Areas and Vacant Lots
Left: This photo
represents adding
vegetation by
hydroseeding,
which is one
measure to comply
with the Manual.
Open areas are typically not a significant source of wind-blown dust emissions if the coverage of
vegetation is sufficient or soil crusts are intact. However, if soils in open areas are disturbed by vehicle
traffic, off -highway vehicle use, bicycling or grazing, or if they have become overpopulated by prairie
dogs, dust emissions can become a problem.
BPst almurgement PrncticE's to COWL-01 Dust
(a) Required Best Management Practices: Any owner or operator of an open area greater than one-half
acre shall use at least one of the following best management practices to stabilize disturbed or exposed
soil surface areas that are intended to or remain exposed for 30 days or more and to prevent off -
property transport of fugitive dust emissions:
(i) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break.
(ii) Cover: install cover materials over exposed areas during periods of inactivity and properly
anchor the cover.
(iii) Surface roughening: stabilize an exposed area during periods of inactivity or when
vegetation cannot be immediately established.
(iv) Soil retention: stabilize disturbed or exposed soil surface areas that will be inactive for more
than 30 days or while vegetation is being established, using mulch, compost, soil mats, or other
methods.
(v) Wet suppression: apply water to disturbed soil surfaces as necessary and appropriate
considering current weather to prevent off -property transport of fugitive dust emissions.
Prevent water used for dust control from entering any public right-of-way, storm drainage
facility, or watercourse.
(vi) Wind barrier: construct a fence or other type of wind barrier to prevent wind erosion of top
soils.
Dust Prevention and Control Manual Page 21
3.10 Saw Cutting and Grinding
Above: This photo illustrates concrete cutting and how the activity can generate dust.
Cutting and grinding of asphalt, concrete and other masonry materials can be a significant short-term
source of fugitive dust that may expose workers and the public to crystalline silica. Inhalation of silica
can cause lung disease known as silicosis and has been linked to other diseases such as tuberculosis and
lung cancer. Using additional best management practices during cutting and grinding operations can
significantly reduce dust emissions.
(a) Required Best Management Practices: Any person, owner, or operator that cuts or grinds asphalt,
concrete, brick, tile, stone, or other masonry materials and whose operations are a dust generating
activity or source shall use the following best management practices to prevent off -property transport
of fugitive dust emissions:
(i) Restrict access: prevent the public from entering the area where dust emissions occur.
(ii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(iii) Equipment and work area clean up: use wet wiping, wet sweeping, or vacuuming with HEPA
filtration for equipment and work area clean up and do not cause dust to become airborne
during clean up.
(iv) Slurry clean up: prevent water used for dust control or clean up from entering any public
right-of-way, storm drainage facility, or watercourse by using containment, vacuuming,
absorption, or other method to remove the slurry, and dispose of slurry and containment
materials properly. Follow additional procedures prescribed in the Fort Collins Stormwater
Criteria Manual or contract documents and specifications.
Dust Prevention and Control Manual Page 22
(b) Additional Best Management Practices: In the event 3.10(a)(i)-(iv) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) On -tool local exhaust ventilation: use a tool -mounted dust capture and collection system.
(ii) On -tool wet suppression: use a tool -mounted water application system.
(iii) Vacuuming: use a vacuum equipped with a HEPA filter simultaneously with cutting or
grinding operations.
(iv) Wet suppression: use a water sprayer or hose simultaneously with cutting or grinding
operations.
(v) Enclosure: conduct cutting or grinding within an enclosure with a dust collection system or
temporary tenting over the work area.
Above: These photos illustrate how dust generated from cutting can be minimized by applying on -tool
wet suppression, an additional best management practice associated with saw cutting and grinding.
Dust Prevention and Control Manual Page 23
9. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the
several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid or change
quantities at his sole discretion without affecting the Agreement or prices of any item so
long as the deletion or change does not exceed twenty-five percent (25%) of the total
Agreement Price.
10. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully
executed.
Printed Date
General Manager
Title
License Number (If Applicable)
AttesAifBid
(Seaby Corp ation) Pa rese E. Yarbrough
Physical Address
1800 N. Taft Hill Rd
Telephone 970-407-3615
Email kenneth.ball@martinmarietta.com
3.11 Abrasive Blasting
Above: This photo illustrates abrasive blasting without dust mitigation in place.
Abrasive blasting is used to smooth rough surfaces; roughen smooth surfaces; and remove paint, dirt,
grease, and other coatings from surfaces. Abrasive blasting media may consist of sand; glass, plastic or
metal beads; aluminum oxide; corn cobs; or other materials. Abrasive blasting typically generates a
significant amount of fugitive dust if not controlled. The material removed during abrasive blasting can
become airborne and may contain silica, lead, cadmium or other byproducts removed from the surface
being blasted.*
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator who conducts outdoor
abrasive blasting or indoor abrasive blasting with uncontrolled emissions vented to the outside and
whose operations are a dust generating activity or source shall implement the following best
management practices to prevent off -property transport of fugitive dust emissions:
(i) Restrict access: prevent the public from entering the area where dust emissions occur.
(ii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(iii) Equipment and work area clean up: use wet wiping, wet sweeping, or vacuuming with HEPA
filtration for equipment and work area clean up and do not cause dust to become airborne
during clean up.
(iv) Slurry clean up: prevent water used for dust control or clean up from entering any public
right-of-way, storm drainage facility, or watercourse by using containment, vacuuming,
absorption, or other method to remove the slurry, and dispose of slurry and containment
materials properly.
(b) Additional Best Management Practices: In the event 3.11(a)(i)-(iv) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Enclosure: conduct abrasive blasting within an enclosure with a dust collection system or
temporary tenting over the work area.
Dust Prevention and Control Manual Page 24
(ii) Wet suppression blasting: use one of several available methods that mix water with the
abrasive media or air during blasting operations.
(iii) Vacuum blasting: conduct air -based blasting that uses a nozzle attachment with negative air
pressure to capture dust.
(iv) Abrasive media: select less toxic, lower dust -generating blasting media.
*Blasting on surfaces that contain lead paint or wastes from sandblasting that contain hazardous materials maybe subject
to additional state and federal requirements.
Above: This photo illustrates wet suppression blasting, on additional best management practice.
Dust Prevention and Control Manual Page 25
3.12 Mechanical Blowing
Above: This photo illustrates mechanical blowing without dust mitigation in place.
Mechanical blowers are commonly used to move dirt, sand, leaves, grass clippings and other
landscaping debris to a central location for easier pick-up and removal. Mechanical blowing with a leaf
blower can be a significant source of fugitive dust in some situations and can create nuisance conditions
and cause health effects for sensitive individuals. Mechanical blowing can re -suspend dust particles that
contain allergens, pollens, and molds, as well as pesticides, fecal contaminants, and toxic metals causing
allergic reactions, asthma attacks and exacerbating other respiratory illnesses.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator who operates a mechanical
leaf blower (gas, electric, or battery -powered) in a manner that is a dust generating activity or source
shall use the following best management practices as necessary to prevent off -property transport of
fugitive dust emissions
(i) Low speed: use the lowest speed appropriate for the task and equipment.
(ii) Operation: use the full length of the blow tube and place the nozzle as close to the ground as
possible.
(iii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(b) Additional Best Management Practices: In the event 3.11(a)(i)-(iii) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Alternative method: use an alternative such as a rake, broom, shovel, manually push
sweeper or a vacuum machine equipped with a filtration system.
(ii) Prevent impact: do not blow dust and debris off -property or in close proximity to people,
animals, open windows, air intakes, or onto adjacent property, public right-of-way, storm
drainage facility, or watercourse.
Dust Prevention and Control Manual Page 26
(iii) Minimize use on dirt: minimize the use of mechanical blower on unpaved surfaces, road
shoulders, or loose dirt.
(iv) Wet suppression: use a light spray of water, as necessary and appropriate considering
current weather conditions, to dampen dusty work areas. Prevent water, dirt, and debris from
entering any storm drainage facility, or watercourse.
(v) Remove debris: remove and properly dispose of blown material immediately.
Above: These photos illustrate alternative methods to mechanical blowing that can minimize dust
generation.
Dust Prevention and Control Manual Page 27
4.0 Dust Control Plan for Land Development Greater Than Five Acres
A dust control plan is required for all development projects or construction sites with greater than five
(5) acres in size. If the project is required to obtain a development construction permit, then the dust
control plan shall be submitted with the development review application or the development
construction permit application. A copy of the dust control plan shall be available onsite at all times for
compliance and inspection purposes.
For dust control plans associated with a Development Construction Permit (DCP) issued by the City,
applications for the DCP are available online at www.!ctZov.coni /clevtlo,)iiientrevi(-,w/auplicat icns.php.
The dust control plan may be submitted on the Dust Control Plan Form included in Chapter 4 of this
Manual or other equivalent format and shall include the following information:
• Project name and location.
• Name and contact information of property owner.
• Project start and completion dates.
• Name and contact information of the developer, general contractor, and each contractor or
operator that will be engaged in an earthmoving activity.
• Total size of the development project or construction site in acres.
• A description of the project phasing or sequencing of the project to minimize the amount of
disturbed surface area at any one time during the project.
• A list of each dust generating activity or source associated with the project.
• A list of each best management practice and engineering control that will be implemented for
each dust generating activity or source.
• A list of additional best management practices that will be implemented if initial controls are
ineffective.
• A signed statement from the property owner, developer, general contractor, and each
contractor or operator engaged in an earthmoving activity acknowledging receipt of the Dust
Control Plan and an understanding of and ability to comply with the best management practices
in the plan.
Dust Prevention and Control Manual Page 28
r City Of I i
FOrI Collns DUST CONTROL PLAN
PROJECT INFORMATION
Project Name
Project Location
Start and Completion Dates
Total Size of Project Site (acres)
Maximum disturbed surface area at
any one time (acres)
Property Owner
name, address, phone, e-mail
Developer
name, address, phone, e-mail
General Contractor
name, address, phone, e-mail
Subcontractor or Operator
of a dust generating activity or source
name, address, phone, e-mail
Subcontractor or Operator
of a dust generating activity or source
name, address, phone, e-mail
Subcontractor or Operator
of a dust generating activity or source
name, address, phone, e-mail
PROJECT PHASING OR SEQUENCING
Provide a description of how this project will be phased or sequenced to minimize the disturbed surface
area. Attach phasing plan or map if available.
Dust Prevention and Control Manual Pare 29
DUST CONTROL PLAN CERTIFICATION
I certify the information and attachments contained
in this Dust Control Plan are true and correct to the
best of my knowledge and that I and the project's subcontractors have received a copy of this Dust
Control Plan and acknowledge my understanding of and ability to comply with best management
practices for controlling fugitive dust emissions.
I hereby permit City officials to enter upon the property
for the purpose of inspection of any dust generating activity or source for which I am the responsible
person, owner, or operator.
Name:
Title:
Role on project:
Address:
Phone:
Signature:
Date:
List of Subcontractors:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Dust Prevention and Control Manual Page 30
I➢;lal. I ,'::`�,!"l]iilirl �l�;,i !. t?h8",., ,rl i,�)E 1 �� i1+�
Instructions:
For projects over 5 acres, in addition to developing a Dust Control Plan (see chapter 4 of the manual), place an X in each
box indicating all best management practices (BMPs) that will be implemented for each activity. Fully shaded boxes are
required BMPs, hatched boxes are additional BMPs.
For projects less than 5 acres, the BMPs for bulk materials transport and saw cutting/grinding are required; other BMPs
are listed for use as a guide for preventing and controlling dust.
Dust Generating Activity b
/Best Management Practice b
m
C
'>
tZ
w
C C
o .o
C
v a
p s
v
O
tw
'Q
C
y
Y
a
v
L
\ ,.+
7 0
V
H
M
C
N O
Y
m
v 'moo
M M
o o
5 K
n
c
0
m
c
Y
*
�
,
a
c
o
m
C_
v
v
G!
n
O
o
m oo
C
V `
3
M
m
C
co
Q
m
C
V p
m m
Abrasive media
Asbestos or lead materials
Construction sequencing
Cover
Cover Load
Enclosure
Equipment & work area clean up
Erosion control plan
High winds restriction
Location
Mechanical blowing techniques
Minimize disturbed area
Minimize drop height
On -tool local exhaust ventilation
On -tool wet suppression
Other method
Reduce vehicle speeds
Remove deposition
Restrict access
Slurry clean up
Soil retention
Stockpile permit
Surface improvements
Surface roughening
Sweeping
Track -out prevention system
Uncontrolled sweeping prohibited
Vacuum
Vegetation
Wet suppression
Wind barrier
*Note that in the parking lot and open area standards, only select one of the required BMPs to be in compliance.
Dust Prevention and Control Manual Page 31
5.0 Resources
5.1 Cross Reference to Codes, Standards, Regulations, and Policies
Earthmovine Activities
Fort Collins Land Use Code Article 3 General Development Standards §3.2.2 Access, Circulation and
Parking.
Fort Collins Land Use Code Article 3 General Development Standards §3.4.1(N) Standards for Protection
During Construction.
Fort Collins Land Use Code Article 3 General Development Standards §3.4.2 Air Quality.
Fort Collins City Code, Chapter 5 Buildings and Building Regulations, Section 5-27 (59) §3602.1.1
Building demolitions.
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 23 Public Property §23-16. Permit required; exception in case of
emergency.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual, Volume 3, Chapter 7, Section 1.3 Policy, Standards and
Submittal Requirements, §1.3.3.e.5.
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-1 Construction Phasing/Sequencing and Fact
Sheet EC-1 Surface Roughening.
Larimer County Land Use Code §8.11.4. Fugitive dust during construction.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.b
Construction Activities.
OSHA Safety and Health Regulations for Construction 29 CFR Part 1926.55 Gases, vapors, fumes, dusts,
and mists.
Demolition and Renovation
Fort Collins Land Use Code, Division 2.7 Building Permits §2.7.1
Fort Collins City Code, Chapter 5 Buildings and Building Regulations, Section 5-27 (59) §3602.1.1
Building demolitions.
Dust Prevention and Control Manual Page 32
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
State of Colorado, Air Quality Control Commission, Regulation Number 8, Part B Control of Hazardous
Air Pollutants, 5 CCR 1001-10.
Stockpiles
Fort Collins Land Use Code, Division 2.6 Stockpiling Permits and Development Construction Permits
§2.6.2.
Fort Collins Land Use Code §2.6.3 (K) Stockpiling Permit and Development Construction Permit Review
Procedures.
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual Volume 3, Chapter 7, Section 1.3 Policy, Standards and
Submittal Requirements, §1.3.3.e.7.
Fort Collins Stormwater Criteria Manual - Fact Sheet MM-2 Stockpile Management.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.c Storage and
Handling of Materials.
Street Sweeping
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual - Fact Sheet SM-7 Street Sweeping and Vacuuming.
Track-out/Carry-out
Fort Collins Traffic Code, Part 1407 Spilling loads on highways prohibited.
Fort Collins Land Use Code §5.2.1 Definitions Maintenance (of o newly constructed street).
Fort Collins City Code: Chapter 20 — Nuisances, Article V - Dirt, Debris and Construction Waste, §Sec.
20-62. Depositing on streets prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual, Volume 3, Chapter 7, Section 1.3 Policy, Standards and
Submittal Requirements, §1.3.3.e.8.
Dust Prevention and Control Manual Page 33
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-4 Vehicle Tracking Control.
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-7 Street Sweeping and Vacuuming.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.a.(ii).(B)
General Requirements.
Bulk Materials Transport
Fort Collins Traffic Code, Part 1407 Spilling loads on highways prohibited.
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.f Haul Trucks.
Colorado Revised Statutes. 42-4-1407 Spilling loads on highways prohibited.
Unpaved Roads and Haul Roads
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.a Roadways
and §III.D.2.e Haul Roads.
Parkins Lots
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Open Areas and Vacant Lots
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Saw Cutting and Grinding
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual — Fad Sheet SM-12 Paving and Grinding Operations.
Dust Prevention and Control Manual Page 34
Colorado Department of Transportation Standard Specifications for Road and Bridge Construction,
Section 208.04 Best Management Practices for Stormwater.
Abrasive Blastin¢
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Mechanical (Leaf) Blowine
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
5.2 City of Fort Collins Manuals and Policies
Fort Collins Stormwater Criteria Manual littp://www.fcgov.com/utilities/business/builders-and-
developers/development-forms-guidelines-regu lations/sto rnrnvater-criteria
City of Fort Collins Parks and Recreation Environmental Best Management Practices Manual 2011,
Chapter Four: Best Management Practices for Construction http://www.fcgov.com/parks/L)clf/bmp.pdf
City of Fort Collins Building Design and Construction Standards, Oct. 2013
http://www.fcgov.com/opserv/pdf/bu ild ing-design-standards2.pdf?1390850442
City of Fort Collins, Recommended Species and Application Rates of Perennial Native Upland Grass Seed
for Fort Collins, Colorado.
City of Fort Collins Plant List, April 2011.
5.3 References for Dust Control
Leaf Blowing
A Report to the California Legislature on the Potential Health and Environmental Impacts of Leaf
Blowers, California Environmental Protection Agency —Air Resources Board, Feb. 2000.
http://www.arb.ca.gov/msprog/mailouts/nuc0005/msc0005.pdf
Abrasive Blasting
Sandblasting and Other Air -based Blasting Fact Sheet, Minnesota Pollution Control Agency, Dec. 2011.
Protecting Workers from the Hazards of Abrasive Blasting Materials, OSHA Fact Sheet.
California Air Resources Board, Abrasive Blasting Program.
http://www.arb.ca.gov/ba/certabr/`certabr.htm
Dust Prevention and Control Manual Page 35
Saw Cutting
OSHA Fact Sheet on Crystalline Silica Exposure
https://www.osha.gov/OshDoc/data Gerera! Facts/crystalline-factsheet.pdf
State of New Jersey — Dry Cutting and Grinding Fact Sheet
http://www.state.ni.us/health/surv/documents/dry cutting.ladf
Centers for Disease Control and Prevention - Engineering Controls for Silica in Construction
http://www.cdc.gov/niosh/topics/silica/cutoffsaws.html
Shepherd-S; Woskie-S, Controlling Dust from Concrete Saw Cutting. Journal of Occupational and
Environmental Hygiene, 2013 Feb; 10(2):64-70. http://www.cdc.gov/niosh/nioshtic-2/20042808.html
Akbar-Khanzadeh F, Milz SA, Wagner CD, Bisesi MS, Ames AL, Khuder S, Susi P, Akbar-Khanzadeh M,
Effectiveness of dust control methods for crystalline silica and respirable suspended particulate matter
exposure during manual concrete surface grinding. Journal of Occupational and Environmental Hygiene,
2010 Dec;7(12):700-11. http://v.w�v.ncbi.nlm.nih.-ov/'rnubmed/21053155
HSE, On -Tool Controls to Reduce Exposure to Respirable Dusts in the Construction Industry —A Review.
Health and Safety Executive, RR926, 2012, Derbyshire, U.K.
http://www.hse.gov.uk/research/rrpdf/rr926.pdf
Croteau G, Guffey S, Flanagan ME, Seixas N, The Effect of Local Exhaust Ventilation Controls on Dust
Exposures During Concrete Cutting and Grinding Activities. American Industrial Hygiene Association
Journal, 2002 63:458-467
htt�__.!cl2ohs. _shin t , edu/sites/default/files/images/general/CroteauThesis.pdf
Unpaved Roads, Parkins Lots, and Open Areas
Dust Control from Unpaved Roads and Surfaces, Code 373, USDA-NRCS, April 2010.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025946.pdf
CPWA, 2005, Dust Control for Unpaved Roads, A Best Practice by the National Guide to Sustainable
Municipal Infrastructure, Canadian Public Works Association.
Colorado Forest Road Field Handbook, Colorado State Forest, Editor: Richard M. Edwards, CF; CSFS
Assistant Staff Forester, July 2011.
Fay L., Kociolek A., Road Dust Management and Future Needs: 2008 Conference Proceedings, Western
Transportation Institute, March 2009.
Chemical Stabilizers
Interim Guidelines on Dust Palliative Use in Clark County, Nevada. Nevada Division of Environmental
Protection, Feb. 2001. http://ndep.nv.gov/admin/dustpal.pdf
Bolander, Peter, ed. 1999. Dust Palliative Selection and Application Guide. Project Report. 9977-1207-
SDTDC. San Dimas, CA: U.S. Department of Agriculture, Forest Service, San Dimas Technology and
Development Center. http://www.fs.fed.us/eng/pubs/html/99771207/99771207.html
Dust Prevention and Control Manual Page 36
Techniques for Fugitive Dust Control — Chemical Suppressants, City of Albuquerque NM, website last
accessed on Oct. 25, 2014.
http://www.cabq.gov/airguality/business-pro=;rams-permits/ordinances/fugitive-dust/fugitive-dust
control
USDA BioPreferred Catalog: Dust Suppressants
http://www.biopreferred.gov/BioPreferred/faces/catalog/Catalog,xhtml
USGS Columbia Environmental Research Center Project: Environmental Effects of Dust Suppressant
Chemicals on Roadside Plant and Animal Communities,
htlp_.//vAvw v cerc.us s.gov/Projects.aspx?Projectld.._77
Street Sweeping
U.S. Department of Transportation, Federal Highway Administration, Stormwater Best Management
Practices: Street Sweeper Fact Sheet. http://environment.fhwa.dot.gov/ecosystems/ultraurb/3fs16.asp
Agriculture and Livestock
Agricultural Air Quality Conservation Measures - Reference Guide for Cropping Systems and General
Land Management, USDA-NRCS, Oct. 2012.
http://ww,h.nres.usda.=ov/Internet/FSE DOCUMENTS/stelprdb1049502.pdf
Dust Control from Animal Activity on Open Lot Surfaces, Code 375, USDA-NRCS, Sept. 2010.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025821.pdf
Residue and Tillage Management, Reduced Till, Code 345, USDA-NRCS, Dec. 2013.
http://www.nres.usda.goy/Internet/FSE DOCUMENTS/stelprdb1251402.pdf
Herbaceous Wind Barriers, Code 603, USDA-NRCS, Jan. 2010.
http://www.nres.usda.,c)v,/Internet/FSE DOCUMENTS/nres143 025927.pdf
Michalewicz, D. A., J. D. Wanjura, B. W. Shaw, and C. B. Parnell. 2005. Evaluation of sources and controls
of fugitive dust from agricultural operations. In Proc. 2005 Beltwide Cotton Conference.
http://caages.tamu.edu; Pub!!cation-Particulate"'20Mattei.htm!
Harner J., Maghirang R., Razote E., Water Requirements for Dust Control on Feedlots, from the
proceedings of Mitigating Air Emissions From Animal Feeding Operations Conference, May 2008.
http://www.extension.org/pages/23966/wate r-requirements-for-dust-control-on-feed lots
California Air Pollution Control Officers Association Agriculture Clearinghouse
http://www.capcoa.org/ag-clearinghouse/
U.S. Department of Agriculture Natural Resources Conservation Service - Nevada, Fugitive Dust: A Guide
to the Control of Windblown Dust on Agricultural Lands in Nevada. Jan. 2007.
http://www.cdsn.org/images/FugitiveDustGuide v7 201 .pdf
Demolition and Renovation
CDPHE, Demolition and Asbestos Abatement forms and information
https !/wwvv.colorado.zov/pacific/cdphe/asbestos-forms
Dust Prevention and Control Manual
Page 37
Earthmoving Activities
CDPHE, An Overview of Colorado Air Regulations for Land Development, August 2014
https://www.colorado.gov/pacific/sites/default/files/AP Land -Development -Guidance -Document 1.pdf
Working With Dirt When the Wind Blows
http://www.gradingandexcavation.com/GX/Articles/Working With Dirt When the Wind Blows 5455
aspx
EPA — Stormwater Best Management Practices: Dust Control
http://water.epa.gov/polwaste/npdes/swbmp/Dust-Control.cfm
EPA—Stormwater Best Management Practices: Wind Fences and Sand Fences
http://water.epa.gov/polwaste/npdesiswbn� ) Wind-Fences-and-Sand_Feiices.cfm
EPA — Stormwater Best Management Practices: Construction Sequencing
http://water.epa.gov/polwaste/npdes/swbmp/Construction-Segu encing.cfm
EPA — Stormwater Best Management Practices: Construction Entrances
http://water.epa.gov/polwaste/npdes/swbmp/Construction-Entrances.cfm
An Overview of Colorado Air Regulations for Land Development. Colorado Department of Public Health
and Environment —Air Pollution Control Division.
https://www.colorado.gov/pacific/sites/default/files/AP Land -Development -Guidance -Document 1.pdf
Health Effects of Particulate Matter
U.S. Environmental Protection Agency, Integrated Science Assessment for Particulate Matter.
EPA/600/R-08/139F Dec. 2009.
http://cfpub.epa.gov/ncea/cfm/recordisplay.cfm?deid=216546#Download
World Health Organization, Health Effects of Particulate Matter- Policy. 2013
http://www.euro.who.int/ data/assets/odf file/0006/189051/Health-effects-of-particulate-matter-
final-Enp.ndf
Preventing Silicosis in Construction Workers, NIOSH http://www.cdc.gov/niosh/docs/``96-112/`
General
Dust Abatement Handbook, Maricopa County Air Quality Department, June 2013.
http://www.maricopa.pov/ao/divisionslcompliance/dust/dots/pdf/Rule%20310-Dust%20Handbook.pdf
Fugitive Dust Control: Self Inspection Handbook, California Air Resources Board, 2007.
http://www.arb.ca.gov/pm/fugitivedust large.pdf
WRAP Fugitive Dust Handbook, Western Governors' Association. Sept. 2006.
Managing Fugitive Dust: A Guide for Compliance with the Air Regulatory Requirements for Particulate
Matter Generation, Michigan Department of Environmental Quality. March 2014.
Colorado Oil and Gas Conservation Commission, Rules and Regulations, Rule 805 Odors and Dust
http://cogcc.state.co.us,
Dust Prevention and Control Manual Page 38
SECTION 04000
EROSION CONTROL AND INLET PROTECTION
INDEX OF ENVIRONMENTAL STANDARD OPERATING PROCEEDURES (ESOP)
New Construction Activities for Municipalities 1 of 2
Street, Curb, and Gutter Replacement and Construction 1 of 3
Street, Curb, and Gutter Maintenance
Spill Prevention and Response
Utility and Storm Sewer System Maintenance
1 of 3
1 of 4
1 of 4
Utility and Storm Sewer System Replacement and Construction 1 of 3
Power Washing 1 of 3
Vehicle Fueling 1 to 3
Outdoor Fleet Maintenance 1 of 4
Heavy Equipment and Vehicle Maintenance 1 of 4
New Construction Activities for
For More Information
Name
Municipalities
Address
City. State
Description
Phone
This fact sheet covers new construction activities disturbing less
e-mail
than one acre not subject to a CDPS Construction permit. New
Possible Pollutants
construction includes, but is not limited to buildings, structures,
capital improvements, roadways, and recreational components
Sediment
such as trails, restrooms, and other structures. Procedures
Chemicals
provided are general in nature and can be applied to any scale
Organics
or type of municipal construction.
Trash
When services are contracted, this written procedure should be
Good Housekeeping
provided to the contractor so they have the proper operational
Waste Management
procedures. In addition, the contract should specify that the
Employee/Contractor Training
contractor is responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Proper Cleanup and Disposal
Procedures
Procedures
Related Procedures
. Obtain all applicable federal, state, and local permits for
Heavy Equipment and Vehicle
construction projects.
Maintenance
■ The Colorado Stormwater Construction General
Parks and Open Space
Maintenance
permit applies to construction sites disturbing one
acre or more, or less than one acre but part of a larger
Spill Prevention and Response
common plan of development.
Street. Curb. and Gutter
Replacement and
A larger common plan of development is defined as
Construction
a contiguous area where multiple separate and
Utilities and Storm Sewer
distinct construction activities may be taking place at
System Replacement and
different times on different schedules under one
Construction
plan.
Vehicle Fueling
■ A dewatering permit may be required if construction
activities require the removal and discharge of
groundwater offsite.
■ A U.S. Army Corp of Engineers (USACE) Section 404
Permit may be needed if the work will be conducted
in or impact waters of the United States, including
wetlands, washes, drainages, ditches, creeks,
streams, and rivers.
Applicable sediment and erosion controls may be
installed, such as inlet protection, silt fence, sediment
traps, erosion control logs, check dams, and vehicle
tracking control. Sediment and erosion controls will be
Page 1 of 2
installed and maintained in accordance with approved design criteria and/or industry
standards.
Material stockpiles will not be stored in stormwater flow lines. Temporary sediment
control will be used during temporary, short-term placement while work is actively
occurring.
Where feasible, grading activities should be scheduled during dry weather.
• Best management practices will be periodically inspected and maintained as necessary.
• Waste containment for concrete washout, masonry, paint, trash and other potential
pollutants will be available when these activities are being conducted.
• Where practicable, non-structural controls will be used, such as phased construction, dust
control, good housekeeping practices, and spill prevention and response.
Employee Training
• Train applicable employees who perform new construction activities on this written
procedure. Information regarding how to avoid and report spills will be presented during
the training.
Periodically conduct refresher training on the SOP for applicable employees who perform
new construction activities.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
City of Centennial SOP: New Construction SOP, August 2007.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
Page 2 of 2
Street, Curb, and Gutter
For More Information
Name
Replacement and
Address
Construction
City, State
Phone
Description
e-mail
Procedures involving the replacement and
Possible Pollutants
construction of streets, curbs, and gutters have the
Fine-grained sediment
potential to impact stormwater quality. Materials
Organics
involved in these activities should be used efficiently
and disposed of properly.
Oil
Saw -cut slurry
Trash
Good Housekeeping
Dumpster/Waste Management
Employee/Contractor Training
Proper cleanup and disposal
procedures
Dry cleaning methods
Related Procedures
Spill Prevention and Response
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the
contract should specify that the contractor is
responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Procedures
General
Obtain all applicable federal, state, and local
permits for construction projects.
Street Sweeping
The Colorado Stormwater Construction
Street Sweeper Cleaning and
General permit applies to construction sites
Waste
disturbing one acre or more, or less than one
Street. Curb and Gutter
acre but part of a larger common plan of
Maintenance
development.
■ A larger common plan of development is
defined as a contiguous area where multiple
separate and distinct construction activities
may be taking place at different times on
different schedules under one plan.
■ A dewatering permit may be required if
construction activities require the removal
and discharge of groundwater offsite.
• A U.S. Army Corp of Engineers (USACE)
Section 404 Permit may be needed if the work
will be conducted in or impact waters of the
United States, including wetlands, washes,
drainages, ditches, creeks, streams, and rivers.
Page 1 of 3
• Applicable sediment and erosion controls may be installed, such as inlet protection,
silt fence, sediment traps, erosion control logs, check dams, and vehicle tracking
control. Sediment and erosion controls will be installed and maintained in
accordance with approved design criteria and/or industry standards.
• When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry,
sweep it up, and properly dispose of the sweepings or vacuum while saw cutting.
• Do not perform concrete or asphalt paving work during wet conditions whenever
possible.
• Monitor construction equipment for leaks and use drip pans as necessary.
• Leaking material containers should be properly discarded and replaced.
• Store materials in containers under cover when not in use and away from any storm
drain inlet.
• Wash out mixers, delivery trucks, or other equipment in the designated concrete
washout area only.
• Locate concrete washout, portable toilets, and material storage away from storm
drain inlets.
• Material stockpiles will not be stored in stormwater flow lines. Temporary
sediment control will be used during temporary, short-term placement while work
is actively occurring.
• Sweep or vacuum the roadway as needed, during construction and once
construction is complete.
• Best management practices will be periodically inspected and maintained as
necessary.
• Where practicable, non-structural controls will be used, such as phased construction,
dust control, good housekeeping practices, and spill prevention and response
procedures.
• Where practicable, non-structural controls will be used, such as phased
construction, dust control, good housekeeping practices, and spill prevention and
response.
Bridge Construction
• Do not transfer or load any materials directly over waterways.
• Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips
might be spilled into a waterway.
Concrete Work
• Minimize the drift of chemical cure on windy days by using the curing compound
sparingly and applying it close to the concrete surface.
• Ensure there is a concrete truck washout area available or require the contractor to
wash out at the batch plant.
Page 2 of 3
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Martin Marietta Materials, Inc.
as Principal, and Liberty Mutual Insurance Company , as Surety, are hereby held and firmly
bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ 5% of the Bid Amount
Five Percent of the Bid Amount
for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the Principal has submitted to the City
of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a
Construction Agreement for the construction of Fort Collins Project, 8320 Asphalt Overlay
Project.
NOW THEREFORE,
(a) If said Bid shall be rejected. or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the
form of Contract attached hereto (properly completed in accordance with said Bid) and
shall furnish a BOND for his faithful performance of said Contract, and for payment of all
persons performing labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said Bid, then this
obligation shall be void; otherwise the same shall remain in force and effect. it being
expressly understood and agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this obligation as herein
stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety
and its BOND shall be in no way impaired or affected by any extension of the time within which
the OWNER may accept such Bld; and said Surety does hereby waive notice of any such
extension.
Surety Companies executing bonds must be authorized to transact business in the State of
Colorado and be accepted by the OWNER.
• Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste.
Asphalt Work
Control the placement of road base or asphalt used in embankments or shoulder
backing; do not allow these materials to fall into any storm drain or watercourses.
Whenever possible, recycle asphalt. If recycling is not possible, dispose of as solid
waste.
Painting and Striping
If possible, schedule painting and striping projects during dry weather.
Use thermoplastic or epoxy markings in place of paint whenever feasible.
Use care to prevent splashing or spilling of any liquid material. Follow the mill
Prevention and Response procedure should a spill occur.
Employee Training
Train applicable employees who perform street, curb, and gutter construction on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform street, curb, and gutter construction.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date.
City of Centennial, Department of Public Works: Asphalt Program, No Date.
PACE, Stormwater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
Page 3 of 3
Street, Curb, and Gutter
For More Information
Name
Maintenance
Address
Description
City. State
Phone
Street, curb, and gutter activities include concrete and
e-mail
asphalt installation, maintenance, repair, and
replacement; bridge maintenance; and painting and
Possible Pollutants
striping. Procedures involving the maintenance of
Fine-grained sediment
streets, curbs, and gutters have the potential to impact
Organics
stormwater quality. Materials involved in these
Oil
activities should be used efficiently and disposed of
Saw -cut slurry
properly.
Trash
When services are contracted, this written procedure
Good Housekeeping
should be provided to the contractor so they have the
Dumpster/Waste Management
proper operational procedures. In addition, the
Employee/Contractor Training
contract should specify that the contractor is
Proper cleanup and disposal
responsible for abiding by all applicable municipal,
procedures
state, and federal codes, laws, and regulations.
Dry cleaning methods
Procedures
Related Procedures
General
Spill Prevention and Response
• Protect storm drain inlets and drains with curb
Street Sweeping
socks, rock berms, inlet protection, or drain
Street Sweeper Cleaning and
covers/mats prior to any maintenance activity.
Waste
• When saw cutting ensure that no slurry enters
the storm drain, let the slurry dry, sweep it up,
and properly dispose of the sweepings.
• Do not perform concrete or asphalt patch work
during wet conditions whenever possible.
• Leaking material containers should be properly
discarded and replaced.
• Store materials in containers under cover when
not in use and away from any storm drain inlet.
• Monitor equipment for leaks and use drip pans
as necessary.
• Sweep or vacuum the roadway once
maintenance activities are complete.
Page t of 3
Bridge Maintenance
• Do not transfer or load any materials directly over waterways.
Secure lids and caps on all containers when on bridges.
Suspend drop cloths or nets below any bridgework where wastes, scraps, or drips
might be spilled into a waterway.
Concrete Maintenance
Minimize the drift of chemical cure on windy days by using the curing compound
sparingly and applying it close to the concrete surface.
• Ensure there is a concrete truck washout area available or require the contractor to
wash out at the batch plant.
• Whenever possible, recycle concrete rubble; otherwise, dispose of it as solid waste.
Asphalt Maintenance
• Sweep to minimize sand and gravel from new asphalt from getting into storm
drains, streets, and creeks.
• Do not allow asphaltic concrete grindings, pieces, or chunks used in embankments
or shoulder backing to enter any storm drain or watercourses. Apply temporary
perimeter controls. Install silt fence until the structure is stabilized or permanent
controls are in place.
Whenever possible, recycle broken asphalt. If impossible, dispose of as solid waste.
Drainage inlet structures shall be covered with inlet protection during application of
seal coat, tack coat, slurry seal, and/or fog seal.
Painting and Striping
• If possible, schedule painting and striping projects during dry weather.
Use thermoplastic or epoxy markings in place of paint whenever feasible.
• The pre -heater for thermoplastic striping and the melting tanks used during
pavement marking must be filled carefully to prevent splashing or spilling of
materials. Leave 6 inches at the top of pre -heater and the melting tanks to allow
room for material to move and splash when vehicles are deadheaded.
Employee Training
• Train applicable employees who perform street, curb, and gutter maintenance on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform street, curb, and gutter maintenance.
Records
The following records could be used to document activities performed:
Page 2 of 3
• Records of employee training with sign -in sheet.
References
City of Centennial, Department of Public Works: Asphalt and Concrete Program, No Date.
City of Centennial, Department of Public Works: Asphalt Program, No Date.
PACE, Stormwater Best Management Practices: Street Maintenance, No Date.
Optional Additional Resources
Concrete truck washout BMP specifications.
Gravel road maintenance procedures.
For More Information
Spill Prevention and
Name
Response
Address
City, State
Description
Phone
Due to the type of work and the materials involved, many
e-mail
activities that occur either at a municipal facility or as part
Possible Pollutants
of municipal operations have the potential for accidental
spills. Some municipal facilities operate under Spill
Chemicals
Prevention Control and Countermeasures (SPCC) plans
Toxics
that include procedures for spill response. Proper spill
Oil
response planning and preparation enables employees and
Paint
contractors to effectively respond to problems and
Fuel
minimize the discharge of pollutants to the storm sewer
Good Housekeeping
system.
Waste Management
When services are contracted, this written procedure
Employee/Contractor Training
should be provided to the contractor so they have the
proper operational procedures. In addition, the contract
Proper cleanup and disposal
should specify that the contractor is responsible for
procedures
abiding by all applicable municipal, state, and federal
Related Procedures
codes, laws, and regulations.
Fertilizer, Pesticide, and
Herbicide Application
Procedures
Heavy Equipment and Vehicle
Spill Prevention
Maintenance
• Keep work areas neat and well organized.
Material Storage
Materials Management
• Maintain a Material Safe DSheet MSDS for
Safety Data ()
Outdoor vehicle Maintenance
each hazardous chemical. Follow the Outdoor
Material Storage procedures.
Vehicle Fueling
• Provide tight fitting lids for all containers.
• Keep containers clearly labeled. Labels should
provide name and type of substance, stock number,
expiration date, health hazards, handling
suggestions, and first aid information.
• Store containers, drums, and bags away from direct
traffic routes to prevent accidental spills.
• Inspect storage containers regularly for signs of
leaking or deterioration.
• Replace or repair leaking storage containers.
• Use care to avoid spills when transferring materials
from one container to another.
Page t of 4
• Use powered equipment or get assistance when moving materials to and from a
storage area. Use care to prevent puncturing containers with the equipment.
• Do not wash down or hose down any outdoor work areas or trash/waste container
storage areas except where wash water is captured and discharged into the sanitary
sewer (if approved).
• Conduct periodic inspections to ensure that materials and equipment are being
handled, disposed/recycled, and stored correctly.
• Provide adequate spill kits or lockers with sufficient equipment and supplies
necessary for each work area where the potential for spills or leaks exists.
• Inspect each spill kit or locker regularly and after each spill response. Replace any
spent supplies or repair any equipment that is worn or not suitable for service.
• Stock adequate personal protective equipment.
Spill Response
Safety
Consider safety at all times. Anticipate and avoid all likely hazards. Never approach, contact, or
sample an unknown substance. If a highly toxic or flammable substance is discovered, staff
should leave the immediate area and contact the appropriate identified response authority, such
as the fire department. If there is any question about a substance, contact the appropriate
identified response authority or other designated representative.
Procediires
• Stop the leading edge of the spill. Block or divert the spill to avoid discharge to the
storm sewer system and to minimize the area requiring cleanup.
• Determine the source of the spill and stop the spill at its source by closing a valve,
plugging a leak, or setting a container upright. Transfer material from a damaged
container.
• Identify the material and volume spilled. Contact the appropriate identified
response authority or other designated representative if you cannot identify the
material and its properties.
• Refer to the MSDS to determine appropriate personal protective equipment, such as
gloves and safety glasses and appropriate cleanup methods.
• Clean up spills immediately to prevent spreading of wastes by wind, rain, and
vehicle traffic and potential safety hazards.
• Use sand absorbents or socks, pillows, or pads to quickly capture spilled liquid and
properly dispose of all clean-up materials. Use dry clean-up methods only.
• Complete all necessary reports.
Paae 2 of 4
Spill Reporting
• A spill of any chemical, oil, petroleum product, or sewage that enters waters of the
state of Colorado (that include surface water, ground water, and dry gullies and
storm sewers leading to surface water) must be reported immediately to the
Colorado Department of Public Health and Environment.
• Release of a substance into a storm drain, or onto a parking lot or roadway as part of
a storm sewer leading to surface water, is reportable. However, if the material can
be contained and cleaned within the storm sewer system to the degree that a
subsequent flow in the storm sewer will not flush the substance to waters of the
State, it may not need to be reported.
• Contact the appropriate identified response authority within the municipality or
other designated representative and be prepared to provide details needed to report
the spill to the necessary agencies.
• Detailed spill reporting guidance can be found at
http:/ / i%-wvc.cdplle.state.co.us/op/ %ccicc/ Resources/Guidance/spillguidance.t)df
and littp: / / w, v" .cdpho.statL,..co.us/1-im/sl)illsandreleases.litn-i
Employee Training
• Train applicable employees who perform spill prevention and response on this
written procedure. Information regarding how to avoid and report spills will be
presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform spill prevention and response activities.
Records
The following records could be used to document activities performed:
• Records of any major spills and the action taken.
• Records of employee training with sign -in sheet.
References
City of Centennial, Department of Public Works: Good Housekeeping, No Date.
City of Centennial, Department of Public Works: Materials Management, No Date.
City of Centennial, Department of Public Works: Spill Prevention and Control, No Date.
City of Golden, Stormwater Quality Pollution Prevention Guide for Municipal Operations: Parks
Department Golf Course, January 2004.
City of Lafayette, Spill Clean Up, No Date.
Colorado Department of Public Health and Environment, Environmental Spill Reporting, January
2009.
Page 3 of 4
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
USEPA Menu of BMP: Spill Response and Prevention,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed July 5, 2009.
For More Information
Name
Address
City, State
Phone
e-mail
Possible Pollutants
Sediment
Nutrients
Metals
Hydrocarbons
Trash
Good Housekeeping
Waste Management
Employee/Contractor Training
Proper Cleanup and Disposal
Procedures
Related Procedures
Heavy Equipment and Vehicle
Maintenance
Parks and Open Space
Maintenance
Spill Prevention and Response
Street. Curb. and Gutter
Replacement and
Construction
Utilities and Storm Sewer
System Replacement and
Construction
Vehicle Fueling
Utility and Storm Sewer
System Maintenance
Description
This procedure addresses utility and storm sewer system
maintenance. Utilities include power, sanitary sewer,
water conveyance systems, and the storm sewer system.
Power includes electrical and gas utilities. Maintenance
of power may require excavation and reinstallation of
lines including open cut trenching or directional boring
in landscaped areas or street right of way. Electrical and
gas line maintenance ensures services are provided to
businesses and households without interruption.
The sanitary sewer system is cleaned as part of routine
maintenance and on an emergency basis. Without
proper maintenance, sanitary sewer back-ups and
overflows may occur and can result in potential property
damage and significant health concerns if not properly
managed.
Water conveyance systems are flushed and pressure
tested as part of routine maintenance. Potable water
systems must be properly maintained to ensure delivery
of water that meets State and Federal health standards.
Failures result in water main breaks that can cause
property damage including erosion.
The storm sewer system is cleaned as part of routine
maintenance and on an emergency basis in the event of
flooding. Maintenance will remove pollutants and
ensure the system functions properly to avoid flooding.
Flooding, ponding, and uncontrolled sheet flow can
result in property damage and increased soil erosion.
When services are contracted, this written procedure
should be provided to the contractor so they have the
proper operational procedures. In addition, the contract
should specify that the contractor is responsible for
abiding by all applicable municipal, state, and federal
codes, laws, and regulations.
Page 1 of 4
Procedures
General
• Conduct routine inspection and maintenance on utility and storm sewer systems.
• Where feasible, schedule maintenance activities during dry weather.
• Monitor the jet/vacuum truck closely for leaks and use a drip pan as needed.
• Wash and fuel the jet/vacuum truck per the Heavy Equipment/ Vehicle
Maintenance procedure.
• Properly dispose of vac truck contents.
• Stay alert for any signs of illicit discharges. This includes "dry weather" flows or
pipes or hoses emptying directly into waterways or the storm sewer system.
• Report any suspicious discharges or dumping to your supervisor.
Electrical and Gas Utility Maintenance
• To prevent sediment, mud and particles generated by power utility maintenance
from entering the stormwater system implement inlet protection, perimeter
control, street sweeping, vehicle tracking control, stockpile management and
material management BMPs.
Restore landscaped or hardscaped areas promptly.
Potable Water Line Flushing
Remove any debris from the gutter that could wash away with the water. If
possible, sweep the flow line before flushing the line.
• Direct the water so that it is not flowing over exposed soil areas in order to minimize
erosion.
Water Line Breaks
• Contain spoils by building berms or installing rock socks around the area of
disturbance.
• Dewater the excavation by using a vac truck.
• Discharge high chlorine water to the sanitary sewer via the nearest manhole, to a
water truck, through a dechlorinating diffuser, or other method of dechlorination.
• Remove sediment from the street, curb, gutter and storm inlets as needed
immediately following the repair.
• Where needed, install a temporary patch or repave as soon as practicable following
the repair.
If necessary, revegetate areas as soon as practicable following the repair.
Sanitary Sewer Backup
• Clear line stoppage to prevent backup into house basements and manhole overflows.
Page 2 of 4
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals
this day of June 1 , 2016, and such of them as are corporations have caused
their corporate seals to be hereto affixed and these presents to be signed by their proper
officers, the day and year first set forth above.
PRINCIPAL
Name: Martin Marietta Materials, Inc.
Raleioh, NC 27607
BY
Title: Byron Creech, V. P. & Treasurer
ATTEST:
(SEAL)
Kristy W. Kretrschmar
SURETY
Liberty Mutual Insurance Company
450 Plymouth Road Suite400
Plymouth Meeting, PAA19462
Title. Rebeca L. Gomez Porras, Attomey-In-Fad
(SEAL)
Contain overflows by using emergency generator, pump and/or a vac truck to
intercept flows. It may be necessary to construct additional containment.
Clean up spills by washing and vacuuming the affected areas. Lime may need to be
applied for disinfection of affected areas. Lime must be removed once disinfection is
complete.
Storm Sewer System Pipes, Catch Basins, Inlet and Outlet Structures, and Culverts
• Clean storm sewer system by manual cleaning or jetting the pipes using a
jet/vacuum truck to remove the material.
Do not temporarily store collected storm system cleaning debris adjacent to any
surface water, storm drain inlet, or drainageway.
Storm sewer system maintenance wastes may be either non -hazardous or hazardous.
Solid non -hazardous waste may be disposed in a sanitary landfill or recycled.
Liquid non -hazardous waste must be evaporated before disposing of it into the
landfill or discharged to the sanitary sewer system with the approval of the local
wastewater treatment plant. Hazardous waste, as defined under Colorado
Hazardous Waste Regulations (6 CCR 1007-3), must be transported and disposed of
at a permitted disposal or treatment facility.
• Replace or maintain "no dumping' stencils or plaques as necessary.
• Remove trash from trash racks and grated openings.
Detention and Retention Ponds
• Inspect the outlet works and remove trash or vegetation from the trash racks and
grates.
• Inspect side slopes of the pond for erosion and reestablish vegetation as needed.
• Remove and service fountains and aerator motors as recommended.
• Report any suspected water quality problems such as a change in growth or
appearance of vegetation.
• Report excessive sediment accumulation, standing water beyond the designed drain
down time or damage requiring additional maintenance.
Drainageways
Drainageways include drainage channels, ditches, grass swales, and washes.
Inspect drainageways for erosion and repair if necessary.
Remove and properly dispose of trash and debris from the drainageways. Remove
sediment which could impede flow in drainageways.
• Leave an unmown buffer when mowing adjacent to drainageways to filter
pollutants. Do not leave grass clippings in or next to the drainageway. Do not apply
landscape chemicals in the buffer area.
Page 3 of 4
Employee Training
Train applicable employees who perform utility and storm sewer system activities on
this written procedure. Information regarding how to avoid and report spills will be
presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform utility and storm sewer system activities.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Detention Pond Maintenance SOP, August 2007.
City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007.
City of Centennial SOP: Drainageway Maintenance SOP, August 2007.
City of Golden Stormwater Drainage Maintenance Plan, February 2008.
City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008.
City of Greeley, Department of Public Works: Ditch Program, No Date.
City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009.
City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009.
City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009.
City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
Partners for a Clean Environment, Storm Drain Maintenance, No date.
Optional Additional Resources
Municipal codes and ordinances that relate to utility or storm sewer system maintenance.
Inspection and maintenance frequency plan for the storm sewer system.
Specific instructions on how to operate applicable equipment.
Instructions on how to track the amount of debris collected.
Treated Water Discharge Plans for potable water maintenance.
Page 4 of 4
For More Information
Utility and Storm Sewer
Name
System Replacement and
Address
Construction
City. State
Phone
e-mail
Description
This procedure covers utility and storm sewer system
Possible Pollutants
replacement and construction. Utilities include power,
Sediment
storm sewer, sanitary sewer, water conveyance systems.
Chemicals
When services are contracted, this written procedure
Organics
should be provided to the contractor so they have the
Trash
proper operational procedures. In addition, the contract
Good Housekeeping
should specify that the contractor is responsible for
Waste Management
abiding by all applicable municipal, state, and federal
codes, laws, and regulations.
Employee/Contractor Training
Proper Cleanup and Disposal
Procedures
Procedures
General
Related Procedures
Obtain all applicable federal, state, and local
Heavy Equipment and Vehicle
permits for construction projects.
Maintenance
Parks and Open Space
The Colorado Stormwater Construction
Maintenance
General permit applies to construction sites
Spill Prevention and Response
disturbing one acre or more, or less than one
acre but part of a larger common plan of
Street, Curb. and Gutter
development.
Replacement and
Construction
A larger common plan of development is
Utilities and Storm Sewer
defined as a contiguous area where multiple
System Replacement and
Construction
separate and distinct construction activities
may be taking place at different times on
Vehicle Fueling
different schedules under one plan.
■ A dewatering permit may be required if
construction activities require the removal
and discharge of groundwater offsite.
■ A U.S. Army Corp of Engineers (USAGE)
Section 404 Permit may be needed if the work
will be conducted in or impact waters of the
United States, including wetlands, washes,
drainages, ditches, creeks, streams, and rivers.
Page 1 of 3
• Applicable sediment and erosion controls may be installed, such as inlet protection,
silt fence, sediment traps, sediment control logs, check dams and vehicle tracking
control. Sediment and erosion controls will be installed and maintained in
accordance with approved design criteria and / or industry standards.
• When saw cutting, ensure that no slurry enters the storm drain. Let the slurry dry,
sweep it up, and properly dispose of the sweepings or vacuum while saw cutting.
• Where feasible, grading activities will be scheduled during dry weather.
• Do not perform concrete or asphalt paving work during wet conditions whenever
possible.
• Monitor construction equipment for leaks and use drip pans as necessary.
• Leaking material containers should be properly discarded and replaced.
• Store materials in containers under cover when not in use and away from any storm
drain inlet
• Wash out mixers, delivery trucks, or other equipment in the designated concrete
washout area only.
• Locate concrete washout, portable toilets, and material storage away from storm
drain inlets.
• Material stockpiles will not be stored in stormwater flow lines. Temporary
sediment control will be used during temporary, short-term placement while work
is actively occurring.
• Sweep or vacuum the roadway as needed, during construction and once
construction is complete.
• Best management practices will be periodically inspected and maintained as
necessary.
• Where practicable, non-structural controls will be used, such as phased construction,
dust control, good housekeeping practices, and spill prevention and response
procedures.
Emergency Repair and Replacement
Emergency Discharges are defined as situations in which it is not possible to implement all of
the available BMPs due to the uncontrolled nature of the discharge. The primary focus during
these events is to identify and mitigate the cause as soon as possible. Clean up of resulting
sediment or other pollutants will be performed as soon as practicable following the emergency.
Refer to the Spill Prevention and Response procedure for reporting requirements.
Page 2 of 3
Employee Training
• Train applicable employees who perform utility replacement and construction
activities on this written procedure. Information regarding how to avoid and report
spills will be presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who
perform utility replacement and construction activities.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Detention Pond Maintenance SOP, August 2007.
City of Centennial SOP: Inlet, Pipe, and Vault Cleaning and Disposal SOP, August 2007.
City of Centennial SOP: Drainageway Maintenance SOP, August 2007.
City of Golden Stormwater Drainage Maintenance Plan, February 2008.
City of Greeley, Department of Public Works: Storm Water Drainage Program, January 2008.
City of Greeley, Department of Public Works: Ditch Program, No Date.
City of Lafayette Standard Operating Procedure: Ditch Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Cleaning Storm Drain System, March 2009.
City of Lafayette Standard Operating Procedure: Manhole Cleaning, March 2009.
City of Lafayette Standard Operating Procedure: Potable Line Flushing, March 2009.
City of Lafayette Standard Operating Procedure: Sanitary sewer Backup, March 2009.
City of Lafayette Standard Operating Procedure: Waterline Breaks, March 2009.
Mesa County, Municipal Operations and Maintenance Program, July 2005.
Partners for a Clean Environment, Storm Drain Maintenance, No date.
Page 3 of 3
City of Fort Collins
Regulatory and Government Affairs Division
City of
Fort Coltins
Verification
Originator
Revised
Approved
Issued
Initials
Date
LR
Oct.09
ss
10/19109
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
Persons who will
City staff who perform power washing, and their supervisor/manager.
use this ESOP:
A variety of City departments perform power washing. The employee
Area of
who power washes, and his/her supervisor/manager, will use the
application:
information in this SOP to guide their power washing, and supply
purchasing, activities.
Document
I:\RGA Division\SOPs\ESOPs
location:
Revisions
Rev. Date
Description
No.
001
002
Procedure Index
1.0 Purpose
2.0 Scope
3.0 Process
4.0 Training Requirements
5.0 References/Related Documents
6.0 Records
Revision date: Page 1 of 3
10/19/2009
City of Fort Collins
Regulatory and Government Affairs Division
11 FCItyof
�tColtins
_�_
Verification
Originator
Revised
Approved
Issued
Initials
Date
LR
Oct.09
ss
10/19/09
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
1.0 Purpose
1.1 The purpose of this ESOP is to describe the appropriate methods of handling
power washing wastewater.
2.0 Scope
2.1 The scope of this ESOP is limited to the description of the allowable methods of
the disposal of power washing wastewater and the protection of the storm drainage
system, the scope does not include specifics on how to power wash.
3.0 Process
3.1 Power washing wastewater must be prevented from running uncontrolled in the
City's storm water system. The system includes streets, inlets, gutters, ponds,
creeks, ditches, and the Poudre River. During the power washing activity, ensure
the wastewater is controlled by the utilization of the natural slope of the land, or
barriers such as inlet covers. Use of barriers on an impermeable surface also
requires that the wastewater be vacuumed, collected, and disposed of properly.
3.2 General pollution prevention procedures:
A. Use dry methods for surface pre -cleaning, such as using absorbent on
small oil spots and sweeping up trash, debris, dirt, and used absorbent
before power washing.
B. Minimize the amount of water used during power washing activities.
C. Avoid using cleaning products that contain hazardous substances (e.g.,
hydrofluoric acid, muriatic acid, sodium hydroxide, bleach) that can turn
wastewater into hazardous waste.
3.3 Prior to power washing, decide on one of the following methods of disposal:
D. Landscape --power washing wastewater may be discharged to
landscaped areas if the materials used and the material removed are
not harmful to vegetation, there is no ponding, and there is no
uncontrolled runoff to the stormwater system.
E. Wastewater treatment system-- As long as the collected wastewater
does not have an oil sheen, has a pH between 5 and 11, and does not
contain any hazardous or toxic substances, the wastewater may be
disposed of into the City's wastewater treatment system.
x If you add anything to the wash water (ie—a cleaning agent) or if you
have questions about the content of your power washing wastewater,
Revision date:
10/19/2009 Page 2 of 3
City of Fort Collins
Regulatory and Government Affairs Division
Verification
Originator
Revised
Approved
Issued
Initials
Date
LR
Oct.09
ss
10/19/09
Environmental Standard Operating Procedure (ESOP)
ESOP —Power Washing (Pressure Washing) wastewater
please contact the industrial pretreatment office at 221-6938.
Disposal into the City's wastewater treatment system may be done
either by discharging directly to an inside drain, or by pump truck at
the Drake wastewater treatment facility. Disposing by pump truck
requires a waste hauler's permit, and a 5 cent/gallon fee will be
charged. For fee information, or to obtain a permit, contact
the industrial pretreatment office at 221-6938.
F. Truck the waste to a different waste disposal facility.
3.4 Once wastewater has been collected, visible solids remaining in the collection area
must be swept up to prevent future discharges to the storm drain.
3.5 A sewer manhole cover may not be removed for disposal to the wastewater
system.
3.6 If you are working in an area that is serviced by a neighboring wastewater district,
such as South Fort Collins Sanitation or Boxelder, it is necessary to contact that
district's industrial pretreatment coordinator before discharging to their system.
4.0 Training Requirements
4.1 The training requirement associated with this procedure is knowledge of the proper
management of power washing wastewater.
5.0 References / Related Documents
5.1 ,ttp://www.cdphe.state.co.us/wq/PermitsUnit/PolicyandGuidance/powerwash.pdf
5.2 \RGA division\Illicit Discharge Program\Complaint Calls\pressure washinq\City
power washing quidance.pdf
6.0 Records
6.1 The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
• List of power washing activities and departments responsible for conducting
power washing.
Revision date:
10/19/2009 Page 3 of 3
For More Information
Vehicle Fueling
Name
Description
Address
Spills of gasoline and diesel fuel on the ground or on vehicles
City. State
during fueling can wash into a storm drain and cause water
Phone
pollution.
e-mail
When services are contracted, this written procedure should be
Possible Pollutants
provided to the contractor so they have the proper operational
Metals
procedures. In addition, the contract should specify that the
Hydrocarbons
contractor is responsible for abiding by all applicable municipal,
Toxins
state and federal codes, laws, and regulations.
Good Housekeeping
procedures
Drip pans
General
Secondary containment
. Fuel vehicles at approved locations (municipal fueling
Automatic shutoff nozzles
station or offsite fueling station).
Signs
. Provide spill kits near the municipal fueling location.
Spill response plans
Spill cleanup materials
■ If fuel is stored in an above -ground tank, store fuel in
enclosed, covered tanks with secondary containment
Dry cleanup methods
(e.g., concrete barrier or double -walled tanks).
Employee training
Related Procedures
All fuel tanks will be inspected per State and Federal
regulations.
Heavy EquipmenVVehicle
Maintenance
■ Periodically inspect municipal fueling locations for the
Outdoor Fleet Maintenance
following:
Spill Prevention and Response
For above -ground tanks, inspect tank foundations,
connections, coatings, tank walls, and piping
systems. Look for corrosion, leaks, cracks,
scratches, and other physical damage that may
weaken the tank.
■ Check for spills and fuel tank overfills due to
operator error.
Clean up any leaks or drips. Clean up is not completed
until the absorbent is swept up and disposed of
properly.
Report leaking vehicles to fleet maintenance.
Page 1 of 3
Vehicle Fueling
• Follow all posted warnings.
• Ensure that the nozzle is properly inserted in the filler neck of the vehicle before
dispensing any fuel.
• Remain by the fill nozzle while fueling to ensure the nozzle stays in place.
• Do not top off the tank of the vehicle once the nozzle has shut off the fuel.
• Follow the procedures outlined in the Spill Prevention and Response Procedure to
respond to any leaks or spills.
• Clean fuel dispensing areas with absorbent material.
• Never use water to clean up a spill.
Mobile Fuel Truck
Provide inlet protection (e.g., berms, weighted inlet covers) for nearby storm drain
inlets when transferring fuel and fueling a vehicle.
Use secondary containment when transferring fuel from the tank truck to the fuel tank.
All gas cans must be placed in the secondary containment box/pan and remain on the
ground when fueling.
• Use a funnel to transfer fuel to vehicles and equipment. After the transfer is complete,
the funnel should be dried with a rag or placed in a container to avoid dripping fuel on
the ground.
Employee Training
• Train applicable employees who fuel vehicles on this written procedure. Information
regarding how to avoid and report spills will be presented during the training.
• Periodically conduct refresher training on the SOP for applicable employees who fuel
vehicles.
Records
The following records could be used to document activities performed:
• Records of employee training with sign -in sheet.
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version
1.0, September 2008.
City of Centennial SOP: Vehicle Fueling, August 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Fueling, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
USEPA Menu of BMPs: Municipal Vehicle Fueling,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed June 18, 2009.
Page 2 of 3
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attomey limb the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated.
j Certificate No 71373M
M
0
C
A
7
m
7
m
7
O
r
re
Y
Y!
m
C
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casual,y Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company
is a corporation duly organized under the laws of the State of Indiana (herein collectively called the'Companiesl, pursuant to and by authority herein set forth, does hereby name, constitule
and appoint, Byron Creech; Kristy W. Kretzschmar; Rebeca L. Gomez Porras; Todd Crump
alt of the city of FafejZ state of NC each individually if there be more than one named, its true and lawful attomey-in•facl to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its ad and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies In their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and Ite corporate seals of the Companies have been affixed
thereto this 121h day of October 2015
PtiD CA,r` J'`SY INS(r� Jet, tNSUgth Lx1N5Uq�
'i 906 a OJ 1919 p > 1912 i ,�. 199h i
i s =y ! �W as �, a^
+�r1 .u,^ 'tea Y �y✓Ra,i9 oi�4 x)' 'S' 'Sd.M
STATE OF PENNSYLVANIA as
COUNTY OF MONTGOMERY
American Fire and Casualty Company 1
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
m
West scan Insurance Company
N
�
a
By:
David M. Carey, Assista t Secretary
>
C
On this 12th day of October . 2015 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do,
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed In name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
51, PAST COMMONWEALTH OF PENN9YLVANIA 'N��
pF'�,Ww.V a Nomna15eal
ti y v Toren Peal Notary Public By;
or Plym lit Twp., Montgomery County Teresa Pastesa, Notary Public
yq My Commieeton Expires Maim 28, 2017
Memoir, PenneNvanu Azw tlon of Nota"s
This Power ofAhomey is made and executed pursuant to a by authority of the following By-laws andAuthonzations of American Fire and Casualty Company, The Ohio Casualty Insurance
Company. Uberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV -OFFICERS - Section 12. Power of Attorney Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject
to such limitation as the Chairman or the President may prescribe, shall appoint such atomeys-in-fac, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations.. Such attorneys -in -fact, subject to the lirrotations set forth in thew respective
powers of attorney, shall have I power to bind the Corporabon by their signature and execution of any such instruments and to attach thereto the seal at the Corporation. When so
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary Any power or authority granted to any representative or attameyin-fact under
the provisions of this artide may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIU - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings Any officer of the Company authorized for that purpose in writing by the chairman or the president,
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-irrdad, as may be necessary to act in behalf of the Company to make, execute,
seal. acknowledge and deliver as surely any and all undertakings, bonds, recognizances and other surety obligations. Such anomeys4-facl subject to the limitations set forth in their
respective powers of attorney, shalt have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
executed such instruments shall be as binding as if signed by the president and attested by the secretary.
Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appont such attomeysin.
fact as may be necessary to ad on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surely
obligations
Authorization - By unanimous consent cf the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as Dough manually affixed.
I, Gregory W. Davenport, the undersigned. Assistant Secretary, of American Fire and Casualty Company, The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, We and correct copy of the Power of Attorney executed by said
Companies, is in fun tome and effect and has not been revoked. �,,� f
IN TESTIMONY WHEREOF. I have hereunto set my hand and affured the seals of said Companies this �=day of -44 10
jY INSU INSUq WSUq 0
201 f7
U
1919 ni 1912By: A ,�'sue r a:Gregory W. Davenport, Assistant Secretary
djy N.,r��'�°•iJ 4�4vY !r
— O
V�
dw
CC
Q C'1
O�
°E
as
90
so
OfilC
.� op
€ N
co
o O
V �
F0
198 of 30D
Optional Additional Resources
Municipal codes and ordinances that relate to vehicle fueling.
Locations of approved offsite fueling stations.
Locations of nearby spill kits.
Spill Prevention Control and Countermeasures Plan.
Page 3 of 3
7W
Outdoor Fleet Maintenance
For More Information
Name
Description
Address
Although it is recommended that fleet maintenance
City. State
activities be conducted indoors or under cover, it is
Phone
sometimes necessary to perform fleet maintenance
e-mail
outdoors (e.g., equipment is too large to fit inside the
Possible Pollutants
maintenance building, temporary repairs need to be made
before the equipment can be moved to the maintenance
Metals
building, breakdowns, service calls).
Toxins
Solvents (degreasers: paint
Some potential pollutants typically associated with outdoor
thinners: etc)
fleet maintenance activities include oil, antifreeze, brake
Antifreeze
fluid and cleaner, solvents, batteries, and fuels. Consult the
Spill Prevention and Response procedure and the Vehicle
Brake fluid and brake pad dust
Fueling procedure for additional information on those
Battery acid
topics.
Motor oil
When services are contracted, this written procedure
Fuel (gasoline, diesel, kerosene)
should be provided to the contractor so they have the
Lubricating grease
proper operational procedures. In addition, the contract
Good Housekeeping
should specify that the contractor is responsible for abiding
Drip pans
by all applicable municipal, state, and federal codes, laws,
and regulations.
Tarps
Covered outdoor storage areas
Procedures
Secondary containment
Fleet Maintenance
Proper disposal of used fluids
• Fleet maintenance should be performed inside
Spill cleanup materials
whenever possible.
Dry cleanup methods
• If indoor maintenance is not possible, ensure
Employee training
maintenance is performed in a location where
Related Procedures
contact with stormwater is minimized, through
Heavy Equipment and Vehicle
berming and appropriate routing of drainage.
Maintenance
• Provide inlet protection (berms, weighted inlet
Material Storage
covers, etc.) for all adjacent inlets when work is
Spill Prevention and Response
occurring in close proximity to a storm drain
Vehicle Fueling
inlet.
• Have absorbent pads and drip pans accessible to
capture leaks and spills during maintenance
activities.
• Keep equipment clean and do not allow
excessive build-up of oil and grease.
Page t of 4
Perform regular preventative maintenance to
minimize the occurrence of leaks and major
repairs.
Recycle and/or dispose of all wastes
properly and promptly.
Do not dump any liquids or other materials outside, especially near or in storm
drains or ditches. Sweep and pick up trash and debris as needed.
Clean up spills promptly using dry methods (do not hose down). Consult the Spill
Prevention and Response procedure for more information. Cleanup is completed
only after absorbent and rags are disposed of properly.
Body Repair and Painting
• Whenever possible, conduct all body repair and painting work indoors.
Use dry cleanup methods such as vacuuming or sweeping to clean up all metal
filings, dust, and paint chips from grinding, shaving, and sanding. Dispose of the
waste properly. Debris from wet sanding can be allowed to dry overnight, then swept
and vacuumed. Liquid from wet sanding should not be allowed to enter the storm
drain. Never discharge these wastes to the storm or sanitary sewer systems.
• Minimize waste from paints and thinners by carefully calculating paint needs based
on surface area and using the proper sprayer cup size.
Clean spray guns in a self-contained cleaner. Do not dispose of cleaner waste in the
storm drain.
Use sanding tools equipped with vacuum capability (if available) to pick up debris
and dust.
Material Management
• Store maintenance materials and waste containers (e.g., used oil and antifreeze) in
labeled containers under cover or in secondary containment (e.g., double -walled
tanks). Chemicals should not be combined in containers.
• All hazardous wastes must be labeled and stored according to hazardous waste
regulations.
• Carefully transfer fluids from collection devices to designated storage areas as soon
as possible. Do not store the transferred fluids adjacent to the containers.
• Store new batteries securely to avoid breakage and acid spills.
• Store used batteries indoors or in secondary containment to contain potential leaks.
Recycle used batteries.
• Conduct periodic inspections of storage areas to detect possible leaks.
Page 2 of 4
Do not wash or hose down the storage area except in areas where the wash water will
only enter the sanitary sewer drain as an approved discharge. Use dry clean-up
methods as often as possible.
Keep lids on waste barrels and containers, and store them indoors or under cover to
reduce exposure to rain.
Periodically inspect and maintain all pretreatment equipment, including sumps,
separators, and grease traps to ensure proper functioning.
Parts Cleaning
• Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts
outdoors. If parts cleaning equipment is not available, use drip pans or other
containment to capture parts cleaning fluids.
• Use steam cleaning or pressure washing of parts whenever possible instead of solvent
cleaning.
• When steam cleaning or pressure washing is used, only discharge wastewater to an
oil/water separator connected to the sanitary sewer.
When using solvents, rinse and drain parts over the designated solvent tank so that
fluids will not drip or spill onto the floor. Use drip boards or pans to catch excess
solutions and divert them back to the tank. Allow parts to dry over the hot tank.
Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning
waste to the storm or sanitary sewer systems.
Vehicle and Equipment Washing
Vehicles should be washed, whenever possible, in the municipality's vehicle and
equipment wash area/bay or taken to a commercial car wash.
Employee Training
• Train applicable employees on this written procedure. Information regarding how to avoid
and report spills will be presented during the training.
Periodically conduct refresher training on the SOP for applicable employees who
perform outdoor vehicle maintenance.
Records
The following records could be used to document activities performed:
• Record of any major spills and the action taken.
• Records of employee training with sign -in sheet.
• Heavy equipment and vehicle maintenance logs.
Page 3 of 4
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices:
Version 1.0, September 2008.
City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007.
City of Centennial SOP: Vehicle Maintenance SOP, August 2007.
City of Centennial SOP: Vehicle Washing SOP, August 2007.
City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March
2009.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Washing,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
Optional Additional Resources
Municipal codes and ordinances that relate to fleet maintenance.
Chemical purchasing policies.
Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance.
Specific directions on how to use the municipality's vehicle wash area.
Spill Prevention Control and Countermeasures Plan.
Page 4 of 4
For More Information
Name
Address
City, State
Phone
e-mail
Possible Pollutants
Metals
Toxins
Solvents (degreasers: paint
thinners: etc.)
Antifreeze
Brake fluid and brake pad dust
Battery acid
Motor oil
Fuel (gasoline, diesel, kerosene)
Lubricating grease
Good Housekeeping
Drip pans
Tarps
Covered outdoor storage areas
Secondary containment
Proper disposal of used fluids
Heavy Equipment and Vehicle
Maintenance
Description
Regular maintenance of municipal vehicles and equipment, or
municipality -contracted vehicles and equipment prolongs the life
of the municipality's assets and prevents the leaking of hazardous
fluids commonly associated with normal wear and tear of vehicles
and equipment.
Potential pollutants generated at vehicle maintenance facilities
include oil, antifreeze, brake fluid and cleaner, solvents, batteries
and fuels.
When services are contracted, this written procedure should be
provided to the contractor so they have the proper operational
procedures. In addition, the contract should specify that the
contractor is responsible for abiding by all applicable municipal,
state, and federal codes, laws, and regulations.
Procedures
Maintenance activities should be performed inside a maintenance
building unless the equipment is too large to fit inside or
temporary repairs need to be made before the equipment can be
moved to the maintenance building. Consult the Outdoor Fleet
Maintenance procedure when it is necessary to perform repairs
outside of the facility (breakdowns, service calls, etc.).
Spill cleanup materials
Vehicle Storage
Dry cleanup methods
. Monitor vehicles and equipment closely for leaks and
Employee training
use drip pans as needed until repairs can be
Related Procedures
performed.
Material Storage
• When drip pans are used, check frequently to avoid
overtopping and properly dispose of fluids.
Outdoor Fleet Maintenance
Spill Prevention and Response
• Drain fluids from leaking or wrecked vehicles and
Street Sweeper Cleaning and
from motor parts as soon as possible. Dispose of fluids
Waste
properly.
Vehicle Fueling
Vehicle Washing
Page 1 of 4
Vehicle Maintenance
• Conduct routine inspections of heavy equipment and vehicles to proactively identify
potential maintenance needs.
• Perform routine preventive maintenance to ensure heavy equipment and vehicles are
operating optimally.
• Recycle or dispose of all wastes properly and promptly.
• Do not dump any liquids or other materials outside, especially near or in storm drains or
ditches. Sweep and pick up trash and debris as needed.
Body Repair and Painting
• Whenever possible, conduct all body repair and painting work indoors.
• Use dry cleanup methods such as vacuuming or sweeping to clean up all metal filings,
dust, and paint chips from grinding, shaving, and sanding, and dispose of the waste
properly. Debris from wet sanding can be allowed to dry overnight on the shop floor,
then swept or vacuumed. Never discharge these wastes to the storm or sanitary sewer
system.
• Minimize waste from paints and thinners by carefully calculating paint needs based on
surface area and using the proper sprayer cup size.
• Do not use water to control over -spray or dust in the paint booth unless this wastewater
is collected. This water should be treated and permission granted by the wastewater
treatment plant prior to discharge into the sanitary sewer system.
• Do not dispose of spray gun cleaner waste in the storm drain.
• Use sanding tools equipped with vacuum capability (if available) to pick up debris and
dust.
Material Management
• Store maintenance materials and waste containers (e.g., used oil and antifreeze) in
labeled containers under cover or in secondary containment (e.g., double -walled tanks).
Chemicals should not be combined in containers.
• All hazardous wastes must be labeled and stored according to hazardous waste
regulations.
• Carefully transfer fluids from collection devices to designated storage areas as soon as
possible. Do not store the transferred fluids adjacent to the containers (for example, oil
drip pans with used oil in them should not be placed next to the used oil tank).
• Store new batteries securely to avoid breakage and acid spills.
• Store used batteries indoors or in secondary containment to contain potential leaks.
Recycle used batteries.
• Conduct periodic inspections of storage areas to detect possible leaks.
Page 2 of 4
Do not wash or hose down storage areas except where wash water will enter the sanitary
sewer as an approved discharge. Use dry clean-up methods whenever possible.
Keep lids on waste barrels and containers, and store them indoors or under cover to
reduce exposure to rain.
Periodically inspect and maintain all pretreatment equipment, including sumps,
separators, and grease traps to ensure proper functioning.
Parts Cleaning
Use designated areas for engine, parts, or radiator cleaning. Do not wash or rinse parts
outdoors. If parts cleaning equipment is not available, use drip pans or other
containment to capture parts cleaning fluids.
Use steam cleaning or pressure washing of parts whenever possible instead of solvent
cleaning.
When steam cleaning or pressure washing, only discharge wastewater to an oil/water
separator connected to the sanitary sewer.
When using solvents to clean parts, rinse and drain parts over the designated solvent
tank so that fluids will not drip or spill onto the floor. Use drip boards or pans to catch
excess solutions and divert them back to the tank. Allow parts to dry over the hot tank.
Recycle cleaning solution when it becomes too dirty to use. Never discharge cleaning
waste to the sanitary sewer or storm sewer.
Vehicle and Equipment Washing
Vehicles should be washed in the municipality's vehicle and equipment wash
area/bay or taken to a commercial car wash.
Employee Training
• Train applicable employees who perform heavy equipment and vehicle maintenance on this
written procedure. Information regarding how to avoid and report spills will be presented
during the training.
• Periodically conduct refresher training on the SOP for applicable employees who perform
heavy equipment and vehicle maintenance.
Records
The following records could be used to document activities performed:
• Record of any major spills and the action taken.
• Records of employee training with sign -in sheet.
• Heavy equipment and vehicle maintenance logs
Page 3 of 4
References
Center for Watershed Protection, Municipal Pollution Prevention/Good Housekeeping Practices: Version
1.0, September 2008.
City of Centennial SOP: Vehicle and Equipment Storage SOP, August 2007.
City of Centennial SOP. Vehicle Maintenance SOP, August 2007.
City of Centennial SOP: Vehicle Washing SOP, August 2007.
City of Golden. Fleet Maintenance Standard Operating Procedure, July 29, 2007.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Maintenance Repair, March 2009.
City of Lafayette Standard Operating Procedure: Vehicle and Equipment Washing, March 2009.
Mesa County, Municipal Operation and Maintenance Program, July 4, 2005.
Partners for a Clean Environment. Stormwater Protection: Vehicle Repair. Spring 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Maintenance,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
USEPA Menu of BMP: Municipal Vehicle and Equipment Washing,
cfpub.epa.gov/npdes/stormwater/menuofbmps/, accessed May 27, 2009.
Optional Additional Resources
Municipal codes and ordinances that relate to vehicle and equipment maintenance.
Chemical purchasing policies.
Loading and unloading bulk materials.
Guidelines for staff to dedicate a percentage of their time to vehicle and equipment maintenance.
Specific directions on how to use the municipality's vehicle wash area.
Spill Prevention Control and Countermeasures Plan.
Page 4 of 4
EXHIBIT 1 - QUESTIONS & ANSWERS
1. Based on the verbiage in the contract for the City overlay project bidding on June 3rd asphalt
material coming out of the asphalt plant on North Taft Hill Road is not allowed to enter the
city from North Taft Hill Road.
Correct. Asphalt material utilized by the City cannot be hauled on North Taft Hill
Road. Asphalt material must be hauled to the north on Taft Hill Road to County
Road 54G.
2. 1 would like know all the restricted haul routes into the city of Fort Collins from Martin
Marietta plant, Connell plant and Kehn plant.
Currently, the only restricted haul route is on North Taft Hill Road. However, in
accordance with Section 01560, paragraph 1.6 the City reserves the right to set
haul routes.
3. What is the criteria used to determine accessible haul routes?
Different factors are considered when establishing restricted haul routes,
however, the primary consideration as stated in Section 01560, paragraph 1.6 is
"...in order to protect pavements, both new and old, from heavy loads. These
pavements may include, but are not limited to, recently constructed pavements,
recently overlaid pavements, and/or pavements whose condition would be
significantly damaged by heavy loads."
The North Taft Hill Road route restriction has been established to address
concerns raised by residents in close proximity to the Martin Marietta plant and is
consistent with the terms of a collaborative agreement between the City and
Martin Marietta.
4. What are the accessible haul routes from the asphalt plants in NW Fort Collins and SE Fort
Collins?
At this time, there are no other haul route restrictions.
5. Can a contractor use North Taft Hill Road to haul asphalt mix from another asphalt plant into
the City for a city project?
No. The haul route restriction for North Taft Hill Road is applicable to all City
contractors hauling asphalt mix.
Addendum 3 Page 2 of 2
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. This
statement must be notarized. If necessary, questions may be answered on separate attached
sheets. The Bidder may submit any additional information he desires.
1. Name of Bidder: Martin Marietta Materials, Inc.
2. Permanent main office address: 1800 N. Taft Hill Rd, Ft Collins, CO 80521
3. When organized: December 2011
4. If a corporation, where incorporated: North Carolina
5. How many years have you been engaged in the contracting business under your present
firm or trade name? 4.5 years
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
CDOT Hwv 392 Lucerne $5.7 million, Fall 2016
CDOT Hwy 287 Fort Collins, $4.8 million, Fall 2016
City of Greeley Overlay $4.6 million, Fall 2016
7. General character of Work performed by your company
Asphalt paving, aggregates, Readi—mix Supply
8 Have you, or a firm for which you were a principal, ever failed to complete any Work
awarded to you?
If so, where and why?
9. Have you, or a firm for which you were a principal, ever defaulted on a contract? No
If so, where and why? N/A
10. Are you, or a firm for which you were a principal, debarred by any government agency? _
If yes list agency name.
11 List the more important projects recently completed by your company, stating the
approximate cost of each, and the month and year completed, location and type of
construction.
City of Fort Collins 2015 overlay, $1 million, 06/2015
City of Greeley 2015 overlay, $4 million, 12/2015
City of Fort Morgan 2015, $3.5 million, 10/2015
12. List your major equipment available for this contract.
Please see attached equipment list
13. Experience in construction Work similar in importance to this project:
City of Fort Collins overlay proiects
City of Greeley overlay projects
Larimer County overlay protects
14. Background and experience of the principal members of your organization, including
officers
Martin Marietta Materials
Rocky Mountain Division
1 BOON. Taft Hill Road
Fort Collins, CO 80521
ASPHALT PLANTS —4.
LOADERS
4 Oil Distributers-
1 5 Michigan Loader ,
18 Field Conveyors
1 75A Michigan Loader
2 Draglines
TRAILERS W/RAMPS
SPRAYERS
1 AC Loader
11 Light plants & Generators
TERRAIN HYDRA CRANE
14 Conveyors, portable
1 125 Michigan Loader
17 Silos
1 175B Michigan Loader
3 Baghouses
2 966 CAT Loader
1 275B Michigan Loaders
TRUCKS & AUTOMOBILES
TRUCKS
22 Passenger Cars
3 920 CAT Loaders
10 Single Axle Mechanic's
TRUCKS
7 910 CAT Loaders
2 Single Axle F1atBeds
TRUCKS
1 Tandem Flatbed
2 936 CAT Loaders
7 Single Axle Water
1 950 CAT Loader
TRACTORS
4 Single Axle Water
3 Scoopmobiles
1 224 CAT Loader
2 Tit Trailers
40 Pickup Trucks
COMPACTORS
7 Tandem Patch Trucks
2 Vibro Plate Compactors
6 Tandem Water Trucks
CAT 815
22 Tandem Dump Trucks
30 Over -the -Road
WEIGHING EQUIPMENT
1 Scales
2 Gravel Tailers
4 Ramsey Belt Scales
1 Gravel Tractors
10 Tool Trailers
SCRAPERS
7 Oil Trailers
5 613 CAT Scraper
1 4000 Gallon Water
ROAD WIDENERS
1 Pipe Trailer
1 Blaw Knox Road Widener
8 Lab & Office Trailers
5 Loboy & Hiboy Trailers
RAILROAD CARS
1 Rock Trailers
35 Gondola Type Cars
3 Single Axle Fuel Trucks
7 1-Ton w/Dist. -Tanks
TRACTOR— CRAWLERS
2 Farm Tractors
1 834 CAT Dozer
Please see attached Key Personnel list
15. Credit available: $Unlimited
16. Bank Reference: wells Fargo Bank (336) 735-2101
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER? Yes
18. Are you licensed as a General Contractor? Yes
If yes, in what city, county and state? Entire State of Colorado
What class, license and numbers? General Contractor's License-016048974
19. Do you anticipate subcontracting Work under this Contract? Yes
If yes, what percent of total contract?
And to whom? Please see attached sub list
20. Are any lawsuits pending against you or your firm at this time?
IF yes, DETAIL
21. The City of Fort Collins requires General Liability coverage of $1,000,000 and
Automotive Liability of $1,000,000. Can you meet these requirements? Yes
What company is your insurance carrier? Ace American Insurance
22. What are your company's bonding limitations? $3 million per occurence
Martin Marietta Materials
MARTIN MARIETTA MATERIALS, INC.
2016 KEY PERSONNEL LIST
The following is a list of key personnel for Northern Asphalt & Paving and a brief resume of their
experience:
Kenneth R. Ball - General Manager Northern Asphalt Paving and Construction
Mr. Ball has 20 years of construction experience and has been the General Manager for Lafarge
West's Northern Division since 2005. His Current position remained as General Manager when
the asset exchanged took place on December 10, 2011 with Martin Marietta Materials Inc. His
past experience with Lafarge includes VI Leader for the Northern Market area, Controller —
Asphalt and Paving, Controller — Front Range Asphalt and Paving, LCM AC&A, Controller —
Front Range Asphalt and Paving, LCM , Divisional Accountant — Metro Paving — Denver, CO,
along with various other construction companies. He has proven experience in Operations with
a focus on Safety and Quality while managing. Mr. Bali is highly involved with the community
and associations: Northern Colorado Economical Development Corporation, Member of the
workforce committee, Member of Fort Collins and Greeley Chamber of Commerce, Upstate
Colorado Member, Construction financial Management Association, CAPA, NAPA, and CCA.
Jerimiah A. Runner - Asphalt Construction and Plant Operations Manager
Northern Asp and Construction
Mr. Runner manages the construction operations and asphalt plant production in Northern
Colorado for Martin Marietta Materials Inc. He has 15 years of construction experience. His
experience includes Quality control and managing. His key role is to manage our dirt, paving,
and asphalt production work, and the safety and quality of our crews. Mr. Runner has
completed many training courses and is certified: Colorado Asphalt Pavement Association
levels A,B-I,C,D. WYOMING DOT Asphalt Materials Certification, Nebraska Department of
Roads Asphalt Certification, Troxler Radiological Safety, Troxler Radiation Safety Officer,
American Concrete Institute -Grade 1, Member of various CDOT specification task forces,
Colorado Asphalt Pavement Association/Colorado State University — Asphalt Lab Technology
Advisory Board, Constructing our Future, Working at Heights, Asphalt/Paving WAH Solutions
Team, Confined Space Entry, LOTOTO — Lock Out Tag Out Try Out, Gencor Industries SWAT
Training — Success With Advanced Training, CAPA -Environmental Issues for HMA Facilities,
Effective Communication Series, Managing For Performance, Supervisory Training, Numerous
sales training classes, Det Norske Veritas — Safety Management Training.
Gary Lemesany — Equipment Manager Northern Asphalt and Paving
Mr. Lemesany manages the operations in our shop for Martin Marietta Materials Inc. Northern
Colorado. He has 36 years of construction experience. His past positions within the company
include Maintenance Superintendent, Welding Shop Foreman, Welder, and Laborer. He is
responsible for all decisions made in or shop with maintenance and equipment, and the safety
and quality of the work his employees do for our area. Mr. Lemesany has a lot of training and
has certifications in working at heights, working in confined spaces, fork lift safety, welding and
cutting safety, MSHA, along with CPR and first aid.
Kelly Steele — Paving Construction Manager Northern Asphalt and Paving
Mr. Steele is the Paving Construction Manager for Martin Marietta Materials Inc. Northern
Colorado Paving_ He has 30 years of construction experience. His past positions within the
company include estimator, project manager, superintendent, equipment operator, and laborer.
Mr. Steele. He is responsible for overseeing all bids for paving work, and the safety and quality
of our crews. Key training and certification for Mr. Steele includes being traffic control certified,
the key to customer service satisfaction, and Sales mastery Program.
Dan Krause — Transportation Manager Northern Asphalt and Paving
Mr. Krause has 28 years of construction experience. He has held positions as Asphalt paving,
labor, equipment operator, dispatch and logistics, superintendent until he took on this current
role as Transportation Manager. He is responsible for internal and external carrier performance
and safety for Martin Marietta Materials Inc.
Mr. King has 33 years of Construction experience. He has held positions as labor, equipment
operator, and foreman and was promoted to superintendent in 1999. Mr. King has a great
amount of experience in our company and has training and certification in OSHA, Safety
training, Equipment training, various mix design and industry training, and EEO/HR Training.
Rich Owens— Area Superintendent Northern Asphalt and Paving
Mr. Owens has 28 years of construction experience in Operations and Project Management His
professional experience includes Commercial, Municipal, State, Federal and Residential
projects. He has certifications in OSHA training, Storm Water Management and DOT Safety and
Regulations. He has proven experience in Operations with a focus on Quality and an excellent
Safety record. He has held positions as labor, equipment operator, Foreman, and was
promoted to superintendent in 2000.
Roper Marquiss — ESTIMATOR Northern Asphalt and Paving
Mr. Marquiss has 09 years of Construction experience. He has held roles as Project Manager,
Asphalt Sales, and Estimator for construction projects. Mr. Scott has extensive experience with
Commercial, Municipal, State, Federal and Residential projects.
Jack Fockler— Material Qualitv Control Northern Asphalt and Paving
Mr. Fockler has 25 years of experience in engineering. He was hired with Lafarge West, Inc in
2000 and has a great amount of knowledge in quality control. He is highly involved in CAPA
and is trained and certified in Wyoming Asphalt Certification, Practical Finance training,
Radiation Nuclear Safety and Density Training, Hazmat Certification, MSHA, EEOC Training,
and AutoCad.
Patrese E. Yarbrough — Construction Administrator Northern Asphalt and Paving
Mrs. Yarbrough began with Lafarge West, Inc in 2005. Her roles in the company have been
Receptionist, Job Cost Administrator, and Construction Administration Manager. Mrs.
Yarbrough has processed and provided support to the paving estimators with bid documents,
pre qualification information necessary to bid project all along the Front Range. She also
processes all certified payroll and prepares the necessary paperwork to turn in for Certified
projects the company is awarded with CDOT.
23. The undersigned hereby authorizes and requests any person, firm or corporation to
furnish any information requested by the OWNER in verification of the recital comprising
this Statement of Bidder's Qualifications.
Dated at Noon this 3rd day of ,Tune , 20U.
company: a in riet rate is Inc.
By. Printed: Kenneth R. Ball
Title. Gen Manager
State of Colorado
County of Larimer
Kenneth R. Ball being duly sworn deposes and says that he
is General Manager of Martin Marietta Materfale. Tnr.
(Name) (Organization)
and that the answers to the foregoing questions and all statements therein contained are true
and correct.
Subscribed and sworn to before me this 3rd day of June 2016
rotary Public I
My commission expires:
(Seal)
Patreae E Yarbrough
Notary Public
State of colors&
Notary I.D. 20054012-216
MY Commission Expires; March 28, 2017
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15% of the contract.
ITEM
Traffic Control
Planning / Milling
Pavement Marking
Fly Ash 6 Tilling
SUBCONTRACTOR
Quality Traffic Control
Don Kehn Construction
Precision Pavement Marking
Son Haul, Inc.
SECTION 00500
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
DATE: June 14, 2016
TO: Martin Marietta Materials Inc
PROJECT: 8320 Asphalt Overlay Project
OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated June 3. 2016 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement for
8320 Asphalt Overlay Project.
The Price of your Agreement is Three Million, Four Hundred Thirty Thousand Two Hundred
Seventy -One Dollars and Forty -Five Cents ($3,430,271.45), which includes the following
revisions:
• Line 630.01 Construction Zone Traffic Control: Per specifications, quantity has been
replaced with 5.43%, equating to no change in the Agreement Price.
• Line 630.02 Variable Message Board: Quantity update was not reflected in the bid per
Addendum 2. Revised line item price is $16,830.
• Line 630.3 Flagging: Quantity update was not reflected in the bid per Addendum 2.
Revised line item price is $64,750.
Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany
this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise
made available to you immediately.
You must comply with the following conditions precedent within fifteen (15) days of the date of
this Notice of Award, that is by June 29, 2016.
1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement
including all the Contract Documents. Each of the Contract Documents must bear your
signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security (Bonds) as
specified in the Instructions to Bidders, General Conditions (Article 5.1) and
Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle OWNER to consider
your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited.
Within ten (10) days after you comply with those conditions, OWNER will return to you one (1)
fully -signed counterpart of the Agreement with the Contract Documents attached.
City of Fort Collins
OWNER�DGGG���
By: CZ'l Z_
Gerry Paul 4-cw)AA - f'°A�' 61ytk
Purchasing Director
City Of
Fort Collins
le Purchasing
ADDENDUM NO. 2
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 8320: Asphalt Overlay
OPENING DATE: 3:00 PM (Our Clock) June 3, 2016
Financial Services
Purchasing Division
215 N. Mason St. 24, Floor
PO Box 580
Fort Collins. CO 80522
970.221.6775
970.221, 6707
fcgov corn/purchasing
To all prospective bidders under the specifications and contract documents described above,
the following changes/additions are hereby made and detailed in the following sections of this
addendum:
Exhibit 1 — Revised Bid Schedule (also uploaded as a separate Microsoft Excel
document).
Please contact Elliot Dale, Buyer at (970) 221-6777 with any questions regarding this
addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN
RECEIVED.
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 14th day of June in the year of 2016 and shall be
effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Martin Marietta Materials Inc (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may
be the whole or only a part is defined as the construction of the 8320 Asphalt
Overlay Project and is generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by the City of Fort Collins, who is hereinafter
called ENGINEER and who will assume all duties and responsibilities and will
have the rights and authority assigned to ENGINEER in the Contract Documents
in connection with completion of the Work in accordance with the Contract
Documents.
ARTICLE 3. CONTRACT TIMES
3.1 Contract Period. This agreement shall commence upon signing and shall
continue in full force until May 31, 2017 unless terminated as herein
provided. In addition at the option of the City, the agreement may be
extended for an additional one (1) year period not to exceed four (4)
additional one (1) year periods. Pricing changes, if any, shall be negotiated
by and agreed to by both parties in writing.
3.2 The Work shall be Substantially Completed by the Contractor, in
accordance with Article 14 of the General Conditions, as evidenced by the
issuance of certificate of Substantial Completion, within One Hundred
(100) calendar days after the date when the Contract Times commence to
run.
3.2 The Work must be completed by the Contractor and ready for final payment
in accordance with Article 14 of the General Conditions within Five (5)
calendar days after Substantial Completion.
3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is
of the essence under this Agreement and that OWNER will suffer financial
loss if the Work is not completed within the times specified in paragraph 3.1
and 3.2 above, plus any extensions thereof allowed in accordance with
Article 12 of the General Conditions.
They also recognize the delays, expenses and difficulties involved in
proving in a legal preceding the actual loss suffered by OWNER if the Work
is not completed on time. Accordingly, instead of requiring any such proof,
OWNER and CONTRACTOR agree that as Liquidated Damages for delay
(but not as penalty) CONTRACTOR shall pay OWNER the amounts set
forth hereafter.
1) Substantial Completion:
One Thousand Dollars ($1,000) for each calendar day or fraction
thereof after the date of Substantial Completion as provided in Section
3.1 above.
2) Final Acceptance:
Five Hundred Dollars ($500) for each calendar day or fraction thereof
that after the date of Final Acceptance as provided in Section 3.2
above.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: Three
Million, Four Hundred Thirty Thousand Two Hundred Seventy -One Dollars
and Forty -Five Cents ($3,430,271.45), in accordance with Section 00300,
attached and incorporated herein by this reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article
14 of the General Conditions. Applications for Payment will be processed by
ENGINEER as provided in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on
account of the Contract Price on the basis of CONTRACTOR's Application
for Payment as recommended by ENGINEER, once each month during
construction as provided below. All progress payments will be on the basis
of the progress of the Work measured by the schedule of values
established in paragraph 2.6 of the General Conditions and in the case of
Unit Price Work based on the number of units completed, and in
accordance with the General Requirements concerning Unit Price Work.
5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as
contract retainage five percent (5%) of each progress payment, but, in each
case, less the aggregate of payments previously made and less such
amounts as ENGINEER shall determine, or OWNER may withhold, in
accordance with paragraph 14.7 of the General Conditions. If, in the sole
discretion of Owner, on recommendation of Engineer, Owner determines
that the character and progress of the Work have been satisfactory to
OWNER and ENGINEER, OWNER may determine that as long as the
character and progress of the Work remain satisfactory to them, there will
be no additional retainage on account of Work completed in which case the
remaining progress payments prior to Substantial Completion will be in an
amount equal to 100% of the Work completed. 95% of materials and
equipment not incorporated in the Work (but delivered, suitably stored and
accompanied by documentation satisfactory to OWNER as provided in
paragraph 14.2 of the General Conditions) may be included in the
application Section 00520 Page 3 for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient, if necessary, to increase total payments to CONTRACTOR to
95% of the Contract Price, less such amounts as ENGINEER shall
determine or OWNER may withhold in accordance with paragraph 14.7 of
the General Conditions or as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall
pay the remainder of the Contract Price as recommended by ENGINEER
as provided in said paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, and with all local conditions and
Laws and Regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are
identified in the Supplementary Conditions as provided in paragraph 4.2 of
the General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or to
supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise
may affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of
the Work at the Contract Price, within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents,
including specifically the provisions of paragraph 4.2 of the General
Conditions; and no additional examinations, investigations, explorations,
tests, reports, studies or similar information or data are or will be required
by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing
Underground Facilities at or contiguous to the site and assumes
responsibility for the accurate location of said Underground Facilities. No
additional examinations, investigations, explorations, tests, reports, studies
or similar information or data in respect of said Underground Facilities are
or will be required by CONTRACTOR in order to perform and furnish the
Work at the Contract Price, within the Contract Times and in accordance
with the other terms and conditions of the Contract Documents, including
specifically the provision of paragraph 4.3. of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors
or discrepancies that he has discovered in the Contract Documents and the
written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General
Conditions, Supplementary Conditions, those items included in the
definition of "Contract Documents" in Article 1.10 of the General Conditions,
and such other items as are referenced in this Article 7, all of which are
incorporated herein by this reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related
actions in carrying out the terms of this Agreement are deemed Contract
Documents and incorporated herein by this reference, and include, but are
not limited to, the following:
7.2.1 Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
7.2.5 Application for Exemption Certificate
7.2.6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as follows:
N/A
The Contract Drawings shall be stamped "Final for Construction" and
dated. Any revisions made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 3, inclusive.
7.5. The Contract Documents also include all written amendments and other
documents amending, modifying, or supplementing the Contract
Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or incorporated
by reference in this Article 7. The Contract Documents may only be
amended, modified or supplemented as provided in paragraphs 3.5 and 3.6
of the General Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the General
Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not
without limitations, moneys that may become due and moneys that are due
may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically
stated to the contrary in any written consent to an assignment no
assignment will release or discharge that assignor from any duty or
responsibility under the Contract Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
OWNER: CITY OF F RT COLLINS CONTRACTOR: MARTIN MARIETTA
MATERIALS INC
By: By:
CIJrY MANAGER
By: l
GE RY PMIL
PURCHASING DIRECTOR
Date: -Ile I
Attest:t w li
City Clerk
Ep,L
Address for giving notices: °- S
P. O. Box 580
Fort Collins, CO 80522
Appr e'd^as to Form n(-�<\
O YJ 'ID
Senior Assistant City Attorney
Patrick H.
PRINTED
Title: Rocky Mtn. Div. President
Date: (*)& • !S1 /&
(CORPORATE SEAL)
Attest:
atrese E. roug
Addr ss for giving notices:
1800 N. Taft Hill Rd.
Fort Collins, Co. 80521
License No.:
i
SECTION 00530
NOTICE TO PROCEED
Description of Work: 8320 Asphalt Overlay Project
To: Martin Marietta Materials Inc
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received
by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and
directed to proceed within calendar days from receipt of this notice as
required by the Agreement.
Dated this day of 20_.
The dates for Substantial Completion and Final Acceptance shall be 20_and
, 20_, respectively.
City of Fort Collins
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this /5 day of y, �
20&.
CONTR O rtin Marietta Materials Inc
By:
atr c Uker
Title: Rocky Mtn. Div. President
SECTION 00600
BONDS AND CERTIFICATES
00610
Performance Bond
00615
Payment Bond
00630
Certificate of Insurance
00635
Certificate of Substantial Completion
00640
Certificate of Final Acceptance
00650
Lien Waiver Release (CONTRACTOR)
00660
Consent of Surety
00670
Application for Exemption Certificate
SECTION 00610
PERFORMANCE BOND
Bond No. 016070471
KNOW ALL MEN BY THESE PRESENTS: that
Martin Marietta Materials Inc
1800 N Taft Hill Road, Fort Collins, CO 80521
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the 'Principal" and
(Firm) Liberty Mutual Insurance Company
(Address) 450 Plymouth Road, Suite 400, Plymouth Meeting, PA 19462
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins. 300
Laporte Ave Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of Three Million Four Hundred Thirty Thuusand Two Hundred
Seventy -One Dollars and Forty -Five Cents ($3.430.271.45) in lawful money of the United
States, for the payment of which sum well and truly to be made, we bind ourselves, successors
and assigns, jointly and severally, firmly by these presents
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Agreement with the OWNER, dated the 14th day of June in the year of 2016, a copy of
which is hereto attached and made a part hereof for the performance of The City of Fort Collins
Project, 8320 Asphalt Overlay Project
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties. all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the
original term thereof, and any extensions thereof which may be granted by the OWNER, with or
withorit Notice to the Surety and during the life of the guaranty period. and if the Principal shall
satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and
save harmless the OWNER from all cost and damages which it may suffer by reason of failure
to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER
may incur in making good any default then this obligation shall be void; otherwise to rernairr in
full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
Work to be performed thereunder or the Specifications accompanying the same shall in any way
affect Its obligation on this bond; and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
PROVIDED, FURTHER. that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDFD, FURTHER, that the Surety Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
of 3
IN WITNESS WHEREOF, this instrument is executed In three (3) counterparts,
each one of which shall be deemed an original, this 17th day of June , 2016.
IN PRESENCE OF: Principal
Dan Welsh Insurance Analys+ Todd Crump Insurance Manager
(Title) (Title)
(Corporate Seal) 2710 Wycliff Road, Raleigh, North Carolina 27607
(Address)
IN PRESENCE OF:
Other Partners
By:
By:
IN PRESENCE OF:
Surety
Rebeca L. G6mez Porras, Attorney -In -Fact
Dan Welsh Insurance Analyst
_ 4309 Emperor Blvd Ste 300 Durham North Carn ina 97703
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
SECTION 00615
PAYMENT BOND
Bond No. 016070471
KNOW ALL MEN BY 1 HESE PRESENTS: that
Martin Marietta Materials Inc
800 N Taft Hill Road, Fort Collins, CO 80521
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm) Liberty Mutual Insurance Company
(Address) 450 Plymouth Road, Suite 400, Plymouth Meeting, PA 19462
hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins.
300 Laporte Ave Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to
as "the OWNER", in the penal sum of Three Million Four Hundred Thirty f housand Two
Hundred Seventy -One Dollars and Forty -Five Cents ($3.430 271.45) in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind ourselves,
successors and assigns, jointly and sevcrally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Agreement with the OWNER, dated the 14th day of June in the year of 2016, a copy of
which is hereto attached and made a part hereof for the performance of The City of Fort Collins
Project, 8320 Asphalt Overlay Project.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors,
and corporations furnishing materials for or performing labor in the prosecution of the Work
provided for in such Agreement and any authorized extension or modification thereof, including
all amounts due for materials. lubricants, repairs nn machinery, equipment and tools,
consumed, rented or used in connection with the construction of such Work, and all insurance
premiums on said Work, and for all labor, performed in such Work whether by subcontractor or
otherwise, then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety. for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
Work to be performed thereunder or the Specifications accompanying the some shall in any way
affect its obligation on this bond; and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
EXHIBIT 1 - REVISED BID SCHEDULE
Item No.
Item Description
Unit
2016 Contract
Quantities
Proposed Unit Price
P
Pro Posed Contract Price
103.03
Bond Procurement and Mobilization
Lump Sum
1
$
202.01
Planing and Surface Preparation: Depth <3" - Mn Drum Width 70"
Square Yard
57,000
$ -
20202
Planing and Surface Preparation: Depth 3" < 5'- Mn Drum Width 70'
Square Yard
3,000
$ -
202.04
Taper Planing Adjacent to Gutter
Lineal Foot
30,000
$ -
202.06
Bobcat Style Milling < 3 - Drum Width 18.24"
Square Yard
1,500
$ -
20207
Bobcat Style Milling - Additional Inch Thickness
Square Yard/Per
Inch
200
$
202.08
Additional Saw Cutting of Asphalt - 3 Mnimum
Lineal Foot
1.200
$ -
203.01
Excavation - General Less Than 100 CY
Cubic Yard
SIM
$ -
203.04
Borrow (Complete in Place) - Less Than 100 Ton
Ton
50
$ -
203.06
Borrow (Shouldering - Complete in Piece) 3/4" Minus RAP
Lineal Foot
1,000
$ -
208.01
Rock Wattle
Lineal Foot
700
S -
208.02
Crumb Rubber Wattle
Lineal Fool
10
S -
208.04
SWMP Maintenance Log - 14 Day Inspection
Each
15
$ -
210.02
Adjust Valve Box
Each
160
$ -
210.03
Adjust Valve Box with Ring
Each
225
$ -
210.04
Adjust Valve Box -Tyler 6860 Series. Ram R 69, Screw Type Adjustable Riser
Each
37
$ -
210.05
Adjust and Replace Top Section of Valve Box
Each
20
$ -
210.09
Total Valve Box Replacement, Tyler 68W Series, 30" Bottom Section
Each
7
$ -
210.10
Adjust Standard Manhole 524"
Each
200
$ -
210.11
Adjust Special Manhole>24"
Each
30
$ -
210,12
Adjust Manhole with Ring
Each
35
$ -
210.13
Adjust Manhole with Locking Ring 524" dia. 5 3" height
Each
150
$ -
210.14
Adjust Manhole with Locking Ring 524" die. > 3" height
Each
5
$ -
210.15
Adjust Manhole with Locking Ring >24" dia. 5 3" height
Each
10
$ -
210.16
Adjust Manhole with Locking Ring >24" dia. > 3" height
Each
5
$ -
210.17
Arterial Manhole Incentive Achieved
$500/Each
30
$ 500.00
$ 15.000.00
403.02
HM1A- Grading SX. (75) 64-22 Binder
Ton
8,000
$ -
403.03
HM4 - Grading S. (75) 58-28 Binder
Ton
3.000
$ -
403.04
HavM4 - Grading S. (75) 64-22 Binder
Ton
13,000
$ -
403.05
FINA - Grading S. (75) 64-28 Modified Binder
Ton
4,500
$ -
403.07
FMA- Grading S 751100 Hand Patching - Remove & Replace
Ton
2,000
$ -
403.08
F IMA Paver Patching - Remove 8 Replace
Ton
1.000
$ -
403.09
HMA Grading SX, (75) 64-22 Leveling 5 50 Tons
Tons/Project
200
$ -
403.10
HM4 Grading SX, (75) 64-22 Leveling. 51 to 100 Tons
Tons/Project
200
$ -
403.11
FIMA Grading SX (75) 64-22 Leveling:: > 100 Tons
Tons/Project
400
$ -
403.12
FNN Grading SX (75) 64-22 Leveling/Thin Overlay: 150 and Greater
Tons/Day
1,000
$ -
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 17th day of June , 20 16.
IN PRESENCE OF: Priiin(J//r((epa1
//
Dan Welsh Insurance Analyst
(Title)
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF:
Dan Welsh Insurance Analyst
(Surety Seal)
Todd Crump, Insurance Manaaer
(Title)
2710 Wycliff Road, Raleigh, North Carolina 27607
(Address)
Other Partners
By:
0
Surety
By be e�caE. mez orras, Attmornaey -In-Fact,
4309 Emperor Blvd., Ste. 300 Durham North Carolina 27703
(Address)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No. 7137378
m
7
W
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company
is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute
and appoint, Byron Creech Kristy W. Kretzschmar Rebeca L. Gomez Porras; Todd Crump
all of the city of Raleigh state of NC each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 12th day of October , 2015
c)(OCD(D
� �9if`J JP�, W S Ugoryn�WP �0 NryW �N(C'919 nF 1912 ,°;� 1991�a F as� aH.«w5`"'�aaDWei sn s �_°`u,.x� `2f * f f
STATE OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
American Fire and Casualty Company
"o
The Ohio Casualty Insurance Company
rn
Liberty Mutual Insurance Company
c
West merican Insurance Company
y
7
a
p�I
By.
T
David M. Care , Assistant Secretary
On this 12th day of October 2015 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do,
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above
®®written.
yP PASr COMMONWEALTH OF PENNSYLVANIA
p4' Moewe FC Notarial Seal
Sri y Teresa Pastella, Notary Public By;
OF Plymouth Twp., Montgomery County Teresa Pastella, Notary Public
dP My Commission Expires March 28, 2017
'rb���.,`(•' Member, Pennsylvania Association of Notaries
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance
Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV- OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject
to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective
powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute,
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their
respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
executed such instruments shall be as binding as if signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said
Companies, is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this r14K day of
PN0 CASL �ZV INS( �lNSUgq PN INSUgq
Q� o faM9li� yJP�fQ9% ,1JP Nri^ ,�?� Ugq�'1'(�
1906 0 0 1919 n ° c By:
rm F 1912 n -� t491
�° m a' Gregory W. Davenport, Assistant Secretary
d�<y6'1'N� `'l1aD .i1, k„MYStPr-OD W��)y�SiAM0 !2 MO�NI� f
f 1 f * f f
C
=o
U I—
221 of 300
--1 ®
ACORD CERTIFICATE OF LIABILITY INSURANCE
DATE(MWDD/YYYY)
0611612016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
BELOW. THIS CERTIFICATE
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
CONTACT
PRODUCER
Marsh USA Inc.
NAME:
PHONE FAX
No
100 North Tryon Street, Suite 3600
Charlotte, NC 28202
ADDRESS,
INSURERS AFFORDING COVERAGE
NAIL #
Attn: CA NON-RESIDENT NO.0822889
INSURER A : ACE American Insurance Company
22667
J56965-1.MMM-GAWX-15-16
INSURED
INSURER B : Indemnity Ins Co Of North America
43575
INSURER C North American Elite Insurance Company
29700
Martin Marietta Materials, Inc.
Attn: Todd Crump
2710 Wycliff Road
INSURER D : Agri General Insurance Company
42757
INSURER E :
PO Box 30013
Raleigh, NC 27622
NSURER F :
L.UVtNAUCJ
THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
THIS IS TO CERTIFY
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
INDICATED. NOTWITHSTANDING
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.
F INSURANCE
ADDL
SUBR
POLICY NUMBER
POLICY EFF
MM/ODIYYYY
POLICY EXP
MMIDD/YYYY
LIMITS
L GENERAL LIABILITY
HDOG27400425
09/30/2015
09130/"2016
EACH OCCURRENCE
$ 3,000,000
DAMAGE TO RENTED
PREMISES Ea. occurrence
$ 50,000
MADE � OCCUR
MED EXP (A one person)S
=OT�--
PERSONAL d ADV INJURY
$ 3,D00,000
E LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 6,000,000
PRODUCTS -COMPIOPAGG
S 6,000,000
LOC
$
JJECT
A
AUTOMOBILE LIABILITY
ISAH0$660701
0913012015
0913012016
COMBINED ent LE LIMIT
$ 3,000,000
BODILY INJURY (Per person)
$
X
ANY AUTO
ALL OWNED SCHEDULED
BODILY INJURY(Peraccldenq
S
AUTOS NON-OOS WNED
X
qX
PROPERTY DAMAGE
Per no
$
HIREDAUTOS AUTOS
$
C
X
UMBRELLA LIAR
X
OCCUR
UMB200030001
09/30/2015
09/30/2016
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
S 1,000,000
EXCESS LL18
CLA4MS-MADE
DED RETENTIONS
WORKERS COMPENSATION
X PTAT E I ORS
$
B
WLRC48592430 (ADS)
09/30/2015
09130/2016
E-L. EACH ACCIDENT
$ 2,000,000
A
AND EMPLOYERS LIABILITY YIN
WLRC48592429 (CA)
09/30/2015
09/30/2016
ANY PROPRIETOPJPARTNER/EXECUTIVE [E
NIA
E.L. DISEASE - EA EMPLOYEE
$ 2,000,000
D
OFFICER/MEMBER EXCLUDED?
WLRC48592417 (TN)
09/3012015
09/30/2016
(Mandatory in NH)
E.L. DISEASE - POLICY LIMIT
$ 2.000,000
Ir yes, describe under
DESCRIPTION OF OPERATIONS below
7-1
DESCRIPTON OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached K more space is required)
Re: 2016 City of Fort Collins Overlay Project - Job # 1633272549.
Certificate Holder is additional insured under General Liability and Automobile Liability as their interest may appear, if required by wntlen contract with the named insured,
subject to the terms and conditions of the policies. General Liability and Auto Liability insurance is primary and non-contribu(ory over any existing insurance and limited to
liability arising out of the operations of the named insured and where required by written and executed contract, A waiver of subrogation applies under General Liability,
Automobile Liability, and Workers Compensation in favor of the certificate holder, if required by written contract with the named insured, subject to the terms and conditions of
the policies.
City of Fort Collins
215 N. Mason St, 2nd Floor
Fort Collins, CO 80522
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
of Marsh USA Inc.
Annette Stefani �.�■�'f'f'°---`-6a'°-`'
v lwuu-LV 11 f'1V Vi\V _V, ' v,.�,.v,.. r.,. ..y.. .....v. ... �.
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance in accordance
with the following requirements:
1. The Contractor will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work
under this bid, the Contractor shall furnish the City with certificates of insurance showing
the type, amount, class of operations covered, effective dates and date of expiration of
policies, and containing substantially the following statement:
"The insurance evidenced by this Certificate will not reduce coverage or limits and
will not be cancelled, except after thirty (30) days written notice has been received
by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its
option, may take out and maintain, at the expense of the Contractor, such insurance as
the City may deem proper and may deduct the cost of such insurance from any monies
which may be due or become due the Contractor under this Agreement. The City, its
officers, agents and employees shall be named as additional insureds on the Contractor
's general liability and automobile liability insurance policies for any claims arising out of
work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Contractor shall maintain
during the life of this Agreement for all of the Contractor's employees engaged in
work performed under this agreement:
Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Contractor shall maintain during the
life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise
directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $1,000,000 combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Contractor shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8320 Asphalt Overlay Project
PROJECT OR SPECIFIED PART SHALL
INCLUDE:
LOCATION: Fort Collins Colorado
OWNER: City of Fort Collins
CONTRACTOR: Martin Marietta Materials Inc
CONTRACT DATE: June 14, 2016
The Work performed under this contract has been inspected by authorized representatives of
the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the
project, as indicated above) is hereby declared to be substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
ENGINEER
AUTHORIZED REPRESENTATIVE
DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to
complete and correct the items on the tentative list within the time indicated.
CONTRACTOR
AUTHORIZED REPRESENTATIVE
DATE
The OWNER accepts the project or specified area of the project as substantially complete and
will assume full possession of the project or specified area of the project at 12:01 a.m., on
. The responsibility for heat, utilities, security, and insurance under
the Contract Documents shall be as set forth under 'Remarks" below.
CITY OF FORT COLLINS, COLORADO
OWNER
0
AUTHORIZED REPRESENTATIVE
DATE
REMARKS:
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
, 20_
TO: Martin Marietta Materials Inc
Gentlemen:
You are hereby notified that on the day of 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by Martin Marietta Materials Inc for
the City of Fort Collins project, 8320 Asphalt Overlay Project.
A check is attached hereto in the amount of $ as Final
Payment for all Work done, subject to the terms of the Contract Documents which are dated
June 14, 2016.
In conformance with the Contract Documents for this project, your obligations and guarantees
will continue for the specified time from the following date: , 20_.
Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
Title:
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins. Colorado (OWNER)
FROM: Martin Marietta Materials Inc (CONTRACTOR)
PROJECT: 8320 Asphalt Overlay Proiect
The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives
all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims
(40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights
which the CONTRACTOR may now or may afterward have, claim or assert for all and any
work, labor, skill or materials furnished, delivered or performed for the construction,
design, improvement, alteration, addition or repair of the above described project, against
the OWNER or its officers, agents, employees or assigns, against any fund of or in the
possession or control of the OWNER, against the project or against all land and the
buildings on and appurtenances to the land improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair of
the project were furnished, delivered or performed by the CONTRACTOR or its agents,
employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants and further
affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or any funds in the
OWNER'S possession or control concerning the project or against the OWNER or its
officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any,
and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the OWNER or its officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes and
adequate description of the property and improvements to which this Lien Waiver Release
pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and
may be relied upon by the OWNER, the lender, if any, and Surety on any labor and
material bonds for the project.
Signed this day of 20
CONTRACTOR: MARTIN MARIETTA
MATERIALS INC
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this
by
Witness my hand and official seal.
Notary Public
My Commission Expires:
day of
20_
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins. Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Martin Marietta Materials Inc
PROJECT: 8320 Asphalt Overlay Project
CONTRACT DATE: June 14, 2016
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR
as indicated above, for
(Surety)
on bond of
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to
the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the
OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this
day of 20 .
(Surety Company)
M
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
DR 0172 (08130/13)
COLORADO DEPARTMENT OF REVENUE
Denver CO 90261 - 0009
(303) 230-SERV i,378)
Contractor Application
for Exemption Certificate
Pursuant to Statute
§ 39-26.708(1),(2),&(3)
The exemption certificate for which you are applying must
be used only for the purpose of purchasing construction and
building materiaisforthe exempt project described below. This
exemption does not include orapplyto the purchase or rental of
equipment, supplies; and materialswhich are purchased, rented,
orconsumed by the contractorand which do not become a part
of the structure, highway, road; street, or other public works
owned and used by the exempt organization.
Departmental Use Only
IIIIIIII llllll IIIIIIIIIIIII'�Illlllllllilll
130172 19999
Any unauthorized use of the exemption certificate will result
in revocation of your exemption certificate and other penalties
provided by law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by
the Department of Revenue. It is the responsibility of the prime
contractor to issue certificates to each of the subcontractors.
(See reverse side.)
Send completed forms to: Colorado Department of Revenue, Denver, CO 80261 - 0009
Failure to accurately complete all boxes will cause the application to be denied.
Contractor/Account No. (Leave blank if filing for the first time)
Period m%i-,%ii, ;p
89-
_
Contractor Information
Trade name/DBA
Owner, partner or corporate last name First Name Middle Initial
Mailing Address City State Zip
Mail Ad -dress Address FEI N Bid amount for your contract
Fax number Business Phone number Colorado withholding tax account number -
Exemption Information Copies of contract or agreement page, identifying the contracting parties; bid amount,
type of work, and signatures of contracting parties must be attached
Name of exempt organization (as show on contract)
Exempt organization's numbs
Address of exempt organization City State Zip
Principal contact at exempt organization -Last Name f First Name Middle Initial
1 — —
Physlcal location of project site (give actual address when applicable and Cities and/or County (les) where protect is located)
City State Zip Principal contact's telephone number
Scheduled construction start date (MmrODnel40 - Estimated completion date innrdrowyy)o
I declare under penalty of perjury in the second degree that the statements made in this application are true and
complete to the best of my knowledge.
Signature ofthe business owner, partner or corporate officer
Title of corporate officer
Date (mwmiyy)p
(Do not write below this line)
403.13
HIM - Speed Fkimps. Grading S/SX (75) 64-22
Square Yard
600
$ -
420.01
Geotexble Paving Fabric
Square Yard
12.000
$ -
420.02
GlassGnd& #8511 - Small Quantity Installation
Square Yard
400
$ -
627.01
Installation of Thermoplastic
Flour
20
$ -
627.02
lead Worker for Striping Layout
Hour
100
$ -
627.03
Support Workers for Striping Layout
Four
250
$ -
627.04
Pavement Marking Paint
Gallon
1,000
$ -
627.05
Pavement Mark Removal 41n (Surface Grinding)
Square Foot
200
$ -
627.06
61nch White Line (Thermo)
Lineal Foot
1,450
$ -
627.07
181nch White Line (Thermo)
Lineal Foot
4,750
$ -
627.08
241nch White Line (Thermo)
Lineal Fool
200
$ -
627.09
Speed Bump Stencil (Thermo)
Each
6
$ -
627.10
Bike Symbol (6 ft) W/ Amov (Thermo)
Each
90
$ -
627.11
Right/Left Arrow Stencil (Thermo)
Each
115
$ -
627.12
8 It "ONLY' Stencil (Thermo)
Each
1
$ -
627.13
"RR Kit Narrow" Stencil (Thermo)
Each
4
$ -
627.14
Temporary Yellow Striping Tape Roll
Each Roll
3
$ -
627.15
Temporary White Striping Tape Roll
Each Roll
3
$ -
630.01
Construction Zone Traffic Control
Percent
%
$ -
630.02
Variable Message Board
Per Each / Per Day
100
$ -
630.03
Flagging
Flour
2.500
$ -
BASE BID CONTRACT TOTAL
IN WORDS:
Special Notice
Contractors who have completed this application in the
past, please note the following changes in procedure:
The Department will no longer issue individual Certificates
of exemption to subcontractors. Only prime contractors will
receive a Contractor's Exemption Certificate on exempt
projects
Upon receipt of the Certificate, the prime contractor should
make a copy for each subcontractor involved in the project
and complete it by filling in the subcontractor's name and
address and signing it.
The original Certificate should always be retained by the
prime contractor. Copies of all Certificates that the prime
contractor issued to subcontractors should be kept at the
prime contractor's place of business for a minimum of three
years and be available for inspection in the event of an
audit.
Once an 89# has been assigned to you, please use the
next five numbers following it for any applications submitted
for future projects. This should be your permanent number.
For instance, if you were assigned 89-12345-0001, every
application submitted thereafter should contain 89-12345
on the application. The succeeding numbers will be issued
by the Department of Revenue. Do not enter what you
believe to be the next in sequence as this may delay
processing of your application.
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Doctments
Committce, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to
that document are shown by underlining test that has been added and
sti-dung through text that has been deleted
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Number & Title
TABLE OF CONTENTS OF GENERAL CONDITIONS
Page Article or Paragraph
Number Number & Title
DEFINITIONS, ............... .. ..... ...................
..
1.1
Addenda
1.2
Agreement . ............................ ............
J
1.3
Application for Psyment.......................1
1.4
Asbestos
1
1.5
Bid
1
1.6
Bidding Documents ..............................1
1,7
Bidding Requirements k.........................
I
1.8
Bonds
1
1.9
Change Order ......................................I
I
1.10
Contract Documents
I
1.11
Contract Price .....................................1
1.12
Contract Times ....................................1
1-13
CONTRACTOR
1
1.14
defective .............................................3
1.15
Drawings ............................................1
1.16
Effective Date of the Agreemank ....
...... 1
1.17
ENGINEER
1
1.18
ENGINEERS Consultant . ... .................
1
1.19
Field Order.. ........................................
1
1.20
General Requirements .........................2
1-21
Hazardous Waste
2
Lna
Laws and Regulations; Laws or
Regulations......................................2
1.212.11
Legal Holidays ............................._.....2
1.23
Liens
2
1.24
Nfilestone............................................2
1.25
Notice of Award
2
1.26
Notice to Proceed.................................2
1.27
OWNER ............................._..............2
1.28
Partial Utilization
2
1.29
PCBs..............................._.................2
1.30
Petroleum
2
1.31
Project .............................._................2
1.32.a
Radioactive Material
2
1.32.b
Regular Working Hours ........................
7
1.33
Resident Project Representative ............
2
1.34
Samples..............................................7
1.35
Shop Drawings .................... ... .......
... 2
1.36
Specifications .....................................2
1.37
Subcontractor .....................................2
139
Substantial Completion .......................7
1.39
Supplementary Conditions ...................2
1.40
Supplier ..............................................7
7
1.41
Underground Facilities .....................2-3
1.42
Unit Price Work ..................................
3
1.43
Work
3
1-44
Work Change Directive ........................3
1.45
Written Amendment...........................3
Page
Number
PRELIMINARY MATTERS
3
2.1
Delivery of Bonds .............................3
12
Copies of Documents .......................3
2.3
Commencement of Contract
Times; Notice to Proceed ...............
3
14
Starting the Work ............................3
2.5-2.7
Before Starting Constrtictiom
CONTRACTORs Responsibility
to Report, Preliminary Scheddes;
Delivery of Certificates of
Insvirance..................................
34
2,8
PreccrIsIrtiction Conference.............4
4
219
Initially Acceptable Schedules .....
4
CONTRACT DOCUMENTS: DTIENT,
AMENDING, REUSE .....................................
4
3.1-3.2
Intent
3.3
Reference to Standards and Speci-
fications of Technical Societies:
Reporting and Resolving Dis-
crepancies .................................
4-5
3.4
Intent of Certain Terms or
Adjectives ......... ...........................
5
3.5
Amending Contract Doc uncrits,., ......
5
3.6
Supplementing Contract
Documents
5
3.7
Reuse of Documents.........................5
AVAILABILITY OF LANDS.
SUBSURFACE AND PHYSICAL CONDITIONS,
REFERENCE POINTS
5
4.1
Availability of Lands....................5-6
41
Subsurface and Physical
Conditions
4.2.1
Reports and Drawings .....................
4.2.2
Lim ited Reliance by CONTRAC-
TOR Authorized, Technical
Data
6
4.2.3
Notice of Differing Subsurface
or Physical ConditionA ..... ............
15
4.2.4
ENGINEERS Review
5
4.2.5
Possible Contract Documents
Change., .... ...................
6
4.2.6
Possible Price and Times
Adjustments ...............................
6-7
4.3
Physical Conditions --Underground
Facilitivk ......................................
7
4.3.1
Shown or Indicated
.7
4.3.2
Not Shown or Indicated ...................
7
4.4
Reference Points ...............................7
EJCDC. GENERAL CONDITIONS 1910 -8 (1990 EDITION)
w/ CITY OF FOKTCOLLrNS MODMCATIONS 0MV9199)
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number 82 Title Number
4.5
Asbestos PCBs, Petroleum,
HazardousWaste or
Radioactive Material ...... _........
.... 7-8
BONDS AND TNSURANC£..............................
._ 8
5.1-5.2
Performance. Payment and Other
Bonds..............................................
8
5.3
Licensed Sureties and Insurers;
Certificates of Insurance ....................
8
5A
CONTRACTOR's Liability
Insurance .........................................
9
53
OWNER's Liability Insurance ..............
9
5.6
Property Insurance ..........................940
5.7
Boiler and Machinery or Addi-
tional Property Insurance.................10
5.8
Notice of Cancellation Proasion
10
5.9
CONTRACTOR'S Responsibility
for Deductible Am ounts.................._10
5.10
Other Special Insurance ....................
10
5.11
Waiver of Rights ...............................
JI
5.12-5.13
Receipt and Application of
Insurance Proceeds .....................10-I1
5.14
Acceptance of Bonds and Insa-
ance; Option to Replace ...................
I I
5.15
Partial Utilization --Property
Insurance ........................................
I I
CONTRACTOR'S RESPONSIBILITIES ...............11
6.1.6.2
Supervision and Superintendawq.....
_ 11
6.3.6.5
Labor, Materials and Equipment...
11-12
6.6
Progress Schedule..............................12
6.7
Substitutes and "Or -Equal" Items;
CONTRACTOR s Expense;
Substitute Construction
Methods or Procedures;
ENGINEER's Evaluation
.12-13
6.8-6.11
Concerning Subcontractors.
Suppliers and Others;
Waiver of Rights ........................13-14
6.12
Patent Fees and Royalties ..................14
613
Permits.............................................14
6.14
Laws and Regulations ........................14
6.15
Taxes ....................... I...................1415
6.16
Use of Premises.................................15
617
Site Cleanliness ................................
15
6.18
Safe Structural Leading ...................
_ 15
6.19
Record Documents .............................15
6.20
Safety and Protection ....................15-16
6.21
Safety Representative .........................16
6.22
hazard Communication Program*
...... 16
6.23
Emergencies.....................................16
6.24
Shop Drawings and Sample*..............16
625
Submittal Proceedures; CON-
TRACTOR's Review Prior
to Shop Drawing or Sample
Submittal ....................................
16
6.26
Shop Drawing & Sample Submit-
tals Review by ENGINEER .....16-17
6.27
Responsibility for Variations
From Contract Documents,...........17
6.28
Related Work Performed Prior
to ENGINEER's Review and
Approval of Required
Submittals, ..................................
17
619
Continuing the Work ..............
...... 17
6.30
CONTRACTORS General
Warranty and Guarantee .............
17
6.31-6.33
Indemnification,., *........ ..........
17-18
6.34
Survival of Obligations ...................
IS
7. OTHERR WORK.................................................18
7.1-73 Related Wok at Site.......................18
7.4 Coordination.................................18
OWNER'S RESPONSIBIL TTES.........................18
8.1
Communications to CON-
TRACTOR.................................18
8.2
Replacement of ENGINEER, ...........
18
8.3
Furnish Data andPay Promptly
When Due..................................18
8.4
Lands and Easements; Reports
and Tests. ._ ..._..._........_....18-19
9.5
insurance .......................................19
8.6
Change Ord=s...............................19
8.7
Inspections, Tests and
Approvals...................................19
8.8
Stop or Suspend Work;
Terminate CONTRACTORS
Services......................................19
9.9
Limitations an OWNER'S
Responsibilities__ .... .............
. _...19
8.10
Asbcstos, PCB.% Petroleum,
Hazardous waste or
Radioactive Material
19
8.11
Evidence of Financil
Arrangements .............................19
ENGINEERS STATUS DURING
CONSTRUCTION.............................................19
9.1
OWNERs Representative ...............
J9
9.2
Visits to Site..................................19
9.3
Project Representative ...............19-21
9.4
Clarifications and Interpre-
tations .......................................
21
9.5
Authorized Variations in V&k........
21
EX=OEHRM COMMONS 1910.8 OME MOM
wi aTY OF FORT COLUNS MODIFICATIONS (REV 91M
Article or Paragraph Page Article or Paragraph page
Number & Title Number Number & Title Number
9.6
Rejecting Defective Work ...................71
97-9.9
Shop Drawings. Change Orders
and Payments ....................................21
9,10
Determinations for Unit Price4 .......
21-22
9,11-9.12
Decisions on Disputes; ENGI-
NEER as Initial Interprew ..............22
9.13
Limitations an ENGR4EER's
Authority and Responsibilities....
22-23
CHANGES IN THE WORK ......................................23
10.1
OWNERs Ordered Change ................23
14.
10.2
Claim for Adjustment ........................
23
10.3
Work Not Required by Contract
Documents ...................................... 23
10.4
Change Orders ..................................
23
10.5
Notification of Surety ........................23
CHANGE OF CONTRACT PRICE .............................23
11.1-11.3
Contract Price; Claim for
Adjustm exit; Value of
the Work ...................................
23-24
11.4
Cost of the Work.. . .... ..................
24-25
11.5
E\clusions to Cost of the Work .........
,25
11.6
CONTRACTORs Fee ..........................
5
11.7
Cost Records ............. ..................
25-26
11.8
Cash Allowances .................. . ...........
26
11.9
Unit Price Work ................................26
CHANGE OF CONTRACT 111vJES ............................26
12.1
Claim for Adjustment -----------------------
26
12.2
Time of the Essence ..........................26
12.3
Delays Beyond CONTRACTORS
Control ......................................
26-27
12.4
Delays Beyond OWNERs and
CONTRACTOR!s Control ................27
TESTS AND INSPECTI[ONS, CORRECTION,
REMOVAL OR ACCEPTANCE OF
DEFEC77PIE WORK ..................................................27
13.1
Notice of Defects ...............................77
13.2
Access to the Work ...........................27
13.3
Tests and Inspections;
CONT'RACTORs Cooperation ........
27
13.4
OWNERs Responsibilities;
Independent Testing Laboratory.....,
27
13.5
CONTRACTORs
Responsibilities ...............................27
13.6-13.7
Covering Work Prior to Inspec.
tion, Testing or Approval, ...............27
77
13.8-13.9 Uncovering Work at ENGI-
NFER's Request ..................... 77-28
13.10
OWNER May Stop the Work ..........
28
13.11
Correction or Removal of
Defective Work ...........................28
13.12
Correction Period
78
13.13
Acceptance of Defective Work .........
28
1114
OWNER May Correct Defective
Work .....................................
28-29
PAYMENTS TO CONTRACTOR AND
COMPLETION
29
14.1
Schedule of Values
29
14,2
Application for Progress
Paymeat .....................................29
14.3
CONTRACTORs Warranty of
Title
29
14.4-14.7
Review of Applications for
Progress Payments ..................
29-30
14.8-14.9
Substantial Completion ..................)0
14.10
partial Utilization ..................
_30-31
14.11
Final Inspection .............................3.1
14.12
Final Application for Payment ........
31
14.13-14.14 Final Payment and Acceptance,
....... 31
14.15
Waiver of Claims ......................
31-32
15. SUSPENSION OF WORK AND
TERMINATION ................................................
32
15.1 OWNER May Suspend Work ..........
32
15.2-15.4 OWNER May Terminate....... .........
12
15.5 CONTRACTOR May Stop
Work or Terminate .................
32-33
16. DISPUTE RESOLUTION ..................................33
17, MISCELLANEOUS
33
17.1 Giving Nofick ...............................
33
17.2 Computation of Timm ...................33
173 Notice of Claim ..............................33
17.4 Cumulative Remedies.....................33
17.5 Professional Fees and Court
Costs Included ........ ............
...... 33
17.6 Applicable Suite Laws ................
33-34
Intentionally left blank ............................ .
. ...... 35
ENH]BIT GC -A: (Optional)
Dispute Resolution Agreement .....................
GC -Al
16.1-16.6 Arbitration.. .. .. ...... ...............
QC -AI
16.7 Mediation ...... ........................
PC AI
EJCDC GENERAL CONDITIONS 1910.9 (1990 EDITION)
w/ CITY OF FORT COLUNS MODIFICATIONS aTV 9199)
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of -
Bonds and Insurance........................................5.14
defective Work - ............ .....
10.4.1. 13.5,13.13
final payment .... __ ...... .........................
9-12.14.15
insurance .........................................................
5.14
other Work, by CONTRACTOR
..........................7.3
Substitutes and "Or -Equal" Item;
..................... 0.7.1
Work b5'OWNER..............................2.5,
6.30, 6.34
Access to the -
Lands, OWNER and CONTRACTOR
responsibilities ..............................................
4.1
site. related Work ...............................................
7.2
Work. ..........................................
13.Z 13.14,14.9
Acts or Omissions-, Acts and Omissions -
CONTRACTOR
6-9.1. 9.13.3
ENGINEER ... . .................................
..... 6.20,9.13.3
OWNER ....................................................
0.20.8.9
Addenda --definition of (also see
definition of Specifications) .......(1.6.1.10,6.19),I.l
Additional Property Insurance* .................................
5.7
Adjustments -
Contract Price or Contract
Times ...........................).5.3.5.4.1.4.3.2,
4.5.2,
..............................4.5.3. 9.4. 9.5. 10,240.4,
....... ... I .......... -.11. IZ 14.8. 15.1
progress schedule .............................................. 6.6
Agreement. -
definition of ....................................................... J.2
"All -Risk" Insurance, policy fam ...........................5..6.2
Allowances. Cash ....................................................11.8
Amending Contract Document4 ................................ 3.5
Amendment. Written. -
in general ................J.10, 1.45, 3.5, 5.10, 5.12, 6.6.2
........................... O's-Z 6.19,10.1. 10.4,11.2
.................................... 12.1,13.12-2,14.7.2
Appeal, OWNER or CONTRACTOR
intent to ..........................9.10.9.11,10.4. 16.2. 16.5
Application for Payment --
definition o( ...................................................... J.3
ENGINEERs Responsibility ............................... 9.9
final payment.._,,,.,.,,,_, .9.13.4.9.13.5,14.12-14.15
in general,,,,,,,,,,,,,,,,,, 2. 8, 2.9, 5.6.4, 9. 10, 15.5
progress payment ........ ......... ............ 14.1-14.7
review of ....................... . _ .1 . - ....... 114.4-14.7
Arbitration .....................................................16.1.16.6
Asbestos --
claims pursuant thereto.. .................... . . 4.5 2, 4.5.3
CONTRACT OR authorized to stop Work. . .... _4.5.2
definition of. . . I. ... � ... I � ......... ........ ...... ...... .. 1.4
Article or Paragraph
Number
OWNER responsibility for ....... ........
............ 4.5.1,8.10
possible price and times change........................4.5.2
Authorized Variations in Work,,..,,.,,
3.6, 6.25, 6.27, 9.5
Availability of Lands ...... ......... .... _
_ ............ 4.1.8.4
Award, Notice of--Befitted.......................................1.25
Before Starting Construction ..............................
2.5-2.8
Bid -definition of, 1.5
(1.1.1.10,2.3.3.3.
- ........... ._.:4.2.6.4,6.13, IIA.3,119.1)
Bidding Documents -definition
of...........
Bidding Requirements --definition
Of ..........................................1.7
(1.1.4.2.6.2)
Bonds --
acceptance of ....................................................5.14
additional bonds ..................................
10.5,11.4.5.9
Cod of the Work, ............................................11.5.4
definition of .......................................................1.8
delivery o....................................................2.1,
5,1
final Application for Payment,,,,,,,,,,,,,,,
. 1412-14.14
general .. ..... ...............................
1,10, 5.1-5.3,5.13,
....... ........ I .......................
9.13.10.5,14.7.6
Performance, Payment and OtheT .....
_ ............ 5.1-5.2
Bonds and insurance -in general .................................5
Builder's risk "all-risk" policy form ........................5.6.2
Cancellation Provisions. Insurance_.......
5.4.11, 5.8, 5.15
Cash Allowances, ...................................................
JI.8
Certificate of Substantial Completion;,,,,,_
1.38,6.30.2.3,
......... .................. .....................
14.8,14.10
Certificates of Inspection, ...................
9.13.4,13-5,14.12
Certificates of Insurance .............2.7.
5.3, 5.4.11, 5.4.13.
.................5.6.5, 5.8,
5.14, 9.13.4, 14.12
Change in Contract Price -
Cash Allowances
31.9
claim for price
adjustment,,,,,...,,,, 4.1, 4.2.6,
4.5. 5.15, 6.8.2, 9.4
.................... 9.5. 9.11. 10.2, 10.5. 11.2- 13.9.
........................ 13.13, 13,14,
14.7. 15.1. 15.5
CON'TRACTORs fee .........................................11.6
Cost of the Work
general ........... ....................................
11.4-11.7
Exclusions to ..............................................
ILS
Cost Reocirdgk.
in general ............. 1.19.1.44,9.11.10.4.,) 10.4.3, 11
Lump Sum Pric4 .........................................
11.3.2
Notification of Surety .... ___ ..............
....... 10.5
Scope or, ...................................................
J031-10.4
Testing and Inspection,
Uncovering the Work ....... ..........
............... 13.9
EX*DCCENERAL CONDMONS 1910.9 (1990 EDMON)
w/aTY OF FORT COLLM MODMICATIONS (REV 9199)
Unit Price Work ............ ...................... __11.9
Article or Paragraph
Number
Value of Work
_11.3
Change in Contract Times --
Claim for times adjusim ent .......
:4.1, 4,2.6, 4.5, 5.15,
........ 6.8.2. 9.4. 9.5, 9.11, 10.2, 10.5. 12.1,
13.9. 13.13.
-time iiinitA
13.14. 14.7. 15.1, 15-5
Contractual .....................................12.2
Delays beyond CONTRACTOR!s
control ...
. ....................... 12.3
Delays boycn"d"6 3 and
CONTRACTORS control..........._
................12.4
Notification of surety ............................
........... 10.5
Scope of change .............................
.......... 10-3-10.4
Change Orders --
Acceptance ofDefective Work ..........................13.13
Amending Contract Documents ..........................3.5
Cash Allowances
11's
Change of Contract Price ... .................................
I I
Change of Contract Time; ...................................12
Changes in the Work ..........................................10
CONTRACTORS fee
11.6
Cost of the Work
11.4-11.7
Cost Records ....................................................11.7
.......*........*.......................J1.7
definition of .......... ........ ....
........................... 1.9
emergencies ...............................
. .................... 623
ENGINEERS responsibility ......
_9.8.10.4, I LZ IZ I
executionof.....................................................10.4
lademriffiction., .......................
0.12.6.16,6.31-6.33
Insurance, Bonds and,_,..,_„..............
5.10,5.13,10.5
OWNER may terminate ..................
........... 15.2-15.4
OWNER's Responsibility...... .......................
$.6,10.4
Physical Conditions —
Subsurface and .............................................4.2
Underground Facilities ..............................
4.3.2
Record Documents
619
Scope of Change .......................................
10.3-10.4
Substitutes
......... 6.7.3, 6.8.2
Unit Price Wok .......... I ....................
................ 31.9
value of Work, covered by .................................11.3
Changes in the Work....._..........................................10
Notification of surety .........................................10.5
OWNERS and CONTRACTORs
rcaporisibiliticA... ...................................
.... 10.4
Right to an adjustment ....................
I................10.2
Scope of change ........................................
10.3-10.4
Claims --
against CONTRACTOR......._._...
. ....... _ ...6.16
against ENGINEER ..............
..... . .............. 6.32
against OWNER ...................
.. . .........0.32
Change of Contract price... .
.. .... -.9.4.11.2
Change of Qntract Times ..........................9.4.
12.1
CON"IRACTOR's ............. 4. 7.1. 9.4. 9.5. 9,11. 10.2.
...........................11.2,
11.9, 111. 13.9. 14.8.
.....................................
15.1,15.5,17.3
C0NTR_4.CTOR!s Fee 11.6
Article or Paragraph
Number
CONTRACTOR's liability ........... 5.4.6.IZ 6.16, 6.31
Cost of the Work .......................................11.4,11.5
Decisions an Disputes ..............................
.9.11. 9.12
Dispute Resolution ............................................)6.1
Dispute Resolution Agreement ...................
16.1-16.6
ENGINEER as initial interpretcK .......................9.11
Lump Sum Pricing .........................................11.3.2
Noticeof ..........................................................17.3
OWNERs ....................9.4. 9.5. 9.11. 10.2.
11.2, 11.9
............... * ' 111. 13.9. 13.13, 13.14, 17.3
liability...........*
OWNEI& ....................................
5.5
OWNER may refuse to make payment, ................)4.7
Professional Fees and Court Costs
Included.. ..... .... .. ** ---- ** " ...................17.5
request for formal decision 011............................9.11
Substitute Items .................
.........*......* ... *
........... 6.7.1.2
Time Extension.. ........................... . .................
12-1
Time requirements .................................
Unit Price Work .............................................11.9.3
Value of
3.1.3
Waiver of --on Final Payment .................
34.14,14.15
Work Change Directive .....................................10.2
written notice required......................Q.11, I LZ 12.1
Clarifications and Interpretation;............ j.63,9.4,9.11
Clean Site
Codes of Technical Society, Organization
or Association .....................
Commencement of Contract Times
2.3
Communications —
general ..............................................
§.2,6.9.2, 3.1
Hazard Communication Programs ......................
6,22
Completion —
Final Application for Payment ..........................14.12
Final Inspection., ................. ..........................
14.11
Final Payment and Acceptance_ .............
J4.13-14.14
Partial Utilization ...........................................)4.10
Substantial Completion ...................... 1,39,14.8-14.9
Waiver of Claims ............................. ..............
14.15
Computation of Timm .............................
.17.2.1.17.2.2
Concerning Subcontractors, Suppliers
and Otherk ..................................................
G.M.11
Conferences --
initially acceptable schedule* ...............................
2.9
preconstruction, ..................................................
2.8
Conflict, Error, Ambiguity, Discrepancy --
CONTRACTOR to Report..........
2.5, 3.3.2
Construction. before starting by
CONTRACTOR
2. 1-z 7
Construction Machinery. Equipment. etc,__
� ............ 6A
Continuing the Work .................... ................
6.29,10.4
Contract Documents —
Amending..........................................................3.5
Bonds
5.1
EXMC GEHMAL comrnONS 1910-8 11"0 EDMON)
wi CITY OF FORT COUJM MODIRCATIONS (FtEV 9V99)
Cash Allouances ...11.8
Article or Paragraph
Number
Change of Contract Price .................... I...............11
Change of Contract Times ............. .........
. ........ 12
Changes in the Work ................................
10.4-10.5
check and verify . .. ............................................
2.5
Clarifications and
Interpretatiom ..........................3.2, 3.6,
9.4. 9.11
definition of .......... ..................... ....................
1.10
ENGINEER as initial interpreter of ....................9.11
ENGINEER as OWNER's representative... ...........
9.1
generaI3
Insurance...........................................................3.3
Intent
3.1-3.4
minor variations in the Work-- .............
3.6
OWNERs responsibility to furnish data .............
_33
OWNER3 responsibility to make
prompt payment ........ .................
8.3, 14.4,14.13
precedence ........................... ....................
3 1. 33.3
Record Documentsk ...........................................
fi. 19
Reference to Standards and Specifications
of Technical Societieq ...................................3.3
Related Work......................................................7.2
Reporting and Resolving Discrepancieq ........ ", 3.3
Reuse of .............................................................
1.7
Supplementing ..................................................1.6
Termination of ENGINEER's Employm ant ......... 8.2
Unit Price Work ...............................................
11.9
variations . .........................................
3.6,6.23. 627
Visits to Site, ENGINEMA ...............................
9.2
Contract Price -
adjustment of ................. 3.5. 4.1,
9.4. 10.3. 11.2-11.3
Changeof ...............................
........................... I I
Decision on Disputes ............ ...........................
9.11
defirtition of .............................
. ...................... 1.11
Contract Times --
adjustment of ...........................
3.5,4.1.9.4,10.3,12
Change of ................................................
12.1-12.4
Commencement of ...........................
__ ......... .... 2.3
definition of .....................................................1.12
CONTRACTOR -
Acceptance of Inummoe ...................................
----------..............
5.14
Communicationsi ........... ... I ................
I., ... §-16.9.2
Continue Work ........................................6.29.10.4
coordination and scheduling ............................0.9.2
definition o......................................................1.13
Limited Reliance on Technical
Data Authorized .........................................4.2.2
May Stop Work or Term irate._
.........................15.5
provide site access; to other..._
................... 7.2, 13.2
Safety and Protection ...................4.3.1.2,
6.16.6.18,
......................................
6.21-6.23.7.2,13.2
Shop Drawing and Sample Review
Prior to Submittal .......................................
g.25
Stop Work requirements........._..... ...... 4.5.2
CONTRACTOR's-
Article cr Paragraph
Number
Compensation, .... ......... ............... - .........
11,1411
Continuing ObligatioR ....................................
14.15
Defective Work ...............................9.6. 13.10-13.14
Duty to correct defective Work ..........................
13.11
Duty to Report --
Changes in the Work caused by
Emergency...........................................
6.23
Defects in Work of Others..............................7.3
Differing condition* ...................................4.23
Discrepancy in Docamtentsk ....... 2.5,3.3.2.6.14.2
Underground Facilities not indicated..........
4.3.2
Emergencies .....................................................
6.23
Equipment and Machinery Rental, Cost
of the Work
11.4.5-3
Fee -Cost Plus, ......................... J 1.4.5-6,11.5.1,
11.6
General Warranty and Guarantee; .......................0.30
Hazard Communication Programs ......................0.22
Indemnification ......... ............... 6.12.6.16.6.31-6.33
Inspection of the Work ..................... _ ........
7.3,13.4
Labor, Materials and Equipment ....................
0.3-6.5
Laws and Regulations, Compliance by.....,,,_„-
6.14.1
Liability Insurance ..............................................5.4
Notice of Intent to Appeal ................I........9.10,
10.4
obligation to perform and complete
theWork ....................................................0.30
Parent Fees and Royalties, paid for b.................
632
Performance and Other Bonds
_3.1
Permits, obtained and paid for by ...................
0.13
Progress Schedule ........................... Z6,18,19,6.6,
........................... j&N, 10.4.15.2
Reqttest for al decisionon disputes ........
...... 9.11
Responsibilities—
Changes in the Work ..................................10.1
Concerning Subcontractors, Suppliers
and Others
6.8-6.11
Continuing the Work ......... ........... __0.29,10.4
CONTPLAkCTORs experise ...........................6.7.1
CONTRACTORs General Warranty
and Guarantee
6.30
CONTRACTOR review prior to Shop
Drawing or Sample Submittal ................
0.25
Coordination of Work ................. ... ..........
6.92
Emergencies ...............................................
6.23
ENGINEERS evaluation. Substitutes
or "Or -Equal" Items .............................
6.73
For Acts and Omissions
of Others ............................. 0.91-6.9.2,9_13
for deductible amounts insurance...................5.9
general ........................................15, 7.2,
7.3, 8.9
Hazardous Communication Programs..........
6.22
IndemnificaticR ..................................
&31-6.33
vit EKMC MeM COMMONS 1910-9 OM EDMOM
w/ MY OF FORT COUDZ MODMCA110M OMV 91")
Labor, Materials and Equipment ............. 03-6.5
Laws and Regulations .................................6.14
Liability Insurance .................................. 5.4
Article or Paragraph
Number
Notice of variation from Contract
Documents ...........................................
627
Patent Fees and Royalties............................6.12
6.12
Permits.......................................................0.13
Progress Schedule .... .....................................
6.6
Record Documents .......................................
6.19
related Work performed prior to
ENGINEER approval of required
submittals .............................................0.28
safe structural loading .................................6.18
Safety and Protection_.__.............6.20, 7.2, 13.2
Safety Representative ............... ...................
621
Scheduling the Work ..................................6.9.2
Shop Drawings and Sample* ........................
0.24
Shop Drawings and Samples Review
by ENGINEER ......................................6.26
Site Cleanliness........_ ..... ..........
r x17
Submittal Procedures ...................................625
Substitute Construction Methods
and Procedures
6.7.2
Substitutes and "Or -Equal" Items .................
6.7.1
Superintendence ...........................................6.2
Supervision...................................................6.1
Survival of Obligations ................................634
Taxes 6.15
Tests and Inspections..................................13.5
ToReport ..................................................... ;.5
Use of Rem Les 0.16-6.18. 6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal ........................................ 6.25
Right to adjustment for changes in the Work., ... 10.2
right to claim,-.......... :4, 7.1, 9A, 9,5, 9.11, 10-Zl 1.2,
.) 1.9,12.1. 13.9, 14.8. 15.1, 15.5. 17.3
Safety and Proiecticq.................. . 6.20-6.22. 7.2, 13.2
Safety Representative ................................ ....... 6.21
Shop Drawings and Samples Submittals..,, 6.24-6.28
Special Consultants... ......... .......................... 11A.4
Substitute Construction Methods and Procedures 67
Substitutes and "Or -Equal" Items,
Expense .... ...................................... 6.7.1. 6.7.2
Subcontractors. Suppliers and Others .......... 15.8-6.11
Supervision and Superintendence .......... 6.1. 6.2, 621
Taxes. Payment by ......... .... ........................ 6.15
Use of Premises. ............ 1.6.16-6.18
Warranties and guaranteck ......................... 0.5.6.30
Warranty of Title..... ....................................14.3
Written Notice Required --
CONTRACTOR stop Work or terminate ....... 15.5
Reports of Differing Subsurface
and Physical Conditions ........................4.2.3
Substantial Completion................................14.8
Viii
CONTRACTORS --other 7
Caritrachuil Liabil ity Insurance.. 10
Contractual Time Limits ................. ..... .. ........ J2.2
Article or Paragraph
Num ber
Coordmation—
CONTRACTORs responsibility ..........
.............. 4.9.2
Copies of Documents .................................
.............. 2.2
Ccrrecticn Period ..................................................13.12
Correction. Removal or Acceptance
of Defective Work—
in general ...................................10.4.1. 13.10-13.14
Acceptance o[Defeefive Work ...........................13.13
Correction or Removal of
Defective Work........ .....................
.6.30,13.11
Correction Period .............................. .............
13.12
OWNER May Correct Defectruir Work ..............13.14
OWNER May Stop Work ............ ....................
13.10
Cost —
of Tests and Trispectiorts ....................................13.4
Records 11.7
Cost of the Work —
Bonds and insurance, additional ...................11.4.5.9
Cash Discounts..............................................11.4.2
CONTRACTOWsFee
11.6
Employee Expenses ....... .....................
. ...... 11.4.5.1
Exclusions t.....................................................11.5
General 11.4-11.5
Home office and overhead expenses ...............
11,5
Losses and damages .....................................
11.4.5.6
Materials and equipment................................11.4.2
Minorexpenses ............................. .............
j 1.4.5.8
Payroll costs an changes.................................11.4.1
performed by Subcontractors ............................
11.4.3
Recordsll.7
Rentals of construction equipment
and machinery.. ................ ....................
11.45.3
Royalty payments, permits and
license fees
11.4.5.5
Site office and temporary facilities ................11.4.5.2
Special Consultants, CONTRACTOR'S.............11.4.4
Supplemental .... ........................ . . . .........
.... 11.4.5
Taxes related to the Work ............................11.4.5A
Tests and Inspecticn, .........................................13.4
Trade Discounts .............................................11.4.2
Utilities, fuel and sanitary Ncilitie; ..............11.4.5.7
Work after regular hours .................................11.4.1
Covering Work..._......_ .................. . ..........
.... J3.6-13.7
Cumulative Remedies .................
.: ...... ... I ................
— 37.4-17.5
Cutting, fitting and patching...................................7.2
Data, to be furnished by OWNER ......................
....... ?.3
Day —definition of ................................................17.2.2
Decisions on Dispute....................................
. 9.11.9.12
defective —definition of ...........................................1.14
defective Work —
Acceptance of .......................................
10.4,1,13.13
EJ= SAL COMMONS 1910-9 OM EDMON)
w/ aTy cmn coLuNs morimcAmom atEv 91")
win at
Item No.
item Description
Unit
2016 Contract
Quantities
Proposed Unit Price
Proposed Contract Price
202.03
Planing Surface Preparation 5" to 10" - fAn Drum Width 70"
Square Yard
3,000
$ -
202.05
Planing Support - Labor, Equipment, Materials
Hour
30
$ -
203,02
Excavation - General Over 100 CY
Cubic Yard
1,000
$ -
203.03
Excavation - Mick
Cubic Yard
1.000
$ -
203.05
Borrow (Complete in Place) - Over 100 Ton
Tan
105
$ -
20B.03
Sitt Fence
Lineal Fool
50
$ -
210.01
Reset Mailbox
Each
1
$ -
210.06
Tyler 6850 Series, Item 58. 14' Valve Box Extension (Part Only)
Each
1
$ -
210.07
Tyler 6860 Series, 16' Valve Box Top Section Without Lid (Part Only)
Each
15
$ -
210.08
Tyler 6860 Series, 26" Valve Box Top Section Without Lid (Part Only)
Each
6
$ -
306.01
Subgrade Preparation
Square Yard
10,000
$ -
306.02
Asphalt Recycling (5-12') Bomag and Prep
Square Yard
5,000
$ -
307.10
Class C Fly Ash Delivered 8 Spread 12" Depth, 12% by weight
Square Yard
15.000
$ -
307.20
Stabilize Subgrade - Tilled, Watered. & Compacted
Square Yard
10.000
$ -
403.01
HNIA- Grading SX, (75) 58-28 Binder
Ton
1.000
$ -
403.06
FM Grading SG, (75) 64-22 Binder
Ton
1,000
$ -
630.04
Night Work Up -Charge
Per Night Worked
1
$ -
BID ALTERNATE - 1 CONTRACT COST
$ -
Correction or Removal of ...................... 10.4-1,13-11
Correction Period 13.12
in general........_ .... .. .. . ............ . . 13. 14.7, 14.11
Article or Paragraph
Number
Observation by ENGINEER ................................
9.2
OWNER May Stop Work ................ ................
13.10
Prompt Notice of Defects, .............. . ...............
..13.1
Rejecting...................................................
_ ...... 96
Uncovering the Work ........................... ...........
13.8
Definitions
I
Delays .................................... -4.1, 6.29, 113-114
Delivery of Bonds .....................................................2.1
Delivery of certificates of i;tsuranck ...........................2.7
Determinations for Unit Prices ........... .....................
9.10
Differing Subsurface or Physical Conditions —
Noticeof ................................... .............
.......4.2.3
ENGINEER'S Review ...............................
Possible Contract Documents Change,,,,,,,,,,,,,,
. 4.2.5
Possible Price and Times Adjuitmentii ..............
4.2.6
Discrepancies -Reporting
and Resolving, .. . .. ....................... 15, 3.3.2,
6.14.2
Dispute Resolution—
Agrccmcn�, .............................. ...............
16.1-16.6
Arbitration ................................................
16.1-16.5
gencra116
Mediation
16.6
Dispute Resolution Agreement... . .....................
16.1-16.6
Disputes, Decisions by ENGINEER ..................
9.11-9.12
Documents --
Copiesof ...........................................................
72
Record 6.19
Reuseof . ........ ................... ...............................3.7
Drawings —definition of ..........................................
J. 15
Easements
A.1
Effective date of Agreement — definition Qf... ...........
1.16
Emergencies... ................................ ------- ...........
6-23
ENGINEER —
as initial interpreter on dispute;; ................
9.11-9.12
defirution of ...............................
I .....1.17
Limitations on authority and responsibilities...,, 9.13
Replacement of .................................. .
......8.2
Resident Project Repircuntative...........................9.3
ENGINEEWs Consultant — definition o(
1.18
ENGIN[EER!s--
authority and responsibility. Limitations on ........ 9.13
Authorized Variations in the Work ....................
9.5
Change Orders, responsibility for,...... 9.7.10.11, 12
Clarifications and Interpretations ...............
343.9.4
Decisions an Disputes ................... — .........
9.11-9.12
defective Work, notice of, .............I....................13.1
Evaluation of Substitute items.........................6
7 3
Liability ...................................................0.32,
9.12
Notice Work is Acceptable ............ . . ...........
14.13
Observations .................................... ......
0.3O.Z 9.2
OWNER's Representative ... ............. .......... . ..... 9.1
Payments to the CONTRACTOR,
Responsibility for ..................................... 9.9,14
Recommendation of Payment ................... 14.4,14.13
Article or Paragraph
Number
Responsibilities —Limitations aix ................
9.11-9.13
Review of Reports an Differing Subsurface
and Physical Conditions_ ..... .....................
4-2.4
Shop Drawings and Samples, review
responsibility .................... ...... ........
...... 6.26
Status During CortstrucLion—
authorized variations in the Work .................9.5
Clarifications and Interpretations-„
................ 9.4
Decisions on Disputes ................ .........
9.11-9.12
Determinations on Unit Pricit ......................9.10
ENGINEER as Initial InterpreW-, ----
... 9.11-9.12
ENGINEERs Responsibilities ...............
.9.1-9.12
Limitations on ENGINEMs Authority
and Respon%ibilitic3 ..............................9.13
OWNER's Representative ....................
......... '01
Project Representative.. _..............................9.3
Rejecting Defective Work ..............................9.6
Shop Drawings, Change Orders
and Payments ...................................
9,7-9-9
Visits to Site ............................._.................9.2
Unit Price determinattorut
9.10
Visits to Site .................. .......... .................
_......9.2
Written consent required ..............................7.2,
9.1
Equipmcnk Labor, Materials and ......................
_03-65
Equipment rental. Cost of the Work ..................11.4.53
Equivalent Materials and Equipment.........................(.7
error or omission* ..................................................0.33
Evidence of Financial Arrangem . ......................
P.11
Explorations of physical conditions .......................
. 4.11
Fee, CONTRACTORs—Costs Plu...........................11.6
Field Order —
definition of, .....................................................1.19
issued by ENGINEER ............. ..................
3.6.1,9.5
Final Application for Payment, .............. ..............
14.12
Final Insp"tion...................................................14.11
Final Payment —
and Acceptance .............................. . .....
14.13-14.14
Prior to, for cash allovances ..............................11.8
General Provisions . .........
17.3-17.4
General Requirements —
definition of
1.20
principal references to ..............2.6, 6.4, 6.6-6.7, 6.24
Giving Notice ......................
JTI
Guarantee of Work —by 6&diAa6k ........
0.30.14.12
Hazard Communication Programs ...........................0.22
Hazardous Waste —
definition of .....................................................1.21
general......................................................
....... 4.5
OWNER's responsibility for ...............................8.10
EJIMCGENE"LCONDITIONS1910-909M EDMOM
wt aw OF FORT COUDES WDIFICATIONS OtEV SV")
Indemnification ......................
...0..12, 6.16, 6.31-6.33
Initially Acceptable Schedules...................................2.9
Inspection --
Certificates of ............. .......
__ .... P.13.4,13.5,14.12
Final............................. .............................
14.11
Article or Paragraph
Num ber
Special. required byENGINEER .........................9.6
Tests and Approval..... ........................ $1,13.3-13.4
Insurance -
Acceptance of, by OWNER ...............................5.14
Additional, required by changes
in the Work ..........................................11.4.5.9
11.4.5.9
Before starting the Work .............................
.....27
Bonds and --in general ..........................................
Cancellation Provisions .....................................5.8
Certificates of ...................2.7, 5, 5.3, 5.4.11, 5.4.13.
.... .... * .............. 5.6.5. 5.8, 5.14, 9.13.4.
14.12
om cpleted operations .....................................
5.4,13
CON7RACTOR's Liability .............................
_.5.4
CONTRACTORs objection to covcrige .............
$.14
Contractual Liability ............................. ........
5.4.10
deductible amounts, CONTRACTOR!s
responsibility ................................................5.9
Final Application for Payment .........................14.12
Licensed Insurers
$3
Notice requirements, material change;,,,,,,,
5.8,10.5
Option to Replace ........................ ....................
5.14
other special insurance* ..............................
-....5.10
OWNER as fiduciary for insureds ..............
5.12-5.13
OWNER's Liability ............................................
5.5
OWNER Pesponshility ....................................
8.5
Partial Utilization, Property Insuraxicq ...............3.15
Prcperty.....................................................
5.6-5-10
Receipt and Application of Insurance
Proceeds .. .......... "'* ...... * ..... .............
512-5.13
Special Insurance.. ........... __ ........ _ ...... _
......... 5.10
Waiverof Rights ..............................................
S.Il
Intent of Contract Documents ...... ........... ............
3.1-3.4
Interpretations and Clarifications .....................
343,9.4
Investigations of physical condition; ..........................4.2
Labor, Materials and Equipment ...........................
6.3-6.5
Lands --
and Easements
Availability of ................. ...........................
A.]. 8.4
Reports and Testk ....... ......................................
$.4
Laws and Regulations -Lam or Regulation -,-
Bonds... ........ ..................... .....................
5.1-5.2
Changes in the Work ............... ........................
10.4
Contract Document...........................................5.1
CONTRACTOWs Responsibilities .....................
¢ 14
Correction Period. defeclNe Work ....................)3.12
Cost of the Work, taxes ...............................
)1.4.5.4
definition of. . .. ...... _ ....... ..... ............
..1.22
general6,14
Indemnificatiork ......... ................. ............
6.31-6.33
Insurance, ........ ............................... _ ................ 53
Precedence 1. 3.3.3
Reference; to A.3.1
Safety and Protection .... ............ ........ __.6.20, 131
Subcontractors, Suppliers and Others,,,,,,,,,, 6.8-6.11
Article or paragraph
Nurn ber
Tests and Inspections, ............................ _....13.5
Use of Premises ............ ....................................
6.16
Visiu to Site.......................................................9.2
Liability Insurance.-
CONTRACTORs .............................. _ ...............
5.4
OWNERs.................. .......................................53
Licensed Sureties and Instire" .................................
Liens
5.3
--
Application for Progress Payment ......................14.2
CONTRACTORs Warranty of Title ....................14.3
Final Application for Payment ..........................14.12
definition of .....................................................123
Waiver of Claims ............................. . ............
J4.15
Limitations on ENGINEEWs authority and
responsibilities ..................................................9.13
Limited Reliance by CONTRACTOR
Authorized .......................................................4.2.2
Maintenance and Operating Manuals -
Final Application for Payment ..........................14.12
Manuals (of others) -
Precedence ...................................................
3.3.3.1
Reference to in Contract Document* ..................3.3.1
Materials and equipment-
finitished by CONTRACTOR ...............................0.3
not incorporated in Work ...................................14.2
Materials or equipment-equivalent...........................0.7
Mediation (Optional) ..............................................16.7
Milestones --definition of ........................................1.24
Miscellaneous --
Computation of Times .. . ....................... _ .. .
....... 17.2
Cumulative Remedies ........................................17.4
Giving Notice ....................................................17.1
Notice of Claim .................................................173
Professional Fees and Court Coo Included.....,._
J7.5
Multi -prime contracts .................................................7
Not Shown or Indicated
43.2
Notice of -
Acceptability of Project ....................................
14.13
Award, definition o( ....................... .... ............
J25
Claim...........................................................
J7.3
Defects.13.1
Differing Subsurface or Physical Condition;.,,,,,
4.2.3
Giving......................... ..................................
17A
Tests and Inspections ..................... __ ........
...... 313
Variation Shop Drawing and Samplo .................0.27
Notice to Proceed -
definition of ............................ _ .....................
1.26
givingof .............................................................
Z3
EJCDC MI Mt, COMITIONS 19104 (1990 EDMO?O
w/ aTY OF FORT COUM MOD11FICA71ONS OXV 91M
Notification to Surety._...........................................10.5
Observations, by INGINTER ...........................6.30,
9.2
Occupancy of the Work..................5.15,
6.30.2.4. 14.10
Omissions or acts by CONTRACTOR...............0.9. 9.13
Open Peril policy form, Insurance .........................5.6.2
Option to Replace ....................... .............................
$.14
Article or Paragraph
Number
'Or Equal' Items......................................................5.7
Other work 7
Overtime Work —prohibition of.................................6.E
OWNER --
Acceptance ofdefachve Work...........................13.13
appoint an ENGINEER......................................2.2
as 5duciary...............................................3.12-5.13
Availability of Lands. responsibility....................4.1
definition of, ................................. _ ...............
1.27
data.furnish......................................................8.3
May Correa Defective Work...........................13.14
May refuse to make payment ..................
.....)4.7
May Stop the Work........................................33.10
May Suspend Work
Terminate ...........................8.8. 13.10,
15.1-15.4
Payment, make prompt .._.................. $.3, 14.4,
14.13
performance of other work ..................................
7.1
permits and licenses, requirementg ....................0.13
purchased insurance requirements,,,,,,,,,,,,,,
5.665.10
OWN1 TRs--
Acceptance of the work ... ..........................
4.3025
Change Orders, obligation to executt........
8.6, 10.4
Comm unications...............................................
8.1
Coordination of the Work
7.4
Disputes, request for decisioq............................9.11
Inspections, tests and approvals ..................
$.7, 13.4
Liability Insurance .............................................
5.5
Notice of Defects..............................................13.1
Representative --During Construction,
ENGINEER's Status ......................................
9.1
Responsibilities —
Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material$.10
Change Orders, ............................................
8.6
Changes in the Work ........ ........... .......
..._... 10.1
communications
8.1
CONTRACT01;Vs respanst-bilitiq..................8.9
evidence of financial arrangementq..............$.11
Inspections, tests and approvals .....................8.7
insurance......................................................
8.5
lands and easements.....................................8.4
prompt Payment by... .....................................
8.3
replacement of ENGMER ...........................$.2
reports and tests ...........................................
8.4
stop or suspend Work ................. 0.8- 13.10.
15.1
terminate CONTRACTOIrs
services..........................................8.8.
15.2
separate representative at sits..............................9.3
testing independent .......................... ...13.4
............
use or occupancy
of the Work .........................5.15. 6.30.2.4, 14.10
written consent or approval
required... .... ................ . ......... 9.1.6.3,11.4
EJCDC GENERAL CONDMONS 1910.8 (1990 EDIT[ ON)
w; QTY OF FORT COLLINS MODIFICATIONS (REV won
Article or Paragraph
Number
written notice required ........................
7.1.9.4,9.11,
....................................ILL
.....**...............****ILZ 11-9,14-7,15.4
PCBs —
definition of ....................................................1.29
general................................. .......................
4.5
OWNEWs resporiability fir
8.10
Partial Utilization —
definition of.....................................................1.28
genem16_30.2.4.14.10
Property Insurance ............................................
5.15
Patent Fees and Royalties ........................................
6.12
Payment .. . .
*' '
I ... I., ........5.1-5.2
,Bonds
Payment - Recommendation of
Payments to CONTRACTOR and Completion —
Application for ProgressPayments ......................14.2
CONTRACTORs Warranty of Title
.... ............... 14.3
Final Application for Payment .........................14.12
Fins I Inspection .............................
................ J4.11
Final Payment and Acccptanop ..............
J4.13-14.14
general.......... ................................$3,
14
Partial Utilization .... .......................................
14.10
Retamage..........................................................14.2
Review of Applications for
Progress Payments ...............................
J 4.4-14.7
prompt pa.ment, ..........................
. . .................. P.3
Schedule of Values ........................
4..................14.1
Substantial Completion.... __. _.........
_. _... _.14.8-14.9
Waiver of Claims .............................................14.15
when payments due ................................
14.4,14413
withholding payment ...................
.................... 14.7
Performance Bonds ...................... ............
4 ........ 5.1-5.2
Permits
0.13
Petroleum —
definition of
130
general..............................................................
4.5
OWNEWs responsibility for,,,,,,,,,,,,,,,,
$.10
Physical Conditions --
Drawings of, in or relating tQ ........................
A2.1.2
ENIGINEER's review .........................................
4.2A
existing structures.._.........................................4.2.2
general4.2.1.2 ............................... .......................
Notice of DLffauig Subsurface or .....................
423
Possible Contract Documents (nww
4.2.5
Possible Price and Times Adjustment.*..............4.2.6
Reports and Drawings ......................................
41.1
Subsurface and, ................................................
_4.2
Subsurface Condition4 ...................................
4.2.1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized._ . .............
...... 4.2-2
Underground Facilities--
general.........................................................4.3
Not Shown or Indicud ..............................4.3.2
Protection of
_43, 6.20
Xii
Article or Paragraph
Number
Shown or Indicated
:4.3.1
Technical Data ...............................................
!4.2.2
Preconstruction Conference ............................
. .........
Preliminary Matters .................... ........... ................
__2
Preliminary Schedule* ...............................................2.6
Promises, Use of ............... _ ..... ..............
....... 6-16.6.18
Price. Change of Contract ................. ........................
I I
Price, Contract --definition of ..................................
ul
Progress Payment Applications fcr ..........................14.2
Progress Payment-.rctainag; ...... _ ...........................
14.2
Progress schedule, CONTRACTORs ...........
Z 6, 2.8.2.9,
................................. 6.6. 6.29. 10.4, 15.2.1
Project —definition of...............................................1.31
Project Representative--
ENGINEERs Status DuringConstructior%__. ...... 9.3
Project Representative, Resident --definition of .........1.33
prompt payment by OWNER .....................................8.3
Property Insurance --
Additional
53
generaU.6.5.10
Partial Utilization..............................5.15.14.10.2
receipt and application of proce%k ............
5.12.5,13
Protection, Safety and ..............................0.20.6.21.
13.2
Punch list
3:4.11
Radioactive Material--
defintion of .....................................................1.32
gen=14.5
OWNER's responsibility for ..............................
$.10
Recommendation of Payment ....... ........ J4,4,14.5,14.13
Record Documents
6.19,14.12
Records, procedures for maintaining ...............
.........2,8
Reference Points .......................................................4.4
Reference to Standards and Specifications
of Technical Societies .........................................3.3
Regulations, Laws and (or) ......................................
6.14
Rejecting Defective Work ...... ......... ..............
.......... 9.6
Related Work --
atSite ........... . ........................... ...............
7.1-7.3
Performed prior to Shop Drawings
and Samples submittals review .....................
628
Remedies. cumulative . ...........................
_ ...... 17.4,17.5
Removal or Correction ofDefective Work..
..... _ ------- 13,11
rental agreements, OWNER approval required,.., 11.4.5.3
rapleoement of ENGINEER, by OWNER . ...................
8.2
Reporting and Resolving
Discrepancies ................................2.5.3.3.2,
Reports
6.14.2
—
and Drawings .................................................4.2.1
and Tesm OWNER!s responsibility .....................8.4
Resident and Project Representative—
definition of ........... ........................................
J.33
provision for ............................................................. 9-3
EJCDC CEMRAL C01,DMONS 1910-9 (1990 EDMON)
w/aTY OF FORT COLUNSMODMCAMONS atEV 91")
Article or Paragraph
Number
Resident Superintendent, CONTRACTORS .......... -.6.2
Responsibilities--
CONTRACTOR!s-in general ..................................6
ENGINEER s-in general ........................................9
Limitations on, ............................................9.13
OWNERS -in general .............................................
8
Retainage........ ........... .......................................
14,2
Reuse of Docum ersts. ...............................................
. 3.7
Review by CONTRACTOR-- Shop Drawings
and Samples Prior to Submittal ..........................0.25
0.25
Review of Applications for
Progress Payment4 .....................................
14.4-14.7
Right to an adjustment ...........................................10.2
Riotsof Way- ...............................................I........4.1
Royalties, Patent Fees and .......................................
6.12
Safe Structural Loading ..........................................0.18
Safety -
and Protection ................................4.3.2, 6.16.6.18,
_ ............... .......... ........ 62M.21.12.13.2
general .....................................................
6- '. 6.23
Representative. CONTRACTOks .......................0.21
Samples -
definition of ......................................................1.34
general..................................................
J.2".28
Review by CONTRACTOR._..-._
.. . ......... 6.25
Review by ENGEJEE..............................6.26.
6.27
related Work .....................................................0.29
submittal oC ....... _ ........................................
6.24.2
submittal procedureil .........................................0.25
Schedule of progress .......... .................
2.6,2.&-2.9. 6.6,
..... . ...... ..6.29.10.4.15.2.1
. . . . . . . . .
Schedule rdShop Drawing. and S ampie
Submittals .............................. 2.6.2.8-19.
6.24-6.28
Schedule of Values..........._._.............Z6,
2.8-2.9. 14.1
Schedules -
Adherence to
15.21
Adjusting..... _ ..............................
... .............. 0.6
Change of Contract Time4 .................................10.4
Initially Acceptable ......................................
2.8.2.9
Preliminary ................................. .......................
Z6
Scope of Changes, ......................................
10.3-10A
Subsurface Conditions;
4.2.1.1
Shop Drawings -
and Samples. general ................................
6.24-6.28
Change Orders & Applications for
Payments. and.. . . .... ........................
.... _9.7-9.9
definition of ............................. ........................
1.35
ENGIN`HERs approval of .. ..............................
3-6.2
ENGINEER s responsibility
for review .....................................
9.7.6.24-6.28
related Work .....................................................6.28
review procedures, ..............................
2.8.6.24-6.29
Article or Paragraph
Number
submittal required., ..........................
........... 6.24.1
Submittal Procedures ..........................
......... .... 6.25
use to approve substitutions ...........................
_-6.7.3
Shown or Indicated ................................................4.3.1
Site Access ......................................................
7.2.13.2
Site Cleanliness .......................................................¢.
17
Site, Visits to -
by ENGINEER..............................
. ........... 9.2.131
byothers ............................... . ........................
33.2
.special causes of loss" policy form.
insurance
definition of . ....................................................
1.36
Specifications-
defination of ... ................................................
1.36
of Technical Societies, reference t9 .................. 3.3.1
precedence......................................................3.3.3
Standards and Specifications
of Technical Societies ........................................3.3
Starting Constructicim Before ..............................
Z-4-2.8
Starting the Work .....................................................2.4
Stop or Suspend Work -
by CONTRACTOR .............................
...... _ .... 15.5
by OWNER ......................................
9.8,13.10,15.1
Storage of materials and equipment ....................
4.1,7.2
Structural Loading, Safety .......................................
6.18
Subcontractor -
Concerning, ..............................................
J
definition of ..................... .........
............. ...... 1.37
delays........................... . ...............................
113
waiver of Tights .............................
.................
Subcontractors --in general ................................6.8
Subcontracts --required provisior4 ........
5.11. 6,11, 11.4.3
Submittals -
Applications for Payment .................................14.2
Maintenance and Operation Mwmal*. .............. 1412
Procedures
.....................
0.25
Progress Scll�e-q*
Zi% 7.9
Samples ...................... . ........ .
... ........... 0-24-6.28
Schedule of Values ...........................
........ 2.6,14.1
Schedule of Shop Drawings and Samples
Submissions ......................................2.6,
2.8-2.9
Shop Drawings ........................................
6.24-6.28
Substantial Completion -
certification of ............................
§.30.13,14.8-14.9
definition oC ....................................................
1.38
Substitute Construction Methods or Procedures....... 6.7.2
Substitutes and "Or Equal' Items ...............................6.7
CONTRACTOR!s Expem4t .............................0.7.1.3
ENGINEER`s Evaluation .................................6.7.3
"Or-Equal".................................................6.7.1.1
Substitute Caistruction Methods
X61 EX -DC MNBtAL COMN371ONS 1910.8 (19% EDIT10N0
wt C3TY OF FOPT COLUNS MODOCAMONS UtEV 91")
Article or Paragraph
Number
or Procedures ............................. ................ 6.7.2
Substitute Items
6.7.1.2
Subsurface and Physical Conditions. -
Drawings of, in or relatag to .........................4.2.12
ENGINEER's Review ......................................
4.14
general..............................................................
4.2
Limited Reliance by CONTRACrCR
Authorized.......... ................... .................
41.2
Notice of Differing Subsurface or
Physical Conditions ............ __ ............ ......
__:4.2.3
Physical Conditions ............... ...................
4.2.1.2
Possible Contract Documents Change,,,,,,,,,,,,,,,
4.2.5
Possible Price andTimes Adjustments...............4.2.6
Reports and Drawings .... .................................
4.2.1
Subsurface anA ............................... ...................
4.2
Subsurface Conditions at the Site..................4.2.1.1
Technical Data.................................................4.2.2
Supervision—
CONTRACTORs responsibility ............................0.1
0.1
OWNER shall not supervise ................................8.9
ENGINEER shall not supervisq ................9.2,
9.Z 9.13.2
Superintendence.......................................................0.2
Superintendent, CONTRACTOWs resident ...............6.2
Supplemental costs ....................................
......... J 1.4.5
Supplementary Conditions --
definition of .....................................................1.39
principal references tq .................1.10, 1. 18, 2.2. 2.7,
.......................4.2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9,
.5. 11, 6. &, 6.13, 7.4, 8.11, 9.3. 9. 10
Supplementing Contract Document; ..........................3.6
Supplier —
definition of .....................................................1.40
principal references tQ ........... 33, 6.5. 6.8-6.11,
6.20,
.......... * ......... 4.24,9.13.14-12
Waiver ...............................................0.11
Surety —
consent to final payment .......................
J4.12,14.14
ENGINEER has no duty to................................9.13
Notification of ........................ ...... _10,1.
10.5.15.2
qualification of .............................. ..............
5.1-5.3
Survival of Obligation ...........................................
6.34
Suspend Work. OWNER May .......................
J3.10. 15.1
Suspension of Work and Termination- ......................15
CONTRACTOR May Stop Work
or Terminate...............................................15.5
OWNER May Suspend Work ...................
. ........ 15.1
OWNER May Terminate .............................
15.2-15.4
Taxes —Payment by CONITRACTOR ........................0.15
Technical Data --
Limited Reliance by CONTRACTOK ................42.2
Possible Price and Times Adjustments ..............4.2.6
Reports of Differing Subsurface and
Physical Conditions ....................................4.2.3
Xiv
Temporary construction facilities. , .........................4.1
Article or Paragraph
Number
Termination —
by CONTRACTOR ...........................................15.5
by OWNER .........................................
8.8,15.1-15.4
of ENGMERs employment ...............................
fl.2
Suspension of Work-in general .............................j5
Terms and Adjectives ..............................................3.4
Tests and Inspections —
Access to the Work, by others ...........................13.2
CONTRACTOR's responsibilities.,
.................... J3.5
cost of 13.4
covering Work prior to ..............................
13.6-15.7
Laws and Regulations (or) ................................
13.5
Notice of Defects_ .................. ..........................
13.1
OWNER May Stop Work .... .........
........... I ... 13.10
OWN"EIVs independent testing ..........................13.4
special, required by ENGINEER .........................
9.6
timely notice required .......................................13.4
Uncovering the Work at ENGINEER's
request. ...............................................
13.8-13.9
Times —
Adjusting..................... .....................................
6.6
Change of Contract .............................................12
Computationof...............................................17.2
Contract Times —definition 4 ...........................1.12
day.........................................................17.2.2
Mlest ones ............................. --
........................ 12
Requirements —
appeals.............................. ...................
9.10,16
clarificatiorm
claims and disputes ..................9.11,
11.2,12
Commencement of Contract Time$ ................23
Preconstructicii Conference ...........................2.8
schedules .......................................... 2.6. 2.9. 6.6
Starting the Work ........................
.... __,_.2.4
Title, Warranty of ...........................
...................... J4.3
Uncovering Work ............................................
13.8-13.9
Underground Facilities, Physical Conditions —
definition of ....................................................JAI
Not Shown cr Indicated...._.. ..........................
4.3.2
protection of........._ ....... __ .......
. .............. 43,6.20
Shown or Indicated .................................
....... 4.3.1
Unit Price Work —
claims
definition of .......... ......... ......... . .................... 1.42
general 11.9. 14.1, 14.5
Unit Prices—
gencra111.3.1
Determination for
9.10
Use of Premise* ............................ _.
6.16. 6.19, 6.302.4
Utility owners .............................0.13, 6.20. 71-7.3. 13.2
Utilization, Partial ...................1.28. 5.15.
6.30.2.4.14.10
Value of the Work .......................................... ......................11.3
Values, Schedule of ................ ...........
-2.6, 24-19,14.1
EJCDC GMRAL CONDITIONS 19104 (t990 EDITION)
w/ a TY OF FORT COLUM MODMCA170M (REV 91")
Variations in Work —Minor
Authorized- ................... 6.25, 6.27, 9.5
Article or Paragraph
Number
Visits to Site --by ENGINEER . ...................................
9.2
Waiver of Claims —on Final Payment ......................14.13
Waiver of Rights by insured partie* .................
5.11,6.11
Warranty and Guarantee, General --by
CONTRACTOR ................................................6.30
Warranty of Title, CONTRACTORs ........................14.3
Work —
Accessto ..................... .....................................
t3.2
byothcrs, .............................................................
7
Changes in the .............................
...................... 10
Continuing the .. .............................
................. 0.29
CONTRACTOR May Stop Work
or Terminate .............................
. ............... 15.5
Coordination of.........._ ................
. ................... 7.4
Costof the .............................. .......
.......... 11.4-11.5
definition of ......................................................1.43
neglected byCONTRACTOR............................13.14
other Work
OWNER May Stop Work .................................
13.10
OWNER May Suspend Work... ................
13.10,15.1
Related, Work at Site ....................................
7.1-7.3
Startingthe ........................................................1.4
Stopping by CONTRACTOR .............................15.5
Stopping by OWNER .................................
15.1-15.4
Variation and deviation authorized, minor ........... 3.6
Work Change Directive —
claims pursuant to .............................................10.2
definition of.................................
................. ... 1.44
principal references tq ......................3.5.3.
10.1-10.2
Written Amendment —
definition of ......................................................1.45
principal references tc! .............. 1.10, 3.5. 5.10,15.12,
......................... 0.6.2,6.8.2.6.19,10.1,10.4,
...... ___ .............. _11.7,12.1,13.12.2,14.7.2
Written Clarificatiosts and
1riterpretation...................................
3.6.3. 9.4. 9.11
Written Notice Required —
by CONTRACTOR .............................
7.1. 9.10-9-11,
...........................................
10A, ILZ 12.1
by OWNER ........ . .......... 9. 10-9.11,
10.4, 11 -Z 13.14
xv FXW CEhU.AL CONDITIONS 1910 -8 0990 EDITION)
W/ MY OF FORT COLUNS MODMCATIONS (REV 9299)
(This page left blank intentionally)
EJCDC GENERA. CONDITIONS 1910•8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
GENERAL CONDITIONS
V "i i N AAm018f7PLIVM M
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the
meanings indicated which are applicable to both the
singular and plural thereof
1.1. Addenda—W'ntten or graphic instnanents issued
pior to the opening of Bids which clarify, correct or
duutge the Bidding Requirements or the Contract
Documents
11. '4greement—The written contract between OWNER
and CONTRACTOR covering the Work to be performed
other Contract Documents are attached to the Agreement
and made a part thereof as provided therein.
1.3. Application for Pnment—The forth accepted by
E�;GINEER which is to be used by CONTRACTOR in
requesting progress or final payments and which is to be
accompanied by such supporting ducumentation as is
required by the Contract Documents
14 Asbestos --Arty material that contains more than one
percent asbestos and is friable or is releasing asbestos Fibers
into the air above current action levels established by the
United States Occupational Safety and Health
Administration.
1.5. Bid —The offer or proposal of the budder submitted
on the prescribed form setting forth the prices for the Work
to be performed.
1.6. Bidig Doctmtenn—The advertisement or
invitation to Boa instructions to bidders, the Bid form, and
the proposed Contract Documents (including all Addenda
issued prior to receipt of Bids).
1.7. Bidding Requirements —The advertisement or
invitation to Bid instructions to bidders, and the Bid form
I.S. Bonds —Performance and Payment bends and other
instruments of security
1.9. Change Order —A document recommended by
ENGINEER, which is signed by CONTRACTOR and
OWNER and authorizes an addition deletion or revision ui
the Work, or an adjustmera in the Contract price or the
Contract Times, issued on or after the Effective Date of Ore
Agreement.
1.10. Contract Documents —The Agreement, Addenda
(which pertain to the Contract Documents),
CONTRACTOR's Bid (including documentation
accompanying the Bid and any post Bid documentation
submitted prior to the Notice of Award) when attached as
an exhibit to the Agreement, die Notice to Proceed the
Bonds, these General Conditions, the Suppleinalwy,
Conditions, the Specifications and the Drawings as the
EA -DC OE4ER4L CONDITIONS 1910-8 (1990 EMM)
at CITY OF FORT COLLI t5 MODIFICATIONS QtEV 42(D0a)
same are more specifically identified in the Agreement,
together with all Written Amendments, Change Orders.
Work Change Directives, Field Orden and ENGLNEER's
written interpretations and clarifications issued pursuant to
paragraphs3.5, 3.6.1 and 3.6.3 cn or after the Effective
Date of the Agreement. Shop Drawing submittals
approved pursuant to paragraphs 6.26 and 6_27 and the
reports and drawings referred to in paragraphs 4 "2.1 and
4.2.2 are not Contract Documents.
111. Conrrucl Price —The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in accordance with the Contract Documents as sated in
the Agreement (subject to the provisions of
paragraph 11 91 in the case of Unit Price Work)
1.12. Cordrucl Times —The numbers of days a the
darns sated in the Agreement: (i) to achieve Substantial
Completion, and (ii) to complete the Work so that it is
ready for final payment as evidenced by ENGINFER's
written recommendation of final payment in accordance
with paragraph 14.13
1.11 CON7RACTOR-=The person, firm or corporation
with whom OWNER has entered into the Agreement
114 defective —Art adjective which when modifying
the word Work refers to Work that is unsatisfactory, faulty
or deficient in that it does not conform to the. Contract
Documers, or does not meet the requirements of any
inspection, reference standard test or approval referred to
to the Contract Documents, or has been damaged prior to
ENGTNEER's recommendation of final payment (unless
responsibility for the protection thereof has been assumed
by OWNER at Substantial Completion in accordance with
paragraph 14.8 or 14.10)
1.15. Droxings--The drawings which show the scope,
extent and character of the Work to he furnished and
performed by CONTRACTOR and which have been
prepared or approved by ENGL�4EER and are referred to
in the Contract Documents. Shop drawings are not
Drawings as so defined-
1 16, Effeck.Y Date of doer Agiventent—The date
indicated in the Agreement on which it becomes effective,
but if no such date is indicated it meats the date on which
the Agreement is signed and delivered by the last of the
two parties to sign and deliver.
1.17. Eh'GINF_ER—The person, firm or corporation
named as such in the Agreement.
1.18. F— GATERS Co»salrud—A person first or
corporation having a contract with ENGINEER to furnish
services as ENGINEER's independent profesiomal
associate or consultant with respect to the Project amd who
is identified as such in the Supplementary Conditions
119. Field Order —A written order issued by
ENGINEER which orders minor changes in the Work in
accordance with paragraph 9.5 but which does not involve
a charge in the Contract Rice or the Conti act Tunes.
120. General Requirements -Sections of Division 1 of
the Specifications.
121 Hazardous Wavle -The term Hazardous Waste shall
have the meaning provided in Section 1004 of the Solid
Waste Disposal Act (42 USC Section 6903) as amended
from time to time.
1-22.a, Laws and Regulations: Laws or Regulations -Any
and all applicable laws, rules, regulations, ordinances,
modes and orders of any and all governmental bodies,
agencies. authorities and courts having jurisdiction.
1.22.b. Leal Hohdays-•shall be those holidays observed
by the City of Fort Collins
123. Lens -Liens. charges, security interest or
encumbrances upon real property or personal property
124. Ifilesrone- :A principal event specified in the
Contract Documents re tong to an intermediate completion
date or time prior to Substantial Completion of all the
Work.
L25 Aroiace oj.4ward-A written notice by OWNER to
the apparent sucuessful bidder stating that upon compliance
by the apparent successful bidder with the conditions
precedent enumerated therein, within the time specified
OWNTER will sign and deliver the Agreement
1.2.6. Notice to Proceed -A written notice given by
OWNER to CONTRACTOR (with a copy to ENGLN'EER)
fixing the date on which the Contract Times will
commence to run and on which CONTRACTOR shall start
to perform CONTRACTORS obligations under the
Contract Documents,
127. OWNER -The public body or authority,
corporation, assoeration, firm or person with whom
CONTRACTOR has entered into the Agreement and for
whom the Work is to be provided
1.28. Partial Utilization -Use by OWNER of a
substantially completed part of the Work for the purpose
for which it is intended (or a related purpose) prior to
Substantial Completion of all the Work.
1.29. PCBs -Polychlorinated biphenyls.
1.30. Petrokurn-Petroleum, including crude oil or any
fraction thereof which is liquid at standard conditions of
tern at and pressure (60 degrees Fahrenheit and
14.7 pounds per square inch absolute). such as oil,
petroleum, fuel oil oil sludge. oil refuse, gasoline, k=sene
and oil mixed with other non -Hazardous Wastes and crude
oils.
1.31. Project -The total construction of which the Work
to be provided trader the Contract Documents may be the
whole, or a part as indicated elsewhere in the Contract
Documems.
1.32 a. Radioactive dlatenal-Source, special nuclear, or
byproduct material as defined by the Atomic Energy Act of
EJC)C GENERAL CONDITIONS 1910-8(1990 Mum)
w/ CITY OF FORT COLD hS MODIFICATIONS (REV 42000)
1954 (42 USC Section 2011 et seq.) as amended from
time to time.
1 32.b. R"ar Workr iZ Hatay Regular working hots r
arc defined as TOO= to 6:00= unless otherwise
specified in the General Requirements
133- Resident Project Representative -The authorized
representative of ENGINEER who may be assigned to the
site or any part thereof.
1.34. Samples -Physical examples of materials•
equipment. or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will tie
judged
1.35. Shop Drawings -All drawings, diagrams,
illustrations, schedules and other data or information
which are specifically prepared or assembled by or for
CONTRACTOR a ai suhmated by CONTRACTOR to
illustrate some potion of the Work
136. Specifications --Those portions of the Contract
Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and
workmanship as applied to the Work and certain
administrative details applicable theretu.
1,37, Subcontractor -:Art individual, firm or corporation
having a direct contract with CONTRACTOR or with any
other Subcontractor for the performance of a part of the
Work at the site,
1.35. Substantial Completion -The Work (or a
specified part thereoQ has progressed to the point where,
in the opinion of ENGINEER as evidenced by
M1 GINEER's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with
the Contract Documents, so that the Work (or specified
part) can be utilized for the purposes for which it is
intended. or if no such certificate is issued when the
Work is complete and ready for final payment as
evidenced by ENGIIv-EER's written reournmenlation of
final payment in accordance with paragraph 14.13. The
terms "substantially complete" and "substantially
completed" as applied to all or part of the Work refer to
Substantial Completion thereof
139. Supplementary Conditions -The pert of the
Contract Documents which amends or supplements these
General Conditions.
1.40. Supplier -A manufacture, fabricator, supplier,
distributor, matermIman or veninr having a direct contract
with CONTRACTOR or with anv Subcontractor to
furnish materials or equipment to be incorporated in the
Work by CONTRACTOR or any Subcontractor.
141 Underground Facilities -All pipelines, conduits,
ducts, cables, wires, manholes. vaults taroks tunnels or
other such facilities or attachments, and any encasements
containing such facilities which have been installed
underground to furnish any of the following services or
City of
Fort Collins
Purchasing
ADDENDUM NO. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 8320: Asphalt Overlay
OPENING DATE: 3:00 PM (Our Clock) June 3, 2016
Financial Services
Purchasing Division
215 N. Mason St 2ntl Floor
PO Box 580
Fort Collins. CO 80522
970.221.6775
970, 221, 6707
fcgov.com/Purchasing
1. Conflicting Bid Opening dates were provided in the Invitation to Bid documents.
For clarification, the Bid Opening Date is June 3, 2016 at 3:00 PM.
Please contact Elliot Dale. Buyer at (970) 221-6777 with any questions regarding this
addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN
RECEIVED.
materials: electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable
television, sewage and drainage removal, traffic or other
control systems or water
1.42. Unit Price Work —Work to be paid for on the basis
of unit prices.
1.43. Rork —The entire completed construction or the
various separately identifiable _parts therecf required to be
furnished under the Contract Documents. Work includes
and is the result of performing or furnishing labor and
furnishing and mcorpomt rig materials and equipment into
the constrictim and performing or furnishing services and
furnishing documents, all as required by the Contract
Documents
1.44. Work Change Directive —A written directive to
CONTRACTOR issued on or after the Effective Date of
the Agreemcm and signed by OWNER and recommended
by LNGINEER. ordrirng an addition, deletion or revision
it the Work, or responding to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in pamgmph4.2 or 4.3 or to
anergencies ruder paragraph 6.23. A Work Change
Directive will not change the Contract Price or the Contract
Times, but is evidence that the parties expect that the
dump directed or documented by a Work Change
Directive will be imorpaated in a subsequently issued
Change Order following negotiatiorts by the parties as to its
effect, if any, on the Contract Price or Contract Times as
provided in paragraph 10.2
1.45. Written Ainencknent—A written amendment of the
Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the
Agreement and normally dealing with the nonengineering
or nontechnical rather than strictly consruction-related
aspects of the Contract Documents.
ARTICLE 2—PRELIA WARY MATTERS
Delivery of Bongs:
21 When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bands as CONTRACTOR may
be required to furnish in accordance with paragraph 5.1
Copies ofDocuments:
22 OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) of the Contract Documents as are reasonably
necessary for the execution of the Work. Additional copies
will be furnished, upon request, at the oust of reproduction.
Conrmencament ofConDnd Timer, ,Vance to Proceed•
2.3. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement, or,
EKDCOENERAL CotmlTIOM tvlo-s (1990 Edtim)
w/ CITY OF FORT COMM MODIFICATIONS 01EV V2000)
if a Notice to Proceed is given. on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at
any time with n thi ty days after the Effective Date of the
Agreement. r., _ ..:it ,>,_ r,-,_.,w T•-.-..
Ii
ef$id opertirtgor-the thirtieth day -aft three
ofthre r4yee era; wh ehrrer earlic
Scenting the Work:
2.4. CONTRACTOR shall start to perform the Work
out the date when the Contract Times commence to rum
but no Wok shall be dam at the site pia to the date on
which the Contract Times commence to tun
Before.Yarning Construction:
2.5. Before undertaking each part of the Work,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent
figures shown thereon and all applicable field
measurements CONTRACTOR shall promptly report in
writing to ENGINEER any conflict, error, ambiguity or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification flan
ENGINEER before proceeding with any Work affected
thereby; however, CONTRACTOR shall not be liable to
OWNER or ENGINEER for failure to report any conflict,
error, ambiguity or discrepancy in the Contract
Documents, unless CONTRACTOR knew or reasonably
should have known thereof.
2.6. Within ten days after the Effective Date of the
Agreement (unless otherwise specified in the General
Requirements), CONTRACTOR shall submit to
ENGINEER for review:
2.6.1. a preliminary progress schedule indicating
the times (nurnbers of days or dates) for starting and
completing the various stages of the Work, including
any Milestones specified in the Contract Documents:
2.6.2. a prelim irery schedule of Shop Drawing and
Sample submittals which will list each required
submittal and the times for submitting, reviewing and
processing such submittal;
16.2.1, In no arse will a schedule be
acceptable which allows less than 21 calendar
days for each review by Eneineer.
2.6.3. A preliminary schedule of values for all of
the Wort: which will include quantities and prices of
items aggregating the Contract Price and will
subdivide the Work into component parts in sufficient
detail to serve as the basis for progress payments
during construction Such prices will include an
appropriate amount of overhead and profit applicable
to each item of Work.
2.7. Before any Work at the site is started.
CONTRACTOR aril OWE shall eaeh deliver to the
other Owith copies to
identified inA* lementafy Conditions ENGINEER
certificates of insurance (and other evidence of insurance
tested by OWNER which
CONTRACfO —'e �."' estive4y are is required
to purchase and maintain in accordance with
paragraphs 5.4, SA -arc -547
1'reconsnverion Conference:
2.8. Within twenty days after the Contract Times start to
non, but before any lVark at the site is started, a conference
attended by CONTRACTOR ENGINEER and others as
appropriate will be held to establish a working
understanding among the parties as to the Work and to
discuss the schedules referred to in paragraph 2.6.
procedures for handling Shop Drawings and other
submittals processing Applications for Payment and
maintaining required records.
Inftlafly Acceptable Schedules:
2.9. Unless otherwise provided in the Contract
Documents,
Application for-Paynierit before any work at the site be¢ins
a conferera attended by CONTRACTOR, ENGINEER
and others as dysitnated by OWNER will be
held to review ort�acrtability to ENGINEER as provided
Wow the schedules submitted in accordance with
paragraph 2.6. and Division 1 - General Rem�irements.
CONTRACTOR shall have an additional ten days to make
corrections and adjustments and to complete and resubmit
the schedules No progress payment shall be made to
CONTRACTOR until the schedules are submitted to and
acceptable to ENGINEER as provided below. The
progress schedule will be acceptable to ENGINEER as
providing an orderly progression of the Work to
completion within arty specified Milestones and the
Contract Times, but such acceptance will neither impose on
ENGINEER responsibility for the sequencing, scheduling
or progress of the Work nor interfere with or relieve
CONTRACTOR from CONTRACTOR's full
responsibility therefor. CONTRACTOR's schedule of
Shop Drawing and Sample submissions will be acceptable
to ENGINEER as providing a workable arrangement for
reviewing and processing the required submittals
CONTRACTOR's schedule of values will be acceptable to
ENGIITEER as to form and substance.
ARTICLE 3-CONTRACT DOCUMENTS INTENT,
AMENDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
concerning the Work The Contract Documents are
complementary; what is called for by one is as binding as if
called for by all The Contract Documents will be
construed in accordance with the law of the place of the
Project.
3.2 It is the intent of the Contract Documents to
EJCDC GENERA(. CONDMOM 19104 (1990 Mw)
wl CITY OF FORT COI.IJNS MODIFICATIONS Qt W 4n000)
describe a functionally complete Project (or part thereof)
to be constructed red in accordance with the Contract
Documents. Any Work, materials or equipment that may
reasonably be inferred fron the Contract Documents or
from prevailing custom or trade usage as being required to
produce the intended result will be furnished and
performed whether or not specifically called for. When
words or phrases which have a well-known technical or
construction industry or trade meaning are used to
describe Work, materials or equipment such words or
phrases shall be interpreted in accordance with that
meaning. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
paragraph 9.4.
3.3. Reference to SYandardr and Speeifrcnrions of
Technical Societies,Reporting and Resohing
Diterepandesc
3.3.1. Reference to standards, specifications,
manuals or cocks of any technical society, organization
or association, or to the Laws or Regulations of any
governmental authority, whether such reference be
specific or by implication, shall mean the latest
standard, specifiatton, manual, code or Laws or
Regulations in effect at the time of opening of Bids (or,
on the Effective Date of the Agreement if there were
no Bids), except as may be otherwise specifically
stated in the Contract Documents.
3.3.2. If during the performance of the Work,
CONTRACTOR discovers any conflict, error,
ambiguity or discrepancy within the Contract
Documents or between the Contract Documents and
any provision of any such Law or Regulation
applicable to the performance of the Work or of any
such start" specification, manual or code or of any
instruction of any Supplier referred to in paragraph 6.5.
CONTRACTOR shall report it to ENGINEER in
writing at once, and, CONTRACTOR shall not
proceed with the Work affected thereby (except in an
emergency as authorized by paragraph 6.23) until an
amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
pamgaph3.5 or 3.6; provided however, that
CONTRACTOR shall not be liable to OWNER or
ENGINEER for failure to report any such conflict,
error. ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
knownthereof.
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the
methods vidicated in paragraph 3.5 or 3.6, the
provisions of the Cormact Documents shall take
precedence in resolving any conflict error, ambiguity
or discrepancy between the provisions of the Contract
Docurnems and:
3.3.3.1. the provisos of any such standard
specification, manual, code or instruction (whether
or not specifically incorporated by referents in the
Contract Documents); or
3 3.3.1 the provisions of am' such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
No provision of arry such standard, specification, manual,
code or instruction shall be effective to change the duties
and responsibilities of OWNER, CONTRACTOR or
ENGINEER or any of their subcontractors, consukams,
agents or employees from those set forth in the Conrad
Documents, nor shall it be effective to assign to OWNER,
ENGINEER or arty of ENGINEERs Consultants, agents or
employees any duty or authority to supervise or direct the
fern shing or performance of the Work or any duty or
authority to undertake responsibility inconsistent with the
provisions of paragraph 9.13 or arty other provision of the
Contract act Document.
3,4. Whenever in the Conrad Documents the terms "as
ordered", 'as directed", 'as required', "as allowed", "as
approved" or terms of like effect or import are used, or the
adjectives "reasonable% 'suitable', "acceptable", "proper"
or "satisfactory" or adjectives of like effect or import are
used to describe a requirement direction. review or
judgment of ENGINEIRR as to the Work, it is intruded that
such requirement, direction, review or judgment will be
solely to evaluate, in general, the completed Work for
compliance with the requirenetts of and information in the
Contract Documents and conformance with the design
concept of the completed Project as a functioning whole as
shown or indicated in the Contract Documents (unless there
is a specific statement indicating otherwise) 'The use of
any such term or adjective shall not be effective to assign to
ENGINEER any duty or authority to mpery se or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.13 or any other provision of the
Conrad Documents.
Amen6ng and Supplenentueg Contact Documents.
3.5. The Contract Documents may be amended to
provide for additions, deletions and revisions in the Work
or to modify the terms and conditions thereof in one or
more of the following ways:
3.5.1. a formal Written Amendment,
35.2. a Change Order (pursuant to paragraph 10.4),
or
6R"DCOENRA . CONDMOM 1910-8 (1990 Edda)
rr/ CITY OF FO0.T COW?6 MODIFICATIONS (REY 02000)
3.5.3. a Work Change Directive (pursuant to
paragraph 10.1).
36 In additicm, the requirements of the Contract
Documents may be supplemented. and mina variations
and deviations in the Work may be authorized, in one or
more of the following ways:
3.6.1. A Field Order (pursuant to paragraph 9.51
3.6.2. ENGTN Ms approval of a Shop Drawing or
Sample (pursuant to paragraphs 6.26 and 6.27), or
3.6.3. ENGDIEFlt's written imerpretation or
clerif catm (pursuant to paragraph 9 4).
Reuse ojDocumenes
3.7. CONTRACTOR and any Subcontractor or
Supplier or other person or organization performing or
furnishing any of the Work under a direct or irtdued
contact with OWNER (i) shall not have or acquire any
title to or ownersht'p rights in any of the Drawings,
Specifications or other documents (or copies of any
thereof) prepared by or the seal of ENGINEER or
ENGINEER'S Consultant, (ii) shall not reuse any of
such Drawings, Specifications, other documents or copies
on extensions of the Project or any other project without
written consent of OWNER and ENGINEER and specific
written verifiartian or adaptation by ENGINEER.
ARTICLE 4-AVAILABUJrY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
Availabi&}• ojl ands:
4.1 01AWER shall furnnish. as indicated in the Contract
Documents, the lands upon which the Work is to be
performed, rights -of -way and easements for access
thereto, and such other lands which are designated for the
use of CONTRACT OR. ,
6V WER _h_n ftelash i Gunn NG:F0 with a eemee
xk- -k;. -7a>-lx+-�nrkarm�l-wed
's-]non agairtsFsueh—lands--in
OWNER shall identify any encumbrances or restrictions
not of general application but specifically related to use of
lands so furnished with which CONTRACTOR will have
to comply in performing the Work. Easements for
permanent structures or permanent changes in existing
facilities will be obtained and paid for by OWNER unless
otherwise provided in the Contract Documents If
CONTRACTOR and OWNER are unable to agree on
entitlement to or the amount or extent of any adjustments
in the Contract Price or the Contract Times as a resuh of
any delay in OWNER's fitmishing these lands, rights -of.
way or easements, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12
CONTRACTOR shall provide for all additional lands and
access thereto that may be required for temporary
construction facilities or storage of materials and
equipment.
4..1 Subsurface and Physical Condtion ,
42.1. Reports and Drawings: Reference is made to
the Supplementary Conditions for identification of
4.2.1.1. Subsurface Con&fions: Those reports of
explorations and tests of subsurface conditions at or
contigguuous to the site that have been unhzed by
ENGNEER in preparing the Contract Documents;
and
4.2.1.2. Physical Carditions. Those drawings of
physical conditions in or relating to e:dsta g surface
or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been
utilized by ENGRTEER in preparing the Contract
Documents.
4 22- Limited Reliance by COMRACTOR Atdhorued'
Technical Data: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such repots and drawings are not
Contract Documents. Such 'technical data" is idemified in
the Supplementary Conditions. Except for such reliance on
such 'technical data', CONTRACTOR may not rely upon
or make any claim against OWNER, ENGINEER or any of
ENGINEER's Consultants with respect to:
4.=A. the completeness of such repots and
drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, metlwcls, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto, or
4222. other data interpretations, opinions
and information contained in such reports or shown
or indicated in such drawings, or
4.223. any CONTRACTOR interpretation of
or conclusion drawn from any 'technical data' or
airy' such data, interpretations, opinions or
information.
4.2.3. Nonce of Differing Substface or Physical
Conditions: If CONTRACTOR believes that any
Shsurface or physical condition at or contiguous to the site
that is uncovered or revealed either:
423.1. is of such a nature as to establish that
any 'technical data" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4.2.1 and
4,22 is materially inaccurate, or
4.23.2. is of such a nature as to require a
change in the Contact Documents, or
4.2.3.3 differs materially from that shown or
EJCDC CiMULU CONDITIONS 19105 (1990 Edition)
w1 CITY OF FORT 00W 1 3 MOD[t1CAT10NS Qt N aR000)
indicated in the CanlractDocuments, or
423.4. is of an unusual nature, and differs
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
the character provided for in the Contract
Documents, then
CONTRACTOR shall, pwrapily umme ately after
becoming aware thereof and before further disturbing
conditions affected thereby or performing arty Work in
correction therewith (except in an emergency as
permitted by paragraph 6.23), notify OWNER and
ENGINEER in wrung about such condition.
CONTRACTOR shall not further disturb such conditions
or perform any Work in cormection therewith (except as
aforesaid) until receipt of written order to do so.
42.4. E GINEER's Review: ENGINEER will
promptly review the pertinent conditions, determine the
necessity of OWNIER's obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of EN'GINEER's
findings and conclusions.
4.2.5. Possible Cantmct Documents Charge: If
ENGINEER concludes that a change in the Contact
Docum eats is required as a result of a condition that meets
one or more of the categories in paragraph 4.2.3, a Work
Change Directive or a Change Order will be issued as
provided in Article 10 to reflect and document the
consequences of such change.
4.2.6. Possible Price and 7bnes Ad reirnents.• An
equitable adjustment in the Contact Price or in the
Contract Tunes, or both. will be allowed to the extent that
the existence of such uncovered or revealed condition
causes an increase or decrease in CONTRACTOR's cost
of or time required for performance oC the Work; subject,
however, to the following:
4.2.6.1. such condition must meet any one or
more of the categories described in
paragraphs4.2.3.1 through 4.2.3A, inclusive,
4.2.6.2, a change in the Contract Documents
pursuant to paragraph 42.5 will not be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustment:
4.2.6.3. with respect to Work that is paid for
on a Unit Rice Basis, any adjustment in Contact
Price will be subject to the provisions of
paragraphs 9.10 and 11.9. and
42.6.4. CONTRACTOR shall not be entitled
to arty adjustment in the Contract Price or Times
if,
4.2.6.4.1. CONTRACTOR knew of
the existence of such conditions at the
time CONTRACTOR made a final
commitment to OWNER in respect of
Contract Price and Contract Times by the
submission of a bid or becoming bound
under a negotiated contract, or
42 6A ^ the existence of such
condition could reasonably have been
discovered or reveled as a result of any
examinatiorn, investigation, exploration,
test or study of the site and contiguous
areas required by the Bidding
Requirements cc Contract Documents to be
conducted by or for CONTRACTOR prior
to CONTRACTOR's making such final
commitment; or
41_.64.3. CONTRACTOR failed to
give the written notice within the time and
as required by paragraph 42.3.
If OW'.F,R and CONTRACTOR arc unable to agree on
entitlement to or as to the amount or knot of any such
equitable adjustmerit in the Contract Pnce or Contract
Time; a claim may be made therefor as provided in
Articles I I and 12. However, OWNER, ENGINEER and
ENGNEER's Consultants shall not be liable to
CONTRACTOR for any claims, costs, losses or damages
sustained by CONTRACTOR on or in connection with any
other project or anticipated project
4.3. Physical Con4laons—Underground Facilities:
4.3.1. Shoats orindeared• The information and data
shown or indicated in the Contract Documents with
respect to existing Unndergroud Facilities at or
contiguous to the site is based on information and data
furnished to OWNER or ENGINEER by the owners of
such Underground Facilities or by otters. Unless it is
otherwise expressly provided in the Supplementary
Conditions•
43.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data. and
4.3.1.2, The dross of all of the following will be
included in the Contact Price and CONTRACTOR
shall have full responsibility for (i) reviewing and
checking all such information and data, (d) locating
all Undergrourid Facilities showrn or indicated in the
Contract uments,(iii) coordination of the Work
with the owners of such Underground Facilities
during cornstruccort and (iv) the safety and
protection of all such Underground Facilities as
provided in paragraph620 and repairing any
damage thereto resulting from the Work.
4.3.2. Not .Shan; or Indicated: If an Underground
Faciliry is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents, CONTRACTOR shall, preatpdy
immediately after becoming aware thereof and before
finder disturbing conditions affected thereby or
Performing any Work in connection therewith (except
in an emergency as required by laragraph 6 23),
identify the owner of such Underground Facility and
EX'DCO&`1ERAL CONDITIOM 1910-8 (1990 Edam)
w/ CITY OF FORT OOLU M MODIFICATIONS ptEV 4.2000)
give written notice to that owner and to OWNER and
ENGINEER ENGINEER will promptly review the
Underground Facility and determine the etcnt, if
any, to which a change is required in the Contract
Documents to reflect and document the consequences
of the existence of the Underground Facility. If
ENGINEER concludes that a change in the Contact
Documents is requirecL a Work Change Directive or a
Change Order will be issued as provided in Article 10
to reflect and document such consequences During
such time, CONTRACTOR shall be responsible for
the safety and protect on of such Underground
Facility as provided in paragraph620
CONTRACTOR "A may be allowed an increase in
the Contact Price or an extension of the Contract
Times, or both, to the extet that they are attributable
to the existence of any Underground Facility that was
not shown or indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably have been expected to be aware of or
to have anticipated If OWNER and CONTRACTOR
are unable to agree on entitlement to or the amount or
length of any such adjustment in Contract Rice or
Contract Tomes, CONTRACTOR may make a claim
therefor as provided in Articles I 1 and 12 However,
OWNER, ENGNFER and ENGINEEks
Consultants shall not be liable to CONTRACTOR for
any claims, costs, losses or damages incurred or
sustained by CONTRACTOR on or in connection
with any other project or anticipated project -
Reference PoWs.
4.4. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGNEER's judgment are necessary to enable
CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
Work, shall protect and preserve the established reference
points and shall make no changes or relocations without
the prior written approval of OWNER. CONTRACTOR
shall report to ENGINEER whenever any reference point
is lest or destroyed or requires relocation because of
necessary changes in grades or location% and shall be
responsible for the accurate replacement or relocation of
such reference points by professionally qualified
personnel.
4.5. Asbestos, PCBs, Petroleum, Ha edous Waste or
Radioadne Material:
4.5.1 OWNER shall be responsible for any
Asbesms, FCD% Ntrolcumn, Haardous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings or
Specifications or identified in the Contract
Documents to be within the scope of the Weak and
which may present a substantial danger to persons or
property exposed thereto in connection with the Work
at the site. OWNER shall not be responsible for any
such materials brought to the site by
CONTRACTOR, Subcontractors, Suppliers or
anyone else for whom CONTRACTOR is
responsible
such--n--a'a itr-cunt-9�Y?1£R-sHnll--prwnptl?'
ezmnd:�v El^' c>arg-thr-rirctmatr &�r
tt evakretc- Ww h
GON7RAGT9R slibill rnat
8t1V-F hi T,elaied thewe and delivered to
!`!1\T ♦ �i'nn 'Y3h RTI^ali tta'rae' C)fip@Gif
Chet ouch- �r*tionandanya$ectedarmts-erhas-beam
renderedse
W specifying any spaial sondit;ons under whiohsuch
GO1T R,TOR-aanttottiNeenent-tear
r,._..a"11 Awe ...
VAV .
OR 18 be FeWAM4
either party may meke a-olrtim 2wrefor as -provided in
CA scone sae"iA
Domain rder -sash- pertwn -of
the Work "t is in oemeation
eonditierr-erin-sueheffeeted- area -io-be-dvk free
the 11!4. if Q%;E/ 'DD and MTTD AC-:;Q l
agree as to entitlement 4reF�of On
leted
4.5.4. T-e the fullest
hwinks5 G9?1' 7 A Subcexttnwters:
—4gencs.--00er
them-Grin-oral-agairnt-all- elaiae -east:,~ losses -and
damagzs- arising-+cut--o€--or—rasuking-€rota-sucdn
east; luny,
of langible
steludiAg--Ekefeess-ef�-fesaltutg-Uwrekmtr-and
_ . +ire
OWNER to inelamnify-any--parson-or�ntity-hcatn-and
EJCDC OEMaM CONDITION81910.8 (1990 Editim)
w/QTY OF FORT OOIiU 8 MODIRCATiONS(REV4r2000)
ARTICLE S-BONDS AND INSURANCE
Performance, Payment and OtherBondr.
5.1. CONTRACTOR shall furnish Perfomance and
Payment Bonds, each in an amount at least equal to the
Cor&act Price as security for the faithful performance and
payment of all CONTRACTOR's obi am under the
Contract Documents, These Bonds shad remain in effect
at least until one year after the date when final payment
becomes due, owept as provided otherwise byy Laws or
RegWatons or by the Contract Ihxtnnents.
CONTRACTOR shall also furnish such other Bonds as
are required by the Supplementary Conditions. All Bonds
shall be in the farm prescribed by the Contract Documents
eecept as provided otherwise by Laws or Regulations and
shall be crccuted by such sureties as are named in the
current list of 'Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Remsuui Companies. as blushed in
Chrcular570 (amended) by the Audit StaR'Bureau of
Government Financial Operations, U.S. Treasury
Department All Bonds signed by an agent must be
accompanied by a certified copy of such agenPs authority
to act.
5.2. If the surety on any Bond furnished by
CONTRACTOR is declared a bankrupt or becomes
insolvent or its right to do business is terminated in any
state where any pan of the Project is located or it ceases to
met the requirements of paragraph 5.1. CONTRACTOR
shall within ten days thereafter substitute another Bond
and surLty, both of which must be acceptable to OWNER
53. Licensed Sureties and Insurers; Certificates of
Insurance:
5.3.1, All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies that are dub,
licensed or audxxizcd in the jurisdiction in which the
Project is located to issue Bonds or insurance policies
for the limits and coverages so required Such surety
and insurance companies shall also meet such
additional requirements and qualifications as may be
provided in the Supplementary Conditions,
53.2. CONTRACTOR shall deliver to OWNER
with copies to each additional insured identified in the
Supplementary Conditions, certificates of insurance
(and other evidence of insurance requested by
OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain
in accordance with paragraph 5 4 O> nI
paragraphs 5.6 and-S-7hereof
C0N7R4CT0R'sLabiLW 1n=mxce:
5.4. CONTRACTOR Mall purchase and maintain such
liability and other insurance: as is appropriate for the Work
being performed and firrmslbd and as will provide
protection from claims set forth below which may arise out
of or result from CONTRACCOR's performance and
furnishing of the Work and CONTRACTORrs other
obligations under the Contract Documents, whether it is to
be performed or furnished by CONTRACTOR, any
Subcontractor or Supplier, or by anyone directly or
indirectly employed by any of them to perform or furnish
any of the Wait, or by anyone for whose acts any of them
may be liable-
5.4.1. claims under workers compensation, disability
benefits and other similar employee benefit acts;
5.4.2. claims for damages because of bodiy injury,
occupational sickness or disease, or th of
CONTRACTOR's employees,
5.4.3. claims for damages because of bodily injury,
sickness or disuse, or death of arty person other than
CONTR4CTOR'3 employees;
st�raetly-�related�ethe emp{ey neni-of Srnckr Pesswtby`
. <xateFperson-ferry
other ffeasert
5.4.5. claims for damages, other than to the Work
itxX because of injury to or destruction of tangible
property wherever located, including loss of use
resulting therefrom: and
5.4.6. claims for damages because of bodily injury or
death of any person or property damage arising out of
the ownership, maintenance or use of any motor
vehicle.
The policies of insurance so required by this paragraph 5.4
to be purchased and maintained shall'
S 4.7. with respect to insurance required by
paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9.
include as additional insureds (subject to any
customary a Iusion in respect of professional
liabilityry), OWNER, ENGINEER, ENGINEER's
Conutltants and any other persons or entities identified
in the Supplementary Conditions, all of whom shall be
listed as additional insureds, and include coverage for
the respective officers and employees of all such
additional mnureds:
5.4.8. include the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or required by Laws or
Regulations, whichever is greater,
54.9. include completed operations insurance:
E rW GENERAL CONDITIONS 1910-8 (1990 Edtim)
we CITY OF FORT COLLINS MODIFICATIONS (REV 4,7000)
5 4.10_ include contractual liability insurance
covering CO_NTRACTOR's indemnity obligations
under partgraphs 612, 6.16 and 6.31 through 6 33;
5.4-11. contain a provision or endorsement that the
coverage afforded will not be cancelled, materially
changed or renewal refused until at least thirty days
prior written notice has been given to OWNER and
CONTRACTOR and to each oiler additional insured
identified in the Supplementary Conditions to wham
a ortifwate of insurance has been issued (and the
certifica n of insunmoe furnished by the
CONTRACTOR pursuant to paragraph 5.3.2 will so
provide);
5.4.12. remain in effect at leas[ until final payment
and at all times therafta when CONTRACTOR may
be correcting, removing or replacing defective Wait
in accordance with paragraph 13 12; and
5.4_13. with respect to completed operations
insurance, and any insurance coverage written on a
claims -made basis, remain in effect for at least two
years a8er final payment (and CONTRACTOR shall
furnish OWNER and udn other additional instued
identified in the Supplementary Conditions to wham
a certificate of insurance has been issued evidence
satisfactory to OWNER and any such additional
insured of continuation of such insurance at foal
payment and one year thereafter).
OWNER's Liability Insurance:
5.5. In addition to insurance required to be provided
by CONTRACTOR under paragraph 5.4, OWNER, at
OWNER's option may purchase and maintain at
OWNER's expense OWNEWs own liability itrnuance as
will protect OWNER against claims which may arise from
operations wider the Contract Documents.
Property Insurance:
n..�J:.:...... rnxnso shall p ,•d�aa&wi
e, an he Werk at the site in the amatm
oo€-� j-a ice s}uih
a.�—M the
FI-
3-4-1 :__In,o...eonA she —u rhre.r'ls��Hli'?i�R;
txtitae�idanti€er€err-Hae�+uT'i+lamentary--C<uafe�xts;
each of whim-iy-deemed-t<r hare-»rrinvinal>k-iMrrzst
aA44i UFhe hsled ati 0n msurwlcr-addttN is &Ured;
5.6.2. be—'.rrtiir<ry
-knell
the telkw•trig- -pants -fire, ltg4t",--extended
t:o,€
removal—�emelitiett
RQUOR-a..ad L.. �.C,....�..,.,.,r „C t ....�.. __4 D—l.,r'.,....
c LTo J-_:ziR dt r:.rtpemtin dhe repmMr all
tlFl7hliWvr
er-atftnether kl nim that was ffiv i 11
0-ir, xrrttmg by
provided -that ,1wkraatemk-andequi(+tru+trt-have-teen
by E iCs�-and
c <�;II ea�{layment is
1rmh--other 4dchnmml
ai5lled.
5..7 8R''i•,'l;R shall- pure�+�nel matNum 5wh butler
as may be teQttif�d by-tHr-Sapplamaitary Fextditi�ns�e
aAd9ny-a411EF-peFSBFYreF-ent}EI65
is deeme4 to-' a an-Hi9lHabli-tnF0FC5t 9nd-9half %-ft9tt'%i-89
5.9. OWNER shall not be respmsible for purchasing
and mainmmmg any property insurance to protect the
uteaests of CONTRACTOR, Subcontractors or others in
talent, in Gontktom. The riska
cook,-4- and
-t(-any-et--tl+rm-iwrJt-pr�lpenv mtiunlrlcr
eaverage my. each may
-s-swrter'penw.
EJCDCOENFR& CONDITIONS 1910.8 (IM FAtiaO
10 ac/ CITY OF FORT COLLINS MODIFICATIONS (REV 4200D)
Su
ummedi or addlwnaI insureds in st+dr-pelieies-and
damagesfstcseA-br-the perils severed thereby. All
in the event -of -payment of any loss or damage the
i}te—HL4li17Ei5--0F 1--RStlFOr'-F�IQCIuiEiGF
dlrestets;-{ayes-atd-for all losses and
any -of -the 7ls covered suoh-pohmes and any
in --addition, Svetvrydl-9rzh -rights--+tgntn�.
rlabeert M6FeFx ET.t^ BIG P.,9
C,onsaluuNs-and all otlxr txentitiesidw&ified
1(1951v and••d8mage5-iB-60USB�- I'a{le above
making 9neh watVer - the-pfeaeeds -of
paya ey Be
........ M7
-to
�ckwther�r�44M+ured-by4QUW15Rt4010
YA l I N�• N. A N� • iz •
_ W _ . I
fili+lili141lyli�:::
Receipt andApp&ention of Insurance Procredc
5.12. Any insured loss under the policies of insurance
required by paragraphs 5 6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as fiduciary for the
insureds, as thew interests may appear, subject to the
requirements of any applicable mortgage clause and of
paragraph 5.13. OWNER shall deposit in a separate
account any money so roved. and shall distribute it in
accordance with such agreement as the parties in interest
may reach If no other special agreement is reached the
damaged Work shall be repaired or replaced the moneys so
received applied on account thereof and the Work and the
cost thereof covered by an appropriate Change Order or
Written Amendment.
5.13. OWNER as fiduciary shall have power to adjust
and settle any loss with the insurers unless one of the
parties in interest shall object in within fifteen days
after the occurrence of loss to OWNEWs exercise of this
power. If such objection be made, OWNER as fiduciary
shall make settlement with the insurers in accordance with
such agreement as the parties in interest may reach If no
such agreement among the parties in interest is reached
OWNER as fiduciary shall adjust and scale the less with
the insurers
a�^t"*gin der —shelf pie bond- fcx—ti+e
Acceptance of Bonds and Insxmnce Option to Replace:
5.14. If
OWNER has any objection to the coverage afforded by or
other provisions of the Bea4s err insurance required to be
purchased and maintained by the Mier wqy
CONTRACTOR in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, tke
11"th
0 NFR will
t14tj(y CONTRACTOR in writing within tan f1�p days
after fcee" deliverof the certificates (�r irknae
requested) to OWNER as required by paragraph 2.7.
e
i;<Ie'+tkd-as-the-otk+eFmwy--r.�ixw r�gwca:—lt-wither
party- does 'trek -pm ci once nr- maintain -all ef-the-Bo 6-arid
insurance- —required —of—swh parry—tv--dx�rtkract
writing of-su It Iiid re-tepumha,e-pftou-ke4he-stan 4the
a.L. rLe othff pa ma�ales to obtain aguyyy
$ertdsa-v>sce-�x's'r"i
nsat
tile-w4"M ef4itapaRy-whhl}wasregt+and to pfoAde-:uch
MA
Partial UdUzation—Property Insurance:
5.15, If OW:N'ER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
EXDcaENEtAr,CONNTIOM 1910-9 (1990 Edam)
W CITY OF FORT COMM MODIFICATIONS OLEV 42000)
Completion of all the Work such use or occupancy may
be accomplished in accordance with paragraph 14,1(k
pprrovided that no such use or occupancy shall commence
before the insurers providing the property insurance have
acknowledged notice thereof and in writing effected any
chon ges in coverage necessitated thereby. The insurers
providing the property insurance shall consent by
endorsement on the policy or policies, but the property
insurance shall not be cancelled or permitted to lapse on
account of any such partial use or occupancy.
ARTICLE 6—CONTRACTOR'S
Supendaon and Superintendence:
6.1, CONTRACTOR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attem cri thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Documents
CONTRACTOR shall be solely responsible for the means,
methods. techniques, sequences and procedures of
construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or specification
of a specific means, method, technique, sequence or
procedure of construction which is shown or indicated in
and expressly required by the Contract Documents
CONTRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Documents
6.2. CONTRACTOR shall keep on the Work at all
times during its progress a competent resident
superintendent. who shall not be replaced without written
notice to OWNER and ENGINEER except under
extraordinary circumstances The superintendent will be
CONTRACTOR's representative at the site and shall have
authority to ad on behalf of CONTRACTOR All
communications to the superintendent shall be as binding
as if given to CONTRACTOR
Labor, Maleriais and Equipment:
63 CONTRACTOR shall provide competent,
suitably qualified persomel to survey, lay out and
construct the Work as required by the Contract
Documents CONTRACTOR shall at all times maintain
good discipline and order at the site. Except as otherwise
required for the safety or protection of persons or the
Work or property at the site or adjacent thereto, and
except as otherwise indicated in the Contract Documents,
all Work at the site shall be performed during regular
working hours and WNTRA(7TOR will not permit
overtime work or the performance of Work on Saturday,
Sunday o any legal holiday without OWNER's written
consent given after prior written notice to ENGINEER.
CONTRACTOR shall submit requests to the 13hIGIt lEER
no less than 48 ham in advance of any Work to be
performed an Saturday. Sunday, Holidays or outside the
Regular Working Hours
6.4. Unless otherwise specified in the General
Requirements, CONTRACTOR shall furnish and assume
full responsibility for all materials, equipment, labor,
transportation, construction equipment and machinery,
tools, appliances, fuel, power. light, heat, telephone, water,
sanitary facilities, temporary facilities and all other
facilities and incidentals necessary for the furnishing,
performance, testing start-up and completion of the Work.
¢.4.1. Pnrah9mg Restrictions. CONTRACTOR
must canply with the City's purchasing [estrictions. A
coat of the resolutions are available for review in the
offices of the Purchasing arid Risk _:v_farm_ _gement
Division or the Citv Clerk's office.
6.4.2. Cement Restrictions: City of Fort Collins
Resolution 91-121 reauaes that suvaiiers and Producers
of cement or pro ducts coraain ng cement m certifythat
the oement was not made in cement kilns that bum
hazardous waste as a fuel
6.5. All materials and equipment shall be of good
quality and new, except as otherwise provided in the
Contract Docaments All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWNER If required by ENGINEER,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and
quality of materials and equipment All materials and
equipment shall be applied installed connected, erected
used, cleaned and conditioned in accordance with
otstructi finis of the applicable Supplier, except as otherwise
provided inthe Contract Documents.
Prog ecrSckedrle
6.6. CONTRACTOR shell adhere to the pmgre_cs
schedule established in accordance with paragraph 2.9 as it
may be adjusted from time to time as prow ided below:
6.6.1. CONTRACTOR shall submit to ENUINEER
for acceptance (to the extent indicated in
paragraph2.9) proposed adjustments in the progress
schedule that will not charge the Contract Times (or
Milestones). Such adjustments will conform generally
to the progress schedule then in effect and additionally
will comply with any provisions of the General
Requirements applicable thereto.
6.6.2, Proposed adjustments in the progress schedule
that will charge the Contract Times (or Milestones)
shall be submitted in accordance with the requirements
of paragraph 12.1. Such adjustments may only be
made by a Change Order or Written Amendment in
accordance with Article 12.
6.7. Substitutes and "Or -Equal" Items:
6.7.1. Whenever an item of material or equipment is
specified or desexrbed in die Contract Documents by
using the name of a proprietary item or the name of a
Particular Supplier, the specification or description is
intended to establish the type, function and quality
required- Lkiless the specification or description
EJCDCOEMRAL CONDIMOM 1910-8 (1990 EAitim)
12 ww QTY OF FORTCOWM4 MODIFICATIOT-S(REV42000)
contains or is followed by words reading that no lilx,
equivalent or "or -equal" item or no substitution is
permitted, other items of material or equipment or
material or equipment of other Suppliers may be
accepted by ENGINEER under the following
circumstances:
6.71.1. 'Vr-Equal" If in ENGIN-E6R's sole
discretion an item of material or equipment
proposed by CONTRACTOR is functionally
equal to did named and sufficiently similar so that
no change in related Work will be required it may
be consdered by ENGINEER as an "or l"
item, in which case review and approval of the
proposed item may, in ENGINEER's sole
discretion, be accomplished without compliance
with some or all of the requirements for
acceptance of proposed substitute items.
6.7.1.2. Substitute Items: If in ENGINEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR does not qualify as
an "or -equal" item under subparagraph 6.71.1, it
will be considered a proposed substitute item.
CONTRACTOR shall submit sut{cwnt
information as provided below to allaw
ENGINEER to determine that the item of material
or equipment proposed is essentially equivalent to
that named and an acceptable substitute therefor.
The procedure for review by the ENGINEER will
include the following as supplemented in the
General Requirements and as ENGINEER may
decide is appropriate alder the circumstances.
Requests for review of proposed substitute items
of material or equipment will not be accepted by
ENGLT,'EER from anyone other than
CONTRACTOR If CONTRACTOR wishL-, to
furnish or use a substitute item of material or
equipment. CONTRACTOR shall first make
written application to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design be similar
in substance to that specified and be suited to the
same use as that specified The application will
state the extent, if any, to which the evaluation
and acceptance of the proposed substitute will
prejudice CONTRACTOR's achievement of
Substantial Completion an time, whether or not
acceptance of the substitute for use in the Work
will require a charge in any of the Contract
Documents (or in the provisions of any other
direct contract with OWNER for work on the
Project) to adapt the design to the proposed
substitute and whether or not incorporation or use
of the substitute in connection with the Work is
subject to payment of any license fee or royalty.
All variations of the proposed substitute from that
specified will be identified in the application and
available maintenance, repair and replacement
service will be indicated The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly &=
acceptance of such substitute, including costs of
redesign and claims of other contractors affected
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020
Notice Inviting Bids
00020-1 - 00020-2
00100
Instruction to Bidders
00100-1 - 00100-7
00300
Bid Form
00300-1 - 00300-4
00400
Supplements to Bid Forms
00400-1
00410
Bid Bond
00410-1 - 00410-3
00420
Statements of Bidders Qualifications
00420-1 - 00420-7
00430
Schedule of Major Subcontractors
00430-1
'i•].r1i:7_L�i�Z�Z�i�Jul`.i��
00500
Agreement Forms
00500-1
00510
Notice of Award
00510-1
00520
Agreement
00520-1 - 00520-5
00530
Notice to Proceed
00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1 - 00610-2
00615
Payment Bond
00615-1 - 00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
00650
Lien Waiver Release (Contractor)
00650-1 - 00650-2
00660
Consent of Surety
00660-1
00670
Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700
General Conditions
00700-1 - 00700-54
Exhibit GC -A GC -Al - GC-A2
00800
Supplementary Conditions
00800-1 - 00800-2
00900
Addenda, Modifications, and Payment
00900-1
00950
Contract Change Order
00950-1
00960
Application for Payment
00960-1 - 00960-4
SPECIFICATIONS
DUST PREVENTION AND CONTROL MANUAL
EROSION CONTROL AND INLET PROTECTION
by the resulting change, all of which will be
considered by ENGINEER in evaluating the
proposed substitute. ENGINEER may rcgt�re
CONTRACTOR to furnsh additional data shout
the proposed substitute
6.7.13. COMRACTOR's Expenre: All data to be
provided by CONTRACTOR in support of any
proposed "or -equal" or substitute item will be at
CONTRACTOR's expense.
6.7.2. SubsbWe Construction Methods or
Procedures: If a q=ific means, method, technique,
sequence or procedure of construction is shown or
indicated in and expressly required by the Contract
Documents, CONTRACTOR may famish or utilize a
substitute meatus, method, technique. sequence or
procedure of construction acceptable to ENGINEER.
CONTRACTOR shall submit sufficient information to
allow ENGINE ER, in ENGINEER's sale discretion, to
determine that the substitute proposed is equivalent to
that expressly celled for by the Contract Documents.
The procedure for review by ENGINEER will be
similar to that provided in subparagraph 6.7.1-2
6.73. Engineer's Evahearion: ENGINEER will be
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to
paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the
sole judge of acceptability. No "Or -equal. or
substitute will be ordered, installed or utilized without
ENGIN'EER's prior written acceptance which will be
evidenced by either a Change Order or an approved
Shop thawing. OWNER may require
CONTRACTOR to runtish at CONTRACTOR's
expense a special performance guarantee or other
surety with respect to any "or -equal" or substitute.
ENGINEER will record time required by
ENGINEER and LNGINEER's Cortsultvts in
evaluating substitutes proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.7.11. and
6.7.2 and in making changes in the Contract
Documents (or in the provisions of any other direct
contract with OWNER for work on the Project)
occasioned thereby. Whether or not ENGINEER
accepts a substitute item so proposed or submitted by
CONTRACTOR CONTRACTOR shall reimburse
OWNER for the charges of ENGINEER and
ENGINEERS Consultants for evaluating each such
proposal substitute item.
6.8. Concerning Sukew actors, Suppliers and
Viers:
6XI CONTRACTOR shall not employ any
Subcontractor, Supplier or other person or organization
(indudmg those acceptable to OWNER and
ENGINEER as indicated in paragraph 6.8.2), whether
initially or as a substitute, against whom OWNER or
ENGINEER may have reasonable objection.
CONTRACTOR shall not be required to employ any
Subcontractor, Supplier or other person or organization
to furnish a perform arry of the Work against whom
CONTRACTOR has reasonable objection
EJCDC GENEK& CONDITIOM 1910-8 (1990 Edtim)
w/ CITY OF FORT COLUNS MODIFICATIONS nN 412000)
6.9.
CONTRACTOR shall perform not less than 20
percent of the Work with its own forces (that is
without sulxxrma .The 20 scent ement
shell on to refer N he Wor the value of
which totals not less than 20 ==t of the Cattrad
Price
6.8.2. Bid
Documents require the ideuity of certain
Subcontractors, Suppliers or other persons or
organizations (including those who are to famish the
principal items of materials or equipment) to be
submitted to OWNER
date prior to the Effective Date of the Agreement for
acceptance by OWNER and ENGINEER, --and- if
rnk9PdkGrnn had _.hM.,._d _ It* a.___c _
accordertee--witlrthe Supplementary C ti
OWNER's or ENGINEER's acceptance (einccr in
writing or by failing to make wTinen objection thereto
by the date indicated for acceptance or objection in
the bidding documents or the Contract Documents) of
any su�raetor,-Stapplier OF other pa
be Feveleed on th
basis of-reoisorrable�bjeotiena{ier--tuts investigation,
JSNGINFtLR. No acceptance pY OWNrsrc Orr
ENGINEER of any such Subcontractor. Supplier or
other person a organization shall constitute a waiver
of any right of OWNER or ENGINEER to reject
defective Work.
69.1. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all ads and omissions
of the Subcontractors, Suppliers and other persons
and organimions performing or famishing any of the
Work under a direct or indirect contract with
CONTRACTOR just as CONTRACTOR is
respo Liwbk for CONTRACTOR's own acts and
a sismors. Nothing in the Contract Documents shall
create for the bertefrt of any such Subcontractor.
Supplier or other person or organization any
corructual rclatiorship between OWNER or
ENGINEER and any such Subcontractor, Supplier or
Other person or Organization. net shall it create any
obligation on the pan of OWNER or ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor. Supplier or other person or
organization except as may otherwise be required by
Laws and Regulations. OWNER a GINE%ma
furnish to am• subcontractor. supplier or other perstm
or tion evidence of amowa paid to
CONTRACTOR in accordance with
CONTRACTOR'S "Aoolicatio s for Payment".
13
6.9.2. CONTRACTOR shall be solely responsible
for scheduling acid coordinating the Work of
Subcontractors. Suppliers and other persons and
organimtions performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR CONTRACTOR shall require all
Subeonttactcrs, Suppliers and such other persons and
organizations performing or furnishing any of the
Work to communicate with the ENGINEER through
CONTRACTOR
6.10. The divisions and saYiors of the Specifications and
the identifications of arty Drawings shall not control
CONTRACTOR in dividing the Work among
Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11. All Work performed for CON -TRACTOR by a
Subcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and the
Subcontractor or Supplier which specifically binds the
Subcontractor or Supplier to the applicable terms and
conditions of the Contract Documents for the benefit of
OWNER and ENGINEER. VAwneverany-such-egraemanf
additienal ireurcd on-ihr- epeny—inw,fanerIrevided--in
liar: %41
..'FZ�`r-t�rtsultams--end a4 eiw
arising out of atiesulengfrcvt* eny-af she -perils="
the tr-..a. If the :_.. ,--any_sueirpoFiai Feyuwe
Patent fees and Royntties•
6.12. CONTRACTOR shall pay all license fees and
royalties and assume all cons incident to the use in the
performance of the Work or the incorporation in the Work
of any invention, design, process, product or device which
is the subject of patent rights or copyrights held by others.
If a particular invention, design, props, product or device
is specified in the Contract Documents for use m the
performance of the Work and if to the actual knowledge of
OWNER or ENGLNEER its use is subject to patent rights
or copyrights callvg for the payment of arty license fee or
royalty to other, the exsstence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
fullest extent permitted by Laws and Regulations.
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGLNHEF, ENGINEER's Consultants and the
officers, directors, emplovees, agents and other consultants
of each and any of then from and against all claims casts,
losses and damages arising out of or resulting fiom any
infringement of patent rights or copyrights incident to the
use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design,
{pp�rrocess, product or device not specified in the Contract
Docwaets
EICDCOENEEAL CONDITIOM 19108 (1990 E(1tioi)
14 w/CITYOFFORTC)OWMMODIRCAnOMOtEN42000)
Permits
6.13. Unless otherwise provided m the Supplementary
Conditions, CONTRACTOR shall obtain aid pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR when necessary, in obtaining such
permits and licenses. CONTRACTOR shall pay all
governmental charges and inspection fees necessary for
the prosecution of the Work, which are applicable at the
time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners for connections to the
Work and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees.
6.14. LawsandReguladans:
6.14.1. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except
where otherwise expressly required by applicable
Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONIRACTOR's compliance with any Laws or
Regulations.
6.14 If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary
to Laws or Regulanars, CONTRACTOR shall bear
all claims, costs, losses and damages caused by,
arising out of or resulting therefrom; however, it shall
not be CONTRACIOR's primary responsibility to
make certain that the Specifications and Drawings are
n accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR of
CONTRACTOR's obligations untie paragraph 3.3.2.
Tara
6.15. CONTRACTOR shall pay all salm consumer,
use and other similar taxes required to be paid by
CONTRACTOR in accordance with the Laws and
Regulations of the place of the Project which are
applicable during the performance of the Work.
6.15.1. OWNER is exempt from Colorado State and
local sales and use taxes on materials to be
yermapently inncoroon sted into the project. Said taxes
shall not be included in the Contract Price.
Address:
Colorado Department of Revenue
State Capital Armcx
1375 Sherman Street
Deriver, Colorado, 80261
Salts and Use Taxes for the State of Colorado
Reaianal Trattmirtation District (RTD) and certain
Colorado counties are collected by the State of
Colorado and ate included in the Ceru5cation of
Exemption.
All applicable Sales and Use Taxes (including State
collected taxes), on any items other than construction
and building materials physically inoottxuated into the
protect are to be paid by CONTRACTOR and are to
6Included in approor1 bid items
Use ofPnrniser•
616. CONTRACTOR shall confine construction
equipment, the storage of materials and equipment and the
operations of workers to the site and land and areas
identified in and permitted by the Contact Documents and
other lard and areas permitted by Laws and Regulations,
rights -of -way. permits and casements, and shall not
unreasonably encumber the premises with construction
equipment or other materials or equipment.
CONTRACTOR shall assaume full responsibility for arty
damage to any such land or area, or to the owner or
occupant thereof or of any adjacent land or areas, resulting
from the performance of the Work. Should any claim be
made by any such owner or occupant because of the
performance of the Work, CONTRACTOR shall promptly
settle with such other party by negotiation or otherwise
resolve the claim by arbitration or other date resolution
proceeding or at law. CONTRACTOR shall, to the fullest
extent permitted by Laws and Regulations, mdernmfy and
hold harmless OWNER, ENGINEERZ FNGINEER's
Consultant and anyone directly or indirectly employed by
any of them from and against all claims, costs, losses and
damages arising out of or resulting from any claim or
action, legal or equitable, brougln by any such owner or
occupant against OWNER ENGIINIEER or any other party
i ndemni5ed hereunder to the intent caused by or based
upon CONTRACTOR's performance of the Work
6.17 During the progress of the Work. CONTRACTOR
shall keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the
Work At the completion of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premises as well as all tools, appliances,
construction equipment and machinery and surplus
materials. CONTRACTOR shall leave the site clean and
ready for occupant' by OWNER at Substantial
Completion of the Work. CONTRACTOR shall restore to
original condition all property not designated for alteration
by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part
of arry structure to be loaded in any manner that will
endmiger the structure, nor shall CONTRACTOR subject
any part of the Work or adjacent property to stresses or
pressures that will endanger it.
Record Documents:
E)CDC OENF1i.4L CONI)MO B 1910-8 (1990 Edam)
w/ CITY OF FORT COLLIM MODIFICATIONS (REV 412000)
6.19, CONTRACTOR shall maintain m a safe place at
the site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
Change Directives, Field Orders and written
in[uFeetations and clarifications (issued pursuant to
p aragnaph 9.4) in good order and annotated to show all
changes made during construction These record
documents together with all approved Samples and a
counterpart of all approved Shop Drawings will be
available to ENGINEER forroference. Upon completion
of the Work, and prior to release of final payment, these
record documertA Samples and Shop Drawings will be
delivered to ENGINEER far OWNER.
Safety and Proeeedon:
6.20. CONTRACTOR shall be responsible for
initiating, maintaining and supervising all safety
precautions and programs in correction with the Work.
CONTRACTOR shall take all necessary precautions for
the safety of and shall provide the necessary protection to
prevent damage, injury or loss to:
620.1. all persons on the Work site or who may be
affected by the Work:
6.20.2, all the Work and materials and equipment to
be incorporated therein. whether in storage on or off
the site, and
6.20.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities and Underground
Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws
and Regulations of any public body hiving jurisdiction for
satety of persons or property or to protect them from
damage, injury or lass; and shall erect and maintain all
necessary safeguards for such safety and protection
CONTRACTOR shall notify owners of adjacent property
and of Underground Facilities and utility owners when
prosecution of the Work may affect them, and shall
cooperate with them in the protection, removal, relocation
and replacement of their property. All damage injury or
loss to any property referred to in paragraphs 620.2 or
6.203 caused. directly or indirectly. in whole or in part, by
CONTRACTOR any Subcontractor, Supplier or any
otter person or organization directly or indirectly
employed by any of them to perform or furnish arry of the
Work or anyone fa whose acts any of them may be liable,
shall be remedied by CONTRACTOR (except damage or
loss attributable to the fault of Drawings or Specificatiors
or to the acts or omissions of OWNER or ENGINEER or
ENGINEER's Consultant or anyone employed by arry of
them or anyone for whose acts any of thern may be liable,
and not attributable, directly or indirectly, in whole or in
part, to the fault or negligence of CONTRACTOR or any
Subcontractor, Supplier or other person or organization
directly or indirectly employed by any of them).
CONTRACTOR's duties and responsibilities for the safety
and protection of the Work shall continue until such time
as all the Work is completed and ENGINEER has issued a
15
notice to OWNER and CONTRACTOR in accordance
with paragraph 14.13 that the Work is acceptable (except as
otherwise expressly provided in connection with
Substantial Canplenon)
6.21. Sajery Represenwdve:
CONTRACTOR shall designate a qualified and
experienced safety representative at the site whose duties
and responsibilities shall be the prevention of accidents and
the maintaining and supervising of safety precautions and
programs.
Hazard Communimtion Programs.
6.22. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data sheets or
other hazard communication information required to be
made available to or exchanged between or among
employers at the site in accordance with laws or
Regulations
Emergencies
6.23. In emergencies affecting the safety or protection of
persons or the Work or property at the site or adjacent
thereto, CONTRACTOR, without special instruction or
authorization from OWNER or ENGINEER, is obligated to
act to prevent threatened damage, injury or loss.
CONTRACTOR shall give ENGLNEER prompt written
notice if CONTRACTOR believes that any significant
flanges in the Work or variations from the Contract
Documents have been caused thereby. If ENGINEER
determines that a change in the Contract Documents is
required because of the action taken by CONTRACTOR in
response to such an emergency, a Work Change Directive
or Change Order will be issued to document the
consequences of such action
6.24. Shop Drawings and Samples.•
6.24.1. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the accepted schedule of Shop Drawings and
Sample submittals (see paragraph 2.9). All submittals
will be identified as ENGINEER may require and in
the number of copies specified m the General
Requirements. The data shown on the Shop Drawings
will be complete with respect to quantities,
dimensions, specified performance and design criteria,
materials and similar data to show ENGINEER the
materials and egtupnent CONTRACTOR proposes to
provide and to enable FNGINEER to review the
information for the limited purposes required by
paragraph 6.26.
6.24.2. CONTRACTOR shall also submit Samples to
ENGL\I= for review and approval in accordance
with said accepted schedule of Shop Drawings and
Sample submittals. Each Sample will be identified
clearly as to material, Supplier, pertinent data such as
catalog nunbers and the use for which intended and
otherwise as LNGINEER may require to enable
ENGINEER to review the submittal for the limited
EICDCGENERAL CONDITION51910-s (1990 edam)
16 wrCITY OFFORT C-O [.tN%MODIFICATIONS tt N 2000)
purposes required by paragsph6.26. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25. Submifml Procedures.
6.25.1. Before submitting each Shop Drawing or
Sample. CONTRACTOR shall have determined and
verified:
6.25.1.1. all field measurements, quantities,
dimensions, specified performance criteria,
installation requirements, materials, catalog
numbers and similar information with respect
thereto,
6.25.1.2. all materials with respect to intended
use, fabrication, shipping, handling, storage,
assembly and installation pertaining to the
performance of the Work, and
6.251.3. all information relative to
CONTRACTOR's sole responsibilities in respect
of meats, methods, techniques, sequences and
procedures of construction and safety precautions
and programs incident thereto.
CONTRACTOR shall also have reviewed and
coordinated each Shop Drawing or Sample with other
Shop Drawings and Samples and with the
requirements of the Work and the Contract
Documents,
6 25.2. Each submittal will bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACPOR's review
and approval of that submittal
6.253. At the time of each submission,
CONTRACTOR shall give ENGINEER specific
written notice of such variations, if any, that the Shop
Drawing or Sample submitted may have from the
requirements of the Contract Documents, such notice
to be in a written communication separate from the
submittal; and, in additim• shall cause a specific
notation to be made on each Shop Drawing and
Sample submitted to ENGINEER for review and
approval of each such variation.
6.26 ENGINEER will review and approve Shop
Drawings and Samples in accordance with the schedule of
Shop Drawings and Sample submittals accepted by
ENGINEER as requited by paragraph 2.9. ENGINEER's
review and approval will be only to determine if the items
covered by the submittals will, after installation or
incorporation in the Work, conform to the information
given in the Cormact Documents and be compatible with
the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. ENGINEER's review and approval will not
extend to means, methods, techniques, sequences or
procedures of construction (except where a particular
means, method, technique, sequence or procedure of
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incidertt thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corrections required by ENGINEER and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples for review and approval.
CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections culled for by
ENGINEER on previous submittals
6.27. ENGINEFR's review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for arry variation from the requirements
of the Contract Documents unless CONTRACTOR has in
writing called ENGINEERS attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGINEER has given written
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any approval by
ENGINEER relieve CONTRACTOR from responsibility
for complying with the requirements of pemgraph 6.25.1
6.28. Where a Shop Drawing or Samples required by
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER as
required by paragraph 2.9. any related Work performed
prior to ENGINEER's review and approval of the pertinent
submittal will be at the sole expense and responsibility of
CONTRACTOR
Conftuing the Work.
6.29 CONTRACTOR shall cart} on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER. No Work shall be delayed or
postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.5 or as
OWNER and CONTRACTOR may otherwise agree in
wnti%.
63(k CONMCTOR's General WY aruy and
Guarantee:
6.30.1. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER and ENGAIEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective.
CONTRACTOR's warranty and guarantee hereunder
etchdes defects or damage caused by.
630.1.1. abuse, modification or improper
maintenance or operation by persons other than
CONTRACTOR Subcontractors or Suppliers, or
6.30.1.2. normal wear and tear under normal
usage.
6.30.2. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
VCDC OEHMPI CONDITIOM 1910.8 (1990 E3tim)
w/ QTY OF FORT COLIA M MODIFICATIONS QtEy 620W)
accordance with the Contract Documents or a release
of COiv'TRACTOR's obligation to perform the Work
in accordance with the Contract Documents:
6.30.2.1. observations by ENGINEER:
630.2.2. recommendation of any progress or
final payment by ENGINL3 -
6.30.2.3. the issuance of a certificate of
Substantial Completion or any payment by
OWNER to CONTRACTOR under the Contract
Doarments;
6.30.2.4 use or occupancy of the Work or any
part thereof by OWNER;
6.30.2.3. any acceptance by OWNER or any
failure to do so.
6.30.2.6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of a
notice of acceptability by ENGINEER pursuant
to paragraph 1413;
6.30.2.7. any inspection, test or approval by
others; or
6.30.2.8. any correction of defective Work by
OWNER
Indemnification:
631. To the fullest extent permitted by Laws and
Regulations. CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER ENGIN'EERs
Consultants and the offices, directors, employees, agents
and other consultants of each and any of them from and
against all claims, costs, losses and damages (including,
but not limited to, all fees and charges of engineers,
architects, attorneys and other professionals and all court
or arbitration or other dispute resolution casts) caused by,
arising out of or resulting from the performance of the
Work, provided that any such claim, cost, loss or damage.
(i) is attributable to bodily ittjury, sickness, disease or
death, or to injury to or destruction of tangible property
(other than the Work itself), including the loss of use
resulting therefrom, and (u) is caused in whole or in part
by any negligent act or anission of CONTRACTOR, any
Subcontractor, any Supplier. any person or organization
directly or indirectly employed by any of them to perform
or furnish any of the Wok or anyone for whose acts any
of them may be liable, regardless of whether or not caused
in part by any negligence or omission of a person or entity
indemnified hereunder or whether liability is imposed
upon such indemnified party by Laws and Regulations
regardless of the negligence of any such person or entity
632. In any and all claims against OWNER or
ENGINEER or any of their respective consultants, agents,
officers, directors or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR, any Subcontractor. any Supplier. any
person or orpmation directly or indirectly employed by
17
any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation under pwagraph6.31 shall not
be limited in any way by arty limntation on the amount or
type of damages, compensation or benefits payable by or
for CONTRACTOR or any such Subcontractor, Supplier or
other person or organtiation unxler worked compensation
acts, disability benefit acts or other employee benefit acts.
6.33. The indemnification ob titans of
CONTRACTOR under paragraph 631 shall "not extend to
the liability of ENGNEFR and ENGLNEER's Consultants.
officers, directors employees or agents caused by the
professional negligence, errors or tam issions of any of them.
Siuvivnf ofObligadons
6.34. All rapn=ntatiom, indemnifications, warranties
and guarantees made in6 required by or given in accordance
with the Contract Documents, as well as all contiriwng
obligations indicated in the Contract Documents. will
survive final payment, completion and acceptance of the
Work and termination or completion of the Agreement.
ARTICLE 7--OTffiIi WORK
Related Wont at Sire'
7.1. OWNER may perform other work related to the
project at the site by OWNER'S own faces, or let other
direct contracts therefor which shall contain General
Conditions similar to these, or have other work performed
by utility owners. If the fact that such other work is to be
performed was not noted in the Contract Documents, then:
(i) written notice thereof will be given to CONTRACTOR
prior to starting any such other work and
(u) CONTRACTOR may make a claim therefor as
provided in Articles 1 I and 12 if CONTRACTOR believes
that such perfomnance will involve additional expense to
CONTRACTOR or requires additional time and the parties
arc unable to agree as to the amount or extent thereof
T1 CONTRACTOR shall afford each other contractor
who is a patty to such a direct contract and each utility
owner (and OWNER, if OWNER is performing the
additional work with OWNER's employees) proper and
safe access to the site and a reasonable opportunity for the
introduction and storage of materials and equipment and
the execution of such other work and shall �soperly connect
and coordinate the Work with theirs iJnic� otherwise
provided in the Contract Documents, CONTRACTOR
shall do all cutting, fitting and patching of the Work that
may be required to make its several parts cone together
properly and integrate with such other work.
CONTRACTOR shall not endanger any work of others by
cutting, ccavating or otherwise altering their work and
will only cut or alter their work with the written consent of
ENGINEER and the others whose work will be affected.
The duties aid responsibilities of CONTRACTOR tinder
this paragraph are for the benefit of such utility owners and
ether contractors to the extent that there are comparable
EJCDC GENERAL CONDIT10 1S 1910-9 (1990 Edition)
18 m! CITY OF FORT COLLINN MODIFICATIONS tIt N 4rr000)
provisions for the benefit of CONTRACTOR in said
direct contacts between OWNER and such utility owners
and other contractors.
7.3. If the proper execution or results of any part of
CONTRACTORS Work depends upon work performed
by others under this Article 7, CONTRACTOR shall
inspect such other work and promptly report to
ENGINEII2 in writing any delays, defects or deficiencies
in such other work that render it unavailable or unsuitable
for the proper execution and results of CONTRACTOR's
Work CONTRACTOR's failure so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRACTOR's Work
except for latent or nonapparent defects and deficiencies
in such other work.
Coorsnation:
7A. If OWNER contracts with others for the
performance of other work on the Project at the site, the
following will be set forth in Supplementary Conditionts
74.1. the person, firm or corporation who will have
authority and responsibility for coordination of the
activities among the various prime contractors will be
identified;
7.4.2. the specific matters to be covered by such
authority and responsibility will be itemised; and
7.4.3. the extent of such authority and
responsibilities will be provided.
Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and
responsibility in respect of such coordination
ARTICLE 8—OWNERS RE"NSIs;EUTIF c
8.1, Except as otherwise provided in these General
Carditiotts, OWNER shall issue all communications to
CONTRACTOR through ENGNEII2.
8.2. In case of termination of the employment of
ENGINEER, OWNER shall appoint an erg me
whose status under the Contract Documents shall be that
of the former ENGTNEER.
83. OWNER shall famish the data required of
OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly when
they are due aspmvided in paragraphs 14.4 and 14.13.
8.4. OWNER's ditties in respect of providing lands
and easements and providing engineering surveys to
establish reference points are set forth in paragraphs4.1
and 4.4. Pamgraph42 refers to OWNER's identifying
and making available to CONTRACTOR copies of
reports of explorations and tests of subsurface conditions
at the site and drawings of physical conditions in existing
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Iocumuents.
fort)vi-perarephs-S-SthratgltA40-
8 6. OWNER is obligated to execute C,'hange Orders as
indicated in paragraph 10.4.
87. OAN''ER's responsibility in respect of certain
inspections. tests and approvals is set forth in
paragraph 13.4.
88 In cc rmwncxi with OWNER's right to stop Work or
suspend Work, see par
hs 13.10 and 15.1.
Paragraph 15.2 deals with OM's right to termiratc
services of CONTRACTOR under certain circumstances.
8.9. The OWNER shall not supervise, direct or have
control or authority aver, nor be responsible for,
CONTRACfOWs means, methods, techniques, sequences
or procedures of construction or the safety precautians and
programs incident t thereto, or for any failure of
CONTRACTOR to comply with Laws and Regulations
applicable to the furnishing or performance of the Work.
OWNER will not be responsible for CONTRACTOR's
failure to perform or furnish the Work in accordance with
the Cartract Documents
940— 844k617'safespeet-e"Ybdtsekased
Radlt�setiVCi'dfaterl8�_ ..__....erect .._ revealedfit- the -site-is
laeas-set 4'orttr-es the
S�tE,cry-fottdituE>ns
ARTICLE 9—ENGINEERS STATUS DURING
COINWMUCTTO.N
007VER's Representative:
9.1. ENGINEER will be OWNER's representative
during the construction period The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNER's representative during
construction are set forth in the Contract Documents and
shall not be extended without written consent of OWNER
and ENGINEER
Kilns to sic:
9.1 ENGINEER will make visits to the site at intervals
GMto the various stages of construction as
deems necessary in order to observe as an
experienced and qualified design professional the progress
EJCDC OEIaRAL CObOlnON 1910-8 (lM Etibm)
a/ (I TY OF FORT COLD his MODIFICATIONS (REV 417000)
that has been made and the quality of the various aspects
of CONTRACTOR's executed Work. Based an
information obtained during such visits and observations,
F,NGTNF,ER will endeavor for the benefit of OWNER to
dcterinke, in general, if the Work is proceeding in
accordance with the Contract Documents ENGINEER
will not be required to make exhaustive or continuous on -
site inspections to check the quality or quantity of the
Work ENGINEER's efforts will be directed toward
providing for OWNER a greater degree of confidence that
the completed Work will conform generally to the
Contract Documents. On the basis of such visits and on -
site observations, ENGLNEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work. ENGRTEER's
visits and on -site observations arc subject to all the
limitations on ENGIN'EERs authority and responsibility
set forth in paragraph 913, and particularly, but without
limitation during or as a result of ENGINEERs on -site
visits or observations of CONTRACPOR's Work
ENGINEER will not supervise, direct, control or have
authority over or be responsible for CONTRACTOWs
means, methods, techniques, sequenccs or procedures of
construction, or the safety precautions and programs
incident thereto, or for any failure of CONTRACTOR to
comply with Laws arui Regulations applicable to the
famish nng or performance of the Work.
Projeer Reprerentaive:
9.3, If OWNER and ENGINEER agree, ENGINEER
will firnish a Resident Project Representative to assist
ENGINEER in providing more cominuoas observation of
the Work. The responsibilities and authority and
limitations thereon of any such Resident Project
Representative and assistants will be as provided in
paragraphs 9.3 and 913 anil in the Suppieme
Cendetiens of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not E 7GINEERs Corsultam,
agent or employee, the responsibilities and authority and
limitations thereon of such other person will be as
9.3.1. The Representatives deatirgs in matters
pertaining to the orr-site work will in�eneral be with
the ENGINEER and CONTRACTOR But the
Representative will keep the OWNER ,VMrly
advised about such matters. The Representatives
dealings with suhcontractars will orily be through err
with the full knowledge and approval of the
CONTRACTOR
9.3.2. Duties and Responsibilities. Representative
will:
9,3 2.1 Schedules - Review the progress
19
schedule and other schedules prepared by the
CONTRACTOR and consult with the
2gGINfi6R corramm¢ acceptability.
9.3,11 Cmferemcs and Mccu u - Att
meeting with the CONTRACTOR such as
precgrrstrnaction conferences, prowess meetings
m other lob caderams and prepare and
circulate copies of minutes of meetings,
93.23. Liaison
932.3.1. Serve as ENGINEERS liaison
with CONTRACTOR. wo&= ptipcm %
ahCONTRACTORS mrnm
t e CONTRACOR dintgo
the Contract Docmnorm.
9.3.2.3.2. Assist in obtlm from OWNER
additimml details m infarmatiorL_when
required for oro= execution of the Work
9.3.2.3.3. Advise the ENGINEE2 and
CONTRACTOR of the commencanent of
any Work uequatr . a Shop Dtawtr g or
maple submission i me submission has not
been approved by the ENGINEER.
9.3.2.4.Review of Work. Rejection of Defective
Wok, Irroections and Tests -
9.3.2.4.1. Conduct on -site observations of
the Work in psgpiess to assist the ENGINEER
in determining, that the Work is procwdinjz in
accordance with the Contract Documents.
9.3.14.3. Accompany visiting "=cctors
reQresenting public or other asencies have*
Lurisdiction over the Protect_ record the results
ofNGINEthese irspeIIt ctiom and report to the
E
9.32.5. Interpretation of Contract
Documents. Report to ENGINEER when
elanficatims and intemretations of the Contract
Documents are needed and ttar=t to
CONTRACTOR clarification and interpretation
of the Contract Doamervs as mod by the
lUM—liidaA
9.3.2.6. Modifications. Comder and
evaluate CONTRACTOR'S mmesuoos for
EMX GEMRAL CONDITIONS 1910-8(1990 EditioW
WI CITY OF FORT COM NS MODIFICATIONS ftN 412000)
modificauon in Drawym or Soecifications and
report these recommendations to ENGINEER,
tonccaante to CONTRACTOR
t—m et FNGINF.ER_
9.3.2.7. Records.
9.3.2 8. Reports.
9.3.2.8.1. Furnish ENGZUM per&
reports as required of the_prof the
Work and of the CONTRACTOR'S
compliance with the t+mcg schedule and
soh o of slap Drawing and samol
�+4milt�ls.
9.3.2.8.2, Come@ with ENGINEER in
advance of scheduling_ maim testL
inspections or start of imoortant phases of the
Work.
93.2.8.3. Draft Charge Orders
and Wcrk Directrve t]aram obtain ng
iq7 material from the CONTRACTOR
end reeommetad to the
Chime
Orders Work Directive Changes and field
orders
9.3.2.8.4, Report immediately to
ENGINEER and OWNFR the ocaarence of
any accidem.
9.3.2.9. Romem Requests. Review applications
for vmem with CONTR_ ACTOR for comphimot
with the established Procedure for their
submission and forward with recommendation to
ENGINUiR. notine particularly the relationslu of
the payment requested to the schedule of values,
work completed and materials and emu. ent
delivered at the site but not incandsrnd in the
ff-1 q
9.3.2.10. Completion.
93.2.10.1. Before ENGZEER issues a
Catificate of Substantial Completion submit
to CONTRACTOR a ILA of observed items
reauui ina correction or cornpletion.
9.3.2.10.2. Conduct final uspection in the
company of the ENGINEER. OWNER and
CONTRACTOR and prepare a firnal list of
items to be oarrected or completed.
9.3.2.10.3. Observe that all items on the
final ILI have boon careered or cam lened and
make raommendatiass to ENGINEER
canceminst acceptance
9.3.3- Limitation of Authority- The Representative shall
not:
9.33.1. .Authorize any deviations from the
Coact Documents or accent any substiturte
materials or epuipment, unless authorized by the
ENGINEER
93.3.2. Exceed limitations of ENGINEER'S
authority as set forth in the Contract Docvzxims.
9.3.3.3. Undertake any of the responsibilities
of the CONTRACTOR Subcontractors or
CONTRACTOR'S suoerirtendent
9.3.3.4. Advise on or issuer directions relative
to, or assume control wen an�espect of the
means, methods, techniques sequences or
procedures for construction unless such is
specifically called for in the Comrect Documents.
9.3.3.5. Advise on or issue directions
precautions and programs in connections with the
Work
9.33.6. Accept Shop Drawings or sample
submittals from anvone other dram the
CONTRACTOR
9.3.3.7. Authorize OWNER to occupy the
Work in whole or in oat.
9.3.3.8. Participate in specialized field or
laboratory teals or inspections cmdtrcted by others
._. as spe<-ificalh• and rind_ by__ ;
ENGD,E R.
Clarificarioms andlnterpretatioes:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
6KDCOEMRAL CONUTIOM 1910-8 (1990 E3ti00)
m/ 0 TY OF FORT COLLINS MODIFICATIONS (REV 42000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as ENGINEER may determine
necessary, which shall be consistent with the intent of and
reasonably inferable from the Contract i)ocumems. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR If OWNER or
CONTRACTOR believes that a written claification or
interpretation justifies an adjustment in the Contract Price
or the Contract Times and the parties are unable to agree
to the amount or e;aent thereof if any. OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article I 1 or Article 12.
Authated Voiadons in Work:
9.5. ENGINEER may authorize minor variations in
the Work from the requirements of the Cmhact
Documents which do not involve an a4ustmera in the
Contract Price or the Contract Times and are compatible
with the design concept of the completed Project as a
fi noucr ung whole as indicated b) the Contract
Documents. These may be accomplished by a Field Order
and will be binding an OWNER and also on
CONTRACTOR who shall perform the Work involved
promptly. If OWNER or CONTRACTOR believes that a
Field Order justifies an 4usRnent in the Contract Price or
the Contract Times and the parties are unable to agree as
to the amouret or extent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or 12.
Rejecting Defective Work
9.6- ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective,
or that ENGLNEER believes will not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Document ENGINEER will also have
authority to require special inspection or testing of the
Work es provided in paragraph 139, whether or not the
Work is fabricated, installed or completed
Shop Drmvingx Change Orders and Payments
9.7. In connection with ENGINEER's authority as to
Shop Drawings and Samples, see paagraphs 6.24 through
6.28 inclusive.
9.8. In connection with ENGINEFR's authority as to
Change Orders, see Articles 10, 11, and 12.
99. In connection with ENGINEER's authority as to
Applications for Payment, see Article 14.
Detawanationsfer Unit Prices
9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Wait performed by
CONTRACTOR. R40INEERR will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
21
for Payment or otherwise). ENGINEER's written decision
thereon will be final and binding upon OWNER and
CONTRACTOR unless, within ten days after the date of
arty• such decision, either OWNER or CONTRACTOR
delivers to the other and to ENGINEER written notice of
intention to appeal from ENGINEER's decision and (i) an
appeal fran ENGINEER's decision is taken within the time
limits and in accordance with the procedures set forth in
Exhibit GC -A, "Dispute Resolution Agreement", entered
into between OWNER and CONTRACTOR pursuant to
Article 16, or (ii) if no such Dispute Resolution Agreement
has been entered into, a formal proceeding is instituted by
the appealing party in a forum of competent jurisdiction to
exercise such rights or remedies as the appealing party may
have with respect to &IGINM's decision, unless
otherwise agreed in writing by OWNER and
CONTRACTOR Such appeal will not be subject W the
procedures of paragraph 9.11.
Decidonson Disputer
911. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other matters relating to the acceptability of the Work or
the interpretation of the requirements of the Contract
Documents pertaining to the performance and tarnishing of
the Work and claims ruder Articles 11 and 12 in respect of
d�8es in the Contract Price or Contract Times will be
refene l initially to ENGINEER in writing with a request
for a formal decision in accordance with this paragraph.
Written notice of each such claim, dispute or other matter
will be delivered by the claimant to ENGINEER and the
other party to the Agreement promptly (but in no event
later than thirty days) after the start of the occurrence or
event giving rise theme. and written supporting data will
be submitted to ENGINEER and the other party within
sixty days after the start of such occurrence or event unless
ENGINEER allows an additional period of time for the
submission of additional or more accurate data in support
of such claim. dispute or other matter. The opposing parry
shall submit any response to ENGINEER and the claimant
within thirty days after receipt of the claimant's last
sulunittal (unless ENGINEER allows additicsarl time).
ENGINEER will render a formal decision in writing within
thirty days after receipt of the opposig parry's submittal, if
any, in accordance with this paragraph ENGI]N=s
written decision on such claim, dispute or other matter will
be final and binding upon OWNER and CONTRACTOR
unless: (t) an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the
pp[[oadures set forth in EXHIBIT GC -A, "Dispute
Resolution Agreemmene. entered into between OWNER and
CONTRACTOR pursuant to Article 16. or (it) if no such
Dispute Resolution Agreernemt has been entered into, a
written notice of intention to appeal from ENGINEER's
written decision is delivered by OWNER or
CONTRACTOR to the other and to 04GENM within
thaty days after the date of such decision and a formal
rroeeed rig is instituted by the appealing Icy in a forum of
competent jurisdiction to exercise such rights or remedies
as the appealing party may have with respect to such claim,
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
EJCDCGENERALCOND(TIONS 191M (199012ditim)
�� w/CITY OF FORT COLUM MODIFICATIONSMEV42000)
decision, unless otherwise agreed in writing by OWNER
and CONTRACTOR
9 12 When functioning as interpreter and judge under
paregraphs9.10 and 9.11. ENGINEER. will not show
ppaartrtmaality to OWNER or CONTRACTOR and will not be
hable in connection with any interpretation or decision
rendered in good faith in such capacity. The rendering of
a decision by ENGINEER pursuant to paragraphs 9.10 or
9.11 with respect to any such claim, dispute or other
matter (except any which have been waived by the making
or acceptance of final payment as provided in
paragraph 14.15) will be a condition precedent to any
exercise by OWNER or CONTRACTOR of such rights or
remedies as either may otherwise have taller the Contract
Documents or by Laws or Regulations in respect of any
such claim, dispute or other matter pursuant toluade 16,
9.13. LimUations on ENG IMs Artthority and
RespondbfB ia-
9,13.1. Neither ENGLNEER's authority or
responsibility ruder this Article 9 or under any other
provision of the Contract Documents nor any decision
made by ENGINEER in good faith either to exercise
or not exercise such authority or respumbUity or the
undertaking, exercise or performance of any authority
or responsibility by ENGINEER shall create, impose
or give rise to any duty owed by ENGINEER to
CONTRACTOR, any Subcontractor, any Supplier,
any other person or organization, or to any surety for
or employee or agent of any of them .
9.13.2. ENGINEER will not supervise, direct,
control or have authority over or be responsible for
CONTRACTOR's means, methods, techniques,
sequences or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the furnishing or
performance of the Work. ENGINEER will not be
responsible for CONTRACTOR's failure to perform
or furnish the Work in accordance with the Contract
Documents,
9.13.3. ENGINEER will not be responsible for the
am or omissions of CONTRACTOR or of any
Subcontractor, any Supplier, or of any other person or
organization performing or famishing any of the
Work.
9.13.4. ENGINEER's review of the furl Application
for Paymcrt and accompanying documentation and
all maintenance and operating instructions, schedules,
guarantees, Boras and certificates of inspection, tern
and approvals and other documentation required to be
delivered by paragraph 14.12 will only be to
determine generally that their content complies with
the requirements of and in the case of certificates of
vispectiors, tests and approvals that the results
certified indicate compliance with, the Contact
Documents.
9.13 5 The limitations upon authority and