116
CITY OF LOVELAND, COLORADO BID DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR 2006 CONCRETE ALLEY RECONSTRUCTION PW-Engineering Division PROJECT NO. ENSR06-AL FEBRUARY 2006

CITY OF LOVELAND, COLORADO - govbids.com

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

CITY OF LOVELAND, COLORADO

BID DOCUMENTS AND TECHNICAL SPECIFICATIONS

FOR 2006 C ONCRETE ALLEY RECONSTRUCTION

PW-Engineering Division PROJECT NO. ENSR06-AL FEBRUARY 2006

i

TABLE OF CONTENTS Page SECTION A: INVITATION TO BID INVITATION TO BID STATEMENT OF NO BID SECTION B: INSTRUCTIONS TO BIDDERS 1.0 GENERAL B-1 1.1 Contract Documents B-1 1.2 Bidder's Understanding B-1 2.0 PROPOSALS B-2 3.0 BID SECURITY B-3 4.0 TIME OF COMPLETION B-4 5.0 INTERPRETATION OF SPECIFICATIONS B-4 6.0 BONDS B-4 7.0 ACCEPTANCE AND REJECTION OF BIDS B-4 8.0 SUBCONTRACTS B-5 9.0 AWARD OF CONTRACT B-5 10.0 BASIS OF AWARD B-5 11.0 FAILURE TO EXECUTE CONTRACT AND FURNISH BOND B-5 12.0 CONFIDENTIAL INFORMATION B-6 SECTION C: CONTRACT AND BONDS (rev. 3/1/97)

CONSTRUCTION CONTRACT C-1 PERFORMANCE BOND C-3

PAYMENT BOND C-4 SECTION GC: GENERAL CONDITIONS (rev. 3/1/97) 1.0 CONTRACT DOCUMENTS GC-1 2.0 DEFINITIONS GC-1 3.0 EXECUTION OF CONTRACT GC-2 4.0 LEGAL ADDRESSES GC-2 5.0 SCOPE AND INTENT OF CONTRACT DOCUMENTS GC-2 6.0 INDEPENDENT CONTRACTOR GC-3 7.0 ASSIGNMENT AND SUBCONTRACTING GC-3 8.0 ORAL STATEMENTS GC-3

ii

9.0 REFERENCE STANDARDS GC-3 10.0 OWNER'S DRAWINGS AND SPECIFICATIONS GC-3 11.0 CONTRACTOR TO CHECK DRAWINGS AND LISTS GC-4 12.0 FIGURED DIMENSIONS TO GOVERN GC-4 13.0 PROJECT MANAGEMENT GC-4 14.0 NO WAIVER OF RIGHTS GC-4 15.0 CONSTRUCTION OBSERVATION GC-4 16.0 FIELD RECORDS GC-5 17.0 CONTRACTOR'S SUPERVISION AT THE SITE GC-5 18.0 CONTRACTOR'S OFFICE GC-5 19.0 RELATIONS WITH OTHER CONTRACTORS GC-5 20.0 METHODS OF FIELD OPERATION GC-6 21.0 LINES AND GRADES GC-6 22.0 PRESERVATION OF MONUMENTS AND STAKES GC-7 23.0 PROTECTION OF PROPERTY AND PUBLIC LIABILITY AND DAMAGES GC-7 24.0 EMERGENCY PROTECTION GC-8 25.0 LOSSES FROM NATURAL CAUSES GC-8 26.0 CHARACTER OF WORKERS GC-8 26.1 PREFERENCE IN EMPLOYMENT OF COLO. LABOR GC-8 27.0 INSURANCE REQUIREMENTS GC-8 27.1 Comprehensive General Liability GC-8 27.2 Comprehensive Automobile Liability GC-8 27.3 Builder's Risk GC-9 27.4 Other Insurance GC-9 27.5 Insurance Policies GC-9 28.0 INDEMNITY GC-9 29.0 RELEASE OF LIABILITY GC-10 30.0 CLAIMS FOR LABOR AND MATERIALS GC-10 31.0 RIGHT OF CITY TO TERMINATE CONTRACT GC-10 31.1 For Default GC-10 31.2 For Convenience GC-11 32.0 BEGINNING, PROGRESS, AND COMPLETION OF THE WORK GC-11 33.0 UNFAVORABLE CONSTRUCTION CONDITIONS GC-12 34.0 HINDRANCES AND DELAYS GC-12 35.0 SUSPENSION OF WORK GC-12 36.0 EXTENSIONS OF TIME GC-12 37.0 REJECTED WORK AND MATERIALS GC-13 38.0 PLACING WORK IN SERVICE GC-13 39.0 CLEANLINESS GC-13 40.0 SECURITY GC-13 41.0 CONSTRUCTION AREA LIMITS GC-13 42.0 PROTECTION OF WORK GC-13 43.0 REPAIR OF DAMAGES GC-14

iii

44.0 TESTING GC-14 45.0 COOPERATION WITH THE CITY GC-14 46.0 MODIFICATIONS GC-14 46.1 Change of Contract Price GC-15 46.2 Changes in the Work GC-15 46.3 No Modification without Appropriation GC-15 47.0 ARBITRATION GC-16 48.0 LAWS AND REGULATIONS GC-16 49.0 TAXES, PERMITS, AND LICENSES GC-16 50.0 PATENTS GC-16 51.0 MATERIALS AND EQUIPMENT GC-17 52.0 LOCAL SUPPLIERS AND SUBCONTRACTORS GC-17 53.0 CONSTRUCTION PLANT AND TEMPORARY FACILITIES GC-17 54.0 RECEIVING, HANDLING, AND STORAGE GC-17 55.0 RIGHTS-OF-WAY GC-17 56.0 USE OF PRIVATE AND CITY PROPERTY GC-17 56.1 Use of Private Property GC-18 56.2 Use of City Property GC-18 57.0 PROTECTION OF PUBLIC AND PRIVATE PROPERTY GC-19 58.0 MAINTENANCE OF TRAFFIC GC-19 59.0 UNDERGROUND INSTALLATIONS GC-20 60.0 FINAL CLEAN UP AND GRADING GC-20 61.0 DUST CONTROL GC-20 62.0 NOISE CONTROL GC-20 63.0 POLLUTION CONTROL GC-20 64.0 GUARANTEE GC-21 65.0 FINAL INSPECTION GC-21 66.0 CONTRACTOR'S PRICE BREAKDOWN GC-21 67.0 ESTIMATES AND PAYMENTS GC-22 68.0 APPROPRIATION GC-22 69.0 GOVERNMENTAL INNUMITY ACT GC-22 SECTION P: PROPOSAL PROPOSAL P-1 BID SCHEDULE P-2 BID BOND P-5 SECTION SC: SPECIAL CONDITIONS SC-1 SECTION TS: TECHNICAL SPECIFICATIONS SECTION CP: CONSTRUCTION PLANS AND DRAWINGS

SECTION A INVITATION TO BID

INVITATION TO BID

The City of Loveland, Colorado will receive sealed bids at the office of the City Clerk in the Loveland Civic Center, 500 E. 3rd Street, Loveland, Colorado until 2:00 p.m., Thursday, April 6, 2006 for the 2006 Concrete Alley Reconstruct Project No. ENSR06 – AL which consists of the removal and reconstruction of one (1) alley and one (1) street repair within the city. This will require al3 construction traffic control, removal of existing surface, utility adjustments and placement of concrete pavement. The bid document is available to download at www.govbids.com . An optional pre-bid conference will be held on Thursday, March 30, 2006 at 9:00 a.m. at the Fire & Administration Building (FAB), 410 East 5th Street, Loveland, Colorado. For additional information on this bid, contact Pam Miller or Dave DeBaere of the Public Works Project Engineering Division at 962-2511 or 962-2510.

STATEMENT OF NO BID

To Our Contractors: Will you spend a few minutes to complete this form and return with your NO BID response? NAME OF BID: Project No. ENSR06-AL 2006 Concrete Alley Reconstruction OPENING DATE: Thursday, April 6, 2006 – 2:00 p.m.

Specifications too “tight” (ie geared toward 1 brand or manufacturer only). Please

explain.__

________________________________________________________________________.

Specifications are unclear. Please explain.

______________________________________

________________________________________________________________________.

We are unable to meet specifications.

Insufficient time to respond to the Invitation to Bid.

Our schedule would not permit us to perform within the required time.

We are unable to meet bond requirements.

We are unable to meet insurance requirements.

We do not offer this product or service.

Would you like to remain on our bidders list for this commodity? Yes No

Further Remarks/Comments:

Name: Title:

Signed: Date:

SECTION B INSTRUCTIONS TO BIDDERS

B-1

INSTRUCTIONS TO BIDDERS 1.0 GENERAL. These instructions apply to the preparation of proposals for construction work

for the City of Loveland, Colorado, hereinafter referred to as the "City". 1.1 Contract Documents. The following documents constitute the Contract Documents for this

project. By submitting a bid, the Bidder certifies and represents that the Bidder has been furnished with all the Contract Documents, is familiar with them, and intends to be bound by them.

Furnished with Bid Packet: X Contract X Performance Bond X Invitation to Bid X Instructions to Bidders X Payment Bond X General Conditions X Proposal X Bid Bond X Special Conditions X Technical Specifications X Drawings and Construction Plans as follows: Vicinity Map, Ramp Detail, Ramp Area Tables, Cross Pan Detail Drive Approach Plan MHT 1.2 Bidder's Understanding. Each Bidder is responsible to be informed of, and the Bidder

awarded a contract shall comply with, all federal, state, and local laws, statutes and ordinances relative to the execution of the work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, permits, fees, and similar subjects.

Each Bidder is responsible to have inspected the site of the proposed work and to have

become familiar with the site layout and all site conditions, including subsurface soil conditions and materials and obstructions, which might affect the work. By submitting a bid, the Bidder shall be presumed to have made adequate allowances within the bid for all such conditions.

B-2

2.0 PROPOSALS. Basis of Proposal. If this project is on a unit-price basis, the estimate of quantities of work

to be done is tabulated in the Proposal, is approximate only, and is assumed solely for the basis of calculation upon which the award of contract shall be made. Payment to the Contractor will be made on the measurement of the work actually performed by the Contractor as specified in the Contract Documents. The City reserves the right to increase or diminish the amount of any class of work as may be deemed necessary.

If this project is on a lump-sum basis, the total compensation to be paid for the work will be

the lump sum amount bid, as adjusted by written change orders. A breakdown of the lump-sum bid, if requested, will only be used to evaluate pay requests and, at the option of the City, to determine the price for change orders.

Preparation. Each Proposal shall be carefully prepared using the Proposal and other forms

bound herewith. Entries on the forms shall be typed using dark black ribbon or legibly written in dark ink. All prices shall be stated in words and figures except where the forms provide for figures only.

The Bidder shall return with the bid a signed copy of each addendum issued for these

contract documents during the bidding period, all Bidder's drawings, catalog data, and other supplementary information necessary to thoroughly describe materials and equipment covered by the Proposal, and all Contract Documents except for the Contract, Performance and Payment Bonds, and General Conditions. The Bidder need not return any drawings supplied by the City.

Signatures. Each Bidder shall sign the proposal with the Bidder's usual signature and shall

give the Bidder's full business address. Bids by partnerships shall be signed with the partnership name followed by the signature

and designation of one of the partners or other authorized representative. A complete list of partners shall be included with the Proposal.

Bids by a corporation shall be signed in the official corporate name of the corporation,

followed by the signature and designation of the president, secretary, or other person authorized to bind the corporation, and shall display the corporate seal. The names of all persons signing should also be typed or printed below the signature. Bidding corporations shall designate the state in which they are incorporated and the address of their principal office and the name and address of their agent for service of process.

B-3

A bid by a person who adds the word "president", "secretary", "agent", or other designation without disclosing the principal will be rejected.

The Bidder's name stated on the Proposal shall be the exact legal name of the firm. Submittal. Proposals shall be submitted in a sealed envelope, addressed to the City of

Loveland using the bid label supplied with the bid packet and endorsed on the outside of the envelope with the Bidder's name and the name of the project.

The City Clerk's office will receive, date and time stamp all Proposals. No Proposals will be

considered which have not been received by the deadline set forth on the Invitation to Bid, as determined by the City Clerk. The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the Bidder.

A single proprietary interest shall not submit multiple Proposals for the same work even

though the individual Proposals are submitted under different names. The City reserves the right to reject all Proposals so submitted.

Withdrawal. Proposals may be withdrawn, altered, and resubmitted at any time before the

time set for opening the bids. Proposals may not be withdrawn, altered, or resubmitted within thirty (30) days thereafter, and the Proposal of the lowest and second lowest responsible Bidder may not be withdrawn for a period of sixty (60) days thereafter, or until execution of the contract by the lowest responsible Bidder, whichever occurs earliest.

3.0 BID SECURITY. Each Proposal shall be accompanied by bid security in an amount not

less than five percent (5%) of the total bid. Bid security shall be a certified check or cashier's check drawn on any solvent bank or Bidder's bond acceptable to the City executed by the Bidder and a surety company authorized to do business in the State of Colorado.

The bid security of each unsuccessful Bidder will be returned when the Bidder’s Proposal is

rejected or the time for withdrawal of bid is elapsed, if the Bidder encloses a stamped, self-addressed envelope for the purpose. The bid security of the Bidder to whom the contract is awarded will be returned when said Bidder executes the contract agreement and files satisfactory Performance and Payment Bonds. The bid security of the second lowest responsible Bidder may be retained for a period not to exceed sixty (60) days pending the execution of the contract agreement and Performance and Payment Bonds by the successful Bidder.

B-4

4.0 TIME OF COMPLETION. The time of completion of the work is a primary consideration of the contract. The Proposal shall be based upon completion of all work within the time allowed in the Special Conditions. It will be necessary that the Bidder satisfy the City of Bidder's ability to complete the work within this time. The General Conditions of the Contract Documents contain provisions relative to delays and extensions of time. Contractor shall dedicate all necessary labor, material, and equipment for a continuous operation, weather permitting, to assure completion of the project within the allowed time. Any deviation from this condition shall require approval by the City in writing.

5.0 INTERPRETATION OF SPECIFICATIONS. If a prospective Bidder is in doubt as to

the true meaning of any part of the proposed Contract Documents, the Bidder may submit a written request to the City for an interpretation. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by addendum mailed or delivered to each person receiving a set of such documents. The City will not be responsible for any other explanations or interpretations of the proposed documents.

It shall be the Bidder's responsibility to advise the City before the bid opening date of

conflicting requirements or missing information, which requires clarification. 6.0 BONDS. The Contractor to whom the work is awarded will be required to furnish a

Performance Bond and a Payment Bond to the City, each in an amount equal to one hundred percent (100%) of the contract amount. The bonds shall be executed on standard City forms and signed by a surety company authorized to do business in the State of Colorado and acceptable as surety to the City. Copies of "Power of Attorney", certified to include the date of the bond shall be filed with the bond.

7.0 ACCEPTANCE AND REJECTION OF BIDS. The City reserves the right to accept the

bid, which in its judgment is the lowest and best bid, to reject any and all bids, and to waive irregularities and informalities in any bid that is submitted. Bids received after specified time of opening will be returned unopened.

B-5

8.0 SUBCONTRACTS. Each Bidder requested to do so shall supply the City with a list of all subcontractors which the Contractor plans to employ in the completion of the contract. The City reserves the right to disapprove the use of any or all subcontractors which, in the City's opinion, are not reasonably capable of performing the work required.

Prior to awarding this contract, the City may require the apparent low bidder to submit

documentation and references to verify that the Contractor and any designated subcontractors, have adequate equipment and experienced personnel to perform the work within the allotted contract time.

9.0 AWARD OF CONTRACT. Within thirty (30) calendar days after the opening of

Proposals, the City will accept one of the Proposals or will act in accordance with BASIS OF AWARD below. The acceptance of the Proposal will be by written notice of award, mailed or delivered to the office designated in the Proposal. The City will furnish contract documents for execution with the Notice of Award. In the event of the failure of the lowest responsible bidder to sign and return the Contract with the acceptable Performance and Payment Bonds, Certificate of Insurance, and verification of Worker's Compensation, the City may award the Contract to the next lowest responsible bidder. Such award, if made, will be made within sixty (60) days after the opening of the Proposals.

10.0 BASIS OF AWARD. The award will be made by the City on the basis of that Proposal

from the lowest responsible bidder which, in the City's sole and absolute judgment, will best serve the interests of the City.

The City reserves the right to accept or reject any or all Proposals and to waive any

informalities and irregularities. 11.0 FAILURE TO EXECUTE CONTRACT AND FURNISH BOND. If the Bidder who is

awarded the Contract fails to promptly and properly execute the Contract and furnish the Performance and Payment Bonds, Certificate of Insurance, and verification of Worker's Compensation within ten (10) days from the issuance of the Notice of Award, such Bidder shall forfeit the bid security that accompanied the bid. The bid security shall be retained as liquidated damages by the City, and it is agreed that this said sum is a fair estimate of the amount of damages the City will sustain.

B-6

12.0 CONFIDENTIAL INFORMATION: Pursuant to the Colorado Open Records Act, C.R.S. §§ 24-72-101 et seq. (“Act”), all information contained in any bid or proposal is subject to public disclosure unless it meets one of the exceptions set forth in the Act. To avoid disclosure of trade secrets, privileged information, or confidential commercial, financial, geological, or geophysical data (“Confidential Information”), the bidder must clearly mark all Confidential Information as such and provide a written, detailed justification with its bid or proposal of the protected nature of the Confidential Information under Colorado law. This justification must address, at a minimum, the specific competitive harm that may result from any disclosure, the intrinsic value of the Confidential Information to the bidder, and any safeguards the bidder uses to protect the Confidential Information from disclosure.

By submitting a bid, the bidder agrees to hold the City harmless from any claim arising from the release of Confidential Information not clearly marked as such by the bidder or lacking written, detailed justification supported by Colorado Law.

SECTION C

CONTRACT AND BONDS

C - 1

CITY OF LOVELAND

CONSTRUCTION CONTRACT This contract made and entered into this _____ day of _______________, 2006 by and between the City of Loveland, Colorado, a municipal corporation, hereinafter called the “Owner” and , hereinafter called the “Contractor”; WITNESSETH: The Contractor, in consideration of the sum to be paid to the Contractor by the Owner and of the covenants and agreements herein contained, hereby agrees at the Contractor's own proper cost and expense to do all the work and furnish all the materials, tools, labor, and all appliances, machinery, and appurtenances for the construction of the project described as Project No. ENSR06-AL 2006 Concrete Alley Reconstruction, to the extent of the proposal made by the Contractor, dated the _____ day of _______________, 2006, all in full compliance with the contract documents as identified in paragraph 1.0 of the General Conditions of the contract documents. In consideration of the performance of the work as set forth in these contract documents, the Owner agrees to pay to the Contractor the amount of ________________________________________ DOLLARS ($_______________________) as adjusted in accordance with the contract documents or as otherwise herein provided, and to make such payments in the manner and at the times provided in the contract documents. Time is of the essence of this contract. The Contractor agrees to complete the work within 34 calendar days from the date of the issuance of the Notice to Proceed and to accept as full payment hereunder the quantities computed as determined by the contract documents and based on the unit prices set forth in the proposal. IN WITNESS WHEREOF, the first party has executed this Contract this day and year as written above. NAME OF CONTRACTOR (typed) (S E A L ) By:__________________________________________ Attest: Title: _______________________________________ ______________________________________ Corporate Secretary

C - 2

CITY OF LOVELAND (S E A L) By: Attest: Title: ______________________________________ City Clerk Approved as to Form: ______________________________________ City Attorney

C - 3

CITY OF LOVELAND PERFORMANCE BOND

___________________________________________, as Principal, hereinafter called the Contractor, and ___________________________________________, as Surety, with general offices in _________________________________________, a corporation organized under the laws of the State of ________________ and authorized to transact business in the State of Colorado, are hereby bound unto the City of Loveland, Colorado, as OBLIGEE, hereinafter called the City, in the penal sum of ___________________________________________________________________ DOLLARS ($ _______________________) in United States currency for the payment of which sum the Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally. WHEREAS, the Contractor has entered into a written contract with the City dated ______________, 2006 for Project No. ENSR06-AL, 2006 Concrete Alley Reconstruction, in accordance with the contract documents (“contract”), a copy of which is attached hereto and made a part hereof; NOW, THEREFORE, the conditions of this Performance Bond are such that, if the Contractor shall satisfactorily perform the contract, then this bond shall be null and void; otherwise it shall remain in full force and effect. In addition to the other conditions hereof, this bond shall include all provisions set forth in §§38-26-105 & 106, C.R.S., as amended. THE UNDERSIGNED SURETY for value received hereby agrees that no extension of time, change in, addition to, or other modification of the terms of the contract or work to be performed thereunder or of the specifications of the contract documents shall in any way affect its obligation on this bond and the Surety does hereby waive notice of any such extension of time, change, addition, or modifications. (Any action against the Surety on this bond shall be brought no later than two (2) years from the date fixed for final settlement of the contract.) IN WITNESS WHEREOF, the first party has executed this Contract this day and year as written above.

CONTRACTOR

(seal) By:

President Attest:

SURETY COMPANY

By: Attorney-In-Fact

CITY OF LOVELAND PAYMENT BOND

_____________________________________________, as Principal, hereinafter called the Contractor, and ________________________________________, as Surety, with general offices in _________________________________________, a corporation organized under the laws of the State of ________________ and authorized to transact business in the State of Colorado, are hereby bound unto the City of Loveland, Colorado, as OBLIGEE, hereinafter call the City, in the penal sum of ___________________________________________________________________ DOLLARS ($ ____________________ ) in United States currency for the payment of which sum the Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally. WHEREAS, the Contractor has entered into a written contract with the City dated ______________, 2006 for Project No. ENSR06-AL 2006 Concrete Alley Reconstruction, in accordance with the contract documents (“contract”), a copy of which is attached hereto and made a part hereof; NOW, THEREFORE, the conditions of this Payment Bond are such that, if the Contractor shall at all times promptly make payments of all amounts lawfully due to all persons supplying or furnishing him or his subcontractors with labor or material, rental machinery, tools, or equipment used or performed in the prosecution of the work provided for in the contract and shall indemnify and save harmless the City to the extent of any payments in connection with the performance of such contracts that the city may be required to make under law, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In addition to the other conditions hereof, this bond shall include all provisions set forth in §§38-26-105 & 106 C.R.S., as amended. THE UNDERSIGNED SURETY for value received hereby agrees that no extension of time, change in, addition to, or other modification of the terms of the contract or work to be performed thereunder or of the specifications of the contract documents shall in any way affect its obligation on this bond and the Surety does hereby waive notice of any such extension of time, change, addition, or modifications. (Any action against the Surety on this bond shall be brought no later than two (2) years from the date fixed for final settlement of the contract.) IN WITNESS WHEREOF, the first party has executed this Contract this day and year as written above.

CONTRACTOR

(seal) By:

President Attest:

SURETY COMPANY

By: Attorney-In-Fact

C - 4

SECTION GC

GENERAL CONDITIONS

GC-1

GENERAL CONDITIONS

1.0 CONTRACT DOCUMENTS. It is understood and agreed that the Instructions to

Bidders, Proposal, Contract, Bid Bond, Performance Bond, Payment Bond, General Conditions, Special Conditions, Technical Specifications, Drawings and Construction Plans, addenda, and change orders issued by the City and specifications and engineering data furnished by the Contractor and accepted by the City are each included in this contract and the contractor warrants that the work will strictly conform to the requirements therewith.

2.0 DEFINITIONS. Words, phrases, or other expressions used in these contract documents

shall have meanings as follows:

“Contract Documents” shall include the items enumerated above under CONTRACT DOCUMENTS.

“City” shall mean the City of Loveland, Colorado, and its duly authorized agents. All notices, letters, and other communication directed to the City shall be addressed and delivered to the department bidding the project as specified in the Special Conditions.

“Contractor” shall mean the corporation, company, partnership, firm, or individual so named and designated in the contract agreement and its, his, or their duly authorized representatives.

“Subcontractor” shall mean and refer only to a corporation, partnership, or individual having a direct contract with the Contractor for performing work at the job site.

“Day” or “Days”, unless herein otherwise expressly defined, shall mean a calendar day or days of twenty-four hour (24) hours each.

The “Work” shall mean the equipment, supplies, materials, labor, and services to be furnished under the contract and the carrying out of all obligations imposed by the contract documents.

“Drawings” and “Construction Plans” shall mean all (a) drawings furnished by the City as a basis for proposals, (b) supplementary drawings furnished by the City to clarify and to define in greater detail the intent of the contract drawings and specifications, (c) drawings submitted by the successful bidder with his proposal, provided such drawings are acceptable to the City, (d) drawings furnished by the City to the Contractor during the progress of the work, and (e) engineering data and drawings submitted by the Contractor during the progress of the work provided such drawings are acceptable to the City.

GC-2

“Inspector”, “Representative,” “Construction Observer,” “Observer,” “Engineer,” and similar terms mean the person or persons designated by the City to monitor the progress of the work on behalf of the City. Whenever in these contract documents the words “as ordered”, “as directed”, “as required”, “as permitted”, “as allowed”, or words or phrases of like import are used, it shall be understood that the order, direction, requirement, permission, or allowance of the City is intended only to the extent of judging compliance with the terms of the contract; none of these terms shall imply that the City has authority or responsibility for supervision of the Contractor's forces or construction operations - such supervision and the sole responsibility therefore being strictly reserved for the Contractor.

Similarly, the words “approved”, “reasonable”, “suitable”, “acceptable”, “proper”, “satisfactory”, or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper, or satisfactory in the judgment of the City.

Whenever in these contract document the expression “it is understood and agreed” or an expression of like import is used, such expression shall mean the mutual understanding and agreement of the parties executing the contract agreement.

“Official acceptance” shall mean the City's written acceptance of all work performed under this contract based on final inspection and issuance of a final payment certificate.

3.0 EXECUTION OF CONTRACT. Two (2) copies of the contract and the Performance and

Payments Bonds will be prepared by the City. If required by the bonding agency in writing, a third copy of the contract and the Performance and Payment Bonds will be prepared by the City. The copies will be submitted to the Contractor and the Contractor shall execute the contract agreement, insert executed copies of the required bonds, power of attorney, and insurance certificates and submit all copies to the City. The date of contract on the contract and bond forms shall be left blank for filling in by the City. The certification date on the power of attorney shall also be left blank for filling in by the City. The City will execute all copies, insert the date of contract on the bonds and power of attorney, retain one (1) copy, and distribute the remaining copy/copies to the Contractor.

4.0 LEGAL ADDRESSES. All notices, letters, and other communication to the contractor

will be mailed or delivered to either the Contractor's business address listed in the proposal or the Contractor's office in the vicinity of the work with delivery to either of these addresses being deemed as delivery to the Contractor. The address of the City is hereby designated as the place to which all notices, letters, and other communication to the City shall be mailed or delivered.

5.0 SCOPE AND INTENT OF CONTRACT DOCUMENTS. The specifications and

drawings are intended to supplement but not necessarily duplicate each other. Any work exhibited in the one and not in the other shall be executed as if it had been set forth in both

GC-3

so that the work will be constructed according to the complete design as determined by the City.

Should anything necessary for a clear understanding of the work be omitted from the specifications and drawings or should the requirements appear to be in conflict, the Contractor shall secure written instructions from the City before proceeding with the work affected thereby. Any detail that appears on one page of the drawings shall be as if it appears on all sections within the set of drawings. It is understood and agreed that the work shall be performed according to the true intent of the contract documents.

6.0 INDEPENDENT CONTRACTOR. The relationship of the Contractor to the City shall be that of an independent contractor.

7.0 ASSIGNMENT AND SUBCONTRACTING. The Contractor shall not assign by power

of attorney or otherwise any of the money payable under this contract unless written consent of the City has been obtained. No right under this contract, nor claim for any money due or to become due hereunder shall be asserted against the City or persons acting for the City by reason of any so-called assignment of this contract, or any part thereof, unless such assignment has been authorized by the written consent of the City. In case the Contractor is permitted to assign moneys due or to become due under this contract, the instrument of assignment shall contain a clause subordinating the claim of the assignee to all prior liens for services rendered or materials supplied for the performance of the work.

The City reserves the right to disapprove the use of any or all subcontractors which, in the City's opinion, are not reasonably capable of performing the work required.

Should any subcontractor fail to perform in a satisfactory manner the work undertaken, the subcontractor shall be immediately terminated by the Contractor upon notice from the City. The Contractor shall be as fully responsible and accountable to the City for the acts and omissions of subcontractors and of persons either directly or indirectly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor and the City.

8.0 ORAL STATEMENTS. It is understood and agreed that the written terms and provisions

of this agreement shall supersede all oral statements of representatives of the City, and oral statements shall not be effective or be construed a being a part of this contract.

9.0 REFERENCE STANDARDS. Reference to the standards of any technical society,

organization, association, or to codes of local or state authorities shall mean the latest standard, code, specification, or tentative standard adopted and published at the date of taking bids unless specifically stated otherwise.

10.0 OWNER'S DRAWINGS AND SPECIFICATIONS. The Contractor will be furnished

up to five (5) sets of all drawings including revisions thereto and up to five (5) copies of the specifications without charge.

GC-4

11.0 CONTRACTOR TO CHECK DRAWINGS AND LISTS. The Contractor shall check all dimensions, elevations, and quantities indicated on the drawings and lists furnished to him by the City. The Contractor shall notify the City of any discrepancy between the drawings and the conditions at the site, or any error or omission in drawings, or in the layout as given by stakes, points, or instructions which he may discover in the course of the work. The Contractor will not be allowed to take advantage of any error or omission in the drawings or contract documents. Full instructions will be furnished by the City should such error or omission be discovered, and the Contractor shall carry out such instructions as if originally specified.

12.0 FIGURED DIMENSIONS TO GOVERN. Dimensions and elevations indicated on the

drawings shall be accurately followed even though different from scaled measurements. No work indicated on the drawings, the dimensions of which are not indicated, shall be executed until necessary dimensions have been obtained from the City.

13.0 PROJECT MANAGEMENT. The coordination of all field construction will be under the

direction of the Contractor, who will be responsible for coordinating work between various subcontractors and for resolving any conflicts between subcontractors regarding scheduling or coordination.

The time of completion is of the essence of this contract and the Contractor shall be responsible for performing the work in accordance with the specified construction schedule. If at any time the Contractor's work is behind schedule, the Contractor shall increase forces, work overtime, or otherwise accelerate operations to comply with the schedule and shall put into effect definite procedures for getting the work back on schedule. The proposed procedures shall be subject to the City's approval or modification. The procedures adopted shall be put into effect immediately. The Contractor will not be allowed extra compensation for costs incurred because of additional regular or premium time or of additional mobilization of equipment required to keep his work on schedule.

14.0 NO WAIVER OF RIGHTS. Neither the inspection by the City or any of its officials,

employees, or agents, nor any order by the City for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the City, nor any extension of time, nor any possession taken by the City or its employees shall operate as a waiver of any provision of this contract, or of any power herein reserved to the City, or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach.

15.0 CONSTRUCTION OBSERVATION. The City may appoint such inspectors as the City

deems proper to observe the materials furnished and the work performed for compliance with the drawings and specifications. The Contractor shall furnish all reasonable assistance required by the inspectors for the proper observation of the work. Should the Contractor object to any order given by any inspector, the Contractor may make written appeal to the City for a decision.

GC-5

Inspectors shall have the authority to reject work which is unsatisfactory, faulty, or defective, or does not conform to the requirements of the drawings and specifications. Observation shall not relieve the Contractor from any obligation to construct the work strictly in accordance with the drawings and specifications. Work not so constructed shall be removed and replaced by the Contractor at his own expense.

16.0 FIELD RECORDS. The Contractor shall maintain at the office at the site up-to-date

copies of all drawings, specifications, and other contract documents and supplementary data, complete with latest revisions thereto. In addition, the Contractor shall maintain a continuous record of all field changes and, at the conclusion of work, shall incorporate all such changes on the drawings and other engineering data and shall submit the required number of copies thereof to the City.

17.0 CONTRACTOR'S SUPERVISION AT THE SITE. The Contractor shall furnish

adequate management, supervisory, and technical personnel on the site to ensure expeditious and competent handling of the work. A superintendent experienced in construction of the type specified and who is a permanent member of the Contractor's organization shall be a resident at the project throughout the construction. The superintendent shall be fully authorized to act for the Contractor and to receive whatever orders or notices may be given for the proper prosecution of the work.

The Contractor's field organization shall include an experienced staff of qualified technical personnel to handle on-site engineering, planning, and direction of all field work.

The Contractor shall be responsible for complete supervision and control of its subcontractors as though they were his own forces. Notice to the Contractor shall be considered notice to any affected subcontractor.

18.0 CONTRACTOR'S OFFICE. During the performance of this contract, the Contractor

shall maintain a suitable office which shall be headquarters of a representative authorized to receive drawings, instructions, or other communication or articles. Any communication given to the said representative or delivered at the Contractor's office in its absence shall be deemed to have been delivered to the Contractor.

Copies of items listed under Section 16.0 FIELD RECORDS shall be kept at the Contractor's office at the site of the work, available for use at all times.

19.0 RELATIONS WITH OTHER CONTRACTORS. The Contractor shall cooperate with

all other contractors who may be performing work on behalf of the City and workers who may be employed by the City in the vicinity of the work under this contract and shall conduct operations to minimize interference with the work of such contractors or workers. The Contractor shall promptly make good at Contractor's own expense any injury or damage that may be sustained by other contractors or employees of the City at Contractor's hands. Any difference or conflict which may arise between the Contractor and other contractors shall be resolved as determined by the City. If the work of the Contractor is

GC-6

delayed because of any acts or omissions of any other contractor, the Contractor shall have no claim against the City on that account other than an extension of time. If any part of the Contractor's work is dependent upon the quality and completeness of work performed under another contract, the Contractor shall inspect the other contractor's work and promptly report defects therein which render such work unsuitable for the proper execution of the work under this contract. Failure to report such defects to the City shall constitute the Contractor's acceptance of such work as suitable to receive the Contractor's work; provided, however, that the Contractor shall not be responsible for defects which develop after such inspection and which could not have been reasonably detected or foreseen.

20.0 METHODS OF FIELD OPERATION. The Contractor shall inform the City in advance

as to the Contractor's plans for carrying out each part of the field work. Review by the City of any plan or method of work proposed by the Contractor shall not relieve the Contractor of any responsibility therefor, and such review shall not be considered as an assumption of any risk or liability by the City or any officer, agent or employee thereof. The Contractor shall have no claim because of the failure or inefficiency of any plan or method so reviewed.

Any method of work suggested by the City, but not specified, shall be used at the risk and responsibility of the Contractor, and the City shall have no responsibility therefor. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of the plan, equipment, and methods.

The Contractor shall comply with all applicable requirements of federal, state, and local codes and of all other authorities having jurisdiction over his work.

The Contractor shall be solely and completely responsible for conditions related to Contractor's work including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. The City shall not be responsible for review of the adequacy of the Contractor's safety measures in, on, or near the construction site, and the Contractor shall be solely responsible for the adequacy of such measures.

21.0 LINES AND GRADES. All work shall be done to the lines, grades, and elevations

indicated on the drawings. The Contractor shall provide suitable equipment and competent workers who shall locate and lay out the work.

The Contractor shall provide experienced instrument survey personnel, competent assistants, and such instruments, tools, stakes, and other materials required to complete survey, layout, and measurement work. In addition, the Contractor shall furnish, without charge, competent persons and such tools, stakes and other materials as the City may reasonably require in establishing or designating control points, in establishing construction easement boundaries, or in checking survey layout and measurement work performed by the Contractor.

GC-7

Basic horizontal and vertical control points will be established or designated by the City. These points shall be used as datum for work under this contract.

The Contractor shall keep the City informed, a reasonable time not less than two (2) working days in advance of the times and places at which Contractor wishes to do work, so that any checking of horizontal and vertical control points deemed necessary by the City may be done with minimum inconvenience to the City and minimum delay to the Contractor. Any work done without being properly located may be ordered removed and replaced at the Contractor's expense.

22.0 PRESERVATION OF MONUMENTS AND STAKES. The Contractor shall carefully

preserve all monuments, benchmarks, property pins, reference points, and stakes. The Contractor will be charged with the expense of replacement of any such items destroyed and shall be responsible for any mistake or loss of time that may be caused. Permanent monuments or benchmarks which must be removed or disturbed shall be protected until they can be properly referenced for relocation. The Contractor shall furnish materials and assistance for the proper replacement of such monuments or benchmarks, but actual replacement shall be done by a licensed surveyor.

23.0 PROTECTION OF PROPERTY AND PUBLIC LIABILITY FOR DAMAGES. The

Contractor shall be accountable for any damages resulting from his operations. The Contractor shall be fully responsible for the protection of all persons including members of the public, employees of the City, and employees of other contractors or subcontractors, and all public and private property.

The Contractor is responsible for any damage to existing structures, work materials, or equipment because of Contractor's operations and shall repair or replace any damaged structures, work materials, or equipment to the satisfaction of and at no additional cost to the City.

The Contractor is responsible for all damage to streets, roads, curbs, sidewalks, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property which may be caused by transporting equipment, materials, or personnel to or from work. The Contractor shall make satisfactory and acceptable arrangements with the agency having jurisdiction over the damaged property concerning its repair or replacement.

The Contractor shall give reasonable notice to the owners of public or private property and utilities when such property and utilities are liable to injury, damage, or restricted access through the performance of the work and shall make all necessary arrangements with such owners relative to the removal and replacement or protection of such property or utilities. The Contractor shall provide such advance notice in a manner acceptable to the City.

GC-8

24.0 EMERGENCY PROTECTION. Whenever, in the opinion of the City, the Contractor has not taken sufficient precaution for the safety of the public or the protection of the work to be constructed under this contract or of adjacent structures or property, and whenever, in the opinion of the City, an emergency has arisen and immediate action is considered necessary, then the City, with or without notice to the Contractor, may provide suitable protection by causing work to be done and material to be furnished and placed. The cost of such work and material shall be borne by the Contractor and, if the same is not paid on presentation of the bills therefor, such costs may be deducted from any amounts due or to become due the Contractor. The performance of such emergency work shall not relieve the Contractor of responsibility for any damage which may occur.

25.0 LOSSES FROM NATURAL CAUSES. All loss or damage arising out of the nature of

the work, or from the action of the elements or from floods or overflows, or from groundwater, or from any unusual obstruction or difficulty, or any other natural or existing circumstance either known or unforeseen which may be encountered in the prosecution of the work shall be sustained and borne by the Contractor at Contractor's own cost and expense.

26.0 CHARACTER OF WORKERS. The Contractor shall employ only workers who are

competent to perform the work assigned to them and, in the case of skilled labor, who are adequately trained and experienced in their respective trades and who do satisfactory work.

26.1 PREFERENCE IN EMPLOYMENT OF COLORADO LABOR. The Contractor

hereby covenants and agrees that, pursuant to §8-17-101, C.R.S., Colorado labor shall be employed to perform the work to the extent of not less than eighty percent of each type or class of labor in the several classifications of skilled and common labor employed on the project or public works. “Colorado labor” shall mean any person who is a resident of the state of Colorado, at the time of employment, without discrimination as to race, color, creed, sex, age. or religion except when sex or age is a bona fide occupational qualification.

27.0 INSURANCE REQUIREMENTS. 27.1 Comprehensive General Liability. The Contractor shall procure and keep in force during

the duration of this contract a policy of Comprehensive General Liability insurance insuring the Contractor and the City against any liability for personal injury, bodily injury, or death arising out of the ownership, use, occupancy, or construction of the project and all areas appurtenant thereto and against liability for property damage with a combined single limit as specified in the Special Conditions. The limits of said insurance shall not, however, limit the liability of the Contractor hereunder. If the Contractor shall fail to procure and maintain said insurance, the City may, but shall not be required to, procure and maintain the same but at the expense of the Contractor.

27.2 Comprehensive Automobile Liability. The Contractor shall procure and keep in force

during the duration of this contract a policy of Comprehensive Automobile Liability insurance insuring the Contractor and the City against any liability for personal injury, bodily injury, or death arising from the use of motor vehicles and shall cover operations on

GC-9

or off the site of all motor vehicles controlled by the Contractor whether they are owned, non-owned, or hired with a combined single limit as specified in the Special Conditions. The limits of said insurance shall not, however, limit the liability of the Contractor hereunder. If the Contractor shall fail to procure and maintain said insurance, the City may, but shall not be required to, procure and maintain the same but at the expense of the Contractor.

27.3 Builder's Risk. The Contractor shall procure and keep in force during the duration of this

contract a Builder's Risk policy to protect the City and the Contractor against risks of damage to buildings, structures, materials, and equipment. Perils shall include, but not be limited to, fire, lightning, vandalism, and malicious mischief. The amount of such insurance shall be not less than the insurable value of the work at completion or as specified in the Special Conditions.

Builder's Risk insurance shall provide for losses to be payable to the Contractor and the City as their interests may appear and shall contain a waiver of subrogation rights against the insured parties.

27.4 Other Insurance. The Contractor shall procure and keep in force during the term of this

contract such other insurance as may be required by any law, ordinance, or governmental regulation including, but not limited to, Workers' Compensation.

27.5 Insurance Policies. Insurance required shall be with companies qualified to do business in

the State of Colorado with a general policyholder's financial rating of not less than A+3A as set forth in the most current edition of “Best's Insurance Reports” and may provide for deductible amounts as the Contractor may deem to be reasonable for the project, but in no event greater than $10,000. No such policies shall be cancelable or subject to reduction in coverage limits or other modification except after thirty (30) days prior written notice to the City. However, where cancellation of coverage is due to nonpayment of premium, a ten (10) day written notice to the City is required. The Contractor shall not do or permit to be done anything which shall invalidate the insurance policies referred to in this section. All insurance policies provided herein shall be issued in the names of the Contractor and the City.

Such policies shall be for the mutual and joint benefit and protection of the Contractor and the City. All policies shall contain a provision that the City, although named as an insured, shall nevertheless be entitled to recovery under said policies for any loss occasioned to it, its servants, agents, citizens, and employees by reason of negligence of the Contractor. All policies shall be written as primary policies not contributing with and not in excess of coverage which the City may carry.

Contractor shall furnish certificates evidencing required insurance coverage to the City. Such certificates shall be in a form acceptable to the City.

28.0 INDEMNITY. The Contractor hereby covenants and agrees to indemnify, defend, save,

and hold the City harmless from any and all liability, loss, costs, charges, penalties,

GC-10

obligations, expenses, attorney's fees, litigation, judgments, damages, claims, and demands of any kind whatsoever in connection with arising out of or by any reason of any violation of the contract or of any law, ordinance, or regulation by the Contractor, Contractor's agents, employees, servants, subcontractors, business invitees; or by reason of any injury or damage however occurring to any person or persons whomever (including the Contractor, Contractor's agents, employees, servants, subcontractors, or business invitees) or to property of any kind whatsoever and to whomever belonging (including the Contractor, Contractor's agents, employees, servants, subcontractor, or business invitees); or from any cause or causes whatsoever while in, upon, about, or in any way connected with the project or any portion thereof during the term of this contract. The Contractor hereby assumes all risk and damage to property or injury to persons in upon or about the project arising from any cause, and the Contractor hereby waives all claims in respect thereof against the City.

29.0 RELEASE OF LIABILITY. Acceptance by the Contractor of the last payment shall be a

release to the City and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the City or of any person relating to or affecting the work.

30.0 CLAIMS FOR LABOR AND MATERIALS. The Contractor shall indemnify and save

harmless the City from all claims for labor and materials furnished under this contract. When requested by the City, the Contractor shall submit satisfactory evidence that all persons, firms, or corporations who have done work or furnished materials under this contract for which the City may become legally liable have been fully paid or satisfactorily secured. In case such evidence is not furnished or is not satisfactory, an amount will be retained from money due the Contractor which in addition to any other sums that may be retained will be sufficient in the opinion of the City to liquidate all such claims. Such sum will be retained until the claims as aforesaid are fully settled or satisfactorily secured.

Before final acceptance of the work by the City, the Contractor may be required to submit to the City a notarized affidavit stating that all subcontractors, vendors, persons, or firms who have furnished labor or materials for the work have been fully paid and that all taxes have been paid.

31.0 RIGHT OF CITY TO TERMINATE CONTRACT. 31.1 For Default. If the work to be done under this contract is abandoned by the Contractor; or

if this contract is assigned without the written consent of the City; or if the Contractor is named in proceedings in bankruptcy or for reorganization; or if a general assignment of assets is made for the benefit of creditors; or if a receiver is appointed for the Contractor or any of Contractor's property; or if at any time the City certifies that the performance of the work under this contract is being unnecessarily delayed that the Contractor is violating any of the conditions of this contract, or that Contractor is executing the same in bad faith or otherwise not in accordance with the terms of said contract; or if, in the judgment of the City, the work will not be or cannot be substantially completed within the time named for

GC-11

its completion or within the time to which such completion date may be extended, then the City may serve written notice upon the Contractor and Contractor's surety of the City's intention to terminate this contract. Unless within five (5) days after the serving of such notice a satisfactory arrangement is made for continuance, this contract shall terminate. In the event of such termination, the surety shall have the right to take over and complete the work provided that if the surety does not (a) within ten (10) days affirm in writing its intention to take over and complete the work, and (b) within thirty (30) days commence performance, the City may take over and prosecute the work to completion by contract or otherwise. The Contractor and the surety shall be liable to the City for all excess cost sustained by the City by reason of such prosecution and completion. The City may take possession of and utilize in completing the work all materials, equipment, tools, and plant on the site of the work. Any termination for default which shall be determined to be improper or unwarranted in any respect shall be deemed to be a termination for convenience as provided in Subsection 31.2 For Convenience below.

31.2 For Convenience. The performance of work under this contract may be terminated by the

City in accordance with this clause in whole or from time-to-time in part whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by delivery to the Contractor of a Notice of Termination specifying the extent to which performance of work under the contract is terminated and the date upon when such termination becomes effective. Upon termination for convenience, the City shall be liable for the Contractor's unit price for the work then performed if a unit price contract, or for the value of the work completed, if a lump sum contract, but shall not be liable for the Contractor's anticipated profits on the work terminated.

32.0 BEGINNING, PROGRESS, AND COMPLETION OF THE WORK. The time of

completion is of the essence of this contract. The work shall be prosecuted to completion in accordance with the schedule stipulated in the contract agreement subject to adjustment as provided in these contract documents.

A detailed construction schedule shall be prepared by the Contractor and submitted to the City for review on or before the date of the preconstruction conference. This schedule shall be approved before performing any work that will affect public traffic. The schedule shall contain the various activities required to perform the work and the dates the activities will be started and completed in order to complete the work in accordance with the specified schedule requirements. The Contractor is responsible for determining the sequence and time estimates of the detailed construction activities. However, the City reserves the right to require the Contractor to modify any portion of the schedule the City determines to be impracticable or unreasonable as required to coordinate the Contractor's activities with those of other contractors, if any, engaged in work for the City on the site; to avoid undue interference with the City's operations; and to assure completion of the work by the date or dates stipulated. Upon acceptance by the City of the Contractor's detailed construction schedule, the Contractor will be responsible for maintaining such schedule.

GC-12

If at any time the Contractor's work is behind schedule, Contractor shall immediately put into effect definite procedures for getting the work back on schedule. The procedures shall be subject to review and modification by the City. The Contractor will not be allowed extra compensation for costs incurred because of accelerated operations required to maintain the schedule.

33.0 UNFAVORABLE CONSTRUCTION CONDITIONS. During periods of unfavorable

weather, wet grounds, or other unsuitable construction conditions, the Contractor shall confine operations to work which will not be affected adversely thereby. No portion of the work shall be constructed under conditions which would affect adversely the quality of efficiency thereof unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner.

34.0 HINDRANCES AND DELAYS. The Contractor expressly agrees that the construction

period named in the contract agreement includes allowance for all hindrances and delays incident to the work. The Contractor further agrees that no claims shall be made for hindrances and delays from any cause during the performance of the work except as specifically provided for in the Sections 35.0 SUSPENSION OF WORK and 36.0 EXTENSIONS OF TIME.

35.0 SUSPENSION OF WORK. The City reserves the right to suspend and reinstate

execution of the whole or any part of the work without invalidating the provisions of the contract. Orders for suspension or reinstatement of work will be issued by the City to the Contractor in writing. The time for completion of the work will be extended for a period equal to the time lost by reason of the suspension.

Extra costs and expenses which are caused by work suspensions ordered by the City will be paid by the City to the Contractor.

36.0 EXTENSIONS OF TIME. Should the Contractor be delayed in the final completion of

the work by any act or neglect of the City, or by any other contractor employed by the City, or by strike, fire, or other cause outside of the control of the Contractor and which could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay will be granted by the City provided that the Contractor gives the City prompt notice in writing of the cause of delay in each case and demonstrates that he has used all reasonable means to minimize the delay. No damages shall be payable for any delay not due to an act or neglect of the City or an employee of the City.

Unless approved in writing by the City, extensions of time will not be granted for delays caused by unsuitable ground conditions, inadequate construction force, or the failure of the Contractor to place orders for equipment or materials sufficiently in advance to ensure delivery when needed, or unfavorable weather.

Failure of City-furnished equipment and materials to arrive as scheduled or failure of other construction contractors to meet their schedule shall not be justification for an extension of

GC-13

time except where such failure causes, in the opinion of the City, an actual delay in the Contractor's work.

37.0 REJECTED WORK AND MATERIALS. The Contractor, upon written notice from the City, shall remove from the premises all work and materials rejected as defective, unsound, improper, or in any way failing to conform to the requirements of the contract documents. The Contractor shall at Contractor's sole expense make good all work damaged by such removal and shall promptly replace materials damaged or improperly worked and reexecute or replace the work of any other contractor that is in any way affected by the removal of the defective work. The obligations of the Contractor under this section shall not extend to defective materials or equipment supplied by the City.

If the Contractor does not remove rejected work and materials within ten (10) days after written notice, the City may remove and replace such work and materials at the expense of the Contractor. If the city prefers to accept work which is not in accordance with the requirements of the contract documents, the City may do so instead of requiring its removal and correction, in which case the contract sum will be reduced as appropriate and equitable.

38.0 PLACING WORK IN SERVICE. If desired by the City, portions of the work may be

placed in service when completed and the Contractor shall provide proper access for this purpose. Such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction throughout the duration of this contract and thereafter as provided under Section 64.0 GUARANTEE.

39.0 CLEANLINESS. The Contractor shall give special attention to keeping the work site

clean and free from trash and debris.

Trash, debris, and waste materials shall not be allowed to accumulate, but shall be regularly removed from the site and disposed of by and at the Contractor's expense.

Promptly upon completion of the construction work, all Contractor-owned facilities, materials, and construction plant shall be removed from the site.

40.0 SECURITY. The Contractor shall be responsible for all materials and equipment in

Contractor's custody or placed in construction by Contractor. Security methods shall be employed as required

to ensure the protection of all materials, equipment, and construction work from theft, vandalism, fire, and all other damage and loss.

41.0 CONSTRUCTION AREA LIMITS. Prior to beginning any removal or construction, the

Contractor shall meet with the appropriate City representative to clearly define the limits of work. Any and all work performed beyond the limits so defined or before such limits are defined by the City shall be at the sole expense of the Contractor and without compensation from the City.

GC-14

42.0 PROTECTION OF WORK. The Contractor shall be solely responsible for the protection

of the work until its final acceptance by the City.

The Contractor shall have no claim against the City because of any damage or loss to the Contractor's work and shall be responsible for the complete restoration of damaged work to its original condition complying with specifications and drawings.

In the event the Contractor's work is damaged by another party not under Contractor's supervision or control, the Contractor shall make claim directly with the party involved. If a conflict or disagreement develops between the Contractor and one of the other contractors concerning the responsibility for damage or loss to the Contractor's work, the conflict shall be resolved as provided under Section 19.0 RELATIONS WITH OTHER CONTRACTORS. Such conflict shall not be cause for delay in the restoration of the damaged work. The Contractor shall restore the work immediately and the cost thereof will be assigned pending the resolution of the conflict.

43.0 REPAIR OF DAMAGES. The Contractor shall immediately repair any damage which

results from this construction or abnormal use including damage done to existing facilities. All such repair work shall be acceptable to the City.

44.0 TESTING. The City may require testing to satisfy itself of contract compliance. This

testing may be performed by an independent testing laboratory acceptable to the City. All initial test costs shall be paid by the City unless otherwise stated in this contract. All re-tests on account of failed tests shall be paid by the Contractor.

45.0 COOPERATION WITH THE CITY. The performance of construction work which

affects the operation of the City's utility systems shall be scheduled to be performed only at times acceptable to the City.

In the event that it is necessary to either interrupt or to impose abnormal operating `conditions on any City utility system, such procedure must be acceptable to the City and a complete understanding and agreement must be reached by all parties concerned well in advance of the time schedule for such operation and such understanding shall be definite as to date, time of day, and length of time required. All work shall be scheduled to suit the City's convenience taking into consideration the facilities and requirements at all times during construction.

The Contractor shall be responsible for paying all regular and premium time labor costs arising from the necessity to perform work which affects the City's system facilities at times other than regular working hours.

46.0 MODIFICATIONS. The Contractor shall modify the work whenever so ordered by the

City and such modifications shall be affected the validity of the contract. Modifications may involve increases or decreases in the amount of the work for which appropriate contract price adjustment will be made

GC-15

Except for minor changes which involve no contract price adjustment, all modifications shall be made under the authority of duly executed change orders issued and signed by the City and accepted and signed by the Contractor.

46.1 Change of Contract Price. The contract price constitutes the total compensation payable

to the Contractor for performing the work. All duties, responsibilities, and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the contract price. The contract price may only be changed by a change order. If the Contractor is entitled by the contract documents to make a claim for an increase in the contract price, the claim shall be in writing delivered to the city within ten (10) days of the occurrence of the event giving rise to the claim. Any change in the contract price resulting from any such claim shall be incorporated in a change order.

The value of any work covered by a change order or any claim for an increase or decrease in the contract price shall be determined in one of the following ways:

Where the work involved is covered by lump sum adjustment prices contained in the contract documents by application of such prices to the quantities of items involved; if not, then by the unit prices contained in the contract documents; if none, then by mutual acceptance of a lump sum; or if no agreement is reached, then by cost and fifteen percent (15%) for overhead and profit. In such case, the Contractor will submit in form prescribed by the City an itemized cost breakdown together with supporting data.

The amount of credit to be allowed by the Contractor to the City for any such change which results in a net decrease in cost will be the amount of the actual net decrease as determined by the City. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any.

46.2 Changes in the Work. Without invalidating the agreement, the City may at any time or

from time to time order additions, deletions, or revisions in the work; these will be authorized by change orders. Upon receipt of a change order, the Contractor will proceed with the work involved. All such work shall be executed under the applicable conditions of the contract documents. If any change order causes an increase or decrease in the contract price or an extension or shortening of the contract time, a corresponding adjustment will be made.

Additional work performed by the Contractor without authorization of a change order will not entitle Contractor to an increase in the contract price or an extension of the contract time, except in the case of an emergency as deemed warranted by the City.

It is the Contractor's responsibility to notify the surety of any changes affecting the general scope of the work or change in the contract price and the amount of the applicable bonds shall be adjusted accordingly. The Contractor will furnish proof of such adjustments to the City.

GC-16

46.3 No Modification Without Appropriation. No change order, or other form of order or directive by the City requiring additional compensable work to be performed, which order or directive causes the aggregate amount payable under the contract to exceed the amount appropriated, or to be appropriated in the case of payments to be made in more than one calendar year, for the original contract, shall be issued unless the Contractor is given written assurance that lawful appropriations have been made or will be made to cover the costs of the additional work.

47.0 ARBITRATION. Before bringing any action in court against the City, the Contractor

shall first offer to arbitrate the question by notifying City in writing and setting forth in such notice the matter to be arbitrated.

The City can elect to arbitrate or not. If City agrees to arbitrate, it shall so advise Contractor in writing within ten (10) days after receipt of Contractor's notice. Notice by City that it does not wish to arbitrate or failure to notify within the ten (10) day period will give Contractor the right to start action in court.

If City agrees to arbitrate, the arbitration proceedings shall be governed by the Construction Industry Arbitration Rules of the American Arbitration Association. The award rendered by the arbitrators shall be final and judgment may be entered upon it in any court having jurisdiction.

The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the City. It is understood and agreed by the parties to the contract that no requirement or statement herein shall be interpreted as curtailing the power of the City to determine the amount, quality, and acceptability of work and materials.

48.0 LAWS AND REGULATIONS. The Contractor shall observe and comply with all

federal, state, and local ordinances, laws, codes, and regulations and all other applicable requirements of authorities having jurisdiction over the work including the Federal “Safety and Health Regulations for Construction” and shall protect and indemnify the City and the City's officers and agents including the engineers against any claim or liability arising from or based upon any failure or alleged failure of the Contractor to comply with the same.

49.0 TAXES, PERMITS, AND LICENSES. The Contractor shall apply with the Department

of Revenue, Sales Tax for an exemption certificate pursuant to §39-26-114(1)(a)(XIX), C.R.S. and purchase the materials for the corporation in this project tax free. It shall be the responsibility of the Contractor to obtain all licenses, permits, and inspections required for the work. The City shall pay for licenses and permits separate and apart from the contract.

50.0 PATENTS. Royalties and fees for patents covering materials, articles, apparatus, devices,

equipment, or processes used in the work shall be included in the contract amount. The Contractor shall satisfy all demands that may be made at any time for such royalties or fees, and shall be liable for any damages or claims for patent infringements. The

GC-17

Contractor shall, at Contractor's own cost and expense defend all suits or proceedings that may be instituted against the City for alleged infringement of any patents involved in the work and, in case of an award of damages, the Contractor shall pay such award. Final payment to the Contractor by the City will not be made while any such suit or claim remains unsettled.

51.0 MATERIALS AND EQUIPMENT. Unless specifically provided otherwise in each case,

all materials and equipment furnished for permanent installation in the work shall conform to applicable standard specifications and shall be new, unused, and undamaged when installed or otherwise incorporated in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified unless such use is specifically authorized by the City in each case.

Unless stated otherwise in these contract documents, all required tests in connection with acceptance of source of materials or other specification compliance shall be made at the Contractor's expense by a properly equipped laboratory of established reputation whose work and testing facilities are acceptable to the City. Any change in origin or method of preparation or manufacture of a material being routinely tested will require new tests. Reports of all tests shall be furnished to the City in as many copies as required.

52.0 LOCAL SUPPLIERS AND SUBCONTRACTORS. The Contractor shall purchase

materials from local suppliers and award subcontract to local subcontractors whenever feasible.

53.0 CONSTRUCTION PLANT AND TEMPORARY FACILITIES. The Contractor shall

furnish all construction plant, utilities, and temporary facilities and all materials, equipment, and supplies which are required for prosecution of the work but which will not be incorporated in the completed work.

54.0 RECEIVING, HANDLING, AND STORAGE. The Contractor shall receive (from

carriers or from the City's warehouse), check, unload, handle and store all materials and equipment which are to be incorporated in the construction under these specifications.

The Contractor shall be responsible for the prompt unloading of materials and equipment and shall pay any demurrage.

The Contractor shall provide all storage facilities. Storage areas on the site shall be limited to those areas so designated by the City.

55.0 RIGHTS-OF-WAY. The City will obtain all permanent right-of-way easements and

location agreements required for construction of the work. Temporary permits shall be furnished by the Contractor.

The Contractor shall confine operations to the immediate construction area and shall use due care in placing construction tools, equipment, excavated materials, and construction materials and supplies so as to cause the least possible damage to the property. At the

GC-18

conclusion of the work, all temporary structures, access roads outside the rights-of-way, and other facilities incidental to the new construction shall be removed, and the site shall be restored to its original condition.

GC-19

56.0 USE OF PRIVATE AND CITY PROPERTY. 56.1 Use of Private Property. The Contractor shall comply with all the limitations and

provisions of the City's easements and agreements. The Contractor shall examine these easements and agreements before beginning the work and shall comply with all provisions thereof. The Contractor shall enter proposed rights-of-way only after the City notifies Contractor that easements and/or agreements of the specific section of line have been obtained. Problems involving rights-of-way shall be immediately reported to the City.

In those cases where the Contractor finds it necessary to enter upon, travel across, or otherwise use privately-owned land outside of the rights of such land acquired by the City in its right-of-way agreements, the Contractor shall make all necessary arrangements or agreements with the landowners involved for such right of entry and use of their property. The Contractor shall obtain a written agreement from each property owner and tenant setting forth the contractor's right of entry and use of the property and a copy of each such agreement shall be filed with the City. The Contractor shall fulfill each agreement and, at the conclusion of the work and before final payment, shall obtain an executed release from each agreement signed by the respective property owner and tenant. A copy of the release shall be filed with the City before final payment will be made for the work.

Whenever the right-of-way is occupied by crops which will be damaged by construction operations, the Contractor shall notify the property owner and tenant sufficiently in advance so that the crops may be removed before work is started. The Contractor shall be responsible for all damage to crops located outside the right-of-way limits and shall make satisfactory settlement for the damage directly with the property owner and tenant involved.

56.2 Use of City Property. The Contractor may be permitted to use available land belonging to

the City on or near the site of the work for construction purposes and for the storage of material and equipment. The location and extent of the areas so used shall be as designated by the City.

The Contractor shall be solely responsible for obtaining and shall pay all costs in connection with any additional work area, storage sites, access to the site, or temporary right-of-way which may be required for proper completion of the work. The responsibility for protection and safekeeping of equipment and materials on or near the site is entirely that of the Contractor and no claim shall be made against the City by reason of any act of an employee or trespasser. It shall be further understood that should any occasion arise necessitating access to the sites occupied by these stored materials and equipment, the Contractor shall immediately move same. No materials or equipment may be placed upon the property of the City until the City has agreed to the location contemplated by the Contractor to be used for storage.

GC-20

The Contractor shall not use nor operate any water valves, hydrants, switches, traffic control boxes, or any other City-owned facilities or utilities of any kind without the written consent of the project manager. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times.

57.0 PROTECTION OF PUBLIC AND PRIVATE PROPERTY. The Contractor shall

protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by the construction work performed by the Contractor. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations together with all sod and shrubs in yards and parking shall be restored to their original condition whether within or outside the easement. All replacements shall be made with new materials.

No trees shall be removed outside of the permanent easement except where authorized by the City. Whenever practicable, the Contractor shall tunnel beneath trees in yards and parking when on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage by construction operations.

The Contractor shall be responsible for all damage to streets, roads, highways, shoulder, ditches, embankments, culverts, bridges, and other public or private property regardless of location or character which may be caused by transporting equipment, materials, or personnel to or from the work or any part or site thereof, whether by Contractor or Contractor's subcontractors. The Contractor shall make satisfactory and acceptable arrangements with the owner, the agency, or authority having jurisdiction over the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage.

All existing fences which interfere with the construction operations shall be maintained by the Contractor until the completion of the work affected thereby unless written permission is obtained from the owner of the fence to leave the fence dismantled for an agreed period of time. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use.

On completion of the work across any tract of land, the Contractor shall restore all fences to their original or better condition.

58.0 MAINTENANCE OF TRAFFIC. The Contractor is required to maintain access to all

private drives throughout the contract period for this project.

The Contractor shall erect, maintain, and remove all barricades, traffic control signs, and devices necessary for any lane closure including detour signs. All such barricades and traffic control signs and devices shall be in accordance with the Manual on Uniform Traffic Control Devices for Streets and Highways published by U.S. Department of Transportation, Federal Highway Administration and as directed by the engineer.

GC-21

The Contractor shall be responsible for ensuring that all work sites are properly cleaned and barricaded prior to the completion of the day's activities. A barricading plan shall be submitted to the City at least two (2) working days prior to performing any work affecting public traffic.

59.0 UNDERGROUND INSTALLATIONS. Existing underground installations such as water

mains, gas mains, sewers, telephone lines, power lines, and buried structures in the vicinity of the work to be done hereunder are indicated on the drawings only to the extent such information has been made available to or discovered by the City in preparing the drawings. There is no guarantee as to the accuracy or completeness of such information, and all responsibility for the accuracy and completeness thereof is expressly disclaimed.

The Contractor shall be solely responsible for locating all existing underground installations including service connections in advance of excavating or trenching by contacting the owners thereof and prospecting. The Contractor will be required to contact the Utility Notification Center of Colorado (UNCC) at 1-800-922-1987 at least two (2) working days prior to beginning excavation in the area of UNCC registered lines to have those utility locations marked by member companies. All other utility lines are to be located by contacting the respective representative. Utility service laterals are also to be located prior to beginning excavation. The Contractor shall use Contractor's own information and shall not rely upon any information indicated on the drawings concerning existing underground installations.

Any delay, additional work, or extra cost to the Contractor caused by existing underground installations shall not constitute a claim for extra work, additional payment, or damages.

60.0 FINAL CLEAN UP AND GRADING. It is the intent of these specifications that at the

end of construction work all holes, ruts, settlements, and depressions resulting from the work be filled and graded to match elevations of adjacent surfaces, and all areas disturbed by construction shall be restored to their original condition to the maximum extent practicable and as acceptable to the City.

61.0 DUST CONTROL. The Contractor shall be responsible for the abatement and control of

dust produced as a result of this contract. All reasonable measures shall be taken by the Contractor, entirely at Contractor's own expense, to control dust. This shall include dust control efforts when deemed necessary by the City on weekends, holidays, and other time during the contract period when fugitive dust may be a problem.

62.0 NOISE CONTROL. 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.

63.0 POLLUTION CONTROL. The Contractor shall prevent pollution by sanitary wastes,

sediment, debris, and other substances resulting from construction activities by preventing sediment, debris or other substances from entering water systems, sanitary sewers, storm

GC-22

drains, and culverts and by retaining all spent oils, hydraulic fluids, and other petroleum fluids in containers for disposal off the site.

64.0 GUARANTEE. The Contractor shall guarantee the construction equipment, materials,

and workmanship furnished under this contract to be as specified and to be free from defects for a period of two (2) years after the date of final payment. In addition, the equipment furnished by the Contractor shall be guaranteed to be free from defects in design.

Upon notification, the Contractor shall promptly make all adjustments, repairs, or replacements which, in the opinion of the City, arose out of defects and became necessary during the guarantee period.

The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement or repair of parts and for correction of defects shall be paid by the Contractor or by the surety.

This guarantee shall be extended to cover all repairs and replacements furnished under the guarantee, and the period of the guarantee for each such repair or replacement shall be one (1) year after installation or completion. The Contractor’s guarantee shall not be construed as a waiver by the City of the relevant statute of limitations and statute of repose periods.

If within ten (10) days after the City has notified the Contractor of a defect, failure, or abnormality in the work, the Contractor has not started to make the necessary repairs or adjustments, the City is hereby authorized to make the repairs or adjustments or to order the work to be done by a third party; the cost of the work to be paid by the Contractor or by the surety.

In the event of an emergency, where, in the judgment of the City, delay would cause serious loss or damage, repairs, or adjustments may be made by the City or a third party chosen by the City without advance notice to the Contractor, the cost of the work shall be paid by the Contractor or by the surety.

65.0 FINAL INSPECTION. When the work has been substantially completed and at a time

mutually agreeable to the City and Contractor, the City will make an inspection of the work. If, based upon such inspection, the City determines that the work is complete, it will accept the work, and the running of time for completion shall stop. Notwithstanding such acceptance, the City may retain such amounts as it deems necessary to compel completion of any punch list items. The City may, after five (5) days notice to the Contractor, complete the punch list items itself, and charge the Contractor for all costs incurred therefor, together with a like amount to compensate the City for its additional costs, time, and effort. The City may deduct such amounts from any retainage, and Contractor shall pay the City any deficiency.

66.0 CONTRACTOR'S PRICE BREAKDOWN. For lump sum projects, the Contractor shall

prepare and submit to the City for review a breakdown of the contract price according to

GC-23

the system of accounts provided by the City. The Contractor's price breakdown shall be reviewed and accepted by the City before any payments are made under this contract. Each invoice submitted for payment shall be prepared in accordance with the price breakdown accepted by the City.

An unbalanced breakdown estimate providing for overpayment of the Contractor on items of work which would be performed first will not be acceptable.

67.0 ESTIMATES AND PAYMENTS. Not later than the first day of each month, the

Contractor will make an estimate of the value of the work completed and of unused materials stored on the site. The estimated cost of repairing, replacing, or rebuilding any part of the work or replacing materials which do not conform to the drawings and specifications will be deducted from the estimated value.

Not later than the first of each month, the Contractor shall furnish to the City an invoice for completed work and materials purchased for the project and stored on the site. After the estimate has been found acceptable by the City, the City will pay to the Contractor by the last day of the month ninety percent (90%) of the estimated value, less any previous payments, until five percent (5%) of the total contract amount is held in retainage. Thereafter, the entire estimate will be paid, less previous payments, so that five percent (5%) of the total contract amount is held as retainage until the final payment. The retainage may be reduced and partially released prior to issuance of the final payment if the City receives a written request from the Contractor and the consent of the surety as required by state law.

After official acceptance of the work by the City, the City will, after advertising as provided by law, pay the entire balance due, after deducting all amounts to be retained under any provision of this contract or by law.

68.0 APPROPRIATION. To the extent this Agreement constitutes a multiple fiscal year debt

or financial obligation of the City; it shall be subject to annual appropriations pursuant to the City of Loveland Municipal Charter Section 11-6 and Article X, Section 20 of the Colorado Constitution. The City shall have no obligation to continue this Agreement in any fiscal year in which no such appropriations is made.

69.0 GOVERNMENTAL IMMUNITY ACT. No term or condition of the Contract shall be

construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions of the Colorado Governmental Immunity Act, C.R.S. §§ 24-10-101 et seq.

SECTION P PROPOSAL

P - 1

PROPOSAL UNIT-PRICE BASIS TO: THE CITY OF LOVELAND, COLORADO PROJECT TITLE: 2006 Concrete Alley Reconstruction Project No. ENSR06-AL BIDDER:

(please type or print) Name: ___________________________________________________ Address: ___________________________________________________ ___________________________________________________ Contact Person: ___________________________________________________ Phone: ( ) ____________________ The undersigned Bidder, having investigated all matters relevant to the project and having read and examined the specifications and associated documents for the above-designated project, does hereby propose to perform the work and provide the services set forth in this Proposal. The Bidder agrees to accept as full payment for the work proposed under this project, as herein specified and as shown on the drawings, the amounts computed on the basis of the following unit prices. It is understood that the unit prices are independent of the exact quantities involved. The Bidder states that the unit prices set forth below are a true measure of the labor and materials, including overhead and profit, to complete the work, exclusive of any materials provided by the City of Loveland. In the event of a discrepancy between unit prices and total prices, unit prices shall govern. The following bid schedule is an estimate only of the work involved in this contract and the City does not guarantee any such quantities. The City reserves the right to eliminate from and add to the quantities without any adjustment in unit prices. The estimate of quantities will be used for evaluating proposals. Items called out in the specifications, but not separately listed as a bid item, shall be considered incidental work and no additional payment shall be made.

P - 2

UNIT PRICE BID SCHEDULE 2006 Concrete Alley Reconstruction Project No. ENSR06-AL SCHEDULE AL – Addresses and Ramp Repairs

Item No. Item Description Unit Qty Unit Cost Extended Cost

202-00001 Sawcut 4” Depth (Pavement Joints) LF 1270 203-00310 Recycled Asphalt Haul & Place CY 60

208-00010 Erosion Control (Stormwater Inlet Protection) EA 4

403-07021 Asphalt Patching along Concrete SF 500 412-00800 Concrete Pavement (8 in.) Class D SF 6820 604-04001 Adjust Inlet Grate EA 2 604-04020 Adjust Manhole EA 1

608-00011 Concrete Curb Ramp Type I w/Detectable Warning Pavers SF 160

609-00000 Curb & Gutter (Concrete) LF 80 630-00001 Construction Traffic Control - Alley LS 1

630-00001 Construction Traffic Control - McKinsey LS 1

705-01000 Joint Sealant w/ 3/8” Backer Rod LF 1320

709-03000 Dowel Bars and Tie Bars LF 200 900-00001 Bollards EA 4 900-00007 Crack Monitors EA 12 109-04000 Force Account FA 1 $5000.00 $5000.00

SCHEDULE AL – Alley Reconstruction TOTAL

Company Name: _______________________________________________ Bidders Initials: ______ Date: _____________________________________

P - 3

UNIT PRICE BID SCHEDULE 2006 Concrete Alley Reconstruction Project No. ENSR06-AL SCHEDULE AL – Force Account Item Number 109.04000

Item Description Equivalent Pay Unit Unit Price

510 JD Backhoe-Loader HR Single Direction Plate Compactor (3.5 HP Min) HR Tandem-Axle, End Dump Truck HR Compressor And Jack Hammer HR S300 Bobcat Skid Steer Loader HR

SCHEDULE AL - Alley Reconstruction No Total

Force Account Item Number 109.04000 (continued)

Item No. Item Description Pay Unit Unit Price

202-00010 Remove Shrubs/Trees (under 6") EA 202-00011 Tree Trimming EA 206-00000 Structural Flowfill CY 304-50000 Aggregate Base Course (Class 5) TON 403-07022 Asphalt Patching "Conventional" TON 604-04000 Rebuild Type 13 Inlet as Combination EA 604-04003 Adjust Water Valve EA 604-04004 Adjust Water Meter EA 604-04005 Install Inlet Type 13 Combination (5 ft) EA 604-04006 Install Inlet Type R (5 ft) EA 711-00624 Concrete Hi-Early 24 hr Mix (Adder) (up charge) CY 711-06070 Fiber Mesh (Adder)(up charge) CY 712-06000 Combination Inlet Frame (Frame Only) EA

SCHEDULE AL - Alley Reconstruction No Total

P - 4

THE UNDERSIGNED BIDDER HEREBY certifies (a) that this bid is genuine and is not made in the interest of or on the behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; (b) that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid; (c) that the Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and (d) that the Bidder has not sought by collusion to obtain for the Bidder any advantage over any other Bidder or over the City. The undersigned Bidder represents that the Bidder is familiar with Sections 8-19-101, et seq., CRS, and that Bidder is [ ] is not [ ] (check one) a "resident bidder" as defined therein. The undersigned further understands that if Bidder is not a "resident bidder" and if Bidder's state of residence grants a preference to resident bidders, the amount of such preference will be allowed to resident bidders in comparing the bid of the undersigned to the bids of such resident bidders. The undersigned further agrees to furnish, upon request of the City, such additional information and affidavits as may be necessary to confirm the undersigned's status as a resident bidder, and to indemnify the City from all claims and costs which arise out of any dispute over Bidder's status as a resident bidder. The Bidder hereby acknowledges receipt of Addenda Nos. ____, ____, ____, ____, ____, ____, _____ to these specifications. (Insert number of each addendum received.) Dated this _____ day of ___________________, 2006. Bidder:______________________________________ (seal) Attest: _________________________ By:______________________________________ Title:______________________________________ State of Incorporation:________________________ Address of Principal Office:__________________________________________________________

P - 5

CITY OF LOVELAND

BID BOND

Bond No. _______________

Amount: $_______________ KNOW ALL MEN BY THESE PRESENTS that___________________________________________, _____________________________________________________________________ as PRINCIPAL and _____________________________________________________________________, as SURETY, are held and firmly bound unto the City of Loveland, Colorado, hereinafter called the OBLIGEE, in the penal sum of__________________________________________________________ DOLLARS ($ ________________________), lawful money of the United States of America, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, the PRINCIPAL has submitted the accompanying proposal dated ____________________, 2006, for the City of Loveland 2006 Street Rehabilitation Program --Concrete Reconstruction Project No. ENSR06-TA&BB as set out in the accompanying proposal; and WHEREAS, the OBLIGEE has required as a condition for receiving said proposal that the PRINCIPAL deposit with the OBLIGEE either a certified check equivalent to not less than five percent (5%) of the amount of said proposal or in lieu thereof furnish a Bid Bond for said amount conditioned that in the event of failure to execute the proposed contract for such construction and the required Performance and Payment Bonds if the contract is awarded to him, that said sum be paid immediately to the OBLIGEE as liquidated damages and not as a penalty for the PRINCIPAL'S failure to perform. NOW, THEREFORE, if the PRINCIPAL shall, within the period specified: A. On the attached prescribed forms presented to him for signature, enter into a written contract with the

OBLIGEE in accordance with his proposal as accepted and give Performance and Payment Bonds with good and sufficient surety or sureties as may be required upon the forms prescribed in the contract documents for the faithful performance and the proper fulfillment of said contract; or

B. Pay to the OBLIGEE the penal sum of this bond as liquidated damages and not as a penalty;

P - 6

Then this obligation shall be void and of no effect, otherwise to remain in full force and effect. Signed and sealed this _____ day of _______________, 2006. ___________________________________ PRINCIPAL By:______________________________ ___________________________________ SURETY By:______________________________ Attorney-In-Fact (A certified copy of the agent's power-of-attorney must be attached hereto.)

SECTION SC

SPECIAL CONDITIONS

SC - 1

SPECIAL CONDITIONS

1.0 PROJECT DESCRIPTION. This project consists of the removal and reconstruction of one (1) alley

and one (1) street repair within the city. This will require all construction traffic control, removal of existing surface, utility adjustments and placement of concrete pavement.

PROJECT BOUNDARIES. East/West Alley between Jefferson/Washington & East 4th/East 5th, and

the 2400 Block of McKenzie Drive 2.0 PROJECT MANAGER. The project manager is Pam Miller and she may be reached at 962-2511.

All notices, letters, submittals and other communications directed to the City shall be addressed and mailed or delivered to:

Pam Miller, Project Manager City of Loveland Public Works Project Engineering Division 410 East 5th Street Loveland, CO 80537

SC - 2

3.0 TIME OF COMPLETION AND LIQUIDATED DAMAGES. The time of completion for this project

is as follows: Thirty-four (34) calendar day total schedule with the following start/completion dates. The schedule for this project is as follows: Plans and bid documents available March 22, 2006 Pre-Bid meeting March 30, 2006 Bid Opening April 6, 2006 Award of bid April 19, 2006 Contractor delivers contracts, bonds and insurance certificates April 28, 2006 Pre-Construction meeting April 28, 2006 Notice to Proceed and Contract Time: Schedule AL – Alley/McKenzie May 1, 2006 Completion Date June 3, 2006

Location List: Alley - East/West Alley between Jefferson/Washington & East 4th/East 5th

McKenzie – 2400 Block of McKenzie Drive

SC - 3

4.0 SATURDAY, SUNDAY, AND HOLIDAY WORK. No work shall be done on Saturdays, Sundays,

or City holidays without the written consent of the City. Request for such work shall be made a minimum of forty-eight (48) hours prior to the weekend or holiday. Emergency work may be done without prior consent provided that the Contractor notifies the project manager prior to commencing such emergency work, if possible.

If weekend or holiday work is performed, the Contractor must reimburse the City for construction

observation at the rate of $60.00 for each hour worked. Such costs will be deducted from the next payment due to the Contractor.

5.0 INSURANCE LIMITS. The insurance limits for this project are as follows:

Form of Insurance Combined Single Limit

Comprehensive General Liability $1,000,000

Comprehensive Automobile Liability $1,000,000

Worker's Compensation and Employer's Liability

Statutory/$500,000

6.0 MODIFICATIONS. The General Conditions are modified as follows: 6.2 Changes in the Work. Shall be revised to include the following: This project will include a Force

Account item which is to be included in the total project cost. The Force Account item is intended to provide competitive hourly equipment and labor rates for application to extra work that may be required during construction of the project. The types of equipment and material anticipated and the associated hours are shown in the proposal. The Contractor is required to submit with the bid, a completed tabulation of the hourly rates to be charged for the listed equipment, material and labor items. If the Contractor does not have access to the specific equipment listed, the Contractor may indicate a substitute machine, provided that the substitute is equivalent to or larger than the machine listed. All equipment hourly prices are to include the cost of a skilled operator and any necessary mobilization, demobilization, overhead, and profit. The Contractor is advised that the hours listed are for bidding purposes only and that there is no commitment on the part of the City to utilize the equipment for the total number of hours listed. The hourly prices, however, will be binding regardless of the total hours required. The City does not guarantee any quantities listed in the proposal. Any work listed in the Force Account will need approval of the Engineer either verbal or written prior to the use of any items. Force Account items used without permission of the Engineer will not be paid.

SECTION TS

TECHNICAL SPECIFICATIONS

February 2006 Project No.ENSR06 –AL

2006 CONCRETE ALLEY RECONSTRUCTION

CITY OF LOVELAND, COLORADO

PROJECT TECHNICAL SPECIFICATIONS The Colorado Division of Highways' Standard Specifications for Road and Bridge Construction dated 2005, Supplemental Specifications, and Colorado Standard Plans shall govern all work performed pursuant to this contract. These documents are subject to the following revisions:

INDEX OF REVISIONS REVISION OF SECTION........................................................................................ Page102 BIDDING REQUIREMENTS AND CONDITIONS.............................................TS-3 105 CONTROL OF WORK ..........................................................................................TS-4 108 PROSECUTION AND PROGRESS ......................................................................TS-5 109 MEASUREMENT AND PAYMENT ....................................................................TS-6 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ...................................TS-7 203 EXCAVATION AND EMBANKMENT ...............................................................TS-11 208 EROSION CONTROL ...........................................................................................TS-12 210 RESET STRUCTURES..........................................................................................TS-13 304 AGGREGATE BASE COURSE ............................................................................TS-15 401 PLANT MIX PAVEMENT - GENERAL ..............................................................TS-17 403 HOT BITUMINOUS PAVEMENT (PATCHING)................................................TS-24 407 PRIME COAT, TACK COAT, AND REJUVENATING AGENT .......................TS-28 412 PORTLAND CEMENT CONCRETE PAVEMENT.............................................TS-29 601 STRUCTURAL CONCRETE ................................................................................TS-35 602 REINFORCED CONCRETE (FIBERMESH) .......................................................TS-37 608 SIDEWALKS AND BIKEWAYS..........................................................................TS-39 608 DETECTABLE WARNINGS ................................................................................TS-42 609 CURB AND GUTTER ...........................................................................................TS-44 625 CONSTRUCTION SURVEYING..........................................................................TS-46 626 MOBILIZATION ...................................................................................................TS-49 630 CONSTRUCTION TRAFFIC CONTROL DEVICES...........................................TS-50

TS - 1

February 2006 Project No.ENSR06 –AL

TS - 2

February 2006 Project No.ENSR06 –AL

TS - 3

REVISION OF SECTION 102 BIDDING REQUIREMENTS

AND CONDITIONS

Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.01 (PREQUALIFICATION OF BIDDERS) shall be replaced with the following: Prior to recommendation of the award for the Concrete Program by the City of Loveland Engineering Division, the apparent low bidder shall be required to provide references of prior work with municipalities and/or counties within Colorado. If the apparent low bidder cannot provide this information or if the previously completed work is unsatisfactory, the City reserves the right to pursue the next apparent low bidder.

February 2006 Project No.ENSR06 –AL

TS - 4

REVISION OF SECTION 105 CONTROL OF WORK

Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.04 (Coordination of Plans, Specifications, Supplemental Specifications, and Special Provisions), delete the second paragraph and replace with the following:

In case of discrepancy the order of precedence is as follows: (a) Special Conditions (b) Technical Specifications (c) Construction Plans 1. Detailed Plans 2. Standard Plans (Calculated dimensions will govern over scaled dimensions.)

(d) General Conditions (e) Supplemental Specifications (f) Standard Specifications Subsection 105.06 (Cooperation with Utilities) is revised to include the following:

The City Water/Wastewater Department will be flushing fire hydrants throughout the entire city during the month of May. The four quadrants of the city will be flushed according to the following approximate schedule:

LOCATION APPROX. DATES North of Eisenhower, west of Colorado April 18, 2006

South of Eisenhower, west of Colorado April 25, 2006 North of Eisenhower, east of Colorado May 2, 2006 South of Eisenhower, east of Colorado May 9, 2006 Outlet Mall from Denver Avenue east. May 16, 2006

The Contractor is responsible for taking the precautions necessary to avoid having the work sites flooded by this flushing. More detailed information can be obtained from Dallas Post at 962-3722.

February 2006 Project No.ENSR06 –AL

TS - 5

REVISION OF SECTION 108 PROSECUTION AND PROGRESS

Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.02 (Notice to Proceed), delete the last sentence and replace with the following:

Commencement of work by the Contractor shall not precede the date listed on the Notice to Proceed. The Contractor shall notify the City a minimum of 7 days prior to construction start.

Subsection 108.06 (Determination and Extension of Contract Time), paragraph five, change reference of "30 working days" to "7 calendar days."

February 2006 Project No.ENSR06 –AL

TS - 6

REVISION OF SECTION 109 MEASUREMENT AND PAYMENT

Section 109 of the Standard Specifications is hereby revised for this project as follows: Subsection 109.04 (Extra and Force Account Work) is deleted and replaced with the following:

The force account pay item is intended to provide payment for equipment, labor and materials needed for extra work that may be required during construction of this project. The types of equipment anticipated and the associated hours are listed on Bid Schedule in Section P of this document. The Contractor is required to submit, with their bid, a completed tabulation of the hourly rates to be charged for the listed equipment and labor items. If the Contractor does not have access to the specific equipment, he may substitute an equivalent or better. All equipment hourly prices are to include the cost of a skilled operator and any necessary mobilization, demobilization, overhead, and profit. The Contractor is advised that the hours listed are for bidding purposes only and that there is no commitment on the part of the City to utilize the equipment for the total number of hours listed. The hourly prices, however, will be binding regardless of the total hours required.

Any manhole, water valve box or storm sewer inlet adjustment shall include all materials, labor and traffic control necessary to complete the work. The installation of any Type 13 or Type R inlet shall include all labor, materials and traffic control necessary to complete the work. No additional payments shall be made for any incidental items listed or not that are required to complete any force account item.

The Contractors markup for materials and subcontract work shall not exceed fifteen percent (15%) of the cost incurred by the Contractor.

Payment will not be made for work performed on a force account basis until the Contractor has furnished the Engineer with itemized statements of the cost of the force account work. The performance of and payment for this work shall be at the discretion of the Engineer.

February 2006 Project No.ENSR06 –AL

TS - 7

REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.07 (CONSTRUCTION REQUIREMENTS, Pavements, Sidewalks, Curbs) shall be deleted and replaced with the following:

Pavement designated for removal shall be cut vertically with square edges such that each edge of the finished patch will be parallel or at right angles to the direction of traffic. The edge for removal will be in a straight line set by a string line, chalk line or other means to ensure a straight removal line. The Contractor shall use a method for marking or scoring the asphalt mat which will allow the material to be excavated without disturbance or damage to the adjoining mat. Approved methods of scoring or precutting the perimeter of the asphalt removal area are a cutting wheel, jack hammer, or a power cut-off saw. Any overbreak, separation, gouging or other damage to the existing asphalt mat outside of the designated removal limits shall be repaired at the Contractor's expense. Aggregate base course required for any areas that have been opened up during inclement weather (rain/snow) shall be placed at the expense of the Contractor. The Contractor shall protect all excavated areas from water infiltration of any type and will be responsible for any dewatering or subgrade stabilization.

All asphalt removed for concrete installation shall be removed to the width required for the patching process being used, for infrared patching the asphalt shall be removed four to eight inches as measured perpendicular from the face of the newly placed concrete, for conventional patching the asphalt shall be removed twenty-four inches as measured from the face of the newly placed concrete. NO SEPARATE PAYMENT will be made for ASPHALT MAT REMOVAL. Asphalt mat removal performed to satisfy the installation of concrete shall be included in the install price for said line item. The depth of asphalt removal shall match the thickness of the new concrete face adjacent to the pavement (typically six inches (6") for curb and gutter and eight inches (8") for crosspans) or shall be one inch (1") deeper than the adjacent asphalt, whichever is greater. All concrete and asphalt will be removed from the site and disposed of by the Contractor. The Contractor is responsible for the asphalt removal and/or asphalt mat preparation within twenty-four inches as measured perpendicular to the newly placed concrete.

February 2006 Project No.ENSR06 –AL

TS - 8

REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

continued

The limits of the asphalt mat removal areas may be modified during construction by the Engineer, if deemed necessary, to provide proper transitions to the new concrete. Any such revisions will be marked on the existing paved surface by the Engineer with paint and paid under the force account line item for asphalt patching. ASPHALT MAT REMOVAL WILL NOT BE PAID FOR SEPARATELY but will be included in the install price of the proper line item. See Section 403 (HBP - PATCHING) for additional information.

Generally, concrete pavement designated for removal shall be removed to the nearest construction joint, as marked by the Engineer. Any overbreak, separation, or other damage to the existing concrete pavement outside of the designated removal limits shall be replaced at the Contractor's expense. In all cases concrete shall be removed or sawn to a true strait edge. Where the removal limits do not coincide with an existing construction joint, the edges of the remaining sidewalks, curbs, etc. shall be sawn to a true line with a vertical face. Removal limits shall be marked by the Engineer prior to removal; paint color (for removal) will be designated at the pre-construction meeting. All concrete sawcuts are to be cut to a minimum depth of two inches (2"). The sawing of concrete shall be done carefully, and all damages to concrete to remain in place due to Contractor's operations shall be repaired at the expense of the Contractor. Damaged concrete will be any concrete that is chipped, scared, cracked, marred or has had any disfigurement caused by the removal of the adjacent concrete. Where monolithic curb, gutter, and sidewalk is encountered and only removal of curb and gutter is specified, a straight, full-depth sawcut will be required to separate the curb and gutter from the sidewalk.

At various locations the gutter flowline has been filled with asphalt or concrete to form a wedge or ramp to facilitate vehicular access to the adjoining property. This material shall be removed without damage to the underlying curb and gutter. If the bond between the wedge material and the underlying concrete will not permit removal without damage to the curb and gutter, the Contractor shall obtain approval from the Inspector before proceeding with removal of the entire curb and gutter.

February 2006 Project No.ENSR06 –AL

TS - 9

REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

continued

The Contractor shall be responsible for repair or replacement of any sod, sprinkler systems, decorative rock, fences, bushes, etc. damaged by removal or replacement of concrete improvements. No separate payment will be made for these repairs or replacement unless the newly placed concrete is raised or lowered vertically by more than three-inches (3") from the original elevation. Payments for repairs of adjacent property that is eligible because of a three-inch (3") or greater change in vertical grade shall be paid under the Force Account (Section 109). If the Contractor confines the removal to a six-inch (6") wide strip or less behind the existing walk, topsoil and grass seeding will be allowed in place of sod replacement. Topsoil and seed may have to be supplied from an outside source. No separate payment will be made for topsoil or seed, but it shall be included in the work.

In addition to removing and disposing of the existing HBP or concrete, the removal items also include removing the existing base, tree roots, protruding obstructions, or other material down to the proposed subgrade elevation for new pavement or concrete. Any removed material that is not reincorporated into the construction at the express instruction of the Engineer shall become the property of the Contractor and will be disposed of off-site on the same day that the material is removed.

Stockpiling removed material in the right-of-way will not be permitted, unless said material is stockpiled behind barricades on a closed portion of the right of way and proper erosion control measures have been put in place. Note: No separate payment will be made for stockpile erosion control measures.

All areas that are excavated shall be restored to existing street grade or fully protected with the necessary traffic control devices to the satisfaction of the Inspector by the end of each working day (5:00 p.m.). No unprotected street cut shall be left open over night. Removed concrete shall be replaced within three calendar days from the time it was removed (weather permitting). (The day of removal does not count as one of the three days.) Driveways shall not be removed prior to weekends or holidays without the consent of the property-owner or resident. In no case shall the contractor be allowed to remove more concrete until the three day replacement schedule has been re-established. Payment for this type of work will be considered incidental and shall not be measured and paid for separately, but will be included in the contract. In the event removal areas are filled with water due to rain, snow or irrigation, the contractor is required to remove the water within 24 hours.

February 2006 Project No.ENSR06 –AL

TS - 10

REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

continued

Subsection 202.11 (METHOD OF MEASUREMENT) shall include the following:

The Contractor and the Inspector shall field measure and agree upon all removal areas before further work continues. Should the Contractor fail to request the Inspector to measure any work and perform other work that would prevent the Inspector from inspecting or measuring for pay quantities, the Contractor shall not be compensated for the materials or labor not measured by the Inspector.

ASPHALT MAT AND CONCRETE REMOVAL WILL NOT BE PAID FOR SEPARATELY but will be included in the install price for the appropriate item as measured by the Inspector. Removal of concrete pavement will be included in the install price of the square footage of all cross-pan concrete, the apron concrete located between the lip of the curb and gutter and the cross-pan, and sidewalk concrete regardless of thickness. Asphalt mat removal required for new curb-gutter and concrete pavement shall NOT be paid for separately but will be included in the install payment of said item. Saw cutting, haul and disposal will not be measured and paid for separately but are included in the work. All gutter wedge removal will be paid per lineal foot as measured along the flowline.

Removal of structures and obstructions will not be paid separately but will be included in the install price of each item. Removal of structures and obstructions will include and will not be limited to all the items listed in Section 202.01.

Subsection 202.12 (BASIS OF PAYMENT) shall be replaced as follows:

The cost for all other removal items not listed here, which are required for new construction, shall be incidental to the install item.

February 2006 Project No.ENSR06 –AL

TS - 11

SECTION 203 EXCAVATION AND EMBANKMENT

Subsection 203.04 (CONSTRUCTION REQUIREMENTS, general) shall be as follows:

The excavations and embankments shall be finished to smooth and uniform surfaces conforming to the typical sections specified. Variation from the subgrade plane elevations specified shall not be more than 0.08 ft. Where bituminous or concrete surfacing materials are to placed directly on the subgrade, the subgrade plane shall not vary more than 0.04 ft. Prior to beginning grading operations, all necessary clearing and grubbing in that area shall have been performed in accordance with Section 201.

The removal items shall include but not be limited to: Protruding obstructions, or other material down to the proposed subgrade elevation for new pavement or concrete. Any removed material that is not reincorporated into the construction at the express instruction of the Engineer shall become the property of the Contractor and will be disposed of offsite on the same day that the material is removed.

Payment for this type of work will be considered incidental and shall not be measured and paid for separately, but will be included in the contract unit costs. The cost for all other removal items not listed here, which is required for new construction, shall be incidental to the install item. The cost for cutting and filling grades beyond the six (6) inches of the final grade will be considered incidental to the line item. The cost for cutting and filling grades beyond the six (6) inch area will be furnished by the city. Any excess material will be removed by the contractor and paid through the force account. The contractor will utilize acceptable material on site where needed and/or if not needed, will become the property of the contractor and will be disposed of properly by the contractor.

February 2006 Project No.ENSR06 –AL

TS - 12

REVISION OF SECTION 208 EROSION CONTROL

Section 208 of the Standard Specifications is hereby revised for this project as follows: Subsection 208.05 shall include the following: Sediment/Erosion Control Measures shall conform to the City of Loveland Storm Drainage Standards. http://www.ci.loveland.co.us/PublicWorks/StormWater/2004%20NEW/StormwaterStandards.htm All erosion control measures are incidental except for inlet protections.

February 2006 Project No.ENSR06 –AL

TS - 13

REVISION OF SECTION 210 RESET STRUCTURES

Section 210 (CONSTRUCTION REQUIREMENTS) of the Standard Specifications shall be amended as follows: Subsection 210.10 (Adjust Structure) shall be amended to include the following: Some valve boxes, inlet grates and manholes on the streets in the project area must be

adjusted so that at project completion the valve boxes, inlet grates and manholes is neither above the pavement surface (by any amount) nor below the pavement surface by more than ¼" as measured by the City Representative with a 10 ft. straight edge. Any manhole or valve box not meeting this requirement must be readjusted until this specification is met.

Valve box, manhole and inlet grate adjustment shall include all materials and labor necessary to adjust all rings, risers and covers up or down four-inches or less from the existing grade. Rebuild inlet shall be any alteration done, up or down from the existing grade, which is greater than four-inches. Rebuild structure shall be paid in addition to the cost of the valve box, manhole and inlet grate adjustment.

Subsection 210.13 (BASIS OF PAYMENT) shall include the following:

This payment will be full compensation for furnishing all equipment, labor, and materials necessary to complete the work. Payment will be made under:

ITEM NO. PAY ITEM PAY UNIT

604-04000 Rebuild Inlet (Type 13) Combination Each 604-04001 Adjust Inlet Grate Each 604-04020 Adjust Manhole Each 604-04003 Adjust Water Valve Each 604-04004 Adjust Water Meter Each

These items shall be paid under the guidelines of the force account and shall be paid only when authorized by the Engineer. Any force account work done without authorization of the Engineer shall be at the Contractor's expense.

February 2006 Project No.ENSR06 –AL

TS - 14

REVISION OF SECTION 304 AGGREGATE BASE COURSE

Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304.01 (DESCRIPTION) shall include the following:

Aggregate Base Course shall be placed where required to raise the subgrade elevation to accommodate the new concrete, to restore over excavated areas, to fine-grade the subgrade, stabilize soft areas, or provide temporary access across an open excavation.

Subsection 304.02 (MATERIALS, Aggregate) shall include the following:

The source of aggregate for Aggregate Base Course is not designated. Approval of the aggregate source will be contingent on material meeting the requirements of Subsection 703.03 (Class 5). The Contractor is required to submit recent test results from a certified materials lab to verify the material's conformance to the requirements of this section. Costs of any such tests shall be borne by the Contractor.

Asphalt millings (recycled asphalt) may be used. The Contractor has the option of either using the City's own stock pile or the current City Blanket Bid for recycled asphalt at the direction of the City's representative.

Subsection 304.07 (METHOD OF MEASUREMENT) shall include the following:

Aggregate base course will be measured by the ton. Measurement will be from load tickets supplied at delivery by the Contractor. Aggregate base course will only be used when authorized by the Inspector. Aggregate base course will NOT be measured and paid for separately, if the Contractor's scheduling of work, methods, or inclement weather causes a naturally suitable subgrade to become unstable, the area shall be subexcavated and stabilized at the Contractor's expense. No payment will be authorized for work of this nature.

February 2006 Project No.ENSR06 –AL

TS - 15

REVISION OF SECTION 304 AGGREGATE BASE COURSE

continued

Subsection 304.08 (BASIS OF PAYMENT) shall be made under the Force Account: ITEM NO. PAY ITEM PAY UNIT 304-50000 Aggregate Base Course (Class 5) Ton 203-00310 Recycled Asphalt Haul/Install Cubic Yard Haul, water and placement will not be measured and paid for separately but shall be included in the work. Excavation of all materials prior to placement of the aggregate base course shall be incidental to the material cost. These items shall be paid under the guidelines of the force account and shall be paid only when authorized by the Engineer. Any force account work done without authorization of the Engineer shall be at the Contractor's expense. For this project the weight of one-cubic-foot of aggregate base course installed shall weigh 133 pounds. Recycled Asphalt is to be paid as haul and install only. The location to pickup this material is at First Street and Wilson Avenue (City Service Center).

February 2006 Project No.ENSR06 –AL

TS - 16

REVISION OF SECTION 401 PLANT MIX PAVEMENT - GENERAL

Section 401of the Standard Specification is hereby revised for this project as follows: In subsection 401.02, second paragraph, delete items (1) and (2) and replace with the following:

1) A proposed job-mix gradation for each mixture required by the Contract which shall be wholly within the Master Range Table, 703-3, before the tolerances shown in Table 401-1 are applied. The weight of lime shall be included in the total weight of the material passing the No. 200 sieve. The hot bituminous pavement shall be designed in accordance with either the Marshall Method of Mixture Design as described in “Mix Design Methods For Asphalt Concrete” Manual Series No. 2 (MS-2) published by the Asphalt Institute, or in accordance with Colorado Procedure CP-L 5115, “Standard Method for Preparing and Determining the Density of Bituminous Test Specimens by Means of the Superpave Gyratory Compactor” for the Superpave Method of Mixture Design. Additional guidance is provided in “Superpave Level 1 Mix Design” SP-2 published by the Asphalt Institute. Mix designs shall meet the criteria outlined for the applicable method used. Grading SG mixes shall be designed using appropriate 6-inch molds and the modified Marshall method or 150 mm molds for the Superpave method.

2) The aggregate source, percentage of each element used in producing the final mix, the

gradation of each element, and the proposed job-mix formula (JMF) gradation. The gradation used by the City shall be based on the Contractor’s JMF. Before the design is processed, adjustments to the gradation of each element as determined by the City shall be made only on the aggregates retained on the No. 4 sieve or larger. Adjustments shall not be made when the gradation as determined by the City is outside the Master Range.

In subsection 401.02 delete Table 401-1, including the footnotes, and replace with the following:

TABLE 401-1 Bitumen Content Asphalt Recycling Agent Temperature of Mixture When Discharged from Mixer

±0.3% ±0.2% ±10°C

1Hot Bituminous Pavement – Item 403

Passing the 3/8” and larger sieves Passing the No. 4 and No. 8 sieves Passing the No. 30 sieve Passing the No. 200 sieve

±6% ±5% ±4% ±2%

1When 100% passing is designated, there shall be no tolerance. When 90-100% passing is

designated, 90% shall be the minimum; no tolerance shall be used.

February 2006 Project No.ENSR06 –AL

TS - 17

REVISION OF SECTION 401 PLANT MIX PAVEMENT - GENERAL

continued

Revise the first sentence in the tenth paragraph (the paragraph after item 2) to read: The job-produced hot bituminous plant mix will be tested by the Contractor's laboratory for conformance with the stability or the resilient modulus criteria shown in Table 403-1, as revised for the project in Section 403. Add the following sentence to the twelfth paragraph: These tests are the responsibility of the Contractor. Revise the first sentence of the fourteenth paragraph to read: Hot bituminous pavement (HBP) and plant mix seal coat (PMSC) may be tested for moisture susceptibility by the City in accordance with Table 401-2.

Subsection 401.02 (MATERIALS, Composition of Mixtures) shall be amended to include the following:

Quality Control of the mixture and the placement shall be the sole responsibility of the contractor. All field and laboratory testing shall be performed by an independent laboratory acceptable to the City of Loveland and not owned, controlled, nor affiliated with the contractor or the materials supplier. All test results shall be submitted to the City of Loveland within 24 hours of sampling. The only exception to this is tests requiring additional time to complete such as Lottman and Stabilities. The City of Loveland shall have the authority to require additional Quality Control testing above the minimums where in its opinion, the quality of either the materials or the construction is questionable. The cost of the additional testing shall be born by the contractor. The contractor shall cooperate with the Quality Control and Quality Assurance personnel and the City of Loveland without delay and shall make the work and materials available for testing at all times.

February 2006 Project No.ENSR06 –AL

TS - 18

REVISION OF SECTION 401 PLANT MIX PAVEMENT - GENERAL

continued

Quality Control testing intervals during production of the mix shall be at the minimums shown below:

TEST METHOD FREQUENCY

Gradation AASHTO T27 each 2,000 tons

Fractured Faces CP 45 each 2,000 tons

Asphalt Content CP-42, CP-L 5120 each 1,000 tons

Stability

Hveem/Marshall

CP-L 5106,

ASTM D 1559

each 10,000 ton

Lottman CPL 5109 each 10,000 ton

Max Specific Gravity CP-51 each 5,000 ton

Bulk Specific Gravity and VMA

CP-48 each 5,000 ton

Asphalt Oil Certificate of Compliance

See 401.06 one from each asphalt oil supplier

A lime anti-stripping additive or an equivalent additive subject to approval is required. Where mix gradations exceed the tolerances shown for two consecutive tests, a new mix design shall be required prior to proceeding with any work.

February 2006 Project No.ENSR06 –AL

TS - 19

REVISION OF SECTION 401 PLANT MIX PAVEMENT - GENERAL

continued

Subsection 401.13 (CONSTRUCTION REQUIREMENTS, Preparation of Bituminous Materials) shall be amended to include the following:

The bituminous material shall not be heated to greater than 305°F at any time. Subsection 401.15 (CONSTRUCTION REQUIREMENTS, Mixing) shall be amended to include the following:

Any evidence of steam coming from the mix, either at the plant or on the job site, will be cause for immediate rejection of the material and the City Representative may order an increase in mixing temperature or aggregate drying time or both.

Subsection 401.16 (CONSTRUCTION REQUIREMENTS, Spreading and Finishing) shall be amended to include the following:

(a) General. The Contractor shall protect the asphalt (both existing and new) from solvents

and oils. Any piece of equipment leaking any fluid shall be removed from the work site immediately and shall not return to the work site until all leaks are repaired. If any piece of equipment leaks any fluid a second time, it shall be removed from the work site immediately and shall not be allowed on the work site again for the remainder of the project. The Contractor shall not use diesel or other solvents to remove or prevent the sticking of asphalt to the wheels of rubber-tired rollers or other equipment used on the asphalt.

(b) Patching. Patching work adjacent to new concrete may not commence until the

concrete has cured for a minimum of five (5) days. This time may be reduced if the concrete Contractor submits test results which verify that field-cured test cylinders have attained an average compressive strength of 2,500 psi during a shorter curing time. The cost for casting, curing and breaking test cylinders to evaluate serviceability shall be the Contractor's responsibility. The Contractor will be responsible to protect the exposed subgrade from all moisture during the curing period. Any subgrade soils that become unstable or uncompactable due to excessive moisture content must be excavated, replaced with suitable material, and approved by the City Inspector prior to patching. No additional payment will be made for this work. No patching may commence until the exposed subgrade at the base of the patch has been compacted and approved by the Inspector. Patching must be completed no later than eight (8) days after placement of concrete (weather permitting). If the patching is not completed within this time period the contractor shall cease all other

February 2006 Project No.ENSR06 –AL

TS - 20

operations until the patching schedule has been re-established. The contractor will be responsible for any costs incurred by not completing the patching within the eight (8) day requirement. For this contract there shall be only one contract awarded for the work. The Contractor shall conduct operations to maximize cooperation and scheduling with all sub-contractors.

(c) Patching (Paver Placed). All patching shall be preformed with Grading SG. Patching

shall consist of patch areas removed by others with a grinder. Work is to be coordinated with the City Street Division's milling operation.

The HBP must be placed with a self-propelled paver. Paver must be equipped with a screed extension that will extend beyond the width of the proposed patch. Patches paved with a self-propelled paver shall conform with the requirements specified in Subsection 401.1 and will be considered as "Hot Bituminous Patching". Rollers shall move at a uniform speed with the drive roll or wheels nearest the paver. Steel-wheeled rollers shall operate at a maximum speed of 3 mph. The use of plate type compactors will not be permitted except in areas not accessible to the roller.

(d) Patching (Conventional & Adjoining Concrete Repairs). All asphalt removed for

concrete installation shall be removed to the width required for the process being used: for infrared patching the asphalt shall be removed four to eight inches as measured perpendicular from the face of the newly placed concrete; for conventional patching, the asphalt shall be removed 24" as measured from the face of the newly placed concrete.

February 2006 Project No.ENSR06 –AL

TS - 21

REVISION OF SECTION 401 PLANT MIX PAVEMENT - GENERAL

continued

The depth of asphalt removal shall match the thickness of the new concrete face adjacent to the pavement (typically 6" for curb and gutter and 8" for crosspans). Pavement designated for removal shall be cut vertically with square edges such that each edge of the finished patch will be parallel or at right angles to the direction of traffic. The edge for removal will be in a straight line set by a string line, chalk line, or other means to ensure a straight removal line. The contractor shall use a method for marking or scoring the asphalt mat which will allow the material to be excavated without disturbance or damage to the adjoining mat. Approved methods of scoring or precutting the perimeter of the asphalt removal area are: a cutting wheel or a power cut-off saw. Any overbreak, separation, gouging, or other damage to the existing asphalt mat outside of the designated removal limits shall be repaired at the Contractor's expense. Aggregate base course required for any areas that have been opened up during inclement weather (rain/snow) shall be placed at the expense of the Contractor. The Contractor shall protect all excavated areas from water infiltration of any type and will be responsible for any dewatering or subgrade stabilization.

All patching shall be performed with the materials shown in Subsection

403.02. New Hot Bituminous pavement shall be added in compacted layers (3" maximum thickness) until the patch thickness matches the thickness of the adjoining concrete or is 1" greater than the adjacent asphalt pavement, whichever is greater.

Overlaying layers of HBP 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. The temperature of the lower asphalt layer shall be less than 150°F before applying the second asphalt layer.

(e) Patching (Infrared). Infrared patching must conform to the following

requirements. (1) The infrared heating unit must be equipped with adjustable height

controls and heating chambers capable of heating the existing bituminous pavement to a workable temperature without oxidizing or burning the oils. There shall be no flame in direct contact with the existing pavement surface.

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 401

PLANT MIX PAVEMENT - GENERAL

continued (2) The infrared heating unit must be capable of heating an area that

extends a minimum of 12" beyond the edge of the patch area.

(3) Heat shall be continuously applied to the patch area until the existing pavement material can be manually raked and shaped to a depth of 2" below the existing surface and replaced with new material. Prior to placement of new material, the patch area will be raked, compacted, and tacked. The tack agent shall be applied at the rate of 0.20 gallons per square yard. Mechanized compaction equipment shall be used to compact bottom lifts of the patch, then a self-propelled, vibratory roller shall be used to provide complete compaction of the patch area. Excess material shall be disposed of by the Contractor.

(4) New hot bituminous pavement material shall be added as

necessary to fill the remaining void. This patch area shall be raked and luted as necessary to match the elevation of the adjacent pavement and concrete and provide positive drainage. A self-propelled, vibratory roller shall be used to provide complete compaction of the patch area and a smooth texture which matches the elevation of the surrounding surfaces.

Note: The Contractor shall specify the type of patching method to be used at the pre-

construction meeting.

TS - 22

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 403

HOT BITUMINOUS PAVEMENT (PATCHING)

Section 403 of the Standard Specifications shall be amended to include the following: Subsection 403.01 (DESCRIPTION) shall be amended to include the following:

This work shall include the preparation of the asphalt mat within twenty-four inches as measured perpendicular to the face of concrete. The removal of other existing materials and site preparation shall also be the responsibility of the patching Contractor. Patching work adjacent to new concrete may not commence until the concrete has cured for a minimum of five (5) days. This time may be reduced if the concrete Contractor submits test results which verify that field-cured test cylinders have attained an average compressive strength of 2,500 psi during a shorter curing time. The cost for casting, curing and breaking test cylinders to evaluate serviceability shall be the Contractor's responsibility. In all cases patching shall be completed within eight calendar days of the date the new concrete was placed (the day of placement does not count as one of the eight calendar days). Additional patching time may be allowed for inclement weather. Prior to placing patches the asphalt Contractor shall coordinate the type of patch to be placed with the Engineer. Patches will be handled in one of the following manners: 1. The finished patch shall be one-inch below the lip of the newly placed concrete. 2. The finished patch will be placed flush with the newly placed concrete. 3. No patch required for a street which will be re-constructed. All patches will be placed to accommodate the proposed street treatment.

TS - 23

February 2006 Project No.ENSR06 –AL

Subsection 403.02 (MATERIALS) shall be amended to include the following: TABLE 403.1

TRAFFIC LEVEL 1 2 Traffic Loading, Total 18 kip ESALs 300,000 –

1,000,000 Over 20 Years <300,000 Asphalt Cement

AC-10 or PG 58-22

AC-10 or PG 58-22

MARSHALL METHOD PROPERTY SPECIFICATION

Compaction, Number of Blows each End 50 75

Stability, lbs. 1,800 Min. 2,000 Min.

Flow, 0.01 in. 8 – 16 8 – 14

Air Voids, % 3 – 5 3 – 5

Voids Filled with Asphalt, % 65 – 78 65 – 75

Tensile Strength Ratio, % Retained

CP-L 5109, Method A

80 Min.

80 Min.

Dry Tensile Strength, psi

CP-L 5109 30 Min. 30 Min.

Voids in Mineral Aggregate See 403-2 See 403-2

TS - 24

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 403

HOT BITUMINOUS PAVEMENT

continued

SUPERPAVE METHOD

PROPERTY SPECIFICATION

7 7 Ninitial(Air Voids > 11.0%)

Ndesign(Air Voids 3.0 – 5.0%) 68 76

Nmaximum(Air Voids > 2.0%) 104 117

Hveem Stability 33 35

Voids Filled with Asphalt, % 65 – 80 65 – 78

Tensile Strength Ratio, % Retained

CP-L 5109, Method A

80 Min.

80 Min.

Dry Tensile Strength, psi

CP-L 5109

30 Min. 30 Min.

Voids in Mineral Aggregate See 403-2 See 403-2

Emulsified asphalt shall be CSS-1H. Lime anti-stripping additive or equivalent subject to the City's approval.

TABLE 403-2

Minimum Voids in Mineral Aggregate

DESIGN AIR VOIDS2

NOMINAL MAXIMUM SIZE1 3% 4% 5%

1 ½” 11.0 12.0 13.0 1” 12.0 13.0 14.0 ¾” 13.0 14.0 15.0 ½” 14.0 15.0 16.0 3/8” 15.0 16.0 17.0

1The Nominal Maximum Size is defined as one sieve size larger than the first sieve to retain more than 10%. 2Interpolate specified VMA values for design air voids between those listed.

TS - 25

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 403

HOT BITUMINOUS PAVEMENT

continued

The Contractor shall use an approved anti-stripping additive. A minimum of 1% hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot bituminous pavement (or equivalent subject to the City's approval). The additive shall be added at the refinery or at the hot plant. If added at the plant, an approved in-line blender must be used. The blender shall be in the line from the storage tank to the drier drum or pugmill. The blender shall apply sufficient mixing action to thoroughly mix the asphalt cement and anti-stripping additive.

Anti-stripping agent is subject to City's approval and all cost will be incidental to the treatment.

Subsection 403.05 (Basis of Payment) shall be amended to include the following:

The accepted quantities of HBP will be paid for at the contract unit price per ton for the bituminous mixture. Payment will be made under the following:

ITEM NO. PAY ITEM PAY UNIT 403-07021 Hot Bituminous Patching (Along Concrete) Square Foot 700-99150 Hot Bit. Pavement (Conventional Patching) Ton

The prices and payment shall include full compensation for removal of the existing asphalt mat and or other materials prior to placing the patch, for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in placing and testing the HBP complete in place, including preparing the subgrade, haul, prime coat, tack coat, rejuvenating agent additives, and bituminous materials as shown on the plans as specified in the contract documents and as directed by the City. In addition Traffic Control and the maintenance of the based areas prior to patching will be included in the patching unit cost. The Contractor will be responsible to protect the exposed subgrade from all moisture during the curing period. Any subgrade soils that become unstable or uncompactable due to excessive moisture content must be excavated, replaced with suitable material, and approved by the City Inspector prior to patching. No additional payment will be made for this work.

TS - 26

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 407

PRIME COAT, TACK COAT, AND REJUVENATING AGENT Section 407 of the Standard Specifications shall be amended to include the following: Subsection 407.06 (CONSTRUCTION REQUIREMENTS, Preparation of Surface) shall be amended to include the following:

Tack coat consisting of emulsified asphalt (CSS-1H) shall be applied to all surfaces that will come into contact with new HBP. Diluted emulsified asphalt shall be no more than 50 percent water by weight. Tack coat shall be applied at a rate of not less than 0.05 gallons per square yard nor more than 0.10 gallons per square yard. Application temperature of bituminous material shall be between 80 F. and 103 F.

Subsection 407.09 (METHOD OF MEASUREMENT AND BASIS OF PAYMENT) is deleted and replaced with the following:

Tack coat will not be paid for separately, but will be considered subsidiary to and paid for under the Hot Bituminous Pavement items in Section 403.

TS - 27

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 412

PORTLAND CEMENT CONCRETE PAVEMENT Section 412 of the Standard Specifications is hereby revised for this project as follows: Subsection 412.01 (DESCRIPTION) shall be revised to include the following:

This work shall consist of the construction of portland cement concrete pavement in accordance with these specifications, and in reasonably close conformity with the lines, grades, and typical sections shown on the plans or established. The Contractor is encouraged to use an early-strength gain concrete for cross-pans subject to vehicular traffic. Traffic control devices must be maintained to prohibit access to the concrete until it has properly cured for five (5) days or until field-cured test cylinder breaks show an average compressive strength of 2500 psi. The cost for casting, curing, and breaking test cylinders to evaluate serviceability shall be the Contractors responsibility. All asphalt removed for concrete installation shall be removed to the width required for the patching process being used, for infrared patching the asphalt shall be removed four to eight inches as measured perpendicular from the face of the newly placed concrete, for conventional patching the asphalt shall be removed twenty-four inches as measured from the face of the newly placed concrete. NO SEPARATE PAYMENT will be made for ASPHALT MAT REMOVAL. Asphalt mat removal performed to satisfy the installation of concrete shall be included in the install price for said line item. The depth of asphalt removal shall match the thickness of the new concrete face adjacent to the pavement (typically six inches (6") for curb and gutter and eight inches (8") for crosspans) or shall be one inch (1") deeper than the adjacent asphalt, whichever is greater. All concrete and asphalt will be removed from the site and disposed of by the Contractor. The Contractor is responsible for the asphalt removal and/or asphalt mat preparation within twenty-four inches as measured perpendicular to the newly placed concrete.

Subsection 412.03 (CLASSIFICATION) shall be deleted and replaced with the following:

Concrete shall conform to the requirements for Class "D" as described in Section 601 for all the concrete material used on this project.

Concrete engineered reinforcing fibers: Fibers shall be polypropylene, collated, fibrillated fibers from Fibermesh Co. Fibers shall be added to the concrete mix at the plant or in the truck mixer at the job site at a rate of 1.5 lbs. per cubic yard of concrete.

TS - 28

February 2006 Project No.ENSR06 –AL

TS - 29

REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT

continued

Subsection 412.04 (CONSTRUCTION REQUIREMENTS, Proportioning), delete and replace with the following: Proportioning shall conform to the requirements of subsection 601.05. and the following:

The Contractor may be allowed to include Class "F" fly ash in the concrete shown in this Section. The Contractor shall submit a recent mix design and test data for each class of concrete to be placed on the project. The mix design submitted by the contractor shall be no more than one-year old. The test data shall show that the design mix, under laboratory conditions, produces at least 125 percent of the required field compressive strength. Each design mix shall establish the proportions and sources of all its ingredients. The Contractor shall be responsible for the design mix proportions and all subsequent adjustments necessary to produce the specified concrete. Review of the design mix by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on test results of the concrete placed on the project.

The use of calcium chloride in the production of high early strength concrete is strictly prohibited. Air entraining admixtures shall conform to AASHTO M-154 latest edition. Pozzolans can be used with the written approval of the Engineer, after the following requirements have been met: (1) its use is justified; (2) tests have been made to determine the suitability with regard to water requirements, strength development, shrinkage, heat of hydration and durability; and (3) determination of additional curing requirements have been specified.

Water-reducing and set controlling admixtures shall conform to AASHTO M-194 according to the following types:

Type A - Water Reducing Type B - Retarding Type D - Water Reducing and Retarding Type E - Water Reducing and Accelerating

Written approval of the Engineer shall be obtained prior to the use of any admixture except air entrained admixtures. Application of admixtures shall be as per manufacturer's specifications.

February 2006 Project No.ENSR06 –AL

TS - 30

REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT

continued

Subsection 412.07 (EQUIPMENT) (b) (Consolidating and Finishing Equipment) shall be deleted and replaced with the following:

Concrete shall be spread, struck-off, and finished by either mechanical or manual methods. Consolidation of the concrete against and along the faces of all buildings, forms and adjacent concrete shall be accomplished by inserting mechanical vibrators into the concrete. The vibrators shall not be permitted to contact the subgrade or side forms. Vibrators shall not be used to drag or move the concrete into place nor shall they be operated longer than 10 seconds in one place.

Subsection 412.08 (CONSTRUCTION REQUIREMENTS, Preparation of Subgrade) shall be revised to include the following:

The subgrade and/or subbase shall be brought to a firm and unyielding condition with a uniform density and moisture content. Density shall conform to and be within +/- two-percent (2%) of optimum moisture content and be within ninety to ninety-five percent of optimum density as determined by AASHTO T99 specification. All soft and yielding material and other portions of the subgrade that will not compact readily when rolled or tamped shall be removed and replaced with suitable material. Concrete shall not be placed on a soft, spongy, frozen, or otherwise unsuitable subgrade. Before placing any concrete, the subgrade shall be tested for conformity with the cross-section shown on the plans, using an approved template, or other approved method. The finished subgrade shall be kept smooth, damp, and compacted prior to placing concrete.

Subsection 412.12 (CONSTRUCTION REQUIREMENTS, Finishing) shall be revised to include the following:

Concrete shall be thoroughly compacted or vibrated. Care shall be taken in vibrating concrete to bring only a continuous film of mortar to the surface. Vibration shall stop before any segregation of the concrete occurs.

Any evidence of lack of consolidation or over consolidation shall be regarded as sufficient reason for requiring the removal of the section involved and its replacement with new concrete at the Contractor's expense.

February 2006 Project No.ENSR06 –AL

TS - 31

REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT

continued

The following requirements shall be satisfied during the placement of the completed concrete:

1. The flowline of all new cross-pans and aprons shall be a straight-line grade

between the remaining gutter at each end of the new cross-pan/apron. The Contractor is required to set finishing screed points at minimum intervals of ten feet (10') along the flowline to control the finished elevation. The screed points shall be removed or driven through the plastic concrete into the subgrade after the concrete has been finished to the required elevation. The use of timber screed points is expressly prohibited on this project.

2. The cross-pan depth shall be within 3/8-inch of the depth specified in the plans. 3. No low spots which cause water to pond will be acceptable. 4. The finished surface must be straight and true to within 3/8-inch along any ten-

foot (10') length of the new concrete in the vertical or horizontal plane. 5. Excess water shall not be applied to the concrete surface during finishing. 6. The Contractor is cautioned against the use of a steel trowel for floating the

finished concrete. This practice can excessively seal and trap moisture beneath the surface. Premature surface spalling may occur. Repair of such spalling will be the responsibility of the Contractor.

7. All curves shall be constructed with flexible forms. 8. The final concrete surface shall be given a transverse broom finish. 9. Curb Ramps shall not have a lip between the flowline of the gutter and the ramp

approach. 10. Minimum concrete placement area length shall be five-feet (5'). 11. If a cross-pan is to be constructed the total width of the street it shall be poured a

minimum of one half at a time. 12. Cold weather concrete curing shall be required when conditions warrant as stated

in the Larimer County Urban Area Street Standards (LCUASS) Section 22.4.3.C2.

February 2006 Project No.ENSR06 –AL

TS - 32

REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT

continued

Subsection 412.13 (CONSTRUCTION REQUIREMENTS, Joints) shall be revised to include the following: Subsection 412.13 (Joints) shall be deleted and replaced with the following:

Joints shall be tooled to a minimum depth of one-third (1/3) the thickness of the concrete slab. Minimum joint depths shall be as follows: 4-inch slab, tooled depth 1-1/4 inches; 6-inch slab, tooled depth 2-inches; 8-inch slab, tooled depth 2-5/8 inches.

Subsection 412.14 (CONSTRUCTION REQUIREMENTS, Curing) shall be revised to include the following:

Concrete shall be cured by protecting it against loss of moisture, rapid temperature change, freezing, rain or hail, flowing water, and mechanical injury for a period of not less than five days after placement. Immediately after finishing operations have been completed, the entire surface of the newly poured concrete shall be covered by the curing medium. The edge of concrete exposed by the removal of forms shall be protected immediately to provide these surfaces with continuous curing treatment. The coating shall be protected against marring for a period of at least 5 days after application. Any coating marred, or otherwise disturbed, shall be given an additional coating. Care shall be taken in the placement of curing compound, any over-spray of material shall be removed and/or cleaned up at the contractors expense.

If the use of a curing compound results in a streaked or blotchy appearance, the method shall be stopped and a suitable means of curing used. White pigmented, liquid, membrane-forming curing compound conforming to AASHTO M-148, Type II, Class D shall be used unless another method is approved by the Engineer in writing. All concrete, regardless of temperature, weather or season, shall be protected from premature loss of moisture for a period of not less than 5 days after the concrete is poured. Curing will not be required longer than 72 hours if high-early strength concrete is used. It shall be the Contractor's responsibility to protect the concrete being cured from the elements, traffic and vandalism.

The Contractor shall have the equipment needed for adequate curing available before commencing concrete placement. Inadequate protection by the Contractor shall be cause for suspension of concreting operations and damaged concrete shall be removed and replaced at the Contractor's expense.

February 2006 Project No.ENSR06 –AL

TS - 33

REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT

continued

Subsection 412.21 (CONSTRUCTION REQUIREMENTS, Determining Pavement Thickness) shall be revised to include the following:

All concrete cross-pans, aprons, and commercial drive approaches subject to vehicular traffic shall be a minimum of eight inches (8") thick. All concrete residential drive approaches shall be a minimum of six inches (6") thick which include sidewalks within the right-of-way.

Subsection 412.23 (METHOD OF MEASUREMENT) shall be replaced with the following:

The area to be paid for under this item will be the number of square feet of concrete pavement completed and accepted. The width and length of pavement will be as shown on the plans unless directed otherwise by the Inspector. The payment for the accepted square-foot area will be full compensation for all mobilization, removals, materials, surveying, labor, local street traffic control and placement of the new concrete pavement. Any items not listed here or on the Bid Schedule will be considered incidental to the line item.

Subsection 412.24 (BASIS OF PAYMENT) (a) shall be replaced with the following:

The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. The pay unit for color additive and high early additive is based on the cubic yard of the additive only (up charge).

Payment will be made under:

ITEM NO. PAY ITEM PAY UNIT412-00600 Concrete Pavement (6") Square Foot 412-00800 Concrete Pavement (8") Square Foot 711-00601 Concrete (Color Additive) (Davis Tile Red - 3 lbs - #1117) Cubic Yard 711-00606 Concrete (High-Early Additive – 6 Hour) Cubic Yard 711-00624 Concrete (High-Early Additive – 24 Hour) Cubic Yard

No additional payment over the unit contract bid price will be made for any pavement which has an average thickness in excess of that shown on these documents. Aggregate Base Course (Class 5) or recycled asphalt millings will only be used when directed by the Engineer.

February 2006 Project No.ENSR06 –AL

TS - 34

REVISION OF SECTION 601 STRUCTURAL CONCRETE

Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.05 (CONSTRUCTION REQUIREMENTS, Proportioning), first paragraph, delete the third sentence and replace with the following:

The Field Compressive Strengths for each class of concrete in Table 601-1 is a specification requirement.

Delete the third paragraph and replace with the following:

Concrete shall conform to the requirements for Class "D" as described in Section 601 for concrete material used on this project.

The Contractor shall submit a recent design mix and test data for each class of concrete to be placed on the project. The mix design submitted by the contractor shall be no more than one-year old. The test data shall show that the design mix, under laboratory conditions, produces at least 125 percent of the required field compressive strength. Each design mix shall establish the proportions and sources of all its ingredients. The Contractor shall be responsible for the design mix proportions and all subsequent adjustments necessary to produce the specified concrete. Review of the design mix by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on test results of the concrete placed on the project.

February 2006 Project No.ENSR06 –AL

TS - 35

REVISION OF SECTION 601 STRUCTURAL CONCRETE

continued

Subsection 601.17 (CONSTRUCTION REQUIREMENTS, Acceptance and Pay Factors), delete paragraph (c)(Strength)(When Specified) and replace with the following:

(c) Strength (all concrete). The strength of concrete shall be determined from acceptance cylinders. Acceptance cylinders shall be made using plastic molds. They shall be made and moist cured in accordance with AASHTO T 23. The Engineer will determine if concrete that is below the required strength shall remain in place at a reduced price or be removed. The Contractor may take cores at his expense to determine if there is adequate in-situ strength for concrete that is below the required strength to remain in place and to provide an alternative determination of price reduction. Repair of core holes and any damage caused by obtaining cores shall be at the Contractor's expense. The method of obtaining and evaluating cores shall be in accordance with Colorado Procedure 65. Price reduction for strength will be based on the 28-day compressive strength of acceptance cylinders or corresponding average core strength whichever is greater. Cores shall be taken and submitted within 40 days of concrete placement for test results to be used in price adjustments. Cores shall be taken as directed by the Engineer and shall be submitted immediately. Cores used for the determination of price adjustments will be cured and tested by the City.

February 2006 Project No.ENSR06 –AL

TS - 36

REVISION OF SECTION 602 REINFORCED CONCRETE (FIBERMESH)

Section 602 of the Standard Specifications is hereby revised for this project as follows: Subsection 602.09 (DESCRIPTION) shall include the following: Fiber reinforced concrete is concrete made of hydraulic cements containing fine of fine and coarse aggregate and discontinuous discrete fibers. Continuous meshes, woven fabrics, and long rods are not considered to be discrete fibers. Continuous meshes, woven fabrics, and long rods are not considered to be discrete fiber type reinforcing elements. Subsection 602.10 (MATERIALS) shall include the following: Concrete engineered reinforcing fibers, these fibers shall be polypropylene, collated, fibrillated fibers from Fibermesh Co. Add Fibermesh to the concrete at the plant at a rate of 1.5 pounds per cubic yard of concrete. Subsection 602.11 (CONSTRUCTION REQUIREMENTS, Preparation of subgrade, finishing, Joints and Curing) shall be as described in Section 412 of these Technical Specifications. Subsections 602.12 (METHOD OF MEASUREMENT) shall be replaced with the following:

The area to be paid for under this item will be the number of lineal feet or square feet of concrete pavement completed and accepted. The width and length of pavement or the lineal foot of gutter will be as shown on the plans unless directed otherwise by the Inspector. The payment for the accepted square-foot area or lineal foot of gutter will be full compensation for all mobilization, removals, materials, grading, surveying labor, local traffic control and placement of the new concrete. Any items not listed here or on the Bid Schedule will be considered incidental to the line item.

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 602

REINFORCED CONCRETE (FIBERMESH)

continued

Subsection 602.13 (BASIS OF PAYMENT) shall be replaced with the following: The accepted quantities will be paid for at the contract unit price for each of the pay items listed in the Bid Schedule. The Fibermesh material additive will be paid as an additional cost per the cubic yard of concrete placed.

ITEM NO. PAY ITEM PAY UNIT 700-99240 Concrete (Fibermesh Additive) Cubic Yard

TS - 37

February 2006 Project No.ENSR06 –AL

TS - 38

REVISION OF SECTION 608 SIDEWALKSAND BIKEWAYS

Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.03 (CONSTRUCTION REQUIREMENTS, Concrete Sidewalks, Bikeways and Curb Return Aprons) shall include the following:

(a) Excavation. All surface objects, tree roots, or other protruding obstructions encountered within the limits of the removal excavation and not designated to remain shall be removed prior to placing new concrete. Any improvements adjacent to replaced sidewalk (including but not limited to mailboxes, sprinklers, lawns, and landscaping) MUST be protected from damage by the Contractor. The Contractor is solely responsible for the repair of any damage to adjacent improvements that occur during construction of this project. Work required to satisfy these requirements will not be measured and paid for separately but is included in the contract.

Any necessary extra excavation and stabilization, if required, will be paid for as described in the force account.

The following requirements shall be satisfied during the placement of the completed concrete:

1. No pea gravel, sand, or other material with less than 10% passing the #100 sieve

will be allowed as bedding beneath any concrete within the City right-of-way. 2. Curb Ramps shall not have a lip between the flowline of the gutter and the ramp

approach.

(b) Forms. All concrete sidewalks shall be four inches (4") thick except at drive approaches. Concrete used at drive approaches will be measured and paid for in accordance with Section 412. The finished surface must be straight and true to within 3/8-inch along any ten-foot (10') length of the new concrete in the vertical or horizontal plane. All curves shall be constructed with flexible forms.

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 608

SIDEWALKS AND BIKEWAYS

continued

(c) Curing. Freshly placed concrete shall be cured by protecting it against moisture loss, rapid temperature change, rain, flowing water, and mechanical injury. It shall also be the Contractor's responsibility to protect the concrete from traffic, vandalism and/or graffiti damage or will be replaced at the expense of the Contractor. No low spots which cause water to pond will be acceptable. Excess water shall not be applied to the concrete surface during finishing. The Contractor is cautioned against the use of a steel trowel for floating the finished concrete. This practice can excessively seal and trap moisture beneath the surface. Premature surface spalling may occur. Repair of such spalling will be the responsibility of the Contractor. The final concrete surface shall be given a transverse broom finish.

(c) Under sidewalk drain (chase). From the Larimer County Urban Area Street Standards (LCUASS) Chapter 7 Section 7.7.4 Sidewalk Culvert (Chases). Refer to Construction Drawing 709 in the LCUASS

Subsection 608.05 (METHOD OF MEASUREMENT) shall be deleted and replaced as follows:

The accepted quantities of concrete sidewalks will be measured by the square-foot of finished surface.

All concrete curb ramps shall be paid by the square-foot of finished surface as determined by field measurement. Curb ramp radii will be rounded up or down to the nearest whole foot for square-footage calculations. Table 608-01 will be utilized for the measurement of Type I ramps. Any acceptable Type I Curb Ramp built with a radius not listed on the table will be interpolated from the table to determine the square footage for payment. Curb ramp radii will be determined by measuring the flowline arc length between the points-of-curb-return (PCR). Refer to CDOT M-Standards drawing M-608-1 sheet number 1 through 4 for general ramp areas. Type and size of the Curb Ramp to be installed shall be as directed and marked in the field by the Inspector. The square-footage for spandrels, when installed, shall be taken from Table 608-01 for the specific radius as measured at the flowline.

Note: Sketches and tables are in Section CP.

TS - 39

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 608

SIDEWALKS AND BIKEWAYS

continued Subsection 608.06 (BASIS OF PAYMENT) delete the second and third paragraphs and replace with the following:

Payment will be made under: ITEM NO. PAY ITEM PAY UNIT 608-00000 Concrete Sidewalk (4 Inch Thick) Square Foot 608-00010 Spandrel (8 Inch Thick) Square Foot 608-00011 Concrete Curb Ramp (6 Inch Thick) Square Foot 608-99999 Sidewalk Chase Section Each

The prices and payment shall include full compensation for removal of the existing concrete and or other materials prior to placing and for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in placing and forming, including preparing the subgrade, and as shown on the plans as specified in the contract documents and as directed by the City. In addition Local Traffic Control and the maintenance of the based areas prior to the completion will be included in the unit cost. In all cases the unit price payment shall be full compensation and any other items not listed shall be considered incidental. No additional payment over the unit contract bid price will be made for any item which has an average thickness in excess of that shown on these documents.

TS - 40

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 608 DETECTABLE WARNINGS

Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This work includes the installation of detectable warnings on concrete curb ramps at the locations shown in the plans and in accordance with the plans. Subsection 608.02 shall include the following: Detectable warnings on curb ramps shall be truncated domes of the dimensions shown in the plans. Domes shall be prefabricated by the manufacturer as a pattern on concrete or masonry pavers. Pavers shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes, and when installed, shall be capable of producing the pattern of domes as shown in the plans. Pavers shall meet the requirements of ASTM C 902 or ASTM C 936. Absolute black and white will not be permitted. Bedding and joint sand shall be free of deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. Sand for bedding material shall conform to ASTM C 33. Sand that is to be placed between joints shall conform to ASTM C 144. Subsection 608.03 shall include the following: (g) Detectable Warnings. Pre-fabricated pavers for detectable warnings shall be brought to the site in steel banded, plastic banded or plastic wrapped cubes capable of being transported by a fork lift or clamp lift. Pavers shall be carefully removed and stacked in a manner that results in the least amount of damage. All pavers that are damaged during transport or delivery will be rejected and shall be replaced at the Contractor’s expense. Minor cracks or chipping due to transport and handling that do not interfere with the structural integrity of the paver or the overall pattern of truncated domes will not be deemed as grounds for rejection. The Contractor shall spread the bedding sand evenly in the area defined and shall screed the sand to an appropriate embedment depth as shown on the plans or as directed by the Engineer. Sufficient sand should be placed to stay ahead of laid pavers

TS - 41

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 608 DETECTABLE WARNINGS

continued

Pavers shall be placed in a running bond pattern. Domes shall be aligned to create a square grid in the predominant direction of travel as shown in the plans. Pavers shall be installed such that the base of the truncated dome is at the same elevation as the adjoining surface, allowing for a smooth transition between the curb ramp and the detectable warning. When cut pavers are required to fill gaps between the pavers and the edge of concrete, the Contractor shall bevel portions of the truncated domes at a 45-degree angle to create a smooth transition between the partial dome and the curb ramp surface. Unless otherwise directed by the Engineer, pavers shall be cut and installed in such a manner that the domes on the cut sections will not significantly impact the overall pattern of the truncated domes. The Contractor shall use a plate vibrator to embed the pavers into the sand. The size and type of plate vibrator shall be in accordance with manufacturer’s recommendations, or as directed by the Engineer. All pavers that are damaged during embedment shall be replaced at the Contractor’s expense. Joint spacing between paver units shall be in accordance with the manufacturer’s recommendations, or as approved by the Engineer. Joints shall be filled completely with joint sand. Excess sand shall be removed by sweeping. (h) Alternate products. Alternate materials shall be installed in accordance with manufacturer’s recommendations. If domes and mats are used, they shall be aligned to create a square grid in the predominant direction of travel as shown in the plans. In cases where individual domes are used, the existing concrete surface shall be treated to match the color and contrast requirements of the domes. The concrete surface to which alternate materials are to be applied shall be prepared in accordance with manufacturer’s recommendations. Material requirements, color and application shall be in accordance with manufacturer’s recommendations and as approved by the Engineer.

Subsection 608.05 shall include the following: Detectable warnings on curb ramps, including sand, pavers, alternate materials, and all other work and materials necessary for fabrication, transport, and installation will be measured and paid for by the square-foot.

TS - 42

February 2006 Project No.ENSR06 –AL

TS - 43

REVISION OF SECTION 609 CURB AND GUTTER

Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 609.01 (DESCRIPTION) is deleted and replaced with the following:

This work shall consist of constructing all concrete gutters (crosspans), and combination curb and gutter associated with this project. The construction shall be done in reasonably close conformity with the lines, grades, thicknesses, and typical cross-sections shown on the plans or as established by the Engineer. The cross-section for the combination curb and gutter shall match the cross-section of the adjacent curb and gutter at each site. In addition any monolithic curb, gutter and sidewalk shall be removed and replaced in kind.

Subsection 609.03 (CONSTRUCTION REQUIREMENTS, Cast-in-Place Concrete Curb) shall include the following:

(b) Forms. The flowline of all new curb and gutter shall be a straight-line grade between the remaining curb and gutter at each end of the new concrete. The Contractor is required to set finishing screed points at minimum intervals of ten feet (10') along the flowline to control the finished elevation. The screed points shall be removed or driven through the plastic concrete into the subgrade after the concrete has been finished to the required elevation. The use of timber screed points is expressly prohibited on this project. The finished surface must be straight and true to within 3/8-inch along any ten-foot (10') length of the new concrete in the vertical or horizontal plane. All curves shall be constructed with flexible forms.

(c) Mixing and Placing. The following requirements shall be satisfied during the placement of the completed concrete:

1) The gutter depth shall be within 3/8 inch of the depth specified in the Plans. 2) No low spots which cause water to pond will be acceptable. 3) The finished surface must be straight and true to within 3/8 inch along any ten-

foot (10') length of the new concrete. 4) Excess water shall not be applied to the concrete surface during finishing.

5) Curb Ramps shall not have a lip between the flowline of the gutter and the ramp

approach.

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 609

CURB AND GUTTER

continued 6) Elevation of the curb head relative to the sidewalk may be varied, therefore the

contractor may be directed by the Engineer to raise or lower the new curb head. 7) The tolerance for curb head width shall be within one-half of an inch of the City

specification or will be removed at the Contractor's expense.

8) In all cases the Concrete Contractor shall take responsibility for traffic control and maintenance of based areas from the time of concrete removal through the five day curing period. Removed concrete shall be replaced within three days from the time it was removed.

Subsection 609.06 (METHOD OF MEASUREMENT) shall include the following:

The prices and payment shall include full compensation for removal of the existing concrete and or other materials prior to placing the new concrete, for furnishing all labor, materials, tools, equipment, and incidentals and for doing all forming and the work involved in placing and testing including preparing the subgrade, materials as shown on the plans as specified in the contract documents and as directed by the City. In addition Traffic Control, the maintenance of the based areas prior to asphalt patching and asphalt patching will be included in the unit cost.

Subsection 609.07 (BASIS OF PAYMENT) shall include the following:

Payment will be made under: ITEM NO. PAY ITEM PAY UNIT 609-00000 Concrete Curb and Gutter (Type II) (30 Inch) Lineal Foot 609-00001 Concrete Vertical Curb (6 inch x 12 inch) Lineal Foot 609-22021 Concrete Vertical Curb - Gutter & Sidewalk (Monolithic) Lineal Foot 609-22022 Concrete Drive-Over Curb - Gutter & Sidewalk (Monolithic) Lineal Foot

TS - 44

February 2006 Project No.ENSR06 –AL

TS - 45

REVISION OF SECTION 625 CONSTRUCTION SURVEYING

Section 625 of the Standard Specifications is hereby revised for this project as follows: Subsection 625.01 (DESCRIPTION) shall be deleted and replaced with the following:

This work consists of the construction surveying, calculating, layout, and staking necessary for the construction of all elements of the project.

Subsection 625.03 (CONSTRUCTION REQUIREMENTS, General) shall be deleted and replaced with the following:

The horizontal and vertical control for the project shall be the existing concrete adjacent to the repair areas. No separate control points will be set by the City. Where long, curved sections of curb, gutter and sidewalk are to be repaired, the Contractor is advised to reference the horizontal alignment from the original concrete before it is removed. The survey procedures shall be determined by the Contractor and approved by the Inspector.

Subsection 625.05 (CONSTRUCTION REQUIREMENTS, Adequate Layout and Staking) shall be revised to include the following:

The Engineer may require additional Contractor layout, staking or survey control as part of the original bid price if necessary to obtain acceptable completion of the original contract work. Acceptable staking placement intervals for the various construction survey control operations are described as follows or/if not therein specified, the staking placement interval shall be as directed by the City.

The following staking standards are minimum standards. Increased levels of surveying may be required as directed by the Engineer.

(1) Horizontal control stakes shall be required whenever the gutter repair is not poured

adjacent to an existing sidewalk. The spacing of the control stakes shall not exceed 25 feet. This requirement may be waived by the Inspector for repair areas shorter than 50 feet if the Contractor satisfactorily demonstrates that a string line or other method can be used to control the alignment of these short sections of new concrete.

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 625

CONSTRUCTION SURVEYING

continued

The stakes shall provide the following information (these are minimums):

Front Side Cut or fill to flowline or top of curb. Distance from the stake to flowline or back of curb. Other information required to build the concrete that may vary from station to

station on the project.

Back Side Station.

(2) Vertical control reference points shall be required for all gutter repair areas longer than

50 feet and for all cross-pans and aprons. The spacing of the vertical control shall not exceed 25 feet. The vertical reference point may be combined with the horizontal control stake described above, or may consist of rebar screed points set to grade along the flowline. Timber will not be permitted for vertical control screed points within the concrete.

(3) Existing survey markers which are to be reset or may be disturbed during construction

shall have a minimum of three swing type references set in protected locations. Subsection 625.06 (CONSTRUCTION REQUIREMENTS, Accuracy and Tolerances) shall be revised to include the following:

Accuracy of survey tolerances shall be as required to build straight line grades and ensure no ponding of water in the new concrete.

Subsection 625.07 (CONSTRUCTION REQUIREMENTS, Responsibility and Checking) shall be revised to read as follows:

Supervision and coordination of construction surveying is the Contractor's responsibility. The Engineer may check the Contractor's surveying, however such checking will not relieve the Contractor of any responsibility for accuracy or completeness of his work. All Contractor surveying inaccuracies shall be corrected by the Contractor at no cost to the City. Engineer's checking or Contractor's corrections shall not be considered reason for additional cost or contract time extension.

TS - 46

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 625

CONSTRUCTION SURVEYING

continued Subsection 625.08 (CONSTRUCTION REQUIREMENTS, Reset Controls and Stakes) shall be revised to read as follows:

Control points, bench marks and other needed stakes that are damaged, destroyed or made inaccessible by the progress of construction shall be replaced, transferred or re-established by the Contractor as directed, at no cost to the City.

Subsection 625.11 (CONSTRUCTION REQUIREMENTS, Survey Records) shall be revised to read as follows:

Field survey notes for construction surveying and checking shall be recorded by the Contractor in survey notebooks in a format approved by the Engineer. All survey records generated will be considered the property of the City and shall be available for inspection or reproduction at anytime. All survey notebooks shall be transmitted to the Engineer for inclusion into the project records before final project acceptance.

Subsection 625.12 (METHOD OF MEASUREMENT), delete and replace with the following:

Construction surveying will not be measured, but will be included in the cost of required item.

Subsection 625.13 (BASIS OF PAYMENT), delete and replace with the following:

Payment for the contract work as a whole shall be full compensation for Construction Surveying. There will not be a separate pay item for surveying services with this project.

TS - 47

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 626

MOBILIZATION Section 626 of the Standard Specifications is hereby revised to include the following: Subsection 626.02 (BASIS OF PAYMENT), delete and replace with the following:

Payment for the contract work as a whole shall be full compensation for mobilization of personnel, equipment, and supplies to project sites in preparation for the work on the project. This item shall also include the establishment of the Contractor's offices, buildings and other necessary facilities, and all other costs incurred or labor and operations which must be performed prior to beginning the other items under the Contract. No separate payment will be made for mobilization.

TS - 48

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 630

CONSTRUCTION TRAFFIC CONTROL DEVICES Section 630 of the Standard Specifications is hereby revised to include the following: Subsection 630.01 (DESCRIPTION) shall include the following:

Whenever the Contractor's operations create a condition hazardous to traffic or the public, the Contractor shall take the necessary precautions and provide adequate means to protect those who must pass through or over the work. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time unless certified flaggers are present. If the Contractor appears to be neglectful or negligent in providing such warning or protective measures, the Inspector may direct attention to the existence of a hazard, and any barricades, warning signs, lights, or flaggers required to protect the public shall be provided immediately by the Contractor.

The Contractor shall conduct his work so as to interfere as little as possible with the Owner's operations and the work of other contractors. Whenever it is necessary to cross, obstruct, or close roads, driveways, parking areas, and walks, the Contractor shall provide and maintain suitable and safe bridges, detours, or other temporary expedients at his own expense. Any road closures proposed for cross-pan construction must be approved by the Engineer on or before the Wednesday preceding the closure to allow public notification through the local newspaper.

The Contractor selected to perform the work shall be responsible to provide and maintain reflectorized and lighted channelization devices adjacent to the open excavation during the construction period.

Subsection 630.02 (MATERIALS, Signs and Barricades), delete the second paragraph and replace with the following:

Reflective sheeting shall be High Intensity conforming to the requirements of subsection 713.04 for all signs including specialty signs. Signs including sign faces, supports, posts, barricades, cones, vertical panels, flashers and other devices must be in excellent condition for day and night use (reflectivity). Below standard devices (scratched sign faces or any item that is not in excellent condition) shall not be placed on the project. The Contractor immediately at no cost to the project shall replace removal of any item deemed in poor quality by the City Inspector. Repetitive instances of placement of poor quality traffic control devices in public right-of-way will be subject to replacement of the traffic service. All cost for the removal, City Inspector time, and damages will be at the Contractors cost. Construction operations will cease until corrections are approved.

TS - 49

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 630

CONSTRUCTION TRAFFIC CONTROL DEVICES

continued Subsection 603.08 (CONSTRUCTION REQUIREMENTS, Traffic Control Plan) shall include the following: City Right-of-Way Work Permits are required prior to any work commencing in the

Public right-of-way. Traffic control plans shall be submitted for the existing and proposed traffic control at least five working days before work is scheduled to commence in the right-of-way. Construction projects on, near, or affecting state highways are required to obtain a Colorado Department of Highways’ Highway Access Permit in conjunction with the City of Loveland’s requirements and permit outlined in this section.

Subsection 630.09 (Traffic Control Management) shall include the following:

The certified TCS is required to submit all Construction Traffic Control Plans, revisions, and city and state right-of-way work permits. The TCS shall direct (in person) all traffic control device installations, removals, flaggers, and operations.

Subsection 630.11 (CONSTRUCTION REQUIREMENTS, General) shall include the following:

Construction traffic control signs may be mounted on portable frames only if the sign(s) are needed at a given site for less than ten (10) days. When the construction activities at a given site requires signing for more than ten (10) days, the signs shall be mounted on steel or timber posts which conform to the requirements of the CDOH M&S Standard Plans.

The Contractor shall be responsible for clearing parking from streets when such parking will interfere with the work. "No Parking" signs shall be placed along the streets at least 24 hours prior to beginning work on any street to avoid work delay. In addition, the Contractor is responsible for notifying all residents adjacent to each construction site at least 48 hours in advance of the pending work. This notification must be in written form. The original copy of the notice will be given to the Contractor by the City. It is the Contractor's responsibility to copy and disburse the notice to the residents.

The Contractor shall maintain access at all times to all residential driveways within the project except during times when the driveway access is under construction.

TS - 50

February 2006 Project No.ENSR06 –AL

Providing approval of a Construction Traffic Control Plan by the Project Manager and the City Traffic Engineer, the contractor: • Shall not be permitted to work between the hours of 9:00 p.m. and 7:00 a.m. • Must continually have one lane of traffic for both directions of travel open to traffic on all

streets at all times • Shall not restrict traffic flow with work, including traffic control setupes during the hours of

7:00 a.m. to 8:30 a.m. and 4:00 p.m. to 6:00 p.m. on state highways and arterial streets and / or intersections.

For each violation an hourly cost will be accessed to the Contractor for the City Representative(s) time that is accrued to correct the violation. Construction operations will cease until corrections are approved.

Typical device layouts are included in this document to show the general traffic control concepts for this project. Special conditions may exist for a given work site that may require the use of flaggers or other modifications. The Engineer may require the Contractor to prepare a Method of Handling Traffic for such situations before the work commences at such sites.

The Contractor will be permitted to erect and maintain all traffic control devices required for work zones on local streets which fit the conditions covered by the attached device layouts. The Contractor will be required to employ a certified Traffic Control Supervisor to erect, maintain, and remove all devices required for special conditions and for all collector and/or arterial streets within the project.

TS - 51

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 630 CONSTRUCTION TRAFFIC CONTROL DEVICES

continued

The Contractor shall be responsible in notifying emergency services of any closures 48 hours prior to any closure approved by the City Traffic Engineer.

* Police Department Communications 962-2200 * Fire Station No. 1 (they will contact ambulance service) 962-2471 * Thompson School District R2J Transportation Dispatch 962-3777 * Traffic Operations 962-2535

When a lane is closed on a two-lane road, the remaining lane must be used by traffic traveling in both directions. If width limitations prohibit this, one-way traffic control may be affected by the following means:

* For very short work sites at a location where traffic volumes and speeds are low and

motorists have unobstructed vision across the entire work zone the movements may be self regulating;

* One flagger can control traffic at a short work zone with low volumes; * Two or more flaggers may be required where volumes or site conditions warrant.

Subsection 630.12 (CONSTRUCTION REQUIREMENTS, Flagging and Pilot Car Operation), delete the second paragraph and replace with the following:

All traffic control personnels' apparel shall include a shirt or jacket and an orange vest which shall be reflectorized at night. An orange hard hat is optional.

Flaggers shall possess a current CDOT Flagger’s Card and carry it with them on the job at all times. Flaggers without proper training including a current flagger’s card will be relieved of flagging duties and replaced with a properly trained flagger at no cost to the project.

Subsection 630.13 (METHOD OF MEASUREMENT) shall be deleted and replaced with the following:

The quantities for construction traffic control devices and construction traffic control supervision will not be measured. The quantity to be measured for flagging will be the total number of hours that flagging is used as authorized by the Engineer before flagging commences. Hours of flagging in excess of those authorized shall be at the Contractor's expense.

TS - 52

February 2006 Project No.ENSR06 –AL

REVISION OF SECTION 630

CONSTRUCTION TRAFFIC CONTROL DEVICES

continued Subsection 630.14 (BASIS OF PAYMENT), delete the first two paragraphs and replace with the following:

Payment for traffic control shall be full compensation for furnishing, erecting, maintaining, moving, removing, and disposing of all construction traffic control devices necessary to complete the work. Traffic control supervision, flaggers and traffic control devices will be measured and paid for separately. Payment for any authorized flaggers will be made at the contract unit price as stated in the bid schedule. The Contractor is reminded that Subsection 630.12 requires that all flaggers shall have completed the CDOT minimum training requirements for flaggers within two years prior to starting work on the project. ITEM NO. ITEM DESCRIPTION PAY UNIT 700-99110 Flagging HR 700-99140 Variable Message Sign DAY Construction Traffic Control EA

TS - 53

February 2006 Project No.ENSR06 –AL

SECTION CP

CONSTRUCTION PLANS AND DRAWINGS

TS - 54