<<

CONTRACT DOCUMENTS

&

SPECIFICATIONS

for

STREETS DEPARTMENT 2020 HBP PAVING AND CHIPSEAL PROJECTS

in the

CITY OF FORT MORGAN, COLORADO

January 17, 2020

Jim Willis Superintendent Streets & Storm Department

Steve Glammeyer, P.E., PWE Public Works Director

STREETS DEPARTMENT P.O. BOX 100 FORT MORGAN, COLORADO 80701 (970) 542-3987

City of Fort Morgan

INVITATION TO BID Streets Department 2020 HBP Paving and Chipseal Projects

The City of Fort Morgan is accepting sealed Bids for 2020 HBP Paving and Chipseal Projects until 3:00 p.m. (our clock) on February 20, 2020 at City Hall located at 110 Main , Fort Morgan, Colorado 80701. If mailed, the address is PO Box 100, Fort Morgan, CO 80701 and must be in a separate sealed envelope from the shipping package. Bids must be received at City Hall prior to 3:00 p.m. (our clock) on February 20, 2020.

Project Summary and Bid Document Information: The following projects generally consist of full width removal (~3” to 7” deep), installation of flyash subgrade stabilization and installation of HBP on:

Project A – East Beaver : West End – Industry Drive (Industrial Park) Project B – East 9th Avenue: Carol Street – Vicki Street Project C – Carol Street: E. 8th Avenue – E. 6th Avenue Project D – Park Street: W. 7th Avenue - Platte Avenue Project E – Park Street: Platte Avenue - E. Bijou Avenue Project F – Comanche Avenue: Nelson – Cheyenne Street Project G – Lowell Place: North of Comanche Avenue Project H – Navajo Avenue: Cheyenne Street – Colfax Street Project I – Landmark Drive: Alpine Avenue – Century Avenue

The following projects generally consist of installation of application of polymerized emulsified asphalt, cover coat aggregate called chip seal followed by seal (chip seal) on:

Project J – Cottonwood : Riverview Avenue – North End Project K – Osage Avenue: Prairie Place – Cottonwood Parkway Project L – Dakota Avenue: Commons Parkway – Cottonwood Parkway Project M – Commons Parkway: Riverview Avenue – North End Project N – N. half of Canal Street (Asphalt Section): Prairie Place – Commons Parkway Project O – Prairie Place: Canal Street – North End Project P – Ouray Avenue: Prairie Place – Cottonwood Parkway Project Q – Carol Street: E. 8th Avenue – Freemont Avenue Project R – West Kiowa Avenue: West Street – Ensign Street Project S – Colfax Street: Navajo Avenue – W. Acoma Avenue Project T – Saunders Road: East 8th Avenue – City Limits

Projects A, B, C, D, I and Q are anticipated to have some element of utility repair, upgrade or replacements prior to the paving or surface treatment projects proceeding. Additional HBP installation is required to repair the trench on projects I & Q and is included in the bid schedule. (Listed as projects I and Q-1). Project I will be a trench repair for a sanitary sewer main line install.

Concrete and/or and gutter work associated with all of these projects is being contracted separately, unless otherwise noted, and is not included in this work.

Bidders may bid both paving and chipseal projects, just paving projects or just chipseal projects.

A copy of the Bid and associated documentation may be obtained as follows: 1. The City website at www.cityoffortmorgan.com 2. City Hall located at 110 Main Street, Fort Morgan

City of Fort Morgan

INVITATION TO BID Streets Department 2020 HBP Paving and Chipseal Projects

Pre-Bid Meeting: A mandatory pre-bid meeting will be held on Tuesday, February 11, 2020 at 2:00 p.m. at City Hall located at 110 Main Street. All prospective Bidders must attend this pre-bid meeting in order for the City to accept their Bid.

Questions: All questions regarding this bid should go to Jim Wills, Streets Superintendent at (970) 542-3987. Questions must be in writing and can be e-mailed to [email protected]. The cut-off date and time for questions is Friday, February 14, 2020 at 9:00 a.m. It is the responsibility of the prospective bidders to contact Jim Willis to verify receipt of questions. Based upon such inquiry, the City may choose to issue an Addendum before and/or after the mandatory pre-bid meeting.

Opening Date: The opening will not be a public bid opening as it will be subject to staff review of costs, schedule, options, qualifications, possible short list and/or interviews.

City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

I. SCOPE OF WORK

Project A consists of removing and hauling all existing asphalt to a depth of 3” to 7” and to include removal of 0.1’ of existing subgrade, installation of flyash soil stabilization material to a depth of 12” and to include all compaction and repaving the street section with 1 -4” bottom mat of HBP and 1- 3” top lift of HBP. The Bid shall consist of furnishing all labor, materials, and equipment necessary to complete soil stabilization and HBP installation to those streets listed on the Location Schedule in the Specifications, or as directed by the City Project Representative. More specifically, this project shall consist of applicable control, valve/manhole adjustments, asphalt removal from paved existing roadway, installation and compaction of soil stabilization (flyash) and placing hot bituminous pavement. All roadway cross slopes shall be set at a two percent minimum and three percent maximum.

Projects B through I & Q-1 consist of removing and hauling all existing asphalt or base material to a depth of 3” to 6” and to include removal of 0.1’ of existing subgrade, installation of flyash soil stabilization material to a depth of 12” and to include all compaction and repaving the street section with 2- 2” lifts of HBP. The Bid shall consist of furnishing all labor, materials, and equipment necessary to complete soil stabilization and HBP installation to those streets listed on the Location Schedule in the Specifications, or as directed by the City Project Representative. More specifically, these projects shall consist of applicable traffic control, valve/manhole adjustments, asphalt removal from paved existing roadway, installation and compaction of soil stabilization (flyash) and placing hot bituminous pavement. All roadway cross slopes shall be set at a two percent minimum and three percent maximum.

Projects J through T consist of installation of application of polymerized emulsified asphalt, cover coat aggregate called chip seal followed by a fog seal. The Bid shall consist of furnishing all labor, materials and equipment necessary to complete the surface treatment on the Location Schedule in the Specifications or as directed by the City Project Representative. More specifically, these projects shall consist of applicable traffic control, surface preparation, protection of all existing roadway markings and application of the chipseal and fog seal according to the specifications attached to these documents. City crews will patch and crack seal these projects prior to performance of this portion of the project. The City is also able to provide a site for temporary stockpile of chip material. The location of the site will be determined after bid selection.

Page 1 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

Further details are listed for each project below: Full removal and replacement: Project A – East Beaver Avenue: West End – Industry Drive 1. Class S75 PG58-28 All construction shall be installed in conformance to Section 400 of the CDOT Standard Specifications for Road and Lower 4” lift Construction as applicable to this project. The HBP shall consist of CDOT (Grade S)(75)(PG58-28) with 25% or less RAP materials and shall be compacted in accordance with CDOT guidelines. The gutter shall be prime coated in accordance to Section 407. Prime coat type shall be listed on CDOT’s approved materials list. Work shall include all saw cutting of roadways. 2. Class SX75 PG58-28 All construction shall be installed in conformance to Section 400 of the CDOT Standard Specifications for Road and Upper 3” lift – final Bridge Construction as applicable to this project. The HBP shall consist of CDOT (Grade SX)(75)(PG58-28) with 25% or less RAP materials and shall be compacted in accordance with CDOT guidelines. The gutter shall be prime coated in accordance to Section 407. Prime coat type shall be listed on CDOT’s approved materials list. Work shall include all saw cutting of roadways. 3. Rotomill existing The existing pavement shall be rotomilled and hauled to the asphalt to subgrade City’s staging facility located on South Sherman Street. Asphalt section plus .10 foot of subgrade maximum. 4. Furnish and install fly All construction shall be in conformance the Colorado 2011 ash for soil stabilization Standard Specifications for Road and Bridge Construction, @ 12% to a depth of including Special Provision to Section 307 as listed herein. 12 inches, including 12% Class C fly ash, based on dry unit weights shall be compaction blended into the top 12-inches of the subgrade and adjusted in moisture and compacted immediately after incorporation. The moisture content of the blended material should be adjusted within 2% of the optimum moisture content and compacted to 95% of the standard proctor maximum dry density value. The fly ash shall be mixed in place and the subgrade shall be compacted and proof rolled with a rubber- tired roller. Removal of excess subgrade material shall be considered a part of Bid Item. 5. Raise water valves All existing water/gas valves shall be lowered to a safe depth before construction and then raised to the proposed finished grade following installation of the HBP. A 6” thick collar shall be constructed around the water valves. The concrete shall maintain a 7” distance from the edge of the valve to the edge of asphalt. 6. Raise manhole All existing shall be lowered to a safe depth before

Page 2 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

construction and then raised to the proposed finished grade following installation of the HBP. A 6” thick concrete collar shall be constructed around all manholes that are raised after placement of the top lift of HBP. The concrete shall maintain an 18” distance from the edge of manhole rim to the edge of asphalt. 7. Traffic Control All traffic control plans, devices and methods shall comply with current MUTCD Standards. All Traffic Control Supervisors shall have a current certification.

Full removal and replacements: Project B – East 9th Avenue: Carol Street – Vicki Street Project C – Carol Street: E. 8th Avenue – E. 6th Avenue Project D – Park Street: W. 7th Avenue – Platte Avenue Project E – Park Street: Platte Avenue – E. Bijou Avenue Project F – Comanche Avenue: Nelson Road – Cheyenne Street Project G – Lowell Place: North of Comanche Avenue Project H – Navajo Avenue – Cheyenne Street – Colfax Street Project I – Landmark Drive: Alpine Avenue – Century Avenue Project Q-1 – Carol Street: E. 8th Avenue – Freemont Street (10’ wide waterline trench) 1. Class S75 PG58-28 All construction shall be installed in conformance to Section 400 of the CDOT Standard Specifications for Road and Lower 2” lift Bridge Construction as applicable to this project. The HBP shall consist of CDOT (Grade S)(75)(PG58-28) with 25% or less RAP materials and shall be compacted in accordance with CDOT guidelines. The gutter shall be prime coated in accordance to Section 407. Prime coat type shall be listed on CDOT’s approved materials list. Work shall include all saw cutting of roadways. 2. Class SX75 PG58-28 All construction shall be installed in conformance to Section 400 of the CDOT Standard Specifications for Road and Upper 2” lift – final Bridge Construction as applicable to this project. The HBP wearing course shall consist of CDOT (Grade SX)(75)(PG58-28) with 25% or less RAP materials and shall be compacted in accordance with CDOT guidelines. The gutter shall be prime coated in accordance to Section 407. Prime coat type shall be listed on CDOT’s approved materials list. Work shall include all saw cutting of roadways. 3. Rotomill existing The existing pavement shall be rotomilled and hauled to the asphalt to subgrade City’s staging facility located on South Sherman Street. Asphalt section plus .10 foot of subgrade maximum. 4. Furnish and install fly All construction shall be in conformance the Colorado 2011 ash for soil stabilization Standard Specifications for Road and Bridge Construction, @ 12% to a depth of including Special Provision to Section 307 as listed herein. 12 inches, including 12% Class C fly ash, based on dry unit weights shall be

Page 3 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

compaction blended into the top 12-inches of the subgrade and adjusted in moisture and compacted immediately after incorporation. The moisture content of the blended material should be adjusted within 2% of the optimum moisture content and compacted to 95% of the standard proctor maximum dry density value. The fly ash shall be mixed in place and the subgrade shall be compacted and proof rolled with a rubber- tired roller. Removal of excess subgrade material shall be considered a part of Bid Item. 5. Raise water valves All existing water/gas valves shall be lowered to a safe depth before construction and then raised to the proposed finished grade following installation of the HBP. A 6” thick concrete collar shall be constructed around the water valves. The concrete shall maintain a 7” distance from the edge of the valve to the edge of asphalt. 6. Raise gas valves All existing gas valves shall be lowered to a safe depth before construction and then raised to the proposed finished grade following installation of the HBP. A 6” thick concrete collar shall be constructed around the gas valves. The concrete shall maintain a 7” distance from the edge of the valve to the edge of asphalt. Contact the gas superintendent prior to any work for this line item. 7. Raise manhole All existing shall be lowered to a safe depth before construction and then raised to the proposed finished grade following installation of the HBP. A 6” thick concrete collar shall be constructed around all manholes that are raised after placement of the top lift of HBP. The concrete shall maintain an 18” distance from the edge of manhole rim to the edge of asphalt. 8. Traffic Control All traffic control plans, devices and methods shall comply with current MUTCD Standards. All Traffic Control Supervisors shall have a current certification.

Chipseal applications: Project J – Cottonwood Parkway: Riverview Avenue – North End Project K – Osage Avenue: Prairie Place – Cottonwood Parkway Project L – Dakota Avenue: Commons Parkway – Cottonwood Parkway Project M – Commons Parkway: Riverview Avenue – North End Project N – N. half of Canal Street: Prairie Place – Commons Parkway Project O – Prairie Place: Canal Street – North End Project P – Ouray Avenue: Prairie Place – Cottonwood Parkway Project Q – Carol Street: E. 8th Avenue – Freemont Avenue Project R – West Kiowa Avenue: West Street – Ensign Street Project S – Colfax Street: Navajo Street – W. Acoma Avenue Project T – Saunders Road: East 8th Avenue – City Limits

Page 4 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

1. Furnish and install chip All construction shall conform to the document attached as a seal with 3/8” part of these documents and labeled “Chip Seal aggregate and then Specifications”. Additionally, contractors may use the CRS-2R complete with fog seal product as included with these documents. 2. Traffic Control All traffic control plans, devices and methods shall comply with current MUTCD Standards. All Traffic Control Supervisors shall have a current certification.

STOCKPILING ROTOMILLINGS

Contractor shall provide its own equipment to push up rotomilled pavement stored at City’s staging facility located near South Sherman Street.

TRAFFIC CONTROL

Traffic shall be directed through the project with signs, barricades, flag persons or pilot cars when required, or as necessary for the protection of the work and the safety of the public. Traffic control shall be accomplished in accordance with the Manual on Uniform Traffic Control Devices (2009). All streets can be closed for through traffic during construction but access shall be given to the residents along the streets.

Where needed, “No Parking” signs shall be placed not less than 24 hours in advance of the pavement installation and shall state “No Parking, 7:00 a.m. to 5:00 p.m.” The Contractor shall furnish, place and maintain all traffic control devices at their expense. The Contractor shall be responsible for all traffic control in the construction area.

II. GENERAL INSTRUCTIONS

1. Authorized Representative. All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the contractual agreement. 2. Withdrawal. Bid(s) may be withdrawn up to the date and time set for closing upon written, faxed or e-mailed notice to the City. Negligence upon part of the bidder in preparing their bid(s) shall not constitute a right to withdraw a bid(s) subsequent to the bid opening. A conditional or unqualified bid may be cause for rejection.

3. Acceptance of Bid. Only bids properly received will be accepted. Any bid received after the time and date specified shall not be considered. A bid bond is not required. 4. Conflict of Interest and Good Faith: Respondents must declare among their team any business entity or individual who is associated with, or is in any way likely, to create a conflict of interest, a perception of conflict of interest or whether there are any circumstances whereby any member of Council or any officer or employee of the City would gain any pecuniary interest, direct or indirect.

Page 5 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

Failure to comply with this provision may result in disqualification of your Bid from the RFB process or, if the City becomes aware of breach of this provision after the detailed Bid has been requested, disqualification from the further processes.

5. Investigation of Qualifications. The City may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated herein. 6. Time for Contract Award. Should there be any reason why the Contract cannot be awarded within the specified period; the time may be extended by mutual agreement between the City and the Bidders. Notwithstanding the foregoing, nothing herein shall be construed to obligate the City to award a Contract to any Bidder should the City determine that it is in its best interest to do otherwise. 7. Permits: The Contractor is required to obtain all necessary City of Fort Morgan permits. All fees will be waived.

8. Illegal Aliens- Public Contracts for Services: The awarded Contractor will be required to comply with the provisions of C.R.S. 8-17.5-101, et. seq. An Illegal Alien Addendum (the “Addendum”) is made to the Agreement by and between the City of Fort Morgan and the Contractor. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this contract.

9. Performance and Payment Bond. The awarded Contractor must provide a Performance and Payment Bond, in the amount of one-hundred percent (100%) of the next acceptable Bid Price, with a corporate surety approved by the Owner, will be required for the faithful performance of the Contract; provided the Bid Price exceeds $10,000.00. 10. Maintenance Bond. The awarded Contractor must provide a two-year, 20% Maintenance Bond or Letter of Credit to cover defective workmanship and materials as required for this project. This warranty will apply for each contract awarded. 11. Confidentiality and Privacy: Information provided to a Respondent by the City or acquired by a Respondent by way of further enquiries or through investigation is confidential. Such information shall not be used or disclosed in any way without the prior written authorization of the City. The Respondent shall not make any statement of fact or opinion regarding any aspect of the RFB and any subsequent proposal to the media or any member of the public without the prior written authorization of the City.

To the extent permitted, the City shall treat all submissions as confidential. However, the Respondent is advised that any information contained in any submission may be released if required by City policy or procedures, by other authorities having jurisdiction, or by law, such as the Colorado Open Records Act.

Page 6 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

All Proposals submitted to the City will be kept in confidence with the City administrators for the sole purposes of evaluating and developing the best possible strategic option for the City. Submitted Bids will become the property of the City and none will be returned. The City will have the right to make copies of all Bids for its internal review process and to provide such copies to its staff, legal, technical and financial advisors and representatives. If the application contains any proprietary or trade secret information, said information must be indicated as such.

12. Insurance. The awarded Contractor must provide, maintain and carry, and keep in full forces and effect current Workman’s Compensation Insurance verification and proof of general liability insurance, with a minimum of $1,000,000.00 in coverage, naming the City of Fort Morgan as an additional insured with the executed Bond form for himself and all subcontractors. THE PRIMARY GENERAL CONTRACTOR IS RESPONSIBLE FOR VERIFICATION OF WORKMEN’S COMPENSATION INSURANCE REGARDLESS OF THE BID PRICE FOR ALL SUBCONTRACTORS. Attorneys-in-fact who sign Bid Bonds or Performance and Payment Bonds must file with each Bond a certified and effective dated copy of their Power of Attorney. 13. Governing law. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the Project shall apply to the Contract throughout. III. PROPOSAL INSTRUCTIONS

1. Proposal Package. The following items are part of the proposal for the above noted project and shall collectively be referred to as the Proposal Package. If any of the following items are not included in the Proposal Package, please contact the City of Fort Morgan Streets Department:

A. Bid Package: a. Information to Bidders; b. Bid Form/Schedule; c. Experience Record Form

2. Mandatory Pre-Bid Meeting. The project scope will be discussed at the pre-bid meeting. A representative from the prospective Bidder’s company must attend the pre-bid meeting. If any representative fails to attend, the City will not accept the Bidder’s Proposal. 3. Submittal Requirements. It is not necessary to return the entire Proposal Package for the Bid Opening. Submittal of the following completed forms is required in order for a Bidder’s Proposal to be considered:

A. Executed Bid Form/Schedule; B. Completed Experience Record Form; and C. Proposed Schedule/Workplan.

Each Bid, deposits and applicable documentation as requested must be submitted in a sealed envelope separate from mailing envelope or box, labeled:

Page 7 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

City of Fort Morgan Bid for 2020 HBP Paving and Chipseal Projects Attention: Jim Willis

and bear the name of the bidder and their address.

Mailing/shipping Addresses: If a Bid is to be delivered via private courier, such as FedEx, UPS, etc., it must be sent to 110 Main Street, Fort Morgan, CO 80701. If a Bid is to be mailed via USPS, it must be sent to P.O. Box 100, Fort Morgan, CO 80701. 4. Bid Form. All Bids must be made on the required Bid Form. All blanks spaces for Bid prices must be filled in, printed in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required. 5. Proposed Schedule/Workplan. Provide tentative timeline with milestone, methodology, expectations from the City (e.g. staff, data, etc.). The projects are expected to be substantially completed no later than Friday, October 23, 2020. All work involving Projects B - I shall be completed no later than July 31, 2020 in order to have these projects completed by the start of school. Projects A, B, C, D, E, F, and Q will need to be coordinated with water mainline replacement projects. 6. Project References. Accordingly, Bidder participants, whether general contractor, prime contractor, joint venture contractor or sub-contractor, shall provide documented evidence of having completed projects of a similar nature to the project being bid. Bidder shall be required to submit references of previous projects for which owner to verify references. This experience documentation shall be submitted to be considered for award of the contract for the subject project. IV. SELECTION PROCESS AND SCHEDULE

1. The City shall be the sole and exclusive judge of quality and compliance with Proposal specifications in any of the matters pertaining to this RFB. The City reserves the right to award the contract in any manner it deems to be in the best interest of the City. All evaluations and award of contracts are without regard to the race, color, sex, religion, national origin, marital status, sexual orientation, age, or disability of the Respondents.

2. All Proposal information will be evaluated according to the criteria listed herein, and the firms selected will be chosen on their apparent ability to best meet the overall expectations of the City of Fort Morgan.

3. By submitting an RFB submission and participating in the process as outlined in this document, Respondents expressly agree that no contract of any kind is formed under or arises from this RFB and that no legal obligations will arise. The City will have no obligation to enter into negotiations or a Contract with a Respondent, even though one or all of the Respondents are determined to be responsible and qualified, and the proposals are determined to be responsive.

Page 8 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

4. If the City proceeds to request a more detailed Proposal from Respondents determined to be qualified under the RFB process, the City will have no obligation to award a Contract where:

a. One submission is received; or b. In the judgment of the City, the interests of the City would best be served by not entering into a Contract.

The City of Fort Morgan reserves the right to reject in whole or in part any or all proposals. The City reserves the right to cancel or modify this solicitation at any time. Interested parties are advised to monitor the website for any updated information released after initial distribution of this RFP.

V. SPECIFICATIONS

1. No work shall be performed on local streets before 6:00 A.M. or after 10:00 P.M. each workday, Monday through Friday, unless otherwise approved by the City Project Representative. No work shall be performed on arterial or collector streets before 8:30 A.M. or after 4:00 P.M. each workday, Monday through Friday, unless otherwise approved by the City Project Representative. There shall be no work allowed on Saturday, Sunday and/or City observed holiday unless approved by the City Project Representative, 48 hours in advance. At the completion of each workday, the Contractor shall clean up all construction materials and leave the construction site in a condition approved by the City Project Representative. 2. The Metropolitan Government Pavement Engineers Council (MGPEC) Item 20: Asphalt Pavement Materials specification document, the document labeled “Chip Seal Specification” and the 2017 Colorado Department of Transportation (CDOT) Standard Specifications for Road and Bridge Construction, and the CDOT M&S Standards, latest revisions, are made a part of these specifications. In case of conflict, documents will have the following priorities; (a) Specifications and/or Codes; (b) Standard Detail Drawings; (c) General Conditions; (d) MGPEC Item 20 specifications; (e) Chip Seal Specification; and (f) 2017 CDOT Specifications and Standards. 3. The City will not be responsible for any construction down time due to failure on the Contractor’s part to notify utility companies of potential conflicts. 4. A daily charge will be made against the Contractor for each calendar day that any work shall remain uncompleted after elapse of contract time shown on work order. This daily charge will be deducted from any money due the Contractor. This deduction will not be considered a penalty but as liquidated damages. The liquidated damages for this project will be as stated in CDOT Standard Specifications for Road and Bridge Construction, 2011 or latest revision, Section 108.09 (Failure to Complete Work on Time). Any and all liquidated damages covered or paid by the City to maintain or complete the projects, as agreed upon, will be the full financial responsibility of the Contractor, and the City, at its sole discretion, may charge such financial obligations to the Contractor’s Surety or seek judicial remedies in the Morgan County District Court. 5. The City will allow the Contractor to dispose of concrete and other roadway materials generated during construction at the designated City disposal site.

Page 9 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

6. Waste material, which is deemed not reusable by the City Project Representative, shall be legally disposed of by the Contractor at his expense. 7. Intersections and driveways shall be closed only for a minimum amount of time. The Contractor may be asked to ramp intersections and driveways at the end of each work day. The Contractor shall coordinate closures with property owners with final approval of each by the City Project Representative. 8. The work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the City Project Representative as unsuitable or not in conformity with the specifications, the Contractor shall, after receipt of written notice thereof from the City Project Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract at the Contractor’s sole expense. 9. The Contractor will take the necessary precautions to barricade and/or secure all work or any part thereof to protect the public at all times. 10. Unit pricing for traffic control includes, but not limited to, providing adequate traffic control such that traffic shall be directed through the project with signs, barricades, flag persons when required, or as necessary for the protection of the work and the safety of the public. All traffic control shall be in conformance with the MUTCD, 2009 edition. Contractor’s method of handing traffic shall be submitted for City review and approval prior to beginning work. 11. The date for the pre-construction meeting will be announced after contract has been awarded. The selected Contractor will be expected to present the City the following items at the pre- construction meeting: a. Bar Graph Construction Schedule. b. Approved Traffic Control Plan and Traffic Control Supervisor. i. For Paving Operations. ii. For Adjusting Manholes and Water Valves, if any. c. Materials Suppliers List d. Subcontractors List e. HBP Mix Designs for Current Design Mixes. f. Material Cut Sheet/C.O.C.’s. 12. The contractor shall obtain the necessary right-of-way permits for all applicable work within the CDOT right-of-way, if applicable. (Projects E & F) 13. At intersections along the roadway being reconstructed, the estimated pavement quantities listed in the bid schedule include replacing the existing asphalt to a point two (2’) foot past the curb radius into the intersecting street. 14. All overhead power line crossings shall be marked with proper signage. 15. All roadway cross slopes shall be set at a two percent minimum and three percent maximum for new construction Projects A through I unless otherwise approved by the project manager. 16. Removal of excess subgrade material shall be considered a part of Bid Item “furnish and install fly ash”. 17. Contractor shall be responsible for all construction activities and work particularly as it may be affected by weather or other such factors that may require additional work on the part of the Contractor to correct any and all deficiencies caused or related thereto.

Page 10 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

VI. PROJECT SPECIAL PROVISIONS

REVISION OF SECTION 307 LIME TREATED SUBGRADE (TREATMENT FOR MATERIALS IN PLACE WITH CLASS “C” FLY ASH)

Section 307 of the 2011 COLORADO DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, is hereby replaced for this project as follows:

DESCRIPTION

307.01. This item shall consist of treating the subgrade, existing sub-base or existing base by pulverization, adding Class “C” fly ash, mixing and compacting of the mixed material to the required density. This item applies to natural ground or embankment and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or established by the City Project Representative.

MATERIALS

307.02 Fly Ash. Fly ash shall meet ASTM Specification 618, Section 3.2, when sampled and tested in accordance with Sections 4, 6 and 8. Fly ash shall be of the Class “C” designation containing a minimum of 25 percent CaO. 307.03 Water. The water used in the stabilized mixture shall be clean, clear, free of sewage, vegetable matter, oil, acid and alkali. Water known to be potable may be used without testing. All other sources shall be tested in accordance with AASHTO T-26.

EQUIPMENT

307.04 General. The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project site and approved by the City Project Representative prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Fly ash shall be stored and handled in closed weatherproof containers until immediately before distribution on the road. If storage bins are used, they shall be completely enclosed. If fly ash is furnished in trucks, each truck shall have the weight of fly ash certified on public scales or the Contractor shall place a set of standard platform truck scales or hopper scales at a location approved by the City Project Representative and furnish a delivery ticket.

CONSTRUCTION REQUIREMENTS

307.05 General. It is the primary purpose of this specification to secure a completed course of treated material, which contains a uniform fly ash/soil mixture with no loose or segregated areas; has a uniform density and moisture content; is well bound for its full depth; and has a smooth surface for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his/her work; to process a sufficient quantity of material to provide full depth as

Page 11 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects shown on plans; to use the proper amounts of fly ash; to maintain the work; and to rework the courses as necessary to meet the above requirements.

307.06 Preparation of Subgrade. Before other construction operations are begun, the subgrade shall be graded and shaped to enable the fly ash treatment of materials in place, in conformance with the lines, grades and thickness shown on the plans/specifications. Unsuitable soil or materials shall be removed and replaced with acceptable material. The Contractor shall supply equipment for proof rolling inspection as requested by the City Project Representative.

The subgrade shall be firm and able to support, without displacement, the construction equipment and the compaction hereinafter specified. Soft or yielding subgrade shall be corrected and made stable by scarifying, adding fly ash, and compacting until it is of uniform stability.

If the Contractor elects to use a cutting and pulverizing machine that will remove the subgrade material accurately to the secondary grade and pulverize the material at the same time, he will not be required to expose the secondary grade nor windrow the material. However, the Contractor shall be required to toll the subgrade, as directed by the City Project Representative, before using the pulverizing machine and correct any soft areas that this rolling may reveal. This method will be permitted only where a machine is provided, which will ensure that the material is cut uniformly to the proper depth and which has cutters that will plane the secondary grade to a smooth surface over the entire width of the cut. The machine shall be of such design that visible indication is given at all times that the machine is cutting to the proper depth.

307.07 Application. The fly ash shall be spread by an approved spreader at the rates shown on the plans/specifications or as directed by the City Project Representative. A motor grader shall not be used to spread the fly ash.

The fly ash shall be distributed at a uniform rate and in such manner as to reduce the scattering of fly ash by wind to a minimum. Fly ash shall not be applied when wind conditions, in the opinion of the City Project Representative, as such that blowing fly ash becomes objectionable to traffic or adjacent property owners.

307.08 Mixing. The soil and fly ash shall be thoroughly mixed by approved rotary mixers or other approved equipment and the mixing continued until, in the opinion of the City Project Representative, a homogeneous, friable mixture of soil and fly ash is obtained, free from all clods or lumps. Initial mixing after the addition of fly ash will be accomplished dry or with a minimum of water to prevent fly ash balls. Water required to achieve the specified moisture content for the mixture should be added after initial mixing.

If the soil fly ash mixture contains clods they shall be reduced in size by raking, blading, disking, harrowing, scarifying or the use of other approved pulverization methods so that when all nonslaking aggregates retained on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested at the field moisture condition or by dry laboratory sieves:

a. Minimum Passing 1 – ¾ inch sieve 100 percent b. Minimum Passing No. 4 sieve 60 percent

Page 12 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

During final mixing, water shall be added to the materials until proper moisture content has been secured. Water shall be added through the pulverizing machine or other method acceptable to the City Project Representative to develop a uniform, controlled rate addition of the needed moisture. Final moisture content of the mix, prior to compaction, shall not exceed the optimum moisture content of the mix by more than two percent (2%) nor by less than the optimum by more than four percent (4%). Should the natural moisture content of the soil be above the specified range, aeration of the soil may be required prior to addition of the fly ash.

307.09 Compaction. Compaction of the mixture shall begin immediately after final mixing of the fly ash and be completed within one hour following addition of fly ash and water. The material shall be sprinkled as necessary to maintain the optimum moisture. Compaction of the mixture shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted to a specified density.

All non-uniform (too wet, too dry or insufficiently treated) areas that appear shall be corrected immediately by scarifying the areas affected, adding or removing material as required and then recompacted by rolling. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. The stabilization section shall be compacted to the extent necessary to provide the density specified below.

For fly ash treated subgrade, existing Not less than 95 percent maximum subbase or existing base that will receive dry density (ASTM D-698) subsequent subbase or base courses For fly ash treated subbase or base that will Not less than 95 percent maximum receive surface course dry density (ASTM D-698)

In addition to the requirements specified for density, the full depth of the material shown on the plans/specifications shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests as necessary will be made by the City Project Representative. If the material fails to meet the density tests, the City Project Representative may require it to be reworked as necessary to meet those requirements or require the Contractor to change the construction methods to obtain the required density on the next section. Throughout this entire operation the shape of the course shall be maintained by blading the surface, and upon completion, shall be smooth and in conformity with the typical section shown on the plans/specifications and to the established lines and grades. Blading should be terminated within two hours after blending the fly ash. Should the material, due to any reason or cause, lose the required stability, density and finish before the next course is placed or the work is accepted, it shall be reprocessed, recompacted and refinished at the sole expense of the Contractor. Reprocessing shall follow the same pattern as the initial stabilization, including the addition of fly ash.

307.10 Finishing, Curing and Preparation for Surfacing. After the final layer or course of the treated subgrade, subbase or base has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections.

a. The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and “clipped”, “skinned” or “tightly bladed” by a power grader to a depth of approximately ¼ inch,

Page 13 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

removing all loosened stabilized material from the section. Recompaction of the loose material should not be attempted. The surface shall then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present in the mixture, one complete coverage of the section with the fat wheel roller shall be made immediately after “clipping” operation. When directed by the City Project Representative, surface finishing methods may be varied from this procedure provided a dense, uniform surface is produced. The moisture content of the surface material must be maintained within the specified range during all finishing operations. Surface compaction and finishing shall proceed in such a manner as to produce, in not more than two hours, a smooth, closely knit surface, free of cracks, ridges or loose material conforming to the crown, grade and line shown on the plans.

b. After the fly ash treated course has been finished as specified herein, the surface shall be protected against rapid drying by maintaining a thorough and continuously moist condition through sprinkling for a period of not less than three days or until the surface or subsequent courses are placed.

1) Maintain in a thorough and continuously moist condition by sprinkling. 2) Apply a two-inch layer of earth on the completed course and maintain in a moist condition. 3) Apply an asphalt membrane to the treated course, immediately after the same is completed. The quantity and type of asphalt approved for use by the Engineer shall be sufficient to completely cover and seal the total surface of the base between crown lines and all voids. IF the Contractor elects to use this method, it shall be the responsibility of the contractor to protect the asphalt membrane from being picked up by traffic by either sanding or dusting the surface of same. The asphalt membrane may remain in place when the proposed surface or other base courses are placed. Asphaltic emulsions are not acceptable for the asphaltic membrane.

307.11 Basis of Payment. Accepted quantities will be paid for at the contract unit price for each of the pay items listed below. Payment shall include removal of excess material, processing material, fly ash application and mixing, compaction, proof rolling and all materials used in curing.

PAY ITEM PAY UNIT Furnish and install fly ash Square Yard for soil stabilization @ 12% to a depth of 12-inches

SPECIAL TECHNICAL SPECIFICATION REINFORCEMENT GRID FOR ASPHALT PAVEMENT OVERLAYS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. The material requirements and construction methods for Reinforcement Grid for Asphalt Pavement Overlays.

Page 14 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

1.2 REFERENCES

A. ASTM D 276-00a: Standard Test Methods for Identification of Fibers in Textiles B. ASTM D 5261-92(2003): Standard Test Method for Measuring Mass per Unit Area of Geotextiles

1.3 SUBMITTALS

A. Provide a manufacturers certificate to verify compliance with Table 1 prior to placing reinforcement grid.

1.4 PACKAGING, SHIPPING, HANDLING AND STORAGE

A. Identify each roll by a tag or label securely fastened to the outside of the roll. List the following information on the tag:

1. Name of product 2. Name of manufacturer 3. Width, length and package weight of reinforced grid

B. Package rolls in a protective wrap to prevent damage from handling, shipping and storage. C. Protect rolls from direct sunlight, chemicals, moisture, mud, dirt and debris. D. Store rolls in dry, covered conditions. E. Stack rolls vertically to avoid misshapen rolls. F. Replace damaged rolls at contractor’s expense.

1.5 PROTECTION

A. Use gloves to prevent direct contact with reinforcing grid. B. Use goggles or other eye protection when handling grid to prevent loose fibers from irritating the eyes.

PART 2 PRODUCTS

2.1 REINFORCEMENT GRID FOR ASPHALT PAVEMENT OVERLAYS

A. Use reinforcing grid with the following properties:

1. Resistant to damage or deterioration during construction 2. Certified to possess long-term resistance to chemical and biological degradation from materials being reinforced 3. Installed minimum open area of 50%. 4. Dimensional stability maintained during placement and construction traffic

B. Conform to the requirements of Table 1.

Table 1 - Reinforcement Grid Requirements

Page 15 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

Grid Size (inches) 1 x 1 Minimum Tensile Strength @ 2% Strain 392 lbs/in Test Method ASTN 6637 Tensile Strength

Across width : 560 lbs/in Across length : 560 lbs/in Test Method 6637 Max. Elongation at Break, % < 3 % Test Method ASTM 6637 Melting Point Minimum > 425° F Test Method ASTM D276 Min. Mass / Unit Area 11 oz/yd2 Test Method ASTM D5261-92 Adhesive Backing Pressure Sensitive Material Fiberglass reinforcement coated with an elastomeric polymer and a pressure sensitive adhesive backing.

PART 3 EXECUTION

3.1 Preparation

A. Complete remedial work for surface irregularities, , or crack filling prior to reinforcement grid placement. B. Place reinforcement grid when the surface is dry and clean of dirt, dust, oil, and debris. C. Place reinforcement grid when surface temperatures are between 40° F and 140° F. Do not place reinforcement grid during adverse weather conditions.

3.2 INSTALLATION

A. Provide a manufacturer’s representative at project site during the installation of the reinforcement grid. B Lay out reinforcement grid either by hand or mechanical means with sufficient tension to eliminate ripples. Remove ripples by pulling the reinforcement grid tight or by cutting and relaying it a flat tight radius. C. Lap transverse joints a minimum of 3 inches in the direction of the paver. Lap longitudinal joints a minimum of 1 inch. D. Roll the surface of the reinforcement grid with a rubber coated drum roller or pneumatic tire roller with one or two passes to activate the adhesive. Clean roller tires regularly with an approved asphalt cleaning agent. E. Lay and roll the reinforcement grid over ironworks, service covers, or other obstructions on the roadway before cutting around the perimeter of the obstruction. F. Allow construction and emergency traffic on the reinforcement grid after rolling is complete. Ensure that no damage is caused and that the reinforcement grid is kept clean. Remove and patch damaged sections at the Contractor’s expense.

Page 16 of 17 2020 HBP Paving and Chipseal Projects City of Fort Morgan

INFORMATION TO BIDDERS City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

G. Spray tack coat onto the reinforcement grid after rolling is complete. Tack coat must be the type and quantity approved by the reinforcement grid manufacturer. Insure the tack coat has broken prior to paving over the grid.

VII. WORK SCHEDULE

1. Acceptance. The effective date of the work to be performed will be agreed upon by the City and the Contractor.

2. Notice to Proceed. Initial Notice to Proceed (NTP) will be issued in writing by the City. Both parties shall mutually agree on the number of consecutive calendar days allowed to complete the work requested prior to Contractor’s written acceptance of the work. The Contractor shall perform the work and submit an invoice with the itemized costs of the improvements. The itemized costs shall reflect the Bid Prices submitted. Should the work involve improvements that were not included in the Bid, the Contractor shall submit a proposal for the work and shall be agreed upon by the City prior to work being performed. The City will process the invoice for payment upon acceptance of the work performed.

3. Period of Performance. The Period of Performance under this Contract shall commence upon the effective date of initial NTP. All work to be performed under this Contract shall be completed no later than October 23, 2020, unless otherwise noted herein and agreed upon by the City. All work involving Projects B-I shall be completed no later than July 31, 2020 in order to have these projects completed by the start of school.

4. Invoicing. The Contractor shall perform the work and submit an invoice with the itemized costs of the improvements. The itemized costs shall reflect the bid prices submitted. Should the work involve improvements that were not included in the bid, the Contractor shall submit a proposal for the work and shall be agreed upon by the City prior to work being performed. The City will process the invoice for payment upon acceptance of the work performed.

VIII. DRAWINGS

2020 Strictly for Streets HBP and Chipseal Projects map attached.

IX. MATERIALS

All materials will be supplied and paid for by the Contractor except the rotomill material for the waterline trench fill, unless otherwise specified in writing by the City to the Contractor prior to the starting of project. All materials for the project shall conform to CDOT’s Standard Specifications for Road and Bridge Construction. The City does have a stockpile of material that MAY be suitable for the 25% RAP. The City is willing to discuss the use of this material with the selected contractor should the use of that material be financially beneficial to the City.

Page 17 of 17 2020 HBP Paving and Chipseal Projects

City of Fort Morgan

BID FORM City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

The undersigned, having become familiar with the local conditions affecting the cost of the work, construction documents and/or other pre-bid documents, all of which are issued and attached and on file at City Hall, hereby bids and proposes to furnish all the labor, materials, necessary tools, and equipment and all utility and transportation service necessary to perform and complete in a workmanlike manner all of the work required in connection with the construction of the items listed on the bidding schedule in accordance with the plans and specifications as prepared by the City of Fort Morgan, for the sums set forth in the Bid Schedule.

The total Bid Price shall be the basis for establishing the amount of the Performance and Payment Bond for this project. The total Bid Price is based on the quantities shown in the Bid Schedule.

The undersigned has carefully checked the Bid Schedule quantities against actual field verification before preparing this proposal and accepts that the said quantities are substantially correct, both as to classification and the amounts, and correctly list the complete work to be done in accordance with the specifications.

It is further agreed that the quantities of work to be done at unit prices and services to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth except as provided for in the specifications. The City reserves the right to increase or decrease the amount of work to be done by any amount not to be exceeded by five percent (5%) of the original contract amount. In the event the increase pertains to items or services not originally bid, the Contractor shall submit a bid in writing to the City for approval.

It is further agreed that lump sum prices may be increased to cover additional work ordered by the City but not shown on the plans or required by the specifications, in accordance with the provisions of the Information to Bidders, similarly, they may be decreased to cover deletion of work so ordered.

Prospective bidders may bid on a single project or multiple projects. The city will award projects based on lowest qualified bid.

The undersigned agrees to complete and file a Performance and Payment Bond and further agrees that an official notice to proceed will not be issued until adequate Performance and Payment Bond and other required documents are on file with the City of Fort Morgan.

By submission of this Bid, the undersigned certifies, and in the case of a joint Bid, each party thereto certifies as to his own organization, that this Bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this Bid with any other Bidder or any competitor.

The undersigned hereby agrees to commence the Work under this Contract on or before a date to be specified in the Notice to Proceed and to fully complete the Project within the priority schedule set in the Contract Documents.

1 of 9 2020 HBP Paving and Chipseal Projects – Bid Form

City of Fort Morgan

BID FORM City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

HBP PAVING BID SCHEDULE Item Description Units Quantity Unit Price Cost Project A – East Beaver Avenue: West End to Industry Drive (2,750’ X 46’ = 126,500 sf) Furnish and install 4 inches Class (S) Hot 1 Bituminous Pavement (Bottom Mat) TON 3,150 Furnish and install 3 inches Class (SX) 2 Hot Bituminous Pavement (Top Mat) TON 2,385 Rotomill 4-7 inches existing asphalt plus 3 .10 ft of subgrade maximum SY 14,100 Furnish and install flyash for soil stabilization @12% to a depth of 12 4 inches, including compaction SY 14,100 5 Raise water valve EA 8 6 Raise manhole EA 10 7 Traffic Control LS 1 TOTAL A Project B – East 9th Avenue: Carol Street to Vicki Street (1,700’ X 42’ = 71,450 sf) incl. intersections Furnish and install 2 inches Class (S) Hot 1 Bituminous Pavement (Bottom Mat) TON 900 Furnish and install 2 inches Class (SX) 2 Hot Bituminous Pavement (Top Mat) TON 900 Rotomill 3-6 inches existing asphalt plus 3 .10 ft of subgrade maximum SY 7,950 Furnish and install flyash for soil stabilization @12% to a depth of 12 4 inches, including compaction SY 7,950 5 Raise water valve EA 5 6 Raise gas valve EA 2 7 Raise manhole EA 6 8 Traffic Control LS 1 TOTAL B Project C – Carol Street: E. 8th Avenue to E. 6th Avenue (750 X 42 = 31,500 sf) Furnish and install 2 inches Class (S) Hot 1 Bituminous Pavement (Bottom Mat) TON 395 Furnish and install 2 inches Class (SX) 2 Hot Bituminous Pavement (Top Mat) TON 395 Rotomill 3-6 inches existing asphalt plus 3 .10 ft of subgrade maximum SY 3,520 Furnish and install flyash for soil stabilization @12% to a depth of 12 4 inches, including compaction SY 3,520 5 Raise water valve EA 3 6 Raise gas valve EA 0 7 Raise manhole EA 0 2 of 9 2020 HBP Paving and Chipseal Projects – Bid Form

City of Fort Morgan

BID FORM City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

8 Traffic Control LS 1 TOTAL C Project D – Park Street: W. 7th Avenue to Platte Avenue (930’ X 42’ = 39,060 sf) Platte Ave & Park St. (40 X 34 = 1,360 sf) total 40,450 sf Furnish and install 2 inches Class (S) Hot 1 Bituminous Pavement (Bottom Mat) TON 510 Furnish and install 2 inches Class (SX) 2 Hot Bituminous Pavement (Top Mat) TON 510 Rotomill 3-6 inches existing asphalt plus 3 .10 ft of subgrade maximum SY 4,500 Furnish and install flyash for soil stabilization @12% to a depth of 12 4 inches, including compaction SY 4,500 5 Raise water valve EA 5 6 Traffic Control LS 1 TOTAL D Project E – Park Street: Platte Avenue to E. Bijou Avenue (450’ X 42’ = 18,900 sf) Furnish and install 2 inches Class (S) Hot 1 Bituminous Pavement (Bottom Mat) TON 245 Furnish and install 2 inches Class (SX) 2 Hot Bituminous Pavement (Top Mat) TON 245 Rotomill 3-6 inches existing asphalt plus 3 .10 ft of subgrade maximum SY 2,100 Furnish and install flyash for soil stabilization @12% to a depth of 12 4 inches, including compaction SY 2,100 5 Raise water valve EA 5 6 Traffic Control LS 1 TOTAL E Project F – Comanche Avenue: Nelson Road to Cheyenne Street (520’ X 36’ = 18,720 sf) Furnish and install 2 inches Class (S) Hot 1 Bituminous Pavement (Bottom Mat) TON 240 Furnish and install 2 inches Class (SX) 2 Hot Bituminous Pavement (Top Mat) TON 240 Rotomill 3-6 inches existing asphalt plus 3 .10 ft of subgrade maximum SY 2,100 Furnish and install flyash for soil stabilization @12% to a depth of 12 4 inches, including compaction SY 2,100 5 Raise water valve EA 2 6 Traffic Control LS 1 TOTAL F

3 of 9 2020 HBP Paving and Chipseal Projects – Bid Form

City of Fort Morgan

BID FORM City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

Project G – Lowell Place: North of Comanche Avenue ( 77’ diameter + 75’ X 36’ = 7,355 sf) Furnish and install 2 inches Class (S) Hot 1 Bituminous Pavement (Bottom Mat) TON 100 Furnish and install 2 inches Class (SX) 2 Hot Bituminous Pavement (Top Mat) TON 100 Rotomill 3-6 inches existing asphalt plus 3 .10 ft of subgrade maximum SY 845 Furnish and install flyash for soil stabilization @12% to a depth of 12 4 inches, including compaction SY 845 5 Raise water valve EA 1 6 Traffic Control LS 1 TOTAL G Project H – Navajo Avenue – Cheyenne Street to Colfax Street (370’ X 37’ = 13,690 sf) Furnish and install 2 inches Class (S) Hot 1 Bituminous Pavement (Bottom Mat) TON 180 Furnish and install 2 inches Class (SX) 2 Hot Bituminous Pavement (Top Mat) TON 180 Rotomill 3-6 inches existing asphalt plus 3 .10 ft of subgrade maximum SY 1,530 Furnish and install flyash for soil stabilization @12% to a depth of 12 4 inches, including compaction SY 1,530 5 Raise water valve EA 2 6 Traffic Control LS 1 TOTAL H Project I – portion of Landmark Drive – Alpine Avenue – Century Avenue: (450 X 12’ = 5,400 sf) Furnish and install 2 inches Class (S) Hot 1 Bituminous Pavement (Bottom Mat) TON 75 Furnish and install 2 inches Class (SX) 2 Hot Bituminous Pavement (Top Mat) TON 75 Rotomill/remove 3-6 inches existing asphalt/base material plus .10 ft of 3 subgrade maximum SY 600 Furnish and install flyash for soil stabilization @12% to a depth of 12 3 inches, including compaction SY 600 4 Raise manhole EA 2 5 Raise water valve EA 2 6 Traffic Control LS 1 TOTAL I

4 of 9 2020 HBP Paving and Chipseal Projects – Bid Form

City of Fort Morgan

BID FORM City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

Project Q-1 center of Carol Street – E. 8th Avenue – Freemont Avenue: (960 X 10’ = 9,600 sf) Furnish and install 2 inches Class (S) Hot 1 Bituminous Pavement (Bottom Mat) TON 125 Furnish and install 2 inches Class (SX) 2 Hot Bituminous Pavement (Top Mat) TON 125 Rotomill/remove 3-6 inches existing asphalt/base material plus .10 ft of 3 subgrade maximum SY 1,070 Furnish and install flyash for soil stabilization @12% to a depth of 12 3 inches, including compaction SY 1,070 4 Raise water valve EA 3 5 Traffic Control LS 1 TOTAL Q-1

TOTAL ALL PAVING PROJECTS:

5 of 9 2020 HBP Paving and Chipseal Projects – Bid Form

City of Fort Morgan

BID FORM City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

CHIPSEAL BID SCHEDULE

Item Description Units Quantity Unit Price Cost Project J – Cottonwood Parkway – Riverview Avenue to North End (520’ X 63’ – medians = 28,200 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 3,140 2 Traffic Control LS 1 TOTAL J Project K – Osage Avenue – Prairie Place to Cottonwood Parkway (535’ X 36’ + 621’ X 29’ = 37,269 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 4,150 2 Traffic Control LS 1 TOTAL K Project L – Dakota Avenue – Commons Parkway to Cottonwood Parkway (540 X 28 = 15,120 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 1,700 2 Traffic Control LS 1 TOTAL L Project M – Commons Parkway – Riverview Avenue to North End (465’ X 36’ = 16,740 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 1,865 2 Traffic Control LS 1 TOTAL M Project N – N. Half of Canal Street – Prairie Place to Commons Parkway (170’ X 29’ + 465’ X 17’ = 12835 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 1,500 2 Traffic Control LS 1 TOTAL N Project O – Prairie Place – Canal Street to North End (341’ X 29’ = 9,900 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 1,100 2 Traffic Control LS 1 TOTAL O

6 of 9 2020 HBP Paving and Chipseal Projects – Bid Form

City of Fort Morgan

BID FORM City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

Project P – Ouray – Prairie Place to Cottonwood Parkway (620 X 29 = 17,980 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 2,010 2 Traffic Control LS 1 TOTAL P Project Q – Carol Street – E. 8th Avenue to Freemont Avenue (970 X 42 = 40,740 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 4,550 2 Traffic Control LS 1 TOTAL Q

Project R – West Kiowa Avenue – West Street to Ensign Street (2,200’ X 53’ = 116,600 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 13,000 2 Traffic Control LS 1 TOTAL R Project S – Colfax Street – Navajo Street to W. Acoma Avenue (430’ X 37’ = 15,910 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 1,780 2 Traffic Control LS 1 TOTAL S Project T – Saunders Road – East 8th Avenue to City Limits (650’ X 40’ = 26,000 sf) 1 Furnish and install chip seal with 3/8” aggregate as set forth in specifications SY 2,900 2 Traffic Control LS 1 TOTAL T

TOTAL ALL CHIPSEAL PROJECTS:

7 of 9 2020 HBP Paving and Chipseal Projects – Bid Form

City of Fort Morgan

BID FORM City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

Submittal and For Information Purposes Only:

Item Description Included with Bid 1. Completed and signed Bid Form

2. Proposed Schedule/Work Plan per Section III. No. 5 Experience Record from at least (3) projects of a similar nature to the 3. project being bid

NOTE: Bidders should not add any conditions or qualifying statements to this bid as otherwise the bid may be declared irregular as being non responsive to the Invitation for Bid. The following numbered Addenda have been received and the bid, as submitted, reflects any changes resulting from those Addenda(s):

Addendum Number Date of Addendum Date Received ______

SIGNED: ______TITLE: ______

PRINTED NAME: ______

FIRM: ______

ADDRESS: ______

CITY: ______STATE: ______ZIP: ______

DATE: ______TELEPHONE NUMBER: ______

EMAIL: ______

8 of 9 2020 HBP Paving and Chipseal Projects – Bid Form

City of Fort Morgan

BID FORM City of Fort Morgan Streets Department 2020 HBP Paving and Chipseal Projects

EXPERIENCE RECORD

Please provide information from three (3) similar projects (use additional sheets if necessary).

1. Project Location:

Owner Name, Address & Phone Number:

Date of Project:

Project Description:

2. Project Location:

Owner Name, Address & Phone Number:

Date of Project:

Project Description:

3. Project Location:

Owner Name, Address & Phone Number:

Date of Project:

Project Description:

9 of 9 2020 HBP Paving and Chipseal Projects – Bid Form

CONTRACTOR’S PERFORMANCE and PAYMENT BOND

CITY OF FORT MORGAN, COLORADO BOND #

PROJECT: 2020 HBP Paving and Chipseal Projects

KNOW ALL MEN BY THESE PRESENTS:

That the Contractor, ______, as Principal and hereinafter called “PRINCIPAL”,

and ______, as Surety and hereinafter called “SURETY”, a corporation organized and existing under the laws of ______are held and firmly bound unto the City of Fort Morgan, for the payment whereof the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly, by these presents.

WHEREAS, the Principal and the City of Fort Morgan, Colorado (hereinafter called “City”), have entered into a certain Contract, (hereinafter called “Contract”), dated ______for a Project described as the 2020 HBP Paving and Chipseal Projects which Contract is hereby by reference made a part hereof;

NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION is such that, if the Principal shall promptly, fully and faithfully perform all the undertakings, covenants, terms, conditions, and agreements of said Contract during the original term of said Contract and any extension thereof that may be granted by the City with or without notice to the Surety, and during the life of any guaranty required under the Contract, and shall also well and truly perform and fulfill all undertakings, covenants, terms, conditions and agreements of any duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and shall satisfy all claims and demands incurred under such Contract, and shall fully indemnify and save harmless the City from all costs and damages, attorney’s fees and costs of litigation which the City may suffer or pay by reason of the failure to do so; and shall promptly make payment of the principal amount and any interest due under the laws of Colorado to all persons working on or supplying labor or materials, sustenance, provisions, provender or supplies for use in the construction of the project, in respect of such labor and materials furnished and used therein, to the full extent thereof, and in respect of such labor and materials, sustenance, provisions, provender or supplies furnished but not so used, to the extent of the quantities estimated in the contract documents and amendments thereto; and shall indemnify and save harmless the City from all costs and damages which it may suffer by reason of failure to do so; and save and keep the City free from statutory liens or claims of laborers, mechanics, subcontractors and material men, and loss and expense and attorney fees and cost of litigation in connection with the Contract and this undertaking, and reimburse and repay the City all outlay and expense which the City may incur in making good any default or payment of damages; then this obligation shall be null and void; otherwise it shall remain in full force and effect.

AND THE SAID SURETY, for value received hereby stipulates and agrees that whenever the Principal shall be and declared by the City to be in default under said Contract, the City having performed its obligations thereunder; the Surety may promptly remedy the default, or shall promptly (1) Complete the Contract in accordance with the terms and conditions, or (2)

1 2020 HBP Paving and Chipseal Projects

Obtain a Bid or Bids for submittal to the City for completing the Contract in accordance with its terms and conditions, and upon determination by the said City and Surety of the lowest responsible Bidder, arrange for a Contract between such Bidder and the City and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion, less the balance of the contract price but not exceeding, including other costs and damages for which the Surety may be liable thereunder, the amount herein before set forth. The term “balance of the Contract price” as herein used shall mean the total amount payable to the Principal under the Contract and any amendments thereto, less the amount properly paid by the City to the Contractor.

THIS BOND IS MADE FOR the benefit of all persons, firms, and corporations who or which may furnish any materials or perform any labor for or on account of the construction to be performed under the construction Contract and any amendments thereto, and they and each of them, are hereby made obligees thereunder with the same force and effect as if their names were written herein as such, and the City as well as they and each of them, may sue hereon the Principal and the Surety or either of them. Provided further, however, that the aggregate liability of the Surety to the City and said additional obligees, as their interests appear, is limited to the penal sum stated herein, and provided, further that the Surety may at its option, make payments under this Bond by check issued jointly to the City and said additional obligees.

IN WITNESS WHEREOF, the Principal and Surety have executed this Bond, in the penal sum amount of______this ______day of ______, 2020.

PRINCIPAL SURETY

By: ______By: ______

Title: ______Title: ______

ATTEST: ______Attorney-in-fact ______Secretary

(Corp. Seal) (Corp. Seal)

2 2020 HBP Paving and Chipseal Projects

TWO YEAR/TWENTY PERCENT FORT MORGAN MAINTENANCE BOND

STATE OF COLORADO BOND # COUNTY OF

KNOW ALL MEN BY THESE PRESENTS: That (NAME OF CONTRACTOR)

AS PRINCIPAL, AND (NAME OF SURETY) a corporation organized under the laws of and as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Fort Morgan (NAME OF OWNER) a municipal corporation, the sum of

(AMOUNT DETERMINED BY 20% OF TOTAL CONTRACT PRICE)

Dollars ($ ) for the payment of which sum will and truly to be made unto said City of Fort Morgan (NAME OF OWNER) and its successors, said principal and sureties do hereby bind themselves their assigns, and successors jointly and severally.

This obligation is conditioned, however, that, whereas said

(NAME OF CONTRACTOR) has this day entered into a written contract with said City of Fort Morgan (NAME OF OWNER) to build and construct 2020 HBP Paving and Chipseal Projects (DESCRIPTION OF PROJECT AS IT APPEARS ON COVER OF CONTRACT DOCUMENTS) which contract and the plans and specifications therein mentioned and adopted by the

City of Fort Morgan (NAME OF OWNER) are hereby expressly made a part thereof as though the same were written and embodied herein.

1 2020 HBP Paving and Chipseal Projects

WHEREAS, under the specifications and contract, it is provided that the Contractor shall maintain and keep in good repair the work constructed and/or equipment furnished by him as contemplated by the plans, specifications, drawings, etc., and perform for a period of Two (2) year(s). The period shall be two (2) years from the date of acceptance as shown on the "Certificate of Completion" as issued by the Owner, or the date of final payment by the Owner, whichever bears the later date, all necessary repairs, reconstruction and renewal of any part of said construction, and to furnish the labor and materials to make good and to repair any defective condition growing out of or on account of the breakage or failure of any substance or the improper function of any part of the construction work. The Contractor shall reimburse the Owner for the costs of all Engineering and special services required to be furnished by the Owner which are directly attributable to the restoration of the constructed work. Said maintenance contemplates the complete restoration of the constructed work to a functional use during the said period as set forth above. It is being understood that the purpose of this section is to require the correction of all defective conditions resulting from materials furnished or work and labor performed by the said Contractor under the conditions prescribed by the plans and specifications; and in case the said Contractor shall fail or refuse to perform as provided within ten (10) days after proper written notifications have been furnished to him by the Owner, it is agreed that the Owner may do said work and supply such materials and the said Contractor and Sureties herein shall be subject to the liquidated damages mentioned in said Contract for each calendar day's failure on its part to comply with the terms of the said provision of said Contract of this Maintenance Bond.

NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in good repair for the said maintenance period as provided above, then these presents shall be null and void and have no further effect, but if default shall be made by the said Contractor in the performance of its contract to do so maintain and repair damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon, and that successive recoveries may be had hereon for successive breaches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any clause during said time.

IN WITNESS WHEREOF, the said (NAME OF CONTRACTOR) and the said (NAME OF SURETY)

has caused these presents to be executed by its

and the said (ATTORNEY-IN-FACT OR OFFICIAL) has hereto set his hand this the day of , 2020.

2 2020 HBP Paving and Chipseal Projects

SURETY PRINCIPAL

By: By:

ATTEST: ATTEST:

By: By: SURETY SECRETARY

NOTE: Date of Maintenance Bond must not be prior to date of Contract. Power of Attorney must be attached.

3 2020 HBP Paving and Chipseal Projects

AGREEMENT

THIS AGREEMENT, made this ____ day of _____, 2020, by and between the City of Fort Morgan (hereinafter called “OWNER”), and ______doing business as (an individual) or (a partnership), or (a corporation) (hereinafter called “CONTRACTOR”).

WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned:

1. The Contractor will commence and complete the 2020 HBP Paving and Chipseal Projects.

2. The Contractor will furnish all of the materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the Project described herein, unless specified otherwise in the Specifications.

3. The Contractor will commence the Work required by the Contract Documents on the date(s) set between the Owner and the Contractor.

4. The Contractor agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the cost of $______as outlined in the Bid Schedule.

5. The Contractor agrees to complete and submit to Owner all necessary or relevant Contract Documents provided and to comply with the terms therein.

6. The Contractor and Owner agree that failure of either party to insist on strict performance by the other party shall not constitute a waiver of any provision in the Contract Documents, waiver of any other default or a continuing waiver of the provisions in question.

7. The Contractor hereby agrees that time is of the essence and that the Contractor’s Bid was accepted, in part, because of the Owner’s representation that the Contractor could complete each Project location within a mutually agreed upon number of consecutive calendar days. Therefore, the Contractor agrees that for any delay that does not constitute an excusable delay pursuant to the most current CDOT Standard Specifications for Road and Bridge Construction, which is necessary to substantially complete the project, the Owner will deduct a daily charge of $2,300 per calendar day as liquidated damages from the Contract price.

8. The Contractor hereby agrees that he or she will be able to commence work within ten (10) days after the date the Contractor is provided with a written Notice to Proceed and to substantially complete the same prior to time specified in the work schedule supplied with and in the bid, subject to such extensions of time as are provided by the General Conditions.

9. The term “Contract Documents” means and includes the following:

A. Advertisement for Bids B. Information for Bidders C. Bid Form/Bid Schedule D. Contractor’s Performance and Payment Bond E. Certificate of Insurance F. Contractor’s Maintenance Bond or Letter of Credit G. Agreement H. Notice of Award

1 2020 HBP Paving and Chipseal Projects Agreement

I. Notice to Proceed J. Specifications K. General Conditions L. Experience Record M. Illegal Alien Addendum N. Addenda

10. The Owner certifies that funds have been appropriated and will pay to the Contractor in monthly payments, as is the normal City custom, less 5% for retainage. Retainage shall be remitted to Contractor after the contract has been advertised for at least 10 days as substantially complete and no claims have been submitted for damages.

11. The Contractor hereby agrees that he or she has previously disclosed to Owner anyone among their team, any business entity or individual who is, or who is associated with, or is in any way likely to create a conflict of interest or a perception of conflict of interest and acknowledges that he or she has a continuing obligation to disclose any newly discovered or future conflict of interest.

12. The Contractor is aware of and fully informed of its obligations under Executive Order 11246 and Title 41 of the Code of Federal Regulations, Part 60. Where applicable, Contactor shall comply with the requirements of that Order, 41 CFR, Part 60, and all orders, rules and regulations promulgated there-under exempt there-from.

13. Termination. Should the Contractor neglect to prosecute the work properly, or fail to perform any provision of the Contract, the City, after seven (7) days from written notice to the Contractor, may without prejudice to any other remedy they may have, make good the deficiencies and deduct the cost thereof from the payment then or thereafter due to the Contractor.

14. Performance Behavior. Contractor shall employ staff that is courteous, helpful and considerate to provide services under this Contract. Contractor's employees shall not use improper language, or act in any inappropriate or improper manner as determined by the City. Contractor shall reassign any employee after notification by the City that such employee has engaged in unacceptable behavior.

15. Independent Contractor. Contractor must be and remain an independent Contractor with respect to all services performed under the Contract. Contractor accepts full and exclusive liability for the payment of any and all contributions of taxes for social security, worker's compensation insurance, Medicare, unemployment insurance, or old age retirement benefits, pensions or annuities, now or hereafter imposed under any state or federal law, salaries or other remuneration paid to persons hired, including deposits of income tax withholding amount due, and it agrees to indemnify and save harmless the City from any claims for contributions, taxes or liability thereof.

16. Indemnification. The Contractor shall defend, indemnify and hold harmless the City and its respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work. The Contractor further agrees to hold harmless and indemnify the City for any liability that arises under this agreement or as a result of the actions or omissions of the Contractor’s employees.

17. Additional Insured. The Contractor warrants and guarantees that it shall maintain adequate insurance with minimum limits of $1,000,000.00, for activities undertaken pursuant to this Agreement, and includes the City as an additional insured on the policy on a primary and noncontributory basis.

2 2020 HBP Paving and Chipseal Projects Agreement

18. Coordination and Control. All work shall be performed as identified in the Contract Documents.

19. Changes. The City reserves the right to revise the "Scope of Work" and to make other changes as deemed necessary to best serve the needs of the City. However, no amendment or variation of the terms and conditions of this Contract shall be valid unless the same is in writing, and agreed to and signed by the parties hereto.

20. Compliance. If a formal and written complaint is registered with the Contractor in respect to unsatisfactory work performance, the Contractor shall have 72 hours to respond in person to the complaint, to remedy the problem(s). Failure to respond in the prescribed time to the complaint or to remedy the problem may result in termination of the Contract.

21. Satisfaction of Remediation. If the Contract Administrator is not satisfied with the results and remediation of the complaint, periodic and joint inspections with the Contractor may be required to discuss and point out Administrator’s complaints. Failure of the Contractor to attend such inspection may result in termination of this Contract.

22. Choice of Law and Attorney's Fees. This Contract shall be governed by and construed under the laws of the State of Colorado. Any action brought to enforce this Contract shall be brought in the state courts of Colorado with venue in Morgan County.

23. Binding Agreement. This agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, succors, and assigns.

24. Contract Term. This Contract shall commence upon the effective date of initial NTP. All work to be performed under this Contract shall be completed on the date specified in the work plan or by October 25, 2020; whichever is sooner.

25. The terms and conditions of this Agreement shall terminate on December 31, 2020, unless the either party provides thirty-day (30) written notice to the other party of intent to terminate this Agreement prior the scheduled termination.

IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two copies each of which shall be deemed an original on the date first above written.

City of Fort Morgan: Contractor:

______By: Ronald Shaver, Mayor

Title:

3 2020 HBP Paving and Chipseal Projects Agreement

NOTICE of AWARD

To:

Project Description: 2020 HBP Paving and Chipseal Projects

The Owner has considered the Bid submitted by you for the above described Work in response to its Advertisement for Bids dated______2020 and Information to Bidders.

You are hereby notified that your Bid has been accepted for items in the amount of $______

You are required by the Information to Bidders to execute the Agreement and furnish the required Contractor’s Performance and Payment Bond, Maintenance Bond or Letter of Credit, and Certificate of Insurance within ten (10) calendar days from the date of this Notice to you.

If you fail to execute said Agreement and to furnish said Bonds within ten (10) calendar days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the Owner’s acceptance of your Bid as abandoned. The Owner will be entitled to such rights as granted by law.

You are required to return an acknowledged copy of this Notice of Award, along with the necessary Agreement and Bond forms to the Owner within ten (10) calendar days after its receipt.

Dated this _____day of ______, 2020.

City of Fort Morgan: ______Jim Willis Streets Department

ACCEPTANCE of NOTICE

Receipt of the above Notice of Award is hereby acknowledged on this ______day of______, 2020.

Name: ______; Title ______

Address: ______

______

NOTICE to PROCEED

To:

Project Description: 2020 HBP Paving and Chipseal Projects

You are hereby notified to be able to commence Work in accordance with the AGREEMENT dated ______, 2020, on or before ______, 2020, and the contract will remain in effect until December 31, 2020.

Dated this ____ day of ______, 2020.

City of Fort Morgan: ______Jim Willis Streets Department

ACCEPTANCE of NOTICE

Receipt of the above Notice to Proceed is hereby acknowledged on this _____day of ______, 2020.

Name: ______

Title: ______

Address: ______

______

ILLEGAL ALIEN ADDENDUM

This Illegal Alien Addendum (the “Addendum”) is made to the Agreement by and between the City of Fort Morgan, a municipal corporation of the State of Colorado (the “City”) and ______, (“Contractor”) dated ______(the “Agreement”). This Addendum is attached to and made a part of the Agreement.

Pursuant to sections 8-17.5-101, et seq., C.R.S., definitions in which are hereby incorporated:

I. Contractor certifies that, at the time of executing this Addendum, Contractor does not knowingly employ or contract with an illegal alien who will perform work under the Agreement and that Contractor will participate in the E-Verify Program or the Department Program in order to confirm the employment eligibility of all employees who are newly hired for employment to perform work under the Agreement.

2. Contractor hereby agrees that it shall not:

A) Knowingly employ or contract with an illegal alien to perform work under the Agreement; or

B) Enter into a contract with a subcontractor that fails to certify to Licensor that the subcontractor shall not knowingly employee or contract with an illegal alien to perform work under the Agreement.

3. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under the Agreement through participation in either the E-Verify Program or the Department Program.

4. Contractor is prohibited from using the E-Verify Program procedures to undertake pre-employment screening of job applicants while the Agreement is being performed.

5. If Contractor obtains actual knowledge that a subcontractor performing work under the Agreement knowingly employs or contracts with an illegal alien, Contractor is required to:

A) Notify subcontractor and the City within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and

B) Terminate the subcontract with the subcontractor if within three days of receiving the notice required in Section (5)(A) above the subcontractor does not stop employing or contracting with the illegal alien; except that Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien.

1

6. Contractor is required to comply with any reasonable request that the Department of Labor and Employment makes in the course of an investigation that the Department of Labor and Employment is undertaking pursuant to section 8-17.5-102(5), C.R.S.

IN WITNESS WHEREOF, Contractor has executed this Addendum on the date first above written. By the signature of its representative below, Contractor affirms that it has taken all necessary action to authorize said representative to execute this Addendum.

CONTRACTOR

By: Its: Date:

2