Loading...
HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - BID - 5696 SOUTH SHIELDS STREET IMPROVEMENTSCitv of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 1 BID #5696 SOUTH SHIELDS STREET IMPROVEMENTS SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5696 South Shields Street Improvements OPENING DATE: April 16, 2002, 3:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Bid item clarifications: The highlighted items are the changes that have been made 210-04 Adjust Manhole Ring/Cover 10 EA 304-03 Aggregate Base Course — (Cl 5 or 6) — 6" Depth — (CIP) 225 TON 403-07 Asphalt Hand Patching — Grading SG PG 64-22 Binder 55 TON 608-08 Concrete Sidewalk 7' (Thickness = 6") 2325 SF 608-10 Concrete Crosspan and Aprons (Thickness = 8") 250 SF 608-11 Concrete Sidewalk (Various Widths) —(Thickness =4") 1000 SF 2810-02 Sprinkler Line Install 300 LF NOTE: Attached Is a new Bid Schedule that reflects the above changes. Please disregard the previous Bid Schedule and use the attached in it's place. II. Item Description Clarification: • Roll -Over Curb and Gutter — This item includes curb and gutter and sidewalk that has been monolithically poured • 630-03 Night Time Traffic Control — This item will cover the weekend closures that will be necessary to mill and overlay the Prospect and Shields Intersection and will be paid for as a lump sum price. • Landscaping Maintenance — This item (as defined in the specifications) has a warranty period of 2 years. During the 2 year warranty, the landscaper will be required to mow and keep the parkway clean until final acceptance. • Orange 4' Safety fence with T-Posts (Approx. 300 feet) shall be installed along the staging area during construction. If you have any questions please contact John Stephen, CPPB, Senior Buyer, at 970-221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Page -1- 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 7/96 Section 00100 Page 5 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: 20 You are hereby notified that on the day of 20 the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID NO. 5696. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: 7/96 Section 00640 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID NO. 5696 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or Performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 9. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 7/96 Section 00650 Page 1 SECTION 00660 CONSENT OF SURETY T0: City of Fort Collins Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID NO. 5696 CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of _hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorneys) -in -Fact. 7/96 Section 00660 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Insert State certificate here. DR 0172 (12/96) COLORADO DEPARTMENr OF REVENUE DENVER CO 80261 (303) 232.2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(M) 0 uv rvvl wnllt Iry lnlS SYAGE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials forthe exempt projectdescdbed below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become a part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side.) FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Registration/Account No. (to be assigned by DOR) ped� 89 - 0170-750 (sss) $o.00 PoZ.'3 .F +Y � 3 fYn �i >; ;�' � l,. "� �,�„�il' -�P NJ?aTyti m1i �xFt..."rr ,r.. smw'�. ...k5.-:hv�"..��1'�''°ta�,:k,s"':'ry,re,^• Trade namelDBA: - 5h ner, partner, or corporate name. Mailing address (City, State, zip): Contact Person E-Mail address: Federal Employers Identification Number. Bid amount for your contract Fax number. Business telephone number. Colorado withholding tax account -number. :. Will... .. a > __ ... _. .... .... Name of exempt organization (as shown on contract): ..... . .. ... ... ., ,F:�.. Exempt organizations number. 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contacts telephone number. Physical location of project sfie (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date: completion date: t g I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. signature of owner, partner or corporate officer. Titre of corporate officer. Date: Ilf1 �\f1T \I/�RL- of v, vru,c pGLV YY Ir)W 1-IIVG Ii WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 22nd day of February 2002. STATE OF CONNECTICUT )SS. Hartford COUNTY OF HARTFORD *N05114F! ,,YtY ENO CASU� TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY � � 1 George W. Thompson Senior Vice President On this 22nd day of February, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn. did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. TET �G � +� taS�'S My commission expires June 30, 2006 Notary Public 0 Marie C. Tetreault CERTIFICATE I, the undersigned. Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 3D1k day of 4V ry ( 20 Da-. .Y�/\�110w16WflyS zJY�TY ENO SC "GpaA-pSp-Uey�(� y / Q'' 0' p Ory � ♦ L Y�(I HACOPlY. �� NCONN�;o �int�98SD irrW`� By Kori M. Johanson Assistant Secretary, Bond PROVIDED, FURTHER, that the said Surety, for value repeived, hereby stipulates ' and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in four (4) conunter"rts, each one of which shall be deemed an original, this _'3N0Y"^ day of ex-1 ( , 2042- IN PRESENCE r, 1 (Corjy�rate Seal) PritaaiConnvn& ell Resources, Inc. By: ' 3'ta%-T- .(Title) IN;PRMNCE OF: Other Partners �J IN PRESENCE OF: Surety I TAavelers Casu ty and�Sur' ty Company L I -kt- 4tl.j N1 J Ag-j .'.JBy: WitnessEg Hartford, CT 06183 (Address) � (Surety Seal) NOTE: Date of Bond must not be prior to data of Agreement." -if COptRACTOR is Partnership, all partners should execute`H4pd. 7/96 Section 00615 Page 2 1 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of CONTRACTOR By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 20_, by day of Witness my hand and official seal. My Commission Expires: Notary Public 20 7/96 Section 00650 Page 2 SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS Y.1 CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining text that has been added and striking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. 7/96 Section 00100 Page 7 TABLE OF CONTENTS OF GENERAL CONDITIONS Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 1. DEFINITIONS......................................................1 2. PRELIMINARY MATTERS ................................ 3 1.1 Addenda.............................................1 2.1 Delivery of Bonds .............................3 1.2 Agreement..........................................1 2.2 Copies of Documents. ....................... 3 1.3 Application for Payment......................1 2.3 Commencement of Contract 1.4 Asbestos.............................................1 Times; Notice to Proceed .............. 3 1.5 Bid.....................................................1 2.4 Starting the Work ............................ 3 1.6 Bidding Documents ............................. 2.5-2.7 Before Starting Construction; 1.7 Bidding Requirements .......................... CONTRACTOR'S Responsibility 1.8 Bonds.................................................1 to Report; Preliminary Schedtles; 1.9 Change Order..,........*.....* ................... 1 Delivery of Certificates of 1.10 Contract Documents ............................1 Insurance ,.3-4 1.11 Contract Price,.... ......... .........1 2.8 Preconstruction Conference.......,...., 4 1.12 Contract Times .....................***........** ,1 2.9 Initially Acceptable Schedules ........... 4 1.13 CONTRACTOR..................................1 1.14 defective.............................................1 3. CONTRACT DOCUMENTS: INTENT, 1.15 Drawings............................................1 AMENDING, REUSE......................................... 4 1.16 Effective Date of the Agreement ............ 1 3.1-3.2 Intent ........................ ................. 4 1.17 ENGINEER ......................................... 3.3 Reference to Standards and Speci- 1.18 ENGINEER's Consultant .....................I fications of Technical Societies; 1.19 Field Order ......................................... 1 Reporting and Resolving Dis- 1.20 General Requirements............ 2 crepancies............. _.4-5 1.21 Hazardous Waste...............................2 3.4 Intent of Certain Terms or 1.22.a Laws and Regulations; Laws or Adjectives, .................................... 5 Regulations......................................2 3.5 Amending Contract Docunents......... 5 1.22.b Legal Holidays .................................... 2 3.6 Supplementing Contract 1.23 Liens..................................................2 Documents...................................5 1.24 Milestone............................................2 3.7 Reuse of Documents 1.25 Notice of Award .................................. 2 1.26 Notice to Proceed ................................ 2 4. AVAILABILITY OF LANDS; 1.27 OWNER...........................................„2 SUBSURFACE AND PHYSICAL CONDITIONS; 1.28 Partial Utilization ................................ REFERENCE POINTS5 1.29 PCBs..................................................2 4.1 Availability of Lands ..................... 5-6 1.30 Petroleum ........................................... 4.2 Subsurface and Physical 1.31 Project................................................7 Conditions .................................... 6 1.32.a Radioactive Material ...........................2 4.2.1 Reports and Drawings ....................... 6 1.32.b Regular Working Hours ....................... 2 4.2.2 Limited Reliance by CONTRAC- 1.33 Resident Project Representative ,........... 2 TOR Authorized; Technical 1.34 Samples..............................................2 Data............................................6 1.35 Shop Drawings ................................... 2 4.2.3 Notice of Differing Subsurface 1.36 Specifications ..................................... 2 or Physical Conditions.................6 1.37 Subcontractor...................................... 2 4.2.4 ENGINEER'S Review 1.38 Substantial Completion .......................2 4.2.5 Possible Contract Documents 1.39 Supplementary Conditions..................2 Change, ........................................ 6 1.40 Supplier .............................................. 4.2.6 Possible Price and Times 1.41 Underground Facilities .....................2-3 Adjustments ............................... 0-7 1.42 Unit Price Work.................................. 3 4.3 Physical Conditions --Underground 1.43 Work..................................................3 Facilities, ...................................... 7 1.44 Work Change Directive ........................3 4.3.1 Shown or Indicated .......................... 7 1.45 Written Amendment...........................3. 4.3.2 Not Shown or Indicated ................... 7 4.4 Reference Points, ............................. 7 E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 4.5 Asbestos, PCBs, Petroleum, 6.25 Submittal Proceedures; CON - Hazardous Waste or TRACTOR'S Review Prior Radioactive Material,,,,,,,,,,,,,,,,,,,, 7-8 to Shop Drawing or Sample 5. BONDS AND INSURANCE ..... ............................ 8 6.26 Submittal.................................... 16 Shop Drawing &Sample Submit- 5.1-5.2 Performance, Payment and Other tals Review by ENGINEER 16-17 " 5.3 Bonds ............................................... Licensed Sureties and Insurers; 8 6.27 ...... Responsibility for Variations _ Certificates of Insurance .................... 8 6.28 From Contract Documents ............ Related Work Performed Prior 17 5.4 CONTRACTOR's Liability to ENGINEER's Review and Insurance..., 9 Approval of Required ^ 5.5 OWNER's Liability Insurance ............... Submittals...,,,, 5.6 Property Insurance ............ ............g_10 6.29 ...........................17 Continuing the Work,,,,,. 5.7 Boiler and Machineryor Addi- 6.30 CONTRACTOR s General """""""'17 tional Property Insurance......... 10 Warranty and Guarantee _ 5.8 Notice of Cancellation Prodsion......... 10 6,31-6.33 ..............17 Indemnification 17_18 5.9 CONTRACTOR's Responsibility 6.34 .................... Survival of Obligations................... 18 for Deductible Amounts,,,,,,,,,,,,,,,,,,, 10 5.10 Other Special Insurance,,,,,,,,. ............. 10 7. OTHER WORK,,,,,,,,,,,,,,,,,,,,,,,,, 5.11 Waiver of Rights........ 11 7.1-7.3 ..................... Related Work at Site,,,,,,,,,,,,,,,,,,,,,„18 5.12-5.13 Receipt and Application of 7.4 Coordination,,,,,,,,,,,,,,,,,,, 18 Insurance Proceeds ...................... 5.14 Acceptance of Bonds and Insu- 8. OWNER'S RESPONSIBILITIES .........................18 ~ ante; Option to Replace,,,,,,,,,,,,,,,,,,, 11 8.1 Communications to CON- 5.15 Partial Utilization --Property TRACTOR ._ Insurance ........................................ I 1 8.2 .. Replacement of ENGINEER............18 ............18 6. CONTRACTOR'S RESPONSIBILITIES 8.3 Furnish Data andPay Promptly 6.1-6.2 ...............11 Supervision and Superintendenci;....... 11 8.4 When Due .................................. Lands and Easements; Reports 18 ^ 6.3-6.5 Labor, Materials and Equipment... 11-12 and Tests...............................18-19 6.6 Progress Schedule ............................12 8.5 Insurance............................. _. 6.7 Substitutes and "Or -Equal" Items; 9 8.6 Change Orders""""..19 CONTRACTOR's Expense; 8.7 ...............................19 Inspections, Tests and Substitute Construction Approvals 19 " Methods or Procedures; 8.8 ......................... .......... Stop or Suspend Work; ENGINEEWs Evaluation.............12-13 Terminate CONTRACTOR's -' 6.8-6.11 Concerning Subcontractors, Services Suppliers and Others; 8.9 .................. Limitations on OWNER'S Waiver of Rights, ........................ j3-14 Responsibilities 19 -, 6.12 Patent Fees and Royalties ,,,,,,,,,,,,,,,,,,,14 8.10 ....................... Asbestos, PCBs, Petroleum, 6.13 Permits ................... ..... ..................... 14 Hazardous Waste or 6.14 Laws and Regulatioas ........................14 Radioactive Material....................19 6.15 Taxes,,,,,,,,, 14-15 8.11 Evidence of Financal ^ 6.16 Use of Premises ................................ 15 Arrangements......................... 19 6.17 Site Cleanliness ................................ 15 ""' 6.18 Safe Structural Loading .......... 0........... 15 9. ENGINEER'S STATUS DURING ^ 6.19 Record Documents..,,,..... ................... 15 CONSTRUCTION 19 6.20 Safety and Protection .................... IS-16 9.1 ..............0......0..... . """"""""' OWNER'S Representative,,,,,._,,,,,,.,19 ` 6.21 Safety Representative .........................16 9.2 Visits to Site.................................. 6.22 Hazard Communication Program* ,,,,,.16 9.3 Project Representative 6.23 Emergencies ..... 0. 0 ....................... 16 9.4 „,,,,,,,,;,,,,19-219-21 Clarifications and Interpre- 6.24 Shop Drawings and SampleS..............16 tations........................... 0............. 1 9.5 Authorized Variations in Vbrk........ 1 ^ Yn EJCDC GENERAL COMMONS 19I0-8 (1990 EDITION) -•,i w/ CITY OF FORT COLLINS MODIFICATIONS (REv 9199) w Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 9.6 Rejecting Defective Work...................21 13.8-13.9 Uncovering Work at ENGI- 9.7-9.9 Shop Drawings, Change Orders NEER's Request .....................27-28 and Payments ................................... 21 13.10 OWNER May Stop the Work..........28 9.10 Determinations for Unit Prices...... 21-22 13.11 Correction or Removal of 9.11-9.12 Decisions on Disputes; ENGI- Defective Work ...........................28 NEER as Initial Interpreter..............22 13.12 Correction Period ........................... 28 9.13 Limitations on ENGINEER's 13.13 Acceptance of Defective Work........28 Authority and Responsibilities.... 22-23 13.14 OWNER May Correct Defective Work ..................................... 28-29 CHANGES IN THE WORK ....................................... 23 10.1 OWNER's Ordered Change.„...........„ 23 14. PAYMENTS TO CONTRACTOR AND 10.2 Claim for Adjustment. ........................ Z3 COMPLETION .................................................. 29 10.3 Work Not Required by Contract 14.1 Schedule of Values ........................29 Documents ...... ......... *........ ........ 23 14.2 Application for Progress 10.4 Change Orders ...................... ............23 Payment ..................................... 29 10.5 Notification of Surety .........................23 14.3 CONTRACTOR's Warranty of Title...........................................29 CHANGE OF CONTRACT PRICE .............................z3 14.4-14.7 Review of Applications for 11.1-11.3 Contract Price; Claim for Progress PaymentA.................29-30 Adjustment; Value of 14.8-14.9 Substantial Completion ................ 30 the Work 23-24 14.10 Partial Utilization 30-31 11.4 Cost of the Work ..........................24-25 14.11 Final Inspection ............................. 31 11.5 Exclusions to Cost of the Work .......... 25 14.12 Final Application for Payment ........ 31 11.6 CONTRACTOR's Fee„......................25 14.13-14.14 Final Payment and Acceptance ....... 31 11.7 Cost Records . ................................ 25-26 14.15 Waiver of Claims ...................... 31-32 11.8 Cash Allowances...............................26 11.9 Unit Price Work ................................. 26 15. SUSPENSION OF WORK AND TERMINATION ............................................... 32 CHANGE OF CONTRACT TIMES ............................26 15.1 OWNER May Suspend Work.„__„..32 12.1 Claim for Adjustment .......................26 15.2-15.4 OWNER May Terminate..........,...., 32 12.2 Time of the Essence ..........................26 15.5 CONTRACTOR May Stop 12.3 Delays Beyond CONTRACTOR'S Work or Terminate ................. 32-33 Control ....................................... 26-27 12.4 Delays Beyond OWNER's and 16. DISPUTE RESOLUTION .................................. 33 CONTRACTOR's Control 27 17. MISCELLANEOUS 33 TESTS AND INSPECTIONS; CORRECTION, 17.1 Giving Notice ................................ 33 REMOVAL OR ACCEPTANCE OF 17.2 Computation of Times ................... 33 DEFECTIVE WORK ................................................. 27 17.3 Notice of Claim .............................. 13.1 Notice of Defects..............................27 17.4 Cumulative Remedies ..................... 33 13.2 Access to the Work ............................27 17.5 Professional Fees and Court 13.3 Tests and Inspections; Costs Included .............................33 CONTRACTOR's Cooperation......... 27 17.6 Applicable State Laws ............... 33-34 13.4 OWNER's Responsibilities; Intentionally left blank.......................................35 Independent Testing Laboratory,...... 27 13.5 CONTRACTOR'S EXHIBIT GC -A: (Optional) Responsibilities...............................27 Dispute Resolution Agreement ..................... GC -Al 13.6-13.7 Covering Work Prior to Inspec- 16.1-16.6 Arbitration (3C-Al tion, Testing or Approval.................77 16.7 Mediation ............................... GC -Al iv EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REv 9/99) INDEX TO GENERAL CONDITIONS City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph Number Acceptance of -- Bonds and Insurance........................................5.14 defective Work............................10.4.1, 13.5, 13.13 final payment.........................................9.12, 14.15 insurance.........................................................5..14 other Work, by CONTRACTOR ..........................7.3 Substitutes and "Or -Equal" Item .....................y.7'.1 Work by OWNER..............................2.5, 6.30, 6.34 Access to the -- Lands, OWNER and CONTRACTOR responsibilities ............................................. 4.1 site, related Work.,,,,,... 7.2 .................................. Work . .......................................... 13.2, 13.14, 14.9 Acts or Omissions—, Acts and Omissions— CONTRACTOR...................................6.9.1, 9.13.3 ENGINEER,,,,,,,,; 6.20, 9.13.3 ............................ OWNER....................................................0.20, 8.9 Addenda --definition of (also see definition of Specificationsl, (1.6, 1.10, 6.19), 1.1 Additional Property Insurancess................................ 5.7 Adjustments -- Contract Price or Contract Times ...........................1.5, 3.5, 4.1, 4.3.2, 4.5.2, ............................. 4.5.3, 9.4, 9.5, 10.2-10.4, ......................................... 11, 12, 14.8, 15.1 progress schedule .............................................. 6.6 Agreement -- definition Of......................................................1.2 "All -Risk" Insurance, policyform............................5.6.2 Allowances, Cash....................................................11.8 Amending Contract Documents ................................ 3.5 Amendment, Written -- in general................).10, 1.45, 3.5, 5.10, 5.12, 6.6.2 ..........................G•8.2, 6.19, 10.1, 10.4, 11.2 ....................................12.1, 13.12.2, 14.7.2 Appeal, OWNER or CONTRACTOR intent toy,10, 9.11, 10.4, 16.2, 16.5 Application for Payment -- definitionof......................................................1.3 ENGINEER's Responsibility ............................. 9.9 final payment ................. 9.13.4, 9.13.5, 14.12-14.15 in general,_... ...................„7.8, 2.9, 5.6.4, 9.10, 15.5 progress payment ..................................... 14.1-14.7 review Of .................................................. 14.4-14.7 Arbitration.....................................................16.1-16.6 Asbestos -- claims pursuant thereto..........................4.5.2, 4.5.3 CONTRACTOR authorized to stop Work .......... ,4.5.2 definition of.......................................................1.4 Article or Paragraph Number OWNER responsibility for,,,,,,,,,,,,,,,,,,,,,,,,,,, 4.5.1, 8.10 possible price and times change,,,,,,,,,,,,,,,,,,,,,,, 4.5.2 Authorized Variations in Work,,,,,..,, 3.6, 6.25, 6.27, 9.5 Availability of Lands.......................................... .1, 8.4 Award, Notice of —defined, ...................................... 1.25 Before Starting Construction..............................2.5.2.8 Bid --definition Of ................ 1.5 (1.1, 1.10, 2.3, 3.3, ..........I ............. 4.2.6.4, 6.13, 11.4.3, 11.9.1) Bidding Documents --definition of 1.6(6.8.2) Bidding Requirements --definition of..........................................1.7 (1.1, 4.2.6.2) Bonds -- acceptance Of. ................................................... 5.14 additional bonds ... .............................. .10.5, 11.4.5.9 Cost of the Work............................................11.5.4 definitionof.......................................................1.8 delivery of...................................................2.1, 5.1 final Application for Payment,,,,,,,,,,,,,,,, 14.12-14.14 general......................................1.10, 5.1-5.3, 5.13, ........................................ 9.13, 10.5, 14.7.6 Performance, Payment and Othef...................5.1-5.2 Bonds and Insurance --in general ......................... 5 Builder's risk "all-risk" policy form ........................5.6.2 Cancellation Provisions, Insurance,,,.,,,, 5.4.11, 5.8, 5.15 Cash Allowances ........................... 11.8 Certificate of Substantial Completioq ........ 1.38, 6.30.2.3, ..................................................14.8, 14.10 Certificates of Inspection ................... 9,13.4, 13.5, 14.12 Certificates of Insurance.............2.7, 5.3, 5.4.11, 5.4,13, .......................5.6.5, 5.8, 5.14, 9.13.4, 14.12 Change in Contract Price -- Cash Allowances..............................................11.8 claim for price adjustment.,,,,,,,,,,, 4.1, 4.2.6, 4.5, 5.15, 6.8.2, 9.4 ................... 9.5, 9.11, 10.2,10.5, 11.2, 13.9, ....................... 13.13,13.14,14.7,15.1,15.5 CONTRACTOR's fee.........................................11.6 Cost of the Work general................................................ Exclusions to..............................................11.5 Cost Records.....................................................11.7 in general.............J.19, 1.44, 9.11, 10.4.2, 10.4.3, 11 Lump Sum Pricing..........................................11.3.2 Notification of Surety .........................................10.5 Scopeof....................................................10.3-10.4 Testing and Inspection, Uncovering the Work..................................13.9 EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) �. w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) .r Cash Allowances .............................................. 11.8 Article or Paragraph Number Change of Contract Price 11 Change of Contract Times,,,,,,,,,,,,,,,,,, .................................. 12 Changes in the Work................................10.4-10.5 check and verify, ..............2.5 .................................. Clarifications and Interpretations .........................3.2, 3.6, 9.4, 9.11 definition of.....................................................1.10 ENGINEER as initial interpreter of .................. 9.11 ENGINEER as OWNER's representative..............9.1 general3 Insurance...........................................................5.3 Intent........................................................3.1-3.4 minor variations in the Work„.....„.......... 3.6 OWNER'S responsibility to furnish dats.............. 8.3 OWNER's responsibility to make prompt payment ......................... $.3, 14.4, 14.13 precedence .............. .........3.1, 3.3.3 Record Documents............................................0.19 Reference to Standards and Specifications of Technical Societies .............................. 3.3 Related Work ................... .................................. 7.2 Reporting and Resolving Discrepancies......... .5, 3.3 Reuseof............................................................3.7 Supplementing.................................................. 3.6 Termination of ENGINEER's Employment .......... 8.2 Unit Price Work...............................................11.9 variations..........................................3.6, 6.23, 6.27 Visits to Site, ENGINEERq..................... 9.2 Contract Price -- adjustment of,,,,,,,,,,,,,,, 3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof..........................................................I I Decision on Disputes........................................9.11 definition of.....................................................1.11 Contract Times -- adjustment of,,,,,,,,,,,,,,,,, 3.5, 4.1, 9.4, 10.3, 12 Change of................................................12.1-12.4 Commencement of ............................................ 2.3 definition of.....................................................1.12 CONTRACTOR -- Acceptance of Insurance .................................. 5.14 Communications......................................6.2, 6.9.2 Continue Work ........................................ 6.29, 10.4 coordination and scheduling............................(,9.2 definition of ..................................................... 1.13 Limited Reliance on Technical Data Authorized.........................................4.2.2 May Stop Work or Terminate............................]5.5 provide site access to others,,,,,,,,,,,,,,,,,,, , 7.2, 13.2 Safety and Protection ...................4.3.1.2, 6.16, 6.18, ..................................... 6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal........................................6.25 Stop Work requirements..................................4.5.2 CONTRACTOR's6 Article or Paragraph Number Compensation............................................11.1-11.: Continuing Obligation....................................14.15 Defective Work .............................. 9.6, 13.10-13.14 Duty to correct defective Work ........................... a3.11 Duty to Report -- Changes in the Work caused by Emergency ........................................... 6.23 Defects in Work of Others,,,,,,,,,, .................. 7.3 Differing conditions...................................4.2.3 Discrepancy in Documents,,,,,.,, 2.5, 3.3.2, 6.14.2 Underground Facilities not indicate4.......... 4.3.2 Emergencies.....................................................0.23 Equipment and Machinery Rental, Cost of the Work...........................................11.4.5.3 Fee -Cost Plug,,,,,,,,,,,,,,,,,,,,,,,, 11.4.5.6, 11.5.1, 11.6 General Warranty and Guarantee.......................030 Lazard Communication Programs, ..................... 0.22 Indemnification ........................0.12, 6.16, 6.31-6.33 Inspection of the Work,,,,., .................7.3, 13.4 Labor, Materials and Equipment ....................0.3-6.5 Laws and Regulations, Compliance by,,,,,,,,,,,,, 6.14.1 Liability Insurance .............................................. 5.4 Notice of Intent to Appeal,,,,,,,,,,,,,,,,,,, 9.10, 10.4 obligation to perform and complete theWork.................................................... 0.30 Patent Fees and Royalties, paid for by,,,,,,,,,,,,,,,,, 6.12 Performance and Other Bonds,,,,,,,... ..................5.1 Permits, obtained and paid for by.......................0.13 Progress Schedule ...........................2.6, 2.8, 2.9, 6.6, ............... 6.29, 10.4, 15.2.1 Request for formal decisionon disputes ,..,,,,,,.,.„9.11 Responsibilities -- Changes in the Work..................................10.1 Concerning Subcontractors, Suppliers and Others......................................6.8-6.11 Continuing the Work ..........................0.29, 10.4 CONTRACTOR's expense...........................0.7.1 CONTRACTOR'S General Warranty and Guarantee.......................................6.30 CONTRACTOR'S review prior to Shop Drawing or Sample submittal,,,,,,,,,,,,,,,, 6.25 Coordination of Work ................................ 6.9.2 Emergencies ............................................... 6.23 ENGINEER's evaluation, Substitutes or "Or -Equal" Items..............................0.7.3 For Acts and Omissions of Others.............................0.9.1-6.9.2, 9.13 for deductible amounts,insurance...................5.9 general........................................6, 7.2, 7.3, 8.9 Hazardous Communication Programs,,,,,,,.,. 6.22 Indemnification„ ................................. 6.31-6.33 vii FJCDC GENERAL CONDITIONS 1910-8 (1 "0 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) .r' Labor, Materials and Equipment..............6.3-6.5 Laws and Regulations..................................6.14 Liability Insurance ........................................ 5.4 Article or Paragraph Number Notice of variation from Contract Documents ........................................... 6.27 Patent Fees and Royalties.............................6.12 Permits.......................................................6.13 Progress Schedule.........................................6.6 Record Documents ...................................... 6.19 related Work performed prior to ENGINEER's approval of required submittals ........................................ I.... 6.28 safe structural loading.................................6.18 Safety and Protection ....................6.20, 7.2, 13.2 Safety Representative...................................6.21 Scheduling the Work ................................. 6.9.2 Shop Drawings and Samples ........................6.24 Shop Drawings and Samples Review by ENGINEER ..................................... 6.26 Site Cleanliness ........................................... 6.17 Submittal Procedures ................................... 6.25 Substitute Construction Methods and Procedures.....................................6.7.2 Substitutes and "Or -Equal" Items................6.7.1 Superintendence...........................................0.2 Supervision...................................................0.1 Survival of Obligations................................6.34 - Taxes ............................. .0.15 Tests and Inspections, .................................. 13.5 To Report....... ........., ...................... .2 5 Use of Premises......................0.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal ........................................ 6.25 Right to adjustment for changes in the Work ..... 10.2 right to claim ............ 41 7.1, 9.4, 9.5, 9.11, 10.2,11.2, ........... 11.9,12.1,13.9,14.8,15.1,15.5,17.3 Safety and Protection .................. 6.20-6.22, 7.2, 13.2 Safety Representative ........................................ .21 Shop Drawings and Samples Submittals ..... 6.24-6.28 Special Consultants........................................11.4.4 Substitute Construction Methods and Procedures..6.7 Substitutes and "Or -Equal" Items, Expense .......................................... 6.7.1, 6.7.2 Subcontractors, Suppliers and Others..,......, 6.8-6.11 Supervision and Superintendencq......... 6.1, 6.2, 6.21 Taxes, Payment by............................................0.15 Use of Premises......................................... ....................................... 6.16-6.18 Warranties and guarantees ..........................6.5, 6.30 Warranty of Title. ................. .......14.3 Written Notice Required -- CONTRACTOR stop Work or terminate. ....... 15.5 Reports of Differing Subsurface and Physical Conditions .......................4.2.3 Substantial Completion................................14.8 Viii CONTRACTORS --other ............................................... Contractual Liability Insurance . ............................. $.4.10 Contractual Time Limits 12.2 Article or Paragraph Number Coordination- CONTRACTORSs responsibility ........................6.9.2 Copies of Documents........,, ......... ............ 2.2 Correction Period..................................................j3.12 Correction, Removal or Acceptance of Defective Work-- in general...................................10.4.1, 13.10-13.14 Acceptance of Defective Work...........................13.13 Correction or Removal of Defective Work.................................6.30, 13.11 Correction Period ........................* ................... 13.12 OWNER May Correct Defective Work..............13.14 OWNER May Stop Work.................................13.10 Cost -- of Tests and Inspections .................................... 13.4 Recordsll.7 Cost of the Work -- Bonds and insurance, additional ...................11.4.5.9 Cash Discounts...............................................11.4.2 CONTRACTOR's Fee.......................................11.6 Employee Expenses, ..... ............................... 11.4.5.1 Exclusions to.....................................................11.5 General11.4-11.5 Home office and overhead expenses ....................11.5 Losses and damages....................................:11.4.5.6 Materials and equipment...............................11.4.2 Minor expenses...........................................11.4.5.8 Payroll costs on changes.................................11.4.1 performed by Subcontractors ......... .........11.4.3 Recordsll.7 - Rentals of construction equipment and machinery ...................................... 11.4.5.3 Royalty payments, permits and license fees............................................11.4.5.5 Site office and temporary facilities ................ J 1.4.5.2 Special Consultants, CONTRACTOR's............ J 1.4.4 Supplemental.................................................11.4.5 Taxes related to the Work............................11.4.5.4 Tests and Inspection ......................................... J3.4 Trade Discounts.............................................11.4.2 Utilities, fuel and sanitary facilities ...............11.4.5.7 Work after regular hours.................................11.4.1 Covering Work ......................................... ''....13.6-13.7 Cumulative Remedies.....................................17.4-17.5 Cutting, fitting and patching....................................7.2 Data, to be famished by OWNER..............................$.3 Day --definition of................................................17.2.2 Decisions on Disputes .................................... 9.11, 9.12 defective --definition of...........................................J.14 defective Work -- Acceptance of......................................10.4.1, 13.13 EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Correction or Removal Of.....................J0.4.1, 13.11 Correction Period............................................13.12 in general.........................................13, 14.7, 14.11 Article or Paragraph Number Observation by ENGINEER, ............................... 9.2 OWNER May Stop Work.................................13.10 Prompt Notice of Defects...................................13.1 Rejecting...........................................................9.6 Uncovering the Work.......................................13.8 Definitions................................................................1 Delays ..................................... 4.1, 6.29, 12.3-12.4 Delivery of Bonds.....................................................2.1 Delivery of certificates of insurance ............................2,7 Determinations for Unit Prices,,,,,,,,,,,,, .................... 9.10 Differing Subsurface or Physical Conditions -- Noticeof........................................................4.2.3 ENGINEER's Review......................................4.2.4 Possible Contract Documents Chang@,,,,,,,,,,,,,, 4.2.5 Possible Price and Times Adjustments,,,,,,,,,,,,, 4.2.6 Discrepancies -Reporting and Resolving................................2.5, 3.3.2, 6.14.2 Dispute Resolution -- Agreement ............................................... 16.1-16.6 Arbitration, ............................................... 16.1-16.5 genera116 Mediation.........................................................16.6 Dispute Resolution Agreement.........................16.1-16.6 Disputes, Decisions by ENGINEER„.................?.11-9.12 Documents -- Copiesof...........................................................2.2 Record 6.19 Reuseof............................................................33 Drawings --definition of..........................................1.15 Easements..............................................................4.1 Effective date of Agreement -- definition gf.............1.16 Emergencies...........................................................0..23 ENGINEER -- as initial interpreter on disputes ................. 9.11-9.12 definition of....................................................1.17 Limitations on authority and responsibilities ..... 9.13 Replacement of .................................................. 8.2 Resident Project Representative ...........................93 ENGINEERS Consultant -- definition of..................1.18 ENGINEERS -- authority and responsibility, limitations on ........ 9.13 Authorized Variations in the Work.....................9.5 Change Orders, responsibility for...... 9.7, 10, 11, 12 Clarifications and Interpretations ..............3.6.3, 9.4 Decisions on Disputes ............................... 9.11-9.12 defective Work, notice of,,,,. .......13.1 Evaluation of Substitute Items ................. .....6.73 Liability .............. Notice Work is Acceptabl@......................... ....14.13 Observations .................... .................... 6.30.2, 9.2 OWNEWs Representative....................................9.1 Payments to the CONTRACTOR, Responsibility for.....................................9.9, 14 Recommendation of Payment ...................14.4, 14.13 Article or Paragraph Number Responsibilities --Limitations op.................9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions.............................4.2.4 Shop Drawings and Samples, review responsibility .............................................. 6.26 Status During Construction -- authorized variations in the Work..................9.5 Clarifications and Interpretations ..................9.4 Decisions on Disputes,,,,,,,,,,,,,,,, .......... 9.11-9.12 Determinations on Unit Price......................9.10 ENGINEER as Initial Interpreter,.,,,,,.. .......... ENGINEER's Responsibilities,,,,,,,,, ,,,,9.1-9.12 Limitations on ENGINEER's Authority and Responsibilities ..............................9.13 OWNER's Representative .............................. 9, t Project Representative ............................ 9.3 Rejecting Defective Work ......:............... ....9.6 Shop Drawings, Change Orders and Payments....................................9.7-9.9 Visits to Site.................................................9.2 Unit Price determinations .................. Visits to Site ............................... ............. .9.10 ...........9.2 Written consent required ............................. 7.2, 9.1 Equipment, Labor, Materials and,,,,, ..........0.3-6.5 Equipment rental, Cost of the Work............... 11.4.5.3 Equivalent Materials and Equipment ............. ......0.7 error or omissions..._,,, .......................¢33 Evidence of Financial Arrangements,,,,,,,,,,,,,,,,, $. i t Explorations of physical conditions,,,,,,,,,,,,,,,, 4.2.1 Fee, CONTRACTOR's--Costs Plus ...........................11.6 Field Order -- definition of ............................................ .........1.19 issued by ENGINEER ................................ 3.6.1, 9.5 Final Application for Payment..............................14.12 Final Inspection...................................................14.11 Final Payment -- and Acceptance ................................ .14.13-14.14 Prior to, for cash allowances, ........... 11.8 General Provisions..........................................17.3-17.4 General Requirements. - definition of .................................................... I.20 principal references tq..............2.6, 6.4, 6.6-6.7, ,.24 GivingNotice ................................ .........................17.1 Guarantee of Work —by CONTRACTOR......... .30, 14.12 Hazard Communication Programs ............. ..........0.22 Hazardous Waste -- definition of.....................................................J.21 general................................. .................... 4.5 OWNER's responsibility for...............................8.10 ix EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Indemnification..............................0..12, 6.16, 6.31-6.33 Initially Acceptable Schedules...................................2.9 Inspection -- Certificates of..............................9.13.4, 13.5, 14.12 Final...........................................................14.11 Article or Paragraph Number Special, required by ENGINEER .........................9.6 Tests and Approval ............... ........$.7, 13.3-13.4 Insurance -- Acceptance of, by OWNER...............................5.14 Additional, required by changes in the Work...........................................11.4.5.9 Before starting the Work .................................... 2.7 Bonds and --in general..........................................5 Cancellation Provisions ....................................... 5.8 Certificates of...................2.7, 5, 5.3, 5.4.11, 5.4.13, ........................5.6.5, 5.8, 5.14, 9.13.4, 14.12 completed operations......................................5.4.13 CONTRACTORS Liability ..................................5.4 CONTRACTORS objection to coverage ............. 5.14 Contractual Liability ..................................... 5.4.10 deductible amounts, CONTRACTOR's responsibility................................................5.9 Final Application for Payment .........................14.12 Licensed Insurers...............................................5.3 Notice requirements, material changes,,,,,., 5.8, 10.5 Option to Replace.............................................5.14 other special insurances ................................... 5.10 OWNER as fiduciary for insureds ...........5.12-5.13 OWNERS Liability ............................................5.5 OWNER's Responsibility ................................... 8.5 Partial Utilization, Property Insurancg..............5.15 Property.....................................................5.6-5.10 Receipt and Application of Insurance Proceeds .............................................. 5.12-5.13 Special Insurance ............................................. 5.10 Waiver of Rights..............................................5.11 Intent of Contract Documents..............................3.1-3.4 Interpretations and Clarificationp ....................3.6.3, 9.4 Investigations of physical conditions ...........................4.2 Labor, Materials and Equipment...........................6.3-6.5 Lands -- and Easements...................................................$A Availability of.............................................4.1, 8.4 Reports and Tests...............................................8A Laws and Regulations --Laws or Regulations -- Bonds .......................................................... 5.1-5.2 Changes in the Work........................................10.4 Contract Documents 3.1 CONTRACTORS Responsibilities,,,,,,,,,,,,,,,,,,,, 6.14 Correction Period, defective Work ................ 13.12 Cost of the Work, taxes ............................... J 1.4.5.4 definition of.....................................................1.22 general6.14 Indemnification, ....................................... 6.31-6.33 Insurance...........................................................5.3 Precedence................................................3.1, 3.3.3 Reference to....................................................3.3.1 Safety and Protection................................6.20, 13.2 Subcontractors, Suppliers and Others ........... 6.8-6.11 Article or Paragraph Number Tests and Inspections .................................. 13.5 Use of Premises,,,,,,,,,,,...................................... 6.16 Visits to Site.......................................................9.2 Liability Insurance -- CONTRACTOR s.........................................:..... 5.4 OWNER's...........................................................5.5 Licensed Sureties and Insurers ................................. 5.3 Liens -- Application for Progress Payment ......................14.2 CONTRACTORS Warranty of Title....................14.3 Final Application for Payment ......................... 1.4.12 definition of......................................................1.23 Waiver of Claims............................................34.15 Limitations on ENGTNEER's authority and responsibilities................................................. 9.13 Limited Reliance by CONTRACTOR Authorized ...................................................... 4.2.2 Maintenance and Operating Manuals -- Final Application for Payment .........................14.12 Manuals (of others)— Precedence....................................................3.3.3.1 Reference to in Contract Documents ................. 3.3.1 Materials and equipment -- furnished by CONTRACTOR...............................6.3 not incorporated in Work .................................. 14.2 Materials or equipment--equivdlent ...........................0.7 Mediation (Optional).......„.....................................16.7 Milestones --definition of........................................1.24 Miscellaneous -- Computation of Times,,,,'.................................17.2 Cumulative Remedies ,,,,,,,,,,17.4 Giving Notice....................................................17.1 Notice of Claim.................................................17.3 Professional Fees and Court Costs Included ......... 17.5 Multi -prime contracts.................................................7 Not Shown or Indicated.........................................4.3.2 Notice of -- Acceptability of Project.....................................14.13 Award, definition of ......................................... J.25 Claim............................................................1.7.3 Defects,13.1 Differing Subsurface or Physical Condition$ ...... 4.2.3 Giving............................................................13,1 Tests and Inspections ........................................ 13.3 Variation, Shop Drawing and Sample.................6.27 Notice to Proceed -- definition of......................................................1.26 givingof...........................................................2.3 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Notification to Surety.............................................10.5 Observations, by ENGINEER...........................(,30, 9.2 Occupancy of the Work,,,,,,,,,,,,,,,,,,, 5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR................6.9, 9.13 Open Peril policy form, Insurance ..........................5,6.2 Option to Replace .................................................... 5.14 Article or Paragraph Number "Or Equal" Items......................................................6.7 Other work 7 Overtime Work --Prohibition of.................................6.3 OWNER -- Acceptance ofdefective Work .......................... 13.13 appoint an ENGINEER......................................8.2 as fiduciary .......................... ..................... 5.12-5.13 Availability of Lands, responsibility ....................4.1 definition of.....................................................1.27 data, furnish......................................................5.3 May Correct Defective Work...........................13.14 May refuse to make payment.............................14.7 May Stop the Work.........................................13.10 May Suspend Work, Terminate............................$.8, 13.10, 15.1-15.4 Payment, make prompt.....................F.3, 14.4, 14.13 Performance of other work,..... ............................ 7.1 permits and licenses, requirement.4 ....................0.13 purchased insurance requirementg.............. 5.6-5.10 OWNER's-- Acceptance of the Work,,,,,,,,,,,,,,,,,,,,,,, ,,,0.30.2.5 Change Orders, obligation to executq,......... 8.6, 10.4 Communications ............................................... 8.1 Coordination of the Work,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 7.4 Disputes, request for decisioq............................9..11 Inspections, tests and approvalg..................F.7, 13.4 Liability Insurance,,,,,,,,,,,,,.......................... .5 Notice of Defects..............................................I3.1 Representative --During Construction, ENGINEER's Status......................................9.1 Responsibilities -- Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material,,,,,,,,,,,,,,, 8.10 Change Orders .............................................. .6 Changes in the Work..................................10.1 communications .......................... CONTRACTOR's responsibilities .................. 8.9 evidence of financial arrangement$..............$.11 inspections, tests and approvals ,,,,,,,,,,,,,,,,,,,,,5.7 insurance...................................................... 8.5 lands and easements.....................................8.4 prompt payment by.......................................8.3 replacement of ENGINEER ...........................$.2 reports and tests............................................8.4 stop or suspend Work,,,,,,,,,,,,,,,,,, 8.8, 13.10, 15.1 terminate CONTRACTOR's services..........................................8.8, 15.2 separate representative at sitg ............................ 9.3 testing, independent,,,,,,,,,, use or occupancy of the Wodc,,,,,,,,,,,,,,,,,, written consent or approval required .................... .............................13.4 ......5.15, 6.30.2.4, 14.10 ............9.1, 6.3, 11.4 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) .. w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number written notice required ........................7.1, 9.4, 9.11, ...................................11.2, 11.9, 14.7, 15.4 PCBs -- definition of......................................................1.29 general............................................................. 4.5 OWNER's responsibility for...............................8.10 Partial Utilization -- definition of.....................................................1.28 general 6.30.2.4, 14.10 Property Insurance ............................................ 5.15 Patent Fees and Royalties,,,,,,....* ............................ 6.12 Payment Bonds ........................ ........................... 5.1-5.2 Payments, Recommendation of..............14.4-14.7, 14.13 Payments to CONTRACTOR and Completion -- Application for ProgressPayments ......................14.2 CONTRACTOR's Warranty of Title ........ ........... 14.3 Final Application for Payment .........................14.12 Final Inspection..............................................14.11 Final Payment and Acceptance_..., ..... .... 14.13-14.14 general......................................................... $.3, 14 Partial Utilization ........................................... 14.10 Retainage..........................................................14.2 Review of Applications for Progress Payments...............................14.4-14.7 prompt payment..................................................8.3 Schedule of Values ,,,,,,14.1 . Substantial Completion..............................14.8-14.9 Waiver of Claims ............................................ 14.15 when payments due. ................................ 14.4, 14.13 withholding payment,,,,,,, ,. ...................14.7 Performance Bonds ..... ......... ._.............5.1-5.2 Permits.............................................................6.13 Petroleum -- definition of.....................................................1.30 general..............................................................4.5 OWNER's responsibility for...............................8.10 Physical Conditions -- Drawings of, in or relating to ........................ 4.2.1.2. ENGINEER's review ........................................ 4.2.4 existing structures............................................4.2.2 general4.2.1.2......................................................... Notice of Differing Subsurface or,,,,,,,,,,,,,,,,,,,,, 4.2.3 Possible Contract Documents Change...............4.2.5 Possible Price and Times Adjustments..............4.2.6 Reports and Drawings ..................................... 4.2.1 Subsurface and ................................................... 4.2 Subsurface Conditions..................................4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized ....................... 4.2.2 Underground Facilities-- _. general.........................................................4.3 Not Shown or Indicaed...............................4.3.2 Protection of ....................................... 4.3, 6.20 Article or Paragraph Number Shown -or Indicated, ............................................... :4.3.1 Technical Data ............................................... 4.2.2 Preconstruction Conference;.............................2.8 Preliminary Matters......................................................2 Preliminary Schedules..............................................2.6 Premises, Use of ............................................. ................ Price, Change of Contract t',,,,,,,,,,,,,,,It Price, Contract --definition of .................................. 1.11 Progress Payment, Applications for ..........................14.2 Progress Payment--retainage................................... 14.2 Progress schedule, CONTRACTOR's..............6, 2.8, 2.9, ........................ ....... 6.6, 6.29, 10.4, 15.2.1 Project --definition of...............................................1.31 Project Representative— ENGINEER's Status During Construction.......,,,, 9.3 Project Representative, Resident --definition of ......... 1.33 prompt payment by OWNER.....................................8.3 Property Insurance-- Additional.........................................................5.7 general5.6-5.10 Partial Utilization................................5.15, 14.10.2 receipt and application of proceeds ............ 5.12-5.13 Protection, Safety and..............................0..20-6.21, 13.2 Punch list..........................................................14.11 Radioactive Material— defintion of .....................................:.:............... 1.32 genera14.5 OWNER's responsibility for . .............................. $.10 Recommendation of Payment................J4.4, 14.5, 14.13 Record Documents ........................................ 6.19, 14.12 Records, procedures for maintaining ..........................7.8 Reference Points .............::..: ..........................:.......... 4.4 Reference to Standards and Specifications of Technical Societies........................................3.3 Regulations, Laws and(or)......................................6.14 Rejecting Defective Work..........................................9.6 Related Work -- atSite........................................................7.1-7.3 Performed prior to Shop Drawings and Samples submittals review„................„6.28 Remedies, cumulative......................................17.4, 17.5 Removal or Correction ofDejecrive Work ................ 13.11 rental agreements, OWNER approval required .... 11.4.5.3 replacement of ENGINEER, by OWNER,_„ ................ 8.2 Reporting and Resolving Discrepancies................................2.5, 3.3.2, 6.14.2 Reports -- and Drawings.................................................4.2.1 and Tests, OWNFR's responsibility .....................8A Resident and Project Representative -- definition of ...................................................... 1.33 provisionfor............................................................ 9.3 xii EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) SECTION 00300 BID FORM Article or Paragraph Number Resident Superintendent, CONTRACTOR'g............... 6.2 Responsibilities— CONTRACTOR's-in general .................................. 6 ENGINEER's-in general........................................9 Limitations on.............................................P.13 OWNER's-in general ............................................ 8 Retainage............................................................14.2 Reuse of Documents..................................................3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal,,,,,,,,,,,,,,,,,,,,,, 6.25 Review of Applications for Progress Payments .......................... ...... 14.4-14.7 Right to an adjustment ............................ ......10.2 Rightsof Way..........................................................4.1 Royalties, Patent Fees and ,,,,,,,,,,,,,,,,,,,,*................. 6.12 Safe Structural Loading..........................................0.18 Safety -- and Protection .............................. 4.3.2, 6.16 6.18 620-621 72 132 ...................................... . . general.....................................................6.20-6.23 Representative, CONTRACTOR's.......................0.21 Samples -- definition of......................................................1.34 general.....................................................6.24-6.28 Review by CONTRACTOR ............................... 6.25 Review by ENGINEER............................... .26, 6.27 related Work.....................................................6.28 submittal of....................................................6.24.2 submittal procedures .......................................... .25 Schedule of progress.............................2.6, 2.8-2.9, 6.6, .........................................6.29, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals..............................2.6, 2.8-2.9, 6.24-6.28 Schedule of Values..............................2.6, 2.8-2.9, 14.1 Schedules — Adherence to..................................................15.2.1 Adjusting...........................................................00 Change of Contract Times.................................10.4 Initially Acceptable ...................................... z,8, 2.9 Preliminary ........................................................2.6 Scope of Changes ..................................... 10.3-10.4 Subsurface Conditions Shop Drawings -- .4.2.1.1 and Samples, general.................................6.24-6.28 Change Orders & Applications for Payments, and, ........................................ 9.7-9.9 definition of......................................................1.35 ENGINEER's approval of ............................... 3.6.2 ENGINEER'S responsibility for review .................................... 9.7, 6.24-6.28 related Work.....................................................6.28 review procedures................................2.8, 6.24-6.28 Article or Paragraph Number submittal required ................................................ .24.1 Submittal Procedures ....................................... 6.25 use to approve substitutions..............................6.7.3 Shown or Indicated .................... 4.3.1 Site Access......................................................7.2, 13.2 Site Cleanliness.......................................................0.17 Site, Visits to. - by ENGINEER .......................................... 9.2, 13.2 by others ......................................13.2 "special causes of loss" policy form, insurance........................................................5.6.2 definition of....................................................1.36 Specifications_ defination of....................................................J.36 of Technical Societies, reference tq...................3 3.1 precedence...................................................... Standards and Specifications of Technical Societies ........................ 3.3 Starting Construction, Before,,,,,,,,,,,,,,,,,,,,,,, 7.5-2.8 Starting the Work.....................................................:;.4 Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER ..................................... 8.8, 13.10, 15.1 Storage of materials and equipmenj.................... 4.1, 7.2 Structural Loading, Safety.......................................6.18 Subcontractor — Concerning ................................................0.8-6.11 definition of ................................. ................ ....1.37 delays............................................................. 12.3 waiver of rights................................................. 6.11 Subcontractors --in general ................................. 6.8-6.11 Subcontracts --required provisions,,,,,.,,, 5.11, 6.11, 11.4.3 Submittals -- Applications for Payment,,,,,,,,,,,,,,,,, ,,,,,,14.2 Maintenance and Operation Manuals,,,,,,,,.„.„ ,,, 14.12 Procedures.......................................................0.25 Progress Schedules.......................................2.6, 2.9 Samples...................................................6.24-6.28 Schedule of Values ................................ 2.6, 14.1 Schedule of Shop Drawings and Samples Submissions .................................... 2.6, 2.8-2.9 Shop Drawings ........................................ 6.24-6.28 Substantial Completion -- certification of............................6,30.2.3, 14.8-14.9 definition of....................................................1.38 Substitute Construction Methods or Procedures,,,,,, 6.7.2 Substitutes and "Or Equal" Items,,,,,,,,,,,,,,,,,,,,, .6.7 CONTRACTOR's Expense............................6.7.1.3 ENGINEER's Evaluation,,,,,,,,,,,,,,,,,,,, ., .......... 6.7.3 "Or-Equal"...................................................6.7.1.1 Substitute Construction Methods xm EICDC GENERAL CONDITIONS 1910.8 (1990 EDITION) ... W1 CrrY OF FORT COLLINS MODIFICATIONS (REV 9/99) Yi Article or Paragraph Number or Procedures.............................................0.7.2 Substitute Items ..................... ..... . .. ....... ..... ... 6.7.1.2 Subsurface and Physical Conditions-- Drawings of, in or relathg to.........................4.2.1.2 ENGINEER's Review,,......, ...... ....4.2.4 general............................................................. 4.2 Limited Reliance by CONTRACTOR Authorized ....................... ..........................4.2.2 Notice of Differing Subsurface or Physical Conditions.........................................4.2.3 Physical Conditions ...................................... 4.2.1.2 Possible Contract Documents Change„.............4.2.5 Possible Price andTimes Adjustments...............4.2.6 Reports and Drawings ..................................... 4.2.1 Subsurface and ................................................... 4.2 Subsurface Conditions at the Site...................4.2.1.1 Technical Data, ................................................ 4.2.2 Supervision— CONTRACTOR's responsibility ...........................6.1 OWNER shall not supervise................................8.9 ENGINEER shall not supervise ................ 9.2, 9.13.2 Superintendence.......................................................0.2 Superintendent, CONTRACTOR's resident..............0.2 Supplemental costs..............................................11.4.5 Supplementary Conditions -- definition of......................................................1.39 principal references tq.................1.10, 1.18, 2.2, 2.7, ........................4.2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9, ............... 5.11, 6.8, 6.13, 7.4, 8.11, 9.3, 9.10 Supplementing Contract Document*..........................3.6 Supplier -- definition of.....................................................1.40 principal references tq........... 3.7, 6.5, 6.8-6.11, 6.20, ,�i..........................................0.24, 9.13, 14.12 Waiver of Rights...............................................6.11 Surety -- consent to final payment .......................14.12, 14.14 ENGINEER has no duty to.................................9.13 Notification of ..................... ........10.1, 10.5, 15.2 qualification of... ......... .................5.1-5.3 Survival of Obligations ........................................... 6.34 Suspend Work, OWNER May ....................... 13.10, 15.1 Suspension of Work and Termination-- ......................15 CONTRACTOR May Stop Work or Terminate...............................................15.5 OWNER May Suspend Work.............................15.1 OWNER May Terminate.............................15.2-15.4 Taxes --Payment by CONTRACTOR .........................0.15 Technical Data -- Limited Reliance by CONTRACTOR ................4.2.2 Possible Price and Times Adjustments..............4.2.6 Reports of Differing Subsurface and Physical Conditions„..................................4.2.3 xiv Temporary construction facilities ............................. 4.1 Article or Paragraph Number Termination -- by CONTRACTOR...........................................15.5 by OWNER........................................8.8, 15.1-15.4 of ENGINEER'S employment...............................$.2 Suspension of Work-in general....... ..............15 Terms and Adjectives..............................................3.4 Tests and Inspections -- Access to the Work, by others............................13.2 CONTRACTOR'S responsibilities ......................13.5 cost of 13.4 covering Work prior tq..............................13.6-13.7 Laws and Regulations(or)................................ 13.5 Notice of Defects.........................................:.....13.1 OWNER May Stop Work.................................13.10 OWNER's independent testing ..........................13.4 special, required by ENGINEER ..........................9.6 timely notice required.......................................13.4 Uncovering the Work, at ENGINEER's request. ............................................... 13.8-13.9 Times-- Adjusting...........................................................0.6 Change of Contract...........„.................................12 Computation of................................................17.2 Contract Times --definition of ...........................1.12 day.........................................................17.2.2 Milestones..........................................................12 Requirements-- appeals..................................................9.10, 16 clarifications, claims and disputes..................9.11, 11.2, 12 Commencement of Contract Time4,,,,,,,,,,,,,,,, 2.3 Preconstruction Conference ...........................7.8 schedules.........................................2.6, 2.9, 6.6 Starting the Work ........................................ 2.4 Title, Warranty of. .................................................. 14.3 Uncovering Work............................................13.8-13.9 Underground Facilities, Physical Conditions — definition of....................................................1.41 Not Shown or Indicated ................................... 4.3.2 protection of .............................................. 4 3, 6.20 Shown or Indicated..........................................4.3.1 Unit Price Work-- claims.........................................................11.9.3 definition of....................................................1.42 genera111.9, 14.1, 14.5 Unit Prices -- general l 1.3.1 Determination for ............................................ 9.10 Use of Premises ................................. 6.16, 6.18, 6.30.2.4 Utility owners..............................6.13, 6.20, 7.1-7.3, 13.2 Utilization, Partial...................1.28, 5.15, 6.30.2.4, 14.10 Value of the Work ..................................................11.3 Values, Schedule of.............................2.6, 2.8-2.9, 14.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Variations in Work --Minor Authorized ..................................... 6.25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER,,.,, 9.2 Waiver of Claims --on Final Pa ......................14.15 _ Waiver of Rights by insured partie4..................5.11, 6.11 Warranty and Guarantee, General --by CONTRACTOR................................................0.30 Warranty of Title, CONTRACTOR's........................14.3 — Work -- Accessto..........................................................13.2 by others,. ............................................................. 7 Changesin the.....................................................10 Continuing the..................................................0.29 CONTRACTOR May Stop Work or Terminate...............................................15.5 Coordination of..................................................7.4 Cost of the................................................. 11.4-11.5 — definitionOf......................................................1.43 _ neglected by CONTRACTOR............................13.14 otherWork............................................................7 OWNER May Stop Work ..................... 13.10 OWNER May Suspend Work,,,,,,,,,,,,,,,,„13.10, 15.1 Related, Work at Site....................................7.1-7.3 Starting the> ............. 2.4 .................. . Stopping by CONTRACTOR.............................15.5 Stopping by OWNER ...................... I .......... 15.1-15.4 Variation and deviation authorized, minor ........._3.6 Work Change Directive — claims pursuant to.............................................10.2 definitionof......................................................1.44 principal references to......................3.5.3, 10.1-10.2 Written Amendment -- definition of ........................ ...............1.45 — principal referen.............. .. ces to,,,.........„1.10, 3.5, 5.10,15.12, ••........................6.6.2, 6.8.2, 6.19, 10.1, 10.4, ............................ 11 -2, 12.1, 13.12.2, 14.7.2 Written Clarifications and Interpretations, ..................................3.6.3, 9.4, 9.11 Written Notice Required-- _ by CONTRACTOR ....................... 7.1, 9.10-9.11, ........................................... 10.4, 11.2, 12.1 by OWNER .................... 9.10-9.11, 10.4, 11.2, 13.14 xv EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) .. W/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) r (This page left blank intentionally) xvi EICDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) GENERAL CONDITIONS ARTICLE 1—DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. Agreement —The written contract between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment —The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4, Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1.5. Bid —The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed 1.6. Bidding Documents —The advertisement or invitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements —The advertisement or invitation to Bid, instructions to bidders, and the Bid form 1.8. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by ENGINEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1.10. Contract Documents --The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1 and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1 and 4.2.2 are not Contract Documents. 1.11. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph l 1.9.1 in the case of Unit Price Work). 1.12. Contract Times —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. 1.13. CONTRACTOR —The person, firm or corporation with whom OWNER has entered into the Agreement. 1.14. defective —An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15. Drawings —The drawings which show the scope, extent and character of the Work to be famished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER —The person, firm or corporation named as such in the Agreement. 1.18. ENGINEER'S Consultant —A person, firm or corporation having a contract with ENGINEER to furnish services as ENGMER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19. Field Order -A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. 1.20. General Requirements —Sections of Division I of the Specifications. Ill. Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 1.222. Lars and Regulations; Laws or Regulations —Any and all applicable laws, ntles, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. Legal Ho shall be those holidays observed lithe Cttv of Fort Collms 1.23. Liens —Liens, charges, security interests or encumbrances upon real property or personal property. 1.24. Mlestom—A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25. Notice ofAmurd--A written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed —A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 1.27. OWNER —The public body or authority, corporation, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided 1.28. Partial Utilization —Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs —Polychlorinated biphenyls. 1.30. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene and oil mixed with other non -Hazardous Wastes and crude oils. 1.31. Project —The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32.a. Radioactive Material —Source, special nuclear, r byproduct material as defined by the Atomic Energy Act oof E1CDC GENERAL, CONDITIONS 1910-8 (1990 Edition) w/CITY OF FORT COL UNS MODIFICATIONS (REV 4/2000) 1954 (42 USC Section 2011 et seq.) as amended from time to time. 1.32.b. Reeular Working Hours —Rem lar working hours area as 7.00am to 6 OOmm unless otherwise specified m the General Requirements 1.33. Resident Project Representative —The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 1.35. Shop Drawings —All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications —Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor —An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion —The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or -part of the Work refer to Substantial Completion thereof. 1.39. Supplementary Conduio —The partof the Contract Documents which amends or supplements these General Conditions. 1.40. Supplier —A manufacturer, fabricator, supplier, distributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. IAA. Underground Facilities —All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 1.42. Unit Price Work —Work to be paid for on the basis of unit prices. 1.43. Work —The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents. 1.44. Work Change Directive —A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 623. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2. 1.45. Written Amendment —A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. ARTICLE 2—PRELIMINARY MATTERS Delivery of Bonds. 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to famish in accordance with paragraph 5.1. Copies of Documents. 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times, Notice to Proceed: 2.3. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement, or, EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. in n eyerA %ill the 1+entraet Times Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run. Before Starting Construction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal; 2.6.2.1. In no case will a schedule be acceptable which allows less than 21 calendar days for each review by Engineer. 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.7. Before any Work at the site is started, CONTRACTOR and-6W?IISR shall eaeh deliver to the ethw OWNER with copies to identified in the 8"p1maeatai), Goadifie ENGINEER certificates of insurance (and other evidence of insurance reaueswd by OWNER) which CONTRACTOR is required to purchase and maintain in accordance with paragraphs 5 4, 5.6 arm S. Preconstrucdon Conference. 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records. Initially Acceptable Schedules. 2.9. Unless otherwise provided in the Contract Documents before any work at the site be a conference attended by CONTRACTOR, ENGINEER and others as apprepriete designated by OWNER will be held to review for acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. and Division I - General Reauirements CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOWs full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE Intent. 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project 3.2. It is the intent of the Contract Documents to EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being requited to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies; Reporting and Resolving Discrepancies. 3.3.1. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 3.3.3.2. the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual, code or, instruction shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their subcontractors, consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER, ENGINEER or any of ENGINEER's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or any other provision of the Contract Documents. 3.4. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supplementing Contract Documents: 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5.1. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragraph 10.4), or E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 3.5.3. a Work Change Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5), 3.6.2. ENGINEER'S approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of Documents: 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organization perfnnning or famishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER - ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. of or filing a fneeharAe's lion against saah lands in OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so famished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's furnishing these lands, rights -of - way or easements, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2. Subsurface and Physical Conditions: 4.2.1. Reports and Drawings: Reference is made to the Supplementary Conditions for identification of 4.2.1.1. Subsurface Conditions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 4.2.1.2. Physical Conditions: Those drawings of Physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. 42.2. Limited Reliance by CONTRACTOR Authorized, - Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, premapt}y tel after becoming aware thereof and before fitr rther disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 623), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4.2.4. ENGDNEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Documents Change: If ENGINEER concludes that a change in the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.2.1. the completeness of such reports and 4.2.6. Possible Price and Dmes Adjustments: An drawings for CONTRACTOR's purposes, equitable adjustment in the Contract Price or in the including, but not limited to, any aspects of. the Contract Times, or both, will be allowed to the extent that means, methods, techniques, sequences and the existence of such uncovered or revealed condition procedures of construction to be employed by causes an increase or decrease in CONTRACTOR's cost CONTRACTOR and safety precautions and of, or time required for performance of, the Work; subject, programs incident thereto, or however, to the following: 4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. Notice of Differing Subsurface or Physical Conditions: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either; 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2. is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 4.2.3.4, inclusive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if; 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the ETCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) r. SECTION 00300 BID FORM PROJECT: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696 Place City Ft. Collins - Purchasing Division Date 4/16/07 1. In compliance with your Invitation to Bid dated 3/25/02 and subject to all conditions thereof, the undersigned Connell Resources, Inc. a ** Cor oration, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 57 of the total amount of the bid ($ Instructions to Bidders. in accordance with the Invitation To Bid and 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: -Travelers Casualty and Surety - One Tower Square Hartford CT 06183 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through 7/96 Section 00300 Page 1 submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the tune and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Conditions —Underground Facilities: 4.3.1. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents,(iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph6.23), identify the owner of such Underground Facility and E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) give written notice to that owner and to OWNER and ENGINEER ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall may be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated If OWNER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles I 1 and 12. However, OWNER, ENGINEER and ENGINEER'S Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points. 4.4. OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. ....1 - - - - .... :_ - • Y • YN . • 4-0 RRi ..,71 �I�i�}A!!Mt4"�1114� EiCDC GENERAL CONDMONS 1910-5 (1990 Edition) w/ CrrY OF FORT COLLINS MODIFICATIONS (REV 4t2oo0) ARTICLE5—BONDS AND INSURANCE Performance, Payment and Other Bonds. 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the fitithfid performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff; Bureau of Government Financial Operations, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. 5.2. If the surety on any Bond furnished CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER. 53. Licensed Sureties and Insurers, Cerdficaees of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance compames that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.3.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. QP�ONR CONTRACTOR's Liability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and famishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.4.1. claims under workers' compensation, disability benefits and other similar employee benefit acts; 5.4.2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.4.3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 5.4.5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever. located, including loss of use resulting therefrom; and 5A.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9, include as additional insureds (subject to any customary exclusion in respect of professional liability), OWNER, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 5.4.9. include completed operations insurance; EICDC GENERAL CONDITIONS 191M (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 5.4.10. include contractual liability insurance covering CONTRACTOR'S indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5.3.2 will so provide); 5.4.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12; and 5.4.13. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after fatal payment (and CONTRACTOR shall famish OWNER and each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). OW/VER's Liability Insurance: 5.5. In addition to insurance required to be provided by CONTRACTOR under paragraph 5A, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: m.IL.... .._imps.. debris *O owl* as of engineeis a 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others in ideng the a„�t�,_.__ .1.. FPFT EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) 10 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) M. 1. 1• • 1. 1 - M. 1. 1. M. 1. •1 �_ 11.1 E.Fl-; • I. 1 Receipt and Application oflnsurance Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph5.13. OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with 'such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers d; if req.i_va : ^_ by a iulems OWNER as fiduei9f si-Allgive Leal l�.L... Acceptance of Bonds and Insurance, Option to Replace. 5.14. If eidw party (OAgs cn e.. GO ITR - TnDI OWNER has any objection to the coverage afforded by or other provisions of the Bondsr insurance required to be purchased and maintained by the a&N p CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the OWNER will notify CONTRACTOR in writing within tea fifteen days after reeeipt delivery of the certificates (of oLhff requested) to OWNER as required by paragraph 2.7. paEly does not papehase or maintain all of the Ben& iiistffame wed e f .ah by the Geritni ti er femedy, the Wier party may eleet to obtain equivg Partial Utilization —Property Insurance: 5,15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods,- techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as binding as if given to CONTRACTOR - Labor, Materials and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to ENGINEER. CONTRACTOR shall submit requests to the ENGINEER no less than 48 hours in advance of any Work to be performed on Saturday, Sunday. Holidays or outside the Rmular Working Hours. 11 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall fitmish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the fitmishing, Perf nulance, testing, start-up and completion of the Work. 64.1. Purchasing Restrictions- CONTRACTOR must comply withthe C1tv's purchasin restrictions A CODv of the resolutions are available for review in the offices of the Purchasing_ and Risk Management Division or the City Clerk's office 6.4.2. Cement Restrictions: City of Fort Collins Resolution 91-121 re Unys that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that bum Fa zardous waste as a fuel 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly nin to the benefit of OWNER If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents, Progress Schedule: 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.9 as it may be adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) proposed adjustments in the progress schedule that will not change the Contract Times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 6.7. Substitutes and "Or -Equal" Items. 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a Particular Supplier, the specification or description is intended to establish the type, function and quality required Unless the specification or description 12 EICDC GENERAL CONDITIONS 1910.8 (1990 Edition) w/ CrrY OF FORT COLLINS MODIFICATIONS (REV 4/2000) contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: e 6.7.1.1. "Or -Equal": If in ENGINEER's sole discretion an item of material of equipment Proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal„ item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items: If in ENGINEER's sole discretion an item of material or equipment Proposed by CONTRACTOR does not qualify as, an "or -equal" item under subparagraph 6.7.1.1, it will be considered a proposed substitute item CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment Proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to famish or use a substitute item of material or equipment, CONTRACTOR shall first make _ written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the - same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will Prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is ` subject to Payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement `- service will be indicated The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of -' redesign and claims of other'cnfractors affected �_A by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. 6.7.1.3. CONTRACTORS Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR' expense. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may famish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR' expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in snaking changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 6.8. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to famish or perform any of the Work against whom CONTRACTOR has reasonable objection. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) 6_9. CONTRACTOR shall Derform not less than 20 percent of the Work with its own forces (that is without subcontracting). The 20 pment requirement shall be understood to refer to the Work the value of which totals not less than 20 percent of the Contract Price. 6.8.2. if tke Supplemefttffy CerAtism Bidding Documents require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials or equipment) to be submitted to OWNER date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER,--mld—if OWNER's or' ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of 'A%!! be imed of Written Affwndmeiat signed, will constitute a condition of the Contract requiring the use of the named subcontractors suppliers or other persons or organization on the Work unless Orior written approval is obtained from OWNER and ENGINEER. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or famishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. OWNER or ENGINEER may furnish to any subcontractor, supplier or other person or organization evidence of amounts paid to CONTRACTOR in accordance with CONTRACTOR'S "Applications for Payment" 13 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and orgam2ations Performinng or famishing any of the Work to communicate with the ENGINEER through CONTRACTOR 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable term and conditions of the Contract Documents for the benefit of OWNER and ENGINEER _�.Y, •_. Y_ • .._.._._ YY• Y Patent Fees and Royalties. 6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention[, design, process, product or device is specified in the Contract Documents for use in the Performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, Process, product or device not specified in the Contract Documents. 14 EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CrrY OF FORT COLLINS MODIFICATIONS (REV 4/200o) Permits. 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such Permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. Laws and Regulations. 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR . ,.of CONTRACTOR's obligations under paragraph 3.3.2. Taxes. 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the Performance of the Work. 6.15.1. OWNER is exemyt from Colorado State and local sales and use taxes on materials to be mmanently incorporated into the nroiect Said taxes shall not be included in the Contract Price Address: Colorado Department of Revenue State Capital Annex 1375 Sherman Street Denver. Colorado, 80261 Sales and Use Taxes for the State of Colorado Regional Transportation District (RTD) and certain Colorado counties are collected by the State of Colorado and are included in the Certification of Exemption. All applicable Sales and Use Taxes (including State collected taxes), on any items other than construction and building materials Rhvsically incorporated into the proiect are to be Raid by CONTRACTOR and are to be included in appropriate bid items. Use of Premises: 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and Rrior to release of final navment. these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.20.1. all persons on the Work site or who may be affected by the Work; 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraphs 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or fumisb any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a 15 notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. Safety Representative. CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communication Programs. 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with Laws or Regulations. Emergencies. 6.23. In emergencies affecting the safety or protection of Persons or the Work or Property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action. 6.24. Shop Drawings and Samples. 614.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show ENGINEER the materials and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6.24.2. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 16 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) Purposes required by paragraph 626. The numbers of each Sample to be submitted will be as specified in -' the Specifications. 6.25. Submlttd Procedures: 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimensions, specified Performance criteria, -- installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, - assembly and installation pertaining to the performance of the Work, and 6.25.1.3. all information relative to CONTRACTOR's sole responsibilities in respect Of means, methods, techniques, sequences and — Procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 625.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 625.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation. ^ 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to means, methods, techniques, sequences or Procedures of construction (except where a particular means, method, technique, sequence or procedure of n' E ADDRESS: BID SCHEDULE (Base Bid) Connell Resources, Inc. CONTR�ACTOORR David�E. Simpson Vice President 4305 E. Harmony Road Collins, Colorado 80528 Please use the attached Bid Schedule when submitting your bid. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. ESPECTFULLY SUBMITTED: Signature Date David E. Simpson - Vice President Trtle License Number (If Applicable) (Seal - if Bid is by corporation) Attest: \ '" w 0 c�..t"c% Sheri C. Welch - Asst. Secretary Address 4305 Harmony Road Telephone (970) 223-3151 7/96 Section 00300 Page 2 construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEERs attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by ENGINEER as required by paragraph 2.9, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. Continuing the Work 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.30. CONTRACTOR's General Warranty and Guarantee. 6.30.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR'S warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or Suppliers; or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTORS obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6.30.2.2. recommendation of any progress or final payment by ENGINEER 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30.2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWNER. Indemnification: 6.31. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including, but not limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or f mush any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity. 6.32. hi any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by 17 any of them to perform or famish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGINEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the Professional negligence, errors or omissions of any of them Survival ofObligadons: 6.34. All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing Obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. ARTICLE 7—OTHER WORK Related Work at Site: 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners...If the fact that such other work is to be Performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to CONTRACTOR Prior to starting any such other work and (ii) CONTRACTOR may make a claim therefor as provided in Articles 11 and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the amount or extent thereof. 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable EJCDC GRMLAL CONDITIONS 1910-8 (1990 Editim) 18 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and Proper for integration with CONTRACTOR'S Work except for latent or nonapparent defects and deficiencies in such other work. Coordination: 7A. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such authority and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8—OWNER'S RESPONSIBliXfUs 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through ENGINEER 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer against whose status under the Contract Documents shall bethat of the former ENGINEER 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER'S duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, direct or -have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. a.. - .. _. ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. ENGINEER will be OWNER's representative during the construction period The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Site. 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGINEER deems necessary in order to observe as an experienced and, qualified design professional the progress EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) that has been made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. ENGINEER' efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. ENGINEER's visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on -site visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. Project Representative: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs 9.3 and 9.13 and in the Su"! Eeadifeens of these General Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGINEER's Consultant, agent or employee,•the responsibilities and authority and limitations thereon of such other person will be as provided in parazratih 9.3 9.3.2. Duties and Responsibilities Representative will: 9.3.2.1. Schedules - Review the process 19 schedule and other schedules prepared by the CONTRACTOR and consult with the ENGINEER c ;rig accWtability 9.3.2.2. Conferences and Meetin - Attend meeting with the CONTRACTOR such as DreCOIIStmCtlon COnfe[enrRs progress meetings and other lob conferences and prepare and circulate copies of minutes of meetings 9.3.2.3.Liaison 9.3.2.3.1. Serve as ENGINEER'S liaison with CONTRACTOR working rincimUy through CONTRACTOR'S superintendent to assist the CONTRACTOR in tmderstandin the Contract Documents. 9.3.2.3.2. Assist in obtaining from OWNER additional details or information when required for proper execution of the Work 9.3.2.3.3. Advise the ENGINEER and CONTRACTOR of the commencement of any Work remU' a Shop Drawn a or sample submission if the submission has not been approved by the ENGINEER 9.3.2.4.Re tiew of Work Rejection of Defective Work. Inspections and Tests - 9.3.2.4.1. Conduct on -site observations of the Work in progress to assist the ENGINEER to deternur ing that the Work ig proceeding in accordance with the Contract Documents 9.3.2.4.3. Aceomnativ visiting inspectors representing public or other agencies havjniq jurisdiction over the Project record the results of these inspections and report to the ENGINEER 9.3.2.5. Interoretation of Contract Documents. Report to ENGINEER when clarifications and mtemretations of the Contract Documents are needed and transmit to CONTRACTOR clarification and rote predation of the Contract Documents as issued by the ENGINEER 9.3.2.6. Modifications Consider and evaluate CONTRACTOR'S suggestions for FJCDC GENERAL CONDITIONS 1910-8 (1990 FAitim) 20 w/ CITY OF FORT COLLINS MODWICATIONS (REV 42000) modification in Drawings or Specifications and report these recommendations to ENGINEER Accurately transnut to CONTRACTOR decisions issued by the ENGINEER 9.3.2.7. Records. 9.3.2.8 Reports - 9.3.2.8.1. Furnish ENGINEER periodic reports. as rewired of the progress of the Work and of the CONTRACTOR'S compliance with the progress schedule and schedule of shop Drawing and sample submittals 9.3.2.8.2. Consult with ENGINEER in advance of schedulin major tests jnspections or start of important phases of the Work. 9.3.2 8.3. Draft proposed Change Orders and Work Directive Changes pb uning backup material from the CONTRACTOR and recommend to ENGINEER Cbanve Orders. Work Djtedive Chan es and field orders• 9.3.2 8 4 Report immediately to ENGINEER and OWNER the occurrence of AM accident. 9.3.2.9. Payment Requests Review anplicatjons for payment with CONTRACTOR for compliance with the established procedure for their submissron and forward with recommendation to ENGINEER noting particularly the relationship of the payment requested to the schedule of values work completed and materials and equipment delivered at the site but not incorporated in the Work. 9.3.2.10. Completion. 9.3.2.10.1. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring correction or completion. 9.3.2.10.2. Conduct final inspection in the company of the ENGINEER OWNER and CONTRACTOR and prepare a final list of items to be corrected or completed 9.3.2.10.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER concerning acceptance 9.3.3. Limitation of Authority The Representative shall not: 9.3.3.1. Authorize any deviations from the Contract Documents or accent any substitute materials or equipment, unless authorized by the ENGINEER. 9.3.3.2. Exceed limitations of ENGINEER'S authority as set forth in the Contract Documents. 9.3.3.3. Undertake any of the responsibilities of the CONTRACTOR Subcontractors or CONTRACTOR'S superintendent. 9.3.3.4. Advise on, or issue directions relative to, or assume control over any aspect of the means methods techniaues sequences or Procedures for construction unless such is specifically called for in the Contract Documents 9.3.3.5. Advise on or issue directions regarding or assume control over safety precautions and Programs in connections with the Work. 9.3.3.6. Accept Shop Drawings or sample submittals from anyone other than the CONTRACTOR 9.3.3.7. Authorize OWNER to occupy the Work in whole or in part. 9.3.3.8. Partici ate in specialized field or labontory tests or inspections conducted by others except as specifically authorized by the ENGINEER Clarifications and Interpretations. 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the EJCDC GENERAL CONDITIONS 1910-5 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof, if any, OWNER or CONTRACTOR may make a written claps therefor as provided in Article 11 or Article 12. Authorized Variations in Work. 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Orderjustifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 11 or 12. Rejecting Defective Work: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Determinations for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application 21 for Payment or otherwise). ENGINEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless Otherwise agreed in writing by OWNER and CONTRACTOR. Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes. 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the Other party to the Agreement promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing parry's submittal, if any, in accordance with this paragraph. ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the Procedures set forth in EXHIBIT GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written noticeof intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such 22 EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) decision, unless otherwise agreed in writing by OWNER and CONTRACTOR. " 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, ENGINEER will not show Partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or —' remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any — such claim, dispute or other matter. 9.13. Limitations on ENGINEER's Authority and Responsibilities: — 9.13.1. Neither ENGINEER's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them. _ 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the . fitrmshmg or performance of the Work. ENGINEER will not be responsible for CONTRACTOR'S failure to perform or famish the Work in accordance with the Contract Documents. 9.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or _ organization perforating or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds and certificates of inspection, tests " and approvals and other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER's Consultants, Resident Project Representative and assistants. ARTICLE 10—(I ANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2. If OWNER and. CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 11 or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10.4.1. changes in the Work which are (i) ordered by OWNER pursuant to paragraph 10.1, (ii) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents EiCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CrFY OF FORT COLLINS MODIFICATIONS (REV 412000) (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11—CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party malting the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with -paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 Paragraphs 11.9.1 through 11.9.3, inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed payment basis, including lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR'S fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work. 11.4. The term Cost of the Work means the stun of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: IIA.1.Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall ettelude, but be limited to; salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensation, health and Fefimsa benefits- beauses applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed or famished by Subcontractors. If required by OWNER, 24 FJCDC GENERAL CONDITIONS 1910-5 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) CONTRACTOR shall obtain competitive bids from ~ Subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in - paragraphs 11.4, 11.5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: I I A.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the _ performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof --all in accordance with tams of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. IIA.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any -. of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the V performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4—all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR'S office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4a000) 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: . 11.6.1. a mutually acceptable fixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and I IA.2, the CONTRACTOR's fee shall be fifteen percent; 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be fivb percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a f to be negotiated in faith with the OWNER but not to exceed live percent of the amount paid to the next lower tier Subcontractor. 11.6.2A. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be 25 determined pursuant to paragraphs 11.4 and 11.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting Practices and submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash Allowances. 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be famished and performed for such sums as may be acceptable to OWNER and ENGINEER CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Rork. 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity Of each item as indicated in the Agreement The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item. 11.9.3.OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article I 1 if: 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; 26 FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work; and 11.9.3.3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. 11,9.34. CONTRACTOR acknowledges that the OWNER has the ri t to add or delete items in the Btd or chanee quantities at OWNER'S sole discretion without affecting the Contract Price of any remaining item so lone as the deletion or addition does not exceed twenty-five percent of the oriAmal total Contract Price ARTICLE 12—CHANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment Any claim for an adjustment of the Contract Times (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim Notice of the extent of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event All claims for adjustment in the Contract Times (or Milestones) shall be detemtined by ENGINEER in accordance with paragraph 9.l l if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions or acts of God Delays attributable to and Project: South Shields Street Improvement Project Date: W13102 Description 202-01 Remove Vertical Curb a Gutter 202-02 Ramove Cmsspen, Apron, Driveway 202-03 Remove Roll Over Curb 202-04 Remove Asphalt Y-B'thick 202-05 Remove Sidewalk 202-06 Remove Comets Light Pole Bases (Top Y) and Haul 202-07 Remove Existing Inlets Type R 6 202-08 Remove Tree Stump (Avg. Wil = 48- Demeter) 202-09 Remove Landscape Boulders(Comer of Stuart and Shields - approx. 4'-8-cobbles) 203-01 Unclassi(led Excavation 203-02 Embankment (CIP) 203-03 Barrow- Suitable Fill Material(Unforseen Circumstances Only) 203-N Haul and Dispose 203-05 Muck Excavation (CIP) 203-06 Borrow ABC (cl 5 or 6 ) CIP 203-07 TOPSOII(stdppin9. stockpile, placing) 203-08 Swale Grading 203-09 Potholing 208-01 Erosion Control 210-01 Adjust Manhole Ring/Cover 210-02 Ml Manhole 210-03 Adjust Valve Box 304-01 Aggregate Base Course -(Cl 5 or 6)-6'Depth -(CIP) 304-02 Aggregate Base Course Patch Placement ,(Ci 5or 6)-6-Depth-(CIP) 306-01 Reconditioning(B-) 307-01 Flyash Subgrade Stebilization(12%) 403-01 Hot Bituminous Pavement - GradingS(a-Depth) (PG 7a.28) 4034)2 Hot Bituminous Pavement- Goading SG (6- Depth) (PG Gal 403-03 Asphalt Paver Patching - Grading S (a- Depth) PG 84-22 Binder 403-N Asphalt Paver Patching - counting SG(7-Depth) PG 6422 Binder 412-01 Portland Cement Concrete Pavement (10' Depth) 420-01 Mirafi Filter Material 506-01 15'x20'XiS' Class 12 Rip-Rsp with 6'topaoll (GIP per detail) 506-02 5'x5'X15' Class 12 Rip -Rap with 6- opsoil (CIP per detail) 603-01 4- PVC Schedule NO Irrigation Shaving 604-01 TType RInlet 604-02 Combination Type 131nlet 808-Ot Concrete Sidewalk T(Thickness=6') 608-02 Concrete Acess Ramps with Colored Landings (Thickness = 6') 08-03 Concrete Cmaspan and Aprons (Thickness, = to-) 608-04 Concrete Bus Pad (Thickness =6') 608-05 Patterenad Asphalt Crosswalks 608-M Hi Early Concrete 608-07 Flow Fill 609-01 Vertical Curb and Gunner 61 Roll -Over Curb and Gunter 61MI B-x 2" Plug and Blow OR 619-02 30'x8' Tapping Saddle (FC Spec) 619-03 B' Taping Valve and Connection 619-N 8- DIP with Poly Wrap 619&05 Install 72- Valve Manhole over Exlsil ng 30' 619-06 Irrigation Service (314')- City of Fort Collins grand 285 860 160 7,390 8,295 3 2 1 1 2,350 2020, 577 330 275 386 730 615 1 1 5 2 4 3,180 200 2.435 7,300 2,430 3,160 100 150 260 800 33 6 100 1 1 9,000 1,Bfi0 B00 250 3,000 75 150 1,200 100 1 1 1 40 i 1 Unit unit Cost LF S3.70 SF $1.20 SF $8.30 SV $1.60 SF S0.80 EA $159.00 EA $680.00 EA $367,00 LS $906.00 CY $3,70 CV Saw CY $16.80 CY $6.30 CY $3.30 TON $1260 CY $20.50 LF $2.30 LS $1,438.00 LS $2,629.00 EA $240.00 EA $1,474.00 EA $195.00 TON $12.60 TON $1540 SY $1 S0 BY $5.10 TON $36.50 TON $29.20 TON $32.00 TON S34.30 BY $5540 SY $160 BY $10.10 BY $28.60 LF $13.00 EA $1,819.00 EA $2,056.00 SF $3.10 SF $4.70 SF $4.60 SF $330 SF S6.20 CY $32.80 CY $54.10 LF $8.30 LF $17.90 EA $1,117.00 EA $1,292.00 EA $1,250.00 LF $29.00 EA $3.014.00 EA $793.00 it.. Coat 1,054.50 1,032.00 11008.00 11,824.00 6,636.00 477.00 1,360.00 367.00 906.00 8,695.00 7,070.00 9.751.30 2,079.00 907.50 4.851.00 14,965.00 1,414.50 1,438.00 2.629.00 1,200.00 2,948.00 780.00 40,068.00 3,080.00 3.652.50 37,230.00 88,696.00 92,856.00 3.200.00 5,145.00 14,404.00 1,280.00 333.30 171.60 1,300.00 1,819.00 2,056.00 27,900.00 8,742.00 4,140.00 825.00 18,600.00 2,460.00 8,115.00 9,960.00 1,790.00 1.117.00 1.292.00 1,250.00 1,160.00 3.014.00 793.00 Subtotal South Shields Street Quantities: $ $469S41.20 within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of the CONTRACTOR, or (ii) delays beyond the control of both parties including, but not limited to, fires, floods, epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowledge will be given to CONTRACTOR All defective Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work. 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at reaseaable ties for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections. 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 EICDC GENERAL. CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Contract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and fumish ENGINEER the required certificates of inspection, or approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for OWNER'S and ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering Work. 13.8. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER'S observation and replaced at CONTRACTOR's expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others, CONTRACTOR, at ENGINEER'S request, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction, (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a clam therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such 27 uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. OWNER May Stop the Work. 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to finnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or Removal of Defective Work. 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period. 13.12.1. If within exe year two veers after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the teens of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 13.12.2.In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.12.3. Where defective Work (and damage to other 28 E1CDC GENERAL CONDITIONS 1910-5 (1990 Edition) wl CITY OF FORT COLLINS MODIFICATIONS (REV 42000) Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of me yeaf two veers after such correction or removal and replacement has been satisfactorily completed. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work. 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. Any funds that are withheld by the OWNER shall not be subject to substitution by the CONTRACTOR with securities or any arrangements involving an escrow or custodianship. By executing the application for payment form the CONTRACTOR expressly waives his right to the benefits of Colorado Revised Statutes Section 24-91-101 et seg. CONTRACTOR's Warranty of Tile: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4C1000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, including final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the famishing or performance of Work, or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to 29 OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order, 14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. there are other items entitling OWNER to a set- off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 152.1 through 15.2A inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the masons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 30 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) considers the Work substantially complete, ENGINEER Will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division Of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion but OWNER shall allow reasonable CONTRACTOR access to complete or correct items on the tentative list. ParAd Udliwdon: 14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work, which: (i) has specifically been identified in the Contract Documents, or (ii) OWNER, ENGINEER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intender: purpose without significant interference with CONTRACTOR'S performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1.OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR Will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Finallnspecdon: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such work or remedy such deficiencies. Final Application for Payment: 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of insurance required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and other documents, CONTRACTOR may make application for final payment following the Procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i)all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4.13, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (il) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNERS property might in any way be responsible have been paid or otherwise satisfied If any Subcontractor or Supplier fails EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CrrY OF FORT COLLINS MODIFICATIONS (REV 4/2000) to fumish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. Releases or waivers of liens and the consent of the surety to finalize payment are to be submitted on forms confirming to the format of the OWNER'S standard forms bound in the Protect manual Final Payment and Acceptance: 14.13. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR subject to naragraoh 17 6 2 of these General Conditions. 14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been famished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims: 14.15. The making and acceptance of final payment will constitute: 14.15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after 31 final inspection pursuant to paragraph 14,11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Tithes, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient Skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.22. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR, for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid FJCDC GENERAL CONDITIONS 1910-5 (1990 Edition) 32 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any finther payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR If such claims, costs, losses and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed 15.3. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15A. Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective date of termination in perfomilng services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CONTRACTOR May Stop Work or Terminate: 15.5. If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in paragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles 1 I and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16—DISPUTE RESOLUTION If and to the extent that OWNER and CONTRACTOR have agreed on -the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, 'Dispute Resolution Agreement", to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the. provisions of paragraphs 9.10, 9.11 and 9.12, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or. Regulations in respect of any dispute. ARTICLE 17—MISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.2. Computation of Time: 17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the fast and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property.because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose.Cumulative Remedies: 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with eaapply- ch pacular duty, obligation, right and remedy to which Y Professional Fees and Court Costs Included: 17.5. Whenever reference is made to "claims, costs, losses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 17.6. The laws of the State of Colorado apply to this Agreement. Reference to two pertinent Colorado statutes are as follows, 17.6.2 If a claim is filed OWNER is reauiredby law (CRS 38-26-107) to withhold from all navments to CONTRACTOR sufficient funds to insure the Payment of all claims for labor, materials team hire sustenance provisions provender, or other supplies used or consumed by CONTRACTOR or his 33 34 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) (This page left blank intentionally.) EiCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 35 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEMENT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the snaking or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining, subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as Provided in this Article 16 will be specifically enforceable under the prevailing law of any court havingjurisdiction. 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be bared by the applicable statute of limitations. FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a parry to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially involved in a question of law or fad which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNER. and CONTRACTOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a parry to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENGINEER's Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof, and it will not be subject to modification or appeal. 16.7. OWNER and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. GC -A] 202-10 Rotomlll Asphalt (Avg. Depth =4-) 202.11 Remove Glu"aym Curb 8 Gutter with Hamscape 12,000.0 SV 202-12 Remove Vertical Curb 6 Coder 1.5 81.60 $19,200.00 202-14 Remove Driveway Amur,CUM 665 LS $399.00 $399.00 202-14 Remove Roll Over Cub and Gutler Roll Over LF $1.30 $890.50 202-16 Remove Asphalt Pavement (S"-8" thick) 610 SF St9D $610.00 202-17 Remove Sltlexalk 90 LP $9.50 $855.00 202-t7 Cap otl lrrdgationl Spookier z.96o BY $1.90 $3,800.00 3,225 SF $0.90 $2,902.50 203-10 Gndessi5etl Excavation 4 EA $88.30 $345.20 203-11 Embankment 60 203-12 Borrow ABC( d 5 or 61 CIP 60 CY $20.20 $1,212.00 Cy $21.00 260.00 $1,5. 210-04 Adjust Manhole Ring/Cover 130 TON $12.20 $1, 8000 210-05 Ad1uM Valve Box 10 EA $100.00 $1,000.00 30003 Aggregate Base Course- ICI 5 or 8) - 6' Depth - (CIP) T EA $19500 $1,365.00 403-05 Hot Bilummous Pavement - Grading 5 (4"Depth) 225 TON $12.90 $2,902.50 (PG 76.28) 403-06 Hot Bkuminous Pavement- Grading SG (6' Depth) (PG 64-22) 3,00 TON $37.20 403-07 Asphalt Nand PatchingGraGln SG PG U- - 9 22 Bintler 275 TON $28.90 $$73 7500 $7,397.50 608-08 Concrete Sidewalk 7'(Thlckness=6') 55 TON $70]0 $3,868.50 808-09 Concrete Acess Ramps with Colored Larding. (TbiUness = 6") 608-10 2,325 SF $3,60 $8,370.00 Concrete Cm.qum antl Aprons (Thickness = 8") 360 SF $4.70 808-1t Concrete Sidswatk (Various Width.)-(Thickness=4') 250 SF $4.70 $1,692.00 609-03 Vertical Curb and Gutler 11000 SF 52.40 $1,175.00 $2,400.00 609.04 Roll -Over Curb and Gutler 625 LF $12.50 $7S12.50 180 LF $25.40 $4,572.00 Subtotal Pavement Management - Rehabilitation puantitles: soda i g O - ti0 $187,235.20 2810-01 IMgaODn 2810-02 Sprinkler Line Install in LS $5,525.00 $5,525.00 28004)1 Burt Oak -2'Caliper BBB 300 LF $5.60 $1,740.00 2900-02 Import Topsoil(Screened-3"Depth) .(SOC)-(DIP) 38 EA $345.00 2900.03 Turf Sod 300 CV $13,110.00 2900-04 Sod Prep Replacement 2,700 SF $45.80 $13,740.00 3, 0. $1.10 $ 7 0 1,300 SV $1.00 $1,300.00 Subtotal Landscaping quantities: Mlac li__y pr�)ti $38,385.00 - Contract Bond 62501 Construction Surveying 1 LS 626-01 Mobll¢ation 1 5,364.00 5.364.00 630-01 Type III es - 1 LS 5,410.00 5,410.00 630-02 TratBc Control trol 1 LS 30,124.00 30,124.00 830-03 Night Time Traffic Control 1 LS 3,453.00 ,5 3.01 32 4 LS 62,879.00 6879.00 1 Ls 9,324.00 B32400 Subtotal Misc. puantitlss: $ $115,554.00 TOTAL CONSTRUCTION COST = $ $611,015.40 SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Geotechnical Engineering Report Pavement Evaluation for South Shields Street Between Hobbit Street and Spring Creek Lane, Fort Collins, Colorado Terracon Project #20005028 March 3, 2000 Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). 11:�1 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment 9/99 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID NO. 5696 CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL% OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all chan e orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: Title: APPROVED BY: Title: DATE: DATE: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing 9/99 Section 00950 Page 1 Section 00960 Application for Payment Insert pages 1 - 4 9/99 APPLICATION NOR kym n OWNER: c5y deal ctll:. PMECT: AIMIJCATION NUMBER: APPIJCATIUN DATM BINIQ7EER: CONTRACTOR: PERIOO.BNOWNINO: PERIOD L4411INU: PROJECT NUMBER: PAGE I OF CIIANUB GROOM • AITH-11m It made fa Prymmt u shape bake In emaadm Whh C mmet _ NUNUIM DATH AMOUNT The Pms07 dame d & ecaud fa this Cmhmi b a fauns: 1 3 Ofbkw Cwhad Anowe _ 3 Net dace by Chute Otdu: Qwael Comad Ammmk SB U] T-W COmP10" and &.W m Date: . Lae PMium Andkilkw: Amour Una dds Appikdim - Befam Rdahuta: R w Let Rddmtq . Nd dace by Chute Oadu i0-00 AJ�OUNT DUB TIRE APPLICATIONt SB.W CBRTIPICATM: TM trdaa4ad CONTRACTOR codfea flat all ebb adma d CDUMACfOR 6mral in aomm eedrph the Wak hara haw nWfid as uwjhed 6 Pmopwh 11.3. of M Omad CmdhTmt d the CMIML Tha ahare Arnaud Dw Thb APPBpdaa Is rognmid by dm CONTRACTOR. Ttymod at tho sboro Amami Dun M APpNaadon Is twm amid by the NNOMM. Pgmml at go obwo Amami Dim This Appliadoa hsn ba a Uphpd by We OWNER'S h4ml Mmata. ABmi of the sbarn Amume Dim This Appfi dim Isapptved by dm OWNER. Dote By: [A7Ill IV.11"AI•. olit AE9 ea fts limb" _ D-*doo Mk Qum 4 OOIb rd" Amount $0.00 SO.e Some" fa.m • fo.m • son $0.00 $0.00 $0.00 $0.00 $0.00 $0.90 $0.m S0.m $0.00 $a m 10.00 Sae $0.m $0.00 $0.m S0.m $0.00 $0:e $0.00 SO.m. sa.m $0.00 $0.m Sae $0.m lo.m 10.00 TOTA13 $0.00 APPLCA71014 POR PATMMT Wok Cw Idw Wwk C"UW Wmk C-vtd d Thh Mmlh hvvl m Pw6dd To Ow Qty. Amomt Qtl. Ammg QtY. Amoral Some $0.00 WOO $0.00 $0.00 f0.w $0.00 10.00 s0.m $0:00 $0.00 10_00 $0.00. .f0.m • $0.00 10.00 $0.09 10.00 S0.00 $0.00 S0.00 10.00 - S0.00 S0.00 fo.m $0.00 S0.00 S0.00 S0.09 S0.m S0.00 so.m s0.m 10.e s0.00 $0.00 S0.00 $0.00 10.00 Mon farm so.m tm S0.00 $0.00 S0.00 S0.00 S0.00 $0.00 S0.00 '10.00 $O.W Woll S0.m 40.90 10.00 S0.00 $0.00 . S0.00 $0.00 $0.00 S0.00 S0.00 10.011 S0.00 $0.00 30.00 $0.00 S0.00 S0.00 S0.00 19.00 - so.00 ".00 ".m S0.00 $9.00 S0.00 $0.00 $0.00 $0.00 $0.00 S0.00 10.00 S0.00 $0.00 $0.00 $0.80 fo.m S0.m Solo $0.00 $0.00 $0.00 10.00 some S0.m $0.00 10.00 . S0.09 f0.e - s0.0o PAOF Z 01: d Stotcd A,W"b 7Lb 14riml Tobl Ouood U llwe 14o.q Haw $0.00 ERR Sam lckk Sam IAR S0.m an $0.m I$k $0.m MR Mov I:kk so.m FAR $0.m FAk' $41.110 IRk f0.m U01 $8.00 WIN S0.m I:kk S0.m 1•Jltt f0.ou ERR $0.00 an s0.m EAR $0.00 I:Itk $0.m Idtlt S0.m an S0.m JAM 50.09 1•.Itk fo.m- all $0.00 MIC $0 m Itla $0.m Idtk S0.m ERR S0.m alt MOD I:RR S0.m I:kk $0.m all $0.m sate $9.00 EMIR S0.00 $0.00 - I:kll CWGU ORDERS grye Oidw Nvvlba Dn.W- JDTALCIUNOB ORDERS PROIGCT WYA S Uvp U0b1 Peke stop $0.00 $0.00 $0.00 $0.00 10.00 Saar 10.00 fQ.00 $0.00 $0.00 $0.00 $0.ar s0.0o faoo $0.00 $0.00 ' APPIJCATION FOR PAT6IENT PAGE I OF 1 WIm Wvh COmP� MpOW" Pmvklr Petiad� To No Stand WkFIRp Tv l Q0'. Amv t Qy. Ammmt QIY• Avwml Pelkb PenYv1 Tev.W lbibt 10.00, fQ.ar $0.00 $0.00 f0.ar $0.00 SU.ar ERII $0.00 ;O.BO 10.00 MR $0.00 ;p-DO f0 ar $0.00 Llltt s0.00 f0•ar $0.00 $000 $0.00 10.00 filllt 30.ar SQ.00 Islip f0.ar• 10.00sp:m 10.00 Ism - stoo f0.00 $0.00 f0.00 - $0.00 SQ ar $0.00 RRIC 1011f ;O.ar $0.00 $0.00 $0.00 stoo f0.00 Woo s000 I:NN Not $0.09 stop $0.00 $0.00 i0'ar F:RR f0.0p soar s0 oo $9.00 ERR • s0.ar $0.00 10.00 Woo I?RR $O.QQ $0.00 - $0.00 $0.00 I:NR f0.ar L•RR sa.ar soar. $0.00 30.ar sQ.lq hJtR $0.00 10.00 $0.00 - j0.ar f0,00 IiRR ( 1 f 1 BPOM MATEW" SIL94M EY PAM 4 OF 4 lal bwaiw amber Noobsr Desc4am Oa Naod Reeieved lerww Od 11uJ Plod"* This This Ihr- Andirathm Period, Perie.l ApId"um $t1 IN, w.ur f11.1111 w out r fu u1 p1.u1 Strut $11 ul Al.m 3tt,ur SRllrl SR.IRI w.lb f11.1M1 w.ml wLl 3rr sm BASS w.uu - w•ao w-an w,lll South Shields Street Improvements February 28, 2002 SOUTH SHIELDS STREET IMPROVEMENTS PROJECT The Engineers Joint Contract Documents Committee General Conditions govern the construction of this contract. The following General Requirements supplement these General Conditions. PROJECT GENERAL REQUIREMENTS TABLE OF CONTENTS SECTION PAGE 01010 SUMMARY OF WORK......................................................................................... General Reqs, 2-3 01040 COORDINATION.................................................................................................. General Reqs. 4-5 01310 CONSTRUCTION SCHEDULES......................................................................... General Regs. 6-7 01330 SURVEY DATA — (Contractor Supplied)............................................................ General Regs. 8 01340 SHOP DRAWINGS................................................................................................. General Regs. 9-12 01410 TESTING.................................................................................................................. General Regs, 13-14 01510 TEMPORARY UTILIITIES.................................................................................. General Regr, 15 01560 TEMPORARY CONTROL................................................................................... General Reqs- 16-17 01570 TREE PROTECTION........................................................................................... General Regs. 19-19 01580 TRAFFIC REGULATION — (Contractor Supplied) .......................................... General Reqs. 20-21 01700 CONTRACT CLOSEOUT.................................................................................... General Reqs. 22 01711 SITE CLEANUP..................................................................................................... General Reqs_ 23 01720 PROJECT RECORD DOCUMENTS................................................................. General Reqs. 24 U:\Eileen\SOS\Shields Street\Rid Docs\Construction Specs\General Requirements General Reqs. - 1 Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 1 BID #5696 SOUTH SHIELDS STREET IMPROVEMENTS SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5696 South Shields Street Improvements OPENING DATE: April 16, 2002, 3:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Bid item clarifications: The highlighted items are the changes that have been made 210-04 Adjust Manhole Ring/Cover 10 EA 304-03 Aggregate Base Course — (CI 5 or 6) — 6" Depth — (CIP) 225 TON 403-07 Asphalt Hand Patching — Grading SG PG 64-22 Binder 55 TON 608-08 Concrete Sidewalk 7' (Thickness = 6") 2325 SF 608-10 Concrete Crosspan and Aprons (Thickness = 8") 250 SF 608-11 Concrete Sidewalk (Various Widths) — (Thickness = 4") 1000 SF 2810-02 Sprinkler Line Install 300 LF NO Attached is a new Bid Schedule that reflects the above changes. Please disregard the previous Bid Schedule and use the attached in it's place. II. Item Description Clarification: • Roll -Over Curb and Gutter — This item includes curb and gutter and sidewalk that has been monolithically poured • 630-03 Night Time Traffic Control — This item will cover the weekend closures that will be necessary to mill and overlay the Prospect and Shields Intersection and will be paid for as a lump sum price. • Landscaping Maintenance — This item (as defined in the specifications) has a warranty period of 2 years. During the 2 year warranty, the landscaper will be required to mow and keep the parkway clean until final acceptance. • Orange 4' Safety fence with T-Posts (Approx. 300 feet) shall be installed along the staging area during construction. If you have any questions please contact John Stephen, CPPB, Senior Buyer, at 970-221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Page -1- 215 North Mason Street • 2nd Floor • PO. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 South Shields Street Improvements SECTION 01010 SUMMARY OF WORK 1.1 DESCRIPTION OF WORK A. The Work shall consist of the construction of the outlined improvements - PROPOSAL NO. 5696 February 28, 2002 1. South Shields Street Improvements• The improvements for widening Shields Street from Hobbit Street south to the Spring Creek Lane (approx. 1150 feet) include: a limited full width reconstruction (west curb along Shields Street to remain intact), addition of concrete bus pull-out stop, vertical curb and gutter along the east side of Shields Street, handicap ramps, enhanced crosswalks, detached seven -foot (T) sidewalk, water and storm sewer appurtenances and parkway landscaping. 2. Pavement Management — Shields Street Rehabilitation: This work includes the full depth reconstruction of Spring Creek lane from Shields Street west to the private drive and a four -inch mill and overlay from Hobbit Street north through the Prospect intersection. Also included with this work is various concrete rehabilitation of: sidewalk, vertical curb and gutter, colored handicap ramps and the removal of a glue -down curb. B. Protection and Restoration. 1.Replace to equal or better conditions all items removed and replaced or damaged during construction. 2. Restore all areas disturbed to match surrounding surface conditions. 3. The Owners Field Representative must approve the condition of all replaced and/or restored areas prior to final payment. 1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES The following items shall be coordinated between the Contractor and the Owners Field Representative. A. Notify private owners of adjacent properties, utilities, irrigation canals, and affected governmental agencies when prosecution of the Work may affect them. B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior to excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items, which would affect their daily operation. E. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. U:\Eileen\SOS\Shields Street\Bld Does\Construction Specs\General Requirements General Reqs. - 2 South Shields Street Improvements UTILITIES Water: Storm Sewer: Sanitary Sewer: Electric: Gas/Electric: Telephone: Traffic Operations: Cable Television: Transfort: *Utility Locates City of Fort Collins, Colorado City of Fort Collins, Colorado City of Fort Collins, Colorado City of Fort Collins, Colorado Xcel Energies Qwest Communications City of Ft. Collins, Colorado AT&T Broadband City of Fort Collins, Colorado Under A One -call @ system AGENCIES Occupational Safety & Health Administration (OSHA): Poudre Fire Authority Non -Emergency: City of Fort Collins Police Department Non -Emergency: Latimer County Sheriffs Department Non -Emergency: Postmaster: US Postal Service Judith Robertson: Ambulance: Poudre Valley Hospital Non -Emergency: Transportation: Transfort: Traffic Engineering: END OF SECTION U:\Eileea\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 3 February 29,2002 221-6681 221-6589 221-6681 221-6700 225-7847 224-7558 221-6630 493-7400 221-6195 1-800-922-1987 844-3061 221-6581 Emergency: 911 221-6550 Emergency: 911 221-7177 Emergency: 911 225-4111 484-1227 Emergency: 911 221-6620 221-6630 South Shields Street Improvements SECTION 01040 COORDINATION 1.1 GENERAL CONTRACTOR RESPONSIBILITIES February 28, 2002 A. Coordinate operations under contract in a manner, which will facilitate progress of the Work. The Contractor shall also coordinate with the Utility Companies and City Traffic Department whose Work is separate from the General Contractor's contract. B. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations which affect the service of such utilities, agencies, or public safety. C. Coordinate operations under contract with utility work to allow for efficient completion of the Work. D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to provide satisfactory access at all times and keep them informed at all times. E. Keep traffic areas and temporary residential accesses free of excavated material, construction equipment, pipe and other material and equipment. F. Keep fire hydrants and utility control valves free from obstruction and available for use at all times. G. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. H. Provide and maintain temporary approaches or crossings at streets and residences. 1.2 SCHEDULE AND MILESTONES The Contractor shall submit a detailed project schedule showing milestones and the critical path for The South Shields Street Improvements Project. This schedule shall be agreed to by both the Owner and Contractor. I It shall be made in writing and signed by both parties. The progress schedule shall be monitored closely during construction and may be updated by written agreement of the parties as changes occur in the project progress. The Owner may assess liquidated damages as outlined in Article 3, Section 3.2 of the Agreement. 1.3 CONFERENCES A. A Pre -construction Conference will be held prior to the start of construction. 1. Contractor shall participate in the conference accompanied by all major Subcontractors. 2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to project. 3. Contractor shall submit in writing proposed daily construction hours to Engineer for approval. 4. Contractor shall designate all access roads and parking areas in writing to the Engineer for approval. U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\General Requirements General Reqs. - 4 South Shields Street Improvements February 28, 2002 4. Contractor shall designate all access roads and parking areas in writing to the Engineer for - approval. 5. The Engineer shall invite all utility and irrigation companies involved. 6. The Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated schedules. 7. The Engineer shall introduce the Project Representatives B. Additional project coordination conferences will be held prior to start of construction for coordination of the Work, refining project schedules, and utility coordination. C. The Engineer may hold coordination conferences, to be attended by all parties involved, when the Contractor's operations affect, or are affected by, the work of others. 1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Engineer. 1.4 PROGRESS MEETINGS A. Contractor and Project Manager shall schedule and hold regular progress meetings at least weekly and at other times as requested by the Engineer or required by the progress of the Work. B. Attendance shall include: a 1. Contractor and Superintendent. 2. Owners Representatives. 3. Engineer and Project Manager. 4. Others as may be requested by Contractor, Engineer or Owner. C. Minimum agenda shall include: 1. Review of work progress since last meeting. 2. Identification and discussion of problems affecting progress. 3. Review of any pending change orders. 4. Revision of Construction Schedule as appropriate. 5. Review Milestone Schedule. 6. Discuss the work scheduled for the next two weeks. 7. Discuss the surveying needed for the next week. D. The Engineer or a Project Representative shall preside at meetings and record and distribute minutes to the participants. E. The Engineer or Engineer's Field Representative and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity sheets shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process ensures accurate monthly project pay estimates. END OF SECTION .J U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements 'General Reqs. - 5 ` " South Shields Street Improvements SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL February 28, 2002 A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor intends to meet the milestones set forth. 1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and Report of delivery of equipment and materials. 1.2 FORMAT AND SUBMISSIONS' A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual progress. B. Submit two copies of each schedule to Owner for review. 1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. C. The schedule must show how the street, water line, concrete and paving work will be coordinated. D. The Contractor will be required to submit a detailed schedule indicating milestones for the project. 1. These milestones must include demo, earthwork, concrete, and paving. 2. Milestones will carry liquidated damages, which will be at the discretion of the City of Fort Collins Engineer or field representative. 1.3 CONTENT A. Construction Progress Schedule. 1. Show the complete work sequence of construction by activity and location. 2. Show changes to traffic control. 3. Show project milestones. B. Equipment, Materials and Submittals schedule. 1. Show delivery status of critical and major items of equipment and materials. 2. Include a critical path schedule for Shop Drawings, tests, and other submittal requirements for equipment and materials, reference Section 01340. 1.4 PROGRESS REVISIONS A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when requested by Owner or Engineer, and with each application for progress payment. B. Show changes occurring since previous submission. 1. Actual progress of each item to date. 2. Revised projections of progress and completion. U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 6 South Shields Street Improvements February 29, 2002 C. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of others. 1.5 OWNER'S RESPONSIBILITY A. Owner's review is only for the purpose of checking conformity with the Contract Documents and y assisting the Contractor in coordinating the Work with the needs of the Project. B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, techniques, sequences and procedures of construction as provided in the General _ Conditions. NOTE: An incentive will be awarded to the contractor in the sum of $2,000.00 per day that the Contractor substantially completes the work according to the July 26" deadline. Substantial Completion is defined as the followine 1. All work requiring lane or shoulder closures or other traffic obstructions is complete 2. Traffic is following the lane arrangements shown on the plans for the finished roadway 3. All pavement construction, joint sealing, and shoulder embankment is complete 4. Traffic control devices and pavement markings are in their final positions 5. All work items from section 202 thru 609 must be completed and accepted by the City of Fort Collins (including punchlist items). END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 7 South Shields Street Improvements SECTION 01330 SURVEY DATA 1.1 SURVEY REQUIREMENTS February 28, 2002 A. The Owner will not provide the construction surveying for the Project. The Contractor will be responsible to provide the surveying required on this project. B. The Owner will make the projects CAD drawings available to the Contractor upon request. C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the contractor with the date on which the requested work will be completed. D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of restaking construction stakes and for the cost of re-establishing a destroyed monument. F. The Contractor shall be responsible for transferring the information from the construction stakes to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures and items in accordance with the information on the stakes and grade sheets supplied by the Owner. END OF SECTION lJAEileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 8 South Shleids Street Improvements February 28, 2002 SECTION 01340 SHOP DRAWINGS 1.1 GENERAL - A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections. 1. The Engineer will not accept Shop Drawings or other submittals from anyone but the Contractor. B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by the Engineer prior to the time set forth in the approved schedule will be reviewed at any time convenient to the — Engineer before the time required by the schedule. C. Any need for more than one resubmission, or any other delay in obtaining the Engineer's review of submittals, will not entitle the Contractor to an extension of the Contract Time, unless delay of the Work is directly caused by failure of the Engineer to return any scheduled submittal within 10 days after receipt in his office of all information required for review of the submittals or for any other reason which prevents the Engineer's timely review. Failure of Contractor to coordinate submittals that must be reviewed together will not entitle the Contractor to an extension of Contract Time or an _ increase in Contract Price. D. Resubmit a corrected submittal if errors are discovered during manufacture or fabrication. E. Do not use materials or equipment for which Shop Drawings or samples are required until such submittals, stamped by the Contractor and properly marked by the Engineer, are at the site and available to workmen. F. Only use Shop Drawings which bear Engineers mark "NO EXCEPTION TAKEN" in the performance of the Work. Review status designations listed on Engineer's submittal review stamp are defined as follows: 1. NO EXCEPTION TAKEN Signifies material or equipment represented by the submittal conforms with the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work. Contractor is to proceed with fabrication or procurement of the items and with related work. Copies of the submittal are to be transmitted for final distribution. 2. REVISE AS NOTED Signifies material or equipment represented by the submittal conforms with the design concept, complies with the information given in the Contract Documents and is acceptable for incorporation in the Work in accordance with Engineer's notations. Contractor is to proceed with the Work in accordance with Engineer's notations and is to submit a revised submittal responsive to notations marked on the returned submittal or written in the letter of transmittal. U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\General Requirements General Reqs. - 9 South Shields Street Improvements February 28, 2002 3. REJECTED Signifies material or equipment represented by the submittal does not conform with the design concept or comply with the information given in the Contract Documents and is not acceptable for use in the Work. Contractor is to submit submittals responsive to the Contract Documents. 4. FOR REFERENCE ONLY Signifies submittals which are for supplementary information only; pamphlets, general information sheets, catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Engineer or Owner in design, operation, or maintenance. But these submittals do not constitute a basis for determining that items represented thereby conform to the design concept or comply with the information given in the Contract Document. The Engineer reviews such submittals for general information, but not for substance. 1.2 SUBMITTAL REGISTER A. The Contractor shall complete the Submittal Register and submit with the Final Construction Schedule submittal. The Contractor must resubmit an updated Submittal Register with each application for progress payment. A format of the Submittal Register is provided below, Contractor should reproduce this format, (or an approved alternate) for this register. B. Instructions for Completing the Submittal Register: Column 1: References, specification section, and paragraph in which submittal is requested. This will be done for each item of equipment or material. Column 2: Describe types of submittal required, i.e., shop drawing, certificate, etc. Column 3: List the material or item for which submittal is required. Column 4: Contractor shall provide the date that he intends to make each submittal. Column 5: Contractor shall provide that date by which each submittal must be approved to accomplish timely incorporation into the project. Column 6: Contractor shall provide the mailing date of the initial submittal made to the Owner. Column 7: Contractor shall record the review action of the Owner to the last submittal for the item, equipment, or material. Column 8: Contractor shall record the mailing date of subsequent submittal for each item, equipment, and material until submittal is accepted by Owner. Column 9: Contractor may record remarks as necessary to coordinate with other submittal or provide necessary information. 1.3 SHOP DRAWINGS A. Include the following information as required to define each item proposed to be furnished. 1. Detailed installation drawings showing foundation details and clearances required for construction. 2. Relation to adjacent or critical features of the Work or materials. 3. Field dimensions, clearly identified as such. 4. Applicable standards, such as ASTM or Federal Specification numbers. 5. Drawings, catalogs or parts thereof, manufacturer's specifications and data, instructions, performance characteristics and capacities, and other information specified or necessary: U:MI"n\SOS\Shields Street\Bid DocsTonstruction Specs\General Requirements General Reqs. -10 South Shields Street Improvements February 28, 2002 a. For Engineer to determine that the materials and equipment conform to the design concept " and comply with the intent of the Contract Documents. — b. For the proper erection, installation, and maintenance of the materials and equipment which Engineer will review for general information but not for substance. c. For Engineer to determine what supports, anchorages, structural details, connections and services are required for materials and equipment, and the effect on contiguous or related — structures, materials and equipment. 6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable Engineer to review the information effectively. — B. Manufacturer's standard drawings, schematics and diagrams: 1. Delete information not applicable to the Work. — 2. Supplement standard information to provide information specifically applicable to the Work. C. Format. _ 1. Present in a clear and thorough manner. 2. Minimum sheet size: 81/ 2" x 11". 3. Clearly mark each copy to identify pertinent products and models. 4. Individually annotate standard drawings, which are furnished, cross out items that do not apply, describe exactly which parts of the drawing apply to the equipment being furnished. 5. Individually annotate catalog sheets to identify applicable items. 6. Reproduction or copies of portions of Contract Documents: — a. Not acceptable as complete fabrication or erection drawings. b. Acceptable when used as a drawing upon which to indicate information on erection or to identify detail drawings. _ 7. Clearly identify the following: a. Date of submission. r . b. Project title and number. c. Names of Contractor, Supplier and Manufacturer. — d. Specification section number, specification article number for which items apply, intended ` use of item in the work, and equipment designation. e. Identify details by reference to sheet, detail, schedule or room numbers shown in the Contract Documents. f. Deviations from Contract Documents. g. Revisions on resubmittals. h. Contractor's stamp, initialed or signed, certifying the review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the Work and the Contract Documents. ^ 1.4 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Minimum number required: 1. Shop Drawings. a. Three (3) copies minimum, two (2) copies which will be retained by Engineer. U:\Eileen\SOS\Shields Streel\Bid Docs\Construction Specs\General Requirements r' General Reqs. - 11 .r project: South Shields Street Improvement Project ADDENDUM #1 mDescription emated Ep Unit Un lam Cost Cost Number Nu _ _ NNs South Shields Street Quantities: 202-01 Remove Vertical Curb 6 Guam 285 LF 202-02 Remove Grossman, Apron, Driveway 860 SF 201 Remove Roll Over Curb 160 SF 202-04 Remove Asphalt 5'B' thick 2,390 SY 202-05 Remove Sidewalk 8,295 SF 202-O6 Remove Concrete Light Pole Bases (Top T) and Haul 3 EA 202-02 Remove Exisiting Inlets Type R 5' 2 EA 202-08 Remove Tree Stump(Avg. Width = 48' Diameter) 1 EA 202-09 Remove Lanni Boulders(Comer of Stuart and Shields - approx. a"' cobbles) 1 LS 20M1 Unclassified Excavation 2,350 CY 203-02 Embankment (GIP) 2,020 CY 203-03 Borrow- Suitable Fill Materal(UMorseen Circumstances Only) 577 Cy 203A4 Haul and Dispose 300 CY 203-05 Muck Exwvation(CIP) 295 CY 203-06 Borrow ABC ( cl 5 or 6 ) CIP 385 TON 20M7 Topsdl (shipping, stockpile, placing) 730 Cy 20M8 Swale Grading 615 LF 20309 Pothding 1 LS 208�01 Erasion Control 1 LS 21M1 Adjust Manhole RidglCover 5 EA 210-02 Moody Manhole 2 EA 210-03 Adjust Valve Box 4 EA 304-01 Aggregate Base Course - (CI 5 or 6).6' Depth -(CIP) 3,180 TON 304-02 Aggregate Base Course Patch Placemem-(Cl5 or 6)-6-Depth-(CIP) 200 TON 30 01 Reconditioning(8') 2,435 BY 307-01 Hirsch Substrate Stablllzation(12%) 7,300 SY 40MI Hot Bituminous Pavement -GratingS(4-Depth) (PG]928) 2,490 TON 403H02 Hot Bituminous Pavement - Grading SG IS -Cell (PG 61 3,180 TON 403-03 Asphalt Paver Patching-GradingS (,'Depth) PG 64-22 Binder 100 TON 403-04 Asphalt Paver Patching- Grading SG Q' Depth) PG6-238inder 150 TON 412-01 Portland Cement Concrete Pavement (10-Depth) 260 SY 420-01 Mind Filter Material 800 SY Mal 15'x20'X1.5'Class 12 Ri,Rp with 6' tapsail(CIP per dealt) 33 SY Ni 5'x5'X1.5 Class 12 RlpRap with 6'topsoil (CIP per all 6 SY 603301 4' PVC Schedule 2001mgation Sleeving to LF 604-01 5' Type R Inlal 1 EA WhIl Combination Type 13 Inlet 1 EA 60MI Concrete Sidewalk T (Thickness = 6') 9,000 SF 608-02 Concrete Acess Ramps with Colored Landings (Thickness =6') 1,860 SF 61 Concrete Crossland and Aprons (Thickness = 10') 900 SF 608-N Concrete Bus Pad (Thickness = W) 250 SF 601 Hammered Asphalt Crosswalks 3,000 SF 608-06 HI Early Concrete 25 CY 608-07 Flow nil 150 Cy 609-01 Vertical Curb and Gutter 1.200 LF 609-02 Roll -Over Curb and Gutter 100 LF 619-01 8" x 2' Plug and Blow OF 1 EA 61942 SOW Tapping Saddle(FC Spec) 1 EA 619k13 IP Tapl, Valve and Connection 1 EA 619-N 8- DIP with Poly Wrap 40 LF 619-05 Install92" Valve Manhole over Bristling 30' 1 EA 619.06 Irrigation Sei(XV)- City a Foil Collins Spec 1 EA Subtotal South Shields Street Quantities: $ South Shields Street Improvements 1.5 RESUBMISSION REQUIREMENTS February 28, 2002 A. Make corrections or changes required by Engineer and resubmit until accepted. B. In writing, call Engineer's attention to deviations that the submittal may have from the Contract Documents. C. In writing, call specific attention to revisions other than those called for by Engineer on previous submissions. D. Shop Drawings 1. Include additional drawings that may be required to show essential details of any changes proposed by Contractor along with required wiring and piping layouts. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 12 South Shields Street Improvements SECTION 01410 TESTING 1.1 GENERAL February 28, 2002 A. Provide such equipment and facilities as the Engineer may require for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product, which becomes unfit for use after approval hereof, shall not be incorporated into the work. — B. All materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of — orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM). D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, .. or elaboration on these test procedures (which may be included for specific materials under their respective sections in the Specifications) shall take precedence over these procedures. 1.2 OWNER'S RESPONSIBILITIES A. Owner shall be responsible for and shall pay all costs in connection with testing for the following: 1. Soil tests, except those called for under Submittals thereof. 2. Tests not called for by the Specifications of materials delivered to the site but deemed necessary by Owner. 3. Concrete tests, except those called for under Submittals thereof. 4. Asphalt tests, except those called for under Submittals thereof. 1.3 CONTRACTOR'S RESPONSIBILITIES A. In addition to those inspections and tests called for in the General Conditions, the Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: 1. All performance and field testing specifically called for by the specifications. 2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered under section 1.2 above. 3. All minimum call out charges or stand by time charges from the tester due to the Contractor's .� failure to pave, pour, or fill on schedule for any reason except by action of the Engineer. B. Contractor shall notify the Project Engineer 48 hours prior to performing an operation that would require testing. U:\Eiieen\.SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 13 South Shields Street Improvements 1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM February 28, 2002 A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all items of Work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the Owner. The Contractor's control system shall specifically include all testing required by the various sections of these Specifications. B. Superintendence: The Contractor SHALL employ a full time Superintendent to monitor and coordinate all facets of the Work. Superintendent shall be on site when work is in progress (i.e. weekend work). The Superintendent shall have adequate experience to perform the duties of Superintendent. C. Quality Control: Contractor's quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the Engineer and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken. Document inspections and tests as required by each section of the Specifications. Provide copies to the Engineer weekly. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. -14 South Shields Street Improvements SECTION 01510 TEMPORARY UTILITIES 1.1 UTILITIES A. Furnish all utilities necessary for construction. February 28, 2002 B. Owner will furnish water in reasonable amounts for execution of the work at existing fire hydrants without charge to Contractor. The Contractor shall coordinate and schedule with the Owners' Field Representative for the Water Department to select the appropriate fire hydrant and set the hydrant meter. C. Make arrangements with Owner as to the amount of water required and time when water will be needed. 1. Owner will fix the place, time, rate and duration of each withdrawal from the distribution system. 2. Unnecessary waste of water will not be tolerated. _ D. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor. 1. Only Owner shall operate existing valves and hydrants. 1.2 SANITARY FACILITIES A. Contractor shall furnish temporary sanitary facilities at each site for the needs of construction workers and others performing work or furnishing services on the Project. Furnish a minimum of two portable toilets at the trailers (if office trailers are required) and a minimum of one at each project work site or as required to accommodate the number of personnel working on site. B. Contractor shall properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Contractor to enforce the use of such sanitary facilities by all personnel at the site. D. Place facilities out of public view using the greatest practical extent. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 15 South Shields Street Improvements SECTION 01560 TEMPORARY CONTROLS 1.1 NOISE CONTROL February 28, 2002 A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. C. Cease operation of all machinery and vehicles between the hours of 9:00 p.m. and 7:00 1.2 DUST CONTROL A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing. B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. Chemical dust suppressant shall not be injurious to existing or future vegetation. C. Dust control within the lime deposit area shall conform to the project's health and safety plan. At a minimum, the lime area shall be covered as soon as possible after compaction has been obtained to minimize surface drying and dust. Dust control for this area may involve multiple watering and/or continuous watering to maintain a moist surface. 1.3 POLLUTION CONTROL A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and other substances resulting from construction activities. 1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site. 2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts. 1.4 EROSION CONTROL A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities. Measures in general will include: 1. Control of runoff 2. Trapping of sediment 3. Minimizing area and duration of soil exposure 3. Temporary materials such as hay bales, sandbags, plastic sheets, riprap or culverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to construction activities. U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\General Requirements General Reqs. - 16 South Shields Street Improvements February 28, 2002 B. Preserve natural vegetation to greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual and Plan. 1.5 SECURITY A. Contractor is responsible for protection of the site and all Work, materials, equipment and existing facilities thereon, against vandalism. B. No claim will be made against the Owner by reason of any act of an employee or trespasser, and the Contractor shall make good all damage resulting from his failure to provide security measures as specified. C. Security measures will be instituted to protect owners of existing facilities during normal operation, but will also include such additional security fencing, barricades, lighting, watchman services or other measures as Contractor feels is required to protect the site. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Spec\General Requirements General Reqs. -17 South Shields Street Improvements SECTION 01570 TREE PROTECTION February 28,2002 A. Tree Barriers: All trees which will be preserved, but are within the limits of construction, must be protected from all damage associated with construction. A sturdy, physical barrier (fluorescent orange in color) must be fixed in place around each tree for the duration of construction. This barrier will be placed no closer than six (6) feet from the trunk, or one-half of the drip line, whichever is greater. The barrier itself must be fixed so it cannot be moved easily, but the material can be flexible, such as orange safety fence attached to metal T-posts driven into the ground, but must act as an effective deterrent to deliberate or accidental damage of each tree. The Project Engineer or Manager must approve actual materials and location of barrier. The movement or storage of equipment, material, debris, or fill within these required protective barriers is completely prohibited. In situations where the construction will come closer to a tree than six (6) feet, the orange barrier must still be erected. However, additional padding must be placed around the trunk of each tree starting at ground level and proceeding up the trunk to a height of six or seven feet. Padding should be a minimum eight (8) inches thick, and made of a material strong enough to protect the bark from accidental impacts with hand tools or power equipment. B. Accidental Poisoning: During the construction, the Contractor shall not cause, or permit the cleaning of equipment or material within the root zone of any tree. The Contractor shall not store or dispose of waste material including, but not limited to; paints, solvents, asphalt, concrete, mortar, or any other material harmful to the life of a tree, within the root zone of each tree, or group of trees. C. Root Pruning Specifications: When the cutting of tree roots is necessary, each final cut must be made as cleanly as possible for all roots over three (3) inches in diameter using the following method: 1. The line of excavation will be drawn out and appropriate excavation equipment used to clear the area at least six inches in front of the actual finished excavation line. Roots can then be cut using tools such as axes, stump grinders, or trenchers. 2. Each root over three (3) inches in diameter will then be cut cleanly back to the excavation line using stump grinder operated by an experienced licensed arborist. A sharp hand or bow saw is acceptable for roots under three (3) inches in diameter. Axes and trenchers do not cut roots cleanly and will not be used for final root cuts. D. Contractor shall coordinate with the Owners' Field Representative prior to and during the tree protection erection and root pruning activities. Owners' Field Representative, at his/her opinion, will contact the City Forester and/or City Arborist for advice and approval of the tree protection measures taken by the Contractor and also the City's advice and approval during the root pruning activities. U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 18 South Shields Street Improvements February 28, 2002 E. No damaging attachments, wires, signs, permits or other objects may be fastened by any means to any tree preserved on this project. F. Violation of Specifications and Penalties for Damaaine Trees: Any violation of these specifications will lead to penalties based on the type of violation and/or the — resulting damages, and may be grounds for the termination of this contract. The penalties will be assessed based on the amount of damage done and the total value of that tree, or group of trees, prior to the damage. The minimum penalty will be $100.00. Penalties for any damage will be based on the total value of the tree as determined by the City Forestry Division staff and the severity of the damage as a proportion of the total value of that tree. This could include up to the full value of the tree. _ As an example, there are two American Elm trees to be preserved on another project. They are valued at $7,960 and $6,667 for the south and north trees respectively. The south tree is approximately 100 inches in circumference, therefore each inch is worth one -hundredth of the value, or $79.60 per inch. Similarly, the north tree is 91 inches in circumference, making each — inch worth $73.26. To extend this to penalties paid, if one inch of the bark on the south tree is scuffed, the penalty would be $100 (the minimum allowed); if two inches are damaged, the `— penalty would be $159.20 and so on up to 50% of the circumference of the trunk. If 50% or more is damaged, the full value of the tree will be assessed as a penalty. (This example serves to — illustrate how damages will be assessed). This method of assessing penalties will be applicable to all trees not marked for removal on the ^ project, accidental poisoning and improper pruning. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Does\Construction Spees\General Requirements General Reqs. - 19 South Shields Street Improvements SECTION 01580 TRAFFIC REGULATION 1.1 TRAFFIC CONTROL February 28, 2002 A. The traffic control for this project shall be the responsibility of the Contractor. Traffic control is defined as those devices necessary to channelize vehicular, bicycle and pedestrian traffic through the project. B. The Contractor and/or Traffic Control Contractor must submit traffic control plans and coordinate all traffic control with the City's Traffic Control Coordinator. The traffic control plans must be submitted and approved 72 hours prior to starting construction and before making each modification. Full road closures must be submitted 3 weeks prior to any work being done. C. Conformance: City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Dept. of Transportation), or applicable statutory requirements of authority having jurisdiction. D. The traffic access/control plan limitations for handling traffic for these projects are described below Shields Street: Minimum of one lane in the north and south bound direction for Shields Street reconstruction work. Weekend closures will be acceptable on Shields Street from Spring Creek Lane to Hobbit Street. These closures must be submitted a minimum of two (2) weeks prior to the work being done. Shields and Prospect Intersection: The mill and overlay portion of this project will be done under a full closure on the weekends only. Hobbit Street: Restricted turn movements from Shields Street and access for south side off of Hobbit. No access to north side from Hobbit. Stuart Street: Restricted turn movements from Shields Street and access for north side off of Stuart. No left turn access from Shields Street. Spring Creek Lane: Close during reconstruction. Local Business Access: Local business access must be maintained at all times. Pedestrian Sidewalks and Bike lanes: Will be limited during construction phases. Note: All full road closures will not be granted until after June 30. 2002. Any modifications to the traffic control plan must be approved by the City's Traffic Control Coordinator and the Engineer. E. Vehicle, bike and pedestrian access to all side streets and private drives shall be maintained at all times. The Contractor will develop an access control plan in coordination with adjacent property IJAEileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 20 South Shields Street Improvements February 28, 2002 owners, and submit it in conjunction with the traffic control plan to the Engineer for approval prior to the start of any Work. Pedestrian traffic shall be maintained at all times, utilizing temporary sidewalks when necessary. F. The Contractor must work with the adjacent residents to provide and maintain sufficient access for them during the duration of the project. It will be the Contractors responsibility to coordinate and communicate with the residents during construction. — G. The Contractor must maintain, at their cost, access to all businesses during their business hours. It will be the Contractors responsibility to coordinate and communicate with the businesses during construction. H. The Contractor shall keep traffic areas free of excavated material, construction equipment, pipe, _ and other materials and equipment. I. The Contractor shall keep fire hydrants and utility control valves free from obstruction and available for use at all times. J. The Contractor shall provide and maintain, at their cost, temporary driveway approaches on driveways open to traffic at all times to insure that the approaches are smooth, compacted, and will not prohibit or inhibit the use of the driveway. The driveway approaches must be maintained seven days a week. In the case of bad weather the Contractor must repair the driveways immediately following the storm and must work to maintain access during the storm. 1.2 WORK AREA SAFETY A. The Contractor shall maintain a safe work area and protect area residents, motorists, bicyclists, pedestrians, and children from work area hazards. B. The Contractor shall provide all work area safety control devices, such as barricades and safety fence ^ around all excavations and drop-offs. C. Work area safety control devices will not be paid for separately. Cost for this equipment should be included in the lump sum cost for the work items which will require work area safety control devices. 1.3 PARKING A. Provide suitable parking areas for the use of all construction workers and others performing work or furnishing `services in connection with the Project so as to avoid interference with public traffic, Owner's operations, or construction activities. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\General Requirements General Reqs. - 21 Pavement Management - Street Rehabilitation Quantities, 202.10 Rotomlll Asphalt(Avg. Depth =4') 12,000.0 SY 202.11 Remove Gluedown Cut 4 Gutter with HaNscape 1.0 LS 202-12 Remove Vertical Curb a Guner 686 LF 202.13 Remove Crosspan, Apron, Driveway 610 SF 202-14 Remove Roll Over Curb and Gutter 90 LF 202-15 Remove Asphalt Pavement (5'-8't'aM 2,000 BY 202.16 Remove Sidewalk 3,225 SF 202-19 Cap on irrigation l Sprinkler 4 EA 203-10 Unclassified Excavanon 60 CY 203-11 Embankment 60 CY 203-12 Borrow ABC ( cl 5 or 6 ) CIP 130 TON 210-04 Adjust Manhole RinglCover 10 EA 210-05 Adjust Valve Box ➢ EA 304-03 Aggregate Base Course - (CI 5 or 6)-6'Depth -(CIP) 225 TON 408-05 Hot Bituminous Pavement - GradingS (4-Depth) (PG 7628) 3,000 TON 403-06 Hot Bituminous Pavement - Grading SG (VDepth) (PG64.22) 275 TON 40M7 Asphalt Hard Patching - Grading SG PG 6L2261nder 55 TON 608-08 Concrete Sidewalk T (Thiclumss = 6') 2,325 SF 608-09 Concrete Acess Ramps with Colored! Landings (Thickness =6') 360 SF 608-10 Concrete Crosspan and Aprons (Thickness =8') 250 SF 608-11 Concrete Sidewalk (Various Widths) - (Thickness =4") 11000 SF 609-03 Verical Cut and Gutter 625 LF 609-04 Roll -Over Cut and Gutter 180 LF Subtotal Pavement Management - Rehabilitation Quantities: $ Landscaping Quant't'es- 2910.01 Irdgaeon 2810-02 Sparkler Line Install 290001 Burr Oak-2-Cabins, BBB 2900-02 Imparn Topsoil (Screened - 3- Depth)- (BOC) - (CIP) 2900.03 Turn Sod 2900-N $od Prep Replacement Miscellaneous Quantities- - Contract Bond 625-01 Constrvc0ar, Surveying 626-01 Mobilization 630-01 Type Ill Barricades 63602 Traffic Con4d 630-03 Night Time Traffic Control IN 1.0 LS 300 LF 38 EA 300 CY 2,700 SF 1,300 SY Subtotal Landscaping Quantities: $ Subtotal Misc. Quantities: $ TOTAL CONSTRUCTION COST = S South Shields Street Improvements SECTION 01700 CONTRACT CLOSEOUT 1.1 SUBSTANTIAL COMPLETION February 28, 2002 A. Substantial Completion for the South Shields Street Improvements Project shall be defined as the following: 1. All work requiring lane or shoulder closures or other traffic obstructions is complete 2. Traffic is following the lane arrangements shown on the plans for the finished roadway 3. All pavement construction, joint sealing, and shoulder embankment is complete 4. Traffic control devices and pavement markings are in their final positions 5. All work items from section 202 thru 609 must be completed and accepted by the City of Fort Collins (including punchlist items). B. Substantial Completion dates or times are outlined in Section 00520 - Agreement. 1.2 FINAL COMPLETION A. Final Completion shall be defined as the completion of all Work including cleanup, Project Record Documents shall be turned over to the Owner, all punch list items completed, and all processing of all change orders. The Work must be ready for final payment and acceptance. B. Final Completion will be subject to the terms outlined in Section 00520 - Agreement. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 22 South Shields Street Improvements February 28, 2002 SECTION 01711 SITE CLEANUP 1.1 GENERAL A. Execute cleanup, during progress of the Work, and at completion of the Work. B. Adequate cleanup will be a condition for recommendation of progress payments. 1.2 DESCRIPTION A. Store volatile wastes in covered metal containers and dispose off site. B. Provide on -site covered containers for the collection of waste materials, debris and rubbish. C. Neatly store construction materials, such as concrete forms, when not in use. D. Broom clean adjacent paved surfaces and rake other adjacent surfaces. E. The streets adjacent to the construction area shall be cleaned of debris generated by the project by the Contractor at the earliest opportunity, but in no case shall the street be left uncleaned after the completion of the day's work. It shall be the Contractor's responsibility to provide the necessary _ equipment and materials to satisfactorily clean the roadway at no additional cost to the project. The City's Street Department will sweep the street at an approximate hourly rate of $70.00 for a minimum of 2 hours. The Contractor must sign a Contract with the City Street Department prior to requesting street sweeping. If the streets are not cleaned by the Contractor within 24 hours after having been given notice from the Project Engineer, the Project Engineer will have the Streets Department sweep the streets at the _ rates listed above and will back charge the Contractor for expenses incurred. 13 DISPOSAL A. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams or waterways. B. Remove waste materials, clearing materials, demolition materials, unsuitable excavated materials, debris and rubbish from the site at least weekly and dispose of at disposal areas furnished by Contractor away from the site. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\General Requirements General Reqs. - 23 South Shields Street Improvements SECTION 01720 PROJECT RECORD DOCUMENTS 1.1 GENERAL A. Maintain at the site one record copy of: 1. Documents and samples called for in General Conditions 6.19. 2, Field Test Records. 3. Certificates of compliance. 1.2 MAINTENANCE OF DOCUMENTS AND SAMPLES February 28,2002 A. File documents and samples in accordance with the specifications section numbers. B. Maintain documents and samples in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. 1.3 RECORDING A. Label each document "PROJECT RECORD" in neat large printed letters. B. Record information concurrently with construction progress. 1. Do not cover Work until required information is recorded. C. Marking of Project Records. 1. Legible and with a dark pen or pencil. 2. Ink shall not be water based or subject to easy smearing. D. Mark Drawings to record actual construction. 1. Field dimensions, elevations, and details. 2. Changes made by a Modification. 3. Details not on original Drawings. 4. Horizontal and vertical locations of underground utilities and appurtenances referenced to a minimum of three permanent surface improvements. 5. Depths of various elements in relation to project datum. 6. Location of utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 1.4 SUBMISSION A. Accompany submittal with transmittal letter in duplicate containing: 1. Date. 2. Project title and number. 3. Contractor's names, address, and telephone number. 4. Index containing title and number of each Record Document. 5. Signature of Contractor or his authorized representative. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\General Requirements General Reqs. - 24 South Shields Street Improvements SHOUTH SHIELDS STREET IMPROVEMENTS PROJECT February 28, 2002 The Colorado Division of Highways "Standard Specifications for Road and Bridge Construction" (1999), except as revised herein, is hereby adopted as a minimum standard of compliance for this project. The City of Fort Collins Storm Drainage Construction Standards, City of Fort Collins Water Utilities Standard Construction Specifications, City of Fort Collins Design Criteria and Standards for Streets, and City of Fort Collins Work Area Traffic Control Handbook, shall also serve as minimum standards of compliance for this project. They are not included in the contract documents, but may be obtained at the appropriate City Departments. It shall be the Contractor's responsibility to purchase and familiarize themselves with all of the City Department Specifications. These project specifications, City Department specifications, and CDOT standard specifications are considered minimum standards for compliance on this project. In those instances where the CDOT Standard Specifications conflict with the City specifications listed above, the City specifications shall govern. In those instances where the CDOT Standard Specifications conflict with any of the provisions of the preceding Sections 00001 through 01750, General Requirements, the preceding sections shall govern. PROJECT CONSTRUCTION SPECIFICATIONS INDEX OF REVISIONS SECTION 202 REMOVALS 203 EXCAVATION AND EMBANKMENT 208 EROSION CONTROL .......................... 210 RESET STRUCTURES..... 304 AGGREGATE BASE COURSE .............. 306 RECONDITIONING........................................................ 307 FLY ASH SUBGRADE STABILIZATION ................... PAGE Technical Specs 3-5 Tedmical Specs 6-8 Technical Specs 9 ........... Technical Specs 10-12 .................... Technical Specs 13-14 .................... Technical Specs 15 Technical Specs 16-20 401 PLANT MIX PAVEMENTS - GENERAL........................................................... Technical Specs 21-26 403 HOT BITUMINOUS PAVEMENT...................................................................... Technical Specs 27-30 412 PORTLAND CEMENT CONCRETE PAVEMENT ........................................ Technical Specs 31-32 420 GEOSYNTHETICS.............................................................................................. Technical Specs 33 506 RIPRAP.......................................... :........................................................................ Technical Specs 34-35 U:\Eileen\SOSVSbields Street\Bid Docs\Construction SpecsUcehnical Specs Technical Specs - 1 South Shields Street Improvements 603 CULVERTS AND SEWERS ............................................. 604 MANHOLES, INLETS AND METER VAULTS ............ 608 SIDEWALKS AND DECORATIVE CROSSWALKS.... 609 CURB AND GUTTER........................................................ 619 WATER LINES................................................................... 630 TRAFFIC CONTROL DEVICES (Contractor Supplied) U:\Eileen\SOS\Shields Street\Bid DocsTonstruction Specs\Technical Specs Technical Specs - 2 February 28,2002 ................. Technical Specs 36 ................. Technical Specs 37 ................. Technical Specs 38-39 ................. Technical Specs 40 ................. Technical Specs 41-42 ................. Tedmical Specs 43-47 South Shields Street Improvements February 28, 2002 REVISION OF SECTION 202 REMOVALS Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 is revised to include the following. The Contractor shall remove and dispose of all concrete sidewalk, curb and gutter, cross pans, driveways, inlets, irrigation structures, pipe, structures, asphalt, fence, trees, retaining walls and any other obstructions that are designated for removal by the Engineer. All such removals will be measured in the field, and quantities agreed to by the Contractor and the Engineer. Subsection 202.02 is revised to include the following: _ Disposal Site — Materials (excluding asphalt millings) that are designated for removal shall become property of the Contractor, unless noted in the specifications or specified by the Engineer to be salvaged or stockpiled. It shall be the Contractor's responsibility to obtain disposal sites for all unusable material, which is removed. All asphalt millings shall become the property of the City of Fort Collins and shall be hauled by the contractor and delivered to the City's site at 1500 Hoffman Mill Road. Subsection 202.07 is revised to include the following: The Contractor shall be responsible for all surveying related to the milling and paving of the intersection. Prior to grinding, the Contractor shall sufficiently survey the existing profiles of the roadways in order to maintain those profiles with the new asphalt surface. Subsection 202.09 Is'revised to fnclude the following: Prior to removal, concrete and/or asphalt shall be saw cut full depth to a clean and straight vertical line. Pieces of concrete which, due to the Contractor's operations, crack or break beyond the limits of construction, shall be saw cut, or removed to the nearest joint, and removed and replaced at the Contractor's expense. The limit of the repair will be determined by the Engineer. The initial saw cutting to remove existing concrete and/or asphalt shall be considered incidental to the Work and shall not be paid for separately under this item. Removal of concrete, asphalt and/or obstructions as described in section 202.01 beyond the limits designated by the Engineer will be the responsibility of the Contractor and will not be paid for under this section. Prior to the asphalt grinding, the Contractor will be required to do a mandatory walk through of all existing curb and Rutter with the on -site City of Fort Collins Engineer. Subsection 202.11 Is revised to include the following: The Contractor and the Engineer shall field measure and agree upon the quantity to be removed before the work commences. Should the Contractor fail to request the Engineer to measure any work, the Contractor shall not be compensated for materials that were not measured by the Engineer. The accepted quantities will be paid for at the contract unit price. Saw cutting, excavation, backfill, haul, disposal, and stockpiling of materials will not be measured and paid for separately. This cost shall be included in the unit price for each bid item in Section 202. U:\Eileen\SOS\Shields Street\Bid DocsTonstruction Specs\Teehnkal Specs Technical Specs - 3 South Shields Street Improvements Subsection 202.12 is revised to include the following. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). SOUTH SHIELDS STREET IMPROVEMENTS: 202-01 Remove Vertical Curb and Gutter - (LF) 202-02 Remove Crosspan, Apron, Driveway - (SF) 202-03 Remove Roll -Over Curb and Gutter - (SF) 202-04 Remove Asphalt Pavement (5"-8" thick) - (SY) 202-05 Remove Sidewalk - (SF) 202-06 Remove Concrete Light Pole Bases and Haul (top 3 feet) - (EA) 202-07 Remove Existing Inlets (Type R 5') - (EA) 202-08 Remove Tree Stump (Avg. Width = 48" Diameter) - (EA) February 28, 2002 202-09 Remove Landscape Boulders (Corner of Stuart and Shields Approx. 4"-8" Dia.) - (LS) PAVEMENT MANAGEMENT - STREET REHABILITATION: 202-10 Rotomill Asphalt (Avg. Depth = 4") - (SY) 202-11 Remove Glue -down Curb & Gutter with Hardscape - (LS) 202-12 Remove Vertical Curb & Gutter - (LF) 202-13 Remove Crosspan, Apron, and Driveway - (SF) 202-14 Remove Roll Over Curb & Gutter - (LF) 202-15 Remove Asphalt Pavement (5"-8" thick) - (SY) 202-16 Remove Sidewalk - (SF) 202-17 Cap off Irrigation / Sprinkler - (LS) U:\Eileen\SOS\Shields Str"A id Docs\Construction Specs\Technical Specs Technical Specs - 4 South Shidds Street Improvements February 28,2002 The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in removals and rotomilling, including excavation, backfill, haul and disposal, as specified in these specifications, and as directed by the Engineer. All saw cutting involved in removing the necessary items in order to complete the Work shall be considered incidental to the Work and will not be paid for separately. END OF SECTION U:\Eileen\SOS\Shields Street\81d Does\Construction Specs\Technical Specs Technical Specs - 5 South Shields Street Improvements REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised as follows: Subsection 203.01 is revised to include the following. February 28, 2002 Unclassified Excavation - This shall consist of excavation of all materials on the site to final grades, excluding the bid items listed in Section 202. Excavation of unsuitable material will only be paid for if it is found to be unsuitable in its original state. This item shall be measured from the plans and cross sections, and will be paid for by the cubic yard. This item shall be paid according to plan quantity. Embankment (Complete in Place) - All excavated material, except the material being hauled and disposed, shall be placed as embankment and compacted, to final grades, as specified in Section 203.07. The embankment quantity was not adjusted to allow for shrinkage during compaction. This item will be measured from the plans and cross sections and will be paid for by the cubic yard. This item will be paid according to plan quantity. Borrow — Suitable Fill Material (Complete in Place)- Unforeseen Circumstances Only — This shall include supplying suitable fill material to obtain the necessary amount for Embankment. Compaction, placing to final grade and wetting is all paid for under Embankment. This item is included only to cover unforeseen circumstances if on -site material is rejected for Embankment This item will be measured in the field and paid for by the cubic yard. Haul and Disposal - This shall consist of hauling and disposing of any excess material or unsuitable fill material (Muck Excavation is not included in this item). This item will be measured from the plans and cross sections and will be paid for by the cubic yard. This item shall be paid according to plan quantity. Muck Excavation (Complete in Place) - This shall include excavation of unsuitable material, supplying and placing Class 1 or 2 Structural Backfill, Pit Run or an approved fill, recompacting material to finish grade, and haul and disposal of unsuitable material. Muck -excavation of material from rain or weather damage will not be paid for and is entirely the Contractor's responsibility. This item shall be measured in the field, and will be paid for by the cubic yard. Borrow - ABC Class 5 or 6 (Complete in Place) - This shall include supplying, placing, and compacting aggregate base course as directed by the Engineer. This item will be measured in the field and paid for by the ton. This item will not be paid for as Embankment. Borrow material will only be used for fill if there is a shortage of suitable material onsite and/or as directed by the Engineer and may be used under sidewalks and median hardscaped areas. Topsoil - (stripping, stockpiling, placing) - All areas that have suitable topsoil material shall be stripped to a depth of 6 inches. This material shall be stockpiled and placed after the final grades have been established. This item shall include stripping existing vegetation, temporarily stockpiling, loading, hauling, and placing topsoil material for back of walk to the utility easement right-of-way. This item shall be paid according to plan quantity. U:\Eileen\SOS\Shields Street\Bid Does\Construction SpecsMehnical Specs Technical Specs - 6 South Shields Street Improvements February 28, 2002 Swale Grading — This shall include excavation according to finish grade with 6" of topsoil. All labor, equipment and associated costs to be included in the price. This items shall be paid for by the lineal foot (LF). Potholing — The Contractor shall be responsible for locating electrical, gas, fiber optic, cable, telephone, traffic signal conduit and other existing utility lines and shall be performed every 100 lineal feet or as deemed — necessary by the contractor. All related work, including excavation, backfilling, shoring, labor and number of hours will not be measured and paid for separately, but shall be included in the work. Repair of damaged existing utility lines caused by the Contractor will be at the Contractor's expense. Potholing will be paid as a lump sum item. These items will not be paid separately under items in section 202, 210, 603, or 604 Embankment and subgrade material shall be compacted to 95% of maximum density at +/- 2% optimum moisture. Maximum density shall be determined by ASTM D 698. This will apply under the roadway, curb and gutter, sidewalk, and driveways. Topsoil shall be compacted to 85% of maximum density at/or near optimum moisture. Excavation and Embankment will only be paid when a significant change in grade is required, as determined by the Engineer. Minor cuts and [Ills shall be considered incidental to the work, and shall not be paid separately under this section. If unsuitable subgrade is encountered and the Engineer directs the Contractor to over excavate the material, the Contractor shall use Aggregate Base Courses (Class 5 or 6), Class I or 2 Structural Backfill, Pit Run or an approved fill to backfill the over excavated area if there is not any acceptable material onsite. This Work will not be paid for separately but will be paid under the Muck Excavation item. The proposed material shall meet the following minimum requirements: LL Maximum: 30 PI Maximum: 6 "R" Value Minimum: 78 The minimum strength coefficient of the Aggregate Base Coarse shall be 0.11. After specified compaction has been obtained, the subgrade under the curb, gutter, sidewalk, and pavement shall be proof -rolled with a heavily loaded rubber tired roller, fully loaded water truck, or approved equal. — Those areas which produce a rut depth of over one-half (1/2) inch or which crack the subgrade after pumping `d and rebounding shall be ripped, scarified, wetted or dried if necessary, and recompacted to the requirements for density and moisture at the Contractor's expense. Where unsuitable material is encountered, the Engineer may require the Contractor to remove the unsuitable materials and backfill to the finished grade with approved material. The completed subgrade shall be proof -rolled again after placement of approved _ material. This will be paid for at the contract unit price for Muck Excavation. .w The Contractor shall refer to the plans for regrading information. This work shall include all excavation, embankment, and grading required to prepare these sites for landscaping. U:\Eileen\SOS\Shields Street\Bid Docs\Construction SpecsUechnieal Specs Technical Specs - 7 ,r Project: South Shields Street Improvement Project ADDENDUM #1 S e Nuumbmberr Description Es Unit Unit Cost Item Coat D uanllN6meted South Shields Street Quantities: 2024)1 Remove Vertical Cut a Gutter 285 LF 202-02 Remove Crosspan, Apron, Driveway 860 SF 202-03 Remove Roll Over Curb 160 SF 202-04 Remove Asphalt F-Ir thick 7.390 BY 202-05 Remove Sidewalk 8.295 SF 20246 Remove Concrete Light Pole Bases (Top 3') and Haul 3 EA 202-07 Remove Exisiting Inlets Type R 5' 2 EA 202-08 Rempve Tree Stump (A,,. Width = 48' Diameter) 1 EA 202-09 Remove Landscape Boulder,(Comer of Stuart and Shields - approx. 4"'cobbles) 1 LS 203-01 Unclassified Excavation 2.350 CY 203-02 Embankment (CIP) 2.020 CY 203-03 Sandi Suitable Fill Material(Unforseen Circumstances Only) 597 CY 20304 Haul and Dispose 330 CY 203-05 Muck Excavation(CIP) 275 CY 203-06 B.. ABC( d5 or 6) CIP 365 TON 203-02 Topsoil(strippin9, stockpile. placing) 730 CY 20MB Swale Grading 615 LF 203-09 Potholing 1 ITS 209-01 Erasion Control 1 LS 21P01 Adjust Manhole RinglCpver 5 EA 210�02 Modlty, Manhole 2 EA 210-03 Adjust Valve Box 4 EA Wul-01 Aggregate Base Course - (CI 5 a61- 6' Depth -(CIP) 3,180 TON 304-02 Aggregate Base Course Patch Placement -(Cl5 or 6) - V Depth - (CIP) 200 TON 301 01 Reconditioning IS-) 2,435 BY 301-01 Flyash Subgmde Stabilizabon(12h) 7300 BY 40301 Hot Bituminous Pavement-GradingS (4'Depth) (PG 7&28) 2AW TON 40302 Hot Bituminous Pavement -Grading SG (IFDepth) (PG6i2U) 3,180 TON 403-03 Asphalt Paver Patching - Grading S(4-Depth) PG 6422 Binder 100 TON 403,04 Asphalt Paver Patching- Grading SG(2' Depth) PG 6422 Binder 150 TON 412-01 Portland Cement Concrete Pavement (10"Depth) 260 BY 42GT1 Miratl Filler Material 800 BY 5W6 l 15'x20'X1.5' Class 12 Rip -Rap with 6' topsoil (CIP par dal 33 BY 506.02 6xVX1.6 Class 12 Rip -Rap with IF topsdl (CIP per detail) 6 BY 60&01 4• PVC Schedule 200 Irrigation Bleevbg im LF 60M01 5' Type R Inlet 1 EA 604-02 Combination Type 13 Inlet 1 EA 608-01 Concrete Sidewalk T(Thlckness=6') 9,000 SF 608-02 Concrete Acess Ramps with Colored Landings (Thickness =6') 1,860 SF 608-03 Concrete Cmsspan and Aprons (Thickness =IT) 900 SF 608-04 Concrete Bus Pad (Thickness = B-) 250 SF 608-05 Patterened Asphalt Crosswalks 31O SF 608-06 Hi Eady Concrete 75 CY 608-02 Flow Fill 150 CY 609-01 Vertical Cut and Gutter 11200 LF 609-02 Roll -Over Cut and Gutter im LF 619-01 8'x 2" Plug and Blau O6 1 EA 619�02 30'ar Tapping Saddle(FC Spec) 1 EA 619-03 8' Taping Valve and Connection 1 EA 619-04 8-DIP with Poly Wrap 40 LF 619-05 Install 72" Valve Manhole over Exisibng 30' 1 EA 619-06 litigation Service INV)- City of Fort Collins Spec 1 EA Subtotal South Shields Street Quantities: S CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-4 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -All - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-2 SPECIFICATIONS South Shields Street Improvements Subsection 203.04 is revised to include the following: February 28, 2002 The excavations and embankments shall be finished to smooth and uniform surfaces conforming to the typical sections specified. Variation from the subgrade plan elevations specified shall not be more than 0.08 feet. Subsection 203.13 is revised to include the following: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). SOUTH SHIELDS STREET IMPROVEMENTS: 203-01 Unclassified Excavation— (CY) 203-02 Embankment -CIP — (CY) 203-03 Borrow Suitable Fill Material (CIP) — Unforseen Circumstances Only — (CY) 203-04 Haul & Dispose — (CY) 203-05 Muck Excavation — CIP — (CY) 203-06 Borrow ABC (Class 5 or 6) —CIP - (TON) 203-07 Topsoil —(Stripping, stockpiling, placing) — (CY) 203-08 Swale Grading — (LF) 203-09 Potholing —(LS) PAVEMENT MANAGEMENT — STREET REHABILITATION• 203-10 Unclassified Excavation — (CY) 203-11 Embankment — CIP— (CY) 203-12 Borrow ABC (Class 5 or 6) — CIP — (TON) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Unclassified Excavation, Embankment, Haul & Dispose, Topsoil (stripping, stockpiling, placing), Muck Excavation, Borrow ABC and Median Hardscape Shaping, including without limitation, haul, stockpiling, placing of material, watering or drying soil, compaction, proof rolling, finish grading, and disposal of unusable materials, as shown on the plans and as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Doc$\Construction Specs\Technical Specs Technical Specs - 8 South Shields Street Improvements February 28, 2002 REVISION OF SECTION 208 EROSION CONTROL Section 208 of the Standard Specifications is hereby revised as follows: Subsection 208.05 is revised to include the following - All Erosion Control Devices, Materials, and Techniques required to prevent damage to the storm water facilities as outlined in the City of Fort Collins Standards will be considered incidental to the work, and shall _ be included in the price. No measurement for payment shall be made for maintenance of Erosion Control devices. The tracking pad shown on the plans shall be included and considered incidental to the work. This item will be paid for as a lump sum price to the Contractor. Working in or Crossing Watercourses and Wetlands - Construction vehicles should be kept out of watercourses to the extent possible. Where in channel -work is necessary, precautions must be taken to stabilize the work area during construction to minimize erosion control. The channel (including bed and banks) must always be restabilized immediately after in -channel work is completed. Where a live (wet) watercourse must be crossed by construction vehicles during construction, a Temporary Stream Crossing must be provided for this purpose. Contractor shaft take extreme care not to contaminate Spring Creek. A total of 13 permanent straw bales will be paid for in the Lump Sum price for Erosion Control. Subsection 208.07 is revised to include the following: The accepted quantities will be paid for at the contract unit price. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 208-01 Erosion Control - (LS) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in installing and maintaining erosion control, complete -in -place, as specified in these specifications, and as directed by the Engineer. END OF SECTION - U:\Eileen\SOS\Shields Street\Bid DoesTonstruction Spees\Technical Specs Technical Specs - 9 South Shields Street Improvements REVISION OF SECTION 210 RESETSTRUCTURES Section 210 of the Standard Specifications is hereby revised as follows: Subsection 210.10 is revised to include the following: February 29, 2002 Work contained in this Subsection shall meet the requirements of the current City of Fort Collins Water Utilities Standard Construction Specifications or other applicable water utility agency standard construction specifications. The Contractor shall cooperate and coordinate with the City Water Utilities Department or other applicable water utility when shutting off water to minimize downtime to customers. The Contractor shall also coordinate work involving the relocation of fire hydrants, water meters, curb stops, and water valves, and lowering water and sewer service lines, and water lines. The Contractor shall supply all materials required to complete the work that is not supplied by the City or other applicable water utility, and these materials shall be included in the costs of each item. This shall include, but not be limited to; new copper line and fittings, new stop boxes, meter pits, excavation, backfill and compaction. New copper fittings, stop boxes, and meter pits will be required at each location. All structures located in bituminous pavements to be surfaced shall be adjusted prior to, or during paving operations. All structures located within a concrete pavement shall be adjusted prior to opening the roadway. The Contractor shall perform all work needed to ensure that said structures can be readily adjusted and shall have all necessary materials on hand prior to commencing the work. The adjustments shall be made as noted below. All structures shall be adjusted to be ''/a", +/- 1/8" below the pavement surface. The Contractor shall be responsible for immediately cleaning out all construction materials that may fall into manholes, valve boxes, or other structures during the construction process. In the event that a structure was not properly adjusted (i.e. too high or too low) or the structure was covered and not adjusted after the paving operation, written notice will be given by the Engineer to the Contractor requiring the Contractor to make the necessary adjustments within 5 working days. In the event that the structure is not adjusted within said time frame; the Engineer shall have the right to engage a third party to complete the work, and to withhold the cost of such work from payments due the Contractor. If a structure is adjusted prior to an overlay operation, the Contractor shall place bituminous base material around the structure as directed by the Engineer to insure that it will not be a hazard to vehicular traffic. This will be paid for under the bid item for Asphalt Patching. Adjust Manhole Ring/Cover — Manholes located within existing asphalt pavement shall be adjusted by removing an area of pavement with a minimum diameter one foot (F) larger than the structure (centered on the structure). This shall be done by cutting vertical edges, adjusting the manhole by grouting concrete rings and/or utilizing metal shims to raise the structure to the proper grade, then spreading and mechanically compacting bituminous material of the same grade and quality as the adjacent pavement. IJAEileen\SOS\.Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 10 South Shields Street Improvements February 28, 2002 Modify Manhole - Manholes located within existing asphalt pavement or subgrade shall be adjusted by removing an area of pavement or subgrade with a minimum diameter two foot (T) larger than the structure (centered on the structure). This shall be done by cutting vertical edges in the pavement, if required, and excavating below the ground surface to the required barrel seam needed to start the adjustment. The cone section shall be removed and additional sections added or removed to obtain the plan finished elevation. All manhole sections shall be cleaned and an approved gasket material applied prior to reassembly. This work - shall be done in accordance with the City of Fort Collins Standard Construction Specification for Sewer Mains. The excavation shall be backfilled with on -site material and shall be mechanically compacted or Flowable Fill used if directed by the Engineer. This item will be paid under Modify Manhole — (EA). Flowable Fill will be paid under Section 608. When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the slope of the pavement in both the longitudinal and traverse directions. Any manhole cover which is unstable or noisy under traffic shall be replaced. This item will be paid under Adjust Manhole Ring/Cover — (EA). Adjust Valve Box — Valve boxes located within asphalt pavement shall be adjusted by removing the existing pavement around the valve box, adjusting the valve by turning it to the proper grade, trimming the existing asphalt by cutting vertical edges, then spreading and mechanically compacting bituminous material of the same grade and quality as the adjacent pavement. If a valve box cannot be turned up, or can be turned up, but not sufficiently to achieve the proper grade or if the top section of the valve box is in poor condition, the Contractor shall excavate around the top section of the valve box and remove and replace the top section with a longer section supplied by the Contractor. The excavation shall then be back filled with Non -Shrink backfill to the top of subgrade, and then, material of the same grade and quality as the adjacent pavement shall be placed. The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If, in the opinion of the Engineer, the Contractor is negligent and breaks the valve box, the valve box shall be replaced at the Contractor's expense. This item will be paid under Adjust Valve Box — (EA). Non -Shrink backfill — also called Flowable Fill or Unshrinkable Fill — shall be a Portland Cement Concrete Mix. The cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type I/11. The minimum 24-hour strength shall be 10-psi and the maximum 28 day strength, 60 psi. The maximum aggregate size shall be one inch (I"). The minimum slump shall be six inches (6") and the maximum, eight inches (8"). The non -shrink backfill shall be consolidated with a mechanical vibrator. Cathodic Protection (C.P.) Test Station Relocation — The relocation of C. P. Test Stations are shown on the plans. The Engineer may also request C. P. Test Stations to be relocated that are not shown on the plans. The City of Fort Collins Water Utility will provide the materials, perform the wire connections and extend the wires to the new location. The Contractor shall notify the Owners Field Representative on site prior to doin¢ this work. The Contractor shall locate the existing test station wires, excavate the trench to the new location, backfill the trench after the City Utility Crews are done with their work and set the City supplied concrete pod, with the wires inside, to the finished grade. If the Contractor pulls the existing test station wires off the -- connection at the water main line, the Contractor shall be responsible to repair the test wires at the main line under the direction of the City Utility Crews at the Contractors expense. This item will be paid under Relocate C. P. Test Station — (EA). U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 11 South Shields Street Improvements February 28, 2002 Traffic Signs - Prior to commencement of any construction that will affect traffic signs of any type, the Contractor shall contact the City of Fort Collins Streets Division and the City Project Inspector for removal of the signs. The COFC Streets Division will remove these signs and reset all traffic signs upon project completion. Subsection 210.13 is revised to include the following: Payment will be made under. Pay Item and Pay Unit The pay unit is denoted by ( ). SOUTH SHIELDS STREET IMPROVEMENTS: 210-01 Adjust Manhole Ring/Cover — (EA) 210-02 Modify Manhole — (EA) 210-03 Adjust Valve Box — (EA) PAVEMENT MANAGEMENT — STREET REHABILITATION: 210-04 Adjust Manhole Ring/Cover — (EA) 210-05 Adjust Valve Box — (EA) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the Work involved in adjusting structures, complete -in -place, including non -shrink backfill, concrete, metal shims, bituminous materials, haul and disposal, excavation, bedding material, backfill, and compaction as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 12 South Shields Street Improvements February 28, 2002 REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is revised as follows: Subsection 304.01 is revised to include the following. This work shall consist of placing 6" of Aggregate Base Course (Class 5 or 6) over previously prepared pavement subgrade approved by the Engineer. Aggregate Base Course will be used under the asphalt pavement section and shall meet the requirements of Subsection 703.03. The proposed material shall meet the following minimum requirements: LL Maximum: 30 PI Maximum: 6 "R" Value Minimum: 78 '- The minimum strength coefficient of the Class 5 or 6 Aggregate Base Course shall be 0.11 Subsection 304.06 is revised to include the following: Aggregate Base Course shall be compacted to at least 95% of maximum density at or near optimum moisture as determined by ASTM D698. Subsection 304.07 is revised to include the following: I Aggregate Base Course will be measured by the ton at proper moisture. Quantity will be adjusted accordingly u if the moisture content is too high. Haul and water necessary to bring mixture to optimum moisture will not be measured or paid for separately, but shall be included in the price for Aggregate Base Course. Soil sterilization shall be applied under all new asphalt Davine and shall be considered incidental to the work. Sterilization shall not be paid for separately under this item. Subsection 304.08 is revised to include the following: The accepted quantities of Aggregate Base Course will be paid for at the contract unit price per ton. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). SOUTH SHIELDS STREET IMPROVEMENTS: 304-01 Aggregate Base Course (Class 5 or 6) 6" depth - (TON) 304-02 Aggregate Base Course Patch Placement - (Class 5 or 6) 6" depth - (TON) U:\Eileen\SOS\Shields Street\Bid Docs\Construction Speeffechnical Specs Technical Specs - 13 .d South Shields Street Improvements PAVEMENT MANAGEMENT — STREET REHABILITATION• 304-03 Aggregate Base Course (Class 5 or 6) 6" depth— (TON) The above prices and payments shall include full compensation equipment and incidentals and for doing all work involved i sterilization, and water. The work will be complete -in -place, as specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 14 February 28, 2002 n for furnishing all labor, materials, tools, Aggregate Base Course including haul, shown on the plans, as specified in these South Shields Street Improvements REVISION OF SECTION 306 RECONDITIONING Section 306 of the Standard Specifications is hereby revised for this project as follows: Subsection 306.02 is revised to include the following. February 28, 2002 The top 8" of the entire subgrade, including fill areas, (curb, gutter and sidewalk, and pavement areas) shall M be reconditioned by scarifying and recompacting. The subgrade shall be thoroughly mixed and dried or moistened to full depth and compacted as specified in Section 203.07. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.04 foot under asphalt or concrete pavement or 0.08 foot under aggregate base course. The surface shall be tested prior to application of any base course or pavement. All defective work shall be corrected as directed by the Engineer. The surface shall be protected and maintained until base course or pavement has been placed. If the Contractor chooses to use roadbase as a fine grading material or a material to mitigate over excavated or rain damaged areas this shall be entirely the Contractor's cost and shall be considered incidental to the Work. The Contractor shall be paid for reconditioning, if reconditioning has been attempted, and muck excavation in the event that unsuitable material is encountered and removed at the direction of the Engineer. It shall be at the Engineer's discretion to determine if the Contractor has made a sufficient effort to control the moisture in the subgrade material and made a reasonable effort to recondition the subgrade. Soil sterilization shall be applied under all new asphalt paving and shall be considered incidental to the work. Sterilization shall not be paid for separately under this item. This item (Reconditioning) will not be necessary orpaid for in flvash stabilized areas. [ Subsection 306.04 is revised to include the following: The accepted quantities of Reconditioning will be paid for at the contract unit price per square yard. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 306-01 Reconditioning (8") - (SY) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Reconditioning, complete -in -place, including rr compaction, wetting or drying, and finish grading, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\Technical Specs Technical Specs -15 South Shields Street Improvements REVISION OF SECTION 307 FLYASH SUBGRADE STABILIZATION Section 307 of the Standard Specifications is revised as follows: February 28, 2002 This item shall consist of treating the subgrade, adding Class "C" fly ash, mixing and compacting of the mixed material to the required depth and density. This item applies to natural ground or embankment and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. MATERIALS A. Fly Ash - The fly ash shall meet ASTM Specification 618, Section 3.2, when sampled and tested in accordance with Sections 4, 6, and 8 unless otherwise shown on the plans. Fly ash shall be Class C designation containing a minimum of 25 percent CaO. B. Water - The water used in the stabilized mixture shall be clean, clear, and 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 and approved by the Materials Engineer. EQUIPMENT A. The machinery, tools and equipment necessary for proper prosecution of the Work shall be on the project site and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. 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. C. 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 Engineer. CONSTRUCTION METHODS A. General It is the primary purpose of this specification to secure a completed course of treated material that contains the following: 1. Uniform fly ash/soil mixture with no loose or segregated areas; 2. Uniform density and moisture content 3. Is well bound for its full depth 4. A smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work; to process a sufficient quantity of material to achieve full depth as shown on plans; to use the proper amounts of U:\Eileen\SOS\Shields Street\Bid Docs\Construction SpecsUechnical Specs Technical Specs - 16 South Shields Street Improvements February 28, 2002 fly ash; to maintain the work; and to rework the courses as necessary to meet the above requirements at no additional cost. Before other construction operations are initiated, 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. Unsuitable soil or materials shall be removed and replaced with `^ acceptable material. 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 trimming machine that will remove the subgrade material accurately to the secondary grade, he will not be required to expose the secondary grade or windrow the material. However, the Contractor shall be required to roll the subgrade, as directed by the Engineer, before using the trimming machine and correcting 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. B. Application The fly ash shall be spread by an approved spreader at the rate of 12% dry weight of soil as shown on the plans and as directed by the Engineer. 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 Engineer, are such that blowing fly ash becomes objectionable to traffic or adjacent property owners. During final mixing, water shall be added to the materials as directed by the Engineer, until the proper moisture content has been secured. Water shall be added, through the pulverizing machine or " method acceptable to the Engineer to develop a uniform, controlled rate addition of the needed moisture. Initial mixing after the addition of fly ash will be accomplished dry or with a minimum of water to prevent fly ash balls. Final moisture content of the mix, prior to compaction, shall not exceed the optimum moisture content of the mix by more than two percent nor by less than the optimum by more than four percent. 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. C. 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 Engineer, a homogeneous, friable mixture of soil and fly ash is obtained, free from all clods or lumps. Water required to achieve the specified moisture content for the mixture should be added after initial mixing. U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\Technical Specs Technical Specs - 17 SECTION 00020 INVITATION TO BID South Shields Street Improvements February 28, 2002 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 non -slaking 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 dry by laboratory sieves: Minimum Passing 1: inch sieve 100 percent Minimum Passing No. 4 sieve 60 percent D. Compaction Compaction of the mixture shall begin immediately after 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 which appear shall be corrected immediately by scarifying the areas affected, adding or removing material as required and reshaping the recompacting by sprinkling and rolling. The surface of the course shall be maintained in a smooth condition, free from undulations and ruts, until other work is placed thereon or the work is accepted. The stabilized section shall be compacted to the extent necessary to provide the density specified below: Description For fly ash treated subgrade, existing sub- base or existing base that will receive subsequent sub -base or base courses For fly ash treated sub -base or base that Will receive surface course Not less than 95 percent maximum dry density (ASTM D-698) Not less than 95 percent maximum dry density (ASTM D-698) In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, the Engineer will make tests as necessary. If the material fails to meet the density requirements, the Engineer may require it to be reworked as necessary to meet those requirements or require the Contractor to change his construction methods to obtain required density on the next section. Throughout this entire operation, the shape of the course shall be maintained with a blade, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the plans and to the established lines and grades. Grading should be terminated within two hours after blending of 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, re -compacted and refinished at the sole expense of the Contractor. Reprocessing shall follow the same pattern as the initial stabilization, including the addition of fly ash. U:\Eileen\SOS\Shieids Street\Bid Docs\Construction Specs\Technical Specs Technical Specs -18 South Shields Street Improvements E. Finishing, Curing and Preparation for Surfacing February 28, 2002 After the final course of the treated sub -grade, sub -base or base has been compacted, it shall be brought the required lines and grades in accordance with the typical sections. 1. The resulting base surface shall be thoroughly rolled with a pneumatic tire roller and "clipped", "skinned" or "tight bladed" by a power grader to a depth of approximately 3 inch, removing all loosened stabilized material from the section. Re -compaction of the loose material should not be attempted. The surface shall then be thoroughly compacted with the pneumatic roller, adding small increments of moisture as needed during rolling. If plus No. 4 aggregate is present in the mixture; one complete coverage of the section with the fat wheel roller shall be made immediately after the "clipping" operation. When directed by the Engineer, surface finishing methods may be varied from this procedure provided a dense, uniform surface, free of surface compaction plans, 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. 2. After the fly ash treated course has been finished as specified herein, the surface shall be protected against rapid drying by either of the following curing methods for a period of not less than three days or until the surface or subsequent courses are placed: (a) Maintain a thorough and continuously moist condition by sprinkling. (b) Apply a two-inch layer of earth on the completed course and maintain in a moist condition. (c) Apply an asphalt membrane to the treated course, immediately after 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. METHOD OF MEASUREMENT ^+ Fly Ash Subgrade Stabilization will be measured by the square yard to the limits as constructed in the field and be paid for at the contract unit price per square yard. NOTE: The square yards of Fly Ash Subgrade Stabilization is an estimate only based on the soils report and general knowledge of the soil conditions in this area. The subgrade areas to be stabilized with fly ash will be determined by the Engineer based upon results after proof rolling and effects resulting from inclement weather conditions. Subgrade areas not requiring fly ash stabilization will be Reconditioned (Revision of Section 306), measured by the square yard as constructed in the field and paid for at the Reconditioning contract unit Drice Der square yard. U:\Eileen\SOS\Shields StreeAllid Docs\Construction Specs\Technical Specs Technical Specs - 19 South Shields Street Improvements BASIS OF PAYMENT Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 307-01 Fly ash stabilization -12% - (SY) February 28, 2002 The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Fly ash stabilization, complete -in -place, including compaction, and wetting or drying as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\Technical Specs Technical Specs - 20 South Shields Street Improvements February 28, 2002 REVISION OF SECTION 401 & 703 PLANT MIX PAVEMENTS — GENERAL & AGGREGATES Section 401 and 703 of the Standard Specifications is hereby revised as follows: Subsection 401.02 is hereby revised to include the following: Requests made in writing by the Contractor for changes in the job mix formula will be considered by the Engineer. A job mix formula shall be determined by the Contractor and submitted to the Engineer for approval a minimum of one week prior to the beginning of construction for each proposed change. The Contractor shall provide the Engineer with an asphalt mix design report from an independent testing laboratory acceptable to the Engineer. The report shall state the Mix properties, optimum oil content, job mix formula and recommended mixing and placing temperatures. The costs for all job mix formulas shall be the responsibility of the Contractor. If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement used, the City _ may charge the Contractor for testing and evaluation of the mix designs, including the costs for calibration of a Nuclear Asphalt Oven. For Superpave Mixes, delete Table 401-2 and replace with the following: TABLE 401-2 Grading Test Procedure Minimum Test Sampling Frequency Result All Gradings CP L-5109 Method B 80 One per 10, 000 metric tons (10,000 tons) or fraction thereof minimum In subsection 401.02, delete the second, third, and fourth paragraphs and replace with the following: 1. A proposed plant mix pavement mix design prepared in accordance with Colorado Procedure 52(CP52- 99), including a proposed job -mix gradation for each mixture required by the Contract which shall be wholly within the Master Range Table, Tables 703-3A, B, and C, 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 75 mm (No. 200) sieve. The restricted zone boundaries shown for all gradings in Tables 703-3A, 703-313, and 703-3C are to be used as guidelines in mix design development. However, the job -mix gradation is not required to pass above or below the restricted zone boundaries. 2. The name of the refinery supplying the asphalt cement and the source of the anti -stripping additive. 3. A sufficient quantity of each aggregate for the Department to perform the tests specified in section 2.2.1 of CP52. In subsection 401.02 delete Table 401-1, including the footnotes, and replace with the following. ABLE 401.1Bitumen Content ±0.3% phalt Recycling Agent ±0.2% em rature of Mixture When Discharged from Mixer kI00C U:\Eileen\SOS\Shields Street\Bid Docs\Construction SpecsUechnical Specs Technical Specs - 21 South Shields Street Improvements Pavement - Item 403 February 28,2002 the 9.5 mm (1/82) and larger sieves ±6% the the 4.75 mm (No. 4) and 2.36 mm (No. 8) sieves ±5% the 600 mm (#30) sieve ±4% the 75 mm (#200) sieve ±2% 'When 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. Delete Subsection 401.07 and replace with the following: Plant mix pavement shall be placed only on properly prepared unfrozen surfaces which are free of water, snow, and ice. The plant mix pavement shall be placed only when both the air and surface temperatures equal or exceed the temperatures specified in Table 401-3 and the Engineer determines that the weather conditions permit the pavement to be properly placed and compacted. Table 401-3 Placement Temperature Limitations in °C Compacted Layer Minimum Surface and Air Thickness in Temperature 4C (417) mm (inches) Top Layers Below Layer Ton Laver <38 (1'/2) 15 (60) 10 (50) 38 (1'/2) - <75 (3) 10 (50) 5 (40) 75 3 or more L 7 45 2 35 Note: Air temperature is taken in the shade. Surface is defined as the existing base on which the new pavement is to be placed. If the temperature falls below the minimum air or surface temperatures, paving shall stop. The Contractor shall schedule the work so that no planed or recycled surface is left without resurfacing for more than 10 calendar days during the period specified in Table 401-3A, below. The Contractor shall immediately place a temporary hot bituminous pavement layer on any surface that has been planed or recycled and can not be resurfaced in accordance with the above temperature requirements within 10 calendar days after being planed or recycled. The minimum thickness of the temporary hot bituminous pavement layer shall be 50 mm (2 inches). The Contractor shall perform the quality control required to assure adequate quality of the hot bituminous pavement used in the temporary layer. All applicable pavement markings shall be applied to the temporary layer surface. The Contractor shall maintain the temporary layer for the entire period that it is open to traffic. Distress which affects the ride, safety, or serviceability of the temporary layer shall be immediately corrected to the satisfaction of the Engineer. The temporary hot bituminous pavement layer shall be removed when work resumes. U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 22 South Shields Street Improvements Table No. 4013A Perisssla Rennirine Overinv of Trentwl Rnr&rea February 28, 2002 Location by Elevation Period During Which Planed or Recycled Surfaces Must be Overlaid within Ten Days All areas below and including 2100 m October 1 to March 1 (7000 feet) All areas above 2100 in (7000 feet) up to September 5 to April 1 and including 2600 in 8500 feet All areas above 2600 in (8500 feet) August 20 to May 15 In Subsection 401.15, delete the third and fourth paragraphs (including table) and replace with the following: The minimum temperature of the mixture when discharged from the mixer and when delivered for use shall be as shown in the following table: Asphalt Grade Minimum Mix Discharge Temperature, °C °F * Minimum Delivered Mix Temperature, °C 4F ** PG 58-28 135 (275) 113 (235) PG 58-22 138 (280) 113 (235) PG 64-22 143 (290) 113 (235) AC-20 Rubberized 160 (320) 138 (280) PG 76-28 160 (320) 138 (280) PG 70-28 149 (300) 138 (280) PG 64-28 149 (300) 138 (280) PG 58-34 149 (300) 138 (280) * The maximum mix discharge temperature shall not exceed the minimum discharge temperature by more than 17*C (30 (4F) . ** Delivered mix temperature shall be measured behind the paver screed. Hot -mix asphalt mixture shall be produced at the lowest temperature within the specified temperature range that produces a workable mix and provides for uniform coating of aggregates (95% minimum in accordance with AASHTO T 195), and that allows the required compaction to be achieved. Subsection 401.16 is hereby revised to include the following: U:\Eileen\SOS\Shields Street\Bid DocKonstruction Specs\Technical Specs Technical Specs - 23 South Shields Street Improvements February 28, 2002 The mixture shall be laid upon an approved surface, spread and struck off to provide for drainage to the side(s) of the roadway with a minimum cross slope of two percent (2%) or as directed by the Engineer. In subsection 401.17, first paragraph, delete the last two (2) sentence and replace with the following. When the mixture contains unmodified asphalt cement (PG 58-28, PG 58-22, or PG 64-22) or modified (PG 58-34), and the surface temperature falls below 85*C (185 917), no further compaction effort will be permitted unless approved. If the mixture contains modified asphalt cement (AC-20R, PG 76-28, PG 70-28, or PG 64-28) and the surface temperature falls below 110°C (230 9F), no further compaction effort will be permitted unless approved. Subsection 401.17 is hereby revised to include the following: All pneumatic tire rubbers shall be equipped with rubber skirts. In subsection 703.04 delete Table 703-3 and replace with Tables 703.3A, B, and C as follows: TABLE 703-3A Master Range Table for Hot Bituminous Pavement (Grading S) Sieve Size Percent by Weight Passing Square Mesh Sieves Restricted Zone Boundary (Guideline) Minimum Maximum 37.5 mm (11/2") 25.0 mm (1") 100 19.0 mm (3/4") 90 - 100 12.5 mm ('/2") 9.5 mm 4.75 mm (#4) 2.36 mm (#8) 23 - 49 34.6 1.18 mm (#16) 22.3 J28.3 600 mm (#30) 16.7 300 mm (#50) 13.7 150 mm (#100) 75 mm (#200) 2-8 U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 24 South Shields Street Improvements February 28,2002 * These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. TABLE 703-3B Master Range Table for Hot Bituminous Pavement (Grading SX) Sieve Size Percent by Weight Passing Square Mesh Sieves Restricted Zone Boundary (Guideline) Minimum Maximum 37.5 mm (1'/2") 25.0 mm (1") 19.0 mm (3/4") 100 12.5 mm ('/2") 90 - 100 9.5 mm ('/a-) 4.75 mm (#4) 2.36 mm (#8) 28 - 58 39.1 39.1 1.18 mm (#16) 25.6 31.6 600 mm (#30) * 19.1 23.1 300 mm (#50) 15.5 15.5 150 mm (#100) 75 mm (#200) 2 - 10 * These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 25 South Shields Street Improvements February 28, 2002 TABLE 703-3C Master Range Table for Hot Bituminous Pavement (Grading SG) Sieve Size Percent by Weight Passing Square Mesh Sieves Restricted Zone Boundary (Guideline) Minimum Maximum 37.5 mm (1'/a") 100 25.0 mm (1") 90 - 100 19.0 mm (3/a") 12.5 mm ('h") 9.5 mm (3/8•) 4.75 mm (#4) 39.5 39.5 2.36 mm (#8) 19 - 45 26.8 30.8 1.18 mm (#16) 18.1 24.1 600 mm (#30) * 13.6 17.6 300 mm (#50) 11.4 11.4 150 mm (#100) 75 mm (#200) 1-7 * These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 26 South Shields Street Improvements REVISION OF SECTION 403 HOT BITUMINOUS PAVEMENT Section 403 of the Standard Specifications is hereby revised as follows: Subsection 403.01 is revised to include the following: February 28, 2002 r.. Asphalt Patchine — HBP Grading S & SG shall be used in locations as directed by the Engineer. These _ quantities will be restricted to small areas which require hand placement methods and conventional paving equipment cannot be utilized. Hot Bituminous Pavement — This shall consist of constructing one or more courses of HBP Grading S & SG over existing pavement or subgrade surfaces previously prepared by the contractor or City of Fort Collins Crews. Subsection 403.02 is revised to include the following: Laboratory Mix Design — Grading S & SG - The mix designs shall be prepared by an independent laboratory acceptable to the Engineer and shall be submitted by the Contractor to the Engineer for approval a minimum on one (1) month prior to the beginning of paving for this project. The criteria for the mix design is as follows: HBP Grading S & SG ESAL's = Shields Street: 1,460,000 Binder: PG 76-28 Designed according to the most recent set of SUPERPAVE Specifications available. SEE TABLE 403-1 NEXT PAGE FOR DESIGN CRETERIA A request made in writing by the Contractor for changes in the job mix formula will be considered by the Engineer. " The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HBP This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation 't shall be corrected before paving operations will be allowed to resume. Reclaimed materials will not be allowed in Hot Bituminous Pavement. A maximum of 20% reclaimed material will be allowed for HBP Grading SG. The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. —. vertical drop otis will not be allowed. Paper ioints will be required with a taper eauaflfnf 3 times the amount of drop. U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 27 SECTION 00020 INVITATION TO BID Date: March 25, 2002 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on APRIL 16, 2002 for the SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. 0. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for widening Shields Street from Hobbit Street south to the Spring Creek Lane (approx. 1150 feet) including: a limited full width reconstruction (west curb along Shields Street to remain intact), addition of concrete bus pull-out stop, vertical curb and gutter along the east side of Shields Street, earthwork, handicap ramps, enhanced crosswalks, detached seven - foot (7') sidewalk, water and storm sewer appurtenances and parkway landscaping. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available March 26, 2002. Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd floor, Fort Collins, Colorado, 80521 upon payment of a refundable fee of Fifty Dollars ($50.00) per set. No partial sets will be issued. The Contract Documents and Construction Drawings may be examined at: 1. City of Fort Collins, Purchasing Division. 2. The Daily Journal, 2000 S. Colorado Blvd. Suite 2000, Denver, Colorado. 3. CMD Denver Plan Room, 9250 E Costilla Ave, STE 400, Englewood, CO 4. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 5. The Plan Room, 2176 South Jasmine St. Door "E"/Suite 219, Denver, Colorado. A prebid conference and job walk with representatives of prospective Bidders will be held at 1:00 p.m. on April 4, 2002, at 281 North College Avenue, Conference Room A. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as 07/2001 Section 00020 Page 1 South Shields Street Improvements February 28, 2002 Paving joint shall be at the lane lines or in the center of the lane. In no case shaU the Davin joints be in the wheel Path. The contractor shall submit a longitudinal joint and pavement maridngplan 3 days prior to paving. PAVEMENT SECTION: Shields Street Grading S 4" Grading SG 6" Aggregate Base Coarse 6" . uc ucnrgn rrux ror vraamg a, bA, ana 5l3 snail conform to the following: TABLE 403-1 Property Test Grading S Grading SG Grading Sx Method N/A this Project Air Voids, percent at: CPL 5115 N (initial) > 11.0 > 11.0 > 11.0 N (design) 3.0 - 5.0 3.0 - 5.0 3.0 - 5.0 N maximum > 2.0 > 2.0 > 2.0 Lab Compaction (Revolutions): CPL 5115 N (initial) (a) 8 8 (a) N (design)(b) 100 100 (b) N maximum a 158 158 a Stability, minimum (a) CPL 5106 42 42 (a) for information Aggregate Retained on the 4.75 CP 45 60 60 60 mm (No. 4) Sieve with at least two Mechanically Induced Fractured Faces, % minimum Accelerated Moisture CPL 5109 80 80 80 Susceptibility Tensile Strength Method B Ratio Lottman , minimum Minimum Dry Split Tensile CPL 5109 205 (30) 205 (30) 205 (30) Strength, kPa(psi) Method B Grade of Asphalt Cement PG 76-28 N / A PG 76-28 Top Layer Grade of Asphalt Cement Layers PG 64-22 PG 64-22 PG 64-22 Below To Voids in the Mineral Aggregate CP 48 14.0 12.0 (a) VMA %minimum a Voids Filled with Asphalt (VFA) AI MS-2 65 - 75 65 - 75 (a) % a U:MIeen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 28 South Shields Street Improvements February 28, 2002 ... (a) Current CDOT Design Criteria (b) Residential 75, Collector 75, Arterial 100 Note: AIMS-2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Region Materials Engineer. Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Subsection 403.03 is revised to include the following: Regardless of the delivery temperature, the mixture shall not be placed for use on the roadway at a temperature lower than 225degree F. Emulsified Asphalt for tack coat shall be Grade CSS-lh. The tack coat shall consist of a 1:1 dilution (one (1) - part emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.1 gallons per square yard. The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious matter immediately prior to commencing the paving operation. Edges of the area to be patched shall be sawcut vertically, and perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat shall be placed against clean, vertical edges on all sides of the area to be patched. Hot Bituminous Pavement Grading S and SX shall be placed in equal lifts not exceeding three (3) inches. The minimum lift thickness for Grading SX shall be (1 1/2) inches and Grading S shall be (2) inches. HBP Grading SG shall be placed in equal lifts not exceeding four (4) inches and the minimum lift thickness shall be ^ three (3) inches. Overlaying layers of Hot Bituminous Pavement 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. Tack coat shall be placed between all lifts. NOTE: Any leveling courses placed shall be paid for at the contract unit price for Hot Bituminous Pavement Subsection 403.04 shall include the following: Hot Bituminous Pavement Grading SX, SG, and S, will be measured by the ton and paid for at the Contract Unit Price for Asphalt Patching and Hot Bituminous Pavement. Pavement cutting, excavation, subgrade preparation, haul and disposal, bituminous materials, aggregate, asphalt cement, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot bituminous pavement item will not be paid for separately but shall be included in the unit price bid. Load slips shall be consecutively numbered for each day and shall include batch time. U:\Eileen\SOS\Shields Street\aid Docs\Construction Specs\Technical Specs Technical Specs - 29 I G South Shields Street Improvements Subsection 403.05 is revised to include the following - Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). SOUTH SHIELDS STREET IMPROVEMENTS: 403-01 Hot Bituminous Pavement — Grading S (4" Depth) PG76-28 Binder— (TON) 403-02 Hot Bituminous Pavement — Grading SG (6" Depth) PG64.22 Binder— (TON) 403-03 Asphalt Paver Patching — Grading S (4" Depth) PG64-28 Binder — (TON) 403-04 Asphalt Paver Patching — Grading SG (7" Depth) PG64-22 Binder — (TON) _PAVEMENT MANAGEMENT — STREET RFHABILITATION: 403-05 Hot Bituminous Pavement — Grading S (4" Depth) PG76-28 Binder— (TON) February 28, 2002 403-06 Hot Bituminous Pavement — Grading SG (6" Depth) PG64.22 Binder— (TON) 403-07 Asphalt Paver Patching — Grading SG (7" Depth) PG64-22 Binder — (TON) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in Hot Bituminous Pavement and Asphalt Patching, including pavement cutting, excavation, subgrade preparation, haul and disposal, compaction, rolling, surface preparation, and bituminous materials, complete in -place, as shown on these plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Does\Construction Speeffechnical Specs Technical Specs - 30 South Shields Street Improvements REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT Section 412 of the Standard Specifications is hereby revised as follows: Subsection 412.03 is revised to include the following: February 28, 2002 Concrete pavement shall conform to Class "P" concrete as specified in Subsections 601.02 and 601.03. Class "P" concrete shall have a minimum 28-day field compressive strength of 4200 psi. The Contractor shall submit a concrete mix design for Class "P" showing and establishing the proportions of all the ingredients. The Contractor shall be responsible for all subsequent adjustments necessary to produce the specified concrete mix. The Contractor shall submit a new mix design based on the Class "P" requirements when a change occurs in the type of cement, or sources of fly ash, or aggregate. The contractor may delete Class F fly ash and also substitute Size 67 aggregate in lieu of the larger aggregate blend for the Class "P" concrete only upon the approval of the mix design submitted to the Engineer. — The Contractor shall also submit a mix design for High Early Concrete. This mix shall have a minimum 24- hour field compressive strength of 3000 psi and a minimum 28-day field compressive strength of 4200 psi. This item shall be paid for by the cubic yard of concrete used. It shall include supplying, placing, curing and texturing the high early concrete. Payment for the cost of using high early concrete will be paid for by the cubic yard for the incremental increase in cost and will be paid only when the Engineer requires use of high early concrete. —. No concrete shall be placed until the applicable mix design and maturity relationship has been submitted, reviewed and approved by the Engineer. Review and approval of the mix designs by the Engineer will not constitute acceptance of the concrete. Acceptance shall be based solely on the work conforming to the specifications and on satisfactory test results of the concrete placed on this project. —• Subsection 412.12 is revised to include the following: Immediately following the burlap drag finish, the surface shall be given an "astroturf'drag finish. Materials used for final finish shall be of such texture and weight to produce a uniform texture similar to a broom type finish. Drags shall be full width of the new pavement and maintained in acceptable condition as specified for "astroturf' drag finish. Subsection 412.13 is revised to include the following: The Contractor shall saw joints early enough to control or limit random cracking but not too early as to create W chipping along the sawed joint. Saw cutting will not be allowed between the hours of 9:00 p.m. and 6.00 a.m. — unless approved by the Engineer. Saw cutting joints shall be included in this work and will not be paid for separately. If the Contractor proposes variations from CDOT M Standards, it is requested that the Contractor shall prepare a pavement joint and doweling layout for approval by the Engineer. U:\Eileen\SOS\Shields Street\Bid Docs\Construction SpeesUechnical Specs Technical Specs - 31 South Shields Street Improvements Subsection 412.17 is revised to include the following. February 28, 2002 The concrete pavement smoothness shall meet the requirements of Category 4, Class I, as shown in Table 412-1 for the Profilograph test. Subsection 412.18 is revised to include the following: Silicone joint sealant material: Concrete joints shall be sealed with an approved silicone joint sealant material. A copy of the manufacturer's recommendations pertaining to the application of the sealant shall be submitted to the Engineer for approval prior to the beginning of work, and these recommendations shall be adhered to by the Contractor, with such exceptions as this specification may require. The sealant material shall be applied into the joint using equipment and techniques recommended by the joint sealant manufacturer. The Engineer may elect to check for bonding or adherence to the sides of the joint. If the sealant does not bond to the joint, the Contractor shall remove the joint sealant material and clean and reseal these joints in accordance with the criteria outlined. Backer rod: Shall be a round, heat resistant material meeting the requirements set forth by the joint sealant manufacturer. The Contractor shall submit the proposed material to the Engineer for review and approval prior to use. The backer rod shall be placed in such a manner that the grade for the proper depth of the sealant material is maintained. The depth of the sealant shall be a maximum of '/. inch. The Contractor shall thoroughly clean the joint and adjacent pavement surface for a width of not less than one inch (I ") on each side of the joint of all scale, dirt, dust, residue, or any foreign material that will prevent bonding of the joint sealant. This operation is to be accomplished by immediately flushing the joints with water after sawing. The joints shall be sandblasted after they have dried, just prior to sealing. After sandblasting, the joint shall be cleaned using compressed air with a minimum pressure of 100 psi. The sandblasting and air cleaning shall be performed on the same day as the backer rod placement and joint sealant application. Sealant shall not commence for a minimum of 24 hours after sawing or a weather event without approval of the Engineer. Subsection 412.24 is revised to include the following: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 412-01 Concrete Pavement (10") — (SY) The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing concrete pavement, complete -in - place, including haul, concrete materials, finishing the surface, saw cutting the joints, curing, placing dowels, and sealing joints as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 32 South Shields Street Improvements REVISION OF SECTION 420 GEOSYNTHETICS February 28, 2002 ^ Section 420 of the Standard Specifications is hereby revised as follows: Subsection 420.01 is revised to include the following. This work shall consist of furnishing and installing geotextile and geogrid stabilization material and geotextile paving fabric. — Subsection 420.02 is revised to include the following: All geogrid or geotextile fabric shall be installed according to the manufacturer's recommendations and as directed by the Engineer. The geotextile stabilization fabric shall be Mirafi weave fabric or approved equal. Subsection 420.09 is revised as follows: The geotextile and geogrid stabilization fabric and geotextile paving fabric shall be measured in the field and — paid for by the square yard of material installed - complete in place. The paving fabric shall include surface preparation and AC-20 tack coat. Subsection 420.10 is revised as follows: - Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by 420-01 MirafiWeaveFabric -(SY) The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in placing stabilization fabric, including haul and bituminous ^ materials, complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION - U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 33 �, South Shields Street Improvements REVISION OF SECTION 506 RIPRAP February 28, 2002 Section 506 of the Standard Specifications is hereby revised as follows: Subsection 506.01 is revised to include the following. This work consists of the construction of riprap sections with riprap, Type II bedding and covered with topsoil in accordance with these specifications and in conformity with the lines and grades shown on the plans or established. Subsection 506.02 is revised to include the following: Color of buried riprap shall be approved by the Engineer. Exposed riprap shall be gray to blue gray in color or as approved by the Engineer. Rock used for riprap shall be hard, durable, angular in shape and free from cracks, over -burden, shale and organic matter. Thin, slab type stones, rounded stones and flaking rock shall not be used. Removed concrete shall not be used for riprap without specific written approval by the Engineer. Service records of the proposed material will be considered by the Engineer in determining the acceptability of the rock. Neither breadth nor thickness of a single stone shall be less than one-third (1/3) its length. Bedding material shall conform to the specification for Type II Filter material as per the City of Fort Collins Storm Drainage Design Criteria and Construction Standards (Table 12-3) or CDOT Class A filter material (Section 703.09). Subsection 506.03 is revised to include the following: Wherever possible, the excavation for the riprap sections shall be undisturbed material, or where this is not possible, the underlying materials shall be compacted to 95% of maximum density as determined by ASTM D 698. The bottom of the excavation shall have a uniform slope, be reasonably smooth, free from mounds and windows and free of debris prior to placing the filter material. Bedding material shall be placed on top of the subgrade material prior to riprap installation at all locations of riprap sections shown on the plans. The layer shall be shaped to provide the minimum thickness of bedding material as shown on the details of the plans. Riprap material shall be placed immediately after the bedding material is placed and in a manner to provide a well -graded mass of stone with minimum voids. Riprap may be machine -placed with sufficient handwork to minimize disturbance of the bedding material layer. This material shall be placed to the required thickness and grade shown on the details of the plans. Topsoil material shall be used to backfill and bury the entire riprap bed area and compacted to insure thorough settling of the topsoil within the rock voids. The top three inches (Y) of the topsoil shall be loosely U:\Eileen\SOS\Shields Street\Bid DoesTonstruction SpecsUechnical Specs Technical Specs - 34 South Shields Street Improvements February 28, 2002 placed. This material shall be placed to the required thickness as shown on the details of the plans. The contractor shall utilize, when appropriate, existing topsoil on site. Subsection 506.04 is revised to include the following: Riprap sections specified in the plans will be paid for at the contract unit price per EACH. The unit price bid shall include all costs associated with installation of the bedding material, riprap and topsoil including excavating for the placement of these materials, all materials, delivery, stockpiling and handling of the riprap. Subsection 506.05 is revised to include the following: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 506-01 15' x 20' x 1.5' Class 12 Riprap with 6" topsoil — (CIP per detail) — (EA) 506-02 5' x 5' x 1.5'Class 12 Riprap with 6" topsoil — (CIP per detail) — (EA) The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in excavating, placing riprap, bedding and topsoil, complete -in -place, including haul and stockpile of materials, handling of the riprap and finish grading of the surface as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\SOS\Shields Street\Bld Does\Construction Specs\Technical Specs Technical Specs - 35 South Shields Street Improvements REVISION OF SECTION 603 CULVERTS AND SEWERS Section 603 of the Standard Specifications is hereby revised as follows: Subsection 603.01 is revised to include the following: February 28, 2002 This work shall consist of the construction and reconstruction of reinforced concrete pipe, pipe encasement, pipe connections, and joint encasement in accordance with the plans, specifications, and the City of Fort Collins Storm Drainage Design Criteria and Construction Standards. It shall be the Contractor's responsibility to purchase and familiarize themselves with these specifications. The Contractor shall include in the Work all the necessary items to complete the Work including but not limited to excavation, bedding, backfill, and compaction. The accepted quantities will be paid for at the contract unit price. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 603-01 4" PVC Schedule 200 Irrigation Sleeving — (LF) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all Work involved in installing pipe and encasing joints, complete in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. Concrete and/or Asphalt patching will be paid for separately under the appropriate item. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 36 South Shields Street Improvements February 28, 2002 REVISION OF SECTION 604 MANHOLES, INLETS, AND METER VAULTS Section 604 of the Standard Specifications is hereby revised as follows: Subsection 604.01 is revised to include the following: This work shall consist of the construction of manholes, CDOT Type 'R' inlets, area inlets, and providing and maintaining erosion control, in accordance with the plans, specifications, and the City of Fort Collins Storm Drainage Design Criteria and Construction Standards. It shall be the Contractor's responsibility to purchase and familiarize themselves with these specifications. The Contractor shall include the cost of excavation, backfill, compaction, and installation and maintenance of erosion control into each item listed in this section. The Contractor shall clean all sediment caught in the storm sewer system due to this project. The frequency of the cleaning shall be at the direction of the Engineer. The Contractor will not be allowed to flush the pipes with water. All Erosion Control Devices, Materials, and Techniques required to prevent damage to the storm water facilities as outlined in the City of Fort Collins Standards will be considered incidental to the work, and shall be included in the price. No measurement for payment shall be made for maintenance of Erosion - Control devices. _ Subsection 604.02 is revised to include the following: Proportioning shall conform to the requirements for Class B concrete as described in Section 601. Subsection 604.05 is revised to include the following: The accepted quantities will be paid for at the contract unit price. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 604-01 5' Type R-Inlet - (EA) 604-02 Combination Type 13 Inlet - (EA) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in constructing inlets, constructing manholes, and - installing and maintaining erosion control, complete -in -place, as specified in these specifications, and as directed by the Engineer. - END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Teehniesl Specs Technical Specs - 37 specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer _ or employee exercises directly or indirectly any decision -making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins By Janes B. O'Neill, II, CPPO, FNIGP P chasing/Risk Management Director 07/2001 Section 00020 Page 2 South Shields Street Improvements REVISION OF SECTION 608 SIDEWALKS AND DECORATIVE CROSSWALKS Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 is revised to include the following: February 28, 2002 This work shall consist of the construction of concrete sidewalks, pedestrian access ramps, driveways, crosspans, and drive approaches, in accordance with the plans and specifications. Required saw cutting will be incidental to the work and will not be measured or paid for separately. The use of aggregate base material for fine grading or over excavated areas will not be paid for separately. Subsection 608.02 is revised to include the following: Proportioning shall conform to the requirements for Class'B" concrete as described in Section 601 with the exception the minimum 28 day compressive strength shall be 3500 psi. The Contractor shall also submit a mix design for High Early Concrete. This mix shall have a minimum 24- hour compressive strength of 3000 psi and a minimum 28-day compressive strength of 3500 psi. It shall include supplying, placing, curing and texturing the high early concrete. The price shall apply to all Sections including Section 412, 608 and 610. Payment for extra cost of using high early concrete will be paid for by the cubic yard for the incremental increase in costs and will be paid only when the Engineer requires use of high early. Non -Shrink backrill — also called Flowable Fill or Unshrinkable Fill — shall be a Portland Cement Concrete Mix. The cement shall conform to the Standard Specifications for Portland Cement, ASTM C 150-85, Type I/II. The minimum 24-hour strength shall be 10-psi and the maximum 28 day strength, 60 psi. The maximum aggregate size shall he one inch (1"), The m' um slump shall be six inches (6") and the maximum, eight inches (8"). The nbn-shrink backf be consolidated with a mechanical vibrator. Payment of using flowfill will be paid faLby [ is yard and only when used as required by the Engineer. Subsection 608.04/is+evised to include the following. Decorative Asphalt Crosswalks - will consist of imprinting and coloring crosswalk areas indicated on the plans. The Contractor will submit product information for this work that is equal to or better than the "Streetprint Pavement Texturing" products. The surface coloring product must be equal or better than the "StreetBond Traffic Formula" and have a minimum final surface thickness of 20 mils. The color will be David Color Tile Red throughout the entire crosswalk In the event that the desired color cannot be achieved the Contractor must submit to the Engineer a list of alternative colors not less than 60 days prior to the scheduled application of the color. The texture pattern on the perimeter of the crosswalk will be a recurring block pattern. The contractor must also submit the manufacturer specifications for the application of these products 60 days prior to the work being done. This item shall be paid for the square foot. The price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work noted in the manufacturers specifications and as directed by the Engineer. U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 38 South Shields Street Improvements February 28, 2002 Subsection 608.05 is revised to include the following. The Concrete Driveway (6"), Sidewalk (6), Access Ramps w/Landings (6"), Drive Approach (6") and Concrete Crosspan/Apron (10") items will be measured by the square foot of finished flatwork. The price for the Access Ramps (6") shall include the colored landing area as described in section 610. Ramp area shall be _ measured from the back of the curb to the back of the walk from point of curb return to point of curb return. Subsection 608.06 is revised to include the following: The accepted quantities will be paid for at the contract unit price. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by O. SOUTH SHIELDS STREET IMPROVEMENTS: 608-01 Concrete Sidewalk (6") - (SF) 608-02 Concrete Access Ramps with colored landings (6") - (SF) 608-03 Concrete Crosspan and Apron (10") - (SF) 608-04 Concrete Bus Pad (6") - (SF) 608-05 Patterned and Decorative Asphalt Crosswalk - (SF) 608-06 Hi -Early Concrete (24hr) - (CY) 608-07 Flowable Fill Concrete - (CY) PAVEMENT MANAGEMENT - STREET REHABILITATION: 608-08 Concrete Sidewalk (6") - (SF) 608-09 Concrete Access Ramps with colored landings (6") - (SF) 608-10 Concrete Crosspan and Apron (10") - (SF) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in constructing concrete sidewalks, miscellaneous flatwork, access ramps, drive approaches, and driveways, complete -in -place, including haul, concrete materials, finishing the surface, saw cutting joints, curing, placing dowels, and sealing joints as shown on the .. plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\SOS\Shields StreetMd Docs\Construction Spec\TechnicalSpecs Technical Specs - 39 ., r South Shields Street Improvements REVISION OF SECTION 609 CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised as follows: Subsection 609.01 is revised to include the following: February 28, 2002 This work shall consist of the construction of cast in place vertical 6" curb and gutter, 6" outfall curb and gutter (1-ft pan), and 6" epoxied concrete median curb in accordance with the details and these specifications. The unit price bid per linear foot of curb and gutter, no sidewalk, includes construction of curb and gutter sections, complete and in place, measured along the flow line. Removal of curb and gutter is not included in this section, but will be measured and paid separately as described in Section 202. It is the Contractor's responsibility to adequately protect their Work from damage by weather, vandalism, or other causes until such time as it is accepted by the City. If traffic control devices are used to protect the work, they shall not be paid for separately, but shall be included in the work. Subsection 609.02 is revised to include the following: Proportioning shall conform to the requirements for Class'B" concrete as described in Section 601 with the exception the minimum 28 day compressive strength shall be 3500 psi. Subsection 609.07 is revised to include the following: The accepted quantity of curb and gutter will be paid for at the contract unit price per linear foot. Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). SOUTH SHIELDS STREET IMPROVEMENTS: 609-01 Vertical Curb & Gutter (30") - (LF) 609-02 Roll -Over Curb & Gutter— (LF) PAVEMENT MANAGEMENT — STREET REHABILITATION: 609-03 Vertical Curb & Gutter (30") — (LF) 609-04 Roll -Over Curb & Gutter — (LF) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all work involved in constructing vertical curb and gutter, variable height curb and gutter, concrete median curb, complete -in -place, including haul, concrete materials, finishing the surface, saw cutting joints, curing, placing dowels, and sealing joints as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\.SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 40 South Shields Street Improvements February 28, 2002 REVISION OF SECTION 619 WATER LINES Section 619 of the Standard Specifications is hereby revised as follows: Subsection 619.01 is revised to include the following: This work shall include installing ductile iron pipe (DIP), gate valves, tees, bends, tapping saddles, plugs, reaction blocks and joining to existing lines and other items as shown on the plans and as designated by the Engineer. This _ work shall meet the requirements of the current City of Fort Collins Water Utilities Standard Construction Specifications. It shall be the Contractors responsibility to purchase and familiarize themselves with these specifications. All work associated with installing the water lines that is NOT itemized in the bid tab shall be considered incidental to the work and will not be paid for separately. This includes, but is not limited to excavating and _ backfilling, valve boxes, plugs, thrust blocks, bedding materials, poly -wrap, chlorinating, pressure testing and all materials incidental to completing the installation and connections to existing water lines. Irrigation Service — There are irrigation service taps that will be made for irrigating the parkway on this project. The Contractor shall supply all materials required to complete the Work. The City of Fort Collins Water Utility or other applicable water utility will not provide any materials to complete this Work. This shall include, but not limited to, tapping the existing water line at the designated location(s), new copper line and fittings, new stop box, complete meter pit assembly, excavation, bedding, backfill and compaction into his/her -- item cost. Service taps on City mains larger than 8" will be made only under the direct supervision of the City Utility or by the City Utilities Crews. The Contractor shall notify the water utility Prior to Performine " this work. This item will be paid under Irrigation Services (3/4") — (EA). Subsection 619.05 is revised as follows: Payment will be made under. Pay Item and Pay Unit The pay unit is denoted by O. 619-01 8" x 2" Plug and Blow Off — (EA) 619-02 30" x 8" Tapping Saddle (City of Fort Collins Spec) — (EA) 619-03 8" Tapping Valve and Connection — (EA) 619-04 8" DIP with Poly -Wrap — (LF) 619-05 Install 72" Valve Manhole over Existing 30" — (EA) lJAElleen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs _ Technical Specs - 41 .W South Shields Street Improvements 619-06 Irrigation Service (3/4") — (EA) February 28, 2002 The above prices and payment shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in installing ductile iron water pipe and valves, connecting to existing water lines according to City of Fort Collins Water Utility Standards and FortCollins-Loveland Water District Standards, complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 42 South Shields Street Improvements February 28, 2002 REVISION OF SECTION 630 TRAFFIC CONTROL DEVICES Section 630 of the Standard Specifications is hereby revised as follows: Subsection 630.01 shall be revised as follows: This work shall consist of furnishing, installing, moving, maintaining and removing temporary traffic signs, advance warning arrows panels, message boards, barricades, channeling devices, and delineators as required by the latest revision of the "Manual on Uniform Traffic Control Devices for Streets and Highways' (MUTCD), the City of Fort Collins' "Work Area Traffic Control Handbook", June 1989 with Revisions dated May 29, 1991, and the City of Fort Collins' "Design Criteria and Standards for Streets, Subsection 1.4, ^ "Barricades, Warning Signs, Signal Lights", July, 1986. This work includes use of the above devices to channelize or direct traffic away from the work zone, but does not include work zone protection. It is the Contractor's responsibility to protect his work zone and to protect Pedestrians and Bicyclists from potential hazards arising from his work until such time as the work has been completed and can be opened to traffic. Traffic Control Devices shall be measured and paid for under this section based upon a lump sum pay item. In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes the hazards to pedestrians, bicyclists and vehicles. Proper placement and storage of traffic control devices will be subject to the Engineer's discretion. Traffic control devices shall be removed from the site immediately upon completion of the Work, but not before the concrete has cured sufficiently to allow vehicular traffic to use it. Subsection 630.02 shall include the following: All traffic control devices placed for this project must meet or exceed the minimum standards set forth in the MUTCD. All traffic control devices shall be clean and in good operating condition when delivered and shall ^ be maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed out information or any other form of defacement that detracts from the purpose for which they are intended (i.e. crossed out information, information written in long -hand style, etc.) Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to avoid confusion to motorists traveling in the opposite direction and other potentially affected parties, such as residents affected by any information the sign may present. —. Subsection 630.05, the second paragraph shall include the following: The reflective material shall be AP1000 Polyester (Reflexite Corporation), 3M Type III or Transparent ^ (Reflexite Corporation). Vinyl material is not acceptable unless its brightness is equivalent to or greater than the types named as approved by the Engineer. U:\Eilmn\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 43 South Shields Street Improvements Subsection 630.08 shall be revised as follows: February 28, 2002 For this project, a Traffic Control Plan shall be prepared. The Traffic Control Plan shall be submitted for approval to the Traffic Division by 12:00 noon, two working days prior to the commencement of work for single lane closures. (Note: Traffic Control Plans for work done on Monday and Tuesday shall be submitted the previous Friday by 9:00 a.m.). Facsimiles of plans shall not be allowed. No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic Control Plan shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the contract time. The Traffic Control Plan shall include, as a minimum, the following: (1) A detailed diagram which shows the location of all sign placements, including advance construction signs (if not previously approved), fines doubled for speeding signs and speed limit signs; method, length and time duration for lane closures, and location of flag persons. (2) A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to: construction signs; vertical panel; vertical panel with light; Type I, Type II, and Type III barricades; message boards; cones; drum channeling devices; advance warning flashing or sequencing arrow panel. Certain traffic control devices may be used for more than one operation or phase. However, all devices required for any particular phase must be detailed and tabulated for each phase. (3) Number of certified flaggers to be used. (4) Parking Restrictions to be in affect. Approval of the proposed method of handling traffic is intended to indicate minimum devices needed to control traffic. Such approval does not relieve the Contractor of liability specifically assigned to him under this contract. Parking Restrictions shall be clearly shown on the Traffic Control Plan, including the location and quantity of "NO PARKING" signs, the date to be placed, and the date to be removed. Failure to have an approved Traffic Control Plan, including the Parking Restriction information listed above shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the contract time. Subsection 630.09 shall be revised as follows: Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall possess a valid Drivels License, a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic Control Supervisor or Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor. (Proof of certification shall be presented to the City Traffic Control Manager, and when requested by a City representative, for each TCS utilized on this project.) U:\Eileen\SOS\Shields Street\Bid Does\Construction Specs\Technical Specs Technical Specs - 44 South Shields Street improvements February 28, 2002 One TCS shall be designated as the Lead TCS. The Lead TCS shall have a minimum of one-year experience as a certified TCS. The Lead TCS shall be on site at all times during the construction. Qualifications shall be submitted to the Engineer for approval a minimum of one week prior to commencement of the work. The Lead TCS shall be equipped with a cellular phone. The cost of this phone shall be incidental to the work. The Lead TCS cellular phone number will be made available to the Engineer, Inspector, and the General Contractor It is the intent of the specifications that the Lead TCS be the same person throughout the project. If the Lead TCS is to be replaced during the project, the Engineer shall be given a minimum of one (1) weeks notice and qualifications shall be submitted for approval of the Lead TCS replacement. Payment for the TCS shall be included in the lump sum pay item. The TCS's duties shall include, but not be limited to: (1) Preparing, revising and submitting Traffic Control Plans as required. (2) Direct supervision of project flaggers. (3) Coordinating all traffic control related operations, including those of the Subcontractors, City Streets Department, and suppliers. (4) Coordinating project activities with appropriate police and fire control agencies, Transfort, school districts and other affected agencies and parties prior to construction. (5) Maintaining a project traffic control diary which shall become part of the City's project records. (6) inspecting traffic control devices on every calendar day for the duration of the project. (7) Insuring that traffic control devices are functioning as required. (8) Overseeing all requirements covered by the plans and specifications, which contribute to the convenience, safety and orderly movement of traffic. (9) Flagging. (10) Setting up and maintaining traffic control devices. (11) Attending weekly progress meetings as requested by the Engineer and/or Contractor. Traffic control management shall be maintained on a 24-hour per day basis. The Contractor shall make arrangements so that the Traffic Control Supervisor or their approved representative will be available on U:\Elleen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 45 South Shields Street Improvements February 28, 2002 every working day, "on call" at all times and available upon the Engineer's request at other than normal working hours. All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor. Subsection 630.13 shall be revised as follows: The Contractor shall supply and pay all costs associated with the traffic control for this project. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 630 Traffic Control - (LS) Flaggers and all incidental equipment will not be measured and paid for separately, but shall be included in the Work. The flaggers shall be provided with electronic communication devices when required. These devices will not be measured and paid for separately, but shall be included in the Work. The cost of batteries, electricity and/or fuel for all lighting or warning devices shall not be paid for separately but shall be considered subsidiary to the item and shall be included in the Work. Sandbags will not be measured and paid for separately, but shall be included in the Work. The Contractor may provide larger construction traffic signs than those typically used in accordance with the MUTCD, if approved; however, no additional payment will be made for the larger signs. The City shall not be responsible for any losses or damage due to theft or vandalism. SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS NOTE: Cross street traffic shall be maintained at all times unless authorized by the Engineer in writing. NOTE: Full closures on arterials and collectors, including those listed above, will be allowed under extreme circumstances and only upon approval by the Engineer and City Traffic Division. Plans shall be approved a minimum of three weeks prior to the commencement of work and/or the time required to adequately notify the public through the media. NOTE: Traffic control devices will be cleaned every week and/or to the discretion of the City of Fort Collins Engineer. NOTE: The TCS will be required to attend the weekly progress meetings. U:\Eileen\SOS\.Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 46 South Shields Street Improvements February 28, 2002 SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: Full closures on all residential streets shall be allowed as shown on the traffic control plans only if approved by the City Traffic Division END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Construction Specs\Technical Specs Technical Specs - 47 SECTION 00100 INSTRUCTIONS TO BIDDERS South Shields Street Improvements DIVISION 2 SITEWORK SECTION 2900 LANDSCAPE PLANTING PART 1- GENERAL 1.01 RELATED DOCUMENTS February 28, 2002 The general provisions of the contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to the work specified in this Section. 1.02 DESCRIPTION OF WORK A. Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all operations in connection with and reasonably incidental to complete installation of the planting and guarantee as shown on the drawings and as specified herein. The work shall include, but not be limited to the following: 1. Procurement of all applicable licenses, permits, and fees. 2. Determination of utility locations prior to construction. 3. Site inspection. 4. Planting of trees, shrubs, perennials, and turf installation. 5. Soil Preparation and Fine Grading. 6. Staking and guying of trees. 7. Mulching of all trees and shrubs. 8. Cleanup, inspection, and approval. 9. Guarantee of all plantings. 10. Maintenance. 11. All work of every description mentioned in the Drawings and Specifications and/or Addenda thereto. B. Related Work Specified Under Other Sections: Consult all other Sections, determine the extent and character of related work, and properly coordinate work specified herein with that specified elsewhere to produce a finished, workmanlike installation. 1.03 PROTECTION OF EXISTING FEATURES A. Protect all existing site development including, but not limited to, existing buildings, equipment, underground utilities, walls, walks, roads, materials, trees, etc. Any existing site development damaged by willful or negligent acts of the Contractor, Sub -Contractor or any of the employees shall be replaced or repaired at no cost to the Owner and in a manner satisfactory to the Owner's Representative before project acceptance is given. B. The above provision applies to on -site damage as well as to that which may occur to adjacent properties. C. Until the project has been accepted, erect and maintain shoring, barricades, guards, warning lights and lights as necessary or required for the protection of the public, the work and the workers. U:\Eileen]SOSShields Street\Bid Docs\Landscaping SpecsTlanting Specs Planting Specs - 1 South Shields Street Improvements February 28, 2002 1.04 SUBMITTALS A. Submit duplicate samples and manufacturer's guaranteed analysis of the following items and such other materials as may be required by the Owner's Representative and obtain written approval there of before beginning fabrication or delivery of material to the project site. Finished work shall match approved samples. a. Soil amendments and mulch materials. b. Tree ties and guying materials. c. Fertilizers 1.05 ANALYTICAL TESTS Submit 2 copies of an analytical test, performed by certified soil laboratory, demonstrating compliance with these specifications for the composted manure and peat moss. 1.06 INSPECTIONS A. Pre -Planting Inspection: 1. All plant materials must be inspected at the place of growth and/or on the project site before _ planting commences. Plants shall be inspected for size, variety, condition, defects or injury. The Owner's Representative reserves the right to reject unsatisfactory plant material at any time during the work. _ 2. Notify the Owner's Representative of the source of material no later than 30 days after award of the contract. 3. All fertilizers, pre -mixed backfill mixes, mulches and soil amendments will be inspected at the site by the Owner's Representative before they are used in planting operations. B. Planting Inspections: �r 1. Owner's Representative shall inspect the staked location of all trees prior to the planting of those trees. 2. Owner's Representative shall inspect container stock with said plants set on the ground at the proposed locations before digging commences. C. Pre -Maintenance Inspection: I 1. As soon as all planting is completed, the Owner's Representative upon request of the Contractor will hold a planting review and preliminary inspection to determine the condition of the plantings. 2. The Contractor shall have all planting areas free of weeds and neatly cultivated. Irrigation systems shall be fully operational with all heads properly adjusted. All debris and litter shall be cleaned up and walkways, curbs and roads shall be cleared of all soil and debris. The inspection shall not occur until these conditions are met. 3. If, after the inspection, the Owner's Representative is of the opinion that all work has been performed as per the contract documents, and that all plant materials are in satisfactory growing condition, he will give the Contractor written notice of acceptance. 4. Work requiring corrective action in the judgment of the Owner's Representative shall be ` performed within ten (10) days. Corrective work and materials replacement shall be in accordance with the contract documents, and shall be made by the Contractor at no cost to the Owner. U:\EileenlSOS\Shields Street\Bid Docs\I.nnda phtg Spe Thinting Spees Planting Specs - 2 South Shields Street Improvements D. Final Inspection: February 28, 2002 1. At the completion of the two growing season maintenance period, the final inspection shall be performed. 2. If, after the inspection, the Owner's Representative is of the opinion that all work has been performed as per the contract documents, and that all plant materials are in satisfactory growing condition, he will give the Contractor written notice of acceptance and completion of the formal maintenance period. 3. Final approval will not be given until all deficiencies are corrected. 1.07 GUARANTEE A. Guarantee trees, shrubs, ground covers and other plant material to root, thrive and be free from defects from any cause for two years of acceptance from the final acceptance by the owner. B. Any trees or other plant materials that die back and lose the form and size originally specified shall be replaced, even though they have taken root and are growing after the dieback. C. Within 15 days of written notification by the Owner, remove and replace all guaranteed plant materials which, for any reason, fail to meet requirement of guarantee. Replacement planting for trees shall be done in the spring planting season only, except as approved otherwise. Replacements shall be made to same specifications required for original materials and shall carry the same guaranty from the time they are replaced. D. Plants shall be planted only when weather and soil conditions permit and in accordance with locally accepted practices, and as approved by the owner's representative. E. Trees shall be planted in same growing season as they were dug. END OF SECTION tl:\EileenlSOS\Shlelds Street\Bid Docs\Landscaping Specs\Planting Specs Planting Specs - 3 South Shields Street Improvements February 28, 2002 — PART2-PRODUCTS 2.01 TREES, SHRUBS, AND GROUND COVERS A. Quantities: Plant material shall be furnished in quantities required to complete work as indicated on the Drawings and shall be of species, kinds, sizes, etc., specified. B. Nomenclatures: Plant names listed on Drawings conform to standardized plant names established by the American Joint Committee on Horticulture Nomenclature, except that for names not covered therein, the established custom of the nursery trade is followed. C. Quality: Plants shall be symmetrical and typical for species and variety. Plants shall be sound, healthy, vigorous, free from disease and insect pests or their eggs. All plant material shall conform to the requirements of the Colorado Nursery Act of 1965, Title 35, Article 26, CRS1973. D. Digging, wrapping, and handling: Plants shall be dug and prepared for shipment in a manner that will not cause damage to branches, shape and future development after planting. E. Balled and burlapped plants: Shall be nursery grown stock adequately balled with firm, natural balls of soil in sizes and ratios conforming to the Colorado Nursery Act as cited above. Balls shall be firmly wrapped with non -treated burlap, secured with wire or jute. Broken balls will not be accepted. — Ponderosa Pine may be field collected with root ball sizes in conformance with the Colorado Nursery Act as cited above. — F. Container grown plants: Shall have been nursery grown in containers and shall have sufficient roots to hold the entire soil mass together after container removal without being root -bound. G. Options as to method: If all other requirements are met, a balled and burlapped plant may be substituted for a container grown plant. H. Plant protection: Plants shall be handled so that roots are adequately protected at all times from .., drying out and from other injury. Protect balls of balled plants, which cannot be planted within 24 hours from delivery, with soil or other suitable material. Where possible, store plants in the shade. Keep all plant roots moist before, during, and after planning. Pruning: Trees shall not be pruned, except by City Forestry staff. Dead and broken shoots should —: be pruned out of woody shrub material. ^ J. Substitutions: Will be allowed only when specified material is proved unavailable and only with approval of the Owner's Representative. Proposals will be considered for use of nearest equivalent size and variety with the equitable adjustment to the Contract price. K. Trees dug and held over from a previous growing season will not be accepted for use. 2.02 SOIL AMENDMENTSIFERTILIZERS/MULCHES A. Topsoil: imported and on site topsoil (located in stockpile on site) for use in backfill mix. Topsoil to be a mix of 60% topsoil and 40% organic material mixed well prior to being placed in median. Topsoil shall be free of all foreign material and screened and ground to eliminate clumps larger than 1" in diameter. Submit sample for approval to the City of Fort Collins Forestry Representative. B. Composted Manure: Composted dairy cow or sheep manure: Free from lumps, stones, or other foreign matter. Free from mineral matter or chemical composition harmful to plant life. Manure U:\ElleenlSOS\Shields Street\Bid Does\Landscaping SpeesTlanting Specs Planting Specs - 4 South Shields Street Improvements February 28, 2002 that has received treatment with a bacterial enzyme culture raising the manure temperature to 145 degrees minimum for 3 weeks minimum, aged at least 18 months, yielding a soil amendment with the following properties: Organic Matter: 35 - 40% (oven -dry basis) Total Nitrogen: 1.6 - 2.0% Conductivity: 50.0 EC's (max) pH: 7.5 to 8.5 Submit analysis as required by 1.04 C. Peat Moss for annuals and perennials: Free from lumps, stones or other foreign matter. Free from mineral matter or chemical composition harmful to plant life. Acid reaction of 3 to 5 pH. Shall contain no less than 60% organic matter by weight on an oven -dry basis. Submit analysis as required by 1.04. D. Fertilizers: I. Tablets for tree and shrub planting - "The Pill" by Agriform with 20-10-5 analysis, 21 gram size, Osmocote Sierrablend, 9 month slow release or industry equivalent. 2. Fertilizers for grass, shrub and tree planting shall be commercial type of uniform composition, free flowing, and conforming to the applicable State and Federal laws. Submit manufacturers guaranteed analysis as required in 1.03. Guaranteed analysis shall be designed to conform with amendment requirements given in Part 3, "Execution." E. Mulch: L Bark Mulch: Cedar mulch must be approved by City Parks Division prior to installation. 2.03 SOD A. Sod: American Sod Producers Association (ASPA) Certified Field Grown grade; Cultivated grass sod; not less than three improved Kentucky Bluegrass varieties; with strong fibrous root system, free of stones, burned or bare spots; containing no more than 5 weeds per 1000 square feet. Minimum age of 12 months, with root development that will support its own weight without tearing, when suspended vertically by holding the upper two corners. B. Sod Producer: Company specializing in sod production and harvesting with minimum five years experience, and certified by the State of Colorado. C. Certification: Submit sod certification for grass species and location of sod source. 2.04 MATERIALS FOR STAKING AND GUYING A. Stakes: Metal T-posts painted dark green or black. B. Ties: Fabric: Nylon canvas or rubberized cloth straps, 2" x length required. END OF SECTION U:\EileenjSOS\Shields Street\Bid Docs\Landscaping Specs\Planting Specs Planting Specs - 5 South Shields Street Improvements February 28, 2002 PART 3-EXECUTION 3.01 GENERAL A. Inspection: Examine the substrate in which the work is to be performed. Do not proceed until unsatisfactory conditions have been corrected. B. Dimensions: All scaled dimensions are approximate. Before proceeding with any work, carefully check and verify all dimensions and quantities and immediately inform the Owner's Representative of any discrepancy between the drawings and/or specifications and actual conditions. C. Coordination: Coordinate work with other trades to insure proper sequencing of construction. 3.02 SOIL PREPARATION A. Grades have been established under work of another Section to within 1" plus or minus, of required finished grades. Verify that grades are within 1" plus or minus, of required finished grades. Notify the Owner's Representative prior to commencing soil preparation work if existing grades are not satisfactory, or assume responsibility for conditions as they exist. B. Weed and debris removal: All ground areas to be planted shall be cleaned of all weeds and debris prior to any soil preparation or grading work. Weeds and debris shall be disposed of off the site. C. Contaminated soil: Do not perform any soil preparation work in areas where soil is contaminated with cement, plaster, paint or other construction debris. Bring such areas to the attention of the Owner's Representative and do not proceed until the contaminated soil is removed and replaced. Soil contaminated by chemical herbicides in any planting areas shall be removed to a depth of 12" and replaced with clean herbicide -free topsoil. D. Moisture Content: Soil shall not be worked when moisture content is so great that excessive compaction will occur, nor when it is so dry that excessive dust will form in the air or that clods will not break readily. Water shall be applied, if necessary, to bring soil to an optimum moisture content for tilling and planting. `. 3.03 SOIL CONDITIONING Median areas shall be excavated below the base of the splash block 18" and then filled with the specified mix. The subgrade will be scarified to a 6" depth parallel to the way the median runs, to allow for drainage and root movement. The specified topsoil and compost mix shall be thoroughly mixed prior to placement and filled to within 1 1/2" of the top edge of the splash block. The soil in the medians shall be graded to a level surface. 3.04 FINE GRADING When weeding, soil preparation, and soil conditioning have been completed and soil has been thoroughly water settled, all planting areas should be smooth -graded, ready for placement of plant materials. A. Grades: Finish grades shall conform to site grading plans and produce a smooth even surface without abrupt changes. Minor adjustments of finish grades shall be made at the direction of the Owner's Representative, if required. B. Drainage: All grades shall provide for natural runoff of water without low spots or pockets. Flow - line grades shall be accurately set and shall not be less than 2% gradient wherever possible. U:\EileenlSOS\Shlelds Street\Eid Docs\Landscaping Specs\Planting Specs Planting Specs - 6 South Shields Street Improvements February 28, 2002 C. Shrub Areas: Finished grades shall be 1-1/2" below top of adjacent pavement, edging, curbs, or wall, unless otherwise indicated on the Drawings. D. Slopes: Tops and toes of all slopes shall be rounded to produce a gradual and natural -appearing transition between relatively level areas and slopes. 3.05 GROUND COVER, ANNUAL AND PERENNIAL BEDS Excavate areas to be planted with material smaller than 1-gallon size to a depth of six (6") inches and backfill with the following mix. 80% on -site topsoil by volume (from Owner's stockpile). 2. 20% peat moss by volume. 3. Five (5) pounds bone meal per cubic yard of backfill. The specified backfill materials shall be pre- mixed, then turned several times with a front end loader to a uniform, evenly blended consistency, free of all pockets of unblended material and any clods or stones greater than one (1") inch in diameter. Backfill mix has occurred. Pre -mixed back -fill mix shall be inspected per 1.06A, "Pre -Planting Inspections." 3.06 SHRUB AND TREE PLANTING A. Planting Pits: 1. Locate planting holes per planting plans bringing any conflict with underground utility lines to the attention of the Owner's Representative. Locations for holes shall be according to 1.06B, "Planting Inspections." 2. Excavate holes to be the same depth as the root ball and two times the diameter of the root ball wide. 3. The sides of the holes shall be roughened to remove any compacting or "glazing" caused by the digging operation. The bottom of the hole shall be loosened to a minimum depth of six (6") inches. Mix loosened soil with specified backfill to blend soil types. 4. Fill the entire hole with water and allow to drain completely. Contractor should notify Landscape Architect if a pit does not drain in a satisfactory time, then contractor should correct drainage problem by using a PVC drain or a gravel sump shall be installed. 5. Dispose of excavated soil off the site at no cost to the Owner. B. Backfilling - Tree and shrub planting pits shall be backfilled with the following mix: 1. 100% on -site topsoil by volume (from Owner's stockpile). For topsoil see 2.02A. C. Planting 1. General - Do not install plant materials until all construction work has been completed and sprinkler systems have been installed and tested. Planting areas shall have been graded and prepared as herein specified and shall have been approved by the Landscape Architect. 2. Carefully remove stock from containers to avoid breaking the root ball. Do not lift or handle container plants by tops, stems, or trunks at any time. 3. Fertilize trees and shrubs by placing 21 gram fertilizer tablets three (3") inches laterally and three (3") inches top of root ball as follows: 1 for 1-gallon containers, 3 for 5-gallon containers and 5 for balled and burlapped material. U:\EileenISOS\Shields Street\Bid Docs\Landscaping Specs\Planting Specs Planting Specs - 7 South Shields Street Improvements February 28, 2002 4. Remove wire baskets from root balls. Untie and lay back burlap from root ball on balled and burlapped material. 5. Backfill entire hole with backfill mixture to grade and water thoroughly to eliminate all air pockets without packing the soil. Allow soil to settle from watering. Add backfill mixture as required. 6. All plants shall be planted immediately after the containers are cut, and containers shall be regularly removed from the site so as not to present a hazard to persons using the area. 7. Flatgrown plant material - Install plants at spacing indicated on the drawings. Plant in staggered rows, evenly spaced. Dig holes large enough to allow for spreading of roots. Place plants to root system lies free without doubling. Firm soil around roots to eliminate air pockets. Broadcast controlled release fertilizer over the entire planting area at the rate of 20 pounds per 1000 square feet of area. 3.07 MULCHING A. All planting beds shall be mulched with a four (4") inch layer of cedar mulch. 3.08 TREE STAKING AND GUYING A. Double stake all trees up to and including 2-1/2" caliper. Set stakes plumb and at right angles to the prevailing wind. Securely nail or bolt rubber straps to stakes: leave straps loose enough to allow a minimum of 3" lateral movement. 3.09 TWO GROWING SEASON MAINTENANCE PERIOD A. Continuously maintain all plantings in areas included in the Contract from the beginning of Contract work, during the progress of work, and for two (2) full growing seasons after completion of all work until final acceptance of all Contract work by the Owner. B. Scope: 1. New plantings. 2. Existing plantings within the construction area. 3. Continuous operations of watering, weeding, cultivating, mowing, trimming, edging, rolling, fertilizing, spraying, insect, pest, fungus, and rodent control, and any other operations to assure good normal health. a. Weed Control: i) Apply appropriate herbicide(s) in accordance with manufacturers suggested retail rate(s) to control weeds. Herbicide application must comply with all requirements herbicide/pesticide applicators license, including suitable warning/signing following application. Herbicide applications and chemicals to be used will be approved by the City Forester. Extreme caution must be used when applying herbicides near any tree, shrub or groundcover. b. Disease and Insect Control: Apply fungicides and insecticides as required to control diseases and insects. A licensed applicator must perform this work in accordance with state law requirements. c. Watering: Contractor shall be responsible for watering of landscape areas to insure performance under this Section. Apply the amount of water necessary to maintain plants in a healthy condition until the end of the one year warranty period. d. Protection: i) Provide sufficient barriers and signage notifying the public to keep off newly planted areas. U:\Et1eenjS0S\Shields Street\Bid Does\Landseapiog SpeesTlanting Specs Planting Specs - 8 South Shields Street Improvements February 28, 2002 ii) Work under this Section shall include complete responsibility for maintaining adequate protection for all areas. Any damaged areas shall be repaired at no additional expense to the Owner. 4. Mow grass in sodded areas to maintain 2-to 3-inch height until final acceptance of project and turnover to City. 5. Apply custom blend of fertilizer in split applications in early fall and late spring. Two-thirds of the nitrogen should be applied in the fall and one-third in the spring. 6. Planting Bed and Mulch Surface Maintenance Requirements a. Mulch all tree plantings four inches deep with cedar mulch, unless otherwise indicated on the Drawings b. Remove all weed growth on a monthly basis, including those growing in cracks and curbs. 6. Maintenance for Trees and Shrubs a. Water all trees and shrubs to insure optimal growth and establishment during the two growing season maintenance period as required by this Section. New trees should receive two inches per week of irrigation during the first growing season applied over the root system. Normal turf irrigation is generally adequate (one inch per week) for the second growing season. Irrigation rates should be adequate for new trees' establishment even when that is greater than water demand for turf. It is the contractor's duty to determine and supply the water needs of trees and shrubs. b. Inspect new plantings on a regular basis. c. Remove tree wrap the next spring season after planting. d. Re -mulch trees on an annual basis to maintain a four -inch deep mulch cover. Maintain tree rings in turf zones as weed free. e. Insect and disease levels shall be monitored and control measured implemented when necessary following IPM practices. Check with Assistant City Forester prior to implementing any control measures. f. Remove all tree stakes and guy wires from trees one year after conditional acceptance. g. Fertilizing: In addition to fertilizing of trees, shrubs, ground covers, and lawns herein specified, furnish and apply any additional fertilizers necessary to maintain plantings in a healthy, green, vigorous growing condition during the maintenance period. Do not over apply fertilizer. 7. Inspection: a. The Contractor shall notify the Owner's Representative prior to fertilizing, and spraying operations. b. The Owner's Representative shall perform periodic inspections during the growing season of the site with the Contractor to determine that maintenance is sufficient to insure a healthy condition of the landscape work. A final inspection will be held at the end of the two growing season maintenance period. C. The Landscape Contractor shall be available to meet on site with the Owner's Representative at any time within 24 hours notice during the construction, establishment, or maintenance period. d. Replacements: Immediately replace any plant materials that die or are damaged. Lawns that do not grow shall be resodded. Replacements shall be made to the Specifications as required for original plantings. U:\EileenJSOS\Shields Street\Bid Docs\Landscaping Specs\Planting Specs Planting Specs - 9 South Shields Street Improvements February 28, 2002 3.10 CLEAN UP A. Remove all cans, surplus materials, and other debris from site. Neatly dress and finish all planting areas. Flush walks, paved areas, and the like, clean to the satisfaction of the Owner's Representative. B. Rinse foliage of all plant materials within the construction area as often as necessary to keep the foliage free from dust generated by the work of this contract. END OF SECTION V� U:\EileenlSOS\Shields Street\Bid Docs%sudscaping SpecsTlanting Specs ,... Planting Specs - 10 SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub - bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bigl. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-159 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform 7/96 Section 00100 Page 1 South Shields Street Improvements DIVISION 2 - SITEWORK SECTION 02810 IRRIGATION PART1-GENERAL 1.01 RELATED DOCUMENTS February 28, 2002 Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work specifically included are: A. Procurement of all applicable licenses, permits, and fees including payment of all development, plant investment, or any other fees and permits associated with the purchase and installation of the tap. B. Coordination of Utility Locates ("Call Before You Dig"). C. Excavation, installation, and backfill of tap into municipal water line. D. Excavation, installation, and backfill of water meter and vault. E. Verification of existing static pressure. F. Maintenance period. G. Sleeving for irrigation pipe. 1.02 WORK NOT INCLUDED Items of work specifically excluded or covered under other sections are: A. Provision and connection of electrical power supply to the irrigation control system. 1.03 RELATED WORK A. Division 2 - Site Work: 1. Section 02920 - Fine Grading and Soil Preparation. 2. Section 02931 - Seeding. 3. Section 02950 - Trees, Plants and Ground Cover. 1.04 SUBMITTALS A. Deliver four (4) copies of all required submittals to the Owner's Representative within 15 days from the date of Notice to Proceed. B. Materials List: Include pipe, fittings, mainline components, water emission components, control system components. Quantities of materials need not be included. U:\Eileen\SOS\Shields Street\Bid toes\Landscaping Specs\Irrigation Specs Irrigation Specs - I South Shields Street Improvements February 28, 2002 C. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating instructions for equipment shown on the materials list. D. Shop Drawings: Submit shop drawings called for in the installation details. Show products required for proper installation, their relative locations, and critical dimensions. Note modifications to the installation detail. E. Project Record Drawings: Submit project record (as -built) drawings to Owner prior to commencement of maintenance period (refer to specification section 3.11 for specific requirements). 1.05 RULES AND REGULATIONS A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code as published by the Western Plumbing Officials Association, and applicable laws and regulations of the governing authorities. B. When the contract documents call for materials or construction of a better quality or larger size than required by the above -mentioned rules and regulations, provide the quality and size required by the contract documents. C. If quantities are provided either in these specifications or on the drawings, these quantities are provided for information only. It is the Contractor's responsibility to determine the actual quantities of all material, equipment, and supplies required by the project and to complete an independent estimate of quantities and wastage. 1.06 TESTING A. Notify the Owner's Representative three days in advance of testing. B. Pipelines jointed with solvent -welded PVC joints shall be allowed to cure at least 24 hours before testing. C. Subsections of mainline pipe may be tested independently, subject to the review of the Owner's Representative. .. D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. E. Hydrostatic Pressure Test: 1. Subject mainline pipe to a hydrostatic pressure of 150 PSI for two hours. Test with mainline components installed. A 2 PSI pressure variation is allowed. Backfill to prevent pipe from moving under pressure. Expose couplings and fittings. 2. leakage will be detected by visual inspection. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the pipe passes test. 3. Cement or caulking to seal leaks is prohibited. F. OOnerational Test: 1. Activate each remote control valve in sequence from controller. The Owner's Representative U:\Eileen\SOS\Shields Street\Bld Docs\Landscaping Specs\Irrigation Specs Irrigation Specs - 2 South Shields Street Improvements February 28, 2002 will visually observe operation, water application patterns, and leakage. 2. Replace defective remote control valve, solenoid, wiring, or appurtenance to correct operational deficiencies. 3. Replace, adjust, or move water emission devices to correct operational or coverage deficiencies. 4. Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct leakage problems. Cement or caulking to seal leaks is prohibited. 5. Repeat test(s) until each lateral passes all tests. 1.07 CONSTRUCTION REVIEW The purpose of on -site reviews by the Owner's Representative is to periodically observe the work in progress and the Contractor's interpretation of the construction documents and to address questions with regards to the installation. A. Scheduled reviews such as those for irrigation system layout or testing should be scheduled with the Owner's Representative as required by these specifications. B. Impromptu reviews may occur at any time during the project. C. Final review will occur at the completion of the irrigation system installation and Record (As -Built) Drawing submittal. 1.08 GUARANTEE / WARRANTY AND REPLACEMENT The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of prime quality, installed and maintained in a thorough and careful manner. A. For a period of one year from commencement of the formal maintenance period, guarantee/warranty irrigation materials, equipment, and workmanship against defects. Fill and repair depressions. Restore landscape or structural features damaged by the settlement of irrigation trenches or excavations. Repair damage to the premises caused by a defective item. Make repairs within seven days of notification from the Owner's Representative. B. Contract documents govern replacements identically as with new work. Make replacements at no additional cost to the contract price. C. Guarantee/warranty applies to originally installed materials and equipment and replacements made during the guarantee/warranty period. END OF SECTION PART 2 - MATERIALS U:\Eileen\SOS\Shields Street\Bid Does\Landscaping Specs\Irrigation Specs Irrigation Specs - 3 South Shields Street lmpreventents February 28,2002 2.01 QUALITY Use materials which are new and without flaws or defects of any type, and which are the best of their class and kind. 2.02 SUBSTITUTIONS Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at the option of the Contractor. — 2.03 IRRIGATION TAP AND WATER METER A. Provide materials required by local codes for installation of the municipal water tap and associated piping. B. Provide materials required by local code for installation of the water meter and vault and associated — piping. 2.04 SLEEvING A. Sleeving beneath drives and streets shall be PVC Class 200 pipe with solvent welded joints. B. Sleeving diameter: equal to twice that of the pipe or wiring bundle. 2.05 PIPE AND FITTINGS A. Mainline Pipe and Fittings: 1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end. -- 2. Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use PVC pipe rated at higher pressures than Class 200 in the case of small nominal diameters which are not manufactured in Class 200. _ 3. Use solvent weld pipe for mainline pipe with a nominal diameter less than 3-inches or where a pipe connection occurs in a sleeve. Use Schedule 40, Type 1, PVC solvent weld fittings conforming to ASTM Standards D2466 and D1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564. B. Lateral Pipe and Fittings: 1. For drip irrigation laterals downstream of zone control valves, use UV radiation resistant polyethylene pipe manufactured from Prime Union Carbide G-resin 7510 Natural 7 manufactured by Union Carbide or a Union Carbide Licensee with a minimum of 2% carbon black, and minimum nominal pipe ID dimension of 0.810" for 3/4 inch pipe. Use PVC/compression line fittings compatible with the drip lateral pipe. Use tubing stakes to hold above -ground pipe in place. U:\Eileen\SOS\Shields Street\Bid Docs\Landscaping Specs\Irrigation Specs Irrigation Specs - 4 South Shields Street Improvements C. Specialized Pipe and Fittings: February 28, 2002 I. Copper pipe: Use Type "K" rigid conforming to ASTM Standard B88. Use wrought copper or cast bronze fittings, soldered or threaded per the installation details. Use a 95% tin and 5% antimony solder. 2. Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined to an iron - based metal (iron, galvanized steel, stainless steel). 3. Assemblies calling for pre -fabricated double swing joints shall utilize LASCO Unitized swing joints or approved equal. Swing joints shall be rated at 315 psi, and use 0-ring and street elbow construction. 4. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples and PVC Schedule 80 threaded fittings. 5. Joint sealant: Use only Teflon -type tape pipe joint sealant on plastic threads. Use nonhardening, nontoxic pipe joint sealant formulated for use on water -carrying pipes on metal threaded connections. 2.06 MAINLINE COMPONENTS A. Main System Shutoff Valve: As per local practice and in compliance with local code. B. Winterization Assembly: As per local practice and in compliance with local code. C. Backflow Prevention Assembly: As presented in the installation details. D. Quick Coupling Valve Assembly: Double Swing joint arrangement as presented in the installation details. 2.07 DRIP IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Drip Laterals: As presented in the installation details. Use wire connectors and waterproofing sealant to join control wires to solenoid valves. Use standard Christy I.D. tags with hot -stamped black letters on a yellow background. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. B. Drip Emitter Assembly: 1. Barb -mounted, pressure compensating emitter device as presented in the installation details. The device shall be Rain Bird XB-20. 2. Install emitter types and quantities on the following schedule: a. Ground cover plant: 1 single outlet emitter each or 1 single outlet emitter per square foot of planting area, whichever is less. b. Shrub: 2 single outlet emitters each. c. Tree: 8 single outlet emitters each. 3. Use 1/4-inch diameter flexible plastic tubing to direct water from emitter outlet to emission point. Length of emitter outlet tubing shall not exceed five feet. Secure emitter outlet tubing with tubing stakes. C. Flush Cap Assembly: as presented in the installation details. Locate at the end of each drip U:\Eileen\SOS\Shields Street\Bid Does\Landscaping Specs\Irrigation Specs Irrigation Specs - 5 South Shields Street Improvements February 28, 2002 irrigation lateral pipe. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. 2.08 CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1. Rain Bird UNIK Battery -operated controller with one (1) field transmitter for the project, and one 1) control module for each remote control valve on the project. 2.09 OTHER COMPONENTS A. Tools and Spare Parts: Provide operating keys, servicing tools, test equipment, other items, and spare parts indicated in the General Notes of the drawings. END OF SECTION PART 3-EXECUTION U:\Eileen\SOS\Shields Street\Bid Docs\Landscaping Specs\Irrigation Specs Irrigation Specs - 6 South Shields Street Improvements 3.01 INSPECTIONS AND REVIEWS A. Site Inspections: February 28, 2002 1. Verify site conditions and note irregularities affecting work of this section. Report irregularities to the Owner's Representative prior to beginning work. 2. Beginning work of this section implies acceptance of existing conditions. 3. Contractor will be held responsible for coordination between landscape and irrigation system installation. 4. Landscape material locations shown on the Landscape Plan shall take precedence over the irrigation system equipment locations. If irrigation equipment is installed in conflict with the landscape material locations shown on the Landscape Plan, the Contractor will be required to relocate the irrigation equipment, as necessary, at Contractor's expense. B. Utility Locates ("Call Before You Dig"): 1. Arrange for and coordinate with local authorities the location of all underground utilities. 2. Repair any underground utilities damaged during construction. Make repairs at no additional cost to the contract price. C. Irri ation System Layout Review: Irrigation system layout review will occur after the staking has been completed. Notify the Owner's Representative two days in advance of review. Modifications will be identified by the Owner's Representative at this review. 3.02 LAYOUT OF WORK A. Stake out the irrigation system. Items staked include: pipe, control valves, and isolation valves. B. Install all mainline pipe and mainline components inside of project property lines. 3.03 EXCAVATION, TRENCHING, AND BACKFILLING A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for installing connections and fittings. B. Minimum cover (distance from top of pipe or control wire to finish grade): I. 18-inch over mainline pipe. 2. 3-inch minimum mulch cover over drip lateral pipe in planting beds downstream of drip system zone control valves. 3. PVC UV radiation resistant lateral pipe shall be installed directly on the soil surface. C. Backfill only after lines have been reviewed and tested. D. Excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish, vegetable matter, frozen materials, and stones larger than 2-inches in maximum dimension. Remove material not suitable for backfill. Backfill placed next to pipe shall be free of sharp objects which may damage the pipe. Stones larger than 1-inch maximum dimension are not permitted in first (deepest) 6-inches U:\Eileen\SOS\Shields Street\Bid Docs\Landscsping Specs\Irrigation Specs Irrigation Specs - 7 South Shields Street Improvements February 28, 2002 of backfill. E. Backfill unsleeved pipe in either of the following manners: — 1. Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the remainder of the trench in 6-inch layers. Compact to density of surrounding soil. 2. Backfill the trench by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting to the density of surrounding soil. F. Enclose pipe beneath roadways, walks, curbs, etc. in sleeves. Minimum compaction of backfill for — sleeves shall be 95% Standard Proctor Density, ASTM D698-78. Conduct one compaction test for each sleeved crossing less than 50 feet long. Conduct two compaction tests for each sleeved crossing greater than 50 feet long. Costs for such testing and any necessary retesting shall be borne by the — Contractor. Use of water for compaction around sleeves, "puddling", will not be permitted. G. Dress backfilled areas to original grade. Dispose of excess backfill off site. H. Where utilities conflict with irrigation trenching and pipe work, contact the Owner's Representative for trench depth adjustments. 3.04 IRRIGATION TAP AND WATER METER A. Install the municipal water tap and associated piping materials in conformance with local regulations. — B. Install the water meter and vault and associated piping in conformance with local regulations. 3.05 SLEEVING AND BORING A. Install sleeving at a depth which permits the encased pipe to remain at the specified burial depth. B. Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and mark with stakes. Mark concrete with a chiseled "x" at sleeve end locations. C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. 3.06 ASSEMBLING PIPE AND FITTINGS A. General: 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debut. Clean pipe ends. 2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. B. Mainline Pine and Fittings: 1. Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. U:\Eileen\SOSGShields Street\Bid Does\Landscaping Specs\Irrigation Specs Irrigation Specs - 8 u South Shields Street Improvements February 28, 2002 b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. c. Snake pipe from side to side within the trench. 3. Fittings: The use of cross type fittings is not permitted. 4. UV Radiation Resistant Polyethylene Pipe: a. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. b. Snake pipe from side to side within the trench, on the soil surface, and hold in place with tubing stakes spaced every five feet. 5. Fittings: The use of cross type fittings is not permitted. C. Specialized Pice and Fittings: 1. Copper Pipe: a. Buff surfaces to be joined to a bright finish. Coat with solder flux. b. Solder so that a continuous bead shows around the joint circumference. 2. Insert a dielectric union wherever a copper -based metal (copper, brass, bronze) and an iron - based metal (iron, galvanized steel, stainless steel) are joined. 3. Pre -fabricated double swingjoints: Install per manufacturer's recommendations. 4. Low Density Polyethylene Hose: Install per manufacturer's recommendations. 5. PVC Threaded Connections: a. Use only factory -formed threads. Field -cut threads are not permitted. b. Use only Teflon -type tape. c. When connection is plastic -to -metal, the plastic component shall have male threads and the metal component shall have female threads. 6. Make metal -to -metal, threaded connections with Teflon -type tape or pipe joint compound applied to the male threads only. 3.07:INSTALLATION OF MAINLINE COMPONENTS A. Main System Shut Off Valve: Install where indicated on the drawings. B. Winterization Assembly: Install where indicated on the drawings. C. Backflow Prevention Assembly: Install where indicated on the drawings. Install assembly so that its elevation, orientation, access, and drainage conform to the manufacturer's recommendations and applicable health codes. D. Quick Coupling Valve Assembly: Install where indicated on the drawings. 3.08 INSTALLATION OF DRIP IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Drip Laterals: 1. Flush mainline pipe before installing RCV assembly. 2. Locate as shown on the drawings. Wire connectors and waterproof sealant shall be used to connect control wires to remote control valve wires. Connectors and sealant shall be installed as per the manufacturer's recommendations. 3. Install only one RCV to valve box. Locate at least 12-inches from and align with nearby walls or edges of paved areas. U:\Eileen\SOS\Shields Street\Bid Does\Landscaping Specs\Irrigation Specs Irrigation Specs - 9 South Shields Street Improvements February 28, 2002 B. Drip Emitter Assembly: 1. Locate as shown on the drawings and installation details. 2. Flush lateral pipe before installing emitter assembly. 3. Cut emitter outlet distribution tubing square. 4. Use tools and techniques recommended by the manufacturer. C. Flush Can Assembly: Install at the end of each drip irrigation lateral pipe as shown on the installation details. -_ 3.09 INSTALLATION OF CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1. Install battery -operated controller on underside of each remote control valve box cover with velcro strapping. 2. Make wiring connection per manufacturer's recommendation. 3.10 INSTALLATION OF OTHER COMPONENTS _. A. Tools and Spare Parts: -- 1. Prior to the Pre -Maintenance Review, supply to the Owner operating keys, servicing tools, test equipment, and any other items indicated on the drawings. 2. Prior to Final Review, supply to the Owner the spare parts indicated in the General Notes on the drawings. B. Other Materials: Install other materials or equipment shown on the drawings or installation details to be part of the irrigation system, even though such items may not have been referenced in these specifications. 3.11 PROJECT RECORD (AS -BUILT) DRAWINGS A. Maintain on -site and separate from documents used for construction, one complete set of contract documents as Project Documents. Keep documents current. Do not permanently cover work until as -built information is recorded. B. Record pipe and wiring network alterations. Record work which is installed differently than shown v on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each backflow prevention device, each sleeve end, and other irrigation components enclosed within a valve box. C. Prior to Final Review, purchase from the Owner's Representative a reproducible mylar copy of the drawings. Using technical drafting pen, duplicate information contained on the project drawings ._ maintained on site. Label each sheet "Record Drawing". Completion of the Record Drawings will be a prerequisite for the Final Review. -- 3.12 MAINTENANCE U:\Eileen\SOS\Shields Street\Bid DocALandscaping Specs\Irrigation Specs ^ Irrigation Specs - 10 the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work ^ so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. — 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to _ (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. , 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to 7/96 Section 00100 Page 2 i South Shields Street Improvements February 28, 2002 A. Upon completion of Final Review, maintain irrigation system for a duration of 2 years. Make periodic examinations and adjustments to irrigation system components so as to achieve the most desirable application of water. B. Following completion of the Contractor's maintenance period, the Owner will be responsible for maintaining the system in working order during the remainder of the guarantee/warranty period, for performing necessary minor maintenance, for trimming around sprinklers, for protecting against vandalism, and for preventing damage during the landscape maintenance operation. 3.13 CLEAN-UP A. Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. END OF SECTION U:\Eileen\SOS\Shields Street\Bid Docs\Landscaping Specs\Irrigation Specs Irrigation Specs - l I GEOTECHNICAL ENGINEERING REPORT PAVEMENT EVALUATION FOR SOUTH SHIELDS STREET BETWEEN HOBBIT STREET AND SPRING CREEK LANE FORT COLLINS, COLORADO TERRACON PROJECT NO.20005028 MARCH 3, 2000 Prepared for.• CITY OF FORT COLLINS ENGINEERING DEPARTMENT 281 NORTH COLLEGE AVENUE P.O. BOX 580 FORT COLLINS, COLORADO 80522 ATTN: MR. RICK RICHTER AND MS. EILEEN BAYENS Prepared by. Terracon 301 North Howes Street Fort Collins, Colorado 80521 1rerraco March 3, 2000 City of Fort Collins — Engineering Department 281 North College Avenue P.O. Box 580 Fort Collins, Colorado 80522 Attn: Mr. Rick Richter and Ms. Eileen Bayens Re: Geotechnical Engineering Report— Pavement Evaluation for South Shields Street between Hobbit Street and Spring Creek Lane Fort Collins, Colorado Terracon Project No. 20005028 Irerracon 301 N. Howes • PC, Box 50:, Fort Colims. Colorado 80521-0503 f970)484-0359 Fax:(970) 484-0454 Terracon has completed a geotechnical engineering exploration and pavement evaluation for the proposed South Shields Street improvements between Hobbit Street and Spring Creek Road in Fort Collins, Colorado. This study was performed in general accordance with our proposal number D2000033 dated January 31, 2000, as well as the City of Fort Collins Pavement Design Criteria. The results of our engineering study, including the boring location diagram, laboratory test results, test boring records, and the geotechnical recommendations needed to aid in the design and construction of pavements and other earth connected phases of this project are attached. Five of the six test borings were drilled within the roadway/pavement section of South Shields Street. One test boring was drilled between the edge of pavement and the concrete sidewalk situated on the east side of South Shields Street. The existing pavement section generally consisted of 5 to 8-inches of asphalt, underlain by approximately 6-inches of aggregate base course. Approximately 1-1/2 to 2 feet of sandy lean clay with gravel fill material was encountered below the pavement section. An approximate 6-inch layer of silty topsoil was encountered at the surface of Test Boring No. 2. The subsoils beneath the fill material and topsoil consisted of sandy lean clay extending to the depths explored. Groundwater was not encountered in the test boring to maximum depths of exploration, 10 feet at the time of our drilling operations. The borings were backfilled upon completion of the drilling activities, therefore, stabilized water levels were not obtained. The clay subsurface soils exhibits low to moderate subgrade strength characteristics and low swell potential. Further details are provided in this report. We appreciate the opportunity to be of service to you on this phase of your project. If you have any questions concerning this report, or if we may be of further service to you, please feel free to contact us at your convenience. Sincerely, TERRACON Prepared By: h David A. Richer, P.E. �( Geotechnical Engineer partment Manager Copies to: Addressee (4) Xiam B�. Attwooll, P.E: , Office Manager Arizona ■ Arkansas ■ Colorado ■ Georgia ■ Idaho ■ Illinois ■ lowia 0 Kansas 0 Kentucky Nebraska ■ Nevada ■ New Mexico ■ Oklahoma ■ Tennessee ■ Texas ■ Utah� WisconsinaM Wyoming Montana Quality Engineering Since 1965 Geotechnical Engineering Report City of Fort Collins, Engineering Department Pavement Evaluation — South Shields Street Terracon Project No. 20005028 TABLE OF CONTENTS Letter of TransmittalPage No. .......................................................................................................I..... ii INTRODUCTION.................................................................................................................1 PROPOSED CONSTRUCTION...........................................................................................1 SITEEXPLORATION..........................................................................................................2 FieldExploration......................................................................................................2 LaboratoryTesting...................................................................................................2 SITECONDITIONS.............................................................................................................3 SUBSURFACE CONDITIONS.............................................................................................3 SoilConditions.........................................................................................................3 Field and Laboratory Test Results............................................................................3 GroundwaterConditions...........................................................................................3 ENGINEERING ANALYSES AND RECOMMENDATIONS..................................................4 Geotechnical Considerations...............................................................................................4 Pavement Design and Construction.........................................................................4 Earthwork.................................................................................................................4 GeneralConsiderations................................................................................7 SitePreparation......:..................................................................... ............. 7 ubgrade Preparation...................................................................................8 Fill Materials and Placement.........................................................................a Additional Design and Construction Considerations.................................................9 Underground Utility Systems........................................................................9 GENERAL COMMENTS .................................................................................................... ..10 APPENDIX A Vicinity Map Site Plan and Boring Location Diagram Logs of Borings APPENDIX B Laboratory Test Results APPENDIX C General Notes and Pavement Notes Terracor GEOTECHNICAL ENGINEERING REPORT PAVEMENT EVALUATION FOR SOUTH SHIELDS STREET BETWEEN HOBBIT STREET AND SPRING CREEK LANE FORT COLLINS, COLORADO TERRACON PROJECT NO.20005028 MARCH 3, 2000 INTRODUCTION erracon This report contains the results of our geotechnical engineering exploration for the proposed South Shields Street improvements between Hobbit Street and Spring Creek Road in Fort Collins, Colorado. A vicinity map depicting the project limits is enclosed in Appendix A as Figure 1. This report presents the geotechnical engineering field and laboratory test data as well as the geotechnical engineering recommendations for the required pavement thicknesses. South Shields Street is situated along a Section line. Therefore, improvements on the east and west sides of South Shields Street are in situated in the Northwest '% of Section 23, and the Northeast % of Section 22, Township 7 North, Range 69 West, respectively. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: subsurface soil conditions groundwater conditions field and laboratory test results for pavement design, and • pavement thickness sections for the proposed site improvements. The conclusions and recommendations contained in this report are based upon the results of field and laboratory testing, engineering analyses, our experience with similar soil conditions and our understanding of the proposed project. PROPOSED CONSTRUCTION South Shields Street is to be widened and/or improved in conjunction with the proposed construction to take place on the east side of South Shields Street south of the Landmark Apartments. 1 Geotechnical Engineering Report City of Fort Collins, Engineering Department Pavement Evaluation - South Shields Street Terracon Project No. 20005028 SITE EXPLORATION Ierracor - The scope of the services performed for this project included a site reconnaissance by a geotechnical engineer, a subsurface exploration program, laboratory testing and engineering analysis. Field Exploration A total of 6 test borings were drilled on February 17, 2000 to approximate depths of 10 feet at _ the locations shown on the Site Plan, Figure 2. The borings were drilled in general accordance with the City of Fort Collins pavement design criteria on approximate 500-foot intervals at locations selected by city personnel. All borings were advanced with a truck - mounted drilling rig, utilizing 4- and &inch diameter solid stem auger. Continuous lithologic logs of each boring were recorded by the geotechnical engineer during the drilling operations. At selected intervals, samples of the subsurface materials were taken by pushing thin -walled Shelby tubes, or by driving split -spoon samplers. Representative bulk samples of subsurface materials were also obtained for subgrade strength characteristic testing procedures. _. Penetration resistance measurements were obtained by driving the split -spoon into the subsurface materials with a 140-pound hammer falling 30 inches. The penetration resistance value is a useful index to the consistency, relative density or hardness of the materials _ encountered. Groundwater measurements were made in each boring at the time of site exploration. The test borings were backfilled upon completion of the drilling operations, therefore stabilized water measurements were not obtained. `- Laboratory Testing All samples retrieved during the field exploration were returned to the laboratory for -, observation by the project geotechnical engineer, and were classified in accordance with the _ Unified Soil Classification System described in Appendix C. At that time, the field descriptions were confirmed or modified as necessary and an applicable laboratory testing program was formulated to determine engineering properties of the subsurface materials. Boring logs were prepared and are presented in Appendix A. Geotechnical Engineering Report City of Fort Collins, Engineering Department Pavement Evaluation — South Shields Street Terracon Project No. 20005028 Selected soil samples were tested for the following engineering properties: • Water content Plasticity Index • Dry density R-Value • Swell Consolidation Water soluble sulfates Terracor. Laboratory test results are presented in Appendix B, and were used for the geotechnical engineering analyses, and the development of pavement and earthwork recommendations. The significance and purpose of each laboratory test is described in Appendix C. All laboratory tests were performed in general accordance with the applicable ASTM, local or other accepted standards. SITE CONDITIONS The proposed area for the South Shields Street improvements is situated between Hobbit Street to the north and Spring Creek Lane to the south. Northeast of the proposed improvements are the Landmark Apartments and southwest of the project are the Heritage Apartments. Located to the northwest of the site is the Rite Aid Pharmacy facility. The southeast area is presently a vacant tract of land proposed for future development and the planned West Stuart Street. The existing South Shields Street pavement is in generally good condition with minor rutting in the wheel paths and minor alligator cracking. SUBSURFACE CONDITIONS Soil Conditions Five of the six test borings were drilled within the roadway/pavement section of South Shields Street. One test boring was drilled between the edge of pavement and the concrete sidewalk situated on the east side of South Shields Street. The existing pavement section generally consisted of 5 to 8-inches of asphalt, underlain by approximately 6-inches of aggregate base course with approximately 1-1/2 to 2 feet of sandy lean day with gravel fill material below. An approximate 6-inch layer of silty topsoil was encountered at the surface of Test Boring No. 2. The subsoils beneath the existing pavement section and/or topsoil consisted of sandy lean clay extending to the depths explored. Field and Laboratory Test Results Field and laboratory test results indicate that the clay soils are medium to stiff in consistency, moderately plastic and exhibit low to moderate subgrade strength characteristics and low 9 Geotechnical Engineering Report City of Fort Collins, Engineering Department Pavement Evaluation — South Shields Street Terracon Project No. 20006028 l erracor swell potential. A sample of the sandy lean clay exhibited an R-Value of 9. The swell , potential for the soil samples analyzed varied between 0.0% to 0.4%, which is well below the 2 - percent criteria set by the City of Fort Collins for stabilization of the subgrade for expansive -A potential Groundwater Conditions Groundwater was not encountered to maximum depths of exploration 10 feet in the test borings at the time of our drilling operations. The test borings were backfilled after completion of the drilling operations; therefore, a stabilized water measurement was not obtained. These - observations represent only current groundwater conditions, and may not be indicative of other times, or at other locations. Groundwater levels can be expected to fluctuate with varying seasonal and weather conditions. I - ENGINEERING ANALYSES AND RECOMMENDATIONS Geotechnical Considerations Based on the subsurface conditions encountered at the site, it is our opinion the proposed pavement construction is feasible at the site from a geotechnical engineering point of view. The purpose of this report is to provide subsurface data for pavement design as well as pavement thickness sections for South Shields Street. The subsoils at the test boring 4 locations are moderately plastic. Due to the plastic nature of the soil subgrade, stabilization may be required at the time the pavement is constructed depending on weather conditions prior to and during road construction. Asphalt concrete underlain by crushed aggregate base course; full -depth asphalt pavement and non -reinforced concrete pavement are feasible alternatives for the proposed pavement sections. The City of Fort Collins provided the equivalent daily axle loads (EDLAs) for the project. Pavement Design and Construction Design of pavements for the project have been based on the procedures outlined in the 1986 Guideline for Design of Pavement Structures by the American Association of State Highway and Transportation Officials (AASHTO), City of Fort Collins criteria, and the following data. " For flexible pavement design, a design life of 20 years was utilized. Using a laboratory tested .. design R-value of 9 for the proposed roadway, appropriate ESAUday, environmental criteria and other factors, the structural numbers (SN) of the pavement sections were determined on the basis of the 1986 AASHTO design equation. 4 .. Geotechnical Engineering Report City of Fort Collins, Engineering Department Pavement Evaluation — South Shields Street Terracon Project No. 20005028 MajorCoilector—South 200 1,460,000 90 2.5 Shield Street 4.00 Terracor. Local drainage characteristics of proposed pavement areas are considered to vary from fair to good depending upon location on the site. For purposes of this design analysis, fair drainage characteristics are considered to control the design. These characteristics, coupled with the approximate duration of saturated subgrade conditions, results in a design drainage coefficient of 1.0 when applying the AASHTO criteria for design. In addition to the flexible pavement design analyses, a rigid pavement design analysis was completed, based upon AASHTO and/or CDOT design procedures. Rigid pavement design is based on an evaluation of the Modulus of Subgrade Reaction of the soils (K-value); the Modulus of Rupture of the concrete, and other factors previously outlined. The design K-value of 100 pounds per cubic inch (pci) for the subgrade soil was determined by correlation to the laboratory tests results. A modulus of rupture of 650 psi (working stress 488 psi) was used for pavement concrete. The rigid pavement thicknesses for each traffic category were determined on the basis of the AASHTO and/or CDOT design equation. Recommended alternatives for flexible and rigid pavements, summarized for each street, are as follows: Use of full -depth asphalt or as a composite section, requires the written approval from the City of Fort Collins' Engineering Department. If requested full -depth asphalt pavement section could be prepared. With respect to the overlay alternative, we recommend rotomilling and leveling before overlay placement. 5 Geotechnical Engineering Report City of Fort Collins, Engineering Department Pavement Evaluation - South Shields Street Terracon Project No. 20005028 Terracon Aggregate base course (if used on the site) should consist of a blend of sand and gravel, which meets strict specifications for quality and gradation. Use of materials meeting Colorado Department of Transportation (CDOT) Class 5 or 6 specifications is recommended for base course. Aggregate base course should be placed in lifts not exceeding six inches and should be compacted to a minimum of 95% Standard Proctor Density (ASTM D698). Asphalt concrete and/or plant -mixed bituminous base course should be composed of a mixture of aggregate, filler and additives, if required, and approved bituminous material. The bituminous base and/or asphalt concrete should conform to approved mix designs stating the _ Hveem properties, optimum asphalt content, job mix formula and recommended mixing and placing temperatures. Aggregate used in plant -mixed bituminous base course and/or asphalt - concrete should meet particular gradations. Material meeting Colorado Department of — Transportation Grading C or CX specification is recommended for asphalt concrete. Aggregate meeting Colorado Department of Transportation Grading G or C specifications is recommended for plant -mixed bituminous base course. Mix designs should be submitted — prior to construction to verify their adequacy. Asphalt material should be placed in maximum 3-inch lifts and should be compacted to a minimum of 95% Hveem density (ASTM D1560) (ASTM 01561). Where rigid pavements are used, the concrete should be obtained from an approved mix r design with the following minimum properties: — • Modulus of Rupture @ 28 days.....................................................600 psi minimum • Strength Requirements.......................................................................... ASTM C94 • Minimum Cement Content.............................................e.............. 6.5 sacks/cu. yd. • Cement Type...................................................................................Type I Portland • Entrained Air Content.................................................................................. 4 to 8% • Concrete Aggregate .......................................... ASTM C33 and CDOT Section 703 Aggregate Size..............................................................................1 inch maximum Maximum Water Content.......................................................... 0.49 Ib/Ib of cement • Maximum Allowable Slump........................................................................ 4 inches Concrete should be deposited by truck mixers or agitators and placed a maximum of 90 minutes from the time the water is added to the mix. Other specifications outlined by the Colorado Department of Transportation should be followed. 6 be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty- first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT 7/96 Section 00100 Page 3 Geotechnical Engineering Report City of Fort Collins, Engineering Department Pavement Evaluation — South Shields Street Terracon Project No. 20005028 Terracon Longitudinal and transverse joints should be provided as needed in concrete pavements for expansion/contraction and isolation. The location and extent of joints should be based upon the final pavement geometry and should be placed (in feet) at roughly twice the slab thickness (in inches) on center in either direction. Sawed joints should be cut within 24-hours of concrete placement, and should be a minimum of 25% of slab thickness plus 1/4 inch. All joints should be sealed to prevent entry of foreign material and dowelled where necessary for load transfer. Preventative maintenance should be planned and provided for through an on -going pavement management program in order to enhance future pavement performance. Preventative maintenance activities are intended to slow the rate of pavement deterioration, and to preserve the pavement investment. Preventative maintenance consists of both localized maintenance (e.g. crack sealing and patching) and global maintenance (e.g. surface sealing). Preventative maintenance is usually the first priority when implementing a planned pavement maintenance program and provides the highest return on investment for pavements. Recommended preventative maintenance policies for asphalt and jointed concrete Pavements, based upon type and severity of distress, are provided. Prior to implementing any maintenance, additional engineering observation is recommended to determine the type and extent of preventative maintenance. Earthwork • General Considerations The following presents recommendations for site preparation, excavation, subgrade preparation and placement of engineered fills on the project. All earthwork on the project should be observed and evaluated by Terracon. The evaluation of earthwork should include observation and testing of engineered fill, pavement subgrade preparation, and other geotechnical conditions exposed during the construction of the project. • Site Preparation Strip and remove existing vegetation, fill materials, debris, and other deleterious materials from proposed pavement areas. All exposed surfaces should be free of mounds and depressions, which could prevent uniform compaction. 7 Geotechnical Engineering Report City of Fort Collins, Engineering Department Pavement Evaluation - South Shields Street Terracon Project No. 20005028 Terracon The site should be initially graded to create a relatively level surface to receive fill, and to provide for a relatively uniform thickness of fill beneath proposed pavements. All exposed areas which will receive fill, once properly cleared and benched where necessary, should be scarified to a minimum depth of eight inches, conditioned to near optimum moisture content, and compacted. - It is anticipated that excavations for the proposed construction can be accomplished with conventional earthmoving equipment Depending upon depth of excavation and seasonal conditions, groundwater may be encountered in excavations on the site. -- Pumping from sumps may be utilized to control water within excavations. _ Based upon the subsurface conditions determined from the geotechnical exploration, subgrade soils exposed during construction are anticipated to be relatively stable. _ However, the stability of the subgrade may be affected by precipitation, repetitive construction traffic or other factors. If unstable conditions develop, workability may be improved by scarifying and drying. Overexcavation of wet zones and replacement with — granular materials may be necessary. Use of lime, fly ash, Idin dust, cement or geotextiles could also be considered as a stabilization technique. Laboratory evaluation is recommended to determine the effect of chemical stabilization on -- subgrade soils prior to construction. Lightweight excavation equipment may be required to reduce subgrade pumping. Subgrade Preparation -- Subgrade soils beneath pavements should be scarified; moisture conditioned and — compacted to a minimum depth of eight inches. The moisture content and compaction of subgrade soils should be maintained until slab or pavement construction. — Fill Materials and Placement Clean on -site soils or approved imported materials may be used as fill material. On -site soils are suitable for use as compacted fill beneath pavement sections. e Geotechnical Engineering Report Terracon City of Fort Collins, Engineering Department Pavement Evaluation — South Shields Street Terracon Project No. 20005028 Imported soils (if required) should conform to the following: Percent fines by weight Gradation (ASTM C136) 6................................................................................................... ........100 .3".................................................................................................... 70-100 No. 4 Sieve.................................................................. An -inn No. 200 Sieve ...................... • Liquid Limit ............... • Plasticity Index......... a Group Index ............. a R-Value .................... Engineered fill should be placed and compacted in horizontal lifts, using equipment and procedures that will produce recommended moisture contents and densities throughout the lift. Recommended compaction criteria for engineered fill materials are as follows: Material Minimum Percent (ASTM 0698) Scarified subgrade soils.........................................................................95 On -site and imported fill soils: Beneath pavements................................................................... 95 Miscellaneous backfill (non-structural areas)..........................................90 On -site day soils should be compacted within a moisture content range of 2 percent below, to 2 percent above optimum. Imported granular soils should be compacted within a moisture range of 3 percent below to 3 percent above optimum unless modified by the project geotechnical engineer. Additional Design and Construction Considerations Underground Utility Systems All piping should be adequately bedded for proper load distribution. It is suggested that clean, graded gravel compacted to 75 percent of Relative Density ASTM D4253 be used as bedding. Where utilities are excavated below groundwater, temporary dewatering will be required during excavation, pipe placement and backfilling 0 Geotechnical Engineering Report City of Fort Collins, Engineering Department Pavement Evaluation — South Shields Street Terracon Project No. 20005028 7erracon operations for proper construction. Utility trenches should be excavated on safe and stable slopes in accordance with OSHA regulations as discussed above. Backfill should consist of the on -site soils or imported material approved by the geotechnical engineer. The pipe backfill should be compacted to a minimum of 95 percent of Standard Proctor Density ASTM D698. GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to _ provide testing and observation during excavation, grading, and construction phases of the project The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in 4 this report. This report does not reflect variations, which may occur between borings or across the site. The nature and extent of such variations may not become evident until construction. If variations appear, it will be necessary to reevaluate the recommendations of this report. The scope of services for this project does not include either specifically or by implication any environmental assessment of the site or identification of contaminated or hazardous materials or conditions. If the owner is concerned about the potential for such contamination, other studies should be undertaken. This report has been prepared for the exclusive use of our client for speck application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering -practices. No warranties, either express or implied, are intended or made. In the event that changes in the nature, design, or location of the project as outlined in this report, are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes, and either verifies or modes the conclusions of this report in writing. _ 10 \j (14) I 4N, UNrA/N!i �Kjj 111im E 17f�n T, !L JI LLiiwh n A' &h 14-19. 77t) ij 41 m711 far �4—i Old i IIl% l 1 7 � elm=-OR IST 7% f 13 i, � 14, a,- Zi -q led Se r4 WTI 7 -ark'[ NJ ;;i- 11,7171, l Project Site It'l tit zt. ff 7 :24 If DRAKE R AD v J 7 am T.z v f FIGURE 1: PROJECT SITE SOUTH SHIELDS STREET IMPROVEMENTS BETWEEN HOBBIT STREET & SPRING CREEK LANE FORT COLLINS. COLORADO Project kngr. DR Project No. 20005028 II Designed By. OR Irerracon s,.,.: Checked By D R 301 N. HOWn STRerT Date: OtACRAW IS FOR GENERAL LOCAnON ONLY, Appraftd By. 03/02 00 AND I$ NOT INTENDED FOR CONSTRUCTION PURPOSES. DAR Fo;iT COLLm, COLORADO 60521 Dm" By. MLM �F� 028FIC1 Figure No. 1 PROSPECT ROAD 8 ;s :.a r U O Q �a Ln YZ <w <� IS�a e y O HOBBIT STREET 3 O iz N *n z I E N y, J' W K Qa�>_... 2' (ni wW a� �: z �F O W d 2 Q Y M } z i0 O zUZJ ~ W WEST STUART STREET ImWw � 2 W 3 � � a O V yz JO OU 2 Z r ZwNo aX� N o 25 n0a z o W iw of W K r_ O H g SPRING CREEK LANE_ C5 �Z a LOG OF TEST BORING NO. 1 Page 1 of 1 CLIENT ARCHITECT / ENGINEER City of Fort Collins -Engineering Department SITE Hobbit Street to Spring Creek Lane PROJECT Fort Collins, Colorado South Shields Street Improvements SAMPLES TESTS CD J \ _J H DESCRIPTION f' m It Z� M H W a N m m w D. '3 w o LL� Zz Ll m U L w a U F_o c H Yly ow �^ 0 3 z r} a tan m E 00- M t~rn a. ASPHALT 7" 0.7 1.1 AGGREGATE BASE COURSE 6" 1 ST 12" 12 121 2410 FILL MATERIAL: Sandy Lean Clay with Gravel Brown, moist, medium stiff 2 SS 12" 6 15 3.0 $ NDY LFAN CLAY 3 SS 12" 7 Tan, rust, moist, median stiff 5 CL 4 SS 12" 7 19 10.0 10 BOTTOM OF BORING THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL. WATER LEVEL OBSERVATIONS BORING STARTED 2-17-00 W.D. = BORING COMPLETED 2-17-00 1 rerracon MWLInitial RIG CME-55 FOREMAN CJS ater Level Reading APPROVED DAR IJOB# 20005028 LOG OF TEST BORING NO. 2 Page 1 of 1 CLIENT ARCHITECT / ENGINEER City of Fort Collins -Engineering Department SITE Hobbit Street to Spring Creek Lane PROJECT Fort Collins, Colorado South Shields Street Improvements SAMPLES TESTS LU m r O Z W O- T 1- w O U W = LL Z\ i (n 3 1-O O.J (n 10 \ � F- Ln H O E H w O TLL =U 00- W Hc_ ZZ OLU UCLL Zf-N 7(A O- HON oHu HF-' =)m i OQ� HJ JO- J H _ Q Of O DESCRIPTION F.-m 2 O- W O N co U U O 0.5 6" TOPSOIL COMP. SANDY LEAN CLAY SAMPLE 1 ST 12" 17 106 3855 Tan, rust, moist, medium stiff 0.5'04.0' 34/17/60 2 SS 12" 5 15 AASHTO A-6 3 SS 12" 15 5 CL 4 SS 12" 4 28 10.0 10 BOTTOM OF BORING THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL. WATER LEVEL OBSERVATIONS Ireorracon BORING STARTED 2-17-00 L s DRY W.D. 2 BORING COMPLETED 2-17-00 WL IWL PIG CME-55 FOREMAN �S Initial Water Level ReadinL, APPROVED DAR I JOB # 20005028 LOG OF TEST BORING NO. 3 Page 1 of 1 CUNT ARCHITECT/ENGINEER City of Fort Collins -Engineering Department SITE Hobbit Street to Spring Creek Lane PROJECT Fort Collins, Colorado South Shields Street hn rovements SAMPLES TESTS O J J inLL \ > H H DESCRIPTION i M z W H= Horu 'H� _ m ir W z\ � w LLo 0 a U w E d 0 U cn � o zz OW H!-' c3N I oe a.LU U z � h0 H WLL ZD:It O¢, C3 1- Nm c2d �Nd JiL.V ASPHALTS" 0.8 1.2 AGGREGATE BASE COURSE 6" i ST 12" 21 94 2100 39/12/56 FILL MATERIAL`. Sandy Silt with trace Gravel Brown, moist, medium stiff 2 SS 12" 4 19 3.0 SANDY LEAN 3 SS 12" 5 CLAY Tan, rust, moist, medium stiff 5 CL 4 SS 12" 4 23 10.0 10 BOTTOM OF BORING THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL. WATER LEVEL OBSERVATIONS BORING STARTED 2-17-00 g DRY W.D. = BORING COMPLETED 2-17-00 I rerracan WI. EDAR RIG CME-55 FOREMAN CJS WL Initial Water Level Reading APPROVED IJOB# 20005028 LOG OF TEST BORING NO. 4 Page 1 of 1 CLIENT ARCHITECT / ENGINEER City of Fort Collins -Engineering Department SITE Hobbit Street to Spring Creek Lane PROJECT Fort Collins, Colorado South Shields Street Irn rovements SAMPLES TESTS z = O z 0- Y H Cr w U W M H W z\ Ho 0-J mm W H O r_ H Fi w W >La OfU OIL O W H~U. _ zz UfrL ZHlA =Dma O J H Ir LD DESCRIPTION H W O O m N L) N 0.4 ASPHALT 5" 0.9 AGGREGATE BASE COURSE 6" FILL MATERIAL: Sandy Lean 1 ST 12" 10 123 3675 Clay with Gravel 2.5 Brown, moist, medium stiff 2 SS 12" 5 18 3 SS 12" 10 SANDY LEAN CLAY Tan, rust, moist, medium stiff 5 CL 4 SS 12" 3 20 10.0 10 BOTTOM OF BORING THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL AND ROCK .TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL. WATER LEVEL OBSERVATIONS eorracon BORING STARTED 2-17-00 WL � DRy W.D. = BORING COMPLETED 2.17-00 WI RIG CME-55 �AN CJS N'L- I Initial Water Level Rea.. eadi APPROVED DAR IJOB a 20005028 The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without ._ consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective _ date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of - principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes — to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General -� Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for - submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words r will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the ... president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and " attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 7/96 Section 00100 Page 4 .r LOG OF TEST BORING NO. 5 CLIENT Page 1 of 1 ARCHITECT / ENGINEER City of Fort Collins -Engineering Department SITE Hobbit Street to Spring Creek Lane PROJECT Fort Collins, Colorado South Shields Street Improvements SAMPLES TESTS 00 H X 9 N OESCRIPTION w ZLL te z z� �ztt x a N m w o to o zz Ham,-. jx a. w rn U (A E > w D- U r o H rw UMW O(C' O Z > 1- w M O.J to m O wU OO_ 2h to MM O. HJ ASPHALT 8" 0.7 1.2 AGGREGATE BASE COURSE 6" 1 ST 12" l2 FILL MATERIAL: Lean Clay with 39 /21/72 Sand and trace Gravel Brown, moist, medium stiff 2 SS 12" 4 19 3.0 SAhIDY LRAN CLAY 3 SS 12" 3 Tan, rust, moist, medium stiff 5 I I CL 4 SS 12" 4 21 10.0 10 BOTTOM OF BORING THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES BETWEEN SOIL AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL. VATIONS WATER LEVEL OID.T BORING STARTED 2-17-00 WL g DRY W. BORING COMPLETED 2-17-00 WLIrerracon RIG CME-55 FOREMAN CJS L Initial Water Level Reading APPROVED DAR JOB a 20005028 LOG OF TEST BORING NO. 6 Page 1 of 1 CLIENT ARCHITECT/ENGINEER City of Fort Collins -Engineering Department SITE Hobbit Street to Spring Creek Lane PROJECT Fort Collins, Colorado South Shields Street Improvements SAMPLES TESTS \ T LD J H DESCRIPTION LL yr zLL z_ w ? w tr m w ❑ w ❑ > z >- r w o: n._j wM ❑ >_ D:u ❑o- zl—tn ❑oo_ ASPHALT 7" 0.6 1.2 AGGREGATE BASE COURSE 6" 1 ST 12" 12 118 3760 FILL MATERIAL: Sandy Lean Clay with trace Gravel Brown, moist, medium stiff 2 SS 12" 5 15 3.0 3 SS 12" 5 SANDY LEAN CLAY Tan, rust, moist, medium stiff 5 CL 4 SS 12" 4 20 10.0 10 BOTTOM OF BORING THE STRATIFICATION LINES REPRESENT THE APPROXIMATE BOUNDARY LINES - BETWEEN SOIL•AND ROCK TYPES: IN -SITU, THE TRANSITION MAY BE GRADUAL. - WATER LEVEL OBSERVATIONS err�con 1r BORING STARTED 2-17-00 W g DRY D. - IT BORING COMPLETED 2-17-00 WL RIG CME-55 FOREMAN CJS wL Initial Water Level Readin APPROVED DAR I JOB a 20005028 No Text T 1 O N 8 l0 0.01 0.1 I 10 APPLIED PRESSURE, TSF Boring and depth (ft.) Classification DD MC% i 1 1.0 Sandy Lean Clay (CL) 125 12 PROJECT South Shields Street Improvements - Hobbit JOB NO. 20005028 Street to Spring Creek Lane DATE 3/2/00 I CONSOLIDATION TEST I Ii TERRACON J S w E L L c O- N S O L I D A T I O N APPLIED PRESSURE, TSF Boring and depth (ft.) I Classification DD I MC % 101 4 1.0 I Sandy Lean Clay(CL) 125 1 10 PROJECT CONSOLIDATION TEST TERRACON JOB NO. iionng ana aepm ln•1 I �WbhLuwuuu • 6 1.0 Sandy Lean Clay (CL) 125 12 PROJECT South Ch*eldc Street Improvements . Hobbit JOB NO. 20005028 Street to Sprinz Creek Lane DATE 3/2/00 CONSOLIDATION TEST TERRACON Irerracon 301 North Howes Street P.O. Box 503 FORT COLLINS, COLORADO 80521 (970) 484-0369 FAX (970) 484-0454 CLIENT: City of Fort Collins - Engineering Department PROJECT: South Shields Street Improvements LOCATION: Composite Sample Test Boring No. 2 @ 0.5' - 4.0' TERRACON NO. 20005028 CLASSIFICATION: Sandy Lean Clay (CL) TEST SPECIMEN NO. 1 2 3 COMPACTION PRESSURE (PSI) 0 0 60 DENSITY (PCF) 104.3 105.8 108.7 MOISTURE CONTENT (%) 23.7 21.2 19.8 EXPANSION PRESSURE 0.00 0.00 0.00 HORIZONTAL PRESSURE @ 160 PSI 145 142 136 SAMPLE HEIGHT (INCHES) 2.48 2.46 2.48 EXUDATION PRESSURE (PSI) 198.9 274.5 358.0 CORRECTED R-VALUE 6.4 8.2 11.2 UNCORRECTED R-VALUE 6.4 8.2 11.2 R-VALUE @ 300 PSI EXUDATION PRESSURE = 0 100 90 80 70 to 60 50 40 30 20 10 ! ! 0 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE - PSI r`:111 i a.r`.arri CLIENT: City of Fort Collins - Engineering Department PROJECT: South Shields Street Improvements PROJECT NO. 20005028 DATE: 3/2/00 LOCATION: Between Hobbit Street and Spring Creek Lane RIGID PAVEMENT ANALYSIS FLEXIBLE PAVEMENT ANALYSIS (1) DESIGN 18-kip-(ESAL's) 200 1,460,000 (1) DESIGN 18-kip-(ESAUs) 1,460,000 (2) RELIABILITY 90% (2) RELIABILITY 90% (3) OVERALL DEVIATION 0.34 (3) OVERALL DEVIATION 0.44 (4) MODULUS OF RUPTURE 650 (5) MODULUS OF ELASTICITY 3,705,000 (6 LOAD TRANSFER 3.1 (4) R-VALUE (HVEEM STABILOMETER) 9 (7) MODULUS OF SUBGRADE REACTION 100 (5) SOIL RESILIENT MODULUS 5,995 (8) DRAINAGE COEFFICIENT 1.0 (9) INITIAL SERVICEABILITY 4.2 (6) INITIAL SERVICEABILITY 4.2 (10) TERMINAL SERVICEABILITY 2.5 (7) TERMINAL SERVICEABILITY 2.5 CALCULATED RIGID PAVEMENT THICKNESS, (IN): 7.45" CALCULATED STRUCTURAL NUMBER: 4.00 UPPER 0.44 6.5 ASPHALT SURFACE 3 0.11 11.0 AGGREGATE BASE TOTAL 17.5 UPPER 0.44 3.5 ASPHALT SURFACE PLANT MIX 2 0.34 5.5 BITUMINOUS BASE 3 0.11 6.0 AGGREGATE BASE TOTAL 16.0 OVERLAY 0.44 3.0 ASPHALT SURFACE 1 0.30 7.0 EXISTING ASPHALT 2 0.10 6.0 EXISTING BASE TOTAL 16.0 1.0 2.86 1.0 1.21 TOTAL 4.07 4.00 1.0 1.54 1.0 1.87 1.0 0.66 TOTAL 4.07 4.00 1.0 1.32 1.0 2.10 1.0 0.60 TOTAL 4.02 4.00 DRIWNG AND IXPLORATION DRILLING & SAMPLING SYMBOLS SS: Split Spoon - 12 I.D., 2" O.D., unless otherwise noted PS : Piston Sample ST: Thin -Walled Tube- 2" O.D., unless otherwise noted WS : Wash Sample R: Ring Barrel Sampler - 2.42" I.D., 3" O.D. unless otherwise noted. PA : Power Auger FT: Fish Tail Bit HA : Hand Auger RB : Rock Bit DB : Diamond Bit BS : Bulk Sample AS: Auger Sample PM: Pressure Meter HS : Hollow Stem Auger DC: Dutch Cone WS : Wash Bore Penetration Test: Blows per foot of a 140 pound hammer falling 30 inches on a 2-inch O.D. split spoon, except where noted. WATER LEVEL MEASUREMENT SYMBOLS WL :Water Level WS : While Sampling WCI : Wet Cave in WD :While Drilling DCI : Dry Cave in BCR : Before Casing Removal AS :After Boring ACR : After Casting Removal Water levels indicated on tht boring logs are the levels measured in the borings at the time indicated. In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils, the accurate determination of groundwater levels is not possible with only short term observations. DESCRIPTIVE SOIL CLASSIFICATION Soil Classification is based on the Unified Soil Classification system and the ASTM Designations D-2487 and D-2488. Coarse Grained Soils have more than 50% of'their dry weight retained on a #200 sieve; they are described as: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are described as: clays, if they are plastic, and silts if they are slightly plastic or non - plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse grained soils are defined on the basis of their relative in -place density and fine grained soils on the basis of their consistency. Example: Lean clay with sand, trace gravel, stiff (CL); silty sand, trace gravel, medium dense (SM ). CONSISTENCY OF FINE-GRAINED SOILS Unconfined Compressive Strength, Ou, psf Consistency < 500 Very Soft 500 - 1,000 Soft 1,001 - 2,000 Medium 2,001 - 4,000 Stiff 4,001 - 8,000 Very Stiff 8,001 - 16.000 Very Hard RELATIVE DENSITY OF COARSE -GRAINED SOILS: PHYSICAL PROPERTIES OF BEDROCK DEGREE OF WEATHERING: Slight Slight decomposition of parent material on joints. May be color change. Moderate Some decomposition and color change throughout. High Rock highly decomposed, may be extremely broken. HARDNESS AND DEGREE OF CEMENTATION: Limestone and Dolomite: Hard Difficult to scratch with knife. Moderately Can be scratched easily with knife, Hard Cannot be scratched with fingernail. Soft Can be scratched with fingernail. Shale. Siltstone and Claystone: Hand Can be scratched easily with knife, cannot be scratched with fingemail. Moderately Can be scratched with fingernail. Hard Soft Can be easily dented but not molded with fingers. N-Blows/ft Relative Density Sandstone and Conglomerate: 0-3 Very Loose Well Capable of scratching a knife blade. 4-9 Loose Cemented 10-29 Medium Dense 30.49 Dense Cemented Can be scratched with knife. 50-80 Very Dense 80 + Extremely Dense poorly Can be broken apart easily with fingers. Cemented lrerracon ROCK CLASSIFICATION - (Based on ASTM C-294) Sedimentary Rocks _ Sedimentary rocks are stratified materials laid down by water or wind. The sediments may be composed of particles of pre-existing rocks derived by mechanical weathering, evaporation or by chemical or organic origin. The sediments are usually indurated by cementation or compaction. ' Chart Very fine-grained siliceous rock composed of micro -crystalline or crypto- — crystalline quartz, chalcedony or opal. Chart is various colored, porous to dense, hard and has a conchoidal to splintery fracture. Claystone Fine-grained rock composed of or derived by erosion of silts and clays or ^ any rock containing clay. Soft massive; gray, black, brown, reddish or - green and may contain carbonate minerals. Conglomerate Rock consisting of a considerable amount of rounded gravel, sand and cobbles with or without interstitial or cementing material. The cementing or interstitial material may be quartz, opal, calcite, dolomite, clay, iron — oxides or other materials. Dolomite A fine-grained carbonate rock consisting of the mineral dolomite [CaMg (CO3)21• May contain noncarbonate impurities such as quartz, chart, clay minerals, organic matter, gypsum and sulfides. Reacts with hydrochloric -- acid (HCL). Limestone A fine-grained carbonate rock consisting of the mineral calcite (CaCo,). May contain noncarbonate impurities such as quartz, chart, clay minerals, _ organic matter, gypsum and sulfides. Reacts with hydrochloric acid (HCL). — Sandstone Rock consisting of particles of sand with or without interstitial and " _ cementing materials. The cementing or interstitial material may be quartz, — opal, calcite, dolomite, clay, iron oxides or other material. Shale Fine-grained rock composed of, or derived by erosion of silts and clays or any rock containing clay. Shale is hard, platy, or fissile may be gray, black, — reddish or green and may contain some carbonate minerals (calcareous shale). Siltstone Fine grained rock composed of, or derived by erosion of silts or rock containing silt. Siltstones consist predominantly of silt sized particles (0.0625 to 0.002 mm in diameter) and are intermediate rocks between claystones and sandstones, may be gray, black, brown, reddish or green and may contain carbonate minerals. lrerracon 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to. Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 7/96 Section 00100 Page 5 LABORATORY TESTS SIGNIFICANCE AND PURPOSE TEST SIGNIFICANCE PURPOSE California Used to evaluate the potential strength of subgrade soil, Pavement Bearing subbase, and base course material, including recycled Thickness Ratio materials for use in road and airfield pavements. Design Consolidation Used to develop an estimate of both the rate and amount of Foundation both differential and total settlement of a structure. Design Direct Used to determine the consolidated drained shear strength of Bearing Capacity, Shear soil or rock. Foundation Design & Slope Stability Dry Used to determine the in -place density of natural, inorganic, Index Property Density fine-grained soils. Soil Behavior Expansion Used to measure the expansive potential of fine-grained soil Foundation & Slab and to provide a basis for swell potential classification. Design Gradation Used for the quantitative determination of the distribution of Soil particle sizes in soil. Classification Liquid & Used as an integral part of engineering classification systems Soil Plastic Limit, to characterize the fine-grained fraction of soils, and to Classification Plasticity specify the fine-grained fraction of construction materials. Index Permeability Used to determine the capacity of soil or rock to conduct a Groundwater liquid or gas. Flow Analysis pH Used to determine the degree of acidity or alkalinity of a soil. Corrosion Potential Resistivity Used to indicate the relative ability of a soil medium to carry Corrosion electrical currents. Potential R-Value Used to evaluate the potential strength of subgrade soil, Pavement subbase, and base course material, including recycled Thickness materials for use in road and airfield pavements. Design Soluble Used to determine the quantitative amount of soluble Corrosion Sulphate sulfates within a soil mass. Potential Unconfined To obtain the approximate compressive strength of soils that Bearing Capacity Compression possess sufficient cohesion to permit testing in the Analysis unconfined state. for Foundations Water Used to determine the quantitative amount of water in a soil Index Property Content mass. Soil Behavior lrerraoon REPORT TERMINOLOGY (Based on ASTM D653) Allowable Soil The recommended maximum contact stress developed at the interface of the Bearing Capacity foundation element and the supporting material. Alluvium Soil, the constituents of which have been transported in suspension by flowing water and subsequently deposited by sedimentation. Aggregate Base A layer of specified material placed on a subgrade or subbase usually beneath Course slabs or pavements. Backfill A specified material placed and compacted in a confined area. Bedrock A natural aggregate of mineral grains connected by strong and permanent cohesive forces. Usually requires drilling, wedging, blasting or other methods of extraordinary force for excavation. Bench A horizontal surface in a sloped deposit. Caisson (Drilled pier A concrete foundation element cast in a circular excavation which may have an or Shaft) enlarged base. Sometimes referred to as a cast -in -place pier or drilled shaft. Coefficient of A constant proportionality factor relating normal stress and the corresponding Friction shear stress at which sliding starts between the two surfaces. Colluvuum Soil, the constituents of which have been deposited chiefly by gravity such as at the foot of a slope or cliff. Compaction The densification of a soil by means of mechanical manipulation. Concrete Slab -on- A concrete surface layer cast directly upon a base, subbase or subgrade, and. Grade typically used as a floor system. Differential Unequal settlement or heave between, or within foundation elements of a Movement structure. Earth Pessure The pressure or force exerted by soil on any boundary such as a foundation wall. ESAL Equivalent Single Axle Load, a criteria used to convert traffic to a uniform standard, (18,000 pound axle loads). Engineered Rll Specified material placed and compacted to specified density and/or moisture conditions under observations of a representative of a geotechnical engineer. Equivalent Ruid A hypothetical fluid having a unit weight such that it will produce a pressure against a lateral support presumed to be equivalent to that produced by the actual soil. This simplified approach is valid only when deformation conditions are such that the pressure increases linearly with depth and the wall friction is neglected. Existing Fill (or Materials deposited through the action of man prior to exploration of the site. man-made fill) Existing Grade The ground surface at the time of field exploration. lrerracon REPORT TERMINOLOGY (Based on ASTM D653) Expansive Potential The potential of a soil to expand (increase in volume) due to absorption of moisture. Finished Grade The final grade created as a part of the project Footing A portion of the foundation of a structure that transmits loads directly to the soil. Foundation The lower part of a structure that transmits the loads to the soil or bedrock. Frost Depth The depth of which the ground becomes frozen during the winter season. Grade Beam A foundation element or wall, typically constructed of reinforced concrete, used to span between other foundation elements such as drilled piers. Groundwater Subsurface water found in the zone of saturation of soils, or within fractures in bedrock. Heave Upward movement. Lithologic The characteristics which describe the composition and texture of soil and rock by observation. Native Grade The naturally occuring ground surface. Native Soil Naturally occurring on -site soil, sometimes referred to as natural soil. Optimum Moisture The water content at which a soil can be compacted to a maximum dry unit Content weight by a given compactive effort. Perched Water Groundwater, usually of limited area maintained above a normal water elevation by the presence of an intervening relatively impervious continuing stratum. Scarify To mechanically loosen soil or break down existing soil structure. Settlement Downward movement. Skin Friction (Side The frictional resistance developed between soil and an element of structure Shear) such as a drilled pier or shaft. Soil (earth) Sediments or other unconsolidated accumulations of solid particles produced by the physical and chemical disintegration of rocks, and which may or may not contain organic matter. Strain The change in length per unit of length in a given direction. Stress The force per unit area acting within a soil mass. Strip To remove from present location. Subbase A layer of specified material in a pavement system between the subgrade and base course. Subgrade The soil prepared and compacted to support a structure, slab or pavement system. .lrerracon UNIFIED SOIL CLASSIFICATION SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory Taste Group r Symbol Group Name Coarse -Grained Gravels more than Clean Gravels Less Cu > 4 and 1 < Cc <3F GW Well -graded grave IF Soils more than 50% of coarse than 5% finesO 50% retained on fraction retained on No. 200 sieve No. 4 sieve Cu < 4 and/or 1 > Cc > 3F GP Poorly graded gravelF Gravels with Fines more than 12% finest Fines classify as ML or MH GM Silty gravel,G,H Fines classify as CL or CH GC Clayey graver'°" Sands 50% or more Clean Sands Less Cu > 6 and 1 < Cc < 36 SW Well -graded sand' of coarse fraction than 5% fines' passes No. 4 sieve Cu < 6 and/or 1 > Cc > 3e SP Poorly graded sand' Sands with Fines Fines classify as ML or MH SM Silty sand"' more than 12% fines- Fines Classify as CL or CH SC Clayey sand"' Fine -Grained Soils Silts and Clays inorganic PI > 7 and plots on or above "A line' CL Lean clay" 50% or more passes the Liquid limit less than 50 PI < 4 or plots below "A" line' PAL Sib"i" No. 200 sieve organic Liquid limit -oven dried Organic elay�"-" < 0.75 OL Liquid limit - not dried Organic sItt ",0 Silts and Clays inorganic PI plots on or above "A" line CH Fat clay"m Liquid limit 50 or more PI lots below "A" line MH Elastic Silt"" organic Liquid limit - oven dried Organic clay' .P < 0.75 OH Liquid limit - not dried Organic silt6 ,o Highly organic soils Primarily organic matter, dark in color, and organic odor PT Peet ABased on the material passing the 3-in. elf soil contains 15 to 29% plus No. 200, add (75-mm) sieve - - ecu=D6°/D,o Cc - (D,,) 2 with sand" or "with gravel", whichever is elf field sample contained cobbles or D26 x Ds6 predominant. boulders, or both, add "with cobbles or `If soil contains > 30% plus No. 200 boulders, or both" to group name. predominantly sand, add "sandy" to group cGravels with 5 to 12% fines require dual Flf soil contains > 15% sand, add "with name. symbols: sand" to group name. "If soil contains > 30% plus No. 200, GW-GM well -graded gravel with silt Glf fines classify as CL-ML, use dual symbol predominantly gravel, add "gravelly" to group GW-GC well -graded gravel with clay GC -GM, or SC-SM. name. - GP -GM poorly graded gravel with silt "If fines are organic, add "with organic fines" "PI > 4 and plots on or above "A" line, GP -GC poorly graded gravel with clay to group name. OPI < 4 or plots below "A" line. °Sands with 5 to 12% fines require dual 'If soil contains > 15% gravel, add "with PPI plots on or above "A" line. symbols: - - gravel" to group name. OPI plots below "A" line. SW-SM well -graded sand with silt If Atterberg limits plot in shaded area, soil is SW -SC well -graded sand with clay a CL-ML, silty clay. SP-SM poorly graded sand with silt SP-SC poorly graded sand with clay - w rw "wnlnwXen "I nn.-e..i".e ."u" ene E"uolion nl W - line OPi7 fu - 2° LL A7� G� MH OR OH i ML OR OL CL—ML 0 ° 10 :6 20 SU 40 `A 60 90 60 90 I00 I1C LIQUID LIMIT (LL) erracon TABLE D1 _ RECOMMENDED PREVENTATIVE MAINTENANCE POLICY FOR ASPHALT CONCRETE PAVEMENTS Distress Type Distress Severity Recommended Maintenance Distress Type Distress Severity Recommended Maintenance Alligator Cracking ' Low None Patching & L tiRy Cut Patching LOW None Medium Fug -Depth Asphalt Concrete Medium Full -Depth Asphalt Concrete Patch High High Bleeding Low None Polished Aggregate Law None Medium Surface Sanding Medium High Shallow AC Patch High Fog Seal Block Cracking Low None Potholes Low Shallow AC Patch Medium Clean 8 Seal AA Cracks Medium FuA-Depth Asphalt Concrete Patch High High Bumps & Sags Law None Railroad Crossing law No Policy for This Project Medium Shallow AC Patch Medium High Full -Depth Patch High Corrugation Low None Rutting Low None Medium Full -Depth Asphalt Concrete Patch Medium Shallow AC Patch High High Full -Depth Patch Depression Low None Shoving LOW None Medium Shallow AC Patch Medium Mill B Shallow AC Patch High Full -Depth Patch High Edge Cracking Low None Slippage Cracking Low None Medium Seal Cracks Median Shallow Asphalt Concrete Patch High Full -Depth Patch High Jeud Reflection Law Clean & Seal AN Cracks Swell Low None Medium Medium Shallow AC Patch High Shallow AC Patch High Full -Depth Patch Lane/Shoulder DroPOff law. None Weathering & Ravelling LOW Fog Seal Medium Regrade Shoulder Medium High High Longitudinal & Transverse Cracking Low None Medium Clean & Seal All Cracks High lrerracon TAB QI---- RECOMMENDED PREVENTATIVE MAINTENANCE POLICY FOR JOINTED CONCRETE PAVEMENTS Distress Type Distress Seventy Recommended Maintenance Distress Type Distress Seventy Recommended Maintenance Blow-up Low None Polished Aggregate No Severity Levert Defined Gmaw Surface Or Overlay Medium FWFMpth Concrete Patch Slab Replacement High Comer Break Law Seal Cracks PeWuts No Seventy Levels Defined None Medium FuI1 Depth Concrete Patch . High Divided Slab low Seal Cracks Pumping No Severity Levels Defined Undersea Seal craekstjokss . and Reatcre Load Transfer Medium Slab Replacement High Durability Cracking Lev None Punehout Low Sul Cracks Medium Full -Depth Patch Medium Full -Depth Concrete Patch High Slab Replacement High Faulting Low None Railroad Crossing Low No Poor this Madlum Grind Medium High 7 High Joint Seal Loa - None .. - Scaling Map Cracking Low None Crazing Medium .Reseal Joints Medium Slab Replaeemem, FuWdepth Patch, or Y High High Lanef3houlder D(Shout Low Regrade and Fill Shoulders to Match Lane Heigh Shrinkage No Seventy Levels Defined None Medium High Linear Cracking Longitudinal, Tnnavena and Low Clean S Seal all Cracks Spelling (Comer) Low None Diagonal Cracks Medium Medium Panla40epth Concrete Patch High Full -Depth Patch High Large Patching Lev None - - Spelling Law None and Utility Cuts (Joke) Medium Seal Cracks or Replace Patch Medium PanlaWapth Patch High High Raconstnrct Joint Small LOW None Patching Medium Replace Patch High 1rerracon Unit Price Work..........................................11.9 CONTRACTOR's Fee.......................................11.6 Article or Paragraph Number Article or Paragraph Number Value of Work..................................................11.3 CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6.31 Change in Contract Times-- Cost of the Work,,,,,,,,,,,, ........11.4, 11.5 Claim for times adjustment ........ 4.1, 4.2.6, 4.5, 5.15, Decisions on Disputes...............................9.11, 9.12 ............ 6.8.2, 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, Dispute Resolution............................................16.1 ...............13.9, 13.13, 13,14, 14.7, 15.1, 15.5 Dispute Resolution Agreement .................... 16.1-16.6 Contractual time limits.....................................12.2 ENGINEER as initial interpreto;....................... 9..11 Delays beyond CONTRACTOR'S Lump Sum Pricing,,,,,,,,, ......... ........11.3.2 control.......................................................12.3 Notice of .......................................................... 1.7.3 Delays beyond OWNER's and OWNER's....................9.4, 9.5, 9.11, 10.2, 11.2, 11.9 CONTRACTOR's control.............................12.4 ........................12.1, 13.9, 13.13, 13.14, 17.3 Notification of surety ......................................... 10.5 OWNER's liability .............................................. Scope of change........................................10.3-10.4 OWNER may refuse to make payment ................ 14.7 Change Orders-- Professional Fees and Court Costs Acceptance of Defective Work ..........................13.13 Included ...................................................... 17.5 Amending Contract Documents ..........................3.5 request for formal decision or) ............................ 9.11 Cash Allowances,,,,,,,,,,,,,,,,,, ........, ........11.8 Substitute Items,,,,,,,,,,,,,, 0.7.1.2 Change of Contract Pricq.....................................11 Time Extension ................................................. 12.1 Change of Contract Times...................................12 Time requirements .................................... .11, 12.1 Changes in the Work..........................................10 Unit Price Work .............................................. CONTRACTOR's fee........................................11.6 Value of .............................. ............................ 1.1.3 Cost of the Work ,,,,,,,,,,,,,,,,,,,,,, ................. 11.4-11.7 Waiver of --on Final Payment ........ ,........ 14.14, 14.15 Cost Records......, .......11.7 Work Change Directive,,, ...__....,10.2 definition of ...................................................... 1.9 written notice required ...................... 9.l 1, 11.2, 12.1 emergencies.................................................... 6.23 Clarifications and Interpretations,,,,,...,,., 3.6.3, 9.4, 9.11 ENGINEER's responsibility,,,,,.., 9.8, 10.4, 11.2, 12.1 Clean Site ......................... ...........................0..17 execution of.....................................................10.4 Codes of Technical Society, Organization Indemnifictioq......................... 6.12, 6.16, 6.31-6.33 or Association ,,:..,..,,,...,,,,,,.._.....,.-:..,,,,,,,,,,,,,..3.3.3 Insurance, Bonds and ......... .......5.10, 5.13, 10.5 Commencement of Contract Times.......................... 7.3 OWNER may terminate,,,,,,,,,,,,,,,,,,,,,, ........15.2-15.4 Communications-- OWNER's Responsibility ............................. $.6, 10.4 general ............... ............................... Physical Conditions-- Hazard Communication Programss .....................6.22 Subsurface and..............................................4.2 Completion -- Underground Facilities--............................4.3.2 Final Application for Payment ......................... 14.12 Record Documents,,,,,,,,,,,,,,, ........_ ......_6.19 Final Inspection .............................................. 14.11 Scope of Change.......................................10.3-10.4 Final Payment and Acceptancq............... J4.13-14.14 Substitutes,.,,,.,,,. ........................... 6.7.3, 6.8.2 Partial Utilization,,,,.,...,, .........14.10 Unit Price Work ............................................... J 1.9 Substantial Completion ...................... 1.38, 14.8-14.9 value of Work, covered by,,,,, ......... 11.3 Waiver of Claims,.,,,,,,,,, _..._....... J4.15 Changes in the Work.................................................10 Computation of Times ............................... Notification of surety ........................................ 10.5 Concerning Subcontractors, Suppliers OWNER's and CONTRACTOR's and Others ................................................. 6.8-6.11 responsibilities............................................10.4 Conferences -- Right to an adjustment ........, ......... ........10.2 initially acceptable schedules .............................. 2.9 Scope of change,. ......... ............10.3-10.4 preconstructioq.................................................. ........... 2.8 Claims-- Conflict, Error, Ambiguity, Discrepancy -- against CONTRACTOR....................................6.16 CONTRACTOR to Report .........................;z.5, 3.3.2 against ENGINEER .......................................... 6.32 Construction, before starting by against OWNER, .............................................. 6.32 CONTRACTOR ............................................ Change of Contract Price ........................... 9.4, 11.2 Construction Machinery, Equipment, etc,,,.,,,,,,,,,,,,,. 6.4 Change of Cmtract Times,,,,,,,,,,,,,,,,,,,,,,,,,, 9.4, 12.1 Continuing the Work ...................................... .29, 10.4 CONTRACTOR'S .............4, 7.1, 9.4, 9.5, 9.11, 10.2, Contract Documents-- ........................... 11.2,11.9, 12.1, 13.9, 14.8, Amending .......................................................... 3.5 ............................................15.1, 15.5, 17.3 Bonds.............................................................5.1 vI E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Pavement Management - Street Rehabilitation Quantities 202-10 Rotcmlll Asphalt (Avg. Dept =4') 12,000.0 202-11 Remove Glue -down Curb a Gutter with HaMscape 1.0 202-12 Remove VeNcal Cut 8 Gutter 686 202.13 Remove Crosspan, Apron, Driveway 610 202-14 Remove Roll Over Cut and Gutter 90 202-15 Remove Asphalt Pavement (5'-8'tick) 2000 202 16 Remove Sidewalk 3,225 202-17 Cap off lorrigation l Sprinkler 4 20S-10 Unclassified Excavation 60 20&11 Embankment 60 203-12 Borrow ABC( cl 5 or 6) CIP 130 210-04 Adjust Manhole Ring/Cover 10 210-05 Adjust Valve Box T 304-03 Aggregate Base Course - (CI 5 or 6)-6'Dept -(CIP) 225 40305 Hot Bituminous Pavement - DrivingS (4-Depth) (PG 7628) 3,000 403-06 Hal Bituminous Pavement - Grading SG B6 Test) (PG 64.22) 25 403 7 Asphalt Hand Patching - Grading SG PG III Binder 55 608-08 Concrete Sidewalk ]'(Thickness = 6') 2,325 608-09 Concrete Across Ramps wit Colored Landings (Thickness = 6') 360 608-10 Concrete Crosspan and Aprons (Thickness = 8') 250 608-11 Concrete Sidewaik(Various Widths) - (Thickness =4-k 1.000 609-03 Vertical Cut and Gutter 625 609-04 Roll -Over Curb and Gutter 180 BY LS LF SF LF SY SF FA CY CY TON EA EA TON TON TON TON SF SF SF SF LF LF Subtotal Pavement Management - Rehabilitation Quantities: $ Landscaoina Quant'ties- 2810.01 Irrigation 0 LS 2810-02 Sprinkler Line install 300 LF 2900-01 Bun Oak -2'Callper BBB 38 EA 2900-02 Import Topsail (Screened -3'Depth) -(BOC)-(CIP) 300 CY 2900-03 Turf Son 2,200 SF 29001 Sod Prep Replacement 1.3)() SY Subtotal Landscaping Quantities: $ Miscellaneous Quantities- - Contract Bind 62501 Construction Surveying 62601 Mobllastion 63601 Type III Barricades 630-02 Traffic Control 630-03 Night Time Traffic Control Subtotal Misc. Quantities: $ TOTAL CONSTRUCTION COST = IN 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. - 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these _ Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to _ negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the -. Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance 7/96 Section 00100 Page 6 J requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates. The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. 7/96 Section 00100 Page 7 Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham _ Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION 7/96 Section 00100 Page 8 SECTION 00300 BID FORM SECTION 00300 BID FORM PROJECT: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696 Place City Ft. Collins - Purchasing Division Date Alin/M 1. In compliance with your Invitation to Bid dated _3/25/02 and subject to all conditions thereof, the undersigned Connell Resources, Inc. a ** Corporation � Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 59 of the total amount of the bid ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: _Travelers Casualty and Surety - One Tower Square Hartford CT 06183 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. 1 through 7/96 Section 00300 Page 1 No Text Connell Resources, Inc. CONTRACTOR BY: David E. Simpson �3 Vice President ADDRESS: 4305 E. Harmony Road Fort Collins, Colorado 80528 8. BID SCHEDULE (Base Bid) Please use the attached Bid Schedule when submitting your bid. 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. ESPECT^ULLY SUBMITTED: Signature Date David E. Simpson - Vice President Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: �, l^(- 0- Sheri C. Welch - Asst. Secretary Address 4305 F. Harmony Road Telephone (970) 223-3151 7/96 Section 00300 Page 2 Pavement 202-10 Mt-St tR h bllit ll Ouantllles' Rotomlll Asphalt (Avg. Depth =P) 12.000.0 BY $1.60 $19,200.00 202-11 Be.. Glue -dawn Curb 8 Cu0er with HeMoo pe 1.0 LS $399.00 $399.00 202-12 Remove Vertical Curb 8 Gutter 605 LF $1.30 $890.50 202-13 Remove Croaspen, Apron, Oriveway 610 SF $1.00 $610.00 202-14 Ramove Rarl Over Curb and Gudar 90 LF $9.50 $855.00 202-15 Remove Asphalt Pavement (5'-8"thick) 2,000 BY $1.90 $3,800.00 202-16 Remove Sidewalk 3.225 SF $0.90 $2,902.50 202-W Cap off lnrigation l Sprinkler 4 EA $86.30 $345.20 203-10 unclassified Excavation 60 CY $20.20 $1,212.00 60 CY $21.00 $1,260.00 203-11 Embankment 130 TON $12,20 $1,586.00 203-12 Borrow ABC(cl 5 or 61 CIP 210-04 Adjust Manhole RmglCover 10 EA $100.00 $1,000.00 210.05 Adjust Valve Box 7 EA $19500 $1,365.00 304-03 Aggregate Base Course -(Cl 5 or 6)-6- Depth -(DIP) 225 TON $12.90 $2,902.50 403-05 Hot Bituminous Pavement- Grading S (4-Depth) (PG 76.28) 3,000 TON $37.20 $111,600.00 403-06 Hot Bituminous Pavement - Grading SG IF Depth) (PG 64-22) 275 TON $2690 $7,397.50 403-07 Asphalt Head Patching - Grading SG PO (M-22 Binder 55 TON $70.70 $3,888.50 608-08 Concrete Sldewalk 7'(Thicknese=6') 2,325 SF $3,60 $8,370.00 606-09 Concrete Acess Ramps with Colored landings(Thickness=6-) 360 SF 54.70 $1,692.00 608-10 Concrete Crosspan and Aprons (Thickness = 8') 250 SF KIT, $1,175.00 60841 Concrete Sidewalk(Vedous Widths) -(Thickness, V) 1,000 SF $2.40 $2,400.00 609-03 Vertical Curb and Coder 625 LF $12.50 $7,812.50 609�04 Rall-Over Curb and Gutter 180 LF $25.40 $4,572.00 Subtotal Pavement Management- Rehabilitation Quantities: $ $187.235.20 t ands aoing_Quantitfss: 1.0 LS $5,525.00 $5,525.00 2810-01 irrigation 300 LF $5.80 $1,740.00 2810-02 Spnnkier Line Install 2900-01 Bun Oak -T Caliper BBB 38 EA $34500 $13,110.00 2900.02 Import Topsoil (Screaned-3'Depth) -SOC)-(CIP) no CY $45.80 $13,740.00 2900-03 Tun Sod 2,700 SF $1.10 $2,970.00 2900-04 Sod Prep Replacement 1,300 SY $100 $1,300.00 Subtotal Landscaping Quantities: $ $38,385.00 MI ell - eo Q titi ' Contract Bond 1 LS 5,364.00 5,364.00 625-01 Construct. Surveying 1 LS 5,410.00 5,410.00 626-01 Mosoliaafion 1 LS 30,124.00 30,124.00 630-01 Type Ill Barricades 1 LS 3,453.00 3,453.00 03002 Traffic Control 1 LS 62.870.00 62,879.00 630-03 Night Time Traffic Control 1 LS 8,324.00 8,324.00 Subtotal Misc. Quantities: $ $115,554.00 TOTAL CONSTRUCTION COST = $ $811,015.40 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 7/96 Section 00410 Page 1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Connell Resources, Inc. as Principal, and Travelers Casualty and Surety Company as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ 5% of total bid for the payment of which, well and truly be made, we hereby jointly and severally bind ourselves, successors, and assignss.. THE CONDITION Of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 Section.00410 Page 2 CONTRACT DOCUMENTS TABLE OF CONTENTS Section BID INFORMATION 00020 Notice Inviting Bids 00100 Instruction to Bidders 00300 Bid Form 00400 Supplements to Bid Forms 00410 Bid Bond 00420 Statements of Bidders Qualifications 00430 Schedule of Major Subcontractors CONTRACT DOCUMENTS 00500 Agreement Forms 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 00600 Bonds and Certificates 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release(Contractor) 00660 Consent of Surety 00670 Application for Exemption Certificate CONDITIONS OF THE CONTRACT 00700 General Conditions Exhibit GC -A 00800 Supplementary Conditions 00900 Addenda, Modifications, and Payment 00950 Contract Change Order 00960 Application for Payment SPECIFICATIONS Pages 00020-1 - 00020-2 00100-1 - 00100-9 00300-1 - 00300-4 00400-1 00410-1 - 00410-2 00420-1 - 00420-3 00430-1 00500-1 00510-0 00520-1 - 00520-6 00530-1 00600-1 00610-1 - 00610-2 00615-1 - 00615-2 00630-1 00635-1 00640-1 00650-1 - 00650-2 00660-1 00670-1 - 00670-2 00700-1 - 00700-34 GC-A1 - GC-A2 00800-1 - 00800-2 00900-1 00950-1 - 00950-2 00960-1 - 00960-2 IN WITNESS WHEREOF, the and seals this 16th da corporations have caused presents to be signed by above. PRINCIPAL Principal and the Surety have hereunto set their hands y of April , 20 02, and such of them as are their corporate seals to be hereto affixed and these their proper officers, the day and year first set forth Name: Connell Resources Inc. Address: 4305 E. Harmony Road Fort Co 1 ns CO 80528 By: Title: U ce j� x4tU ATTEST. By 1� (SEAL) 7/96 SURETY Travelers Casualty and Surety Company Hartford, CT 06183 By: Title: Attorney -in -Fact V (SEAL) Section 00410 Page 3 TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06193-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Connie K. Boston, Donald B. Martin, Chris S. Richmond, Darlene Krings, William C. Hensler, Kelly T. Urwiller, Russell J. Michels, Linda M. Nikolaeff, Debra S. Morris, Mary M. Powell, of Greeley, Colorado, their true and lawful Attorncy(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Aeents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company where (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or anv Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. 0 1-00 Standard) Attachment "E" CONNELL RESOURCES INC BONDING, BANKING, AND INSURANCE INFORMATION Bonding Bond Surety: Travelers Casualty and Surety One Tower Square Hartford, CT 06183 (860)277-0111 Bond Agents: Flood and Peterson Insurance Company, Inc. 4821 Wheaton Drive, Fort Collins, CO 80525 P.O. Box 270370, Fort Collins, CO 80527-0370 Contact: Darlene Krings, (970) 226-8710 Banking Bank: Wells Fargo/Fort Collins South 3500 John F. Kennedy Parkway Fort Collins, Colorado 80525 Contact: Jim Davis (970) 223-3600 (970)225-7950 Insurance Insurance Company: Zurich Commercial P.O. Box 37038 Denver, Colorado 80237 Agents: Flood & Peterson Insurance, Inc. 4821 Wheaton Drive, Fort Collins, CO 80525 Contact: Chris Richmond, (970) 226-3878 \\Donna\c\For s\Pre-Qualification\Insurance, Bond and Bank.doc SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: Connell Resources. Inc. 2. Permanent main office address: 4305 E. Harmony Road Fort Collins, CO 80528 3. When organized: 1949 See Attachment "A" 4. If a corporation, where incorporated: 1982 - Colorado 5. How many years have you been enga ed in the contracting business under your present firm or trade name? 50 years 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) See Attachment "B" 7. General character of Work performed by your company: -Grading. Paying Utilities Aggregate Supply 100% 8. Have you ever failed to complete any Work awarded to you? If so, where and why? Nn 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 Section 00420 Page 1 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. See Attachment "B" 12. List your major equipment available for this contract. See Attachment "C" 13. Experience in construction Work similar in importance to this project: Taft Hill Road Improvements, City of Fort Collins Overlay, Westcahse 19. Background and experience of the principal members of your organization, including officers: See Attachment "D" 15. Credit available: 9 See Attachment "E" 16. Bank reference: See Attachment "F" 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? iinnn ronno�r BE, Are you licensed as a General CONTRACTOR? If yes, in what city, county and state class, license and numbers? No What 19. Do you anticipate subcontracting Work under this Contract? Yes If yes, what percent of total contract? 20% and to whom? Traffic Control, LAndscaping, Fly Ash Concrete 20. Are any lawsuits pending against you or your firm at this time? No If DETAIL yes, 7/96 Section 00420 Page 2 21 What are the limits of your public liability? $eg Attachment "F" What company? Travelers Casualtv and- g,iraty / Fl DETAIL 22. What are your company's bonding limitations? It has not vet been necessary for an upper limit to be imposed 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at N\,, this 12th day of April 20 02, Connell Resources, Inc. Name of Bidder By: David E Simpso Title: Vice President State of Colorado County of Larimer Tlavirl F. gimngpn being duly sworn deposes and says that he is °ir� pr-esjdent of Connell Rig In and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. and sworn to before me this day of _, 20a. n Public My commission expires My Conwnission Expires on 6/10/2003 WTppY PO C 7/96 Section 00420 Page 3 Attachment "A" INTRODUCTION GENERAL COMPANY INFORMATION Title: Address: Phone: Fax: Contact person for this project: Established: Date of incorporation in Colorado: Previous company titles Connell Resources, Inc. 4305 East Harmony Road Fort Collins, CO 80528 (970)223-3151 (970)223-3191 David E. Simpson — Vice President 1949 1969 Loveland Excavating prior to 1982. Connell Resources, Inc. has been located in Fort Collins since 1991 having moved our headquarters from Loveland, Colorado. We have operated as Connell Resources, Inc. since 1982. Prior to 1982 we operated as Loveland Excavating Company. We also maintain an office and operations in Steamboat Springs, Colorado. We are a locally owned, full -service site development contractor with expertise in asphalt production, paving, earthwork, pipeline construction, and aggregate processing. We are licensed to work in all the cities and counties along the Colorado Front Range and are pre -qualified with the Departments of Transportation in Colorado and Wyoming. We have the capacity and desire to serve our customers' daily needs in a professional and friendly manner on projects involving asphalt paving, earthmoving, pipeline, storm drainage and materials supply. We also have the expertise to select and manage quality subcontractors as necessary, to expand our line of services, and to better address our varied client desires. Additionally, we can respond to your budgetary requirements through negotiations or with a traditional sealed bid. Connell Resources prides itself on its ability to bring projects in on time and within budget for our clients. \\Donna\c\Forms\Pre-Qualification\General Company.doc Attachment "B" CONNELL RESOURCES, INC. SCHEDULE OF MAJOR 2002 COMPLETED WQRK 81 WORK -IN -PROGRESS CONTRACT PERCENT JOBNAME TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION GRADING, PAVING $91,805 2021001 0% HERON LAKE RV PARK FORT COLLINS GRADING $140,304 2021002 15% ROCKY MTN VILLAGE 5TH SUB LOVELAND GRADING $193,076 2021003 16% REGISTRY RIDGE 4TH FILING FORT COLLINS GRADING, PAVING $34,905 2021004 0% BR00KST0NE APARTMENTS PH LOVELAND UTILITIES, REMOVALS $564,511 2021005 0% LARIMER COUNTY COURTHOUSE GRADING, PAVING FORT COLLINS PATCHING $28,680 2021006 0% CSU MISC. STEAM REPAIRS FORT COLLINS UTILITIES, REMOVALS $1,065,415 2021007 0% BERTHOUD 2ND STREET GRADING, PAVING BERTHOUD GRADING $750,821 2021008 0% WATERFRONT FIRST SUBDIVISION LOVELAND, UTILITIES, GRADING $6,696,935 2021W9 0% LARIMER COUNTY FAIRGROUNDS LOVELAND GRADING, PAVING $92,759 2021010 0% INTERSTATE HONDA FORT COLLINS STORM SEWER $18,959 2021011 0% PTARMIGAN STORM SEWER FORT COLLINS SEWER, STORM, $881,020 2024001 0% YAMPA VALLEY REGIONAL AIRPORT GRADING, PAVING HAYDEN UPDATED AS OF 212&02 OWNER CONTRACT TO CONTACT COMPLETE MIR COMPANY, LLC $ 91,805 MIRIAM J. FLOOD GENESEE COMMUNITIES S 119,258 RONSKARKA U.S. HOME $ 162,184 GREGG SEEBOHM DRAHOTA CONSTRUCTION $ 34,905 MILE BACKLAND HENSEL PHELPS CONSTRUCTION S 564,571 JEFF SCHULTZ GRACON CORPORATION $ 28,680 GERRY GRANAHAN TOWN OF BERTHOUD S 1,065.415 1.L. WALTER CONSULTING GENESEE COMPANY/WATERFRONT $ 750,821 RON SKARKA MA, MORTENSON S 6,696,935 MARK HAYNES R.C. HEATH CONSTRUCTION $ 82,759 RANDY GATES WINDSOR INVESTMENTS $ 18,759 TOM MUTH ROUTT COUNTY $ 881,020 BOBIONES CONNELL RESOURCES, INC. UPDATED AS OF 2128102 SCHEDULE OF MAJOR 2001 COMPLETED WORK & WORK -IN -PROGRESS TYPE OF WORK CONTRACT AMOUNT JOB# PERCENT COMPLETE JOB NAME OWNER CONTRACTTO LOCATION CONTACT COMPLETE REMOVALS $38,100 2011001 100% RM AVENUE CONCRETE REMOVAL McWHINNEY ENTERPRISES $ - LOVELAND TROY MCWHINNEY PAVING $47,470 2011002 0% HWY 14/ GATEWAY PARK ENTRANCE DURAN EXCAVATING $ 47,470 FORT COLLINS DICK HAY REMOVALS, UTILITIES $308,707 2011003 100% SPORTSMAN/ MCWHINNEY IMPROVE MCWHINNEY ENTERPRISES $ STORM, PAVING, GRADING LOVELAND DWAYNE WALKER UTILITIES, STORM $1,092,001 2011004 100% RIDDEN PONDSITIMBERLINE ROAD WHEELER CONSTRUCTION $ GRADING, PAVING FORT COLLINS KEN SNEE UTILITIES, STORM $1,553,544 2011005 100% HOME DEPOT/ SITE IMPROVEMENTS COLORADO STRUCTURES $ CARDING, PAVING LOVELAND ED SMITH GRADING, PAVING $76,368 2011006 100% MARTIN& PALMER AVE IMPROVE TOWN OF MEAD $ - MEAD JUDY HEGWOOD PAVING $49,202 2011008 100% BEST BUY PARKING CONLON CONSTRUCTION S _ FORT COLLINS GORDONCHAPMAN GRADING, PAVING $49,497 2011009 100% 67TH STREET ACQUISITION R.C. HEATH CONSTRUCTION $ - LOVELAND RICK ELAM REMOVALS, PAVING $216,711 2011010 91% CSU 2001 ASPHALT OVERLAY COLORADO STATE UNIVERSITY $ 19,504 FORT COLLINS JIM STODDARD GRADING, PAVING $103,576 2011011 100% CSU ROCKWELL HALL PARKING LOT COLORADO STATE UNIVERSITY S - FORT COLLINS CASS SETTLER GRADING $83,585 2011012 100% RIST-BENSON RESERVOIR LOUDEN IRRIGATING CANAL $ LOVELAND STEVE DIEKMAN BORROW 598,216 2011013 100% CLYDESDALE LINER SUPPLY CLYDESDALE PARK, LLC $ FORT COLLINS CHAD WALKER REMOVALS, GRADING $6,535,043 2011015 65% WESTCHASE P.U.D. U.S. HOME STORM, UTILITIES, PAVING FORTCOLLINS S 2,287,265 GREGG SEEBOHM STORM $29,637 2011018 100% PTARMIGAN STORM WINDSOR INVESTMENTS, LLC S WINDSOR TOM MUTH UTILITIES, STORM $49,910 2011019 100% NORTHERN HOTEL UTILITIES ALLIANCE CONSTRUCTION $ _ FORT COLLINS SO BROWN PAVING $311,560 2011020 100% LARIMER COUNTY ASPHALT 2001 LARIMER COUNTY $ LARIMER COUNTY TODDJUERGENS GRADING, PAVING 546,903 2011021 100% AGILENT LANDSCAPE PHASE I R.C. HEATH CONSTRUCTION E FORT COLLINS STEVE ORECCHIO PAVING $242,266 2011022 22% FORT COLLINS MISC. PATCHING 2001 CITY OF FORT COLLINS $ 188,967 FORT COLLINS ERIKA KEETON PAVING $1,340,732 2011023 100% FORT COLLINS 2001 ASPHALT OVERLAY CITY OF FORT COLLINS E FORT COLLINS RICK RICHTER GRADING, PAVING $117,7W 2011026 70% 2002 PROTOTYPE ELEMENTARY SCHOOL FCICONSTRUCTORS $ FORT COLLINS ROB LAWRENCE 35,337 STORM, GRADING PAVING $263,060 2011027 75% CSU VTH ROAD COLORADO STATE UNIVERSITY $ 65,]65 FORT COLLINS JIM STODDARD UTILITIES, STORM GRADING, PAVING $129,041 2011028 100% LARKS NEST P.U.D. DOHN CONSTRUCTION g _ FORT COLLINS SCOtt FABIAN GRADING, PAVING $25,676 2011029 0% POLLEE HEATH SERVICES R.C. HEATH FORT COLLINS TERRY BEEN $ 25,676 GRADING, PAVING $49,140 2011031 100% WILLOWROCK DRIVE WOOLAROC HOMEOWNERS $ LOVELAND TOE DEWEESE UTILITIES, STORM $907,507 2011033 76% AMERICAN EAGLE DISTRIBUTING DOHN CONSTRUCTION $ GRADING LOVELAND BRETT BROWN 21 ],802 PAVING, STORM, GRADE UTILITIES, REMOVALS $3,354.302 2011034 49% SEVEN LAKES NORTH STH SUB TWIN LAKES DEVELOPMENT S 1,710,6W LOVELAND SCOTT BRAY GRADING, PAVING $102,675 2011035 100% PRESTON CENTER THE NEENAN COMPANY S FORT COLLINS RON NEW PAVING $60,788 2011036 100% REGISTRY RIDGE FILING 2 U.S. HOME - $ - FORT COLLINS GREGG SEEBOHM TYPE OF WORK CONTRACT AMOUNT JOBM PERCENT COMPLETE JOB NAME OWNER CONTRACT TO LOCATION CONTACT COMPLETE STORM, REMOVALS, $347,302 2011037 100% LARIMER COUNTY ROAD IJ LARIMER COUNTY $ GRADING, PAVING LARIMER COUNTY TODD IDERGENS GRADING, PAVING $223,229 2011039 100% BOYD LAKE NORTH IST ADDITION LAKEVIEW DEVELOPMENT $ LOVELAND ROY REITZ REMOVALS, GRADING $35,920 2011040 91% BUILDING 4 PATCHING & OVERLAY AGILENT TECHNOLOGIES $ 3,233 PAVING FORT COLLINS STEVE WALLY GRADING, PAVING $121,216 20[1041 57% MCKEE MEDICAL CENTER ALLIANCE CONSTRUCTION $ 52,123 LOVELAND ALBERT HAMMEL UTILITIES, STORM GRADING, PAVING $777,111 2011042 49% CROSSROADS BUSINESS PARK DOHN CONSTRUCTION $ 396,327 LOVELAND BRETT BROWN REMOVALS, PAVING $30,328 2011043 28% HIGHWAY 14 PED/BIKE PATCH MOUNTAIN CONSTRUCTORS $ 21,836 FORT COLLINS PAM DUNCAN GRADING, PAVING $39,072 2011044 1000 JOHNSON FARM PAVING WHEELER CONSTRUCTION $ - FORT COLLINS KEN SNEE GRADING, PAVING 544,543 2011045 96% RIDDEN FARMS 2ND FILING ADVOCATE, INC. $ 1,782 FORT COLLINS CARL GLASSER GRADING, PAVING $445,445 2011046 36% REGISTRY RIDGE 3RD FILING U.S. HOME $ 285,085 FORT COLLINS GREGO SEEBOHM UTILITIES $61,131 2014MI 100% WHISTLER ROAD LIGHTING CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS RICHARD BUCCINO REMOVALS, GRADING $1,300,269 2014W2 100% YAMPA VALLEY REGIONAL AIRPORT ROUTE COUNTY $ PAVING HAYDEN LOU GABOS PAVING $321,185 2014ON 100 o CITY OF STEAMBOAT OVERLAY CITY OF STEAMBOAT SPRINGS $ _ STEAMBOAT SPRINGS DOUG MARSH PAVING $215,889 2014009 100% 2001 CITY OF CRAIG OVERLAY CITY OF CRAIG $ CRAIG BILL EARLY GRADING, PAVING $132,912 2014010 IN% STRAWBERRY PARK ASPHALT STEAMBOAT SPRINGS SCHOOL RE-2 $ STEAMBOAT SPRINGS RICK DENNEY PAVING $98,832 2014011 100% ASPHALT TENNIS COURTS CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS MIKE MCCANNON GRADING, PAVING $149,071 2014015 100% CRANDELL AVENUE PAVING TOWN OF HAYDEN $ HAYDEN PAVING $139,913 2014016 100% ROUTE COUNTY OVERLAY 2001 ROUTTCOUNTY $ _ ROUTT COUNTY LOU GABOS PAVING $80,098 2014020 100% DIXON AIRPORT CARBON COUNTY $ DIXON, WY GRADING, PAVING $72,655 2014021 IN% HAYDEN SCHOOL LOTS HAYDEN PUBLIC SCHOOLS $ - HAYDEN JOE SCUFCA GRADING $328,342 2014022 100% COLOWYO BOWER BROTHERS CONSTRUCTION $ MEEKER BUD BOWER PAVING $147,355 2014023 100% SOROCO SCHOOLS SOUTH ROUTE SCHOOL DISTRICT $ OAK CREEK MERINDA BENNETT PAVING $68,046 2014028 100% CMAQ PAVING PROGRAM CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS PAVING $60,550 2014034 100% HILLSIDE VILLAGE APARTMENTS REGIONAL AFFORDABLE LIVING $ - STEAMBOAT SPRINGS CRUSHING $126,790 2014036 100% SENECA 2001 CRUSHING SENECA COAL COMPANY $ STEAMBOAT SPRINGS GREG KITCHEN $ 5,311,395 SECTION 00020 INVITATION TO BID TYPE OF WORK GRADING GRADING CONNELL RESOURCES, INC. SCHEDULE OF MAJOR 2000 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME AMOUNT JOB# COMPLETE LOCATION UTILITIES, STORM $764,183 2001003 100°/ GRADING, PAVING UTILITIES, STORM $349,558 20010W GRADING, PAVING GRADING, UTILITIES $351,577 2001005 PAVING UTILITIES, STORM $546,856 200IN6 GRADING, PAVING UTILITY $63,177 2001007 GRADING, PAVING $40,661 2W1008 PAVING $398,314 2MI009 GRADING $128,582 2001010 GRADING, PAVING $568,342 2001011 GRADING, PAVING $51,493 2MI012 UTILITIES, STORM $1,377,033 2001013 GRADING, PAVING PAVING $79,380 2001015 WATERLINE, STORM $1,172,775 2001017 GRADING, PAVING PAVING $1,020,328 2001018 CRUSHING $151,292 2001019 GRADING, PAVING $87,909 2001020 GRADING, PAVING $74,614 2001021 PAVING $26,512 2MI022 GRADING $66,028 2NIO23 UTILITIES, REMOVALS $2,910,259 2001024 GRADING, PAVING, STORM UTILITIES, STORM $811,685 2001027 GRADING, PAVING PAVING $90,574 2001028 GRADING, PAVING $247,053 2001029 PAVING $1,444,650 200I030 GRADING, PAVING $42,551 2NIO31 UTILITIES, STORM $520,363 2001032 GRADING, PAVING 100% 100% IW o 100% 100% 100% 100% 100% 100% 00% 00% 00 u 00 0 00% 00% 00°/a 00 00 0 00% 00% 100% 00% 00% 00% 00% POD LOVELAND WATERFORD PLACE LOVELAND THOMPSON VALLEY 2ND SUB LOVELAND MARIANA BUTTE 12TH SUB LOVELAND PIKA VILLAGE LOVELAND OAKRIDGE BUSINESS PARK FORT COLLINS PRV VAULTS LARIMER COUNTY EVERGREEN PARK 2ND FILING FORT COLLINS LARIMER COUNTY ASPHALT LARIMER COUNTY LONGMONT BUSINESS CENTER LONGMONT CARLSON FARMS IOHNSTOWN WINDSOR MEDICAL BUILDING WINDSOR PTARMIGAN BUSINESS PARK WINDSOR 48" WATERLINE / HWY 34 LOVELAND VENTANA SUBDIVISION WINDSOR HWY 66 WIDENING LONGMONT MOUNTAIN AGGREGATES CRUSHING EMPIRE LCDC SHERIFF ADMINISTRATION FORT COLLINS THE RESERVE PHASE 11 ESTES PARK WILLOW SPRINGS TENNIS COURTS FORT COLLINS ENGLE HOMES LOVELAND ROCKY MOUNTAIN VILLAGE 1ST SUB LOVELAND REGISTRY RIDGE FILING I PHASE 2 PORT COLLINS ROGERS ROAD EXTENSION LONGMONT BUCKHORN GLADE MASONVILLE 2000 FORT COLLINS REHAB FORT COLLINS HARMONY VILLAGE LOTS 5 ffi 7 FORT COLLINS MAMMA BUTTE IOTH LOVELAND UPDATED AS OF 2/2V03 OWNER CONTRACT TO CONTACT COMPLETE TAFT CARLISLE, LLC $ DON MAROSTICA TMC WATERFORD PLACE, LLC $ DON MAROSTICA TAFT CARLISLE, LLC $ DON MAROSTICA U.S. HOME g IERRY RICHMOND MRP, LLC $ DON MAROSTICA DRAHOTA CONSTRUCTION $ IEFF /ENSEN FCILOVELAND WATER DISTRICT $ NATE SHEPARDSON HOMES g GREGG SEEBOHM LARIMER COUNTY $ TODD JUERGENS K/B FUND IV g ROGER STERLING ADVOCATE HOMES $ GRAHAM DEWITT THE NEENAN COMPANY $ MELINDA EBLIN WINDSOR INVESTMENTS, LLC $ TOM MOTH TIERDAEL CONSTRUCTION $ BILL WILLIAMS VENTANA DEVELOPMENT, LLC $ ANDY KRILL CITY OF LONGMONT $ TOM THOMPSON MOUNTAIN AGGREGATES $ LEROY MARQUEZ THE NEENAN COMPANY $ STEVE BURNS SUMMIT LAND MANAGEMENT $ ANDY KRILL EVERGREEN TENNIS COURTS $ GEORGE STAHLIN ENGLE HOMES S IEFF VOGEL MCWHINNEY ENTERPRISES $ DWAYNE WALKER U.S. HOME CORPORATION $ GREGG SEEBOHM LAWRENCE CONSTRUCTION $ STEVE FOSTER HIGH MOUNTAIN LTD. § IOHN MCKEAN CITY OF FORT COLLINS $ RICK RIGHTER ALLIANCE CONNTRUCTION E IOEL HARDY PRAIRIE LAND, INC. $ BAUCE MCDANIEL CONTRACT PERCENT TYPE OF WORK AMOUNT ✓OBB COMPLETE UTILITIES $45,907 200I033 100% PAVING $29,947 2001034 100% GRADING, PAVING $42,583 2001035 100% UTILITIES, STORM $614,591 2001036 100% GRADING, PAVING REMOVALS,GRADING $134,556 2001037 100% PAVING WATERLINE $261,037 2001038 100°u PAVING $26,332 2001039 100% PAVING $28,230 2001040 100% GRADING, PAVING $66,187 2001041 100% PAVING $121,354 2001043 100% PAVING $179,613 2001044 100% PAVING $34,151 2001045 100% GRADING, PAVING $95,293 2001046 IN% UTILITIES $463,982 2001048 100% GRADING, PAVING $41,665 2001049 100% GRADING $41,104 200[050 100% PAVING $67,421 200105I IN% UTILITIES, STORM $377,158 2001052 IN% GRADING, PAVING PAVING $46,175 2001054 100% GRADING, PAVING $128,176 200I055 100% REMOVALS, PAVING $147,746 2NIO56 100% REMOVALS $29,482 2001057 100% WATERLINE, REMOVALS $1,164,779 2001058 100% GRADING, PAVING PAVING $87,5W 2001060 100% GRADING, PAVING $27,106 2001061 100% GRADING $4&1,724 2001062 100% UTILITIES, STORM $480,738 2001064 IN% GRADING, PAVING STORM, GRADING $90Q800 2001065 100% PAVING PAYING $587,158 2001067 99% JOB NAME LOCATION FAIRBROOKE HEIGHTS P.U.D. FORT COLLINS CSU PEDESTRIAN TUNNELL FORT COLLINS UNIVERSITY COURT APARTMENTS FORT COLLINS MARIANA BUTTE I ITH SUBDIVISION LOVELAND MOBY"Z" PARKING LOT FORT COLLINS GLACIERVIEW MEADOWS 12TH WATER LIVERMORE STONEHENGE FORT COLLINS FORT COLLINS ARMORY FORT COLLINS CENTRE AVE HEALTH & REHAB FORT COLLINS LINDENWOOD ESTATES FORT COLLINS CSU 2000 ASPHALT OVERLAY FORT COLLINS NORLARCO CREDIT UNION FORT COLLINS COLORADO COMMERCE CENTER LOVELAND THE PONDS @ OVERLAND TRAIL 2ND FORT COLLINS CIVIC CENTER OFFICE BUILDING FORTCOLLINS ROLLING HILLS RANCH / TACO BELL JOHNSTOWN FORT COLLINS MISC. PATCHING FORT COLLINS THOMPSON VALLEY APARTMENTS LOVELAND SHANNON APARTMENTS LOVELAND AGILENT BUILDING E PARKING LOT LOVELAND GARDNER SIGNS FORT COLLINS STERLING 20M REHAB STERLING TAFT HILL WIDENING FORT COLLINS KOHL'S DEPARTMENT STORE FORT COLLINS HIGHLINE MOTORS OFFICE/SHOP FORT COLLINS WALMART @ MULBERRY & LEMAY FORT COLLINS WATER VALLEY 6TH SUBDIVISION WINDSOR HE BUILDING 5 PARKING FORT COLLINS CSU EQUINE CENTER PARKING FORT COLLINS OWNER CONTRACTTO CONTACT COMPLETE ERIC BOOTON $ MIN CORPORATION $ ED RHOADARMER VALLEY CREST HOMES § TOM CROW U.S. HOME $ JERRY RICHMOND COLORADO STATE UNIVERSITY $ STEVE REISS GLACIERVIEW MEADOWS WATER $ RALPH GOBLE STONEHENGE COMMUNITY ASSOC $ BOB ADDLEMAN G.L. HOFF COMPANY $ JOEL DRAHOTA CONSTRUCTION $ JEFF JENSEN LINDENWOOD HOMEOWNERS $ PETE COTTIER COLORADO STATE UNIVERSITY $ JIM STODDARD NORLARCO CREDIT UNION $ ED STOFKO ABSOLUTE BUILDERS $ RICK BROWNING GATEWAY AMERICAN PROPERTIES $ MARK HOLLENBECK THE HEENAN COMPANY $ BOB MESSERVE GILLAM DEVELOPMENT $ BRUCE GILLAM CITY OF FORT COLLINS $ M. TIMM DEVELOPMENT $ LARRY MCGEE DONALDSHANNON $ AGILENTTECHNOLOGIES $ ED VITTO A.C. HEATH CONSTRUCTION S KELLY MCATEE PAVING $ RON WEINGARDT CITY OF FORT COLLINS § EILEEN BAYENS MURRAY & STAFFORD $ JOEL SCOTT MB I CORPORATION $ ED RHOADARMER GOLDBERG PROPERTY ASSOCIATES $ BEN DRAKE WEST GOLD HOLDINGS $ KEITH WORLEY HEWLETT PACKARD $ CHUCK KATTS COLORADO STATE UNIVERSITY $ JAMES STODDARD 5,872 CONTRACT PERCENT TYPE OF WORK AMOUNT JOB A COMPLETE WATERLINE $289,007 2001068 100°0 GRADING $36,300 2001069 100% SEWER, STORM 548,093 2001070 100% REMOVALS REMOVALS $26,780 2001071 100% PAVING $28,612 2001072 IN% GRADING, PAVING $217,913 2001073 100% UTILITIES, GRADING $834,691 2001074 100% PAVING GRADING, PAVING 5147,440 2MI075 100% REMOVALS, GRADING $902,403 200I076 100% UTILITIES, GRADING $583,926 2001077 83 % PAVING REMOVALS, GRADING $340,977 200I078 100% PAVING REMOVALS, WATERLINE $1,704,948 2WI079 92% STORM, GRADING, PAVING STORM, GRADING $1,920,927 2001080 42% PAVING REMOVALS, SEWER $361,534 2001081 96% GRADING, PAVING WATERLINE $301,237 2MI082 100% UTILITIES, STORM $6,667,000 200I083 91% GRADING PAVING UTILITIES, GRADING $108,465 2004001 100% PAVING PAVING $2,457,864 2004002 100% GRADING, PAVING $145,187 2004003 IN% UTILITIES GRADING, PAVING $241,119 2004004 100% UTILITIES PAVING $791,887 2W4005 100% PAVING $104,012 2004006 100Wo GRADING, PAVING $65,434 2004W8 100% PAVING $277,513 20MOI1 100% UTILITIES, PAVING $209,440 20NO12 I W/o GRADING, STORM PAVING $161,770 2004015 100% PAVING, UTILITIES $90,090 2004017 100% REMOVALS, GRADING 52,008,520 2004020 100% PAVING PAVING $93,924 2004023 100% GRADING, PAVING $67,497 ZOM025 100% JOB NAME OWNER CONTRACTTO LOCATION CONTACT COMPLETE MADELINE COURT WATERLINE CITY OF LOVELAND $ LOVELAND ED RUSSELL SCION PROJECT DELTA CONSTRUCTION $ FORT COLLINS GREG ORR KENTUCKY FRIED CHICKEN MCWHINNEY ENTERPRISES $ LOVELAND JENNIFER JOHNSON ZIEL FARM DEMOLITION VECTOR PROPERTIES $ WINDSOR ANDY KRILL LOVELAND WDONALDS CHRISTOFFERSON COMMERCIAL $ LOVELAND LISA SUNDERLAND HP GENESIS IV LOOP ROAD M.A. MORTENSON $ FORT COLLINS DANNY SOWELL CONAGRA THE HEENAN COMPANY i - GREELEY STEVE BURNS ROLLING HILLS RANCH PH 8 GILLAM DEVELOPMENT $ - JOHNSTOWN BRUCE GILLAM THE HOME DEPOT Q LOVELAND COLORADO STRUCTURES S - LOVELAND ED SMITH THE RESERVE 4TH CEDAR VALLEY, LTD. $ 99,250 LOVELAND KEN MOREY SPORTSMANS WAREHOUSE ECKMAN& MITCHELL CONSTRUCT $ - LOVELAND ERIC ECKMAN WEST FIRST STREET IMPROVEMENTS CITY OF LOVELAND $ 136,396 LOVELAND ED RUSSELL ROSSUM DRIVE IMPROVEMENTS MARIANA BUTTE PROPERTIES $ 1,114,138 LOVELAND ROD HARR WEST FIRST STREET BRIDGE IMPROVE FLATIRON STRUCTURES $ 14,461 LOVELAND BRAD AMY SOUTH SHIELDS WATERLINE IMPROVE DOUBLE EAGLE CONSTRUCTION $ FORT COLLINS JAMES VICK HUNTERS RUN DOUBLE EAGLE CONSTRUCTION $ W,030 LOVELAND JAMES VICKIGREGG SEEBOHM MID -VALLEY BUSINESS PARK MID -VALLEY PARTNERS $ STEAMBOAT SPRINGS GUY ALCIATORE RABBIT EARS PASS OVERLAY CODE $ ROUTT COUNTY VAN PILAUD WAGNER RENTS MAYS CONCRETE $ STEAMBOAT SPRINGS JANET DOROUGH SCHROCK-HELM OFFICE COMPLEX AMARON FOLKSTAD $ STEAMBOAT SPRINGS CRAIG BURNDAGE STEAMBOAT SPRINGS AIRPORT IMPR CITY OF STEAMBOAT SPRINGS S STEAMBOAT SPRINGS BILL WHELIHAN DIAMOND CREEK DUCKELS CONSTRUCTION $ STEAMBOAT SPRINGS JOE BACKURZ KUM & GO 0928 KRAUSE GENTLE CORPORATION $ STEAMBOAT SPRINGS MIKE SCHUELER 2000 CITY OF STEAMBOAT OVERLAY CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS BILL WHELIHAN WESCOIN BUSINESS CENTER WESCOIN $ STEAMBOAT SPRINGS STEVE PETERSON SILVER SPUR SUBDIVISION DUCKELS CONSTRUCTION $ - STEAMBOATSPMNGS CHRISTINE HUTTON U.S. WEST CONDUIT RABBIT EARS U.S. WEST $ STEAMBOAT SPRINGS MIKE PEPPLER RECONSTRUCT RCR 27 PH 2 ROUTTCOUNTY S - ROUTE COUNTY LOU GABOS HAYDEN 2000 PAVING TOWN OF HAYDEN S - HAYDEN STORM MEADOWS 1, 300, 400 MOUNTAIN RESORTS $ STEAMBOAT SPRINGS CHUCK MCBRIDE CONTRACT PERCENT TYPE OF WORE AMOUNT JOB # COMPLETE PAVING $66,749 2004027 100% REMOVALS, GRADING $5,199,659 2004035 99% PAVING GRADING, PAVING $67,887 2004041 100% PAVING $64,060 20NO42 100% CRUSHING $133,820 2004W6 100% PAVING $147,165 2004047 100% STORM, GRADE, PAVING $525,000 2004048 60% REMOVALS, UTILITIES JOB NAME OWNER CONTRACTTO LOCATION CONTACT COMPLETE STRAWBERRY PARK CAMPUS 2000 STEAMBOAT SPRINGS RE 2 $ STEAMBOAT SPRINGS RICK DENNY COLORADO HWY 131 COOT $ 51,997 STEAMBOAT SPRINGS VAN PILAUD BLM KREMMLING VRG CONSTRUCTION $ . KREMMLING DON RAPP FEDERAL EXPRESS PARKING LOT KAHN CONSTRUCTION $ STEAMBOAT SPRINGS JOANNE RISTAU SENECA CRUSHING 2000 SENECA COAL COMPANY $ STEAMBOAT SPRINGS GREG KITCHENS SILVER SPUR FILING 2 DUCKELS CONSTRUCTION $ . STEAMBOAT SPRINGS CHARLIE MAGNUSON PARK PLACE HERALD STOUT $ 210,000 STEAMBOAT SPRINGS $ 2,232,143 CONNELL RESOURCES, INC. UPDATED AS OF IV31101 SCHEDULE OF MAJOR 19" COMPLETED WORK & WORK -IN -PROGRESS TYPE OF WOM CONTRACT AMOUNT JOB# PERCENT COMPLETE JOB NAME OWNER CONTRACTTO LOCATION CONTACT COMPLETE STORM $595,033 991001 100% PINE TREE VILLAGE STORM PINE TREE VILLAGE LLC $ LOVELAND DON MAROSTICA REMOVALS, GRADING $650,723 991N2 IN% CITY OF PC WATER TREATMENT GARNEY COMPANIES $ _ FORT COLLINS JIM RICE GRADING, UTILITIES $204,231 991003 100% WILLOW SPRINGS PH 2B PARAGON POINT PARTNERS § PAVING FORT COLLINS BYRON COLLINS UTILITIES, REMOVALS $521,445 991004 100% FARMER COUNTY COURTHOUSE HENSEL PHELPS CONSTRUCTION S FORT COLLINS ALLAN BLIESMER PAVING $65,146 991006 100% ORTHOPEDIC CENTER OF THE ROCKIES THE NEENAN COMPANY $ FORT COLLINS MELINDA EBLEN UTILITIES, STORM $836,913 991007 100% VILLAGES @ MARIANA BUTTE PH 2B MRP, LLC $ GRADING, PAVING LOVELAND DON MAROSTICA GRADING, REMOVALS $704,158 991N8 IN% THOMPSON VALLEY P.U.D. TAFT CARLISLE, LLC $ LOVELAND DON MAROSTICA GRADING, UTILITIES $1,912,148 991009 100% CENTRE AVENUE EXTENSION CST RESEARCH FOUNDATION $ PAVING FORT COLLINS KATHLEEN BYINGTON UTILITIES, GRADING $380,039 991010 100% LAKESIDE NINE LAKESIDE NINE, LLC $ PAVING LOVELAND DON MAROSTICA UTILITIES, GRADING $743,639 991011 100% EAGLE RIDGE APARTMENTS KERBS CONSTRUCTION $ PAVING LOVELAND REED HAWKER GRADING, PAVING $1,003,845 991012 100% 1999 PC STREET MAINTENANCE CITY OF FORT COLLINS $ - FORT COLLINS RICK RIGHTER GRADING, UTILITIES $2,099,202 991013 100% POUDRE VALLEY HEALTH SYSTEMS M.A. MORTENSON $ PAVING FORT COLLINS DENNIS ASHLEY DEMOLITION, PAVING $43,443 991014 100% HAISTON OIL SERVICE STATION HAISTON OIL SERVICE STATION $ - FORT COLLINS JEFF HAISTON GRADING, PAVING $266,132 991015 100% MARIANA BUTTE 5TH SUB PH 3 U.S. HOMES $ _ LOVELAND RUSSELL HENSON PAVING $76,863 991016 100% UPLANDS @FISH CREEK UPLANDS FICA S - ESTES PARK PETER HONDUIS PAVING $26,403 991017 100% PIZZA HUT /ESTES PARK WINTER ENTERPRISES $ FORT COLLINS MARTYBUCHANAN UTILITIES, STORM $96,641 991018 100% EAGLE RIDGE OFF -SITE STREETS MLWHINNEY ENTERPRISES $ GRADING, PAVING LOVELAND TROY MCWHINNEY GRADING, REMOVALS $518,248 991019 100% HARMONY VILLAGE ALLIANCE CONSTRUCTION $ FORTCOLLINS WILLIAM JOYNER PAVING $35,920 991020 100% RAWHIDE ENERGY STATION PEA= RIVER POWER AUTHORITY § WELLINGTON PAUL HOUSER GRADING, PAVING $31,236 991022 IN% MAITLAND DRIVEWAY &HOA DAVE MAITLAND $ FORT COLLINS PAVING $38,387 991023 100% NORTHWOOD APARTMENTS B&BASPHALT $ FORT COLLINS BRUCE TUELFS GRADING, PAVING $105,961 991026 100% WESTGATE COMMERCIAL CENTER SCHRADER OIL $ _ FORT COLLINS PERRY SCHRADER SEWER, REMOVALS $856,274 991027 100% REGISTRY RIDGE OFF -SITE SEWER DOUBLE EAGLE CONSTRUCTION § FORT COLLINS GREGG SEEBOHM PAVING $16,382 991028 MIPS MASTEC PATCHING MASTEC $ JOHNSTOWN BRIAN JONES GRADING, PAVING $63,305 991029 100% COTTONWOOD GLEN PARK ENVIRONMENTAL CONCERNS $ _ FORT COLLINS DOUG SEVERANCE GRADING, PAVING $1,064,368 991030 IN% RIGDEN FARMS FILING I WHEELER CONSTRUCTION $ - FORT COLLINS KEN SNEE GRADING, PAVING $28,071 991031 INS, PACIFIC FINANCIAL CENTER MBI CORPORATION S FORT COLLINS ED RHOADARMER GRADING, PAVING $40,209 991032 100% GREELEY WEST HIGH SCHOOL HASELDEN CONSTRUCTION $ - TYPE OF WORK GRADING, PAVING GRADING, PAVING PAVING GRADING UTILITIES, STORM PAVING GRADING, PAVING PAVING PAVING GRADING, PAVING UTILITIES, GRADING PAVING GRADING, PAVING PAVING GRADING PAVING GRADING, PAVING GRADING, PAVING UTILITIES UTILITIES, STORM GRADING GRADING, PAVING GRADING GRADING, PAVING UTILITY, STORM PAVING PAVING UTILITIES, GRADING PAVING PAVING PAVING PAVING CONTRACT PERCENT AMOUNT JOB# COMPLETE $377,130 $58,546 $210,505 $74,515 $4,597,230 $250,078 $107,899 $100,334 $52,355 $586,242 $310,608 $196,753 $105,265 $109,629 $51,602 $218,081 $37,652 $1,161,367 $55,685 $294,023 $180,230 $138,711 $40,844 $78,539 $83,035 $207,569 $117,817 $1,184,692 991034 100% 991035 100% 991036 991037 991038 991039 991040 991NI 991042 991043 991044 991045 991046 991047 991048 991050 991052 991053 991054 991055 991056 991057 991059 991060 991061 991062 994001 994003 100% 100% 99% IN% 10v/. 100% 100% IN % IN % 100% 100% 100% IN% IN% 100% 100% 100% 100% IN% IN% 100% I00% GRADING, PAVING $501,098 994007 100% JOB NAME LOCH IION GREELEY LCR74E LARIMER COUNTY ED CARROLL MOTORS FORT COLLINS HE ASHPALT MAINTENANCE FORT COLLINS SW 14TH STREET IMPROVEMENTS LOVELAND REGISTRY RIDGE FILING I FORT COLLINS PRAIRIE TRAILS P.0 D. LOVELAND HEARTHFIKE II FORT COLLINS ESTES PARK STREET IMPROVEMENTS ESTES PARK UNC PARKING LOTS GREELEY CLOVERLEAF PHASE II FORT COLLINS ROLLING HILLS RANCH IOTH JOHNSTOWN LARIMER CO ASPHALT PROGRAM LARIMER COUNTY MARIANA BUTTE IOTH LOVELAND THE BLUFFS ® PREGEL FARM LOVELAND HORSETOOTH TURN LANE FORT COLLINS BRUNNER FARMS 3RD & 4TH FILINGS WINDSOR MULBERRY COMMERCIAL PARK FORT COLLINS THE PONDS ® OVERLAND TRAIL 2ND FORT COLLINS CELESTICA OVERFLOW PARKING FORT COLLINS GREENBRIAR PH 3 LOVELAND EATON COMMONS EATON PRAIRIE TRAILS P.U.D. UTILITY LOVELAND MORIAH ESTATES P.U.D. WINDSOR STANTON BRIDGE FORT COLLINS OVERLAND VALLEY M.R.D. FORT COLLINS U.S. 36 / ESTES PARK ESTES PARK HERITAGE PARK ROUTTCOUNTY CDOT OVERLAY -CRAIG CRAIG HAYDEN POWER PLANT OWNER CONTACT RICHARD GODEHN LARIMER COUNTY I TODD BIERGENS MARK YOUNG CONSTRUCTION $ DAVID M.MILLAN HEWLETT PACKARD $ MARY BARNETT COULSON EXCAVATING $ JACK SULLIVAN U.S. HOME CORPORATION $ GREGG SEEBOHM BOEDECKER PRAIRIE TRAILS $ KEN MOREY HEARTHFIRE,LLC g TOM KENNEDY TOWN OF ESTES PARK $ GREG SIEVERS G.L. HOFF CO. g PAT NORRIS TOWER MANAGEMENT $ ALEX BOGGS GILLAM DEVELOPMENT $ BRUCE GILLAM LARIMER COUNTY $ TODD JUERGENS BRUCE MCDANIEL $ PETERSBURG FAMILY, LLLP $ SHA WN PETERSBURG MOUNTAIN CONSTRUCTORS S JOE KUNTZ DOUBLE EAGLE CONSTRUCTION $ GREGG SEEBOHM HAAG EXCAVATING $ JERRY HAAG GATEWAY AMERICAN PROP $ MARK HOLLENBECK DPR CONSTRUCTION $ TRENT WOODWORTH KAUFMAN & BROAD $ JANNELLE SPEAKE C.G. SMITH CONSTRUCTION S GEOFF / MATT SMITH BOEDECKER PRAIRIE TRAILS S KEN MOREY FORT COLLINS PAVING S KELLY HODGE DOUBLEEAGLE $ GREGG SEEBOHM SCOTT CHARPENTIER $ FLATIRON STRUCTURES $ BRAD AMY Ty LOCKHART $ COOT $ VAN PILAUD UTILITY ENGINEERING CORP $ CONTRACT TO COMPLETE 45,872 TYPE OF WORK CONTRACT AMOUNT JOB q PERCENT COMPLETE JOB NAME OWNER CONTRACT TO LOCATION CONTACT COMPLETE HAYDEN HOWARD NOBLE REMOVALS, CONCRETE $59,138 994008 100°u IRON SPRINGS PARK CURB/WALL CITY OF STEAMBOAT SPRINGS S PAVING STEAMBOAT SPRINGS RICHARD BUCCINO REMOVALS, GRADING $318,074 994016 100/o ENCLAVE Q STEAMBOAT SPRINGS MM CONSTRUCTION g PAVING STEAMBOAT SPRINGS MARK DAVIDSON REMOVALS,GRADING $366,598 994017 100% STRAWBERRY PARK IMPROVEMENTS STEAMBOAT SPRINGS SCHOOL $ LANDSCAPING STEAMBOAT SPRINGS STEAMBOAT SPRINGS GRADING, PAVING $297,789 994018 100% 1999 HAYDEN WASHINGTON/LINCOLN TOWN OF HAYDEN $ HAYDEN FRANK FOX PAVING $195,823 994019 100% COLOWYO ROAD IMPROVEMENTS COLOWYO COAL CO, LP $ - MEEKER GORDON MERRIAM PAVING $133,005 994020 100% STEAMBOAT WEST WATERLINE MELDOR CONSTRUCTION $ STEAMBOAT SPRINGS BO SIMON PAVING $258,783 994021 100% 1999 ROUTT COUNTY OVERLAY ROUTT COUNTY $ STEAMBOAT SPRINGS LOU GABOS PAVING $140,822 994023 100% RIVER ROAD/ COUNTY SHOP ROAD CITY OF STEAMBOAT $ STEAMBOAT SPRINGS DOUG MARSH PAVING $75,445 994025 HR% GRAND SUMMIT RESORT HOTEL COLORADO FIRST/PCL JOINT VENT $ STEAMBOAT SPRINGS PATRICK MOLLARD STORM, REMOVALS $172,324 994026 100% YVRAIMPROVEMENTS ROUTT COUNTY $ PAVING HAYDEN LOU GABOS GRADING, PAVING $60,552 994030 100% WEST ROUTT FIRE TRAINING CENTER WEST ROUTT FIRE $ HAYDEN TERRY MCCARTY UTILITIES, GRADING $142,642 994031 100% STOCKBRIDGE MULTI MODEL CENTER CITY OF STEAMBOAT $ PAVING, STORM STEAMBOAT SPRINGS BRIAN FEENEY _ PAVING $105,460 994033 100% WEST ACRES TRAILER PARK BIG COUNTRY MANAGEMENT $ STEAMBOAT SPRINGS TOM SIMMONS PAVING $66,098 994036 100% ASPEN VIEW ESTATES PRECISION EXCAVATING $ STEAMBOAT SPRINGS DAVE ZENNER CRUSHING $96,000 994041 100% SENECA CRUSHING SENECA COAL COMPANY $ HAYDEN BRAD BROWN GRADING, PAVING $86,052 994042 100% TRI-STATE PAVING & IMPROVEMENTS TRI-STATE G&T ASSOC. $ STEAMBOAT SPRINGS DONALD COOK $ 45,872 CONNELL RESOURCES, INC. UPDATED AS OF SCHEDULE OF MAJOR 1998 COMPLETED WORK 12/31/01 CONTRACT PERCENT JOBNAME OWNER TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONTACT GRADING, UTILITIES PAVING $744,405 981001 100% WILLOW SPRINGS PH 2A PARAGON POINT PARTNERS FORT COLLINS BYRON COLLINS GRADING, UTILITIES $126,061 981002 100% BROOKSIDE @ WILLOW SPRINGS THE GENESEE COMPANY PAVING FORTCOLLINS RONALDSKARKA GRADING, UTILITIES $856,109 981003 100% SYMBIOS LOGIC ALLIANCE CONSTRUCTION PAVING, REMOVALS FORT COLLINS SCOTT IOSLIN GRADING, STORM $758,650 981004 100% GATEWAY ROUNDABOUTS SAUNDERS CONSTRUCTION PAVING, REMOVALS LOVELAND MIKE KARLSON GRADING, UTILITIES $4,014,107 981006 100% HP GENESIS IV PROJECT M.A. MORTENSON PAVING FORT COLLINS JEFF MADDEN GRADING $48,703 981008 100% HE TEMPORARY RECYCLE LOT MARK YOUNG CONSTRUCTION FORT COLLINS MARK YOUNG GRADING, UTILITIES $2,704,035 981009 100% VIEWPOINTE DAVID BURRUS PAVING WELLINGTON GRADING, UTILITIES $719,778 981010 100% ARGYLE APARTMENTS DAVIS BROTHERS CONSTRUCTION PAVING FORTCOLLINS TOM DAVIS GRADING, UTILITIES $303,848 981011 100% WILLOW SPRINGS NORTH/SINGLE PARAGON POINT PARTNERS PAVING FORT COLLINS BYRON COLLINS GRADING, PAVING $148,134 981012 100% PR- I TECHNOLOGY INFORMATION FRANCIS CONSTRUCTION FORTCOLLINS DOUG MCCARTHY UTILITIES, STORM $703,449 981013 100% MARIANA BUTTE 5TH SUB PH 1 U.S. HOMES GRADING, PAVING LOVELAND RUSSELL HENSON GRADING, PAVING $148,298 98I014 100% ROLLING HILLS RANCH PH II GILLAM DEVELOPMENT JOHNSTOWN BRUCE GILLAM PAVING $63,437 981015 100% STETSON CREEK EMPIRE MANAGEMENT FORT COLLINS VERN MARTINSON PAVING $1,208,200 981016 100% 1998 PC STREET MAINTENANCE CITY OF FORT COLLINS FORT COLLINS RICK RICHTER GRADING, PAVING $34,929 981017 100% LAPORTE PLAZA PUD GERALD THOMAS LAPORTE UTILITIES, STORM $202,608 981018 100% MARIANA GLEN 2ND SUB PH 5 BRAY ENTERPRISES GRADING, PAVING LOVELAND SCOTT BRAY GRADING, PAVING $32,841 981020 100% HARRIS MARINE CENTER LUTHER HARRIS FORT COLLINS PAVING $32,558 981023 100% EVERITT OFFICE PARK B & B ASPHALT MAINTENANCE FORT COLLINS BRUCE JUELFS STORM, REMOVALS GRADING, PAVING $410,454 981024 100% FRONT RANGE COLLEGE PARKING LOT R.C. HEATH CONSTRUCTION LOVELAND LEM COUNCIL PAVING $110,150 981025 100% EISENHOWER BLVD MOUNTAIN CONSTRUCTORS LOVELAND JOE KUNTZ UTILITIES, STORM $978,905 981026 100% HARMONY ROAD REALIGNMENT CITY OF FORT COLLINS REMOVALS, PAVING FORT COLLINS WARD STANFORD PAVING $49,567 981029 100% MARTINEZ & EDORA TENNIS COURTS EVERGREEN TENNIS COURTS FORT COLLINS GEORGE STAHLIN REMOVALS, PAVING $38,731 981032 100% CSU FIELDHOUSE TRACK SOUTHWEST RECREATION FORT COLLINS JOHN RENNER GRADING, UTILITIES PAVING, STORM $826,284 981033 I00% CLOVERLEAF COMMUNITY TOWER MANAGEMENT FORT COLLINS ALEX BOCCS TYPE OF WORK GRADING, PAVING GRADING, REMOVALS PAVING REMOVALS, PAVING PAVING UTILITIES, PAVING UTILITIES GRADING, PAVING GRADING, PAVING REMOVALS, PAVING GRADING, PAVING GRADING, PAVING GRADING, UTILITIES PAVING, STORM UTILITIES GRADING, UTILITIES PAVING, STORM PAVING GRADING, PAVING PAVING PAVING UTILITIES GRADING, REMOVALS GRADING, UTILITIES PAVING, STORM PAVING PAVING UTILITIES GRADING, UTILITIES STORM CONTRACT PERCENT AMOUNT JOB# COMPLETE $113,205 981034 100% $67,066 981035 100% $35,610 981036 100% $86,404 981037 100% $30,431 981038 100% $34,107 981040 100% $76,476 981041 100% $214,048 981042 100% $224,575 981043 100% $127,246 981045 100% $48,500 981046 100% $318,915 981047 100% $314,137 981048 100% $133,479 981049 100% $1,034,449 981050 100% $552,636 981051 100% $79,281 98I052 I00% $77,393 981053 100% $230,223 981054 100% $140,315 981055 100% $491,410 981056 100% $666,505 981057 100% $45,226 981058 100% $35,321 981059 100% $116,350 981061 100% $1,187,338 981062 100% JOB NAME LOCATION WINDSOR SCHOOLS WINDSOR HP GUARD SHACK RELOCATION FORT COLLINS COMFORT INN LOVELAND PARK SCHOOL DISTRICT ESTES PARK KENTUCKY FRIED CHICKEN FORT COLLINS WILLOW SPRINGS 5TH FORTCOLLINS EAGLE RANCH IRRIGATION FORT COLLINS COUNTRY ACRES JOHNSTOWN ROLLING HILLS RANCH 4, 6 & 7 JOHNSTOWN HP PARKING LOT IMPROVEMENTS FORT COLLINS JFK PARKWAY IMPROVEMENTS FORT COLLINS HEARTHFIRE PUD FORT COLLINS VILLAGES @ MARIANA BUTTE PH IB LOVELAND VILLAGES @ MB OFFSITE UTILITY LOVELAND VILLAGES @ MARIANA BUTTE PH 2A LOVELAND HARMONY BRIDGE FORT COLLINS H WY 402 / HERON DRIVE LOVELAND SPRING CREEK IMPROVEMENTS FORT COLLINS QUAIL RIDGE LONGMONT HARMONY TECHNOLOGY PARK FORT COLLINS HORSESHOE LAKE P.O.D. LOVELAND EMERALD GLEN 6TH SUBDIVISION LOVELAND RESIDENCE INN OAKRIDGE FORT COLLINS AURORA HILLS SUBDIVISION FORT COLLINS HP GENESIS IV PHASE 2 FORT COLLINS EAGLE RANCH ESTATES 11 FORT COLLINS OWNER CONTACT HASELDEN CONSTRUCTION RICHARD GODEHN THE NEENAN COMPANY MIKE COLLENTINE WILLCO DEVELOPMENT LLLP BILL ALBRECHT PARK SCHOOL DISTRICT R-3 TONY PAGLIA INFRA TECH ASPHALT GREG MILEWSKI PARAGON POINT PARTNERS BYRON COLLINS THREE EAGLES DEVELOPMENT DWAYNE WALKER GILLAM DEVELOPMENT BRUCE GILLAM GILLAM DEVELOPMENT BRUCE GILLAM HE WLETTPACKARD KENT SULLIVAN CITY OF FORT COLLINS MATTBAKER TARCO, INC. JOE DOMENICO MRP, LLC DON MAROSTICA MEE, LLC DON MAROSTICA MRP, LLC DON MAROSTICA EDWARD KRAEMER & SONS JIM RENOE WAGNER ENTERPRISES VICKI WAGNER EDWARD KRAEMER & SONS JIM RENOE TARCO, INC. JEFF RECKARD DPR CONSTRUCTION RANDY STNEBAUGH THE GENESEE COMPANY RONSKARKA GLEN PROPERTIES SCOTTBRAY ALLIANCE CONSTRUCTION GREGG MEISINGER FORT COLLINS PAVING KELLY HODGE M.A. MORTENSON JEFF MADDEN THREE EAGLES DEVELOPMENT DWAYNE WALKER TYPE OF WORK GRADING, UTILITIES PAVING, REMOVALS GRADING, UTILITIES PAVING, STORM GRADING, PAVING GRADING, UTILITIES PAVING, STORM STORM, REMOVALS GRADING, PAVING Yil71RLFl PAVING GRADING, PAVING GRADING PAVING STORM PAVING PAVING PAVING GRADING, PAVING UTILITIES GRADING, PAVING GRADING, PAVING PAVING PAVING PAVING PAVING PAVING PAVING CONTRACT AMOUNT $234,875 $619,943 $937,819 $2,064,022 $1,079,140 $196,674 $125,025 $74,525 $113,195 $333,773 $318,314 $289,311 $68,762 $724,110 $519,649 $65,183 $80,502 $69,220 $197,756 $393,576 $174,471 $175,014 $59,950 PERCENT ✓OBN COMPLETE 981063 100% 981064 100% 981065 100% 981066 100% 984001 100% 984002 100% 984003 100% 984005 100% 984007 100% 984009 100% 984010 100% 984013 100% 984014 100% 984016 100% 984018 100% 984025 100% 984027 100% 984028 100% 984029 100% 984032 100% 984035 100% 984037 100% 984039 100% JOB NAME LOCATION THE OVERLOOK ® WOODRIDGE FORT COLLINS THE GATES Q WOODRIDGE FORT COLLINS SHAMROCK WEST LOVELAND BOYD LAKE NORTH 6TH SUB LOVELAND HAYDEN DRAINAGE IMPROVEMENTS HAYDEN MAYBELL BRIDGES MOFFAT COUNTY PASS CREEK GRAND COUNTY HOWELSEN ICE RINK STEAMBOAT SPRINGS WAGNER EQUIPMENT HAYDEN 1998 CRAIG STREET OVERLAY CRAIG DOWNTOWN IMPROVEMENTS HAYDEN 1998 STEAMBOAT PAVING PROGRAM STEAMBOAT SPRINGS THE VILLAS STEAMBOAT SPRINGS 1998 ROUTT COUNTY PAVING ROUTTCOUNTY EAGLE POINT TOWNHOMES STEAMBOAT SPRINGS HUNT DRIVEWAY STEAMBOAT SPRINGS CMC PARKING LOTS MAINTENANCE STEAMBOAT SPRINGS STATE PARK HIGHWAY 40 HAYDEN PH 2 ROUTT COUNTY PAVING ROUTT COUNTY STEAMBOAT HIGH SCHOOL STEAMBOAT SPRINGS HILLTOP CONNECTOR ROAD STEAMBOAT SPRINGS CLARK'S GROCERY STORE STEAMBOAT SPRINGS MID VALLEY BUSINESS PARK STEAMBOAT SPRINGS OWNER CONTACT WOODCRAFT HOMES TOM DUGAN WOODCRAFT HOMES TOM DUGAN KAUFMAN & BROAD MIKE KANALY THE GENESEE COMPANY RONSKARKA CDOT DALEPYLE DUCKELS CONSTRUCTION JOE BACKURZ DUCKELS CONSTRUCTION JOEBACKURZ CITY OF STEAMBOAT RICHARD BUCCINO WAGNER EQUIPMENT JEFF ROSENDALE CITY OF CRAIG TOWN OF HAYDEN RANDY CITY OF STEAMBOAT DOUG MARSH NATIVE EXCAVATING STUART HANDLOFF ROUTTCOUNTY DAVE BRAUDICA FELDMAN STRATTON LARRY FELDMAN TERRY HUNT COLORADO MOUNTAINCOLLEGE MIKE SAWYER DUCKELS CONSTRUCTION JOE BACKURZ ROUTTCOUNTY DAVE BRAUDICA GE JOHNSON CONSTRUCTION RICK SQUIRES PRECISION EXCAVATING DAVE ZEHNER CHRISMAN CONSTRUCTION MARK GRAYSON SUNSET BUILDERS GARY GILLMAN SECTION 00020 INVITATION TO BID Date: March 25, 2002 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on APRIL 16, 2002 for the SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. 0. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for widening Shields Street from Hobbit Street south to the Spring Creek Lane (approx. 1150 feet) including: a limited full width reconstruction (west curb along Shields Street to remain intact), addition of concrete bus pull-out stop, vertical curb and gutter along the east side of Shields Street, earthwork, handicap ramps, enhanced crosswalks, detached seven - foot (7') sidewalk, water and storm sewer appurtenances and parkway landscaping. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available March 26, 2002. Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd floor, Fort Collins, Colorado, 80521 upon payment of a refundable fee of Fifty Dollars ($50.00) per set. No partial sets will be issued. The Contract Documents and Construction Drawings may be examined at: 1. City of Fort Collins, Purchasing Division. 2. The Daily Journal, 2000 S. Colorado Blvd. Suite 2000, Denver, Colorado. 3. CMD Denver Plan Room, 9250 E Costilla Ave, STE 400, Englewood, CO 4. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 5. The Plan Room, 2176 South Jasmine St. Door "E"/Suite 219, Denver, Colorado. A prebid conference and job walk with representatives of prospective Bidders will be held at 1:00 p.m. on April 4, 2002, at 281 North College Avenue, Conference Room A. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. Bids will be received as set forth in the Bidding Documents. The work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as 07/2001 Section 00020 Page 1 CONNELL RESOURCES, INC. SCHEDULE OF MAJOR 1997 COMPLETED WORK CONTRACT PERCENT JOB NAME TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION UTILITIES GRADING, UTILITIES GRADING, UTILITIES PAVING GRADING, UTILITIES GRADING, UTILITIES PAVING GRADING, UTILITIES PAVING GRADING, PAVING CONCRETE, PAVING GRADING, UTILITIES PAVING Z•\9RB GRADING, UTILITIES, PAVING GRADING, UTILITIES, PAVING GRADING, STORM, PAVING GRADING, UTILITIES GRADING, UTILITIES PAVING GRADING, PAVING PAVING PAVING GRADING, PAVING GRADING, UTILITIES GRADING, PAVING GRADING, PAVING $32,269 $581,618 $256,610 $430,820 $144,678 $404,243 $426,492 $109,031 $1,622,854 $26,894 $390,286 $250,351 $313,323 $689,227 $84,270 $458,313 $236,195 $2,084,725 $73,108 $16,895 $969,507 $176,155 $129,821 971001 100% 971002 100% 971003 100% 971004 100% 971005 971006 971007 971008 971009 971010 971011 971012 971013 971014 971015 971016 971017 971018 971019 971020 971021 971022 971023 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% TAFT-GREELEY WATERLINE FORT COLLINS THE RESERVE 2ND SUBDIV LOVELAND PROSPECT PARK P.U.D. CANAL IMPORTATION CHANNEL FORT COLLINS VILLAGES @ WILLOW SPRINGS FORT COLLINS COTTONWOOD MEADOWS LOVELAND ROLLING HILLS RANCH JOHNSTOWN W ELLINGTON PLACE WELLINGTON THE PONDS @ OVERLAND TRAIL FORT COLLINS BRIDGE OVER BOXELDER CREEK FORT COLLINS HEWLETT-PACKARD BLD 5 FORT COLLINS WILDWOOD FARMS 3RD SUB FORT COLLINS WOODLAND PARK ESTATES PH2 FORT COLLINS COUNTY ROAD 30 LARIMER COUNTY A -I TRASH SERVICE ESTES PARK MARIANA BUTTE 2ND PH 2 LOVELAND WAL-MAR 3RD SUBDIVISION MILIKEN FORT COLLINS PAVING REHAB FORT COLLINS 1997 CONCRETE REHAB FORT COLLINS G.K. GYMNASTICS FORT COLLINS EAGLE RANCH ESTATES FORT COLLINS UNIVERSITY SQUARE PARKING FORT COLLINS A -STORAGE PLACE LOVELAND UPDATED AS OF 12131199 OWNER CONTACT CITY OF LOVELAND ED RUSSELL CEDAR VALLEY LTD. KEN MOREY COLORADO STRUCTURES, INC SCOTTSCHAFER CITY OF FORT COLLINS JAY ROSE THE GENESEE COMPANY RONSKARKA TSC LLC RICHARD CONNELL GILLAM DEVELOPMENT BRUCE GILLAM ANDERSON CONSTRUCTION DOUG ANDERSON GATEWAY AMERICAN PROP MARK HOLLENBECK NEATLINE STRUCTURES, INC. RAY HUBER GERALD H. PHIPPS TIM FELDMAN NEW WESTERN HORIZONS BOB DILDINE CHATEAU CUSTOMS BLDRS TOM ISKIAN LARIMER COUNTY PAM DUNCAN W.F.B. INC. BILL BURCAW USHOMES RUSTY HENSON HALL-IRWIN CONSTRUCTION ADAM MACK CITY OF FORT COLLINS RICK RICHTER EXPRESS CONCRETE MARSHALL ERICKSON BELLISIMO HOMES GINO COMPANA TREE EAGLES DEVELOPMENT DWAYNE WALKER COLORADO STATE UNIVERSITY STEPHEN KEISS THE TIERRA CORPORATION JOHN SAILOR TYPE OF WORK GRADING, PAVING UTILITIES GRADING, PAVING GRADING, PAVING STORM, UTILITIES GRADING, PAVING STORM GRADING, PAVING GRADING, PAVING GRADING, PAVING PAVING REMOVALS GRADING, PAVING PAVING GRADING, PAVING STORM, UTILITIES GRADING, PAVING STORM, UTILITIES PAVING GRADING, PAVING GRADING, PAVING GRADING, PAVING STRUCTURES GRADING, PAVING UTILITIES PAVING, UTILITIES GRADING, PAVING STORM, UTILITIES GRADING, PAVING UTILITIES GRADING, PAVING UTILITIES GRADING PAVING GRADING, CULVERTS PAVING CONTRACT AMOUNT $205,933 $103,834 $305,299 $1,299,116 597,009 $195,334 $92,064 $1,139,312 $1,688,745 $329,018 $43,406 $423,630 $135,152 $161,503 $69,248 $43,618 $103,061 $1,172,305 $210,177 $102,793 $694,633 $534,782 PERCENT JOB# COMPLETE 971024 100% 971025 971026 971027 971028 971029 971030 971031 971032 971033 971034 971035 971036 971037 971038 971039 971040 971042 971044 971045 971046 971048 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% $32,604 971049 100% $1,427,832 974001 100% $2,952,000 974002 100% JOB NAME LOCATION MARIANA GLEN 2ND SUB PH 4 LOVELAND TRACK REHAB FORT COLLINS HARMONY CROSSING PH 3A FORT COLLINS SH 392 & 257 WINDSOR WINDSOR RED FOX MEADOWS PH FORT COLLINS GIFFORD HALL PARKING LOT FORT COLLINS MERIDIAN AVENUE FORT COLLINS LARIMER COUNTY REHAB 97 LARIMER COUNTY HARMONY CENTRE FORT COLLINS RIDGEWOOD HILLS 2ND, PHI FORTCOLLINS WINDSOR MIDDLE & HIGH SCHOOL WINDSOR McWHINNEY 9TH SUBDIVISION LOVELAND MCWHINNEY 9TH SUB (BUILDING) LOVELAND LAGO VISTA MOBILE HOME PARK LOVELAND POUDRE SCHOOL WAREHOUSE#4 FORT COLLINS CT ENTERPRISES FORT COLLINS THE RESERVE / DRY CREEK BRIDGE LOVELAND VILLAGES @ MARIANA BUTTE LOVELAND NATIONAL WILDLIFE RESEARCH FORT COLLINS TRACT 19, BEAVER POINT ESTES PARK CRESTONE VILLAGE LOVELAND HEWLETT PACKARD MODULAR FORT COLLINS ROCKY MOUNTAIN MARKETPLACE LOVELAND HAHN'S PEAK ROAD STEAMBOAT SH 40 RABBIT EARS PASS STEAMBOAT OWNER CONTACT BRAY ENTERPRISES SCOTT BRAY ATHLETIC SURFACING INTL ED HOLLAN GATEWAY AMERICAN PROP MARK HOLLENBECK COOT LARRY FEUERSTEIN GENESEE COMPANY WAYNE MATSUDA COLORADO STATE UNIVERSITY STEPHEN KEISS COLORADO STATE UNIVERSITY JOHN FRASER LARIMER COUNTY PAM DUNCAN SAUNDERS CONSTRUCTION STEVE BEARD MELODY HOMES ANNA LEE ZIMBELMAN HASELDEN CONSTRUCTION GARYTHORNAM McWHINNEY HOLDING CO, LLC TROY Mc W HINNEY THE NEENAN COMPANY RON NEW INFRA TECH ASPHALT GREG MILEWSKI POUDRE SCHOOL DISTRICT BILL FRANZEN R.C. HEATH CONSTRUCTION ROB DEEVY CEDAR VALLEY, LTD KEN MOREY MRP, LLC DON MAROSTICA GERALD H. PHIPPS MIKE HENNEY M & S CONSULTANTS SPENCER SMITH CRESTONE VILLAGE, LLC DON MAROSTICA THE NEENAN COMPANY JOE LAUMER SAUNDERS CONSTRUCTION MIKE KARLSON RANDALL & BLAKE, INC. JEFF CROEL CDOT VAN PILAUD TYPE OF WORK PAVING, GRADING UTILITIES PAVING PAVING PAVING GRADING, PAVING STORM, UTILITIES PAVING PAVING CONTRACT PERCENT AMOUNT JOB# COMPLETE $80,350 974004 100% $77,400 974009 100% $261,000 974010 100% $135,000 974018 100% $471,209 974019 100% $211,200 974026 100% $219,681 974030 100% JOB NAME LOCATION COUNTRY INN &SUITES STEAMBOAT SKI -TOWN SUITES HOTEL STEAMBOAT CITY OF STEAMBOAT PAVING STEAMBOAT SIT 13 BRIDGES CRAIG YAMPA VALLEY REG AIRPORT STEAMBOAT SPRINGS SIDNEY PEAKS ROAD STEAMBOAT SPRINGS ROUTT COUNTY PAVING PH II STEAMBOAT SPRINGS OWNER CONTACT CENTRAL DEVELOPMENT GROUP ROGER FINK RICH -CAM, LLC STEVE CAMPBELL CITY OF STEAMBOAT SPRINGS DOUG MARSH CIVIL CONSTRUCTORS GREGHARMS ROUTTCOUNTY BOBSAVAGE SIDNEY PEAKS RANCH HERBLEMEE ROUTTCOUNTY LOUIS GABOS Attachment "C'. 04-01-2002 11:15 BY: DONNA CONNELL RESOURCES INC. ♦YfY1Y}. Y...Y #.111fYYrtwf.i "+ EQUIPMENT MASTER `•+ . srY.rrt+rYrYYrfY..lfYrrrY. PAGE: 1 EQ\LE02EQP «11www..wlf..wYy..a#YwlfYwfa.wlf«1«W}llww.ra.lrY.fY.}rf#.rwrt.xY#Y«rW.wfYx..wrY.rlay«ww+..waf.lrY.«r«y.Ya..lY..lf .xfyfsl aWwwfY.YlYYrr EQUIP NUMBER DESCRIPTION rt....r....wa..fYYywrt 001 2000 GMC 1500 PICKUP TC 002 2000 GMC 1500 PICKUP JM 003 1999 GMC 2500 PICKUP IT 004 1999 GMC 1500 PICKUP CR 005 1999 GMC 1500 PICKUP EP 006 1999 GMC 1500 PICKUP ME 007 1999 GMC 1500 PICKUP RE 009 1999 GMC 1500 PICKUP RM 009 2002 CHEV 1500 EXTCB CC 010 1985 CHEV PU STM SHP 011 1994 CHEV K1500 PKP CL 012 1994 CHEV K2500 HS 013 1993 FORD EXPLORER ML 014 1994 CHEV K1500 KN 015 1992 GMC PU ASPHALT CREW 016 1990 CHEV FLATBED DIRT CREW 017 1984 GMC 1 TON PICKUP DIRT CREW 018 1995 GMC 1/2 TON 4WD PS 019 1995 GMC 1500 PU FL 020 1998 GMC 2WD PICKUP JL 021 1994 CHEV K1500 Dr) 022 1994 CHEV PKUP DO 023 2001 CHEV 1500 PICKUP 024 2002 GMC 2500 PICKUP MD 025 1991 GMC K1500 WT 026 1998 GMC 1500 PICKUP RW 027 2001 GMC 1500 PICKUP Mm 028 1991 GMC PU 029 2001 CHEV 2500 PICKUP SS 031 2001 CHEV SUBURBAN BC 032 2000 GMC 1500 PU CF 033 1992 CHEV PU 034 1989 CREV PU TK 035 1995 CHEV PU CW 036 1993 CHEV C1500 PC 037 1997 GMC 1500 PICKUP - DD 038 1995 GMC 1500 PICKUP DB 039 2001 FORD F250 PICKUP 040 199E GMC 3/4 TON TM 041 1998 GMC 1500 PU JL 042 1998 GMC 1500 PICKUP MF 043 2000 GMC 1500 PICKUP ON 044 1998 GMC 1500 EXTENDCAS MF 045 1993 CHEV BLAZER 046 1997 GMC YUKON BF 047 2001 CHEV BLAZER ML 049 2001 CHEV 1500 PICKUP LD 050 1973 FORD BOOM IRK PIT SERIAL LICENSE PURCHASE LICENSE DEFAULT CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE }yW}Y4#}1f 4f fYYY 4!#Wy YYyyY4#f}!!Y#}IY!}}}f##}•YY}}!#Y}}YYyy!#}}#W#!Y#YfIYWf#Y##W}YYfYf1f TRUCK 1 2000 1GTEK19T7YE384571 722BIX 05/31/00 06/30/02 840 6.00 TRUCK 1 2000 1GTEC14W2YE119619 4742OLU 09/21/99 11/30/02 810 6.00 TRUCK 1 1999 1GTGC24R6XR721973 4627OLU 08/11/99 09/30/02 810 6.00 TRUCK 1 1999 2GTEK19T9X1558978 43320LU 06/02/99 07/31/02 810 6.00 TRUCK 1 1999 ICTEC14WIXES36499 4118OLU 04/05/99 05/31/02 610 6.00 TRUCK 1 1999 1GTEC14W9XE533768 41183LU 03/23/99 05/31/02 810 6.00 TRUCK 1 1999 1GTEK14W9XE534101 41192LU 03/23/99 05/31/02 810 6.00 TRUCK 1 1999 1GTEK14W2XE534148 411BILU 03/23/99 05/31/02 810 6.00 TRUCK 1 2002 2GCEK19T321230870 719DJX 12/14/01 01/31/03 810 6.00 TRUCK 1 1985 IGCGC24MOFF307382 7099LY 05/22/86 04/30/02 840 6.00 TRUCK 1 1994 1GCEK14K3RZ200381 3533MD 03/10/94 04/30/02 810 6.00 TRUCK 1 1994 1GCFK24K7RE202913 3532MD 03/10/94 04/30/02 810 6.00 TRUCK 1 1993 1FMDU34X9PUB22949 VXB8336 05/22/98 07/31/02 810 6.00 TRUCK 1 1994 1GCEK14Z7RZ250178 7995MD 08/01/94 08/31/02 810 6.00 TRUCK 1 1992 IGTEK14KONESS5395 12728WZ 02/05/96 03/31/02 840 6.00 TRUCK 1 1990 1GSHK34N2LE223432 12936WZ 02/06/96 07/31/02 840 6.00 TRUCK 1 1984 1GDHC34WOEV5O5469 13315WZ 08/29/96 09/30/02 840 6.00 TRUCK 1 1995 1GTEK14Z5SZ511040 2209SLU 03/12/97 04/30/02 810 6.00 TRUCK 1 1995 1GTEK14Z5SZ511507 22603LU 04/09/97 OS/31/02 810 6.00 TRUCK 1 199B 1GTEC14W4WZ507909 2854CLU OS/12/98 06/30/02 810 6.00 TRUCK 1 1994 IGCEK14ZSRZ215882 00182SG 04/16/94 06/30/02 840 6.00 TRUCK 1 1994 1GCEK14Z7RZ110745 12729WZ 01/26/94 04/30/02 840 6.00 TRUCK 1 2001 2GCEK19T811116796 320ERC 04/10/01 06/30/02 840 6.00 TRUCK 1 2002 1GTHK24U42Z199249 720DJX 11/28/01 01/31/03 B10 6.00 TRUCK 1 1991 1GTDK14Z6ME506287 00266S6 11/03/90 04/30/02 840 6.00 TRUCK 1 1996 1GTEC14W2WZ543467 35979LU 08/10/98 09/30/02 810 6.00 TRUCK 1 2001 1GTEC14W71Z332211 317CWF 07/09/01 08/31/02 $10 6.00 TRUCK 1 1991 IGTEC14ZIME506067 2183MC 03/19/93 04/30/02 B40 6.00 TRUCK 1 2001 1GCGC24U51Z236302 461CWB 02/16/01 04/30/02 810 6.00 TRUCK 1 2001 3GNFK16TSIG138486 621CWP 11/08/00 01/31/03 810 6.00 TRUCK 1 2000 1GTEK19T3YE388990 177BSW 11/09/00 01/31/03 810 6.00 TRUCK 1 1992 1GCEC14ZBN2103950 7356MD 06/29/94 09/30/02 810 6.00 TRUCK 1 1989 1GCGK24K4KE182713 4300ME 01/OB/96 03/31/02 810 6.00 TRUCK 1 1995 1GCGK24K9SE215057 13542LU 03/29/96 05/31/02 810 6.00 TRUCK 1 1993 1GCEC14Z9PE166?98 734ANS 05/28/96 07/31/02 810 6.00 TRUCK 1 1997 1GTEK14W3VZ535668 14280WZ 04/17/97 06/30/02 840 6.00 TRUCK 1 1995 1GTEK14ZISZ507809 22602LU 04/23/97 OS/31/02 810 6.00 TRUCK 1 2001 1FTNX21F31E084225 617E00 05/03/01 06/30/02 840 6.00 TRUCK 1 1998 1GTGC24R2WZ508503 27973LU 09/17/97 11/30/02 810 6.00 TRUCK 1 1998 2GTEK19R6W1525844 3110OLU 01/16/96 03/31/02 8LO 6.00 TRUCK 1 1998 1GTEK19R4WE523816 3132OLU 02/23/98 04/30/02 810 6.00 TRUCK 1 2000 ICTEC14WSYE309365 0320IB 06/21/00 07/31/02 810 6.00 TRUCK 1 1998 2GTEK19R9W1555145 2BS39LU 05/08/98 06/30/02 810 6.00 TRUCK 1 1993 IGNDT13WXP2159659 FHJ5496 03/21/96 07/31/02 810 6.00 TRUCK 1 1997 1GKEK13R5VJ749575 301AGM 04/28/00 05/31/02 840 6.00 TRUCK 1 2001 1GNDT13W91K227523 02/26/02 810 6.00 TRUCK 1 2001 2GCEK19T211114946 910CWC 03/30/01 05/31/02 810 6.00 TRUCK 2 1973 F75FVS09991 4475BLU 07/12/79 11/30/02 810 18.00 04-01-2002 11:15 CONNELL RESOURCES INC. BY: DONNA . afF•fwraFf••rrhahF««raaxf ++x EQUIPMENT MASTER +++ r Yawwlf••aaxxFiraaYalhwsrY PAGE: 2 EQ\LE02EQP Ffia##Y#Yh1 R4YiaffhhRY#iYYhF4#Y#ihf YhFffY##hFhflfi#f Yf 4YfYFhf#Ff YYf!!fR#Y#YYhhYf RflfY##Yff hf YfYYh 1f R#iYfRflRf#YYYR♦ EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE a wxxh.a.aaw aff .ahhF xxF+r«Y.fwe#1rYahhhFx»«#. ax hhhlw«ahhxhFwfaaYa..x«ffaaa.a.ha.wF«Ff#a•Y aaa.FF.w iYYa ahf h»i a..f•wa«RrarYf afrlf r.f 051 1983 FORD F600 TRUCK 2 1983 1FDMF60HXDVA21676 267WZ2 07/27/94 10/31/02 840 16.00 052 1990 FORD STAKE - MANHOLE TRUCK 2 1990 IFDXR82AXLVA14645 9609ME 02/09/96 03/31/03 810 10.00 053 1990 GMC FUEL TRUCK TRUCK 2 1990 1GDM7H1JGL0606268 194WZ2 02/07/96 07/31/02 840 10.00 054 1997 FORD F800 SVC TRK JP TRUCK 2 1997 IFDXFBOEXVVA39160 977LU2 03/26/97 04/30/02 810 20.00 055 1997 GMC 25HD SERVICE TRUCK TRUCK 2 1997 1GDKC34F9VJ515396 14841WZ O8/08/97 10/31/02 840 20.00 056 1995 FORD F450 ONE TON TRUCK 2 1995 1FDLF47G1SEA24900 22613LU 05/15/97 07/31/02 840 7.00 057 1993 CHEV 1TN - PATCH TRUCK 2 1993 1GBJC34F4PE113639 24070LU 04/22/97 06/30/02 810 7.00 058 1986 GMC ITN MANHOLE CREW TRUCK 2 1966 1GDGC34W2GS506638 7361LY 05/01/87 02/2B/03 840 7.00 059 1977 CHEV 2T FLATBED PVT MAINT TRUCK 2 1977 CCE667V127512 176WZ2 02/11/94 04/30/02 840 15.00 060 1979 INTNL DUMP TRK TRUCK 2 1979 AA185JHA3130B 175WZ2 02/11/94 03/31/02 840 20.00 061 1978 FORD SERV IRK TRUCK 2 1976 R705VBJ6590 197W22 05/27/88 07/31/02 840 10.0C 062 1990 FORD DIST TRK TRUCK 2 1990 1FDXR82A8LVA19486 189WZ2 02/24/94 07/31/02 840 40.00 063 1994 CHEV 3500M FLATBED LM TRUCK 2 1994 1GBKC34F7RJ105761 22091LU 03/07/97 04/30/02 810 10.00 065 2002 INTERNATIONAL DISTRIBUTOR TRUCK TRUCK 2 2002 1HTSCASN52HS09457 573BRT 11/15/01 03/31/03 810 40.00 066 1980 IHC S2500 DIST TRUCK 2 19BO CA252KHA16378 313LV2 10/12/93 04/30/02 810 36.00 067 1989 MACK FLATBED TRUCK TRUCK 2 1989 IM2N188YOKW027075 763LU2 07/21/95 02/28/03 810 35.0( 068 1993 KENWORTH FUEL TRUCK LK TRUCK 2 1993 2XKDDB9X6PM587923 1342LU2 04/01/99 06/30/02 810 35.0( 069 1997 GMC 3500 VAN TRUCK 2 1997 1GDHG31ROVIC42131 807APJ 03/30/00 05/31/02 010 60.0( 070 1994 GMC C3500 VAN TRUCK 2 1994 1GDHG31K9RF520655 14833WZ 08/08/97 10/31/02 840 15.O( 071 1967 CRANE TRUCK TRUCK 2 1967 692740 TITLE ONLY 07/11/97 BID 18.0( 072 2001 KENWORTH T800 FUEL TRUCK CK TRUCK 2 2001 1NK0LB9X0lJ879403 609AVY 01/24/01 02/28/03 810 35.0( 079 2001 KENWORTH T300 SVC TRK JJ TRUCK 2 2001 2NKMHD7X91M876802 750BPK 12/OS/00 02/28/03 $10 35.0( 080 1995 GMC TOPKICK SVC IS TRUCK 2 1995 1GDK7HIJ2SJ515438 769LU2 04/22/98 06/30/02 810 20.0( 081 1995 DODGE RAM 3500 SVC OS TRUCK 2 1995 1BGMC36C3SS220966 2B537LU 05/15/98 06/30/02 810 20.01 082 1999 GMC 1 TON PLATFORM TRUCK TRUCK 2 1999 1GDHC34RXXF022305 40675LU 02/24/99 03/31/02 840 10.01 083 1999 GMC 1 TON PLATFORM TRUCK MI TRUCK 2 1999 1GDHC34R1XF021012 518ANC 02/24/99 03/31/02 810 10.01 084 2000 GMC 3500 FLATBED JO TRUCK 2 2000 1GDHC34J3YF428714 992AND 02/18/00 03/31/03 810 10.01 085 2000 GMC 3500 FLATBED PC TRUCK 2 2000 IGDHC34JSYF441411 993AND 02/18/00 03/31/03 810 10.01 086 2001 FORD F350 PLATBED JN TRUCK 2 2001 IFDWF36F91ES01821 116CWD 04/17/01 06/30/02 810 10.01 087 2001 FORD F350 FLATBED TRUCK 2 2001 IFDWF36PBlEA87944 349ERC 04/17/01 06/30/02 840 10.01 098 1995 GMC WATER TRUCK TRUCK 2 1995 1GDK7H1J1SJ506455 093ERA 02/23/00 03/31/03 810 30.0i 099 1995 GMC WATER TRUCK TRUCK 2 1995 1GDK7H1J3SJ506411 094ERA 02/28/00 03/31/03 810 30,0 100 1981 INTNL WATER TRK TRUCK 3 1981 IHTD2167XBGBI9955 1323LU2 06/22/94 03/31/02 B40 35.0 101 1991 INTNL WATER TRK TRUCK 3 1991 1HTSDZ7PXMH357894 10395LU 11/01/96 11/30/02 840 35.0 102 1981 INTNL WATER TRK TRUCK 3 1981 1HT➢2167XBGB19793 1324LU2 06/06/94 03/31/03 810 35.0 103 1986 INTL TANDEM BUM TRUCK 3 1986 1HSZJJWRXGHA13179 219WZ2 06/03/94 07/31/02 840 35.0 105 19BI FORD TANDEM DMP TRUCK 3 1981 1PDYU90W8BBVJ0549 TITLE ONLY 02/16/87 910 40.0 106 1979 FORD 7000 WATER TRUC TRUCK 3 1979 R70BVFB1566 096EHA 09/19/91 03/31/03 810 20.0 109 1987 MACK TAN➢EM BUM TRUCK 3 1967 1M2AYl0YXHM002590 759LU2 01/10/94 05/31/02 810 40.0 110 1987 MACK TANDEM DMP TRUCK 3 1987 1M2AY10Y9HM002595 758LU2 01/10/94 05/31/02 840 40.0 111 1987 MACK TANDEM DMP TRUCK 3 1987 1M2AY10Y6HM002585 678LU2 01/10/94 04/30/02 910 40.0 112 1987 MACK TANDEM DMP TRUCK 3 1987 1M2AYl0Y3HM002592 677LU2 02/03/94 04/30/02 810 40.0 113 1978 INTNL WATER TRK TRUCK 3 1978 D2137HGB20487 1322LU2 10/17/94 03/31/02 810 35.0 114 1973 MACK WATER TRK TRUCK 3 1973 DM685S12858 TITLE ONLY 03/09/95 BID 10.0 115 1989 MACK TAND RW613 TRUCK 3 1989 1M2AY04Y2KM005768 771AUY 04/10/96 07/31/02 $40 40.0 116 1989 MACK TAND RW613 TRUCK 3 1989 1M2AY04Y4KM005769 192WZ2 04/10/96 07/31/02 840 40.0 117 1988 FREIGHTLINER TANDEM TRUCK 3 1988 1FUY2CYBSJP334718 306WZ2 05/01/98 06/30/02 840 40,0 118 1998 PETERBILT DUMP TRUCK TRUCK 3 1998 3WPNAD7XIWF466510 095ERA 12/01/00 03/31/03 810 40.0 04-01-2002 12:15 CONNELL RESOURCES INC. BY: DONNA PAGE: 3 EQ\LE02EQP rf.r.f .f.Yw.f urYxwrYx #..a ••• EQUIPMENT MASTER ••• EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT f # NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE 158 PETERBILT TRAC TRUCK 4 1983 1XP9DB9X4DP159865 049DGJ 04/11/88 10/31/02 159 PETERBILT TRACTOR SS TRUCK 4 1983 1XP9DB9X2DP159864 05ODGJ 04/11/88 10/31/02 160 1997 MACK CL713 TRACTOR TRUCK 4 1997 1M2AD62Y4VW004762 0470GJ 09/20/96 10/31/02 161 PETERBILT TRACTOR MO TRUCK 4 1985 lXP9D29X5FP180808 048DGJ 04/21/88 10/31/02 163 2001 KENWORTH TBOOB TRACTOR TRUCK 4 2001 1XKDP4EX71J872861 OSIDGJ 09/07/00 10/31/02 166 1990 MACK TT CE613 TRUCK 4 1990 1M2AA06YXLWO04570 482LUS 04/17/95 05/31/02 167 1990 MACK TT CH613 TRUCK 4 1990 1M2AA06Y7LW004722 481LUS 04/17/95 01/31/03 168 1990 MACK TT CH613 TRUCK 4 1990 1M2AA06YGLWO04727 48OLUS 04/17/95 05/31/02 169 1990 MACK IT CH613 TRUCK 4 1990 1M2AA06YSLW004573 483LU8 04/17/95 05/31/02 170 1990 MACK TT CH613 TRUCK 4 1990 IM2AA06Y2LW004725 47BLUB 04/17/95 05/31/02 172 1993 MACK IT CH613 TRUCK 4 1993 1M2AA13Y4PWO19503 485LU8 05/31/96 08/31/02 173 1993 MACK TT CH613 TRUCK 4 1993 1M2AA13YGPWO19504 688LU8 05/31/96 09/30/02 174 1993 MACK TT CH613 TRUCK 4 1993 1M2AA13YSPWO19505 486LU8 05/31/96 01/31/03 175 1993 MACK TT CH613 TRUCK 4 1993 1M2AA13YXPWO19506 667LUS 05/31/96 09/30/02 176 1995 MACK IT CH513 TRUCK 4 1995 1MSAA13Y3SWO47225 787LU8 04/29/98 07/31/02 177 1995 MACK IT CH613 TRUCK 4 1995 1M1AA13Y5SW047226 786LU8 04/29/98 07/31/02 178 1995 MACK TT CH613 TRUCK 4 1995 1M1AA13Y7SW047227 841BRT 04/29/98 07/31/02 200 CMI LOAD KING TRAILERS 1990 1B41,483591,2116598 L45488 01/20/93 02/28/03 201 TRAIL KING TK20 LOWS TRAILERS 1990 1TKA0482XLM066685 L44855 05/11/93 06/30/02 202 TRAIL KING TK100 TRAILERS 1997 1TKJOS337VM059109 L112893 12/14/98 09/30/02 203 MILLER TILT TRAILER TRAILERS 1962 5291 R019847 07/14/95 07/31/02 204 CRI TILT BED TRAILER TRAILERS 1995 ID06019604CO L056639 09/01/95 09/30/02 205 CRT TILT BED TRAILER TRAILERS 1996 ID28003538CO R113646 07/26/96 07/31/02 206 CRI TILT BED TRAILER TRAILERS 1996 ID06018977CO L102939 09/23/96 09/30/02 207 CRI WATERLINE TEST TRAILER TRAILERS 2000 ID06026445CO 295ATA 03/30/00 04/30/02 208 TRAIL KING TX110HDG TRAILER TRAILERS 2001 1TKJ053321M074028 422BYT 10/17/00 01/31/03 210 1995 RED TRAILER TRAILERS 1995 47SS142TXS1010829 R115151 06/17/98 06/30/02 212 UTILITY TRAILER TRAILERS 1975 7LS8074007 L059405 06/11/85 03/31/03 213 TRAILMOBILE TRAILER TRAILERS 1979 T50203 L30799 04/03/89 01/31/03 214 1978 FRUEHAUF VAN TRAILERS 1978 MAZ556914 L120344 07/20/98 10/31/02 218 1995 CMI LOAD KING 2060 TRAILERS 1995 1B4B40235S1119211 R115240 06/19/98 07/31/02 219 1995 CMI LOAD KING 2060 TRAILERS 1995 154B4023OR1110879 R115241 06/19/98 07/31/02 220 HOBBS END DUMP TRAILERS 1976 FHW623809 94113AI 01/14/77 10/31/02 222 CRI ROCK TRAILER R1 TRAILERS 1987 ID0615009CO 942BAI 02/01/B7 10/31/02 223 CRI ROCK TRAILER #2 TRAILERS 1987 ID0615226CO 943BAI 05/01/67 10/31/02 224 1999 CLEMENT ROCK TRAILER TRAILERS 1999 1C9BB32B8XM110357. L121082 12/05/98 01/31/03 226 1999 LANDOLL TRAILER TRAILERS 1999 1LUL40FHOXIA09706 420BYT 12/01/00 01/31/03 227 1997 RED RIVER TRAILER TRAILERS 1997 4ZYLB4225VI000203 RIIS089 05/04/98 06/30/02 226 1996 RED RIVER TRAILER TRAILERS 1996 1R9LB4220T1051103 R115090 O5/04/98 06/30/02 229 1996 RED RIVER TRAILER TRAILERS 1996 1R9LB422ZT1051104 L113073 05/04/98 06/30/02 230 1996 RED RIVER TRAILER TRAILERS 1996 1R9LB4224T1051105 L113072 05/04/98 06/30/02 231 1996 RED RIVER TRAILER TRAILERS 1996 SR9LB422GT1051106 L113071 05/04/98 06/30/02 232 1996 RED RIVER TRLR TRAILERS 1996 19RLS4227TIO51096 L106078 06/25/96 08/31/02 233 1996 RED RIVER TRLR TRAILERS 1996 19RLB4229T1051097 L106077 06/25/96 08/31/02 234 1992 RED RIVER TRLR TRAILERS 1992 1R9LB422ON1051007 L107766 10/21/94 11/30/02 235 1992 RED RIVER TRLR TRAILERS 1992 1R91,84222N1051039 L44917 10/21/94 11/30/02 236 1992 RED RIVER TRLR TRAILERS 1992 1R9LB422ON1051041 L44916 10/21/94 11/30/02 237 1992 RED RIVER TRLR TRAILERS 1992 1R9LB4228N1051045 L44915 10/21/94 11/30/02 810 40.00 840 40.00 840 810 810 810 810 840 BID 810 810 840 810 840 810 810 B10 840 B10 810 840 810 840 840 SID BID 840 810 840 810 840 810 BID 810 810 810 810 810 810 810 BID 810 810 BID 810 840 810 810 04-01-2002 11:15 - CONNELL RESOURCES INC. BY: DONNA ""• EQUIPMENT MASTER +"• +{YrwFw.«aa+w a..wwa..wrY{a PAGE: 4 EQ\LE02EQP i fYf{f ffif YY{1ff{F1fY{f;Y{{ffYYi;YYi YY{fi{Y}if;{1{{;fF;ii{F{Ff YFfFf ifwYh{i YFf 1FYYFf if FFYif wY wf FF{affffY;l Ff{f{Y EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE ;wF wiwarr..w.r+...++.as+.+ww{aww.r.«x«.+Y{fra+w.rarwxrraw...a+Fww a{.w.aa.{f.afa.iswa.w.Yr. fwlwwa.w.rwYwfw.ww w«aYwrr fawwY.{..aa...f Y. 238 1386 LOAD KING BTMDUMP TRAILERS 1986 1L4B35239G1013855 944BAI 05/18/89 10/31/02 840 239 1985 LOADKING BTM DUMP TRAILERS 1985 11,4B35234F1013356 945BAI 05/18/89 10/31/02 810 240 CMI LOAD KING BOTTOM DUMP TRAILERS 1994 1B4840239R1118735 L102933 07/01/96 08/31/02 810 241 CMI LOAD KING BOTTOM DUMP TRAILERS 1994 IS4840230R1118722 L102934 07/01/96 08/31/02 810 242 CMI LOAD KING BOTTOM DUMP TRAILERS 1994 1B4B40237R1118734 L102935 07/01/96 08/31/02 810 243 CMI LOAD KING BOTTOM DUMP TRAILERS 1994 1B4B40230R1110882 L102936 07/01/96 08/31/02 810 248 CMI LOAD KING TRAILER TRAILERS 1995 1B41,4624851119252 L102937 07/01/96 08/31/02 840 249 CMI LOADKING 02TT TRAILER TRAILERS 1994 1B4T29212R6118852 L102929 07/01/96 08/31/02 810 251 FRUEHAUF JOB TRAILER TRAILERS 1959 C41271 L056615 06/28/79 02/28/03 810 252 BRWN VAN UTILITY TRL TRAILERS 1960 M601979 L14486 05/08/86 12/31/02 810 254 BROWN VAN TRAILER TRAILERS 1962 M625475 L26626 08/28/86 02/28/03 810 255 CLN STRICK VAN TRLR TRAILERS 1968 B12647 419BYT 06/08/87 01/31/03 810 256 65 TRAILMOB VAN TRLR TRAILERS 1965 B62037 L26400 O8/25/8B 02/28/03 840 260 TEL OFFICE/STUTE PIT TRAILERS 1960 14276 Z35957 07/13/87 12/31/02 810 270 ELDER FIELD OFF CL1 - WD TRAILERS 1972 CT353 LU2099 12/15/83 12/31/02 810 271 CONST TRLR 24X60 CT TRAILERS 12/31/94 272 CONSTR TRAILER -STUTE TRAILERS 1996 03/01/96 840 276 ELDER FIELD LAB CL2 TRAILERS 1983 382196 Z35958 03/07/89 12/31/02 610 610 277 ELDER FIELD LAB CL2 TRAILERS 1988 323490 Z23222 03/28/90 12/31/02 840 280 2001 PACE VC714TA2 TRAILER TRAILERS 2001 4P2UB14263U024183 021FW 11/19/01 01/31/03 810 281 HOMEMADE FUEL TRLR TRAILERS 1952 ST28111COLO L22386 09/16/77 01/31/03 810 282 HOMEMADE FUEL TRLR TRAILERS 1967 ID64082COLO L05336B 09/16/77 05/31/02 810 284 500 BBL FRAC TANK TRAILERS 1968 328 LU3555 05/11/90 12/31/02 840 285 550 BBL FRAC TANK TRAILERS 1974 C34 LU4368 05/11/90 12/31/02 810 286 FRAC TANK 20000 GAL TRAILERS 1984 A3464VB WZ01019 OB/10/94 04/30/02 840 287 FRAC TANK 20000 GAL TRAILERS 1980 A3061VB LU4860 08/10/94 11/30/02 810 288 1978 ETNYRE TANK TRLR TRAILERS 1978 76764 LU4882 11/23/94 02/29/03 810 289 CRI PORTABLE WATER TANK TRAILERS 1999 CRI289 LU07209 11/10/99 11/30/02 810 290 HOMEMADE WATER STAND TRAILERS 1981 ID610653COLO WZ01018 04/20/81 12/31/02 840 291 HOMEMADE WATER STAND TRAILERS 1981 ID610653COL0 04/15/81 BID 292 1994 TIMPTE DYNA PUP TRAILERS 1994 1TDE28021RC086723 L053371 05/06/94 06/30/02 810 293 1994 TIMPTE DYNA PUP TRAILERS 1994 lTDE2B023RC086724 L053370 05/06/94 06/30/02 840 294 1994 TIMPTE DYNA PUP TRAILERS 1994 1TDE28025RC086725 L053372 05/19/94 06/30/02 810 295 1994 TIMPTE DYNA PUP TRAILERS 1994 1TDE28027RC086726 L053369 05/19/94 06/30/02 B10 296 1994 R&W TRAILER TRAILERS 1994 4RWUE162IRN004034 L120353 09/16/94 09/30/02 810 297 1994 RW TRAILER TRAILERS 1994 4RWUE162XRN004033 L122841 04/13/99 04/30/02 810 298 1999 C-10 TOWMASTER TRAILER TRAILERS 1999 4KNUC1624XL153094 L127654 09/09/99 11/30/02 810 299 2000 C-10 TOWMASTER TRAILER TRAILERS 2000 4KNUC1623YLIS1998 397BRD 06/01/00 08/31/02 810 305 CAT 936F LOADER EARTHMOV 1994 9MK00508 LU0S650 07/01/96 08/31/02 $40 308 2000 CAT 93BG LOADER EARTHMOV 2000 4YS01264 Z56501 04/26/01 05/31/02 810 309 1996 CAT 938F LOADER EARTHMOV 1996 IKM0IG19 O89BGW OS/16/00 06/30/02 810 310 1996 CAT 938F LOADER EARTHMOV 1996 IXM01610 OBBBGW 05/16/00 06/30/02 B10 311 1996 CAT 950F LOADER EARTHMOV 1996 5SK02204 Z56562 05/16/00 06/30/02 810 312 1996 CAT 970F LOADER EARTHMOV 1996 7SK00693 Z56561 OS/16/00 06/30/02 810 313 CAT 966F LOADER EARTHMOV 1994 9YJ1176 Z38924 07/01/96 08/31/02 840 314 CAT 970F LOADER EARTHMOV 1995 7SK00498 Z38926 07/01/96 06/31/02 840 316 CAT 980F LOADER EARTHMOV 1995 8JN00614 Z38925 07/01/96 08/31/02 840 317 1995 CAT 966F LOADER EARTHMOV 1995 ISL01427 W14415 02/15/96 03/31/03 810 04-01-2002 11:15 CONNELL RESOURCES INC. BY: DONNA r waa}.wY#aawie#..rrwaawi fr ... EQUIPMENT MASTER a wra#a..wf+aY..wa.a...xwa# #as+aaaf a...R1f....«»wY.x.r•+#}f waY+aaxwfY.awYaaYwwfeYaax.a.waf wi+Ya.ax++ EQUIP SERIAL NUMBER DESCRIPTION CLASS YEAR NUMBER ..if.f wffflwfµ.a wf i++«.iT1f.Yaa.Raa+µ xf RYfµµff x++l YfRf lafa.YRY. a.ffY»»+.+ PAGE: 5 EQ\LE02EQP wa.a..f. w.....i....f. a. LICENSE PURCHASE LICENSE DEFAULT NUMBER DATE REN DATE DEPT RATE fY#}#f}f1ffY####wlfa#}Y}}##Y#f#}fYYi}fxY##wf lwf 318 1996 CAT 95OF LOADER EARTHMOV 1996 5SK02584 Z38953 08/30/99 09/30/02 840 60.00 319 2001 CAT 972G LOADER EARTHMOV 2001 4WWO0546 W06290 11/01/00 01/31/03 810 80.00 320 1996 CAT 98OG LOADER EARTHMOV 1996 2KROO646 Z35943 11/01/00 12/31/02 810 85.00 325 1999 CAT D5M DOZER EARTHMOV 1999 SES00917 Z54613 08/03/00 10/31/02 B10 55.00 326 2995 CAT DON DOZER EARTHMOV 1995 6XJ01031 Z56654 06/04/99 07/31/02 810 115.00 327 1994 CAT DGH XL DOZER EARTHMOV 1994 9LK00451 Z20765 05/01/99 05/31/02 810 60.00 328 1990 CAT D4H DOZER EARTHMOV 1990 OBPB3803 X40711 09/16/96 10/31/02 840 45.00 329 CAT DON DOZER - EARTHMOV 1994 STJ1710 ZS4600 07/01/96 08/31/02 810 100.00 331 CAT D6H CRAWLER TRAC EARTHMOV 1988 3ZF00481 Z20766 01/28/93 05/31/02 810 60.00 334 1995 CAT D3C TRACTOR EARTHMOV 1995 6SLO1125 W14416 02/15/96 03/31/03 810 40.00 335 1994 CAT D4H LPGIII DOZER EARTHMOV 1994 9GJ00851 Z20834 04/04/01 04/30/02 840 45.00 364 CAT 613C SCRAPER EARTHMOV 1986 92XO0942 LU05610 05/18/95 06/30/02 810 70.00 365 CAT 6133 SCRAPER EARTHMOV 1978 38WO5408 LU07110 04/30/94 04/30/02 810 70.00 367 1992 CAT 621E SCRAPER EARTHMOV 1992 6AR01463 Z20767 04/02/97 05/31/02 810 105.00 368 1994 CAT 623F SCRAPER EARTHMOV 1994 62K00087 Z20768 04/02/97 05/31/02 810 110.00 369 1996 CAT 627F SCRAPER EARTHMOV 1996 IDLOO276 Z56719 06/11/97 08/31/02 810 125.00 370 1998 CAT 631E SCRAPER EARTHMOV 1998 INBO1409 Z54614 08/03/00 10/31/02 810 135.00 371 1995 CAT 613C SCRAPER EARTHMOV 1995 BLJ1058 W06288 11/14/00 01/31/03 810 70.00 372 1997 CAT 627F SCRAPER EARTHMOV 1997 IDLOO450 Z56502 03/22/01 05/31/02 810 125.00 403 1994 CAT 140G GRADER EARTHMOV 1994 72VI6820 49SAVF 02/15/96 03/31/03 81D 55.00 404 1991 CAT 14OG GRADER EARTHMOV 1991 72V14397 496AVF 02/15/96 03/31/03 810 55.00 405 1995 CAT 140H GRADER EARTHMOV 1995 2ZK00104 493AVF 02/15/96 03/31/03 810 55.00 406 1997 CAT 14014 GRADER EARTHMOV 1997 2ZKO1647 WZ00969 04/08/98 04/30/02 840 55.00 407 1997 CAT 140H GRADER EARTHMOV 1997 9TNO0467 LU07107 05/01/99 05/31/02 810 55.00 408 1996 CAT 14OG GRADER EARTHMOV 1996 72VI7489 086BGW 05/16/00 06/30/02 810 SS.00 409 1996 CAT 140G GRADER EARTHMOV 1996 72VI7513 087BGW 05/16/00 06/30/02 810 55.00 410 2001 CAT 140H GRADER EARTHMOV 2001 2ZK06641 B74CDY 06/01/01 06/30/02 810 S5.00 411 1996 CAT 160H MOTOR GRADER EARTHMOV 1996 9EJO 0373 64013YG 12/27/01 01/31/03 810 55.00 420 CAT 815E COMPACTOR EARTHMOV 1988 17ZOO937 Z20769 01/28/93 05/31/02 B40 80.00 421 1993 CAT CP323 COMPACTOR EARTHMOV 1993 6JD00392 Z23349 04/08/98 04/30/02 840 35.00 429 REX 3-35 COMPACTOR EARTHMOV 1999 RE1482 W06287 11/16/00 01/31/03 810 60.00 430 1995 DYNAPAC CA151PDB VIE ROLLER EARTHMOV 1995 59810946 W14514 11/13/97 02/28/03 810 45.00 431 1996 DYNAPAC CA151D COMPACTOR EARTHMOV 1996 59811109 Z20770 04/29/98 05/31/02 810 4S.00 432 1997 DYNAPAC CA151PD COMPACTOR EARTHMOV 1997 59811485 W06284 12/29/99 01/31/03 810 45.00 435 REX 3-35 COMPACTOR EARTHMOV 1994 HE1420 Z56559 05/01/98 06/30/02 810 60.00 436 REX 3-35 COMPACTOR EARTHMOV 1995 HE1428 Z35959 12/14/98 12/31/02 $10 60.0[ 437 REX 3-35 COMPACTOR EARTHMOV 1990 HE1305 Z35960 12/14/98 12/31/02 810 60.0[ 438 1998 CAT 515F COMPACTOR EARTHMOV 1998 1GN00616 Z54612 08/22/00 10/31/02 810 60. 01 439 MULTI QUIP RAMAX TRENCH COMPACTOR EARTHMOV 2000 328003 Z23229 11/14/00 12/31/02 840 22.0[ 441 1988 JOHN DEERE 8650 4WD TRACTOR EARTE40V 1988 RW8650HOO9255 LU06872 10/20/98 11/30/02 840 50.0[ 442 1987 JOHN DEERE 8650 4WD TRACTOR EARTHMOV 1987 RW8650HO08606 LU07060 02/04/99 03/31/03 810 50.01 443 1995 CASE 9280 4WD TRACTOR EARTHMOV 1995 JEE0033628 783BPK 02/26/01 04/30/02 810 50.01 444 JOHN DEERE 8760 4WD TRACTOR EARTHMOV 1990 RW87604002540 804BPK 05/17/01 05/31/02 810 50.01 451 2000 KOMATSU PC40OLC-6 EXCAVATOR EARTHMOV 2000 A84095 W14515 12/28/00 02/28/03 810 95.0- 452 1999 KOMATSU PC40OLC-6 EXCAVATOR EARTHMOV 1999 A83243 W14417 12/28/99 03/31/03 810 9S.0 454 1999 KOMATSU PC40OLC-6 EXCAVATOR EARTHMOV 1999 A83240 Z56742 12/28/01 12/31/02 840 95.0 455 CAT 325L EXCAVATOR EARTHMOV 1993 CONK00362 Z56556 02/01/95 06/30/02 810 70.0 456 CAT 350L EXCAVATOR EARTHMOV 1995 3ML00490 Z56655 05/15/97 07/31/02 810 95.0 04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 6 BY: DONNA EQ\LE02EQP ♦Yawl! ia. hx»rFwYxF..wYYrwR EQUIPMENT MASTER •++ 1 rra..rYrtf»f aY..«Yas.w«aF ♦...wwr.wwwYY...IYYTRfwfaa.w.Yf wlYrw.Afraw.11.1iw»ati.YYff.wrwYiwww YAY.wYYwY..wYf.f wYh.F.YYY....wwaatwYal..Yff.wYY...lfaaffwfl.f l..f EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE •..wY.a..rYYYaa.wr«.h..«Ya..w»»...lYaa.wxYYa.wwa.wwlY...waraY.F.Ya...w YaY.wwYYa...Yfrr..wla..w.w.YY.. wr..lwrsFwlreY.wlla..lYY.a.u♦ 457 1997 CAT 3302L EXCAVATOR EARTHMOV 1997 6DR00857 Z20849 04/08/98 04/30/02 810 459 1999 CAT M318 WHEEL EXCAVATOR EARTHMOV 1999 8AL02066 Z23282 11/30/01 12/31/02 840 460 KOMATSU PC30OLC-5 EX EARTHMOV 1995 23482 Z20650 12/01/95 04/30/02 B10 461 1998 KOMATSU PC30OLC-6 EARTHMOV 1998 A81101 Z54611 09/30/98 10/31/02 810 462 KOMATSU PC150-6 EXCAVATOR EARTHMOV 1998 X30228 Z35962 12/14/98 12/31/02 810 463 KOMATSU PC22OLC-6 EXCAVATOR EARTHMOV 1997 A83217 W01452 12/14/98 01/31/03 640 464 1994 CAT 350L EXCAVATOR EARTHMOV 1994 3MLOO201 Z20771 05/01/99 05/31/02 810 466 1997 CAT 416C BACKHOE EARTHMOV 1997 5YNO0460 Z54610 OB/22/00 10/31/02 810 467 1993 CAT 416E BACKHOE EARTHMOV 1993 8ZK00080 494AVF 02/15/96 03/31/03 810 468 CAT 416 LOADER/BACKH EARTHMOV 1992 SPC16259 ZS4599 07/01/96 08/31/02 810 469 CAT 436B LOADER/BACK EARTHMOV 1993 6MJ00289 Z54502 07/01/96 08/31/02 810 470 CRI 14' DRAG BOX EARTHMOV 2001 12/01/01 810 471 CAT 426 LOADER BACKH EARTHMOV 1992 0713CO5421 LU05609 02/01/95 06/30/02 640 472 JD LANDSCAPE TRACTOR EARTHMOV 1995 T0210CE808074 LU06576 03/27/95 06/30/02 810 473 93 JD LANDSCAPE TRACTOR EARTHMOV 1993 T0210CE788404 LU06118 01/07/97 02/28/03 810 474 1997 JD 21OLE LANDSCAPE LOADER EARTHMOV 1997 T021OLE829835 LU06088 12/15/97 02/28/03 810 475 1997 CASE 570LXT LANDSCAPE TRACTOR EARTHMOV 1997 JJG0225091 LU06090 12/16/97 02/28/02 84.0 476 1958 JD 210 LANDSCAPE LOADER EARTHMOV 1998 T021OLE848723 475BYG 09/08/98 10/31/02 810 477 2000 JD 21OLE LANDSCAPE LOADER EARTHMOV 2000 T021OLE880421 551AVF 03/27/00 04/30/02 810 478 ROME TRH24-32 DISC EARTHMOV 12TRH-1605 05/07/01 810 479 ROME TAW24-32 DISC EARTHMOV 1975 12TAW-1343 03/30/01 810 480 2000 ASV 4810 TRACK DOZER EARTHMOV 2000 ANCO0280 Z56503 03/23/01 05/31/02 810 481 ROME TACW-16 DISC EARTHMOV 2001 STACW-300 03/14/01 840 482 AMCO G2-2832 DISC EARTHMOV 1999 99030139 LU07091 04/08/99 810 483 1997 BOBCAT 763 LOADER EARTHMOV 1997 512226348 W14418 02/15/99 03/31/03 810 484 1999 BOBCAT 863H LOADER EARTHMOV 1999 514428614 Z20851 03/05/99 04/30/D2 810 485 1998 CASE 1845 SKID STEER LOADER EARTHMOV 1998 JAF0250756 Z23163 07/13/98 07/31/02 840 496 1952 GEHL SKID LOADER EARTHMOV 1992 SX16064 Z23275 07/08/98 07/31/02 840 487 1995 BOBCAT 853 LOADER EARTHMOV 1995 512819993 Z54598 08/12/96 08/31/02 810 488 1993 7438 BOBCAT EARTHMOV 1993 509321184 Z56557 06/14/96 06/30/02 810 489 CONNELL LAND LEVELER EARTHMOV HOMEMADE 09/18/95 810 490 AMCO DISC WOG2830-BG EARTHMOV 566 09/12/94 810 491 BOBCAT 853H LOADER EARTHMOV 1995 512816276 LU05611 02/23/95 06/30/02 840 492 CAT D25 WATER TRUCK EARTHMOV 1984 25DB6884 Z56556 04/10/95 06/30/02 810 493 CAT D35C ARTIC DUMP -WATER TANKER EARTHMOV 1988 02GDO0111 Z20852 07/14/95 04/30/02 810 494 CAT D35C ARTIC DUMP -WATER TANKER EARTHMOV 1988 02GDO0112 Z56555 07/14/95 06/30/02 810 495 1988 D35C ROCK TRUCK EARTHMOV 1988 2GDO0106 W14419 02/15/96 03/31/03 810 496 CAT 621 ROCK TRUCK EARTHMOV 1980 045PO2633 W06285 12/15/98 01/31/03 810 497 CAT 621 ROCK TRUCK EARTHMOV 1983 4SP03571 W06206 12/15/96 01/31/03 810 501 ELJAY C54 CONE CRUSH AGGREGAT 1995 41ED895 LU06052 10/02/95 08/31/02 810 502 CEDARAPID JAWCRUSHER AGGREGAT 1993 43617 Z20772 10/06/93 05/31/02 810 503 PIONEER 74EVT PORT IMPACTOR AGGREGAT 1996 74-DV-158 Z38927 05/08/97 08/31/02 840 504 EL JAY 1316 PORT CONE AGGREGAT 1989 42FO188 753BPK 03/26/98 04/30/02 840 505 PIONEER 2036 PORT JAW AGGREGAT 1975 KNWN-3415 Z23799 05/05/98 06/30/02 840 506 1998 PIONEER 2500 PORT IMPACTOR AGGREGAT 1998 400179 W06289 12/29/99 01/31/D3 610 507 FEEDER/SURGE HOPPER AGGREGAT 1991 31591A LU3790 02/28/91 03/31/03 810 5D8 CONTROL HOUSE AGGREGAT 1975 BLW525635 L40111 03/06/91 03/31/02 810 509 CONTROL PANEL AGGREGAT 1991 1255091 04/01/91 810 04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 7 BY: DONNA EQ\LE02EQP +fRR.aFf.r#+xfx#a+xxR aY..f ••• EQUIPMENT MASTER ara .Y4Yi«iah. a...fay...RY.Yaf.#+f..;YY..Y.«i.Y.RY+x;R.Yxf«.yyR.«4y...RY4a.11rYFy;hxa+fR#«4.YR.«4Ftf;RfyyY.ey yf.R •Y xf R1.FY.f RYf.;.Yi.;.v EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE f..;..f.x.#R+if;.h.f.fftY..f.;«#....aYtfff.a#ff;YY«.xRYaYYY..itf xf.aY..xhYY#x.f x4 yf t;«vk.yf.RxYy#yf.Rx;Y.RYYyRf 4Y a...R..ffY.«.x.Yy.. 510 SCREEN PLANT AGGREGAT 12/03/81 810 511 NORDBERG 81r-20' SCREEN DECK AGGREGAT N4HD1216AX3820-3623 03/26/98 810 512 EL -JAY PORT SCREEN PLANT AGGREGAT 1972 43E1093 LU4779 07/20/93 05/31/02 810 513 EL -JAY PORT WASH PLANT AGGREGAT 1983 43H381 071DCW 07/13/89 02/28/03 840 514 1999 JCI 6163-32 SCREEN DECK AGGREGAT 1999 99H03B32 Z23287 02/09/99 06/30/02 840 515 CRI SCREEN DECK AGGREGAT 1996 96HO1E32 LU06141 11/01/96 04/30/02 810 516 EL JAY PORT SCREEN PLANT S62300B AGGREGAT 1994 4310994 LU06058 04/07/97 05/31/02 B10 517 WAZEE ELECTRIC PANEL AGGREGAT 1994 NONE 04/07/97 810 518 CRUSHER CONTROL HOUSE AGGREGAT 2000 09/30/00 810 520 POWERSCREEN COr4=0ER AGGREGAT 1989 5103880 LU3748 10/25/91 01/31/03 840 521 CEDRPDS SURGE FEEDER AGGREGAT 43792 07/15/93 840 522 FABTEC SX20 3 DECK WASH PLANT AGGREGAT 2001 6203TW19101 BID 526 PEERLESS 30'X110' RADIAL CONVEYOR AGGREGAT 1997 23437 840 527 SUPERIOR 30"X60' QT60 CONVEYOR AGGREGAT 2000 4075 810 528 SUPERIOR 30'X60' QT60 CONVEYOR AGGREGAT 2000 4074 810 529 SUPERIOR 30"X110' POWER STACKER AGGREGAT 2000 3464 810 530 SUPERIOR 30"X60- OT60 CONVEYOR AGGREGAT 2000 3999 BID 531 EAGLE ROCK WASHER AGGREGAT 10/11/83 810 532 CEDARAPIDS 30" X 60' CONVEYOR AGGREGAT 1998 47743 Z56554 05/05/00 06/30/02 810 533 EAGLE TWINSCREW WSHR AGGREGAT 1976 9763 LU06079 10/04/85 05/31/02 840 534 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47530 Z35963 12/14/98 12/31/02 840 52S CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47101 W14513 12/14/98 01/31/03 810 536 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47100 Z35964 12/14/98 12/31/02 810 537 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47098 Z35965 12/14/96 12/31/02 840 538 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1997 46567 Z35966 12/14/98 12/31/02 810 539 EL JAY 361lx27' REJECT CONVEYOR AGGREGAT 1994 43H0494 Z56656 04/07/97 07/31/02 810 540 PEERLESS CONVEYOR AGGREGAT 1977 13153E LU1813 01/08/80 12/31/02 840 541 PORT STK CONVYR 24"X50' AGGREGAT 1980 OLU2163 LU2163 04/01/80 12/31/02 640 542 24"X501CONVEYOR AGGREGAT 1991 9138001 LU4760 12/08/93 07/31/02 810 543 PEERLESS RADIAL STKR AGGREGAT 1994 22609 LU05608 02/17/95 06/30/02 810 544 N C RIPPLE BELT FEED AGGREGAT 1984 49664 Z23223 05/08/84 12/31/02 840 545 CDRPDS 30"X60' CONVYR AGGREGAT 1994 44375 Z56553 02/17/95 06/30/02 810 546 CORPUS 3011X60' CONVEYOR AGGREGAT 1994 44377 Z56552 02/17/95 06/30/02 B10 547 CEDARAPID CONVEYOR AGGREGAT 1994 44372 Z20B53 02/15/96 04/30/02 810 548 PEERLESS CONVEYOR AGGREGAT 1971 11462C LU3166 05/16/88 12/31/02 840 549 CEDARAPIDS CONVEYOR AGGREGAT 1993 44075 Z20854 02/15/96 04/30/02 610 550 PEERLESS CONVEYOR 24"X50' AGGREGAT 1971 11462A LU3165 OS/16/88 12/31/02 940 551 PEERLESS 30"X100'CONVEYOR AGGREGAT 21887 12/01/93 840 552 CEDARAPIDS CONVEYOR AGGREGAT 1994 44374 Z20855 02/15/96 04/30/02 810 553 CEDARAPIDS CONVEYOR AGGREGAT 1994 44373 Z20856 02/15/96 04/30/02 810 554 CEDARAPIDS CONVEYOR AGGREGAT 1993 44072 Z20857 02/15/96 04/30/02 810 555 PEERLESS 30"X50'CONVEYOR AGGREGAT 1984 20121 Z23333 03/22/91 03/31/02 840 556 CEDARAPIDS 30"X60'CONVEYOR AGGREGAT 1990 41828 Z23332 03/22/91 03/31/02 840 557 CEDARAPIDS 301-X60'CONVEYOR AGGREGAT 1990 41812 W14420 03/22/91 03/31/03 810 558 CEDARAPIDS 36"X60'CONVEYOR AGGREGAT 1990 41816 W14421 03/22/91 03/31/03 810 559 C£DARAPIDS 36"X60'CONVEYORS AGGREGAT 1990 41817 W14422 03/22/91 03/31/03 810 560 CEDARAPIDS 36"X60'CONVEYOR AGGREGAT 1990 41BlS W14423 03/22/91 03/31/03 810 561 CL-JAY CONVEYOR 121X30" AGGREGAT 1991 ID28003852CO W201046 09/05/91 10/31/02 840 SECTION 00100 INSTRUCTIONS TO BIDDERS 04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 8 BY: DONNA EQ\LE02EQP 4 a..lraxwfaa.wa.«...a«.wra *•• EQUIPMENT MASTER ••* «.aY4f.4..x..Y. «raa..a4aaa wr»..aw.«Y.1w.f..»wwY«..xf+a..ra+.wf.4+w.ra.ww.++wr.a»wrrraw.wr.x.:4a...r44.x+r4...rf#ra.xf.iaa.wr4.....»...».»wfrwa.wwraYw.Y.wa r..a EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE }x4i#f...hhYa..w.a.x+xYYYaY.l rfww.44..ww4«.Rhaf+....t.w#i.+wwlra..YY4..f#aafff«w+.Y.rr+aa..«hi YY+1iY».......f Ya.f .I raa++.a...Y... flf 562 PEERLESS 30"X60' CONVEYOR 563 PEERLESS 30"X90'CONVEYOR 564 CEDARAPIOS 36"X60'CONVEYOR 565 CEDARAPIDS 30"X60'CONVEYOR S66 CEDARAPIDS 30"X60'CONVEYOR 567 CEDARAPI➢S 30"X601CONVEYOR 568 CEDARAPIDS 30"X60- CONVEYOR 569 CEDARAPIDS 30"X60- CONVEYOR 570 HOWE-RICHARDSON SCALE 70'-CT 571 FAIRBANKS SCALE -SB ASPHALT 572 CARDINAL 60T SCALE-TIMNATH CONNELL AGGREGAT AGGREGAT AGGREGAT AGGREGAT AGGREGAT AGGREGAT AGGREGAT AGGREGAT AGGREGAT AGGREGAT AGGREGAT 1990 1993 1993 1993 1993 1993 1993 1995 1995 1991 21620 19498 43686 43689 43886 43987 43888 43889 73-03851/H309875 H248720 C70358 Z20858 Z56551 Z38872 Z20773 Z20774 Z23391 Z23390 03/03/93 07/16/93 12/01/93 12/01/93 07/16/93 07/16/53 07/16/93 07/16/93 08/01/95 04/26/95 10/28/93 04/30/02 06/30/02 06/30/02 05/31/02 05/31/02 05/31/02 05/31/02 810 840 910 640 810 810 840 840 840 840 810 5.00 6.00 5.00 5.00 5.00 5.00 5.00 5.00 10.00 15.00 10.00 573 574 575 FAIRBANKS SCALE -CAMILETTI FAIRBANKS PORT SCALE - TELLIER CEDARAPIDS 30"X60' CONVEYOR AGGREGAT AGGREGAT AGGREGAT 1998 7656F G826200TT/H581833 47526 Z23276 05/27/88 12/14/98 12/31/02 840 840 840 6.00 10.00 5.00 576 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47525 Z23224 12/14/98 12/31/02 840 5.00 577 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1999 47524 Z23225 12/14/98 12/31/02 840 5.00 578 CEDARAPIDS 36"X60' CONVEYOR AGGREGAT 1998 47512 Z23226 12/14/98 12/31/02 840 5.00 579 580 582 583 584 CEDARAPIDS 30"X60' CONVEYOR CRI SCALE CONVEYOR CU144INS ➢MT300 GEN CAT 3306 GENERATOR W/ TRAILER CAT 3306 GENERATOR W/ TRAILER AGGREGAT AGGREGAT AGGREGAT AGGREGAT AGGREGAT 1997 1998 1991 1998 1999 46585 91427 09MR02209 09NR03050 Z35967 Z20775 Z23331 Z38873 12/14/98 07/01/99 07/01/93 12/23/98 05/01/99 12/31/02 05/31/02 03/31/02 06/30/02 840 810 810 840 840 5.00 5.00 20.00 30.00 30.00 585 MAXILITE MLA4H PORTABLE LIGHT AGGREGAT 1994 940850 LU06091 12/12/97 02/28/03 810 2.00 586 MAXILITE ML4H PORTABLE LIGHT AGGREGAT 1994 940857 LU06092 12/12/97 02/28/03 B10 2.00 590 RIP RAP GRIZZLY AGGREGAT 12/15/88 810 591 SCREEN TRAILER AGGREGAT 1985 ID061382000 L29941 09/07/89 06/30/02 810 602 CRI WEIGH BELT ASPHALT 2001 Z38929 08/31/02 840 603 CRI PUGMILL & SCALPING DECX ASPHALT 2001 Z38930 08/31/02 840 604 605 606 CEDARAPIDS PUGMILL CEDARAPIDS E400 PORT DRUM 30000 GALLON DELTA STORAGE TANK ASPHALT ASPHALT ASPHALT 2000 1979 42426/42427 699131 112441 07/24/90 03/10/00 OS/10/00 810 810 810 105.00 500.00 607 24000 GALLON EATON STORAGE TANK ASPHALT 1962 F6852 05/10/00 840 608 SB ASPHALT CONTROL HOUSE ASPHALT 2000 04/15/00 840 609 DISCHARGE CONVEYOR ASPHALT 1999 CRI609 W14424 07/15/99 03/31/03 810 610 ASPHALT CONTROL PANEL ASPHALT 03/31/96 810 611 EZ BIN COMPUTER-610 ASPHALT 1996 04/19/96 810 612 ASPHALT CONTROL HOUSE ASPHALT 1998 04/01/98 810 613 ASPHALT RECYCLE CONVERSION ASPHALT 1998 04/01/98 810 614 ASPHALT TESTING OVEN ASPHALT 1099 05/21/99 810 615 RAMSEY SCALE SYSTEM ASPHALT 03/31/96 810 616 (3) 200T STO HAVEN ASPHALT SILO ASPHALT 1997 03/30/97 810 617 100T PITSAVER ASPHALT SCALE ASPHALT 1997 500397 04/07/97 810 618 SIX BIN FEEDER ASPHALT 1997 05/31/97 810 619 CAT 3412 GENERATOR ASPHALT 2000 02WJ00485 Z20859 03/21/00 04/30/02 810 620 EZ BLEND COMP (#630) ASPHALT 1996 05/20/96 840 623 DUSTEX RAIS40 BAGHOU ASPHALT 1974 728043 WZ00974 03/28/94 04/30/02 840 626 GENTEC HEAT EXCH ASPHALT 1995 03835695 03/15/95 810 627 CEI 1500A OIL HEATER ASPHALT 1995 H109295 05/22/95 840 04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 9 BY: DONNA EQ\LE02EQP hhhxf h{lf ixhf4xfwhhffhhffa +" EQUIPMENT MASTER ++* faf{fffaawlfa{aw.rYYa{{hr« a..a.Rf.raa{#.{rawf {hrlYk{hhhY#if.haw...lflMflf YYfahf aawaf.fYxhf.Ywa..{haahwfxf{Yw.rfFa#a hhlfw{.frr#Yax.Y.wwhf aw. xf.#afxv.e..ffih afw EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE arrfh+f.terra{.{h.F«ax...{«ra...waaa.xwrx+...{a....hh.«.fofrf{f..arr.f..wYa.....rr:.ff.Yaaa.{.r{a..a...+..aYra.xh fa+ax..hr..fffa.a w.. 628 STD HAVENS ASPH SILO ASPHALT 1995 07/01/95 840 629 PC ASPHALT PLANT SETUP ASPHALT 1997 06/01/97 810 630 CMI PTD30D PORTABLE DRUM ASPHALT 1997 04/30/97 840 400.00 631 SB ASPHALT PLANT SETUP ASPHALT 1997 07/01/97 840 632 BG-145 PAVER ASPHALT 1984 SA14SX541 Z2322B 07/11/91 12/31/01 610 55.00 633 BG-225 PAVER ASPHALT 1986 BG225-XI61 Z38870 06/17/93 06/30/02 840 55.00 634 2001 LEE BOY 8500 PAVER ASPHALT 2001 2623LD Z54615 09/25/01 11/30/02 810 55.00 635 CR461 PAVER ASPHALT 1994 44355 Z56550 09/15/94 06/30/02 810 85.00 636 GILCREST 813 PRO PAVER ASPHALT 1996 2558 Z56602 04/07/97 05/31/02 810 45.00 637 TOPCON ELECTRONIC LASER ASPHALT 2000 13232 09/22/00 840 638 1996 CAT WE851B PICKUP MACHINE ASPHALT 2996 SBC00263 LU07135 09/22/98 O6/30/02 840 40.00 639 CMI PR-500 PROFILER ASPHALT 1990 519105 Z56603 04/25/97 05/31/02 810 350.00 640 CS 8200 PROFTLOGRAPH ASPHALT 1996 8200-186-96 05/28/96 840 100.00 641 GRAYCO LL 5000 STRIPER ASPHALT A2573 06/01/96 840 10.00 642 POWER CURBER 150 ASPHALT 1997 1500997890 Z54570 09/17/97 11/30/02 810 100.00 643 TOPCON ELECTRONIC LASER ASPHALT 2000 12961 10/20/00 810 644 2001 CAT AP1055B PAVER ASPHALT 2001 ABS00338 CAT FINANCIAL 03/23/01 04/30/02 810 95.00 645 1978 SLAW KNOX SHOULDERING MACHINE ASPHALT 1978 756003 Z54597 04/OS/99 08/31/02 810 35.00 646 1997 CAT AP1055B PAVER ASPHALT 1997 8BM00206 Z38956 09/14/01 09/30/02 840 95.00 647 1997 CAT CB224C ASPHALT ROLLER ASPHALT 1997 3AL00895 Z23389 02/01/99 05/31/02 840 22.00 648 1997 HYPAC 530A RUBBER ROLLER ASPHALT 1997 A091C45400 W14426 01/27/98 03/31/03 810 30.00 649 1993 HYSTER C340C ROLLER ASPHALT 1993 C146C3149F Z56549 04/01/96 06/30/02 810 22.00 651 HYSTER PNEUM ROLLER ASPHALT 1983 A91C3686G LU05848 12/12/86 12/31/02 810 22.00 652 DYNAPAC CC21 DRUM RO ASPHALT 1995 7308041 Z56604 05/11/93 05/31/02 810 20.00 653 DYNAPAC CC10 DRUM CO ASPHALT 1985 586004 Z38923 12/01/93 08/31/02 840 20.00 654 DYNAPAC CC101 ROLLER ASPHALT 1990 61310207 Z56548 12/01/93 06/30/02 810 20.00 655 1997 HYPAC C530A PNEUM ROLLER ASPHALT 1997 A091C4549U 52SAVF 02/28/00 03/31/03 810 30.00 656 2001 CAT CB434C SMOOTH DRUM ROLLER ASPHALT 2001 4DNO0421 CAT FINANCIAL 06/20/01 08/31/02 810 45.00 657 HYSTER C766B DRUM ASPHALT 1994 B209C1998R Z56547 02/17/95 06/30/02 BID 50.00 655 HYSTER C766B DRUM CO ASPHALT 1995 B209CI901P Z023798 02/17/95 06/30/02 840 50.00 659 HYSTER C530A PNEU CO ASPHALT 1994 A091C4202P LU05607 02/17/95 06/30/02 810 30.00 660 CAT CB434 DRUM COMP ASPHALT 1991 03TF00069 Z23800 02/01/95 06/30/02 840 45.00 661 HYSTER PNEU COMPCTR ASPHALT 1971 4271R LUD5606 04/19/95 06/30/02 840 30.00 662 1996 DYNAPAC CC122 VIBR ROLLER ASPHALT 1996 60112158 W14427 11/13/97 03/31/03 810 20.00 663 1996 DYNAPAC CC122 VIER ROLLER ASPHALT 1996 60112070 W01457 11/13/97 02/28/03 840 20.00 665 MELROE PLANER ASPHALT 400101228 09/15/96 810 666 ING RAND SD-70D ROLLER ASPHALT 1996 145077 WZOS001 12/01/98 01/31/03 840 70.00 667 ING RAND DD-32 ASPHALT ROLLER ASPHALT 1999 159548 Z56657 06/09/UO 07/31/02 810 26.00 671 FUSCO BROOM ASPHALT 1975 477X LU3744 07/02/91 10/31/02 810 20.00 672 BROCE BROOM ASPHALT 1985 2432 LU4484 08/12/93 08/31/02 840 20.0( 673 BRUCE BROOM ASPHALT 1986 2961 LU07199 04/06/95 06/30/02 610 20.00 674 ROSCO CHALLENGER BROOM ASPHALT 2000 37007 962AVG 11/20/00 12/31/02 840 30.00 675 JOHNSTON 2-4000 SWEEPER ASPHALT 2000 1J9VM41432YC172027 653BYG 02/01/02 03/31/03 810 40.0( 676 BRUCE RJ-350 BROOM ASPHALT 2001 401061 654BYG 02/01/02 03/31/03 810 20.01 679 1992 CHEVY W/TEMP 210 SWEEPER ASPHALT 1992 IGBJC34KMI62875 WZ00962 01/27/98 03/31/02 840 35.01 680 CRI LIME TANK ASPHALT 1994 12/01/94 820 8.01 681 CRI LIME TANK ASPHALT 1995 06019599CO L056622 08/01/95 07/31/02 $40 8.0, 682 CHILDERS ASPH TANK ASPHALT 1966 0866-0765 12/02/94 BID 04-01-2002 11:15 CONNELL RESOURCES INC. BY: DONNA fhYrf Yf is YYff YflfYiYfiYYaf rf• EQUIPMENT MASTER Ya* PAGE: 10 EQ\LE02EQP ««ww....w««x«.. ww wa ax lwYw.wha.aw«aY wff:.xwha. wlls..w saxaawri.wrifwxfraawarYa. awhaa..wwYawxwwha.aai.axww i.wxfY.aeiY.flr rxx wi Yaf wef.w EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE ri«aiwre wYwwww«..wwifa«.aaa.x wf aaa uYu wwrxfa rwYxaxwsY.wx«rYaw waaaxauax.«wr.a..lw ax.arxhY.aaxwfhx: wf rww f«Yxxu.Yfsi swaff •w lfhYaaff 683 CEI ASPHALT TANK ASPHALT 1995 T61195 05/22/95 840 684 25000 GAL HOT OIL STORAGE TANK ASPHALT 1973 23570 128EUY 05/25/01 11/3D/02 840 690 692 STEPHENCANFIELD CURB GAC CUB 300T FAB MAC ASPHALT ASPHALT 1995 641192 004 08/22/95 B40 840 693 694'CIMLINE MBW GP3000-15 CMPCTR B200 APPLIC ASPHALT ASPHALT 1995 1994 1353600 93250321 934AVG 05/31/02 BID 840 698 DISTRIB SPRAY POT ASPHALT 1993 1130 933AVG 09/03/93 05/31/02 840 701 GORMAN RUPP 3" PUMP SUPPORT 658876 06/19/78 810 702 TRASH PUMP 3" SUPPORT 07/09/80 840 704 GORMAN RUPP 6" PUMP SUPPORT 1993 1002835 LU4858 10/25/94 11/30/02 810 705 GORMAN RUPP 4" PUMP SUPPORT 695646 02/10/86 SID 706 GORMAN RUPP 4" PUMP SUPPORT 1986 853335 10/01/86 810 707 GORMAN RUPP 4" PUMP SUPPORT 779190 10/01/86 840 708 HONDA TRASH PUMP SUPPORT 1993 WAF-1009879 04/15/93 BID 709 COULD SUBMERS PUMP SUPPORT 1995 OCT 95-133 06/01/95 BID 711 MONARCH WATER GUN SUPPORT 03/30/88 810 712 GORMAN RUPP 2" PUMP SUPPORT 898289 06/09/89 BID 713 GORMAN RUPP PUMP SUPPORT 918123 06/21/89 - BID 719 2000 GAL SKID TANK SUPPORT 06/20/94 BID 720 2000 GAL SKID TANK SUPPORT 1980 SOB6361 Z23227 08/31/83 12/31/02 840 721 SKID FUEL TANK HMADE SUPPORT 07/07/87 810 722 SKID FUEL TANK SUPPORT 12/01/91 810 731 GRUNDOAIR 70 AIR COMPRESSOR SUPPORT 2000 60137 07/28/00 810 732 1993 CAT 3412 GENERATOR SUPPORT 1993 BIZ13418 Z54596 04/11/95 00/31/02 810 733 ING RAND P-185 COMP SUPPORT 1992 204004U328 LU05648 07/01/96 08/31/02 810 734 735 ING RAND P-185 COMP ING/RAND P165 COMPR SUPPORT SUPPORT 1993 1991 230212UCD328 189407U91328 LU05668 LU4810 07/01/96 03/19/95 09/30/02 04/30/02 810 810 736 737 ING/RAND COMPRESSOR ING/RAND COMPRESSOR SUPPORT SUPPORT 1966 1986 142834 15452BU86957 WZ00911 LU3611 03/11/88 03/11/88 05/31/02 12/31/02 840 BID 738 MIXON 1165-1 PIPE LASER SUPPORT 1995 01/25/96 810 739 L500 ELECTRONIC LEVE SUPPORT 1996 7563/29121 05/01/96 810 740 L500 ELECTRONIC LEVEL SUPPORT 1997 12833/45504 04/24/97 BID 741 L520 ELECTRONIC LEVEL SUPPORT 1997 1585/54146 09/26/97 810 742 PIPE LASER N1165-1 SUPPORT 1997 L21219 11/01/97 BID 743 NORTON 13HP SAW SUPPORT 1997 97B00781 05/19/97 BID 744 HIXON 1250 HP PIPE LASER SUPPORT 1999 10246 01/15/99 BID 745 ASPHALT CUTTER SUPPORT 07/25/80 810 746 TOPCON TP-L3 PIPE LASER SUPPORT 2000 PY1062 06/01/00 SID 747 COLEMAN FORKS MOD 76 SUPPORT 1986 03/26/86 BID 748 PAVIFA PETROMAT MACH SUPPORT FUSOOSS104 810 749 BUILDING PAD LASER SUPPORT 2000 22629 09/18/00 SID 750 CPS LAYOUT SYSTEM SUPPORT 2001 05/11/01 810 751 2001 SOHN DEERE 6X4 GATOR SUPPORT 2001 W006X4X059690 11/13/01 810 752 PANASONIC PIII TOUGHBOOK 34 COMPUTER SUPPORT 2001 IGKSA03688 11/07/01 BID 755 CONCRETE FORMS SUPPORT 1981 10/20/01 840 771 MBW PLATE COMPACTOR SUPPORT 1996 1571321 NA 05/01/96 810 773 VIBROMAX COMPACTOR SUPPORT 840330171 07/01/82 BID 774 CASE PLATE COMPACTOR SUPPORT 1987 0840021905 04/10/87 810 04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 11 BY: DONNA EQ\LE02EQP *•• EQUIPMENT MASTER ••• fw,f..YiaYiaff..f ww fwlffaiY;«..wRRaiir..RlwYfff;f;.fYff..ahR1}f+f#+fti.««f«fiatf;•I«YfY#..;#R##«fi«fY##ff.wlfY Y.;..Rflfi#aalR«fi.a.. EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE PEN DATE DEPT RATE r..;i..t.if..i«aRllwssrf«.;•fY«Yawa r.f.;f«s+aif..a.««+fi+.;w...Ya.a...ff afr«r.aaa«„«rf«aw«f#raaaRRw ww waf.wa.f.faiia.;.fw..«w.1rlfYr 775 MIKASA COMPACTOR SUPPORT T2012 01/01/89 810 776 SRNS BACKFILL TAMPER SUPPORT 01/01/89 B10 778 ACTION COMPACTION WHEEL SUPPORT 1993 6400W-X-D6 01/01/96 810 779 ACTION 364EBC WHEEL SUPPORT A930102 01/22/93 810 780 MEW ASPH COMPACTOR SUPPORT 1567963 04/28/93 B40 791 ING/RAND GENERATOR SUPPORT 1988 166667US8802 LU06829 03/09/95 04/30/02 810 784 CAT 3406E GENERATOR SUPPORT 1993 02WE13221 Z38922 07/01/96 OB/31/02 840 785 CAT 3412 GENERATOR SUPPORT 1993 SIZ14890 Z38928 07/01/96 08/31/02 840 786 1994 CAT 3412 GEN SET SUPPORT 1994 BIZ16073 Z32165 01/01/96 09/30/02 810 787 1995 MULTIQUIP GBKW GENSET W/ TRAILER SUPPORT 1995 4AGRU16D6SCO20953 LU07059 02/13/99 03/31/03 810 788 LANDA PRESSURE WASHER SUPPORT 1999 P0399 12649 Z56658 06/11/99 07/31/02 810 789 1982 JOHN DEERE 2240 & DISK SUPPORT 1982 432647 LU06089 01/16/98 02/28/03 810 790 TRENCH CAGE SUPPORT 06/01/75 840 791 TRENCH BOX SUPPORT W00061431 2SP 04/01/01 810 792 SEARS SNOWBLOWER SUPPORT 1994 325206676 01/01/94 840 793 JOHN DEERE SNOWBLOWER 1032D SUPPORT 1996 M01032DI64130 12/24/96 84D 794 RYLAN➢ 9' HYD ANGLE PLOW SUPPORT 1996 7296 12/17/96 840 795 8XB SINGLE WALL BOX SUPPORT 88-4SW O1/07/93 810 796 8' NORTHERN SNOWPLOW SUPPORT 913-023 02/11/94 840 797 CONFINE ENTRY TEST SUPPORT 1994 04/01/94 810 798 PRESSURE WASHER SUPPORT 1994 PHWS-20021Q 06/14/94 840 799 12" DEMO SAW SUPPORT 09/08/95 810 800 LANDA WASHER SHOP 5899E 02/13/79 810 802 HOSE PRESS EQUIPMENT SHOP 6V6015 & 6V4860 02/01/86 810 903 WIGGINS FORKLIFT SHOP 1980 374655 LU3016 09/09/87 12/31/02 810 804 1988 P&H 22 TON CRANE SHOP 1986 55025 LU06644 07/08/9B 07/31/02 810 805 KOEHRING MOTOSUG FOR SHOP W2180 810 807 FUEL MANAGEMENT SYSTEM SHOP 1996 06/27/96 810 808 GRAY 2100 TIRE MACHINE SHOP 1999 81-001119 04/19/99 810 809 1999 PROSIGNA NOTEBOOK COMPUTER JJ SHOP 1999 1V93CTM4SIC3 05/06/99 810 810 AUTO CRANE UNIT #081 SHOP 1998 404000104AAN0998 Z54609 10/01/98 10/31/02 810 811 EMC 100E PARTS WASHER SHOP 0441798 06/11/99 810 812 2000 COMPAQ NOTEBOOK COMPUTER SHOP 2000 3JOCDPB4F420 12/22/00 810 813 2000 COMPAQ NOTEBOOK COMPUTER SHOP 2000 3JOCDPB4F425 12/22/00 810 814 2000 COMPAQ NOTEBOOK COMPUTER SHOP 2000 3JOCDPB4F41Y 12/22/00 810 815 FUEL TANKS & PUMPS SHOP 02/12/01 810 829 1995 CAT RC60 FORKLIFT SHOP 1995 2PJ00764 747BPK O1/17/01 02/28/03 810 830 MILLER WLDR & FEEDER SHOP 1981 900505 07/20/81 810 831 LINDE FEEDER WELDER SHOP BBID-26709 06/02/87 810 834 MILLER BIG 40 WELDER SHOP 72-604289 02/11/94 840 B35 SA-200 LINCOLN WELDER SHOP 761281 09/16/96 810 836 LINC CLASSIC II WELDER - 063 SHOP 1997 U1970305580 Z56659 04/04/97 07/31/02 B10 837 LINC CLASSIC II WELDER SHOP 1998 U1980709097 Z35969 11/03/98 12/31/02 810 838 LINC CLASSIC II WELDER SHOP 1995 U1970901155 Z056660 06/01/00 07/31/02 810 839 SORTECH/YORK WELDER AND BORER SHOP 2001 010758210 12/05/01 810 870 STORAGE SHED WO SHOP 04/01/97 830 990 WASTE OIL HEATER SHOP 1994 WO-F350UL 11/23/94 840 901 CAT 627G SCRAPER - WAGNER RENTAL 2001 AXF00566 M054793 08/27/01 12/31/02 810 04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 12 BY: DONNA EQ\LE02EQP x sra. wr..«s.raww.w:.xawa.a ... EQUIPMENT MASTER ... a ww.wa.wxa.raw. w. ww.r+.... r arrr..wra+..wwwr+aw..•rr+ws.r•ww•aa.w..ra..•raar.www+a.rra...w.a.aaw.raa..war......w+.+.w+a..w..aa.r+wwx+..xa+..xra+.w.r.. ra.aaa.a. EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE we++wr.. rr rrw.ww.+....wrw:.www«w..wa.«....r++...w..+a.wwr«...wwa.w..swa..a..as...wxra.w w.ar++.. ww.w...w.wa..w •a+w+ear+....a.wwaer... 902 CAT 627G SCRAPER WAGNER RENTAL 2001 AXF00584 M054852 09/11/01 12/31/02 810 125.00 903 CAT 623F SCRAPER -CAT FINANCIAL RENTAL 1996 6SK00272 TE17909 02/18/98 07/31/02 810 110.00 904 CAT 631E SCRAPER -CAT FINANCIAL RENTAL 1997 1NB014D5 TE17911 12/03/98 07/31/02 810 135.00 905 CAT 631E SCRAPER -CAT FINANCIAL RENTAL 1998 INB01390 TE17912 12/03/98 07/31/02 810 135.00 914 INTL TANDEM DUMP (SCHWARTZ) RENTAL 810 25.00 915 95 FORD PICKUP RENTAL 1995 SFTEX14N4SKB63567 12075W2 10/31/02 840 6.00 919 CAT D6R DOZER RENTAL 5LN02596 08/22/01 840 60.00 926 1995 SEALMASTER SEALCOAT - TC RENTAL 1995 926 947AVG 06/02/00 06/30/02 840 20.00 927 66 FORD WATER TRUCK-TC RENTAL 1966 NE13R010697 11859WZ O6/30/02 840 10.00 928 66 TRAILMOBILE VAN-TC RENTAL 1966 AllAlAAHC60131 R114101 06/30/02 840 2.00 929 77 CHEV IT FLATBED-TC RENTAL 1977 CCL337VI41181 11860W2 06/30/02 840 15.00 933 2001 CAT 330BL EXCAVATOR-WAGNER RENTAL 2001 6DR04693 05/04/01 840 78.00 938 CAT D9R DOZER WAGNER RENTAL 2000 7TL01275 M069259 OS/05/O1 12/31/02 810 115.00 939 CAT D6R XL DOZER-WAGNER RENTAL 1999 SLN02037 M069175 04/30/01 12/31/02 810 60.00 940 2001 CAT D6RXL DOZER RENTAL 2001 5LN03089 03/04/02 810 35.00 946 CAT CP433C COMPACTOR - WAGNER RENTAL 2JM00670 03/12/02 810 45.00 954 ISUZU SWEEPER RENTAL 1986 FTR12KA3534289 WZ00797 06/30/02 810 40.00 964 CAT 93BG LOADER -CAT FINANCIAL RENTAL 1598 SWS00923 TE17913 08/12/98 07/31/02 810 60.00 965 CAT 938G LOADER-WAGNER RENTAL 2001 4YS02153 05/04/01 840 60.00 969 CAT 980G LOADER -CAT FINANCIAL RENTAL 1998 2KR02177 TE15950 05/13/98 07/31/02 810 85.00 971 CAT D300 ART DUMP TRUCK-WAGNER RENTAL 5KS00420 11/26/O1 BID 65.00 972 CAT D250E ART TRUCK WAGNER RENTAL 1997 5TN1190 TE14550 07/10/01 12/31/02 810 65.00 984 IT28G LOADER -CAT FINANCIAL RENTAL 1999 BCR0II92 TE17910 06/29/98 07/31/02 810 55.00 1006 MINOLTA 5600 FAX OFFICE 2001 03/19/01 810 1008 DESIGN JET 455CA PLOTTER OFFICE SC92JI1044 07/09/99 810 1009 BROTHERS MFC-4550 FAX MACHINE OFFICE 02/16/97 810 1012 TI 6920 PRINTER OFFICE 1993 4781930046 12/23/93 BID 1016 NEC 480 FAX MACHINE OFFICE 1995 G19PS60779 02/15/95 SID 1018 EDGE GRAPHICAL SYS OFFICE 1995 06/01/95 810 1019 GTCO TABLET W/CONT OFFICE 1995 3640NA0495-007 07/01/95 810 1021 CCAS/FERRELL SOFTWRE OFFICE 1995 951107-01 12/15/95 810 1022 HP LASER PRINTER OFFICE 1995 01/21/95 810 1023 HP LASER PRINTER OFFICE 1995 12/12/95 BID 1027 VERTEK P133 COMPUTER ON OFFICE 1995 12/15/95 810 1028 ACT COMPUTER P100 SM OFFICE 1996 14012 02/20/96 810 1031 ACT P120 COMPUTER WT OFFICE 1996 ACT 14703 05/10/96 840 1035 ACT P166 COMPUTER T/C PIT OFFICE 1997 T31795 11/07/97 B10 1036 ACT P166 COMPUTER EL OFFICE 1997 T31796 11/07/97 810 1039 TRADEMARK P166 COMPUTER JD OFFICE 1997 180H177674 11/01/97 840 1040 ACCT MODULAR DESK(3) OFFICE 1996 03/19/96 810 1041 OFFICE CHAIRS (12) OFFICE 03/29/96 810 1042 MGR OFFICE DESK (3) OFFICE 04/18/96 810 1043 MANAGER CHAIR OFFICE 05/09/96 910 1044 ACCOUNTING MODULAR DESK OFFICE 1997 06/25/97 810 1045 ESTIMATING DESK 6: TABLE OFFICE 1997 11/26/97 810 1046 ACCOUNTING MODULAR DESK OFFIC& 04/23/98 810 1047 WON METRO CLASSIC DESK OFFICE 08/07/9B 810 1048 VARIOUS OFFICE CHAIRS OFFICE 09/29/9B 810 04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 13 BY: DONNA EQ\LE02EQP •** EQUIPMENT MASTER *•• e..aa»«,w..xwx+,..xrwww.a...a.....raa.u++..aw.aaxxu....rraa a w»w.....r.....,..a..........xrwaa....«w.....r..... r... w.... u.«.a..x. EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE .w........waa...»...a.....«a..a..,...wrr...x.+aa..x«+wa...r+..wx.ar..xxr ar..x.xr+.aaxr.r..awx.«.ra...x.r.aw.x.....w.....a. a......w.. 1049 SECRETARY DESK & RETURN OFFICE 1050 TRADEMARK 2233 COMPUTER CAM PIT OFFICE 1998 180,7260937 1051 ACT P233 COMPUTER SM OFFICE 1998 ACT T032779 1052 ACT P350 COMPUTER AC OFFICE 199E T024189 1053 ACT P300 COMPUTER DR OFFICE 1998 T034191 1054 ACT 300MHZ COMPUTER SHOP OFFICE T034190 1055 1998 COMPAQ NOTEBOOK COMP OFFICE 7808534R 1056 TRADEMARK P333 COMP BF OFFICE 160J988082 1060 OKIDATA ACCOUNTING PRINTER OFFICE 1064 GE MOS MOBILE RADIO OFFICE 9162781 1066 MOTOROLA MTX810 (2) OFFICE 191ASL2051/2052 1067 NEC/INTERWEST TELEPHONE SYS OFFICE 1996 1068 LASERJET 3100SE FAX/PRINTER OFFICE 1998 USE5015267 1069 VODAVI TRIAD PHONE & VOICE MAIL OFFICE 1070 1996 MAXON TRUNKED RADIO OFFICE 1996 1071 MAXTRAC 800 BASE RADIO OFFICE 1996 1072 ADDITIONAL PHONES / PHONE CARD OFFICE 2000 1073 OFFICE CHAIRS OFFICE 1080 AGTEK CAD SYSTEM OFFICE 1081 AGTEX SURVEY/LAYOUT PACKAGE OFFICE 13511 1082 LAYOUT LASER OFFICE 1083 WIN/X SOFTWARE AND LICENSES OFFICE 2000 1084 NETWORK SWITCHES OFFICE 1085 SID UNIX $05 OFFICE 1086 NICHE SID2WIN SOFTWARE OFFICE 1087 TARANTELLA SOFTWARE & LICENSES OFFICE 1100 OFFICE FURNITURE OFFICE 1101 (3) 4 DRAWER DESKS OFFICE 1102 OFFICE CHAIRS & TABLES OFFICE 1103 OFFICE FURNITURE BC OFFICE 1109 HP 4100 DIN LASER PRINTER OFFICE 2001 USJN333 1110 REFRIGERATOR OFFICE 1111 HP PRINTER/SCANNER/COPIER OFFICE 2001 SGE09EGOCT 1112 HP LAPTOP COMPUTER TC OFFICE 2001 HP TW04 1113 COMPAQ PRESARIO AMD/K6 COMPUTER FIELD OFFICE 2000 IV06FHN5HIBI 1114 DELL C500 COMPUTER SP OFFICE 2000 JBDC30B 1115 PCs C566 COMPUTER OFFICE 2000 1116 PCs C500 COMPUTER CL OFFICE 2000 1117 PCs C500 COMPUTER AC OFFICE 2000 1118 PCsC50000MPUTER DS OFFICE 2000 1119 PCs P650 COMPUTER AGTEK OFFICE 2000 1120 ACT P350 COMPUTER DS OFFICE 1998 D29267 1121 ACT P350 COMPUTER SG OFFICE 1998 D29340 1122 ACT P350 COMPUTER SC OFFICE 1998 D27962 1123 ACT P350 COMPUTER MF OFFICE 1998 D29432 1124 ACT P350 COMPUTER AM OFFICE 1998 D29334 1125 ACT P300 COMPUTER GVL PIT OFFICE 199E D28613 1126 ACT P350 COMPUTER JS OFFICE 1998 09/1B/98 810 02/18/98 840 02/17/98 810 08/06/98 BID 08/06/98 810 O8/06/98 810 08/10/98 810 10/02/98 840 04/17/98 810 04/26/93 810 02/11/94 840 02/21/96 810 04/14/98 810 09/10/98 840 O6/10/96 810 06/01/96 840 07/29/00 810 10/20/00 BID D7/20/98 810 09/01/98 810 09/01/98 BID O6/30/00 81D 08/30/00 810 11/30/00 810 02/23/01 810 03/30/01 810 08/30/78 810 04/01/81 BID 05/29/01 BID 02/11/D2 810 11/09/01 810 03/06/97 BID 01/04/01 840 O1/07/01 840 08/31/00 840 08/01/00 840 07/28/00 810 06/19/00 BID 06/19/00 810 D6/19/00 810 06/19/00 810 12/17/98 810 12/17/98 810 12/17/98 810 12/1B/98 810 12/18/98 840 12/17/98 810 12/18/98 810 04-01-2002 11:15 CONNELL RESOURCES INC. PAGE: 14 BY: DONNA 6Q\LE02EQP «wax.aa.wwaa+a«xxaaw..xrar EQUIPMENT MASTER •`• . aaa+..r.raa.w«raaaax.xrwa aa...ra+...«ra aaaaa wr+waasxxwaa...a..awaa+.xx.xar++«awaa.a..waa.....sw.x..a...r EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE r...a.eaa..w...w««..www.ww+a...wa«a..x...a.awwwarr.a.ss.aaawxrw.aa..♦w«a+.+.w«wwaa.aaw..aa.a..w.raa+..a.swaaaaww.r.a.....aarwa rra.x. 1127 ACT P350 COMPUTER SW 1128 ACT P300 COMPUTER TEL PIT 1129 P350 DUAL PROCESSORS COMPUTER 1130 COMPAQ PRESARIO AMD/K6 COMPUTER JD 1131 IBM THINKPAD PIII 700 WW 1132 IBM THINKPAD PIII 700 EP 1133 PCS PIII 800 COMPUTER SW 1134 PCS AMD 1000 COMP -SERVER 1135 PCS PIII 800 COMPUTER TA 1136 PCS PIII 800 COMPUTER TAM 1137 PCS PIII 866 COMPUTER RT 1138 IBM THINKPAD PIII 700 Sr 1156 TOSHIBA BD4121 COPIR 1200 WAGNER RENTS 416 BACKHOE 1205 WAGNER RENTS 436 SACKHOE 1210 WAGNER RENTS IT28 LOADER 1220 WAGNER RENTS CP433 SHEEPSFOOT COMP 1230 WAGNER RENTS TRENCHER 1235 8020 DITCH WITCH 1240 WAGNER RENTS 2000 GAL WATER TRUCK 1245 WAGNER RENTS 3500 GAL WATER TRUCK 1250 WAGNER RENTS 33" WALK BEHIND COMP 1265 HARMONY PROPERTY BLD 1266 HARMONY PROPERTY SHP 1267 MODULAR OFFICE BUILDING 1268 HARMONY PROPERTY PARTS HOUSE OFFICE 1998 12/18/98 B10 OFFICE 1998 D2994B 12/17/98 840 OFFICE 1999 10186 02/23/99 810 OFFICE 2000 1X9CDCTMJITB 02/04/00 840 OFFICE 2001 1S2628E2U78NBXR6 03/14/01 B10 OFFICE 2001 1S2628E2U78NBYC0 03/14/01 B10 OFFICE 2001 03/02/01 810 OFFICE 2001 03/02/01 B10 OFFICE 2001 05/01/01 810 OFFICE 2001 05/01/01 810 OFFICE 2001 05/17/01 810 OFFICE 2001 1S2628E2U78NCAE0 03/28/01 B10 OFFICE SF752423 02/11/94 840 RENTAL 810 RENTAL 810 RENTAL S10 RENTAL 810 RENTAL 810 RENTAL 810 RENTAL 810 RENTAL 810 RENTAL 810 OTHER 05/24/91 810 OTHER 12/12/93 810 OTHER 03/01/96 830 OTHER 12/01/01 810 50.00 50.00 55.00 60.00 60.00 55.00 30.00 45.00 30.00 Attachment `D" William T. Welch, AIC, CPC Construction Manager/ Vice President Provides oversight to project managers, estimators and trade supervisors; reviews quotations and bids; assists project managers in negotiating contracts and change orders; makes information technology assessments; project manager on major contracts. Projects Representative of Skill Level: Project Manager Poudre Valley Health Systems — South Campus M.A. Mortensen Company - Mark Haynes 303-295-2511 $1,757,000 Earthwork, utilities, and paving Project Manager Hewlett-Packard Genesis IV Project, Fort Collins, CO $4,500,000 Earthwork, utilities, and paving Tim Walsh 303-295-2511 Construction Manager State Highway 66 Widening $1,020,000 Paving and road reconstruction Project Manager State Road 392 Windsor East and West, Windsor, CO $1,299,000 Paving and road reconstruction Project Manager Pacifica Inverness Office Building Project, Englewood, CO (The Neenan Co.) $18,000,000 - 155,000 SF office building Project Manager Pacifica Point Office Building Project, Englewood, CO (The Neenan Co.) $12,000,000 - 125,000 SF office building Senior Project Manager Friendship Village of South Hills, Pittsburgh, PA (The Weitz Co.) $9,000,000 - 155,000 SF living units and medical center Senior Project Manager Rehoboth Beach outlet Malls, Rehoboth Beach, DE (The Weitz Co.) $8,000,000 — 75,000 SF Pre-engineered metal buildings General Superintendent Ritz Carlton Hotel Project, Manalapan, FL (The Weitz Co.) $32,000,000 - 640,000 SF resort hotel Assistant Project Manager Ohio River Steel Corporation, Calvert City, KY (Armco Contracting Ops.) $22,000,000 — 1,000,000 SF Pre-engineered metal building MS Construction Management 1985, Colorado State University, Fort Collins, CO BS Construction Management 1981, Colorado State University, Fort Collins, CO Certified Professional Constructor, AIC Certification Commission November, 1998 AACE International (American Association of Cost Engineers) 1982 - Present American Institute of Constructors 1991 - Present American Society of Civil Engineers 1995 - Present David E. Simpson Chief Estimator/ Vice -President Provides estimating and project management for public and private projects. Projects Representative of Skill Level: Chief Estimator Con Agra, Greeley, CO The Neenan Company — Todd Dangerfield - 970 495-6319 KBN Engineers, Inc.- 970-395-9880 Chief Estimator Boyd Lake North Sixth Sub., Fort Collins, CO The Genesee Co. — Ron Skarka — 303-526-9000 TST, Inc. — Shar Shadowen - 970-226-0557 Chief Estimator Eagle Ranch Estates, Windsor, CO Three Eagles Development -Dwayne Walker 970-667-5155 TST, Inc. — Rich Dvorak- 970-226-0557 Chief Estimator Seven Lakes 5`" Subdivision, Loveland, CO Twin Lakes Development — Scott Bray-970-663-1897 JR Engineering — Dan Matson-491-9888 Chief Estimator The Home Depot, Loveland, CO Colorado Structures, Inc. — Scott Norman-719-522-0500 Galloway, Romero & Associates-303-770-8884 Chief Estimator Rossom Drive Improvements, Loveland, CO Mariana Butte Properties/Landmark Engineering LTD Rod Han-970-667-6286 Chief Estimator Westchase, Fort Collins, CO U.S. Home — Jerry Richmond-303-779-6100 Double Eagle Construction Services—970-223-3500 David Evans & Associates — Rich Gorman-303-914-1019 Chief Estimator Latimer County Road 17, Fort Collins, CO Larimer County — Todd Juergens-970-498-5711 Latimer County Engineering Coursework, Business, 1967-1969, University of Northern Colorado Coursework, Industrial Construction Management, 1969-1971, Colorado State University Over 100 hours of Management and Estimating classes through Fails Management, Inc. and the Associated General Contractors of America. Clayton D. Crisp Site Manager Provides field supervision, estimating support and field project management Site Manager ConAgra Project, Greeley, CO Earthwork, utilities and paving Site Manager Rocky Mountain Village I" Subdivision, Loveland, CO Turnkey subdivision construction Site Manager Taft Hill Project Manager Viewpointe Subdivision Project, Wellington, CO Turnkey subdivision construction Site Manager US Highway 40 Widening, Steamboat Springs, CO Highway reconstruction and paving Grading Foreman Eubank Bridge/Main St. Projects, Roswell/Albuquerque (Kiewit Company) $8,000,000 Bridge and street reconstruction Grading Foreman I-80 Interchange, Rawlins, WY (Kiewit Company) $10,000,000 Highway construction Project Engineer Split Rock 94 Mine Reclamation Project, Jeffery City, WY (Kiewit Company) $1,200,000 Grading project Project Foreman Runway upgrade project, Offutt A.F.B., Omaha, NE. (Kiewit Company) $7.5 million Grading, utilities and concrete pavement Engineer/Foreman Airport Runway/Highway Widening Project, Lubbock, TX (Kiewit Company) $5,500,000 Grading, paving and chipseal Project Engineer Highway Reconstruction Project, Childress, TX (Kiewit Company) $4,000,000 Grading, paving and concrete pavement Foreman Highway Reconstruction Project, Buffalo, WY. (Kiewit Company) $8,000,000 Grading and paving BS Construction Management 1990, Colorado State University, Fort Collins, CO SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub - bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-159 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform 7/96 1 Section 00100 Page 1 Michael A. Maestas Paving Foreman Provide supervision of paving crew and operate equipment. Paving Foreman Con Agra Project. (Connell Resources) Greeley, Co. Paving Foreman Fort Collins City Rehab. (Connell Resources) Fort Collins, Co. Paving Foreman Hunter's Run Subdivision (Connell Resources) Loveland, Co. Paving Foreman West First St. Project. (Connell Resources) Loveland, Co. Paving Foreman CSU. Deteriorated Roadways Project. ( Connell Resources) Fort Collins, Co. Paving Foreman UNC. Running Track. (Lafarge) Greeley, Co. Paving Foreman 35 th. Ave. Widening Project (Lafarge) Greeley, Co. Paving Foreman State Highway 85 widening & Overlay Project. (Lafarge) Greeley To Ault. Paving Foreman Fort Morgan Rehab Project (Lafarge) Fort Morgan, Co. Paving Foreman Home Depot Project (Lafarge) Greeley Co. Paving Foreman Greeley, Weld County Airport. (Lafarge) Greeley Co. Paving Foreman Greeley Mall Overlay Project. (Lafarge) Greeley, Co. Graduated from Highland High school 1979, Ault Co. SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 10% of the contract. ITEM 12-30ro1 -25 1,,30-63 ag/o - 0l T a9o0 -0 6oP-ol rz, 608 0& o9, i o 609 - /1 tiaf- 01 3o)-a/ 7/96 SUBCONTRACTOR clN l "T-E�D i��i4'7-Rt-5 AW41 Section 00430 Page 1 SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD Date: April 24, 2002 TO: CONNELL RESOURCES, INC. PROJECT: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696 OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated April 16, 2002 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696. The Price of your Agreement is Eight Hundred Eleven Thousand, Fifteen Dollars and Forty cents ($811,015.40). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by May 9, 2002. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. t f Fort Collins y . O Q wlz Jams B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management Title 9/12/01 Section 00510 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 24th day of April in the year of 2002 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Connell Resources, Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the widening of Shields Street from Hobbit Street south to the Spring Creek Lane (approx. 1150 feet) including: a limited full width reconstruction (west curb along Shields Street to remain intact), addition of concrete bus pull-out stop, vertical curb and gutter along the east side of Shields Street, earthwork, handicap ramps, enhanced crosswalks, detached seven -foot (7') sidewalk, water and storm sewer appurtenances and parkway landscaping, and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Shear Engineering and City of Fort Collins Engineering, who is hereinafter called ENGINEER and who will assume ali duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete by July 26, 2002 as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions by August 5, 2002. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 9/12/01 Section 00520 Page 1 1) Substantial Completion: Two Thousand Dollars ($2,000.00) for each calendar day or fraction thereof that expires after July 26, 2002 until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred ($500.00) for each calendar day or fraction thereof that expires after August 5, 2002 for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. 3.3 Incentive. A $2000 per day incentive will be awarded to the Contractor for substantially completing the work prior to the July 26`' deadline. The total incentive amount will not exceed 100 of the Base Bid. ARTICLE 4. CONTRACT PRICE 4.1. OWNER with the Contract Hundred Eleven The attached a ARTICLE 5. PAYMENT PROCEDURES for performance of the Work in accordance funds as follows: ($811,015.40) Eight and Forty cents Dollars, in accordance orated herein by this reference. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 50 of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 1000 of the Work completed. 900 of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in 9/12/01 Section 00520 Page 2 paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 9/12/01 Section 00520 Page 3 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered 1 through 10 inclusive with the following general title: South Shields Street Improvements - Shear Engineering Corp., 1-Cover & General notes, 2-Existing Conditions & Removal Plan, 3-Master Utility Plan, 4-Street Typical Sections, 5-South Shields Street Plan and Profile, 6-South Shields Grading and Erosion Control, 7-8-Shields Street cross -sections, 9-Shields Street Striping Plan (Proposed), 10-Detail Sheets. Pavement Management - City of Fort Collins Engineering, 1-Shields & Prospect Intersection Mill & Inlay, 2-Spring Creek Lane Reconstructional. The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to , inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or 9/12/01 Section 00520 Page 4 incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 9/12/01 Section 00520 Page 5 OWNER: CITY OF FORT COLLINS By: 9�q JOHN F7. SCHH, CITY MANAGER � IFS S. jO'NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING AND RISK MANAGEMENT Date: 5 CONT/E/A%%C,TOR: Connell Resources Inc. By: Af// ! • (/lli1G \miIli df\ T. WeAck- Title: �1�f1 t'„eSit�C'h� Date:_ 4 1 24 to 2. (CORPORATE SEAL) Attest: Attest:__ City; C 7� Addres fot giving not ces: Address for giving notices: P. o. 580' Fort Col ]j5J, CO 805, LJA_1 r. LICENSE NO.: Approved as to Form q Assi ant o ity Attrney 9/12/01 Section 00520 Page 6 be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty- first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT 7/96 Section 00100 Page 3 SECTION 00530 NOTICE TO PROCEED Description of Work: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID NO. 5696 To: This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20 The dates for Substantial Completion and Final Acceptance shall be and 20_, respectively. City of Fort Colli OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20 CONTRACTOR M Title: 7/96 Section 00530 Page 1 SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00610 PERFORMANCE BOND Bond No. 19SB103829415 KNOW ALL MEN BY THESE PRESENTS: that (Firm) Connell Resources, Inc. (Address) 4305 E. Harmony Road Fort Collins 1 0 80528 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and f(Firm) Travelers Casualty and Surety Company (Address) Hartford. CT 06183 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of $811.015.40 in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal ntered into a certain Agreement with the OWNER, dated the p?y Y�+ day of I 20Q�y a copy of which is hereto attached and made a part her of for the Performance of The City of Fort Collins project, SOUTH SHIELDS STREET IMPROVEMENT PROJECT;.BID NO. 5696_ NOW, THERBFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00610 Page 1 IM PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in four (4) counterp to, each one of which shall be deemed an original, this day of , 2Ojl, TIN PRESENCE OF• � L ���7 /l o ne Resources, Inc. IA�1 tDr�� \LLMp-c-118&k- Wte??,r-AP4 (Corporate Seal) IN PRESENCE OF: (Title) 4305 E. Harmony Road, Fort Collins CO 80528 (Address) Other Partners By: By: IN PRESENCE OF: Surety Tr le/rs^Casualty a d Surety Company t =O '& � t M A Aw l By Witness By: Hartford, CT 06183 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement.. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00610 Page 2 1, SECTION 00615 PAYMENT BOND Bond No. 19SB103829415 KNOW ALL MEN BY THESE PRESENTS: that ' (Firm) Connell Resources, Inc. (Address) 4305 E. Harmony Road. Fort Collins. CO 80528 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company (Address) Hartford, CT 06183 hereinafter referred to as "the Surety"; are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of $811,015.40 in lawful money of the United States, for the payment. w ich sum sell and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas, the Princ' al a tore d into a certain Agreement with the OWNER, dated the Ya� day of , 20&oa copy of which is. hereto attached and made a part here f for the performance of The City of Fort Collins project, SOOTH SHIELDS STREET IMPROVEMENT PROJECT; BID No. 5696. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used I in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void, otherwise to remain in Eu11 fe:ce and erfect. 7/96 Section 00615 Page 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates ' and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. i PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR ■ shall abridge the right of any beneficiary hereunder, whose claim may be ! unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in four (4) counter rts, each one of which shall be deemed an original, this �`0 day of A p, 20Q2: IN PRESENCE WrLuci ge11 Resources, Inc. LCLLLW BY: (Title) 43n5 E. Harmo{Ly Road. Fort Collins. CO 00528 (Address) (Corporate Seal) IN PRESENCE OF: other Partners 2N PRESENCE OF: Surety T avelers Casu ty and�Surety Company Witness x Hartford, CT 06183 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00615 Page 2 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Connie K. Boston, Donald B. Martin, Chris S. Richmond, Darlene Krings, William C. Hensler, Kelly T. Urwiller, Russell J. Michels, Linda M. Nikolaeff, Debra S. Morris, Mary M. Powell, of Greeley, Colorado, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances. contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the dulv authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Aeents to act for and on behalf of the companv and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove anv such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, anv Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Companv's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, anv Vice President, any Assistant Vice President, any Secretarv, anv Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for Purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate beating such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsinule signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. 0 1 -00 � mdard) SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 7/96 Section 00630 Page 1 r 11 anttk• 14477 ACORD, CERTIFICATE OF LIABILITY DATE (MMI9/02 INSURANCE 4/2 PRODUCER Flood & Peterson Insurance Inc THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4821 Wheaton Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P O Box 270370 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Collins, CO 80527 INSURERS AFFORDING COVERAGE INSURED Connell Resources, Inc. INSURERA: Zurich US INSURER B: American Internationale Companies El Harmony Road INSURERQ Pinnacol Assurance Fort Fort Collins, CO 80528-9527 NSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR WHO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE GATE MM/DD/YY POLICY EXPIRATION DATE M/DD/YY -- LIMITS A GENERAL LIABILITY ERCIAL GENERAL LIABILITYFIREDAMAGE(AnyoneOre)$3OO LAIMS MADE �OCCUR t CON95846870 06/01/01 06/01/02 EACH OCCURRENCE $1 000 000 000 OOO MED EXP (Any one person) $1QQ0QDed:25QPERSONALS ADV INJURY $1 QQQ, QQQ GENERAL AGGREGATE $2,000,Q0Q EGATE JE ITAPRIES PER: X jRO- CT LOC PRODUCTS COMP/OP AGO $2 QOO OOOY /--- A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Drive Other Ca CON95846912 06/01/01 06/01/02 COMBINED SINGLE LIMIT (Ea accident) $1, 000, 000 BODILY INJURY (Per Person) $ X BODILacY INJURY (Per citlent) - _ — $ X X PROPERTY DAMAGE (Perateddent) - --- $ B C GARAGE LIABILITY AUTO- EXCESS LIABILITY X OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $1 Q 0 0 0 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OTHER BE8715415 4029651 06/01/01 06/01/01 06/01/02 06/01/02 - EA ACCIDENT $ANV fAUTOLY HAN EA ACC_ AGG EACH OCCURRENCE -'— $LY: $ -� $3 000`Q0 AGGREGATE__ $3 O O O,, O O O -- - '- X r RSTATu- °ER $ E.L. EACH ACCIDENT $500 000 _ E.L. DISEASE-EAEMPLOVEE $500,_000 E.L. DISEASE . POLICY LIMIT $S O O Q O O DESCRIPTION OF OPERATIONS/LOCATIONWEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: South Shields Street Improvements / Bid# 5696 Certificate holder is named as additional insured, but only as respects liability arising out of work performed by the named insured (Excluding Workers, Compensation). City of Fort Collins PO Box 580 215 North Mason St Fort Collins, CO 80522-0580 DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL 3 Q__ DAYS WRITTEN NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAILURE TODOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY HIND UPON THE INSURERJTS AGENTS OR ACORD25S(7/97)1 of 2 #S214573/M186267 0 ACORD CORPORATION 1988 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; BID NO. 5696 PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR By. AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substan- tially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER REMARKS: 7/96 AUTHORIZED REPRESENTATIVE DATE Section 00635 Page 1