Loading...
HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - BID - 5799 NORTHEAST AREA OVERLAY PROJECTSPECIFICA AND TIONS CONTRACT DOCUMENTS FOR NORTHEAST AREA OVERLAY PROJECT BID NO.5799 BID OPENING: PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS July 15, 2003 - 3:00 P.M. (OUR CLOCK) 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 Section 00100 Page 1 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............................. 1.2 Agreement..........................................1 2.2 Copies of Documents,,,,,,..................3 1.3 Application for Payment ....... ...........1 2.3 Commencement of Contract 1.4 Asbestos ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,I Times; Notice to Proceed,...,,,,,,,,,,, 3 1.5 Bid.................1 2.4 Starting the World,,,,,,,,,,,,,,, .......... 1.6 Bidding Documents .............................1, 2.5-2.7 Before Starting Construction; 1.7 Bidding Requirements,,,,,,,,,,,,,,,,,,,,,,,,,1 CONTRACTOR's Responsibility 1.8 Bonds.................................................1 to Report; Preliminary Schediles; 1.9 Change Order......................................I 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 ..................................... 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., ................. I ............. 2 4. AVAILABILITY OF LANDS; 1.27 OWNER,,,,,,,,,,,,,............................... 2 SUBSURFACE AND PHYSICAL CONDITIONS; 1.28 Partial Utilization................................2 REFERENCE POINTS; , .„5 1.29 PCBs..................................................2 4.1 Availability of Lands.....................5-6 1.30 Petroleum,,,,,,,,,,,,, .......... 4.2 Subsurface and Physical 1.31 Project................................................2 Conditions................... .................. 6 1.32.a Radioactive Material ............................2 4.2.1 Reports and Drawings ,,,,,,,,,,,,,,,,,,,.„6 1.32.b Regular Working Hours ........................ 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..............................................2 4.2.6 Possible Price and Times 1.41 Underground Facilities ..................... 2-3 Adjustments ,,,,,,;........................ 6-7 1.42 Unit Price Work ..... ......... ...........3 4.3 Physical Conditions --Underground 1.43 Work ............... ...........3 Facilities, ...................................... 7 1.44 Work Change Directive ........................ 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 EJCDC 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 Submittal .................................... 16 5. BONDS AND INSURANCE ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 8 6.26 Shop Drawing & Sample Submit- -' 5.1-5.2 Performance, Payment and Other tals Review by ENGINEER ,,,,..16-17 Bonds,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 8 6.27 Responsibility for Variations 5.3 Licensed Sureties and Insurers; From Contract Documents, ........... 17 _ Certificates of Insurance 8 6.28 Related Work Performed Prior 5.4 CONTRACTOR's Liability to ENGINEER's Review and Insurance ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,9 Approval of Required 5.5 OWNER's Liability Insurance,,,,,,,,,,,,,, 9 Submittals ,,,,,,,,.,,,,,,,,,,,,,,,,,,,,,,,,,,17 _ 5.6 Property Insurance ,,,,,,,,,,,,,,,,,,,,,,,,,,9-10 6.29 Continuing the Work ,,.,,,,,,........J7 5.7 Boiler and Machinery or Addi- 6.30 CONTRACTOR's General tional Property Insurance ,,,,,,,,,,,,,,,,,10 Warranty and Guarantee ,,,,,,,,,,,,,,,17 - 5.8 Notice of Cancellation Protision..,,,,.,,10 6.31-6.33 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 ................................................. 18 5.11 Waiver of Rights,,,,,,,, ,,,,,,,,, ,,,,,,,,,11 7.1-7.3 Related Work at Site„ ,,,,,,,_.,,,,,,,,J8 5.12-5.13 Receipt and Application of 7.4 Coordination, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,18 Insurance Proceeds ...................... 10-11 5.14 Acceptance of Bonds and Insu- 8. OWNER'S RESPONSIBILITIES .........................18 ance; Option to Replace ,,,,,,,,,,,,,,,,,,,,11 8.1 Communications to CON- 5.15 Partial Utilization --Property TRACTOR ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 18 - Insurance........................................11 8.2 Replacement of ENGINEER ,,,.,,,,;,".18 8.3 Furnish Data andPay Promptly 6. CONTRACTOR'S RESPONSIBILITIES ,,,11 When Due ,,,,,,,,,,,,,,,,,,.,,,,,.,,,,,.,,,18 _ 6.1-6.2 Supervision and Superintendencg,,,,.,,11 8.4 Lands and Easements; Reports 6.3-6.5 Labor, Materials and Equipment..,,11-12 and Tests ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,18-19 6.6 Progress Schedule ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,12 8.5 Insurance .,,,,,,,,,,,,,,,,,,,,,,,,,,,,._,,,,,,,,19 6.7 Substitutes and "Or -Equal" Items; 8.6 Change Orders ......... .................19 CONTRACTOR's Expense; 8.7 Inspections, Tests and Substitute Construction Approvals .............................. . * 19 Methods or Procedures; 8.8 Stop or Suspend Work; - ENGINEER's Evaluation ,,,,,,,,,,,,,12-13 Terminate CONTRACTOR's 6.8-6.11 Concerning Subcontractors, Services......................................19 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 Regulations ,,,,,,,,,,,,,,,,,,,,,,,,14 Radioactive Material .................... 19 - 6.15 Taxes ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,14-15 8.11 Evidence of Financid 6.16 Use of Premises, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,15 Arrangements ,,,,,,,,,,,,,,,,,,,,.,,,,.....19 6.17 Site Cleanlinesg................................ 15 - 6.18 Safe Structural Loading ,,,,,,,,,,,,,,,,,,,,,15 9. ENGINEER'S STATUS DURING 6.19 Record Documents .............................15 CONSTRUCTION .............................................. 19 6.20 Safety and Protection ...............15-16 9.1 OWNER's Representative ................ 19 6.21 Safety Representative .........................16 9.2 Visits to Site .................................. _ 19 6.22 Hazard Communication Program$,,,,,.16 9.3 Project Representative .............19-21 6.23 Emergencies.....................................16 9.4 Clarifications and Interpre- 6.24 Shop Drawings and Sampleg,,,,,,,,,,,,,,16 tations,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.......... 21 - 9.5 Authorized Variations in Vibrk,,,,.,,,21 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITIOt w/ CITY OF FORT COLLINS MODIFICATIONS (REV 919Y, 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 ...................... and Payments ................................... 21 13.10 OWNER May Stop the Work 28 9.10 Determinatims 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 ofDefective Work ......... 28 Authority and Responsibilities ..... 22-23 13.14 OWNER May Correct Defective Work............................. 2 8-29 CHANGES IN THE WORK ...................................... 23 I ....... 10.1 OWNER's Ordered Change,,.,,,,,,...„.. 23 14. PAYMENTS TO CONTRACTOR AND 10.2 Claim for Adjustment ........................23 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,,..,,,,,, ....................... 10.5 Notification of Surety,,,,,,,,,,,,,,,,,,,,,,,,, 23 14.3 CONTRACTOR'S Warranty of ....29 Title...........................................29 CHANGE OF CONTRACT PRICE ............................. 23 14.4-14.7 Review of Applications for 11.1-11.3 Contract Price; Claim for Progress Pay ments yments,,,,,,,,,,,,,,,,, 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 ................................. 14.15 Waiver of Claims ...................... 31-32 11.8 Cash Allowances ... ......... ..........26 11.9 Unit Price Work.. ............................... 26 15. SUSPENSION OF WORK AND TERMINATION 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.....,,,,,,,,,,,......,..... 33 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 ................... ................ Independent Testing Laboratory,_,,.,, 27 ....35 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..,,,,,,..., .............. QC -Al tion, Testing or Approval,,,,,,,,,,,,,,,,27 16.7 Mediation ....................,,,..,,,,,.GC -Al iv E)CDC 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$ .. .............. ..7.1 Work by OWNER..............................2.5, 6.30, 6.34 Access to the -- Lands, OWNER and CONTRACTOR responsibilities ............................................. 4.1 site, related Work ................................... I ........... .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....................................................4.20, 8.9 Addenda --definition of (also see definition of Specifications) ........ (1.6, 1.10, 6.19), 1.1 Additional Property Insurance§ ................................. 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 schedul................................................ .6 Agreement -- definition of......................................................1.2 "All -Risk" Insurance, policy form...........................5.6.2 Allowances, Cash....................................................11.8 Amending Contract Documents ................................ 3.5 Amendment, Written -- in general................1.10, 1.45, 3.5, 5.10, 5.12, 6.6.2 ...........................6.8.2, 6.19, 10.1, 10.4, 11.2 ....................................12.1, 13.12.2, 14.7.2 Appeal, OWNER or CONTRACTOR intent to..........................9..10, 9.11, 10.4, 16.2, 16.5 Application for Payment -- definition of......................................................1.3 ENGINEER's Responsibility. 9.9 final payment.................9.13.4, 9.13.5, 14.12-14.15 in general ..........................2.8, 2.9, 5.6.4, 9.10, 15.5 progress payment....... 14.1-14.7 review of ....... ..... ..... ....... .......... ................. 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 ......................................... 4.1, 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, ........................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.......................................I.....11.5.4 definition of.......................................................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, ................... I ...... I ............. 9.13, 10.5, 14.7.6 Performance, Payment and Other...................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 Completion. ........ 1.38, 6.30.2.3, ..................................................14.8, 14.10 Certificates of Inspection ...................9.13.4, 13.5, 14.12 Certificates of Insurance..............2.7, 5.3, 5.4.11, 5.4.13, .......................5.6.5, 5.8, 5.14, 9.13.4, 14.12 Change in Contract Price -- Cash Allowances .............................................. 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, ....................... J3.13, 13.14, 14.7, 15.1, 15.5 CONTRACTOR's fee.........................................11.6 Cost of the Work - general...............................................11.4-11.7 Exclusions to...............................................11.5 Cost Records.....................................................11.7 in general.............1.19, 1.44, 9.11, 10.4.2, 10.4.3, 11 Lump Sum Pricing........................................1.11.3.2 Notification of Surety.........................................10.5 Scope of....................................................10.3-10.4 Testing and Inspection, Uncovering the Work..................................13.9 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITIOD w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/91yr Unit Price Work...........................................11.9 Article or Paragraph Number Value of Work..................................................11.3 Change in Contract Times-- Claim for times adjustment ........ 4.1, 4.2.6, 4.5, 5.15, ............ 6.8.2, 9.4, 9.5, 9.11, 10.2, 10.5, 12.1, ..... I ......... 13.9, 13.13, 13.14, 14.7, 15.1, 15.5 Contractual time limits........*............ 12.2 Delays beyond CONTRACTOR's control........................................................12.3 Delays beyond OWNER's and CONTRACTOR's control.............................12.4 Notification of surety ........................... 10.5 Scope of change........................................10.3-10.4 Change Orders -- Acceptance ofDefective Work .................... 13.13 Amending Contract Documents ........................ 3.5 Cash Allowances ......................... 11.8 Change of Contract Price„...................................I .......... I Change of Contract Times .......................... 12 Changes in the Work, ........ 10 CONTRACTOR's fee , ......... Cost of the Work.......................................11.4-11.7 Cost Records 11.7 definitionof ...................................................... 1.9 emergencies ............................... ...................... 6.23 ENGINEER's responsibility....... 9.8, 10.4, 11.2, 12.1 execution of .............................. ................... . .10.4 Indemnifiction*....................I...6.12, 6.16, 6.31-6.33 Insurance, Bonds and, 5.10, 5.13 10.5 OWNER may terminate ............................... 15.2-15.4 OWNER's Responsibility............................g.6, 10.4 Physical Conditions -- Subsurface and .............................................. 4.2 Underground Facilities- ......................... 4.3.2 Record Documents,, ................ .... 6.19 Scope of Change........ ....................... ...10.3-10.4 Substitutes......., ...................... .............. 6.7.3, 6.8.2 Unit Price Work............................. .......... 11.9 value of Work, covered by .......................... 11.3 Changes in the Work....,.., 10 Notification of surety ............................ .10.5 OWNER's and CONTRACTOR's responsibilities ......................... 10.4 Right to an adjustment* ..... .................... ............10.2 Scope of change ........................ ............... 10.3-10.4 Claims -- against CONTRACTOR....................................6.16 against ENGINEER ......................................... 6.32 against OWNER...............................................6.32 Change of Contract Price,,,,,,,,,, ,, 9.4, 11.2 Change of Contract Times...........I ............. 9.4, 12.1 CONTRACTOR's.............4, 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 vi CONTRACTOR's Fee ........11.6 ............................... Article or Paragraph Number CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6.31 Cost of the Work ............................... .11.4, 11.5 Decisions on Disputes.......***....... 9.11, 9.12 Dispute Resolution *................ *.......................... 16.1 Dispute Resolution Agreement ....................16.1-16.6 ENGINEER as initial interpretor. .................9,11 Lump Sum Pricing.........................................11.3.2 Notice of ............ ............................................ ..1.7.3 OWNER's...*.............. 9.4, 9.5, 9.11, 10.2, 11.2, 11.9 ........................12.1,13.9,13.13,13.14,17.3 OWNER's liability .............................................. 5.5 OWNER may refuse to make payment. ................ 14.7 Professional Fees and Court Costs Included......................................................17.5 request for formal decision on ............................ 9.11 Substitute Items .................... Time Extension .................... ....................... 12.1 Time requirements . .............**"**....... 9.11, 12.1 Unit Price Work ......... ..............11.9.3 Valueof........................................................... 1,1.3 Waiver of --on Final Payment.................14.14, 14.15 Work Change Directive..... ...........10.2 written notice required ......................9.11, 11.2, 12.1 Clarifications and Interpretations........... 3.6.3, 9.4, 9.11 CleanSite............................................................6.17 Codes of Technical Society, Organization or Association,,,,,,,,,,,,,,,,,,,,,, , „.3.3.3 Commencement of Contract Times ...........................2.3 Communications-- general..............................................0.2, 6.9.2, 8.1 Hazard Communication Programs ......................0.22 Completion -- Final Application for,Payment .........................14.12 Final Inspection . .............................................. 14.11 Final Payment and Acceptance .............. 14.13-14.14 Partial Utilization", .........14.10 :, Substantial Completion .....................1.38, 14.8-14.9 Waiver of Claims ....... *... ............... 14.15 Computation of Times ................ .... 17.2.1-17.2.2 Concerning Subcontractors, Suppliers and Others .................................................. 6.8-6.11 Conferences -- initially acceptable schedules ...................... 2.9 preconstruction... *...... _,... 2.8 Conflict, Error, Ambiguity, Discrepancy-- CONTRACTOR to Report ........................ 2.5, 3.3.2 Construction, before starting by CONTRACTOR............................................2.5-2.7 Construction Machinery, Equipment, etc,, ................. 6.4 Continuing the Work............ ..................... ..., 6.29, 10.4 Contract Documents -- Amending ............................... ........................... 3.5 Bonds.............................................................5.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 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 OWNERs responsibility to furnish datq...............8.3 OWNERS responsibility to make prompt payment ......................... 8.3, 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,,....,, 2.5, 3.3 Reuseof. ............................................................ 3.7 Supplementing.................................................. 3.6 Termination of ENGINEERS Employment .......... 8.2 Unit Price Work...............................................11.9 variations, ......................................... 3.6, 6.23, 6.27 Visits to Site, ENGINEER's .......... I .................... 9.2 Contract Price -- adjustment of ............... 3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof...........................................................11 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............................0..9.2 definition of.....................................................1.13 Limited Reliance on Technical Data Authorized.........................................4.2.2 May Stop Work or Terminate............................15.5 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 vii Stop Work requirements..................................4.5.2 CONTRACTOR's- Article or Paragraph Number Compensation............................................11.1-11.2 Continuing Obligation, .................................... 14.15 Defective Work .... ......... ......... 9.6, 13.10-13.14 Duty to correct defective Work ..........................13.11 Duty to Report -- Changes in the Work caused by Emergency ........................................... 6.23 Defects in Work of Others.............................7.3 Differing condition§...................................4.2.3 Discrepancy in Documents,,,.,,,, 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated,,,,,.,,.. 4.3.2 Emergencies.....................................................6.23 - Equipment and Machinery Rental, Cost of the Work...........................................11.4.5.3 Fee --Cost Plus..........................11.4.5.6, 11.5.1, 11.6 - General Warranty and Guarantee .......................6.30 Hazard Communication Programs, ..................... 0.22 Indemnification .........................6.12, 6.16, 6.31-6.33 Inspection of the Work...............................7.3, 13.4 - Labor, Materials and Equipment ....................0.3-6.5 Laws and Regulations, Compliance by ............. 6.14.1 Liability Insurance..............................................5.4 - Notice of Intent to Appeal .........................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.......................6.13 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 ..........................6.29, 10.4 CONTRACTORS expense...........................6.7.1 CONTRACTORs General Warranty and Guarantee.......................................6.30 - CONTRACTORs review prior to Shop Drawing or Sample submitta................. 6.25 Coordination of Work................................6.9.2 Emergencies ............................................... 6.23 ENGINEERS evaluation, Substitutes or "Or -Equal" Items..............................0.7.3 For Acts and Omissions -' of Others.............................6.9.1-6.9.2, 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 " EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99" 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 ............................................. 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 ................... ......................... 6.2 Supervision .....................6.1 .............................. Survival of Obligations.........................I......6.34 Taxes .................... .0.15 Tests and Inspections, .................................. 13.5 To Report .............. Use of Premises .....................6.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal ....................................... 6.25 Right to adjustment for changes in the Work.....10.2 right to claim,,,,,,...... 4, 7.1, 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 ............................... .......... 6.21 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 Superintendence6.1, 6.2, 6.21 Taxes, Payment by............................................6.15 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 .............................................. 1 Contractual Liability Insurance..............................5.,4.10 Contractual Time Limits,,,,,, 12 2 Article or Paragraph Number Coordination— CONTRACTOR's responsibility ........................6.9.2 Copies of Documents,,,,,,,,,,,,,,,,,,,,,........... .......... . 2.2 Correction Period..................................................13.12 Correction, Removal or Acceptance of Defective Work-- in general,,,,,,,,,,,,,,,,,,, ................10.4.1, 13.10-13.14 Acceptance ofDefective Work ........................ .. J3.13 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 s CONTRACTOR'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 ...........................t 1.4.3 Records11.7 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............. 11.4.4 Supplemental................................................. Taxes related to the Work,,,,,,,,,,,,,,,,,,,,,, 1,1.4.5.4 Tests and Inspection,.,,,,,, ................................... 13.4 Trade Discounts.............................................11.4.2 Utilities, fuel and sanitary facilities ..............11.4.5.7 Work after regular hours,,, Covering Work ................... ............................ 13.6-13.7 Cumulative Remedies,,,,,,....* ..................... 17.4-17.5 Cutting, fitting and patching ......... ......... 7.2 Data, to be furnished by OWNER..............................$.3 Day --definition of,,,,,,,,,,,,,,,,,,,,,; .......................... 17.2.2 Decisions on Disputes ................................ 9.11, 9.12 defective --definition of,,,,,,,._,,, ............................... 1.14 defective Work -- Acceptance of ................................ „10.4.1, 13.13 EJCDC GENERAL CONDITIONS I910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Correction or Removal of......................10.4.1, 13.11 Correction Period .................................... .....13.12 in general ............... ........13, 14.7, 14.11 Article or Paragraph Number Observation by ENGINEER ................................ 9.2 OWNER May Stop Work ............. .............. ...... 13.10 Prompt Notice of Defects...................................13.1 Rejecting...........................................................9.6 Uncovering the World.......................................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 Change .............. 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 generall6 Mediation...................................................... 'I'6.6 Dispute Resolution Agreement.......................16.1-16.6 Disputes, Decisions by ENGINEER,,,,,,,,,,,,,,,,,, 9.11-9.12 Documents -- Copiesof...........................................................7.2 Record 6.19 Reuseof.............................................................3.7 Drawings --definition of..........................................1.15 Easements.............................................................4.1 Effective date of Agreement -- definition of .............1.16 Emergencies...........................................................6.23 ENGINEER -- as initial interpreter on dispute$,,,,,,,,,,,,,,,, ................. definition of.....................................................1.17 Limitations on authority and responsibilitigq..... 9.13 Replacement of ................................................. 8.2 Resident Project Representative ...........................9.3 ENGINEER's Consultant -- definition of..................1.18 ENGINEER's-- authority and responsibility, limitations oil ........ 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 ..........................6.7.3 Liability...................................................4.32, 9.12 Notice Work is Acceptable...............................14.13 Observations...........................................6.30.2, 9.2 OWNER's Representative....................................9.1 Payments to the CONTRACTOR, Responsibility for.....................................9.9, 14 Recommendation of Payment ....................14.4, 14.13 Article or Paragraph Number Responsibilities --Limitations o4.................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 InterpretationA ..................9.4 Decisions on Disputes ......................... 9.11-9.12 Determinations on Unit Price.......................9.10 ENGINEER as Initial Interprete�.......... 9.11-9.12 ENGINEER's Responsibilities ................9.1-9.12 Limitations on ENGINEER's Authority and Responsibilities..............................9.13 OWNER's Representative..............................9.1 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.................................9.10 Visits to Site.......................................................9.2 Written consent required .............................. 7.2, 9.1 Equipment, Labor, Materials and ........................6.3-6.5 Equipment rental, Cost of the Work..................11.4.5.3 Equivalent Materials and Equipment .........................0.7 error or omissions..................................................6.33 Evidence of Financial Arrangement$.......................8.11 Explorations of physical conditions ....................... 4.2.1 Fee, CONTRACTOR'S --Costs Plus, .......................... 11.6 Field Order -- definition of.....................................................1.19 issued by ENGINEER ................................ 3.6.1, 9.5 Final Application for Payment .............................. 14.12 Final Inspectior(...................................................14.11 Final Payment -- and Acceptance ............................... ...... 14.13-14.14 Prior to, for cash allovances...............................11.8 General Provisions..........................................17.3-17.4 General Requirements -- definition of.....................................................1.20 principal references to..............2.6, 6.4, 6.6-6.7, 6.24 Giving Notice.........................................................17.1 Guarantee of Work --by CONTRACTOR.,...... 6.30, 14.12 Hazard Communication Programs ...........................0.22 Hazardous Waste -- definition of.....................................................1.21 general............................................................. 4.5 OWNER's responsibility for ............................... 8.10 ix EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITIOI w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/90r Indemnification..............................6.12, 6.16, 6.31-6.33 Initially Acceptable Schedules.,,,,,,,,., 2.9 ...................... Inspection -- Certificates of..............................9.13.4, 13.5, 14.12 Final.....................I.........14.11 Article or Paragraph Number Special, required byENGINEER .........................9.6 Tests and Approval,,,,,,,,,,,,,,,,,, ,,,,,,,,$.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 CONTRACTOR's Liability..................................5.4 CONTRACTOR's 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 OWNER's Liability............................................5.5 OWNER's Responsibility ............................. 8.5 Partial Utilization, Property Insurance...............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 Clarifications ........ :............ 3.6.3, 9.4 Investigations of physical conditions 4.2 Labor, Materials and Equipment .......................... 6 3-6.5 Lands -- and Easements...................................................$.4 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 CONTRACTOR's Responsibilities .....................6.14 Correction Period, defective Work....................13.12 Cost of the Work, taxes,,,,,,,,,,,,,,,,,,,,,,,,,, 11.4.5.4 definition of,,,,,,,,,,,,,,,,,,,, ............................ .....1.22 genera16.14 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,,,,,,,,,,,,, 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 CONTRACTOR's Warranty of Title....................14.3 Final Application for Payment ..........................t4.12 of definition .. ............................................... 1.23 Waiver of Claims,,.,,,,,,, „........... ..................... J4.15 Limitations on ENGINEER's authority and responsibilities................................................. 9.13 Limited Reliance by CONTRACTOR Authorized Maintenance and Operating Manuals -- Final Application for Payment .........................1,4.12 Manuals (of others)-- Precedence....................................................3.3.3.1 Reference to in Contract Documents ..................3.3.1 Materials and equipment -- furnished by CONTRACTOR ........................ ¢.3 not incorporated in Work ...................... 14.2 Materials or equipment --equivalent ...........................6.7 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 ........................................ 1.25 Claim................... .........................................J.7.3 Defects,13.1 Differing Subsurface or Physical Conditions,,,,,, 4.2.3 Giving ............................ 7.1 Tests and Inspections ........................ 13.3 Variation, Shop Drawing and Sample ............6.27 Notice to Proceed -- definitionof......................................................1.26 giving of ............... .............................................. 2.3 X EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Notification to Surety ................................ ..........""10.5 Observations, by ENGINEER ...........................0, 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 ..................... 0............................. 5.14 Article or Paragraph Number "Or Equal" Items......................................................6.7 Other work 7 Overtime Work --prohibition of ................................. 6.3 OWNER -- Acceptance of defective Work ..........................1.3.13 appoint an ENGINEER......................................8.2 as fiduciary...............................................5.12-5.13 Availability of Lands, responsibility ....................4.1 definition of.....................................................1.27 data, furnish......................................................8.3 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.....................8.3, 14.4, 14.13 performance of other work .................................. 7.1 permits and licenses, requirements ....................0.13 purchased insurance requirements ...............5.6-5.10 OWNERS -- Acceptance of the Work..............................6.30.2.5 Change Orders, obligation to execute,.......,. 8.6, 10.4 Communications................................................ 8.1 Coordination of the Work ................................... 7.4 Disputes, request for decisiol;............................9.11 Inspections, tests and approvals..................$.7, 13.4 Liability Insurance ............................................. 5.5 Notice of Defects ......................... .....................13.1 Representative --During Construction, ENGINEERS Status......................................9.1 Responsibilities -- Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material................$.10 ChangeOrders..............................................8.6 Changes in the Work...................................10.1 communications ........................I ...................8.1 CONTRACTORS responsibilities,,,,,,,,,,,,,,,,,, 8.9 evidence of financial arrangements..............5.11 inspections, tests and approvals ..................... 8.7 insurance...................................................... 8.5 lands and easements.....................................8.4 prompt payment by........................................8.3 replacement of ENGINEER ...........................8.2 reports and tests............................................8.4 stop or suspend Work.................8.8, 13.10, 15.1 terminate CONTRACTORS services..........................................8.8, 15.2 separate representative at site ............................. 9.3 testing, independent.........................................13.4 use or occupancy of the Work ......................... 5.15, 6.30.2.4, 14.10 written consent or approval _ required.........................................9.1, 6.3, 11.4 xi EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITIOI w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99'r 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 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 general6.30.2.4, 14.10 Property Insurance ............................................ 5.15 Patent Fees and Royalties ...................................... 6.12 Payment Bonds .............................. 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....................... ......... $. 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 general 4.2.1.2,,,,,,,,, ......................................... 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 Indicated..............................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 Conferenc@............................ 2.8 Preliminary Matters.....................................................2 Preliminary Schedules,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ................ 2.6 Premises, Use of ............................................. 6.16-6.18 Price, Change of Contract,,,,,,,,,,,,,,,,,,,, 11 Price, Contract --definition of,,,,,,,,,,,,,,,,,,,,,,, 1.11 Progress Payment, Applications for ..........................14,2 Progress Payment--retainage,_,,,..... 14.2 Progress schedule, CONTRACTOR's.............2.6, 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 genera 15.6-5.10 Partial Utilization ........................... 5.15, 14.10.2 receipt and application of proceeds ............ 5.12-5.13 Protection, Safety and,,,,,,,. ....................... 6.20-6.21, 13.2 Punch list ............................................... ...........14.11 Radioactive Material-- defrntion of ............. . ......... ...................... .......... 1.32 general4.5 OWNER's responsibility for ............................ $.10 Recommendation of Payment.................14.4, 14.5, 14.13 Record Documents ..........*",,.....*..... I.............. 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 ........ .....*...................... Removal or Correction ofDefective 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, OWNER's responsibility .....................8A Resident and Project Representative -- definition of,,,,,,,,,,,,,,,,,,,, provision for 9.3 .............................................................. xii EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number Resident Superintendent, CONTRACTOR' ............... 6.2 Responsibilities— CONTRACTOR's-in general ................................„ 6 ENGINEER's-in general........................................9 Limitations on.............................................9.13 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 adjustmen............................................. 10.2 Rightsof Way .......................................................... .......................... Royalties, Patent Fees and ...................................... 6.12 Safe Structural Loading..........................................0.18 Safety -- and Protection................................4.3.2, 6.16, 6.18, ............. ......... .........6.20-6.21, 7.2, 13.2 general.....................................................0.20-6.23 Representative, CONTRACTOR's.......................0.21 Samples -- definition of......................................................1.34 general.....................................................6.24-6.28 Review by CONTRACTOR................................6.25 Review by ENGINEER .............................. 6.26, 6.27 related Work.....................................................6.28 submittal of ................................................... 6.24.2 submittal procedures........................................6.25 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...........................................................6.6 Change of Contract Times.................................10.4 Initially Acceptable ......... ......... ........... 2.8, 2.9 Preliminary........................................................ .................. �.6 Scope of Changes ...................................... 10.3-10.4 Subsurface Conditions ........................................ 4.2.1.1 Shop Drawings -- and Samples, general .................... ............. 6.24-6.28 Change Orders & Applications for Payments, and ........................ I ................ 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.....................................................0.28 review procedures...............................2.8, 6.24-6.28 Article or Paragraph Number submittal required ............................................... 6.24.1 Submittal Procedures6.25 use to approve substitutions .............................. 6.7.3 Shown or Indicated4.3.1 Site Access......................................................7.2, 13.2 Site Cleanliness......................................................0.17 Site, Visits to -- by ENGINEER .......................................... 9.2, 13.2 byothers..........................................................13.2 "special causes of loss" policy form, insurance........................................................5.6.2 definition of.....................................................1.36 Specifications— defination of....................................................1.36 of Technical Societies, reference t9.................„3.3.1 precedence......................................................3.3.3 Standards and Specifications of Technical Societies ........................................ 3.3 Starting Construction, Before..............................z.5-2.8 Starting the Work.....................................................2A Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER.....................................8.8, 13.10, 15.1 Storage of materials and equipment .....................4.1, 7.2 Structural Loading, Safety ....................................... 6.18 Subcontractor -- Concerning ................................................ 6.8-6.11 definition of.....................................................137 delays.............................................................12.3 waiver of rights ................................................ 6.11 Subcontractors --in general.................................6.8-6.11 Subcontracts --required provisiong......... 5.11, 6.11, 11.4.3 Submittals -- Applications for Payment..................................14.2 Maintenance and Operation Manual$ .............. 14.12 Procedures........................................:..............6.25 Progress Schedules.......................................2.6, 2.9 Samples...................................................0.24-6.28 Schedule of Values.....................................2.6, 14.1 Schedule of Shop Drawings and Samples Submissions......................................2.6, 2.8-2.9 Shop Drawings ........................................ 6.24-6.28 Substantial Completion -- certification of............................6.30.2.3, 14.8-14.9 definition of. .................................................... ).38 Substitute Construction Methods or Procedures ........ 6.7.2 Substitutes and "Or Equal" Item4...............................6.7 CONTRACTOR's Expensq............................0.7.1.3 ENGINEER's Evaluation.................................6.7.3 "Or -Equal" .................... ......... ............6.7.1.1 Substitute Construction Methods EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/997' Article or Paragraph Number or Procedures .............................. 6 7.2 Substitute Items . .. ........................................ 6.7.1.2 Subsurface and Physical Conditions-- Drawings of, in or relatng to,,,,,,,,,,,,,,,,,,,,,,,, 4.2.1.2 ENGINEER's Review,,,,,,..,.,, ......................... 4.2.4 general............................................................4.2 Limited Reliance by CONTRACTOR Authorized ....................................... I ......... 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 ........................... (,1 OWNER shall not supervise................................8.9 ENGINEER shall not supervise,,,,,,,,,,,,,,,, 9.2, 9.13.2 Superintendence....................................................... 6 . .2 Superintendent, CONTRACTOR's resident6.2 Supplemental costs,,,,,,,,,,,,,,,,,,,,,,,,,, ..................... 11.4.5 Supplementary Conditions-- definition of .............................. .......................1.39 principal references to.................J.10, 1.18, 2.2, 2.7, .......................4.2, 4.3, 5.1, 5.3, 5.4, 5.6-5.9, ................. .11,6.8,6.13,7.4,8.11,9.3,9.10 Supplementing Contract Documents ............................ 3.6 Supplier -- definition of,,,,,,,,,,,,,,,,,,,,,,,,,,,,, principal references to ........... 3.7, 6.5, 6.8-6.11, 6.20, ..........................................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 ....................... J3.10, 15.1 Suspension of Work and Termination--,,,,,,,,,,,,,,,,,,,,,,15 CONTRACTOR May Stop Work or Terminate,,,,., .......................................... 15.5 OWNER May Suspend Work,,,,...* . ...................15.1 OWNER May Terminate ........................... 15.2-15.4 Taxes --Payment by CONTRACTOR. 6.15 Technical Data -- Limited Reliance by CONTRACTOR .................4.2.2 Possible Price and Times Adjustments,,,.,,,,,....2.6 „4 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,,,,,,,,,,,,,,,,,, Tests and Inspections -- Access to the Work, by others,,,,,,,,,,, 13.2 CONTRACTOR's responsibilities ..................... 13.5 cost of 13.4 covering Work prior to..............................13.6-13.7 Laws and Regulations(or)................................ 13.5 Notice of Defects 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 ............................... ............................ 6.6 Change of Contract..,,,,,,,,, ............................. 12 Computation of ........................ ..................17.2 Contract Times --definition of ...........................1.12 day.........................................................1.7.2.2 Milestones..,,,... Requirements-- appeals.................................................9.10, 16 clarifications, claims and disputes ,,,,,,,,,,,,,,,,„9.11, 11.2, 12 Commencement of Contract Times,,,,,,,,,,,,,,,, 2.3 Preconstruction Conference ...........................2.8 schedules.........................................2.6, 2.9, 6.6 Starting the Work ........................... I .............. 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 .............................................. .3, 6.20 Shown or Indicated ........................... _...4.3.1 Unit Price Work-- claims.........................................................1.1.9.3 definition of ......................................... ........... 1.42 generall1.9, 14.1, 14.5 Unit Prices-- general11.3.1 Determination for 9.10 Use of Premises,,.......... I ............... 6.16, 6.18, 6.30.14 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 Payment,,,,,,,,,,,,,,,,,,,,, 14.15 Waiver of Rights by insured parties..................j.11, 6.11 Warranty and Guarantee, General --by CONTRACTOR................................................0.30 Warranty of Title, CONTRACTOR's........................j4.3 Work -- Accessto...........................................................13.2 byothers............................................................... 7 Changes in the.....................................................10 Continuing the..................................................6.29 CONTRACTOR May Stop Work or Terminate...............................................15.5 Coordination of ................................................. 7.4 Cost of the ................................................. 11.4-11.5 definition of......................................................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,,,,,,,,,,,,,,,,,, I ................. 7.1-7.3 Startingthe........................................................2.4 Stopping by CONTRACTOR.............................15.5 Stopping by OWNER.................................15.1-15.4 Variation and deviation authorized, minor ........... 3.6 Work Change Directive -- claims pursuant to„...........................................10.2 definition of......................................................1.44 principal references tq......................3.5.3, 10.1-10.2 Written Amendment -- definition of......................................................1.45 principal references tq..............1.10, 3.5, 5.10,15.12, .........................0.6.2, 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99r- (This page left blank intentionally) xvi EJCDC 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 EJCDC 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 11.9.1 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 furnished 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 famish services as ENGINEER'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 1 of the Specifications. 1.21. 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. 1.22.1. Laws and Regulations; Laws or Regulations —Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1 22.b Leal Holidays --shall be those holidays observed by the City of Fort Collins. 1.23. Liens —Liens, charges, security interests or encumbrances upon real property or personal property. 1.24. Milestone —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 of Award --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, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 1.32.b. Regular Working Hours —Regular working hours are defined as 7:00am to 6:00pm unless otherwise specified in 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 Conditions —The part of 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. 1.41. 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the 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 furnish 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 1910-5 (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. ht ne a e-t -:,, the Gefj#aet Times of Bid opening er he diirtie ffi a c 7 a E efive of the A,..� tee L' L ,] ate is eaflier. 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 Find QV11sW-R shall eaeh deliver to the ether OWNER with copies to ENGINEER certificates of insurance (and other evidence of insurance Feasenably—request requested by OWNER) which mW oVR4ED _espeetive � is required CONTRACTOR - .....,,_,,... __, __ _ equ to purchase and maintain in accordance with paragraphs 5.4, ` . Preconstruction 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, at least ten days befeFa sulwpAssien of the firs before any work at the site beams, a conference attended by CONTRACTOR, ENGINEER and others as appropriate designated ted 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 1 - General Requirements. 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 CONTRACTOR's full responsibility therefor. CONTRACTORS schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals CONTRACTORS 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 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 required to — produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 ENGINEERS 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 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. ENGINEERS approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEERS 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 performing or furnishing 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 ENGINEERs 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 inee lien agaimt suec lands OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR and OWNER' are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNERs furnishing these lands, rights -of - way or easements, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 The Contract, if awarded, will be on the basis of material and equipment 7/96 Section 00100 Page 3 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. 4.2.2. 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: 4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 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 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, 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 permitted by paragraph 6.23), 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. ENGINEER'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. 4.2.6. Possible Price and Times Adjustments: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR's cost of, or time required for performance of; the Work; subject, however, to the following: 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 time 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 paragraph 6.23), identify the owner of such Underground Facility and EJCDC 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 shell 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 11 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. .... ARTICLE 5—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 faithful 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 fumish 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 by 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. 5.3. Licensed Sureties and Insurers, Certificates of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are 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. A Shall EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 furnishing 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; RR NINONe 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 5.4.6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5A 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, ENGTNEER'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; EJCDC GENERAL CONDITIONS 1910-8 (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 final payment (and CONTRACTOR shall furnish 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). OWNER's Liability Insurance: 5.5. In addition to insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance: MORONI emasiened by eisker-eement of Laws and Regulations speeifieally required by the Supplementafy Conditions; 7' '4 .1 to fees d eharges ofe*aeffs and a"Llteet9)'. SOMWE-966A... _ • I. r • Y Y • •- / • - - ; mli 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others is •.I, .•it 111111 • WNUM .. 1. . • I. lift • L•L r �• I•I�•= . ��rrrl.�rrr...r1�-.Y list' 11,50110 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 10 W/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) Receipt and Application of Insurance 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 paragraph 5.13. 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 and, if _..Thee .-AT-itingby^ _ �. .Y iatems ONWiER as as J hall Acceptance of Bonds and Insurance; Option to Replace: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the Beads a insurance required to be purchased and maintained by the ether— y CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the *00ting pally shall so aefify the ether pa OWNER will notify CONTRACTOR in writing within ten fifteen days after feseipt delivery of the certificates (or- edw evidenee Faquesto to OWNER as required by paragraph 2.7. OWNER and GO�URAGTQR shall eaeh pfevide to the preNided as the other may reasenably request. if e p" does net Ya Dee 5, shall notify the ether paFty i 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 E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 CONTRACTORS 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 OWNEWs 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 Regular Working Hours 6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 6 4 1 Purchasing Restrictions: CONTRACTOR must comply with the Citv's purchasing restrictions A cgov 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 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kihls that burn hazardous waste as a fuel. 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with 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 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: 6.7.1.1. "Or -Equal": If in ENGINEER's sole discretion an item of material or 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 — furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will _ perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will — state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion 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 contractors affected E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition) 12 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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. CONTRACTOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. 6.7.2. 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 furnish 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 making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and 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 furnish 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 4/2000) 6_9. CONTRACTOR shall perform not less than 20 percent of the Work with its own forces (that is without subcontracting). The 20 percent 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 the SHPPlefflefttaFY--G0Rditiem 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, -end —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 er-gani2afien so identified may be feveked en th-e basis of reasonable ebjeetion after dffe-iiwesfigafier, ••41:..h a CONTD A!`TO L 11 L e y o­�_,ftute, the ccnmittr-i-i3eC"I be will constitute a condition of the Contract requiring the use of the named subcontractors suppliers or other persons or organization on the Work unless prior 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 furnishing 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 organizations performing or furnishing 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 terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. is • 1, a C 1, e_ titerer- Supplierwho is listed as n ENGINEER, Cl i!'TNEZEWc Ce..sult.._«.. and nil eal._r the t if the insureon .. • seeh _el:e:e__ ..:_ �z same.sepafate waiver- forms te be signed by any Subeeiitfaeter-� 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. 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 exempt from Colorado State and local sales and use taxes on materials to be permanently incorporated into the project. Said taxes shall not be included in the Contract Price. Address: Colorado Department of Revenue State Capital Annex EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 14 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 physically incorporated into the protect are to be paid 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 prior to release of final payment 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 furnish 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 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 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 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. 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified 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 purposes required by paragraph 6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal 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. _ 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 6.25.3. 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-Documentp 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 16 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 ENGINEER's 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. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 furnish 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. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by 17 any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 631 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 ENGINEEKs Consultants, officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of them. Survival of Obligations: 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 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: 7.4. 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 RESPONSIBILITIES 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 be that 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 18 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. and —maim•^ liability a pfep", knisufanee are se 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. 00.1 MM 0.1 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, 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 Genditiens 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 narasranh 93 9.3.2. Duties and Responsibilities Representative will: 9.3.2.1. Schedules - Review the progress 19 schedule and other schedules prepared by the CONTRACTOR and consult with the ENGINEER concerning acceptability. 9.3.2.2. Conferences and Meeting - Attend meeting with the CONTRACTOR such as preconstruction conferences, progress meetings and other job 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 principally through CONTRACTOR'S superintendent to assist the CONTRACTOR in understanding 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 requiring_ a SbM Drawing or sample submission if the submission has not been approved by the ENGINEER. 9 3.2.4.Review of Work, Reiection of Defective Work, Inspections and Tests - 9.3.2.4.1. Conduct on -site observations of the Work in progress to assist the ENGINEER in determining that the Work is proceeding in accordance with the Contract Documents. 9.3.2.4.3. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Proiect, record the results of these inspections and report to the ENGINEER. 9.3.2.6. Modifications. Consider and evaluate CONTRACTOR'S suggestions for modification in Dmwin sg. or Specifications and report these recommendations to ENGINEER. Accurately transmit to CONTRACTOR decisions issued by the ENGINEER. 9.3.2.7. Records. 9.3.2.7.2. Keep a diary, daily report form, or log book, recording hours on the iob site, weather conditions, data relative to questions of work directive changes, Change Orders, or changed conditions, list of iob site visitors, daily activities, decisions, observations in general and specific observations in more detail as in the case of observing test procedures; send copies to the ENGINEER. 9.3.2.7.3. Record names, addresses and telephone numbers of all CONTRACTORS, subcontractors and maior suppliers of equipment and materials. 9.3.2.8. Reports. 9.3.2.8.1. Furnish ENGINEER periodic marts, as required, 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 scheduling major tests, inspections or start of important phases of the Work. _ 9.3.2.8.3. Draft proposed Change Orders and Work Directive Changes, obtaining backup material from the CONTRACTOR _ and recommend to ENGINEER Change Orders Work Directive Changes and field orders. 9.3.2.8.4. Report immediately to ENGINEER and OWNER the occurrence of any accident. 9 3 2 9 Payment Requests. Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendation to EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 20 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 incoroorated 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, techniques 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. Participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. Clarifications and Interpretations: 9.4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the EJCDC GENERAL CONDITIONS 1910-8 (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 claim 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 Order justifies 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 1 I 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 party'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 notice of 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 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 pursuant to Affiel 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 furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization performing 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 22 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) responsibility set forth in this paragraph 9.13 shall also apply to ENGINEER's Consultants, Resident Project Representative and assistants. ARTICLE 10—CHANGES 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) (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 making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all 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 sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. 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 include but -net 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-reEirement benefits,,4%enuses 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 fumished 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 furnished by Subcontractors. If required by OWNER, 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: 11.4.5.1. 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 terms 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. 11.4.5.5. 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, 4nd 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 24 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) 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' 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 l I A.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 CONTRACTORS office at the site. 11.5.3. Any part of CONTRACTORSs 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). EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 11.4.2, 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 five percent; 11.6.2.3. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no 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 fe the next lewer tier- ; to be negotiated in good faith with the OWNER but not to exceed five percent of the amount paid to the next lower tier Subcontractor. 11.6.2.4. 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 CONTRACTORS 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 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 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 furnished 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 Work. 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 11 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; 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. 11.9.3.4. CONTRACTOR acknowledSes that the OWNER has the right to add or delete items m the Bid or change 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 original 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 determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 26 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. 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 reasenable time 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 EJCDC 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 furnish 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 claim 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 furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other 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 ene year two year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of 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 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 am year two year 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 28 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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.L 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 et seq. CONTRACTOR's Warranty of Title: 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 furnishing or performance of Work, or for any failure of CONTRACTOR to perform , or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment 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 15.2.1 through 15.2.4 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 reasons 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 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 CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 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 intended purpose without significant interference with CONTRACTOM 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. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 30 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final 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 famish 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 (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER' property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) to furnish 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 conforming to the format of the OWNER'S standard forms bound in the Project 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 paragraph 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 furnished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of 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 CONTRACTORs 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 Times, 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); 15.2.2. 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 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 further 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. 15.4. 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 performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. 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 Pauli 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 32 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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.L When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal 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 each particular duty, obligation, right and remedy to which they apply. 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 applyto this Agreement. Reference to two pertinent Colorado statutes are as follows; 17.6.2. If a claim is filed •OWNER is required by law (CRS 38-26-107) to withhold from all payments 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 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 34 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) (This page left blank intentionally.) E]CDC GENERAL CONDITIONS 1910-8 (1990 Edition) 35 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 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 requirements, performance data and guarantees of major items of materials 7/96 Section 00100 Page 6 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 36 wl 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 making 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 having jurisdiction. 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 r in question has arisen, and in no event shall any such demeand be made after the dal when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) xnt as ovfed llgoh16.5 below no arbitration arising Out of or relating to Contract Documents shall include by consolidation, joinder or in any Other ENGINEER, ENGIN ER's other Consultant andrson or the officer directors, agents, employees or consultants of any of them) Who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.4.2. such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16A.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 16A 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 party 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 Subcontractor. Nothing of such 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 ENGINEER's Consultants thatst oes not otherwise exist or 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 applicable tute imetted limitstand shall remain suation spendedsunila en 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 1 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) GC -AI w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/94) SECTION 00800 SUPPLEMENTARY CONDITIONS SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Geotechnical Engineering Report and Pavement Evaluation Preliminary Pavement Thickness Evaluation Report Douglas Road from Hearthfire Way east to Larimer County Road 11 Proposed Widening/Improvements in conjunction with Hearthfire Estate P.U.D. Fort Collins, Larimer County, Colorado Terracon Project No. 20015014 January 24, 2001 Prepared by Terracon 301 N. Howes Street Fort Collins, Colorado 80521-0503 Contractor may rely upon the accuracy of the technical data contained in the geotecbnical 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). SC-12.3 Add the following language to the end of paragraph 12.3. Time will be credited for inclement weather days that prohibit the contractor from being able to accompolish any work on the project. The amount of time credited will be as stated in paragraph 12.3. The inclement weather day shall be agreed upon by the contractor and the owner's on -site project representative at the time of the delay. SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment 9/99 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799 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 o OF THIS CHANGE ORDER TOTAL C.O.o OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: 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 FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract NUMBER DATE AMOUNT The present status of the account for this Contract is as follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: Current contract Amount: $0.00 Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: $0.00 Less Retainage: Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: 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. Provisions concerning retainage are set forth in the Agreement. 7/96 Section 00100 Page 7 Bid Item Number Description Quantity Units Unit Price Amount Work Completed This Month Qty. Amount Work Completed Previous Periods Clty. Amount Work Completed Stored To Date Materials This Amount Period Total Earned Percent To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Completed Work Completed Work Completed Stored Bid This Month Previous Periods To Date Materials Total Item This Earned Percent Number Description Quantity Units Unit Price Amount Qty. Amount Qty. Amount Qty. Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 I I ( C ( f I f I l I 1 f I 1 I I t f STORED MATERIALS SUMMARY On Hand Received Item Invoice Previous This Number Number Description Application Period PAGE 4 OF 4 Installed On Hand This This Period Application $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 Northeast Area Overlay NORTHEAST AREA OVERLAY Date: May 21, 2003 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. 2-4 01040 COORDINATION..................................................................................................... General Reqs. 5-6 01310 CONSTRUCTION SCHEDULES............................................................................. General Reqs. 7-8 01330 SURVEY DATA — (Contractor Supplied)................................................................. General Reqs. 9 01340 SHOP DRAWINGS................................................................................................... General Reqs. 10 - 12 01410 TESTING................................................................................................................... General Reqs. 13- 14 01510 TEMPORARY UTILIITIES...................................................................................... General Reqs. 15 01560 TEMPORARY CONTROL........................................................................................ General Reqs. 16- 17 01570 TREE PROTECTION............................................................................................... General Reqs. 18 - 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:\CFarver\Cmig\Northeast Area Overlay\Generai Requirements General Reqs. - 1 Northeast Area Overlay SECTION 01010 SUMMARY OF WORK 1.1 DESCRIPTION OF WORK A. The Work shall consist of the construction of the outlined improvements: BID NO. 5799 Date: May 21, 2003 1. County Road 11 from the north property line of Storybook Subdivision north (approx. 9600 feet) to _ Douglas Road. The construction of these improvements includes widening the existing 30' road to 36' wide, the addition of a right and left turn lane at Country Club Road, a left turn lane at Richards Lake Intersection and a left turn lane at Brightwater Drive. Work also includes paving a 3 inch asphalt overlay the entire length of the project and constructing a 2' gravel shoulder on both sides of the new asphalt pavement. 2. Douglas Road from County Road I west (approx. 4330 feet) to just west of the Hearthfire -' Subdivision entrance. A right and left turn lane will be added at the Hearthfire Way intersection. The construction of these improvements includes widening the existing 30' roadway to 36' wide and paving a 3 inch asphalt overlay the entire length of the project. — County Road 11• The construction of these improvements to County Road 11 includes rotomilling the asphalt and base 6 feet wide and 4.5 inches deep at the edge of the existing roadway from Storybook Subdivision north to Richards Lake Intersection (approx. 4330 feet), both sides of the roadway, and replacing with black base to widen the road to 36 feet. The scope of work also includes: embankment on the east side of County Road 11 both north and south of Country Club Road, a left and right turn lane at Country Club Road, a left turn lane for northbound traffic at Richards Lake and Brightwater Intersections, paving existing residential driveways in with asphalt or concrete, and a 3 inch asphalt overlay on the entire roadway from Storybook Subdivision north to the Douglas Road Intersection. Other tasks associated with this project include removals, relocation, adjustments of existing features, installation of new fire hydrants and waterline stubs associated with the Maple Hill Subdivision. Douglas Road: The construction of these improvements to Douglas Road includes rotomilling the asphalt and base 6 feet wide and 4.5 inches deep at the edge of the existing roadway from County Road 11 west (approx. 4330 feet) on both sides of the roadway, and replacing with black base to widen the roadway to 36 feet, and a left and right turn lane at Hearthfire Way for westbound and eastbound traffic. Embankment on the north side of Douglas Road at the Hearthfire Way entrance and also include topping the entire roadway from County Road 11 to just west of the Hearthfire Subdivision entrance with a 3 inch asphalt overlay. All existing residential driveways along Douglas Road will be paved with 3 inches of asphalt, back to Right - of -Way, and several will have drain pipes installed across the existing driveway to improve drainage. Other tasks associated with this project include adjustments of existing features, installation of dual 36" RCP drain pipes, and 15" irrigation pipe for the Setramont Highlands HOA. Richards Lake/County Rd.11 and Hearthfire/Douglas Rd Intersections: The construction of the improvements to these intersections includes tying into the established elevations at the existing subdivisions to create positive drainage. The scope of work shall include leveling courses _ and/or taper milling approximately 200 feet past the intersections. U:\CFarver\Craig\Northeast Area Overlay\General Requirements General Reqs. - 2 Northeast Area Overlay Date: May 21, 2003 ELCO Waterline: 1. ELCO Water District Contractor: ELCO Water District will hire there own contractor to install several different pipe crossings that will service the Lind Property Filing 1. Some work will be at the developer's expense and will be done by the Elco Water District and their Contractor, however this work will need to be coordinated with this project to ensure that all installations are tested and inspected prior to the final lift of asphalt being placed on County Road 11. 2. ELCO waterline work done by COFC Contractor: This work shall consist of the installation of 4 Fire Hydrant Assemblies and an 8" pipe crossing to service the Maple Hill Subdivision. The City of Fort Collins contractor will be required to patch ALL waterline crossings (Work done by ELCO Contractor and City of Fort Collins Contractor). 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. UTILITIES Water: Elco Water District 493-2044 Storm Sewer. City of Fort Collins, Colorado 221-6589 Sanitary Sewer. Boxelder Sanitation District 498-0604 Electric: Poudre Valley REA 226-1234 Gas/Electric: Xcel Energies 225-7847 Telephone: Qwest Communications 224-7558 Traffic Operations: City of Ft. Collins, Colorado 221-6630 Cable Television: Comcast Cable 493-7400 U:\CFarver,Craig\Northeast Area Overlay\General Requirements General Reqs. - 3 Northeast Area Overlay Date: May 21, 2003 Elco: Mike Scheid Elco Water District 493-2044 Electric: Poudre Valley REA 226-1234 *Utility Locates Under A One -call @ system 1-800-922-1987 — AGENCIES Occupational Safety & Health Administration (OSHA): 844-3061 Poudre Fire Authority Non -Emergency: 221-6581 Emergency: 911 City of Fort Collins Police Department Non -Emergency: 221-6550 Emergency: 911 _ Larimer County Sheriffs Department Non -Emergency: 221-7177 Emergency: 911 Postmaster. US Postal Service Bill Adams: 225-4111 Ambulance: Poudre Valley Hospital Non -Emergency: 484-1227 Emergency: 911 Transportation: Transfort: 221-6620 Traffic Engineering: 221-6630 END OF SECTION U:\CFarver\Craig\Northeast Area Overlay\General Requimnents General Reqs. - 4 Northeast Area Overlay SECTION 01040 COORDINATION 1.1 GENERAL CONTRACTOR RESPONSIBILITIES Date: May 21, 2003 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 Northeast Area Overlay. This schedule shall be agreed to by both the Owner and Contractor. 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. If the milestones are not met, the Owner may utilize the remedies provided in paragraph 15.6 of the Supplementary Conditions as well as any other remedy provided by the Contract Documents or provided by law or equity. The Owner may also 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. 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. WCFarver\Craig\Northeast Area Overlay\General Requirements General Reqs. - 5 Northeast Area Overlay Date: May 21, 2003 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: 1. Contractor and Superintendent. 2. Owner's 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 U:\CFarver\Ciaig\Northeast Area Overlay\General Requirements _ General Reqs. - 6 Northeast Area Overlay SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL Date: May 21, 2003 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 retum 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. 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. 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. U:\CFarver\Cjaig\Northeast Area Overlay\General Requirements General Reqs. - 7 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 Northeast Area Overlay Date: May 21, 2003 _ 1.5 OWNER'S RESPONSIBILITY A. Owner's review is only for the purpose of checking conformity with the Contract Documents and 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. END OF SECTION U:\CFarver\Craig\Northeast Area Overlay\General Requirements General Reqs: - 8 Northeast Area Overlay SECTION 01330 SURVEY DATA 1.1 SURVEY REQUIREMENTS Date: May 21, 2003 A. The Owner will provide the construction surveying for the Project. City of Fort Collins Survey Crews will perform the surveying required. B. The Owner will make the projects CAD drawings available to the Contractor upon request. C. The Contractor must submit a survey request to the Surveyors a minimum of 48 hours prior to needing surveying work done. D. 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. E. 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. F. 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. G. 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 WCFarver�Craig\Northeast Area Overlay\General Requirements General Reqs. - 9 Northeast Area Overlay SECTION 01340 SHOP DRAWINGS 1.1 GENERAL Date: May 21, 2003 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 Engineer's 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 to 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 to 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. — 3. REJECTED Signifies material or equipment represented by the submittal does not conform to 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. U:\CFarver\Craig\Northeast Area Overlay\General Requirements General Reqs. - 10 Northeast Area Overlay Date: May 21, 2003 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 famished. 1. Detailed installation drawings showing foundation details and clearances required for construction. 2. Relation to adjacent or critical features of the Work or materials. 3. Field dimensions, clearly identified as such. 4. Applicable standards, such as ASTM or Federal Specification numbers. 5. Drawings, catalogs or parts thereof, manufacturer's specifications and. data, instructions, performance characteristics and capacities, and other information specified or necessary: a. For 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. U:\CFarver\Craig\Northeast Area Overlay\General Requirements General Reqs. - II Northeast Area Overlay Date: May 21, 2003 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: 8 1/2" x I V. 3. Clearly mark each copy to identify pertinent products and models. 4. Individually annotate standard drawings, which are furnished, cross out items that do not apply, describe exactly which parts of the drawing apply to the equipment being furnished. 5. Individually annotate catalog sheets to identify applicable items. 6. Reproduction or copies of portions of Contract Documents: a. Not acceptable as complete fabrication or erection drawings. b. Acceptable when used as a drawing upon which to indicate information on erection or to identify detail drawings. 7. Clearly identify the following: — a. Date of submission. b. Project title and number. c. Names of Contractor, Supplier and Manufacturer. d. Specification section number, specification article number for which items apply, intended use of — item in the work, and equipment designation. e. Identify details by reference to sheet, detail, 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. _ 1.5 RESUBMISSION REQUIREMENTS 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:\CFarver\Craig\Northeast Area Overlay\General Requirements General Reqs. - 12 ..M Northeast Area Overlay SECTION 01410 TESTING 1.1 GENERAL Date: May 21, 2003 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. Fumish 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:\CFarvenCraig\Nonheast Area Overlay\General Requirements General Reqs. - 13 Northeast Area Overlay 1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM Date: May 21, 2003 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 1 U:\CFarveriCraig\Northeast Area Overlay\General Requirements General Reqs. - 14 Northeast Area Overlay SECTION 01510 TEMPORARY UTILITIES 1.1 UTILITIES A. Furnish all utilities necessary for construction. Date: May 21, 2003 B. The Contractor will be responsible for furnishing water in reasonable amounts for execution of the work. The Contractor shall coordinate and schedule with the Owners' Field Representative for the Elco Water District 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:\CFarver\Ciaig\Northeast Area Overlay\General Requirements General Reqs. - 15 Northeast Area Overlay Date: May 21, 2003 SECTION 01560 TEMPORARY CONTROLS 1.1 NOISE CONTROL A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated _ in a manner to cause the least noise consistent with efficient performance of the Work C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. 1.2 DUST CONTROL A. 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 4. 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. 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. U:\CFarver\Craig\Northeast Area Overlay\General Requirements _ General Reqs. - 16 Northeast Area Overlay 1.5 SECURITY Date: May 21, 2003 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:\CFarver\Craig\Northeast Area Overlay\General Requirements General Reqs. - 17 SECTION 00300 BID FORM Northeast Area Overlay Date: May 21, 2003 SECTION 01570 TREE PROTECTION _ 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 Poisonine: 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 _a 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. E. No damaging attachments, wires, signs, permits or other objects may be fastened by any means to any tree preserved on this project. U:\CFarver\Craig\Northeast Area Overlay\Geneml Requirements General Reqs. - 18 Northeast Area Overlay Date: May 21, 2003 F. Violation of Specifications and Penalties for Damaging 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. Thev 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 penaltv. (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:\CFarver\Craig\Northeast Area Overlay\General Requirements General Reqs. - 19 Northeast Area Overlay SECTION 01580 TRAFFIC REGULATION 1.1 TRAFFIC CONTROL Date: May 21, 2003 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 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. 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. County Road 11: Minimum of one lane in the north and south bound direction during flagging operations. Douglas Road: Minimum of one lane in the east and west bound direction during flagging operations. Local Residential Access: Local access must be maintained at all times. City of Fort Collins will coordinate with the homeowners so driveways can be closed for short periods of time. Country Club Road: Normal traffic movements through the intersection at all times with controlled turn movements to the south and north. Richards Lake Road: Normal traffic movements through the intersection at all times with controlled turn movements to the north and south. 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 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 U:\CFarver\Ctaig\Northeast Area Overlay\General Requirements General Reqs. - 20 Northeast Area Overlay other materials and equipment. Date: May 21, 2003 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 perforating 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:\CFarver\Cmig\Northeast Area Overlay\General Requirements General Reqs. - 21 Northeast Area Overlay SECTION 01700 CONTRACT CLOSEOUT Date: May 21, 2003 1.1 SUBSTANTIAL COMPLETION A. Substantial Completion for the Northeast Area Overlay shall be defined as the completion of all earthwork, pavement, concrete work, striping, signage landscaping, and any other pertinent items as required for this project. The roadways must be opened to traffic. 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 UACFarver\C+aig\Northeast Area Overlay\General Requirements _ General Reqs. - 22 Northeast Area Overlay 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 Date: May 21, 2003 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. 1.3 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 WCFarverCraig\Northeast Area Overlay\General Requirements General Reqs. - 23 Northeast Area Overlay Date: May 21, 2003 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 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:\CFarver\Craig\Northeast Area Overlay\Gweral Requirements _ General Reqs. - 24 A . aY Northeast Area Overlay Date: May21, 2003 NORTHEAST AREA OVERLAY 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 PAGE 202 REMOVALS .............................................................................................................. Technical Specs 2-3 203 EXCAVATION AND EMBANKMENT ................................................................... Technical Specs 4-5 208 EROSION CONTROL............................................................................................... Technical Specs 7 210 RESET STRUCTURES ............................................................................................. Technical Specs 8-9 304 AGGREGATE BASE COURSE..............................................................Technical Specs 10 306 RECONDITIONING.................................................................................................. Technical Specs 11 401 PLANT MIXES PAVEMENTS - GENERAL .......................... .-................................. Technical Specs 12-17 403 HOT BITUMINOUS PAVEMENT........................................................................... Technical Specs 18-20 506 RIPRAP......................................................................................................................TechnicalSpecs 21-22 603 CULVERTS AND SEWERS.................................................................................... Technical Specs 23 604 MANHOLES, INLETS AND METER VAULTS ...................................................... Technical Specs 24 607 FENCES..................................................................................................................... Technical Specs 25 608 SIDEWALKS AND DECORATIVE CROSSWALKS ..............................................Technical Specs 26 609 CURB AND GUTTER ............................................................................................... Technical Specs 27 619 WATER LINES.......................................................................................................... Technical Specs 28 630 TRAFFIC CONTROL DEVICES (Contractor Supplied) ........................................ Technical Specs 29-32 UACParver\Cmig\Northeast Area Oveday\Technical Specs Technical Specs -1 Northeast Area Overlay Date: May 21, 2003 , 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 driveways, irrigation structures, pipe, structures, asphalt, fence, trees 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: Clearing and Grubbing — This work shall consist of removing and hauling offsite juniper bushes (approx. 250 lineal feet) and small caliper trees (2" Dia.). This item will be paid for as a lump stun. Remove Trash Pile — This work shall consist of removing rocks, concrete washout, barbed wire fence, dead trees and bushes located on the Southwest corner of the Heartltfire Entrance. This item will be paid for as a lump sum. Disposal Site - Materials 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. Subsection 202.03 is revised to include the following: Rotomill Asphalt Pavement (0" — 4.5") — This work requires a full depth removal of asphalt pavement six feet wide on r both sides of the existing roadway in designated areas. This work shall include hauling this ntaterial by truck from the milling operation to the fill areas. This item will be paid for by the square yard. NOTE: All Asphalt Rotomillings shall become the property of the City of Fort Collins. This material shall be placed as bottom lifts in the fill areas as directed by the Engineer. The placement of this item will be paid for separately under Borrow Onsite Material (Asphalt Rotomillings). Subsection 202.07 is revised to include 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. Subsection 202.08 is revised to include the following: Remove Type R Inlet Deck — This work shall consist of jack -hammering the existing concrete inlet deck located at the Northwest corner of Richards Lake Road and County Road 11 Intersection. It shall be the Contractor's responsibility to remove any concrete and mbar and haul offsite. This item will be paid for as a lump sum. 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. UACfarver\Ctaig\NortheaA Area OverhffecWcal Specs Technical Specs - 2 Northeast Area Overlay Date: May 21, 2003 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. 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 O. 202-01 Asphalt Taper Mill (Profile 0"-2') — (SY) 202-02 Rotomill Asphalt Pavement (0"- 4.5") — (SY) 202-03 Remove Existing Tree Stumps (Avg. Width = 12" Dia.) — (EA) 202-04 Remove Concrete Driveways (4" Thick) — (SF) 202-05 Remove Pipe (RCP, CMP, PVC) — (LF) 202-06 Remove Fence (Various Types) — (LF) 202-07 Demolition of Farm House (Country Club Rd. and County Rd. 11) — (LS) 202-08 Remove Vertical Curb and Gutter — (LF) 202-09 Remove Type R Inlet Deck — (LS) 202-10 Clearing and Grubbing — (LS) 202-11 Remove Trash Pile — (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 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. UACfarveACraig4Northeast Area Overlay\Technical Specs END OF SECTION Technical Specs - 3 C n SECTION 00300 BID FORM PROJECT: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799 Place 215 North Mason / Purchasing Div. Date July 15, 2003 1. In compliance with your Invitation to Bid dated June 19, 2003 and subject to all conditions thereof, the undersigned ConnelI 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 5% 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: Traveler's Casualty & 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 0 Northeast Area Overlay bete: May 21, 2003 — 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: Unclassified Excavation - This shall consist of excavation of all materials on the site to final grades, excluding the bid y 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 paid according to plan quantity by the cubic yard. _ 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 forback ofwalk and curb areas, parkway areas, and other designated areas. This item shall be paid according to plan quantity. Borrow Onsite Material (Asphalt Rotomillings) - All Asphalt Rotomillings shall become the property of the City of _ Fort Collins. This item includes the placement and compaction of this material as bottom lifts in the fill areas as directed by the Engineer. This item will be measured in the field and paid for separately by the cubic yard. Borrow Suitable Fill Material - This shall include supplying, placing, and compacting of a suitable fill material 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. Muck Excavation (Complete in Place) — This shall include excavation of unsuitable material, supplying and placing Class I or 2 Structural Backfill, Pit Run or an approved fill, re -compacting 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) — This work shall consist of placing aggregate base Nurse material behind all asphalt driveways to transition from new asphalt to existing grade. 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. _ Regrade Borrow Ditch (Douglas Road) — This work shall consist of grading the borrow ditch at all driveway culvert crossings along Douglas Road. This shall include excavation and final alignment according to finish grade. All labor, equipment and associated costs to be included in price. 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. r 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 U:\CfhnvrNCraieNortheast Area Overlay\Tednical Specs Technical Specs - 4 Northeast Area Overlay Date: May 21, 2003 Engineer. Minor cuts and fills 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 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. 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. Subsection 203.04 is revised to include the following: 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 (). 203-0l Unclassified Excavation — (CY) 203-02 Embankment -CIP — (CY) 203-03 Topsoil —(Stripping, stockpiling, placing) 6" Depth — (CY) 203-04 Borrow Onsite Material (Asphalt Rotomillings) — (CY) 203-05 Borrow Suitable Fill Material — (CY) 203-06 Muck Excavation — CIP — (CY) 203-07 Borrow ABC (Class 5 or 6) — (TON) 203-08 Potholing — (LS) 203-09 Regrade Borrow Ditch (Douglas Road) — (LF) lJACfarver\Craig\Northeast Area OverlaffechnicalSpecs Technical Specs - 5 Northeast Area Overlay Date: May 21, 2003 The above prices and payments shall include hill compensation for famishing 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:\CfarverlCraigWortheast Area Overlay\TechnicalSpecs Technical Specs - 6 Northeast Area Overlay 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: Date: May 21, 2003 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. 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 re -stabilized irmnediately 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. 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 famishing 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. UACfarver,Craig\Northeast Area Overlay\Technical Specs END OF SECTION Technical Specs - 7 Northeast Area Overlay Date: May 21, 2003 r. REVISION OF SECTION 210 RESET STRUCTURES Section 210 of the Standard Specifications is hereby revised as follows: Subsection 210.10 is revised to include the following: Work contained in this Subsection shall meet the requirements of the current ELCO WaterDistrict Standard Construction Specifications or other applicable water utility agency standard construction specifications. The Contractor shall cooperate and coordinate with the ELCO Water District 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 Y4", +/- I/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 Valve Box (ELCO Water District) — 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 +c filled with Non -Shrink backfdl 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). U:\C&rver\Ctaig\Northeast Area Overlay\Tcchmcal Specs Technical Specs - 8 Northeast Area Overlay Date: May 21, 2003 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 (l') 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. 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). Relocate Mailboxes — This item will consist of relocating existing mailboxes to locations on the plans. The mailboxes must be relocated at the beginning of the construction and must be accessible to the owner and the U.S. Postal Service at all times. All relocation work must be governed by the U.S. Postal Service. This item will be paid per each mailbox relocated. 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 ( ). 210-01 Adjust Valve Box (ELCO Water District) — (EA) 210-02 Adjust Manhole Ring/Cover— (EA) 210-03 Relocate Mailboxes — (EA) The above prices and payments shall include full compensation for famishing 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. lJACfarver\Craig\Northeast Area OverlaffechnicalSpecs END OF SECTION Technical Specs - 9 Northeast Area Overlay 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: Date: May 21, 2003 This work shall consist of placing 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. Shouldering ABC (Class 5 or 6) (4" Depth) - (CIP) - This work shall consist of placing 4" Thick Aggregate Base Course material along the edge of pavement the entire length of the project. This work shall be completed with the use of a shouldering machine. 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 0.1 I 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:. Aggregate Base Course will be measured by the ton at proper moisture. Quantity will be adjusted accordingly 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 soolied under all new asphalt paving 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 (). 304-01 Aggregate Base Course (Class 5 or 6) - (TON) 304-02 Shouldering ABC (Class 5 or 6) (4" Depth) - (CIP) - (TON) The above prices and payments shall include firU compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work involved in Aggregate Base Course including haul, sterilization, and water. The work will be complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. END OF SECTION UACfarvetlCraig\Narheast Area Overlaffechnical Specs Technical specs -10 Northeast Area Overlay 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: Date: May21, 2003 The top 8" of the fill areas shall 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. 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 famishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in Reconditioning, complete -in -place, including compaction, wetting or drying, and finish grading, as shown on -the plans, as specified in these specifications, and as directed by the Engineer. UACfamr\Creig\Northeast Area OverlayWechnical Specs END OF SECTION Technical Specs - I I Northeast Area Overlay REVISION OF SECTION 401 & 703 PLANT MIX PAVEMENTS — GENERAL & AGGREGATES Section 401 and 703 of the Standard Specifications is hereby revised as follows: Date: May 21, 2003 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: TARIM..AfilA 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 nix 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: 401-I13itumen Content Recycling Agent Bituminous Pavement - Item 403 f0.3% t0.2%o the 9.5 mm (;/s=) and larger sieves t6% the the 4.75 amt (No. 4) and 2.36 run (No. 8) sieves t5% the 600 min (#30) sieve f4% the 75 mm 0200) sieve f2% [When 100%passing is designated, there shall be no tolerance. When 90- 100% passing is designated, u.\c&rver\CraiS\Northeast Area Overlsy\Technical Specs Technical Specs -12 Northeast Area Overlay Date: May 21, 2003 90shall 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 °C (OF) mm (inches) Top Layers Below Layer Top Layer <38 (l %2) 15 (60) 10 (50) 38 (1'Fi) - <75 (3) 10 (50) 5 (40) 75 3 or more 1 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 fails 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. Table No. 401-3A Perinds Remtirino flvariev of Traa+oA C..rfanm - - - Location by Elevation - - - ------------- Period During Which Planed or Recycled Surfaces Must be Overlaid within Ten Days All areas below and Including 2100 in 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 U:\Cfarver\Craig\Northeast Arm Overlay\Technical Specs Technical Specs -13 Administrative Services Purchasing Division City of Fort Collins CITY OF FORT CQLLINS: ADDENDUM No. 1 BID #5799 NORTHEAST AREA OVERLAY SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5799 Northeast Area Overlay OPENING DATE: July 15, 2003, 3:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. I. At the Pre -Bid, the ELCO Water District presented us with a new Standard Detail for a Typical. Fire Hydrant Installation. This detail is included in the addendum as an attachment. II. There is a need to make a clarification regarding the installation of the 24" RCP pipes that cross County Road 11 shown in the "City of Fort Collins" plan set on sheets 12, 13 and 14. These pipes shall be installed under the existing 14" ELCO water line and clearance shall meet the current ELCO Water District Standard Specification. III. It is necessary to install a 1' extension on the existing fire hydrant at the southwest corner of Richard's Lake Road and County Road 11. IV. In our Technical Specifications on page 19, in Table 403-1 there was a typing error which stated that the Lab Compaction (Revolutions) for Grading S and SG is 109. This number should be changed to 100 Revolutions for Grading S and SG. 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 Connell Resources, Inc. CONTRACTOR BY: Davi S "mp o ADDRESS: 4305 E. Harmony Road Fort C011ins, Colorado 8. BID SCHEDULE (Base Bid) 80528 PLEASE USE 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. SPECTF LY SUBMITTED: \ July 15, 2003 Signat-ir?� Date David E. Simpson - ice President Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Sheri C. Welch Address 4309 E Harmony Roams_ Fort Collins, Colorado 80528 Telephone (970) 223-3151 (970) 223-3191 Fax 7/96 Section 00300 Page 2 Northeast Area Overlay Date: May 21, 2003 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 aF * Minimum Delivered Mix Temperature, °C ** 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 (*F) . ** 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: 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 °F), no further compaction effort will be permitted unless approved. If the mixture contains modified asphalt cement (AC-20R, PG 76-28, PG 70-28, orPG 64-28) and the surface temperature falls -- below 110*C (230 °F), no finiher 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: UACfar mkCraigNortheast Area Overlay\Technical Specs Technical Specs -14 Northeast Area Overlay TABLE 703-3A Master Range Table for Hot Bituminous Pavement (Grading S) Date: May21, 2003 Sieve Size Percent by Weight Passing Square Mesh Sieves Restricted Zone Boundary (Guideline) Minimum Maximum 37.5 mm (1 fi'1 25.0 mm (1") 100 19.0 mm (3/.") 90 - 100 12.5 mm (!6") 9.5 mm (/a-) 4.75 mm (#4) 2.36 mm (#8) 23 - 49 34.6 34.6 1.18 mm (# 16) 22.3 28.3 600 mm (#30) * 16.7 20.7 300 mm (#50) 13.7 13.7 150 mm (#100) 75 mm (#200) 2-8 * These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation shown on the Design Mix. UACfarvcr\Crai¢\Northeast Area Overlay\TechnicalSpecs Technical Specs -15 Northeast Area Overlay Date: May 21, 2003 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 nun (I W) 25.0 nun (1") 19.0 arm (%') 100 12.5 mm (%") 90 - 100 9.5 mm (/s-) ' 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 nun (#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. TABLE 703-3C r- U:\Cfarver\Craig\Northeast Area Overlay\Technical Specs Technical Specs -16 o-� Northeast Area Overlay Date: May 21, 2003 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 %2") 100 25.0 nun (1 ") 90 - 100 19.0 mm (Y4') 12.5 nun (%2'1 9.5 nun (/s-) 4.75 mm (#4) * 39.5 39.5 2.36 mm (#8) 19 - 45 26.8 30.8 1.18 nun (#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. UACfar,cr Craig4Northeast Area Overlaffechnical Specs END OF SECTION Technical Specs -17 Northeast Area Overlay Date•. May 21, 2003 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: Asphalt Patching - 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 = County Road 54 = 365,000 Binder: Grading S - PG 64-28 / Grading SG - PG 64-22 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 shall be corrected before paving operations will be allowed to resume. — Reclaimed materials will not be allowed in Hot Bituminous Pavement. A maximum of 200/6 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 Contractofs Progress Schedule shall show the methods to be used to comply with this requirement. PAVEMENT SECTION: County Rd.11 Douglas Road Grading S 3" 3" Grading SG 4.5" 4.5" The design mix for Grading S, SX, and SG shall conform to the following: UACfarvet\Craig\Noithesst Area Overlay\Technieal Specs Technical Specs -1S Northeast Area Overlay TABLE 403-1 Date: May 21, 2003 Property Test Grading S Grading SG Gradingsx Method N/A this Project Air Voids, percent at: CPL 5115 N (initial) > 11.0 > 11.0 > 11.0 •(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) 109 109 (b) N maximum a 174 174 a) Stability, minimum (a) CPL 5106 42 42 (a) for information Aggregate Retained on the 4.75 mm CP 45 60 60 60 (No. 4) Sieve with at least two Mechanically Induced Fractured Faces, % minimum Accelerated Moisture Susceptibility CPL 5109 80 80 80 Tensile Strength Ratio (Lottman), Method B minimum Minimum Dry Split Tensile CPL 5109 205 (30) 205 (30) 205 (30) Strength, kPa(psi) Method B Grade of Asphalt Cement PG 64-28 PG 64-22 PG 64-22 Top Layer Grade of Asphalt Cement Layers PG 64-28 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) % Al MS-2 65 - 75 65 - 75 (a) (a) OWEN (a) Current CDOT Design Criteria (b) Residential 50, 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 turn (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-lIt. 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. UACfarve6CraiglNorlheast Area Overlay\Technical Specs Technical Specs -19 Northeast Area Overlay Date: May 21, 2003 '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 one (1) inch and Grading S shall be (1 'h) inch. 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 nutting, shoving or moving in any manner. Tack coat shall be placed between all lifts. NOTE: Any levellue courses placed shall be paid for at the contract unit price for Asphalt Paver Leveling Courses Subsection 403.04 shall include the following: Hot Bituminous Pavement Grading 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. 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 O. 403-01 Hot Bituminous Pavement - Grading S - 3" Depth (PG 64-28) - (TON) 403-02 Hot Bituminous Pavement - Grading SG - 4.5" Depth (PG 64-22) - (TON) 403-03 Asphalt Paver Patching - Grading S - 3" Depth @ Driveways (PG 64-28) - (TON) 403-04 Asphalt Paver Leveling Courses - Grading S (PG 64-29) - (TON) — 403-05 Asphalt Patching Grading SG - 4.5" Depth (PG 64-22) - (TON) The above prices and payments shall include full compensation for famishing 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:\Cf w&1\CmiS\Northeast Area Overlay\Technical Specs Technical Specs - 20 Northeast Ares Overlay REVISION OF SECTION 506 RIPRAP Date: May 21, 2003 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 grades. 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 windrows 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 (3") of the topsoil shall be loosely 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 TON. 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. U:\Cfarver\CraigWortheast Area Overiay\Technical Specs Technical Specs - 21 Northeast Area Overlay bate: May 21, 2003 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' Type H Riprap w/6" Topsoil —(TON) 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 UAC&rvdCnu¢\Northeast Area Overlay\TechnicalSpecs Technical Specs - 22 Northeast Area Overlay 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: Date: May21, 2003 This work shall consist of the construction of Reinforced Concrete Pipe, Corrigated Metal Pipe, pipe connections, and joint encasement in accordance with the plans, specifications, and the Larimer County Urban Design 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 12" CMP — (LF) 603-02 12" CMP - FES — (EA) 603-03 15" RCP Class III — (LF) 603-04 15" RCP Class III - FES — (EA) 603-05 24" CMP — (LF) 603-06 24" CMP - FES — (EA) 603-07 24" RCP Class III — (LF) 603-08 24" RCP Class III — FES — ( EA) 603-09 36" RCP Class III — (LF) 603-10 36" RCP Class III — FES w/Trash Rack (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 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. UACfarvMCiaig\Northeast Area Overlaffechnical Specs END OF SECTION Technical Specs - 23 BID #5799 BID SCHEDULE Project: Northeast Area Overlay Date: 06/1612003 N Number Number Description p tion Estimated Quantity Unit Unit Cost Item Cost Northeast Area Overlay Quantities: 202-01 Asphalt Taper Mill (Profile 0%2") 450 SY 375 202-02 Rotomill Asphalt Pavement (0"-4.5") 14,084 SY Z r ZB?o Ja1ii"IZ 202-03 Remove Existing Tree Stumps (Avg. Width = 12" Dia.) 40 EA 9� S 00 202-04 Remove Concrete Driveways (4" Thick) 3.300 SF 6 202-05 Remove Pipe (RCP, CMP, PVC) 210 LF 1-7 W 5t(075 ?o 202-06 Remove Fence (Various Types) 545 LF D b 1 327 OV 202-07 Demolition of Farm House (Country Club Rd. and County Rd. 11) 1 LS _ 5� Z50V 3 ?jp Do 202-08 Remove Vertical Curb and Gutter 60 LF �'_0 z 10 - 202-09 Remove Type R Inlet Deck 1 LS y10 a= si/D V 202-10 Clearing and Grubbing 1 LS _ 173r700° 1 35012 202-11 Remove Trash Pile 1 LS 8m)°Sr g7-05T 203-01 Unclassified Excavation 250 CY 3 $7-5 T 203-02 Embankment -(CIP) 250 CY 203-03 Topsoil -(stripping, stockpiling, placing) 6" Depth 2,525 CY 3 �9 9 203-04 halt Rotomillln Borrow Onstte Material As s (Asphalt 9) 1,786 CY 1 o " Z.16-79°p 203-05 Borrow Suitable FIN Material 9,301 CY Ie 20 5"7 1_1'1_ •it:!F` 203.06 Muck Excavation - (CIP) 100 CY 2,7 t 0 203-07 Borrow ABC (Class 5 or 6) - (CIP) 100 TON ► 1 00 _fir—'7150 1 1 00 00-- 203-08 Potholing 1 LS 1 r50 to 203-09 Regrade Borrow Ditch (Douglas Road) 2,000 LF 019 .1 1 r.1O0 °^ 208-01 Erosion Control 1 LS I D'7S to 210-01 Adjust Valve Box (ELCO Water District) 23 EA 195y.. w yB5 210-02 Adjust Manhole Ring/Cover 3 EA 31i5 00 r 00 I D'SS 210-03 Relocate Mailboxes 32 EA 1 l fJ 40 3�j2.0 304-01 Aggregate Base Course (Class 5 or 6) 300 TON I'2. tlw 31.FA 304.02 Shouldering ABC (Class 5 or 6) (4" Depth) - (CIP) 1,420 .TON I Z C!P I irbyD 03 306-01 Reconditioning (8") 15.150 SY p S rj -15-7 403-01 Hot Bituminous Pavement - Grading S - 3" Depth (PG 64-28) 10,950 TON '10 00 403.02 Hot Bituminous Pavement- Grading SG - 4.5" Depth (PG 64.22) 4,230 TON .�Int _ 403-03 Asphalt Paver Patching - Grading S - 3" Depth @ Driveways (PG 64.28) 600 TON -7D eo A74DDp we 403-04 Asphalt Paver Leveling Courses - Grading S (PG 64-28) 650 TON sip Zb. 000�- 403.05 Asphalt Patching -Grading SG - 4.5" Depth (PG 84-22) 100 TON 9e O0 9 p� IF 506-01 15' X 20' Type H Rip Rap w/6' Topsoil 24 TON Ll n SO la 11164 603-01 12"CMP 408 LF ZZZS 01, -7Fj 00 603-02 603-03 12' CMP - FES 15" RCP Class III 22 EA 9S e0 21 D°I O 01 114 LF tit p. 7 y 713�— 603-04 603.05 15' RCP Class III -FES 24" CMP 2 EA 226SO9 1 7�— - 603-06 24' CMP - FES 53 2 LF EA 3 xq II Ing� 603.07 24' RCP Class III 200 LF _1; y1e se 9 ",� 00 603-08 24' RCP Class III - FES 3 EA 3'�c Op I 'On; go 603-09 36' RCP Class 111 240 LF _ 4bb 09 IOIr 2� 00 603-10 36' RCP Class III - FES w/rrash Rack 4 EA 1050 oo _yam 4T r 604-01 Area Inlet 3 EA 155#0 02 $4 105u W 604.02 Reset and Pour Type R inlet Deck 1 - EA 607-01 Replace Fence with new (Woven Wire W/T-Post) 545 LF too q �Z 607-02 Relocate 3 Rail Dowel Fence wMo Climb Fabric 280 LFZ— Section 00300 Page 3 Northeast Area Overlay 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: Date: May 21, 2003 This work shall consist of the construction of COFC Area Inlets, CDOT Type R 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 604.08 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 Area Inlet — (EA) 604-02 Reset and Pour Type R Inlet Deck — (EA) The above prices and payments shall include fill 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. UACfary ACra4NortheastAreaOvertaffechnicalSpecs END OF SECTION Technical Specs - 24 Northeast Area Overlay REVISION OF SECTION 607 FENCES Section 607 of the Standard Specifications is hereby revised as follows: Subsection 607.01 is revised to include the following: Date: May21, 2003 Replace Fence with new (Woven Wire w/T-Post) - This work shall consist of installing new Woven Wire Fence with T-Posts along the Jewett Property for approximately 545 linear feet upon completion of the pipe installation and slope and seeding work. Relocate 3 Rail Dowel Rail Fence with "no climb" Fabric — This item consists of relocating the existing fence with no climb fabric and will be paid for by the linear foot. The existing fence that is to be relocated has no climb fabric on it presently, but may not be able to be salvaged and could possibly need to be replaced. Install Temporary Orange Safety Fence (Jewett Property) - This work shall consist of installing orange safety fence along the Jewett Property to create a barrier between the horses in the open pasture and project limits. This fence will remain in place until the permanent woven wire fence is installed. It shall be the responsibility of the Contractor to maintain this fence during the entire length of the project. Install 6' Privacy Fence (Hotchkiss Property) — This work shall consist of constructing a 6' fence with Premium cedar materials, including 4" X 4" posts 8 feet on center, 3 - 2" X 4" rails per section and I" X 6" Dog-eared pickets. Subsection 607.04 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. 607-01 Replace Fence with new (Woven Wire w/T-Post) — (LF) 607-02 Relocate 3 Rail Dowel Fence w/No Climb Fabric — (LF) 607-03 Install Temporary Orange Safety Fence (Jewett Property) — (LF) 607-04 Install 6' Privacy Fence (Hotchkiss Property) — (LF) The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work listed above: complete in place, as specified in these specifications, and as directed by the Engineer. UACfarver\CraigWortheast Area Overlaffechnical Specs END OF SECTION Technical Specs - 25 Northeast Area Overlay 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: Date: May 21, 2001 This work shall consist of the construction of concrete driveways, 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 area 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. Subsection 608.05 is revised to include the following: The Concrete Driveways (6") item will be measured by the square foot of finished flatwork. 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: Ply Item and Pay Unit The pay unit is denoted by (). 608-01 Concrete Driveway (6") — (SF) The above prices and payments shall include full compensation for finishing 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. UACfarver\Craig\Northeast Ain Overlaffechnical Specs END OF SECTION Technical Specs - 26 Northeast Area Overlay 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: Date: May 21, 2003 This work shall consist of the construction of cast in place vertical 6" curb and gutter, in accordance with the details and these specifications. The unit price bid per linear foot of curb and gutter, no sidewalk, includes construction of new 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 (). 609-01 Vertical Curb & Gutter (30") - (LF) The above prices and payments shall include full compensation for famishing 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. tJACfarver\Craig\Northeast Area Overlay\Technical Specs END OF SECTION Technical Specs - 27 Northeast Area Overlay 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: Date: May 21, 2003 This work shall include installing PVC Pipe, gate valves, tees, tapping saddles, plugs, reaction blocks, fire hydrants 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 Elco Water District 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. Subsection 619.05 is revised as follows: Payment will be made under: Pay Item and Pay Unit The pay unit is denoted by (). 619-01 14" X 8" Tapping Saddle — (EA) 619-02 8" Tapping Gate Valve w/ Valve Box — (EA) 619-03 8" PVC Pipe C900 w/Tapped Plug and Blowoff— (LF) 619-04 Fire Hydrant Assemblies (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 installing PVC water pipe and valves, connecting to existing ., water lines according to Elco Water District Standards, complete -in -place, as shown on the plans, as specified in these specifications, and as directed by the Engineer. U:\Cfarver\Craig\Northeast Area Overky\Technical Specs END OF SECTION Technical Specs - 28 Northeast Area Overlay 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: Date: May 21, 2003 This work shall consist of famishing, installing, moving, maintaining and removing temporary traffic signs, advance warning arrows panels, 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 AP 1000 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. Subsection 630.09 shall be revised as follows: Tra is control on this project is the responsibility of the Contractor. U:\Cfarver\Craig\Northeast Area Overlay\Technical Specs Technical Specs - 29 Northeast Area Overlay Date: May 21, 2003 r 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 (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 slgns and speed limit signs; method, length and time duration for hine 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; 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 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 Driver's 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:\CfhrveeCraig\Northeast Area Overlay\Technical Specs Technical Specs - 30 Northeast Area Overlay Date: May 21, 2003 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 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. UACfarver\Craig\Nottheast Area Overlay\TechnicalSpecs Technical Specs - 31 Northeast Area Overlay Date: May 21, 200.3 The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work Area Traffic Control _ Handbook", and Part VI of the MUTCD, pertaining to traffic controls for street and highway construction, available at all times. 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 O. 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 one week prior to the commencement of work and/or the time required to adequately notify the public through the media. SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS NOTE: Full closures on all Douglas Road shall be allowed as shown on the traffic control plans only if aooroved by Larimer County. U:%CfarverlCraig\Northeast Area Overlaffechnical Specs END OF SECTION Technical Specs - 32 EAST LARIMER COUNTY WATER DISTRICT STANDARD CONSTRUCTION SPECIFICATIONS WATER MAINS OCTOBER, 1992 Revised: April 26, 2002 9 Project: Northeast Area Overlay Date: 06/1612003 e Number N Number Description Estimated Quantity Unit Unit Cost Item Cost 607-03 Install Temporary Orange Safety Fence (Jewett Property) 545 LF 607-04 Install 6' Privacy Fence (Hotchkiss Property) 150 LF 608-01 Concrete Driveway (6") 3,300 SF Z 609-01 Vertical Curb and Gutter (30") 60 LF 12- 9 7So aO 619-01 14" X 8" Tapping Saddle 1 EA Z CSpO° z�[,-p00 619-02 8" Tapping Gate Valve w/Valve Box 1 EA (�� Su o0 13Z5 00 619-03 8" PVC Pipe C900 wRapped Plug and Blowoff 20 LF is Z IoD o0 619-04 Fire Hydrant Assembly 4 EA %700 °O I n 00 rbw Subtotal Northeast Area Overlay Quantities: $ 7 8 '7 189 yD Landscapina Quantities: - Restore Landscape Rock Areas for Private Owners 1 LS 11 00 V / 1 00 09 • Replace Railroad Ties i LS �= 1JG0 W - 6' Blue Spruce Pine Trees 8 EA 55b`L* ob - Relocate Existing Sprinkler Heads i LS Z2on e-9 Miscellaneous Quantities: Contract Bond 626-01 Mobilization 630-03 Traffic Control Subtotal Northeast Area Overlay Landscaping Quantities: Subtotal Northeast Area Overlay Misc. Quantities: 1 LS to %cyc no 1 LS 1 LS 4K OM =° $ 9-741, z89 4D _Nl'>i� Fit,_.tO2En�5F.rtEwtTY-fbufL"C410uSrtlJ�liWe IiIWCL�D�Oail..:aHf1=1Vte1E ��tp¢� �Y I n, beb Section 00300 Page.4 SECTION 01010 . 01600 . 01656 01666 . . TABLE OF CONTENTS TITLE . . . . . . . . . . . . Summary of Work . . . . . . . . . . . . . Materials, Equipment, and Workmanship . . . . . . . . . . . . Disinfection of Domestic Water Lines . . . . . . . . . . Testing the Piping System 01710 . . . . . . . . . . . . . .. Site Cleanup 01720 . . . . . . . . . . . . . . Project Record Drawings 02221 . . . . . . . . . . . . . . Trenching, Backfilling and Compacting 02224 . . . . . . . . . . . . . . Pipe Boring and Jacking 02225 . . . . . . . . . . . . Spanned Pipe Casing 02575 . . . . . . . . . . . . Pavement Repair and Resurfacing 02615 . . . . . . . . . . . . . Ductile Iron Pipe 02622 . . . . . . . . . . . . . Plastic Pressure Pipe 02641 . . . . . . . . . . . . . . Valves 02644 . . . . . . . . . . . . . . Fire Hydrants 02646 . . . . . . . . . . . . . . Service Lines, Meters, and Appurtenances 02713 . . . . . . . . . . . . . Water Distribution Systems 03300 . . . . . . . . . . . . . Cast -in -Place Concrete 03400 . . . . . . . . . . . . . . Precast Concrete Standard Detail Drawings SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.1 SCOPE A. The purpose of this document is to present the East Larimer County Water District's criteria for the construction of 6-inch through 16-inch water mains, water services and all appurtenances associated with these mains and services. It is to be used by Owners, Developers, Consultants or Design Engineers, and Contractors as guidelines for the design and construction of said mains, services, and appurtenances. 1. In the case of water mains larger than 16-inch,•the Owner, or his representative, shall submit construction specifications to the District for review, prior to the District's approval of construction drawings. B. These specifications are intended to be sufficiently detailed to provide adequate definition of the work to be performed and to insure the quality of that work. 1. The contractor shall make himself thoroughly familiar with the provisions and the content of these Specifications. C. These specifications are composed of written Material Specifications and Standard Drawings: The interpretation of any section, or of differences between sections shall be made by the District. 1. When a conflict occurs between or within standards, specifications, or drawings, an interpretation shall be made by the District. 1.2 SPECIFICATION DOCUMENTS A. Definitions. 1. DISTRICT - the authorized representative of the East Larimer County Water District. 2. OWNER - the developer, corporation, association, 01010-1 partnership, or individual who has entered into an Agreement with the District and for whom the work is to be provided. 3. CONSULTANT - the partnership, corporation, or individual who is registered as a professional engineer, according to Colorado statutes, and who is hired by the owner, and is empowered to act as his agent. 4. CONTRACTOR - the corporation, association, partnership, or individual who has entered into an Agreement with the Owner to perform the work. 5. STANDARD STREET SPECIFICATIONS - The current City of Fort Collins, Larimer County, or State Department _ of Transportation design criteria for streets, as project location dictates. 6. ENGINEER - The Engineer of the District, or his authorized representative. 7. CONSTRUCTION INSPECTOR - Authorized representative of the District, who is assigned to make inspections for contract performances, standards, and contract compliance. 8. CONSTRUCTION DRAWINGS - Detailed and working drawings, including plan, profile, and detail sheets — of proposed utility improvements, approved by the District. 9. PROJECT RECORD DRAWINGS - Detailed drawings which show actual construction and contain field dimensions, elevations, details, changes made to the construction drawings by modification, details which were not included on the construction drawings, and horizontal and vertical locations of underground utilities. a. Project Record Drawings are usually construction drawings which have been modified to contain the information listed above. 10. OR AN APPROVED EQUAL - as approved to being equal by the District. a. Reference Section 01600. 01010-2 11. PROVIDE - furnish and install complete in place 12. REMOVE - remove and dispose. 13. SHALL - a mandatory,"ondition. 14. WORK - the entire completed construction or the various separately identifiable parts required to be furnished. Work is the result of performing services, furnishing the labor and furnishing and incorporating materials and equipment into the construction. 15. AWWA - American Water Works Association. 16. ACI - American Concrete Institute. 17. ASTM - American Society for Testing and Materials. 18. ANSI - American National Standards Institute. 19. AASHTO - American Association of State Highway and Transportation Officials. 20. CDOT STANDARDS Colorado Department of Transportation Standard Specifications for Road and Bridge Construction. B. Interpretation 1. These Specification's contain many command sentences which are directed at the Contractor unless otherwise stated. 2. The Contractor shall request clarification, in writing, of all apparent conflicts by contacting the District. The District will not be responsible for any explanations, interpretations, or supplementary data provided by others. 1.3 COORDINATION WITH THE DISTRICT A. The Contractor is responsible for coordinating the work with the District. B. Connections to existing pipelines. 1. All connections shall be made at a time authorized by the District, which will least interfere with 01010-3 service. 2. Only the District shall operate existing valves, hydrants, curb stops, and other control units, including those used for filling and testing. 3. Reference Section 02713. 1.4 WORK SEQUENCE A. Contractor shall coordinate the sequence of activities, taking in to account work by others; possible easement requirements; Local, State, and Federal permit requirements; and District Construction Sequence. Note that any County or City road access permits) as required for the project shall be the responsibility of and obtained by the Contractor. Any Federal or State road access permit(s) as required for the project shall be the responsibility of and obtained by the District. B. Contractor shall coordinate the beginning of work, excavation near ditches, railroads, road cuts, pipe filling, chlorination testing and pressure testing with the District, and any affected agencies, such as ditch companies, Public Service Company, Platte River Power Authority, etc. prior to beginning construction. C. Contractor shall coordinate backfilling operations and testing with the District. 1.5 NOTIFICATIONS A. Contractor shall contact the District, the Engineer, all utilities, and other concerned agencies, at least 48 hours (exclusive.of holidays and weekends) prior to working in areas near underground utilities. B. Contractor shall pothole and verify location of all existing utilities prior to commencing construction to avoid conflicts. C. Contractor shall give the Engineer and the District 24 hours (exclusive of holidays and weekends) notice prior to inspections and testing. D. Contractor shall notify the District, as well as the City, County or State, a minimum of one week prior to beginning work in any public right-of-way. w` 01010-4 1.6 SAFETY AND PROTECTION A. 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: 1. Employees on the work and other persons who may be affected. 2. The work and materials or equipment to be incorporated therein, whether in storage on or off the site. 3. Other property at the site or adjacent thereto, including, but not limited to trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. B. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the 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. 1.7 SPECIAL REQUIREMENTS A. Any employee(s) of the pipeline Contractor, or any Contractor -assigned sub -contractor, who do not perform work in a proper and skillful manner shall, at the written request of the District, be removed from the project by the Contractor and shall not be on the project without written approval of the District. Should the Contractor fail to remove the identified person(s) or fail to furnish skilled and experienced personnel, or proper personnel for the successful performance of the work, the District may suspend the work by written notice until compliance is achieved. B. All items and work not covered by these specifications shall be discussed with the District, and the contractor shall receive approval from the District, in writing, Prior to commencing the work. 01010-5 C. All work must be accepted by the District prior to being placed in service. D. District furnished material. 1. If the District furnishes any materials, the Contractor shall be responsible for such materials once they have been picked up or delivered to the job site. _ 2. Contractor shall repair, in a manner acceptable to the District, or replace any 'District furnished material', which has been damaged or stolen, at his own expense. 3. The Contractor is responsible for the careful inspection of District furnished material at the time of delivery. 4. The District is responsible for the quality and operational design aspects of any District furnished material. x.. 01010-6 SECTION 01600 MATERIALS, EQUIPMENT AND WORKMANSHIP 1.1 MATERIALS AND EQUIPMENT A. Contractor shall furnish all materials, equipment, labor, and all other facilities and incidentals necessary for the execution, disinfection, testing, and completion of the work, with the exception of any such items furnished by the District. 1. Reference Section 01010 and 02646. B. All materials and equipment shall be of good quality and new, except as otherwise provided in these specifications. I. When requested by the District, the Contractor shall furnish satisfactory evidence (including manufacturer's certification) as to the kind and quality of materials and equipment, and their compliance with these specifications. a. The District shall test any manufacturer's material it deems necessary. b. It is the Contractor's responsibility to insure the manufacturer's materials meet these specifications. C. All materials and equipment shall be installed and used in accordance with the instructions of the applicable manufacturer, fabricator, supplier or distributor, except as otherwise provided in these specifications. D. The specification of materials and equipment shall be understood to be representative of a quality of performance, operation and construction acceptable to the District. 1. The District shall evaluate all written requests for product substitution. a. Such requests shall include detailed product literature and a description of benefits which might be achieved by this substitution. 01600-1 E. In approving materials or equipment for installation, the District assumes no responsibility for injury or claims resulting from failure of the materials or equipment to ..» comply with applicable National, State, and local safety codes orrequirements, or the safety requirements of a recognized agency; or failure due to faulty design concepts, or defective workmanship. 1.2 WORKMANSHIP A. Contractor shall provide competent, disciplined, suitably qualified personnel to lay out the work and perform the construction. B. The construction standards, tests and methods outlined in these specifications are considered adequate to produce ` the product desired by the District. 1. The District may evaluate alternative methods of construction upon written request. a. Requests for alternative methods of construction shall include detailed -- descriptions of the equipment, methods and controls needed for the alternative, and a description of the benefits which might be achieved by this substitution. 01600-2 SECTION 01656 DISINFECTION OF DOMESTIC WATER LINES PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers the filling and disinfection of potable water distribution lines. B. The District alone shall operate existing valves to prevent the disinfectant solution from flowing back into the line supplying the water or into adjacent parts of the in-service distribution system. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A. Reference the Forwards to AWWA B300-80 and AWWA C651-86. PART 2 - PRODUCTS 2.1 MATERIALS A. Hypochlorites. 1. Reference AWWA B300-87. B. Adhesive. 1. Permatex No. 1. PART 3 - EXECUTION 3.1 GENERAL A. The contractor shall flush and satisfactorily disinfect new water lines prior to placing them in service, in accordance with AWWA C651-86. B. Filling pipe: 1. The District shall operate existing valves to fill the pipe, open air blow -offs, and hydrants. 01656-1 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 3.2 PRELIMINARY FLUSHING A. The District shall flush pipelines at a minimum velocity of 2.5 ft./sec., in order to remove foreign material prior to disinfection. 1. Preliminary flushing shall not be performed if the tablet method of disinfection is approved by the District. 3.3 METHODS A. General. 1. The District shall: a. Determine the disinfection method to be used. b. Approve the method for disposal of flushing water. I C. Sample and test flows .from the pipe system extremities until clear, potable water is obtained. B. Tablet method. 1. The tablet method consists of placing calcium hypochlorite granules and tablets in the water main during construction, and filling the main with potable water when installation is completed. a. The tablet method shall not be used if trench water or foreign material has entered the water line, or if the water temperature is below forty-one degrees Fahrenheit (five degrees Celsius). i. If trench water or foreign material has entered. the water line, or if the water temperature is below forty-one degrees Fahrenheit, the continuous -feed method of chlorination shall be used. b. Calcium hypochlorite granules shall be placed at the upstream end of the first section of pipe, at the upstream end of each branch main, 01656-2 and at 500 foot intervals. i. Reference Table 1, AWWA C651-86. C. 5-gram calcium hypochlorite tablets shall be placed in each section of pipe, hydrant, hydrant lateral, and other appurtenances. i. Reference Table 2, AWWA C651-86. d. Tablets and granules shall be placed in sufficient number and amount to produce a minimum chlorine concentration in the treated water of 50 milligrams per liter. e. Except in hydrants and joints, tablets shall be attached with an approved adhesive, and shall be on the top of the interior of the pipe in such a manner that there is no adhesive on the tablet except on the broad side of the tablet next to the pipe surface. i. Reference paragraph 2.1.B. f. The District shall introduce water into the pipes at a velocity of less than 1 ft./sec. g. The chlorinated water shall be retained in the lines for a minimum of 24 hours, at which time the treated water must contain no less than 25 milligrams per liter of chlorine throughout the entire length of the main. C. Continuous -feed method. 1. The continuous -feed method of disinfecting water mains consists of placing calcium hypochlorite granules in the main during construction, completely filling the main to remove all air pockets, flushing the completed main to remove the particulates, and filling the main with potable water chlorinated so that after a 24 hour holding period in the main, there will be a free chlorine residual of not less than 10 milligrams per liter. a. Calcium hypochlorite granules shall be placed in the pipe sections during construction. i. Reference Section 3.3.B.1.c. 01656-3 b. Preliminary flushing shall occur. i. Reference Section 3.2 and AWWA C651-86. C. Chlorinated water shall be introduced into the water lines at a constant, measured rate so that the chlorine concentration is maintained at a minimum of 25 milligrams per liter of free chlorine. i. The entire main shall be filled with the chlorine solution. ii. Reference Table 4 of AWWA C651-86. d. The chlorinated water shall be retained in the main for a minimum of 24 hours, at which time the treated water must contain no less than 10 milligrams per liter of .free chlorine residual throughout the entire length of the main. D. Slug Method. 1. The slug method of disinfecting water lines shall be used only at the direction of the District. a. Reference AWWA C651-86. 3.4 FINAL FLUSHING A. After chlorination, the District shall assist the contractor to flush the chlorinated water from the water -- lines until the chlorine concentration is no higher than that prevailing in the system, or is less than 1 milligram per liter, whichever is higher. 3.5 BACTERIOLOGICAL TESTS A. An accredited water quality control laboratory, as previously approved by the District, shall collect samples from the pipeline after final flushing, and prior to placing water lines in service, to test for bacteriological quality to show the absence of coliform organisms. Payment for testing shall be the responsibility of the Contractor. B. The number and frequency of samples shall be determined by the approved laboratory based upon AWWA C651-86. 01656-4 1. In no case shall the number of samples be less than one (1) . 3.6 REPETITION OF PROCEDURE A. If the initial disinfection, or subsequent disinfections, fails to produce satisfactory samples, the main shall be reflushed and resampled. If the samples are still not satisfactory, the main shall be rechlorinated by the continuous -feed or the slug method of chlorination until satisfactory results are obtained. B. If the residual is less than 25 milligrams per liter, as stated in Paragraph 3.3, the water lines shall be rechlorinated by the continuous -feed or slug method of chlorination and retested. 01656-5 SECTION 01666 TESTING PIPING SYSTEM PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers the hydrostatic testing of water distribution lines. B. Once the pipeline has been filled and disinfected, and backfilling has been completed and approved, a pressure test shall be conducted. 1. The contractor shall provide all equipment and personnel to perform the hydrostatic test. Pressure testing equipment shall be approved by the District prior to commencing testing. a. Test equipment shall be able to maintain a continuous internal pipe pressure of 150 psi. and accurately measure leakage from the pipe over a 2 hour, minimum, test period. b. The maximum allowable pressure gauge increment shall be 5 psi. C. A water meter shall be used to measure the amount of water used in pressurizing the system. 2. The District will record times, leakage readings and pressure over the test period. C. Testing shall not occur until at least 7 days have elapsed since the last concrete thrust restraint was cast. 1. A minimum of 72 hours shall elapse if high -early -strength cement is used. D. Testing shall not occur until after the pipeline has been chlorinated and flushed. E. Pipe shall remain filled with water for a minimum of 24 hours prior to the hydrostatic pressure test. 01666-1 F. Unless prior permission is given by the District, the hydrostatic pressure test shall be performed against all valves within the new piping system. _ 1.2 PRESSURE TEST A. "Leakage" is the quantity of water that must be added to the pipeline to maintain a pressure of within 5 psi. of the specified test pressure, after the air has been -- expelled and the pipe has been filled with water. B. Test pressure. — 1. For steel pipe, ductile iron pipe, cast iron pipe, and PVC pipe, the minimum test pressure. shall be 150 psi. 2. A residual pressure of within 5 psi. of the test pressure shall be maintained for a. minimum of 2 hours. C. The maximum allowable leakage for. each test section of ductile iron pipe, cast iron pipe, steel pipe, and PVC pipe is determined by the following formula: 1/2 where: L = maximum allowable L = ND(P) H leakage, in gallons. 7400 N = number of joints in the length of — pipeline. D = nominal pipe diameter, in _ inches. P = average test pressure during the leakage test, in psi. H = number of test hours. 1. Reference AWWA C600-77. D. Testing and Leakage. 1. Unless prior written permission is given by the District, a test section shall not be any longer than the length of pipe between adjacent line valves. 1.3 PASSING 01666-2 A. If the tests disclose leakage greater than that specified the defective materials and joints shall be located and repaired. 1. The tests shall be repeated until the leakage is less than the maximum allowed. B. With the exception of obvious leaks, passing of the pressure test shall be on the basis of maximum allowable leakage per section tested. C. All visible leaks shall be repaired regardless of maximum allowable leakage. 01666-3 SECTION 01710 SITE CLEANUP 1.1 GENERAL A. Site cleanup shall be executed during the progress of the work, and at the completion of the work. 1.2 EXECUTION A. Construction materials shall be neatly stored. B. Containers shall be provided for the collection of waste material and debris. 1. Containers shall be stored out of the right-of-way. C. Volatile wastes shall be stored in clearly marked, covered metal containers and removed daily. D. Construction material, equipment, waste containers, construction buildings, parking etc., shall only be allowed within the limits of the construction easement. 1. Any off -site storage of construction material, equipment, waste containers, construction buildings, parking, etc. shall be allowed only after the Contractor has obtained the written permission of the property owner. E. Upon completion of the construction, the job site shall be restored to its original condition. 1. Contractor shall restore any land that will not be paved with asphalt, or concrete, to its original condition. a. All topsoil shall be restored to its original quality. b. Any areas which are stripped of vegetation prior to or during construction shall be reseeded. 2. All exterior paved surfaces shall be broom cleaned, and left in good repair. 1.3 DISPOSAL 01710-1 A. In order to maintain an orderly site, waste material and debris shall be removed periodically. B. Volatile wastes shall be removed daily. 01710-z SECTION 01720 PROJECT RECORD DRAWINGS 1.1 RECORDING OF DRAWINGS A. Accurate Project Record Drawings shall be compiled by the Contractor and provided to the District prior to Preliminary acceptance of the Work. B. Each sheet of the drawings shall be labeled "DRAWINGS OF RECORD" in neat large printed letters. C. Construction information shall .be recorded concurrently with construction progress. D: Project Record Drawings shall be marked legibly and with an indelible pen. E. Project Record Drawings shall record actual construction and contain the following: 1. Field dimensions, elevations, and details. 2. Changes which are made by a modification. 3. Details which are not on the original Construction 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 of work in relation to project datum. 1.2 MAINTENANCE OF PROJECT RECORD DRAWINGS DURING CONSTRUCTION A. Project Record Drawings shall be stored apart from documents used for construction. B. Project Record Drawings shall be maintained in a clean, dry, legible condition and in good order. 1. Project Record Drawings and any documents used for the preparation of said Drawings shall not be used for construction purposes. 01720-1 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors 1.3 SUBMISSION — A. Project Record Drawings shall be submitted to the District with a transmittal letter, in duplicate, containing: 1. Date. — 2. Project title. 3. Contractor's name, address and telephone number. 4. Developer's name, address, and telephone number. 5. Title and number of each Record Document. B. Project Record Drawings shall be submitted on 24" x 3611, 3 mil (minimum) reproducible, double -matte mylar. 1. No acceptance of the utility lines will be made until the Project Record Drawings are received and accepted by the District. 01720-2 SECTION 02221 TRENCHING, BACKFILLING AND COMPACTING PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers construction staking, excavation and trenching; including subsurface drainage, dewatering, preparation of.subgrades, pipe bedding, backfilling, compacting, and finish grading for underground pipelines, service lines and appurtenances. 1.2 QUALITY ASSURANCE A. Soil compaction tests shall be performed in accordance with: 1. ASTM D698 - Standard Method of Test for Moisture Density Relations of Soils. 2. ASTM D2049 - Standard Method of Test for Relative Density of Cohesionless Soils. B. Construction Staking. 1. Construction staking shall be performed with qualified, competent personnel. 2. All survey notes and construction staking notes shall be entered into bound, hard cover field books. 3. Staking of the work shall be at a maximum of 50 foot stations. 4. Offsets shall be staked so that vertical and horizontal alignment may be checked.- 5. All survey data, which is developed by the Contractor or the Developer's Engineer in performing surveys which are required by the work, shall be available to the District for examination throughout the construction period. 1.3 JOB CONDITIONS A. Drainage and groundwater. 02221-1 1. All excavations and trenches shall be kept free from excess groundwater during construction. 2. Any water which is encountered in the trench shall be removed to the extent necessary to provide a firm subgrade, to permit joints to be made in the dry,' and to prevent the entrance of water into the. pipeline. 3. Surface runoff shall be diverted as necessary to keep excavations and trenches free from water during construction. 4. The excavation or trench shall be kept free from water until the structure, or pipe to be installed therein, is completed to the extent that no damage from hydrostatic pressure, flotation, or other cause will result. 5. Water shall be prevented from entering into previously constructed pipe. 6. The pipe under construction shall not be used for dewatering. B. Sequencing. 1.. Pipeline installation shall be performed within 300 linear feet of trench excavation limit. a. If construction is occurring in an open field, this distance may be amended, at the District's .. discretion. 2. Initial trench backfill shall, be performed within 50 _ linear feet of pipeline installation. a. If construction is occurring in an open field, this distance may be amended, at the District's discretion. 3.. Where excavation is a hazard to automotive or pedestrian traffic, the amount of open trench and the time duration of that opening is to be minimized. a. The contractor shall coordinate the amount and duration of road closure with the appropriate 02221-2 Traffic Department. C. Underground obstructions. 1. It shall be the responsibility of the Contractor to field verify all existing Drawing of Record information obtained from the District. 2. Contractor shall notify each affected utility owner and request utilities to be field located by surface reference at least 48 hours prior to trenching or excavation. 3. In situations where conflicts may exist, the contractor shall expose and verify the size, location, and elevation of underground utilities and other obstructions, sufficiently in advance of construction to permit changes to be made to the Construction Drawings. a. In the case of a conflict, the Contractor shall notify the District and the affected utility company. b. In the case of a conflict, the proposed work may be modified at the District's discretion. 4. Existing improvements, adjacent property, utilities, trees, and plants that are not to be removed shall be protected from injury or damage. resulting from the Contractor's operations. S. If the Contractor removes any underground obstructions, the following shall apply: a. Drainage culverts may be salvaged, stored and reused in the original location, if prior approval is obtained from the appropriate agency. i. All other underground obstructions shall be replaced with new materials. b. The area in which the underground obstruction was located shall be restored to original condition, or better. 1.4 MAINTENANCE AND CORRECTION 02221-3 A. Contractor shall maintain and repair all trench settlement and make necessary repairs to pavement, sidewalks or other structures which may be damaged as a result of backfill settlement. 1. Contractor.shall warrant work for a period of two (2) years after completion and preliminary acceptance of the work. At end of the two year warranty period a final inspection shall be completed by the District and, if no problems are noted, final acceptance will be given. B. Contractor may perform such maintenance and repairs by subcontract. 1. If the contractor chooses to subcontract the warranty work, he shall submit to the District, a copy of the subcontract, or the work authorization, as evidence of the contractor's faithful intention to perform any repairs which may become necessary during the two-year warranty period. PART 2 - MATERIALS 2.1 STABILIZATION MATERIAL A. If the existing soil in the trench bottom is judged to be unsuitable by the District, the top 6-inches of the pipe subgrade shall be removed and replaced with a -' stabilization material. 1. Stabilization material is crusher -run rock, --• conforming to ASTM D448, or CDOT #357. SIZE PERCENT PASSING 2" 95-100 1" 35- 70 1/2" 10- 30 #4 0- 5 B. Acceptable types of filter fabric and their manufacturers are: .� 1. Mirafi 140 and 500 x, by "Celanese" 02221-4 2. Bidim C-28 and C-34. 3. True Tex M G-100, by "True Temper" 4. Fibretex Grade 150, by "Crown Zellerbach". 2.2 BEDDING MATERIALS A. Granular material. 1. Uniformly graded material, conforming to CDOT 067. SIZE PERCENT PASSING 1" 100 3/4" 90-100 3/8" 20- 55 #4 0- 1G #8 0- 5 B. Select soil. 1. Excavated material which is free from rocks, clods, and stones greater than 1 1/2 inch in any dimension, and which meets other requirements of trench backfill material. 2. Granular material. a. Reference paragraph 2.2.A. C. Barrier material. 1. Soil Classification. a. GC - clayey gravels, gravel -sand -clay mixtures. b. SC - clayey sands, sand -clay mixtures. C. CL - inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, clean clays. d. Material may be finely divided, suitable, job excavated material free from stones, organic matter and debris. D. Hydrant gravel. 02221-5 1. Reference Section 02644. 2.3 TRENCH BACKEILL MATERIAL A. Trench backfill material shall be placed from a point 12-inches above the pipe to 12-inches below the ground surface or to the bottom of the pavement subgrade, whichever is greater. B. Trench backfill material shall be either soil excavated from the trench, or imported soil. 1. Any soil used for trench backfill, shall be free from frozen matter, stumps, roots, brush, other organic matter, cinders or other corrosive material, debris, and any rocks or stones which are larger ^ than 6-inches, in any dimension. a. Rocks or stones which are larger than 3-inches, in any dimension, shall not be placed within one — foot of pavement subgrade, or within one foot of the finished surface of unpaved areas. 2. If imported soil is used for trench backfill, it shall meet CDOT specifications for Class #2. PART 3 - EXECUTION 3.1 PREPARATION A. Topsoil shall be stripped from areas which .are to be disturbed by construction and stockpiled 1. Topsoil shall be segregated from non -organic trench ^ excavation material, and debris. 3.2 TRENCHING A. Trenches shall be excavated by open cut methods, except where boring or tunneling is indicated, shown on drawings, or approved by the District. B. Trench width shall be maintained to within 3 inches of ,. that specified on plans. C. Care shall be used when operating mechanical equipment in locations where it may cause damage to trees, buildings, culverts, or other existing property, utilities, or structures above or below ground. 02221-6 D. Mechanical equipment shall be designed and operated in such a manner that the bottom elevation of the trench can be controlled with uniform trench widths and vertical sidewalls which extend from the bottom of the trench to an elevation one foot above the top of the installed pipe. E. Trench alignment shall be sufficiently accurate to permit pipe to be aligned properly with an 8 inch minimum clearance between the pipe and the sidewalls of the trench. 1. The trench sidewall shall not be undercut in order to obtain clearance. F. Contractor shall over -excavate a minimum of six inches below the bottom of the pipe wherever the trench bottom is rock, shale, or other unsuitable material. 1. Over -excavation shall be backfilled and compacted with acceptable Granular Material. a. Reference paragraph 2.2 A. G. Preparation of trench bottom. 1. Trench bottoms shall be graded uniformly to provide clearance for each section of pipe. 2. Loose material, water, and foreign objects shall be removed from the trench. 3. The contractor shall provide a firm subgrade, which is suitable for application of bedding material. 4. Wherever unstable material is encountered in the bottom of the trench, said material shall be over -excavated to a depth suitable for construction of a stable subgrade. a. The depth suitable for construction of a stable subgrade shall be determined by the Engineer. b. The over -excavation shall be backfilled with stabilization material and compacted a's required by the District. i. Reference paragraph 2.1. 02221-7 11 H. Stockpiling excavated materials. 1. Suitable material for backfilling shall be stockpiled in an orderly manner, and a minimum of 2 feet from the edge of the trench. 2. Excess excavated materials not suitable or not required for backfilling shall be removed and disposed. 3. Excavated material shall not be stockpiled against existing structures or appurtenances. I. Limiting trench widths. 1. Trenches shall be excavated 'to a width necessary to provide an 8-inch minimum working space between the pipe and the trench walls for proper pipe installation, joining, and bedding. 2. The maximum trench width at an elevation 12 inches above the top of the installed pipe, shall be 2 barrel diameters of the pipe, or 32 inches, whichever is greater. a. If the width of the trench, 12 inches above the top of the pipe, exceeds the maximum allowable trench width, a higher strength pipe or special pipe bedding shall be provided, as required by soil loading conditions and as determined by the District. 3. If PVC pipe is used. and the maximum cover over the pipe exceeds 17 feet, a granular material shall be placed to an elevation of 1 foot above the top of ` the pipe, and compacted to 95% of maximum relative density, as per ASTM D2049. 3.3 PIPE BEDDING A. Placement and compaction. 1. Reference Pipe Bedding Detail. 2. Bedding material shall be distributed and graded to provide uniform and continuous support beneath the pipe at all points between bell holes, or pipe joints. 02221-8 a. Pipe shall not be supported by the bells. 3. To prevent vertical or lateral displacement of pipe, 3/47 COOT #67 specification washed rock bedding material shall be deposited and compacted uniformly and simultaneously a minimum of four inches (4") under and on each side to top of pipe. Note - In unstable conditions; i.e., rock, water, wet soils, etc., the District may require COOT #357 specification bedding. 4. Granular bedding material shall be compacted in accordance with these Specifications. B. Ground water barriers shall be constructed in such a manner as to impede passage of water through bedding material for the full depth of the granular bedding material, and the full width of the trench. 1. Ground water barriers shall be approximately four (4) feet long and spaced not more than 400 feet apart. 2. Material shall be as specified by the ditch company which controls the irrigation ditch. a. If there is no ditch company, the District shall determine the material to be used. 3.4 BACKFILLING AND COMPACTION A. Trenches shall be backfilled promptly after the pipe has been installed and inspected. 1. Backfill around manholes and valve boxes shall be compacted with hand -operated equipment. 2. Reference paragraph 1.3.B.2. B. Sheeting removal (if the Contractor elects to use sheeting). 1. Do not remove sheeting prior to backfilling. 2. Use effective methods to protect the construction, other structures, utilities and properties during sheeting removal. 02221-9 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Connell Resources,Ia%. Principal, and Travelers Casualty and Surety Company of America as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado_,_ as OWNER, in the sum of $ 5% of hid amount for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799. 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 1penal 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 1 3. Voids left by sheeting removal shall be filled with dry sand. 4. Sheeting which is left in place shall be cut off at an elevation 1-1/2 feet below the finish grade of unpaved areas, or the subgrade of paved areas. C. Backfill material shall be deposited in uniform horizontal layers which may not exceed six (6) inches (compacted depth), in all areas. 1. Other thickness may be used with the prior written approval of the District. D. Methods and equipment which are appropriate for the backfill of material shall be employed. 1. Backfill equipment or backfilling methods which transmit damaging shocks to the pipe, are not to.be used. E. Compaction shall not be performed by jetting or water settling. .. F. If compaction can not be obtained with job excavated material; trench backfill material shall be imported. G. Topsoil shall be replaced to the depth of stripping over all areas which are to receive vegetation. H. Excess excavated materials and materials not suitable for ^ backfill shall be removed from the site. 3.5 FIELD QUALITY CONTROL A. Field compaction control. 1. Field tests will be conducted to determine compliance of compaction methods with specified density in accordance with`ASTM D2922 (Tests for Density of Soil and Soil -Aggregate In Place by Nuclear Methods). 2. Compaction tests shall be performed at a depth of 1.5 feet above the top of the pipe and in 1 foot vertical increments up to the finish grade., a. Compaction tests shall be performed at least once every 100 linear feet, as measured along the length of the pipe. ^ 02221-10 I b. If the District determines that reliable and uniform results are produced by the contractor's construction techniques, the frequency of testing may be changed to once every 300 feet. B. Compaction shall be to the following minimum densities: (Reference ASTM D698 or AASHTO T99 unless otherwise indicated). 1. Barrier material 2. Pipe bedding. 95% of maximum density. a. Compacted granular material: 80% of maximum relative density (ASTM D2O49). b. Carefully compacted select soil: 90% of maximum density. C. Barrier material 3. Trench backfill. 95% of maximum density. a. Paved roadways, sidewalks and other areas which are to be paved. i. Top four feet: 95% of maximum density. ii. Remainder of trench: 90% of maximum density. b. Gravel roadways: 95% of maximum density. C. Fields and all other areas: 90% of maximum density. d. Under footings, foundations or structures: 100% of maximum density. e. All other locations: 95% of maximum density. C. Moisture content. 1. All compacted backfill shall be within 2% ('+/-) of the optimum moisture content of the soil as determined by ASTM D698. 02221-11 2. Water shall be added to the material, or the material shall be harrowed, disced, bladed, or otherwise worked to insure a uniform moisture _ content, as specified. 02221-12 SECTION 02224 PIPE BORING AND JACKING PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers the furnishing and the installation of buried casing pipe, installed either by open -cut, boring or jacking. 1.2 QUALITY ASSURANCES A. Design Criteria. 1. Specified thickness for pipe and casings are based upon the superimposed loads and not upon the loads which may be placed on the pipe as a result of jacking operations. a. Increased pipe strength shall be provided as necessary to withstand jacking loads. B. Construction Criteria. 1. Contractor shall obtain the necessary permits from the appropriate entities (County, City, railroad, ditch company, etc), prior to commencing construction. The District shall be responsible for obtaining Federal or State road access permit(s). 2. Contractor shall obtain the bonds or the indemnity which are required by the permits, for protection against any damage and interference, with traffic and service, which are caused by the construction activities. PART 2 - PRODUCTS 2.1 CASING PIPE - SMOOTH STEEL A. The minimum yield point of smooth steel casing pipe shall be 35,000 psi. B. The minimum wall thickness of smooth steel casing pipe shall. be as as determined by the agency granting the 02224-1 crossing permit. In no event shall the minimum wall thickness be less than 3/8". C. The ends of smooth steel casing pipe shall be beveled for field welding. D. Buried smooth steel casing pipe shall have a coal -tar ^' enamel exterior coating, which conforms to AWWA C203-86, Section 2 (when required by the Construction Drawings). 1. If the Contractor elects to omit the coal -tar enamel exterior coating, 1/16 inch shall be added to the required thickness of the casing pipe. _ 2.2 ACCESSORIES A. Casing Seals. 1. Casing seals shall be prefabricated with high density rubber and stainless steel straps. — 2. The acceptable type and manufacturer of casing seals are: a. Pipeline Seal and Insulator Co., Model W. b. Or an approved equal. '- B. Chocks. 1. Chocks are required for support of all, cased carrier piping and shall be prefabbed as available from Powerseal as Model 4810, or approved equal. C. Grout. 1. Grout shall consist of 1 part Portland Cement and 3 parts sand. PART 3 - EXECUTION 3.1 CASING INSTALLATION A. General. 1. Vertical and horizontal offset staking shall be .. provided at both ends of bored or jacked crossings. 02224-2 �" a. Horizontal alignment shall not be deviated from by more than 6 inches. b. Grade shall not be deviated from by more than 3 inches, as measured from the pipe invert. 2. Open trench excavation shall not be permitted where boring or jacking is specified. 3. The earth which is displaced by the casing, shall be removed from the construction site. 4. Wherever it is indicated in the Construction Drawings, the casing shall be installed by open -cut methods. a. Reference Section 02221. B. Smooth Steel Pipe. 1. Adequate equipment shall be provided so as to insure a smooth, continuous, and uniform casing with no exterior voids. 2. Each section of pipe shall be welded with a full penetration butt weld around the entire circumference of the joint to form a watertight continuous conduit capable of resisting all stresses, including jacking stresses. C. Grouting. 1. All spaces between the casing and the earth shall be filled with grout. 2. Grouting operations shall be performed in a sequence which will preclude any deflections which exceed 5 percent of the tunnel diameter. 3. After the grout is in place, each hole shall be plugged in order to prevent the backflow of grout. 3.2 CARRIER PIPE INSTALLATION A. Reference Section 02615. B. Support chocks shall be individually attached to the pipe as specified by the manufacturer. 02224-3 a. Each pipe shall have a minimum of 3 chocks per pipe section. C. The annular -space between buried casing and the carrier pipes shall be left vacant.. D. The ends of the casing pipe shall be sealed with casing seals. 02224-4 SECTION 02225 SPANNED PIPE CASING PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers the furnishing and the installation of spanned (or aerial) pipe casing. 1.2 QUALITY ASSURANCES A. Design Criteria. 1. Specified thickness for casing pipe is based upon the suspension loads. a. Increased pipe strength shall be provided as necessary to withstand projected suspension loading. B. Construction Criteria. 1. Contractor shall obtain the necessary permits from the appropriate entities, prior to commencing construction. Or, in the case of public rights -of - way, the District shall be responsible for obtaining the necessary access permits. 2. Contractor shall obtain the bonds or the indemnity which are required by the permits, for protection against an.y damage and interference, with traffic and service, which are caused by the construction activities. PART 2 - PRODUCTS 2.1 CASING PIPE AND SUPPORT MEMBERS - SMOOTH STEEL A. The minimum yield point of smooth steel casing pipe shall be 35,000 psi. B. The minimum wall thickness of smooth steel casing pipe shall be determined by the agency granting the crossing permit. In no event shall the minimum wall thickness be less than 3/8". 02225-1 1. Reference District Detail Drawing titled "Spanned Crossing Detail". C. The ends of smooth steel casing pipe shall be beveled for field welding. D. Support member steel shall be a minimum of 5/8" in thickness. 1. Reference District Detail Drawing titled "Spanned Crossing Detail". E. All casing pipe and support member material shall be coated with a rust inhibitive epoxy paint exterior coating of a neutral grey or tan color. 2.2 ACCESSORIES A. Casing Seals. 1. Casing seals shall not be required when interior void area between carrier piping and casing pipe is sealed with insulation as specified in Section 2.2, C. below. B. Chocks. 1. Chocks are required for support of all cased carrier piping and shall be prefabbed as available from ^' Powerseal as Model 4810, or approved equal. C. Insulation. 1. All void areas within spanned (or aerial) casing - pipe shall be completely filled with injected . polyethylene foam insulation. PART 3 - EXECUTION 3.1 CASING INSTALLATION A. General. 1. Vertical and horizontal offset staking shall be provided at both ends of spanned casing installation. a. Horizontal alignment shall not be deviated from 02225-2 .� LL� by more than 6 inches. b. Grade shall not be deviated from by more than 3 inches, as measured from the pipe invert.- B. Steel Pipe. 1. Adequate equipment shall be provided so as to insure a continuous and uniform casing. 2. Each section of pipe and support members shall be welded with a full penetration butt weld around the entire circumference of the joint to form a watertight continuous conduit capable of resisting projected suspension stresses. C. Insulating. 1. Polyethylene foam insulation'shall be injected through each injection port and each end of casing to completely fill all voids between carrier piping and casing. 3.2 CARRIER PIPE INSTALLATION A. Reference Section 02615. B. Support chocks shall be individually attached to the pipe as specified by the manufacturer. a. Each pipe shall have a minimum of 3 chocks per pipe section. 02225-3 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 15th day of July , 2003, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Connell Resources, Inc. Address. 4305 E. Harmony Road Fort Collins, CO 80528 By; \\7\\\�►R\ w mac. —•' �� � \� • .�.� (SEAL) SURETY Travelers Casualty and Surety Company of America Hartford, CT 06183 Title: Attorney -in -Fact_ (SEAL) 7/96 Section 00410 Page 2 SECTION 02575 PAVEMENT REPAIR AND RESURFACING PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers surface obstructions which the Contractor must remove and replace, such as pavement, drives, curbs, gutters, sidewalks, and similar surfaces, as required to perform the work. 1. Contractor has the option of protecting instead of removing and replacing obstructions that interfere with the work. 1.2 The words "Standard Street Specifications", as used herein, refer to the current City of Fort Collins, Larimer County or State Department of Transportation Design Criteria and Standards for Streets. PART 2 MATERIALS 2.1 AGGREGATE, ASPHALT AND CONCRETE A. All materials, such as but not limited to aggregate, bituminous material, and concrete, which are used in the repair of surface obstructions, shall conform to the "Standard Street Specifications". PART 3 - EXECUTION 3.1 MANHOLE FRAMES AND VALVE BOXES. A. Prior to placing the base course, manhole frames and water valve boxes shall be raised to final grade. B. Foreign matter which is introduced into manholes and valve boxes by the work, shall be removed immediately to provide free access to these facilities. C. All valve boxes and manhole rings shall be straight and properly aligned. 1. Valve boxes shall be inspected by placing a valve 02575-1 key on the operating nut to assure a proper alignment. 3.2 ASPHALT AND CONCRETE, INCLUDING BASE AND GRAVEL SURFACING A. Contractor shall remove, dispose of, and restore asphalt, concrete pavement, curbs, drives, sidewalks and gravel surfacing in accordance with the "Standard Street Specifications" of the appropriate agency. 3.3 CONCRETE SURFACING A. With the exception of improvements on private property, _ asphalt,concrete drives, curbs, gutters, sidewalks, and similar structures shall be removed, disposed of, and restored in accordance with the "Standard Street Specifications" of the appropriate agency. 3.4 FIELD QUALITY CONTROL A. Subgrade-, aggregate base course, and bituminous pavement shall be compacted in accordance with the "Standard Street Specifications". B. Concrete. 1. Reference the "Standard Street Specifications". 2. Reference Section 03300. 02575-2 SECTION 02615 DUCTILE IRON PIPE PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers ductile iron pipe. B. Pipe shall be furnished complete with all fittings, flanges, specials and other accessories. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handling 1. Slings, pipe tongs or skids shall be used for handling pipe. 2. Pipe or fittings shall not be dropped. a. Dropping pipe or fittings onto cushions is also forbidden. 3. Pipe shall not be handled in any manner which will cause damage. B. Storage 1. Lubricant shall be stored and used in a manner which will avoid .contamination. 2. Rubber gaskets shall be stored in a cool, dark location away from grease, oil and ozone producing electric motors. 3. The maximum stacking heights of pipe as listed in Tables 1 and 2 of AWWA C600-77, shall not be exceeded. PART 2 - PRODUCTS 2.1 DUCTILE IRON PIPE A. All ductile iron pipe, with push -on joints, shall be manufactured in accordance with ANSI A21.51-86(AWWA 02615-1 C151) . B. All ductile iron pipe, with flanged, flat faced joints, shall be manufactured in accordance with ANSI A21.15-83(AWWA"C115). C. Ductile iron pipe which is less than 12 inches in diameter shall be Class 52 pipe. D. Ductile iron pipe which is 12 inches in diameter or — larger shall be Class 51 pipe. E. All ductile iron pipe shall have nominal laying lengths of either 18 or 20 feet. 1. Random pipe lengths are not acceptable. 2.2 FITTINGS AND COUPLINGS A. All fittings and couplings shall be manufactured in - accordance with AWWA C104-85, C110-77, and C111-85. B. All fittings and couplings shall have one of the — following types of connections: 1. Flanged. — 2. Mechanical joint. 3. Push -on. C. All fittings and couplings shall be made of either gray -iron or ductile iron, and have a minimum pressure rating of 150 psi. 2.3 JOINTS A. All mechanical and push -on joints shall be manufactured in accordance with ANSI A21.11-85(AWWA C111). 1. All gaskets shall be made of synthetic rubber. 2. Lubricant shall be that which is specified by the _ pipe manufacturer. 3. All nuts and bolts shall be manufactured in accordance with ANSI-A21.11-85(AWWA C111) B. All ductile iron pipe with threaded flanged joints shall 02615-2 "" be manufactured in accordance with ANSI A21.15-83(AWWA C115). 1. All flanges shall be sized and drilled in accordance with ANSI B16.1, Class 125 Cast -Iron Flange. 2.4 PIPE LINING A. All ductile iron pipe shall have a standard thickness cement mortar lining. 1. Ductile iron pipe which .is less than 12 inches in diameter shall have a cement mortar lining with a minimum thickness of 1/16 inch. 2. Ductile iron pipe which is larger than 12 inches in diameter shall have a cement mortar lining with a minimum thickness of 3/32 inch. B. All ductile iron pipe lining shall conform to ANSI A21.4-85(AWWA C104). 2.5 PIPE COATINGS A. All ductile iron pipe shall have a bituminous coating on the pipe exterior. 1. The minimum thickness of the bituminous coating shall be 1 mil. 2.6 ACCESSORIES A. All tie rods shall conform to ASTM A307. 1. All steel rods shall be of a standard weight and shall conform to ASTM A1201 standard weight. 2. All washers shall be plain steel and conform to ANSI B27.2. B. Protecto Wrap Tape shall be #200 or #200A PART 3 - EXECUTION 3.1 INSTALLATION A. Pipe and fittings shall be examined for cracks, dents, abrasions or other flaws prior to installation. 02615-3 1. Defective pipe and fittings shall be marked and removed from the site. B. Reference Section 02713. C. Cutting the pipe. 1. The pipe shall be cut smooth, straight and at right angles to the pipe axis, with a saw or an abrasive wheel. 2. The pipe or cement lining shall not be damaged — during the cutting operation. 3. The cut ends and rough edges of the pipe shall be ground off so they are smooth. _ 4. The cut end of the pipe shall be beveled for push -on joints. — D. Field joints 1. Push -on joints shall be used in underground locations, unless indicated otherwise on the Project Drawings. 2. All joints shall be watertight and free. from leaks. 3. Joints shall not be deflected beyond the maximum values as specified in Tables 5 and 6 of AWWA C600-77. 4. After initial acceptance of the waterline, the Contractor shall be responsible for the repair of any leak.which is discovered within a two year period. E. Loose polyethylene encasement 1. Polyethylene encasement shall be used whenever the resistivity of the native soil is less than 2,500 ohm -centimeters, or as required by the District. — 2. All polyethylene encasement for ductile iron pipe shall conform to ANSI 21.5-82(AWWA C105). a. Polyethylene shall be a minimum of 6 mils thick. 02615-4 b. Polyethylene encasement may be installed by Methods A, B or C. of ANSI 21.5-82(AWWA C105). 3. Rips, punctures or other damage to the polyethylene encasement shall be repaired with adhesive tape or with a short length of polyethylene, which shall be wrapped around the pipe and secured in place with tape. 4. A sealed encasement shall be maintained on the pipe with the polyethylene. a. The polyethylene shall be taped to existing lines and to the ends of other overlap sections. b. Sections of polyethylene shall overlap each other by 1 foot. 5. When polyethylene is used, the bedding and backfilling shall be controlled so that the polyethylene is not torn or damaged. 6. Loose polyethylene encasement shall be used at these additional, buried locations: a. Valves and fitting with flanged or mechanical joints. b. Bolted fitting, such as couplings. C. Tie rods and joint harness. 3.2 JOINT INSTALLATION A. Push -on joints 1. Dirt, oil, grit, excess coatings, and other foreign matter shall be removed from the inside of the bell and the outside of the spigot. 2. The gasket shall be inserted. 3. A thin film of lubricant shall be applied to the inside surface of the gasket and the spigot end of the pipe. 4. The joint surface shall not be allowed to come in 02615-5 contact with the ground. 5. The pipe shall have a depth mark prior to assembly _ to insure that the spigot end is inserted the full depth of the joint. 6. The joint shall be completed, taking care that the spigot is inserted to the depth mark. a. Stabbing of pipe shall not be allowed. b. Under no circumstances shall joints be seated utilizing powered mechanical equipment. B. Mechanical joints 1. Dirt, oil, grit, excess coating and other foreign matter shall be removed from the inside of the bell and the outside of the spigot. 2. A thin film of lubricant shall be applied to the inside of the bell, the outside of the spigot, and the gasket. 3. Nuts shall be alternately tightened on opposite sides of the pipe to produce equal. pressure on all parts of the gland. 4. A torque limiting wrench shall be used, and bolts shall be tightened to the following torque values: Bolt Size Tor ue(Ft. Lbs.) — 5 8" 40 - 60 3/4" 60 - 90 1" 70 - 100 1 1/4" 90 - 120 — 5. Holes in mechanical joint bells shall straddle the top centerline. C. Mechanical couplings 1. Dirt, oil, grit, excess coating, and other foreign matter shall be removed from each end of the pipe. 2. Any cut ends or rough edges of the pipe shall be 02615-6 ground off so that they are smooth. 2. The gap between pipe ends being coupled shall be less than one inch and .greater than 1/4 inch. D. Flanged joints 1. Pipe shall be extended completely through screwed -on flanges. 2. The pipe and the flange face shall be machine finished in a single operation. 3. Any restraints on the pipe which will prevent uniform gasket compression or cause unnecessary stress in the flanges shall be eliminated. 4: Mechanical connections shall not be assembled until all flanged joints, which are affected, have been tightened. 5. Bolts spaced on opposite sides of the pipe shall be alternately tightened to assure uniform gasket compression. 6. Holes in flanges shall straddle the top centerline. 02615-7 SECTION 02622 PLASTIC PRESSURE PIPE PART 1 - GENERAL 1.1 DESCRIPTION A. This Section covers plastic pressure pipe. 1. All pipe shall be furnished complete with all fittings, specials, and other accessories. 1.2 USE A. Unless otherwise approved by the District plastic pressure pipe shall be utilized for all new water main installation. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handling 1. Pipe shall be handled with slings, pipe tongs or skids. 2. Pipe or fittings shall not be dropped. a. Dropping pipe or fittings onto cushions is also forbidden. 3. Care must be taken to prevent .damage to the pipe and fittings by impact, bending, compression, or abrasion. B. Storage 1. Lubricant shall be stored and used in a manner which will avoid contamination. 2. Rubber gaskets shall be stored in a cool, dark location away from grease, oil and ozone producing electric motors. 3. Pipe shall not be stacked higher than 5 feet. 4. Pipe shall be stored on a flat surface which provides even support for the pipe barrel. 02622-1 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 ATTORNEYS) -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. Bensler, Kelly T. Urwiller, Russell J. Michels, Linda M. Nikolaeff, Debra S. Morris, Mary M. Powell, Diane F. Clementson, of Greeley, Colorado, their true and lawful Attorney(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 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 Attorneys -in -Fact and Agents 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 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 Company'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, 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 ,. ritings 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. a. Pipe shall not .be stored in such a way as to be supported by the bell. _ 5. Any.pipe which exhibits any signs of ultraviolet deterioration, shall not be used. PART 2 - PRODUCTS — 2.1 PLASTIC PRESSURE PIPE A. All plastic pressure pipe shall be manufactured in accordance with AWWA C900-75. B. Plastic pressure pipe shall be Class 150, with a — dimension ratio of 18 (DR 18) or Class 200, with a dimension ratio of 18 (DR 18) in areas of higher distribution pressure, as designated by the District. C. All joints on plastic pressure pipe shall be push -on, . using an integral bell with an elastomeric-gasket. _ D. The following are acceptable manufacturers of plastic pressure pipe: — 1. Johns -Manville 2. Certainteed 3. Gifford -Hill 4. Carlon — E. All plastic pressure pipe shall have a nominal laying — length of 20 feet. 1. Random pipe lengths are not acceptable. 2.2 FITTINGS A. Reference Section 02615. — 2.3 COUPLINGS A. Reference Section 02615. — 02622-2 PART 3 - EXECUTION 3.1 INSTALLATION A. Pipe and.fittings shall be examined for cracks, dents, abrasions or other flaws prior to installation. 1. Defective pipe and fittings shall be marked and removed from the site. B. Reference Section 02713. C. Cutting the pipe. 1. The pipe shall be cut smooth, straight and at right angles to the pipe axis, with saws or pipe cutters which are designed specifically for the material. 2. When installation involves spigot joints the pipe end shall be beveled in accordance with the manufacturer's recommendations. 3. When installation involves mechanical joints the pipe end shall remain smooth and straight. 4. Burrs shall be removed, and -all dust shall be wiped off of the jointing surfaces. D. Field Joints. 1. Push -on joints shall be used. 2. All joints shall be watertight and free from leaks. 3. Joints shall not be deflected beyond the maximum values as recommended by the pipe manufacturer. 4. After the initial acceptance of the waterline, the Contractor shall be responsible for the repair of any leak which is discovered within a two year period. 3.2 JOINT INSTALLATION A. Push -on joints. 1. Dirt, oil, grit, excess coatings, and other foreign matter shall be removed from the inside of the bell and the outside of the spigot. 02622-3 2. The gasket shall be inserted into the bell of the pipe. _ 3. A thin film of lubricant shall be applied to the inside surface of the gasket and the spigot end of the pipe. 4. The joint surface shall not be allowed to come in contact with the ground. 5. The pipe shall have a depth mark prior to assembly to insure that the spigot end is inserted the full depth of the joint. 6. The joint shall be completed, taking care that the spigot is inserted to the depth mark. a. Stabbing of pipe shall not be allowed. b. Under no circumstances shall joints be seated utilizing powered mechanical equipment. 7. Previously completed joints shall not be disturbed during the jointing operation. B. Plastic pressure pipe shall not be installed without the use of tracing wire. 1. A single, braided, 12-gauge, insulated copper wire — (to be used as a tracing wire) shall be taped to the top of all pipe using vinyl "E" tape (Winmore #413-E or approved equal). _ a. The tracing wire shall be one piece, installed in a continuous run between access points (trace wire terminal boxes located either right or left of all new project fire hydrant assemblies)and connected to any existing tracer wire at ends of project to form continuous — loop. At points where wiring splices may be required, exposed ends of the tracing wire shall be securely twisted together and secured with a watertight epoxy splicing adapter to prevent separation. The spliced section shall then be securely attached to the top of the pipe with vinyl "E" tape. 2. Contractor shall check tracing wire installation for 02622-4 continuity at each access point (trace wire terminal box installed adjacent to each new project fire hydrant assembly) as the.project progresses and prior to compacting previously installed piping. In the event that continuity test reveals a loss of continuity, the Contactor shall locate the break and repair damage prior to proceeding on with the installation of further piping and tracing wire. Upon substantial completion of the project the complete tracing wire installation shall be checked for continuity by ELCO Water District staff. The project will not be approved for service until such time as all continuity tests pass. 02622-5 SECTION 02641 VALVES PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers valves, Valve operators, valve boxes, and appurtenances used for water distribution lines. 1.2 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Precautions shall be taken to prevent damage to materials during delivery and storage. B. Valves shall be stored off of the ground and away from materials that could contaminate potable water systems. C. Precautions shall be taken to keep all joints and internal parts clean. PART 2 - PRODUCTS 2.1 GENERAL A. All valves shall open counter -clockwise (left). B. All buried valves shall have a 2-inch square operating nut. 1. All operating nuts shall be painted black. C. Any valve which will be placed in a vault, shall have a valve operator which is specifically approved by the District. 2.2 GATE VALVES A. All gate valves shall be a resilient seat type and manufactured in accordance with AWWA C509-87. 1. All gate valves shall have an epoxy coated interior. B. All gate valves shall be provided with two 0-ring type stem seals, in accordance with Section 4.8 of AWWA C-509-87. Gate valves must meet or exceed requirements as set forth by AWWA C-515. 1. Acceptable manufacturers of gate valves are: a. Mueller. b. American Flo Control. No substitutions will be allowed. 2.3 BUTTERFLY VALVES A. All butterfly valves shall conform to AWWA C504-80. 1. All butterfly valves shall have an epoxy coated _ interior. 2. All flanged butterfly valves shall be the short body type. — 3. All butterfly valves shall be Class 150B. 4. The operator torque shall be as specified in AWWA C504-80, Appendix A. 5. Acceptable manufacturers of butterfly valves are: a. Mueller. b. Approved equal. 2.4 VALVE BOXES — A. Main Line Valves '1. All valve boxes shall be Tyler 5 1/4 inch shaft, — screw -type with the word "WATER" cast into the lid. 2. All valve boxes shall be Tyler 6860 series, # 6 -' base. 3. A11 valve boxes for gate valves 8" in size or larger — shall be equipped with a sand bonnet. No substitutions will be allowed. _ 2.5 AIR RELIEF/VACUUM RELIEF VALVES A. Materials and Construction 1. Air relief and vacuum relief valves shall have an 02641-2 "' integral type assembly which will function both as an air release and vacuum valve. 2. All air relief and vacuum relief valves shall be rated at a working pressure of 150 psi. and a minimum hydrostatic test pressure of 250 psi. 3. The size of air relief and vacuum relief valves shall be as noted on the Construction Drawings. 4. Taps for air relief and vacuum relief valves shall be made with a tapping saddle. 5. Connections: a. The inlet connection for air relief and vacuum relief valves shall be 2-inches in diameter with a tapered iron pipe thread conforming to AWWA C800-66. b. Connections on the outlet side of air relief and vacuum relief valves shall be threaded and shall be protected to minimize entry of debris and dirt into the valve. 6. The body of all air relief and vacuum relief valves shall be either cast iron, conforming to ASTM A48-Class 35A, or ductile iron, conforming to ASTM A27-GR U60-30. 7. The working parts and seats of air relief and vacuum relief valves shall be brass, stainless steel, or other non -corroding material. 8. The float of air relief and vacuum relief valves shall be stainless steel. 9. All air relief and vacuum relief valves shall be watertight to a pressure of 150 psi. 10. A vacuum check shall be provided where required on Construction Drawings. B. Manufacturers 1. Acceptable air release and vacuum relief valves, and their manufacturers are: a. APCO Combination Air Release Valve, by Valve 02641-3 and Primer Corporation. b. Crispin Universal Air Valve, by Multiplex Manufacturing. C. CAV Combination Air Release and Vacuum Valve, G.A. Industries Inc -' 2.6 CHECK VALVES A. Acceptable check valves and their manufacturers are: 1. G.A. Industries, Inc., 250 D with renewable bronze seat. 2. American Darling, 52 SC. 3. Mueller, "Detector Gravity". B. All check valves shall be rated at a working pressure of — 150.psi. PART 3 - APPLICATION 3.1 VALVE TYPE A. Valves 12" or larger in size and valves installed within pressure zones maintaining 100 p.s.i. or greater,.as determined by the DISTRICT, shall be butterfly valves. An -- exception to this requirement will be that all wet tap connections shall be made with gate valves. PART 4 - EXECUTION 4.1 INSTALLATION -' A. Valves and valve boxes shall be examined for cracks, dents, abrasions, and other flaws prior to installation. _ 1. Defective valves and valve boxes shall be marked and removed from the site. B. Valves 1. Valves shall be joined in the same manner used for -- joining ductile iron fittings. 02641-4 2. The valve shall be installed in such a manner that the operating nut is perpendicular to the pipe. 3. The joined valve shall be supported in place on compacted granular material, with a concrete block (cinder block not acceptable) supporting the valve body. a. Reference Section 02221. 4. All installed valves shall be securely wrapped in 8 mil plastic. C. Valve Boxes 1. Valve boxes shall be installed on.all buried valves. 2. Valve boxes shall be installed so that no stress is transmitted to the valve. 3. Valve operators which are mounted to one side of the valve, shall be located to the south or west of the valve. 4. Valve boxes which are to be set over the valve shall be plumb and directly over the valve with the top of the box on grade. a. The soil around the valve box shall be carefully compacted around the barrel, with hand equipment, to minimize misalignment and the settling of the backfill. b. Other valve box types shall be adjusted as required on the Construction Drawings. 4.2 AIR RELIEF/VACUUM RELIEF VALVES A. Air relief and vacuum relief valves shall be installed at high points, and as shown on the Construction Drawings. B. Air relief and vacuum relief valves shall be installed in accordance with the standard District detail. 4.3 OPERATION A. Valves which have been accepted by the District, shall be operated by District personnel only. 02641-5 SECTION 02644 FIRE HYDRANTS PART 1 - GENERAL 1.1 DESCRIPTION A. This Section covers dry -barrel fire hydrants. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A. Fire hydrants shall be handled, stored, and protected in such a manner as to prevent damage to materials, coatings, and finishes. B. Fittings and joints shall be kept free from dirt, oil and grease. PART 2 - PRODUCTS 2.1 GENERAL A. All fire hydrants shall be manufactured in accordance with AWWA C502-85. 1. The fire hydrant valve, 1" square operating nut, and the nozzle caps shall open clockwise (right). B. The auxiliary gate valve on the hydrant lateral shall be a 6-inch resilient seat gate valve with a valve box. 1. Reference Section 02641. C. The hydrant tee on the main line shall be a swivel tee. D. Acceptable fire hydrant models and their manufacturers are: 1. Mueller Super Centurion with epoxy coated shoe. 2. American Flo Control Waterous Pacer WB-67-25OX with epoxy coated shoe. No substitution will be allowed. 2.2 MATERIALS AND CONSTRUCTION 02644-1 IN 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 9th day of April 2003. STATE OF CONNECTICUT } SS. Hartford • 1►• • oi:�tII110C•Itb; maw i/F}t1�R'iF6NRl �1 a' L NARMORD, 9i t, 9 S 2p OWN. ,l a CONN. o ? • D TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY r George W. Thompson Senior Vice President On this 9th day of April, 2003 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 a.TL7 � tit p��,p t4 S' My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE 1, 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 15 th day of July 2003. r�D�Jt�,IY ANp yG ? 6A6U.t�rL i NARTFORID, O k% KoriM.Johanson Assistant Secretary, Bond A. All fire hydrants shall be a dry -barrel type with a break -away traffic flange, designed for a working pressure of 150 psi. B. All fire hydrants shall have a minimum main valve box opening size of 5-1/4 inches. C. Shoe inlets shall be 6 inches, with mechanical joint - fittings. D. Fire hydrant laterals shall be buried a minimum of 5 feet, unless otherwise directed by the District. E. The fire hydrant pumper nozzle shall be 4-1/2 inches in diameter with 6 threads per inch. 1. Pumper nozzle threads shall be right handed. F. Fire hydrant hose nozzles shall be 2-1/2 inch diameter with 7-1/2 threads per inch. 1. Hose nozzle threads shall be right-handed. G. All fire hydrants shall have a 1 inch square operating nut. H. All fire hydrants shall be painted yellow by the District. 2.3 HYDRANT GRAVEL A. Hydrant gravel shall be well graded crushed stone or r- gravel, conforming to ASTM-D448, CDOT #67, as listed below: SIZE PERCENT PASSING 1„ 100 3/4" 90 - 100 — 3/8" 20 - 55 #4 0 - 10 #8 0 - 5 _ PART 3 - EXECUTION 3.1 INSTALLATION 02644-2 A. Fire hydrants shall be installed in accordance with the standard District detail. B. The Developer's Engineer shall provide offset staking for both vertical and horizontal control. C. The joining of laterals, valves, and hydrants shall be handled in the same manner as pipe. 1. The hydrant shall be installed vertically plumb with the pumper nozzle facing the direction shown on plans. a. The vertical distance from any finished surface to the centerline of the pumper nozzle shall not be less than 18 inches, nor greater than 22 inches. 2. The hydrant shall be set to the elevation staked, to insure that the bury line is at the final grade. D. The hydrant shall be supported on a minimum of 18 inches of compacted hydrant gravel. 1. The hydrant shall be supported with a concrete block (cinder block not acceptable) or poured in place concrete, 12" X 12" X 4" in size. E. A concrete thrust block, with a minimum bearing surface area of 4.5 square feet, shall be placed behind the hydrant shoe. 1. A sheet. of 8 mil polyethylene film shall be placed between hydrant shoe and concrete thrust block, as well as completely around the riser from the shoe up to the bury line. 2. Care shall be taken when placing thrust blocks so that hydrant drain holes remain free of obstructions. F. After pouring the thrust block, hydrant gravel shall be placed to a depth of 12" above the hydrant shoe. 1. Hydrant drain holes shall remain free of obstructions. G. Hydrants which are placed in concrete sidewalks or pavement, shall maintain six inches of horizontal 02644-3 clearance between the concrete and the hydrant barrel. 1. The space between the concrete and the barrel shall be filled with asphalt or gravel. H. All hydrants shall conform to the Uniform Fire Code, Section 10.206 (1979). 1. There shall not be a post, fence, vehicle, growth, trash, storage, or other material or thing, within 5 feet of a fire hydrant. 2. The ground surrounding the fire hydrant shall slope away from the hydrant at a minimum grade of 2%. I. After installation of the hydrant is complete, the oil/grease reservoir shall be checked to insure that it is full. 1. If it is necessary to fill the reservoir, it shall be filled with the oil/grease which is specified by the hydrant manufacturer. 3.2 OPERATION A. Fire Hydrants which have been accepted by the District, shall be operated by District personnel only. 02644-4 SECTION 02646 SERVICE LINES, METERS AND APPURTENANCES PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers the materials and installation of corporation stops, service lines, meters, meter setters and meter pits. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A. The product shall be handled, stored, and protected in a manner which will prevent damage to materials, coatings and finishes. B. All material shall be kept clean and free from dirt. 1.3 INSTALLATION OF SERVICE TAPS A. Only District personnel shall make service taps on mains which have passed preliminary or final acceptance. B. The Contractor shall not make any taps on newly constructed mains prior to approval by the District. C. All service line taps shall be installed using tapping saddles. 1. Taps on existing lines shall be made with a tapping saddle and shall be completed by District personnel only. D. Tapping equipment shall be of good quality, used for the purpose intended and used in accordance with manufacturer's instructions. 1. Reference Section 01600. E. The District reserves the right to make taps in lieu of the contractor and the right to deny permission for any main to be tapped. F. The contractor shall give forty-eight hours advance notice to the District before any tap is made. 02646-1 1.4 MAINTENANCE AND CORRECTION A. The contractor shall maintain and repair all service - lines and any associated appurtenances which leak, were installed incorrectly, or otherwise prove to be defective, for a period of two (2) years after final completion and acceptance of the work. 1.5 METER SETTERS A. Unless it is otherwise specified, meters, strainers, and meter setters for 1 1/2-inch and 2-inch meters shall be — .purchased from the District. 1. Meter settings for 1 1/2-inch and 2-inch meters shall be exterior settings only. 2. Meter settings for 1 1/2-inch and 2-inch meters shall be installed in accordance with the standard District detail. B. Unless it is otherwise specified, meters and strainers for 3-inch and larger meters shall be purchased from the District. 1. Meter settings for 3-inch and larger meters shall be exterior settings only. 2. Meter settings for 3-inch and larger meters shall be "- installed in accordance with the standard District detail. 1.6 METER PITS A. 3/4-inch and 1-inch meters pits shall be installed by the District, or Contractor by prior authorization. Decision for installation responsibility shall be noted on Final Constructions Plans for the Project. 1. Meter pits shall be 20 inches in diameter, a minimum of 48 inches in length,) and shall be constructed of _. "spiral-lite" plastic only. a. All meter pits shall have a notched bottom. 2. Meter pit covers shall be constructed of cast aluminum with rubber inner lids. All lids shall be 02646-2 pre -drilled with 1 3/4" center hole for touch read head installation. a. The minimum allowable opening for meter pit covers shall be 11 inches diameter. b. All meter pit covers shall have a 27/32" worm -lock with a Standard Waterworks pentagon head. 3. Acceptable meter pit covers and their manufacturers are: a. Ford, #W3 or approved equal. B. 1 1/2-inch and 2-inch meters pits shall be installed by the Contractor. 1. Meter pits shall be constructed from standard 48 inch inside diameter precast concrete manhole sections. a. Reference Section 03400. 2. Meter pit covers shall be an aluminum manhole ring and cover with a 24-inch diameter opening. a. All meter pit covers shall have a 27/32" worm -lock with a Standard Waterworks pentagon head. b. All meter pit covers shall have the word "water" cast in the lid. C. 3-inch and larger meter vaults shall be installed by the contractor. 1. Meter vaults shall be constructed from precast concrete box sections designed for H-20 bridge loading. a. Vault dimensions for different size meters are as follows: Meter Size Inside Vault Dimension 3" 6' x 7' 4" 7' x 7' 6" 8' x 8' 8" and larger determined by District 02646-3 2. Unless it is otherwise specified, meter vault covers shall be an aluminum manhole ring and cover with a -- 24-inch diameter opening. a. All meter vault covers shall have a 27/32" _ worm -lock with a Standard Waterworks pentagon head. PART 2 - PRODUCTS 2.1 TAPPING SADDLES A. All tapping saddles shall have a bronze or brass body, with bronze double flat straps or brass hinge assembly and bronze nuts. 1. Outlet threads on tapping saddles shall be "cc" type only. B. Acceptable manufacturers of tapping saddles are: 1. Mueller. 2. Ford. 3. There will be no substitutions allowed. 2.2 CORPORATION STOPS. A. All corporation stops shall conform to AWWA C800-66. 1. All corporation stops shall be copper flare. 2. Corporation stop inlet threads for tapped saddles shall be "cc" type only. 3. Corporation stop outlets may be installed using a compression connection only with prior written permission of the District. 4. Corporation stops shall be used for all taps which are 1-inch and smaller. 5. Corporation stops shall incorporate ball valves only. a. Plug valves will not be allowed. 02646-4 B. Acceptable models and manufacturers of corporation stops are: 1. Mueller B-2500. 2. Ford F-600. 3. There will be no substitutions allowed. 2.3 COPPER SERVICE LINES A. Copper pipe shall be used for service lines which are 2-inches and smaller. B. All copper services shall conform to the Appendix to AWWA C800-66. 1. The copper for copper services shall be Type K, only. 2.4 COUPLINGS A. All couplings shall be copper flare. B. Acceptable couplings and their manufacturers are: 1. Mueller #H-15403. 2. Ford #C44-"d". a. "d" equals the diameter of the service. 3. There will be no substitutions allowed. Exception Note - Compression couplings may be used in the case of 1 1/2" or 2", "K" copper only. 2.5 CURB STOPS A. All curb stops shall have compression connections at both ends. B. The top threads for all curb stops shall be Minneapolis type. C. Curb stops shall be used for taps which are 1-inch and smaller. 02646-5 D. Acceptable 3/4-inch and 1-inch curb stops and their manufacturers are: 1. Mueller #H-15155. 2. Ford #B44-333M and #B44-444M. 3. There will be no substitutions allowed. 2.6 VALVE BOXES FOR CURB STOPS A. Minneapolis pattern shall be used for all curb stops. B. Acceptable valve boxes and their manufacturers are: 1. Mueller #H-15024. 2. Ford B-22-33M 3. There will be no substitutions allowed. C. Valve boxes for 3-inch and larger services. 1. Reference Section 02641 2.7 TAPPING SLEEVES A. All 1 1/2" and 2" taps shall be made with SST tapping sleeves. PART 3 - EXECUTION 3.1 GENERAL A. The contractor shall not make any taps until the water _ main has been initially accepted, curb and gutter has been installed, and service locations and grades have been staked. 1. There will be no exceptions made for water mains which are located in private roadways. B. The contractor shall obtain permission to tap, and scheduled an inspection of the tap, from the District's Operations Manager. 1. A minimum of 24 hours notice is required on all tap inspections. 02646-6 a. There will be no exceptions to the 24 hour notice requirement. C. The contractor shall adjust stop boxes to final grade as determined by the grade stake. 1. Grade stakes shall be a placed a minimum of five feet from the location of the stop box. 2. Grade stakes shall not be disturbed prior to inspection of the service by the District. D. The contractor shall mark the ending location of all water services with .a wood or metal up -right. 3.2 CORPORATION STOPS A. Taps shall not be made within two feet of any joint or fitting. B. Taps shall be separated by at least two feet (measured along the pipe length), even when taps are made on opposite sides of pipe. 3.3 SERVICE LINES A. All service lines shall be a minimum of 54 inches and a maximum of 66 inches below the final grade. B. When backfilling the service trench, care shall be taken so that no stones larger than 3" are resting against the service line. C. Service trenches shall be subject to compaction specifications. 1. Reference Section 02221. 3.4 CURB STOPS A. The contractor shall adjust the curb stop box to 1/2-inch above final grade prior to final inspection. B. Curb stop box shall be fully extended to surface grade and screwed onto the curb stop. C. Curb stop box shall be plumb, so that a shut-off key can 02646-7 IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key futures of the Act,. and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. be placed on the curb stop. 3.5 INSPECTION A. The contractor shall insure that the curb stop, corporation stop, and any couplings remain exposed until _ after the inspection and the approval for backfill is given by the District. B. The contractor shall turn on water at the corporation stop when the service is ready for inspection. 1. The packing nut on the back of the corporation stop shall be tightened, and water. shall be flushed through the curb stop. C. All tap and service inspections shall be scheduled with the District's Operations Manager. 1. A minimum of 24 hours notice is required on all tap and service inspections. a. There will be no exceptions to the 24-hour notice requirement. D. The water shall be turned on at the curb stop by District personnel only. 02646-8 SECTION 02713 WATER DISTRIBUTION SYSTEM PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers the installation of water distribution lines. 1.2 QUALITY ASSURANCE A. Water system installations shall conform to the regulations of the Colorado Department of Health, and the Water Quality Control Commission. B. Construction staking. 1. Reference Section 02221. C. Horizontal alignment shall not deviate more than 6 inches. D. Vertical alignment shall not deviate more than 3 inches, as measured from the pipe invert. E. The minimum effective area of thrust blocks, shall be as specified in standard District detail. 1.3 PRODUCT DELIVERY, STORAGE AND HANDLING A. Reference Sections 02615, 02622, 02641, 02644, and 02646. 1.4 JOB CONDITIONS A. Foreign material, including trench water, shall not be permitted to enter the pipe. B. Debris, tools, clothing, or other material shall not be permitted in the pipe. C. In order to prevent water, debris, and animals from entering the pipe, the open ends of the pipe shall be plugged with a blocked, watertight plug when pipe laying is not in progress. D. Effective measures shall be used to prevent uplifting or 02713-1 floating of the pipeline prior to completion of the backfilling operations. E. Pipe shall not be installed under the following conditions: 1. When the trench contains water. 2. When weather conditions are unsuitable. a. Temperature is less than -5 degrees Fahrenheit. b. Snowing. C. Raining. d. High winds. 3. When the trench bottom is unstable. F. Pipe and appurtenances shall be protected against dropping and damage. 1. Pipe and appurtenances shall not be used if they are damaged. PART 2 - PRODUCTS 2.1 PIPE A. The same type of pipe material shall be used for each size pipe. -- 1. Pipe material shall not be interchanged, except where another type of pipe material is specifically r indicated. B. Reference Sections 02615 and 02622. 2.2 VALVES A. Reference Section 02641. 2.3 HYDRANTS A. Reference Section 02644. 2.4 SERVICE LINES, METERS, APPURTENANCES 02713-2 A. Reference Section 02646. PART 3 - EXECUTION 3.1 INSPECTION A. Pipe barrel and fittings shall be free of dirt or other foreign objects prior to installation: B. Pipe and fittings shall be inspected for cracks, dents, abrasions or other flaws prior to installation. C. Pipe and fittings with damaged linings or coatings shall be rejected. 1. Defective pipe shall be marked and removed from the site. 3.2 PREPARATION A. Trenching, backfilling and compaction. 1. Reference Section 02221. B. Connections. 1. The location and elevation of the existing pipe shall be verified prior to construction. 3.3 PIPE INSTALLATION A. All pipe shall be installed with the bells pointing in the direction that the work is progressing. B. The contractor shall employ effective measures to prevent the opening of joints during bedding and backfilling operations. C. The joint shall be completed in accordance with the applicable pipe material specification and the pipe shall be adjusted to the correct line and grade as each length of pipe is placed in the trench. D. The pipe shall be secured in place with the specified bedding tamped under and around the pipe. E. The pipeline shall be installed so that a uniform 02713-3 positive or negative grade is maintained between the designed high and low points. F. The minimum depth of cover shall be 4 1/2 feet from the finished.grade to the top of the pipe, except as otherwise indicated on the Drawings. G. The maximum depth of cover shall be 5 1/2 feet from the finished grade to the top of the pipe, except as otherwise indicated on the Drawings. H. Concrete encasement of water mains shall not be allowed. 1. At any location where water mains cross sewer lines and the sewer is above the water main or there is less than 18 inches of vertical clear distance below — the water main, the crossing shall be constructed by casing of the main. The casing shall be PVC pipe of a larger diameter and extend 5 feet each way from the point of crossing. The ends of the casing pipe ` shall be sealed by means of prefabricated casing seals. No casing pipe fill material shall be used in such instance. a. Reference Section 02224.. 3. Suitable backfill or other structural protection shall be provided to prevent settling or failure of the higher pipe. 3.4 THRUST RESTRAINT A. Anchorage and Blocking. 1. Reference District Details - Typical Thrust Blocks and Typical Thrust Restraint. .. 2. Concrete thrust blocks for preventing pipe movement shall be provided at all mechanical joint plugs, wyes, tees, crosses, bends that deflect 11-1/4 degrees or more, reducers and valves. Mechanical joint anchor coupling fittings shall, be provided to restrain all valves to tees. 3. The minimum size of thrust blocks shall be determined from the table in the standard District _ detail. 4. Thrust block bearing shall be excavated into 02713-4 undisturbed soil. a. All loose soil shall be disposed of, and the Location where the thrust block is to be poured shall be carefully shaped to provide a uniform bearing surface -of the required size. b. Thrust block bottom shall be flat, and sides shall be vertical. 5. The thrust block shall be formed to provide access to fittings, valves and hydrants. 6. The thrust block shall be extended from the fitting or valve to be blocked, to solid undisturbed earth.. a. Thrust blocks shall be constructed so that joints and drain holes are clear and accessible. 7. Concrete shall be separated from fittings, valves and hydrants by an 8 mil polyethylene film. a. Concrete shall not be poured directly on or over fittings. 8. The District shall be notified 24 hours before concrete is placed. 3.5 INSTALLATION OF PIPELINE APPURTENANCES A. Valves, meters, hydrants and other appurtenances to the water distribution lines shall beinstalledat the locations shown on the Construction Drawings, or as approved by the District to accommodate field conditions. 1. Measurements of the actual location of appurtenances shall be made prior to backfilling for recording in the Project Record Drawings. B. All dead-end waterlines will be plugged and have a thrust block poured against the plug. 1. Dead-end waterlines that .will be extended in the future shall have the valve which controls that section of waterline left in the off position. C. Blow -offs will not be allowed to be permanently installed on dead-end waterlines. 02713-5 1. Dead-end waterlines shall have a fire hydrant or air relief valve assembly installed at the end of the waterline to facilitate the discharge of air and water from the waterline. a. If the waterline is to be extended in the future, a fire hydrant may be installed temporarily, until the extension occurs. In such case and when an air relief valve assembly is utilized in place of a fire hydrant, the air relief valve assembly shall be moved at the time of future extension of the main, to either the end of said extension or to the next high point of the line. D. Blow -offs which are installed by the contractor during construction shall be permanently sealed and abandoned at the main prior to acceptance of the waterline. 3.6 PROTECTION OF METAL SURFACES A. If the supplied material has not been factory coated, or the coating has been damaged by installation, the material shall be protected by one of the following two methods: 1. Two coats of coal tar paint shall be applied to ferrous metal rods, rebars, clamps, bolts, nuts and other accessories which are subject to submergence or contact with earth or fill material, and are not encased in concrete. a. The first coat of coal tar paint shall be applied to a dry, clean surface. b. The first coat of coal tar paint shall be allowed to dry before the second coat is applied. 2. Ferrous metal rods, rebars, clamps, bolts, nuts and other accessories which are subject to submergence or contact with earth or fill material, and not encased in concrete shall be protected with coal tar paint and with Protecto Wrap. 02713-6 SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1.1 DESCRIPTION A. This Section covers cast -in -place concrete for thrust restraints, encasements, and cut-off walls, including forms, reinforcing steel, finishing and curing, and other appurtenant work. 1. Reference Section 02575 and the Standard Street Specifications. PART 2 - MATERIALS 2.1 CEMENT A. All Cement shall be Portland Cement. 1. Portland Cement shall conform to ASTM C150. 2. Portland Cement shall be Type V. 2.2 AGGREGATES A. All fine and course aggregate shall conform to ASTM C33. 2.3 WATER A. All water shall be free from objectionable quantities of silt, organic matter, alkali, salts, and other impurities. 2.4 ADMIXTURES A. An air -entraining agent shall be used in all concrete. 1. All air -entraining agents shall conform to ASTM C260. B. A water -reducing admixture may be used, if approved by the District. 1. A water -reducing admixture shall conform to ASTM C494, for Type A or Type D chemical admixture. 03300-1 2. The water -reducing admixture shall not contain any calcium chloride. 3. The water -reducing admixture shall be compatible with the cement being used. _ C. The contractor shall be responsible for any difficulties arising or damages occurring as a result of the selection and use of an admixture. 2.5 CONCRETE REINFORCEMENT A. All deformed reinforcing bars shall conform to ASTM A615 or ASTM A617. 1. All bars shall be either Grade 40 or 60. B. All welded steel wire fabric shall conform to ASTM A185. PART 3 - CONCRETE 3.1 GENERAL A. All concrete shall be Class A. B. Concrete shall not be placed if air temperature is less than 40 degrees Fahrenheit, or greater than 90 degrees Fahrenheit. C. Finished concrete shall be protected for a minimum of three days after placement, and maintained at a minimum temperature of 50 degrees Fahrenheit during that period. 1. Concrete shall be allowed to cure for a minimum of _ 24 hours after the concrete is placed. 2. Backfill may be placed over thrust blocks as soon as the concrete has set, but compaction will.not be allowed for a minimum of 24 hours after the concrete is placed. D. Concrete shall have a minimum of 6 sacks per cubic yard, and shall be allowed to develop a minimum compressive strength of 3000 psi. at 28 days. 3.2 CLASS A CONCRETE 03300-2 A. Class A concrete shall be used for all concrete structures, thrust blocks, protective pads, and concrete fills. B. Class A concrete shall have a maximum allowable water/cement ratio of 0.50, by weight. 1. The water/cement ratio may be increased to 0.56, by weight, if a water -reducing agent is used. a. Reference paragraph 2 A .B. C. Class A concrete shall have a minimum 28 day compressive strength of 3000 psi. 03300-3 0.1 FT.-0.2 FT CONCRETE BLOCK 24 INCH MIN. BLOCK 7 4.5' MIN, COVER OR INSULATED -HYDRANT DRAIN OPENINGS MUST REMAIN CLEAR OF OBSTRUCTIONS MEGALUG RESTRAINED COUPLING 6" C-900 PVC PIPE 18 IN. HYDRANT GRAVEL NOTES NO LANDSCAPING (TREES, SCRUBS, BOULDERS, ETC.), RETAINING WALLS OR FENCES ALLOWED WITHIN 4 FEET OF FIRE HYDRANT. FIRE HYDRANT PIPING, VALVES, ETC. SHALL BE WRAPPED IN POLYETHYLENE. ADAPTED FROM CITY OF FORT COLLINS STANDARD CONSTRUCTION SPECIFICATIONS. Approved Palntl Brand: Aervoe Supreme Rust Shield Colorl #5009 Equipment Yellow 54 INCHES MINIMUM 66 INCHES MAXIMUM RESILIENT SEAT GATE VALVE 8 MIL SHEET OF POLYETHYLENE BOX ROAD SURFACE TRACER 'WIRE (PVC WATER MAIN ONLY) SNIVEL TEE THRUST BLOCK TRACE MIRE TERMINAL BOX INSTALLED EITHER RIGHT OR LEFT OF EACH FIRE HYDRANT ASSEMBLY 1 1 2' -0' �� Fire Hydrant 11 PLAN VIEW TRACE WIRE TERMINAL BOX INSTALLATI❑N Revised: 061903 by REM SPECIFICATION 02644 EL_C❑ WATER DISTRICT DETAILo TYPICAL FIRE HYDRANT INSTALLATION I DRAREM DATE5/00 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. See attachment "A" 1. Name of Bidder: Connell Resources, Inc. 2. Permanent main office address: 3. When organized: 1949 4305 E. Harmony Road Fort Collins, H528 4. If a corporation, where incorporated: 1982 - Colorado 5. How many years have you been engaged 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, paving, 11tilties. aggregate supply 100% K, W 10 Have you ever failed to complete any Work awarded to you? If so, where and why? No Have your ever defaulted on a contract? If so, where and why? Are you debarred by any government agency? If yes list agency name. 7/96 No Section 00420 Page 1 SECTION 03400 PRECAST CONCRETE PART 1 - GENERAL 1.1 DESCRIPTION A. This section covers precast concrete products and accessories for meter pits, meter vaults, and vaults for air relief and vacuum relief valves. 1.2 PRODUCT DELIVERY, STORAGE AND HANDLING A. All precast concrete parts shall be handled, stored, and protected in a manner which will prevent damage to materials. PART 2 - PRODUCTS 2.1 PRECAST CONCRETE PRODUCTS A. Barrels and flat slab tops of manholes and vaults shall conform to and be designated as ASTM C478, and shall be made with Type II Cement. B. Concrete and Reinforcing Materials 1. Reference Section 03300. 2. Minimum reinforcement for bases of manholes and vaults shall consist of welded wire fabric, 4 x 4 - W4 x W4. 3. Minimum reinforcement for base beams, supporting manholes or vaults, shall consist of 3 No. 5 bars longitudinally and No. 4 bars at twelve inch centers transversely. C. Mortar shall be one of the following: 1. Sand -Cement grout, using the following ratio of ingredients: a. One part Portland.Cement; conforming to ASTM C150, Type II. 03400-1 b. Two parts sand; conforming to ASTM C144. C. -1/2 part hydrated lime; conforming to ASTM C207, Type S. 2. Pre -mixed non -shrinking Grout; the acceptable types and manufacturers of which are listed below: a. Master Builders; "Embeco Mortar". b. Sonneborn; "Ferrolith G-D.S. Redi-Mixed". C. Or an approved equal. 3. Job -mixed grout, using the following ratio of ingredients: a. One part Portland Cement; conforming to ASTM C207, Type II. b. One part sand; conforming to ASTM C144. C. One part shrinkage correcting aggregate; the acceptable types and manufacturers of which are listed below: i. Master Builders; "Embeco Aggregate". ii. Sonneborn; "Ferrolith. G-D.S.". iii. Or an approved equal. D. Ring and Cover. 1. Acceptable ring and covers are: a. Neenah, R-1706. b. Or an approved equal. E. Steps. 1. All steps shall be made of one of the following materials. a. Aluminum. b. Copolymer polypropylene plastic, conforming to ASTM C478 and ASTM C497. 03400-2 2. Acceptable steps and their manufacturers are: a. Comco; 12653B. b. Neenah; R-1982-W. C. M.A. Industries; PS-2-PFS. d. Or an approved equal. 3. All steps shall be spaced 12" apart, (on center) F. Preformed -Plastic Gaskets. 1. All preformed plastic gaskets shall conform to AASHTO M198. 2. The diameter of preformed plastic gaskets shall be 1 1/2-inches for a 48-inch diameter manhole. 3. Acceptable preformed plastic gaskets and their manufacturers are: a. "Ram-Nek"; K.T. Snyder Co. b. "Rub'r-Nek"; K.T. Snyder Co. C. "Kent Seal"; Hamilton -Kent Manufacturing Co. d. Or an approved equal. 4. Gaskets shall not be set if the outside air temperature is less than 10 degrees Fahrenheit. a. Gaskets may be set when the air temperature is below the minimum allowable, if the gasket is preheated. PART 3 - EXECUTION 3.1 PREPARATION A. Trenching, Backfilling, and Compaction. 1. Reference Section 02221. 3.2 METER PIT MANHOLE AND VAULT CONSTRUCTION 03400-3 A. Meter pit manholes and vaults shall be constructed at the locations indicated on the approved Construction Drawings or as stated by the District to accommodate field conditions. 1. The locations of meter pit manholes and vaults shall be referenced to a minimum of two permanent surface references, and recorded on the "Drawings of Record". a. Reference Section 01720. B. The manhole section or vault shall be set plumb. 1. Precast adjustment rings shall be used to bring the ring and cover to grade. C. Manhole and vault sections shall be joined to lids using preformed flexible plastic gasket material. 1. All joint surfaces shall be kept clean, dry, and warm during installation. D. All lifting holes and other imperfections shall be filled with mortar. E. The ring, cover, and precast adjustment rings shall be installed. 03400-4 EAST LARIMER COUNTY WATER DISTRICT STANDARD CONSTRUCTION DETAILS OCTOBER, 1992 Revised: April 26, 2002 �a wp� Z2 7o0 YATDR❑VIEW i I i i Trace w ire, 12-gauge-�^ insulated copper ^,� J DROP LID -ISIDE VIEW iClean 3/4 inch rock French drain well ( i i I i. i TOP - SIDE VIEW IBEX. AND LID DETAIL Not To Scale Box installed to grade - to either right or left of all new fire hydrant assemblies. INSTALLATION DETAIL Not To Scale Note, Box and lld assembly shall be cast iron Tyler Slip -Type Model 6865 (top only) or approved equal. SPECIFICATION - 02622 e�o E-LCO WATER DISTRICT JI °EMM` TRACE WIRE TERMINAL BOX DETAIL REM I -10/98 HYDRANT. AWWA C502 w/ 1' SQUARE OPEN RIGHT OPERATING NUT LINE 1/3 CUBIC YARD GRAI OR CRUSHED ROCK UNDISTURBED MATERIAL \ THRUST BLACK � " " .1 ' HYDRANT SHOE SECTION VIEW (MECHANICAL OINT) MJ HYDRANT MJ x MJ VALVE I v ANCHOR ADAPTER SWIVEL HYDRANT TEE-/ (3'-0- MIN.) PLAN VIEW TYPE 1 5' MIN. CDVER GLAND TRACE VIRE TERMINAL BOX INSTALLED EITHER RIGHT DR LEFT OF EACH FIRE HYDRANT ASSEMBLY v 20-01 \-Fire Hydrant PLAN - VIEW TRACE WIRE TERMINAL BOX INSTALLATION SPECIFICATION - 02G." EL_CO WATER DISTRICT 'CAI`' TYPICAL FIRE HYDRANT INSTALLATION VDCM �1Ef1 /QQ WATER LINE VE BOX BUTTERFLY VALVE (AWWA C504) NOTE: ALL VALVES OPEN LEFT l ATER LINE 1 1 \MECHANICAL JOINT 1 1 A -A BUTTERFLY VALVE DETAIL -� MECHANICAL J❑INT TOP OF VALVE BOX SHALL BE SET 1/8'-1/2' BELOW SURROUNDING ASPHALT 6' 'WATER' CAST IN TOP OF VALVE BOX COVER 1 VALVE BOX SHALL BE SCREWED____ CREWED r -� DOWN 6' & BURIED BELOW GRADE IF INSTALLED IN A 4'-0' MIN. 4'-0' MIN. NON -PAVED ROADWAY BACKFILL TO BE HANDPLACED PIECE VALVE BOX AND COMPACTED 2' OPERATING NUT - GATE VALVE (AWWA C500) j OPEN LEFT MECHANICAL JOINT TRACER WIRE TAPE TO TOP OF PIPE GATE VALVE DETAIL WATER LINE SPECIFICATION 02641 ,AD ELCO WATER DISTRICT DRAWN: DETAIL• VALVE DETAIL DLS 2/00 J i— FLANGE 90°ELBOW VARIABLE BLIND FLANGE ( 6K 6' DUCTILE IRON VALVE BOX RISER PIPE 1/8' WEEP HOLE — EACH SIDE MIN. BURY 90°ELBOW u� WATER MAIN ONCRETE THRUST BLOCK tau TEE 6" GATE VALVE WW , au �� 6' DUCTILE IRON PIPE FROM MAIN * � —UNDISTURBED EARTH 45' ELBOW THRUST BLOCK 85 REBAR SPECIFICATI❑N - 02713 \� 2' 0' MIN. 4 CUBIC FEET COARSE GRAVEL AT ELBOW FOR DRAIN SUMP REVISED: 5/16/94 EEC❑ WATER DISTRICT DETAILS BLOW OFF ASSEMBLY - TYPE " A" DRAWNRKB DATE8 /91 NOTESi 1) ALL FITTINGS TO BE FORD OR APPROVED EQUAL. 2) ALL FITTINGS TO BE I.P. OR AWWA THREADS BY COPPER FLARE. 3) METER IDLERS TO BE INSTALLED TO ASSURE PROPER ALLIGNMENT UNTIL METER IS INSTALLED (5/8'- FORD 42, 3/4'- FORD M3 IDLER). 4) COPPER METER SETTERS, 5/8'X3/4' SETTER = FORD MODEL V 82-W-22-33 11 SETTER = FORD MODEL V 84-W-22-44 5) METER PIT CONES 6 COVERS, SINGLE METER PIT = FORD MODEL W-3-TP CONE W/ELECTRONIC METER READING COVER. DOUBLE METER PIT = FORD MODEL W-3-TTP CONE W/ELECTRONIC METER READING COVER. ROADWAY FROM - MAIN SECTION A -A TER MAIN TO STRUCTURE METER TYPE ' K' COPPER - BED IN PEA GRAVEL 6'.ALL DIRECTIONS GENERAL UTILITY CONTRACTOR METER PIT CONTRACTOR I�LOCATION OF ORIGINAL CURB STOP 6 HOX N£TER PIT CONTRACTOR TO REMOVE CURB STOP BOX AND RETURN BOX TO ELCO �---EASEMENT FROST LID 4. 5' MIN. COPPER METER SETTER 12'PEA GRAVEL CORP. STOP (FORD F-700, F-600 OR EQUAL) BRASS DOUBLE STRAPPING SADDLE (SUBJECT TO DISTRICT APPROVAL) 8 MN CURB STOP BOX 3' 20 D[A. X 3' METER PIT - METER PIT 6 METER INSTALLATION BY BY METER PIT CONTRACTOR 3' PIGTAIL 3/4' ' K' COPPER CURB STOP 12, MIN. PLAIN END W/TAPE COVERING - PEA GRAVEL BASE CONTINUED TO STRUCTURE BY OWNER SPECIFICATION-02646 REVISED: ELCII WATER DISTRICT DRAWN, DETAIL' TYPICAL/", = 3/4'. & 11 METER & SERVICE DETAIL IRKB 03/02 DATEi 10/91 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) 223-3 151 (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 NOTES, 1) ALL FITTINGS TO BE FORD OR APPROVED EQUAL. 2) ALL FITTINGS TO BE I.P. OR AVWA THREADS BY COPPER FLARE. 3) DOUBLE METER PIT = FORD MODEL W-3-TTP CONE W/ELECTRONIC METER READING COVER. FROM - MAIN ROADWAY SECTI❑N A —A MAIN 3' 1 GENERAL UTILITY CONTRACTOR METER PIT CONTRACTOR LOCATION OF ORIGINAL CURB STOP 6 BOX METER PIT CONTRACTOR TO REMOVE CURB STOP BOX AND RETURN BOX TO ELCO �--EASEMENT--� 1' 1 I FROST LID I I A 0- METER # 1 �� i) INVERTED KEY METER VALVE WITH LOCKING TABS (FORD BVII-333W OR EQUAL) - - TO DOUBLE METER SETTER - - STRUCTURE MI (FORD U20-43 x 7 1/2 OR APPROVED EQUAL) 4. 5' M I N. TO CURB STOP .BOX 3' - - - STRUCTURE #2 METER #2 SINGLE 1' SERVICE LINE TO METER PIT TYPE 'K' COPPER - I CURB STOP /� BED IN PEA GRAVEL / 6' ALL DIRECTIONS W\]CORP. STOP (FORD F-700, F-600 OR EQUAL) 12'PEA GRAVEL -I 12' MIN1 BRASS DOUBLE STRAPPING SADDLE (SUBJECT TO DISTRICT APPROVAL) PEA GRAVEL BASE -�' SPECIFICATI❑N 02646 A 8' -WU \ ANGLE METER COUPLING TERS FORD L-32 OR EQUAL 20' D 1 A. X 3' METER PIT - METER PIT 6 METER INSTALLATION BY METER PIT CONTRACTOR 3' PIGTAILS 3/4' ' K' COPPER PLAIN END W/TAPE COVERING - CONTINUED TO STRUCTURE BY OWNERS REVISED: 03/02 ELCO WATER llISTRICT DETAIL' DOUBLE METER & SERVICE DETAIL nwN, DATE RKB 10/91 MANHOLE COVER 1-3/4' DIA. OPENING CENTERED FOR TOUCH READ INSTALL f INSTALL LID 1/2' ROAD SURFACE ABOVE FINAL GRADE\ Qm7blmd ADJUSTMENT RINGS (AS REQUIRED) MANHOLE RUNGS 12' 0. C. #145R ROADWAY BOX 4.5' MIN. PREFAB 4'—y MANHOLE GATE VALVE- 2' MINIMUM METER WATER MAIN 1-1/2' THROUGH 2' TYPE 'K' COPPER ARMOUR -FLEX TUBING-\ - .AND GROUT BEFORE BACKF�LLOUT 1' IRON PIPE SUPPORTS BLOCKS 24' 48' 16' MAX. BRASS TAPPING SLEEVE 6' LAYER OF (SUBJECT TO DISTRICT APPROVAL) FORD 70 SERIES COPPER 3/4' TO 1-1/2' SETTER OR APPROVED EQUAL GRAVEL BEDDING OF WATERMAIN- 1-1/2'=15'VV76-15B-11-66 SEE ELC❑ STANDARD BEDDING DETAIL 2'=15'VV77-15B-11-77 SPEC I F I CAT I ❑N; 02646 -ALL FITTINGS TO BE AWWA OR I. P. BY COPPER FLAIR OR COMPRESSION e4 ELCH WATER DISTRICT AVPh OATEN DETAIL- LARGE WATER SERVICE DETAIL - 1-112" THROUGH 2" REM 9/99 ASPHALTIC GROAT 3• DR LARGER MAI 1-3/4' OPENING CENTERED CONCRETE ADJUSTMENT RING FOR TDUCH READ INSTALL �j x</i 16' MAX. •: ALUMINUM Y.H. STEPS 12' O/C RESTRAINING Roo c1YP) GATE VALVE (TYP) METER C DRESSER COUPLING 12' HIM (TYP) RESTRANH4 •: ROD (TYP) •. •� w W •� PIPE ENCASED IM MASTIC •� •�•, • •• WITHSHIMS OCK VI HIMS OCK •••: �' ,; BLOCK -OUT GROUTED ��• •, 0 0 0 O O 0 \� O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 •: 2-Y4 CONTINUOUS 4' MIN. 2' MIN. 8' LAYER 1' ROCK `-FDOTER-12' VIDE X 8• HIGH PRECAST OR CAST IN PLACE SPECIFICATION; 02646 & 03400 SHEET 1 OF 2 EL,C❑ WATER DISTRICT DRAWN DATE, DETAIL, LARGE METER VAULT DETAIL -SIDE VIEW REM 10/99 THP l T1 ANCHOR RODS�(TYP) GATE VALVE GA VALVE. LLJ DRESSER COUPLING GATE VALVE METER M FULL SIZE BYPASS MFTFR VAHI T DIMENSIONS METER SIZE A B C D 3' 6' 7' 2' 3' M I N, 1' MIN, 4" 7' 7' 3' MIN. l' 3' MIN. 6" 8' 8' 3' MIN. 1' 6' MIN. 8• DETERMINED BY ELC❑ PRECAST CONCRETE VAULT DESIGNED FOR M-80 BRIDGE LOADING GENERAL NOTESI 1. If pressure reducing valve is required it shall be installed inside building, immediately following the main shut-off valve. SPECIFICATION: 02646 & 03400 SHEET 2 OF 2 ELCII WATER DISTRICT DRAWN, DATE ETA"' LARGE METER VAULT DETAIL-TGP VIEW REM 10/99 ' K' COPPER .TER MAIN CORP. STOP (FORD F-700, F-600 OR EQUAL) Ilk \BRASS TAPPING SLEEVE (SUBJECT TO DISTRICT APPROVAL) _BEDDING OF WATERMAIN- SEE ELCO STANDARD BEDDING DETAIL SPECIFICATION 02646 CURB BOX WITH MINNEAPOLIS THREADS (MUELLAR H-10300) CURB STOP WITH INVERTED KEY (MUELLAR H-102 SRIES OR EQUAL) 4. 5' MIN. -ALL FITTINGS TO BE AN11A OR I.P. BY COPPER FLAIR REVISED: 10/94 AkO ELCO WATER DISTRICT ETAlb TYPICAL CURB STOP & WATER SERVICE DETAIL r RKB 10/91 PADLOCK WINGS - ❑PTI 1' 90' METER ELL COPPER FLARE TO METER SWIVEL 1' x 1' x3/4' M I P/ PACK JOINT TEE n 1' BADGER METER MODEL 40 F-- 1' 90' METER VALVE COPPER FLARE TO METER SWIVEL .3/4' METER ANGLE VALVE 3/4' FIP x COPPER FLARE ,1' K-COPPER (TYPICAL) SIDE VIEW TO HOUSE (3/4' SERVICE) TO FIRE PROTECTION SYSTEM '*�1' PACK JOINT TEE AND HANDLE . FROM WATER MAIN NOTE, 1. ALL FITTINGS TO MEET ELCO WATER DISTRICT SPECIFICATIONS 2. METER PIT 24'x48' CONE 12'x24' 3. TAP MAIN 1' SPECIFICATIONt 02713 ELCII WATER DISTRICT DETAILS TYPICAL HOME FIRE PROTECTION METERING SYSTEM AC DEV�, pE R Ep.cT LARrMFR Cfltl TY ,WA ER ,DI TRICT < 1987)_ �, r RB10/91 I—': i 1' -0' ( 4 4' -0' i i A20 i 4, y� 4'-0"xt'-O'XO'-6" d CONCRETE FOOTINGS j NOTEi i CLOSE ALL PIPE PENETRATIONS w/ GROUT. i. FROST -PROOF M.H. CON iPRE -CAST CONCR GRADE RINGS M.H. STEPS ° •s i AIR RELEASE AND VACUUM VALVE s, BRASS NIPPLE ;► i. GROUT s CONCRETE FOOTINGS w/ �. i2-J4 BARS i4' -0' I. D. PLAN LINE PRECAST CONCRETE M. H. SECTION 2' GALVANIZED STEEL PIPE AIR VENT LINE FLEXIBLE COUPLING Aj COMPACTED GRANULAR MATERIAL LOCATION 2" GALVANIZED AIR VENT LINE \ \ /,I" G.V. i SECTION A —A i- SPECIFICATION 02641 I/40 /4 MESH GROUT 3' -6' MIN. SCREEN /4x1/4 MESH SADDDDLE. FLANGE. OR BOSS FITTING —COMPACTED GRANULAR MATERIAL NOTESi I. VENT TO BE SURFACED AT FENCE LINE, IRRIGATION 5' DITCH OR AS ELSEWHERE SPECIFIED BY DISTRICT. E. IF COVER SITUATED WITHIN GRAVEL ROADWAY LEAVE COVER 4' BELOW SURFACE. l - ELCO WATER DISTRICT i •DETAIL, AIR RELIEF/VACUUM VALVE DRAWNo ilATL, WITH VAULT I RKB 8/91 i i CARRIER PIPE I CASING CHOCKS - 3 PER PIPE, SECTION W 6' CENTERS I PIPE rrNTERLINE SECTION ` FND SECTION f NOTE, CASING CHOCKS TO� BE POWERSEAL MODEL 4810 (STANDARD CONFIGURATION) OR EQUAL. I MANUFACTURER, POWERSEAL PIPELINE PRODUCTS CORP. P.O. BOX 2014 WICHITA FALLS, TX. 76307 (800) 433-0932 I SPECIFICATION; 02224 minim SEAL 6 STAINLESS STEEL BANDS IIN PIPE 4WK ASSEMBLY EEC❑ WATER DISTRICT .Kr r AYNW DA E DETAIU BURIED CASING DETAIL I2.K.b. 12/28/93 Eq. I INsuE EACH I- P [➢ I— s ELEVATION EXPANSION PIER N.T.S. ASPHALT IELT PR= f s IARS IS SAM e. 1 ,. VC f 1!NA � P =, SECTIIIN RRM11 GIROM AT EACH 00 TO BE PIEL$ SOLID TR ACCEPT ANCHM AM TO RESTRAIN Nf• CARRIER PIPE EITTRIR. NRAP CHIS GE CASING AND 4r IITnRtt WIT" PLASTIC TG PRGTECT I�ufa NINE RP. ELEVATIM SECTION ANCHOR PIER N.T.S. =RR.R s rwa . PLAN RRw Nw RrAA RMN IORAI . _ CE ARRIM wa RRwA tlMp PK NEAR �I�IRWR R1WiRll.� � YIIRI VYAr N=WTOI.� al SECTInN l N-t KT SPANNED CROSSING loscomAlam SPECIFICATION+ 02225 PIP` N.T.S. .. ...oUM �' '" "' ELCO WATER DISTRICT AAD�UAaEDGC36SI�TERHATNENT 1 Inl ANIMI =T11L I I I I I I I I I I I TRENCH BACKFILL I O.D. 4' MIN. /4 I.D. 4' CONCRETE ARCH TENCH BACKFILL PLAIN CONCRETE /4' WASHED ROCK COMPACTED f UNDISTURBED SOIL j SUBGRADE DO NOT USE I MECHANICAL EQUIPMENT i_ IN THIS ZONE L .CAREFULLY COMPACTED SELECT SOIL • ' ' PLAIN CON( • • ` \ UNDISTL T • . . /� ol _�- PIPE SUBGRADE CONCRETE CRADLE SPECIFICATION: 02221 L • l RET lREED SOIL L 1 1 REVISED: 5/6/94 EEC❑ WATER DISTRICT DRAWN DATE DETAIL �I /� �f� Q RFT)D T I�i� PFTA T 1 p 10/91-r A ��.. CONNELL RESOURCES, INC SCHEDULE OF MAJOR 2003 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME TYPE OF WORK AMOUNT JOB N COMPLETE LOCATION GRADING, UTILITIES, $614,020 2031001 1 % EAGLE CLIFFS PAVING FORT COLLINS PAVING $1,497,568 2031002 1% STATE HIGHWAY 60 GILCREST GRADING $68,105 2031003 100% HARVESTPARK FORT COLLINS GRADING, PAVING $97,990 2031004 0% GARDENS ON SPRING CREEK FORT COLLINS UTILITIES $93,300 2031005 0% MARIANA COVE LIFT STATION REHAB LOVELAND CONCRETE S49,401 2031006 0% CSU REPLACE SIDEWALKS FORT COLLINS PAVING $267,847 2031007 0% LARIMER CO ASPHALT MISC. PATCHING 2003 LAKIMERCOUNTY WATERLINE, PAVING $755,510 2031008 0% TIMBERLINE ROAD WATERLINE PH IA FORT COLLMS PAVING $1,800,150 2031009 0% FORT COLLINS 2003 ASPHALT OVERLAY FORT COLLINS GRADING, PAVING $55,645 2031010 0% MCKEE CANCER CENTER PARKING LOVELAND UTILITIES, GRADING S1,063,000 2031011 0% THUNDER MTN HARLEY DAVIDSON PAVING LOVELAND CRUSHING $137,169 2034001 100% 2003 SENECA CRUSHING HAYDEN CRUSHING $184,187 2034002 0% RIO BLANCO CRUSHING 2003 MEEKER UPDATED AS OF 3131103 OWNER CONTRACT TO CONTACT COMPLETE DRAHOTA CONSTRUCTION $ 607,880 JEFFIENSEN COOT $ 1,482,592 RYAN IDLER THE WRITER CORPORATION $ - GREGG SEEBOHM GOLDEN TRIANGLE $ 97,990 JEFF DINGWALL CITY OF LOVELAND $ 93,300 ROD HAMILTON COLORADO STATE UNIVERSITY S 49,401 JIM STODDARD LARIMERCOUNTY S 267,847 TODDIUERGENS FC-LOVELAND WATER DISTRICT17ST S 755,510 SHARSHADOWEN CITY OF FORT COLLINS S 1,800,150 RICK RICHTER ALLIANCE CONSTRUCTION $ 55,645 ALBERT HAMILL R.C. HEATH S 1,063,000 RANDY DEMARIO SENECA COAL COMPANY $ - GREG KITCHEN RIO BLANCO COUNTY S 194,187 RON LEEPER $ 6,457,502 NOT USE HANICAL EQUIPMENT 'HIS ZONE LIGHTLY COMPACTED SELECT SOIL F" WASHED ROCK COMPACTED INDISTURBED SOIL PIPE SUBGRADE SPECIFICATION: 02221 REVISED: 5/6/94 ELCE WATER DISTRICT )ETA I Lt ri occ r RFT)TI T Nir, T�F-TD T i niin I 1 n /Q1 % 1 SEE TRENCH WIDTH TABLE BELOW 2' MIN. 1 PIPE I\ \. i_ TRENCH WIDTH TABLE PVC PIPE DUCTILE IRON PIPE AC PIPE PIPE DIAMETER (Inches) MAXIMUM TRENCH WIDTH (Inches) PIPE DIAMETER (Inches) MAXIMUM TRENCH WIDTH (Inches) PIPE,. DIAMETER (Inches) MAXIMUM TRENCH WIDTH (Inches). 4 4 6 6 30 g 32 8 3 10 12 34 36 10 12 14 34 36 136 12 14 36 42 4 1 44 4 SPECIFICATION: 02221 i EEC❑ WATER DISTRICT D�gWµ DATE, DETAI4 TIFTQ T I OVn 1n/gr V-0" TRENCH WALL J ro� / v ro': ro� e'4 eqq � v. q"i b'4 ro sn as 9� SECTION A -A SPECIFICATI❑N: 02221 V-0. ENCASEMENT #4-12" o/c BW A rB' MIN. n I UNDISTURBED S01� ��\���� VARIES —SEE PROFILE A ELEVATION EECO WATER DISTRICT DETAILS CONCRETE ENCASED CROSSING (1) DRAM DATEe RKB 10/91 6' MIN. ( TYP) PIPE OD ( TYP) 6' MIN. (TYP) D D ••• D �► /D�• D •►p ..► • D p.•D D • D D . D ..• p•• D p D► D D D • D D� D P�.p P•. D ►�J'. •p D ••. D o ► D • D. D \R►.gyp p ••► . D p• D • D . D D ► D ► D C ••D p •►p D ••p D ••D p p D D CONCRETE ENCASEMENT UNDISTURBED SOIL 6x6 W4xW4 8' MIN. LAP. TIED EVERY 12' CONCRETE PIPE ENCASEMENT DETAIL SPECIFICATION: 02221 ELCO WATER DISTRICT AWM DATE, DETA IL ' NG �) KB 1Of91 CONCRETE ENCASED , CROSSIC R Water main Swivel tee Da 4 G A A Q 0 G& 0 ` �p o Q a 4 Va lve Anchor coupling Va l ve Concrete thrust block - See Typical Thrust Blocks Detail NOTE: IN -LINE VALVES D❑ NOT REQUIRE ANCHOR C❑UPLING RESTRAINT SPECIFICATI❑N: 02713 77 ELCO WATER DISTRICT DETAILt TYP T rAl TWPI ICT P -CTPA T NIT IDRAWN DATE, ocu o inn CASE A CASE B L CASE C BEARING AREAS FOR VARIOUS FITTINGS <FTa> SIZE TEE L PLUG 900 BEND 43• MDM 22 1/V DOM 11 1/4• BEND v a0 SO 30 La LO r 960 So La La 10. 10.0 14.0 Za ao a.0 tr 140 lie ILO SO 10 11' ISO O.a 14.5 7.5 4.0 16• m0 aD ISO I060 to Ir aLa 44.3 NO iba La ar mo oft ma 1a0 7.3 24v OLS 715 As mO ILO ar aaa Imo KO ue 17.0 ar na 0 17a. a sa 0 4e. a K a rr 1m o sa7. a u1a a m a as o SPECIFICATION; 02713 & 03300 CASE D IiRCN � 1 1 NOTE 11 ALL CONCRETE SHALL BE POURED AGAINST UNDISTURBED EARTH. 21 THRUST BLOCKS SHALL BE USED FOR ALL BENDS 2 it 1/4 • L ALL PLUGS. 31 ALL FITTINGS L PLUGS MUST BE VRAPED WITH POLYETHYLENE TO PREVENT CONCRETE„ FROM ADHERING TO THE BATS OR PIPE. 1 1 i ELCO WATER DISTRICT DETAIL] TYPICAL THRUST BLOCKS SAWNo RKB DATE, January 24, 2001 Pinecrest Development Company, LLC 4225 Westshore Way Fort Collins, Colorado 80525 Attn: Mr. Tom Dugan 1 Terracon 301 N. Hawes • P.O. Box 503 Fort Collins, Colorado 80521-0503 (970) 484.0359 Fax: (970) 484-0454 APPROVED By: P42__ Date: — ld'o3 ® City of Fort Collins Eneineering Department Re: Preliminary Pavement Thickness Evaluation Report Douglas Road form Hearthfire Way east to Larimer County Road 11 Proposed Widening/Improvements in Conjunction with Hearthfire Estates P.U.D. Fort Collins, Larimer County, Colorado Terracon Project No. 20015014 Terracon is pleased to submit this preliminary pavement thickness evaluation report for Douglas Road (Larimer County 54) from the entrance of Hearthfire Estates P.U.D. and continuing east to Larimer County Road (LCR) 11 in north Fort Collins, Colorado. Terracon has been requested to provide preliminary pavement design thicknesses for design and cost estimating purposes. Terracon has performed various subsurface explorations in the surrounding area, as well as previous pavement reports for Douglas Road to the west of this section, and is very familiar with the expected existing pavement and soil conditions to be encountered for the proposed widening and overlay portions of the roadway. We have been contracted to further explore this section of roadway with 9 additional test borings drilled to approximate depths of 10 to 15 feet below existing site grades. With available information presently on file for Douglas Road, we are proposing the enclosed preliminary pavement thickness evaluation based on an assumed R-Value of 7 for the on -site subgrade soils. After completing the geotechnical engineering exploration for LCR 54 from Hearthfire Way east to LCR 11. we will revise and confirm the enclosed information. Previous Site Explorations Pavement Design and Construction Terracon previously performed a geotechnical engineering analysis for a portion of Douglas Road from Colorado Highway 1 east to approximately 1/8-mile east of LCR 13 in December of 1998. During this pavement evaluation, Terracon's approach utilized ground penetrating radar (GPR) and falling weight deflectometer (FWD) non-destructive testing procedures. For further information and findings thereof, please refer to our "Pavement Evaluation Report' dated December 23, 1996. For the current pavement thickness evaluation, as discussed with Pinecrest Development Company on January 19, 2001, we intend on drilling test borings along the proposed widening alignment. In May of 2000, we provided a geotechnical engineering exploration for Douglas Road, LCR 54, from Highway 1 and continuing east to Hearthfire Way. This report provided information with regards to slope stability and pavement thickness evaluation. The primary purpose was to evaluate the existing and proposed embankment slopes designed for Douglas Road and provide additional retaining wall Arizona a Arkansas ■ Colorado ■ Georgia ■ Idaho ■ Illinois ■ iowa ■ Kansas a Kentucky ■Minnesota a Missouri ■ Montana Nebraska ■ Nevada a New rdexico ■ Oklahoma ■ Tennessee a Texas ■ Utah a 'Nisconsin ■ Momma Quality Engineering Since 1965 Preliminary Pavement Thickness Evaluation Report -- Douglas Road - Larimer County Road 54 Fort Collins, Colorado Terracon Project No. 20016014 _ Page 2 recommendations where necessary. For further information and findings thereof, please refer to our "Geotechnical Engineering Report" dated May 15, 2000, Project No. 20005090. r Pavement Design and Construction Design of pavements for the project have been based on the procedures outlined in the 1993 Guideline for Design of Pavement Structures by the American Association of State Highway and Transportation Officials _ (AASHTO) and Larimer County Urban Growth pavement'design criteria. 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. _ For flexible pavement design, the following data were used in accordance with Larimer County Urban Growth design criteria. _ 18-kip Traffic ESAL Initial Service- Terminalabilit}j Structural Street Category ESAL —10 Year % Reliability Serviceability Number SN for Value Design 20 years Lan'mer I CountyMajor Road 54 Collector 100 365,000 85 4.5 25 3.23 i Using an assumed R-value of 7, appropriate ESAL/day, environmental criteria and other factors, the above structural numbers (SN) of the pavement sections were determined on the basis of the 1993 AASHTO design equation. _ In addition to the flexible pavement design analyses, a rigid pavement design analysis was completed, based upon AASHTO 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 for the subgrade soil was determined by correlation to the laboratory tests results. A modulus of rupture of 600 psi (working stress 450 psi) was used for pavement concrete. The rigid pavement thicknesses for each traffic category were determined on the basis of the AASHTO design equation. Recommended alternatives for flexible and rigid pavements, summarized for each traffic area, are as follows: Preliminary Pavement Thickness Evaluation Report Douglas Road - Larimer County Road 54 Fort Collins, Colorado Terracon Project No. 20015014 Page 3 Recommended Pavement Thickness Asphalt Concrete Aggregate Plant Mix Portland Total Traffic Area Alter- native Surface Grading C Base Bituminous Base Cement pavement Thickness Course Grading G Concrete Required A 5.0 10.0 1 I 15.0 Douglas Road — .B 3.0 4.5 I 7.5 LCR 54 C 6.0 � 6.0 Overlay 4.0 I 4.0 'The use of full -depth asphalt requires the written approval of the City of Fort Collins — Engineering Department. Due to the cohesive nature the underlying subgrade soils, Terracon recommends the use of asphalt underlain by aggregate road base material to act as a capillary break should surface infiltrate beneath the pavement section. Each alternative should be investigated with respect to current material availability and economic conditions. 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 0698). Asphalt concrete should be composed of a mixture of aggregate, filler and additives, if required, and approved bituminous material. The 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 asphalt concrete should meet particular gradations. Material meeting Colorado Department of Transportation Grading C and G specification is recommended for asphalt concrete. 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 D1561). Where rigid pavements are used, the concrete should be obtained from an approved mix design with the following minimum properties: Modulus of Rupture @ 28 days.......................................................... 600 psi minimum Strength Requirements.............................:...................................................ASTM C94 Minimum Cement Content...................................................................6.5 sacks/cu. yd. Preliminary Pavement Thickness Evaluation Report Douglas Road - Larimer County Road 54 Fort Collins, Colorado Terracon Project No. 20015014 Page a • Cement Type......................................................................................... Type I Portland • Entrained Air Content......................................................................................... 4 to 8% • Concrete Aggregate................................................ASTM C33 and COOT Section 703 Aggregate Size .................................. :................................................. 1 inch maximum • Maximum Water Content................................................................ 0.49 lb/lb 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. 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 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. 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 letter are based upon the data obtained from the borings performed at the indicated locations and from other information discussed herein. This letter 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. TYPE OF WORK GRADING, PAVING GRADING GRADING GRADING, PAVING UTILITIES, REMOVALS GRADING, PAVING PATCHING UTILITIES, REMOVALS GRADING, PAVING GRADING UTILITIES, GRADING GRADING, PAVING GRADING, PAVING PAVING PAVING REMOVALS, PAVING, GRADING GRADING, PAVING GRADING, PAVING PAVING GRADING, PAVING PAVING UTILITIES, GRADING PAVING REMOVALS, SEWER GRADING, PAVING GRADING, PAVING UTILITIES, GRADING, PAVING GRADING REMOVALS, GRADING PAVING REMOVALS, PAVING REMOVALS CONNELL RESOURCES, INC. SCHEDULE OF MAJOR 2002 COMPLETED WORK & WORK-N-PROGRESS CONTRACT PERCENT JOB NAME AMOUNT JOB# COMPLETE LOCATION $112,965 2021001 100% HERON LAKE RV PARK FORT COLLINS $149,005 2021002 100% ROCKY MTN VILLAGE 5TH SUB LOVELAND $141,222 2021003 100% REGISTRY RIDGE 4TH FILING FORT COLLINS 534,905 2021004 100% BROOKSTONE APARTMENTS PH 2 LOVELAND $592,336 - 2021005 32% LARIMER COUNTY COURTHOUSE $12,420 2021006 $1,304,802 2021007 $5,028,811 2021008 $7,064,575 2021009 $94,333 2021010 $295,605 2021012 $1,359,700 2021015 $421,156 2021016 $893,475 2021017 554,721 2021018 $368,018 2021019 $1,330,774 2021020 $85,289 2021021 $38,166 2021022 $149,232 2021023 $116,663 2021024 $629,896 2021025 $66,406 2021026 $2,368,551 2021027 563,838 2021028 $176,030 2021029 $213,818 2021030 $124,639 2021031 100% 100% 59% 69 % 100% 100 100% 100% 100% 100% 62% 100% 100% 100% 99% 100% 100% 100% 80% 100% 100% 100% 100% GRADING, PAVING 5356,719 2021032 100% FORT COLLINS CSU MISC. STEAM REPAIRS FORT COLLINS BERTHOUD 2ND STREET BERTHOUD WATERFRONT FIRST SUBDIVISION LOVELAND LARIMER COUNTY FAIRGROUNDS LOVELAND INTERSTATE HONDA FORT COLLINS MEAD 2002 STREET IMPROVEMENTS MEAD PC 2002 ASPHALT OVERLAY FORT COLLINS LARIMER COUNTY ASPHALT 2002 LARIMER COUNTY SOUTH SHIELDS STREET IMPROVE FORT COLLINS McKEE PARKING EXPANSION LOVELAND FOSSIL CREEK COMMUNITY PARK FORT COLLINS LARIMER COUNTY 2002 RESURFACING LARIMER COUNTY COLLINDALE CLUBHOUSE FORT COLLINS ROLLAND MOORE PARK TENNIS COURTS FORT COLLINS PC GOOD SAMARITAN VILLAGE FORT COLLINS LOPEZ ELEMENTARY PARKING LOT FORT COLLINS FOSSIL CREEK PARKWAY FORT COLLINS SEASER'S SITE DEVELOPMENT FORT COLLINS SERENITY RIDGE @ WILSON HOMESTEAD BERTHOUD DRY GULCH VILLAGE SUBDIVISION ESTES PARK FERNDALE SUBDIVISION FORT COLLINS CSU 2002 DETERIORATED ROADS FORT COLLINS AGILENT TECH MOD REMOVAL FORT COLLINS LINMAR ACRES SUBDIVISION UPDATED AS OF 3131103 OWNER CONTRACT TO CONTACT COMPLETE MJR COMPANY, LLC $ - MIRIAM J. FLOOD GENESEE COMMUNITIES $ - RONSKARKA U.S. HOME $ - GREGGSEEBOHM DRAHOTA CONSTRUCTION S MILEBACKLAND HENSEL PHELPS CONSTRUCTION $ 402,788 JEFF SCHULTZ GRACONCORPORATION S GERRY GRANAHAN TOWN OF BERTHOUD $ - /.L. WALTER CONSULTING GENESEE COMPANY/WATERFRONT $ 2,061,813 RON SKARKA THE NEENAN COMPANY $ 2,190,018 BOB MESERVE R.C. HEATH CONSTRUCTION $ - RANDY GATES TOWN OF MEAD/JR ENGNEERNG S - KYLEAREND CITY OF FORT COLLINS S RICK RICHTER LARIMER COUNTY $ - TODDJUERGENS CITY OF FORT COLLINS E - EILEEN BAYENS ALLIANCE CONSTRUCTION $ - ALBERT HAMILL CLARK CONSTRUCTION E 139,847 MIKE SIMMS LARIMER COUNTY $ - TODDIUERGENS DRAHOTA CONSTRUCTION S - JEFFJENSON EVERGREEN TENNIS $ GEORGE STAHLN R.C. HEATH CONSTRUCTION $ 1,492 DAN WERNER POUDRE SCHOOL DISTRIT R-1 $ - JERRY GARRETSON CITY OF FORT COLLINS $ - JOHN STEPHEN DOHN CONSTRUCTION E - DAVID STOLTE AU LAND DEVELOPMENT, LLC $ 473,710 BILL ALBRECHT KEARNEY & SONS EXCAVATING S - MIKE KEARNEY LARIMERCOUNTY $ TODD IUERGENS COLORADO STATE UNIVERSITY S - JIM STODDARD R.C. HEATH CONSTRUCTION S - STEVEORECCHIO LARIMER COUNTY S Preliminary Pavement Thickness Evaluation Report Douglas Road - Larimer County Road 54 Fort Collins, Colorado Terracon Project No. 20015014 Page 5 We appreciate being of service to you in the pavement thickness evaluation phase of this project, and are prepared to assist you during the final geotechnical engineering and construction phases as well. If you have any questions concerning this report or any of our testing, inspection, design and consulting services please do not hesitate to contact us. Sincerely, TERRACON Prepare by: David A. Richer, P.E. Geotechnical Engineer Enclosure (1): AASHTO Pavement Design Data Copies to: Addressee (3) 1rerraco n CLIENT: Pinecrest Development Company, LLC PROJECT: Douglas Road LCR 54 Widening/Improvements PROJECT NO. 20015014 DATE: 1/24/01 LOCATIONHearthfire Way east to Larimer County Road 11 AASHTO 1993 PAVEMENT DESIGN - DQUQI.AS ROAD OR 44 RIGID PAVEMENT ANALYSIS FLEXIBLE PAVEMENT ANALYSIS (1) DESIGN E 18'S 100 365,000 (1) DESIGN E 18-S 365,000 (2) RELIABILITY 85% (2) RELIABILITY 85% (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) 7 (7) MODULUS OF SUBGRADE REACTION 100 (5) SOIL RESILIENT MODULUS 4,885 (8) DRAINAGE COEFFICIENT 1.0 (9) INITIAL SERVICEABILITY 4.5 (6) INITIAL SERVICEABILITY 4.5 (10) TERMINAL SERVICEABILITY 2.5 (7) TERMINAL SERVICEABILITY 2.5 CALCULATED RIGID PAVEMENT THICKNESS, (IN) 5.44 CALCULATED STRUCTURAL NUMBER: 3.23 AYER NUMBER PAVEMENT THICKNESS PAVEMENT THICKNESS, PAVEMENT TYPE SECTION CALCULATED STRUCTURAL NO. DRAINAGE COEFFICIENT REQUIRED Sx COEFFICIENT (INCHES) - Sw UPPER 0.44 5.0 ASPHALT SURFACE 1 2.20 2 0.11 10.0 AGGREGATE BASE 1 1.10 TOTAL 15.0 TOTAL 3.30 3.23 UPPER 0.44 3.0 ASPHALT SURFACE 1 1.32 2 0.44 4.5 PLANT MIX BASE 1 1.98 TOTAL 7.5 TOTAL 3.30 3.23 OVERLAY 0.44 4.0 OVERLAY ASPHALT SURFACE 1 1.76 2 0.24 4.0 (1) EXISTING ASPHALT SURFACE 1 0.96 3 0.10 6.0 (1) EXISTING AGGREGATE BASE 1 0.60 TOTAL 14.0 TOTAL 3.32 3.23 remark: (1) Existing asphalt and aggregate base course thicknesses are based on site explorations perforjmed on Douglas Road for previously related projects. TYPE OF WORK REMOVALS GRADING, PAVING GRADING, PAVING UTILITES, GRADING PAVING GRADING, PAVING GRADING, PAVING STORM, REMOVALS, GRADING, PAVING GRADING, PAVING PAVING WATERLINE PAVING UTILITIES, GRADING PAVING UTTUTIES, GRADING PAVING SEWER, WATERLINE GRADING STORM, REMOVALS PAVING SEWER, STORM, GRADING, PAVING CRUSHING REMOVALS, PAVING UTILITIES, GRADING PAVING PAVING PAVING PAVING GRADING, PAVING IRRIGATION, PAVING REMOVALS PAVING SEALCOATING GRADING, PAVING PAVING PAVING GRADING, PAVING CONTRACT PERCENT AMOUNT JOB# COMPLETE $134,621 2021033 100% $725,329 2021034 100% $545,027 2021035 99% $36,794 2021036 $283,509 2021037 $1,489,716 2021038 $397,118 2021039 $246,662 2021040 $40,808 2021041 $66,723 2021042 $749,197 2021043 $750,776 2021044 $30,548 2021045 $85,507 2021046 $89,306 2021048 $914,088 2024001 $241,158 2024002 $80,847 2024003 $225,404 2024004 $97,993 2024006 $202,090 2024011 $155,184 2024013 $113,416 2024015 $215,328 2024016 $528,258 2024017 S249,361 2024019 $85,953 2024025 $170.842 2024030 $89,103 2024037 S58,400 2024048 100% 98 % 69 % 70% 33% 100% 100% 83% 69% 100% 100% 100% 100% 100% 100% 61% 100% 100% 100% 100 100% 100% 85% 100% 100% 100% 57% JOB NAME LOCATION FORT COLLINS EAST LAKE SUBDIVISION LOVELAND HIGHLAND MEADOWS 4TH PH I LOVELAND TIMBERS PUD FORT COLLINS RIGDEN FARM 2ND FILING FORT COLLINS CLYDESDALE PARK 2ND FILING FORT COLLINS RECONSTRUCTION OF CR 64 WELLINGTON FAITH EVANGELICAL FREE CHURCH FORT COLLINS 2002 MISC PATCHING FORT COLLINS TIMBERLINE ROAD PRV FORTCOLLINS VENTANA WINDSOR YANCY'S FOOD SERVICE LOVELAND TIMBERS PUD PHASE II FORT COLLINS KING MOTORS LOVELAND REGISTRY RIDGE 4TH FILING FORT COLLINS HWY 36 PRECAST BOX LYONS LYONS YAMPA VALLEY REGIONAL AIRPORT HAYDEN RIO BLANCO CRUSHING MEEKER HOLIDAY INN STEAMBOAT SPRINGS WEST END VILLAGE STEAMBOAT SPRINGS MULTI MODAL PHASE STEAMBOAT SPRINGS STEAMBOAT 2002 OVERLAY STEAMBOAT SPRINGS 2002 CITY OF CRAIG OVERLAY CRAIG SUNDANCE PLAZA PARKING LOT STEAMBOAT SPRINGS STEAMBOAT HEALTH & RECREATION STEAMBOAT SPRINGS ROUTT COUNTY PAVING 2002 ROUTTCOUNTY BIG VALLEY CHIP SEAL STEAMBOAT SPRINGS FOX / SNOW BOWL PLAZA STEAMBOAT SPRINGS SILVER SPUR, FILING 2 STEAMBOAT SPRINGS CMAQ PAVING 2002 STEAMBOAT SPRINGS YAMPA VALLEY MEDICAL CENTER STEAMBOAT SPRINGS OWNER CONTACT TODDJUERGENS EAST LAKE HOA/MARIANA PARK $ GARY QUAKENBUSH HIGHLAND PATIOS, LLC $ ANDY KRILL TIMBERS LLC $ BYRON COLLINS ADVOCATE CONSTRUCTION $ CARL GLASER CLYDESDALE PARK LLC $ JAMES VICK LARIMER COUNTY $ TODDJUERGENS PiNKARD CONSTRUCTION $ ANDREW LAVAUX CITY OF FORT COLLINS $ TRACY DYER FC-LOVELAND WATER DISTRICT $ NATE GILL VENTANA DEVELOPMENT $ ANDY KRILL R.C. HEATH CONSTRUCTION $ CHRIS CLAFLIN TIMBERS LLC $ BYRON COLLINS MACRUM BUILDING SYSTEMS S ED DOLAN USHOME $ GREGG SEEBOHM COOT g DENNIS ALLEN ROUTTCOUNTY $ BOBJONES RIO BLANCO COUNTY $ RON LEEPER HOLIDAY INN OF STEAMBOAT $ WALLY GEISE CONNELL, LLC $ TONY CONNELL DUCKELS CONSTRUCTION $ CHARLIE MAGNUSON CITY OF STEAMBOAT SPRINGS $ DOUG MARSH CITY OF CRAIG $ BILL EARLY ASPEN GLOW VENTURES, LLC $ JAMES LARSON SB HEALTH & RECREATION $ PAT CARNEY ROUTT COUNTY $ TAMMIE JAKINO BIG VALLEY HOMEOWNERS ASSOC $ JIM HECK13ERT FOX CONSTRUCTION $ TOM FOX DUCKELS $ JOE BACKURZ CITY OF STEAMBOAT SPRINGS f JOE ZIMMERMAN YAMPA VALLEY MEDICAL CENTER $ MIKE SWINSICK CONTRACT TO COMPLETE 5,450 5,670 461,812 119,135 165,264 127,363 108,741 87,908 37,404 25,112 CONTRACT PERCENT TYPE OF WORK AMOUNT JOB COMPLETE GRADING, PAVING $57,995 2024051 100% PAVING $4,233,390 2024052 3% PAVING $50,454 2024053 8% JOB NAME OWNER CONTRACT TO LOCATION CONTACT COMPLETE GREASEMONKEY BOB RUNDLE $ - STEAMBOAT SPRINGS YVRA RUNWAY IMPROVEMENTS ROUTT COUNTY $ 4,106,388 HAYDEN BOBIONES SIDNEY PEAKS RANCH SIDNEY PEAKS RANCH $ 46,418 STEAMBOAT SPRINGS MARK MUHA $ 10,566,334 CONNELL RESOURCES, INC. SCHEDULE OF MAJOR 2001 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME TYPE OF WORK AMOUNT JOB M COMPLETE LOCATION REMOVALS $38,100 2011001 100% RM AVENUE CONCRETE REMOVAL LOVELAND REMOVALS, UTILITIES $308,707 2011 D03 100% SPORTSMAN/ McWHINNEY IMPROVE STORM, PAVING, GRADING LOVELAND UTILITIES, STORM $1,092,001 2011004 100% RIGDEN PONDS/TIMBERLINE ROAD GRADING, PAVING FORT COLLINS UTILITIES, STORM $1,553,544 2011005 100% HOME DEPOT/ SITE IMPROVEMENTS GARDING, PAVING LOVELAND GRADING, PAVING $76,368 2011006 100% MARTIN & PALMER AVE IMPROVE MEAD PAVING $51 416 2011008 100% BEST BUY PARKING FORT COLLINS GRADING, PAVING $49,497 2011009 100% 67TH STREET ACQUISITION LOVELAND REMOVALS, PAVING $216,711 2011010 100% CSU 2001 ASPHALT OVERLAY FORT COLLINS GRADING, PAVING $103,576 2011011 100% CSU ROCKWELL HALL PARKING LOT FORT COLLINS GRADING $83,585 2011012 100% RIST-BENSON RESERVOIR LOVELAND BORROW $98,216 2011013 100% CLYDESDALE LINER SUPPLY FORT COLLINS REMOVALS, GRADING $7,405,415 2011015 99% WESTCHASEP.U.D. STORM, UTILITIES, PAVING FORT COLLINS STORM $29,637 2011018 100% PTARMIGAN STORM WINDSOR UTILITIES, STORM $48,910 2011019 100% NORTHERN HOTEL UTILITIES FORT COLLINS PAVING $311,560 2011020 1000% LARIMER COUNTY ASPHALT 2001 LARIMER COUNTY GRADING, PAVING $46.903 2011021 I00% AGILENT LANDSCAPE PHASE 1 FORT COLLINS PAVING $84,793 2011022 100% FORT COLLINS MISC. PATCHING 2001 FORT COLLINS PAVING 51,340,732 2011023 100% FORT COLLINS 2001 ASPHALT OVERLAY FORT COLLINS GRADING, PAVING $117,789 2011026 100% 2002 PROTOTYPE ELEMENTARY SCHOOL FORT COLLINS STORM, GRADING E242,081 2011027 100% CSU VTH ROAD PAVING FORT COLLINS UTILITIES, STORM $129,467 2011028 100% LARKS NEST P.U.D. GRADING, PAVING FORT COLLINS GRADING, PAVING $30,626 2011029 100% POUDRE HEATH SERVICES FORT COLLINS GRADING, PAVING $49,140 2011031 100% WILLOWROCK DRIVE LOVELAND UTILITIES, STORM $911,411 2011033 100% AMERICAN EAGLE DISTRIBUTING GRADING LOVELAND PAVING, STORM, GRADE $3,421,174 2011034 75% SEVEN LAKES NORTH STH SUB UTILITIES, REMOVALS LOVELAND GRADING, PAVING $102,675 2011035 100% PRESTON CENTER FORT COLLINS PAVING $60,788 2011036 100% REGISTRY RIDGE FILING FORT COLLINS STORM, REMOVALS, $347,302 2011037 100% LARIMER COUNTY ROAD 17 GRADING, PAVING LARIMER COUNTY UPDATED AS OF 3131103 OWNER CONTRACT TO CONTACT COMPLETE McWHINNEY ENTERPRISES $ - TROY McWHINNEY McWHINNEY ENTERPRISES S - DWAYNE WALKER WHEELER CONSTRUCTION $ KEN SNEE COLORADO STRUCTURES $ ED SMITH TOWN OF MEAD $ JUDY HEGWOOD CONLON CONSTRUCTION $ GORDON CHAPMAN R.C. HEATH CONSTRUCTION $ RICK ELAM COLORADO STATE UNIVERSITY $ JIM STODDARD COLORADO STATE UNIVERSITY $ CASS BEITLER LOUDEN IRRIGATING CANAL $ STEVE DIEKMAN CLYDESDALE PARK, LLC E CHAD WALKER U.S. HOME $ GREGG SEEBOHM WINDSOR INVESTMENTS, LLC $ TOM MUTH ALLIANCE CONSTRUCTION $ BO BROWN LARIMER COUNTY E TODD JUERGENS R.C. HEATH CONSTRUCTION E STEVE ORECCHIO CITY OF FORT COLLINS $ ERIKA KEETON CITY OF FORT COLLINS f RICK RICHTER FCICONSTRUCTORS $ ROB LAWRENCE COLORADO STATE UNIVERSITY E JIM STODDARD DOHN CONSTRUCTION S SCOTTFABIAN R.C. HEATH T TERRY BEEN WOOLAROC HOMEOWNERS E JOE DEWEESE DOHN CONSTRUCTION $ BRETT BROWN TWIN LAKES DEVELOPMENT S SCOTTBRAY THE NEENAN COMPANY S RON NEW U.S. HOME E GREGO SEEBOHM LARIMER COUNTY E TODD JUERGENS 74,054 855,294 CONTRACT PERCENT JOB NAME OWNER CONTRACT TO TYPE OF WORK AMOUNT JOB# COMPLETE LOCATION CONTACT COMPLETE GRADING, PAVING $223,229 2011039 100% BOYD LAKE NORTH IST ADDITION LAKEVIEW DEVELOPMENT S - LOVELAND ROY REITZ REMOVALS, GRADING $35,920 2011040 100% BUILDING 4 PATCHING & OVERLAY AGILENT TECHNOLOGIES S - PAVING FORT COLLINS STEVE WALLY GRADING, PAVING $88,349 2011041 100% MCKEE MEDICAL CENTER ALLIANCE CONSTRUCTION $ LOVELAND ALBERT HAMMEL UTILITIES, STORM 5790,837 2011042 100% CROSSROADS BUSINESS PARK DOHN CONSTRUCTION $ GRADING, PAVING LOVELAND BRETT BROWN REMOVALS, PAVING $33,763 2011043 100% HIGHWAY 14 PED/BIKE PATCH MOUNTAIN CONSTRUCTORS S - FORT COLLINS PAM DUNCAN GRADING, PAVING 539,072 2011044 100% JOFINSON FARM PAVING WHEELER CONSTRUCTION $ FORT COLLINS KEN SNEE GRADINQ PAVING $44,543 2011045 100% RIGDEN FARMS 2ND FILING ADVOCATE, INC. $ FORT COLLINS CARL GLASSER GRADING, PAVING 5550,501 2011046 100% REGISTRY RIDGE 3RD FILING U.S. HOME $ - FORT COLLINS GREGG SEEBOHM UTILITIES $61,131 2014001 100% WHISTLER ROAD LIGHTING CITY OF STEAMBOAT SPRINGS $ STEAMBOAT SPRINGS RICHARD BUCCINO REMOVALS, GRADING $1,300,269 2014002 100% YAMPA VALLEY REGIONAL AIRPORT ROUTT COUNTY $ - PAVING HAYDEN LOU GABOS PAVING $321,195 2014004 100% CITY OF STEAMBOAT OVERLAY CITY OF STEAMBOAT SPRINGS $ - STEAMBOAT SPRINGS DOUG MARSH PAVING $215,889 2014009 100% 2001 CITY OF CRAIG OVERLAY CITYOFCRAIG $ - CRAIG BILL EARLY GRADING, PAVING $132,912 2014010 100% 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 S - HAYDEN PAVING $139,913 2014016 100% ROUTT COUNTY OVERLAY 2001 ROUTTCOUNTY S - ROUTTCOUNTY LOU GABOS PAVING $80,098 2014020 100% DIXON AIRPORT CARBON COUNTY S - DIXON, WY GRADING, PAVING $72,655 2014021 100% HAYDEN SCHOOL LOTS HAYDEN PUBLIC SCHOOLS S - HAYDEN JOESCUFCA GRADING 5328,342 2014022 100% COLOWYO BOWER BROTHERS CONSTRUCTION S - MEEKER BUD BOWER PAVING $147,355 2014023 100% SOROCO SCHOOLS SOUTH ROUTT 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 $ 929,348 CONNELL RESOURCES, INC. SCHEDULE OF MAJOR 2000 COMPLETED WORK & WORK -IN -PROGRESS CONTRACT PERCENT JOB NAME TYPE OF WORK AMOUNT JOB q COMPLETE LOCATION GRADING $40,435 2001001 100% PDQ LOVELAND GRADING $153,018 2001002 100% WATER FORD PLACE LOVELAND UTILITIES, STORM $764,183 2001003 100% THOMPSON VALLEY 2ND SUB GRADING, PAVING LOVELAND UTILITIES, STORM $349,558 2001004 100% MARIANA BUTTE 12TH SUB GRADING, PAVING LOVELAND GRADING, UTILITIES $351,577 2001005 100% PIKA VILLAGE PAVING LOVELAND UTILITIES, STORM $546,856 2001006 100% OAKRIDGE BUSINESS PARK GRADING, PAVING FORT COLLINS UTILITY $63,177 2001007 100% PRV VAULTS LARIMER COUNTY GRADING, PAVING $40,661 2001008 100% EVERGREEN PARK 2ND FILING FORTCOLLINS PAVING $398,314 2001009 100% LARIMER COUNTY ASPHALT LARIMER COUNTY GRADING $128,582 2001010 100% LONGMONT BUSINESS CENTER LONGMONT GRADING, PAVING $610,730 2001011 100% CARLSON FARMS JOHNSTOWN GRADING, PAVING $51,493 2001012 100% WINDSOR MEDICAL BUILDING WINDSOR UTILITIES, STORM $1,376,377 2001013 100% PTARMIGAN BUSINESS PARK GRADING, PAVING WINDSOR PAVING $79,380 2001015 100% 48"WATERLINE /HWY 34 LOVELAND WATERLINE, STORM $1,172,775 2001017 100% VENTANA SUBDIVISION GRADING, PAVING WINDSOR PAVING 51,020,328 2001018 100% HWY 66 WIDENING LONGMONT CRUSHING $151,292 2001019 100% MOUNTAIN AGGREGATES CRUSHING EMPIRE GRADING, PAVING $87,909 2001020 Iw/. LCDC SHERIFF ADMINISTRATION FORT COLLINS GRADING, PAVING $74,614 2001021 100% THE RESERVE PHASE If ESTES PARK PAVING $26,512 2001022 100% WILLOW SPRINGS TENNIS COURTS FORTCOLLINS GRADING $66,028 2001023 100% ENGLE HOMES LOVELAND UTILITIES, REMOVALS $2,910,259 2001024 100% ROCKY MOUNTAIN VILLAGE IST SUB GRADING, PAVING, STORM LOVELAND UTILITIES, STORM $811,685 2001027 100% REGISTRY RIDGE FILING 1 PHASE 2 GRADING, PAVING FORT COLLINS PAVING 590,574 2001028 100"/. ROGERS ROAD EXTENSION LONGMONT GRADING, PAVING 5247,053 2001029 100% BUCKHORN GLADE MASONVILLE PAVING $1,444.650 2001030 100% 2000 FORT COLLINS REHAB FORT COLLINS GRADING, PAVING $42,551 2001031 100% HARMONY VILLAGE LOTS 5 & 7 FORT COLLINS UTILITIES, STORM $520,363 2001032 1000/0 MARIANA BUTTE IOTH GRADING, PAVING LOVELAND UPDATED AS OF 3131103 OWNER - CONTRACT TO CONTACT COMPLETE TAFT CARLISLE, LLC $ DON MAROSTICA TMC WATERFORD PLACE, LLC $ DON MAROSTICA TAFT CARLISLE, LLC S - DON MAROSTICA U.S. HOME $ JERRY RICHMOND MRP, LLC E DON MAROSTICA DRAHOTA CONSTRUCTION $ JEFFIENSEN FC / LOVELAND WATER DISTRICT $ NATE SHEPARDSON HOMES $ GREGG SEEBOHM LARIMER COUNTY $ TODD JUERGENS KB FUND IV E ROGER STERLING ADVOCATE HOMES $ GRAHAM DEWITT THE NEENAN COMPANY $ MELINDA EBLIN WINDSOR INVESTMENTS, LLC $ - TOM MUTH TIERDAEL CONSTRUCTION q - BILL WILLIAMS VENTANA DEVELOPMENT, LLC $ ANDY KRILL CITY OF LONGMONT S - TOM THOMPSON MOUNTAIN AGGREGATES S - LEROY MARQUEZ THE NEENAN COMPANY $ STEVE BURNS SUMMIT LAND MANAGEMENT $ - ANDY KRILL EVERGREEN TENNIS COURTS $ GEORGE STAHLIN ENGLE HOMES $ JEFF VOGEL MCWHINNEY ENTERPRISES $ - DWAYNE WALKER U.S. HOME CORPORATION $ GREGG SEEBOHM LAWRENCE CONSTRUCTION S - STEVEFOSTER HIGH MOUNTAIN LTD. $ - JOHN MCKEAN CITY OF FORT COLLINS S - RICK RICHTER ALLIANCE COSNTRUCTION $ JOEL HARDY PRAIRIE LAND, INC. S - BRUCE MCDANIEL TYPE OF WORK UTILITIES PAVING GRADING, PAVING UTILITIES, STORM GRADING, PAVING REMOVALS, GRADING PAVING WATERLINE PAVING PAVING GRADING, PAVING PAVING PAVING PAVING GRADING, PAVING UTILITIES GRADING, PAVING GRADING PAVING UTILITIES, STORM GRADING, PAVING PAVING GRADING, PAVING REMOVALS, PAVING REMOVALS WATERLINE, REMOVALS GRADING, PAVING PAVING GRADING, PAVING GRADING UTILITIES, STORM GRADING, PAVING STORM, GRADING PAVING PAVING WATERLINE CONTRACT PERCENT AMOUNT JOB# COMPLETE $45,907 2001033 100% $29,947 2001034 100% $42,583 2001035 100% $622,428 2001036 100% $134,556 2001037 $261,037 2001038 $26,332 2001039 $28,230 2001040 $66,187 2001041 $121,354 2001043 $179,613 2001044 $34,151 2001045 $95,293 2001046 5463,982 2001048 $41,665 2001049 $41,104 2001050 $67,421 2001051 $377,159 2001052 $46,175 2001054 $128,176 2001055 $147,746 2001056 $29,482 2001057 $1,164,779 2001058 $87,500 2001060 $27,106 2001061 $4454,724 2001062 $480,738 2001064 $904,800 2001065 $585,307 2001067 $289,007 2001068 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 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"T' 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 FORT COLLINS ROLLING HILLS RANCH I TACO BELL JOHNSTOWN FORT COLLINS MISC. PATCHING FORT COLLINS THOMPSON VALLEY APARTMENTS. LOVELAND SHANNON APARTMENTS LOVELAND AGILENT BUILDING E PARKING LOT LOVELAND GARDNERSIGNS FORT COLLINS STERLING 2000 REHAB STERLING TAFT HILL WIDENING FORT COLLINS KOHL'S DEPARTMENT STORE FORT COLLINS HIGHLINE MOTORS OFFICEISHOP FORT COLLINS WALMART @ MULBERRY & LEMAY FORT COLLINS WATER VALLEY 6TH SUBDIVISION WINDSOR HP BUILDING 5 PARKING FORT COLLINS CSU EQUINE CENTER PARKING FORT COLLINS MADELINE COURT WATERLINE LOVELAND OWNER CONTRACT TO CONTACT COMPLETE ERIC BOOTON $ - MBI CORPORATION $ ED RHOADARMER VALLEY CREST HOMES $ TOM CROW U.S. HOME $ JERRY RICHMOND COLORADO STATE UNIVERSITY S STEVE KEISS GLACIERVIEW MEADOWS WATER $ RALPH GOBLE STONEHENGE COMMUNITY ASSOC S BOB ADDLEMAN G.L. HOFF COMPANY $ JOEL DRAHOTA CONSTRUCTION E JEFFIENSEN LINDENWOOD HOMEOWNERS $ PETE COT -TIER COLORADO STATE UNIVERSITY $ JIM STO➢DARD NORLARCO CREDIT UNION $ ED STOFKO ABSOLUTEBUILDERS $ RICK BROWNING GATEWAY AMERICAN PROPERTIES $ MARK HOLLENBECK THE NEENAN COMPANY S BOB MESSERVE GILLAM DEVELOPMENT $ BRUCE GILLAM CITY OF FORT COLLINS $ M. TIMM DEVELOPMENT S LARRY MCGEE DONALDSHANNON S AGILENT TECHNOLOGIES $ ED VITTO R.C. HEATH CONSTRUCTION $ KELLY McATEE PAVING $ RON WEINGARDT CITY OF FORT COLLINS $ EILEEN BAYENS MURRAY & STAFFORD $ JOEL SCOTT ME I CORPORATION $ EDRHOADARMER GOLDBERG PROPERTY ASSOCIATES $ BEN DRAKE WEST GOLD HOLDINGS $ KEITH WORLEY HEWLETT PACKARD $ CHUCK KATTS COLORADO STATE UNIVERSITY $ JAMES STODDARD CITY OF LOVELAND $ ED RUSSELL JULY 8, 2003 CITY OF FORT COLLINS PLANHOLDERS LIST FOR BID #5799 NORTHEAST AREA OVERLAY PROJECT CONNELL RESOURCES 4305 E. HARMONY RD. FT. COLLINS, co 80528 PH 970-223-3151 FAX 970-223-3191 QUALITY TRAFFIC CONTROL 216 RACQUETTE DR., #5 FT. COLLINS, CO 80524 PH 970-493-0865 FAX 970-493-0865 DURAN EXCAVATING 418 NORTH 9T" AVE. GREELEY, CO 80631 PH 970-351-0192 FAX 303-659-3243 TARCO INC. 1401 RIVERSIDE AVE., STE 3 FT. COLLINS, CO 80525 PH 970-493-9006 FAX 970-493-9022 CARNES SERVICE P O BOX 1258 WELLINGTON, CO 80549 PH 970-568-3632 FAX 970-568-3165 LAFARGE 1800 N. TAFT HILL RD. FT. COLLINS, CO 80521 PH 970-407-3659 FAX 970-407-3900 GERRARD EXCAVATING 1739 S. COUNTY RD. 13C LOVELAND, CO 80537 PH 970-669-1463 FAX 970-669-1964 ALL ABOUT SAFETY 12607 WELD COUNTY RD 76 EATON, CO 80615 PH 970-686-6644 FAX 970-686-6059 UNITED RENTALS 2456 E 9T" ST. LOVELAND, CO 80537 PH 970-667-3620 FAX 970-667-3930 G. L. HOFF CONSTRUCTION P O BOX 7448 LOVELAND, CO 80537 PH 970-669-3255 FAX 970-663-1566 TRAFFIC MASTERS 1304 DUFF DR. #14 FT. COLLINS, CO 80524 PH 970-221-3440 FAX 970-221-3480 TYPE OF WORK GRADING SEWER, STORM REMOVALS REMOVALS PAVING GRADING, PAVING UTILITIES, GRADING PAVING GRADING, PAVING REMOVALS, GRADING UTILITIES, GRADING PAVING REMOVALS, GRADING PAVING REMOVALS, WATERLINE STORM, GRADING, PAVING STORM,GRADING PAVING REMOVALS, SEWER GRADING, PAVING WATERLINE UTILITIES, STORM GRADING PAVING UTILITIES, GRADING PAVING PAVING GRADING, PAVING UTILITIES GRADING, PAVING UTILITIES PAVING PAVING GRADING, PAVING PAVING UTILITIES, PAVING GRADING, STORM PAVING PAVING, UTILITIES REMOVALS, GRADING PAVING PAVING GRADING, PAVING CONTRACT PERCENT AMOUNT JOB # COMPLETE $36,300 2001069 100% $48,093 2001070 100% $26,780 2001071 100% $28,612 2001072 100% $217,913 2001073 100% $834,691 2001074 100% $147,440 2001075 100% $902,403 2001076 100% $619,088 2001077 100% $340,977 2001078 100% $1,823,001 2001079 100% $2,042,801 2001080 100% $373,585 2001081 100% $301,237 2001082 100% $6,253,272 2001083 98% E108,465 2004001 100% E2,457,864 2004002 100% $145,187 2004003 100% $241, 119 2004004 100% $791,887 2004005 10(N. $104,012 2004006 100% S65,434 2004008 100% $277,513 2004011 100% $209,440 2004012 100% $161,770 2004015 100% $90,090 2004017 100% $2,008,520 2004020 100% $93,924 2004023 100% $67,497 2004025 100% JOB NAME LOCATION SCION PROJECT FORT COLLINS KENTUCKY FRIED CHICKEN LOVELAND ZIEL FARM DEMOLITION WINDSOR LOVELAND McDONALDS LOVELAND HP GENESIS IV LOOP ROAD FORT COLLINS CONAGRA GREELEY ROLLING HILLS RANCH PH 8 JOHNSTOWN THE HOME DEPOT ® LOVELAND LOVELAND THE RESERVE 4TH LOVELAND SPORTSMANS WAREHOUSE LOVELAND WEST FIRST STREET IMPROVEMENTS LOVELAND ROSSUM DRIVE IMPROVEMENTS LOVELAND WEST FIRST STREET BRIDGE IMPROVE LOVELAND SOUTH SHIELDS WATERLINE IMPROVE FORT COLLINS HUNTERS RUN LOVELAND MID -VALLEY BUSINESS PARK STEAMBOAT SPRINGS RABBIT EARS PASS OVERLAY ROUTT COUNTY WAGNER RENTS STEAMBOAT SPRINGS SCHROCK-HELM OFFICE COMPLEX STEAMBOAT SPRINGS STEAMBOAT SPRINGS AIRPORT IMPR STEAMBOAT SPRINGS DIAMOND CREEK STEAMBOAT SPRINGS KUM & GO #928 STEAMBOAT SPRINGS 2000 CITY OF STEAMBOAT OVERLAY STEAMBOAT SPRINGS WESCOIN BUSINESS CENTER STEAMBOAT SPRINGS SILVER SPUR SUBDIVISION STEAMBOAT SPRINGS U.S. WEST CONDUIT RABBIT EARS STEAMBOAT SPRINGS RECONSTRUCT RCR 27 PH 2 ROUTTCOUNTY HAYDEN 2000 PAVING HAYDEN STORM MEADOWS I, 300,400 STEAMBOAT SPRINGS OWNER CONTACT DELTA CONSTRUCTION $ GREG ORR McWHINNEY ENTERPRISES $ JENNIFER JOHNSON VECTOR PROPERTIES $ ANDY KRILL CHRISTOFFERSON COMMERCIAL $ LISA SUNDERLAND M.A. MORTENSON $ DANNY SOWELL THE NEENAN COMPANY $ STEVE BURNS GILLAM DEVELOPMENT $ BRUCE GILLAM COLORADO STRUCTURES $ ED SMITH CEDAR VALLEY, LTD. S KEN MOREY ECKMAN & MITCHELL CONSTRUCT $ ERIC ECKMAN CITY OF LOVELAND $ ED RUSSELL MARIANA BUTTE PROPERTIES $ ROD HARR FLATIRON STRUCTURES $ BRAD AMY DOUBLE EAGLE CONSTRUCTION $ JAMES VICK DOUBLE EAGLE CONSTRUCTION $ JAMES VICK/GREGG SEEBOHM MID -VALLEY PARTNERS $ GUY ALCIATORE CDOT g VAN PILAUD MAYS CONCRETE E JANET DOROUGH AMARON FOLKSTAD $ CRAIG BURNDAGE CITY OF STEAMBOAT SPRINGS $ BILL WHELIHAN DUCKELS CONSTRUCTION $ JOE BACKURZ KRAUSE GENTLE CORPORATION $ MIKE SCHUELER CITY OF STEAMBOAT SPRINGS E BILL WHELIHAN WESCOIN $ STEVE PETERSON DUCKELS CONSTRUCTION $ CHRISTINE HUTTON U.S. WEST $ MIKE PEPPLER ROUTTCOUNTY $ LOU GABOS TOWN OF HAYDEN q MOUNTAIN RESORTS E CHUCK McBRIDE CONTRACTTO COMPLETE 125,065 CONTRACT PERCENT TYPE OF WORK AMOUNT JOB# COMPLETE PAVING $66,749 2004027 100% REMOVALS,GRADING $5,290,767 2004035 100% PAVING GRADING, PAVING $67,887 2004041 100% PAVING $64,060 2004042 100% CRUSHING $133,820 2004046 100% PAVING $147,165 2004047 100% STORM, GRADE, PAVING $563,767 2004048 100% REMOVALS, UTILITIES JOB NAME OWNER CONTRACT TO LOCATION CONTACT COMPLETE STRAWBERRY PARK CAMPUS 2000 STEAMBOAT SPRINGS RE 2 $ - STEAMBOAT SPRINGS RICK DENNY COLORADO HWY 131 COOT $ STEAMBOAT SPRINGS VAN PILAUD BLM KREMMLING VRGCONSTRUCTION $ KREMMLING DON RAPP FEDERAL EXPRESS PARKING LOT KAHN CONSTRUCTION S - STEAMBOAT SPRINGS JOANNE RISTAU SENECA CRUSHING 2000 SENECA COAL COMPANY S STEAMBOAT SPRINGS GREG KITCHENS SILVER SPUR FILING 2 DUCKELS CONSTRUCTION $ STEAMBOAT SPRINGS CHAR -LIE MAGNUSON PARK PLACE HERALDSTOUT $ - STEAMBOAT SPRINGS $ 125,065 CONNELL RESOURCES, INC. UPDATED AS OF 6130102 SCHEDULE OF MAJOR 1999 COMPLETED WORK . CONTRACT PERCENT JOB NAME OWNER TYPE OF WORK AMOUNT JOB # COMPLETE LOCATION CONTACT STORM $595,033 991001 100% PINE TREE VILLAGE STORM PINE TREE VILLAGE LLC LOVELAND DON MAROSTICA REMOVALS, GRADING $650,723 991002 100% CITY OF FC 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% LARIMER COUNTY COURTHOUSE HENSEL PHELPS CONSTRUCTION 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 991008 100% THOMPSON VALLEY P.U.D. TAFT CARLISLE, LLC LOVELAND DON MAROSTICA GRADING, UTILITIES $1,912,149 991009 100% CENTRE AVENUE EXTENSION CSU 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 HAWKES GRADING, PAVING $1,003,845 991012 100% 1999 FC STREET MAINTENANCE CITY OF FORT COLLINS FORT COLLINS RICK RICHTER GRADING, UTILITIES $2,099,202 991013 100% POUDRE VALLEY HEALTH SYSTEMS M.A. MORTENSON PAVING FORT COLLINS DENNIS ASHLEY DEMOLITION, PAVING $43,443 991014 1010% 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 HOA ESTES PARK PETER HONDUIS PAVING $26,403 991017 100% PIZZA HUT / ESTES PARK WINTER ENTERPRISES FORT COLLINS MARTY BUCHANAN UTILITIES, STORM $96,641 991018 100% EAGLE RIDGE OFF -SITE STREETS McWHINNEY ENTERPRISES GRADING, PAVING LOVELAND TROY McWHINNEY GRADING, REMOVALS $518,248 991019 100% HARMONY VILLAGE ALLIANCE CONSTRUCTION FORT COLLINS WILLIAM JOYNER PAVING $35,926 991020 100% RAWHIDE ENERGY STATION PLATTE RIVER POWER AUTHORITY WELLINGTON PAUL HOUSER GRADING, PAVING $31,236 991022 100% MAITLAND DRIVEWAY & HOA DAVE MAITLAND FORT COLLINS PAVING $38,387 991023 100% NORTHWOOD APARTMENTS B & B ASPHALT FORTCOLLINS BRUCE JUELFS 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 GREGO SEEBOHM PAVING $16,382 991028 100% MASTEC PATCHING MASTEC JOHNSTOWN BRIAN JONES GRADING, PAVING $63,305 991029 100% COTTONWOOD GLEN PARK ENVIRONMENTAL CONCERNS FORT COLLINS DOUG SEVERANCE TYPE OF WORK GRADING, PAVING GRADING, PAVING GRADING, PAVING 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 CONTRACT AMOUNT $1,064,368 $28,071 $40,209 $377,130 $58,546 $210,505 $74,515 $4,615,928 $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 PERCENT JOB # COMPLETE 991030 100% 991031 100% 991032 100% 991034 100% 991035 100% 991036 100% 991037 100% 991038 100% 991039 100% 991040 100% 991041 J00% 991042 100% 991043 100% 991044 100% 991045 100% 991046 100% 991047 100% 991048 100% 991050 100% 991052 100% 991053 991054 991055 991056 991057 991059 991060 100% 100% 100% 100% 100% 100% 100% JOB NAME LOCATION RIGDEN FARMS FILING I FORT COLLINS PACIFIC FINANCIAL CENTER FORT COLLINS GREELEY WEST HIGH SCHOOL GREELEY LCR 74E LARIMER COUNTY ED CARROLL MOTORS FORT COLLINS HP ASHPALT MAINTENANCE FORT COLLINS SW 14TH STREET IMPROVEMENTS LOVELAND REGISTRY RIDGE FILING I FORT COLLINS PRAIRIE TRAILS P.U.D. LOVELAND HEARTHFIRE 11 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 OWNER CONTACT WHEELER CONSTRUCTION KEN SNEE MBI CORPORATION EDRHOADARMER HASELDEN CONSTRUCTION RICHARD GODEHN LARIMER COUNTY TODDJUERGENS MARK YOUNG CONSTRUCTION DAVID McMILLAN HEWLETTPACKARD MARY BARNETT COULSON EXCAVATING JACK SULLIVAN U.S. HOME CORPORATION GREGG SEEBOHM BOEDECKER PRAIRIE TRAILS KEN MOREY HEARTHFIRE, LLC TOM KENNEDY TOWN OF ESTES PARK GREG SIEVERS G.L. HOFF CO. PAT NORRIS TOWER MANAGEMENT ALEX BOGGS GILLAM DEVELOPMENT BRUCE GILLAM LARIMER COUNTY TODDJUERGENS BRUCE MCDANIEL PETERSBURG FAMILY, LLLP SHAWN PETERSBURG MOUNTAIN CONSTRUCTORS 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 GEOFF / MATT SMITH BOEDECKER PRAIRIE TRAILS KEN MOREY FORT COLLINS PAVING KELLY HODGE DOUBLEEAGLE GREGG SEEBOHM TYPE OF WORK UTILITIES, GRADING PAVING PAVING PAVING PAVING GRADING, PAVING REMOVALS, CONCRETE PAVING REMOVALS, GRADING PAVING REMOVALS, GRADING LANDSCAPING GRADING, PAVING PAVING PAVING PAVING PAVING PAVING STORM, REMOVALS PAVING GRADING, PAVING UTILITIES, GRADING PAVING, STORM PAVING PAVING CRUSHING GRADING, PAVING CONTRACT PERCENT AMOUNT JOB # COMPLETE $83,035 991061 100% $207,569 991062 100% $117,817 994001 100% $1,184,692 994003 100% $501,098 994007 100% $59,138 994008 100% $318,009 994016 100% $366,598 994017 100% $297,789 994018 100% $195,823 994019 100% $133,005 994020 100% $258,783 994021 100% $140,822 994023 100% $75,445 994025 100% $172,324 994026 100% $60,552 994030 100% $142,642 994031 100% $105,460 994033 100% $66,098 994036 100% $96,000 994041 100% $86,052 994042 100% JOB NAME LOCATION OVERLAND VALLEY M.R.D. FORT COLLINS U.S. 36 / ESTES PARK ESTES PARK HERITAGE PARK ROUTT COUNTY CDOT OVERLAY-CRAIG CRAIG HAYDEN POWER PLANT HAYDEN IRON SPRINGS PARK CURB/WALL STEAMBOAT SPRINGS ENCLAVE Q STEAMBOAT SPRINGS STEAMBOAT SPRINGS STRAWBERRY PARK IMPROVEMENTS STEAMBOAT SPRINGS 1999 HAYDEN WASHINGTON/LINCOLN HAYDEN COLOWYO ROAD IMPROVEMENTS MEEKER STEAMBOAT WEST WATERLINE STEAMBOAT SPRINGS 1999 ROUTT COUNTY OVERLAY STEAMBOAT SPRINGS RIVER ROAD / COUNTY SHOP ROAD STEAMBOAT SPRINGS GRAND SUMMIT RESORT HOTEL STEAMBOAT SPRINGS YVRAIMPROVEMENTS HAYDEN WEST ROUTT FIRE TRAINING CENTER HAYDEN STOCKBRIDGE MULTI MODEL CENTER STEAMBOAT SPRINGS WEST ACRES TRAILER PARK STEAMBOAT SPRINGS ASPEN VIEW ESTATES STEAMBOAT SPRINGS SENECA CRUSHING HAYDEN TR1-STATE PAVING & IMPROVEMENTS STEAMBOAT SPRINGS OWNER CONTACT SCOTT CHARPENTIER FLATIRON STRUCTURES BRAD AMY TYLOCKHART CDOT VAN PILAUD UTILITY ENGINEERING CORP HOWARD NOBLE CITY OF STEAMBOAT SPRINGS RICHARD BUCCINO MRK CONSTRUCTION MARK DAVIDSON STEAMBOAT SPRINGS SCHOOL STEAMBOAT SPRINGS TOWN OF HAYDEN FRANK FOX COLOWYO COAL CO, LP GORDON MERRIAM MELDOR CONSTRUCTION BO SIMON ROUTT COUNTY LOU GABOS CITY OF STEAMBOAT DOUG MARSH COLORADO FIRST/PCL JOINT VENT PATRICK MOLLARD ROUTTCOUNTY LOU GABOS WEST ROUTT FIRE TERRY MCCARTY CITY OF STEAMBOAT BRIAN FEENEY BIG COUNTRY MANAGEMENT TOM SIMMONS PRECISION EXCAVATING DAVEZEHNER SENECA COAL COMPANY BRAD BROWN TRI-STATE G&T ASSOC. DONALDCOOK CONNELL RESOURCES, INC. UPDATED AS OF 12131101 SCHEDULE OF MAJOR 1998 COMPLETED WORK CONTRACT PERCENT JOB NAME OWNER TYPE OF WORK AMOUNT JOB # COMPLETE LOCATION CONTACT GRADING, UTILITIES $744,405 981001 100% WILLOW SPRINGS PH 2A PARAGON POINT PARTNERS PAVING FORT COLLINS BYRON COLLINS GRADING, UTILITIES $126,061 991002 100% BROOKSIDE Q WILLOW SPRINGS THE GENESEE COMPANY PAVING FORT COLLINS RONALD SKARKA GRADING, UTILITIES $956,109 981003 100% SYMBIOS LOGIC ALLIANCE CONSTRUCTION PAVING, REMOVALS FORT COLLINS SCOTT JOSLIN 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% HP 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 FORT COLLINS 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 FORT COLLINS DOUG MCCARTHY UTILITIES, STORM $703,449 981013 100% MARIANA BUTTE 5TH SUB PH l U.S. HOMES GRADING, PAVING LOVELAND RUSSELL HENSON GRADING, PAVING $148,298 981014 100% ROLLING HILLS RANCH PH 11 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 FC 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 $410,454 - 981024 100% FRONT RANGE COLLEGE PARKING LOT R.C. HEATH CONSTRUCTION GRADING, PAVING 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 COLLMS GEORGE STAHLIN REMOVALS, PAVING $38,731 981032 100% CSU FIELDHOUSE TRACK SOUTHWEST RECREATION FORT COLLINS JOHN RENNER GRADING, UTILITIES $826,284 981033 100% CLOVERLEAF COMMUNITY TOWER MANAGEMENT PAVING, STORM FORT COLLINS ALEX BOGGS 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 $30,431 $34,107 $76,476 $214,048 $224,575 $127,246 $48,500 $318,915 $314,137 $133,479 $1,034,448 $552,636 $79,281 $77,393 $230,223 $140,315 $491,410 $666,505 $45,226 $35,321 $116,350 $1, I87,338 981037 100% 981039 100% 981040 100% 981041 100% 981042 100% 981043 100% 981045 100% 981046 981047 981048 981049 981050 981051 981052 981053 981054 981055 981056 981057 981058 981059 981061 981062 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% 100% JOB NAME LOCATION WINDSOR SCHOOLS W INDSOR HP GUARD SHACK RELOCATION FORT COLLMS COMFORT INN LOVELAND PARK SCHOOL DISTRICT ESTES PARK KENTUCKY FRIED CHICKEN FORT COLLINS WILLOW SPRINGS 5TH FORT COLLINS 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 I B LOVELAND VILLAGES @ ME OFFSITE UTILITY LOVELAND VILLAGES @ MARIANA BUTTE PH 2A LOVELAND HARMONY BRIDGE FORT COLLINS HWY 402 / HERON DRIVE LOVELAND SPRING CREEK IMPROVEMENTS FORT COLLINS QUAIL RIDGE LONGMONT HARMONY TECHNOLOGY PARK FORT COLLINS HORSESHOE LAKE P.U.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 II FORT COLLINS OWNER CONTACT HASELDEN CONSTRUCTION RICHARD GODEHN THE NEENAN COMPANY MIKE COLLENTME 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 HEWLETT PACKARD KENT SULLIVAN CITY OF FORT COLLINS MATTBAKER TARCO, INC. JOE DOMENICO MRP, LLC DON MAROSTICA MRP, 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 STINEBAUGH THE GENESEE COMPANY RONSKARKA GLEN PROPERTIES SCOTT BRAY ALLIANCE CONSTRUCTION GREGG MEISINGER FORTCOLLINS 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 PAVING PAVING GRADING, PAVING GRADING PAVING STORM PAVING PAVING PAVING GRADING, PAVING UTILITIES GRADING, PAVING GRADING, PAVING PAVING PAVING PAVING PAVING PAVING PAVING CONTRACT PERCENT AMOUNT JOB# COMPLETE $234,875 981063 100% $619,943 981064 100% $937,819 981065 100% $2,064,022 981066 100% $1,079,140 984001 100% $196,674 984002 100% $125,025 984003 100% $74,525 984005 100% $113,195 994007 100% $333,773 984009 100% $318,314 984010 100% $289,31 I 984013 100% $69,762 984014 100% $724,110 984016 100% $519,649 984018 100% $65,183 984025 100% $80,502 984027 100% $69,220 984028 100% $187,756 984029 100% $393,576 984032 100% $174,471 984035 100% $175,014 984037 100% $59,950 984039 100% JOB NAME LOCATION THE OVERLOOK @ WOODRIDGE FORT COLLINS THE GATES @ 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 ROUTT COUNTY 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 WOODCRAFTHOMES TOM DUGAN WOODCRAFT HOMES TOM DUGAN KAUFMAN & BROAD MIKE KANALY THE GENESEE COMPANY RONSKARKA COOT 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 COLOR -ADO MOUNTAIN COLLEGE MIKE SAWYER DUCKELS CONSTRUCTION JOEBACKURZ ROUTTCOUNTY DAVE BRAUDICA GE JOHNSON CONSTRUCTION RICK SQUIRES PRECISION EXCAVATING DAVEZEHNER CHRISMAN CONSTRUCTION MARK GRAYSON SUNSET BUILDERS GARY GILLMAN f 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: 14. Background and experience of the principal members of your organization, including officers: See attachment "D" 15. Credit available: $ See attachment "E" 16. Bank reference: See attachment "E" 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Upon request onlv 18. Are you licensed as a General CONTRACTOR? yes If yes, in what city, county and state? All cities and counties What class, license and numbers? in Colorado CDOT MOT 19. Do you anticipate subcontracting Work under this Contract? Ws If yes, what percent of total contract? 6.7% and to whom? V-"c lot- :� -«ale 11n0xy-Q 20. Are any lawsuits pending against you or your firm at this time? No If DETAIL yes, 7/96 Section 00420 Page 2 9IY y,W::_i1,�' #4i#1*#**;*i*4iW4*#*###*'*4*4#*h***#}W*W#*#fffh}h4F*#4k*h44#f#1*;#*4f#f1*#*#4*i}FiY***f*4M*#fk***4#**h****4**#{4**1*#*hik4{#4##1#4#4♦ EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE 001 2000 GMC 1500 PICKUP TC TRUCK 1 2000 1GTEK19T7YE384571 722BIK OS/31/00 06/30/04 840 6.00 002 2000 GMC 1500 P ICKUP JM TRUCK 1 2000 LOTEC14W2YE119619 4742BLU 09/21/99 11/30/03 810 6.00 003 199.9 GMC 2500 PICKUP TT TRUCK 1 1999 1GTGC24R6XR721973 4627OLU 08/11/99 09/30/03 810 6.00 004 1999 GMC 1500 PICKUP CR TRUCK 1 1999 2GTEK19T9X3.5S8978 43320LU 06/02/99 07/31/03 810 6.00 005 1999 GMC 1500 PICKUP EP TRUCK 1 1999 IGTEC14WIXES36499 4118OLU 04/05/99 05/31/04 810 5.00 006 1999 GMC 1500 PICKUP JJ - TRUCK 1 1999 1GTEC14W9XE533768 41183LU 03/23/99 05/31/04 810 6.00 007 1999 GMC 1500 PICKUP RS TRUCK 1 1999 1GTEK14W9XE534101 41182LU 03/23/99 05/31/04 810 6.00 008 1999 GMC 1500 PICKUP RM TRUCK 1 1999 1GTEK14W2XE534148 41181LU 03/23/99 05/31/04 810 6.00 009 2002 CHEV 1500 EXTCB CC TRUCK 1 2002 2GCEK19T321230870 719DJX 12/14/01 01/31/04 810 6.00 010 1985 CHEV PU STM SHP TRUCK 1 1985 IGCGC24MOFF307382 7099LY 05,/22/86 04/30/04 840 6.00 O11 1994 CHEV K1500 PKP TK TRUCK 1 1994 1GCEK14K3RZ200381 3533MD 03/10/94 04/30/04 810 6.00 012 1994 CHEV K2500 JD TRUCK 1 1994 1GCFK24K7RE202913 3532MD 03/1D/94 04/30/04 $10 6.00 014 1994 CHEV K1500 KN TRUCK 1 1994 1GCEK14Z7RZ250178 7995MD 08/01/94 08/31/03 810 6.00 O15 1992 GMC PU ASPHALT CREW TRUCK 1 1992 1GTEK14KONESS5395 663FWC 02/OS/96 03/31/04 840 6.00 016 1990 CHEV FLATBED DIRT CREW TRUCK 1 1990 1GBRK34N2LE223432 12936WZ 02/06/96 07/31/03 840 6.00 017 1984 GMC 1 TON PICKUP DIRT CREW TRUCK 1 1984 IGDHC34NOEVSOS469 13315WZ OB/29/96 09/30/03 840 6.00 O18 1995 GMC 1/2 TON 4WD TRUCK 1 1995 1GTEK14ZSSZ511040 22095LU 03/12/97 04/30/104 810 6.00 019 1995 GMC 1500 PU FL TRUCK 1 1995 IMK14ZSSZSIIS07 22603LU 04/09/97 OS/31/04 810 6.00 020 1998 GMC 2WD PICKUP MT TRUCK 1 1990 1GTEC14W4WZ507909 28540LU OS/12/98 06/30/03 810 6.00 021 1994 CHEV K1500 DO TRUCK 1 1994 IGCEK14ZSRZ215882 00182S6 04/18/94 06/30/04 840 6.00 022 1994 CHEV PKUP,DD TRUCK 1 1994 1GCEK14Z7RZ110745 12729WZ 01/26/94 04/30/04 840 6.00 023 2001 CHEV 1500 PICKUP TRUCK 1 2001 2GCEK19TO11116796 320ERC 04/10/01 06/30/04 840 6.00 . 024 2002 OMC 2500 PICKUP MD TRUCK 1 2002 IOTHK24U42Z199249 , 720DJX 11/28/01 01/31/04 810 6,00 025 1991 GMC K1500 TRUCK 1 1991 IGTDK14ZGMESOG287 00266EG 11/03/90 04/30/04 640 6.00 026 1998 OMC 1500 PICKUP RW TRUCK 1 1998 1GTEC14W2WZ543467 35979LU 08/10/98 09/30/03 810 6.00 027 2001 GMC 1500 PICKUP PC TRUCK 1 2001 LGTEC14W71Z332211 317CWF 07/09/01 08/31/03 810 6.00 028 1991 OMC PU - TRUCK 1 1991 10TEC14ZIMES06067 2183MC 03/19/93 04/30/04 640 6.00 029 2001 CHEV 2500 PICKUP LE TRUCK 1 2001 1000C24USIZ236302 461CWB 02/16/01 04/30/04 810 6.00 030 2002 CHEV SUBURBAN BC TRUCK 1 2002 3GNFK16Z12G242348 184GET 04/02/02 05/31/04 810 6.00 032 2000 GMC 1500 PU CF TRUCK 1 2000 1GTEK19T3YE386990 177BSW 11/09/00 01/31/04 810 6.00 036 3.993 CHEV C1500 TRUCK 1 1993 LGCEC14Z9PE166798 734ANB 05/26/96 07/31/03 610 6.00 037 1997 GMC 1500 PICKUP - DO TRUCK 1 1997 1GTEK14W3VZ535668 142BOWZ 04/17/97 06/30/04 $40 6.00 039 1995 OMC 1500 PICKUP DB TRUCK 1 1995 1GTEK14ZISZS07809 S15HAN 04/23/97 OS/31/04 810 6.00 039 2001 FORD F250 PICKUP TRUCK 1 2001 1FTNX21F31EB84225 617900 OS/03/01 06/30/04 840 6.00 040 3.998 GMC '3/4 TON YTT TRUCK 1 1998 1GTGC24R2WZ508503 27973LU 09/17/97 11/30/03 810 6.00 041 1998 GMC 1500 PU JL TRUCK 1 1998 20TEK19R6W1525844 3110OLU 01/16/98 03/31/04 610 6.00 042 1990 GMC 1500 PICKUP Mike F TRUCK 1 1996 1GTEK19R4WE523816 31320LU 02/23/98 04/30/04 810 6.00 043 2006 GMC 1500 PICKUP GN TRUCK 1 2000 1GTEC14KSYE309365 03291E 06/21/00 07/31/03 810 6.00 044 1998 GMC 1500 EXTENDCAB Mark F TRUCK 1 1998 2GTEX19R9W1555145 2B539LU 05/08/98 06/30/03 810 6.00 045 1993 CHEV BLAZER JP TRUCK 1 1993 1QHOT13WXP2159659 PHJ5496 03/21/96 07/31/03 810 6.00 046 1997 GMC YUKON BF TRUCK 1 1997 JGKEK13RSVJ749575 301AGM 04/28/00 OS/31/04 840 6.00 047 2001 CHEV BLAZER ML TRUCK 1 2001 1GNDT13W91K227523 726GEP 03/04/02 04/30/04 810 6.00 048 2001 CHEV BLAZER ME TRUCK 1 2001 1GNDT13W21K242526 185GET 04/01/02 05/31/04 810 6.00 049 2001 CHEV 1500 PICKUP MM TRUCK 1 2001 2GCEK19T211114946 910CWC 03/30/01 OS/31/04 810 6.00 050 1973 FORD BOOM TRK PIT TRUCK 2 1973 P75FVS09991 44758LU 07/12/79 11/30/03 610 18.00 051 1983 FORD F600 TRUCK 2 1983 1FDMFGOHXDVA21676 267WZ2 07/27/94 10/31/03 840 18.00 052 1990 FORD STAKE - MANHOLE TRUCK 2 1990 IFDXR82AXLVA14645 9609ME 02/09/96 03/31/04 $10 10.00 053 1990 GMC FUEL TRUCK TRUCK 2 1990 LGDM1H1J6LJ606268 194WZ2 02/07/96 07/31/03 840 10.00 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 -Al - GC-A2 00800-1 - 00800-2 00900-1 00950-1 - 00950-2 00960-1 - 00960-2 u 07-11-2003 08:38 CONNELL RESOURCES INC. BY: DONNA PAGE: 2 EQ\LE02EQP 4 •a* EQUIPMENT MASTER #+• !4##yfrt144f 4#a4#4!};44+'44#h4Y#iW44444W444444#44#4##4;44#+#4#44W}#4W44+44h44444h#4#44h444hk41444W4#h4#h1444a#aW4+f A44##4f44}4#4h a4}4• EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE 054 1997 FORD F800 SVC TRK MO TRUCK 2 1997 1FDXF80EXVVA39160 674BYG 03/26/97 05/31/04 810 20.00 055 1997 GMC 3SHD SERVICE TRUCK TRUCK 2 1997 10DKC34F9VJ515396 14841WZ O8/08/97 10/31/03 840 056 1995 FORD F450 ONE TON TRUCK 2 1995 1FDLF4701SEA24900 22613LU O5/15/97 07/31/03 890 20.00 7.00 057 1993 CHEV 1TODT PATCH TRUCK 2 1993 1GBJC34F4PE113639 24070LO 04/22/97 06/30/03 810 7.00 O58 1986 GMC 1TN MANHOLE CREW TRUCK 2 1986 1GDGC34W2GS506638 7361LY 05/01/87 02/28/04 840 059 1977 CHEV 2T FLATEED PVT MAINT TRUCK 2 1977 CCE667V127512 176WZ2 02/11/94 04/30/04 840 7.00 15.00 060 1979 INTNL DUMP TRK TRUCK 2 1979 AA185JHA31308 175WZ2 02/11/94 03/31/04 B40 20.00 061 1978 FORD SERV TRK TRUCK 2 1978 R70BV13J6590 197W22 05/27/88 07/31/03 840 10.00 062 1990 FORD DIST TRK TRUCK 2 1990 1FDXR82A8LVA19486 189WZ2 02/24/94 07/31/03 940 40.00 063, 1994 CHEV 350014D FLATBED LM TRUCK 2 1994 1GBKC34F7RJ105761 22091LU 03/07/97 04/30/04 810 10.00 064 1994 ROSCO DISTRIBUTOR TRUCK TRUCK 2 2994 1FDXK74CSRVA2S977 549BFG 03/29/02 05/31/04 840 065 2002 INTERNATIONAL DISTRIBUTOR TRUCK TRUCK 2 2002 1HTSCABN52H509457 573BRT - 11/15/01 03/31/04 810 36.00 O66 2980 IHC 52500 DIST TRUCK 2 1980 CA252KMU6378 313LV2 10/12/93 04/30/04 8.10 40.00 36.00 067 2989 MACK FLATBED TRUCK TRUCK 2 1989 1M2N188YOKW027075 763LU2 07/21/95 02/28/04 010 35,00 066 1993 KENWORTH FUEL TRUCK LK TRUCK 2 1993 2XKDDBSX6PM587923 1342LU2 04/01/99 06/30/04 810 35.00 069 1997 GMC 3500 VAN TRUCK 2 1997 1GDHG31ROV1042131 907APJ 03/30/00 05/31/04 810 60.00 070 1994 GMC C3500 VAN TRUCK 2 1994 1GDHG31X9RF520655 14833WZ O8/08/97 10/31/03 640 15.00 071 1967 CRANE TRUCK TRUCK 2 1967 692740 TITLE ONLY 07/11/97 810 18.00 072 2001 KENWORTH T800 FUEL TRUCK CK TRUCK 2 2001 1NKDLS9X01J879403 809AUY O1/24/01 02/26/04 810 35.00 079 2001 KENWORTH T300 SVC TRK JJ TRUCK 2 2001 2N1(MHD7X91M876802 750EPK 22/05/00 02/28/04 810 35.00 080 1995 GMC TOPKICK SVC WF TRUCK 211995 1GDK7HIJ2SJ515438 769LU2 04/22/98 06/30/04 810 20.00 081 2995 DODGE RAM 3500 SVC DS TRUCK 2 1995 1B6MC36C3SS220966 2B537LU 05/15/98 06/30/03 810 20.00 082 1999 GMC 1 TON PLATFORM TRUCK TRUCK 2 1999 1GDHC34RXXF022305 40675LU 02/24/99 03/31/04 840 083 1999 GMC 1 TON PLATFORM TRUCK MT TRUCK 2 1999 IGDHC34MIXE021012 518ANC 02/24/99 03/31/04 810 10.00 084 2000 GMC 3500 FLATBED ME TRUCK 2 2000 1GDHC34J3YF428714 992AND 02/18/00 03/31/04 810 10.00 085 2000 GMC 3500 FLATBED PC TRUCK 2 2000 1GDHC34J6YF441411 993AND 02/18/00 03/31/04 810 10.00 10.00 086 2001 FORD F350 FLATBED JN TRUCK 2 2001 1FDWF36F91EB01821 126CWD OQ/17/01 06/30/04 810 10.00 087 2001 FORD F350 FLATBED TRUCK 2 2001 1FDWF36FBIEA87944 349ERC 04/17/01 06/30/04 840 10.00 088 1983 FORD PATCH TRUCK ,TRUCK 2 1983 1FDXR80U9DVA33296 344GZG O1/14/03 OS/31/04 840 25.00 099 1995 GMC WATER TRUCK TRUCK 2 1995 1GDK7H1J1SJ506455 093 BHA 02/23/00 03/31/04 810 30.00 099 1995 GMC WATER TRUCK TRUCK 2 1995 1GDK7HlJ35J506411 094ERA 02/28/00 03/31/04 810 30.00 100 1981 INTNL WATER TRK TRUCK 3 1981 IHTD2167XBOB19955 1323LU2 06/22/94 03/31/04 840 35.00 101 1991 INTNL WATER TRK TRUCK 3 1991 1HTSDZ7PXMH357894 10395LU - 11/01/96 11/30/03 840 35, 00 102 1981 INTNL WATER TRK TRUCK 3 1981 IHTD2167XBGBI9793 1324LU2 06/06/94 03/31/04 810 35.00 103 1986 INTL TANDEM CUM TRUCK 3 1986 IHSZJJWRXGHA13179 219WZ2 06/03/94 07/31/03 840 35.00 105 1981 FORD TANDEM DMP TRUCK 3 1981 1FDYU90W8BBVJ0549 TITLE ONLY 02/16/87 810 40. 00 106 1979 FORD 7000 WATER TRUC TRUCK 3 1979 R708VFBIS66 096ERA 09/19/91 03/31/04 810 20.00 109 1987 MACK TANDEM DOM TRUCK 3 1987 1MIAYl0YXHM002590 605BRT 01/10/94 05/31/04 810 40.00 110 1987 MACK TANDEM DMP TRUCK 3 1997 1M2AY10Y9H4002595 758LU2 01/10/94 05/31/04 840 40.00 Ill 1987 MACK TANDEM DMP TRUCK 3 1987 1M2AY10Y6HM002S8S 678LU2 01/10/94 04/30/04 810 40.00 112 1987 MACK TANDEM DMP TRUCK 3 1987 1M2AYl0Y3HM002592 677LU2 02/03/94 04/30/04 810 40.00 113 1978 INTNL WATER TRK TRUCK 3 1978 62137HGB20487 1322LU2 10/17/94 03/31/04 810 35.00 114 1973 MACK WATER TRK TRUCK 3 1973 DM68SS12858 TITLE ONLY 03/09/95 810 10.00 11S 1989 MACK TAND RWE13 TRUCK 3 1989 1M2AY04Y2KM005768 771AUY 04/10/96 07/31/03 840 40.00 116 1989 MACK TAND RW613 TRUCK 3 1989 LM2AY04Y4KM005769 556BFG 04/10/96 07/31/03 840 40.00 117 1988 FREIGHTLINER TANDEM TRUCK 3 1988 1FUY2CYBBJP334718 560BFG OS/01/98 06/30/04 940 40.00 119 1998 PETERBILT DUMP TRUCK TRUCK 3 199E 3WPNAD7X1WF466510 095EHA 12/01/00 03/31/04 810 40.00 . 157 1999 PETERBILT TRACTOR TRUCK 4 1999 1XP5P4EX7XD473913 727DGW 01/21/03 10/31/03 810 60.00 07-11-2003 08:38 CONNELL RESOURCES INC. BY: DONNA **44***R4R*4**#i**YR*Y44ki +++ EQUIPMENT MASTER ++« PAGE: 3 EQ\LE02EQP *}rt*}*}h**yky*4#*****}w#*44h{}hh*}#h}hyifh{h*WWy4#}h4}{*y}}{4};}}f}*yk4}}hh}}}}}h44rt;**f}*hh4}}yh!}W}h}**}}hk1}}Yh}}h4}}#}f}y*hhh}Y♦ EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE ♦####*##*#######W#######'4###/W/#t#####4/##//#####h###*Y14##/y#W##Yt####t#4#1#4###4###f##}###i####/##4########h########/#######k####• 160 1997 MACK CL713 TRACTOR TRUCK 4 1997 1M2AD62Y4VW004762 047DGJ 09/20/96 10/31/03 840 60.00 161 PETERBILT TRACTOR MO TRUCK 4 1985 1XP9D29X5FP180808 048OGJ 04/21/88 10/31/03 810 40.00 163 2001 KENWORTH T8009 TRACTOR TRUCK 4 2001 IXKDP4EX71J872881 051DGJ 09/07/00 10/31/03 810 60.00 3.66 1990 MACK TT C14613 TRUCK 4 1990 1M2AA06YXLWO04570 482LUB 04/17/95 05/31/04 810 40.00 167 1990 MACK TT CH613 TRUCK 4 1990 1M2AA06Y7LW004722 481LUS 04/17/95 01/31/04 840 40.00 168 1990 MACK TT CH513 TRUCK 4 1990 1M2AA06Y6LW004727 480LU8 04/17/95 05./31/04 640 40.00 169 1990 MACK TT CH613 TRUCK 4 1990 1M2AA06Y5LW004573 483LUS 04/17/95 05/31/04 840 40.00 170 1990 MACK TT C4623 TRUCK 4 1990 1M2AA06Y2LW004725 478LU8 04/17/9S 05/31/04 810 40.00 172 1993 MACK TT CH613 TRUCK 4 1993 1M2AA13Y4PW019503 49SLUS 05/31/96 08/31/03 810 40.00 173 1993 MACK IT CH613 TRUCK 4 1993 1M2AA13Y6PW019504 688LU8 05/31/96 09/30/03 840 40.00 174 1993 MACK TT C14613 TRUCK 4 1993 1M2AA13Y8PW019505 486LUB 05/31/96 01/31/04 810 40.00 175 L993 MACK TT CH613 TRUCK 4 1993 1M2AA13YXPW019506 687LU8 OS/31/96 09/30/03 840 40.00 176 1995 MACK TT C14613 TRUCK 4 1995 1M1AA13Y3SW047225 787LU8 04/29/98 07/31/03 810 40.00 177 1995 MACK TT CH613 TRUCK 4 1995 1M1AA13YSSW047226 786LUS 04/29/98 07/31/03 810 40.00 170 1995 MACK TT CH613 TRUCK 4 1995 1MlAA13Y7SW047227 841BRT 04/29/98 07/31/03 810 40.00 200 CMI LOAD KING TRAILERS 1990 184L48359L2116598 L45488 01/20/93 02/28/04 840 10.00 201 TRAIL KING TK20 LOWS TRAILERS 1990 1TKA0482XLMDSGSBS L44855 OS/11/93 06/30/04 810 10. 00 202 TRAIL KING TK100 TRAILERS 1997 1TKJOS337VM059109 L112893 12/14/98 09/30/03 810 20.00 203 MILLER TILT TRAILER TRAILERS 1962 5291 R019847 07/14/95 07/31/03 840 20.00 204 CRI TILT BED TRAILER TRAILERS 1995 ID06019604CO L056639 09/01/95 09/30/03 810 5.00 205 CRI TILT BED TRAILER TRAILERS 1996 ID28003536CO R113646 07/26/96 07/31/03 640 5.00 206 CRI TILT BED TRAILER TRAILERS 1996 IDOSO18977CO L102939 09/23/96 09/30/03 640 5.00 207 CRI WATERLINE TEST TRAILER TRAILERS 2000 ID06026445CO 295ATA 03/30/00 04/30/04 810 , 20.00 108 TRAIL KING TK130HDG TRAILER TRAILERS 2001 ITKJOS3321MO74028 422BYT 10/17/00 01/31/04 810 20.00 210 1995 RED TRAILER TRAILERS 1995 478SI42TXS1010829 917GPS 06/17/98 06/30/04 840 5.00 212 UTILITY TRAILER TRAILERS 1975 7LS9074007 L059405 06/11/85 03/31/04 810 5.00 213 TRAILMOBILE TRAILER TRAILERS 1979 T50203 L30799 04/03/89 01/31/04 840 5.00 214 1978 FRUEHAUF VAN TRAILERS 1978 MAZ556914 L120344 07/20/98 10/31/03 810 5.00 216 1995 CMI LOAD KING 2060 TRAILERS 1995 1B4B40235S1119211 R115240 06/19/98 07/31/03 840 15.00 219 1995 CMI LOAD KING 2060 TRAILERS 1995 194B40230R1118879 R115241 06/19/98 07/31/03 810 15.00 220 HOBBS ENO DUMP TRAILERS 1976 FHW623809 941BAI 01/14/77 10/31/03 810 15.00 222 CRI ROCK TRAILER #1 TRAILERS 1987 ID0615009CO 942BAI 02/01/87 10/31/03 810 15.00 223 CRI ROCK TRAILER H2 TRAILERS 1987 I➢0615226CO 943BA2 05/01/87 10/31/03 B10 15.00 224 1999 CLEMENT ROCK TRAILER TRAILERS 1999 1C9BB32BSXM110357 L121082 12/05/98 01/31/04 810 15.00 225 FRUEHAUF DROP DECK TRAILER TRAILERS 1980 FWT048702 139HSX 01/20/03 02/28/04 640 226 1999 LANDOLL TRAILER TRAILERS 1999 ILHL40FHQXIA09706 420BYT 12/01/00 01/31/04 810 10.00 227 1997 RED RIVER TRAILER TRAILERS 1997 4ZYLS422SV1000203 R115089 05/04/98 06/30/04 810 15.00 229 1996 RED RIVER TRAILER TRAILERS 1996 IR9LB4230T1051103 R115090 05/04/98 06/30/04 910 15.00 229 1996 RED RIVER TRAILER TRAILERS 1996 1R9LB4222T1051104 L113073 OS/04/98 06/30/04 610 15.00 230 1996 RED RIVER TRAILER TRAILERS 1996 lR9LB4224T1051105 L113072 05/04/98 06/30/04 810 15.00 231 1996 RED RIVER TRAILER TRAILERS 1996 119LB4226T1051106 L113071 05/04/98 06/30/04 810 15.00 232 1996 RED RIVER TRLR TRAILERS 1996 1R91,B4227T1051096 L106078 06/25/96 08/31/03 810 15.00 233 1996 RED RIVER TRLR TRAILERS 1996 1R91,84229T1051091 L106077 06/25/96 08/31/03 810 15.00 234 1992 RED RIVER TRLR TRAILERS 1992 1R9LB422ON1051007 L107766 10/21/94 11/30/03 810 15.00 235 1992 RED RIVER TRLR TRAILERS 1992 1R9LB4222N1051039 L44917 10/21/94 11/30/03 840 15.00 236 1992 RED RIVER TRLR TRAILERS 1992 lR9LB4220N1051041 L44916 10/21/94 11/30/03 810 15.00 237 1992 RED RIVER TRLR TRAILERS 1992 1R9LB422BN1051045 L44915 10/21/94 11/30/03 810 15.00 238 1986 LOAD KING STMDUMP TRAILERS 1986 lt,035239G1013855 944SAI 05/18/99 10/31/03 $40 12.00 07-11-2003 0 8 : 3 6 CONNELL RESOURCES INC. PAGE: 4 BY: DONNA EQ\LE02EQP iif}Y444F*4h4*44444iki*4iw •a• EQUIPMENT MASTER **i t#4trt{14tttftyh{w*ttFt++tt4tttW{#tXttt}+tt{tw*tttk}t++{k{wtot#ttti+4th{tk{*ftt}44k+itattt}tXt{*t*X{ttt{f {}W{Xt4Wat}}y{tt#{*k4ttt4tt# EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE BEN DATE DEPT RATE ++awf{iaa+hwt++{+rartaiaa.+•fXrt#f}aaw{Fahwhfi+#w{Law•raw4+F#f}#aaW*af+}#«w##*r4*Wawf«}w#{4w#*awx«}#{4xr•#fr}wwiia++wrt*4h«i#wf xaa#t#*{• 239 1985 LOADKING BTM DUMP TRAILERS 1985 11,4S35234F1013356 945BAI 05/19/89 10/31/03 810 12,00 240 CMI LOAD KING BOTTOM DUMP TRAILERS1994184B40239R1118735 L102933 07/01/96 08/31/03 810 12.00 241 CMI LOAD KING BOTTOM DUMP TRAILERS 1994 1B4B40230R1118722 L102934 07/01/96 08/31/03 810 12.00 242 CMI LOAD KING BOTTOM DUMP TRAILERS 1994 1B4B40237R1118734 L102935 07/01/96 08/31/03 810 12.00 243 CMI LOAD KING BOTTOM DUMP TRAILERS 1994 1B484023OR1118882 L102936 07/01/96 08/31/03 810 12.00 247 71 BIRMINGHAM TRAILER TRAILERS 1971 K7777H 582HSY 04/16/03 04/30/04 810 248 CMI LOAD KING TRAILER TRAILERS 1995 1B4L4624851119252 L102937 07/01/96 08/31/03 840 12.00 249 CMI LOADKING 02TT TRAILER TRAILERS 1994 1B4T29212R6118852 L102929 07/01/96 08/31/03 810 8.00 250 CHI 2V JOB TRAILER TRAILERS 2002 I1)06028388CO 845HGJ 08/14/02 08/31/03 810 10.00 251 FRUEHAUF JOB TRAILER TRAILERS 1959 C41271 L056615 06/28/79 02/28/04 810 2.00 252 BRWN VAN UTILITY TRL TRAILERS 1960 M601979 L14486 05/06/06 12/31/03 610 254 BROWN VAN TRAILER TRAILERS 1962 M625475 L26626 08/28/86 02/28/04 810 4.00 255 CLN STRICK VAN TRLR TRAILERS 1968 B12647 419BYT 06/08/87 01/31/04 810 2.00 256 65 TRAILMOS VAN TRLR TRAILERS 1965 B62037 L26400 08/25/88 02/28/04 840 2.00 260 TRL OFFICE/STUTE PIT TRAILERS 1960 14276 W07492 07/13/87 12/31/03 610 2.00 269 79 ELDER FIELD OFFICE TRAILERS 1979 PT6690 973GWA 02/02/02 10/31/03 840 2.00 270 ELDER FIELD OFF CL1 - WD TRAILERS 1972 CT353 LU2099 12/15/83 12/31/03 810 2.00 271 CONST TRLR 24X60 CT TRAILERS 1/9 840 272 CONSTR TRAILER -STUTE TRAILERS 1 996 03/01/96 03/6 810 276 ELDER FIELD LAB CL2 TRAILERS 1983 382196 W07493 03/07/89 12/31/03 810 2.00 277 ELDER FIELD LAB CL2 TRAILERS 1988 323490 W16249 03/28/90 12/31/03 840 2.60 280 2001 PACE VC714TA2 TRAILER TRAILERS 2001 4P2UB14261UO24183 021FUU 11/19/01 01/31/04 810 281 HOMEMADE FUEL TRLR TRAILERS 1952 ST28111COLO L22396 09/16/77 01/31/04 910 2.00 282 HOMEMADE FUEL TRLR TRAILERS 1967 ID94082COLO L053368 09/16/77 05/31/04 810 2.00 283 2002 C-10 TOWMASTER TRAILER TRAILERS 2002 4MC16102LIG2713 948HGK 09/20/02 10/31/03 810 5.00 284 SOO BBL FRAC TANK TRAILERS 1968 328 LU3555 OS/11/90 12/31/03 840 285 550 BBL FRAC TANK TRAILERS1974 C34 LU4368 05/11/90 12/31/03 810 386 FRAC TANK 20000 CAL TRAILERS 1984 A3464VB KZ01019 08/10/94 04/30/04 840 5.00 288 1978 ETNYRE TANK TRLR TRAILERS 1978 J6764 LU4882 11/23/94 02/28/04 810 5.00 289 CRI PORTABLE WATER TANK TRAILERS 1999 CRI289 LU07209 11/10/99 11/30/03 810 5.00 290 HOMEMADE WATER STAND TRAILERS 1981 ID610653COLO WZ01016 04/20/81 12/31/03 840 2.00 291 HOMEMADE WATER STAND TRAILERS 1981 ID610653COLO 04/15/81 810 2.00 292 1994 TIMPTE DYNA PUP TRAILERS 1994 ITDE2002IRC086723 L053371 05/06/94 06/30/04 810 5.00 293 1994 TIMPTE DYNA PUP TRAILERS '1994 1TDE2BO23RC086724 L053370 05/06/94 06/30/04 840 5.00 294 1994 TIMPTE DYNA PUP TRAILERS 1994 ITDE2802SRC086725 L053372 05/19/94 06/30/04 810 5.00 295 1994 TIMPTE DYNA PUP TRAILERS 1994 lTDE18027RC086726 LOS3369 05/19/94 06/30/04 910 5.00 296 1994 R6:W TRAILER TRAILERS 1994 4RKUE162IRN004034 L120353 09/16/94 09/30/03 810 5.00 297 1994 RW TRAILER TRAILERS 1994 4RWUE162XRN004033 L122841 04/13/99 04/30/04 810 5.00 298 L999 C-10 TOWMASTER TRAILER TRAILERS 1999 4KRUC1624XL163094 L127654 09/09/99 11/30/03 910 5.00 304 2001 CAT. 93BG LOADER EARTHMOV 2001 4YS02153 OBOCXD OS/12/03 06/30/04 810 60.00 305 CAT 936F LOADER EARTHMOV 1994 9MK00508 LUOS650 07/01/96 08/31/03 840 55.00 306 1999 CAT IT280 LOADER EARTHMOV 1999.8CRO1192 955CXC 05/21/02 07/31/03 810 55.00 307 1998 CAT 938G LOADER EARTHMOV 1998 6WS00923 W182433 05/21/02 06/30/04 810 60.00 308 2000 CAT 938G LOADER EARTHMOV 2000 4YS01264 W182342 04/26/01 05/31/04 810 60.00 '309 1996 CAT 938F LOADER EARTHMOV 1996 IKMO1619 0898GW 05/16/00 06/30/04 810 60.00 310 1996 CAT 938F LOADER EARTHMOV 1996 1KM01610 088SGW OS/16/00 O6/30/04 810 60.00 311 1996 CAT 950F LOADER EARTHMOV 1996 SSK02204 W182434 05/16/00 06/30/04 810 60.00 312 1996 CAT 97OF LOADER EARTHMOV 1996 7SK00693 W182435 OS/16/00 06/30/04 810 75. 00 07-11-2003 OB:38 CONNELL RESOURCES INC. BY: DONNA 4W#f}hi#f M4i Rhtf ffi44##;#i *** EQUIPMENT MASTER *•+ PAGE: 5 EQ\LE02EQP 1fff444{f #fff{fff{4##kf f.{W4}iff#iRti4f hifik4##i{f{f#44i 441fff4f#4f{{f44f /f####i#if/#ff##f 4fiW 444E ##iff#444ff#ff {f hi {1k#//f Rf {f 1f #f #f EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE fff#/f4144i{f{ifflh{#/f+YY##4f###f#i#f#f##f{{ifi/f{#tY#4k##tkflf##f{f/f#f/if/#a##f{f14;f/#f44##i{{i{i{{###R#4if {1{ff#{4#4f i{{{f{filfk 313 CAT 966E LOADER EARTHMOV 1994 9YJ1176 - W16178 07/01/96 08/31/03 840 75.00 314 CAT 97OF LOADER EARTHMOV 1995 7SK00498 W16176 07/01/96 08/31/03 840 75.00 316 CAT 98OF LOADER EARTHMOV 1995 8JN00614 W16177 07/01/96 08/31/03 840 75.00 317 1995 CAT 966F LOADER EARTHMOV 1995 1SLO1427 W12343 02/15/96 03/31/04 810 75.00 318 1996 CAT 95OF LOADER EARTHMOV 1996 SSK02584 W16199 08/30/99 09/30/03 840 60.00 319 2001 CAT 972G LOADER EARTHMOV 2001 4WWOOS46 W12364 11/01/00 01/31/04 810 80.00 320 1996 CAT 980G LOADER EARTHMOV 1996 2KROO646 W07494 11/01/00 12/31/03 840 85.00 321 2002 CAT 98OG LOADER EARTHMOV 2002 AW1400417 CAT FINANCIAL 04/16/02 05/31/04 810 85.00 322 1998 CAT 9BOG LOADER EARTHMOV 1998 2KR02177 W07045 07/19/02 08/31/03 810 85.00 325 1999 CAT DSM DOZER EARTM40V 1999 5ES00917 W074SO 08/03/00 10/31/03 810 55.00 326 1995 CAT D9N DOZER EARTHMOV 1995 6XJ01031 W07699 06/04/99 D7/31/03 810 115.00 327 1994 CAT D6H XL DOZER EARTHMOV 1994 9LK00451 W162343 05/01/99 05/31/04 810 60.00 328 1990 CAT D4H DOZER EARTHMOV 1990 OBPB3803 W16198 09/19/96 10/31/03 840 45.00 329 CAT D8N DOZER EARTHMOV 1994 5TJ1710 W07039 07/01/96 08/31/03 810 100.00 334 1995 CAT D3C TRACTOR EARTHMOV 2995 SSLO1125 W12344 02/15/96 03/31/04 810 40.00 335 1994 CAT D4H LPGIII DOZER EARTHMOV 1994 9GJ00851 W016348 04/04/01 04/30/04 840 45.00 336 2002 CAT D6R XL DOZER EARTHMOV 2002 5LN03389 CAT FINANCIAL 04/16/02 OS/31/03 810 60.00 337 2000 CAT 09R DOZER EARTHMOV 2000 7TLO127S CAT FINANCIAL 04/01/02 05/31/03 810 115.00 338 1999 CAT D6R XL DOZER EARTHMOV 1999 5LN02037 CAT FINANCIAL 04/01/02 05/31/03 810 60.00 346 2000 VERMEER V5800 TRENCHER EARTHMOV 2000 1VRM092WOY1000643 W182344 04/OS/02 O5/31/04 810 35.00 363 1996 CAT 623F SCRAPER EARTHMOV 1996 SBKO0273 W182436 05/21/02 06/30/04 810 105.00 364 CAT 613C SCRAPER EARTHMOV 1986 92XO0942 LUD5610 OS/18/95 06/30/04 810 70.00 365 CAT 613E SCRAPER EARTHMOV 1978. 3SK05408 LU07110 04/30/94 04/30/04 810 10.00 367 1992 CAT 621E WATER WAGON EARTHMOV 2992 6AS01463 W182345 04/02/97 05/31/04 810 105.00 368 1994 CAT 623F SCRAPER EARTHMOV 1994 6BK00087 W182346 04/02/97 05/31/04. 810 105.00 ' 369 1996 CAT 427F SCRAPER EARTHMOV 1996 lDLOO276 W07040 06/11/97 08/31/03 810 115.00 370 1998 CAT 631E SCRAPER EARTHMOV 1998 INSO1409 W074SI 08/03/00 10/31/03 810 120.00 311 1995 CAT 613C SCRAPER EARTHMOV 1995 SLJ1058 W12365 11/14/00 01/31/04 810 70.00 372 1997 CAT 627F SCRAPER EARTHMOV 1997 lDL00450 W182347 03/22/01 OS/31/04 810 115.00 373 2001 CAT 6270 SCRAPER EARTHMOV 2001 AXFOO566 CAT FINANCIAL 04/01/02 OS/31/03 810 115.00 374 2001 CAT 6279 SCRAPER EARTHMOV 2001 AXPOOS84 CAT FINANCIAL 04/01/02 05/31/03 810 115.00 375 97 CAT 631E SCRAPER EARTHMOV 1997 1NBO140S W162432 06/06/03 06/30/04 810 120.00 376 98 CAT 631E SCRAPER EARTHMOV 1998 INBO1390 W182431 06/06/03 06/30/04 $10 120.00 401 1996 CAT RR250B RD RECLAIMER (DIRT) EARTHMOV 1996 3RR00092 W182400 05/12/03 06/30/04 810 90.00 402 1996 CAT RR2509 RD RECLAIMER (ASPHALT) EARTHMOV 1996 3RR00092 W162400 05/12/03 06/30/04 810 135.00 403 1994 CAT 140G GRADER EARTHMOV, 1994 72VIG820 495AVF 02/15/96 03/31/04 810 55.00 404 1991 CAT 140C GRADER EARTHMOV 1991 72VI4397 49GAVF 02/15/96 03/31/04 840 SS.00 405 1995 'CAT 140H GRADER EARTHMOV 1995 2ZK00104 -493AVF 02/15/96 03/31/04 810 55.00 406 1997 CAT 140H GRADER EARTHMOV 1997 2ZKO1847 969HWS 04/08/98 04/30/04 840 55.00 407 1997 CAT 140H GRADER . EARTHMOV 1997 9TNO0467 LU07107 05/01/99 OS/31/04 810 55.00 ' 408 1996 CAT 140C GRADER EARTHMOV 1996 72VI7489 - 086BOW 05/16/00 06/30/04 810 5S.00 409 1996 CAT ]40G GRADER EARTHMOV 1996 72V17513 087BOW 05/16/00 06/30/04 810 55.00 410 2001 CAT 140H GRADER .EARTHMOV 2001 2ZKO6641 CAT FINANCIAL 06/01/01 05/31/04 810 55.00 411 1996 CAT 160H MOTOR GRADER EARTHMOV 1996 9EJ00373 640BYG 12/27/01 01/31/04 610 55.00 420 CAT 8156 COMPACTOR EARTHMOV 1988 17ZOO937 W064526 01/28/93 OS/31/04 840 80.00 421 1993 CAT CP323 COMPACTOR EARTHMOV 1993 6JD00392 W016350 04/OB/98 04/30/04 840 35.00 429 REX 3-3S COMPACTOR EARTHMOV 1999 HE1482 - W12366 11/16/00 01/31/04 810 60.00 430 1995 DYNAPAC CA151PDB VIB ROLLER EARTHMOV 1995 59810946 W82057 11/13/97 02/28/04 810 45.00 07-11-2003 08:38' CONNELL RESOURCES INC. PAGE: BY: DONNA 6 EQ\LEO2EQP i 44ihhiii}}iii}i}}f}a}w}f} . **• EQUIPMENT MASTER *** i kiii}iiif i}ki}wii*4w}i4f} 44f44ff}kf}44#Ifi}ffi}}}yfFRyi#}yfi;yy}1k;4#y;4fi;ikf 44if}}fYyflf}ktky{*f{i4lkwakyf 4YY{tf{4{f}}}fif}f{##y#fifktt y}#F4fftf W4*f;}f 4t y♦ EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE $EN DATE DEPT RATE FffFif ffFfff Ff4Ffkfifff ff Fkflf kf kf ff Ylfkfffkfiff lfkfff hffff Yfliflkkikififf4f thif 4fkkf ff FFlRff kWf kki4fff4kFffffYhlfif}ff;lli FiFlfffff 431 1996 DYNAPAC CAISID COMPACTOR EARTHMOV 1996 59811109 W182348 04/29/98 05/31/04 810 45.00 432 1997 DYNAPAC CAI5IPD COMPACTOR EARTHMOV 1997 59811485 W12367 12/29/99 01/31/04 810 45.00 435 REX 3-35 COMPACTOR EARTHMOV 1994 HE1420 W182937 05/01/98 06/30/04 810 60.00 436 REX 3-35 COMPACTOR EARTHMOV 1995 HE1428 W12301 12/14/98 12/31/03 810 60.00 437 REX 3-35 COMPACTOR EARTHMOV 1990 HE1305 W07495 12/14/98 12/31/03 810 60.00 438 1998 CAT 81SF COMPACTOR EARTEMOV 1998 IGN00616 W07452 08/22/00 10/31/03 810 80.00 439 MULTI QUIP RAMAX TRENCH COMPACTOR EARTHMOV 2000 326003 W16248 11/14/00 12/31/03 840 22.00 441 1988 JOHN DEERE 8650 4WD TRACTOR EARTHMOV 1988 RW8650RO09255 LU06872 10/20/98 11/30/03 810 50.00 442 1987 JOHN DEERE 8650 4WD TRACTOR EARTHMOV 1987 RW8650HO08606 LU07060 02/04/99 03/31/04 810 50.00 443 1995 CASE 9280 4WD TRACTOR EARTHMOV 1995 JEE0033628 7838PK 02/26/01 04/30/04 810 50.00 444 JOHN DEERE 8760 4WD TRACTOR EARTHMOV 1990 RW87604002540 8048PK 05/17/01 OS/31/04 810 50.00 445 D350E-II CAT ARTIC TRUCK EARTHMOV 2000 2XWO0291 W12372 11/21/02 01/31/04 $10 55.00 446 D35OE-II CAT ARTIC TRUCK EARTHMOV 2000 2XWO0292 W12373 11/21/02 01/31/04 810 55.00 447 D350E-II CAT ARTIC TRUCK BMT14MOV 2000 2XWO0293 W12374 11/21/a2 01/31/04 810 55.00 448 2000 CAT D300E ART DUMP TRUCK EARTHMOV 2000 SKS00420 W182399 05/12/03 06/30/04 810 55.00 449 1997 CAT D25OE ART DUMP TRUCK EARTHMOV 1997 STNO1190 W182398 05/12/03 06/30/04 810 50.00 450 2001 CAT 3308L EXCAVATOR EARTHMOV 2001 GDR04693 05/12/03 810 451 2000 KOMATSU PC40OLC-6 EXCAVATOR EARTHMOV 2000 A84095. W82058 12/28/00 02/28/04 810 78.00 95.00 452 1999 KOMATSU PC40OLC-6 EXCAVATOR- EARTHMOV 1999 A83243 W12345 12/28/99 03/31/04 810 95.00 454 1999 KOMATSU PC40OLC-6 EXCAVATOR EARTHMOV 1999 AS3240 W16252 12/26/01 12/31/03 640 95.00 45S CAT 325L EXCAVATOR EARTHMOV 1993 OSNK00362 W182438 02/01/95 06/30/04 810 70.00 456 CAT 350L EXCAVATOR BARTHMOV 1995 3KLOO490 W07700 05/1S/97 07/31/03 810 95.00 457 1997 CAT 330BL EXCAVATOR EARTHMOV 1997 6DR00857 W182166 04/08/98 04/30/04 810 78.00 459 1999 CAT M318 WHEEL EXCAVATOR EARTHMOV 1999 SAL02066 W16241 11/30/01 12/31/03 640 55.00 460 KOMATSU PC30OLC-5 EX EARTHMOV 1995 23482 W182167 12/01/95 04/30/04 810 78.00 461 1998 KOMATSU PC30OLC-6 EARTM40V 1998 AB1101 W07453 09/30/98 10/31/03 810 78.00 462 KOMATSU PC150-6 EXCAVATOR EARTHMOV 1998 K30228 W07496 12/14/98 12/31/03 810 40.00 463 KOMATSU PC220LC-6 EXCAVATOR EARTHMOV 1997 A83217 W16303 12/14/96 01/31/04 840 60.00 464 1994 CAT 350L EXCAVATOR EARTHMOV 1994 3MLOO201 W182336 05/01/99 OS/31/04 810 95.00 465 CAT 248 SKID STEER LOADER W/BLADE EARTHMOV 2002 06LZO1382 972HWS 12/20/02 01/31/04 840 30.00 466 1997 CAT 416C BACKHOE EARTHMOV 1997 5YNO0460 W07454 08/22/00 10/31/03 810 40.00 467 1993 CAT 416E BACKHOE EARTHMOV 1993 SZKOOBBO 494AVF 02/15/96 03/31/04 810 40.00 466 CAT 416 LOADER/BACKH EARTHMOV 1992 SPC162S9 W07041 07/01/96 08/31/03 610 40.00 469 CAT 436B LOADER/HACK EARTHMOV 1993 6MJ00289 W12302 07/01/96 12/31/03 810 40.00 470 CRI 14' DRAG BOX EARTHMOV 2001 12/01/01 B10 5.00 471 CAT 426 -LOADER BACKH EARTHMOV 1992 078CO5421 LU05609 02/01/95 06/30/04 840 40.00 472 JD LANDSCAPE TRACTOR EARTHMOV 1995 T0210CE808074 L1106576 03/27/95 06/30/04 810 40.00 473 93 JD LANDSCAPE TRACTOR EARTHMOV 1993 T0210CE788404 LU06118 01/07/97 02/28/04 810 40.00 474 1997 JD 21OLE LANDSCAPE LOADER EARTHMOV 1997 T021OLE829835 LU06088 12/15/97 02/28/04 810 40.00 475 1997 CASE S70LXT LANDSCAPE TRACTOR EARTHMOV .1997 JJG022SO91 LU06090 12/16/97 02/28/04 640 40.00 476 1998 JD 210 LANDSCAPE LOADER EARTHMOV 1996 T021OLE848723 4758YO 09/08/98 10/31/03 810 40,00 477 2000 JD 21OLE LANDSCAPE LOADER EARTHMOV 2000 T021OLES80421 551AVF 03/27/00 04/30/04 010 40.00 478 ROME TRH24-32 DISC BARTHMOV 12TRH-1605 05/07/01 810 5.00 479 ROME TAW24-32 DISC EARTHMOV 1975 12TAW-1343 03/30/01 810 5.00 480 2000 ASV 4810 TRACK DOZER EARTHMOV 2000 ANCO0280 W182337 03/23/01 05/31/04 810 30.00 481 ROME TACW-16 DISC EARTHMOV 2001 STACW-300 03/14/01 840 5.00 482 AMCO 02-2832 DISC EARTHMOV 1999 99030139 LU07091 04/08/99 B10 5.00 483 2000 CAT 248 SKID STEER LOADER EARTHMOV 2000 GLZOO697 986HWS OS/19/03 06/30/04 840 22.00 0 07-11.2003 08:36 - CONNELL RESOURCES INC. BY: DONNA _ 1h}}}h4}kir}wr}!}}4rk}rrkh **. EQUIPMENT MASTER *F4 wr}f{fwWwwfWr.}yf4a;WlW44w PAGE: 7 EQ\LE02EQP *###fYf;*14**;****;f*#**+f{;*;f;W1**!;*4Rf;}****}I***i;1*f hWkklffRWf**;4W;**;lkk*F****i**k**f;;*;;14**}4#**W;****WWk*4*#*4*{*{;y*I!*♦ EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE 484 1999 BOBCAT 86314 LOADER EARTHMOV 1999 514428614 W182169 03/05/99 04/30/04 810 22.00 485 1998 CASE 1845 SKID STEER LOADER EARTHMOV 1998 JAF0250756 W16157 07/13/98 07/31/03 840 22.00 486 1992 GEHL SKID LOADER EARTHMOV 1992 SX16064 W16156 07/08/98 07/31/03 840 22.00 487 1995 BOBCAT 853 LOADER EARTHMOV 1995 512919993 W07042 08/12/96 08/31/03 810 22.00 488 1993 7438 BOBCAT EARTHMOV 1993 509321184 W182439 06/14/96 06/30/04 810 22.00 489 CONNELL LAND LEVELER EARTHMOV HOMEMADE - 09/18/95 810 10.00 490 AMCO DISC WOG2830-BG EARTHMOV 566 09/12/94 810 5.00 491 BOBCAT 853H LOADER EARTHMOV 1995 512816276 LU05611 02/23/95 06/30/03 810 22.00 492 CAT D25 WATER TRUCK EARTHMOV 1984 25DB6884 W192440 04/10/95 06/30/04 810 45.00 493 CAT D35C ARTIC DUMP -WATER TANKER EARTHMOV 1988 02GD00III W182170 07/14/95 04/30/04 810 50.00 494 CAT D35C ARTIC DUMP -WATER TANKER EARTHMOV 1988 020DO0112 W182441 07/14/95 06/30/04 810 50.00 495 1988 D35C ROCK TRUCK EARTHMOV 1988 2GD00106 W12346 02/15/96 03/31/04 810 55.00 496 CAT 621 ROCK TRUCK EARTHMOV 1980 04SP02633 W12368 12/15/98 01/31/04 810 55.00 497 CAT 621 ROCK TRUCK EARTHMOV 1983 45P03571 W12369 12/15/98 01/31/04 810 55.00 498 2002 CAT 348 SKID STEER LOADER EARTHMOV 2002 6LZ01230 W07697 06/11/02 07/31/03 810 22.00 499 1999 BOBCAT 763 LOADER EARTHMOV 1999 512241574 W07448 10/04/02 10/31/03 810 22.00 500 CEDARAPIDS 2246 JAW AGGREGAT 1999 PC224814899 S86BYG 01/31/03 04/30/04 810 337.00 501 ELJAY C54 CONE CRUSH AGGREGAT 1995 41SO895 LU06082 10/02/95 08/31/03 810 421.00 502 CEDARAPID JAWCRUSHER 3042 AGGREGAT 1993 43617 W016349 10/06/93 05/31/04 840 343.00 503 PIONEER 74EVT PORT IMPACTOR AGGREGAT 1997 74-OV-158 W16182 05/08/97 08/31/03 840 465.00 504 EL JAY 1316 PORT CONE/CONTROL HOUSE AGGREGAT 1989 42POI88 753BPK 03/26/98 06/30/04 840 310.00 506 1998 PIONEER 2500 PORT IMPACTOR AGGREGAT 1998 400119 W12370 12/29/99 01/32/04 810 596.00 507 FEEDER/SURGE HOPPER AGGREGAT 1991 31591A LU3790 02/28/91 03/31/04 810 15.00 508 CONTROL HOUSE AGGREGAT 1975 BLW525635 L40111 03/06/91 03/31/04 810 40.00 509 CONTROL PANEL AGGREGAT 1991 12550§1 04/01/91 810 510 SCREEN PLANT AGGREGAT 12/03/81 810 4.00 512 EL -JAY PORT SCREEN PLANT AGGREGAT 1972 43E1093 LU4779 07/20/93 05/31/04 810 25.00 513 EL -JAY PORT WASH PLANT AGGREGAT 1963 43H381 071DCW 07/13/89 02/19/04 840 187.00 514 1999 JCI 6163-32 SCREEN DECK AGGREGAT 1999 99H03S32 985HWS 02/09/99 06/30/04 840 20.00 515 CRI SCREEN DECK AGGREGAT 1996 96HOIE32 LU06141 11/01/96 04/30/04 810 317.00 516 EL JAY PORT SCREEN PLANT 56230DB AGGREGAT 1994 4310994 LU06058 04/07/97 05/31/04 810 25.00 S17 WAZEE ELECTRIC PANEL AGGREGAT 1994 NONE 04/07/97 840 5.00 518 CRUSHER CONTROL HOUSE AGGREGAT 1978 04078 WZ0704 09/30/00 02/28/04 810 519 CEDARAPIDS SF12.SURGE FEEDER AGGREGAT 2000 49549 W82066 12/31/02 02/28/04 810 520 POWERSCREEN COMMANDER AGGREGAT 1989 S103890 LU3748 10/25/91 01/31/04 $40 37.00 521 CEDRPDS SURGE FEEDER AGGREGAT 43792 07/15/93 B40 10.00 522 FASTEC GX20 3 DECK WASH PLANT AGGREGAT 2001 6203TWI9101 595BYG 03/27/02 04/30/04 010 78.00 523 CRI FEED HOPPER AdGREGAT 2002 523CRI W12375 91/16/03 01/31/04 810 15.00 525 SUPERIOR 36"X70' RADIAL STACKER AGGREGAT 2002 3992A W12371 12/31/02 01/31/04 810 526 PEERLESS 30"X110' RADIAL CONVEYOR AGGREGAT 1997 23437 984HWS 03/27/02 06/30/04 840 527 SUPERIOR 30'X60' QT6➢ CONVEYOR AGGREGAT 2000 4075, W182171- 03/27/02 04/30/04 810 528 SUPERIOR 30"X60' QT6➢ CONVEYOR AGGREGAT 2000 4074 W64527 03/27/02 OS/31/04 840 529 SUPERIOR 30"X110' POWER STACKER AGGREGAT 2000 3464 979HWS 03/27/02 04/30/04 840 530 SUPERIOR 30"X60' QT60 CONVEYOR AGGREGAT 2000 3999 W064523 03/27/02 05/31/04 840 531 EAGLE ROCK WASHER AGGREGAT 10/11/83 810 5.00 532 CEDARAPIDS 30" X 60' CONVEYOR AGGREGAT 1998 47743 W182442 05/05/00 06/30/04 810 5.00 533 EAGLE TWINSCREW WSHR AGGREGAT 1976 9763 LU06079 10/04/85 05/31/04 840 15.00 534 CEDARAPIDS 30"960' CONVEYOR AGGREGAT 1998 47530 W16245 12/14/98 12/31/03 840 5.00 07-11-2003 08:38 CONNELL RESOURCES INC. BY: DONNA ' h;rtt;+h;iw+;i;wi4+#h;;x+ix •** EQUIPMENT MASTER *** PAGE: 8 EQ\LE02EQP EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE 535 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47101 W82060 12/14/98 01/31/04 810 5.00 536 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47100 W07497 12/14/98 12/31/03 810 5.00 537 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47098 W16246 12/14/98 12/31/03 840 5.00 538 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1997 46587 W07498 12/19/98 12/31/03 810 5.00 539 EL JAY 36"X27, REJECT CONVEYOR AGGREGAT 1994 43H0494 W07001 04/07/97 07/31/03 610 5.00 540 PEERLESS CONVEYOR AGGREGAT 1977 13153E LU1813 01/08/80 12/31/03 940 7.00 541 PORT STK CONVYR 24"X50AGGREGAT 1980 OLU2153 LU2163 04/01/80 12/31/03 840 10.00 542 24"X50'CONVEYOR AGGREGAT 1991 9138001 980HWS 12/08/93 07/31/03 810 4.00 543 PEERLESS RADIAL STKR AGGREGAT 1994 22609 LU05608 02/17/95 06/30/04 810 10.00 544 N C RIPPLE BELT FEED AGGREGAT 1984 49664 W16250 05/00/84 12/31/03 840 10.00 545 CDRPDS 30"X60' CONVYR AGGREGAT 1994 44375 W182443 02/17/95 06/30/04 810 5.00 546 CDRPDS 30"X60' CONVEYOR AGGREGAT 1994 44377 W182444 02/17/95 06/30/04 410 5.00 547 CEDARAPID CONVEYOR AGGREGAT 1994 44372 W162172 02/15/96 04/30/04 610 5.00 549 PEERLESS CONVEYOR AGGREGAT 1971 11462C LU3166 OS/16/88 12/31/03 640 4.00 549 CEDARAPIDS CONVEYOR AGGREGAT 1993 44075 W182173 02/15/96 04/30/04 810 5.00 SSG PEERLESS CONVEYOR 24"X50' AGGREGAT 1971 11462A LU3165 05/16/88 12/31/03 640 4.00 551 PEERLESS 30"X100'CONVEYOR AGGREGAT 21887 12/01/93 640 5.00 552 CEDARAPIDS CONVEYOR AGGREGAT 1994 44374 W182174 02/15/96 04/30/04 810 5.00 553 CEDARAPIDS CONVEYOR AGGREGAT 1994 44373 W182175 02/15/96 04/30/04 810 5.00 554 CEDARAPIDS CONVEYOR AGGREGAT 1993 44072 W162176 02/15/96 04/30/04 810 5.00 555 PEERLESS 30"XSO'CONVEYOR AGGREGAT 1984 20121 989CXC 03/22/91 01/31/04 810 5.00 556 CEDARAPIDS 301OX60'CONVEYOR AGGREGAT 1990 41828 W16330 03/22/91 03/31/04 040 5.00 557 CEDARAPIDS 30NX601CONVEYOR AGGREGAT 1990 41812 W12347 03/22/91 03/31/04 810 5.00 SSE CEDARAPIDS 36"X60'CONVEYOR AGGREGAT 1990 4183.6 W12348 03/22/91 03/31/04 810 5.00 559 CEDARAPIDS 361IX60'CONVEYOR AGGREGAT 1990 41817 W12349 03/22/91 03/31/04 810 5.00 560 CEDARAPIDS 36OX601CONVEYOR AGGREGAT 1990 41015 W123SO 03/22/91 03/31/04 810 5.00 561 EL -JAY CONVEYOR 12'X30" AGGREGAT 1991 ID26001852CO WZ01046 09/05/91 10/31/03 840 4.00 562 PEERLESS 30"X60' CONVEYOR AGGREGAT 1990 21620 594EYO 03/03/93 04/30/04 810 5.00 563 PEERLESS 30'X90' CONVEYOR AGGREGAT 19498 07/16/93 840 6.00 564 CEDARAPIDS 36"X60' CONVEYOR27 AGGREGAT 1993 43686 W07648 12/01/93 06/30/03 840 5.00 565 CEDARAPIDS 306'X60' CONVEYOR AGGREGAT 1993 43689 W16171 12/01/93 08/31/03 $40 5.00 566 CEDARAPIDS 30'X60' CONVEYOR AGGREGAT 1993 43886 W182338 07/16/93 OS/31/04 810 5.00 567 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1993 43887 W182339 07/16/93 05/31/04 810 5.00 568 CEDARAPIDS 30"00' CONVEYOR AGGREGAT 1993 43888 W064525 07/16/93 OS/31/04 840 5.00 569 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1993 43889 W064557 07/16/93 05/31/04 840 5.00 570 HOWE-RICHARDSON SCALE 70'-CT AGGREGAT'1995 73.03851/H309875 08/01/95 840 10.00 571 FAIRBANKS SCALE -SE ASPHALT AGGREGAT 1995 H248720 04/26/95 840 15.00 572 CARDINAL SOT SCALE-TIMNATH CONNELL AGGREGAT 1991 C70358 10/28/93 810 10.00 573 FAIRBANKS SCALE -CAMILETTI AGGREGAT 7656F 05/27/86 840 6.00 $74 FAIRBANKS PORT SCALE - TELLIER AGGREGAT O826200TT/H581833 840 10.00 575 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47526 W16243 12/14/98 12/31/03 040 5.00 576 CEDARAPIDS 30"X60' CONVEYOR AGGREGAT 1998 47525 W16240 12/14/98 12/31/03 840 5.00 577 CEDARAPIDS 30"00' CONVEYOR AGGREGAT 1998 47524 W16247 12/14/96 12/31/03 840 5.00 570 CEDARAPIDS 36"160' CONVEYOR AGGREGAT 1998 47512 W16244 12/14/98 12/31/03 640 5.00 579 CEDARAPIDS 301100' CONVEYOR AGGREGAT 1997 46585 W16242 12/14/98 12/31/03 840 5.00 580 CRI SCALE CONVEYOR AGGREGAT 1998 07/01/99 840 5.00 581 CUMMINS DRr300 GEN AGGREGAT 1991 91427 W016352 07/01/93 05/31/04 840 20.00, 583 CAT 3306 GENERATOR AGGREGAT 1998 09NRO2209 W182177 12/23/98 03/31/04 840 30.00 07 - 11 -2003 08:38 CONNELL RESOURCES INC. 3Y: DONNA Ytthr {a wwRrhYw*aWhahw{aYYY EQUIPMENT MASTER +++ }}i}}ra rh 4fi ai;}rrh}k}Yh}ii PAGE: 9 EQ\LE02EQP ♦**W**i***W*#*******Yi**YY*RR*Yr**k4Y***}*{itR4#*W{*fi**YYt*{W{***r**i*rY*1F****Fa*Y**};ar{i{*R*iYW**W*;{*kiY*4Y*t*;**Yk****iYY#{Y*t♦ EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE BEN DATE DEPT RATE 584 CAT 3306 GENERATOR W/ TRAILER AGGREGAT 1999 09NR03050 W16139 05/01/99 06/30/03 810 30.00 585 MAXILITE MLA4H PORTABLE LIGHT AGGREGAT 1994 940850 LU06091 12/12/97 02/28/04 810 2.00 566 MAXILITE ML4H PORTABLE LIGHT AGGREGAT 1994 940857 LU06092 12/12/97 02/28/04 B10 2.00 587 CAI WEIGH BELT AGGREGAT 2002 CRI587 W07698 06/30/02 07/31/03 810 590 RIP RAP GRIZZLY AGGREGAT 12/15/88 810 S91 SCREEN TRAILER AGGREGAT 1985 1D061382000 L29941 09/07/89 06/30/04 810 601 ASTEC PORTABLE ASPHALT PLANT ASPHALT 1989 89 054 596BYG 12/09/02 04/30/04 810 350.00 602 CRI WEIGH BELT ASPHALT 2001 602 W16175 08/31/03 840 603 CRI PUGMILL & SCALPING DECK ASPHALT 2001 603 W16174 06/15/01 08/31/03 840 604 CEDARAPIDS PUGMILL ASPHALT 42426/42427 07/24/90 810 105.00 605 CEDARAPIDS E400 PORT DRUM ASPHALT 2000 699131 03/10/00 B10 500.00 606 30000 GALLON DELTA STORAGE TANK ASPHALT 1979 112441 05/10/00 B10 607 24000 GALLON EATON STORAGE TANK ASPHALT 1962 P6852 05/10/00 B40 608 SB ASPHALT CONTROL HOUSE ASPHALT 2000 04/15/00 840 609 DISCHARGE CONVEYOR ASPHALT 1999 CRIS09 W123SI 07/15/99 03/31/04 810 610 ASPHALT CONTROL PANEL ASPHALT 03/31/96 B10 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 B10 616 (3) 200T STD HAVEN ASPHALT SILO ASPHALT 1997 03/30/97 B10 611 100T PITSAVER ASPHALT SCALE ASPHALT 1997 500397 04/07/97 B10 618 SIX BIN FEEDER ASPHALT 1997 OS/31/97 B10 619 CAT 3412 GENERATOR ASPHALT 2000 02WJ00485 W182178 03/21/00 04/30/04 810 620 EZ BLEND COMP 0630) ASPHALT 1996 05/20/96 840 621 CAT 3508 GENERATOR W/ TRAILER ASPHALT 1999 23ZO740S S85BYG 02/25/03 04/30/04 810 250.00 622 2003 TJ-7S JOHN DEERE GENERATOR ASPHALT 2003 1627 W182332 04/14/03 05/31/04 $10 623 DUSTEX RA1540 BAGHOU ASPHALT 1974 728043 WZ00974 03/28/94 04/30/04 840 626 GENTEC HEAT EXCH ASPHALT 1995 03835695 03/15/95 810 627 CEI 1500A OIL HEATER ASPHALT 1995 H109295 05/22/95 840 626 STD HAVENS ASPH SILO ASPHALT 1995 07/01/95 840 629 PC ASPHALT PLANT SETUP ASPHALT 1997 06/01/97 810 630 CMI PTD300 PORTABLE DRUM ASPHALT 1997 04/30/97 840 400.00 631 SB ASPHALT PLANT SETUP ASPHALT 1997 07/01/97 840 633 BG-22S PAVER ASPHALT 1986 BG225-X161 W064554 06/17/93 06/30/04 840 55.00 634 2001 LEE BOY 8500 PAVER ASPHALT 2001 2623LD W107479 09/2S/01 11/30/03 610 55.00 636 CR461 PAVER ASPHALT 1994 443S5 W182445 09/15/94 06/30/04 810 05.00 636 GILCREST 613 PRO PAVER ASPHALT 1996 2558 W182340 04/07/97 05/31/04 840 45.00 637 TOPCON ELECTRONIC LASER ASPHALT 2000 13232 09/22/00 B10 636 1996 CAT NE851B PICKUP MACHINE ASPHALT 1996 SBC00263 LU07135 - 09/22/98 08/31/03 840 40.00 639 CMI PR-500 PROFILER ASPHALT 1990 519105 W182341 04/25/97 05/31/04 810 350.00 640 CS 8200 PROFILOGRAPH ASPHALT 1996 6200-186-96 OS/28/96 $40 100.00 641 GRAYCO LL 5000 STRIPER ASPHALT A2573 06/01/96 840 10.00 642 POWER CURBER 150 ASPHALT 1997 IS00997890 W107480 09/17/97 11/30/03 810 100.00 643 2001 CAT APIOSSB PAVER W/PICKUP MACHINE ASPHALT 1999 9EK00312 W07047 07/17/02 08/31/03 810 125.00 $44 2001 CAT AP1055B PAVER ASPHALT 2001 A13800338 CAT FINANCIAL 03/23/01 OS/31/04 810 95.00 645 1978 SLAW KNOX SHOULDERING MACHINE ASPHALT 1978 756003 W07043 04/05/99 08/31/03 810 35.00 07-11-2003 08:39 CONNELL RESOURCES INC. PAGE: 10 BY: DONNA EQ\LE02EQP }w+tawhwaRwhra#4aa}aYwwaRx «wR EQUIPMENT MASTER ahw Axaa++xxxwwk+awwf«xw4+w++a 4;4i44};i4i;iihhYYl4hki#'hk;4;}4k;4M44;4Y4;;i4kh*#h«}*ih;44;kWx44*h*f*4i44*}4*#44R*#4*i44;4;44#Yif;;4WRkk4#hka;;44*h#}h;ik4«;R4;Y;4h* EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE 646 1997. CAT AP1055B PAVER ASPHALT 1997 BBM00206 W16197 09/14/01 09/30/03 840 95.00 647 1997 CAT CB224 C ASPHALT ROLLER ASPHALT 1997 3AL00895 W064524 02/01/99 05/31/04 840 22.00 648 1997 HYPAC 530A RUBBER ROLLER ASPHALT 1997 A091C45480 W12353 01/27/98 03/31/04 810 30.00 549 1993 HYSTER C340C ROLLER ASPHALT 1993 C146C3149F W182446 04/01/96 06/30/04 810 22.00 650 TOPCON ELECTRONIC LASER ASPHALT 2000 12961 10/20/00 840 651 HYSTER PNEUM ROLLER ASPHALT 1923 A91C3686G LU0SS48 12/12/86 12/31/03 810 22.00 693 DYNAPAC CC10 DRUM CO ASPHALT 1985 586004 W16180 12/01/93 08/31/03 840 20,00 654 DYNAPAC CC101 ROLLER ASPHALT 1990 61310207 W182447 12/01/93 06/30/04 810 20.00 655 1997 HYPAC C530A PNEUM ROLLER ASPHALT 1997 A09IC4549U 52SAVF 02/28/00 03/31/04 810 30.00 656 2001 CAT CB434C SMOOTH DRUM ROLLER ASPHALT 2001 4DN00421 CAT FINANCIAL 06/20/01 05/31/04 610 45.00 657 HYSTER C766B DRUM ASPHALT 1994 B20SC199SR W182448 02/17/95 06/30/04 810 50.00 658 HYSTER C766B DRUM CO ASPHALT 1995 B209C1901P W064555 02/17/95 06/30/04 840 50.00 659 HYSTER C530A PNEU CO ASPHALT 1994 A09IC4202P LU05607 02/17/95 06/30/04 810 30.00 660 CAT CB434 DRUM COMP ASPHALT 1991 03TF00069 W064556 02/01/95 06/30/04 840 45.00 661 HYSTER PNEU COMPCTR ASPHALT 1971 4271R LU05606 04/19/95 06/30/04 840 30.00 662 1996 DYNAPAC CC122 VIBR ROLLER ASPHALT 1996 60112158 W12354 11/13/97 03/31/04 810 20.00 663 1996 DYNAPAC CC122 VIBR ROLLER ASPHALT 1996 60112070 W16312 11/13/97 02/28/04 840 20.00 665 MELROE PLANER ASPHALT 400101228 09/15/96 810 666 INC RAND SD-70D ROLLER ASPHALT 1996 14SO77 WZO1001 12/01/98 01/31/04 840 70.00 661 ING RAND DD-32 ASPHALT ROLLER ASPHALT 1999 IS9548 W07002 L - 06/09/00 07/31/03 610 26.00 672 BROCE BROOM ASPHALT 1985 2432 LU4484 08/12/93 08/31/03 840 20.00 673 BRUCE BROOM ASPHALT 1986 2961 LU07199 04/06/95 06/30/04 810 20.00 674 ROSCO CHALLENGER BROOM ASPHALT 2000 37007 962AVG 11/20/00 12/31/03 840 30.00 675 JOHNSTON 2-4000 SWEEPER ASPHALT 2000 1J9VM4H32YC172027 653BYG 02/01/02 03/31/04 610 40.00 676 BRUCE RJ-350 BROOM ASPHALT 2001 401061 654BYG 02/01/02 03/31/04 610 20.00 678 1992 CHEVY W/TEMP 210 SWEEPER ASPHALT 1992 IGBJC34KSNE162875 WZ00962 01/27/98 03/31/04 840 35.00 660 CRI LIME TANK ASPHALT 1994 12/01/94 B10 8.00 601 CRI LIME TANK ASPHALT 1995 06019599CO L056622 08/01/95 07/31/03 840 8.00 682 CHILDERS ASPH TANK ASPHALT 1966 0966-0765 12/02/94 810 683 CEI ASPHALT TANK ASPHALT 1995 T6119S 05/22/95 640 604 25000 GAL HOT OIL STORAGE TANK ASPHALT 1973 23570 12SEUY 05/25/01 11/30/03 840 690 STEPHENCANFIELD CURB ASPHALT 641192 840 10.00 692 GAC CUB 300T FAB MAC ASPHALT 1995 004 08/22/95 840 5.00 693 MBW GP3000-15 CMPCTR ASPHALT 1995 1353600 810 1.00 694 CIMLINE 8206 APPLIC ASPHALT 1994 93250321 934AVG 05/31/04 840 20.00 698 DISTRIB SPRAY POT ASPHALT 1993 1130 933AVO 09/03/93 05/31/04 $40 5.00 701 GORMAN RUPP 3" PUMP SUPPORT 658876 06/19/78 810 3.00 702 TRASH PUMP 3" SUPPORT 07/09/80 840 5.00 704 GORMAN RUPP 6" PUMP SUPPORT 1993 1002835 LU4858 10/25/94 11/30/03 010 6.00 705 GORMAN RUPP 4" PUMP SUPPORT 695646 02/10/86 B10 6.00 706 GORMAN RUPP 4" PUMP SUPPORT 1986 853335 10/01/86 810 6.00 707 GORMAN RUPP 4" PUMP SUPPORT 779190 10/01/86 840 6.00 708 HONDA TRASH PUMP SUPPORT 1993 WAF-1009879 04/15/93 810 6.00 709 GOULD SUBMERS PUMP SUPPORT 1995 OCT 95-133 06/01/95 810 6.00 710 GODWIN 6" SILENT PACK PUMP W/TRAILER SUPPORT 2001 24095 75 619BYG 03/28/03 05/31/04 810 8.00 711 MONARCH WATER GUN SUPPORT 03/30/88 810 8.00 712 GORMAN RUPP 2" PUMP SUPPORT 898289 06/09/89 810 5.00 713 GORMAN RUPP PUMP SUPPORT 918123 06/2l/B9 810 6.00 07-11-2603 08:38 CONNELL RESOURCES INC BY: DONNA w 44R4fIx4witMir#{}}*Mrl41w •wR EQUIPMENT MASTER •*• *}4Ri*4}R}i xxiii}ii*}}Xiif PAGE: 11 EQ\LE02EQP YR#WiMR RItWff#R*RfWWRM#Y RRkRRtRk4WWt4#WhMR RR4{!Mf#f WMW4kRRhkiW#Wf XMV{RtiWfh4WhWMW}R*RMRR}kVWkiRWW WhWtiWfRRi#}RWt#Whf {R#tRhRttf #W t{!4 EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE HEN DATE DEPT RATE WfRW#RRlftlfxWW#1}f#tkftfYR11RRWWWkW#kVWRtht t#ktWW##WWh{##M##WWMWWVWt4}MtV4V#WWtRWRRtRWttR4W4WitWt4RlfYthRV RVRxWVW#}4t##{4f#f xtR RWW• 719 2000 GAL SKI➢ TANK SUPPORT 06/20/94 810 3.00 720 2000 GAL SKID TANK SUPPORT 1980 JOB6361 W16251 08/31/83 12/31/03 840 3.00 121 SKID FUEL TANK HMADE SUPPORT 07/07/87 B10 2.00 722 SKID FUEL TANK SUPPORT 12/01/91 S10 2.00 730 ING/RAND P185 COMPRESSOR SUPPORT 1996 259365VIG321 956CXC 04/25/02 07/31/03 810 10.00 731 GRUNDOAIR 70 AIR COMPRESSOR SUPPORT 2000 60137 07/28/00 B10 5.00 732 1993 CAT 3412 GENERATOR SUPPORT 1993 SIZ13418 W07044 04/11/95 08/31/03 810 30.00 733 ING RAND P-185 COMP SUPPORT 1992 204004U328 LU05648 07/01/96 08/31/03 810 5.00 734 ING RAND P-185 COMP SUPPORT 1993 230212UCD328 LU05668 07/01/96 09/30/03 810 10.00 135 ,ING/RAND PISS COMPR SUPPORT 1991 189407U9132B LU4810 03/19/95 04/30/04 810 10.00 736 ING/RAND COMPRESSOR SUPPORT 1986 142834 WZ00911 03/11/88 05/31/04 840 10.00 737 ING/RAND COMPRESSOR SUPPORT 1986 15452SU86957 LU3611 03/11/88 12/31/03 810 10.00 130 HIXON 1165-1 PIPE LASER SUPPORT 1995 01/25/96 BIG 2.00 739 L500 ELECTRONIC LEVE SUPPORT 1996 7563/29121 05/01/96 810 740 L500 ELECTRONIC LEVEL SUPPORT 1997 12033/45504 04/24/97 810 741 L520 ELECTRONIC LEVEL SUPPORT 1997 1585/54146 09/26/97 810 743 NORTON 13HP SAW SUPPORT 1997 97B00781 OS/19/97 810 10.00 745 ASPHALT CUTTER SUPPORT 07/25/80 810 5.00 746 TOPCON TP-L3 PIPE LASER _ SUPPORT 2000 PY1062 06/01/00 910 747 COLEMAN FORKS MOD J6 SUPPORT 1966 03/26/86 810 146 PAVIFA PETROMAT MACH SUPPORT FU50088104 610 20.00 749 BUILDING PAD LASER SUPPORT 2000 22629 09/18/00 B10 750 GPS LAYOUT SYSTEM SUPPORT 2001 05/11/01 810 25.00 751 2001 JOHN DEERE 6X4 GATOR SUPPORT 2001 W006X4X059690 11/13/01 BIG 152 PANASONIC PIIX TOUGHBOOK 34 COMPUTER SUPPORT 2001 1OKSA03688 11/07/01 810 755 CONCRETE FORMS SUPPORT 1981 10/20/81 840 771 MEW PLATE COMPACTOR SUPPORT 1996 1571321 NA 05/01/96 810 10.00 773 VIBROMAX COMPACTOR SUPPORT 640330171 07/01/82 B10 5.00 774 CASE PLATE COMPACTOR -SUPPORT 1987 0840021905 04/10/87 B10 5.00 775 MIKASA COMPACTOR SUPPORT T2012 01/01/89 810 5.00 776 SRNS BACKFILL TAMPER SUPPORT O1/01/89 810 5.00 177 ACTION 9YD TRENCH BOX SUPPORT 2002 A020111 07/18/02 810 2.00 779 ACTION COMPACTION WHEEL SUPPORT 1993 6400W-X-06 01/01/96 BIG 2.00 779 ACTION 364EBC WHEEL SUPPORT A930102 01/22/93 B10 780 MBW ASPH COMPACTOR SUPPORT 1567963 04/28/93 840 5.00 781 ING/RAND GENERATOR SUPPORT 1988 166667UB8802 LU06829 03/09/95 04/30/04 810 25.00 782 2002 MULTIQUIP GENERATOR SUPPORT 2002 7700253 W064558 05/06/03 06/30/04 840 793 1997 CAT 3512 GENERATOR SUPPORT 1997 2DN00948 W62059 12/03/02 02/28/04 840 30.00 184 CAT 3406E GENERATOR SUPPORT 1993 02WBI3221 W16181 07/01/96 08/31/03 840 30.00 185 CAT 3412 GENERATOR. SUPPORT 1993 OlZI4890 16179 07/01/96 08/31/03 840 30.00 166 1994 CAT 3412 GEN SET SUPPORT 1994 81ZI6073 W07449 01/01/96 09/30/03 010 30.00 781 1995 MULTIQUIP 68KW GENSET W/ TRAILER SUPPORT 1995 4AGHUISDGSCO20953 LU07059 02/13/99 03/31/04 810 30.00 786 LANDA PRBSSURE WASHER SUPPORT 1999 P0399 12649 W01003 06/11/99 07/31/03 810 2.00 789 1982 JOHN DEERE 2240 6 DISK SUPPORT 1982 432647 LU06089 01/16/98 02/28/04 810 15,00 790 TRENCH CAGE SUPPORT 06/01/75 840 2.00 791 TRENCH BOX SUPPORT - W00061431 2SP 04/01/01 B10 2.00 792 SEARS SNOWBLOWER SUPPORT 1994 325206675 01/01/94 840 2.00 793 JOHN*DEERE SNOWBLOWER 1032D SUPPORT 1996 M010320164130 12/24/96 840 5.00 SECTION 00020 INVITATION TO BID 07-11-2003 08:38 CONNELL RESOURCES INC. PAGE: 12 By: DONNA - .EQ\LE02EQP wY« EQUIPMENT MASTER «;w w}hww♦hwa}+w#YhwYY«YihYriY ttt*tffY4#F###tk#k**kk4N#t1#htth tlt*#iRt#ttiflt*Fftkf Ylttfhth}thF;FtYY#}#*kft;ht*;####ithitWktifRt4#ihi#*litt4 ktl*t#t*#F#4iF##thF#th EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE i##*ift##t*kh##tFt#*#tN NhfYhY###4#######hikf#*######*fff ih klF;#t#W#; ktfh####W4it#tt#ti#ttF#*fY#*W##*4ht**tYf t*;*#t#4R#t*4FFt*ftt*t#t 794 RYLAND 9' HYD ANGLE PLOW SUPPORT 1996 7296 12/17/96 640 5.00 795 BX8 SINGLE WALL BOY. SUPPORT 88-4SW 01/01/93 810 796 B' NORTHERN SNOWPLOW SUPPORT 913-023 02/11/94 840 797 CONFINE ENTRY TEST SUPPORT 1994 04/01/94 810 2.00 798 PRESSURE WASHER SUPPORT 1994 PHW5-20021Q 06/14/94 840 2.00 799 12" DEMO SAW SUPPORT 09/08/95 810 2.00 g00 LANDA WASHER SHOP 56998 02/13/79 810 2.00 802 HOSE PRESS EQUIPMENT SHOP 6V6015 & 6V4860 02/01/86 810 803 WIGGINS FORKLIFT SHOP 1980 374655 LU3016 09/09/87 12/31/03 810 15.00 $04 1988 P&H 22 TON CRANE - SHOP 1988 55025 LU06644 07/08/98 07/31/03 810 50.00 805 KOEHRING MOTOSUG FOR SHOP W2180 B10 807 FUEL MANAGEMENT SYSTEM SHOP 1996 06/27/96 B10 809 GRAY 2100 TIRE MACHINE SHOP 1999 81-001119 04/19/99 B10 909 1999 PROSIGNA NOTEBOOK COMPUTER SHOP 1999 1V93CTM4SIC3 05/06/99 B10 BID AUTO CRANE UNIT #061 SHOP 1998 404000104AAM0998 207455 10/01/96 10/31/03 810 811 EMC 100E PARTS WASHER SHOP 0441798 06/11/99 810 012 2000 COMPAQ NOTEBOOK COMPUTER SHOP 2000 3JOCDPS4F420 12/22/00 B10 813 2000 COMPAQ NOTEBOOK COMPUTER SHOP 2000 3JOCDPB4F425 12/22/00 B10 814 2000 COMPAQ NOTEBOOK COMPUTER SHOP 2000 3JOCDPB4F41Y 12/22/00 810 015 FUEL TANKS & PUMPS SHOP 02/12/01 810 816 ENCO RADIAL DRILL PRESS SHOP 87986 08/28/02 810 629 1995 CAT RC60 FORKLIFT SHOP 1995 2PJ00764 147BPK 01/17/01 02/28/04 810 830 MILLER WLDR & FEEDER SHOP 1981 900505 07/20/81 810 10.00 831 LINDE FEEDER WELDER SHOP BBID-26709 06/02/87 810 834 MILLER BIG 40 WELDER SHOP 72-604289 02/11/94 840 835 SA-200 LINCOLN WELDER SHOP 761291 09/16/96 810 836 LINC CLASSIC II WELDER A/P SHOP 1997 U1970305SOO W07004 04/04/97 07/31/03 810 837 LINO CLASSIC II WELDER PIT SHOP 1998 U1980709097 W07499 11/03/90 12/31/03 810 839 BORTECH/YORK WELDER AND BORER SHOP 2001 010758210 12/05/01 810 10.00 840 PREDATOR PRO WELDER SHOP 2002 G0010230101D 04/12/02 810 641 LINCOLN K1406 4 WELDER SHOP 2001 UIOIO111258 W07046 10/12/01 08/31/03 810 070 STORAGE SHED NO SHOP 04/01/97- 810 $90 WASTE OIL HEATER SHOP 1994 WO-F35OUL 11/23/94 840 907 CAT 140H GRADER- WAGNER RENTAL 2ZK3667 07/08/02 B10 55.00 914 INTL TANDEM DUMP (SCHWARTZ) RENTAL 810 25.00 915 95 FORD PICKUP RENTAL 1995 lFTEX14N4SKB835G7 12075W2 10/31/03 840 6.00 926 1995 SEALMASTER SEALCOAT - TC RENTAL 1995 926 947AVG 06/02/00 06/30/04 840 20.00 927 66 FORD WATER TRUCK-TC RENTAL 1966 NEERGICS97 11859WZ 06/30/03 840 10.00 926 66 TRAILMOBILE VAN-TC RENTAL 1966 AIIAIAARC60131 R114101 06/30/04 840 2.00 929 77 CREV IT FLATBED-.TC RENTAL 1977 CCL337VI41191 1186OWZ 06/30/04 840 15.00 550 HYPAC C530AH ROLLER POWER EQUIP RENTAL 901A22202047 LEASED 06/09/03 810 30.00 951 HYPAC C766C ASPHALT ROLLER POWER EQUP RENTAL 90IC20902500 LEASED OS/22/03 840 SOA0 953 HYPAC C779 ASPHALT ROLLER RENTAL B215C1651V LEASE 05/05/03 840 50.00 954 CAT C8534 ASPHALT ROLLER RENTAL 810 45.00 957 CAT 236 SKID STEER LOADER RENTAL 04YZ00390 06/02/03 840 30.00 981 CRUSHING SPREAD RENTAL VARIOUS 05/OS/03 12/31/9S 840 310.00 1006 MINOLTA 5600 FAX OFFICE 2001 03/19/01 810 1008 DESIGN JET 455CA PLOTTER OFFICE SC92JI1044 07/09/99 810 -11-2003 08:36 CONNELL RESOURCES INC. PAGE: 13 : DONNA EQ\LE02EQP ixww+xrwafiaaalflRwYr!lwfilf r«♦ EQUIPMENT MASTER ••" «hRlYwrr#*x*aawYYa+aa!lff4 1*iki4*4i*ii#ik*R4i tf#*4*4fYh*i*i4ih4i4i44*144Y#Y##i*#k*k*R4**444#***Yik4*kk4*4ifi*ki4*ki4i444R4R4#i*R#*#*##t#*1}*#Y44YF4ii4i4Ri*R! EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE ♦#}}*iik4*YY#4i*i*kk}4t4rk*!t1*f444YY4aY44Y wi4*#4*iR4Y4#i#1*ttlh!*Y1441fi**#*A##**#f*#**#*ki4t44**#Y4i4i*iti#1##*aiki4i4rtt*f 41**R* 1009 BROTHERS MFC-4550 FAX MACHINE OFFICE 02/16/97 810 1012 TI 8920 PRINTER OFFICE 1993 47BI930046 12/23/93 810 1016 NEC 480 FAX MACHINE OFFICE 1995 G19RS60779 02/15/95 810 1018 EDGE GRAPHICAL SYS OFFICE 1995 06/01/95 810 1019 GTCO TABLET W/CONT OFFICE 1995 36486TA0495-007 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 B10 1023 HP LASER PRINTER OFFICE 1995 12/12/95 810 1027 VERTEK P133 COMPUTER GN OFFICE 1995 12/15/95 B10 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 SB OFFICE 1997 T31796 11/07/97 810 1039 TRADEMARK P166 COMPUTER JD OFFICE 1997 ISOH177674 12/01/97 940 1040 ACCT MODULAR DESK(3) OFFICE 1996 03/19/96 B10 1041 OFFICE CHAIRS (12) OFFICE 03/29/96 B10 1042 MGR OFFICE DESK (3) OFFICE 04/18/96 B10 1043 MANAGER CHAIR OFFICE 05/09/96 B10 1044 ACCOUNTING MODULAR DESK OFFICE 1997 06/25/97 B10 1045 ESTIMATING DESK & TABLE OFFICE 1997 11/26/97 810 1046 ACCOUNTING MODULAR DESK OFFICE 04/23/98 810 1047 RON METRO CLASSIC DESK _ OFFICE 08/07/98 B10 2048 VARIOUS OFFICE CHAIRS OFFICE 09/29/98 810 1049 SECRETARY DESK & RETURN OFFICE 09/18/98 810 1050 TRADEMARK P233 COMPUTER CAM PIT OFFICE 1998 18OJ280937 02/18/98 840 3.051 ACT P233 COMPUTER SM OFFICE 1998 ACT T032779 02/17/98 810 1052 ACT P350 COMPUTER AA OFFICE 1998 T034189 08/06/98 810 1053 ACT P300 COMPUTER DR OFFICE 1998 T034191 08/06/98 B10 1055 1998 COMPAQ NOTEBOOK COMP OFFICE 7808534R 08/10/98 810 1056 TRADEMARK P333 COMP BF OFFICE 18OJ980082 - 10/02/98 840 1060 OKIDATA ACCOUNTING PRINTER OFFICE 04/17/98 B10 1064 GE MDS MOBILE RADIO OFFICE - 9162781 04/26/93 B10 1066 MOTOROLA MTX810.(2) OFFICE 191ASL2051/2052 02/11/94 840 1067 NEC/INTERWEST TELEPHONE SYS OFFICE 1996 02/21/96 810 1069 LASERJET-3100SE FAX/PRINTER OFFICE 1998 USS8015267 - 04/14/98 810 , 1069 VODAVI TRIAD PHONE & VOICE MAIL OFFICE 09/10/98 840 1070 1996 MAXON TRUNKS➢ RADIO OFFICE 1996 06/10/96 810 1071 MAXTRAC 000 BASE RADIO OFFICE 1996 06/01/96 840 1072 ADDITIONAL PHONES / PHONE CARD OFFICE 2000 07/29/00 810 1073 OFFICE CHAIRS OFFICE 10/20/00 B10 1080 AGTEK CAD SYSTEM OFFICE 07/20/98 B10 1082 LAYOUT LASER OFFICE 09/01/98 810 1083 WIN/X SOFTWARE AND LICENSES OFFICE 2000 06/30/00 B10 1084 NETWORK SWITCHES OFFICE 08/30/00 810 1065 SCO UNIX 505 - OFFICE 11/30/00 810 1086 NICHE BID2WIN. SOFTWARE OFFICE 02/23/01 B10 1087 TARANTELLA SOFTWARE & LICENSES OFFICE 03/30/01 810 1068 AGTEK LAYOUT PACKAGE - OFFICE 20237 / 20238 04/30/02 B10 1089 SB BID2WIN SOFTWARE & LICENSES OFFICE 05/15/02 840 7-11-2003 08:38 CONNELL RESOURCES INC. PAGE: 14 Y: DONNA EQ\LE02EQP k4Wii;444i4h;Y4444Y44WWW4k *** EQUIPMENT MASTER **" 444i4Wi444ii4Wi44i4i44/iki •f h4ff{I h{444#h#44444#4h �#f444{fhf 444A4h4i*ih4i44{W#14hkhRfi4h{4k44hfth*A4444#1hh#hkhh4##A###Yf4i#44#{4hf44}{Wi{ii 4iih4{{444h if 4fi{k4 EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE 1; 4f yfflf4h4#kih{iY#4Y4#4k4##f1W#h#4hy4{1h##k44444hff 44hi}k#4ih4#h4hh1444h4#44h{h4hfh4i{44}t 4h14W44k h4 i4{#h44fi 4hYf44i4444f #fltik#{f 1090 FC BID2WIN SOFTWARE UPGRADE OFFICE 05/15/02 810 1100 OFFICE FURNITURE OFFICE 08/30/78 810 1101 (3) 4 DRAWER DESKS OFFICE 04/01/81 810 1102 OFFICE CHAIRS & TABLES OFFICE 05/29/01 a10 1103 OFFICE FURNITURE SC OFFICE 02/11/02 B10 1108 HP 4200 DTN LASER PRINTER OFFICE 2003 CNBX239120 03/24/03 810 1109 HP 410ODTN LASER PRINTER OFFICE 2001 USJN333 11/09/01 810 1110 REFRIGERATOR OFFICE 03/06/97 810 1111 HP PAINTER/SCANNER/COPIER OFFICE 2001 SGE09EGOCT 01/04/01 840 1112 HP LAPTOP COMPUTER TIC OFFICE 2001 HP TW04 01/07/01 840 1113 COMPAQ PRESARIO AMD/K6 COMPUTER FIELD OFFICE 2000 1V06F7NSHIBI 08/31/00 840 1114 DELL C500 COMPUTER SP OFFICE 2000 JBDC30B 08/01/00 840 1115 PCs C566 COMPUTER GG OFFICE 2000 07/28/00 810 1116 PCs C500 COMPUTER CL OFFICE 2000 06/19/00 810 1117 PCs C500 COMPUTER AC OFFICE 2006 06/19/00 830 ilia PCs C500 COMPUTER DS OFFICE 2000 - 06/19/00 810 1119 PCs P650 COMPUTER AGTEK OFFICE 2000 06/19/00 810 1120 ACT P350 COMPUTER ML OFFICE 2998 D29267 12/17/98 810 1121 ACT P350 COMPUTER DS OFFICE 1999 D29340 12/17/98 810 1122 ACT P350 COMPUTER OFFICE 1998 D27962 12/17/98 910 1123 ACT P350 COMPUTER MF OFFICE 1998 D29432 12/18/98 810 1124 ACT P350 COMPUTER AM OFFICE 1998 D29334 12/10/99 040 1125 ACT P300 COMPUTER GVL PIT OFFICE 1998 D28613 12/17/98 s10 1126 ACT P350 COMPUTER JS OFFICE 1998 12/18/96 810 1127 ACT P350 COMPUTER SW OFFICE 1998 12/18/98 B10 1128 ACT P300 COMPUTER TEL PIT OFFICE 1998 D29948 12/17/98 840 1129 P350 DUAL PROCESSORS COMPUTER OFFICE 1999 10186 02/23/99 810 1130 COMPAQ PRESARIO AMD/K6 COMPUTER JD OFFICE 2000 1X9CDCTMJIT8 02/04/00 840 1131 .IBM THINKPAD PIII 700 WW OFFICE 2001 78 NBXR6 03/14/01 810 1132 IBM THINKPAD PIII 700 EP OFFICE 2001 78 NSYCO 03/14/01 B10 1133 PCs PIII 800 COMPUTER SW OFFICE 2001 03/02/01 810 1134 PCs AMD 1000 COMP -SHOP OFFICE 2001 03/02/01 810 1135 PCs PIII B00 COMPUTER SM OFFICE 2001 OS/01/01 810 1136 PCs PIII B00 COMPUTER BG OFFICE 2001 05/01/01 B10 1137 PCs PIII 866 COMPUTER RT OFFICE 2001 OS/17/01 830 1138 IBM THINKPAD PIII 700 BC OFFICE 2001 1S262aE2U78NCAZO 03/28/01 810 1139 IBM THINKPAD PIII 933 TAM OFFICE 2002 78 ZLGMS 04/04/02 810 1140 IBM THINKPAD PIII 933 EW OFFICE 2002 78 ZLGZ7 04/04/02 810 - 1141 IBM THINKPAD PIII 933 CC OFFICE 2002 78 ZLHA7 04/04/02 810 1142 PCs XEON SERVER OFFICE 2002 06/17/02 810 1143 IBM THINKPAD PIII 1133 COMPUTER TC OFFICE 2002 AKV7Z6G 06/2L/02 840 13.44 IBM THINKPAD PIII 1133 COMPUTER AM OFFICE 2002 AKV7ZB5 06/21/02 840 114S IBM THINKPAD PIII 1133 COMPUTER SP OFFICE 2002 AKV7ZSH 06/21/02 840 1146 PCs XEON 2.0 ONZ SERVER OFFICE 2003 02/07/03 840 1147 PCs P4 2.1 GHZ COMPUTER OFFICE 2003 02/07/03 840 1148 PCs P4 2.4 GHZ COMPUTER TM OFFICE 2003 05/21/03 810 1149 PCs P4 2.4 GHZ COMPUTER KH OFFICE 2003 05/21/03 810 1150 PCs P4 2.6 GHZ COMPUTER EC OFFICE 2003 - 06/26/03 840 07-11-2003 08:38 CONNELL RESOURCES INC. PAGE: 15 BY: DONNA EQ\LE02EQP 4«w EQUIPMENT MASTER ;1F{Fi{4;4{RFF4;F;{;4fi;ii EQUIP SERIAL LICENSE PURCHASE LICENSE DEFAULT NUMBER DESCRIPTION CLASS YEAR NUMBER NUMBER DATE REN DATE DEPT RATE ###Rk{#1#f##f##f###!4##M####+44#4#4iR;4Y4#444444#4###RR 4i444#k 44444k14##kF####44!#4h##44#!4#{#4!h##i#4;}w4#44444##4}#444#####4 #+Re44 1156 TOSHIBA 804121 COPIR OFFICE SP752423 02/11/94 840 1200 WAGNER RENTS 43.6 BACKHOE RENTAL 810 50.00 1205 WAGNER RENTS 436 BACKHOE RENTAL B10 50.00 1210 WAGNER RENTS IT2B LOADER RENTAL e10 55.00 1220 WAGNER RENTS CP4,33 SHEEPSFOOT COMP RENTAL BID 60.00 1230 WAGNER RENTS TRENCHER RENTAL 810 60.00 1235 8020 DITCH WITCH RENTAL 810 55.00 3.240 WAGNER RENTS 2000 GAL WATER TRUCK RENTAL 810 30.00 1245 WAGNER RENTS 3500 GAL WATER TRUCK RENTAL 810 45.00 1250 WAGNER RENTS 33" WALK BEHIND COMP RENTAL 810 30,00 1265 HARMONY PROPERTY BLD OTHER 05/24/91 810 1266 HARMONY PROPERTY SHP OTHER 12/12/93 BID 1267 MODULAR OFFICE BUILDING OTHER 03/01/96 B10 1268 HARMONY PROPERTY PARTS HOUSE OTHER 12/01/01 B10 2001 2000 CHEV 3500 PICKUP CL TRUCK 1 2000 1GCHX34J2YR203951 S61EPF 04/26/02 OS/31/04 810 6.00 2002 2003 GMC 2500 PICKUP JW TRUCK 1 2003 1GTHK24U13Z134084 989FWD 10/14/02 11/30/03 840 6.00 2003 2003 GMC 2500 PICKUP PS TRUCK 1 2003 1GTHK24U73Z117421 460G0Y 10/14/02 11/30/03 810 6.00 2004 2002 FORD F1SO PICKUP BC TRUCK 1 2002 1FTRX18L22KD25S68 469GDY 10/14/02 11/30/03 810 6.00 2005 3 FORD F250 PICKUP LD TRUCK 1 2003 1FTNK21F13EA20801 470ODY 10/14/02 11/30/03 810 6.00 2006 1995 CHEV TAHOE AM TRUCK 1 1995 1GNEK13X4SJ439323 VXB7518 10/01/02 08/31/03 840 6.00 07 003 FORD F2SO PICKUP EW TRUCK 1 2003 1FTNX21F33EA71569 674GYD 04/24/03 05/31/04 610 6.00 2008 2003 CHEV 1500 PICKUP TRUCK 1 2003 1GCEC14X03Z272087 07/08/03 BID 6.00 2009 2003 CHEV 2500 PICKUP TRUCK 1 2003 1GCHC24153E373647 07/08/03 810 6.00 CONNELL RESOURCES, INC. 4305 EAST HARMONY ROAD, FORT COLLINS, CO 80528 PHONE: (970) 223-3151, FAX: (970) 223-3191 PRINCIPAL EMPLOYEES: INDIVIDUAL POSITION EXPERIENCE Richard Connell President 44 Years Highway & Heavy Construction William T. Welch Vice -President 26 Years Construction Manager Construction Manager David E. Simpson Vice-President/Estimating 33 Years Estimator, Project Manager Arlene L. Connell Secretary/Treasurer 20 Years Office/Financial Manager Sheri C. Welch Controller, 19 Years Office/Financial Manager Assistant Secretary/Treasurer Tony A. Connell Vice -President, 21 Years Management Division Manager Robert A. Frank Vice-President/Estimating 26 Years Estimator Lloyd Deschene Grading Supervisor 30 Years Highway & Heavy Construction Clay Crisp Site Supervisor 13 Years Highway and Heavy Construction Connell Resources, Inc. has been in business as a locally owned contractor for over 40 years and incorporated in the state of Colorado since 1969. 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) 226-3878 BANKING Wells Fargo Fort Collins South 3500 John F. Kennedy Parkway Fort Collins, CO 80522 Contact: Jim Davis (970) 223-3600 INSURANCE 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 Updated 4/16/02 Richard "Ben" Connell President Richard Ben Connell joined Loveland Excavating, Co in 1959 upon moving to Loveland, Colorado. Having started as a pipe laborer, Ben progressed to a supervisor within two years. Upon the death of one of the original partners in 1967, Ben took an active management role in the company. In 1969, Ben purchased 50% ownership in Loveland Excavating from the estate of the original partner. In 1975, he purchased the remaining stock from the other partner. The company changed its name in 1982 to Connell Resources, Inc. to reflect the ownership of the company and its expanded market outside the Loveland area. The company continues to be a family held corporation with Ben as the majority shareholder. Under Ben's direction the company has expanded operations from utility work into a turnkey grading, utility and paving contractor. The company has grown from 7 employees to an employment base of over 220 employees during the peak construction period. Ben is actively involved in the day-to-day operations of the company and can often be found driving the projects. The company currently has offices in Fort Collins and Steamboat Springs. Ben has been an active member of the Colorado Contractors Association and was on the Board of Directors for three years. m 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: Pre Construction Manager Larimer County Fairgrounds The Neenan Company — Jim Neenan — (970) 495-6319 $2,693,477.00 Earthwork, utilities and paving Project Manager Larimer County Courthouse Hensel Phelps Construction Company — (970) 352-6565 $564,571.00 Earthwork, utilities and paving Project Manager Poudre Valley Health Systems — South Campus M.A. Mortenson Company - Mark Haynes - (303) 295-2511 $1,757,000 Earthwork, utilities, and paving Project Manager Project Manager (The Neenan Co.) Project Manager (The Neenan Co.) Senior Project Manager (The Weitz Co.) Senior Project Manager (The Weitz Co.) General Superintendent (The Weitz Co.) Assistant Project Manager (Armco Contracting Ops.) Hewlett-Packard Genesis IV Project, Fort Collins, CO $4,500,000 Earthwork, utilities, and paving Tim Walsh (303) 295-2511 Pacifica Inverness Office Building Project, Englewood, CO $18,000,000 - 155,000 SF office building Pacifica Point Office Building Project, Englewood, CO $12,000,000 - 125,000 SF office building Friendship Village of South Hills, Pittsburgh, PA $9,000,000 - 155,000 SF living units and medical center Rehoboth Beach Outlet Malls, Rehoboth Beach, DE $8,000,000 — 75,000 SF Pre-engineered metal buildings Ritz Carlton Hotel Project, Manalapan, FL $32,000,000 - 640,000 SF resort hotel Ohio River Steel Corporation, Calvert City, KY $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 Larimer County Fairgrounds Project The Neenean Company Jim Neenan - 493-8797 Larimer County Engineering Chief Estimator Larimer County Courthouse Hensel Phelps Construction Company 970-352-6565 Fentress Bradbum Architects, Ltd. 303-772-5000 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`s 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 Larimer County Road 17, Fort Collins, CO Larimer County — Todd Juergens-970-498-5711 Larimer 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. Stacy "Bob" Gowing, P.E. Land and Resource Manager Manages the entitlement and design process for Connell's land resources. Provides design oversight for design/build projects and manages design consultants. Provides project management for construction projects. Projects Representative of Skill Level: Development Project Manager Islands at Harmony Lakes, Fort Collins, CO Connell Resources — Will Welch, (970) 223-3151 Approximately $10 million in site improvements Design Project Manager National Resource Research Center, Fort Collins, CO (Sear -Brown) The Everitt Companies — Tom Livingston, (970) 226-1500 10-acre federal office building site Design Project Manager Rocky Mountain Marketplace, Loveland, CO (Sear -Brown) McWhinney Enterprises — Troy McWhinney, (970) 962-9900 Design of a 40-acre retail center anchored by a 120,000 square foot Super Target Design Project Manager Millennium (Centena) Annexation, Loveland, CO (Sear -Brown) Managed the annexation and infrastructure master planning for this 1900-acre master planned community Design Project Manager Rocky Mountain Village I" Subdivision, Loveland, CO (Sear -Brown) Design management for the backbone infrastructure package for a 220-acre master planned development Design Project Manager Hewlett-Packard Loveland Expansion, Loveland, CO (Sear -Brown) Site design for a 200,000 SF industrial development Design Project Manager Hewlett-Packard Loveland Annexation and Masterplan (Sear -Brown) Infrastructure masterplanning and design for the overall Hewlett- Packard campus in Loveland, Colorado Design Project Manager Rocky Mountain Business Park, Loveland, CO (Sear -Brown) Site design and subdivision for a 5 lot commercial office park Design Project Manager Hunter's Run Subdivision, Loveland, CO (Sear -Brown) Site design, annexation and subdivision for a 90-acre, 200-unit residential subdivision B.S. Civil Engineering, 1986, Texas A&M University, College Station, Texas Professional Engineer, Texas Professional Engineer, Colorado 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\Forms\Pre-Qualificalion\Insurance, Bond and Bank.doc SECTION 00020 INVITATION TO BID Date: June 19, 2003 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 July 15, 2003 for the NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799. If delivered, they are to be delivered to 215 North Mason Street, 2"d Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for improvements for widening County Road 11 from just north of the Storybook Subdivision north to Douglas Road then west on Douglas Road 650 feet past the Hearthfire Subdivision Entrance (approx. 3 miles in length) includes: rotomilling the existing roadway 6 feet on each side, overlaying the entire roadway with 3 inches of asphalt, earthwork, waterline installation for the ELCO Water District, stormwater improvements, house demolition, driveway culverts, shouldering, landscaping, fencing and re -grading. 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 June 23, 2003. 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, 8878 Barrons Blvd., Highlands Ranch, Colorado 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 10:00 a.m. on Tuesday, July 1, 2003 in Conference Room A at 281 North College Avenue, Fort Collins. 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 07/2001 Section 00020 Page 1 21. What are the limits of your public liability? DETAIL See atatchment "F" What company? Flood & Peterson Insurance Company 22. What are your company's bonding limitations? It has not yet been _ ,necessary for an upper limit to be imposea 23. The undersigned corporation to verification of Qualifications. Dated at 8:00 a.m. State of Colorado County Of Larimer hereby authorizes and requests any person, firm or furnish any information requested by the OWNER in the recital comprising this Statement of Bidder's N this 15 day of July being duly sworn 20 03 poses and says that he is hind that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of 2 (3 �Z atf�, � Notary is�AT �w NOTARY al a iras PUBLIC My commission expires d�� 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM MR L- V96 SUBCONTRACTOR Tu44N * "-6&1,YMR sf-tiuy)L Section 00430 Page 1 SECTION 00500 AGREEMENT FORMS 00510Notice of Award 00520Agreement 00530Notice to Proceed SECTION 00510 NOTICE OF AWARD Date: February 17, 2004 TO: Connell Resources, Inc. PROJECT: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799 OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated July 15, 2003 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for NORTHEAST OVERLAY AREA; Bid No. 5799. The Price of your Agreement is Nine Hundred Seventy -Four Thousand Two Hundred Eighty -Nine Dollars and Forty cents ($974,289.40). 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 March 3, 2004. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins NER B : 4 _E am s B. O'Neill II, CPPO, FNIGP Di c or of Purchasing and Risk management Title 9/12/01 Section 00510 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 17th day of February, in the year of 2004, 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 improvements for widening County Road 11 from just north of the Storybook Subdivision north to Douglas Road then west on Douglas Road 650 feet past the Hearthfire Subdivision Entrance (approx. 3 miles in length) includes: rotomilling the existing roadway 6 feet on each side, overlaying the entire roadway with 3 inches of asphalt, earthwork, waterline installation for the ELCO Water District, stormwater improvements, house demolition, driveway culverts, shouldering, landscaping, fencing and re -grading. and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Northstar Engineering, Inter -Mountain Engineering, TST Engineering, and City of Fort Collins Engineering. The City of Fort Collins Engineering is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within 55 working days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within 65 working days after the date when the Contract Times commence to run. 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 9/12/01 Section 00520 Page 1 on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: One Thousand One Hundred Fifty ($1,150.00) for each calendar day or fraction thereof that expires after the Fifty-five (55) working day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after the Ten (10) working day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: ($974,289.40), Nine Hundred Seventy -Four Thousand Two Hundred Eighty -Nine Dollars and Forty cents, in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, 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 5 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 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably 9/12/01 Section 00520 Page 2 stored and accompanied by documentation satisfactory to OWNER as provided in 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 950 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 9/12/01 Section 00520 Page 3 General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3Lien Waiver Releases 7.2.4Consent of Surety 7.2.5Application for Exemption Certificate 7.2. 6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: Cover Sheet: Sheet 0 City of Fort Collins -Engineering Dept.: Sheet 1-16 Project Layout/Mill Limits: Sheet 17-18 Richards Lake Road & Cnty Rd. 11, Sheet 19 Details Douglas Road Interim Improvements -Northstar Engineering: Sheet 1 Cover Sheet, Sheet 2-5 Plan & Profile, Sheet 10-11 Signing & Striping, Sheet 12-13 Erosion Control, Sheet 14-15 Driveway Details, Sheet 16 Details Richards Lake P.U.D.-Inter-Mountain Engineering: Sheet CO Cover Sheet, Sheet Cl Site Plan, Sheet C2-C6 Plan & Profile, Sheet C21-C22 Erosion Control, Sheet C26- C28 Striping Plan, Sheet C31 Typical Section Maple Hill-TST Engineering: Sheet 26-32 Overall Utility Plans 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 1, 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. 9/12/01 Section 00520 Page 4 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 9/12/01 Section 00520 Page 5 OWNER: CITYY OF FORT COLLINS By: 1! - JOH=t-11 ACH, CITY MANAGER BY: JAMS B. O'NEILL II, CPPO, FNIGP IR CT OR OF PURCHASING RI K MA AGE ENT Date: �� c� 04 Attest: Address off, giving plot ces: _ .... P. 0. Box Fort Collins, CO 80522 Approved as to Form �I V ( 1A_ Assistant City Attorney CONT"CTOR: Connell l� Resou ces, Inc. By: JU��IXu Title: klL' f�&5✓/ e � Date: /4J r::Z622� (CORPORATE SEAL) Address for giving notices: LICENSE NO.: I- 9/12/01 Section 00520 Page 6 of General Conditions. Substantial Completion of the Work is required as — specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. — Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or — personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or — accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins By & J es P. O'Neill, II, CPPO, FNIGP P rch sing/Risk Management Director 07/2001 Section 00020 Page 2 SECTION 00530 NOTICE TO PROCEED Description of Work: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799 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 Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20 CONTRACTOR By: Title: 7/96 Section 00530 Page 1 SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630Certificate of Insurance 00635Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670Application for Exemption Certificate ,eW..--,.--- -.. I SECTION 00610 PERFORMANCE BOND Bond No. 104252553 KNOW ALL MEN BY THESE PRESENTS: that (Firm) Connell Resources, Inc. (Address) 4305 E. Harmony Road, Fort Collins, CO 80528 Can individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Travelers Casualty and Surety Company of America (Address) Hartford, CT 06183 hereinafter referred to as "the Surety", are held and firmly bound unto city of Fort Collins 300 La orts Avej Fort Collins Colorado 80522 a (Music pa Corporation) hereinafter referred to as the "OWNER", in the penal sum of $974 289.40 _ 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 entered into a certain Agreement with the OWNER, dated the 1—I day of x , 20Z, _a copy of which is hereto attached and made a part hereof the performance of The City of Fort Collins project, NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or 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 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 buainos£ in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this _Q day of M0)1� r 20 `, . \�PRESENCE A\�Q 1, tl� llJ'L� Connell Resources, Inc. (Title) 4305 E. Harmony Road, Fort Collins, CO 80528 (Address) (Corporate Seal) IN PRESENCE OFt Other partners By: By: IN PRXMCX OF: Surety 10Z2 By: 40� A orney- -Fact Witness Rn 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 Bona. 7/96 Section 00610 Page 2 1 SECTION 00615 PAYMENT BOND Bond No. 104252553 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 of America (Address) Hartford, CT 06183 hereinafter referred to as "the Surety", are held and firmly bound unto the Cit of Fort Collins 300 Laporte Ave. Fort Colltn9l Colorado 60522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of $974,289 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 Pri ipal entered into a certain Agreement with the owNER, dated the IJ day of �, 20, a copy of which is hereto attached and made a part hereo f the per ormance of The City of Fort Collins project, NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractor*, 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 in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 1 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. 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 a.aceptabla to the OWNER. IN WITNESS WHEREOF, this instrument is execute one of which shall be deemed an original, this 20�. (Corporate Seal) IN PRESENCE OF: d in three (3) counterparts, each �, day of '` C"CYl , Prine, al gnnell Respurces Inc. By- '/ ���/d�L'1 _ kllfe 4:9�n7)-- (T tle) 4305 E. Harmony Road, Fort Collins, Co 80528 (Address) Other Partners IN PRES C OF: Surety /f Trav lers Casualty nd Surety Company of America /' By : � tto ey-in-Fact Witness Myc: Hartford, CT 06183 (Address) (Surety Seal) NOTE: Date of Sand must not be prior to date of Agreement. If CONTRACTOR is' Partnership, all partners should execute cord. 51. 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") bath made, constituted and appointed, and do ,by these presents make, constitute and appoint: Connie X Boston, Donald B. Martin, Chris S, Richmond, Darlene Krings, William C. Bensler, Kelly T. Urwiller, Russell J. Micbels, Linda M. Nikolaeff, Debra S. Morris, Mary M, Powell, Diane F. Clementson, of Greeley, Colorado, their true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred to sign, exectrte 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 Attorney(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 forte 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 Agents 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 time and seal with the Company's seal bonds, recoguizauces, contracts of indeumity, and other writings obligatory in the nature of a bond, recognizance, or conditional undatalong, 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 when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice Presider, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any 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 Auomeys-m-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 cetificate 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 ficsivsile 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. IN 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 seats to be hereto affixed this 9th day of April 2003. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD V Apo .} TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY ey George W. Thompson Senior Vice President On this 9th day of April, 2003 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 whichexecuted 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. My commission expires June 30, 2006 Notary Public 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 fudd 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 day of ,20 . 7 i 0 tls2 oowi. ;rCOOL By�u� Kori M. Johanson Assistant Secretary, Bond Travelers' L� IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act'). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you, with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 7/96 Section 00630 Page 1 SECTION 00100 INSTRUCTIONS TO BIDDERS ACORD- CERTIFICATE OF LIABILITY INSURANCE DATE PRODUCER 9104 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood & Peterson Insurance Inc 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 INSURED Connell Resources, Inc. 4305 E. Harmony Road Fort Collins, CO 80528-9527 rnvoowr_oc INSURERS AFFORDING COVERAGE INSURERA: Zurich INSURERB: Pinnacol Assurance INSURER C: INSURER D: INSURER E: NAIC # 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. A13LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMMIDDfYYI POLICY EXPIRATION DATE MM/DD/YY LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE O OCCUR PD Ded:250 CP03757824 06/01/03 06/01/04 EACH OCCURRENCE $ 1 000 000 X DAMAGE TO RENTED _PREMISES (Ea occurrencel $3OO OOO $10,000 MED EXP (Any one person) X PERSONAL & ADV INJURY $ j DOD ODD GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PEO7 LOC PRODUCTS - COMP/Op AGG $2 OOO ODD A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNEDAUTOS Drive Other Car-, CP03757824 06/01/03 O6f01/04 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) $ A B GARAGE LIABILITY tEXCESS/UMBRELLALIABILITY CLAIMS MADEAGGREGATE $ 10 000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? Dee'a cnba under SPECIAL PROVISIONS below OTHER AUC3757825 4029651 O6/01/03 06/01/03 06/01/ 44 06f01/04 AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG EACH OCCURRENCE $ $ $10000000 $1O 00O 000 a X WC STATU- OTH• E.L. EACH ACCIDENT $500 000 E.L. DISEASE - EA EMPLOYE $500,000 E.L. DISEASE • POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS r LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS RE: Northeast Area Overlay Project Certificate holder, Owner, Engineer, Engineer's Consultants are named as additional insured, but only as respects liability arising out of work performed by the named insured (Excluding Workers' Compensation). CERTIFICATE HOLDER City of Fort Collins Purchasing Division PO Box 580 Fort Collins, CO 80522-0580 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO $O SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ACORD 25 (2001/08) 1 of 2 #S273011/M248960 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799 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. By: CONTRACTOR 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: AUTHORIZED REPRESENTATIVE DATE 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: You are hereby notified that on the _ Fort Collins, Colorado, has for the NORTHEAST AREA OVERLAY PROJECT; Bid No 20 day of , 20_, the City of accepted the Work completed by City of Fort Collins project, 5799. 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: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799 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. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 7/96 Section 00650 Page 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 20_ CONTRACTOR By: Title: ATTEST: Secretary STATE OF COLORADO )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 20 , by witness my hand and official seal. My Commission Expires: 7/96 day of Notary Public Section 00650 Page 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: NORTHEAST AREA OVERLAY PROJECT; Bid No. 5799 CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for on bond of (Surety) 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) In ATTACH: Power of Attorney and Certificate of Authority of Attorney (s)-in- Fact. 7/96 Section 00660 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Insert State certificate here. DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303) 232.2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(M) lei DO NOT WRITE IN THIS SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described 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 cerffficate 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) Period 0170-750 (999) $0.00 89 - "`vg , .T.�_..�: �..WZ.•Y�ry,.h�fin 1 �IT ' n � n J lSibSKi1, 1..`Td .... {LiYd'.t ;q., x fk ,:.... s.iti,2. A'vxT,.Hi .M4k•( Trade name/DBA• Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E•Mail address: federal Employer's Identification Number: Bid amount for your contract: Pax number. Business telephone number. Colorado withholding tax account number. gym.. .. ..,_ ....... ,.... h .. �. Name of exempt organization (as shown on contract): Exempt organization's number. 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number. Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project Is located) Scheduled Month Day Year Estimated Month Day Year oonatntcdon start date: completion date: 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. Title of corporate officer. Date: 00 NOT WRITE BELOW THIS LINE SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS OF THE 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 9199)