HomeMy WebLinkAboutRESPONSE - BID - 5963 TRAILWORK 2006ADDENDUM No. 1
) CONTRACT DOCUMENTS
Description of Bid No. 5963 TRAILWORK 2006
OPENING DATE: February 23, 3:00 p.m. (Our Clock)
To all prospective bidders under the specifications and contract documents described above,
the following clarifications are hereby made.
DIVISION 1
Section 01800 — Definition of Bid Items
Bid Item 2 & 9 — Traffic Control
Contractor shall furnish all labor, materials and equipment for on -site security. This includes
furnishing, installing, and maintaining barriers that provide for a safe construction site for the
duration of the trail project. The City of Fort Collins Park Planning and Development will have
traffic control provided to allow detour routes for pedestrians. The City will also provide for a
safe access to the sites for our contractors, materials and equipment.
Bid Items 5 & 14— 5" Colored Concrete Paving
Contractor shall furnish all labor, materials and equipment to install 10' wide concrete trail. Bid
amount includes installation of 5" thick standard concrete (3,500 psi) with fiber mesh
reinforcement. All concrete paving to be Yosemite Brown Colored Concrete. The Power Trail
alignment is to be field staked by the owner's representative prior to construction.
The Poudre Trail asphalt to concrete conversion is to start to the east of the Lemay Avenue
bridge and pedestrian access ramps. The access ramps and bridge will be maintained by the
City as a detour route for people to cross Lemay avenue, please keep it free and clear of debris
and construction equipment.
Bid Item 12 — ABC Class 5
The bid price for this item shall include supplying, placing, and compacting aggregate base
course in accordance with the Drawings and Specifications or as otherwise directed by the
ENGINEER. Measurement and payment for this item will be by the actual number of tons in
place (by scale tickets), complete at proper moisture. Quantities will be adjusted accordingly if
the moisture content is too high. The method to bring mixture to optimum moisture will not be
measured or paid for separately, but shall be included in the unit price for this item.
Estimated quantities are broken into two locations along the power trail. The engineer's
estimate is that it will take 86 tons to bring the access ramp off Horsetooth Road at a 5% grade
at approximately 20' wide. The remaining quantity is designated for subgrade preparations for
the end of the 10' colored concrete trail at Golden Meadows Park.
Please contact John D. Stephen, CPPO, CPPB at (970) 221-6777 if you have any questions
regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN
RECEIVED.
215 North Mason Street • 2�" Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • Fax (970) 221-6707 www.fceov.com
SECTION 00530
NOTICE TO PROCEED
Description of Work: 5963 Trail Work 2006
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
20_ and , 20_, respectively.
City of Fort Collins
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged
this day of , 20
CONTRACTOR: Daniels Construction Company, LLC
By:
Title:
7/96 Section 00530 Page 6
SECTION 00300
BID FORM
PROJECT:
SECTION 00300
BID FORM
Place 2/Z340&-
Date �-
1. In compliance with your Invitation to Bid dated 4 ✓L 20, and
subject to all conditions thereof, the undersigned
a (Corporation, Limited Liability Company, Partnership, Joint Venture, or
Sole Proprietor) authorized to do business in the State of Colorado
hereby proposes to furnish and do everything required by the Contract
Documents to which this refers for the construction of all items listed
on the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this
proposal is made in good faith, without collusion or connection with any
other person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the
Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be
done, all of which have been examined by the undersigned.
3. Accompanying this Bid is a certifie or cashier's check or standard Bid
bond in the sum of inw.Uc.. aee„�L' /' zn", 4 e/%t 1,,,t Atax,
($ /9i52- i. �S' ) in accordance wi h the Invites on To Bid affid fnIftructions
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 perform ce and payment bonds is as
follows: /5//J Zi.k, _Si��.1,/ `..A- Z., NV- �t /Y ;.., %d .SvP-ni .
5. All the various phases of Work enumerated in the
their individual jobs and overhead, whether
included by implication or appurtenant thereto,
the CONTRACTOR under one of the items listed
irrespective of whether it is named in said list.
Contract Documents with
specifically mentioned,
are to be performed by
in the Bid Schedule,
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
ADDENDUMI
5963 2006 Trail Work
REVISED BID SCHEDULE: (BASE BID)
Bid items are described in Section 01800
POUDRE TRAIL: LEMAY AVENUE TO NIX FARM
BID
ESTIMATED
UNIT
ITEM
ITEM 8
DESCRIPTION
QUANTITY
UNIT
PRICE
TOTAL
1
Mobilization
1.00
LS
0/5'ow Z.
/5 aoo •=
2
Traffic Control
1.00
LS
4 3� ��
3
Demolition
32,696.00
SF
195�
1°
4
Subgrade Prep
40,870.00
SF
, go 4
zoy� o_
5
IV Yosimite Brown colored concrete
40,870.00
SF
0 t�,%Z?g_ aO
6
Landscape Restoration
40,870.00
SF
7
Seeding
40,870.00
SF
POWER TRAIL:
HORSETOOTH RD TO GOLDEN MEADOWS PARK
8
Mobilization
1.00
LS
f /Z,D00�
44000"
9
Traffic Control
1.00
LS
10
prune and grub
1.00
LS
4 LI g!sq
Ik (,, a5� •'
Subgrade Prep
11
subgrade preparations for trail
34,270.00
SF
.36 d
i Df W•=
12
import and place Gass 5 abc
200.00
TON
4 y'� •s
-s 9, goo •=
13
Mirafi 5dOX Geote)di a Fabric
5,400.00
SF
. iE
4 4�z •�
Concrete
14
10' Yosimite Brown colored
trail
34,270.00
SF
f 3 a l
to
concrete
s 113 1 L133
15
8' Gray Concrete Sidewalk
1,120.00
SF
s Z fF
Landscaping
16
Landscape Restoration
34,270.00
SF
, ZZ
s 3 9 Y=
17
Sod
2,000.00
SF
._�sa
. V D'%
18
Seeding
34,270.00
SF
. I } d
lf 5'A 2SL°
19
Erosion Control
200.00
LF
TOTAL OF BASE BID
d
- eeys-✓ 11 Qy
ZIS
��--
DOLLARS
$ 310, qSS�o
ha..
.�uw7r� ,�il»n
Al
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.
RESPECTFULLY SUBMITTED:
--F-sC
CONTRA TOR
AnBY �� (�C+� K Pr
Signature
az
Title �% %�%
/, — / /
License Number (If Applicable)
(Seal i/fJ Bid is by corporation)
Attest: %'✓��
Address����Ql yrtrrDr/a�i0�
Telephone
.� .
2 23 p'-
Date'
7/96 Section 00300 Page 3
STATE OF COLORADO
Bid Bond
PROJECT NO. Poudre Trail&Power
PROJECT
KNOW ALL MEN BY THESE PRESENTS
WHEREAS, Jag's Enterprises, Inc. hereinafter called the "PRINCIPAL", is
submitting a PROPOSAL for the above described project, to the STATE OF COLORADO, herein after specified, and, in
WHEREAS, the Advertisement for Bids has required as a condition of receiving the Proposals that the Principal submit with the
PROPOSAL GUARANTY in an amount not less than five per cent (5%) of the Proposal, which sum it is specifically agreed is to be
forfeited as Liquidated Damages in the event that the Principal defaults in his obligation as hereinafter specified, and, in
pursuance of which Requirement, this Bid is made, executed and delivered.
NOW THEREFORE, the principal and Old Republic Surety Company
a corporation of the State of Wisconsin duly authorized to transact business in Colorado, as Surety, are
held and firmly bound unto the Obligee, in the sum of five per cent (51/4) of the Principal's total bid price, lawful money of the United
States for the payment of which sum, well and truly to be made to the Obligee, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
FURTHER THAT, a condition of the obligation that the Principal shall maintain his Proposal in full force and effect for thirty (30)
days after the opening of the proposals for the project, or, if the Principal's Proposal is accepted, the principal shall, within the
prescribed time, execute the required Agreement, furnish the required Performance Bond, Labor and Material Payment Bond,
Insurance Policy, and Certificates of Insurance, then this obligation shall be null and void, otherwise it shall remain in full force and
effect, and subject to forfeiture upon demand as Liquidated Damages.
IN WITNESS WHEREOF said Principal and Surety have executed this 21st day of February 2006
wmsV'ww
(Corporate Seal);. �n+
ATTEST:
Secretary
THE PRINCIPAL
Jag's Enterprises, Inc.
661 Innovation Drive Windsor, CO 80550
Address
By
SIGNATURE If the "Principal" is doing business as a Corporation, the Bid Bond shall be signed by an officer, i.e., President
n or Vice President. The signature of the officer shall be attested to by the Secretary and properly sealed.
If the "Principal" is an individual or a partnership, the Bid Bond shall so indicate and be properly signed.
(Corporate Seal) THE SURETY
Old Re ub ' Company
B
Attorney -in -Fact Jay Heizer -
THIS BOND MUST BE ACCOMPANIED BY POWER OF ATTORNEY, EFFECTIVELY DATED.
State Form SC-6.14
Issued 9/1/65 (Rev. 212000)
395-6I-01-6146
FAILURE TO PROVIDE A PROPERLY EXECUTED BID BOND WITH A PROPERLY EXECUTED
POWER OF ATTORNEY WILL RESULT IN THE BIDDER'S PROPOSAL BEING DEEMED
NAN DCQVnwQ7VF
State Forth SC-6.14
Issued 9/1/65 (Rev. 2/2000)
395-61-01.6146
7 up 41 uo ar lu ldwtu ikuprnws)-in-jractwm, WTI ww arid, Avftdty'
And affix the seal the ()dm*, req -dy, bona-"'-
Ig ulre d,, and
7 bank age-
wortcers obrrqDen
ttX
r bla* kM bonds), as follows:
'ALL WRITTN,
INS.TiZLNRNiSIN,, jkml 'AMO I , WNT *Ot TO gX
.:'FIVE HUNDRED THOVSAjD'
`DOES LARS, $iq 0 G,,� 0-0-0)-il
B �GAT C 10 REG Pii ;E$S 0
7,
to d to hind OLD REPU6'LJC SIM,, M.- a 0 IPWAOWC
NNW and-ConfirMOdl� TWW,
under and by authoiity of' 4,j t" s i
11 e
"f 6
qhilp L(ncloran, b 0,) of th
0, y 10 Aftrity 4, i�,
on '616 �4
6 " di� A 5 TH ibb�
22262 13/041
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of Bidder: Ja 7 1.5 ! /, r-eD r rISeS .4
2. Permanent main office address:
3. When organized: IW —
4. If a corporation, where incorporated: Zpp/ L1411rQ�p
5. How many years have you been engaged in the contracting business
under your present firm or trade name? // &A r5
6. Contracts on hand: (Schedule these, showing the amount of each
contract and the appropriate anticipated dates of completion.)
re �r �� M6: ( eLd ro G..a�r.7� ( e_ 2-;L
L'o
7. General character off Work performed by your company:
fit,-�Gtwor� /ifte+ei=L 4V�p�i�Or� a.-� �. •'�
8. Have you ever failed to complete any Work awarded to you?Ajc:)
If so, where and why?
9. Have your ever defaulted on a contract? /00
If so, where and why?
10. Are you debarred by any government agency? A016
If yes list agency name.
7/96 Section 00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
12.
13
14.
List your major equipment available for this contract.
Experience in construction Work similar in importance to this
Background and experience of the principal members of your organization,
includina officers:
15. Credit available: $
16. Bank reference: -/ i �y�i,,,u�s., G/i•►e%a� CO, �t/�"`�
17. Will you, upon request, fill out a detailed financial statement and
furnish arty other information that may be required by the OWNER?
1 ,/
18. Are you licensed as a General CONTRACTOR? Nd t
If yes, in what city, county and state? What
class, license and numbers? af—/% / 2
19. Do you anticipate subcontracting Work under this
Contract? lCf
If yes, what percent of total contract? 3'
and to whom?2
20. Are any lawsuits pending against you or your firm at this time? Ab
IF yes, DETAIL
7/96 Section 00420 Page 2
ADDENDUM1
5963 2006 Trail Work
REVISED BID SCHEDULE; (BASE BID)
Bid items are described in Section 01800
POUDRE TRAIL:
LEMAY AVENUE TO NIX FARM
BID
ESTIMATED
UNIT ITEM
ITEM #
DESCRIPTION
QUANTITY
UNIT PRICE TOTAL
1
Mobilization
1.00
LS
2
Traffic Control
1.00
LS
3
Demolition
32,696.00
SF
4
Subgrade Prep
40,870.00
SF
5
10' Yosimite Brown colored concrete
40,870.00
SF
6
Landscape Restoration
40,870.00
SF
7
Seeding
40,870.00
SF
POWER TRAIL:
HORSETOOTH RD TO GOLDEN MEADOWS PARK
8
Mobilization
1.00
LS
9
Traffic Control
1.00
LS
10
prune and grub
1.00
LS
Subgrade Prep
11
subgrade preparations for trail
34,270.00
SF
12
import and place class 5 abc
200.00
TON
13
Mirafi 50OX Geotextile Fabric
5,400.00
SF
Concrete
14
10' Yosimite Brown colored
34,270.00
SF
concrete trail
15
8' Gray Concrete Sidewalk
1,120.00
SF
Landscaping
16
Landscape Restoration
34,270.00
SF
17
Sod
2,000.00
SF
18
Seeding
34,270.00
SF
19
Erosion Control
200.00
LF
TOTAL OF BASE BID
DOLLARS $
(written)
21. What are the limits of your public liability? DETAIL
41�,n_,`_/_psi atcu�a �t �Z ti; /�on awe
What company? Wrfr, oVe,,'4* co .
22. What are your company's bonding limitations?
23. The undersigned hereby authorizes and requests any person, firm or
corporation to furnish any information requested by the OWNER in
verification of the recital comprising this Statement of Bidder's
Qualifications.
Dated at /2; 35this 2,3 day of )(;krarcl 2004.
J. SzK�
Name
By:
Title
State of
County
ofli�l�
____�d11 4Ai oer
being duly sworn deposes and says that he
is srtjQle"�
5.s £'•,�dr�ro�; f and 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.�j day of_j�-(J,�. , 206.
i
lic
Vio,1d
X: T(1?y
My commission expires �-�
S'• • ''�4`yy_,. `T
.'jt
.^...
<<Itdldit3lR:o
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
,s's4A .Turf-
7/96 Section 00430 Page 1
No Text
No Text
SECTION 00510
NOTICE OF AWARD
Date: March 3, 2006
TO: Daniels Construction Company, LLC
PROJECT: 5963 Trail Work 2006
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated February 23, 2006 for the above
project has been considered. You are the apparent successful Bidder and have
been awarded an Agreement for 5963 Trail Work 2006. This project includes two
(2) sections of trail construction. The Poudre Trail section is an asphalt to
concrete conversion project and the Power Trail is a new trail construction
project. The contract documents provide information for the removal of the
existing 8' asphalt trail, subgrade preparations, construction of the 10' wide
colored concrete trail, construction of the 8' wide gray concrete sidewalk
connection, minor earthwork, landscape restoration, erosion control and
seeding..
The Price of your Agreement is $295,484.08.
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 18, 2006.
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.
By:
City of Fort Collins
OWNER
James B. O'Neill, II, CPPO, FNIGP
Director of Purchasing & Risk Management
9/12/01 Section 00510 Page 1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 3rd day of March in the year of 2006 and
shall be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Daniels Construction Compnany, LLC (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may be
the whole or only a part is defined as the construction of the 5963 Trail Work
2006and is generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by City of Fort Collins Park Planning, who is
hereinafter called ENGINEER and who will assume all duties and
responsibilities and will have the rights and authority assigned to ENGINEER
in the Contract Documents in connection with completion of the Work in
accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete within Sixty Five (65)
calendar 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 Seventy Five
(75) calendar 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 on time. Accordingly, instead of requiring any such proof, OWNER
and CONTRACTOR agree that as liquidated damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
9/12/01 Section 00520 Page 1
1) Substantial Completion:
Three Hundred Dollars ($300)
thereof that expires after the
for Substantial Completion
Substantially Complete.
for each calendar day or fraction
Sixty Five (65) calendar day period
of the Work until the Work is
2) Final Acceptance:
After Substantial Completion, One Hundred Fifty Dollars ($150) for
each calendar day or fraction thereof that expires after the
Ten(10) calendar 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: Two
Hundred Ninety Five Thousand Four Hundred Eighty Four Dollars and Eight Cents,
$295,484.08 Dollars, in accordance with Section 00300, attached and
incorporated herein by this reference.
ARTICLE S. 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,
9/12/01 Section 00520 Page 3
within the Contract Times and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provision of
paragraph 4.3. of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts,
errors or discrepancies that he has discovered in the Contract Documents and
the written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General Conditions,
Supplementary Conditions, those items included in the definition of "Contract
Documents" in Article 1.10 of the General Conditions, and such other items as
are referenced in this Article 7, all of which are incorporated herein by this
reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related
actions in carrying out the terms of this Agreement are deemed Contract
Documents and incorporated herein by this reference, and include, but are not
limited to, the following:
7.2.1 Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3Lien Waiver Releases
7.2.4 Consent 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:
N/A
The Contract Drawings shall be stamped "Final for Construction" and dated.
Any revisions made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 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.
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.
9/12/01 Section 00520 Page 4
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General
Conditions.
8.2. No assignment by a party hereto of any rights under or interests in
the Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not
without limitations, moneys that may become due and moneys that are due may
not be assigned without such consent (except to the extent that the effect of
this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the Contract
Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
OWNER: CITY OF FORT COLLINS CONTRACTOR:Daniels Construction Company,
LLC
By: By:
JAMES B. O'NEILL II, CPPO, FNIGP
DIRECTOR OF PURCHASING _
AND RISK MANAGEMENT
Date:
Attest:
City Clerk
Address for giving notices:
P. 0. Box 580
Fort Collins, CO 80522
Approved as to Form
Assistant City Attorney
9/12/01
Title:
Date:
(CORPORATE SEAL)
Attest:
Address for giving notices:
LICENSE NO.:
Section 00520 Page 5