Loading...
HomeMy WebLinkAbout385548 AGGREGATE INDUSTRIES - CONTRACT - BID - 5972 SOUTH TAFT HILL ROAD HORSETOOTH HARMONY 26680No Text Utility Potholing Data Point Number Utility Depth to Top inches Ground or Top of Pi a Elevation Remarks 7931 WLN N/A *5137.44 *Top of Pipe Elevation 7934 WLN N/A `5137.13 *Top of Pipe Elevation 7935 Vacant 7936 WLN N/A *5142.43 *Topof Pipe Elevation 8252 WLN 124 5151.30 Ground Elevation 8253 WLN 105 5150.76 Ground Elevation 8254 WLN 90 5148.47 Ground Elevation 8255 GAS 53 5146.35 Ground Elevation 8256 WLN 117 5144.84 Ground Elevation 8257 GAS 51 5146.08 Ground Elevation 8258 WLN 105 5144.29 Ground Elevation 8259 TV 48 5146.04 Ground Elevation 8262 WLN 1 131 1 5150.99 IGround Elevation 8291 Fiber Op tic 1 40 1 5145.01 lGround Elevation N Aggregate Industries West Central Region, Inc. 1707 Cole Blvd., Suite 100 Golden, CO 80401 AGGREGATE INDUSTRIES South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road Bid No. 5972 SECTION 00510 NOTICE OF AWARD Date: April 27, 2006 TO: Aggregate Industries - WCR, Inc. PROJECT: 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated April 19, 2006 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road. The Price of your Agreement is One Million Thirty One Thousand Four Hundred Thirty Two Dollars and Fifty Cents ($1,031,432.50). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by May 12, 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. City of Fort Collins OWNER B y : 0cs V g_a-- a s 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 27 day of April 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 Aggregate Industries - WCR, Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of: 1. Reconstruction and widening of approximately '�-mile of arterial roadway. 2. Widening of an arterial -arterial intersection (S. Taft Hill Road and Harmony Road). Signal work is by City forces. 3. Installation of a reinforced concrete pipe storm sewer line ranging in size from 36" to 15". Total length is approximately 1,600 linear feet. 4. Full depth asphalt construction with section of mill and inlay. Total asphalt quantity is approximately 6,400 TONS and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by PBS & J, 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 One Hundred'Fifty Five (155) 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 One Hundred Eight Five (185)calendar days after the date when the Contract Times commence to run. 7/96 Section 00530 Page 1 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. 1) Substantial Completion: One Thousand Dollars ($1000) for each calendar day or fraction thereof that expires after the One Hundred Fifty Five (155) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500) for each calendar day or fraction thereof that expires after the Thirty (30) 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:Qne Million Thirty One Thousand Four Hundred Thirty Two Dollars and Fifty Cents ($1,031,432.50), 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 7/96 Section 00530 Page 2 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 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 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar 7/96 Section 00530 Page 3 information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 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 7.2.5 Application for Exemption Certificate 7.2. 6 Application for Payment 7/96 Section 00530 Page 4 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: SHEET NO. 1 TITLE SHEET 2 GENERAL NOTES AND STANDARD SYMBOLS 3-6 TYPICAL SECTIONS 7 SUMMARY OF QUANTITIES 8-12 TABULATION OF QUANTITIES 13 OWNERSHIP MAP 14-19 REMOVAL PLANS 20-25 ROADWAY PLAN AND PROFILES 26-27 INTERSECTION GRADING PLANS 28-32 STORM PLAN AND PROFILES 33-35 DETAILS 36-37 STORM DETAILS 38 CONSTRUCTION PHASING 39 LANDSCAPE PLAN 40-41 IRRIGATION PLAN AND DETAILS 42-56 ROADWAY CROSS SECTIONS FOR INFORMATION ONLY -WORK BY OTHERS 57-62 SIGNING AND STRIPING PLANS 63 TRAFFIC SIGNAL PLAN 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 2, 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. 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 7/96 Section 00530 Page 5 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: Aggre to Industries - WCR, Inc. k By: ' CL� IN ATTEBERRY,`r7T'Ijil MANAGER <:::: ) t-ut-,L By: JAMES B. 'NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING AND RISK MANAGEMENT Date: Attest: City Clerk Address for giving notices: P. O. Box 580 Fort Collins, CO 80522 Approved as to Form Assis`FanV City Attorney By: S K�� Title: VP/ �hQ,rd,� pnanar r Date: (CORPORATE SEAL) a st: Address for giving notices: LICENSE NO.: "! 1' O 7/96 Section 00530 Page 6 SECTION 00530 NOTICE TO PROCEED Description of Work: 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road To: Aggregate Industries - WCR, Inc. 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 2006 and 20 , respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt day of Acceptance shall be of the above Notice to Proceed is hereby acknowledged this . 20 . CONTRACTOR: Aggregate Industries - WCR, Inc. By: Title: 7/96 Section 00530 Page 7 SECTION 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 ATTENDANCE RECORD PREBID CONFERENCE Project: 5972 South Taft Hill Road Improvement Project Time: 3:00 P.M.Date: April 1r� 2006 I ....eaL....7'IC U Uaann Rnnen 1A•AA-11•RA a_m PRINT PRINT ADDRESS TELEPHONE FAX #E-MAIL ADDRESS NAME FIRM NAME 2 es-v.� rce s L'( 3 0 S { , ,,., " Qoz 223 - 3 (5 ! Cr Z23 319 I CD C R 56 8 Serv'co Werl' �a•, Lrfo 5�363'�- 3)6 S tnJP�ss 1 ��-••�.. �,a�sCtuc_EoR-5 �. '�:0. �Uor.336L3is q70 -3q6 9170 `t�$Z`f T uk � .�GR..a�H-t 3Z�- - f-� T1J�'t �•s,>euexo�•Z�•�e �08�'•33 70-34i�,-VZ3 x-N6-.g3zq am )AV(JWS, -cam i �t ��� /[G �C✓�iBgdE,e 11N/GSD.1/ C..CC�VI/Ii77.u6 �b9:l.L'ry/3 f7o-GG� z�9 �ill_S�C�M.ders�sp� ,l o✓EZA 40 CO9�o-G67-2��8 .eor. l o� l h. H$l�o t T CL EXC . cR �,y�%aw.aarc C.� t t ca ` i a-Y 4A� 7N4 P' sls�-✓, G8 gt�p..y�y_ 9tl9/ 91Q-9�r. Joao/ Aar�rftsoi1to0R-. caws �Wj � R4 Ff SECTION 00610 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Fi rm) Aggregate industries - way, Inc. (Address) 1707 Cole Blvd., Suite 100, Golden, 00 80401 MPIN (a Corporation), the "Prihcipalt' and " (Firm) Hartford Fire 1USUra a Cody (Address) Tower 4-1-47, Hartford Plaza, Hartford, CT 06M Bond No. OEN SEK4132 hereinafter rsfarred to as hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins Colorado 80522 a (Municipal Corporatio he ei fte �rr o as the "OWNER", in the penal sum of t9 lt+o a��3 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 CONDTTIONS-OF THIS OBLIGATION -are such that -whereas the Principal entered into a certain Agreement with' the OWNER, dated the 27th day of April 11 20oty..a copy of which is hereto attached and made a part hereof for - the performance of The City of Fort Collins project, 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road. 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,l PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER_ IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original. this 9th day of bay 2006. T IN PRE5 CE OF jPriacipal - VCRInc. (Corporate Seal) IN PRESENCE OF: Other Partners 1011 NIA By: H/A N/A By: H/A ' -- IN PRESENCE OF: 5'arety Hartford Fire Inswanee;Gc"my By: �� K Florietta Acosta t bcGonigle Accost now— Tomw 4-1-47, Hartford Plea, NartfeW, CT 06116 (Address) s,. �✓,; (Surety Seal) MM Date of Bond must,..ynot � prior to date of Agreement: If CONTR1dC�1"pg is Partnership, all partners should execute goad. 7/96 Section 00610 Page 2 SECTION 00615 PAYMENT BOND Bond No. o8=13K4132 KNOW ALL MEN BY T8ASE.:PRESENTS: that (Firm) Aggregate Indastries - V 1t, Inc.. (Address) 1707 Cole Blvd., 3aite.100, Golden, OD SOW (a Corporation), hereinafter referred to as the "Principal" and (Firm) Hartford Fire Insoaaace Compauy (Address) Tower 4-1,a7, Hartford Pura, Hartford, Cl! 06M hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municip l C or ion ein e g a �ltt%aas "the OWNER", in the penal sum of 9. solloo-- -- 1.033-432.50-------=- 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 27tb day of April 2006, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 5972 South Taft 4lill Road Improvements CR-38E (Harmony Road) to Horsetooth Road. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and 'corporations:furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used 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 affect. 7J96 Section 00615 Page i PROVIDED, FORTHER, that the -said Surety, for Value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the'same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is- executed in each one of which shall be deemed an original, this 9th (corporate Seal) IN PRESENCE OF: three (3) counterparts, day of MW .. Orineipal Industries - VCR; Inc. `y . (Title) - 1707 Cole Blvd., suite IW,JGo/lden, CD 80401 (Address) Other Partners ■/A N/A N/A N/A IN PR$$ENCE OF: Surety Hartford Fire Insurance CowpAmp BY:±2 By: aCO3ra, At.r0�-ln� '--7 AW: Tauter 4-1--47, Hartford Plazas` Q 0¢115 (Address) (Surety Seal) NOTE: Date of Bond Must not be Prior to date of If CON'%TUWTOR is Partnershi all "` P, Partners should euecute°'Hoag;:` 7/96 Section 0061s Page 2 Direct inquiriesfClaims to: POWER OF ATTORNEY �HARTFORD AVENUE HARTFORD. CONNECTICUT 06115 cap: 888 266-MO or fax: 860-757-MS KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 34-341300 Hartford Fire insurance Company a corporation duly organized under the laws of the State of Connecticut t x i Hartford Casttalty Insurance Company, it wrpontion duly aWnized under the laws of the State of Brdiana Hartford Accident and Indemnity Company, a eorporatiou duly orb under the laws of the State of Connecticut OHartford Underwriters insurance Company, a corporation duly organized under the laws of the State of Connecticut OTwin City Fire insurance Company, a corporation duly organized under the laws of the State of Indiana O Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Minois Hartford Insurance Company of the IYBdwest a corporation duly organized under the laws of the State of Indiana J Hartford Instrrance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut (hereinafter mlectively referred to as the 'Companies) do hereby make, co up to the amount of unlimited: James S. Rosulak J. R. Richards, Douglas J. Rothey, Gynpnfa HL Bumeff; Frank C. Penn, D1Lynrt Guam, Pamela J Hansen, Kevin W. McMahon, Donald E Appieby, Gone C Bladibum, Rosetta Acosta, Kristen L McCormick of Deriver, CO ;heir true and lawful Attomey(s}in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as ielineated above by ®• and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21. 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Parer of Attorney. sa a+. oar '•+. ? rr 1 rear • � � � / 2 • � t �rl j 4asrMta71•cF z,�7a7aa If7f • �' P • R1sw•+ +cow' ' ,',j a - 1-1*� Paid A. Betgenlaltz, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD David T. Akers, Assistant Vice President On this 23rd day of July, 2003, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument that he knows the seals of the said corporations; that the seals affoced to the said instrument are such corporate seals that they were so affixed by authority of the Boards of Directors of said coKpgrations•and that he signed his name thereto by like authority.z *; NOW4P CHtTitCATE ►ayCo�Ezpna00oW31.200T 1, the undersigned. Assistant Vice President of the Companies. DO HEREBY CERTIFY that the ih&e and foregoing is a true and correct copy of the Power of Attorney exerted by said Companies. which is still in 6A force effective as of,9, Signed and sealed at the City of Hartford. r 9 •,.�•.�;� tear �..� � >• • sd . +.wa+ 'a..w• Gary W. Stumper. Assistant Vice President POA 2004 A (_j�. CERTIFICATE NUMBER f �= n NYC-001935322-64 PRODUCER- - -- ----*--,:= ---- - - - _-`-- _------- < '=_-----= .Cia -THIS-CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION -ONLY ANDCONFERS--. MARSH USA INC- NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE ATTN:GWENDOLYN JOHNSON POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE 200 CLARENDON STREET AFFORDED BY THE POLICIES DESCRIBED HEREIN. BOSTON, MA 02116 COMPANIES AFFORDING COVERAGE COMPANY 02583-WESTC-CAS-05-06 A AMERICAN HOME ASSURANCE CO INSURED COMPANY AGGREGATE INDUSTRIES - WCR, INC. B NEW HAMPSHIRE INSURANCE CO ATTN: NELLY MORALES 970-353-2005 1707 COLE BLVD., STE. 100 COMPANY GOLDEN, CO 80401 C NIA COMPANY D THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES- AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICYNUMBER POLICY EFFECTIVE DATE (MMIDDIYY) POLICY EXPIRATION DATE (MMIODfYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 4,000,000 PRODUCTS-COMPIOPAGG $ 4,000,000 A X( COMMERCIAL GENERAL LIABILITY 5751524 11/01/05 11/01/06 CLAIMS MADE FIOCCUR PERSONAL& ADV INJURY $ 2,000,000 EACH OCCURRENCE $ 2,000,000 OWNER'S &CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $ 2,000,000 MED EXP (Arty one person) $ 50,000 A AUTOMOBILEUABILITY 5852837(AOS) 11/01/05 11/01/06 COMBINED SINGLE LIMB $ 3,000,000 A X ANY AUTO 5852838 (MA) 11/01/05 11/01/06 BODILY INJURY (Per person) $ A ALL OWNED AUTOS SCHEDULED AUTOS 5852839 (VA) 11/01/05 11/01/06 BODILY INJURY (Peracddent) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ ' AGGREGATE $ I�EXCESS UABIUTY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X TWC ORT LIMITS �OER EL EACH ACCIDENT $ 1,000,000 B 6610752(ADS) 11/01/05 11/01/06 B THE PROPRIETOR/ X INCL PARTNERSIEXECUTNE OFFICERS ARE: EXCL 6610753 (CO & MN) 11/01/05 I 11/01/06 EL DISEASE -POLICY LIMIT $ 1,000,000 EL DISEASE -EACH EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS Certificate Holder is included as an operations & activities of the Named Additional Insured solely with respect to the Insured. SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL 'in DAYS WRITTEN NOTICE TO THE Cityof Ft . Collins CERTIFICATE HOLDER NAMED HEREIN, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR PO BOX 580 UABLrTY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE, ITS AGENTS OR REPRESENTATIVES, OR THE Ft. Collins, CO 80522 ISSUER OF THIS CERTIFICATE - - - - MARSH USA INC. BY: Edward R.Ford VALID AS OF:11l03J05 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: Aggregate Industries - WCR, Inc. CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially 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 W96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 20 TO: Aggregate Industries - WCR, Inc. Gentlemen: You are hereby notified that on the _ day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road. 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: Citv 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: Aggregate Industries - WCR, Inc. (CONTRACTOR) PROJECT: 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road 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 7/96 Section 00650 Page 1 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. 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: Aggregate Industries - WCR, Inc. By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20 , by Witness my hand and official seal. My Commission Expires: Notary Public 7/96 Section 00650 Page 2 ATTENDANCE RECORD PREBID CONFERENCE Project: 5972 South Taft Hill Road Improvement Project Time: 3:00 P.M.Date: April 1;, 2006 Lnestione215 N. Masnn Cnmmunity Rnnm In-nn-11rRn n m PRINT PRINT DRESS TELEPHONE FAX # E-MAIL ADDRESS NAME FIRM NAME Z�,14n/4 a 2-9 nl CD (l 2 2Z-4�9Z-`t GG �� -JU�wJ el T.7 —DU e-l"pi , ZFs/ /ii, [�o -- 2 � - �(oa� �- /h.� G C' o✓. j�ei1y Sf�C'�e Lkr�� ,�W Al Tfli�✓� 3�J364/Z i/o7 Me lie/Ay.Stee%e-Na Nak AJ( Pa 5 `S LIN bTC 41.i 3o;_zz�.72�5 �ti/k..� i , 9dtjab..• �`� L eel PSs J o�opc� I PBrJ,Go-cr ?1W Z/?", : .T_ �j7U 67- �70- 66' 7- 1 lA�,ls7i ,'Jiy" ICV6l�? ';s �O 3930 �G�tii'.UC7T�c/f C�Yy? J 'h►e�1 i - qoq RQAeitoKis * 76 - mw 9-�vf SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Aggregate Industries - WCR, Inc. PROJECT: 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. 7/96 Section 00650 Page 3 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (1219e) C COLORADO DEPARTMENT OF REVENUE V DENVERCO6626, (303) 232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuantto Statute Section 39-26.114(1)(a)QQX) DO NOT WRITE IN THIC WACP The exemption certificate for which you are applying must be used only for the purpose of purchasing construct ion and building materials for the exempt project described below. This exemption does not include or apply tothe purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part oft he structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use oft he exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. Aseparate 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. Registratioriffiaourt No. k beassgtedby Period 0170-750 i999 $0.00 ) 89 - 7 ip, Trade nerne ar, pa nar, or corpora a name Mailing address (City, tp): Contact Person L-Mail address a ere mpoyers Identification Number. Bidamoun or youreon ac: $ ax um ec Business telephone rnmber: ( oradownlmoldinq lax account narnlow Name at exempt organize ion (as shown on contracQemp orgenrza on s number 98 - d ress of exempt organization (City, State,Zip) —n rincipal contact at exempt organizeUo Pf nopul contacts telephone number. Physical oca on of project site give actual address when app icab a and Gi hes and/or County Iles) where project is located) Scheduled OSY Y..r Estimated Month ay Year oonstmolon start date: mmpletion date'. J ty' _ xc a a }. i vd �is° 1e 4 ..f a mil✓ itee q ff i k. n . 0 m ,T I declare under penalty of perjury in the second degree that the statements made in Uns application are true and complete to the hest of my knowledge. Sig nature o owner. garner or ooi-poraT-ofliceF: Tile of corporate officer - UV RV N VVMI In MnLV W N FNMA LNN IL Section 00670 Page 1 Special Notice Contractors who have completed this application in the past, please note the following changes in procedure The Department will no longer issue individual Certificates of exam ption to subcontractors. Only prime contrac- tors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copes of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 891E has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89- 12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed- ing numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. Section 00670 Page 2 SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS am CONSTRUCTION CONTRACT These GENE'RAL CONDITIONS have been developed by using the STANDARD GENT-RAL CONDITIONS OF THE CONSTRUCTION CCYNTPLACT prerwed by the Frigmeeyis Joint Contract Documents ('A�mmiw EIMC, No, 1910-8 (1990 Edition), as a base.. (1mgesto that dociurent are shomm by underlining text that has been added and striking through text that has been deleted. EJCDC CjP'NFRA1. CONDITIONS 1910-8 (1990 FT)ITION) WITH CITY OF FORI'COLLINS MODIFICATIONS (REV 9/99) TABIT OF, co -fin or CiFNERAL commoms Article or N-1-agraph Page Article (ii- Paragraph Numher & fale Number Numlier X Title DEI'l NJ 1:1 (")NIS I 11 Addcnda I I I Agreement .. .... . I 3 Application for Payment 1.4 Asbestos 1.5 Bad,...-... 1 6 Bidding 13 Bidding Requirement!;, 18 Bonds 19 C hangc C I L10 ContractDocuments. 1.11 Contract Price 1,12 Contract. Tunes.._..._ 1.13 CONTRACTOR I 1.14 defeefitv .... .. ........ .. ...... 1,15 Drawings 1,16 Effective Date of the Agreement. _1 1.17 ENGMER LIS ENGINHER'sConsultant 119 Field Order� .......... ..... . .... XI General Roquirorrients Vil I lazardous Waste 22'a Laws and Regulations, Laws or Regulations .... ...... 1 22.h Legal Holidays...._.... 1.21 Liens- 1,214 Milestone L25 Notice of'Award 1 116 Notice to 1-17 0INNER 'Y 1 28 Partial Utilization 2 L29 PCBs 1,30 Petroleum- 1,31 Project,- .. . .......... 1,32,n Radioactive Iviaterial 131 b Pqulnr Working Hours- 1 13 Resident Project Rcpreseriiative% 1.34 Samples .... . ... ... .. 1 15 Shop ],)]'owing$ 1,36 Specilicmlcxus 137 Sukcontractor 1 319 Suln-iantlkll Completion 1,39 Supplementary Conditions IA) Supplier .. ....... ....... .. . ... 1,41 Underground Facilities 2-3 142 Unit Price Work„..... .. 143 XVor k .. .... * .......... ............................... 1.44 work Change. Directive, 1 A5 Written Amendment Page Numixt PR XMINARY NIATTERS 2.1 Ddivery of bonds 2,2 Copies of DouUment%.. ...... .. .. .. . ... Corri mencement of Contrict Times. Notice to f1roccM 2A Sttating the Work 7 Hefote Slathna Construction. CONTRACIOR's Responsibility to Report; preliminary Schedules. Delivery of Certificates of Insurance 3-4 2.8 Pf econstruction Conference 4 29 Initially Acceptable Schedules 4 CONTRACT DOCUMENT& INTENT, X&ENI)ING, UUSE 4 3,142 Intent 4 33 Reference to Standards and Speci- fications of Technical Societies; Repotting and Resolving f-Xs- crepancies 4-5 14 Intent ol'Certain Terms or Adjectives........... _........................ 33 Axienifing Contract Documents 16 Supplementing Contract Documents, - - — .......... , - , 5 3,7 Reuse of Documents 5 AVAILAPILITY OF LANM 3UBSLJRFjV1' AND PHYSICAL CONDITIONS RhFFRFNCF PoINTN'- 4.1 Availubility of Lands ..... . .-5-6 4,2 Subsurface and Physical Conditions 6 4 11 Reports mid Drawings,__ 4,2 . I Limited Reliance by CUNTRAC.- TOR Authorized; Technical Data 6 413 Notice of Differing Sul .surface or Physical Conditions 6 4,14 ENGMEP's Review—, 4 1 5 Rmsible Coiltract Documents Change...... 6 4,2, 6 Possible Price and Times Adjusainenti" 0-7 43 Physical Conditions-1 indergi ound 43,1 Shown or Indicited .7 43.2 Not Shown or Indicated, .7 4.4 Refercricc Points, 1-'X1X.'0ENhftAL COMA I 10N'S'3910-8 11990 Wil 10N) w/0TY OF FORT COLUNS MOMVICATIoNS MEN 9?99) Article or Paragraph page Article or Paragraph Page hfumber d Title Number NUM her &'title Number 45 Asbestos_ PCBs petroleum, 62S Submittal Proceedures, C'ON- Nszardous Waste or TRAt TOR's Review Prior Radioactive Motedal.................. 7.8 to Shop Drawing; our Sample Submittal ..................................... l6 5., BONDS AN I) INS72f\NCI , , 8 626 Shop Drawing,L Simple Sufmtit- 5.1-5.2 Performance, Payment and Other talc Review ln`HINGINii$R-_...16-17 Bonds,___..__._...-._.._._.-._...__..,,8 6.27 Responsibility for Variations 5 Licensed Sureties and Insurers_ From Contract Documents 17 Certificates of Insurance. _ _ , .I 8 6.28 Related Work Perforated prior 5.4 CONTRA("fOR's Liability to ENGINEER's Review and Insurance..... ......... .............. 9 Approval of Required 5.5 OW1\ER'sLiabilityInsurance,..._._.._„9 Submittals.., _... _.., 17 5.6 Property Insurance...,_.-. . _.... 9-10 6-29 Continuing the Work 17 53 &siler and Machinery or Addi- 6.30 C ONTRACf OR's General tionol property Instirmtoe ....... _.. _....10 Warranty and Guarantee _. _ ... .17 5.8 Notice of Cancellation Provision- ...... _10 631-633 Indemnification-_....._...- .._17-18 59 CO?NT'RACTOR'sResponsitalitp 6,34 Survival of Obligations ...................18 for tkdactible Amounts 10 5 to Other Special Insurance- ......,10 7. CJT7il RWORK .............. .......... . ......._.., __ 18 5.11 Waiver of Rights .... ..... ... ...........<..11 7.1.7.3 Related Work at Site ..._.... _._.... 18 5.12-5.13 Receipt and Application of T4 Coordination..... _ ....,.18 Insurance Proceeds,,,, 10-1) 5,14 Acceptance of Bonds and Ins%- 8. O R'SR£SPONSIBB.ITIES..........._..._......18 anon; Option to R5place....... ___ _.,It 8.1 Communications to CON. 5.15 partial Chilization--Property TRACTOR.._ .. .................... .... 18 Insurance....,_ .............................11 8,2 ReplacementofliN' BR.........,18 83 Furnish Data andPay Promptly 6, CONTRAC:'MR'S RESPON'SHiILITl7 4 ..... ....... _I I when Due_-...... ...18 61.6.2 Supervision and Superintcndencq.......11 9.4 Lands and Easements; Reports 6.345 Labor, Materials and Equipment... I i-12 and. Tests.,........ 18.19 6.6 Progress Schedule..,._._ _._........ _ .12 8.5 Insurance.. 19 6.7 Substitutes and `Or -Equal" Items; 8.6 Change O r&rs....,.,. CON I'RACTO lesFatpense, 8-7 lnspecnons, Tests and Substitute Construction Approvals...................................14 Nletbods or procedures; 8.8 Stop or Staspend wotlia ENGINMiR's Evaluation ,.. 12-13 Terminate. C>NCRACTC'R's 6.8-6,11 Concerning Subcontractors, Services..__........_,...._..._._....._.t9 Suppliers and Others, 8.9 Limitations oat OWNER'S Waiver ol'Rights ,.... ..... _.,13-14 Responsibilities. l9 6 12 Patent Fees and Royaltie „14 8 10 Astiesto+ pC13s, petroleum- 6.13 Permits. __. 14 Hazardous Waste or 6.14 Laws and Regulations,. ..,.__.. 14 Radioactive hlaienal __..19 6.15 faxes..._ .... _ 14-15 8.11 Evidence ofFinarscid 6,16 L'secfPteinisea-__...... __... _..... .15 Arrangements,_. 6.17 Site C;leanlincxs ........... 15 6.18 Safe Structural Loading, t5 ) 9 NGINLER'S ST,,Vf1:S DL1MM, 6. 1.9 Reefed lhlCUlnCllt4... ..... ..... .15 CONSTRljCT[ONr ..... .... 14 6-20 Safetyand Protection 15-16 9.1 OWNI*R's Representative 19 6.21 Safety kept esentative_.... 16 9.2 visimuSite, _.19 6.27 Hazard Communication Progmin5 -_-16 93 Project Representtativa 623 Emergencies_ _.. _.._1,_16 9.4 ClarificationsandInterpre- 6'4 Shot Drawings and Sa. pl lSamples ... rations..................._................,,?I 9.5 Authorized Variations In'Mk .__..31 LJCLX: MMRAL cOxarIION9 tvtrls ttvvo pt:rcttovi wf (STY OF FORT COLLttV'S MODWICA'IION*S TREY %`99] Article or Paragraph Page Article or Paragraph Page Num her & I itle Number Number Je Title 'dumber 96 kqeding: Defective Work . . ...... ... . 21 9 1.(), 9 Shop Drawings, Change Orders and Payinews ... .............. __ ......... _21 10 I)eterminavais for tnit Prices 21-?' 911-9,12 Dec Isions on Ihxputcs, ENU I- NFI,"R as Initial Interpreter, 2 911, Limitations on HNGINUR!s Authority and Resptansihilitic4 22.23 (1 IANW,,lb. 1-111; WORK I 23 10 I OWNER'sOrilcred 14, 10.2 Claim for Adjustment .. ...... .. ... ... .. 23 103 Work -Not Required by Contract Documents 23 10A Change Orders ....... ........ .... __ I 23 105 Notification of Surety, 23 CHANGE or com,RAcr PRi(*,F .. ...... ........... 11 1-11,3 Contract Price-, Claim for Adjustment; Value of the Work-....,__ ....... . 23-24 11A Cost of the Work ............................ 24-215 11.5 Exclusions to Coal of the Work__ _. 5 11 6 CONTRA( ' J01�1's Fee ... ... ............... �,5 11.7 Cost Records 25-26 It's Cash Allowances, 11-9 Unit Price Work.._.... . .. . .... ClUkNUE OF CONTRACT TIMES ............................ 121 (7hum for Adjustment. 26 12.2 Time of the Essence... _,' 6 12.3 Delays Beyond CONTTRACTOR's Control 26-27 12.4 Delays Beyond OINNEYs and COMRACTOXs TESTS AND INSPECTIONS; CORRECTION REMOVAL OR ACCEPTANCE OF 0J,U-'E(-r1l`T'\40RK . . . , . -...... . __ , _ , 13A Notice of'Defocts...... 112 Acoo�s to the Work- 27 1.3 :3 Tests and Inspections: C'()NfRA("rOks(,*ooperatioii,.,, 27 13.4 OWNER'.s Responsibilities, IndLpenderiffesting Laboratory _ 27 115 CONTR-ACTORs Responsibilities '7 116-13 7 Covering Work Prior to Inspec. t ion, Testing or Approval— , _ . _ 27 13,9-13.9 Uncovering t%ork at EN(31- NEER'sRequest_ 27-28 13,10 OWNT-"R Mqv Stop the XVork.. . . ...... 28 ti 11 Corroctimi or Removal of Detaclws iVot k ... ... .... .. .... 2N 13,12 Correction Period 18 13,13 Acce.plance olDelacink, ork" .28 13 14 OWNIFA MHY Coit eel De&cfwe work.9 PAYMFINT'i' TO Yi TRACTOR AND COMPLETION_ - , . . _ , _ ...... 29 ' 141 Schedule of Values 14. 2 Application fox Progress Paym ent ..... ... .. ...... .. _29 143 CONTRACTOR's Warratilyof Title .......... . ......... .......... 29 144-147 Review o(Applientioris for progress Payments _., __ 29-30 14.8-14.9 : Substantial Completion 130 14,1(1 Partial Utilization, 30-31 14,11 Final Inspection— 31 14,12 Final Application for Payment ........ 31 14 13-14A4 Final Payment and Acoaptancio_ , ,31 14.15 Waiver of Claims 31-32 15, SUSPHN1S1(JN()F WORK AND TERMI]NATION.., .... ..... 1­1.1132 15.1 OWNER May Suspend Work ..... —.32 . 15,2-15,4 OVVNI.R stay "terminate 32 15.5 CONTRACf(.)R 'vfay Stop Work or Terminate, 32-33 16, DISPUFF RESOIXM0\ . ..................................33 17. NMISCFLI-,AN1-1'OUS, 17.1 iv ing Noti cc ... _33 17.2 Computation 01"FaTICS 171 Notice of Chum ..... ,33 174 Culnulauvc Remedies,,,,,,,,,,,,,,,,, ,,_33 l71 Professional Fees and Court Costs Included 33 ITT Applicable State Laws, 33r34 Intentionally tell blank, 35 1-NF[IBITGC-A (Optional) I)ispute Resolution Agreement GC -Al 16 1-16,6 Arbitration (;(-At 16,7 Medistion At, CONDI IMNS 1910-8 iJ990 F.D1 1`10N) w CITY OF FORT COLLIMMODTFICAMM, WX 9i995 M) X TO GEE RAL cownIONS City of fort Collins modifications to the t.eneraI Conditions of the Constructi m Contract are not shown in this index Article or Paragraph 1vumltr Acceptance of-- Ntnds andfriauranec..........._..._..__......._....14 drfecrive Work , .__. 104 1, I-M 11,13 final payment _ _ -_. 9,12, 14-15 insurance.,_ _............ 5,14 other 1N`ork- by C L>'4'I'IL1C"TO12 . _ 7.3 Slthstautes and "Or-1' qual" Item ,,.,, _ fa.7 1 _.. Rork by OWNER .... .................. _5, 6 30, 614 Access to the. - panda, OWNER andawrRACTOR responsibilities . .....,,.., 4.1 site, related Work ......... ...... _....._ 7.2 Work, ,. ............... 13.2, 13.14, 149 Acts, or Omissions-•, Acts and Omissions-- CCN1RA(7TOR_.... 69.1,9.13.3 CNGINEk;R 6.20, 9.13,9 OWNER, ....... ... ......... ... .._...fi20, 89 Addenda--definuion of (also see definition of Specifications)_., . (1.6, 1 It), 6.19), 1.1 Additional Property Insuranceq„......................_...-... 5.7 Adjustments -- Contract Price oiContract Times,.._ _ .1.5,15, 4,1, 4.3.2, 4.5. _.. _ ...,. 1.5.3, 9A, 9,5, 10.2-10.4, progress schedule ....... _ ............... .... _,,... G-6 Agreement -- definitionot...._.................................................) "All -Risk" Insurance, Policy Ica Al Allowance-, Cash._ , .--,-<,. 1l 8 Amending Contract Document] ............ .................. 15 Amendment, Written — in general, _ _.1,10, 1.45,15, 5.10, 5,12, 6.6.2 ...... ..fi.8.2, 6.19, 10.1, 10A, 11.2 _. ,...,_,.. ..__ 12.1, 13.122,14.72 Appeal, C WNTIR tin CC)N TR A("PQR intent to. -_ _. _ .. 9.10, ),11, Io 4, 16.2, I6 9 Application for Nymein-- definition ot.._..._.__....,.....,..._.._._.._ ...............1 3 ENC'}1-1` TFR's Respoisbdity .._.._..............: e, 9 final payment 9 13.4, 49,11-5, 1412-14 15 in general,,.,2.8,2.9,5.6.4,9.10,IS.S progcss payment rc)oew of Arbitration ._ ......... ........ ..._...16.1.16.6 Ashestos-- claimspursuant ihereto, .-.._ .-4_5:2,45.3 CONTRACTOR authorized to stop Work . 4.5.2 definition of, ,_...... ...__. _. __.....1,.4 Article or Paragraph Nunih;r OWNRRrasponstbilityfor .,_....._. 4-51,810 possible, price and times change:. ... . 4.5.2 Authorized Variations inWorl:,,..,.,,.3.6, 625, 627, 9.5 Availability of Lands_. _ _ _ 1.1. 8A Award, Nonce of —defined _..-...... 1 25 Before Starting COTIAUM60n ._............ .......? i-2.9, I3id--definition of. _............._._... L5 ('1 1, 1.10, 2.3, 3.3, ....._...._..-4,2.6A, 6,13, 11.43, 11,51A) Bidding Documents --definition Of ................_. _....._..__ _...10(6,8.2) Bidding Requirements--definitio of 17 (1 1, 4.2 6.2) Bonds -- acceptance of_.,. ..... .. _........._ ..., . _....__.....,.5.14 additional bonds....__ .............__.,.,10.5, 11.4.59 Cost of the Work—, .......... .. I L> 4 definition of, _ ...... ....... 1.8 de hvery oP.............................._......._.........21, 5A final Application for paymeln , . 14.1:•14,14 general.......................................1 10, 401 5.3, 5.1.3, 10.5, 14.7.E Performance, Payment and Chhet.. ........... 5A 5.2 Bonds and Insurance --in general _..._ ., ... , _ .... _ .. _. 5 Builder's risk "allaisk" policy foent.....--.. _..._5,62 Cancellation Provisions, Insurance.,,-,.,. 5.4.11, 5.8, 5.15 Cash Allowances ........ I Lis Certificate of Substantial Completion 1.38, 6.30>2,3, . .__<........ ...... ....14.8, 14-10 Certificates ofInspect�iorl._ , ,,.,-.,,.-,9.13.4, 13.5, 14.12 Certificates of lnsurancc-.... .... 17 33, 5 4.11, 5.4,13, 5,8, 5,14, 9.13A, 14.12 Change in Contract Price — Cash ash Allowances.., ., _. _ . _,„ , ,I LB claim for price adjustment. _. _-. 4,1, 4.2.6 4,5, 5,15, 6 8.2. 9.4 .59A1,Itt,Z ]it 5,I1:,130, _........ 13, 13 14, 14-7, 15.1, 15,5 CO1i FR,A(,. (iR's fee (-ost of the Work general _. ..._ 11,4-11.7 ExclusionsIo,_ -- ,_.._. ...___.__.,.I1,5 Cost Record 113 in general .-i-19, 1,44, 9,11, 10,42, It14-3, 11 Lump Sum Pricn,g....,.... ........._..................... I1-1,- Notification of Surety tt).5 Scopeof,_ . .... .. _ .1+ 3-10.4 Testing mid Inspection, 13nemeringthe Work .__...- _.....13.9 LXIIX' OUNIAM. C6iNLA I IONS 1910-9094U HX I ION) wi (TTy!,ir' roaT C7 UNS'orODMOATIONS BEN 1Y99) Unit Pricc Work- --- 1-- 11 11 1 11 - - 11 .11,9 Article, or Paragraph Number Val ue of Work A Li Change in Contract Tunes - Claim for times idjustructil_ 1, 4 4 5,15, 6.8 2, 9.4, 9.5, 9.11, 10.2, 10-5, 12,L - 119, 1313 13.14 14,7, 15 1, IS 5 Contractual time limits Delays beyond ('-ONTRACT()R's control I Mays beyond OWNFER's and CONTRiv,-rows control 12A Notification ofsurety, _., ............. .... .... ... ....... lo-5 Scope of change . .....10.3-10.4 Change Orders - Acceptance ol'Derfective Work.,. .... ...,13.13 Amending Contract Documvsatg .......... ..... _3J Cash 11,8 Change of Contract Price;....,.,_... Change of Contract Times- 12 Changes in the Work ..... ...... -10 CONTRACTORs fee...................................'.....I L6 Cost of the Work 11,4,11,7 Cost Records -11.7 definition of ...... . ...... . ........ .. .. ....... . L9 emergencies,,,,.,, ... .... ....... . ... ..... ........... _6123 ENGINEEVs responsibility,. _ 9,8. 104, 11,2, 111 execution of' .............. ..................... ........ JOA Indemnificlion ... ........ ........ g), 12, 6 10, 6 31-6 33 Insurance, Dondsand 3 10, i. 13, 10.5 (:)XA,71sMR may terminate .............. ____ 15.2-15,4 OANWERs Reiiponsibility.......... . ...... __S.6, 10.4 Physical Conditions - So bsur far c c and Undorgrouml ..........................4.3.2 Scope of Change...... .... .. ........ _103-10A Substitutes ............ ................... 6.7.3. 0.8.2 Unit Price Work''. value, or Work, covered by ....... . ........... Changes in the Work..... JO Notification of surety j0.5 OWNER's and CONTRACTOks responsibilities- RiLht to tin adjustment, ScoN of change, ...... .. ......... ... JO.;-10A (Atums- agaarst CONTRACFOR 6 against LNGMEMR 6.32 . against OWNER 0,11 Change ofContract Price ... 11 2 Change of Contract Times ......... 9.4, 111 CONTRACTORI's ........_...4, T 1, 9.4, 95, 911, I(Q, I Z 11 9, 121. 1-3 9, 14 N, 15A, 15.5, 173 vi COMAACTOR's VCc 11.6 Article or MAragi aph N Lim her ('O\TfRACTOR's bribilax ............ iA 612, 616, 6.31 Cost of the Work 11 4, 11.9 ns Decisioon Disputes- ..__...__.9.11, 9J2 Dispute Resolution ... 16.1 Dispute, Resolution A.1 Oemont 16,1-16,6 rNGINME,R tus initial itnerpretor 911 U1111p Sum Pneing 11.32 Notice of .17 3 Okk N HIR's. 4, 9 11. 10 2, H 2, 119 121, 13.9, 13,13, DA4, 17.3 OWNERS liability 5.5 OWNER may refusic to make payment, 14.7 Professional Foes and Cnntrt Costs Included, 1 .1 .1 -.11 11 1 1 11 17.5 request for formal decision on ......... ....... ...... ... 9 ' 11 Substitute Items, 6 712 Time Extension . .. .. ..... . . .. . .. ........ .. ..... 12A Time requirements,_ _9.11, 12.1 UnitPrice Work .11,93 k"alue of-' ............... ....... Waiver of_ -on Final Paymerit,., ........ ...... 14 14, 14,15 Work Change Directive , . __ . .. ...... .. ... _10,2 written notice required, . .. . ... 9.11, 11.2, 12.1 Clarifications and Interpretations.. 3.0.3. 9.4, 9.11 Clean Site 17 Codes of Technical Society, Organization or Asiociation .............. - ........... ........ ...... 133 C!ommcncernentof Contract Times 23 Communications - general .... . . ... . ...... . 8.1 hazard Communication Program3, _!6 22 ('0111pletion- Final Application for Payment ...... .... 14,12 Final inspection,". 14,11 Final Payment and Acceptance ........ .. 14.13-14. 14 Partial Utilization, 1410 Substantial Completion 1 38, 14,8-14.9 WciVel of (Jai rp-ill- ............. 14 15 Conipinawn of Times_ Concerning SuIxontractors. Suppliers prevonst ruct too 8 Conflict, Error -Ambiguity, Discrepancy -- CONTRACTOR to Report , I . 11 2 3.32 iAutiuQtion, before starting by CONTRACTOR 2 5-2 7 Construction Machinere, E'lqUipMent, etc, 6A Stmttinuiag the Work,.._... ......... ... ..... ti 29. 10.4 Contract Documents. - Amending .... ... ...... 3 5 5.1 W01TOrFORT COLIANT MMEAFICATIONS(REVIX99) SPECIFICATIONS AND CONTRACT DOCUMENTS FOR South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road BID NO. 5972 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS April 17, 2006 - 2:00 P.M. (OUR CLOCK) Cash Allowances 11 8 Article or Paragraph Number Change of Conrraot Ptice.. 11 C7hange,ofContract Times _.." _--. _ 12 Changes in the Work„_. ... _ .....___...._10A-10.5 check and veri(v............ . ........ _...__2.5 Clarifications and Interpretations._.,... _. 3-2, .3 6, 9.4, 9.11 dePntltion of - 1-tf I NUI Jt Ek as initial interpreter of _.,`3-11 FNd1NEr-,RaJOWNERstepre%entatne _ceneral3 Insurance... _..........__.._.... .._...._.,.....,53 Intent ...._ _. _.....3.1-3.4 minor variations in the Work, _..... OWNER's responsibility to furnish data, R 3 OWNER's responsibility to make prompt payment ....... . ...... $ 3, 14.4, 14,13 precedence.. , _ 3 1,3.3 3 Record Documents ...... ... .. ... . ... .... .......1.19 Reference to Standards and Specifications of'rechnical Satietics...................................3.3 Related Work. _............................ _..................? 2 Reporting And Resoling Discrepancies, .,, 2 5, 3.3 Reuse of, - ­ ...... ._....... ._.., ., .,. ..... -... d.7 Supplementing .......... .._... 3.6 rerntination of E':vtiIN Llts Employment __-....-.8-2 Unit Price work ...... ..............._........................11 U variations ............................ 3.6, 6,23, 6,27 Visits to Site, ENCrIMHBR 4 . _ _ 9.2 Contract Price-- adjumunent of, . _......._3.5, 4,1, 9A, 10.3. 11.2-1 L3 Change of _... ..... _._. _. . I I Decision on Disputes ... ................„_. ......... ........ 9.11 defmiLion o(....................... .....,�,lf Contract Times -- adjustment of, ........ -....... ..., ...,3.5, 4.1, 9.4, 10.3, 12 Change of ...-......._ 12.1-12.4 Commencementof ..,.... . __ . .. ? 3 definition of .." ......... „i,12 C"i.) "1"itra(J0R-- Acceptance of insurance 14 L 07tl ITF UrI1G$t1071S ..,--.__ U,2, 6. 9.) Continue Work......._...... _.___ _..___,6.29, 10.4 caordmittion and scheduing ,_,---. ,.......... (.9.2 definition of .... „ .... 1,11 Limited Reliance on Technical Data Authorized _ _4.2.' May Stop Wutkcr Terminate IS_5 provide citeaccess to others.,. , .,_., .. 7?, 13 2 Safety and Protection,_— �.3. L 2, 6.16, 6 18, _................................. 6.21-623, T2, 13.2 Sh ilrntfing and Sample Review Prior to Submittal ..... .. .. ...... ........ ...... 6.<5 Stop Work requirements._-- CON MAC I'Mx-�- Article or Pia adraph '?umber Compensation __- 11.1-tt2 Continuing 01-4%ation..... __.._" ... 14-15 !>e%ctive Work ..... .... 6,. 13.10-13.14 Duty to correct dtfernl , Wori;_-. Duty to Report — Changes in the Work caused by Defects in Work (if Otlicra.... ................... 73 D ifferin g condit ion s_.._ .......... 4-13 Disc.repancy,in Documents... , 2 5, 3.3 2, 6.14.2 Underground Facilities not indicated , 43.2 Emorgencres,...-.._._ .._..._...,..... , _._. _- _6"23 Equipment and Machinery Rental, Cast of the Work..........................._..............11.4.53 Fee--C.OSt plus,,,,,,,, 71 4.5.6, 11 i 1, 11 6 General Warranty and Guarantee,,_,,,,,,, _ ., .,,_ 6.30 Hazard Communication Programs ....... ..... .......6.2? Indemnification,_.-. _.,-.__ 6.1k0,16.6,31-633 Inspection of the Work-- ... ­ .. ... . ­ . ............ 7.3, 13A Labor, Materials and Rquipment.... .._..-„.,,,,.63 b,S Law!; and Regulations, Compliance by;.,..., .. 6,14.1 Liability Insurance .... ........ . _..5.4 Notice of Intent to Appeal .., ,.,,a.10, 10.4 obligation to perform and eomplete the Work Patent Pees and Royaltiea, paid for by : ...............6 12 Performance and Other Bonds- 5,l Permits, obtained and paid for by, ... _.. .: ... ..0.13 Progress Schedule _ ._ ...... ... 2,6. 2.8, 19, 6.6, __._._. 6i29, 10A, t5,2 1 Request for formal decmionon disputes .............. 11 Responsibilitice, - Changes in the Work,,..,__. _.-., . _.._ ..__ ,10.1 Concerning Subcontractors, Suppliers and Others.__. Continuing the Work.. _ _. h 29. 10A CON rRACTOR's erpensc.... ..... ...........¢ 7 1 CCYv1itAC TOR'sGeneral Wa€raniv and Guarantee o.3o .OM RACTOR's reviewpLIOF to Shop Dtawaig or Sample submittal... . _._ 6.25 C.oerdinidicm 01W'oxk L'.NGIN ER's evaluation. Substitutes err."Or-fiqual' Items __.... t1.73 For Acts and Omissions of Others _ _...,....., _ ..-...h.1l'.1-6 9 2, 9-13 rordeductibletunountit,insurance , 5.9 general .--................ .................¢, 7.2, 7.3, 8.9 Hazardous Communication Progremt.. __ F 22 IndemnIheatiwx.. .... ...... r ._ ....._t, 31-633 Nil KJC1W GENERAL. CONID171.0\S N10-8 (1990 EDI HU ) wi CTTY OF RAT COLUNS MOr7WWATI OSS (REV °k'99) Labor, Materials anti Equipment__--..-...6, i.6..5 Laws slid Regulations 6,14 Liability Insurance _., .5A Article or 111aragraph Nair ber Notice of variation from Contract [)ocuments._ - 111, ­11 . .,1_1,1..1-,6.27 Patent Fees and Royatties.._.. ....._.........6,12 Progress Schedule 6„ Record Documents _ _ . _.. _ _ 619 related Work performed prior u) LINGINIER's approval of required sulxnittais,„_........ ......_ ,......._.._.....,.�.2R safe structural loading ....... , 6.18 Safety and Protection....... _ ...,,, , 6.20, 7.2, 13.2 Safely Representative.... ,.. .... .. _....,.6.21 Scheduling the Work ........ ....... ................... 6,9.2 Shop Drawings and Samples ........ ....._..__. 6.24 Shop Dntwings and Samples Review by ENGINEER ... ........... 6.26 Site Cleanliness..- .._. , .-. ,- 6,17 Submittal procedures...................................61S Substitute Construction Methods and Procedural,..............._..._.,_....... 6J2 Substitutes and "Or -Equal" Items,___,, Superintendent;_ .....,. ,., . ....., 6:2 Supervision ....... __........... i.1 Siew ival of Obligadays......................... ......6 34 Taxes......................................................... 0.15 'Tests and inspections _ _. _ . _ _.13.5 To Report_.,.._ ..... ............._ a 4 L1se of Rem iscs..-..... ... ti• 16-6.18, 6.30.14 Review Prior to Shop Drawing or Sample SubmiHal ........................................625 Right to adjustment for changes in the Work. .... 142 right to claim .... ?l, T 1, 9A, 9,5, 9,11, 10.2,11.2, .1__._11.9,i2.1,13.9,14.8,15.1,15.5,173 Safety and Protection _. _. ...... 420.6 22, 7.2, 13.2 SaletyRepresentative _ _ 621 Shop Drlcvings and Srunples Submittals .,,?;'4.6 28 SlxcialConsultants_ 11 Substitute Construction Methods and Proccclures o-7 Substitutes and "Or -Equal' items, Expem,c 6 7A, 6.7.2 Subcontractors, Supphers and Others„ -. 6 8_<31 I Supervision and Superintendene@, .. 6-1, 6 2, 6�21 T'ascs- llayment by _ _ 6-1-> Use of Premises -.,_.._..fiJE,-6.IS 'Arm rant ics arnt gLan antecs Warranty of f Itle ,_.... . ,__. ... ,-.-. , 14.3 Written ?Notice Required -- CONTRACTOR stop Work or tarminate ... ... 15.5 Reports of Differing Subsurface anti Physical t:",OctilnPRy,,,,,,,,,, ,,,,,,,,,,1_2,3 Substantial Cwnpletttrl .-. ,• _ . _ ., €4,8 vii Contractual Liability Imazancc_ 5.4.10 Contractual Time Limits, Article or paragraph Number Coordination— CC)NTR:it_'TOR'sreaponsilrlit)' .-..__, ,_ , t.9.2 Copies of Documents, 12 Correction Period'„I312 Corection,Removal or Acceptance of IVck}ve Work-- ingeneral ....... ...... _..... ............ ..II1.4.1, 13.10-13.14 acceptance ofDe ctive Work._ _ . _ _ 13.13 Correefiot or Removn] of Defective Work 6.30, 13.11 Correction Period........13,12 OWNER May Correct Defuctive1kork _,.,. 13.14 OWNER May Stop Work......,..... ....................13,10 Cast__ of Tests and Inspections'. J3A Records 11.1 Cost of the Work -- Bonds and insurance, additional ............ .......I f 4-5,9 Cash1?isocaatY..._........................................ 1 1,4.2 CONTRACTOWsFee, .,_-.-..... 11 6 Employee Expenses,,, .,_, 11_4.5.1 Exclusions to •,.„,„ 11.5 General] 14-1 L. hone office and overhead cxpettscs„,,, ,,,,,,,,,,_..,11.5 Lttsscs and damages_ ........ ......... ........... A,5.6 Materials and equipment ... 11.4.2 Minor expenses.......... 11.4.S.8 Payroll costs on changes..._ _..._ ,. , ....... 11.4.1 Performed by Subcontractors, .1143 Records11.7 Rentals of constructionequipa ra and machinery _._.... _ .......... . .......... 114.5.3 Royalty payments, permits anti license Ices -,,........_........,_..._....,...._11.45,5 Site office and lemporarylacilihes _,. ._1145-2 Special C'7onsulrants, C(kTRACT€)�R.............. 11,4 4 Supplemental _ _ _ . 11,4.5 -laxcsrelated tothe Work ...._ __.._..__.._I.t.4.5.4 Tests And Inspection Trade Discounts„. 114 ? t,?tifities, fuel and sanit an' facilities,- 11 4 5 7 Work alter regtdar hours,,,,,,,, .. Covering Work 13.6-13.7 C.umulativeRemedics. - _ __._1TA-17-5 Cutting, rifting and patchiu&.._._ 7,2 [lain, to be furnished by OWN[I;R.............. „�1 Day --definition of...,. 17,22 Decisions on Disputes. dgAcrive--definition of _._ _ ----._ ..... _-1,14 ckrfective Won_ Auxptanceof. ,._ _ .It1,4.1, 13,13 hXIVCi N)SR.AL CdNIX I10 S 1910.8(19901141 O') wf OTV OF FORT (!oLJPKN MOYNF1CCAl1t7NS (,Pry 9,,,w) Correction or Removal of __.... _-.. 10A.1, 13.11 Correction Period _ _ 13,12 in general 13, 14.7, 14.11 Art icle or Paragraph ?urn ber Obscrvation bit 1 Ntilt EER o,2 OWNER klay Slop Woti _. _ 13,10 Prompt Notice A Defects ,.,., 13.1 Rejecting_._ .. _ ,6 1.II7Gt�1�Critlg the Work.. - _ _13.8 Dcfitnauons _ .._..I t3elays ... .4-1 n 29, 12_,-114 Dcliveryorl3tmds ...... "I Delivery of certificates of illstuvnce....... .. ........ :4.7 Determinaticvts for Unit Prim _ 9.10 Differing Subsurface or Physical Conditions -- Notice of _ ...4.23 1-"NG NEFWS Review" .......-.. 4 2A possible Contract Documents Change .....4.2 5 Possible Price and Times Adjustmcnts, _,..._,.4.2.6 Discrepancies -Reporting and Resolving_,_.. ......-__.--2.5, 3.3.2, 6, t4.2 Dispute Resolution-- Agi eement .. .. ..... _.. ................... Arburatipm_. 16.1-16.5 general1P; Mediation..... _........... ....... .,...,.._16.6 Dispute Resolution Agreement .._.. 16.1-16.6 Disputes. Decisions by HNGINEER................9.I 1-4,12 Documents -- Copies of-- ........... 12 Record 6.19 Retise of.-.- .- _...._ .33 D raw'ings--dcfiniuot o9 1 I- Easements .... ,-...... 4.1 Effeclive date -of Agreement -- definition�..............1-16 Emergencies,, . _ 6.?3 ENGINEER -- as initial nntcrprete, on disputes.....,_......_O.11-9.I2 definitionot.. 1-17 Edniantiots on alldullilly and ioponsibilitie;s„.,_9=13 Replacement of. _ _ 82 Resident Project Representative___. PNOIN-IER's Consultant -- definition ni 1,18 ENT GINLER's-- authority and rasptmsibilily, limitations orj 9 13 Authorized Variations in the Worn 95 Change C_nelers, responsibility for _ 9 T 10 11. 12 ClarificatiosandInterpretations 3.6.3:4i_4 Decisions on Disputes.... . _..._ .. _ 9.11-9.12 d ieefive Work, notice of _ „. 13 1 EvaluaiicnnofSub%tituteheal ..,.,__,. 67.3 Liability.... .. ._....... ........... t.�2, .12 9 Notice Work is Acceptable _. _. _. . _. _..... 14,13 GbSetval]onS... ............. ..... ..... .. h 30_2, 9 z OWNERS Representative_.... .... _. _ 9A Payments to the C.(NTRACTOR, Ros nsibilityrer,..,...., _ ._.._-9.9.1=4 RecomnendatkmofPayment.,,_,..,._,-___14.4, 14-13 Article or Paragraph Nunn txr Respunstlultues-^IdnHlQuanSon _ 9,11-9.13 Review of Reports on Differing Subsurface and Physical Conditions ..... ._ ., .,, 4.2.4 Shop Drawings and Samples, review ras}xmsihility, .. _.ti. 26 Status Puring C'ntsh uction-- authorized variations in the Work_. _,...._,.,_9.5 Clarifications and Interpretations. . ..... ........9.4 Decisions cat Disputes....... ... ........_-.-.11-9-12 Determinations on unit Price.. ....... _.... _.....9-14 ENGINEER as Initial Interpreter, , , ,, 9,11-9.12 FMINEERsResponsibilities .... ... _...... l imilabolis cm ENGI gFhks Authority and Responsibilities,._._.. ,.....__... ... '3.13 OW R's Representative ..... ........... .... _......,. 91 Project Representative .... ... 9.3 Rejecting Weelive Wrwk................._...........9.o Shop Drawings, Change Ordcrs and Payments,.__ ..__................. 9.7-9.9 Visits to Unit Price determinations_..,,... ..._.......,..., 9.19 Visits to Site.......__... Written consent required,._ ......................... I Z 9,1 Equipment, Labor, Materials aria- ......................S0-6.5 Equipment rcamal, Cast of the Work_ _. t 1-4.53 Equivalent Nf lteriala and Equipment , , .......„ ..... , 5,7 error o r omissions..,.... 0.43 Evidence of Financial Arrangements $.11 Explorations of physical conditiong ........................4.2.1 Fee, CONTRACTOTS s--CastsPlus.-..-..- ..................11.r;; Field Order — definition of._,........__ _1.19 issued byENGI'NlihR _ _ _..-.. 3-6.1, 9.5 Final Application for [-ti}mtent ... 14 12 Filial &spectim . _..............._._...-..... .,... ... 14 11 Final Payment -- and .Acceptance _ _...... _..... 14,13-14,14 Prior to, for cash allovances, I D$ Crencial Provisions.-,..... _.. ..-_ _.17.3-17.4 General Requirements-- definitionof................. 1 z9 principal references to__. 2-6, 6,4, 66-6.7, 6,24 (living Notice 17.1 Guarantee of Work -by Ct�\TRAt'T0k, Ei.3o, 14, 2 Hazard Conmtnioation Programs._ 6-22 llnardous Waste - definition of ... .................... ........... ...............r 21 general ... ....... 43 OWNER'sresTwnsibihll fop..._... s-lt't F.ft:Lx' 1ifs4itiRA[, CC7NGr[16'VS t910-R tivao EGITLUtir w� QTY O}FQftT i'g1.t.1NS MOGIPICA7tCR.`5 iR1\" l-9'T! Tndemnihcatian_...._._...., fxl"2,h1o,6.31.6,33 Initially .Acceptable Schedules Inspection— Rortificatesof­ , . ,_..._„9 13A, 13,5, 14,12 Final _............_... _,._:.. i4 I I Articic or Paragraph Number Special- required byl3' t31_%vt's Ri __ ._._ ` 6 Tests and Approval... 5.7, 13 3-13.4 lnstrance.. Acceptance of, by0WNFR..._._. -.._ _... __514 Additional, required by changes in the Work- ..... __. _.... .,_11A.5.9 Before starting the Work...,... ._ ...............2.7 T3unds and --in general .,__,_ . _ .,,5 .............. Cancellation Provisions ....... ..... ..- ,. ....... -5.8 Certificates of,,, ...... . ..,._2.7, 5, 5.3, .5.4.11, 5.4.13,. ......I.... ............. 5.6.5,5.8,5.14;9.13A, 14.12 completed operations ............._.... _. ........ 5-A.13 C;ONTRACT'OWs Liabili€y, _.._..........-_ ........ ...5A CO TRvCT{ilts Ol7flA titB to eWCragC_5.14 Contractual Liability, ...__... .._,,_...54.10 deductible amounts, CONfRACTOKs responsibility... ................_..........................5 9 Final Applicaion for payment ...... _.._.- ... .._._..1412 Licensed Insurers ...... .. ..... Notice requiremenLi, material change$,.,„.,.S,S, 10.5 Option to Replace„_„ . ..... 5. 14 tither special insurances.... ._.... ...,_........5 10 OWNER as fiduciary for insurcd.s..............5A2-5. 13 OW'NER's Liability... 51 OWrNMsResponsibility ... . ,, ..... ..._ . ..... 8.5 Partial Utilization, Property Insurance_. 5.15 Prop(irty.. ........._, .. _,......... _5.6-5 It) Reecipt and Application of Insurance Proceeds..............................................5.12.5.13 Special Insurance...... .... __. ... .-..,.-,5.10 Waiver of Rights,...... ....... _,..: .. 5.11 Intent of Contract 13ocumentl.............. .........3.1-3.4 Interpretations and C7arifica€ions,._ _3-6:3, 9.4 Nveatigntimis of physical conditions..-, .....-_.. ...... -2 4, Labor, Materials and Equipment. _ . <..3-6.5 Lands -- and Availability of ...... A.I.8.4 ReportsandTests..,... .,,...., _,-... .SA Laws and RfgL7T&FLOnA--1,Hw5 or Regulation3-- BondS 5-1-52 C,'hanaes in the Work 104 CgrllrzckDix:wnexns-- ..--._...._. 3.1 f .(.)li 1'R1tL"Y'OR's Reslxalsibilitics , _,..,... , ,(1.14 Correction Period defovtrvo Work _.. , 13.12 Cost of the Work, taxes . ......... l 4 5A definition of.. ..._ ... .._..... _. ,1,22 gencrai6-14 tndernni fic uuturn 6 31-6. 33 Insurance _,_, Precedence_ _ _ _ 31 3.,3,3 Reference to... ,_. _._. 3.11 Safety and M,olection ..........,_ ..... it 20. 13.2 Subcontractors, Suppliers and Oibers -. ,6.S-6 11 .Article or Nraaph Num 1hr Tests and Inspections.._. I -se of l'remise:;._. _.,.. _._ ._._._... <>.16 ` WI'sIoSne Lmbihty Insurance-- COMRAC'TOR's.__ _...........__.5.4 U NER`s __, __?•5 1,icw-med Stneties and insurers..-. Liens -- Application for Progress Payment,,, ,. ...141 CONCRACTOR's Warranty of Title__ _._.. ..._.14-3 Final Application for Payment ..........................14.12 de6ninanOf— _.,....... _.,........ ... . . .__.... ... Waiver of Claim .. ....... ...... ............. _ _. 14,15 Limitations on ENOYIiEiR's authority and responsibilities..,_ ...... ....... ._ ..._..... _ _ y 13 Limited Reliance by CSCiNTRACT'O'R Authorized .... ......_....................... _.....-........9.2.2 Maintenance and Operating Manuals -- Final for Payment , „ e_ .., 14A2 (of Lfannals `of others) -- precedence ..__._ _.#-3-33 Reference to in Contract Documents ........ ......$�3.1 Materials and equipment -- furnished by CONTRACTOR 6.3 not incorporated in Work,,.,,.,.,_ .... _..... , ..-:.: 14.2 Materials or equipment --equivalent ............ .... ....6.7 Mediation (Optional). _--_.... _._ ._.._ . _. 169 Mileaknies--definition o1.-,...... ,...... ................ ......J 24 Mtst�l laneous-. Computation ot'"i'mics ,...._.. ........ ... 37' Cumulative Remedies.._,......_ 17.4 Giving Notice,, ....... ... .... 17.1 \oUce of Claim, ri ofessionul Fees mtd Court Costs Included ,,,,,, I7.:5 k'Iulti-priroecontracts _..._._._. ....__._. :7 Not Shawn or Indicated .................................... 4 3,2 Nctwe of -- Acceptability ufHojmt ___.....-_14.13 Awat& detinition of . ,,.,.._ ,1.25 Claim ............ .......... 173 Derecrs,l3,1 Ditiering Subsurface or Physical C(ncittions 423 17.1 Tcslx and Inspections . .. .......... .. , ..... l3._3 Variation, Shop Drawing and Sample...... Notice to Proceed-- definnion of- ?.-26 giving ui' 23 UA X' AH::MIRAL 0011 STION'S 1916-9 < j%) NDITIONry wi CITY Or FORT C,OLLIN', MODffiCA11045 (REV 9; 9% Notification to Surety__.,_103 Observations, by EN(IIN17t,"h 6.30.92 Oceupuncy of the Work. .., .... . . i 15, 630.2.4, 14.1 () Omissions or acts by CONTRAC-10R, 6,9- 913 Open Peril Policy form. Insurance , - 5,6�1 Option to Replace ... ..... ................... ... ...... ........... 5. 14 An isle or Paragraph Nam her "Or Equol" Items Other work 7 Overtime Work --prohibition ot, 63 OWNHR-- Acceptance of&Jeclive Work,,,,.,,._._......._.,., appoint an LNGINEER 8,2 as fiduciary......._..___.._ 1.3 Availability of Lan(k, responsibility ..... dofirlition of ... . .... .... data, furnish May Col rect DO.Active Work .................. �1.3.14 May refuse to make payment I , 47 May Step the Work..,. ... May Suspend Work, Terrairraw .... .. ..... .. 8.8, 13,10, 15.1-15 4 Payment, make prompt .... _ .... ,�3. 14A, 14,13 performance of other work......_ ...... .... ............. 21 permits and licenses, reqturemen�, ... ..... ... t;.B purchased insurance requirement; .......... ... 5.6-5.10 OANERN-- Acceptance of the Work, ..... 6,3025 (1ange Orders, obligation to oxocute ..... .... ?.o, 104 Communications..._......... ___ ....................... _8 I Coordination of the Work 7A Disputes, request for decision .. .... ... . ....... 9"ll Inspections, tests and apptoval.s. J..7, 13.4 L tabil try Insurance._ 55 Notice of Delects..............................................13.1 Repropontative--During Cvnstrumion, LNG INEFIR's Status, .9. 1 Responsibilities__ Asbestos, PCB5� Petiolcuni, Hazardou.s Waste or Radioactive Material,: Chftngc, Orders 6 Changes in the %Wvk communications cvidena of financial artangements, insp"U011S, tests and 1,11)PRA31% 7 lands and casements 84 prompt payment by 8 ieplaceinent ofFIKOr INNE 1,41' R. 8,2 reports and rests.., .... 84 stop or suspend Work.13,10, 15,1 terminate COV17RACTO16 services R.8, 15,2 Separate representative ai site M testing, independent, . . . 13.4 use or occupancy of the Work, 14.10 written consent or approval required . ...... _9 1, 6_1, 11,4 Artiel e or Paragraph Numbor written notice required 7,1.9.4, 9,11, 11 9, 147. 15A PCEms-- definition of - general ... _ .............. . . ......... ,4 5 OWNI-A's restAinsibi lily fm ..... .. 8.10 Partial Utilization — definition of general 0 31). 2 4- 14,10 llroN,rty Insurance Patent Fe", and Royalties. - ................................. 6, 1 Payment Bonds -5.2 Payments, Recommendation of ............. 14,4-14 7, 14,13 Payments to CONTRACTOR and Completion — Application for ProgressPsyments_ . ...... )4.2 CO,N'TRA(',I'OWsWaffantyofl'itic. , , 143 Final Application for Payment,,,,,,,,,,,,, ... ..... 14.12 Final Inspection 14 11 Final.Raymerd and Aeceiptancc_ _14 13-14.14 general............................ .. .............. . ... 8.3,14 Partial Utilization .14,10 RetAinage..........................................................14 2 Review of Applications for Progress Paynt ents, . .. ........ .. ... .... 14,4-14,7 prompt payment,._ —, . ............ .... .... $A Scbedul e of Values,.., . _ , .... . .... ....... __ 14.1 Substantial Completion_ 14g-14,9 Waiver of Claims 14,15 when payments dutz .... .................. 14A, 14.13 withholding payment 141 performance Bunds.—I.1-1—.— 11-1— Perm its Petroleum -- definition of ... gcftdtal ............. ...... OANNER's responsibility for., Physical Conditions -- Drawings of, in or relating tc, ....... .4 11 2 ENGINFER's revicov.._ . ............ ........ _4,1A exi5turg structures general 4,2 XoticcufDiff"ing ' Subsur face ca:._ 4-13 Po,kiblc Contract D(�.-uonenI5 Change, 4,15 Possible Price and Times Adjustments ., 42 6 Roports and Djawurgs_ 1 Subsurface and, 2 Subsurface Conditions 4, 12. 1 1 Technical Data, Limited Reliance by CONTRACTOR Authorized 4.1 Underground Facilities -- general ......... . .... ..... 3 Not Shown orIndic-aed Protection of \6 Atricle.or I-Inragraph Number S Shown or Indicated_. 43 1 Technical Data 42 2 Proeonstrumon conf4roft.c. ........... ............ Preliminary Matters — 1. 2 f'reliminary, Scheduics .... ....... .............. . .... __2.6 Preinise.s. Use of .6,10-618 Price, Change of Contract Price" Contriwi—definitioll of progress, Payment, Applications 150J. Progress Payment—rctainage 14, Progress schedule, M[VTRACI Ok's__ 2.9, 6,6, 0.29, 10.4, 15.11 Project —definition of .31 Project Representative— ENGINEEWs Status During Construction..., .......9.3 Project Representative, Resident —definition of., 1.33 prompt payment by 01'WER ......... ... . ... Property Insurance -- Additional 7 general5.6-5,10 Partial Utilization ---5.15. 1410.2 receipt and application of proceeds ....... 5, 12-55. 13 protection, Safety and 112 Poach list . .. . . . .......... ......... 14 -11 Radioactive Material:- deruntion of ..... .. 1.32 generalit 5 OIA-'NhR's resIK)nsibiliLy for., ...... & to Recommendation of Paym oz�t, ....... __14A, 14,5, 14.13 Record Documents 6 19, 1412 Records, procedures for maintalining' 1�' 8 Reference Points 4.4 Reference. to Standards and Specifications of'Technical &)cicues .........................................3.3 ...............................3.3 Regulations, Laws and (or).,_ ................ 6,14 Rtjccting Dv*ctive Work 9.6 Related Work — at Site Performed prior to Shop Drawings and Sampl" submittals review, ........... 4.25 Remedies' euluulativ, Removal or Correction ofl,)yfecnv& Work 13,11 rental agieernents, ()W\E k approval required,, Reportingand Resolving Discrepancies.... ... . . ........ 2 5, 3.3.2, 6.14,2 Reports -- slid Drawings 42,1 and Tests. OWNEWs responsibility, Residcnl and Project Representative -- definition of 133 PrOVisiOn for it, ory or FORTCOLTINSMOT)IFICATIONS 1REV9199) Article or Iaragraph Number Resident Superintendent, CON FRACTOR's -6 2 Responsibilities— COYM.WTOWs-in general,.. ......... .... .......... � 6 I-NUINE.1,1Msrn general 9 LunitAti(m on, OWNER's-in general____ .. Retarnage 14.2 Rouse of D(icuments 3.7 Review by CO'Nrl RACTOR Shop Dlawlnj�'s and Samples Prior to Submittal,..._._ 6,25 Review of Applications fix Ptegress payments W.4-14.7 Right to all adjustment....._,.... ...... jO.2 Rights of Way ....... .............. 4.1 Royalties, patent Fees and_ ........................... fi,12 Safe Structural ["ding ... . .. . ...... 619 sidety.- and Protection....,,_... .... ... ... 43.2, 6.16, 6.18, 6-20,621, 7.2, 13,2 general .....................................................6 2•' -6, 23 Representative. CONTRACTOF(s.. .. .................. 0,21 Samples — definition of,. .,,.„ .... ... _ _134 general .... ........ ....... _ ..... ... .. 6124.6,28 Review by (YIN'TRACTOR .... ..... .. . 6,25 Review by ENGINEER ........ ...... ........ 6-7 related Work ..... 028 sulamittal of., 624.2 sulitnival prceedttre4. . ..... .. ....... 6,25 Schedule of progrew, ...... ... ....... . In, 2.8-12.9, 6.6, ...... 10.41, 15.2,1 Schedule ofShup Drawing and Sample Submiltals.......................... _,1,6, 2.8-19, 6,24-6,28 Schedule of Values— 18-2,9, 14.1 Schedule$ -- Adherence to ..... __ ....... ...... ..... ..... 15.2.1 :adjusting. _ .. .... ... .... ........... . ... . . ........0..6 Change of Contract Timej ........ ... 104 lnAti,,dlyA(xeptablc 12,8, 2,9 Preliminary... Zo Scope of Cliariges.......... ... ... 10.3-10.4 Subsurface Cojiditions, 4,2.1.1 Shop Drawings — and Samples, general ....... ............ ....... __6-24-6 28 Change Orders & Applications for Payments, and 97-9,9 definition or,,, .1,35 approval of . ..... . .... ... . 3 6 2 ENCUNIMER's respmiiibilitv for review._ ...... ......... ..... 9,7, 6,24-6 28 related Work.__.. .... ....... -- _ .. .... ... ... . 6,18 - review procedures„,,.,....... ...... .. _ '. 1...,- 8, 624-6 28 MH Article or Paragraph Number -subrnittal required, .. . . .. ........ .... 624 1 Submittal Procedures..... ...... use to approve sul-Ninutiori 67.3 Shown oi .i Indicated......._...... 43 1 . ....... ..... .. . ........ 7.2. 112 Site Cleanliness 6,17 Site, Visits to -- by oN(Irmir7�R, 9 2, 13.2 by othem .13 slvcial causes of loss" IX)ficy foila, insurance definition of 1.36 Specifications— defirattion of_ .... .. . ..... ........ J.3() of Technical Societies, reference tq_ 33 1 precedence....... _ ......................... .............. _333 Standards and Specifications of'rechnical Socictw$_ ..... .. ... Starting Construction, More.,.,_„ � .. ... .............. 2,5-2.8 Starting the Worl, . . .. .. ....... .... .. Stop or Suspend Work — by C )ONTRACTOR ....... I by ()W,\ER ' 13,1(), 15.1 Storage of materials and equipment„ , ..... .. 4A, 7-2 Structural Leading, Safety, 6, l8 Subcontractor -- Concerning ....... ....... ..... .. .. ...........1.8.5.11 definition (C ....... .......... .......... ....... l 37 delays. 31 waiver of rights Subcontractors —in general_,. Subcontracts —required provisions .5.11, 6.11, 11 4.3 %bmituils— Applicidiorvs for Nymciu............. ............ ....... 14,� Maintenance and operation Manuals 14,12 Procedures 6.25 Progress Schedules Samples ... ... . ... . 6.24-6.N Schedule ofV'alues ................ ..... . .. 26, 14 1 Schedule of Shop, I )ra wings and Sa ra pl c s Submissions 10, Q Shop Drawings_.___ N Substantial Completion — certification of 11-30,21. 14 8-14 9 definition of ' "' ,. ... ........... --- ..... --- 1,38 Substitute Construction Methods or Procedures 6.7 2 Substitutes and °Or Tiqual" Items COM f RACI OWS Expeftsq 7.1 3 FNMNUN's l-"Voluation— 6 7.3 "Or -Equal" ....... _6 T1 I Substitute Construction Method!; E,JCLKMNERM. C ONIA 11ONS [91 fj,N (1 "0 [Ax 11 ()N) % ( 'I TY �W FORT COLLINS , NIMIrICA TI ONS ( R r, \1 9J991 Article or Paragraph Number or Procedures,.,, ...... ......... 6, 72 Substitute items 67 1.2 Subsurface and physical Conditions — Drawings of, in or re-latng to_._..... , __._. 4,2,1.2 PAGINElit'sReview ___. ._.., 1.24 general... •...._.__... .__. ....4-2 Limited Reliance by CON fR At `l-OR Authorized 4 2� Notice of Differ Ing Subsum (ace or Physical C'oncbtions._. _.._,......,___._.4.13 Physical Conditions,,,,, .__........................... 4.2,1 Possible Contract Documents Change, „,„...,,. ,4.2.5 Possible Price andTimes Adjustments,..., ._.....4.2.6 Reports and Drawings.,,, . ..,.._-...._.4.2.1 Subsurface and ................................................... 42 Subsurface Conditions at the Site 42"1.1 Technical Data __.... 4.2."' Supervision— CONIRAC'rOR's responsibility ... ... ........... _. G. i OWNER shall not supervise ....... _.......................8.9 ENGINEER shall not supervise ........ •.„__,9.2, 9.13.2 Superintendence.., .., Rz Superintendent, CONTrLACTOR's residers _ 6.2 Supplemental costs... "` ..... 11,4,5 Supplementary Conditions-_ definition of........ . , .......... ...1-39 principal retaren es (Q.................1.10, 1.18, 2.2, 2.7, 4-2. 4-3, 5A, 5.3; 5.4. 5.6-59, 5.!1,6.8,6.13,T4,8.11,9.3,9.10 Supplementing Contract Dovmnenus....... _ . _ _. _ .. ... .. 16 Suppliet-- definition of ......... ...1 AC) principal references to,,,,,,,•,„;.7, 6,>, 6.86,1L 6.20, 6, 24, 9,13, 14,12 Waiver of Rights .: _ ._ _..........__.._6.11 Surety — consent to final payment, _-.,.... _ .,.,.14,12, 1414 iy\GIIv'EER has no duty tot .................... _... .... _ 9,13 Noti.feation of _._-..... ..._,-_10.1, 105, li 2 qualification of .. _ 5,1-5.3 Survival of Obligations...... c;.34 Suspend Work, (AVNER May,._ _.......".. .,., 13.10, 15.1 Suspension of Work. and Termination,, ,_.....,..._15 CONTRACTOR lvLny Stop Worn: or Terminate_._ _._ . 15.5 OWNER May SuslxndWork ----- _ 15.1 OWNrR Ma • Terminate... . ...,.,... 1a.2-15.4 Taxes-41aymem by(()NTRACTOR-... Technical Data -- Limited Reliance by CONTRACTOR ........ ....4.2.2 Possible Price and Times Adjustments " ,..._._ _4 2.6 Reports Or Differing Suhsurface and Physical Conditions MY Temporary construction facilities, Article or Paragraph N um leer Tents ination-- ns (,ON'IRaCIFA, _ ._.. _ ?s-5 byCiWMR... ............. .8, 151.15.4 ofFiNGI-NUR'scsriplo)ment &,2 Suspension of 4# otk-m general _ J S I erms and Adjectives, __.. +4 Testa; kind lnspections-- Access to the Work. by others 132 cos'kAcrowsmesponsibilities ............ ......... 13.5 cost of 13.4 covering Work prior to ..... ..,..... _.,........... 13.6-13.7 Laws and Regulations (or) ., . 13.5 Notice ofDefwis- ... -.... -._,,..-. 13.1 OWNER May Stop Work ... .... ...- ..... J110 OWNER`s independent tasting ..........................13.4 special, required byFidCzlt R h ,..,,_........ 9A timely notice required ... ,..... _.....13.4 Uncovering the Work, at ENt ltvEk R's request .... ... .. .................. 13.8-13 9 Tunes-- Acilusting.... _.......... ............_...........................6,6 Change of Contract . 1 Computational,, , ,, .�.. ,"17,2 Contract Times--defnition. of___ ................:.. 1.12 day .._..._.._ _.__. ---i7.2,2 Milestones ....................... ........... 1 Requirements -- appeals _- __-- 9,10, 16 clarifications, Claims and disputes..._,.,..., t.7 mmencement ofConttaet Times ................. 2.3 Preconstructiln Conference_ ........................2.8 schedules ....... ................................. „ 2.6, 29, 6.0 Starting the Work....._ .. .. _. _ ..,, . _.. 22.4 Title, Warranty of _,.__,......_......... 14.3 Uncovering tb'ork.",.. _. _.......... ... _............. 13.8-13,9 Underground Facilities, Physical Conditions— defrtition of .... ....... ._........... .................._......1 41 Not Shown cr Indicated _ _ _ _ 4 3 2 protection of ,. _ _. 4 's, o 20 Shown or indicated, .,_..__ _.4.3.1 Unit Price Work — claims 11,93 defillitiwn of ... .,..:......... ..........._......_..._.........1.4' general 11,9> 14A.14 5 Intit Prices — general] L3.1 Determination for .• _.......... 910 t.fse. of Premises..,e_,.....I—,........•-;,.„" 6. t6, 6.18, 6.302A Uility owners.., , ...... , ...6,13, 0,20, 7.1-7.3, 13.2 Utilization, partial.__ 128, 5,15. 6_3€).2A. 14.10 Value of the Work ..... ................. ........................ .....11,3 Vatues, Schedule ot',_. ..._._.-._.."6, 2.8-2.9. 14.1 ractx /:ns�tatAt. r,.nNm m tors t our •x uv`x> rs»ttoa� W/CITY Qr PORT COId„ INS MODIFICATION!i (REV WW) Variations in Work --Minor Authorized . fi 25, 627, 9,5 Article or Paragraph 'dumber Visits to Site --by ENGNEE',P,_ .,,,,, 9 2 Wftiver(if Claims- -on Final Payanen(__-_ 14.15 Walvel" of 16ghts by insured parties ............._. . 11, 6.11 Warranty and Guarantee, {i_encral--by C( Y"lltrl('TUlt ._._............._..... 6,30 I itmnty of Title, COlRfRACTOW,, ,. , _._ 141 W(vk-- Access to...... 13.2 by others. ... * . ........... thers:......................_.......... . ... .. .... . ......7 C'hangesinthe.__.__..... ...,.._,._ 10 Continuing the,,......, . . ........... __. F 29 COINTRACTOR May Stop Work or Termhiata....... _ . _., .... _... _..... _ .......15.5 Coordination of _..._.._....., ._.. ............................. 7.4 Cost of the>................................................I 14-11.5 definition of. ...... 1. 4:3 neglected by CONTRACTOR ....... ..... _.. _..... _ 1314 otherWork_ ,_. ........ .................._.,_...,_.....,,___..7 OWNER May Stop Work... ...... _.. _ .. ...........13.10 OWNBR May Suspend Work ................... 3,10, 13,1 Related, Work fit site .. ......... ... .............. .......7,1-7.3 Starting the, ,....... ,. 4.4 Stopping by CONTRACTOR .... 1,5.5 Slopping by OWNER ........................... ...15,1-15A Variation and deviation authorized, minor..___.... 3,6 Work Change Directive-. Claims pursuant to., . ............ ...... .10.2 definition of, 1, 44 principal references to.... ......... _. _. _.. 3..5.:3, 10,1.10.2 Written Amendment -- definition of:,,.,.. ..... 1.45 principal references Ld..............1.10, 3.5, 510,15.12, 642, 6.19, 10.1, 10.4, 11.2. 1.2.1, 1312,2. 14.7.2 Written Clarifications and lnterpretatians ......... ..........___ .....3.6.3, 9.4. 9.11 Written Notice Required -- by Cf)IhfiRACTC7R ..... _ 104,112,12.1 hyC)WNER _. .9,10-9,11, 10.4, 11.2, 1.3.14 xv S1CW t)ENIAM. CONDrrioNs 191o.8 it uot7TQN) w! CITY i7r FORT COG JMi MODIfICA' ON$ JnV 2/99) (This page left blank intentimally) s4i hKA X' UEfi*A(A[. CONUITIOD"t P000 S 0990 MI rICN) W CITY QF FORT COLLINS la ODWICATIONS (REV 9199) CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) . 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS SOILS REPORT GENERAL CONDITIONS ARTTC'1.F. I--DC:1?IN C' ONS Wherevtl uvd in these general Conditions or in tire other Contras Documents the following ten" have the meanings indicated which are applicable to both the angular and plural thereof: 1 L Addenda--INritten or graphic insinmtents rued prior to the opening of Bids which clarify, correct or change the Rickhrig Requirement., or the Contract Documents, 1.2, 4giteement 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. 13. Appligation for Pilliwienr--The form acce by 131dtsNErR which is to be used by CONTRA OR in requesting progress or final payments anal which is to be acxmnpamed by such supporting documentation are is required by the Contract Documents. 1A, ,Asbesror_Ay 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 $afety 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 Dix-liment<c—The advertisement or urvitalJon to Bid, instruaions to bidders, thv Bid form, and the propwsed Contract Documents (including all Addenda issued prior to receipt of Bids). LT Biddlnq Requirements --The advertisement or invitation to Bid, instructions to bidden, and the Bits form. 1.8- Boncir—Peafarmarrca and Payment bonds and other instruments of saGatrity. 19. Change Onkr-A document tocommencled 1-}, M- _GP E. R, which is signed by CONTRACTOR and f)14"�`E"R toad author ices an ttddiHon, cleletiom or revision in the 1'vb4, tir an adjustment in the Contract .price or the Contract Times, issued oil or alter tiro EffcQtive Date of the Agreement. I I0. Contract Documvm-=The Agreement, Add�xttti (which pertain to the Contract Document's), CONTRA,C'TOR's Bid (mcluda dwLrmantaton acccnnpunying the }aid and any post ilid documentation submitted prior to the Noticc of Award) when attached as an exliihit to the Agreement, the Notice to pmcrel, the Bonds, these General Conditions,' the Supplementary Conditions, the Specifications and the Drawings as the EJCDCCEtd�IiAL c:C},h'pI'r10a�t3 n 910. (1 g9V Et4tim) w! CTn`Y OF F(NtT r;rH.r,lh1 MfR)tl'1CA'ntnNS!liC:4 a:zacmn Caine are cute speci#iolb, identified to tjh Agetal I, together with all Written Amendments, change Orders, Work Change Directives, Field Orders mid ENGTNEEks written interpretations and clarifications issued pursuant to puragaphs3.5. 3.6.1 and 3.6.3 tit or after the EtTective Date of the Agreement, Shop Drawing submittals approved pursuant to paragraphs 6,26 and 6.27 and the reports and dmwiV referred to in pma6miphs 4.2-1 and 4,12 are not Contract Documents. 1.1E C"omruet Ptice—The moneys pavable by OWN, RR to CONTRACTOR for completion of the Work in accordance with the t'.".ontract Documents ns stated in the Agreement (subject to the provisions of paragraph 119-1 In the Asa of Unit ]rice Work), 1.11 Contract Tirnv�.-The numbers of dtgys cr the dates ,rated 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 fiNG113Ti6R's written reeomm"tion of firml payment inaccordance withparagmph 14.13, 1-13. CC)AMRACIM—The person, Jinn or corporation with whom OWNER has entered into the Agreement 1,14, defective —Ain adjective which when modifying the word Work raters to Wilk that is unsatisfactory, faulty or deficient in that it does not conform to the Contract Documents, re does not meet the requirements of any inspection, reference standard, test or approval referral to in the Contract Documcnts, or has been damaged prior to FANG rUNMR's recommendation of Grad payment (unless responsibility #'or the protection thereof has been assumed by OWNT R at Sub. mtial Completion in actor dance with paragraph 14.8 or 1410)_ 1.15. Dmtrvng4--1'hc drawings which show the scope, extent and character of the Work, to be furnished anti performed by C0!,URA(',T0R atxl which have boon prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not I)rawungs as so deftned 116. Efectre here of fire Agmenunt—The date indicated in the Agreement on which it becomes effective, butif 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- ErMG N LW —The person, frill cr corporation named as such in the Agrecnncnt. 1.15. E,n:Ci1:\T Rs Comuhwil--A perun, Jinn or Corporation, having a contract with fiNGUNEER to famish services as 7i:NGliv`EGR's independent professional associate or consultant with respect to the }'oohed and who is identified as such in the Supplementary Conditions. 119_ Field Order --A written order issued by la*1'o IINIIERR which orders minor changes in die Work in accordance will) piragral-h 9 5 but which does not involve a change in the Contract Pricc or the Contract Tunes, 1.20 General Requirarnents-,Sections of owwon 1 of the Specifications. i ' I _ Naaardons l{'aste—The, tcn't Nazl'rdous il'astc sl�tll Iave die meaning provided in Section 1004 cif the Solid Waste Disposal Act (4-2 USC Section 69o") vis amended from time to thee. 1:22.4, La'vs and Re ularions; Liu, ar Regutaron -.1n and all applicable laws, rules, regulations, odtliamm cosies and orders of any and all governmental bxidies agencies. authorities and courts taxi) gju sdGoioi. l 22_bb. &X t HoiidW--tshall lie„those holidays of scrvu M• the c't} f f cut�('c�lhnt, 1.23. Lien --Lints, charges, sectinty irmcrests or encumbrances upon real property orpersonal pnoperty, f <4. k1fle0one—A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all tine Work, 1.25. kotice afAwad A written notice by OWNER to the apparent successful bidder slating that upon compliance by tlu apparent suoccssful bidder with the conditio , precedent enumerated therein, within die time specified. OWNER will sign and deliver the Agreement, 1.26. Notice, to Pre eed—A written notice given by Ott NFA to CONTRACTOR (with a orpny to Eh4GINHER) rating the date on which the Contract Times will commence to run and on which CONTRACTOR shalt start to perform CONTRACTORS obligations under the Contract Documents. 1-27, 04WER—Thee public body or authority, C�shot', assnciatitm, firm or person with whom 'TRAGTOR has entered into the Agreement and for whom the Work is to be, provided- 1,28. Partial UtiliaoAM-use by OWNER of a sul-saintially completed part of the Wok for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of ail the Work 1 29 PCBs —Polychlorinated biphenyls 1-30 P06-01Vum•-Peuuleum, including crutbe Olt or any tiacticm thereof which is liquid at standard conditions cif temperature and pressuue (60 degrees Fahrenheit mu1 14.7 pounds per square inch absolute), such as oil, Petroleum, fuel oil, oil sludge, oil refuse, gasoline. kerosene and oil mixed with Other ram-liamrdous Wastes and crude Oils. 1.31 Project —The total construction of which the Work to be provided trader the Contract Documents naay be, the whole, or a part as indicated elsewhere in the Contract Documents. 1.32.4. Ra&oaebvv Material —Source, special riuclow. or byproduct material as defined by the Atomic Energy Act or 6act)COF. NFJ( ll. CAY'a]rTttltS 191" 11"Q 6ioum) nd (I IV OF FORT CX.a.Ll ivy MODIF1 CA 110AS (i(E V4R6ma I 1954 (42 USC Section 2011 of sctil.) as amernied from Lime, to time. 1 35 b Regular lfort,Hours-Regular workinng� hours pre dclaled_ as 7 OO= tto b r„tCl n _unless y>!l,>~erut�ise slxglheci.ai theCiaererni I'equ rminit 1:33. 12esfdient PIVAcl Rvt,re,enfoIh v-- he authcrized rolvesentative o£1"'tiC71i TL31iR who may he awgried to the sitc or any part thereof 1,34. Scmrplev—Physical examples of materials, e puilmhent, or workmanship than are representative of some, portion of the Work and which establish the stmrxtarda by which such portion of the Work will tie judged 1.35. Shop 19tiri ings-All drawings diagrams, illustratictA schedules and other data air information which are , Iicalhr prepared or assembled by or for CONTRAOR and Submitted by CONTRACTOR to illustrate sonic portion of the Work 1.36 Spec co0ons--Those portions of the Contract lNicuments consisting of written technical descrlpptnrons of materials, equipanent, construction systems, standardis and workmanship as applied to the Work and certain administrative details applicable thereto 137. bhbconlrarrlor-An indivichwl, Finn or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance Of' a part of the Wok rat the site. 1.38. Sud slantial Completion --The Wick (or a spccifed part the"'T has lruogres-sed to the point where, 41 the opinion a EN(IINBER as mdenced by L'NGI EE-R's definitive certificate of Substantial Completion it is s fficiendy, complete, in accordance with the Contract Documents, so that the 1t7ork (or specified Fort) can he utilized for the putposcs for which it is Intended; or if no such certificate is issued, when the Work is complete and ready tisr final Payment as evidenced by ENGIV EMI written recommendation of final payment in accordance with paragraph 14.1.3. The terms ;substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial I, omplttion thereof 1.39, Supplervaenrauy Cornduuom-=file peat of the Contract Documents which amends or supplements these: t.,cnemI Conditions. 1.40. Supplier —A nianufactuuer. fabricator, supplier, distributor, materiatman cc vender having a direct contract with CONTRACTOR or with any Subwntractor to furnish materials (Ir equipmentto he incorporrted in the Wok by (Y)NTRACTOR or any )'ubxontraclo, 141 Undergmund racilRies—All pipelims, conduits, ducts, cables, wiles, manhole, vaults, tank, tunnels or other such facilities or attach ents, and any encasements containing such facilities which have been iamtalled underground to furnish any of the tollowing services or material; electricity, gasc� steam, liquid petroleutn product's, telephone oi7 other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 142 (TintTrice Work —Work to he laid liar on the basis of unit prices. 1A3, If`ork=-The entire completed construction or the various separately Identifiable pats thereof required to Ix furnished under the Cmnmet Documents Work includes and is the result of performing or furnishing labor and furnishing and iucorpnraung, mate[ i ads mid equipment into Ole construction, and pctfonnirrcg rn furnshing services mid €urnishing documents, all as required by the Contact Documents. 1.44, Work Change ObacXve--.A written directive to CONTRACTOR, rued on or after the Effective Date of the Agreement and signed by OWNER and recommended by E NGIN -M ordering, an additicxt, deletion or revision in the Work, or responding to differing or untbreseen physical conditions under which the Work is to be performed as provided in paragmph 4.2 or 4.3 or to emergencies under paragraph 623. A We& Change Directive will nottchunge the Ctxa met Price or the Contract Times, but is evidence that the parties expect that the change directed or docvnnented by a Work Change Directive will be incorporated in a subsecpnently issued Change Order fcflow..f negotiallom by the patties as to its effect, if any, on the Contract price or Contract Times as provided in paragraph 1 U 1,45. Wittren Antemiment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Eftdctive Dmc of the Agreement and normally dealing with the nonangincering or nontechnical rather than strictly consauction•relmed aspects of the Contract Documents. ARTIC'Ix 2—PREI: AHNARY MATTE16 Delivery of Bnnills: 2.1 When C'ONTRAC'fOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may 1v required to furnish in accordance with paragraph 5 1 _ Conies of DocalnenGc: 2 2 OWNER shall furnish to CON 1 IIAC I OR up to ten copies (unless othirsiw ayaecified in the Supplementary CondiGans) of the Contract Documents as are reasonably necessary liar the c wcution of the Work, Additional copies will be tor`11511ect upon request, at the cost of reptuducaon, C'onuaeneement of Contract Tinier; Notice to Ft oceed 2.3, The Contract Tones will commence to run on the thirtieth day after the tifiective Date of the Agreement, or, EX'pCGENERALCONA11O N51919-9(1 Edroxq W{71Y OP FORT Col,jt,s NIODIFICATIONS (RI3y iRus) if a Notice to'Picuee4 is given., cin the day indicated ut the Notice to proceed. ANotice to Proceed may be given at any time within thirty days after the Effective Date of the Agreemem. In :ka--swill--the�-l-"cratretet--Times c�rantenee-#i ++tn-later--t#aart-tFte sixt itrtlrcktr-after- tlws-�iay of l3td-opening or the thirtieth day alter ilne. Flfective-Efate of, the tlgt�ea+ent; wiaaVer eh to^7ti-2ar19tr= Starring the Work: 2.4_ CONTRA(71'OR shall start to Nrli)mthe 'Mork,. on the date when the Comilla Times cunmence to ran, but no Workshall be dcrie at the site prier to the date on which the Contract Times ccrrnmcnce to run. before.*artutg Coiluaruction: 2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the CYnitract f'ktetumentc and check andverify niIalt figures shown thereon and aU applicablee field measurements- CONTRACTOR shall promptly report in wxiatag to FiNtTfNF6R an conflict, wTcu, ambiguity or which CON't RACTOR may discover anf shall obtain a written interpretation or clarification from FNCFRN'F',FR before prtx-,vArig with aunv Work affected thereby; however, CONTRACTOR shah( not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity kitdiscrepancy !it the Contract Documents. untm COIN`fRAC"TOR knew or reasonably should have known thereof. 2.6. Within ten days after the EMcuve Date of the Agreement (unless otherwise specified in the General Requiranems), CONTRACTOR shall submit in ENGINFER for review: 2.6.1a preliminary progress schedule indicating the tines (numbers of days or dates) tot starting and compleang dnc various stages of the Work. including any Milestones specified in the Contract Documents, 2.6.2. a prelim umry schedule of Sttoll Drawing and Sample submittals which will list each required submittal and the times lot suixnitti%, reviewing and ixncessing such submittal; 24J no_cw. wiJII ,t scl dylg_be a5c4pYablc whch allows less die 1 calendar d�n�a h1r tech n4 new. bT l.n�irxel. 2.6.3. A preluninary whodule of values for all of the Work which will include quantities; aril ixicw� of items aWegating the Contract Price and will subdivide the Work into component parts in sufficient detail to save as the basis for progress Payments during construction. Sna:h prices will include an appropriate amount of overhead and profit applicable to each item of Wodc. 2:1, Before arty Work at tine site is strn4ed, CONTRACTOR mx t)WNER, shall eft+ deliver to the other OIVN with copies to etteh--+uFdttieratl-itutred identified yin -the -Supplementary Conditions F NgjLg',FR, cerfificales of insurance (arid other avidencs of insurance winch-eitl>ftr--cam-them—�--env--addita�a}-�r�tccedd-- Inrw reasonably--renTuet I est b �1R7 which CoN RA T(7R 1 4CrR itvely are is required to purchase and maintain in accordance with I)nmgmphs 5 4; 5A and 5..7. PreconmWilioar Ctinf'erence: 18, 44'ithhm twenty daps affier the Contract Tithes start to nun, but before any *ork at the site is started, a conference attended by CONTRACTOR, 1 ?v{iMER anal others as nriropriate will be held to estabhsh a working understanding among the parties as to the 'Work and to discuss the, schedules referred to in paragraph 26, procedures for handhne Shop Dmaings and other submittals processing A}j?licatioru for Payment and maintaining required records. lnitiallyAcceptable Scbethrfm 2.9 Unless otherwise provided in the Contract Daaaimonu, et 1 t ten clays•ltafeta aulHttistk of-tla» #apt Application for Payment before an> work at the gite„begin� a Conference attended by -CONTRACTOR, ENGINMR and others as rots In {)N2jE& will be held to review"ceptability to I NGINEGR as provided below the schedules submitted in accordance with pareggtIaph 2.6. AA51lYi�ltZll...,L:'£S.gL.tl!ItC4iffi5:. (:'RACTOR shall have an addigonal ten (nays 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 suhedtle will be acceptable to ENGINEER as providing an orderly progression of die Work to eatnpleticn within any specified Milestones and the Contract Times, but such acceptance will neither impose an ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CON"iRACPOR frou CONTRA(309s full responsibility therefor. (Y)\T%A('I'OR's schedule of Shop Prawuid and Semple submissions will be acceptable to ENGNEER as providing a workable arrangement fin reviewing and processing the required submittals CON'I'RA(;fOR's schedule of values will be acceptable to LNGINIs'F;R as to form and substalice. ARTIC.'LE 3--C;CNvTDLiC: (' DOC't ,NIF-N'FS: INTENT ANUNDING, REUSE Intent: 3.1. The Contract. Deicumems comprise the, entire :igtyxmemt between Ot Nun and CONTRACTOR oxncernIN the Work, five (Anivact Documents are, complemc troy. what is ailed for by inns: is as binding as if called for by all. The Contract Documents will be ronsaUed in accordance with tlx: taw of the places of the Project, 12, It is the intent of the Contract Documents in E 3CI)C c:.ENEkAL C( IN Di-1't(.±t-+'i tyr o-S i ts4tl t'!Gticn} wi ©'1'Y Or FORT CCH.LI NS MGDiFIe`.0.TLONS Ijifik -0 2t�e) describe a functionally conplote Project (or fat thereof) to be constructed in acamkance with the Contract Documents. Ariy Work, materials or equiptent that may reasonably be inferred from the Contract Documents or from prevailing custom or trade ussec as being required to produce die Intended result will be furnished and performed whether or not specifically Culled for. When words or phrases which have a w4known technical or arutruction industry or trade meaning are used to dewribe, Work, materials of equipment, such words or phrases shall he interpreted in accordance with *nt meaning. Clarifications and Interpretations of the Contract lWurrients shall he issuxl by hNGINFER as provided in paragraph 94. 3.3. Raj'ererrtee to Srattdarda and Specif icatinnc of Technical Societies Rehtvttng and Renlving Discrepancies: 11t Rcfercicc- to suuidarcis, specifications, manuals or codex of any technics I society, organization or association, on to the Laws or Regulations of env governmental authority; whether such reference Liz specific or by implication shall mean the latest standard, specification, manual, code or Laws or Ri gulauoms in effect at the time of opening of Bids (ex, on the Effective Date of the Agreement if there were no Bids), except ass may be otherwise specifically stated in the Contract Documents 3.3.2. It during the p erformanoe of the Work. CONTRACTOR discovers any conflict, error, ambiguity ov di:axepancy within the Contract Documents or between the'Contract Documents and any provision of any such Law or Regulation applicable to the p zcfamanca of the Work or of any suchstandard, specification, manual or code or of ay imstntction of arty Supplier referred to in paragraph 6.5, (.ON,rIRACI-OR shall r� oort it to hN'GfxEFA in tcrittng at once, and, CCINTRAC'TOR shall not proceed with the Work affected thereby (except in an ctnergeney as authorized by paragraph 6,23) until an amendment t ex supplement to the Contract Docunments has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided, however, tins (:'ONTRA("1`OR shall not he liable to OWNFR on ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless (YJNTRA(`TOR knew or reasonably should have known diercof. 3.1.1, l xcoil as otherwise specifically stdecl in the Contract Documents w' as may be provided by amiendinent Ur supplement thereto issue by one of the methods indicated in paragraph 3 5 or 3.6, the provisions of the Contract DOCIAmemts shall take precedence in resolving any Inflict. error, ambiguity or discrepancy between the provisions, of the Contract Docmne ris and: 3.3.3.1, the provisions of any such standard, specification, manual, cede or uvsrnmction (whether or not specifically incorporated by reference in die Contract Documents); or 3-13,2. the provisions of any such Laws or Regulations applicable to the performance of the Work (furless such an interpretation of the provisions of the Contract Documents would result in violation of such Law' a Regulation). No provision of any such standard, specification, mamal, code or instruction Mall be eff"ve to change the duties and responsibilities of OWNER. CONTRACTOR or HNO MER, or any of their subcontraeurs, consultant.-, agents or employees from those set forth in the Cottmcr Doctunents, nor shall it he effective to assign to okk'iv'ER, ENGINMER or any of FKG NF.ER's Consultants, a� nts or any duty or aurh$ity to -supervise are direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsisient with the provisions of piaragraph 9,13 or any other provision of the Contract Documents. 3A, Whenever in the Contrutt Doeuments die, terms "as ordered", as directed% "as required", "as allowed`, 'as approved" or terms of like eflb t or impart are used, or the adjectives `reasonable", "suitable". "acceprabk", "proper" used to descrile a requirememL direction, review or ju ent of. ENGINEER as to the Work, it is intended that su impirement, direction, review or judgmem wdi be solely to evaluate, in general, the completed Work for compliance with the requirements of and informatics[ in the (;ontmot Uoctintoft acid caderrmmrca with the design concept of the completed Project as a functioning whole as shown are utrdicalcd in the Contract Docurnerbs (unless there is a specific statement Indictaing otherwise). The use of anv such terns or adjective shall not be effective to assign to EGINEER any duty or authority to supervise or direct the farwhing cr performance of the Work or anv duty or authority to undertake respaisibihty c`OMnftry to the provisions of pantentph 9.13 or any other provision of the. Contract Documents. Amending and Supplementing Contract Documents: 3.5, 'rho Contract Taocumants mey be amended to provide for additions, deletions and ravisicns in the W'crk. or to modify the terms aauul conditions thereof in one or more of the followmg ways: 3.5A a formal Written rAmeridnient, 3.5.2. a Change Order (pursuant to paragraph I OA), or tXD(:QE-,N' Al,(:0NTXT10NS 45198 (19401i:dia�rer) wl C'ETY GF rCXti C�iddi�l5 krl?UkFiC'0.TIONS!xfiFAnarNi) 35.3 a Work Change iYirective (pursuant to pttragr tph 10,1) 3.6. In addition. the requirements or the (,"ontmct Documents may be supplemented and minor variations and deviations in the Work may beauthorized, in one nr more of the following ways, 3.6.1. A Field Outer (pumuant to paragraph 9.5 ). 3.62 I NGfs FE'R's approval of a Shop Drawing or Sample (pursuant to 1-rsragraphs ti,26 and 6,27),. or 3.6.3 ENFULNFMs written interpretation or clarification ( pursuant to pxtrargraph 941 Reese of Documentar 3.7. CONTRACTOR, and any Subcontractor or Supplier or other person or organnratiah perfarmin$ or punishing any of the Work under a direct or indirect contract with OWNER. (i) shall not have or require any title to or ownarel rights in any of the Drawings, Specifications or over dccuments (or copies of any thereof) preparcd by or bearing the seal of FH'INGINEFR or EROTNIFER's C'rnsulemn and (ii) shall not retise any of such Drawings, Specifications, other documents or copies on extensions of the project or any other project without written consent of OWNER and ENGMER sad specific written verification or adaptation by ENCTINUR. ARTICLE 4--AVAMARILIT'YOI+ LANDS; SUBSURFACE AND PUYSICAL CONDITIONS; REFF.RP,NCF POINTS Ainilakiliry of.T,aw&: 4.1, (AVMJAt %!tall lunush, as indicated in the Contract Documents, the lands upon which the Work is to be Performed, rightsot-way and easements for access thereto, and such other lands which are designated fix the use of CONTRACTOR Cipenautoble weitterequast (J>ti4iI3R-aFarll-Furrehiv enerect suttentent-of record ...legal title end -lewd, 4assroen of the Innis upon -which the Work- ns-it) be -performed -and C NER's itrtcrest them as neee ry-€or-giving,muiee of are --Irking a--menlmtuas ham- t nartsE-suela—letad�-in ar.:co wilts ct with alvphhceble laws ..and Rvgulntioms OW,NI;R Atoll identity arw encumbrances (s restrictions not of general ap)Phalli r but NX-611CAlly related to use, of lands so funiished with which CONTRACTOR will have 10 ecmiply in i I'MMing the Work_ . Fatsements for permanent structures of permanent changes in existing laciliues will be obtained and prink] Izr by OWNER. unless otherwise provided in the ('rnumct I)acuntents. if CONTRACTOR and 0WtiER. art unable to agree on entitlement to or the amount or extent of any adjustments in die Contract price nthe Contract Times as a result of any delay to M'NI R's fumisttng, these lands, riglnsof wry or easements. CONTRACTOR may make a aluim therefor is provided in Articles I I mid 12_ CON'TRAC.TOR shall provide for all additional land, and accetss thereto that may N. required for win., nrary construction facilities or storage of materials anti equipment, 42. Subsu7face anril'hyslcal Cnnrbrinns.• 4.21- Repvrls and Drawings: Reference is etude to the Supplementary Conditions for identification of_ 421 1 Sithsnrrface Conzlnuis: Those reports of explorations and tests of subsurface co dItnons at or ccm igtwus to the site that have been utihred by I NG NEER in preparing the Contract Documents. and 42.12_ Nosical Conditions: Those drawings of physical conditions in or relating to cxisting surizce or subsurface structures at or contiguous to at,: site (except Undkrggrroound Facilities) that have been utilized by E17OMER in preparing the Contract. Documents. 4.2.2. limited Reliance by 002VITUC71OR Authorized' 'Techrtical Data: CONTRACTOR may rely upon the genneml accuracy` of the "technical data" contuined in such reports anct drawings, but such ruts and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions, Exceppt for such reliance on such -technical data", COIvhTRACTCtR may not rely upon or make any claim against OWNER, ENGMEW or any of ENG NEER's Consultants with respect to'. 42.2.1, die completeness of such reports and drawings for COWRAC'TOR's ptapeses, including, but not limited to, any aspects of the means. methods, techniques, sequences and procedures of constnuclion to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.12 2. other data, interpretations, o a -I and Information eosins red in such repots or shown or indicated in such drawings, or 4.22 3. any C9`ANURAC.".TOR interpretation of or conclusion drawn front any "technical dma' o any such data. interpretations, opinions or information. 4-23 Notice of Dillehig Subna-%ace or Pizutiicat CondGkwrs. If CONTRACTOR believes that any subsurface or physical condition at or contiguous uh dui site that is uncovered or revealed eidter: 4.2 3.f. is of such a nature its to establish that any "technical ckua' on which CONTRAC'1'OR_ is entitled to rely as provided an pamgmphs 4 _1 and 4_ 2 is materially inaccurate, o 4.2.3 ,2— is of such a nature as to require a change, in dhc Contract Documnmt , or 4233. difiirs materially from that shown or F:JC!nC t3kas`k�RAt CONUl3rot tR1Q8 11990 lidutlt1 m' Coil` OF FOR r COMI NS MC$NFICAi[ONS fRF 4' 4,2nne) indicated in the Contract Dort ments, or 4.23A. is of an unusual nature. and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the chamcter provided for in the Contract Documents; then COivTRACTOR shall, 1x npt4y iimnvdiatety after becoming awanc thereof and befcne further di-Aurbing conditions affected thereby or perfcmming any Work in connection therewith (except in an emergency as permntecl by panrcmph 6. D), notilk, ttWMR and b"NGNMER in writing about such condt ant CONTRACTOR shall not fitrther disturb such conditions or peri4n any Workin connection therewith {except as aforesaid} wild receipt of mitten order to do so. 4.14, ENGINEER's R Mee: Ia'NGNHER will pronpdy review the pertinent conditlom determine the necessity of OWNER's obtaining additional exploration cr tests with respect thereto and advise OWNER in writing (with a Copy to CON'( RACTOR) of ENC11NEER's findings and conclusions. 4.25 Pasrible Cirmrae•t Docamems Change: if 13NG1NEER concludes that a change in the Contract Documents is required as a result of a condom that meets one or more of the categories in paragraph 4.2.3, a Word.' Change Directive or a CharSe Cider will be issued as provided in Article 10 to reflect and document the consequences of such change 42.t3. Pasviblz Trice and limes 14ustmenM, An equitable adiustment in the Contract price or in the Conant Times, or froth, will be allowed to the e)atimt that the existence of such uncovered or revealed condition causes an increase cr decrease in CONTRAt_"roks cost of; or time required for perf mnance of; the W'oric subject however, to the following- 4.2.6.1. such condition must meet any one or more, of the categories described in paragraphs 42.3.1 through 4.2.3.4, inclusive; 4,26 2. a change in the Contract Documents pursuant to paragraph 4:25 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment, 4 63 with respect to Work that is paid for on a Urn price Basis, any adjustment in Contract price will l>e subject to the provisions of patagrapins 9.10 and i L9, and 4.2.6.4. CONTRAC To12 shnll not be entided as any adjustment in the Contract price or'I`an s if, 4,2.64.1. CONTRACTOR knew of the existence of such conditions at the Limn CONTRACTOR made a filial commitment to Ott°NER. in respect of' Contract price and Contract Times by the submission of a bid or becoming bound under a negotiated umtrwtl or 4.2.6,4:2, the eYiaence of such condition caukt reasonably have been discovered or revealed as a result of anv examination, investigation, exploration, test or study, of the siteand comtiguoue Incas required In the Biddint Requirements or Contract Documents to Lx conducted by or for CONTRACTOR prior to C'ONTRACT(DWs making Sic4t final commitment; or 4:2,6.43, CONTRACTOR failed to give the written notice within the time and as required by praragntph 4 _.3, If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or [Ono of any such equitable adjustment in the Cottract Rice or Contract Times, to claim may be made therefor as provided in luticic:s I I and 12. However, OWNER, ENUINMER and ENGFNEWs Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages susUined by CONTRACTOR. on or in connection with any other project or Anticipated project. 4.3. PhjWealConefidotr - llndergroundd-acilities: 4.3.1, Shoav; oringWeate& The information And data shown or indicated in the Contract Documents with respect to existing Ututergrctund Facilities at or contiguous to the site is based on information and data furnished to OWNER or F3NGINFFR by the owners of such Underground Facilities or by others. Finless it is otherwise expuessly provided in the Suppleanentmy. Conditions, 4.3,11. OWNER and ENGINEER shall not be responsible mix the accuracy or oompletenew of any such information or data; and 4 3.11 The cost of all of the following will be included in the Contract Price and CONTRACTOR. shall have fall responsibility for (i) reviewing and checking aft such Information and data, (ii) locating all lfiderground Facilities shown or indicated in the. Contract ocmnems,(iii) coordination of the %kvork With the owrtaas of such Uncbrground Facihtiea during construction, and (iv)the :aaety and protection of till such Underground Facilities as provided. in 1*antgraph 6,2ti and m1m rirint anv damage dmeretoru�;uhting fnnn the Work. 4,3.2, Not Shame or bxlicaterh If an 'Underground Facility i.s uncovered or revealed at or contiyaotus to the site which was not shown or irxlicated in the Contract Documents, CONTRACTOR ecru promppttly immediately alter be(onning Aware tlmereoI and before father disturbing conditions ns affected thenrby or performing any tiiork in corinectton therewith (except in an emergency as required by paragraph 6.2a'), idauify the owner of such Undergresutd Facility and WC0C'Q0-1111t1U1(IONN INS 1910$(19"I9 ltvni w; ci rY OF FORT 4YAJ INS M0Un^IC,AT106V5 (RFv 1.200ti) give written notice to that owner and to OWNER And iiNGiNHU R ENGFNTER will promptly review the Underground Facility and determine the extent, if tiny, to which a change is required in the Contract Doc a cents to reflect and documem the corisequences of the existence of the Underground Facility, it' ENGINEER tx=ludes that a change in the Contract Docuntonts is requirml, a Work Clia%e Directive or a Change Order will be issued as provided in Article 10 to relled and document such consequences, Dw ng Such time,. CONTRACTOR shall be responsible for the safety and protection of Such Underground facility as provided in farn4rapb620 CO ON'1,RAAC`l*O shitkl in y be allowed cot increase at the Contract Price or an extension of the Contract Limes or both, to the extent that they arc Attributable to the existence of ally Underground Faciliy that was not Shown or indicated in the ConmtrAct liocumtents and that CONTRACTOR did not know of and could not reasonably have been expected tobe aware of or to have antualatcd. FIQFl l.RandCONTRACTOR are unable to agree on entitlement to or the Amount or I0*1 of any such adjustment in Contract Price or Ca enact Times, CONTRACTOR matv make a claim therefor as provided in Articles i I and 12, However, OWNER, ENGINUTR and FNCTTNEFR's Ccrisi ltmmts shall not be liable to WNTRACTOR for any clagus, costs, losses or damages incurred or susWiliod by CONTRACTOR on or hat connection, with any other prglect or anticipated proieoA, Reference Paintx, 44. OWNER stall provide engineering surveys to establish refercnce points for construction which in 1-NOINEER's judgment are necessary to enable CONTRACTOR, to proceed with the Work - CONTRACTOR shall be responsible for laying out the Work, shall PProtect and preserve the established reference peens and stain make no charges 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 locatiats, and shall be responsible for the accurate replacement or relocation of such reference points ix professionally qualified personnel, t5, Asbestos, PCBs, Petroleum, Ilawrdaav Maste or Ratiivadive Material: 4.5.1. OWNER shall be reslransibte fwany Aslx^stos, N''ps, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawing or Specifications or identified in the Contract Documents to he within the scope of the Wank and which may present a substantial danger to persons or property C'Nposed thereto in connection with the Work at tFhn,.. site, OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors, Sup liens or - Anyone else for whom CON 1 I ACTOR is responsible. 4 ;i,� - �'tk'ar-fk(;\4`�1 <a12 datkk tntrnediatd€y_.(td-n��aEl ..and odor-whieM X4�rlt-�w�rwanttt- i+y-c"£3*l "E�43)!E-ter-he--resuat either. parigtmty- make -a-daim- therefor -as- provided -in �:i-3-Ff-shwa-reee�t-- ` t3 V'l Ri\4>T�R- dt�as-ttet agree-in-restuna-sua"erk ble4+a'j- ` f#W to famine l oonditions;-#hm OWNW asay-order-such�rtann of Mrdous eendition or m-Suehfdla led-area-to-bo deleted-fifer -eem�et agr��ns-Er3 �ttitlmneFtt to w�leamwm cr eJdwu4ol� un adjr Ott ant y- a n- aktitn dtarafar as proridad-at A_hefe.Tl-s..ic 4l-E7WNHR-m.atv_-1.tN�e-9lee}t-deh'�ed portim-4410-WET& 6t'iNt?a-J)V--FSW ler�orethersina�er<hlaoawidt-'lrkicla-7 4-s�ea.#mlFpermitted - �- hers�a-tald Ra$ulnti-E?4�ISFsR a}m}h.utdetnni.--and-hold c+ffiaWv -d"OM--enlyleycez --ageru . -fir exw.sultants-and-sttbeermaiaturs of each_tmd anyof them-#seen and--agaimt alE elaeimsr aoms --losses -and onvn neghgerax; 43,S;-m Fh isierw *f-peraWaphr,4;:--4uW-44 are t oz aHt+ndec# tk-utptg+ty-des: P )s:--7renalemul I#uznrdats-ode errl2adio�taive-�iutaAaif ttntoarred or revealed Fit -tha she EJtrt7C <3�h'[;RAt r'Oiv't117tC)NS 19IO$ f 19an F[4tiaiP wt fll'tl` OF rCM7 t11tL1115 MCA)tiRCtAl'I(11�i dit;Y 42Qa91 ART IC'LE 5--BONI S AND INSURANC, F, Performance, Pitiment and 0therdlnndr.: 5.1. CONIRACT'OR shall lbinuh Performance and Mayniout bonds, taeh in ant amount at least equal to the Contract &ice as security kr the faithful performance and r aymen t of all CONTR ACI'OR's Oil"�- tions wider the Ctmiract I k)curnents These Bonds shall remain in eH'ivt at least until one year after the date when penal payment hcLsnnes due„ except as provided otherwise by Laws or Regulations or by the Ceritract locuments. CONTRACTOR shall aK) funush such other Bonds as are required by the Supplementary C"onditiwu_ All Bands shall be ut the fam prescribed by the, Coitract Dmunic its except as provided otherwise by Laws or Regulations and shall be executed by such studies as are named m the current list of Tompanics Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as ,Acceptable Remsun�8 Companies" as published in C7ircular57Cl (tlmendedj by the Audis Stan; Bureau of Government Financia€ Operations, US Treweiry Depanmcnt :All Bonds signed by an agent must be accompanied by a certified copy or such agent's authtaity to act- 5 2* If the surety on any Bonus liunished by CONTRACTOR is declared a bankrupt or becomes rmilvent or its right to do business is terminated in any state where any part of the Protect is located or it ceases to meatthe requitemenN ofpatalgraph 5.1, CONTRACTOR shall within ton days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER. 5.3. Licensed Sureties and Insuren , C'ertiJicates of Insurance: 5.3.1. fill Bonds and insurimee required by the Contract Documents to be purchased and maintained by OWNILR cn CONTRACTOR shall be obtained hallo surely or alstarattce oomlx Jigs that are duly licensed or authorized in the jurisdiction in which the Project is ]cued to issue Bonds or insurance policies for the limits aril coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplenner"ry Conditions. Ct_ NI RAC OR shall deliver In Oik`\tM with copies to each additional insured identified in the `supplementary Ctmditions, certificates of insurance (and other evidence of insurance requested by OWNER or any either adchtional insured) which CONTRACTOR is required to purchase and maintain in acc rrktnce with paragraph 5-4. OWN i-rW1 cielivar•-1n--1`<�RAa;T-(�R;,-wiF}r--�aius .lt�._taault additional-irauree)-it nhhed ur-ilv -Supplement ry` C `and:tianv.-ro�tifiaatfat-ttf-irftiun+rxe-�antd-ether evidence�f- iasurarw+a-tax)uest®d-bw-GOT•CT R,"A�"CL-1R er nitther sarkhtietml- Ins+rrN1} whaly CE4tF PR-+s requiredJm-parch . a d-maintain-itra« tiarrae-with paragraphs 5 6 and-� 7-hereot. CIONTRd CTOR's Liability Insurance. 5-4. CONTRACT OR 41011 purchase and maintain such liability and other insurance as ei appropriate for the Work being performed and furnished and as will provide protecucn font dims se€ forth below which may arise- out of of resdt thou (X)NTRA(YfOR's perfonuanoe arld furnishing of the Work and fYONTRACTOR`s other obligations ureter the Conti rut Loa umetus, whether it is to be performed or fumish xl by CONTRACTOR, any 5ubrontractor or Supplier, or by anyone directly or indirectly employed by any of there to perform or famish may of the Work" or by anyone for whosc acts any of them cony ha hahle 5.4_I, darns taidet woikcrl mmpansatioq disability benefits andother similar employee benctit acts; 5 4.2 claims for damages because of bodily injury, occupational sickness or disease, or death of MNTRACtOR's employees; 5-4.3 claims too damages because of bodily injury, sickness or disease, or death of any person other than ( T ITRAf TOR'.s employees, 59 A—eleKra-..•Cv�r. ,d avtttgea- insured by - eustotttarS persrnial-igptiryaiatailitpeev (�-by-tit'y'tx'rsc'n'-s`ra-tasul6��rt�rt-eff�t€y-tom indirectly roltiW to the employment of a" J ei,; n4 tw t;�k�>a�i�N�T6)l{»l-tty-sny-sttha�txrnen-tE,r-any other reason; 5.4,5, chiiins fix damages, other than to the Work itself because of iijury to or destruction of tangible property wherever located, including loss of use rrsutltingtherefro rn; and 5.4A strums for damages because of bodily injury or death of any person or property damage arising out of the ownership• maintenance ur use of any motor valude. The policies of insurance so rejur ed by this paragraph 5A to be purdtiaed and maintained shall: 5A 7. with respect to insurance required by paragraphs 543 through 3A.6 inclusive and, include as additiollid insureds (subje.•t to any customary exclusion in respect of professional habihty), O%V_N ER. ENt;i1NLER. 13Ncrl 131:It`s Consultants and any other Nmons 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; 5AX include the slzcifw coveragges and be written for not less than th limits cf liability provided in the Supplementary Conditions or required by taws or Regulations, whichever is greater. 5.4 rJ. include completed operations insurance; 1„'.1t;tlCii�2t�ttAl. ('(:+hti)l'ItUNS ! 9 i 9�8 () 9Ya fsStitrti rat r1TY cn� FORi %.C�LtAilti M(1UIFI CA1'Iti)N5 (RF.A' 4 nneoq 5.4.10, include contractual tiahiliN insurance: covering CONTP.ACTOR's indemnity obligations under pamglliphx 6.12, 6.16 and 611 rhrcuigh 613; 5.4,11.. contain a provision or endorsement that the coverage afforded will nit ba cancelled, mawriaalty changed or renewal refusal until at least dirty days' prior written notice has been given to OWNER and CONTRACTOR aril to each oilier additional insured identified in the Supplementay, Conditions to whom it certificate of insu ntnec has beat issued (and die certificates of insurance furnished by die C)O?*ITRAcCTOR pursuant to paragraph 5.3,2 will so provide); SA.12, retrain era effect at least until final payinent and at all times thereafter when c'oA� f w w TOR mtiyy be correcting, removing or replacing tlejectfve Wtrk in accordance with paragraph 13,.12; and 5.4.13. with respect to completed operations insurance, and any umrancc coverage written on a claims -made basis, remain in effect for at least two years after fmal payment (and CON FRACTOR shall funvsh OtWNFR and each other additional insured identified in the Supplementary E cetditiosts to whom a certificate or insurance has been issued evidence satisfactory to OANER and any suchadditional tmarred of continuation of such insurance at fatal payment and one year thereafter). O WNER's Liabitt(p+ Insurmreet 5.5. In addition to insurance required to he provided by CONTRACTOR under paragraph 5.4, OWNIM' at O%NhR's option, may purchase and maintain at OYd,'NEWs expense OWINER's cant liability insurance as will protect OWNER against claims which may apse from operations taxer the Contract riocumerite Prapertp Insurance: S,f - _..L�tless sthawise-frrsyide�hin-t#aa Su�1ar� Condition&--Q1Nl kilt shall.._purchase- arid, - arinttan eft-Wr-€ill--repkurnt�e-caast-�cteoF-{subject-to- riots daduatibla_ amounts asmay-fair provided in . the tsvnentary", �--or--rtquired-kY -Leas---und l�agukt�nts}—T'lais uasttrtrnco-shall- 3.6,1--itailuile--- -the -- interests -.-of oWNSR; C-'F)tiF1:RA4:,4'{;---fufwitrttttaei>ra,----ki+�:,414: eratttles identified -iri fhe etitentta� y p n each -of whom is deemeitto brat an inscattblt-triterext antlsttell halisted as arirswtYdtx-niklitionalitiraired ;rb 2,-fie -written--ern a-Llutdder a-R - "-all risk". or <rtwn-p�ral-or-t�wCsial-tietuwss-cif ltar�-palitay-4'caFm-+hat siaalJ-art-Jr2aat• irxcluife-iaratranca-far-piwalsel--le+s- cyr dam rk trntpsraw btildittgs rk the...#olJmving perils,-. fire,lightning, emended sav�ga,-than; �s�aal��t �cl- atutlroiexins--��HiaF; enrt7ttftfaku--rwtlnpw�--akttris--t�csnntcwal;--aleeH+�litiArt n�taasitaxd by-anferaanxaxe&�art�-Regulaticaasy sprsi4'�aalrrrr�uiter]-hy the-litt�teAlary,�Nndiii 5 3,-itulada- tperc s--ixnufred-in.-the .-repair-..car: EOPWaaaeratofaalty suns.reel-pn. party-{inaiuctrr ,-Ewt-anrt. limited- tti---fees-tmd--•eharges--et--angt+mrs-nod �,ti:4--exaver-mata+� e-x-at-m Hier-le�catiicutt}mtarassa ta.-i}rwriting-by (.fW iEF2 } -te 7?eats--ineetpetnimd-in--the-1Y44c; rrowded thatsuch materials and equipatem have been nnelanaded�tn-sn-.4pplicntirs'ctr-{krymentrev:camtvtended by R tilN Y Rg and 3.66.--6e-auainttaineaf in-efliet--unfilfnal payment..is �Iazs--etha " thi�y-�ay'r-+vfitten--n kianal inatwad-tc3--wetcte»n ir-c�t4tfiaate-ef-itt+wl rltwa-Mtw }�aen isstled- 3:7. ---fl at-.+all.:putehreta-tmd-'mairrinin-wckr-]wtles he te�rtired-by-the-,p�lanNary-er+dit »is...nr esta-et' SNIGINHERWGmaultmatsand any other persons or entities m4eented W hayoon itmirable Wetest tatid slwtl l* listed as Miraired or add iaaararl tlte�axtiftaates-e'm ether--ewideneer--char' Mina ti fined+y-OW3 m-irraece &nee-Fy&"regra*-? i anal-3 �e n-sr-eaadcusemant-that the eayaeage-a#1f�rAad- •yvlil--net--be--®aneelled--.oar--maaatiaNy eha cat •renewal re€r ett>b4 at is #. d+yv -prier wrinarx---tuattee-h[es----beets-"'given-taw---C3W'AIFI�---and C=�3iz€F1�z4E>1=U1�-tntti-tn-melrc�her wham -a eenifioate instttenee-has bit-iastaid and will eontan---.waiver---provisio--ice--two---with }aaM ragh3'-1"l- 5 y- OWNER 4%11 not be responsible for purchase and maintaining any properh= insurance to protect the niterests of CO NTRiNCTOR, Sub nt actuts cx others is the--Work-to the estentof-any JedLietible emaaunte-thm-ere idealtil ed-in thrr- Supplementary - ndniarts -- l c isk of leash-wi-lainaxi:luia idatruttiecJ ciuehaa,tih4e amutrnt;-wil4ba iaaxne by-��F�13' f R.i(�alat�«uNntutttr-ur-a�tiwta;-sit FTer+}�-any. auskr k sc antrl.if-eny--of-them wislae,-pPoj_* ty inecantnac eovertge--within die -limits ,of oueh-mmotti t each eery Purchase aml-m t riunn itint-the+-}vaohtse s crwn-acupu»s... M,O. 4f4 t}4'I'it F<>lt to costa- i i,va tiltg-thatcdwr s�aarsial-it�urnnea-3aa-inalua�d-rrr- tla+-jxcil?,arty-dtvsuranee. palimies -prow�ded-aaaxlar-fatragral�rs�S�.-vt-S 7,--C�11�:hi slay{l-if�awyil>le-irnnitrc�-�naMt-at�rraiaees-enel-tlta-cr t#rercaC wil#-ha- e Change -Order or Writtma---AmendnienC nt Prior to if) tix'N'C3INERALCON'tN1IOR5I? 194119%, E�fllipt} u^ Ct TY OF NS MODI ICA1IONS (KEV 4 RaaR) u>n}metwalm at-1'tlle 4Y<x -at tl if 43 v slm]}411 insurtwve,hml ernproowed by{)GVNW 5:1----li=eri=eFej'lae�,a46s: i 1-1.1:-Q WM.R an dC- OW RAC=1=tA intend-tha"H pc�h+�t�ptwxaluarefl.-itt auauektnse wit}t-paragreld� � fi Laid-4 7--will--prateat--4kW4 ; C�(1 7PRAgT4)FZa titillucnttrea�ca:� 6A�1.�SliM;Rs---_ .�AItiaI?Jfi1sR`s [-at�tltmtt-a»c4-aL4Athea {aac�-antitiea-identified i�ae-�uppkvaetentney-E;t?tut'' aeecda-ar-acklittE+eat-inmareels-aa stwh- ieies--mid wilt -stic]e }ntery tr all 5..,.ei damages caused by the, perils-oovered thereby; All .rpv4reies�.,hallt>�ntxsta-}>r��i�ke-tMe-e4lee�f,Iaat in-the...event af-Wytnent of- any --low ...or dama¢e.the payable under -any -pohesy so is mal -N-'c.---its--mtdkrixE--C31�PSTsTt-�-eN--rights aged-.--6't31w"iRJW-:V�,.... ,-__ g}tbeentta�cxv�- F'�i€rL-'�tfsrl%1i�Er1Ai t?i31i:w---t"e�altants -and-thG siYree-etireearars;-ettt}aleea land-ants-of-aany-eat dtant;-lilt: cal=uaa er_.niliar--ea3rtaequarttiat--lr�+-aaetending HW i�Fi�Yerk--eeuged-..�.; �isea�,eauto!?er-w54+ltn�..[ronrcar-c+ther-l+erti, whether, -or-matInsured bv-40W'NAR;-and rarsy-instnara:e-{au}i �-ina mmrietl-by- OW 441- nvori, g arise-losri,�danragm� votLctia4-kris-safarrawl•kr-irrkhas F'ar'egrat,h-i-1 f 3-shrckl-a�+raain-}at+n*isiasng-tar thaeiierr-tint tn--rho-•went-cai-paytateru-caE any-wtetn-lams--ltwnegm-tar uinsequential loss the..-instxem will have no ngbtg..af. SECTION 00020 INVITATION TO BID 07/2001 Section 00020 Page 2 tee(�woay irvyt-tsnt�-et-44�?F'l�kdll>k'C_dti„T'iubeorttra6tot'c, ',-aChearet dire�ums-an plc yeas and ageraw of wny..of deem: Receipt and Appficadon of Insurance Naceeik 5.12. Any insured loss under the policies of insurance required by parngmpits $,( and 5.7 will Ix adjusted with OWNER and made payable to 01%,N-M as fiduciary for the �sureds as their inteests may rippers, subject w the requirements of any applicable' mortgage clause and of paragraph5.13, OVVNER shall deposit in a separate account am money so received, and shall distribute it in accurdence with such agreement as the parities in interest may reach. If no other special agreement is reached the damaged Work shall1e repaired or replaced the moneys sa received applies[ on account fluscof and the Work mid the cost thereof cm,cred by an appropriate Change Order or Written Amendment, 3.13. OWNER as fiduciary shall have power to adjust and settle any lase with the insurers unless one of the parties in interest shall object in writim!g within fifteen days attar the occurrence of lass to Owlv"BR'a exercise of this power If such objection be made. OWNER as fiduciary shall make settlement with the hnsurers in accordance with such agreement as the parties in interest may reach If no such agreement among the parties in ittterest is reached, OWNER as fiduciary."ll adjust aril settle the loss with the insurers a inrerast,-OWN61k.As-.tduaiary_shall...give -bond for --the tnwnduaw-R, Acceptance gfBandr andinsaraneL, O)pdi to Replace: 5.14 If either -party A v'ER-<or-014RAC-TGM OWNER has any obiecnon to the coverage afforded by or other provisions of ore Bonds -or insurance required to be purchased and arr ntiamed by the A%er--party CQNE;R.ACTOR in aceordimce with Article 5 on the basis of nonecrrformance with the Contract Documents, the c13jedtingpartyslmll. nuti{wtheotterp"(MINER will It 1VNTBAQ-1QF, in writirtg within ten f&M days after rampi de leer � of the certificates iorcomer-evidence reipested) tQ-QVSM-w required by parafra Eii4?FGiFEtind-F""n. nrn^I=i1<. all eat-ptsYtd draw -sash -additional ntiatntatiott-ire raspeat of 9nsttranee prowled-" tihe-other may --reasonably ..;request It' either party-does-M a ptxcAtaar cr maintrritrall ofihe-)3 atcls-end Partial 17filtfrthon-Propegj, hisunntce: 5.15. If OWNER Grab it necessary to mcupy or uric a portion or portions of the Work prior to Substantial E.a;rioIri-NLRA1, ('OI DMONS 191O4 (1990 Etlitio n) W (ITY (IF FOR', COMANR MODIFICATIONS (REV- 112000) C,ompletioa of all the Work, such use or occupancy may be accomplished in ascendance with paragraph 14.M prod led that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing crlccted any chruips in coverage necessitated thereby The insurers providing the properry insurance shall consent by endorsement on the policy ce policies, but the property insurance shall net be cancelled or permitted to lapse on acccur t of any such partial use or occupancy. ARTICLE Cr-CONTRACTOR'S RI SPO`ISIMLITIFS Supervision and blaperintendeuce: 61. 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 17acranerus. CONTRACTOR shall bcsolcly responsible far the means, methods, techniques, scquen ces and procedures of construction, but MNTRACTOR shall not be reTonsible far the negligence of others in the design or specification of a specific means. method, technique, sequence or procedure of co natruction which is shown or indicated in and exlressiy required by the Cantraot Dmixi ents. CONTRACTOR shall be responsible to see that the completed work complies accurately with the Contract 17ocumcnts. 62, CONTRACTOR "It keep on the work at all times during its progress a ocmpetexit resident superintendent, who shall not be replaced without written notice to ()W'NHR anti 1^:ivt.`UNEER except under aordinary circumsttracea The sttpethateadera will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications to the sa >arhratent shall be as bhtding as if given to CONTRA 7 OR, L:abem•, Materials and Equipnrear: 53. CONTRACTOR shall provide compatem, suimibly qualified personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain gw d d i%ciphric and cider at rho site. Except as othetwise required tonr the safety or protection of persom or the FV.uk or property at the site or adjacent thereto, and except as otherwise tncreated in the Contract Ikacuments, all work at the site shall be perf'orrmed during regular working hours and CONTRA(7 0R will test permit overtime work or the peonnan e of Work on Saturday, Sunday dr any legal holiday without OWNER's written consent given after prior written notice to ENGINEER. C acraR,s�yllsubmitreytstsYotncE-GiNTER no less than_49 hours in advance of any Work .lo_te MLonned on aaturdue: JufJaHoJtdayv Aautside the Ijegulpr N'orkina I1cwn. 6.4, l.enless otherwise specified in the Geneml Requirements, Cf)NTRAC:TOR, shall furnish and assume frill responsibility for all materials, equipment, labor, transli rtatim construction equipment and machinery, tools, appliances, fuel, power, light, hetn, telephone, water, sanitary facilities, _ temporary facilities and all other facilities and incidentals neev-;sary for the Furiishing, p c&xiaatnce, toting, mart up and cordpletton of the Wotk. G.:l:.. P rioNsi rg Kestipcytotts CC7N`1k&TO must damply with the Citys.pZirchasing restrictions.. A coca of the rtstr Monts are available for review.yi the offices of the Purchasm„"x_.nnd 3Risk _!4falameement. Lmivisiun ar the City Clerk's ulisyr: 6.4.2. Coment_ kestrictions-_ t'Ity of FOq Cnll3vs ltcsatutton 9l •-12 E pearl ors that ytl e s idol }t c<luc rs of rxm0 mt te.pxoSEucts contain rig coment,u. %crud}, [hat the cement was not made in cement kilns that burn hazardous wafite as A F41c1. 6.5. All materials and equipment %hall be of good quality and new, except as othe wise provided in the Contract Doewnems. All warranties and guarantees specifically called for by the Specifications shall expuessly run to the hermfit of OWNER, if required by ENGMFR, CONTRACrok shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and Nor ent stall be applied, instilled, connected, erected, used�clearied andconditioned in accordance with instructions of time applicable Supplier, etwept as otherwise provided in the Contract D(Vomems Progreso &kedule: 6.6, CONTRACTOR stall adhere w the progress schedule established to accordance with paragraph 29 as it may be adjusted from time to time as provided tuatow: 6.6.l. C'ONDAC'TOR shall submit to ENGINUR for acceptance (to the extent indicated in paraaggrraph29) proposed adjustatetes in tits progress sdterkile that will not charge the Contract Tunes (or Milestones). Such adjusunerts 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 I djusnnent^" In it-& prod ess schedule that will charge the Contract Times ((Ir Milestones) shall be submitted in accordance with the requiranents of paragraph 12.1 Such adjusmnmts may early be made by a Change Girder or Written Amendment in accnrcLrnce with Article 12 6.7. .Wbaihrresand "OP -Equal" lfenrs:.- 6.7.1. Wlmcnevei an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item cs the name of a St particular mlier, the specification or description I% intended to establish the typx, function and quality. required_ Unless the specification or description i° 6J(iVOEN1kIKAI,CVi�UI'rV., 51§1m-8119906,46wn w O IY OV 1 tlR r R)l.i divR fii(>ntftCAliC72SSclio -0�3miY61 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 equippmment of other Suppliers may be accepted by )tiNc INIEER under Ilse following circumstances' 67.L1. `CIf• quad"e If in ENGfNER's sole discretion an item of material or equipment prod by COMA RAMOR is fimctirnwlty equal to that named aril sufciendy similar so that no change in related Work will be required, it may he considered by EN11lNFER cis an "or-equni` item, in which case review and approval of the proposed item may, in ENGIN ER's sole discretion, he accomplished without.. compliance with some of all of the tequiteluents fa acceptance of proposed substitute items. 6.7.1.2. Substi'krte Items:- if in Era pG1NEBR's sole discretion an item of material or ecptrrppmment proposed by CONMICTOR does not qo fy as ma "or -equal' item updar subparagraph 6.7.1.1, it will be considered a proposed substituw itain. CONTRACTOR shall submit sufficient information as provided below to allow ENGINTMFR to determine that this item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. 'rhe procedure for review by the ENGVQMR will include the following as suppmlcnmated in the General Requirements and as kNGINBBR may decide is appropriate under the circumstances. R.egttcIas for review of puoposaci substitute items of material or equipnsant will not doe accepted by I?NGINEER titre anyone other than CONTRACTOR If COINITRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENCII'NEUR for acceptance thereof, cerri b* that tho proposed subuittue will perform adequately the functions and achieve the results Ladled for by they eral design, be similar in substance to that specifted and be suited to the same use as that specified The application will stme die _item, if any, to which the evaluation and acceptance of the pro. exl substitute will prejudice CO'_1TRACCUks achievemera of Substantial Completion on time, whether or not a=Ttamcc of the substitute for use in the Work Will require a change in any of the Contract f)ocumertw (or in the provisions of any other dint contract with OWNER for work on the Project) to adapt this design to the, proposed substitute and whether or not imwrporation or use of the substitute in connection with the Work is suttxt to payment of Any license fee or royalty. All variations cif the proposed substitute from that specified will be identified in the application and available mainternance, 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 Ion i acceptance of such substitute, including costs of redesign and claims of other contractors affected by die resulting charge, all of which will be, (ON TN INJQJ� jl�)J loss than 20 -Jai�:s considered by ENIGINFER in evaluating the of W k wd '(�` bc- bac!�)7 i.$L -st pro" substitute ENGDMER y r- T, may Lituire (A) TRACTOR to furnish additional &A about washout subcontrqpAj The 2Q it re ireAMt -Wj_RUgg ... qu fall be understood to refer to the Work the value of the proposed substitute. which n - --- ---- nt of -N-- - --- - 6,7, L�. COJVMCIVRisLxpense.- All data to be provided by CONTRACTOR at 5uppoii of any a If- tl* 45upp4em"ry Condmont; tijALhg raotrosed 'or -equal" or substitute item will be at Docum nen - is require the identity or certain CONTRACTOR's ex4mise. Subcontractors. Suppliers or other persons or organmAums fincluding those who are to furmsh the 63.2. Subsutute Combuction MeAckis or Principal items of materials or "ipment) to be Procedures: If a specific means, method, technique, submitted to OWNTtR sequetwe or procedure of construction is shown or 4k f4ioi to the riTcutive Date of the cement tbi indicated in and expressly required by the Contract acceptance by OWNER and ENG14rw and if r),xurnLrits, (,x,)N,r14.ALCT6R may funnath or unlix a (-4)-,*4T7FACA OR- --has -aubnnued--a- b*- -dweaf-in suWilutc means, method, technique, sequence it of construction acceptable to ENGINEER, twcudanot, with the- Sir lemelAffly Coaditions, %V ONFJ� procedure CONTRACTOR shall submit sufficient information to acceptance (wither in NyTi or by failing to make written objection thereto allow I�NIGINFMR, in ENGMws sole discretion, to by Vi date indicated for acceptance or objection in determine that the substitute proposed is equivalent to the bidding documents or die Contract Documents) of that expressly called for by the Contract Documents. any--.%wh-Subeowaomr-, -$Uppha--Gr The procedure for review by ENGINEER will be ilex 7-0—n-tfta-- similar tothat provided insubparagraph 67.1,2 basis of fimsonahle objection alter elute utyastigation; 6,73, Fngineer's Evaluation: ENGINEM will be be allowed a reasonable time within which to evaluate adjriytad each proposal or submittal made pursuant to paragraphs 6.7, 1 . 2 and 6.7.2. LNGINFXR will be the MU of acceptability. N 0 1. iole judge No -or or substitute will be ordered, installed or utilIZ7 the -- without ENGINEER's prior written acceptance which will be other use of tfie named niE�iarrlci sir s or or evidenced by either it Change Order or an alilwoved Shop Drawing. OWNER may require UNG1NliR No acxptanew by Ot4NER or CONTRACTOR to furnish at CONFRACTOR!q of any such Subcontractor, Supplier or expense a special performance guarantee ot other other person u urgan zaticr shall constitute a waiver surety with respect to any 'ca -equal' or substitute. of any flight of NA101iR ur F-MANEER, to reject rNGTN[IER will record time required by &ftctow Work ENGINEER and HNCINEHR's Consultants in evaluating stlibstimw proposed or submitted by 6.9. CONTRACTOR pursuant to paragraphs 67 12 mid 6.7.2 and in making changes in the Contract 6.9.1. C(-I\TTR.A(*roRshall tx-fully re,4xxm'blett) Documents,(or in the ovisiom of mot other direct OIVNX for OWNUR and ENGINEER fur all acts and cc L,%om contract work on' the Project) of die Subcontractors, Suppliers and other persons occasioned thereby. Whether or nor ENGINEER and organizations performing or famishing any of the MsDefa$ asuWituld dern -qs proposed or submitted by Work under a direct or indirect contract with CONTRACTOR, COYTRA(71'01t shell reimburse CONTRACTOR just as COMIRACTOR is OWNW for the charges of ENGINEER and responsible for (-X)NTRA(.7oR,s own acts and MYNE-EWs Consultants for evaluating each such omissions. Nothing in the Contract Documents shall proposed substitute item, create 101 the bericlt of any such Subcontractor, 6.8, Concerning Xubcovitructotr SUPPIter-V and Supplier or other person or organization any kx-nnuctual rclationship between OWNER or Geis'lM!1-N1.,1',R and any such Subcontractor, Supplici or other PCIS011 01- 0188111MULM, nor SlISH it Create any 6.8.1. ix)N'rRACIOR shall not employ any obligation an the part of OWNER or E'NGfNFFR to Subcontractor, Supplier or other person or organitatiOn pav or to we to the pa}"ent of any moneys due any (including 1hosc, accel-Aable to OWNER and such Sulxxintrador, Supplier or (0er person or INGTINMER as indicated in paragraph 6.83), whether organization except as aaiy otjiwiwise be required by initially or as a substitute, against wl-tom Ow Of Laws and Regulations. QlNWlq Mgy UNGINME.R may have reasonalhic objection, , -9414,C,4N furnish to any subcontraCt6i, 'sUpor other. person CONTKAC roR shall not be required to employ aily *L Subcontractor, Supplies or Cher er person or orSanization -to CON' r R At TOR. in ac with to furnish or perform any of the Work against when Nymenu". CONTRACTOR han reasonable objection f-AT)CnENIA.A.11 CONIAII(As I 90-g (199+)Ediim) 13 W(Try OF FOR I COLLINS C, 9,1 C(J,\Fr AC'ff)R shall be solely respxvnsible for scheduling and coondinacting the Work of Subcontractors, Suppliers and other persons and cxgranizations performing or furnishing any of the Work under a direct ur indirect contract willt CONTRA('TOR. CUNMACTOR shall require all Subcontractms, Suppliers and such other persons and organizations pert'ormutg or furnishing any of the Wort: to communicate with the ENt,LNTER through t:'OMI; ACTOR. 6.1 t), The divisions and sections of the Specifications and the identifications or any Drawings shall not comml CONTRACUOR ut clividutg de Work amotng Subcontractors or Suppliers or oklineatutg the Work to No perfnrined by any specific trade. 6,11 All Work perforated for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an ftToprlato agreement between C'ONt'RACTOR and the Subcontractor or Supplier which specifically binds tine Subcontractor or Supplier to the applicable terms and conditions of the Ounnact Documents for the berefit of OWNFRand FNGINEER. Wheaaversuch agrmnert iv-svitls-t any--kc4iAed--es•-an additional- insured -rm-the- -property ...irexrrnrrEte-laK>vider{-in GGII URAGP mid-tht or-Supplie-will eorntain- wuives-tdl tit E Ek1kn RN4i1,'1E8f�GIl4La'�R'S-. t',attsuwharNs--and toll Other addle arising M-4orresulting from any 4 a Covered I� the Work- -Ff-the-insurers-on-any such -policies require sepmate wmi�tnste-be si h-�y-ally :Sitbeonttae�r�r *Supplrerr4=4y14'l=kA4'TEaR-coil. rht�rrme F4aent Feev and Ranatries: 6.12 C'ON'fR11C'TOR shall pea}' all license fees mxl royalties and assume all costs mudent to the use in the performance of the Wcrk or the incorporation in the Work of any invention, design, process, product or device which is the7 subject of patent rights or copyrights held by txfxrs. il' 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 OWNIER or LNCiL' ]MR its use is subject to patent rights or womglnts calling for the payment of any license foe or royalty to others, the existence Of Such rights shall be discltmd by 0%VNER in the Contract Dovumcrts- TO the fullest extent permitted by laws and Regulations, CONTRACTOR shall indemnify mid hold harniless OWNER, 1 JGPNEU. 1 NGIIN ER's Consultants and the officer& directors, employees, agents and, other core dtunts of each and any of them from arid against alt claims, costs, losses and damages arising cent of of resulting from any infringement of patent rights oc +=rights incident it) the use in the performance of th Work' or resulting from the incorporation in the Work of any invention, design, pprocess, product ear device not specified in the Contract I)ucunatents 1-0 M-T)C't%. ,KA6C UR'(?131GM 1930� it45( V'41k4 t Al C1 tY OF t'Cat t t'(?LU R5 itraf)IIICrSCICJ;CS (REV 1r200U1 t'ermitsr 6,13. Unless otherwise presided 41 die Su lementary Conditions, COMTR-AMT shall obtain aril pay for all construction permits and licenscs. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licerem. CONTRACTOR shall pay all govermnental changes and inspection fees nNowiry for the prosecution of the Work, which are applicable at the tittle of Opening of Bids, Of, if dicie are no Buts, on the l:`rffective bate of the Agreement CONTRACTOR shall pay all charges of utility owners for connections to the Work, and Ott<'NER shall pay all charges of such utility owners for capital cysts related thereto such as plant investment fees. 6.14. Lanvsand RaFgagatians: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws tool Regulations applicable to furnishing and performance of the Work, Except where otherwise expressly -required by applicable Laws and. Regulatiom neither OWNER nor ENGMEM shall be responsible for m(guuring CONTRACI'OR's compliance with any Laws Or Regulations. 6.14.2. if CONTRACTOR performs any Work knowing or have reason to know that it is contrary to Laws or Regulations, CC)NTRA("TOR shall bear all claims, costs, loam and damagges caused by, ansing out of or resulting therefrom; honvevcr, it steal I not be COW RACTOR's imary responsibility to make certain that the Specitcrations anxt Drawings are in accordance with Laws and Regulations, but this "It no relieve CONTRACTOR of C7ONTRACTOMs obligations under paragraph 3.3.1 Taxer: 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 plum of the Project which are applicable during the performance of the Work. d�ILDI1. C)11N1Rt is exermnt hell Colorado Mate aril 1 snlgs. use -_flea on_ ynatonals, to b shall not bey rh'lela(pQF9leci linl4 ilk prnl cl .Said taxes shall x t ( tncludgd to tlu GotEtact pi ice lddregs: olm& _I)�,_ t of Rove a Statet'.a M tatalAmnent 1375 Stammer SUeet Deriver C'oliirtuit„i,_R_(l:(i,l.. Sales and ilse Taxes for u rlaUan the Sia_t loc�mila D anal oral _ istnctWR1Ujff Co orb wnntnes ,are collected by the State , of Colorado and axe included_ in the Certification of lxeEtr tton Aj attphctble S.alys and. C_sc Cayes. i Rltttlu [etc colle ex an contaru rig}, on a,ny items ' t.. tmbuild' atariconmtedattode R ecr ore to he_paid by C MI'RAC",TOR and are _. to Gc atktu - ap tc bidltems. list of Premises. 6.16, C.ONTRACCOR shall confine construction equipment, the storage of materials and equipment and die M�rstionst of workers to the are and land and areas iderrtifned in anti permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreascmahly encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full respx,nsibility fix any damage to any such land or area, or to the Owner ot occupant thereof or of any adiacet lend or areas, resulting from the perfomance of the Work. Slxhuld any claim lee made Icy any such owner or occupant because of the performance of the Work, CONTRACTOR shell promptly settle with such other party by negotiation or otherwise resolve the clajtm by arbitration or other dispute resolution proceeding or at law. CONTRA( 1'OR shall, to the fulkst extent permmitted by Laws and Regulations, vndantnify and hold harmless OIX-MP. ENGMER, ENG NEER's Consultant and anyone directly or indirectly employed by any of them front and against all claims, costs, lasses and damages arising out of or resulting from any claim or action, legal ar equitable, brought by any such owner or occupant against OWNER. ENGiNEM or any other party indemnified hereunder to the extent reused by or !cased upon WNTRACTOWs performance of the Work, 6.17. During the. progress of the Work CONTRACTOR shall keep the premises free from accumulations of waste matamis, rubbish and tether debris resulting from die Work- At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from ani about the premises as well as all tools, apphames, construction equipment and machinery and surplas materials. CONTRACTOR shall leave tine site clean arxt ready for occupant' by OGVNf_R at Substantial Conpletion of doe Work. CONTRACTOR slat restre to original condition all property° not, designated for alteration by the Contract Documents, 6.18. C'r NTRACTOR shall not load nor posmit any hart of any structure to be loaded in any manner that will endiamecr the structure, rear shall CONTRACTOR. subject any part of the Workor adjacent property to stresses or presmuresthat will endanger it Reeard Doeumeats: JiXDC t31ti :11,CON UION S19 0-80'rio t-Auxt) w? CI IY OF FORT' CCa.tA$vS MOtllr7 C�'rIO?i5 (RF_l' 42000) 6.10. CONTRACTOR shall mninutin to a saic place at the site line record copy of all Drawings, Specifications. Addenda, Written Anhnndtnents, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in gocxl order and annotated to show all changes matte during construction. These record daumterts together with all approved Samples and a counterpart of all aplxoved Shop Drawings will be available to ENGINEER for reference ninon a+mpletiot eaurdldocumenthe ts, prier to release of final paym rk these ts, Samples am.l Shop Drawings will be delivered! to F;NUlrvr:l R fix OWN RN, SWj Band Prareerlax: 6,20. C,ONTRACI'OR shall be resporisibte for initiating, maintaining and supavisfng ate safety precautions and prcgrtmhs or Connecticut with the Work. CONTRACTOR shall take all necessary pramudons 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 lit, the Work; 6.2112, all the Work and materials and equipment to be incorprnated therein, whether in storage on or off the site, and 620A other property at the, site or adjacent thereto, including trees, shrubs, lawns, wreaks, pavements, roadways, strucnrres, util6es and tindergrmtnd 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 parts ar property or to protect them froon damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR slmll notify owners of adjacent property OM of [bndargrcwnd Facilities and utility Owners wl prosecute[ of the Work may affect them, and shall cooperate with there in the protection, removal, relocation and replacernent of their property, All damage. injury or loss to any property referred to in paragraphs 6 20,2 or 6.203 caused, directly or indirectly,, in whole or in part, by COIv"fR'yt:T'OR, any Subcomtmelor. Supplier or any other person or organrxauon directly or indirectly employed by any of them to perfcmn or furnish any of the Work or anyone for whose acts any of them auw he liable, shall heremedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNHR or F NGI NEEk ar ENt,I'dEf'R's C'onsulttmt or anyone employed by arty of [hem or anyone for whose, arts any of them may to .liable, and not attibutable, directly or indirectly, in whole, of in poi, to the fault or negligence of C'ONTRACI OR or Bury Subccmtrartor, Supplier or other person or organization directly or indirectly employed by any of then,). CONTRACTOR's duties and responsibilities for the safely, and proeciion of the Work shall continue until such time as all the Work is completed and piNG[N1;1iR. leas iatued a 15 neti" to QWNER and t:;t)N7'I.AC"1'OR in acconlan" with paragraph 14 13 that tie Work is acceptable (except as otherwise expressly provided in cotmection with Substantial. Comtpltiuvi j. 6.2L Safey Representatioer CONTRACTOR shalldesignate a qualified aril experienced safety representative at the site whose duties and res}wn,?ibilines shall I% the prevention of accidents mid the maintaining and supervising of safety pre autions and prt>�Trams. Hazard C" txuunnicatirnrk'rmgrattra: 6:2. CONIRACYOR shall be resl)onsible for coordinating uav exchange of material safety data sheers or other hazard communication information required to be made available to or exchanged between or among emplowers at the site in accordance with laws or liaguletiorss. FrteWsreies: 6.23. In emergencies affecting the safety or protection of lersrans or the Work or property at the site or adjacent thereto. CONrR.AC2oR, vnth'ut special instruction or authorization lion OWNER orE INTEER, fsobligatedto act to prevent threatened camafe injury or loss. CONrl'RAc I OR stall give ENGINEER prompt written notice if CON] R1CJ'0R 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 roquired 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 Z4. 4lto11llrn r'ings axirf Sutnl>rcI, 6.24.1. CONTRACTOR shall submit Shop Drawings to LN(; .\YL'11t for review anal approval in accordance with the accepted schedule of Slop Drawings and Sample submittals (see paragraph 2 Q). All sabtnittals will be identified as ENGItiEEN may require And in the number of copies specified in the General Requirements. The data shown on the Stop 1?mwmgs will he ccmiplefc with respect to quantities, dimoastcnns, speoiGed performance and design criteria, nutic'xt dx and similar data to show ENGINMER. die inaterwk and equipment CON '1"1C.ACI'OR proposes to provide and to enable IMUNEER. to review the information for the limited pugvses required by linragraph o `6 6 242. t ON I kAC:1 OR shall also submit Samples to ENCIMF.12 for review and approval in accordance with said accepted schedule of Shop Druwulga :ail Sample submittals Hach Sample will he identified clean} as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to amble Fi�'�(if2VEER to review the submittal for the limited h6 UACDCOUNERM,COND1110te; 1919-4 rI99o&iaat} W Ct TY OFFORT r111,L1 N3 xhatCXafFla7.47T0'id5 (RfiV -0 2lflla) purposes required by pirngaplt6 k, The numbers of each Sample to be, submitted will be as speeifiul in the Specifications, 6,25. Subs dMd Procedures. 6.25.1. Before submitting each Shop Drawing or Smaple, CON t RAC'TOlt shall have determined and verified: 6251.1. all field measurements, quantitim dimensiems, specified performance criteria, installation requirements- materials, catalog numbers and similar information with respoot thereto, 6.25.1.1 all niatet mis with respect to intended tie, fabrication, shi}lf,htg, handling, storage, assembly and installation pertaining to the performance of the Work, acid 6,25.1.3 all information relative to CONI'RACI'OR's sole responsibilities in respect of memos methods, techniques, sequences and procedures of cnnstructt'on and safety precautions and programs incident thereto, CONTRACTOR shalt 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 Documems, 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, c6vrRACT0R shall give liNOINEER specific written notice of such variations, if any, that the Shop Drawing on, sample submitted may have from the requirements of the C:ontractDocwnettts, such notice to be in a written communication separate from the submittal, and, in addition, shall cause a speciric totatioun to be made on each Shop Thawing and Sample submitted to i;NGfNEER for review and approval of each such variation. 6`6 ENGINEER will review and aplwove Shop Drawn s and Smnpto s in a"%ndrnrce with the schedule of Shop winp and Sample submittals accepted by ENGINT,Piik as required by paragraph 2, q. LNGINEERts review and approval will the only to determine if the items covered by the submittals will, after ir6wilstiotn or incorporation in the Work, cnn(nmi to the information given in the Contract Documents and be compatible with die design concept fir the completed Project as a runesliomirg whole as indicated 1w the Contract Docunnents ENVINTEER's review and'atpptoval will cot extent to Towns, methods, techniquos, sequences or procedures of cunstrution (except where a particular means method, technique, sequence or procedure of comMiaction is specifically and expressly called for- by the Contract Documents) or to safety precautions av programs incident thereto. The review and approval of u se, anue item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make cwn'ections required by HMIINFER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR swill direct specific attention in wrrtrng to revisions other than the corrections Qillcd for try lil'VI Nrf-A on previous submittals. 6.'27 EN INEl+;R's review and approval of Shop Drawings or Samples stall not relieve C M'RACTOR fiom regwnsmbility Itr any variation from the reyuirententc of the Contract lJocumen ts; unless CU,A fRAC'.I OR has u1 writing called ENGI- FFR°s attention to cact, such variation at the time of submission as required by paragraph 6.25.3 and ENGI;NTHER lens given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample app�oval; nor will any approval by ENGCNEER relieve Mwl TRACTOR, from responsibility for complying with the requirements of paragraph 6.25.1. 618, Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing seed Sample submissions accepted by H.NGTNEFR as required by paragpr�aaph 2.9, arty, related Work performed peer to F�'G11SF ER's review and approval of the ppxertment sulwmtnal will be at the sole expense and respar sibifitp of CONTRACTOR. CoWinaing the Work. 6.29. CONTRACTOR shall carry on the Wotk arid adhere to the progress schedule during all disputes or disagreements with 0%%NF_iL No Work shall be delayed or postponed perablig resolution of any disputes or disagreements except as permitted by paragraph 15.5 or as, OWNER and CONTRACTOR may otherwise agree in writing. 6.90. CYI(N7RdCTOR's Generat Wanwi& and Guarantee: 6.30.1. C.ONI`IiACTOR warrants and guarantees to OWNUR, HNG1NUR and ENGINLER's Consultants nsultants that all Work will be in accordance with the Contract Documents and will not be &*cave CONTRIC MR's warranty and guarantee horeunder excludes delext or damage caused by. 6.30J.1- abuse, modification or improper maintenance or operation by Ixrseaas other than C"ON RAC:'TOR, Subcontractors or Suppliers; or 6.30A.2 normal wear and tear under ncnmal usage. 6.30,2 COtii`RACIOR's obligation to perform and complete the Mork in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in k:1C'DC'sit>;.liti,lt <;t7Kpl'fiU`P; 1919-8 (19901,:daiva) W ra'1-YOF FORM ,Yri,t.lh5 i<1Ca)IFICA7mU4iS {RFY �1PLa(Hit accordant with the Contract 1)p ximents or a release of CONTRACTOR's obligation fo prrl'orrn the Work in accordance with the Contract Documents: 630.21 observations by FNGINl~ i~Pi; 6.3012, recommendmion of any progress or final p aynaernt by lNGUNBER, 6.30 1 the issuance of a ceatifiicatc of SubstaribHt Oompletion or any payment by OWNER to CONTRACTOR under time Contract Docunnents, fr 30 ' 4 tt,a or occupancy of the Work or any part thereof by OWNERc 6.30.2.5, any acceptance by OWNER. or any Ili dure to do so; 630.2.6 any review anal approval of a Shop Drawing or Sample subtnattal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13; 630.2.7. any inspaction, test or approval by, others; or 6.3b 2.8. any cola Lion of &fecrive Weak by UWi }iR.. tndenutificadem: 631- To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indennnify and hold harmless 0WI\,R, ENGiNEER. ENGINEER'S Consultants and the officers, directors, employees, agents and other consultants of each and anv of them from and against all claims, costs, lasses and damages (including, but not limited to, all fees and eiaarge_s of onguncer% architects, attorneys and other professionals and ant court or arbitration or other dispute resolution carts) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cost, lass 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 (it) is cruised at whole or in part by any negligent act or omission of CONTRAC`-TOR, any Subcontractor. may Supplier, any person OF crganlzaticxn directly or indirectly employed by any of them to perform or hmnsh any of the Work ex anyone far whow acts any (if them may Ike liable, regardless of whether or nos caused in part by any negligence or (nlssion of a person or entity indemnified hereunder or whethet Liability is imposed upon such indemmnified party, by haws and Regulations regardless of the negligencce of any such persem or entity 6,32. In any and all clauns ainninst. OWNER or ENGINEER or any of their respe tive, cons iltarts, agents, officers, directors or employees tdy any employee (or the survivor or personal representative of such empfoyce) of CONTRACTOR, anv Subcontractorr any Supplier, any. person or orggniantion directly or indirectly employed by 17 any of them to perform o furnish ally of the Mork or all cats for wbos acts anv of them may he liable, the indemnification obligation under paragraph6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for COMYRAC MR, or any such ';UNwlmACtctr, Supplier or other person or organirntlon under workers° compensation act,,,. disability benetit acts or other employee her fit acts. 6.33, The, indemnification obligations of CONTRACTOR toiler pomgraph631 shall not extend to the liability of ENCANMER and ENCil'NMEVi Consultants Officers, directors, employees or agents caused by the professiotta I negdigenue, errors o omsstotn of any of thcnn. SwTivml of Obligarlans: 6.34, All representations, indemnifications, warranties and guarantees made in, required by or given in accordance With the Contract 130armemts, as well as all amtinuing obligations indicated in the Contract Docnmteras, wiA survive final payment, completion and acceptance of the Wok and termination or completion of the Agreement, ARTICLE 7--0THER WORK Refaced Work at We. 7,1, OWNER may perform other work related to the Protect at the site by OW .R's own forces or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performd 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 (u)CONTRACTO.R may make a claim therefor As provided in Articles 11 and 12 if CONfRA(7rOR bebeses that such perfonnatue will involve additional expanse to CONTRACTOR or nxju res additional time and the parities are unable to agree as to the amount or extent thereof. 7.2, COlNLR.ACTOR shall allord each other contractor who is a party too such it direct contract and each utility owner (and OWNER, if OWNER. is performing the additional work with OWNER's crnployces) proper and safe access to the site and a reasonable opportunity lot- the introduction and storage of materials and equipment and the oxecutiot ofsuolh odner nark and shall properly ctmneax zed coordinate the Wotk. with theirs Unless; otherwise provided in flu Contract Docunlelds, CONTRACTOR shall do all ctmnng, lilting and pxttching of the Work that may be required to make its several parts come ungether Properly and integrate with such other work - C ON'TkACTOR shall trot merger tiny work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of M1 *GTNAER tend the others whose work will be attested. The dories anal resplimbilitics of ('ON"TRAC,TOR under this paragraph are For the leutit of such utility owners and other contractors to the extent than there are comparable hR FnC;t7C'(XNMAt, C'ON61"rtONS 19Ns 1199e Houxti w=olttclrFOR] lx.t.insbatlnvtcvl a�snttva;znurot Provisions for the b"fitof COv1`12At'COIt in said direct contract%between OWNER and such utility owners and other contractors. 73. if the proper execution or results of anv part of CQ;M'RACTOR's Work- de aids upon work pertonned by others under this Arficle 7. CONTRAC:ToR shall inspect such other work and promptly report to E\GfNrER in writing any delays, defects or deficiencies in such other work that render it unavadablc or unsuitable for the proper exceaton and results of t'ON TRACTO.R's Work. CONTRACTOR's failure so to report will con%titule An acce-ptanc:e of such other work As fit and Ittorx-T for nntegratiot with GONTRACTOR's Work except tot latent or nonapparent defer;ts and deficiencies in such other work.. C:oordlnarion: 7,A, If OWNER contracts with others for the perfcxmance of other work on the Projc:t at the site, the Rnitow�ingwill be set forth in Supplementary Conditions: 7-4.1 the person, fur or core orntion who will have authority and responsibility for coordination of flu activities among the various prime contractors will Ix idenrifiml; 7.4,2. the specific matters to be covered by such authority And resilo uibility will be aemt&di and 7A 3_ the extent of such authority And responsibilities will be provided. Unless otherwise prcnided in the Supplementary Conditions, OWNER shall have stile authority and responsibility in respect of such coordination, ARTICLE S--C)"'N'ER'S RFSAONMBILITIF-S S.I, Eweppt as otherwise provided 61 these General Conditions, OWNER shall issue all ccxnmumeations to CONTRACTOR through ENILNrEER. 8,2- In case of termination of the employment of ENGINEER, OWNER stroll appoint An engineer against Awn 4204RAgfOR.,-rwaktw-ner,reasonaW, objection, whose .Mus under the formal Documents shall he that of the former FNGTNEER 83 OW'Ni:;R shall furnish the data requircxl of OWNER wider the C'otuao Daemnems p wnptly and stall make payments to CONI RAC'fOR promptN when they are due as provided in paragraphs 14A and 14.13, 5.4. OWNMR's duties in rogxd of prm iding binds and easements and povndrng engtrxtA'ng stuvcyt to establish reference points are set forth in pampna 4 1 and 4.4, faragntph4:2 refers to O%NTsR's identifying And making available. to CONTRACTOR cmpies of reports of explorations and tests of substufacc conditions at the site and drawings of physical crnndinoxls in existing structures At contiguous to the site thativave teen utilized hY ENCITNUR. in preparing the C'onimet Documents. i; S- . -.-FatX'�s7�"»-res;�ttsitrifitiea-in rmpeaY-�+�rsittg and-mat»taiai+fir-Tiataiaib}--a�rtY--irstnue- nre -tea# forthhn paragraphs 53through 5 10, 8.6, OWNER is ohlt�+ated to execute (1claage Older as indicated in paragmpli 111. . 8.7. OWNMR's resp)mihility in re Tvct of certain inspections, tests and approvals is set forth in paragraph 1"A K-S- In connexion with otu, A`b'R's right to vtop 1§'ork or suspend Rork= see paragraphs 13 If)and 151, paragraph 152 dea6 Willi O1'NISR's ri�bl to tenuniate services of (01*4 KAC'i[OR under certain circumstances. It.9. The OWNFiR. shall not supervise, direct or have confroll or authority over, rnx be responsible Sur, CONPRACrOR's means, methocts, techniques, sequences Or procedures of construction or the safety precautions; and programs incident thereto, or for any failure of CgIra"IM"TOR, to comply with Laws and Regulations aappppli�cable to the furnishing or performance of the Rork. F)WNFR will not be responsible far CONTRACTOR$ faihire to perform or furnish the Work in aavrdance with the Contract Documents. 819:---t]M£'_,9eR's responsibility irk respect of-undisolowd "I3a,--P®tratlaum,--FIn aarduas--4Leate--er RadCowwe-Mater" mocoveeed or melded ai the site is .+set-ferrtlrin-�Aa- �: }l `---1d�andty the-rite)tt-6Tthas Fed-to-httitish F�1"£}2t1�f-t)R,._ - -tTnt--€irsttte+aT arrangontetus--have--been -wmade--ta-sMisfy - C)WNGR's er e.L--1)ne tmrnt7L1 v F3T�s responeibiltty-in-raspeut- tfterrof wilT-beas ser fetch n the Supplerttatsary-(;eanditions ARTICLE 9--FMG.TNFER'S VVATUTS DITRUNC CONSTRUCTION OWNER'S 1?4fPrC$MtdfiVe: 91 IN -Kh,ER Will be OIVN R's representative during the cwutruz lion period. The dulm and revporsihiliucs and the limitations of rwthorio, of T7vCiT.NLER as OW:NER's representative dtuvmg construction are set forth in the Contract Lfocuments and shall not N extended without written consent of 0XVIN1FR and F.NGINEE.'R_ HSU$ to Site: 9Z ENUINFER will make visits to the site at intervals wate to the various stages of construction as EER, deems nccc5sary in order to observe as all experienced and qualified design professional the progress F;JCI)CGE;�tt,YiAL CCaM34170R'S 1 `t t 90 (199�7 Eaiiian) ev CITY OF Fort.] �)(UNs admnFt CA'rtans tRry a;zooa) that has been made and the quality of the, various aspects of (X)NTRACTOR's executed Work.. Based to information obtained during such visits and olxiervatiwu, P' GTN"EFR will edeavor for the; benefit of OWNER to determine, in general. it the tl'ork is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make ochatutive or continuous on - site inspections to check lice quality or qua niity of the Work. ENGTI�EE'R's efforts will be directed toward providing for OWNER a great i degree of confidence that the completed Work will conform generally to the. Contract Documents, On the basis of such visits and on - observations. P.N TINhT_R will keep OWNRR informed of the progress of file Work and will endeavor to guard OWNER against defective Work FNMNbPR's visits and on -site obsenationc are subject to all the limitations on ENUMER's authurity and responsibility set forth in paragraph 9.13, and particular)yy, but without liruitstion, clung Of as a result of FNGINBFXs on -site visits or observations of (X)NTR,AG"fOR's Work FNGT,NIEER will nut supervise, direct, control a have authority over or be responsible fear CONTRACrOWs means, methods, teelutiques. sequences or procedures of construction, or the safety precautions and progams incident thereto, ar fat' any failure of CONI TRACTOR to comply' with LaNvi and Regulations applicable to the furnishing or performance of the Work. Project Representative: 9.3. If OWNER and 1 NGINFER ngrea, F:NQlNl9-,R. will. furnish a Resident project Representative to assist GLNEER in�xoviding inure uzittnuncs observation of the Work. The responsibilities and authority and limitations; thereon of any such Resident project Representative and assistants will be as ptovWect in paragrapltF `?; ... >3ta¢ 9,13 and--a+--tha---Suppfeat rrt Conditions of these General Conditiom If OWNER desWates amo.dwr r native or agent to represent OWNER to ilia slur ma � not ENGINEEit's f ottsuTtant agent or employee, €lie responsibilities and authority and limitations thereon of such other person will be as provided in the uppTtttt taryy Eisnc+itietroa 1 UUM 1h..0 of these (left" Coaditiom If the ENGMER furnishes a>*tistants,..rmr f_the O,t,<L,Y1r1t ciee„g,,imntes gR,axezWlT�e orerrt gll ax pries na paragrat 9,3 of the Cineral ('gnLttotyn Thee Re Sentaut+s shallhata the aulfinrity and, hmrtnuons as provided in partgraph 9.13 of the (tenant) CarirJtiais clad s1u311. be suhpcct g mitt Colkmwii 9.31 The Rcpaewattuads dealings in_inattets pdnaoni%to the on site work Will'in ilat T:Nr3TivFi:R wnt-coNTR CT(2& 13ut, tlae Representative will, keep the OWT, ER properly - advised whout such nratters _. 'the l2eau tutive`s dhzrhra s _with siibcontr;actors will only he thrattrh or, with the ftdt err-taledge and _xppraval of the crag 1 fiz;�c� roR. 9:3.? __T)utter,a�mci_12<xlmo�uibiliFies,,_Renresenmtiye will 9. �2_I Sct edhales ___ Review t a _prqgpo 19 s, hedile alai other . hedules p ep 1ul by #It COt�TR4f TOR___att._ ern>:s_ItIY_..... _.. bi ' PNTEER eancernini acaxutabil t, and mceeiDg vit the CON'rRAGPOR-rluch as pn"stluvtion confcre}ces, prow .As mcc{ ngs u�d cUyer_,j_nb,_Ltn,teaeaac�s Arad pray an41 cin.ulate wpm of nrvaukes ul arrey(ings:, 9.3.2 3_ L.irlison ........_..._.............._.. _a 3 ISert•e FTV( r.NB ?R'S liami wnh COBS RWit:: OR ty7kialir urinci t_tg ttanxaerinrmdem g) mist_ the 1 t�*iT I;�G 1'()R in axl�ncliap� tine Ccrttrait.ISatattcnis 23.2.12. Assi�L in obtairyltg front a x adciihai44f....._daai{§.... or_...._infgnigttiat�_.xhetT rcuuired. for Lxo ar_ar execution of the Work. 4. 1111113 ? i 3. se tw1. "t P71:fNTsEiJ� CONTRACTOR of the wmmnnnt of hny 1l'a...rk requiring a Shop_... pmwrrtg.. ,ST =foie i.�qinn if The su m ssi t hm-U heen_rgTMO' ed bX W(;HYJFLL{. Lvt><kr,>sCcitms ana 1 ear, �)=3a.4. L_Cnndust nnsite nhnervatiass of �YtZr�3p ��s to HssisS t}te EN(7j,'QEER in, dctcaminrn ,that the Work iapro_cced aui.attii�nitl�y+tints.. r> ± � 4 i. Acrutn�n� eisitira� uv�xctgrs repfexntia tuLh ya ather a Bides haGui� Jurt`xt+ct cry oEyr (he_f'rcaJecl, rcccvd the results yaf thyso_ mspectiotu a ad telvd to the ri<(ti"�rrn ............. 9.323, lruc7e(ab tf. . _ ('nngact 1Jcx�anents. Repcxt _ [o trINEi;Et _when chnifrcatinrts and intgT% dons of the Contract Tkx^urnrnu__„arc. neeclat_ araci , {xvrtsmit k• of the f'ontract Documents as issued by the £�U1NMR. <i.3.2 6. Mnditi nos. (:onside ruxd valuate _CC)11RAC (?RS atggestians fear w.�r7rTOFFOR r CotJ1 NSMCHlIF,ATlONS(REV 4C(IOU) alodttl4&QOU to L?rt�wutgg, or. bpecclj�opls., VO rcpcit.Ih ,rcXQM_njcq tc>�_to FIv(,CtvFk •'Nclurttrely ,Ir ,asrnrt W i�U'ti1RAC'Tl ck�cisicxrs ia•wat�cl tn- the I�tJ(iLNIiLiR 9.3.2.7. kocords. 2;3.11: Remo, rq?'pts, wi'rmireo .4CSh Durk and of th' __G S CfOR'3 eQnzQtiaJa�e.._+�1ua �ae_pru�a�s ���ii���nd cc�tEt�le c?f__slxap_Lha�ing,,_�!!rl sample sSclaFX#1I�.t$, 9J2,81 tx lt.._k dr _ 't 'N&M._ is q&_gnce pf , schtYhtfina ma�nr_ _tcsGs, iiu ct ons of unr of inl ni Wises of tiie W.Clrk. 3283 llraft nary! Cfutye Orchrs arn! Vr'yNi.� l:)rry�ctaye C'har�cs_ otritstnsng Utackup mylylal tiom tlae_C,CJA7`F'kfl{'1'C?K taxi reccttnntend u� F,.K(JLNhfR (,,hanfe O r_s,,, �5%ork C�irtwtive C1aa ra_,uad told circlets 93284 _Rey(Tt irnrne(*4el to VN')TN=TX stnc (AiNN.R the occcurrmtV of ,:ir1y a4^galent; 91,229, Payment Requests.. evieK at�alic tioau far pa}mleru yyith f �1N�TRAt'1°["?R far wmL�ltance with „tide _osutblisi�ed _prw:cdurc „for Chair embpmton anti faf with recommendtition to SECTION 00020 INVITATION TO BID Date: March 22, 2006 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 2:00 P.M., our clock, on April 17, 2006, for the South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road; BID NO. 5972. 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 the construction of: 1. Reconstruction and widening of approximately %-mile of arterial roadway. 2. Widening of an arterial -arterial intersection (S. Taft Hill Road and Harmony Road). Signal work is by City forces. 3. Installation of a reinforced concrete pipe storm sewer line ranging in size from 36" to 15". Total length is approximately 1,600 linear feet. 4. Full depth asphalt construction with section of mill and inlay. Total asphalt quantity is approximately 6,400 TONS. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available March 24, 2006. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 a.m., on April 4, 2006, at 215 N. Mason, Community Room, in Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. 07/2001 Section 00020 Page 1 vi lNE R atir part Gvlaly_the relationship kit' tt3e--pay'my_ r�'gi!ust�d_fcr tlw cchr�t(Irlt t>f v�luzs, w n}a complgte @tx! LgMjg._and ,(:�f rient W rkretl at, the site lei nor urcoTilgated in the 0.3.2.W. Completion. _ Agfore_ 17vU1 GT1R - issues ;a C prtltic to ul 5gbsttrrtial Completrun, suluuit ITRACI'C)1 ,. a list of (+served uaVc rcuuir ng_c xr lion ol.c�l_et Cor>Duct frml_ illspectiu) in tile cnq�mny�N the h.ti�,INLIy'R,. f,)1kR�IR an_c1 ( C)_NTRAt'TC)R and epare_.a_final listol' atcpts to be unrccte�t �r c�r�t )petal. 9. 3 2.10,3. Observe WA all items urn the $rl liat..hve„1ert carrecteci..nr comppleted and make rewrmumdabans,tcM_.FP1 . ENlr rx)tlCerliing aCCepial7CC 9.3.3. Lani¢ tirnt of Aushorirti The-._e Rgywesesentotite slml3 not: 9 3 3 I. ,Autharize arm c�viations, -from ,the Cul1S(id4L,_�>�Mdtlen g cx acetxat-.@4Y.._..�21•�.C� �13s2[.. llpd4l�#1L 1( ....h}ItI1VCl C1_lrk the fiNG_Ih"1?,F'R, 9.3.3.2. Excxad limitations of E1vGI1kRFilt'S awilaQtity as set iort}t in the [ attrac[ Focarnents 9333 Undertake any of,WTcsno ilitiNs 2G52]L� CQI3 _ a �aapt k ..vr Miff sv t slt t4 z1, o 9..W, A era arst� dac�ts tlasiw to meare, .tit t�xtds _tcFhrucgtc seguences.-or p[Q��tlttr� _,(iZr ksA3t%Stklt4LL t�z61S5.§ �riln „dS syxxCically.cstil4forrn IcCnntEact_Documcrxs 9.3.3.5. ridvisc on_ or irssue _ dirccticuas �. _.. �tnit� -�'et}� p catuUons nr3rl p rgrrm wi i the Work. 931 > o _.Accept Shop ,17raycutgs_, or =Ipk 1nnrCt�s_-fry _vane_ _other than t(tc iN)NTRACT>R, _ 93,37 Audxrnre: OWy''R to _nceupv the \k'tvkin wvlxile or i�xrt. l t 3 b, Participate in, spccialirotl_ fieki ox latxnmtary tells or i�ciions conducted hy_others u?u,Spt as, . ,sfxctfically . au_tltc nz hg the Clarifications and Interprerations: 9A- ENGINEER will issue with reasonable prornpirtcss suchwritten clarifications or interpretations of, the FliC1JCk41m) m/ctt-w` C)i fORr iX)Ltd^u'Y xr(mnlr'q'I10NS tnfF 4^0410) regturemuts of the Contract Documnt (in the farm of Drawings or otherwise) as WGINMER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Document.. Such written clarficttons and interpretations will be binding on OWNER and CONTRACTOR, if OIStNIER cr CONTRACTOR believes that a written clarification or interpretatimi justifies an adjustment in the Contract Price or the Contract Times and the Parties are unable to agree to the amcnal or extent thaco( if any. OWNER or CONTRACTOR may make a written chum therefor a:s prow ided in Article i l or Article 121 Authorized tIr iations in Work: 9.*. E.NCINFER may authorize minor variations in Ore Work from the requinnuents of the Coattract 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 ba accomplished by a Field Order and will he binding on OWNER and also cot CONTRACTOR who shall padorm the Work involved promptly. if OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the CoMrart Times and the parties are unable to a as to the amount or extent thereof, OWN or CONTRACTOR may make a written claim therefor as provided in Article I I or 12 Rejecting Defective Work: 9.6, E NGINEM will have authority to disapprove or reject Work which ENGINEER believes to N defedwe,. or that ENGINEER believes will Ila pnxkwe a completed Project that conforms to the Contract Documents or that will prejudice the integrity ol'the des�gt� concept of the completed Project as a functionng wimla as indicated by the Contract Documents. ENGINEER will also have authority to requite special inspection or testing of the t4crk as provided in paragraph 13.9, whether, or not the Work is fnhricated, installed or completed Shop DrenvinSk Ckmtge Orders and Payments 9.7, lit connection with ENG1NLLWs authority as to Shop Thmvings and Samples, we paragmphq 6 2_4 through 6.28 inclusive. 9's In connection with ls?v(>[h'FERs authtrity an to (']range Orders, see Articles i0, 11, and 12. 99, lu connection with E !"NEER's authority as to Applications f<a Payment, see Article 14 Determinations for Unit Prides 9.10. ENGINEER will ddenttu)c the actual quantities and classifications of 'unit .Price [Stork ptrformed by CONTRACTOR. 1NGINEER wilt review with C'OMICACTOR the ENGINEER's preliminary, determinations an sucin matters before rendering a written decision therecm (by recommendation of an Application 2) for Payment or otherwise), ENGIIvI,El s written daeislon thereon will be final and binding upon C)WVF,'R and CON'TRACTO& unless, within ten days after tine bate of any such decision, either OWN or C'OhrIRAC:TOR delivers to the othcr'and to I1NGINVX-R written notice of intention to appa I from T KG,1NU'Ws decision and (l) an appeal from L�NGFINTERs decision is taken within the time limits and in accordance wilt the procceeluros sat f' rth in. Exhibit GC -A, "Dispute 'Resolution Agreement". entered into between OWNER and C1.7MYRACTOR pursuant to Article 16, or (ii,) if no such Dispute Resolution Agreement has been entered into, a Rirned proceeding is instituted by the appenli party in st forum of rxtmpe"tent jurisdiction to encrcrse such rights or remedies as nett appealing party, may have with respect to EN61NEVR's decision, unless otherwise Nraed in writing by OWNkft and CON i'RAMR. Such appeal will no be subaact to the procedures of paragraph 9.11, Ded,Woas on Alspates• 9.11. ENCrti4laER wall be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder Clahns, disputes and other matters relating to the acceptability of the Wok or the iitnpremticm of the requirements of the Contract Documentspertaining to the performance and banishing of the Work and claims under Articles I I and 12 in respect of duatges in the Contract price or Coirtract Times will be refenrid initial to ENGINEER in writing with a request for a formal oision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the c]aimam to ENGINEER and ##- other ppaarty to the Agreement promptly (but in no event Maur darn thirty days) after the sutra of the occurrence or event giving rise therero, and written sulvottinng data will be submitted to lNGINEER ttncl the other party within sixty days after the star of such occurrence or event unless ENGINEER allows an additional period of time for the sub mission of additional or more aaxirate data in support of such claim, dispute or other matter The o party shall submit any response to E1 OMFI R. and tl imant within thirty days after receipt of the claimant's last submittal (unless M4GINEHR allows additional fine). ENGINEER will reactor a formal decision in writing within thirty days after receipt of the oppnst'I par(y's submittal, if any, in accordance with this paragraph. ENGINLER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGLwEERs decision is taken within the time limits and in accordance with the Pocedures set forth in EX1ilE9If GC-A."Dispute Resolution Agreement", entered into between MM"MR and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entetod into, it written notice of inention to appeal from ENGNTiER`s written decision is delivered by OW.NIt or t"ONTRAC7OR to the (there avid to EET GNEM- within thirty days oiler the date of such dacisiot and a rotal proceeding is instituted by the appealing part), in a forum of oxompetent jurisdiction to exercise such rights or remedies as the appealing party may have with re, rt to such claim, dispute or other matter in accordance wi�applicable Laws and Kegukttions within sixty- days of the date of such EJC0C rG2$RAl C0NPJT)0 S 1919-80"OLd1100 22 w, C 1 FY OF FCrt r M,13 r NS MODTFICAIJW7 QAFV 4200o) decision, wtlem othzmicc agreed in writing by OWNL,,R and CONTRAt'TOR. 912, When frmctioning as inter it tor and judge. under paragraphs9.10 and 9,11, EN01MR, will not show iutlity to OW.MiR or CONTRACTOR and will not be le in ecinnectiom with any interpretation or decision etxlea ul iragatd faith ut s ch capacity- The renderar of a decision by ENGINEER pursuant to paragraphs 9.10 of 9.11 with reipect to arty such claim, dsputc or other matter (except any which have Icen waived by the making or acceptance of final payment as provided in paragraph 14.14) will be a condition precedent to any cXercisw by t�3�X�i f i.R one CfJvTRIaC'TOA oP starSt tight or remedies as either may otherwise have under the Contract Doeumetus or by Laws or Regulations in respect of any such darn, dispute or other matierpertx+snt to A+ rtit4o-1H_ 9,13, Lanitations on i:W;1NEER'r Aarho+rity anti Responsibift , 9.13.1. Nether ENGINEERS authority or responxi ) Ir under this Article 9 or under anyy other provision of the Convect far ct merits no any d xisitm made by ENGINEER in good faith either to exercise or not examise such audwrity or responsibility or the undertakinttgg, exerase or performance of any authority or responsibility by ENGINEER Stoll create, impose or $$ttve rise to any ditty owed by ENGINEER to CONTRACTOIR wry Subcontractor, any Supplier, any other person cr organization, or to any sarery for or employee or agent of any of them 913.2 ENGJsNEER will not supervise, direct, contrat or have authority over or be- rogx-i sibile for CONTRACTOR'S memis, methods, techniques, sequences or procedures of construction, or the safety precautions aril programs incident thereto, or for any Marc of 03NT RACTCIR to comply with Laws and Regulations applicable to the furnishing or performance of the Work, ENGINEER will not be responsible for CONTRACTOWs failure to perform or furnish the Work in accordance; with the Contract Documents 9,13.3 ENCiINFJ-,R will not be relltmsible for the acts or omissions of CONTRAcTOR or of ariv Subcontractor. any Suplif er, or of any (Aber person or crganirafiom performing or furnishing any of the Work, 9It - ENUI; tEL;R's review of tlx tnizl Application for Ira}tent and accompanying dkvitmenuition and all maintenance and opciating instructions• scliedules, guamitteeti, Bonds and certificates of aispection, tests and approvals and other documentation required to be delivered by paragraph 14.Il will only be to determine generally that their amten complies with the requirements of, and at the case or certificates of insxc:tiow, tests and approvals [hat the- results citified indicate cornpliance with. the Contract Documents 9.13.i±- The limitations upon authority and responn brily set torth in this paragraph 9,13 shall also apply to ENG.P.NrEls Consultants, Readeni Project Represearimve and assistants. ARTICLF IO—CIiANCESINT[IE: WORK 10.1. Without invandatu iltc Agrecnnent and without notice to any surety, OWN iR may, at any time or front time to time. order additions, dektianas ar revisions in the Work_ Such additions, deletions m revisions will he authorized by a Written Arnendment, a C.bangc Order. or a Work Change Directive ljmn receipt of any quell document. CONTRACTOR shall promptly proceed with the Msk involved which will be performed uncle' the applicable conditions of the Contract Documents (cxecpt as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are urmble to Wee as to the extent„ if any. of an adjustment in the Contract price or an adjustment of die Contract Tuns that should he allowed as a result of a Work Change Directive, a claim may he mark therefor ai provided in article I I or eVticfe 12. 10.3 CONTRACTOR shall not be entitled to an increase in the Contract price orT an extension of the Contract imes with respect to any Work perfumed that is nta req^c�uired by the Contract Documents as amended, modt6ed and supplemented as provided in paragraphs 3 5 and 3.6, except an the case of an emergency as Provided in pnraMph 6.23 or in the case of uncovering Work as provtdc4 in paragraph 13.9_ I04_ Okk--NPR, and CONTRACTOR shall execute appropriate Change Orders reconnmended by E:NCIINEER (or Written Amendments) covering_ 10A.1_ changer in the Work which are (1) ordered by OWNER pursuant to paragraph I0.1. (ii) required because of acceptance of dejectiw WA under Paragraph 13,13 or correcting akfecrive Work under paragraph 13.14, or {iii) agreed to by the pard"; 10.4.? changes in the. Contract price or Contract Times which are agreed to by the parties, and 10,43 changes in the Contract price or Contract Times which embody the substance of any written decision rendercd by E v 1 LVEER pursuant to paragraph 9 1 1., provided that, in lieu of exccuang any such Change Order, an appeal may be taken from any such decision in accordance with the pxovisioms of the 'c ntruct l)ocumoatM and applicable Laws and Regulations. but during any such a Ir Ci1_� fRAc'roR shall wary on the \Voaio and solo to the prcogtress schedule as provided in paragraph 6,29. 103 5. If notice of any clrmtge affecting the general scope of the Work or the provisions of the Contract Documents �'JCaC.QEMAu.contnrnousisIo-s(1vvaGo 'Al) ea/ CI TY OF F0Rr t Y31,JJ',- 5 hfi74?tFl r'477t93-0ti tRI7V AiZbQe) (including, but nct broiled to, Contract Price c'a' Contract Times) is required by the provisions of any Bond to be given to a suret�yy the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. AWICI E 11--CIIANiGE OF CONTRACT PRICE 11.1. The Contract Price ooratitums the total oompernsittiorn (subject to authorized adjusmterts) payable to CONTRACTOR for performing the Work. All duties, iosponsibililies and obligations as to orundctixken by CCSNTRACTf OFt slw[t bo nt COACTORs expense without change in the Contract price 11,1 The Contract pricc may only be charged by a Change Order or by a Written Amendment, Arty Claim far an adjust ng in the CMMct price shall be based oil written notice ticlivered by the party making the claim to the other party and to ENGINIMR promptly (but in no event later than thirty days) after the start of the occurrence of event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supp cirung data shall be delivered within sixty days after the start of suet occurrence or event (unless ENG1N ER, allows additional time for claimant to submit additional or more accurate data in support of the claim) and sherd he, acoomnpanted by claimants 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 mall be determined by ENGIN ER in accordance with paragmph9.11 if Oky''1dER and CONTRACTOR cannot otherwise agree on the amount involved, No claim for tin adjustment in die Contract Rricr will be valid if not sulunitted in accordance with this paragraph 11 2, 113_ '['he value of any Work covered by a Change Order or of arw claim for an adjustment in die Contract price. will W dgtemuned as 1a11rncs: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by eapplication of such unit prices to the tluantities of the items involved (subject to die provisions of 23 paravaphs 11 9,1 through 11193, unclusive) 11.32. where the Work involved is ttol covered by unit prices contained in the Contract Documents, by it mutually ag7cmt payment basis, including lump sum (which may incltrle an allowance for overhead and profit not necessarily in accordance with fxaagtaph 1162), 11.3.3, where the Work involveci is twt aovrrul by utn,t prices contained in the C°omract Documents and agreement to a lump sum is no reached under paragraph 1 1 12, anthe basis of the C: w of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a t ONTRACTOR'% tee for overhead and pro,&t (determined as provided in paragraph 1 1.6), Cast of fire Work. 11.4. The term mast of the Work means rite sum of all costs necessarily incurred and paid by CONTRACTOR in the props' performance of the Work.. Except as otherwise may, be agreed to in writing by OWNER, such costs stall be in amounts no higher than thou prevailing in the locality of the Pwjeer, shalt include only the followins items and shall not include any of the costs itemi?rd in paragraph 11.5- 11_A. Payroll cry for employees in the direct employ of C'C)1*JRACTOR in the performance of the Work under schedules of job elassificatimas agreed upon by O7 VNMR and CONTRACTOR. Such umphoyoo 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 of the basis of their time spent of the Work, Payroll costs shall include;•but-net he limited to: salaries and wages plus the cost of fringe benefits which shall include social security con ributiots, unemployment, excise and payroll taxes, workers` compensation, health and-tetiretment benefits; -bonuses; sick hove weeietranA-het apt livable thereto. The menses of performing or after regular working hours, on Saturday, Sumky or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.42. Cost of all materials and equipment furnished and incorporated in die Work, imluding costs of transportation and storage thereof, and Suppliers° field services rccui,red in connection therewith. All cash discOUntS XIIH11 accrue to CONTR.AC",'TOR. unless OWIMMR deposits fluids with CONTRACTOR with which to make payments, in which case thecash disCtmts shall accrue to OWIv"ER. All trade disco eats. rebates and refunds and returns from sale of sugAus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11 43 payments made by CC)NTJI ACTO1i to the Subcontractors for Work performed cx furnished by Subcontractor if required by OWN'FR. 24 EhU CeF.'a13ItA4S4?at?tlt(3hA IMM(1A9QEeAtipn W 0 r A OF FORT ('gLJ.I NS bfC#)nlC'Al'tf7NS (R1iy'dRaam] CCJN'f! AC:TOit shall obtaui competitive bids Ginn Sub contracfors acceptable to ON"T311 and CONTRACTOR and shall deliver such bids to i iWMR who will then determine, with the advice of ENGIN''T'l-a which bids, if any, will be acceptor if any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Alms a fee, the Subcontra us s Covst of the Wok and fee shall be determined in the same niamner as CONTIZACTMi Cost of the Work and lee as pprrovided in paragraphs 11A, 11.5 , 116 and 1.1.7 All subcontracts shall be subject to the other provisions of the Conhnct Documents insofar as applicable. 114 4. Coats of special namaaltartts (including but not limited Rn engineers, architects, testing laboratories, stnve'}un, attorneys and accountunts) employed for services specifically related to the Work. 11.45. Suppicrucnial costs including the following: 11.415.11 The properrtion of t>eos�ry tmnsponmion, trade and subsistence expenses of CONTRACTOR's employees incorrect in discharge of duties connected with the Work. 11A5.z. Cost, including transportation and maintenance, of all materials, supphM equipment, machinery, appliances, office and temporary Ilrciliner 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 o€such items used but not consumed which remain the pro ti rty of CONTRACTOR_ 114.5 3, Rentals of all construction equipment and machinery and the parrs thereof whether rented from CONI' RACE OR or others in aocordance with rental agreements approved by 0kV NLR with the advice of ENCrINEER, and die WSIS of transportation, loading, unloading, tnstallaticn, dismardlitlg 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 arse thereof is no longer necessary for the Work. 11.4.3.4, Sales, consumer, use or similar taxes related to the Woak and for which CONJRiACPAA is liable, imposed by laws and Regulations. 11.45.5. Deposits 109 for causes otter than negligence of C ONfRACTOR, anv Subcontractor or anyone directly or indirecgly employed by anv of them or for whose acts any of there may b liable. and royalty payments and foes forperm Its and licenses, 11.4.5.ci. Losses and damages (and related expenscsj caul by damagee to the Work, not compensated by insurance at otherwise, sustainer by CONTRACTOR in connection with the performance and furnishing ot' dw Lv2uk (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with pmragraph5.9), provided they have resulted from causes other thin the Ilegglige ce of CONTRACTOR, any Subcaurac:tor, or anyone directly to inchrcctlp etmplcw ed by any of thew or for whose acts cow of them may be liable. Such leases stall include settlements made with the written consent and approval of OWNER. No such lasses, dnmages and expenses shall be included in tie Cost of the Work for tire purpose of determining. OONTRACCOR's het. if, however, any etch less ar daintige requires reconstruction and ("'O 1TRACTOR is placed fit charge thereof CONTRACTOR shall to paid tiv nicer a fey proportionate to that stated in paragraph 11,621 I1 A.5.9. The cost of udhuids, fuel and sanitan, facilities aI the site. 11,4.5.8. Mince expenses such as telegrams, long distance telephone calls, telephone service at. the site, expressage and similar petty cash items in connection with the Work. 114,59 Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The tern Cost of the Work shall not include any of the following. 115.1. payroll casts and other compwn&rtion of CONTRACTOWs oflta4rs, executives, prineipals (of partnership and sole proprietorships), general managers, engineers, architeem estimators, attorneys, multors, accountants, purchosirg anti contracting agents. expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal ur a branch office for witeral aditmusration of the Work and to specibealty included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically cowered by paragraph 11.4.4--al1 of which are to be considered administrative cost, covered by the CONTkACTOR's fee. 11.5.2 Expenses of 4'ONTRACTOR's prmcip al and branch offices other than 0ONTR4CTOR's office at the site. 115.3. Any part of CONTRACTOR'S capital expensm including interest on COO J't AC O R'S capital employed for the Work andd charges against CON`1'RAC'TOR for delincluent payments. 11.5A. Cost of premiums fay all lkaids and for all insurance whahex or not CONTRACTOR is redpuircd by the Contract Doctmients to purchase and maintain fire same (except fur the cost of premiums covered by subparagraph 11.4.5.9 above). 1,00)Cut-WRALCut;6t7 ONS r9145 t1990 FdFi,al W M Y OF FORT' txrLLtN.S {.it7DFFi CAT1a7NS ti2YSl' r 20t4D 11.5 5. Cats clue to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by anyy of them or for whose acts any of them may be hable, including but licit limited to. the correction of ekkfective Work, dts sal of materials or equipment wroigl_y supplied and making good emv damage to property. I3.a. Other overhead or general expense costs of arry kind and tie cuts of may item not spectriwily mid c\iiressly included in paragraphs I IA 116 The CONTRACTOR's fee allowed to CON ACTOR for overheat[ and profit shill be determined as tollcows: 11.6.1. a mutually adxM)table fo:edt fee, or 11.6.1 if a fixed lee is nut agreed upon, then a fee (rased on the Joillowin percentages of the various portiars of the Cost of L Work: 11.6 21. for costs incurred under paragraphs 11.41 and 11.4.2, the CON1'RAf 'OR'sfeeshallhefifteenpercent, 11 A2 2, for costs incurred lacier paragraph 11A.3, the CONITRACTOR'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 IIA.I, 11.4,22,. 11.4.3 and 11-6.2 is tat the Subcontractor who actually performs or ftimushes the Work, at whatever tier, will le paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 1 I A.2 and that erg lather tier Subcontractor amid CONTRACTOR wilt each be paid a fee-4-1i perue ti of the enreturt paid. to the -mitt -lower tier-Subeonhaetee; W bg_n t- Iligt'94bi A I I.S?W.I I� S1i41 S ? 6_v ultprcent of the amo u t pal h to the nt 5t lotvgr Iit91x.'�fita�t9t 11.6.2A no fee shall be payable err the basis of costs ikaniwd under paragraphs 11.4 4, 1 1 A5 and 11.5: 11.6,13, to amount of credit its be allowed by CON] RACTOR to OWNER for any chatt�c which resuhs in a net decrease in east will le the amount of the actual net decrease in cost plus a deduction in CUM R ACTOR`S pee lit, an amount equal to five percent of such net dzcrea.u; and 11.6.2.6. when both additions and credits ure involved in anv aic di a ge. the adjustment in CONTRACTOks fee shall be computed dal time basis of the net change in accordance with paragraphs 11 6 2.1 through 11.6.2 s, inclusive 11_T Whenever the cost of any Work is to be M0131lueel pursuant to parvaphs l IA and 11,5, CONTRACTOR will. establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to F,NG[NFFR an itemized cost breakdown together with supporting data. f'nsh allerovrnees: 11.8. It is understood that CONTRACTOR. has included in the Cemtract Price all allowances w named in the Confrsot rtoeu moms and shall cause the Work s<7 caxwred to be famished mil performed for such sums as may be aeceptnbleto Otir'NiiR and GNt,1NI,FR CONTRACTOR agrees that: I1.8.1 the allowances Include the cost to CONTRACTOR (leas arty applicable bade discounts) of mauuials and equipment required by the allowances to be delivered nt tdto site, and all applicabic taxes, and 11.8.2. WNITRACTOR's costs for unloading acid mantling on the site, labor, installation costs, overhead, profit and other expenses contemplated Tier 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 apprc�ufate Charge Order will be issued as t x amnended by Eh GINNER to reflect actual amounts due CONTRACTOR ai accountof Work covered by allowances, and the Contract Price shrill he correspondingly adjusted 11.9. Unit FWce Work: 11,9.1. Where the Contract Docurnentsprovide that all or prat of the Work is to be Unit Prior We initially the Contract Bice will be deemed to include for all Unit Price Work an amount equal to the sum of the establislted unit prices fir each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of paeans of Unit Price Work are not guaranteed and are solely flu the purpose of comparison of Bids and determindna an initial Contract Price. Detennitations of tie acwal quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by FNG1hT17-R in acconlanc,- with pam� aph 910. 11.9.2. Fach taut price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CON7RACTOR's overhead ani profit for each separately identilied item 11.93.OW Ink or CONTRA FOR. mat, make a claim for an adjustment in the Contract Price in ace mlvvtce w7dt .lrtide 11 if. 11 9,11. the quantity of arty item of Unit Price Work performed by CONTRA( -MR differs materially and significantly from the tstinated quantity of such item indicated in the Agreement; Errix IVNERAt,cQNrAlTWfs 1940.8 1r§5c fsd(urt} 20 w Uhl OF RAO COLLINS h WIFICATTONN(arP4?Oao) and I 1 9.3.1 there is no corresponding adiusunent with respect to any other item of Work: and - 11 9,3:3. if CONTRACTOR halievcx list C''OVTRACTOR is entitled to an increase in Contract Nee as it result of having incurred additional experrnse or OAVT"R relieves that O1 WFR is entitled to a decrease in Contract Price aril the parties are unable to agree as to the amtxtm of any such increase or decrease. 11.9,3.�.TR C lOR acknottl4es_that the itW' fER has, the, n ht tih ncfd or delete items in the 13id or c u e annties_at OWNd1;R'S sole cfiscrotion without affectn � C.ontta t Prig: of any remaining.jtepn.. so long its. the delerion or addahwh does not exceed lwents f l e percent of Or.org'rnal total (;charnel Price. ARTIGIX 12--CHANGE OF CONTRACT TIMES 121, The Contract Times (or Milestones) may only be changed by a Charge Order or a Written Amendment An cfaiau for an adjustment of die Contract 'Ginter (or tvfi=) shall be hawed on written notice delivered by the party making the claim to the other party and to UNGiNKER promptly, (but in no event later than thirty days) after the ocaurznoa of doe euntt ggiving rise to the claim and stating the general nature of doe claim. Notice of the exunt of the claim with supporting data shall be delivered within sbq dayys after such occurrence (unless FNGINfiER allows additional time to ascxttain more accurate data in support of the clairn) and shall b: accompanied by the claimant's written siatcmtent that the adjustment claimed is the entire adjustment to whioh the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Conrad Times (or Mileatones) shall be determined ha LNGINI.rF:R in accordance with liaragrap h 9.11 of OIANT R and CONTRACTOR cannot otherwise agree. No claim feu an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accclrdtmce with the requirements of this paragraph 12 1. 12.2. All time limits stated in die Contract Documents are of the essence of the Agreement 12.3. Where CONTRACTOR is prevented fron completing any part of de Work within the Contract rimer (ix Milestones) due to delay beyond the control of CONTRACTOR the Contract Tinnes (or Mil :,tones) will he extended in an amount equal to time lost dace to such May if a claim is made therefor as provided in par �gra h 121, Delays Ixyoncl tine control of CONTACTOR shall include, but not be hmitud to, sets or neglect by OWMER, acts or neglect of utility tnvners or other contractors performing other work as conuniplated by Articic 7, fires, floods, epidemics, abnormal weather conditions or acts of God Delays attributable to and within the control of a Subcontractor dr 3nlotier shall N a deermxl to be delays within the control of COhl R ACTOR.. 114. Where CONTRACTOR is prevented from completing any part of tFn Work within the Clmtmet Times (or Mdestones) dote to delay beyond the control of both OWNIER and C"CONTRAC'fOR an extension of the Contract Tines for IMilesto es) in an amount equal to the time lost due to such delay shall he C'ONTRACTOR's sole and exclusive remedy for such delay. In no event shall O'rA'NER be liable W. CONTRACT(AR, any Subccwuractor,. any Supplier, any other plerson or organization, or to any surety for or employee or agent of any of them, for danhages arising out of or resulting fron (i) delays caused by or within dx+ control of the C ONTRACI'OR, or (hi) delays beyond the control of b oth parties includine but not limited to, fires, [leads, epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other contractors p erformi g other wank as contemplated by Article 7, ARTICLE 13—TESTS AND INSPI':CTCONS; CORRECTION, RMOVAL OR ACCWtA.NC'F OF DEFECTIVE.' WORT: 11L NoleeofDefects: Prompt notice of all dejk ive Wok of which OWNER or UNVINFER 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 Woo*., 13.1 OANI ER, ENCANi1i1.2, LNCk INJsI R's Consultants, other representatives and personnel of (:)W'NHR. itdependett testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at seasonable -limes for their observation inspecting and teslitV, CONTRACTOR "If provide than ptaper and safe concktiats for such access and advise thein of CONTRACTOR's site safety procedures ures and programs so that they may comply therewith as applicable. Tests and Inspections• 13.3. CONTRACTOR staall give E-Nt:rINEER, thnedy notice of readiness of the Work for all required inspections tests or approvals. an([ stall cooperate with inspection and tasting personnel to facilitate requiredinspectuins or tests t 3.4. O'kVNI-, t shall employ and Ivy'for the services of an independent testing laboratory to perform all inspections, teas, or approvals required by she Contract Documents except. 134,1 for inspections- tests or approvals covered by paragraph 13.5 below; 13.42. that coasts incurred in connection with tests or inspections conducted pursuant to paragraph l ) F-JG1?CY;Eb±!~ItAL CpNGM'nOtas 19194 0999 F(si m) col C11Y OF PORT CYll.t,l;vti 41(1DIF1 C.471f>rdti tRlri' 1210il below shall he paid as provided in said pamgniph 1.1.9; and 13.43. as otherwise specifically provided in the Contract Documents, 13.5, if haws or Regulations of any public body having iatiWiction require any Work (or part diereot) slxcifioally to be inspected, tested or approved by an cmployce or oth a iepresaitative or such public body. C(1NTRACTOR 4ioll assume full rmpomibility for arranging and obtaining such inspecti)ns, tests or approvals, pay all costs in connection therewith, and famish p NGINFER the required certificates of inspection, or apptoval, C'Oiv'TPACTOR shall also be responsible for arranging and obtaining and shall pry all costs in connection with any inspections, tests o i approvals required for CJVVNER's and FNGINEER's acceptance. of materials or equipment to be incorporated in the Words, or or materiairs mix designs. or a Ipmmem submitted for approval prior to CONTCTOR'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 withtout written co ncmrunce of UNGINLER, it miter, if requested by lllvUMNUER, be, uncovered for observation_ 13,7, Uncovering Work m Kovided in paragraph 13.6 shall be at CCAN'I'RtC.iOR's. expense unless CON7 RAC"rOR has given I NGUNTU"R timely notice of CONTRACTOR'S intention t1 cover the same and ENUI:' IUR hasnet acted with reasonable promptness in response m such notice, Uncovering Work: 13.8. If arty Work ei covered contrary to the written request of bNC,I.vEER, it must, it requested by ENGINEER, be uncovered for ENGIIvEER's observation and telzlaced at C(.)NTRACTORs expense - BA IfENCHNEER considers it necessary or advisable that covered Work be observed by EN(31M-ER or inspected or tested by others. CONTRACTOR, at ENGINLMs request shill uncover, expose or otherwise make available for obsm. ation inspection or testing as Eo,G]NEER may require, that portion of the Work in question, fumi'414 all necewary labor, material and equipment. If it is found that such Work is tkfeclive, (:'C)NfRAC'1'OR shall pay till claims, 'risk, loses and damages caused by, arising out of or resulting from such uncovering, e p osure, observation, inspection met testing and of satisfactory replacement or recomstntcasar, (including but not limited to all coats of repair of replacement of work of others), and OWNER shall. be entilded to an appropriate decrease in the Contract price, and, it' the parties are unable to agree as to die amount thereof may make a claim therefor as provided in Article 11, If however, such Work is net found to be ckfrctna, iY)NTRACTr)R shall be allowed an increase in the Contract price or an cxtemsion of the Contract 'Times (or Milestones), or both. directly attributable to such 27 uruavering, exposure, otsexvuhcn, auptachon, testing, replaOxmviv and reconstructor: and, if the parties ate unable to agree as to the amount or extent thereof, c'OMIZACTOR may make a claim therefor as provided in Articics i I and 12 U11AE:R,lfctvStop the plink: 13AII If the Work is chfecave, or CO'W ACTOR fails to supple sufficient skilled workers or suitable materials or equipment, or fails ai furnish or perform the Work in such a way that the completed Work, will confirm to the Contract Documents, OW'NFR may order CONTRACTOR to strr�pp dre Work, or any portion thereof, until the cause forsuelt order has hee,n efimfiratedt however, this right of OWNER to sto the Work shall not give rise to any duty, on the art of 0VNt-,R to exercise this rift for the benc£it of CONTRX"'f OR or any surety, or other party. Cot recrlare or Rearmvt! of Defeerlve 1 M*a 13.11 _ if required by I NGINEW, COlNt9'RACTQR shall promptly, as directed, either correct all eiefeeave Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by L NGINEFi`R, remove it from the site and replace it wilt Work that is not &fectrve. CONTRACI'()R shall pay all claims, coA& losses and damages caused by or resulting from such correction or removal tinchading ten not limited to all costs of repair or replacement of work of o dwrs). 13.12. C.orrecrionPeriod• 1112.1, If within cue- two years after the date of Substantial Completion or such longer period of time as may be prescribed Laws or Regulations or by the tcrms a£ any ap.tica ale special guarantee required by the Ctrmract Documents or by any specific provision of the Contract Documents, any Work is found to be ,Pfectivg CONTRA47OR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such rkrfzcave Work, or, if it has been, rejected by OWNER, remove it from the site and replace it with Work that is not cklectrue, and (it) satisfactorily cameo or remove and replace any damage to other Work or the work of others resulting thermkom. 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 dame OWNTER mar have the tirtfecave Work contacted or die rejected Work removed and replaced, and all claims, costs. lcrsws and dosages caused by or resulting &ors such removal and r plautrnent (including but not luniled to all costs of repair or replacement of work of others) will be paid by C'o%,'rRA(TfOR. 1.312.2 In .racial circtunstances wherre a particular item or equgntent is placed in continuous service Irefarc Substamurl Completion of all the Warp:, the correction period for that item may start to run from an earlier date if so provided in the *cifications or by Written Anenchnent. 13-12.3. Where *ficfi+e Work (and damage to other F;JUDC 0UNMAL 40NIATIU tS1910-8tl"aGi40mi ev: t9 1} pF FOR F C01 JA N5 MODIFICATIONS (RGv 4f200(a Work resulting thentittm) has been corrected, removed or replaced un&r this paragraph 1112, the correction petiod hereunder with respect to such Work will be extended for an additional paiocl of erac"#w after such correction or removal and replacement has been smisfiactorily ctmipleted.. .Ieeeprance 0j'Dejecrive 16'nA.: 13,13. If, instead of icquu atg cotrecxion or removal mid Mpiaoement of defective Work, OWNRR (anti, prior to FNGI':NTER's recommendation of final payment, also INGIN'E.HR) prefers to accept it, OWINtCR may do so, CONrl RACTOR shall pay all claims, casts, Icx.�scs and dama2cas attributable to OW;'NEW9 evaluation of and determination toaccept such ciafecfive Work (such costs to be app oved by LNGINI CR its to reasotablcno ). If any such acceptance occurs prior to FiNGI1NI VWs 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 Comma price, and, if the parties are unable to agrcc as to the amount thereof, OWN Rz may make a claim therefor as provided in Article 11, If the acceptance occurs after such recommendation• an appropriate amount will be paid byC'C N'i12A(I1'(,)RtoOWNER . 0UNERA kv Correct Defective H'ork: 13,14. If CC)N'1'RrN("rOR fails wigdn a reasatable thne after wrinen notice from KNGINEFR. to correct defectim Work cr to remove and replace t€ wted Work as required byy� liNGINMR in accordance with paragraph 13.11, orif CONTRACTOR fails to perform the Wotk in aveordanco> with de ('.omract Doctimetm, or il' MNTRACTOR fails, In comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deeftciemy, In exereisatg the rights and remedies under this paragraph OWNER shall proceed expeditiously, In connection with such corrective and remedial action, OWNFiR may exclude CONTRACI'QR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACtl3R's services related thereto, take possemon of CX)NTRAM'OR's tools, appliances, corstrucum equipment and machinery at the site and incorl.vrate in the Work all materials and equipment stored at 4tc site or for which OWNER has paid CO NNTRACT(M but which are stored elsewhere - Ct)NPTILrNCfC1R shall allow MWER, OWN IR's representatives. agents and enrpplmees. 0ANNER7s other contractors end ENGINEER mad ENGINREIVs Consultants access to the site to enable 0ANNER to axarcise the rights tad remedies tinder IhCs }rmrag'aph. All claims, costs, losses and damages incurred or suAainW by 0W NI R in exercising such rights and remedies will he charged against CONTRACTOR and a Change Order wilt kw issued incorporating die necessary revisierts in the Contract. Documents; with respect to the Work, and (Ab1N'FR shall to entitled to an appropriate decease in the Contract Price, and, if 1hepar tits are unable to agree as to the aunomtt thereof, OA4'NFR may make a claim therefor as provided in Anicic I I. Such claims, coats• losses and damages will include but not be Unite d to all costs or repair or replacement of work of others destroyed or dam' red by correction, removal or replacement of CC>N'RACP'OR's dyfactrve Work- CONTRACTOR shall not be allowed an c,.dension of the Contract Times (or .Milestones) because of any delay in .performance of the Work attributable to the exercise by OWNER orOt1:NE12s riglits anal remedies hereunder. ARTICLE 14—PAYMF.MrS TO C ON7RAC TOR AND COMPLETTON Schedule of i''alites: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGIN=3 . Progress payments on account of Unit Price Work will be based on the number of units completed. Alyrlicarioa forProgreasPaytrteait 14.2, At least twerity days before the date es iblished for each progress payment (but not more often than once a month), CONI`RACTOR shall submit to IiISGLNTM- for review an Applicalion for Payment filled out and signed by CoNTRAC.'OR covering the Work completed as of the date of the Application and accompanied by such suppotting documentation as is required by the Contract Documents if Payment is requested on the basis of materanls and equipment not incorporated in fate Work but delivered and suitably stoned at the site or at another location agreed to in writm& the Apptio-ationn for Payment shall also be accompanied by a bill of sale. invoice or odwr documentation warranting that OWNER has received the materad-, and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate properly insurance and other arrangements to protect OW s ER's interest therein, all of which will be satisfactory to OWNTER. The nmmant of retainnagc with respect to progress payments will be as stipulated in the Agreement. Arn_funds tluare w tilhgW by, `AINE.4 shall pppt bcgect to slhbstitution the COMIRr�Cl OR with :zcurnhtxs %any. sr ,,,ent4 imoLm%.lgn gaPr9 ti^ tx cusUxiiynnghtp _ BY caecutipg the appUc�titm for paymc�nl torinyttx C ONTD1 NCTQR q�ppssly wmvcs h s nglit f5,tlpe lxncl is cif i`'chxa k Revised sifltut s, _Sect ion ^4'>l-dill, et seq, CY)NMICTORS Warranty of Title: 14.3. CON TRACTOR 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. Reviem of Atipllcations forProgresxi Payment: 14A. ENGINEER will. within ten clays after receipt of each Application. for Payment. either indicate in writing a. li3C17C GHd•ttidtA4 C7uah'C)ppOtd5 ! 91b� pgwO l?cffitban? wl CITY OF FORT CY)LUI M MODIMCATIONS (REV 4,2000) reaxumendation of psaymml and present the Application to OAVINMR_ or return the Application to L ONI TRAC"FOR indicating, in writing. ENGINEER's reasons for refusing to recommend payment. In the latter case. CONrRICTOR may make the necessary corrections and resubmit the Application fern days after ppresentation of the Application for Payment to OWI+iER with sFNGMpks ec nunwulaUon, the amount recommemled will (subject to tlic provisions of the last sentence of paragraph 14.7) become clue and when due will be paid by OkVNLR to CONTRACTOR. 14.5 1,NIGINPkR's recommendation of anv payment requested in an Application for Payment will cntist tune a representation by BNOINEEIR. to OWNER, based on INIMOINlihWs on -site observations of the executed Work as an espenienced and qualified design professiomd and on h'NGINEF,R's review of the A rlication for Payment and the accompanying c4tta armd sclxshtles, that to the IVA of f NGINIHER's knowledge, information and belief, 14.5.1. the Work has progressed to the point indicated, 14.2the 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 ee�puanti ies and classifications for Unit Price W rk under Paragraph 9.10, and to any other qualifications stated an the recommendation), and 14.53the conditions precedent to CONTR rTOR's being entitled in such payment appear to have two fulfilled insofar as it is CNGINEEWs respxmsibiIJty to observe the Work. However, by recommending any such payment ENOI3> FER will not thereby be deemed to have represented that: (a) exhaustive or continuous on -site motions have been made to check ilia quality or the quantity of die Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (h) that there may not be other mutters or issues between the parties that might entitle C.'ONfRAc!fOR to be paid addiitiotatlly by OWNER it entitle O"%T-R to withhold payment to CONTRACTOR 14rc E:NGIXF:ER's recommendation of any payment, including final payment, shall not mean that ENOf til,F:R is responsible for CONTRAC,TOR's means, methods techniqques, sequences or rocedums of construction, or the safety pn arnuti x s and programs incident thereto, or for am failure of CO\gRACTOR to comply with Laws and Regulations applicable to the, famishing or performance of Wok, or for any failure of CONTRACTOR to perform or furntish Work in accordance. with the contract Documents. 147 FNCO [NUER may refinse, to recommend the whole or any part of any payment it, at EhGLNEEWs opinion. it would he inxrreot to make the representations to 29 OWNER, referred to in paragraph 14 5. ING INFER may also refuse to recommend any such payment, or, because of subsequent]), discovered evidence or the results of subsequent irspeeti<n% or tests, nullify any such payment previously recommended to such extent as may, be necessary in I NGMER's opinion to protect OWNER Cram loss because: 14.7.1, tlhe Work is defective, or completed Wort: Jim been damaged requir rig correchdn or i eplacenterit. 14.7:2. the Contract Price has been reduced lry Written Amendment or Change Order, 14.73- OWNER hae been requiredto correct defecive Work or complete Work in accordance with paragraph 13,14, or 147A. D�UINIRFR tins actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNFR may refuse to make payment of the yell amcnint recommended ly FNCTMER manse: 147 5. claims have been made against 0AiN R on account of CONTRAC OR's pedonnaoce or finishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where, CONTRACTOR has delivered a specific ]lone] satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 4477. here era odier items entitling OLi°NER to ti xt- off against the amount recommended, or 143.8. OWNLR 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 dmaut h 15 2 4 inclusive; hot OWNER, most give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating die reasons for such action anti promptly pay CONTRACTOR the amount so withheld, or any adjustrnerit thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons fix such action Substantial Completion: 14.8. WTun CONTRACTOR considers the entire Wcuk. read), for its intended use CONTRACTOR shall notify OWNER and F"N-MNEER in writing that the entire Work, is substantially complete (except for items specifically listed by CONT.RACLI`OR. as inr..omplete) and request that TIQGrl;fFE2 issue a certificate of Substantial Completion. Within a reasonable umd: tltcTealtei. OWNER, CO'v'TRACTOR and ENO I\TiFM ah dI make an inspection of the Work to determine the status of completion If ENGINEER does not consider the Work sub-ontially complete. ENGINEEK will notify CONTRACTOR in writing giving the reasons therefor. if ENGINEM 311 ti)CCiFT'ERAL G�.)tYE1CrrQM1191Q810')Q EdItkWo w t711 O1 0RI c(dt.t.nd5 MC$11FIttAllQNti rRt}r.IROa(11 oonmders die Work substantially complete, KNI(rlNfiER will prepare and deiivta to OWNER a tentative oertiticate of Substanial C nipletion which shall fax the date of Substantial Completion There shall ix atmehed to tlhe certificate a tentative list of items to be complcted or corrected before final payment OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to LiNGINII:iR as to any provisions of the certificate or attached list. if after considering such objections. E' GI N"FER caul Ludes that the Work is not substantially complete, ENGINEER R. will within fourteen clays after submission of the tentative certificnte to OWNFR notify CONTRACTOR in writing, stating die reasons therefor. It'. after consideration of OWNER's objections, ENGINEER considers the Wort: suhstantiaily, complete_ ENGTNEF IZ will within said foutteen days execute and delivez to ONVNER and CO'NfRACTOR a definitive certificate- of Substantial Completion (with a revised tentative list of items to he completed or Corrected) reflecting such changes from the tentative cerfiGc�e as VGIt�IE.ER believes justified alter consideration of any objections from OWNER At the - time of delivery of the tentative certificate of Substantial Completion 13NCrNEER will deliver to OWNER and CONTRACTOR a written recommendation as to division cif responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation safety, maintenance, ]near, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR Woe otherwise in writinV. and so infiann ENGINEER. in writing prior to ENGINFER's issuing the definitive certificate of Substantial Completion, ENGINEER'S aforesaid recommendation will be binding on OWNER and CONTRACIOR until final payment. 149. OWNER shall have the right to exclude CONTRACTOR front the Work after the date, of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items of the tentative list, Pw*af Utilization: 14.10, Use by OWNER at OWXFR's option of any substan ally completed part of the Work, which: (i) has spWi6cally been identified in the Contract Dotxuments, orpi) OWNER, JuNGL�i 1EER and CONTRACTOR agree constitutes a separately fandiomrtg and usable part of the Work that can be used by O44'is LR for its intended purpose without sighuficam interference with C'OvTTtACTOR's performance of the remainder of the. Work, may be accomplished prim to Substantial Completion of all the Work whject io the following, 14.10. L Ott N'ER at any time may request CONTIL%CTOR in writing to permit OW`kM to use any such pout of the Weil. which OWNER believes to In ready for its intended uw and substantially con ete. ICCONTRACfrJR agrcev that such ppaart of s the fork is substantially complete, CO'tITRAC'TOR. will certify to OWNER mxl ENUINEER that such fart of the Work is substantially complete and request GINEER to issue a certificate of Substantial Completion for that part of the Work. The Contract Documents and Construction Drawings may be examined online at: 1. City of Fort Collins BuySpeed: https://secure2.fcgov.com/bso/login.jsp 2. Mercury-LDO Reprographics: www.mercury-ldo.com Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be viewed and purchased at: 1. Mercury LDO Reprograhics: • FORT COLLINS: 422 S. Link Lane, Ft. Collins, CO 80524 Ph: 970-484-1201, Fax: 970-221-0404 • ENGLEWOOD: 9632 E. Arapahoe, Englewood, CO. 80112 Ph: 303-790-7169, Fax: 303-792-2936 • DENVER: 860 Bryant Street, Denver, CO. 80204 Ph: 303-893-8701, Fax: 303-893-0617 • COLORADO SPRINGS:11 E Las Vegas, Colorado Springs, CO. 80903 Ph: 719-231-8121, Fax: 719-633-5710 • LODO: 1660 Wynkoop Ste. 130, Denver, CO. 80202 Ph: 303-785-2520, Fax: 303-785-2522 • BOULDER: 2575 Pearl St. Unit C., Boulder, CO. 80302 Ph: 303-539-1350, Fax: 303-539-1356 2. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 07/2001 Section 00020 Page 2 (UN1RACfOR ni arty time may nonly OWNERand E I MMER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request Fve7uTly -MR to issue a certificate of Substantial Completion for that Fart of the Wcr'k_ Within a reasonable time oiler either such request, OWNER, CONTRACTOR and EN471NiER shall stake an rtspe Aioo of that part of the Workto determine its status of completion. If ENGINEER does not consider Hutt pan of the Work to IV substantially complete, TCi1tTER will notify OWNER and CONTRACTOR in writing giving; die resorts therati3r. if EN(,1N1?1iR considers that part of the Work to be substantially complete, the provisions of fin.raeraphs 14.8 and 14.q will apply with respect to ccrtoficlion of Substantial Completion of that part of fire Wcnk and den division of responsibility it imp co 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 patrttipaph 5.15 in respect of property insurance, Final Inspection: 14.11_ Upon written notice from (')N'fR\CTOR that the entire Work or an agreed portion thereof is complete:, E25rCr[NL•'PR will make a firing t'm�xaian with tJ4VAEIt and CONTRACTOR and will notify COIN" TRACTOR at writing of all particulars in which this inspection reveals that the Work is incomplete or ekfectivc CONTRACTOR. shall immediately take such measures as are necessary to complete such work or remedy such deficiencies. .Final Appllcarlon for Payanero.' 14,12, After CONTMCTOR has completed all such corrections to the satisfaction of h'N(3INEER and delivered in aceordartce with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bongs, certificates or other evidence of insurance required by porogtaph5.4, cemficates of inspection, marked -up record decumems (as provided in prragrnph619) and otter documents, CONTRACTOR may make application for final payment fnllowing the procedure fcr progress payments. 'The fm it Application for �7ment shall be accompanied (except as previously delivered) by: (i) all documentation called for in thc Contract Documents- including but no limited to the evidence of insurance required by subparagraph 5 4 13. (it) consent of the surety, if arty, to final payment, mxl (in)complete and legally effective releaws or waivmr, (satisfacttry to (11VNIM of all Liens arising out of or filed in connection with the Work, in lieu or such releases or waivers of Liens and as approved by MINER, C0iVrRA(-I`0R may famish receipts or releases in pill anti affidavit of (x)iKmACTOR that: (i) the releases and receipts include all labor, services, material and equipment. for which it lien could be filed. and (ii) all payrolls, material and equipment bills. and other indebtedness connected with the Work for which OWNIsR or MVX1M2's property might in any way be responsible have been paid or othervvise satisfied If may Subcomrnctor or Supplier fails to format such a release or receipt in hull, ('ONTRA(_'PtaR may furnish a. Bond or other collateral satisfactory to OWNER to indemnify O Coil against any Lien, Rckms or waivers of liens arid the corrient of (he 'suyety ta,Finaljtepav eft are to be submitted on am ottomning tgAX format of the OW'Nf R S snt rd forms bound in_the Project manual. Meal Payment and-4cceptance: 14 13. If. on the basis of ENI G -,ER's otnervation of the Work during construction and final inspection, hind ENGMER's review of the final Application for Pnymtent acid accompanying dctumentation as required Iy the Contract Documents, Ewti(NFER is satisfied that the Work has been completed and CONTRAC"rOR's other obhgation:: under die Contract Ducunnents have been fulfilled,ENGINEER NGI:i EER will, within ten days after receipt of the final Application for Payment, i ilcate in writing ENGINIREWs recommendation of payment and present the Application to OWNER for payment At the same time ENGINEER will also give written notice to OWNP.R and CONTRACTOR this the Work is acceptable subjcwt to the provisions of paragraph 14..15. Otherwise, ENGINERR wilt return the Application to CONTRACTOR, indicating in writing the reasons tinr refusing to recommend final payment, in which case: CONTRACTOR shall make the rxcessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and acconipanying documentation, in appropriate form and substance and With ET+I< INMEWs recommendation and notice of acceptability, the amount rearmmenced by ENtIMEER. will beconnc due and will be paid by OWNER to C ONTRA(TrOR yul L.S , patsgt tkh_.1Z:G:'x s2f.!12 C"Q41411tiot}5- 14.14- 11 through no fault of VONTRACrm- final completion of the Work is stgnific:amly delayed and if' ENCMNEER so confirms, OWNER shall, upon receipt of CON'f'RAC'TO'R's final Apphrttion for Payment and recommendation of ]ENGINEER, and without terminating the Agreement, make payment of tN balance due for that portion of the Work rutty completed and accepter!. If the remaining balance to be held by OWNER for Work not fully completed or cerected is less than the retainage stipulated in the Agreement, and if Fronds have been furnished as required in prmgrttph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work hilly completed and accepted shall be submitted by ('O\"TRACTOR to L I01IN ER with the Application for such gniyment. Such paynaera shall be matte under the terms and conditions governing final payment. except that it shall not institute a waiver of claoms. Waiver ofClaints: 14,15. The making and acceptance of fowl payment will constitute'. 14-15 1, a waiver of all claims by OWNER against CONTRACTOR, except claims arising fttrn unsettled liens, from &.kertivo Work appearing{ after F.JCD(?GHdJt ALL'C,�2 TIlON31904tt9vQk:diriw@ 3l cal QTY OF FORT rxrdt M A1tX)1F1 CA fl0NS (RF_V v?ooni final inspection pursuant to paragraph 14.1 I, front faihre to comply with the Contract Documents or the tents of m special guarantees specified therein, or from CON ACTOR's continuing obligations under the Contact Docunents; and 14.1S.2.A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTiCLF. 15 SIISMNSTON OF 53'C:RK AND OWNER .ifur &tsirend 1i ui*: 15.1 1t any frond and without cause. OWNER may suspend the Work or arty portion thereof for a period of not more than ninety days by notice in writing to C'ONURACTOR and ENGINEER which will fix the date at which Work will be reswned. CONTRACTOR shill resume the Work on the date so fixed CONTRACTOR shall be allowed an adjustment in the Contract Price or am extension of the Contract Times, or bdith, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles I i and 12. 01YAUR May Terminate: 1S2_ t%pcm the oceurrence of any me or more of the following events: 152.I. rf C ONfCRACTOR fwrsisiently fails to perform the Work in accordance wits the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or fltilure to adhere to the progress sehedule established wider roragraph2.9 as adjusted front time to time pursuant to p aragmph 6.6), 1 i'12_ if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.3. if CONTRACTOR disregards the authority of ENGTN'EER; ox 152A it CONTRACTOR otherwise violates in any substantial way any provisions of the Contract lAIcumcnts. OIANER may. after giving CONTRACTOR (and tine suety. if tiny) seven days written notice and to the extent permitted by Laws and Regulations, terminate the services of CONp`RA('rOR, exclude CON1 RACTOR. from the site and take poa�xwsion of the Work and of all CO NTRACTOWs tools, appliartem construction equipment and machinery at the site and irse the same to the rull extent they could be used byy CONTRACTOR (without liability to CO TRAC'O!i for tresyeiss or conversion). ino utp orate out the ANork all materials mid equipment stored at the site or for which OWNER has paid 3�.. tW10CQVN1RN CONDI710tti191041195REditim) w it TYOF FMI fltl.Ll hS MCr,)[rl{7A1TO1J'+Qifi4'A2(NIO) CONTRACTOR but which are stored el ewbere, and finish the Week as 01A NF.R may down expedient. In such case CONTRACTOR shall not be entitled to receive unv fitether payment fatal thoc Work is finished. If the unpaid balance of the Contract Trice exceeds all claims, casts, losses and damages sustained by OWNL'12 arising out of or resulting from owmpleting the Work such excess will be pad to CONTRACTOR If such claims, coats, }cases mid damages n.ceed such unpaid balance, CONTRACTOR shalt 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 ENGIIN EER incorpomied in n Change Order, provided that when exercising any rights or remedies under this paragraph OWNER sluill not be required to obtain the lowest price for the Work performed. 15.3. Where CON IUACTOR's services have been so tenanted 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 (iron liability. 15.4. lIpxin seven days written notice to C ON'FRACTOR and r"al� YI N'EI R, OWNER may, without cause and without prejudice to any other right or r'em dy of OWNER, elect to tenninate the Agreement. In such rase, CONTR.ACTOR shall be paid (without duplication of any items). 15A4 I1 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 WcWL: 15.4.2, for exses sustained prior to the effective date of termination in N. rimtring services mid funtishini; labor, materials or equipment as required by the Contract Documents in c rm action with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.43 ror 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. (X)NTRACfOR shall not be pail tin account of bass of anticipated profits or revenue or other euincanic loss ansing out or or resulting from such termination. GONYI olCTOR Hof y.Vtgp Work ar Terminate: I5.5. Cf; throouug�h no act or fault of CON'l ReVA OR, the Work is susperittl for a period or more titan ninety days by OWNER or wider an order of court or other public authority, or RN{3TAM J2 fails to act on any Application for Payment within thirty days alter it is submitted or OWNER tails for thirty days to pay COhi'rR v, TOR any sum finally determined to be due, then CONTRACTOR may, ulxin seven clays' written notice to OW-NFR and ENIGINTER, and provided OWNER or 13NCr1NEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from MCNER rpny-ment on the same terms as prcwided in pwragmph 15.4 In lieu of terminating the Agreement and without prejudice to any other right or remedy, if EINGIINIEER has failed to act on. am Application for Payment within thirty clays after it is subinitteai ca OWNER has failed for thirty days to pas Ct INTRAC CAR any sum finally determined to Ix, dine. CONvTRACTOR may upon seven days written notice to t7t .Mi,R and 1 NIGI"d%ER .f�oop�i the Work until payment of all such amawiLs due (`ONT ACTCIR. including interest thereon The provisions of this pararaph 153 are not intended to preclude CONTRACTOR from makint; claim trader P'vhcles 11 and 12 for an increase in Conmact Price or Contract Times or otherwise for uspcm%% or damage directly attributable to CONTRACTOR's stopping Work as permitted hZ this paragraph. ARTICLF 16-DISPUTERE:SCILMON 1f and to the extant that CAVNHA and CONTRACTOR have agreed on the method and procedure for resolving disputes between diem that may arise under this Agreement, such disputy resolution method and procedure, if any, shall be as set forth in ExhibitGC-A, "Dispute Resolution Agreement', to be attached hereto and made a part hereof. If no such agreement of the method and procedure for resolving such disputes has been reached, rind subject to the provisions of pamgmphs9.111, 9.11 anil 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-'lfWELLANEOUS ruling ,Natiee: 17.1. VVIienever 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 tie coiparrrtion for whom it is intended, or if delivered at or sent by regisicnxl or certified mail, postage prepaid, to the fast bnisiness address known to the gives of the notice. 17.2. Computation of Time: IT',t. When arty period of time is referred to in the Contract T)(vwi acts by days, A will be Wmpated to esclude the first and include the last day of such pericxl. If tie last day of any such periodfalls on a Saturday yr Smnay or on a day made a legal holida} by the law of the applicable jurisdiction, such day will be omitted from the computation. L;J<'pC (iG:ati:ti:V. Cc>�YJl77n^tS 1919$ 41'J`N'. Et4tiui) tx. C1 Tl` t�F FOR i t1�CLi?v5 !1l'�DEFn e•Ar'lt1!35 (RF-F 42a(K"n 17.22 A calendar clay (if. Iwerdy-four hours measured from midnight to the next midnight will constitute a clay Notice ofClainc 173 Should OWNC IZ or CONIRACPOR suffer injuxy or damage to person or property because of any error, ouission or act of the other party or of any of the other lvrty's employees or agents or others far whose acLs the other party is legally liable, claim will be made in writing it) the other pang within a reasonable time of the first observance of suai injury w damage. The provisions of this paragraph 17.3 slinil not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or I"w.CuntularieeRemedios: 17A. The duties arxl obligations imposed by these Getemt Conditions and the rights and remedies available hcreuuder to the parties ludo, and, in particular but without limitation, the warrimfi vs, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.1'. 6.16, 634, 6-31, L 32, 131, 13.12,13.14, 14.3 and 15.2 and all of the rights and remedies available it) OW'NP3t. and ENGINEER thereuridet, are in addition to, and are not to be construed in any way as a Iimitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws oi Regulations by special warranty or guarantee or by other provis cis of the Contract Documents, and the uoviston9 c f this paragraph will be as effective as i repeated specifically in the Coitnuct Documents in connection with each particular duty, obligation, right and remedy to which they apply Trofe+svional flea and Court Costs Included 17.5. Whenever reference is made to "claims costs, loxses and damages", it shall include in each Case, but not be fixwteel to, all lees and charges of engineers, architects, attorneys and other profes-eicnals and all court or arbitrmon or osier dispute resolution casts. 1Z..�_. 'fll� igtlls_ef lllz 51al�.el' �+.4�?y'.!w? 111!# AMeman(!;Aferewg Ui)Y�th pgrtir cnt (s loradn sintutCs are as follows',__ _..._ _.._.. . Y 7 (^ 11 j!auii,-ra d614 OWNh- is. Tito Le i. by law {t 16 3826 jti7)to vithbo@d ffixin all payments to f O vIRACTOR stdii6 l _ fus to in$tre_ the payment.ofall claim for labor materials,1cim hir4+, sustcnxnyw�io)isy;,� of ems,,,,, ndcr,_ur other s____gu p1�rx used or consumed -by C'C)Ii MI C LO or his 33 3d E.JC Ex 6k hl>RwS,G1E?{TI(JpdS 19lab it49(iSJfikfq %"( Tl OF FORl CY3t,Ll N3 bi4Nf1}1ChTlO;RS 411�VAQ(N?01 (This Wage left blank intentionally.) EaC4W:: c3E:•It;1LaU, COND1110N& 1910-9 (19" Edda) 35 W!CTIY OF FORTCMUIM MOD1Fl GATIOM(R7i;YV20(I) 36 WCD('QMzKA1 CVN CRONSI"Q-8(1990 lidi*1 j w (ITYO l'clR7l'illJ.,IN9 MCil]li-".tGAllOtiS(RGVdr20M) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR irl itL I'E RFSOLL'TION, AGREEME T OWNER. and CON RA1..MR herelr, agree that Article 16 of fire General Conditions of the Construction € ommet between OWNER and MINTRACTOR. is amended to include the following agrcenwmt of the parties, 16,1 All claims disputes and other matters in question between OWNER and CONTRAC"fok arismg out of or relating to the Contract Documents or the breach thereof (except fox 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 havingjurisdiction 162 No demand for arbitration of arty clami, dispute or other matter that is required to be refarrod to ENGINLER initially for decision in accordance with paragraph 0.11 will be mace until the earlier of (a) the date can which FNGI EER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to INGINEER if a written decision has not becri rendered by MCIUNHER before that dace. No demand Tax arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGLNEFR 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 El` ORMER's decision being fatal mid binding upon OWNER and CONTRACTOR. If ENUINEER renders a decision after arbitration proceedings have been initiated such decision may be entered as evidence but will not supersede the arbitration jxocaedings, except where the decision is acceptable to the parties concerned No demand for arbitration of any written decision of h:NTMIt1 ER reoulered ui accxdimoe with par giopyh `J li.i will be male later than ten clays after tilepaty niakin g such demand has delivered written notice of mtention to appeal as provided in pamgtaph 9.10. 163_ Notice of tie demand loC arbitration will lac filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy will he sent to TNOMNIFER for information The demand for arbitration will be made within the thirty -day of tnrcev period specified in paragraph 16.2 as applicable, and in all other cases within a reasormble time after the claim, dispute or other matter in question has arisen, and in no event shal l any such demand be made after the date wheri institution of legal or equitable proceedings based on sudh claim, dispute or other matter in question would be barred by the applicable statute. of ]iiiita6ots. 61CUe; 0F,.N KAL Ci};1 ATIONs 1910-s (t9906i11m) w OTYetF'FORTCOLt.tr43 iM0DJF€CArloN.s w_,v rY,99) V 4 EXcept, as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Docutuents shall include by consolidation , on olidation, joinder or in any other manner any other person or entity (including ENGINEER ENG NEER's Consultant and the officers. directors, agents, employees or consulmnti: of any of Chem) who is not a party to this contract unless. I6A.1. the inclusion of such other Ierum or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitmtiom, and 164.2. such ether pemi or entity is suWantirdly involved in a question of law or fact which is o onunon to flurk who are already parties to the arbitration and which will arise in such proceedings, and 16A.3the written consent of the other t{xxson or entity sought to be included and of OWNER and CONTRACTOR has ion obtained tbr such inclusion, which consent shall make specific reference to this pamgmph; but no such consent Ball constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any parry not specifically identified in such consent, 16.5. Notwithstanding paragraph 16.4, it a claim, dispute or other matter in quesfiot between OWNTER and CONTRACTOR involves the Work of a Subcontractor, either o1bNHIZ or CONTRACTOR may join such Subcontractor as a parry to the arbitration between O\WNTER and CONTRACTOR hereunder. OONTRAC 1OR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consetnts to being joined in an arbitration botweeri OWNER and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16 5 nor in the provision of such subcontract consenting to joinder shall create any claim. right or cause of action in favor of Subcontractor and against OWNER, ENGINEER or ENt3INEfsR's Consultants that does not otherwise exist 16-6. The award rendered by the arbitrators will be tine], judgment may be entered upon it in any court having jurisdiction thereof and it will not to subject to modification or appeal 16.7_ OWNER and CONTRAGfOR agree that they shall first submit any and till unsettled claims, cownterclains, disputes and other nnatters ui queston between them arising out of or relating to the Contact Doeunents of the brunch thereof 0disputes'), to mediation by the American Arbitration Association under the Construction Industry Mediation Rules of the ameriaai Arbitration Association prior to either of them initiating against the other a demand for arbitration icursiml to paragraphs 16 t through 16.6, unless delay in initiating arbitration would irre4ocably prejudice one of the parties The respectivc thirty and tear day time limas within which to file a demand for arbitration as provided in pamflrephs 16,r and 16.3 above shall be suspended with respect to a dispute snhaniited to mediation within thow- same applicable time linifs and shall remain suspended until ten days alter the termination of the mediation. The-mechntnr of any dislttr a submittal to mediation under this Agreanent shall not sea-e as arbitmtcr of such dispute ur dess otlwi wise agreed. QC: Al EJCVC OLNERAI, CONDMONS 191GIR 51990 F66(m) w CITY OF MWr COI,LfNSMODIFICATIONS (PXV 9f9d) CC A[ SE 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 South Taft Hill Road Improvements Horsetooth Road South to Harmony Road (LCR 38E Fort Collins, CO Terracon Project NO 20045168 June 13, 2005 Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. B. 4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or subsurface structures (except Underground Facilities referred to in Paragraph 4.3) which are at or contiguous to the site have been utilized by the Engineer in preparation of the Contract Documents, except the following: 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: 7/96 Section 00800 Page 1 Construction Document Ordering Instructions (Download a complete PlanWell 4.0 Ordering Guide from www.planwell.com) 1. GO TO: www.mercury-ldo.com 2. SELECT: Denver Links: "Plan Well"\ 3. SELECT: Public Planroom:."GO" M Meicury/LD0 r.oloiado I I (rz -: � 3t Digital DOMMetsity0lanagment & Distribution User Name Password. &IM yur panwad? Not a member yet? nm IRRI in A I n" Pvmc prop Mn Bkong hRM! NoLoginlNequVed tto-bid t-,adfl na�v kip., up now 4. SELECT: the desired "Project Number" from the list 07/2001 Section 00020 Page 3 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. 5.4.6 The 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). 7/96 Section 00800 Page 2 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950Contract Change Order 00960Application for Payment 9/99 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 9. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all 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 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 The present status of the account for this Contract is as NUMBER DATE AMOUNT 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: 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. 9/997/96 Section 00960 Page 1 $0.00 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit Number Description Quantity Units 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 $0.00 $0.00 $0.00 $0.00 $0.00 7/96 Section 00960 Page 2 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period 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 7/96 Section 00960 Page 3 STORED MATERIALS SUMMARY On Hand Received Installed Item Invoice Previous This This Number Number Description Application Period Period PAGE 4 OF 4 On Hand This 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 7/96 Section 00960 Page 4 PROJECT SPECIAL PROVISIONS South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road Bid No. 5972 Prepared for: City of Fort Collins Engineering Department 281 North College Avenue Fort Collins, CO 80522-0580 (970)221-6605 Prepared by: 4601 DTC Boulevard Suite 700 Denver, CO 80237 (303) 221-7275 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 SPECIAL PROVISIONS City of Fort Collins, Colorado South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road The Colorado Department of Transportation's (CDOT) 2005 Standard Specifications for Road and Bridge Construction controls construction of this project. The following Special Provisions supplement or modify the CDOT Standard Specifications and take precedence over the CDOT Standard Specifications and plans. When specifications or special provisions contain both English and metric (SI) units, the English units apply and are the specification requirement. Item INDEX PAGES Page NOTICETO BIDDERS.................................................................................................................1 COMMENCEMENT AND COMPLETION OF WORK...................................................................2 SUMMARYOF WORK.................................................................................................................3 REVISION OF SECTION 100 GENERAL PROVISIONS.............................................................5 REVISION OF SECTION 104 SCOPE OF WORK.......................................................................6 REVISION OF SECTION 105 CONFORMITY TO THE CONTRACT.........................................10 REVISION OF SECTION 105 CONTROL OF WORK................................................................11 REVISION OF SECTION 106 CONTROL OF MATERIAL.........................................................17 REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS................................................21 REVISION OF SECTION 108 PROSECUTION AND PROGRESS............................................23 REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT..................................................25 REVISION OF SECTION 202 REMOVAL OF MEDIAN (HORSETOOTH CIRCLE) ..................26 REVISION OF SECTION 203 PROOF ROLLING......................................................................27 REVISION OF SECTION 207 TOPSOIL....................................................................................28 REVISION OF SECTION 304 AGGREGATE BASE COURSE..................................................29 REVISION OF SECTION 601 MISCELLANEOUS CONCRETE................................................34 REVISION OF SECTION 603 CULVERT EXTENSIONS...........................................................35 REVISION OF SECTION 608 DETECTABLE WARNINGS........................................................36 REVISION OF SECTION 609 CURB AND GUTTER.................................................................39 REVISION OF SECTION 610 MEDIAN COVER MATERIAL.....................................................40 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES.................................................41 REVISION OF SECTION 619 AND 623 WATERLINES AND IRRIGATION SYSTEM...............42 REVISION OF SECTION 625 CONSTRUCTION SURVEYING.................................................44 REVISION OF SECTION 627 PAVEMENT MARKING..............................................................46 TRAFFIC CONTROL PLAN - GENERAL...................................................................................47 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL .........................49 REVISION OF SECTION 702 SUPERPAVE PG BINDERS.......................................................51 UTILITIES...................................................................................................................................52 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 NOTICE TO BIDDERS It is recommended that bidders on this project review the work site and plan details with an authorized City representative. Prospective bidders shall contact one of the following listed authorized City representatives at least 12 hours in advance of the time they wish to review the project. Project Manager: John N. Lang, P.E. Phone: (970) 221-6605 Engineering Department Fax: (970) 221-6378 City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 Project Engineer: Dean Klingner, P.E. Phone: (970) 221-6605 Engineering Department Fax: (970) 221-6378 City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 The above referenced individuals are the only representatives of the City with authority to provide any information, clarification or interpretation regarding the plans, specifications, and any other contract documents or requirements. Where reference is made in the plans and specifications to Owner, Department, Chief Engineer, Resident Engineer, Project Engineer, Engineer, and Inspection and Testing Agency it is understood to mean the City of Fort Collins, Colorado, representative. 5. CLICK: "Most Current Set" to View the list of documents available for the pro' .lyder items 6v clickln9 the- kart. icon: Start Orden l Q1 Most Current Se l Most Current Se T As of 1211=005 14 44.00Mo n ain u + &Z Issue Set i � a r :v . �-''�•-� ,; -. , ,., m _: _:..,..,. ,. '-M+ Revision I _ r Revision 2 f �,A"1, Issue Set 7/29/2002 Architectural 24%36 LBW - - &A_-2-2 iW Issue Set 7/29/2002 Architectural 24%36 . LBW - A A=3 ` Revision 2 2/10/2004 Architectural 24836 LBW - 3 A=4 Issue Set 7/2912002 Architectural 24R36 LBW 4-5 ' ? Revision 1 11/12/2003 Architectural 24Q6 '_Bw - 6. CLICK: Sheet No. to view 7. CLICK: to add a specific document t your "Shopping Cart" 8. CLICK: [_start my order to place the order for printing) 9. REGISTER -or- LOGIN 10. SELECT: Process -Media, Output Size and Binding options 11. ENTER: Job Number and PO information then click Next. 12. REVIEW: Recipient information. 13. ENTER: Quantities 14. CLICK: the down arrow to populate order. 15. SELECT: Delivery options and Due time. 16. ENTER: Your phone number in the special instructions box. 17. CLICK: Next. 18. REVIEW order 19. CLICK: SUBMIT Planwell contacts: Marie Owens 970-484-1201, mowens@mercury-ldo.com David Bacon-720-220-7683, dbacon@mercury-ldo.com 07/2001 Section 00020 Page 4 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract on or before the 14th day following the date of award unless such time for beginning the work is changed by the City in the "Notice to Proceed". The Contractor shall complete all work within 150 calendar days in accordance with the "Notice to Proceed" Salient features to be shown on the Contractor's Progress Schedule are: • Mobilization • Construction Surveying • Construction Traffic Control • Topsoil (Stockpile & Redistribute) • Removals and Adjustments • Roadway Earthwork • Erosion Control • Drainage and Storm Sewer System • Curb, Gutter and Sidewalk • Asphalt Pavement • Asphalt Milling and Overlay • Seeding & Landscaping • Signing and Striping (By City Forces) • Traffic Signals (By City Forces) • Utility coordination and relocations Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The progress schedule shall consist of a Critical Path Method (CPM) schedule prepared using the Microsoft Project software and submitted in hard and electronic formats. The contractor shall be responsible for planning, scheduling, coordinating, and reporting the progress of the work to be completed by City of Fort Collins Forces. The City of Fort Collins Forces shall be considered as subcontractor for the purposes of scheduling the work. The City will comment on the contractors initial schedule submittal for coordination of the completion of their work items. 4 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 SUMMARY OF WORK PART 1 GENERAL 1.25 Modifications to Time of Completion in the Approved Schedule A. The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed. The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the climatic and other factors prevailing in the locality of the work. Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the proposal. The "Contract Time" anticipates "Normal" weather and climate conditions in and around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the Contractor's work and thus required additional time to complete the work. The following specifies the procedure for the determination of time extensions for unusually severe weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar.data for the geographic location of the project. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day- to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays excepted) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, delay work critical to the timely completion of the project, and be documented by the Contractor. The City Representative observing the construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to adverse weather or the effects thereof. The Contractor shall notify the Engineer in writing of any disagreement as to whether or not work can proceed on a given date, within 2 calendar days of that date. The Owner will use the above written notification in determining the number of working days for which work was delayed during each month. South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- SUMMARY OF WORK At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of work days delayed due to adverse weather or the impact thereof will then be converted to Calendar Days based on the contract completion day and date. This conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, then the method of conversion of workdays to calendar days would take this into consideration. The contract time period will then be increased by the number of calendar days calculated above and a new contract completion day and date will be set. The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather -dependent activities. While extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall comply with the portions of the Contract Documents relating to his project schedule and amendments thereto which result from the "unusually severe" weather condition. Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an extension of time. Liquidated damages will be assessed as delineated elsewhere. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following, and the Contractor has promptly given written notice of such delay to the Owner or Engineer. 1. To any preference, priority, or allocation order duly issued by the Owner. 2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above; and 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above. South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 100 GENERAL PROVISIONS Section 100 of the Standard Specifications is hereby revised for this project as follows: Subsections 102 and 103 of the Standard Specifications are hereby deleted. South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 104 SCOPE OF WORK Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.02 shall include: Site Conditions A. General: The CONTRACTOR acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, river stages, or similar physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. The CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the OWNER or included in these Documents. Failure by the CONTRACTOR to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. 3. The CONTRACTOR warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the OWNER. The OWNER assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract and (2) the Contract expressly provides that the responsibility therefore is assumed by the OWNER. B. Information on Site Conditions Any information obtained by the ENGINEER regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of the ENGINEER upon request. Such information is offered as supplementary information only. Neither the ENGINEER nor the OWNER assumes any responsibility for the completeness or interpretation of such supplementary information. 2. Underground Utilities: Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing utility plans and potholing. However, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the CONTRACTOR only, and no responsibility is assumed by either the OWNER or the ENGINEER for their accuracy or completeness. South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- REVISION OF SECTION 104 SCOPE OF WORK C. Execution 1. Where the CONTRACTOR's operations could cause damage or inconvenience to railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems; the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the CONTRACTOR. 2. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. 3. The CONTRACTOR shall protect all utility poles from damage. If interfering power poles, telephone poles, guy wires, or anchors are encountered, notify the ENGINEER and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure. 4. The CONTRACTOR shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. 5. Neither the OWNER nor its officers or agents shall be responsible to the CONTRACTOR for damages as a result of the CONTRACTOR's failure to protect utilities encountered in the work. 6. If the CONTRACTOR, while performing the Contract, discovers utility facilities not identified in the Drawings or Specifications, he shall immediately notify the OWNER, utility, and the ENGINEER in writing. 7. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in the restoration of service as promptly as possible and bear all costs of repair. 8. The CONTRACTOR shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the ENGINEER. 9. Interfering Structures - The CONTRACTOR shall take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy cannot be guaranteed, and it is presented simply as a guide to avoid known possible difficulties. 7 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions I City Bid No. 5972 -3- REVISION OF SECTION 104 SCOPE OF WORK 10. Field Relocation - During the progress of construction, it is expected that minor relocations of the work will be necessary. Such relocations shall be made only by direction of the ENGINEER. If existing structures are encountered that prevent the construction, and that are not properly shown on the Drawings, notify the ENGINEER before continuing with the construction in order that the ENGINEER may make such field revision as necessary to avoid conflict with the existing structures. If the CONTRACTOR shall fail to so notify the ENGINEER when an existing structure is encountered, and shall proceed with the construction despite the interference, he shall do so at his own risk. D. Easements: 1. Where portions of the work are located on public or private property, easements and permits will be obtained by the OWNER. Easements will provide for the use of the property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the OWNER. It shall be the CONTRACTOR's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The CONTRACTOR shall confine his construction operations to within the easement limits or make special arrangements with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the OWNER, shall be the responsibility of the CONTRACTOR as specified herein. The CONTRACTOR shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the ENGINEER, the CONTRACTOR will be required to furnish the OWNER with written releases from property owners or public agencies where side agreements or special easements have been made by the CONTRACTOR or where the CONTRACTOR's operations, for any reason, have not been kept within the construction right of way obtained by the OWNER. 2. It is anticipated that the required easements and permits will be obtained before construction is started. However, should the procurement of any easement or permit be delayed, the CONTRACTOR shall schedule and perform the work around these areas until such a time as the easement or permit has been "secured. E. Land Monuments: The CONTRACTOR shall notify the ENGINEER of any existing Federal, State, Town, County, and private land monuments encountered. Private monuments shall be preserved, or replaced by a licensed surveyor at the CONTRACTOR's expense. When Government monuments are encountered, the CONTRACTOR shall notify the ENGINEER at least two (2) weeks in advance of the proposed construction in order that the ENGINEER will have ample opportunity to notify the proper authority and reference these monuments for later replacement. Ii South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -4- REVISION OF SECTION 104 SCOPE OF WORK Subsection 104.05 shall include: Contractors Use of Premises The CONTRACTOR may use the OWNER's property designated within the construction limits shown on the Plans for equipment and materials as long as he confines his operations to those permitted by local laws, ordinance, and permits and meet the following requirements: 1. Do not unreasonably encumber site with materials or equipment. 2. Assume full responsibility for protection and safekeeping of products stored on premise. 3. Move any stored products which interfere with operations of the OWNER. 4. Obtain and pay for use of additional storage or work areas needed for operations. Limits of Construction The CONTRACTOR must maintain all of his construction activities within the OWNER's property and/or construction easements and limits of the project, or other stated areas, unless permits and/or written permission are obtained by the CONTRACTOR, from appropriate authorities or private property owners, outside of these areas. Contractor to fence all easements and work areas. The temporary permits must be secured and paid for by the CONTRACTOR at no extra cost to the OWNER. Any temporary permits secured must be in writing and a copy of same provided to the ENGINEER. Security The CONTRACTOR shall at all times be responsible for the security of his facilities and equipment. The OWNER will not take responsibility for missing or damaged equipment, tools, or personal belongings of the CONTRACTOR. IJ South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 105 CONFORMITY TO THE CONTRACT Section 105 of the Standard Specifications is hereby revised for this project as follows: In subsection 105.03 delete the Table of Price Reduction Factors and replace with the following: TABLE OF PRICE REDUCTION FACTORS Element Factor "F" 100 percent size sieve 1.00 12.5 mm (1/2") sieve and larger 1.00 150 µm (No. 100) sieve to 9.5 mm (3/8") sieve inclusive 3.00 (except 100 percent size sieve) 75 µm (No. 200) sieve 6.00 75 µm (No. 200) sieve (cover coat material) 25.00 Compaction, bituminous mixtures (Sections 301 and 403) 7.00 Liquid Limit 3.00 Plasticity Index 10.00 Asphalt content, (all asphalt- aggregate mixtures) 20.00 Asphalt penetration 1.00 Asphalt residue 3.00 Portland Cement Concrete Pavement Fine Aggregate Sand Equivalent 0.30 Hydrated Lime Gradation 0.30 Toughness, inch -pounds, minimum 0.80 Tenacity, inch -pounds, minimum 0.80 Elastic Recovery, 25°C, percent minimum 1.25 Ductility, 40C (5cm/min) cm, minimum 1.25 Emulsified Asphalt Viscosity 0.50 Emulsified Asphalt Float 0.05 Emulsified Asphalt % Residue 3.00 Emulsified Asphalt Ductility 2.00 Emulsified Asphalt Penetration 1.00 Emulsified Asphalt Elastic Recovery 1.00 10 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 105 CONTROL OF WORK Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.02 shall be replaced with: Submittals A. Requirements: Where required by the Specifications, the CONTRACTOR shall submit descriptive information that will enable the ENGINEER to determine whether the CONTRACTOR's proposed materials, equipment, methods of work are in general conformance to the design concept and in accordance with the Drawings and Specifications. The information submitted may consist of drawings, specifications, descriptive data, certificates, samples, test results, product data, and such other information, all as specifically required in the Specifications. In some instances, specified submittal information describes some, but not all features of the material, equipment, or method of work. The CONTRACTOR shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment, or method of work shall be as described in the submittal. The CONTRACTOR shall verify that all features of all products conform to the requirements of the Drawings and Specifications. The CONTRACTOR shall ensure that there is no conflict with other submittals and notify the ENGINEER in each case where its submittal may affect the work of another CONTRACTOR or the OWNER. The CONTRACTOR shall ensure coordination of submittals among the related crafts and subcontractors. Submittals will be reviewed for overall design intent and returned to CONTRACTOR with action to be indicated by the ENGINEER. It shall be the CONTRACTOR's responsibility to assure that previously accepted documents are destroyed when they are superseded by a resubmittal as such. 4. It shall be the CONTRACTOR's responsibility to ensure that required items are corrected and resubmitted. Any work done before approval shall be at the CONTRACTOR's own risk. B. Submittal Procedure: Unless a different number is called for in the individual sections, six (6) copies of each submittal and sample are required, four (4) of which will be retained by the ENGINEER. The CONTRACTOR shall receive two (2) copies in return. Faxed submittals will not be accepted. Submittals that are related to or affect each other shall be forwarded simultaneously as a package to facilitate coordinated review. Uncoordinated submittals will be rejected. 3. If the items or system proposed are acceptable but the major part of the individual drawings or documents are incomplete or require revision, the submittal will be returned with requirements for completion. -2- 11 . edP71➢?6l .('. .g.f E`'( 4a b>t"t-9i'a°i. ADDENDUM No. 2 ityof Fort Collins SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road OPENING DATE: 3:00 P.M. (Our Clock) April 19, 2006 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made, CHANGE: Bid Opening Date: 3:00 P.M. (Our Clock) April 19, 2006 REVISION: Revised Bid Schedule attached. It you have any questions regarding this addendum contact John D. Stephen, CPPO, CPPB, Senior Buyer (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. 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 Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as 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 Ja es B. O'Neill, II, CPPO, FNIGP u chasing/Risk Management Director 07/2001 Section 00020 Page 5 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 105 CONTROL OF WORK 4. The right is reserved for the ENGINEER to require submittals in addition to those called for in individual sections. 5. Submittals regarding material and equipment shall be submitted directly to the ENGINEER and will be accompanied by a transmittal form. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate discrete sections for which the submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 6. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX-Y;" where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals (i.e., A, B, or C being the first, second and third resubmittals, respectively). Submittal 25B, for example, is the second resubmittal of Submittal 25. 7. If the CONTRACTOR proposes to provide material, equipment, or method of work that deviates from the Contract Documents, it shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. 8. Submittals that do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. C. Review Procedure: Submittals are specified for those features and characteristics of materials, equipment, and methods of operation that can be selected based on the CONTRACTOR's judgment of their conformance to the requirements of the Drawing and Specifications. Other features and characteristics are specified in a manner that enables the CONTRACTOR to determine acceptable options without submittals. The review procedure is based on the CONTRACTOR's guarantee that all features and characteristics not requiring submittals conform to the Drawings and Specifications. Review shall not extend to means, methods, techniques, sequences, or procedures of construction or to verifying quantities, dimensions, weights or gages, or fabrication processes (except.where specifically indicated or required by the Specifications) of separate items, and as such, will not indicate approval of the assembly in which the item functions. Unless otherwise specified, within twenty-one (21) calendar days after receipt of the submittal, the ENGINEER will review the submittal and return copies. The returned submittal will indicate one of the following actions: a. If the review indicates that the material, equipment, or work method complies with the Specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN". In this event, the CONTRACTOR may begin to implement the work method or incorporate the material or equipment covered by the submittal. 12 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -3- REVISION OF SECTION 105 CONTROL OF WORK b. If the review indicates limited corrections are required, copies will be marked "Furnish as noted". The CONTRACTOR may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in Operation and Maintenance data, a corrected copy shall be provided. c. If the review indicates that the submittal is insufficient or contains incorrect data, copies will be marked "REVISE AND RESUBMIT". Except at its own risk, the CONTRACTOR shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "FURNISH AS NOTED". If the review indicates that the material, equipment, or work method do not comply with the Specifications, copies of the submittal will be marked "REJECTED". Submittals with deviations that have not been identified clearly may be rejected. Except at its own risk, the CONTRACTOR shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "FURNISH AS NOTED". D. Drawing: The term "shop drawings" includes drawings, diagrams, layouts, schematic, descriptive literature, illustrations schedules performance and test data, and similar materials furnished by CONTRACTOR to explain in detail specific portions of the work required by the Contract. 2. CONTRACTOR shall coordinate all such drawings, and review them for legibility, accuracy, completeness and compliance with contract requirements and shall indicate this approval thereon as evidence of such coordination and review. Shop drawing submitted to the ENGINEER without evidence of CONTRACTOR's approval will be returned for resubmission. 3. Shop drawing shall be clearly identified with the name and project number of this contract, and references to applicable specification paragraphs and contract drawings. When catalog pages are submitted, applicable items shall be clearly identified. 4. CONTRACTOR shall stamp his approval on shop drawings prior to submission to the ENGINEER as indication of his checking and verification of dimensions and coordination with interrelated items. Stamp shall read: 13 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -4- REVISION OF SECTION 105 CONTROL OF WORK "(CONTRACTOR's Name) represents that we have determined and verified all field dimensions and measurements, field construction criteria, materials, catalog numbers and similar data, and that we have checked with the requirements of the Specifications and Drawings, the Contract Documents, and General Conditions". Marks on drawings by CONTRACTOR shall not be in red. Any marks by CONTRACTOR shall be duplicated on all copies submitted. 5. If shop drawings show variations from contract requirements, CONTRACTOR shall describe such variations in writing, separate from the drawings, at time of submission. All such variations must be approved by the ENGINEER. If ENGINEER approves any such variations, he shall issue an appropriate contract modification, except that, if the variation is minor and does not involve a change in price or in time of performance, a modification need not be issued. 6. Should the CONTRACTOR propose any item on his shop drawings or incorporate an item into the work, and that item should subsequently prove to be defective or otherwise unsatisfactory, (regardless of the ENGINEER's preliminary review), the CONTRACTOR shall, at his own expense, replace the item with another item that will perform satisfactorily. E. Certificates: For those items called for in individual sections, furnish six (6) certificates of compliance from manufacturers or suppliers certifying that materials or equipment being furnished under the Contract comply with the requirements of these Specifications. F. Samples: Samples shall be sufficient in size to clearly illustrate functional characteristics and full range of color, texture, and pattern. G. Effect of Review of CONTRACTOR's Submittals: Review of drawings, data, methods of work, or information regarding materials or equipment the CONTRACTOR proposes to provide, shall not relieve the contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the ENGINEER or the OWNER, or by any officer or employee thereof, and the CONTRACTOR shall have no claim under the Contract on account of the failure or partial failure, of the method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "FURNISH AS NOTED" shall mean that the OWNER has no objection to the CONTRACTOR, upon its own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. 14 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -5 REVISION OF SECTION 105 CONTROL OF WORK Subsection 105.04 shall be revised as follows: Delete the second paragraph and replace with the following: In case of discrepancy the order of precedence is as follows: A. General Conditions of the Construction Contract B. Special Provisions 1. Project Specifications 2. Standard Special Provisions C. Plans (Calculated dimensions will govern over scaled dimensions.) 1. Detailed Plans 2. Standard Plans D. Supplemental Specifications E. Standard Specifications Subsection 105.08 shall include: Coordination with Property Owners and Tenants A. The CONTRACTOR shall be responsible to coordinate all work activities with private property owners and tenants along the project corridor. Access shall be maintained at all times. The contractor shall identify his method of maintaining these accesses on the Construction Traffic Control plans (see Traffic Control — General). Subsection 105.08 shall include: Coordination with Private Irrigation Systems A. The City intends to use separate irrigation contractors to complete modifications to existing irrigation systems and install new irrigation facilities where necessary (between the curb and sidewalk. These locations include the Habitat Home Supply and Springfield Court Apartments, STA 23+50 to 31+70 left side. The CONTRACTOR shall be responsible to coordinate all work activities with the separate irrigation maintenance contractors along the project corridor. 15 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 Subsection 105.09 shall include: Coordination with Traffic Engineer A. The CONTRACTOR shall coordinate with the Owner's Traffic Engineer for all traffic control activities. This shall include, but not be limited to, installation and.timing of temporary traffic detours, and closure of any partial intersection movements, and lane reductions. B. The CONTRACTOR shall coordinate with the Owner's Traffic Engineer for removal and installation of all traffic signal equipment. C. The CONTRACTOR shall coordinate with the Owner's Traffic Engineer for installation of all signing and striping including removal of existing signing. The CONTRACTOR shall remove and stockpile all existing signs. The CONTRACTOR is responsible for removal of striping required for traffic control phasing. 16 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01 shall include: . Substitutions and Product Options A. Description: 1. This section describes the procedure required by the CONTRACTOR for product substitutions. 2. Requests for Substitution: a. Base all bids on materials, equipment and procedures specified. b. Certain types of equipment and kinds of material are described in specifications by means of trade names and catalog numbers, and/or manufacturer's names. Where this occurs, it is not intended to exclude from consideration such types of equipment and kinds of material bearing other trade names, catalog numbers and/or manufacturer's names, capable of accomplishing purpose of types of equipment or kinds of material specifically indicated. c. Other types of equipment and kinds of material maybe acceptable to the OWNER and ENGINEER. d. Types of equipment, kinds of material and methods of construction, if not specifically indicated must be approved in writing by ENGINEER and the OWNER. 3. Submission of Requests for Substitution: a. After Notice to Proceed, the OWNER/ENGINEER will consider written requests for substitutions of products, materials, systems or other items. b. The ENGINEER reserves the right to require substitute items to comply color and pattern -wise with base specified items, if necessary to secure "design intent". c. Submit six (6) copies of request for substitution. Include in request: 1) Complete data substantiating compliance of proposed substitute with Contract Documents. 2) For products: i. Product identification, including manufacturer's name. 17 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- REVISION OF SECTION 106 CONTROL OF MATERIAL ii: Manufacturer's literature, marked to indicate specific model, type, size, and options to be considered: Product description; performance and test data; reference standards; difference in power demand; dimensional differences for specified unit. iii. Name and address of similar projects on which product was used, date of installation, and field performance data. 3) For construction methods: i. Detailed description of proposed method ii. Drawings illustrating methods. 4) Itemized comparison of proposed substitution with product or method specified. 5) Data relating to changes in construction schedule. 6) Relation to separate contracts. 7) Accurate cost data on proposed substitution in comparison with product or method specified. d. In making request for substitution, or in using an approved substitute item, Supplier/Manufacturer represents: 1) He has personally investigated proposed product or method, and has determined that it is equal or superior in all respects to that specified and that it will perform function for which it is intended. 2) He will provide same guarantee for substitute item as for product or method specified. 3) He will coordinate installation of accepted substitution into work, to include building modifications if necessary, making such changes as may be required for work to be complete in all aspects. 4) He waives all claims for additional costs related to substitution which subsequently become apparent. 4. Substitutions: Request sufficiently in advance to avoid delay in construction. 18 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -3- REVISION OF SECTION 106 CONTROL OF MATERIAL 5. CONTRACTOR's Option: a. For products specified only by reference standards, select any product meeting standards by any manufacturer and indicate selected type in submission. b. For products specified by naming several products or manufacturers, select any product and manufacturer named, indicate selected type in submission. c. For products specified by naming one or more products, but indicating option of selecting equivalent products by stating "or equivalent" after specified product, CONTRACTOR must submit request, as required for substitution, for any product not specifically named. 6. Rejection of Substitution or Optional Item: Substitutions and/or options will not be considered if they are indicated or implied on shop drawings, or project data submittals, without formal request submitted in accordance with this section. Subsection 106.03 shall include: Materials Testing A. Provide such equipment and facilities as are required 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 found to be acceptable. Any product which becomes unfit for use after approval thereof shall not be incorporated into the work. B. 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), and the American Association of Highway and Transportation Officials (AASHTO). C. Where additional or specific 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. D. Owners Responsibilities The OWNER shall be responsible for and shall pay all costs in connection with the following testing: a. Soils compaction tests. b. Trench backfill. 19 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -4- REVISION OF SECTION 106 CONTROL OF MATERIAL c. Pipe and structural bedding. d. Tests not called for by the Specifications of materials delivered to the site. e. Concrete tests. f. Pavement tests E. Contractors Responsibilities 1. In addition to those inspections and tests called for in the General Conditions, CONTRACTOR shall also be responsible for and shall pay all costs in connection with testing required for the following: a. Testing of concrete manholes. b. Concrete materials and mix designs. c. Design of asphalt mixtures. d. Gradation tests for embedment, fill and backfill materials. e. All performance and field-testing specifically called for by the Specifications. f. All retesting for work or materials found defective or unsatisfactory, including tests covered above. F. Transmittal of Test Reports Written reports of tests and engineering data furnished by CONTRACTOR for ENGINEER's review of materials and equipment proposed to be used in the work shall be submitted as specified for Shop Drawings. The testing laboratory retained by the OWNER or ENGINEER will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report will be transmitted to the ENGINEER and one (1) copy to the CONTRACTOR within seven (7) days after each test is completed. N South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS Section 107 of the Standard Specifications is hereby modified to include the following: Environmental Controls The work of this section consists of obtaining permits and providing environmental controls consistent with regulatory permits through the duration of the work required under this project. A. Dust Control Application: 1. The CONTRACTOR shall execute work by methods to minimize raising dust from construction operations. 2. The CONTRACTOR shall provide and apply dust control at all times, including evenings, holidays and weekends, as required to abate dust nuisance on and about the site that is a direct result of construction activities. The use of non -approved chemicals, oil, or similar palliatives will not be allowed. Dust control agents may be used only after prior approval of the OWNER. The CONTRACTOR shall be required to provide sufficient quantities of equipment and personnel for dust control sufficient to prevent dust nuisance on and about the site. 3. The OWNER will have authority to order dust control work whenever in its opinion it is required, and there shall be no additional cost to the OWNER. The CONTRACTOR shall be expected to maintain dust control measures effectively whether the OWNER or ENGINEER specifically orders such Work. B. Preservation of Natural Features: Confine operations as much as possible. Exercise special care to maintain natural surroundings in an undamaged condition. Within the work limits, barricade trees, rock outcroppings, and natural features to be preserved. C. Housekeeping: Keep project neat, orderly, and in a safe condition at all times. Store and use equipment, tools, and materials in a manner that does not present a hazard. Immediately remove all rubbish. Do not allow rubbish to accumulate. Provide on -site containers for collection of rubbish and dispose of it at frequent intervals during progress of work. D. Disposal 1. Disposal of Waste (Unsuitable) Materials: All material determined by the ENGINEER to be waste will be disposed of in approved landfill in a manner meeting all regulations. Dispose of waste materials, legally, at public or private dumping areas. Do not bury wastes inside of the limits of construction. All costs for dump fees, permits, etc., to be borne by the CONTRACTOR. 2. Disposal of Garbage and Other Construction Materials: Provide sanitary containers/dumpsters and haul away contents such that no overflow exists. 21 SECTION 00100 INSTRUCTIONS TO BIDDERS South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS 3. Excess excavation shall become the property of the CONTRACTOR and shall be legally disposed of by him outside the limits of construction to an approved disposal site. Excess excavated material suitable for backfill shall not be disposed of until all backfill operations are complete. The CONTRACTOR is to immediately inform ENGINEER of any hazardous materials encountered during construction. Dispose of waste materials legally at private or public facilities. E. Burning: No burning of debris will be permitted. F. Water Control: A portion of the project work is located within a natural drainage course and is subject to periodic flooding due to rainfall and snowmelt, flows for adjacent developed areas and storm water pipes and ground water flows from saturated soils or other ground water sources. The CONTRACTOR is responsible for managing water within the construction site and protecting property. G. Noise Control: All mechanical equipment shall be equipped with the best available mufflers to reduce noise. The CONTRACTOR shall be responsible for obtaining any necessary permits and shall limit noise to the permitted levels. Noise level monitoring shall be performed by the CONTRACTOR as necessary to show that the permitted levels are not being exceeded. Permission from OWNER must be obtained prior to the operation of any machinery and/or vehicles between the hours of 6 p.m. and 7 a.m. H. Permits 1. All work must be performed in accordance with all applicable regulatory permits. It shall be the responsibility of the CONTRACTOR to obtain a Construction Dewatering Permit from the Colorado State Health Department for any dewatering operations that will be discharged into any drainageways, open channels, or irrigation ditches. The CONTRACTOR shall be responsible for any testing required under the Construction Dewatering Permit. The CONTRACTOR will obtain the following permits: City of Fort Collins Excavation on Public Property Permit It shall be the responsibility of the CONTRACTOR to prepare and obtain an approved Erosion and Sediment Control Plan from the OWNER. The CONTRACTOR must obtain all other applicable permits. 22 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: Subsection 108.03 shall include the following: Project Meetings A. Pre -Construction Conference: A Pre -Construction Conference will be held after Notice of Award and before the Notice to Proceed, the date, time and location will be determined after Notice of Award. The conference shall be attended by: CONTRACTOR and CONTRACTOR's Superintendent CONTRACTOR's Subcontractors ENGINEER OWNER Utility Companies Others as requested by the CONTRACTOR, OWNER, or ENGINEER. Unless previously submitted to the OWNER, the CONTRACTOR shall bring to the conference a tentative schedule of the construction project, include in the schedule shop drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: 1. CONTRACTOR's tentative Schedule 2. Permit applications and submittals, including Dewatering Permit, Erosion and Sediment Control Plan, and Traffic Control Plan 3. Transmittal, review and distribution of CONTRACTOR's submittals 4. Processing applications for payment 5. Maintaining record documents 6. Critical work sequencing 7. Field decision and change orders 8. Use of premises, office and storage areas, staging area, security, housekeeping, and OWNER's needs 9. CONTRACTOR's assignment of safety and first aid B. Construction Progress Meetings: Progress meetings will be conducted weekly or at some other frequency, if approved by the ENGINEER. These meetings shall be attended by the OWNER, the ENGINEER, the CONTRACTOR's representative and any others invited by these people. 23 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- REVISION OF SECTION 108 PROSECUTION AND PROGRESS The ENGINEER will conduct the meeting and the ENGINEER will arrange for keeping the minutes and distributing the minutes to all persons in attendance. The agenda of these project meetings will include construction progress, the status of submittal reviews, the status of information requests, critical work sequencing, review of strategies for connections into existing facilities, status of field orders and change orders, and any general business. The CONTRACTOR will prepare a "two week look ahead" schedule to facilitate coordination of work items. Subsection 108.04 shall include the following: Substantial Completion will be attained when the following conditions are met • Sidewalks, and bike lanes constructed and open in their final designed locations • All lanes and turn lanes complete • Landscaping is excepted • All signalization is completed • Temporary erosion features are in place if seeding and mulching are not finished Final Completion consists of the completion of all remaining construction work items within the project limits. Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. Saturday work will be allowed based on approval from the Engineer and a minimum of 48 hours notice. 24 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing asphalt mat within the project limits as shown on the plans or at locations directed by the Engineer. In subsection 202.02 delete the seventh paragraph and replace with the following: The existing asphalt mat which varies in thickness from 5.0 inches to 12 inches shall be removed in a manner that minimizes contamination of the removed mat with underlying material. The removed mat shall become the property of the Contractor and shall be disposed of outside the project site. Subsection 202.11 shall include the following: The removal of the existing asphalt mat will be measured by the square yard of mat removed to the required depth and accepted. Sawcutting will not be paid separately and shall be included in the cost for removal of asphalt mat. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Asphalt Mat Square Yard 25 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 202 REMOVAL OF MEDIAN (HORSETOOTH CIRCLE) Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work includes removal and disposal of existing raised landscape median located in Horsetooth Circle as directed by the Engineer. The existing sign, flag pole, and any other items identified by the Engineer shall be salvaged in good condition and placed in a secure location for pickup by others. Subsection 202.11 shall include the following: The removal of the existing median and all associated work will not be measured separately and will be paid for as lump sum each. The cost for restoring the pavement will be paid for by other items included in the contract. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Median (Horsetooth Circle) Lump Sum 26 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 203 PROOF ROLLING Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.13 shall include the following: Proof rolling will not be measured but shall be incidental to the work. Subsection 203.14 shall include the following: Proof rolling will not be paid for separately, but shall be included in the work. Pneumatic tire equipment and load required to achieve the desired weight will not be measured and paid for separately, but shall be included in the work. 27 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 207 TOPSOIL Section 207 of the Standard Specifications is hereby revised for this project as follows: 207.01 DESCRIPTION Subsection 207.01 is hereby revised to include the following: This work consists of removing existing on -site topsoil material, stockpiling the existing topsoil material and redistributing the existing topsoil material onto the re -graded slopes at a depth of 4 inches (minimum). The topsoil material shall be generally evenly distributed throughout the project limits. Any excess topsoil generated from this project shall be disposed of off -site and shall not be measured and paid for separately, but should be included in the cost of work. 207.04 METHOD OF MEASUREMENT Subsection 207.04 is hereby revised to include the following: Topsoil will not be remeasured, but payment shall be based on the quantity identified in the bid tabulation, unless the quantity of Topsoil is significantly changed during construction by an approved Change Order. Bid tabulation quantity is based on final in -place topsoil required to complete the construction. Haul required to redistribute stockpiled topsoil uniformly throughout the project limits shall not be measured and paid for separately, but shall be included in the work. 207.05 BASIS OF PAYMENT Subsection 207.05 is hereby revised to include the following: The contract unit price for topsoil shall be full compensation for all work necessary to complete the item including removing existing on -site topsoil material, stockpiling the existing topsoil material, haul, redistributing the existing topsoil material onto the re -graded slopes. Payment will be made under: Pay Item Pay Unit Topsoil (Stockpile and Redistribute) Cubic Yard 9§ South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised for this project as follows: Subsection 304.02 shall include the following: Materials for the base course shall be Aggregate Base Course (Class 6) as shown in subsection 703.03 The aggregate base course (Class 6) must meet the gradation requirements and have a resilient modulus of at least 32,883 p.s.i. (R>_78) when tested by the Hveem Stabilometer method. 29 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 403 HOT BITUMINOUS PAVEMENT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.02 shall include the following: The design mix for hot bituminous pavement shall conform to the following: TABLE 403-1 Test Value For Grading Property Method S(100) Patching Air Voids, percent at: N (initial) [for information CPL 5115 >11.0 >11.0 only] 3.5 — 4.5 3.5 — 4.5 N (design) Lab Compaction (Revolutions): N (initial) [for information CPL 5115 8 8 only] 100 100 N (design) Stability, minimum CPL 5106 30 30 Aggregate Retained on the 4.75 mm (No. 4) Sieve with at least 2 Mechanically CP 45 70 60 Induced fractured faces, % minimum Accelerated Moisture Susceptibility Tensile CPL 5109 Strength Ratio (Lottman), Method B 80 80 minimum Minimum Dry Split Tensile CPL 5109 205 (30) 205 (30) Strength, kPa(psi) Method B Grade of Asphalt Cement, PG 64-28 PG 64-28 Top Layer Grade of Asphalt Cement, PG 58-28 PG 58-28 Layers below To Voids in the Mineral See Table See Table Aggregate (VMA) % CP 48 403-2 403-2 minimum Voids Filled with Asphalt Al MS-2 65-75 65-75 VFA , % Note: Al MS-2 = Asphalt Institute Manual Series 2 Note: The current version of CPL 5115 is available from the Region Materials Engineer. Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. 30 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- REVISION OF SECTION 403 HOT BITUMINOUS PAVEMENT All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. CDOT Form #43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids 1.0% below the mix design optimum. TABLE 403-2 Minimum Voids in the Mineral Aggregate (VMA) Nominal Maximum Size', mm inches Design Air Voids " 3.5% 4.0% 4.5% 37.5 (1Y2) 25.0(1) 11.5 12.5 12.0 13.0 12.5 13.5 19.0 (3/4) 13.5 14.0 14.5 12.5 ('/2) 9.5 (%) 14.5 15.5 15.0 16.0 15.5 16.5 The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. * Interpolate specified VMA values for design air voids between those listed. 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. The hot bituminous pavement shall not contain any reclaimed asphalt pavement. Hot bituminous pavement for patching shall conform to the gradation requirements for Hot Bituminous Pavement (Grading S). A minimum of one percent hydrated lime by mass (weight) of the combined aggregate shall be added to the aggregate for all hot bituminous pavement. Acceptance samples shall be taken as per CP-41. Subsection 403.03 shall include the following: The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. 31 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. 12/03 Section 00100 Page 1 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -3- REVISION OF SECTION 403 HOT BITUMINOUS PAVEMENT Delete subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot bituminous pavement will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture. Payment will be made under: Pay Item Pay Unit Hot Mix Asphalt (Grading SG)(100)(PG 58-28) Ton Hot Mix Asphalt (Grading S)(100)(PG 64-28) Ton Hot Mix Asphalt (Patching)(Asphalt) Ton Aggregate, 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. When the pay item includes the PG binder grade, the asphalt cement will not be measured and paid for separately, but shall be included in the work. When the pay item does not include the PG binder grade, asphalt cement will be measured and paid for in accordance with Section 411. Asphalt cement used in Hot Bituminous Pavement (Patching) will not be measured and paid for separately, but shall be included in the work. Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the work. 32 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 411 BITUMINOUS MATERIALS Section 411 of the Standard Specifications is hereby revised for this project as follows: Subsection 411.01 shall include the following: This work consists of preparation and tack coat of existing asphalt pavement surfaces to be overlayed after completion of milling and prior to overlaying with hot asphalt paving. Also, the work consists of fog sealing the final pavement surface where temporary striping is to be removed. Subsection 411.03 shall include the following: Diluted emulsified asphalt for tack coat shall consist of 1 part emulsified asphalt and 1 part water. Actual rates of application shall be determined by the engineer at the time of application. For plan quantities of bituminous materials, the following rate of application was used: Diluted emulsified asphalt (slow -setting) at 0.10 gallons per square yard (diluted) A tack coat is required prior to the placement of subsequent lifts of HMA. Before placement of the tack coat, the contractor shall clean the roadway to the satisfaction of the engineer. Subsection 411.05 shall include the following: Payment will be made under: Pay Item Emulsified Asphalt (Slow -Setting) Pay Unit Gallon 33 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 601 MISCELLANEOUS CONCRETE Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.02 shall change to include the following: All concrete Class B (curb, gutter, sidewalk, medians, miscellaneous paving) shall meet the following requirements: Required Field Compressive Strength 4500 psi at 28 days Water Cement Ratio 0.45 maximum Air Content 5-8% 34 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 603 CULVERT EXTENSIONS Section 603 of the Standard Specifications is hereby revised for this project as follows: Subsection 603.12 shall include the following: Removal of damaged ends of culverts to extend the culverts will not be paid for separately but shall be included in the work. 35 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 608 DETECTABLE WARNINGS Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This work includes the installation of detectable warnings on concrete curb ramps at the locations shown on the plans and in accordance with the plans. Subsection 608.02 shall include the following: Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans. Domes shall be prefabricated by the manufacturer as a pattern on concrete or masonry pavers. Pavers shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes, and when installed, shall be capable of producing the pattern of domes as shown on the plans. Pavers shall meet the requirements of ASTM C 902 or ASTM C 936. Alternate materials may be used, if pre -approved by the Engineer. The Contractor shall submit a sample of the product, the name of the selected supplier, and documentation that the product meets all contrast requirements and will be fully compatible with the curb ramp surface to the Engineer for approval prior to start of work. Known vendors of alternate products include but are not limited to the following: VENDOR NAME PRODUCT PHONE NUMBERS Armor -Tile Cast -in -Place Engineered Plastics, Inc. or Modular Paver 800-682-2525 Detectable Warning System TMA Construction Supply CAST in TACT Warning 303-295-6050 Panels East Jordan Iron Works, Inc. Truncated Dome Plates 800-626-4653 The domes and the underlying surface shall have a minimum of 70% contrast with the light reflectivity of the adjoining surface. The contrast shall be verified using the following equation: Contrast = B' B2 x I00 Bi Where B, = Light Reflectance Value (LRV) of the lighter area Bz = LRV of the darker area Absolute black and white will not be permitted. M. South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- REVISION OF SECTION 608 DETECTABLE WARNINGS The contrast shall be achieved by adding pigment during the fabrication of the paver. Prior to start of work, the Contractor shall submit appropriate documentation from the manufacturer verifying that the contrast has been met, along with a sample paver, to the Engineer for approval. Bedding and joint sand shall be free of deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. Sand for bedding material shall conform to ASTM C 33. Sand that is to be placed between joints shall conform to ASTM C 144. Subsection 608.03 shall include the following: (g) Detectable Warnings. Pre -fabricated pavers for detectable warnings shall be brought to the site in steel banded, plastic banded or plastic wrapped cubes capable of being transported by a fork lift or clamp lift. Pavers shall be carefully removed and stacked in a manner which results in the least amount of damage. All pavers that are damaged during transport or delivery will be rejected and shall be replaced at the Contractor's expense. Minor cracks or chipping due to transport and handling that do not interfere with the structural integrity of the paver or the overall pattern of truncated domes will not be deemed as grounds for rejection. The Contractor shall spread the bedding sand evenly in the area defined and shall screed the sand to an appropriate embedment depth as shown on the plans or as directed by the Engineer. Sufficient sand should be placed to stay ahead of laid pavers Pavers shall be placed in a running bond pattern. Domes shall be aligned to create a square grid in the predominant direction of travel as shown in the plans. Pavers shall be installed such that the base of the truncated dome is at the same elevation as the adjoining surface, allowing for a smooth transition between the curb ramp and the detectable warning. When cut pavers are required to fill gaps between the pavers and the edge of concrete, the Contractor shall bevel portions of the truncated domes at a 45-degree angle to create a smooth transition between the partial dome and the curb ramp surface. Unless otherwise directed by the Engineer, pavers shall be cut and installed in such a manner that the domes on the cut sections will not significantly impact the overall pattern of the truncated domes. The Contractor shall use a plate vibrator to embed the pavers into the sand. The size and type of plate vibrator shall be in accordance with manufacturer's recommendations, or as directed by the Engineer. All pavers that are damaged during embedment shall be replaced at the Contractor's expense. Joint spacing between paver units shall be in accordance with the manufacturer's recommendations, or as approved by the Engineer. Joints shall be filled completely with joint sand. Excess sand shall be removed by sweeping. (h) Alternate products. Alternate materials shall be installed in accordance with manufacturer's recommendations. 37 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -3- REVISION OF SECTION 608 DETECTABLE WARNINGS The concrete surface to which alternate materials are to be applied shall be prepared in accordance with manufacturer's recommendations. Material requirements, color and application shall be in accordance with manufacturer's recommendations and as approved by the Engineer. Subsection 608.05 shall include the following: Detectable warnings on curb ramps, including sand, pavers, alternate materials, and all other work and materials necessary for fabrication, transport, and installation will not be measured and paid for separately, but shall be included in the work. 38 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 609 CURB AND GUTTER Section 609 of the Standard Specifications is hereby revised for this project as follows: Subsection 609.01 shall include the following: This work consists of the construction of combination curb, gutter, and bikeway in accordance with these specifications and in conformity with the plans. Subsection 609.07 shall include the following: PAYMENT WILL BE MADE UNDER: Pay Item Pay Unit Curb and Gutter, Type 2 (Special 6' Bikeway) Linear Foot 39 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 610 MEDIAN COVER MATERIAL Section 610 of the Standard Specifications is hereby revised for this project as follows: Subsection 610.01 shall include the following: This work shall include the construction of colored concrete (exposed aggregate) in accordance with these specifications and in conformity with the plans. Subsection 610.02 shall include the following: Color of concrete shall be San Diego buff, exposed aggregate finish. Provide finished material/color samples to the City for review prior to any work. 40 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 614 TRAFFIC CONTROL DEVICES Section 614 of the Standard Specifications is hereby revised for this project to include the following: Section 614.01 shall include the following: The City of Fort Collins will furnish and install all permanent traffic control signing including removal of existing ground signs for the project. The City of Fort Collins will furnish and install permanent traffic signals including removal of existing signal equipment for the project. The Contractor is required to coordinate with the City for the completion of the work. The Contractor will furnish and install underground traffic signal conduits and pull boxes 41 3.2. In accordance with Section 8-160 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 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 12/03 Section 00100 Page 2 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 619 AND 623 WATERLINES AND IRRIGATION SYSTEM Section 619 and 623 of the Standard Specifications is hereby revised for this project to include the following: Section 623.01 shall include the following: The work shall include furnishing and constructing an irrigation system for the property at the northwest corner of Taft Hill Road and CR-38E (JJ's Country Corner). The system will be connected to the existing service to the property located on Horsetooth Circle west of Taft Hill Road. Section 623.32 and 623.33 shall replaced with the following: All work to furnish and construct the irrigation system complete in place as shown in the plans and as directed by the engineer will not be measured separately and will be paid for as one lump sum. The anticipated items and estimated quantities are as follows: Item Description Size Units Quantity Unit Price Extended Price i PVC SLEEVE — CLASS 200 B.E. 2" LF 120 $5.00 $600.0 2 CL200 B.E. MAINLINE INCLUDING 1" LF 540 $4.00 $2,160.00 FITTINGS 3 PVC — CLASS 200 B.E. LATERAL LINE 1" LF 1,800 $4.00 $7,200.00 4 REDUCED PRESSURE PRINCIPLE 3/4" EA 1 $2,000.00 $2,000.00 BACKFLOW PREVENTER 5 BACKFLOW PREVENTER EA 1 ENCLOSURE AND CONCRETE PAD 6 RAINBIRD 3RC QUICK COUPL. VALVE 1" EA 3 $200.00 $600.00 ASSEMBLY PER DETAIL 7 GATE VALVE W/ 10" RD VALVE BOX 1" EA 1 $100.00 $100.00 ASSEMBLY PER DETAIL 8 CONTROL WIRE (RED-HOT AND # 14 LF 4,300 $0.15 $645.00 BLUE -SPARES 9 COMMON WIRE AND SPARE # 14 LF 400 $0.15 $60.00 WHITE/BLUE 10 RAIN BIRD PEB-1" R.C.V. ASSEMBLY 1" EA 20 $100.00 $2,000.00 PER DETAIL 11 • MASTER VALVE AND FLOW SENSOR # 14 LS WIRES BLACK/GREEN 12 RAIN BIRD ESP -MC W/ PED. CLOCK P4 STA EA 1 $2,500.00 $2,500.00, ASSEMBLY PER DETAIL 13 RAINBIRD 1800 SAM/PRS W/ PLST. 4" EA 161 $10.00 $1610.00 NOZ ASSEMBLY PER DETAIL 14 HUNTER 1-20 ROTOR ASSEMBLY 4" EA 12 $100.00 $1,200.00 PER DETAIL 15 TRENCHING — MAINLINE — 26" LF 540 16 TRENCHING — LATERAL LINE — 18" LF 1,800 17 POINT OF CONNECTION PER SPECS, 3/4" EA 0 DETAILS, SPECIAL COND. — 1.5" 18 IRRIGATION TURNOVER ITEMS PER LS 1 SPECS TOTAL $20,675.00 42 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- REVISION OF SECTION 619 AND 623 WATERLINES AND IRRIGATION SYSTEM This is an approximation of the work that will be required. Actual field conditions may be different. PAYMENT WILL BE MADE UNDER: Pay Item Pay Unit Irrigation System (CIP) (JJ'S Country Corner) Lump Sum Structure excavation and backfill including compaction and water will not be paid for separately, but shall be included in the work. 43 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 625 CONSTRUCTION SURVEYING Section 625 of the standard Specifications is hereby revised for this project as follows: Subsection 625.01 is hereby revised to include the following: All existing survey monuments and.property corner located outside of the project grading limits as defined on the plans that are damaged or destroyed by the Contractor will be replaced at the Contractor's expense. All existing survey monuments and property corners located within the project grading limits which are intended to remain in place and intact as defined on the plans shall be protected by the Contractor. Where necessary monuments, property corners, and section corners will be adjusted or replaced by the City for this project. Control Location of horizontal and vertical control points will be provided at approximately 1000-foot intervals. Monuments will beset outside the limits of construction. 2. Easements and Right of Way Temporary construction easements (TCE) and those portions of right of way between TCE's will be staked at 100 foot intervals on tangents, PCs, 50 foot intervals on curves, angle points and corner points. Excavation and Embankment a. One set of slope stakes at 50-foot intervals (stations) on each side of the proposed road including intersections. Staking information to include cut/fill for • "limit of cut" or "limit of fill" location • decision point (ditch flowline or grade break) • edge of pavement • roadway centerline b. One set of shoulder and/or curb stakes at 50-foot stations on each side of the road including intersections. c. One set of slope or shoulder stakes for the grading of each driveway and field access. d. Ditch grades shall be defined by the slope staking described above. 4. Storm Drainage One set of offset stakes for each storm drain pipe and inlets. 5. Utility Crossing One set of offset stakes for the utility conduit crossings. 6. Subarade and Paving a. One set of blue top subgrade stakes at 50-foot stations on tangents, PCs and PT's after completion of the subgrade preparation. Stakes to be set at 25-foot stations for horizontal curves with a radius less than 1,000 feet and at all vertical curves. Blue tops will be set on centerline and the edge of pavement on both sides of the roadway. These blue tops will remain in place to be used for the aggregate base course or paving operations. 44 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- REVISION OF SECTION 625 CONSTRUCTION SURVEYING 7. Signs One set of stakes to locate each sign 8. Delineators No survey will be provided. The Contractor shall install delineators as specified in the plans. 9. Striping City of Fort Collins will provide layout of all temporary pavement striping for the Contractor. 10. Mailboxes, Newspaper Boxes and Address Posts No survey will be provided. The Contractor shall reset all mailboxes, newspaper boxes and address posts per agreement with the property owner and approval by the Engineer. 11. Property Corners and Section Corners Reset property corners located along the right of way and section corners within the project grading limits. 45 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 627 PAVEMENT MARKING Section 627 of the Standard Specifications is hereby revised for this project as follows: Subsection 627.01 shall include the following: The City of Fort Collins will furnish and install all permanent pavement markings and signing for the project. The contractor is required to coordinate with the City for the completion of the work. South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 TRAFFIC CONTROL PLAN - GENERAL The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.09. The components of the TCP for this project are included in the following: • City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Department of Transportation), or applicable statutory requirements of authority having jurisdiction. Fort Collins Handbook takes precedence over Manual of Uniform Traffic Control Devices • Section 630 of the specifications. • Revision of Sections 100, 104, and 108 of these Project Specifications • Standard Plan S-630-1, Traffic Controls for Highway Construction, Case and Standard Plan S-630-2 • Schedule of Construction Traffic Control Devices • Temporary and Permanent Traffic Signal Plans • Signing and Striping Plans • Construction phasing plans • Detour plans Special Traffic Control Plan requirements for this project are as follows: A. The Recommended Phasing Plan provided in the Contract Documents is to be used as a guideline for the CONTRACTOR. The CONTRACTOR shall submit his own detailed Traffic Control Plan for approval by the OWNER. The submittal shall be made at least two weeks before implementation of any element of the plan. Adjustments to the approved plan may be required by the OWNER based on actual traffic operation. B. Short -duration closures of City streets are allowed as shown in the Recommended Phasing Plans. C. During all phases of construction a minimum of one eleven -foot lane in each direction shall remain open on Taft Hill Road, except as shown in the recommended phasing plan or as approved by the City. D. The CONTRACTOR shall maintain pedestrian and bicycle movements through the project site. The Traffic Control plan shall address the method of handling these movements. E. During all phases of construction, a minimum of one lane in each direction plus left turn lanes shall remain open through the intersection at CR-38E (Harmony Road), except as shown in the recommended phasing plan or as approved by the City. F. The CONTRACTOR shall, at all times, provide for emergency vehicle access into and through the construction site. G. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. H. Keep fire hydrants and water control valves free from obstruction and available for use at all times. 47 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- TRAFFIC CONTROL PLAN - GENERAL I. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. J. Provide and maintain continual temporary access for businesses and residences. K. Roadway Usage Between Operations - At all times when work is not actually in progress, CONTRACTOR shall make passable and shall open to traffic such portions of the project and temporary roadways or portions thereof as may be agreed upon between CONTRACTOR and OWNER and all authorities having jurisdiction over any properties involved. L. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless allowed by the Engineer. M. During the resurfacing work, only one lane may be closed to traffic at any time. Traffic shall not be delayed for more than 15 minutes or as directed by the Engineer. N. The CONTRACTOR shall coordinate Traffic Control activities with the City of Fort Collins Traffic Engineering and Electric Departments to assure that work activities by those departments are coordinated with the CONTRACTORS activities. At the least 48 hours notice is required. Staging of Permanent Traffic Signals and Construction Signing/Striping with Permanent Signing/Striping shall be established with the City's Traffic Department and reflected in the Traffic Control Plan and Schedule. O. Night construction activities are not allowed. P. The CONTRACTOR shall maintain 11' (minimum), 12' (desirable) lanes throughout the project unless otherwise noted in the Construction Phasing plans. Q. The CONTRACTOR shall maintain the condition of all pavements including temporary widening and driveways, as directed by the Engineer. Any improvements necessary will be the responsibility of the CONTRACTOR and included in the price bid for Traffic Control. HJ South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.01 shall include the following: The Contractor shall submit detailed traffic control plans (TCP) with the proposed method for handling traffic (MHT). A traffic control phasing overview is provided in the plans. for guidelines in the preparation of the MHT's. Upon approval, a copy of the approved MHT shall be available at the project site at all times. Subsection 630.09 shall include the following: The Contractor is allowed to close South Taft Hill Road between CR 38E (Harmony Road) and Horsetooth Road specifically for the construction of the storm sewer located between STA 31+50 and STA 37+25 and for top -lift paving. No closures for additional construction are allowed. The following requirements apply for the proposed road closure: • Closure of South Taft Hill Road between CR 38E (Harmony Road) and Horsetooth Road are limited to five (5) consecutive days maximum (a second options is for closure over two weekends, Sat. & Sun.) • Contractors work hours are limited to be between 6:00 AM and 7:00 PM • Contractor must have Traffic Control and Detour Plan approved a minimum of two (2) weeks prior to the proposed closure date. • Local access shall be maintained to properties that directly connect to South Taft Hill Road or where access is required via use of streets within this section • A traffic detour route will be located on Horsetooth Road (between South Taft Hill and Shields), on Shields (between Horsetooth and Harmony Road), and on Harmony Road (between Shields and South Taft Hill). The contractor shall coordinate the MHT plans with the proposed South Taft Hill Road detour south of Harmony Road (CR 38E) that is part of a separate project. At no time is the contractor allowed to close the South Taft Hill Road and Harmony Road (CR 38E) intersection while this road closure is in place. The Springfield Court roadway connection to South Taft Hill Road is the only access to the Springfield Court apartments. The contractor shall make special arrangements so that access is maintained during construction activities at this intersection. There is a fire access to the apartments, located at STA 27+40 that may be used temporarily to maintain access. The temporary access shall be improved to the satisfaction of the Engineer. Subsection 630.15 shall include the following: Payment for traffic control shall be lump sum including all items necessary to complete the work except flagging and portable message sign panel will be paid for by individual items. No other traffic control items will be paid for separately. The total number of flagging hours has been estimated for the project. Payment will be in accordance with section 630.14 of the Standard Specification. The contractor shall provide estimates of the projected number of flagging hours that will be required. The estimate shall be provided and updated weekly for the upcoming two week period. 49 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Two portable message signs will be required for the project for the proposed closure of Taft Hill Road described previously. PAYMENT WILL BE MADE UNDER: Pay Item Pay Unit Flagging Hour Portable Message Sign Panel Day Traffic Control Lump Sum -Ti, South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 REVISION OF SECTION 702 SUPERPAVE PG BINDERS Section 702 of the Standard Specifications is hereby revised for this project as follows: Subsection 702.01(a) shall include the following: Asphalt cement shall not be acid modified or alkaline modified. Asphalt cement shall not contain any used oils that have not been re -refined for resale. In addition, no modifiers shall be added that do not comply with environmental rules and regulations including 40 CFR Part 261.6(a) (3) (v), and part 266/Subpart C. Modifiers shall not be carcinogenic. The supplier of the PG binder shall be certified in accordance with CP 11. 51 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 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. 12/03 Section 00100 Page 3 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 UTILITIES The followina Utilities are known to be within the Droiect limits: Utility/Agency Contact Phone Sanitary Sewer - City of Fort Collins Roger Buffington (970) 221-6700 Utilities Department P.O. Box 580 Ft. Collins, CO 80522 Water — City of Fort Collins Roger Buffington (970) 221-6700 Utilities Department P.O. Box 580 Ft. Collins, CO 80522 Water — Fort Collins Loveland Water Jay East (970) 221-6814 District 5150 Snead Road Fort Collins, CO 80525 Storm Water — City of Fort Collins Glen Schlueter (970) 224-6065 700 Wood Street P.O. Box 580 Fort Collins, CO 80522 Electric — City of Fort Collins Doug Martine (970) 224-6153 Utilities Department P.O. Box 580 Fort Collins, CO 80522 Gas — Excel Energy Steve Roth (970) 225-7840 1901 E. Horsetooth Road Fort Collins, CO 80525 Telephone — Qwest Bill Johnson (970) 377-6401 3351 Eastbrook Drive Fort Collins, CO 80525 Cable TV — AT&T Broadband Dennis Greenwalt (970) 484-7166 1201 University Avenue Fort Collins, CO 80521 Electric — Poudre Valley REA Jim Byrne Phone: (970)226-1234 7649 REA Parkway Fax: (970)226-2123 Fort Collins, CO 80528 email: pvrea@pvrea.com The work described in these plans and specifications will require coordination between the Contractor and the utility companies in accordance with subsection 105.10 in conducting their respective operations, so the utility work can be completed with minimum delay to all parties concerned. The Contractor will be required to provide traffic control for any utility work expected to be coordinated with construction, as directed by the Project Engineer. The Contractor shall coordinate expected relocation completion schedules with each utility after notice to proceed. The Contractor shall complete a project schedule and updates to that schedule so that the project will be completed in the time frame allowed in this contract considering utility relocations and utility coordination at the time of construction. specifications, and as directed by the Engineer. The Contractor shall keep the utility companies advised of any work being done to their facilities, so that the utility companies can coordinate their inspections for final acceptance of the work with the Engineer. Provide written notice to each utility company, with a copy to the Engineer, prior to any work by a utility company that is to be coordinated with project construction. A minimum of three (3) calendar weeks of prior notice is required. 52 South Taft Hill Road Improvements March 15, 2006 Project Special Provisions City Bid No. 5972 -2- UTILITIES For the City of Fort Collins Sanitary Sewer - The Contractor shall adjust and reset existing facilities (manhole adjustments) as shown on the plans. For the City of Fort Collins and Loveland Fort Collins Water District water facilities - The Contractor shall adjust and reset existing facilities (manhole, water valve, water meter adjustments and hydrant and vent pipe resets), as shown on the plans. For the City of Fort Collins Electric - The Contractor shall coordinate the adjustment of manholes, pullboxes, and pedestals as shown on the plans and as necessary. For the City of Fort Collins Storm Sewer - The Contractor shall adjust and reset existing facilities (manhole adjustments) and install new storm sewer and appurtenances as shown on the plans. The work will include the removal and adjustment of existing facilities as necessary. The following utility work is anticipated and shall be performed by the Utility Company or their agents. Additional work may be necessary and all Improvement shall be coordinated by the CONTRACTOR as required for completion of the project. For the City of Fort Collins and Loveland Fort Collins Water District water facilities - Field locate existing utility locations. The City of Fort Collins Electric — Adjust and/or reset electric vault and manhole located at STA 20+05 RT. Reset electrical vault and poles. Reset electric pedestals as shown on plans and as required. Poudre Valley REA — Relocate utility pole anchor cable on south side of CR 38E for new driveway to Taranow property. Xce/ Energy— Adjust existing gas meters as shown on plans. Relocate existing gas line in conflict with storm sewer pipe at Station 32+25. Owest— Relocate telephone line between STA 26+50 and 32+30 and STA 19+15 to 19+40 left for construction of the proposed storm sewer. Reset telephone pedestals as shown on plans and as required. AT&T Broadband - Relocate cable TV line between STA 26+50 and 32+30 and STA 19+15 to 19+40 left for construction of the proposed storm sewer. Reset pedestals as shown on plans and as required. General - The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements"), when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least three (3) business days prior to commencing such operations. Contact the Utility Notification Center of Colorado (UNCC) to have locations of UNCC-registered lines marked by member companies. Call 1-800-922-1987 for locate requests outside the Denver Metro area. All other underground facilities shall be located by the contacting the respective company. Utility service laterals shall also be located prior to beginning excavation or grading. All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in the work. 53 GEOTECHNICAL ENGINEERING REPORT SOUTH TAFT HILL ROAD IMPROVEMENTS HORSETOOTH ROAD SOUTH TO HARMONY ROAD (LCR 38E) FORT COLLINS, COLORADO TERRACON PROJECT NO.20045168 June 13, 2005 Prepared for. POST, BUCKLEY, SCHUH & JERNIGAN, INC. 5500 GREENWOOD PLAZA BLVD. — SUITE 150 GRENWOOD VILLAGE, COLORADO 80111 ATTN: MR. DANIEL LIDDLE, P.E. Prepared by. Terracon 301 North Howes Street Fort Collins, Colorado 80521 Irerracon June 13, 2005 PBS&J, Inc. 5500 Greenwood Plaza Boulevard — Suite 150 Greenwood Village, Colorado 80111 Attn: Mr. Daniel Liddle, P.E. Irerracon Consulting Engineers & Scientists 301 North Howes • P.O. Box 503 Fort Collins, Colorado 80521-0503 Phone 970.484.0359 Fax 970.484.0454 www.terracon.com Re: Geotechnical Engineering Report — Pavement Evaluation South Taft Hill Road Improvements — Horsetooth Road to CR 38E (Harmony Road) Fort Collins, Larimer County, Colorado Terracon Project No. 20045168 Terracon has completed the geotechnical engineering subsurface exploration and pavement design evaluation for the proposed roadway improvements along South Taft Hill Road from Horsetooth Road and continuing south approximately %-miles to Larimer County Road 38E (Harmony Road) in southwest Fort Collins, Colorado. Also included with this project will be improvements at the intersection of South Taft Hill Road and LCR 38E to the west. We understand no major or minor structures are anticipated for this project. This study was performed in general accordance with our Proposal No. D2004271 dated July 26, 2004, as well as the Larimer County Urban Area Street Standards (LCUASS) pavement design guidelines. The results of our pavement evaluation/assessment including the boring location diagram, field and laboratory test results, design criteria and the pavement thickness recommendations for the project are attached. We appreciate the opportunity to be of service to you on this phase of your project. If you have any questions concerning this report, or if we may be of further service to you, please do not hesitate to contact us. Sincerely, TERRACON David A. Richer, P.E. Geotechnical Engineer/Department Manager Reviewed by: Douglas J. Jobe, P.E. Regional Manager Copies to: Addressee (3) City of Fort Collins — Engineering Department (4): Mr. Dean Klingler, P.E. Larimer County Engineering Department (2): Mr. Rusty McDaniel, P.E. TST, Inc. — Consulting Engineers (2): Mr. Steve Humann, P.E. Delivering Success for Clients and Employees Since 1965 More Than 60 Offices Nationwide TABLE OF CONTENTS Page No. Letterof Transmittal.................................................................................................................. ii INTRODUCTION...................................................................................................................1 PROJECT DESCRIPTION....................................................................................................1 SITEEXPLORATION............................................................................................................2 FieldExploration..........................................................................................................2 LaboratoryTesting........................................................................... .......2 ..................... SITECONDITIONS...............................................................................................................3 SUBSURFACE CONDITIONS..............................................................................................4 Soil and Bedrock Conditions........................................................................................4 Field and Laboratory Test Results...............................................................................4 Groundwater Conditions..............................................................................................5 GEOTECHNICAL ENGINEERING RECOMMENDATIONS..................................................5 Geotechnical Considerations.......................................................................................5 Pavement Design and Construction.............................................................................6 DetentionPonds........................................................................................................10 Earthwork...................................................................................................................11 General Considerations....................................................................................11 SitePreparation................................................................................................11 SubgradePreparation.......................................................................................12 Fill Materials and Placement.............................................................................12 Corrosion Protection.........................................................................................13 General Considerations for Fly ash Subgrade Preparation...............................13 FlyAsh Placement............................................................................................13 Compaction of Fly Ash and Soil Mixture...........................................................14 Curing...............................................................................................................15 GENERALCOMMENTS.....................................................................................................15 APPENDIX A Vicinity Map — Figure No. 1 Test Boring Location Plan — Figure No. 2 Log of Boring Nos. 3 through 23 APPENDIX B Laboratory Test Results Pavement Analysis — AASHTO/LCUASS Design Data Sheets APPENDIX C General and Pavement Notes GEOTECHNICAL ENGINEERING REPORT SOUTH TAFT HILL ROAD IMPROVEMENTS - APPROXIMATELY %-MILES HORSETOOTH ROAD SOUTH TO HARMONY ROAD (LCR 38E) FORT COLLINS, COLORADO TERRACON PROJECT NO.20045168 June 13, 2005 INTRODUCTION This report contains the results of our pavement design evaluation for the proposed roadway improvements along South Taft Hill Road from Horsetooth Road and continuing south approximately '/-miles to Larimer County Road 38E (Harmony Road) in southwest Fort Collins, Colorado. Also included with this project will be improvements at the intersection of South Taft Hill Road and LCR 38E to the west. We understand no major or minor structures are anticipated for this project. This study was completed in general accordance with the Larimer County Urban Area Street Standards (LCUASS) pavement design guidelines. The alignment of South Taft Hill Road provides the eastern boundary of the Northeast Y of Section 33 and the western boundary of the Northwest % of Section 34 Township 7 North, Range 69 West of the 61h Principal Meridian, Larimer County, Colorado. A vicinity map depicting the location of the subject site is enclosed as Figure No. 1 in Appendix A. The purpose of this report is to provide existing pavement thicknesses and geotechnical engineering design criteria for the proposed site improvements. The conclusions and recommendations contained in this report are based upon the results of field and laboratory testing, engineering analyses, our experience with similar soil conditions and our understanding of the proposed project. PROJECT DESCRIPTION The project as we understand is to improve the existing 2-lane arterial roadway with left turn at Horsetooth Road and LCR 38E, ultimately into a 4-lane arterial with various turn lanes and a center, median. Also included with this project will be improvements to the western portion of the intersection of South Taft Hill Road and LCR 38E. We understand no major or minor structures are anticipated for this project. The improvements for the South Taft Hill Roadway alignment and the southern intersection are to be designed and conducted in general accordance with the Larimer County Urban Area Street Standards (LCUASS) pavement design criteria. 1 Geotechnical Engineering Report lrerracan PBS&J, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 SITE EXPLORATION The scope of the services performed for this portion of the project included a site reconnaissance by an engineering geologist, a subsurface exploration program, laboratory testing and engineering analyses. Field Exploration For this project a total of twenty-one (21) test borings and two (2) concrete pavement cores were drilled throughout the proposed roadway and intersection improvements on March 2 and 3, 2005, at the general locations as shown on the enclosed Test Boring Location Diagram, Figure No. 2. At location Nos. 1 and 2, we were requested to core the existing concrete pavement section and evaluate the thickness and compressive strength characteristics. Results are discussed later in this report. Test Boring Nos. 3 through 21 were drilled to approximate depths of 10 to 15-feet below existing site grades throughout the proposed roadway alignment. Test Boring Nos. 22 and 23 were located in the vacant parcel of land situated at the northeast comer of Harmony Road and South Taft Hill Road in an effort to provide soil, bedrock and groundwater profile conditions for possible consideration as a future detention pond area. All test borings were advanced with a truck -mounted drilling rig, utilizing 4 and 6-inch diameter solid stem augers. Lithologic logs of each boring were recorded by the engineering geologist or geotechnical engineer during the drilling operations. At selected intervals, samples of the subsurface materials were taken by driving a split -spoon or ring barrel sampler. Composite samples were obtained at various test borings for further laboratory analyses to determine the subgrade strength characteristics. Penetration resistance measurements were obtained by driving the split -spoon and ring barrel sampling devices into the subsurface materials with a 140-pound hammer falling 30 inches. The penetration resistance value is a useful index in estimating the consistency, relative density or hardness of the materials encountered. Groundwater conditions were evaluated in each boring at the time of site exploration. The borings were backfilled after completion of the drilling operations as part of our permit process; therefore, stabilized groundwater measurements were not obtained. Laboratory Testing All samples retrieved during the field exploration were returned to the laboratory for observation by the project geotechnical engineer and were classified in accordance with the Unified Soil Classification System described in Appendix C. Samples of bedrock were classified in PA Geotechnical Engineering Report PBSU, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 lferracon accordance with the general notes for Bedrock Classification. At that time, the field descriptions were confirmed or modified as necessary and an applicable laboratory testing program was formulated to determine engineering properties of the subsurface materials. Boring logs were prepared and are presented in Appendix A. Laboratory tests were conducted on selected soil samples. The test results were used for the geotechnical engineering analyses, and the development of pavement and earthwork recommendations. All laboratory tests were performed in general accordance with local or other accepted standards. Selected soil and concrete core samples were tested for the following engineering properties: • Water Content • Dry Density • Swell -Consolidation • R-Value • Plasticity Index/Soil Classifications SITE CONDITIONS • Grain -Size Distribution • Water Soluble Sulfates • Resistivity • pH • Concrete Compressive Strength Characteristics The site for the proposed roadway and intersection improvements is located along South Taft Hill Road from Horsetooth Road and continuing south approximately 9/4-miles to the intersection of Larimer County Road (LCR) 38E/Harmony Road in southwest Fort Collins, Colorado. South Taft Hill Road is classified as a 2-lane arterial by the City of Fort Collins — Engineering Department. At the intersection with Horsetooth Road, and continuing approximate 250-linear feet south, the existing pavement consists of an approximate 8 to 10-inch section of Portland Cement Concrete. We understand this portion of the roadway is not part of the proposed improvement project. The remaining existing pavement section, generally consists of approximately 5 to 12-inches of Hot Mix Asphalt (HMA) underlain by approximately 2 to 8-inches of an aggregate base course (ABC), and exhibits slight signs of pavement distress with random transverse, longitudinal, and alligator cracks. The roadway presently does not have concrete curb and gutter in place. The drainage generally consists of earthen drain swales and reinforced concrete pipes (RCP) with the final discharge to storm drain inlets. We understand additional fill material may be required to elevate the widened portions and to improve surface drainage. Surrounding the project area along the eastern portion is predominantly single-family residential property. A mobile home park is located at the southwest corner South Taft Hill and Horsetooth Road with an existing multi- family residential development further to the south. The habitat for Humanity Home Store is 3 Geotechnical Engineering Report PBS&J, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 lferracon located south of the multi -family property and an existing gas station/convenience store and carwash facility is located at the northwest corner of South Taft Hill and LCR 38E. SUBSURFACE CONDITIONS Soil Conditions At the surface of Test Location Nos. 1 and 2, concrete core samples were taken and revealed approximately 8 to 10-inches of Portland Cement Concrete pavement. Subgrade samples were not obtained at these two locations, only concrete thickness and compressive strengths were determined. The subsurface soils encountered within the remaining pavement related borings, (i.e. Nos. 3 through 21) revealed an approximate 5 to 12-inch section of existing HMA, underlain by approximately 2 to 8-inches of an aggregate base course material. Sandy lean clay and clayey sand with trace amounts of gravel fill material was encountered at the surface of Boring Nos. 22 and 23, (borings drilled within the proposed detention pond area) and beneath the pavement sections and extended to the native soils below, at approximate depths of 1 to 6-feet below site grades. The native sandy lean clay, clayey sand or silty sand lenses were beneath the fill material at approximate depths of 1 to 6-feet below site grades and extended to the depths explored, or to the fine to coarse granular strata below. Silty sand and silty sand with gravel layers were encountered in Boring Nos. 7, 8, 12, and 20 through 22, and extended to the depths explored or to the weathered bedrock below. Siltstone/claystone bedrock was encountered in Boring No. 21 at an approximate depth of 12-feet below site grades and extended to the depths explored. The stratification boundaries shown on the enclosed boring logs represent the approximate locations of changes in soil types; in -situ, the transition of materials may be gradual. The subsurface soil, bedrock and groundwater conditions are presented on the Logs of Borings included in Appendix A of this report. Field and Laboratory Test Results Field tests indicate the fill material and the native slightly cohesive soils are medium stiff to stiff in consistency and exhibit low to moderate .swell potential and low to moderate subgrade strength characteristics. The fine to coarse .granular soils are loose to medium dense to dense in relative density and exhibit non -to -low swell potential and moderate subgrade strength characteristics. The bedrock, where encountered was weathered to moderately hard and generally is prone to have moderate swell potential. 4 Geotechnical Engineering Report PBS&J, Inc. — South Taft Hill Road Improvements Fort Collins, Larlmer County, Colorado Project No. 20045168 lrerraran As part of this exploration, we were requested to provide existing concrete pavement thickness verification and compressive strength characteristics for the portion of roadway located near the intersection of South Taft Hill Road and Horsetooth Road. A total of 2 concrete cores were taken within the roadway alignment on March 3, 2005, at the general locations as shown on the enclosed Test Boring Location Diagram, Figure No. 2, and are identified as Core Nos. 1 and 2. The concrete cores were taken by a coring subcontractor, C & S Concrete Cutting Company, LLC, of Loveland, Colorado using an approximate 4-inch outside diameter core barrel. The existing concrete pavement in each of these two cores revealed an approximate thickness of 8-inches at Core No. 1 and an approximate thickness of 10-inches at Core No. 2. The cores taken on March 3, 2005, were retrieved by Terracon personnel and were returned to the laboratory for further compressive strength testing. The 7-day air-dry compressive strengths for each core were 7,690 pounds per square inch (psi) and 4,960 psi respectively. Groundwater Conditions Groundwater was not encountered in any of the test borings drilled to maximum depths of 10 to 15-feet below site grades during the initial drilling operations. After completing the drilling operations, the borings were backfilled; therefore, stabilized groundwater measurements were not obtained. These observations represent groundwater conditions at the time of the field exploration, and may not be indicative of other times, or at other locations. GEOT.ECHNICAL ENGINEERING RECOMMENDATIONS Geotechnical Considerations The purpose of this report is to provide geotechnical engineering pavement recommendations for the proposed improvements along South Taft Hill Road as well as at the intersection of South Taft Hill Road with LCR 38E. The subsoils generally consisted of slightly plastic/cohesive sandy lean clay and clayey sand soils exhibiting low to moderate subgrade strength characteristics, R-Values on the order of 10 to 15, and low to moderate swell/expansive potential. Twelve (12) relatively undisturbed subgrade samples obtained from various test borings at approximate depths of 1 to 1-1/2-feet below site grades, when inundated with water in general accordance with the LCUASS swell -consolidation testing procedures at 150 pounds per square foot, revealed swell -index values ranging from approximately (-) 0.6 to (+) 4.0 percent. Five (5) of the 12 samples were either at or exceeded the maximum tolerance limit (i.e. 2 percent) for requiring a swell mitigation plan in general accordance with the LCUASS guideline. Therefore, due to the swell potential at various locations throughout the proposed alignment, (i.e. Boring Locations 5, 7, 8, 11, and 14) and depending upon the time of year for construction, it will be necessary to stabilize/swell mitigate the pavement subgrade prior to placement of base course or Hot Mix Asphalt (HMA) materials. 5 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 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. 12/03 Section 00100 Page 4 Geotechnical Engineering Report PBS&J, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 1remicon Two subgrade stabilization alternatives are presented herein, which include either over -excavating and re -moisture conditioning the upper 2-feet beneath the final pavement subgrade section, to near optimum moisture content and recompacting to 95 percent of Standard Proctor Density ASTM D698 or the incorporation of a chemical treatment application into the upper subgrade layer. After the over -excavation and replacement procedure has been completed, additional testing/observation procedures such as "proof -rolling" the subgrade section will be required to verify the stabilization has been accomplished. Another alternative as opposed to a moisture conditioning treatment of the underlying subgrade soils would be to incorporate a chemical treatment process, such as fly ash, into the upper 12-inches of subgrade. Proofrolling and recompacting the subgrade is recommended immediately prior to placement of the aggregate road base section. Soft or weak areas delineated by the proofrolling operations should be undercut or stabilized in -place to achieve the appropriate subgrade support. Asphalt concrete underlain by crushed aggregate base course with or without a fly ash treated subgrade and non -reinforced concrete pavement are feasible alternatives for the proposed on -site paved sections. Based on the subsurface conditions encountered at the site, and the laboratory test results, it is recommended the on -site pavement improvement areas for the site be designed using a minimum R-value of 10. Pavement design methods are intended to provide structural sections with adequate thickness over a particular subgrade such that wheel loads are reduced to a level the subgrade can support. The support characteristics of the subgrade for pavement design do not account for shrink/swell movements of an expansive clay subgrade such as the soils encountered on this project. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to shrink/swell related movement of the subgrade. It is, therefore, important to minimize moisture changes in the subgrade to reduce shrink/swell movements. 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 Area Street Standards (LCUASS) pavement design criteria, and the following data. For flexible pavement design, a 20-year design life years was utilized, along with a design R-value of 10, and an approximate 18-kip equivalent single axle load (ESAL) calculated by Terracon based on the 18-kip equivalent daily load application (EDLA) value provided to us from the City of Fort Collins — Engineering Department on April 6, 2005, environmental criteria and' other factors, the structural numbers (SN) for the site were determined on the basis of the 1993 AASHTO design equation. 0 Geotechnical Engineering Report PBS&J, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 Terracon L i" T `vl iT Y I� lJiZ. "'Si Y$'f i3y .+ f N �f KM](y �'P `Li 1 4, q $, j k ` +/ i✓ F� Street Name ESAL a G Reliabtl South Taft Hill Road 200 1,460,000 90 4.5 2.5 3.73 Larimer County Road 38E 100 730,000 75 4.5 2.5 3.23 (1) The 18-kip equivalent daily load application (EDLA) and the 18-kip equivalent single axle load (ESAL) values for the project were derived based on information provided to us by the PBS&J on June 5, 2005. PBS&J provided us with the Average Daily Traffic (ADT) values, the projected growth for the next 20 years and the anticipated usage/percentage for passenger cars, single unit trucks and tractor trailer vehicles. The current ADT for Taft Hill Road is approximately 18,435 vehicles. Using the Colorado Department of Transportation (CDOT) methodology for the estimating the projected ESAL during the next 20-years, PBS&J calculated the 18-kip ESAL value at 1,316,802, which equates to an approximate 18-kip EDLA value of 180. The pavement thicknesses presented herein for Taft Hill Road are based on the City of Fort Collins — Engineering Department's 18-kip EDLA standard default value of 200 as presented in the LCUASS Table 10-1 "Flexible Pavement Design Criteria" for a 4-lane arterial roadway. An 18-kip EDLA of 100 was used in the pavement thickness design calculations for LCR 38E. (2) The structural number was calculated using a minimum R-Value of 10, and the LCUASS soil resilient modulus formula for a 20-year design life. Local drainage characteristics of proposed pavement areas are considered to vary from fair to good depending upon location on the site. For purposes of this design analysis, fair drainage characteristics are considered to control the design. These characteristics, coupled with the approximate duration of saturated subgrade conditions, results in a design drainage coefficient of 1.0 when applying the AASHTO criteria for design. In addition to the flexible pavement design analyses, a rigid pavement design analysis was completed, based upon AASHTO design procedures. Rigid pavement design is based on an evaluation of the Modulus of Subgrade Reaction of the soils (K-value); the Modulus of Rupture of the concrete, and other factors previously outlined. The design K-value of 100 pounds per cubic inch (pci) for the subgrade soil was determined by correlation to the laboratory tests results. A modulus of rupture of 650 psi (working stress 488 psi) was used for pavement concrete. The rigid pavement thicknesses for each traffic category were determined on the basis of the AASHTO design equation. 7 Geotechnical Engineering Report PBS&J, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 lrerracan Recommended alternatives for flexible and rigid pavements, summarized for the South Taft Hill Road project from Horsetooth Road and continuing south just past Harmony Road for approximately'/ -miles using the Structural No. of 3.73 for South Taft Hill and 3.23 for LCR 38E as determined by AASHTO and LCUASS Design Criteria are as follows: -RECOMMEND U MINIMUM PAGEMEN:T, TFIICKNESS *INGHI S,' CDOT'DESfGIV C$I,TEi71A hl Asphalt Asphalt. _ Stnictural`No. Traffic Area Alternatives Concrete Goncrefe Aggregate 1?) Fly Ash ` Portland Comparlsori Surface $urfi�ce Base Course Treated Sub Ce�r%ent Total Without With Fly ash Grading Grading S or Class'S or 6 Base Concrete SX or S SG % _ I eSh 0 05 A 2.5 3.0 12.0 17.5 3.7413.73 — South Taft Hill Road, B 2.0 3.0 9.0 12.0 26.0 — 3.79/3.73 C 12.0 9.0 21.0 N/A N/A A 2.0 3.0 10.0 15.0 3.30/3.23 — LaRoa County Road 38E B 1.5 3.0 8.0 12.0 24.5 — 3.24/3.23 C 12.0 8.0 20.0 WA N/A (1) If the asphalt surface course is to consist of Grading S, then the required minimum lift/thickness placed should be 2-inches. If the asphalt surface course is to consist of Grading SX, the required minimum lift/thickness placed should be 1-1/2-inches. (2) If fly ash is utilized for the on -site pavement improvement areas to mitigate potential unstable soils or for swell mitigation purposes, it is recommended that at least the upper 12-inches of the prepared subgrade be treated with fly ash. Using a minimum thickness of 12-inches of fly ash treated subgrade may reduce the required asphalt thickness by approximately 1 to 1-1/2- inches. Terracon is available to provide the required laboratory soil and fly ash mix design as well as placement recommendations upon request. (3) Alternative A assumes the entire subgrade section has been over -excavated and recompacted to the project specifications and an approved proof roll has been achieved. Due to the properties of the existing cohesive on -site soils, full depth asphalt pavement is not recommended. 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 0 Geotechnical Engineering Report PBSU, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 1rerracon base course. Aggregate base course should be placed in lifts not exceeding six inches and should be compacted to a minimum of 95% Standard Proctor Density (ASTM D698). Asphalt concrete pavement should be composed of a mixture of aggregate, filler, binders, and additives, if required and approved bituminous material in accordance with the LCUASS Pavement Design Criteria. The asphalt concrete should conform to an approved mix design stating the Hveem or Superpave properties, optimum asphalt content, job mix formula and recommended mixing and placing temperatures. Aggregate used in the asphalt concrete should meet particular gradations, such as the Colorado Department of Transportation Grading S, SX or SG specifications. 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 within a range of 92 to 96 % of Maximum Theoretical Density. Long term pavement performance will be dependent upon several factors, including maintaining subgrade moisture levels and providing for preventive maintenance. The following recommendations should be considered the minimum: • Site grading at a minimum 2% grade away from the pavements; • The subgrade and the pavement surface have a minimum % inch per foot slope to promote proper surface drainage. • Consider appropriate edge drainage and pavement under drain systems, • Install pavement drainage surrounding areas anticipated for frequent wetting (e.g. garden centers, wash racks) • Install joint sealant and seal cracks immediately, • Seal all landscaped areas in, or adjacent to pavements to minimize or prevent moisture migration to subgrade soils; • Placing compacted, low permeability backfill against the exterior side of curb and gutter; and, • Placing curb, gutter or sidewalk directly on subgrade soils without the use of base course materials. Preventive maintenance should be planned and provided for through an on -going pavement management program. Preventive maintenance activities are intended to slow the rate of pavement deterioration, and to preserve the pavement investment. Preventive maintenance consists of both localized maintenance (e.g. crack and joint sealing and patching) and global maintenance (e.g. surface sealing). Preventive maintenance is usually the first priority when implementing a planned pavement maintenance program and provides the highest return on investment for pavements. Prior to implementing any maintenance, additional engineering observation is recommended to determine the type and extent of preventive maintenance. 9 Geotechnical Engineering Report PBSU, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 1rerraron Site grading is generally accomplished early in the construction phase. However as construction proceeds, the subgrade may be disturbed due to utility excavations, construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement construction and corrective action will be required. The subgrade should be carefully evaluated at the time of pavement construction for signs of disturbance or excessive rutting. If disturbance has occurred, pavement subgrade areas should be reworked, moisture conditioned, and properly compacted to the recommendations in this report immediately prior to paving. Please note that if during or after placement of the stabilization or initial lift of pavement, the area is observed to be yielding under vehicle traffic or construction equipment, it is recommended that Terracon be contacted for additional alternative methods of stabilization, or a change in the pavement section. Detention Ponds It is our understanding there is consideration of improving the vacant parcel of land located at the northeast corner of South Taft Hill Road and Harmony Road into a detention pond for storm water run-off. Soil and groundwater conditions within this area, as depicted from the profiles presented in Boring Nos. 22 and 23, generally consisted of 12 to 15-feet of slightly cohesive to non -cohesive clayey sand and silty sand layers extending to the depths explored or to the bedrock below. Weathered siltstone/claystone bedrock was encountered at an approximate depth of 12-feet below site grades in Boring No. 21 and extended to the depths explored. Groundwater was not encountered to maximum depths of exploration, 15-feet below existing site grades in these two boring locations. The detention ponds are to collect surface water and pavement runoff for the project as a temporary "holding basin" over time and eventually discharge the water into the storm sewer drainage system. It is anticipated that excavation of the detention ponds could be accomplished by conventional type excavation equipment. The pond should be excavated on slopes of 2:1 or flatter and any associated berms should be constructed on 2:1 slopes. The berms surrounding the pond should be lined the on -site cohesive type soils, and/or imported clay materials approved by the Geotechnical Engineer. The cohesive type soils should be moisture conditioned to plus or minus 2 percent of optimum moisture content, placed in uniform lifts and mechanically compacted to at least 95 percent of Standard Proctor Density ASTM D698. Groundwater was not encounterd to maximum depths of 15-feet below existing site grades; therefore, liming the bottom of the pond is not warranted. 10 Geotechnical Engineering Report 1rerracon PBS&J, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 Earthwork General Considerations The following presents recommendations for site preparation, excavation, subgrade preparation and placement of engineered fills on the project. All earthwork on the project should be observed and evaluated by Terracon. The evaluation of earthwork should include observation and testing of engineered fill, subgrade preparation, placement of pavement sections, and other geotechnical conditions exposed during the construction of the project. Site Preparation Strip and remove any existing vegetation, debris, pavement, and other deleterious materials from proposed pavement areas prior to any additional fill material being placed. All exposed surfaces should be free of mounds and depressions, which could prevent uniform compaction. Stripped materials consisting of vegetation and organic materials should be wasted from the site, or used to re -vegetate landscaped areas or exposed slopes after completion of grading operations. All exposed areas which will receive fill, once properly cleared and benched where necessary, should be scarified to a minimum depth of 12-inches, conditioned to near optimum moisture content, and compacted. It is anticipated that excavations into the underlying subsoils for the proposed roadway construction could be accomplished with conventional earthmoving equipment. The individual contractor(s) is responsible for designing and constructing stable, temporary excavations as required to maintain stability of both the excavation sides and bottom. All excavations should be sloped or shored in the interest of safety following local and federal regulations, including current OSHA excavation and trench safety standards. Based upon the subsurface conditions determined from the geotechnical exploration, the majority of the underlying subgrade soils exposed during construction are anticipated to be relatively stable; however unstable or soft compressible soil conditions may be encountered during construction. The stability of the subgrade may be affected by precipitation, repetitive construction traffic or other factors. If unstable conditions develop, workability may be improved by scarifying and drying. Overexcavation of wet zones and replacement with granular materials may be necessary. Use of lime, fly ash, kiln dust, cement or geotextiles could also be considered as a stabilization technique. Laboratory 11 Geotechnical Engineering Report PBS&J, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 lferracan evaluation is recommended to determine the effect of chemical stabilization on subgrade soils prior to construction. Lightweight excavation equipment may be required to reduce subgrade pumping. Subgrade Preparation Subgrade soils beneath any pavement sections or areas in which an over -excavation and replacement section is being utilized, or additional fill material is required, should be scarified, moisture conditioned and recompacted to a minimum depth of 12-inches. The moisture content and compaction of subgrade soils should be maintained until slab or pavement construction. Fill Materials and Placement Clean on -site soils or approved imported materials may be used as fill material. Imported soils (if required) should conform to the following: Percent fines by weight Gradation (ASTM C136) 3........................................................................................................... 100 No. 4 Sieve....................................................................................... 30-80 No. 200 Sieve.............................................................................. 35 (max) • Liquid Limit....................................................................... 30 (max) • Plasticity Index................................................................. 15 (max) • R-Value — (LCUASS Imported Fill Material) ..................... 15 (min) Engineered fill should be placed and compacted in horizontal lifts, using equipment and procedures that will produce recommended moisture contents and densities throughout the lift. It is recommended all fill material be compacted to a minimum 95 percent of Standard Proctor Density ASTM D698. On -site clay soils should be compacted within a moisture content range of 2 percent below, to 3 percent above optimum unless modified by the project geotechnical engineer. Imported granular soils should be compacted within a moisture range of 3 percent below to 3 percent above optimum unless modified by the project geotechnical engineer. 12 Geotechnical Engineering Report lrarracon PBSU, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 Corrosion Protection Negligible results of soluble sulfate testing conducted as part of this study indicate that ASTM Type I Portland cement could be specified for all project concrete on an below grade. However, if there is no or minimal cost differential, use of ASTM Type II Portland cement is recommended for additional sulfate resistance of construction concrete. Foundation or pavement related concrete should be in accordance with the provisions of the ACI Design Manual, Section 318, Chapter 4. Laboratory test results as part of this study indicate that on -site soils have resistivities ranging from approximately 1190 to 2000 ohm -centimeters and pH values of 7.0 to 7.2. These values should be used to determine potential corrosive characteristics of the on - site soils with respect to contact with the various underground materials, which could be used during the project construction phases. General Considerations for Fly ash Subgrade Preparation — (if Required) The conclusions contained in this report for the proposed construction are contingent upon compliance with recommendations presented in this section as well as those presented in LCUASS Pavement Design Manual — Chapter 22. The following provides general fly ash construction guidelines, which should be followed in conjunction with those presented in Chapter 22 of the LCUASS manual. Fly Ash Placement The upper 12 inches of existing subgrade should be treated with a minimum of 12 percent of Class C fly ash. The fly ash shall consist of Class C fly ash meeting ASTM Specification C 618. 2. Water used in the stabilized mixture should be potable. 3. The machinery, equipment and tools necessary for proper placement of the fly ash and soil mixture should be suitable for properly mixing and compacting the soil and fly ash mixture. 4. It is important to secure a completed course of treated material, which contains a uniform fly ash soil mixture with no loose or segregated areas. The material should have a uniform density and moisture content, is well bound its full depth and has a smooth surface suitable for placing base course and pavement. 13 Geotechnical Engineering Report PBSU, Inc. - South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 1rarracon 5. The subgrade should be graded and shaped to enable the fly ash treatment of materials in place in conformance with lines, grades and thickness shown on the plans. 6. The. fly ash shall be spread by a method approved by the engineer at the rate shown on the plan or as directed by the engineer. Fly ash shall not be applied when wind conditions in the opinion of the engineer are such that blowing fly ash becomes objectionable to traffic or adjacent property owners. 7. During the final mixing, the material shall be sprinkled as directed by the engineer until the proper moisture content has been obtained. However, initial mixing after the addition to fly ash may be accomplished dry or with a minimum of water to prevent fly ash balls. 8. Final moisture content of the mix prior to compaction shall not exceed the optimum moisture content by more than 2 percent nor be less than the optimum moisture by more than 2 percent during placement and compaction procedures. 9. The soil and fly ash shall be thoroughly mixed with approved road mixers or other approved equipment and the mixing continued until in the opinion of the engineer a homogeneous and friable mixture of soil and fly ash is obtained free from clods or lumps. Water required to achieve the specific moisture content for the mixture should be added after initial mixing. Compaction of the mixture shall begin immediately after mixing of the fly ash and shall be completed within 2 hours following addition of water to the fly ash. The material shall be sprinkled as necessary to maintain the optimum moisture. Compaction of Fly Ash and Soil Mixture 1. Place and compact subgrade in horizontal lifts, using equipment and procedures that will produce recommended moisture contents and densities throughout the lift as described above. 2. Compaction of the mixture shall begin at the bottom and continue until the entire depth of the mixture is uniformly and compacted to the specified density. 3. Uncompacted fill lifts should not exceed 12 inches loose thickness. 4. No fill should be placed over frozen ground. 14 Geotechnical Engineering Report PBSU, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 lferracon 5. The fly ash materials should be compacted to a minimum of 95% of Standard Proctor Density ASTM D698. Curing The final layer of treated subgrade should be thoroughly rolled with a pneumatic tire roller, skimmed with a road grader to a depth of approximately 1/4-inch removing all loosened stabilized material from the section. The moisture content of the surface material must be maintained within the specified range during all finishing. Finishing shall proceed in such a manner as to produce, in not more than 2 hours, a smooth, closely knit surface free of cracks, ridges or loose material conforming to grades and plans. 2. After the fly ash treated course has been finished as specified, the surface shall be protected against rapid drying by either of the following curing methods for a period of not less than 3 days or until the surface of subsequent courses are in place. (a) By maintaining a continuous moisture condition by sprinkling; or (b) By applying an asphalt membrane to the treated course immediately after it is completed. The type of asphalt used shall be sufficient to completely cover and seal the total surface. 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 pavement construction phases of the project. In the event that any changes of the proposed project are planned, the conclusions and recommendations contained in this report should be reviewed and the report modified or supplemented as necessary. The analyses and recommendations in this report are based in part upon data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations, which may occur between borings or across the site. The nature and extent of such variations may not become evident until construction. If variations appear, it will be necessary to reevaluate the recommendations of this report. The scope of services for this project does not include either specifically or by implication any environmental assessment of the site or identification of contaminated or hazardous materials or 15 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. 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 12/03 Section 00100 Page 5 Geotechnical Engineering Report PBSU, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 1rarracon conditions. If the owner is concerned about the potential for such contamination, other studies should be undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, express or implied, are intended or made. In the event that changes in the nature, design, or location of the project as outlined in this report, are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes, and either verifies or modifies the conclusions of this report in writing. IiBi APPENDIX A lrerraco FIGURE 1: SITE VICINITY MAP TAFT HILL ROAD WIDENING IMPROVEMENTS NW 1/4 SECTION 34. T7N, R69W 8 WE 1/4 SECTION 33, T7N, R69W FORT COLLINS, COLORADO Project Mngr. DAR - I rarrac n Project No. 20C Scale: Designed By. V= Checked By DAR Dale: E 301 N. Howes Street Approved By: Drawn By. Fort Collins, Colorado 80521 DAR Flee Name: 20045166-figl - Flguro No. 1 AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES. u C� •,� ,fir,, � � � fir, � ` "JT' it /� /% :, . 7 DIAGRAM M POS QIMRAL LOGTION ONLY AND IS NOT N1 DV FOB GMS TIIA PURPOSES. L — -J e < 22 0 23 23 �3 TAFT HILL ROAD a 2D —21= 0 I cl 1B LEGEND - PROPOSED CORE $ BORING LOCATIONS Q CORE NOB. 1 & 2: CORES WITHIN EXISTING PAVEMENT TO VERIFY THICKNESS. TEST BORING NOS. 3- 21: BORINGS DRILLED iB•-15'BGS WITHIN PROPOSED R.O.W. OR EXISTING PAVEMENT SECTIONS e TEST BORING NOS. 22623: BORINGS DRILLED I5'BGS WITHIN PROPOSED DETENTION POND AREA = 0 200 I, in 200 It FIGURE 2: TEST BORING LOCATION DIAGRAM TAFT HILL ROAD WIDENING IMPROVEMENTS BETWEEN HORSETOOTH ROAD AND HARMONY ROAD FORT COLLINS, COLCRAOO OAR �.dw. lrcrracon 9mN. BY. OAR M1 N. Hawn SBSN DMA: Wowed By: OAR FM aAm, CGOM M21 D ar. %M : ZWd51fifi•SS2 ft. A-, p LOG OF BORING NO. 3 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS V` DESCRIPTION O F pa Z �W g z _ Cn w X zm Wz z z�f o a w Hp rzoW 46 v oo Approx. Surface Elev.: 5137.1 ft z �°'o uim o D o a o 0.5 ASPHALT- 6" 5136.5 1 AGGREGATE COURSE BASE- 6" 5136 FILL MATERIAL CL 1 IRS 6 6/0.5 10.2 111 Sandy Lean Clay CL 2 RS 12 24 12.5 117 Brown, reddish brown, very stiff to hard, trace gravel CL 3 SS 12 30 21.5 CL 4 SS 12 20 7.0 5 6 5131 CLAYEY SAND Reddish brown, loose to medium dense 27/10/41 CL 5 SS 12 9 12.4 10 CL 6 SS 12 11 10.1 15 5122 15 i BOTTOM OF BORING The stratification lines represent the approximate boundary lines between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft ����CO� BORING STARTED 3-2-05 DRY WD t CCME 3CMG� EWL � R BRING 75EPOREMAN Initial Water Level Reading APPROVED DAR JOB # 20045168 LOG OF BORING NO. 4 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION J m } _ w a Z F- Wo U d— lY Z F Z � 11 ZZ Do O w U 0 w a� a0 K, z� 0F# d" c� Approx. Surface Elev.: 5136.9 ft o Z r � W m � U a o OL v, o e 0.5 ASPHALT- 6" 5136.5 1 AGGREGATE COURSE BASE- 6" 5136 FILL MATERIAL CL 1 RS 6 6/0.5 Sandy Lean Clay CL 2 RS 12 40 20.5 110 Brown, reddish brown, very stiff to hard, trace gravel CL 3 SS 12 30 3.5 5133.5 CLAYEY SAND CL 4 SS 12 16 Reddish brown, medium dense 5 27/10/41 CL 5 SS 12 10 11.8 10 5127 10 BOTTOM OF BORING The stratification lines represent the approximate boundary lines between soil and rock types: In -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft BORING STARTED 3-2- WL V DRY WD � Trerracon COMPLETED 3-2-05 WL � Y _BORING RIG CME-75 FOREMAN CMG WL Initial Water Level Reading APPROVED DAR JOB # 20045168 LOG OF BORING NO. 5 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION m >' W a z� U 2 S' U �W � Z�W W ? Z OWU d WU U FU H U rox. Surface Elev.: 5140.3 ft o Z) z of(o (nm oaA D U) ASPHALT- 8" 0.7 5139.5 0.9 AGGREGATE COURSE BASE- 3" FILL MATERIAL CL 1 RS 6 12/0.5 12.0 Sandy Lean Clay CL 2 IRS 12 34 20.7 105 Brown, reddish brown, stiff to very stiff, trace gravel CL 3 SS 12 7 10.7 3.5 5137 SANDY LEAN CLAY CL 4 SS 12 10 9.9 Reddish brown, stiff 5 CL 5 SS 12 7 10.7 10 5130.5 10 BOTTOM OF BORING The stratification lines represent the approximate boundary lines between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft Irerracon BORING STARTED 3-2-05 WL s DRY WD � BORING COMPLETED 3-2-05 WL IWL -T -Y RIG CME-75 FOREMAN CMG Initial Water Level Reading APPROVED DAR I JOB # 20045168 LOG OF BORING NO. 6 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION m } o N3 p a Z� two �zo U ¢-' m {y�� > � Z fn F' of F U.CD 73 OF w w O OOZ 0 Approx. Surface Elev.: 5142.7 ft z om oa o a 0.6 ASPHALT- 7" 5142 1 AGGREGATE BASE COURSE - 5" 5141.5 FILL MATERIAL CL 1 LS _ 6 4/0.5 15.7 Sandy Lean Clay CL 2 RS 12 36 22.0 103 Brown, reddish brown, medium stiff to very 2.5 stiff trace gravel 5140 SANDY LEAN CLAY CC 3 SS 12 8 19.8 29/12/55 Reddish brown, medium stiff CL 4 SS 12 11 20.4 5 CL 5 SS 12 6 11.9 10 5132.5 10 BOTTOM OF BORING " LS denotes liner sample The stratification lines represent the approximate boundary lines between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft Ifierracon BORING STARTED 3-2-05 WL � DRY WD FT- BOMPLETED COME-751 3CMG WL 4 -R GRING FOREMAN WL Initial Water Level Reading APPROVED DAR I JOB # 20045168 LOG OF BORING NO. 7 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION M >e z w of w of z_ o:z LL zZ aa U 2 aO V 0 QO K oLu r}W(n Approx. Surface Elev.: 5143.1 ft o D z m o a D rn 0.4 ASPHALT- 5" 5142.5 AGGREGATE BASE COURSE- 3" FILL MATERIAL CL 1 LS 6 17/0.5 11.9 120 3249 Sandy Lean Clay CL 2 IRS 12 50 15.1 114 Brown, reddish brown, very stiff to hard, trace gravel CL 3 SS 12 16 10.2 4 5139 CL 4 SS NR 12 SANDY LEAN CLAY Reddish brown, stiff 5 6 5137 SILTY SAND WITH GRAVEL Reddish brown, medium dense SM 5 SS 12 15 6.3 10 5133 10 BOTTOM OF BORING s * LS denotes liner sample The stratification lines represent the approximate boundary lines between soil and rock types: In -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft lrerraconRIG BORING STARTED 3-2-05 I WL DRY WD s ORING COME 3CMG 75EDOREMAN WL Initial Water Level Reading APPROVED DAR JOB # 20045168 e LOG OF BORING NO. 8 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS of DESCRIPTION O e y o a z U1 ~ o �? = m m W co 0 ?� �� j 0OW 0 N of W Approx. Surface Elev.: 5144.8 ft o D z W (0 m 3° o a D(n d(L e, 0.4 ASPHALT- 5" 5144.5 AGGREGATE BASE COURSE- 3" FILL MATERIAL CL 1 RS 6 15/0.5 11.3 119 Clayey Sand CL 2 RS 12 28 13.7 113 Brown, reddish brown, loose to medium 36/20/37 dense, trace gravel CL 3 SS 12 14 10.4 3 5142 SANDY LEAN CLAY Reddish brown, stiff CL 4 SS 12 14 15.2 5 5140 5 SILTY SAND WITH GRAVEL Reddish brown, loose 110 SM 5 SS 12 9 8.8 5135 10 BOTTOM OF BORING 's The stratification lines represent the approximate boundary lines I between soil and rock types: In -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft rerracon BORING STARTED 3-2-05 WL Q DRY WD CO BOMPLETED3CMG > WL R GRING CME-751 FOREMAN WL Initial Water Level Reading APPROVED DAR I JOB # 20045168 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. 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 tirhe 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 12/03 Section 00100 Page 6 LOG OF BORING NO. 9 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION } z a 0 W w CC �u z rn z z z0 ad a 0 2 w 0 �0 ¢z > o� A rox. Surface Elev.: 5147.4 ft o D z It to m 0 o a n w 0.4 ASPHALT- 5" 5147 0.8 AGGREGATE BASE COURSE 4" 5146.5 FILL MATERIAL Sandy Lean Clay CL 1 RS 6 8/0.5 15.9 111 Brown, reddish brown, stiff to hard, trace CL 2 RS 12 18 10.4 123 gravel CL 3 SS 12 16 16.8 4 5143.5 SANDY LEAN CLAY CL 4 SS NR 28 8.9 Reddish brown, very stiff 5 CL 5 SS 12 17 10.4 10 CL 6 SS 12 21 3.3 15 5132.5 15 BOTTOM OF BORING i= m i 0 The stratification lines represent the approximate boundary lines g between soil and rock types: In -situ, the transition may be gradual. g WATER LEVEL OBSERVATIONS, ft 1 R�rr�con BORING STARTED 3-2-05 WL DRY WD IT COME 3CMG o W L $tIG BORING 75EDOREMAN WL Initial Water Level Reading APPROVED DAR JOB # 20045168 0 LOG OF BORING NO. 10 Pagel of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION O o z oa LL F W z _ w Z� W '�' F zz c u, Co w 0 3 Ow oF� a- Approx. Surface Elev.: 5146.7 ft o Z) z � � m � o o a n U) a at ASPHALT- 8" 0.7 5146 1.3 AGGREGATE BASE COURSE- 7" 5145.5 30/17/40 FILL MATERIAL Clayey Sand CL 1 LS 6 10/0.5 12.1 114 1 CL 2 RS 12 26 12.1 121 Brown, dark brown, medium dense, trace gravel CL 3 SS 12 15 13.9 CL 4 SS 12 25 9.7 5 5141.5 5 SANDY LEAN CLAY Reddish brown, stiff CL 5 SS 12 12 13.7 10 5136.5 10 BOTTOM OF BORING 3 F i S * LS denotes liner sample The stratification lines represent the approximate boundary lines g between soil and rock types: In -situ, the transition may be gradual. 5 WATER LEVEL OBSERVATIONS, It V I-rerracon BORING STARTED 3-2-05 WL 7- DRY WD T- _ BORING COMPLETED 3-2-05 WL s RIG CME-75 FOREMAN CMG o WL Initial Water Level Reading APPROVED DAR JOB # 20045168 LOG OF BORING NO. 11 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION o � z s w wi zw z W zz °a d u, �o ao �� 0 Approx. Surface Elev.: 5148.7 ft o D z l- � W m 3 n o a D fn 0.4 ASPHALT- 5" 5148.5 .....0.9 AGGREGATE BASE COURSE- 6" 5148 FILL MATERIAL CL 1 LS 6 10/0.5 8.3 Sandy Lean Clay CL 2 IRS 12 28 12.6 118 Brown, dark brown, stiff to very stiff, trace .gravel CL 3 SS 12 7 10.4 3 5145.5 SANDY LEAN CLAY Reddish brown, medium stiff to stiff, CL 4 SS NR 7 calcareous 5 CL 5 SS 12 6 9.3 10 5138.5 10 BOTTOM OF BORING z p j * LS denotes liner sample The stratification lines represent the approximate boundary lines a between soil and rock types: in -situ, the transition may be gradual. n WATER LEVEL OBSERVATIONS, ft BORING STARTED 3-2-05 Ifierracon r WL DRY WD � BORING CC 3CMG WL 7 ME 75EFOREMAN § WL Initial Water Level Reading APPROVED DAR JOB # 20045168 a LOG OF BORING NO. 12 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION m r w w a U) m z� 0 z Zz Z) A rox. Surface Elev.: 5151.4 ft o D z � vai m 3 0 o a En ASPHALT- 9" 0.8 5150.5 1.2 AGGREGATE BASE COURSE- 5" 5150 FILL MATERIAL CL 1 IRS, 6 7/0.5 12.8 Sandy Lean Clay CL 2 IRS 12 21 7.6 126 Brown, reddish brown, stiff to very stiff, trace gravel CL 3 SS 12 20 13.8 CL 4 SS 12 13 5 5146.5 5 SILTY SAND Reddish brown, medium dense flio SM 5 SS 12 15 7.8 5141.5 10 BOTTOM OF BORING n 3 O J 7 i Q Y Y L_ The stratification lines represent the approximate boundary lines o between soil and rock types: In -situ, the transition may be gradual. n WATER LEVEL OBSERVATIONS, ft BORING STARTED 3-2-05 r WL Q DRY WD -V C MPLETED 3CMG I rerracon RIG�RING WL 7--V CME 751 FOREMAN WL Initial Water Level Reading APPROVED DAR I JOB # 20045168 a LOG OF BORING NO. 13 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS 0 DESCRIPTION p o F p n Z _ m � o z� WW Ow W Approx. Surface Elev.: 5151.3 ft o D z � U) m 3 0 o a Z) rn 0.4 ASPHALT- 5" 5151 AGGREGATE BASE COURSE- 6" 5150.5 FILL MATERIAL CL 1 LS NR 910.5 Sandy Lean Clay CL 2 RS 12 26 13.8 118 Brown, dark brown, very stiff, trace gravel 3 5148.5 CL 3 SS 12 13 11.4 SANDY LEAN CLAY Reddish brown, stiff, calcareous CL 4 SS NR 8 7.1 5 CL 5 SS 12 9 6.7 10 5141.5 10 BOTTOM OF BORING i 3 5 U u " LS denotes liner sample a The stratification lines represent the approximate boundary lines g between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft V T rerracon BORING STARTED 3-2-05 j WL -T DRY WD 1 COMPLETED 3CMG WL GRING RIG CME-75I FOREMAN WL Initial Water Level Reading APPROVED DAR JOB # 20045168 LOG OF BORING NO. 14 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS Oj DESCRIPTION M } °w a o = rn w zrn or z z zz o f °° w O Ow 12 Approx. Surface Elev.: 5152.3 ft o D z I- � a. m co o 0 0 :D to� ae 0.4 ASPHALT- 9" 5152 AGGREGATE BASE COURSE- 6" e: • 1.3 5151 33/21/42 CL 1 LS 6 41/0.5 5.4 123 FILL MATERIAL CL 2 RS 12 29 12,5 Clayey Sand Brown, dark brown, loose to medium CL 3 SS 12 15 12.1 dense, trace gravel R-VALUE @300 PSI = 10 CL 4 SS 12 19 4.4 5 5147.5 5 SANDY LEAN CLAY Reddish brown, stiff, calcareous, CL 5 SS 12 7 9.3 10 5142.5 10 BOTTOM OF BORING I i i * LS denotes liner sample The stratification lines represent the approximate boundary lines between soil and rock types: In -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft - ��rr�con BORING STARTED 3-3-05 WL s DRY WD BORING COMPLETED 3-3-05 WL RIG CME-55 FOREMAN CMG WL Initial Water Level Reading APPROVED DAR I JOB # 20045168 LOG OF BORING NO. 15 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION O M > w z 3z LU g?o _ V) w m zh tYz zz 0 of w 0w Approx. Surface Elev.: 5151.3 ft o � z of v°i M o o a D En a (L ASPHALT- 10" 0.8 5150.5 AGGREGATE BASE COURSE- 8" 1.5 5150 25111/26 FILL MATERIAL CL 1 RS 6 30/0.5 1.7 Clayey Sand CL 2 RS 12 50/0.7 2.5 117 Brown, reddish brown, medium dense to very dense, trace gravel CL 3 SS 12 26 7.8 * Petroleum odor observed CL 4 SS 12 21 6.8 5 6 5145.5 SANDY LEAN CLAY Brown, reddish brown, stiff CL 5 SS 12 10 18.1 10 5141.5 10 BOTTOM OF BORING 3 3 5 C h The stratification lines represent the approximate boundary lines g between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft Tre ���CO�...RIG BORING STARTED 3-2-05 A WL - DRY WD BORING COMPLETED 3-2-05 i WL Y CME-75 FOREMAN CMG 5 WL Initial Water Level Reading APPROVED DAR JOB # 20045168 LOG OF BORING NO. 16 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION O M W n z _ U) w m L: zUn 0 z r z Zz a v W o o 3 t o 1k z> ¢o oW 0 Approx. Surface Elev.: 5152.6 ft o z F- W w m L) �— o o Z) rn 0A ASPHALT- 12" 5152 AGGREGATE BASE COURSE- 6" 1.5 5151 FILL MATERIAL CL 1 LS NR 37/0.5 Sandy Lean Clay CL 2 RS 12 41 4.4 126 Brown, dark brown, stiff to very stiff, trace gravel CL 3 SS 12 11 11.0 CL 4 SS 12 15 10.3 5 5147.5 5 SANDY LEAN CLAY Reddish brown, calcareous, very stiff CL 5 SS 12 15 18.7 10 5142.5 10 BOTTOM OF BORING d u * LS denotes liner sample 0 k The stratification lines represent the approximate boundary lines g between soil and rock types: in -situ, the transition may be gradual. 3 WATER LEVEL OBSERVATIONS, ft V rerr aCOn BORING STARTED 3-3-05 s WL 4 DRY WD 11 BOMPLETD COME 3CMG �WL� � R GRING 55EFOREMAN WL Initial Water Level Reading APPROVED DAR JOB # 20045168 0 LOG OF BORING NO. 17 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION m r o. W � Z U_ 42 m WFp-J Z' W F = W (� W 0 W FU OZ A rox. Surface Elev.: 5151.4 ft o o z � ai m 3 o o. Z) CO ASPHALT- 10" 0.8 5150.5 AGGREGATE BASE COURSE- 8"1. 5 5750 FILL MATERIAL CL 1 IRS1 6 11/0.5 7.2 129 Sandy Lean Clay CL 2 RS 12 27 6.9 123 Brown, reddish brown, stiff to very stiff, trace gravel CL 3 SS 12 18 15.3 CL 4 SS 12 26 10.7 5 8 5145.5 SANDY LEAN CLAY Brown, reddish brown, stiff CL 5 SS 12 10 14.3 10 5141.5 10 BOTTOM OF BORING The stratification lines represent the approximate boundary lines between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft Irerracon BORING STARTED 3705 WL Q DRY WD 1 COMPLETED 3CMG WL GRING RIG CINE 75 OREMAN WL Initial Water Level Reading APPROVED DAR JOB # 20045168 LOG OF BORING NO. 18 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS O c a r O o- z UDESCRIPTION CO w zm F z Zz a_ a (L U 2 W OU Fp WiWz 1- y OW Approx. Surface Elev.: 5152.0 ft o D z of u°i M o o a Z) U) ASPHALT- 11" 0.9 5151 1.1 AGGREGATE BASE COURSE- 2" s161 CL 1 LS 6 11/0.5 8.5 FILL MATERIAL CL 2 RS 12 34 8.4 125 Sandy Lean Clay Dark. brown, stiff to very stiff, trace gravel CL 3 SS 12 18 14.0 3.5 5148.5 SANDY LEAN CLAY CL 4 SS 12 25 12.1 Reddish brown, calcareous, very stiff 5 CL 5 SS 12 19 6.2 10 CL 6 SS 12 14 2.3 15 5137 15 BOTTOM OF BORING C O LS denotes liner sample The stratification lines represent the approximate boundary lines g between soil and rock types: In -situ, the transition may be gradual. n WATER LEVEL OBSERVATIONS, ft fierracon BORING STARTED 3-3-05 r WL DRY WD C 3CMG ROARING CME 55EDFOREMAN APPROVED DAR I JOB # 20045168 a WL Initial Water Level Reading 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 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 th.e required Contract Security. 12/03 Section 00100 Page 7 LOG OF BORING NO. 19 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS O_j DESCRIPTION p o LUa z w �_? 2 W {1�J > Zfn d'Z 1� F Z V' o "SUN 2F rn CO W O 7 OZW Approx. Surface Elev.: 5153.2 ft o co z Of a n m o oaZ) U) a 0- a' ASPHALT- 11" 0.9 5152.5 1.3 AGGREGATE BASE COURSE- 4" 5152 31/16/47 CL 1 LS 6 11/0.5 7.1 120 1477 FILL MATERIAL CL 2 RS 12 26 Clayey Sand Dark brown, medium dense, trace gravel CL 3 SS 12 14 17.0 119 R-VALUE 3.5 5149.5 @300 PSI = 12 CLAYEY SAND CL 4 SS 12 16 12.2 Reddish brown, loose 5 CL 5 SS 12 6 4.6 10 5143 10 BOTTOM OF BORING z t 'o] 9 's * LS denotes liner sample d u The stratification lines represent the approximate boundary lines $ between soil and rock types: In -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft 1 �i�rracon BORING STARTED 3-3-05 WL 41-1- DRY WD RING COMPLETED 3CMG WL Y -RIG CME 55FOREMAN WL Initial Water Level Reading APPROVED DAR JOB # 20045168 0 LOG OF BORING NO. 20 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS V` DESCRIPTION 0 Mz o 0 a � W � z W w 00 zrn z uW z LLr.D zz 0UW JV o of a a~. 0 2 w t-O Fz a0 > ; C7J" c� Approx. Surface Elev.: 5151.3 ft w o rn D D z w of a_ U) m 3 L) WIs D o. zN D m ._, a o ASPHALT- 8" 0.7 5150.5 AGGREGATE BASE COURSE- 4" FILL MATERIAL CL 1 LS NR 4/0.5 CL 2 RS 12 5 14.0 113 Clayey Sand 32/20/41 Dark brown, very loose, trace gravel 1 CL 3 SS 12 2 15.0 3.5 5146 SANDY LEAN CLAY CL 4 SS 12 2 11.4 Reddish brown, calcareous, soft 5 6 5145.5 SILTY SAND WITH GRAVEL Reddish brown, medium dense 11110 SM 5 SS 12 12 4.9 5141.5 10 BOTTOM OF BORING 5 3 * LS denotes liner sample 5 9 The stratification lines represent the approximate boundary lines # between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft ���CO� BORING STARTED 3-3-05 WL 1 DRY WD 1 COMPLETED 3 S L_� W R GRING FOREMAN CMG WL Initial Water Level Reading APPROVED DAR JOB # 20045168 LOG OF BORING NO. 21 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION O = F r ❑ c z w z Zz s to m o zm �z z OW 0 Approx. Surface Elev.: 5153.0 ft a_ o 0W Z) z of a.h (n m o o a n ASPHALT- 11" 0.9 5152 :. 1.3 AGGREGATE BASE COURSE- 4" 5151.5 CL 1 LS NR 1210.5 FILL MATERIAL CL 2 IRS NR 32 10.1 Sandy Lean Clay Dark brown, very stiff, trace gravel CL 3 SS 12 21 14.8 4 5149 CL 4 SS 12 36 16.4 SANDY LEAN CLAY Reddish brown, calcareous, hard 5 7 5146 SILTY SAND Brown, medium dense, CL 5 SS 12 26 5.2 10 12 5141 WEATHERED SILTSTONE/ 13 CLAYSTONE 5140 Olive ra rust tan SILTSTONE/ CLAYSTONE Olive gray, rust, tan, hard to very hard 15 5138 15 6 SS 12 40 14.8 BOTTOM OF BORING 3 / • LS denotes liner sample 5 g The stratification lines represent the approximate boundary lines # between soil and rock types: In -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft V rerracon BORING STARTED 3-3-05 WL DRY WD 1 BORING COME 3CMG W L $. s 55EFOREMAN APPROVED DAR I JOB # 20045168 WL Initial Water Level Reading LOG OF BORING NO. 22 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS 0 DESCRIPTION pw M W z LU O �z _ m W Z �W- jOW 7 o N of Uco W O cJ C Approx. Surface Elev.: 5145.0 ft o D z W u°"i m 3 0 0 °. D(n FILL MATERIAL 1 Sandy Lean Clay with Gravel 5144 Brown moist soft SILTY SAND Brown, reddish brown, calcareous, loose 22/8/27 SC 1 IRS 12 7 3.2 5 SC 2 SS 12 5 3.2 10 12 5133 SILTY SAND WITH GRAVEL Reddish brown, loose SM 3 SS 12 8 2.4 :15 5130 15 BOTTOM OF BORING 3 i i S The stratification lines represent the approximate boundary lines between soil and rock types: in -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft rerracon BORING STARTED 3-2-05 WL DRY WD 1 BRORING COCME 3CMG i WL � _ __ 7 IG 75MPLETEDFOREMAN WL Initial Water Level Reading APPROVED DAR I JOB # 20045168 LOG OF BORING NO. 23 Page 1 of 1 CLIENT ENGINEER PBS & J SITE Taft Hill Rd- Horsetooth Rd to Harmony Rd PROJECT Fort Collins, Colorado South Taft Hill Road Improvements SAMPLES TESTS DESCRIPTION O co > F t w 0n W ZF � W ~ z �—o fn W E Z -rUN cn W m > ZUJ KZ ao D Z� O # w ai D w a_ aW u z� d� ; 0 Approx. Surface Elev.: 5147.7 ft o D z W U) Co U 00. Z) rn S a o FILL MATERIAL 1 Sandy Lean Clay with Gravel 5146.5 Brown moist soft CL 1 SS 12 7 13.4 CLAYEY SAND Brown, reddish brown, calcareous, loose to medium dense 30/16/46 CL 2 SS 12 5 14.7 5 CL 3 IRS 12 8 10.7 114 1a CL 4 SS 12 12 10.8 15 5132.5 15 BOTTOM OF BORING 3 S 2 u The stratification lines represent the approximate boundary lines g between soil and rock types: In -situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft BORING STARTED 3-2-05 t WL 2 DRY WD RING CO 3CMG i WL � _ T _ 11-rerracon- RIG CME 75I FOREMAN WL 0 Initial Water Level Reading APPROVED DAR I JOB # 20045168 APPENDIX B lrerracon- -4 -2 m r r 2 0 n O z CO O r y 4 .i 0 z 6 8 10 0.01 0.1 1 10 APPLIED PRESSURE, TSF e 0 m 11 H U' J N Specimen Identification Classification WC,% -4 -2 00 m r 2 r n O z N O r 4 a zz 6 8 10 0.01 0.1 1 10 APPLIED PRESSURE, TSF 0 0 J ° Notes: Z 0 U a m m_ CONSOLIDATION TEST Project: South Taft Hill Road Improvements N I-rerracon Site: Taft Hill Rd From Horsetooth Rd to Harmony Rd Fort Collins, Colora g Job #: 20045168 Date: 3-30-05 Specimen Identification Classification 'Yd, pcf W% C, � 5 1.5ft FILL MATERIAL: SANDY LEAN CLAY 105 21 -4 -2 00 cn r r 2 0 n O z O r 4 a 5 z 6 8 10 0.01 0.1 1 10 APPLIED PRESSURE, TSF 0 0 c� J Specimen Identification Classification Ya, n1 APPLIED PRESSURE, TSF IN Specimen Identification Classification Ydd pcf WC,% Lol 8 1.5ft FILL MATERIAL: SANDY LEAN CLAY 113 1 14 Notes: CONSOLIDATION TEST Project: South Taft Hill Road Improvements Ifierramn Site: T1. aft Hill Rd From Horsetooth Rd to Harmony Rd Fort Collins, Colora, Job #: 20045168 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. 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. 12/03 Section 00100 Page 8 -4 -2 00 U) r 2 r e n O z Cn O r 4 y zz 6 8 10 0.01 0.1 1 10 APPLIED PRESSURE, TSF e J y Notes: Z 0 U 'a m m CONSOLIDATION TEST Project: South Taft Hill Road Improvements N Trerracon Site: Taft Hill -Rd From Horsetooth Rd to Harmony Rd Fort Collins, Colora Job #: 20045168 Date: 3-30-05 Specimen Identification Classification Yapcf , WC,% • 11 1.5ft FILL MATERIAL: SANDY LEAN CLAY 118 13 r r 0 n O z Cn O r v a zz 2 00 4 6 8 0 0.01 0.1 1 APPLIED PRESSURE, TSF Specimen Identification Classification Yd, pcf WC,% • 12 2.Oft FILL MATERIAL: SANDY LEAN CLAY 126 8 Notes: P J CONSOLIDATION TEST Project: South Taft Hill Road Improvements Trerracon - - Site: Taft Hill Rd From Horsefooth Rd to Harmony Rd Fort Collins, Colora Job #: 20045168 Date: 3-30-05 9- u 4 2 040 2- 4- 6 8 10 0.01 0.1 1 1 APPLIED PRESSURE, TSF Specimen Identification I Classification I Yd, pcf WC,% 101 15 2.Oft 1 FILL MATERIAL: CLAYEY SAND 1 117 3 Notes: CONSOLIDATION TEST Project: South Taft Hill Road Improvements I-rerracon Site: Taft Hill Rd- Horsetooth Rd to Harmony Rd Fort Collins, Colorado Job #: 20045168 0 U.0 1 U.1 1 10 APPLIED PRESSURE, TSF Specimen Identification I Classification I Y., pcf WC,% 101 17 2.Oft 1 FILL MATERIAL: SANDY LEAN CLAY 1 123 7 Notes: CONSOLIDATION TEST Project: South Taft Hill Road Improvements rerracon Site: Taft Hill Rd From Horsetooth Rd to Harmony Rd Fort Collins, Colora o Job #: 20045168 U Date: 3-30-05 4 2 06 4 6 8 0 D.01 n , APPLIED PRESSURE, TSF Specimen Identification I Classification I Yd, pcf WC,% 191 18 1.5ft I FILL MATERIAL: SANDY LEAN CLAY 1 125 8 Notes: CONSOLIDATION TEST Project: South Taft Hill Road Improvements Trerracon Site: Taft -Hill Rd From-Horsetooth Rd to Harmony Rd Fort Collins, Job #: 20045168 0.01 0.1 1 10 APPLIED PRESSURE, TSF Specimen Identification Classification Yd, pcf WC,% 101 20 1.5ft I FILL MATERIAL: CLAYEY SAND 113 14 Notes: CONSOLIDATION TEST Project: South Taft Hill v Road improvements - erracon _ _ Site: Taft Hill Rd From Horsetooth Rd to Harmony Rd Fort Collins, C( Job #: 20045168 Date: 3-30-05 Cn m r r 0 0 O z Cn O r O D O z [y P 0.01 0.1 1 10 APPLIED PRESSURE, TSF Specimen Identification I Classification I T" pcf WC,% 101 7 1.5ft 1 FILL MATERIAL: SANDY LEAN CLAY 1 114 15 Notes: z CONSOLIDATION TEST Project: South Taft Hill Road Improvements I-rerrac0n Site: Taft Hill Rd From Horsetooth Rd to Harmony Rd Fort Collins, Colora o Job #: 20045168 U Date: 3-30-05 BL ).01 APPLIED PRESSURE, TSF Specimen Identification Classification Xd, pcf I WC,% • 14 1.0ft FILL MATERIAL: CLAYEY SAND I 123 5 Notes: CONSOLIDATION TEST Project: South Taft Hill Road Improvements Trerracon Site: Taft Hill Rd From Horsetooth Rd -to Harmony Rd Fort Collins, Job #: 20045168 Date: 3-30-05 60 CL CH 50 P L A S 40 T I C T 30 Y I, N 20 D E X O m 10 El ML EH CL-ML 20 40 60 80 100 LIQUID LIMIT Specimen Identification LL PL PI %Fines Classification • 4 9.Oft 27 17 10 41 CLAYEY SAND(SC) M 2.5ft 29 17 12 55 SANDY LEAN CLAY(CL) • 8 1.5ft 36 16 20 37 FILL MATERIAL: SANDY LEAN CLAY * 10 1.5ft 30 13 17 40 CLAYEY SAND(SC) O 12 9.011 NP NP NP 29 SILTY SAND(SM) 14 1.5ft 3 12 21 42 CLAYEY SAND(SC) O 15 1.5ft 5 13 12 26 CLAYEY SAND(SC) 0 19 1.5ft 31 15 16 47 CLAYEY SAND(SC) 0 1.5ft 3 12 20 41 FILL MATERIAL: CLAYEY SAND ® 21 9.Oft NP NP NP 33 SILTY SAND(SM) ❑ 22 4.0ft 22 14 8 27 CLAYEY SAND(SC) e 22 9.011 NP NP NP 30 SILTY SAND(SM) 0 3 4.Oft 30 14 16 46 CLAYEY SAND(SC) n i J i :7 m e n a 0 0 N ATTERBERG LIMITS RESULTS J LD Protect: South Taft Hill Road Improvements m Trerracon Site: Taft Hill Rd From Horsetooth Rd to Harmony Rd Fort Collins, Colora Job #: 20045168 Date: 3-30-05 No Text ADDENDUM 8. BID SCHEDULE (Base Bid) 5972 South Taft Hill Road Improvements CR-36E (Harmony Road) to Horsetooth Road ITEM NO. ITEM UNIT QUANTITY UNIT COST SUBTOTAL 202 CLEARING AND GRUBBING LS 1 $ 202 REMOVAL OF TREE (UP TO 24") EACH 1 $ 202 REMOVAL OF TREE (24"AND GREATER) EACH i $ 202 REMOVAL OF PIPE LF 360 $ 202 REMOVAL OF END SECTION EACH 6 $ 202 REMOVAL OF MANHOLE EACH 2 $ 202 REMOVAL OF SIDEWALK SY 550 $ 202 REMOVAL OF MEDIAN (HORSETOOTH CIRCLE) LS 1 $ 202 REMOVAL OF CURB AND GUTTER LF 230 $ 202 REMOVAL OF CONCRETE GUTTER LF 85 $ 202 REMOVAL OF CONCRETE PAVEMENT SF 830 $ 202 REMOVAL OF ASPHALT MAT SY 9,800 $ 202 REMOVAL OF ASPHALT MAT (PLANING) SY 6,500 $ 202 REMOVAL OF PAVEMENT MARKING LF 3,735 $ 202 REMOVAL OF GROUND SIGN EACH 7 $ 203 EMBANKMENT MATERIAL (COMPLETE IN PLACE) CY 1,762 $ 203 POTHOLING HOUR 40 $ 207 TOPSOIL (STOCKPILE AND REDISTRIBUTE) CY 730 $ 208 EROSION BALES (WEED FREE HAY) EACH 20 $ 208 SILT FENCE LF 200 $ 208 CONCRETE WASHOUT STRUCTURE EACH 1 $ 208 STABILIZED CONSTRUCTION ENTRANCE EACH 2 $ 210 RESET LIGHT POLE EACH 1 $ 210 RESET MAILBOX STRUCTURE EACH 13 $ 210 RESET FIRE HYDRANT EACH 3 $ 210 RESET WATER VENT PIPES EACH 2 $ 210 ADJUST MANHOLE EACH 14 $ 210 ADJUST VALVE BOX EACH 11 $ 210 ADJUST WATER METER EACH 2 $ 212 SEEDING (TALL FESCUE MIX) ACRE 0.5 $ 212 SEEDING (NATIVE) (NON -IRRIGATED) ACRE 0.5 $ 212 SOD SF 2,000 $ 213 MULCHING (WEED FREE HAY) ACRE 1.0 - $ 213 MULCH TACKIFIER LB 200 $ 214 DECIDIDUOUS TREE (2 INCH CALIPER) EACH 6 $ 214 EVERGREEN TREE (6 FOOT) (BALL AND BURLAP) EACH 4 $ 304 AGGREGATE BASE COURSE (CLASS 6) TON 4,600 $ 307 FLY ASH TREATED SUBGRAOE SY 12,000 $ 403 HOT MIX ASPHALT (PATCHING) (ASPH) TON 400 $ a END OF SECTION 12/03 Section 00100 Page 9 No Text No Text Irerracon CLIENT: PROJECT: LOCATION: TERRACON NO. P.O. Box 603 301 North Howes Street FORT COLLINS, COLORADO 80621 (970) 484-0369 FAX (970) 484-0464 PBS&J DATE OF TEST: 15-Mar-05 Proposed South Taft Hill Roadway Improvements Composite Sample TB No. 19 @ 0.5'-4.0' 20045168 CLASSIFICATION: Sandy Lean Clay - CL TEST SPECIMEN NO. 1 2 3 COMPACTION PRESSURE (PSI) 35 50 90 DENSITY (PCF) 105.5 110.8 116.7 MOISTURE CONTENT (%) 21.2 18.0 15.7 EXPANSION PRESSURE (PSI) -0.47 -0.31 -0.31 HORIZONTAL PRESSURE @ 160 PSI 135 136 134 SAMPLE HEIGHT (INCHES) 2.46 2.63 2.61 EXUDATION PRESSURE (PSI) 221.6 298.7 453.5 CORRECTED R-VALUE 11.2 12.1 13.1 UNCORRECTED R-VALUE 11.2 11.5 12.6 R-VALUE @ 300 PSI EXUDATION PRESSURE = 12 100 90 80 70 W 60 JQ 50 40 30 20 10 0 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE - PSI Irerracon P.O. Box 603 301 North Howes Street FORT COLLINS, COLORADO 80521 (970) 484-0369 FAX (970) 484-0454 CLIENT: PBS&J DATE OF TEST: 15-Mar-05 PROJECT: Proposed South Taft Hill Roadway Improvements LOCATION: Composite Sample TB No. 14 @ 0.5'-4.0' TERRACON NO. 20045168 CLASSIFICATION: Sandy Lean Clay - CL TEST SPECIMEN NO. 1 2 3 COMPACTION PRESSURE (PSI) 35 50 90 DENSITY (PCF) 117.7 121.0 122.8 MOISTURE CONTENT (%) 15.9 13.8 12.8 EXPANSION PRESSURE (PSI) -0.47 -0.25 -0.28 HORIZONTAL PRESSURE @ 160 PSI 140 136 138 SAMPLE HEIGHT (INCHES) 2.50 2.51 2.65 EXUDATION PRESSURE (PSI) 266.5 354.8 669.1 CORRECTED R-VALUE 9.1 11.7 11.1 UNCORRECTED R-VALUE 9.1 11.7 10.5 R-VALUE @ 300 PSI EXUDATION PRESSURE = 10 100 90 80 70 W 60 < 50 IX 40 30 20 10 0 0 100 200 300 400 500 600 700 800 EXUDATION PRESSURE - PSI IILI 1 vLu11 CLIENT: PBS&J PROJECT: South Taft Hill Roadway Improvements PROJECT NO. 20045168 DATE: 6110/05 LOCATION: Horsetooth Road to Harmony Road - Fort Collins, Co. RIGID PAVEMENT ANALYSIS FLEXIBLE PAVEMENT ANALYSIS (1) DESIGN 18-kip - (ESAL's) 200 1,460,000 (1) DESIGN 18-kip (ESAL's) 1,460,000 (2) RELIABILITY 90% (2) RELIABILITY 90% (3) OVERALL DEVIATION 0.34 (3) OVERALL DEVIATION 0.44 (4) MODULUS OF RUPTURE 600 (5) MODULUS OF ELASTICITY 3,420,000 (6 LOAD TRANSFER 3.1 (4) R-VALUE (HVEEM STABILOMETER) .10 (7) MODULUS OF SUBGRADE REACTION 100 (5) SOIL RESILIENT MODULUS 6,550 (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 Altennative C CALCULATED RIGID PAVEMENT THICKNESS, (IN): 7.6 CALCULATED STRUCTURAL NUMBER: 3.73 Ina 1111MCx t) N• UPPER 0.44 2.5 ASPHALT SURFACE -GRADING S, SX 1.0 1.10 2 0.44 3.0 ASPHALT SURFACE -GRADING S, SG 1.0 1.32 2 0.11 12.0 AGGREGATE BASE COARSE -CLASS 1.0 1.32 5OR6 Alternative A TOTAL 17.5 TOTAL 3.74 UPPER 0.44 2.0 ASPHALT SURFACE -GRADING S, SX 1.0 0.88 2 0." 3.0 ASPHALT SURFACE -GRADING S, SG 1.0 1.32 3 0.11 9.0 AGGREGATE BASE COARSE -CLASS 1.0 0.99 5 OR 3 0.05 12.0 FLY ASH TREATED SUBGRADE 1.0 0.60 Alternative B TOTAL 26.0 TOTAL 3.79 3.73 3.73 CLIENT: PBS&J PROJECT NO. 20045168 DATE: 6/10/05 lrerracorr= PROJECT: South Taft Hill Roadway Improvements LOCATION: Horsetooth Road to Harmony Road - Fort Collins, Co. RIGID PAVEMENT ANALYSIS FLEXIBLE PAVEMENT ANALYSIS (1) DESIGN 18-kip - (ESAL's) 100 730,000 (1) DESIGN 18-kip (ESAL's) 730,000 (2) RELIABILITY 85% (2) RELIABILITY 85% (3) OVERALL DEVIATION 0.34 (3) OVERALL DEVIATION 0." (4) MODULUS OF RUPTURE 600 (5) MODULUS OF ELASTICITY 3,426,000 (6 LOAD TRANSFER 3.1 (4) R-VALUE (HVEEM STABILOMETER) 10 (7) MODULUS OF SUBGRADE REACTION 100 (5) SOIL RESILIENT MODULUS 6,550 (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 Altemative C CALCULATED RIGID PAVEMENT THICKNESS, (IN): 6.5 CALCULATED STRUCTURAL NUMBER: 3.23 B IE i IN UPPER 0." 2.0 ASPHALT SURFACE -GRADING S, SX 1.0 0.88 2 0.44 3.0 ASPHALT SURFACE -GRADING S, SG 1.0 1.32 2 0.11 10.0 AGGREGATE BASE COARSE- CLASS 1.0 1.10 5 OR Alternative A TOTAL 15.0 TOTAL 3.30 3.23 UPPER 0." 1.5 ASPHALT SURFACE -GRADING S, SX 1.0 0.66 2 0.44 2.5 ASPHALT SURFACE.GRADING S, SG 1.0 1.10 3 0.11 8.0 AGGREGATE BASE COARSE -CLASS 1.0 0.88 5 OR 3 0.05 12.0 FLY ASH TREATED SUBGRADE 1.0 0.60 Altemative B TOTAL 24.0 TOTAL 3.24 3.23 WELD LABORATORIES, INC. 1527 First Avenue • Greeley, Colorado 80631 Phone: (970) 353-8118 • Fax: (970) 353-1671 www.weldlabs.com March 10, 2005 Terracon 301 N. Howes Ft. Collins, CO 80521 Project: Taft Hill 20045168 Lab No. Sample ID pH Sulfate Resistivity (ppm S) (ohms -cm) S5066-97 14 0-4 7.0 0.90 2000 S5066-98 8 0-4 7.0 0.70 1430 S5066-99 19 0-4 7.2 <0.10 1190 S5066-100 10 0-4 7.1 <0.1 1790 Project Manager Date Sampling procedures can affect the value of analytical results — customers are advised to use appropriate sampling protocol to insure samples are truly representative of the bulk sample. APPENDIX C Irerraco GENERAL NOTES DRILLING & SAMPLING SYMBOLS: SS: Split Spoon - 1318" I.D., 2" O.D., unless otherwise noted HS: Hollow Stem Auger ST: Thin -Walled Tube - 2V O.D., unless otherwise noted PA: Power Auger IRS: Ring Sampler- 2.42" I.D., 3" O.D., unless otherwise noted HA: Hand Auger DB: Diamond Bit Coring - 4", N, B RB: Rock Bit BS: Bulk Sample or Auger Sample WB: Wash Boring or Mud Rotary The number of blows required to advance a standard 2-inch O.D. split -spoon sampler (SS) the last 12 inches of the total 18-inch penetration with a 140-pound hammer falling 30 inches is considered the "Standard Penetration" or "N-value". For 3" O.D. ring samplers (RS) the penetration value is reported as the number of blows required to advance the sampler 12 inches using a 140-pound hammer falling 30 inches, reported as "blows per foot," and is not considered equivalent to the "Standard Penetration"or "IN -value". WATER LEVEL MEASUREMENT SYMBOLS: WL: Water Level WS: While Sampling N/E: Not Encountered WCI: Wet Cave in WD: While Drilling DCI: Dry Cave in BCR: Before Casing Removal AB: After Boring ACR: After Casing Removal Water levels indicated on the boring logs are the levels measured in the borings at the times indicated. Groundwater levels at other times and other locations across the site could vary. In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils, the accurate determination of groundwater levels may not be possible with only short-term observations. DESCRIPTIVE SOIL CLASSIFICATION: Soil classification is based on the Unified Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse -grained soils are defined on the basis of their in -place relative density and fine-grained soils on the basis of their consistency. CONSISTENCY OF FINE-GRAINED SOILS Standard Unconfined Penetration or Compressive N-value (SS) Strength. Qu, psf Blows/Ft. Consistency < 500 <2 Very Soft 500 — 1,000 2-3 Soft 1,001 — 2,000 4-6 Medium Stiff 2,001 — 4,000 7-12 Stiff 4,001 — 8,000 13-26 Very Stiff 8,000+ 26+ Hard RELATIVE PROPORTIONS OF SAND AND GRAVEL Descriptive Term(s) of other Percent of constituents Dry Weight Trace < 15 With 15 — 29 Modifier > 30 RELATIVE PROPORTIONS OF FINES Descriptive Term(s) of other Percent of constituents Dry Weiaht Trace < 5 With 5-12 Modifiers > 12 RELATIVE DENSITY OF COARSE -GRAINED SOILS Standard Penetration or N-value (SS) Rina Sampler IRS) Blows/Ft. Blows/Ft. Relative Density 0-3 0-6 Very Loose 4-9 7-18 Loose 10 — 29 19-58 Medium Dense 30 — 49 59-98 Dense 50+ 99+ Very Dense GRAIN SIZE TERMINOLOGY Major Component of Sample Particle Size Boulders Over 12 in. (300mm) Cobbles 12 in. to 3 in. (300mm to 75 mm) Gravel 3 in. to #4 sieve (75mm to 4.75 mm) Sand #4 to #200 sieve (4.75mm to 0.075mm) Silt or Clay Passing #200 Sieve (0.075mm) PLASTICITY DESCRIPTION Term Plasticity Index Non -plastic 0 Low 1-10 Medium 11-30 High 30+ 1 rorracon UNIFIED SOIL CLASSIFICATION SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory TestsA Soil Classification Group Symbol Group Nameo Coarse Grained Soils Gravels Clean Gravels Cu a 4 and 1 <Cc < 3` GW Well -graded gravel' More than 50% retained More than 50% of coarse fraction retained on Less than 5% fines` Cu <4 and/or 1 > Cc> 3` GP Poorly graded gravel` on No. 200 sieve No. 4 sieve Gravels with Fines More Fines classify as ML or MH GM Silty gravel`-O•" than 12% fines` Fines classify as CL or CH GC Clayey gravelF•G" Sands Clean Sands Cu >_ 6 and 1 s Cc < 3` SW Well -graded sand' 50% or more of coarse Less than 5% fines° Cu < 8 and/or 1 > Cc > 3E SP Poorly graded sand' fraction passes No. 4 sieve Sands with Fines Fines classify as ML or MH SM Silty sand`-"-' More than 12% fines° Fines Classify as CL or CH SC Clayey sand°•".' Fine -Grained Soils Silts and Clays inorganic PI > 7 and plots on or above "A" line' CL Lean clay'--' 50% or more passes the Liquid limit less than 50 PI <4 or plots below "A" line' ML Silty`-" No. 200 sieve organic Liquid limit- oven dried " Organic clay"•"" <0.75 OL Liquid limit - not dried Organic siltKL"`o Silts and Clays inorganic PI plots on or above "A" line CH Fat clayK`" Liquid limit 50 or more PI tots below "A" line MH Elastic Silt'" organic Liquid limit - oven dried Organic dayK""•" < 0 75 OH Liquid limit - not dried Organic slltK`,"`o Highly organic soils Primarily organic matter, dark in color, and organic odor PT Peat "Based on the material passing the 3-in. (75-mm) sieve e If field sample contained cobbles or boulders, or both, add "with cobbles or boulders, or both" to group name. °Gravels with 5 to 12% fines require dual symbols: GW-GM well -graded gravel with silt, GW-GC well -graded gravel with clay, GP -GM poorly graded gravel with silt, GP -GC poorly graded gravel with clay. °Sands with 5 to 12% fines require dual symbols: SW-SM well -graded sand with silt, SW -SC well -graded sand with day, SP-SM poorly graded sand with sift, SP-SC poorly graded sand with clay z ECU = DB°/D10 Cc= ' Diu x De° F if soil contains_ 15% sand, add "with sand" to group name. "if fines classify as CL-ML, use dual symbol GC -GM, or SC-SM. a 60 K11 10 7 4 0 0 "If fines are organic, add "with organic fines" to group name. ' If soil contains z 15% gravel, add "with gravel" to group name. If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. K If soil contains 15 to 29% plus No. 200, add "with sand" or "with gravel," whichever Is predominant. L If soil contains t 30% plus No. 200 predominantly sand, add "sandy" to group name. "'If soil contains z 30% plus No. 200, predominantly gravel, add "gravelly" to group name. "PI �, 4 and plots on or above "A" line. °PI <4 or plots below "A" line. P PI plots on or above "A" line. "PI plots below "A" line. 10 16 20 30 40 50 60 70 s0 90 100 110 LIQUID LIMIT (LL) Fam 111--6/98 Irerracon SECTION 00300 BID FORM ROCK CLASSIFICATION (Based on ASTM C-294) Sedimentary Rocks Sedimentary rocks are stratified materials laid down by water or wind. The sediments may be composed of particles or pre-existing rocks derived by mechanical weathering, evaporation, or by chemical or organic origin. The sediments are usually indurated by cementation or compaction. Chert Very fine-grained siliceous rock composed of micro -crystalline or cryptocrystalline quartz, chalcedony or opal. Chert is various colored, porous to dense, hard, and has a conchoidal or splintery fracture. Claystone Fine-grained rock composed of or derived by erosion of silts and clays or any rock containing clay. Soft massive and may contain carbonate minerals. Conglomerate Rock consisting of a considerable amount of rounded gravel, sand, and cobbles with or without interstitial or cementing material. The cementing or interstitial material may be quartz, opal, calcite, dolomite, clay, iron oxides, or other materials. Dolomite A fine-grained carbonate rock consisting of the mineral dolomite [CaMg(CO3)21. May contain non -carbonate impurities such as quartz, chert, clay materials, organic matter, gypsum, and sulfides. Reacts with hydrochloric acid (HCL). Limestone A fine-grained carbonate rock consisting of the mineral calcite (CaCO3). May contain non -carbonate impurities such as quartz, chert, clay minerals, organic matter, gypsum, and sulfides. Reacts with hydrochloric acid (HCL). Sandstone Rock consisting or particles of sand with or without interstitial and cementing materials. The cementing or interstitial material may be quartz, opal, calcite, dolomite, clay, iron oxides, or other materials. Shale Fine-grained rock composed of or derived by erosion of silts and clays or any rock containing clay. Shale is hard, platy, of fissile may be gray, black, reddish, or green and may contain some carbonate minerals (calcareous shale). Siltstone Fine grained rock composed of or derived by erosion of silts or rock containing silt. Siltstones consist predominantly of silt sized particles (0.0625 to 0.002 mm in diameter) and are intermediate rocks between claystones and sandstones and may contain carbonate minerals. lferracon June 21, 2005 PBS&J, Inc. 4601 DTC Boulevard — Suite 700 Denver, Colorado 80237 Attn: Mr. Daniel Liddle, P.E. Re: Geotechnical Engineering Pavement Evaluation Report — Addendum No. 1 South Taft Hill Road Improvements — Horsetooth Road to CR 38E (Harmony Road) Fort Collins, Larimer County, Colorado Terracon Project No. 20045168 Terracon completed the geotechnical engineering subsurface exploration and pavement design evaluation for the proposed roadway improvements along South Taft Hill Road from Horsetooth Road and continuing south approximately '/-miles to Larimer County Road 38E (Harmony Road) in southwest Fort Collins, Colorado and prepared a report detailing our findings. For further information and findings thereof, please refer to our "Geotechnical Engineering Report — Pavement Evaluation" dated June 13, 2005, Project No. 20045168. The study was conducted in general accordance with the Larimer County Urban Area Street Standards (LCUASS) pavement design guidelines. The 18-kip equivalent daily load application (EDLA) and the 18-kip equivalent single axle load (ESAL) value for South Taft Hill Road were derived based on information provided to us by PBS&J on June 5, 2005. PBS&J provided us with the Average Daily Traffic (ADT) values, the projected growth for the next 20 years and the anticipated usage/percentage for passenger cars, single unit trucks and tractor trailer vehicles. The current ADT for Taft Hill Road is approximately 18,435 vehicles. Using the Colorado Department of. Transportation (CDOT) methodology for the estimating the projected ESAL during the next 20-years, PBS&J calculated the 18-kip ESAL value at 1,316,802, which equates to an approximate 18-kip EDLA value of 180. In our initial report dated June 13, 2005, the pavement thicknesses presented for Taft Hill Road were based on the City of Fort Collins — Engineering Department's 18-kip EDLA standard default value of 200 as presented in the LCUASS Table 10-1 "Flexible Pavement Design Criteria" for a 4-lane arterial roadway. On June 20, 2005 we wee informed by the City of Fort Collins' — Engineering Department, that an estimated 18-kip ESAL value of 325 should be applied for South Taft Hill Road. Included in this addendum letter are the revised pavement thicknesses for South Taft Hill Road based on the revised 18-kip ESAL value of 325. Pavement Design and Construction — South Taft Hill Road Design of pavements for South Taft Hill Road 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 Area Street Standards (LCUASS) pavement design criteria, and the following data. For flexible pavement design, a 20- Geotechnical Engineering Pavement Evaluation Report —Addendum No. 1 lrerracon PBS&J, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 year design life years was utilized, along with a design R-value of 10, and an approximate 18-kip equivalent single axle load (ESAL) provided to us by the City of Fort Collins — Engineering Department, environmental criteria and other factors, the structural numbers (SN) for the site were determined on the basis of the 1993 AASHTO design equation. t3rQetName, 18 1pxEDtA ax e r fiRe�labil y , �s rs 4y , , �ei�>, �a a South Taft Hill Road 325 2,372,500 90 4.5 2.5 4.02 Recommended alternatives for flexible and rigid pavements, summarized for South Taft Hill Road using the revised Structural No. of 4.02 as determined by AASHTO and LCUASS Design Criteria are as follows: t IiECpM ENDED MIN/Mt1M IjAVEMENT THICKNESS fNCHES CDU7;PDESIGNICI�fsiiERl,4 +; h `' # glferraatives' � � A8Q �, F Ash F . � Pottlanil Cpm its 5urrace n w>Sui�a�ce � . Base���urse ; Treated Sub . Cem�ttt� Total_ £ ,��,; t ; Grading Graiipg S or Clase 5,or 6 ;Base Concrete> t Withotut „ Wlth�tElar ash' SX or,$ SG ��y ash 0}05 A 3.0 3.0 13.0 19.0 4.0714.02 — Taft III R Hill Road, B 2.5 3.0 10.0 12.0 27.5 — 4.12/4.02 c 12.0 9.0 21.0 N/A N/A (1) If the asphalt surface course is to consist of Grading S, then the required minimum lift/thickness placed should be 2-inches. If the asphalt surface course is to consist of Grading SX, the required minimum lift/thickness placed should be 1-1/2-inches. (2) If fly ash is utilized for the on -site pavement improvement areas to mitigate potential unstable soils or for swell mitigation purposes, it is recommended that at least the upper 12-inches of the prepared subgrade be treated with fly ash. Using a minimum thickness of 12-inches of fly ash treated subgrade may reduce the required asphalt thickness by approximately 1 to 1-1/2- inches. Terracon is available to provide the required laboratory soil and fly ash mix design as well as placement recommendations upon request. (3) Alternative A assumes the entire subgrade section has been over -excavated and recompacted to the project specifications and an approved proof roll has been achieved. Other recommendations contained in the initial geotechnical engineering report are valid and should be implemented. We appreciate the opportunity to be of service to you on this phase of Geotechnical Engineering Pavement Evaluation Report —Addendum No. 1 lierraron PBSU, Inc. — South Taft Hill Road Improvements Fort Collins, Larimer County, Colorado Project No. 20045168 your project. If you have any questions concerning this report, or if we may be of further service to you, please do not hesitate to contact us. Sincerely, TERRACON David A. Richer, P.E. Geotechnical Engineer/Department Manager Enclosures: AASHTO Pavement Thickness Design Spreadsheet (1) Copies to: Addressee (3) City of Fort Collins - Engineering Department (4): Mr. Dean Klingler, P.E. Larimer County Engineering Department (2): Mr. Rusty McDaniel, P.E. TST, Inc. - Consulting Engineers (2): Mr. Steve Humann, P.E. 1 rerraco CLIENT: PBS&J PROJECT: South Taft Hill Roadway Improvements PROJECT NO. 20045168 DATE: 6/20/05 LOCATION: Horsetooth Road to Harmony Road - Fort Collins, Co. RIGID PAVEMENT ANALYSIS FLEXIBLE PAVEMENT ANALYSIS (1) DESIGN 18-kip - (ESAL's) 325 2,372,500 (1) DESIGN 18-kip (ESAL's) 2,372,500 (2) RELIABILITY 90% (2) RELIABILITY 90% (3) OVERALL DEVIATION 0.34 (3) OVERALL DEVIATION 0.44 (4) MODULUS OF RUPTURE 600 (5) MODULUS OF ELASTICITY 3,420,000 (6 LOAD TRANSFER 3.1 (4) R-VALUE (HVEEM STABILOMETER) 10 (7) MODULUS OF SUBGRADE REACTION 100 (5) SOIL RESILIENT MODULUS 6,550 (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 Alternative C CALCULATED RIGID PAVEMENT THICKNESS, (IN): 8.24" CALCULATED STRUCTURAL NUMBER: 4.02 4 I 6 UPPER 0.44 3.0 ASPHALT SURFACE -GRADING S•SX 1.0 1.32 2 0.44 3.0 ASPHALT SURFACE -GRADING S, SG 1.0 1.32 2 0.11 13.0 AGGREGATE BASE COARSE -CLASS 10 1.43 SORG Alternative A TOTAL 19.0 TOTAL 4.07 4.02 UPPER 0.44 2.5 ASPHALT SURFACE -GRADING S, SX 1.0 1.10 2 0.44 3.0 ASPHALT SURFACE -GRADING S, SG 1.0 1.32 3 0.11 10.0 AGGREGATE BASE COARSE -CLASS 1.0 1.10 5 OR 3 0.05 12.0 FLY ASH TREATED SUBGRADE 1.0 0.60 Alternative B TOTAL 27.5 TOTAL 4.12 4.02 Liddle, Daniel From: Dean Klingner [DKLINGNER@fcgov.coml Sent: Thursday, October 20, 2005 3:31 PM To: Liddle, Daniel Cc: Rick Richter Subject: Taft Hill Pavement Dan - I had a conversation with our Pavement Management folks and we agreed that the best way to build the pavement section is: A single 2.5 inch lift of S (100) (PG 64-28) over a single 4 inch lift of SG (100) (PG 58-28) It should be relatively simple to transition from a 2.5 inch top lift on the full reconstruction portion to a 2.0 inch lift on the mill and inlay portion. Please make the appropriate changes to the plans and estimate. Let me know if you have any questions. Thanks. Dean Dean Klingner, PE Civil Engineer dklingner@fcgov.com (970) 221-6605 1 Liddle, Daniel From: Rick Richter [rrichter@fcgov.com] Sent: Tuesday, June 28, 2005 8:14 AM To: Dean Klingner; Liddle, Daniel; daricher@terracon.com Cc: John Lang Subject: RE: S. Taft Hill Pavement Design Thanks Dave, FYI, The top layer of asphalt will need to be S 100 64-28 lower layers are SG 100 58-28 Rick Rick Richter Pavement Management Engineer City of Fort Collins Engineering Department 970.221.6798 rrichter@fcgov.com >>> "Richer, Dave" <daricher@terracon.com> 6/27/2005 6:47:26 PM >>> Dean, Dan and Rick UPPER 0.44 3.0-inches of ASPHALT SURFACE -GRADING S, SX 2 0.44 3.5-inches of ASPHALT SURFACE -GRADING S, SG 3 0.11 6.0-inches of AGGREGATE BASE COARSE - CLASS 5 OR 6 3 0.05 12.0-inches of FLY ASH TREATED SUBGRADE TOTAL 24.5 equates to a SN of 4.12 versus the required at 4.02 and reduces the overall thickness by 4-inches. Dave Richer Message ----- From: Dean Klingner [mailto:DKLINGNER@fcgov.com] Sent: Monday, June 27, 2005 3:10 PM To: Liddle, Daniel; Richer, Dave Cc: John Lang; Rick Richter Subject: RE: S. Taft Hill Pavement Design Dan and Dave - Thanks for updating the report. Rick Richter and I have discussed this and we agree that the new Structural Number is appropriate. However, we likely will look at modifying the proposed sections seeking to reduce the overall pavement thickness by increasing the asphalt and decreasing the base course and/or fly ash. We would be more comfortable with a thicker asphalt section on an arterial street plus we will reduce the chance of utility conflict by reducing the overall thickness. Dan* 1 make sure to talk to me about this before we use the pavement section recommendations from the report for the earthwork model or cost estimating. Thanks. Dean Dean Klingner, PE Civil Engineer III dklingner@fcgov.com (970) 221-6605 >>> "Richer, Dave" <daricher@terracon.com> 6/21/2005 11:40:50 AM >>> Daniel, Thanks for the update and confirmation. Based on the revised 18-kip EDLA value of 325 versus 200, the new structural number would be 4.02 versus 3.73. I have included herein a revised AASHTO spreadsheet with the revised pavement thickness alternatives. Please feel free to contact us at your convenience. Dave Richer @ Terracon 301 North Howes Street Fort Collins, Colorado 80521 (970) 484-0359 ext. 220 voice (970) 484-0454 facsimile, and daricher@terracon.com (e-mail address) -----Original Message ----- From: Liddle, Daniel [mailto:dliddle@pbsj.com] Sent: Tuesday, June 21, 2005 7:18 AM To: Dean Klingner; Richer, Dave Cc: John Lang; Rick Richter Subject: RE: S. Taft Hill Pavement Design I agree with Dean. Based on calculations by our traffic engineers we projected about 25,000 ADT. We did two scenarios; 3% trucks and 6% trucks. 3% trucks calculated the ESAL value at 1,316,802 and 6% trucks calculated the ESAL at 2,460,821. Calculation spreadsheet is attached. Daniel Liddle Transportation Design Program Manager PBS&J 4601 DTC Boulevard, Suite 700 Denver, Colorado 80237 Telephone: (303) 221-7275 Fax: (303) 221-7276 dliddle@pbsj.com -----Original Message ----- From: Dean Klingner [mailto:DKLINGNER@fcgov.com] Sent: Monday, June 20, 2005 2:34 PM To: Liddle, Daniel; .daricher@terracon.com Cc: John Lang; Rick Richter Subject: S. Taft Hill Pavement Design Dave and Dan - I received the Geotechnical Engineering Report for the South Taft Hill Projects. 2 Generally it looks good, however you did use a low number for the EDLA. Usually Rick Ritcher in our office calculates this number for all City projects. The EDLA number he calculated is 325 (the EDLA used in the report is 200) based on a 2025 ADT of 25,000 and 7% trucks. The EDLA for 38E (100) looks fine. Please revise the report to make this change. Hopefully it is a minor revision. Thanks Dean Dean Klingner, PE Civil Engineer II dklingner@fcgov.com (970) 221-6605 This electronic communication and its attachments are forwarded to you for convenience. If this electronic transmittal contains Design Information or Recommendations and not just general correspondence, Terracon Consultants, Inc., and/or its affiliates ("Terracon") will submit a follow-up hard copy via mail or delivery for your records, and this hard copy will serve as a final record. In the event of conflict between electronic and hard copy documents, the hard copy will govern. This e-mail and any attachments transmitted with it are the property of Terracon and may contain information that is confidential or otherwise protected from disclosure. The information it contains is intended solely for the use of the one to whom it is addressed, and any other recipient should destroy all copies. 3 SECTION 00300 BID FORM PROJECT:5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road Place col , iUfC NASI ` � Date P�1�. n /0 1. In compliance with your Invitation to Bid dated ca-Ll pFj, 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 certified or cashier's check or standard Bid bond in the sum of MaC Aoyj,,,., 4c (n� c . e it_ r 6Yt� ($ 61,G�J-S3 ) in accordance with the IInnvitlation To Bid and Instructions to Bidders. 9. 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: H916W Q& J,)Iaif ,E C�c ft,a 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. (bf fr through -rob . 7/96 Section 00300 Page 1 ADDENDUM B. BID SCHEDULE (Base Bid) 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road ITEM NO. ITEM UNIT QUANTITY UNIT COST SUBTOTAL ( 202 CLEARING AND GRUBBING LS 1 9,)_0 • CO $ 202 REMOVAL OF TREE (UP TO 24") EACH 1 6to 0o $ • 0- 202 REMOVAL OF TREE (24"AND GREATER) EACH 1 p1©-Jo lbCJ $ $ [�J • Q(2 202 REMOVAL OF PIPE LF 360 (6-00 $ 53 6P -00 Yj 202 REMOVAL OF END SECTION EACH 69_00 .00 $ I . !2�? 202 REMOVAL OF MANHOLE EACH 2 Oco - 00 $ lacb. (xi 202 REMOVAL OF SIDEWALK SY 550 S 1j'% $ =I' 202 REMOVAL OF MEDIAN (HORSETOOTH CIRCLE) LS 1 00 $ &j • Vp 202 REMOVAL OF CURB AND GUTTER LF 230 $ 472I> •00 202 REMOVAL OF CONCRETE GUTTER LF 85 O. Ca0 $ 1%0- ov 202 REMOVAL OF CONCRETE PAVEMENT SF 830 1 - 0,:;, $ _ - OD 202 REMOVAL OF ASPHALT MAT SY 9,800 '3 • Z� e&C) $ U� , RJV • •�(tl —�TJ,� 202 REMOVAL OF ASPHALT MAT (PLANING) SY 6,500 I ' 5O $ '/ / >' ey 202 REMOVAL OF PAVEMENT MARKING LF 3,735 • 70 $ q- T VJ ' 202 REMOVAL OF GROUND SIGN EACH 7 5.0-Q�i $ 3! (�7 203 EMBANKMENT MATERIAL (COMPLETE IN PLACE) CY 1,762 I�-to /�p Alt 1000•� 203 POTHOLING HOUR 40 $ 9op w 207 TOPSOIL (STOCKPILE AND REDISTRIBUTE) CY 730 u-00 1 l '<`�i C��/ $ 1,5( O • •V 208 EROSION BALES (WEED FREE HAY) EACH 20 �Q '[Xj 7 $ y-rO0'Qp j J 208 SILT FENCE LF 200 ZS $ 11 0 208 CONCRETE WASHOUT STRUCTURE EACH 1 1 (• -'p $ OOP ' V-0 208 STABILIZED CONSTRUCTION ENTRANCE EACH 2 IV> -co $ (5'D0•uo 210 RESET LIGHT POLE EACH 1 4WI00 $ 210 RESET MAILBOX STRUCTURE EACH 13 IrSO"0o a+(%0 $ l6 00 J 210 RESET FIRE HYDRANT EACH 3 $ SO 210 RESET WATER VENT PIPES EACH 2 600 •00 $ 100o -w 210 ADJUST MANHOLE EACH 14 J'1D,W $ 6j16b( 00 210 ADJUST VALVE BOX EACH 11 �10.4)? $ 2do Ia 210 ADJUST WATER METER EACH 2 � jamj�—�r•1� $ (000- 00 212 SEEDING (TALL FESCUE MIX) ACRE 0.5 )9p ' �,_ $ (� SO, OO 212 SEEDING (NATIVE) (NON -IRRIGATED) ACRE 0.5 t2S0 -22 $ �JS - 00 212 SOD SF 2,000 1-00 $ to • cp 213 MULCHING (WEED FREE HAY) ACRE 1.0 k% -00 $ Y O '00 213 MULCH TACKIFIER LB 200 214 DECIDIDUOUS TREE (2 INCH CALIPER) EACH 6 .60 $ I�1$C -OD 214 EVERGREEN TREE (6 FOOT) (BALL AND BURLAP) EACH 4 Uri • Do $ IG�IW� 304 AGGREGATE BASE COURSE (CLASS 6) TON 4,600 11 • SO $ ftj,00 "QO 307 FLY ASH TREATED SUBGRADE SY 12,000 T-0t) $$ '1 a 403 HOT MIX ASPHALT (PATCHING) (ASPH) TON 400 55-Om $ 22• a A 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road 403 HOT MIX ASPHALT (GRADING SG) (100) (PG 58-28) TON 3,100 43 -oo ^7 $ LS3 I .3Oa • w 403 HOT MIX ASPHALT (GRADING S) (100) (PG 64-28) TON 2,900 4 • po $ 133OLO - ao 411 EMULSIFIED ASPHALT (PRIME COAT) GAL 2,000 (`� $, co - (ice 603 15 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 385 66. OD $ Lj) S(fii • J J 60.3 18 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 510 86- DO ry $ 43 Obi -o- ti j 603 19 X 301NCH ELLIPTICAL REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 131 WOO $ �l go Y00 603 361NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 560 ( {4.00 $ ��p� q:W - 0 603 151NCH REINFORCED CONCRETE END SECTION EACH 6 65b• oo $ xfoo -•DJ 603 19 X 301NCH REINFORCED CONCRETE END SECTION EACH 1 d%-'> $ !700 Cr7 604 MANHOLE (481NCH DIAMETER) EACH 4 $ $4M '00 � j 604 MANHOLE (601NCH DIAMETER) EACH 4 ` cy _Q0 60B CONCRETE SIDEWALK (6INCH) SY 685 • co $ QZ h0 -Qo 608 CONCRETE CURB RAMP SY 80 ' U'D $ I4'��� • Vo 608 SIDEWALK DRAIN (CHASE 2' WIDE) LF 22 $ 608 SIDEWALK DRAIN (CHASE 3' WIDE) LF 5 ( • (Xj j $.` 600 SIDEWALK DRAIN (CHASE 5' WIDE) LF 14 r%" qb,) '�r..0' q7 (3/2p�•,0a� $ Oft w 609 CURB AND GUTTER TYPE 2 (SECTION I-B) LF 775 �I �.li $ 52 14� 609 CURB AND GUTTER TYPE 2 (SECTION II-B) LF 1,075 l�j- (9J $ (//`3 , 9 �S•� 609 CURB AND GUTTER TYPE 2 (SPECIAL 6 FOOT BIKEWAY) LF 1,180 609 GUTTER TYPE 2 (3 FOOT) LF 215 �o • 00 $� �(9.Q • CD 609 GUTTER TYPE 2 (8 FOOT) LF 85 LI'L "&`0 $ 3 q7(0 -co 609 GUTTER TYPE 2 (12 FOOT) LF 65 If • CD $ y4 •0o 610 MEDIAN COVER MATERIAL (6 INCH COLORED PATTERNED CONCRETE) SF 2,100 qq 'I -6D $ it lzrj • 11� 613 21NCH ELECTRICAL CONDUIT (PLASTIC) LF 460 11 -o) $ DS/A - OD 613 3 INCH ELECTRICAL CONDUIT (PLASTIC) LF 2000 �3.01) $ -00 4' 613 PULL BOX(24x36X24) EA 6 $ 5�t -pp 613 PULL BOX (16x14X6) EA 3 I$�-Lo 6)0 •,nD $ . Gb 620 SANITARY FACILITY EACH 3 �� -00 $ p• • 00 623 IRRIGATION SYSTEM (CIP) (JJ'S COUNTRY CORNER) LS 1 O 00 - fb $ cw -00 625 CONSTRUCTION SURVEYING L S 1 QTo • AJ $E / 626 MOBILIZATION L S 1 ((i •0'O $rj`f 630 FLAGGING HOUR 1,440 Lv b ' T $ 630 PORTABLE MESSAGE SIGN PANEL DAY 50 � I X MIX $ � Jw 0:1 q 1 630 TRAFFIC CONTROL L S 1 hB,oOD $ % . w TOTAL BID AMOUNT: $'•O�y Lp •5o Written Total Bid Amount: on't.- ya,, At'u4,4 i $Dollars 2 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 (250) of the total Agreement Price. RESPECTFULLY SUBMITTED: to 1� 04* 4-1,D6 Signature Kevin D. Date Anderson VP/General Manaaer Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: 4 SA dress �Jl(i ISt PcV� Of sc2 or )q Telephone J 7/96 Section 00300 Page 3 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 7/96 Section 00410 Page 1 SECTION 00410 BID BONA KNOW ALL MEN BY TXESB PRESENTS: that we, * the undersigned as Principal, and Hartford Fire Insurance Company as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of S Five Percent (5%) of the Total Amount of the Bid 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 whereaa 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, 5972 South Taft Hill Road Improvements CR-385 (Harmony Road) to Hoxsetooth Road. 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 Sid) 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 thsrauit::, and shall in all other respects perform the Agreement created -by the acceptance of said Bid, than this obligation shall be void, otherwise the same shall rewAin 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 nenai amount of this obligation as herein stated_ — The Surety, for value received, hereby stipulates an3 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. * Aggregate Industries - WCR, Inc., 1707 Cole Boulevard, Suite 100, Golden, CO 80401 7/96 Section 00410 Page 2 r IN WITNESS WHEREOF, the Principal and the Surety have.hereunto set their hands and Seale this 17th day of Aril , 2006, and such of them as are corporation:, 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 SURBTY Name: Aggregate Industries - WCR, Inc. Hartford Fire Insurance Company Address: 1707 Cole Boulevard. Suite 100 Tower 4-1-47 Hartford Plaza CT 06115 By: A 4 oY; li$441 1 f w —....� Florietta Acosta Title: '+� Title: Attorney -in -Fact ATTEST: a. j r e� i (SEAL) r� 7 � 7/96 Section 00410 Page 3 Direct Inquiries/Claims to: POWER OF ATTORNEY THE HARTFORD-4 BOND, T-0 P.O. BOX 2103. 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call. 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 34-341300 XO Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X� Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut O Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, ip to the amount of unlimited: James S. Rosulek, J. R. Richards, Frank C. Penn, Dilynn Guam, Kevin W. McMahon, Donald E. Appleby, Gloria C. Blackburn, Florietta Acosta, Kristen L. McCormick, Susan J. Lattarulo, Lisa T. Solove of Denver, CO ieir true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as elineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. M I ti�4 • � _ qi,' �t�t •a pg4� SY 70 �CY 1Q, IDT9'gnat' ' ,fj 0(. �' Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT SS. Hartford COUNTY OF HARTFORD David T. Akers, Assistant Vice President On this 4th day of August, 2004, before me personally came David T. Akers, to me known, who being by me duly swom, did depose and ay: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the orporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 6. .AZ--e-�/2- •� Scou E. Paseka Notary Public My Commission Expires October 31, 2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of April 17, 2005 4 Signed and sealed at the City of Hartford. Fr, istl�eya3y,, sitrs , 3 +�l+ .� Na sµ %^ !sauna 0*4=vo 0 au •as. �y:a� �. sx, � rY7str'Y`yt ; 19. f w Gary W. Slurtper,iant Vr I�r�esidsnt' OA 2004 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to liorsetooth Road 403 HOT MIX ASPHALT (GRADING SG) (100) (PG 58-28) TON 3,100 j 403 HOT MIX ASPHALT (GRADING S) (100) (PG 64-28) TON 2,900 E 411 EMULSIFIED ASPHALT (PRIME COAT) GAL 2,000 $ 603 15 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 385 j 603 181NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 510 j 603 19 X 30 INCH ELLIPTICAL REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 131 $ 603 36 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 560 $ 603 15 INCH REINFORCED CONCRETE END SECTION EACH 6 $ 603 19 X 30 INCH REINFORCED CONCRETE END SECTION EACH 1 $ 604 MANHOLE (48 INCH DIAMETER) EACH 4 $ 604 MANHOLE (60 INCH DIAMETER) EACH 4 $ 608 CONCRETE SIDEWALK (6 INCH) SY 685 $ 608 CONCRETE CURB RAMP SY 80 $ 608 SIDEWALK DRAIN (CHASE 2' WIDE) LF 22 $ 608 SIDEWALK DRAIN (CHASE T WIDE) LF 5 $ 608 SIDEWALK DRAIN (CHASE 5 WIDE) LF 14 $ 609 CURB AND GUTTER TYPE 2 (SECTION I-B) LF 775 $ 609 CURB AND GUTTER TYPE 2 (SECTION II-B) LF 1,075 j 609 CURB AND GUTTER TYPE 2 (SPECIAL 6 FOOT BIKEWAY) LF 1,180 j 609 GUTTER TYPE 2 (3 FOOT) LF 215 $ 609 GUTTER TYPE 2 (8 FOOT) LF 85 j 609 GUTTER TYPE 2 (12 FOOT) LF 65 $ 610 MEDIAN COVER MATERIAL (6 INCH COLORED PATTERNED CONCRETE) SF 2,100 $ 613 2 INCH ELECTRICAL CONDUIT (PLASTIC) - LF 460 $ 613 31NCH ELECTRICAL CONDUIT (PLASTIC) LF 2,000 j 613 PULL BOX (24x36X24) EA 6 $ 613 PULL BOX (16xl4X6) EA 3 $ 620 SANITARY FACILITY EACH 3 $ 623 IRRIGATION SYSTEM (CIP) (JJ'S COUNTRY CORNER) LS 1 $ 625 CONSTRUCTION SURVEYING L S 1 j 626 MOBILIZATION L S 1 j 630 FLAGGING HOUR 1,440 $ 630 PORTABLE MESSAGE SIGN PANEL DAY 50 $ 630 TRAFFIC CONTROL L S 1 $ TOTAL BID AMOUNT: $ Written Total Bid Amount: $Dollars 2 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: 2. Permanent main office address 3. When organized: �c-3L-a6-0(::) 4. If a corporation, where incorporated:IQ1�(��VV 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) Sow airldyj SCL Rdus. 7 eral character of Work performed by your company: Have you ever failed to complete any Work awarded to you?_� If so, where and why? 9. Have your ever defaulted on a contract? Kb . If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 Section 00420 Page 1 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. 11 12. List your major equipment available for this contract. Qaho &Ui-( Jx'-U0\ k-, U'tk CAT N\oib4CAP oau tce 0��Q �L,P eau(AAAQAV 0LA 13. Experience in construction Work similar in importance to this project: &c Ax,'� 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $ IA 1com f)-eoM A��ccao�t 16. Bank reference: 17. Will you, upon request, fill out a detailed financial statement and fu,rnish any others information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? yi;S If yes, in what city, county and state? What class, license and numbers? 19. Do you Contract? If yes, what and to whom? anticipate subcontracting Work under this rcent of total contract? f-C7 f` S k,sc. nr ' you or 20. Are any lawsuits pending against your firm at this time? IF yes, DETAIL 7/96 Section 00420 Page 2 21. What are t'�}e li is of your public liability? DETAIL `1 µ1�►OYl What company? ``l t 22. What are your company's bonding limitations?15 mmon scja c, SI��►1k%of\ c,(JaVreGCAeIx 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 (`) this 19 day of 4%3--camp lx Name o dder By: %� _ p 1, _,.,Kevin D. Anderson Title: VP/General Manager State of County of EV/n► being duly sworn deposes and says that he is W G^� of .�,��/,�}.;. !fie �c 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 IOI , 20a. N blic ?y eommison expires ... u...6n a0• My Commission Expires November 05. 2008 day of 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 100 of the contract. ITEM W k" nj � & �,)EW9a.19>'S S&,r ve: j SUBCONTRACTOR <� —finJL- it _1101S\A.5V ---C R * A [PrAo -on �rs�. Lr-S � ,�ZArjL'1-zrS 7/96 Section 00430 Page 1 T H E A M E R I C A N I N S T I T U T E AIA Document A305 O F A R C H I T E C T S Contractor's Qualification Statement 1986 EDITION This form is approved and recommended by The American Institute of Arcbitects (AIA) and The Associated General Contractors of America (AGC) for use in evaluat- ing the qualifications of contractors. No endorsement of the submitting party or verification of the information is made by the AIA or AGC. The Undersigned certifies under oath that the information provided herein is true and suffi- ciently complete so as not to be misleading. SUBMITTED TO: ADDRESS: SUBMITTED BY: Aggregate Industries - WCR, Inc. Corporation NAME: Lacey Kapinus- Partnership ADDRESS: 1 707 Cole Blvd., #1 00, Golden, Co 80401 Individual PRINCIPAL OFFICE: game as above Joint Venture Other NAME OF PROJECT (if applicable): TYPE OF WORK (file separate form for each Classification of Work): General Construction HVAC Plumbing Electrical % Other Asphalt Paving & Related Work. (please specify) Copyright 1964, 1969, 1979, ©1986 by The American Institute of Architects, 1735 New York Avenue, N.W., Washing- ton, D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution. AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1986 EDITION • AIAV • ©I986 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 A305-1986 1 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 65 Years 1.2 How many years has your organization been in business under its present business name? 65`-Years 1.2.1 Under what other or former names has your organization operated? Camas Colorado, Inc. 3 Years Bituminous Roadways of Colorado, Inc. - 17 Years Bituminous Roadways of Minnesota, Inc. - 40 Year$ 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation: 1 2/ 2 6/ 0 0 1.3.2 State of incorporation: Colorado 1.3.3 President's name: Patrick R. Ward 1.3.4 Vice-president's name(s): Kevin D. Anderson 1.3.5 Secretary's name: Bryon Girts 1.3.6 Treasurer's name: Al Stone 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership (if applicable): N/A 1.4.3 Name(s) of general partner(s): 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: N/A AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1986 EDITION • AIA® • ©1986 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 A305-1986 2 WARNING: Unlicensed photocopying violates U.S. copyright laws and Is subject to legal prosecution. 1.6 If the form of your organization is other than those listed above, describe it and name the principals: N/A 2. LICENSING 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable. Colorado Dept. of Transportation Front Range Counties & Municipalities Categories: Paving & GeneralCContract- References: Attachment "A" 2.2 List jurisdictions in which your organization's partnership or trade name is filed. N/A 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces. Asphalt Paving, Patching, Removals, Aggregate Base Course, Subgrade Preparation & Related Work. 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) NO 3.2.1 Has your organization ever failed to complete any work awarded to it? NO 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NO 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construc- tion contracts within the last five years? NO 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1986 EDITION • AIA® • © 1986 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 A305 -1986 3 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date. Attachment "B" 3.4.1 State total worth of work in progress and under contract: Attachment "B" 3.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces. Att chment "C" 3.5.1[a[e average annual amount of construction work performed during the past five years: $30r337,088.00 3.6 On a separate sheet, list the construction experience and present commitments of the key individ- uals of your organization. Attachment !'D" 4. REFERENCES 4.1 Trade References: Attachment "E" 4.2 Bank References: Attachment "Ft' 4.3 Surety: 4.3.1 Name of bonding company: Attachment "G" 4.3.2 Name and address of agent: Attachment "G" AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1086 EDITION • AIA® • ©1986 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 A305 -1986 4 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. 5. FINANCING 5.1 Financial Statement. Attachment "H" 5.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, pro- vision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 5.1.2 Name and address of firm preparing attached financial statement, and date thereof: SB & Company, LLC — July 5, 2005 5.1.3 Is the attached financial statement for the identical organization named on page one? NO 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). Parent -Aggregate Industries plc. Aggregate Industries - WCR, Inc. is a Wholly Owned Subsidiary of Aggregate Industries plc., Aggregate Industries plc. is a wholly owned subsidiary of Holcim, Inc. 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for con- struction? YES AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1986 EDITION • AIA® • ©1986 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YO.RK AVENUE, N.W., WASHINGTON, D.C. 20006 A305-1986 5 WARNING: Unlicensed photocopying violates U.S. copyright laws and Is subject to legal prosecution. 6. SIGNATURE 6.1 Dated at this Name of Organization: Aggregate Industries — WCR, Inc. By: Title: Kevin D. Anderson — VP/GM 6.2 day of Mr. Kevin D. Anderson being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this Notary Public: Lacey Lee Kapimus My Commission Expires: September 18, 2007 day of a a CAUTION: You should sign an original AIA document which has this caution printed in red. An original assures that changes will not be obscured as may occur when documents are reproduced. AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1986 EDITION • AlA® • ©1986 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 A305-1986 6 WARNING: Unlicensed photocopying violates U.S. copyright laws and Is subject to legal prosecution. ADDENDUM No. 1 City of Font Collins SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid: 5972 South Taft Hill Road Improvements CR-38E (Harmony Road) to Horsetooth Road OPENING DATE: 3:00 P.M. (Our Clock) April 17, 2006 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. SPECIFICATIONS AND CONTRACT DOCUMENTS Item I Item 2: Item 3 Item 4: Section. 00300 Bid Form Delete BID SCHEDULE Replace with BID SCHEDULE ADD. l Modifications to the Bid Schedule include: Add Item 210 Reset Light Pole Revise Item 603 15" Reinforced Concrete Pipe (CIP) Revise Item 603 18" Reinforced Concrete Pipe (CIP) Revise Item 630 Portable Message Sign Panel Project Special Provisions Pane 2 of 53 Revise 150 calendar days" to read "155 calendar days Protect Special Provisions Page 26 of 53 Replace Subsection 2012.01 with the following: I EACH 385 LF 510LF 50 DAYS This work includes removal, resetting; and/or disposal of existing raised landscape median located in Horsetooth Circle as directed by the Engineer. The existing light pole and any other items identified by the Engineer shall be salvaged in good condition and placed in a secure location for pickup by others. The existing sign shall be removed and reset in the median located .just to the west on Horsetooth Circle. The sign shall be reset as directed by the Engineer and to the satisfaction of the owner. Project Special Provisions Page 42 of 53 Revise the estimated summary of quantities to remove unit prices and extended prices. 215 North Mason Street • 2p° Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • Fax (970) 221-6707 www.fmov.com *HRH, h I I b rogal & hobbi RE: Aggregate Industries - WCR, Inc. Bonding Capacity We handle the surety bonds for Aggregate Industries - WCR, Inc., and feel that they are very reputable and experienced in their field. They enjoy a fine relationship with owners, architects and suppliers. We recommend them as a very competent and reliable contractor. Surety bonds for Aggregate Industries - WCR, Inc. are underwritten by Hartford Fire Insurance Company. Hartford Fire Insurance Company is Bests rated A+ XV. Aggregate Industries - WCR, Inc. is capable of providing bonds in the single range of $15,000,000 and the aggregate range of $50,000,000. Currently, the majority of this is available. We are confident you will find Aggregate Industries - WCR, Inc. a pleasure to work with. If we may be of further assistance in any way, please do not hesitate to contact us. Sincerely, Florietta Acosta Account Manager FZ.A/65I586 720 S. Colorado Blvd., Ste. 60ON P.O. Box469025 Deriver, CO 80246 m 303-722-7776 ® 303-722-8862 g w .hrh.com Reference Information Aggregate Industries, Inc. 1715 Broadway Saugus, MA 01906 (781) 941-7200 Federal Identification Number: 54-1527022 Duns #: 62-225-8929 Date/State Incorporated: 11/21/89 —Delaware Contact Info: Al Stone, Executive V.P. Finance Aggregate Industries Management, Inc. 6401 Golden Triangle Drive, Suite 400 Rockville, MD 20850 (301) 837-1000 Rev. 02/02/05 Business Type: Manufacturer of ready -mix concrete, asphalt, bituminous concrete, sand & gravel, crushed stone and concrete products. Contracting of asphalt surfacing and soil remediation. Parent Comoanv: Aggregate Industries plc. Bardon Hall, Copt Oak Road, Markfield, Leicestershire, LE67 9PJ United Kingdom Tel: +44 (0) 1530 816 600 Bank References: Wachovia Bank NA Todd Albert, Director 1970 Chain Bridge Road International Corporate Finance McLean, VA 22012 (804) 868-1475 Bank of America John Lynch, Senior V.P. 100 Federal Street Bank of America Boston, MA 02110 (617) 434-4618 Trade References: Lafarge North America 4000 Town Center, Suite 2000, Southfield, MI 48075 Tel: (248) 354-9050 Fax (248) 603-2510 Gary Borgquist — Director of Credit Holcim, Inc. 1100 Victors Way, Ann Arbor, MI 48108 Tel: (800) 854-4656 Melvin Steinmetz — Credit Mgr. Hartman-Fabco, Inc. 1415 Lake Lansing Road, Lansing, MI 48912 Tel: (517) 485-9493 Fax (517) 485-1815 Last of Officers: Bill Bolsover President Al Stone Treasurer Bryan Girts Secretary Selected wholly owned subsidiaries of Alm gate Industries, Inc.: Aggregate Industries — Northeast Region, Inc. Aggregate Industries — North Central Region, Inc. Aggregate Industries — WCR, Inc. Bardon, hic. Bill Smith Sand and Gravel, Inc. Fidler, Inc. Southern Nevada Paving, Inc. Frehner Construction Company, Inc. Aggregate Industries — WCR, Inc. Contracting Division 1707 Cole Blvd Suite 100 Golden CO 80401 Phone (303) 985-1070 Fax (303) 980-0038 TRADE REFERENCES Clear Creek Trucking Co. Inc. Wagner Equipment PO Box 1673 Mr. Jim Wilkins Denver CO 80216 Dept. 9000 (303) 295-0014 Denver, CO 80291 (303) 739-3000 Holcim (US), Inc. Frontier Oil Company Dept 946 Dept 566 Denver, CO 80271-0946 Denver, CO 80271-0566 (800)331-4233 (303)714-0100 SUBCONTRACTORS Concrete Express, Inc. Kolbe Striping, Inc. Mr. Joe O'Dea Mr. Paul Geerdes 8521 Rosemary St. 550 Topeka Way Commerce City, CO 80022 Castle Rock CO 80104 (303)286-8186 (303)688-9516 Double R Excavating WL Contractors, Inc. Mr. Rusty Riggs Mr. Larry Winkler PO Box 493 6435 W. 55t' Avenue Sedalia, CO 80135 Arvada, CO 80002 (303) 688-2703 (303) 422-7985 OWNERS Colorado Dept. of Transportation Douglas County Mr. Skip Had Mr. Karl Lucero 4201 E. Arkansas Ave. 3030 No. Industrial Way Denver CO 80222 Castle Rock CO 80104 303.287.8290 303.660.7490 Arapahoe County City of Greenwood Village Mr. Joe LaHeist Mr. John Wannigman 5334 S. Prince St. 6060 S. Quebec Littleton CO 80166 Englewood CO 80111 303.795.4640 303.708.6139 Saunders Construction Inc. MA Mortenson Co. Mr. Joe Pepper Mr. Todd Akey PO Box 3908 1875 Lawrence St. Suite 600 Englewood CO 80155 Denver CO 80202 303.699.9000 303.662.9169 Adolfson & Peterson Mr. Richard DeLuccie 797 Ventura St. Aurora CO 80011 303.466.8582 A AGGREGATE INDUSTRIES Aggregate Industries — WCR, Inc. ;ontracting Division MAJOR PROJECTS COMPLETED IN THE LAST FIVE YEARS AGGREGATE INDUSTRIES Spring Valley Subdivision Centex Homes 297.712.00 3/15/99 Sub Glenn Tulk 303.528.8210 N 48112 Diagonal Tech Center— Longmont The Neenan Co. 243,918.00 6/15/99 Sub David Shigekane 970.493.5869 N 48120 Broomfield Towne Center Saunders Construction Co. 698.658.00 6/30/99 Sub Jim Steimel 303.699.9000 N 98046 Cherry Hills Community Church GH Phipps 329,297.00 6/30/99 Sub Jon Hendricks 303.571.5377 N 98068 US 34 Business Loop: 54' to 8" CDOT 2,948,106.85 11/10/99 Allowed 127 days Prime Nicola Kendrick 970.506.4946 N 69046 STA 0342-032 Used 127 days 6115 999 DIA Cargo Apron & Airfield Interstate Highway Construction 1,830,093.76 Completed on Sub Martin Holt 303.790.9100 N 97121 Improvements Schedule 10/30/99 Park Meadows Dr. & Entertainment Dr. JD Meyer & Associates Inc. 1,321,499.26 Completed on Prime Jerry Meyer 303.758.5591 N 98015 Extension & Roadway Improvements Schedule 7/30199 1998 Pavement Management Program City of Greenwood Village 1,921,123.15 Completed on Prime John Wannigman 303.708.6139 N 98017 Schedule 7/31 /99 Arapahoe Crossings Phase II Saunders Construction Inc. 1,042,977.19 Completed on Sub Mike Eustace 303.699.3885 N 99042 Schedule 11/15/99 Superior Towne Center Saunders Construction Inc. 1,007,951.25 Completed on Sub Jim Steimel 303.699.9000 N 99039 Schedule 12/15/99 1998 Roadway Rehabilitation Program Arapahoe County Government 3,338,053.00 Allowed 180 days Prime Joe LaHeist 303.795.4640 N 48029 Used 180 days SH30-Buckley Road CDOT 680,544.00 9/15199 Prime David Schneider 303.366.7004 N 99034 CDOT #STA 03OA-021 1999 Greeley Overlay City of Greeley 384,753.00 10/31/99 Prime Todd Menge 970.350.9540 N 69032 Santa Fe & Belleview Concrete Works of Colorado and 423,823.11 6/30/00 Sub Mark Leonard 303.659.8075 N 99040 CDOT #NH 0852-078 CDOT Elk Lakes Shopping Center RAS Builders Inc. 281,865.18 6/26/00 Sub Chris Yost 303.762.0505 N 69080 Wal-Mart #2752 — Commerce City Colorado Structures 415 749.00 3/31100 Sub Dan Sudbrack 719-522-0500 N 99050 Majestic Commerce Center (Cosmair) Commerce Construction LP 283,479.00 4/30/00 Sub Tony 5toeffel 303.371.1400 N 99105 Home Depot— Belleview Ave. Colorado Structures 307,153.80 3/31/00 Sub Mark Osborn 719.522.0500 N 99125 17° and Pace Street Longmont Concrete Works of Colorado Citv of Lon mont 598,469.96 7/31100 Sub Mark Leonard 303.659.8076 N 49169 Kelly Farm Phase 11 Greeley GLH Construction 343,115.90 626100 Sub Greg Hughes 970,674.0440 N 69069 King Soopers #81 Brighton Mark Young Construction 555,204.75 7/31/00 Sub Gary Burkhart 970.484.1648 N 79132 Eagle Bend Phase I, Schedule III Eagle Bend Metropolitan District No. 1 861,890.07 7/31/00 Prime Russell Henson 303.706.9841 N 79127 Tomahawk Road Pioneer Sand Co. City of Parker CO 601,148.00 8/31/00 Sub George Wehner 303.400.7119 N 99092 Legacy High School Adolfson & Peterson 627,484.00 9130/00 Sub Richard DeLuccie 303,363.7101 N 99061 Pourdre River Ranch Phase I Hall Irwin Construction 390,316.00 10/25/00 Sub Steve Geisert 910.352.6057 N 69056 Ashcroft Heights Filing I Roche Constructors 825,410.00 1025/00 Sub Troy Armstrong 970.366,3611 N 69081 Ranch @ Highland Meadows Ranch @ Highland Meadows LLC 1,737,357,00 10/25/00 Allowed 150 dys Used 122 dys Prime JR Osborne 303.771,7160 N 60004 Elizabeth High School Nunn Construction 566,535.00 10/31/00 Sub Jeff Overman 719.599.7710 N 79149 2000 Greenwood Village Pavement Management Program City of Greenwood Village 1,112,665.00 10/31 /00 Allowed 60 days Used 60 days Prime John Wannigman 303.708.6139 N 90095 Witt Elementary School Site Improvements - #P4920OU20A Jefferson County Public Schools 209,355.40 1113/00 Allowed 40 days Used 40days Prime George Latuda 303.982.2584 N 30034 Lone Tree Parkway Improvements City of Lone Tree Colorado 1.223.656.00 11 30/00 Allowed 120 dys Used 120 dys Prime John Cotton (TST) 303.792.0557 N 70039 American Furniture — Parker Opus Northwest LLC 505,310.00 12/31/00 Sub JR Reynolds 303.297.3300 N 90062 Lucent Technologies —Xena Campus Saunders Construction 1,080,791.00 12/31/00 Completed on Schedule Sub Joe Pepper 303.699.9000 N 99066 Jefferson Village Palmer Enterprises 653,486.00 12/31/00 Sub Terry Thomas 303.468.8211 N 99161 Aspen Creek Filing 5 & 6 Lowe Enterprises 611,000.12 8131/01 Sub Coulter Hooker 303 6 8-08 00 N 41014 Bradbury Infrastructure Pioneer Sand Company 1,054,829.00 11/30/01 ub Ray Lewis 303-740-8102 N 71052 SH 95 Hampden to Evans C OT 1,425,374.90 8/1/01 Prime Tony Stewart 303- 84-5281 N 91001 Target- Castle Rock Saunders Construction 485,650.00 6/1/01 Sub Chris Dray 303-699-9000 N 91004 Douglas County Overlay -2001 Douglas County 947,483.90 8/30/01 Prime Kad Lucero 303-660-7490 N 91022 Denver Jet HCL Engineering 1,234,692.00 9130/01 Prime Kevin Coursey 303-773-1605 N 91091 2001 Pavement Management Greenwood Village 1,975,928.00 10/12/01 Prime John Wanningman 303-708-6139 N 91094 McData Corporate Campus Opus Northwest LLC 607,585.00 10/ 5/01 Sub cots Bunney - 7 700 N 9110 Reconstruct CR64 Nunn Rd Mountain Constructors 492,136.00 10/31/01 Prime Joe Kuntz 970-396-1784 N 61010 Stroh Farm Filing 2 Hall Irvin 494,314.49 10/31/01 Sub Rob Nieberger 7-539-0911 N 4 Mulberry/Le,nay Intersection Colorado Structures 557,974.30 §?-4/01—Prime Dan Sudbrack 71 -5 2- 50D N 61045 Idaho Creek Subdivision Hall Irwin 6 55,639.90 5 Sub teve Gersert 70-352 6057 8 028 Stapleton Infrastructure FF ing 1 Mortenson/Civil Technology 621,233.00 8/19/02 Sub Kelly O'Connell 303.320.1 333 N 71087 Potomac Farms Filing 1 Adare Homes Potomac Farms LLC 549,850.53 —5130/02 Kyle Schildt 720.635.4884 N 71150 176 & 120 Ave. Interchange IMB 0761-172 Edward Kraemer & Sons 1,418,219.32 9/ 00/02 Sub Joseph Schroeder 303.688.75 N 90106 Eagle Bend Marketplace Roche Constructors 522,305.85 6/30/02 Sub Brian Diem 970.356.3611 92001 Safeway Centennial Site Work Roche Constructors 501,910.00 6130/02 Sub Steve Hohn 970.366.3611 N 92003 SH119 Boulder Canyon STA 1191-017 CDOT 1,052,5 44.27 12/17/02 Ryan Idler 5D6.4949 N 92063 SH 30 & SH 36 Overlays MTCE 01-016 CDOT 4 55,901.95 8/15/02 Prime Freddie Smith 303.688.9626 N 92069 WalMart Store #953 Roche Constructors 1,158,8 66.60 9/17/ 2 Sub Chris Proctor 970.356.3611 N 61068 Timber Ridge PUD 1 Filing Schmidt Earth uilders 801,441.70 6/27/02 Sub Mark VanRonk 970,962.9091 N 82001 State Farm Regional Office Phase 2 Holder Construction 280,046.28 485,574.99 12/13/02 5/3/02 Sub Sub Craig Albeda Harvey Bauer 97 . 5 . 565 303.665. 7785 N N 81018 81 26 Rocksbury Ridge Subdivision Twin Peaks Excavation Littleton Public Schools Pkg #21A Arapahoe School #6 & LIPS 910,800.00 818/03 Prime Annette Ernst 303-249-3828 N 33046 Superior Metropolitan District Eagle Construction Management 859,187.35 9/7/03 Prime Tome Day 303-475.2200 N 33056 Stevinson Toyota West Calcon Constructors 418.885.00 10/1/03 Sub Brian Mortimore 303-762-1554 N 43003 West Powers Avenue Rehabilitation Concrete Works of Colorado 276,923.50 10/20/03 Sub Ryan Stice 303-41MB46 N 73066 2003 Morgan County Paving Morgan County 644,966.80 10/12 03 FPrime Joe Baltazar 970-353-2005 N 83010 Tallyn's Reach North Stantec 597,921.73 9130/03 Sub Heath Kennedy 303-758-4058 N 93023 EA70 Highway Authority E-470 Highway Authority 469,851.05 7/1/03 Sub Matthew McDole 303-537-3470 N 93024 Douglas County Overlay 2003 Douglas County Government 1,000,000.00 8/30103 Prime Karl Lucero 303-688-7490 N 93025 Fox Creek Village Chandelle Development 376,558.00 7/30/03 Sub Darrell Groth 303-864-0444 N 93030 Maintain Airfield Pavements Pinkard Construction 345,969.00 1011/03 Sub Nick Bojanic 303-986-4555 N 93040 Wal mart #5049 Colorado Structures 560.000.00 10/1/03 Prime Randy 303-356-6820 N 93058 Wadsworth & Eastman Site Saunders 349,578.00 12/1103 Sub Jon Chope 303-994-2257 N 93100 9' Avenue Widening Zak Dirt 695,046.00 1/30104 Sub Angelo 970-481-7942 N 93101 Kohls Ca$tle Rock Hess/Hilltop Hwy 34 FortMorgan to rush ------------- 05' Morgan County aving Federal Bvld 2005 Greenwood Village Colorado Structures, Inc. Concrete Express Colorado Dept. of Tm_nsportafion Morgan ounty Colorado Dept. of Transportabon Greenwood village 324,450.00 1,611,199.45 5,076,780.72 1,569,023.00 2,555,806.67 2,029,321.00 5/30/04 9/12/04 7/1/05 1017/05 9120/05 11/1/05 Sub Sub Pnme Pnme Pr me Pnme Doug Even CoryLemmel Richard Meyer Joe Baltazae Kevin Hsu ohn Wannigman 719-499-2696 303.47 .4964 97 -35 .2005 970.542.3505 303.757. 3313 303.944.8706 N N N N N N 93112 7406 65007 85033 9500 95062 VOTE: Agglnd -Asphalt Division performs an average of 70% of the contracted work with its own labor and equipment forces. Aggregate industries — WCR, Inc. Ablk Contracting Division AGGREGATE 1707 Cole Blvd Suite 100 Golden CO 80401 INDUSTRIES Phone (303) 985-1070 Facsimile (303) 980-0038 KEY PERSONNEL/MANAGEMENT TEAM INDIVIDUAL PRESENT POSITION YEARS OF EXPERIENCE Patrick R. Ward President 25 years 653-10-2350 (303) 979-8335 10774 W. Ontario Place Littleton, CO 80127 Kevin Anderson Vice President/ 25 years 501-70-1432 General Manager (303) 973-3578 7460 S. Sheridan Ct. Littleton, CO 80123 Wendy K. Maher Asst. Secretary 12 years 388-70-2112 (303) 570-0354 4935 Hooker Street Denver, CO 80221 Kurt Todeschi Chief Estimator/ 25 years 523-92-5406 Project Manager (303) 762-9011 3291 S. Gilpin St. Englewood, CO 80110 Michael Altergott Estimator/ 23 years 524-76-8316 Project Manager (303) 937-7472 2304 S. Stuart Street Denver, CO 80219 John McFarland Junior Estimator/ 7 year 524-53-1430 Project Manager (970� 336-1197 311 5 Avenue Ct. Greeley CO 80634 John Lehner Estimator/ 4 Year 524-37-4657 Project Manager (720)929-0464 12150 Race Street # 1-206 Northglenn CO 80241 Jerry Meier 523-68-7170 General Superintendent 33 years AN EQUAL OPPORTUNITY EMPLOYER - INDIVIDUAL (303)451-8429 964 Manet Way Northglenn, CO 80234 Paddy Murphy 041-06-4476 4732 Mt Evans Street Brighton CO 80601 Tim Hartmann 521-86-1539 (303) 650-5925 3260 W. 95th Avenue Westminster, CO 80031 Ron Dinkel 510-60-8172 5421 Tiller Ct. Windsor, CO 80528 Bill Langen 522-60-0652 (303) 935-1537 1375 S. Stuart Way Denver, CO 80219 Bob Seader 522-80-6086 (303)427-7442 500 S. Ridge Road Bailey, CO 80421 Jerry Severidt 481-52-0032 (303) 646-4346 4631 Aspen Place Elizabeth, CO 80107 PRESENT POSITION Estimator/Project Manager Project Superintendent Estimator/Project Manager Project Superintendent Project Superintendent Project Superintendent YEARS OF EXPERIENCE 15 years 26 years 10 years 12 years 31 years 31 years AN EQUAL OPPORTUNITY EMPLOYER - INDIVIDUAL PRESENT POSITION YEARS OF EXPERIENCE Richard Meyer 522-56-9757 (970) 686-2076 9195 WCR 70 Windsor, CO 80550 John F. Cheever 521-92-3288 (303)779-0747 3073 E. Fremont Dr. Littleton CO 80122 Kelly Proctor 495-86-5055 (303)703-9501 6610 S. Steele St. Littleton CO 80121 Albert D. Quist 522-70-6686 (303) 660-4188 908 Glade Gulch Road Castle Rock, CO 80104 Project Superintendent Quality Control Lab Manager Materials Manager Safety Manager 41 years 15 years 8 years 33 years - AN EQUAL OPPORTUNITY EMPLOYER - DRAWINGS (Revised drawing sheets are not issued as part of this addendum) Item 6: Summary of Approximate Otiantities — SHEET 7 of 63 Add Contract Itern 210 Reset Light Pole - I EACH Revise Contract Item 603 15" Reinforced Concrete Pipe (CIA) to 385 LF Revise Contract Item 603 18" Reinforced Concrete Pipe (CIP) to 510 LF Revise Contract Item 630 Portable Message Sign Panel to 50 DAYS Item 7: Roadway Plan and Profile — SHEET 20 of 63 Delete Utility Potholing Data Tables and insert revised table RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Consolidated Financial Statements December 31, 2004 (With Independent Public Accountants' Report) SB & COMPANY, LLC Certified Public Accounting & Consulting REPORT OF INDEPENDENT PUBLIC ACCOUNTANTS To the Board of Directors of Aggregate Industries, Inc.: We have audited the accompanying consolidated balance sheet of Aggregate Industries, Inc. and subsidiaries (the Company) as of December 31, 2004 and the related consolidated statements of income and comprehensive income, stockholders' equity and cash flows for the year then ended. These consolidated financial statements are the responsibility of the Company's management. Our responsibility is to express an opinion on these consolidated financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform an audit to obtain reasonable assurance whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audit provides a reasonable basis for our opinion. In our opinion, the consolidated financial statements referred to above present fairly, in all material respects, the financial position of Aggregate Industries, Inc. and subsidiaries as of December 31, 2004 and the results of their operations and cash flows for the year then ended in conformity with accounting principles generally accepted in the United States of America. se f_- Baltimore, Maryland July 5, 2005 200 International Circle • Suite 5500 • Hunt Valley, MD 21030 • Main (410) 584-0060 • Fax (410) 584-0061 Aggregate Industries, Inc. and Subsidiaries Consolidated Balance Sheet December 31, 2004 (In thousands) Assets Current assets: Cash and cash equivalents $ 33,642 Accounts receivable, less allowance for doubtful accounts of $3,818 183.131 Unbilled contract accounts receivable 7,482 Inventory 89,825 Prepaid expenses and other 42,102 Total current assets 356,182 Property, plant and equipment: Land 161,960 Mineral reserves 535,751 Buildings and improvements 57,172 Plant, machinery and equipment 688,840 Less accumulated depreciation and depletion (397,830) Property, plant and equipment, net 1,045,893 Intangible assets, net of accumulated amortization of $30.483 14,002 Goodwill, net 266,043 Other assets 5,256 $ 1,687,376 Liabilities and Stockholders' Equity Current liabilities: Lines of credit $ 6,866 Accounts payable 222,013 Accrued payroll and benefits 8,332 Current portion of long term debt due to Parent 124,682 Current portion of long term debt due to external creditors 2,761 Income tax payable 8,636 Current portion of capital lease obligations 159 Total current liabilities 373,449 Deferred income taxes 190,221 Long-term debt due to Parent, less current portion 711,515 Long-term debt due to external creditors, less current portion 2,615 Insurance reserves 1,849 Long-term portion of capital lease obligations 1,902 Other liabilities 23,549 Total liabilities 1,305,100 Commitments and contingent liabilities Stockholders' equity: Common stock, $1 par value; 100,000 shares authorized; 67 67,384 shares issued and outstanding Additional paid -in capital 148,600 Retained earnings 236,136 Accumulated other comprehensive loss (2,527) Total stockholders' equity 382,276 Total liabilities and stockholders' equity $ 1,687,376 See accompanying notes to consolidated financial statements. 2 Aggregate Industries, Inc, and Subsidiaries Consolidated Statement of Income Year Ended December 31, 2004 (In thousands) Net sales $ 1,396,628 Cost of sales 1,171,713 Gross profit 224,915 Selling, general and administrative expense 91,806 Operating profit 133,109 Other expense (income) Interest expense, net 48,136 Management fees 2,340 Gain on sale of assets, net (5,376) Other, net 54 Total Other expense 45,154 Income before income tax provision 87,955 Income tax provision 31,526 Net income 56,429 Other comprehensive loss - minimum pension liability adjustment, net of deferred taxes of $193 (290) Comprehensive income $ 56,139 See accompanying notes to consolidated financial statements. 3 Aggregate Industries, Inc. and Subsidiaries Consolidated Statement of Stockholder's Equity Year Ended December 31, 2004 (in thousands) Accumulated Additional other Total Common paid -in Retained comprehensive stockholders' stock capital earnings loss equity Balance as of December 31, 2003 $ 67 $ 148,413 $ 179,707 $ (2,237) $ 325,950 Net income. - 56,429 56,429 Tax benefit of stock option exercised 187 - 187 Other comprehensive Minimum pension liability - (290) (290) Balance as of December 31, 2004 $ 67 $ 148,600 $ 236,136 $ (2,527) $ 382,276 See accompanying notes to consolidated financial statements. 4 Aggregate Industries, Inc. and Subsidiaries Consolidated Statement of Cash Flows Year Ended December 31, 2004 (In thousands) Cash flows from operating activities: Net income Adjustments to reconcile net Income to net cash provided by operating activities: Depreciation Depletion Amortization Deferred income taxes Gain on sale of property, plant and equipment Changes in operating assets and liabilities, excluding effects of acquisitions: Increase in accounts receivable - trade Increase in inventory Increase in current other assets Increase in prepaid expenses and other Increase in accounts payable - trade Increase in accrued liabilities Decrease in income tax payable Decrease in Insurance reserve and other liabilities Net cash provided by operating activities Cash flows from Investing activities: Business acquisitions, net of cash acquired Capital expenditures Proceeds from the sale of assets Net cash used in Investing activities Cash flows from financing activities: Proceeds from debt due to Parent Repayment of debt due to Parent Repayment of long-term debt due to external creditors Repayment of borrowings under lines of credit, net Net cash provided by financing activities Net change in cash Cash, beginning of year Cash, end of year Supplemental disclosure of cash flow Information: Cash paid during the year for: Interest Income taxes See accompanying notes to consolidated financial statements. $ 56,429 47,732 11,137 1,907 4,548 (5,376) (5,185) (4,559) (32,090) (160) 16,969 1,699 (5,546) (10,506) 77,199 (119.758) (93,285) 8,501 (204,542) 296,915 (155,274) (4,823) (10,502) 126.316 (1,027) 34,669 $ 33,642 $ 48,414 32,033 5 AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 (1) Description of Business Aggregate Industries, Inc. and subsidiaries (the Company) is a construction materials company with operations in six distinct geographic areas (Regions) of the United States of America (US). The six regions are Northeast, Mid -Atlantic, Central, North Central, West Central and Southwest. (a) Northeast Region The Northeast region has operations principally in Massachusetts and New Hampshire with smaller satellite operations in southern Maine and Connecticut. It operates twelve aggregate plants, eighteen asphalt plants, twenty-five ready mix plants and two liquid asphalt terminals. (b) Mid -Atlantic Region The Mid -Atlantic region has operations in Maryland, the District of Columbia, northern Virginia and northeastern West Virginia. It operates nine aggregate plants, thirteen ready mix plants and two asphalt plants. (c) Central Region ` The Central region has operations in southwest Michigan and northern Indiana. It operates seven aggregate plants, nine ready mix plants, three asphalt plants and two concrete products plants. (d) North Central Region The North Central region has operations in Minnesota and eastern North Dakota. It operates twenty aggregate plants, thirty ready mix plants, three asphalt plants, and four concrete product plants. (e) West Central The West Central region has operations along the front range of Colorado. It operates twelve aggregate plants, twenty-six ready mix plants and seven asphalt plants. (t) Southwest Region The Southwest region has operations in Nevada and Utah. It operates three aggregate plants, one ready mix plant, six asphalt plants and one paver plant. It has a large construction and highway contracting business. The main product lines are construction aggregates (sand, gravel and crushed stone), ready mix concrete (ready mix), bituminous concrete (asphalt), contracting and concrete products. Aggregate Industries, Inc. is a wholly owned subsidiary of Aggregate Industries plc (the Parent), a UK corporation. 6 (Continued) AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 l(2) Summary of Significant Accounting Policies (a) Consolidation 1 The accompanying consolidated financial statements include the accounts of Aggregate Industries, Inc. and its wholly owned subsidiaries (the Company). All significant intercompany balances and l transactions have been eliminated in consolidation. These statements have been prepared in accordance with accounting principles generally accepted in the United States of America. (h) Revenue Recognition Revenue for products and short duration service is recognized when finished products are provided to customers, services are rendered and collection of the resulting receivable is reasonably assured. Amounts billed to customers for delivery costs are classified as a component of total sales and the related delivery costs are classified as a component of total cost of sales. Revenue for long duration fixed -price and modified fixed -price construction contracts are recognized on the percentage -of -completion method, measured by the percentage of the total cost incurred to date to estimated total costs for each contract. This method is used because management considers costs incurred to be the best available measure of progress on these contracts. Unbilled contract accounts receivable represents revenue recognized in excess of amounts billed. Contract costs include all direct material and labor costs and those indirect costs related to contract p performance, such as indirect labor, supplies, tools, and depreciation costs. Provisions for estimated j losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability, including those arising from contract change orders, and final contract settlements may result in revisions to costs and revenue which are recognized in the period in which the revisions are determined. (c) Cash Equivalents The Company, classifies as cash equivalents all highly liquid securities with a maturity of three months or less at the time of purchase. (d) Inventory Inventory is valued at the lower of cost or market. Cost is determined using the average cost method, which approximates the first -in, first -out (FIFO) method. Cost for parts and supplies inventory is determined under FIFO. (e) Property, Plant, and Equipment Property, plant, and equipment are stated at cost. Provision for depreciation of plant and equipment is computed using the straight-line method over the estimated useful lives of the related assets, which range from 3 to 40 years. Depreciation expense for the year ended December 31, 2004 was approximately $47.7 million. Maintenance and repairs are generally expensed as incurred. Major repairs and betterments, that significantly extend original useful lives or improve productivity, are capitalized and depreciated over the period benefited. 7 (Continued) AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 (� Mineral Reserves Mineral reserves are stated at the fair value of reserves at the date of acquisition and are depleted based on units consumed. Depletion of mineral reserves is included in cost of sales and was approximately $11.1 mullion for the year ended December 31, 2004. (g) Recoverability of Long -Lived Assets Long-lived assets, such as property, plant, and equipment and purchased intangibles subject to amortization, are reviewed for impairment when events or changes in circumstances indicate that the carrying amount of an asset may not be recoverable. Recoverability of assets to be held and used is measured by a comparison of the carrying amount of an asset to estimated undiscounted future cash flows expected to be generated by the asset. If the carrying amount of an asset exceeds its estimated future cash flows, an impairment charge is recognized for the amount by which the carrying amount of the asset exceeds the fair value of the asset. Assets to be disposed of would be separately presented in the balance sheet and reported at the lower of the carrying amount or fair value less costs to sell, and are no longer depreciated. (h) Intangible Assets The excess of cost over the fair value of net assets of businesses acquired is recorded as goodwill and through December 31, 2001, was amortized on a straight-line basis over periods ranging from 20 to 40 years. Effective January 1, 2002, the Company adopted Statement of Financial Accounting 1 Standards (SFAS) No. 142, Goodwill and Other Intangible Assets. SFAS No. 142 requires that J goodwill and intangible assets with indefinite useful lives no longer be amortized, but instead be tested for impairment at least annually. SFAS No. 142 also requires that intangible assets with definite useful lives be amortized over their respective estimated useful lives. As of the December 31, 2004, the Company had unamortized goodwill in the amount of approximately $266 million and unamortized identifiable intangible assets in the amount of approximately $14 million. Annually or more frequently as circumstances dictate, the Company will assess the recoverability of goodwill and intangible assets with indefinite lives by a comparison of the estimated fair value of each reporting unit to its carrying value. The Company will perform its annual impairment review as of the end of each fiscal year. The Company completed an impairment analysis as of December 31, 2004, and no impairment loss was required to be recorded. (i) Reclamation and Asset Retirement Obligations The Company accrues for mine closing costs, perpetual care costs and dismantling and removing costs of facilities using the accounting treatment prescribed by SFAS No. 143, Accounting for Asset Retirement Obligations. This statement requires the fair value of an asset retirement obligation be recognized in the period in which it is incurred if a reasonable estimate of fair value can be made. The present value of the estimated asset retirement cost is capitalized as part of the carrying amount of the long-lived asset. Depreciation of the capitalized asset retirement cost is generally determined on a units -of -production basis. Accretion of the asset retirement obligation is recognized over time, through charges to cost of sales, and generally will escalate over the life of the producing asset, typically as production declines. Asset retirement obligations primarily relate to the closure of mines and the reclamation of land upon exhaustion of mineral reserves. 8 (Continued) AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 (j) Use of Estimates The preparation of consolidated financial statements in conformity with accounting principles generally accepted in the United States of America requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities at the date of the financial statements and the reported amounts of revenue and expenses during the reporting period. Some areas in which estimates are utilized include allowance for bad debts, inventory valuation reserves, mineral reserves, mine closing costs, income taxes and various accrued expenses. Actual results could differ from those estimates. (k) Income Taxes Income taxes are accounted for under the asset and liability method. Deferred tax assets and liabilities are recognized for the future tax consequences attributable to differences between the financial statement carrying amounts of existing assets and liabilities and their respective tax bases and operating loss and tax credit carryforwards. Deferred tax assets and liabilities are measured using enacted tax rates expected to apply to taxable income in the years in which those temporary differences are expected to be recovered or settled. The effect on deferred tax assets and liabilities of a change in tax rates is recognized in income in the period that includes the enactment date. (1) Fair Value of Financial Instruments The fair value of financial instruments as of December 31, 2W4 consisting of cash and cash equivalents, accounts receivable, accounts payable and accrued liabilities, approximates their carrying value due to short maturity. Based on the borrowing rates currently available to the Company for debt with terms and average maturities similar to the Company's debt portfolio, the fair value of the Company's long-term debt, including amounts due within one year, approximates its book value as of December 31, 2004. Financial instruments that potentially subject us to concentrations of credit risk are primarily cash equivalents, short-term investment and receivables. We place our cash equivalents and short-term investments primarily in investment grade, short-term debt instruments. We perform on -going credit evaluations of our customers' financial condition and generally require no collateral from our customers. The allowances for non -collection of receivables are based upon analysis of economic trends in the construction industry, detailed analysis of the expected collectibility of accounts receivable that are past due and the expected collectibility of overall receivables. 4 ADDENDUMI 8. BID SCHEDULE (Base Bid) 5972 South Taft Hill Road Improvements CR-36E (Harmony Road) to Horsetooth Road ITEM NO. ITEM UNIT QUANTITY UNIT COST SUBTOTAL 202 CLEARING AND GRUBBING LS 1 $ 202 REMOVAL OF TREE (UP TO 24") EACH 1 $ 202 REMOVAL OF TREE (24"AND GREATER) EACH 1 $ 202 REMOVAL OF PIPE LF 360 $ 202 REMOVAL OF END SECTION EACH 6 $ 202 REMOVAL OF MANHOLE EACH 2 $ 202 REMOVAL OF SIDEWALK SY 550 $ 202 REMOVAL OF MEDIAN (HORSETOOTH CIRCLE) LS 1 $ 202 REMOVAL OF CURB AND GUTTER LF 230 $ 202 REMOVAL OF CONCRETE GUTTER LF 85 $ 202 REMOVAL OF CONCRETE PAVEMENT SF 830 $ 202 REMOVAL OF ASPHALT MAT SY 9,800 $ 202 REMOVAL OF ASPHALT MAT (PLANING) SY 6,500 $ 202 REMOVAL OF PAVEMENT MARKING LF 3,735 - $ 202 REMOVAL OF GROUND SIGN EACH 7 $ 203 EMBANKMENT MATERIAL (COMPLETE IN PLACE) CY 1,762 $ 203 POTHOLING HOUR 40 $ 207 TOPSOIL (STOCKPILE AND REDISTRIBUTE) CY 730 $ 208 EROSION BALES (WEED FREE HAY) EACH 20 $ 208 SILT FENCE LF 200 $ 208 CONCRETE WASHOUT STRUCTURE EACH 1 $ 208 STABILIZED CONSTRUCTION ENTRANCE EACH 2 $ 210 RESET MAILBOX STRUCTURE EACH 13 $ 210 RESET FIRE HYDRANT EACH 3 $ 210 RESET WATER VENT PIPES EACH 2 - $ 210 ADJUST MANHOLE EACH 14 $ 210 ADJUST VALVE BOX EACH 11 $ 210 ADJUST WATER METER EACH 2 $ 212 SEEDING (TALL FESCUE MIX) ACRE 0.5 $ 212 SEEDING (NATIVE) (NON -IRRIGATED) ACRE 0.5 $ 212 SOD SF 2,000 $ 213 MULCHING (WEED FREE HAY) ACRE 1.0 $ 213 MULCH TACKIFIER LB 200 $ 214 DECIDIDUOUS TREE (2 INCH CALIPER) EACH 6 $ 214 EVERGREEN TREE (6 FOOT) (BALL AND BURLAP) EACH 4 $ 304 AGGREGATE BASE COURSE (CLASS 6) TON 4,600 $ 307 FLY ASH TREATED SUBGRADE SY 12,000 $ 403 HOT MIX ASPHALT (PATCHING) (ASPH) TON 400 $ 403 HOT MIX ASPHALT (GRADING SG) (100) (PG 58-28) TON 3,100 $ 403 HOT MIX ASPHALT (GRADING S) (100) (PG 64-28) TON 2,900 $ 9 AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 s (3) Business Acquisitions On May 6, 2004, the Southwest region acquired the stock of Frehner Construction Company, Inc. (FCC), a regional construction contractor, for approximately $112.9 million. The results of FCC operations have been included in the Company's consolidated financial statements since that date. The estimated fair value of the assets acquired and liabilities assumed at the date of acquisition and the preliminary purchase price allocations are as follows (in thousands): Land $ 20,000 Mineral reserves 40,000 Plant, machinery and equipment 45,964 Other current assets 19,436 Goodwill 29,303 Deferred tax 3,038 Liabilities assumed (44,802) Net assets acquired $ 112,939 On May 21, 2004, the Southwest region acquired certain assets of Regency Concrete, a regional ready mix producer, for approximately $4.5 million. The results of operations have been included in the Company's consolidated financial statements since that date. The estimated fair value of the assets acquired and liabilities assumed at the date of acquisition and the preliminary purchase price allocations are as follows (in thousands): Plant, machinery and equipment $ 1,800 Goodwill 2,756 Deferred tax 60 Liabilities assumed (116) Net assets acquired $ 4,500 10 AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 On June 1; 2004, the North Central region acquired certain assets of Concrete Dakota, Inc., a regional ready mix producer, for approximately $2.0 million. The results of operations have been included in the Company's consolidated financial statements since that date. The estimated fair value of the assets acquired and liabilities assumed at the date of acquisition and the preliminary purchase price allocations are as follows (in thousands): - Land $ 770 Plant, machinery and equipment 430 Goodwill and other intangibles 1,061 Liabilities assumed (261) Net assets acquired $ 2,000 On July 21, 2004, the Southwest region acquired certain assets of Paver Module of Nevada, LLC, a regional paver producer and contractor, for approximately $2.3 million. The results of operations have been included in the Company's consolidated financial statements since that date. The estimated fair value of the assets acquired and liabilities assumed at the date of acquisition and the preliminary purchase price allocations are as follows (in thousands): Land Plant, machinery and equipment Other current assets Goodwill Liabilities assumed Net assets acquired (4) Inventory $ 1,200 700 387 104 (50) $ 2,341 Inventory as of December 31, 2004, consisted of the following (in thousands): Finished goods Raw materials Parts and supplies $ 64,586 16,230 9,009 $ 89,825 11 (5) (6) (7) (8) AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 Goodwill and Intangible Assets The components of goodwill and intangible assets as of December 31, 2004, are as follows (in thousands): Original cost or carrying Accumulated value Additions Disposals amortization Total Amortizing intangible assets: Intangible assets $ 44,474 $ 130 $ (119) $ 30,483 $ 14,002 Nonamortizing intangible assets: Goodwill $ 232,590 $ 33,453 $ - $ - $ 266,043 The majority of the amortizing intangible asset balance is comprised of certain acquired lease right agreements in the Northeast region which are being amortized over a period of 15 years. The sale of a non - compete agreement from the acquisition of Midwest Blacktop Paving Corp. reduced the intangible assets. Amortization expense for intangible assets was $1.5 million in 2004. The weighted average amortization period as of December 31, 2004 is seven years. Amortization expense for the next five years is estimated to be approximately $1.2 million per year. Asset Retirement Obligations The Company accounts for asset retirement obligations in accordance with SFAS No. 143. The fair value of asset retirement obligations are recorded as liabilities on a discounted basis when they are incurred, which is typically at the time assets are acquired, with an offsetting amount booked as additions to property, plant and equipment. Over time, the liabilities are accreted for the increase in their present value, with this effect included in cost of sale ($482,509 in 2004). Payments made for asset retirement obligations in 2004 were approximately $179,445 and the ending balance of the obligations recorded on the balance sheet as of December 31, 2004, totaled $9,976,712. Lines of Credit The Company has available short-term, unsecured, lines of credit with six banks totaling $32 million. As of December 31, 2004, there was a total of $6.9 million borrowed against these lines with $25.1 million still available for borrowing. The banks can terminate these lines at any time. The average interest rate on borrowings outstanding under the lines of credit as of December 31, 2004 was 3.00%. Long -Term Debt Due to Parent Long-term debt due to Parent consists of the following as of December 31, 2004 (in thousands): Unsecured notes at prime plus 1.25% Less current portion $ 836,197 124,682 $ 711,515 12 (9) AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 Maturities of long-term debt due to Parent as of December 31, 2004 are as follows: 2005 $ 124,682 2006 60,000 2007 60,000 2008 60,000 2009 60,000 Thereafter 471,515 $ 836,197 The Company may borrow a maximum of $150 million through an unsecured credit facility with the Parent. Interest accrues at the prime rate (5.25% as of December 31, 2004) and is paid on a monthly basis. The facility matured on January 31, 2005 at which time it was renewed for one year. As of December 31, 2004, there was an outstanding balance of $75 million on the credit facility which is included in the current portion of debt due to the Parent. Interest expense recorded in connection with the credit facility amounted to approximately $4.6 million for 2004. Long -Term Debt Due to External Creditors Long-term debt due to external creditors consists of the following as of December 31, 2004 (in thousands): Unsecured loans Less current portion $ 5,376 2,761 $ 2,615 Maturities of long-term debt due to external creditors as of December 31, 2004 are as follows: 2005 $ 2,761 2006 2,000 2007 388 2008 115 2009 112 $ 5,376 Long-term debt due to external creditors consists primarily of advances from vendors received in connection with long-term purchase agreements, the most significant of which is described in the following paragraphs. 13 AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 ' In 1999, a subsidiary of the Company entered into an agreement with an unrelated third party to purchase a minimum of 65,000 tons of cement and 30,000 tons of GramCem per year at fair market value through October 2006. The minimum purchases under this agreement are approximately $5.2 million per year. As a component of this agreement, the third party agreed to advance the subsidiary of the Company $8.0 million to assist in financing the purchase of acquired companies during 1999. This advance is being repaid in 84 l equal installments of $95,238 beginning October 1, 1999 and ending September 30, 2006. As of J December 31, 2004, the balance was $1.9 million and these payments are included in both the current portion of long-term debt and long-term debt, less current portion. jThere are nine separate notes from various acquisitions with payments that total approximately $3.5 million. They have various payment dates with the last payment due in 2009. 1 (10) Transactions with Related Parties The Company paid the Parent for management fees and interest on borrowings with the Parent consisting as follows (in thousands): Interest $ 47,720 Management fees 2,340 $ 50,060 (11) Operating and Capital Leases The Company leases certain operating facilities and office space under noncancelable operating and capital leases. These lease agreements generally provide for renewal terms and require the Company to maintain minimum levels of insurance on the property. The following is a schedule of future minimum annual lease payments for all operating and capital leases with initial or remaining lease terms greater than one year as of December 31, 2004 (in thousands): 1 Operating Capital Year ending December 31: 2005 $ 17,364 $ 300 2006 13,072 300 2007 10,032 300 2008 8,625 300 2009 7,083 299 Thereafter 25,328 1,351 1 Future minimum lease payments $ 81,504 2,850 Less portion representing interest (6.95%) 789 Less current portion of capital lease obligations 159 Capital lease obligations, less current portion $ 1,902 Rental expense was approximately $23.9 million for the year ended December 31, 2004. 14 AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 (12) Commitments and Contingencies A subsidiary of the Company has an agreement with an unrelated entity to purchase a minimum of 600,000 barrels of asphalt per year at fair market value through April 30, 2009. The minimum purchases.under this agreement are approximately $11.8 million per year. The Parent entered into a $400 million multi -currency revolving credit facility in May 2000. The Company guarantees this credit facility in case of default by the Parent. (13) Employee Benefit Plans Employees not covered by collective bargaining agreements are generally eligible to participate in the Company's 401(k) profit sharing plan (401k plan). Participants may contribute up to 50% of their eligible earnings to the 401k plan, not to exceed the 401k pre-tax contribution limit. The Company makes a matching contribution on behalf of the eligible participants for a plan year in an amount equal to 50% of the lesser of (i) the participant's 401k contribution for the plan year or (ii) 6°% of the participant's eligible earnings for the portion of the plan year during which he or she was an active participant. Under the plan, the Company may elect to contribute discretionary amounts, which vest over five years and are allocated to participants based on their compensation levels. During 2004, such discretionary contributions amounted to approximately $1.4 million. Total expenses related to the 401k plan amounted to approximately $3.9 million for 2004. Certain employees who were employed by acquired predecessor companies prior to January 1, 1999 and who met the eligibility requirements are covered by a noncontributory defined benefit plan (pension plan). The benefits are based on years of service and wage and salary amounts. The pension plan assets are invested in mutual funds and cash equivalents. The Company's funding policy for the pension plan is to fund within the limits imposed by the Employee Retirement Income Security Act. The following tables set forth the plan's benefit obligations, fair value of plan assets, funded status, and plan activity as of and for the year ended December 31, 2004 (in thousands): Change in benefit obligation: Projected benefit obligation at beginning of year $ 16,642 Service cost 959 Interest cost 1,067 Actuarial losses 2,211 Benefit payments (682) Projected benefit obligation at end of year $ 20,197 Accumulated benefit obligation at end of year $ 16,448 Change in plan assets: Fair value of assets at beginning of year $ 9,710 Actual return on assets 725 Employer contribution 747 Benefit payments (682) Fair value of assets at end of year $ 10,500 El AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 Reconciliation of funded status: Funded status Unrecognized prior service cost Unrecognized actuarial loss Net amount recognized $ (9,697) 196 7,983 $ (1,518) Amounts recognized in the balance sheet consists of: Accrued benefit liability $ (5,947) Intangible asset 195 Accumulated other comprehensive income 4,234 Net amount recognized $ (1,518) I Net pension expense for 2004 is comprised of the following (in thousands): l Service cost $ 959 Interest cost 1,067 Expected return on assets (764) Amortization of prior service cost 22 Amortization of actuarial loss 525 Net pension expense $ 1,809 Weighted average assumptions as of December 31, 2004: Discount rate 6.25% Expected return on plan assets 8.50% Rate of compensation increase 5.00% Pension plan assets i Target Allocation Percentage of Plan Fiscal year end Assets as of 2004 December 31, 2004 Equity Securities 4 - %0 3% Debt securities 15-40% 34% l Cash 0-5% 3% Total 100% 16 I AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 The Company's pension investment policy was established by evaluating asset/liability studies periodically performed by the Company's consultants. These studies estimate trade-offs between expected returns on our investments and the variability in anticipated cash contributions to fund the Company's pension liability. The pension investment policy accepts a moderate level of variability in potential pension fund contributions in exchange for a moderate expected return on investments and lower expected future contributions. The Company's strategy for implementing this policy is to invest 45%-65% in publicly traded equities, 15%-40% in long-term publicly traded debt and 0%-5% in cash reserves. The policy is articulated through guideline ranges and targets for each asset category: domestic and international equities, domestic bonds and cash reserves. Management implements the strategy within these guidelines and reviews the financial results on a regular basis. Assumptions regarding our expected return on plan assets are based primarily on judgments made by management. These judgments take into account the expectation of the Company's pension plan consultants, actuaries investment advisors, and the opinions of market professionals. We base our expected return on the long-term, not recent history. Accordingly, the expected return has been 8.5% for the past several years. Estimated future pension payments reflecting future service for years ending (in thousands): 2005 $ 710 2006 795 2007 870 2008 1,005 2009 1,185 Thereafter 5,770 $ 10,335 As of December 31, 2004, the accumulated benefit obligation of the pension plan exceeded the fair value of the pension plan's net assets. In accordance with the provisions of SFAS No.87, Employers' Accounting for Pensions, the Company recorded a minimum pension liability of $0.3 million, net of deferred taxes of $0.2 million, which is included as a component of other comprehensive income in 2004. 17 AGGREGATE INDUSTRIES, INC. AND SUBSIDIARIES Notes to Consolidated Financial Statements December 31, 2004 (14) Income Taxes The Company provides for income taxes based on the results of its operations. The components of the income tax provision are as follows (in thousands): Current: Federal $ 24,350 State 2,628 26,978 Deferred: Federal 4,014 State 534 4,548 $ 31,526 The income tax provision effective rate differs from the statutory tax rate due primarily to permanent differences relating to goodwill amortization and depletion of mineral rights. The types of temporary differences that give rise to significant portions of the deferred tax liability as of December 31, 2004 are presented below (in thousands): Long-lived asset basis differences Accrued expense Pension Net operating loss carryforwards Tax credit carryforwards Other $ 198,981 (13,388) (1,169) (492) (1,515) 7,805 $ 190,222 As of December 31, 2004, the Company has federal net operating loss carryforwards of approximately $1.4 million which expire through 2007. In addition, as of December 31, 2004, the Company has state tax credits of approximately $1.5 million. (15) Subsequent events The stock of the UK Parent was purchased by Holcim, a large international cement and construction materials company on March 25, 2005. The Company does not anticipate any changes to its operations or financial position due to this change. 18 12410 AGGREGATE INDUSTRIES INC Page - 2 Aggregate Industries - WCR. Inc. Date - 4/11/06 Equipment Detail List Cc ACC CIS Eqm Mfg Mdl CIS Yr Use M/H Parent Item Unit Description/ Responsible Date Tax ___ ___ - ___ Number ________ Number ________ Number Serial Number Bus. Unit Acquired ST Auth Name 303 303 40 50 450 8551 26101 ______ Holcim Acq Revel ____________ 30340500 ________ 03/31/05 ___ ________ _____________ CO MR 23285 23285 40-0001 Contracting Pick Up 30340600 09/01/05 CO Ford F150 Super Crew 303 50 MR 23286 23286 40-0002 1FTRW14WS M80915 Ford F150 Super Crew 30340600 09/01/05 CO Contracting Pick Up 303 50 MR 23287 23287 40-0003 1FTRW14W66KA80914 Ford F150 Super Crew 30340600 09/01/05 CO Contracting Pick Up 303 50 HR 23288 23288 40-0005 1FTRW14W26KA80912 Ford F150 Super Crew 30340600 09/01/05 CO Contracting Pickup 303 50 675 DDG 96 MR 6 6 1FTRW14WX6KA80916 40-0006 Dodge Ram 2300LT 96 30340650 04/19/96 CO 303 50 541 FRD 04 MI 20650 20650 40-0008 1B7JC26ZOTJ153067 Ford F150 4wd Supercab 04 30340600 06/01/04 CO Bill Langen 303 50 675 DDG 96 MR 2626 2626 40-0009 1FTRX14W34NC14853 Dodge Ram 1500 96 303 50 541 FRO 04 MI 20652 20652 40-0010 1R7HC16Z8TJ178209 Ford F150 Supercab 04 30340600 30340600 06/01/96 06/01/04 CO CO Tim Hartman 303 50 541 FRD 04 MI 20653 20653 40-0011 1FTRX14W74NC14855 Ford F150 4WD Supercab 04 30340600 06/01/04 CO Bob Sender 303 50 541 FRD 04 MI 20654 20654 40-0012 1FTRX14wI4NC14852 Ford F150 4WD 30340600 06/01/04 CO Jerry Severidt 303 50 675 DDG 97 4955 4955 40-0013 1FTRX14WX4NC14851 Dodge Intrepid 1997 303405SO 11/01/96 CO 303 50 541 FRD 04 MI 20655 20655 40-0014 2B3HD46FOVH542097 Ford F250 SD Reg 4WD 04 Scott Teteris 30340500 06/01/04 CO 303 50 541 FRD 04 MI 20656 20656 40-0016 1FTNF21L14ED817194 Ford F150 4WD Regcab 04 30340600 06/01/04 CO James MacDonald 303 50 675 DDG 98 MR 7122 7122 40-0017 1PTRF14W44NC14847 Dodge2500Pickup 98 30340600 303 50 675 DDG 98 MR 7120 7120 40-0018 3B7KC26ZSWM282077 Dodge 2500 Pickup 98 30340600 07/21/98 CO 303 50 675 DDG 98 6909 6909 40-0019 3B7KC26Z7WM282076 Dodge 2500 Pickup 98 30340600 07/21/99 07/28/98 CO CO 303 50 675 DDG 98 MR 6910 6910 40-0020 3B7KC26Z9WM282078 Dodge 2500 Pickup 98 30340600 07/28/98 CO 303 50 675 FRD 99 MR 6944 6944 40-0022 3B7KC26Z3WM282075 Ford F450 99 30340500 07/23/98 CO 303 50 541 FRD 04 MI 20657 40-0023 1FX20657 ForF dF1X3 504WDRegcab 04 3034060D 06/O1/04 CO Ernie Chastain 303 50 540 PRO 98 MR 6887 6887 40-0024 1FTRF14W24NC14846 Ford F150 Supcab 2WD 98 30340650 07/21/98 CO ADDENDUM i ITEM NO. ITEM UNIT QUANTITY UNIT COST SUBTOTAL 411 EMULSIFIED ASPHALT (PRIME COAT) GAL 2,000 $ 603 151NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 80 $ 603 18 INCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 825 $ 603 19 X 301NCH ELLIPTICAL REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 131 $ 603 361NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE) LF 560 $ 603 151NCH REINFORCED CONCRETE END SECTION EACH 6 $ 603 19 X 301NCH REINFORCED CONCRETE END SECTION EACH 1 $ 604 MANHOLE(48 INCH DIAMETER) EACH 4 $ 604 MANHOLE (60 INCH DIAMETER) EACH 4 $ 608 CONCRETE SIDEWALK (6 INCH) SY 665 $ 608 CONCRETE CURB RAMP SY 80 $ 608 SIDEWALK DRAIN (CHASE T WIDE) - LF 22 $ 608 SIDEWALK DRAIN (CHASE T WIDE) LF 5 $ 608 SIDEWALK DRAIN (CHASE 5' WIDE) LF 14 $ 609 CURB AND GUTTER TYPE 2 (SECTION 1-8) LF 775 $ 609 CURB AND GUTTER TYPE 2 (SECTION II-B) - LF 1,075 $ 609 CURB AND GUTTER TYPE 2 (SPECIAL 6 FOOT BIKEWAY) LF 1,180 $ 609 GUTTER TYPE 2 (3 FOOT) LF 215 $ 609 GUTTER TYPE 2 (8 FOOT) LF 85 $ 609 GUTTER TYPE 2 (12 FOOT) LF 65 $ 610 MEDIAN COVER MATERIAL (6 INCH COLORED PATTERNED CONCRETE) SF 2,100 $ 613 21NCH ELECTRICAL CONDUIT (PLASTIC) LF 460 - $ 613 3 INCH ELECTRICAL CONDUIT (PLASTIC) LF 2,000 $ 613 PULL BOX (24x36X24) EA 6 $ 613 PULL BOX (16x14X6) EA 3 $ 620 SANITARY FACILITY EACH 3 $ 623 IRRIGATION SYSTEM (C(P) (JJ'S COUNTRY CORNER) LS 1 $ 626 CONSTRUCTION SURVEYING L S 1 $ 626 MOBILIZATION L S 1 $ 630 FLAGGING HOUR. 1,440 $ 630 PORTABLE MESSAGE SIGN PANEL DAY 40 $ 630 TRAFFIC CONTROL L S 1 $ TOTAL BID AMOUNT: $ Written Total Bid Amount: 2 12410 AGGREGATE INDUSTRIES INC Page - 3 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List ACC Eqm Mfg Mdl Use Parent Item Unit Description/ Responsible Date Tax Cc ----- CIS --- CIS --- Yr --- --- M/H --- Number -------- Number -------- Number ------------ Serial Number ------------------------- Bus. Unit Acquired ST Auth Name IFTZX1728WKC12934 ------------ -------- --- --------------------- 303 50 541 FRD 04 MI 20658 20658 40-0026 Ford F150 4WD Regcab 04 30340650 06/01/04 CO Felix Navarette 1FTRF14W64NC14848 303 50 541 FRD 04 MI 20659 20659 40-0027 Ford F150 4WD Supcab 04 30340650 06/01/04 CO Dennis Kaltenberger IFTRX14W54MC14854 303 50 541 FRD 04 MI 20660 20660 40-0028 Ford F150 4WD 30340650 06/01/04 CO Daniel Navarette 1FTRF14W84NC14849 303 50 675 FRD 03 HR 20685 20685 40-0029 Ford F450 2WD 03 30340500 06/01/04 CO Mechanics Truck 1FDXF46P83EC29909 303 50 541 FRD 99 HR 7529 7529 40-0030 Ford F250 Extended Cab 99 30340650 04/01/99 CO IFTRX27LXKB50762 303 50 FRD 99 HR 8006 8006 40-0034 Ford F250 99 30340600 06/01/99 CO IFTPF27LOXKB92902 303 50 541 FRD 04 MI 20724 20724 40-0036 Ford F150 4WD Subcab 04 30340650 06/01/04 CO John McFarland 1FTRX14W84NC08014 303 50 HR 23291 23291 40-0037 Ford F150 Super 2005 30340500 09/O1/05 CO Contracting Pick Up IFTVX14575NC10473 303 50 HR 23292 23292 40-0039 Contracting Pick Up 30340600 09/01/05 CO Contracting Pick Up IFTRX14WOSFB72556 303 50 23293 23293 40-0040 Ford F150 2005 30340650 09/01/05 Contracting Pick Up 1FTRX14W35KC56121 303 50 675 FRD HR 9387 9387 40-0041 Ford F150 2wd Reg Cab 00 30340600 05/18/00 CO IFTZP1721YKA54278 303 50 675 FRD HR 9388 9388 40-0042 Ford F150 2wd Reg Cab 00 30340600 05/18/00 CO IFTZF1721YKA54281 303 50 675 FRD HR 9389 9389 40-0043 Ford F150 2wd Reg Cab 00 30340600 05/18/00 CO 1FTZF1723VKA54282 303 50 541 DUG O1 HR 9392 9392 40-0049 Dodge RAM 2500 01 30340650 04/21/00 CO 1B7KC23Z51J252134 303 50 541 DDG 01 HR 9393 9393 40-0050. Dodge RAM 2500 01 30340650 05/05/00 CO 3B7XC23Z71G205298 303 50 675 FRD O1 HR 15287 15287 40-0062 Ford F150 2WD Reg Cab 01 30340600 04/13/01 CO IFTZF1720INB38998 303 50 675 FRD O1 HR 15286 15286 40-0063 Ford F150 2WD Reg Cab 01 30340600 04/13/01 CO IFTZF17221NB38999 303 50 675 FRD 01 HR 15285 15285 40-0064 Ford F150 2WD Reg Cab 01 30340600 04/13/01 CO IFTZF17231NB39000 303 50 675 FRD O1 HR 15288 15288 40-0065 Ford F150 2WD Reg Cab 01 30340600 04/13/01 CO 1FTZF17251NB39001 303 50 675 FRD O1 HR 15289 15289 40-0066 Ford F250 2WD Super Cab 0 30340650 04/27/01 CO 1FTNX20LIlEC92110 303 50 675 FRD 01 HR 15290 15290 40-0067 Ford F150 2WD Supercab OS 30340650 04/20/01 CO IFTZX17201NB39002 12410 AGGREGATE INDUSTRIES INC Page - 4 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List Acc EgmMfg Mdl Use Parent Item Unit Description/ Responsible Date Tax Cc ----- CIS --- CIS --- --- Yr --- M/H --- Number -------- Number -------- Number Serial Number Bus. Unit Acquired ST Auth Name 303 50 541 FRO 02 MR 17077 17077 ------------ 40-0073 ----------------'-------- Ford 4X4 Pickup 2002 ------------ 30340550 -------- 07/11/02 --- CO --------------------- 1PTRFISW02NB92854 303 50 540 FRO 02 HR 17063 17063 40-0074 Ford Explorer 2002 30340600 07/11/02 CO IFMZU73K72ZC81399 303 50 541 FRD 02 HR 17064 17064 40-0075 Ford F150 4X4 2002 30340600 07/11/02 CO 1FTRF18W92NB92853 303 50 541 FRD 02 HR 17065 17065 40-0076 Ford F150 4X4 2002 30340600 07/11/02 CO 1FTRXIBL72NB91929 303 50 640 CAT HR 6476 6476 40-0150 Cat 8T Blade 55 30340650 04/17/98 CO 8T17284 303 50 640 JDR 94 HR 6277 6277 40-0151 Jopn Deere 210C Grader 94 30340650 04/17/98 CO T0210CE803138 303 50 640 JDR 89 HR 6278 6278 40-0152 Jahn Deere 210C Grader 89 30340650 04/17/98 CO T0210CE762804 303 50 650 JDR 89 HE 6273 6273 40-0154 John Deere 310C Load/Hoe 30340650 04/17/98 CO T0310CB751845 303 50 640 JDR 99 HR 8534 8534 40-0156 John Deere 210E Loader 99 30340650 11/19/99 CO T0210LE855166 303 50 640 JDR 90 HR 6322 6322 40-0157 John Deere 672B Grader 90 30340650 04/17/98 CO DW672BX528448 303 50 640 CAT 95 HR 6321 6321 40-0159 Cat 140G Grader 95 30340650 04/17/98 CO 72VI7635 303 50 644 CAT 80 HR 6319 6319 40-0164 Cat 950 Wheel Loader 80 30340650 04/17/98 CO 31K2274 303 50 682 HR 6311 6311 40-0183 - Trailmobile Float Trailer 30340650 04/17/98 CO D23687 303 50 529 FRD 89 HR 3687 3687 40-0195 Ford C7000 Patch Truck 89 30340600 09/01/95 CO 9BFXH70POKDM01448 303 50 529 FRD 95 HR 197 197 40-0197 Ford F350 Truck 95 30340600 06/O1/95 CO 1FDKF37F5SEA42930 303 50 529 IHC 90 HR 198 198 40-0198 INC Patch Truck 90 30340600 10/01/95 CO 1HTSDZZP4LH212510 303 50 529 IHC 90 HR 199 199 40-0199 IHC Patch Truck 90 30340600 01/01/96 CO IHTSCZWMXLH252233 303 50 529 CHV 94 HR 200 200 40-0200 Chevrolet Service Truck 1 30340600 09/22/94 CO 1GBJC34NORE303481 303 50 675 IHC 98 MI 18668 18668 40-0201 International 4700 1998 30340650 04/25/03 CO Crew Truck IHTSCAALSWH561465 303 50 675 INC 98 MI 18667 18667 40-0202 International 4700 1998 30340650 04/25/03 CO Crew Truck IHTSCAALSNH561466 303 50 529 IHC 80 HR 204 204 40-0204 International Flatbed 80 30340600 06/01/91 CO AA195KRA14518 303 50 675 FRD 06 HR 23229 23229 40-0205 Ford 06 F650 Crew Truck 30340600 08/31/05 CO WOk 107425 3FRWF65E56V255245 303 50 675 FRD 06 HR 23230 23230 40-0206 Ford 06 F650 Crew Truck 30340600 08/31/05 CO WO# 107425 3FRWk65E76V255246 303 50 529 FRD 93 HR 208 208 40-0208 Ford Service Truck 93 20340600 04/30/93 CO 12410 AGGREGATE INDUSTRIES INC Page - 5 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List Acc Eqm Mfg Mdl Use Parent Item Unit Description/ Responsible Date Tax Cc ----- Cls --- Cls --- --- Yr --- M/H --- Number -------- Number -------- Number ------------ Serial Number ------------------------- Bus. Unit Acquired ST Auth Name 2FDKF37GXPCA85133 ------------ -------- --- --------------------- 303 50 529 FRD 04 HR 20960 20960 40-0209 Ford F-550 Mechanic Truck 30340550 07/12/04 CO 1FDAF56P34ED72098 303 50 529 FRD 88 HR 220 210 40-0210 Ford F350 Crew Truck 86 30340650 02/15/94 CO 1FDKF37M7JKA02685 303 50 529 FRD 86 HR 211 211 40-0211 Ford Crew Truck 86 30340600 11/10/94 CO 1FDNF60H3GVA42328 303 50 529 FRD 00 HR 8787 8787 40-0215 Ford F650 Regular Cab 00 30340600 04/18/00 CO 3FDHF6586YMA39500 303 50 529 INC 90 HR 216 216 40-0216 International 54700 90 30340600 04/01/98 CO IHTSCCFMSLH251357 303 50 529 DDG 96 HR 217 217 40-0217 Dodge 3500 Flatbed Crew 9 30340650 04/10/96 CO 1B6MC36C2TS681626 303 50 602 96 HR 6281 6281 40-0222 Blaw-Knox PF510 96 30340650 04/17/98 CO 5101802 303 50 602 HR 6328 6328 40-0225 Custom Box Paver 30340650 04/17/98 CO 303 50 590 85 HR 6325 6325 40-0226 Lee -boy Shoulder Machine a0340650 04/17/98 CO 1200182X 303 50 673 FRL 95 HR 17130 17130 40-0230 Freightliner FL 70 Truck 30340650 05/08/02 CO 2200 Gal Water Tank 1FV6HFAA45L797906 , 303 50 673 00 HR 15281 15281 40-0231 Interpipe Water Truck 00 30340600 06/15/00 CO 1FV6HJAA4YHG87066 303 50 673 FRL 96 HR 17124 17124 40-0232 Freightliner FL 70 Truck 30340600 05/08/02 CO 2200 Gal Water Tank 1FV611FAA6TL657941 303 50 481 FRL 97 MI 19281 19281 40-0234 Freightliner FL 70 H2O Tr 30340600 08/01/03 CO IFV6HLAAIVH841172 303 50 673 GMC 86 HR 235 235 40-0235 GMC WCM Tractor with 30340600 04/01/98 CO 3500 Gallon Water Tank 8 1WUBDCCE9GN107172 303 50 673 FRD 90 HR 236 236 40-0236 Ford F8000 Water Truck 90 30340600 01/22/96 CO IFDPK84PILVA43442 303 50 673 GMC 95 HR 8652 8652 40-0239 GMC 1,680 gal Water Truck 30340650 03/09/00 CO 1GDK7H1J6SJ506497 303 50 529 INC 82 HR 240 240 40-0240 International Fuel Lube T 30340650 O1/01/83 CO IHTAA1958CRAISS39 303 50 528 KEN 04 MI 19282 19282 40-0241 Kenworth T300 Lube Truck 30340600 09/01/03 CO 2NKMHD7Xl4M057061 303 50 529 MAC 98 HR 20728 20728 40-0242 Mack Midliner CS250 98 fu 30340650 03/31/04 CO VG6BA08B2WB600832 303 50 529 PRD 94 HR 245 245 40-0245 Ford F600 Service Truck 8 30340500 05/O1/94 CO with Dakota Model 8000 C SMM Tag 1FDNK64C3RVA04725 303 50 631 HYS 85 HR 6286 6286 40-0270 Hyster Wheel Roller 85 30340650 04/17/98 CO AISBC2063F 303 50 632 90 HR 6477 6477 40-0280 Dresser Pnuematic Roller 30340650 04/17/98 CO 06463 303 50 632 90 HR 6360 6360 40-0284 Cat Pneummatic Roller 95 30340650 04/17/98 CO 7ND00449 12410 AGGREGATE INDUSTRIES INC Page - 6 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List Acc Eqm Mfg Mdl Use Parent Item Unit Description/ Responsible Date Tax Co ----- CIS --- CIS --- --- Yr --- M/H --- Number -------- Number Number Serial Number Bus. Unit Acquired ST Auth Name 303 50 632 CAT 95 HR 6359 -------- 6359 ------------ 40-0285 ------------------------- Cat Pnuematic Roller 95 ------------ 30340650 -------- 04/17/98 ------------------------ CO 7ND00450 303 50 632 CAT 97 HR 6358 6358 40-0286 Cat PS-150 Pneumatic 97 303406SO 04/17/98 CO 3XR00082 303 50 674 FRL O1 HR 15674 15674 40-0290 Freightliner FL70 Distrib 30340600 09/06/01 CO 1FVABTBV61HH31616 303 50 674 FRL 03 MI 18709 18709 40-0291 Freightliner FL70 w/RoSCO 30340600 05/31/03 CO Distributor 1FVARTEV23HH31695 303 50 674 ROS 99 HR 8024 8024 40-0295 ROSCO Maximizer II Dist 9 30340650 07/19/99 CO Monted on Freightliner F WON 102202 1FV6HFAAXXHA75854 303 50 674 FRO 89 HR 296 296 40-0296 Ford Distributor CR8000 8 30340650 09/01/95 CO 9BFXH8lAlY)M00728 303 50 674 PRO 87. HR 297 297 40-0297 Ford Distributor C8000 87 30340600 06/01/89 CO IFDXD80UGHVA37838 303 50 640 CAT 90 HR 341 341 40-0341 Cat 140G Motorgrader 90 30340650 05/01/96 CO 72V13550 303 50 640 CAT 91 HR 6712 6712 40-0342 Cat 140G Motorgrader 91 30340600 05/01/96 CO 72V14400 303 50 640 CAT 92 HR 6713 6713 40-0343 Cat 140G Motorgrader 92 30340600 05/01/96 CO 72VIS062 303 50 640 CAT 94 HR 6714 6714 40-0344 Cat 140G Motorgrader 44 30340600 05/01/96 CO 72V16771 303 50 640 CAT 96 HR 7922 7922 40-0345 CAT 140H Grader 97 30340600 05/03/99 CO WON 101943 02ZK01787 303 50 430 CAT 00 HR 10707 18707 40-0346 CAT 140H Motorgrader 00 30340650 05/31/03 CO 02ZK0S048 303 50 430 CAT 04 HR 20651 20651 40-0347 CAT 140H Motorgrader 04 30340600 OS/12/04 CO 2ZK05047 303 $0 430 CAT 00 HR 23227 23227 40-0348 - CAT 140H Motorgrader 00 30340600 O8/30/05 CO WON 108195 APM00281 303 50 622 86 HR 6287 6287 40-0355 Broce Broom 86 20340650 04/17/98 CO 2827 303 50 590 74 HR 6309 6309 40-0406 Entyre Distributor 74 30340660 04/17/98 CO M2319 303 50 644 CAT 85 HR 412 412 40-0412 Cat IT-12 Tool Carrier 85 30340600 12/01/85 CO 4NC00497 303 50 433 NHD HR 7978 7978 40-0413 New Holland 3415 Tractor 30340650 05/01/99 CO (Petromat) WON 101943 UX23156 303 50 642 HR 7975 7975 40-0440 Bobcat 773 Skid. Steer 30340650 05/01/99 CO woN 101943 509650987 303 50 642 99 HR 8681 8681 40-0441 Bobcat 773G Skid Steer 99 30340650 04/01/00 CO 517611790 303 50 HR 23181 23181 40-0442 Case 05 Skidsteer Loader 30340600 06/10/05 12410 AGGREGATE INDUSTRIES INC Page - 7 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List Acc Eqm Mfg Mdl Use Parent Item Unit Description/ Responsible Date Tax Cc ----- CIS --- CIS --- --- Yr --- M/H --- Number -------- Number -------- Number ------------ Serial Number ------------------------- Bus. Unit Acquired ST Auth Name Contracting Equipment Me ------------ -------- --- --------------------- WCR CON OS-009 303 50 HR 23182 23182 40-0443 Case 05 Skidsteer Loader 30340600 06/10/05 ' Contracting Equipment Me WCR CON 05-009 303 50 HR 23183 23183 40-0444 Case 05 Skidsteer Loader 30340600 06/10/05 Contracting Equipment Me WCR CON 05-009 303 50 642 86 HR 446 446 40-0446 Case 1845B Skid Steer 86 30340600 05/01/86 CO 9892232 303 50 642 02 HR 18961 18961 40-0450 Case 60XT Uniloader 03 30340600 07/01/03 CO JAF0367910 303 50 642 93 HR 452 452 40-0452 Case 1845B Skid Steer 93 30340600 O1/01/94 CO JAF0122227 303 50 642 97 HR 3677 3677 40-0455 Case 1845C Skid Steer 97 30340600 06/24/97 CO JAF0224898 303 50 642 97 HR 3679 3679 40-0456 Case 1845C Skid Steer 97 30340600 06/24/97 CO JAF0196213 303 50 642 97 HR 3680 3680 40-0457 Case 1845C Skid Steer 97 30340600 06/24/97 CO JAF0224132 303 50 642 CAS 99 HR 806E 8068 40-0458 Case 1845C Uniloader 99 30340600 09/17/99 CO JAF0275850 303 50 642 CAS 02 HR 17066 17066 40-0459 Case 60XT Uniloader 02 30340600 07/11/02 CO JAF0350619 303 50 642 BOB 03 HR 18710 18710 40-0460 Bobcat 5175 Skid Steer 03 30340650 05/31/03 CO W/Rotomill Attachment 517627762 303 50 644 CAT 84 HR 470 470 40-0470 Cat 950B Wheel Loader 84 30340600 12/01/86 CO 63R03043 303 50 644 CAT 91 MR 5178 5178 40-0472 Cat 936E Wheel Loader 91 30340600 02/01/97 CO 33Z05083 203 50 644 CAT 92 HR 5177 5177 40-0473 Cat 936E Wheel Loader 92 30340600 02/01/97 CO 45Z065$8 303 50 644 CAT 86 HR 474 474 40-0474 Cat 936 Wheel Loader 86 30340600 07/31/92 CO 33Z01935 303 50 590 HR 6315 6315 40-0480 Gorman Rupp Water Pump 30340650 04/17/98 CO 891653 303 50 650 CAT 90 HR 482 482 40-0482 Cat 416E Backhoe 90 30340600 06/06/90 CO SPCI0781 303 50 650 CAT 94 HR 483 483 40-0483 CAT 416E Backhoe 94 30340600 05/21/95 CO SSG05291 303 50 650 CAT 95 HR 484 484 40-0484 Cat 416D Backhoe 95 30340600 06/12/95 CO BSG09649 303 50 631 HYS HR 7526 7526 40-0520 Hypac C850B Vib Compac 97 30340600 04/01/99 CO WO# 102202 SISSC2105U 303 50 529 GMC 95 HR 6297 6297 40-0521 GMC Jimmy Utility Truck 9 30340650 04/17/98 CO IGKDT13WO52504919 303 50 632 IGR 01 HR 18711 18711 40-0522 Ingersoll Rand PT125R Rol 30340600 05/31/03 CO Pnematic (Rubber Tire) 0 166234SJK 12410 AGGREGATE INDUSTRIES INC Page - 8 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List ACC Eqm Mfg Mdl Use Parent Item Unit Description/ Responsible Date Tax Cc ----- CIS --- CIS --- --- Yr --- M/H --- Number -------- Number -------- Number _ Serial Number Bus. Unit Acquired ST Auth Name 303 50 23143 23143 40-0523 ------------------------- Ingersoll PT125R Pneum Ro ------------ 36340650 -------- 05/12/05 --- ------------ Contracting Equipment No WCR CON 05-002 175649 303 50 632 CAT 98 HR 6929 6929 40-0524 CAT PS150 Roller 98 30340600 03/26/98 CO Rubber Tire 3XR00179 303 50 631 IGR O1 HR 18708 18708 40-0526 Ingersoll Rand SD70.Compa 30340650 05/31/03 CO Padfoot Dirt Compactor 0 167780 303 50 632 89 HR 527 527 40-0527 Ferguson S2912 Roller 89 30340600 10/18/93 CO 722 303 50 632 89 HR 528 528 40-0528 Ingersoll PT-120R Compact 30340600 09/01/95 CO 3181888Al 303 50 632 CAT 94 HR 529 529 40-0529 Cat PS130 Pneumatic 94 30340600 12/01/96 CO 7ND00417 303 50 656 CAT 95 HR 3684 3684 40-0530 CAT CS563 Base 95 30340600 05/01/97 CO 8XF00473 303 50 656 CAT 95 HR 3685 3685 40-0531 Cat CS563 Base 95 30340600 05/01/97 CO 8XF01057 303 50 654 CAT 94 HR 6715 6715 40-0533 Cat 815B Soil Compactor 9 30340600 05/01/96 CO 17Z01397 303 50 656 HYS 93 HR 537 537 40-0537 Hyster C850B Vib Roller 9 30340600 04/01/96 CO B188C1792P 303 50 631 HYS HR 16781 16781 40-0538 Hypac C3309 Compactor 30340650 06/04/01 CO 109BI5803583 303 50 631 HYS 99 HR 7524 7524 40-0539 Hypac C330B Compactor 99 30340650 04/01/99 CO w/Isuzu model C240 these wo# 102202 109B15803542 303 50 654 CAT 96 HR 540 540 40-0540 CAT CP563 Soil Compactor 30340600 06/07/96 CO IYJ00451 303 50 631 97 HR 3589 3589 40-0541 Ingersoll Rand DD-22 Vibr 30340600 06/16/97 CO 97 142819SCE 303 50 631 IGR 99 HR 16769 16769 40-0542 Ingersoll Rand DD-22 99 30340600 04/04/02 CO 157344SAJ 303 50 631 IGR 01 HR 19283 19283 40-0543 Ingersoll Rand DD34HF Rol 30340600 08/01/03 CO Vibratory Asphalt Compac 166871SAK 303 50 HR 23142 23142 40-0544 Hypac 03 C747B Compactor 30340600 05/12/OS CO Contracting Equipment Me WCR CON 05-002 101170518601 303 50 631 IGR HR 8549 8549 40-0545 Ingersoll Rand DD-32 00 30340600 09/12/99 CO 144805SBF 303 50 631 HR 7530 7530 40-0546 Dynapac CC122 Vibratory C 30340650 04/01/99 CO (MacDonald Equipment Ran 60112069 303 50 631 IGR O1 HR 20585 20585 40-0547 Ingersoll Rand DD34HF Rol 30340600 04/16/04 CO Vibratory Asphalt Compac 12410 AGGREGATE INDUSTRIES INC Page - 9 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List Acc Eqm Mfg Mdl Use Parent Item Unit Description/ Responsible Date Tax Cc Cls Cls - Yr M/H _ Number ________ Number ________ Number __________ Serial Number Bus. Unit Acquired ST Auth Name IR02702 ________ ___ __ _________ 303 50 631 97 MR 3589 4108 40-0548 Ingersoll Rand DD-22 Vibr 30340600 07/11/97 CO 97 C18690 303 50 631 IGR MR 7527 7527 40-0549 Ingersoll DD-32 Double 30340600 04/01/99 CO Drum Roller WOq 102202 157334SAI 303 50 631 HYS 87 MR 554 554 40-0554 Hyster C350C Roller 1987 30340650 05/21/95 CO C89CS321E 303 50 631 HYS 91 MR 556 556 40-0556 Hyster C766A Roller 91 30340600 03/01/92 CO A209C1715M 303 50 631 HYS 91 MR 558 558 40-0558 Hyster C350D Steel Drum 9 30340650 05/21/95 CO D89C6025J 303 50 631 77 MR 560 560 40-0560 Ingersoll Rand SP60 77 30340600 10/01/84 CO 174C 303 50 631 HYS 01 MR 16782 16782 40-0561 Hypac C766C Vib Compactor 30340600 09/01/02 CO 109C20902435 303 50 631 HYS 01 MR 16783 16783 40-0562 Hypac C766C Vib Compactor 30340600 09/01/02 CO 109C20902437 303 50 631 HYS 96 MR 564 564 40-0564 Hyster C766B Roller 93 30340600 12/01/95 CO B209CI906P 303 50 631 CAT 94 MR 565 565 40-0565 CAT 534CB Compactor 94 30340600 10/01/94 CO 4JL00070 303 50 656 CAT 99 MR 8746 8746 40-0566 Cat CS433C 99 30340650 04/11/00 CO 3TMOO433 303 50 631 CAT 99 MR 15283 15283 40-0568 CAT CB534C 99 30340650 04/21/00 CO 5HN00538 303 50 631 HYS 94 MR 569 569 40-0569 Hypac C766B Compactor 94 30340600 08/01/95 CO B209C1953R 303 50 631 CAT 97 MR 16780 16780 40-0570 CAT CB534C Roller 97 30340650 04/16/02 CO SHN00359 303 50 656 CAT MR 7977 7977 40-0571 CAT CS-563C Compactor 30340660 05/01/99 CO WOk 102202 9SZ16737 303 50 631 CAT 00 MR 18712 18712 40-0572 CAT CB434C Vibratory Roll 30340650 OS/31/03 CO 04DNO0385 303 50 631 IGR 99 MR 20586 20586 40-0573 Ingersoll Rand DD-90HF 99 30340600 03/03/04 CO IR02035 303 50 631 04 MR 23145 23145 40-0574 Hypac 04 C766C Compactr R 30340600 05/25/05 CO ' Contracting Equipment Me WCR CON 05-002 901C20902529 303 50 675 PRD 98 MR 6879 6879 40-0575 Ford F150 2WD Supercab 98 30340650 05/06/98 CO Styleside 1FTZX17W6WKB60867 303 50 675 FRO 98 MR 6880 6880 40-0576 Ford F150 2WD Supercab 98 30340650 05/06/98 CO Styleside 1FTZX1762WNA23567 303 50 631 MR 23191 23191 40-0577 Hypac 04 C766C Compactr R 30340600 06/15/05 CO Contracting Equipment Me 12410 AGGREGATE INDUSTRIES INC Page - 10 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List Acc Eqm Mfg Mdl Use Parent Item Unit Description/ Responsible Date Tax Co CIS CIS Yr M/H Number __ _ Number ________ Number ____________ Serial Number _______ _______________ Bus. Unit Acquired ST Auth Name WCR CON 05-004 ___ ________ ___ ________ _____________ 901C20902551 303 50 603 92 HR 614 614 40-0614 Layton H500B Paver 92 30340600 01/10/92 CO H1030BEI 303 50 603 92 HR 615 615 40-0615 H500B Layton Paver 92 303406SO 01/10/92 CO H10335B2 303 50. 603 94 HR 616 616 40-0616 Layton H-500 Box Paver 94 30340600 04/01/95 CO H10502B5 303 50 603 94 HR 617 617 40-0617 Layton H-500 Box Paver 94 30340600 05/01/95 CO H10504B5 303 50 529 CHV 67 6362 6362 40-0625 Ford Lube Truck 79 30340650 04/17/98 CO RSOQVEG6072 303 50 529 CHV 91 RR 6294 6294 40-0626 Chevrolet Utility Truck 9 30340650 04/17/98 CO 1GBHK34N7ME131346 303 50 602 91 HR 5180 5180 40-0659 Blaw-Knox PF510 Paver 92 30340600 02/01/97 CO 5100511 303 50 602 99 HR 8066 8066 40-0660 Slaw Knox PF-5510 Paver 9 30340600 09/09/99 CO 551027-75 303 50 602 95 HR 661 661 40-0661 Blaw-Knox PF510 Paver 95 30340600 08/01/95 CO 5101713 303 50 602 BLK 99 HR 7468 7468 40-0662 Slaw Knox PF-5510 Paver 9 30340600 03/04/99 CO 55102602 303 50 590 HR 19284 19284 40-0664 Pavement Paver Grade Cont 30340600 09/01/03 CO Originally Purchased for Buckley Job 303 50 602 BLK 99 HR 8726 8726 40-0667 Blaw, Knox PF5510 Paver 99 30340650 04/10/00 CO 55102908 303 50 601 BLK 03 HR 18959 16959 40-0669 Slaw Knox PF-5510 Paver 0 30340600 06/24/03 CO WO# 92087 551032-10 303 50 602 BLK 98 HR 9660 9660 40-0671 Slaw Knox PF-410 Paver 98 30340650 10/29/00 CO 4102513 303 50 05 HR 23182 23184 40-0672 Slaw Knox 05 Paver PF5510 30340650 06/10/05 CO Contracting Equipment Me WCR CON 05-003 WO# 1075 180711 303 50 470 CAT 86 HR 702 702 40-0702 Cat PR75 Profiler 86 10340600 09/01/86 CO 6BDO0109 303 50 623 93 HR 705 705 40-0705 Roadtec SB2500 93 30340600 08/01/94 CO Shuttlebuggy SB250OX214 303 50 645 CAT 94 HR 707 707 40-0707 Cat 613C Scraper 94 30340600 03/13/95 CO 8LJ00918 303 50 590 CAT 97 HR 5101 5101 40-0712 Cat RR250 Tiller 97 30340600 08/04/97 CO 06ED00132 303 50 682 HR 6313 6313 40-0757 Aeroline van Trailer 30340650 04/17/98 CO 3065 303 50 682 89 HR 6355 6355 40-0763 Top Hand Equipment Trl 89 30340650 04/17/98 CO 45HHH1825K1584038 303 50 682 74 HR 6354 6354 40-0764 Haulette Equipment Trl 74 30340650 04/17/98 CO 3783I 12410 AGGREGATE INDUSTRIES INC Page - 11 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List Acc Eqm Mfg Mdl Use Parent Item Unit Description/ Responsible Date Tax Co ----- CIS --- CIS --- --- Yr --- M/H --- Number -------- Number -------- Number Serial Number Bus. Unit Acquired ST Auth Name 303 50 682 69 HR 6312 6312 ------------ 40-0771 ------------------------- Brown Trailer 69 ------------ 30340650 -------- 04/17/98 --- CO --------------------- 607922 303 40 622 92 HR 805 805 40-0805 Broce RJ300 Broom 92 30340650 03/15/94 CO 86869 303 50 622 93 HR 806 806 40-0806 Broce RJ300 Broom 93 30340600 04/01/95 CO 87067 303 50 622 94 HR 807 807 40-0807 Broce RJ300 Broom 94 30340600 05/01/95 CO 87390 303 50 622 02 HR 20584 20584 40-0808 Weldon Road Broom 02 303406DO 04/16/04 CO 28873-012 303 50 HR 23144 23144 40-0809 Rosco 02 Sweeppro Broom 30340600 05/17/05 CO Contracting Equipment me WCR CON OS-002 38188 303 50 590 95 HR 198 810 40-0810 Diamond PM130G Tack Spry 30340600 01/01/96 CO 57801PT220 303 50 590 95 HR 199 811 40-0811 Diamond Blt Tacker 95 30340600 01/01/96 CO 57801PT221 303 50 590 86 HR 813 813 40-0813 Diamond Tacker 250 86 30340600 10/01/88 CO 1D9ESH136G1O04936 303 50 590 93 HR 814 814 40-0814 Diamond Tacker 93 30340600 05/10/93 CO 1D9PM1139P1004406 303 50 590 94 HR 815 815 40-0815 Diamond Bilt Tacker 94 30340600 04/08/94 CO ID9PM1132RI004461 303 50 3687 16664 40-0816 Tacker on 4195 30340600 12/31/95 58583 303 50 590 86 HR 817 817 40-0817 Miller Curb Machine 86 30a4O65O 06/01/87 CO 1948K 303 50 590 HR 818 818 40-0818 Buckeye Sand Spreader 30340600 07/01/86 CO 101207 303 50 590 97 HR 5181 5181 40-0819 Asphalt Curb Machine 97 30340600 09/01/97 CO J12215 303 50 590 04 HR 20961 20961 40-0920 Asphalt Curb Machine 04 30340600 07/12/04 CO J13103 303 50 590 HR 821 821 40-0821 Gorman Rupp Pump 30340600 05/21/95 CO 303 50 05 HR 23949 23949 40-0822 Diamond Bilt Asphalt Tow 30340600 01/12/05 CO behind trailer Tackers WO# 108218 303 50 590 HR 823 823 40-0823 Gorman Rupp Pump 91 30340600 02/13/92 CO 961974 303 50 590 HR 824 824 40-0824 Gorman Rupp Pump 92 30340600 02/13/92 CO 956526 303 50 05 HR 23950 23950 40-0825 Diamond Bilt Asphalt Tow 30340600 01/12/05 CO behind trailer Tackers WO# 108218 303 50 590 87 HR 830 830 40-0830 Fabric Laydown Machine 87 30340600 04/01/87 CO KC WELDING BD400 303 40 682 91 HR 831 831 40-0831 Homemade Trailer 91 30340600 01/26/93 CO ID1102872000 303 50 590 HR 852 852 40-0852 Allis-Chalmers Fork Lift 30340500 12/22/93 CO 4516404 12410 AGGREGATE INDUSTRIES INC Page - 12 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List ACC Eqm Mfg Mdl Use parent Item Unit Description/ Responsible Date Tax Cc ----- CIS --- CIS --- --- Yr --- M/H --- Number -------- Number -------- Number Serial Number Bus. Unit Acquired ST Auth Name 303 50 441 85 HR 880 880 ------------ 40-0880 ---------------_------__ Leroi Air Compressor 85 ------------ 30340600 ___ 12/01/95 CO _--__ ------------- 3119X731 303 50 441 86 HR 881 881 40-0881 Leroi 185 Air Compressor 30340600 12/01/86 CO 119XI202 303 50 441 00 HR 15282 15282 40-0882 LeRoi Air Compressor 00 30340650 04/06/00 CO 351SX550 303 50 441 95 HR 3681 3681 40-0971 Ingersoll Rand Compressor 30340600 05/02/97 CO 256790UEP296 303 50 441 95 HR 3682 3682 40-0972 Ingersoll Rand Compressor 30340600 05/02/97 CO 256788UEF296 303 50 441 HR 199 973 40-0973 Air Compressor Mounted on 30340600 01/01/96 CO 247247UPE327 303 50 441 974 974 40-0974 Joy Air Compressor 79 30340600 01/01/79 CO 166219 303 50 682 HR 1002 1002 40-1002 Lab Trailer 30340600 05/01/87 CO SFP163 303 50 682 HR 1003 1003 40-1003 Elder Office Trlr Skid No 30340600 04/01/84 CO 12073 303 50 682 83 HR 1012 1012 40-1012 Office Trailer 83 30340600 09/01/85 CO 382171 303 50 682 84 HR 1013 1013 40-1013 Elder Lab Trailer 83 30340600 08/01/86 CO 482448 303 50 682 79 HR 1024 1024 40-1024 Peanut Roller Trailer 79 30340650 05/01/79 CO Homemade ID109357COLO 303 50 682 77 HR 1042 1042 40-1042 Maxey Trailer 77 30340600 05/01/79 CO T77MMC0375 303 50 682 60 HR 1046 1046 40-1046 American Van Trailer 60 30340600 10/01/79 CO 10343 303 50 682 83 HR 1050 1050 40-1050 Cowboy Two Axle Trailer 8 30340600 03/01/84 CO 6XI6242B220242MB3 303 50 682 69 HR 1051 1051 40-1051 Trailmobile Van Trailer 6 30340600 04/01/84 CO E27417 303 50 682 72 HR 1052 1052 40-1052 American Trailer 72 30340600 08/15/64 CO 22613 303 50 682 66 HR 1053 1053 40-1053 Timpte Storage Trailer 66 30340600 07/01/86 CO 12638 303 50 682 79 HR 1054 1054 40-1054 Van Trailer 79 30340600 01/01/87 CO 7U92811023 303 50 682 93 HR 1058 1058 40-1058 Maxey F-27 Trailer 93 30340600 07/01/93 CO MM913A2766P1SE2802 303 50 682 93 HR 1059 1059 40-1059 Maxey Trailer 93 30340600 07/01/93 CO MM9BA2768P1SE2803 303 50 460 74 HR 8675 8675 40-1060 Timpte Storage Trailer 74 30340600 01/01/89 CO 28941 303 50 682 95 HR 1061 1061 40-1061 Maxey F-27 Trailer 95 30340600 05/01/95 CO 1M9FB27T7S1104995 303 50 682 95 HR 1062 1062 40-1062 Maxey F27 DTBT(IOX)E 95 30340600 05/01/95 CO 1M9FB27T9S1104996 303 50 682 93 HR 8208 8208 40-1063 Belshe T-9 Trailer 93 30340600 12/10/99 CO 16JF01828P1024384 Utility Potholing Data Point Number Utility Depth to Top inches Ground or Top of Pipe Elevation Remarks 8266 WLN 79 5151.15 Ground Elevation 8267 WLN 64 5151.57 Ground Elevation 8268 WLN 56 5151.42 Ground Elevation 8277 Telephone 32 5152.05 Ground Elevation 8278 Tele hone 38 5152.41 Ground Elevation 8279 TV 37 5152.66 Ground Elevation 8281 Telephone 32 5151.55 Ground Elevation 8282 TV 30 5151.64 Ground Elevation 8283 Telephone 74 5151.67 Ground Elevation 8284 Telephone 36 5151.54 Ground Elevation 8285 Tele hone 90 5150.81 Ground Elevation 8286 TV 50 1 5150.99 IGround Elevation 8287 Fiber Optic 30 1 5150.14 lGround Elevation 8288 Fiber Optic 30 1 5150.28 IGround Elevation 12410 AGGREGATE INDUSTRIES INC Page - 13 Aggregate Industries - WCR, Inc. Date - 4/11/06 Equipment Detail List ACC Eqm Mfg Mdl Use Parent Item Unit Description/ Responsible Date Tax Cc _____ CIS ___ CIS ___ ___ Yr M/H ___ ___ Number _____ Number _ Number ------------ Serial Number Bus. Unit Acquired ST Auth Name 303 50 460 99 HR 8980 8680 40-1064 ------------------------- Diamond T Trailer 99 ------------ 303406SO __%__%_- 08 13 99 -__ -------- ------------- CO 1C9FS1825XR574352 303 50 471 85 HR 1203 1203 40-1203 Lo Pro Silo 85 30340600 07/01/85 CO 50206 303 50 5180 9522 40-3090 Rebuild #659 30340600 09/01/00 CO 303 50 6319 9576 40-3096 Rebuild #164 30340650 09/01/00 CO 303 50 661 15317 40-3107 Rebuilt Trac #661 30340600 06/01/01 CO 303 50 567 15318 40-3108 Raskin Drum #567 30340600 06/01/01 CO 303 50 564 15319 40-3109 Raskin Drum #564 30340600 06/01/01 CO 303 50 6281 15798 40-3113 Rebuild Trac #222 30340650 09/30/01 CO 303 50 590 HR 5102 5102 40=5001 Tank 2000 Gal 30340600 06/01/84 CO 303 50 590 HE 5103 5103 40-5002 Tank 2000 Gal 30340600 06/01/84 CO 363 50 590 HR 5104 5104 40-5003 Water Tank 30340600 10/01/84 CO 303 50 590 HR 5105 5105 40-5004 Sonic Grade Checker 30340600 04/01/95 CO 303 50 590 HR 5106 5106 40-5005 Field Radio System 30340600 08/01/95 CO 303 50 8535 8535 40-9600 Cont. Eq. Metro Dummy ID 30340600 03/01/00 CO 303 50 8537 8537 40-9650 Cont. Eq. North Dummy ID 30340650 03/01/00 CO 303 40 400 3512 3512 40-9906 Shop Metro Shop 30340500 06/01/97 CO 303 80 802 7945 7945 51-3074 Shop Metro Setup for JD E 30340500 05/01/99 CO 303 40 450 8551 8551 51-3080 Shop Metro Metal Shop Bui 30340500 02/15/00 CO 303 50 7 5156 51-5006 Computer EQ-TaX Only 30340600 07/01/92 303 40 400 3512 3520 51-6001 Floor Jack 10 ton 30340500 01/01/81 CO 303 40 400 3512 3523 51-6004 Miller Welder 30340500 01/01/96 CO 303 50 412 03 21121 21121 51-6007 HydroTek Steam cleaner/pr 30340500 12/16/03 CO washer WO#97835 200302383 303 40 400 22812 22812 51-6008 Dahlia shop move to Huron 30340500 08/01/04 CO Labor,Equipment for movi WO# 105501 Aggregate Industries - WCR, Inc. Contracting Division AGGREGATE 1707 Cole Blvd Suite 100 Golden CO 80401 Phone (303) 985-1070 Facsimile (303) 980-0038 INDUSTRIES KEY PERSONNEUMANAGEMENT TEAM INDIVIDUAL PRESENT POSITION YEARS OF EXPERIENCE Patrick R. Ward President 25 years 653-10-2350 (303)979-8335 10774 W. Ontario Place Littleton, CO 80127 Kevin Anderson Vice President/ 25 years 501-70-1432 General Manager (303) 973-3578 7460 S. Sheridan Ct. Littleton, CO 80123 Wendy K. Maher Asst. Secretary 12 years 388-70-2112 (303)570-0354 4935 Hooker Street Denver, CO 80221 Kurt Todeschi Chief Estimator/ 25 years 523-92-5406 Project Manager (303)762-9011 3291 S. Gilpin St. Englewood, CO 80110 Michael Altergott Estimator/ 23 years 524-76-8316 Project Manager (303)937-7472 2304 S. Stuart Street Denver, CO 80219 John McFarland Junior Estimator/ 7 year 524-53-1430 Project Manager (97T 336-1197 311 5 Avenue Ct. Greeley CO 80634 John Lehner Estimator/ 4 Year 524-374657 Project Manager (720)929-0464 12150 Race Street # 1-206 Northglenn CO 80241 Jerry Meier 523-68-7170 General Superintendent 33 years - AN EQUAL OPPORTUNITY EMPLOYER - INDIVIDUAL (303) 451-8429 964 Manet Way Northglenn, CO 80234 Paddy Murphy 041-06-4476 4732 Mt Evans Street Brighton CO 80601 Tim Hartmann 521-86-1539 (303) 650-5925 3260 W. 951h Avenue Westminster, CO 80031 Ron Dinkel 510-60-8172 5421 Tiller Ct. Windsor, CO 80528 Bill Langen 522-60-0652 (303) 935-1537 1375 S. Stuart Way Denver, CO 80219 Bob Seader 522-80-6086 (303) 427-7442 500 S. Ridge Road Bailey, CO 80421 Jerry Severidt 481-52-0032 (303)646-4346 4631 Aspen Place Elizabeth, CO 80107 PRESENT POSITION Estimator/Project Manager Project Superintendent Estimator/Project Manager Project Superintendent Project Superintendent Project Superintendent YEARS OF EXPERIENCE 15 years 26 years 10 years 12 years 31 years 31 years - AN EQUAL OPPORTUNITY EMPLOYER - INDIVIDUAL PRESENT POSITION YEARS OF EXPERIENCE Richard Meyer 522-56-9757 (970)686-2076 9195 WCR 70 Windsor, CO 80550 John F. Cheever 521-92-3288 (303)779-0747 3073 E. Fremont Dr. Littleton CO 80122 Kelly Proctor 495-86-5055 (303)703-9501 6610 S. Steele St. Littleton CO 80121 Albert D. Quist 522-70-6686 (303)660-4188 908 Glade Gulch Road Castle Rock, CO 80104 Project Superintendent Quality Control Lab Manager Materials Manager Safety Manager 41 years 15 years 8 years 33 years - AN EQUAL OPPORTUNITY EMPLOYER - 2006 Work In Progress i Project Project Name Exempt Owner -General Contract Subs and/or #. Contractor -Phone Amount Comments 2-Kev US 85/DCR 16 Intersect N Aggregate Ind. 623510.10 Western 26008 US 85 @ DCR 16 Kevin Anderson States, Sedalia, CO Douglas 303.716.5200 Concrete Express, Alpha & Omega, Big Horn, Ideal Fencing, Kolbe, Alpha Mill, C&D EIectric, Felsburg Holt & Ullevi 3-Mike 36003 Parker Fire Station #76 N MW Golden 64103.00 Jim King 19310 Stroh Rd Stephen Miller Parker, CO 80138 303.688.9848 Douglas 36004 Tower Pavillion Retail N Delta Construction 41134.00 Center, 3571 S Tower Rd Clint Hart Aurora, CO 80011 Arap 970.498.8766 36005 Target T-0048 Remodel N Roche Constructors 264900.00 Big Horn 7899 Wadsworth Blvd Ryan Strub Seal Tec, KC Arvada, CO 80003 Jeff 303.920.5555 Striping 36006 Ralston Valley HS N Bassett & Assoc 215377.00 Jim King 13355 W 80th Ave Don Reynolds KC Striping Arvada, CO 80005 Jeff 303.792.2132 36016 Crossroads Church N Fransen & Pittman 215260.00 Jim King E 1281h Ave & I-25 Thornton, CO Adams Keith Vaughn 303.783.3900 KC Striping 36008 Denver Public Schools N Brown- 27208.00 Cut Right #3068 Morey MS 840 E. Schrepferman Concrete, seal 141h Ave, Denver Kathy 303.935.2475 Tec, KC, Jim Kin 36024 2006 Plum Creek Bvld Y Town of Castle 749972.00 Big Horn, Ebony Dr, Emerald Dr Rock Penhall, Castle Rock, CO Douglas Double R, Keene, Zenith, De - Rey, Kolbe, McKeman 4-John 46001 Gun Barrel Creek Box Culvert, CR 67 & Gun Barrel Creek, Jefferson N Concrete Express Bill Coleman 303.562.2000 18462.00 46002 Reatta N. Well Facility 12305 Canterberry Pkwy Parker, CO 80138 Doug N Bosco Constructors 303.799.1221 28100.00 KC Striping 46010 Plaza on Union 145 Union Blvd Lakewood, CO 80228 Jeff N Waner Const 303.683.0099 21300.00 46011 Union Walk 180 S Union Blvd Lakewood, CO 80228 Jeff N Waner Const. 303.683.0099 46480.00 46017 Pine Valley Ranch Park Crystal Lake Drive Pine, CO Jefferson N Concrete Express Bill Coleman 303.562.2000 6472.80 46013 Bergen Park Shopette 1291-1301 Bergen Prkwy Evergreen, CO Jeffco N FCl Constructors Loren Litz 970.535.4725 18800.00 KC, Jim King 46019 Saddle Rock Village 7350 S. Gartrell Rd Aurora, CO 80016 N Williams Const. Chris Haggard 303.989.9009 81200.00 46028 Play! Stay! & Morel 180 Bromley Lane Brighton, CO 80601 N White Construction Seth Noble 970.842.3046 37,300.00 KC Striping 46031 Hritz Property 6617 N. Peterson Rd Douglas County, CO N Centerre Const. Stephen Hritz 303.220.9400 248,700.00 6-John 1 66001 Prospect Valley West HWY 52 Prospect Valley, CO weld Y CDOT Mike Wells 970.38IA271 2467100.00 7-Seth 76021 Garage Town Del Camino, 3656 Stagecoach Rd, Longmont, CO Weld N DBM Consulting Glenn McWilliams 303.973.1255 124750.00 Alpha, KC 76027 ARC Fairlake Miss., & Valencia Denver, CO N Adolfson & Peterson, Randy Burn, 303.363.7101 138250.00 76040 Cottonwood Park East Willows Place & Snowberry Way, Parker N CPP Engineering Craig Young 303.363.7101 40602.00 KC Striping 8-JohM 86001 I-76 CDOT I76 Ft. Morgan -Brush Morgan Y Interstate Highway Const., Eddie Davidson 303.790.9100 149929.36 86002 Big O Tire 15th S & W Birch Windsor, CO weld N Orr Construction Seth Gemat 303.294.9211 35251.00 Paratex 86003 S Essex St. Pelican Lakes Sub Platteville, CO Weld N J-2 Contracting Chris Leone 970.392.0694 34400.00 86004 06'-0227 Paving Projects Various Streets Morgan County CO Y Morgan County 570.768.5802 1715750.29 9-Kurt 96007 Stevinson Lexus of Frederick N Calcon Constructors 284850.00 KC Striping 8337 Rasberry Way Frederick, CO 80504 96009 Watermill Express N Watermill Express 12200.00 6560 HWY 2 Brian Dohfka Commerce City, CO 80601 303.659.1573 96014 Compark Lot 3 Building B N Opus Northwest 101450.00 DJ Signs 8490 Upland Drive Randy Hunter KC Striping Englewood, CO 80112 Arap 303.662.8141 96015 2006 Lockheed Martin N Lockheed Martin 32000.00 12257 S Wadsworth Blvd. 303.977.6210 Littleton, CO 80125 Jeff 96020 Hilton Garden Inn -HR N Alliance Const. 144790.0 KC, DJ, Alpha 1050 Plaza Drive Bob Parker Highlands Ranch, Douglas 970.663.9700 96022 Burt Subaru on Broadway N Saunders Const. 69052.00 KC 5300 S. Broadway Rod Englewood, CO Arap 303.598.6053 96025 381h Ave Improvements N Concrete Express 487158.00 381' & Tower Terry Richardson Aurora, CO 303.944.2529 96026 Wind Crest N Erickson Const. 821,539.00 KC, Alpha 3330 W. County line rd Chris Jedd Milling HR, CO 80129 303.793.0400 96030 Bear Creek Lake Park N Commercial 75900.00 Maintenance Facilty Building Serv. 15560 W. Morrison rd Scott Hawks Lakewood, CO Jeff 303.507.5306 96033 Leeds School of Business N Pinkard Const. 140000.00 KC 990 Cockerell Drive Troy Bohlender Boulder, CO 303.944.3105 96034 Cherry Creek MS #10 N Adolfson & 278400.00 KC 26301 E Arapahoe Rd Peterson, Jim Aurora, CO 80016 Dykoff, 303.598.4718 96035 Bluffmont Heights N Toll Brothers 184462.50 Yosemite & Ridgegate Kacy Flemons Lone Tree, CO 96036 DIA Misc. Rdway & Y Interstate Highway 233779.00 Prkmg Imp. Construction DIA, Denver, CO Brian Ellis 303.790.9100 96039 Burt Parker Auto Plaza N Saunders Const. 320600.00 #2, Lincoln & Lincoln John Chope Mdws Pk , Parker, CO 96041 Lakewood Senior N Calcon Constructor 102025.00 Housing,1700 Pierce St. Scott Kennedy Lakewood, CO 80214 303.378.2748 Aggregate Industries - MR, Inc. Contracting Division 1707 Cole Blvd Suite 100 Golden CO 80401 Phone (303) 985-1070 Fax (303) 980-0038 TRADE REFERENCES Clear Creek Trucking Co. Inc. Wagner Equipment PO Box 1673 Mr. Jim Wilkins Denver CO 80216 Dept. 9000 (303) 295-0014 Denver, CO 80291 (303) 739-3000 Holcim (US), Inc. Frontier Oil Company Dept 946 Dept 566 Denver, CO 80271-0946 Denver, CO 80271-0566 (800) 331-4233 (303) 714-0100 SUBCONTRACTORS Concrete Express, Inc. Kolbe Striping, Inc. Mr. Joe O'Dea Mr. Paul Geerdes 8521 Rosemary St. 550 Topeka Way Commerce City, CO 80022 Castle Rock CO 80104 (303) 286-8186 (303) 688-9516 Double R Excavating WL Contractors, Inc. Mr. Rusty Riggs - Mr. Larry Winkler PO Box 493 6435 W. 55t" Avenue Sedalia, CO 80135 Arvada, CO 80002 (303) 688-2703 (303) 422-7985 OWNERS Colorado Dept. of Transportation Douglas County Mr. Skip Had Mr. Karl Lucero 4201 E. Arkansas Ave. 3030 No. Industrial Way Denver CO 80222 Castle Rock CO 80104 303.287.8290 303.660.7490 Arapahoe County City of Greenwood Village Mr. Joe LaHeist Mr. John Wannigman 5334 S. Prince St. 6060 S. Quebec Littleton CO 80166 Englewood CO 80111 303.795.4640 303.708.6139 Saunders Construction Inc. MA Mortenson Co. Mr. Joe Pepper Mr. Todd Akey PO Box 3908 1875 Lawrence St. Suite 600 Englewood CO 80155 Denver CO 80202 303.699.9000 303.662.9169 Adolfson & Peterson Mr. Richard DeLuccie 797 Ventura St. Aurora CO 80011 303.466.8582 AGGREGATE INDUSTRIES